Sei sulla pagina 1di 283

Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
A307-0IG-VV-MR- 0 ENQUIRY DOCUMENT 3
6545-104-RFQ
A307-0IG-VV-MR- A PRESSURE VESSELS-CS (0-25 THK, 26-50 THK) 59
6545
A307-0IG-16-46-DS- 1 MAKEUP GAS COMP. KO DRUM 2NDSTAGE IG-V-114A/B 64
3014
A307-0IG-16-46-DS- 1 MAKEUP GAS COMP. KO DRUM 2NDSTAGE IG-V-114A/B 65
3014A3 SHEET 3
A307-0IG-16-46-DS- 1 MAKEUP GAS COMP. KO DRUM 2NDSTAGE IG-V-114A/B 66
3014A2 SHEET 2
A307-0IF-16-46-DS- 3 HP FLARE KOD IFP-V-804 67
3954
A307-0IF-16-46-DS- 3 MECHANICAL DATASHEETS 68
395402
A307-0IS-16-46-DS- 1 MECHANICAL DATASHEETS FOR IST-V-504 69
3505
A307-0IS-16-46-DS- 1 MECHANICAL DATASHEETS FOR IST-V-504 70
3505A2
A307-0IS-16-46-DS- 1 MECHANICAL DATASHEETS 71
3505A3
A307-0IS-16-46-DS- 1 MECHANICAL DATASHEETS 72
3502
A307-0IS-16-46-DS- 1 MECHANICAL DATASHEETS 73
3502A2
A307-0IV-16-46-DS- 2 MAKEUP GAS COM. 2NDSTAGE SUCTION KO DRUM IV-V-112 74
3112
A307-0IV-16-46-DS- 2 MAKEUP GAS COM. 2NDSTAGE SUCTION KO DRUM IV-V-112 75
3112A2 SHEET 2
A307-0IG-16-48- 0 IG-V-114A VESSEL PLATF & LADDER DET 76
30707
A307-0IS-16-48- 0 PLTF. FOR VESSEL IST-V-502 77
30772
A307-0IG-16-43-NZ- 0 NOZZLE ORIENTATION 78
4004
A307-000-06-42- 1 PAINTING SPECIFICATION 79
PLS-01
A307-0IG-16-43-NZ- 0 NOZZLE ORIENTATION 127
4005
A307-0IG-16-46- A VDR FOR VDR COMPILATION 128
VDR-6545
A307-0IV-16-46-DS- 2 LEAN AMINE SURGE DRUM IV-V-301 131
3301
A307-0IV-16-46-DS- 2 LEAN AMINE SURGE DRUM IV-V-301 SHEET 2 132
3301A2
A307-0IV-16-48- 0 PLATF. & LADDER FOR VESSEL IV-V-301 133
10773
A307-0IF-16-48- 0 PLTF. & LADDER DET. FOR VESSEL IFP-V-804 134
10769
Input 0 LICENSOR SPECIFICATION 135
7-12-0015 5 Standard bolt hole orientation. 139
6-81-0011 2 ITP for Pressure Vessels / Columns carbon steel. 140
7-12-0010 6 Manhole with davit. 147
7-12-0036 3 Typical details of wire mesh demister and its supports (for vessels 149
and columns).
S10.010-G G LICENSOR STANDARD FOR VORTEX BREAKER 153
6-12-0002 7 Supplementary specification for carbon steel vessels. 154
7-12-0011 5 Ladder rungs for manhole/demister. 161
A307-16-46-SS-6545 A SCOPE OF WORK AND SUPPLY 162
7-12-0032 4 Supports for internal feed pipe. 167

Page 1 of 283
Table of Contents
Document Number Rev. Document Title Page
Number
7-12-0037 3 S.R. nozzle neck. 169
6-12-0001 5 General specification for pressure vessels. 170
7-12-0026 5 Earthing lug. 183
7-12-0029 5 Bracket for name plate. 184
7-12-0005 5 Skirt opening details. 185
6-78-0003 0 Specification for Documentation Requirement from Suppliers 187
S20.030-B B TYP. DETAILS FOR DEMISTER SUPPORT 199
A307-0IG-16-46-SP- 0 JOB SPEC. FOR KNITTED WIRE MESH DEMISTER 200
01
7-12-0018 5 Internal flanges. 204
A307-16-46-TR-6545 A INSTRUCTIONS TO VENDOR/ TECHNICAL REQUIREMENTS 205
7-12-0024 7 Lifting lug top head type (for vertical vessels / columns). 214
7-12-0002 5 Support for horizontal vessel. 215
7-12-0004 6 Skirt base details. 216
7-12-0023 6 Pipe davit. 217
6-12-0011 7 Standard specification for boiler quality carbon steel plates. 220
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 227
7-12-0028 5 Manufacturer name plate. 236
S20.029-B B TYP. DETAILS FOR DEMISTER ATTACHMENT 237
6-12-0014 5 Standard specification for weldable structural quality steel plates 238
for tanks and vessels
A307-16-46-LL-6545 A LIST OF ATTACHMENTS 242
7-12-0013 6 Nozzle reinforcement and projection. 247
7-12-0007 5 Pipe leg support. 249
6-12-0020 7 Standard specification for stainless steel plates. 250
7-12-0027 5 Name plate. 255
S20.028-C C TYP. DETAILS FOR DEMISTER 256
A307-16-46-UR-6545 A UNIT RATES FOR ADDITION DELETION 257
7-12-0009 6 Manhole with hinged cover. 265
6-81-0001 2 Standard specification for Positive Material Identification (PMI) at 267
Supplier's Works
7-12-0025 5 Fire proofing & insulation supports. 275
6-81-0060 2 ITP for wire mesh demisters. 277
7-12-0001 5 Vessel tolerances. 282

Page 2 of 283
th
EI Bhawan 5 Floor, Bhikaiji Cama Place, RK Puram, New Delhi 110 066, INDIA
Phone No : 0091-11-26762121 ; Fax No : 0091-11-26191714, 26167664
REQUEST FOR QUOTATION (RFQ)
RFQ No. : SM/A307-0IG-VV-MR-6545/104 Date: 03-FEB-2015

Client : BHARAT PETROLEUM CORPN. LIMITED


Project: INTEGRATED REFINERY EXPANSION PROJECT
AT KOCHI REFINERY
MR No.: A307-0IG-VV-MR-6545 REV.A
Item: PRESSURE VESSEL CS (UPTO 25MM THK & 26 TO
50MM THK)
Due Date & Time: 17-FEB-2015 & Up to 1200 Hrs. (IST)

At 1400 Hrs. (IST) on 17-FEB-2015 (at EIB - 5th Floor,


Engineers India Limited, Bhikaiji Cama Place, R. K. Puram,
UNPRICED BID OPENING: New Delhi 110066, India) (In case the bid due date happens to
fall on Holiday, the next working day shall be deemed to be due
date)
PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.

Gentlemen,

Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-procurement
system for the subject item in total compliance to technical specifications, scope, terms & conditions of enquiry
documents / attachments.

1. Bidder should submit their bids strictly as per the requirements outlined hereunder and as specified in
the material requisition.
2. Bidder can download the RFQ documents from EIL website http://tenders.eil.co.in only.
3. The bidders are required to submit soft copies of their bids electronically on the CPP Portal only (URL:
http://eprocure.gov.in/cppp), on or before the bid submission date and time. Bidders are required to
register themselves at http://eprocure.gov.in/cppp).
Bidders to refer attached E-TENDERING METHODOLOGY (ANNEXURE-I) for detailed instructions
on registration and online bid submission.
4. Special Notes for e-tendering:
a) NIC Portal mandates that the bidders are to be registered on the portal. The enquiry is being issued
through EIL Tender Portal http://tenders.eil.co.in and Bidders can download the complete RFQ
documents from the EIL Tender Portal only. And bidders shall submit their bids through NIC Portal
(https://eprocure.gov.in/eprocure/app ) only.

b) All those vendors who have still not registered on the NIC Portal are required to register on the same
(immediately after issue of enquiry on EIL Tender portal but not later than ten days before the bid due
date) for facilitating uploading of their bids on the NIC Portal failing which it will not be possible for them
to upload their bids. Pursuant to registration, the vendors are required to inform regarding NIC
registration details.
Only NIC registered vendors can upload their bids on the NIC portal. Therefore, all those bidders who
have not complied with the above registration requirements will not be eligible to bid. NIC registered
bidders will be able to upload their bids from about one week before the bid due date up to Bid Due
Date. However, an EIL enlisted vendor for the subject Limited RFQ who completes their NIC

Page 1 of 6

Page 3 of 283
Registration (including Digital Signature Certificate Registration) on NIC Portal atleast 2 (two) working
days prior to the Final Bid Due Date shall be allowed to upload their bids through a Corrigendum issued
by EIL in the NIC Portal, provided such request from the concerned Vendor is received in EIL through E-
mail by concerned Dealing Officer/RFQ Issuing Authority atleast 2 (two) working days prior to Bid Due
Date. Request for extension in due date of submission of bids due to non registration or delayed
registration in NIC portal shall not be entertained.
c) The bid has to be necessarily submitted on the NIC Portal only. Inability of the bidders to upload their
bids on account of not completing the registration with NIC portal as mentioned above will not be a
reason for seeking BDD extension.
d) Enlisted vendors of EIL who have completed the registration on NIC shall only be allowed to submit the
bids through NIC Portal. Therefore, it is in the interest of the bidders that they register on the NIC Portal
at the earliest.
e) The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt,
the vendor may contact the 24 X 7 CPP Portal helpdesk at Contact No. 1800-3070-2232 or Mobile Nos.
+91-7878007972/ +91-7878007973 and E-mail: support.nic@eil.co.in .

5. Bidders in their own interest are requested to register on CPP Portal and upload/submit their bid well in
time. Bidder will be responsible for any delay due to other issues.
6. Bidders are required to upload the complete bid comprising of Part-I:- Unpriced Bid along with all
supporting documents & Part-II :- Priced Bid on the CPP Portal (http://eprocure.gov.in/cppp) only.- Refer
E-Tendering Methodology (ANNEXURE-I) enclosed with RFQ documents.

7. Upon the successful and timely submission of bids, the portal will give a successful bid submission
message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid
with all other relevant details. The bid summary has to be printed and kept as an acknowledgment of the
submission of bid. This acknowledgment may be used as an entry pass for attending the un-priced bid
opening, if bidders so desire.
8. Technical specification should be strictly as per the Material Requisition attached. It may be noted that
the Bid shal be evaluated as received and technical queries may not be issued.
9. Commercial requirements are specified in the Special Instructions to Bidders, General Purchase
Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ documents. The pre-
filled Agreed Terms & Conditions Questionnaire should be returned duly signed and stamped along with
copy of your un-priced bid.
10. The order, if placed, will be issued by our above-mentioned client.
11. If not bidding, please inform vide E-mail with attached regret letter within the due date & time, with
reasons(s) of not participating in the RFQ. In case there is no response, names of such bidder may not
be considered for issuance of future enquiries.
12. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.
13. Repeat Order is not applicable to this MR/RFQ.
14. Delivery Period:- Within 6 Months on FOT Despatch Point Basis from the date of Fax of Acceptance.
Date of LR/GR shall be considered the date of delivery.
15. Payment Terms shall be as per following:- The payment shall be made in accordance with S. No. 1.4 &
1.7 Under Section A of Special Instruction to Bidders (SIB).
16. The offer should be valid for 03 (Three) months from final bid due date.
17. Only E-Bids uploaded in the e-tendering portal (http://eprocure.gov.in/cppp) shall be acceptable.
Physical bids and Bids/ Offer through Email or fax/ Telex/Telegraphic or Bids received in open
condition or Bids in any other mode shall not be accepted.
18. The bidder shall bear all costs associated with the preparation and submission of its bid, and the
Purchaser/Consultant shall in no case be responsible or liable for these costs regardless of the

Page 2 of 6

Page 4 of 283
conduct or outcome of the bidding process.
Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
19. The E-bids received online shall be opened at EIL office on due date and time as specified above.
Bidder can view online the name of the other bidders who have submitted their e-bids after opening is
performed by EIL.
20. All technically and commercially acceptable bidders will be advised of venue, date and time of priced
bid opening. Bids shall be opened online, hence bidders may review opening status at their places.
Interested bidder may sent their representatives (duly authorised by a competent person and having
the Letter of Authority as per proforma enclosed), of such technically and commercially acceptable
bidders. Time and Date of opening of Price Bids shall be notified to the qualified and acceptable
bidders at a later date.
21. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the
bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject
offers made by intermediaries.
22. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with
the bid.
23. Bidders to note that price changes against Technical / commercial clarifications, in line with terms &
conditions of enquiry documents are not allowed. In case any bidder gives revised prices / price
implications against such clarifications, their bid shall be liable for rejection.
24. EIL reserves the right to use in-house information for assessment of bidders capability for
consideration of bid.
25. In case any bidder is found to be involved in cartel formation, his bid will not be considered for
evaluation / placement of order. Such bidder will also be debarred from bidding in future.
26. The bidder who is providing the technology from the company which is recently acquired / taken over
by them or purchasing the technology by other companies, shall be provide proper documentary
evidence. In the absence of the same their offer shall be liable for rejection.
27. Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of
RFQ.
28. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small Enterprises
(MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST) entrepreneurs, purchase
preference as admissible/applicable from time to time under the existing Govt. policy. Bidder to submit
documentary evidence for the same duly certified by Statutory Auditor of the bidder or a practicing
Chartered Accountant (not being an employee or a Director or not having any interest in the Bidders
company / firm) where audited accounts are not mandatory as per law.).
29. The Net Worth of the bidder should be positive as per the immediate preceding year's audited financial
results. Bidders are therefore requested to furnish the Audited Financial Statement for the immediate
preceding year including Profit & Loss Account.
Bidders are required to submit the complete audited financial report for the preceding
financial year including balance sheet, profit and loss statements along with all relevant
annexures required to assess the positive net worth of the bidder in that financial year. Failure
to submit the same may render your bid liable for rejection.
30. Purchaser reserve the right to make any changes in the terms and conditions of purchase and to reject
any or all the bids.

Page 3 of 6

Page 5 of 283
31. Category of MR:
i) Please note that this is a Category-I MR whereby no technical offers are invited and no
correspondence shall be entered into or entertained after bid submission.

ii) No technical details of any nature shall be included in the offer and if the offer contains any
technical deviations or clarifications or stipulates any technical specifications, the offer shall be
liable for rejection.
iii) The submission of prices by vendor shall be construed to mean that the vendor has confirmed
compliance with all technical specifications of the correspondence item.
32. Contact Persons for this RFQ are:
Mr Subhendu Mondal, DGM (C&P),
Phone No. +91-(0)11-2676-3883 & email: subhendu.mondal@eil.co.in
Ms. Vibha Bharti, Sr. Engineer (C&P),
Phone No. +91-(0)11-2676-3874 & email: vibha.bharti@eil.co.in

* Please specify RFQ. No. SM/A307-0IG-VV-MR-6545/104 in all Correspondence.


THIS IS NOT AN ORDER
Very truly yours,
For & on behalf of
Bharat Petroleum Corporation Limited

(SUBHENDU MONDAL)
DY. GEN. MANAGER(C&P)
ENGINEERS INDIA LIMITED
Enclosure: As per List Attached

Page 4 of 6

Page 6 of 283
LIST OF ENCLOSURES

DOCUMENT
A) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
B) Price Schedule Format
C) Commercial document:
i) Agreed Terms & Conditions (For Indian Bidders)
ii) Special Instruction to Bidders (SIB)
iii) General Purchase Conditions (Indian)
iv) Proforma of Bank Guarantee (Performance)
v) Integrity Pact
vi) E-tendering Methodology (Annexure-I).
D) Technical document MR No. A307-0IG-VV-MR-6545 Rev. A

Page 5 of 6

Page 7 of 283
Proforma of Letter of Authority
for Attending Unpriced / Priced Bid Opening

No. Date:

The Dy. General Manager (C&P)


Engineers India Limited
Engineers India Bhawan EIB-5th Floor
1-Bhikaiji Cama Place
New Delhi 110 066
India

Attn. : Mr. S.MONDAL

Dear Sir,

We ..hereby authorise following representative(s) to attend the


Unpriced / Priced Bid Opening against your RFQ No.. ... for
... (Item Name)

1. Name & Designation . Signature .

2. Name & Designation . Signature .

We confirm that we shall be bound by all and whatsoever our representative(s) shall commit.

Yours faithfully,

Signature _________________________
Name & Designation ________________
For & on behalf of __________________

Note:

This Letter of Authority should be on the letterhead of the bidder and should be signed by a
person competent and having the Power of Attorney to bind the bidder.

Page 6 of 6

Page 8 of 283
PREAMBLE TO PRICE SCHEDULE
RFQ NO. SM/A307-0IG-VV-MR-6545/104

ITEM : PRESSURE VESSEL -CS (UPTO 25 MM THK & 26-50 MM THK)

BIDDER'S NAME :
1 Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.

2 Bidder must quote Transportation Charges inclusive of Service Tax plus ed. Cess thereupon in the space provided in the price schedule as per MR.

3 Bidder shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty. rate of Custom Duty etc. in attached FORM- 2..

4 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
5 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
6 Bidder to clearly indicate 'Quoted' / 'Not Quoted' against each Sr. No. in the price column in the unpriced Price Schedule. Bidders to submit Price Part of above Price Schedule in their Priced Bid
and Unpriced Part with the Unpriced Bid.
7 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.
8 Bidders shall quote Unit Rates for Addition/ Deletion purpose, as per Format provided with Material Requisition.
9 Bidder to note that inspection shall be carried out by EIL and the charges for the same shall be borne by Owner. However, in case of certain Import Contents as required by bidder for subject item
the same shall be procured under TPIA (Lloyds/BV/DNV/TUV/CEIL) inspection in the country of origin and the quoted prices shall be inclusive of the same.
10 Bidder must submit signed and stamped Un-Priced copy of Price Schedule indicated "Quoted" against each item with their Unpriced offer.
11 In case of any discrepancy between Unit Price and Total Price, Unit Price shall prevail.

12 Bidder to confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ, Material Requisition etc and quoted his prices accordingly without any deviation.
13 Evaluation shall be done on itemwise basis as per relevant provisions of RFQ documents.

NOTES: 1.Bidders must submit this document duly signed and stamped with both unpriced & priced offer.

2.Price Schedule contains total 3 pages .

(Signature & Stamp Of Bidder)

Page 9 of 283
PRICE SCHEDULE

RFQ NO. SM/A307-0IG-VV-MR-6545/104

ITEM : PRESSURE VESSEL -CS (UPTO 25 MM THK & 26-50 MM THK)

NAME OF BIDDER: M/S __________________________

Unit Transportation Total Transportation


ITEM SL. Unit Price on FOT Total Price on FOT
QTY Charges up to Project Site Charges up to Project Site
NO. AS TAG NO. DESCRIPTION Despatch Point Basis Despatch Point Basis incl.
(NOS.) inclusive of Service Tax + inclusive of Service Tax +
PER MR. incl. of P & F (INR) of P & F (INR)
Ed. Cess. (INR) Ed. Cess. (INR)

01.00 Supply of following Tags/ Items as per complete scope mentioned in Material Requisition No. A307-0IG-VV-MR-6545 REV.A

MAKE UP GAS COMPRESSOR K. O. DRUM


01.01 IG-V-114A/B 2
(2ND STAGE)

MAKE UP COMPRESSOR 2ND STAGE


01.02 IV-V-112 A/B 2
SUCTION K. O. DRUM

01.03 IV-V-301 LEAN AMINE SURGE DRUM 1

01.04 IST-V-504 MDEA SUMP DRUM 1

01.05 IFP-V-804 HP FLARE K.O.D 1

01.06 IST-V-502 REGENARATOR OVERHEAD DRUM 1

Unit Rates of items for addition/


Bidder to furnish the Unit Rates for Addition/ Deletion in the format provided with MR only in separate folder
06.00 deletion purpose, as per the enclosed 1 Lot
provided in E-tender Portal.
specification (As per MR)

Page 10 of 283
FORM-2

ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY


FORMAT - "CIF/CD"
RFQ NO. SM/A307-0IG-VV-MR-6545/104

ITEM : PRESSURE VESSEL -CS (UPTO 25 MM THK & 26-50 MM THK)

NAME OF BIDDER: M/S __________________________

DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT CONSIDERED AND INCLUDED IN QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE

DESCRIPTION CIF value of Import RATE OF IMPORT DUTY INCLUDED IN QUOTED SUPPLY PRICES
For Item Sl Description Qty. Content included in CUSTOM BASIC CVD + EDU. EDU. CESS SAD (%) TOTAL CUSTOM
. No. as per of Imported (Unit____) quoted supply TARIFF CUSTOMS CESS ON ON DUTY (%)
MR Items *(1) prices for column NO. DUTY (%) CVD (%) CUSTOM
(2) Qty. DUTY (%)
(In Rs)

1 2 3 4 5 6 7 8 9
i)_____

ii)_____

For Item
SL. No.

TOTAL CIF VALUE

Note: Bidder to furnish item tag wise CIF value break up in separate sheet.

Page 11 of 283
A307_ATC (I) Page 1 of 8

BHARAT PETROLEUM CORPORATION LTD


IREP-Kochi Refinery
(Job No. A307)
AGREED TERMS & CONDITIONS (ATC)
(FOR INDIAN BIDDERS)
Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Suppliers Offer Ref No. & Date: ______________________________________________________

Tel. No. ___________________Mob. No. ______________________ Fax No. ________________

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS QUESTIONNAIRE, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE
ENCLOSED.

3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF


AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME
GIVEN HEREIN SHALL PREVAIL.

4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN


QUESTIONNAIRE WITH UN-PRICED BID AND/ OR SUBMITTING INCOMPLETE
REPLIES MAY LEAD TO REJECTION OF SUPPLIERS BID.

5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS


CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL/
TECHNICAL NOTES AND SCOPE OF SUPPLY/SERVICES/ SITE WORK, AS APPLICABLE
INCLUDING DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND
SUBSEQUENT TECHNICAL/ COMMERCIAL AMENDMENT AND TECHNICAL/
COMMERCIAL CORRIGENDUM, IF ANY.

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.

1. Price Basis:
i) Quoted supply prices are on FOT - Despatch Point basis Confirmed
inclusive of Packing & Forwarding.
ii) Specify Despatch Point
-----------------------
iii) Freight Charges:
a) Confirmed , Quoted in Price
a) Confirm firm transportation charges inclusive of Service Tax Schedule
and Ed Cess, upto project site, has been quoted separately
by you in Price Schedule.
b) Confirmed
b) No Variation on any account (including Statutory Variation) on
Service Tax on Transportation Charges shall be paid by the
owner.

iv) Insurance:

a) For Supply Only


Transit/Marine Insurance of Equipment/ Item has been taken Confirmed.
care by the Owner & charges of the same have not been
included in the quoted prices.

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 12 of 283
A307_ATC (I) Page 2 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.

b) For Supply + Site Work


Confirmed
Comprehensive Insurance (Transit/Marine-cum-storage-cum-
erection till handing over of equipment) has been taken care
by the Seller & charges of the same have been included in
the quoted prices.
2. Excise Duty applicable extra on Finished Goods:

a. Specify Excise Tariff Sub-Heading No. _________________

b. Present Rate of Excise Duty & Edu. Cess payable extra on ..%
finished goods (including Spares)

c. Any variations in Excise Duty & Edu. Cess at the time of Confirmed
supplies for any reasons including variation due to Turnover
shall be borne by the Seller. Only Statutory Variations within
the Contractual Delivery / completion period shall be borne by
Purchaser.

d. If Excise Duty & Edu. Cess is not applicable at present due to Confirmed
any reason, the same shall be borne by Seller if it becomes
applicable later.

e. Confirm Excise Duty & Edu. Cess will not be applicable on Confirmed
transportation charges.

f. If Excise Duty & Edu. Cess is not applicable on transportation Confirmed


charges presently, and if it becomes applicable at the time of
delivery due to any reasons other than statutory, the same will
be borne by the Supplier. Confirm acceptance.

g. Non Cenvatable Excise Duty, if any is included in quoted Confirmed


prices & no variation on any account (including statutory
variation) shall be paid by Owner.

h. Only Statutory Variations, if any, in the present rate of Excise Confirmed


Duty, upto the Contractual Delivery Date / Completion Period
shall be to Owners account subject to documentary evidence
to be furnished by Seller.
3. Sales Tax applicable extra on finished goods:
a. Central Sales Tax against Concessional Form C payable (Applicable / Not Applicable)
extra on finished goods (including spares) is applicable & the (Please tick whichever is applicable)
present rate (in %age) is indicated
%
b. Kerala VAT payable extra on finished goods (including (Applicable / Not Applicable)
spares) without concessional form is applicable & the present (Please tick whichever is applicable)
rate (in %age) is indicated
.%
c. If CST / Kerala VAT is not applicable at present due to any
reason, the same shall be borne by Supplier if it becomes Confirmed
applicable later.

d. Confirm CST/ Kerala VAT will not be applicable on Confirmed


transportation charges.

e. If CST / Kerala VAT is not applicable on transportation Confirmed


charges presently, and if it becomes applicable at the time of
delivery due to any reasons other than statutory, the same will
be borne by the Supplier. Confirm acceptance.

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 13 of 283
A307_ATC (I) Page 3 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.

h. Only Statutory Variations, if any, in the present rate of CST / Confirmed


Kerala VAT, upto the Contractual Delivery Date / Completion
Period shall be to Owners account subject to documentary
evidence to be furnished by Seller.
4. Octroi / Entry Tax:
Octroi / Entry Tax, if applicable on finished goods (including Confirmed
spares) shall be borne and paid directly by Owner. Confirm
that Octroi / Entry Tax has not been included in the quoted
prices.
5. Any new or additional taxes/ duties and any increase in the
Confirmed
existing Cenvatable taxes/duties imposed after contractual
completion period shall be to Suppliers account whereas any
corresponding decrease in the existing Cenvatable taxes/
duties shall be passed on to the Owner.
6. Spares Parts:
a. Confirm item wise unit price (FOT Despatch Point) of Confirmed
following spare parts as required in Material Requisition (MR)
have been included indicating itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR are included in Confirmed (if Applicable as per MR)
the quoted Price.
iii) Special Tools & Tackles as specified in the MR are Confirmed (if Applicable as per MR)
included in the quoted prices.
iv) Confirm spares wherever required have been included in Confirmed (if Applicable as per MR)
the quoted price and list of spares is also furnished.
v) Recommended Spares for Two Years Operation & Confirmed (if Applicable as per MR)
Maintenance, as specified in MR have been quoted
separately with Price validity of One (1) year from Contractual
Delivery Date for Main Items/Equipment & List of such spares
has been furnished in the Unpriced Bid.

7. Site Work:
For Site Work, if in the scope of the Bidder as per MR, please
confirm the following:
Confirm that quoted site work prices are exclusive of Service
a. Tax & Edu. Cess but inclusive of VAT on Works Contract and Confirmed
all other applicable taxes & duties.
b. Percentage of Service Tax & Edu. Cess as applicable extra -------------------%
on Site Work.
c. Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating the VAT
on Works Contract payable for enabling Owner to
deduct the same from Supplier Invoices & make Confirmed
payment to the tax authorities. TDS Certificate towards
VAT on Works Contract shall be provided by Owner.
Statutory variation on VAT on Works Contract shall not
be payable by Owner.
d. Statutory Variation on Service Tax & Edu. Cess on Site work
shall be paid by the Owner against documentary evidence
Confirmed
within Contractual completion period.

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 14 of 283
A307_ATC (I) Page 4 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.

e. Confirm that Entry Tax / Octroi applicable on Construction


Machinery/Equipment brought by the supplier to site to Confirmed
execute / complete the site work shall be borne by the
Supplier and same is included in the quoted prices. No
variation (including statutory) on such entry tax shall be paid
by the Owner.
8. Supervision / Training Charges:

a. Charges for Supervision / Training, if in the scope of the Confirmed, Quoted in Price
Bidder as per MR have been indicated by bidder separately in Schedule
the Price Schedule.

b. Percentage of Service Tax & Edu. Cess as applicable extra ----------------%


on Supervision / Training

c. Per-diem rate for supervision has been quoted in accordance Confirmed


with the Terms & Conditions for Supervision enclosed with the
RFQ Documents.

d. Where erection/ testing/ commissioning supervision, Noted & Confirmed


commissioning assistance is required as per RFQ Documents
/ Material requisition, penalty for non mobilization/delay in
mobilization as per order shall be applicable. The penalty
shall generally be 1.5 times the per diem rate for each day of
delay of reporting to site and shall be in addition to price
reduction for delayed delivery.

e. Bidders shall also provide additional BG of an amount equal Noted & Confirmed
to the per diem charges for the number of days considered for
evaluation, over and above 10% PBG to cover compensation
for delay in mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the erection/
commissioning personnel reporting at site. This BG shall be
furnished along with payment milestone for submission of
final documentation as per MR and shall be initially valid up to
six months which shall be extended based on the request by
Owner.

9. Confirm documentation charges as per MR are included in Confirmed


quoted prices.

10. Price Reduction for delay in delivery/ completion:

a) Confirm acceptance of price reduction schedule for delay in Confirmed


deliveries / completion as specified in GPC & Special
Instructions to Bidders (SIB) enclosed in RFQ Document.
Liquidated damages or penalty are not acceptable.

b) In case of delay, vendor will reduce the invoice amount by Confirmed


applicable reduction.

11. Delivery / Completion Period:


Please confirm delivery / completion period as specified in the Confirmed
RFQ Covering Letter.
12. Payment Terms:
Confirm acceptance of Terms and Mode of Payment as per Confirmed
respective clause(s) given in SIB and RFQ covering letter.

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 15 of 283
A307_ATC (I) Page 5 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.
13.1 PART ORDER:
a. Confirm acceptance of Part Order clause as per GPC Confirmed (If Applicable as per MR)
(Indigenous). And bidder also confirm acceptance to part
quantity orders of any items (having quantities 5 Nos. & more)
to facilitate purchase preference to MSME bidders as per
Govt. guide lines.
13.2 MSME BIDDERS:
YES/ NO
a Confirm whether the bidder is a MSME bidder or not. (Please tick whichever is applicable)
b In case bidder is a MSME bidder, they must submit
documentary evidence for the same duly certified by
Statutory Auditor of the bidder or a practicing Charted
_________________
Account (not being an employee or a Director or not
having any interest in the Bidders company/ firm) where
audited accounts are not mandatory as per law.
c In case bidder does not submit duly authenticated
documentary evidence as required above, bidder shall Confirmed
not be considered eligible for availing MSME benefits.
d Any charges quoted extra as lumpsum (like IBR,
Testing, freight, etc.) shall be applicable prorata on
Confirmed
value basis in the event of part order / part quantities/
split order.
14. Repeat Order:
Confirm Acceptance of Repeat Order clause as per RFQ Confirmed
Covering Letter / SIB / GPC.

15. Performance Bank Guarantee:


a) In the event of award of order, submission of Performance Confirmed
Bank Guarantee for 10% of total order value along with
Final supply payment valid till full guarantee period plus 3
(Three) months.

b) The Performance Bank Guarantee shall be strictly as per Confirmed


enclosed proforma and shall be from any Indian
Scheduled Bank or branch of an International Bank
situated in India and registered with Reserve Bank of
India as scheduled foreign Bank.

16. Guarantee / Warranty: Confirmed


Confirm acceptance to Guarantee / Warranty clause as
mentioned in the GPC/SIB.

17. Firmness of prices:


Confirm quoted prices shall remain firm and fixed till complete Confirmed
execution of order. Price Variation shall not be considered on
any account.

18. Testing and Inspection charges:


a. Goods supplied are subject to stage wise and final inspection
as specified in MR by EIL and no extra charges shall be Confirmed
payable by Owner towards the same. Travel, Living and
Personnel expenses of EILs Representative shall be borne
by Owner.

b. Quoted prices are:


i) Inclusive of all testing and inspection charges (if applicable)
as per MR. Confirmed
ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as
required in the Material Requisition.

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 16 of 283
A307_ATC (I) Page 6 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.
Confirmed
iii) Inclusive of all statutory certification charges PESO/CCOE
etc. (if applicable) as required in the Material Requisition
Confirmed
c. Is your shop approved by IBR/CCE authority, if yes, indicate
validity.
i. IBR IBR Approved
ii. CCE
It is the responsibility of supplier to get the entire imported
materials and the built in imported contents inspected by TPIA Confirmed
(i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin and
the quoted prices are inclusive of charges towards the same.
19. Import Content:

If your offer is based on certain imported raw materials (Applicable / Not Applicable)
required for equipments/ materials offered, please specify the (Please tick whichever is applicable)
following :

a. Confirm that quoted prices are based on Merit rate of Confirmed


Customs duty, CVD, Educational Cess and SAD as
applicable.

b. Indicate rate of Import Duties considered and included in the Refer Annexure to Price Schedule
quoted prices.

c. Indicate brief description/ specification with itemised CIF Refer Annexure to Price Schedule
value and country of origin of imported material.

d. Indicate classification with tariff no. under which Vendor Refer Annexure to Price Schedule
intends to import.

e. Confirm prices shall be firm on account of variation in foreign Confirmed


exchange rate.

f. Owner shall not provide any import licence. Noted


g. Quoted prices are after considering the benefit of CENVAT on Confirmed
CVD including Edu. Cess. In case material is shipped directly
to Port/Project Site, quoted prices are excluding CENVAT
benefit.

h. In case material is directly dispatched from port, CVD amount Confirmed


shall be reimbursed subject to submission of bill of entry
documents along with CVD invoice.

i. Any upward variation due to change in Customs Duty Confirmed


classifications shall be absorbed by the vendor. However, any
reduction in customs duty due to change in classification shall
be passed on to Owner.
j. Statutory variations, if any, in the rate of Import Duties upto Confirmed
rd
2/3 contractual delivery period shall be to Owners account.

k. Any increase in price due to increase in the rate of Import


Duties, due to any reasons, whatsoever, beyond the 2/3 rd Confirmed
contractual delivery period, shall be to vendor's account.
However, any decrease in Import Duties rate at the time of
actual clearance of imported materials shall be passed on to
Owner.

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 17 of 283
A307_ATC (I) Page 7 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.
l. The CIF Value(s) indicated by the vendor shall be deemed to Confirmed
be the maximum value(s) for the purpose of payment of
variation in custom duty and/or other statutory variations, if
any, thereon.

m. Variation in price due to Customs duty rate will be dealt Confirmed


separately after receipt of material at site, against
documentary evidence.
20. Validity of Bid:

a. Confirm Bid validity as stipulated in RFQ covering letter from Confirmed


the final due date of bid submission.

21. Compliance to RFQ documents:


a) Confirm your offer is in total compliance with RFQ Document Confirmed
containing technical specifications including General /
Technical notes, scope of supply/services/site work (as
applicable) including documentation as per Material
Requisition (MR) and subsequent amendment and
corrigendum, if any.

b) Confirm your offer is in total compliance with RFQ


documentation containing commercial terms and conditions
as per the following documents, without any deviation:

i) Request for Quotation (RFQ) Confirmed


ii) Special Instructions to Bidders (SIB) Confirmed
iii) General Purchase Conditions (GPC) Confirmed
iv) Terms & Conditions of Site work / GCC / HSE / Integrity Confirmed(if applicable)
Pact.
v) Terms & Conditions for Supervision services Confirmed(if applicable)

22. Whether any of the Directors of Bidder is a relative of any Confirmed No relation
Director of Owner/EIL or the Bidder is a firm in which any
Director of Owner/EIL or his relative is a Partner or the Bidder
is a private company in which any director of Owner/EIL is a
member or Director.
23. Please confirm you have not been banned or delisted by any Not Banned
Government or Quasi Government agencies or PSUs. If you
have been banned, then this fact must be clearly stated. This
does not necessarily mean cause for disqualification.
However if this declaration is not furnished the bid shall be
rejected as non-responsive.
24. Please confirm your offer contains the following:

24.1 UNPRICED OFFER- without any Deviations Confirmed


24.2 PRICED OFFER
a. Duly filled Price Schedule with relevant annexures Confirmed
25. Please confirm that you have quoted strictly for items based Confirmed
on your registration/approval with EIL as on date of issue of
RFQ.
26. Any claim arising out of order shall be sent to Owner in writing Confirmed
with a copy to EIL within 3 months from the date of last
despatch. In case the claim is received after 3 months, the
same shall not be entertained by Consultant/ Owner.
27. Printed terms and conditions, if any, appearing in quotation, Confirmed
shall not be applicable in the event of order. In case of

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 18 of 283
A307_ATC (I) Page 8 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given/confirmed herein above shall prevail.
28. Confirm that Net worth of the Bidders company is Confirmed & Submitted
positive as per the immediate preceding years audited
financial results & Immediate preceding years audited
annual financial results has been submitted along with un-
priced bid.

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 19 of 283
BPCL-KR
Job: A307

INTEGRATED REFINERY EXPANSION PROJECT


OF
M/s BHARAT PETROLEUM CORPORATION LTD,
KOCHI REFINERY, KOCHI, KERALA

SPECIAL INSTRUCTION TO BIDDER


(SIB)

A307_SIB Rev.6 dt. 14.04.2014 Page 1 of 20

Page 20 of 283
BPCL-KR
Job: A307

INDEX
SECTION A (TERMS OF PAYMENT)
1.0 Payment Terms For Indian Bidders
2.0 Payment Terms For Foreign Bidders
3.0 Ocean Freight
SECTION B: EVALUATION CRITERIA FOR COMPARISION OF BIDS
4.0 Where only Indian Bids are under comparison
5.0 Where only Foreign Bids are under comparison
6.0 Where Indian as well as Foreign Bids are under comparison
7.0 General Notes
8.0 Special Notes on Taxes/Duties and CENVAT benefits
9.0 Price Reduction Schedule Towards Delay In Delivery
10.0 Guarantee / Warranty Period
SECTION-C: (COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS)
11.0 Basis of Loading
12.0 Payment Terms
13.0 Performance Bank Guarantee (PBG)
14.0 Delayed Deliveries
15.0 Price Variation
16.0 Freight charges
17.0 Indian taxes/ duties
18.0 Utilities
19.0 Delivery/Completion Period
20.0 Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On
Built-In Import Content)
21.0 VAT on Works Contracts/ Service Tax/ Splitting Of Orders
22.0 Entry Tax
23.0 Rejection Criteria
24.0 Suo-Moto Changes In Prices
25.0 Price Implication Not Permitted
26.0 Integrity Pact
SECTION-D: SPECIAL CONDITIONS.
27.0 Delivery Schedule/ Completion Period
28.0 Despatch Instructions for Indigenous Supplies
29.0 Additional Taxes & Duties (Applicable For Indian Bidder)
30.0 Recovery Of Custom Duty, Excise Duty And Sales Tax
31.0 Governing Law
32.0 Purchasers Rights And Remedies
33.0 Deduction At Source
34.0 Statutory Approval
35.0 Lien
36.0 Limitation Of Liability
SECTION-E: GENERAL INSTRUCTIONS
37.0 General
38.0 Fraudulent Practices
39.0 One Bid Per Bidder
40.0 Language Of Bid
41.0 Earnest Money Deposit:
42.0 Modification And Withdrawal Of Bids
43.0 Examination Of Bids And Determination Of Responsiveness
44.0 Owners Right To Accept Any Bid And To Reject Any Bid
45.0 Notification Of Award
46.0 Waiver Or Transfer Of The Agreement
47.0 T&C For Foreign Suppliers (To Whom RFQ Issued) Operated Through Their Indian
Office / Subsidiaries
48.0 Tax Residency Certificate (TRC) Format For Foreign Bidder
49.0 Requirement of Employment Visa For Foreign Nationals

SECTION-F: ADDITIONAL CLAUSES TO GPC


50.0 Settlement of dispute between CPSEs or CPSEs & Government Departments

Annexure-A ( Terms & Conditions For Indian Sourced Components / Services By


Foreign Bidder)

A307_SIB Rev.6 dt. 14.04.2014 Page 2 of 20

Page 21 of 283
BPCL-KR
Job: A307

SPECIAL INSTRUCTIONS TO BIDDERS


BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY
INTEGRATED REFINERY EXPANSION PROJECT

SECTION-A: TERMS OF PAYMENT


In partial modification of the Payment Terms as mentioned in the General Purchase Conditions, the following
payment terms shall be applicable.

1.0 PAYMENT TERMS FOR INDIAN BIDDERS:

1.1 Where the Material Requisition is only for supply of materials and there is no Supplier Data
Requirement specified in MR e.g. Bulk Piping Items, etc.
1.1.1 100% Payment within 30 days after receipt and acceptance of materials at site and on submission of
Performance Bank Guarantee for 10% of Total Order Value, valid till the full guarantee period plus
Three months claim period.

1.2 Where the Material Requisition calls for Supplier Drawings/Technical Documentation.
1.2.1 90% Payment within 30 days of receipt and acceptance of materials at Site and on submission of
dispatch documents.
1.2.2 10% Payment after receipt of final technical documentation as per PR against EILs certification and
on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee
period plus Three months claim period.

1.3 Where Supply of materials and Erection or Site Work are in the scope of Supplier and
Package Items.
1.3.1 Supply
1.3.1.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.3.1.2 15% Payment after receipt of identified raw materials at Suppliers Works and against certification by
EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order
plus Three months claim period.
1.3.1.3 60% Payment after receipt of equipment/materials at BPCLs Site. Billing Schedule to be furnished
by the Supplier in case pro-rata payments are required.
1.3.1.4 10% payment after completion of Site Work and submission of final Technical documents as
specified in the Purchase Requisition against EILs Certification and submission of Performance
Bank Guarantee for 10% of Total Order Value (Supply plus Site Work), valid till full guarantee period
plus three months claim period.
In case of delay in start of the site work beyond 6 months, the above 10% Payment shall be released
against submission of Bank Guarantee of equivalent amount valid initially for 1 year and subject to
extension upto completion of the site work. However, in the event of delay in the site work, the
Supplier is not relieved of his responsibility to carry out the same.
1.3.1.5 10% payment within 30 days of handing over the successfully commissioned equipment. Wherever
commissioning is not in the Suppliers scope, the payment will be released after completion of Site
Work as per PR and handing over of equipment.

1.3.2 Erection/ Site work


1.3.2.1 90% Payment against monthly running bills (based on agreed Billing Schedule), duly certified by
EIL.
1.3.2.2 10% Payment within 30 days after final handing over of equipment package to BPCL at site.

1.4 Fabricated Items (Vessels, Columns, Heat Exchangers, etc.)


1.4.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.

A307_SIB Rev.6 dt. 14.04.2014 Page 3 of 20

Page 22 of 283
BPCL-KR
Job: A307

1.4.2 15% after receipt of identified raw materials at Suppliers Works and against certification by EIL and
submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus
Three months claim period.
1.4.3 60% Payment through NEFT against receipt of materials at BPCLs Site. Billing Schedule to be
furnished by the Supplier in case pro-rata payments are required.
1.4.4 10% Payment after receipt of final documents as required in Purchase Requisition against EILs
certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid
till full guarantee period plus Three months claim period.
1.4.5 Balance 10% Payment within 30 days of receipt of equipment at Site.

1.5 Other Items (Pumps, Compressors, Switchgears, etc.)


1.5.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.5.2 75% Payment against receipt of materials at BPCLs Site. Billing Schedule to be furnished by the
Supplier in case pro-rata payments are required.
1.5.3 10% Payment after receipt of final documents as required in Purchase Requisition against EILs
certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid
till full guarantee period plus three months claim period
1.5.4 Balance 10% Payment against Commissioning/Demonstration of Performance Guarantee (if
applicable) or 6 months from receipt of material at Site (against Bank Guarantee of equivalent
amount valid for 1 year), whichever is earlier. However, in the event of delay in conducting the
Performance Guarantee Run, the Supplier is not relieved of his responsibility to carry out the same.
No additional payment shall be made for visit of Supplier to Site for demonstrating the performance,
if the same is included in the scope of Supplier.
For items where supervision during erection, testing and commissioning is not required, the last 10%
Payment shall be released within 30 days of receipt of material at Site.

1.6 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
1.6.1 100% Payment of Invoice Amount shall be paid on completion of supervision services / PGTR
against submission of Invoice along with Time Sheet duly certified by EIL/BPCL Site-In-Charge.
Payment shall be made after deducting Income Tax at applicable rate. Service Tax, if any, shall be
paid on submission of Service Tax Invoice.
1.6.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.

1.6.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnished along with payment milestone for submission of final documentation as per PR
and shall be valid up to six months which shall be extended based on the request by BPCL. (In case
where commissioning, Performance Guarantee Test, etc. are required and the 10% is under hold,
this condition shall not be applicable).
1.7 Transportation charges
1.7.1 100% Payment within 4 weeks after receipt of materials at site.

1.8 General
1.8.1 Excise Duty, Service Tax & VAT on Supplies shall be released only on receipt of Cenvatable/
Vatable copy of corresponding Invoice enabling availing of Input Credit by BPCL.
1.8.2 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
1.8.3 Bank Guarantee(s) shall be issued through Scheduled Commercial Bank in India/ Indian Branch of
Foreign Bank, directly to BPCL as per the Pro-forma enclosed with RFQ documents and Supplier
shall also enclose copy of the same along with Invoice.

A307_SIB Rev.6 dt. 14.04.2014 Page 4 of 20

Page 23 of 283
BPCL-KR
Job: A307

1.8.4 All payments shall be released either through Electronic Clearing System (ECS) / Electronic Fund
Transfer (EFT)/ Real Time Gross Settlement (RTGS) or through internet, within 30 days of receipt of
Invoice and all requisite documents, complete in all respects.
1.8.5 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No payment against pro-rata dispatch shall
be made without approval of Billing Schedule.
1.8.6 Major Raw Material: Shall be as specified below:
i. Columns and Vessels: Plates and Forgings
ii. Heat Exchangers: Plates, Forgings and Tubes
iii. Pumps/Compressors: Castings and Drivers
iv. Any other item(s) as may be defined in MR/PR.

2.0 PAYMENT TERMS FOR FOREIGN BIDDERS:


2.1 Where the Material Requisition is only for Supply of materials
2.1.1 100% of FOB Order Value shall be paid through an Irrevocable Letter of Credit against submission
of Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of
Fax of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
For PGTR cases only
In case of PGTR 90% supply amount shall be released through Letter of Credit and last 10% supply
amount shall be released against successful demonstration of Performance Guarantee Test Run &
submission of Invoices duly certified by Site-In-charge or 6 months from receipt of material at site
(against BG of equivalent amount valid for 1 year), whichever is earlier. However in the event of
delay in conducting the PGTR, the bidder is not relieved of his responsibility to carry out the same.
No additional payment shall be made for visit of supplier to site for demonstrating the PGTR, if the
same is included in the scope of supplier.

2.2 Where the Material Requisition calls for Supply of material and Erection or Site Work in the
scope of Supplier and Package Items
For Supply Portion
2.2.1 90% Payment of FOB Supply value through an Irrevocable Letter of Credit against submission of
Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax
of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
2.2.2 10% Payment of FOB Supply value through direct wire transfer through banking channels on
completion of Erection or Site Work or Commissioning/Performance Guarantee Test Run (PGTR) at
site, as applicable as per Purchase Order/Purchase Requisition (PR) against submission of final
documents or Certificate of Completion of Work by BPCL Site.
For PGTR cases only
The above amount (10%) shall be released against successful demonstration of Performance
Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from
receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier.
However in the event of delay in conducting the PGTR, the bidder is not relieved of his responsibility
to carry out the same. No additional payment shall be made for visit of supplier to site for
demonstrating the PGTR, if the same is included in the scope of supplier.

For Site Work Portion (Erection/Commissioning/PGTR)


2.2.3 100% Payment of Amount for Erection or Site Work or Commissioning/Performance Guarantee Test
Run (PGTR) at site, shall be paid through direct wire transfer through banking channels on
completion of Erection or Site Work at site as per Purchase Order against submission of Certificate
for Completion of Work by EIL Site.
The Letter of Credit shall be established only on receipt of acceptance of Fax of
Acceptance/Purchase Order along with submission of Performance Bank Guarantee of 15% of Total
Order Value [Supply+Site Work] (10% towards Performance Bank Guarantee valid till full Guarantee

A307_SIB Rev.6 dt. 14.04.2014 Page 5 of 20

Page 24 of 283
BPCL-KR
Job: A307

period plus Three months claim period & separate 5% Bank Guarantee towards Price Reduction
Schedule due to delay in delivery valid till contractual delivery date (CDD) + Five and half Months).

2.3 For Training


2.3.1 At Site: 100% payment against final bill to be submitted by seller after completion of training duly
certified by site-in-charge.
2.3.2 At Suppliers Works: 100% payment against final bill to be submitted by seller after completion of
training.
2.4 Annual Maintenance Contract
100% payment shall be paid at the end of each quarter of the contractual year against quarterly
progressive bills to be submitted by Seller duly certified by Site-in-Charge.
2.5 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
2.5.1 100% Payment of Invoice amount through direct wire transfer as per normal banking channels on
completion of supervision activity / PGTR upon submission of Invoice, Time Sheet duly certified by
Site In-Charge at BPCL Site, legible copy of visa (showing date of entry and date of exit from India)
and passport (showing Name and Nationality of the personnel). Payment shall be made after
deducting Income Tax at applicable rate.
2.5.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.

2.5.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnish along with dispatch documents which shall be initially valid up to six months whixh
shall be extended based on the request by BPCL.

2.6 General
2.6.1 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
2.6.2 All Bank Guarantee(s) shall be issued through any Indian Scheduled Bank or branch of an
International Bank situated in India and registered with Reserve Bank of India as scheduled foreign
Bank as per Pro-forma provided in RFQ documents. All Bank Guarantees will be directly to BPCL by
the Bank.
2.6.3 All bank charges and stamp duties payable outside India in connection with payments shall be borne
by the Supplier. All bank charges and stamp duties payable in India shall be borne by BPCL except
L/C Amendment charges for delays in delivery. Confirmation charges for Confirmed L/C shall be
borne by Supplier.
2.6.4 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No part shipment shall be made without
approval of billing schedule.
2.6.5 Subject to Technical Acceptability, For supplies sourced within India (if any) by Foreign
Bidder & directly dispatched to Site shall have following provisions: (Refer Annexure-A)

3.0 OCEAN FREIGHT:


3.1 Ocean freight from FOB Port of Exit to designated Indian Port shall be arranged by BPCL through
their nominated Freight Forwarder. Supplier shall arrange handing over the material to BPCL Freight
Forwarder at the designated Port of Exit.
3.2 In cases where the RFQ requires the Supplier to quote Ocean Freight, BPCL reserves the right to
ask the Supplier to arrange shipment through their own Freight Forwarder at the quoted freight
rates.
3.3 Owner/EIL reserves the right to place the order for foreign bidder either on FOB basis or CFR basis.
In case of award, initially the order shall be placed on FOB basis and Owner reserves the right to
convert the same to CFR basis within 4 months, from placement of order. Therefore, the Ocean

A307_SIB Rev.6 dt. 14.04.2014 Page 6 of 20

Page 25 of 283
BPCL-KR
Job: A307

Freight Charges/ CFR prices should be valid for additional 4 months from the date of Order. The
bidder is required to furnish the shipping details within 45 days from the date of order. In case the
bidder is not able to prove the shipping details within 45 days then 4 months shall be considered
from the date of receipt of shipping details of consignment for converting FOB to CFR.
3.4 Above clause no. 3.1 to 3.3 is not applicable for Turn-Key jobs where ocean freight along with
Marine cum transit cum erection insurance in bidders scope.

SECTION B: EVALUATION CRITERIA FOR COMPARISION OF BIDS

4.0 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON:


Bids shall be evaluated on the basis of Net Effective Price i.e. landed cost at Site including Third
Party Inspection charges (if applicable) by Third Party Inspection Agency as nominated by BPCL
minus CENVAT/ Set Off benefit available to BPCL.
Commercial loading shall be done on FOT Dispatch Point price.
If a Bidder does not quote freight charges, his offer shall be loaded with maximum freight charges as
quoted by the other bidders.
Taxes/Duties:
Taxes and Duties will be loaded as applicable. However, if a Bidder states that the Sales Tax/
Excise Duty is not applicable at present or quotes lesser percentage stating the same will be
charged as applicable at the time of delivery, then such Bidders price will be loaded by the highest
rate as indicated by the remaining bidders.

5.0 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON:


Bids shall be evaluated on the CIF basis including Custom Clearance (as mentioned below),
considering firm ocean freight up to Port of Entry (Kochi, India) as quoted by bidders.
Sl. No. Head Basis
1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of
pipes*) and Third Party Inspection charges.
* Stowage charges, if not included in the quoted FOB Price, the
same shall be loaded @ 10% of freight quoted by the Bidder.
2 Add Ocean Freight Firm Freight charges as quoted by Bidders or provision mentioned
in the bid documents
3 Add Marine Insurance @ 1% of FOB Price
4 Add Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF
Value)
5 Commercial Loading, if any On FOB Value
6 Less Cenvatable Duties
7 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 5) (Sl. No. 6)

If a Bidder does not quote Ocean freight charges, his offer shall be loaded with maximum freight
charges as quoted by the other bidders.
Comparison shall be done on equivalent Indian Rupees considering RBI Reference rate of Foreign
Exchange published on the day of Opening of Priced Bids.
Normally, deviations in Payment terms, Firm prices & Performance Bank Guarantee are not
acceptable. However, wherever Bidder insists, the loading shall be done as applicable to Indigenous
cases on FOB price.

6.0 WHERE INDIAN AS WELL AS FOREIGN BIDS ARE UNDER COMPARISON:


Domestic Bidders:
Bids shall be evaluated on the basis of Landed Cost at Site (considering EIL Inspection charges @
1.25% of FOT Dispatch Point price) including all duties, taxes and transportation charges less
Cenvatable Excise Duty, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract,
whichever is applicable.
Commercial loading shall be done on FOT Dispatch Point price.
A307_SIB Rev.6 dt. 14.04.2014 Page 7 of 20

Page 26 of 283
BPCL-KR
Job: A307

Foreign Bidders:
Bids shall be evaluated on the basis of landed cost at Site including the charges of inspection by
Third Party Inspection Agency, all duties, taxes and ocean freight charges as under less Cenvatable
CVD/SAD, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is
applicable.

Sl. No. Head Basis


1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of
pipes*) and Third Party Inspection charges.
* Stowage charges, if not included in the quoted FOB Price, the
same shall be loaded @ 10% of freight quoted by the Bidder.
2 Add Ocean Freight Firm Freight charges as quoted by Bidders
3 Add Marine Insurance @ 1% of FOB Price
4 Add Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF
Value)
5 Add Port Handling Charges @ 2% of CIF Value

Sl. No. Head Basis


6 Add Inland Freight Charges 1% of Landed Cost i.e. Sl. Nos. 1 to 5
from Port of Entry in India to
Project Site
7 Add L/C charges @ 1% of FOB Price
8 Commercial Loading, if any On FOB Value
9 Less Cenvatable Duties
10 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 8) (Sl. No. 9)

Wherever supervision and site works are involved, in that cases service tax plus Ed. Cess shall be
loaded with as applicable rates
7.0 GENERAL NOTES:
i. Cost of Mandatory (Insurance) Spares, if identified in the Material Requisition, Commissioning
spares and Special Tools & Tackles will be included for price evaluation of bids, but costs of Spares
for Two Years Normal Operation & Maintenance shall be excluded.
ii. Cost of loading towards Technical Parameters (Utilities, etc.) wherever applicable shall be carried
out.
iii. BPCL shall claim CENVAT benefits on Excise Duty, CVD/SAD, Service Tax as well as the Cess
applicable and accordingly Excise Duty/ CVD/ SAD/ Cess/ Service Tax shall be considered and
necessary credit shall be given for evaluation and comparison of bids.
Wherever Site Work, AMC, Training, Supervision, etc. are required as per MR/RFQ, the same shall
be considered for evaluation.
iv. Bidders shall indicate the Customs Duty at Merit Rate in their Offer.

v. The Bidder must ascertain and confirm along with supporting documents in the bid, if any Custom
duty exemption / waiver is applicable to the products being supplied by bidder under any multi-lateral
/ bi-lateral trade agreement between India and Bidders country.

The bidder shall liable to provide all documentation to ensure availment of the exemption / waiver. In
case the bidder defaults on this due to any reason whatsoever, they shall be liable to bear the
incremental Custom Duty applicable, if any.

Any Custom Duty applicability on account of any change in the bi-lateral / multi-lateral agreement
shall be in bidders account.

A307_SIB Rev.6 dt. 14.04.2014 Page 8 of 20

Page 27 of 283
BPCL-KR
Job: A307

Documentation to be furnished for availing any exemption / waiver of Custom Duty shall be
specifically listed in Letter of Credit also as the pre-requisite for release of payment against shipping
documents and this documentation shall necessarily from a part of shipping documents.

vi. BPCL shall issue Concessional Form C for Central SalesTax, for all applicable cases.
vii. Comparison shall be done on equivalent Indian Rupees considering RBI Reference Rate of Foreign
Exchange published on the day of opening of the Price Bids.
viii. Third Party Inspection charges for foreign bidder must be included in quoted prices or anything
specifically mentioned in RFQ documents..
ix. Excise Duty, Central Sales Tax, VAT on Supplies & Service Tax shall not be included in the quoted
prices and shall be payable extra at actual. BPCL shall claim eligible credit on CENVAT/Service
Tax/VAT quoted by the Bidder and therefore eligible portion of CENVAT/Service Tax/VAT shall be
considered for price comparison. Bidder shall be required to furnish proper invoices issued in
accordance with relevant rules for enabling BPCL to avail CENVAT benefits. Further, the amount of
Excise Duty, Service Tax & VAT shall only be payable against submission of CENVATABLE/
VATABLE Invoices, subject to maximum amount quoted in the Offer and in case of non-submission,
will not be paid.
x. Bidders quoted transportation charges shall be inclusive of service tax plus education cess
thereupon applicable on transportation.
xi. Transit Insurance/ Marine Insurance shall be excluded from Suppliers scope for the items where
only supply is involved, and in such cases, the same shall be arranged by the Owner. For purchases
involving Site Work, the Comprehensive Insurance (Transit/Marine cum Storage, Erection, till
handing over of equipment) shall be in the scope of Supplier.
xii. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small
Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST)
entrepreneurs, purchase preference as admissible/applicable from time to time under the existing
Govt. policy. Bidder to submit documentary evidence for the same duly certified by Statutory Auditor
of the bidder or a practicing Charted Account (not being an employee or a Director or not having any
interest in the Bidders company / firm) where audited accounts are not mandatory as per law.). In
this regard, item wise quantity may be splitted and the quoted price shall remain valid.
xiii. If various item rates are present in the RFQ and if there is correction/wrong entry or a difference
between the values entered in figures and in words, the following procedure shall be adopted for
evaluation.
i. When there is a difference between the rate in figures and in words for an item, the rate
which corresponds to the amount worked out by the Bidder for the item based on the
notional quantity specified, shall be taken as correct.
ii. When the rate quoted by the Bidder in figures and words tallies but the amount is incorrect,
the rate quoted by the Bidder shall be taken as correct.
iii. When it is not possible to ascertain the correct rate as detailed above, the rate quoted for
the item in words shall be adopted as the quoted rate.
iv. If the total amount written against an item does not correspond to the rate written in figures
and if the rate in words is missing, then the higher of the rates, i.e. higher of the rate worked
out by dividing the amount by the notional quantity and the rate quoted shall be considered
for evaluation In the event that such a bid is determined as the lowest bid, the lower of the
rates shall be considered for award of works.

8.0 SPECIAL NOTES ON TAXES/DUTIES AND CENVAT BENEFITS:


(i) CST/ Kerala VAT (Applicable only on supplies being made from within state of Kerala), as
applicable during the contractual delivery period, shall be paid by the supplier and the same
shall be reimbursed on submission of the documentary proof. 'C' Form for CST will be
issued for all applicable cases. However no concessional form is applicable for Kerala VAT.
(ii) CENVAT BENEFITS: In view of CENVAT/ Input credit benefits being available to BPCL on
Excise Duty, no loading on Cenvatable excise duty and/ or interest thereon shall be
considered for comparison of bids. In the case of Kerala VAT on Supplies, loading will be
done to extent of 80% of VAT rate (since VAT credit is available for 20% only)
In the case of Service Tax, Cenvat credit against Service Tax shall be available to BPCL to
the extent of 96% only. Hence loading of 4% of Service Tax rate shall be considered for
Price evaluation.
(iii) BPCL shall claim CENVAT benefits on Excise Duty, Kerala VAT /CVD/SAD/Service Tax as
well as the cess applicable and accordingly Excise Duty /VAT/CVD/SAD/Service Tax, Cess
shall be considered and necessary credit shall be given for evaluation and comparison of

A307_SIB Rev.6 dt. 14.04.2014 Page 9 of 20

Page 28 of 283
BPCL-KR
Job: A307

bids. Credit shall be taken during evaluation for 20% of Kerala VAT rate, 96% of Service Tax
rate and full amount for other Cenvatable taxes and duties.
(iv) Excise Duty, Central Sales Tax, Kerala VAT & Service Tax shall not be included in the
quoted prices and shall be payable extra at actuals. Further, the amount of Excise Duty,
Service Tax, Central Sales Tax, KVAT shall only be payable against submission of
supporting documents/Cenvatable/Vatable invoices subject to maximum amount quoted in
the offer and in case of non-submission, will not be paid.

(v) Non Cenvatable Excise Duty, if any is to be included in quoted prices & no variation on any
account (including statutory variation) shall be paid by Owner.

(vi) All New taxes/duties/cess/levies notified after the last date of submission of bid (final bid due
date) but within contractual delivery/ completion period, shall be to Owners account.
(vii) The bidder shall be required to furnish details of any special dispensation regarding
concessional/ exempted taxes/ duties.

9.0 PRICE REDUCTION SCHEDULE TOWARDS DELAY IN DELIVERY:


i. For Indigenous Vendor:
a) In case item involving supply and site work:-
Price Reduction Schedule towards delay in delivery for domestic bidder shall be applicable as per
clause no. 9.0 of GPC Indigenous of RFQ subject to following modification:

Price Reduction schedule for (Supply + Site work) shall be @ 0.5% of value of total order value
(TOV) of per week of delay or part thereof subject to maximum of 5% total order value (TOV).

b) In case item involving only supply:-


Delayed Delivery shall be as per clause 9 of GPC (For Indigenous materials & equipments).

ii. For Foreign Vendor:


c) In case item involving supply and site work:-

Price Reduction Schedule (Supply + Site work) towards delay in delivery for foreign bidder shall be
applicable as per clause no. 17 of GPC Import of RFQ subject to following modification:

Imports, for any delay in delivery of equipments / materials or part thereof beyond the delivery
date stipulated, the vendor shall be liable to pay, compensation at 0. 5% of the total FOB Value of
order per week of delay or part thereof subject to maximum of 5% of the total FOB Value of
order.

a) In case item involving only supply:-


Delayed Delivery shall be as per clause 17 of GPC (For Foreign materials & equipments).

iii. Wherever the supply period and site work are indicated as two separate periods and
notice of site readiness is required for site work, intervening period, if any shall be
excluded, while calculating the price schedule for delay.

10.0 Guarantee / Warranty Period :-


i) For Indigenous Vendor:
a) In case item involving supply and site work including comprehensive Insurance
policy:-
In partial modification of the terms specified in clause 30 of GPC 12 months from the date of
handing over of duly completed plant/equipment/system as per the contract at site to the owner.

b) In case item involving supply and site work excluding comprehensive Insurance
policy:-
Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials &
equipments).

c) In case item involving only supply:-


Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials &
equipments).
A307_SIB Rev.6 dt. 14.04.2014 Page 10 of 20

Page 29 of 283
BPCL-KR
Job: A307

ii) For Foreign Vendor:


a. In case item involving supply and site work including comprehensive Insurance
policy:-
In partial modification of the terms specified in clause 26 of GPC 12 months from the date of
handing over of duly completed plant/equipment/system as per the contract at site to the owner.

b. In case item involving supply and site work Excluding comprehensive Insurance
policy:-
Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).

c. In case item involving only supply:-


Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).

SECTION-C: COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS

11.0 BASIS OF LOADING:


The Foreign Bids shall be loaded on FOB Port of Exit prices and the Indian Bids shall be loaded on
FOT Despatch Point prices.
12.0 PAYMENT TERMS:
i. Any differential payment terms offered by an Indian supplier as against the terms specified in the
RFQ/ GPC shall be loaded @ 15% (simple interest) per annum for the applicable period as under:
Drawing approval : 80% of the delivery period
Sub-ordering of raw materials : 75% of the delivery period
Receipt of raw material at vendors works : 50% of the delivery period
Final 10% also against dispatch documents : one month
Period of any other stage shall be suitably decided at the time of evaluation.

In cases like turnkey jobs, to derive the delivery period of supply items, the total period of turnkey
jobs shall be split into delivery period of supplies & site work period in the ratio of 70:30 for loading of
differential payment terms for the supply periods as defined above.
ii. Foreign suppliers shall not be permitted to offer differential payment terms as against the terms
specified in the RFQ/ GPC and in case they insist, their offer shall be rejected.
iii. Advance along with FOA/ PO will not be allowed. If a supplier insists for advance payment along
with FOA/PO, his offer shall be rejected.

13.0 PERFORMANCE BANK GUARANTEE (PBG):


i. Performance Bank Guarantee shall be required in all cases of supplies of all values. In case a
supplier offers to give a PBG for less than 10% of order value, or for a lesser period than what is
provided in GPC, loading shall be done for the differential amount and/ or the differential period. For
differential period/ amount, the following example will amplify the methodology of loading (if GPC
specifies 10% PBG for 18 months + 3 months claim period = Total 21 months):
For differential period:
Period offered by Bidder Loading
10% for 21 months - No loading
10% for 18 months - 10% x 3/21 = 1.43%
10% for 12 months - 10% x 9/21 = 4.29%
10% for 6 months - 10% x 15/21 = 7.14%
For differential Amount:
Other than 10%: To be loaded by percentage by which PBG is short of 10%.
ii. In case, bidder does not agree to submit the PBG, 10% payment shall be deducted and withheld till
the guarantee period.
iii. In case, Bidder does not agree to submit the PBG or agree for deduction as per Cl. 13.(ii) above, the
offer shall be liable for rejection.
14.0 DELAYED DELIVERIES:
i. For Supply Only: [considering 0.5% un-delivered order value (UDOV) ~ 5% total order value
(TOV)]

A307_SIB Rev.6 dt. 14.04.2014 Page 11 of 20

Page 30 of 283
BPCL-KR
Job: A307

In case a Supplier does not accept the delayed delivery clause and/or takes any deviation (indicates
Penalty clause/Liquidated damages in place of Price Reduction Clause) or takes exception to the
percentage rate mentioned in GPC, the offer of such supplier(s) shall be loaded as under:
0.5% UDOV to 5%TOV : No loading
0.5% UDOV to 5% UDOV : 5%
0.5% UDOV to less than 5% TOV : Differential between the offered %age and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
ii. For Supply + Site Work: [considering 0.5% total order value (TOV) ~ 5% total order value
(TOV)]
0.5% TOV to 5%TOV : No loading
0.5% UDOV to 5%TOV : 5% loading
0.5% TOV to less than 5% TOV : Differential between the Offered % and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
15.0 PRICE VARIATION:
Suppliers must quote firm & fixed prices unless price variation is specified in the RFQ. Where price
variation is permitted as per RFQ, the loading thereto shall be as follows:

a) Firm Price No loading


b) In case of Price Variation formula with ceiling Loading by ceiling percentage offered.

c) No ceiling on the formula specified (This 1.5 times the maximum ceiling specified by
loading other Suppliers. In case all other Suppliers
shall be done only after putting efforts with have quoted firm prices then @ 1.25% for
Supplier to indicate ceiling and obtaining every month of quoted delivery period to be
BPCLs approval) taken as ceiling.
d) No formula and no ceiling specified by Offer may be rejected.
Supplier
(This shall be resorted to only after putting
efforts with Supplier and obtaining BPCLs
approval)

16.0 FREIGHT CHARGES:


i. Indian Suppliers shall quote firm freight charges up to destination by road transport for all cases until
unless specified otherwise in the RFQ documents.
17.0 INDIAN TAXES/ DUTIES:
In case a supplier states that taxes/duties are not applicable at present and will be charged as
applicable at the time of delivery then his bid shall be loaded by the maximum rate of taxes/duties
applicable.

18.0 DELIVERY/COMPLETION PERIOD:


The required delivery / completion period will be stipulated in the RFQ and the bids with longer than
required delivery shall be liable for rejection.

19.0 UTILITIES:
Cost loading in respect of utilities etc. will be considered as mentioned in RFQ documents.

20.0 FOREIGN EXCHANGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN BIDDERS
(ON BUILT-IN IMPORT CONTENT) :
i. Prices shall remain firm and fixed without any escalation except for statutory variation in customs
duty rate.
The prices shall be firm and fixed on account of FE variation also.

A307_SIB Rev.6 dt. 14.04.2014 Page 12 of 20

Page 31 of 283
BPCL-KR
Job: A307

ii. Indigenous bidders shall be required to quote their prices including customs duty (Merit rate)
towards their built in import content. CIF content in Indian Rupees shall also be furnished by
Bidders along with the merit rate of customs duty considered.
iii. The statutory variation in customs duty shall be subject to the following
guidelines and the supplier shall confirm the following in their bid:
(a) Maximum CIF value of import content shall be furnished in the bid.
(b) The material to be imported covering the above CIF value to be indicated in the bid.
(c) Any increase in price due to increase in customs duty rate beyond two-third of the quoted
delivery period will be to suppliers account. However, any decrease in price due to
decrease in customs duty rate at the time of actual clearance of imported materials shall
be passed on to BPCL.
(d) Variation in price due to customs duty rate will be dealt with separately after receipt of
materials at site against documentary evidence.

21.0 VAT ON WORKS CONTRACTS/ SERVICE TAX/ SPLITTING OF ORDERS:


i. Wherever site work is involved, suppliers shall quote their prices inclusive of VAT on Works
Contracts. The Supplier shall submit the assessment/ liability certificate from Sales Tax Authority
stating the tax due on Contract/ Running bill submitted for payment for enabling BPCL to deduct
the VAT on Works Contract as per the certificate, from Suppliers Invoices and remittance to tax
authorities. TDS Certificate towards deduction of VAT on Works Contract shall be provided to
supplier by owner. Payment to the Supplier will be released only on receipt of the aforesaid
certificate. The Supplier shall submit the total tax liability certificate along with final bill. Under no
circumstance, the Supplier should remit VAT on Works Contract directly to the Department. Any
loss to BPCL, due to direct remittance of VAT on Works Contract by Supplier will be recovered from
Supplier. BPCL shall not be responsible for any delay in payment/ non-payment of bill due to delay
in submission/ non-submission of the aforesaid certificate. Order for Supply and Site Work shall not
be split and only single order covering the entire scope of work on each supplier shall be placed.
ii. Wherever, Service Tax is applicable, Suppliers shall quote their prices exclusive of Service Tax.
Supplier shall be required to furnish Invoices towards Service Tax in order to enable BPCL to avail
credit of the same. Presently BPCL is able to avail credit of 96% of the Service Tax rate only.
Hence, 4% of Service Tax rate shall be loaded for price evaluation. The same is not applicable for
service tax on transportation charges, since CENVAT Benefits not available.

22.0 ENTRY TAX:


Entry Tax is not applicable presently in the State of Kerala and Bidders should not include the
same in their quoted rates/prices. In case Entry Tax is leviable at a later date, the same shall be
borne by Owner.

23.0 REJECTION CRITERIA:


Bidder shall strictly comply with the technical and commercial requirements. Bid shall be considered
non responsive and rejected, if bidder insists on deviations to the under mentioned provisions of
RFQ/Bidding document:
i) Bid Security amount, Bid security validity, issuing bank and any major deviation to format of
Bid security. However this shall not be applicable in case Bid security is not required as per
RFQ/Bidding Document.
ii) Advance payment along with FOA/ PO.
iii) Unless specified in the RFQ, Price variation with no formula and no ceiling.
iv) Price change/implication against TQ/CQ when there is no change in scope of work,
specification and terms & conditions of MR/RFQ.
v) Delivery / completion schedule.
vi) Guarantee/ Defects Liability Period
vii) Inadequate Bid Validity
viii) Performance bank Guarantee or any other bank guarantee mandatorily required against
Milestone or supervision or Price Reduction Schedule (PRS)

A307_SIB Rev.6 dt. 14.04.2014 Page 13 of 20

Page 32 of 283
BPCL-KR
Job: A307

24.0 SUO-MOTO CHANGES IN PRICES:

(i.) Any Suo-moto reduction in price offered by a supplier within the bid validity by way of discount or
revised prices subsequent to the bid due date and which is not as a result of any change in scope of
supply or terms and conditions, shall not be taken into account for evaluation. However, such
reduction in price shall be taken into account for ordering if such supplier happens to be the
recommended supplier as per the originally quoted prices.
(ii.) However, in the event of any suo-moto price increase sought by a supplier subsequent to the bid
due date and which is not as a result of any change in scope of supply or terms and conditions, the
bid of such a supplier shall be rejected for the items in which such suo-moto increase is made.
(iii.) Any wrong interpretation of taxes & duties or any taxes & duties not specified in the offer shall be
borne by Bidder.
25.0 PRICE IMPLICATION NOT PERMITTED:
Price implications on account of technical clarifications shall not be permitted as long as
BPCL/EIL do not change the specifications/ scope spelt out in the RFQ.

26.0 INTEGRITY PACT:


For all RFQs/ enquiries of value exceeding Rs 1 (One) Crore, the bidder shall comply with the
requirements of the Integrity Pact (IP) and Integrity Pact of RFQ/Bidding document shall be
accepted and Bidder must submit the same duly signed & stamped along with their bid. Failure to
submit the Integrity Pact shall lead to outright rejection of Bid.
Bidding shall be through E-tendering methodology as per Enclosed Annexure-I to RFQ..

SECTION-D: SPECIAL CONDITIONS.

27.0 DELIVERY SCHEDULE/ COMPLETION PERIOD:


i. All goods under the scope of the Supplier shall be delivered as per delivery schedule/ completion
period specified in Request for Quotation (RFQ) and no variation shall be permitted.
ii. Failing to meet the delivery schedule/ completion period will be subject to price reduction and/or
other remedies available to the purchaser in RFQ documents.
iii. Price Reduction Schedule (PRS) shall be applicable as per Clause 9.0 of GPC (Indian) & clause no.
17 of GPC (Imported) and mentioned in RFQ Covering letter.
(iv.) The delivery schedule/ completion period shall be reckoned from the date of Fax of Acceptance.
(V.) For Indian Bidder date of LR/GR shall be considered as date of delivery or date of receipt of material
at site shall be the date of delivery as specified in RFQ/FOA/PO. For Foreign Bidder date of clean
bill of Lading shall be considered as date of Delivery.
(VI.) In case of foreign bidder, quoted FOB Port of Exit prices shall be inclusive of all charges, all taxes &
duties, applicable upto FOB port of exit.
28.0 DESPATCH INSTRUCTIONS FOR INDIGENOUS SUPPLIES:
i. Supplier shall obtain despatch clearance from the purchaser prior to despatch.
ii. Following despatch documents are required to be submitted by the Indigenous supplier immediately
after shipment is made.
Commercial Invoice
Dispatch instructions/ clearance by Purchaser/Consultant.
Inspection Release Note by Third Party Inspection Agency/ Purchaser/ Consultant.
LR/ GR
Packing List
Test Certificates (NDT reports, MTC, etc. as per MR)
Certificate of Measurement and Weight
List of documents as specified in Vendor Data Requirement in Material Requisition &
counter signed & stamped by EIL.

A307_SIB Rev.6 dt. 14.04.2014 Page 14 of 20

Page 33 of 283
BPCL-KR
Job: A307

29.0 NEW / ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder):
i. Within the contractual delivery period, if any new taxes and/or duties come into force the same will
be reimbursed to bidder against documentary evidence. However any new or additional taxes/
duties imposed after contractual delivery shall be to borne by seller.
ii. All necessary taxes & duties registration, if required for carrying out the site activities shall be done
by the bidder and cost towards the same shall be included in quoted prices.
iii. The statutory variations on Customs duty (rate) considered on above CIF value of built in import
content, within contractual delivery period shall be to Employers account against submission of the
documentary evidence. However, any increase in the rate of Customs duty beyond the contractual
completion period shall be to bidders account. In case of wrong classification, no variation
including statutory variation of Customs Duty will be payable extra. Any decrease in the rate of
Customs duty shall be passed on to the Employer.
iv. The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form &
VAT without concessional form, which will be payable on the finished goods and Cenvatable
Service Tax, as applicable, within the contractual delivery period shall be to Employers account
against submission of the documentary evidence. Any increase in the rate of these taxes and
duties beyond the contractual completion period shall be to bidders account. However, any
decrease in the rate of taxes & duties shall be passed on to the Employer.
v. Works Contract Tax & service tax on transportation, if applicable, shall be included in the quoted
prices and no variation including statutory variations shall be payable by BPCL.

30.0 RECOVERY OF CUSTOM DUTY, EXCISE DUTY AND SALES TAX:


In case of Indian Bidders, if the Statutory Variation entitles the employer to recover the amount
(irrespective of contractual delivery) such amount will be recovered from any bill of the Supplier
immediately on enforcement of such variation under intimation to the Supplier.

31.0 GOVERNING LAW:


Laws of India will govern the Agreement. All matters relating to this contract are subject to the
exclusive jurisdiction of the Courts situated in Kochi, Ambalamugal (District), Kerala (India).

32.0 PURCHASERS RIGHTS AND REMEDIES:


Without prejudice to PURCHASERs right and remedies under Agreement, if SUPPLIER fails to
commence delivery as per agreed schedule and/or in reasonable opinion of the PURCHASER,
SUPPLIER is not in a position to makeup the delay to meet the intended purpose, the PURCHASER
may terminate the AGREEMENT in full or part at SUPPLIERs default and may get supplies from
other sources at SUPPLIERs risk and cost.

33.0 DEDUCTION AT SOURCE:


i. Purchaser will release the payment to the Supplier after effecting deductions as per applicable law in
force. Purchaser will release the payment to the Supplier after effecting deductions as per applicable
law in force. Owner shall deduct VAT on Works Contract as applicable & shall furnish TDS certificate
to supplier.
ii. Purchaser will release payments to the Supplier after offsetting all dues to the Purchaser payable
by the Supplier under the Contract.

34.0 STATUTORY APPROVAL RELATED WITH SUPPLIES / WORKS:

Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector, and Municipal Corporation
of Greater Kochi (MCGK) etc.) required as per statutory rules and regulations of Central/ State
Government shall be the responsibility of Contractor agency.

The application on behalf of the OWNER for submission to relevant authorities along with copies of
required certificate complete in all respects shall be prepared and submitted by the Contractor
agency well ahead of time so that the actual construction/ commissioning of the work is not delayed
for want of the approval/ inspection by concerned authorities. The Contractor agency shall arrange
the inspection of the works by the authorities and necessary coordination and liaison work in this
respect shall be the responsibility of the Contractor agency. Reimbursement by the OWNER of the
A307_SIB Rev.6 dt. 14.04.2014 Page 15 of 20

Page 34 of 283
BPCL-KR
Job: A307

statutory fees payable by Contractor agency (as per advance approval of OWNER) may be provided
for, subject to submission of receipt.
The Contractor agency shall carry out any change/ addition required to meet the requirements of the
statutory authorities, within the quoted rates. The inspection and acceptance of the work by statutory
authorities shall be the responsibility of the Contractor agency.
List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted by
the contractor agency.

35.0 LIEN:
Supplier shall ensure that the Scope of Supply supplied under the Agreement shall be free from any
claims of title/liens from any third party. In the event of such claims by any party, Supplier shall at
his own cost defend, indemnify and hold harmless Purchaser or its authorised representative from
such disputes of title/liens, costs, consequences etc.

36.0 LIMITATION OF LIABILITY:


Notwithstanding anything contrary contained herein, the aggregate total liability of Seller under the
Agreement or otherwise shall be limited to 100% of Agreement/ Order price. However, neither party
shall be liable to the other party for any indirect and consequential damages, loss of profits or loss of
production.

SECTION-E: GENERAL INSTRUCTIONS

37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly
filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a
minimum requirement:
a) PART-I: UNPRICED OFFER
A. All technical specifications as per requirement of MR.
B. Agreed Terms & Conditions duly filled in.
C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable
D. Terms & Conditions for Site Work, if applicable
E. Copy of Registration with EIL, if applicable
F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.
G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).
H. Complete Audited Financial Report of latest preceding Financial year.
I. Deviation sheet, if any.
J. Price Schedule with prices blanked out but Quoted/ Not quoted to be mentioned & its
relevant enclosures, duly filled-in, stamped & signed on each page.
b) PART-II: PRICED OFFER
A. Price Schedule with prices filled in.
B. Statement that all specifications and terms & conditions are as per un-priced part of offer.

Note:
Bidding currency shall be Indian Rupees for supplies dispatched from India & and USD/EURO for
supplies dispatched from foreign.

38.0 FRAUDULENT PRACTICES:


The OWNER requires that Bidders/ Contractors observe the highest standard of ethics du ring
the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in order
to influence the award of a Contract to the detriment of the Owner, and includes collusive practice
among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-
competitive levels and to deprive the Owner of the benefits of free and open competition.
a) The OWNER will reject a proposal for award if it determines that the bidder recommended for
award has engaged in fraudulent practices in competing for the Contract in question.
Bidder is required to furnish the complete and correct information/ documents required for
evaluation of their bids. If the information/ documents forming basis of evaluation is found to be
false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture
of Earnest Money Deposit.
A307_SIB Rev.6 dt. 14.04.2014 Page 16 of 20

Page 35 of 283
BPCL-KR
Job: A307

b) In case, the information/ document furnished by the Bidder/ Contractor forming basis of
evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall
have full right to terminate the contract and get the remaining job executed at the risk & cost of
such Bidder/ Contractor without any prejudice to other rights available to Owner under the
contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.
c) In case, this issue of submission of false documents comes to the notice after execution of
work, Owner shall have full right to forfeit any amount due to the Bidder/ Contractor along with
forfeiture of CPBG/ Security Deposit furnished by the bidder/ contractor.
d) Further, such bidder/ contractor shall be put on Blacklist/ Holiday/ Negative List of OWNER/EIL
debarring them from future business with Owner & EIL for a time period, as per the prevailing
policy of OWNER & EIL.

39.0 ONE BID PER BIDDER:


a. A Bidder shall submit only one bid in the same bidding process. A Bidder who submits or
participates in more than one bid will cause all the proposals in which the bidder has
participated to be disqualified.
b. Alternative price bids are not acceptable.

40.0 LANGUAGE OF BID:


a) The Bid prepared by the bidder, all correspondence/drawings and documents relating to the
bid exchanged by the bidder with the Owner/Consultant shall be in English Language alone
provided that any document furnished by the bidder may be written in another language so
long as accompanied by an English translation, in which case, for the purpose of interpretation
of the bid, the English translation shall govern.

b) In the event of submission of any document/ certificate by the Bidder in a language other than
English, the English translation of the same duly authenticated by Chamber of Commerce of
Bidders country shall be submitted by the Bidder. Metric measurement system shall be
applied.
41.0 EARNEST MONEY DEPOSIT:
Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/ IFB. If the
Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, then
bidder shall submit the original Bid Document Fee & EMD within 7 days from the date of unpriced
bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case
the bidder fails to submit the same in original within 7 days, then their bid shall be rejected,
irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid
Document Fee & EMD was earlier uploaded by the bidder. OWNER shall not pay any interest on
EMD furnished.

The EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand Draft
or Bank Guarantee in the prescribed pro-forma.
The Bank Guarantees/DD for EMD shall be issued by any Scheduled Commercial Bank (other than
co-operative Bank) in India or any Indian Branch of Foreign Bank and same shall be as per the
format given in this bidding document. Swift Message or Cash or Cheque in lieu EMD shall not be
acceptable.
The bank guarantee for submission of EMD shall be valid as period mentioned in EMD / Bid
Security format or elsewhere mentioned in Bid Document / RFQ.
EMD/ Bid securities of unsuccessful bidders will be returned upon award of Contract. However,
EMD of the successful Bidder will be returned upon the Bidder's acceptance of PO/ signing the
Contract and furnishing the PBG.
The EMD may be forfeited:
If a Bidder withdraws its bid during the period of Bid Validity or does any breach of
tendering terms and conditions, or

If a bidder modifies his bid on his own.

In case of a successful Bidder, if the Bidder fails, within the specified period:
i. To submit the order acceptance.
ii. To furnish the PBG.

A307_SIB Rev.6 dt. 14.04.2014 Page 17 of 20

Page 36 of 283
BPCL-KR
Job: A307

42.0 MODIFICATION AND WITHDRAWAL OF BIDS:


a) The Bidder may modify / withdraw its Bid prior to the due date prescribed for submission of
Bids.
b) No bid shall be modified subsequent to the deadline for submission of bids.
c) No bid shall be allowed to be withdrawn in the interval between the deadline for submission
of bids and the expiration of the period of bid validity specified by the bidder. Withdrawal of a
bid during this interval shall result in the forfeiture of bidders bid security.

43.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:


a. The Owner/EIL will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether the documents have been properly signed,
and whether the bids are generally in order.
c) Prior to the detailed evaluation, the Owner/EIL will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the RFQ Documents. For the
purposes of this determination, a responsive bid is one that conforms to all the terms,
conditions and specifications of the RFQ Documents without deviations, objections,
conditionality or reservations.
c. Bidder shall not be allowed to submit any Price Implication or Revised Price after submission
of Bid, unless there is change in the stipulations of the RFQ Document and such changes are
incorporated through an Amendment. In case Exceptions and Deviations submitted by Bidder
along with Bid are not considered as acceptable and no Amendment is issued, then in such a
case the Bidders would be required to withdraw such Exceptions/Deviations in favour of
stipulations of the RFQ document and Bidders would not be eligible for submission of Price
Implication/Revised Price, failing which such Bid(s) shall be considered as non responsive
and rejected.
d. The Owner/EIL determination of a bids responsiveness is to be based on the contents of the
bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by
the Owner/EIL, and may not subsequently be made responsive by the bidder by correction of
the nonconformity.
44.0 OWNERS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID:
The Owner/EIL reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to award of the order without thereby incurring any liability to the
affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground
for Owner/EILs action.
45.0 NOTIFICATION OF AWARD:
d) Prior to the expiration of period of bid validity Owner /EIL will notify the successful bidder in writing
by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award/
Fax of Acceptance will constitute the formation of the Order.
e) The Delivery Schedule shall commence from the date of notification of award/ Fax of Acceptance
(FOA).
f) Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will contain
price, delivery and other salient terms of bid and RFQ Document.
Bidder will be required to confirm receipt of the same by returning Copy of the FOA duly signed
and stamped by the bidder as a token of acknowledgement to Owner and EIL. On receipt of
acknowledgement without any deviation/ condition, detail Purchase Order/ Contract will be issued
in quadruplicate. Three copies of the same without any condition/ deviation will be returned duly
signed and stamped by the bidder as a token of acknowledgement to Owner and EIL.
46.0 WAIVER OR TRANSFER OF THE AGREEMENT:
The successful bidder shall not waive the Agreement or transfer it to third parties, whether in part
or in whole, nor waive any interest that is included in the Agreement without the prior written
permission of the Owner.
47.0 T&C FOR FOREIGN SUPPLIERS OPERATED THROUGH THEIR INDIAN OFFICE /
SUBSIDIARIES:

A307_SIB Rev.6 dt. 14.04.2014 Page 18 of 20

Page 37 of 283
BPCL-KR
Job: A307

I. The parent company shall issue an authorization from the authorized signatory like CEO, CFO, CS
to confirm their authorization to the subsidiary to manufacture & supply the equipments.
II. The parent company shall furnish a back-up guarantee duly signed by above signatory for the
performance of the equipment.
III. The order shall be placed on Indian subsidiary and the payment shall be released to Indian
subsidiary.
IV. Indian subsidiary shall be a manufacturing company in the same product & not a liaison /
representative office.
V. Bidder to submit bipartite agreement between parent & subsidiary to ensure experience &
compliance to contract.
VI. All critical components / parts to be supplied by parent company only which is enlisted with EIL.

48.0 TAX RESIDENCY CERTIFICATE (TRC) FORMAT FOR FOREIGN BIDDER:


Foreign Bidder shall submit Tax Residency Certificate (TRC) duly filled in detailed format enclosed
with RFQ Document.

49.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS:


i) All Foreign nationals coming to India for execution of Projects/ Contracts will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict adherence
of following norms:
a. Employment Visa is granted only for the skilled and qualified professionals or to a person who is
being engaged or appointed by a Company, Organization, Industry or Undertaking etc. in India
on contract or employment basis at a senior level, skilled position such as technical expert, senior
executive or in managerial position etc.
b. Request for Employment Visa for jobs for which large number of qualified Indians are available, is
not considered.
c. Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/ clerical
jobs.
ii) Suppliers are advised in their own interest to check latest Visa rules from Indian Embassy/ High
Commission in their country in case Foreign nationals are required to be deputed to India during
execution of the Contract.

50.0 Order of Precedence of Commercial Documents:


In case of an irreconcilable conflict between RFQ, Special Instructions to Bidders & General
Purchase Conditions (GPC), the following shall prevail to the extent of such irreconcilable conflict in
order of precedence:
i) RFQ
ii) Special Instructions to Bidders
iii) General Purchase Conditions (GPC)

SECTION-F: ADDITIONAL CLAUSES TO GPC

51.0 The following is additional to Clause No. 38.0 of GPC(Indigenous):


Settlement of dispute between CPSEs or CPSEs & Government Departments
In the event of any dispute or difference relating to the interpretation and application of the provisions of
the contracts, such dispute or difference shall be referred by either party for Arbitration to the sole
Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government
of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996
shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon
the parties to the dispute, provided, however, any party aggrieved by such award may make a further
reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs,
Ministry of Law & Justice, Government of India. Upon such reference, the dispute shall be decided by
the Law Secretary or the Special Secretary/Additional Secretary, when so authorized by the Law
Secretary, whose decision shall bind the Parties finally and conclusively. The Parties to the dispute will
share equally the cost of arbitration as intimated by the Arbitrator.

A307_SIB Rev.6 dt. 14.04.2014 Page 19 of 20

Page 38 of 283
BPCL-KR
Job: A307

ANNEXURE-A
INTEGRATED REFINERY EXPANSION PROJECT (IREP) OF
M/s BPCL KOCHI REFINERY, KOCHI, KERALA (INDIA)
(Job No. A307)
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN
BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:

1. PRICING:
1.1 The Foreign bidder shall quote firm price for items being sourced from India in Indian rupees on FOT
Site basis inclusive of packing, forwarding, transportation, all applicable taxes, duties & levies payable
upto site.
1.2 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis
through a reliable bank approved Road Transport Company unless the transport company is named by
the Owner.
2. AWARD OF ORDER:
Client will place single order for Main Supplies/ Services including Indian source supplies/ Services
with single point responsibility taken care by foreign (principal) bidder. However obligation of
Performance Bank Guarantee & Price Reduction Schedule for complete package shall always be in
scope of foreign (principal) Bidder.

3. DELIVERY:
The delivery period for items being sourced from India, shall be on FOT site basis within the delivery
period specified for foreign bidder as per Terms of Bidding document.

4. PRICE REDUCTION SCHEDULE FOR DELAY IN DELIVERY / SERVICES:


PRS for delay in deliver / services shall be applicable on total order value including Indian sourced
component / Service.

5. OVERALL RESPONSIBILTY:
Overall responsibility towards the contractual obligations like delivery, bid security, order execution,
performance guarantee etc. including supplies being sourced from India shall be only with the
foreign (principal) bidder.

6. PERFORMANCE BANK GUARANTEE


Foreign (principal) bidder shall submit one performance bank guarantee as per GPC for total order
value including value of items source from India.

7. INSPECTION
i. Inspection of Item being sourced from India shall be by EIL/Owner.
ii. Any change in sourcing from indigenous supplies to imported supplies and vice-versa after bid
submission is not permitted.
iii. Considering EIL Inspection charges, during evaluation prices of Indigenous source item shall be
loaded by @1.25% of FOT Despatch Point Price price.

8. PAYMENT TERMS:
8.1 Indian Sourced supplies:
100% payment along with taxes and duties will be paid against receipt & acceptance of Indian sourced
goods/material at project site and on presentation of invoice suitable for availing Cenvat.
8.2 Payment of Indian source supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly endorsed by Foreign principal for payment.
8.3 The payments shall be made after Adjustment of Price Reduction Schedule.
9. In case of any deviation to above requirement, loading shall be applicable as mentioned for Indian
Bidder.

A307_SIB Rev.6 dt. 14.04.2014 Page 20 of 20

Page 39 of 283
Page 40 of 283
Page 41 of 283
Page 42 of 283
Page 43 of 283
Page 44 of 283
Page 45 of 283
Page 46 of 283
Page 47 of 283
PROFORMA OF BANK GUARANTEE
( Performance )
(Ref. clause 26)
To
Bharat Petroleum Corporation Limited
Kochi Refinery, Ambalamugal, Kerala- 682 302
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited (hereinafter called the
Company which expression shall
include its successors and assigns) having awarded to M/s.
(Name)................................... ..(address)
............ ................................................. ...................
................................................... (hereinafter
referred to as The Supplier which expression wherever the subject or context so
permits include its successors and assigns) a supply contract in terms interalia, of the
Companys Purchase Order Nodated and the
General Purchase Conditions of the company and upon the condition of suppliers
furnishing security for the Performance of the suppliers obligation and/or discharge of
the suppliers liability under and/or in connection with the said supply contract up to a
sum of (in figure)......................... (in words)
..........................................................................................
........................................................................
..............................................) contract value.

We,
(Name)...........................(constitution)....................
......... (hereinafter called the Bank which expression shall include its successors and
assigns) hereby jointly and severally undertake the guarantee to pay to the Company in
(Currency) forthwith on demand in writing and without protest or demur of any and all
moneys anywise payable by the Supplier to the Company under in respect of or in
connection with the said supply contract inclusive of all the Companys losses and
damages and costs, (inclusive between attorney and client), charges and expenses and
other moneys anywise payable in respect to the above as specified in any notice of
demand made by the Company to the Bank with reference to this Guarantee up to
aggregate limit of Rs...... (Rupees .....
...................................................................
..only)

AND the Bank hereby agrees with company that:

This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid
and irrevocable for all claims of the Company and liabilities of the Supplier arising up to
and until midnight of..

This date shall be 6 months from the last date of guarantee period

This Guarantee / Undertaking shall be in addition to any other guarantee or security


whatsoever that the company may now or at any time anywise have in relation to the
Suppliers obligations/liabilities under and/or connection with the said supply contract,
and the Company shall have full authority to take recourse to or reinforce this security in
preference to the other security(ies) at its sole discretion, and failure on the part of the

Page 48 of 283
Company in enforcing or requiring enforcement of any other security shall have the
effect of releasing the Bank from its liability hereunder.

The company shall be at liberty without reference to the bank and without affecting the
full liability of the Bank hereunder to take any other security in respect of the Suppliers
obligations and/or liabilities under or in connection with the said supply contract and to
vary the terms vis a vis the supplier of the said supply contract or to grant time and/or
indulgence to the supplier or to reduce or to increase or otherwise vary the prices of the
total contract value or and/or the remedies of the company under any other security (ies)
now or hereafter held by the company and no such dealing(s), variation(s), reduction(s),
increase(s) or the indulgence(s) or arrangement(s) with the supplier or release or
forbearance whatsoever shall have the effect of releasing the Bank from its full liability to
the Company hereunder or of prejudicing rights of the Company, against the Bank.

The Guarantee / Undertaking shall not be determined or affected by the liquidation or


winding up, dissolution or change of constitution or insolvency of the supplier but shall in
all respects and for all purposes be binding and operative until payment of all moneys
payable to the Company in terms hereof.

The Bank hereby waives all rights at any time inconsistent with the terms of its
Guarantee / Undertaking and the obligations of the Bank in terms hereof shall not be
anywise affected or suspended by reason of any dispute or disputes having been raised
by the supplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or
any denial of liability by the supplier or any other of communication whatsoever by the
supplier stopping or preventing or purporting to stop or prevent any payment by the Bank
to the Company in terms hereof.

The amount stated in any notice of demand addressed by the Company to the
Guarantor as liable to be paid to the Company by the supplier or as suffered or incurred
by the Company on account of any losses or damages of costs, charges and or
expenses shall as between the Bank and the company be conclusive of the amount so
liable to be paid to the Company or suffered or incurred by the Company, as the case
may be and payable by the Guarantor to Company in terms hereof.

Yours faithfully,

Page 49 of 283
Page 50 of 283
Page 51 of 283
Page 52 of 283
Page 53 of 283
Page 54 of 283
Page 55 of 283
Annexure 1
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.
More detailed information useful for submitting online bids on the CPP Portal may be obtained at:

http://eprocure.gov.in/eprocure/app .

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: http://eprocure.gov.in/eprocure/app) by clicking on the link Click
here to Enroll on the CPP Portal is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records
(http://tenders.eil.co.in) . These details would be used for any communication from the CPP
Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with
their profile.

5) Foreign Bidders have to refer DSC details for foreign Bidders for Digital signature
Certificates requirements which comes under Download Tab at
http://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.

6) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSCs to others which may lead to misuse.

7) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS


1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective My Tenders folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL All rights reserved
Dated -02-July-2014

Page 56 of 283
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.

3) To avoid Network congestion, Bidder is recommended to upload file size of up to Maximum


35 MB per part. However, in case file size exceeds 35 MB, bidder may compress the files by
scanning with 75 dpi setting as per s.no 4 below and can use additional 25 MB space (My
Documents) provided to the bidder as per s.no 5 below.

4) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 75 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.

5) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided
to the bidders. Bidders can use My Documents area available to them to upload such
documents. These documents may be directly submitted from the My Documents area
while submitting a bid, and need not be uploaded again and again. This will lead to a
reduction in the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.

3) Bidder has to select the payment option as offline to pay the tender fee / EMD as
applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, with
in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the uploaded bid will be
rejected.

5) A Price Bid format has been provided with the tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL All rights reserved
Dated -02-July-2014

Page 57 of 283
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

6) The server time (which is displayed on the bidders dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.

8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.

9) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

RETENDER

Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.

WITHDRAWAL OF BID

It may please be noted that bidders now have an additional feature of withdrawing their
bids before due date and time. After submitting the bid on the CPP Portal, if the bidder
wishes to withdraw his bid, he can do so. However, if the bidder withdraws his bid, he
will be exempted from further participation in the tender and wont be able to submit
his bid again for that particular tender.

ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24 x 7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800-3070-2232 and Mobile Nos +91-7878007972, +91-7878007973.

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL All rights reserved


Dated -02-July-2014

Page 58 of 283
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: PRESSURE VESSEL -CS (26-50 MM), PRESSURE VESSEL -CS (UP TO 25 MM)
GROUP ITEM CODE: 01AB,01AA DESTINATION: As per Commercial Documents
MR CATEGORY: I DELIVERY PERIOD: As per Commercial Documents

DOCUMENT NUMBER
( Always quote the Document Number given below as reference )

A307 IG VV MR 6545 A 20/01/2015 16 46


JOB NO. UNIT/ MAIN DOC. SR. NO. REV. DATE DIVN. DEPT.
AREA COST CODE
CENTRE ORIGINATOR
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

NOTES :
1 This page is a record of all the Revisions of this Requisition.
2 The nature of the Revision is briefly stated in the "Details" column below, the
Requisition in its entirety shall be considered for contractual purposes.
3 Vendor shall note the MR category and shall submit his offer in line with the
requirements included in attached 'Instructions to Bidders'.

REV. DATE BY CHK. APPD. DETAILS

A 20/01/2015 PKB KRK BBC ISSUSED FOR BIDS


This is a system generated approved document and does not require signature.

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL-KOCHI REFINERY

Page 59 of 283
Sheet 1 of 4
File Name: C:\Users\A869\Desktop\6545 final.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
TAG NO/
SR. NO. ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.00 Detail engineering, procurement of all


raw materials and bought out components,
fabrication including sub assembly and
assembly at shop, PWHT (as applicable),
all NDT at fabricator's works,
inspection, testing at manufacture's
works, hydrotesting of completed vessels,
Surface preparation and application of
primer of all vessels, Finish paint for
burried vessel (IST-V-504), Pickling and
passivation of SS surfaces and delivery
of the following including all
documentation and mandatory spares as per
the enclosed EIL standard specifications,
standards, Instruction to vendors, data
sheets etc. and codes referred to
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

01.01 IG-V-114A/B MAKE UP GAS COMPRESSOR K. O. DRUM (2ND 2 Nos


STAGE)
01.02 IV-V-112 A/B MAKE UP COMPRESSOR 2ND STAGE SUCTION K. 2 Nos
O. DRUM
01.03 IV-V-301 LEAN AMINE SURGE DRUM 1 Nos
01.04 IST-V-504 MDEA SUMP DRUM 1 Nos
01.05 IFP-V-804 HP FLARE K.O.D 1 Nos
01.06 IST-V-502 REGENARATOR OVERHEAD DRUM 1 Nos
02.00 << DELETED >>
03.00 Transportation of the following from
Vendors work/ shop TO SITE as per
commercial document for transport
philosophy, Instruction to vendors, data
sheets etc enclosed.
03.01 {03}IG-V-114A/B For Sr. No. 01.01 2 Nos
03.02 {03}IV-V-112 A/B For Sr. No. 01.02 2 Nos
03.03 {03}IV-V-301 For Sr. No. 01.03 1 Nos
03.04 {03}IST-V-504 For Sr. No. 01.04 1 Nos
03.05 {03}IFP-V-804 For Sr. No. 01.05 1 Nos
03.06 {03}IST-V-502 For Sr. No. 01.06 1 Nos
04.00 << DELETED >>
05.00 << DELETED >>
06.00 Unit Rates
06.01 Unit Rates of items for addition/ 1
deletion purpose, as per the enclosed
instructions to vendor.
07.00 << DELETED >>
08.00 << DELETED >>
09.00 Drawings and documents as per attached Lot
Vendor Data requirement for all supplies
and services covered above in Sr.Nos.1.00
to Sr.No.8.00

Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
Sr.No.8.00

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-IG-VV-MR-6545 A

Page 60 of 283
Sheet 2 of 4
File Name: C:\Users\A869\Desktop\6545 final.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
TAG NO/
SR. NO. ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

Vendor to note that the numbers given in square '[]' and curly '{}' brackets are
not for their use and meant for store purpose only. Items shall be tagged as per
main equipment Tag No. only.
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-IG-VV-MR-6545 A

Page 61 of 283
Sheet 3 of 4
File Name: C:\Users\A869\Desktop\6545 final.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited

LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
1 Instructions to Vendor A307-16-46-TR-6545 A
16/01/2015
2 List of applicable A307-16-46-LL-6545 A
specifications & standards 16/01/2015
3 Scope of supply A307-16-46-SS-6545 A
16/01/2015
4 Vendor data requirements for A307-0IG-16-46-
Vessels VDR-6545
5 Unit rate for addition or A307-16-46-UR-6545 A
deletion 16/01/2015
DATASHEET
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

6 Mechanical datasheet for IV-V- A307-0IV-16-46-DS- 2


301 3301 20/01/2015
7 Mechanical datasheet for IV-V- A307-0IV-16-46-DS- 2
112A/B 3112 29/05/2014
8 Mechanical datasheet for IST- A307-0IS-16-46-DS- 1
V-504 3505 15/01/2015
9 Mechanical datasheet for IST- A307-0IS-16-46-DS- 1
V-502 3502 15/01/2015
10 Mechanical datasheet for IG-V- A307-0IG-16-46-DS- 1
114A/B 3014 27/08/2014
11 Mechanical datasheet for IFP- A307-0IF-16-46-DS- 3
V-804 3954 15/01/2015
PIPING
12 Nozzle orientation for 0IG-V- A307-0IG-16-43-NZ-
114A 4004
13 Nozzle orientation for 0IG-V- A307-0IG-16-43-NZ-
114B 4005
STRUCTURAL
14 Detail of Platform for IST-V- A307-0IS-16-48-
502 30772
15 Detail of Platform for IG-V- A307-0IS-16-48-
114A 30707
16 Detail of Platform for IV-V- A307-0IV-16-48-
301 10773
17 Detail of Platform for IFP-V- A307-0IF-16-48-
804 10769
In case of any subsequent revision of MR or PR, only revised sheets of the
attachments listed above shall be issued alongwith the revision.

GENERAL NOTES:

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-IG-VV-MR-6545 A

Page 62 of 283
Sheet 4 of 4
File Name: C:\Users\A869\Desktop\6545 final.pdf
Format No.: EIL-1641-1923 Rev.1

Engineers India Limited Status


Vendor Drawing/ Document Submission Schedule Date
Client: BPCL-KOCHI REFINERY Project: INTEGRATED REFINERY EXPANSION PROJECT Vendor Name:

Item Description: PRESSURE VESSEL -CS (26-50 PR No.: Address:


MM), PRESSURE VESSEL -CS (UP TO 25 MM)
Date of LOI:

PO No.:
Date of PO: City:

Page 63 of 283
EIL Originating Department: PRESSURE VESSELS Contact Person(EIL): Contact Person: Fax:
Phone: Email:

Drg./ Doc. Nomenclature Category Scheduled Form


S.No. Equipment Number as per EIL Vendor Data Vendor Drg. / Doc. Numbe Vendor Drg./ Doc. Title Electronic Remarks
Review (R) / date of 1st
Requirement Records (I) Submission (E)/ Print (P)
The drawing, design and details given below on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited, or used, except in the limited way permitted by written consent given by the lender to the

NOZZLES AND CONNECTIONS uksty o duSD'ku GENERAL NOTES (tujy uksV~l SPECIFICATIONS LisflfQds'kUl DESIGN DATA fMtkbu MkVk
MARK QTY
NOM. DIA SCH./THK. FLANGES PROJECTI
ON NOTE-
PAD W
SERVICE
UNLESS STATED OTHER WISE X DENOTES APPLICABLITY CODE ASME SEC. VIII DIV.1 2010 & ADDENDA 2011

ukfeuy Mka;k
'kMwy o CLASS TYPE FACING 4
xT 1 ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED. X GENERAL SPEC. FOR PRESSURE VESSELS 6-12-0001 WORKING PRESSURE (kg/cm2g) 37.7
ekdZ DokfUVVh fFkduSl Dykl VkbZi Qsflx izksts'ku iSaM lfoZl 2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRE LINE. X SUPP. SPEC. FOR CS VESSELS 6-12-0002 DESIGN PRESSURE (kg/cm2g) INT. 51 EXT. F.V.

A 1 250 - 600 SRN RF 850 -


MAKE UP GAS INLET 3 NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN VIEW. X STD. SPEC. FOR BQCS PLATE 6-12-0011 WORKING TEMPERATURE 0
( C) 40
4 (A) FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM VESSEL CENTER X STD. SPEC. FOR STRUCTRAL QUALITY PLATES 6-12-0014 DESIGN TEMPERATURE 0
( C) 177 1
SEE LINE TO FLANGE CONTACT FACE. (0C) 15
MAKE UP GAS OUTLET PACKING, MARKING & SHIPPING SPECIFICATION MDMT
B 1 250 - 600 SRN RF
DRG
- 4 (B) FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD T.L TO
X FOR TRAY AND TOWER INTERNALS 6-14-0009
CORROSION ALLLOWANCE (MM) 3
SEE FLANGE CONTACT FACE. TYPE OF HEAD 2:1 ELLIPSOIDAL
DRAIN JOB SPEC. FOR SURFACE PREPARATION AND
D 1 50 - 600 SRN RF
DRG
- 5 THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER
X PROTECTIVE COATING (NEW CONSTRUCTION) A307-000-06-42-PLS-01
JOINT EFFICIENCY SHELL 1 HEAD 1

L1-8 8 50 - 600 SRN RF 710 -


LEVEL TRANSMITTER/GAUGE CONSTRUCTION.
X JOB SPEC. FOR KNITTED WIRE MESH DEMISTER A307-0IG-16-46-SP-01 RADIOGRAPHY SHELL FULL HEAD FULL
6 FLANGE GASKET FACE SHALL HAVE 125 AARH FINISH. POST WELD HEAT TREATMENT YES (COMPLETE EQUIPMENT) (NOTE-14)
7
STANDARDS LVS.MMZl HEAT TREATMENT HEAD AS PER SPEC
MANWAY + B.F. + DAVIT DIMENSIONS OF FLANGES FOR NOZZLES UPTO 600NB SHALL BE AS PER ASME
MW 1 500 - 600 SRN RF 980 - B16.5 AND FOR NOZZLE ABOVE 600NB SHALL BE AS PER ASME B16.47
SERIES `B' UNLESS SPECIFIED OTHERWISE.
X VESSEL TOLERANCES 7-12-0001 OPERATING MEDIUM HYDROGEN
UTILITY CONNECTION SUPPORT FOR HORIZONTAL VESSEL 7-12-0002 SP. GRAVITY (NOTE-10)
UC 1 50 - 600 SRN RF 710 - WIND SPECIFICATION IS : 875
8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING ID OF WOODEN PILLOWS FOR SADDLE SUPPORT 7-12-0003

V1 1 200 - 600 SRN RF


SEE
-
VENTILATION + B.F. NOZZLE PIPE/SHELL. X SKIRT BASE DETAILS 7-12-0004 SEISMIC IS : 1893 + SITE SPECTRA
DRG 9 NOZZLES 50NB AND BELOW SHALL BE STIFFENED WITH 2 NOS. 40 x 6 THK X SKIRT OPENING DETAILS 7-12-0005 CAPACITY (M ) 3 1.87
50.8 SEE VENT (NOTE-11) FLATS 900 APART. ANGLE LEG SUPPORT 7-12-0006 PAINTING/CLEANING AS PER PAINTING JOB SPEC.
V2 1 - 600 LWN RF -
I.D. DRG 10 3
LIQUID DENSITY= 612 Kg/m ; GAS DENSITY = 3 Kg/m 3
PIPE LEG SUPPORT 7-12-0007 INSULATION THICKNESS (mm) NIL HOT COLD
SKV 1- SKIRT VENT 11 VENT NOZZLE `V2' SHALL BE WELDED TO THE VENTILLATION NOZZLE `V1' BRACKET SUPPORT FOR VERTICAL VESSEL 7-12-0008 FIRE PROOFING (BY OTHERS) YES NO
2 100 40 AS PER EIL STD. BLIND FLANGE.
2 MANHOLE WITH HINGED COVER 7-12-0009 HYDROSTATIC TEST (kg/cm2g) HORIZONTAL VERTICAL (AT TOP)

AO 1
400 10
AS PER EIL STD. 200 x8
ACCESS OPENING 12 2
VESSEL IS SUBJECTED TO STEAM OUT CONDITION OF 0.5 Kg/Cm (g) AT X MANHOLE WITH DAVIT 7-12-0010 PRESSURE (NEW & COLD) 66.3
I.D. THK. 1900C. X LADDER RUNGS FOR MANHOLE/DEMISTER 7-12-0011 INSPECTION BY EIL CIB LLOYDS
13 DEMISTER PAD : YORK MESH TYPE 709 OR EQUIVALENT, DESIGN OF RETAINING PLATE 7-12-0012 MATERIAL OF CONSTRUCTION eSfVfj;y vkQ dUlVD'ku)
DEMISTER SUPPORT TO ENSURE THAT THE FLOW RESTRICTION IS
NEGLIGIBLE. EFFICIENCY FOR A DEMISTER SHOULD BE CONSIDERED AS
X NOZZLE REINFORCEMENT AND PROJECTION 7-12-0013 (AS PER ASME / IS OR EQUIVALENT)
PAD NOZZLES FOR VESSELS 7-12-0014
99.9% WITH AN ALLOWABLE PRESSURE DROP OF 0.05 Kg/Cm2.
X STANDARD BOLT HOLE ORIENTATION 7-12-0015 SHELL / BOOT SA 516 Gr.60
14 COMPLETE VESSEL INCLUDING SUPPORTS SHALL BE STRESS RELIEVED. ALLOY LINER DETAILS 7-12-0016 REINFORCEMENT PAD / INSERT PLATE SA 516 Gr.60
HARDNESS OF BASE METALS, WELDS AND HAZ AFTER PWHT SHALL NOT SIGHT GLASSES FOR PRESSURE VESSELS 7-12-0017 HEADS SA 516 Gr.60
EXCEED 200 BHN. SHELL FLANGES
INTERNAL FLANGES 7-12-0018 -
15 PIPE TO PIPE, PIPE TO FLANGE, PIPE TO FITTING & FITTING TO FLANGE JOINT VORTEX BREAKERS 7-12-0019 NOZZLE FLANGES/SRN/LWN SA 105
SHALL BE WELDED WITH THE SAME TECHNIQUE USED FOR MAIN EQUIPMENT INLET DEFLECTOR BAFFLE 7-12-0020 NOZZLE NECK UPTO 250 NB SA 106 GR.B
WELDING.
SRN - SELF REINFORCED NOZZLE WITH SUPPORT RING AND BOLTING BAR 7-12-0021 NOZZLE NECK ABOVE 250 NB SA 516 Gr.60

INTEGRAL FLANGE 16 ALL SELF REINFORCED INTEGRALLY FORGED NOZZLES SHALL BE PROVIDED SUPPORT RING SIZES FOR PACKED TOWERS 7-12-0022 PIPE FITTINGS SA 234 GR. WPB (SEAMLESS)
WITH LIP.
X PIPE DAVIT 7-12-0023 GASKET EXTERNAL SPIRAL WOUND WITH SS 316 WINDING & GRAFOIL
FILLER WITH CS OUTER & SS INNER RING AS PER ASME
X LIFTING LUG TOP HEAD TYPE 7-12-0024 B16.20
REFER SHT.3 OF 3 FOR DETAILS OF X FIRE PROOFING AND INSULATION SUPPORTS 7-12-0025
SR NOZZLES. X EARTHING LUG 7-12-0026
X NAME PLATE 7-12-0027 GASKET INTERNAL -

X MANUFACTURER NAME PLATE 7-12-0028 EXTERNAL STUDS/BOLTS/NUTS SA 193 GR.B7M / SA 194 GR.2HM

X BRACKET FOR NAME PLATE 7-12-0029 INTERNAL STUDS/BOLTS/NUTS SS 304

NAME PLATE FOR SMALL EQUIPMENT 7-12-0030 SKIRT/ SUPPORT SA 516 GR.60/IS2062 GR.B

DETAILS OF FORGED NOZZLES 7-12-0031 SKIRT/ SUPPORT BASE IS : 2062 GR.B

SUPPORTS FOR INTERNAL FEED PIPE 7-12-0032 INTERNAL PARTS (WELDED) SA 516 GR.60

HYDROGEN SERVICE HOT INSULATION SUPPORT FOR HORIZONTAL VESSEL 7-12-0033 INTERNAL PARTS (BOLTED) -

PIPE DAVIT SUPPORT FOR COLD INS. VESSELS 7-12-0034 CLIPS & ATTACHMENTS (EXTERNAL) SA 516 GR.60/ IS 2062 GR.B WELDED OVER BQCS PAD

X TYP. DETAILS OF WIRE MESH DEMISTER SUPPORTS 7-12-0036 WRAPPER PLATE -

X S.R NOZZLE NECK (FOR GUIDANCE ONLY) 7-12-0037 DEMISTER/GRID SS 316

ALLOWABLE NOZZLE LOADS - PADS FOR EXTERNAL ATTACHMENT SA 516 GR.60

1 REFERENCE DRAWINGSjsQjsUl MkbZx


X NOZZLE ORIENTATIONS A307-0IG-16-43-NZ-4004
X LADDERS/PLATFORM CLEATS A307-0IG-16-48-30707
PIPE SUPPORT CLEATS NOT APPLICABLE
TRAY SUPPORT AND BOLTING BARS NOT APPLICABLE
DEMISTER DATA SHEET
FILE NAME : A307-0IG-16-46-DS-3014-1-1.DWG

STATUTORY REGULATIONS LVSpqvjh jsxqys'kUl


LICENSOR'S SPECIFICATION FOUNDATION LOADING DATA (OPERATING CONDITION) INDIAN BOILER REGULATIONS (IBR)
ykbZlsUlj LisflfQds'lUl QkaMs'ku yksfMxa MkVk vksijsfVax dufM'ku) 1 HOLD UPS gksYM vIl DEPARTMENT OF EXPLOSIVES, NAGPUR (CCOE)

MAX. SHEAR FORCE AT BASE (H) NOZZLE ORIENTATIONS SIZE OF NOZZLES


TYPE MAX MOMENT AT BASE (M) (kgm)
(kg)
APPROXIMATE WEIGHT (kgs) (PER ITEM) ,ijkSfDlesaV otu
NOZZLE ELEVATIONS PIPE SUPPORT CLEATS
borrower for the intended use.

SEISMIC SUPPORT HEIGHT LADDER/PLATFORM CLEATS


LICENSOR'S STANDARD (DB) 22900 4400 DETAILS OF INTERNALS TRAY SUPPORT/BOLTING BARS
ERECTION 4550 OPERATING 13400
ykbZlsUlj LVS.MlZ SEISMIC PIPE DAVIT
(MC) 25500 4890 PACKING SUPPORT
HYDROTEST(SHOP) 6500 HYDROTEST ( FIELD ) 14400
WIND 3020 790 NUMBER OF ITEMS : TWO

JOB NO: UNIT NO: DESIGN DATA fMtkbu MkVk DRAWING NUMBER
ENGINEERS INDIA LIMITED dk;Z l[;k A307
;fuV l[;k IG REVISED AS MARKED BBC MkbZx uEcj REV
1 27.08.2014 1 JS NJB/PSV
MAKE-UP GAS COMPRESSOR K.O. esd&vi xSl dEislj ds- s- Me
NEW DELHI CLIENT : 0 17.10.2013 ISSUED FOR PURCHASE JS TT/DS BBC
DykbZV M/S B.P.C.L., KOCHI
B 16.05.2013 REVISED & REISSUED FOR BIDS/ENGG. B JS SUU/PSV TG DRUM (2nd STAGE) frh; LVst A307-0IG-16-46-DS-3014 1
bathfu;lZ bafM;k fyfeVsM PLANT : A 15.04.2013 ISSUED FOR COMMENTS GCP SUU/DS TG
DIESEL HYDROTREATER UNIT-(IREP) ITEM NO. IG - V - 114 A/B vAbVe uEcj th &oh& 114,@ch SHEET 1 OF 3
Hkkjr ljdkj dk midze IykaV REV DATE REVISION BY CHECKED APPROVED
FORMAT NO.3-1646-0111 REV.2 (06.12.2011) A3-420 X 297

Page 64 of 283
Page 65 of 283
Page 66 of 283
The drawing, design and details given below on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited, or used, except in the limited way permitted by written consent given by the lender to the

NOZZLES AND CONNECTIONS uksty o duSD'ku GENERAL NOTES (tujy uksV~l SPECIFICATIONS LisflfQds'lUl DESIGN DATA fMtkbu MkVk
MARK QTY
NOM. DIA SCH./THK. FLANGES PROJECTI
ON NOTE-
PAD W
SERVICE
UNLESS STATED OTHER WISE X DENOTES APPLICABLITY CODE ASME SEC. VIII DIV.-1 2010 + ADDENDA 2011
ukfeuy 'kMwy o CLASS TYPE FACING 4
xT 1 ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED. X GENERAL SPEC. FOR PRESSURE VESSELS 6-12-0001 WORKING PRESSURE (kg/cm2g) 0.1-5.5
ekdZ DokfUVVh Mka;k fFkduSl Dykl VkbZi Qsflx izksts'ku iSaM lfoZl 2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRE LINE. X SUPP. SPEC. FOR CS VESSELS 6-12-0002 DESIGN PRESSURE (kg/cm2g) INT. 7.5 EXT. -

F 1 1200 40 THK. 150 WN RF 2675


SEE FEED 3 NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN VIEW. X STD. SPEC. FOR BQCS PLATE 6-12-0011 WORKING TEMPERATURE 0
( C) AMB-75
DRG. 4 (A) FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM VESSEL CENTER X STD. SPEC. FOR STRUCTRAL QUALITY PLATES 6-12-0014 DESIGN TEMPERATURE 0
( C) 214
T SEE LINE TO FLANGE CONTACT FACE. (0C) 15
TOP OUTLET JOB SPEC. FOR SURFACE PREPARATION & PROTECTIVE MDMT
1-2
2 900 40 THK. 150 WN RF 2675
DRG.
3
4 (B) FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD T.L TO
X COATING A307-000-06-42-PLS-01
CORROSION ALLLOWANCE (MM) 3
FLANGE CONTACT FACE. TYPE OF HEAD TORISPHERICAL
BOTTOM OUTLET
B 1 80 160 150 WN RF 2675 40 x T 5 THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER JOINT EFFICIENCY SHELL 0.85 HEAD 1
SEE CONSTRUCTION. RADIOGRAPHY
VENT (NOTE-11) STANDARDS LVS.MMZl SHELL SPOT HEAD FULL
V 1 50 160 300 WN RF -
DRG. 6 FLANGE GASKET FACE SHALL HAVE 125 AARH FINISH. POST WELD HEAT TREATMENT AS PER CODE / SPEC.

UC 1 50 160 300 WN RF 2475 -


UTILITY CONNECTION + B.F. 7 DIMENSIONS OF FLANGES FOR NOZZLES UPTO 600NB SHALL BE AS PER ASME X VESSEL TOLERANCES 7-12-0001 HEAT TREATMENT AS PER CODE / SPEC. 3
B16.5 AND FOR NOZZLE ABOVE 600NB SHALL BE AS PER ASME B16.47
SERIES B UNLESS SPECIFIED OTHERWISE.
X SUPPORT FOR HORIZONTAL VESSEL 7-12-0002 OPERATING MEDIUM HYDROCARBON
LI LEVEL GAUGE (TB) WOODEN PILLOWS FOR SADDLE SUPPORT 7-12-0003 SP. GRAVITY 0.65
2 50 160 300 WN RF 2250 -
1-2 8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING ID OF SKIRT BASE DETAILS 7-12-0004 WIND SPECIFICATION IS 875
LI LEVEL TRANSMITTER (GWR) NOZZLE PIPE/SHELL. SKIRT OPENING DETAILS 7-12-0005 SEISMIC IS 1893 + SITE SPECTRA
2 50 160 300 WN RF 2250 -
3-4 9 NOZZLES 50NB AND BELOW SHALL BE STIFFENED WITH 2 NOS. 40 x 6 THK ANGLE LEG SUPPORT 7-12-0006 CAPACITY (M ) 3 247
SP STAND PIPE FLATS 900 APART. PIPE LEG SUPPORT 7-12-0007 PAINTING/CLEANING AS PER PAINTING SPEC. (NOTE-12)
2 50 160 300 WN RF 2250 -
1-2 10 2
VESSEL IS SUBJECTED TO STEAM OUT CONDITIONS OF 0.5kg/cm (g) @ 190 0
BRACKET SUPPORT FOR VERTICAL VESSEL 7-12-0008 INSULATION THICKNESS (mm) NIL HOT COLD
PI PRESSURE INSTRUMENTS C. MANHOLE WITH HINGED COVER 7-12-0009 FIRE PROOFING YES X NO
2 50 160 300 WN RF 2675 -
1-2 11 VENTILATION NOZZLE (V1) IS TO BE LOCATED AT THE END OPPOSITE TO THE X MANHOLE WITH DAVIT 7-12-0010 HYDROSTATIC TEST (kg/cm2g) HORIZONTAL VERTICAL (AT TOP)
TI
1
50.8
- 300 LWN RF 2675 -
TEMPERATURE INSTRUMENTS MANHOLE (MH). VENT NOZZLE (V) SHALL BE WELDED TO THE VENTILATION
NOZZLE (V1) BLIND FLANGE.
X LADDER RUNGS FOR MANHOLE/DEMISTER 7-12-0011 PRESSURE (NEW & COLD) 9.75
1 I.D RETAINING PLATE 7-12-0012 INSPECTION BY X
X EIL CIB LLOYDS

MH 1 600 14 THK 150 WN RF 2575


255 x MANHOLE + B.F. + DAVIT 12 SURFACE CLEANING/SHOP PRIMER SHALL BE AS PER JOB SPEC. X NOZZLE REINFORCEMENT AND PROJECTION 7-12-0013 MATERIAL OF CONSTRUCTION eSfVfj;y vkQ dUlVD'ku)
T 13 VESSEL SHALL BE SLOPING TOWARDS BOTTOMS OUTLET. PAD NOZZLES FOR VESSELS 7-12-0014 (AS PER ASME / IS OR EQUIVALENT)

V1 1 200 80 150 WN RF 2675 95 x T


VENTILATION NOZZLE (NOTE- X STANDARD BOLT HOLE ORIENTATION 7-12-0015
11) ALLOY LINER DETAILS 7-12-0016 SHELL/BOOT SA 516 Gr.70

SIGHT GLASSES FOR PRESSURE VESSELS 7-12-0017 REINFORCEMENT PAD/INSERT PLATE SA 516 Gr.70

INTERNAL FLANGES 7-12-0018 HEADS SA 516 Gr.70

VORTEX BREAKERS 7-12-0019 SHELL FLANGES -

INLET DEFLECTOR BAFFLE 7-12-0020 NOZZLE FLANGES/LWN SA 105

SUPPORT RING AND BOLTING BAR 7-12-0021 NOZZLE NECK UPTO 250 NB SA 106 GR. B

SUPPORT RING SIZES FOR PACKED TOWERS 7-12-0022 NOZZLE NECK ABOVE 250 NB SA 516 Gr.70

PIPE DAVIT 7-12-0023 PIPE FITTINGS SA 234 GR. WPB

LIFTING LUG TOP HEAD TYPE 7-12-0024 GASKET EXTERNAL SPIRAL WOUND GASKET WITH SS-316 METAL

`T' DENOTES CORRESPONDING NOMINAL THICKNESS OF FIRE PROOFING AND INSULATION SUPPORTS 7-12-0025 WINDING AND GRAFOIL FILLER MATERIAL WITH

SHELL/HEAD X EARTHING LUG 7-12-0026 CS OUTER RING AS PER ASME B 16.20

X NAME PLATE 7-12-0027


X MANUFACTURER NAME PLATE 7-12-0028 GASKET INTERNAL -

X BRACKET FOR NAME PLATE 7-12-0029 EXTERNAL STUDS/BOLTS/NUTS SA 193 GR.B7 / SA 194 GR.2H

NAME PLATE FOR SMALL EQUIPMENT 7-12-0030 INTERNAL STUDS/BOLTS/NUTS -

DETAILS OF FORGED NOZZLES 7-12-0031 SKIRT/ SUPPORT IS 2062 GR.B

SUPPORTS FOR INTERNAL FEED PIPE 7-12-0032 SKIRT/ SUPPORT BASE IS 2062 GR.B

HOT INSULATION SUPPORT FOR HORIZONTAL VESSEL 7-12-0033 INTERNAL PARTS (WELDED) -

PIPE DAVIT SUPPORT FOR COLD INS. VESSELS 7-12-0034 INTERNAL PARTS (BOLTED) -

TYP. DETAILS OF WIRE MESH DEMISTER SUPPORTS 7-12-0036 CLIPS & ATTACHMENTS (EXTERNAL) SA 516 GR.70

S.R NOZZLE NECK 7-12-0037 WRAPPER PLATE SA 516 Gr.70


DEMISTER/GRID -
PAD FOR EXTERNAL ATTACHMENT SA 516 Gr.70
WRAPPER PLATE -

REFERENCE DRAWINGSjsQjsUl MkbZx


X NOZZLE ORIENTATIONS A307-0IF-16-43-NZ-4044
X LADDERS/PLATFORM CLEATS A307-0IF-16-48-10769
X PIPE SUPPORT CLEATS A307-IFP-16-43-EC-V804
TRAY SUPPORT AND BOLTING BARS NOT APPLICABLE
DEMISTER DATA SHEET NOT APPLICABLE
FILE NAME : A307-IF-16-46-DS-3954-3-1

STATUTORY REGULATIONS LVSpqvjh jsxqys'kUl


LICENSOR'S SPECIFICATION
HOLD UPS gksYM vIl
FOUNDATION LOADING DATA (OPERATING CONDITION) INDIAN BOILER REGULATIONS (IBR)
ykbZlsUlj LisflfQds'lUl QkaMs'ku yksfMxa MkVk vksijsfVax dufM'ku) DEPARTMENT OF EXPLOSIVES, NAGPUR (CCOE)
NOZZLE ORIENTATIONS SIZE OF NOZZLES
MAX. SHEAR FORCE AT BASE (H)
TYPE MAX MOMENT AT BASE (M) (kgm)
(kg)
APPROXIMATE WEIGHT (kgs) (PER ITEM) ,ijkSfDlesaV otu
NOZZLE ELEVATIONS PIPE SUPPORT CLEATS
borrower for the intended use.

SEISMIC SUPPORT HEIGHT LADDER/PLATFORM CLEATS


LICENSOR'S STANDARD (DB) - - DETAILS OF INTERNALS TRAY SUPPORT/BOLTING BARS
ERECTION 61000 OPERATING 225000
ykbZlsUlj LVS.MlZ SEISMIC PIPE DAVIT
(MC) - - PACKING SUPPORT
HYDROTEST(SHOP) 308000 HYDROTEST ( FIELD ) 312000
WIND - - NUMBER OF ITEMS : one

JOB NO: UNIT NO: 3 15.01.2015 ISSUED FOR BIDS/ENGG. JSN RV/VIVEK TK DESIGN DATA fMtkbu MkVk DRAWING NUMBER
ENGINEERS INDIA LIMITED dk;Z l[;k A307
;fuV l[;k FCC-IFP 2 10.01.2014 REVISED AS MARKED JSN RRS/VIVEK TK MkbZx uEcj REV
NEW DELHI CLIENT :
BPCL-KR
1 02.12.2013 REVISED AS MARKED JSN RRS/VIVEK TK HP FLARE KNOCK OUT DRUM ,p ih Qys;j ukWd vkmV Me A307-IF-16-46-DS-3954 3
DykbZV 0 17.09.2013 ISSUED FOR PURCHASE JSN RRS/VIVEK TK
bathfu;lZ bafM;k fyfeVsM PLANT : A 29.04.2013 ISSUED FOR BIDS/ENGG. ANIL RKK/VIVEK TK SHEET 1 OF 2
IREP, KOCHI ITEM NO. IFP-V-804 vAbVe uEcj vkbZ ,Q ih&oh&804
Hkkjr ljdkj dk midze IykaV REV DATE REVISION BY CHECKED APPROVED
FORMAT NO.3-1646-0115 REV.2 (06.12.2011) A3-420 X 297

Page 67 of 283
X
X

Page 68 of 283
The drawing, design and details given below on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited, or used, except in the limited way permitted by written consent given by the lender to the

NOZZLES AND CONNECTIONS uksty o duSD'ku GENERAL NOTES (tujy uksV~l SPECIFICATIONS LisflfQds'lUl DESIGN DATA fMtkbu MkVk
MARK QTY
NOM. DIA SCH./THK. FLANGES PROJECTI
ON NOTE-
PAD W
SERVICE
UNLESS STATED OTHER WISE X DENOTES APPLICABLITY CODE ASME SEC.VIII DIV.-1(2010)+ADDENDA.2011
ukfeuy 'kMwy o CLASS TYPE FACING 4
xT 1 ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED. X GENERAL SPEC. FOR PRESSURE VESSELS 6-12-0001 WORKING PRESSURE (kg/cm2g) INT. 0.05
ekdZ DokfUVVh Mka;k fFkduSl Dykl VkbZi Qsflx izksts'ku iSaM lfoZl 2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRE LINE. X SUPP. SPEC. FOR CS VESSELS 6-12-0002 DESIGN PRESSURE (NOTE-18) (kg/cm2g) INT. 3.5 EXT. FV

A 1 100 160 150 WN RF


SEE 60
MDEA DRAIN INLET
3 NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN VIEW. X STD. SPEC. FOR BQCS PLATE 6-12-0011 WORKING TEMPERATURE 0
( C) 20-38
DRG xT 4 (A) FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM VESSEL CENTER X STD. SPEC. FOR STRUCTRAL QUALITY PLATES 6-12-0014 DESIGN TEMPERATURE 0
( C) INT. 200 EXT. 200
SEE 300 MDEA SUMP PUMP LINE TO FLANGE CONTACT FACE. STD.SPEC. FOR SURFACE PREPARATION & PROTECTIVE A307-000-06-42- MDMT (0C) 15
B 1 600 16 THK. 150 WN RF
DRG xT (NOTE-15) 4 (B) FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD T.L TO
X COATING PLS-01 CORROSION ALLLOWANCE (MM) INT. 3.0 EXT. 1.5
SEE NITROGEN BLANKET FLANGE CONTACT FACE. TYPE OF HEAD TORISPHERICAL
C 1 50 160 300 WN RF -
DRG (NOTE-20) 5 THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER JOINT EFFICIENCY SHELL 1 HEAD 1
SEE 60 CONSTRUCTION. RADIOGRAPHY (NOTE-13) SHELL FULL HEAD SINGLE PIECE
D 1 100 160 150 WN RF VENT (NOTE-21) STANDARDS LVS.MMZl
DRG xT 6 FLANGE GASKET FACE SHALL HAVE 125 AARH FINISH. POST WELD HEAT TREATMENT (NOTE-11) YES(COMPLETE EQUIPMENT)

E 1 50 160 300 WN RF
SEE
- VAPOR OUTLET (NOTE-20)
7 DIMENSIONS OF FLANGES FOR NOZZLES UPTO 600NB SHALL BE AS PER ASME X VESSEL TOLERANCES 7-12-0001 HEAT TREATMENT HEAD AS PER SPEC.
DRG B16.5 AND FOR NOZZLE ABOVE 600NB SHALL BE AS PER ASME B16.47 SUPPORT FOR HORIZONTAL VESSEL 7-12-0002 OPERATING MEDIUM -
SERIES B UNLESS SPECIFIED OTHERWISE.
SEE WOODEN PILLOWS FOR SADDLE SUPPORT 7-12-0003 SP. GRAVITY 1.04
F 1 50 160 300 WN RF - STEAM OUT (NOTE-21)
DRG 8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING ID OF SKIRT BASE DETAILS 7-12-0004 WIND SPECIFICATION IS: 875
SEE NOZZLE PIPE. SKIRT OPENING DETAILS 7-12-0005 SEISMIC SITE SPECTRA + IS 1893
H 1 50 160 300 WN RF - FRESH MDEA INLET
DRG 9 NOZZLES SHALL BE STIFFENED WITH 4 NOS. 100 x 10 THK FLATS AT 90 DEG. ANGLE LEG SUPPORT 7-12-0006 CAPACITY (M ) 3 9.1
SEE 110 APART. MANHOLE,S1,S2 & PUMP NOZZLES SHALL BE STIFFENED WITH 8 NOS PIPE LEG SUPPORT 7-12-0007 PAINTING/CLEANING (NOTE-12) AS PER PAINTING SPEC.
G 1 200 100 150 WN RF GAUGE HATCH 10THKx R.F PAD WIDE FLATS EQUISPACED.
DRG xT BRACKET SUPPORT FOR VERTICAL VESSEL 7-12-0008 INSULATION THICKNESS (mm) NIL HOT COLD

L 1 100 160 300 WN RF


SEE 60 LEVEL TRANSMITTER WITH 10 THE VESSEL SHALL BE LOCATED IN RCC PIT AND SAND PACKED WITH VIBRO X MANHOLE WITH HINGED COVER 7-12-0009 FIRE PROOFING YES NO
DRG xT STILL WELL COMPRESSION WITH 100mm THK OF LEAN CONCRETE ON TOP.THE PIT SHALL MANHOLE WITH DAVIT 7-12-0010 HYDROSTATIC TEST (kg/cm2g) HORIZONTAL VERTICAL (AT TOP)
HAVE MIN.CLEARANCE OF 750mm (MIN) ALL AROUND THE VESSEL-(BY
M 1 600 16 THK. 150 WN RF
SEE 210
MANHOLE +B.F +HINGE
1
OTHERS).
X LADDER RUNGS FOR MANHOLE/DEMISTER 7-12-0011 PRESSURE (NEW & COLD) 4.55
DRG xT RETAINING PLATE 7-12-0012 INSPECTION BY EIL CIB LLOYDS
50.8 16.6 SEE 11 HARDNESS OF BASE METAL, WELDS & HAZ AFTER PWHT SHALL NOT EXCEED X NOZZLE REINFORCEMENT AND PROJECTION 7-12-0013 MATERIAL OF CONSTRUCTION eSfVfj;y vkQ dUlVD'ku)
T 1 300 LWN RF - TEMPERATURE 200 BHN.
I.D THK DRG PAD NOZZLES FOR VESSELS 7-12-0014 (AS PER ASME / IS OR EQUIVALENT) (NOTE-17)

S1 1 400 16 THK. 150 WN RF


SEE 170 MOUNTING NOZZLE +B.F FOR T 12 PAINTING:SURFACE PREPARATION, PRIMER AND FINISH PAINT SHALL BE X STANDARD BOLT HOLE ORIENTATION 7-12-0015
DRG xT &E DONE BY VENDOR AS PER PAINTING SPEC. A307-000-06-42-PLS-01. ALLOY LINER DETAILS 7-12-0016 SHELL/BOOT SA 516 Gr.60* +SA 20 S(1)
SEE 200 MOUNTING NOZZLE +B.F FOR 13 ALL BUTT WELDS IN PRESSURE PARTS SHALL BE 100% RADIOGRAPHED. SIGHT GLASSES FOR PRESSURE VESSELS 7-12-0017 REINFORCEMENT PAD/INSERT PLATE SA 516 Gr.60* +SA 20 S(1)
S2 1 450 16 THK. 150 WN RF
DRG xT C,H & F 14 ALL FABRICATED NOZZLES SHALL BE FULLY RADIOGRAPHED. INTERNAL FLANGES 7-12-0018 HEADS SA 516 Gr.60* +SA 20 S(1)
15 (a) SIZE OF SUMP & NOZZLE-B IS UNDER HOLD & SHALL BE AS CONFIRMED BY VORTEX BREAKERS 7-12-0019 SHELL FLANGES -

1 PUMP VENDOR. INLET DEFLECTOR BAFFLE 7-12-0020 NOZZLE FLANGES / LWN SA 105 $
15 (b) PUMP NOZZLE COVER BLIND FLANGE WITH PUMP ASSEMBLY, NOZZLE-B, SUPPORT RING AND BOLTING BAR 7-12-0021 NOZZLE NECK UPTO 250 NB SA 106 GR. B $(SEAMLESS)
BOLTING & GASKET SHALL BE SUPPLIED BY PUMP SUPPLIER. SUPPORT RING SIZES FOR PACKED TOWERS 7-12-0022 NOZZLE NECK ABOVE 250 NB SA 516 Gr.60* +SA 20 S(1)
16 CATHODIC PROTECTION IS BY OTHERS. HOWEVER,CLIP FOR THE SAME TO BE PIPE DAVIT 7-12-0023 PIPE FITTINGS SA 234 GR. WPB $(SEAMLESS)
PROVIDED BY VENDOR. LIFTING LUG TOP HEAD TYPE 7-12-0024 GASKET EXTERNAL SPIRAL WOUND WITH SS 316 METAL WINDING &
GRAFOIL FILLER WITH CS OUTER RING AS PER
17 ALL CARBON STEEL MATERIAL SHALL BE PROCURED IN NORMALISED FIRE PROOFING AND INSULATION SUPPORTS 7-12-0025 ASME B16.20
& VACUUM DEGASSED CONDITION. X EARTHING LUG 7-12-0026
18 VESSEL IS SUBJECTED TO STEAM OUT CONDITION OF 0.5 Kg/Cm2(g) AT X NAME PLATE 7-12-0027 GASKET INTERNAL -

1850C X MANUFACTURER NAME PLATE 7-12-0028 EXTERNAL STUDS/BOLTS/NUTS SA 193 GR.B7M / SA 194 GR.2HM
19 ALL INTERNALS SHALL BE SIZED TO PASS THROUGH MANHOLE. X BRACKET FOR NAME PLATE 7-12-0029 INTERNAL STUDS/BOLTS/NUTS SS 304
20 LOCATE NOZZLES 'C' & 'E' NEAR OPPOSITE SEAMS. NAME PLATE FOR SMALL EQUIPMENT 7-12-0030 SKIRT/ SUPPORT SA 516 GR.60
21 STEAM OUT CONNECTION 'F' & VENT 'D' TO BE LOCATED AT EITHER ENDS. DETAILS OF FORGED NOZZLES 7-12-0031 SKIRT/ SUPPORT BASE -

X SUPPORTS FOR INTERNAL FEED PIPE 7-12-0032 INTERNAL PARTS (WELDED) SA 516 GR.60*+SA 20 S(1)/ SA 106 GR.B $(SEAMLESS)
HOT INSULATION SUPPORT FOR HORIZONTAL VESSEL 7-12-0033 INTERNAL PARTS (BOLTED) SA 516 GR.60*+SA 20 S(1)/ SA 106 GR.B $(SEAMLESS)
PIPE DAVIT SUPPORT FOR COLD INS. VESSELS 7-12-0034 CLIPS & ATTACHMENTS (EXTERNAL) SA 516 GR.60

TYP. DETAILS OF WIRE MESH DEMISTER SUPPORTS 7-12-0036 WRAPPER PLATE SA 516 GR.60

S.R NOZZLE NECK 7-12-0037 DEMISTER/GRID -


PAD FOR EXTERNAL ATTACHMENT SA 516 GR.60

`T' DENOTES CORRESPONDING SHELL /HEAD THICKNESS * HIC RESISTANT + NACE MR 0103 COMPLIANT (REFER NOTE-17).

$ NACE MR 0103 COMPLIANT (REFER NOTE-17).

REFERENCE DRAWINGSjsQjsUl MkbZx


NOZZLE ORIENTATIONS
LADDERS/PLATFORM CLEATS NOT APPLICABLE

PIPE SUPPORT CLEATS NOT APPLICABLE

TRAY SUPPORT AND BOLTING BARS NOT APPLICABLE

DEMISTER DATA SHEET NOT APPLICABLE

@ WITHOUT PUMP ASSEMBLY


FILE NAME : A307-0IS-16-46-DS-3505-1-1

STATUTORY REGULATIONS LVSpqvjh jsxqys'kUl


LICENSOR'S SPECIFICATION
EQUIPMENT IS IN WET H2S SERVICE
FOUNDATION LOADING DATA (OPERATING CONDITION) INDIAN BOILER REGULATIONS (IBR)
ykbZlsUlj LisflfQds'lUl QkaMs'ku yksfMxa MkVk vksijsfVax dufM'ku) HOLD UPS gksYM vIl DEPARTMENT OF EXPLOSIVES, NAGPUR (CCOE)

MAX. SHEAR FORCE AT BASE (H) NOZZLE ORIENTATIONS SIZE OF NOZZLES


TYPE MAX MOMENT AT BASE (M) (kgm)
(kg)
APPROXIMATE WEIGHT (kgs) (PER ITEM) ,ijkSfDlesaV otu
NOZZLE ELEVATIONS PIPE SUPPORT CLEATS
borrower for the intended use.

SEISMIC SUPPORT HEIGHT LADDER/PLATFORM CLEATS


LICENSOR'S STANDARD (DB) - - DETAILS OF INTERNALS TRAY SUPPORT/BOLTING BARS
ERECTION 9500 OPERATING 17600@
ykbZlsUlj LVS.MlZ SEISMIC STILL WELL FOR L PIPE DAVIT
(MC) - - SUMP SIZE PACKING SUPPORT
HYDROTEST(SHOP) 18600 HYDROTEST ( FIELD ) 18600@
SIZE & LOCATION FOR CATHODIC
WIND - - PROTECTION CLEATS
NUMBER OF ITEMS : ONE

JOB NO: UNIT NO: DESIGN DATA fMtkbu MkVk DRAWING NUMBER
ENGINEERS INDIA LIMITED dk;Z l[;k A307
;fuV l[;k IST
1 15.01.2015 FINAL ISSUE NS CK AT MkbZx uEcj REV
NEW DELHI CLIENT :
M/S BPCL,KOCHI REFINERY
0 18.11.2013 ISSUED FOR PURCHASE NS CK AT MDEA SUMP DRUM ,eMhb, lEi Me A307-0IS-16-46-DS-3505 1
DykbZV B 24.10.2013 REVISED AS MARKED NS CK AT
bathfu;lZ bafM;k fyfeVsM PLANT : A 14.06.2013 ISSUED FOR BIDS/ENGG. JSN CK/BD AT
IREP,KOCHI ITEM NO. IST-V-504 vAbVe uEcj vkbZ,lVh&oh&504 SHEET 1 OF 3
Hkkjr ljdkj dk midze IykaV REV DATE REVISION BY CHECKED APPROVED
FORMAT NO.3-1646-0113 REV.2 (20.09.2011) A3-420 X 297

Page 69 of 283
Page 70 of 283
Page 71 of 283
The drawing, design and details given below on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited, or used, except in the limited way permitted by written consent given by the lender to the

NOZZLES AND CONNECTIONS uksty o duSD'ku GENERAL NOTES (tujy uksV~l SPECIFICATIONS LisflfQds'lUl DESIGN DATA fMtkbu MkVk
MARK QTY
NOM. DIA SCH./THK. FLANGES PROJECTI
ON NOTE-
PAD W
SERVICE
UNLESS STATED OTHER WISE X DENOTES APPLICABLITY CODE ASME SEC.VIII DIV.-1 2010, ADDENDA 2011
ukfeuy 'kMwy o CLASS TYPE FACING 4
xT 1 ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED. X GENERAL SPEC. FOR PRESSURE VESSELS 6-12-0001 WORKING PRESSURE (kg/cm2g) INT. 1.07
ekdZ DokfUVVh Mka;k fFkduSl Dykl VkbZi Qsflx izksts'ku iSaM lfoZl 2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRE LINE. X SUPP. SPEC. FOR CS VESSELS 6-12-0002 DESIGN PRESSURE (kg/cm2g) (NOTE-14) INT. 5.3 EXT. F.V.

A 1 10 IN 100 150 WN RF 865 # INLET 2 PHASE


3 NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN VIEW. X STD. SPEC. FOR BQCS PLATE 6-12-0011 WORKING TEMPERATURE 0
( C) 50
4 (A) FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM VESSEL CENTER X STD. SPEC. FOR STRUCTRAL QUALITY PLATES 6-12-0014 DESIGN TEMPERATURE 0
( C) INT. 177 EXT. 185
120 LINE TO FLANGE CONTACT FACE. STD. SPEC. FOR SURFACE PREPARATION & PROTECTIVE MDMT (0C) 15
B 1 8 IN 100 150 WN RF 865
XT
OUTLET GAS 4 (B) FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD T.L TO
X COATING A307-000-06-42-PLS-01
CORROSION ALLOWANCE (MM) 6

C 1 3 IN XXS 150 WN RF 765


45
OUTLET LIQUID
FLANGE CONTACT FACE.
X JOB SPEC. FOR KNITTED WIRE MESH DEMISTER A307-0IS-16-46-SP-002 TYPE OF HEAD TORISPHERICAL
XT 5 THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER JOINT EFFICIENCY SHELL 1 HEAD 1
CONSTRUCTION. RADIOGRAPHY (NOTE-12) SHELL FULL HEAD SINGLE PIECE
D 1 2 IN XXS 300 WN RF 715 - DRAIN
6 FLANGE GASKET FACE SHALL HAVE 125 AARH FINISH.
STANDARDS LVS.MMZl POST WELD HEAT TREATMENT (NOTE-11) COMPLETE EQUIPMENT

E 1 2 IN XXS 300 WN RF 400 - PUMP MIN.FLOW


7 DIMENSIONS OF FLANGES FOR NOZZLES UPTO 600NB SHALL BE AS PER ANSI X VESSEL TOLERANCES 7-12-0001 HEAT TREATMENT HEAD AS PER SPEC.
B16.5 AND FOR NOZZLE ABOVE 600NB SHALL BE AS PER ASME B16.47
SERIES-B UNLESS SPECIFIED OTHERWISE.
X SUPPORT FOR HORIZONTAL VESSEL 7-12-0002 OPERATING MEDIUM -
WOODEN PILLOWS FOR SADDLE SUPPORT 7-12-0003 SP. GRAVITY 0.99
F 1 2 IN XXS 300 WN RF 865 - VENT WIND SPECIFICATION
8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING ID OF SKIRT BASE DETAILS 7-12-0004 IS: 875
NOZZLE PIPE/SHELL. SKIRT OPENING DETAILS 7-12-0005 SEISMIC IS: 1893 + SITE SPECTRA
G 1 2 IN XXS 300 WN RF 450 - STEAM OUT 9 NOZZLES 50NB AND BELOW SHALL BE STIFFENED WITH 2 NOS. 40 x 6 THK 3 2.5
ANGLE LEG SUPPORT 7-12-0006 CAPACITY (M )
LT FLATS 900 APART. PIPE LEG SUPPORT 7-12-0007 PAINTING/CLEANING AS PER SPEC. (NOTE-10)
2 2 IN XXS 300 WN RF 750 - LEVEL TRANSMITTER (GWR)
1-2 10 PAINTING: SURFACE CLEANING/SHOP PRIMER AS PER SPEC. A307-000-06-42- BRACKET SUPPORT FOR VERTICAL VESSEL 7-12-0008 INSULATION THICKNESS (mm) NIL HOT COLD
PLS-01. MANHOLE WITH HINGED COVER 7-12-0009 FIRE PROOFING (BY OTHERS) YES NO
M 1 20 IN 14 THK. 150 WN RF 540 - MANWAY + B.F. + DAVIT 11 HARDNESS OF BASE METAL, WELDS AND HAZ AFTER PWHT SHALL NOT X MANHOLE WITH DAVIT 7-12-0010 HYDROSTATIC TEST (kg/cm2g) HORIZONTAL VERTICAL (AT TOP)
LG
2 2 IN XXS 300 WN RF 750 - LEVEL GAUGE (MAGNETIC)
EXCEED 200 BHN. .
X LADDER RUNGS FOR MANHOLE/DEMISTER 7-12-0011 PRESSURE (NEW & COLD) 6.89
1-2 12 ALL BUTT WELDS IN PRESSURE PARTS SHALL BE 100% RADIOGRAPHED. RETAINING PLATE 7-12-0012 INSPECTION BY X EIL CIB LLOYDS
13 ALL FABRICATED NOZZLES/PIPE FITTING SHALL BE FULLY RADIOGRAPHED. X NOZZLE REINFORCEMENT AND PROJECTION 7-12-0013 MATERIAL OF CONSTRUCTION eSfVfj;y vkQ dUlVD'ku)
14 VESSEL SHALL BE SUBJECTED TO STEAM OUT CONDITIONS OF PAD NOZZLES FOR VESSELS 7-12-0014 (AS PER ASME / IS OR EQUIVALENT) (NOTE-15)
INSERT PLATE- 0.5 Kg/Cm2(g) AT 1850C X STANDARD BOLT HOLE ORIENTATION 7-12-0015
15 ALL CARBON STEEL MATERIAL TO BE NORMALISED & VACUUM ALLOY LINER DETAILS 7-12-0016 SHELL / INSERT PLATE SA 516 Gr.60* +SA 20 S(1)
# 600 SQ (INCLUDING TAPER DEGASSED. SIGHT GLASSES FOR PRESSURE VESSELS 7-12-0017 REINFORCEMENT PAD SA 516 Gr.60* +SA 20 S(1)
LENGTH) x25THK INTERNAL FLANGES 7-12-0018 HEADS SA 516 Gr.60* +SA 20 S(1)
VORTEX BREAKERS 7-12-0019 SHELL FLANGES -
INLET DEFLECTOR BAFFLE 7-12-0020 NOZZLE FLANGES SA 105 $
SUPPORT RING AND BOLTING BAR 7-12-0021 NOZZLE NECK UPTO 250 NB SA 106 GR. B $ (SEAMLESS)
SUPPORT RING SIZES FOR PACKED TOWERS 7-12-0022 NOZZLE NECK ABOVE 250 NB SA 516 Gr.60* +SA 20 S(1)
PIPE DAVIT 7-12-0023 PIPE FITTINGS -
LIFTING LUG TOP HEAD TYPE 7-12-0024 GASKET EXTERNAL SPIRAL WOUND WITH SS 316L METAL
FIRE PROOFING AND INSULATION SUPPORTS 7-12-0025 WINDING & GRAFOIL FILLER WITH CS
X EARTHING LUG 7-12-0026 OUTER RING AS PER ASME B16.20

X NAME PLATE 7-12-0027


X MANUFACTURER NAME PLATE 7-12-0028 GASKET INTERNAL -

`T' DENOTES CORRESPONDING SHELL/DISH END THICKNESS


X BRACKET FOR NAME PLATE 7-12-0029 EXTERNAL STUDS/BOLTS/NUTS SA 193 GR.B7M/ SA 194 GR.2HM
NAME PLATE FOR SMALL EQUIPMENT 7-12-0030 INTERNAL STUDS/BOLTS/NUTS SS316L
DETAILS OF FORGED NOZZLES 7-12-0031 SKIRT/ SUPPORT IS 2062 GR.B
SUPPORTS FOR INTERNAL FEED PIPE 7-12-0032 SKIRT/ SUPPORT BASE IS 2062 GR.B
HOT INSULATION SUPPORT FOR HORIZONTAL VESSEL 7-12-0033 INTERNAL PARTS (WELDED) SA 516 Gr.60* +SA 20 S(1)
PIPE DAVIT SUPPORT FOR COLD INS. VESSELS 7-12-0034 INTERNAL PARTS (BOLTED) -
TYP. DETAILS OF WIRE MESH DEMISTER SUPPORTS 7-12-0036 CLIPS & ATTACHMENTS DIRECTLY WELDED
SA 516 Gr.60
S.R NOZZLE NECK 7-12-0037 (EXTERNAL)
CLIPS & ATTACHMENTS (EXTERNAL)
IS 2062 GR.B
WELDED OVER PAD
WRAPPER PLATE SA 516 Gr.60
DEMISTER/GRID SS 316L
PAD FOR EXTERNAL ATTACHMENT SA 516 Gr.60

EQUIMENT IS IN WET H2S SERVICE


EQUIMENT IS IN LETHAL SERVICE
CB&I REFERENCE DRAWINGSlhchvkbZ jsQjsUl MkbZx * HIC RESISTANT +NACE MR 0103 COMPLIANT

X VORTEX BREAKER VS400B


$ NACE MR 0103 COMPLIANT
X MIST PAD CMS-830-04-SD-12044
X INLET BAFFLE VS402B

REFERENCE DRAWINGSjsQjsUl MkbZx


X NOZZLE ORIENTATIONS A307-IST-16-43-NZ-4079
1
X LADDERS/PLATFORM CLEATS A307-IS-16-43-30772 1
1 X PIPE SUPPORT CLEATS A307-IST-16-43-EC-3502 1
TRAY SUPPORT AND BOLTING BARS N.A.
X DEMISTER DATA SHEET A166-IST-02-DS-1907.
FILE NAME : A307-0IS-16-46-DS-3502-1-1

STATUTORY REGULATIONS LVSpqvjh jsxqys'kUl


LICENSOR'S SPECIFICATION FOUNDATION LOADING DATA (OPERATING CONDITION) INDIAN BOILER REGULATIONS (IBR)
ykbZlsUlj LisflfQds'lUl QkaMs'ku yksfMxa MkVk vksijsfVax dufM'ku) HOLD UPS gksYM vIl DEPARTMENT OF EXPLOSIVES, NAGPUR (CCOE)

MAX. SHEAR FORCE AT BASE (H) NOZZLE ORIENTATIONS SIZE OF NOZZLES


TYPE MAX MOMENT AT BASE (M) (kgm)
(kg) 1 APPROXIMATE WEIGHT (kgs) (PER ITEM) ,ijkSfDlesaV otu
NOZZLE ELEVATIONS L1-2 PIPE SUPPORT CLEATS
borrower for the intended use.

SEISMIC FIXED/SLIDING SUPPORT 1 LADDER/PLATFORM CLEATS


LICENSOR'S STANDARD (DB) - - DETAILS OF INTERNALS TRAY SUPPORT/BOLTING BARS
ERECTION 2,500 OPERATING 4,500
ykbZlsUlj LVS.MlZ SEISMIC DEMISTER DETAILS PIPE DAVIT
(MC) - - PACKING SUPPORT
HYDROTEST(SHOP) 5,000 HYDROTEST ( FIELD ) 5,700
WIND - - NUMBER OF ITEMS : ONE

JOB NO: UNIT NO: DESIGN DATA fMtkbu MkVk DRAWING NUMBER
ENGINEERS INDIA LIMITED dk;Z l[;k A307
;fuV l[;k IST MkbZx uEcj REV
NEW DELHI CLIENT :
M/s BPCL-KOCHI REFINERY
1 15.01.2015 FINAL ISSUE JSN CK/BD AT REGENERATOR OVERHEAD DRUM fjtujsVj vksojgSM Me A307-0IS-16-46-DS-3502 1
DykbZV 0 18.11.2013 ISSUED FOR PURCHASE JSN CK/BD AT
bathfu;lZ bafM;k fyfeVsM PLANT : A 17.06.2013 ISSUED FOR BIDS/ENGG. JSN CSM/CK AT
Hkkjr ljdkj dk midze IykaV IREP,KOCHI
REV DATE REVISION BY CHECKED APPROVED
ITEM NO. IST-V-502 vAbVe uEcj vAb,lVh&oh&502 SHEET 1 OF 2
FORMAT NO.3-1646-0119 REV.2 (06.12.2011) A3-420 X 297

Page 72 of 283
Page 73 of 283
fjtujsVj
vksojgSsM Me
The drawing, design and details given below on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited, or used, except in the limited way permitted by written consent given by the lender to the

NOZZLES AND CONNECTIONS uksty o duSD'ku GENERAL NOTES (tujy uksV~l SPECIFICATIONS LisflfQds'kUl DESIGN DATA fMtkbu MkVk
MARK QTY
NOM. DIA SCH./THK. FLANGES PROJECTI
ON NOTE-
PAD W
SERVICE
UNLESS STATED OTHER WISE X DENOTES APPLICABLITY CODE ASME SEC. VIII DIV.1 2010, ADDENDA 2011
ukfeuy 'kMwy o CLASS TYPE FACING 4
xT 1 ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED. X GENERAL SPEC. FOR PRESSURE VESSELS 6-12-0001 WORKING PRESSURE (kg/cm 2g) 36.4
ekdZ DokfUVVh Mka;k fFkduSl Dykl VkbZi Qsflx izksts'ku iSaM lfoZl 2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRE LINE. X SUPP. SPEC. FOR CS VESSELS 6-12-0002 DESIGN PRESSURE (kg/cm 2g) INT. 44.3 EXT. -

N1 1 250 - 300 SRN RF 680 -


FEED INLET 3 NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN VIEW. X STD. SPEC. FOR BQCS PLATE 6-12-0011 WORKING TEMPERATURE 0
( C) 45
(NOTE-16) 4 (A) FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM VESSEL CENTER X STD. SPEC. FOR STRUCTRAL QUALITY PLATES 6-12-0014 DESIGN TEMPERATURE 0
( C) 150

N2 1 250 - 300 SRN RF


SEE
- VAPOR OUTLET
LINE TO FLANGE CONTACT FACE.
X STD. SPEC. FOR STAINLESS STEEL PLATES 6-12-0020 MDMT ( 0C) 15
DRG. 4 (B) FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD T.L TO PACKING, MARKING & SHIPPING SPECIFICATION CORROSION ALLLOWANCE (MM) 3
SEE FLANGE CONTACT FACE. X FOR TRAY AND TOWER INTERNALS 6-14-0009
TYPE OF HEAD 2 : 1 ELLIPSOIDAL
N3 1 50 - 300 SRWN RF - LIQUID OUTLET
DRG. 5 THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER JOB SPEC. FOR SURFACE PREPARATION AND JOINT EFFICIENCY SHELL 1 HEAD SEAMLESS
SEE CONSTRUCTION. X PROTECTIVE COATING (NEW CONSTRUCTION) A307-000-06-42-PLS-01
RADIOGRAPHY SHELL FULL HEAD SEAMLESS
N4 1 50 160 300 WN RF - DRAIN
DRG. 6 FLANGE GASKET FACE SHALL HAVE 125 AARH FINISH. X JOB SPEC. FOR KNITTED WIRE MESH DEMISTER A307-0IG-16-46-SP-01 POST WELD HEAT TREATMENT YES (COMPLETE VESSEL)(NOTE-11)
50.8 SEE 7 DIMENSIONS OF FLANGES FOR NOZZLES UPTO 600NB SHALL BE AS PER HEAT TREATMENT HEAD AS PER SPEC.
N5 1 - 300 LWN RF - VENT ASME B16.5 AND FOR NOZZLE ABOVE 600NB SHALL BE AS PER ASME B16.47 STANDARDS LVS.MMZl
I.D. DRG. OPERATING MEDIUM H2
SERIES B UNLESS SPECIFIED OTHERWISE.
N6 1
50.8
- 300 LWN RF 625 - UTILITY CONNECTION X VESSEL TOLERANCES 7-12-0001 SP. GRAVITY 0.76
I.D. 8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING ID OF SUPPORT FOR HORIZONTAL VESSEL 7-12-0002 WIND SPECIFICATION AS PER IS : 875
193.68 NOZZLE PIPE/SHELL. WOODEN PILLOWS FOR SADDLE SUPPORT 7-12-0003 SEISMIC AS PER IS : 1893 & SITE SPECTRA
2 N7 1 I.D.
- 300 SRN RF 675 - PSV CONNECTION 9 NOZZLES 50NB AND BELOW SHALL BE STIFFENED WITH 2 NOS. 40 x 6 THK SKIRT BASE DETAILS 7-12-0004 CAPACITY (M3) 1.77
K1 50.8 FLATS 900 APART. SKIRT OPENING DETAILS 7-12-0005 PAINTING/CLEANING AS PER PAINTING JOB SPEC.
2 - 300 LWN RF 625 - LEVEL TRANSMITTER (GWR)
A/B I.D. 10 THE VESSEL IS SUBJECTED TO STEAM OUT CONDITIONS OF 0.5 Kg/Cm 2(g) ANGLE LEG SUPPORT 7-12-0006 INSULATION THICKNESS (mm)(BY OTHERS) NIL HOT COLD
K2
2
50.8
- 300 LWN RF 625 - LEVEL TRANSMITTER (GWR)
0
AT 190 C. X PIPE LEG SUPPORT 7-12-0007 FIRE PROOFING (BY OTHERS) X YES NO
A/B I.D. 11 COMPLETE VESSEL INCLUDING SUPPORT SHALL BE STRESS RELIEVED. BRACKET SUPPORT FOR VERTICAL VESSEL 7-12-0008 HYDROSTATIC TEST (kg/cm2g) HORIZONTAL VERTICAL (AT TOP)
K3 50.8 HARDNESS OF BASE METAL, WELDS & HAZ AFTER PWHT SHALL NOT EXCEED 7-12-0009 PRESSURE (NEW & COLD) 57.59
MANHOLE WITH HINGED COVER
2 - 300 LWN RF 625 - LEVEL TRANSMITTER (GWR) 200 BHN.
A/B I.D. X MANHOLE WITH DAVIT (FOR GUIDANCE) 7-12-0010 INSPECTION BY X EIL CIB LLOYDS
K4
2
50.8
- 300 LWN RF 625 - STAND PIPE
12 ALL SS SURFACES SHALL BE PICKLED AND PASSIVATED AS PER ASTM A 380. LADDER RUNGS FOR MANHOLE/DEMISTER 7-12-0011 MATERIAL OF CONSTRUCTION eSfVfj;y vkQ dUlVD'ku)
A/B I.D. 13 PIPE TO PIPE, PIPE TO FLANGE, PIPE TO FITTING & FITTING TO FLANGE JOINT RETAINING PLATE 7-12-0012 (AS PER ASME / IS OR EQUIVALENT)
SHALL BE WELDED WITH THE SAME TECHNIQUE USED FOR MAIN EQUIPMENT
WELDING.
X NOZZLE REINFORCEMENT AND PROJECTION 7-12-0013
PAD NOZZLES FOR VESSELS 7-12-0014 SHELL / BOOT SA 516 Gr.60
14 ALL SELF REINFORCED INTEGRALLY FORGED NOZZLES SHALL BE PROVIDED X STANDARD BOLT HOLE ORIENTATION 7-12-0015 REINFORCEMENT PAD / INSERT PLATE -
WITH LIP. 7-12-0016 HEADS SA 516 Gr.60
ALLOY LINER DETAILS
15 THE DEMISTER VOID FRACTION SHALL BE >97%. AND THE WIRE THICKNESS SIGHT GLASSES FOR PRESSURE VESSELS 7-12-0017 SHELL FLANGES / LWN FLANGES SA 105
SRN - SELF REINFORCED NOZZLE WITH INTEGRAL FLANGE. BETWEEN 0.23 - 0.28 MM. REFER SGS STANDARDS S20.028-C, S20.029-B
X INTERNAL FLANGES 7-12-0018 NOZZLE FLANGES /SR NOZZLES SA 105
AND S20.030-B FOR DEMISTER ANS ITS SUPPORT DETAILS. DEMISTER
REFER SHT. 2 OF 2 FOR DETAILS OF SR NOZZLES. REMOVAL FROM TOP. FOR DETAILS OF REMOVAL PLEASE EXTEND 4NOS. 6MM
VORTEX BREAKERS 7-12-0019 NOZZLE NECK UPTO 250 NB SA 106 GR. B
INLET DEFLECTOR BAFFLE 7-12-0020 NOZZLE NECK ABOVE 250 NB SA 516 Gr.60
DIA. ROD WELDED TO GRATING PER DEMISTER PANEL AND PROVIDE 40W x
12THK. STOPPER RING AS SHOWN IN TYPE-C OF EIL STD. NO. 7-12-0036. SUPPORT RING AND BOLTING BAR 7-12-0021 PIPE FITTINGS SA 234 GR. WPB (SEAMLESS)
ALSO IGNORE DETAIL-1 OF SHELL STD. S20.029-B AS DEMISTER IS TOP SUPPORT RING SIZES FOR PACKED TOWERS 7-12-0022 GASKET EXTERNAL SPIRAL WOUND WITH SS 316 WINDING & GRAFOIL
REMOVABLE TYPE. 7-12-0023 FILLER WITH CS OUTER RING AS PER ASME B16.20
PIPE DAVIT
16 NOZZLE `N1' IS CONNECTED WITH HALF OPEN PIPE. THE HALF OPEN PIPE LIFTING LUG TOP HEAD TYPE 7-12-0024
OUTLET AREA SHALL BE MINIMUM FOUR TIMES THE AREA OF FEED INLET
NOZZLE (REFER SHT. 2 FOR DETAILS).
X FIRE PROOFING AND INSULATION SUPPORTS 7-12-0025
X EARTHING LUG 7-12-0026 GASKET INTERNAL COMPRESSED FIBRE ASBESTOS FREE
X NAME PLATE 7-12-0027 EXTERNAL STUDS/BOLTS/NUTS SA 193 GR.B7 / SA 194 GR.2H
X MANUFACTURER NAME PLATE 7-12-0028 INTERNAL STUDS/BOLTS/NUTS SS 316
X BRACKET FOR NAME PLATE 7-12-0029 SKIRT/ SUPPORT SA 106 GR. B
NAME PLATE FOR SMALL EQUIPMENT 7-12-0030 SKIRT/ SUPPORT BASE IS : 2062 GR.B
DETAILS OF FORGED NOZZLES 7-12-0031 INTERNAL PARTS (WELDED) SA 516 GR.60/ SA 106 GR.B
X SUPPORTS FOR INTERNAL FEED PIPE 7-12-0032 INTERNAL PARTS (BOLTED) SS 316L
HOT INSULATION SUPPORT FOR HORIZONTAL VESSEL 7-12-0033 CLIPS & ATTACHMENTS (EXTERNAL) -
PIPE DAVIT SUPPORT FOR COLD INS. VESSELS 7-12-0034 WRAPPER PLATE -
X TYP. DETAILS OF WIRE MESH DEMISTER SUPPORTS 7-12-0036 DEMISTER/GRID SS 316L
X S.R NOZZLE NECK (FOR GUIDANCE) 7-12-0037 PAD FOR EXTERNAL ATTACHMENT SA 516 GR.60
ALLOWABLE NOZZLE LOADS - DEMISTER SUPPORT SA 516 GR.60
VORTEX BREAKER SS 316L

REFERENCE DRAWINGSjsQjsUl MkbZx


X NOZZLE ORIENTATIONS A307-0IV-16-43-NZ-V112
LADDERS/PLATFORM CLEATS NOT APPLICABLE
PIPE SUPPORT CLEATS NOT APPLICABLE
TRAY SUPPORT AND BOLTING BARS NOT APPLICABLE
DEMISTER DATA SHEET

HYDROGEN SERVICE
FILE NAME : A307-0IV-16-46-DS-3112-2-1.DWG

STATUTORY REGULATIONS LVSpqvjh jsxqys'kUl


LICENSOR'S SPECIFICATION FOUNDATION LOADING DATA (OPERATING CONDITION) NO PLATFORM OR PIPING SHALL INDIAN BOILER REGULATIONS (IBR)
HOLD UPS gksYM vIl
ykbZlsUlj LisflfQds'lUl QkaMs'ku yksfMxa MkVk vksijsfVax dufM'ku) BE SUPPORTED FROM THE 2 DEPARTMENT OF EXPLOSIVES, NAGPUR (CCOE)
NOZZLE ORIENTATIONS
TYPE MAX MOMENT AT BASE (M) (kgm)
MAX. SHEAR FORCE AT BASE (H)
(kg) VESSEL NOZZLE ELEVATIONS (AS MARKED)
SIZE OF NOZZLES APPROXIMATE WEIGHT (kgs) (PER ITEM) ,ijkSfDlesaV otu
borrower for the intended use.

LICENSOR'S STANDARD SEISMIC SUPPORT HEIGHT PIPE SUPPORT CLEATS


ykbZlsUlj LVS.MlZ (DB) - - DETAILS OF INTERNALS LADDER/PLATFORM CLEATS
ERECTION 3400 OPERATING 4100
S10.010-G VORTEX BREAKER SEISMIC TRAY SUPPORT/BOLTING BARS
S20.028-C TYP. DETAILS OF DEMISTER (MC) - - DAVIT
HYDROTEST(SHOP) 5170 HYDROTEST ( FIELD ) 5200
S20.029-B TYP. DETAILS OF DEMISTER ATTACHMENT

S20.030-B TYP. DETAILS OF DEMISTER SUPPORT


WIND - - NUMBER OF ITEMS : TWO

JOB NO: UNIT NO: 2 29.05.2014 REVISED AS MARKED 2 JS RSU/PSV BBC DESIGN DATA fMtkbu MkVk DRAWING NUMBER
ENGINEERS INDIA LIMITED dk;Z l[;k A307
;fuV l[;k IV
REVISED AS MARKED BBC MkbZx uEcj REV
1 15.01.2014 1 JS RSU/PSV
MAKE-UP COMPRESSOR esd&vi dEiszlj lsdUM LVst
NEW DELHI CLIENT : 0 24.10.2013 ISSUED FOR PURCHASE JS RSU/DS BBC
DykbZV M/S B.P.C.L., KOCHI
B 16.05.2013 REVISED & REISSUED FOR BIDS/ENGG. B JS SUU/PSV TG 2nd STAGE SUCTION KO DRUM lD'ku dss Me A307-0IV-16-46-DS-3112 2
bathfu;lZ bafM;k fyfeVsM PLANT : VGO HYDROTREATER UNIT, INTEGRATED A 04.04.2013 ISSUED FOR COMMENTS GCP SUU/PSV TG
ITEM NO. IV - V - 112 A/B vAbVe uEcj oh & oh & 112 ,@ch SHEET 1 OF 2
Hkkjr ljdkj dk midze IykaV REFINERY EXPANSION PROJECT (IREP) REV DATE REVISION BY CHECKED APPROVED
FORMAT NO.3-1646-0111 REV.2 (20.09.2011) A3-420 X 297

Page 74 of 283
Page 75 of 283
Page 76 of 283

...\drw\A307-16-48-IG-30707-0.dgn 12/11/2013 4:36:29 PM


Page 77 of 283

z:\strl\drw\v-502.dgn 2/20/2014 6:26:50 PM


Page 78 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING
PAGE 1 OF 48

JOB SPECIFICATION FOR


SURFACE PREPARATION AND
PROTECTIVE COATING
(NEW CONSTRUCTION)

CLIENT : BPCL KR

PROJECT : IREP

JOB No. : A307

COLOR CODE SCHEME INCORPORATED AS


1 25-06-2013 DHANANJAY SRIDHAR R.CHAUDHURY
PER CLIENT
0 18.04.2012 ISSUED AS JOB SPECIFICATION DIVYA SRIDHAR R CHAUDHURY

Rev.
Date Purpose Prepared by Reviewed by Approved by
No

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 79 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 2 OF 48

Abbreviations:

AS : Alloy Steel
CS : Carbon Steel
DFT : Dry Film Thickness
DM : De-mineralized
GI : Galvanized Iron
ID : Internal Diameter
IRN : Inspection Release Note
LTCS : Low Temperature Carbon Steel
MS : Mild Steel
NB : Nominal Bore
OD : Outside Diameter
RCC : Reinforced Cement Concrete
SS : Stainless Steel
WFT : Wet Film Thickness

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 80 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 3 OF 48

CONTENTS

SL. DESCRIPTION PAGE


NO NO.

1.0 General. 4
2.0 Scope 4
3.0 Reference Codes & Standards.... 6
4.0 Equipment 7
5.0 Surface Preparation, Shop Primer,Coating Application & Repair and Documentation.. 7
6.0 Paint Materials.. 16
7.0 Coating Systems... 21
8.0 Coating System for Gratings, Rolling & Stationery Ladders, Spiral Stairways and
Hand Rails in All Location... 23
9.0 Coating System for Offsite Area (Inland Plants). 24
10.0 Coating System For Unit Areas as well as DM, CPP, Cooling Tower of Inland Plants
and for All Areas (Unit, Offsite, DM, CPP, etc.) of Coastal Plants. 25
11.0 Coating System for Effluent Treatment Plant (ETP)... 27
12.0 External Coating Systems for Uninsulated Carbon Steel and Low Alloy Steel Storage
Tanks (For All Plant Locations, Coastal or Inland) - All Process Units & Off-Sites . 28
13.0 Internal Coating Systems for Carbon Steel and Low Alloy Storage Tanks - All
Process Units & Off-Sites 30
14.0 Coating Systems for External Side of Underground Carbon Steel Plant Piping and
Underground Vessels... 32
15.0 Coating Under Insulation (Coastal Or Inland Plants). All Units Areas & Off-Sites 33
16.0 Coating System for Carbon Steel Components of Coolers / Condensers (Internal
Protection) for Fresh Water Service. 34
17.0 Coating System (Internal Protection) for Galvanized or Non Ferrous or Stainless
Steel/ Duplex Stainless Steel Components of Coolers/ Condensers for Fresh Water
Service.......................................................................................................................... 35
18.0 Storage.. 35
19.0 Paint colour code for piping and equipment ... 35
20.0 Identification of Vessels, Piping etc. 41
21.0 Painting for Civil Defence Requirements 41
22.0 Quality Control, Inspection and Testing.. 42
23.0 Guarantee. 45
24.0 Qualification Criteria of Painting Contractor/Sub-Contractor. 45
25.0 Qualification/Acceptance Criteria for Paint Coating System... 45
26.0 Method of Sampling & Dispatch for Laboratory Testing 48

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 81 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 4 OF 48

1.0 GENERAL

1.1 This technical specifications shall be applicable for the work covered by the contract, and
without prejudice to the provisions of various international codes of practice, standard
specifications etc. It is understood that contractor shall carry out the work in all respects with
the best quality of materials and workmanship and in accordance with the best engineering
practice and instructions of Engineer-In-Charge.

1.2 Wherever it is stated in the specification that a specific material is to be supplied or a specific
work is to be done, it shall be deemed that the same shall be supplied or carried out by the
contractor.

Any deviation from this standard without written deviation permit from appropriate
authority will result in rejection of job.

1.3 This specification covers the requirement for protective coating for new construction.

2.0 SCOPE

2.1 Scope of work covered in the specification shall include, without being limited to the
following.

2.1.1 This specification defines the requirements for surface preparation, selection and application
of primers and paints on external surfaces of equipment, vessels, machinery, piping, ducts,
steel structures, external & internal protection of storage tanks for all services and chimneys
if any. The items listed in the heading of tables of paint systems is indicative only, however,
the contractor is fully responsible for carrying out all the necessary painting, coating and
lining on external and internal surfaces as per the tender requirement.

2.2 Extent of Work

2.2.1 The following surfaces and materials shall require shop, pre-erection and field painting:

All uninsulated Carbon Steel & Alloy Steel equipments like vessels, Columns, storage
Tanks, Exchangers if any, parts of boilers etc.

All uninsulated carbon steel and low alloy plant and related piping, fittings and valves
(including painting of identification marks), furnace ducts and stacks.

All insulated parts of vessels, boilers, chimneys, stacks, piping and steam piping and if
any other insulated items present.

All items contained in a package unit as necessary.

All structural steel work, pipe, structural steel supports, walkways, handrails, ladders,
platforms etc.

Flare lines, external surfaces of MS chimney with or without refractory lining and
internal surfaces of MS chimney without refractory lining. (If present)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 82 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 5 OF 48

Identification of colour bands on all piping as required including insulated aluminium


clad, galvanized, SS and nonferrous piping.

Identification lettering/ numbering on all painted surfaces of equipment/piping insulated


aluminium clad, galvanized, SS and non-ferrous piping.

Marking / identification signs on painted surfaces of equipment/piping including


hazardous service.

Supply of all primers, paints and all other materials required for painting (other than
Owner supplied materials)

Over insulation surface of equipments and pipes wherever required.

Painting under insulation for carbon steel, alloy steel and stainless steel as specified.

Painting of pre-erection/fabrication and Shop primer.

Repair work of damaged pre-erection/ fabrication and shop primer and weld joints in the
field/site before and after erection as required.

All CS Piping, equipments, storage tanks and internal surfaces of RCC tanks in ETP
plant.

Quality control, testing and inspection during all stages of work (surface preparation,
application of coating and testing of furnished coating).

2.2.2 The following surfaces and materials shall not require painting in general. However, if there
is any specific requirement by the owner, the same shall be painted as per the relevant
specifications:

a. Uninsulated austenitic stainless steel.

b. Plastic and/or plastic coated materials

c. Non-ferrous materials like aluminum, Cu-Ni alloy, galvanized steel.

2.3 Documents

2.3.1 The contractor shall perform the work in accordance with the following documents issued to
him for execution of work.

a. Bill of quantities for piping, equipment, machinery and structures etc.

b. Piping Line List.

c. Painting specifications including special civil defence requirements.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 83 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 6 OF 48

2.4 Unless otherwise instructed, final paint coating (i.e., application of field primer,
wherever required, intermediate and top coats) on pre-erection/ shop primed
equipments shall be applied at site, only after all welding, testing on systems are
completed as well as after completion of steam purging wherever required .

2.5 Changes and deviations required for any specific job due to clients requirement or otherwise
shall be referred to EIL for deviation permit.

3.0 REFERENCE CODES & STANDARDS

3.1 Without prejudice to the provision of Clause 1.1 above and the detailed specifications of the
contract, latest editions of the following codes and standards are applicable for the work
covered by this contract.

IS-5 : Colour coding


RAL DUTCH : International Standard for colour shade (Dutch Standard)
IS-101 : Methods of test for ready mixed paints and enamels
IS-2379 : Indian Standard for Pipe line identification-colour code
ISO-12944 : Corrosion Protection of steel Structures by Protective Paint
System
ASTM-Vol 6.01&6.03 : American standard test methods for Paints and Coatings.
ANSI A 13.1 : Scheme for identification of piping systems: American
National Standards Institution
SSPC : Steel Structures Painting Council

3.2 Surface Preparation Standards

The latest editions of any of the following standards shall be followed for surface
preparation:

3.2.1 ISO 8501-1 / SIS-05 59 00: ISO standard for Preparation of steel substrates before
application of paints and related products. This standard contains photographs of the various
standards on four different degrees of rusted steel and as such is preferable for inspection
purpose by the Engineer-In-Charge.

3.2.2 Steel Structures Painting Council, U.S.A. (Surface Preparation Specifications (SSPC-SP).

3.2.3 National Association of Corrosion Engineers, U.S.A., (NACE).

3.2.4 Various International Standards equivalent to Swedish Standard for surface preparations are
given in Table-I.

3.3 The contractor shall arrange, at his own cost, to keep a set of latest edition of above standards
and codes at site.

3.4 The paint manufacturer's instructions shall be followed as far as practicable at all times for
best results. Particular attention shall be paid to the following:

a. Instructions for storage to avoid exposure as well as extremes of temperature.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 84 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 7 OF 48

b. Surface preparation prior to painting shall be followed as per Table 8.0 to 16.0 of
this standard shall be followed.

c. Mixing and thinning.

d. Application of paints and recommended limit on time intervals in between coats.

4.0 EQUIPMENT

4.1 All tools, brushes, rollers, spray guns, blast material, hand power tools for cleaning and all
equipments, scaffolding materials, shot & grit blasting equipments & air compressors etc.
required to be used shall be suitable for the work and all in good order and shall be arranged
by the contractor at site and in sufficient quantity. The manufacturers test certificates / data
sheets for all the above items shall be reviewed by Engineer-in-charge at site before start of
work.

4.2 Mechanical mixer shall be used for paint mixing operations in case of two pack systems
except that the Engineer-In-Charge may allow the hand mixing of small quantities at his
discretion in case of specific requirement for touch up work only.

5.0 SURFACE PREPARATION, SHOP PRIMER COATING APPLICATION & REPAIR


AND DOCUMENTATION

5.1 General

5.1.1 In order to achieve the maximum durability, one or more of following methods of surface
preparation shall be followed, depending on condition of surface to be painted and as
instructed by Engineer-In-Charge. Adhesion of the paint film to surface depends largely on
the degree of cleanliness of the metal surface. Proper surface preparation contributes more to
the success of the paint protective system.

a. Abrasive blast cleaning

b. Mechanical or power tool cleaning

5.1.2 Mill scale, rust, rust scale and foreign matter shall be removed fully to ensure that a clean and
dry surface is obtained. Unless otherwise specified, surface preparation shall be done as per
provisions of relevant tables given elsewhere in this specification. The minimum acceptable
standard, in case of thermally sprayed metal coatings, in case of mechanical or power tool
cleaning it shall be St. 3 or equivalent. In case of blast cleaning it shall be Sa 2-1/2 as per
Swedish Standard SIS-055900 (latest edition) or SSPC-SP or ISO 8501-01.Blast cleaning
shall be Sa 3 as per Swedish Standard in case thermally sprayed metal coatings.

Before surface preparation by blast cleaning, the surface shall be degreased by aromatic
solvent to remove all grease, oil etc.

5.1.3 Irrespective of whether external or internal surface to be coated, blast cleaning shall not be
performed where dust can contaminate surfaces undergoing such cleaning or during humid
weather conditions having humidity exceed 85%. In case of internal coating of storage tanks,
dehumidifier shall be used, to control humidity level below 60%. Dehumidifier should
depress the dew point of air in the enclosed space, sufficient enough so as to maintain it 3C

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 85 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 8 OF 48

below the metal substrate temperature during centre period of blasting and coating
application. During the interval time between application of primer coat and subsequent
intermediate and top coats or between blast cleaning completion and start of application of
primer coat, dehumidifier unit should be in continuous operation to ensure that no
condensation occurs on substrate.

Dehumidifier should be able to maintain grain drop (moisture removal) at the rate of 25
grains per pound of air per hour. Dehumidifier should have capacity of at least 2 air changes
per hour of the enclosed space. All necessary psychometric data should be collected by
contractor for the given site conditions before starting operation of dehumidifier to ensure
that desired values of dew point, moisture content in enclosed scope is achieved.

Dehumidification to be maintained round the clock for surface preparation and painting till
the total coating application is over.

Dehumidifier shall not be stopped under any condition till the entire blasted surface is primed
to the satisfaction of the technical representative of the paint manufacturer interested with
quality assurance for the work. In case the dehumidifier breaks down in middle of the job, the
same shall be replaced at the risk and the cost of the contractor and the entire unfinished
work shall be repeated.

5.1.4 The Engineer in-charge shall have the right to disallow usage of dehumidifier if the
performance is not meeting the specified requirements. Under such circumstances the
contractor shall remove the equipment and replace the same with another equipment to
provide satisfactory results without any additional cost to the owner.

5.1.5 Irrespective of the method of surface preparation, the first coat of primer must be applied by
airless spray/ air assisted conventional spray if recommended by the paint manufacturer on
dry surface. This should be done immediately and in any case within 4 hours of cleaning of
surface. However, at times of unfavorable weather conditions, the Engineer-In-Charge shall
have the liberty to control the time period, at his sole discretion and/or to insist on re-
cleaning, as may be required, before primer application is taken up. In general, during
unfavorable weather conditions, blasting and painting shall be avoided as far as practicable.

5.1.6 The external surface of R.C.C. chimney to be painted shall be dry and clean. Any loose
particle of sand, cement, aggregate etc. shall be removed by scrubbing with soft wire brush.
Acid etching with 10-15% HCL solution for about 15 minutes shall be carried and surface
must be thoroughly washed with water to remove acid & loose particles and then dried
completely before application of paint.

5.2 Procedure for Surface Preparation

5.2.1 Air Blast Cleaning with abrasives

The surfaces shall be blast cleaned using one of the abrasives like angular chilled cast iron or
steel grit, copper slag or Nickel slag, A12O3 particles at pressure of 7kg/cm2 at an appropriate
distance and angle depending of nozzle size maintaining constant velocity and pressure.
Chilled cast iron or steel shall be in the form of shot or grit of size in the range of G16 G42
conforming to SSPC AB1 and S250 grade size of steel shots (maximum) to obtain a desired
surface profile of 35-50 microns trough to peak. For all other abrasives, size shall be in the
range of G16 G24. The combination of steel grits and shots shall be normally in the ratio of
3:1. The quality of abrasives shall be free from contaminants and impurities and shall meet

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 86 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 9 OF 48

the requirements of SSPC AB1. Compressed air shall be free from moisture and oil. The
blasting nozzles should be venturi style with tungsten carbide or boron carbide as the
materials for liners. Nozzles orifice may vary from 3/16 to . On completion of blasting
operation, the blasted surface shall be clean and free from any scale or rust and must show a
grey white metallic luster. Primer/first coat of paint shall be applied within 4 hours of surface
preparation. Blast cleaning shall not be done outdoors in bad weather without adequate
protection or when there is dew on the metal, which is to be cleaned. Surface profile shall be
uniform to provide good key to the paint adhesion (i.e. 35 to 50 microns). If possible
vacuum collector shall be installed for collecting the abrasives and recycling.

5.2.2 Mechanical or Power Tool Cleaning

Power tool cleaning shall be done by mechanical striking tools, chipping hammers, grinding
wheels or rotating steel wire- brushes. Excessive burnish of surface shall be avoided as it can
reduce paint adhesion. On completion of cleaning, the detached rust mill scale etc. shall be
removed by clean rags and /or washed by water or steam and thoroughly dried with
compressed air jet before application of paint.

5.3 Non-Compatible Shop Coat Primer

For equipments on which application of total protective coating (Primer + Intermediate + top
coat) is carried out at shop, compatibility of finish coat with primer should be checked with
paint manufacturer. If the shop coat is in satisfactory condition showing no major defect upon
arrival at site, the shop coat shall not be removed.

5.4 Shop coated equipments (coated with Primer & finishing coat) should not be repainted unless
paint is damaged. Repair shall be carried out as per Table 7.2 of paint systems depending
upon compatibility of paint.

5.5 Shop primed equipment and surfaces will only be 'spot cleaned' in damaged areas by means
of power tool brush cleaning or hand tool cleaning and then spot primed before applying one
coat of field primer unless otherwise specified. If shop primer is not compatible with field
primer then shop coated primer should be completely removed before application of selected
paint system for particular environment.

5.6 For Package units/equipment, shop primer should be as per the paint system given in this
specification. However, manufacturers standard can be followed after review.

As mentioned in section 2.4, all coating application at field (field primer, intermediate and
top coat) on equipments, structures, piping, etc, shall be carried out only after its erection and
all welding, testing, steam purging (wherever carried out) have been completed.

5.7 Coating Procedure and Application

All paint coatings shall be applied by airless spray excepting at the following special
cases where application can be carried out by brush subject to suitability of the
application of the paint product by brush.
- Spot repair
- Stripe coating on edges
- Small bore parts not suitable for spray application.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 87 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 10 OF 48

Irregular surfaces such as sharp edges, welds, small brackets, and interstices may stripe
coated to ensure specified DFT is achieved. Paint manufacturer recommendation
should be followed before deciding for brush application.

5.7.1 Surface shall not be coated in rain, wind or in environment where injurious airborne elements
exists, when the steel surface temperature is less than 5oF above dew point when the relative
humidity is greater than 85% or when the temperature is below 40oF and when the
ambient/substrate temp is below the paint manufacturers recommended temperature of
application and curing. De-humidifier equipment shall be used to control RH and Dew point.
The paint application shall not be done when the wind speed exceeds 20km per hour.

5.7.2 Blast cleaned surface shall be coated with one complete application of primer as soon as
practicable but in no case later than 4 hrs the same day.

5.7.3 To the maximum extent practicable, each coat of material shall be applied as a continuous
film uniform thickness free of probes. Any spots or areas missed in application shall be
recoated and permitted to dry before the next coat is applied. Applied paint should have the
desired wet film thickness.

5.7.4 Each coat shall be in proper state of cure or dryness before the application of succeeding
coat. Material shall be considered dry for recoating when an additional coat can be applied
without the development of any detrimental film irregularities, such as lifting or loss of
adhesion of the under coat. Manufacturer instruction shall be followed for inter coat interval.

5.7.5 When the successive coat of the same colour have been specified, alternate coat shall be
tinted, when practical, sufficiently to produce enough contrast to indicate complete coverage
of the surface. The tinting material shall be compatible with the material and not detrimental
to its service life and shall be recommended by the original paint manufacturer.

5.7.6 Airless spray application shall be in accordance with the following procedure: as per steel
structure paint Manual Vol.1 & Vol.2 by SSPC, USA, Air less spray relies on hydraulic
pressure rather than air atomization to produce the desired spray. An air compressor or
electric motor is sued to operate a pump to produce pressures of 1000 to 6000 psi. paint is
delivered to the spray gun at this pressure through a single hose within the gun, a single paint
stream is divided into separate streams, which are forced through a small orifice resulting in
automization of paint without the use of air. This results in more rapid coverage with less
over spray. Airless spray usually is faster, cleaner, more economical and easier to use than
conventional air spray.

Airless spray equipment is mounted on wheels, and paint is aspirated in a hose that sucks
paint from any container, including drums. The unit shall have in built agitator that keep the
paint uniformly mixed during the spraying. The unit shall consist of in built strainer. Usually
very small quantity of thinning is required before spray. In case of high build epoxy coating
(two pack). 30:1 pump ratio and 0.020-0.023 tip size will provide a good spray pattern.
Ideally fluid hoses should not be less than 3/8 ID and not longer than 50 ft to obtain
optimum results.

In case of gun choking, de-choking steps shall be followed immediately.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 88 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 11 OF 48

5.7.7 Brush application of paint shall be in accordance with the following:

a. Brushes shall be of a style and quality that will enable proper application of paint.

b. Round or oval brushes are most suitable for rivets, bolts, irregular surface, and
rough or pitted steel. Wide flat brushes are suitable for large flat areas, but they
shall not have width over five inches.

c. Paint shall be applied into all corners.

d. Any runs or sags shall be brushed out.

e. There shall be a minimum of brush marks left in the applied paint.

f. Surfaces not accessible to brushes shall be painted by spray, doubers, or sheepkin.

5.7.8 For each coat the painter should know the WFT corresponding to the specified DFT and
standardize the paint application technique to achieve the desired WFT. This has to be
ensured in the qualification trial.

5.8 Drying of Coated Surfaces

5.8.1 No coat shall be applied until the preceding coat has dried. The material shall be considered
dry for re-coating when another coat can be applied without the development of any film
irregularities such as lifting or loss of adhesion of undercoats. Drying time of the applied coat
should not exceed maximum specified for it as a first coat; if it exceeds the paint material has
possibly deteriorated or maxing is faulty.

5.8.2 No paint shall be force dried under conditions which will cause chalking, wrinkling,
blistering formation of pores, or detrimentally affect the conditions of the paint.

5.8.3 No drier shall be added to paint on the job unless specifically called for in the manufacturers
specification for the paint.
5.8.4 Paint shall be protected from rain, condensation, contamination, snow and freezing until dry
to the fullest extent practicable.

5.9 Spot Repair of Damaged Primer

5.9.1 Where pre erection shop primer has been damaged at isolated localized spots during handling
and transportation, or after erection / welding, the repair of damaged coating of pre-erection /
pre-fabrication or shop primer shall be done as given below and as per the Table 7.2 of this
specification.

5.9.2 Repair of damaged inorganic zinc silicate pre-erection / pre-fabrication or shop primer
(F9) after erection / welding in the design temperature of -90oC to 400oC and damaged
silicone aluminium (F-12) pre-erection / pre-fabrication or shop primer after erection /
welding for design temperature range of 401 550 C.

Surface Preparation: Quickly remove the primer from damaged area by mechanical scraping
and emery paper conforming to SSPC-SP-3 to expose the white metal. Blast clean the
surface, if possible. Feather the primed surface over the intact adjacent surface surrounding
the damaged area by emery paper.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 89 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 12 OF 48

Primer coating: One coat of F-9 shall be applied wherever damage was observed on pre-
erection / pre fabrication or shop primer of inorganic zinc silicate coating (F-9). Similarly
one coat of F-12 shall be applied wherever damage observed on pre-erection / pre-
fabrication shop primer of silicone aluminium (F-12).

5.9.3 Wherever if damaged areas are found extensive and spread over large areas, then entire pre-
erection / pre-fabrication or shop primer shall be removed by blasting to achieve SSPC-SP-
10 then entire blasted surface shall be primed again with F-9 or F-12 as applicable for the
intended design temp. (See note under table 7.2).

5.10 Paint Application

5.10.1 Shop priming/pre-erection priming with F9 or F12 shall be done only on blasted surface
(SSPC-SP-10)

5.10.2 Shop priming / pre-erection priming with F9 or F12 shall be done only with airless spray.

5.10.3 Assessment of Painting Requirement

The paint system to be applied for a specific job shall be arrived at sequentially as given
below:

- Identify the environment from area classification details and chose the appropriate table.

- Identify the design temperature from the technical documents

- Identify the specific field paint system and surface preparation requirement from the above
identified table and temperature range.

- Identify the shop priming requirement from Table 7.1 based on compatibility of the above
paint system.

- Identify the need of repair of shop primer and execute as per Table 7.2.

5.11 Documentation / Records

5.11.1 A written quality plan with procedure for qualification trials and for the actual work
including test and inspection plan & procedure for approval before start of work.

5.11.2 Daily progress report with details of weather conditions, particular of applications, no of
coats and type of materials applied, anomalies, progress of work versus program.

5.11.3 Results of measurement of temperatures relative humidity, surface profile, film thickness,
holiday detection, adhesion tests with signature of appropriate authority.

5.11.4 Particulars of surface preparation and paint application during trials and during the work.

5.11.5 Details of non-compliance, rejects and repairs.

5.11.6 Type of testing equipments and calibration.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 90 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 13 OF 48

5.11.7 Code and batch numbers of paint materials used.

The coating applicator must maintain a job record consisting of all the information as per
5.11.2 -5.11.7 above as well as the approved procedure of work (5.11.1 above). The job
record consisting of information as required in accordance to 5.11.2 5.11.7 shall be entered
on daily basis and should be daily signed by Engineer-in-charge.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 91 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 14 OF 48

TABLE-1 (FOR CLAUSE 5.0)

SURFACE PREPARATION STANDARDS

VARIOUS INTERNATIONAL
Sl. STANDARDS (EQUIVALENT)
DESCRIPTION REMARKS
No. ISO 8501-1/ SSPC-SP, NACE,
SIS-05 59 00 USA USA
Manual or hand tool
cleaning

Removal of loose rust, loose ST.2 SSPC-SP-2 --


1 mill scale and loose paint,
chipping, scrapping, This method is
standing and wire brushing. applied when the
Surface should have a faint surface is exposed to
metallic sheen normal atmospheric
Mechanical or power tool conditions when
cleaning other methods cannot
be adopted and also
Removal of loose rust loose ST.3 SSPC-SP-3 -- for spot cleaning
mill scale and loose paint to during maintenance
2 degree specified by power painting.
tool chipping, de-scaling,
sanding, wire brushing and
grinding, after removal of
dust, surface should have a
pronounced metallic sheen.
Dry abrasive Blast cleaning
3
There are four common
grades of blast cleaning
White metal

Blast cleaning to white metal Where extremely


cleanliness. Removal of all clean surface can be
3.1 SA 3 SSPC-SP-5 NACE#1
visible rust. Mill scale, paint expected for prolong
& foreign matter 100% life of paint system.
cleanliness with desired
surface profile.
Near white metal The minimum
requirement for
Blast cleaning to near white chemically resistant
metal cleanliness, until at paint systems such as
least 95% of each element of epoxy, vinyl,
surface area is free of all polyurethane based
visible residues with desired and inorganic zinc
3.2 SA 2 SSPC-SP-10 NACE#2
surface profile. silicate paints, also
for conventional paint
systems used under
fairly corrosive
conditions to obtain
desired life of paint
system.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 92 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 15 OF 48

VARIOUS INTERNATIONAL
Sl. STANDARDS (EQUIVALENT)
DESCRIPTION REMARKS
No. ISO 8501-1/ SSPC-SP, NACE,
SIS-05 59 00 USA USA
Commercial Blast For steel required to
be painted with
Blast cleaning until at least conventional paints
two-third of each element of for exposure to
3.3 SA 2 SSPC-SP-6 NO.3
surface area is free of all mildly corrosive
visible residues with desired atmosphere for longer
surface profile. life of the paint
systems.
Brush-off Blast

Blast cleaning to white metal


3.4 cleanliness, removal of all SA 1 SSPC-SP-7 NO.4
visible rust, mill scale, paint
& foreign matter. Surface
profile is not so important

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 93 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 16 OF 48

6.0 PAINT MATERIALS

Paint manufacturers shall furnish the characteristics of all paints materials on original printed
literature, along with the test certificate for all specified characteristics given in this
specification. All the paint materials shall be of first quality and conform to the following
general characteristics as per the tables 6.1, 6.2, 6.3 and 6.4.

PAINT MATERIALS

TABLE No. 6.1 PRIMERS

Sl. DESCRIPTION P-2 P-4 P-6 P-7


No.
Chlorinated Etch Epoxy zinc ZINGA,
rubber Zinc primer/wash phosphate primer LOCKTITE or
1 Technical name
Phosphate primer. primer ZRC
cold galvanizing
Single pack, air Two pack Two component One pack
drying chlorinated polyvinyl butyral polyamine cured Synthetic Resin
rubber based resin medium epoxy resin based zinc
medium cured with medium, galvanizing
2 Type and composition plasticised with phosphoric acid pigmented with containing min
unsaponifiable solution zinc phosphate. 92% of electrolytic
plasticizer, pigmented with zinc dust of
pigmented with zinc tetroxy 99.95% purity.
zinc phosphate. chromate.
3 Volume Solids % 40 3 101 501 37%
DFT (Dry Film
4 thickness) per coat in 40-45 8-10 40-50 40-50
microns
Theoritical covering
5 8-10 8-10 8-10 4m/kg
capacity in M2/coat/ litre
Weight per litre in
6 1.30.05 1.20.05 1.40.05 2.67 kg at 15oC
kgs/litre
Touch dry at 30oC
7 30 minutes 2 hrs. After 30 min. 10 minutes
(minimum)
Hard dry at 30oC
8 8 hrs. 24 hrs. 8 hrs 24 hrs.
(maximum.)
9 Overcoating interval Min.: 8 hrs Min: 4-6 hrs. Min.:8hrs. Min.:4 hrs
Pot life at 30oC for two Not
10 Not applicable 6 - 8 hrs. Unlimited
component paints Applicable
Temperature (Resistance 60 oC NA 80oC 50oC
11
(minimum) Dry service Dry service Dry service Dry service

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 94 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 17 OF 48

PAINT MATERIALS

TABLE No. 6.2 FINISH PAINTS

Sl.
DESCRIPTION F-2 F-3 F-6A/B F-6C F-7
No
Acrylic Chlorinated High build coal
Epoxy-High Build Solvent less
1 Technical name Polyurethane rubber based tar epoxy
coating epoxy coating
finish paint finish paint coating.
Single pack F-6A Two-pack
Two pack, Two pack
plasticised Aromatic amine
cured with polyamide
Two-pack chlorinated cured epoxy resin
Amine cured epoxy
aliphatic rubber based medium suitably
Type and Adduct; resin blended
2 isocynate medium with pigmented.
composition catalyzed with coaltar
cured acrylic chemical and F-6B: polyamide
epoxy resin medium,
finish paint. weather cured epoxy resin
suitably suitably
resistant medium suitably
pigmented pigmented
pigments. pigmented
3 Volume Solids % 40 3 382 603 991 653
DFT (Dry Film
4 thickness) per coat in 30-40 30-40 100-125 200-500 100-125
microns
Theoritical covering
5 capacity in 11-15 11-15 5-6 2-3 5.2-6.5
M2/coat/litre
Weight per liter in
6 1.150.03 1.150.03 1.420.03 1.400.03 1.400.03
kgs/litre
7 Touch dry at 30oC 30 minutes 30 minutes. 3 hrs. 3 hrs. 4 hrs.
Hard dry at 30oC
16 hrs
(max) 48 hrs
8 hrs
8 Full cure at 30oC (for 8 hrs 16 hrs
5 days
immersion/ high 5 days
temperature service)
Over-coating interval Min.12 hrs. Min.: Min.: Overnight Min.: 8 hrs. Min.: 24 hrs
9
at 30 oC Overnight Max.: 5 days Max.: 48 hrs. Max.: 5 days.
Pot life (approx.) at
6-8 hrs. Not
10 30oC for two 4-6 hrs 30 minutes 4-6 hrs.
applicable
component paints
Temperature 120oC(Dry
o o
Resistance 80 C 60 C service), 125oC
80oC
11 (minimum) Dry service Immersion 50oC Immersion
Dry service
min service (Immersion service
service)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 95 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 18 OF 48

PAINT MATERIALS

TABLE No. 6.3 FINISH PAINTS

Sl.
DESCRIPTION F-8 F-9 F-11 F-12
No
Self priming type Heat resistant
Heat resistant
surface tolerant synthetic medium
silicone
high build epoxy Inorganic zinc based two pack
1 Technical name Aluminium paint
coating (complete silicate coating Aluminium paint
suitable upto
rust control suitable upto
500oC dry temp.
coating). 250oC dry temp.
A two pack air
Two pack epoxy drying self curing
resin based solvent based
Heat resistant
suitable inorganic zinc Single pack
synthetic medium
pigmented and silicate coating with silicone resin
based two pack
2 Type & composition capable of minimum 80% zinc based medium
Aluminium paint
adhering to content on dry film. with Aluminium
suitable upto
manually The final cure of flakes.
250oC.
prepared surface the dry film shall
and old coating. pass the MEK rub
test.
3 Volume Solids % 783 603 380.03 202
DFT (Dry Film
4 thickness) per coat in 100-125 65-75 15-20 15-20
microns
Theoritical covering
5 capacity in M2/coat/ 6.0-7.2 8-9 10-12 8-10
litre
Weight per liter in
6 1.410.03 2.30.03 0.950.03 1.000.03
kgs/litre
Touch dry at 30oC
7 3 hrs. 30 minutes. 3 hrs. 30 minutes.
(maximum)
Hard dry at 30oC
(maximum) 24 hrs 12 12 hrs 24 hrs
8 Full cure 30oC (for
immersion /high 5days NA NA NA
temperature service)
Min.: 12 hrs.at 20oC
9 Over-coating interval Min.: 10 hrs Min. 24 hrs Min.: 24 hrs
& 50 % RH
o
Pot life at 30 C for two
10 90 minutes. 4-6 hrs. Not applicable Not applicable
component paints
o o o
Temperature 80 C 400 C 250 C 500oC
11
Resistance (minimum) Dry service Dry service Dry service Dry service

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 96 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 19 OF 48

PAINT MATERIALS

TABLE No. 6.4 FINISH PAINTS

Sl.
DESCRIPTION F-14 F-15 F-16 F-17
No
Ambient temperature
curing Poly Siloxane
Two-component Two component
coating/High build
Epoxy phenolic solvent free type
cold applied inorganic
coating cured with high build epoxy
copolymer based
Polyamine cured Polyamine adduct phenolic/novalac
1 Technical name aluminium coating
coal tar epoxy hardner system epoxy phenolic
suitable for under
(primer + coating cured with
insulation coating of
intermediate coat Polyamine adduct
CS and SS piping for
+ finish paint) hardner system
high temperature
service.
Two pack ambient Two component
Specially
temperature curing Amercoat 738 from solvent free type
formulated
epoxy phenolic PPG Protective & high build epoxy
polyamine cured
coating system Marine Coatings or phenolic/novalac
2 Type & composition coal tar epoxy
suitable for Intertherm 751 CSA of epoxy phenolic
suitable for
application under International (Akzo coating cured with
application under
insulation of Nobel). Note: 6 Polyamine adduct
insulation
CS/SS piping hardner system
3 Volume Solids % 703 703 602 98-100
DFT (Dry Film
4 thickness) per coat in 100-125 75-100 75-100 125- 150
microns
Theoritical covering
5 capacity in M2/coat/ 5-8 4-5 7.0- 9.0 6.5 - 8
litre
Weight per liter in
6 1.450.03 1.650.03 1.3 1.7
kgs/litre (mix paint)
Touch dry at 30oC
7 4 hrs 3 hrs 1 hr 2 hrs
(maximum)
Hard dry at 30oC
(maximum) 24 hrs 24 hrs 16 hrs 24 hrs
8 Full cure 30oC (for
immersion /high 168 hrs (7 days) 168 hrs (7 days) - 168 hrs (7 days)
temp. service)
Over-coating interval Min. 6 hrs Min. 36 hrs Min.16 hrs Min. 16 hrs
9
Max.5 days Max.21 days Max. Not applicable Max.21 days
Pot life at 30oC for
10 two component 4 hrs 4-6 hrs 1 hr 1 hr
paints
Temperature a) upto 400 C for C.
Resistance o o Steel & S. Steel for
-45 C to 150 C
-45oC to 125oC Intertherm 751 CSA
under insulation & -45oC to 150oC for
11 under insulation b) upto 480 C for C.
immersion immersion service
And immersion Steel & upto 600 C
(Note: 5)
for S. Steel for
Amercoat 738

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 97 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 20 OF 48

NOTES (for tables 6.1 to 6.4):

1. Covering capacity and DFT depends on method of application. Covering capacity


specified above are theoretical. Allowing the losses during application, min specified
DFT should be maintained.

2. All primers and finish coats should be cold cured and air drying unless otherwise
specified.

3. All paints shall be applied in accordance with manufacturer's instructions for surface
preparation, intervals, curing and application. The surface preparation, quality and
workmanship should be ensured. In case of conflict between this specification and
manufacturers recommendation, the same shall be clarified through EIL SMMS
department.

4. Technical data sheets for all paints shall be supplied at the time of submission of
quotations.

5. F-15: Two-component Epoxy phenolic coating cured with Polyamine adduct hardner
system (primer + intermediate coat + finish paint) suitable upto 225C (Intertherm 228
from M/s Akzo Nobel Coatings India Pvt Ltd. Bangalore). For all other companies, the
temperature resistance shall be a maximum of 150C.

6. F-16: Ambient temperature curing epoxy poly siloxane Coating or high build cold
applied inorganic co-polymer based aluminium coating.

Amercoat 738 from PPG Protective & Marine coatings. Mumbai, is suitable up to
480oC for CS surfaces and 600oC for SS surfaces.

Intertherm 751 from Akzo Nobel Coatings India Pvt Ltd. Bangalore, Inorganic co-
polymer cold applied Aluminium spray coating is suitable upto 400oC of CS & SS
surfaces.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 98 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 21 OF 48

7.0 COATING SYSTEMS

The coating system should be selected based on the Plant location as given below:

Classification based on Plant Location:

a) Plant located in Inland area (more than 50 km from coast);


Environment Classification Industrial

- For offsite areas: Table 9.0 to be followed

- For all unit areas including DM, CPP and Cooling Tower: Table 10.0 to be
followed

b) Plant located on sea coast or within 50 km from sea coast;


Environment classification- Industrial marine

- For offsite area, as well as all unit area including DM, CPP, Cooling Tower:
Table 10.0 to be followed

c) For external surface of above ground tanks, table 12.0 to be followed for all
locations (Inland or coastal)

Notes:

1. Coating systems (Primers, Finish Paints etc.) based on Area


classification/environments/Applications are tabulated in Table 8.0 to Table 17.0

2. Primers & Finish paints covered in Tables 8.0 to 17.0 are listed in Table 7.1.

3. Repair of Pre-Erection/Pre-Fabrication & Shop priming after erection/ welding shall be


done as per Table 7.2.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 99 of 283
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 22 OF 48

TABLE 7.1: LIST OF PRIMERS & FINISH COATS COVERED IN TABLE NOS. 8 to 18.0

PRIMERS
P-2 Chlorinated rubber zinc Phosphate Primer
P-4 Etch Primer/Wash Primer
P-6 Two component Epoxy Zinc Phosphate Primer cured with polyamine hardener
Single pack, cold galvanizing compounds containing minimum 92% electrolytic zinc in dry film.
P-7
make ZINGA, LOCKTITE (of HENKEL) or ZRC

FINISH COATS / PAINTS


F-2 Two component Acrylic Polyurethane finish paint
F-3 Chlorinated Rubber finish paint
F-6A High Build Epoxy finish coating cured with polyamine hardener
F-6B High Build Epoxy finish coating cured with polyamide hardener
F-6C Solvent less Epoxy Coating cured with poly amine hardener
F-7 High build Coal Tar epoxy coating cured with polyamine hardener
F-8 Self priming surface Tolerant High Build epoxy coating. cured with polyamine hardener
F-9 Two component Inorganic Zinc Silicate coating
F-11 Heat resistant synthetic medium based Aluminium paint
F-12 Two component Heat resistant Silicone Aluminium paint.
F-14 Specially formulated coal tar epoxy coating. cured with polyamine hardener
F-15 Two component Epoxy phenolic coating cured with Polyamine adduct hardener system
Engineered Epoxy poly Siloxane Coating or high build cold applied inorganic co-polymer based
F-16
aluminium coating
Two component solvent free type high build epoxy phenolic/novalac epoxy phenolic coating cured
F-17
with Polyamine adduct hardener system

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 100 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 23 OF 48

TABLE 7.2 REPAIR OF PRE-ERECTION/PRE-FABRICATION OR SHOP PRIMER


AFTER ERECTION/WELDING
For all un-insulated CS, LTCS & low allow steel items in all Environments

Total DFT
Sl. Surface
Design Temp. in oC Coating System in Microns Remarks
No. Preparation
(min.)

7.2.1 -90 to 400 SSPC-SP-3 1 coat of F-9 65-75 See note


below and
7.2.2 401 to 550 SSPC-SP-3 1 coat of F-12 20 clause 5.9.3

NOTES:

1 The application and repair of pre-erection/pre-fabrication or Shop Primer given in above tables
shall be done for all the items to be painted. In case the damages of primer are severe and spread
over large area, entire primer shall be removed by blasting to achieve SSPC-SP-10 and surfaces
to be primed again with F-9 or F-12 as applicable.

TABLE 8.0 COATING SYSTEM FOR GRATINGS, ROLLING & STATIONERY


LADDERS, SPIRAL STAIRWAYS AND HAND RAILS IN ALL LOCATION

Design
Sl. Total DFT
Temp. in Coating System
No. o in Microns (min.)
C
Hot Dip Galvanizing to 80-85 microns (600-610
80 microns of finish coat
gm/m2)as per IS 4759, 2629, 4736, 2633 +
8.1 Up to 60 (excluding the thickness of
1 coat of P-6 @ 40 DFT/coat + 1 coat of F-2 @ 40
galvanizing )
microns DFT/coat

NOTES:

1 No galvanized specimen shall have thickness less than 80 microns.

2 Repair of the damaged area of galvanized coatings due to welding during erection shall be
carried out as per recommended practice IS 11759 using cold galvanizing spray process.
Organic Paint systems are not acceptable for repair.

3 After repair of damaged galvanized coating by Cold Galvanized, the repaired area shall be top
coated with paint system as given in Table 8.0 above (i.e., 1 coat of P-6 @ 40 DFT/coat + 1
coat of F-2 @ 40 DFT/coat).

4 Approved Cold Galvanizing manufacturers are ZINGA, LOCKTITE or Z.R.C.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 101 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 24 OF 48

TABLE 9.0 COATING SYSTEM FOR OFFSITE AREA (INLAND PLANTS)


For external surfaces of Un-insulated & aboveground (atmospheric exposure)
Structures, Piping, Vessels, Equipments, Pumps, etc. (Note-1); (For Carbon Steel,
LTCS & Low Alloy Steel). See Note Below*

Surface Coating System Total Final


Design
Sl. Preparation & (Post-erection / Field) DFT
Temp. in Remarks
No. o Pre-erection/Shop in Microns
C Primer Finish Coat
Primer (min.)
SSPC-SP-10; No over-
9.1 -90 to -15 1coat of F-9 @ None None 65-75 coating to be
65-75 DFT/coat done on
SSPC-SP-10; F-9 as it will
1 coat of F-2 @
9.2 -14 to 60 1coat of F-9 @ None 105-115 lead to mud
40 DFT/coat
65-75 DFT/coat cracking.
SSPC-SP-10;
1 coat of F-2 @
9.3 61 to 80 1coat of F-9 @ None 105-115
40 DFT/coat
65-75 DFT/coat
2 coats of F-11
SSPC-SP-10;
@ 20
9.4 81 to 250 1coat of F-9 @ None 105
DFT/coat;
65-75 DFT/coat
(2x20=40)
2 coats of F-12
SSPC-SP-10;
@ 20
9.5 251 to 400 1coat of F-9 @ None 105-115
DFT/coat
65-75 DFT/coat F-12 shall be
(2x20=40)
ambient
SSPC-SP-10; 2 coats of F-12 temperature
9.6 401 to 550 1coat of F-12 @ None @20 DFT/coat 60 curing type
20 DFT/coat (2x20=40)

* Flare line within unit or offsite areas shall be coated as per Clause 10.3 of Table 10.0, but
having finish coat of 2 coats of F-12.

NOTES:

1 The list of items given in the heading of the above table is not exhaustive. There may be more
items for a particular contract where these specifications are used. The Contractor is fully
responsible for completing painting including prefabrication primer for all the items supplied
and fabricated through his scope of work as per tender document.

2 If the Pre-erection/Pre-fabrication & Shop Primer has already been completed, the same shall not
be repeated again in the field. In case the damages of primer are severe and spread over large
areas, the engineer-in-charge may decide & advise re-blasting and priming again. Repair of pre-
fabrication/pre-erection primer, if required, shall be done as per Table 7.2.

3 In case of Paint systems as per Sl. Nos. 9.5 and 9.6, the color bands shall be applied over the
Aluminum paint as per the Color coding requirement for specific service of piping given in
Clause 19.0.

4 All coating system including surface preparation, primer, and finish coat for piping shall be done
at field only.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 102 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 25 OF 48

TABLE 10.0 COATING SYSTEM FOR UNIT AREAS AS WELL AS DM, CPP,
COOLING TOWER OF INLAND PLANTS AND FOR ALL AREAS (UNIT,
OFFSITE, DM, CPP, etc.) OF COASTAL PLANTS

For external surfaces of un-insulated and above ground (atmospheric exposure)


structures, piping, vessels, equipments, external surface of MS chimney/stacks,
RCC chimney, internal surface of MS chimney without refractory lining, towers,
columns, pumps, compressors, blowers etc. of carbon steel, LTCS & low alloy
steels (note-1)

Surface Preparation & Coating System Total DFT


Design Pre-erection/Shop (Post-erection / Field) in
Sl. Remarks
Temp. in oC Primer Microns
No. Primer Finish Coat
(min.)

SSPC-SP-10; a) No over-
10.1 -90 to -15 1coat of F-9 @ None None 65-75 coating to be
65-75 DFT/coat done on
F-9 as it will
2 coats of F-6A lead to mud
@ 100 cracking.
DFT/coat + 1
SSPC-SP-10; 1 coat of P-6
coat of F-2 @ b) F-12 shall
10.2 -14 to 80 1coat of F-9 @ @ 40 345-355
40 DFT/coat; be ambient
65-75 DFT/coat DFT/coat
(2x100 + 40= temperature
240) curing type

c) Finish coat
including
2 coats of F-12 primer
SSPC-SP-10; @ 20 compatible
10.3 81 to 400 1coat of F-9 @ None DFT/coat 105-115 with finish
65-75 DFT/coat 2x20=40 coat (i.e. field
primer) shall
be applied at
site only.
Finish
2 coats of F-12 coating is not
SSPC-SP-10; permitted at
@ 20
10.4 401 to 550 1coat of F-12 @ None 60 equipment
DFT/coat;
20 DFT/coat manufacture
(2x20=40)
shop.

NOTES:

1. The list of items given in the heading of the above table is not exhaustive. There may be more
items for a particular contract where these specifications are used. The Contractor is fully
responsible for completing painting including prefabrication primer for all the items supplied
and fabricated through his scope of work as per tender document.

2. If the Pre-erection/Pre-fabrication & Shop Primer has already been completed, the same shall not
be repeated again in the field. In case the damages of primer are severe and spread over large

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 103 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 26 OF 48

areas, the engineer-in-charge may decide & advise re-blasting and priming again. Repair of pre-
fabrication/pre-erection primer, if required, shall be done as per Table 7.2.

3. For external surface of MS chimney with or without refractory lining and for internal surface
without refractory lining, paint system as per 10.3 above shall be followed.

4. For external surface of RCC Chimney, 2 coats of F-6 @ 100 DFT/coat to obtain total DFT of
200 shall be applied after proper surface preparation as per guidelines in 5.1.6.

5. In case of paint systems as per Sl. Nos. 10.3 and 10.4, the colour bands shall be applied over the
Aluminum paint as per the Color coding requirement for specific service of piping given in
Clause 19.0.

6. All coating system including surface preparation, primer, finish coat for piping shall be done at
site/field only.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 104 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 27 OF 48

TABLE 11.0 COATING SYSTEM FOR EFFLUENT TREATMENT PLANT (ETP)

Coating System Total


Sl. Design Temp. DFT in
Surface Preparation Remarks
No. in oC Primer Finish Coat Microns
(min.)
For External Surfaces of C.S./M.S. items: Screens, Walk way bridges, Baffles, Dual media filters,
11.1 Vertical pumps, piping in treated effluent sump, bio sludge pump, Screw pump and pump house, CS
tanks, sumps and vessels.
2 coats of
F-6A @100
DFT/coat + 1
1 coat of F-9
coat of F-2 @
-14 to 80 SSPS-SP-10 @ 65-75 305-315 -
40
DFT/coat
DFT/coat;
(2x100+40=2
40)
For Internal Surfaces of CS/MS Items: Bio-sludge sump, Filter feed sump, Process sump, Sanitary
11.2
sump, Transfer sump, Sludge, Slop oil tank, scrapping mechanism in Clarifier
3 coats of
1 coat of F-9
F-6A @100
-14 to 80 SSPS-SP-10 @ 65-75 365-375 Note:1
DFT/coat
DFT/coat.
(3x100=300)
All R.C.C./concrete surfaces exposed to effluent water / liquid such as tanks, structures, drains etc. in
11.3
Process sump, TPI separator (Process and Oil), Aeration Tank and Transfer sump etc.
Epoxy screed
lining shall be
Blast cleaning to SSPC-SP
applied as per
guide lines and Acid
specific
-14 to 80 etching with 10-15% HCl Epoxy Screed lining 3mm
manufacturer
acid followed by thorough
and Engineer-
water washing.
in-Charge
instructions
C.S/M.S Dual media filters (Internal), Chemical dosing tanks(internal) such as Di-Ammonium
11.4
Phosphate (DAP) and Urea
Natural
Rubber lining
shall be
Natural Rubber Lining applied as per
Up to 60 SSPC-SP-10 (As per IS 4682, Part 1) 4.5mm specific
manufacturer
and Engineer-
in-Charge
instructions

NOTES

1. The paint /coating manufacturers shall provide their Quality control test certificate of coating
materials (F-6A) for immersion service of the exposed effluent given in 11.2.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 105 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 28 OF 48

TABLE 12.0 EXTERNAL COATING SYSTEMS FOR UNINSULATED CARBON STEEL


AND LOW ALLOY STEEL STORAGE TANKS (For all plant locations, coastal
or inland)

All Process Units & Off-sites

Total
Surface Coating system (Field)
DFT
Sl. Design Temp. Preparation (see note 1 below) in Remarks
No. in oC (Field)
Microns
Primer Finish Coat (min.)
All external surfaces of shell, wind girders, appurtenances, roof tops of all above ground tank including top
12.1
side of external and internal floating roof and associated external structural works.
F-6 should
2 coats of F-6A @
1coat of F-9 @ 65-75 be suitable
100 DFT /coat + 1
SSPC-SP-10 DFT/coat + 1coat of P-6 for
12.1.1 -14 to 80 coat of F-2 @ 40 345-355
@ 40 DFT/ coat ; occasional
DFT/ coat;
water
immersion

1 coat of F-15 primer @ 1 coat of F-15 finish


SSPC-SP-10 80 DFT/ coat + 1 coat coat @80 DFT/ coat +
12.1.2 81 to 150 280 -
of F-15 intermediate 1coat of F-2 @ 40
coat @ 80 DFT/coat ; DFT/ coat;

2 coats of F-12 @20


105
DFT/ coat
1coat of F-9 @ 65-75 or
12.1.3 151 to 500 SSPC-SP-10 Or -
DFT/coat 115
1 coat of F-16 @ 50
DFT / coat

12.2 External surfaces of bottom plate (soil side) for all storage tanks.
F-7 should
be suitable
for
SSPC-SP-10 1 coat of F-9 @ 3 coats of F-7@ 100 immersion
12.2.1 -14 to 80 365-375
65-75 DFT/ coat DFT/coat (3x100=300) service of
the
products
given
1 coat of F-15 primer @
80 DFT/ coat + 1 coat
SSPC-SP-10 1 coat of F-15 finish
12.2.2 81 to 150 of F-15 intermediate 240 -
coat @ 80 DFT/ coat
coat @ 80 DFT/coat ;
(80+80=160)
1 coat of F-16 @ 125 1 coat of F-16 @ 125
12.2.3 151 to 550 SSPC-SP-10 250 -
DFT /coat DFT /coat

12.3 For underside of the bottom plate (in case tank is not lifted during PWHT) (see Note 2c)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 106 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 29 OF 48

For CS Products
SSPC SP-6 from
Commercial JOTUN or
HI-TEMP
Blast 2 coats of inert
-180 to 650 1 coat of inert polymeric coatings or
12.3.1 polymeric matrix 350-400
For SS matrix coating @ 125 SK
coating @ 125
SSPC SP-1 FORMULA
with non- TIONS are
chloride recommend
solvent ed.

NOTES

1. All paint coating application including primer for tankage shall be carried out at field after
erection and completion of all welding.

2. For underside of bottom plate :


a) Painting shall be carried out before laying of bottom plate for tanks with Non-Post Weld
Heat Treatment (PWHT).
b) For tanks with PWHT, painting shall be carried out after PWHT.
c) In case tank is not lifted during PWHT then painting shall be applied before laying of bottom
plate, clause no. 12.3.1 shall be followed.

Caution: PWHT temperature shall not exceed 650oC.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 107 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 30 OF 48

TABLE 13.0 INTERNAL COATING SYSTEMS FOR CARBON STEEL AND LOW ALLOY
STORAGE TANKS

All Process Units & Off-sites

Coating system (Field) Total


Surface
(see note 1 below) DFT
Sl. Design Preparation
in Remarks
No. Temp. in oC (Field)
Primer Finish Coat Microns
(min.)
CRUDE OIL, ATF, TURPENTINE OIL, LUBRICATING OIL AND VEGETABLE OIL
Underside of floating roof, internal surface of cone roof, inside of bottom plate, Internal surfaces of Shell
13.1
- including wetted and free board height, oil side surfaces of deck plates, oil side surfaces of pontoons,
roof structures, structural steel, ladders and other CS internals
1 coat of F-15
intermediate coat @
13.1. 1 coat of F-15 primer @
-14 to 90 SSPC-SP-10 80 DFT/coat + 1 coat 240-300 -
1 80 DFT/ coat
of F-15 finish coat @
80 DFT/ coat;
PETROLEUM PRODUCTS & INTERMEDIATES like LDO, HSD , GAS OIL, FEEDS of
FCC-PC, FCC-LCO, VGO-HDT, ISOM, DHDT, REFORMATE, DCU, NHT & GASOLINE,
NAPHTHA, ISOMERATE AND KEROSENE.
13.2
Underside of Floating roofs, internal surface of cone roof, inside of bottom plate, internal surfaces of
Bare shell for full height, underside of floating roof, oil side surfaces of deck plates, oil side surfaces of
pontoons, support structures and ladders etc.
13.2. 1 coat of F-9 @
-14 to 45 SSPC-SP-10 - 75 Note 2
1 75 DFT/coat
1 coat of F-15
intermediate coat @
13.2. 1 coat of F-15 primer @
46 to 90 SSPC-SP-10 80 DFT/coat + 1 coat 240-300 -
2 80 DFT/ coat
of F-15 finish coat @
80 DFT/ coat;
POTABLE AND FIRE WATER
13.3
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
2 Coats of F-6A @
13.3. 1 Coats of P-6 @
-14 to 60 SSPC-SP-10 100 DFT/ Coat; 300-350 Note-4
1 100 DFT/coat;
(2x100=200)
DE-MINERALIZED (DM) WATER
13.4
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
2 coats of F-6C @
13.4. 1 Coats of P-6 @
-14 to 60 SSPC-SP-10 200 DFT/ coat; 400-450 -
1 100 DFT/coat;
(2x200=400)
1 coat of F-15
intermediate coat @
13.4. 1 coat of F-15 primer @ 80 DFT/coat + 1 coat
61 to150 SSPC-SP-10 240-300 -
2 80 DFT/ coat of F-15 finish coat @
80 DFT/ coat;
(80+80=160)
HYDROCHLORIC ACID (HCl) 10 %
13.5
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
13.5.
-14 to 60 SSPC-SP-10 None Natural Rubber Lining 4.5 mm -
1

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 108 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 31 OF 48

AGGRESSIVE SOLVENTS LIKE HEXANE, HEXENE, BENZENE, XYLENE AND TOLUENE


13.6
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.6. 1 coat of F-9 @ 75


-14 to 65 SSPC-SP-10 --- 75 -
1 DFT/ coat

ETHYLENE GLYCOL (EG) TANKS


13.7
Internal shell-full height, bottom plate, underside of roof and all accessories
3 coats of vinyl
chloride co-polymer
13.7.
All SSPC-SP-10 None AMERCOAT 23 @ 225 -
1
75 /Coat;
(3x75=225)
13.8 Inside pontoon and inside of double deck of all floating roofs
13.8. 1 coat of F-8 @ 100 1 coat of F-8 @ 100
-14 to 80 SSPC-SP-3 200 -
1 DFT/coat DFT/coat
WET SLOPS, AMINE solutions, SOUR WATER , WATER DRAW OFF
13.9
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
1 coat of F-15
intermediate coat @
13.9. 1 coat of F-15 primer @ 80 DFT/coat + 1 coat
-14 to 90 SSPC-SP-10 240 -
1 80 DFT/ coat of F-15 finish coat @
80 DFT/ coat;
(80+80=160)
VACUUM RESIDUE, FUEL OIL , DRY SLOP, BITUMEN AND OTHER HIGH TEMPERATURE
HYDROCARBON LIQUIDS
13.10 Underside of floating roof, internal surface of cone roof, bottom plate, inside of bare shell including
wetted and non wetted surfaces, oil side surfaces of deck plates, oil side surfaces of pontoons, roof
structures, structural steel and ladders
1 coat of F-17
intermediate coat @
13.10 1 coat of F-17 primer 125 DFT/coat + 1 coat
Up to 150oC SSPC-SP-10 375 Note:3
.1 @ 125 DFT/ coat of F-17 finish coat
@125 DFT/ coat;
(125+125=250)
ALKALIS UP TO 50 % CONCENTRATION
13.11
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
2 Coats of F-6 A @
13.11 1 coat of F-15 primer @
Up to 60oC SSPC-SP-10 100 DFT/coat; 280-100 -
.1 80 DFT/ coat
(2x100=200)

NOTES
1. All paint coating application including primer shall be carried out after erection and completion
of all welding work at site.

2. F-6A should be suitable and resistant for immersion service for the respective Hydrocarbons.

3. This system can be used where maximum operating temperature is below 150oC and design
temperature is upto 200oC. Cases of operating temperature > 150oC are not covered in this spec,
such cases shall be covered in the job specifications.

4 F-6 A shall be suitable for drinking water service and should have competent authority
certification.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 109 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 32 OF 48

TABLE 14.0 COATING SYSTEMS FOR EXTERNAL SIDE OF UNDERGROUND


CARBON STEEL PLANT PIPING AND UNDERGROUND VESSELS

Surface Coating system (Field) Total Final


Design Preparation
Sl. Surface DFT
Temp. in & Remarks
No. o
Preparation & Finish Coat in Microns
C Shop Primer
Primer (min.)
14.1 Underground carbon steel plant piping

1 layer of coaltar tape


The primer
coating @ 2mm +1
DFT is not
coat of synthetic fast
SSPC-SP-10; measurable.
drying primer 25 @
Reconciliation
DFT/ coat + 1 layer of
14.1.1 25 to 65 --- 1 coat of synthetic 4 mm primer shall
coal tar tape coating @
fast drying primer be done by
2mm /layer as per
25 @ DFT/ coat coverage of
EIL Standard
maximum 10
Specification .No
sq.m/litre
6-79-0011

SSPC-SP-10; 1 coat of F-17


intermediate coat @
14.2.1 66 to 150 --- 1 coat of F-17 125 DFT/coat + 1 375 -
primer @ 125 coat of F-17 finish
DFT/ coat coat @125 DFT/ coat
SSPC-SP-10;
1 coat of F-16 finish
14.2.2 151 to 400 --- 1 coat of F-16 250 -
coat @125 DFT/ coat
primer @ 125
DFT/ coat
14.3 External side of un-insulated underground storage vessels
SSPC-SP-10;

1 coat of F-9 3 coats of F-7 @ 100


14.3.1 -40 to 80 --- 365-375 -
@ DFT/coat
65-75 DFT/
coat
SSPC-SP-10;
1 coat of F-17
intermediate coat @
1 coat of F-17
14.3.2 81 to 150 --- 125 DFT/coat + 1 375 -
primer @
coat of F-17 finish
125 DFT/
coat @125 DFT/ coat
coat
SSPC-SP-10;

1 coat of F-16 1 coat of F-16 finish


14.3.3 151 to 400 --- 250 -
primer @ coat @125 DFT/ coat
125 DFT/
coat

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 110 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 33 OF 48

TABLE 15.0 COATING UNDER INSULATION (COASTAL OR INLAND PLANTS). ALL


UNITS AREAS & OFF-SITES
For insulated Piping, Equipments, Storage vessels, tanks, Columns etc of Carbon
Steel, LTCS, Low Alloy Steel & Stainless Steels

Coating System Total


Surface
(Post-erection / Field) Final
Preparation &
Sl. Design DFT
Pre- Remarks
No. Temp. in oC Primer/ in
erection/Shop Finish Coat
Intermediate Microns
Primer
(min.)
15.1 Carbon steel, LTCS and low Alloy steel Piping
SSPC-SP-10; 2 coats of F-15 @
1 coat of F-15 @
15.1.1 -45 to 120 1coat of F-15 @ 75 DFT/coat; 225- 250 -
75 DFT/coat
75 DFT/coat (2x75= 150)
SSPC-SP-10; 2coat of F-12 @
15.1.2 121-540 1coat of F-12 @ None 20 DFT/coat; 60 -
20 DFT/coat (2x20=40)
15.2 Carbon steel, LTCS and low Alloy steel - Storage vessels, Reactors, Columns & Equipments
SSPC-SP-10; 2 coats of F-15 @
1 coat of F-15 @
15.2.1 -45 to 120 1coat of F-15 @ 75 DFT/coat; 300 -
75 DFT/coat
75 DFT/coat (2x75= 150)
3 coats of F-12 @
SSPC-SP-10; 20 DFT/coat
121 to 400
15.2.2 1 coat of F-9 @ None OR 125-135 -
65-75 DFT/coat 1 coat of F-16 @
60 DFT/coat

15.3 Stainless Steel (SS) including Alloy-20 piping (Note:2)

For CS
SSPC SP-6 Products from
Commercial Blast JOTUN or HI-
1 coat of inert 2 coats of inert
-180 to Zero TEMP coatings or
15.3.1 polymeric matrix polymeric matrix 350-400
For SS SK
coating @ 125 coating @ 125
SSPC SP-1 with FORMULATIONS
non-chloride are recommended.
solvent
If the piping &
equipments are
already erected
then surface shall
SSPC-SP-10
be prepared by
(15-25 surface 1 coat of F-15 1 coat of F-15
cleaning with
15.3.2 0 to 125 profile) intermediate coat finish coat@ 80 240
emery paper and
1 coat of F-15@ @80 DFT/coat DFT/coat; wash/flush with
80 DFT/coat
chloride free DM
water followed by
wiping with
organic solvent
SSPC-SP-10 Not recommended
1 coat of F-16 @
15.3.3 126 to 400 1 coat of F-16 @ None 250 for operating
125 DFT/coat
125 DFT/coat temperature

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 111 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 34 OF 48

SSPC SP-10; between


1 coat of
1 coat of 60 120 C
15.3.4 401 to 600
Amercoat 738@
None Amercoat 738@ 250
125 DFT/coat 125 DFT/coat
15.4 Coating system for Cyclic Service of Carbon Steel, LTCS, Low Alloy Steel & Stainless Steel
SSPC-SP-10 Apcothern EPN
(15-25 surface 1 coat of F-15 1 coat of F-15 200 of M/s Asian
15.4.1 - 40 to 150 profile) intermediate coat finish coat @ 240 Paints Ltd
1 coat of F-15 @ @ 80 DFT/coat 80 DFT/coat; OR
80 DFT/coat Equivalent
For CS
SSPC SP-6 Products from
Commercial Blast JOTUN or HI-
1 coat of inert 2 coats of inert
-180 to 650 TEMP coatings or
15.4.2 For SS polymeric matrix polymeric matrix 350-400
SK
SSPC SP-1 with coating @ 125 coating @ 125
FORMULATIONS
non-chloride are recommended.
solvent
15.5 No painting is required for insulated Monel, Incoloy and Nickel lines.

NOTES

1. Cyclic Service is characterized by rapid temperature fluctuation.


2. The blast cleaning abrasives for SS and Alloy steel surfaces shall be Aluminium oxide
grits/shots or garnet.
3. In case of overlapping of temperature ranges as mentioned in 15.4.1 and 15.4.2, clause 15.4.1
shall be followed.

TABLE 16.0 COATING SYSTEM FOR CARBON STEEL COMPONENTS OF COOLERS /


CONDENSERS (INTERNAL PROTECTION) FOR FRESH WATER SERVICE
Fresh Water boxes, channels, partition plates, end covers and tube sheets etc.

Coating System Total


Surface Preparation
Sl. Design (Post-erection / Field) Final DFT
& Pre-erection/Shop Remarks
No. Temp. in oC in Microns
Primer Primer Finish paint
(min.)
1 coat of F-15 2 coats of F-15 @
16.1 Up to 80 oC SSPC-SP-10 240 -
@ 80 microns 80 DFT/coat;
1 coat of Glass
Fibre Reinforced
16.2 80 to 140 SSPC-SP-10 --- 1500 -
Novolac epoxy of
1.5 mm DFT

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 112 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 35 OF 48

TABLE 17.0 COATING SYSTEM (INTERNAL PROTECTION) FOR GALVANIZED OR


NON FERROUS OR STAINLESS STEEL/ DUPLEX STAINLESS STEEL
COMPONENTS OF COOLERS/ CONDENSERS FOR FRESH WATER
SERVICE

Coating System Total Final


Surface Preparation
Sl. Design (Post-erection / Field) DFT
& Pre-erection/Shop Remarks
No. Temp. in oC in Microns
Primer Primer Finish paint
(min.)
1 coat of F-15 @ 1 coat of F-15 @
17.1 Up to 80 Sweep Blasting 160 -
80 DFT/coat; 80 DFT/coat;
1 coat of Glass
Fibre Reinforced
17.2 80 to 140 Sweep Blasting --- 1500 -
Novolac epoxy of
1.5 mm DFT

18.0 STORAGE

18.1 All paints and painting materials shall be stored only in rooms to be arranged by contractor
and approved by Engineer-in-charge for the purpose. All necessary precautions shall be
taken to prevent fire. The storage building shall preferably be separate from adjacent
building. A signboard bearing the word PAINT STORAGE NO NAKED LIGHT
HIGHLY INFLAMABLE shall be clearly displayed outside. Manufacturers
recommendation shall be followed for storage of paint materials.

19.0 PAINT COLOUR CODE FOR PIPING AND EQUIPMENT

1 This specification covers the requirement of colour scheme for the identification of the
contents of the pipelines carrying fluids, storage tanks and equipment in refineries. The
following colour coding system has been made based on BPCL-KR input document.

19.1 Identification

The system of colour coding consists of a ground colour and secondary colour bands
superimposed over the ground colour. The ground colour identifies the basic nature of the
service and secondary colour band over the ground colour distinguishes the particular service.
The ground colour shall be applied over the entire length of the un-insulated pipes. For
insulated lines ground colour shall be provided as per specified length and interval to identify
the basic nature of service and secondary colour bands to be painted on these specified length
to identify the particular service. Above colour code is applicable for both unit and offsite
pipelines.

The following ground colour designation for identification of basis classification of various
important services shall be followed.

Post Office Red Fire protection materials


Off White / Aluminium Steam (all pressures)

Canary Yellow Chemicals and dangerous materials

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 113 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 36 OF 48

Dark Admiralty Grey Crude oil, lube oil


Orange Volatile petroleum products (motor sprit and lighter)
Oxide red Non-Volatile petroleum products (kerosene and heavier,
including waxy distillates and diesel, gas oil)
Black Residual oils, still bottoms, slop oils and asphalts, fuel oil
Sky blue Water (all purities and temperatures)
Sea green Air and its components and Freon

Secondary colours: The narrow bands presenting the secondary colour which identifies the
specific service may be applied by painting or preferably by use of adhesive plastic tapes of
the specific colour.

19.2 Colour Bands and Identification Lettering

The following specifications of colour bands shall be followed for identifying the piping
contents, size and location of bands & letters. The bandwidth and size of letters in legends will
depend to some extent upon the pipe diameter. Either white or black letters are selected to
provide maximum contrast to the band colour. Bands usually are 100 mm wide and regardless
of band width, are spaced 50 mm apart when two bands are employed.

Colour bands and size of lettering for piping:

Outside diameter of pipe Width of colour bands in Size of legend Letters in


or covering in mm mm mm
19 to 32 200 13
38 to 51 200 19
64 to 150 300 32
200 to 250 600 64
Over 250 800 89

Contrast shall be provided between color field and legend for readability. Use of letters
standard style, in sizes, 1/2inch (13mm) and larger, is recommended. See above table for
specific size recommendations. For identification of materials in pipes of less than inch
(19mm) in diameter, and for valve and fitting identification, the use of permanently legible tag
is recommended.

In addition, ground colour as per specified length should be provided on insulated piping for
easy identification of nature of fluid, on which the colour bands should be painted for
identification of each service. The length of the ground colour should be 3 times the width of
normal bands or 2 meters, whichever is suitable depending on the length of the pipe.

Arrows shall be used to indicate direction of flow. Where flow can be in both directions,
arrows in both directions shall be displayed.

Positive identification of the contents of a piping system shall be by lettered legend, giving the
name of the contents in full or abbreviated form. Contents shall be identified by a legend with
sufficient additional details such as temperature, pressure, etc as are necessary to identify the
hazard. Legends shall be brief, informative, pointed and simple of greatest effectiveness.
Legends shall be applied close to valves or flanges and adjacent to changes in direction,
branches and where pipes pass through walls or floors, where it enters and emerges from road,

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 114 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 37 OF 48

culvert and walkway overpasses, unit battery limits and at every 50m intervals on straight pipe
runs sufficient for identification. Identification may be accomplished by stencilling, the use of
tape, or markers. In any situation, the number and location of identification markers shall be
based on the particular piping system.

The letters will be in black on pipes painted with light shade colours and white on pipes
painted with dark shade colours to give good contrast.

Only writing of service name shall be done on stainless steel lines. Precautions should be taken
while painting by using low chloride content painting to avoid any damage to the stainless
steel pipes. It is preferable to use adhesive plastic tapes to protect stainless steel pipes.

Visibility:

Attention shall be given to visibility with reference to pipe markings. Where pipelines are
located above or below the normal line of vision, the lettering shall be placed below or above
the horizontal centreline of the pipe.
Size of letters stencilled / written for equipment shall be as given below:

Column and vessel : 150


mm (Height)
Pump, compressor and other machinery : 50 mm (Height)

In addition, the contents of the pipe and/or direction of flow may be further indicated by
arrows and legend. If a hazard is involved it must be identified clearly by legend.

Colour bands: The location and size of bands, as recommended, when used, shall be
applied to the pipe.

- On both sides of the valves, tees and other fittings of importance.


- Where the pipe enters and emerges from walls and where it emerges from road &
walkway overpasses, unit battery limits.
- At uniform intervals along long sections of the pipe.
- Adjacent to tanks, vessels and pumps.

Colour band specification:

a) Bands at intervals of 50 meters for the long stretch of pipelines


b) Each pipe segment will have minimum one band indication, irrespective of length.
c) The bands shall also be displayed near walkways, both sides of culverts, tanks dykes,
tanks, vessels, suction and discharge of pumps / compressors, unit battery limit, near
valves of line, etc.

For alloy steel / stainless steel pipes and fittings in stores / fabrication yard, colour band
(Minimum wide) should be applied along the complete length of pipe, bends / tees, side-
covered surface (on thickness) of flanges as well as valves as per the metallurgy.

Unusual or Extreme situations

When the piping layout creates or occurs in a limited area of inaccessibility or of extreme
complexity, such segments of layouts may require substitute techniques shall be limited to
such segments and shall not deviate from the concept of identification as defined above.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 115 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 38 OF 48

The specification for application of the complete Piping identification colour code, including
base and bands colours, are presented in the below table.

Sl. FIRST COLOUR SECOND


SERVICE GROUND COLOUR
No. BAND COLOUR BAND
I WATER
01 Drinking Water Sea Green French Blue Signal Red
02 DM Water Sea Green Gulf Red
03 Cooling Water Sea Green French Blue
04 Boiler Feed Water Sea Green Gulf Red
05 Steam Condensate Sea Green Light Brown
06 Raw Water Sea Green Oxide Red
07 Tempered Water Insulated With Green Band
08 Sour Water Sea Green Yellow
09 Stripped Water Sea Green Gulf Red
10 Fire Water Fire Red
11 Wash Water Sea Green Canary Yellow
12 ETP Treated water Sea Green Canary Yellow Canary Yellow
II STEAM
01 Very High Pressure Steam Aluminium To IS 2339 Signal Red
02 High Pressure Steam Aluminium To IS 2339 French Blue
03 Medium Pressure Steam Aluminium To IS 2339 Gulf Red
04 Low Pressure Steam Aluminium To IS 2339 Canary Yellow
05 Very Low Pressure Steam Aluminium To IS 2339 Grey
06 Low Medium Pressure Steam Aluminium To IS 2339 Light Brown
07 Condensate Aluminium To IS 2339 Grey Canary Yellow
III AIR/OTHER GASES
01 Process Air Sky Blue Signal Red
02 Plant Air Sky Blue Silver Grey
03 Instrument Air Sky Blue French Blue
04 Nitrogen Canary Yellow Black
05 Oxygen Canary Yellow White
06 Freon Canary Yellow Light Grey Dark Violet
07 Sweet Fuel Gas Canary Yellow Grey
08 Sour Fuel Gas Canary Yellow Grey Dark Violet
09 Acid Gas Orange Grey
10 H2S Canary Yellow French Blue
11 Hydrogen Canary Yellow Signal Red French Blue
IV CHEMICALS
01 Caustic Smoke Grey Light Orange
02 Chlorine Canary Yellow Dark Violet Light Orange
03 Ammonia Canary Yellow Dark Violet
04 Corrosion Inhibitor Yellow Aluminium

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 116 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 39 OF 48

05 Sulfolane Azure Blue Yellow


06 Mono Ethanol Amine Light Yellow Brown
07 Lean DEA Light Yellow Blue
08 Rich DEA Light Yellow Red
09 Lo-Cat Solution Canary Yellow Smoke Grey
10 Anti-Foam Light Yellow Grey
11 De-Mulsifier Light Yellow Black
12 DMDS Black Gulf Red
V HYDROCARBONS
01 LPG Dark Ad. Grey Brilliant Green Dark Violet
02 Naphtha Dark Ad. Grey Light brown Black
03 Benzene Dark Ad. Grey Canary Yellow
04 Toluene Orange Blue Green
05 Reformate Dark Ad. Grey Blue
06 LAN (Low Aromatic Naphtha) Dark Ad. Grey Brilliant Green
07 Mixed Aromatic Solvent Orange Brilliant Green
08 Motor Spirit (MS) Orange Blue
09 Heavy Naphtha Light Brown Brilliant Green Red
10 Kerosene Light Brown Brilliant Green Dark Violet
11 LGO (Light Gas Oil) Light Brown Brilliant Green
12 HGO (Heavy Gas Oil) Light Brown Brilliant Green
13 High Speed Diesel Light Brown Brilliant Green
14 ATF (Aviation Turbine Fuel) Light Blue White
15 VDO (Vacuum Diesel Oil) Light Brown Brilliant Green
16 VGO (Vacuum Gas Oil) Steel Grey Red
17 Slop Distillate Steel Grey Black Red
18 VR (Vacuum Residue) Steel Grey Black Green
19 Slop Steel Grey Black
20 Crude Oil Light Brown Yellow
21 Fuel Oil Steel Grey Yellow
22 Flushing Oil Light Brown Yellow
23 Flare Line Heat Resistant Aluminium
24 Reduced Crude Oil Steel Grey Black Signal Red
25 LCO (Light Cycle Oil) Light Brown Brilliant Green Yellow
26 HCO (Heavy Cycle Oil) Light Brown Brilliant Green Light Orange
27 CLO (Clarified Oil) Steel Grey Black French Blue
28 Propylene Dark Ad. Grey Signal Red Black
29 Reject Olefin Dark Ad. Grey Light Grey French Blue
30 Butane Dark Ad. Grey Signal Red Light Brown
31 Iso Butylene Dark Ad. Grey Brilliant Green Gulf Red
32 SBPS Dark Ad. Grey White Gulf Red
33 MTO Light Blue Green
34 Bitumen Dark Grey Signal Red Brilliant Green
35 HAN Dark Ad. Grey Brilliant Green

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 117 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 40 OF 48

36 Heavy Kerosene Light Blue Black


37 RLNG Canary Yellow Signal Red Light Brown

Sl. No. . SERVICE RECOMMENDED COLOUR CODE


VI INSULATED HYDROCARBON PIPING
01 IFO Supply 1 Black ground colour with 1 yellow band in centre
02 IFO Return 1 Black ground colour with 1 green band in centre
03 HPS 1 Black ground colour with 1 red band in centre
04 Bitumen 1 Black ground colour with 2 red band in centre
05 CLO 1 Black ground colour with 1 brown band in centre
06 VB Tar 1 Black ground colour with 2 brown band in centre
07 VR AM (Bitumen / VBU Feed) 1 Black ground colour with 1 blue band in centre
08 VR BH 1 Black ground colour with 2 blue band in centre
09 VAC Slop 1 Black ground colour with 1 white band in centre
10 Slop 1 Steel grey ground colour with 1 black band in centre

11 Crude Sweet 1 Light brown ground colour with 1 yellow band in centre

12 Crude Sour 1 Light brown ground colour with 1 orange band in centre

13 VGO / HCU Feed 1 Oxide red ground colour with 1 steel grey band in centre

14 OHCU Bottom / FCCU Feed 1 Oxide red ground colour with 2 steel grey band in centre

VII UNINSULATED EQUIPMENT, TANKS AND STRUCTURES


01 Heater Structure Dark Admiralty Grey
02 Heater Casing Heat Resisting Aluminium
03 Vessels & Columns Aluminium
04 Hydrogen Bullets Pink
05 LPG Vessels White (Reflective Paint)
06 SO2 Canary Yellow
07 Heat Exchangers Heat Resisting Aluminium
08 FO Tank & Hot Tanks Black
09 All Other Tanks Aluminium / Off White
10 Caustic / Amine / Acid Tanks Golden Yellow
11 Sour Water Sky Blue
12 Outer Surface In Boiler House Heat Resisting Aluminium
13 Compressors & Blowers Dark Admiralty Grey
14 Pumps Navy Blue
15 Motors & Switch Gear Bluish Green
Hand Railing - Hand Railing Middle Rail,
16.1 Signal Red
Toe Plate
16.2 Hand Railing Vertical Post Black
17.1 Ladder - Rungs Black
17.2 Ladder Vertical & Cage Signal Red

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 118 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 41 OF 48

18 Load Lifting Equipment & Mono Rails Etc. Leaf Brown

19 Steel Structure Dark Admiralty Grey

19.3 PAINTING COLOUR CODE FOR STRUCTURAL STEEL

1. GANTRY GIRDER & MONORAIL DARK GREEN

2. GANTRY GIRDER & MONORAIL STOPPER SIGNAL RED

3. BUILDING STRUCTURAL STEEL COLUMNS, DARK ADMIRALITY


BRACKETS, BEAMS, BRACINGS, ROOF TRUSS, GREY
PURLINS, SIDEGIRTS, LOUVERS, STRINGERS

4. PIPE RACK STRUCTURE & TRESTLES DARK ADMIRALITY


GREY

5. CHEQUERED PLATE (BOTH FACES) BLACK

6. GRATING GALVANSIED

7. LADDER RUNGS BLACK


VERTICALS & CAGE RED

8. HAND RAILINGS
- HANDRAIL, MIDDLE RAIL, TOE PLATE SIGNAL RED
- VERTICAL POST BLACK

20.0 IDENTIFICATION OF VESSELS, PIPING ETC

20.1 Equipment number shall be stencilled in black or white on each vessel, column, equipment &
machinery (insulated or uninsulated) after painting. Line number in black or white shall be
stencilled on all the pipe lines of more than one location as directed by Engineer-In-Charge;
Size of letter printed shall be as below:

Column & Vessels - 150mm (high)


Pump, compressor & other machinery - 50mm (high)
Piping - 40-150 mm

20.2 Identification of Storage Tanks

The storage tanks shall be marked as detailed in the drawing.

21.0 PAINTING FOR CIVIL DEFENCE REQUIREMENTS

21.1 Following items shall be painted for camouflaging if required by the client.
a. All Columns
b. All tanks in Offsites
c. Large Vessels

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 119 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 42 OF 48

d. Spheres

21.2 Two coats of selected finishing paint as per defense requirement shall be applied in a
particular pattern as per 20.3 and as per the instructions of Engineer-In-Charge.

21.3 Method of Camouflaging

21.3.1 Disruptive painting for camouflaging shall be done in three colours in the ratio of 5:3:2 (all
matte finish).

Dark Green Light Green Dark Medium Brown


5 : 3 : 2

21.3.2 The patches should be asymmetrical and irregular.

21.3.3 The patches should be inclined at 30 to 60 to the horizontal.

21.3.4 The patches should be continuous where two surfaces meet at an angle.

21.3.5 The patches should not coincide with corners.

21.3.6 Slits and holes shall be painted in dark shades.

21.3.7 Width of patches should be 1 to 2 meters.

22.0 QUALITY CONTROL, INSPECTION AND TESTING

22.1 All painting materials including primers and thinners brought to site by contractor for
application shall be procured directly from manufactures as per specifications and shall be
accompanied by manufacturer's test certificates. Paint formulations without certificates are
not acceptable (see section 24.0).

22.2 The contractor must produce Test Certificate from Pre Qualified Paint Manufacturer for
various tests as detailed out in section 25.1 of this document, for each batch & for each
category of product. The Engineer-in-Charge shall have the right to test wet samples of paint
from each batch at random for verifying quality of paint supplied. Contractor shall arrange to
have such tests, when called for by Engineer-in-Charge, performed at his cost any one of the
independent laboratories listed in the 25.1 of this document.

Samples for the test will be drawn at random in presence Engineer-in-Charge or his
representations. Following tests to be carried out if called for by Engineer-in-Charge:

- Specific Gravity
- % solids by weight (% zinc content in case of inorganic or organic zinc primer)
- Drying time (touch dry & full curing)
- Adhesion
- Flexibility
- Hardness
- Storage stability (pot life)

Test methods for above tests shall be as per relevant ASTM or ISO Standard.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 120 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 43 OF 48

22.3 The painting work shall be subject to inspection by Engineer-In-Charge at all times. In
particular, following stage-wise inspection will be performed and contractor shall offer the
work for inspection and approval of every stage before proceeding with the next stage. The
record of inspection shall be maintained in the registers. Stages of inspection are as follows:

(a) Surface preparation


(b) Primer application
(c) Each coat of paint

During surface preparation, following tests are to be carried out:

- Test for absence oil & grease after degreasing before blasting as per procedure given in
sec 6.7 of Annexure-I of this specification (specification for thermally sprayed
Aluminium Coating).
- Tests for surface finish of blasted surface shall be done by visual inspection using SSPC-
VIS1. Clear cellophane tape test as per ISO 8502-3 shall be used to confirm absence of
dust on blasted surface. Checks shall be done on each component atleast once per 200 m2
of blasted surface and minimum of 3 checks per shift.
- Test for presence of soluble salt as per method ISO 8502-9. Maximum allowable salt
content shall be considered 20 mg/m2 (2 mg/cm2). Checks shall be done on each
component atleast once per 200 m2 of blasted surface and minimum of 3 checks per shift.
In case salt exceeds specified limit, the contaminated surface shall be cleaned by method
as per Annexure-C of IS 12944-4 (water cleaning). After cleaning surface shall be
retested for salt after drying.
- Blast profile measurement This shall be done as described in sec 6.2 of Annexure-I of
this specification (Specification for thermally sprayed Aluminium).
- Test for blasting Media and Blasting air- this shall be done as described in sec 6.6 of
Annexure-I of this specification (Specification for thermally sprayed Aluminium).

In addition to above, record should include type of shop primer already applied on equipment
e.g. zinc silicate, or zinc rich epoxy, or zinc phosphate.

Any defect noticed during the various stages of inspection shall be rectified by the contractor
to the entire satisfaction of Engineer-In-Charge before proceeding further. Irrespective of the
inspection, repair and approval at intermediate stages of work, contractor shall be responsible
for making good any defects found during final inspection/guarantee period/defect liability
period as defined in general condition of contract. Dry film thickness (DFT) shall be checked
and recorded after application of each coat and extra coat of paint should be applied to make-
up the DFT specified without any extra cost to owner, the extra coat should have prior
approval of Engineer-in-charge.

22.4 Primer Application

After surface preparation, the primer should be applied to cover the crevices, corners, sharp
edges etc. in the presence of inspector nominated by Engineer-In-Charge.

22.5 The shades of successive coats should be slightly different in colour in order to ensure
application of individual coats, the thickness of each coat and complete coverage should be
checked as per provision of this specification. This should be approved by Engineer-In-
Charge before application of successive coats.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 121 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 44 OF 48

22.6 The contractor shall provide standard thickness measurement instrument with appropriate
range(s) for measuring.

Dry film thickness of each coat, surface profile gauge for checking of surface profile in case
of sand blasting. Holiday detectors and pinhole detector and protector whenever required for
checking in case of immersion conditions.

22.7 Prior to application of paints on surfaces of chimneys, the thickness of the individual coat
shall be checked by application of each coat of same paint on M.S.test panel. The thickness of
paint on test panels shall be determined by using gauge such as 'Elkometer'. The thickness of
each coat shall be checked as per provision of this specification. This shall be approved by
Engineer-In-Charge before application of paints on surface of chimney.

22.8 At the discretion of Engineer-In-Charge, the paint manufacturer must provide the expert
technical service at site as and when required. This service should be free of cost and without
any obligation to the owner, as it would be in the interest of the manufacturer to ensure that
both surface preparation and application are carried out as per their recommendations. The
contractor is responsible to arrange the same.

22.9 Final inspection of finished coating shall consist of measurement of:


1) Paint dry film thickness (DFT),
2) Adhesion, and,
3) Holiday detection check as well as for finish and workmanship.

1) Coating DFT measurement shall be as per ISO 2808. Type II electromagnetic gauges
should be used for ferrous substrates. DFT gauge calibration, number of measurement
shall be as per SSPC-DA 2. Measured DFT shall be within + 10% of the dry film
thickness, specified in the specifications.

2) Adhesion of the primer to the steel substrate and intercoat adhesion of the subsequent
coat(s) after curing for at least a week after application of the topcoat shall be examined by
a knife test in accordance with ASTM D 6677. For the knife test, if the rating is better than
8, the adhesion is considered acceptable. The adhesion is destructive and tested areas shall
be repaired afterward using the spot repair procedure. Alternatively, the applicator may
perform the adhesion test on a steel coupon coated using the same surface preparation and
coating application procedure as the work piece. Adhesion testing shall be carried out for
each component at least once per 200 m2 (2000 ft2) of coated surface.

3) Holiday testing shall be conducted in accordance with NACE SP 0188. For immersion
services, 100% of coated area shall be inspected for holidays. For atmospheric exposure,
10% of coated area which must include weld seams, corners and edges to be holiday
tested. Voltage at which test is to be carried out will depend upon DFT of coating being
tested and shall be as per NACE SP 0188. Any holiday is unacceptable and should be
marked and repaired immediately.

22.10 The contractor shall arrange for spot checking of paint materials for Specific gravity, glow
time (ford cup) and spreading rate.

22.11 Final Inspection of coating system

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 122 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 45 OF 48

A final inspection shall be conducted prior to the acceptance of the work. The coating
contractor and the facility owner shall both be present and they shall sign an agreed inspection
report. Such reports shall include:
General
- Names of the coating contractor and the responsible personnel
- Dates when work was performed

Coating Materials
- Information on coating materials being applied
- Condition of coating materials received

Environmental Conditions
- Weather and ambient conditions
- Coating periods

Surface Preparation
- Condition of surface before preparation
- Tools and methods used to prepare surface
- Condition of surface after preparation

Coating Application
- Equipment used
- Mixing procedure prior to application
- Coating application techniques used

Testing
- Type and calibration of inspection instruments used
- Type of quality control tests performed, and results

23.0 GUARANTEE

23.1 The contractor shall guarantee that the chemical and physical properties of paint materials used
are in accordance with the specifications contained herein/to be provided during execution of
work.

24.0 QUALIFICATION CRITERIA OF PAINTING CONTRACTOR/SUB-CONTRACTOR

Painting contractor who is awarded any job for EIL, Projects under this standard must have
necessary equipments, machinery, tools and tackles for surface preparation, paint application
and inspection. The contractor mush have qualified, trained and experienced surface
preparator, paint applicator, inspector and supervisors. The contractor supervisor, inspector,
surface preparator and paint applicator must be conversant with the standards referred in this
specification.

25.0 QUALIFICATION/ACCEPTANCE CRITERIA FOR PAINT COATING SYSTEM

25.1 Pre-Qualification of Paint Coating Manufacturer and his Products

Paint Coating manufacture meeting the following requirements shall be considered for supply
of their products. Contractor is advised to select coating manufacturer. Only after obtaining

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 123 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 46 OF 48

prequalification from EIL for the manufacturer based on following requirements. Even those
manufacturers, whose names are appearing elsewhere in the tender document, under the list of
EILs Recommended or Approved Vendors, will also be required to meet the following
prequalification requirements.

- Manufacturer should have been in continuous business of paint coating formulation and
manufacturer for at least past 5 years.

- Manufacturer should posses past experience of supplying his products to hydrocarbon


processing industry or offshore platforms in the past 5 years.

- Coating manufacturer should have supplied at least 10000 litre of an individual product
to hydrocarbon processing industry or offshore platform.

- The manufacturers manufacturing procedure & QA/QC system shall meet ISO 9001
requirements and preferably should posses ISO 14000 certificate.

- The Quality control set up should be manned by qualified paint technologists whose bio
data should be sent along with quality control organization chart.

- Pre-Qualification Testing:
Manufacturer should have got his products tested at least one time in last 3 years at a
reputed independent laboratory for the following test items. Test certificates which are
more than 3 years old will not be considered.

Test Test Method


Specific gravity ASTM D 1475
Dipping properties ASTM D 823
Film characteristics -
Solids content by weight ASTM D 2369
Drying time ASTM D 1640
Flexibility ASTM D 1737/ D 522
Hardness ASTM D 3363
Adhesion ASTM D 2197
Abrasion resistance ASTM D 968/ D 1044
DFT/coat As per SSPC guidelines
Storage Stability ASTM D 1849
Resistance to moisture vapour permeability for 2000 hrs ASTM D 2247
Cyclic Test for the duration of 4200 h (25 cycles a 168 ISO 7253, ASTM G53
hours)
% Zn in Dry film for Inorganic Zinc -
Silicate primer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 124 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 47 OF 48

Chemical Resistance test ASTM D 543


- 10% & 40% NaOH (applicable only for F-6 & F-15)
- 10% H2SO4 (applicable only for F-6 & F-15)
- 10 % Nitric Acid test (applicable only for F-6 & F-15)
- Benzene / Toluene (applicable only for F-6 & F-15)
- Kerosene (applicable only for F-6 & F-15)
- Sea water (applicable only for F-6 & F-15)
- MIBK test (applicable only for F-6 & F-15)
Resistance to water using water immersion (applicable ASTM D 870
only for F6-, F-7, F-8, F-14 & F-15)
Dry Heat Resistance test
(applicable only for F-9, F-6A/B, F-2, F-15, F-16,
polysiloxane, heat resistance Al silicone)
Thermal shock resistance test ASTM D2485 - 91
(only for F-9, F-6, polysiloxane)

Each coating product to be qualified shall be identified by the following

1) An infrared scan (fingerprint), for Part A and B, each component as per ASTM
D 2621
2) Specific gravity of Base and curing agent (Ref. ISO 2811)
3) Ash content (ASTM D1650), volatile and non-volatile matters (ISO 3251) of each
component

The identification shall be carried out on the batch, which is used for the Pre-
qualification testing. Pre-qualification of the products shall be carried out at an
independent laboratory.

Test shall be carried out at any one of the following laboratories and tests to be witnessed &
certified by third party inspection agency (TUV, BV, DNV).

IICT, Hyderabad
HBTI, Kanpur
DMSRDE, Kanpur
BIS Laboratories
UICT, Matunga, Mumbai
RITES, Kolkata
PDIL, Sindri
NTH, Kolkata

Contractor shall furnish to EIL for approval/ acceptance of all necessary


documents/information including test certificates to prove that the paint manufacturers, from
whom he intends to procure paint products, meet the various requirements for fulfilling the
pre-qualification criteria as given under section 25.1 above. The paint manufacturer shall be
qualified and approved for supply after review/assessment of the submission made by the
contractor.

25.2 Information to be furnished during delivery of coating system:

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 125 of 283


JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING PAGE 48 OF 48

Contractor along with delivery of paint material has to furnish following information from
paint manufacturer to EIL for acceptance/approval of products.

a) Batch test certificates (Batch Testing)

Along with delivery to site of the paint products from pre-qualified coating manufacturer.
Contractor has to produce test certificate from paint manufacturer for each batch and for
each category of product for the following test items. Test to be witnessed & certified
by third party inspection agency. All test results must mention clearly the batch no. and
category of product tested. Tests to be conducted for following properties:

- Infrared scan for Part A and B, each component


- Specific Gravity
- % solids by weight (% zinc content in case of inorganic or organic zinc primer)

b) Product information sheet/ technical data sheet for each category of product.

26.0 METHOD OF SAMPLING & DISPATCH FOR LABORATORY TESTING


(Pre-Qualification tests (sec. 25.1), Batch testing (sec. 25.2) and Inspection testing (sec.
22.0))

26.1 Samples of coating materials should be submitted to the Govt. laboratory in sealed containers
with batch no. and test certificate on regular format of manufacturers testing laboratory. The
sampling shall be certified and sealed by a certifying agency.

26.2 All test panels should be prepared by Govt. testing agency coloured photographs of test
panels should be taken before and after the test and should be enclosed along with test report.

Sample batch no. and manufacturers test certificate should be enclosed along with the
report. Test report must contain details of observation and rusting if any, as per the testing
code.

26.3 Manufacturers should intimate the company, details of sample submitted for testing, name of
Govt. testing agency, date, contact personnel of the govt. testing agency. At the end of the
test the manufacturer should submit the test reports to the company for approval.

26.4 Coating systems for panel test shall be decided after discussion with EIL.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 126 of 283


Page 127 of 283
Document No.
VENDOR DATA REQUIREMENTS A307-0IG-16-46-VDR-6545
FOR Rev. A
MATERIAL REQUISITION Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
MATERIAL REQUISITION

A 20-JAN-2015 ISSUED WITH MATERIAL REQUISITION PB KRK BBC


Rev. Date Purpose Prepared by Checked by Approved by
No.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 128 of 283


Document No.
VENDOR DATA REQUIREMENTS A307-0IG-16-46-VDR-6545
FOR Rev. A
MATERIAL REQUISITION Page 2 of 3

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. GENERAL ARRANGEMENT DRAWING
INDICATING DESIGN DATA FABRICATED Documents shall be
EQUIPMENT WEIGHT, GENERAL NOTES, submitted within 3 to 5
NOZZLE SCHEDULE, DETAIL OF SHELL, weeks of issue of PR.
HEADS, SUPPORTING ARRANGEMENT, Cutting layout is not
required.
MAIN WELD SEAMS, NOZZLE ORIENTATION
PLAN, CUTTING LAYOUT ETC.
2. DETAIL OF NOZZLES, MANHOLES, Documents shall be
submitted within 3 to 5
ACCESSORIES ETC weeks of issue of PR.
3. DETAILS OF DEMISTER. Documents shall be
submitted within 3 to 5
weeks of issue of PR.
4. DETAILS OF PACKING SUPPORT, Documents shall be
DEMISTER SUPPORTS, GRATINGS, AND submitted within 3 to 5
GRATING SUPPORTS. weeks of issue of PR.

5. DETAIL OF EXTERNAL CLIPS SUCH AS Documents shall be


submitted highlighting
LADDER, PLATFORM, PIPE SUPPORT. areas of discrepency
or fouling, etc. within
10 to 15 weeks of
issue of
PR.
6. DETAIL OF INSULATION, FIRE PROOFING Documents shall be
submitted highlighting
areas of discrepency
or fouling, etc. within
10 to 15 weeks of
issue of
PR.
7. DETAIL OF PIPE DAVIT Documents shall be
submitted highlighting
areas of discrepency
or fouling, etc. within
10 to 15 weeks of
issue of
PR.
8. DETAIL OF LIFTING LUG,TRUNION AND Documents shall be
submitted highlighting
TAILING LUG ETC. areas of discrepency
or fouling, etc. within
10 to 15 weeks of
issue of
PR.
9. CERTIFIED 'AS BUILT' DRAWINGS Documents approved
by inspector shall be
INCORPORATING ACTUAL DIMENSIONS submitted within 2
AND MATERIAL USED, DULY CERTIFIED BY weeks after dispatch of
THE INSPECTOR equipment.
10. DATA FOLDER AS PER SPECIFICATION Documents approved
by inspector shall be
submitted within 2
weeks after dispatch of
equipment. @
11. INSPECTION AND TESTING PLAN @ Documents shall be
submitted within 5 to 8
weeks of issue of PR.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 129 of 283


Document No.
VENDOR DATA REQUIREMENTS A307-0IG-16-46-VDR-6545
FOR Rev. A
MATERIAL REQUISITION Page 3 of 3

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
12. WELDING PROCEDURES AND Documents shall be
submitted within 5 to 8
QUALIFICATION TEST REPORTS @ weeks of issue of PR.
13. DESTRUCTIVE AND NON-DESTRUCTIVE Documents shall be
submitted within 5 to 8
TEST REPORTS @ weeks of issue of PR.
14. MATERIAL TEST CERTIFICATES @ Documents shall be
submitted within 1
week after final
inspection.
15. RADIOGRAPHIC EXAMINATION REPORTS Vendor to store these
WITH FILMS @ for 5 years.

16. HEAT TREATMENT PROCEDURE AND TIME Documents shall be


submitted within 1
TEMPERATURE CHARTS @ week after final
inspection.
17. CODE CERTIFICATES (INCLUDING
INSPECTION CERTIFICATE, HYDROSTATIC Documents shall be
submitted within 1
TEST CERTIFICATE, LOCAL CODE week after final
REQUIREMENTS, RUBBING OF CODE inspection.
STAMP AND NAME PLATE ETC.) @
18. PACKING AND FORWARDING
INSTRUCTIONS @
19. ERECTION DRAWING INCLUDING Documents shall be
submitted within 1
WEIGHTS, C.G. & SLINGING FACILITIES, etc week after final
inspection.
Documents shall be
approved by EIL
before shipment.

Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 130 of 283


The drawing, design and details given below on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited, or used, except in the limited way permitted by written consent given by the lender to the

NOZZLES AND CONNECTIONS uksty o duSD'ku GENERAL NOTES (tujy uksV~l SPECIFICATIONS LisflfQds'kUl DESIGN DATA fMtkbu MkVk
MARK QTY
NOM. DIA SCH./THK. FLANGES PROJECTI
ON NOTE-
PAD W
SERVICE
UNLESS STATED OTHER WISE X DENOTES APPLICABLITY CODE ASME SEC. VIII DIV.1 2010, ADDENDA 2011
ukfeuy 'kMwy o CLASS TYPE FACING 4
xT 1 ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED. x GENERAL SPEC. FOR PRESSURE VESSELS 6-12-0001 WORKING PRESSURE (kg/cm2g) 3
ekdZ DokfUVVh Mka;k fFkduSl Dykl VkbZi Qsflx izksts'ku iSaM lfoZl 2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRE LINE. x SUPP. SPEC. FOR CS VESSELS 6-12-0002 DESIGN PRESSURE (kg/cm2g) INT. 15.3 EXT. -

N1 1 400 24 THK. 150 WN RF 1675


200
FEED INLET WITH DIP PIPE
3 NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN VIEW. x STD. SPEC. FOR BQCS PLATE 6-12-0011 WORKING TEMPERATURE 0
( C) 40
X 24 4 (A) FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM VESSEL CENTER x STD. SPEC. FOR STRUCTRAL QUALITY PLATES 6-12-0014 DESIGN TEMPERATURE 0
( C) 85

N2 1
76.2
- 150 LWN RF
SEE 45
VAPOR OUTLET/PSV INLET
LINE TO FLANGE CONTACT FACE.
x STD. SPEC. FOR SS PLATE 6-12-0020 MDMT (0C) 15
I.D. DRG X 24 4 (B) FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD T.L TO JOB SPEC. FOR SURFACE PREPARATION AND CORROSION ALLLOWANCE (MM) 3
SEE 175 X FLANGE CONTACT FACE. X PROTECTIVE COATING (NEW CONSTRUCTION) A307-000-06-42-PLS-01
TYPE OF HEAD 2 : 1 ELLIPSOIDAL
N3 1 350 24 THK. 150 WN RF LIQUID OUTLET
DRG 24 5 THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER JOINT EFFICIENCY SHELL 1 HEAD 1
SEE 45 X CONSTRUCTION. RADIOGRAPHY (NOTE-11) SHELL FULL HEAD FULL
N4 1 80 160 150 WN RF DRAIN STANDARDS LVS.MMZl
DRG 24 6 FLANGE GASKET FACE SHALL HAVE 125 AARH FINISH. POST WELD HEAT TREATMENT YES COMPLETE VESSEL (NOTE-12)

N5 1 50 160 300 WN RF
SEE
- VENT
7 DIMENSIONS OF FLANGES FOR NOZZLES UPTO 600NB SHALL BE AS PER ANSI X VESSEL TOLERANCES 7-12-0001 HEAT TREATMENT HEAD AS PER SPEC.
DRG B16.5 AND FOR NOZZLE ABOVE 600NB SHALL BE AS PER ASME B16.47 SUPPORT FOR HORIZONTAL VESSEL 7-12-0002 OPERATING MEDIUM LEAN AMINE
SERIES `B' UNLESS SPECIFIED OTHERWISE. SP. GRAVITY 1.034
WOODEN PILLOWS FOR SADDLE SUPPORT 7-12-0003
N6 1 50 160 300 WN RF 1575 - UTILITY CONNECTION
8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING ID OF X SKIRT BASE DETAILS 7-12-0004 WIND SPECIFICATION AS PER IS : 875
K1
2 50 160 300 WN RF 1575 - STAND PIPE
NOZZLE PIPE/SHELL. X SKIRT OPENING DETAILS 7-12-0005 SEISMIC AS PER IS : 1893 & SITE SPECTRA
A/B 9 NOZZLES 50NB AND BELOW SHALL BE STIFFENED WITH 2 NOS. 40 x 6 THK ANGLE LEG SUPPORT 7-12-0006 CAPACITY (M ) 3 61.4
K2 FLATS 900 APART. PIPE LEG SUPPORT 7-12-0007 PAINTING/CLEANING AS PER PAINTING JOB SPEC.
2 50 160 300 WN RF 1575 - LEVEL TRANSMITTER (DP)
A/B 10 2
VESSEL IS SUBJECTED TO STEAM OUT CONDITIONS OF 0.5 Kg/Cm (g) AT BRACKET SUPPORT FOR VERTICAL VESSEL 7-12-0008 INSULATION THICKNESS (mm) NIL HOT COLD
K3 1900C. MANHOLE WITH HINGED COVER 7-12-0009 FIRE PROOFING (BY OTHERS) X YES NO
2 50 160 300 WN RF 1575 - LEVEL TRANSMITTER (DP)
A/B 11 ALL BUTT WELDS IN PRESSURE PART SHALL BE 100% RADIOGRAPHED. X MANHOLE WITH DAVIT 7-12-0010 HYDROSTATIC TEST (kg/cm2g) HORIZONTAL VERTICAL (AT TOP)
K4
2 50 160 300 WN RF 1575 - LEVEL TRANSMITTER (DP)
12 HARDNESS OF BASE METAL, WELDS & HAZ AFTER PWHT SHALL NOT EXCEED X LADDER RUNGS FOR MANHOLE/DEMISTER 7-12-0011 PRESSURE (NEW & COLD) 19.89
A/B 200 BHN. RETAINING PLATE 7-12-0012 INSPECTION BY X EIL CIB LLOYDS
LT
2 50 160 300 WN RF 1575 - LEVEL TRANSMITTER (DP)
13 PIPE TO PIPE, PIPE TO FLANGE, PIPE TO FITTING & FITTING TO FLANGE JOINT X NOZZLE REINFORCEMENT AND PROJECTION 7-12-0013 MATERIAL OF CONSTRUCTION eSfVfj;y vkQ dUlVD'ku)
1-2 SHALL BE WELDED WITH THE SAME TECHNIQUE USED FOR MAIN EQUIPMENT PAD NOZZLES FOR VESSELS 7-12-0014 (AS PER ASME / IS OR EQUIVALENT)
WELDING.
A1 1 600 24 THK. 150 WN RF 1675
300
MANHOLE + B.F. + DAVIT
X STANDARD BOLT HOLE ORIENTATION 7-12-0015
x24 14 ALL SS SURFACES SHALL BE PICKLED AND PASSIVATED AS PER ASTM A 380. ALLOY LINER DETAILS 7-12-0016 SHELL SA 516 Gr.60 *
SKV 1- SIGHT GLASSES FOR PRESSURE VESSELS 7-12-0017 REINFORCEMENT PAD SA 516 Gr.60
4 100 40 AS PER EIL STD SKIRT VENT
4 X INTERNAL FLANGES 7-12-0018 HEADS SA 516 Gr.60 *
500 250 VORTEX BREAKERS 7-12-0019 SHELL FLANGES -
AO 1 10 THK. AS PER EIL STD ACCESS OPENING
I.D. x18 INLET DEFLECTOR BAFFLE 7-12-0020 NOZZLE FLANGES / LWN SA 105 *
SUPPORT RING AND BOLTING BAR 7-12-0021 NOZZLE NECK UPTO 250 NB SA 106 GR. B *
SUPPORT RING SIZES FOR PACKED TOWERS 7-12-0022 NOZZLE NECK ABOVE 250 NB SA 516 Gr.60 *
X PIPE DAVIT 7-12-0023 PIPE FITTINGS SA 234 GR. WPB * (SEAMLESS)
X LIFTING LUG TOP HEAD TYPE 7-12-0024 GASKET EXTERNAL SPIRAL WOUND WITH SS 316 WINDING & GRAFOIL
FILLER WITH CS OUTER RING AS PER ASME B16.20
X FIRE PROOFING AND INSULATION SUPPORTS 7-12-0025
X EARTHING LUG 7-12-0026
X NAME PLATE 7-12-0027
X MANUFACTURER NAME PLATE 7-12-0028 GASKET INTERNAL COMPRESSED FIBRE ASBESTOS FREE
X BRACKET FOR NAME PLATE 7-12-0029 EXTERNAL STUDS/BOLTS/NUTS SA 193 GR.B7M / SA 194 GR.2HM
NAME PLATE FOR SMALL EQUIPMENT 7-12-0030 INTERNAL STUDS/BOLTS/NUTS SS 316
DETAILS OF FORGED NOZZLES 7-12-0031 SKIRT/ SUPPORT SA 516 GR.60/IS 2062 GR.B
X SUPPORTS FOR INTERNAL FEED PIPE 7-12-0032 SKIRT/ SUPPORT BASE IS 2062 GR.B
HOT INSULATION SUPPORT FOR HORIZONTAL VESSEL 7-12-0033 INTERNAL PARTS (WELDED) SA 516 GR.60 */ SA 106 GR.B *
PIPE DAVIT SUPPORT FOR COLD INS. VESSELS 7-12-0034 INTERNAL PARTS (BOLTED) SS 316L
TYP. DETAILS OF WIRE MESH DEMISTER SUPPORTS 7-12-0036 CLIPS & ATTACHMENTS (EXTERNAL) SA516 GR.60/IS2062 GR. B WELDED OVER PAD
S.R NOZZLE NECK 7-12-0037 VORTEX BREAKER SS 316L
ALLOWABLE NOZZLE LOADS - DEMISTER/GRID -
PAD FOR EXTERNAL ATTACHMENT SA 516 GR.60
DEMISTER SUPPORT -

* NACE AS PER NACE MR0103


REFERENCE DRAWINGSjsQjsUl MkbZax (ALL SS INTERNALS SHALL BE SUPPLIED IN SOLUTION
ANNEALED CONDITION)
X NOZZLE ORIENTATIONS A307-IV-16-43-NZ-V301
X LADDERS/PLATFORM CLEATS A307-0IV-16-48-10773
X PIPE SUPPORT CLEATS A307-IV-16-43-EC-V301
TRAY SUPPORT AND BOLTING BARS NOT APPLICABLE
DEMISTER DATA SHEET NOT APPLICABLE
FILE NAME : A370-0IV-16-46-DS-3301-2-1.DWG

STATUTORY REGULATIONS LVSpqvjh jsxqys'kUl


LICENSOR'S SPECIFICATION FOUNDATION LOADING DATA (OPERATING CONDITION) INDIAN BOILER REGULATIONS (IBR)
ykbZlsUlj LisflfQds'lUl QkaMs'ku yksfMxa MkVk vksijsfVax dufM'ku) 1 HOLD UPS gksYM vIl DEPARTMENT OF EXPLOSIVES, NAGPUR (CCOE)

MAX. SHEAR FORCE AT BASE (H) NOZZLE ORIENTATIONS SIZE OF NOZZLES


TYPE MAX MOMENT AT BASE (M) (kgm)
(kg)
APPROXIMATE WEIGHT (kgs) (PER ITEM) ,ijkSfDlesaV otu
NOZZLE ELEVATIONS (AS MARKED) PIPE SUPPORT CLEATS
borrower for the intended use.

SEISMIC SUPPORT HEIGHT LADDER/PLATFORM CLEATS


LICENSOR'S STANDARD (DB) 714670 41340 DETAILS OF INTERNALS TRAY SUPPORT/BOLTING BARS
ERECTION 45000 OPERATING 148000
ykbZlsUlj LVS.MlZ SEISMIC PIPE DAVIT
S10.010-G VORTEX BREAKER (MC) 763260 44380 PACKING SUPPORT
HYDROTEST(SHOP) 108000 HYDROTEST ( FIELD ) 150500
WIND 86740 6230 NUMBER OF ITEMS : ONE

JOB NO: UNIT NO: 2 20.01.2014 SHT. 2 REVISED ANIL PKB/KRK BBC DESIGN DATA fMtkbu MkVk DRAWING NUMBER
ENGINEERS INDIA LIMITED dk;Z l[;k A307
;fuV l[;k IV 1 19.06.2014 REVISED AS MARKED JS RSU/PSV BBC MkbZx uEcj REV
1
NEW DELHI CLIENT :
M/S B.P.C.L., KOCHI
0 24.10.2013 ISSUED FOR PURCHASE JS RSU/DS BBC LEAN AMINE SURGE DRUM yhu vekbZu ltZ Me A307-0IV-16-46-DS-3301 2
DykbZV B 13.06.2013 REVISED & REISSUED FOR BIDS/ENGG. B JS SUU/PSV TG
bathfu;lZ bafM;k fyfeVsM PLANT : VGO HYDROTREATER UNIT, INTEGRATED A 15.04.2013 ISSUED FOR BIDS/ENGG GCP PKB/PSV TG
ITEM NO. IV-V-301 vAbVe uEcj oh & oh & 301 SHEET 1 OF 2
Hkkjr ljdkj dk midze IykaV REFINERY EXPANSION PROJECT (IREP) REV DATE REVISION BY CHECKED APPROVED
FORMAT NO.3-1646-0119 REV.2 (06.12.2011) A3-420 X 297

Page 131 of 283


Page 132 of 283
Page 133 of 283

...\A307-0IV-16-48-10773-0.dgn 12/3/2013 4:20:23 PM


izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

REV.

SCALE

1:50
DATE
NOTES :-
REF. DWG. NO.

A307
JOB NO.
dksph fjQkbujh

IF
UNIT
REVISIONS

16
DIVN.

48
DEPT.
BY

vEckykeqxy] dsjy] Hkkjr


REFERENCE DRAWING TITLE

3-1641-0501 REV.2
10769
DWG. NO.
Hkkjr iSVksfy;e dkWiksZjs'ku fyfeVsM

KOCHI REFINERY

0
REV.

A1-841x594
CHKD APPD PEM/PC

Page 134 of 283


Document No.
DEMISTER A166-IST-02-DS-1907
PROCESS DATA SHEET Rev. No. 0
Page 1 of 1
PROJECT IREP CLIENT BPCL-KR
UNIT TAIL GAS TREATING UNIT JOB NO. A166 UNIT NO. IST
VESSEL NO. IST-V-502 SERVICE REGENERATOR OVERHEAD DRUM
VESSEL ID MM NOT APPLICABLE (NOTE-3)
OPERATING PRESSURE KG/CM2 G 1.07
OPERATING TEMPERATURE DEG C 50
VAPOUR CONDITIONS @ P & T
VAPOUR FLOW RATE KG/HR 2108
VAPOUR DENSITY KG/M3 2.527
VAPOUR VISCOSITY CP 0.014
VAPOUR MOLECULAR WEIGHT 33.6
LIQUID CONDITIONS @ P & T
DROPLET SIZE RANGE MICRONS 5 AND ABOVE
LIQUID FLOW RATE KG/HR LESS THAN 0.1 VOL%
LIQUID DENSITY KG/M3 986.1
LIQUID VISCOSITY CP 0.56
SURFACE TENSION DYNES/CM 67.82
DEMISTER PERFORMANCE REQUIREMENTS
SEPARATION EFFICIENCY 99%
MAX ALLOWABLE PRESSURE DROMM WC 25
DESIGN DATA
DESIGN PRESSURE KG/CM2 G 5.3/FV
DESIGN TEMPERATURE DEG C 177
MATERIAL OF CONSTRUCTION SS 316L
REFERENCE EQUIPMENT DATASHEET NUMBER A166-IST-02-DS-1203

NOTES
1. REFER P&ID NO -183506-TGTU-IST-1131.
2. DEMISTER PAD THICKNESS SHALL BE 6" AND DENSITY SHALL BE 9 LB/FT3 (144 KG/M3).
3. DEMISTER DIAMETER SHALL BE 20". MECHANICAL DETAIL SHALL BE AS PER CB&I STANDARD FOR
DEMISTER PAD SUPPORT TYPE 3.

0 12.06.13 ISSUED FOR ENGINEERING SSN KV KV


Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No,3-0241-1010 Rev. 0 opyrights EIL - all rights reserved (Generated through PDSIS)

Page 135 of 283


3/16" [5] + C.A.
SEE VESSEL SPECIFICATION
3/16" [5] + C.A.
SHEET

1/4"[6] + (2 x C.A.)
ON

WELD LINE
TECHNOLOGY OW NED

72" [1830]MAX.
. REPRODUCTI

1 1/2"
ON
SSI

[38]
PERM I
BY CB& I
TTEN

DEMISTER PAD
3
9 lb/ft
EXCEPT BY EXPRESS W RI
NG

3]
BI

[144 kg/m
DESCRI
PERFORM ED

DENSITY (U.N.O.)

SEE DETAIL "A"


ON
NFORM ATI

GRID TIE WIRE


PARTY.
W ORK

ELEVATION
TH

RD
I
WI

ANY THI
N
T M AY CONTAI

DDEN
ON
CONNECTI
S FORBI

[25]
1"
SCLOSURE TO

[25]
1"
BY CB& I I
). I
N
ONLY I
COM PANY ("CB& I

NADVERTENT DI
BE USED
PERFORM ED

[150]
6"

[150]
6"
SA 320, B8
[25]
1"
[25]
1"
S TO

BERATE OR I
RON

W ORK
T I
I
VE. I
DGE &

[25]
1"
PART FOR ANY PURPOSE OTHER THAN

[25]
1"
TI
BRI
ALLY SENSI

NST DELI

1/4" [6]x 1 1/2" [38] PLATE


[25]
1"

[25]
1"

RING IN SECTIONS TO
CAGO

PASS THRU MANWAY 2" [50] x 2" [50] x 1/4" [6] ANGLE
S THE PROPERTY OF CHI

AGAI

2" [50] x 2" [50] x 1/4" [6] ANGLE CLIPS X 2" [50] LG. (4 REQD.
BE COM M ERCI

SA 320, B8 EQUALLY SPACED)


CLIPS x 2" [50] LG. - WELD
BE SAFEGUARDED

TWO CLIPS TO EACH RING


SEGMENT

FOR SECTIONAL PADS FOR ONE PIECE PADS


TO

(24" [610] DIAMETER MAX.)


DEEM ED

S TO
S DOCUM ENT I

DETAIL "A"
N
W HOLE OR I

NOTES:
T I
BY CB& I AND

1. DEMISTER PAD REMOVABLE FROM BELOW


. I
OF CB& I

THROUGH MANWAY.
2. DEMISTER PAD AND GRID 304 S.S. UNLESS
THI

NOTED ON VESSEL DATA SHEET.


N
I

3. DEMISTER GRID DESIGN PRESSURE DROP = 10" [254] H


2 0.
4. ITEMS IN BRACKETS [] ARE IN MILLIMETERS.
CLIENT DWG NO:

- - - - - -

- - - - - -
DEMISTER PAD SUPPORT
- - - - - -
TYPE 3
- - - - - -

0 ISSUED FOR USE DAD DLB KA/RW 8-19-08

NO. REVISION DRAWN CKD APPD DATE FOR:

DRAWN: MLV CKD: RGS APPD: DLB DATE: 6-08 SCALE: NTS PROJECT NO: DWG NO:
CMS-830-04-SD-12044 REV: 0

Page 136 of 283


Page 137 of 283
Page 138 of 283
STANDARD No.

derfa INDIA maw


lb13\aSEERS STANDARD BOLT HOLE ORIENTATION 7-12-0015 Rev. 5
amegi.wegammo (A Govt. of India Undertaking)

Page 1 of 1

HORIZONTAL VESSEL
(ELEVATION)
q_

VERTICAL VESSEL
(PLAN)

NOTES
ANY DEVIATION FROM THIS ARRANGEMENT WILL BE INDICATED IN ENGINEERING DRAWING.
BOLT HOLES TO STRADDLE CENTRE LINES INDICATED ( BY q. ) ABOVE.

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 139 of
Format No. 8-00-0001-F4 283
Rev.0 Copyright EIL - All rights reserved
z 0
P

O
D
03 I V
0
N

7:J
c.)

)1:1
0 c.)
Vl
tt
o
CC

z
z 0

co O
cn
5
a. y 0-3
Eit 0 M
o. 0 lMJ
0 co
O
3 9,
3 `7`
at cn
5 -o 0
tMi
(n

r, o
0. 0 V 1,,
g O
co so

Page 140 of 283


.0 H (") -0 "1-1 cri n


H H H
tr1

WTI
0 1016
rn
57.Z
444
70 v) VD =.1
rn
r-,
v) c 0
5
,,. =
cm, iz -,<
,.,_,, (i C4D 0.1 t,, ,< rily CI
W il ar r) r) C") g..,
= a -
l
ci -on, ot. Po a q -t = .i.s.
= r4 '0 , ,- 5..- a = r 0"
V) t-, , ,-< -o -, -r i 0 -, rzii -,,
CI. C) 2. g g cn r+.0.8 q
.7,.] n o cl.. CD . P....
(0 n E
n
f a
i-,0 5 co no o = - -I = - 7..,. 5 = rii g k" on
. "
.0 E)t 5 . -' -
= = = A,- = too = F)A . ,. -' '4 < ..co = . =
, F- n a' (D - `,1)( p ,...',='. -6 q cp wpzi'=6 " H F... w0
$4 t-'i ..,. - 5q o
-e 0) CD v) g 0 a. o CD = co 0 0 < g ril
W rt
K (-)" a. 4 oX CM ct, ,-4 VI P7. 11' = Co
-t - 1
4 4 4 . -1 0 011 CD 1,Eo.,,. = -, CD 0 CIO
. 0
H 2 ri'V) 0 0. 0
V) 8 K a g. (.9 (1) . ,-41 0 ,....)
0 V) ODP .4 0 Crq rn)
C.) > X ; ....
4 ..J
. rw. e+ o, 4 2 rri
CA 0 ... V) . 5 ..0 o, p CD
" CrC/
C 0 0 0 5 = ''' :::i
r'' t(1) o
too 5- ZA "0
'-1 '1=1 < cm Fo- -.. = o w 5 ' 5F
o < ,t .. '-' 4 5 CM ,-* CA
c/o c-) - = a r. cD CD z
0 c 0 0 CPO 0r-- P ,?.,
a. CPO = CY" R co
co'.). , e '
P4CD rs R = -
-, II) co 8
0
x '?'-
2 r
ri) -

4 4ri = a
0..

4 C)
.ci
0
-c)
po
. 0
;, < H H EA pc) 't7 'V 'V "c, '17 Z z
-, ,.,,, -i -0 n ci) H 4 x c r-r1 o -0
4 4x ..0
'7:-; p,
8 . AD0" e0 (4 X 0 )) X CA r H
"
0H
CD 0
23

X '..:j
PO
0

< H H cn pc, ,..o ,-1:J ,71 .t:J -0zz444


eD ,=, =- CD = tDo 0 0 "1CD Z 0 rD
CD CD = " :1-1 . cn .-1 =
01.., rn -t 0 ct- 0 fli. (9 O
.4. 0 0 0
ot., ,.
,...... "0 el
= ... 0- CD * t)i = pi
." = 0 F.: Z
CD ,-- 0 _ l J . p ci.
rz., 16:,,
,-S = =t cry V)
n, =
" F c)

`"' C4
='r. c/9 co p* 2-
= pi CD a. eo CD Cn
w cm .(.5 . ,._ a n 1:14 Fo F).
AD "
,.., U) 0 at "-i
, 4) .d.
CD .% ,,, -
o a --i ,_, o 4) cri 0 co co V) AD
CD = 7 ' ---4 t7 ro rP4CD
4 X : X 0. -r- cil .-1- x
o
CD X r4. cA ..,., CD
<'-' a (...) = F).
V) = ,,,,- "
= P4 "0
g a. CD -, "0 s w '. i=6)r1) ..-` rtr, CD 0 0 0
ly _0 .0 0 CD n . :, _ti r/s
Z CIO 0 0 4 5 -al74 ., e, ,- -3 0 -i
= o .. t, < co
4 crg c, g ,,_. n) CA = E i &",) (7, i
0 C4 CD 0 ,.. o -,-
"0 a = CA e-t. 5 CA oto .-,..
b
-.. (D
X n
C o rt, > 0 f:ID CIO
Z . a 5' ,
5 ,-t, P4
CIO 0 0 X 0 o. GICi
pi-41 CD C o .-1
-o = n
-o
- 0 -<-
..*:rt P o C 0 ("")
,--,-. ,< = -t
tl) 0 e) c). 6,1
Pr
5 = P
=
...
CIO N
r=4
... co
0
0

Page 141 of 283


N It.,1 .-- o- CA
.-- 0
--, 0 0 O

-,...,
H g Z
-o 5- ,1:i .c, ,.-3 Q. cA
CM L,
4 f C) = *I
Oo
0
v) AD
- -.4 0 '
,.. ,,,
ro AD -1- .--r-
0 " .'" - a /1:1 4...)
Q.
c ~'0 4 -1 til
'6' 0 *0
=
Fli cr 'To rn ,-, 'g "Q- ,:,''
CL CD CD -. = '- CD .
v) co = sv flt. (")
.-/
cr *0 ' w '-s Crt:/ -/ =
`-< o .n 'V '0 :4/ .-: 1
et) a
.
u, 0 4 C.3
C 5% Crg .-s- 0 l't .-r- I4
'0 0 ..r.', ""
o a c4 5
S. a. cr,,, =
r.. ---- cp K
'7:, =
..1 ..... CD /0 .
..... t-ts C4 p:1
=

CI': = =.' (7 FI"

CD r)
0) 0
0 oCL r20K,'-')c4vC/3 z-.g n
0 Z
-- w n '4 lz; '-.. = = 5, .
el) O' '4 5 is-,' cm F. a
pp = 0 .,: El. R . =
, CD
CI) e-r-
.-
Ae-I-o--- '01.1:1
,.., $1)
a C)
p ci) < 5 .
a. d 5)
ct CA CD = . a.
Ts (--) H CM 0 CD '0 tzi
..t
cl' n n Pr; 5' '-+ a. P 0
AD p, -1-)PO (PP n FD < 0
cr = ,-1, , yl .... CA . CD v)
nj- CL f,. g = V' < c'-;,. CL
. 0 Z
., 1-4
c CD p P AD go CD r)
p
.1 e) fa. 0
v) LA
x .-- = .0 g

oc
,-ii

c> c, r) ,_,
>
cc, c, Z

x 4
0
CD
--3 a . ,-,:,
0 -,
:1-zi zi .... 0 0
..., , ,__. c 0
gr)
CD A.,'''' a,
"cs 0 0
, 7 (. rD
- C/
3 C1) = o-,
a ,,,, ,-,
v) ,,, n g
a.

cn
od cl)
I PO
Z
t. td
0.0
V)
rit
XI 0
.0
v) rit
0
,11 *11
Z It

til .0
7J
r)
-0
0.4 CO
tit 0 CD
0.1
'17 t..4 0

,"; 'V
CD

Page 142 of 283


l....) Lk) L..) L..)
. C..o.) Z &)
I A, i....) 1.) 0 0 t"

Z tH '0 ,
c-)
0 0 4 AT
0 0-.1 t-- - = Clt1 . .1- pa I1 V)
eti- ,
P 0:2 P',,,-,,, CD .--t- =
=
CA CD '- 0 .'. y) co
.t
"0 "0 .-t tg!-D ,, .. ,-. v
'0 pp
0 CD =
po CA
V' 4(-A'
v, .. OD
1., , - - ,-- C
= 0 'CS cn o.1n
"
,,c4 0 ,--, z, F:-,..: cc, . co ti1
5 CD '0 g cp CA Ci. GA
,o-i.t o,.,_ ^-4-.
,-, CD CA
w '' -o 8 E. = .....
co .... 0
',_, ii A) c") crg ,.... 14
0= = n
0
0. n -0 - CI) Z :Lt. cn H
ta .4, 0 En cn 0 'V H
ta. o a ,-.
.. CD il,) $.?..,) = Ao co
"CS .1 ./- M <
/I
91 g CD A) = CD 5. Mt
(-D ,-,. -o = o H
0 o o, A) 1.-4.) = /'
o a. :..., -. cp
- 0-,t
,,CA .., 0
CI) -%
=
Crg

0 1-' ,...
0.. <
H CD LA
5.V)+ 00 '-.-3
H ... 'cil, = ,--i 7z) co a g
-- xCD n
CD co ,-. <
CA co ,
0 s-.., < q .... Z
,-4- H 0 --. ca. -CD to
C.) CA ,..,-, .1 .1, CD 0 .
c
-t 0 " ,-, a o .0 ....
= cw H ..7.f-t ..... 0 0
Pa ..w 0 0. 2, --. 5 2-, a
10 0 0.. 2 Ej C4. Er. ..-t- Ca 'H. '-'' n
0= 1 0". 0 0 (/) 0 A).-1 0 CD /1)
(I)= . A). co..-r-
co (1) 0 Pr C/1 = .- (i) P --. C/D H
A) P...e a.
(1) (1)-. - ta. tt
V) A) ,.-+. crq 0 C4 A) '" 4 =. '-'
cr " 0 0
Qn = tro'5
SI) 0
CD 0 Cro 2 '.-''- o n P ,,, e)
0
'CS Fr CD VI = 0 ca.. ,_ C
'CS < = - CA .
. f,l... '4 r_..41- e-+ - - ci)
cl o = :1, ::1) z o -1 0 .-ti. H
Fi. 0 = 0 A) CA n *4
-.. (1) = .-0 A) = 't3
F) E. ca. "0 r-r- ' e-t- v) CD , n
Po
CA
co co) C") co CA
Fr N E:7. Fi v d'' CD r-r- C/)
0
= -t g _ tw 0
Cr. 0 =
CD
CD

0 C,
1-11
c> c) c) c) 0 0 0 ,_,-
0 0 0 0 0 0 0 Z
0 0 0 0 0 0 tml /-
n
#4
0 4 0 c-)
x 4. C/1 cD Po ^.1 '-.
.1 VI n n)
n *0 CD "cS =a 8- 0 W
a
k
y
e-1-
P-,oP1)
...,. n
'CS CD *0 CD ,L7' -CS
. ti P. ,., .-1 ,+
n 1. 0 :ID
0 0 0 0 = 0 0
,-, .., ,-, = `w = co -1
..., P -t.
=
ty
o _ Q. Cam. 0.,.
- r-t w A) O.
Q. 0
0
= = 0 F9t+ co co
*-3 ,t-

CA
'Si CI)
= Z x . Id
C-4
..., to cA
ti1 n
0
It
ci) til
0
It It
7zi x x .0 1-1
C-4
tTI No
7:J tt
n
H 12)0
ri-) 0 to
to
-c=
x x X x
It
-

Page 143 of 283


-.
-
N P61 r=4 rz4
0 Ei x x P4 c4 a4 X
LO
4 .4
..4
co
0
mo 44
H
C.)
W g
a., 64
v) ,-,
Z
-
04
= x
wo 0.
o
v)
W
4.1
0 C4
U 6T4
v) 1-1
Z . . . I .
p.,
z ty,
z
2
0
.
.
- t
C.)
a) sa.
0

,, v)
.- ,s1
..0 ,',
u 4-,

= -,--k
.2 .4
.., -
0 ,,_
CL) 0
,...

= 4-.
o
C.) ,..
0 0

rn
=
o
-+C.):
(1.) C:L
0

=
o
...-. -t
0
1.)
0
CI.

=
o
- t
.
u 0
0 C.

t
o
s:t
cll
3-
U 0
0. c- .4-. ."" 0. o) 0. ci) CI. 0 0. 0 0. 0 i--
cn od 't ri) ,.= (,) ..z
= o = -
tn s. CA
=
L-, 0CA
co 8 =0
c, I
= 0 H
u c:. ..=0 0=
0
E--, w o 0 0 0
c>
o
4 = 0:, 0 c, c0 c) cd fa, 0-.)
et U 0
,-. o
,-,
o (0 <0 C)
,_. W 5 o
- -, -'
Pli 0
0
0' 0
z Cl) cA a)
,-, a)
- =.' 0 rn s- o
-t 0 0 a) a) 0 as
0 -;:. " = `+- LI.
v) .47-1
u a)
sa, u (1) .4. cll 0- =
"
CA " r)
E ,"-,... a) u) 2a)
et
= 03 -..
cu = v)
U Sa. 4. C/)
el
..-, Ci) ' '- at T:i. `/'-
** .- a. ,,,
= o 0
z tao mt r ,- 5 > .41 ...Y
E'1 ol 74 To tE.s, = -cs
c '
0
$:1. .
= 0
cA =>
0 0 = .0 7,d'czi :_. eu .2.,,) c. 4-c..;.
o -o 9
C.) 'T
.) y.., a.) a) ...
C.)
-
En ., .2 = = = -t:J ,`Q ct
- ..,;_-;
0 0
64 0 4.-' ozi
to
0 -1-- ct, - 4c.) bEc 'c2 ''' a'
401 -^ -
Fl a) Li:--_, 0
0 ,-,
13 -4 0 ,.1% 3
'1.) 0 o 0 C "4E5
cil al
0
U
u 0 0 0.
,-, ,.., cn tu a 2
r ) 0
-,-. t to
-q P . - -
LO =
-C3
0 4! i .--4
Ct
"CJ ira., =
(1)
0' "5

0 8 z
. a) I...
= -5 u N a)
a) >-, g -o ,-
g 0? cA'' .-
cn
.0.
.-_-, COD 0
"0 "0
0
H 4. " 4a.'
- E ,.sz
=
U
-"t -c-t <1.) a') , --el 0E0 0
Z == 7,
-_, ':'3 " C a
- .., .,... 76,
H - 7d ,
0 0 -, 4 o =
0z:
74
U CA ..L4 r2 <4-,
O
'- C..) 0 cd - rn ct
> ''A .g
+., a) .,
(A 0. 5 . 4. Z
,..0 > 5 0
U ct .
,-
a)
cn c+- v, 7i
_ ri
- 03 :_c_ $. ,..SZ
.--,
0 cn
023 v, = 0;
z
(I)
.2 = 0 o cu
E-1
1-4 =t sz 0 .4 = cn
O 0 01 4- 0 7 0 0 -0
> - sa. 0 :hr. = E = ::).
' to
0., 0
E a)
H
C) tit's.. ,...,0 ta, cn
4.0
.)
a5 0 cu - u)
0
E0 o..
cr3 o cn -....,1::3 4.
=
0 Sa. cn = -0
-. .--. Ow - = = 0
on -0 ......, 0 0
C..) 0 = +-.
d
i..4 i.-
ct. s-
CA
0 0
4- I.)
.o. "0 = .,.., = H
(-) V]
c",) CA
0
to cz -, =o
a) c'-' -
7:1 en tt .4:: C 3
C.. -.
"0 Col) '-'' 0 = --4C.) -4al.,
"0 ... co3 0 mt < ":
LA ca. E a)
< CD 0 Cl. E 44 =
E-1 3 -a 0 -- = " () 0
z 0 'E > .- L
(I-I
a''C,,
...,
C1)
,, a.,
1-4 c5 in ,c> r 0 ,__, CI M
4 c+1 t",) c; 4 4 4 4
Page 144 of 283
t-il (.11 -1=. -I, - 4=6 -1=, CA
CA &, I
.---) Zm :4=, 0.
0 0 OC

H
5 ,
v, 0 ^" '
:-11:1 P -0 o o'
o
ti CD v)
o a =P
A 0-3
ck CD CT '
0 OP' (1, '-.(-s-':). 0 2
2 0 SW C.)
P "11% N WO z
ro It El/'
0 ,.., po o 1:3 CD 0. tt
AD
= -r, 1Z
AD 0 0'"' cn (7 V, ,...
, 0 - CA ---.
e-t.
^0 - -4- "' CD AD 0 o -cl ,'.'-
' o
!F4- tw .-4- P CA .41
-t-
-o $1) C4
r)
2. z 0 Cr 0 '0
__. 0 cr cc, - H
0
= '0 1-1
.- VI Fr o 'F'," Fr 0 . r-t,t-
AD 0 rD
Fr
0 $1.) ;ID
= UP ti) "0 0- cD g n -
,-+
ci CI. o - ca. pPo *3
0-4 0 (1) l'
tz%)
CD
0_, P 7
n CD
.._.
,,, v) A)
(Y. 0
(/) ta.

1:$__...

"
CD ''''
,-, .o cl
8 P
... a H CJI
-g.
,
r)
Fl.
2 4r-t-.3
,_,.
=
o 43 '-d
cc Ow Z
AD- = ,-r-
__. .- ;.-
= o r, o 04.
= ''- PV X cr
= li
CDP CD H H ,. y)
0 ',I, 5 ,..., ,e4 4) C; P A) AD 0 r)
= .M66 i C4
a "
Ca. 0 *3
0 c .-11 0 c) 0 H AD o..
0 = - = 0- CD AD '0
"0
til
; 2 , CD 0 CI) "0 0
0 po = %
()
*CS Po Z--). CM?
-- Fr,
.0 =) 0 -0 t. 0 0 v)
AD CD 0 *0 0-3
t' ' ,4- VD
.... .5. '"-
CD 8' Fo"' co 0
Po = ,,
4 cr c4
C) (fa S. 0
*11 ,.+, pi, O'ci
Fo- -
H 0 CD
"

cn 0 r0
(4 ,-cs ot
Ts > 0- o - ,..-
c:, c) 0
0 CA c:, c, c> r)
0 0 ----- i:j 0 0 0 ',T.',
.c,,,o, 0. ci, ,:<:3 0
c:2' o c::' tt *i
ti.t.1 .-1 0
.:'
r)
4

H 5 5 0
5 0 (,) , co
co, .____. X -, c.
a n) Co H
a -64
,-, -cs n -0
1:s (1) ,, 0 A -.
=t'
o c., ' -3 71) r)
o0 0 oo 0 0 0 0 0 0
'0:-+ -0 5 W P:1
DI) 0
---
0 0
= = = HH =

cn

i I . , . I cl to
t*
1-1 to v)
r)
0
,Iv
cA ril
o
io .21
id 11
Z = Z =
ci.)
tIl ocl
rii
r)
H
I4
til 0
51
pzJ z z _..i 7:J 4
p:1 .0
.

Page 145 of 283


CN 0 CA
(0. N---, 0
fp
(fCi
CD
c,e)
> H 5 .9
(-) r = *1-1
. cn ' " ' CA
`a .16 g '0 =
= CD b co P'' H
a 0 co Ci) < 0. e# CA
0 (1) 0 o
.41 0 O a c.)
" CA
n. = CA tll
co 0 - 115
0 0 cr 0 ta. ..
CD 0 >
C- '4 5 et, 0 0 0 Cr0
,-,- r)
CD
0- -+ cn 10 _ ,(., .i
Cl) CI) 0 r. -4
C) C4 CD CA CD <
. CD " "C.3
cr
`0 F+ co
o-t co co C4 .e H
n CD . 0 0 .-1
cc) 0 o C) P C P''
CD *0 = 0
C
rzo CD 7c) 0., ....)
z c
c
CD 0 p CD
CD tc,

PD a 0 Pr) <
o- C 5 . cl c- CD
.-I
,,, co
cn
co( ) i CD cA .--1 0 -.
'CS 0 n
11) E-1 = ig H k.)
w CD-t 0 cn Cr 0 0
C' .0 . CD 0 2-3 1:4 0'C..
0
:>
C 'z' ;CD r:!. ,..+ rs) aCt
'CC 0 ..0 ,--
v) z 0
Sr 2 F-2. = CI) p
" z o 5 R. ii , r.)
o .. CD
-+ 0 0 00
* . H
cn < i1
o c,9 til
o CD
0 1
5 cy-,
2t) in> o " =
=
v, et, CD 0. CD
, C . Cl.
'Cj " cn
0 w 0 11) a Hz
or Ir ' g r,' 0 .--,
BCD ,--]
re fr. or . ,-) p .
- rl CD a. .-. = r)
a CD Cd
tc) .--s-.
'-1 -1- = ci) CA
c15- (9, CD tl)
,-s 0
,Hr6g CD
-r M.
> F1
= rs
t=1,.70- =C4 0-
> OD Fr 0
CD Ili
CC, CL, cn n. -- CC
0 0 !0 CD
r) >
CA 1-0, H 000 c> c,
c,
CD cy c:, =
DC ,.:' 0 r=1 '-i
C CD C

co
5- 0 cr4D ,T 4
o CD 0
GA
,
=-'
CD 0
co crto p; = P
CI- la ,,,, cr
5* -< 0 /0 -o71, 'D r)
CD 0 0 6cr. CA
- CD w ;..., 0 0 :-4.1..0
0 FD . ' ' - ' AD
0 CD Cf9 C/) 0 = '
-1 X "
EZ O t CD 0 CD rn C ca, CD C
74. cn 0 -e
cn CD 0.
CD
_
0" A.
4C
CA
C Fa CD 0
4
C )
*IC) 0 Pa 0 co
> 0 *0
:0 O
- cA
Lt2 r)
a P:i o
C- e) it
< til
C. CD cr
,_.- O. C".
-< cn
C
O It *11
P,
0 od ii
co = x
cD
0I cA
0.0
7:J m
CD r)
H -0
co
.
tt
Il
0
0
co = Z
ed
cD ..I
CT) `''

Page 146 of 283


STANDARD No.
INGINEEIZS
eitiMOINDIA LIMMED (A Govt. of India Undertaking)
MANHOLE WITH DAVIT 7-12-0010 Rev. 6
Page 1 of 2

20 0 x 25 LG. SNAP
HEAD RIVET

B(OD)420 1.5 THK. S.S. WASHER


240 ROD
PIPE 'El' SCH. 80
0
0 30 VENT

1
1

6R 15
1NO. 60
DRAIN HOLE

DETAIL 'X'
TELL TALE HOLE

3N0.M16 SS JACK SCREWS


ON BOLT CIRCLE DIAMETER
( SEE NOTE-3 )

DETAIL OF EYE BOLT

BUND
FLANGE

IM16

TYP. DETAIL FOR SR MANHOLE DETAIL OF JACK SCREW

jk4j6;.11?l''-
6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KM/SC DM
5 11.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 147 of 283 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Olar
STANDARD No.
ENGINEERS MANHOLE WITH DAVIT
geINIDIA LIAM 7-12-0010 Rev. 6
/A Govt. of India Undertaking)
Page 2 of 2

160 ROD FOR S.S. VESSEL


B(O0)+20 200 ROD FOR C.S. AND
PIPE 'B' SCH. 80 LOW ALLOY STEEL VESSEL
1.5 THK. VESSEL INSIDE
S.S. WASHER
1 0 THK. RIB 20R

8
260 350
(320)
40R NP4,
10V
ti DETAIL OF HAND GRIP
HAND GRIP
141"
0
I
1N
N 20 0 x 25 LG. SNAP
250 HEAD RIVET
// PIPE 'A'
il \\
// \\
\\\
1/ \\ \ I I
/ \\ I I 0
II 1111 I I
30 VENT

\ 11 II
I I // ) 0
\\ // FR
\ \ s.\\
\\
\\
....--
1

1
//
ii
//
//
Y
------_ --------------
1 15
3N0.M16 SS JACK SCREWS
ON BOLT CIRCLE DIAMETER 1NO. 60 )
(SEE NOTE-3) DRAIN HOLE

DETAIL 'Y'
1 N0.-3mm NPT
TELL TALE HOLE

CLASS 1,41ZBE) A (NB) B (NB)


.,
"nm-leg-ing10000 400 50 NB SCH. 80 40
450 50 NB SCH. 80 40
150
200 ROD HANDLE 500 65 NB SCH. 40 50
200 200
600 65 NB SCH. 40 50
400 65 NB SCH. 40 50
450 65 NB SCH. 40 50
300
500 65 NB SCH. 40 50
NOTES
600 90 NB SCH. 40 80
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
DIMENSIONS IN BRACKETS ARE FOR CLASS 900. 400 80 NB SCH. 40 65
B.C.D. OF JACK SCREWS IS TO BE SUITABLY CHANGED IF MANHOLE
STUDS INTERFERE WITH JACK SCREWS. 450 90 NB SCH. 40 80
600
THE SLEEVE PIPE 'A' SHOULD BE IN TRUE VERTICAL POSITION WITHIN 500 125 NB SCH. 80 100
A TOLERANCE OF 2 1/2 DEGREE, AFTER WELDING TO THE FLANGE.
600 125 NB SCH. 80 100
EDGES SHALL BE ROUNDED OFF IF SQUARE ROD IS USED
FOR HANDGRIP. 400 125 NB SCH. 80 100
MATERIAL OF DAVIT COMPONENTS SHALL BE C.S. UNLESS OTHERWISE
SPECIFIED IN ENGINEERING DRAWING. 450 125 NB SCH. 80 100
900
ALL FILLET WELDS SHALL BE 6mm MINIMUM. 500 150 NB SCH. 80 125
THIS STANDARD IS NOT APPLICABLE FOR LOW TEMPERATURE SERVICES.
600 150 NB SCH. 80 125
9. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
taj
6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KM/SC DM
5 11.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 148 of 283 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 149 of 283
Page 150 of 283
Page 151 of 283
Page 152 of 283
Shell Global Solutions

Standard Drawing of Vortex Breakers (S 10.010.G) for liquid outlet nozzles

Page 153 of 283


Page 154 of 283
Page 155 of 283
Page 156 of 283
Page 157 of 283
Page 158 of 283
Page 159 of 283
Page 160 of 283
LADDER RUNGS FOR STANDARD No.
ENGINEERS
UNTED 7-12-0011 Rev. 5
(A Govt. of India Undertaking) MANHOLE / DEMISTER
Page 1 of 1

TOP OF DEMISTER

!6!;!.9.!VAtt;!..!..!!:!.!!..!:!..!!....!!:!:!..!:!

UM
DETAIL-X
HORIZONTAL VESSEL
V)
Z
7
CC TOP LADDER RUNGS EQUISPACED AT BOTH LEVELS O
o 2-NOS. FOR DIA. < 1000. 1=1
a"'
0
4-NOS. FOR 1000 < DIA. < 2000 I
cJ p) 1-
< 6-NOS. FOR 2000 < DIA. < 3000 0 W
I I
8-NOS. FOR DIA. > 3000
%.D
V) _j
HANDGRIP 175 175
350+1/2 MANHOL DIA. CU

MANHOLE

II
`1,

e) DETAIL-X
200
r DETAIL-X
F
175 175

200 (160) ROD FOR


VERTICAL VESSEL C.S. AND LOW ALLOY
STEEL (NOTE-7) Cu
2OR

HANDGRIP

NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
A 2. VARIATION IN SPACING BETWEEN LADDER RUNGS IS PERMITTED
IN CASE OF INTERFERENCE WITH SOME NOZZLE OR INTERNALS.
HOWEVER THE SPACING OF RUNGS SHALL BE EQUAL.
SQUARE RODS MAY BE USED FOR HANDGRIP / LADDER RUNGS.
IF FABRICATED FROM PLATE THE EDGES ARE TO BE ROUNDED OFF.
MATERIAL SHALL BE AS PER ENGINEERING DRAWING.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
ORIENTATION OF LADDER RUNGS SHALL BE SAME AS OF MANHOLE.
7. DIMENSIONS SHOWN IN BRACKETS ARE FOR STAINLESS STEEL MATERIAL. r
du
5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL T AKM/SC DM
4 11.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose by
Convenor Chairman
No. by Approved by
Format No. 8-00-0001-F4
Page 161 Rev.0
of 283 Copyright EIL - All rights reserved
DOCUMENT No.
SCOPE OF SUPPLY A307-16-46-SS-6545
Rev. A
Page 1 of 5

SCOPE OF SUPPLY

A 16.01.2015 ISSUED FOR BIDS PB KRK BBC


Rev. Prepared Checked
Date Purpose Approved by
No by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 162 of 283
DOCUMENT No.
SCOPE OF SUPPLY A307-16-46-SS-6545
Rev. A
Page 2 of 5

SCOPE OF SUPPLY
[X] Indicates applicability

The following materials will be supplied by

1. Owner

1.1 Boiler quality/low-alloy/stainless/clad steel plate conforming to specification


NIL for

[ ] Shell

[ ] Dished head/intermediate head/cone

[ ] Sump and sump head

[ ] Skirt

[ ] Manhole neck, nozzle neck 300 NB and above in carbon steel and 125 NB and
above in stainless steel

[ ] Reinforcement pad

[ ] Wrapper plate

[ ] Plate type flange

[ ] Internal piping

[ ] Tray support ring/bolting bar/seal pan welded to the vessel

[ ] Pad for external attachment (directly welded to shell)

[ ] Insulation support

[ ] Lifting lugs

[ ] Baffle

[ ] Demister support

1.2 [ ] Forged flange/matching blind flange

[ ] Pipe for nozzle neck

[ ] Pipe fitting

[ ] Gasket

1.3 [X] Foundation/anchor bolts

[X] Permanent instruments

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 163 of 283
DOCUMENT No.
SCOPE OF SUPPLY A307-16-46-SS-6545
Rev. A
Page 3 of 5

[ ] Demister with grid, bolting and support beams

[X] Fire proofing and insulation

[X] Pump assembly with bolting

[ ] Agitator assembly with bolting

[] Tray/downcomer/seal pan not welded to the vessel

[ ] Brick lining

[ ] Refractory lining

[] Spray nozzle/ Distributor Nozzles

[ ] Tower packing & associated internals including distributor, feed pipes, support grid /
plates, retaining grid / bed limiters

[ ] Light and sight glass assembly

[ ] Thermowells

[ ] Vane type feed device for feed nozzles.

2. VENDOR

2.1 Boiler quality/low alloy/stainless/ clad steel / Monel plate conforming to specification
as per respective Mechanical data sheet for

[X] Shell

[X] Dished head / Flat cover / intermediate head/cone / toricone.

[X] Sump and sump head

[X] Skirt / Intermediate Skirt

[X] Manhole neck, nozzle neck 300 NB and above in carbon steel and 125 NB and
above in stainless steel & 200 NB and above in clad steel shall be fabricated from
clad plate.

[X] Reinforcement pad

[X] Wrapper plate

[X] Plate type flange

[X] Internal piping and supports.

[] Tray support ring/bolting bar/seal pan welded to the vessel

[X] Pad for external attachment

[ ] Fire proofing and insulation support


Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 164 of 283
DOCUMENT No.
SCOPE OF SUPPLY A307-16-46-SS-6545
Rev. A
Page 4 of 5

[X] Saddle support/bracket/pipe support

[X] Lifting lugs/Trunions/ Tailing lug

[X] Baffle, vortex breaker, ladder rungs, Inlet Deflector Baffle

[X] Welded demister support ring

[ ] Catalyst support ring, support beam & frame

[] Wear plate

[X] Vacuum stiffening rings, structural & Piping cleats directly welded to shell

[X] Insert Plate

[X] All welded support for packing, distributors, chimney trays, other internals

2.2 Structural steel section and plate conforming to IS:226/IS:2062 Gr.B/ SA-283 Gr.C for

[ ] Shell

[X] Skirt/anchor chair/base plate/saddle and bracket support

[ ] Internals

[X] Insulation support/fire proofing support on skirt / Leg supports

[ ] Flat cover

[ ] Manway flange/cover

[X] Lifting lugs/tailing lug in skirt portion

[X] Structural and piping clips over BQCS pad

[ ] Section for stiffeners

[X] Leg supports and base plate

[ ] Vortex breaker/inlet deflector baffle

2.3 [X] Forged flanges / matching blind flange/ companion flange wherever shown

[X] Studs/bolts and nuts for manway/handholes/internal flanges /nozzles with matching
flange/shell flange/ companion flange, including jack bolts for manway

[X] Gasket for manway/companion flange/shell flange/ nozzles shown with blind flanges

[X] Welding consumables and gases

[X] Wire meshes

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 165 of 283
DOCUMENT No.
SCOPE OF SUPPLY A307-16-46-SS-6545
Rev. A
Page 5 of 5

[X] Demister with grid and bolting. Material of construction of Grid and bolt shall be
same as demister material.

[ ] Agitator assembly with bolting

[ ] Pump assembly with bolting

[X] Seamless nozzle neck 250 NB and below in carbon steel and 100 NB and below in
stainless steel & 150 NB and below for weld overlayed nozzles.

[X] Internal piping, coupling and pipe fitting

[] Spray nozzle

[ ] Internal packing

[ ] Light and sight glass assembly with 4 sets of spare glasses for each size

[X] Davit/hinge assembly for manway

[X] Pipe davit assembly for equipment

[ ] Wooden pillow for saddle support

[X] Items covered in applicable EIL standards

[X] All other metallic and non-metallic parts, consumables and gases not covered under
1 and 2 but required to complete fabricated equipments including inspection, testing
and supply of equipments as per this requisition

[] Design and supply of lifting trunions

[X] Design and supply of self reinforced nozzles/ LWN nozzles

[X] Spares - 10% of fasteners (minimum two numbers) and two sets of gaskets for each
nozzle shown with blind flange/for each shell flange.

[X] Spares - 10% (min. 4 nos. of each size/type) extra fasteners (bolts,nuts, clamps,
spacers etc.) as required for holding the demister / Steam Coil.

[] Arranging all machinery including crane, tools etc., required for assembly, loading /
unloading, heat treatment, testing, transportation etc. and all equipments for site
activities.

[X] Template for foundation.

[X] Rain shield as specified in MDS.

[ ] Steam coil and its supports

[X] Finish paint for buried equipment (IST-V-504)

[X] Shop primer, surface preparation for all equipment

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 166 of 283
SUPPORTS STANDARD No.
laftetitErsiGINEaS
dgar faMegvir INDIA UMIT1ED FOR 7-12-0032 Rev. 4
INET! meow =mom) to Govt. of India Undertaking)
INTERNAL FEED PIPE Page 1 of 2

SEE
VESSEL DRG. 00

TYPEIA

100
VENT HOLE

(6+2xC.A.)
50 TO 75 THK. MIN. FLAT
AS PER
PIPE SIZE
I I ' 25 R

TYPE-1
INTERNAL FEED PIPE FOR HORIZONTAL VESSEL
SPARGER/FEED PIPE SUPPORT
NOTE TYPEIA IS APPLICABLE FOR LARGE THERMAL EXPANSION (AIR / GAS SERVICE)

(6+2xC.A.)
THK. MIN. FLAT

TYPE-2
INTERNAL SPLASH FEED PIPE FOR HORIZONTAL VESSEL

65
15 0 HOLE IN PIPE CLEAT (6+2xC.A.)
& 30 LONGx15 WIDE SLOTTED THK. MIN. FLAT
HOLE IN SHELL CLEAT

SUPPORT CLEAT
FOR VERTICAL VESSEL
TYPICAL DETAIL OF BOLTING CLEATS

4 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL


3 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by Approved by
Page 167 of 283
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
SUPPORTS
lig ILIANifAsam
(A Govt. of Indio Undertaking)
FOR
INTERNAL FEED PIPE
7-12-0032 Rev. 4
Page 2 of 2

3MM
CLEARANCE

REINFORCEMENT PAD
(NOTE-6)

TYPEA
(FOR PIPES UPTO 250NB)

TS
20 MIN. D (NB) 50

SHELL
11
II
REINFORCEMENT PAD L
(NOTE-6)
10 NF

0.5G
If)

TYPEB
(FOR PIPES ABOVE 250NB)

INTERNAL FEED PIPE FOR VERTICAL VESSEL/COLUMN

T
PIPE N.B. BOLT SIZE E F G
D CA=O CA=1.5 CA=3 CA=5 CA=7

50 80 M 12 6 10 12 16 20 60 40 60

100 200 M 16 10 14 16 20 25 100 50 100

250 OVER M 16 14 18 20 25 28 150 100 150

NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
IN CASE OF CONFLICT VESSEL ENGG. DRAWING SHALL GOVERN.
MATERIAL OF CLEATS SHALL BE AS PER VESSEL ENGG. DRAWING.
ALL FILLET WELDS TO BE ALL AROUND & SIZE OF WELDS ARE (6+1xC.A.) MINIMUM UNLESS OTHERWISE STATED.
ALL INTERNAL BOLTS SHALL BE MIN. M 12 SIZE AND OF STAINLESS STEEL WITH DOUBLE NUTS.
REINFORCING PAD SHALL BE LARGER BY 50mm ALL AROUND THAN BRACKET CLEATS. NO PAD IS REQUIRED FOR
VESSELS WITH WALL THICKNESS GREATER THAN 25mm.
)?./
4 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL K 4/KM / SC DM

3 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by Approved by
Page 168 of 283 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.O
STANDARD No.

OgMO NO MRS
INDIA WITH)
(A Govt. of India Undertaking)
S. R. NOZZLE NECK 7-12-0037 Rev. 3
Page 1 of 1

SELF REINFORCED NOZZLE

* 30*(MIN.)
1.5 t(MIN.) (TYP)

c
NOTES : SELF REINFORCED WELD ENDS
DESIGN CALCULATION FOR ALL THE DIMENSIONS OF S.R. NOZZLES / WELD
DESIGN
ENDS SHALL BE APPROVED BY EIL.
ANY DEVIATION IN THE OVERALL PROJECTION FROM THE SPECIFIED DESIGN
DATA SHALL BE MADE ONLY AFTER OBTAINING PRIOR APPROVAL FROM EIL.
FLANGES MAY BE FORGED INTEGRALLY WITH S.R. NOZZLE NECK.
I.D. OF FORGING SHALL BE AS SPECIFIED ON ENGG. DATA SHEET.
* 5. APPLICABLE FOR ASME SEC. VIII DIV.1 EQUIPMENT ONLY.
6. ALL SHARP CORNERS SHALL BE ROUNDEDOFF SMOOTH.

44,;,,tj
3 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by Approved by
Page 169 ofRev.0
Format No. 8-00-0001-F4 283 Copyright EIL - All rights reserved
Page 170 of 283
Page 171 of 283
Page 172 of 283
Page 173 of 283
Page 174 of 283
Page 175 of 283
Page 176 of 283
Page 177 of 283
Page 178 of 283
Page 179 of 283
Page 180 of 283
Page 181 of 283
Page 182 of 283
STANDARD No.
15iiitaEqM ENGINEERS
fafReg EARTHING LUG 7-12-0026 Rev. 5
FE0 W
41gen INDIA LIMITED
(..1921751tef3ACI (A Govt. of Indio Undertaking)
Page 1 of 1

10 THK. PLATE
VESSEL PART

tr.)
N

14 DIA. HOLE
(FOR M12 BOLT)
75 25

NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
ALL EQUIPMENTS SHALL BE PROVIDED WITH TWO(2) EARTHING
LUGS, UNLESS OTHERWISE STATED.
3.(a) EARTHING LUGS SHALL BE LOCATED DIAMETRICALLY OPPOSITE ON
NORTHSOUTH CENTER LINE ON SKIRT SUPPORTED EQUIPMENTS,
ON ANY TWO(2) LEGS OF THREE(3) LEG SUPPORTED VERTICAL VESSEL,
ON DIAMETRICALLY OPPOSITE LEGS OF FOUR(4) LEG SUPPORTED
VERTICAL VESSEL AND ON EACH SADDLE OF HORIZOTAL VESSEL.
TWO(2) EATHING LUGS ARE TO BE LOCATED ON EACH SADDLE OF
HORIZONTAL VESSEL OF LENGTH GREATER THAN 20 METERS.
FOR SPHERE, TOTAL 4 NOS. OF EARTHING LUGS SHALL BE PROVIDED
PREFERABLY ON DIAMETRICALLY OPPOSITE AND EQUALLY SPACED LEGS.
(SPHERES ARE USUALLY PROVIDED WITH LEGS IN NUMBERS WHICH ARE
MULTIPLE OF 4 FOR THE SYMMETRY)
DO NOT WELD EARTHING LUG ON PRESSURE PART.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
6. MATERIAL OF CONSTRUCTION SHALL BE CARBON STEEL.

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM / SC DM


4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by Approved by
Page 183 of 283 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
STANDARD No.
1 legOINDIA LIMITED
ge4151Wt7-1e7
(NM meow wawa) (A Govt. of Indio Undertaking)
BRACKET FOR NAME PLATE 7-12-0029 Rev. 5
Page 1 of 1

0
J

V)

10 R

BRACKET

NAME PLATE
0
r-

4-
N
EIL NAME PLATE
o 0:

+
N

0
N

0
MANUFACTURER NAME PLATE

<TYP
2V

200
230

NOTES
I. ALL DIMENSIONS ARE IN inn UNLESS OTHERWISE STATED.
2, BRACKET MATERIAL SHALL BE SAME AS SHELL MATERIAL.

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT PKM / SC DM


4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Page 184 of 283 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
.C110Eet/IINGNEEI6
dliturletuleGNIFINDIA
oimmumwommose
UMITED
(A Govt. of Indio Undertaking)
SKIRT OPENING DETAILS 7-12-0005 Rev. 5
Page 1 of 2

N
PAD ALL AROUND
SEE NOTE-7

REF. SHE 2 FOR


COVER PLT. DETAIL

SKIRT
INSIDE 100NB SCH. 40
40 PIPE VENI
SKIRT
EQUISPACED INSIDE

BASE PLATE

ACCESS OPENING PLAN VENT


(SEE NOTE-5)

ACCESS OPENING/PIPE OPENING/


VENT OPENING (TYPICAL)

SKIRT
80x6THK. PLATE
INSIDE
cv II 2mm(TENTATIVE)
CHECK FOR PIPE
THERMAL EXPANSION.

MALLER OF tx+2
OR 14mm (FOR PIPE
SSEE NOTE-6)
OR INSULATED PIPE+10
SEE NOTE-10

PIPE OPENING VIEW A VIEW A FLARED SKIRT


(HOT TYPE VESSEL) (COLD TYPE VESSEL)

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserve
Page 185 of 283
0.401 4"XeWhINGNEERS SKIRT OPENING DETAILS
OBZIPPleSNIFINDIALIMITED
mom mime (A Govt. of Indio Undertaking)
7-12-0005 Rev. 5
illoamPO
Page 2 of 2

6 WIDE SLOT FOR

2-120 HANDLE

3-50 PINS-15 LG
EQUISPACED

VIEWQ

VIEWP
NOTES (HOT TYPE VESSEL) (COLD TYPE VESSEL)
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
ACCESS OPENING SHALL BE LOCATED BETWEEN ANCHOR BOLTS WHEREVER POSSIBLE.
ACCESS OPENING IS NOT TO BE BLOCKED BY BOTTOM HEAD.
SKIRT DIAMETER ACCESS OPENING DIA.(D) NO. OF ACCESS OPENING
UP TO 1000 400 1
OVER 1000 UPTO 1500 450 1
OVER 1500 UPTO 3000 500 1
OVER 3000 500 2
SKIRT DIAMETER NO. OF VENT HOLES
UP TO 1000 2
OVER 1000 UPTO 2000 3
OVER 2000 4
MINIMUM SIZE OF PIPE SLEEVE IS 150NB SCH 40. USE SCH 40 UPTO 250NB PIPE SLEEVE. FOR 300NB AND
ABOVE, PIPE SLEEVE SHALL BE FABRICATED FROM PLATE.
ALL OPENINGS 300 DIA. AND ABOVE SHALL BE PROVIDE WITH REINFORCEMENT PADS ON INNER SURFACE OF SKIRT.
IN CASE OF CONFUCT ENGINEERING DRAWING SHALL GOVERN.
IN FLARED SKIRT, OPENING DETAIL IS SAME AS THAT FOR CYLINDRICAL SKIRT.
WOODEN BLOCK SHALL BE FIXED TO SLEEVE WITH TWO NO. OF WOOD SCREWS.
ACCESS OPENING/PIPE OPENING/VENT SHALL BE OF SAME MATERIAL AS THAT OF SKIRT.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
* 13. PROJECTION OF SLEEVE/NECK SHALL BE GREATEST OF (30+INSULATION THK.), (30+FIRE PROOFING) & 50mm.
14. CENTER LINE OF ACCESS OPENING SHALL BE 850 MM (MINIMUM) ABOVE BOTTOM BASE RING FOR ANCHOR
BOLTS OF SIZE M45 & BELOW AND 1100 MM (MINIMUM) FOR ANCHOR BOLTS OF SIZE ABOVE M45. IF ANCHOR
CHAIR HEIGHT IS MORE THAN THAT OF GIVEN IN STANDARD. LOCATION OF ACCESS OPENING SHALL BE ESTABLISHED
SUITABLY.

1
5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Rev. Prepared Checked Stds. Committee Stds. Bureau


No.
Date Purpose by by
Convenor Chairman
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserve
Page 186 of 283
Page 187 of 283
Page 188 of 283
Page 189 of 283
Page 190 of 283
Page 191 of 283
Page 192 of 283
Page 193 of 283
Page 194 of 283
Page 195 of 283
Page 196 of 283
Page 197 of 283
Page 198 of 283
Page 199 of 283
SPECIFICATION FOR DOCUMENT No.
KNITTED A307-0IG-16-46-SP-01
WIRE MESH DEMISTER Rev.0
Page 1 of 4

JOB SPECIFICATION

FOR

KNITTED WIRE MESH


DEMISTER

0 14.03.2013 ISSUED AS JOB SPEC. SUU PSV TG


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved

Page 200 of 283


SPECIFICATION FOR DOCUMENT No.
KNITTED A307-0IG-16-46-SP-01
WIRE MESH DEMISTER Rev.0
Page 2 of 4

1.0 SCOPE

1.1 This specification covers the requirements for design, manufacturing,


inspection and supply of Knitted Wire Mesh assemblies (DEMISTERS)
in duly packed condition.

1.2 Demister assembly shall include wire mesh pads, holding grids, major
support beams (if provided), clamps, bolting, spacers, tie wires/rods etc.
required to hold the grids and pads in position when assembled/
installed on supports welded inside the vessel.

2.0 REFERENCES

Demister data sheet As mentioned in Mechanical Data Sheet

Details of wire mesh 7-12-0036 / Licensor Standards


demister support if applicable.

Packing, Marking & Shipping 6-14-0009


Specification trays and Tower
Internals.

3.0 MATERIAL SUPPLY

3.1 All the raw materials including wire mesh, sheet/plate, sections, bolting,
tie wires etc. required for the manufacture, packing and supply of the
demister assemblies covered in this package shall be in Fabricator's
scope of supply. Owners scope of supply is NIL.

3.2 All materials used for manufacture of the demister components shall be
new and of first quality.

4.0 DESIGN / FABRICATION

4.1 Demister size to be such to ensure tight fit between each section of the
demister and the vessel walls.

4.2 Demisters with diameters greater than 1800 mm shall be supplied with
support beams. Material of support beams, welded supports etc. shall
be compatible with vessel material as per datasheets.

4.3 Demister pads shall be designed for a net upward thrust of 100.0
KG./M2 (minimum)due to vapour loadings. It shall also be able to
withstand a concentrated live load of 60 Kg. at any point on individual
components.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved

Page 201 of 283


SPECIFICATION FOR DOCUMENT No.
KNITTED A307-0IG-16-46-SP-01
WIRE MESH DEMISTER Rev.0
Page 3 of 4

4.4 Demister shall be in such pieces so as to pass through inside diameter


of the manhole intended for the assembly of the demister inside the
vessel.

4.5 All internal bolts shall be of minimum M10 size and of stainless steel
with double nuts.

4.6 Vendor shall furnish six copies of the detailed drawings for the demister
assemblies to the Purchaser for review. The drawings to incorporate,
minimum following details.

i) Demister process and performance parameters.

ii) Details of parts to be welded to the vessel walls.

iii) Support details of demister including details of support beams, if any.

iv) Bolting details on parts welded to vessel wall.

v) BOM including MOC for different parts.

5.0 INSPECTION AND TESTING

5.1 Vendor shall ensure that the demister pad will be accommodated in the
shell fabricated as per ASME Pressure Vessels Code Section VIII
Division I (out of roundness 1% of the nominal diameter across shell
diameter) and EIL Standard 7-12-0001 ( Vessel Tolerances ) and
Licensor Standards wherever available.

5.2 The individual demister assembly along with grids, beam etc. shall be
trial assembled on shop floor and measurement of diameter shall be
done.

5.3 Materials used for fabrication shall be supported with test certificates.

5.4 The demister shall be inspected stage wise as well as at the time of
dispatch by the Inspecting Authority.

6.0 GUARANTEE

The Fabricator shall guarantee the design, material and performance


parameters as furnished in technical data sheets attached.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved

Page 202 of 283


SPECIFICATION FOR DOCUMENT No.
KNITTED A307-0IG-16-46-SP-01
WIRE MESH DEMISTER Rev.0
Page 4 of 4

7.0 PACKING AND SUPPLY

7.1 All demisters should be handled with great care as damage can
seriously affect performance. Due to the high free volume and the fine
mesh structure the demister sections can be easily distorted.

7.2 The individual components shall be marked with proper item numbers
and shall correspond to the number given on the drawings. These
identification marks shall be as per enclosed Packing and Marking
Specification No. 6-14-0009.

8.0 SPARES

8.1 Vendor shall supply 10% (min. 4 nos. of each size/type) extra fasteners
(bolts, nuts, clamps, spacers etc.) required for holding the demister as
constructional spares.

8.2 Vendor shall include operational spares, if any, required for two years
normal operation and give the details of the same in their offer
separately.

9.0 DATA FOLDER

9.1 Manufacturer shall supply requisite copies of data folder as required in


the purchase order. The data folder to contain

a) As Built demister drawings duly certified by the Inspecting Authority.


b) Test Certificates/Inspection Reports.
c) Transparencies of As Built drgs.
d) Installation diagram/manuals to enable site personnel to install the
demisters properly inside the vessel.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved

Page 203 of 283


STANDARD No.
ENGNEERS INTERNAL FLANGES
OM/I(ANDIA UMRED Govt. of India Undertaking)
7-12-0018 Rev. 5
Page 1 of 1

O.D.

B.C.D.

I.D. REFER NOTE-4

18 DIA. HOLES
FOR M16 BOLTS

THICKNESS OF
NOMINAL NUMBER FLANGE t
PIPE SIZE I.D. B.C.D. O.D.
OF BOLTS CARBON S. STEEL
(mm)
STEEL OR MONEL

40 51 110 160 4 16 10

50 63 120 170 4 16 10

80 92 150 200 4 16 10

100 117 180 230 4 16 10

150 171 240 290 4 16 10

200 222 290 340 8 20 12

250 276 350 400 8 20 12

300 327 400 450 8 20 12

350 358 430 480 12 24 16

400 409 480 530 12 24 16

450 460 530 580 12 24 16

500 511 580 630 12 24 16

600 612 680 730 12 24 16

NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
* 3. FILLET SIZE IN BRACKET ARE FOR STAINLESS STEEL / MONEL.
FULL FACED GASKETS SHALL BE USED.
DIMENSIONS EXCEPT THICKNESS FOR INTERNAL FLANGES OF SIZE 25NB OR LESS SHALL BE AS PER
ASME 816.5 CLASS 150. FLANGE THICKNESS AND FACING SHALL BE EQUIVALENT TO 4 NB LANGE
COVERED IN THIS STANDARD. 2 14-4
5 30.07.2011 REAFFIRMED AND REISSUED AS STANDARD POREL AK / SC '' DM
4 11.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by Approved by
Page 204 of 283 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
DOCUMENT No.
INSTRUCTIONS TO BIDDERS A307-16-46-TR-6545
Rev. A
Page 1 of 9

INSTRUCTIONS TO BIDDERS

A 16.01.2015 ISSUED FOR BIDS PB KRK BBC


Rev. Prepared Checked
Date Purpose Approved by
No by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 205 of 283
DOCUMENT No.
INSTRUCTIONS TO BIDDERS A307-16-46-TR-6545
Rev. A
Page 2 of 9

INSTRUCTIONS TO BIDDERS

(A) CATEGORY I MR

1. Bidders to note that no correspondence shall be entered into or entertained after the bid
submission.

2. Bidder shall furnish quotations only for those items, for which he is approved by EIL and
which he can supply strictly as per MR specifications.

3. No technical details of any nature shall be included in the offer. If the offer contains any
technical deviations or clarifications or stipulates any technical specifications (even if in line
with the MR requirements), the offer is liable for rejection.

4. The submission of prices by the bidder shall be construed to mean that he has confirmed
compliance with all technical specifications of the corresponding item(s).

(B) It is understood that

1. The quoted price includes for the HOLDS details of which are indicated on the drawing.
2. The weights indicated on EIL Engineering Drgs. do not form the basis for offer, since these
are approximations only.
3. Spares included in of doc. A307-16-46-SS-6545 shall be included in the quoted price.
4. Bidder quoted price includes the following finished weight of Structural and piping clips.

MOC-SA 516 Gr. 60 - 500 Kg. for IV-V-301.


MOC-IS 2062 Gr. B - 500 Kg. for IV-V-301.

Any decrease/ increase in weights shall be recovered/ paid as per Doc.No. A307-16-46-UR-
6545.

(C) Transportation of equipment shall be governed by commercial conditions.

1. The equipment having length more than 20 m and / or forming Gross vehicle weight
(Weight of equipment and the weight of vehicle clubbed together) more than 49 MT
shall be transported by Hydraulic axles only with compliance to all statutory norms of
authorities concerned.

Fabricator/transporter to check the requirements as per latest guidelines issued by


Ministry of surface Transport before shipping the equipment.

2. Prime mover of the vehicle to have GPS tracking system to monitor the movement of
consignment.

Technical Instructions

1. The shape of dished end/toricone, profile of conical reducer, cone angle , knuckle radius and
overall height shall be as per engineering drawing. Minimum thickness of shell, cone and
dished end shall be achieved taking into account thinning and scaling etc.

2. Dished ends and hot formed pressure parts shall have 10% or 2mm (whichever is higher)
allowance for scaling and thinning, in order to achieve minimum thickness specified on the
drawing.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 206 of 283
DOCUMENT No.
INSTRUCTIONS TO BIDDERS A307-16-46-TR-6545
Rev. A
Page 3 of 9

3. a) Wherever hot forming and subsequent heat treatment is involved, adopted procedure shall
not impair the mechanical properties of the material beyond the limits specified in respective
material specification.

b) For low temperature equipment and hot formed parts, number of production coupons and
the tests thereon shall be as per requisition.

4. Post weld heat treatment and all non destructive testing like radiography, ultrasonic testing,
magnetic particle/dye penetrant examination etc. shall be conducted as per requisition.

5. Transportation of vessels to site shall be in single.

6. Workmanship and materials, in bidder's scope of supply, shall be guaranteed.

7. Pickling and passivation of internal/external surfaces of stainless steel/monel clad/SS 410S/


SS clad equipment SS internals shall be carried out as per ASTM A-380.

8. For IBR vessels, approval of drawings, documents, stagewise inspection and final
certification of the equipment by Inspectorate of Boilers shall be included in bidders scope.
Complete design of equipment as per IBR shall be carried out by vendor.

9. For items which are to approved by CCOE,Nagpur ,approval of drawings, documents,


stagewise inspection and final certification of the equipment by Chief Controller of explosives
shall be included in bidders scope and getting approval from CCOE shall be sole
responsibility of bidder.

10. The main equipment shall not be subcontracted, however the bought out items/ components
can be sub-ordered or sub-contracted to EIL approved vendors/sub-contractors only.

11. Demister/ Agitator shall be procured from EIL approved vendors only.

(i) Continental Profiles Ltd., Faridabad.


(ii) Evergreen Technologies Pvt. Ltd., Mumbai
(iii) Haver Standard India Pvt. Ltd., Mumbai
(iv) Koch Chemical Tec. Group India Pvt. Ltd., Mumbai
(v) Munters Euroform GMBH, Germany
(vi) Pace Engg. Industries Pvt. Ltd., Mumbai
(vii) Kevin enterprises pvt. Ltd.

12. Fabricator to supply Box type template for checking the orientation of anchor bolts on
foundation and to ensure matching of base plate that is drilled in advance. The schedule of
supply of template at site shall be 8 weeks from FOA.

13. Gaskets used for hydrotesting of vessels shall be of the same specification as service
gaskets and the fabricator shall supply new gaskets for manholes and nozzles with blind
flanges apart from spares. Gaskets used for hydrotest shall not be used for actual hook up.

14. While transporting completed vessels, fabricator shall provide suitable type and no. of
supports so that no deformation of any part of the equipment takes place.

15. Fabricator shall exercise utmost care during loading/unloading of equipment so that no
damage to any part of the equipment occurs. Suitable type and no. of supports shall be
provided for supporting the equipment.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 207 of 283
DOCUMENT No.
INSTRUCTIONS TO BIDDERS A307-16-46-TR-6545
Rev. A
Page 4 of 9

16. Fabricator shall also design and provide suitable stiffening arrangement at the base anchor
chair locations so that deformation/buckling of base and bottom zone does not occur at the
time of lifting while the vessels are being erected.

17. Fabricator shall design and provide lugs/trunnions for handling and assembly of vessel
sections.

18. Number of temporary attachments/cleats, lifting lug/trunnion used for site assembly should be
kept minimum. Temporary attachments / cleats shall be removed by fabricator after complete
execution of work if desired by engineer-in-Charge leaving 12mm from the shell & grinding of
all cut edge burrs.

19. If the equipment is to be transported via sea routes (marine transportation), the following shall
be provided by bidder and included in the quoted price:

After completion of all testing and inspection, the inside of complete equipment shall be
thoroughly drained and dried out. Equipment shall be completely dried by passing hot air for
sufficient time until no further increase in relative humidity of outgoing air is observed. After
drying, the equipment shall be purged and filled with dry N2 at 0.25 kg/cm 2. The equipment
shall be provided with pressure gauge to monitor N2 pressure and non-return valve. All
threaded holes other than tell tale holes for testing shall be suitably protected with steel bar
plugs. All nozzles not provided with blind flange shall be provided with steel covers,
temporary gaskets and bolts. All external surfaces shall be properly protected / covered
against sea environments.

20. Erection weight given in equipment data sheet is approximate. Vendor shall calculate the
actual equipment weight and furnish calculation. Erection weight furnished in vendor drawing
shall be based on fabricators calculation. Calculation of Centre of Gravity (C.G.) of the
equipment shall also be done by vendor and marked on the equipment & in the fabrication
GA drawing.

21. For internal distributor pipes, internal flanges shown are minimum required. It is vendors
responsibility to provide required number of flanges to ensure removability through nearest
manway.

22. For CS/LAS equipments:

All production welding shall be examined by RT. In case vendor want to perform UT by TOFD
technique in lieu of RT, the same is acceptable subject to the following:

a) Thickness of plate is greater than 38mm.

b) With Code Case 2235, Automated UT incorporating TOFD and pulse echo probes or
TOFD and Phased Array mounted on the same chassis that automatically traverses
along the joints to be inspected and displaying both results simultaneously on a single
screen may be considered in lieu of RT.

c) Calibration block of similar material/thickness shall be used. Calibration block shall have
suitable notches to simulate longitudinal as well as transverse cracks on outside and
inside surface. Setup should be capable of detecting defects on outside as well as
inside while scanning from one surface only.

d) The system that is proposed to be deployed in lieu of radiography shall be submitted


along with the track record prior to use for EIL review. The vendor shall demonstrate
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 208 of 283
DOCUMENT No.
INSTRUCTIONS TO BIDDERS A307-16-46-TR-6545
Rev. A
Page 5 of 9

successfully the capability of AUT machine and the defects evaluation in the same
screen during the site visit of EIL inspector/EIL representative. Based on which, the
approval of the parties and their AUT system shall be given.

e) Qualified NDT persons shall be deployed to perform UT.

23. When spot radiography is specified, the extent of radiography defined in Clause 5.4.2 of EIL
specification 6-12-0001 Rev. 5 shall be replaced as follows:

Each category A or B pressure containing weld shall be spot radiographed in accordance with
ASME Section-VIII Division-I, paragraph UW-52 as a minimum requirement. Each Spot
radiograph shall be a minimum of six inches (150mm) in length and minimum one spot shall
be selected in each circumferential & longitudinal seam. Additionally at least one T-joint in
each circumferential seam shall also be selected. Welds from each welding procedure,
welded/welding operator shall be examined.

24. VIDEO CONFERENCING FACILITY:

It is proposed to have Video conferencing of management review and helmet camera for
shop floor view, to bring active involvement and transparency between the customer
(BPCL/EIL) and the major equipment manufacturers. For this purpose, the following
procedure is formulated:

The vendor shall have video conferencing facility at their manufacturing unit.
Management review of the job status shall be done through video conferencing on a
monthly basis or on a mutually agreed interval. Also the work in progress at the
vendors workshop shall be shown live to BPCL/EIL through helmet camera.
The vendor could share the same information of manufacturing like plan vs. actual
progress of the equipment/ system at the OEMs site with the BPCL / EIL.

General Instructions

1. All materials including those used for internals shall be procured with stage-wise inspection.
Stagewise and final inspection of equipments and its components shall be carried out as
follows:

a) For Foreign Vendors: Stagewise & final inspection of the equipment including all
components and internals shall be carried out by third party inspection agency. Quoted
price shall include for the same.

b) For indigenous Vendors: EIL shall be inspection agency for equipments and its
indigenous components. Incase internals/forging/plates etc. are procured from abroad,
the inspection shall be carried out by third party inspection agency. Quoted price shall
include for the same.

c) For acceptable third party inspection agencies refer commercial documents.

Fabrication shall not commence before their approval except as noted at Sl. No. 2 & 3.

2. Raw material procurement may proceed prior to approval of vendor drawings on the basis of
Material Requisition and all testing and agency for testing shall be arranged by Vendor.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 209 of 283
DOCUMENT No.
INSTRUCTIONS TO BIDDERS A307-16-46-TR-6545
Rev. A
Page 6 of 9

3. Shell rolling/welding and dished - head fabrication shall commence without awaiting
fabrication drawing approval. Inspection shall be carried out in accordance with Purchase
Requisition documents till approved fabrication drawings are available.

4. Material for shell, dished ends and skirt shall be considered as major raw material wherever
identification of major raw material is one of the payment milestones.

5. Purchase requisition shall be issued within two weeks of Fax of intent (FOI). Final nozzle
sizes (without any holds) shall be issued along with purchase requisition or latest within one
month of Fax of intent (FOI).

6. Nozzle orientation of the equipment shall be issued latest by mid of contractual delivery
period reckoned from date of issue of Fax of intent (FOI).

7. Pipe support/structural clip details shall be issued latest by three months before contractual
delivery date.

8. Minimum course width shall be 1 metre. Maximum no. of longitudinal seams shall be as
follows:
( a) vessels upto 2 metre diameter : 1 seam
( b) vessels from 2 metre upto 4 metre dia. : 2 seam
( c) vessels from 4 metre upto 6 metre dia. : 3 seam
( d) vessels from 6 metre upto 10 metre dia. : 9 seam

In any case, distance between two longitudinal seams shall not be less than 3 metre.

9. If any discrepancy is found during design and fabrication stages, the fabricator shall inform
EIL immediately and shall obtain necessary clarification/approval before proceeding with that
portion of the job any further. EIL's review of fabricator's drawings and documents must not
be considered as a check and shall not relieve the fabricator of his responsibilities to supply
equipment as per requisition. Fabricator shall remain responsible for conflicts between his
drawings/documents and EIL drawings/documents.

10. English language and metric units shall be used in all documents. Drawings shall be prepared
in prescribed sizes as standardised by bureau of indian standards (BIS) and shall be
preferably in the sizes such as 210 x 297, 297 x 420, 420 x 597, 597 x 841, 841 x 1189 mm.

11. All fabricator's drawings submitted to EIL shall be based on purchase requisition and shall
bear reference number and revision of the corresponding EIL drawings. In addition, it shall
indicate item number, client's name, project name, fabricator's name, purchase order number,
purchase requisition number,,drawing number, revision number etc. all in the lower right hand
corner. All revisions shall be clearly marked by encircling with revision marks.

12. Submission of required drawings/documents shall be the responsibility of fabricator. In the


event of fabricator's failure to meet this requirement, the supply of equipment shall be
considered as incomplete.

13. Preparation & Submission of Document Control Index (DCI):

a). Vendor shall prepare Document Control Index (list of those drawings, which are to be
submitted to EIL along with the submission dates for each drawing) within 15 days of
placement of FOI. Successful bidder to submit DCI (document control index) and all
the vendor data through vendor portal (http://edocx.eil.co.in:7001/vportal) only. The
detail guidelines for uploading the documents on vendor portal are available on the
site itself.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 210 of 283
DOCUMENT No.
INSTRUCTIONS TO BIDDERS A307-16-46-TR-6545
Rev. A
Page 7 of 9

b). Vendor to note that unscheduled documents (documents which are not listed in DCI)
shall not be accepted by EIL. All vendor drawings/documents shall be submitted as
scheduled document only.

14. All drawings shall be thoroughly checked and duly signed by fabricator. Unchecked drawings
and drawings without revisions clearly marked shall be returned without review. Successive
review of the same fabricator's drawing shall apply only to EIL's latest data sheet/comments
on the previous revision. Drawings and documents returned to fabricator for revision shall be
resubmitted preferably within ten days of receipt.

15. Dimensions of all flanges shall be as per ANSI B16.5 for nozzle sizes 24"NB and below and
as per ANSI B16.47 Series B for sizes greater than 24"NB ,unless otherwise stated.

16. Fabrication drawings shall be submitted in following stages:

Stage-I
- General arrangement drawing indicating design data, fabricated equipment's weight,
general notes, nozzle schedule, detail of shell, heads, skirt/supporting arrangement, main
weld seams, nozzle orientation plan, cutting layout (in case of free issue material) etc.

- Detail of all nozzles, manholes, accessories etc.

- Bill of material for each item showing part size, quantity, material specification, scope of
supply and weight etc.

Stage-II
- Detail of internals such as tray support ring and bolting bar.

- Detail of internal distributor, demister support and packing support etc.

- Detail of external clips for ladder, platform, pipe support, insulation, fire proofing, pipe davit,
lifting lugs etc.

- Shell development drawing incorporating all attachments and weld seams.

- Bill of material for each item showing part size, quantity, material specification, scope of
supply and weight etc.

- In case of owner's free issue plate material, fabricator shall submit plate cutting diagram for
EIL's approval.

17. After receipt of order, fabricator shall submit to EIL, the planning of fabrication which shall
indicate the details and scheduled date of:

- Sub orders.

- Purchase of materials such as plates, pipes, forged flanges, bolting, gaskets, etc.

- Start of fabrication of dished ends and shell, welding of shell and heads.

- Welding of nozzles and external attachments such as cleats etc.

- Phased programme of shop/site fabrication of equipment section, shop assembly, testing


and despatch to site.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 211 of 283
DOCUMENT No.
INSTRUCTIONS TO BIDDERS A307-16-46-TR-6545
Rev. A
Page 8 of 9

This planning shall be established to extend from purchasing of equipment components to the
end of fabrication and delivery of equipment.

18. All drawings shall be drawn in AUTOCAD R-14.No hand drawn drawings shall be accepted.
All residual calculations shall be computerised.

19. Documents and letters shall be furnished in electronic format. The software used shall be as
follows.

a) MS OFFICE 97 or above
b) ADOBE ACROBAT 4.0 & ABOVE

20. In case of owner's free issue plate material, fabricator shall tabulate each plate detail as per
following table:

Plate No./ Material Size of Plate Equipment Ref. Dwg. Part


Plate mark Specification Thk x Width x Length Number No. number and
(mm) x (M) x (M) qty.

Size of Plate Heat/ Plate Weight Used plate Burnout


Thk x Width x Length sample (Kgs.) weight (Kgs.) losses
(mm) x (M) x (M) number (Kgs.)

Returnable offcut Returnable offcut Non returnable scrap Remarks


size with sketch weight (Kgs.) weight (Kgs.)
Fabricator shall be allowed 2% burnout losses against the material consumed in case of
pressure vessels and 1% in case of storage tanks and spheres unless otherwise specified. In
general purchase conditions.all offcuts of width 800mm and perimeter 2400mm in carbon
steel materials and 150mm width and perimeter 1500mm in stainless steel materials shall be
returned to owner, unless otherwise specified. Returnable offcuts shall have original plate
markings transferred and duly stamped by inspector. All other non returnable scrap shall be
sold by fabricator on the basis of owner's instructions and approval.

21. Words fabricator, vendor, contractor appearing any where in the MR/Specifications/
Standards etc. shall be read as bidder.

22. Further to pt. No. 8 of General Instructions; Bidder to note that interference of nozzles
with circumferential seams is not acceptable. However, vendor to take suitable care to
avoid fouling of external/internal attachments with C-seams. Vendor to submit shell
development for checking above in the Ist submission.

23. Vendor shall note that the vendor drawing for the following standard components shall not be
reviewed by EIL. It shall be solely vendor's responsibility to ensure the correctness of these
drawings as per EIL Standards and Drawings. If any discrepancy / mistake is found at a later
date the vendor shall rectify the same at his time and cost.

- Manhole davit/ hinge arrangement & Ladder rungs


- Pipe Davit
- EIL Name plate, Manufacturer's Nameplate, Nameplate bracket
- Skirt (Pipe) opening details, Access Opening Details, Skirt vent.
- Lifting lugs (Standard Type)
- Fireproofing and Insulation Support

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 212 of 283
DOCUMENT No.
INSTRUCTIONS TO BIDDERS A307-16-46-TR-6545
Rev. A
Page 9 of 9

- Earthing lug
- Pipe support cleats and ladder and platform cleats (Fouling of external support cleats (if
any), shall be highlighted to EIL along with shell development drawing and suggestion for
resolution)

However, all these above listed drawing shall be submitted in a separate drawing for
information to EIL ensuring adherence to all the respective EIL Standards and Drawings.
Clarifications (if any) shall be obtained by Vendor from EIL before fabrication.

24. Standard Inspection and test plans are attached with requisition for guidance. Vendor shall
submit inspection test plans for the approval of visiting inspection engineer. Inspection shall
take care of all the requirements of specifications. Inspection engineer has the authority to
modify the plan depending on the criticality of the item.

25. In the event of conflict, most stringent requirement in following order of precedence shall
govern:

a) EIL Mechanical Data Sheet and MR requirements


b) Licensors standards
c) EIL specifications and standards
d) Codes

However in event of conflict it shall be the duty of the Vendor to bring it to EILs attention for
resolution and resolve it before proceeding with the manufacture. EILs comments shall be
final and binding on vendor without any cost and delivery implications.

26. Finish Paint for buried equipment (IST-V-504) is included in vendors scope.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 213 of 283
LIFTING LUG STANDARD No.
laRtze ENGINEERS
TOP HEAD TYPE 7-12-0024 Rev. 7
fafRegNIFINDIA LIMITED
iiiw ecReelVaX3,10543) (A Govt. of Indio Undertaking)
(FOR VERTICAL VESSELS / COLUMNS) Page 1 of 1

SECTION XX

MAX. ERECTION WT. OF VESSEL (TONNES) 410 25 45 90 140 180


THICKNESS OF PLATE (MINIMUM) T 12 28 40 50 70 80
WIDTH W 200 230 300 400 500 610
LENGTH L 400+E 460+E 580+E 750+E 900+E 1080+E
DIAMETER OF HOLE D 60 75 75 100 130 150
HEIGHT OF NOTCH & SIDE WELD H 130 130 150 200 250 300
RADIUS OF NOTCH R 40 40 50 75 90 100
WELD SIZE ( SEE NOTE 5 ) A 10 14 20 30 38 46

BOTTOM OF BRACE TO TOP OF LUG F 200 230 300 400 500 600
BOTTOM OF BRACE TO T.L OF HEAD E SEE NOTE 2
T.L. OF VESSEL TO BOTTOM OF LUG B 200 230 280 350 400 480
C 30 40 50 70 90 100
TOP OF LUG TO Q OF HOLE J 90 90 115 150 180 230
K 30 40 50 70 80 100
NO. OF LUGS 2 2 2 2 2 2

NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
*2. DIMENSION 'E' IS TO BE DETERMINED BY THE SHAPE OF HEAD IN CONJUNCTION WITH DIMENSION 'K'.
DETAIL, DIMENSIONS AND NOTES GIVEN IN ENGINEERING DRAWING TAKE PRECEDENCE OVER THOSE SHOWN HERE.
FOR THIN WALLED EQUIPMENTS, DESIGNER SHALL ANALYSE THE STIFFENESS OF SHELL AT THE LIFTING LUG LOCATION.
IF PADS ARE USED ON STAINLESS STEEL EQUIPMENTS THE SIZE OF FILLET WELD BETWEEN SHELL AND STAINLESS
STEEL PAD SHALL BE ANALYSED.
MATERIAL SHALL BE COMPATIBLE WITH HEAD MATERIAL.
FOR INTERMEDIATE ERECTION WEIGHT, NEXT HIGHER SIZE OF LIFTING LUG SHALL BE USED.
LIFTING LUG SHALL BE MACHINED TO COVER OFFSET BETWEEN OUTER DIAMETERS OF SHELL AND HEAD.

7 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL I


*IA
RKT F AKM SC DM
6 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose by by
Convenor Chairman
No. Approved by
Page 214 of 283 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.O
STANDARD No.
SUPPORT FOR
ORMO ENGNEERS
NDIA UWE)
IA Govt. of India Undertaking) HORIZONTAL VESSEL
7-12-0002 Rev. 5
Page 1 of 1
MAX. APPROX.
D LB H t../ L2 ie
TYPE SADDLE
L3 SADDLE
(M. TON) (KGS.)
10 150 10
D/18 OR 300 260 300 50 200 A 4.4 17
\ I 350 280 325 55 210 A 4.8 18
\ tii +
x _il 400 330 350 75 250 A 4.5 20
450 370 375 95 300 A 3.6 22
YM
11
-wwTs..
V) ''' OF 500 450 450 125 370 A 14.9 40
IIR0PERKM
L1 L/ 600 560 500 175 470 A 13.2 50
I 1 EARTHING Ir 170 it 700 650 550 225 570 A 11.0 55
2
. I =J 26 0 HOLES FOX 800 750 600 275 670 A 10.6 65
M 20 BOLTS 900 850 650 300 760 A 11.0 75
:

TYPE - A
IUD 1000

1200
950
1100
700
800
330
375
820
960
B
B
12.3
19.4
85
130
HOLE FOR 1400 1250 900 465 1150 B 19.7 140
SLIDING SUPPORT
1600 1450 1000 370 1300 C 23.3 165
1800 1600 1100 410 1450 C 39.1 260
D/18 2000 1750 1200 445 1600 C 43.5 290
O 9R
2200 1950 1300 495 1800 D 49.1 295
i 110 111 2400 2150 1450 545 2000 D 53.5 390
ki iii
__.
..1 2600 2300 1550 585 2150 D 52.9 440
11 1
Li Li
N- II It
1 0
2800
3000
2500
2670
1650
1750
620
670
2300
2500
E
E
52.7
64.9
475
600
I- EARTHING 3200 2800 1850 710 2600 E 63.8 620
I 250
L
26 0 HOLES FOR 3400 3000 1950 760 2800 E 64.9 630
30 M 20 BOLTS
111111 3600 3200 2050 830 3000 E 60.5 725

TYPE - B
DUD ,
3800
4000
3350
3550
2150
2250
845
895
3150
3300
E
E
61.0
60.6
745
820
HOLE FOR
SLIDING SUPPORT
TYPE t1 t2 L3 t3

D/18 A 10 10 170 12
B 10 12 250 12
110 C 12 16 300 16
D 16 20 350 20
2-60 VENT
HOLE (TYP.) E 20 20 400 20
(REF. NOTE-5)
I L 1 I L1 I Li 140
EARTHING
I 250
L2
I 30 0 HOLES FOR
30 M 24 BOLTS

PARALLEL TO VESSEL
TYPE - C. D. E AXIS (TYP)

HOLE FOR
SLIDING SUPPORT
NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
VESSEL DIAMETER 'D' REFERS TO THE OUTER DIAMETER OF THE SHELL.
FOR INTERMEDIATE DIAMETERS TAKE THE IMMEDIATE NEAREST DIAMETER SUPPORT.
WELDING SHALL BE DONE ALL AROUND AND SHALL BE CONTINUOUS FILLET WELD. WELD SIZE SHALL
BE 6 mm FOR VESSELS UPTO 1400 mm DIA. AND 8 mm FOR VESSELS ABOVE 1400 mm DIA.
PROVIDE 2 NO. 60 VENT HOLES IN SADDLE WRAPPER PLATE. THESE HOLES SHALL BE PROVIDED DIAGONALLY
OPPOSITE AND BE LEFT UNPLUGED AND SHALL BE FILLED WITH HARD GREASE ONLY.
WHERE EARTHING LUG CANNOT BE PUT AT AN ELEVATION OF 400 mm ABOVE THE SADDLE BASE PLATE
IT SHALL BE LOCATED AS HIGH AS POSSIBLE.
EARTHING LUGS ARE NOT TO BE PAINTED OR GALVANIZED.
DETAIL, DIMENSIONS AND NOTES IN ENGINEERING DRAWING TAKE PRECEDENCE OVER THOSE SHOWN HERE.
MATERIALS SHALL BE AS PER ENGINEERING DRAWING.
EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL e611'


RKT A M/SC DM
4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
No. Date Purpose Convenor Chairman
Page 215 of 283 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
SKIRT BASE DETAILS 7-12-0004 Rev. 6
wriumwrosame (A Govt. of India Undertaking)
Page 1 of 1

CHAIR CAP
NOTCH GUSSET TO WASHER WELD AT SITE
CLEAR WELD CONTINUOUS RING
NOTCH GUSSET TO
CLEAR WELD
EARTHING LUG
ir
// BOLT 0
+ 3mm
H 20

//
W
n A K
AK +V BOLT 0
-17
I-
II BOLT 0
+ 12mm
L + 12mm
(ALL DIMENSIONS AND DETAILS ARE
BCD BCD SAME AS SHOWN FOR TYPE-2
BCD EXCEPT CONTINUOUS RING)
BOLT 0 + 12mm
[WIDE SLOT RADIUS
+ 6mm
TYPE-1 TYPE-2 SLOT DETAIL TYPE-3
(SEE NOTE-6) (FOR CONTINUOUS RING ONLY)

BOCTO t1 * t2 * t3 * Av B C E F H K L* W TYPE REMARKS


24 20 10 60 250 75 165 10
1
27 20 10 60 250 80 170 10
30 25 25 12 55 60 150 12 60 300 80 180 10
33 25 25 12 58 65 150 12 70 300 80 185 10
36 25 25 12 66 70 150 12 80 300 90 200 10
39 32 25 12 70 70 160 14 80 300 95 215 12
42 32 25 12 72 70 160 14 90 300 100 230 12
45 32 25 12 80 75 160 14 90 300 105 245 12 2
48 32 30 14 83 75 180 16 100 380 110 260 14 AND
52 38 30 14 87 80 180 16 110 380 110 275 14 3
56 38 30 16 91 85 180 18 120 380 115 280 14
60 38 35 18 95 85 200 20 120 430 125 285 14
64 38 35 18 104 90 200 25 130 430 135 300 16
68 42 40 20 108 90 220 25 140 450 145 320 16
72 42 40 20 112 95 220 25 150 450 150 340 16

NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
BOLT CIRCLE DIAMETER ( BCD ), NUMBER AND SIZE OF THE BOLTS SHALL BE AS PER ENGINEERING DRAWING.
* 3. DIMENSIONS t1, t2, t3 AND 'I: ARE TO BE CHECKED IN EVERY CASE.
IN CASE OF ANY CONFLICT THE ENGINEERING DRAWING SHALL GOVERN.
NUMBER OF BOLTS USED IS TO BE A MULTIPLE OF 4 AND BOLTS SHALL STRADDLE VESSEL NORTHSOUTH
CENTRE LINE IN PLAN.
USE CONTINUOUS RING ( CHAIR CAP ) IF DISTANCE BETWEEN CONSECUTIVE BOLTS IS LESS THAN 400 mm.
CIRCULAR WASHER SHALL BE SHIPPED LOOSE AND WELDED AT SITE AFTER ANCHOR BOLTS ARE IN POSITION.
8. PREFERRED DIMENSION 'A'
EARTHING LUG SHALL BE LOCATED BETWEEN THE ANCHOR BOLTS AND SHALL BE AS PER STANDARD 7-12-0026.
WHEN THE ANCHOR CHAIR CAP IS NOT CONTINUOUS, THE BASE PLATE SHALL BE SUITABLY STIFFENED USING
REMOVABLE STRUCTURAL SECTIONS (BEAM/SPIDER) AT SITE DURING ERECTION.
t*/
6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT M/SC DM
5 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Page 216 of
Format No. 8-00-0001-F4 283
Rev.0 Copyright EIL - All rights reserved
STANDARD No.
lagE1eMENGINEERS
eg fiffleellir (AINDIA LIMITED PIPE DAVIT 7-12-0023 Rev. 6
(WM Govt. of India Undertaking)
Page 1 of 3

DETAIL-Z LOCKING PIN


DETAIL-X
A (NOTE-3) POSITIONING PLATE LOCKING PLATE
10 THK. (DETAIL 'K') DETAIL-Y
NAME PLATE 60'
a

W
L_
r= ANGLE SIZE 'SI X IX TAPPED HOLE
o a- Z WITH M16 BOLT
In co
L. 0
N mw
ANGLE SIZE 'S'
DETAIL IN TOP BRACKET
SHT. 2 aq

TOP OF PLATFORM

I
HAND
RAILING

z
TAPPED HOLE 1
WITH M16 DOLT 8
PIPE cu
SIZE 'D' 1 DETAIL-70 0
DETAIL W
, TOP OF
I PLATFORM

1.--1)DAVIT SUPPORT
HAND RAILING
4Q N
(TYPE-1) (TYPE-2)
65
DEVIT FOR TOP DEVIT FOR SIDE TO SUIT
MOUNTED PLATFORM MOUNTED PLATFORM PIPE O/D.

8-180 HOLES
A (MAX) B CAPACITY PIPE SIZE ANGLE SIZE R1 R2 r t EQUISPACED
Cm) (rim) Ckgs.) D S
500 100NBxSCH.160 75x75x6 75 60 10 20
1000 1000 150NBxSCH.80 100x100x8 110 60 12 25 160 LOCKING

I'2
PIN
(Ci
500 150NBxSCH.80 100x100x8 110 60 10 20
2000 1000 200NBxSCH.80 150x150x10 140 60 12 25

0
0 LOCKING PLATE
:: 500 200NBxSCH.80 150x150x10 140 60 10 20
/.
3000 1000 200NBxSCH.160 150x150x12 140 60 12 25 DETAILX DETAILY

R1

3 THK. DEFLECTOR CONE

D (NB) D1
100 120
150 175
POSITIONING 200 225
PLATE
DETAILZ (DAVIT EYE)
DETAILK
DETAILP
4---
6 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KM / SC DM
5 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by
Approved by
Page 217 of
Format No. 8-00-0001-F4 283
Rev.0 Copyright EIL - All rights reserved
STANDARD No.
laNzieMENGINEF_RS
*Iges Of5legNW (AINDIA LIMITED PIPE DAVIT 7-12-0023 Rev. 6
Men Govt. of India Undertaking)
Page 2 of 3

LOCKING PLATE LOCKING PIN LOCKING PIN


LOCKING PLATE

TOP OF PLATFORM TOP OF PLATFORM


EXTENSION ANGLE
DETAIL- -

LOCKING ARRANGEMENT OF DAVIT PIPE LOCKING ARRANGEMENT OF DAVIT PIPE


PASSING THROUGH PLATFORM PASSING THROUGH SIDE OF PLATFORM

CHAIN
(MIN. 350 LG.)
REF, LEVEL
ISMC 100

018 HOLE RADIUS TO SUIT GUSSET FOR BOTTOM


PIPE O.D. SUPPORT ONLY

ELEVATION
50 (TYP)
PLATFORM (NOTE-8
N\

EXTENSION ANGLE REF. AXIS


BY MECH. CONTRACTOR

DETAIL Q
80
25NB SCH.80 INS. THK.
PIPE SLEEVE +300
030x10 THK.
PLAN (TOP BRACKET)
020 TURNING
12 THK.

REF. AXIS
in

PLAN (BOTTOM BRACKET)


TURNING HANDLE DETAIL DAVIT SUPPORT ..../
6 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AIM447C DM
5 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Page 218 of
Format No. 8-00-0001-F4 283
Rev.0 Copyright EIL - All rights reserved
STANDARD No.
IfilfazieM ENGLI INEERS
ejr fafflegNIF INDIA MITED PIPE DAVIT 712-0023 Rev. 6
(A Govt. of Indio Undortoldng)
Page 3 of 3

170

17 60 15 25 10 20 17

to
2 CAPACITY KGS

NAME PLATE

NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
NAME PLATE
MATERIAL STAINLESS STEEL 2mm THICK.
NAME PLATE IS TO BE TACK WELDED TO THE DAVIT PIPE.
THE LETTERS AND NUMBERS SHALL HAVE RAISED POLISHED FACE.
BACKGROUND SHALL BE BLACK.
DIMENSION 'A' SHALL BE SUCH THAT THE DAVIT EYE EXTENDS PREFERABLY BY 900 mm OUTSIDE PLATFORM.
REFER ENGINEERING DRAWING FOR DIMENSIONS A, B, C, E, CAPACITY OF DAVIT AND INSULATION THICKNESS.
THE DAVIT USED SHALL CLEAR HANDRAIL OF THE EQUIPMENT.
MATERIAL OF PIPE SHALL BE A-53 / IS:1978 OR EQUIVALENT AND STRUCTURAL PARTS SHALL BE IS:2062 GR.B
OR EQUIVALENT.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
FOR THIN WALLED EQUIPMENT, DESIGNER SHALL ANALYSE THE STIFFNESS OF SHELL AT THE BRACKET LOCATIONS.
DETAIL DIMENSIONS AND NOTES IN ENGINEERING DRAWING TAKE PRECEDENCE OVER THOSE SHOWN HERE.
LOCKING PLATE (DETAIL Y), LOCKING PIN (DETAIL X) WITH CHAIN, POSITIONING PLATE (DETAIL K), DEFLECTOR
CONE (DETAILP) AND LOCKING SUPPORT CHANNEL (DETAIL Q) SHALL BE SUPPLIED LOOSE BY FABRICATOR AND
WELDED AT SITE BY MECHANICAL CONTRACTOR.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
FOR LOW TEMPERATURE SERVICE, BRACKET DETAILS SHALL BE AS PER EIL STD. 7-12-0034
13. IN CASE DIMENSIONS 'B' IS BEYOND THIS STANDARD, IT IS RECOMMENDED TO INSTALL PIPE DAVIT
ON STRUCTURAL PLATFORM.

t-/
-1(j491Ak.
6 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT KM / SC
DM

5 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by Approved by
Format No. 8-00-0001-F4
Page 219 of 283
Rev.O Copyright EIL - All rights reserved
Page 220 of 283
Page 221 of 283
Page 222 of 283
Page 223 of 283
Page 224 of 283
Page 225 of 283
Page 226 of 283
Page 227 of 283
Page 228 of 283
Page 229 of 283
Page 230 of 283
Page 231 of 283
Page 232 of 283
Page 233 of 283
Page 234 of 283
Page 235 of 283
-

STANDARD No.
15iffazle ENGINEERS
e...111E1f5teg INDIA LIMI TED MANUFACTURER NAME PLATE 7-12-0028 Rev. 5
(llETI FIUME 115r3911771) (A Govt. of Indio Undertaking)
Page 1 of 1

I-

fY

CO
)-

W
_1
m
1.5
L...; V)
C.) o
Q 0_
Li_
I-
o o Li
w Z I
=
La 5
Zi cc o_
0 Li)
a. = La
0

co
i a
M
7"
Z I-
La La
I- VI 1..J La.
I- IX 0
fi)IX C E
t,_ ix
-J N
taJ
in 0 0 a u.
i
W La 0
W 0
CZ CD I J
La I
i La
X - Lai La
1
I- -I
x
< I- 6 (n
'-
0
V)
0 0
w
< 0
ct)mw
Lai IX 0
-I ILI _i J
Z 0
= ix le
I-Li
ce
0 z
LL 4'1
0 I 1-
E m -1 le a) V)
E 0 m .()
4 " L.
Z
z ,, 1.-
< m
0
1 o
N W
V) __I co
,_ m
La le .. I
IX 0
Q 0 i I
< -J N _1
_1
_1 vi 4I 0 ..t
V1 m I cc Z
Z 0 in ..t v)
= ..:
v, Z o
Li) ce = Lai Z 1-61
Z Lai 0 I-
5 < I-
w
m
i ce
1- 0 0_
1
0 0_
5 L i
ICW
X
La La
2
Cl)-J
-J J () 4 < 2 Lu
ll- 41
I- < < CO Z IX Z

0
Z Csi Iii 4 ui (IS

,/0/49-4-1"/ 5/44-k
5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM / SC DM
4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by Approved by
Page 236 of 283 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
Page 237 of 283
Page 238 of 283
Page 239 of 283
Page 240 of 283
Page 241 of 283
LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & A307-16-46-LL-6545
STANDARDS Rev. A
Page 1 of 5

LIST OF APPLICABLE
SPECIFICATIONS & STANDARDS

A 16.01.2015 ISSUED FOR BIDS PB KRK BBC


Rev. Prepared Checked
Date Purpose Approved by
No by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 242 of 283
LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & A307-16-46-LL-6545
STANDARDS Rev. A
Page 2 of 5

LIST OF APPLICABLE SPECIFICATIONS

[X] indicates applicability


Title Doc No. Shts. Rev
[X] General specification for pressure 6-12-0001 13 5
Vessels
[X] Supplementary specification for carbon 6-12-0002 7 7
steel vessels
[] Supplementary specification for low 6-12-0003 7 4
alloy steel vessels
7 5
[] Supplementary specification for 6-12-0006
austenitic stainless steel vessels
[] Supplementary specification for 6-12-0007 10 4
stainless steel clad vessels
[] Supplementary specification for 6-12-0008 7 4
3 % Ni steel pressure vessels
[X] Standard specification for boiler quality 6-12-0011 7 7
carbon steel plates
4 5
[X] Standard specification for weldable 6-12-0014
structural quality steel plates for
storage tanks and vessels
[] Standard specification for clad plates 6-12-0015 5 4
[] Standard specification for 6-12-0016 5 3
3%Ni steel plates for pressure
vessels
[] Standard specification for 1%Cr-%Mo 6-12-0017 5 4
& 1%Cr-%Mo steel plates
[] Standard specification for 2.25-Cr-1 6-12-0018 6 3
Mo steel plates
5 7
[X] Standard specification for stainless 6-12-0020
steel plates
[ ] Material requirements for carbon steel 6-79-0013 6 1
components used in sour service in
Petroleum refinery environment.
[] Standard specification for shop & field 6-79-0020 59 0
painting.
[] Standard specification for mechanical 6-26-0001 12 3
agitators

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 243 of 283
LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & A307-16-46-LL-6545
STANDARDS Rev. A
Page 3 of 5

LIST OF APPLICABLE STANDARDS


[X] indicates applicability
Title Doc No. Shts. Rev

[X] Vessel tolerances 7-12-0001 2 5


[X] Support for horizontal vessel 7-12-0002 1 5
[] Wooden pillows for saddle support 7-12-0003 1 5
[X] Skirt base details 7-12-0004 1 6
[X] Skirt opening details 7-12-0005 2 5
[ ] Angle leg support 7-12-0006 2 5
[X] Pipe leg support 7-12-0007 1 5
[ ] Bracket support for vertical vessel 7-12-0008 1 5
[X] Manhole with hinged cover 7-12-0009 2 6
[X] Manhole with davit 7-12-0010 2 6
[X] Ladder rungs for manhole/ demister 7-12-0011 1 5
[] Retaining plate 7-12-0012 1 5
[X] Nozzle reinforcement and projection 7-12-0013 1 5
[] Pad nozzles for vessels 7-12-0014 1 5
[X] Standard bolt hole orientation 7-12-0015 1 5
[] Alloy liner details 7-12-0016 2 5
[] Sight glasses for pressure vessels 7-12-0017 2 4
[X] Internal flanges 7-12-0018 1 5
[] Vortex breakers 7-12-0019 1 5
[] Inlet deflector baffle 7-12-0020 1 5
[] Support ring and bolting bar 7-12-0021 1 5
[] Support ring sizes for packed towers 7-12-0022 1 4
internals
[X] Pipe davit 7-12-0023 3 6
[X] Lifting lug top head type 7-12-0024 1 7
[X] Fire proofing and insulation supports 7-12-0025 2 5
[X] Earthing lug 7-12-0026 1 5
[X] Name plate 7-12-0027 1 5
[X] Manufacturer name plate 7-12-0028 1 5
[X] Bracket for name plate 7-12-0029 1 5
[ ] Name plate for small equipment 7-12-0030 1 4
[] Details of forged nozzles 7-12-0031 1 4
[X] Supports for internal feed pipe 7-12-0032 2 4
[ ] Hot insulation supports for horizontal 7-12-0033 1 4
vessel

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 244 of 283
LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & A307-16-46-LL-6545
STANDARDS Rev. A
Page 4 of 5

Title Doc No. Shts. Rev

[] Pipe davit support detail for cold 7-12-0034 1 4


insulated vessels
[X] Typical details of wire mesh demister 7-12-0036 4 3
and its supports
[X] SR nozzle neck 7-12-0037 1 3
[X] Standard Specification for Positive 6-81-0001 8 2
Material Identification (PMI) at
Vendors works

[X] Inspection & Test Plan for Pressure 6-81-0011 7 2


Vessels/Columns CS
[] Inspection & Test Plan for SS Clad 6-81-0013 7 2
Pressure Vessels/Columns Reactors

[] Standard specification for erection of 6-76-0001 22 3


equipment and machinery

[] Standard Specification For Health,


Safety & Environment (HSE) 6-82-0001 87 5
Management At Construction Sites

[X] Specification for quality management


system requirements from bidders 6-78-0001 8 0

[X] Specification for documentation


requirements from suppliers 6-78-0003 8 0

[] Standard specification for positive


material identification (PMI) at 6-82-0002 10 2
construction sites

[X] Inspection & test plan for wire mesh


demisters 6-81-0060 5 2

[] Inspection & test plan for weld overlay


6-81-0130 7 2

[ ] Packing, marking & shipping


6-14-0009 6 3
specification for tray & tower internals

[X] Job specification for knitted wire mesh


demister A307-0IG-16-46-SP-01 4 0

[X] Job Specification for Surface A307-000-06-42-PLS-01 49 0


Preparation & Protective coating (New
Construction)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 245 of 283
LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & A307-16-46-LL-6545
STANDARDS Rev. A
Page 5 of 5

Title Doc No. Shts. Rev

[X] Vortex Breaker [CB&I] VS400B 1 -

VS402B 1 -
[X] Inlet Baffle [CB&I]
CMS-830-04-SD-12044
[X] Mist Pad [CB&I]

[X] Demister for Regenerator overhead A166-IST-OL-DS-1907


Drum [IST-V-502]

[X] Vortex breaker S10.010.-G

[X] Typ. details of demister S20.028-C

S20.029-B
[X] Typ. Details of demister
Attachments

[X] Typ. Details of demister S20.030-B


Supports

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 246 of 283
STANDARD No.
NOZZLE REINFORCEMENT
ENGN33IS
INDIA LIMITED 7-12-0013 Rev. 6
111111171,1111,11MIND (A Govt. of loft Undertaking) AND PROJECTION
Page 1 of 2

0
1
5-
1-30 NPT TELLTALE HOLE
(REFER NOTE-7)
O

L (WIDTH OF PAD) C) PROJECTION 'A' SEE NOTE-4,5,9800


NOMINAL OUTSIDE
PIPE SIZE DIAMETER SHELL WELD SHELL WELD CLASS 150 CLASS 300 CLASS 600 CLASS 900
EFF.=0.85 EFF.=1.0
BELOW 3" STANDARD - - 150 150 150 150

3" 88.9 40 45 200 200 200 200

4" 114.3 50 60 200 200 200 200

6" 168.3 70 85 200 200 200 250

8" 219.0 95 110 200 200 250 250

10" 273.0 115 135 200 200 250 300

12" 323.8 135 160 200 200 250 300


14" 355.6 150 175 250 250 250 300

16" 406.4 170 200 250 250 250 300

18" 457.2 195 225 250 300 300 350

20" 508.0 215 250 250 300 300 350

24" 609.6 255 300 250 300 300 400

26" 660.4 285 330 250 300 350 450

28" 711.2 305 355 250 300 350 450

30" 762 325 380 250 300 400 450

32" 812.8 350 405 300 350 400 500

34" 863.6 370 430 300 350 400 500

36" 914.4 390 455 300 350 - -

38" 965.2 410 480 300 350 - -

40" 1016 435 505 300 350 - -

42" 1066.8 455 530 300 400 - -

44" 1117.6 475 555 300 400 - -

46" 1168.4 500 585 300 400 - -


48" 1219.2 520 610 300 400 - -

6 07.06.2013 REVISED AND REISSUED AS STANDARD NIKHIL RKT/SC DM

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 247 of
Fnrmat Nn 8-110-n0(11-F4 283
RPV fl r.nnvrinht Fit - All rinhts msprvori
STANDARD No.
NOZZLE REINFORCEMENT
INGINEERS
INDIA LIMITED 7-12-0013 Rev. 6
MR wow staxiso (A Govt. of India Undertaking)
AND PROJECTION
Page 2 of 2

NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
C) 3. WIDTH IS MINIMUM AND SHALL BE CHECKED AGAINST CODE REQUIREMENT. CHECK REINFORCEMENT REQUIREMENT FOR
ALL EXTERNAL PIPING LOADING ALSO.
4. NOZZLE PROJECTIONS ARE BASED ON INSULATION THICKNESS EQUAL TO 75mm. FOR INSULATION THICKNESS
GREATER THAN 75mm, THE NOZZLE PROJECTION IS 'A' + [INSULATION THICKNESS(mm)-75].
5. PROJECTION 'A' FOR SELFREINFORCED NOZZLE SHALL BE BASED ON DESIGN OF REINFORCEMENT SUBJECT TO
MINIMUM REQUIREMENTS AS PER THIS STD.
6. EXTEND PAD LOCALLY FOR MANHOLE DAVIT SUPPORT, IF REQUIRED.
7. EXTERNAL REINFORCING PADS SHALL HAVE A MINIMUM OF 1 NO. TELLTALE HOLE EXCEPT THAT PADS FOR
NOZZLES GREATER THAN 10"NB(250NB) SHALL HAVE MINIMUM TWO NOS. TELLTALE HOLES AND NOZZLES IN
EXCESS OF 36"NB (900NB) SHALL HAVE 4 NOS. TELLTALE HOLES. PAD INSTALLED IN SECTIONS SHALL HAVE
ATLEAST ONE TELLTALE HOLE PER SECTION. TELLTALE HOLES ON REINFORCEMENT PADS SHALL BE
EQUALLY SPACED IN CIRCUMFERENTIAL DIRECTION OF PAD.
8. TELLTALE HOLE SHALL NOT BE PLUGGED AND SHALL BE FILLED WITH HARD GREASE ONLY, AFTER
HYDROTEST/PNEUMATIC TEST OF EQUIPMENT.
9. o) FOR COLUMNS & VERTICAL VESSELS, PROJECTION OF NOZZLE ON TOP HEAD SHALL BE 400mm MINIMUM FROM
OUTSIDE.
b) FOR HORIZONTAL VESSELS, PROJECTION OF NOZZLES ON TOP SIDE OF SHELL SHALL BE 300mm MINIMUM FROM
OUTSIDE.
10. PROJECTIONS ARE BASED ON ASME 816.5 FLANGES FOR UPTO AND INCLUDING 24"NB NOZZLES AND ASME 816.47
SERIES 'B' FLANGES FOR NOZZLE SIZES ABOVE 24"NB.

.1 1

6 07.06.2013 REVISED AND REISSUED AS STANDARD NKL RKT/SC DM

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 248 ofRpv
Format Nn 8-nn-onni-F4 283n nonvrinht FII - All rinhts rpsprypri
STANDARD No.
PIPE LEG SUPPORT
ENGINMS

diaMO INDIA UMMED 7-12-0007 Rev. 5


IA Govt. of India Undertaking)
Page 1 of 1

6mm THK. COVER


PLATE

Y
NOTCH TO WELD UNE
CLEAR WELD
TANGENT UNE

S./

O
0
0_
to

NOTES
w ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
FOR DESIGN OF SUPPORT, FOLLOWINGS PARAMETERS HAVE BEEN CONSIDERED.
WIND PRESSURE 200 Kg/m2
SHAPE FACTOR 0.7
BASIC SEISMIC COEFFICENT (a0) 0.08
SOIL FOUNDATION SYSTEM FACTOR ( /3 ) 1.5
IMPORTANCE FACTOR (I) 2.0
EMPTY WEIGHT WITH WIND LOADING OR HYDROSTATIC WEIGHT
WITH SEISMIC LOADING.
HEIGHT AND NUMBER OF LEG SUPPORTS AND SIZE OF ANCHOR BOLTS
HOLE DIA = BOLT DIA +
SHALL BE AS PER ENGINEERING DRAWING.
MINIMUM BOLT SIZE SHALL BE M 20.
6rnn\ 91-11-E MAXIMUM INSULATION THICKNESS CONSIDERED IS 150 mm.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
MATERIALS SHALL BE AS PER ENGINEERING DRAWING.
EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026.
SUITABLE PAD FOR SS VESSEL SHALL BE PROVIDED.

SUPPORT BASE DETAIL

MAXIMUM ALLOWABLE LOAD PER LEG (Kgs)


LEG PIPE SIZE A B C E t MAXIMUM HEIGHT OF SUPPORT (L) IN METERS
2.0 2.5 3.0
50NB x EXTRA STRONG 120 230 140 36 20 2300 2050 1800

80NB x EXTRA STRONG 180 250 160 36 25 5700 5500 4900

100NB x EXTRA STRONG 230 310 185 42 25 9000 8600 8300

150NB x EXTRA STRONG 320 370 235 44 25 18500 18000 17500

0--64
5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT KM/SC DM
4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Page 249 of 283 Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
Page 250 of 283
Page 251 of 283
Page 252 of 283
Page 253 of 283
Page 254 of 283
STANDARD No.
18iatER7 ENGINEERS
,Ig ej. &Aft INDIA LIMITED
INIURFIEVWC1X3,111.1.1) (A Govt. of Indio Undertaking)
NAME PLATE 7-12-0027 Rev. 5
Page 1 of 1

"CE

co

1
6 .. z 1-
Li,
I- u_
<
1- Y 0 E
0
<
E
.1 csj
ce Zt
w
N m 1 L,_
o
w o
cc I _1
w 1 1
w Ww
I- 0 Y i
o T I- 0 v)
a
w 0 IX V)
tr) L.LI CO U)
La 0 w
_1 __I Ix _I

D o C.)
1
Li -4Z
1
cr)
E CD 6 C1
)
E < o LL.
Lo 1-- 1 o
Z a co w N Li,
_1 CD CO
w _J 1
w < _1 N _1
< 2 J _1
V) < 0 <
(/) I CC I
Z 0 V-) < (1)
0 Z 0
U) o Lu WW..
1-- Z
<
0 ,- n
W
w ix
0 CL
V 0_
m
E cr
Y L.L1 L.Li LO

(/) _1
_I C<C) <
2 1- 1 . 1L "i
MI < CO Z O Z
0
Z . CI ri 4 6 tO

/ 11. , ^
4.0 0

2/Vvt'4
KT
5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL 44.4) AKM / SC DM
4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 255 of 283 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
Page 256 of 283
UNIT RATES DOCUMENT No.
FOR A307-16-46-UR-6545
ADDITION/DELETION Rev. A
Page 1 of 8

UNIT RATES
FOR
ADDITION/DELETION

A 16.01.2015 ISSUED FOR BIDS PB KRK BBC


Rev. Prepared Checked
Date Purpose Approved by
No by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 257 of 283
UNIT RATES DOCUMENT No.
FOR A307-16-46-UR-6545
ADDITION/DELETION Rev. A
Page 2 of 8

UNIT RATES FOR ADDITIONS/DELETIONS

1. Offer shall contain the sheets given below & the subsequent sheets for addition / deletion of
nozzles duly filled in, else offer will be rejected. Please note that the same EIL sheets as
given below shall be filled in and enclosed in the offer. Bidder shall not enclose his own
sheets.

2. It is understood that
a) The quoted price includes for the HOLDS details of which are indicated on
respective equipment Engineering Drawing.
b) The weights indicated on EIL Engineering Drawings do not form the basis for offer,
since these are approximations only.
c) Spares as included in Cl. 2.3 of Scope of Supply are considered for in the quoted
price.

Description Price List (To be filled in by bidder)

1. Indicate charges for the following for future


addition/deletion with material as per scope
of supply defined in the material requisition :

i) External support clips per Kg. basis.

- IS:2062 Gr. B
- SA-516 Gr. 60
- SA-516 Gr. 70
- IS-2062 Gr. B with SS Pad
- IS-2062 Gr. B with BQCS
Mat. Pad

ii) Reinforcement pad for nozzle per Kg.


Basis

- SA-516 Gr. 60
- SA-516 Gr. 60 (HIC resistant
+ NACE compliant)
- SA-516 Gr. 70
- SA-240 Gr. 304
- SA-240 Gr. 304L
- SA-240 Gr. 316
- SA-240 Gr. 316L

iii) Pipe davit per metre basis

- 100 NB Sch.160
- 150 NB Sch.80
- 200 NB Sch.80
- 200 NB Sch.160
- 200 NB Sch. XXS
- 300 NB Sch.160

iv) Tray support ring /bolting bar, seal


pan support per kg.basis.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 258 of 283
UNIT RATES DOCUMENT No.
FOR A307-16-46-UR-6545
ADDITION/DELETION Rev. A
Page 3 of 8

Description Price List (To be filled in by bidder)


- SA-516 Gr. 60 (NACE)
- IS:2062 Gr.B
- SA-516 Gr.60
- SA-516 Gr.70
- SA-240 Gr.304
- SA-240 Gr.304L
- SA-240 Gr.316
- SA-240 Gr.316L
- SA-240 Gr.410S
- SA 516 Gr. 60+ SA 240
Gr.410S Clad
- SB 127
- SA 240 Gr. 316L

v) Change in skirt height per Kg. Basis

- IS:2062 Gr. B
- SA-516 Gr. 60
- SA-516 Gr. 70
- SA-240 Gr. 304
- SA-240 Gr. 304L
- SA-240 Gr. 316
- SA-240 Gr. 316L

vi) Change in pipe leg support per Kg.


Basis

- SA-106 Gr.B
- SA-53

vii) Change in angle leg support per Kg.


Basis

- IS-2062 Gr.B
- SA-283 Gr.C

viii) Change in nozzle pipe lengths per


Kg. basis
- SA-106 Gr. B
- SA-106 Gr. B (seamless)
- SA-516 Gr. 60 (NACE
compliant + HIC resistant)
- SA-516 Gr. 60
- SA-516 Gr. 70
- SA-106 Gr. B (NACE)
- SA-516 Gr. 60 (NACE)
- SA-516 Gr. 60 (HIC)

ix) Change in self reinforced nozzle


sizes per kg. Basis

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 259 of 283
UNIT RATES DOCUMENT No.
FOR A307-16-46-UR-6545
ADDITION/DELETION Rev. A
Page 4 of 8

Description Price List (To be filled in by bidder)


- SA-105
- SA-105 (NACE+HIC)
- SA-105 + SS 410S Weld
Overlay.
- SA-182 Gr.F11
In case of change in size, vendor
shall submit weight calculation of the
previous size also for EIL review at
the time of extra claims.

x) Change in pipe fitting per Kg. Basis

- SA-234 Gr.WPB
- SA-234 Gr.WPB (seamless)
- SA-234 Gr.WPB (NACE
compliant)(seamless)
- (SA-234 Gr.WPB + SS 347
Clad) (NACE)
- (SA-234 Gr.WPB + SS 347
Weld Overlay) (NACE)
- SA-234 Gr.WPB + SB 127
Weld Overlay.

xi) Unit Rate towards supply of large


size flanges ( not covered in Table
1 A, 1B, 1C,) & per kg. Basis.

- SA-105/SA 266 Gr.4 + SS


410S Weld Overlay.
- SA-105/SA 266 Gr.4
- SA-105/SA 266 Gr.4 + SB
127 Weld Overlay.
- SA 350 LF2 CL-2 + SS 316L
Weld overlay.

xii) Pressure parts (shell, dish heads,


tori-cones, vacuum stiffeners, insert
plates, etc.) per kg. Basis.

- SA-516 Gr. 60
- SA-516 Gr. 70
- SA-516 Gr. 60 (NACE
compliant +HIC resistant)
- SA 516 Gr 60 (HIC)
- SA 516 Gr. 60 ( NACE)

xiii) Internal plates per kg. Basis.

- SA-516 Gr. 60
- SA-516 Gr. 70

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 260 of 283
UNIT RATES DOCUMENT No.
FOR A307-16-46-UR-6545
ADDITION/DELETION Rev. A
Page 5 of 8

Description Price List (To be filled in by bidder)


- SA-516 Gr. 60 (NACE)
- SS 316L
- SA-516 Gr. 60 (HIC)

xiv) Change in shell flange/forging


dimension per KG basis
- SA 266 Gr 4
- SA 105

xv) Change in LWN dimension per kg,


basis
- SA-105
- SA-105 (NACE)

xvi) Internal pipe per kg, basis


- SA 106 Gr. B
- SA 106 Gr B ( NACE)
- SS 316L

xvii) Design and supply of flanges/


companion flanges/ spacer/ blind
flange along with gaskets and
fasteners per Kg. Basis
- SA 105
- SA 105+SS 410S Weld
Overlay.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 261 of 283
UNIT RATES DOCUMENT No.
FOR A307-16-46-UR-6545
ADDITION/DELETION Rev. A
Page 6 of 8

TABLE-1(A) SCHEDULE OF RATES FOR ADDITION/DELETION OF NOZZLES

FLANGE MATERIAL: - SA-105


NOZZLE NECK MOC: - SA 106 Gr. B / SA-516 Gr. 60 / SA-516 Gr. 60 (HIC) / SA-516 Gr. 70

ANSI B 16.5/ ANSI B 16.47 (SERIES B)


CLASS 150 (WN RF FLG.) CLASS 300 (WN RF FLG.) CLASS 600 (WN RF FLG.)

SL.NO. NOMINAL SIZE WITHOUT BLIND WITH BLIND WITHOUT BLIND WITH BLIND WITHOUT WITH BLIND REMARKS
NB FLANGE FLANGE FLANGE FLANGE BLIND FLANGE FLANGE

1 25

2 40

3 50

4 80

5 100

6 150

7 200

8 250

9 300

10 350

11 400

12 450

13 500

14 600

15 650

16 700

17 750

18 800

19 850

20 900

21 1050

22 1200

23 1350

24 1400

25 1450

26 1500

NOTES :-

1. MATERIAL SPECIFICATION FOR NOZZLE COMPONENTS SUCH AS NOZZLE NECK, FLANGE, REINFORCEMENT PAD, NOZZLE STIFFENER,
STUDS, NUTS AND GASKETS SHALL BE AS PER ENGINEERING DRAWING. NOZZLE REINFORCEMENT AND PROJECTION DETAIL SHALL
BE AS PER EIL JOB STANDARD NO.7-12-0013.
2. SCOPE OF SUPPLY OF NOZZLE COMPONENTS SHALL BE AS PER MATERIAL REQUISITION.
3. THE RATES QUOTED SHALL INCLUDE SUPPLY OF NOZZLE NECK, FLANGE, STIFFENER, STUDS, NUTS AND GASKETS (WHEN SUPPLIED
WITH BLIND FLANGE) AND ASSOCIATED FABRICATION AND TESTING.
4. PRICES INDICATED ABOVE SHALL BE IRRESPECTIVE OF NOZZLE THICKNESS.NO EXTRA CLAIM ON THIS ACCOUNT WILL BE
ENTERTAINED AT A LATER DATE.
5. THE SCHEDULE OF RATES EXCLUDES COST OF REINFORCEMENT PAD.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 262 of 283
UNIT RATES DOCUMENT No.
FOR A307-16-46-UR-6545
ADDITION/DELETION Rev. A
Page 7 of 8

TABLE-1(B) SCHEDULE OF RATES FOR ADDITION/DELETION OF NOZZLES

FLANGE MATERIAL: - SA-105 (NACE)


NOZZLE NECK MOC: - SA 106 Gr. B (NACE) / SA-516 Gr. 60 (NACE)/ SA-516 Gr. 60 (NACE+HIC)

ANSI B 16.5/ ANSI B 16.47 (SERIES B)


CLASS 150 (WN RF FLG.) CLASS 300 (WN RF FLG.) CLASS 600 (WN RF FLG.)

SL.NO. NOMINAL SIZE WITHOUT BLIND WITH BLIND WITHOUT BLIND WITH BLIND WITHOUT WITH BLIND REMARKS
NB FLANGE FLANGE FLANGE FLANGE BLIND FLANGE FLANGE

1 25

2 40

3 50

4 80

5 100

6 150

7 200

8 250

9 300

10 350

11 400

12 450

13 500

14 600

15 650

16 700

17 750

18 800

19 850

20 900

21 1050

22 1200

23 1350

24 1400

25 1450

26 1500

NOTES :-

1. MATERIAL SPECIFICATION FOR NOZZLE COMPONENTS SUCH AS NOZZLE NECK, FLANGE, REINFORCEMENT PAD, NOZZLE STIFFENER,
STUDS, NUTS AND GASKETS SHALL BE AS PER ENGINEERING DRAWING. NOZZLE REINFORCEMENT AND PROJECTION DETAIL SHALL
BE AS PER EIL JOB STANDARD NO.7-12-0013.
2. SCOPE OF SUPPLY OF NOZZLE COMPONENTS SHALL BE AS PER MATERIAL REQUISITION.
3. THE RATES QUOTED SHALL INCLUDE SUPPLY OF NOZZLE NECK, FLANGE, STIFFENER, STUDS, NUTS AND GASKETS (WHEN SUPPLIED
WITH BLIND FLANGE) AND ASSOCIATED FABRICATION AND TESTING.
4. PRICES INDICATED ABOVE SHALL BE IRRESPECTIVE OF NOZZLE THICKNESS.NO EXTRA CLAIM ON THIS ACCOUNT WILL BE
ENTERTAINED AT A LATER DATE.
5. THE SCHEDULE OF RATES EXCLUDES COST OF REINFORCEMENT PAD.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 263 of 283
UNIT RATES DOCUMENT No.
FOR A307-16-46-UR-6545
ADDITION/DELETION Rev. A
Page 8 of 8

TABLE-1(C) SCHEDULE OF RATES FOR ADDITION/DELETION OF NOZZLES

FLANGE MATERIAL: - SA-105


NOZZLE NECK MOC: - SA 106 Gr. B / SA-516 Gr. 60

ANSI B 16.5/ ANSI B 16.47 (SERIES B)


CLASS 300 (WN RF FLG.) CLASS 600 (WN RF FLG.) CLASS 900 (RTJ FLG.)

SL.NO. NOMINAL SIZE WITHOUT BLIND WITH BLIND WITHOUT BLIND WITH BLIND WITHOUT WITH BLIND REMARKS
NB FLANGE FLANGE FLANGE FLANGE BLIND FLANGE FLANGE

1 25

2 40

3 50

4 80

5 100

6 150

7 200

8 250

9 300

10 350

11 400

12 450

13 500

14 600

15 650

16 700

17 750

18 800

19 850

20 900

21 1050

22 1200

23 1350

24 1400

25 1450

26 1500

NOTES :-

1. MATERIAL SPECIFICATION FOR NOZZLE COMPONENTS SUCH AS NOZZLE NECK, FLANGE, REINFORCEMENT PAD, NOZZLE STIFFENER,
STUDS, NUTS AND GASKETS SHALL BE AS PER ENGINEERING DRAWING. NOZZLE REINFORCEMENT AND PROJECTION DETAIL SHALL
BE AS PER EIL JOB STANDARD NO.7-12-0013.
2. SCOPE OF SUPPLY OF NOZZLE COMPONENTS SHALL BE AS PER MATERIAL REQUISITION.
3. THE RATES QUOTED SHALL INCLUDE SUPPLY OF NOZZLE NECK, FLANGE, STIFFENER, STUDS, NUTS AND GASKETS (WHEN SUPPLIED
WITH BLIND FLANGE) AND ASSOCIATED FABRICATION AND TESTING.
4. PRICES INDICATED ABOVE SHALL BE IRRESPECTIVE OF NOZZLE THICKNESS.NO EXTRA CLAIM ON THIS ACCOUNT WILL BE
ENTERTAINED AT A LATER DATE.
5. THE SCHEDULE OF RATES EXCLUDES COST OF REINFORCEMENT PAD.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 264 of 283
geINIDIA
Oliar LIMITED
MINERS
Govt. of India Undertaking)
MANHOLE WITH
HINGED COVER
STANDARD No.
7-12-0009 Rev. 6
Page 1 of 2

3M16 SS d0 3 THK. WASHER


JACK SCREWS ON WELDED TO HINGE BAR
BOLT CIRCLE DIAMETER
(SEE NOTE-3) ./"."" 4 GAP
THK. WASHER
25 CLEAR

SS HINGE
BAR
MIN 3 THK. WASHER
80 C' 4 GAP
BLIND
M16 FLANGE

80 SS COTTER PIN
WITH 3THK. WASHER

1-3mm NPT
-J 120 0
TELLTALE HOLE U-
N
I-
0
1 110 0

M16
0

20 0 ROD
SEE NOTE-2
slue
HANDGRIP DETAIL OF JACK SCREW

di 0

BLIND FLANGE
SLOPE TO FIT
PERIPHERY OF
W.N. OR S.O. MANHOLE FLG.
FLANGE R
W.N. OR S.O.

II d10
R
FLANGE

MIA9111
BLIND FLANGE

SIDE AND BOTTOM


MANHOLE TABS DETAILS TOP MANHOLE TABS DETAILS
f5C- (11'`')/
6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT KM/SC DM
5 11.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
No.
Date Purpose by by
Convenor Chairman
Page 265 of 283 Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
ENIGINEERS MANHOLE WITH
figulMONDIA 1.1101FE) IA Govt. of India Undertaking) HINGED COVER
7-12-0009 Rev. 6
Page 2 of 2

NOMINAL G t d R d1 L
FLANGE RATING
BORE

400 298 28 35 55 36 42

450 318 28 35 55 36 42
CLASS 150
500 348 28 35 55 36 42

600 406 28 35 55 36 42

400 324 28 35 55 36 42

450 355 28 35 55 36 42
CLASS 300
500 386 30 35 55 36 42

600 458 30 35 55 36 42

400 342 32 40 55 41 47

450 372 32 40 60 41 47
CLASS 600
500 406 36 40 60 41 47

600 470 36 40 75 41 47

400 352 32 40 60 41 47

450 394 32 40 65 41 47
CLASS 900
500 428 40 40 70 41 47

600 520 40 40 90 41 47

NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
WELD HINGE TABS AFTER TIGHTENING THE COVER WITH GASKET IN PLACE
AND MAINTAIN A LOOSE FIT OF HINGE BAR IN HINGE TABS.
BCD OF JACK SCREWS IS TO BE SUITABLY CHANGED IF MANHOLE
STUDS INTERFERE WITH JACK SCREWS.
IF SQUARE RODS ARE USED FOR HANDLES, THEIR EDGES SHALL BE ROUNDED OFF.
IN CASE OF CONFLICT, ENGINEERING DRAWING SHALL GOVERN.
ALL FILLET WELDS SHALL BE 6mm MINIMUM.
TELLTALE HOLE SHALL NOT BE PLUGED AND SHALL BE FILLED WITH
HARD GREASE ONLY.
THE MATERIAL OF COMPONENTS SHALL GENERALLY BE IS : 2062 UNLESS
OTHERWISE SPECIFIED ON ENGINEERING DRAWING. FOR LOW TEMPERATURE
SERVICES AND SERVICES ABOVE 425*C THE HINGE TABS AND HANDLE SHALL
BE OF SAME MATERIAL AS THAT OF SHELL.

6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RK AKM/SC DM


5 11.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 266 of 283 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD SPECIFICATION
tg
STANDARD SPECIFICATION No.

I
151fRiseA ENGINEERS FOR POSITIVE MATERIAL
si at efaleg INI NA LIMITED
/A nul na. Lnden.,), IDENTIFICATION (PMI) AT
6 - 81 - 0001 Rev. 2
SUPPLIER'S WORKS Page I of 8

covingii 4
c 1T

,flcomoict) TIPTth LI 111


f'6g itta-vr

STANDARD SPECIFICATION
FOR
POSITIVE MATERIAL
IDENTIFICATION
(PMI)
AT SUPPLIER'S WORKS

40D ., 15,
2 20.10.11 REVISED AND RE-ISSUED AKC DM

1 15.07.08 REVISED AND RE-ISSUED


NKR SSL SKP VC
0 07.12.00 ISSUED AS STANDARD SPECIFICATION AKC AKB AKB MI
Standards Standards
Rev. Prepared Checked Committee Bureau
No Date Purpose
by by Convenor Chairman
Approved by

Formal No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 267 of 283


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
151Mae? - le.' ENGINEERS FOR POSITIVE MATERIAL
imegver INDIA LIMITED
yin eRaWanJelwill Govl of India Undertakno IDENTIFICATION (PM I) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 2 of 8

Abbreviations:

API American Petroleum Institute


AS Alloy Steel
LSTK Lump Sum Turn Key
PMI Positive Material Identification
Sch Schedule
SS Stainless Steel
TPI or TPIA Third Party Inspection Agency

Inspection Standards Committee

Convenor: Mr.AK Chaudhary

Members: Mr. SS Lotay


Mr. SC Gupta
Mr. RK Singh
Mr. Rajeev Kumar
Mr. Anoop Goel
Mr. G Suresh
Mr. G Poornachandra Rao
Mr. MP Jain (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved


Page 268 of 283
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
151M4-e?fte ENGINEERS FOR POSITIVE MATERIAL
Ogrir tfigtegW INDIA LIMITED
Gorl of India undertaking} IDENTIFICATION (PMI) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 3 of 8

CONTENTS

1.0 SCOPE 4
2.0 REFERENCE DOCUMENTS 4
3.0 DEFINITIONS 4
4.0 PMI EXAMINATION 5
5.0 ACCEPTABLE METHODS FOR PMI 5
6.0 EXTENT OF PMI EXAMINATION 6
7.0 RECORDING AND DOCUMENTATION 7
8.0 MARKING 7

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved


Page 269 of 283
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ft/ ENCJNEERS FOR POSITIVE MATERIAL
beire,altateg 60
'- -1 INDIA LIMITED 6-81-0001 Rev. 2
IDENTIFICATION (PMT) AT
SUPPLIER'S WORKS Page 4 of 8

1.0 SCOPE

1.1 This specification applies to the requirements for Positive Material Identification (PMI) to be
performed at the Supplier's works on Metallic Materials procured either directly by the
Owner/EIL/ LSTK contractor or indirectly through the sub-Suppliers.

1.2 Any post order deviation from this specification must be approved by Owner/EIL in the
Deviation/ Waiver Permit format (No. 5-0000-0180-F1) enclosed with Material Requisition.

1.3 This specification covers the procedures and methodology to be adopted to assure that the
chemical composition of the material is consistent with the material specifications as specified
in purchase documents using 'Alloy Analyzer' at the time of final inspection before dispatch.

1.4 The scope of this specification shall include but shall not be limited to Positive Material
Identification (PMI) to be performed on Materials listed below:

1.4.1 For alloy Steel materials as below:


Alloy Steel Pipes including Clad Pipes
Alloy Steel Flanges & Forgings
Alloy Steel Fittings including Clad Fittings
Alloy Steel Fasteners
Alloy Cast & Forged steel valves
Alloy Steel Instrumentation Items (Control Valves, Safety Valves etc.)
Longitudinal Pipe & Fittings Welds.
Gaskets (for Ring Type Joints)

1.4.2 For Carbon Steel materials as below:


All Carbon Steel Piping items under NACE or HIC or H2
Carbon Steel flanges and valves (Rating 900# and above)
Carbon Steel Pipes & fittings for following thicknesses:
Size 1"- 2" NB : Sch 160 & above
Size 3" NB : Sch XS & above
Size 4" - 12" NB : Sch 120 & above

Following items shall be excluded from scope of PMI examination.

Gaskets other than for Ring Type Joints


Internal Components of Valves

1.5 All grades of material supplies including Stainless Steels shall be liable for PMI test at site. In
case of any defective materials being found at site, the Supplier shall be responsible to effect
replacement of such defective materials at project site without any delays to the satisfaction of
EIL site RCM (Resident Construction Manager).

2.0 REFERENCE DOCUMENTS

2.1 API Recommended Practice 578 (First Edition, May 1999) - Material Verification Program for
New and Existing Alloy Piping Systems.

3.0 DEFINITIONS

3.1 Supplier: Any Supplier or Manufacturer on whom an order is placed for the supply of referred
items. This definition shall also include any sub-Supplier or manufacturer on whom a sub-order
is placed by the Supplier.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 270 of 283


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
SaIRCIELM; ENGINEERS FOR POSITIVE MATERIAL
Par taiReZ VW INDIA LIMITED 6-81-0001 Rev. 2
IDENTIFICATION (PM I) AT
SUPPLIER'S WORKS Page 5 of 8

3.2 Inspection Lot: A group of items offered for inspection covered under same size, Heat and
Heat treatment lot.

3.3 Alloy Material: Any metallic material (including welding filler materials) that contains
alloying elements such as chromium, nickel, molybdenum or vanadium, which are intentionally
added to enhance mechanical or physical properties and/or corrosion resistance.

4.0 PMI EXAMINATION

4.1 The Supplier shall submit a procedure of PMI to comply with the requirements of this
Specification Approval of PMI Procedure shall be obtained from Owner/EIL/TPIA prior to
commencing manufacture/ inspection of product.

4.2 PMI examination of materials is independent of any certification, markings or colour coding
that may exist and is aimed at verifying that the alloy used are as per specified grades.

4.3 The Supplier shall identify all incoming alloy materials and maintain full traceability of all alloy
materials, including all off-cuts. Transfer of identification marks shall be undertaken prior to
cutting to ensure maintenance of identification on off-cuts.

4.4 The Supplier shall ensure that all alloy materials are segregated and stored in separately
identified locations to prevent the mix up of materials of different alloy specifications or alloy
material with carbon steel. Non ferro-magnetic materials shall be segregated at all times from
ferro-magnetic materials.

4.5 PMI examination is subject to surveillance inspection by Owner/EIL/TPIA.

5.0 ACCEPTABLE METHODS FOR PMI

5.1 The method used for PMI examination shall provide a quantitative determination of the alloying
elements like chromium, nickel, molybdenum or vanadium in Alloy Steel items.

5.2 Instruments or methods used for PMI examination shall be able to provide quantitative,
recordable, elemental composition results for positive identification of alloying elements
present.

5.3 The acceptable instruments for alloy analyzer shall be either "Portable X-Ray fluorescence" or
"Optical Emission" type each capable of verifying the percentage of alloy elements within
specified range.

5.4 Chemical spot testing, magnets, alloy sorters and other methods using eddy current or
triboelectric testing methods are not acceptable for PMI examination.

5.5 The PMI instrument used shall have the sensitivity to detect the alloying elements in the
specified range.

5.6 All PMI instruments shall have been serviced within a 6 month period of the time of use to
verify the suitability of batteries, sources etc., and the data of the last service shall be stated on
the PMI Report Form (Sample enclosed).

5.7 Each analyzer must be calibrated according to the manufacturer's specification at the beginning
and end of each shift. Instrument must be checked against known standard for each alloy type
to be inspected during the shift.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 271 of 283


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ISillaZreq e ENGINEERS FOR POSITIVE MATERIAL
s'Ig7e2eg W
INDIA UMITED
Govt a Inaa Undenakingi IDENTIFICATION (PMI) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 6 of 8

5.8 Certified samples, with full traceability, of a known alloy materials shall be available for use as
a random spot check on the instrument calibration.

5.9 The surfaces to be examined shall be prepared by light grinding or abrasive paper and solvent
cleaner. Evidence of Arc burn resulting from examination shall be removed by light grinding or
abrasive paper. No permanent marks, which are injurious to the usage of product in service, are
acceptable.

5.10 Alloy Steel ring type joint Gaskets shall be inspected by using portable X-Ray fluorescence
instrument.

5.11 Testing shall be done as per the procedures outlined by the manufactures of alloy analyzer
being used. Modification of these procedures if any must be approved by Owner/EIL.

5.12 The persons performing PMI shall demonstrate their capabilities to the satisfaction of
Owner/EIL/TPIA visiting engineer. If the Supplier has qualified operator on their rolls, he may
perform the examination. Otherwise PMI examination shall be sub-contracted to an independent
testing agency approved by EIL.

5.13 Whenever material is identified as not meeting requirements by the visiting engineer a rejection
note shall be issued.

6.0 EXTENT OF PMI EXAMINATION

Following sampling plans shall be applicable for PMI examination of various items.

Flanges, Fittings 100%


Valves, RTJ Gaskets

Pipes 100% (for pipes procured from traders).

2 random samples drawn from each


Size/Heat/Lot (for pipes procured directly from mills)
C. Fasteners

Lot Size Sample Size

Upto 100 2% (Min 2)


101 to 500 1% (Min 3)
501 and above 0.5% (Min 5)

Note:

For Welded Pipes and Fittings, PMI shall be performed on Base Metal as well as
weldments.

Whenever any sample drawn to PMI test on the basis of percentage selection in B & C
above, fails to meet specification requirements, 100% of items of lot shall be tested for
PMI.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 272 of 283


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
i.311-aelti . ENGINEERS FOR POSITIVE MATERIAL
ogrir EiRtegi INDIA LIMITED
IA Go' at India Undertaking) IDENTIFICATION (PMI) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 7 of 8

7.0 RECORDING AND DOCUMENTATION

The results of PMI examination shall be recorded in a Report Format as enclosed with this
specification.

8.0 MARKING

8.1 All alloy materials tested by PMI shall be identified using either of the following methods by
indicating "PMI OK"

Bar Code/Hologram Sticker


A low stress stamp marking

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved


Page 273 of 283
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
012-ael ie ENGINEERS FOR POSITIVE MATERIAL
st",ar &Reg W INDIALIMTED 6-81-0001 Rev. 2
GOA Of India undertakng) IDENTIFICATION (PMI) AT
SUPPLIER'S WORKS Page 8 of 8

POSITIVE MATERIAL IDENTIFICATION REPORT Page of


BULK MATERIALS

Project: Client Job No.

PMI Report No. Supplier/Sub-Supplier

Purchase Order No. Testing Agency

Purchase PMI Location


Requisition No:

Bulk Item Type (as per Requisition)

Material Specification/Grade

Number of items in Lot

Requisition Item No./ Description Major content, Weight Percent Remarks


Accept/Reject

Element Cr Mo Ni V

Specified Range

Actual observations

Instrument Type / ID

Last Service Date Witnessed By


Inspection Agency

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved


Page 274 of 283
FIRE PROOFING STANDARD No.
15MAZIEqENGINIEER.S
faglegVOY INDIA LIMITED AND 7-12-0025 Rev. 5
IMAM FRWIU ter MAAR) (A Govt. of India Undertaking)
INSULATION SUPPORTS Page 1 of 2

M6 x 4OLG. G.I. BOLTS 2-M6 BOLTS


6 DIA. HOLE FOR VESSEL DIAMETER ABOVE 600, TACK WELDED AT 600 PITCH x25LG. G.I.
(TYP) PROVIDE 30X6 THK. FLATS WITH BOLTS AND
60 HOLE AT NUTS (TYP.)
10 TYP HEIGHT EQUAL TO INSULATION 600 PITCH
THK. AT 600 CIRCULAR PITCH
100 MIN. (TYP.) NOTE-7)
CORRUGATED
SHEET
10 DIA. LOOSE 3 THK. X 20 0.D
RING (TYP.) 100 MIN. NEOPRENE WASHER
S 2 THK. ALUMINIUM
WASHER
T.L
rJ
`A'
3 THK.
ASBESTOS SHEET
6 THK. ANGLE RINGS
VIEW - 'A'
(WELD ENDS)
8 THK. T-CLEATS AT
1000 PITCH(MINIMUM
3 CLEATS PER RING)
10
(TP)
010 HOLE ON
DETAILX ANGLE LEG
(FOR HOT INSUSLATED VESSELS)
(WHERE => 40) VIEW 'B'
INSULATION
THICKNESS (S)

N W.L o b
T.L

600 MIN. FOR VESSELS


INSULATED FOR TEMP.
ABOVE 400'C.
r- ry r J W.L.

5 X COLD INSULATION
THICKNESS ( MIN 600MM)

a_
7
1=-J b
M12 SQUARE NUTS TACK WELD
ON INSIDE AND OUTSIDE OF PIPE G
SKIRT 111SUPPORT
SKIRT ON 450 TRIANGULAR PITCH
FOR FIRE PROOFING (SEE DETAIL-Y) ANGLE LEG
(REFER NOTE-8) SUPPORT

M12 SQUARE NUTS TACK


WELDED AS SHOWN IN
SEC.D-D FOR FIRE PROOFING
(REFER NOTE-8)

DETAILY

SECTION 'CC'

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD DM


4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Page 275 of 283 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
STANDARD No.
INPIZIEgMENIGINEERS FIRE PROOFING
fs' WWIEPIegilir INDIA LIMITED AND 7-12-0025 Rev. 5
E9210121BTWO (A Govt. of India Undertaking)
INSULATION SUPPORTS Page 2 of 2

2 NOS. 100 HOLES IN


PROVIDE ONE HEAT BREAK TCLEAT / RING FOR 14.1

M6 X 25 LG G.I. BOLTS w 0
BETWEEN TWO CLEATS (TYP) w
AND NUTS. to z
AIR POCKET
6 THK. FLAT (FOR VESSEL TEMP.
10
ABOVE 400T)

3 THK.
ASBESTOS SHEET

8 THK. TCLEATS AT 40X6 THK. FLAT


1000 PITCH(MINIMUM WITH 60HOLES
3 CLEATS PER RING)
500 PITCH
10 TYP.
6 THK.
SUPPORT RING
WITH 6 DIA.
HOLE AT 600
* = (C OLD INSULATION THICKNESS 50 MM) PITCH
= 5 0 MM (MIN)
VIEW 'P' DETAIL 'Z'
DETAIL-X
(FOR COLD INSULATED VESSELS)

M6 x 40LG. G.I. BOLTS


CORRUGATED TACK WELDED AT 600 PITCH B1
"SHEET 60 HOLE AT
3 THK. X 20 0.D 600 PITCH
NEOPRENE WASHER
S 2 THK. ALUMINIUM
WASHER

6 THK. ANGLE RINGS


IN SEGMENTS
6 THK. TCLEATS AT
10 1000 PITCH (MINIMUM
2 CLEATS PER SEGMENT) VIEW - 'Al'
(TYP)
10mm GAP
DETAIL-X
(FOR HOT INSULATED VESSELS) (rY1')
(WHERE S < 40)

NOTES VIEW - 'Bl


ALL DIMENSIONS ARE IN mm.
FOR MATERIAL SPECIFICATION REFER ENGINEERING DRAWING.
'R' SHALL BE EQUAL TO 175mm FOR VESSELS UPTO 3000mm DIAMETER AND 300mm FOR VESSELS ABOVE 3000mm
DIAMETER.
DETAILS, DIMENSIONS AND NOTES ON ENGINEERING DRAWING SHALL TAKE PRECEDENCE OVER THOSE SHOWN HEREIN.
CLIPS SHALL CLEAR WELD SEAMS AND INSULATION RINGS SHALL BE SUITABLY NOTCHED INCASE OF INTERFERENCE
WITH NOZZLES/ATTACHMENTS.
ONLY TCLEATS WITH ASBESTOS SHEET AND G.I. BOLTINGS, ANGLE RING ALONG WITH TACK WELDED BOLTS, INSULATION
SUPPORT CLEATS WELDED TO EQUIPMENT, LOOSE RINGS & M12 NUTS SHALL BE SUPPLIED BY EQUIPMENT FABRICATOR.
a) FOR COLD INSULATED VESSELS CLEATS ON DISHED ENDS ARE NOT REQUIRED.
b) FOR COLD INSULATED VESSELS CLEATS ON SHELL ARE TO BE PROVIDED IF COLD INSULATION THICKNESS IS MORE
THAN 60mm.
FOR UNINSULATED VESSELS SQUARE NUTS SHALL BE PROVIDED FOR ENTIRE HEIGHT OF SUPPORT (SKIRT, PIPE/ANGLE LEG).

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD


4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by Approved by
Page 276 of 283 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
Page 277 of 283
Page 278 of 283
Page 279 of 283
Page 280 of 283
Page 281 of 283
Offr ENGINEERS
STANDARD No.
egeINDIA LIAM
VESSEL TOLERANCES 7-12-0001 Rev. 5
(A Govt. of India Undertaking'
Page 1 of 2

L-

O
U-
r
REF. PLANE

ir4

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT A M/SC DM


4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 282 of 283 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
daMO ENGINEERS
INDIA MIMED
/A Govt. of India Undertakingl
VESSEL TOLERANCES 7-12-0001 Rev. 5
Page 2 of 2
NOTES
REFERENCE LINES SHALL BE LIGHTLY PUNCHMARKED INSIDE AND OUTSIDE AROUND THE CIRCUMFERENCE OF
THE SHELL PLATE ON THE TANGENT LINES OF THE VESSEL
a) OUT OF ROUNDNESS (OVALITY) SHALL BE AS PER APPLICABLE CODE.
b) OUTSIDE CIRCUMFERENCE OF SHELL SHALL BE WITHIN THE FOLLOWING LIMITS.
10 mm FOR NOMINAL DIAMETER 1200 mm AND UNDER.
12 mm FOR NOMINAL DIAMETER 1201 mm THROUGH 2400 mm.
20 mm FOR NOMINAL DIAMETER ABOVE 2400 mm.
c) FOLLOWING TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH FOR VESSELS WITH TRAYS
AND / OR PACKING. (FOR CARTRIDGE TYPE TRAY REFER SPECIAL NOTEE).

VESSEL NOM. DIA. TOLERANCE ON NOM. DIA.


2000 mm AND UNDER 0.5%
2001 mm TO 4000 mm GREATER OF 10 mm OR 0.35%
4001 mm TO 8000 mm GREATER OF t 14 mm OR 0.25%
ABOVE 8000 mm TO BE SPECIFIED ON VESSEL DRAWING.
TOLERANCE FOR LENGTH t 5 mm PER 3000 mm, MAXIMUM 15 mm.
OUTSIDE SURFACE OF CYLINDER MAY BE OUT OF ALIGNMENT / STRAIGHTNESS NOT MORE THAN 6 mm PER 6000 mm
STRAIGHT LENGHT, BUT NOT MORE THAN 20 mm FOR ANY LENGTH.
5. TOLERANCE FOR CENTRE TO CENTRE DISTANCE BETWEEN ANY PAIR OF INSTRUMENT CONNECTIONS TO BE AS FOLLOWS:
DISTANCE BETWEEN NOZZLES : * 1 mm
ORIENTATION : * 1 mm
NOZZLE FACE INCLINATION : * 1/4
ELEVATIONS FROM REFERENCE PLANE MAY VARY AS FOLLOWS:
MANHOLE: 12 mm, NOZZLE t 6 mm, INTERNAL SUPPORTS: t 3 mm, EXCEPT THAT LOCATIONS OF MANHOLES
AND NOZZLES NEAR THE TRAY SHALL NOT VARY MORE THAN 3 mm FROM THE TRAY.
PROJECTION OF FLANGE FACE FROM SHELL CENTRAL LINE / TANGENT LINE MAY VARY + 5 mm FOR NOZZLES
AND 12 mm FOR MANHOLES.
CIRCUMFERENTIAL AND RADIAL DEVIATION OF NOZZLES, MANHOLES AND SUPPORTS FROM THE TRUE POSITION SHALL
NOT VARY MORE THAN 3 mm.
BOLT HOLE ORIENTATION OF NOZZLES MAY VARY 2 mm AT BOLT CIRCLE.
VERTICAL AND HORIZONTAL DEFLECTION OF NOZZLE FLANGE FACES FROM PLANES NORMAL TO NOZZLE CENTRE UNES
OR PARALLEL TO VESSEL CENTRE UNE SHALL NOT BE MORE THAN t 1/2?
ALL TOLERANCES OF TRAY SUPPORTS TO BE AS PER TRAY SPECIFICATIONS / DRAWING.
THE BASE RING BOLT CIRCLE DIAMETER MAY VARY t 5 mm. FOR ANY DIAMETER MEASURED AT POINTS 90' APART,
DISTANCE BETWEEN TWO CONSECUTIVE HOLES MAY VARY BY 5 mm.
a) DEVIATION OF SUPPORT BASE FROM HORIZONTAL MAY BE AS FOLLOWS:
FOR VESSEL DIA. 1500 mm AND UNDER 3 mm
FOR VESSEL DIA. OVER 1500 mm TO 2000 mm 5 mm
FOR VESSEL DIA. OVER 2000 mm TO 4000 mm 6 mm
FOR VESSEL DIA. OVER 4000 mm TO 5000 mm 8 mm
FOR VESSEL DIA. OVER 5000 mm 10 mm
b) DEVIATION OF SUPPORT BASE FOR BRACKET TYPE SUPPORT / SADDLE SUPPORT FROM HORIZONTAL MAY BE 1?
DISTANCE BETWEEN CL TO CL OF SUPPORTS AND BOLT HOLES IN SUPPORTS FOR HORIZONTAL VESSELS MAY VARY 3 mm.
DISTANCE BETWEEN CENTRE UNE OF HORIZONTAL VESSEL AND BOTTOM OF SUPPORT MAY VARY 3 mm.
16. a) TOLERANCE FOR CENTRE TO CENTRE DISTANCE BETWEEN ANY PART OF EXTERNAL STRUCTURAL
ATTACHMENT SHALL NOT VARY MORE THAN t 3 mm.
b) TOLERANCE FOR DISTANCE FROM REFERENCE PLANE TO BASE OF VERTICAL SUPPORTS AND CENTRE LINE OF
SADDLE SUPPORT MAY VARY 6 mm.

SPECIAL NOTES
CUMULATIVE TOLERANCES ON CONSECUTIVE DIMENSIONS SHALL BE LIMITED BY OVERALL DIMENSIONAL TOLERANCES.
ALL TOLERANCES ARE FROM REFERENCE PLANE UNLESS OTHERWISE INDICATED.
INTERFERENCE BETWEEN INTERNAL AND EXTERNAL PARTS OR ANY RESTRICTION TO THE INTENDED FUNCTION OF ANY
PART SHALL BE KEPT IN VIEW WHERE TOLERANCES ARE CUMULATIVE.
SPECIFIC TOLERANCES FOR ANY PART SHOWN ON EIL DRAWING SHALL BE GIVEN PREFERENCE TO THOSE GIVEN
IN THIS STANDARD.
UNUSUALLY LARGE OR COMPLEX VESSELS MAY BE EXECUTED AS PER FABRICATOR'S STANDARD WHEN THE TOLERANCES
AS SHOWN ARE UNREASONABLE. IN SUCH INSTANCES FABRICATOR'S TOLERANCES & UMITS MUST BE SUBMITTED
FOR APPROVAL.
E. VESSEL UPTO AND INCLUDING 750 mm NOMINAL DIAMETER SHALL HAVE CARTRIDGE TYPE TRAY. FOLLOWING
TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH.
VESSEL NOMINAL DIAMETER TOLERANCE
500 mm AND UNDER VESSEL I.D. + 1 mm
501 mm TO 750 mm VESSEL I.D. 3 mm A

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL AKM/SC DM


4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 283 of 283 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Potrebbero piacerti anche