Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
Table of Contents
Document Number Rev. Document Title Page
Number
A133-086-PA-MR- 0 ENQUIRY DOCUMENT 4
5025-5-RFQ
A133-086-PA-MR- B PUMP CENT. HORZ. MULTI SPECIAL PURPOSE PROCESS) 79
5025
A133-086-16-45-LL- A List Of attachments(RED) 84
5025
A133-086-16-45-SI- A Special Instructions to Bidders 87
5025
ANNEXURE-1 TO A Annexure-I to Special Instructions to Bidders 95
A133-086-16-45-SI-
5025
A133-086-16-45-LP- A Loading & penalty criteria For Centrifugal pumps 96
5025
44NC-4600-0086- A Jacobs-Job Specifications-Centrifugal Pump 99
M02-0033-A4-CPMS
A133-86-02-DS- A Process Data Sheet 112
1607-8-11-13
A133-086-16-45-BF- A Format for List of Deviations to Technical Specifications 120
5025
44NC-4600-0000- A Scope Of Work For Mechanical/ Rotary 122
M02-0036-A4-CPMS
44NC-4600-0000- A Jacobs - Mandatory Spares List & Tools & Tackles 135
N02-0028-A4-CPMS
44NC-4600-0000- A Spares, Tools, Consumables 167
N02-0031-A4-CPMS
A133-086-16-45-SL- A Spare Parts Inter-changeability Report (SPIR) - Blank Format 173
SPIR
A133-086-16-45- A Technical Compliance Statement 177
TCL-5025
44NC-4600-0000- A Site Data (Process Basic Engineering Design Basis Excerpt) 178
P02-0001-A4-CPMS
A133-086-16-45-UD- A Format for Utility Consumption Requirements 186
5025
44NC-4600-0086- A Jacobs-Mechanical Datasheet 190
M04-0019-CPMS
44NC-4600-0000- A Data Sheet for API 670 Monitoring System (Blank) 226
M04-0008
44NC-4600-0000- A Data Sheet for API 671 3rd Ed. Couplings (Blank) 230
M04-0009
44NC-4600- A Data Sheet for Oil System (Blank) 232
0000M040003A4
A133-02-41-86-1186 A Seal Plan P&ID 239
20367-86-1116- A P&ID 242
1129-1131
A133-086-16-45- A Vendor Data Requirements 249
VDR-5025
EIL-1641-1923- A Vendor Drawing/ Document Submission Schedule 274
CPMS
44NC-4600-0000- A ERP-Centrifugal Pump(Horizontal Multistage) 275
M04-0024-A4-CPMS
44NC-4600-0000- A Engineering Design Basis Rotating Equipment - ISBL 288
M06-0001-A4
M010001B SH - 1 A Design Basis Annexures 325
OF 2
M010001B SH - 2 A Design Basis Annexures 326
OF 2
M010002B SH - 1 A Design Basis Annexures 327
OF 4
Page 1 of 724
Table of Contents
Document Number Rev. Document Title Page
Number
M010002B SH - 2 A Design Basis Annexures 328
OF 4
An-2-db-rot-eqpt A Design Basis Annexures 329
44NC-4600-0000- A Standard Specification For Centrifugal Pumps 331
M02-0001-A4-CPMS
44NC-4600-0000- A General Specification for Painting 349
V02-0111-A4
44NC-4600-0000- A Standard Specification for Lube & Seal Oil System (API 614 5th 394
M02-0007-A4 Edition)
44NC-2600-0000- A General Specification for Hardness Requirements 401
V02-0113-A4
A133-086-16-45- OD A Indicative Inspection & Test Plan ¿ Centrifugal Pump 404
¿ ITPP
A133-086-16-45- A Indicative Inspection & Test Plan ¿ Shell & Tube Heat Exchanger 406
OD-ITPX
44NC-4600-0000- A Jacobs ¿ Quality Management System (QMS) 409
N02-0040-A4
Annexure-I-II-III-IV-V A Jacobs ¿ QMS Annexure¿s I, II, III, IV, V 416
A133-860241-1116- A EIL P&IDs 422
1129-1131-1112
44NC4600ESS001A 0 LV INDUCTION MOTORS 426
A133-086-16-50-SP- A JOB SPECIFICATION FOR CENTRIFUGAL PUMPS 441
5025
A133-00-000--ITP- A INSPECTION AND TEST PLAN (JOB SPECIFIC) 445
0003
44NC- 4 VENDOR LIST 447
4600R010005A4
A133-086-16-51-SP- A JOB SPECIFICATION 473
0003
A133-086-16-50-DS- A DATA SHEET FOR MV MOTOR 486
5026
A133-086-16-51-CF- A COMPLIANCE FORMAT 490
0003
A133-00-000--ITP- A INSPECTION AND TEST PLAN (JOB SPECIFIC) 492
0005
A133-086-16-50-VR- A VENDOR DATA REQUIREMENTS 494
5025
A133-086-16-51- A VENDOR DATA REQUIREMENTS 498
VDR-0003
A133-086-16-50-DS- A ELECTRICAL LOAD DATA 501
5027
44NC4600ITP001A 0 ITP FOR LV MOTORS 503
A133-086-16-51-IS- A JOB STANDARDS 505
0003
A133-00-000--ITP- A INSPECTION AND TEST PLAN (JOB SPECIFIC) 508
0004
A133-086-16-51-OD- A ANY OTHER DOCUMENT 510
0003
A133-086-16-50-DS- A DATA SHEET FOR HV MOTOR 526
5025
A133-086-16-51-MD- A MISCELLANEOUS 531
0003
A133-00-000--ITP- A INSPECTION AND TEST PLAN (JOB SPECIFIC) 586
0006
A133-086-16-51-DS- A DATA SHEET 589
0003
44NC4600ESS001B 0 HV INDUCTION MOTORS 597
A133-086-16-51- A DRAWING 611
0003
Page 2 of 724
Table of Contents
Document Number Rev. Document Title Page
Number
44NC4600ITP001B 0 ITP FOR HV MOTOR 612
6-78-0003 0 Specification for Documentation Requirement from Suppliers 614
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 626
7-44-0321 0 Standard for Orientation of Seal Pot & Auxiliary Connections of 635
Centrifugal Pumps
44NC-4600-00-R-01- A Vendor List 636
0005-HSIG
SEAL FLUSHING A SCHEMATIC SKETCHES FOR SEAL FLUSHING PLAN 52 53 32 719
PLAN 52 53 32
Page 3 of 724
0Regd. Office: Engineers India Bhawan, 1-Bhikaiji Cama Place, New Delhi-110066, India
Phone No. : 00 91 11 26762121 ; Fax No. : 00 91 11 26191714, 26167664
REQUEST FOR QUOTATION (RFQ)-(INDIGENOUS / FOREIGN / GLOBAL)
(e-Tendering)
1. Chennai Petroleum Corporation Limited (CPCL), a subsidiary of Indian Oil Corporation Limited has
existing Refinery Facilities at Manali, Chennai, Tamil Nadu (India). The present capacity of CPCL at Manali
Refinery is 9.5 MMTPA. CPCL is currently implementing a Revamp of existing units to increase the crude
processing capacity by 1 MMTPA to take the overall complex capacity to 10.5 MMTPA unit.
Chennai Petroleum Corporation Limited (CPCL) has awarded the work of Resid Upgradation Project-
Coker Block to Engineers India Limited (EIL) and EIL is the CONTRACTOR for this Project.
2. Bids are requested for the captioned item in complete accordance with enquiry documents/attachments.
3. The complete RFQ can be downloaded from the EIL website (http://tenders.eil.co.in or e-tender site of
EIL's ASP (Authorized service provider) https://www.tenderwizard.com/eil or from CPP portal
http://eprocure.gov.in/cppp.
iv) Bank Certified Mandate Form as per Annexure-II to Prefilled ATC, duly signed and
stamped with the Banker’s certification alongwith cancelled cheque.
vi) Unpriced copy of 2 years recommended spares for Operation & Maintenance of
equipment in the format enclosed with RFQ.
vii) Unpriced copy of copy Price schedule for Supervision Charges i.e. in the “Terms &
Conditions For Supervision Of Erection, Testing & Commissioning” indicating “Q” in
place of Prices)
ix) Fresh Solvency Certificate, date of issue of this certificate should not be earlier than 1
year from the date of Opening of Techno-commercial part.
Containing only prices filled in the prescribed price schedule excel format and other formats
provided in the RFQ Document, consisting of the following priced documents:
i) Prices in Price Schedule Format (only as per the Excel format uploaded on E-tendering
website https://www.tenderwizard.com/eil).
ii) Prices for 2 years recommended spares for Operation & Maintenance of equipment, in
the format enclosed in the RFQ.
iii) Per-diem charges for Supervision of Erection, Testing, Pre-commissioning and
Commissioning.
Note:
a) Bidders are required to have a VALID digital signature of class IIIB issued by C.C.A. (Controller
of certifying authority, India) for participation in e-tendering.
d) In addition to uploading the Integrity Pact on the e-tendering website, the same shall also be
submitted in Original physical form within the final bid due date & time indicated above.
In case the bidder fails to submit the Integrity Pact in original physical form within the
final bid due date & time, his bid shall be rejected, irrespective of their status/ ranking in
tender and notwithstanding the fact that a copy of the same was earlier uploaded by the
bidder.
5. Bids complete in all respects should be successfully Submitted online on or before the bid due date and
time specified above.
6. Offers received through Fax / Telex / Telegraphic / E-Mail / hard form (other than the documents
specifically required in hard form) shall not be considered.
8. EIL will open the bids received online at their office, at the specified date and time given in the RFQ or
extended date, if any.
The bidders who have submitted their bid will be able to view online the name & status of all the bidders at
their respective windows, after unpriced bid opening by EIL.
Similarly, all technically and commercially acceptable bidders will be advised of date and time of online
priced bid opening. Aforesaid Bidders, will be able to view online the price sheets of other techno-
commercially acceptable bidders at their respective windows, after priced bid opening by EIL.
9. 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.
10. Please furnish your response to our RFQ either through EIL’s website http://tenders.eil.co.in or by
sending email/fax to EIL as per Proforma of Reply/ Acknowledgement Letter enclosed, by the pre-bid
meeting.
If not bidding, please return enquiry documents along with regret letter within the due date with reason(s)
of not participating in the RFQ.
The bidders should respond to this enquiry either by submitting their bids or by explaining the reason for
non-submission of the offer. In case there is no response either way continuously, the bidder shall
be liable for suitable action including review of their enlistment with EIL for that particular item.
11. The bidder shall bear all costs associated with the preparation and submission of its bid, and the
Purchaser shall in no case be responsible or liable for these costs regardless of the conduct or outcome
of the bidding process.
12. Bidders who are enlisted with EIL are required to quote as per their capabilities registered with EIL.
13. EIL reserves the right to use in-house information for assessment of bidder’s capability for consideration
of bid.
16. Net Worth of the Bidder shall be positive as per the immediate preceding year’s Audited financial results.
Bidder is therefore requested to furnish the latest Audited Financial Statement including Profit & Loss
Account.
In case, the bidder’s Net Worth is negative, their bid shall not be evaluated further. However this
criteria will not be applicable for Indian Central Public Sector Undertaking/Enterprises.
17. Purchaser reserves the right to allow purchase preference to Central Public Sector
Undertakings/enterprises, as admissible under prevailing policy of Government of India.
19. 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.
20. In case a supplier seeks any suo-moto price increase 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 sought.
The Owner requires that Bidders/ Vendors/ Contractors observe the highest standard of ethics during 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.
b) In case, the information/ document furnished by the Bidder/ Vendor/ 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/
Vendor/ 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) Incase, 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/ Vendor/ Contractor along with
forfeiture of CPBG/ Security Deposit furnished by the bidder/vendor/ contractor.
d) Further, such bidder/ vendor/ contractor shall be put on Blacklist/ Holiday/ Negative List of owner
debarring them from future business with Owner for a time period, as per the prevailing policy in EIL.
22. Submission of authentic documents is the prime responsibility of the bidder. Wherever EIL has concern or
apprehension regarding the authenticity/correctness of any document, EIL reserves a right of getting the
document cross verified from the document issuing authority.
Based on the lowest evaluated item wise prices out of the techno-commercial acceptable bidders,
the shifting of order shall be carried out provided the following conditions are met:
a) Shifting shall be done only if shifting cost of each order is up to Rs.1, 00,000/-.
b) Shifting shall not be resorted to if the value is more than 25% of the total order value of
the recommendation (i.e. total order valued for MR/RFQ). However, this ceiling will not be
applicable where total order value of recommendation is up to Rs. 4, 00,000/-.
c) In case the order value on L1 bidder is more than Rs. 2, 00,000/- then shifting shall not be
resorted.
With above shifting the selected bidder for award will be deemed to be L1 bidder
Bidder’s authorized representative(s) shall attend the pre bid meeting on the prescribed day at the given
venue. During the pre bid meeting, all the technical and commercial issues shall be discussed and
concluded to ensure that the bid received subsequent to pre bid meeting shall be without any deviations to
terms and conditions. Hence, bidders shall treat the pre bid meeting as utmost important and depute
competent & senior person capable of taking on the spot decision to sort out all the technical and
commercial issues.
However, in case any bidder does not attend the pre bid meeting, it shall be understood that the bidder
has a clear understanding of the scope & terms & conditions of the bidding document and does not have
any comments/ deviations to the requirements of the bidding document.
In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to submit any
queries/clarification/information pertaining to Bidding document in writing delivered by hand or by fax/ e-
mail as per format enclosed in the Bidding Document so as to reach two days prior to Pre-bid meeting.
These queries shall be replied during pre-bid meeting. The editable soft copies of the queries shall also be
e-mailed to enable EIL to prepare replies to the queries against each query in the same format
expeditiously.
Record notes of meeting, including the questions raised and the responses given will be furnished as
expeditiously as possible to all the bidders and shall also be uploaded on the website. After pre-bid
meeting, no further queries will be entertained from the bidders.
Any modification of the Bidding Document, which may become necessary as a result of the pre-bid
discussion, shall be intimated to all bidders through the issue of an Addendum/Amendment.
Based on the pre-bid discussions, no-deviation form/techno-commercial compliance shall be signed and
submitted by the bidders as part of their offer. After pre-bid meeting, no deviation shall be accepted and if
any deviation is found in the bid of such bidder, their offer shall be liable to be rejected without raising any
technical/ commercial queries.
Technical/ Commercial queries shall not be issued once the bid have been opened. However, wherever
CQ/ TQ are unavoidable, the same shall be raised only once and the cut-off date given for CQ/ TQ replies
shall be adhered to. Offers shall be evaluated based on the information available upto cut-off date for CQ/
TQ replies.
EIL reserves the right to go in for reverse auction among the technically and commercially acceptable
bidders. The decision to conduct reverse auction or not, will be conveyed to short listed bidders prior to
opening of price bid. In view of this, the bidders must quote most competitive prices in the first instance
itself.
The methodology and terms & conditions applicable for reverse auctioning is enclosed with this RFQ.
29. Offer Validity : Offer shall be valid for 03 Months from the date final / extended bid due date.
Indigenous suppliers:
For Supply (excluding Mandatory Spares): As per clause No. 1.1.1 (vi) of Instruction to Bidders.
For Supply : 12 Months on FOT Site basis reckoned from the date Fax of Acceptance / Purchase
Order. The date LR/GR shall be considered date of delivery.
32. Price Reduction Schedule: As per clause No. 12.1 & 12.4 of Instruction to Bidders.
The attached copy of the Integrity Pact shall be included in the Bid submitted by the bidder (to be
executed by the bidder for all RFQ of value Rs. 5 (Five) crore and above). In case a bidder does not sign
the Integrity Pact, his bid shall be liable for rejection.
The following two Independent External Monitors (IEMs) have been appointed by EIL, in terms of
Integrity Pact (IP) which forms part of EIL Tenders / Contracts.
i) Dr. U. K. Sen
C-162, Belvedere Park,
DLF Phase 3, Gurgoan-122002
(email : uksen@hotmail.com)
ii) Shri P. R. Balasubramanian
th st
229, 9 A Main, 1 Block,
HRBR Layout, Kalyan Nagar,
Bangalore-560043
(email : prbalasubramanian@gmail.com)
(REKHA CHOUDHARY)
Asst. General Manager (C&P)
Enclosures :
Reply/ Acknowledgement letter
Proforma of Letter of Authority Rev.0
Special Instructions to Bidders
Techno-Commercial Compliance To Bid Requirement
Format for Bidders’ Pre-bid Queries
Material Requisition
Dear Sirs,
We acknowledge with thanks receipt of your above cited RFQ alongwith enclosures. We undertake that the
contents of the above RFQ shall be kept confidential including all the drawings, specifications and documents
and the said documents shall be used only for the purpose, for which they are intended.
a. _____________________________________________________
b. _____________________________________________________
Thanking you,
Page 1 of 1
Page 12 of 724
PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING PRE-BID CONFERENCE
No. Date:
To,
ENGINEERS INDIA LIMITED
1, Bhikaiji Cama Place
R.K. Puram,
New Delhi 110066(India)
Attn . Ms. Rekha Choudhary, Asst. General Manager (C&P)
Dear Sirs,
We confirm that we shall be bound by all and whatsoever our representative (s) shall commit.
Yours faithfully,
Signature ……………………………
Note :
This Letter of Authority should be on the letter head of the bidder and should be signed by a person
competent and having the power of attorney to bind the bidder.
Page 1 of 1
Page 13 of 724
TECHNO-COMMERCIAL COMPLIANCE TO BID REQUIREMENT
We hereby agree to fully comply with, abide by and accept without variation, deviation or reservation
all technical, commercial and other conditions whatsoever of the RFQ documents and Amendment/
Addendum to the RFQ Documents, if any, for subject work issued by Engineers India Limited.
We hereby further confirm that any terms and conditions other than required, if mentioned in our bid, shall not
be recognised and shall be treated as null and void.
Page 1 of 1
Page 14 of 724
FOR BIDDERS’ QUERIES
NOTE: The Pre-Bid Queries may be sent on fax numbers 0091-11-26187664 and also by e-mail to r.choudhary@eil.co.in; uttam.kumar@eil.co.in
Page 1 of 1
Page 15 of 724
EXCEPTIONS AND DEVIATIONS
NOTE: This shall be submitted separately for Commercial & Technical Sections.
Page 1 of 1
Page 16 of 724
PRESENT COMMITMENTS AS ON …………………………………..
(Due Date for submission of Bid)
FULL POSTAL
DATE OF %AGE
ADDRESS OF SCHEDULE EXPECTED
SR. DESCRIPTION VALUE OF COMMEN- COMP.
CLIENT & NAME OF COMPLETION DATE OF REMARKS
NO. OF THE ITEM ORDERS CEMENT OF AS ON
OFFICER-IN- PERIOD COMPLETION
WORK DATE
CHARGE
Page 1 of 1
Page 17 of 724
RFQ No. : RC/A133-086-PA-MR-5025/005
Item : Pump-Centrifugal.Horizontal (Special Purpose Process), Pump-Centrifugal.Multistage
(Special Purpose Process)
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai
Name of Bidder: ______________________________________________
Offer No. : _______________________________________________
NOTES:
i. Prices for spares for 2 year normal operation and maintenance shall be furnished on FOT Despatch point
basis as per this format only. Supplier shall quote road freight upto Project Site.
ii. The prices for 2 years normal operation & maintenance shall be valid upto 2 years from the date of
purchase order. However, bidder to also quote for annual escalation in % for subsequent 2 years.
iii. The price for spares for 2 year normal operation shall not be considered for evaluation and owner reserves
the right to select and order these spares.
Page 1 of 1
Page 18 of 724
INSTRUCTIONS TO BIDDERS FOR E-TENDERING
Bidders who wish to participate for RFQs/ Tenders which are uploaded on EIL‟s Authorised service
provider‟s website (i.e. www.tenderwizard.com/eil) should follow the following instructions which shall
permit them to Search, View, Download and Submit their Electronic Bids online in a secure manner
ensuring confidentiality. These Instructions for E-Tendering shall be read in conjunction with various
instructions, wherever appearing with the RFQ/ Bidding Document. The conditions & instructions
mentioned here in under shall supersede and shall prevail over the conditions & instructions enumerated
elsewhere in the RFQ/ Bidding Document.
1) PARTICIPATION IN E-TENDERING, REQUEST FOR USER ID and PASSWORD:
To participate in E-Tendering, it is Mandatory to the Bidders have a user id and password on e-
tendering portal. Bidders are required to be registered on E-Tendering website to obtain user id &
password (password will be system generated). However for the tenders issued on limited basis,
bidders are already registered by EIL and after their registered, user id & password were
communicated to bidders at their e-mail id available in EIL. The bidders who are already registered
may contact to concern person of EIL to get their user id and password.
For tender issued on NIT/ Press advertisement basis, bidders are required to registered themselves
by using the link of registration provide on the home page of e-tendering website. The bidders are
required to fill the online registration form with all required details. The bidder should indicate correct
information including their e-mail since all system generated correspondences will be send on these e-
mail ids. Digital signature of class 3b individual or class 3 organization is a mandatory requirement for
e-tendering, right from log-in into the system. Hence, during registration, bidders shall fill the details
of their digital Signature (serial No.) to save time and avoid mapping of Digital Signature details to the
bidders user ID at the bid uploading stage. Otherwise, bidders are required to furnish their DC details
to EIL for mapping the same to their user id by Service provider. Once, the online registration form is
submitted with all required field and documents like pan card, registration or any other document of
company, the system will generate the user id and password for the bidder.
However, to use this user id, the bidders are required to get their user id enabled (activate) through
concerned engineer for the tender in EIL. Accordingly, after registration, bidder shall send a request to
EIL to activate their user id by providing user id and bid reference number.
Note : Bidders who are already registered in any earlier tender of EIL, need not to create new user id,
as the same user id can be used for all the tenders issued to them by EIL on this e-tendering portal.
User id and password are unique to each bidder and the bidder shall use the same to
view/download/participate in all e-tenders of EIL. Bidders are required to change the password during
their first login into the system. There will be single user id permission for each bidder in the system
for their company/Organization.
Bidders in their own interest are requested to register on e- tendering portal and upload/submit their
bid well in time. Bidders should avoid the last hour rush to the website for registration of user id &
password, enabling of user id and mapping of digital signature serial number etc. since this exercise
require activities from EIL & M/s Antares System (Service Provider) and needs time. In the event of
failure in bidder‟s connectivity with EIL/Service Provider during the last few hours, bidder is likely to
miss the deadline for bid submission. Due date extension request due to above reason may not be
entertained.
The bidder should familiarize themselves with the e-tendering system and understood all formalities
related to e-tendering including log-in, system settings, downloading & uploading procedures. The
contact details of the concerned representatives from ASP and other helpdesk no.
However, the open tenders can be viewed/ downloaded from the link “tender free view” provided on
the home page the website, without being log-in into the system.
4) DIGITAL SIGNATURE
Bidders cannot submit e-bids without having valid Digital Signature. The Digital Signature shall be
issued by C.A. (Certifying Authority) in India, in the name of a person authorized for E- Tendering on
behalf of his Company.
FOREIGN BIDDERS SHALL ALSO HAVE TO OBTAIN DIGITAL SIGNATURE FROM CERTIFYING
AUTHORITIES IN INDIA AS APPROVED BY CCA. DIGITAL SIGNATURE OBTAINED FROM FOREIGN
COUNTRIES ARE NOT ACCEPTABLE.
Note: In terms of Indian I.T Act 2000, only a digitally signed document will be considered as a valid
signed document.
Bidders shall ensure that all the required documents are uploaded in time and failure to upload the
same before bid submission date & time is the sole responsibility of bidder. Under no circumstances,
EIL shall entertain any request for acceptance of bid documents in physical form or any other form,
which are required to be uploaded on E- Tendering Website.
Bidders can submit their Bids on-line only after digitally signing the bid/documents with the Digital
Signatures used for log-in.
The Authenticity of above digital signatures may be verified through authorized CA after bid opening
and in case the digital signature is not authorized/valid, the bid will be rejected. Bidder shall be
responsible for ensuring the validity of digital signatures and proper usage of the same by responsible
persons.
No Late Bids after due date & time shall be permitted in E-Tendering website. The system time (IST)
being displayed on the E-Tendering website shall be final and binding on bidder and bids have to be
submitted by bidders considering this time only and not the time as per their location / country. Bidder
who intends to change the bid already submitted may change/revise the same on or before the
closing date & time of bid submission.
No Manual Bids shall be permitted. The offers submitted through E-tendering website shall only be
considered for evaluation.
Note:
i. Bidders are advised in their own interest to ensure that bids are uploaded in E- tendering
website well before the closing date and time of bid submission.
ii. No bid can be modified after the dead line for submission of bids.
iii. EIL shall not be responsible for any failure on the part of the bidder to follow the instructions.
iv. Inadvertently, if a document is uploaded in E- tendering website by the bidders, such
document can be deleted/detach by the Bidder and a new/modified document can be
uploaded digitally signed within the bid due date & time.
v. Bidders are requested to upload small sized documents preferably (upto 5 MB) at a time to
facilitate easy uploading into E- Tendering website. EIL does not take any responsibility in
case of failure of the bidder to upload the documents within specified time of Bid submission.
Bidder can upload any number of documents each below 5 MB in size.
vi. Wherever, the bidders are asked to upload the required document in Mandatory folders, the
bidders must upload the required document only in the Mandatory folders and other
documents can be attached in general documents section.
vii. Any bidder intends to modify their bid they should use “„MODIFY” instead of “WITHDRAW“.
viii. Caution : ONCE BID IS WITHDRAWN BY THE BIDDER WILLINGLY OR UNWILLINGLY ,
SYSTEM WILL NOT ALLOW THEM TO RESUBMIT THEIR BID.
7) OPENING OF BIDS:
The unpriced bids shall be opened online, at the specified date and time given in the RFQ document
or extended otherwise. The price bids shall also be opened online on the date & time which will be
informed to all the techno-commercially qualified/ acceptable bidders in advance.
System does not allow for submission of bids beyond the deadline for bid submission. The system
time displayed on EIL‟s ASP E-Tendering website shall be final and binding on the bidders for all
purposes pertaining to various events of the subject RFQ/ Bidding Document and no other time shall
be taken into cognizance.
9) GENERAL
i. The bidders may quote from their own offices/ place of their choice. Internet connectivity shall
be ensured by bidders on its own.
ii. Bidders agree to non-disclosure of trade information regarding the purchase, identity of EIL,
bid process, bid technology, bid documentation and bid details.
iii. EIL shall not have any liability to bidders for any interruption or delay in access to the site
irrespective of the cause.
iv. EIL shall not be responsible for any indirect / consequential losses / damages, including but
not limited to systems problems, inability to use the system, loss of electronic information,
etc.
v. EIL decision on award of Contract shall be final and binding on all the Bidders.
vi. EIL reserves the right to prescribe different Security Devices for accessing and/or using E-
Tendering System or any part thereof, including but not limited to prescribing different
Security Device(s) for accessing and/or using different parts of E-Tendering System.
vii. EIL reserves the right to prescribe password(s) and Login ID(s) for the bidders and its
representatives as well as any combination and/or sequence of letters and/or numerals for the
password(s) and Login ID(s).
viii. The actions, failures, omissions and defaults of the bidder's representative(s) shall be
construed and be given legal effect as if they are the actions, failures, omissions and defaults
of the bidder and the bidder shall be fully responsible for all such matters.
ix. The bidder shall bear all costs and expenses in relation to its access and use of E-Tendering
System, including but not limited to the costs and expenses incurred in ensuring its continued
access and use of E-Tendering System.
x. EIL shall not be responsible or held liable under these Terms and Conditions for any loss or
damage that is caused to any party due to use or misuse of the E-Tendering System or
breach, by any party, of the Terms and Conditions mentioned herein.
xi. All Clarification/ correspondences including enabling of user ids, password re-set request,
mapping of DC details, etc, if any, will only be entertained from 0900 Hrs. (IST) to 1600 Hrs.
(IST) only, during the office working hours.
Contact Persons:
2. Mr. Sachin
Contact no: 8401982112
Email: sachin.t@antaressystems.com
Page 1 of 1
Page 24 of 724
TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING & COMMISSIONING
For
RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI
1. Bidder shall quote per diem charges which shall include lodging, boarding, medical, local
transport, all insurances including Bidder’s personnel and third party insurance, income /
corporate tax (as may be applicable) and all other incidental charges but excluding to and fro Air
/ Rail fare and Service tax.
2. For Foreign Bidders : To & fro air fare by economy class through most economical route
preferably by Air India and AC 2 Tier by Train within India upto CPCL Manali Refinery site, will be
reimbursed at actual.
For Indian Bidders: To and fro Train fare by AC-2 tier for travel to CPCL Site will be reimbursed at
actual.
3. Bidders should quote per diem rate excluding Service Tax which shall be indicated separately by
the bidder in the Annexure-I to ATC.
4. The supervision charges of foreign vendor shall be net of income tax and the income tax on
supervision charges will be quoted separately by the bidder at the prevailing rate. In the event
the income tax quoted by the bidder is not at the prevailing rate, the Purchaser will consider
income tax at the prevailing rate for evaluation of bids. Any statutory variation on account of
change in income tax rate in Double Taxation Avoidance Agreement (DTAA) will be to
Owner’s/Purchaser’s account. Owner/Purchaser shall make payment of Withholding Tax and
provide certificate for Tax Deducted at Source (TDS) to the Seller. In case any refund is available
in Seller’s country against TDS certificate the same shall be passed on to Purchaser. Whereas,
supervision charges (in case of supply MR) of Indian vendor shall be inclusive of income tax.
5. Per diem charges shall be payable from the day bidder’s person reaches site upto the day he
leaves the site. No payment will be made for travel days/period.
6. Bidder will be responsible for all liabilities towards corporate tax, personal income tax etc.
(except Service Tax for their personnel deputed for the supervision job). Tax(s) as per
Government policy shall be deducted at source by Purchaser while making payments against
each invoice.
7. Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and holidays
as applicable to Purchaser’s site personnel shall apply.
8. Selection of Foreign/ Indian supervisory personnel shall be left to Purchaser’s choice.
9. Vendor’s supervisory personnel shall observe/abide by site working conditions prevailing at the
existing site, safety codes, Indian laws and local laws.
10. A notice period of 15 days will be given for mobilisation of supervisory personnel for supervision
of erection.
11. Payment shall be as per ITB.
12. Requirement of Employment Visa for Foreign Nationals
All foreign nationals coming to India for execution of Projects / Orders will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict adherence
of following norms:
i) Employment Visa is granted only for the skilled and qualified professional or to a person
who is being engaged or appointed by a company, organisation, 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.
ii) Request for employment Visa for jobs for which large number of qualified Indian are
available, is not considered.
Page 25 of 724
iii) Under no circumstances an Employment Visa is granted for routine, ordinary secretarial /
clerical jobs.
Bidders 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
Indian during execution of the Order.
Notes:
1. In case bidder recommends more than one category level of supervisory personnel the
information desired at Sr. Nos.1 to 5 above in the table shall be furnished separately for each
category of supervisory personnel.
2. Quoted per diem rate shall be considered in the evaluation as per RFQ Document.
Bidder’s Acceptance:
Page 26 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 1
1 PAYMENT TERMS
Page 27 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 2
Page 28 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 3
(vii) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (With site
work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at
least Code-2 and manufacturing schedule.
- 15% against receipt and identification of specified major raw materials and against
submission of equivalent BG..
- 65% against dispatch documents directly to EIL on prorate basis together with full taxes,
duties and transportation charges and on submission of Performance Bank Guarantee
valid for 3 months beyond guarantee period
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on successful completion of Site Work on submission of E1/E2 Form (wherever
applicable).
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers: Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
(viii) For all Site Fabricated Columns:
- 5% on approval of drawings, manufacturing schedule & QAP by TPIA.
- 15% after receipt of identified raw materials at fabrication yard and against certification
by TPIA against Hypothecation Bond.
- 50% on completion of fabrication in all respect, Third party inspection and making
completed column ready for hydro-testing.
- 10% after hydro-testing of completed column and against submission of Performance
Bank Guarantee for 10% of total order value valid for the guarantee period plus 3
(Three) Months claim period.
- 20% after receipt of tax invoice along with taxes & duties and after submission of final
technical documentation and drawings as per Purchase Requisition and on
transportation of completed column from fabrication yard/ assembly yard to erection site,
delivery of column up to equipment foundation and handing over to Engineer-in-charge
at site.
Terms of Delivery shall be delivery of column up to equipment foundation and handing over
to Engineer-in-charge at site.
1.1.2 For supply of Mandatory Spares:
- 90% on dispatch of spares against direct delivery of dispatch documents to
PURCHASER.
- 10% on receipt and acceptance of materials at site and on submission of EI/E2 FORM
(wherever applicable).
Page 29 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 4
(iv) Where the MR is for Packages (with significant Boughtout item) and calls for
Vendor Data Requirement: (Without site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition)
in at least in Code-2 & manufacturing schedule through Wire Transfer.
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 30 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 5
- 10% against placement of sub orders for specified major raw materials, against
submission of equivalent bank guarantee through wire transfer.
- 80% against shipping documents through irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
(v) Where the MR is for supply Packages (with significant Boughtout item) and calls
for Vendor Data Requirement: (With site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition)
in at least in Code-2 & manufacturing schedule through Wire Transfer.
- 10% against placement of sub orders for specified major raw materials, against
submission of equivalent bank guarantee through wire transfer.
- 70% against shipping documents through irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
- 10% on successful completion of Site Work through wire transfer.
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the
last 10% payment shall be released against submission of additional Bank Guarantee of
equivalent amount valid for 1 (One) year or such extended period as may required.
(vi) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (Without site
work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition)
in at least in Code-2 & manufacturing schedule through Wire Transfer.
- 15% against receipt and identification of specified major raw materials against
submission of equivalent BG through wire transfer.
- 75% (80% in cases where drawing approval is not required) against shipping documents
through irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
(vii) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (With site
work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition)
in at least in Code-2 & manufacturing schedule through Wire Transfer.
- 15% against receipt and identification of specified major raw materials against
submission of equivalent BG through wire transfer.
- 65% (70% in cases where drawing approval is not required) against shipping documents
through irrevocable Letter of Credit.
Page 31 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 6
NOTES :
(i) Total Order value shall be as indicated in the Purchase Order.
(ii) All bidders are required to submit their acknowledgement of FOA and/or PO.
(iii) PRS, if applicable, shall be deducted from payment milestone subsequent to dispatch of
material. In case of clause no. 1.1.1 (Viii), i.e., Fabricated column at site, PRS, if
applicable, shall be deducted from milestone payment of 20%.
(iv) All foreign vendors having service components in their purchase order are required to
submit PAN (Indian I. Tax) and to provide TRC (Tax Residency Certificate) from the
Govt. of vendor’s country in order to claim the benefit of DTAA, wherever applicable.
(v) In case of indigenous SUPPLIERs, wherever taxes/duties are separately indicated, the
order value shall be exclusive of taxes/duties. 100% payment of taxes/duties shall be
paid alongwith the payment released against dispatch documents on receipt of
Cenvatable (Duplicate Copy of Excise Invoice)/vattable documents (wherever
applicable).
Payment to indigenous SUPPLIERs shall be released through Electronic Clearing
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 32 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 7
System (ECS). In view of this, necessary details, such as name of bank, bank account
no. etc., duly attested by BIDDER’s bank must be submitted along with the offer.
(vi) Status of bills after submission can be viewed on our website
http://www.engineersindia.com.
(vii) Foreign bidders are required to submit contract cum Performance Bank Guarantee
within 30 days of FOA/PO.
(viii) Irrevocable Letter of Credit for payment to Foreign SUPPLIERs shall be established in
favour of the supplier in a bank in his country, for an appropriate amount (in line with
Payment Terms). L/C shall be opened within 45 days of receipt of acknowledgement of
FOA/PO along with PBG (wherever applicable). In case confirmed L/C is insisted by
supplier, L/C confirmation charges shall be to supplier’s account.
(ix) Payment to foreign SUPPLIERs against Site Work and Supervision/Training shall be
through wire transfer.
(x) All payments (other than through L/C) shall be released within 30 days of receipt of
invoice and all requisite documents, complete in all respects.
(xi) All bank charges of respective bankers shall be to respective account.
(xii) Seller shall submit Billing Schedule within three weeks after placement of FOA/PO (
whichever is issued earlier ) for PURCHASER’s approval (wherever applicable).
(xiii) Sellers requiring multiple despatches will restrict the number of despatches to maximum
three, unless agreed otherwise by Project Manager.
(xiv) All progressive advances to foreign as well as Indian bidders (except the milestone
payment against drawing approval) shall be against equivalent bank guarantees. The
progressive advances shall be paid through wire transfer to foreign bidder.
Other than the payment terms given above, no other advance payments shall generally
be payable. However, if any Seller insists on advance payments, such advance payment
(other than the payment terms given in RFQ) shall be interest bearing @ SBI PLR + 2%
per annum (simple interest) on reducing balance, up to delivery period and shall be
released only against equivalent Bank Guarantee, which shall be valid up to contractual
delivery date plus three months. Interest shall be adjusted while releasing the payment
against despatch documents.
2 TERMS OF DELIVERY
2.1 INDIGENIOUS ENQUIRIES: Terms of delivery are FOT Project site on freight prepaid &
door delivery basis. The date of receipt of material at site shall be considered as the date of
delivery.
2.2 FOREIGN ENQUIRIES: Terms of delivery are FOB international sea port of exit basis. The
Date of On Board Bill of Lading shall be considered as date of Delivery.
2.3 GLOBAL ENQUIRIES:
2.3.1 For Indigenous Suppliers: Terms of delivery are FOT Despatch point on freight to pay
basis. The date of LR/GR shall be considered as the date of delivery.
2.3.2 For Foreign Suppliers: Terms of delivery are FOB international sea port of exit basis.
The Date of On Board Bill of Lading shall be considered as date of Delivery.
Page 33 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 8
3 TRANSPORTATION
4 CURRENCY OF QUOTE
The prices shall be asked for AMC, if required as per Material Requisition.
In case of MRs containing supplies as well site work, a single order, covering the supply part
as well site work, shall be placed. Split ordering will not be permitted.
In case, a foreign SUPPLIER requests for a separate order on his Indian sub-SUPPLIER, the
same shall not be accepted. However, payment to Indian sub-SUPPLIER shall be released
directly in Indian Rupees against invoices duly certified by the Foreign SUPPLIER.
For this purpose, the Indian sub-SUPPLIER’s name, material and corresponding price in Indian
Rupees, shall be clearly spelt out in the purchase order on foreign SUPPLIER.. In case a
Foreign supplier sources supplies/ services within India, the applicable terms & conditions shall
be modified to the extent as per Annexure-1 enclosed.
Page 34 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 9
7 GUARANTEE PERIOD
8.1 PBG shall be required @ 10% of total order value. However, PBG shall not be required for
orders upto Rs. Twenty Five (25) Lakhs (equivalent Foreign currency in case of Foreign
SUPPLIERs) in case of Pipes, Fittings, Flanges, Gaskets and Fasteners in Limited
enquiries. For all other cases, PBG shall not be required for Orders upto Rs. Five (5) lakh
(equivalent Foreign currency in case of Foreign SUPPLIERs).
8.2 PURCHASER shall get all bank guarantees verified for authenticity from the regional /
controlling / branch office of the issuing bank before the same are accepted.
8.3 In limited enquiries for purchasing, Indigenous suppliers shall be required to submit the
PBG while claiming the dispatch payment.
8.4 In all other cases, the PBG shall be required to be submitted within four weeks of issue of
FOA.
8.5 Performance Bank Guarantees shall be valid till expiry of guarantee period plus 3 (Three)
Months claim period after which the PBG shall be released.
8.6 Bank Guarantee(s) shall be issued through Indian Nationalised Bank/ Indian Scheduled
bank (other than Co-operative Banks) / Indian branches of foreign banks registered with
Reserve Bank of India as a scheduled foreign bank. Bank Guarantee from Foreign banks
will only be accepted if same is counter signed by their Indian branch or by any scheduled
Indian bank.
8.7 Bank Guarantee shall have a claim period of 3 (Three) Months after its expiry.
9 INDIAN TAXES/DUTIES
9.1 The prices shall be exclusive of all Indian taxes/duties applicable on finished
goods/services supplied directly to PURCHASER. The excluded taxes/duties shall be
payable extra at actuals against documentary evidence. Where Purchase Order includes
supply and site work, Purchase Order will be divided into supply and service portion
separately , no VAT on work contracts is envisaged, however VAT on work contract on
site work portion if applicable shall be included in the bidder’s quoted price & no statuary
variation is payable on the same.
9.2 Entry Tax and Terminal taxes are presently not applicable. If applicable at a later date,
same shall be payable extra at actual on production of necessary Documentary evidence.
Road permit shall be issued to supplier by CPCL for material consigned to CPCL.
9.3 All payments on account of Excise Duty, Service Tax, TNVAT on finished goods shall be
released on receipt of CENVATABLE ( Duplicate Copy of Excise Invoice) /VATTABLE
copy of corresponding invoice and documents valid for availing CENVAT / VAT credit.
Page 35 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 10
9.4 PURCHASER shall be able to avail 100% credit against TNVAT(i.e. VAT on sale of
finished goods). PURCHASER will not issue any concessional form for TNVAT.
TN VAT on sale of goods shall not be loaded for evaluation.
9.5 EIL shall issue concessional form-C for central sales tax.
CST against inter state sale shall be loaded during evaluation at the applicable rates.
9.6 Since Cenvat Credit shall be available against Excise Duty and Service Tax (excluding
service tax on freight) & the same shall not be considered for comparison purpose.
9.7 Indigenous SUPPLIER’s shall issue E1/E2 form on quarterly basis within 60 days after
completion of each quarter based on “C” form no. provided by PURCHASER.
PURCHASER will provide original “C” form in exchange of original E1/E2 form.
Statutory Variations are eligible only on Service Tax, cenvatable excise duty, and VAT
amount for which input tax credit is available to the OWNER under TNVAT Act subject to
SUPPLIER producing documentary evidence for the above . Statutory Variations are
eligible on CST also.
Statutory variations on non-cenvatable excise duty and VAT amount for which input tax
credit is not available to the OWNER/PURCHASER under TN VAT Act shall be to
SUPPLIER’s account.
9.8 All non-cenvatable /non-vattable taxes/duties shall be considered for evaluation.
9.9 All new taxes/duties/cess/levies notified after the last date of submission of final price
bid/price implication, but within contractual delivery /completion period, shall be to EIL’s
account. These shall be reimbursed against documentary evidence.
However, in case of delay on account of supplier, any new or additional taxes and duties
imposed after contractual delivery shall be to supplier’s account.
10.1 OWNER is obtaining an EPCG license for this project. In view of this concessional rate
of Custom Duty shall be applicable to imports from foreign BIDDER’s for the goods
directly consigned to CPCL.
10.2 Indigenous BIDDER’s will be required to quote price considering only merit rate of duty,
for their built in import content, in their bid and evaluation shall be done accordingly. No
PAC/EC/INVALIDATION LETTER shall be issued to Indigenous BIDDER’s.
11 FIRM PRICES
11.1 The prices shall be firm and fixed and not subject to any variation, whatsoever. In case of
Cables, variation in prices shall be admissible as per IEEMA Price Variation Clause.
11.2 For 2 years O&M spares, prices shall be kept valid for a period of 2 years from the date
of order of main equipment along with annual % escalation ( to be indicated by the
bidder) for subsequent two years.
12.1 In case of MRs other than packages, Price Reduction Schedule shall be @1/2% of value
of delayed equipment/ item per week of delay or part thereof subject to a maximum of
5% of total order value.
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 36 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 11
12.2 For packages and critical items, with or without site work, the Price Reduction Schedule
shall be @1/2% of total order value per week of delay or part thereof subject to a
maximum of 7.5% of total order value.
12.3 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 reduction for delay.
Note : it shall be endeavor to split the period ,i,e., a separate period for supply and site
work.
12.4 Price reduction shall be effected in the Invoice value before presenting for payment. The
Purchaser reserves the right to cancel the Purchase Order for any delay exceeding the
period of maximum reduction and the Seller shall be liable to all consequences thereof.
13 INSPECTION
General Purchase Conditions including formats for advance bank guarantee and Performance
Bank Guarantee shall be as approved earlier by ED Committee for LSTK Projects with
modification based on these terms and conditions.
16 BASIS OF EVALUATION
Page 37 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 12
Page 38 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 13
For global enquiries, evaluation of offer shall be done considering foreign exchange
rate, i.e., 1 USD = Rs. 56.13.
Payment shall be made based on the Foreign Exchange Rate prevailing on the date of
making payment.
NOTE :
- Site Work, wherever applicable, shall be considered for evaluation.
16.4 GENERAL
16.4.1 Taxes and duties will be cost loaded as quoted by the bidder. However, if 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 at the time of evaluation of Bids.
16.4.2 In case of pipes, if a foreign BIDDER has not quoted or not included stowage charges,
the same shall be loaded @ 10% of BIDDER’s quoted Ocean Freight.
17 LOADING/REJECTION CRITERIA
Cost loading on account of deviations to commercial terms & conditions shall be calculated on
FOT Despatch Point price/ FOB price as under :
Page 39 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 14
Guarantee (PBG).
In case foreign bidder submit stand by Letter of Credit in lieu of CPBG, same shall be
accepted. Confirmation charges for the stand by Letter of Credit shall be to seller’s account.
In case, Indian Supplier takes any deviation with respect to the amount or period or validity of
the performance bank guarantee, loading shall be done for the differential amount and /or the
differential period.
For differential period/amount loading, the following example will amplify the methodology :
For differential period:
10% for differential period : 10% * differential period /total period ,i.e, (guarantee period
+ claim period)
In case of Differential Amount
Amount offered by the Bidder : Loading
a) 10% : Nil
b) Less than 10% : Differential between the offered percentage and 10%
17.2.2 PRICE REDUCTION SCHEDULE ( APPLICABLE AS 1/2% TOV ~ 7.5% TOV FOR
PACKAGES & CRITICAL ITEMS ONLY )
(i) 1/2% of TOV up to maximum
a of 7.5% of TOV No loading
)
(ii) 1/2% of TOV to x% of TOV
b (7.5-x)%
)
(iii) Other than the above c 7.5%
)
NOTE: TOV – Total Order Value (FOT Despatch Pt. Price); DOV – Delayed Order Value (FOT
Despatch Pt. Price).
Note : In case the enquiry itself provides for price variation on account of certain variables,
offers seeking such variation shall not be loaded.
Page 40 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 15
17.6 DELIVERY
17.6.1 FOR IDENTIFIED CRITICAL EQUIPMENTS (TO BE IDENTIFIED BY THE
PROJECT):
Delivery/Completion period longer than required in enquiry shall be liable for rejection..
17.6.2 FOR BALANCE ITEMS/EQUIPMENTS (OTHER THAN CRITICAL EQUIPMENTS):
(i) FOR ENQUIRIES WITH DELIVERY/COMPLETION PERIOD UPTO 6 MONTHS
Delivery/Completion period longer than required in enquiry shall be loaded @ 1/2% per
week up to a maximum of four (4) weeks. In case, a SUPPLIER quotes delivery longer
than four (4) weeks from required, the bid shall be rejected. One (1) month shall be
construed as equal to four (4) weeks for the purpose of such evaluation.
Page 41 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 16
18 INVOICING INSTRUCTIONS
For imported goods, The Invoices shall be billed to CPCL a/c EIL. Consignee on the invoices
and bill of lading issued by the foreign supplier shall be in the name of CPCL.
For Indigenous Goods, the invoices shall be billed to EIL a/c CPCL. However , the consignee
in the tax invoices shall be CPCL a/c EIL to avail input credit of Excise duty by CPCL
Page 42 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 1
Annexure I
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. For such sub-supplies / services ,Commercial Terms & Conditions of the RFQ shall stand
modified to the following extent:
1. PRICING:
1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding charges.
1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on Indian sub-
suppliers. Purchaser shall issue ‘C’ form for Concessional rate of Central sales tax.
1.3 Separate and clear break-up of charges for inland transportation excluding Entry Tax & Terminal
Tax. Entry Tax and Terminal Tax, if applicable, shall be reimbursed at actuals by EIL on
submission of documentary evidence.
1.4 Materials if ordered against the RFQ/Bidding Document are required to be dispatched on door
delivery basis through a reliable bank approved Road Transport Company.
1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the EIL.
2. CURRENCY OF QUOTE:
The quoted price of sub-supplies / services shall be in Indian Rupees only.
3. AWARD OF ORDER:
Foreign Principal shall be the single point responsible Vendor and separate order on Foreign
supplier and Indian sub-supplier / sub-contractor is not acceptable. Single Purchase order shall be
issued on the Foreign principal clearly indicating the sub-supplier’s / sub-contractor’s name,
material and corresponding price in Indian Rupees.
4. DELIVERY:
The delivery period for sub-supplies shall be on FOT site basis within specified delivery period for
Foreign bidder as per Terms of RFQ/Bidding document.
5. PRICE REDUCTION SCHEDULE:
PRS shall be applicable in totality on Foreign scope + Indian sourced component / Service for
delay in supply of goods/services either by Foreign principals or Indian counterpart.
6. PAYMENT TERMS:
6.1 Indian sub-supplies:
90% through E-Payment with taxes and duties will be paid against receipt of Indian sourced
goods/material at project site.
10% against receipt & Acceptance on delivery of main equipments by Foreign principal and
as well as Indian supplies at site as per Terms of bidding document.
Payment of Indian sub supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly certified by Foreign principal.
Page 43 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 2
6.2 Foreign principals: Payment terms of Foreign bidder shall be modified and 5% payment out of
payment against shipping documents through L/c shall be released after receipt on delivery of
main equipments by Foreign principal as well as Indian supplies at site as per Terms of bidding
document through wire transfer.
6.3 The payments shall be made after Adjustment of Price Reduction Schedule.
7. PERFORMANCE BANK GUARANTEE:
Foreign principal shall submit the performance bank guarantee for 10% of total order value
including value of Foreign portion and Indian sourced components / services
Page 44 of 724
Page 45 of 724
Page 46 of 724
Page 47 of 724
Page 48 of 724
Page 49 of 724
ENGINEERS INDIA LIMITED
A133-01-GPC (Ind.)-R0
Page 50 of 724 Page 1 of 7
PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)
“Contractual Delivery Date”: Contractual Delivery The terms and conditions of the Purchase Order shall
Date is the date on which goods shall be delivered constitute the entire Agreement between the parties
F.O.T dispatching point/destination in accordance with hereto. Changes will be binding only if the amendments
the terms of the Purchase Order. The contractual are made in writing and signed by an authorized
delivery date/period is inclusive of all the lead time for representative of the Purchaser.
engineering, procurement of raw materials,
manufacturing, inspection, testing packing and any 6. INSPECTION-CHECKING-TESTING:
other activities whatsoever required to be accomplished
for effecting the delivery at the agreed delivery point. The equipment, materials and workmanship covered by
the Purchase Order are subject to inspection and
“Procurement co-coordinators /Managers”: testing at any time prior to shipment and/or despatch
Purchaser’s authorized representative appointed as and to final inspection within a reasonable time after
procurement co-ordinators/ manager. arrival at the place of delivery. Inspectors shall have the
right to carry out the inspection and testing which will
“INSPECTORS”: Inspectors Inspectors deputed / include the raw materials at manufacturer’s shop, at
authorized by Purchaser including Third Party fabricator’s shop and at the time of actual despatch
Inspection Agency. before and after completion of packing.
CLIENT: client means Chennai Petroleum Corporation All tests, mechanical and others as specified in the
Limited. Purchase Requisition and particularly those required by
codes will be performed at Seller’s expenses and in
PROJECT: Resid Upgradation Project- Coker Block accordance with Inspector’s instructions. The Seller will
at Manali Refinery of Chennai Petroleum Corporation also bear the expenses concerning preparation and
Limited. rendering of tests required by Boiler Inspectorate or
such other statutory testing agencies or by Lloyds
PROJECT MANAGEMENT CONSULTANT” or Register of Shipping and Industrial Services as may be
“PMC” or “CONSULTANT” shall mean any person(s) required.
nominated by the OWNER as the Project
Management Consultant for the Project. The words The salaries and fees of Inspectors and their travelling,
“PROJECT MANAGEMENT CONSULTANT”, “PMC”& lodging and boarding expenses will not be borne by the
“CONSULTANT” are synonymous. M/s Jacobs Seller unless inspection becomes anfractuous due to
Engineering India Private Limited is the PMC for this any omission or commission on the part of the Seller.
Project. Before shipping or despatch, the equipment and/or
materials will have to be checked and stamped by
2. REFERENCE FOR DOCUMENTATION: Inspectors who are authorized also to forbid the use
A133-01-GPC (Ind.)-R0
Page 51 of 724 Page 2 of 7
and despatch of any equipment and/or materials which Inspectors to maintain Schedule and delay, if any, in
during tests and inspection fail to comply with the this process will not be taken into consideration as a
specification, codes and testing requirements. cause of Force Majeure.
- Inform Procurement Coordinator/Managers at The first filling of oils and lubricants, if any, required for
least eight days in advance of the exact place, every equipment shall be supplied inline with MR. The
date and time of rendering the equipment or Seller shall also recommend the quality / quantity of oils
materials for required inspection. and lubricants required for one-year continuous
operation.
- Provide free access as required to Inspectors
during normal and / or extended working hours 9. SPARE PARTS:
to Seller’s or his/its sub-Supplier’s works and
place at their disposal all useful means of The Seller must furnish item wise and priced list of
performing, checking, marking, testing, spare parts required for two years normal operation and
inspection and final stamping. maintenance of the equipment and prime movers also.
Even if the Inspections and tests are fully carried out, The Seller shall provide the necessary cross - sectional
Seller would not be absolved to any degree from his drawing to identify the spare parts numbers and their
responsibilities to ensure that all equipment and location as well as an inter-changeability chart.
material supplied comply strictly with requirements as
per agreement both during manufacturing, at the time of 10. TRANSIT RISK INSURANCE:
delivery, inspection, on arrival at site and after its
erection or start-up and guarantee period as stipulated The Purchaser against its/ Client’s Open General Policy
in Clause 23 herein. (The name of the Insurance Co. will be conveyed
subsequently) shall cover transit Risk Insurance. The
The Seller’s responsibility will not be lessened to any Seller shall advise the dispatch particulars to the
degree due to any comments made by Procurement Insurance Company under advice to the Procurement
Coordinators/Managers and Inspectors on the Seller’s Coordinators / Managers before shipment.
drawings or specifications or by inspectors witnessing
any chemical or physical tests. In any case, the 11. RESPECT FOR DELIVERY DATES:
equipment must be in strict accordance with the
Purchase Order and/or its attachments failing which the Time of delivery as mentioned in the Purchase Order
Purchaser shall have the right to reject the goods and shall be the essence of the agreement and no variation
hold the Seller liable for non-performance of contract. shall be permitted except with prior authorization in
writing from the Purchaser. Goods should be delivered
7. OFFICIAL INSTITUTIONAL TESTING: securely packed and in good order and condition at the
place and within the time specified in the Purchase
In addition to testing and inspection by Inspectors Order for their delivery. The Purchaser reserves the
mentioned above, Lloyds register Industrial services or right to defer the period of delivery in writing.
similar institutional agencies like Boiler-Inspectorate
may be assigned for official testing of all coded 12. DELAYED DELIVERY:
equipment. The Seller shall ensure that all Procedures
for preparation and Performance of test prescribed by The time and date of delivery of materials / equipment
such institution shall be complied scrupulously. as stipulated in the Order shall be deemed to be the
essence of the contract. In case of delay in execution
The Seller is required to send to such institutions as of the order beyond the date of delivery stipulated in the
may be designed by the Purchaser at least three sets of order or any extensions sanctioned, the Purchaser may
fabricated / manufactured drawings for each equipment at his option either:
and calculations. All manufacturer’s mill test certificates
and analytical reports from material laboratories in (i) Accept delayed delivery at prices reduced by as per
respect of all raw material and components employed Price Reduction Schedule Clause of RFQ.
shall have to be presented to such Institution’s
Inspectors in the number of copies required. Seller (ii) Cancel the order in part or full and purchase such
shall be responsible for any delay in submission of cancelled quantities from elsewhere on account and at
necessary certificates. The Seller shall maintain close risk and cost of the Seller, without prejudice to its right
liaison with Procurement Co-ordinators and Institution’s under (i) above in respect to goods delivered.
A133-01-GPC (Ind.)-R0
Page 52 of 724 Page 3 of 7
13. DELAYS DUE TO FORCE MAJEURE: The transfer of property shall be deemed to have taken
place as follows subject to the provisions herein
In the event of causes of Force Majeure occurring within contained:
the agreed delivery terms, the delivery dates can be
15.1 F.O.T. despatch point: On handing over the
extended by the Purchaser on receipt of application
equipment to the carrier against receipt and
from the Seller without imposition of penalty. Only
such receipt having been passed over to the
those causes which depend on natural calamities, wars
Purchaser.
and national strikes which have duration of more than
seven consecutive calendar days and Government Acts 15.2 Equipment sent freight/ carriage paid to the
and other direct legislative enforcement are considered
Refinery site: On receipt of goods at site.
the causes of Force Majeure.
15.3 Equipment erected by the Seller; on
The Seller must advise the Purchaser by a registered acceptance at job site.
letter duly certified by a local Chamber of Commerce or
15.4 Equipment commissioned by the Seller: On
statutory authorities, the beginning and the end of such
taking over by the Purchaser for regular
causes of delay immediately, but in no case later than
operation after test run at maximum capacity
10 days from the beginning and end of each cause of
for specified period satisfactorily performed.
such Force Majeure condition defined above.
16. PRICE:
The extension of time for completion of the work or any
part of the work or any operation(s) involved therein Unless otherwise agreed to in the terms of the
shall be the sole remedy of the Seller for any cause or Purchase Order, the price shall be:
event of delay and the Seller shall not be entitled in
addition to or in lieu of such extension to claim any a) Firm and not subject to escalation for any reasons
damages or compensation for extended stay or whatsoever till the execution of entire order even though
otherwise whether under the law governing contracts or it might be necessary for the order execution to take
quasi-Seller or any other relationship, and the Seller longer than the delivery period specified in the order.
hereby waives and disclaims any and all contrary rights.
b) Inclusive of adequate road worthy packing and
14. REJECTION, REMOVAL OF REJECTED forwarding charges upto effecting delivery at F.O.T.
GOODS AND REPLACEMENT: despatch point in all cases whenever F.O.T destination
delivery terms are agreed to but exclusive of transit
In case the testing and inspection at any stage by insurance.
Inspectors reveal that the equipment, material and
workmanship do not comply with the specification and c) Exclusive of Central/State Sales Tax, Excise Duty
requirements, the Seller at his/its own expense and risk and or such imposts which are leviable by law on sales
shall remove the same within the time allowed by the of finished goods to Purchaser and/or Octroi duty, if
Purchaser. The Purchaser shall be at liberty to dispose any, leviable at destination/ project site. The nature and
of such rejected goods in such a manner, as he may extent of such levies shall be shown separately.
think appropriate. In the event the Seller fails to remove
the rejected goods within the period as aforesaid, all 17. TERMS OF PAYMENT:
expenses incurred by the Purchaser for such disposal
shall be to the account of the Seller. The freight paid by Payment terms shall be as specified in the Inquiry /
the Purchaser, if any, on the inward journey of the Purchase Order.
rejected materials shall be reimbursed by the Seller to
the Purchaser before the rejected materials are Seller shall claim their invoice excluding Excise Duty.
removed by the Seller. The Excise Duty shall be released separately on receipt
of documents including Transporters copy of Invoice,
The Seller shall have to proceed with the replacement valid for availing CENVAT. In the event CPCL is not
of that equipment or part of the equipment at able to claim CENVAT, the amount of Excise Duty to
Purchaser’s stores / site, if so required by the that extent shall be recovered from the Seller.
Purchaser, without claiming any extra payment. The
time taken for replacement in such event will not be Seller shall ensure submission of proper documents for
added to the contractual delivery period. availing CENVAT/ VAT benefits of Service Tax/ VAT. In
case the documents are not found to be in order,
15. TRANSFER OF PROPERTY FROM THE amount of Service Tax/ VAT will be recovered from the
SELLER TO THE PURCHASER. Seller.
A133-01-GPC (Ind.)-R0
Page 53 of 724 Page 4 of 7
The Seller shall furnish to the Purchaser bank owned by the Seller.
guarantee / Cash Security. Bank Guarantee shall be
from a Scheduled/ Nationalized Bank in a form Upon receipt of the cancellation notice the Seller shall
approved by the Purchaser for an amount of 10% of the discontinue all work on the Purchase Order and matters
contract value as security for the due performance of all connected with it.
the Seller’s liability in terms of and/or in connection with
the contract. This security will be released after the The Purchaser in that event will be entitled to procure
expiry of the period of performance guarantee. the requirement in the open market and recover the
excess payment over the Vender’s agreed price, if any,
The financial settlement of Seller’s Invoice is liable to be from the Seller, reserving to itself the right to forfeit the
withheld in the event the Seller has not complied with security deposit, if any, made by the Seller against the
submission of drawing, data and such documentation contract. The Seller is aware that the said goods are
as called for in Purchase Order and/or as required required by the Purchaser for the ultimate purpose of
otherwise. material production and that non delivery may cause
loss of production and consequently loss or profit to the
18. RECOVERY OF SUMS DUE: Purchaser. In this event of the Purchaser exercising the
option to claim damages for non-delivery other than by
Whenever any claim against the Seller for payment of way of difference between the market price and the
sum of money arises out of or under the contract, the contract price, the Seller shall pay to the Purchaser, the
Purchaser shall be entitled to recover such sums from fair compensation to be agreed upon between the
any sum then due or which at any time thereafter may Purchaser and the Seller.
become due from the Seller under this or any other
contract with the Purchaser including right to encash the The provision of this clause shall not prejudice the right
PBG. In the event of encashment of PBG, the same of the Purchaser from invoking the provisions of clause
shall be re-stored to its original amount by the Seller “Delayed Delivery” as aforesaid.
and should this sum be not sufficient to cover the
recoverable amount, the Seller shall pay to the 21. PATENTS AND ROYALTIES:
Purchaser on demand the balance remaining due.
On acceptance of this order, the Seller will be deemed
19. CHANGES to have entirely indemnified the Purchaser and
Procurement Coordinators/Managers from any legal
The Purchaser has the option at any time to make action or claims regarding compensation for breach of
changes in quantities ordered or in specifications and patent rights which the Seller deems necessary to apply
drawings. If such changes cause an increase or for manufacturing the ordered equipment and/or
decrease in the price or in the time required for supply, materials or which can in any way be connected in the
an equitable, adjustment under this provision must be manufacture.
finalized within 10 days from the date when the change
is ordered. 22. CONTROL REGUALTIONS:
iii) The Seller becomes bankrupt or goes into The Seller shall guarantee that any and all materials
liquidation. used in execution of the Purchase Order shall be in
strict compliance with characteristics, requirements and
iv) The Seller makes a general assignment for specifications agreed upon and that the same shall be
the benefit of creditors. free from any defects. Checking of the Seller’s drawings
by Procurement Co-coordinators/ Managers and their
v) A receiver is appointed for any of the property approval and permission to ship or despatch the
A133-01-GPC (Ind.)-R0
Page 54 of 724 Page 5 of 7
equipment and materials guaranteed by Inspectors 27. SELLER’S DRAWING AND DATA
shall not relieve the Seller from any part of his/its REQUIREMENT:
responsibilities of proper fulfillment of the requirement.
The Seller will guarantee that all materials and The Seller shall submit drawings, data and
equipment shall be repaired or replaced as the case documentation in accordance with but not limited to
may be, at his own expense in case the same have what is specified in the requisition and/or in the Seller
been found to be defective in respect of materials, drawings and data form attached to the Purchase
workmanship or smooth and rated operation within Requisition and as called for in Clause 8, viz. Expediting
Guarantee Period as stipulated in the RFQ document. above. Types, quantities and time limits of submitting
this must be respected in its entirety failing which the
The guarantee period for the replaced parts shall be 18 Purchase Order shall not be deemed to have been
months starting from the date on which the executed for all purposes including settlement of
replacements are put in service or period as specified payment since the said submission is an integral part of
above in case of critical items, whichever is later. Purchase Order execution.
Acceptance by the Purchaser or Inspectors of any
equipment and materials or their replacement will not 28. TECHNICAL INFORMATION:
relieve the Seller of his/its responsibility concerning the
above guarantee. Drawings, specifications and details shall be the
property of the Purchaser and shall be returned by the
The Seller shall furnish a Bank Guarantee for 10% of Seller on demand. The Seller shall not make use of
total of total order value (as per proforma hereunder) to drawings and specifications for any purpose at any time
support Seller’s performance. This bank guarantee save and except for the purpose of the Purchaser.
shall remain in force for the entire period covered in
Performance Guarantee plus three months. The Seller shall not disclose the technical information
furnished to or gained by the Seller under or by virtue of
24. NON-WAIVER: or as a result of the implementation of the Purchase
Order to any person, firm or body or Corporate authority
Failure of the Purchaser / Procurement Coordinators/ and shall make all endeavours to ensure that the
Managers to insist upon any of the terms or conditions technical information is kept CONFIDENTIAL. The
incorporated in the Purchase Order or failure or delay to technical information imparted and supplied to the
exercise any rights or remedies herein or by law or Seller by the Purchaser shall at all times remain the
failure to properly notify Seller in the event of breach, or absolute property of the Purchaser.
the acceptance of or payment of any goods hereunder
or approval of design shall not release the Seller and 29. PROGRESS CHART AND EXPEDITING:
shall not be deemed a waiver of any right of the
Purchaser / Procurement Coordinators/Managers to The Seller shall submit to EIL within four (4) weeks from
insist upon the strict performance thereof or any of his the date of Fax Of Acceptance a BAR CHART showing
or their rights or remedies as to any such goods start and finish dates for various activities forming part
regardless of when goods are shipped received or of the execution of the order and identifying the delivery
accepted nor shall any purported oral modification or dates to this activity schedule. Seller shall update this
revisions of the order by Purchaser/ Procurement bar chart every fortnight showing the actual
Coordinators/Managers act as waiver of the terms performance of the activities and if and how the delivery
hereof. date has been affected thereby. Copies of the updated
bar chart will also be submitted for review of the
25. NON ASSIGNMENT: progress of the order.
The Seller without obtaining prior written consent of the Procurement Coordinator/Managers have been
Purchaser shall not assign the Purchase Order to any assigned to expedite both manufacture and shipment of
other agency. equipment and materials covered by the Purchase
Order. The Procurement Co-coordinator/ Managers
26. PART ORDER/ REPEAT ORDER shall have free access to Seller’s shop and/or sub-
Supplier’s shop at any time and they shall be provided
Seller hereby agrees to accept part order at Purchasers all the necessary assistance and information to help
option without any limitation whatsoever and also them perform their job.
accept repeat order(s) during a period of 6 months from
the date of original purchase order on same unit prices, In order to facilitate over-all execution of the order within
terms and conditions. the contractual delivery date, Seller shall furnish to
Procurement Coordinator / Manager within 4 weeks of
A133-01-GPC (Ind.)-R0
Page 55 of 724 Page 6 of 7
receipt of Purchase Order in required number of copies c) The Seller shall give a firm and binding list of
of documents / detailed drawings such as but not Purchasers issue of materials which shall be duly
limited to schedule/PERT chart, unpriced copies of sub reviewed & approved by EIL and the desired schedule
orders/sub contracts, phased program of itemize of its delivery to shop floor strictly in accordance with
manufacturing, testing and delivery and any other the sequence of fabrication vis-a-vis the contractual
information/documentation as may be called for by the delivery period.
Procurement Coordinators/Managers. All post order
correspondence shall be addressed to the DGM d) Unused materials or scrap from material supplied by
(Inspection), with a copy to the Project Manager, the Purchaser to the Seller shall be returned by the
Engineers India Ltd., New Delhi. Seller to the Purchaser or if the Purchaser so directs the
Seller may dispose of the same by sale or otherwise on
30. SERVICES OF SELLER’S PERSONNEL: such terms and conditions as the Purchaser may
stipulate and the Seller shall pay to the Purchaser the
Upon three week advance notice, the Seller shall sale proceeds of the material so disposed off by sale
depute the necessary personnel along with required deducting there from expenses incurred by the Seller on
Tools & Tackles to site for supervision of erection and such sale, the quantum of such deduction to be
start up of the equipment and train a few of the IOCL/ mutually agreed upon in advance between the
EIL’s personnel for the operation and maintenance of Purchaser and the Seller.
the equipment, if required by the Purchaser. The terms
and conditions for the services of the Seller shall be 33. HEADINGS:
mutually settled.
The headings of the conditions hereof shall not affect
31. SELLER’S LIABILITIES construction thereof.
A133-01-GPC (Ind.)-R0
Page 56 of 724 Page 7 of 7
Page 57 of 724
Page 58 of 724
Page 59 of 724
Page 60 of 724
Page 61 of 724
Page 62 of 724
Page 63 of 724
PROFORMA OF BANK GUARANTEE
(PERFORMANCE)
(On non-judicial stamp paper of appropriate value)
(For Indigenous Suppliers)
To
Engineers India Limited
Engineers India Bhawan
1 Bhikaiji Cama Place
R.K. Puram
New Delhi – 110 066
Kind Att.: Head (LSTK-Finance)
RFQ NO.: _______________________
Dear Sirs,
In consideration of the Engineers India Limited, 1 Bhikaiji Cama Place, R.K. Puram, New Delhi-110066 (hereinafter
called – “the Purchaser” which expression shall include its successors and assigns having awarded
________________________________ work to M/s (Name) _______________________________________
(Constitution) ___________________________ (Address) _____________________________ (hereinafter referred
to as “the Supplier” which expression shall wherever the subject or context so permits include its successors and
assigns) a supply contract in terms inter-alia, of the Purchaser’s Letter No. ______________________ dated
__________ hereinafter referred to as the “Contract” and the general purchase conditions of the purchaser and upon
the condition of Supplier’s furnishing security for the Performance of the Supplier’s obligations and/or discharge of the
Supplier’s liabilities under and/or in connection with the said supply contract for a sum of Rs.
_______________________ only amounting to 10% (ten percent) of the total contract value.
1. This Guarantee/Undertaking shall be a continuing Guarantee/Undertaking and shall remain valid and
irrevocable for all claims of the Purchaser and liabilities of the Supplier arising upto and until ___________
plus claim period of 3 months.
2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that the
Purchaser may now or at any time have in relation to the Supplier’s obligations liabilities under and/or in
connection with the said supply contract and the Purchaser shall have full authority to take recourse to or
reinforce this security in preference to the other security(ies) at its sole discretion, and no failure on the part
of the Purchaser in enforcing or requiring enforcement of any other security shall have the effect of releasing
the Bank from its full liability hereunder.
3. The Purchaser shall be at liberty without reference to the Bank and without affecting the full liability of the
Bank hereunder to take an other security in respect of the Supplier’s obligation and/or liabilities under or in
connection with the said supply contract and to vary the terms vis-à-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 to release or to forebear from enforcement of all or any of the obligations
of the Supplier under the said supply contract and/or the remedies of the Purchaser under any other
Guarantee(s) or Security(ies) now or hereafter held by the Purchaser and no such dealing(s), variation(s),
reduction(s) or other 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 Purchaser hereunder or of prejudicing
rights of the Purchaser against the Bank.
4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up, dissolution,
or change of constitution or insolvency of the Supplier or any change in the legal constitution of the Bank or
of the Purchaser.
Page 64 of 724
5. Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee/Undertaking and the
obligations of the Bank in terms hereof shall not be anywise affected or suspended by reasons of any dispute
or disputes having been raised by the Supplier (whether or not pending before any Arbitrator, Officer,
Tribunal or Court) or any denial of liability by the Supplier or any other order for Communication whatsoever
by the Supplier stopping or preventing or purporting to stop or prevent any payment by the Bank to the
Purchaser in terms hereof.
(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs._____________ (In
figures) ______________________ (In words) ____________________________ only).
(b) This Guarantee/Undertaking shall remain in force upto _____________ and any extension(s)
thereof, if any; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/Undertaking
unless a written claim or demand is issued to the Bank on or before _____________ plus 3 months
period or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been
extended.
7. The Bank doth hereby declares that Shri ______________________ (name & designation of the person
authorized to sign on behalf of the Bank) is authorized to sign this Guarantee/Undertaking on behalf of the
Bank and to bind the Bank thereby.
Yours faithfully,
(Signature)
NOTE
1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through Indian or
Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian
Branches of Foreign Banks.
3. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and
address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), Engineers
rd
India Limited, EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.
Page 65 of 724
PROFORMA OF BANK GUARANTEE
ADVANCE (INDIGENOUS)
(On non-judicial stamp paper of appropriate value)
To
Engineers India Limited
1 Bhikaiji Cama Place
New Delhi – 110 066
Attn.: Head (LSTK-Finance)
Project ______________________
RFQ No. _____________________
Dear Sirs,
Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi-110066 (hereinafter called – “the Purchaser” which
expression shall include its successors and assigns) has awarded M/s ____________________________________
(hereinafter called “The Supplier” which expression shall include its successors and assigns) the work of designing,
manufacturing, fabricating and supply of ______________________ in terms of a contract as constituted by Purchase
Order No. ____________________ dated _________________ issued by the Purchaser to the Supplier (hereinafter
called “The Contract” which expression include all the amendments and/or modifications of the Purchase Oder).
AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of Rs._________________ (Rupees
_________________________________________________) hereinafter called “The Advance” as financial
assistance to the Supplier under the Contract on the condition, inter alia, that the advance shall be secured by a Bank
Guarantee as hereinafter appearing:
(i) The Purchaser shall have the fullest liberty without reference to the Bank and without affecting in any way the
liability of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise vary
the Contract and/or any of terms and conditions thereof or of or relative to the advance and to extend time for
the performance of the Contract and/or repayment of the advance or to postpone for any time or from time to
time the obligations of the Supplier and to waive or postpone exercise of any of the rights available to the
Purchaser against the Supplier or to forebear from enforcing any of the terms or conditions of the Contract
and/or the advance or any security(ies) available to the Purchaser, AND the liability of the Bank shall remain
in full force and effect notwithstanding any exercise by the Purchaser of the liberty with reference to any or all
the matters aforesaid or by reason of time being given to the Supplier or any forbearance, waiver, act or
omission on the part of the Purchaser or any indulgence by the Purchaser to the Supplier or any other act,
matter or thing whatsoever which under the law relating to sureties would have the effect of releasing the
Bank from its liability hereunder or any part thereof, AND the BANK DOTH HEREBY waive all rights at any
time inconsistent with the terms of this Guarantee/Undertaking.
(ii) It shall not be necessary for the Purchaser to proceed against the Supplier before proceeding against the
Bank and this guarantee/undertaking shall be enforceable against the Bank as principal debtor
notwithstanding the existence of any other security for any indebtedness of the Supplier to the Purchaser
(including relative to the advance) and notwithstanding that any such security shall at the time when claim is
made against the Bank or proceedings taken against the Bank be outstanding or unrealized.
(iii) As between the Bank and the Purchaser for the purpose of this guarantee/undertaking the amount claimed
by the Purchaser from the Bank with reference to this guarantee/ undertaking shall be final and binding upon
the bank as to the amount payable by the Bank to the Purchaser hereunder.
Page 66 of 724
(iv) The liability of the Bank to the Purchaser under this guarantee/undertaking shall remain in full force and
effect notwithstanding the existence of any difference or dispute between the Supplier and the Purchaser,
the Supplier and the Bank and/or the Bank and the Purchaser, or otherwise howsoever touching or affecting
these presents or the liability of the Supplier to the Purchaser, and notwithstanding the existence of any
instructions or purported instructions of the Supplier or any other person(s) to the Bank not to pay or for any
cause withhold or defer payment to the Purchaser under these presents with the intent that notwithstanding
the existence of such difference, dispute or instruction, the Bank shall be and remain liable to make payment
to the Purchaser.
(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank or that of the
Supplier or the Purchaser, or any irregularity in the exercise of borrowing powers by or on behalf of the
Supplier.
(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Purchaser to or upon us upto
____________________ provided always that if for any reasons, the Supplier is unable to complete supplies
under the Contract, the Bank shall at the request of the Purchaser and without recourse to the Supplier
extend the validity of this guarantee/undertaking for a further period of six months. For the purpose of this
clause, the Purchaser’s statement that the Supplier is unable to complete supplies under the contract shall
be conclusive and final binding on us.
(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs. _______ (Rupees
__________________________________only).
(b) This Guarantee/Undertaking shall remain in force upto ______________ and any extension(s)
thereof; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/ Undertaking
unless a written claim or demand is issued to the Bank on or before ________ plus 3 months claim
period, or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been
extended.
(viii) The Bank DOTH HEREBY declare that Mr. ______________ (name of the person signing on behalf of the
Bank) who is _____________ (his designation), is authorized to sign this guarantee/undertaking on behalf of
the Bank and to bind the Bank thereby.
Dated this ________________________ day of ______________
Yours faithfully,
For _____________________________________________
Signature ________________________________________
NOTE
1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through Indian or
Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian
Branches of Foreign Banks.
3. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and
address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), Engineers
rd
India Limited, EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.
Page 67 of 724
JOB NO. A133
ENGINEERS INDIA LIMITED
RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI
PRE-FILLED AGREED TERMS & CONDITIONS (FOR INDIGENOUS SUPPIERS)
BIDDER’s NAME : M/s._____________________________________________________________________________
RFQ No.: ________________________________________________________________________________________
Bidder’s Offer Ref. No. :____________________________________________________________________________
Tel No. : ____________________________________ Fax No.:_____________________________________________
Contact Person :________________________E-Mail:______________________Mobile No:_____________________
Present rate of Excise Duty + Education Cess payable extra against Indicated
b)
documentary evidence on finished products (including spares). (Refer ANNEXURE – I
Indicated
c) Maximum rate applicable (If present rate is nil or concessional)
2 (Refer ANNEXURE – I)
Clarify whether Excise Duty + Education Cess will be applicable on freight Indicated
d)
charges also. (Refer ANNEXURE – I)
Please indicate following break-up
Indicated
e) I) Cenvatable [Excise Duty + Educational Cess]
(Refer ANNEXURE – I)
II) Non Cenvatable
Sales Tax:
Indicated
a) Sales tax payable extra Specify CST/ Tamilnadu VAT (TN VAT) on sale of
(Refer ANNEXURE – I)
goods.
3 *In case of CST, C form shall be provided.
b)
In case of TN VAT, no concessional form shall be provided. TN VAT shall be Confirmed
reimbursed to bidder subject to submission of requisite documents
enabling owner to avail “INPUT CREDIT’ for the same.
Page 68 of 724
S. No. DESCRIPTION BIDDER’S CONFIRMATION
EIL/CPCL shall avail credit of 100% of TN VAT on sale of goods. However,
for price evaluation TN VAT on sale of goods shall not be loaded. TN VAT
c) Confirmed
shall be reimbursed to bidder subject to submission of requisite
documents enabling EIL/IOCL to avail ‘INPUT CREDIT’ for the same.
Clarify whether CST / TN VAT on sale of goods will be applicable on freight Indicated
d)
charges also. (Refer ANNEXURE – I)
Indigenous suppliers shall issue E1/E2 form on quarterly basis within 60
days after completion of each quarter based on “C” form no. provided by
e) Confirmed
PURCHASER. PURCHASER will provide original “C” form in exchange of
original E1/E2 form.
In case Excise Duty / CST / TN VAT are stated as not applicable on freight
charges presently, and if they are applicable at the time of delivery due to
4 Confirmed
any reasons other than statutory, the same will be borne by the Bidder.
Confirm compliance.
Only statutory variations, if any, in the present rate of Service Tax,
cenvatable excise duty, Central Sales Tax and VAT amount for which input
a) Confirmed
tax credit is available to the EIL under TN VAT Act etc. shall be to EIL’s
account subject to documentary evidence to be furnished by the bidder.
5 Statutory variations on non-cenvatable excise duty shall be to SUPPLIER’s
b) Confirmed
account.
However, any variation in Excise duty + Ed. Cess at the time of supplies for
c) any reasons, other than statutory, including variations due to turnover, Confirmed
shall be borne by bidder.
VAT on Works Contract:
Confirmed
a) Wherever site job is involved, bidders to quote their prices inclusive of TN
VAT on work contracts (if applicable).
Only single order covering complete scope of supply & services will be
6 b) issued (indicating supply and services portion separately). Order for supply Confirmed
and services shall not be split.
Any statutory variation on TN VAT on work contracts or change in rate of
c) TN VAT due to wrong assessment by supplier shall be to supplier’s Confirmed
account.
Service Tax:
a) Service Tax on freight charges shall be included in the quoted Freight Confirmed
Charges.
Percentage of Cenvatable Service Tax applicable extra on Site Work Indicated (Refer Annexure I)
Charges, , if applicable as per MR.
b)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
7 Percentage of Cenvatable Service Tax applicable extra on Supervision Indicated (Refer Annexure I)
Charges, if applicable as per MR.
c)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Percentage of Cenvatable Service Tax applicable extra on AMC Charges, if Indicated (Refer Annexure I)
applicable as per MR.
d)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Page 69 of 724
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Percentage of Cenvatable Service Tax applicable extra on Training Indicated (Refer Annexure I)
Charges, if applicable as per MR.
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Entry Tax and Octroi:
Entry Tax / Octroi and Terminal Taxes are presently not applicable. If
8 a) applicable at a later date, same shall be payable extra at actual on Confirmed
production of necessary Documents/Invoices and information. Confirm
Compliance.
All new taxes/duties/cess/levies notified after the last date of submission
of final price bid/price implication, but within contractual delivery
/completion period, shall be to EIL’s account. These shall be reimbursed
a) against documentary evidence. Confirmed
9 However, in case of delay on account of supplier, any new or additional
taxes and duties imposed after contractual delivery shall be to supplier’s
account. Confirm compliance.
Any errors of interpretation of applicability of taxes/duties by bidders shall
b) Confirmed
be to bidders’ account.
Price Reduction Schedule:
a) Acceptance of applicable Price Reduction Schedule for delayed delivery as Confirmed
10 specified in RFQ/SIB.
In case of delay in delivery, bills shall be submitted after deducting price
b) Confirmed
reduction for delay.
Delivery Period / Completion Period:
11 Please confirm delivery/completion period as specified in RFQ Covering Confirmed
Letter.
Payment Terms:
a) Confirmed
Acceptance of applicable Payment terms as specified in RFQ /SIB.
Payment shall be released through Electronic Clearing System (ECS).
12 Furnished
In view of this, confirm that necessary details such as name of bank, bank
b) account no. etc. as per Mandate Form enclosed with RFQ, has been
furnished duly attested by your bank alongwith a cancel cheque, along (Refer ANNEXURE – II)
with your offer (as per Annexure-II to ATC) .
Part Order:
a) Confirmed
Acceptance of Part Order as per GPC (Indigenous).
13
Any charges quoted extra as lumpsum shall be applicable prorata on value
b) Confirmed
basis in the event of part order.
Repeat Order:
14 Confirmed
Acceptance of repeat order as per the clause specified in GPC (Indigenous).
Performance Bank Guarantee:
a) Submission of Performance Bank Guarantee for 10% of total order value as Confirmed
15 per General Purchase Conditions (GPC)/ Instructions to Bidders.
Indemnity Bond/Corporate Guarantee in lieu of PBG shall not be
b) Confirmed
considered.
Page 70 of 724
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Guarantee :
16 Confirm acceptance of Guarantee period & terms as per referred Clause of Confirmed
Instruction to Bidders/General Purchase Conditions (Indigenous) in RFQ
Covering Letter.
Firmness of prices:
17 The prices shall be firm and fixed and not subject to any variation, Confirmed
whatsoever. However, in case of Cables, variation in prices shall be
admissible as per IEEMA Price Variation Clause.
CIF Value of Built in Import Content and Import Duties:
a) In case of any Built-in import content considered in your offer, details of Confirmed
items to be furnished in Annexure-I.
Confirm that quoted prices are based on Merit rate of Customs duty, CVD,
b) Confirmed
Educational Cess and SAD as applicable.
18
Quoted prices shall remain firm and fixed on account of FE variation and
c) Confirmed
Custom Duty Variation, till complete execution of the order.
d) EIL shall not provide any import license. Noted
Quoted prices are after considering the benefit of CENVAT on CVD
e) Confirmed
including Edu. Cess.
Testing charges:
19 Confirm that quoted prices are inclusive of all testing including IBR/ IGC/ Confirmed
Radiography/ NACE charges (if applicable) as per Material Requisition
attached.
Third Party Inspection charges:
a) Goods and services shall be subject to stagewise and final inspection by Confirmed
CEIL.
The TPI charges for Certification Engineers India Ltd. (CEIL) as TPI agency
20 b) Confirmed
shall be borne by EIL.
All built in import content shall be subject to inspection by TPI (out of M/s.
Lloyds Register (Country of origin), M/s.Bureau Veritas(BV) and M/s.TUV
c) Confirmed
Nord) for which charges are included in quoted price and no additional
charges shall be paid by EIL.
Validity:
a) Confirm that the Offer is valid for period as mentioned in RFQ covering Confirmed
letter from the bid due date/ extended due date.
21 For 2 years O&M spares, prices shall be kept valid for a period of 2 years
b) Confirmed
from the date of order of main equipment.
Confirm that Annual % escalation for subsequent two years beyod the
c) validity of 2 years for O&M spares have been quoted in format for prices Confirmed
for O&M spares.
Page 71 of 724
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Confirm acceptance in totality to the following :
General Purchase Conditions (GPC) indigenous Confirmed
Instructions to Bidders / SIB Confirmed
Terms & Conditions for supervision of Erection, Testing & Confirmed
22
Commissioning (if applicable).
Terms & Conditions for site work (if applicable). Confirmed
Terms & Conditions for Annual Maintenance Contract (if applicable). Confirmed
All other terms & conditions of RFQ covering letter. Confirmed
Confirm that you have furnished the following documents in the offer:
a) Original Integrity Pact Furnished
23
b) Solvency Certificate Furnished
c) Concurrent / Present Commitment Furnished
Confirm the list, wherever required as per MR, has been submitted for
following :
a) Mandatory Spares (if specified in MR) Confirmed
b) Commissioning Spares (as included in main item) Confirmed
24
c) Special tools & tackles (if required) Confirmed
d) Recommended Spares for two years normal operation & maintenance (if Confirmed
required)
e) First fill of consumables, lubricant, etc Confirmed
Confirm that you have quoted strictly for items based on your registration
25 Confirmed
/ approval with EIL on the date of issue of RFQ.
Furnish Annual Report containing Balance Sheet & Profit & Loss Statement
26 Enclosed
for last one (01) years along with your unpriced offer.
Confirm that net worth of your company (bidder) during the last financial
27 Confirmed
year is positive.
Whether any of the Directors of Bidder is a relative of any Director of EIL
or the Bidder is a firm in which any Director of EIL or his relative is a
28 No
partner of the Bidder or a private company in which any Director of EIL is a
Director.
Please confirm you have not been banned or delisted by any Government
29 or Quasi Government agencies or PSUs. If you have been banned, then this Confirmed
fact must be clearly stated.
Deviations to Terms & Conditions shall lead to loading of prices or
30 Confirmed
rejection of offer as per Instructions to Bidders. Please confirm.
Printed terms and conditions, if any, appearing in quotation, shall not be
applicable in the event of order. In case of contradiction between the
31 Confirmed
confirmations given above and terms & conditions mentioned elsewhere
in the offer, the confirmation given herein above shall prevail.
Page 72 of 724
ANNEXURE – I TO PRE-FILLED AGREED TERMS & CONDITIONS (FOR INDIGENOUS SUPPIERS)
NAME OF BIDDER : _______________________________________________________________________
OFFER REFERANCE: ________________________________________________ DATED ________________
RFQ NO.: _______________________________________________________________________________
ITEM : ________________________________________________________________________________
PROJECT : RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI
16.
(a) The bidder is a Micro or Small Enterprise under the Micro, Small & YES NO
Medium Enterprises Development Act, 2006.
(b) Documentary evidence required as per RFQ to avail preference to FURNISHED
MSEs.
Page 73 of 724
ANNEXURE - II TO AGREED TERMS & CONDITONS (INDIGINEOUS)
MANDATE FORM
1. Bidder Name :
2. Bidder Code: :
I/ we declare that the particulars given above are correct and complete and I/ we accord our consent for
receiving all our payments through Electronic Mechanism.
____________________________________________________
(Signature and designation of the Authorised person(s) of Bidder)
BANK CERTIFICATION
Certified that the particulars furnished above are correct as per our records.
Place :
Date :
______________________________________
Signature of the Authorised Official of the Bank
Bank’s Stamp
Page 74 of 724
Terms and conditions for Reverse Auction
1 Owner / Purchaser reserves the right to go in for reverse auction among the
technically and commercially acceptable bidders. The decision to conduct reverse
auction or not, will be conveyed to short listed bidders prior to opening of price bid.
In view of this, the bidders must quote most competitive prices in the first instance
itself.
2 Once the decision to conduct Reverse Auction is conveyed to the bidders, it will be
mandatory for the bidders to participate in Reverse Auction, failing which, the
bidder shall be liable for punitive action including but not limited to rejection of
offer, encashment of bid security, wherever applicable, etc. For this purpose, even
log‐in to the system shall be construed as participation.
3 Schedule for Reverse Auction
The Reverse Auction shall be scheduled for a duration of two hours. If a bidder
places a Bid in the last 5 minutes of scheduled closing time of the Auction, the
Auction time shall get extended automatically for another 5 minutes from the time
of the last Bid placed. In case, there is no Bid in the last 5 minutes of closing of the
Auction, the Auction shall be closed automatically without any extension.
The above provision shall apply to the bids in extended time also.
4 Auction process
- Each Bidder shall be assigned a Unique User Name & Password. The Bidders are
requested to change the Password and edit the information in the Registration
Page after the receipt of initial Password. All bids using the Login ID given to
the bidder will be deemed to have been submitted by the bidders. During the
auction, bidders will be referred by proxy names as B1, B2, B3, etc. and identity
will not be disclosed.
- The Reverse Auction shall be conducted based on the lowest evaluated price
out of all the techno‐commercially acceptable bidders, based on the prices
submitted along with the bid, as the opening price. The Bidder shall be able to
bid lower than the opening price in multiples of the decrement, but a Bidder
must always bid lower than the Lowest Bid.
- Only one bidder shall be at a particular position / rank, which means only one
L1.
Page 1 of 4
Page 75 of 724
- The Bidder shall be able to view the following on his screen along with the
necessary fields:
i) Opening Price.
ii) Leading Bid in the Auction, i.e., the lowest bid.
iii) Bid placed by him.
At no point of time will any bidder see the names of other bidders, or the
prices of bidders other than the lowest bid.
- A bidder can continue to revise his bid till the auction ends. However, the
Bidder cannot quote / Bid equal to the Leading / Lowest Bid. He must always
quote lower than the Leading / Lowest Bid.
- The evaluation criteria is based on Price alone. The Bidder who quotes the
lowest evaluated Price is determined as the lowest bidder.
- However, if Reverse Auction does not lead to any bid, EIL shall reserve the right
to award the job based on the lowest prices quoted in sealed envelope.
- Apart from the participating bidders, the Reverse Auction shall be visible, while
in progress to authorized officials of Owner / Purchaser, who are monitoring
the process.
5 Bid Price
The price shall be based on the scope, technical specifications and commercial
terms & conditions and other part of Bidding document agreed upto the date of
reverse auction.
The Opening Price and the Bid Decrement shall be displayed on the auction site at
the start of the auction. However, the bidders shall be able to view the auction
details, generally, 15 to 30 minutes before the start of actual auction.
6 Bid Decrement
Shall be 0.1% of the Opening Price. The bidder to lower the bid in multiples of the
bid decrement.
7 Bidding Currency
Bidding will be conducted in Indian Rupees (INR).
Page 2 of 4
Page 76 of 724
8 Bid Validity
The Bid Price submitted in the reverse auction shall be firm and valid for
acceptance for a period of 15 days from the date of reverse auction and shall not be
subject to any change whatsoever.
9 Bids once placed, binding on the Bidder
The bid of the bidder will be taken to be an offer to sell. Bids once submitted by
the bidder cannot be cancelled. The bidder is bound to sell the material/services at
the price that they bid. Should any bidder back out and not accept the order as per
the rates quoted, Owner / Purchaser reserves the right to take action as considered
appropriate, including encashment of bid security and placement on Holiday /
Negative list etc.
10 Lowest bid of a Bidder
During the process of reverse auction, the bidder may submit several bids. In case
the bidder submits such multiple bids, the lowest bid will be considered as the
bidder’s final offer to sell.
11 Submission of final prices by successful bidder
Successful bidder shall be required to submit the final prices, quoted during the
Reverse Auction in an appropriate format within two days of the completion of
Auction to EIL, duly signed and stamped as token of acceptance without any new
condition. However, in case the reverse auction is for a package, within 2 working
days after completion of the online event of Reverse Auction, the successful bidder
would submit their cost break down as per the price format for the final price
arrived at after reverse auction.
12 General
- The bidders may quote from their own offices/ place of their choice. Internet
connectivity shall have to be ensured by each agency on its own. In extreme
case of failure of internet connectivity, (due to unforeseen circumstances other
than power failure), communication shall have to be sent by fax/E‐mail/ phone
immediately. Owner / Purchaser shall extend the bidding time, in such a case,
appropriately (generally by half an hour) but not more than once per bidder.
- The Bidder, himself or any of his representatives, shall not involve in Price
manipulation of any kind directly or indirectly by communicating with other
bidder.
Page 3 of 4
Page 77 of 724
- The Bidder shall not divulge either his Bids or any other exclusive details of
Owner / Purchaser to any other party.
- Bidders agree to non‐disclosure of trade information regarding the purchase,
identity of EIL, bid process, bid technology, bid documentation and bid details.
- Owner / Purchaser can decide to extend, reschedule or cancel any Auction. No
bidder can claim any kind of compensation on account of the same.
- Owner / Purchaser shall not have any liability to Bidders for any interruption or
delay in access to the site irrespective of the cause.
- Owner / Purchaser shall not be responsible for any direct / indirect /
consequential losses / damages, on account of systems problems, inability to
use the system, loss of electronic information etc.
- Owner / Purchaser shall be at liberty to cancel the reverse auction process /
tender at any time, before ordering, without assigning any reason.
- Owner / Purchaser’s decision on award of Contract shall be final and binding on
all the Bidders.
Page 4 of 4
Page 78 of 724
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: PUMP-CENTRIFUGAL.HORIZONTAL (SPECIAL PURPOSE PROCESS), PUMP-CENTRIFUGAL.MULTISTAGE
(SPECIAL PURPOSE PROCESS)
GROUP ITEM CODE: 04AB,04CH DESTINATION: As per Commercial Documents
MR CATEGORY: II DELIVERY PERIOD: As per Commercial Documents
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'.
16 Client: CPCL
Page 79 of 724
Sheet 1 of 4
File Name: C:\Documents and Settings\C589\Desktop\mr_rep.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
Page 80 of 724
Sheet 2 of 4
File Name: C:\Documents and Settings\C589\Desktop\mr_rep.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
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
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.
Page 81 of 724
Sheet 3 of 4
File Name: C:\Documents and Settings\C589\Desktop\mr_rep.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 List Of Attachments A133-086-16-45-LL-
5025
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:
1) Bidder to furnish a complete list of spares for erection, pre-commissioning,
commissioning, site tests as specified in MR as commissioning spares (as recommended
by them) along with the offer. Any spares consumed over and above the spares supplied
along with the pump package, shall be provided by the vendor without any time/ cost
implication to the purchaser. Any leftover/ unused spares shall be handed over to the
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.
purchaser.
2) Bidder to furnish a list of special tools and tackles required for erection, site
assembly and maintenance including alignment fixtures & dial gauges, coupling removal
tools etc. as specified in MR & as per vendor recommendation along with the offer.
Page 82 of 724
Sheet 4 of 4
File Name: C:\Documents and Settings\C589\Desktop\mr_rep.pdf
Format No.: EIL-1641-1923 Rev.1
Page 83 of 724
EIL Originating Department: ROTATING EQUIPMENT Contact Person(EIL): Contact Person: Fax:
Phone: Email:
LIST OF ATTACHMENTS
(ROTATING EQUIPMENT)
REVISION
S. No. DOCUMENTS TITLE DOCUMENT NO. REV REV REV
DATE DATE DATE
SECTION-A: ROTATING EQUIPMENT
A.1 GENERAL
A.1.1 Special Instructions to Bidders A133-086-16-45-SI-5025
ANNEXURE-1 TO A133-
A.1.2 Annexure-I to Special Instructions to Bidders
086-16-45-SI-5025
Format for List of Deviations to Technical
A.1.2 A133-086-16-45-BF-5025
Specifications
44NC-4600-0000-M02-
A.1.3 Scope Of Work For Mechanical/ Rotary
0036-A4-CPMS
44NC-4600-0000-N02-0028-
Jacobs - Mandatory Spares List & Tools &
A.1.5 A4-CPMS
Tackles
44NC-4600-0000-N02-0031-
Spare Parts, Special Tools, Consumables,
A.1.6 A4-CPMS
Chemicals And Packing
Spare Parts Inter-changeability Report (SPIR) -
A.1.7 A133-086-16-45-SL-SPIR
Blank Format
Loading & penalty criteria For Centrifugal
A.1.8 A133-086-16-45-LP-5025
pumps
44NC-4600-0000-P02-0001-
A.1.10 Site and Utility Data
A4-CPMS
A.3 DATASHEETS
44NC-4600-0086-M04-
A.3.1 Jacobs-Mechanical Datasheet Pump
0019-CPMS
rd
A.3.3 Datasheet for API 671 3 ed. coupling 44NC-4600-0000-M04-0009
44NC-4600-0000-M04-0003
A.3.4 Datasheet for Oil system(Blank)
A.3.5 Seal Plan P&IDs A133-02-41-86-1186
A133-86-02-DS-1607-8-11-
A.3.6 Process Data Sheet
13
A.3.7 Lummus P&ID 20367-86-1116-1129-1131
A133-860241-1116-1129-
A.3.8 EIL P&ID
1131-1112
A.4 VENDOR DATA REQUIREMENT
REVISION
S. No. DOCUMENTS TITLE DOCUMENT NO. REV REV REV
DATE DATE DATE
SECTION-A: ROTATING EQUIPMENT
A.5 EXPERIENCE RECORD PROFORMA (ERP)
44NC-4600-0000-M.04-
ERP – CENTRIFUGAL PUMP (HORIZONTAL
A.5.1 0024-A4-CPMS
MULTISTAGE)
A.6 Design Basis
Engineering Design Basis Rotating Equipment - 44NC-4600-0000-
A.6.1
ISBL M06-0001-A4
M010001B SH - 1 OF 2 ,
A. 6.2 Design Basis Annexures M010001B SH - 2 OF 2 An-
2-db-rot-eqpt,
A.7 GENERAL/STANDARD SPECIFICATIONS
44NC-4600-0000-M.02-
A.7.1 Standard Specification For Centrifugal Pumps 0001-A4-CPMS
Note: For, Electrical, Instrumentation & Piping Documents refer respective sections
SPECIAL INSTRUCTIONS
TO
BIDDERS
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 87 of 724
DOCUMENT No.
SPECIAL INSTRUCTIONS
TO A133-086-16-45-SI-5025 Rev. A
BIDDERS Page 2 of 8
1.0 Scope
This document is intended to outline the procedures envisaged for execution of this enquiry
including pre-bid requirements. Bidder to refer documents as listed under List of
Attachments and quote accordingly.
a) Bidder to furnish duly signed & stamped Technical Compliance Statement (Doc. No: A133-
086-16-45-TCL-5025) as attached with MR.
b) Bidder to refer Process Datasheet as attached with Material Requisition for selection of
respective suitable pump models. Bidder to furnish Mechanical Datasheets as attached with
the Material Requisition duly filled in inline with Process Datasheet in the bid.
c) The offer shall be in complete compliance to the all the FEED specifications (of M/s. Jacobs)
and Licensor's requirement (Process Datasheets) attached herewith.
d) The rated flow shall not exceed 110% of pump capacity at best efficiency point.
Further, Bidder to furnish BKW values on Normal Flow (as specified in respective Process
datasheets) with the corresponding differential head (at rated impeller diameter & rated
speed). Bidder to refer Annexure-1 to this document as attached with this MR and furnish
the details as specified therein.
f) Efficiency values as indicated in respective Process Datasheets are the minimum estimated
efficiencies. Preferably, Bidder to ensure that quoted pump model should have the
efficiencies at least equal to the respective specified values.
g) Only one tie in point for utility supply & return lines shall be provided by purchaser at vendor
package battery limit. For all utilities as specified in Site & Utility Data, a pressure drop of 0.5
Kg/cm2 shall be considered from utility header to equipment skid & vice versa for import and
export of the utilities.
h) Bidder to furnish details of Buffer Fluid i.e. type, operating conditions etc. required for Seal
Flushing Plan 32, 52 & 53B. Compatibility of the buffer fluid with process fluid shall be
ensured by the Bidder.
i) Machine Monitoring System for only one pump item under this MR is envisaged. Also refer
Sr. No-k (ii) below of this document.
j) No Loading Criteria has been specified. Penalty criteria shall be as defined in Doc. No:
A133-086-16-45-LP-5025 attached with this MR.
k) Seal Flushing Plan for Pump Item No: 86-G-08 A/B (Lean Sponge Oil/ LCGO Product pump)
shall be read as 23/52 and not 11/52.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 88 of 724
DOCUMENT No.
SPECIAL INSTRUCTIONS
TO A133-086-16-45-SI-5025 Rev. A
BIDDERS Page 3 of 8
l) Nitrogen charge kit for Seal Plan 53B (One No. common for all pumps in the MR) shall be in
Bidder‟s scope.
n) For congealing service (where warm up arrangements are envisaged), the stuffing box shall
be jacketed with steam to ensure fluid inside seal does not congeal.
o) Type of lubrication (Ring Oil or Force feed) shall be as per Bidder‟s standard proven design
for similar speed & power ratings for the offered model of pump & its driver. Bidder shall
furnish necessary and adequate references in the Experience Record Proforma to establish
the provenness of the offered type of lubrication. Force Feed lubrication if offered shall be as
per the requirements specified elsewhere.
p) The seal cooler and Lube oil cooler MOC (where applicable) shall be as per the requirement
specified in Cl-4.10.7 of the document: 'Job Specification for Multistage/turbine driven
centrifugal pump' {44NC-4600-0086/M.02/0033/A4}.
q) All pumps shall have magnetic plug and mechanical seal failure alarm. All mechanical seal
parts shall be from seal manufacturer as complete set.
s) In addition to the above stated requirements: Bidder shall comply to the requirement of Nss ,
Shut off head requirements, NPSH Margin (Shall be > 1 m as per Job Specification),
Impeller Diameter (max. 415 mm for OH2 pumps as per Standard Specification), 5% head
decrease( by fitting a new impeller which shall in no case be less than the min. impeller
diameter, as per Standard Specification) and other requirements outlined in this MR.
u) Refer Cl-3.12 & 3.13 of Job Specification (Doc. No: 44NC-4600-0086/M.02/0033/A4) which
states that all multistage pumps shall be provided with auto recirculation valve (ARV). Auto
recirculation valve shall be by Schroedahl / Yarway.
Bidder to note that Auto recirculation valve (as required) of the aforesaid makes shall be in
bidder‟s scope as loose supplied item. In such cases, bidder to ensure the following with
regard to ARV:
i) Additional pressure drop across ARV Main Inlet and Outlet is be accounted for Total Diff.
Head requirement across the associated Pump. If back pressure regulators are required
due to the excessive differential pressure across the ARC valve, vendor shall also
include them in his scope of supply, for each ARC valve.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 89 of 724
DOCUMENT No.
SPECIAL INSTRUCTIONS
TO A133-086-16-45-SI-5025 Rev. A
BIDDERS Page 4 of 8
ii) All necessary data & details of the ARV for installation and interface purposes shall be
furnished.
iii) ARV shall have a combination of check valve, flow sensing device, minimum flow control
and pressure let down (using multi-orifices) into a single valve.
iv) ARV shall be suitable for operation for extended periods in a low flow condition without
any damage to valve or to the bypass piping.
v) ARV shall be functionally tested at valve manufacturer‟s works and certified performance
curves (typical only) shall be provided prior to dispatch.
v) Refer Cl-6.1 of Job Specification (Doc. No: 44NC-4600-0086/M.02/0033/A4) which states that
seals shall be guaranteed for 3 years.
Coking heater charge pump (86-G-03A/B), HCGO product pump (86-G-07 A/B), Lean
sponge oil/LCGO product pump (86-G-08A/B), Fractionator overhead liquid pump (86-G-
11A/B) and Compressor interstage pumps (86-G-13A/B) shall be between bearing single/
two stage pumps.
The following pumps shall be provided with Machine Monitoring System for pump and driver:
For other pump tags, Machine monitoring system shall be based on manufacturer‟s
recommendation.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 90 of 724
DOCUMENT No.
SPECIAL INSTRUCTIONS
TO A133-086-16-45-SI-5025 Rev. A
BIDDERS Page 5 of 8
conforming API 610 10th Ed.. The pump model offered shall be from the existing
regular manufacturing range of the pump manufacturer
1.6.2 Pumps shall be identical or validly similar in terms of construction, power rating,
type of drive Hydraulic performance (including NPSHR for centrifugal pumps), inlet
flow, differential head, operating pressure and temperature, pumping liquid, speed,
number and type of impellers/heads, Mechanical design, materials, bearing span etc.,
as compared to at least 2 units of the proposed model designed, manufactured, tested
and supplied from the proposed manufacturing plant in the last fifteen years and at
least one of these units shall have successfully operated in the field for at least 8000
hours individually without any major overhaul/problem as on the date of issue of
invitation to bid.
1.6.3 In case vendor does not have manufacturing experience for the proposed pump
model from proposed unit of supply, then he can do packaging at his proposed unit. In
such a case the vendor may propose to supply the complete package with bare pump
(duly performance tested) sourced from the vendor‟s licensor / another member of the
group company, who shall be a regular manufacturer of proposed pump model,
provided the vendor meets the following criteria.
1.6.3.1 The vendor shall be a regular & established manufacturer of API 610 10th
Edition centrifugal pumps with adequate engineering, manufacturing and testing
facilities and shall be a licensee / member of Group Company from where the bare
pump is proposed to be sourced.
1.6.3.2 The vendor‟s licence agreement is valid and continues to remain valid till, at
least TWO years after the delivery of the pumps.
1.6.3.4 The pump being sourced shall meet the requirements as specified in cl no
1.6.1, and 1.6.2.
1.6.3.5 The vendor shall have engineered, packaged, tested (performance test, string
test etc) and supplied at least two identical or validly similar pumping units in terms of
construction, size of pumps ( flow, head and power), lubrication system, sealing
system and type of drive from the proposed shop in last fifteen years and at least one
of these units shall have successfully operated in field for at least 8000 hrs individually
without any major overhaul/problem as on date of issue of invitation to bid.
1.6.3.6 The vendor shall have adequate testing facilities and shall carryout all the
inspection and tests as specified in enquiry/order and out of these tests, following tests
as a minimum shall be carried out at the proposed manufacturing plant from where the
vendor intends to supply the complete pumping unit i.e. pump, drive unit, lubrication
system, sealing system, base plate, instrumentation and controls:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 91 of 724
DOCUMENT No.
SPECIAL INSTRUCTIONS
TO A133-086-16-45-SI-5025 Rev. A
BIDDERS Page 6 of 8
1.6.4 Experience record shall be submitted duly completed along with the
offer as per the format attached, separately for each pump. An installation list shall
also be submitted along with the offer.
For Balancing of axial thrust in multistage pump only following method shall be used.
The balancing line shall be provided with pressure gauge, pressure transmitter,
pressure relief valve, check valve, restriction orifice as a minimum, however if the
balancing line is connected back to pump suction with in the pump skid then only flow
transmitter shall be provided. All these instruments shall be mounted on piping. The
piping required for mounting these instruments shall be supplied by vendor. Quantity of
flow returned to suction vessel/ suction shall be indicated by vendor and shall be
added in rated flow of pump. Correlation showing in the extent of wear to balance line
flow shall also be provided. Balance line shall have flanged joints. Screwed
connections are not acceptable.
y) Amendment to Engineering Design Basis- Rotating Equipment (ISBL) (Doc. No: 44NC-
46 00-0000 /M.06/0001/A4) vide Corrigendum-2:
For other pump tags, machine monitoring system shall be based on manufacturer‟s
recommendation.
z) Amendment to Engineering Design Basis- Rotating Equipment (ISBL) (Doc. No: 44NC-
46 00-0000 /M.06/0001/A4) vide Corrigendum-1:
After completion of performance test mechanical seals will not be removed. Pumps
shall be shipped with mechanical seals installed.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 92 of 724
DOCUMENT No.
SPECIAL INSTRUCTIONS
TO A133-086-16-45-SI-5025 Rev. A
BIDDERS Page 7 of 8
aa) Vendor Supervision (as required) during Plant Performance Guarantee Test:
i) Plant Performance guarantee test, shall be done under supervision of the vendor (as
required) at per diem rates provided in the offer. This shall be done with the available
media and load to ensure satisfactory performance, safe, smooth, reliable operation,
mechanical integrity and sound level of complete package. Dismantling inspection (as
required) by vendor‟s representative shall follow the test.
ii) In case, any additional equipments/ instruments are necessary in addition to those in
vendor‟s scope of supply for the purpose of testing & measurement, vendor shall bring
them to site duly calibrated and shall take them back after successful completion. All
utility & safety systems shall be operating during the test.
iii) Modification/ additions/ changes as required to resolve/ correct any fault in the
package detected during site test shall be in vendor‟s scope without any time/ cost
implications to the purchaser. No per diem rates shall be payable for such
modifications/ additions/ changes.
iv) During aforesaid test for package, machine/ package related interruptions shall not be
counted.
i) The bidders shall be invited for an extensive pre-bid meeting after floating of enquiry.
This pre-bid meeting shall include discussion/ finalization of following:
ii) Bidder shall submit their deviations / exceptions/ clarifications at a consolidated place in
their bids under “List of Deviations/Clarifications”. Bidder to note that equipment specific
or technically infeasible deviations shall only be discussed during PRE- BID meeting
provided a suitable justification for the same is furnished. Purchaser‟s decision on such
deviations shall be treated as FINAL. Deviations, which can be complied either with
extra cost and/ or with time implications, shall not be permitted.
iii) Conflicts, if any, between various documents attached in the material requisition shall
be highlighted by the bidder during pre-bid meeting and purchaser‟s decision shall be
final. Revised MR (if required) shall be issued prior to the submission of the bids.
Any conflict brought to purchaser‟s notice during in-bid & post bid stage shall be
subject to purchaser‟s clarification/ decision during that stage and the same shall be
complied to by the bidder without any cost/ time implications.
Participation in the pre-bid meeting is mandatory for all the bidders, however in case any of
the bidders is not attending the PRE- BID meeting, it shall be understood that the bidder
does not have any comments/ deviations to RFQ requirements. In case, any deviations/
clarifications are furnished by such bidder in his Bid, the complete bid may likely to be
rejected.
2.2 Bidder shall furnish the un-priced EIL price schedule format duly filled in without any
markings/ alterations/ comments/ clarifications except for writing „Quoted‟ in the applicable
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 93 of 724
DOCUMENT No.
SPECIAL INSTRUCTIONS
TO A133-086-16-45-SI-5025 Rev. A
BIDDERS Page 8 of 8
space provided. Commissioning spares and special tools & tackles shall be part of the base
price. The mandatory spares shall be quoted with itemized price as indicated in the EIL price
schedule attached in the enquiry.
2.3 Bidder shall quote for mandatory spares (Rotating, Instrumentation, Electrical, and Piping) as
specified in the document no. 44NC-4600-0000-N-02-0028 and other documents as
mentioned therein.
If Bidder recommends any additional spares over and above those specified Mandatory
Spares, the same shall be quoted as part of the Two years normal operation spares.
2.4 Bidder shall furnish in the offer, the maximum maintenance weight for the maintenance
purpose. This data shall be FINAL so that suitable material handling system (as required) for
maintenance can be freezed.
If none of the pump model in the manufacturing range is suitable for the specified conditions.
The constraints shall be substantiated with necessary back up to satisfaction of the
purchaser during pre-bid meeting. Bidder shall propose the best possible selection during
pre-bid meeting. The same shall be reviewed with PMC in consultation with the licenser and
the purchaser's decision to accept/reject the proposal shall be final and binding.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 94 of 724
ANNEXURE-1 TO DOCUMENT No.
SPECIAL INSTRUCTIONS
TO A133-086-16-45-SI-5025 Rev. A
BIDDERS Page 1 of 1
Bidder shall furnish in his bid, the following table completely filled-in:
HCGO Product
1 86-G-07 A/B 88.1 80.1 272.4 0.749 0.38
Pump
Lean Sponge Oil/
2 86-G-08 A/B LCGO Product 192.5 175 311.4 0.747 0.37
Pump
Fractionator O/H
3 86-G-11 A/B 20.6 18.7 308.5 0.710 0.36
Liquid Pump
Compressor
4 86-G-13 A/B Interstage Liquid 12.9 14.2 265.9 0.662 0.26
Pump
Note: The above table is intended only for obtaining the Pump Shaft BKW. Bidder shall refer to Process datasheets for operating and process conditions and other
specifications attached in the MR and shall quote accordingly.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 95 of 724
DOCUMENT No.
LOADING AND PENALTY A133-086-16-45-LP-5025 REV-A
CRITERIA
Page 1 of 3
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 96 of 724
DOCUMENT No.
LOADING AND PENALTY A133-086-16-45-LP-5025 REV-A
CRITERIA
Page 2 of 3
1 SCOPE
This specification describes the Loading & Penalty criteria applicable to Centrifugal Pumps.
2 PERFORMANCE GUARANTEES
Loading is not applicable. However, Penalty criteria shall be based on performance on the
specified guaranteed case of operation of the Centrifugal Pump. The parameter for Penalty
shall be the BKW of the Centrifugal Pump at the guaranteed (certified) operating point.
Bidder shall furnish the guaranteed values for BKW of each Centrifugal Pump including all
losses with zero percent positive tolerance including errors in instruments and
measurement, at the guaranteed (certified) point as specified in the data sheets/ special
instructions to bidders attached with the MR.
3 LOADING CRITERIA
4 PENALTY CRITERIA
During the performance test of each pump at the bidder’s works, in case the Centrifugal
Pump (s) fails to meet the guaranteed values, the following procedure shall be followed.
In case during shop performance tests, the BKW consumed by the Centrifugal Pump (as
defined under clause 2.1) exceeds the stipulated guaranteed value by more than 4%, the
Bidder shall first remedy/ rectify the Centrifugal Pump or make necessary replacements in
time so as to ensure that the excess consumption of power is brought below 4%
of the guaranteed power consumption. If even after remedy/ rectification/ replacement
of the Centrifugal Pump the total Power Consumption exceeds the guaranteed Power
Consumption, by more than 4%, the equipment may get rejected. The decision for
rejection shall be subject to Purchaser’s discretion at that stage, subject to price
adjustment/ discount as defined below with respect to the full excess Power Consumption
(difference between Actual and Guaranteed Power Consumption).
In case during shop performance tests, the BKW consumed by the Centrifugal Pump (as
defined under clause 2.1) exceeds the stipulated guaranteed value up to a maximum of
4%, the bidder shall be penalised for extra energy consumption for each Centrifugal Pump
having tested BKW greater than the guaranteed value, as defined hereunder :
Where
4.2 This penalty shall be independent of any other penalties specified elsewhere in the
bid/inquiry documents.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 98 of 724
Page 1 of 13
LSTK-1 : COKER BLOCK : DELAYED COKER UNIT & LPG CFC TREATING UNIT
PART : III
SECTION : B.4.3
DOCUMENT NO : 44NC-4600-0086/M.02/0033/A4
Rev No. Issue Date Pages Rev Description Prepared By Checked By Approved By
A 26-Mar-10 12 Issued for FEED GAK GHD SNG
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
Page 99 of 724
CPCL – Chennai JOB SPECIFICATION PART-III Section B.4.3
44NC - 4600 MULTISTAGE / TURBINE DRIVEN CENTRIFUGAL
Sheet 2 of 13
PUMP
LSTK-1 Coker Block Doc. No. 44NC-4600-0086/M.02/0033/A4 Rev. B
TABLE OF CONTENTS
1.0 GENERAL 3
5.0 COUPLINGS 12
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
1.0 GENERAL
1.1 SCOPE
This specification along with other documents attached with FEED describes the minimum
requirements for design, engineering, manufacture, testing, supply, supervision of erection and
commissioning of multistage / turbine driven centrifugal pumps.
1.2 STANDARDS
The design, construction, manufacture, supply and testing and other general requirements of
the pumping unit shall be strictly in accordance with the data sheets, engineering design basis,
applicable API Codes and specifications as well as other referenced codes, standards and
recommended practices. A summary of the same is indicated below:
APPLICATION CODES
Centrifugal pumps API 610 10th ED.
Couplings API 671
Gears API 613
Lube Oil Systems API 614
Vibration, Axial Position and Bearing Temperature API 670
Monitoring System
American Society for testing and materials ASTM Standards
Vibration severity criteria ISO 2372 or BS 4675
Noise limits OSHA
Quality data requirements ISO 9001
Mechanical seal API-682,
Steam turbine testing ASM-PTC-6
standard specification for centrifugal pumps 44NC-4600-0000/M.02/0001/A4
standard specification for lube and seal oil systems 44NC-4600-0000/M.02/0007/A4
Standard specification for special purpose steam 44NC-4600-
turbine. 0000/M.02/0026/A4
Latest edition of all the standards shall be followed as on date of submission of bids.
1.3 In case of any conflict between the listed Codes and Standards, Standard specifications, the
requirements of this job specification and the attached data sheets, the following order of
precedence shall govern.
a) Licenser documents
b) Job datasheets
c) Job Specifications
d) Engg design basis
e) Standard specifications
f) Codes and standards as applicable
However, all the conflicts shall be referred to PMC/Owner for clarification and the decision of
PMC/ Owner shall be final and binding on the bidder without any cost and delivery implications
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
1.4 Completely filled in API 610 10th Edition pump data sheet, driver (API 612, 6th edition datasheet
in case of turbine drive) and auxiliaries data sheets shall be furnished for Owner/ PMC’s review
and approval.
LSTK-1 contractor shall ensure that components and auxiliary equipment to make a complete
pumping unit requiring only location in place and hooking up of piping and wiring are included in
pump manufacturer’s scope. These shall include but not limited to the following for each
pumping unit.
- Multistage centrifugal pump unit complete with driver, base plate, foundation bolts,
all embedded parts, couplings, coupling guards, interconnecting lube oil and utility
piping (including supports) with necessary valves and required accessories.
- Sealing system
- Interconnecting seamless SS 316 piping between lube oil console and pump
/motor/driver bearings.
- Special tools and tackles for maintenance including alignment fixtures with dial
gauges
- Process P&ID shall be referred for any extra process requirement. It shall be
LSTK-1 contractor’s responsibility to supply complete and safe operating units.
1.6.1 Pumps shall be identical or validly similar in terms of construction, power rating. Type of drive,
Hydraulic performance (including NPSHR for centrifugal pumps), inlet flow, differential head,
operating pressure and temperature, pumping liquid, speed, number and type of impellers.
Mechanical design, materials bearing span etc., as compared to at least 2 units of the proposed
model designed, manufactured, tested and supplied in the last fifteen years and at least one of
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
these units shall have successfully operated in the field for atleast 8000 hours individually
without any major problem as on the date of issue of enquiry.
1.6.2 Experience record shall be submitted duly completed along with the offer as per the format
attached, separately for each pump. An installation list shall also be submitted along with the
offer.
The site utility conditions are as stated elsewhere in the basic engineering design basis.
3.1 PUMPS
3.1.1 The pumping unit shall meet all the requirements as specified in the process data sheet,
JACOBS data sheet, this job specification, JACOBS standard specification, Engineering Design
Basis, API 610 10th Edition and other specifications referred therein.
3.1.3 Maximum allowable working pressure to be indicated on the data sheet corresponds to the
standard maximum allowable working pressure for the proposed model with proposed
metallurgy at specified ambient and design temperature. If applicable, the temperature deration
curves shall be furnished to establish this. The hydrostatic test of casing shall be carried out at
1.5 times the MAWP at ambient temperature.
3.1.4 Unless otherwise specified, pumps shall be offered in direct drive configuration. Gearbox shall
not be used.
3.1.5 Pumps shall be as specified in the data sheet. Single casing ring section pumps are not
acceptable.
3.1.6 Pumps shall be designed for continuous operation at a minimum of 500 F (280 C) higher than
specified maximum operating temperature.
3.1.7 The suction specific speed shall not exceed 11,000 (USGPM, ft), 13000 (M3/hr, meters). The
suction specific speed of the pumps over 100 HP (75 kW) per stage in water, or aqueous
solution over 50% water, services shall not exceed 9500 (USGPM, ft), 11000 (M3/hr, meters).
Suction specific speed of up to 24000 (USGPM, ft) are acceptable for high speed integrally gear
driven type pumps (Pump type OH6).
3.1.8 Single and two stage pumps operating at temperatures less than 300OF (150OC) and multistage
pumps operating at temperatures less than 200OF (93OC) shall be suitable for instantaneous
start-up from ambient to full operating temperature. For higher operating temperatures the
vendor shall provide as a part of operating manual a suitable start-up procedure and any
required monitoring equipment (i.e., skin thermocouples) to insure that the pump, including
seal(s), does not incur damage due to rapid heat up.
3.1.10 The design pressure of the downstream equipment, piping and instrumentation shall be
determined by adding 1.25 times the rated pump differential at maximum operating specific
gravity to the maximum suction pressure. Contractor to verify that the down stream equipment,
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
piping, instrumentation design pressures are adequate for the shut off pressure of purchased
pumps.
3.1.11 Coking heater charge pump (86-G-03A/B), HCGO product pump (86-G-07 A/B), Lean sponge
oil/LCGO product pump (86-G-08A/B), Fractionator overhead liquid pump (86-G-11A/B) and
Compressor interstage pumps (86-G-13A/B) shall be multistage pumps as a minimum
3.1.12 Coking heater charge pump (86-G-03A/B) and HCGO pump around pump (86-G-05A/B) are
turbine driven pumps i.e. main pump is turbine driven and standby pump is motor driven.
3.1.13 No copper or copper bearing alloys shall be used in any component coming in contact with the
pumped fluid.
For Balancing of axial thrust in multistage pump only following method shall be used.
1. Opposed arrangement of impellers
2. Balancing piston
The balancing line shall be provided with pressure gauge, pressure transmitter, pressure relief
valve, check valve, restriction orifice as a minimum. All these instruments shall be mounted on
piping. The piping required for mounting these instruments shall be supplied by vendor.
Quantity of flow returned to suction vessel/suction shall be indicated by vendor and shall be
added in rated flow of pump. Correlation showing in the extent of wear to balance line flow shall
also be provided. Balance line shall have flanged joints. Screwed connections are not
acceptable.
3.4.1 Bearing type and arrangement shall be selected in accordance with Table 9 of API 610. Bearing
lubrication system shall be as specified in the mechanical datasheet.
3.4.2 For an operating temperature of 3000 F (1500 C) or greater or if required by the pump
manufacturer due to heavy thrust loads, the bearing housing shall be finned for convection
cooling from a shaft mounted fan. For an operating temperature of 500 0 F (260 0 C) or greater
cooled bearing oil shall be used.
3.4.3 For pumps driven with electric motors requires forced feed lubrication system, a pressure
lubrication system shall be provided by the pump vendor. The lubrication system as a minimum
shall be as per Fig B.10 of API 610 with following requirements. Lubrication system shall be
separate for each working and standby pump.
3.4.4 Forced lubrication system shall be complete with Shaft driven main oil pump, Auxillary oil pump
driven by motor which is automatically cut-in upon a signal of low oil pressure.
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
3.4.5 Full flow twin filter, which is cleanable during operation with 3-way transfer valves. Element size
shall be 25 microns or finer. Full flow Twin Oil cooler (1W +1S) shall be provided. Oil cooler
shall be shell and tube type, having straight through tubes 1 inch (25.4mm) OD, 2 mm minimum
wall thickness and shall use water flowing through tubes as a cooling medium. Oil side pressure
shall be higher that water side pressure. The cooler shall be designed as per ASME SEC VIII
Div 1 and TEMA C. Material of construction shall be suitable for specified service. However as a
minimum MOC shall be as follows.
Shell – SS 316L
Channel- SS 316L
Tubes- SS 316 L
Tube sheet- SS 316L
Lube oil system skid shall be located adjacent to the main pump and driver skid.
.
3.4.6 Oil reservoir in SS 316 material with 3 minutes of retention time based upon normal flow and
total reservoir volume below the minimum operating level. Also the reservoir shall be sized to
provide rundown capacity of at least 10% more than the amount of oil contained in all
components, bearing housing and return oil piping of lubrication system. Accessible cleanout
opening shall be provided. Heating device and thermostat shall be provided. Breathers and oil
drain with valve shall be provided on oil reservoir Lube oil system shall be designed to ensure
supply of lube oil in the event of failure of lube oil supply system for coast down time of
equipment. Rundown tank has not been specified however same is required for coast down
requirements; the same has to be provided by vendor. Vendor may propose alternate fail safe
means to ensure supply during coast down time with necessary reference in vendor’s quotation.
3.4.7 Auxiliary lube oil pump shall be in accordance with API 676. The pump capacity shall be based
on maximum system usage plus a minimum margin of 10% and motor shall be rated to operate
at lowest ambient viscosity of oil at rated capacity
3.4.8 All lube oil piping material of construction shall be SS 316 and shall be seamless. Duplex filter
shall be of SS 316.
3.4.9 Oil coolers shall be shell and tube design, having straight through tubes 1 inch (25.4mm) OD, 2
mm minimum wall thickness and shall use water flowing through tubes as a cooling medium.
TEMA C heat exchangers are acceptable..
3.4.10 Lube oil systems components shall be arranged such that draining of system to reservoir shall
be by gravity.
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
Temperature indicator and flow indicator on oil return line from each bearing.
Pressure and temperature control valve in oil supply line
Temperature transmitter on oil supply line.
Local Gauge board/Local instrument panel shall be provided.
3.5 Temperature rise curve for minimum flow shall be furnished; to justify safe operation at stated
minimum continuous flow for Owner/PMC’s review and approval.
3.6 Maximum allowable case working pressure at 15oC, at pumping temperature and specified
design temperature shall be furnished for the pumps. The pump casing shall be designed for
pressure, required per API 610 or maximum discharge pressure developed at shutoff with
specific gravity of 1.0 (of water) during shop performance test, whichever is higher. Pump
casing design pressure shall not be a limitation to conduct the performance test at rated speed
with water. However, the design pressure as well as the maximum discharge pressure
(including that at shutoff) with all specified tolerances under any of the specified operating
conditions shall be limited to the maximum permitted for nozzle ratings specified on respective
pump data sheets.
3.7 The pumps shall be suitable for quick start up. EPCC contractor to indicate the requirements of
special piping for hot standby arrangement and include necessary flow restriction nozzles.
Necessary piping diagram shall be furnished.
3.8 Standard performance curves covering the maximum, minimum and rated impeller sizes, for the
offered model, Q-H Curve, NPSH curve, power curve and efficiency curve for the offered
models at the respective speeds of pump shall be furnished along with other data, drawings and
documents as per specified contractor data requirements, with the quotation.
3.9 Dry critical speed, 1st and 2nd wet critical speeds for the rotors of each of the pumps and
separation margin with respect to operating speeds shall be indicated. Following details for
individual rotors shall also be furnished.
a) Critical speed map showing various operation speeds Vs first critical and second critical
speeds (wet and dry) in the X axis and Y axis respectively for
i) Design clearance (100% clearances) and
ii) For retirement clearance (200% clearance).
iv) Maximum continuous speed for which the Pump rotor is designed.
v) Natural deflection of the rotor and
vi) Diameters and clearances between stator and rotor at all wear rings and other
close clearance points – quantity.
c) Also a rotor setting diagram with clearances deflection, etc. shall be furnished both at
running and retirement clearances.
3.10 All Motors shall be provided suitable for outdoor installation as per electrical specification and
hazardous area classification attached elsewhere.
3.11 LSTK-1 contractor shall specify equivalent for all recommended lubricating oils.
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
3.12 All multistage pumps shall be provided with auto recirculation valve.
3.14 Magnetic drain plugs shall be provided for all bearing housing.
3.15 The machine monitoring system complete with probes, modules, racks, display unit shall be
provided for each pump. Following minimum probes shall be supplied. Vibration monitoring
system shall be as per API 670.
3.17 Thermal relief valve and sight glass shall be provided on all closed circuits cooling water
system.
3.18 Seal flushing plan 52/53 if used same shall be as per annexure attached with design basis
rotating.
3.19 Vendor shall perform torsional analysis of the complete coupled train and shall be responsible
for carrying out proper modifications.
3.20 Vendor shall perform a lateral critical speed analysis and a damped unbalance rotor response
analysis for multistage pumps (three stages or more) with a flexible rotor as defined in API 610.
4.1 The steam turbine driver shall be of special purpose, multi valve, multi-stage, back pressure type
operating between VHP and LP steam levels.
4.2 Turbine bearing housing shall have labyrinth type seals to exclude dirt and moisture at each point
where the shaft enters.
4.3 All equipment necessary to condense external leakage of sealing steam shall be provided. The
equipment shall be sized to handle at least twice the steam leakage calculated for labyrinth seal
clearance at retirement value or twice initial clearance whichever is greater.
The turbine shall be provided with insulation of removable type.
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
4.4 The trip valve shall be so designed that oil pressure is required to open it manually and for it to
remain open.
4.5 Turbine shall have rotor-grounding brush near low-pressure zone at single point with dedicated
grounding system for turbine rotor.
4.6 The design shall be such that proper drainage is secured. All drains shall be led to a drainage
line/pit close to the turbine set.
4.7 The turbine installation shall be out door. The unit and its auxiliaries shall be suitable for starting
under all of the weather, environmental, utility conditions specified.
4.8 Each drain of the casing & chest shall be valved and piped to the edge of the turbine base.
Valves shall be accessible from the operating floor.
4.9 Provision shall be made for ready external access (not requiring removal of the case) at the
balancing planes.
4.10.1 The lubrication and control oil system shall be common for the pump and the turbine unit with
pressurized oil system in accordance with API 614.
4.10.2 The lube oil system shall be equipped with - water cooled double (2x100%) lube oil coolers and
duplex oil filters (2 x 100%), electrical heating coils, turbine driven main lube oil pump, AC
electrically driven auxiliary pumps, DC electrical driven emergency pump.
4.10.3 The lube oil pumps shall be designed to API 676 / API 610 standards shall have flooded suction
as far as possible. If pumps are positive displacement type then the discharge shall be provided
with NRV. Y type suction strainer shall be provided for lube oil pumps. The discharge pressure of
the pumps shall be higher than the cooling water pressure in the lube oil cooler.
4.10.4 The capacity of lube oil tank shall be 5 min working capacity and 3 min minimum retention time
and shall be in SS 316 material of construction. The tank shall provided with adequate venting
arrangement including provision of thermostat operated electric heater designed for the site
minimum temperature of 5 Deg C.
4.10.5 The lube oil piping shall be in seamless SS316 material of construction. Duplex filter shall be of
SS 316.
4.10.6 Temperature control valve shall be provided on the lube oil line to ensure a minimum temperature
of lube oil being supplied to bearings. The lines going to individual bearings shall be provided with
orifice for pressure reduction and the return lines from individual bearings shall be provided with
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
sight glass. Necessary pressure transmitter shall be provided on the main lube oil header to
initiate start/stop of the auxiliary lube oil pumps.
4.10.7 Oil cooler of shell and tube type. Oil side pressure shall be higher that water side pressure. The
cooler shall be designed as per ASME SEC VIII Div 1 and TEMA C. Oil coolers shall be shell and
tube design, having straight through tubes 1 inch (25.4mm) OD, 2 mm minimum wall thickness
and shall use water flowing through tubes as a cooling medium. Material of construction shall be
suitable for specified service. However as a minimum MOC shall be as follows.
Shell – SS 316L
Channel- SS 316L
Tubes- SS 316 L
Tube sheet- SS 316 L
1. Level transmitter, level gauge and temperature indicator for lube oil reservoir.
2. Pressure indicator at the discharge of main and auxiliary lube oil pump.
3. Pressure transmitter at discharge of main oil pump for auto cut off of AOP
4. Temperature indicator at inlet and outlet of cooler
5. Temperature transmitter at the discharge of oil cooler
6. Differential pressure transmitter and indicator across filter.
7. Temperature indicator at inlet and outlet of cooling water
8. Thermal relief valve and flow indicator on cooling water return line.
9. Pressure transmitter at the oil supply line for AOP auto cut in, Main pump start permissive ,
main pump trip, header pressure indication
10. Pressure indicator in the lube oil supply line
11. Pressure control valve in oil supply line
12. Temperature indicator and flow indicator on oil return line from each bearing.
13. Pressure and temperature control valve in oil supply line
14. Temperature transmitter in oil supply line
15. Local gauge board/instrument panel
4.10.9 Lube oil system shall be started and stopped manually from local gauge boards located on the
console.
4.10.10 An overhead lube oil tank of SS316 construction shall be provided as per API 614 requirements,
shall be provided to take care of lube oil supply to bearings during coasting down time. The
capacity of the main lube oil reservoir shall be sufficient to take care the lube oil drain from this
overhead tank will be supplied
4.11.1 Speed control system shall be through electronic governor with dual redundancy of sensor.
Governor controller position indication shall be provided both in main control room and local
panel. Operation change over from local start up panel to control room shall be bumpless. In
addition to speed raise/ lower push button on the governor panel in the control room hardwired
push buttons for raising or lowering speed shall also be provided on the DCS.
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
4.11.2 Overspeed shut down system shall be independent of the governing system. Separate
electronic overspeed trip circuits consisting of speed transmitters and logic devices shall be
provided in two out of three voting logic configuration.
4.11.4 Field start up panel shall be provided confirming to area classification located near turbine with
all necessary safety alarm annunciators
5.0 COUPLINGS
5.1 Coupling shall be high performance couplings dry type, SS diaphragm coupling, separately
dynamically balanced before assembly. Non-sparking coupling guard shall be provided for each
pump assembly. Couplings shall be flexible metallic type. All the couplings shall be of one make
only. Coupling shall be as per API 671.
6.1 The mechanical seal system offered shall be of proven design with past supply experience for
similar service and compliance with API 682 3rd Ed. Seals shall be guaranteed for 3 years. Seal
failure device and trip alarm to be included wherever necessary with level transmitter and
pressure transmitter mounted on stand pipe with isolation valves, to annunciate primary and
secondary seal failure. All seal components shall be from seal manufacturer such as gland
plate, sleeve, packing etc. Vent and drain connections from the mechanical seal shall be piped
to a safe area. The mechanical seals for all the pumps shall be preferably from one vendor only.
6.2 A vent connection shall be provided between the mechanical seal and auxiliary seal. This vent
shall be piped to a safe acid disposal area.
7.1 In addition to the inspection and tests defined in the Engineering Design Basis, data sheets,
standards and documents attached with FEED the following tests shall be carried out for each
pump set as a minimum.
a) Lube oil system: Cleanliness, four hour run, check controls, change over (filters),
one and two pump operation at Lube oil system at manufacturer’s shop.
a) Material test certificates physical and chemical tests for pumps rotor, impeller.
b) Radiography test for critical areas of the barrel casing, all welding areas of the
casing, casing covers and nozzle welds (LSTK-1 contractor shall indicate the
critical areas for Owner/PMC’s approval).
c) Dye penetrant / Magnetic particle inspection for inner case parts as well as
impeller.
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
7.3.1 Inspection and testing for steam turbine shall be as per API 612 and other documents attached
with FEED.
8.1 LSTK-1 contractor shall submit following documents along with bid.
Experience data
Filled in data sheets for pump and turbine.
Data sheets for lube oil system, with P&ID.
P&I diagrams for the package.
Preliminary GA drawing with dimensional details indicating maintenance space.
Product catalogues of all bought out items including pump and turbine.
Technical write up on model offered.
Quotation of spares for two years of operation.
8.2 During execution and final submission of documents, following shall be included in drawing
document schedule
B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc
NOTES:
1. Bidder shall note that only those deviations to specified standards & codes (if any), shall be permitted which are technically infeasible to be met, provided
suitable justification for the same is furnished. Deviations, which can be complied with extra cost and or time implication, shall not be permitted.
2. Any deviations/deletions/corrections made elsewhere in the body of the bidder’s proposal will not be taken cognisance of and all such deviations shall be
deemed to have been withdrawn by the bidder.
DOCUMENT NO.:______________________________________________________________________________________________________________________________
Technical requirements
Sl. Reason for Technical Deviation /
Document No. Clause No. specified as per inquiry Vendor Deviation Remarks
No. Technical Justification
document
LSTK-1 : COKER BLOCK : DELAYED COKER UNIT & LPG CFC TREATING UNIT
PART : III
SECTION : B.4.1
DOCUMENT NO : 44NC4600-0000/M.02/0036/A4
44NC-4600-0000-M.02-0036-A4_scope of work.doc
1.0 SCOPE FOR DELAYED COKER UNIT AND CFC COKER LPG TREATING UNIT FOR
COKER BLOCK:
1.1 LSTK-1 Contractor’s ( referred as contractor here after) scope of work shall include design,
engineering, procurement, inspection, installation, testing, erection and commissioning of
equipments as described in following clauses as well as in job specifications and FEED package
consisting of Delayed Coker unit (DCU) and CFC- Coker LPG treating unit for Coker Block
project for CPCL, Chennai Refinery.
1.2 Detailed engineering of feed package shall be carried out by contractor and detail engineering
shall include all the mechanical items required to complete the plant apart from listed in
equipment list of the Process Licensor and job specification / data sheets. All equipments within
the package site as defined by the tender documents and which are required to complete the
facility inside the package site shall be provided by the Contractor. Foundation heights & type of
supporting structure for the equipment shall be finalised by the Bidder to suit requirements of
connected equipments.
1.3 Selection of each equipment shall be based on proven track record of supply and reliable
operation in the specified application.
1.4 Commissioning spares as required during commissioning of equipment shall be part of supply
by the contractor. Contractor shall procure spares from the original equipment manufacturer
(OEM) and shall make them available at site, well before the start of commissioning activities.
Any spares required during commissioning shall not be spared from two years operation spares
or mandatory spares. All required documents such as installation manuals, commissioning
manuals, O&M manuals, spares ordering information, performance of all bought out items,
performance test procedures of individual equipment and total plant shall be furnished well in
advance before starting of respective activities.
1.5 Priced quotation for spares required for two years of normal operation and commissioning
spares as recommended by the OEM (Original Equipment Manufacturer) and mandatory spares
shall be quoted separately and the price shall be valid for one year from the date of
commissioning. Spares for two years normal operation shall not be included in price of main
equipment.
1.6 Contractor shall furnish list of special tools and tackles required for maintenance and shall
supply these special tools as recommended by OEM, along with the equipment.
44NC-4600-0000-M.02-0036-A4_scope of work.doc
1.7 Contractor shall prepare specifications as per the requirements given in engineering design
basis, P&ID, licensor’s documents, process data sheets, engineering specification and standard
data sheets enclosed with the FEED package for purchase of equipment.
1.7.1 Contractor to refer job specifications of critical equipments such as multistage/turbine driven
pumps, wet gas compressor, crusher, bridge crane, belt feeder, coke drum structure elevator
etc. Contractor shall engineer all required equipment based on basic engineering data and
equipment list attached with the bid package. Contractor to add equipment in his scope of
supply which are not covered in equipment list, but required to complete total plant. Contractor
to consider equipment required for safe and ease of maintenance. Any other work not
specifically mentioned above but required to complete the job shall be deemed to be included in
the scope of work without any cost implication for Owner.
1.7.2 Contractor to provide lifting equipment for maintenance purpose as specified in design basis,
standard specifications and data sheets( blank). Standard specification and blank data sheet for
material handling equipment are attached in bid package. Area classification of this equipment
shall be as per area classification drawings attached with FEED package. Contractor to develop
area classification drawing as a part of detail engg and supply equipment complying to same
and as specified in elsewhere. Contractor to submit duly filled data sheets for each material
handling equipment. Data sheet format is attached in FEED package. All chain pulley blocks
shall be non-sparking type. For material handling equipment not specifically covered contractor
to furnish list with bid and supply the same to comply O&M requirements.
1.8 Insulation, lubricants, consumables required for equipment during erection and commissioning
and performance test run shall be supplied by the contractor for a period of six months. EPCC
shall select all lubricants of IOCL make.
1.9 Contractor shall submit all the drawings, documents, specifications, QC / QA manuals,
inspection manuals, performance test procedures, etc. as required. EPCC contractor shall
provide Hydro test / NDT as required.
1.10 Contractor shall procure equipment from reputed OEMs, having regular manufacturing facilities
and have proven experience of supplies for similar applications.
1.11.1 This section defines the requirements for the installation of equipment. Manufacturer’s
instruction shall be considered as pertinent to these requirements. It is the responsibility of
contractor to carry out the work in a workmanlike manner consistent with the best practices
for installations. Installation shall include preparation of foundation, installation of base plate,
leveling, aligning, grouting etc. All fastening hardware (including anchor bolts) required within
the package site shall be by contractor.
Contractor shall furnish checklist to verify correctness of installation. Contractor shall carry out
all necessary checks after installation. Performance test shall be carried out and will be
witnessed by Owner/ PMC.
1.11.2 Contractor shall be responsible for personnel and facilities safety, which is of prime
importance. Safety engineers with relevant experience shall be deputed to site round the
clock by contractor.
44NC-4600-0000-M.02-0036-A4_scope of work.doc
1.11.3 Contractor shall assure all permits including excavation, hot work, road cutting, hot permit,
radiography etc. wherever required are in place prior to commencement of applicable work.
This includes contractor’s permits as applicable and Owner’s permits.
1.11.4 Contractor shall be responsible for the transportation of all equipment to the erection location.
Equipment, which is transported by sea, shall have sea-worthy packing. The Contractor shall
strictly follow recommended preservation procedures during the period of storage for all
equipment.
1.11.5 Contractor shall be responsible throughout the duration of the contract for any loss or damage
to equipment. Any such loss or damage shall be brought to the immediate attention of PMC
and arrangements made for repair or replacement of item. Contractor shall repair at no
additional cost to Owner, all damages done by the contractor to the existing facilities.
1.11.6 Prior to the commencement of the installation work, contractor shall provide valid load test
certificates and carry out load test as per statutory requirements for all items (tools, tackles
and all mobile material handling equipment).
1.11.7 Contractor shall at all times perform his work in a completely safe manner in strict accordance
with both industry and WORKSITE safety practices.
1.11.8 No nozzles or other vital attachments on the equipment being lifted shall be used as
supporting or lifting points other than those, which have been specifically designed and
designated.
1.11.9 Contractor shall be responsible for surveying all bases and ensuring that such bases comply
with the appropriate drawings and specifications. Holding down bolts shall be checked for
condition, cleaned, lubricated and nuts checked for running down bolts.
1.11.10 Contractor shall be responsible for the maintenance and protection of all equipment for the
duration of the work, in accordance with manufacturer’s Preservation Check List up to
handing over of the plant.
1.11.11 Contractor shall be responsible for completing all work in accordance with the project
schedule. Contractor shall visit to site before bidding, to understand the locations and other
required facilities and details. Unless brought out by the Bidder clearly in the bid, it shall be
presumed that area of the package site as allocated is acceptable to the bidder for the new
facility in Bidder's scope.
1.11.12 Contractor shall provide specifications for the installation of all equipment, which include
special requirements, advised by vendors and shall detail all the requirements for the
accurate, safe and correct installation of the equipment as per OEM‘s recommendations.
1.11.13 Contractor shall fill chemicals, lubricants, oils, greases etc. up to handing over of plant.
A Consolidated list for all equipment shall be provided as lubrication schedule indicating type
of lubricant, grease, oil etc. giving the specification, quantities, brand name, periodicity of
application/replacement and preferably from manufacturing range of Chennai Petroleum
Corporation.
1.11.14 On all stress-relieved equipment, it shall be stenciled that “equipment is stress-relieved and
no welding shall be permitted after PWHT”.
44NC-4600-0000-M.02-0036-A4_scope of work.doc
1.11.15 Contractor shall comply with the requirements of Mechanical Completion as described in the
FEED documents.
1.11.16 During detailed engineering, Contractor shall make necessary additions to fully define all
equipment required for the units, which shall be subject to approval of Owner/PMC.
1.11.17 For rotating equipment, Contractor shall procure the complete equipment package from
respective driven equipment manufacturer. The equipment as defined herein means the
complete equipment train consisting of driven equipment, the driver, transmission elements
including couplings, guards, base-frames, foundation bolts, lubrication system interlocks,
interconnection piping, instrumentation, with monitors and auxiliary systems, accessories as
required, inspection, testing, mechanical guarantee, painting and insulation as applicable.
1.11.18 Contractor shall carry out review of all equipment typically pumps to maximize
interchangeability. The objective is to reduce the spares holding of items, which are similar
and not identical. Likewise standardization shall be done with respect to mechanical seals,
couplings. Contractor shall submit the interchangeability chart for all such equipment and
parts.
1.11.19 The multistage and column bottom pumps shall have auto minimum flow recirculation valve.
1.11.20 All API 610 10th edition pumps shall have magnetic plug and mechanical seal failure alarm.
All mechanical seal parts shall be from seal manufacturer as complete set.
1.11.21 Local push button station shall be provided for all equipments with auto / manual facility.
In addition to local push button station remote stop push button and fire fighting facility shall
be provided at suitable locations for all applicable equipments (to be decided during detail
engineering). The remote stop push button and fire fighting facility shall be provided as per
OISD regulations.
1.11.22 Double mechanical seal is recommended for all pumps handling hydrocarbons. Where
applicable, pumps to be provided with gas detectors as per OISD regulations.
1.11.23 Instruments used for testing shall be calibrated and valid calibration certificate shall be
submitted.
1.11.24 All CBD / ABD pumps shall be provided with 1 no. ware house spare pump each. ABD/ CBD
pumps shall be provided with double mechanical seal.
1.11.25 All Critical pumps like high speed integrally geared pumps shall be provided with permanent
monsoon protection.
1.12 Equipment list prepared by contractor shall identify equipment requiring approval from
statutory authority e.g. Chief inspectorate of boilers, chief controller of explosives, equipment
requiring ASME code stamping wherever specified, compliance to petroleum rules.
Equipment list shall include item number, description drawing number, P&ID number, vendor
data sheet number, design pressure and temperature, special features etc. Obtaining all
statutory clearances shall be by Contractor. Obtaining approvals from all Statutory and other
authorities involved shall be in contractor’s scope.
1.13 All data sheets after going through procurement cycle shall be submitted “as built” after
incorporating comments from Owner/PMC.
44NC-4600-0000-M.02-0036-A4_scope of work.doc
1.14 Technical bid analysis and technical recommendations including scope of supply of all major
and critical equipment shall be reviewed by PMC and Owner as follows:
All centrifugal pumps, wet gas compressor, Bridge Crane, chemical injection packages, coke
drum structure elevator, coke crusher, belt feeder, filters, silencers, mixers, EOT crane, air
compressor, HVAC etc.
1.15 O&M training shall be provided by contractor to the Owner’s O&M staff.
1.16 Contractor shall submit detailed technical requisition for all major and critical equipments for
Owner/ PMC’s review and approval before placement of order. Contractor shall prepare
detailed purchase requisition for all items.
1.17 Contractor shall prepare stage wise inspection programmes to ensure the integrity of all
equipment and piping. Inspection and testing / stage-wise inspection as specified in FEED
document of all equipment shall be carried out by third party appointed by contractor before
dispatch of equipment.
1.18 Contractor to submit drawings and documents as specified in the bid elsewhere. Contractor to
ensure that commissioning spares, O&M manuals, commissioning manuals are available in
required number of copies before starting commissioning activity (No. of sets mentioned
elsewhere) After commissioning, as built drawings/documents shall be submitted.
1.19 Contractor shall supply and hand over mandatory spares to Owner prior to
commissioning of all equipment. No mandatory spare parts shall be allowed to be used for
commissioning.
1.20 Contractor shall be responsible of all maintenance and protection of equipment supplied till
handing over of the entire plant.
1.21 Contractor shall be responsible for any loss or damage of equipment throughout the duration
of the contract. Any such loss or damage shall be brought to immediate notice of Owner/PMC
and necessary arrangements made to replace the item.
1.22 All work shall be performed in strict accordance with plant safety rules and regulations. Any
violation of the rules by Contractor shall be punitive by Owner/PMC.
1.23 HVAC
44NC-4600-0000-M.02-0036-A4_scope of work.doc
1.23.2 Air conditioning system for areas in control room & substation building shall be through
centralised chilled water system. Common Vapor Absorption Refrigeration (VAR) system
shall be considered for this application. A common Water cooled VAR system shall be
provided in a separate room close to control room and substation building, which will
supply chilled water to Air Handling Units of Control room & substation building. Suitable
piping shall be considered and routed to respective HVAC room. 100 % standby shall be
provided for chiller, AHU and minimum 50% standby shall be provided for pumps. Fresh
air unit shall have standby fan. Dedicated cooling tower shall be provided.
For analyzer shelters, plant operator cabins packaged air conditioners shall be provided.
100% stand by package unit shall be provided.
1.23.3 Calculation of HVAC loads for air conditioning and pressurisation of control rooms and areas
specified elsewhere in electrical, instrumentation and process documents, ventilation of
substations and buildings shall be carried out. Air curtains and humidifier to be provided
wherever necessary. Chemical filters shall be supplied along with A/C package. The
performance tests for the A/c plant shall be done during peak summer and with a minimum of
10 days continuous running after complete installation and commissioning of the units
including ducting
1.23.4 Contractor shall provide HVAC systems for various areas specified elsewhere. The overall
philosophy of heating, ventilation, air conditioning and pressurisation facilities shall be to
satisfy the required condition for safety of installed equipment and human comfort in
permanently occupied areas and for maintenance of equipment.
Contractor shall design, supply, inspect, install, erect, test and guarantee all equipment for
heating, ventilation, air conditioning and pressurisation facilities to be located in control
room/SRR , VFD rooms, engineers room, substation building(s), analyser buildings (s)/
room(s), switchgear room in electrical substation, UPS room, etc.
44NC-4600-0000-M.02-0036-A4_scope of work.doc
1.23.6 All areas requiring air conditioning for 24-hours/ day shall be provided with at least 100%
standby units. Window air-conditioners are not acceptable for continuous and round the clock
operation. Control room air conditioning and comfort air conditioning units shall have chemical
filter and humidifiers wherever required. ISA – S 71.04(Instrumentation Society of America
Standard) shall be followed to achieve air quality of class G1. For safe design of chemical
filter dedicated to control room, contractor shall take measurements of air quality in particular
max. contents of H2S and SO2, prepare layout in such a way that the fresh air intake from
non-polluted area. The layout shall be prepared taking into account chemical filter of adequate
size (both at intake and return air) to safeguard control room equipment.
Control room is to be equipped with air curtains, shoe rack, dust catching floor mat, document
racks, humidity controllers, air filters/scrubbers. Fresh air make up of the A/C plant to be from
a non-polluted area. Control room including DCS/PLC system/marshalling panel room to have
continuous on line Corrosion monitors with DCS connectivity. Chemical filter performance
testing shall be done with Copper strip test.
1.23.8 For pressurisation /ventilation system rooms as specified elsewhere minimum air changes
/hour shall be considered as 15-20 .In pressurisation systems, air quantity shall also be
calculated on the basis of max. 5 deg C temperature rise above ambient air and higher of the
two shall be offered. Air intakes shall be located in non-hazardous and chemical fume free
areas. Pressurisation shall be designed for continuous duty. Each system shall have two
blowers with drive motors, one acting as standby. The system shall be provided with filters (10
microns with chemical filtration as required), relief dampers, fixed air intake louvers with bird
screen, ducting with grills, instrumentation and controls, associated civil, electrical and
structural work. Fans and motors shall be mounted on anti vibration mounts with common
base frame. Exhaust fans shall be installed in rooms to achieve air changes. The pressure of
6 to 8 mmWC shall be maintained
1 Control room shall have 50-dBA-noise level for manned control room.
2 air handling unit (AHU) should be located on the same floor as the room as far as
possible
4 Minimum two exits shall be provided in such a way that each has a different
unobstructed escape route.
44NC-4600-0000-M.02-0036-A4_scope of work.doc
6 Smoke detector system shall be provided for control room at suitable location.
8 Portable gas detectors shall be located in control room to check air in flow quality
whenever required.
10 The fire dampers must have 90 minutes fire rating (resistance) and shall be operated
pneumatically or with solenoid valves and actuated by smoke detector. However the
opening shall be in manual mode. The design temperature of fire dampers shall be 450
o
C.
11 Air conditioning plant shall be tripped and supply/ return ducts shall be cut-off with
interlocking of smoke detector as well as high H2S and %LEL contents (these gas
sensors shall be located in the supply duct) operation.
12 Air intake point shall be located preferably at opposite side of process units (safe and
clean area). The opening for the replacement of chemical filter panels shall not be in the
inlet contaminated air path.
14 Air conditioning plant room shall be ventilated with a minimum of 15 air changes per
hour.
15 Gas detectors shall be located at air handling intake to warn the operators / supervisors
for initiating A/c plant shutdown for the control rooms.
1.23.10 Contractor shall carry out complete erection of the system including equipment, ducting,
piping, electrical accessories, instruments, MCC-s, panels, cabling, instrument air tubing, all
support structures, access platforms, walkways, civil foundations, lighting, insulation etc.
1.23.11 The contractor according to the requirements shall provide necessary site facilities. The
contractor shall, however, arrange for any special tools or tackles required by him, along with
all consumables to be used during this phase (including first fill of consumables such as
refrigerant, lubricants etc).
1.23.12 Contractor’s site activities shall conform to the Construction Safety requirements listed in feed
document.
44NC-4600-0000-M.02-0036-A4_scope of work.doc
1.23.13 After erection, the vendor shall carry out start-up, stabilization and commissioning of the plant.
1.24 All equipment installed outdoors shall have proper weather shade, wherever required.
1.25 Contractor shall carry out the interconnections at all the interface points such as main process
and all utility connections.
1.26 All Equipment unitization shall be carried out at respective vendor’s shop.
1.27 All rotating equipments shall be provided with guards as per OSHA. Guards shall be
Non -sparking type.
2.0 Contractor shall carry out following work during installation stage of project including supply
of material required for the work.
a) Cables laid by Contractor for construction shall be joint-less. In case of unavoidable
joint, permanent jointing shall be done.
b) Rerouting of existing cables, which are fouling with new cable schedule shall be done
where applicable.
c) Protection of cables including necessary pipes, sand, bricks, etc. which is part of new
cable schedule, wherever required.
d) Replacement of damaged cables, during construction stage.
e) Adequate earth pits must be provided for system, power and chassis earthing.
f) All necessary lighting poles, light fittings, temporary cable laying including terminals.
g) Power distribution at construction site, cables, feeder pillers, switches, local earthing,
replacement of fuses, etc.
h) Any special type of termination such as elastimould shall be provided as per
requirement.
i) To prepare pre-commissioning / commissioning activities and testing procedure for all
the supplied equipments and for entire installation. These shall include proforma for
defining field activities and recording of tests results. Instruments such as vibration
meter, HT/LT megger, Multimeter shall be arranged with valid test and calibration
certificate as required. Contractor shall suitably include trial runs, performance tests
and reliability tests as applicable.
j) All underground cabling shall be at specified depth with sand filling, pipe protection
etc., as per specification including supply of material required for the work.
k) Any modification required in panels / equipment supplied by Contractor during cable
termination shall be by Contractor.
l) Painted steel structure shall be used for support of electrical equipment and no
galvanised steel shall be used.
m) Canopy shall be provided to all local panels, outdoor motors and push buttons and
shall be matching with size of motor.
n) All junction boxes shall be installed at specified height above ground level.
o) Any mismatch in gland size cable size and wrong terminal box, shall be avoided and
rectified when noticed.
p) All instruments and control cables shall be fire retardant low smoke (FRLS),
armoured.
q) One size higher terminal boxes shall be provided for all motors.
3.0 For Hydraulic Decoking system (86-LZ-07), Coke drum unheading system (86-LZ-04 A/B, 86-
LZ-05A/B), Fired heater (86-F-01A/B), (free issue items), the scope of work for contractor shall
be as per the document No. 44NC-4600-0086/M-02/0037/A4 in the FEED document.
44NC-4600-0000-M.02-0036-A4_scope of work.doc
4.1 Wet gas compressor shall be designed as per API 617, centrifugal type, driven by a back
pressure steam turbine. Compressor shall be built as a packaged unit with compressor stages,
gear box if applicable and drive steam turbine installed on a common base frame. The
Compressor set shall be equipped with a dedicated lube oil system.
Engineering and supply of equipment as specified in Job specification with necessary
instrumentation as required, interconnecting piping, Inspection, testing, erection and
commissioning, mechanical and performance guarantee, spares, documentation as required,
painting, insulation as applicable.
6.0 All pumps as per specification attached in FEED documents shall be supplied complete with
drive unit, base plate, interconnecting piping, instrumentation, inspection, testing, erection,
commissioning, mechanical guarantee, spares, documentation as required, painting and
insulation as applicable.
7.0 Filters and strainers shall be designed as per ASME Section VIII Div 1 shall be supplied
complete with base plate, relief valves, interconnecting piping, instrumentation, inspection,
testing, erection, commissioning, mechanical guarantee, spares, documentation as required,
painting and insulation as applicable.
coke crushing and handling system shall consists of coke bridge crane, coke crusher inlet
hopper with grizzly, coke crusher, coke crusher discharge hopper, Belt feeder , dedusting
system etc.
Coke crushing and handling system shall be supplied as per FEED documents. Contractor shall
carry out detailed engineering, sizing of equipments, preparation of layout, designing of
intermediate hoppers, all supporting structures, transfer towers, platforms, ladders / staircase
and equipment buildings. Supply of package equipments along with auxillaries, assembly at site,
proving performance guarantee shall be by contractor. Contractor shall arrange equipments,
cranes, consumables required for erection, commissioning and performance guarantee. Quality
plan duly approved by PMC shall be strictly followed. Contractor shall arrange third party
inspection. All necessary controls shall be based on approved P&ID’s and process
requirements. Coordinated efforts shall be made in effective execution of package based on
“approved for construction” drawings. Belt feeder discharge end supporting structure shall be
designed and supplied for mounting in transfer tower supplied by others. Necessary co-
ordination, layout interface required for this shall be done by contractor.
44NC-4600-0000-M.02-0036-A4_scope of work.doc
10.0 Coke drum structure elevator (Lift) per specification attached in FEED documents shall be
engineered and supplied complete with safety devices, accessories as specified ,
instrumentation, inspection, testing, erection, commissioning, mechanical guarantee, spares,
documentation as required, painting.
11.0 Hydro cyclone per specification attached in FEED documents shall be engineered and supplied
complete with, interconnecting piping, instrumentation, inspection, testing, erection,
commissioning, mechanical guarantee, spares, documentation as required, painting and
insulation as applicable
12.0 Chemical injection systems (Anti Foam injection package (86-LZ-01), Corrosion Inhibitor
package (86-LZ-02), Demulsifier Injection Package (86-LZ-03), Ammonium Polysulfide Package
(86-LZ-11) :- Common skid comprising of (1W+1S) pump unit (proportionating pumps, controlled
volume type) complete with driver, base plate, pulsation dampeners, relief valve, dosing tank as
per ASME Sec VIII Div 1 & 2, agitator, interconnecting piping, instrumentation, inspection,
testing, mechanical guarantee, erection, commissioning, spares, documentation as required
along with painting and Insulation as applicable.
13.0 Silencer: Engineering and supply of equipment with interconnecting piping, Inspection, testing,
erection and commissioning, mechanical guarantee, spares, documentation as required,
painting, acoustic enclosure, insulation as applicable.
14.0 Air conditioning systems consisting chiller packages, AHU, ducting, chilled water piping,
chemical filters, dampers, grills, diffusers, duct supports, drivers for all units, fasteners, gaskets,
instrumentation, insulation, painting, mechanical guarantee, inspection, testing, erection and
commissioning, spares, documentation etc for the areas specified elsewhere.
15.0 Ventilation & pressurisation: Fans with drivers, mounting frames, louvers, filters, ducting,
dampers, grills, diffusers, duct supports, drivers for all units, nut bolts and gaskets,
instrumentation, painting, mechanical guarantee, Inspection, testing, erection and
commissioning, spares, documentation etc for the areas specified elsewhere.
16.0 Equipment tag numbers in package units shall be similar to that of main plant.
17.0 Apart from all statutory clearance to be obtained by contractor, the plant noise levels should
confirm to the standards prescribed under Environmental (Protection) Act 1986 Rules and 1989,
the noise levels shall be achieved by providing noise control measures including acoustic hoods,
silencers, enclosures etc. on all the sources of noise generation, the blowers can be major
contributors to plant noise hence special attention shall be given for individual / equipment noise
control at source.
18.0 Supply, erection and commissioning of material handling equipment such as EOT crane, HOT
crane, and chain pulley blocks, Electric Hoist, maintenance platform as required for the
maintenance purpose of Compressors, Pumps, Exchangers, and other equipment..
19.0 Insulation, all consumables required during erection and commissioning, including lube oil to be
supplied up to 6 months after handing over of the Plant.
20.0 Integration, erection and commissioning of fire detection, fire alarm and fire fighting system for
entire Plant.
44NC-4600-0000-M.02-0036-A4_scope of work.doc
21.0 Design, engineering, supply, inspection, testing, erection and commissioning of De-watering /
sump pumps wherever required.
22.0 Training of owner’s personnel as required at Site / Manufacturer’s works for the equipment
supplied and trouble shooting within guaranty period.
23.0 Drawing and documentation as required for respective package/ equipment. 10 sets along with
one soft copy of each in compact disc.
24.0 The vendor shall supply commissioning spares as required during commissioning of equipment.
Vendor shall procure spares from the original equipment manufacturer and shall make them
available at site well before the start of commissioning activities. Any spares required during
commissioning shall not be spared from two years operation spares and mandatory spares. All
required documents such as installation manuals, commissioning manuals, O&M manuals,
spares ordering information, performance of all bought out items, performance test procedures
of individual equipment and total plant shall be furnished well in advance before starting of
respective activities and all final documents shall be submitted in required number of copies.
25.0 Quotation of spares required for two years normal operation and commissioning spares as
recommended by the OEM (Original Equipment Manufacturer) shall be quoted separately.
26.0 Contractor shall furnish list of special tools and tackle required for maintenance and shall supply
these special tools as recommended by OEM, along with the equipment.
27.0 Irrespective of above Scope, whatever is required to be done to complete the whole system to
Owner's satisfaction, shall be designed, supplied, erected and commissioned by the Contractor.
28.0 Deviations brought out by the Bidder in the `Deviations List' only would be considered.
Deviations, if any, indicated in the body of the Bid shall be considered as invalid.
29.0 For all equipment, contractor shall follow the requirements in documents in the following order of
precedence:
1) Process licensor documents
2) Job datasheets
3) Job specification
4) P&ID
5) Engineering design basis
6) Standard specifications
7) Codes and standards
However all conflicts / discrepancies in the above mentioned documents shall be submitted to
PMC/Owner for approval and PMC/Owner decision shall be final without schedule or cost
impact to Owner/PMC.
44NC-4600-0000-M.02-0036-A4_scope of work.doc
LSTK -1 – COKER BLOCK : DELAYED COKER UNIT / LPG CFC TREATING UNIT
PART : I
SECTION : 8
TABLE OF CONTENTS
1.0 CENTRIFUGAL HORIZONTAL PUMP (MULTISTAGE) 3
2.0 RECIPROCATING PUMPS 6
3.0 SUNDYNE PUMPS 8
4.0 CENTRIFUGAL PUMPS (HORIZONTAL) ONE/TWO STAGES 11
4.0 CENTRIFUGAL PUMPS (HORIZONTAL) ONE/TWO STAGES 12
5.0 CENTRIFUGAL PUMPS (VERTICAL) 13
6.0 POSITIVE DISPLACEMENT PUMPS (CONTROLLED VOLUME) 15
7.0 ROTARY PUMPS 16
8.0 CENTRIFUGAL FAN / BLOWER 18
9.0 RECIPROCATING COMPRESSOR 22
10.0 CENTRIFUGAL COMPRESSOR 32
11.0 MECHANICAL EQUIPMENT 38
11.1 FIRED HEATER 38
11.2 EOT CRANE 39
11.3 FILTERS 39
11.4 COALESCERS 40
11.5 PACKAGED INTEGRALLY GEARED CENTRIFUGAL COMPRESSOR 41
11.6 AIR DRYER PACKAGE (DESICCANT TYPE) 44
11.7 STATIC MIXER 45
12.0 ACCUMULATOR IN LUBE OIL SYSTEM 46
13.0 COKE DRUM UNHEADING PACKAGE 46
14.0 STEAM TURBINE SPECIAL PURPOSE 46
15.0 STEAM TURBINE (GENERAL PURPOSE) 52
16.0 GAS TURBINE 54
17.0 ROTARY COMPRESSOR (SCREW TYPE) 56
18.0 ROTARY COMPRESSOR (LOBE TYPE) 58
19.0 ROTARY COMPRESSOR(LIQUID RING TYPE) 59
20.0 Boiler (HRSG) and Auxiliaries 60
21.0 SILENCER 62
22.0 AGITATORS 63
23.0 GEAR BOX – SPECIAL / GENERAL PURPOSE 64
24.0 EJECTOR 65
25.0 VAPOR ABSORPTION CHILLER 66
26.0 TOOLS & TACKLES 67
27.0 GENERAL NOTES 70
28.0 ELECTRICAL 70
29.0 INSTRUMENTATION 70
30.0 PIPING 70
31.0 FABRICATED EQUIPMENT 70
ELECTRICAL
LV Motor
HT motors
1 Set of bearings (NDE + DE) 1 1 1 1 1 1 1
2 Cooling fans 1 1 1 1 1 1 1
3 Inner and outer grease cups 1 1 1 1 1 1 1
4 Terminal board 1 1 1 1 1 1 1
5 Fan cover 1 1 1 1 1 1 1
6 DE & NDE shields 1 1 1 1 1 1 1
7 DE & NDE locking collar 1 1 1 1 1 1 1
8 DE & NDE labyrinths 1 1 1 1 1 1 1
Note:
1. The word ‘Set’ means the quantity required for full replacement of that part in one
machine
2. The Bidder shall quote for all the mandatory spares as defined above and as applicable
to the proposed design of the equipment. In case, any spare which is listed in the
checklist but not applicable due to specific construction/design of the equipment, the
same shall be highlighted as ‘Not Applicable’ against that spare supported with proper
technical explanation.
3. Spare parts shall be identical in all respects to the parts fitted on the main equipment,
including dimensions, material of construction & heat treatment.
HT Motors
1 Set of Bearings (NDE + DE) 1 1 1 1 1 1 1
2 Cooling fans 1 1 1 1 1 1 1
3 Inner & outer grease cups 1 1 1 1 1 1 1
4 Terminal board 1 1 1 1 1 1 1
5 Fan cover 1 1 1 1 1 1 1
6 DE & NDE shields 1 1 1 1 1 1 1
7 DE & NDE locking collar 1 1 1 1 1 1 1
8 DE & NDE labyrinths. 1 1 1 1 1 1 1
Note:
1 The word ‘Set’ means the quantity required for full replacement of that part in one
machine.
2 The Bidder shall quote for all the mandatory spares as defined above and as applicable
to the proposed design of the equipment. In case, any spare which is listed in the
checklist but not applicable due to specific construction/design of the equipment, the
same shall be highlighted as ‘Not Applicable’ against that spare supported with proper
technical explanation.
3. Spare parts shall be identical in all respects to the parts fitted on the main equipment,
including dimensions, material of construction & heat treatment.
Notes:
1 The word ‘Set’ means the quantity required for full replacement of that part in one machine.
2 The Bidder shall quote for all the mandatory spares as defined above and as applicable to the
proposed design of the equipment. In case, any spare which is listed in the checklist but not
applicable due to specific construction/design of the equipment, the same shall be highlighted
as ‘Not Applicable’ against that spare supported with proper technical explanation.
3. Spare parts shall be identical in all respects to the parts fitted on the main equipment, including
dimensions, material of construction & heat treatment.
4. The above Mandatory Spare list is applicable to the total quantity of installed units under each
Tag No.
26.1 Bidder to ensure supply of all tools and tackles for operation and maintenance of the
entire plant and equipment and the list of the same shall be furnished alongwith the
bid. They shall be preferably hydraulically operated tools. The price of the same shall
be included in the lump sump price.
26.2 SPECIAL TOOLS
26.2.1 Following minimum tools shall be supplied by the vendor:
A. GAS TURBINE
1. Tool Assembly for GT Alignment (Load End) 1 Set
2. Lifting Devices/Hooks/Lugs 1 No.
3. Tool Assembly for Alignment (Accessory gear 1 Set
coupling)
4. Wrench (Overspeed Bolt Adjustment) 1 No.
5. Travelling Tackle Beam (part of enclosure)
6. Tool Assembly – GT Dismantling 1 Set
7. Boroscope with digital camera, light source, 1 No.
fixed and flexible sensor and all attachments.
26.2.2.2 Special tools for gas turbine – combustion inspection, hot gas path inspection and
major overhaul
- Optical Alignment kit with fixture for aligning load gear with turbine and load gear
with generator will necessary guide pins fixtures
ENERPAC flat jacks 4 nos. 30T capacity with hoses , hand pumps and power
pack.
- Set of slings for turbine components lift and chain pulley blocks, D shackles, turn
buckles.
- Extension bar and ratchet hydraulic operated for tightening coupling bolt nuts.
- Nitrogen charging kit for accumulators with gauge device.
- Feeler gauge suitable for measuring clearances.
- Rotor removal equipment for turbine machine and generator.
- Precision dial indicators, magnetic bases, arms, swivels.
- Fixture and chain pulley block for ventilation fan motor removal.
- Coupling bolt tightening hydraulic device with hydraulic power pack, repair kit
and all accessories.
- Calibration kit for gas detection and vibration and transmitter calibrator
- Bearing puller.
B. GENERATOR
1. Tools for Rotor Handling 1 Set
2. Tools for Rotor withdrawal 1 Set
3. Tools for Coupling Disengagement 1 Set
4. Tools for Pedestal Bearing Dismantling 1 Set
5. For Disassembly of the Excitation connections 1 Set
C. AVR/MARK V/EXCITER /C&R PANEL
27.4 CONSUMABLES
All consumables shall be supplied and replenished by EPCC upto handing over of the
entire plant.
28. ELECTRICAL
Sr. Quoted:
No.
Part Description Quantity Required Yes/No/Not
Applicable.
A. Transformer (one set of spares for each rating)
1. Bushing of each type with metal parts 1 Set
HV
LV
Neutral
2 Complete set of gasket 1 Set
11 Set of fuses / MCB of each rating for MB cubicles. 20% for each rating of fuse
Sr. Quoted:
No.
Part Description Quantity Required Yes/No/Not
Applicable.
12 Push buttons 5%
16 CT and PT (all types and ratings) One No. for each type &
rating
17 CBCT 2 nos
18 All protection relays & auxiliary relays One relay of each type
3 Power / control fuse links (all types & ratings) 20% for each type & rating
Sr. Quoted:
No.
Part Description Quantity Required Yes/No/Not
Applicable.
12 Bus Insulators 5%
13 CT / PT / Control Transformer (all types and One No. of each type &
ratings) rating
14 CBCT One No.
19 All protection relays & Auxiliary relays One No. of each type
D. Lighting Fixtures (One set of spares for each type of lighting fixture)
1 Lighting Fixture of each type 7%
Sr. Quoted:
No.
Part Description Quantity Required Yes/No/Not
Applicable.
3 PCBs of all types 1 Set
F. Variable Speed Drives (One set of spares for each rating of VSD)
1 Rectifier Control Module 1 Set
Sr. Quoted:
No.
Part Description Quantity Required Yes/No/Not
Applicable.
G. HMI System
1 Processor Module 50%
H. SOFT STARTERS (One set of spares for each rating of Soft Starters)
1 Power board 1 Set
I. BATTERY (One set of spares for each type & rating of Battery)
1 Complete Battery cell 5 Nos
J. BATTERY CHARGER (One set of spares for each type & rating of Battery charger)
1 SCR controller card for float charger 1 Set
3 Bridge SCR for float charger 10% with min. 1 No. for
each rating of SCR
Sr. Quoted:
No.
Part Description Quantity Required Yes/No/Not
Applicable.
4 Bridge SCR for float cum boost charger 10% with min. 1 No. for
each rating of SCR
5 Bridge diode for float charger 10% with min. 1 No. for
each rating of Diode
6 Bridge diode for float cum boost charger 10% with min. 1 No. for
each rating of Diode
7 Potentiometer 3 Nos.
9 Semiconductor HRC fuses for float charger 20% for each rating of
fuses
10 Semiconductor HRC fuses for float cum boost 20% for each rating of
charger fuses
11 Battery tap circuit blocking diode 2 Nos
4. APFC Relay 1 no
L DG SET
1 Lube oil filter 10 Nos.
5 Diodes-Forward 3 Nos.
Sr. Quoted:
No.
Part Description Quantity Required Yes/No/Not
Applicable.
6 Diodes-Reverse 3 Nos.
3 Terminals 10%
29.0 INSTRUMENTATION
Sr.No. Part Description Quantity Required Quoted :
Yes/No / Not
applicable
Mandatory spares shall be quoted and included in base price as follows:
1 FIELD INSTRUMENTS
1.1 Pressure Gauges 20% (Subject to min. of 1) of each type,
range, material of construction and rating,
whichever is higher.
1.2 Draft Gauges 10% (subject to minimum of 1) of each range
of Draft gauge, whichever is higher.
1.3 Temperature Gauges 20% (Subject to min. of 1) of each type /
range of Temperature Gauges, whichever is
higher
1.4 Level Gauges A) For transparent gauges, 20% of
illuminators with holder and reflector and
50% of bulbs
B) In case of magnetic type level gauges,
10% of bi-color rollers for each gauge to be
provided in addition to above.
C) 30% subject to minimum one number of
glass of each type, size along with pair of
Gaskets ( Cushion & Wet Gaskets ),
whichever is higher
D) 20% subject to minimum one number of
Gaskets for Gauge Cocks/Valves Bonnet /
Packing
1.5 SMART/FF Transmitters 10% or minimum of 1, whichever is higher of
for Pressure, Flow (DP), each type, range (model no.), make and
Level(DP) and material of construction
Temperature
10% subject to minimum of each type of
Electronics Transmitter card & LCD display,
gaskets, O-rings etc.
1.6 3 Way manifold 10% (subject to minimum of 1) of each size
and material of construction, whichever is
higher.
applicable
2.7 Flame Arresters One no. of flame arrester element and one set
Gasket for each Type, Size, Rating and
material.
2.8 Rupture Disc 3 Nos. of Gaskets & 3 Nos. of spare discs for
each Tag.
3 ANALYSER (Spares for each analyzer)
applicable
b) Thermocouple –1
c) Sensor board –1
d) Zirconia Oxide Cell –1
e) Each type/rating of Fuses – 1 set
f) Thermistor assembly –1
g) Ceramic filter –1
h) Processor card –1
i) Other cards –1 each
applicable
5.5 Instrument Valves / Tube 10% subject to minimum one no. for each
Fittings type, size whichever is higher
5.6 Panel mounted 10% or minimum one no. whichever is higher
instruments
6 CCTV A) Camera Station – 1no.
B) Camera : 1 no.
applicable
NOTES :-
1 Above-mentioned mandatory spares list defines the minimum requirement. Contractor to
provide any additional items as recommended by manufacturer. Contractor to submit
mandatory spares list to Owner / PMC for approval.
2 Similar philosophy shall be followed for packaged units. For Other Items not covered in
this list, 10% or minimum 1 (Which ever is higher) of each type of electronic card & one
fuse set shall be provided.
3 Contractor to submit spares list for 2-year operation and maintenance. The prices shall be
valid for at least 2 years from date of order.
4 All spare items required for commissioning shall be supplied by contractor.
30.0 PIPING
Note -1: % of quantity required to be left mandatory spares is for each and every item
consumed in as built including for packaged items. No substitution is allowed.
Note - 2: As a minimum one piece (one pipe length) per item spare shall be supplied.
No Substitution in size and material allowed.
Note - 3: For ratings 900 # and above and size 10” and above, minimum one valve
surplus shall be supplied for each piping class and for each size, rating,
material.
Note - 4: One actuator of each type is required for motor operated valves as spare.
Note - 5: As a minimum one set of bolt/nuts.
AIR COOLERS
LSTK-1 : COKER BLOCK : DELAYED COKER UNIT & LPG CFC TREATING UNIT
PART : III
SECTION : B.11
Rev No. Issue Date Pages Rev Description Prepared By Checked By Approved By
TABLE OF CONTENTS
1.0 GENERAL 3
1.0 GENERAL
Contractor shall prepare and issue for APPROVAL within 2 (two) months after the Date of
Notification of award of Contract, a proposed procedure for the procurement of spare parts.
Contractor shall check and ensure that the Vendor completes his appropriate part of the
Spare Parts Interchange ability Report (SPIR) forms and shall ensure that documentation,
including relevant drawings of spare parts recommended by vendor for erection,
commissioning, performance testing and the mandatory spare parts as specified in the bid
document as well as additional spares as ordered by the Owner for operation and
maintenance are sent to Owner.
Contractor shall check and ensure that the Vendor’s recommendation also includes spares
for equipment and materials supplied by sub-vendors, such as auxiliary equipment and
accessories. For this type of equipment the Spare Parts Interchangeability Report (SPIR)
forms shall show the original data of the manufacturer as submitted by Vendor /
manufacturer. Contractor shall review and complete his portion of the SPIR form by
determining his proposed quantities. (The offer for supply of 2 years operation maintenance
spares shall be valid for a period of one year after mechanical completion of the project).
Contractor shall submit the duly completed SPIR forms along with relevant drawings,
showing quantities proposed by vendor and quantities as calculated by Contractor for review
of Owner / PMC.
Contractor shall report monthly to Owner / PMC on the status of spare parts and related
documents including submission of SPIR forms.
Initial spares cover the erection, pre-commissioning, commissioning and performance test of
the equipment and materials and shall be supplied by Contractor as part of the Lumpsum
price. The commissioning spares shall also include parts and assemblies normally used or
consumed during installation of equipment, cleaning, flushing and inspection.
Initial Spare parts are to safeguard the operation of the equipment during the running-in and
start-up periods. Initial spare parts must arrive on worksite at the same time as the parent
equipment, but in any case prior to erection.
The spare parts shall be packed separate from the main order. Each item shall be duly
marked with the Purchase Order, applicable number (if any) and spare parts identification
numbers.
Contractor shall ensure that all spare parts arriving at Site will be properly received, checked,
recorded and stored. The system of recording and inventory control should be discussed and
approved. Inventory of unused commissioning spares to be made by Contractor. CPCL and
Contractor to agree on transfer of the same.
Contractor shall also supply within the lumpsum price, the Mandatory Spare Parts for all
equipment item-wise in quantity as specified under Part I Section 8.0. Other requirements as
stated above for initial spare parts shall be applicable for Mandatory Spare parts as well.
Contractor shall not utilise mandatory spares during commissioning. If the same are used as
emergency requirement during commissioning, Contractor shall procure and supply as part
of mandatory spares.
Contractor shall provide Owner / PMC a list of all Vendors and / or manufacturers of all spare
parts for equipment and materials purchased for the WORK including.
• Reference No. for the equipment, materials and parts
• Description of equipment, materials and parts
• Name of Vendor and / or manufacturer
• Local representative of vendor
• Addresses
• Telephone no., telex and facsimile no.
• Name of contact person
Contractor shall provide a list of recommended operation and maintenance spares for a two-
year period required for all equipment. Critical important factors for selection of O&M spare
include key operation and safety functions of equipment, possibility of damage during
installation / commissioning, service intervals, as by manufacturers. The offer for supply of 2
years operation maintenance spares shall be valid for a period of one year after mechanical
completion of the project. These spares will be ordered on the Contractor by Owner.
Contractor shall provide procurement services for these operation and maintenance spare
parts and quote separately for the same. Refer relevant details in the preamble to Schedule
of Prices.
All spare parts shall be new, of acceptable quality and in unused condition with relevant
warranties and guarantees provided. The spare parts shall be identical in Design,
specification to the original equipment component.
Coding System for stores management to be given by Owner / PMC after the award of
contract to be adhered by Contractor.
Where project specification calls for a warehouse spare (Complete Equipment item) to be
provided, this shall be included in Contractor’s scope of work. Contractor shall not consider
the component part of warehouse spares as “Spare Parts” when preparing tabulation of
recommended spare parts.
Special tools are those tools which are not readily available. Equipment vendor shall identify
and Contractor shall supply Owner all special tools and test equipment (including test rings /
test flanges / dummy shells) tools, jigs, fixtures including hand held and spot measurement
instruments required for operation and maintenance of all the equipment, as part of the work
and their cost shall be included in the Lumpsum Price. Contractor shall ensure that all such
items are clearly identified as to the equipment item for which that is required and indicated
in the bid.
Any special tools required for equipment, package items and those mentioned in the
respective scope of work and job specifications shall be included in the lumpsum price.
All special tools shall be in new condition with warranties and guarantees provided.
All special tools shall be handed over to Owner warehouse prior to the issuance of the
Provisional Acceptance Certificate for the Facilities
In the event Contractor may need to use the special tools during installation,
pre-commissioning and commissioning, Owner may authorise Contractor to utilise the
special tools with understanding that Contractor shall promptly replace the special tools, if
damaged.
8.1 Contractor shall provide initial charge of all the lubricants, chemicals, packing and
consumables for all equipment as per scope of work of LSTK Contractor including supply of
6 months normal consumption. Specification quantities and vendor list of chemicals shall be
as per details included in Licensor Process package.
Further, since the storage life of chemicals may also be subject to an expiry time due to
deterioration, stage deliveries of these products are required to be considered by Contractor.
8.2 Contractor shall summarise all chemicals and consumables requirements showing;
8.3 As part of the WORK, Contractor shall provide all services related to the delivery and
handling at worksite of all chemicals, consumables. Such services shall be included in the
Lumpsum price.
9.1 Contractor shall provide initial charge of all fuels, operating oils, lubricants, transformer and
switchgear oil, protective coatings, consumables and other such operating supplies as
required for the mechanical completion of the facilities for a period of 6 months normal
consumption and one replacement fill as part of the Lumpsum price. As far as is reasonably
possible Contractor shall ensure commonality of all oils / lubricants, etc to minimise
inventory.
9.2 As part of the work, Contractor shall provide all services for the engineering, procurement,
inspection, expediting delivery to and handling at worksite of all such operating supplies.
Costs for this shall be included within the Lump sum price.
9.3 Contractor shall furnish a complete lubrication schedule listing of all equipment requiring
lubrication by item number and indicating the type, grade, Hindustan Petroleum Brand
equivalent or Indian Brand equivalent and quantity of lubricant specified for each equipment
item. This schedule shall be submitted to Owner / PMC at least (6) six months prior to the
date of mechanical completion.
Contractor shall ensure the use of Indian Oil Corporation Ltd. Or Chennai Petroleum
Corporation Limited make to the extent possible.
REFERENCE NO
TAG NUMBER /
SPIR NUMBER:
MANUFACTURER AND ADDRESS SPIR DATE: EQUIPMENT PO No.
REVISION NO: TO BE COMPLETED BY VENDOR
TO BE COMPLETED BY VENDOR PRICE VALIDITY:
DATE SUBMITTED:
1
LOCATION:
MODEL NO
PROJECT TITLE:
CONSULTANT AND ADDRESS
PROJECT NO: EQUIPMENT DETAILS
2 TO BE COMPLETED BY VENDOR
SPARES
TO BE COMPLETED BY VENDOR
AVAILABILITY:
CURRENCY:
CRITICALITY (V/E/D)
USER RECOMM'D
INSTALLED PARTS
MINIMUM STOCK
COMM.SPARES
ITEM NUMBER
UNIT OF ISSUE
SPARES (2 yrs)
TOTAL NO OF
ITEM STATUS
ORIGINAL
EST ANNUAL
MANDATORY
CATEGORY
OPERATING
BIN STOCK
SERIAL NO
MANUFACTURER MATERI
IP CODE
SPARES
USAGE
DRAWING AND AL UNIT Item No.
QTY
3 DESCRIPTION OF PARTS REMARKS SAVINGS PR NO
NO MANUFACTURER' SPECIFI PRICE
S CATION
PART NO
NO OF
4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30
UNITS
99-99-99-
N 9999
U
M
B
E
R
O
F
5 P
A
R
T
S
P
E
R
U
N
FIELD ORIGINATOR FIELD AUTHORITY COMMERCIAL SUPPORT DIVISION CODING SECTION PROCUREMENT (Opns) APPROVAL
IMPLICATION.
The Unit will be located in the Refinery III Complex of the Manali Refinery. This section
presents brief details.
C:\Documents and Settings\hnoronha\Desktop\CPCL Chennai LSTK 1 - Coker Block\Part II Vol 3 of 3 - Process Package\B. BEDB (Part B)\44NC4600-00-P-02-0001-
A4_BEDB_Rev-C.doc
4.1 Refer Engineering Design Basis for complete details of meteorological design data. This
section presents relevant data towards preparing process-engineering specifications.
C:\Documents and Settings\hnoronha\Desktop\CPCL Chennai LSTK 1 - Coker Block\Part II Vol 3 of 3 - Process Package\B. BEDB (Part B)\44NC4600-00-P-02-0001-
A4_BEDB_Rev-C.doc
Figure - 6.1
Typical cooling water piping and instrumentation at heat exchangers
PSV
1” 1”
BACKFLUSH CW SUPPLY
.
This connection to be provided only for
exchangers located at platform (18m
or above).
Notes:
1. Sample point is to be provided at the highest point to facilitate venting.
2. Back flush lines to be provided with same size as main cooling water line when main line
size is ≤ 6”. One size lower to be provided for main line size > 6”. For much higher line sizes
e.g “14’ and above to be decided on case to case basis.
C:\Documents and Settings\hnoronha\Desktop\CPCL Chennai LSTK 1 - Coker Block\Part II Vol 3 of 3 - Process Package\B. BEDB (Part B)\44NC4600-00-P-02-0001-
A4_BEDB_Rev-C.doc
Note-6.2: For further details on water qualities reference is to be made to Part-A utility system design basis.
C:\Documents and Settings\hnoronha\Desktop\CPCL Chennai LSTK 1 - Coker Block\Part II Vol 3 of 3 - Process Package\B. BEDB (Part B)\44NC4600-00-P-02-0001-
A4_BEDB_Rev-C.doc
C:\Documents and Settings\hnoronha\Desktop\CPCL Chennai LSTK 1 - Coker Block\Part II Vol 3 of 3 - Process Package\B. BEDB (Part B)\44NC4600-00-P-02-0001-
A4_BEDB_Rev-C.doc
6.4.1 The specifications of plant air and instrument air are indicated in Table-6.3.
6.4.2 Inert Gas generation: Nitrogen shall be generated from a cryogenic air separation unit
with the specifications as given below.
6.4.3 Unit and Offsite designers are required to indicate whether there is requirement of
prioritized continuous demand or intermittent large demand of Plant Air, Instrument
Air or Inert Gas.
C:\Documents and Settings\hnoronha\Desktop\CPCL Chennai LSTK 1 - Coker Block\Part II Vol 3 of 3 - Process Package\B. BEDB (Part B)\44NC4600-00-P-02-0001-
A4_BEDB_Rev-C.doc
6.6.3 For adherence to OISD standard # 106, individual units shall be provided with a flare
knock-out drum whenever significant liquid relief is anticipated from the pressure relieving
devices, apart from the main knock-out drums at the flare stack. Unit designer / contractor
shall specify a horizontal unit flare KOD, sized to separate out liquid droplets down to a
size of 400 µ.
6.6.4 Maximum flare backpressure shall be considered for sizing of pressure relief devices:
6.6.5 Overpressure (as percentage of set pressure) for sizing relief valves shall be:
C:\Documents and Settings\hnoronha\Desktop\CPCL Chennai LSTK 1 - Coker Block\Part II Vol 3 of 3 - Process Package\B. BEDB (Part B)\44NC4600-00-P-02-0001-A4_BEDB_Rev-C.doc
Preliminary
Final
Preliminary
Final
REV.
1 APPLICABLE TO: PROPOSALS PURCHASE AS BUILT
2 FOR CPCL REFINERY UNIT DCU
3 SITE MANALI, CHENNAI SERVICE HCGO PRODUCT PUMP
1 3 APPLICABLE STANDARD API 610 10 TH EDITION NO OF STAGES (MAX)
4 NOTES: INFORMATION BELOW TO BE COMPLETED: BY PURCHASER BY MANUFACTURER BY MANUFACTURER OR PURCHASER
5 DATA SHEETS REVISIONS
6 ITEM NO. ATTACHED ITEM NO. ATTACHED ITEM NO. ATTACHED NO. DATE BY
7 PUMP 1
8 MOTOR 2
9 GEAR 3
10 TURBINE 4
11 APPLICABLE OVERLAY STANDARD(S): 5
12 OPERATING CONDITIONS (5.1.3) LIQUID (5.1.3)
3 3
13 FLOW, NORMAL 80.1 (m /h) RATED 88.1 (m /h) LIQUID TYPE OR NAME HCGO
3
14 OTHER (m /h) HAZARDOUS FLAMMABLE (5.1.5)
14
2
15 SUCTION PRESSURE MAX./RATED 4.43 / 1.52 (Kg/cm G) MIN. NORMAL MAX.
2
16 DISCHARGE PRESSURE 21.89 (Kg/cm G) PUMPING TEMP (°C) 335.4
17 DIFFERENTIAL PRESSURE 20.37 (Kg/cm2) VAPOUR PRESS. (Kg/cm2A) 5.13
18 DIFF. HEAD 272.1 (m) NPSHA 4.1 (m) RELATIVE DENSITY (SG): 0.749
19 PROCESS VARIATIONS (5.1.4) VISCOSITY (cP) 0.38
20 STARTING CONDITIONS (5.1.4) SPECIFIC HEAT, Cp (kCal/kg·C)
21 SERVICE: CONT. INTERMITTENT (STARTS/DAY) CHLORIDE CONCENTRATION (6.5.2.4) (mg/kg)
22 PARALLEL OPERATION REQ'D (5.1.13) H2S CONCENTRATION (mol fraction) WET (5.12.1.12c)
23 SITE DATA (5.1.3) (Refer attached BEDB) CORROSIVE / EROSIVE AGENT (5.12.1.9)
23
24 LOCATION: (5.1.30) MATERIALS (5.12.1.1)
25 INDOOR HEATED OUTDOOR UNHEATED ANNEX H CLASS (5.12.1.1) C-6
26 GRADE MIN DESIGN METAL TEMP (5.12.4.1) (°C)
27 ELECTRICAL AREA CLASSIFICATION (5.1.24 / 6.1.4) (Refer area classification drawing) REDUCED-HARDNESS MATERIALS REQ'D. (5.12.1.12)
28 CL GR DIV BARREL/CASE IMPELLER
29 WINTERIZATION REQ'D TROPICALIZATION REQ'D. CASE/IMPELLER WEAR RINGS
30 SITE DATA (5.1.30) ( AS PER BEDB) SHAFT
31 ALTITUDE (m) BAROMETER (KG/CM2G) DIFFUSERS
32 RANGE OF AMBIENT TEMPS: MIN./MAX. / (°C)
33 PERFORMANCE:
34 RELATIVE HUMIDITY: MIN. / MAX. / (%) PROPOSAL CURVE NO. SPEED r/min
35 UNUSUAL CONDITIONS: (5.1.30) DUST FUMES IMPELLER DIA. RATED MAX. MIN. (mm)
36 OTHER IMPELLER TYPE
37 RATED POWER 68.8 (kW) EFFICIENCY 71 (%)
38 DRIVER TYPE MINIMUM CONTINUOUS FLOW:
3 3
39 INDUCTION MOTOR STEAM TURBINE GEAR THERMAL (m /h) STABLE (m /h)
40 OTHER PREFERRED OPER. REGION TO (m3/h)
41 ALLOWABLE OPER. REGION TO (m3/h)
42 MOTOR DRIVER (6.1.1 / 6.1.4) MAX. HEAD @ RATED IMPELLER (m)
43 MANUFACTURER MAX. POWER @ RATED IMPELLER (kW)
44 (kW) (r/min) NPSHR AT RATED FLOW (m) (5.1.10)
45 FRAME ENCLOSURE MAX. SUCTION SPECIFIC SPEED: (5.1.11)
46 HORIZONTAL VERTICAL SERVICE FACTOR MAX. SOUND PRESS. LEVEL REQ'D (dBA) (5.1.16)
47 VOLTS/PHASE/HERTZ / / EST. MAX. SOUND PRESS. LEVEL (dBA) (5.1.16)
48 TYPE EST. MAX. SOUND POWER LEVEL (dBA) (5.1.16)
49 MINIMUM STARTING VOLTAGE (6.1.5) UTILITY CONDITIONS (5.1.3) ( AS PER BEDB)
50 INSULATION TEMP. RISE ELECTRICITY VOLTAGE PHASE HERTZ
51 FULL LOAD AMPS DRIVERS
52 LOCKED ROTOR AMPS HEATING
53 STARTING METHOD SYSTEM VOLTAGE DIP 80% OTHER (6.1.5)
54 LUBE
55 STEAM MAX. PRESS. MAX. TEMP. MIN. PRESS. MIN. TEMP.
56 BEARINGS (TYPE/NUMBER): DRIVERS
57 RADIAL / HEATING
58 THRUST / COOLING WATER: (5.1.19) SOURCE
59 VERTICAL THRUST CAPACITY SUPPLY TEMP. (°C) MAX. RETURN TEMP. (°C)
60 UP (N) DOWN (N) NORM. PRESS. (MPa) DESIGN PRESS. (MPa)
61 MIN. RET. PRESS. (MPa) MAX. ALLOW. D.P. (MPa)
62 CHLORIDE CONCENTRATION: (mg/kg)
REVISION LOG
REV. DESCRIPTION DATE BY CHK'D APP'D
A Issued for Feed 25-MAR-10 GAK GHD SNG
REV.
REMARKS
1 1 RATED FLOW INCLUDES 10% OVERDESIGN
2 2 NPSH AVAILABLE REFERS TO PUMP CENTERLINE WHICH IS ASSUMED TO BE 1M ABOVE GRADE
3 3 MINIMUM DESIGN TEMPERATURE:15 DEG C
4 4 NPSH SAFETY FACTOR IS CONSIDERED TO BE 1 M ABOVE NPSHR
5 5 PROCESS TURNDOWN REQUIREMEN = 50% OF NORMAL
6 6 DESIGN PRESSURE=30.0 KG/CM2 (G), DESIGN TEMPERATURE=382 DEG C
7 7 ALSO REFER LICENSOR'S DATASHEET FOR 86-G-07A/B
8 8 RECOMMENDED SEAL SYSTEM : TANDEM PLAN 32 & 52
9
1 10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
REV.
1 CONSTRUCTION SURFACE PREPARATION AND PAINT
2 ROTATION: (VIEWED FROM COUPLING END) CW CCW MANUFACTURER'S STANDARD OTHER (SEE BELOW)
3 PUMP TYPE: (4.1) SPECIFICATION NO. As per attached specifications
4 BB1 BB2 BB3 BB5 PUMP:
5 CASING MOUNTING: PUMP SURFACE PREPARATION
6 CENTERLINE NEAR CENTERLINE PRIMER
7 FOOT FINISH COAT
8 CASING SPLIT: BASEPLATE: (6.3.17)
9 AXIAL RADIAL BASEPLATE SURFACE PREPARATION
10 CASING TYPE: PRIMER
11 SINGLE VOLUTE MULTIPLE VOLUTE DIFFUSER FINISH COAT
12 BETWEEN BEARINGS BARREL DETAILS OF LIFTING DEVICES (6.3.20)
13 CASE PRESSURE RATING: SHIPMENT: (7.4.1)
14 MAX. ALLOWABLE WORKING PRESSURE (MPa) DOMESTIC EXPORT EXPORT BOXING REQUIRED
15 @ (°C) OUTDOOR STORAGE MORE THAN 6 MONTHS
16 HYDROTEST PRESSURE (MPa) SPARE ROTOR ASSEMBLY PACKAGED FOR:
17 SUCTION PRESS. REGIONS MUST BE DESIGNED SHIPPING CONTAINER (8.2.8.3) VERTICAL STORAGE (8.2.8.2)
18 FOR MAWP (5.3.6) TYPE OF SHIPPING PREPARATION N2 PURGE (8.2.8.4)
19 NOZZLE CONNECTIONS: (5.4.2) HEATING AND COOLING
20 SIZE (DN) FLANGE FACING POSITION HEATING JACKET REQ'D. (5.8.9) COOLING REQ'D.
21 RATING COOLING WATER (C.W.) PIPING PLAN (6.5.3.1)
22 SUCTION C.W. PIPING:
23 DISCHARGE PIPE TUBING; FITTINGS
24 BALANCE DRUM C.W. PIPING MATERIALS:
25 PRESSURE CASING AUX. CONNECTIONS: (5.4.3) S. STEEL C. STEEL GALVANIZED
26 NO. SIZE (DN) TYPE COOLING WATER REQUIREMENTS:
3
27 DRAIN BEARING HOUSING (m /h) @ (MPa)
3
28 VENT HEAT EXCHANGER (m /h) @ (MPa)
29 PRESS. GAUGE STEAM PIPING: TUBING PIPE
30 TEMP. GAUGE BEARINGS AND LUBRICATION
31 WARM-UP BEARING (TYPE/NUMBER) (5.10.1):
32 BALANCE / LEAK-OFF RADIAL /
33 MACHINED AND STUDDED CONNECTIONS (5.4.3.8) THRUST /
34 CYLINDRICAL THREADS REQUIRED (5.4.3.3) LUBRICATION (5.11.3, 5.11.4):
35 ROTOR: RING OIL HYDRODYNAMIC PURGE OIL MIST PURE OIL MIST
36 COMPONENT BALANCE TO ISO 1940 G1.0 (5.9.4.4) CONSTANT LEVEL OILER PREFERENCE (5.10.2.2):
37 SHRINK FIT -LIMITED MOVEMENT IMPELLERS (8.2.2.3) PRESSURE LUBE SYS. ISO 10438-3 ISO 10438-2 (8.2.6.1/8.2.6.5)
38 COUPLINGS: (6.2.2) OIL VISC. ISO GRADE
39 MANUFACTURER MODEL OIL PRESS. TO BE GREATER THAN COOLANT PRESSURE
40 RATING (kW per 100 r/min) REVIEW AND APPROVE THRUST BEARING SIZE [8.2.5.2 d)]
41 SPACER LENGTH (mm) SERVICE FACTOR OIL HEATER REQUIRED: STEAM ELECTRIC
42 DRIVER HALF-COUPLING MOUNTED BY: INSTRUMENTATION (6.4.2)
43 PUMP MFR. DRIVER MFR. PURCHASER SEE ATTACHED API 670 DATA SHEET
44 COUPLING WITH HYDRAULIC FIT (6.2.10) ACCELEROMETER(S) (6.4.2.1)
45 COUPLING BALANCED TO ISO 1940-1 G6.3 (6.2.3) PROVISION FOR VIBRATION PROBES (6.4.2.2)
46 COUPLING PER ISO 14691 (6.2.4) RADIAL PER BRG. AXIAL PER BRG.
47 COUPLING PER ISO 10441 (6.2.4) PROVISION FOR MOUNTING ONLY (5.10.2.11)
48 COUPLING PER API 671 (6.2.4) FLAT SURFACE REQ'D (5.10.2.12)
49 NON-SPARK COUPLING GUARD (6.2.14c) RADIAL BEARING METAL TEMP. THRUST BRG METAL TEMP.
50 COUPLING GUARD STANDARD PER (6.2.14a) TEMP. GAUGES (WITH THERMOWELLS)
51 BASEPLATES: MONITORS AND CABLES SUPPLIED BY (6.4.2.4)
52 API BASEPLATE NUMBER (ANNEX D) NON-CONTACTING (API 670)
53 NON-GROUT CONSTRUCTION (6.3.13) REMARKS
54 OTHER
55 MECHANICAL SEAL: (5.8.1)
56 SEE ATTACHED ISO 21049/API 682 DATA SHEET
57 MASSES (kg)
58 PUMP BASEPLATE
59 DRIVER TOTAL
60 GEAR
REV.
1 SPARE PARTS (TABLE 18) QA INSPECTION AND TESTING (CONT.)
2 START-UP NORMAL MAINTENANCE TEST NON-WIT WIT OBSERVE
3 SPECIFY As per mandatory speres list attached HYDROSTATIC (7.3.2)
4 PERFORMANCE (7.3.3)
5 OTHER PURCHASER REQUIREMENTS NPSH (7.3.4.2)
6 COORDINATION MEETING REQUIRED (9.1.3) RETEST ON SEAL L'KGE (7.3.3.2d)
7 MAXIMUM DISCHARGE PRESSURE TO INCLUDE (5.3.2) RETEST REQUIRED AFTER FINAL
8 MAX RELATIVE DENSITY HEAD ADJUSTMENT (7.3.3.5b)
9 MAX DIA. IMPELLERS AND/OR NO. OF STAGES COMPLETE UNIT TEST (7.3.4.3)
10 OPERATION TO TRIP SPEED SOUND LEVEL TEST (7.3.4.4)
11 CONNECTION DESIGN APPROVAL (5.12.3.4/8.2.1.4) CLEANLINESS PRIOR TO
12 INERT GAS INHIBITED STORAGE - SPARE CARTRIDGE (8.2.8.4) FINAL ASSEMBLY (7.2.2.2)
13 TORSIONAL ANALYSIS REQUIRED (5.9.2.1) NOZZLE LOAD TEST (6.3.6)
14 TORSIONAL ANALYSIS REPORT (5.9.2.6) CHECK FOR CO-PLANAR
15 PROGRESS REPORTS (9.3.3) MOUNTING PAD SURFACES (6.3.3)
16 OUTLINE OF PROCEDURES FOR OPTIONAL TESTS (9.2.5) MECHANICAL RUN UNTIL OIL
17 ADDITIONAL DATA REQUIRING 20 YEARS RETENTION (7.2.2.1f) TEMP. STABLE (7.3.4.7.1)
18 LATERAL ANALYSIS REQUIRED (8.2.4.1 / 8.2.4.1.3) 4 h MECHANICAL RUN AFTER
19 DYNAMIC BALANCE ROTOR (8.2.4.2) OIL TEMP. STABLE (7.3.4.7.3)
20 MANIFOLD PIPING TO SINGLE CONNECTION (6.5.1.6) 4 h MECH. RUN TEST(7.3.4.7.2)
21 VENT DRAIN COOLING WATER TRUE PEAK VELOCITY DATA
22 MOUNT SEAL RESERVOIR OFF BASEPLATE (6.5.1.4) (7.3.3.4d)
23 FLANGES REQ'D IN PLACE OF SOCKET WELD UNIONS (6.5.2.8) BRG HSG RESONANCE TEST
24 CONNECTION BOLTING (7.3.4.6)
25 PTFE COATING ASTM A 153 GALVANIZED REMOVE / INSPECT
26 PAINTED SS HYDRODYNAMIC BEARINGS
27 INSTALLATION LIST IN PROPOSAL (9.2.3L) AFTER TEST (8.2.7.5)
45 REMARKS
46 SPARE PARTS SHALL BE AS PER ATTACHED MANDATORY SPARES LIST.
47
48
49
50
51
52
53
54
55
56
57
58
59
60
REV.
1 MECHANICAL SEAL OR PACKING
22 QUENCH (Q) COOLING (C) LUBRICATION (G) THREADED UNIONS SOCKET WELDED
23 HEATING (H) LEAKAGE PUMPED FLUID (P) FLANGED TUBE TYPE FITTINGS
24 BALANCE FLUID (E) EXTERNAL FLUID INJECTION (X) PRESSURE SWITCH (PLAN 52/53 TYPE
25 SEAL FLUIDS REQUIREMENT AND AVALABLE FLUSH LIQUID: PRESSURE GAUGE (PLAN 52/53)
26 NOTE: IF FLUSH LIQUID IS PUMPAGE LIQUID (LIKE FLUSH PIPING PLANS LEVEL SWITCH (PLAN 52/53) TYPE
27 11 TO 41), FOLLOWING FLUSH LIQUID DATA IS NOT REQ'D. LEVEL GAUGE (PLAN 52/53)
40
49 REMARKS
53
54
55
REV.
1 APPLICABLE TO: PROPOSALS PURCHASE AS BUILT
2 FOR CPCL REFINERY UNIT DCU
3 SITE MANALI, CHENNAI SERVICE LEAN SPONGE OIL / LCGO PRODUCT PUMP
1 3 APPLICABLE STANDARD API 610 10 TH EDITION NO OF STAGES (MAX)
4 NOTES: INFORMATION BELOW TO BE COMPLETED: BY PURCHASER BY MANUFACTURER BY MANUFACTURER OR PURCHASER
5 DATA SHEETS REVISIONS
6 ITEM NO. ATTACHED ITEM NO. ATTACHED ITEM NO. ATTACHED NO. DATE BY
7 PUMP 1
8 MOTOR 2
9 GEAR 3
10 TURBINE 4
11 APPLICABLE OVERLAY STANDARD(S): 5
12 OPERATING CONDITIONS (5.1.3) LIQUID (5.1.3)
3 3
13 FLOW, NORMAL 175 (m /h) RATED 192.5 (m /h) LIQUID TYPE OR NAME LCGO
3
14 OTHER (m /h) HAZARDOUS FLAMMABLE (5.1.5)
14
2
15 SUCTION PRESSURE MAX./RATED 5.46 / 2.18 (Kg/cm G) MIN. NORMAL MAX.
2
16 DISCHARGE PRESSURE 25.45 (Kg/cm G) PUMPING TEMP (°C) 173.6
17 DIFFERENTIAL PRESSURE 23.27 (Kg/cm2) VAPOUR PRESS. (Kg/cm2A) 2.15
18 DIFF. HEAD 311.4 (m) NPSHA 14.3 (m) RELATIVE DENSITY (SG): 0.747
19 PROCESS VARIATIONS (5.1.4) VISCOSITY (cP) 0.37
20 STARTING CONDITIONS (5.1.4) SPECIFIC HEAT, Cp (kCal/kg·C)
21 SERVICE: CONT. INTERMITTENT (STARTS/DAY) CHLORIDE CONCENTRATION (6.5.2.4) (mg/kg)
22 PARALLEL OPERATION REQ'D (5.1.13) H2S CONCENTRATION (mol fraction) WET (5.12.1.12c)
23 SITE DATA (5.1.3) (Refer attached BEDB) CORROSIVE / EROSIVE AGENT (5.12.1.9)
23
24 LOCATION: (5.1.30) MATERIALS (5.12.1.1)
25 INDOOR HEATED OUTDOOR UNHEATED ANNEX H CLASS (5.12.1.1) S-6
26 GRADE MIN DESIGN METAL TEMP (5.12.4.1) (°C)
27 ELECTRICAL AREA CLASSIFICATION (5.1.24 / 6.1.4) (Refer area classification drawing) REDUCED-HARDNESS MATERIALS REQ'D. (5.12.1.12)
28 CL GR DIV BARREL/CASE IMPELLER
29 WINTERIZATION REQ'D TROPICALIZATION REQ'D. CASE/IMPELLER WEAR RINGS
30 SITE DATA (5.1.30) ( AS PER BEDB) SHAFT
31 ALTITUDE (m) BAROMETER (KG/CM2G) DIFFUSERS
32 RANGE OF AMBIENT TEMPS: MIN./MAX. / (°C)
33 PERFORMANCE:
34 RELATIVE HUMIDITY: MIN. / MAX. / (%) PROPOSAL CURVE NO. SPEED r/min
35 UNUSUAL CONDITIONS: (5.1.30) DUST FUMES IMPELLER DIA. RATED MAX. MIN. (mm)
36 OTHER IMPELLER TYPE
37 RATED POWER 160.6 (kW) EFFICIENCY 76 (%)
38 DRIVER TYPE MINIMUM CONTINUOUS FLOW:
3 3
39 INDUCTION MOTOR STEAM TURBINE GEAR THERMAL (m /h) STABLE (m /h)
40 OTHER PREFERRED OPER. REGION TO (m3/h)
41 ALLOWABLE OPER. REGION TO (m3/h)
42 MOTOR DRIVER (6.1.1 / 6.1.4) MAX. HEAD @ RATED IMPELLER (m)
43 MANUFACTURER MAX. POWER @ RATED IMPELLER (kW)
44 (kW) (r/min) NPSHR AT RATED FLOW (m) (5.1.10)
45 FRAME ENCLOSURE MAX. SUCTION SPECIFIC SPEED: (5.1.11)
46 HORIZONTAL VERTICAL SERVICE FACTOR MAX. SOUND PRESS. LEVEL REQ'D (dBA) (5.1.16)
47 VOLTS/PHASE/HERTZ / / EST. MAX. SOUND PRESS. LEVEL (dBA) (5.1.16)
48 TYPE EST. MAX. SOUND POWER LEVEL (dBA) (5.1.16)
49 MINIMUM STARTING VOLTAGE (6.1.5) UTILITY CONDITIONS (5.1.3) ( AS PER BEDB)
50 INSULATION TEMP. RISE ELECTRICITY VOLTAGE PHASE HERTZ
51 FULL LOAD AMPS DRIVERS
52 LOCKED ROTOR AMPS HEATING
53 STARTING METHOD SYSTEM VOLTAGE DIP 80% OTHER (6.1.5)
54 LUBE
55 STEAM MAX. PRESS. MAX. TEMP. MIN. PRESS. MIN. TEMP.
56 BEARINGS (TYPE/NUMBER): DRIVERS
57 RADIAL / HEATING
58 THRUST / COOLING WATER: (5.1.19) SOURCE
59 VERTICAL THRUST CAPACITY SUPPLY TEMP. (°C) MAX. RETURN TEMP. (°C)
60 UP (N) DOWN (N) NORM. PRESS. (MPa) DESIGN PRESS. (MPa)
61 MIN. RET. PRESS. (MPa) MAX. ALLOW. D.P. (MPa)
62 CHLORIDE CONCENTRATION: (mg/kg)
REVISION LOG
REV. DESCRIPTION DATE BY CHK'D APP'D
A Issued for Feed 25-MAR-10 GAK GHD SNG
REV.
REMARKS
1 1 RATED FLOW INCLUDES 10% OVERDESIGN
2 2 NPSH AVAILABLE REFERS TO PUMP CENTERLINE WHICH IS ASSUMED TO BE 1M ABOVE GRADE
3 3 MINIMUM DESIGN TEMPERATURE:15 DEG C
4 4 NPSH SAFETY FACTOR IS CONSIDERED TO BE 1M ABOVE NPSHR
5 5 PROCESS TURNDOWN REQUIREMEN = 50% OF NORMAL
6 6 DESIGN PRESSURE=33.0 KG/CM2 (G), DESIGN TEMPERATURE=315 DEG C
7 7 ALSO REFER LICENSOR'S DATASHEET FOR 86-G-08A/B
8 8 RECOMMENDED SEAL SYSTEM: TANDEM PLAN 11 & 52
9
1 10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
REV.
1 CONSTRUCTION SURFACE PREPARATION AND PAINT
2 ROTATION: (VIEWED FROM COUPLING END) CW CCW MANUFACTURER'S STANDARD OTHER (SEE BELOW)
3 PUMP TYPE: (4.1) SPECIFICATION NO. As per attached specifications
4 BB1 BB2 BB3 BB5 PUMP:
5 CASING MOUNTING: PUMP SURFACE PREPARATION
6 CENTERLINE NEAR CENTERLINE PRIMER
7 FOOT FINISH COAT
8 CASING SPLIT: BASEPLATE: (6.3.17)
9 AXIAL RADIAL BASEPLATE SURFACE PREPARATION
10 CASING TYPE: PRIMER
11 SINGLE VOLUTE MULTIPLE VOLUTE DIFFUSER FINISH COAT
12 BETWEEN BEARINGS BARREL DETAILS OF LIFTING DEVICES (6.3.20)
13 CASE PRESSURE RATING: SHIPMENT: (7.4.1)
14 MAX. ALLOWABLE WORKING PRESSURE (MPa) DOMESTIC EXPORT EXPORT BOXING REQUIRED
15 @ (°C) OUTDOOR STORAGE MORE THAN 6 MONTHS
16 HYDROTEST PRESSURE (MPa) SPARE ROTOR ASSEMBLY PACKAGED FOR:
17 SUCTION PRESS. REGIONS MUST BE DESIGNED SHIPPING CONTAINER (8.2.8.3) VERTICAL STORAGE (8.2.8.2)
18 FOR MAWP (5.3.6) TYPE OF SHIPPING PREPARATION N2 PURGE (8.2.8.4)
19 NOZZLE CONNECTIONS: (5.4.2) HEATING AND COOLING
20 SIZE (DN) FLANGE FACING POSITION HEATING JACKET REQ'D. (5.8.9) COOLING REQ'D.
21 RATING COOLING WATER (C.W.) PIPING PLAN (6.5.3.1)
22 SUCTION C.W. PIPING:
23 DISCHARGE PIPE TUBING; FITTINGS
24 BALANCE DRUM C.W. PIPING MATERIALS:
25 PRESSURE CASING AUX. CONNECTIONS: (5.4.3) S. STEEL C. STEEL GALVANIZED
26 NO. SIZE (DN) TYPE COOLING WATER REQUIREMENTS:
3
27 DRAIN BEARING HOUSING (m /h) @ (MPa)
3
28 VENT HEAT EXCHANGER (m /h) @ (MPa)
29 PRESS. GAUGE STEAM PIPING: TUBING PIPE
30 TEMP. GAUGE BEARINGS AND LUBRICATION
31 WARM-UP BEARING (TYPE/NUMBER) (5.10.1):
32 BALANCE / LEAK-OFF RADIAL /
33 MACHINED AND STUDDED CONNECTIONS (5.4.3.8) THRUST /
34 CYLINDRICAL THREADS REQUIRED (5.4.3.3) LUBRICATION (5.11.3, 5.11.4):
35 ROTOR: RING OIL HYDRODYNAMIC PURGE OIL MIST PURE OIL MIST
36 COMPONENT BALANCE TO ISO 1940 G1.0 (5.9.4.4) CONSTANT LEVEL OILER PREFERENCE (5.10.2.2):
37 SHRINK FIT -LIMITED MOVEMENT IMPELLERS (8.2.2.3) PRESSURE LUBE SYS. ISO 10438-3 ISO 10438-2 (8.2.6.1/8.2.6.5)
38 COUPLINGS: (6.2.2) OIL VISC. ISO GRADE
39 MANUFACTURER MODEL OIL PRESS. TO BE GREATER THAN COOLANT PRESSURE
40 RATING (kW per 100 r/min) REVIEW AND APPROVE THRUST BEARING SIZE [8.2.5.2 d)]
41 SPACER LENGTH (mm) SERVICE FACTOR OIL HEATER REQUIRED: STEAM ELECTRIC
42 DRIVER HALF-COUPLING MOUNTED BY: INSTRUMENTATION (6.4.2)
43 PUMP MFR. DRIVER MFR. PURCHASER SEE ATTACHED API 670 DATA SHEET
44 COUPLING WITH HYDRAULIC FIT (6.2.10) ACCELEROMETER(S) (6.4.2.1)
45 COUPLING BALANCED TO ISO 1940-1 G6.3 (6.2.3) PROVISION FOR VIBRATION PROBES (6.4.2.2)
46 COUPLING PER ISO 14691 (6.2.4) RADIAL PER BRG. AXIAL PER BRG.
47 COUPLING PER ISO 10441 (6.2.4) PROVISION FOR MOUNTING ONLY (5.10.2.11)
48 COUPLING PER API 671 (6.2.4) FLAT SURFACE REQ'D (5.10.2.12)
49 NON-SPARK COUPLING GUARD (6.2.14c) RADIAL BEARING METAL TEMP. THRUST BRG METAL TEMP.
50 COUPLING GUARD STANDARD PER (6.2.14a) TEMP. GAUGES (WITH THERMOWELLS)
51 BASEPLATES: MONITORS AND CABLES SUPPLIED BY (6.4.2.4)
52 API BASEPLATE NUMBER (ANNEX D) NON-CONTACTING (API 670)
53 NON-GROUT CONSTRUCTION (6.3.13) REMARKS
54 OTHER
55 MECHANICAL SEAL: (5.8.1)
56 SEE ATTACHED ISO 21049/API 682 DATA SHEET
57 MASSES (kg)
58 PUMP BASEPLATE
59 DRIVER TOTAL
60 GEAR
REV.
1 SPARE PARTS (TABLE 18) QA INSPECTION AND TESTING (CONT.)
2 START-UP NORMAL MAINTENANCE TEST NON-WIT WIT OBSERVE
3 SPECIFY As per mandatory speres list attached HYDROSTATIC (7.3.2)
4 PERFORMANCE (7.3.3)
5 OTHER PURCHASER REQUIREMENTS NPSH (7.3.4.2)
6 COORDINATION MEETING REQUIRED (9.1.3) RETEST ON SEAL L'KGE (7.3.3.2d)
7 MAXIMUM DISCHARGE PRESSURE TO INCLUDE (5.3.2) RETEST REQUIRED AFTER FINAL
8 MAX RELATIVE DENSITY HEAD ADJUSTMENT (7.3.3.5b)
9 MAX DIA. IMPELLERS AND/OR NO. OF STAGES COMPLETE UNIT TEST (7.3.4.3)
10 OPERATION TO TRIP SPEED SOUND LEVEL TEST (7.3.4.4)
11 CONNECTION DESIGN APPROVAL (5.12.3.4/8.2.1.4) CLEANLINESS PRIOR TO
12 INERT GAS INHIBITED STORAGE - SPARE CARTRIDGE (8.2.8.4) FINAL ASSEMBLY (7.2.2.2)
13 TORSIONAL ANALYSIS REQUIRED (5.9.2.1) NOZZLE LOAD TEST (6.3.6)
14 TORSIONAL ANALYSIS REPORT (5.9.2.6) CHECK FOR CO-PLANAR
15 PROGRESS REPORTS (9.3.3) MOUNTING PAD SURFACES (6.3.3)
16 OUTLINE OF PROCEDURES FOR OPTIONAL TESTS (9.2.5) MECHANICAL RUN UNTIL OIL
17 ADDITIONAL DATA REQUIRING 20 YEARS RETENTION (7.2.2.1f) TEMP. STABLE (7.3.4.7.1)
18 LATERAL ANALYSIS REQUIRED (8.2.4.1 / 8.2.4.1.3) 4 h MECHANICAL RUN AFTER
19 DYNAMIC BALANCE ROTOR (8.2.4.2) OIL TEMP. STABLE (7.3.4.7.3)
20 MANIFOLD PIPING TO SINGLE CONNECTION (6.5.1.6) 4 h MECH. RUN TEST(7.3.4.7.2)
21 VENT DRAIN COOLING WATER TRUE PEAK VELOCITY DATA
22 MOUNT SEAL RESERVOIR OFF BASEPLATE (6.5.1.4) (7.3.3.4d)
23 FLANGES REQ'D IN PLACE OF SOCKET WELD UNIONS (6.5.2.8) BRG HSG RESONANCE TEST
24 CONNECTION BOLTING (7.3.4.6)
25 PTFE COATING ASTM A 153 GALVANIZED REMOVE / INSPECT
26 PAINTED SS HYDRODYNAMIC BEARINGS
27 INSTALLATION LIST IN PROPOSAL (9.2.3L) AFTER TEST (8.2.7.5)
45 REMARKS
46 SPARE PARTS SHALL BE AS PER ATTACHED MANDATORY SPARES LIST.
47
48
49
50
51
52
53
54
55
56
57
58
59
60
REV.
1 MECHANICAL SEAL OR PACKING
22 QUENCH (Q) COOLING (C) LUBRICATION (G) THREADED UNIONS SOCKET WELDED
23 HEATING (H) LEAKAGE PUMPED FLUID (P) FLANGED TUBE TYPE FITTINGS
24 BALANCE FLUID (E) EXTERNAL FLUID INJECTION (X) PRESSURE SWITCH (PLAN 52/53 TYPE
25 SEAL FLUIDS REQUIREMENT AND AVALABLE FLUSH LIQUID: PRESSURE GAUGE (PLAN 52/53)
26 NOTE: IF FLUSH LIQUID IS PUMPAGE LIQUID (LIKE FLUSH PIPING PLANS LEVEL SWITCH (PLAN 52/53) TYPE
27 11 TO 41), FOLLOWING FLUSH LIQUID DATA IS NOT REQ'D. LEVEL GAUGE (PLAN 52/53)
40
49 REMARKS
53
54
55
REV.
1 APPLICABLE TO: PROPOSALS PURCHASE AS BUILT
2 FOR CPCL REFINERY UNIT DCU
3 SITE MANALI, CHENNAI SERVICE FRACTIONATOR O/H LIQUID PUMP
1 3 APPLICABLE STANDARD API 610 10 TH EDITION NO OF STAGES (MAX)
4 NOTES: INFORMATION BELOW TO BE COMPLETED: BY PURCHASER BY MANUFACTURER BY MANUFACTURER OR PURCHASER
5 DATA SHEETS REVISIONS
6 ITEM NO. ATTACHED ITEM NO. ATTACHED ITEM NO. ATTACHED NO. DATE BY
7 PUMP 1
8 MOTOR 2
9 GEAR 3
10 TURBINE 4
11 APPLICABLE OVERLAY STANDARD(S): 5
12 OPERATING CONDITIONS (5.1.3) LIQUID (5.1.3)
3 3
13 FLOW, NORMAL 18.7 (m /h) RATED 20.6 (m /h) LIQUID TYPE OR NAME FRACTIONATOR O/H LIQUID
3
14 OTHER (m /h) HAZARDOUS FLAMMABLE (5.1.5)
14
2
15 SUCTION PRESSURE MAX./RATED 4.42 / 0.9 (Kg/cm G) MIN. NORMAL MAX.
2
16 DISCHARGE PRESSURE 22.64 (Kg/cm G) PUMPING TEMP (°C) 40
17 DIFFERENTIAL PRESSURE 21.75 (Kg/cm2) VAPOUR PRESS. (Kg/cm2A) 1.49
18 DIFF. HEAD 306.6 (m) NPSHA 6.1 (m) RELATIVE DENSITY (SG): 0.71
19 PROCESS VARIATIONS (5.1.4) VISCOSITY (cP) 0.36
20 STARTING CONDITIONS (5.1.4) SPECIFIC HEAT, Cp (kCal/kg·C)
21 SERVICE: CONT. INTERMITTENT (STARTS/DAY) CHLORIDE CONCENTRATION (6.5.2.4) (mg/kg)
22 PARALLEL OPERATION REQ'D (5.1.13) H2S CONCENTRATION (mol fraction) WET (5.12.1.12c)
23 SITE DATA (5.1.3) (Refer attached BEDB) CORROSIVE / EROSIVE AGENT (5.12.1.9)
23
24 LOCATION: (5.1.30) MATERIALS (5.12.1.1)
25 INDOOR HEATED OUTDOOR UNHEATED ANNEX H CLASS (5.12.1.1) S-6 (SR)
26 GRADE MIN DESIGN METAL TEMP (5.12.4.1) (°C)
27 ELECTRICAL AREA CLASSIFICATION (5.1.24 / 6.1.4) (Refer area classification drawing) REDUCED-HARDNESS MATERIALS REQ'D. (5.12.1.12)
28 CL GR DIV BARREL/CASE IMPELLER
29 WINTERIZATION REQ'D TROPICALIZATION REQ'D. CASE/IMPELLER WEAR RINGS
30 SITE DATA (5.1.30) ( AS PER BEDB) SHAFT
31 ALTITUDE (m) BAROMETER (KG/CM2G) DIFFUSERS
32 RANGE OF AMBIENT TEMPS: MIN./MAX. / (°C)
33 PERFORMANCE:
34 RELATIVE HUMIDITY: MIN. / MAX. / (%) PROPOSAL CURVE NO. SPEED r/min
35 UNUSUAL CONDITIONS: (5.1.30) DUST FUMES IMPELLER DIA. RATED MAX. MIN. (mm)
36 OTHER IMPELLER TYPE
37 RATED POWER 23.5 (kW) EFFICIENCY 52 (%)
38 DRIVER TYPE MINIMUM CONTINUOUS FLOW:
3 3
39 INDUCTION MOTOR STEAM TURBINE GEAR THERMAL (m /h) STABLE (m /h)
40 OTHER PREFERRED OPER. REGION TO (m3/h)
41 ALLOWABLE OPER. REGION TO (m3/h)
42 MOTOR DRIVER (6.1.1 / 6.1.4) MAX. HEAD @ RATED IMPELLER (m)
43 MANUFACTURER MAX. POWER @ RATED IMPELLER (kW)
44 (kW) (r/min) NPSHR AT RATED FLOW (m) (5.1.10)
45 FRAME ENCLOSURE MAX. SUCTION SPECIFIC SPEED: (5.1.11)
46 HORIZONTAL VERTICAL SERVICE FACTOR MAX. SOUND PRESS. LEVEL REQ'D (dBA) (5.1.16)
47 VOLTS/PHASE/HERTZ / / EST. MAX. SOUND PRESS. LEVEL (dBA) (5.1.16)
48 TYPE EST. MAX. SOUND POWER LEVEL (dBA) (5.1.16)
49 MINIMUM STARTING VOLTAGE (6.1.5) UTILITY CONDITIONS (5.1.3) ( AS PER BEDB)
50 INSULATION TEMP. RISE ELECTRICITY VOLTAGE PHASE HERTZ
51 FULL LOAD AMPS DRIVERS
52 LOCKED ROTOR AMPS HEATING
53 STARTING METHOD SYSTEM VOLTAGE DIP 80% OTHER (6.1.5)
54 LUBE
55 STEAM MAX. PRESS. MAX. TEMP. MIN. PRESS. MIN. TEMP.
56 BEARINGS (TYPE/NUMBER): DRIVERS
57 RADIAL / HEATING
58 THRUST / COOLING WATER: (5.1.19) SOURCE
59 VERTICAL THRUST CAPACITY SUPPLY TEMP. (°C) MAX. RETURN TEMP. (°C)
60 UP (N) DOWN (N) NORM. PRESS. (MPa) DESIGN PRESS. (MPa)
61 MIN. RET. PRESS. (MPa) MAX. ALLOW. D.P. (MPa)
62 CHLORIDE CONCENTRATION: (mg/kg)
REVISION LOG
REV. DESCRIPTION DATE BY CHK'D APP'D
A Issued for Feed 25-MAR-10 GAK GHD SNG
REV.
REMARKS
1 1 RATED FLOW INCLUDES 10% OVERDESIGN
2 2 NPSH AVAILABLE REFERS TO PUMP CENTERLINE WHICH IS ASSUMED TO BE 1M ABOVE GRADE
3 3 MINIMUM DESIGN TEMPERATURE:15 DEG C
4 4 NPSH SAFETY FACTOR IS CONSIDERED TO BE 1 M ABOVE NPSHR
5 5 PROCESS TURNDOWN REQUIREMEN = 50% OF NORMAL
6 6 DESIGN PRESSURE=33.0 KG/CM2 (G), DESIGN TEMPERATURE=150 DEG C
7 7 H2S IN INLE STREAM= 0.43 WT%
8 8 ALSO REFER LICENSOR'S DATASHEET FOR 86-G-11A/B
9 9 RECOMMENDED SEAL SYSTEM: DOUBLE- 53
1 10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
REV.
1 CONSTRUCTION SURFACE PREPARATION AND PAINT
2 ROTATION: (VIEWED FROM COUPLING END) CW CCW MANUFACTURER'S STANDARD OTHER (SEE BELOW)
3 PUMP TYPE: (4.1) SPECIFICATION NO. As per attached specifications
4 BB1 BB2 BB3 BB5 PUMP:
5 CASING MOUNTING: PUMP SURFACE PREPARATION
6 CENTERLINE NEAR CENTERLINE PRIMER
7 FOOT FINISH COAT
8 CASING SPLIT: BASEPLATE: (6.3.17)
9 AXIAL RADIAL BASEPLATE SURFACE PREPARATION
10 CASING TYPE: PRIMER
11 SINGLE VOLUTE MULTIPLE VOLUTE DIFFUSER FINISH COAT
12 BETWEEN BEARINGS BARREL DETAILS OF LIFTING DEVICES (6.3.20)
13 CASE PRESSURE RATING: SHIPMENT: (7.4.1)
14 MAX. ALLOWABLE WORKING PRESSURE (MPa) DOMESTIC EXPORT EXPORT BOXING REQUIRED
15 @ (°C) OUTDOOR STORAGE MORE THAN 6 MONTHS
16 HYDROTEST PRESSURE (MPa) SPARE ROTOR ASSEMBLY PACKAGED FOR:
17 SUCTION PRESS. REGIONS MUST BE DESIGNED SHIPPING CONTAINER (8.2.8.3) VERTICAL STORAGE (8.2.8.2)
18 FOR MAWP (5.3.6) TYPE OF SHIPPING PREPARATION N2 PURGE (8.2.8.4)
19 NOZZLE CONNECTIONS: (5.4.2) HEATING AND COOLING
20 SIZE (DN) FLANGE FACING POSITION HEATING JACKET REQ'D. (5.8.9) COOLING REQ'D.
21 RATING COOLING WATER (C.W.) PIPING PLAN (6.5.3.1)
22 SUCTION C.W. PIPING:
23 DISCHARGE PIPE TUBING; FITTINGS
24 BALANCE DRUM C.W. PIPING MATERIALS:
25 PRESSURE CASING AUX. CONNECTIONS: (5.4.3) S. STEEL C. STEEL GALVANIZED
26 NO. SIZE (DN) TYPE COOLING WATER REQUIREMENTS:
3
27 DRAIN BEARING HOUSING (m /h) @ (MPa)
3
28 VENT HEAT EXCHANGER (m /h) @ (MPa)
29 PRESS. GAUGE STEAM PIPING: TUBING PIPE
30 TEMP. GAUGE BEARINGS AND LUBRICATION
31 WARM-UP BEARING (TYPE/NUMBER) (5.10.1):
32 BALANCE / LEAK-OFF RADIAL /
33 MACHINED AND STUDDED CONNECTIONS (5.4.3.8) THRUST /
34 CYLINDRICAL THREADS REQUIRED (5.4.3.3) LUBRICATION (5.11.3, 5.11.4):
35 ROTOR: RING OIL HYDRODYNAMIC PURGE OIL MIST PURE OIL MIST
36 COMPONENT BALANCE TO ISO 1940 G1.0 (5.9.4.4) CONSTANT LEVEL OILER PREFERENCE (5.10.2.2):
37 SHRINK FIT -LIMITED MOVEMENT IMPELLERS (8.2.2.3) PRESSURE LUBE SYS. ISO 10438-3 ISO 10438-2 (8.2.6.1/8.2.6.5)
38 COUPLINGS: (6.2.2) OIL VISC. ISO GRADE
39 MANUFACTURER MODEL OIL PRESS. TO BE GREATER THAN COOLANT PRESSURE
40 RATING (kW per 100 r/min) REVIEW AND APPROVE THRUST BEARING SIZE [8.2.5.2 d)]
41 SPACER LENGTH (mm) SERVICE FACTOR OIL HEATER REQUIRED: STEAM ELECTRIC
42 DRIVER HALF-COUPLING MOUNTED BY: INSTRUMENTATION (6.4.2)
43 PUMP MFR. DRIVER MFR. PURCHASER SEE ATTACHED API 670 DATA SHEET
44 COUPLING WITH HYDRAULIC FIT (6.2.10) ACCELEROMETER(S) (6.4.2.1)
45 COUPLING BALANCED TO ISO 1940-1 G6.3 (6.2.3) PROVISION FOR VIBRATION PROBES (6.4.2.2)
46 COUPLING PER ISO 14691 (6.2.4) RADIAL PER BRG. AXIAL PER BRG.
47 COUPLING PER ISO 10441 (6.2.4) PROVISION FOR MOUNTING ONLY (5.10.2.11)
48 COUPLING PER API 671 (6.2.4) FLAT SURFACE REQ'D (5.10.2.12)
49 NON-SPARK COUPLING GUARD (6.2.14c) RADIAL BEARING METAL TEMP. THRUST BRG METAL TEMP.
50 COUPLING GUARD STANDARD PER (6.2.14a) TEMP. GAUGES (WITH THERMOWELLS)
51 BASEPLATES: MONITORS AND CABLES SUPPLIED BY (6.4.2.4)
52 API BASEPLATE NUMBER (ANNEX D) NON-CONTACTING (API 670)
53 NON-GROUT CONSTRUCTION (6.3.13) REMARKS
54 OTHER
55 MECHANICAL SEAL: (5.8.1)
56 SEE ATTACHED ISO 21049/API 682 DATA SHEET
57 MASSES (kg)
58 PUMP BASEPLATE
59 DRIVER TOTAL
60 GEAR
REV.
1 SPARE PARTS (TABLE 18) QA INSPECTION AND TESTING (CONT.)
2 START-UP NORMAL MAINTENANCE TEST NON-WIT WIT OBSERVE
3 SPECIFY As per mandatory speres list attached HYDROSTATIC (7.3.2)
4 PERFORMANCE (7.3.3)
5 OTHER PURCHASER REQUIREMENTS NPSH (7.3.4.2)
6 COORDINATION MEETING REQUIRED (9.1.3) RETEST ON SEAL L'KGE (7.3.3.2d)
7 MAXIMUM DISCHARGE PRESSURE TO INCLUDE (5.3.2) RETEST REQUIRED AFTER FINAL
8 MAX RELATIVE DENSITY HEAD ADJUSTMENT (7.3.3.5b)
9 MAX DIA. IMPELLERS AND/OR NO. OF STAGES COMPLETE UNIT TEST (7.3.4.3)
10 OPERATION TO TRIP SPEED SOUND LEVEL TEST (7.3.4.4)
11 CONNECTION DESIGN APPROVAL (5.12.3.4/8.2.1.4) CLEANLINESS PRIOR TO
12 INERT GAS INHIBITED STORAGE - SPARE CARTRIDGE (8.2.8.4) FINAL ASSEMBLY (7.2.2.2)
13 TORSIONAL ANALYSIS REQUIRED (5.9.2.1) NOZZLE LOAD TEST (6.3.6)
14 TORSIONAL ANALYSIS REPORT (5.9.2.6) CHECK FOR CO-PLANAR
15 PROGRESS REPORTS (9.3.3) MOUNTING PAD SURFACES (6.3.3)
16 OUTLINE OF PROCEDURES FOR OPTIONAL TESTS (9.2.5) MECHANICAL RUN UNTIL OIL
17 ADDITIONAL DATA REQUIRING 20 YEARS RETENTION (7.2.2.1f) TEMP. STABLE (7.3.4.7.1)
18 LATERAL ANALYSIS REQUIRED (8.2.4.1 / 8.2.4.1.3) 4 h MECHANICAL RUN AFTER
19 DYNAMIC BALANCE ROTOR (8.2.4.2) OIL TEMP. STABLE (7.3.4.7.3)
20 MANIFOLD PIPING TO SINGLE CONNECTION (6.5.1.6) 4 h MECH. RUN TEST(7.3.4.7.2)
21 VENT DRAIN COOLING WATER TRUE PEAK VELOCITY DATA
22 MOUNT SEAL RESERVOIR OFF BASEPLATE (6.5.1.4) (7.3.3.4d)
23 FLANGES REQ'D IN PLACE OF SOCKET WELD UNIONS (6.5.2.8) BRG HSG RESONANCE TEST
24 CONNECTION BOLTING (7.3.4.6)
25 PTFE COATING ASTM A 153 GALVANIZED REMOVE / INSPECT
26 PAINTED SS HYDRODYNAMIC BEARINGS
27 INSTALLATION LIST IN PROPOSAL (9.2.3L) AFTER TEST (8.2.7.5)
45 REMARKS
46 SPARE PARTS SHALL BE AS PER ATTACHED MANDATORY SPARES LIST.
47
48
49
50
51
52
53
54
55
56
57
58
59
60
REV.
1 MECHANICAL SEAL OR PACKING
22 QUENCH (Q) COOLING (C) LUBRICATION (G) THREADED UNIONS SOCKET WELDED
23 HEATING (H) LEAKAGE PUMPED FLUID (P) FLANGED TUBE TYPE FITTINGS
24 BALANCE FLUID (E) EXTERNAL FLUID INJECTION (X) PRESSURE SWITCH (PLAN 52/53 TYPE
25 SEAL FLUIDS REQUIREMENT AND AVALABLE FLUSH LIQUID: PRESSURE GAUGE (PLAN 52/53)
26 NOTE: IF FLUSH LIQUID IS PUMPAGE LIQUID (LIKE FLUSH PIPING PLANS LEVEL SWITCH (PLAN 52/53) TYPE
27 11 TO 41), FOLLOWING FLUSH LIQUID DATA IS NOT REQ'D. LEVEL GAUGE (PLAN 52/53)
40
49 REMARKS
53
54
55
REV.
1 APPLICABLE TO: PROPOSALS PURCHASE AS BUILT
2 FOR CPCL REFINERY UNIT DCU
3 SITE MANALI, CHENNAI SERVICE COMPRESSOR INTERSTAGE LIQUID PUMP
1 3 APPLICABLE STANDARD API 610 10 TH EDITION NO OF STAGES (MAX)
4 NOTES: INFORMATION BELOW TO BE COMPLETED: BY PURCHASER BY MANUFACTURER BY MANUFACTURER OR PURCHASER
5 DATA SHEETS REVISIONS
6 ITEM NO. ATTACHED ITEM NO. ATTACHED ITEM NO. ATTACHED NO. DATE BY
7 PUMP 1
8 MOTOR 2
9 GEAR 3
10 TURBINE 4
11 APPLICABLE OVERLAY STANDARD(S): 5
12 OPERATING CONDITIONS (5.1.3) LIQUID (5.1.3)
3 3
13 FLOW, NORMAL 12.9 (m /h) RATED 14.2 (m /h) LIQUID TYPE OR NAME COMPRESSOR INTERSTAGE
3
14 OTHER (m /h) HAZARDOUS FLAMMABLE (5.1.5)
14
2
15 SUCTION PRESSURE MAX./RATED 4.55 / 7.65 (Kg/cm G) MIN. NORMAL MAX.
2
16 DISCHARGE PRESSURE 22.08 (Kg/cm G) PUMPING TEMP (°C) 40.1
17 DIFFERENTIAL PRESSURE 17.54 (Kg/cm2) VAPOUR PRESS. (Kg/cm2A) 5.13
18 DIFF. HEAD 265.1 (m) NPSHA 6.8 (m) RELATIVE DENSITY (SG): 0.662
19 PROCESS VARIATIONS (5.1.4) VISCOSITY (cP) 0.26
20 STARTING CONDITIONS (5.1.4) SPECIFIC HEAT, Cp (kCal/kg·C)
21 SERVICE: CONT. INTERMITTENT (STARTS/DAY) CHLORIDE CONCENTRATION (6.5.2.4) (mg/kg)
22 PARALLEL OPERATION REQ'D (5.1.13) H2S CONCENTRATION (mol fraction) WET (5.12.1.12c)
23 SITE DATA (5.1.3) (Refer attached BEDB) CORROSIVE / EROSIVE AGENT (5.12.1.9)
23
24 LOCATION: (5.1.30) MATERIALS (5.12.1.1)
25 INDOOR HEATED OUTDOOR UNHEATED ANNEX H CLASS (5.12.1.1) S-6 (SR)
26 GRADE MIN DESIGN METAL TEMP (5.12.4.1) (°C)
27 ELECTRICAL AREA CLASSIFICATION (5.1.24 / 6.1.4) (Refer area classification drawing) REDUCED-HARDNESS MATERIALS REQ'D. (5.12.1.12)
28 CL GR DIV BARREL/CASE IMPELLER
29 WINTERIZATION REQ'D TROPICALIZATION REQ'D. CASE/IMPELLER WEAR RINGS
30 SITE DATA (5.1.30) ( AS PER BEDB) SHAFT
31 ALTITUDE (m) BAROMETER (KG/CM2G) DIFFUSERS
32 RANGE OF AMBIENT TEMPS: MIN./MAX. / (°C)
33 PERFORMANCE:
34 RELATIVE HUMIDITY: MIN. / MAX. / (%) PROPOSAL CURVE NO. SPEED r/min
35 UNUSUAL CONDITIONS: (5.1.30) DUST FUMES IMPELLER DIA. RATED MAX. MIN. (mm)
36 OTHER IMPELLER TYPE
37 RATED POWER 15.1 (kW) EFFICIENCY 45 (%)
38 DRIVER TYPE MINIMUM CONTINUOUS FLOW:
3 3
39 INDUCTION MOTOR STEAM TURBINE GEAR THERMAL (m /h) STABLE (m /h)
40 OTHER PREFERRED OPER. REGION TO (m3/h)
41 ALLOWABLE OPER. REGION TO (m3/h)
42 MOTOR DRIVER (6.1.1 / 6.1.4) MAX. HEAD @ RATED IMPELLER (m)
43 MANUFACTURER MAX. POWER @ RATED IMPELLER (kW)
44 (kW) (r/min) NPSHR AT RATED FLOW (m) (5.1.10)
45 FRAME ENCLOSURE MAX. SUCTION SPECIFIC SPEED: (5.1.11)
46 HORIZONTAL VERTICAL SERVICE FACTOR MAX. SOUND PRESS. LEVEL REQ'D (dBA) (5.1.16)
47 VOLTS/PHASE/HERTZ / / EST. MAX. SOUND PRESS. LEVEL (dBA) (5.1.16)
48 TYPE EST. MAX. SOUND POWER LEVEL (dBA) (5.1.16)
49 MINIMUM STARTING VOLTAGE (6.1.5) UTILITY CONDITIONS (5.1.3) ( AS PER BEDB)
50 INSULATION TEMP. RISE ELECTRICITY VOLTAGE PHASE HERTZ
51 FULL LOAD AMPS DRIVERS
52 LOCKED ROTOR AMPS HEATING
53 STARTING METHOD SYSTEM VOLTAGE DIP 80% OTHER (6.1.5)
54 LUBE
55 STEAM MAX. PRESS. MAX. TEMP. MIN. PRESS. MIN. TEMP.
56 BEARINGS (TYPE/NUMBER): DRIVERS
57 RADIAL / HEATING
58 THRUST / COOLING WATER: (5.1.19) SOURCE
59 VERTICAL THRUST CAPACITY SUPPLY TEMP. (°C) MAX. RETURN TEMP. (°C)
60 UP (N) DOWN (N) NORM. PRESS. (MPa) DESIGN PRESS. (MPa)
61 MIN. RET. PRESS. (MPa) MAX. ALLOW. D.P. (MPa)
62 CHLORIDE CONCENTRATION: (mg/kg)
REVISION LOG
REV. DESCRIPTION DATE BY CHK'D APP'D
A Issued for Feed 25-MAR-10 GAK GHD SNG
REV.
REMARKS
1 1 RATED FLOW INCLUDES 10% OVERDESIGN
2 2 NPSH AVAILABLE REFERS TO PUMP CENTERLINE WHICH IS ASSUMED TO BE 1M ABOVE GRADE
3 3 MINIMUM DESIGN TEMPERATURE:15 DEG C
4 4 NPSH SAFETY FACTOR IS CONSIDERED TO BE 1 M ABOVE NPSHR
5 5 PROCESS TURNDOWN REQUIREMEN = 50% OF NORMAL
6 6 DESIGN PRESSURE=30.0 KG/CM2 (G), DESIGN TEMPERATURE=155 DEG C
7 7 H2S IN INLE STREAM= 0.89 WT%
8 8 ALSO REFER LICENSOR'S DATASHEET FOR 86-G-13A/B
9 9 RECOMMENDED SEAL SYSTEM : DOUBLE- 53
1 10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
REV.
1 CONSTRUCTION SURFACE PREPARATION AND PAINT
2 ROTATION: (VIEWED FROM COUPLING END) CW CCW MANUFACTURER'S STANDARD OTHER (SEE BELOW)
3 PUMP TYPE: (4.1) SPECIFICATION NO. As per attached specifications
4 BB1 BB2 BB3 BB5 PUMP:
5 CASING MOUNTING: PUMP SURFACE PREPARATION
6 CENTERLINE NEAR CENTERLINE PRIMER
7 FOOT FINISH COAT
8 CASING SPLIT: BASEPLATE: (6.3.17)
9 AXIAL RADIAL BASEPLATE SURFACE PREPARATION
10 CASING TYPE: PRIMER
11 SINGLE VOLUTE MULTIPLE VOLUTE DIFFUSER FINISH COAT
12 BETWEEN BEARINGS BARREL DETAILS OF LIFTING DEVICES (6.3.20)
13 CASE PRESSURE RATING: SHIPMENT: (7.4.1)
14 MAX. ALLOWABLE WORKING PRESSURE (MPa) DOMESTIC EXPORT EXPORT BOXING REQUIRED
15 @ (°C) OUTDOOR STORAGE MORE THAN 6 MONTHS
16 HYDROTEST PRESSURE (MPa) SPARE ROTOR ASSEMBLY PACKAGED FOR:
17 SUCTION PRESS. REGIONS MUST BE DESIGNED SHIPPING CONTAINER (8.2.8.3) VERTICAL STORAGE (8.2.8.2)
18 FOR MAWP (5.3.6) TYPE OF SHIPPING PREPARATION N2 PURGE (8.2.8.4)
19 NOZZLE CONNECTIONS: (5.4.2) HEATING AND COOLING
20 SIZE (DN) FLANGE FACING POSITION HEATING JACKET REQ'D. (5.8.9) COOLING REQ'D.
21 RATING COOLING WATER (C.W.) PIPING PLAN (6.5.3.1)
22 SUCTION C.W. PIPING:
23 DISCHARGE PIPE TUBING; FITTINGS
24 BALANCE DRUM C.W. PIPING MATERIALS:
25 PRESSURE CASING AUX. CONNECTIONS: (5.4.3) S. STEEL C. STEEL GALVANIZED
26 NO. SIZE (DN) TYPE COOLING WATER REQUIREMENTS:
3
27 DRAIN BEARING HOUSING (m /h) @ (MPa)
3
28 VENT HEAT EXCHANGER (m /h) @ (MPa)
29 PRESS. GAUGE STEAM PIPING: TUBING PIPE
30 TEMP. GAUGE BEARINGS AND LUBRICATION
31 WARM-UP BEARING (TYPE/NUMBER) (5.10.1):
32 BALANCE / LEAK-OFF RADIAL /
33 MACHINED AND STUDDED CONNECTIONS (5.4.3.8) THRUST /
34 CYLINDRICAL THREADS REQUIRED (5.4.3.3) LUBRICATION (5.11.3, 5.11.4):
35 ROTOR: RING OIL HYDRODYNAMIC PURGE OIL MIST PURE OIL MIST
36 COMPONENT BALANCE TO ISO 1940 G1.0 (5.9.4.4) CONSTANT LEVEL OILER PREFERENCE (5.10.2.2):
37 SHRINK FIT -LIMITED MOVEMENT IMPELLERS (8.2.2.3) PRESSURE LUBE SYS. ISO 10438-3 ISO 10438-2 (8.2.6.1/8.2.6.5)
38 COUPLINGS: (6.2.2) OIL VISC. ISO GRADE
39 MANUFACTURER MODEL OIL PRESS. TO BE GREATER THAN COOLANT PRESSURE
40 RATING (kW per 100 r/min) REVIEW AND APPROVE THRUST BEARING SIZE [8.2.5.2 d)]
41 SPACER LENGTH (mm) SERVICE FACTOR OIL HEATER REQUIRED: STEAM ELECTRIC
42 DRIVER HALF-COUPLING MOUNTED BY: INSTRUMENTATION (6.4.2)
43 PUMP MFR. DRIVER MFR. PURCHASER SEE ATTACHED API 670 DATA SHEET
44 COUPLING WITH HYDRAULIC FIT (6.2.10) ACCELEROMETER(S) (6.4.2.1)
45 COUPLING BALANCED TO ISO 1940-1 G6.3 (6.2.3) PROVISION FOR VIBRATION PROBES (6.4.2.2)
46 COUPLING PER ISO 14691 (6.2.4) RADIAL PER BRG. AXIAL PER BRG.
47 COUPLING PER ISO 10441 (6.2.4) PROVISION FOR MOUNTING ONLY (5.10.2.11)
48 COUPLING PER API 671 (6.2.4) FLAT SURFACE REQ'D (5.10.2.12)
49 NON-SPARK COUPLING GUARD (6.2.14c) RADIAL BEARING METAL TEMP. THRUST BRG METAL TEMP.
50 COUPLING GUARD STANDARD PER (6.2.14a) TEMP. GAUGES (WITH THERMOWELLS)
51 BASEPLATES: MONITORS AND CABLES SUPPLIED BY (6.4.2.4)
52 API BASEPLATE NUMBER (ANNEX D) NON-CONTACTING (API 670)
53 NON-GROUT CONSTRUCTION (6.3.13) REMARKS
54 OTHER
55 MECHANICAL SEAL: (5.8.1)
56 SEE ATTACHED ISO 21049/API 682 DATA SHEET
57 MASSES (kg)
58 PUMP BASEPLATE
59 DRIVER TOTAL
60 GEAR
REV.
1 SPARE PARTS (TABLE 18) QA INSPECTION AND TESTING (CONT.)
2 START-UP NORMAL MAINTENANCE TEST NON-WIT WIT OBSERVE
3 SPECIFY As per mandatory speres list attached HYDROSTATIC (7.3.2)
4 PERFORMANCE (7.3.3)
5 OTHER PURCHASER REQUIREMENTS NPSH (7.3.4.2)
6 COORDINATION MEETING REQUIRED (9.1.3) RETEST ON SEAL L'KGE (7.3.3.2d)
7 MAXIMUM DISCHARGE PRESSURE TO INCLUDE (5.3.2) RETEST REQUIRED AFTER FINAL
8 MAX RELATIVE DENSITY HEAD ADJUSTMENT (7.3.3.5b)
9 MAX DIA. IMPELLERS AND/OR NO. OF STAGES COMPLETE UNIT TEST (7.3.4.3)
10 OPERATION TO TRIP SPEED SOUND LEVEL TEST (7.3.4.4)
11 CONNECTION DESIGN APPROVAL (5.12.3.4/8.2.1.4) CLEANLINESS PRIOR TO
12 INERT GAS INHIBITED STORAGE - SPARE CARTRIDGE (8.2.8.4) FINAL ASSEMBLY (7.2.2.2)
13 TORSIONAL ANALYSIS REQUIRED (5.9.2.1) NOZZLE LOAD TEST (6.3.6)
14 TORSIONAL ANALYSIS REPORT (5.9.2.6) CHECK FOR CO-PLANAR
15 PROGRESS REPORTS (9.3.3) MOUNTING PAD SURFACES (6.3.3)
16 OUTLINE OF PROCEDURES FOR OPTIONAL TESTS (9.2.5) MECHANICAL RUN UNTIL OIL
17 ADDITIONAL DATA REQUIRING 20 YEARS RETENTION (7.2.2.1f) TEMP. STABLE (7.3.4.7.1)
18 LATERAL ANALYSIS REQUIRED (8.2.4.1 / 8.2.4.1.3) 4 h MECHANICAL RUN AFTER
19 DYNAMIC BALANCE ROTOR (8.2.4.2) OIL TEMP. STABLE (7.3.4.7.3)
20 MANIFOLD PIPING TO SINGLE CONNECTION (6.5.1.6) 4 h MECH. RUN TEST(7.3.4.7.2)
21 VENT DRAIN COOLING WATER TRUE PEAK VELOCITY DATA
22 MOUNT SEAL RESERVOIR OFF BASEPLATE (6.5.1.4) (7.3.3.4d)
23 FLANGES REQ'D IN PLACE OF SOCKET WELD UNIONS (6.5.2.8) BRG HSG RESONANCE TEST
24 CONNECTION BOLTING (7.3.4.6)
25 PTFE COATING ASTM A 153 GALVANIZED REMOVE / INSPECT
26 PAINTED SS HYDRODYNAMIC BEARINGS
27 INSTALLATION LIST IN PROPOSAL (9.2.3L) AFTER TEST (8.2.7.5)
45 REMARKS
46 SPARE PARTS SHALL BE AS PER ATTACHED MANDATORY SPARES LIST.
47
48
49
50
51
52
53
54
55
56
57
58
59
60
REV.
1 MECHANICAL SEAL OR PACKING
22 QUENCH (Q) COOLING (C) LUBRICATION (G) THREADED UNIONS SOCKET WELDED
23 HEATING (H) LEAKAGE PUMPED FLUID (P) FLANGED TUBE TYPE FITTINGS
24 BALANCE FLUID (E) EXTERNAL FLUID INJECTION (X) PRESSURE SWITCH (PLAN 52/53 TYPE
25 SEAL FLUIDS REQUIREMENT AND AVALABLE FLUSH LIQUID: PRESSURE GAUGE (PLAN 52/53)
26 NOTE: IF FLUSH LIQUID IS PUMPAGE LIQUID (LIKE FLUSH PIPING PLANS LEVEL SWITCH (PLAN 52/53) TYPE
27 11 TO 41), FOLLOWING FLUSH LIQUID DATA IS NOT REQ'D. LEVEL GAUGE (PLAN 52/53)
40
49 REMARKS
53
54
55
1 PROBE ARRANGEMENT (APPENDIX H) (CON'T) PIEZO ELECTRIC ACCELEROMETER DATA (3.2) (CON'T)
2 AXIAL TRANSDUCERS STANDARD 5 METER (200 INCH) ACCELEROMETER EXTENSION
3 STANDARD SHAFT END OR INTEGRAL AXIAL SURFACE CABLE (3.2.2.3)
4 OPTIONAL ONE PROBE ON SHAFT & ONE PROBE ON INTEGRAL OTHER (DESCRIBE) (m) (INCHES)
5 THRUST COLLAR EXTENSION CABLE PROTECTION (4.2.3.4)
6 OTHER (DESCRIBE) STANDARD CONDUIT
7 OPTIONAL WEATHERPROOF FLEXIBLE ARMOR
8 PROBES MOUNTED TO MEASURE INCREASING GAP FOR NUMBER OF ACCELEROMETERS PER BEARING
9 NORMAL OPERATION (3.5.5.5) NUMBER OF CHANNELS IN TRAIN
1 MONITOR & POWER SUPPLY DATA RADIAL SHAFT VIB.T'N & AXIAL POSTION CHANNEL (CON'T)
2 MONITOR MOUNTING DIMENSIONS (mm) (INCHES) DISPLAY OUTPUT
3 HEIGHT WIDTH DEPTH MEASURED VALUE AS A PERCENT OF
4 LOCATION INDOOR OUTDOOR ALARM (ALERT) AND SHUTDOWN
5 INPUT VAC Hz (DANGER) VALUES TO 1% RESOLUTION
20 TACHOMETER (3.5.1.3)
21 RADIAL SHFT VIB.T'N & AXIAL POST'N CHN'L (3.5.3&3.5.5) TACHOMETER NOT REQUIRED
22 TYPE OF DISPLAY NUMBER OF PROBES MONITORED TACHOMETER REQUIRED
23 ANALOG RADIAL ABILITY TO RECORD/STORE HIGHEST SPEED
24 DIGITAL AXIAL CONTROLLED ACCESS RESET REQUIRED
25 LIQUID CRYSTAL DIODES BEARING TEMPERATURE CHANNEL (3.5.6)
26 LIGHT EMITTING DIODES MONITOR CONFIGURATION
27 OTHER (DESCRIBE) TOTAL NUMBER OF SENSORS MONITORED
28 READOUT RANGE NUMBER OF BEARINGS MONITORED
29 RADIAL DISPLAY (3.5.3.1) AXIAL DISPLAY RADIAL
30 STANDARD 0 TO 125 MICROMTRS -1.0 TO +1.0 MICRO- ACTIVE THRUST
31 STANDARD 0 TO 5 MILS METERS INACTIVE THRUST
32 OPTIONAL 0 TO 250 MICROMTRS -40 TO +40 MILS OTHER (DESCRIBE)
33 OPTIONAL 0 TO 10 MILS OTHER (DESCRIBE)
34 OTHER (DESCRIBE) TYPE OF DISPLAY
35 STANDARD DIGITAL
36 SHUTDOWN SYSTEM LIQUID CRYSTAL DIODES
37 STANDARD DUAL VOTING LOGIC LIGHT EMITTING DIODES
38 SINGLE CHANNEL OTHER
39 SHUTDOWN BYPASS EACH CHANNEL (3.5.1.5) OTHER
40 READOUT RANGE
41 ADDITIONAL DISPLAY AND/OR DIGITAL OUTPUTS (3.5.1.2) STANDARD 0°F TO +300°F
42 DISPLAY OUTPUT OPTIONAL 0°C TO +150°C
43 CHANNEL ALARM STATUS OTHER (DESCRIBE)
44 ARMED/DISARMED SHUTDOWN STATUS SHUTDOWN SYSTEM
45 FOR ALL MACHINES STANDARD DUAL VOTING LOGIC
46 ALARM STORAGE FOR STORING THE EACH RADIAL BEARING
47 TIME, DATE, AND VALUE FOR A ACTIVE THRUST BEARINGS
48 MINIMUM OF 64 ALARMS INACTIVE THRUST BEARINGS
49 CHANNEL VALUE +/- 0.5% FULL-SCALE OTHER (DESCRIBE)
50 RANGE RESOLUTION
51 SINGLE CHANNEL
1 CASING VIBRATION CHANNEL (3.5.4) TESTING INSPECTION AND PREP FOR SHIPMENT (SEC 5)
2 CASING VIBRATION NOT REQUIRED FIELD TESTING PER APPENDIX F
3 CASING VIBRATION REQUIRED INSPECTION REQUIRED OF MONITORING SYSTEM IN INSTRUMENT
4 NUMBER OF ACCELEROMETERS MONITORED MANUFACTURERS FACILITY
25 LUBRICATION
26 CONTINUOUS (2.2.7) (2.2.8) BATCH (2.2.7) NON-LUBRICATED
o
27 VISCOSITY (cP) @ C FILTRATION MICRONS
28 PRESSURE (BAR) TEMPERATURE (oC) FLOW (m 3/h)
29 COUPLING DATA
30 SHAFT SEPARATION (INCLUDING THERMAL GROWTHS) (mm B.S.E.):
CE
OR
1 of 7 44NC-4~3.XLS
2 of 7 44NC-4~3.XLS
3 of 7 44NC-4~3.XLS
4 of 7 44NC-4~3.XLS
5 of 7 44NC-4~3.XLS
6 of 7 44NC-4~3.XLS
7 of 7 44NC-4~3.XLS
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. List of Mandatory Spares (indicating exact
name of the part, part no. and material of
construction)
2. List of recommended commissioning spares
(indicating exact name of the part, part no. and
material of construction)
3. List of recommended Special Tools & Tackles
(indicating exact name of the part nad part no.)
4. List of Deviations to
specifications/datasheets/standards of MR
5. Filled in experience record performa for main
equipment and its driver
6. Allowable thermal movements pump / steam
turbine suction and discharge nozzles
7. Tabulation of Utility consumption data including
electric load data, schedule of lubricants,
chemicals & consumables with specifications
8. Loose supply items in vendor's scope, to be
installed in purchaser's piping
9. GAD for Pump
10. GAD for Gear box /Couplings (as applicable)
11. Test Procedure(s): Witness tests as specified in
data sheets / other specs enclosed in the
inquiry / MR or as required by approved
ITP/QAP
12. Wk² / GD² value of equipment rotor system
referred to driver shaft
13. Curve for pump power-shaft speed v/s torque
14. Installation, Operation & Maintenance manuals
- Pump
15. Precommissioning & commissioning
procedures for the complete pump package
16. Cross Sectional Drawings (with Bill of Materials
& Part Nos.) - Pump
17. Data Sheets along with performance curves -
Pump
18. Pressurized lube oil system (as per API Std.
610 or Chapter-3 of API Std. 614)
19. P&ID - Pressurized lube oil system (as per API
Std. 610 or Chapter-3 of API Std. 614)
including Machine monitoring system (MMS)
which includes vibration, axial displacement,
key-phasor & bearing temperature monitoring
instruments (as applicable)
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
20. GAD - Pressurized lube oil system
21. GAD - Sealing system - Seal plan
22. Cross Sectional Drawings (with Bill of Materials
& Part Nos.) - Sealing system - Mechanical
seal
23. Test Procedure(s): MRT, Performance test,
NPSH test, Complete unit test
24. Dynamic balancing report ( as applicable)
25. Analysis Reports - Lateral critical speed
analysis / Torsional critical speed analysis
26. Residual Unbalance check / Damped
unbalance response Analysis
27. Rotor mechanical and electrical runout for
driven equipment with noncontacting vibration
probes
28. General Arrangement & Foundation drawing
showing main as well as all assosciated
equipment / skids (driven equipment, drive
transmission devices, driver (turbine / motor /
engine), lube oil system, Fuel oil system, local
GAd submitted along
guage board, local control panel, etc.) with with the bid will be only
interface connection, maintenance space, for information.
cable trays, table of termination points and
details of foundation bolts, their location,
foundation bolt pocket dimensions, foundation
load data (static & dynamic), estimated quantity
& detai
29. Data Sheets for Couplings
30. Coupling field alingnment diagram
31. Quotation for recommended spare parts for two
years of normal operation (indicating exact
name of the part, partno. and material of
construction)
Notes :
1. Refer Appendix-9 for Final Documents/Operating Manuals, their no. of copies, etc.
2. "TICK" denotes applicability
3. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
4. All post order documents shall be submitted / approved through EIL eDMS portal
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. 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).
8. "@" indicates submission of documents to Inspection Agency.
9. Bill of Material shall form part of the respective drawing.
10. Also refer other department's VDR :-
11. Electrical
12. Instrumentation
COMPLETION DOCUMENTS
Contractor shall ensure that the manuals are provided in the correct format and in accordance
with schedules agreed with Owner.
1.2.2 Language
Operating manuals shall be in English language.
1.2.3 Preparation
Contractor shall produce manuals in accordance with Clause 1.2.4.
Contractor shall submit six draft copies of the manuals to Owner for review and approval in
sufficient time to ensure that bound copies of the final issue are in Owner’s hands max. four
months after detailed engineering.
Owner shall approve the draft copies of the operating manual within one month.
Such manuals shall be checked against “Approved As-built Drawings” and necessary
modifications shall be made accordingly.
The standard document shall be produced in twelve sections as listed herein below with a
brief resume of its contents. Typical operating manual index is given in 1.2.4.
1.2.4 Contents of Operating Manual
Section 1 Basis of Design
This section gives the duty conditions of units/facilities, the quantity and
quality of products and feed stocks, material balances, battery limit
conditions and any design features.
Section 2 Description of Process
This section consists of the process flow sheet(s) and a concise
description of the main process stream and side streams, mentioning
the main equipment. This shall include PFDS and PIDs.
Section 3 Description of Units Control
This section gives the method of control anticipated operating
conditions and process variables.
Section 4 Utility and Chemical Requirements
This section gives requirements for fuel, steam, water, power, etc., and
chemicals in the correct system of units.
Section 5 Preparation of initial start-up
This section deals with specific aspects of preparing the relevant unit
for start-up.
Section 6 Normal Start-up
This section covers the final preparations required, and a guide
procedure of the steps to be taken to bring units on to stream at full
throughput.
Section 7 Normal Operation
This section details the normal operating instructions for various
equipments of the unit and trouble-shooting to restore normal operation
in case of deviation.
1.2.5 Typical operating manual index shall include, but not be limited to :
Section 1.0 Basis of Design
1. Duty of unit/facility
2. Feed Characteristics
3. Product Specification
4. Material Balances
5. Battery limit conditions
6. Design Features
Section 2.0 Description of Process
\\Nmumfil01\project\WIP\4401-4600\4401-4600_Procurement\draft_tenders\EPCC_1-Draft\Final_After incorporation of CPCL Comments\26_SCC_Appendix 9_Completion documents.doc
5. Fuel failure
6. Mechanical failure
7. Cooling water failure
Section 10.0 Safety Equipment
1. Safety valves
2. Alarm settings
3. List of interlocks (process and individual equipment)
4. Trip settings
Section 11.0 Instrument Data
1. Control valves
2. Orifice plates
3. Temperature indicators
4. Description of any unconventional instrument loops
Section 12.0 Equipment Summary
Section 13.0 Tests and Chemical Analysis
1. Sample taking
2. Quality tests
3. Quantity tests
4. Analytical methods
5. Laboratory equipment
Section 14.0 Drawings
1. PFDs
2. Plot plan
3. Material balance tables
4. Piping and instrumentation diagrams
5. Hazardous area classification
6. Control panel layout
7 Simplified logic diagram (process & individual equipment)
8 All PIDs of vendor’s for package units etc., required for
commissioning
Section 15.0 Hazardous substances
1. Chemical and Catalyst hazards
2. Detailed listing and precautionary measures
1.5.5 Content of mechanical catalogues shall include, but not limited to:
a) Index of content
b) Contractor’s drawing index
c) Vendor drawing index
d) Equipment lists
e) Photographs, maps, survey sketches
f) Requisition index
g) Plot plans
h) Flow-sheets : Process and Engineering
i) Line classification lists
j) Job specifications (including civil, piping, equipment (static and rotating), instrumentation,
electrical, painting, insulation, chemical cleaning, cathodic protection and refractories etc.,
including PMS/VMS.
k) Vessels (towers, reactors, drums, tanks)
i) Contractor’s requisitions, design data sheets
ii) Contractor’s drawings which includes vendor drawings, layout drawings,
fabrication drawings etc.
iii) Design calculations
iv) Inspection documents
l) Tubular Heat Exchangers
i) Contractor’s requisitions
ii) Design calculations, data sheet with design data and boiling / condensation
curves, as applicable
iii) Equipment P&IDs Control Scheme for Air Coolers
iv) GA drawings
v) Code Certificates
vi) Cross Sectional Drawings and Bill of Materials (final as built fabrication
drawings)
vii) Gasket Drawings
viii) List of Testing Accessories as applicable with write up on testing
ix) Fan Performance Curves and Catalogues
x) Material test certificate, inspection reports of third party, release notes etc., for
all equipments
m) Pumps, Turbines and motors, compressors, blowers, etc.
i) Contractor’s requisitions
ii) Summary Sheet – Pumps and Drivers & compressors
iii) Drawings of pump and driver arrangement, driver, mechanical seal, coupling,
cooling water and seal flushing piping.
iv) Manufacturer’s Pamphlets
v) Manufacturer’s Installation and Operating Instruction
vi) Specifications and Data sheets : Compressors, Blowers, Fans and Machinery
- Characteristic Curves
- Manufacturer’s Outline Drawings and Sections
vii) Packing Specifications
viii) Parts Lists with code numbers, along with drawings
ix) Material test certificates, inspection reports of approved third party, release
notes, etc., for all equipment
n) Compressors, Blowers and Motor Drivers
i) Contractor’s requisitions and P&IDs
ii) General assembly drawings (compressor and driver)
iii) Drawings of foundation, seal and lube oil system, control panel auxiliary
equipment, mechanical details.
iv) Compressor and driver performance curves and data.
v) Test certificates
vi) Descriptive literature on accessories and controls.
vii) Complete parts list, showing for each part the real or factory part number,
including section drawings with parts identified.
xvii) Phone and Signal Systems Layouts, Power and Lighting Layouts, Wiring
Diagrams of Annunciator Panels
xviii) Manufacturer’s Wiring Diagrams of Elements
xix) Schedule of Motors and Starters
xx) Manufacturer’s Pamphlets
xxi) Parts Lists
xxii) Fire Alarm
xxiii) List of Electrical Material
xxiv) Approved test reports, inspection documents, material test certificates
t) Instruments
i) Contractor’s requisitions
ii) Instrument flow diagrams
iii) Panel board panel drawings / DCS documents
iv) Control room layout drawings
v) Instrument electrical single line diagram
vi) Special circuit diagrams and description or operation (if not part of requisition)
vii) Schedule of Reference Data for Recording, Indicating and Controlling
Instruments
viii) Schedules of Reference Data for Pressure Gauges, Temp. Points and Gauge
Glasses
ix) Schedule of Reference Data for Relief Valves
x) Schedule of Reference Data for Bursting Discs
xi) Schedule of Orifice Plates
xii) Orifice Meter Data and Calculation Sheets
xiii) Piping Material for Instruments
xiv) List of Material for Thermocouple and Thermowell Installations
xv) Layout of Main Instrument Board and Alarms
xvi) List of Name Plates for Instruments Annunciator Panel etc.
xvii) Plot Plan and Layout Drawings of Instrument Lines
xviii) Conduit Runs for Instrument Board
xix) Diagrammatic Sketches and Instructions for Special Instrument Installations
xx) Drawing of Special Instrument Installations
xxi) Parts List
xxii) Installation, operating and maintenance instructions including parts lists and
sectionalised drawings
xxiii) Approved test reports, inspection documents, material test certificates
1.6.4 The following documents shall also be submitted in hard binder (4 sets) for records :
However 2 sets of the following drawings shall be submitted before mechanical completion :
a) Welding Procedure Qualification Report
b) Welder Qualification Report
c) Radiographic Procedure Qualification
d) Radiographic Report along with radiographs (Radiographs only with the original)
e) Batch Test Certificate from manufacturers for electrodes
f) Hydrostatic and other test results & reports
g) Pre-commissioning and commissioning checklists
h) Documents indicating satisfaction of all other requirements as specified in the respective
specifications
i) As built drawings
j) Field test reports for all Mechanical, Electrical, Instrumentation and Communication
systems and fire alarm system
k) Material Inspection/Test Report for supply of all materials
l) Any other drawing/document/report specified elsewhere in the bidding documents
1 of 3
44NC-4600 - CPCL, MANALI REFINERY, CHENNAI
Page 272 of 724
E As Built Documents
1 P & IDs 8 1 9 8 1 9
Sepia of Complete set pertaining to civil, mechanical,
2 2 - 2 1 - 1
electrical and instrumentation
3 Set of Equipment Folder containing: 8 - 8 8 1 9
- As built Tracing
- Design drawings, Calculations and documents
- Specifications
- Detailed fabrication / installation drawings
- Stage wise inspection reports
- Third party inspection release notes
- Guarantees / Warrantees Certificates
4 Final Operating Manuals of Process Units 8 1 9 8 1 9
5 Purchase Requisition & PO of each equipment 4 - 4 - - -
Operating and Maintenance manual/Mechanical
6 8 1 9 6 1 7
Catalogue for all bought out items
Hard Binder consisting of: Original +
7 1 4 - - -
3 sets
- Welding Procedure Qualification Report
- Welder Qualification Report
- Radiography/NDT Procedure Qualification/Records
- Weld / NDT Maps
- Radiographic Reports along with Radiographs
(radiographs only with originals)
- Heat Treatment Charts
2 of 3
44NC-4600 - CPCL, MANALI REFINERY, CHENNAI
Page 273 of 724
Notes:
1. All soft files shall be in native (editable) format.
2. All text data shall be on MS Word in Windows XP.
3. All spread sheet work shall be on MS Excel in Windows XP.
4. All other documents like presentation etc. and other data shall be in MS Office in Windows XP.
5. All drawings shall be furnished in PDS format.
6. All drawings / documents shall be furnished on separate Compact Discs (CDs)
3 of 3
Format No.: EIL-1641-1923 Rev.1
LSTK-1 : COKER BLOCK : DELAYED COKER UNIT & LPG CFC TREATING UNIT
PART : III
DOCUMENT NO : 44NC-4600-0086/M.04/0024/A4
TABLE OF CONTENTS
9.0 FILTER 50
12.0 EJECTOR 66
14.0 COALESCER 73
15.0 HYDROCYCLONE 76
18.0 CONVEYOR 86
21.0 CRUSHER 99
4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B
ITEM
ITEM NUMBER
VENDOR
INSTRUCTIONS TO BIDDERS
This proforma duly filled in shall be submitted for each item separately, along with the bid.
Since the information requested in this proforma will be utilised to assess provenness of offered model, it is in the interest of the equipment
manufacturer to pick up those cases out of total list of references which most closely match with the offered model. The equipment manufacturer
shall also ensure that each and every information asked for is furnished and the same is correct and complete in all respects. Incorrect
information furnished in this proforma shall render the bid liable for rejection.
While furnishing the materials, where asked for, the equipment manufacturer shall furnish ASTM equivalent also.
For the referred installations, the equipment manufacturer shall indicate the name of the person (along with his address, telephone no., fax no./
email –id, etc.) who may be contacted by the Purchaser / his representative, if felt necessary.
The equipment manufacturer shall also furnish along with the bid his standard reference list for the offered equipment model manufactured and
supplied by him.
The equipment manufacturer shall clarify the meaning of each letter/ digit used in the model designation below:
4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B
2 OPERATING CONDITIONS
2.1 Fluid handled
2.2 Fluid temperature (min./ max.) oC
2.3 Capacity (m3/hr)
2.4 Maximum suction pressure (kg/cm2a)
2.5 Differential pressure, Rated (kg/cm2)
2.6 NPSHR (m)
4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B
4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B
4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B
4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B
ITEM
ITEM NUMBER
VENDOR
INSTRUCTIONS TO BIDDERS
This proforma duly filled in shall be submitted for each item separately, along with the bid.
Since the information requested in this proforma will be utilised to assess provenness of offered model, it is in the interest of the equipment
manufacturer to pick up those cases out of total list of references which most closely match with the offered model. The equipment manufacturer
shall also ensure that each and every information asked for is furnished and the same is correct and complete in all respects. Incorrect
information furnished in this proforma shall render the bid liable for rejection.
While furnishing the materials, where asked for, the equipment manufacturer shall furnish ASTM equivalent also.
For the referred installations, the equipment manufacturer shall indicate the name of the person (along with his address, telephone no., fax no./
email –id, etc.) who may be contacted by the Purchaser / his representative, if felt necessary.
The equipment manufacturer shall also furnish along with the bid his standard reference list for the offered equipment model manufactured and
supplied by him.
The equipment manufacturer shall clarify the meaning of each letter/ digit used in the model designation below :
4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B
2 OPERATING CONDITIONS
2.1 Fluid handled
2.2 Fluid temperature (min./ max.) oC
2.3 Capacity (m3/hr)
2.4 Maximum suction pressure (kg/cm2a)
2.5 Differential head, Rated (m)
4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B
4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B
PROJECT REFERENCE:
APPROVALS
Rev. Issue Pages Revision Description By Check Approve
No. Date
B 22-Apr-10 31 Client comments incorporated and issued for GAK GHD SNG
Engineering
A 26-Feb-10 29 Issued for CPCL comment’s GAK PDB SNG
; Entire Specification SPECIFICATION ISSUED FOR:
Issued this Revision In-house Review Purchase
Revised Pages Only Client Approval Construction
Issued this Revision Enquiry ; Engineering
TABLE OF CONTENTS
DB_rotating_eqpt-ISBL.doc
I The following codes & standards (latest editions) including their latest addenda shall be
followed unless specified otherwise:
II Statutory Regulations.
Factories Act
Tariff advisory committee guidelines
Petroleum act, Petroleum rules, guidelines from Oil industry Safety Directorate(OISD)
Pollution (Air & water) laws.
Civil aviation Rules
Applicable international design standards
Indian electricity Act
CCOE ( chief controller of explosive)
CEIG ( Chief electrical inspectorate general)
TNPCB (Tamilnadu pollution control board)
IBR (Indian Boiler Act)
CEA ( Central electric authority)
Central pollution control board
DB_rotating_eqpt-ISBL.doc
2004
Positive displacement pumps – Reciprocating API-674, 2nd Edition,
1995
Positive displacement pumps – Controlled volume API-675, 2nd Edition,
1994
Positive displacement pumps – Rotary API-676, 2nd Edition,
1994
Shaft sealing systems for centrifugal and rotary pumps. API-682, 3rd edition,
2004
b) Turbines
General purpose steam turbines API-611, 5th Edition,
2008
Special purpose steam turbines API-612, 6th Edition,
2005
Others
Fans for other services IS 4894(1987)/ BS 0848
Special purpose gear units for Petroleum, Chemical and API-613, 5th Edition,
Gas industry service 2003
General purpose gear units for Petroleum, Chemical and API-677, 3rd edition,
Gas industry service 2006
Lubrication, shaft-sealing and control oil system for special API-614, 5th edition,
purpose applications 2008
Vibration, axial piston and bearing temperature monitoring API-670, 4th Edition,
systems. 2000
Machinery installation and installation design API-RP 686, 1st Edition,
1996
Inspection of fans, blowers, gear boxes & agitators OISD 122-Aug-1999
Inspection and maintenance of mechanical seals OISD 125-Aug-1999
Vibration limits for rotating machines ISO 1940
Machine vibration. ISO 10816
Special purpose couplings for Refinery service API-671 3rd edition
Safety guards for equipment with moving parts OSHA 3057
DB_rotating_eqpt-ISBL.doc
2.1 Selection of rotating equipment shall be based upon the following considerations:
− Suitability for the specified range of duty conditions.
− Standard models under supplier are from regular manufacturing range.
− Proven track record in similar service as specified under acceptance criterion.
− Suitable for outdoor installation
− Optimum operating and maintenance costs.
− Maximum interchangeability of parts.
− Ease of operation and maintenance.
− Foreign vendor shall preferably have a liaison office in India
2.2 For design aspects not specifically covered by data sheets, specifications, codes and
standards or regulations, the design shall be based on good engineering practices.
2.3 Contractor shall make all possible efforts to comply strictly with the requirements of
this design basis. In case deviations are considered essential by the contractor (after
exhausting all possible efforts), these shall be clearly brought out and consolidated
under technical exception chapter at bidding stage. However, vendor specific
deviation (if any) to applicable codes / specifications arise during detailed engineering
then the same will be subject to PMC / Owner’s approval.
2.4 The enquiry documents for procurement of rotating equipment shall be prepared by
the contractor and shall as a minimum, contain the following documents:
DB_rotating_eqpt-ISBL.doc
− Vendor data requirements, which shall be inline with the data, specified
in the owner’s specification and applicable API Standards.
2.5 The equipment supplier shall fill in Experience record formats completely
indicating information on operating conditions and construction features of
the vendors past supply in sufficient detail to evaluate provenness of the
equipment proposed.
2.6 The supplier of equipment shall be selected from the approved list of vendors
specified elsewhere in bid document.
2.7 Unless otherwise specified in the process / equipment data sheets, number
of spare equipment to be installed shall be as per the following equipment
sparing philosophy.
Item No. of standby Remarks
equipment as % of
working eqpt.
a) Pumps (continuous / 100%
critical equipment)
Pumps (intermittent / non
critical use) Nil
b) Steam turbine Nil 1No spare rotor
assembly with set
of coupling,
bearing and seals
required.
c) Reciprocating compressor 50% *
d) Centrifugal Compressor Nil 1No spare rotor
(API 617) assembly
required for each
casing.
e) Blower 100%
f) ID Fans Nil
g) FD Fans 100%
h) Lube oil pumps, Seal oil 100% If pump is steam
pumps and Condensate turbine driven
pumps then refer 2.7 (b)
Note * : Subject to minimum 1No of requirement. Fractions shall be
rounded to next higher integral number.
DB_rotating_eqpt-ISBL.doc
2.8 Electrical items, instrumentation and controls, piping, pressure vessels, mechanical
equipment, heat exchangers etc., associated with rotating equipment shall comply
with the design requirements as given in the respective engineering documents
enclosed in the bid package.
2.9 The ratings of drivers (electric motor / steam turbine / diesel engine) shall comply with
the requirements specified individually for each driven equipment.
2.11 Equipment design and engineering shall incorporate adequate safety features (as per
applicable specifications of respective equipment as well as Health, Safety and
Environment codes and standards applicable for the subject project) to provide
protection to operating personnel, equipment and environment.
2.12 All electrical components and installations, instruments shall be suitable for the
electrical area classification and grouping in which the equipment is installed.
2.13 Material exposed to sour environment as defined by NACE MR-0103/ MR-0175 shall
be in accordance with requirements of the NACE standard. Ferrous materials not
covered by NACE MR-0103/ MR-0175 shall be limited to yield strength not exceeding
90,000 psi and hardness not exceeding Rockwell C-22..
2.14 Noise level of continuous operating equipment (for Driver + Driven equipment +
Auxiliary) shall not exceed 85 dBA when measured at 1M distance from the
equipment skid in any direction.
DB_rotating_eqpt-ISBL.doc
Note: This requirement is not applicable for intermittent operation equipment such as
firewater pump, engine driven emergency generator, high speed Sundyne pumps, etc.
For safety relief valve vents the noise level shall be limited to 105 dBA at 5m
distance.
2.15 Acoustic enclosures are not preferred. However, it may be provided for equipment
such as gas turbines, rotary screw compressors, Sundyne pump and root blowers to
meet the specified noise levels with prior approval from PMC/Owner. Requirement of
silencers at fan/blower/compressor suction, relief valve outlets shall be accordingly
decided.
2.16 All compressor sheds shall be provided with adequately sized EOT / HOT crane,
depending upon the maximum weight of one component to be handled for
maintenance of the compressor and its driver. Electric motor driver shall be
considered a single component for maintenance except for the single bearing motors
where the motor rotor and stator shall be considered as individual components.
2.17 Maximum allowable working pressure and temperature of the equipment shall not be
less than the design pressure and temperature specified in the data sheet or not less
than those specified in specifications, codes and standards.
2.18 Spare rotors where supplied shall be boxed in a metal containers for vertical storage
with adequate corrosion protection. Nitrogen purging shall be considered.
2.19 Unless otherwise specified, equipment shall be driven directly or driven through gear
box. However belt driven arrangement may be provided for the following equipments,
installed in safe area.
Reciprocating compressors upto driver rating of 160 kW.
Reciprocating pumps (API 674) to driver rating of 160 kW.
V-belt shall not be used for equipment located in hazardous area i.e. Div.1 or Div.2
(NEC) area (Zone 1 or Zone 2 (IEC) area)
2.20 All rotating equipment and drivers (including gear units and couplings if any) shall be
designed to perform satisfactorily under specified start up conditions, part load
operation, maximum differential pressure operation and relief valve set pressure and
upto full speed including any design margin specified considering future requirements.
This shall also include operating conditions envisaged during regeneration cycle of
plant and as specified in respective equipment data sheets.
2.21 Couplings shall be of non-lubricated diaphragm / metallic flexible membrane type with
spacer for all equipment. However, coupling shall conform to API 671 for all the
equipment with speed greater than 3600 rpm and / or driver rating greater than 160
kW. All coupling guards shall be of non-sparking type. Couplings shall be dynamically
balanced separately with match marked coupling bolts/coupling halves. . Universal
coupling (Hook Joint) shall be used for coupling diesel engine and vertical water
pumps.
DB_rotating_eqpt-ISBL.doc
The probes and monitors shall be Bentley Nevada BN 3500 model. Alarm (alert) and
shutdown (danger) annunciation shall be provided for each of the monitored variables.
This system shall comply with requirements specified in specification for
instrumentation covered elsewhere in the Bid document. Separate keyphasors shall
be provided for input and out shaft of gear box. 2oo3 logic shall not be applicable for
high vibration trips.
2.23 In case of oil coolers the oil side operating pressure shall be higher than waterside
operating pressure.
2.24 Unless otherwise specified, coolers (inter cooler and after cooler) shall be watercooled
shell and tube with water on tube side type with removable tube bundle. Design
pressure of the low pressure side shall be two third of the design pressure of high
pressure side as a minimum. Process coolers shall be designed and constructed as
per TEMA ‘R’ and coolers for air service shall be designed and constructed as per
TEMA ‘C’.
2.25 In case of oil coolers the oil side operating pressure shall be higher than waterside
operating pressure. Unless otherwise specified, oil coolers and cooling water console
coolers shall be water cooled shell and tube with removable bundle. The design of
such coolers as per TEMA ‘C’ is acceptable. Cooling water shall be on tube side
2.26 Unless otherwise specified the inter and after coolers shall be designed with following
considerations:
− The fouling resistance of 0.0004 hr m2-OC / kcal shall be considered for water
side.
− Tubes shall be preferably than 20mm (3/4”) or 25 mm (1”) outside diameter (OD).
The minimum allowable tube wall thickness is 2.0 mm in case of admiralty brass
and 2.5 mm in case of carbon steel tube. Coolant velocity in tubes shall be at
least 1.0 m/sec.
− `U’ tube coolers are not preferred.
2.27 All exchangers shall be provided with test rings back flush arrangement.
2.28 Unless otherwise specified, for centrifugal compressors and steam turbines the
following shall be provided.
− Portable lube oil drain pump.
− Portable lube oil purifier for online purification (Alfa Laval make) with fine filter
(1 micron) in return line.
− Fuel storage / transfer pump (as applicable)
2.29 Electrical motor drivers as per (IEC / IS) shall be rated for continuous duty (duty type
SI) whereas motor as per American standards shall be designed to operate at a
service factor of 1.0.
2.30 The rated BKW considered as the basis for sizing of the drivers shall include the
positive tolerance as permitted in the applicable code or as specified i.e. the margin of
10%, 15%, 25% etc. as applicable for driver sizing shall be kept over and above the
(rated BKW + tolerance).
DB_rotating_eqpt-ISBL.doc
2.31 In case of bladder type pulsation suppression devices for reciprocating pumps /
accumulators for oil systems, gas charging assembly kit shall be supplied one for each
service.
2.32 All rotating equipment base plates shall have jacking provision for levelling and screws
for alignment. Only stainless steel shims shall be used for equipment alignment.
Number of shims shall be minimum having thickness less than 1mm, rest SS packer
plates shall be used to minimise number of shims.
2.33 In case of compressors, non-skid decking covering all walk and work areas shall be
provided on top of the baseplates.
2.34 Thermal relief valves shall be provided for components that may be blocked in by
isolation valves (including any cooling water return circuit piping of a cooler or jacket).
2.35 In case of centrifugal compressors and steam turbines (special purpose), the lube oil
system shall comply with API-614.
2.36 Bearing housings for pumps and fans with oil lubricated bearings shall be provided
with bearing guard type shaft seals to prevent oil leakage or contamination.
2.37 After completion of performance test, mechanical seals of pumps shall be removed
and shall be reassembled at pump vendor’s works with recommended secondary
packing.
2.38 The installed mechanical components like gland plates, sleeve, etc. shall be of seal
vendor’s make only. In case pump manufacturer provides the same, the drawing shall
be vetted by seal vendor.
2.39 All special tools and tackles including hydraulic equipment required for maintenance
purpose for the rotary equipment should be provided along with main equipment.
2.41 All rotating equipments shall be procured along with its drivers (motors/turbines) from
the respective equipment manufacturers, complete with all associated auxiliary
systems. The unit responsibility shall rest with the rotating equipment manufacturer.
2.42 All rotating equipment shall be unitized, alongwith driver at respective rotating
equipment manufacturer works.
2.43 Unless otherwise specified sizing of centrifugal fans, air compressors shall be based
on maximum site coincident ambient temperature and relative humidity.
2.44 Unless otherwise specified, all couplings shall be selected for minimum service factor
of 1.5 over motor name plate rating.
2.45 All rotating equipment shall be packed for an outside storage period of 12 months.
2.46 Each rotating equipment shall be subjected to mechanical run test as vendors works
DB_rotating_eqpt-ISBL.doc
2.47 Each rotating equipment shall be subjected to a performance test at vendors works
except following.
• Steam turbines
• Reciprocating compressors ( other than air service)
• Reciprocating air compressor with suction pressure other than atmospheric.
2.48 For all steam turbine driven centrifugal compressors, string test shall be performed at
vendors shop.
2.49 Erection of all rotating equipment shall be carried out by contractor, under the
supervision of equipment vendor.
2.50 All cooling water return lines shall be provided with flow indicator (sight glass)
2.51 All heat exchangers/seal coolers using cooling tower water shall have following
metallurgy.
• If cooling tower water is on tube side. Then tube shall be of Duplex SS ( UNS
31803 or UNS32750)
• If cooling water is on shell side, then shell and tubes both shall be of Duplex
SS. (Tubes of UNS 31803 or UNS32750)
2.52 The equipment shall be supplied by the contractor meeting all the requirements as
specified in the process data sheet, JACOBS data sheet, job specification, JACOBS
standard specification, Engineering Design Basis, and other specifications referred.
DB_rotating_eqpt-ISBL.doc
3.1.1.1 The vendor for the complete unit shall be an established manufacturer of Centrifugal
Compressors and he shall also be the manufacturer of the proposed compressors
having adequate engineering, manufacturing and testing facilities for the same.
3.1.1.2 The vendor shall have engineered, packaged, tested and supplied at least two
identical or validly similar packages in terms of type of compressor, driver, sealing
system, inlet volumetric capacity (Am3/hr) and driver rating (kW) from the proposed
plant and at least one of these shall have successfully operated in the field for at least
8000 hours without any major O&M problem as on the date of issue of invitation to
bid.
3.1.1.3 The vendor besides satisfying the requirements of Cl. no. 3.1.1.1 and 3.1.1.2 above
shall also be the packager of the complete system proposed and shall have the single
point responsibility for the entire package including control system.
3.1.1.4 The compressor model offered shall be from regular manufacturing range of the
manufacturer and shall meet the following minimum service and manufacturing
experience requirements.
Compressors shall be identical in frame size and identical or validly similar in terms of
power rating, inlet and discharge pressures, inlet temperatures, actual inlet flow,
process gas, induction/ extraction side streams, speed, number and materials, bearing
span, etc. as compared to at least two units designed, manufactured, tested and
supplied from the proposed manufacturing plant and at least one of these units shall
have been operating satisfactorily in the field for at least 8000 hours without any major
problems as on the date of issue of invitation to bid.
3.1.2 The compressor shall be designed to deliver the rated head and rated capacity
without negative tolerance and the BKW at the above condition shall be guaranteed
with zero positive tolerance.
3.1.3 All compressors shall be located under roof with side walls partially open. All
centrifugal compressors (other than gas turbine driven and API 672 packaged air
compressors) shall be located on mezzannine floor with adequate working platform all
around and drop out facility for maintenance. Other associated auxillaries such as
lube oil system, surface condenser, condensate water pumps etc shall be located on
ground floor ( i.e finished floor level)
3.1.5 Dry gas seal for process gas centrifugal compressors shall be of dual unpressurised
tandem type and bidirectional with an intermediate labyrinth as per API 617.
3.1.6 Mechanical contact type seals shall incorporate a suitable design feature to prevent
process gas leakage when the compressor is pressurized and not running and the
seal oil system is shut down.
3.1.7 Centrifugal compressors shall be provided with tilting pad type radial and thrust
bearings. Thrust bearing shall be of multi segmented, self-equalising double acting
type of proven make.
DB_rotating_eqpt-ISBL.doc
3.1.8 The compressor vendor shall perform a composite torsional vibration analysis of the
compressor-driver unit and shall be responsible for the satisfactory mechanical
performance of the complete train. All necessary co-ordination required for the
purpose shall be the responsibility of compressor supplier so that no resonances
should occur during range of operation.
3.1.9 Gear units for the compressors having rated BKW upto 750 kW shall comply with API
Standard 677 and for rated BKW above 750 kW, gear units shall comply with API
Standard 613.
3.1.10 Minimum instrumentation and process controls shall be as specified in the data sheets
/ job specification/ P & IDs/ engineering design basis and other documents referenced
in the FEED Document and shall be supplied by the vendor. The vendor shall specify
and provide any additional instrumentation and controls as deemed necessary for the
smooth and safe operation of the unit under all specified operating conditions. The
vendor shall review owner’s overall compressor control system for compatibility with
the vendor furnished controls/ instrumentation with local and DCS operation as
required.
3.1.11 The design, engineering, supply, installation, testing, commissioning of complete anti-
surge control system shall be in vendor’s scope. The anti-surge control system
furnished shall include all instruments viz. (flow, diff. pressure, suction pressure,
discharge pressure, speed) transmitters, indicators, control valves, anti-surge
controller and with all accessories as required for completion of anti surge loop.
Transmitters shall be smart type.
3.1.12 Vendor shall provide strainer with spool pieces for each stage inlet. Each strainer
shall be installed in the suction side of the compressor between block valve and
compressor suction flange.
3.1.13 Straight piping of minimum 5D shall be provided at compressor inlet unless longer
length is advised by compressor manufacturer or dictated by the measuring
instruments or as required to meet requirements of performance test procedure.
3.1.14 The compressors along with their drivers shall be mounted on a common skid. In
case splitting of base plate becomes essential due to transportation problems, the
splitting of the base plate shall be so designed as to make a common base plate in the
field by doweling and bolting.
3.1.15.1 Material certificate for chemical and physical properties for the following components
shall be provided.
Casing, impeller, shaft, shaft sleeve, lube oil skid, anti-surge control valve
3.1.15.2 100% Radiography shall be done in case of connections welded to pressure castings.
In addition cast compressor casings shall be radiographed in critical areas. (Critical
areas are section having abrupt changes in thickness, neck areas).
3.1.15.3 Ultrasonic testing of shaft liquid penetrant and magnaflux test of Impellers shall be
performed.
DB_rotating_eqpt-ISBL.doc
3.1.15.5 The following test shall be witnessed by the third party inspection agency:
− Hydrostatic test.
− Helium Pressure test (for casing of compressors handling gas
containing 30% mole or higher of H2).
− Dynamic balancing of assembled job/ spare rotor with coupling hub
assembled.
− Impeller over speed test.
− Mechanical run test (for main and spare rotor)
− During the test apart from other API requirements, the following data shall be
recorded – Vibration data at rated speed, start and shut down data in form of orbit,
polar, cascade plots.
− Gas leak test (After post test inspection).
− Post test inspection after mechanical run test.
− Performance test as per PTC-10.
− Sound level test (during mechanical run test)
− String test (including all auxiliaries)
− Dry gas seal test.
− Rated load, pressure and rated speed test
3.2.1.1 The vendor for the complete unit shall be an established manufacturer of Reciprocating
Compressors and he shall also be the manufacturer of the proposed compressors
having adequate engineering, manufacturing, testing facilities for the same.
3.2.1.2 The vendor shall have engineered, packaged, tested and supplied at least two identical
or validly similar packages in terms of type of equipment and driver, inlet volumetric
capacity (am3/hr) and driver rating (kW) from the proposed plant and at least one of
these shall have successfully operated in the field for at least 8000 hours without any
major problem as on the date of issue of invitation to bid.
3.2.1.3 The vendor besides satisfying the requirements of Cl. 3.2.1.1 and 3.2.1.2 above shall
also be the packager of the complete system proposed and shall have the single point
responsibility for the entire package.
3.2.1.4 The compressor model offered shall be from regular manufacturing range of the
manufacturer and shall meet the following minimum service and manufacturing
experience requirements.
Compressors shall be identical in frame size and identical or validly similar in terms of
frame rating, rod loadings, rotational speed / piston linear speed, inlet temperatures,
actual inlet flow, process gas, cylinder sizes and pressure ratings, number of throws/
cylinders, number of stages, mechanical design, materials, etc. as compared to at
least two units designed, manufactured, tested and supplied from the proposed
manufacturing plant and atleast one of these units shall have successfully operated in
DB_rotating_eqpt-ISBL.doc
the filed for atleast 8000 hours without any major problems as on the date of issue of
invitation to bid.
3.2.2 Skid mounted compressor units, may be located under shed on grade level. Other
compressors shall be located under shed at an elevation of 3.5 m with working
structural platform all around within the compressor shed. Lube oil and cooling water
consoles (as applicable) shall be located underneath the platform. Enough headroom
shall be made available for access and maintenance of all the equipment under the
platform.
3.2.3 Reciprocating compressor of BKW greater than 150 kW will be horizontally balanced
opposed type (with equal no. of throws on each side).
3.2.5 Unless otherwise specified, the average linear piston speed for lubricated cylinders
and non-lubricated cylinders shall not exceed 4 m/ sec and 3.5 m/sec respectively.
For `Bone Dry’ Nitrogen Service, the piston speed shall be limited to 2.5 m/sec.
3.2.6 Compressor shall be designed for any excess capacity as specified in data sheets to
meet future requirements. In such a case, compressor shall be so selected that it is
suitable for continuous, uninterrupted and safe operation at normal loads, which would
be part load due to over design.
3.2.8 Compressor suction / discharge valves shall be of Hoerbiger type. Feather type
(flexible plate) valves shall not be used. The design of valves shall be suitable for all
operating conditions including start up, shut down and regeneration services. The
same valve shall be designed for all operating gases and their corresponding
molecular weights.
3.2.9 The maximum predicted discharge temperature shall be limited to 135oC for hydrogen
rich services (molecular weight less than 12) and 150oC for other services.
3.2.10 The actual rod loading due to inertial forces of reciprocating masses alone shall not
exceed the maximum allowable continuous rod load, in addition to requirements of
API.
3.2.11 The compressor driver shall be capable to start the compressor under unloaded
condition with maximum suction pressure as specified in the data sheet.
3.2.12 Unless otherwise specified, reciprocating compressor of rating greater than 1000 kW
shall be driven by single bearing synchronous motor. It shall be compressor supplier’s
responsibility to co-ordinate with drive manufacturer to ensure reliable design,
alignment and operation of train. The necessary co-ordination shall be done as
required for torsional analysis of train, selection of motor, matching of coupling, rod
run out monitoring system with required pulsation dampeners.
3.2.13 Pulsation dampeners shall not have separate flanges mounted with studs. The flanges
shall be integral part of volume bottle.
DB_rotating_eqpt-ISBL.doc
3.2.14 Reciprocating compressors shall be skid mounted packages upto a motor rating of
160 kW.
3.2.15 When pulsation study as per Approach 3 of API 618 is specified, Compressor vendor
shall get the Pulsation study carried out by an agency, which has sufficient experience
in carrying out similar studies. The vendor shall furnish sufficient data / reference in
his bid to prove the capability of the proposed agency. The compressor vendor shall
be responsible for all co-ordination with the agency carrying out the study. In case of
any malfunctioning in the compressor installation, which is caused by any errors in the
acoustical and mechanical evaluation, the compressor vendor shall carry out a field
survey to identify the cause of the problem and rectify the same. The complete
recommendations of the acoustic and mechanical system response study for the
compressor and the associated equipment and piping shall be implemented by the
contractor prior to the mechanical completion. The drawings shall be suitably revised
to incorporated the study recommendations on piping routing and supports
3.2.16 Suction strainers along with piping spool pieces will be installed in compressor suction
lines of each stage and shall be supplied by the vendor. These strainers will be
positioned as close as possible to the cylinder inlets but in no event shall they be
located downstream of the inlet pulsation suppression equipment. The design of
piping system pulsation suppression equipment, suction strainer shall afford easy
removal / reinsertion of these strainers without necessity of pipe springing.
3.2.17 Intercoolers and aftercoolers shall be designed as per TEMA ‘R’ standard with integral
or separate condensate separation and collection facilities, and shall include the
following.
3.2.17.1 A drain system on the knock out vessel shall be with an automatic level control,
isolating valves and a manual bypass around the control valve and emergency shut
off valve acting when level in knockout vessel is low low.
3.2.17.2 An armoured gauge glass (with isolating valves and blow down valve) on the
collection pot.
3.2.17.3 Condensate pot shall be sized to provide minimum holding capacity for two hours and
a 5 minute time span between high level alarm and trip based on expected maximum
liquid condensation rate.
3.2.17.4 Separate connections and level switches for high level alarm and trip on the collection
pot.
3.2.17.5 All internal parts of instruments, valves, strainer, etc. coming in contact with
condensate shall be of stainless steel.
3.2.19 Crankcase explosion relief device shall be furnished for all compressors, in process
gas service.
3.2.20 Where automatic start feature of auxiliary oil pump is provided in case of failure of
main oil pump an audio visual alarm shall be actuated simultaneously.
DB_rotating_eqpt-ISBL.doc
3.2.23 Drivers shall have rating as a minimum 110% of then maximum brake power
(including transmission losses and + 3% tolerance) required under any of the
specified compressor operating conditions or 5% higher than the power required at
the relief valve set pressure condition (including transmission losses) whichever is
higher.
3.2.24.1 Material certificate for Chemical and Physical properties of the following components
shall be provided.
3.2.24.2 Cylinder and liner, Piston, Piston rod, Crank shaft, Connecting rod, Cross head,
Crankcase, Valves, Heat exchangers, Pressure vessels, Bolts (Connecting rod and
Main Bearing).
3.2.24.3 Ultrasonic testing of the following – Crank shaft, Piston rod, Pressure vessels.
3.2.24.3.1 Magnaflux testing/ D. P. Testing of the following – Cross head, Connecting rod, Piston
rod, Pressure vessels.
3.2.24.3.2 100% X-ray examination for all the welded joints for Pipes, Vessels and Heat
exchangers handling process gas.
3.2.24.3.3 Surface roughness and hardness check for the following:
3.2.24.3.4 Cylinder bore / Linear bore, Piston rod in packing area. Crank shaft journal and Crank
pin.
3.2.24.4 The following tests shall be witnessed by the third party inspection agency :
− Hydrostatic test (for all pressure containing parts and auxiliaries).
− Leak proof test of crankcase and distance piece (24 hrs. with kerosene).
− Stripping check and internal inspection : Main bearing drive end side, connecting
rod bid end bearing (atleast 1 no.) piston assembly (1 no.) cylinder bore effective
surface (all cylinder).
DB_rotating_eqpt-ISBL.doc
− Lube oil console, cylinder cooling circuit console run test at subvendor works (as
applicable).
3.3.1.1 The vendor for the complete unit shall be an established manufacturer of
Reciprocating Compressors and he shall also be the manufacturer of the proposed
compressors having adequate engineering, manufacturing and testing facilities for the
same.
3.3.1.2 The vendor shall have engineered, manufactured, packaged, tested and supplied at
least two identical or validly similar packages in terms of equipment and driver, inlet
volumetric capacity (am3/hr) and driver rating (kW) from the proposed plant and at
least one of these shall have successfully operated in the field for at least 8000 hours
without any major overhaul as on the date of issue of invitation to bid.
3.3.1.3 The vendor besides satisfying the requirements of Cl. 3.4.1.1 and 3.4.1.2 above shall
also be the packager of the complete system proposed and shall have the single point
responsibility for the entire package.
3.3.1.4 The compressor model offered shall be from regular manufacturing range of the
manufacturer and shall meet the following minimum service and manufacturing
experience requirements.
3.3.1.6 Compressors shall be identical in frame size and identical or validly similar in terms of
frame rating, rod loadings, rotational speed/ piston linear speed, inlet and discharge
pressures, inlet temperatures, actual inlet flow, cylinder sizes and pressure ratings,
number of throws/ cylinders, cylinder arrangement, number of stages, mechanical
design, materials, etc. as compared to at least two units designed, manufactured,
tested and supplied from the proposed manufacturing plant and at least one of these
units shall have successfully operated in the field for at least 8000 hours without any
major problems as on the date of issue of invitation to bid.
3.3.2 Compressors, drivers, auxiliary equipment, piping and other appurtenances shall be
designed and constructed for continuous full load duty at the specified operating
conditions for atleast 2 years and shall be accessible for rapid and easy maintenance,
particularly with regard to cylinder packing and valves. The unit shall also be suitable
for start up/part load conditions, maximum differential pressure conditions, operation
at relief valve set pressure.
DB_rotating_eqpt-ISBL.doc
3.3.3 Unless otherwise specified, the average linear piston speed for lubricated cylinders
and non-lubricated cylinders shall not exceed 4 m/ sec and 3.5 m/sec respectively.
3.3.4 The compression ratios shall be so adjusted that the adiabatic discharge temperature
shall not exceed 170 0C and the actual discharge temperatures for any specified
operating condition, including part load conditions, shall not exceed 160 0C.
3.3.5 Drivers shall have rating as a minimum 110% of then maximum brake power
(including transmission losses and + 3% tolerance) required under any of the specified
compressor operating conditions or 5% higher than the power required at the relief
valve set pressure condition (including transmission losses) whichever is higher.
3.3.6 Gear units, when used, shall be designed in accordance with AGMA 420 or an
equivalent standard and shall have an AGMA service factor of not less than 2, based
on the driver nameplate rating when the driver is electric motor. For other drives it
shall be as recommended by the gear box manufacturer.
3.3.7 Provision shall be made for unloading the compressor at the time of start. The driver
starting system shall be interlocked with the control circuit to protect against loaded
start. On power supply cut-off or failure, the compressor shall be unloaded
automatically.
3.3.8 Volume bottles shall be provided at the inlet and the outlet of each cylinder to limit the
residual peak and peak pulsations to 2% at the line side nozzle of the volume bottle.
In case pulsation study is conducted, the requirement of API 618 shall be applicable.
These volume bottles shall be designed and fabricated in accordance with ASME
Sec. VIII Div. I. Volume bottles shall not be used as cylinder supports.
3.3.9 Compressor crankshaft bearing system shall be suitable to take into account
additional loads imposed due to motor rotor. It shall be compressor supplier’s
responsibility to co-ordinate with drive manufacturer to ensure proper design,
alignment and operation of train. The necessary co-ordination shall be done as
required for torsional analysis of train, selection of motor, matching of coupling, etc.
3.3.10 Pulsation and Vibration control study shall be conducted as per the relevant
paragraphs of API standard 618, for all the cases except as noted below :
3.3.10.1 When compressor BKW at the rated condition is less than 100 kW irrespective of
number of stages.
3.3.10.2 When compressor BKW at the rated conditions is in the range of 100 to 375 kW and
the compressors are single or two stage type.
3.3.11 For non-lubricated compressors, the filter housing, panel casing and all piping and
appurtenances on the air side shall be hot dip galvanized upto suction flange of the
final stage cylinders.
DB_rotating_eqpt-ISBL.doc
3.4.1.1 The Steam Turbines offered shall be from a regular and established manufacturer of
general purpose Steam turbines having requisite design, engineering, manufacturing
and testing facilities.
3.4.1.2 The Steam turbine model offered shall be from regular manufacturing range of the
manufacturer.
3.4.1.3 Steam turbines shall be identical in frame size (Model number) and validly similar in
power rating, rated speed, steam flow, steam inlet conditions, steam exhaust
conditions, rotor dynamics, bearing span, mechanical design and materials as
compared to atleast two units designed, manufactured, tested and supplied from the
proposed manufacturing plant and at least one of these units shall have successfully
operated in the field for minimum 8000 hours without any major problem as on the
date of issue of invitation to bid.
3.4.2 Turbine shall be preferably of multi-stage design. Single stage overhung design shall
not be provided.
3.4.4 A sentinel valve / PSV shall be supplied on the turbine casing, as applicable.
3.4.6.1 NDTs shall be carried out as per vendor’s standard quality plan.
bearing centrifugal pumps), column length (applicable for vertically suspended pumps)
etc., as compared to at least 2 units of the proposed model designed, manufactured,
tested and supplied from the proposed manufacturing plant in the last fifteen years and
at least one of these units shall have successfully operated in the field for atleast 8000
hours individually without any major overhaul as on the date of issue of invitation to bid.
3.5.2 Two stage and multistage pumps shall be of in between bearing types.
3.5.4 Suction flange rating shall be same as that of discharge flange rating for all pumps.
3.5.5 Number of stages in a horizontal multistage pump shall be limited to a maximum of ten
stages.
3.5.6 Wherever pumps have to be provided with ARC valves, the same shall be included in
pump vendor scope.
3.5.7 Pumps with suction specific speed >11000 (U.S. Units) shall not be used. Inducers
shall not be used except for Sundyne or equivalent type of pumps ( low flow and high
head).
3.5.8 Pumps shall have continuously rising curves with shut off head of 110% of rated head.
Pump supplier shall explore the possibilities to improve the margin by offering a suitable
model or by providing other arrangements. Also shut off head shall not exceed 120% of
rated head. Impeller diameter shall be selected such that minimum 5% increase and
decrease in head at rated capacity is possible with the same casing by changing
impeller. Impellers with minimum and maximum diameters for the particular casing
model shall not be used.
3.5.9 No cast iron pressure containing parts shall be used for hydrocarbon service.
3.5.10 Pumps for high head, low flow duties (falling outside the range of two stage pumps
without continuous bypass) shall be high speed integral gear driven pumps (Sundyne
type).
3.5.11 Pumps were difference between NPSHA and NPSHR is less than 1M are not
acceptable. The said NPSHA value shall correspond to the maximum value of NPSHR
from rated flow down to the recommended minimum continuous stable flow specified by
the vendor.
3.5.12 For balancing axial thrust in multi-stage pumps, only the following
arrangements shall be used.
− Opposed arrangements of impellers.
− A balancing piston.
3.5.13 The maximum permissible running clearances shall not be less than twice the running
clearances as specified in API 610.
3.5.14 Impeller of multi stage pumps shall also be positively locked against axial movement in
the direction opposite to normal hydraulic thrust.
DB_rotating_eqpt-ISBL.doc
3.5.15 Mechanical seal for pumps shall conform to API-682. Pumps shall be provided with
single mechanical seals (except for clean cold water service pumps where gland
packing is acceptable). For services involving solid contaminants, hazardous / toxic
services, light hydrocarbons such as LPG, sour services (H2S > 100 ppm), NGL,
Naphtha, Liquid gases and services involving liquids at or above auto ignition
temperature, dual mechanical seal shall be used. All mechanical seals shall be
designed for bi-directional rotation.
3.5.16 Pumps for vacuum service or having operating temperature of 200 0C and above shall
be provided with stationary metal bellows seals.
3.5.17 Seal qualification tests shall have been conducted on the proposed mechanical seal
model. Related certificates shall be submitted during detail engineering stage.
3.5.19 In case the offered mechanical seal is intended to be supplied by the Indian
counterparts of the above manufactures, following requirement shall be met:
• For standard mechanical seals, for which seal qualification test has been
conducted by the principles, critical components such as bellows, springs and
seal faces shall be sourced from their principals.
• For engineered seals, the complete mechanical seal along with sleeve and
gland plate shall be sourced from their principals.
3.5.20 Any seal offered under “engineered seal “category seal shall also be subjected to seal
qualification test before supplying to the pump vendor and related certificates shall be
submitted for purchasers review during detail engineering stage.
3.5.21 Tank/pit mounted vertical pumps (process service) shall be provided with dry running
vapour seals. In case of handling hazardous or toxic fluids this vapour seal shall be
Nitrogen buffered.
3.5.22 For pumps that are not self-venting, or are vertical canned pumps or operates under
vacuum, vent shall be provided connected to back to the vessel from which the pump
draws suction.
3.5.23 For pumps handing C5 or lighter fluid, 1” valved connection to the flare header for
priming purpose shall be provided preferably between the check valve and the isolation
valve.
3.5.24 Pumps handling non-congealing liquids at temperatures 200 0C and above shall be
provided with API seal flushing plan 23 or 32 where single mechanical seals are
provided (Plan 32 shall be as per sketch in Annexure – 1). The coolers associated with
seal shall be adequately designed so that no local overheating takes place. Cooler outer
shell temperature shall be maintained at 60 0C. If inadequacy is found during operation,
DB_rotating_eqpt-ISBL.doc
the coolers of higher capacity shall be provided by pump vendor at no extra cost to
Owner.
3.5.16.1 Cooler shall not be provided in seal flushing system where seal is flushed by congealing
liquid.
3.5.16.2 For pumps provided with flushing plan 21 and 23, temperature indicator shall be
provided in the flushing line.
3.5.16.3 Seal plans 52 x 53 (API-610) shall be as per sketch and specification enclosed in
Annexure – 2.
3.5.25 For seal flushing, self flushing plan shall be used as far as possible.
3.5.26 For all API cooling water piping plans a sight flow glass shall be provided in the outlet
lines.
3.5.27 In case multistage pumps require forced feed lubrication the same shall conform to
figure D.6 of API-610 10th edition.
3.5.28 The instruments shall be suitable for the specified area classification and shall be from
approved vendors (specified elsewhere in the bid package).
3.5.29 The motor name plate rating for pumps under parallel operation / pumps with auto start
requirement shall not be less than the maximum BKW indicted on pump data sheet
(power end of the curve for the rated impeller) and the pump motors shall be suitable for
start up under open discharge valve condition.
3.5.30 The motor nameplate rating for applications where the specific gravity of pump fluid is
less than 1.0 shall not be less than the BKW of pump at minimum continuous stable flow
with clean cold water of specific gravity 1.0.
3.5.31 The guard shall be open at the bottom to permit manual shaft rotation. The guard shall
be sufficiently rigid to withstand deflections as a result of bodily contact of nominally 100
Kgs.
3.5.32 Interchangeability: As far as possible pumps, mechanical seals and couplings shall be of
identical make so that minimum levels of inventory can be maintained and maximum
interchangeability / standardisation can be achieved.
3.5.33 Monorails shall be provided for maintenance of pump motor units of driver rating 55 kW
and above.
3.5.34 Pumps shall be protected from operation at shut off condition when a control valve is
provided at discharge which operates based on LIC/ FIC and has fail close logic. Also
when process minimum capacity is less than pump minimum continuous flow (MCF)
then necessary flow instruments in pump discharge along with pump by pass back to
suction vessel for pump protection shall be provided.
DB_rotating_eqpt-ISBL.doc
3.5.36 Regardless of process minimum flow requirements, high pressure multistage pump shall
be provided with bypass arrangement from operational or equipment health
considerations and same shall be separate for operating as well as standby pumps.
3.5.37 Equipment along with the drivers shall be procured from the respective driven
equipment manufacturers as skid mounted units with all accessories, auxiliaries along
with auxiliary piping.
3.5.38 For seal flushing plans, piping material shall be of stainless steel. Magnetic drain plugs
shall be provided for all centrifugal pump bearing housings.
3.5.39 All pumps shall be provided with plugged connection for oil mist lubrication for future
use. All critical and high temperature pumps shall be provided with metal seated high
performance isolation valves conforming to API 598 with requirements of zero leakage
followed as per API 6D and those for fire test as per API 607.
3.5.40 Machine monitoring shall be provided for all pumps above 160 kW. Machine monitoring
system will include following probes along with racks, modules, display unit.
a. Velometer (X and Y) per bearing housing of pump, gear box, above 160 KW.
b. Velometer (X and Y) per bearing housing of motor above 750 KW.
c. Bearing and winding RTD for motor above 160 KW
d. Radial and axial vibration probes per bearing for pump , gear box and motor ( for
hydrodynamic bearings)
e. Temperature probes per bearing for pump , gear box (for hydrodynamic bearings)
f. Key phasor for pump, gearbox above 160 KW
g. Key phasor for motor above 750 KW
3.5.43.2 The material inspection requirement for pressure containing parts shall be as per the
following inspection category:
Category A
This category is applicable for carbon steel and cast iron for services with process
design pressure upto 40 bar and design temperature from 0 to 150 0C.
Inspection requirement: As per vendors standard quality assurance plan.
DB_rotating_eqpt-ISBL.doc
Category B
This category is applicable for services within the design pressure range of 0-70 bar and
temperature range of –29 0C to 300 0C. Inspection includes all the requirements of
Category B together with radiographic or ultrasonic inspection of :
− Nozzle weld
− Butt welds on pressure containing components.
3.5.44 Inspection shall also include dimensional check of pump, driver and auxiliaries (if any)
duly mounted on the base plate in accordance with certified general assembly drawing.
Following checks shall be carried out:
3.5.44.1 The following tests shall be witnessed by the third party inspection agency:
− Hydrostatic (for all pressure containing parts including auxiliaries)
− Dynamic balancing test for impeller.
− Performance(for 4 hours)
− NPSH ( if specified).
− Dismantling inspection and reassembly, after the running test which shall include
examination of mechanical seals, close – clearance parts and measurements of
running clearances. In case of multistage pumps having hydrodynamic bearings,
the bearing shall be removed inspected and reassembled.
− Sound level test (during performance test)
3.6.1.1 The Vendor shall be an established centrifugal fan manufacturer having adequate
engineering, manufacturing and testing facilities for the same.
3.6.1.2 The fan model offered shall be from the existing regular manufacturing range of the fan
manufacturer.
3.6.2 Fans, drivers and auxiliary equipment shall be designed and constructed for a service
life of 20 years and atleast two years of uninterrupted continuous full load operation at
the specified operating conditions.
3.6.3 Fan and its auxiliaries shall be suitable for unsheltered outdoor installation.
3.6.4 The head capacity characteristic of the fan shall rise continuously from the maximum
capacity to surge. The fan shall, without the use of a bypass, be suitable for stable
operation at all capacities higher than the surge capacity shown. All characteristic
DB_rotating_eqpt-ISBL.doc
curves shall be corrected for specified process gas and shall refer to the capacity at the
normal intake conditions specified on the data sheets.
3.6.5 Unless otherwise specified, centrifugal fans shall be mechanically designed for a
temperature at least 150C beyond the extreme temperature anticipated for the specified
operating conditions.
3.6.6 A drain connection with block valve and blind flange shall be provided at the lowest point
of the casing and inlet boxes.
3.6.8 The casing construction shall have provision (manways / removable panels) to allow
inspection and cleaning of impeller and casing internals.
3.6.9 Impeller shall be of cast or fabricated and welded construction. Cast impellers, if offered,
shall be of one piece construction, machined all over except on the internal fluid
passages.
3.6.11 Unless otherwise specified, shaft seals shall be of the gland packing or labyrinth type.
3.6.12 Shaft seals shall be such as to permit removal for inspection and replacement without
disturbing the shaft or bearings.
3.6.13 The complete rotor alongwith coupling half shall be dynamically balanced to grade 2.5
as per ISO 1940 prior to assembly.
3.6.14 The first lateral critical speed of the rotor shall be greater than 120% of the rated speed
of the machine.
3.6.15 Antifriction bearings, if provided, shall be selected for a minimum L-10 life of 25,000
hours.
3.6.16 Journal type bearings when used shall have replaceable liners or shells, and shall be
horizontally split.
3.6.18 Damper or variable guide vane operating mechanism shall be of proven design and
made of corrosion resistant metallurgy and self lubricated bearings compatible to
operating temperatures.
3.6.19 Electrical motor drivers as per (IEC / IS) shall be rated for continuous duty (duty type SI)
where as motor as per American standards shall be designed to operate at a service
factor of 1.0. Rating shall not be less than the following units.
DB_rotating_eqpt-ISBL.doc
The motor rating shall also be adequate for operation of the fans at the minimum
specified fluid temperature (specified in data sheet) at rated speed in unthrottled
conditions.
3.6.20 In case variable speed coupling is specified as a means to vary operating speed of the
fan, the fan manufacturer shall provide floor mounted / baseplate mounted actuators
along with intermediate pilot positioner, all connecting linkages for remote control of the
scoop tube. Provision shall also be made for manual operation.
3.6.21 When the gas handled contains matter than tends itself to accumulation on the internal
parts of centrifugal fan or that may cause wear, a provision shall be made for injecting
one or more sprays into the centrifugal fan to prevent such effects. The cleaning system
shall be designed steam / water as recommended by the vendor. Elements of blade
cleaning system inside the centrifugal fan housing shall be made of corrosion resistant
material and shall be adequately supported to resist damage due to vibration.
3.6.22 Fan housings, shall be of cast or fabricated construction, suitably stiffened to avoid
drumming, and shall be split to permit the removal of the impeller and the shaft without
disturbing the bearing pedestals. In case of fabricated construction minimum plate
thickness shall be 6.0mm and shall of butt welded construction with inspection doors.
3.6.23.1 Material test certificate shall be furnished for casing, impeller, shaft and shaft sleeve.
3.6.23.2 Following tests shall be witnessed by the third party inspection agency:
- No load running test for 4 hours.
- Balancing test for impeller.
- Vibration test at rated speed of motor alone and fan coupled with motor.
- Performance test as per BS848/AMCA210/ASME PTC II
3.6.24.1 Unless otherwise specified induced draft fans shall be mechanically designed for
operation at least 56 0C (100 0F) above maximum flue gas temperature specified.
3.6.24.2 The rated speed of the forced draft / induced draft fan shall not exceed 1500 rpm.
DB_rotating_eqpt-ISBL.doc
3.6.24.3 FD fans shall be provided with aerofoil design type blades. Skin thickness shall be
minimum 2.5mm for hollow shaped construction. ID fan blades shall be of single
thickness and as a minimum 6.5mm thick.
3.6.24.5 Bearing housings for ID fans shall be provided with cooling water jackets.
3.6.24.6 In case of ID fans, thermal barrier or cooling disc shall be provided on the shaft to
reduce the heat soaking from fan casing to the bearings.
3.6.24.7 FD fans shall be supplied with an inlet trash screen and rain hood of corrosion resistant
material.
3.7.1.1 The pump vendor shall be an established positive displacement (reciprocating pump)
manufacturer having adequate engineering, manufacturing and testing facilities for API
674 pumps.
3.7.1.2 The pump model offered shall be form the existing regular manufacturing range of the
pump manufacturer. The offered pump model shall meet the following minimum service
and manufacturing experience requirements.
3.7.2 Pumps shall be identical or validly similar in terms of power rating, hydraulic
performance, inlet flow, suction pressure, operating pressure and temperature, pumping
liquid, speed, number and type of pump heads (i.e. Simplex, Duplex, Triplex, Quintuple
etc.), mechanical design, materials etc., as compared to at least 2 units of the proposed
model shall have been designed, manufactured tested and supplied from the proposed
manufacturing plant in the last 15 years and at least one of these units shall have
successfully operated in the field for atleast 8000 hours without any major overhaul as
on the date of issue of invitation to bid.
3.7.3 The maximum allowable speed ratings for reciprocating pumps shall not exceed 80% of
the values, indicated in Table –1 and Table –2 of API 674.
3.7.4 Pumps where difference between NPSHA (including estimated system acceleration
head) and NPSHR is less than 1M are not acceptable.
3.7.5 For temperature above 150 0C and or viscosity above 200 cst, speeds shall not exceed
60% of the speeds indicated in Table –1 and Table – 2.
3.7.6 Electric motor drivers shall be adequately sized to start the pump at the specified
maximum suction pressure.
3.7.7 All reciprocating pump units shall be be procured complete with driver, suction pulsation
dampener, discharge pulsation dampener, relef valves, instrumentation , suction and
discharge manifold piping duly fabricated for multi head pumps etc . all duly mounted on
a single base plate as a skid mounted package.
DB_rotating_eqpt-ISBL.doc
3.7.8.1 The following tests shall be witnessed by the third party inspection agency:
- Hydrostatic test for pump fluid end.
- Performance test (including mechanical performance) for 4 hours for pump along
with job accessories.
- NPSH test when difference between NPSHA including allowances for acceleration
head and NPSHR is less than 2m.
- Dismantling inspection of liquid end after performance test.
- RV test (RV manufacturers shop).
3.8.1.1 The pump vendor shall be an established positive displacement (controlled volume)
manufacturer having adequate engineering, manufacturing and testing facilities for
API 675 pumps.
3.8.2 The pump model offered shall be from the existing regular manufacturing range of the
pump manufacturer. The offered pump model shall meet the following minimum service
and manufacturing experience requirements.
3.8.3 Pumps shall be identical or validly similar in terms of power rating, hydraulic
performance, inlet flow, suction pressure, operating pressure and temperature, pumping
liquid, speed, number and type of pump heads (i.e. Simplex, Duplex, Triplex etc.),
mechanical design, materials etc., as compared to at least 2 units of the proposed
model shall have been designed, manufactured tested and supplied from the proposed
manufacturing plant in the last 15 years and at lease one of these units shall have
successfully operated in the field for atleast 8000 hours without any major overhaul as
on the date of issue invitation to bid.
3.8.4 For all process service applications, pumps shall be diaphragm type with diaphragm
leak detection facility. For water pumps, piston type pumps are acceptable.
3.8.5 The pump flow rate shall be adjustable over the range of 10% to 100% of rated capacity
while the pump is running.
3.8.6 Pumps where difference between NPSHA (including estimated system acceleration
head) and NPSHR is less than 1M are not acceptable
3.8.7 The pump speed shall not exceed 100 strokes per minute.
3.8.8 The flow repeatability shall be within +/-1% over the turn down ratio 10:1.
3.8.9 For both suction and discharge double check valves shall be furnished.
3.8.10 For multihead pumps, ganging effect shall not be considered while sizing the driver.
3.8.11 Pulsation suppression shall be provided at the discharge of all metering pumps. When
necessary pulsation dampener shall be provided at suction to maintain adequate margin
between NPSHA and NPSHR.
DB_rotating_eqpt-ISBL.doc
3.8.12 All controlled volume pumps units shall be procured complete with driver, suction
pulsation dampener, discharge pulsation dampener, relief valves, instrumentation ,
suction and discharge manifold piping duly fabricated for multi head pumps etc . all duly
mounted on a single base plate as a skid mounted package.
3.8.13 All controlled volume pumps (except for pneumatically driven solenoid or by and AC
operated solenoid) shall have positive return stroke mechanism. Controlled volume
pumps with lost motion design or with spring return stroke mechanism shall not be
permitted.
3.9.1 All components external to the reservoir that retains oil under pressure shall be of steel
components submerged in reservoir may be of cast iron. All piping including filters shall
be in stainless steel.
3.9.2 The material of construction of main lube oil reservoir shall be decided as below:
For smaller ratings (driver rating less than 2 MW): Stainless Steel
3.9.3 A lube oil overhead rundown tank (SS construction) shall be provided sized for the coast
down time for normal lube oil flow rate. The main lube oil tank capacity shall take care of
rundown flow from overhead tank. The main lube oil tank shall be provided with oil
heater.
3.9.4 In case of gas turbine or steam turbine driver, an emergency oil pump driven by DC
motor shall be provided sized for cool-off period.
3.9.5 The lube oil system shall be provided with two (1W+1S) coolers and two (1W+1S) filters
with change over facility.
3.9.6 For lube oil and seal oil system each system shall have one motor driven and one
steam turbine driven pump (with mechanical governor). The lube oil pumps shall
preferably have flooded suction. In case this is not possible due to layout constraints
then NPSH requirements of pump shall be taken care of.
DB_rotating_eqpt-ISBL.doc
3.9.8.1 Following test shall be witnessed at lube oil system vendors works by the third party
inspection agency:
- Hydrostatic test of assembled oil system and all pressure containing parts and
auxiliaries.
- Cleanliness.
- Four hour run, check control, changeovers (coolers / filters), one and two
pump operations.
3.10.1 In case of alternators gears shall be designed for short circuit condition of the alternator.
3.10.3.1 Following test shall be witnessed at gear vendors works by the third party inspection
agency:
- Hardness verification
- Contact check.
- Bearing clearance.
- Mechanical run test.
- Vibration and noise test at full load.
Commissioning Spare Parts shall be procured along with the main equipment as per
equipment manufacturer’s recommendations. The list of such recommended spares
shall be obtained along with the offer. Any commissioning spare consumed over and
above the recommended commissioning spares, during commissioning shall be
supplied free of cost by the equipment vendor. As a minimum one set of gasket and
“O” ring for each pump shall be considered.
Special Tools/Tackles shall be procured along with the main equipment as per
equipment manufacturer’s recommendations. The list of such recommended special
tools/tackles shall be obtained along with the offer.
Mandatory Spare Parts shall be procured along with the main equipment as defined in
MR, as applicable to proposed design of equipment.
The quantity of mandatory spares to be specified in the equipment MR shall be as per
‘Attachment – 1: - Mandatory spare list Doc. No.:- 44NC4600-0000 /M.04/0001/A4
‘and specified else where in feed for piping, electrical, instrumentation, vessels,
exchangers.
DB_rotating_eqpt-ISBL.doc
N1 To: Stuffing Box 20 (3/4") 300# SWRF Gauge Glass (LG) Level Indication
N2 Return: Stuffing box 20 (3/4") 300# SWRF Level Transmitter (LT) Level High Alarm
N3 Pressurisation 15 (1/2") 300# SWRF Level Transmitter (LT) Level Low Alarm
N4 Vent/ Pr. Inst. 15 (1/2") 300# SWRF Pressure Gauge (PG) Press. Indication
N5 A/B Level Gauge 20 (3/4") 300 # (SW) NPT (F) Pressure Transmitter (PPress. Low Alarm
N6 Level Transmitter 100 (4") 300# SWRF Pressure Transmitter (PPress. High Alarm
Temp. Safety Valve
N7 Fill Port 20 (3/4") 300# SWRF (TSV) -
Cooling Water Press. Cont. Valve
N8 A/B (at reservoir) 15 (1/2") 300# SWRF (PCV) -
Cooling Water
N8 C/D (at grade) 20 (3/4") 300# SWRF Restr. Orifice (RO) -
Press. Safety Valve
N9 Resvr. Flange 200 (8") 300# SWRF (PSV) -
NOTES/ REMARKS
1 The Barrier/ Buffer fluid reservoir shall be arranged in accordance with this sketch.
2 A separate sealing system shall be furnished for each stuffing box.
3 The reservoir shall be designed, fabricated & tested in accordance to ASME B 31.3 using piping components / ASME Sec.
VIII Div. 1.
4 The piping design & joint fabrication, examination and inspection shall be in accordance with ANSI B 31.3
5 The complete seal system for each stuffing box including the reservoir shall be arranged as one skid and supported/ bolted
to the baseplate in a manner that the projection of any equipment/ instruments falls within the confines of base plate. The
reservoir shall be mounted on a substantial support furnished by the manufacturer and should not be affected by pump
vibration.
6 The mechanical design of auxiliary piping/ tubing shall achieve the following:
a) Proper support and protection to prevent damage from vibration or from shipment, operation & maintenance.
b) Proper flexibility and normal accessibility for operation, maintenance and thorough cleaning.
c) Installation in a neat and orderly arrangement adapted to the contour of the machine without obstructing access openings.
d) Elimination of air pockets by the use of valved vents or non-accumulating piping arrangements.
e) Complete drainage through low points without disassembly of piping, seal or gland components.
f) Reduce the number of potential emission sources and pressure drops by minimising the use of threaded connections,
flanges, fittings and valves.
7 Pipe threads shall be tapered in accordance with ANSI B1.201.1. Flanges shall be in accordance with ANSI B16.5. For
socket welded construction, a 2 mm (1/16") gap shall be left between the pipe end and the bottom of the socket.
N1 To: Stuffing Box 20 (3/4") 300# SWRF Gauge Glass (LG) Level Indication
N2 Return: Stuffing box 20 (3/4") 300# SWRF Level Transmitter (LT) Level High Alarm
N3 Pressurisation 15 (1/2") 300# SWRF Level Transmitter (LT) Level Low Alarm
N4 Vent/ Pr. Inst. 15 (1/2") 300# SWRF Pressure Gauge (PG) Press. Indication
N5 A/B Level Gauge 20 (3/4") 300 # (SW) NPT (F) Pressure Transmitter (PPress. Low Alarm
N6 Level Transmitter 100 (4") 300# SWRF Pressure Transmitter (PPress. High Alarm
Temp. Safety Valve
N7 Fill Port 20 (3/4") 300# SWRF (TSV) -
Cooling Water Press. Cont. Valve
N8 A/B (at reservoir) 15 (1/2") 300# SWRF (PCV) -
Cooling Water
N8 C/D (at grade) 20 (3/4") 300# SWRF Restr. Orifice (RO) -
Press. Safety Valve
N9 Resvr. Flange 200 (8") 300# SWRF (PSV) -
NOTES/ REMARKS
1 The Barrier/ Buffer fluid reservoir shall be arranged in accordance with this sketch.
2 A separate sealing system shall be furnished for each stuffing box.
3 The reservoir shall be designed, fabricated & tested in accordance to ASME B 31.3 using piping components / ASME Sec.
VIII Div. 1.
4 The piping design & joint fabrication, examination and inspection shall be in accordance with ANSI B 31.3
5 The complete seal system for each stuffing box including the reservoir shall be arranged as one skid and supported/ bolted
to the baseplate in a manner that the projection of any equipment/ instruments falls within the confines of base plate. The
reservoir shall be mounted on a substantial support furnished by the manufacturer and should not be affected by pump
vibration.
6 The mechanical design of auxiliary piping/ tubing shall achieve the following:
a) Proper support and protection to prevent damage from vibration or from shipment, operation & maintenance.
b) Proper flexibility and normal accessibility for operation, maintenance and thorough cleaning.
c) Installation in a neat and orderly arrangement adapted to the contour of the machine without obstructing access openings.
d) Elimination of air pockets by the use of valved vents or non-accumulating piping arrangements.
e) Complete drainage through low points without disassembly of piping, seal or gland components.
f) Reduce the number of potential emission sources and pressure drops by minimising the use of threaded connections,
flanges, fittings and valves.
7 Pipe threads shall be tapered in accordance with ANSI B1.201.1. Flanges shall be in accordance with ANSI B16.5. For
socket welded construction, a 2 mm (1/16") gap shall be left between the pipe end and the bottom of the socket.
PART : V
SECTION : 3.3
DOCUMENT NO : 44NC-4600-0000/M.02/0001/A4
TABLE OF CONTENTS
1.0 SCOPE 3
6.0 ACCESSORIES 7
1.0 SCOPE
(i) This specification together with the data sheets and other specifications / attachments to
enquiry defines the minimum requirements for vertical and horizontal centrifugal pumps
including pumps running as hydraulic power recovery turbines and their accessories /
auxiliaries for use in the petroleum, petrochemical, natural gas industries.
(iii) Except as modified herein, the centrifugal pumps shall be designed, manufactured, tested
and supplied strictly in accordance with API standard 610 (10th edition).
(v) However, all conflicts shall be referred to PMC / Owner for clarification and the decision of
PMC / Owner shall be final and binding on the bidder without any cost and delivery
implications.
(vi) Except for new paragraph, the number and title of the paragraphs in this specification
correspond to the respective sections and paragraphs of the above standard. Paragraphs
not addressed in this specification shall be strictly in accordance to API Standard 610,
tenth Edition, October 2004. The word in parenthesis following the number of title of a
paragraph indicates the following:
4.3.1 (Substitution)
5.1 General
5.1.6 (Addition)
It shall also be possible to achieve 5% head decrease by fitting a new impeller(s), which
shall in no case be less than the minimum impeller diameter for pump casing as per family
of characteristic curve.
5.1.10 (Addition)
Pumps where difference between NPSHA and NPSHR from minimum flow to maximum
expected operating flow is less than 1 m are not acceptable.
Pumps fitted with inducers for reducing NPSHR are not acceptable. Vertical barrel pumps
are preferred for safe operation in case of lower NPSHA decided by layout.
5.1.11 (Modification)
The pump suction specific speed shall be limited to 11000 (US units).
5.1.12 (Addition)
Correction factors as applicable shall be indicated by the manufacturer on the filled in data
sheet
5.1.13 (Modification)
Pumps selected shall have stable head / flow rate curves (continuous head rise to shut
off) in all operation cases.
However in either case the maximum allowable shut off head shall not be more than 20%
of the rated head.
In case the margin between pump shut off head and duty point head is less than 5% the
Contractor shall provide orifice plate at pump discharge to achieve this margin. The pump
characteristics curves submitted with the bid shall show the effect of discharge orifice
plate.
5.1.16 (Modification)
Unless otherwise specified on data sheet, the combined noise level of pumping unit shall
not exceed 85 dBA at a distance of 1 m in any direction from any point around pumping
unit at any point of operation.
5.1.19 (Addition)
Water-cooling shall be offered for the following temperature.
Bearings above 65 deg C.
Pedestals above 125 deg C.
5.1.22 (Modification)
Maximum inlet temperature 34 OC, maximum temperature rise 10 OC, fouling factor water
side 0.0004 m2hroC/kcal, maximum allowable working pressure 7 kg/cm2 (g). These
parameters are superseded by project specific parameters if indicated separately.
5.1.23 (Modification)
Wherever required the type of threading provided shall be NPT. The size and details shall
match with instrumentation engineering standard drawings.
5.1.32 (New)
The minimum continuous stable flow shall not be less than 20% of the flow at best
efficiency point.
5.1.33 (New)
For balancing axial thrust in multi-stage pumps, only the following arrangements shall be
used.
- Opposed arrangements of impellers.
- A balancing piston.
5.1.34 (New)
When the pump minimum continuous flow is higher than process minimum flow then the
pump minimum flow shall be added to the rated capacity of pumps specified while
selecting the pump. This shall be done only when continuous recirculation line with an
orifice is provided at pump discharge. Required orifice to be supplied by Contractor.
5.1.35 ( New)
Unless otherwise approved by purchaser, pump shall be directly driven.
(Substitution)
Contractor shall avoid special design features for pumps unless otherwise specified in
data sheet.
5.3.6 (Substitution)
Unless otherwise specified in data sheet, dual pressure ratings shall not be used.
5.3.10 (Modification)
Metal jacketed or metal gaskets shall be furnished for radial split pumps for pumping
temperature greater than 350oC.
5.3.15 (New)
Copper or copper bearing alloys shall not be used for the pumps in ammonia / urea service.
5.4.2.1 (Modification)
Multistage pumps shall have suction and discharge flanges of equal rating unless
otherwise specified in data sheet.
5.4.3.10 (Addition)
Casing shall be provided with drain connection with nipple, threaded and seal welded and
provided with a socket welded gate valve terminated at edge of the base plate. Gate valve
shall be of 800# rating with material of construction equal or superior to the pump casing.
For multistage pumps with more than one drain point, block valves at each drain point shall
be provided and the piping shall be terminated at edge of the base plate with a flange.
Unless made self-venting design, vent connections shall also be provided with a nipple,
threaded and seal welded and terminated with a gate valve. Pressure gauge connection
shall not be provided unless specifically required in the enquiry. Nipples shall meet the
requirements of 5.4.3.5 and 5.4.3.6.
5.4.3.12 (New)
Unless otherwise specified in data sheet, pressure gauge connections shall not be
provided.
5.6 Rotors
5.6.16 (New)
5.7.1 (Modification)
Unless otherwise specified in data sheet renewable wear rings shall be provided on
casing and impeller.
5.7.3 (Modification)
The part of sentence “or by tack welding” stands deleted.
5.8.1 (Modification)
Seal category and related details shall be as per API 682 data sheet as attached herewith
and as per seal Contractor’s recommendation.
5.8.12 (New)
Contractor shall furnish API 682 qualification test certificates for each type of seal to
purchaser/ EPC.
Seal selection and compatibility of seal with process conditions is to be done by seal
Contractor, unless otherwise specified in data sheet.
All seal system related components such as cartridges, seal failure device with level
transmitter, seal housing, heat exchangers, drain and vent valves, shall be supplied by seal
Contractor only.
5.10.2.12 (Modification)
The words “if specified” stand deleted.
5.10.2.13 (New)
Bearing housing shall be equipped with flexible metallic hose connections in case of
pressure lubrication system common for pump and driver to facilitate easy alignment.
5.12 Materials
5.12.1 General
5.12.1.1 (Modification)
The material of construction of pump parts shall be in accordance with the data sheet.
5.12.1.8 (Modification)
The words “if specified” stand deleted.
5.12.2.5 (Modification)
The words “if specified” stand deleted.
5.12.3 Welding
5.12.3.4 (Modification)
Radiographic inspection of nozzle welds is required.
6.0 ACCESSORIES
6..1 Drivers
6.1.2 (Modification)
The motor nameplate rating for applications where specific gravity of pumping fluid is less
than 1.0 shall either be 100% of BkW of pump at minimum flow with clean cold water of
specific gravity equal to 1.0 or shall have specified margin indicated, whichever is greater.
6.1.3 (Modification)
Electric motor rating shall meet the requirements as specified in motor data sheet and
specification provided.
Electric motor drivers shall have a maximum continuous rating (MCR) (i.e. service factor
equal to 1) not lower than the following:
Motor name plate rating : Motor MCR (% of pump rated BKW). To suit maximum
Upto 22 kW BKW indicated on pump data sheet or 125% of pump
BKW at rated condition whichever is higher.
Motor name plate rating : Motor MCR (% of pump rated BKW). To suit maximum
between 22 and 55 kW BKW indicated on pump data sheet or 115% of pump
BKW at rated condition whichever is higher.
Motor name plate rating : Motor MCR (% of pump rated BKW). To suit maximum
above 55 kW BKW indicated on pump data sheet or 110% of pump
BKW at rated condition whichever is higher.
The electric motor shall be suitable for the hazardous area classification as specified in the
data sheet.
6.1.8 (Modification)
Under the worst coincident conditions specified, (lowest inlet steam pressure, lowest
superheat, highest exhaust pressure, lowest speed) the turbine shall be sized to
continuously power the drive train of the pump with the rated impeller, adjusted for drive
train losses.
6.2.3 (Modification)
Couplings shall be balanced as per ISO 1940-1 Gr. 2.5. Coupling fasteners shall be match
marked, if required.
6.2.7 (Modification)
The coupling service factor shall not be less than 1.5 over driver nameplate rating.
6.2.14c) (Addition)
Coupling guard shall be non-sparking type only and shall be open at bottom to permit
manual shaft rotation.
6.2.15 ( New)
6.3 Baseplates
6.3.1 (Addition)
Fabricated steel base plates shall be provided. Cast iron baseplates are not envisaged.
6.3.19 (Modification)
Anchor bolts with all embedded parts shall be furnished by the pump manufacturer.
6.3.21 (New)
Pumps in corrosive service shall have provision to collect and drain the leakage from
mechanical seal or packing through a drip pan of metallurgy equivalent or superior to pump
casing. Leakage from drip pan shall be piped to baseplate with flanged connection with
isolation valve for onward disposal by purchaser.
6.3.22 (New)
Cooling jacket shall be provided for pedestals where pumping temperature is greater that
500OF.
6.5.2.3 (Addition)
Auxiliary process fluid piping material shall be seamless SS-316 as a minimum.
6.5.2.8 (Modification)
Flanges shall be used in places of socket welded unions.
6.5.2.9 (New)
Material for seal flushing liquid cooler shall be:
Tube or coil : SS 316 L
Casing (or shell) : SS 316 L
Cooling water shall be on the casing (shell) side. Valved vents and drains shall be provided
on cooler on cooling waterside.
6.5.2.10 (New)
Contractor shall provide all instrumentation requirements as per API 682, for seal flushing
plan as applicable. Switches are not acceptable in the plans.
6.5.3.3 (Modification)
Sight flow indicator shall have ball or flag for easy verification of water flowing through
pipes.
7.1 General
7.1.8 (New)
Prior to start of test, manufacturer shall furnish the test certificate of calibration of
measuring instruments, which shall be recalibrated every one year. Pressure gauges shall
be calibrated prior to start of test and after completion of test.
7.2 Inspection
7.2.1.3 (Substitution)
The minimum material inspection requirement for pressure containing casings shall be as
per the following inspection category.
Category - A
This category is applicable for carbon steel and cast iron for services with process design
pressure upto 40 kg/cm2 (g) and design temperature from 0 to 150C.
Category - B
This category is applicable for services within the design pressure range of 0-70 kg/cm2 (g)
and design temperature range of –29 0C to 300 0C.
Inspection requirement includes visual inspection and magnetic particle or liquid penetrant
inspection of following components as a minimum.
- Nozzle weld.
- Butt welds on pressure containing components
- Fillet welds on pressure containing components
- Shaft
Liquid penetrant inspection shall be performed only when specified and magnetic particle
inspection is not feasible. Magnetic particle or liquid penetrant inspection shall be carried
out in accordance with clause Table 13 as applicable.
Category – C
This category is applicable for services with process design pressure above 70 kg/cm2(g)
or process design temperature below –29oC and above 300oC. Inspection includes all the
requirements of category B together with radiographic or ultrasonic inspection.
- Nozzle weld.
- Butt welds on pressure containing components.
Ultrasonic inspection shall be carried out when radiography is not feasible. Radiography or
ultrasonic inspections shall be carried out in accordance with clause Table 13 as
applicable.
7.2.3 (New)
Inspection shall also include dimensional check of pump, driver and auxiliaries (if any) duly
mounted on the base plate in accordance with certified general assembly drawing. This will
include all main pump dimensions, baseplate dimensions, location of foundation bolt holes,
size/position/rating of flanges, coupling guard arrangement, verification of the required
material certificates and their traceability to the respective components. In addition,
following checks shall also be carried out:
7.2.4 (New)
During manufacturing, Contractor shall carry out dynamic balancing test for impeller – shaft
assembly without coupling at rated speed and to be check balance with coupling hubs
mounted. Necessary certificate for the same shall be submitted.
7.3 Testing
7.3.1 General
7.3.1.1 (Addition)
Unless otherwise specified the following tests shall be witnessed by the
Purchaser/EPC/third party.
3. A witnessed NPSHR test as per 7.3.4.2 when specified in the data sheet. NPSH
test shall be done for one pump from each model.
7.3.3.3f) (New)
Shop driver shall be used for testing and the rating of the driver shall not exceed 150% of
power that may be consumed while running at duty point with water or power at full valve
open condition whichever is higher. The limitation of 150% is applicable only for medium
voltage motors.
7.3.3.4c) (Addition)
The tolerances for guaranteed characteristics stand modified as under:
Shut-off head zero negative tolerance. Positive tolerance permitted as long as shutoff
head does not exceed 120% of rated head.
7.3.3.5a) (Addition)
Decision regarding trimming of impellers to meet the tolerances on differential head shall
be taken only thereafter.
7.3.3.6 (New)
During the performance test, the equipment shall be checked for its sound level at
minimum flow, at rated flow, at flow at best efficiency point and at 120% BEP flow. The
maximum allowable value shall not exceed 85 dBA measured at 1m from pump surface or
as specified in data sheet whichever is lower.
7.3.4.7.1 (Modification)
Unless otherwise specified in data sheet, oil temperature stabilisation test shall be carried
on test stand.
7.3.4.7.2 (Modification)
Unless otherwise specified in data sheet, pump mechanical run test for 4 hours shall be
carried out at rated flow. This test shall be done only after oil temperatures are stabilised.
7.4.7 (New)
Unless otherwise specified, the equipment shall be protected for storage of 12 months at
site. If any extra precaution is to be taken by Purchaser for storage beyond 12 months the
same shall be explicitly indicated in the operation and maintenance manuals.
8.2.5.2.2 (Modification)
Thrust collar shall be integral part of shaft.
8.2.6.2 (Addition)
Except in case of shaft driven pumps, if a positive displacement type of oil pump is
supplied, a separate relief valve (not integral with the pump) shall be provided. The relief
valve shall not be used for pressure regulation. If the type of pump is centrifugal then a
non-return valve shall be provided at the discharge. Horizontal oil pumps shall not be
installed on top of the oil reservoir.
The oil side operating pressure shall be higher than the waterside operating pressure to
prevent contamination of oil in case of cooler failure.
Filters shall be equipped with continuous flow switch over valve and equalising line.
Oil system shall have drain rim or pan to catch oil spills.
A thermal relief valve shall be provided on cooling water return line for oil coolers.
8.2.6.6 (New)
All the instrumentation shall be supplied by the pump manufacturer. However, make type
and specification shall be approved by purchaser/EPC.
8.2.6.7 (New)
Unless otherwise specified, heating element shall not be provided. However, if in the
opinion of manufacturer such arrangement is required (especially in view of the lowest
ambient temperature prevailing at job site) the same shall be supplied by the pump
manufacturer with specific approval of the purchaser / EPC.
8.2.7.5 (Modification)
The words “if specified” stand deleted.
8.2.8.2 (Modification)
The words “if specified” stand deleted.
8.3.2.3 (New)
Bowls and columns shall be flanged and bolted.
8.3.3.3 (Addition)
Multi-piece vertical pump line shaft shall not be joined by threaded couplings.
8.3.6.2 (Modification)
Pump thrust shall not be transferred to driver motor. Vertical pumps shall be provided with
their own thrust bearing to carry rotor weight and pump generated axial forces.
8.3.6.4 (New)
For self-lubrication pumps, guide bushing shall be suitable for dry running during start-up.
8.3.8.1 (Modification)
For vertical pumps, not provided with non-reverse racket, Contractor shall describe the
precaution taken to prevent damage due to reverse rotation.
8.3.10.5 (Modification)
The words “when specified” stand deleted.
8.3.13.5 (Modification)
The words “when specified” stand deleted.
9.1 General
(Substitution)
(a) When specified, a co-ordination meeting shall be held at Purchaser/EPC’s office,
preferably within 2 weeks of order.
(b) An agenda shall be prepared for this meeting and would include the following
points related to technical aspects.
(h) Preliminary general arrangement and layout drawings and plant interface
drawings.
9.2 Proposals
(Substitution)
The Contractor’s proposals shall as a minimum include the following:
(a) All data sheets, drawings and documents listed under “PRINTS WITH QUOTE’ in
the enclosed Contractor data requirement form.
(d) List of mandatory spares (where specified by the purchaser/EPC) included in the
offer.
(e) List of spare parts for two years normal operation with separate quote.
(f) This list shall be made separately for each items including auxiliaries and drivers
in the form of a table and shall show
iv. Quantity recommended for number of units of an item as specified in the enquiry.
in the enquiry.
(h) Any start-up, shutdown or operating restrictions required to protect the integrity of
the equipment.
(i) Any limitations of Contractors test facility to carryout the specified tests.
(j) A specific statement that the scope of supply, the offered equipment / systems and
all its components are in strict accordance with the data sheets, job specifications,
this specifications and all other attachments, except for specific deviations as
listed in the proposal.
(Substitution)
a) Drawings and data as required after purchase order shall be specified in Contractor data
requirement.
b) Contractor shall complete and forward a document ‘Contractor data index and schedule’ to
the purchaser/EPC (destination and contact person as per offer).
This document shall list out in consolidated form all drawings and documents required by
Purchaser/EPC (as specified in data sheets, specifications and Contractor data
requirement forms enclosed with the offer / order).
Against each drawing / document, the Contractors drawing numbers, titles, revision,
number, category (whether for information or approval) and schedule of submission shall
be furnished.
This shall be the first document to be submitted within two weeks of order.
c) All data / drawings / documents shall be in English language and in metric systems.
- As built running clearances and when applicable, thrust bearing, radial bearing and
seal running clearances.
- A supplementary list of spare parts other than those included in his original
proposal. The supplementary list shall include recommended spare parts, cross-
sectional or assembly type drawings, part numbers, materials, prices and delivery
period. The Contractor shall forward this supplementary list to Purchaser/EPC
promptly after receipt of the reviewed drawings and in time to permit order and
delivery of parts before filed start-up.
- A parts list for all equipment supplied. The list shall include pattern, stock, or
production drawing numbers and materials of construction. The list shall completely
identify each part so that Purchaser/EPC may determine the interchangeability of
the parts with other equipment furnished by the same manufacturer name and part
number.
e) The number of prints and / or re-producible required and the times within which these are
to be submitted are specified in the Contractor data requirement.
iii. Location (in all three plates), size, type, rating and identification of all interface
connections including those of vents, drains, lubricating oil, sealing fluid, cooling
water, steam and electrical / instrumentation.
vi. The weight and location of centre of gravity of the heaviest assembly / components
that must be handled for erection.
viii. Speeds of driven equipment and driver with driver rating. Location of driver terminal
box (in case of electric motor driven).
x. Make, type and size of couplings and the location of guards and their coverage.
g) Foundation drawing:
i. Foundation bolt sizes, pipe sleeve details, pocket sizes and locations.
iii. Static weight of each skid / independently grouted item and location of center of
gravity of each such skid / items in all three planes.
iv. Weight distribution for each bolt / subsole plate location and total static weight.
vi. The direction and magnitude of unbalance forces and moments generated by each
such item at the worst operating condition and short circuit moments of motor
drivers.
i. Layout of all skid / equipment and their auxiliaries, vessels, control panels,
exchangers etc. An optimised layout (considering the space allocated, site wind
conditions, area classification, the type of equipment located in the vicinity etc.)
indicating elevation and dimension of skids / equipment shall be furnished.
ii. Minimum spacing required between the various skids / equipment and between the
skids and the walls / columns / roof for an easy accessibility and maintenance).
iii. Layout for water piping, trenches for water piping, cable tray / trenches layout.
iv. Piping arrangement and piping support arrangement / location for piping in
Contractors scope.
vi. Specification for crane / mono rail (including suggested mono rail layout)
recommended for maintenance and height of the lifting hook from the centreline of
equipment.
The diagram shall indicate the relative displacement to be kept between the centre lines of
various equipment at the time of installation, so that under normal running conditions the
equipment get fully aligned. This relative displacement should be decided on the basis of
centreline temperature rise data of driver, gear box / transmission system, driven
equipment.
Heat exchanger drawing and data shall construction details, cross sections and general
arrangement drawings of heat exchangers.
P&IDs along with bill of materials of each system in the Contractor’s scope of supply or
specified in the order shall be furnished. P&ID shall indicate the system details, location of
various auxiliaries, instruments, controls and safety devices as required. Line sizes, piping
class, valve sizes and class shall be clearly marked on the PID. Each item shall be
identified by an item number / item tag number which shall correspond to the item number
shown on the bill of materials. The bill of materials shall include item number, normal value,
set value, range, quantity per unit, make and other specifications as applicable.
Legends adopted shall be indicated either at the bottom of drawing or on a separate
drawing. The legends shall be as per ISA.
The cross sectional or assembly type drawings for all equipment furnished showing all
parts, design assembly and running clearances and balancing data required for erection
and maintenance shall be submitted. Each part shall be numbered which shall correspond
to the part number on the bill of materials. The bill of materials shall include the part
number, name of component, materials quantity installed per unit and sizes where
applicable (say for bolts, nuts, rings, gaskets etc.). All bought out items shall also be
indicated with make and brief specifications.
A separate cross sectional drawing showing installation and setting dimensions for the
seals shall be furnished.
ii. All curves submitted prior to final performance testing shall be marked “predicted”.
Any set of curves resulting from the desk shall be marked ‘tested’.
iii. Certified test curves and data shall be submitted within 15 days after testing and
shall include head, power recalculated to the proper specific gravity and efficiency
plotted against capacity. If applicable, viscosity corrections shall be indicated. If
NPSHR test is specified, the water NPSHR curve (drawn upto minimum continuous
flow) shall also be included. The curve sheet shall include the maximum and
minimum diameters of the impeller design supplied, the eye area of the first stage
impeller the identification number of the impeller or impellers and the pump serial
number.
n) Data sheet
Completely filled data sheets, first for ‘as purchased’ and then for ‘as built’ shall be
submitted. This shall be done by the Contractor correcting and filling out the data sheets
and submitting copies to purchaser/EPC.
o) Installation manual
The Contractor shall provide sufficient written instructions, including a cross-reference list
of all drawings to enable Purchaser/ EPC to correctly install, operate and maintain all the
equipment. It shall include any special information required for proper installation that is not
on the drawings, special alignment or grouting procedures, utility specifications (including
quantity) and all installation data. It shall also contain the following information:
i. Instructions for erecting, piping, aligning (including the expected thermally induced
shaft centreline shift between normal site ambient temperature position and that at
normal equipment operating temperature).
ii. Not later than two weeks after successful completion of all specified tests, the
required number of technical data manual / mechanical catalogues for the
equipment, any auxiliaries and instruments that are provided shall be furnished.
The technical data manual / mechanical catalogue shall include the following
document as a minimum:
(a) All drawings and data as listed in the Contractor data index and schedule. (for
drawings, where Purchaser/EPC approval is required, the final certified drawings
shall be attached). Sections of technical data manual / mechanical catalogue shall
be organised in a manner that data and drawings related to one subject are
grouped together such as mechanical, electrical, instrumentation etc.
iii. Following information shall also included in the technical data manual / mechanical
catalogue:
(a) Storage instructions for storing and preserving the equipment (including driver and
all the auxiliary units) at the plant site before installation of the same.
(b) Instructions for preserving the equipment after it has been installed. This is
particularly required in cases where a long time gap is expected between
equipment installation and commissioning.
PART : III
SECTION : B.12
TABLE OF CONTENTS
1.0 General
2.0 Scope
3.0 Codes & Standards
4.0 Equipment
5.0 Surface Preparation
6.0 Paint Materials
7.0 Paint Systems
7.1 Pre-erection / Pre-fabrication and shop priming for carbon steel, low temperature carbon
steel & low alloy steel, un-insulated and insulated steel structures, piping and equipment,
etc.,
7.2 Repair of pre-erection /fabrication and shop priming after erection / welding for carbon steel,
low temperature carbon steel & low alloy steel uninsulated and insulated items in all
environments.
7.3 Repair of all weld joints and damages of galvanized steel, carbon steel and alloy steel
structures, piping and equipment after erection on above ground / overhead areas at site.
8.0 Field paint system for normal corrosive environment (for carbon steel, low temperature
carbon steel and low alloy steel)
9.0 Field paint system for corrosive areas in plant (for carbon steel, low temperature carbon
steel and low alloy steel)
10.0 Field paint system for highly corrosive areas in plant (for carbon steel, low temperature
carbon steel and low alloy steel)external surfaces of piping & equipment
11.0 Field paint system for carbon steel storage tanks (internal & external) for all environment
and areas
12.0 Coating system for external side of underground carbon steel plant piping and tanks
13.0 Painting under insulation for (hot, cold & safety) Carbon Steel plant piping and tanks
14.0 Internal protection of Carbon Steel water boxes and tube sheets of cooler condensers
15.0 Field painting system for GI towers / Non-Ferrous tueb sheet
16.0 Shop & Field painting system for Effluent treatment plant
17.0 Storage
18.0 Color code for piping as per CPCL
19.0 Identification of vessels, piping, etc.,
20.0 Painting for civil defence requirements
21.0 Inspection and testing
22.0 Guarantee
23.0 Qualification criteria of painting contractor
1.0 GENERAL
1.1 These technical specifications shall be applicable for the work covered by the contract and
without prejudice to the various 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 1 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.
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
paints on external surfaces of equipment, vessels, machinery, piping, ducts, steel structures,
external & internal protection of storage tanks for all services. MS chimney without refractory
lining and flare lines etc. 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.
2.2.1 The following surfaces and materials shall require shop, pre-erection and field painting :
a. All un-insulated C.S & A.S equipment like columns, vessels, drums, storage tanks, heat
exchangers, pumps, compressors, electrical panels and motors etc., and tanks and
equipment in ETP plant.
b. All un-insulated carbon and low alloy piping fittings and valves (including painting of
identification marks), furnace, ducts and stacks.
d. All structural steel work, pipe, structural steel supports, walkways, handrails, ladders,
platforms, etc.
f. Identification color bands on all piping as required including insulated aluminum clad,
galvanized, SS and nonferrous piping.
i. Supply of all primers, paints and all other materials required for painting other than Owner’s
supply.
k. Painting under insulation for carbon steel, alloy steel and stainless steel as specified. 1
l. Repair work of damaged / pre-erection / fabrication shop primer and weld joints at field.
2.2.2 The following surfaces and materials shall not require painting in general. However, if there are
any specific requirement by the Owner, the same shall be painted as per the relevant
specifications:
2.3 Unless otherwise instructed final painting on pre-erection / shop primed pipes and equipments
shall be painted in the field, only after the mechanical completion, testing on systems are
completed as well as after completion of steam purging wherever required.
2.4 Changes and deviations required for any specific job due to clients requirements or otherwise
shall be referred to Jacobs for deviation permit.
3.1 Without prejudice to the provision of Clause 1.1 above and the detailed specifications of the
contract, the following codes and standards shall be followed for the work covered by the
contract.
Color coding Color coding inspection manual for piping issued by CPCL (Ref.
Annexure-2) 1
ASA A 13.1-1981 Scheme for identification of piping systems: American National Standards
Institution.
3.2.1 Swedish Standard – SIS-05 5900-1967 (surface preparation standards for painting steel surfaces)
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).
3.2.5 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.
Particular attention shall be paid to the following :
4.0 EQUIPMENT
4.1 All tools, brushes, rollers, spray guns, blast material, hand power tools for cleaning, inspection
instruments, e.g. surface profile gauges, holiday detectors, pin hole detectors, dry film thickness
gauges, etc. and all equipments, scaffolding materials, shot blasting equipments like hooper, grit
etc & 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. 1
4.2 Mechanical mixing 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.
5.1 General
5.1.1 In order to achieve the maximum durability, blast cleaning is considered the most desirable
method to achieve required profile however one or more of following methods of surface
preparation shall be followed, depending on conditions of steel surface and as instructed by
Engineer-in-Charge. Adhesion of the paint film to surface depends largely on the degree of
cleanliness and surface profile of the metal surface. Proper surface preparation contributes more
to the success of the paint protective system.
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. The minimum acceptable standard in case of manual or hand tool cleaning
shall be St. 2 or equivalent, 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 OR equivalent as per Swedish Standard
SIS-055900-1967 or equivalent. Where highly corrosive conditions exist, then blast cleaning shall
be Sa 3 as per Swedish Standard.
Remove all other contaminants, oil, grease, etc. by use of an aromatic solvent prior to surface
cleaning.
5.1.3 Blast cleaning shall not be performed where dust can contaminate surfaces undergoing such
cleaning or during humid weather conditions having humidity exceed 85%.
5.1.4 Irrespective of the method of surface preparation, the first coat of primer must be applied by
airless spray gun on dry surface No brush shall be used except for touchup. 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. 1
5.1.5 The external surface of RCC 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 if necessary
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 then dry completely before
application of paint.
The surfaces shall be blast cleaned using one of the abrasives Al2O3 particles chilled cast iron or
malleable iron and steel at pressure of 7 Kg /cm2 at appropriate distance and angle depending of
nozzle size maintaining constant velocity and pressure. Chilled cast iron, malleable iron and steel
shall be in the form of shot or grit of size not greater than 0.055” maximum in case of steel and
malleable iron and 0.04” maximum in case of chilled iron. 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 ¾”. 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 or 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.
Environmental, health and safety problems associated with abrasive blast cleaning limit the
application of Air Blast Cleaning in many installations. In such case water blast cleaning is
resorted to.
Water Blast Cleaning can be applied with or without abrasive and high pressure water blasting.
The water used shall be inhibited with sodium chromate / phosphate. The blast-cleaned surface
shall be washed thoroughly with detergents and wiped with solvent and dried with compressed
air. For effective cleaning abrasives are used. The most commonly used pressure for high
pressure water blast cleaning for maintenance surface preparation is 3000 to 6000 psi at 35-45
lit/minute water volume and pressures upto 1000 psi and water volume at 45 lit/minute provide
maximum cleaning.
The water blast cleaned surface shall be comparable to SSPC-SP-12/nace No. 5. The operation
shall be carried out as per SSPC guidelines for water blast cleaning. The indicative values for
sand injection is :
Special equipments for water blast cleaning with abrasives, now available, shall be used.
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 stream and thoroughly dried with compressed
air jet before application of paint.
Manual or hand tool cleaning is used only where safety problems limit the application of other
surface preparation procedure and there is approach problem in certain areas and hence does
not appear in the tables of paint systems.
Rust, mill scale spatters, old coatings and other foreign matter, shall be removed by hammering,
scrapping tools, emery paper cleaning, wire brushing or combination of the above methods. On
completion of cleaning, loose material shall be removed from the surface by clean rags and the
surface shall be bushed, swept, dusted and blow off with compressed air/steam to remove all
loose matter. Finally the surface may be washed with water and dried for effective cleaning.
The compatibility of finishing coat should be confirmed from the paint manufacturer. In the event
of use of primer such as zinc rich epoxy, inorganic zinc silicate etc., as shop coat, the paint
system shall depend on condition of shop coat. If the shop coat is in satisfactory condition
showing no major defect, the shop coat shall not be removed. However a non-compatible primer
shall have to be removed before application of compatible paint system for the environment. The
touch up primer and finishing coat(s) shall be identified for application by Engineer-in-Charge.
5.4 Shop coated (coated with primer & finishing coat) equipment should not be repainted unless paint
is damaged.
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, manufacturer’s standard can be followed after review.
5.7.1 Surface shall not be coated in rain, wind or in environment where injurious airborne elements
0
exists, when the steel surface temperature is less than 5 F above dew point when the relative
0
humidity is greater than 85% or when the temperature is below 40 F.
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 color 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.
5.7.6 Deleted 1
5.7.7 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
used 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 atomization 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 inbuilt agitator that keep the paint
uniformly mixed during the spraying. The unit shall consist of inbuilt 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.
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.
5.7.9 Manual application by sling (where 6 o’ clock position of pipe is not approachable)
A canvas strip (alternatively a tinplate strip) about 450mm wide and 1.5m long is held under the
pipe by two men holding this sling move it up and down and walk slowly forward while fresh
coating is poured on the pipe and they manipulate the sling so that an even coating is obtained all
round the bottom. This work shall be done very carefully and by experienced personnel. There
shall not be any formation of “Whiskers” and holes in the coating. The coating film shall be
inspected by mirror.
5.7.10 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.
5.8.1 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 mixing is faulty.
5.8.2 No paint shall be force dried under conditions which will cause checking, 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 manufacturer’s
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 Repair of damaged paint surface
5.9.1 Where paint has been damaged in handling and in transportation, the repair of damaged coating
of pre-erection / fabrication shall be as given below.
5.9.2 Repair of damaged inorganic zinc silicate primer after erection / welding.
Quickly remove the primer from damaged area by mechanical scrapping and emery paper to
expose the white metal. Blast clean the surface if possible. Feather the primer over the intact
adjacent surface surrounding the damaged area by emery paper.
0 0
5.9.3 Repair of damaged pre-erection and shop priming in the design temperature of –90 C to 400 C
• One coat of F-9 shall be applied wherever damage was observed on pre-erection / pre-
fabrication / shop primer of inorganic zinc silicate coating (F-9).
5.10.1 Shop priming / pre-erection priming with F9 or F12 shall be done only on blasted surface.
5.10.2 Shop priming / pre-erection priming with F9 shall be done only with airless spray.
5.10.3 For large flat surface field painting shall be done by airless spray otherwise brush can be used.
5.11 Documentation
5.11.1 A written quality plan with procedure for qualification trials and for the actual 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.
Paint manufacturers shall furnish the characteristics of all paints materials on printed literature
along with the test certificate for all specified characteristics given in this specification. All the paint
materials shall be on first quality and conform to the following general characteristics. As per the
tables 6.1, 6.2 and 6.3.
Sr.
Description P-2 P-4 P-6
No.
2. Type and Single pack, air drying Two pack Two component polyamide
composition chlorinated rubber based polyvinyl butyral cured epoxy resin medium-
medium plasticised with resin medium pigmented with zinc
unsaponifiable plasticizer, cured with phosphate.
pigmented with zinc phosphoric acid
phosphate solution
pigmented with
zinc tetroxy
chromate
2. Type and Two-pack Single pack Two pack Two pack polyamide
composition aliphatic plasticized polyamine (F- cured epoxy resin
isocynate cured chlorinated rubber 6A) / polyamide blended with coaltar
acrylic finish based medium (F-6B) cured medium, suitably
paint with chemical and epoxy resin pigmented.
weather resistant medium suitably
pigments pigmented
9. Over coating Min : Overnight Min : Overnight Min : Overnight Min. : 24 hrs.
interval (12 hrs.) Max. : Unlimited Max : 5 days Max. : 5 days
(approx.) Max. : Unlimited
10. Pot life 6-8 hrs. Not applicable 4-6 hrs. 4-6 hrs.
(approx) at
0
30 C for two
component
paints (approx.)
1. Technical Name Self priming type Inorganic zinc Heat resistant Heat resistant silicone
surface tolerant silicate coating synthetic medium aluminum paint suitable
0 0
high build epoxy based on two pack upto 500 C / 550 C dry
coating (complete Aluminum paint temp.
rust control suitable upto
0
coating) 250 C dry temp.
2. Type and Two-pack epoxy A two pack air Heat resistant Single pack silicone resin
composition resin based drying self curing synthetic medium based medium with
suitable solvent based based two pack Aluminum flakes.
pigmented and inorganic zinc Aluminum paint
capable of silicate coating suitable upto
0
adhering to 250 C
manually
prepared surface
and old coating.
9. Over coating interval Min : 10 hrs Min : 8 hrs at Min : 16 hrs Min. : 16 hrs
0
(approx.) Max. : 6 months 20 C & 50% RH Max : Unlimited Max. : Unlimited
Max. : Unlimited
10. Pot life (approx) at 90 min 4-6 hrs Not applicable Not applicable
0
30 C for two
component paints
(approx.)
0 0
11. Temperature - - 250 C 500 C
Resistance
2 Type and Specially formulated Two pack ambient Amercoat 738 from Ameron
composition polyamine cured temperature curing Products, USA/ Berger 938 from
coal tar epoxy epoxy phenolic coating Berger Paints Ltd., Kolkata or
suitable for suitable for application Intertherm 751 CSA from Akzo
application under under insulation Nobel coating, Bangalore.
insulation
0 0
F-14 Specially formulated polyamide cured Coal-tar epoxy suitable for –45 C to 125 C for application
under insulation.
0 0
F-15 Two pack ambient temperature curing epoxy phenolic coating suitable for –45 C to 125 C for
application under insulation.
F-16A Engineered polysiloxane coating : Amercoat 738 from Ameron Products, USA
F-16B Engineered poly siloxane coating : Berger 938 from Berger Paints Ltd., Kolkatta
NOTES
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 ambient temperature curing 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.
4. Technical data sheets for all paints shall be supplied at the time of submission of quotations.
The paints shall conform to the specifications given above and best quality in their products range of
manufacturers listed in Annexure-I.
The paint system should vary with type of environment envisaged in and around the plants. Three
types of environment as given below are considered for selection of paint system. The paint system
is also given for specific requirements.
PRIMERS
F-6A : High build epoxy finish coating cured with polyamine hardner
F-6B : High Build epoxy finish coating cured with polyamide hardner
7.1.2 401 to 500 SSPC-SP-10 1 coat of F-12 40-50 Finish coat at site
TABLE 7.3 : REPAIR OF ALL WELD JOINTS AND DAMAGES FOR STRUCTURES, PIPING
AND EQUIPMENT AFTER ERECTION ON ABOVE GROUND OVERHEAD AREAS
AT SITE
Materials : GALVANIZED STEEL, CARBON STEEL AND ALLOY STEEL
TYPE : UNINSULATED AND INSULATED
NOTE 1 : For external surfaces of MS chimney with or without refractory lining 8.3, 8.4 and 8.5 shall
be followed.
NOTE 2 : For external surfaces of RCC chimney: 2 coats of F-6B @ 100µ DFT/Coat to obtain
2x100=200 µ DFT shall be applied after making surface preparation as per guidelines in
5.1.5. The DFT on concrete surfaces can be checked by Tool Gauge or by applying the
same coating system simultaneously on a carbon steel panel of 12"x12" size and measure
the DFT by normal Magnetic gauges/digital electronic gauges for ferrous surfaces.
NOTE 3 : Wherever required S.No.8.3 shall be used for -14°C to 80°C and S.No.8.2 will be deleted.
TABLE 9 : FIELD PAINT SYSTEM FOR HIGHLY CORROSIVE AREAS IN PLANT AREA
EXTERNAL SURFACES OF UNINSULATED COLUMNS, VESSELS, HEAT
EXCHANGERS, BLOWERS, PIPING, PUMPS, TOWERS, COMPRESSORS,
STRUCTURAL STEEL ETC.
Materials : CARBON STEEL, LOW TEMPERATURE CARBON STEEL & LOW ALLOY STEEL
Surface : Un-insulated
Note : Exposed to spillage or fumes of HCL, H2SO4, salty water, water impingement,
chloride etc
Sl. Design Surface Paint System Total DFT Remarks
No. Temperature Preparation In
in°C Microns
(min.)
Field Primer Finish Paint
10.1 -90 to -15 SSPC-SP-10 Repair of pre- None 65-75 Repair procedure of
fabrication primer pre-erection/fabri
1c o at of F- 9 @ cation primer shall be
65-75u DFT/coat followed. No
overcoating is
allowed.
Surface preparation is
required only for
repairing of damaged
pre-erection/
fabrication primer.
TABLE 10 : PAINTING UNDER INSULATION FOR INSULATED (HOT, COLD & SAFETY) PIPING,
STORAGE TANKS AND EQUIPMENTS IN ALL ENVIRONMENT
Materials : CARBON STEEL, LOW ALLOY STEEL, LOW TEMPERATURE CARBON STEEL &
STAINLESS STEEL
Surface : Insulated
Paint System
Sr. Design Surface Field Primer Finish paint Total Remarks
No. Temperatur Preparation DFT in
0
e in C Microns
(min.)
9.1 Insulated carbon steel, low alloy steel and LTCS piping and equipment and tanks
9.2.1 Below 00C Aluminium sheeting with aluminium foil and “Chloride free mineral If the piping &
to all minus sealant coating barium chromate” shall be applied. equipments are already
temperature erected then surface
shall be prepared by
cleaning with emery
9.2.2 0 to 120 SSPC-SP-10 None 2 coats of F-14 @ 250 or
paper and wash / flush
(15-25µ surface 125 µ DFT / coat 240
with chloride free DM
profile) = 2x125 = 250 or 3
water followed by wiping
coats of F-15 =
with organic solvent.
3x80=240
All the coating materials
9.2.3 121 to 400 SSPC-SP-10 None 3 coats of F-12 60 for SS shall be free from
@20µ DFT /Coat = leachable chlorides.
3x20=60 or 1 coat
of Poly siloxane or
coating (F-16 A/B)
@ 75 microns
DFT/coat
TABLE 12.0 COATING SYSTEM FOR EXTERNAL SIDE OF UNDERGROUND CARBON STEEL
PLANT PIPING AND TANKS
12.2.2 221 to 400 SSPC-SP-10 1CoatofF-16@ 75 1 Coat of F- 175 Cold and hot insulation
µ DFT/coat 16@ 100µ shall be provided
DFT/coat
Note: No Coating and Wrapping systems are available for underground high temperature services
TABLE 13.0 PAINTING UNDER INSULATION FOR INSULATED (HOT, COLD & SAFETY) CARBON
STEEL, LOW ALLOY STEEL, LOW TEMPERTURE CARBON STEEL & STAINLESS STEEL
PIPING, STORAGE TANKS AND EQUIPMENTS IN ALL ENVIRONMENT.
13.1 Insulated carbon steel, low alloy steel and LTCS piping and equipment & tanks
13.1.1 -45 to 125 SSPC-SP-10 Repair of 2 coats of F- 315 For other temperature ranges no
pre- 14 @125 µ painting is required under
fabricatio DFT/coat = insulation F-12 shall be ambient
n primer 2x125=250 temperature curing type till
F-9 @ 65- OR 3 coats of operating temperature is attained
75 µ DFT. F-15= for full curing. F-16 is completely
3x80=240 ambient temperature curing.
13.1.2 Operating SSPC-SP-10 Repair of 2 Coats of 125-135
temperature pre- F-12 @20 µ
-45 to 125°C fabricatio DFT/coat
but design n primer 3x20=60 (or)
temperature F-9 one coat of
126-400°C @65-75 µ Poly-siloxane
DFT coating @ 75
µ DFT/coat
13.3 No painting is required for insulated Monel, Incoloy and Nickel lines.
TABLE 14.0 INTERNAL PROTECTION OF CARBON STEEL WATER BOXES AND TUBE SHEETS OF
COOLERS / CONDENSERS
Water boxes, channels, partition plates, end covers and tube sheets etc.
15.1 Upto 80 SSPS-SP-3 1 coat of P-4 @ 2 coats of F-2 130 Shade as per
8-10 µ DFT/coat @40 µ defence
+ 1 coat of P-6 @ DFT/coat Requirements.
40u DFT/coat 2x40=80
TABLE 16.0 SHOP & FIELD PAINTING SYSTEM FOR EFFLUENT TREATMENT PLANT
17.0 STORAGE
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.
20.1 Following items shall be painted for camouflaging if required by the client.
a. All columns
b. All tanks in off sites
c. Large Vessels
d. Spheres
20.2 Two coats of selected finishing paint as per defence requirement shall be applied in a
particular pattern as per 20.3 and as per the instructions of Engineer-In-Charge.
20.3.1 Disruptive painting for camouflaging shall be done in three colors in the ratio
of
5:3:2 (all matt finish).
21.1 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.
21.2 Engineer-In-Charge at his discretion may call for tests for paint formulations. Contractor
shall arrange to have such tests performed including batch-wise test of wet paints for
physical & chemical analysis. All costs there shall be borne by the contractor.
21.3 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:
In addition to above, record should include type of shop primer already applied on equipment
e.g. Red oxide zinc chromate or zinc chromate or Red lead primer etc.
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 (D
F T)) 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
cost should have prior approval of Engineer-in-charge.
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.
21.4.1 The shades of successive coats should be slightly different in color 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.
21.4.2 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.
21.4.2 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.
21.4.3 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.
21.4.4 Final inspection shall include measurement of paint dry film thickness, Adhesion, Holiday
detection check of finish and workmanship. The thickness should be measured at as
many points/ locations as decided by Engineer-In-Charge and shall be within + 10% of the
dry film thickness, specified in the specifications.
21.4.5 The contractor shall arrange for spot checking of paint materials for Sp.gr., glow time (ford
cup) and spreading rate.
22.0 GUARANTEE
22.1 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.
22.2 The contractor shall produce test reports from manufacturer regarding the quality of the
particular batch of paint supplied. The Engineer-in-Charge shall have the right to test wet
samples of paint at random for quality of same, as per the paint materials specification.
Batch test reports of the manufacturer's for each batch of paints supplied shall be
made available by the contractor. The contractor shall stand guarantee for carrying
out the rectification/repair/re-painting of the defects/ failures of painting found during the
execution of painting job and till the expiry of the defect liability period of total project as
per the directions of the Engineer-in-Charge of CPCL/JE
Painting contractor who is awarded the job 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's supervisor,
inspector, surface preparator and paint applicator must be conversant with the
standards referred in this specification. The painting job shall be carried out by the approved
agencies of paint manufacturers and supervised by the approved paint manufacturers own
representative or paint manufacturer their scheme( supply and apply basis).
ANNEXURE-I
Indian Vendors
Foreign Vendors
The following are approved vendors for speciality items (phosphating chemical) only.
Annexure-II
Paint Color Code for Piping & Equipment given by CPCL Document No. 00-ES-100-004, Rev. 5
dated 24/12/2006 to Specification No.6782-0642-PT-L06 Rev.2
This section of the standard deals with the color coding to he given to in service piping for easy
identification bused on the liqui d contained in the line.
1. Where ever paint is required for piping external surfaces, the finish coat color shall be as follows
except for paragraph 2, Type of paint, surface preparation. DFT etc. shall he as per the
painting specification.
Insulated and austenitic stainless steel lines will he having only color coding for fluid
discrimination as given in 3 below.
2. Fire water lines shall he painted " Red '" as per IS 536 through out the line.
3. All lines, in general, shall he provided with discrimination color coding mark over the final coat or
on the cladding / jacketing surface of insulated piping as mentioned in 1 above . as
well as on the surfaces on which any paint is not provided. The color coding shall be as per the
attachment to this standard and in the following manner. Color codes on Austenitic SS lines should
he done only wit chloride free paint suitable for application on stainless steel surfaces.
As far as possible, paint used for color bands should he of the same specification as the finish
coat. If for some reason a deviation is required for this, then enamel paint can be used over finish
coat after taking approval from the ‘engineer In - Charge'
3.1 The system of color coding shall consist o f a primary identification color band and other color
hand (s) superimposed on the primary band. All the bands shall be painted circumferential!;
around the line.
The primary color hand identifies the basic nature of the fluid carried in the line. The second and
the third color hands will identify the exact fluid carried in the line. The various primary color
bands included in t h i s standard are explained below:
3.2.1 Primary colorblind / color band ( s ) (see Fig I) arc required to be located at
3.2.2 Primary color band shall he intermittently coated along respective lines with primary color
bands of 2V1 length with the following maximum center to center distance between two
adjacent color bands.
Center to center distances at lesser intervals may be given. if" so desired by unit head.
3 AIR
Plant Air Sky Blue Silver Grey
Instrument Air Sky Blue French Blue
Process air ( ex: bitumen, Sky Blue Signal Red
Mereox)
5 AC IDS
6 LIQUID HYDROCARBONS
Notes : 1) Wherever Dark Admiralty Grey is not available due to the nature of the final coat of
paint ( eg: Coal Tar epoxy in high H2S environments ) . Black can be used.
2) Canary Yellow for ladders etc. has been selected for visibility.
1. Equipment number shall be stenciled in black (after initial painting if any) on each vessel,
column, equipment, machinery till a visible location as directed by the "Engineer - in -
charge "'
Rotating equipment shall have tin arrow showing the direction of rotation painted on the
equipment.
Additional stenciling of line numbers and service will be required and shall be provided on
the lines at the direction of “Engineer- In - Charge"
80- 150 mm 40 mm
150-250 mm 60 mm
> 250 mm 90 mm
Auxiliary piping in packaged units or on base plates of pumps / compressors wilh in the
scope of vendors do not need numbering at site.
• Tank number
• Reference height
• Stile filling height
• Critical /one ( in ease of floating roof tanks only )
• Dale of commissioning
• Date of last cleaning
4. The following details are to be painted on the tank shell near the top landing platform of the
staircase, in letter size 50 mm high, black color.
• Reference height
• Sale filling height
• Critical zone ( in case of floating roof tanks only )
5. The following details shall he painted on the kink at 2!3 the height of the tank at a
location facing the road, from where normal approach lo the Tank is provided. In addition,
the same details shall be provided on two additional points in the lank 120 degrees apart.
Tank number
• Capacity
• Service.
The size of the above lettering shall be 500 mm for 20 M high tanks and 300 mm for
smaller tanks.
DGCA requirements for a l l shall be followed in addition to the above.
1.0 The part of the standard covers the method of identification of STORED piping material by
color coding. This standard is applicable to storage during project Stage as well.
2.0 General guide lines of identification by color coding:
a) Piping shall be painted with one color or a combination of two color as
enclosed.
b) Color identification is not required on galvanized material and mm ferrous
material such as Copper. Aluminum etc. because of their peculiar color and
character
e) Special items l i k e bellow, strainers, steam Imps etc. should be lagged and hence do
mil require color identification.
d) Color identification of Austenitic Stainless Steel is not desirable due to r i s k
of contamination from paint material.
e) Ends of piping to be welded shall not be painted. The color band shall start
2" from the pipe ends.
f) Width of color strips shall be 25 mm for .V nominal pipe dia and above. Secondary
color strip where required, shall be half the size of primary strips. For less than 3" size
color strip shall be 12 mm < 1/2") or maximum practical.
Carbon Steels
Alloy Steels
P1, F1. WP1, WP1W etc. Green / Red
P12, F12, W12 etc Green / Yellow
P22, F22, WP22. etc Green / Silver
P11, F11, WP11 etc. Green / Orange
P5, F5, WP5 etc. Green / Blue
P9, F9, WR9 etc. Green / Pink
PART : V
SECTION : 3.3
DOCUMENT NO : 44NC-4600-0000/M.02/0007/A4
rev no. issue date Pages Rev Description Prepared Checked Approved
By By By
TABLE OF CONTENTS
2.0 SCOPE 3
2.0 SCOPE
2.1 Instructions
2.1.1 Exceptions as revised herein, the lubrication, shaft sealing, and control oil systems and their
auxiliaries shall be designed, manufactured, tested and supplied strictly in accordance with
API standard 614, Fifth Edition, “Lubrication, Shaft sealing, and Control oil systems for
Special Purpose Applications”. All requirements specified in the following paragraphs are
additions, modifications or substitutions (as given in the parenthesis at the beginning of the
paragraph) to above standard.
2.1.2 All paragraph numbers refer to API standard 614, Fifth edition. Paragraph numbers
appearing in this specification is either new paragraphs or corresponding modified (as
defined below) paragraphs of API standard 614, Fifth Edition. Paragraph numbers, which do
not appear in this specification, shall be strictly in accordance with API standard 614, Fifth
Edition. The requirements different from the API standard 614 are indicated in parenthesis
with the following definitions.
2.2 RESPONSIBILITY
2.2.1 The EPCC contractor / Vendor shall make all possible efforts to comply strictly to the
requirements of this specifications and other specifications / data sheets as mentioned in the
inquiry/ order. In case, any deviations are considered essential by the EPCC
contractor/Vendor after making all possible efforts, these shall be separately listed in the
EPCC contractor’s/ Vendor’s offer under “ List of deviations / exceptions to the inquiry” for
the Owner/PMC’s considerations. The deviations / exceptions shall be listed separately for
each specifications / documents with the cross-references and proper reasons for the
deviations / exceptions required. In the event of any deviation not listed under the ‘List of
deviations / exceptions to the enquiry, even though it is appearing in other part of the offer,
shall not be considered applicable. Hence all the requirements shall be binding on the EPCC
contractor/Vendor without any cost and schedule implications to the owner.
2.2.2 The compliance to this specification shall not relieve EPCC contractor / Vendor of the
responsibility of supplying the equipments and auxiliaries of proper design, material and
workmanship to meet the operating requirements specified in the datasheet / design basis.
In case of requirements of additional instruments, controls, safety devices and any other
auxiliaries or accessories for safe, smooth and trouble free operation of the equipment,
EPCC contractor / Vendor shall include the same in his scope of supply and give reasons
with the bid.
4.0 GENERAL
(Substitution)
4.3.3.1 EPCC contractor / Vendor shall be responsible for the co-ordination of all sub-suppliers and
for the overall guarantee of furnished equipment. It is the specific responsibility of EPCC
contractor / Vendor to invoke all applicable referenced specifications to each sub-supplier
purchase order.
4.3.3.2 Single lift consoles are preferred. Multi-section consoles are acceptable only if required by
shipping limitations. For multi-section consoles, all interconnecting piping shall be flanged at
the edge of each section and properly protected and supported for individual shipment.
4.3.3.3 Suppliers shall be qualified by experience in manufacturing the units proposed. To qualify,
the Supplier shall have manufactured at the proposed point of manufacture, atleast two units
with similar or more stringent performance requirements. These units shall have been in
service for atleast two years and be performing satisfactorily.
(Addition)
4.5.2 ( Substtution)
The equipment, including all auxiliaries, shall be suitable for operation under the
environmental conditions specified else where in FEED document. The equipment shall be
suitable for outdoor installation.
4.5.7 ( Substtution)
All supplied equipment shall comply with local rules and regulations that will apply at the
instaltion site.
4.6 WELDING
4.6.2 ( Substtution)
Inspection and testing requirements as specified in FEED document shall be followed.
( Substtution)
vendor shall take necessary measures to comply with governmental codes, statutory
regulations, ordinances or local rules that are applicable to the equipment, its packaging and
any preservatives used at the instaltion site.
APPENDIX D
EPCC contractor / Vendor to specify quality of oil, cleanliness standard to be achieved and
supply the oil test kit for cleanliness check as per ISO 4406.
4.1 GENERAL
4.1.5 (Substitution)
EPCC contractor / Vendor shall furnish noise emission data with the proposal. The noise
level shall not exceed 85 dB (A) at 1.0 m distance from the equipment installation.
4.1.6 (Modification)
The lube-oil and seal-oil systems shall be separate, unless otherwise specified in the data
sheet.
4.1.7 (Substitution)
When oil is supplied from a common system to compressor, gear and driver etc., the oil
characteristics shall be indicated in the proposal by Vendor, so that the suitability of the
same for other equipment shall be verified by EPCC contractor.
4.1.12 (Substitution)
The arrangement of the equipment, including piping and auxiliaries, shall be developed by
the vendor. The arrangement shall provide adequate clearance areas and safe access for
operation and maintenance.
4.1.14 (Substitution)
Pumps, filters, strainers, coolers, traps, valves, piping and all other components that carry oil
and are external to the reservoir shall be made of SS 304 / 316. All piping shall be seamless
including restriction orifices wherever applicable.
4.1.19 As stated.
EPCC contractor / Vendor shall advice and include special provisions that are necessary to
ensure that an adequate supply of lube or seal oil or both is maintained in the event of
complete failure of lube or seal oil supply system. The provisions may include emergency
pumps, accumulators, run down tanks and special equipment for equipment safety and
protection when the equipment decelerates till coast down time, cool off time and block-in
time as applicable. Owner/PMC and EPCC contractor/ Vendor shall mutually agree on the
system and its components.
4.3.1 (Addition)
The oil tank drain shall have double isolation valves. Two separate nozzles with isolation
valve shall be provided for on line cleaning of oil with microfilter and pump or centrifuge.
4.3.2.1 (Addition)
Seal oil reservoir vent shall be provided with an overprotection device to protect the reservoir
in case of seal failure.
4.3.7.1 (Modification)
The EPCC contractor / Vendor shall provide, an electric immersion heater, if dictated by the
site ambient conditions, on provision for mounting it, if required for flushing of lube oil line
prior to startup.
4.3.7.5 (Modification)
Delete `When specified’.
4.3.10.1 (Modification)
Delete “If specified”.
4.4.1 (Modification)
The oil system shall include a main oil pump and a standby oil pump both suitable for
continuous operation. For non shaft-driven pumps, the main and standby pumps shall be
identical. Unless other type of pumps are specified by Owner/PMC , the pumps shall be of
horizontal type. Lube oil pumps shall be centrifugal type as per API 610, and seal oil pumps
shall be rotary type as per API 676.
4.4.5 As stated.
4.4.7 (Modification)
Shaft-driven pumps & air-or-gas driven pumps shall not be provided. Emergency pumps
shall be driven by DC power. Type of driver for main pump shall be as per data sheet and
standby pump driver shall be electric motor.
4.4.22 As stated.
4.5 COOLERS
4.5.2.1 (Addition)
U bend tubes not acceptable.
4.7.1 (Substitution)
The flow will be switched between coolers and filters via. individual transfer valves
independently serving each cooler and filter set.
4.8 ACCUMULATORS
4.8.3 As stated.
4.8.4 (Modification)
A precharge pressure gauge shall be provided along with nitrogen filling kit.
4.10.3 (Modification)
Delete “Unless otherwise specified”.
6.2 (Modification)
Delete “when specified”. Common relay is not envisaged for group of alarms and trips. For
each alarm, separate relay to be provided. Switches are not acceptable.
PART : V
SECTION : 3.4
DOCUMENT NO : 44NC-2600-0000-V.02-0113-A4
CONTENTS
1.0 PURPOSE
5.0 APPROVAL
1.0 PURPOSE
This specification covers general requirement of hardness of base metal, weld and heat
affected zone (HAZ) and is applicable to all C-1/2Mo, Cr-Mo steels and other materials
whenever asked for in drawings / specifications / standards. All testing shall be done in
accordance with ASTM A 450 after PWHT.
Hardness in base metals, weld and heat affected zone as per ASTM E10 shall not exceed
the following:-
For P1 materials - 200 BHN
For P3& P4 materials - 225 BHN
For P5 & P6 materials - 235 BHN
3.1 For each welding procedure qualification six tests shall be made, three in weld metal and
three in HAZ. Hardness requirements shall be as per clause 2.0 above.
3.2 In addition to the requirement of 3.1 above, Vickers Micro hardness test shall be made on
a full cross-section at 25 mm intervals beginning at 3 mm from the top surface with 5 kg
load or with a load approved by the authorised inspector. Tests shall be made at each
level for each of the following locations as per ASTM E 92:
Three tests shall be made in the weld metals, two tests in HAZ and one test in the base
metal in accordance with Fig. 1 and the hardness shall not exceed the following in base
metal, weld metal and HAZ.
For P1 materials - 210 VHN
For P3 & P4 materials - 237 VHN
For P5 & P6 materials - 247 VHN
4.1 All pressure containing weld metals are to be checked for hardness of weld and HAZ after
PWHT but before hydrotest. The hardness shall not exceed the values stipulated.
4.2 Each longitudinal seam shall be checked both internally and externally near the centre
and at one end.
4.3 Each circumferential weld shall be checked at four locations approximately 90º apart, both
internally and externally.
4.4 Each nozzle weldments shall be checked at two locations, 180º apart, both internally and
externally.
5.0 APPROVAL
In case the hardness as obtained on production test is more than the limit specified in 2.0
above, the vendor shall submit the corrective procedure to lower the hardness in writing to
Jacobs and / or authorised inspection agency for review / approval.
EPCC-1 : COKER BLOCK : DELAYED COKER UNIT & LPG CFC TREATING UNIT
PART : I
SECTION : 9
TABLE OF CONTENTS
1.0 INTRODUCTION 3
2.0 DEFINITIONS 3
5.0 CONFLICT 7
ANNEXURES
ANNEXURE – I : QUALITY PLAN FORMAT – DESIGN FUNCTIONS
ANNEXURE – II : QUALITY PLAN FORMAT – PROJECT SERVICES
ANNEXURE – III : QUALITY PLAN FORMAT – PROCUREMENT
FUNCTIONS
ANNEXURE – IV : QUALITY PLAN FORMAT – CONSTRUCTION
ACTIVITIES
ANNEXURE – V : QUALITY PLAN FORMAT – WAIVER / DEVIATION
REQUEST
1.0 INTRODUCTION
This Quality Management System requirements are to be met by the LSTK Contractor during
execution of contracted Scope of Work.
It is preferred by Owner / PMC, that Contractor has a fully documented and certified (by a third
party, internationally accredited certification agency) quality system such as ISO 9001:2000.
2.0 DEFINITION
2.3 Contractor
For the purpose of this specification, the work “Contractor” means the person(s), firm, company
or organisation who is either under the process of being contracted or contracted by Owner /
PMC for delivery of some products (Including service). The work is considered synonymous to
supplier, bidder or tenderer.
2.4 Quality Manager – Shall mean quality assurance manager dedicated to this project.
2.5 Third Party - Shall mean an independent organisation carrying out assessment on behalf of
Owner / PMC to assess Contractor’s compliance with quality system.
The LSTK contractor shall provide a detail of plan for his total scope of work along with the Bid.
This is required to assure Owner / PMC that he has understood the work and has required
capabilities to carry out the work. Following documents are required to be submitted along with
the bid to enable assessment of above stated requirements,
3.1.1 Brief description of the quality system used by the contractor for carrying out the following
activities:
¾ Project management
¾ Licensor / Technology Slection
¾ Engineering
¾ Procurement including inspection and expediting
¾ Planning and controls
¾ Construction
¾ Commissioning
¾ Subcontracting
¾ Training
¾ Quality Management
3.1.2 Details indicating the plan for all activities, required to be done by the contractor, to accomplish
offered scope of work. These quality plans must be made on enclosed forms, complete in all
respects. The quality plans shall be assumed to be detailing contractors understanding and
planning for the contract / offered scope of work. It is the responsibility of the contractor to
ensure complete harmony between deliverables covered under quality plan(s) and other
documents of the contract.
3.2.1 Various documents submitted by the Contractor during the pre-award stage shall be finalised in
consultation with PMC / Owner. It shall be presumed that once an offer is made, the contractor
has understood the requirements given in this specification and agrees to comply with them in
totality unless otherwise categorically so indicated during pre-award stage by Owner / PMC.
3.2.2 Owner / PMC will review all the quality documents including quality manual and contractor is
obliged to incorporate all comments as per this specification.
3.2.3 It is obligatory on the contractor to obtain approval on every quality document (documents
demanded by this specification and / or in the quality plans) before using a particular document
for delivery of contracted scope of work.
3.3.1 The LSTK contractor is expected to fully comply with all quality documents submitted and
finalised / agreed against the requirements of this specification. Approval of PMC / Owner on all
these documents shall be sought before start of work.
3.3.2 The LSTK contractor shall be producing sufficient quality records on controlled forms such that
requirements given in this specification can be objectively demonstrated..
3.3.3 The LSTK contractor shall facilitate PMC / Owner during quality audits / surveillance at his office
works / sites to demonstrate compliance to any / all requirements of this specification. PMC /
Owner may institute audits at its sole discretion.
3.3.4 The LSTK contractor shall discharge all responsibilities towards enforcement of this
specification on all the sub-contractors for any part of the work that is sub-contracted by the
contractor.
4.2 The LSTK contractor shall clearly establish the responsibilities and authorities of senior
functionaries such that PMC / Owner has total clarity about the concerned person depending
upon nature of the issue. The contractor shall provide adequate manpower and material
resources as per the agreed quality plans.
4.3 The contractor is required to review the contract at all appropriate stages to evaluate its
capability vis-à-vis contract scope of work. All major / critical aspects must be evaluated before
acceptance of the contract. It is expected that the contractor completely plans the contract scope
of work on quality plan formats such that no major variation is expected during delivery of
contract scope of work. Contractor shall plan the type of resources, including various work
methodology and strategies that are to be utilised for delivery of contract scope of work and form
the basis for the costing. The resources shall be planned and deployed based on good industry
practices and as per the job need.
4.4 The scope of the audit shall cover but not limited to the following areas of the project:
4.4.2 Procurement
4.4.4 The quality requirements shall address the activities / procedures associated but not limited to
following personnel / disciplines.
- Home office activities
- Project team consisting of managers from various disciplines such as process, mechanical,
electrical, civil, instrument, procurement etc.
- All functional disciplines
- Site Construction etc.
4.5 All design activities, if any, performed during delivery of contract scope of work shall be so
controlled that the output is efficient and reliable. It is expected that during development of
design, the contractor shall take recourse to detailed checking, inter departmental reviews and
documented verification methods. Demonstrable objectives evidence for these measures shall
be retained. For all design activities (including verification and review), the contractor shall use
duly qualified personnel as per good industry practices
4.6 A system which assures that latest / required version(s) of the documents(s) are available at all
locations / point of use.
4.7 In case the contractor decides to sub-contract any part of the contract scope of work (with in the
frame-work of main contract), the contractor shall ;
4.7.1 Evaluate the sub-contractor(s) before awarding them with any work.
In case, a sub-contractor may not have a system meeting requirements of this specification, the
contractor may lend his system to sub-contractor for the contract such that sub-contractor
effectively meets the requirements of this specifications.
4.8 All outputs delivered against the contract scope of work shall be suitably identified in such a
manner that either through identification or some other means, sufficient traceability is
maintained which permits effective resolution of any problem reported in the outputs. By this, the
intention is that when some problems are found in the outputs, the root cause can be traced
back through available marking on the output such that effective preventive action is feasible.
4.9 For all critical activities, contractor is expected to have documented methodologies that are to be
utilized for delivery of contract scope of work. Wherever it is difficult to fully inspect or verify the
output (special process), contractor shall pre-qualify the performers and methodologies.
4.10 All inspections carried out by the contractor’s surveillance / inspection staff shall be in conformity
to quality plans and / or inspection and test plans. All inspections results shall be duly
documented on controlled forms such that results are traceable to specific product, that was
inspected / tested. All inspections shall be carried out by duly qualified personnel as per industry
norms or applicable standards.
4.11 All Inspection, Measuring & Test Equipment (IMTE) shall be duly calibrated as per national,
international standards / codes and only duly calibrated and so certified IMTEs shall be utilised
for inspection / testing of contract scope of work.
4.12 All outputs / products delivered against contract scope of work shall be duly marked such that
their inspection / control status is clearly evident during all stages / period of the contract.
4.13 All non-conformities found by contractor’s inspection / surveillance staff shall be duly recorded
including their disposal action. Effective corrective and preventive action shall be implemented
by the contractor for all repetitive non-conformities.
4.14 All non-conformities found by PMC / Owner representative shall be duly recorded on a controlled
form. Such non-conformities shall be analyzed by the contractor and effective and appropriate
correction, corrective and preventive actions shall be implemented. Contractor shall intimate
PMC / Owner of all such corrective and preventive actions implemented by him. Effectiveness of
implemented corrective and preventive action shall be monitored till next two audits.
4.15 Contractor shall establish appropriate methodologies for safe and effective handling, storage,
preservation of various materials / inputs encountered during delivery of contract scope of work.
4.16 Contractor shall prepare sufficient records for various processes carried out by him for delivery
of contract scope of work such that requirement of this specification can be objectively
demonstrated. Various records produced during performance of any activity shall be specified in
the quality plans. In case PMC / Owner finds that enough objective / recording is not available for
any particular process, contractor shall be obliged to make additional records so as to provide
sufficient objective evidence. The decision of PMC / Owner shall be final and binding on such
issues.
4.17 The contractor shall carry-out internal quality audit for the contract scope of work including this
specification after every three months. Audits shall be scehduled such that each element of
contractor’s quality system applicable to each major activity areas viz., design / engineering,
project management, procurement, construction and commissioning is audited. An independent
team having appropriate qualification shall be appointed for this purpose. The findings of such
assessment shall be duly recorded and appropriate corrective and preventive actions
established and acted upon, the complete report / copy of these shall be sent to PMC / Owner
for information / review.
4.18 The contractor shall institute second part audits on all subcontractors after every three months to
establish compliance to this specification. PMC / Owner reserves the right to nominate their
representatives during such audits. Records of findings and actions shall be maintained.
4.19. For all special, verification and critical processes, contractor shall deploy only qualified
performers. Wherever PMC / Owner find any deficiency, the contractor shall be obliged to impart
necessary training / qualifications to the performer(s) before any further delivery of work.
5.0 CONFLICT
In case of any conflict between the main contract and requirements given in this specification or
any document finalised based on this specification, the requirements / provisions of the main
contract shall prevail.
6.1 Management Review Meetings shall be carried out scheduled quarterly or on as needed basis at
sufficient intervals.
6.2 The Management shall address in these meetings the feed back received from audit findings,
non-conformities and the feed back from Owner / PMC.
6.3 There shall be total involvement and commitment by the Management to enhance Owner’s
satisfaction through continual improvement of the system and assurance of conformity to
Owner’s and applicable regulatory requirements.
Under present constraints, requested waiver / deviation is most optimum for the project and does not involve any security and
safety hazard
Date Signature
Contractor / Vendor(With Seal) / Jacobs
Decision on waiver / deviation with remarks, if any, on time / cost implications
(To be filled by the department / division in Jacobs responsible for conveying to the originator)
Signature : _________________________
Date : _____________
Name : _____________________________
FORWARDED TO __________________
(Target Resolution Div / Dept./Group)
L. V. INDUCTION MOTORS
TABLE OF CONTENTS
1.0 SCOPE
2.0 STANDARDS
10.0 CERTIFICATION
11.0 SPARES
13.0 DEVIATIONS
1.0 SCOPE
1.1 This specification covers the Design, Manufacture, Testing and Supply of three phase
induction motors of the squirrel cage type.
1.2 This specification shall accompany Data Sheets, technical specification which will stipulate
specific requirements of motors. In case of any contradiction between various referred
standards/specifications/data sheets and statutory regulations, the following order of
precedence shall govern:
- Statutory regulations
- Data sheets
- Technical Specifications
- This Specification
- Codes & Standards
2.0 STANDARDS
2.1 Motors shall be manufactured in accordance with the latest Indian Standard Specification
current at the time of order, including amendments, and in particular following :
7 IS: 2148 Electrical apparatus for explosive gas atmospheres – flameproof enclosures “d”
9 IS: 2253 Designation for types of Construction and Mounting Arrangements of Rotating
Electrical Machines.
13 IS: 4691 Degree of Protection provided by enclosures for rotating Electrical Machinery
15 IS: 4728 Terminal Marking and direction of rotation for Rotating Electrical Machinery.
17 IS: 5571 Guide for selection of electrical equipment for hazardous areas
18 IS: 5572 Classification of hazardous areas (other than mines) having flammable gases
and vapours for electrical installation
20 IS: 6381 Electrical apparatus for explosive gas atmospheres – increased safety “e”
21 IS: 7389 Electrical apparatus for explosive gas atmospheres – pressurized enclosures “p”
24 IS: 8289 Specification for electrical equipment with type of protection ‘n’.
26 IS: 9628 Three phase induction motor with type of protection ’n’
27 IS: 12065 Permissible limits of noise level for rotating electrical machines
28 IS: 12075 Mechanical vibration of rotating electrical machines with shaft heights 56 mm &
higher – measurement, evaluation & limits of vibration severity
29 IS: 12615 Energy efficient induction motors – three phase squirrel cage
31 IS:12824 Type of duty class & rating assigned to rotating electrical machines
32 IS:13408 Code of practice for selection, installation & maintenance of the apparatus for
use in potentially explosive atmospheres
34 IS:13555 Guide for selection & application of three phase A. C. induction motors for
different types of driven equipments
35 IS:14222 Impulse voltage withstand levels for rotating electrical machines with form-wound
stator coils
36 IS:14568 Dimensions & output series for rotating electrical machines, frame numbers 355
to 1000 and flange numbers 1180 to 2360
2.2 In case of motors manufactured in accordance with other standards manufacturer or vendor
shall state the reference number and title of the standards adopted. Generally equivalent
standards by IEC/ BS/ VDE/ IEEE/ NEMA or equivalent standards shall be acceptable.
2.3 In case of imported motors, standards of the country of the origin shall be followed if these are
equivalent / stringent than the applicable Indian Standards.
3.1 Climatic conditions and other environmental conditions will be as specified in the Data
Sheets.
It should be however noted in general that the motors shall be suitable for use in tropical
climate with high humidity, heavy rainfall, and conducive to fungus growth and corrosion.
4.2 Variations in electric supply, under which motor shall be operated continuously without any
adverse effects will be as follows, unless specified otherwise in the Data Sheets:
Voltage variation : + / - 10 %
Frequency Variation : +/-5%
Combined Voltage & Frequency Variation : + / - 10 %
Motors shall be designed to continue running through the following specific conditions against
their specified loads and to recover to normal conditions when the voltage is restored to
normal. This is applicable to HV motors only.
Induction motors: at zero voltage for 0.5 seconds, recovering instantaneously to at least 85%
normal volts.
5.1 GENERAL
5.1.1 The offered equipment shall be brand new with state of the art technology and proven field
track record. No prototype equipment shall be offered.
5.1.2 Availability of spare parts and maintenance support services for the offered equipment shall
be ensured for at least for 15 years from the date of supply.
5.1.3 Vendor shall give a notice of at least one year to the end user of equipment before phasing
out of product/ spares to enable the end user for the placement of order for spares & services
5.1.4 All motors shall be continuous maximum rated unless otherwise specified in Data Sheet.
Intermittent rated motors shall conform to duty cycle specified in Data Sheet.
Unless otherwise specified, three phase squirrel cage induction motors of 2,4,6 & 8 poles for
all frame size up to 315L shall be energy efficient (eff1/ eff2 as specified in data sheet) having
output ratings as specified in IS 1231 for continuous duty (S1) operation at rated voltage and
frequency.
5.1.5 Motors shall be capable of giving rated output without reduction in the expected life span
when operated continuously with the variation in supply conditions as indicated in the data
sheet.
5.1.6 Motor body or frame shall be of close grained cast iron or of welded steel construction in case
of large motors. The design of the body shall ensure ruggedness and damping of vibration.
The rotor alongwith the fan and half coupling or other drive device (if fitted) shall be statically
and dynamically balanced.
5.1.7 All parts of identical motors, such as rotors, bearings and end shields, etc. shall be fully
interchangeable with specific reference to rotor.
5.1.8 Design and construction of the motors shall be such as to facilitate inspection, cleaning,
maintenance and repairs.
5.1.9 Fans provided for fan-cooled motors shall preferably be of the non-directional type, with
protection against accidental contact. In case they are uni-directional, direction of rotation
shall be clearly indicated on the non-driving end of the motor.
5.1.10 All motors shall have single bare shaft extension with key way and key, except where noted
otherwise.
5.1.11 Fans for motors used in hazardous areas (Zone1 and 2) shall be manufactured from non-
sparking material and if non-metallic shall be painted with an electrically conducting paint, to
prevent accumulation of static charge.
5.1.12 Direction of airflow, in case of slip ring motors, shall be such that airflow will carry the carbon
dust away from the winding.
5.1.13 Air to water heat exchanger shall have double tube plates; spray baffles and drip trays with
siphon drains to prevent water reaching the windings.
5.1.15 All L. V. motors shall be Bi-directional. For 2 pole motors of frame size 280 and above the
direction of rotation may be unidirectional.
5.1.16 Normally, clockwise rotation is desired, when viewed from the driving (coupling) end. This is
applicable, when the terminals marked as per IS: 4728 are connected to the supply giving
terminal phase sequence corresponding to the alphabetical sequence of the terminal letters.
5.1.17 Counter-clockwise rotation of the motor shall be obtained by connecting the supply to
terminals so that the phase sequence corresponds to the reversed alphabetical sequence of
the terminal letters. Ample space shall be provided at the terminal box for interchanging any
two external leads for obtaining the reverse phase sequence.
5.2 ENCLOSURE
5.2.1 Enclosures for motors shall be as specified in Data Sheets. Degree of protection in
accordance with IS-4691 shall also be as per Data Sheet.
Motors for outdoor installation shall be of weatherproof construction (IPW 55) such that no
additional protection is required to be provided by the Purchaser. Motor casing shall be
provided with a suitable drain for removal of condensed moisture except in case of flameproof
motors.
5.2.2 Construction of enclosures for flameproof (Exd) motor and the terminal box shall conform to
IS 2148 and shall be suitable for the group of gasses specified in Data Sheet.
5.2.3 Construction of enclosures for increased safety (Exe) motors shall conform to the latest Indian
Standard Specification 6381 and shall be suitable for temperature class specified in Data
Sheet.
5.2.4 Vertical motors with downward shaft shall be provided with fully covering rain canopies.
Vertical motors with upward shaft e.g. on fin-fan coolers, shall be adequately protected, (such
as cowls/canopies) against ingress of water into the enclosure or the bearing housing even
when standing still for long periods of time
5.2.5 All internal and external metallic parts which may come into contact with cooling air shall be of
corrosion resistant material or appropriately treated to resist the corrosive agents which may
be present in the atmosphere. Screws, nuts & bolts shall be hot dip galvanized or zinc
passivated to protect against corrosion.
5.2.6 Type of motors that require variable speed drive system shall be suitable for
variable speed range with temperature rise within limit and also shall be suitable for area
classification.
5.2.7 Flameproof Ex(d) motors operating on variable speed drive system shall have CMRI or
equivalent authority certifying the suitability of drive motor with VSDs.
5.2.8 Increased safety Ex(e) motor operating on variable speed drive system shall be type tested
as a unit in line with latest requirement of IEC (31J/47/FDIS).
5.3.1 All motors shall have grease-lubricated ball and/or roller bearings or bearings of the sleeve
type. Vertical motors shall have special thrust bearings suitable for the load imposed by the
driven equipment.
5.3.2 All bearings shall be of reputed manufacture and of a type interchangeable with other makes
and types. Ball and roller bearings shall have an L10 life of 40, 000 hours at rated operating
conditions. (The L-10 rating life is the number of hours at constant speed that 90% of a group
of identical bearings will complete or exceed before the first evidence of failure). Unless
otherwise specified, the bearing shall be adequate to absorb axial thrust produced by the
motor itself or due to shaft expansion.
5.3.3 All bearings shall be provided with seals to prevent the ingress of dust, moisture and all other
harmful substances.
5.3.4 For large capacity motors, the bearing shall be of the pedestal oil ring lubricated, sleeve type,
fitted with liberally sized oil reservoir and level indicator. Sleeve bearings shall be designed
with low bearing pressures and provided with drain plug. A thermometer with alarm and trip
contacts shall also be provided.
5.3.5 Grease lubricated bearings shall be packed with suitable grease before the motors are
dispatched. These shall be provided with nipples, and relief valves or plugs, suitable for on-
line greasing. Bearing shall be capable of grease injection from outside without removal of
covers with motors in the running conditions. The bearing boxes shall be provided with
necessary features to prevent loss of grease or entry of dust or moisture. Where grease
nipples are provided these shall be associated, where necessary, with appropriately located
relief devices, which ensure passage of grease through the bearing. Pre-lubricated sealed
bearings may be considered provided a full guarantee is given for 4 to 5 years of trouble-free
service without the necessary of re-lubrication.
5.3.6 In cases such as pumps for hot liquids where the driven machine operates at high
temperatures, bearings shall be cooled by a shaft mounted fan. This shall ensure efficient
ventilation of the bearing and disperse the heat transmitted from the driven object by
conduction or convection. For motors operating in hazardous areas, fans shall be of an anti-
static non-sparking material.
5.3.7 Wherever necessary, insulating pads between the bearing pedestals and bed plate shall be
provided to eliminate shaft circulating currents. An earth terminal shall be provided on the
drive and bearing pedestal.
5.3.8 For unlocked shafts, the end clearance on the motor shall exceed the coupling end float.
Permissible limits of rotor movement shall be marked on the shaft.
5.3.9 The as built motor data sheets which shall be submitted by the supplier shall contain bearing
number for easy reference.
5.4.1 The windings shall be connected in delta. However, for motors rated 2.2KW and below, star
connection may be accepted.
5.4.2 If star-delta starting is required, this will be specified in the data sheet and the motor windings
shall be fully insulated for delta connection.
5.5.1 The terminal box shall be robust construction and large enough to facilitate easy connection
of the cables. The terminal box shall be with necessary clearances, creepage distances
between live parts and between live parts to earth considering air insulation and without any
compound filling. Terminal box cover shall be provided with handles to facilitate easy removal.
5.5.2 Terminal boxes shall be cast iron or of welded steel construction with screwed conduit entries.
The size of the terminal boxes, conduit entries and terminals shall be suitable for termination
and connection of specified type and size of cables. Adequate space shall be provided for
termination of aluminium conductor cables. The terminals shall be complete with two flat
washers, one lockwasher and nut to make them secure and vibration-proof.
5.5.4 Terminal boxes for power cables shall be located on right hand side when viewed from the
driving end or on top. The terminal boxes shall be rotatable in steps of 90° without disturbing
the motor winding connections to the terminal block.
Caution nameplates on flameproof or increased safety motor terminal boxes shall be as per
IS 2148 or IS 6381 respectively.
5.5.5 The terminal box shall be capable of withstanding internal short circuit condition without
danger to the personnel or plant from the emission of hot gases or flames due to excessive
distortion or damage to the terminal enclosure.
5.5.6 An adequately sized earth terminal shall be provided in the motor terminal box for termination
of the fourth core of specified cables.
5.5.8 Separate auxiliary terminal boxes shall be provided for anti-condensation heaters and
temperature detectors. Caution nameplates with inscription "Caution-Live Heater / Detector
Terminals" shall be provided on auxiliary terminal boxes for heater and detector terminal
boxes.
5.6.1 Unless otherwise specified, motors shall be designed for direct-on-line starting. Motors shall
be designed for re-acceleration under full load after a momentary loss of voltage with the
residual voltage being 100% out of phase.
5.6.2 All motors shall be suitable for starting under specified load conditions with 85% of the rated
voltage at the terminals.
5.6.3 Minimum locked rotor thermal withstand time at rated voltage shall be 10 seconds under cold
condition and 8 seconds under hot condition. The hot thermal withstand time at 100% voltage
shall be atleast 5 seconds more than the starting time at 80% voltage.
5.6.4 Unless otherwise agreed, the starting time of the motor shall be less than the hot thermal
withstand time of the motor (time tE in case of increased safety motors) to facilitate application
of conventional bimetal relays or thermal release against locked rotor and overload
conditions.
5.6.5 All motors shall be capable of atleast two starts in quick succession after the motor windings
have attained their maximum permissible temperature. If a more onerous duty is required, the
same shall be indicated in the Data Sheet.
5.6.6 Motors shall be designed to allow the minimum number of consecutive starts
indicated below:
5.6.7 Starting current of squirrel cage motor with full voltage starting shall normally not exceed
600% of the full load current with tolerance specified in IS 325.
5.6.8 Starting torque of Squirrel cage induction motors started on full voltage shall generally not be
less than 200% of the full load torque. Cases, where higher starting torque is required, will be
indicated in Data Sheets. Pull out torque (breakdown) of motors shall not be less than 200%
of the full load torque. In case of motors driving equipment with pulsating loads (e.g.
reciprocating compressors) the minimum value of pull out torque at 75% of the rated voltage
shall be more than the peak value the pulsating torque. Unless otherwise agreed, the pull out
torque shall not exceed 300% of the rated load torque.
5.6.9 Starting torque and minimum torque of the motor shall be compatible with the speed torque
curve of the driven equipment under specified operating condition. For heavy-duty drives such
as blowers, fans, etc. high starting torque (min.150%) motors shall be provided.
5.6.10 In case of L.V. Motors driving high inertia equipment, the manufacturer shall provide
calculations for acceleration time, torque speed curves for motor and current time curves.
Necessary Data for the driven equipment such as torque-speed curves, moment of inertia
etc., shall be furnished by others for this purpose.
In case of reciprocating compressor or similar equipment, the stator current pulsations shall
be given by the manufacturer. In all cases, manufacturer shall ensure that the starting current
withstand time of the motors shall be higher than the calculated starting time.
5.6.11 The manufacturer shall also furnish time tE for Exe and Ex n motors.
5.7.1 L.V. motors shall have class 'B' insulation unless Data Sheet specify another class of
insulation.
5.7.2 The windings shall be tropicalized. Winding of motors shall be treated or impregnated with
suitable varnishes to render them non-hygroscopic and resistant to dirt and oil. Windings shall
also be treated to make them resistant to acidic / alkaline vapours when the atmosphere is
specified as corrosive.
5.7.3 In case of SPDP motors, used for outdoor installation, or in case of vertical hollow shaft pump
motors, end turns of windings shall be treated with epoxy based varnishes for weather
resistance. Suitable baffle shall be provided to avoid direct splashing of water on the
windings.
5.7.4 All insulating materials used in the construction of motors shall be non-hygroscopic. Coils
shall be made of copper.
5.7.5 Windings shall be adequately braced to prevent any relative movement during operating and
in this respect, particular care shall be taken for the stator windings of direct-on-line starting
squirrel cage motors. Insulation shall be provided between coils of different phases, which lie
together. Core laminations must be capable of withstanding burnout for rewind at 4000C
without damage or loosening.
5.7.6 In case of motors driving equipment with pulsating loads, special attention shall be paid to the
joints of rotor bars and end rings to avoid premature failures due to induced fatigue stresses.
5.7.7 Insulation and impregnation of windings shall be carried out in a manner which will facilitate
easy removal and replacement of coils. All coils shall be adequately supported to prevent
movement under shock or short circuit stresses, or shocks due to electro-dynamic braking
with phase reversal.
5.7.8 Joints shall be kept to a minimum, where joints are made, conductors shall be tinned to
prevent oxidation, rivetted and soldered or brazed.
5.7.9 All joints shall be supported adequately to relieve them from mechanical strain. Insulation
level of the joints shall not be less than for the motor windings.
5.7.10 Leads from motor windings to the terminal box shall be adequately supported throughout and
shall be kept away from sharp edges to prevent abrasion. Openings in the motor frame
through which the leads are brought out shall be sealed to isolate the terminal box from the
motor.
5.8.1 The temperature rise of motors for all types of enclosures when tested in accordance with IS
325 shall not exceed the limits specified therein, corresponding to the class of insulation used
and on the basis of normal conditions of service stipulated in Data Sheets.
5.8.2 Motor shall be suitable for continuous running, without exceeding temperature limits when the
motor terminal voltage drops to 85% of the motor rated voltage, for 5 minutes, commencing
from hot condition.
All motors shall be self-ventilated, fan cooled. Fans shall be corrosion resistant or
appropriately protected. They shall be suitable for motor rotation in either direction without
affecting the performance of the motor. If this is not possible for large outputs, it shall be
possible to reverse the fan without affecting the balancing of the motor.
5.10 ROTORS
5.10.1 All rotors shall be free from excessive inherent axial thrust. End play of rotor shall be kept to a
minimum, unless Data Sheets specify the end-float required.
5.10.2 The rotor shall be dynamically balanced to provide a low vibration level and long service life
for the bearings. The accepted values of peak to peak vibration amplitudes for a motor at
rated voltage and speed on a machined surface bedplate with the motor leveled and with a
half-key or coupling fitted shall not exceed those given in IS: 12075. Die cast aluminum rotors
for motors in hazardous areas may be accepted provided the same are type tested and
approved by competent authorities.
5.11.1 Embedded temperature detecting sensors may be provided when specifically asked for.
5.11.2 Adequate precaution shall be taken to ensure that detector leads shall not be charged
accidentally to motor potential. Film type arrestors will be fitted at detector terminals in
terminal boxes to prevent danger to detecting equipment and personnel.
5.11.3 All motors operating on VSDs shall have embedded temperature detectors / thermistors for
winding with thermistor relay which will trip the motor in case the temperature of winding
exceeds the permissible limits. For temperature detectors / thermistors 2/3 logic shall be
provided for tripping.
5.12 ANTI-CONDENSATION
5.12.1 Anti-condensation heaters shall be provided when specifically asked for. Heaters shall
normally be suitable for 250 volts, Single Phase, A.C. supply, designed for continuous
operation unless otherwise specified in Data Sheet. Heaters shall be metal encased with a
low surface temperature. In addition, a removable, threaded, plug shall be provided to remove
condensed moisture.
5.12.2 Motors meant for humid location such as cooling tower fans, sump pump motors etc. shall be
provided with space heaters irrespective of the motor rating in motor data sheet. The heaters
shall be permanently ‘ON’ when the motor is not in service.
5.12.3 For motors to be installed in a hazardous atmosphere (Zone-1 or zone-2) such heaters shall
be confirm to the provisions of applicable IS and temperature classifications defined in the
data sheet.
5.12.4 The heater leads shall be brought out to a separate terminal box of the same specification
and grade of protection as the main power terminal box.
5.12.5 A warning label with indelible red inscription shall be provided on the motor to indicate that the
power line and the heater supply shall be isolated before carrying out any work on the motor.
5.14.1 Two earthing terminals comprising terminal studs, two plain washers, one spring washer shall
be provided preferably on diagonally opposite sides of the frame.
5.15 PAINTING
5.15.1 Before despatch from the motor manufacturer's works, all motors shall have all bright parts
coated with anti-rusting compound.
5.15.2 All motors shall be painted in an approve manner using two priming coats, one undercoat and
one finish coat to the Purchaser's Painting Specification, and shall have all surface throughly
cleaned and degreased prior to painting.
5.15.3 The Purchaser's Painting Specification will be issued to the Vendor when orders are placed.
The final colour shall be to the Purchaser's requirements.
5.16.1 Rating plates shall be provided on all motors. These rating plates together with any labels
giving necessary instructions, shall be of a design so that corrosion will not cause obliteration.
5.16.2 The Purchaser's Motor reference and bearing numbers and other details shall be marked on
an auxiliary stainless steel nameplate if called for in Data Sheets. Rating plates/name plates
shall be fixed to an easily visible, non-removable part of the frame. Rating plates shall give
the necessary information as specified in the applicable standards. Additional nameplate shall
be provided to indicate the service and tag no. of each motor.
5.16.3 For motors to be used in explosive gas atmospheres, indication plate shall have information
such as, the type of construction and the explosion grade and ignition temperature class of
gas.
5.16.4 Motor terminals shall be clearly and permanently marked with reference letters in accordance
with the applicable Indian Standards/IEC.
5.16.5 A non-corrosive connection diagram plate shall be fixed to the motors having special windings
or tappings, such as multi-speed motors.
5.16.6 Uni-directional motors shall have their direction of rotation clearly marked by means of an
arrow.
5.17 VIBRATIONS
Limits of viberations shall be in accordance with IS-12075. The velocity of motor vibration
shall not exceed the value specified in the IS-12075 when measured on the bearing housings
of motors in the horizontal, vertical & axial directions operated with no-load at rated voltage
and rated frequency.
The mean sound pressure level of motors shall not exceed 85 dBA at 1 meter, measured in
accordance with IS-12065 or relevant IEC standard.
The first actual critical speed of stiff rotors shall not be lower than 125% of the synchronous
speed. For flexible rotors this shall be between 60% and 80% of the synchronous speed; the
second actual critical speed shall be above 125% of the synchronous speed.
When slide rails, bedplates or soleplates are supplied alongwith motor, the holding down bolts
for the motor shall also be supplied. All embedded parts shall be supplied and shims of SS
304 shall be used.
A set of any special tools necessary for maintaining the whole of the requirement supplied
shall be provided.
7.1 Test Certificates shall be furnished for all motors indicated in the Data Sheets.
7.2 Routine tests as per IS 4722 shall be carried out on all motors. Type tests shall be carried out
on L.V. Motors, when specifically called for. In case of identical motors, type tests may be
carried out on the first of each rating and speed.
7.3 The manufacturer shall periodically carry out the following type tests as per applicable Indian
Standards for all the frame sizes & ratings of the motors:
a) Full load test and measurement of voltage, current, power & slip
b) Measurement of starting torque, starting current, full load torque & pull out torque
c) Measurement of efficiency & pf at 100%, 75% & 50% load
d) Temperature rise test
e) Momentary overload test
f) Measurement of noise level test
g) Measurement of vibration
h) Over speed test
The above tests shall be witnessed and approved by reputed inspection agencies. The
manufacturer shall maintain the test records and submit to the Owner’s inspector at the time
of final inspection & testing. In no case the test records shall be more than 5 years old.
In special cases where the type tests are asked to be carried out, these shall be witnessed by
the Owner’s inspector.
The manufacturer shall carry out routine tests as per applicable Indian Standards. Routine
tests not limited to the following shall form part of the acceptance testing:
a) General visual checks, name plate details, mounting, terminal box location
and cable gland sizes
b) Measurement of shaft height dimensions
c) Measurement of clearances in the terminal boxes
d) Verification of type of terminals (For Ex-e & Ex-n motors)
7.4 The Purchaser reserves the right to witness all tests and the Purchaser shall be given ten
working days notice of all tests being carried out.
7.5 All apparatus, instruments etc. required for tests shall be provided by the manufacture and
shall have been checked and tested for accuracy during the twelve months prior to the test.
Calibration certificates for all indicating meters and instruments used for testing shall be
furnished at the time of inspection.
7.6 A certificate issued by the relevant authorities shall be provided for each Ex-d or Ex-e certified
motor.
The manufacturer shall submit the following certificates for verification to the Owner’s
Inspector:
(a) Test certificate for the degree of protection of enclosure
(b) Test certificates issued by the recognized independent test house for hazardous area
motors
(c) Approval certificates issued by Statutory Authorities for Ex-d motors
BIS license & marking requirement as required by Statutory Authorities for Ex-d
motors
7.7 Thought the motors shall be accepted on the basis of the satisfactory result of the testing at
shop, it shall not absolve the Vendor from liability regarding the proper functioning of the
motors coupled to the driven equipment at site.
All the equipment shall be divided into several sections for protection and ease of handling
during transportation. The equipment shall be properly packed for transportation by ship/ rail
or trailer. The equipment shall be wrapped in polythene sheets before being placed in crates/
cases to prevent the damage to finish. Crates/ cases shall have skid bottom for handling.
Special notations such as ‘Fragile’, ‘This side up’. ‘Centre of gravity’, ‘Weight’, ‘Owner’s
particulars’, ‘PO no’ etc shall be clearly marked on the package together with other details as
per purchase order.
The equipment may be stored in outdoors for long periods before installation. The packing
shall be completely suitable for outdoor storage in areas with heavy rains/ high ambient
temperature, unless otherwise agreed.
9.1 Vendor to furnish these as per Vendor Document Requirements attached with the
specification. The drawings shall generally include the following :
Performance
Characterstics - As specified in data sheet
10 CERTIFICATION
The motors and associated equipment shall have test certificates issued by recognized
independent test house (CMRI/ BASEEFA/ LCIE/ UL/ FM or equivalent). All indigenous
motors shall confirm to the Indian standards and shall be certified by Indian testing agencies.
All motors (indigenous & imported) shall also have valid statutory approvals as applicable for
the specified location. All indigenous flameproof motors shall have valid BIS license &
marking as required by statutory authorities.
11 SPARES
The Vendor shall provide with his quotation, separate priced list of recommended
commissioning and operating spares.
12 QUALITY ASSURANCE
12.2 Quality Assurance will commence at the enquiry stage and follow through to completion and
acceptance, thus ensuring total conformity to Purchaser's requirements.
13 DEVIATIONS
13.1 Deviations from specification must be stated separately in writing at the quotation stage.
13.2 In the absence of such a statement, it will be assumed that the requirements of the
specification are met without exception.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 441 of 724
SCOPE OF WORK & JOB DOCUMENT No.
SPECIFICATION FOR A133-086-16-50-SP-5025 Rev A
CENTRIFUGAL PUMP Page 2 of 4
Supervision of
Supervision of
testing &
Items Supply Installation at
commissioning
site
at site
H. V. Motors Yes Note-1 Note-1
M. V. Motors Yes Note-1 Note-1
Flameproof double compression,
nickel plated brass cable glands
and heavy duty, tinned copper
crimping type lugs for Yes Note-1 Note-1
termination of power and control
cables at vendors supplied
equipments.
Notes:-
1. Supervision of Installation, Testing and Commissioning shall be carried out as
per requirement mentioned elsewhere in this MR.
2. Spares for all electrical items (i.e. HV motor, MV motor, any other electrical
items etc.) for two (2) years of normal satisfactory operation of the complete
electrical system. List of recommended spares along with unit rates shall be
furnished with offer.
3. Bidder to furnish the list of commissioning spares/start-up spares (separately
mentioned) with their offer.
4. Bidder shall supply the minimum mandatory spares as listed in document no.
44NC-4600-0000/N.02/0028/A4 attached with the MR.
5. Special tools & tackles (if required) is included in bidder’s scope, list of these
equipments shall be furnished along with offer.
2. EXCLUSIONS
S.
Tag No. Area Classification Enclosure
No.
1. 86-G-07 A/B Zone-2, Gas Group IIA/IIB, T3 Ex n
2. 86-G-08 A/B Zone-2, Gas Group IIA/IIB, T3 Ex n
3. 86-G-11 A/B Zone-2, Gas Group IIA/IIB, T3 Ex n
4. 86-G-13 A/B Zone-2, Gas Group IIA/IIB, T3 Ex n
ii. All motors with enclosure protection Ex’n’ shall be without pre start ventilation and shall meet the
requirement of IS/IEC-60079-15(2005).
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 442 of 724
SCOPE OF WORK & JOB DOCUMENT No.
SPECIFICATION FOR A133-086-16-50-SP-5025 Rev A
CENTRIFUGAL PUMP Page 3 of 4
iii. Cable glands and lugs shall meet the requirements of IS/IEC: 60079-0.
iv. All electrical equipment for use in hazardous areas shall be certified by CIMFR (formerly CMRI),
PTB, Baseefa, UL, FM or equivalent independent testing agency for the service and the area in
which it can be used and shall be approved by PESO/CCoE.
4. GENERAL REQUIREMENTS
In addition to the specifications, following specific requirements shall also be met:
i. All offered MV and HV induction motors shall comply with specification no. 44NC-4600: ESS
01A & 44NC-4600: ESS 01B respectively.
ii. All motors shall be high energy efficient type IE2 conforming to latest IS 12615:2011.
iii. All valid certificates as per standard specification requirements for Ex n motors shall be furnished
for Owner’s review/records.
iv. All motors shall be totally enclosed fan cooled type having degree of protection IPW-55, suitable
for outdoor installation. The bidder shall furnish a copy of test certificate for IPW-55 degree of
protection.
vi. All the motors shall have class ‘F’ insulation with temperature rise limited to class ‘B’.
vii. For all motors, the winding shall be suitably treated for corrosive atmosphere with epoxy gel
treatment on winding overhang.
viii. Reacceleration, where specified, for motors shall be provided to cover brief interruption upto 5
seconds in normal power supply. Insulation for such motors shall be designed for 140% of the
rated insulation level to take care of any out of steps voltages that might result during
reacceleration.
ix. All motors rated above 22kW shall be provided with space heater. Separate terminal box shall be
provided for the same.
- Starting current of motors rated upto 2.5MW shall be limited to 550% (inclusive of +ve
tolerance).
- Starting current for motors rated up to 75kW shall be limited to 600% (inclusive of +ve
tolerance).
- Starting current for motors rated more than 75kW and up to 160 kW shall be as per IS-
12615.
xi. For HV motors rated above 750kW, RTD and BTD shall be provided. RTD shall be 4 nos.
simplex or 2 nos. duplex per winding. BTD shall be duplex with 1 no. each for DE and NDE
bearing. Dual dial type temperature indicator without contacts for bearings shall also be provided.
Minimum 10% additional RTD points shall be provided and shall be wired up to terminal block.
xii. HV motors shall be suitable for starting under specified load conditions with 90% of the rated
voltage at the terminals and MV motors shall be suitable for starting under specified load
conditions with 85% of the rated voltage at the terminals. Hot withstand time shall be minimum 2
sec. more than the acceleration time at reduced voltage.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 443 of 724
SCOPE OF WORK & JOB DOCUMENT No.
SPECIFICATION FOR A133-086-16-50-SP-5025 Rev A
CENTRIFUGAL PUMP Page 4 of 4
xiii. Induced voltage across the shaft ends of motor shall not exceed 250mV (rms) for ball and roller
bearings and 400mV (rms) for sleeve bearings. Wherever it exceeds the specified limit, the NDE
bearing shall be insulated from the motor frame to avoid circulating currents. The insulated
bearing end shield or pedestal shall bear a prominent warning.
xiv. Main terminal box for HV motor shall be suitable to withstand fault current of 40kA for 0.2
seconds. PSTB type neutral terminal box shall be provided.
xv. Motors shall have type test certificates as required in the standards for conforming compliance to
the testing requirements.
Makes of the equipment/ components shall be strictly as per attached vendor list (doc. no.
44NC-4600: 00:R:01:0005:A4 Rev.4)
6. LIST OF ATTACHMENTS
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 444 of 724
APPENDIX - A
Note : Following modification has been made from the original ITP attached with Bid Document.
1. In activity 3 :scope of Inspection LSTK contractor has been deleted
2. Activity 4: Shipping drawings of completed equipments has been deleted
3. Activity 5: Summary of all supplimentory requirements as specified in the order/PS/PR deleted
4. Activity 6: Sub-order verification for bought out items deleted
5. Activity 8: NDT of pump components has been modified as W for TPI and location has been changed at Pump
manufacturer’s works
6. Activity 9: WPS/PQR has been modified as W for New and R for existing for TPI
7. Activity 10 : Visual /NDT check of pump casing after final machining has been modified as R for TPI
8. Activity11 : Hydro test of pump casing including jacket etc has been modified as W for TPI
9. Activity12 : Dynamic balancing of pump rotor with coupling has been modified as R for TPI
VENDORS LIST
DOCUMENT NO : 44NC-4600:00:R:01:0005:A4
INDEX
No. of
Sheets
v. PIPING 29
vi. ELECTRICAL 22 4
vii. INSTRUMENTATION 26
ix. MISCELLANEOUS 4
A) Part of the unit / plant from OWNER / CONSULTANT approved vendors only. This shall
include sub-ordered items / components also. The ‘Approved Vendors’ shall be items
specific.
B) OWNER / CONSULTANT approved vendors list for the following items is enclosed in this
section.
Vendors on OWNER / CONSULTANT holiday list shall not be considered for ordering.
Names of such vendors who are put on OWNER / CONSULTANT‘Holiday List’
subsequent to vendor approval at bidding stage shall be informed to the CONTRACTOR
at any stage of the Project. CONTRACTOR shall comply with this requirement without
any time or cost implication to the OWNER.
E) For items not covered in the above list, the vendors list shall be approved by OWNER /
CONSULTANT prior to placement of order by CONTRACTOR. CONTRACTOR shall list
down the proposed suppliers / vendors for such items and submit the same for OWNER /
CONSULTANT’s review / approval along with necessary documents / credentials. Non-
acceptance of a particular proposed vendor due to any reasons whatsoever shall not be
a cause of schedule and cost implication.
G) For vendors included in each category, it will be Contractors responsibility to ensure that
item being ordered on approved vendor has been manufactured and supplied by them
(range, thickness, size, capacity, MOC etc.) on past projects of CPCL / CONSULTANT or
any reputed Refinery / Hydrocarbon Sector under TPI.
H) At any stage of the project, if it comes to the notice of OWNER / CONSULTANT that
CONTRACTOR have procured material / equipment, intentionally or unintentionally
whatsoever, from an unapproved vendor and/or items not falling in approved range of
vendor(s), the same shall be rejected forthwith and CONTRACTOR shall be liable to
replace such material / plant / machinery without any schedule and cost implication to the
OWNER.
I) List of vendors appearing anywhere else in the contract document, except for the
vendors list provided by PROCESS LICENSOR, shall not be considered by
CONTRACTOR and shall be superseded by the vendor list enclosed herewith.
Wherever, vendors list is given by Process Licensor, for specific items, it shall be
mandatory. If contractor intends to procure from any other vendors, clearance has to be
obtained from Licensor. Also other aspects like capability, timely delivery, solvency etc.
has to be ascertained by Contractor before placement of Orders.
J) It is understood that, should the name of vendors be changed due to change in their
Company or Corporate share holding, OWNER will accept such Vendors under its new
name with prior approval.
Any such approval shall, however, not release the CONTRACTOR from any of his
obligations under the contract; neither shall any such approval signify nominations or
instruction to use such a vendor. All approved vendors are deemed to have been freely
chosen by the CONTRACTOR at his own risk.
K) The approved vendors list for fabricated equipment (Vessels, Columns, Heat
Exchangers, Ejectors etc.) is for fabrication alone. Where mechanical design of the
equipment is included in CONTRACTOR’s scope, CONTRACTOR shall either himself or
through his Detailed Engineering sub-contractor be responsible for designing and
obtaining approval / review of Mechanical design calculations as per codes /
specifications specified elsewhere in the Bid / Contract document, from OWNER /
CONSULTANT.
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
3 MECO
4 Pyrotech Electronic
5 Vitronic
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
1. BECKMANN
2. FLUKE
3. AVO
4. KEW
60. VFD
VFD INDIGENOUS
1 BHEL India
2 Eurotherm dell india Ltd. India
3 Kirloskar Electric co. Ltd. India
4 L&T India
5 Rockwell Automation Ltd. India
6 Siemens India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
VFD FOREIGN
1 ABB
2 Fuji electronic co. Ltd.
3 Hitachi Ltd. Japan
4 Meidensha corp.
5 Reliance electric co.
6 Siemens AG International
7 Siemens – Allis Energy Products
8 Toshiba corporation
9 Vacon oyj
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
76. FUSES
1 Cooper Bussman India
2 GE India (P) Limited India
3 Indo Asian Fusegear Limited India
4 Larsen & Toubro Limited India
5 Siemens Limited India
78. MCCB
1 AEG India
2 GE India (P) Limited India
3 Larsen & Toubro Limited India
4 Schneider Electric India (P) Limited India
5 Siemens India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
80. MCB
1 Datar Switchgear Pvt. Limited India
2 Havell’s India Pvt. Limited India
3 Indiana Current Control Limited India
4 Indo Asian Fusegear Limited India
5 Legrand (India) Pvt. Limited (Mds) India
6 Schneider Electric India (P) Limited India
7 Siemens India
8 Standard Electricals Limited India
81. METERS
1 Areva T&D India
2 Automatic Electric Limited India
3 Imp India
4 Meco Instruments Pvt. Limited India
5 Nippen Electrical Instruments
6 Rishabh Instruments Pvt. Limited India
82. TIMERS
1 ABB India
2 Bhartia Industries Limited India
3 Electronic Autiomation Pvt. Limited India
4 GEC India
5 Larsen & Toubro Limited
6 Schneider India
7 Siemens Limited
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
87. LT ISOLATOR
1 GE Power India
2 L&T India
3 Siemens India
88. TRANSDUCER
1 ABB India
2 ELSTER India
3 MECO India
4 Pyrotech Electronics India
5 Vitronics India India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
93. CONDUIT
1 M Chandra India
2 Nagarjuna India
3 Senco India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
97. 110 KV CT
1 ABB Limited India – Mumbai
2 Areva Instrument Transformers Ltd. India – Bangalore
3 Bharat Heavy Electricals Ltd. India – Mumbai
4 Crompton Greeves Ltd. India – Mumbai
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
Note:-
For Electrical Equipment / Components please refer the above Vendor list. For any other Electrical Component
which is not covered in this Vendor List shall be as per Engineering Design Guidelines – Electrical Clause 10.0
(44 NC-4600-0000/E.02/0002/A4
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
MR NO. : A133-086-KA-MR-5025
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 473 of 724
JOB SPECIFICATION AND SCOPE OF Document No.
WORK FOR INSTRUMENTATION FOR
A133-086-16-51-SP-0003
CENTRIFUGAL PUMPS OF
Rev-A
RESID UPGRADATION PROJECT OF
CPCL Page 2 of 13
CONTENTS
1.0 GENERAL
4.0 INSPECTION
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 474 of 724
JOB SPECIFICATION AND SCOPE OF Document No.
WORK FOR INSTRUMENTATION FOR
A133-086-16-51-SP-0003
CENTRIFUGAL PUMPS OF
Rev-A
RESID UPGRADATION PROJECT OF
CPCL Page 3 of 13
1.0 GENERAL
1.1 The purpose of this specification is to define the requirement & Philosophy of
instrumentation for various mechanical seal flushing plan as per API-670/682 and
other instrumentation requirements.
1.3 If there is any conflict between this specification, and related standards and codes
and another attachment to this package, However Bidder shall refer such
discrepancies to purchaser / consultant for further clarification and only after
obtaining the same, should proceed further
1.4 Bidder, shall categorically, list out clause wise deviation to this specification and
enclosed standards, if any, along with bid proposal. In absence of which, it will be
deemed as total compliance to this specification.
1.5 The instrumentation selected for the package shall be rugged in design and must be
well proven model with one year PTR in refinery applications. Prototype design or
equipment of experimental nature or design undergoing testing etc. shall not be
selected and supplied by bidder.
2.1 Bidder's scope of instrumentation supply and work shall include the following as a
minimum:
e) Piping and all other erection material including all fittings, mounting
accessories, instruments supports (2" yoke type) required for erection of
instruments, under Bidder's scope of supply, as per list of applicable
installation standards.
f) Cable glands/ plugs duly installed with the instruments. Cable glands/plugs
for MMS related instruments and junction boxes.
e) Submission of filled in data sheets for all instruments along with sizing
calculations for self actuated valve, and restriction orifice. Bidder shall also
indicate make and model numbers of the offered instruments. Data sheets
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 475 of 724
JOB SPECIFICATION AND SCOPE OF Document No.
WORK FOR INSTRUMENTATION FOR
A133-086-16-51-SP-0003
CENTRIFUGAL PUMPS OF
Rev-A
RESID UPGRADATION PROJECT OF
CPCL Page 4 of 13
2.2 Instrumentation cabling required for interconnection between Bidder supplied and
installed pump seal instruments and Owner's Control System shall be done by
Others and it is excluded from Bidder's scope of work.
2.3 Vendor scope also includes supervision for testing and commissioning of MMS
system through OEM of MMS system at site during commissioning of units.
3.1 All electronic field transmitters shall be suitable for intrinsic safe circuit and shall be
intrinsically safe certified suitable for IEC Zone-1, Gr IIA/B, Temp. Class T3
hazardous area classification by Statutory body. All the instruments shall also be
dust proof. All transmitters shall be dual compartment type and shall be SIL-2
certified as minimum. Additionally, instruments and electrical equipments shall be
certified by CCOE/ PESO India, irrespective of the origin of the instrument.
3.2 All instruments shall also be weatherproof to IP-65 as per IS/IEC-60529. Local
panel shall be weatherproof IP-55.
3.3 Switches are not acceptable and shall not be provided for pressure, level, and flow
temperature application. Foundation Field Bus Transmitters shall be provided
instead of switches. This shall override the specification, API standard included in
the MR specification elsewhere. Pump Vendor shall provide the alarm set values
during detail engineering. FF Transmitter shall be bus powered type. FF transmitter
shall have interoperability test clearance complying ITK (latest revision). FF
transmitter shall also have capability to become device link master whenever
required. It shall be compatible with EDDL (Electronic Device Description
Language) as per IEC 61804, latest revision or FDT/DTM requirements.
3.4 All field instruments/transmitters shall be provided with dual cable entries. Unused
entry shall be plugged using suitable metallic plug suitable for hazardous area
classification. All cable entries shall be 1/2" NPT (F) size and shall be fitted with
double compression type SS-304 cable glands with Slipper type PVC sleeves
(cable shrouds) and suitable for hazardous area classification as indicated
elsewhere in the bid package.
3.5 Bidder shall furnish hazardous area certificate for all instruments located in
hazardous area. In addition, instruments located in hazardous area shall be
certified by the local statutory authorities for their use in the area of their installation.
In general following certification for use in hazardous area shall be as follows
The instruments shall in addition bear the valid approval from PESO
(Petroleum Explosives safety organizer) / CCE (Chief Controller of
Explosives), Nagpur and a valid BIS license.
- For all intrinsically safe equipment manufactured locally (indigenously, the
testing shall be carried out by any of the approved test house like CMRI /
ERTL etc. The equipment shall in addition bear the valid approval from PESO
(Petroleum Explosives safety organizer) / CCE (Chief Controller of
Explosives), Nagpur.
- Approvals other than above shall neither be offered nor will these be
acceptable
3.6 All instruments shall have pressure and temperature rating equal to or better
than the corresponding piping or pressure vessel rating on which instruments are
3.7 All the instruments shall be supplied from approved vendors attached with MR.
Vendor shall furnish proposed sub-vendor list for purchaser's approval. Vendor
shall take prior approval of make and specification of all instrument items before
placement of order on sub-vendor.
3.8 Pressure rating of thermowell for temperature element/ temperature gauge, control
valves and on-off valves body & flanges shall be minimum 300# rating or as per
respective piping specification whichever is higher.
3.9 Instrument connection on vessels, standpipes and tanks shall be as per 4600-JSD-
001 and Instrument connection on pipes shall be as per 4600-JSD-002.
3.8 All instruments shall have internal terminal block, anti-vibration type for cable
termination. Flying leads are not acceptable.
3.9 S.S. tag plates shall be provided for all the instruments.
3.10 FRP canopy shall be used for field electronic instruments, local panels and Junction
boxes.
3.11 Typical (skeleton / blank) instrument data sheets for each type of instruments are
enclosed with MR. Vendor shall furnish filled in data sheet for each tag after sizing,
range selection, material selection etc. These data sheets shall be reviewed and
approved by purchaser after placement of order. Proper selection of instruments,
materials etc. shall be vendor's responsibility. Any necessary change required later
for meeting the specification shall be done by the vendor without any price or
delivery implications. While filling the instruments data sheets, the following shall be
taken care :
a) All the relevant data shall be filled in. If any point is not applicable then N/A
shall be indicated.
b) Make and model number of the offered instruments shall be indicated with
model decoding details for offered instrument, without model no, data sheet
shall not be reviewed.
c) The data sheet shall be reviewed and approved and stamped by vendor prior
to submission of data sheet to purchaser for review. The correctness and
accuracy of process data is vendor responsibility
d) Instruments tag numbers /data sheet numbers shall be indicated
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 477 of 724
JOB SPECIFICATION AND SCOPE OF Document No.
WORK FOR INSTRUMENTATION FOR
A133-086-16-51-SP-0003
CENTRIFUGAL PUMPS OF
Rev-A
RESID UPGRADATION PROJECT OF
CPCL Page 6 of 13
a) Level Gauges shall be steel armoured reflex or transparent type. Level Gauge
shall be supplied with off-set type quick closing ball check valve (Gauge Glass
and cock type) with forged carbon steel body and SS 316 trim as a minimum
or better corresponding to seal pot material with tempered borosilicate glass.
Transparent type level gauges shall be provided with illuminators.
b) Level gauge shall be hydrostatically tested up to 72 Kg/cm 2 (as a minimum) or
up to hydrostatic test pressure of seal pot, whichever is higher. Hydro test
certificates shall be furnished.
c) Vessel (Seal Pot) connection for level gauge shall be 3/4" NPT (F) with
primary isolation valve and 3/4" spherical union.
d) Studs and bolt material shall be ASTM A193 Gr. B7 and ASTM A194 Gr. 2H
respectively.
e) The visible range of level gauge shall be selected to cover the complete
operating level as well as measuring range of the other level instruments
provided for the same purpose. In general, the visible length of the level
gauges shall be selected from the following:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 478 of 724
JOB SPECIFICATION AND SCOPE OF Document No.
WORK FOR INSTRUMENTATION FOR
A133-086-16-51-SP-0003
CENTRIFUGAL PUMPS OF
Rev-A
RESID UPGRADATION PROJECT OF
CPCL Page 7 of 13
g) Pressure gauge shall be suitable for maximum pressure or 130% of the range
whichever is higher, without any calibration drift.
a) Pressure Relief Valve shall meet the limiting relief valve requirements as
defined in API RP-520 (part-I & II) and in API-526. Nomenclature used shall
be in accordance with API RP-520 & 521.
b) Pressure Relief Valve shall be full nozzle full lift type and Thermal Relief Valve
shall be modified nozzle type.
c) Percentage Accumulation shall be 10% for Pressure Relief Valve and 25% for
Thermal Relief Valve.
d) Body material shall be Carbon Steel as a minimum. Nozzle and disc material
shall be SS 316 as a minimum with machined SS guide and spindle.
e) Spring material shall be selected as per operating conditions. Normally it shall
be Nickel/ Zinc/ Aluminium plated Carbon Steel.
f) Pressure Relief Valve shall have flanged connections for sizes 1" and above
and shall have screwed connection for sizes 3/4" and below. Thermal Relief
Valve shall have screwed connection with 0.38 cm2 orifice size and inlet outlet
shall be of 3/4" NPT (M) X 1" NPT (F) sizes.
g) Selection of Pressure relief valve type shall be Vendor’s responsibility suitable
for the system.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 479 of 724
JOB SPECIFICATION AND SCOPE OF Document No.
WORK FOR INSTRUMENTATION FOR
A133-086-16-51-SP-0003
CENTRIFUGAL PUMPS OF
Rev-A
RESID UPGRADATION PROJECT OF
CPCL Page 8 of 13
a) Rotameter shall be of metal tube type with local indication. Transmitter shall
be Foundation field bus, bus powered with integral local indication out put
meter. However, if used for critical applications as per vendor
recommendation, HART type is also acceptable . The local indicator shall be
provided with digital LCD integral output meter, user configurable in
engineering units.
b) The material for tube & float shall be SS 316 as a minimum.
c) The packing material shall be PTFE if the liquid temperature is below 200° C.
For temperatures above 200° C, packing shall be of Grafoil .
d) Rotameter shall have an accuracy of minimum ± 2% FSD and rangability shall
be more that 10:1
3.21 All junction boxes for vibration monitoring system shall be Flame Proof of die cast
aluminum alloy (LM-6). Terminals shall be suitable for 2.5mm2 cable. The terminals
shall be mounted on rails in the junction box.
1) All instruments must satisfy the requirements of the field bus registration
laboratory with applicable checkmark of Foundation Fieldbus.
2) All instruments shall be polarity in-sensitive. Also transmitter shall have LAS
capable and line plugging detection.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 480 of 724
JOB SPECIFICATION AND SCOPE OF Document No.
WORK FOR INSTRUMENTATION FOR
A133-086-16-51-SP-0003
CENTRIFUGAL PUMPS OF
Rev-A
RESID UPGRADATION PROJECT OF
CPCL Page 9 of 13
3) All instruments shall have Analog Input (AI) block and Proportional, Integration
and differential (PID) control block, as a minimum.
4) All instruments must be interoperable and shall have valid interoperability test
clearance like ITK 5.x ( latest version) for Foundation Fieldbus .
5) The Fieldbus instruments shall support peer to peer communication with two wire
communication and bus powered supply.
6) The field bus instruments in hazardous area shall be certified as per entity
concept as per the requirements specified in the purchaser’s specification.
7) All instruments shall support to EDDL or FTD/DTM requirements.
8) Internal software shall be configured by the vendor including the following
information such as serial number, Device Tag (Tag Number) and Process
description
9) All instruments shall be capable of supporting incremental Device descriptor (DD)
for extra functionality and /or software revisions in device memory.
10) Field remote indicator able to indicate all signals available in the fieldbus
segment, selectively.
11) The entity parameters of field bus devices shall match with entity parameters of
field bus system field barriers.
3.22.2. The field bus / devices provided shall be able to communicate with Fieldbus
Universal communicator( Emerson 375F or equivalent) . In case the same is not
confirming for any device, bidder shall supply suitable FF configurator.
3.22.3 The Fieldbus device shall be selected such that the maximum current consumed by
each instrument is limited to 20 mA with the exception of short circuit protection.
The short circuit protection shall be limited to 50 mA
3.23.1 All process hook-ups for instruments shall use piping installation standard for
hydrocarbon service upto 600# rating.
3.23.2 Close coupled type installation standard shall be followed. All the transmitters
should have horizontal impulse entry only for easy interchangeability without
impulse modification in future.
3.23.3 Typical installation standards are attached with MR which shall be followed by
bidder for installation of instruments. Bidder shall further develop installation
standard with Bill of Material (BOM) indicating the requirement of various
installation materials required for installation of each instrument and submit to
Purchaser for approval..
3.22..4 Impulse tubing size shall be ½” OD (SS 316 ) and fitting (SS316) shall be
used wherever applicable.
b) The probes and monitors shall be Bentley Nevada BN 3500 model. Alarm
(alert) and shutdown (danger) annunciation shall be provided for each of the
monitored variables. Separate keyphasors shall be provided for input and
output shaft of gear box. 2oo3 logic shall not be applicable for high vibration
trips.
d) Tentative distance from field to DCU control Room shall be considered as 400m.
e) DCU control room mounted Cabinet for MMS Rack/monitor common for pumps
86-G-08A/B shall have dimension 2100 (H) x 1200/800 (W) x 800(H)) and shall
be Rittal Make. IP-42 ingress protection shall be provided.
f) Vendor shall provide complete hardware and software set for performing the rack
configurations, diagnostics, ladder logic for the relay modules, bypass of channel,
monitoring of channel etc. in their MMS rack from Common MMS PC for machine
diagnostic located in central control room by purchaser.
h) Bidder shall provide installed spares duly wired with isolators/terminals upto
marshalling cabinets of MMS and LCP in addition to 20% spare space.
i) Purchaser will provide one set of redundant feeder of 110 V AC (UPS ± 10%,
50Hz ± 3%, at the Bidder’s supplied cabinet in the Control room. Necessary
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 482 of 724
JOB SPECIFICATION AND SCOPE OF Document No.
WORK FOR INSTRUMENTATION FOR
A133-086-16-51-SP-0003
CENTRIFUGAL PUMPS OF
Rev-A
RESID UPGRADATION PROJECT OF
CPCL Page 11 of 13
distribution & conversion to any other voltage level shall be done by Bidder.
Other section of the panel shall be weather proof IP-55. All the lamps, push
buttons, loop indicators, etc. which shall be flameproof will be installed in this
section.
External Painting colour shall be RAL-7032 and Internal Painting colour shall be
Brilliant While.
Material for all hinges, screws and other non-painted metallic parts shall be
SS. Incoming switch & fuse unit, Power indication on panel front shall also be
provided. Lamp test facility shall be provided and implemented through PLC.
Emergency shutdown switches (push buttons) shall be red in colour and Push
type with cover protection
Purchaser will provide of 110VAC, UPS ± 10%, 50Hz ± 3%) at one point near
the Local control panel. Necessary distribution & conversion to any other
voltage level inside the panel shall be done by Bidder.
4.0 INSPECTION:
4.1 All instruments shall be inspected by Owner / Consultant for calibration and proper
operation prior to dispatch.
5.1 Vendor shall provide following instruments as Mandatory Spares for each pump
item as applicable:
For Plan-52
1. Pressure Gauge 1
2 Pressure Transmitter 1
1. Pressure Transmitter 1
2. Temperature Gauge 1
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 483 of 724
JOB SPECIFICATION AND SCOPE OF Document No.
WORK FOR INSTRUMENTATION FOR
A133-086-16-51-SP-0003
CENTRIFUGAL PUMPS OF
Rev-A
RESID UPGRADATION PROJECT OF
CPCL Page 12 of 13
3. Pressure Gauge 1
6.1 Bidder shall supply following commissioning Spares and price for same shall be
Included in base price.
Set of gaskets for level gauges: 10% minimum subject to minimum set
Glass used in level gauges : 1 No of each type & size
Set of gaskets for level transmitters: 10% subject to minimum 1 set
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 484 of 724
JOB SPECIFICATION AND SCOPE OF Document No.
WORK FOR INSTRUMENTATION FOR
A133-086-16-51-SP-0003
CENTRIFUGAL PUMPS OF
Rev-A
RESID UPGRADATION PROJECT OF
CPCL Page 13 of 13
3 Thermowell 4600-JSD-501 3
4 Thermocouple/ RTD Assembly with 4600-JSD-502 1
Thermowell
5 Orifice plates and flanges dimensional 4600-JSD-201 7
details.
6 Approved Vendor List (Instrumentation) Annexure-I 27
7 Details Required for SMART field devices Annexure-II 1
8 Details Required for Field bus field Annexure-III 1
devices
9 General Specification for Instrumentation Annexure-IV 30
10 Certificate for Logistic Support Annexure-V 5
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 485 of 724
DOC. NO. A133-086-16-50-DS-5026 REV.A
DATA SHEET FOR REQN. NO. A133-086-PA-MR-5025 REV.A
LV INDUCTION MOTOR
APPD. BY SA
PROJECT NO A133 CHKD. BY ANPS
PROJECT LOCATION MANALI PRPD. BY VB
PROJECT TITLE RESID UPGRADATION PROJECT DATE 05.09.13
CLIENT CPCL REV. A 0 1 2
A SERVICE CONDITIONS
7 ENVIRONMENT CORROSIVE
C SYSTEM CHARACTERISTICS
2 VOLTAGE VARIATION ± 10 %
3 FREQUENCY VARIATION ±5 %
4 COMBINED VARIATION ± 10 %
5 EARTHING SYSTEM SOLIDLY EARTHED
6 WINDING TREATMENT MOISTURE PROTECTION VARNISH / ANTI CORROSIVE TREATMENT (SEE JOB SPEC.)
7 STARTING
8 STARTING PERFORMANCE
11 DIRECTION OF ROTATION ( VIEWED BI-DIRECTIONAL / CLOCKWISE / ANTI-CLOCKWISE (AS PER Cl. 5.1.15 OF STD. SPEC.)
FROM COUPLING)
12 GREASING ARRANGEMENT GREASE NIPPLES WITH GREASE RELIEF VALVE OR PLUG / SELF LUBRICATED
13 MAIN NAME PLATE STAINLESS STEEL (300 SERIES) / ANY OTHER NON-CORROSIVE METAL
15 TYPE OF COUPLING
E ENCLOSURE
2 SIZE OF TERMINALS
4 SEPARATE TERMINAL BOX FOR SPACE REQUIRED FOR VFD DRIVEN MOTORS FOR PTC THERMISTORS AND FOR SPACE
G INSPECTION FINAL
H SPECIAL REQUIREMENTS :
I PAINTING
J CABLES
ii) GA DRAWING OF MOTOR WITH DIEMENSIONS, FRAME SIZE & FOUNDATION DETAILS
iii) GA DRAWING OF MOTOR TERMINAL BOX WITH SIZE OF CABLE ENTRIES AND
2 ENCLOSURE
TEMPERATURE kW A
VOLTAGE
15 STALLING TORQUE %
16 EFFICIENCY : 50 % LOAD %
: 75 % LOAD %
: 100 % LOAD
: 75 % LOAD
: 100 % LOAD
CONDTION
BETWEEN STARTS
26 GD² OF ROTOR
27.1 TYPE
27.3 MATERIAL
(CONTD.)
LUBRICANT
31 PAINT SHADE
LOAD
33 NOISE LEVEL
33 ACCESSORIES
33.4 CANOPY
NOTE : 1) THE EXPLOSION PROTETCION FOR LV INDCUTION MOTORS SHALL BE NON-SPARKING TYPE FOR THE WET GAS COMPRESSOR PACKAGE.
3) SAFE STALLING TIME OF MOTOR SHALL BE 2.5 SECS MORE THAN THE STARTING TIME OF MOTOR
AT 80% VOLTAGE.
TECHNICAL COMPLIANCE
DISCIPLINE : INSTRUMENTATION
OWNER : CPCL
BIDDER :
NOTES:
1. The Bidder shall indicate his reply in the space provided in the Technical Questionnaire. In
case space provided is not adequate, the reply may be furnished separately under suitably
numbered annexes/ attachments duly referred against the comment/ query.
Bidder’s Signature
and stamp
INSTRUMENTATION
Note : Following modification has been made from the original ITP attached with Bid Document.
The following drawings/documents marked " " shall be furnished by the bidder.
MV MOTOR
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Data Sheets (Duly filled-in)
3. Dimensional/Assembly Drawings : GA Drawing
For motors < 75kW
4. Dimensional/Assembly Drawings : GA Drawing
For motors >= 75kW
5. Dimensional/Assembly Drawings : Installation
Plan/Mounting Details
6. Dimensional/Assembly Drawings : Terminal
Box Arrangement
7. Dimensional/Assembly Drawings : Name Plate
Drawing
8. Performance Curves : Speed Torque Curves
9. Performance Curves : Speed-Current/Time
Curves
10. Performance Curves : Thermal Withstand
Curves (Hot & Cold)
11. Performance Curves : P.f. & Efficiency Curves
12. Inspection & Test Plan (ITP) -For review by
Inspection Dept.
13. Test Records
14. Type Test Certificates for similar equipment
15. List of Commissioning Spares
16. List of Maintenance Spares
17. List of Mandatory Spares
18. List of Special Tools & Tackles
19. Data Books/ Manuals : Installation Manual
20. Data Books/ Manuals : Operating/ Maintenance
Manual
21. Data Books/ Manuals : Catalogues/ Brochures
22. Equipment storage procedure at site
23. Load data
HV MOTOR
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Data Sheets (Duly filled-in)
3. Dimensional/Assembly Drawings : GA
Drawings
4. Dimensional/Assembly Drawings : Installation
Plan/Mounting Details
5. Dimensional/Assembly Drawings : Bearing
Assembly Drawing
6. Dimensional/Assembly Drawings : Rotor
Dimensional Drawing
7. Dimensional/Assembly Drawings : Sectional
View Drawing
8. Dimensional/Assembly Drawings : Air/Water
Cooler Drawing
9. Dimensional/Assembly Drawings : Terminal
Box Arrangement
10. Dimensional/Assembly Drawings : Name Plate
Drawing
11. Schematic/Unit Connection Diagram
12. Performance Curves : Speed Torque Curves
13. Performance Curves : Speed-Current/Time
Curves
14. Performance Curves : Thermal Withstand
Curves (Hot & Cold)
15. Performance Curves : P.f. & Efficiency Curves
16. Inspection & Test Plan (ITP) -For review by
Inspection Dept.
17. Test Records
18. Statutory approval certificate
19. Type Test Certificates for similar equipment
20. List of Commissioning Spares
21. List of Maintenance Spares
22. List of Mandatory Spares
23. List of Special Tools & Tackles
24. Data Books/ Manuals : Installation Manual
25. Data Books/ Manuals : Operating/ Maintenance
Manual
26. Data Books/ Manuals : Catalogues/ Brochures
27. Equipment storage procedure at site
28. Load data
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. 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.
5. 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).
$ 6(3, ,VVXHG)RU%LGV361= $5
5HY 'DWH 3XUSRVH 3UHSDUHGE\ &KHFNHGE\ $SSURYHGE\
1R
)RUPDW1R(,/5HY &RS\ULJKW(,/$OOULJKWVUHVHUYHG
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. Drawing and Document Schedule
2. Sub-Vendor List for Instruments and
accessories
3. Instrument Sizing calculations
4. Logic diagrams
5. Spare part list for Mandatory Spares
6. Installation, operation, Programming and
maintenance manuals
7. Crtificates(Statutory/Test
Calibration/Inspection/Hazardous Area)
8. Modbus address mapping list in format
9. Instrument Details/ Point Data Base and Alarm
Set points
10. Instrument Installation drawing which shall
indicate the requirement of various installation
materials required for installation of each
instrument.
11. Configuration Diagram of Vibration &
Temperature monitoring system
12. GA drawings of MMS cabinet and LCP
13. Instrument Power consumption & UPS
requirement
14. Information pertaining to SMART/FF field
devices
15. Cable Schedule with termination details
16. As-built drawings/ documents
17. FAt Procedure
18. Datasheets for all instruments (including
catalog with model decoding)
Notes :
1. Bidder shall generate required P&IDâs and process data sheet for all instruments within package battery
limit.
2. All post-order instrument documents/ drawings shall be submitted after issue of P&IDs. The submission of
document / drawing is sequenced in such a way that submitted document/ drawing is neither dependant nor
changed due to drawing / document yet to be submitted. Document/ drawing submission schedule shall be
made accordingly
3. Review and Records as marked has to be strictly followed.
4. "TICK" denotes applicability.
5. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
6. All post order documents shall be submitted / approved through EIL eDMS portal.
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. Bill of Material shall form part of the respective drawing.
Note: Bidder to furnish the filled-in Electric load data (Equipment-wise) along with the offer.
mal / eqpt.:Pump/Cen of equipment Statu arrgmt. speed Rot. gn of Rec. ver dir.
Std.by t.comp./Recip.c s r.p.m. Part kg- abs. curve kW of incl of Rated Speed
omp./blower etc. m Shaft /max motor Yes rot. kW rpm
kW KW /No (from
nde)
Legend for Equipment status: # : Based on offer @ : Based on formal data * : Estimated Sheet 2 of 2
DRAWING NO.
Plant: CPCL-DCU Date Rev
ENGINEERS INDIA Location: Manali, Tamilnadu
LIMITED Client: M/s CPCL Electric Load Data A133-086-16-50-DS-5027 05.09.13 A
NEW DELHI Sheet 2 of 2
APPENDIX - A
Note : Following modification has been made from the original ITP attached with Bid Document.
1. In activity:scope of Inspection LSTK contractor has been deleted
2. Activity 4: Shipping drawings of completed equipments has been deleted
3. Activity 5: Summary of all supplimentory requirements as specified in the order/PS/PR deleted
4. Activity 8: NDT for Turbine components has been modified as R for TPI
5. Activity 10: Dynamic balancing of assembled Job has been modified as R for TPI
6. Activity 11:Rotor Insensivity check has been modified as R for TPI
7. Activity 12: Residual electrical/Mechanical run out check been modified as W for TPI
8. Activity 19:Inspection and record review of all other items has been modified as R for TPI at Turbine manufacturer’s works.
/
1fl" FLANGE
WELD //~
-~/~
WELD!
NO WELD MATERIAL
PROJECTION BEYOND RF 6 R
I
f
Cl E
Z E
W
--.J
o
L()
o
f
0... 10 TO SUIT BULB 00
:=J J----'---<-tr'--r'f-,------
BORE TO BE CONCENTRIC
Cl
Z WITH 00. WITH IN 10% OF
CL WALL THICKNESS
W
0...
«
f-
I\jOTESc- t:8~:1
1. THIS STANDARD IS APPUCABLE FOR TEMPERATURE GAUGES & BEADED TEMPERATURE
ELEMENT & DUPLEX TEMPERATURE ELEMENTS.
2. THIS STANDARD IS APPUCABLE UPTO 1500#AI\jSI.
MINIMUM FLG. RATI,I\lG SHALL BE ANSI 300 #. TYPE OF FLAI\lGE SHALL BE RTJ FOR
ANSi RATING ~ 600#.
CLIENT Pf,\C
THERMOWELL
1..1 '1
~
CHENNAI PETROLEUM CORPORATION LIMITED
MANAL!. CHENNAI. TAMILNADU
WELD
NO WELD MATERIAL
PROJECTIOI~ BEYOI~D RF 6 R
-
:::J
-
I
I-
Cl
z E
w E
-.-J
0
LO
0
I
CL
ID 7
:::J BORE TO BE CONCENTRIC
Cl WITH OD. WITH IN 10% OF
Z WALL THICKI~ESS
0:::
CL
<t:
I
16
NOTES
1. THIS STANDARD IS APPLICABLE FOR SINGLE TEMPERATURE ELEMENT & THEMOWELL.
2. THIS STANDARD IS APPLICABLE UPTO 1500# ANSI. MINIMUM FLG. RATING SHALL
BE ANSI 300 #. TYPE OF FLANGE RATING SHALL BE RTJ TYPE FOR ANSI RATING?: 600#
CLIENT PMC
THERMOWELL
PCL CHENNAI PETROLEUM CORPORATION LIMITED
I.·. • .
~ MANALI, CHENNAI. TAMILNADU
¢l 34 mm
46mm
10 24.4 mm
~E T~ TO ~ COftCENTIIIC
WITHINSIDE Dl.'METEJII WI'I'HIN ,,,..
Of WAU. THlCItNESS
oID
...
NOTES:
1. DP TEST SHALL BE CARRIED OUT FOR ALL WElD JOINTS.
2. TYPEOF FLANGE SHALL BEATJ TYPE FORANSI RATING> 1'lOO6
CLIENT PMe
THERMOWELL
le!1 CHENNAI PETROLEUM CORPORATION LIMITED
MANALI, CHENNAI,TAMILNADU
44MM-4600 SHT. 3 OF 3 0
FILE NAME DRAWING SCALE PLOT SCALE DRAWN BY
4600JSD50 1 3 1:1 1: 1 JPK
A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.
THIS DRAWING AND/OR ITS CONTENTS, INFORMATION, AND PRINCIPLES OF OESIGNARE THE EXCLUSIVE PROPERTY OF JACOBS H&G LIMITED ANO IS SUBMITTED TO
YOU WITH THE AGREEMENT THAT IT IS NOT TO BE REPRODUCED IN ANY MANNER, COPIED, OR MODIFIED. NOR IS IT TO BE RELAYED IN PART OR IN WHOLE TO ANY
OTHER FIRM OR INDIVIDUAL FOR ANY OTHER PROJECT EXCEPT BY WRITTEN AGREEMENT WITH JACOBS H&G PRIVATE LIMITED. ACCEPTANCE OF THIS DRAWING WILL BE
CONSTRUED AS AN AGREEMENT TO THIS STATEMENT.
CHAIN
UNION 1(2" 111FT
/
NIPPLE 112· NPT
THERMOWELL
CUENT PMe
e
~
Zr+
c See Detail-X
See Detail-Y
~I
Inlet Face
Welded &: Smooth
Ground
Smoothed
A
Section -zz
Z4
Inlet
d ---- Matl.----
~:-
1. All Indicated Dimensions are in mm. -+ -+
Detail-X Detail-Y
CLIENT PMe
ORIFICE PLATE
DIMENSIONAL DETAILS 18 1
CHENNAI PETROLEUM CORPORATION LIMITED
MANALI.CHENNAI.TAMILNADU ~ACQBSTM
ENGINEERS AND CONSTRUCTORS
PROJ.NO, I DRAWING NO, REV
Se~ __petail-=X_
Inlet Face
Alternate
Location
Smoothed
G(Vent)
If Required
~
u
Glossed
_1lI
A
Section -ZZ
Z4
E (D-d) -0.01 D
Inlet
d ---- Motl.----
r ----
NB - - - - Tog No.---
ANSI---lbRF
~
~
Detail-X Detail-Y
CLIENT PMe
ORIFICE PLATE
DIMENSIONAL DETAILS l:{8p
~
CHENNAI PETROLEUM CORPORATION LIMITED
MANAL!. CHENNAI. TAMILNADU .JAC()B8
lM
Inlet Face
G Vent Or
Smoothed
Location
Shape Edge Must Not
Reflect Light When
Viewed Without
Magnification 45
0+2
When
Reqd.
Z4
Section -zz
F = 0.98 0
Inlet
H ---- Matl.----
NB - - - -
ANSI---lbRF Tag No.~--
-qr' -qr
Detail-X
Detail-Y
CLIENT PMe
ORIFICE PLATE
DIMENSIONAL DETAILS 1{,Sp
~
CHENNAI PETROLEUM CORPORATION LIMITED
MANAL!. CHENNAI, TAMILNADU .JAceB5™
ENGINEERS AND CONSTRUCTORS
PROJ,NO. DRAWING NO. REV
1111 U~LII hnn I LL600-JSD- 201 SHT. 3 OF 7 0
C>LL NAME DRAWING SCALE PLOT SCALE DRAWN 8'1
4600JSD201 3 1:1 1:1 JPK
A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.
THIS DRAWING AND/OR ITS CONTENTS. INFORMATION. AND PRINCIPLES OF DESIGN ARE THE EXCLUSIVE PROPERTY OF JACOBS H&G LIMITED AND IS SUBMITTED TO
YOU WITH THE AGREEMENT THAT IT IS NOT TO BE REPRODUCED IN ANY MANNER. COPIED. OR MODIFIED. NOR IS IT TO BE RELAYED IN PART OR IN WHOLE TO ANY
OTHER FIRM OR INDIVIDUAL FOR ANY OTHER PROJECT EXCEPT BY WRITTEN AGREEMENT WITH JACOBS H&G PRIVATE LIMITED. ACCEPTANCE OF THIS DRAWING WILL BE
CONSTRUED AS AN AGREEMENT TO THIS STATEMENT.
Page 521 of 724
__..,._..._ ---_._---"....__..__
-_...-. ."._--~.,-,._-_.-",_._ .... -" -------.---_._---
C
See Detal'1 -=_~
X w
I" I "I --ri··
~I
m
Optional Drain/
Vent Hole Welded & Smooth
Ground
OJ
o
CL~
'+-.q
0c.o
<,
(j)n
::J'-../
'6~ I
-ESt
o
CL (j) See Detail-A
(j) I I FI
Q)~
u
(j)
c
A
Z4
F=1.5d But Not Longer Than Internal Pipe Dia-D Section -zz
Inlet
d ----- Matl.----
r ----
IT a g
+
NB - - - - - No. - -
AN~'bRFI Radius-r
Tolerance
± O.Olr .~~.
Detail-X Detail-Y -r
Note
~. IF
1. Dimensions-A,B,C are same as for square edge
Orifice Plates. d+O.OOld~Jkual To r
2. Dimension-W shall be generally as square edge
Orifice Plates. Oetoil-A
I
o ISSUED FOR FEED
t;=--II--+---+---+-~--t--I
MSD BSP 03-03-10
REV. NO.1 REVISION DESCRIPTION DRAWN I CHK APPROVED DATE
CLIENT PMC
ORIFICE PLATE
DIMENSIONAL DETAILS IIp
~
CHENNAI PETROLEUM CORPORATION LIMITED
MANALI, CHENNAI, TAMILNADU
.JJlC()B$T~
ENGINEERS AND CONSTRUCTORS
PROJ.NO. I DRAWING NO. REV
~ ~ uu ~ ar-r, 11 600-JSD- 201 SHT. 4 OF 7 I 0
"LC NAMC ~NG SCALE PLOT SCALE DRAWN BY
4600JSD20 1 4 1: 1 1: 1 I JPK
A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.
THIS DRAWING AND/OR ITS CONTENTS, INFORMATION, AND PRINCIPLES OF DESIGN ARE THE EXCLUSIVE PROPERTY OF JACOBS H&G LIMITED AND IS SUBMITTED TO
YOU WITH THE AGREEMENT THAT IT IS NOT TO BE REPRODUCED IN ANY MANNER, COPIED, OR MODIFIED. NOR IS IT TO BE RELAYED IN PART OR IN WHOLE TO ANY
OTHER FIRM OR INDIVIDUAL FOR ANY OTHER PROJECT EXCEPT BY WRITTEN AGREEMENT WITH JACOBS H&G PRIVATE LIMITED. ACCEPTANCE OF THIS DRAWING WILL BE
CONSTRUED AS AN AGREEMENT TO THIS STATEMENT.
Page 522 of 724
CONICAL ENTRAI\ICE ORIFICE PL_ATE
Zr+
c See Detail-X w See Detail-Y
1- "I I
~-r---r- /
d
CD
Inlet Face
OPTIONAL
HOLE Welded & Smooth
N
Ground
e-~
0- ~/
J _\:c~
1~X---~---- I
'+- 'i- ~
Ow ~
---,_
-> See Detail--A
.~.2
u~
o
et: ~ f
/ - ."\ \
_ \ ----r
z
:2
~~
~en
T
\
f
/
=;;r- ~I u
N
'------'
c \ /
"------~L-----/
Smoothed
Z4
A
Section -zz
Inlet
d -----
Matl.----
NB - - - - Tog No.--
AN~'bRf
Detoil-X Detoil-Y
+ -r-ttO.084d ±0.003d
.LIJ-Q.021 d ±0.003d
Note
1. Dimension w sholl not exceed 01 D where D is the
-l--~.1 05d max.
internal diameter of up stream pipe line.
lei
CLIENT PMe
ORIFICE PLATE
DIMENSIONAL DETAILS
~
CHENNAI PETROLEUM CORPORATION LIMITED
MANAlI, CHENNAI, TAMILNADU
~AC()BSTN
PRDJ.ND. DRAWING NO. REV
1: 1
DRAWN BY
JPK
A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.
THIS DRAWING AND/OR ITS CONTENTS. INFORMATION. AND PRINCIPLES OF DESIGN ARE THE EXCLUSIVE PROPERTY OF JACOBS H&G LIMITED AND IS SUBMITTED TO
YOU WITH THE AGREEMENT THAT IT IS NOT TO BE REPRODUCED IN ANY MANNER. COPIED, OR MODIFIED. NOR IS IT TO BE RELAYED IN PART OR IN WHOLE TO ANY
OTHER FIRM OR INDIVIDUAL FOR ANY OTHER PROJECT EXCEPT BY WRITTEN AGREEMENT WITH JACOBS H&G PRIVATE LIMITED. ACCEPTANCE OF THIS DRAWING WILL BE
CONSTRUED AS AN AGREEMENT TO THIS STATEMENT.
Page 523 of 724
A:tO.40 , RATING 125 TO 2500
25 (1) 66.7 I 73.0 73.0 73.0 79.4 1 79.4 85.7 I 3.18 0.51 6.35
40 (1112 85.7 95.3 95.3 95.3 98.4 I 984 117.5/ 3.18 0.76 6.35
50 (2) 104.8 I 111.1 111.1 111.1 142.91 142.9 146.1i 3.18 0.79 6.35
80 (3) 136.5 I 149.2 149.2 149.2 168.3 I 174.6 196.9' 3.18 ·0.12 0.79 6.35
174.6 181.0 177.'8 193.7 206.4 1 209.6 235.0! 3.18 ·0.25 1.59 11.52
100 (4)
ISO (6) 222.3 I 250.8 247.7 266.7 288.111282.6 317.51 3.18 1.59 9.52
I 308.D 304.8 320.7 35U 1352.4 387.4! 3.18 SEE 3.18 12.7 l :0.25
I
(8) 279.4
250 (10) 339.7 362.0 358.8" 400.1 I
435.0 435.0 476.31 3.18 NOTE 3.18 12.7 I seE
300 (12) 40ll.6 422.3 419.1 457.2 498.5 I 520.7 549.3 i 3.16 I 1 3.16 12.7 I NOTE
350 (14) 450.8 485.8 482.15 492.1 5Z0.7 577.91 i i 3.18 =0.25 3.18 12.7
I .400 (16) 514.4 539.8 536.8 565.2 574,7 1541.41 I 6.35 6.35 12.7
450 (18) 549.3 596.9 5113.7 612.8 1I38.2 704.9 I 6.35 1.1.35 12.7
500 (20) 806.4 1I54.1 847.7 662.8 lieu 755.7 I 8.35 11.35 12.7
lIOO (24) 717.8 n4.7 . 7118.4 711O.1I 836.2 901.71 I 8.35 8.35 12.7
B 011.0 C :1:0.40 R
NB I +10 ,
RATING
I RATING +0.0
mml leI
I 150
125
250
300
I 400 llOO 800 1 1500 12500112:;0 I
100 TO
2500
I -1.0
25
40
50
80
/1)
(1 112)
(2)
/3)
88 88 88
J,oo~ 30
I R M 0.5/0· G)
100 (4)
I
')
300 (12)
! . ' " I '"
350 (14) 114 114
CLIENT PMe
ORIFICE PLATE
DIMENSIONAL DETAILS 13 1 CHENNAI PETROLEUM CORPORATION LIMITED
MANALI. CHENNAI,TAMILNAQU dACOBS™
ENGINEERS AND CONSTRUCTORS
PROJ.NO. DRAWING NO. REV
A A ~HLA c::nn 11l600-JSD- 201 SHT. 6 OF 7 I 0
I"ILt. NAMt. l':::ORO::AW""IN,,,"G-;:CSCA;:-;-Lc;:'E PLOT SCALE : DRAWN BY
4600JSD20 1 6 1: 1 1:1 I JPK
A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.
THIS DRAWING AND/OR ITS CONTENTS. INFORMATION. AND PRINCIPLES OF DESIGN ARE THE EXCLUSIVE PROPERTY OF JACOBS H&G LIMITED AND IS SUBMITTED TO
YOU WITH THE AGREEMENT THAT IT IS NOT TO BE REPRODUCED IN ANY MANNER. COPIED. OR MODIFIED. NOR IS IT TO BE RELAYED IN PART OR IN WHOLE TO ANY
OTHER FIRM OR INDIVIDUAL FOR ANY OTHER PROJECT EXCEPT BY WRITTEN AGREEMENT WITH JACOBS H&G PRIVATE LIMITED. ACCEPTANCE OF THIS DRAWING WILL BE
CONSTRUED AS AN AGREEMENT TO THIS STATEMENT.
LEGEND:
NOTES:
Values of T shown in this standard f t valid for the CCIfI"ltSPClI1inl3 W anddID (8 • beta) between
0.25& 0.70included. When the vatua a,. not shown & for 8<0.25 and B>O.70. T shan be calculated
every lime & shaH not be higherthan the smaJler of the valuesresulting from the following raliCls:
diS. 0150 & (~)18
CLIENT P"G
ORIFICE PLATE
DIMENSIONAL DETAILS II" CHENNAI PETROLEUM CORPORATION LIMITED
MANALI.CHENNAI.TAMILNADU .JACOBS
TU
4600JSD201 7 1: 1 1: 1 I JPK
A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.
THIS DRAWING AND/OR ITS CONTENTS. INFORMATION, AND PRINCIPLES OF DESIGN ARE THE EXCLUSIVE PROPERTY OF JACOBS H&G LIMITED AND IS SUBMITTED TO
YOU WITH THE AGREEMENT THAT IT IS NOT TO BE REPRODUCED IN ANY MANNER. COPIED. OR MODIFIED. NOR IS IT TO BE RELAYED IN PART OR IN WHOLE TO ANY
OTHER FIRM OR INDIVIDUAL FOR ANY OTHER PROJECT EXCEPT BY WRITTEN AGREEMENT WITH JACOBS H&G PRIVATE LIMITED. ACCEPTANCE OF THIS DRAWING WILL BE
CONSTRUED AS AN AGREEMENT TO THIS STATEMENT.
Page 525 of 724
----_._-_._-----------------------------------------------'
DOC. NO. A133-000-16-50-DS-5025 REV A
DATA SHEET FOR REQN. NO. A133-086-PA-MR-5025 REV A
HV INDUCTION MOTOR
APPD. BY SA
PROJECT NO A133 CHKD. BY ANPS
PROJECT LOCATION MANALI PRPD. BY VB
PROJECT TITLE RESID UPGRADATION PROJECT DATE 05.09.13
CLIENT CPCL REV. A 0 1 2
A GENERAL
B SERVICE CONDITIONS
C SYSTEM CHARACTERISTICS
1 SYSTEM VOLTAGE , FREQUENCY , PHASES 6.6 KV, 50 HZ, 3 PHASE
2 VOLTAGE VARIATION ± 10 %
3 FREQUENCY VARIATION ±5 %
4 COMBINED VOLTAGE FREQUENCY VARIATION ± 10 %
COUPLING )
6 RATED VOLTAGE 6.6KV
7 TYPE OF DUTY S1/ S2/ S3/ S4/ S5/ S6/ S7/ S8/ S9/ S10
9 TEMP. RISE ABOVE TEMP. OF COOLING MEDIUM Limited to Class B at 100 % RATED LOAD
(The values shall not be less than specified in relevant standards lik
10 TORQUE REQUIREMENTS ( % OF FULL LOAD PULL UP: % PULL OUT: % IS/IEC, shall be adequate for load torque requirement)
12 METHOD OF STARTING & TYPE OF BREAKER DOL / AUTO TRANSFORMER / SOFT STARTER
G ACCESSORIES
1 ANTI - CONDENSATION HEATERS RATED VOLTAGE :
2 EMBEDDED TEMP. DETECTORS , TYPE ,NOS. / pH. PT100 DUPLEX 2 NOS. / PHASE. IF DUPLEX NOT POSSIBLE THEN PT100 SIMPLEX - 4 NOS. / PHASE
1 RATED PARAMETERS
1.1 MAKE
1.2 RATED OUTPUT AT DESIGN AMBIENT TEMP
1.3 RATED SPEED AT RATED VOLTAGE & FREQ.
1.4 TYPE DESIGNATION
1.5 FRAME SIZE
1.6 RATED / MAXIMUM VOLTAGE kV + % / kV
1.7 FREQUENCY Hz + %
1.8 NUMBER OF POLES
1.9 RATED FULL LOAD SPEED RPM
1.10 RATED FULL LOAD TORQUE KgM
1.11 MOUNTING TYPE
1.12 ENCLOSURE TYPE
1.13 DEGREE OF PROTECTION MOTOR TB
1.14 SPACE HEATER RATING VAC, KW
2 MECHANICAL DETAILS
2.1 AIR GAP mm
2.2 TOTAL WEIGHT OF MOTOR
2.3 WEIGHT OF ROTOR
2.4 TYPE OF ROTOR CONSTRUCTION
2.5 OVERALL DIMENSIONS L x W x H (in MTRS.)
3 OPERATION PARTICULARS
3.1 RATED FULL LOAD CURRENT Amps
3.2 MAX. CONTINUOUS LOAD Amps
3.3 MOTOR T/N CURVES AT 85% & 100% ENCLOSED / NOT ENCLOSED SHALL BE ENCLOSED.
VOLTAGE SUPERIMPOSED WITH THE T/N CURVE OF
DRIVEN EQUIPMENT
3.4 SUCCESSIVE STARTS (specify limits) HOT COLD
3.5 STARTING CURRENT - TIME CURVES AT 85%, 100% ENCLOSED / NOT ENCLOSED SHALL BE ENCLOSED.
& 110% VOLTAGE
3.6 STARTING TIME CALCULATIONS AT 85%, 100% ENCLOSED / NOT ENCLOSED SHALL BE ENCLOSED.
& 110% VOLTAGE
3.7 THERMAL WITHSTAND CURVE (HOT & COLD) ENCLOSED / NOT ENCLOSED SHALL BE ENCLOSED.
3.8 EFFICIENCY & PF, SLIP, CURRENT VS LOAD CURVE ENCLOSED / NOT ENCLOSED SHALL BE ENCLOSED.
3.9 STARTING CHARACTERISTICS AT 85% VOLTAGE AT 100% VOLTAGE AT 110% VOLTAGE
3.9.1 STARTING TORQUE (in KgM)
3.9.2 STARTING CURRENT (Amps)
3.9.3 STARTING TIME (SECS)
3.9.4 STARTING POWER FACTOR
3.9.5 HOT STALL TIME (SECS)
3.9.6 COLD STALL TIME (SECS)
3.9.7 ACCELERATION TIME
3.9.8 TYPE TEST CERTIFICATE FOR SIMILAR MOTOR. SHALL BE ENCLOSED.
3.18 NORMAL TEMPERATURE RISE AND ∆T= K (AS PER IEC 34-1 & 2)
MAX. HOT SPOT TEMPERATURE T MAX = OC
4 ELECTRICAL CHARACTERISTICS
4.1 RESISTANCE OF STATOR Ω ΑΤ OC
4.2 RESISTANCE OF ROTOR (Only for Slip Ring/ Synchronous) Ω ΑΤ OC
5 CURRENT TRANSFORMER
5.1 REQUIRED FOR DIFFERENTIAL PROTECTION YES / NO
5.2 PROTECTION CLASS OF CT NUMBER OF CT PROVIDED
5.3 RATIO & KNEE POINT VOLTAGE
5.4 MAXIMUM RCT OF SECONDARY WINDING
5.5 MAXIMUM EXCITATION CURRENT AT 1/2 KPV
NOTE :
1) SAFE STALLING TIME OF MOTOR SHALL BE 2.5 SECS MORE THAN THE STARTING TIME OF MOTOR AT 85% OF RATED VOLTAGE.
2) FOR Ex'p' MOTORS PURGING UNIT SHALL BE IN VENDOR'S SCOPE OF SUPPLY. BIDDER SHALL FURNISH PURGING DETAILS / REQUIREMENTS
ALONGWITH THE OFFER.
3) MOTOR WINDING SHALL BE SUITABLE FOR CORROSIVE ATMOSPHERE WITH EPOXY GEL TREATMENT ON WINDING OVERHANG.
24. PYROMETER
1. E2T USA
1. Fieldbus Devices
FF REGISTER DEVICE MANUFACTURING FIRMWARE DEVICE DD FILE CF FILE REV HIST TEST
SN TAG NO. MAKE MODEL ITK REV
PRODUCT CODE TYPE ID NO. REV H/W REV REV NO. COMPILATION
1
2
3
4
5
6
Notes:
(i) Vendor to ensure that for Fieldbus devices DD files and Device support files shall be in native format.
TABLE OF CONTENTS
1.0 SCOPE
1.0 Scope
1.1 The purpose of this specification is to define the general requirements for instruments and
control equipment.
1.2 The purpose of this specification is to define the general requirements for instruments and
control equipment.
1.3 This specification determines the minimum requirement for the instrumentation design
according to the best engineering practices. Any deviation from these specifications will be
indicated in the detailed specifications.
1.4 The related standards referred to herein shall be of the latest editions.
2.1 The Control shall be unitwise. All Instrumentation shall be Electronic type. All final Control
elements shall be electronic pneumatic.
2.2.1 Pneumatic Instruments shall operate on air supply of 1.4 kg/cm2g and shall have
transmission and output signal of 0.2 to 1.0 kg/cm2g.
2.2.2 Instrument air quality shall be as per ISA-S7.3 and free from all corrosive, hazardous,
flammable and toxic contaminants.
2.3.1 All field mounted instruments shall be suitable for mounting in hot and humid tropical
atmosphere.
2.3.2 Materials of construction for instruments shall be consistent with temperature, pressure and
corrosion conditions and process requirements. In case where suitable material procurement
is not feasible, fluid seals or purges will be considered.
2.3.3 The instruments like control valves, pressure relief valves, orifice flanges, level instruments,
thermowell, etc., coming on pipes and vessels under IBR shall be certified by IBR or
equivalent statutory body.
2.3.4 All controls shall be through DCS as envisaged in Design basis. Single Loop microprocessor
based controllers should be used only in applications like anti-surge control.
a) The vendor shall be responsible for obtaining all statutory approvals, as applicable for all
instruments and control systems.
2.4 Transmitters shall be used in place of switches. For Pump Seal Plan instrumentation, Guide Wave
Radar Level transmitter and Pressure / Temperature transmitter shall only be used instead of
switches.
2.5 All instruments shall be tagged with SS tag plate properly secured by screws or attached by stainless
steel wires.
3.1.1 Flow measurement shall normally be carried out using thin square edged concentric orfice
plate mounted between a pair of weld neck flanges of minimum 300 # ANSI rating for line
size 2” and above.
3.1.2 Flange taps shall be used for line sizes upto 14” while D-D/2 taps shall be used for line sizes
16” and above. The material of the orifice plates shall be normally SS 316, as a minimum.
3.1.3 Orifice plate shall be fabricated strictly in accordance with Jacobs standard 4600-JSD-201.
Orifice flange dimensions shall generally conform to ANSI B 16.5 modified as per AGA
recommendation.
3.1.4 Eccentric and Segmental type of orifice plates shall be used in horizontal runs for services
involving mixed phase gas-liquid or liquids with suspended solids.
3.1.6 Flow nozzles, Venturi & flow tubes may be used for better pressure recovery, and where very
low inlet pressures are available.
3.1.7 All orifice flanges and connections shall be accessible from ground or from suitable operating
platforms.
3.2 Calculations
3.2.2 Calculation for conical entrance orifice shall be as per BS 1042 Part I.
3.3 Sizing
3.3.1 Maximum meter flow shall equal the nearest preferred factor greater than or equal to 1.43 x
Normal flow, if only the normal flow is known. If maximum flow only is given, Maximum meter
flow shall equal the nearest preferred factor greater than or equal to 1.1 maximum flow
given. If rangeability larger than 30% to 90% is required, two measuring instruments with
different ranges may be considered.
Orifice diameters should be selected so that the d/D ratio is between 0.20 to 0.70 for gas and
steam and upto 0.75 for liquids
3.3.2 Orifice meter differential range shall normally be 2500 mm H20, dry calibration. Other
preferred ranges will be 500 mm, 1250 mm, 5000 mm and 10,000 mm. For compressible
fluids, the selected differential in inches of water shall not exceed the upstream static
pressure in pound per square inch absolute.
3.3.3 Metering orifices shall not be installed in lines less than 1½” nominal diameter. If process
lines are less than 1½”, the lines shall be blown to the 1½” size for the meter run, keeping
the d/D ratio within limits when the meter runs cannot be blown to 1½” calibrated meter runs
may be used. If d/D ratio exceeds 0.75 for 5000 mm differential range, then the process line
shall be blown for the meter run.
3.4.1 Meter runs shall be for a maximum d/D ratio of 0.75 for all cases. The recommended
practice shall be as per AGA/ANSI-API-2530. However where nominal pipe size is large and
it is difficult to ensure straight run corresponding to d/D ratio of 0.75, straight run
corresponding to actual d/D ratio for that particular orifice can be used.
3.4.2 Use of straightening vanes is not preferred longer meter runs shall be provided for custody
transfer meters. Orifice plates shall be installed on horizontal lines where practical. Vertical
meter runs may be used for down flow of vapour and up flow of liquids.
3.4.3 Restriction orifices and integral orifice transmitters do not require upstream or downstream
straight pipe runs or orifices flanges.
3.5.1 Meter taps shall be horizontal for liquids, condensable vapours and steam. The taps shall be
on top for gas, non condensable vapour, or liquids which boil at or below the maximum
design ambient temperature at operating pressure. Where piping clearances are a factor,
taps may be located upto 45° below the horizontal centre line for condensable vapour, liquid
and steam. The taps may be located upto 60° from vertical for gas and vapour. Generally
atleast one pair of tapings are provided for all orifice flanges.
3.6.1 Flow transmitter shall normally be smart type with HART protocol or with FF protocol an
integral indicator for output indication.
3.6.2 Body shall be SS body minimum with stainless steel element unless other materials are
required. For direct differential pressure transmitter the cover flanges shall have provision for HP and
LP process connection on both sides, with one side blinded with drain plug.
3.6.3 Over range protection equal to the body rating shall be provided.
3.6.5 Three way valve / Five way valve manifold and oval flange adaptor shall be provided in place
of isolation and equalizing valves in the impulse piping of flow transmiiters for the service up
to 600 # rating. However in case of high pressure service and any special requirement,
piping manifold with single / double isolation valves and equalizing valve shall be considered.
3.7.1 Rotameter
3.7.1.1 Variable area flow meters shall be as per ISA-RP 16.1,2,3,4,5 and shall be used for viscous
or corrosive services or where rangeability in flow precludes the use of an orifice.
3.7.1.2 Accuracy of measurement shall be within 2% of full scale. Rotameter rangebility shall be
more than 10:1.
3.7.1.3 Glass tube Rotameters shall be used for low pressure utility services for local indication and
where line size is 1½” or less.
3.7.1.4 Glass tube Rotameters shall not be used if outlet line is connected to a line or vessel
containing hazardous or toxic fluid unless a check valve is installed at the downstream side
of Rotameter.
3.7.1.5 Metal tube Rotameters shall be used for all process fluids. External devices for indicating or
transmitting shall be magnetically coupled to the float or extension.
3.7.1.6 Rotameters shall be installed vertically with block and bypass valves.
3.7.1.9 Purge meter units shall consist of a glass / metal tube Rotameter with needle valve at the
inlet and a built-in check valve at the outlet. A differential pressure regulator shall also be
supplied in applications where either the purge supplies or process pressures are likely to
vary significantly.
3.7.2 Massflow meters shall be used for accurate flow integration for blending application, critical
feed flow, custody transfer, high viscous fluids etc.
3.7.3 Meter run with Integral orifice meters shall be used for measuring small flows in line sizes
less than 1½” and shall be installed with block and bypass valves.
3.7.4 Magnetic type flow meters shall be used for electrically conductive slurry, water or corrosive
services and shall be installed with line size bypass, with block and clean out valves, at the
lowest point in piping to ensure that meter run is always liquid filled.
3.7.5 Mass flow meters (in -line meters) shall be considered for highly viscous hydrocarbon
streams such as asphalt, vacuum residue, tar, polymers. Etc.
3.7.6 Ultrasonic flow measurement shall be considered for flare gas applications, for high
temperature & viscous service.
4.1.1 All gauge glasses shall be generally steel armoured reflex or transparent type. Body material
and cover material shall normally be forged carbon steel. 316 SS or other materials may be
used. if required, by process conditions. Tempered borosilicate glass with asbestos or other
gaskets shall be used. All gauge glasses must have a rating equal to or more than the vessel
design pressure and temperature.
4.1.2 Reflex type will be used for clean and colourless liquids, except liquids level interface.
Transparent type will be used on acid, caustic, dirty or viscous, coloured liquids and liquid
interface. Transparent type with mica or Kel-F shields shall be used for treated water, boiler
and condensate services, and for corrosive liquids which will attack glass.
4.1.3 Transparent type glasses shall have integral illuminators operating at 230 VAC, 50Hz and
suitable for the specified electrical area classification.
4.1.4 Frost shields shall be provided for cold services below 0 deg C. Internal heating shall be
provided for viscous liquids. Integral illuminators shall be used on transparent gauges, if
required.
4.1.5 Visibility shall cover the operating level range and maximum and minimum ranges expected
including start-up conditions as well as alarm and shutdown points.
4.1.6 The maximum visible length of a single gauge glass shall not exceed 1500 mm. Should a
larger level gauging be required, multiple gauges, or preferably equal lengths, shall be used
with 50 mm overlapping in visibility. Normally glass of 300mm (approx.) section length shall
be used.
4.1.7 Gauge glass valves shall be forged off-set type with an integral ball check and back seating
stem. Primary isolation valves are normally required in addition to the gauge glass valves.
4.1.8 For level gauging in very viscous liquids and liquids with crystals & interface level
measurement, float operated magnetic gauges with 2" (50mm) flanged end connections,
shall be used.
4.2.1 Guided wave radar type instruments shall be used for all interface measurement. Transmitter
shall be SMART type with HART protocol or with FF protocol.
4.2.2 Instruments shall be with rotatable head construction. Probe material shall be 316 SS with.
Other materials may be used if required by service conditions. Radiation fins or extensions
shall be used for temperatures above 200°C or below 0°C.
4.2.3 Side -side connection shall normally be used. Chamber material shall be SS if the service
calls for.
4.3.1 In general capillary type differential pressure transmitters shall be considered for all level
applications. Capillary for LP side and HP side will have direct mount diaphragm seal
(Without capillary).
4.3.2 Transmitter shall be SMART type with HART protocol or with FF protocol.
4.3.3 Differential pressure transmitters for use on corrosive, viscous or fouling service shall
generally be diaphragm seal type with remote filled capillary. Diaphragm material shall
normally be stainless steel or any other special alloy. Transmitter body material & shall be SS
body minimum.
4.3.4 The capillary and diaphragm fill fluid used shall be suitable for vaccum and high temperature
applications in general.
4.4.1 Generally Radar instruments with digital transmission shall be used for offsite tanks. Body
housing material shall be SS. The gauges shall be capable of measuring with an accuracy of +0.5
mm. Two numbers of tank side indicator one at top (Gauge Head) and other at tank datum shall be
provided.
4.4.2 Multipoint Temperature measuring system shall be provided as indicated in the “job specification”.
4.4.3 The tank side indicator for both types of gauges shall have hoisting facility.
4.4.4 Mechanical float type gauge shall have counter type tank side indicator.
4.4.5 The wetted material like float, displacer, tape, wire etc. shall generally be 316 SS.
Other special type of level instruments like radar, ultrasonic type, nucleonic type shall be
used as necessitated by application requirements.
For high-pressure steam drum level application, additional conductive type (“Hydrostat” or equivalent)
level instrument shall be provided in addition to DP type requirement.
4.7.1 The nucleonic sources shall be constructed with sufficient shielding so that, no restrictions are placed
on personnel accesses to the plant in which the device is installed.
4.7.2 Nucleonic level instruments shall be used only when there is no other practical choice of alternate
measurement available or specifically recommended by Licensor / consultant.
4.7.3 The source strength sizing calculation and installation drawing shall be reviewed and approved by
owner/PMC.
4.8.1 The usage of standpipe shall be considered for clean, non-viscous and non-crystallizing
services. The size of standpipe shall be 3” minimum. Separate isolation valve to be
considered for standpipe.
4.8.3 When level gauges are used along with transmitter, the visible length of the level gauge shall
be selected to cover the complete transmitter range.
4.8.4 Standpipe shall be used if there are more than 4 nozzles required for level instruments. All
instruments shall be provided with separate isolation valve. Stand pipe accommodating level
gauge / DCS transmitter shall be separate from standpipe / vessel tapping for interlock / trip
transmitter. Also for 2oo3 logic, tapping from same stand pipe shall be avoided.
4.8.5 Maximum number of nozzles on the standpipe shall be limited as follows:
• 8 Nos. with no guided wave radar type / Displacer type level instrument on it
• 6 Nos. with guided wave radar type / Displacer type level instrument on it.
4.8.6 Multiple level gauges shall be used for visible length more than 1500 mm.
4.8.7 Separate standpipe shall be used for boot interface level measurement in addition to
standpipe for horizontal vessel.
5.1.1 Pressure gauges shall have an accuracy of ±1% of full scale. These shall be normally
furnished with bourdon tube element. For low pressure i.e. below 1 kg/cm2g bellows
diaphragm actuation may be used. Standard dial size shall be 150 mm.
5.1.2 Dial shall be white, non-rusting plastic with black figures. The dial face shall be marked with
pressure element material. Pointers shall have micrometer adjustment.
5.1.4 Dial gauge case housing shall be SS Material. Cases shall be weatherproof as per NEMA 4.
Blow out discs shall be provided.
5.1.5 Ranges shall be so specified that the gauge normally operates in the middle third of the
scale and shall conform to IS 3624 standard dials wherever possible.
5.1.6 Pressure elements for process service shall normally be 316 SS, with forged socket and tip
of the same material. Elements above 70 kg/cm²g range shall be bores instead of drawn.
5.1.8 Cases for gauges having ranges between 0-2 and 0-20 Kg/cm²g shall have blowout discs in
the back of the case.
5.1.9 Cases for gauges having ranges above 0-100 Kg/cm²g shall be of the solid front type having
blowout backs.
5.1.10 Snubber shall be floating pin type, externally mounted and externally adjustable. It shall be
used for all pulsating services.
5.1.11 Diaphragm seals, filled type or mechanical type shall be furnished where plugging of the
element may occur or where suitable material is not available in highly corrosive services.
When chemical seals are required. they shall be the clean out type with flushing connection.
5.1.12 Over range protection shall be provided to atleast 130% of range. For vacuum service, the
element shall have under-range protection to full vacuum.
5.1.13 All pressure gauges shall be provided with shatter proof / laminated safety glass window and rear
blow out disc.
Over range protector (gauge saver) shall be provided where a pressure gauge cannot
withstand a protuberant pressure due to unavoidable operation. Over range protector
whenever used shall be of SS316, as a minimum.
Pulsation dampener shall be provided for all pulsating services e.g. Reciprocating pump
discharge piping etc. Pulsation dampeners shall be of minimum SS 316 and have connection
½” NPT (F) on both ends. Dampener shall be provided with integral screw head needle valve
to adjust aperture externally.
Pigtail type siphon shall be provided for steam service. Siphons shall be made of minimum
SS 316 having connections ½” NPT (M) on both ends.
In general, the draft gauges shall be provided for each process heater to measure draft at
burners, and in the stack, if required by process.
Direct connected gauges for indication of very low pressures and vacuum in the range of 0-
0.5 mbar to 0-150 m bar shall be vertical scale gauges utilizing a slack diaphragm
(rubberized nylon or equivalent) as the sensing element.
Where draft gauges are for used in the field, a suitable housing shall be provided.
The design of the draft gauge shall incorporate linearizing linkages where necessary to
ensure a linear response of the indicating pointer.
Draft gauges shall be required to have an accuracy of +/-3% FS or better and shall be
capable of withstanding pressures or vacuum equivalent to 100% overrange.
5.2.1 Pressure and Differential pressure transmitters shall be SMART type with HART protocol or
with FF protocol with local indicator for output indication. Indication shall be in engineering
units and percentage.
5.2.2 Transmitter body material shall be minimum SS Body with stainless steel element unless
other materials are required. Process connection shall be ½” NPT(F).
5.2.3 Range shall be selected such that normal operating pressure is within 50% to 85% of
calibrated range.
5.2.4 Over range protection shall be provided to at least 130% of range. For vacuum service. the
element shall have under -range protection to full vacuum.
5.2.5 Diaphragm seal element with capillary shall be used for congealing, corrosive and highly
viscous services.
5.2.6 The wetted parts materials of the transmitter shall be suitable for the service conditions but SS316 as
a minimum.
5.2.7 Pressure taps in main piping lines shall preferably be located on top of the piping and in equipments
shall preferably located in the equipment vapor space.
5.2.8 In general, pressure transmitter shall be close coupled, with provision for accessibility from
grade, walkways, or platforms
6.1 Thermowell
6.1.1 Thermowells shall be of 316 SS bar stock (Minimum) or better material to suit the service
conditions. The base of the thermowells shall be chosen to fit the instrument without air gap
for minimum measuring lag. Thermowell flanges shall be of ASTM A182 F316, 1½” 300# as
a minimum for pipe line mounted. For vessels & column Thermo well flanges shall be of
ASTM A182 F316, 2" 300# as a minimum.
6.1.2 These shall be fabricated from bar-stock as per Jacobs standard 4600-JSD-501
6.1.3 Immersion length of thermowells for different line sizes shall be as follows:
Any pipe line less than 4" nominal bore shall be blown to 4" size.
Built-up thermowells may be considered in low pressure and low velocity services like in fired
heaters and also where longer thermowell immersion length is required (for greater than or
equal to 500 mm).
Thermowell shall be designed to handle two phase flow velocity. Vibration analysis test to be
carried out for thermowells to be used in high pressure two phase flow.
6.2.1 Dial thermometer shall be generally gas filled type, hermetically sealed with 150 mm dial size
with a rigid stem only.
Case shall have back or bottom connection with adjustable gland to permit adjustment of
thermometer into the well.
6.2.2 Only filled type with capillary extension shall be used in cases where vibrations are likely to
be encountered. Capillary tubing shall be minimum of 304SS with stainless steel flexible
arrnouring, and PVC covering over armour.
6.2.3 Thermometer stem adjustable gland with union connection and bushing shall be suitable for
½” NPT connection.
6.2.4 Range shall be selected so that normal operating temperature is approximately 70% of full scale, and
maximum expected temperature 90% of full scale.
6.3 Thermocouple
6.3.1 Thermocouples assemblies shall be furnished with weatherproof screw type heads as per
Jacobs standard 4600-JSD-502.
6.3.3 Thermocouples shall be as far as possible only of 'K' type with 20 AWG duplex. For very low
range (-ve Temp.) T type shall be used.
6.3.4 Magnesium oxide insulated grounded type thermocouples shall generally be used.
6.3.5 The design of thermocouple assemblies shall be such that replacement on line is possible.
6.4.1 RTD assemblies shall be furnished with weatherproof screw type heads as per Jacobs
standard 4600-JSD-502.
6.4.3 RTD shall be platinum element with 100 ohms resistance at 0°C, 3 wire system shall be
adopted in connecting the element.
6.4.5 In the case of Duplex thermocouple/ RTD, two independent electrical entries shall be
provided, and unused entries sealed with blind plug.
6.5.1 The thermocouple head shall be connected with thermowell with 3-piece union to ensure
proper contact of TC junction to thermowell.
6.5.2 Head cover shall be screwed type, with SS retaining Chain fixed to body.
6.5.3 Head cover shall be weather proof and ex proof suitable to specified hazardous area
classification.
6.5.4 Cable entry shall be 2 nos.1/2” NPT (F) with one entry plugged with SS 304 plug.
6.5.5 Terminals shall have separate screws for connecting element and extension cable.
6.5.6 Special application thermocouple like Skin temperature measurement for heater or reactor
etc shall comply with Licensor’s specification.
6.5.7 For heater thermocouples, mineral insulated Inconel-600 sheath shall be considered for
Non-sulpherous atmosphere and SS-416 shall be considered for at sulpherous atmosphere.
Kanthal sheath material shall be used above 870 deg. C temperature.
6.6.1 Temperature transmitters shall be Remote mounted type (on 2” Pipe), Smart with HART
protocol or Foundation Field bus protocol and integral output meter.
6.6.3 Conventional transmitter shall have universal input for thermocouple / RTD and output 4-
20mA DC for 2 wire system.
6.6.4 Transmitter output signal shall be linear and directly proportional to the measured
temperature with overall accuracy of as per design basis.
6.6.5 Transmitter shall have automatic cold junction compensation for thermocouples and
thermocouple / RTD linear characterization.
6.6.6 Burnout protection (selectable UP scale / DOWN scale) must be provided for temperature
transmitter.
6.6.7 Temperature transmitter shall be dual compartment type, with dual input provision and sensor
diagnostic facility.
7.1 General
7.1.1 Control valves shall normally be Globe type single seated or double seated. For clean
services, guiding shall be top and bottom / cage type. For highly viscous services, cage
guiding shall be avoided.
7.1.2 Ball valves shall be considered for services where solids in suspension, high rangeability, low
pressure drops and tight shut off are required.
7.1.3 Butterfly valves shall be considered for services where solids in suspension, low pressure
drops and high capacities are required.
7.1.4 Angle valves shall be considered in services where flashing, coking, solids in suspension or
very large pressure drops are encountered.
7.2 Body
7.2.1 Minimum control valve body size shall be 1". Reduced trim shall be used when capacity is
smaller and fluid velocities are larger than permissible. Body sizes shall be limited to the
following: 1", 1½”, 2", 3", 4", 6", 8", 10" and 12".
7.2.2 The body material shall minimum be as per piping specification. Better material can be
considered based on special considerations.
7.2.3 Body flange for globe valves shall be as per line specification. All control valves shall be
suitable for ANSI flange connections. The Globe type valve shall have face dimension in
accordance with ISA-RP 75.06.
7.2.4 Radiation fins shall be used above 200°C and extension bonnets will be provided below 0°C.
7.2.5 Flanged bolted type gland stuffing boxes shall be used. Packing shall normally be Teflon on
liquid and gas service upto 200°C.Graphoil shall be used on steam service and temperature
above 200°C.
7.2.6 For services under vacuum and for special services (i.e. Oxygen , etc.), the packing to be used shall
be determined case to case.
7.2.7 Bellow seal shall be used where it is required to isolate the packing from the process fluid or
where no leakage to atmosphere can be tolerated like toxic, explosive and precious fluids.
7.2.8 The flow direction shall be clearly marked on the valve body.
7.3.1 Control valve plugs shall be top and bottom or cage guided for double ported valves and top
guided / cage guided for single ported valves. Equal percentage trim shall generally be
specified.
Equal percentage plugs shall normally be used when there are large variations in valve
pressure drop.
a) Level control
Quick opening trim shall be used for ON-OFF and Emergency Shutdown Valves.
NOTE: Whenever the trim characteristics are specified in the Licensor’s data sheets that
shall be followed
7.3.3 Material used for trim shall be minimum 316 SS, with guide bushing of hardened stainless
steel like 440 C, 17-4 PH all upto a pressure drop of 10 kg/cm²g. For higher pressure drops
or erosive and slurry services and in general for all steam services, flashing services, hard
surfacing of plug seat rings and seating area of inner valve with stellite shall be used. Special
cases may require 17-4 PH seat ring and 440C solid plugs or other materials like Hastelloy,
Durimet, Monel, etc. For temperature above 300°C stellite facing shall be used for guide
posts. Guide bushing shall always be harder by a minimum of 125 Brinnel than the guide
post.
7.3.4 The valve seat leakage shall be as per ANSI B16.104. All tight shut-off valves specified by
licensors shall meet Class VI seat leakage class requirements.
7.4 Actuators
7.4.1 Diaphragm actuators shall generally be used with 0.2 -1.0 kg/cm²g spring range. For larger
dP shutoffs, higher spring range / higher area shall be considered.
7.4.2 Piston actuators can be considered for severe pressure drop services.
7.5.1 The control valve sizing formulae shall, in general, be as per ISA. Control valve shall be
sized for the available pressure drop at normal flow, but based on a flowing quantity equal to
normal flow times over sizing factor of 1.5 or 1.1 times the maximum flow whichever is
higher. The manufacturer's published Cv values shall be used to determine valve size.
Valves in which considerable expansion takes place or substantial quantities of liquid flash to
vapour, shall have body one size larger than trim.
7.5.2 The maximum and minimum control valve opening shall be between 80% to 30% of full stroke at
maximum and minimum flow conditions.
7.5.3 All valves in liquid services shall be checked for cavitations / flashing in the sizing calculations and
special precautions shall be taken while selecting the type and trim material of control valves for
cavitations and flashing services. Special anti-cavitations trim shall be used for cavitations services.
7.6.1 On / Off valves shall generally be ball type full port trim and line size body unless specified.
7.6.2 The actuators shall generally be “piston spring return” type, and the valve open / close response time
of 10 seconds or less, except where faster action requirement is specified.
7.6.3 The On / Off Valves shall be “fire safe”, based on service requirement.
7.7 Positioners
7.7.1 Electro-pneumatic valve positioners shall be provided for all control valves and for On-Off
valves with partial stroke testing.
7.7.2 E/P positioner shall be Smart type, operating on input signal 4-20 mA DC, and with HART
protocol or with FF protocol for diagnostic & remote calibration.
7.7.3 The valve manufacture shall provide the valve signature for diagnostic purposes.
7.8 Tubing
7.8.1 6 mm OD SS 304 Tubing with SS 316 compression fittings shall be used for interconnecting
tubing of the control valve.
7.8.2 Separate air filter regulator shall be used for each E/P positioner.
7.9 Others
7.9.1 Hand wheel shall be considered where the block and by-pass valves are not provided in the
process piping or when required by process. However no by-pass or hand wheel shall be
used for shutdown valves.
7.9.2 Limit switches and any other electrical accessories shall conform to the electrical area
classification and environmental conditions.
7.9.3 Limit switches shall be of Proximity type and intrinsically safe certified. Limit switches shall be
provided both for close and open positions for all shutdown valves. The limit switches shall
have junction box with 2.5 mm2 screw terminals to facilitate field cable terminations for both open and
close limit switches. “Open / Close” local indicators shall be provided for all ON/OFF valves.
7.9.4 Solenoid valves (Direct acting type) shall be used as the pilot valve to trip a shutdown valve,
On/Off valve. Solenoid valves, wherever used, shall be universal type and shall be
continuous rated type with class F coil insulation as per IEC 85/IS 1271.
Solenoid valve shall be of SS body with SS316 trim, as a minimum. Positioners with inbuilt
solenoid valve are NOT acceptable.
The solenoid valve operating voltage shall be 24 V DC and IS (intrinsic safe) type suitable for
specified hazardous area classification. However in case of process unit whose control shall
be from existing control room, the existing control philosophy shall prevail
7.9.5 The other auxiliary devices such as lock up relay, pilot relay, booster relay volume tank etc.
shall be provided as parts of the actuating system in order to achieve the required stroke-
speed, fail safe action etc. Volume tank shall be of SS material of construction.
7.9.6 All control valves in service for temperature less than –20 deg.C, shall undergo cryogenic
testing in line with BS-6364.
7.9.7 All control valve castings in H2 service for ANSI 600 # and above rating shall undergo
Helium leak test.
a) Partial stroke test scheme shall be complete with an hardware and software’s which shall include
solenoid valves, valve positioner and logic solver. All components used in PST shall be fail safe and
shall not affect the on-off valve performance under any circumstances.
Vendor shall supply the complete testing assembly duly tubed / piped / Wired on a SS mounting
plate of thickness 3.2mm suitable for 2" pipe stanchion mounting. Standard pre designed rigidly
mounted components shall also be acceptable for PST assembly.
7.9.1 Self actuated regulators for flow, pressure and temperature shall be used for control where
loads are reasonably constant and requirement for precision and accurate control are not
stringent.
8.1.1 All pressure relieving devices shall be designed in strict accordance with ASME Code for
Boiler and Pressure Vessel, API RP 520 and IBR. Nomenclature used shall be in
accordance with API RP-520 & 521.
8.2.2.1 Pressure relief valves shall be safety relief type except for thermal relief valves. Pressure
relief valves shall be full nozzle full lift type.
8.2.2.2 Conventional valves with closed bolted bonnet, screwed cap and test gag shall be specified
for services with constant back pressure.
8.2.2.3 Bellow seal valves with closed bolted bonnet, screwed cap and test gag shall be specified for
varying back pressure.
8.2.2.4 Conventional valve with open bolted bonnet, test gag, lifting gear shall be specified for steam
services.
8.2.2.5 Pilot operated relief valves may be specified for special services and where set pressure are
closer than 10% of the operating pressure.
8.2.2.6 Base or modified nozzle type valves shall be specified for thermal relief service. Normal size
shall be ¾” x 1" with 0.38 cm² orifice for all liquids. Thermal relief valves shall be provided on
the cold side of heat exchangers where "blocking-in" is possible.
8.2.2.7 For very low relief flows as in metering pump discharge, ¼” x ¼” valves shall be used.
8.2.2.9 Pressure relief valve body casting and nozzle casting with inlet rating of 600 # and above in
Hydrogen service shall undergo Helium leak test.
8.3.1 The body material shall minimum be as piping specification. Better material may be
considered based on special considerations. Nozzle and disc shall generally be 316 SS with
machined stainless steel guide and spindle. Springs shall be carbon steel for -30°C to
+250°C and shall be cadmium plated. Tungsten alloy steel springs shall be used above
250°C.
8.4.1 Flanged connections shall be standard on sizes 1" and larger. Minimum rating shall be 150
pounds ANSI.
8.4.2 Where permissible, screwed connections shall be used on sizes ¾” and below.
8.5.1 Rupture disc shall be narrow face capsule type to fit inside the 1.0 of the bolt circle of
standard flanges.
8.5.2 Where used as a primary relieving device, the burst pressure shall not exceed vessel
pressure at burst temperature.
8.5.3 When installed upstream of a safety valve, a pressure gauge will be provided on the
downstream of the disc to indicate any rupture of the disc and an excess flow check valve.
Drain holes shall be provided where disc may be exposed to the atmosphere.
8.5.4 Materials shall be compatible with the vessel content consistent with bursting requirements
Inconel discs shall be used above 100°C where possible.
8.5.5 Each rupture disc must be supplied with minimum 3 number of additional discs. This is in
addition to discs required for carrying out burst testing at factory.
8.5.6 The bursting tolerance of the rupture disc shall be ±5% of the specified bursting pressure or
less. Unless otherwise specified.
9.1 Breather valves, flame arresters and vents shall be as per API S-2000.
9.2 Breather valve shall generally be soft seated dead weight type.
10.1 Desuperheater design shall ensure that temperature at the outlet shall be maintained with +
/- 5 deg. C of desired outlet temperature, unless otherwise specified by the Licensor.
10.2 Separate liquid injection valve and steam valve, if provided must be installed along with block
and bypass valve.
10.3 The body and trim material of construction shall be suitable for the service. In general trim
including spray nozzle shall be Stellited.
10.4 The PRDS/ DS in steam application shall be IBR certified including valve in boiler feed water
line.
10.5 The CV shall be calculated in accordance with manufacturer’s calculation procedure and
selected based on following points.
• Valve sizing shall be based on the maximum capacity of 1.25 times the normal flow or
1.1 times the max. Flow, whichever is greater.
• The minimum flow capacity shall be suitable for rangability of 30:1.The valve stroke
shall not be less than 20% opening at the minimum flow capacity.
• Fluid velocity at the outlet shall be selected suitably in consideration of the property of
fluid, the differential pressure of the valve and the line size etc.
• Noise level at 1 meter down stream of DS and at distance of 1 meter from the pipe
surface at normal flow shall not exceed 85 DBA.
10.6 A manual operator, limit switch, solenoid valve or any other auxiliary devices shall be
provided.
11.1 Analyser
a) Sample tap
e) Readout device
f) Analyser
h) Analyser shelter
11.1.2 Analyzers enclosure shall be weather proof to NEMA 4X and explosion proof suitable to the
hazardous area in which they are to be installed.
11.1.3 Where appropriate, the analyser may be installed preferably in flameproof enclosure Ex’d’ in
order to comply with required area classification. Purged cabinets shall be avoided. In this case,
the power supply shall be automatically switched off on loss of purged air flow or pressure
inside the enclosure.
11.1.4 Analyzers installed locally shall be protected by means of a shed, which shall protect the
analyser from rainwater and direct sunlight.
11.1.5 All components in contact with the sample shall be stainless steel minimum.
11.1.6 The Analyzer systems shall be supplied in fully assembled condition along with sample
handling system in and Analyzer cabinets.
11.1.7 The sample system shall contain the necessary metering, condition, gauging and filtering devices to
supply the analyser with a continuously representative and measurable sample. The material of
construction shall be chosen to prevent reaction of material with sample, absorption of components
from the sample and entrant of contaminants through osmosis or diffusion.
11.1.8 Flow indicators (permanently tagged with required values) shall be provided as required to maintain
sample, sample by-pass, sample vent and utility flow rates.
11.1.9 For carrier, reference gas requirement, manifold arrangement with automatic change over
arrangement shall be provided.
11.1.10 The design used shall provide maximum reliability, maximum on-line performance and
minimum maintenance. Instrument shall be field proven. No prototype instrument shall be
offered.
11.1.11 The Analysers shall meet Environmental Protection Agency (EPA) USA regulations or shall
be TUV approved.
11.1.12 All Analysers shall be microprocessor based and shall have automatic calibration facility,
self-diagnostic facility with local indication.
11.1.13 Analyzer shall give isolated 4 to 20 mA output, contact output and RS 485 serial interface for
communicating with DCS.
11.1.14 Calibration gas shall be supplied for 6 months after Site Acceptance Test (SAT).
11.1.15 In case licenser’s documents indicate any make / model no. for analyzers Contractor shall
provide same or equivalent. When indicated by licenser as mandatory make / model for
analyzer, contractor shall supply the same make & model.
Analyzer system shall be installed in the shelter of SS material and insulated as per
applicable standard. No RCC room is acceptable. Air conditioning system (HVAC) shall be
suitable to specified hazardous area classification. Redundant (1 working+ 1 stanby)
configuration shall be provided.
Analyzer shelter and analyzer location shall be designed to minimize sampling time and easy
maintenance.
Provision shall be made for keeping all the fast loop devices outside the shed.
11.2.1 Gas chromatograph system shall consist of complete set of analyser (s) including sampling
system, sample-conditioning system, internal power supplies, inter cabling, inter piping and
other components required to provide a fully integrated and functional system.
11.2.3 Gas chromatograph shall be provided with a dedicated PC for analyser management and
information system.
11.2.4 Gas chromatograph shall be provided with redundant RS 485 serial interface for
communicating with DCS.
11.3.1 The Gas detection system is required to monitor combustible gases. Gas detectors shall be
Infrared (IR) type for hydrocarbons and catalytic combustion type for hydrogen. For toxic gas
electrochemical type detector shall be used.
11.3.2 The gas detectors output shall be 4-20mA with HART and shall be directly connected to the
PLC or separate F & G system as per job specification system. Separate gas detection
panel is not envisaged.
11.3.3 All the mounting accessories, splash guards, junction box etc. shall be included in the scope
of supply.
11.3.4 Sensor shall be SS 316 provided with sintered enclosure with necessary protection for dust,
water splash & ambient condition & also it shall be easily replaceable.
11.3.5 Transmitter shall be Intrinsically safe type & weather proof (NEMA 4X)enclosure. Intelligent
smart transmitter with self-diagnostic Features &-auto-calibration features.
11.3.6 Calibration gas cylinders for each type of gas detector shall be sufficient for six months
normal after commissioning.
11.3.7 1 no. of portable detector for each type of gas detector shall be provided. The portable gas
detector shall be supplied complete with controller, audio visual alarm and shall be
intrinsically safe for use in hazardous area Zone I, Gr. II C, T3. These units shall be supplied
with rechargeable batteries and 230VAC, 50 Hz battery charger. These units shall be
supplied complete with its accessories like carrying case, maintenance kit etc.
11.3.8 1 no. portable purge calibrator for each type of gas detector each consisting of a volume
bottle containing a know gas / air mixture, a purge regulator, a flexible hose and adaptor cap
(to fit the sensing head) is to be supplied to enable calibration of the sensor in the field
without dismantling them. Volume bottle shall be sufficient for minimum six month after
commissioning.
11.3.9 Flashing becon and pneumatic hooter shall be supplied suitable to area classification as
required.
Alarm annunciator shall be as per ISA-518.1, in general. The standard and first out
sequences of alarm shall be Auto reset for control room mounted. Power supply shall be 110
VAC.
Annunciator will show selected abnormal conditions. The annunciator for the control room
shall be hung from ceiling cabinet with back-lighted engraved windows and integral power
supply. Solid state system with plug in type modules shall be used.
Field mounted annunciator circuit shall be Ex-proof. The power supply unit will be mounted in
a safe area.
'Fail safe' type with normally break to alarm shall be used. Provision for make to alarm shall
also be provided.
The design shall be such that transient signals of less than 330 ms duration are discounted.
Alarm annunciation in Control Rooms shall have miniature windows. Electronic shall be Split
type only to achieve the above. However, annunciator for local Panels, if any, conventional
type can be followed. Test, acknowledge, reset pushbuttons shall be provided for the
annunciation. The annunciator shall have solid state electronics.
13.1 All indication lamps, push buttons selector switches shall be Ex proof & annunciator alarm
panels in flameproof enclosure shall be installed in local panels.
Field panels shall be Ex-proof / weatherproof considered depending upon the panel size and
other criteria for hazardous areas.
13.2 Local control panels, in general, shall be of free standing, totally enclosed construction,
fabricated from 4 mm thick cold rolled steel sheet..
Maximum dimensions shall be 2100 mm (H) x 1200 mm (W) x 800 mm (D) and shall be
mounted on 100mm high channel base.
The panels shall be pickled / phosphated and shall undergo a seven-tank process before
primer is applied. The panels shall be provided with 2 coats of red oxide primer and 2 coats
of final stove enameled paint. Paint colour shall be any of the following (to be confirmed).
Normal mounting heights of instruments (centre lines of instruments to floor) shall conform to
the following, with minor adjustments depending on instruments selected:
b) Annunciators 1950 mm
13.4 Panel doors shall cover the total width and height of a panel section. All doors shall have
continuous stainless steel plane hinges. Panels over 1200mm wide shall have double rear
doors with heavy duty T-bar latches. Panels less than 1200mm wide shall have single rear
door with heavy duty T-bar latch.
13.5 Panels shall be provided with 4 lifting lugs at the top. The panels shall be well sealed against
ingress of dust and moisture. IP 51 as per IEC 529 for indoor applications and IP 54 for
outdoor service.
13.6 Local control panel for the package units shall be installed within the battery limit of the
package considering operational and maintenance requirements and accessibility. In case of
skid mounted package; panel shall be located away from the skid.
In case local control panel is housed outdoor i.e. not in a local control room, it shall be
designed to meet IP-55 requirements. In addition, panel must be provided with a rain cum
sun shade canopy /shed.
13.7 It shall be possible to switch off incoming power to panel from panel front. All such power
on/off switches shall be flameproof type.
13.8 All lamps, status as well as alarm, shall be provided with lamp test facility. One single lamp
test push button shall be used for each panel.
13.9 Engraved identification plates shall be provided for all instruments on rear of the panel face.
Instruments shall have integral nameplate on the panel front. Markers for wires, tubes,
terminals, connectors, switches, circuit breakers, panel numbers etc. shall be permanently
affixed on them.
13.10 Cable entry to the panel shall be only from the bottom. Suitable removable cable gland plate
with double compression type cable glands shall be supplied along with the panel. All unused
cable entries must be plugged.
13.11 All panels shall be equipped with an earth bus securely fixed along the inside base of the
panels. Provision shall be made for future extension of the earth bus, if need arises.
13.12 Front of panel instrument name plate shall be black laminated plastic with white core. Name
plate shall be provided on the rear of panel also.
13.13 The control panel shall be subjected to the following tests and checks:
14.1 Local gauge board shall be used to install skid mounted instruments like pressure gauges,
temperature gauges and transmitters.
14.2 Local gauge boards, when provided shall have easy access at the rear and front for all
instruments and accessories for maintenance and operation.
14.3 Gauge board shall be constructed from 4 mm cold rolled cold annealed steel sheet with
other necessary steel supporting structure and shall be painted as per manufacturer
standard.
14.4 Local gauge board shall be supplied with all instruments installed and completely in
tubed/wired condition before shipment.
14.5 All pressure gauges shall be provided with block and bleed valves securely fastened.
Identification tags shall be securely fastened for easy identification both at the front and rear.
15.1 Cables
15.1.1 All cables shall have PVC insulated primary insulation except for H2 service for which
insulation shall be PE. For electrical interface cables for which insulation shall be XLPE and
0
foundation Fieldbus cables for which insulation shall be XLPL or Polyolefines of 85 C PVC
0
as per IS-5831 type C and inner and outer jacket shall be 90 C PVC to IS-5831 type ST-2.
0
Oxygen index of PVC shall be over 30% and temperature index shall be over 250 C.
15.1.2 Cables shall be fire retardant (FRLS) as per standard IEC 332 Part III Cat. A.
15.1.3 The insulation grade shall be 600 V/1100 V as a minimum and shall meet insulation
resistance, voltage and spark test requirements as per BS-5308 Part-II.
15.1.4 All cables shall be twisted & round armoured with galvanised steel wire/flat as per IS-1554
part-I.
15.1.5 Colour coding of thermocouple extension cables shall be as per ANSI standard. Outer colour
shall be light blue for intrinsically safe cables.
15.1.6 Conductors shall be stranded electrolytic annealed copper except for T/C extension cables
Maximum dc resistance of the conductor of the cable shall be as per IS8130.
15.1.7 The drain wire resistance including shield shall not exceed 30 ohms / km.
15.1.8 A pair of communication wire shall be provided for multipair cables. Each wire shall be 0.5
mm2 of plain annealed single or multi-stand copper conductor with 0.4 mm thick 850C PVC
insulation. Insulation shall be green and red colour coded.
15.1.9 CONTRACTOR shall supply spare cables as per ‘Spare parts list Philosophy’. In each
multipair cable 20% pairs shall be kept as spare.
15.1.10 Run length of the cable shall be printed at least at every 5-metre interval.
a) Single pair shielded signal cables shall be used between field instruments and junction
boxes/local control panels.
b) Multipair individually and overall shielded signal/alarm cables shall be used between
junction boxes/local control panels and main control room, in general.
c) Shield shall be aluminium backed mylar polyester tape bonded with the metallic side
down helically applied with either side having 25% overlap and 100% coverage. The
minimum shield thickness shall be 0.05 mm in case of single pair/triad and 0.075 mm
incase of multipair/triad cable.
d) Drain wire shall be provided for individual pair and overall shield, which shall be 0.5-
mm2 multi, stranded bare tinned annealed copper conductor. The drain wire shall be in
continuous contact with aluminium side of the shield.
e) All multi pair cables shall have 6 pair/12 pairs only while multitriad cable shall have 6
triads/8 triads only.
f) Minimum conductor size for single pair / triad is 1.5 mm² and multipair / multi triad is 1.0
mm².
b) Multipair individually and overall shielded thermocouple extension cables shall be used
between junction boxes and main control room mounted devices.
d) The cable shall have 16 AWG and 18 AWG solid conductors for single and multipairs
respectively.
e) All thermocouple extension cable shall be matched and calibrated in accordance with
MC-96.1.
i) Minimum conductor size shall be 16AWG for single pair and 18AWG / 16AWG multipair
cables.
a) All power supply cables shall be as per IS-1554 Part I and shall have copper
2
conductors. Minimum conductor size shall be 2.5 mm . The cables shall be PVC
insulated and armoured. The higher size conductors shall be used incase of long
distance power cable where voltage drops more than 3 volts than required supply.
b) Any other special cable required for instruments that should also be supplied as per
requirements. CONTRACTOR shall ensure that these cables are armoured type and
shall meet all other requirements.
a) All FF cables (Multi pair and single pair) shall be 16 AWG (1.31mm2) type ‘A” cable
twisted in pair individually and overall shielded with Aluminum Mylar tape with drain wire
and armoured. The conductor shall be made of 7 stranded annealed electrolytic tinned
copper conductors. Each strand shall be 28 AWG (0.1288mm2).
b) The signal attenuation and signal distortion through this cable shall be limited such as
way that adequate signal quality shall be available at receiving end of segment as per
ISA 50.02.
d) The FF cables shall be 1 pair, 2 pair, 3 pairs and 4 pairs. 1 pair shall be used for spur
connectivity only. For trunk Multicables shall be used. At least one pair shall be provided
as spare in multi cable. All cables shall be armoured.
e) Parameters for FISCO and FNICO cable shall be as defined in IEC-61158-2 and in
addition shall be meet the limitations required by technical specification as per IEC
60079-27.
a) The characteristic impendence of each twisted pair in cable shall be 100+20 Ohms. The
Characteristic impedance may be determined by any of the methods described in
ASTM D4566 at 31.25 Khz. Signal attenuation of each twisted pair shall be less than 3
db/km at 39 kHz.
b) The difference in capacitance between one wire and the shield and other wire and shield
not be more than 4 pF/metre average. Vendor to consider a minimum 30 metre length
of cable of each type to test with these parameters.
c) Minimum jacket resistance between cable’s shield and the metal structure shall be 1 M
Ω / 330 metres.
2
d) L/R ratio of adjacent core shall not exceed 50 µH/Ω for cables with 16 AWG (1.31mm )
conductors.
f) Other specifications shall be in accordance to Type A cable as per IEC 61158-2 and in
addition meeting the limitation required by FISCO technical specification IEC 60079-27.
15.2.1 CONTRACTOR shall supply all cable glands required for glanding the above-mentioned
cables both at field instrument and local control panel, junction boxes and at main control
room.
15.2.2 All cables glands shall be of type 304 SS; double compression type suitable for armoured
cables and have PVC shrouds.
15.2.3 Flame proof glands wherever required shall be supplied with Ex (d) certification.
15.2.4 The CONTRACTOR as per spare parts list philosophy shall supply spares against all these
items.
15.3.1 Separate junction boxes shall be used for IS and non IS signals. Further it shall be
segregated based on signal types given below.
b) Thermocouple
c) Digital input
d) Digital output
e) SOV
f) Power cable
g) RTD
h) Vibration signals
i) Gas detectors
NOTE:
2) Above mentioned types of junction boxes shall again be segregated based on signal
from DCS or PLC.
15.3.2 CONTRACTOR shall supply junction boxes of die cast aluminium alloy (LM-6) body, and
flameproof with Ex (d) certification. Junction Box shall be CCOE approved, for specified
hazardous area class based on gas group service.
15.3.3 Junction boxes shall have terminals suitable for the cable sizes to be terminated but shall be
2
minimum suitable for 2.5 mm cable. 20% spare terminals shall be supplied in each junction
box. The terminals shall be mounted on rails in the junction box.
15.3.6 Each junction box shall have minimum of 10% or 2 Nos. minimum spare entries. All spare
entries shall be provided with SS plugs. All the cable entries shall be from bottom only.
15.3.7 The instrument signal cable shall be separated from power cables to protect from electrical noise. As
minimum separation distances of 1 meter shall be maintained.
15.4.1 CONTRACTOR shall supply instrument valves and valve manifolds wherever required. All
isolation and drain valves shall be gate valves. Equalising valves shall be globe valves.
15.4.2 Body rating and material shall be as per piping class or better and trim material shall be SS
316. All valves and manifolds shall be forged type only and of minimum 800 LBS rating.
15.4.3 Superior body and trim material shall be selected if required by process conditions. Packing
material in general shall be of PTFE.
15.5.1 In general flow transmitters, pressure transmitters and pressure gauges (except diaphragm
seal type) shall be installed prefabricated close coupled.
15.5.2 CONTRACTOR shall supply ½ in. NB impulse lines as per piping specification for utility
instruments, however final connection to instrument of impulse piping shall be made using
12mm OD X 0.065” thick ASTM A -269 TP 316 stainless seamless tubes and SS 316
compression fittings.
15.5.4 Proper accessibility to be provided to installed field devices by providing ladder or platforms,
for maintenance.
15.6.1 CONTRACTOR shall supply SS 316 flareless compression tube fitting of three-piece
construction of Swagelok / Parker or equivalent make only. The tube fittings shall be of
minimum 3000 LBS rating.
15.6.2 The fitting/ferrule hardness shall be in the range of RB 85-90 so as to ensure a minimum
hardness difference of 5 to 10 between tube and fittings. The ferrule shall be of stainless
steel material, in general.
15.6.3 Socket-weld type forged pipe fittings of suitable material and rating shall be supplied for pipe
fittings. The minimum rating shall be 800 lbs. Weld neck fittings shall be used where socket
weld types are not allowed by piping class.
15.6.4 All threaded fittings shall have NPT threads as per ANSI/ASME B16.11 only.
15.6.5 All the pipe fittings shall be of 800 LBS minimum rating.
15.7.1 CONTRACTOR shall supply 6mm OD x 0.028-inch thick SS 304 tubes as per ASTM A 269
seamless type. Where air supply requirement is more such as large size on/off valves 12
mm OD tube shall be used.
15.7.2 CONTRACTOR shall avoid use of intermediate connectors and shall estimate single run
length for each instrument location.
15.7.3 Isolation valves on instrument air service shall be packless gland type full-bore ball valves
and body material shall be SS 316.
15.8.1 Instrument air filter regulator of suitable size, range and capacity shall be supplied for each
pneumatic instrument.
15.8.3 The filter shall have 5 micron sintered bronze/ceramic filter element and shall be provided
with manual drain and 2" nominal size pressure gauge.
15.9.3 Transmitter mounting brackets shall be SS, with L type used for vertical piping and flat type for
horizontal mounting.
15.10.1 All cables on the Cable trays and cable ducts main pipe rack shall be laid in cable duct.
Cable ducts shall be made of hot dip galvanized M.S. sheets & frames fabricated as per
'Instrument Cable Duct Fabrication Details 4600-JSD-004.
15.10.2 All branch cables shall run on cable trays and on structural angle.
15.10.3 These cable trays shall be of perforated made of hot dip galvanized. Thickness shall be 2.0
mm for 60 mm wide tray, 3.0 mm for 100 to 400 mm wide and 4.0 mm for 500 mm wide tray.
The width shall be so selected that 50% of tray space is available for future use.
15.10.4 Suitable cable clamps shall be supplied for binding the cables/tubes at every 500 mm.
15.11.1 CONTRACTOR shall supply instrument stands, stanchions and other structural steel
material required for supporting the cable trays, impulse lines and instruments. Angles used
for cable dropping to Junction Box or to field device shall be galvanized. Stanchions shall be
made out of MS pipe galvanized.
ANNEXURE : V
a) The analyser complete with its performance certificate shall be supplied by us.
b) The sample handling system required for offered analyser for specified
Application shall be supplied by us.
[OR]
Sample Handling System shall be designed by us and all critical components required for
Sample Handling System shall be supplied by us.
d) Our involvement shall be ensured during system engineering, analyser testing and factory
acceptance testing, site commissioning and site acceptance testing.
e) With the methodology proposed herein, we M/s------------- -- shall stand guarantee for the
Complete analyser/analyser system as per the specified performance specifications.
AUTHOURIZED, SENIOR
MANAGEMENT LEVEL
SIGNATORY
ANNEXURE: VI
CONTENTS
1.0 Purpose
4.0 Cables
1.0 PURPOSE
The purpose of this document is to define tagging philosophy for Junction Boxes, Panels &
Cables, for Reside up gradation project for CPCL Manali,Chennai --Tamilnadu.
XXX - AA Y - 001
Unit Number
Group Code (Table 1)
For Serial No. 1
Signal Type (Table 2)
Sequence Number
XXX - AA - 001 - F or R
Unit Number
Group Code (Table 1)
For Serial No. 6
Sequence Number
Suffix*
* - F = Front, R = Rear
4.0 Cables
Individual cables running between field junction boxes and field mounted instrumentation
shall be identified by the instrument tag number.
e.g. XXX-PT-0001
Unit No.
This is also applicable for Foundation Field bus Instruments. Hyphen and spaces do
not form part of the cable number and are shown for clarity only.
XXX - JB Y - 101
Unit Number
Group Code (Table 1)
For Serial No. 3
Signal Type (Table 2)
Area wise
Cable Sequence Number
(Same as of JB X sequence Number)
Unit Number
Group Code (Table 1)
For Serial No. 3
Signal Type (Table 2)
Panel Sequence Number
Cable Sequence Number
Hyphens and spaces do not form part of the cable number and are shown for clarity only.
XXX - AA Y - 900
Unit Number
Group Code (Table 1)
For Serial No. 3
Signal Type (Table 2)
Cable Sequence Number
Hyphens and spaces do not form part of the cable number and are shown for clarity
only.
Tagging for Cross wiring i.e. between Marshalling Cabinets to Marshalling Cabinets
or to relay cabinet or other cabinet etc. by DCS vendor.
Wire Number Ferrules consist of Tag Number, Terminal Block Number and Terminal
Number.
Unit Number
Sequence Number
XXX - JB FF - 001
Unit Number
Group Code (Table 1)
For Serial No. 1
Signal Type (Table 2)
Sequence Number
Hyphens and spaces do not form part of the junction box number and are shown for clarity
only.
6.3 Trunk Cables (Spur Junction Box (L1) To Fieldbus Junction Box (L2))
XXX - TC FF - 001
Unit Number
Group Code (Table 1)
For Serial No. 4
Signal Type (Table 2)
Sequence Number
Hyphens and spaces do not form part of the cable number and are shown for clarity only.
Unit Number
Group Code (Table 1)
For Serial No. 3
Signal Type (Table 2)
Sequence Number
Hyphens and spaces do not form part of the cable number and are shown for clarity only.
4 R R X
Deleted Rev.1
5 A X
PACKING PROCEDURE Rev.1
6 H H W X
ROUTINE TESTS CONSISTING OF: VISUAL & DIMENSIONAL CHECK
INCLUDING ACCESSORIES &
NAME PLATE, TERMINAL BOX (MAIN & FOR SPACE HEATER) BTD,
RTD, COOLING ROTATION, FRAME SIZE, EARTHING TERMINAL
ETC.
- MEASUREMENT OF WINDING RESISTANCE,RTD/BTD RESISTANE
NO LOAD TEST ( MIN 30 MINUTES)
- SHORT CIRCUIT TEST
- HV & POLARIZATION INDEX TEST.
- IR TEST BEFORE AND AFTER HV TEST
- REDUCED VOLTAGE RUNNING TEST.
VIBRATION TEST.
NOISE LEVEL TEST.
SHAFT VOLTAGE MEASUREMENT TEST. Rev.1
7 H H W X TYPE TEST – ONE MOTOR OF EACH RATING/FRAME
LOAD RUN TEST AT DIFFERENT LOAD
- TEMPERATURE RISE TEST
- OVERSPEED TEST
- OVERLOAD TEST.
- NO LOAD RUNNING TEST AFTER TYPE TEST. Rev.1
8 H H W X SPECIAL TESTS (WHEN SPECIFIED):
- RADIAL AIR GAP MEASUREMENT CHECK
- TAN DELTA MEASUREMENT
- CRITICAL SPEED CHECK FOR FLEXI ROTOR
- MOMENT OF INERTIA CHECK
9 R R X DOCUMENT REVIEW :
TEST CERTIFICATE FOR BOUGHT OUT COMPONENTS I.E FOR
COLLERS, BEARINGS, BTD,RTD ETC
TEST CERTIFICATE FOR SPECIFIED AREA CLASSIFICATION , TYPE
OF ENCLOSURE,INCREASED SAFETYPRESSRISED MOTORS
CALCULATION OF TEMP. RISE,EFFICIENCY,PF,STARTING
TORQUE,STARTING CURRENT,ACCELERATION TIME ETC.
Deleted : Rev.1
OWNER/PMC RESERVES RIGHT TO WITNESS INSPECTION OF ANY ITEM AT ANY STAGE WHICH SHALL BE INDICATED ON QAP /
INSPECTION & TEST PLAN AT THE TIME OF APPROVAL AND SAME TO BE COVERED AS PART OF PURCHASE ORDER
CONDITION ISSUED BY CONTRACTOR.
Note : Following modification has been made from the original ITP attached with Bid Document.
Unit
PRESSURE TRANSMITTER
Location Manali,Chennai,Tamilnadu FF (CLOSE COUPLED) LSTK CONTRACTOR
Client CPCL
Rev Date By Chk Appv Data Sheet No. 4600-JSS-232 Sheet No.
Notes
1.(*) By Vendor
2. This data sheet is indicative only indicating minimum requirement, vendor to develop the detail data sheet during detail engg.
3..Refer General Specification of Instruments and connection details of instruments attached for technical details.
NOTES:
1.(*) By Vendor
2. This data sheet is indicative only indicating minimum requirement, vendor to develop the detail data sheet during detail engg.
Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
0 03 May 2010 14 Issued for Engineering VSL PPP RBD
TABLE OF CONTENTS
1.0 SCOPE
2.0 STANDARDS
9.0 SPARES
11.0 DEVIATIONS
1.0 SCOPE
1.1 This specification covers the Design, Manufacture, Testing and Supply of three phase squirrel
cage induction motors of rating above 1000 V, upto and including 11 KV.
1.2 This specification shall accompany Data Sheets,Technical Specification which will stipulate
specific requirements of motors. In case of contradiction between this specification and Data
Sheets, the latter shall govern :
− Statutory regulations
− Data sheets
− Technical Specification
− This specification
− Codes & Standards
2.0 STANDARDS
2.1 Motors shall be manufactured in accordance with the latest Indian Standard Specification
current at the time of order, including amendments, and in particular following :
IS 6381 - Construction & testing of electrical apparatus with type of protection 'e'
IS 8223 - Dimensions and output ratings for foot mounted induction motors with
frame sizes 355-1000
IS 9628 - Specification for three phase induction motor with type of protection ‘n’
IS 13408 - Code of practice for selection, installation & maintenance of the apparatus
for use in potentially explosive atmospheres.
IS 13555 - Guide for selection & application of three phase induction motors for
different types of driven equipments.
IS 14222 - Impulse voltage withstand levels for rotating electrical machines with form-
wound stator coil.
IS 14568 - Dimensions & output series for rotating electrical machines, frame
numbers 355 to 1000 and flange numbers 1180 to 2360
IEC 60072 - Dimensions and output ratings for rotating electrical machines.
IEC 60281 - Roller Bearings – dynamic load ratings and rating life.
2.3 In case of imported motors, standards of the country of the origin shall be acceptable if these
are equivalent to applicable Indian Standards.
2.4 In case Indian Standards are not available, standards issued by IEC/ BS/ VDE/ IEEE / NEMA
or equivalent agency shall be applicable
Ambient Conditions:
Motors shall be suitable for operating in humid & corrosive atmosphere found in refineries,
fertilizers, petrochemical & metallurgical plants. Service conditions shall be defined as
specified in the motor data sheet. If not specifically mentioned therein, a design ambient of
400C and an altitude not exceeding 1000m above MSL shall be taken in to considerations.
Variations in electric supply, under which motor shall be operated continuously without any
adverse effects will be as follows, unless specified otherwise in the Data Sheets :
4.2 Motors shall be designed to continue running through the following specific conditions against
their specified loads and to recover to normal conditions when the voltage is restored to
normal.
Induction motors : at zero voltage for 0.5 seconds, recovering instantaneously to atleast 85%
normal volts.
5.1 The offered equipment shall be brand new with state of the art technology and proven field
track record. No prototype equipment shall be offered.
5.2 Vendor to ensure availability of spare parts and maintenance support services for the offered
equipment at least for 15 years from the date of supply.
5.3 Vendor shall give a notice of at least one year to the end user of equipment before phasing
out of product/ spares to enable the end user for the placement of order for spares &
services.
5.4 GENERAL
5.4.1 All motors shall be suitable for continous duty (S1) unless otherwise specified in Data Sheet.
Intermittent rated motors shall conform to duty cycle specified in Data Sheet.
5.4.2 Motors shall be capable of giving rated output without reduction in the expected life span
when operated continuously with the variation in supply conditions as indicated in the data
sheets
5.1.2 Motor body or frame shall be of close grained cast iron or of welded steel construction in case
of large motors. The design of the body shall ensure ruggedness and damping of vibration.
The rotor alongwith the fan and half coupling or other drive device (if fitted) shall be statically
and dynamically balanced.
5.1.3 All parts of identical motors, such as rotors, bearings and end shields, etc. shall be fully
interchangeable with specific reference to rotor.
5.1.4 Design and construction of the motors shall be such as to facilitate inspection, cleaning,
maintenance and repairs.
5.1.5 Fans provided for fan-cooled motors shall preferably be of the bi-directional type, with
protection against accidental contact. In case they are uni-directional, direction of rotation
shall be clearly indicated on the non-driving end of the motor.
5.1.6 All motors shall have single bare shaft extension with key way and full key, except where
noted otherwise, motor shaft shall be sized to withstand 10 times the rated design torque.
5.1.7 Fans for motors used in hazardous areas (Zone 1 and 2 ) shall be manufactured from non-
sparking material and if non-metallic shall be painted with an electrically conducting paint, to
prevent accumulation of static charge.
(b) The coupling half for the motor shaft shall be supplied by the driven equipment
supplier. For this purpose, the Contractor / motor supplier shall co-ordinate all details
of the coupling system with the driven equipment manufacturer, wherever required.
(c) Where rigid coupling is specified, the motor shaft shall have the desired class of
accuracy.
(d) Wherever motor is to be coupled to a reciprocating compressor or pump requiring
pulsating torque, Contractor/ Motor supplier shall carry out necessary co-ordination
for the following:-
(i) Motor manufacturer shall ensure that the inertia of the driving and the driven
machine assembly shall be such that the variation in the armature current
shall not exceed +40% of the rated current for Induction motors and 66%
of the rated current for synchronous Motors as per API – 618, while driving
full load.
(ii) The measurement of armature current shall be done with the oscillograph.
(iii) The additional flywheel, if any, shall be assembled at such a distance from
the motor so as to allow easy inspection of the windings.
5.1.9 Air to water heat exchanger shall have double tube plates, spray baffles and drip trays with
siphon drains to prevent water reaching the windings.
5.2 ENCLOSURE
5.2.1 Enclosures for motors shall be as specified in Data Sheets. Degree of protection in
accordance with IS-4691 shall also be as per Data Sheet.
Motors for outdoor installation shall be of weatherproof construction (IP 55) such that no addi-
tional protection is required to be provided by the Purchaser.
Vertical motors (IM V 1) shall be equipped with a rain cap over the fan cover.
5.2.2 Construction of enclosures for flameproof (Exd) motor and the terminal box shall conform to
IS 2148 and shall be suitable for the group of gasses specified in Data Sheet.
5.2.3 Construction of enclosures for increased safety (Exe) motors shall conform to the latest
Indian Standard Specification 6381 and shall be suitable for temperature class specified in
Data Sheet
5.2.4 Vertical motors with downward shaft shall be provided with fully covering rain canopies.
Vertical motors with upward shaft e.g. on fin-fan coolers, shall be adequately protected, (such
as cowls/canopies) against ingress of water into the enclosure or the bearing housing even
when standing still for long periods of time.
5.2.5 For hazardous area application motors with variable speed drive system shall be EExde type.
The total system shall be tested as a unit.
5.2.6.3 Motors with closed circuit cooling with water to air heat exchangers
The material of heat exchangers shall be corrosion resistant and suitable for the type of water
used. The heat exchangers shall be designed for minimum water pressure of 5 kg/cm2 and
with head losses nor greater than 0.5 kg/cm2.
The heat exchangers shall be arranged by the side(s) of the motor, if possible. Screens shall
be provided to protect the motor windings from water leaks or leakage in the tubes. Suitable
drains shall be fitted for draining water on case of leakage.
A cooling water flow circulation indicator with electrical trip contacts which close if the flow of
cooling water is interrupted or is inadequate. The indicator shall be located on the discharge
piping of the heat exchanger.
5.2.6.4 Motors with closed circuit cooling with air to air heat exchangers
The heat exchanger tubes shall be of steel or extruded aluminium. All exposed surfaces of
the heat exchanger and of the motors shall be safeguarded against corrosion by immersion in
varnish followed by banking.
Joints between the heat exchanger and the main body of the motor shall be sealed by
weatherproof gaskets.
Filters shall be provided to prevent the ingress of dust and foreign particles. These shall be
easily accessible for cleaning and replacement.
5.3.1 All motors shall have ball and/or roller bearings or bearings of the sleeve type. Vertical motors
shall have special thrust bearings.
5.3.2 All bearings shall be of reputed manufacture and of a type interchangeable with other makes
and types. Ball and roller bearings shall have an L10 life of 40, 000 hours.
5.3.3 All bearings shall be provided with seals to prevent the ingress of dust, moisture and all other
harmful substances.
5.3.4 For large capacity motors, the bearing shall be of the pedestal oil ring lubricated, sleeve
type, fitted with liberally sized oil reservoir and level indicator. Sleeve bearings shall be
designed with low bearing pressures and provided with drain plug. A thermometer with alarm
and trip contacts shall also be provided.
5.3.5 Grease lubricated bearings shall be packed with suitable grease before the motors are
despatched. These shall be provided with nipples, and relief valves or plugs, suitable for on-
line greasing.
Bearing shall be capable of grease injection from outside without removal of covers with
motors in the running conditions. The bearing boxes shall be provided with necessary
features to prevent loss of grease or entry of dust or moisture. Where grease nipples are
provided these shall be associated, where necessary, with appropriately located relief
devices, which ensure passage of grease through the bearing. Pre-lubricated sealed bearings
may be considered provided a full guarantee is given for 4 to 5 years of trouble-free service
without the necessary of re-lubrication.
5.3.6 Wherever necessary, insulating pads between the bearing pedestals and bed plate shall be
provided to eliminate shaft circulating currents. An earth terminal shall be provided on the
drive and bearing pedestal.
5.3.7 For unlocked shafts, the end clearance on the motor shall exceed the coupling end float.
Permissible limits of rotor movement shall be marked on the shaft.
5.4.1 Two separate terminal boxes shall be provided for SCR induction motors (unless otherwise
specified in the Data Sheet), one for the line side terminals which will be suitable for power
cable termination and the other for the neutral side terminals connected in Star in the terminal
box. These shall have the same fixing dimensions so that their position can be inter marked
at site, if required. The neutral end terminal box shall have adequate space and arrangement
for mounting current transformers for differential protection, when specified in Data Sheets. In
case of slip ring motors, one additional cable box shall be provided for power cable
termination and connection to rotor winding terminals.
5.4.2 The terminal box for power cable termination shall be of phase segregated, pressure
containing type. Terminal boxes of phase separated and pressure relief type may be
provided, if specifically called for in the Data Sheets. One No. earth terminal shall also be
provided inside cable box.
5.4.3 The terminal boxes shall have facilities and terminals suitable for the type and size of cable
specified. In case of PVC or XLPE cables, the termination kit shall be housed in the terminal
box and adequate space shall be provided for the same.
5.4.4 The terminal box shall be provided with pressure relief flaps/ devices for type. Ex ‘e’, Ex ‘n’ &
industrial motors and shall be capable of withstanding the specified fault current for a period
of 0.25 seconds.
5.4.5 An adequately sized earth terminal shall be provided in the motor terminal box for termination
of the earth conductor
Motor terminals as well as anti-condensation heater and temperature detector terminals shall
be clearly identified as per IS 4728. A motor connection diagram shall also be affixed inside
the terminal box on the cover.
5.4.7 Separate auxiliary terminal boxes shall be provided for anti-condensation heaters and
temperature detectors. Caution nameplates with inscription "Caution-Live Heater / Detector
Terminals" shall be provided on auxiliary terminal boxes for heater and detector terminal
boxes.
5.5.1 Unless otherwise specified in data sheet, motors shall be designed for direct-on-line starting
across full line voltage. Motors shall be designed for re-acceleration under full load after a
momentary loss of voltage with the possibility of application of 100% of the rated voltage
when the residual voltage has dropped down to 50% and is in phase opposition to the applied
voltage.
5.5.2 All motors shall be suitable for starting under specified load conditions with 80% of the rated
voltage at the terminals.
5.5.3 Minimum locked rotor thermal withstand time at rated voltage shall be 10 seconds under cold
condition and 8 seconds under hot condition.
5.5.4 Unless otherwise specified, the hot thermal withstand time at 100% voltage shall be atleast 2
seconds more than the starting time at 80% of voltage.
5.5.5 All motors shall be capable of atleast two starts in quick succession after the motor windings
have attained their maximum permissible temperature. If a more onerous duty is required, the
same shall be indicated in the Data Sheet.
5.5.6 Starting current of squirrel cage motor with full voltage starting shall normally not exceed
550% of the full load current inclusive of positive tolerance.
5.5.7 Starting current at full voltage of slip-ring shall be limited by the rotor resistance starter to the
values indicated in the Data Sheets. However, the value of locked rotor current shall not
exceed that stated in 5.5.6 above. Motor manufacturer shall furnish appropriate value of
external resistance required to limit the starting current as well as to obtain the required
starting torque.
5.5.8 Starting torque and minimum torque of the motor shall be compatible with the speed torque
curve of the driven equipment under specified operating condition. For heavy-duty drives
such as blowers, compressors, etc. high starting torque motors shall be provided. In case
where characteristics of driven equipment are not available while selecting the motor,
minimum starting torque shall be 90% of rated value.
5.5.9 Motors driving high inertia equipment, the manufacturer shall provide calculations for
acceleration time, torque speed curves for motor and current time curves. Necessary Data for
the driven equipment such as torque-speed curves, moment of inertia etc., shall be furnished
by others for this purpose.
In case of reciprocating compressor or similar equipment, the stator current pulsations shall
be given by the manufacturer. In all cases, manufacturer shall ensure that the starting current
withstand time of the motors shall be higher than the calculated starting time.
5.5.10 The manufacturer shall also furnish time tE for Exe and Ex n motors.
5.6.1 Motor shall be suitable for continuous running, without exceeding temperature limits when the
motor terminal voltage drops to 80% of the motor rated voltage, for 5 minutes, commencing
from hot condition
5.6.2 Winding of motors shall be treated or impregnated with suitable varnishes to render them
non-hygroscopic and resistant to dirt and oil. Windings shall preferable be vacuum
impregnated. Windings shall also be treated to make them resistant to acidic / alkaline
vapours when the atmosphere is specified as corrosive.
5.6.3 H.V. & M.V. Motors shall have class 'F' insulation with class 'B' temperature rise, unless
specified otherwise. Insulation of the motors should withstand high surges due to switching
operations of vacuum / SF6 circuit breakers.
5.6.4 All insulating materials used in the construction of motors shall be non-hygroscopic. Coils
shall be made of copper.
5.6.5 Insulation and impregnation of windings shall be carried out in a manner which will facilitate
easy removal and replacement of coils. All coils shall be adequately supported to prevent
movement under shock or short circuit stresses, or shocks due to electro-dynamic braking
with phase reversal.
5.6.6 Joints shall be kept to a minimum, where joints are made, conductors shall be tinned to
prevent oxidation, riveted and soldered or brazed.
5.6.7 All joints shall be supported adequately to relieve them from mechanical strain. Insulation
level of the joints shall not be less than for the motor windings.
5.6.8 Leads from motor windings to the terminal box shall be adequately supported throughout and
shall be kept away from sharp edges to prevent abrasion. Openings in the motor frame
through which the leads are brought out shall be sealed to isolate the terminal box from the
motor.
5.6.9 Windings shall be designed to withstand voltage surge as per applicable IS. The wave shape
shall be as per IS.
5.6.10 In case of motors driving equipment with pulsating loads, special attention shall be paid to the
joints of rotor bars and end rings to avoid premature failures due to induced fatigue stresses.
5.7.1 The temperature rise of motors for all types of enclosures when tested in accordance with IS
325 shall not exceed the limits specified therein, corresponding to the class of insulation used
and on the basis of normal conditions of service stipulated in Data Sheets.
5.8 ROTORS
5.8.1 The rotor shall be of squirrel cage type, dynamically balanced to provide a low vibration level
and long service life for the bearings. The accepted values of peak to peak vibration
amplitudes for a motor at rated voltage and speed shall not exceed those given in IS: 12075.
The shaft ends shall be provided with suitably threaded hole or holes to facilitate the
assembly or removal of couplings and bearing races. Die cast aluminum rotors for motors in
hazardous areas may be accepted provided the same are type tested and approved by
competent authorities.
5.8.2 The first actual critical speed of stiff rotors shall not be lower than 125% of the synchronous
speed. For flexible rotors this shall be between 60% and 80% of the synchronous speed; the
second actual critical speed shall be above 125% of the synchronous speed.
5.8.3 The rotor shall be constructed so as to allow the removal or addition of material for balancing
5.9.1 Embedded temperature detecting sensors shall be provided as specified in data sheets. HT
motors shall have 6 nos duplex RTDs for winding temperature detection, 2 nos bearing
temperature detectors with suitable scanners. Dual dial type temperature indicator without
contact for bearing shall also be provided.
5.9.2 Adequate precaution shall be taken to ensure that detector leads shall not be charged
accidentally to motor potential. Film type arrestors will be fitted at detector terminals in
terminal boxes to prevent danger to detecting equipment and personnel.
5.10 ANTI-CONDENSATION
5.10.1 Anti-condensation heaters shall be provided when specifically asked for. Heaters shall
normally be suitable for 250 volts, Single Phase, A.C. supply, designed for continuous
operation unless otherwise specified in Data Sheet. Heaters shall be metal encased with a
low surface temperature. In addition, a removable, threaded, plug shall be provided to remove
condensed moisture.
5.12.1 Two earthing terminals comprising terminal studs, two plain washers, one spring washer shall
be provided preferably on diagonally opposite sides of the frame.
5.13 PAINTING
5.13.1 Before despatch from the motor manufacturer's works, all motors shall have all bright parts
coated with anti-rusting compound.
5.13.2 All motors shall be painted in an approve manner using two priming coats, one undercoat and
one finish coat to the Purchaser's Painting Specification, and shall have all surface thoroughly
cleaned and degreased prior to painting.
5.13.3 The Purchaser's Painting Specification will be issued to the Vendor when orders are placed.
The final colour shall be to the Purchaser's requirements.
5.14.1 Rating plates shall be provided on all motors. These rating plates together with any labels
giving necessary instructions, shall be of a design so that corrosion will not cause obliteration.
5.14.2 The Purchaser's Motor reference and bearing numbers and other details shall be marked on
an auxiliary stainless steel nameplate if called for in Data Sheets.
5.15 VIBRATIONS
The motor vibration shall not exceed the value specified in the IS-12075 when measured on
the bearing housings of motors in the horizontal, vertical & axial directions operated with no-
load at rated voltage and rated frequency. Motors with sleeve bearings shall be provided with
proximity probes to measure the shaft vibrations.
The mean sound pressure level of motors shall not exceed 85 dBA at 1 meter, measured in
accordance with IS-12065 or relevant IEC standard.
When slide rails, bedplates or soleplates are supplied alongwith motor, the holding down
bolts for the motor shall also be supplied.
A set of any special tools necessary for maintaining the whole of the requirement supplied
shall be provided.
7.1 Test Certificates shall be furnished for all motors indicated in the Data Sheets.
7.2 Routine tests as per IS 4722 shall be carried out on all motors. Type tests shall be carried out
on H.V. / M.V. Motors. In case of identical motors, type tests may be carried out on the first of
each rating and speed. The following additional tests shall be carried on H.V. / M.V. Motors :
a) Readings of voltage, current, power input & slip at 75% and 50% full load
7.3 The Purchaser reserves the right to witness all tests and the Purchaser shall be given ten
working days notice of all tests being carried out.
7.4 All apparatus, instruments etc. required for tests shall be provided by the manufacture and
shall have been checked and tested for accuracy during the twelve months prior to the test.
7.5 The manufacturer shall submit the following certificates for verification by the Owner’s
Inspector:
(a) Test certificate for the degree of protection of enclosure
(b) Short circuit test for terminal box
(c) Impulse test certificate
(d) Test certificates issued by the recognized independent test house for hazardous area
motors
(e) Approval certificates issued by Statutory Authorities for Ex-d or Ex-e motors
(f) BIS license & marking requirement as required by Statutory Authorities for Ex-d
motors
(g) Hydraulic test certificate for coolers
7.6 Thought he motors shall be accepted on the basis of the satisfactory result of the testing at
shop, it shall not absolve the Vendor from liability regarding the proper functioning of the
motors coupled to the driven equipment at site.
8.1 Vendor to furnish these as per Vendor Document Requirements attached with the
specification. The drawings shall generally include the following :
The Vendor shall provide with his quotation, separate priced list of recommended
commissioning and operating spares.
10.1 Quality Assurance shall follow the requirements of Jacobs Engineering India Pvt. Ltd. QA
documents.
10.2 Quality Assurance will commence at the enquiry stage and follow through to completion and
acceptance, thus ensuring total conformity to Purchaser's requirements.
11.0 DEVIATIONS
11.1 Deviations from specification must be stated in writing at the quotation stage.
11.2 In the absence of such a statement, it will be assumed that the requirements of the
specification are not without exception.
All the equipment shall be divided into several sections for protection and ease of handling
during transportation. The equipment shall be properly packed for transportation by ship/ rail
or trailer. The equipment shall be wrapped in polythene sheets before being placed in crates/
cases to prevent the damage to finish. Crates/ cases shall have skid bottom for handling.
Special notations such as ‘Fragile’, ‘This side up’. ‘Centre of gravity’, ‘Weight’, ‘Owner’s
particulars’, ‘PO no’ etc shall be clearly marked on the package together with other details as
per purchase order.
The equipment may be stored in outdoors for long periods before installation. The packing
shall be completely suitable for outdoor storage in areas with heavy rains/ high ambient
temperature, unless otherwise agreed.
NEW DELHI
ENGINEERS INDIA LIMITED
REVISION
BY
CHK
APPROVED
*
APPROVED
*
*
*
DRAWING NO.
:- EQUIPMENTS & CABLES SHALL BE SUPPLIED BY BIDDER
REV.
APPENDIX - A
9 R R X DOCUMENT REVIEW:
SEAL POT
CWR
4" OWS
(FOR BASE FRAME & CASING DRAIN)
(WITH 6" FUNNEL)
CASING DRAIN
NOTES
Pump supplier to ensure that the locations / orientation of seal pot Drain connections
CWS & CWR shall be as indicated in this drawing.
All dimensions are in mm, unless other wise specified.
LEGEND
CBD : CLOSED BLOW DOWN
OWS : OILY WATER SEWER
CWR : COOLING WATER RETURN
CWS : COOLING WATER SUPPLY
N1 To: Stuffing Box 20 (3/4") 300# SWRF Gauge Glass (LG) Level Indication
N2 Return: Stuffing box 20 (3/4") 300# SWRF Level Transmitter (LT) Level High Alarm
N3 Pressurisation 15 (1/2") 300# SWRF Level Transmitter (LT) Level Low Alarm
N4 Vent/ Pr. Inst. 15 (1/2") 300# SWRF Pressure Gauge (PG) Press. Indication
N5 A/B Level Gauge 20 (3/4") 300 # (SW) NPT (F) Pressure Transmitter (PPress. Low Alarm
N6 Level Transmitter 100 (4") 300# SWRF Pressure Transmitter (PPress. High Alarm
Temp. Safety Valve
N7 Fill Port 20 (3/4") 300# SWRF (TSV) -
Cooling Water Press. Cont. Valve
N8 A/B (at reservoir) 15 (1/2") 300# SWRF (PCV) -
Cooling Water
N8 C/D (at grade) 20 (3/4") 300# SWRF Restr. Orifice (RO) -
Press. Safety Valve
N9 Resvr. Flange 200 (8") 300# SWRF (PSV) -
NOTES/ REMARKS
1 The Barrier/ Buffer fluid reservoir shall be arranged in accordance with this sketch.
2 A separate sealing system shall be furnished for each stuffing box.
3 The reservoir shall be designed, fabricated & tested in accordance to ASME B 31.3 using piping components / ASME Sec.
VIII Div. 1.
4 The piping design & joint fabrication, examination and inspection shall be in accordance with ANSI B 31.3
5 The complete seal system for each stuffing box including the reservoir shall be arranged as one skid and supported/ bolted
to the baseplate in a manner that the projection of any equipment/ instruments falls within the confines of base plate. The
reservoir shall be mounted on a substantial support furnished by the manufacturer and should not be affected by pump
vibration.
6 The mechanical design of auxiliary piping/ tubing shall achieve the following:
a) Proper support and protection to prevent damage from vibration or from shipment, operation & maintenance.
b) Proper flexibility and normal accessibility for operation, maintenance and thorough cleaning.
c) Installation in a neat and orderly arrangement adapted to the contour of the machine without obstructing access openings.
d) Elimination of air pockets by the use of valved vents or non-accumulating piping arrangements.
e) Complete drainage through low points without disassembly of piping, seal or gland components.
f) Reduce the number of potential emission sources and pressure drops by minimising the use of threaded connections,
flanges, fittings and valves.
7 Pipe threads shall be tapered in accordance with ANSI B1.201.1. Flanges shall be in accordance with ANSI B16.5. For
socket welded construction, a 2 mm (1/16") gap shall be left between the pipe end and the bottom of the socket.