Sei sulla pagina 1di 724

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

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)

* Ref.: RC/A133-086-PA-MR-5025/005 Date: 26-Sep.-2013


M/s Client Chennai Petrochemical Corporation Limited
The Suppliers to whom this RFQ is
issued are only required to quote. Project Coker Block of Resid Upgradation Project at Manali
Refinery, Chennai
RFQ No. RC/A133-086-PA-MR-5025/005
Item Pump-Centrifugal.Horizontal (Special Purpose Process),
Pump-Centrifugal.Multistage (Special Purpose Process)
Category II
Due Date 17-Oct.-2013 [Up to 1200 Hrs. (IST)]
UNPRICED / COMPOSITE BID At 1400 Hrs.(IST) on final bid due date (at Business Centre, EI Bhawan,
OPENING: Annexe-UG Floor, 1-Bhikaiji Cama Place, New Delhi-110066). (In case the
bid due date happens to fall on Holiday, the next working day shall be
deemed to be due date)
PRE-BID MEETING At 1000 HRS. (IST) on 07-Oct.-2013 (at Business Centre, EI Bhawan,
Bhikaiji Cama Place, R.K. Puram, New Delhi-110066).
PRICED BID OPENING : TIME & VENUE SHALL BE INTIMATED LATER
Gentlemen,

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.

4. Bidders are requested to submit e-bids in e-tendering portal (https://www.tenderwizard.com/eil) in


accordance with the instructions and terms & conditions enclosed with this RFQ Covering letter.

Bids should be submitted separately in two parts as follows:

Part-I: The techno-commercial Part consisting of following:

i) Offer Covering letter (in bidder’s letter head)

ii) Techno-commercial compliance to the RFQ terms & Conditions.

RFQ NO. RC/A133-086-PA-MR-5025/005 Page 1 of 8


Page 4 of 724
iii) Duly filled-in, signed & stamped Annexure I to Prefilled ATC giving basic details on
transportation charges, taxes/ duties etc.

iv) Bank Certified Mandate Form as per Annexure-II to Prefilled ATC, duly signed and
stamped with the Banker’s certification alongwith cancelled cheque.

v) Unpriced copy of Price Schedule (Excel file) available on


https://www.tenderwizard.com/eil (Indicating ‘Q’ in place of price and ‘NQ’ for not
quoted).

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)

viii) Latest Complete Audited Balance Sheet.

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.

x) Integrity Pact (Refer Note (d) and Clause # 32 of RFQ)

xi) Concurrent Commitment, in the format enclosed with RFQ

xii) Technical Compliance/ datasheets/ documents, required as per Material Requisition.

Part-II: PRICED BID

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.

b) A Ready Reckoner for e-tendering is available on e-tendering website


(https://www.tenderwizard.com/eil) under the Link “Latest Format/Circular/Manual”. Bidders to
click on the link to download the same. Bidders to follow the instructions given in the same for
uploading their e-bids in e-tendering website.

RFQ NO. RC/A133-086-PA-MR-5025/005 Page 2 of 8


Page 5 of 724
c) Deviations to terms and conditions, presumptions etc shall not be stipulated in Price part of bid
and price bids shall not contain any stapled slips. In case of any conditions stipulated in price
bids or the price bid containing any stapled slips, the bids of such bidders shall be summarily
rejected and shall not be considered for further evaluation. Evaluation shall be carried out
excluding such bidder(s.)

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.

7. Technical specifications should be strictly as per the material requisition attached.

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.

RFQ NO. RC/A133-086-PA-MR-5025/005 Page 3 of 8


Page 6 of 724
14. EIL reserve the right to make any changes in the terms and conditions of purchase and to reject any or all
the bids.

15. The order, if placed will be issued by EIL.

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.

18. Preference to MSEs

Deleted (Not Applicable)

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.

21. FRAUDULENT PRACTICES

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.

RFQ NO. RC/A133-086-PA-MR-5025/005 Page 4 of 8


Page 7 of 724
23. SPECIAL INSTRUCTIONS TO FOREIGN BIDDERS

Deleted (Not Applicable)

24. SHIFTING OF ORDER

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

25. CLARIFICATION REQUESTS FROM BIDDERS


A bidder may seek clarification regarding the bidding document provisions, bidding process and / or
rejection of his bid. EIL shall respond to such requests with in a reasonable time.
26. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR UNDERTAKING
In the event of any dispute or difference relating to the interpretation and application of the provisions of
the contracts, such dispute or difference shall be referred by either party for Arbitration to the sole
Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government of
India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall
not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the
parties to the dispute, provided, however, any party aggrieved by such award may make a further
reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs,
Ministry of Law & Justice, Government of India. Upon such reference the dispute shall be decided by the
Law Secretary or the Special Secretary/Additional Secretary, when so authorized by the Law Secretary,
whose decision shall bind the Parties finally and conclusively. The Parties to the dispute will share equally
the cost of arbitration as intimated by the Arbitrator.
27. PRE BID MEETING

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.

RFQ NO. RC/A133-086-PA-MR-5025/005 Page 5 of 8


Page 8 of 724
The bidders are required to participate in the pre-bid meeting with the following essential documents, so
that the same can reviewed & discussed during the meeting to avoid any techno-commercial clarifications/
discussions post bid:

a) Latest annual report including Profit & loss account


b) Solvency certificate from bank
c) Concurrent Commitments
d) Details of work experience meeting the Bidders Qualification Criteria(BQC) (if applicable)
e) Technical details, documents, design, filled datasheets as per MR
f) Any other relevant document/ details

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.

Extension in bid due date shall not generally be granted.

28. REVERSE AUCTION

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.

30. Payment terms :

Indigenous suppliers:

For Supply (excluding Mandatory Spares): As per clause No. 1.1.1 (vi) of Instruction to Bidders.

For other scope: As per Instruction to Bidders.

31. Delivery / Completion Period :

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.

RFQ NO. RC/A133-086-PA-MR-5025/005 Page 6 of 8


Page 9 of 724
33. INTEGRITY PACT

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.

INDEPENDENT EXTRNAL MONITORS (IEMS)

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)

34. Contact Persons for this RFQ are:

Ms. Rekha Choudhary–Asst. General Manager (C&P)–Phone : 91-11-26763457, E-mail:


r.choudhary@eil.co.in

Mr. Uttam Kumar–Sr. Engineer (C&P) – Phone : 91-11-2676 2737,E-mail: uttam.kumar@eil.co.in

* Please specify Ref. No. (i.e. RFQ No.) in all correspondence

THIS IS NOT AN ORDER Very truly yours,

(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

RFQ NO. RC/A133-086-PA-MR-5025/005 Page 7 of 8


Page 10 of 724
 Exceptions and Deviations (Commercial)
 Format for Present/ Concurrent Commitments
 Format For 2 Years Spares of normal operation & maintenance
 Price Schedule (for Indian Bidders / Foreign Bidders, as applicable) – uploaded on e-
tendering portal (www.tenderwizard.com/EIL) as excel file
Standard Commercial Documents Containing:

 Instructions to Bidders for e-Tendering


 Terms & Conditions For Supervision Of Erection, Testing & Commissioning
 Terms & Condition for Annual Maintenance Contract (AMC)
 Terms & Condition for Site Work
 Instructions to Bidders
 Agreed Terms & Conditions (Respectively for Indian and Foreign Bidder)
 General Purchase Conditions (Respectively for Indian and Foreign Bidder)
 Integrity Pact
 Methodology and terms & conditions for Reverse Auction

Material Requisition

 MR No. A133-086-PA-MR-5025 Rev. B

RFQ NO. RC/A133-086-PA-MR-5025/005 Page 8 of 8


Page 11 of 724
REPLY/ACKNOWLEDGEMENT LETTER

FAX Nos. : 00-91-11-26191714, 26167664


SELF ADDRESSED FAX
(PLEASE REFAX TO EIL WITHIN TEN DAYS OF RECEIPT OF RFQ)

Engineers India Limited


Engineers India Bhawan,
nd
EI Annexe, 2 Floor,
1-Bhikaiji Cama Place,
New Delhi – 110066

Attn. : Ms. Rekha Choudhary – Asst. General Manager (C&P)


RFQ No. : _______________________________
Item : _______________________________
Bid Due Date : _________ [Up to 1200 Hrs. (IST)]
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

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.

Further, our response is as under:- (Bidders to put a tick , as applicable).

1. We will submit the bid within due date.

2. We regret to submit our offer/quote because of the following reasons:

a. _____________________________________________________

b. _____________________________________________________

Thanking you,

Very truly yours,


Name of Bidder :
Bidder’s Address :
Contact Person :
Bidder’s Phone No. :
Bidder’s Fax No. :
Bidder’s E-mail No. :
Bidder’s Ref. No. & Date :

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……………………………………..hereby authorise following representatives (s) to attend the Pre-Bid


Meeting against your RFQ No.: ……………………………………. for Item
…………………………………….……………

1. Name & Designation ………………………………Signature …………………………..

2. Name & Designation ……………………………… Signature …………………………

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

Yours faithfully,

Signature ……………………………

Name & Designation ……………….

For & on behalf of ………………….

Note :

This Letter of Authority should be on the 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

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

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.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Page 1 of 1
Page 14 of 724
FOR BIDDERS’ QUERIES

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

SL. REFERENCE OF RFQ DOCUMENT BIDDER'S QUERY EIL'S REPLY


NO.
PART/ Page Clause Subject
VOL. No. No.

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

SIGNATURE OF BIDDER : ___________________________

NAME OF BIDDER : ___________________________

Page 1 of 1
Page 15 of 724
EXCEPTIONS AND DEVIATIONS

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

SL.NO REF. OF RFQ DOCUMENT SUBJECT DEVIATIONS


DOCUMENT
PAGE NO. CLAUSE NO.

NOTE: This shall be submitted separately for Commercial & Technical Sections.

SIGNATURE OF BIDDER : _______________________


NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Page 1 of 1
Page 16 of 724
PRESENT COMMITMENTS AS ON …………………………………..
(Due Date for submission of Bid)

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

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

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

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. : _______________________________________________

(Format For 2 Years Spares of normal operation & maintenance)


(APPLICABLE FOR INDIAN BIDDERS)
S.No Description Quantity Unit Price on Total Price on % % Road
(No.) FOT dispatchFOT dispatchescalation escalation Freight
rd th
point basis point basis for 3 year for 4 year (%)
(In INR) (In INR)
(Refer Note 2)
1 Two years operation and
maintenance spares as
per manufacturer
recommendation.

----------% -----------% ----------%

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.

Signature of Vendor Name / Seal of Vendor :

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.

Instructions To Bidders For E-Tendering Page 1 of 4


Page 19 of 724
EIL/EIL‟s ASP will not be responsible for any delay/ non-availability of USER ID or Password or any last
minute request for enabling /resetting the same by the Bidders.

2) TRAINING & FAMILIARIZATION WIT H E-TENDERING SYSTEM

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.

3) VIEW AND DOWNLOAD E-TENDER


Bidders must go to E-Tendering website www.tenderwizard.com/eil and log-in using their user-id,
password and digital signature.

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.

5) BID DOCUMENT FEE/ EARNEST MONEY DEPOSIT/ INTEGRITY PACT, IF


APPLICABLE
Bidders are required to submit the Bid Document Fee, EMD (in the prescribed format), Integrity Pact,
as required as per RFQ in original as per the manner prescribed in the RFQ/ Bidding Document at the
time of bid submission in sealed envelope. However, bidders are required to upload the scanned copy
of both Bid Document fee as well as EMD on E- Tendering website along with the e-bid.
In case the bidder fails to submit the above 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.
6) SUBMISSION OF BID :
Bidders are required to upload the bid along with all supporting documents & Priced part on the E-
Tendering website (www.tenderwizard.com/eil) only. However, documents required to be submitted
physically, viz., Bid Document Fee, EMD, etc., need to be submitted in a sealed envelope as per the
provisions of RFQ/ Bidding 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.

Instructions To Bidders For E-Tendering Page 2 of 4


Page 20 of 724
Also bidders are suggested to check the uploaded documents to verify the uploaded documents are
opening correctly or not by clicking on the download link.
The bidders needs to submit prices on-line strictly as per the Price Schedule format provided in our E-
Tender.

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.

Instructions To Bidders For E-Tendering Page 3 of 4


Page 21 of 724
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 buyer. Similarly, the techno-
commercially acceptable bidders will be able to view online the price sheets of other techno-
commercially acceptable bidders (who qualify for the price bid only) at their respective windows, after
priced bid opening by buyer.
Wherever the composite bids are invited, the composite bids shall be opened accordingly.
8) LAST DATE FOR SUBMISSION / RECEIPT OF BIDS:

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.

Instructions To Bidders For E-Tendering Page 4 of 4


Page 22 of 724
NOTE: A Ready Reckoner for e-tendering is available on e-tendering website
(www.tenderwizard.com/eil) under the Link “Vendor Help”. Bidders to click on the link “Vendor
Help- Detailed Help” to downloading the same. Bidders to follow the instructions given in the
same for uploading their e-bids in e-tendering website.

Instructions To Bidders For E-Tendering Page 5 of 4


Page 23 of 724
Annexure-I to ITB for E-Tendering

Contact details of Authorized Service Provide (ASP)

ASP Name: M/s Antares Systems Limited, Bangalore

Address: # 24, 1st Floor, Sudha Complex


Near Havanoor Circle, 3rd Stage
4th Block, Basaveshwara Nagar
Bangalore - 560 079
Ph: 080-40482000
Fax No: +91-80-40482114

New Delhi Help Desk:


C-9, 1st Floor (Back Side)
New Krishna Park, Najafgarh Road, Vikaspuri
Near Janakpuri West Metro Station
New Delhi-110018
Ph No: 011-49424365
Fax No: +91-11-25618721

Contact Persons:

1. Mr. Santosh Srivastava


Contact no: 08800991865
Email: santoshkumar.s@antaressystems.com

2. Mr. Sachin
Contact no: 8401982112
Email: sachin.t@antaressystems.com

Help Desk Numbers:


1. Bangalore : 080-40482000
2. New Delhi : 011-49424365
08800 991865
3. Gujarat : 08401982112

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.

A133-T & C for Supervision of ETC-REV0 Aug13 Page 1 of 2

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.

CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING:

S. No. Description Vendor’s Reply/Information

1. Number of supervisory personnel required

Per diem charges (per person) for 8 hours work on


2.
normal working days. ( Please specify currency )

Overtime rate/ hour beyond normal 8 hours work on


3.
normal working days.

Overtime rate/ hour for work on weekly off days/


4.
holidays (as applicable to Refinery site).

Maximum estimated time (number of days) for


5.
completion of erection, testing and commissioning.

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:

RFQ No. : Signature with Name & Date and


Item : Seal/Stamp of the Bidder
Offer No. :

A133-T & C for Supervision of ETC-REV0 Aug13 Page 2 of 2

Page 26 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 1

1 PAYMENT TERMS

1.1 FOR INDIGENOUS BIDDERS:


1.1.1 Supply:
(i) Where the MR is for supply of materials and there is no Vendor Data
requirement (VDR) specified in the MR:
- 90% against despatch documents directly to EIL on pro-rata basis together with full
taxes, duties and transportation charges and on submission of Performance Bank
Guarantee valid for the 3 (Three) Months beyond guarantee period.
- 10% on receipt and acceptance of last consignment of materials at site and and on
submission of E1/E2 Form (wherever applicable).
(ii) Where the MR is for supply of materials and calls for Vendor Data requirement:
(Without site work):
- 5% against approval of drawings, wherever required (identified in Purchase Requisition)
at least in Code-2 and manufacturing Schedule.
- 80% (85% in cases where drawing approval is not required) against despatch
documents directly to EIL on prorate basis together with full taxes, duties and
transportation charges and on submission of Performance Bank Guarantee valid for the
3 (Three) 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 receipt and acceptance of goods/ materials at Site and on submission of E1/E2
Form (wherever applicable).
(iii) Where the MR is for supply of materials and calls for Vendor Data
requirement: (With site work)
- 5% against approval of drawings, wherever required (identified in Purchase Requisition)
at least in Code-2 and manufacturing Schedule.
- 80% 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 the 3 (Three) 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 and 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.
(iv) Where the MR is for Packages (with significant Bought out item) and calls for
Vendor Data requirement: (Without site work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at
least Code-2 and manufacturing schedule.
- 10% against placement of sub-order for specified major raw material (to be identified by
PEM and PM before issue of enquiry) against submission of equivalent Bank Guarantee.
- 70% against dispatch documents directly to EIL on prorate basis together with full taxes,
T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 27 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 2

duties and transportation charges and on submission of Performance Bank Guarantee


valid for the 3 (Three) 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 receipt and acceptance of goods/ materials at Site and on submission of E1/E2
Form (wherever applicable).
(v) Where the MR is for Packages (with significant Bought out item) and calls for
Vendor Data requirement: (With site work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at
least Code-2 and manufacturing schedule.
- 10% against placement of sub-order for specified major raw material (to be identified by
PEM and PM before issue of enquiry) against submission of equivalent Bank Guarantee.
- 70% 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 the 3 (Three) Months beyond guarantee period and on submission of
Performance Bank Guarantee valid for the 3 (Three) 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 and on submission of E1/E2 Form (wherever
applicable).
Note: In case site is not available up to 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% 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 receipt and acceptance of goods/ materials at Site on submission of E1/E2 Form
(wherever applicable).
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

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

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).

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 29 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 4

1.1.3 Site Work:


- 90% against monthly progressive bills (based on agreed billing schedule) duly certified
by Engineer-in-charge.
- 10% on successful completion of site work and handing over of goods/equipment at site.
1.1.4 Supervision of Erection, Testing & Commissioning
- 100% prorate against monthly bills to be submitted by seller duly certified by Engineer-
in-Charge.
1.1.5 Training
- 100 % on successful completion of Training duly certified by PURCHASER, as per
Purchase Requisition.
1.1.6 Annual Maintenance Contract (AMC):
- 100% payment shall be paid at the end of each half year of the contractual year against
quarterly progressive bills to be submitted by seller duly certified by Site-in-Charge.
1.2 FOR FOREIGN BIDDERS
1.2.1 Supply:
(i) Where the MR is for supply of materials and there is no Vendor Data
requirement (VDR) specified in the MR (Without Site Work):
- 100% against shipping documents through irrevocable Letter of Credit.
(ii) Where the MR is for supply of materials 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.
- 90% (95% 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. .
(iii) Where the MR is for supply of materials and calls for Vendor Data
requirement: (With site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition)
at least in Code-2 & manufacturing schedule 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.
- 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.

(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

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

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.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 31 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 6

- 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.
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
1.2.2 For supply of Mandatory Spares:
- 100% against shipping documents through Bank through irrevocable Letter of Credit
1.2.3 Site Work:
- 90% against monthly progressive bills (based on agreed billing schedule) duly certified
by Engineer-in-charge.
- 10% on successful completion and handing over of goods/equipment at site
1.2.4 Supervision of Erection, Testing & Commissioning:
- 100% prorate against monthly bills to be submitted by seller duly certified by Engineer-
in-Charge.
1.2.5 Training:
- 100% through Wire Transfer on successful completion of Training duly certified by
PURCHASER, as per Purchase Requisition (PR).
1.2.6 Annual Maintenance Contract (AMC):
- 100% payment shall be paid at the end of each half year of the contractual year against
quarterly progressive bills to be submitted by seller duly certified by Site-in-Charge.

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

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

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.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 33 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 8

3 TRANSPORTATION

3.1 INDIGENOUS SUPPLIERS


Indigenous SUPPLIERs are required to dispatch the goods on door delivery basis
through any of the bank approved Transporters. Any deviation shall be subject to prior
approval of Project Manager.
3.2 FOREIGN SUPPLIERS
In case order is placed on FOB International port of exit basis, ocean transportation from
FOB Port of Exit to the designated Indian Port (CHENNAI) shall be arranged through
PURCHASER nominated freight forwarder. BIDDER shall arrange handing over the
material to nominated freight forwarder at the designated Port of Exit. The BIDDER will
be required to furnish firm cargo details containing weight, dimensions, no. of packages,
no. & type of containers required & Port of shipment. In case the actual cargo dispatched
exceeds the cargo details furnished, the extra freight incurred by PURCHASER will be to
SUPPLIER’s account.The marine freight quoted should be kept valid for a period one
month lesser to delivery period. However, Vendor shall furnish the shipping details viz.
Net/ Gross weight, Volume of consignment, number of packages with dimensions at least
two month before the expiry of validity of Ocean Freight. In the event of any delay by
Vendor, the quoted Ocean Freight charges shall remain valid further for one month from
the date of furnishing the above details. EIL reserves the option to ask the bidder to
arrange shipment at the quoted freight rates.

4 CURRENCY OF QUOTE

4.1 FOREIGN SUPPLIERS


Foreign SUPPLIERs are required to submit prices only in USD. In case a foreign
SUPPLIER is sourcing part of equipment/ services from India, prices of such equipment/
services shall be quoted in Indian Rupees only and terms & conditions applicable to
Indian portion shall be same as applicable to Indian Bidders.
4.2 INDIGENOUS SUPPLIERS
Indigenous SUPPLIERs are required to submit price in Indian Rupees.

5 ANNUAL MAINTENANCE CONTRCT (AMC)

The prices shall be asked for AMC, if required as per Material Requisition.

6 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER

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.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 34 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 9

7 GUARANTEE PERIOD

For all items having CDD up to Dec 2014 :


18 Months from the date of successful Commissioning or 36 Months from the date of shipment,
whichever is earlier.
For all items having CDD beyond Dec 2014 :
18 Months from the date of successful Commissioning or 30 Months from the date of shipment,
whichever is earlier.

8 PERFORMANCE BANK GUARANTEE (PBG)/(CPBG)

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.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

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 CUSTOMS DUTY/EPCG LICENSE

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 PRICE REDUCTION SCHEDULE

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

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

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

All items shall be inspected by a Third Party Inspection agency as follows:


13.1 INDIGENOUS BIDDER’s: CEIL shall be appointed as Third Party Inspection for the
indigenous materials & accordingly the charges for the same shall be borne by EIL.
The quoted price of Bidder shall be exclusive of TPI charges.
13.2 FOREIGN BIDDERs: The quoted price shall be inclusive of TPI charges (out of
M/s.Lloyds Register (Country of origin), M/s.Bureau Veritas(BV) and M/s.TUV Nord)
Suppliers will be informed the following:
a) QAP will be approved by Third Party Inspection agency incorporating requirements of ITP,
Technical specifications and approved documents. Approval of QAP will not be carried out
by EIL.
b) The Inspection release note issued by the Third party inspection agency shall clearly stipulate
that materials/equipment have been inspected as per Code-1 approved drawings, wherever
applicable and approved QAP.
c) Certification of final documents, wherever applicable, for release of final payment, shall be
carried out by Third Party Inspection Authority issuing the final inspection certificate.

14 GENERAL PURCHASE CONDITIONS

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.

15 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE

Comprehensive Insurance (Transit/Marine cum storage, erection, till handing over of


equipment) shall be arranged by PURCHASER.

16 BASIS OF EVALUATION

16.1 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON


16.1.0 Bids shall be evaluated on the basis of landed cost at Site, including site work, if any,
all duties, taxes, transportation charges less Cenvatable Excise duty, Cenvatable
Service tax, Cenvatable Educational cess & Vattable TNVAT (100% of TNVAT).

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 37 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 12

16.1.1 Cost of mandatory spares, if identified in the Material Requisition, commissioning


spares and special tools & tackles will be included for price evaluation of bids, but cost
of Spares for two years operation shall be excluded.
16.1.2 AMC charges shall be considered for evaluation wherever AMC is required.
16.1.3 Supervision and Training charges shall be considered for evaluation wherever
supervision and training are required.
16.1.4 Commercial loading shall be considered for evaluation of bids.
16.1.5 Technical loading, if any, shall be considered for evaluation of bids.
NOTE :
- Site Work, wherever applicable, shall be considered for evaluation.
- In case freight charges are not quoted, estimated freight shall be taken from EIL
shipping dept. and loading shall be done with the same. In case of ordering , bidder
shall be asked to absorb the freight first. In case bidder does not agree to absorb then
negotiation shall be done with the bidder to agree upto maximum of the freight with
which loading has been done. If bidder does not agree with this also, then refloating of
MR shall be done.

16.2 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON


16.2.1 Bids shall be evaluated on the basis of CFR (CHENNAI) prices including third party
inspection charges, stowage charges wherever applicable (as quoted by BIDDERs),
and considering sea freight as under:
(i) Packages/equipments/pipes & plates :
- Firm freight as quoted by BIDDER’s
(ii) Bulk items – piping (other than pipes) / instruments :
- Firm freight as quoted by BIDDER’s.
In case, firm freight is not quoted by BIDDER ( For Bulk Items as well as
Packages/equipments/pipes & plates), freight shall be taken from Transchart
through shipping Dept. and loading shall be done with the same. In case of
ordering, transportation shall be done by the Transchart only.
16.2.2 Cost of mandatory spares identified in the Material Requisition, Commissioning Spares
and special tools & tackles will be included for evaluation of bids, but costs of Spares
for two years operation shall be excluded.
16.2.3 AMC charges shall be considered for evaluation wherever AMC is required.
16.2.4 Supervision (man days as indicated in MR as well as TBA) and Training charges shall
be considered for evaluation, wherever, supervision and training are required.
16.2.4 (i) Service tax on Reverse charge and withholding tax ( in case it is not included in
bidder’s price) basis, wherever applicable shall be added for bid evaluation purpose
only.
16.2.5 Commercial loading shall be considered for evaluation of bids.
16.2.6 Technical loading, if any, shall be considered for evaluation of bids.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

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.

16.3 WHERE INDIAN AS WELL AS FOREIGN BIDS ARE UNDER COMPARISON


16.3.1 INDIGENOUS BIDDERS:
(i) The evaluated price of indigenous BIDDERs shall be carried out on the basis of
landed cost at Site, as per clause 16.1 above.
(ii) Notional Loading of 1% for TPI charges shall be considered for evaluation.
16.3.2 FOREIGN BIDDERS :
The evaluated price of foreign BIDDERs shall be on the basis of landed cost at Site,
including the following:
(i) Evaluation shall be done as per clause 16.2 above plus marine insurance @ 1% of
FOB Price.
(ii) L/C charges @ 1% of FOB price.
(iii) Landing Charges @ 1% of CIF Value i.e S.No. (i).
(iv) Custom clearance, Port Handling and Inland Freight (from Port of Entry
(CHENNAI) to CPCL project site) charges @ 3% of CIF value including L/C
Charges, i.e., S. No. (i) plus (ii).
(v) Landed Cost = S.No. (i) to (iv).
NOTE :
- Site Work, wherever applicable, shall be considered for evaluation.
- Transit insurance for Indigenous and Foreign BIDDERs, will not be loaded..

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 :

17.1 PERFORMANCE BANK GUARANTEE (PBG)


In case, Foreign SUPPLIER takes any deviation with respect to the amount or period or validity
of the performance bank guarantee, the offer shall be rejected.
Any other type of bond (e.g. indemnity bond) is not acceptable in lieu of Performance Bank
T&C FOR ED COMMITTEE APPL- LSTK-A133

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

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 PRICE REDUCTION SCHEDULE (PRS)


17.2.1PRICE REDUCTION SCHEDULE (APPLICABLE AS 1/2% DOV ~ 5% TOV) FOR
DELAYED DELIVERY:
(i) 1/2% of DOV up to maximum of 5% of TOV No loading
(ii) 1/2% of DOV up to maximum of 5% of DOV 2.5%

(iii) Other than the above 5%

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).

17.4 PRICE VARIATION

(i) Firm Prices : No Loading

(ii) In case of Price Variation Formula : Loading by ceiling %age offered


with ceiling

(iii) No formula and no ceiling : Offer shall be rejected


specified by the BIDDER

Note : In case the enquiry itself provides for price variation on account of certain variables,
offers seeking such variation shall not be loaded.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 40 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 15

17.5 PAYMENT TERMS


Payment terms at variance with RFQ (which are not interest bearing), will not be permitted.
However, if a BIDDER insists on the same, these shall be loaded @ SBI PLR+ 2% per annum
(simple interest) for the relevant period as under:
(i) Advance against FOA / PO : 100% of the delivery period
(ii) Drawing approval : 80% of the delivery period
(iii) Order on sub Vendors : 75% of the delivery period
(iv) Receipt of raw material at Vendor’s works : 50% of the delivery period
(v) %age payment against dispatch : Interest for Three month
Documents instead receipt & acceptance
at Site (Specified in RFQ)
(vi) % age payment against dispatch : Interest for One month
document instead of Final document
as per Purchase Requisition
(Specified in RFQ)
(vii) %age payment against : Interest for Three month
receipt of material
at site instead acceptance of
material at site
(Specified in RFQ)
Notes to S. No. (vii) :
- Shall be applicable to indigenous bidders.
- Shall be against Additional BG of equivalent amount valid initially for 3 months plus
claim period.
PBG shall be required along with the Dispatch documents, in cases where there is no further
milestone payment of 10% or more left.

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.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 41 of 724
Document No.
INSTRUCTION TO BIDDERS (ITB)
[ CPCL – LSTK ] A133-01- ITB Rev. 0
Page 16

(ii) FOR ENQUIRIES WITH DELIVERY /COMPLETION PERIOD BEYOND 6 MONTHS


Delivery/Completion period longer than required in enquiry shall be loaded @ 1/2% per
week upto a maximum of six (6) weeks. In case, a SUPPLIER quotes delivery longer
than six (6) 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.
NOTE: In case under clause no. 2.1, indigenous bidder offers a deviation against the
terms of delivery basis, their bid shall be rejected.

17.7 OFFER VALIDITY:


In case a SUPPLIER offers shorter validity of the bid against RFQ requirement, the bid shall be
rejected.

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

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

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.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

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

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

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

COKER BLOCK OF RESID UPGRADATION PROJECT

GENERAL PURCHASE CONDITIONS


(INDIGENOUS)
INDEX

PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)

1. DEFINITIONS 18. RECOVERY OF SUMS DUE


2. REFERENCE FOR DOCUMENTATION 19. CHANGES
3. CONFIRMATION OF ORDER 20. CANCELLATION
4. SALES CONDITIONS 21. PATENTS AND ROYALTY
5. COMPLETE AGREEMENT 22. CONTROL REGULATION
6. INSPECTION - CHECKING - TESTING 23. PERFORMANCE GUARANTEE
7. OFFICIAL INSTITUTIONAL TESTING 24. NON-WAIVER
8. OILS & LUBRICANTS 25. NON-ASSIGNMENT
9. SPARE PARTS 26. PART ORDER/REPEAT ORDER
10. TRANSIT RISK INSURANCE 27. SELLER’S DRAWINGS AND DATA REQUIREMENT
11.RESPECT FOR DELIVERY DATES 28. TECHNICAL INFORMATION
12. DELAYED DELIVERY 29 PROGRESS CHART AND EXPEDITING
13. DELAYS DUE TO FORCE MAJEURE 30. SERVICES OF SELLER’S PERSONNEL
14. REJECTION, REMOVAL OF REJECTED GOODS AND 31. SELLER’S LIABILITIES
REPLACEMENT 32. PURCHASER’S MATERIAL
15. TRANSFER OF PROPERTY FROM THE 33. HEADINGS
SELLER TO THE PURCHASER 34. ARBITRATION
16. PRICE 35. JURISDICTION
17. TERMS OF PAYMENT

PART – B: PACKING, MARKING, SHIPPING AND


DOCUMENTATION SPECIFICATION FOR INDIGENOUS
MATERIAL (Document No. 8-1843-0002 Rev. No. 0)

PART–C: PROFORMA OF BANK GUARANTEE


(PERFORMANCE)

PART–D: PROFORMA OF BANK GUARANTEE


ADVANCE (INDIGENOUS)

A133-01-GPC (Ind.)-R0
Page 50 of 724 Page 1 of 7
PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)

1. DEFINITIONS: Purchase Order / Purchase Requisition number must


appear on order confirmation, correspondence,
The following expressions used in these General drawings, invoices, shipping notes, packing and/ or any
Purchase Conditions (GPC) and the Purchase shall documents or paper connected with the Order.
have the meaning indicated against each of these:
3. CONFIRMATION OF ORDER:
The PURCHASER / OWNER means Engineers India
Limited, a company incorporated in India having its The Seller shall acknowledge the receipt of the Fax of
registered office at Engineers India Bhawan, 1, Bhikaiji Acceptance (FOA) / Purchase Order (PO) within seven
Cama Place, RK Puram, New Delhi-110066 and shall days following the date of the FOA / Purchase Order
include its successors and assignees. and shall thereby confirm his acceptance of the FOA /
Purchase Order without any exceptions. This
“GOODS/MATERIALS”: Goods and/or materials shall acknowledgment will bear on both FOA / Purchase
mean any of the Articles, Materials, Machinery, Order and General Purchase Conditions
Equipment, Supplies, Drawings, Data and other
property and all services including but not limited to 4. SALES CONDITIONS:
design, delivery, installation, inspection, testing and
commissioning specified to complete the order. With Seller’s acceptance of provision of the Purchase
Order, he waives and considers as cancelled any of his
“SELLER”: Seller shall mean the Person, Firm or general sales conditions.
Corporation to whom the Fax of Acceptance / Purchase
Order is issued. 5. COMPLETE AGREEMENT:

“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.

The Seller shall: 8. OILS & LUBRICANTS:

- 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:

20. CANCELLATION: The supply, despatch and delivery of goods shall be


arranged by the Seller in strict conformity with the
The Purchaser reserves the right to cancel the statutory regulations including provision of Industries
Purchase Order or any part thereof and shall be entitled (Development and Regulation) Act, 1951 and any
to rescind the contract wholly or in part in a written amendment thereof as applicable from time to time.
notice to the Seller if: The Purchaser disowns any responsibility for any
irregularity or contravention of any of the statutory
i) The Seller fails to comply with the terms of this regulations in manufacture or supply of his stores
Purchase Order. covered by this order.

ii) The Seller fails to deliver the goods on time


23. PERFORMANCE GUARANTEE:
and/or replace the rejected goods promptly.

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.

The Seller’s workmen or employees shall under no 34. ARBITRATION:


circumstances be deemed to be in Purchaser’s
employment and the Seller shall hold himself Any dispute or difference between the parties hereof
responsible for any claims which they or their heirs, arising out of any notified claim of the SELLER included
dependents or personal representatives may have or in his final bill and /or arising out of any amount claimed
make for damages or compensation for anything done by the OWNER (whether or not the amount claimed by
or committed to be done in the course of carrying out of the OWNER or any part thereof shall have been
the work covered by this Purchase Order, whether deducted from the Final bill of the supplier or any
arising on Purchaser’s premises or elsewhere and amount paid by the OWNER to the SELLER in respect
agrees to Indemnify the Purchaser against any such of the work) shall be referred to arbitration in
claim or claims if made against the Purchaser and all accordance with the UNCITRAL Rules as adopted in
cost (as between attorney and client) of proceedings, India by the Arbitration & Conciliation Act, 1996.
suits or action which the Purchaser may incur or sustain
in respect of the same. The Seller shall also procure The venue of the arbitration shall be New Delhi.
and keep in force at his own cost comprehensive
automobile Liability insurance for adequate coverage in Notwithstanding the existence of any dispute or
respect of all his vehicle/s visiting or plying in project arbitration in terms hereof or otherwise, the Seller shall
premises. The Seller shall also be responsible for continue and be bound to continue and perform the
compliance of existing laws in respect of their workmen works to completion in all respects according to the
and employees.
Contract (unless the Contract or works be determined
32. PURCHASER’S MATERIAL by the Owner or by the Seller under the provisions of
the Contract), and the Seller shall remain liable and
a) Purchaser’s materials shall be delivered to the Seller bound in all respects under the Contract.
after the Seller submits the Bank Guarantee for
Indemnifying the full value thereof strictly in the manner 35. JURISDICTION
and as per Performa of Bank Guarantee approved by
the Purchaser. The Seller hereby agrees that the Court situated at New
Delhi alone shall have the jurisdiction to hear and
b) Wherever possible, the material shall be consigned determine all action and proceedings arising out of this
to goods depot to be specifically confirmed by Seller. contract.
The Seller at his responsibility and cost shall arrange
Loading/Unloading and any handling from the
destination.

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.

We _______________________________________ (name) a body / corporate registered/constituted under the laws


of ___________________________ and having a Branch at ______________________ (Indian Branch Address)
(hereinafter called “the Bank” which expression shall include its successors and assigns) with the intent to bind the
Bank and its successors and assigns, hereby undertake to pay the Purchaser at __________________ (place) on
first demand in writing without protest or demur or proof or satisfaction or condition and without reference to supplier
any and all amounts from time to time demanded by the Purchaser from the Bank with reference to this
Guarantee/Undertaking upto an aggregate limit of Rs. _________________ (Rupees
___________________________ only).

AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:-

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.

A133-01-GPC (Ind.)-R0 Page 1 of 2

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.

6. Notwithstanding anything contained herein:

(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)

NAME & DESIGNATION


NAME OF THE BANK

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.

A133-01-GPC (Ind.)-R0 Page 2 of 2

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:

We ______________________________ Bank _____________________ a Bank incorporated/ constituted under the


laws of _____________________ and having it registered/principal office at _________________________________
(hereinafter called “The Bank” which expression shall include our successors and assigns) in consideration of the
aforesaid promises and at the request of the Supplier DO HEREBY bind ourselves and our successors and assigns,
and irrevocable undertake to pay the Purchaser on first demand in writing without protest or demur or proof or
condition and without reference to the Supplier any and all amounts at any time and from time to time claimed by you,
as due to you under or in respect of the said advance, and demanded by you from us, with reference to this
undertaking for an aggregate limit of Rs. _____________ (Rupees
___________________________________________).

AND, we, the Bank DO HEREBY further agree as follows:

(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.

A133-01-GPC (Ind.)-R0 Page 1 of 2

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.

(vii) Notwithstanding anything contained herein:

(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 ________________________________________

Name & Designation ________________________________

Name of the Branch ________________________________

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.

A133-01-GPC (Ind.)-R0 Page 2 of 2

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:_____________________

S. No. DESCRIPTION BIDDER’S CONFIRMATION


Quoted prices are on FOT despatch point basis inclusive of Packing &
a) Confirmed
Forwarding (P&F) charges.
Indicated
b) Specify Despatch Point in the enclosed Annexure – I
(Refer ANNEXURE – I)
Confirm that firm freight charges for transportation by road upto the
c) Project site including Service Tax & Education Cess, have been quoted in Confirmed
the price bid.
1 Confirm the freight charges for Recommended Spares for two years
d) normal operation & maintenance, if any, have been quoted extra in the Confirmed
Price Schedule separately.
Confirm the freight for all other supplies like mandatory spares
e) commissioning spares, tools and tackles etc., are included in freight for Confirmed
main equipment.
Marine-cum-erection insurance (MCE policy) shall be arranged by EIL and
f) Confirmed
therefore, the same shall not be included in the quoted prices.
Excise Duty + Education Cess: Indicated
a)
Tarrif sub heading no. (Refer ANNEXURE – I)

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.

A133 ATC (IND)-REV 0 AUG13 PAGE 1 OF 7

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.

A133 ATC (IND)-REV 0 AUG13 PAGE 2 OF 7

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.

A133 ATC (IND)-REV 0 AUG13 PAGE 3 OF 7

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.

A133 ATC (IND)-REV 0 AUG13 PAGE 4 OF 7

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.

BIDDER’S SIGNATURE & DATE : _______________________________


SEAL/ STAMP

A133 ATC (IND)-REV 0 AUG13 PAGE 5 OF 7

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

1. Bidder confirms the following :DESPATCH POINT ________________________________


2. Service Tax & Education Cess on Supervision Charges, if applicable. _________________________% EXTRA
3. Service Tax & Education Cess on Site Work Charges, if applicable. _________________________% EXTRA
4. Service Tax & Education Cess on AMC, if applicable.

5. Service Tax & Education Cess on Training, if applicable.


6. Rate of Excise Duty : Tariff Sub Heading No. ________________________________
7. Excise Duty + Education Cess _________________________% EXTRA
8. Maximum rate of Excise Duty applicable (If present rate is nil or
concessional) _________________________% EXTRA
9. Please indicate following break-up
a) Cenvatable [Excise Duty + Educational Cess] a) Cenvatable [ED+ Edu. Cess]________%
b) Non Cenvatable b) Non Cenvatable [ED+ Edu. Cess]____%
10. Excise Duty on freight charges (Tick one whichever is applicable). APPLICABLE
(In case no option is selected, ED on Freight Charges shall be
NOT APPLICABLE
considered to be not applicable)
11. Central Sales Tax against form ‘C’
_________________________% EXTRA
12. Tamilnadu VAT without concessional form.
(Applicable for supplies from TN State) _________________________% EXTRA
13. CST/TN VAT on freight charges (Tick one whichever is applicable). APPLICABLE
(In case no option is selected, CST/TN VAT on Freight Charges shall be
NOT APPLICABLE
considered to be not applicable)
14. Built-in import content in the offer (Tick one whichever is applicable).
APPLICABLE
(In case no option is selected, Buit-in import content shall be
considered to be not applicable) NOT APPLICABLE

15. Item detail of CIF Content

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.

(c) The MSEs is owned by SC/ST Entrepreneurs. YES NO


\

(d) Supporting documentary evidence with respect to MSEs is owned FURNISHED


by SC/ST Entrepreneurs as per RFQ to avail preference to MSEs
owned by SC/ST.

BIDDER’S SIGNATURE & DATE : _______________________________WITH SEAL/STAMP

A133 ATC (IND)-REV 0 AUG13 PAGE 6 OF 7

Page 73 of 724
ANNEXURE - II TO AGREED TERMS & CONDITONS (INDIGINEOUS)

MANDATE FORM

1. Bidder Name :
2. Bidder Code: :

3. Address of the Bidder :


4. Particulars of Bank Account of Bidder :

a. Name of the Bank :


b. Name of the Branch and Address of the Branch :
c. Branch Code :

d. 9 – Digit MICR code Number of the Bank & Branch :


(As appearing in the MICR Cheque issued by the bank)
(Please do not give multicity cheque book code Number)

e. Type of account (Saving Bank, Current or Cash Credit) :


f. Account Number :

g. RGTS/ IFSC Code (11 digit) :


h. NEFT Code No. :

5. E-mail address of the Bidder :


6. Contact Person(s) of the Bidder :

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)

Official seal of the Bidder


Place :
Date :

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

A133 ATC (IND)-REV 0 AUG13 PAGE 7 OF 7

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

DOCUMENT NUMBER PMC CONTROL CODE M23


( Always quote the Document Number given below as reference )

A133 086 PA MR 5025 B 24/09/2013 16 45


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

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

REV. DATE BY CHK. APPD. DETAILS

A 06/09/2013 MKA/AK NK DB ISSUED FOR BIDS


B 24/09/2013 MKA/AK NK DB REVISED & REISSUED FOR BIDS
This is a system generated approved document and does not require signature.

Project: RESID UPGRADATION PROJECT-COKER BLOCK


ENGINEERS INDIA LIMITED

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

01.00 Design, engineering, manufacture,


procurement of materials & bought out
components, assembly at shop, inspection,
testing at manufacturer's works, packing
and delivery of the following, including
supply of all erection, pre-
commissioning, commissioning and site
tests spares [Note-1], special tools &
tackles [Note-2] & documentation as per
the enclosed standard specifications,
instructions to vendors, job
specification, data sheets etc. & other
codes & standards attached or referred.
01.01 86-G-07A/B HCGO PRODUCT PUMP 2 Nos
01.02 86-G-08A/B LEAN SPONGE OIL/ LCGO PRODUCT PUMP 2 Nos
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

01.03 86-G-11A/B FRACTINATOR O/H LIQUID PUMP 2 Nos


01.04 86-G-13A/B COMPRESSOR INTERSTAGE LIQUID PUMP 2 Nos
02.00 Quotation for supply of first fill of
consumables, lubricants etc. and their
normal consumption up to 6 months after
handing over the plant as specified in
MR. The details / specifications/
schedule/ quantity etc. with regard to
consumables, lubricants etc. shall be
recommended & furnished by the Bidder
with offer.
02.01 {02}86-G-07A/B For Sr. No. 01.01 2 Nos
02.02 {02}86-G-08A/B For Sr. No. 01.02 2 Nos
02.03 {02}86-G-11A/B For Sr. No. 01.03 2 Nos
02.04 {02}86-G-13A/B For Sr. No. 01.04 2 Nos
03.00 << DELETED >>
04.00 Supply of Mandatory Spares as per Doc.
No: 44NC-4600-0000/N.02/0028/A4 enclosed
with MR
04.01 {04}86-G-07A/B For Sr. No. 01.01 1 Lot
04.02 {04}86-G-08A/B For Sr. No. 01.02 1 Lot
04.03 {04}86-G-11A/B For Sr. No. 01.03 1 Lot
04.04 {04}86-G-13A/B For Sr. No. 01.04 1 Lot
05.00 Quotation of Two Years Normal Operation Lot
and Maintenance Spares, as recommended by
vendor/ as mentioned in enquiry
06.00 << DELETED >>
07.00 << DELETED >>
08.00 Supervision of erection, pre-
commissioning, commissioning & site
testing as specified in MR [Note-3] of
items specified at item 1.00 above, as
per enclosed instructions to vendor
08.01 {08}86-G-07A/B For Sr. No. 01.01 1 /diem rate
08.02 {08}86-G-08A/B For Sr. No. 01.02 1 /diem rate
08.03 {08}86-G-11A/B For Sr. No. 01.03 1 /diem rate
08.04 {08}86-G-13A/B For Sr. No. 01.04 1 /diem rate
09.00 Drawings and documents as per attached Lot
Vendor Data requirement for all supplies
and services covered above in Sr.Nos.1.00
to Sr.No.8.00

Project: RESID UPGRADATION PROJECT-COKER BLOCK


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: CPCL A133-086-PA-MR-5025 B

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.

Project: RESID UPGRADATION PROJECT-COKER BLOCK


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: CPCL A133-086-PA-MR-5025 B

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.

3) Cost for supervision of erection, pre-commissioning, commissioning & site testing


as specified in MR, for 10 man-days per pump item (e.g. 86-G-07 A/B as ONE pump item)
shall be added to the total cost of each pump item for the purpose of commercial
comparison. Bidder shall furnish in his proposal the cost for providing the above
services on per diem basis seperately. Per-diem rates, as quoted by the bidder shall
be the basis of payment. Actual payment for the above services shall be based on
actual man-days consumed at site.

4) For further instructions, please refer to Special Instruction to Bidders (Doc.


No:A133-086-16-45-SI-5025).

Project: RESID UPGRADATION PROJECT-COKER BLOCK


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: CPCL A133-086-PA-MR-5025 B

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

Engineers India Limited Status


Vendor Drawing/ Document Submission Schedule Date
Client: CPCL Project: RESID UPGRADATION PROJECT-COKER BLOCK Vendor Name:

Item Description: PUMP- PR No.: Address:


CENTRIFUGAL.HORIZONTAL (SPECIAL PURPOSE
PROCESS), PUMP-CENTRIFUGAL.MULTISTAGE Date of LOI:
(SPECIAL PURPOSE PROCESS)
PO No.:
Date of PO: City:

Page 83 of 724
EIL Originating Department: ROTATING EQUIPMENT Contact Person(EIL): Contact Person: Fax:
Phone: Email:

Drg./ Doc. Nomenclature Category Scheduled Form


S.No. Equipment Number as per EIL Vendor Data Vendor Drg. / Doc. Numbe Vendor Drg./ Doc. Title Electronic Remarks
Review (R) / date of 1st
Requirement Records (I) Submission (E)/ Print (P)
DOCUMENT No.
List of Attachment
(Rotating Equipment) A133-086-16-45-LL-5025 Rev. A
Page 1 of 3

LIST OF ATTACHMENTS
(ROTATING EQUIPMENT)

PROJECT : COKER BLOCK (EPCC-1)


RESID UPGRADTAION PROJECT, CPCL, CHENNAI

OWNER : CHENNAI PETROLEUM CORPORATION LIMITED

PMC : JACOBS ENGINEERING INDIA PRIVATE LIMITED

CONTRACTOR : ENGINEERS INDIA LIMITED

JOB NO. : A133

Format No. EIL 1641-1924


Page 84 ofRev.
7241 Copyright EIL – All rights reserved
DOCUMENT No.
List of Attachments
(Rotating Equipment) A133-086-16-45-LL-5025 Rev. A
Page 2 of 3

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

A.1.9 Technical Compliance Statement A133-086-16-45-TCL-5025

44NC-4600-0000-P02-0001-
A.1.10 Site and Utility Data
A4-CPMS

A.1.11 Format for Utility Consumption Requirements A133-086-16-45-UD-5025


A.2 JOB SPECIFICATIONS
44NC-4600-0086-M02-
A.2.1 Jacobs - Job Specifications 0033-A4-CPMS

A.3 DATASHEETS
44NC-4600-0086-M04-
A.3.1 Jacobs-Mechanical Datasheet Pump
0019-CPMS

A.3.2 Datasheet for API670 Monitoring System 44NC-4600-0000-M04-0008

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

A.4.1 Vendor Data Requirement A133-086-16-45-VDR-5025

Vendor Drawing/ Document Submission


A.4.2 EIL-1641-1923-CPMS
Schedule

Format No. EIL 1641-1924


Page 85 ofRev.
7241 Copyright EIL – All rights reserved
DOCUMENT No.
List of Attachments
(Rotating Equipment) A133-086-16-45-LL-5025 Rev. A
Page 3 of 3

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

General Specification For Shop And Field 44NC-4600-0000-


A.7.2
Painting V02-0111-A4

Standard for orientation of seal pots & aux.


A.7.3 7-44-0321
Connections
Standard Specification for Lube & Seal Oil 44NC-4600-0000-
A.7.4
System M02-0007-A4

General Specification for Hardness 44NC-2600-0000-


A.7.6
requirements V02-0113-A4
A.8 ITP
Indicative Inspection & Test Plan – Centrifugal
A.8.1 A133-086-16-45-OD-ITPP
Pump
Indicative Inspection & Test Plan-Shell and tube A133-086-16-45-
A.8.4
heat exchanger OD-ITPX
A.10 QUALITY DATA REQUIREMENTS
44NC-4600-0000-
A.10.1 Jacobs – Quality Management System (QMS)
N02-0040-A4

A.10.2 Jacobs – QMS Annexure’s I, II, III, IV, V Annexure-I-II-III-IV-V

Specification for quality management system


A.10.3 6-78-0001
requirements from bidders
Specification for documentation requirements
A.10.4 6-78-0003
from suppliers
A.11 VENDOR LIST
44NC-4600-00-R-01-
A.11.1 Vendor List
0005-A4

Note: For, Electrical, Instrumentation & Piping Documents refer respective sections

Format No. EIL 1641-1924


Page 86 ofRev.
7241 Copyright EIL – All rights reserved
DOCUMENT No.
SPECIAL INSTRUCTIONS
TO A133-086-16-45-SI-5025 Rev. A
BIDDERS Page 1 of 8

SPECIAL INSTRUCTIONS
TO
BIDDERS

PROJECT : COKER BLOCK (EPCC-1)


RESID UPGRADTAION PROJECT, CPCL, CHENNAI

OWNER : CHENNAI PETROLEUM CORPORATION LIMITED

PMC : JACOBS ENGINEERING INDIA PRIVATE LIMITED

CONTRACTOR : ENGINEERS INDIA LIMITED

JOB NO. : A133

A 06.09.13 ISSUED FOR BIDS MKA/ AK NK NK


Rev.
Date Purpose Prepared by Reviewed by Approved by
No.

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.

2.0 Special Requirements

Bidders to note the following 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.

e) Rated point as specified in Process Datasheet shall be considered as Guarantee (Certified)


point. Rated BKW shall be with zero percent positive tolerance and the same is required to
be justified with support of published Performance Curves & the respective values (i.e.
Rated Flow, Rated Diff. Head & Efficiency) being inferred from there for the Guarantee
(Certified) 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.

m) For pumps where warm-up arrangement is required as per Process datasheet or as


recommended by Bidder, the same shall be provided with pump package by Bidder. Bidder
shall include necessary (interconnecting piping, instrumentation, valves etc) as required for
the warm-up arrangement plan. Pump vendor shall add required warm-up flow to pump
design flow for pump sizing.

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.

r) Refer Cl-3.1.7 of Job Specification (Doc. No: 44NC-4600-0086/M.02/0033/A4) which states


that 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).

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.

t) Refer Cl-3.4.2 of Job Specification (Doc. No: 44NC-4600-0086/M.02/0033/A4) which states


that for an operating temperature of 300 deg F (150 deg 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 deg F
(260 deg C) or greater, cooled bearing oil shall be used.

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.

w) Amendment to Job Specification (Doc. No: 44NC-4600-0086/M.02/0033/A4) vide


Corrigendum-2:

i) Clause 3.1.11 shall be replaced by the following:

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.

ii) Following shall be added as Clause 3.1.14:

The following pumps shall be provided with Machine Monitoring System for pump and driver:

 Coker heater charge pump (86-G-03A/B)


 HCGO pump around pump (86-G-05A/B)
 Lean Sponge oil / LCGO Product pump (86-G-08A/B)
 Coke drum cooling pump (86-G-19A/B)

For other pump tags, Machine monitoring system shall be based on manufacturer‟s
recommendation.

iii) Following shall be added in Clause 4.10:

Lubrication system for turbine as per turbine manufacturer recommendation is also


acceptable. If lubrication system as per API 614 is provided emergency lube oil pump shall
be AC driven. The word “API 612 6th edition” stands replaced with “API 611 5th edition”.

x) Amendment to Job Specification (Doc. No: 44NC-4600-0086/M.02/0033/A4) vide


Corrigendum-1:

i) Cl. 1.6 of Job Specification (Doc. No: 44NC-4600-0086/M.02/0033/A4) shall be


replaced by the following:

1.6: Equipment Qualification Criteria

1.6.1 : The pump vendor shall be an established centrifugal pump manufacturer


having adequate engineering, manufacturing and testing facilities for pumps

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.

1.6.3.3 In case of member of Group Company, packager to furnish requisite


documents from Group Company to establish that packager has requisite facilities and
has been authorized to package the proposed pump model.

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:

 A witnessed performance test


 Dismantle inspection and reassembly, after running test
 String test witnessed
 Sound level test witnessed.
 NPSHR test witnessed when specified.

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.

ii) Cl. 3.2 of Job Specification (Doc. No: 44NC-4600-0086/M.02/0033/A4) is revised as


per following:

For Balancing of axial thrust in multistage pump only following method shall be used.

 Opposed arrangement of impellers


 Balancing piston

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:

i) Clause 2.22 shall be replaced as follows:

Centrifugal compressors, centrifugal integrally geared compressors, special purpose


steam turbines, special purpose gear units and fans (all including drivers) above 160
kW and shall be provided with probes / detector and monitors in accordance with API
670 standard for measuring shaft radial vibration, axial position, and bearing
temperatures. 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 output shaft of gear box. 2oo3 logic shall not be applicable for
high vibration trips. However for equipment having motor rating below 160 KW,
Machine monitoring system shall be based on manufacturer‟s recommendation.

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:

i) Cl. 2.37 is revised as per following

After completion of performance test mechanical seals will not be removed. Pumps
shall be shipped with mechanical seals installed.

ii) Cl 3.5.27 is revised as per following:

“D.6 “ shall be read as “B.10”.

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.

2.1 Pre-Bid stage:

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:

- Type of Pump quoted whether it meets the specified qualification criteria‟s.


- Bidder‟s deviations to data sheets / specifications / referred codes & standards.
- Bidder‟s deviations / clarifications (if any).
- Confirmation to the testing requirements as specified in MR.
- Utility requirements (preliminary).
- Detailed GA (preliminary).

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

Annexure-1 { Pump Efficiency and Power}

Bidder shall furnish in his bid, the following table completely filled-in:

Offered Pump detail


Rated and Normal Condition
{Bidder to Fill-in}
Pump Eff. (%) Pump Shaft (BKW)
Rated Flow
Sr. Pump tag Pump Corresponding & Rated
Rated Normal Head @
No. No. Service Specific Visc. @ Pump Normal Rated Head @ Normal Head
Flow Flow Rated
3 3 Gravity PT (cP) Model Flow & Flow & Normal Flow Flow & (Guaranteed)
(m /hr) (m /hr) Flow (m)
Corres. Rated (m) Corres. (with 0%
Head Head Head positive
tolerance)

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

LOADING & PENALTY CRITERIA


FOR
CENTRIFUGAL PUMPS

PROJECT : COKER BLOCK (EPCC-1)


RESID UPGRADTAION PROJECT, CPCL, CHENNAI

OWNER : CHENNAI PETROLEUM CORPORATION LIMITED

PMC : JACOBS ENGINEERING INDIA PRIVATE LIMITED

CONTRACTOR : ENGINEERS INDIA LIMITED

JOB NO. : A133

A 06.09.13 ISSUED WITH REQUISITION MKA/ AK NK DB


Rev.
Date Purpose Prepared by Checked by Approved by
No

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.

2.1 CENTRIFUGAL PUMP

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.

Note: Rated point as specified in Process Datasheet shall be considered as Guarantee


(Certified) point. Rated BKW shall be with zero percent positive tolerance and the same is
required to be justified with support of published Performance Curves & the respective
values (i.e. Rated Flow, Rated Diff. Head & Efficiency) being inferred from there for the
Guarantee (Certified) point.

3 LOADING CRITERIA

Loading is not applicable.

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.

4.1 CENTRIFUGAL PUMP

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 :

Penalty = (BKWT - BKW G) x CF x DF x 8000

Where

BKW T = Centrifugal Pump BKW as obtained from shop test results


Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 97 of 724
DOCUMENT No.
LOADING AND PENALTY A133-086-16-45-LP-5025 REV-A
CRITERIA
Page 3 of 3

BKW G = Guaranteed BKW as quoted by the bidder


DF = Discounted Factor = 3.191 (For 5 Year Operation)
CF = Cost of Power Rs. 7.77 per KWH

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

CHENNAI PETROLEUM CORPORATION LIMITED


MANALI REFINERY, CHENNAI

RESID UPGRADATION PROJECT

LSTK-1 : COKER BLOCK : DELAYED COKER UNIT & LPG CFC TREATING UNIT

PART : III

SECTION : B.4.3

JOB SPECFICATION- FOR MULTISTAGE / TURBINE DRIVEN


CENTRIFUGAL PUMP

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 30-June-10 13 Client’s comments GAK GHD SNG


incorporated and
issued for feed

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

2.0 SITE UTILITY DATA 5

3.0 BASIC DESIGN 5

5.0 COUPLINGS 12

6.0 MECHANICAL SEALS 12

7.0 INSPECTION AND TESTING 12

8.0 VENDOR DATA REQUIREMENT 13

B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc

Page 100 of 724


CPCL – Chennai JOB SPECIFICATION PART-III Section B.4.3
44NC - 4600 MULTISTAGE / TURBINE DRIVEN CENTRIFUGAL
Sheet 3 of 13
PUMP
LSTK-1 Coker Block Doc. No. 44NC-4600-0086/M.02/0033/A4 Rev. B

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

Page 101 of 724


CPCL – Chennai JOB SPECIFICATION PART-III Section B.4.3
44NC - 4600 MULTISTAGE / TURBINE DRIVEN CENTRIFUGAL
Sheet 4 of 13
PUMP
LSTK-1 Coker Block Doc. No. 44NC-4600-0086/M.02/0033/A4 Rev. B

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.

1.5 SCOPE OF SUPPLY

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

- Lubrication system with interlocks

- Interconnecting seamless SS 316 piping between lube oil console and pump
/motor/driver bearings.

- Cooling plan (as required).

- Instrumentation as specified, P&ID and engineering design basis. Machine


monitoring system.

- All inspection and testing as specified

- Mandatory spare parts as per list attached

- Spares for commissioning/ start up of pumping unit

- Special tools and tackles for maintenance including alignment fixtures with dial
gauges

- Painting and preparation for shipment, packaging, etc.

- Supervision of erection and commissioning (if required)

- 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 EQUIPMENT QUALIFICATION CRITERIA

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

Page 102 of 724


CPCL – Chennai JOB SPECIFICATION PART-III Section B.4.3
44NC - 4600 MULTISTAGE / TURBINE DRIVEN CENTRIFUGAL
Sheet 5 of 13
PUMP
LSTK-1 Coker Block Doc. No. 44NC-4600-0086/M.02/0033/A4 Rev. B

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.

2.0 SITE UTILITY DATA

The site utility conditions are as stated elsewhere in the basic engineering design basis.

3.0 BASIC DESIGN

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.

3.1.2 Pumps shall be designed to operate in totally unprotected, outdoor environment.

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.

3.1.9 Inducers shall not be used for horizontal pumps.

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

Page 103 of 724


CPCL – Chennai JOB SPECIFICATION PART-III Section B.4.3
44NC - 4600 MULTISTAGE / TURBINE DRIVEN CENTRIFUGAL
Sheet 6 of 13
PUMP
LSTK-1 Coker Block Doc. No. 44NC-4600-0086/M.02/0033/A4 Rev. B

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.

3.2 PRESSURE BALANCING DEVICE

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.

3.3 ROTOR DYNAMICS AND CRITICAL SPEEDS

Following information shall be furnished.

(a) Dry Critical speed


(b) 1st wet critical speed at 100% design clearances
(c) 1st wet critical speed at retirement clearances (200% design clearances)

3.4 BEARINGS AND BEARING LUBRICATION

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

Page 104 of 724


CPCL – Chennai JOB SPECIFICATION PART-III Section B.4.3
44NC - 4600 MULTISTAGE / TURBINE DRIVEN CENTRIFUGAL
Sheet 7 of 13
PUMP
LSTK-1 Coker Block Doc. No. 44NC-4600-0086/M.02/0033/A4 Rev. B

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.

3.4.11 Minimum instrumentation and controls shall be as follows.


Level transmitter, level gauge and temperature indicator for lube oil reservoir.
Pressure indicator at the discharge of main and auxiliary lube oil pump.
Relief valve at the discharge of lube oil pumps.
Pressure transmitter at discharge of main oil pump for auto cut off of AOP
Temperature indicator at inlet and outlet of cooler
Temperature transmitter at the discharge of oil cooler
Differential pressure transmitter and indicator across filter.
Temperature indicator at inlet and outlet of cooling water
Thermal relief valve and flow indicator on cooling water return line.
Pressure transmitter at the oil supply line for AOP auto cut in, Main pump start permissive ,
main pump trip and header pressure indication.
Pressure indicator in the lube oil supply line
Pressure control valve in oil supply line

B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc

Page 105 of 724


CPCL – Chennai JOB SPECIFICATION PART-III Section B.4.3
44NC - 4600 MULTISTAGE / TURBINE DRIVEN CENTRIFUGAL
Sheet 8 of 13
PUMP
LSTK-1 Coker Block Doc. No. 44NC-4600-0086/M.02/0033/A4 Rev. B

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).

b) A sketch showing the following details for each rotor.


i) Design clearance (100% clearances) and
ii) For retirement clearance (200% clearance).
iii) Span between bearings.

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

Page 106 of 724


CPCL – Chennai JOB SPECIFICATION PART-III Section B.4.3
44NC - 4600 MULTISTAGE / TURBINE DRIVEN CENTRIFUGAL
Sheet 9 of 13
PUMP
LSTK-1 Coker Block Doc. No. 44NC-4600-0086/M.02/0033/A4 Rev. B

3.12 All multistage pumps shall be provided with auto recirculation valve.

3.13 Auto recirculation valve shall be by Schroedahl / Yarway.

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.

Velometer (X and Y) per bearing housing of pump,


Velometer (X and Y) per bearing housing of motor.
Bearing and winding RTD for motor
Radial and axial vibration probes per bearing for pump and motor ( for hydrodynamic bearings)
Temperature probes per bearing for pump ,( for hydrodynamic bearings)
Key phasor
Dual RTDs for thrust bearing of turbine (active pad)
Dual RTDs for thrust bearing of turbine (inactive pad)
Dual RTDs for radial bearing of turbine (NDE)
Dual RTDs for radial bearing of turbine (DE)
Axial position probe for Turbine
Vibration probe for each radial bearing for turbine (X and Y)
Accelerometer for turbine casing

3.16 All pumps shall be provided with bearing isolators.

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.

4.0 Steam turbine

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

Page 107 of 724


CPCL – Chennai JOB SPECIFICATION PART-III Section B.4.3
44NC - 4600 MULTISTAGE / TURBINE DRIVEN CENTRIFUGAL
Sheet 10 of 13
PUMP
LSTK-1 Coker Block Doc. No. 44NC-4600-0086/M.02/0033/A4 Rev. B

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 Lubrication and Control oil system

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

Page 108 of 724


CPCL – Chennai JOB SPECIFICATION PART-III Section B.4.3
44NC - 4600 MULTISTAGE / TURBINE DRIVEN CENTRIFUGAL
Sheet 11 of 13
PUMP
LSTK-1 Coker Block Doc. No. 44NC-4600-0086/M.02/0033/A4 Rev. B

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

4.10.8 Minimum instrumentation and controls shall be as follows.

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 SPEED CONTROL SYSTEM FOR TURBINE DRIVERS

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

Page 109 of 724


CPCL – Chennai JOB SPECIFICATION PART-III Section B.4.3
44NC - 4600 MULTISTAGE / TURBINE DRIVEN CENTRIFUGAL
Sheet 12 of 13
PUMP
LSTK-1 Coker Block Doc. No. 44NC-4600-0086/M.02/0033/A4 Rev. B

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.

4.11.3 Turbine speed control shall be by Woodward electronic governor.

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.

6.0 MECHANICAL SEALS

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.

7.0 INSPECTION AND TESTING

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.

7.2 TESTING FOR PUMP

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.

d) Ultrasonic test for the shaft.


e) Hardness check for shaft, wear components (wear rings, balance drum, sleeve,
etc.) and casing stud bolts, etc.
f) Hydrotest of suction filter having davit type cover. For suction filter refer
JACOBS standard specification.
g) The shop performance test

B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc

Page 110 of 724


CPCL – Chennai JOB SPECIFICATION PART-III Section B.4.3
44NC - 4600 MULTISTAGE / TURBINE DRIVEN CENTRIFUGAL
Sheet 13 of 13
PUMP
LSTK-1 Coker Block Doc. No. 44NC-4600-0086/M.02/0033/A4 Rev. B

7.3 INSPECTION AND TESTING FOR TURBINE

7.3.1 Inspection and testing for steam turbine shall be as per API 612 and other documents attached
with FEED.

8.0 VENDOR DATA REQUIREMENT

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

General arrangement drawing of entire package


Foundation layout and design calculations
P&ID, list of interlocks, control philosophy
Safety features for normal and emergency process conditions
Commissioning manuals, installation manual, O&M manuals

B.4.3 44NC-4600-0086-M.02-0033_jobspec_multi_cen_pump.doc

Page 111 of 724


Page 112 of 724
Page 113 of 724
Page 114 of 724
Page 115 of 724
Page 116 of 724
Page 117 of 724
Page 118 of 724
Page 119 of 724
DOCUMENT No.
LIST OF DEVIATIONS TO TECHNICAL SPECIFICATIONS
(ROTATING EQUIPMENT) A133-086-16-45-BF-5025
Page 1 of 2

DEVIATIONS TO TECHNICAL SPECIFICATIONS

PROJECT : COKER BLOCK (EPCC-1)


RESID UPGRADTAION PROJECT, CPCL, CHENNAI

OWNER : CHENNAI PETROLEUM CORPORATION LIMITED

PMC : JACOBS ENGINEERING INDIA PRIVATE LIMITED

CONTRACTOR : ENGINEERS INDIA LIMITED

JOB NO. : A133

Format No. EIL 1645-DF-351 Rev.


Page 120 of 1724 Copyright EIL – All rights reserved
DOCUMENT No.
LIST OF DEVIATIONS TO TECHNICAL SPECIFICATIONS
(ROTATING EQUIPMENT) A133-086-16-45-BF-5025
Page 2 of 2

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.

TITLE OF THE DOCUMENT:_______________________________________________________________________________________________________________________

DOCUMENT NO.:______________________________________________________________________________________________________________________________

Technical requirements
Sl. Reason for Technical Deviation /
Document No. Clause No. specified as per inquiry Vendor Deviation Remarks
No. Technical Justification
document

Format No. EIL 1645-DF-351 Rev.


Page 121 of 1724 Copyright EIL – All rights reserved
Page 1 of 13

CHENNAI PETROLEUM CORPORATION LIMITED


MANALI REFINERY, CHENNAI

RESID UPGRADATION PROJECT

LSTK-1 : COKER BLOCK : DELAYED COKER UNIT & LPG CFC TREATING UNIT

PART : III

SECTION : B.4.1

SCOPE OF WORK FOR MECHANICAL/ ROTARY

DOCUMENT NO : 44NC4600-0000/M.02/0036/A4

Rev Issue Date Pages Rev Description Prepared Checked Approved


No. By By By
A 22.03.10 10 Issued For FEED GAK GHD SNG
B 29.06.10. 13 Client’s comment GAK GHD SNG
incorporated and
issued for FEED

44NC-4600-0000-M.02-0036-A4_scope of work.doc

Page 122 of 724


CPCL – Chennai PART-III Section
SCOPE OF WORK FOR MECHANICAL /ROTARY B.4.1
44NC - 4600 Sheet 2 of 13
LSTK-1 Coker Block Doc. No. 44NC-4600-0000/M.02/0036/A4 Rev. B

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.

Contractor shall also be responsible for design, engineering, fabrication, procurement,


assembly, inspection and shop testing, painting, installation, erection, commissioning, site
fabrication of applicable equipment, performance guarantee of equipments / systems supplied
by Process Licensor, him or by his sub-contractors as described in the engineering design
basis, specification, licensor’s documents, data sheets, P&ID, the bid package. Contractor shall
be responsible for proving performance parameters of each plant at site after successful
commissioning of the plant. All instruments/ items required to prove the performance parameters
shall be arranged / installed by the contractor. The numbers of equipment as defined in the
FEED package are minimum requirement. During detailed engineering contractor shall make
additions necessary to fully define equipment required for the units.

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

Page 123 of 724


CPCL – Chennai PART-III Section
SCOPE OF WORK FOR MECHANICAL /ROTARY B.4.1
44NC - 4600 Sheet 3 of 13
LSTK-1 Coker Block Doc. No. 44NC-4600-0000/M.02/0036/A4 Rev. B

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 EQUIPMENT INSTALLATION BY CONTRACTOR

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

Page 124 of 724


CPCL – Chennai PART-III Section
SCOPE OF WORK FOR MECHANICAL /ROTARY B.4.1
44NC - 4600 Sheet 4 of 13
LSTK-1 Coker Block Doc. No. 44NC-4600-0000/M.02/0036/A4 Rev. B

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

Page 125 of 724


CPCL – Chennai PART-III Section
SCOPE OF WORK FOR MECHANICAL /ROTARY B.4.1
44NC - 4600 Sheet 5 of 13
LSTK-1 Coker Block Doc. No. 44NC-4600-0000/M.02/0036/A4 Rev. B

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

Page 126 of 724


CPCL – Chennai PART-III Section
SCOPE OF WORK FOR MECHANICAL /ROTARY B.4.1
44NC - 4600 Sheet 6 of 13
LSTK-1 Coker Block Doc. No. 44NC-4600-0000/M.02/0036/A4 Rev. B

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

Page 127 of 724


CPCL – Chennai PART-III Section
SCOPE OF WORK FOR MECHANICAL /ROTARY B.4.1
44NC - 4600 Sheet 7 of 13
LSTK-1 Coker Block Doc. No. 44NC-4600-0000/M.02/0036/A4 Rev. B

1.23.1 Contractor shall provide HVAC for following as a minimum.


Air conditioning for following.
Control room
Analyzer shelter
VFD room
Engineer room
UPS room
Plant operator cabin.

Pressurisation for following minimum.


Switch gear rooms

Cable cellar shall be provided with exhaust fans for ventilation.


Separate HVAC system along with equipments shall be supplied as per equipments
requirement. Each HVAC system shall be dual redundant ( 2 X100%) with chemical filters.

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.

1.23.5 Inside Design Conditions shall be as follows.


DBT oC RH Air quality +ve
pressure
i) Laboratory / Control Room Building 23 ± 1 50 ± 5 G1 Class as 6 mmWC
with all associated Room per ISA-
S 71.04

44NC-4600-0000-M.02-0036-A4_scope of work.doc

Page 128 of 724


CPCL – Chennai PART-III Section
SCOPE OF WORK FOR MECHANICAL /ROTARY B.4.1
44NC - 4600 Sheet 8 of 13
LSTK-1 Coker Block Doc. No. 44NC-4600-0000/M.02/0036/A4 Rev. B

ii) Computer Building with all 23 ±1 50 ± 5 G1 Class as 6 mmWC


associated rooms per ISA-
S 71.04
iii) UPS & Battery charger Room / 23 ± 1 50 ± 5 G1 Class as 6 mmWC
Variable Speed Drive panel per ISA-
Room/Operator Room S 71.04
iv) Operational Staff/Administrative 24 ± 1 30 – 70 G1 Class as 6 mmWC
Building per ISA-
S 71.04

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.

1.23.7 All grills / diffusers shall be Aluminium anodised /powder coated.

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

1.23.9 Following norms shall be followed for control room.

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

3 Air curtain , double doors to be considered for providing air lock

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

Page 129 of 724


CPCL – Chennai PART-III Section
SCOPE OF WORK FOR MECHANICAL /ROTARY B.4.1
44NC - 4600 Sheet 9 of 13
LSTK-1 Coker Block Doc. No. 44NC-4600-0000/M.02/0036/A4 Rev. B

5 Adequate ventilation shall be maintained in control room, with a minimum of 5 to 6 air


changes per hour.

6 Smoke detector system shall be provided for control room at suitable location.

7 Portable emergency lights should be provided.

8 Portable gas detectors shall be located in control room to check air in flow quality
whenever required.

9 Separate supply and return air ducting shall be provided.

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.

13 Positive pressurization of 6 mmWC shall be maintained where specifically called for by


modulation of fresh air, relief and return dampers.

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.

16 Following first aid equipments shall be provided.


1 First aid kit, breathing apparatus, fire blankets.
2 Hand operated extinguishers (Halon/ equivalent).
3 CO2 fire extinguishers for substation building and office area.
4 Flameproof torches, water-jet blankets.

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

Page 130 of 724


CPCL – Chennai PART-III Section
SCOPE OF WORK FOR MECHANICAL /ROTARY B.4.1
44NC - 4600 Sheet 10 of 13
LSTK-1 Coker Block Doc. No. 44NC-4600-0000/M.02/0036/A4 Rev. B

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

Page 131 of 724


CPCL – Chennai PART-III Section
SCOPE OF WORK FOR MECHANICAL /ROTARY B.4.1
44NC - 4600 Sheet 11 of 13
LSTK-1 Coker Block Doc. No. 44NC-4600-0000/M.02/0036/A4 Rev. B

4.0 Wet Gas Compressor (86-K-01):

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.

5.0 Air compressor (87-K-01A/B)

Air compressor shall be as per the IS/6206 or equivalent standard.


Engineering and supply of equipment with necessary instrumentation as required, Inspection,
testing, erection and commissioning, mechanical 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.

8.0 Ejector/Eductor: Engineering and supply of equipment with necessary instrumentation as


required Inspection, testing, erection and commissioning, mechanical guarantee, spares,
documentation as required, painting, insulation as applicable.

9.0 Coke handling and Crushing system:

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

Page 132 of 724


CPCL – Chennai PART-III Section
SCOPE OF WORK FOR MECHANICAL /ROTARY B.4.1
44NC - 4600 Sheet 12 of 13
LSTK-1 Coker Block Doc. No. 44NC-4600-0000/M.02/0036/A4 Rev. B

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

Page 133 of 724


CPCL – Chennai PART-III Section
SCOPE OF WORK FOR MECHANICAL /ROTARY B.4.1
44NC - 4600 Sheet 13 of 13
LSTK-1 Coker Block Doc. No. 44NC-4600-0000/M.02/0036/A4 Rev. B

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

Page 134 of 724


CHENNAI PETROLEUM CORPORATION LIMITED
MANALI REFINERY

LSTK -1 – COKER BLOCK : DELAYED COKER UNIT / LPG CFC TREATING UNIT

PART : I

SECTION : 8

TITLE: MANDATORY SPARE LIST

DOCUMENT NO: 44NC-4600-0000/N.02/0028/A4

0 21.04.10 91 Issued for FEED RB RPG BBD

Rev Issue Date Pages Rev Description Prepared Checked Approved


No.
By By By

Page 135 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 2 of 91

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

Page 136 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 3 of 91

1.0 CENTRIFUGAL HORIZONTAL PUMP (MULTISTAGE)


Equipment Item Number: ______________ Total No. of Units Installed:____________
S.No. Part Description Quantity Required Quoted
(Based on No. of (Yes/No/
Installed Units) Not Appl.)
1 2 3 4 5 6 7
MECHANICAL
Pumps
A Mandatory spares
1 Set of Case Wear rings 1 1 2 2 2 2 2
2 Set of Impeller Wear rings 1 1 2 2 2 2 2
3 Set of Intermediate bushings 1 1 2 2 2 2 2
4 Set of Balance Drum sleeve(Bushing) 1 1 2 2 2 2 2
Set of Mechanical Seals along
with Shaft sleeves under seals with gland
plates for Cartride seals/without gland plate for
5 other seals(DE+NDE) 1 2 2 2 3 3 3
6 Set of Labyrinths for bearing housing(If fitted) 1 2 3 3 3 3 3
7 Set of bearing guards 1 2 3 3 3 3 3
Set of Gaskets, O-Rings(Except for
8 Mech.seal) 1 2 2 2 3 3 3
9 Set of Bearings(NDE)-Hydrodynamic type 1 1 2 3 3 3 3
10 Set of Bearings(DE)-Hydrodynamic type 1 1 2 3 3 3 3
11 Set of Thrust Bearings-Hydrodynamic type 1 1 2 2 2 2 2
Complete coupling assembly with finished
12 bore 1 1 1 1 1 1 1
13 Set of drive gears for Main Oil Pump(If fitted) 1 1 1 1 1 1 1
B Additional Spares for Axially Split Pumps
Complete Rotor assembly dynamically
balanced
1 including balance drum 1 1 1 1 1 1 1
2 Set of Interstage bushings 1 1 1 1 1 1 1
3 Set of Balance Drum sleeve(Bushing) 1 1 1 1 1 2 2
Additional Spares for Radially Split Double
C Case Pumps
Complete replaceable inner -case element
consisting of all
1 rotating & stationary hydraulic elements 1 1 1 1 1 1 1

Page 137 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 4 of 91

S.No. Part Description Quantity Required Quoted


(Based on No. of Installed (Yes/No/
Units) Not Appl.)
1 2 3 4 5 6 7
Lube Oil Pumps Rotary (Main + Stand
by)
1 Complete bare Main Pump assembly 1 1 1 1 1 1 2
2 Complete bare Stand by pump assembly 1 1 1 1 1 1 2
3 Set of Mechanical seal for Main Pump 1 2 2 2 2 3 3
Set of Mechanical seal for Stand by
4 Pump 1 2 2 2 2 3 3
5 Coupling for Stand by Pump 1 1 1 1 1 2 2
6 Couping for Main Oil Pump 1 1 1 1 1 2 2
Lube Oil filter cartridge with set of
7 gaskets 4 6 6 8 8 10 10
Set of Gaskets and O rings for Lube Oil
8 coolers 1 2 2 2 4 4 5
9 Lube oil cooler tube bundle 1 1 1 1 1 1 1

ELECTRICAL
LV Motor

1 Set of Bearings (NDE+DE) 1 1 2 3 3 3 3


2. Set of Cooling Fans 1 1 1 1 1 2 2
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

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:

Page 138 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 5 of 91

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.

Page 139 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 11 of 91

4.0 CENTRIFUGAL PUMPS (HORIZONTAL) ONE/TWO STAGES


Equipment Item Number: __________________ Total No. of Units Installed :
___________________
S. Part Description Quantity Required Quoted
No. (Based on No. of Installed (Yes/ No./
Units) Not Appl.)
1 2 3 4 5 6 7
MECHANICAL
PUMP
A Mandatatory spares
1 Set of Impellers(Full Dia) 1 1 1 1 1 2 2
2 Shaft with Keys 1 1 1 1 1 2 2
3 Set of Interstage Shaft Sleeves 1 1 1 1 1 2 2
4 Set of Case Wear rings 1 1 2 3 3 3 3
5 Set of Impeller Wear rings 1 1 2 3 3 3 3
Set of Gaskets & O rings(Except for
6 Mech. Seal) 2 4 6 8 8 8 8
7 Set of Interstage bushings 1 1 1 1 1 2 2
Set of Mechanical Seals along
with Shaft sleeves under seals with
gland plates for Cartride seals/without
8 gland plage for other seals(DE+NDE) 1 1 2 2 3 3 3
9 Set of Labyrinths for bearing housing 1 2 2 3 3 3 3
10 Set of bearing guards 2 2 3 4 4 4 4
Set of Bearings(NDE)-Hydrodynamic
11 type 1 1 2 3 3 3 3
12 Set of Bearings(DE)-Hydrodynamic type 1 1 2 3 3 3 3
Set of Thrust Bearings-Hydrodynamic
13 type 1 1 1 2 2 2 2
Complete coupling assembly with
14 finished bore 1 1 1 1 1 2 2

Page 140 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 12 of 91

4.0 CENTRIFUGAL PUMPS (HORIZONTAL) ONE/TWO STAGES


Equipment Item Number: __________________ Total No. of Units Installed :
___________________
S. Part Description Quantity Required Quoted
No. (Based on No. of Installed (Yes/ No./
Units) Not Appl.)
1 2 3 4 5 6 7
ELECTRICAL
LV Motors
1 Set of Bearings (NDE + DE) 1 1 2 3 3 3 3
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

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.

Page 141 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 67 of 91

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.

26.0 TOOLS & TACKLES

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:

1. Alignment kit for centrifugal compressor with fixture and 1 Set


precision dial gauge.
2. Hydraulic bolt tightening bolt wrench. 1 No.
3. Any other Special Tools which in opinion of supplier are
required including set of non-sparking tools
4. Hydraulic pullers (bearing / coupling) 1 no.
5. 3 T wheel-mounted trolleys 4 no.
0
6. 3 T manual operated mobile crane (360 swing) 2 no.
7. Non-sparking spanners open-end and ring set --- Full set-up 46 mm including
hammers.

Page 142 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 68 of 91

26.2.2 Special tools


26.2.2.1 Following minimum tools shall be supplied by EPCC Contractor:

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.

Page 143 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 69 of 91

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

1. Testing equipment required for testing/setting etc.

2. Relay testing kit (for GT) 1 Set.


E. Any other special tools which in opinion of supplier 1 set
are required including set of non-sparking tools

26.3 General purpose maintenance tools


1. General Maintenance Tools 1 set
2. Set of open spanners 1 set
3. Set of box spanners 1 set
4. Allen heads with ratchet 1 set
5. Torque wrench 1 no
6. Slings, D shackles
7. Dial gauges digital 1 no
8. Callipers inside 12", outside 12" 1 set
each
9. Vernier calliper 12" digital 1 no.

26.4 Diagnostic tools


1 Portable vibration analyser

2 Portable Bearing temperature indicator


3 Lube oil test kit for viscosity / specific gravity
4 Temperature calibrator

Page 144 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 70 of 91

27.0 GENERAL NOTES

27.1 MANDATORY SPARE PARTS LIST


Mandatory spares, which are listed, shall be quoted and the price of the same shall be
included in the lump sump price. As soon as these spares are received at site, the same
shall be inspected by PMC, Owner, EPCC and the same shall be handed over to owners
O&M stores.

27.2 O&M SPARES


Bidder shall submit an exhaustive list of all spare parts with unit rate recommended for
the normal operation of the plant for 2 years. Owner would review and select the parts
from this list. The bidder shall also furnish necessary section, part list, catalogues for all
items of mechanical, electrical and instrumentation etc with ordering information.

27.3 ERECTION & COMMISSIONING SPARES


Contractor shall ensure adequate supply of all spares including consumables as
conceived by him for successful erection and commissioning of the plant till handing
over. The price of the same shall be included in the lump sump price.

27.4 CONSUMABLES
All consumables shall be supplied and replenished by EPCC upto handing over of the
entire plant.

27.5 This list is applicable to individual items in packaged equipment also.

Page 145 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 71 of 91

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

3 Magnetic oil level gauge with 1 set of contacts 1 Set

4 Oil temp. indicator with A/T contacts 1 Set

5 Double float Buchholz relay 1 Set

6 Explosion vent diaphragm 1 Set

7 Silica gel breather 25%

8 Valves 25% for each size

9 Winding temp. indicator with A/T contacts 1 Set

10 Neutral CT One set

11 Set of fuses / MCB of each rating for MB cubicles. 20% for each rating of fuse

B. H T Switchboard (One set of spares per switchboard)


1 Spare breaker 1 No. for each rating

2 Spring charging motor 10%

3 Closing coils 10 % (1 No.min.) for each


rating
4 Shunt Trip coil 10 % ( 1 No. Min.) for each
rating
5 Bus support insulator 5%

6 Control fuses (all types & ratings) 20 %

7 Indicating lamps 20 % (min. 3 Nos)

8 Indicating lamps covers 5 nos of each colour

9 Limit switch for spring charging motor 5%

10 Breaker control switch 10%

11 Auxiliary switch 10%

Page 146 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 72 of 91

Sr. Quoted:
No.
Part Description Quantity Required Yes/No/Not
Applicable.
12 Push buttons 5%

13. Anti Pumping contactor 5%

14 Meter of each type 1 No.

15 Vacuum bottles 12 No.s each rating

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

19 Panel operating switches (all types) One No of each type

20 Panel Operating switches knob Three Nos of each type

21 Male pads One set each for all types

22 Breaker limit switches & interlocking switches 10% each type

23 Panel gasket 1 Set

24 Panel door keys 2 No.s

C. L V Switchgear (One set of spares per switchboard)


1 ACB: (following spares shall be provided) 1 Set / Rating
Arcing contact (fixed)
Arcing contact (moving)
Spring charging motor
6 way SIC block
2 Panel limit switches & interlocking switches 10% each type

3 Power / control fuse links (all types & ratings) 20% for each type & rating

4 Contactors 1 No. for each rating

5 Auxiliary Contactors 1 No. for each rating

6 Overload relays 1 No. for each rating

7 Push button unit 5%

8 Indicating lamps 20 % with min. 3 Nos

9. Indicating lamps covers 3 nos of each colour

10 Control terminal block 5%

11 Meter of each type 1 No.

Page 147 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 73 of 91

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.

15 Closing coils 10 % (1 No.min.) for each


rating
16 Shunt trip coil 10 % (1 No.min.) for each
rating
17 Panel operating switches (all types) One No of each type

18 Panel operating switches knob Three Nos of each type

19 All protection relays & Auxiliary relays One No. of each type

20 Male pads One set each for all types

21 Breaker limit switches & interlocking switches 10% each type

22 Gasket One set

23 Door keys 3 Nos

24 Control connectors 5 set each for all types

25 ACB (each type and rating) One No. each

D. Lighting Fixtures (One set of spares for each type of lighting fixture)
1 Lighting Fixture of each type 7%

2 Wire guard 5% of each rating

3 External reflectors 5% of each rating & type

4 Spare glass assembly for well glass fixtures 5%

5 Neoprene gasket 25% for each type of


gasket
6 Control gear components like capacitor, fuses etc. 1 Set / Rating

7 Bulbs / Lamps 10 % of each Wattage


rating
E. UPS (One set of spares for each rating of UPS)
1 SCR of all types & ratings 10% with min. 1 No. for
each type & rating
2 IGBT of all types & ratings 10% with min. 1 No. for
each type & rating

Page 148 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 74 of 91

Sr. Quoted:
No.
Part Description Quantity Required Yes/No/Not
Applicable.
3 PCBs of all types 1 Set

4 Control fuses 20% for each rating of fuse

5 Power fuses 20% for each rating of fuse

6 Switching module with static switch 1 Set

7 Power supply card 1 Set

8 Operating console card / control logic card 1 Set

9 Cooling fans 1 Set

10. Indicating Lamps 10% with min three nos

11. Indicating Lamps covers 2 nos of each colour

F. Variable Speed Drives (One set of spares for each rating of VSD)
1 Rectifier Control Module 1 Set

2 Thyristor module 1 Set

3 Inverter control unit 1 Set

4 IGBT driver card 1 Set

5 IGBT 10% with min. 1 No. for


each rating of IGBT
6 PCB of each type 1 No.

7 All fuses 20% for each rating of


fuse.
8 Control cards One set

9 Power supply card One set

10 Relays 10% with min. 1 No. for


each type of relay
11 Contactors 10% with min 1 No. for
each rating of contactor
12 CT / PT One No. for each type &
rating
13 Cooling fans One set

14 Limiters & protection devices One set

15 Indicating lamps 20% with Min. 3 Nos

16 Indicating lamps covers 2 nos of each colour

Page 149 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 75 of 91

Sr. Quoted:
No.
Part Description Quantity Required Yes/No/Not
Applicable.
G. HMI System
1 Processor Module 50%

2 Digital Input Modules 10%

3 Digital output modules 10%

4 Analog Input modules 10%

5 Power supply unit 1 No.

6 Control cards / Isolation transformer 1 Set

7 Interposing relays subject to a minimum of 5 10% of estimated qty


nos of each type and make
8 Forced cooling fan(if provided) 1 Set

H. SOFT STARTERS (One set of spares for each rating of Soft Starters)
1 Power board 1 Set

2 Snubber circuit 1 Set

3 Current transformer 1 No. for each rating of CT

4 I option card (power factor improvement card) 1 No

5 Fan assembly 1 Set

6 Controller board & Thyristor unit 1 Set

I. BATTERY (One set of spares for each type & rating of Battery)
1 Complete Battery cell 5 Nos

2 Vent plugs per set 5 Nos

3 Acid level indicator (float) per set 5 Nos

4 Inter cell connector per set 5 Nos

5 Nut , bolts and washer per set 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

2 SCR controller card for float cum boost charger 1 Set

3 Bridge SCR for float charger 10% with min. 1 No. for
each rating of SCR

Page 150 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 76 of 91

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.

8 Filter condenser 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

12 Load break contactor 1 No.


13 Contactor coil 1 No.
14. Dropper Diodes 10% of each rating (min
2 nos)
15. Push button 10% of each rating (min
2 nos)
16. Panel operating switches 10% of each rating (min
1 no)
K. HT CAPACITOR BANK (One set of spares for each rating)
1. Capacitor unit 3 nos

2. Capacitor Fuses of each rating 5 nos

3. Discharge Resistor 3 nos

4. APFC Relay 1 no

L DG SET
1 Lube oil filter 10 Nos.

2 S.L.O by pass filter 10 Nos.

3 Fuel filter 10 Nos.

4 Air cleaner element 2 Nos.

5 Diodes-Forward 3 Nos.

Page 151 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 77 of 91

Sr. Quoted:
No.
Part Description Quantity Required Yes/No/Not
Applicable.
6 Diodes-Reverse 3 Nos.

M. LOCAL CONTROL STATIONS

1 CNT switch knob 10% (1 No. min.)

2 Auto / Manual switch knob 10% (1 No. min.)

3 Terminals 10%

4 Push buttons 10% of each type (Min. 2


Nos.)
N. PLANT COMMUNICATION SYSTEM

1 FCS 10 % (1 No.min.) for each


type
2 Loudspeaker 10 % (1 No.min.) for each
type
3 Beacons 10 % (1 No.min.) for each
type
4 Junction boxes Industrial and Flameproof 10 % (1 No.min.) for each
type
5 Communication module 10 % (1 No.min.) for each
type
6 Amplifier module 10 % (1 No.min.) for each
type
7 Power supply unit module 10 % (1 No.min.) for each
type
8 Processor module 10 % (1 No.min.) for each
type
9 Interface module 10 % (1 No.min.) for each
type

Page 152 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 78 of 91

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.

Page 153 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 79 of 91

Sr.No. Part Description Quantity Required Quoted–


yes/no /not
applicable
1.7 Displacer Type Level a) Displacer and chain for each transmitters
Transmitters
b) 10% (subject to minimum of 1) of Head
assembly for each type, range and make ,
whichever is higher
c) 20% (subject to minimum of 1) of torque
tube, pull rod, gasket spindle for mechanical
zero adjustment, whichever is higher
1.8 Servo Type Level Gauges A) 10% or minimum one number of each type
of electronic card whichever is higher
B) 10% or minimum one number of each type
of displacer whichever is higher
C) 10% or minimum one number of local
indicators, which ever is higher.
1.9 Ultrasonic / Radar A) 1 pair probe for each flow instrument & 1
instrument probe / antenna for each level instrument
B) 1 number electronic card of each type
C) 2 number fuses of all types
1.10 Capacitance/RF type 10% or minimum one number of each type of
instruments electronic cards of each type whichever is
higher.
1.11 Temperature Elements 20% (subject to minimum of 1) of each type,
range, length and make of Thermocouple
with Thermowell, whichever is higher. Same
philosophy to be followed for multi point
thermocouples also but without thermowell.
1.12 RTD’s 20% (subject to minimum of 1) of each length
of RTD with Thermowell, Whichever is
higher.
1.13 Skin Type Thermocouple 10% (subject to minimum of 1) of each length
& type of skin Thermocouple, whichever is
higher.
1.14 Ceramic Thermowell 1 no. for each Tag.

1.15 Temperature transmitters Same as Para 1.5.

Page 154 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 80 of 91

Sr.No. Part Description Quantity Required Quoted–


yes/no /not
applicable
1.16 Variable Area Flowmeter 20% or minimum one no. float & set of
(Rotameters) Packing for each type, size, rating and
material, whichever is higher
1.17 Averaging Pitot Tube Set of Gasket, O-ring, Packing for Retract
Mechanism and one no. Needle Valve with
each Pitot Tube.
1.18 Mass Flow Meter (Coriolis A) Power fuses 6 no. per set
and Thermal ) B) 10 % of Sensor Assembly or minimum 1
one.
C) 10% or minimum one number of each type
of electronic cards whichever is higher
D) 10 % or minimum 1 No. of Display module.
1.19 Vortex Flow Meter A) One set of gasket and Packing for each
type and Size
B) 10% or minimum one number of each type
of electronic cards whichever is higher
1.20 PH & conductivity A) Electrode - 10 % or minimum 2 nos
Transmitter
B) PCB Transmitter – 10 % or minimum 1 no.
C) Power PCB –10 % or minimum 2 nos.

D) PH preamplifier card – 10 % or minimum 2


nos.
2 IN-LINE INSTRUMENTS
2.1 Control Valves A) 10 % or minimum 2 nos of each type, size,
rating of Trim set consisting of seat, seat ring /
seal ring, plug with stem, cage (wherever
applicable), packing material.
B) 20% (subject to minimum of 1) of
Positioners (Smart or pneumatic) with links of
each type and make, whichever is higher.

Page 155 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 81 of 91

Sr.No. Part Description Quantity Required Quoted–


yes/no /not
applicable
C) 15% (subject to minimum of 1) of
Diaphragm, Actuator spring of each type/
range, whichever is higher
D) 20% (subject to minimum of 1) of Air filter
regulators of each make, whichever is higher
E) 10% (subject to minimum of 1) of Bonnet
Gaskets/gland packing, piston O-rings,
bearing & liner(of butter-fly valves) ( for all
types of valves )
F) 10% (subject to minimum of 1) of any
special accessories provided along with the
control valve like boosters, position
transmitters (wherever applicable), proximity
switches, I/P converters etc whichever is
higher.
2.2 Shutdown Valves A) 20% (subject to minimum of 1) of Air filter
regulators, whichever is higher
b) Seal kit consisting of O rings, gaskets, etc.
against each valve.
c) 20% (subject to minimum of 1) of proximity
switches, whichever is higher
d) 20% (subject to minimum of 1) of solenoid
valves of each type, whichever is higher.
e) 20% of seal kit consisting of Plunger
assembly, Coil, O-rings shall be provided for
solenoid valves.
f) 10% (subject to minimum of 1) of
accessories like quick exhaust valves and
temperature dependent fuses, whichever is
higher
2.3 Pressure Relief Valves

A) Disc 10% of total quantity of identical pressure


relief valves or minimum one number
whichever is higher

Sr.No. Part Description Quantity Required Quoted–


yes/no /not

Page 156 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 82 of 91

applicable

B) Expansion Bellow 20% of total quantity of identical pressure


relief valves or minimum one number
whichever is higher
C) Spring 10% of total quantity of identical pressure
relief valves or minimum one number
whichever is higher
D) Gasket Set 20% of total quantity of identical pressure
relief valves or minimum one number
whichever is higher
2.4 Pressure control Valve A) Repair kit consisting of (orifice, plug,
(Self actuating valve) spring, gasket, diaphragm, O-ring for each
valve.
B) 20 % or minimum 2 nos of each type/size,
rating etc. of Trim set consisting of seat, seat
ring / seal ring, plug with stem, cage
(wherever applicable), packing material for
each valve to be provided as spare.
2.5 PRDS & De-superheater Same as those of Control Valves and Shut
unit Down valves and additionally
A) Gaskets for actuator per unit.
B) Gaskets for valve and connections per
unit (if such gaskets are special and
supplied by PRDS/De-Superheater
vendor )
C) Spray nozzle per unit.

2.6 Breather Valves 1 Set of seal kit for each valve.

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)

3.1 O2 Analyser a) Furnace Assembly – 1

Sr.No. Part Description Quantity Required Quoted–


yes/no /not

Page 157 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 83 of 91

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

3.2 Methane Analyser a) Rings and gasket – 2 set of each type


(Infrared )
b) Sensor and Detector - 1 no.
c) Rotameter - 1no.
d) Pressure Control Valve - 1no.
e) Fuses - 5 sets
f) Electronic card - 1no.
g) Other Aux. Cards – 1 each
h) Processor card and other electronic - 1no.
Each
3.3 Moisture Analyser a) Sensor and detector –1 no.
b) Electronic card – 1 no. each type
c) Fuses – 5 sets
d) Flow indicator & switch – 1 no.
3.4 Hydrogen Analyser a) Rings and gasket – 2 set of each type
b) Sensor and Detector - 1 no. with each
analyser
c) Rotameter - 1no.
d) Pressure Control Valve - 1no.
e) Each type/rating of Fuses - 5 sets
f) Electronic card - 1no. with each analyser
g) Other Aux. Cards – 1 each
3.5 H2S Analyser a) Cadmium lamp - 2 nos.
b) Cell window - 2 nos.
c) Window gasket – 10 nos.
d) Air regulator - 1no.

Page 158 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 84 of 91

Sr.No. Part Description Quantity Required Quoted–


yes/no /not
applicable
e) Seal kit fro ball valve - 4nos.
f) Kit-o-ring - 2 sets
g) Seal kit, Air act. - 2no.
h) Fuse - 5 Set each
I) Relay - 1 set each
j) Display Board – 1no.with each analyser
k) Processor Board -2no.
l) Other Cards - 2each
3.6 CO + CO2 Analyser a) Fuses – 1 set of each type
b) Ring - 2 sets of each type
c) Mother board –2 nos.
d) Filter assembly band pass with guard – 2
no.
e) Filter – 1 set of each type
f) IR/UV Lamp – 2 nos.
g) Other cards – 1 each
h) Detector heaters – 1 each
3.7 SOx / NOx Analyser a) Filter of each type – 2 sets
b) Critical orifice – 1 no.
c) Vacuum pump / Ejector – 1 no.
d) Ring set – 1 no. each
e) Processor / Mother board – 2 nos.
f) Display board – 2 nos.
g) Optical bench – 1 no.
h) Filter detector – 2 nos.
i) Fuses – 1 set of each type
j) Other cards –1 each
k) Ozonaotor –1
l) Cuvette –2 nos
m) chopper motor – 1 no.
n) Dessican & flow sensor – 1 no. each
3.8 Chromatograph a) Filter. – 2 sets
b) Display Board –1 no.
c) Processor Board –1 no.
d) Chromatograph Column

Page 159 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 85 of 91

Sr.No. Part Description Quantity Required Quoted–


yes/no /not
applicable
e) Solenoid valve (10% subject to minimum of
1 of each type

Sample Conditioning a) Complete sample kit for sample pumps


system inclusive of 'O-ring, Seal ring, Diaphragm
applicable for all etc. - 1 set
analysers
c) Flow switch -1 no.-
d) Vaporization system if required, which
includes vaporizer, thermostat, electrical
tracing cable and heater etc. – 1 set
e) Cooling system if required, which includes
one cooler, flow conditioning system etc., - 1
set.
f) Probe Filter – 2 Nos.
i) Probe Tube – 2 Nos.
j) Probe heater & Temp. sensors – 2 nos.
3.9 Sampling systems For various instrument types used in sampling
systems, spares philosophy shall be as per
this document.
4 DCS , PLC and SCADA These spares are in addition to 20% installed
spares
A) Modules 5% or minimum 2 modules of each type
(processor module, I/O module,
communication module, power supply module
etc.) being used inclusive of those used in
consoles. This shall include spare modules
for hardwired instruments also.
10 % or minimum 2 nos. of Safety Barriers,
Signal Converters, Trip Amplifiers etc.
20% or minimum one no. of each type of
Fuses, MCB’s, Auxiliary relays.
2 Nos. of bulk power supply unit of each rating
10 % or minimum 2 nos. of communication
system components such as hubs, switches,
routers, etc. whichever is higher
S.No. Part Description Quantity Required Quoted–
yes/no /not

Page 160 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 86 of 91

applicable

B) PCs one no PC of latest version to be supplied as


spare
5% or minimum 1 no. of Disks, disk drives,
CRT, switches, lamps, push buttons, etc.,
whichever is higher
C) Consumables Consumable spares including Laser printer
cartridges, Paper or any other consumable
items supplied along with the system required
for a minimum of 6 months duration after
system acceptance.
5 OTHER ITEMS

5.1 Snubber, Syphons, Gauge 10% (subject to minimum of 1) of each item


Saver, etc. used, whichever is higher
5.2 Loop powered indicators 20% (subject to minimum of 2) of Loop
powered indicators used, whichever is higher
5.3 Solenoid Valves 20% or minimum 2 nos. of solenoid valves of
each type used.
5.4 MCT Block 10% of each type of MCT Block used.

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.

C) Lens with zoom – 1 no.

D) Water tank with tube, bracket – 1 no.

E) Receiver and drive – 1 no.

F) Keypad including joy stick – 1 no.

Sr.No. Part Description Quantity Required Quoted–


yes/no /not

Page 161 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 87 of 91

applicable

7 Machine Monitoring A) 10 % or minimum 2 nos of each type of


System probes (vibration, speed, displacement etc.)
and transducers/ proximator/ extension
cables/connector protective sleeves etc.
B) Electronic modules / cards : 10% or
minimum 1 no. of each type, whichever is
higher
C) portable, offline measurement kits : 1

D) monitor units : 10% or minimum 1 no. of


each type, whichever is higher
E) TDxNet cards : 1 set of each type used
8 Gas detection system Sensors : 20% or minimum 2 sets of each
type, whichever is higher
Electronic cards / modules : 10% or
minimum of 1 set of each type used,
whichever is higher

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.

5 Next rounded figure to be considered wherever % is specified.


Example: For total 11 Nos. Instruments with 10% spares basis, 2 Nos. spares shall be
provided.

30.0 PIPING

Page 162 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 88 of 91

Sr. No. Part Description Quantity required Remarks


% of As built
1a Pipes And Fittings (½ “ To 1½”) 2 Note-2
1b Pipes And Fittings (2“ To 8”) 2 Note-2
1c Pipes And Fittings (10“ To 36”) 2 Note-2
1d Pipes And Fittings (Above36”) Nil
2a Valves And Flanges (½ “ To 1½”) 2 Note-3
2b Valves And Flanges (2”To 4”) 2 Note-3
2c Valves And Flanges (6”To 8”) 2 Note-3
2d Valves And Flanges (10” & Above) Nil Note-3
3 Bolts, Nut And Gaskets (All Sizes) 10 Note-5
4 Steam Traps (All Sizes) 2
5 Expansion Bellows (All Sizes) 100

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.

Page 163 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 89 of 91

COLUMNS, REACTORS, VESSELS

S. No. Part Description Quantity Required


1. Bolts/studs and nuts for each nozzle with blind / companion 10%
flange of each size/ type
2. Gaskets for each nozzle with blind / companion flange of 400%
each size/ type
3. Mechanical seal for each mixer / mixer assembly 1 set
4. Bolts/studs and nuts for internal flanges of each size / type 10%
5. Gasket for each internal flange of each size / type 2
6. Bolts, nuts, clamps, spacers for demister / coalescer of each 10%
size/type
7. Gasket for each Manhole 400%

SHELL AND TUBE EXCHANGERS

S. No. Part Description Quantity Required


1. Gaskets (each type) for nozzles with B.F., companion 400%
flanges, tube sheet / girth joints of each size/ type
2. Bolts/studs and nuts for nozzles with B.F., companion 20% (Min.4 studs and 8
flanges, tube sheet / girth joints of each size/ type nuts per joint)

Page 164 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 90 of 91

AIR COOLERS

S. No. Part Description Quantity Required


1. Gasket for header cover and nozzles 400%
2. Gaskets for plugs 200%
3. Plugs 20%
4. Bolts/studs and nuts for nozzles with B.F., 20%
companion flanges and cover plate of each
size/ type
5. Diaphragm Actuator with positioner for 20% (Min 1 set)
each type of auto variable pitch fan (for
Moore fans)
6. Set of blades for each size / type of fan 10% (Min 1 set)
7. Variable Speed Drives (One set of spares
for each rating of VSD)
8. Rectifier Control Module 1 Set
9. Thyristor module 1 Set
10. Inverter control unit 1 Set
11. IGBT driver card 1 Set
12. IGBT 10% with min. 1 No. for each rating of IGBT
13. PCB of each type 1 No.
14. All fuses (Power & Control) 20% or 1 Min for each rating of fuse.
15. Control cards One set
16. Power supply card One set / 1 No. of each type and rating
17. Relays 10% with min. 1 No. for each type of relay
18. Contactors 10% with min 1 No. for each rating of
contactor
19. Man machine interface One set
20. CT / PT One No. for each type & rating
21. Cooling fans One set / 1 no. of each rating
22. Limiters & protection devices One set
23. Indicating lamps 20% with Min. 3 Nos.
24. Set of Blades for each size/type of fan 10% (min. one set)
Induction Motors (37kW and above)
1. Bearing set (DE & NDE) 1 no. for each type
2. Terminal studs / bushing assembly 1 no. for each type
3. External cooling fans 1 no. for each type
4. DE / NDE end shields 1 no. for each type

Page 165 of 724


Jacobs
CPCL, Chennai MANDATORY SPARES LIST PART- I
LSTK –I : Coker Block SECTION- 8
44NC-4600 Doc. no. 44NC-4600-0000/N.02/0028 Page 91 of 91

TRAYS AND TOWER INTERNALS

S. No. Part Description Quantity Required


1. Bolts / Nuts of each size/ type 10% of total for each size (minimum 10 nos. of
each size/type)
2. Clamp assemblies 10% of total for each type and size (minimum 10
nos. of each size)
3. Valves for trays 5% of each type
4. Gasketing or tapes 100% of each type and size
5. Sealing foils for cartridge trays 200% of each size
6. U-clamps 10% of each type and size or 10 nos. whichever
is minimum.
7. Tower Packings 10% for Metallic and Plastic Packings
15% for Carbon and Ceramic Packings

Page 166 of 724


Page 1 of 6

CHENNAI PETROLEUM CORPORATION LIMITED


MANALI REFINERY

LSTK-1 : COKER BLOCK : DELAYED COKER UNIT & LPG CFC TREATING UNIT

PART : III
SECTION : B.11

TITLE: SPARE PARTS, SPECIAL TOOLS, CONSUMBLES,


CHEMICALS AND PACKING

DOCUMENT NO.: 44NC-4600-0000/N.02/0031/A4

A 04.05.10 06 Issued for FEED RB RPG BBD

Rev No. Issue Date Pages Rev Description Prepared By Checked By Approved By

Page 167 of 724


Jacobs
CPCL, Chennai Spare Parts, Special Tools, Consumables, PART- III
LSTK-1: Coker Block Chemicals And Packing SECTION- B.11
44NC-4600 Doc. no.: 44NC-4600-0000/N.02/0036 Page 2 of 6

TABLE OF CONTENTS

1.0 GENERAL 3

2.0 COMMISSIOINING SPARES 3

3.0 MANDATORY SPARES 4

4.0 VENDOR’S LIST FOR SPARE PARTS 4

5.0 OPERATION AND MAINTENANCE SPARES 4

6.0 WAREHOUSE SPARES 5

7.0 SPECIAL TOOLS AND TEST EQUIPMENT 5

8.0 CONSUMABLES, CHEMICALS AND PACKING 5

9.0 OPERATING OILS, LUBRICANTS, PROTECTIVE 6


COATINGS AND OTHER OPERATING SUPPLIES AND
CONSUMABLES

Page 168 of 724


Jacobs
CPCL, Chennai Spare Parts, Special Tools, Consumables, PART- III
LSTK-1: Coker Block Chemicals And Packing SECTION- B.11
44NC-4600 Doc. no.: 44NC-4600-0000/N.02/0036 Page 3 of 6

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.

2.0 COMMISSIONING SPARES

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.

Page 169 of 724


Jacobs
CPCL, Chennai Spare Parts, Special Tools, Consumables, PART- III
LSTK-1: Coker Block Chemicals And Packing SECTION- B.11
44NC-4600 Doc. no.: 44NC-4600-0000/N.02/0036 Page 4 of 6

3.0 MANDATORY SPARES

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.

4.0 VENDOR’S LIST FOR SPARE PARTS

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

5.0 OPERATION AND MAINTENANCE SPARES

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.

Page 170 of 724


Jacobs
CPCL, Chennai Spare Parts, Special Tools, Consumables, PART- III
LSTK-1: Coker Block Chemicals And Packing SECTION- B.11
44NC-4600 Doc. no.: 44NC-4600-0000/N.02/0036 Page 5 of 6

6.0 WAREHOUSE SPARES

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.

7.0 SPECIAL TOOLS AND TEST EQUIPMENT

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.

8.0 CONSUMABLES, CHEMICALS AND PACKING

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.

Following chemical is excluded from Contractors scope of supply:


• MDEA (Amine Generation Unit)

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.

Page 171 of 724


Jacobs
CPCL, Chennai Spare Parts, Special Tools, Consumables, PART- III
LSTK-1: Coker Block Chemicals And Packing SECTION- B.11
44NC-4600 Doc. no.: 44NC-4600-0000/N.02/0036 Page 6 of 6

8.2 Contractor shall summarise all chemicals and consumables requirements showing;

• Initial fill or charge (unit of measure)


• Annual indicated rate of consumption (attrition rates)
• Quantity for initial purchase (and required date)
• Quantities required for process guarantees
• Method of handling with appropriate precautions
• Quantity recommended for operating and back-up supplies
• Method of delivery
• Required date for first operating inventory delivery
• Specifications
• Expiration date for use effectiveness, special storage instructions and environment
conditions hazard to be encountered and any other special remarks.
In preparing the list, Contractor shall identify chemicals, lubricants and consumables,
furnished by Sub-contractor as part of equipment (i.e. packaged units).

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.

9.0 OPERATING OILS, LUBRICANTS, PROTECTIVE COATINGS AND OTHER OPERATING


SUPPLIES AND CONSUMABLES

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.

Page 172 of 724


SPARE PARTS INTERCHANGEABILITY REPORT (SPIR)

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)

INITIAL ORDER QTY


LEAD TIME WEEKS

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

NAME : NAME : NAME : NAME : NAME :

TITLE : TITLE : TITLE : TITLE : TITLE :

SIG : SIG. : SIG. : SIG. : SIG. :


DATE : DATE : DATE : DATE : DATE :

NOTE:- This format isofunder


Page 173 724 development. This is the sample format. Approved format shall be given to vendor later on.
Imbi/SPIR-SPF/03
NOTE:- This format is under development. This is the sample format. Approved format shall be given to vendor later on.

Page 174 of 724


Imbi/SPIR-SPF/03
Page 175 of 724
Imbi/SPIR-SPF/03
Page 176 of 724
Imbi/SPIR-SPF/03
Doc. No. A133-086-16-45-TCL-5025

TECHNICAL COMPLIANCE STATEMENT


(TO BE SIGNED BY VENDOR'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)

I, ON BEHALF OF M/s __________________________ CONFIRM THAT THE PROPOSAL

OF ____________________________ QUOTED BY M/s _____________________________

FOR DELAYED COKER UNIT OF RESID UPGRADATION PROJECT, CPCL, MANALI,

INDIA AGAINST MATERIAL REQUISITION / TENDER/PACKAGE No.

__________________________ IS IN TOTAL COMPLIANCE TO THE SCOPE AS WELL

AS ALL THE TECHNICAL SPECIFICATION AND NO DEVIATION, VARIATION OR

RESERVATION WHATSOEVER HAS BEEN MENTIONED IN THE TECHNICAL OFFER.

IT IS FURTHER AGREED THAT THE TECHNICAL DETAILS FURNISHED IN OUR

OFFER WILL BE REVIEWED BY EIL/CPCL DURING DETAILED ENGINEERING

STAGE AFTER ORDER AND ANY CHANGE REQUIRED TO MEET THE

REQUIREMENTS OF ENQUIRY SPECIFICATION INCLUDING AMENDMENT(S) (IF

ANY) WILL BE INCORPORATED BY US WITHOUT ANY PRICE AND TIME

IMPLICATION.

(SIGNATURE WITH SEAL)

Page 177 of 724


CPCL, CHENNAI PART – II
SECTION: B
BASIC ENGINEERING DESIGN BASIS
44NC4600 Page 9 of 81
Doc No. 44NC-4600-0000/P.02/0001/A4

3.0 PLANT LOCATION

The Unit will be located in the Refinery III Complex of the Manali Refinery. This section
presents brief details.

3.1 Site Location


- State : Tamil Nadu
- Nearest Important Town : Chennai- 15 km
- Nearest Railway : Chennai central - 15 km
- Nearest Port : Chennai port- 13 km
- Nearest Airport : Chennai - 35 km (Meenambakkam airport)

3.2 Source of Water : From Chennai Metropolitan Water Supply &


Sewerage Board and Recycled Water

3.3 Rainy season : October to December

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

Page 178 of 724


CPCL, CHENNAI PART – II
SECTION: B
BASIC ENGINEERING DESIGN BASIS
44NC4600 Page 10 of 81
Doc No. 44NC-4600-0000/P.02/0001/A4

4.0 METEOROLOGICAL DESIGN DATA

4.1 Refer Engineering Design Basis for complete details of meteorological design data. This
section presents relevant data towards preparing process-engineering specifications.

Sl# Parameter Minimum Normal / Maximum /


Average Design
(A) METEOROLOGICAL DATA
1 Elevation above mean sea level, m 3.5
2 Barometric pressure, mbar
3 Ambient temperature, °C tmin =18 tnor = 35 tmax =45
4 Relative humidity, % @ tmin @ tnor 80% @ tmax
5 Rainfall data (mm) (a) for 1-hour period 100
(b) for 24-hour period 450
6 Wind data (a) wind velocity 180 km/hr (as
per IS:875
Part-III).

North East &


(b) wind direction South West
(B) DATA FOR EQUIPMENT DESIGN
1 Design dry bulb temperature, °C 38
2 Design wet bulb temperature, °C 29
3 Low ambient temperature for MDMT, °C NA
4 Design air temperature for air cooled exchangers 40
where followed by water cooling, °C
5 Design air temperature for air cooled exchangers 42
where not followed by water cooling, °C
6 Coincident temperature and relative humidity for Air Blower / Air 80 % at 45 o C
Compressor design.
7 Min. Design temperature for equipment 65 o C

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

Page 179 of 724


Page 180 of 724
CPCL, CHENNAI PART – II
SECTION: B
BASIC ENGINEERING DESIGN BASIS
44NC4600 Page 16 of 81
Doc No. 44NC-4600-0000/P.02/0001/A4

Figure - 6.1
Typical cooling water piping and instrumentation at heat exchangers

PSV
1” 1”

S In CW return line globe


TI valve will be provided upto 8”
SS and above this gate valve will
½”X¾” ¾”LO be provided.
CW RETURN

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

Page 181 of 724


CPCL, CHENNAI PART – II
SECTION: B
BASIC ENGINEERING DESIGN BASIS
44NC4600 Page 17 of 81
Doc No. 44NC-4600-0000/P.02/0001/A4

Table-6.2A: Water Quality C C

l Parameter DM BFW Cooling Cooling


Water Water make Water
up

PH 6.8-7.2/8.3-8.5 8.5-9.5 7.2 - 7.5 7.3 - 7.8


Turbidity, NTU Nil <2 <=30
Total suspended solids, < 10 mg/l <=30 mg/l
Total dissolved solids, 850-1050 mg/l 2500-3000
mg/l
Conductivity micro mho/cm < 0.3 at 25oC 0.3 max at 250C 1300-1500 at <=5000 at
250C 250C
Mo Alkalinity,
Ca Hardness as CaCO3, 140-200 mg/l 500-750 mg/l
Total Hardness as CaCO3, Nil mg/l Nil ppm 250-360 mg/l 850-1000
mg/l
Total cation/anion asCaCO3,
Total Silica as SiO2, < 0.02 mg/l <0.02 ppm 20-25 mg/l 100-125 mg/l
Colloidal Silica as SiO2, mg/l
Sodium as Na,
Potassium as K, mg/l
Chlorides as Cl, 350-460 mg/l 800-1000 mg/l
Free chlorine, 0.3-0.6 mg/l
Sulphates as SO4, <500 mg/l
Organophosphates as PO4, mg/l 5-6 mg/l
Poly phosphates as PO4,
Nitrates as NO3,
Dissolved oxygen 0.005 ppmv
Total Iron as Fe, Nil mg/l 0.3 mg/l <=1.0 mg/l
Copper + Iron, <0.003 0.01 max
Lead as Pb, microgram/l
Mg , Hardness as CaCO3, 120-180 mg/l 350-450 mg/l
Zinc as Zn, 1.0-1.5 mg/l
Chromium as Cr, mg/l
Polymeric dispersant, 20-25 mg/l
Zinc Sulphate as Zn,
Benzotriazole, mg/l
Dissolved Fe, mg/ l
Oil content, Nil mg/l <10 mg/l
KMnO4 value at 100 oC, Nil mg/l Nil ppm <30mg/l
Hydrazine (residual), 0.02 ppm
Morpholine (residual), 1(approx) ppm

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

Page 182 of 724


CPCL, CHENNAI PART – II
SECTION: B
BASIC ENGINEERING DESIGN BASIS
44NC4600 Page 18 of 81
Doc No. 44NC-4600-0000/P.02/0001/A4

Table-6.2B: Water Quality

l Parameter Treated Raw Water as DM Desalinated water as


water Make up DM water make up
PH 7 - 7.8 7-7.8
Turbidity, NTU 15 NA
Total suspended solids,
Total dissolved solids, NA mg/l 350
Conductivity micromho/cm NA 493
Mo Alkalinity, 240 (as CaCO3)mg/l 2.9 (as CaCO3)mg/l
Ca Hardness as CaCO3, 176 mg/l 1.3 mg/l (as Ca)
Total Hardness as CaCO3,
Total cation/anion asCaCO3, 608 NA
Total Silica as SiO2, 40 0.1
Colloidal Silica as SiO2, mg/l
Sodium as Na, 344 (as CaCO3) mg/l 135.3 (as CaCO3) mg/l
Potassium as K, mg/l
Chlorides as Cl, 172 mg/l 142-220 mg/l
Free chlorine,
Sulphates as SO4, 121 mg/l 12.5 mg/l
Organophosphates as PO4, mg/l
Poly phosphates as PO4,
Nitrates as NO3, NA mg/l 0.2 mg/l
Dissolved oxygen
Total Iron as Fe, 0.3 mg/l NA
Copper + Iron,
Lead as Pb, microgram/l
Mg , Hardness NA mg/l 4.5 mg/l
Zinc as Zn,
Chromium as Cr, mg/l
Polymeric dispersant,
Zinc Sulphate as Zn,
Boron, mg/l NA 1 mg/l
Dissolved Fe, mg/ l
Oil content,
KmnO4 value at 100 oC, 20 mg/l NA
Hydrazine (residual),
Morpholine (residual),

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

Page 183 of 724


CPCL, CHENNAI PART – II
SECTION: B
BASIC ENGINEERING DESIGN BASIS
44NC4600 Page 19 of 81
Doc No. 44NC-4600-0000/P.02/0001/A4

6.4 COMPRESSED AIR & NITROGEN SYSTEMS

6.4.1 The specifications of plant air and instrument air are indicated in Table-6.3.

Table-6.3: Plant Air & Instrument Air quality


Sl Parameter Plant Air Instrument Air
1 Dew Point at atmospheric pressure water-free (-)40oC
2 Oil Content, ppm nil nil

6.4.2 Inert Gas generation: Nitrogen shall be generated from a cryogenic air separation unit
with the specifications as given below.

Table-6.4: Inert Gas quality


Sl Parameter Inert Gas Nitrogen
1 Dew Point at atmospheric pressure (-) 100oC
2 Oil Content, ppm nil
3 Nitrogen purity, vol% 99.99
4 Oxygen content, vol ppm 3 max
5 Carbon dioxide content, vol ppm 1 max
6 Carbon monoxide content, vol ppm nil

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

Page 184 of 724


CPCL, CHENNAI PART – II
SECTION: B
BASIC ENGINEERING DESIGN BASIS
44NC4600 Page 25 of 81
Doc No. 44NC-4600-0000/P.02/0001/A4

6.6 FLARE SYSTEMS

6.6.1 Flare systems for the project shall be:


Existing Refinery III/I flare system will be used, if found adequate. New flare system
shall be provided for the new units of Resid project and also shall be adequate to
handle refinery I loads. B
Single flare for all released streams
Normal flare for hydrocarbons and Acid gas flare for released acid gases
Separate high-pressure flare header for flared hot, hydrogen rich gases
Hydrocarbon drain from the Flare K.O. drum will be routed by gravity flow to the
CBD. In addition, pump-out facility will be provided for the Flare K.O. drum.

6.6.2 Philosophy of relieving flammable vapors shall be:


Vapor releases of all molecular weights to be connected to flare system
Vapor releases below molecular weight of vented to atmosphere
Hot hydrogen-rich gases (>300°C) vented to atmosphere
Other:

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:

# Flare system Superimposed Built- up back Built-up back


back pressure at pressure, pressure at PSV
unit battery limits, kg/cm2g outlet, C
2 2
kg/cm g kg/cm g
1 Normal flare 0.2 default = 1.5 default = 1.7
2 Acid Gas flare 0.2 default = 0.5 default = 0.7
3 High Pressure flare

6.6.5 Overpressure (as percentage of set pressure) for sizing relief valves shall be:

# Contingency Low pressures High pressures


2 2
< 70 kg/cm g > 70 kg/cm g
1 Steam generating / consuming equipment 5% 5%
under IBR (as per IBR) (as per IBR)
2 Fire case 20% as per designer
3 Thermal relief 25% as per designer
4 Operational failures 10% as per designer

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

Page 185 of 724


Data Sheet No.
A133-086-16-45-UD-5025
UTILITY REQUIREMENTS Rev. No. A
Page 1 of 3
Sl. No. Package or Equipment No. Stage Cooling Water Pri. Dry Gas Seal Gas Service Water
Flow Pressure Temp. Flow Pressure Temp. Flow Pressure Temp.

Preliminary
Final

REV: A DATE: PURPOSE PREPARED: CHECKED APPROVED

Format No. 8-76-0038 F1 Rev 0 Copyrights EIL - All rights reserved

Page 186 of 724


Data Sheet No.
A133-086-16-45-UD-5015
UTILITY REQUIREMENTS Rev. No. A
Page 2 of 3
Sl. No. Package or Equipment No. Stage Boiler Feed Water MP Steam VHP Steam

Flow Pressure Temp. Flow Pressure Temp. Flow Pressure Temp.


Preliminary
Final

REV: DATE: PURPOSE PREPARED: CHECKED APPROVED

Format No. 8-76-0038 F1 Rev 0 Copyrights EIL - All rights reserved

Page 187 of 724


Page 188 of 724
Data Sheet No.
A133-086-16-45-UD-5015
UTILITY REQUIREMENTS Rev. No.A
Page 3 of 3
Sl. No. Package or Equipment No. Stage Nitrogen Instrument Air Plant Air Seal Plan

Flow Pressure Flow Pressure Flow Pressure

Preliminary

Final

DATE: PURPOSE CHECKED APPROVED

Format No. 8-76-0038 F1 Rev 0 Copyrights EIL - All rights reserved

Page 189 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-07A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0019
PROCESS DATA SHEET REV. NO. A QUANTITY: 2 NOS.(1W +1S)
SI UNITS PAGE 1 OF 6

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

Page 190 of 724


Page 191 of 724
JOB NO. 44NC-4600 ITEM NO. 86-G-07A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0019
PROCESS DATA SHEET REV. NO. a QUANTITY: 2 NOS (1W +1S).
SI UNITS PAGE 2 OF 6

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

Page 192 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-07A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP DATA SHEET CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0019
BETWEEN BEARINGS (TYPE BB) REV. NO. A QUANTITY: 2 Nos (1W +1S).
SI UNITS PAGE 3 OF 6

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

Page 193 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-07A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP DATA SHEET CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0019
BETWEEN BEARINGS (TYPE BB) REV. NO. A QUANTITY: 2 Nos (1W +1S)
SI UNITS PAGE 4 OF 6

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)

28 QA INSPECTION AND TESTING AUXILIARY EQUIPMENT TEST


29 SHOP INSPECTION (7.1.4) (7.3.4.5)
30 PERFORMANCE CURVE APPR. CHARPY TEST (EN 13445/ASME VIII)
31 TEST WITH SUBSTITUTE SEAL (7.3.3.2)
32 MATERIAL CERTIFICATION REQUIRED (5.12.1.8)
33 CASING IMPELLER SHAFT
34 OTHER WEAR RINGS,THROTTLE BUSH, MECH. SEAL VENDOR KEEP REPAIR AND HT RECORDS (7.2.1.1c)
35 CASTING REPAIR PROCEDURE APPROVAL REQ'D (5.12.2.5) VENDOR SUBMIT TEST PROCEDURES (7.3.1.2 / 9.2.5)
INSPECTION REQUIRED FOR CONNECTION WELDS (5.12.3.4e) VENDOR SUBMIT TEST DATA WITHIN 24 h (7.3.3.3e)
36 MAG. PARTICLE LIQUID PENETRANT INCLUDE PLOTTED VIBRATION SPECTRA (5.9.3.3)
37 RADIOGRAPHIC ULTRASONIC RECORD FINAL ASSEMBLY RUNNING CLEARANCES
38 INSPECTION REQUIRED FOR CASTINGS (7.2.1.3)(5.12.1.5) COMPLETION OF INSPECTION CHECK LIST (7.1.6)
39 MAG. PARTICLE LIQUID PENETRANT
40 RADIOGRAPHIC ULTRASONIC
41 HARDNESS TEST REQUIRED: (7.2.2.3)
42 ADDITIONAL SURFACE / SUBSURFACE EXAMINATION (7.2.1.3)
43 FOR
44 METHOD

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

Page 194 of 724


61

Page 195 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-07A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP DATA SHEET CLIENT: MANALI, CHENNAI
DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0019
MECHANICAL SEAL REV. NO. A QUANTITY: 2 Nos (1W +1S)
SI UNITS PAGE 5 OF 6

REV.
1 MECHANICAL SEAL OR PACKING

2 SEAL DATA: BARRIER/BUFFER FLUID

3 SEE ATTACHED API-682 DATA SHEET SUPPLY TEMPERATURE MAX/MIN / (0C)


4 NON-API 682 SEAL RELATIVE DENSITY (SPECIFIC GRAVITY) @ (0C)
5 APPENDIX H SEAL CODE NAME OF FLUID

6 SEAL MANUFACTURER VAPOR PRESSURE (kg/cm2A) @ (0C)


1 7 SIZE AND TYPE / DOUBLE ( TANDEM) HAZARDOUS FLAMMABLE OTHER

8 MANUFACTURER CODE FLOW RATE MAX/MIN / (m3/h)


9 SEAL CHAMBER DATA: PRESSURE REQUIRED MAX/MIN (kg/cm2A)

10 TEMPERATURE (0C) TEMPERATURE REQUIRED MAX/MIN (0C)


11 PRESSURE (kg/cm2A) QUENCH FLUID:
12 FLOW (m3/h) NAME OF FLUID

13 SEAL CHAMBER SIZE FLOW RATE (m3/h)


14 TOTAL LENGTH (mm) CLEAR LENGTH (mm) SEAL FLUSH PIPING:

1 15 SEAL CONSTRUCTION SEAL FLUSH PIPING PLAN PLAN 32, 52


16 SLEEVE MATERIAL TUBING CARBON STEEL

17 GLAND MATERIAL PIPE STAINLESS STEEL

18 AUX SEAL DEVICE AUXILIARY FLUSH PLAN

19 JACKET REQUIRED TUBING CARBON STEEL

20 GLAND TAPS PIPE STAINLESS STEEL

21 FLUSH (F) DRAIN (D) BARRIER/BUFFER (B) PIPING ASSEMBLY:

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)

28 SUPPLY TEMPERATURE MAX/MIN / (0C) TEMP INDICATOR (PLANS 21,22,23,32,41)

29 RELATIVE DENSITY (SPECIFIC GRAVITY) @ (0C) HEAT EXCHANGER (PLAN 52/53)

30 NAME OF FLUID REMARKS

31 SPECIFIC HEAT, Cp (kJ/kg 0C)


32 VAPOR PRESSURE (kg/cm2A) @ (0C)
33 HAZARDOUS FLAMMABLE OTHER PACKING DATA: (APPENDIX C)

34 FLOW RATE MAX/MIN / (m3/h) MANUFACTURER


35 PRESSURE REQUIRED MAX/MIN / (kg/cm2A) TYPE

36 TEMPERATURE REQUIRED MAX/MIN (0C) SIZE NO. OF RINGS

37 PACKING INJECTION REQUIRED

38 FLOW (m3/h) @ (0C)


39 LANTERN RING

40

41 STEAM AND COOLING WATER PIPING

42 COOLING WATER PIPING PLAN

43 COOLING WATER REQUIREMENTS

44 SEAL JACKET/BRG HSG (m3/h) @ (kg/cm2A)

45 SEAL HEAT EXCHANGER (m3/h) @ (kg/cm2A)

46 QUENCH (m3/h) @ (kg/cm2A)

47 TOTAL COOLING WATER (m3/h)


48 STEAM PIPING TUBING PIPE

49 REMARKS

50 1) VENDOR SHALL FILL UP AND SUBMIT API 682 DATASHEET


51 FOR ALL PUMP SEALS.
52

53

54
55

Page 196 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-07A/B
PROJECT: RESID UPGRADATION PROJECT
Centrifugal pump — References CLIENT: MANALI, CHENNAI DATE: 25-03-10
DOCUMENT NO: 44NC-4600-0086-M.04-0019
API 610 10TH EDITION / ISO 13709 REV. NO. A QUANTITY: 2 Nos (1W +1S)
PRESSURE DESIGN CODES PAGE 6 OF 6
WELDING REQUIREMENTS
PURCHASER DEFINED MATERIAL INSPECTIONS
REV.
1 APPLICABLE TO: PROPOSALS PURCHASE AS BUILT
2 FOR CPCL REFINERY UNIT DCU
3 SITE MANALI, CHENNAI SERVICE HCGO PRODUCT PUMP

4 NOTES: INFORMATION BELOW TO BE COMPLETED: BY PURCHASER BY MANUFACTURER BY MANUFACTURER OR PURCHASER


5
5 PRESSURE VESSEL DESIGN CODE REFERENCES.
6 THESE REFERENCES MUST BE LISTED BY THE MANUFACTURER
7 CASTING FACTORS USED IN DESIGN ( 5.3.4) (TABLE 3)
8 SOURCE OF MATERIAL PROPERTIES
9
10 WELDING AND REPAIRS (5.12.3)
11 THESE REFERENCES MUST BE LISTED BY THE PURCHASER (DEFAULT TO TABLE 10 IF NO PURCHASER PREFERENCE IS STATED)
12 ALTERNATIVE WELDING CODES AND STANDARDS (5.12.3.1)
13 Welding Requirement (Applicable Code or Standard) Purchaser-defined Default per Table 10
14 Welder/operator qualification
15 Welding procedure qualification
16 Non-pressure-retaining structural welding such as baseplates or supports
17 Magnetic particle or liquid penetrant examination of the plate edges
18 Postweld heat treatment
19 Postweld heat treatment of casing fabrication welds
20
21 MATERIAL INSPECTION (7.2.2.1) (7.2.1.3)
22 THESE REFERENCES MUST BE LISTED BY THE PURCHASER (DEFAULT TO TABLE 13 IF NO PURCHASER PREFERENCE IS STATED)
23 ALTERNATIVE MATERIAL INSPECTIONS AND ACCEPTANCE CRITERIA (SEE TABLE 13)
24 Type of inspection Methods For fabrications Castings
25 Radiography
26 Ultrasonic inspection
27 Magnetic particle inspection
28 Liquid penetrant inspection
29 REMARKS
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

Page 197 of 724


56

Page 198 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-08A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0020
PROCESS DATA SHEET REV. NO. A QUANTITY: 2 NOS.(1W +1S)
SI UNITS PAGE 1 OF 6

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

Page 199 of 724


Page 200 of 724
JOB NO. 44NC-4600 ITEM NO. 86-G-08A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0020
PROCESS DATA SHEET REV. NO. A QUANTITY: 2 NOS (1W +1S).
SI UNITS PAGE 2 OF 6

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

Page 201 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-08A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP DATA SHEET CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0020
BETWEEN BEARINGS (TYPE BB) REV. NO. A QUANTITY: 2 Nos (1W +1S).
SI UNITS PAGE 3 OF 6

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

Page 202 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-08A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP DATA SHEET CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0020
BETWEEN BEARINGS (TYPE BB) REV. NO. A QUANTITY: 2 Nos (1W +1S)
SI UNITS PAGE 4 OF 6

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)

28 QA INSPECTION AND TESTING AUXILIARY EQUIPMENT TEST


29 SHOP INSPECTION (7.1.4) (7.3.4.5)
30 PERFORMANCE CURVE APPR. CHARPY TEST (EN 13445/ASME VIII)
31 TEST WITH SUBSTITUTE SEAL (7.3.3.2)
32 MATERIAL CERTIFICATION REQUIRED (5.12.1.8)
33 CASING IMPELLER SHAFT
34 OTHER WEAR RINGS,THROTTLE BUSH, MECH. SEAL VENDOR KEEP REPAIR AND HT RECORDS (7.2.1.1c)
35 CASTING REPAIR PROCEDURE APPROVAL REQ'D (5.12.2.5) VENDOR SUBMIT TEST PROCEDURES (7.3.1.2 / 9.2.5)
INSPECTION REQUIRED FOR CONNECTION WELDS (5.12.3.4e) VENDOR SUBMIT TEST DATA WITHIN 24 h (7.3.3.3e)
36 MAG. PARTICLE LIQUID PENETRANT INCLUDE PLOTTED VIBRATION SPECTRA (5.9.3.3)
37 RADIOGRAPHIC ULTRASONIC RECORD FINAL ASSEMBLY RUNNING CLEARANCES
38 INSPECTION REQUIRED FOR CASTINGS (7.2.1.3)(5.12.1.5) COMPLETION OF INSPECTION CHECK LIST (7.1.6)
39 MAG. PARTICLE LIQUID PENETRANT
40 RADIOGRAPHIC ULTRASONIC
41 HARDNESS TEST REQUIRED: (7.2.2.3)
42 ADDITIONAL SURFACE / SUBSURFACE EXAMINATION (7.2.1.3)
43 FOR
44 METHOD

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

Page 203 of 724


61

Page 204 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-08A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP DATA SHEET CLIENT: MANALI, CHENNAI
DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0020
MECHANICAL SEAL REV. NO. A QUANTITY: 2 Nos (1W +1S)
SI UNITS PAGE 5 OF 6

REV.
1 MECHANICAL SEAL OR PACKING

2 SEAL DATA: BARRIER/BUFFER FLUID

3 SEE ATTACHED API-682 DATA SHEET SUPPLY TEMPERATURE MAX/MIN / (0C)


4 NON-API 682 SEAL RELATIVE DENSITY (SPECIFIC GRAVITY) @ (0C)
5 APPENDIX H SEAL CODE NAME OF FLUID

6 SEAL MANUFACTURER VAPOR PRESSURE (kg/cm2A) @ (0C)


1 7 SIZE AND TYPE / DOUBLE ( TANDEM) HAZARDOUS FLAMMABLE OTHER

8 MANUFACTURER CODE FLOW RATE MAX/MIN / (m3/h)


9 SEAL CHAMBER DATA: PRESSURE REQUIRED MAX/MIN (kg/cm2A)

10 TEMPERATURE (0C) TEMPERATURE REQUIRED MAX/MIN (0C)


11 PRESSURE (kg/cm2A) QUENCH FLUID:
12 FLOW (m3/h) NAME OF FLUID

13 SEAL CHAMBER SIZE FLOW RATE (m3/h)


14 TOTAL LENGTH (mm) CLEAR LENGTH (mm) SEAL FLUSH PIPING:

1 15 SEAL CONSTRUCTION SEAL FLUSH PIPING PLAN PLAN 11, 52


16 SLEEVE MATERIAL TUBING CARBON STEEL

17 GLAND MATERIAL PIPE STAINLESS STEEL

18 AUX SEAL DEVICE AUXILIARY FLUSH PLAN

19 JACKET REQUIRED TUBING CARBON STEEL

20 GLAND TAPS PIPE STAINLESS STEEL

21 FLUSH (F) DRAIN (D) BARRIER/BUFFER (B) PIPING ASSEMBLY:

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)

28 SUPPLY TEMPERATURE MAX/MIN / (0C) TEMP INDICATOR (PLANS 21,22,23,32,41)

29 RELATIVE DENSITY (SPECIFIC GRAVITY) @ (0C) HEAT EXCHANGER (PLAN 52/53)

30 NAME OF FLUID REMARKS

31 SPECIFIC HEAT, Cp (kJ/kg 0C)


32 VAPOR PRESSURE (kg/cm2A) @ (0C)
33 HAZARDOUS FLAMMABLE OTHER PACKING DATA: (APPENDIX C)

34 FLOW RATE MAX/MIN / (m3/h) MANUFACTURER


35 PRESSURE REQUIRED MAX/MIN / (kg/cm2A) TYPE

36 TEMPERATURE REQUIRED MAX/MIN (0C) SIZE NO. OF RINGS

37 PACKING INJECTION REQUIRED

38 FLOW (m3/h) @ (0C)


39 LANTERN RING

40

41 STEAM AND COOLING WATER PIPING

42 COOLING WATER PIPING PLAN

43 COOLING WATER REQUIREMENTS

44 SEAL JACKET/BRG HSG (m3/h) @ (kg/cm2A)

45 SEAL HEAT EXCHANGER (m3/h) @ (kg/cm2A)

46 QUENCH (m3/h) @ (kg/cm2A)

47 TOTAL COOLING WATER (m3/h)


48 STEAM PIPING TUBING PIPE

49 REMARKS

50 1) VENDOR SHALL FILL UP AND SUBMIT API 682 DATASHEET


51 FOR ALL PUMP SEALS.
52

53

54
55

Page 205 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-08A/B
PROJECT: RESID UPGRADATION PROJECT
Centrifugal pump — References CLIENT: MANALI, CHENNAI DATE: 25-03-10
DOCUMENT NO: 44NC-4600-0086-M.04-0020
API 610 10TH EDITION / ISO 13709 REV. NO. A QUANTITY: 2 Nos (1W +1S)
PRESSURE DESIGN CODES PAGE 6 OF 6
WELDING REQUIREMENTS
PURCHASER DEFINED MATERIAL INSPECTIONS
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

4 NOTES: INFORMATION BELOW TO BE COMPLETED: BY PURCHASER BY MANUFACTURER BY MANUFACTURER OR PURCHASER


5
5 PRESSURE VESSEL DESIGN CODE REFERENCES.
6 THESE REFERENCES MUST BE LISTED BY THE MANUFACTURER
7 CASTING FACTORS USED IN DESIGN ( 5.3.4) (TABLE 3)
8 SOURCE OF MATERIAL PROPERTIES
9
10 WELDING AND REPAIRS (5.12.3)
11 THESE REFERENCES MUST BE LISTED BY THE PURCHASER (DEFAULT TO TABLE 10 IF NO PURCHASER PREFERENCE IS STATED)
12 ALTERNATIVE WELDING CODES AND STANDARDS (5.12.3.1)
13 Welding Requirement (Applicable Code or Standard) Purchaser-defined Default per Table 10
14 Welder/operator qualification
15 Welding procedure qualification
16 Non-pressure-retaining structural welding such as baseplates or supports
17 Magnetic particle or liquid penetrant examination of the plate edges
18 Postweld heat treatment
19 Postweld heat treatment of casing fabrication welds
20
21 MATERIAL INSPECTION (7.2.2.1) (7.2.1.3)
22 THESE REFERENCES MUST BE LISTED BY THE PURCHASER (DEFAULT TO TABLE 13 IF NO PURCHASER PREFERENCE IS STATED)
23 ALTERNATIVE MATERIAL INSPECTIONS AND ACCEPTANCE CRITERIA (SEE TABLE 13)
24 Type of inspection Methods For fabrications Castings
25 Radiography
26 Ultrasonic inspection
27 Magnetic particle inspection
28 Liquid penetrant inspection
29 REMARKS
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

Page 206 of 724


56

Page 207 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-11A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0022
PROCESS DATA SHEET REV. NO. A QUANTITY: 2 NOS.(1W +1S)
SI UNITS PAGE 1 OF 6

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

Page 208 of 724


Page 209 of 724
JOB NO. 44NC-4600 ITEM NO. 86-G-11A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0022
PROCESS DATA SHEET REV. NO. A QUANTITY: 2 NOS (1W +1S).
SI UNITS PAGE 2 OF 6

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

Page 210 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-11A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP DATA SHEET CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0022
BETWEEN BEARINGS (TYPE BB) REV. NO. A QUANTITY: 2 Nos (1W +1S).
SI UNITS PAGE 3 OF 6

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

Page 211 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-11A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP DATA SHEET CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0022
BETWEEN BEARINGS (TYPE BB) REV. NO. A QUANTITY: 2 Nos (1W +1S)
SI UNITS PAGE 4 OF 6

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)

28 QA INSPECTION AND TESTING AUXILIARY EQUIPMENT TEST


29 SHOP INSPECTION (7.1.4) (7.3.4.5)
30 PERFORMANCE CURVE APPR. CHARPY TEST (EN 13445/ASME VIII)
31 TEST WITH SUBSTITUTE SEAL (7.3.3.2)
32 MATERIAL CERTIFICATION REQUIRED (5.12.1.8)
33 CASING IMPELLER SHAFT
34 OTHER WEAR RINGS,THROTTLE BUSH, MECH. SEAL VENDOR KEEP REPAIR AND HT RECORDS (7.2.1.1c)
35 CASTING REPAIR PROCEDURE APPROVAL REQ'D (5.12.2.5) VENDOR SUBMIT TEST PROCEDURES (7.3.1.2 / 9.2.5)
INSPECTION REQUIRED FOR CONNECTION WELDS (5.12.3.4e) VENDOR SUBMIT TEST DATA WITHIN 24 h (7.3.3.3e)
36 MAG. PARTICLE LIQUID PENETRANT INCLUDE PLOTTED VIBRATION SPECTRA (5.9.3.3)
37 RADIOGRAPHIC ULTRASONIC RECORD FINAL ASSEMBLY RUNNING CLEARANCES
38 INSPECTION REQUIRED FOR CASTINGS (7.2.1.3)(5.12.1.5) COMPLETION OF INSPECTION CHECK LIST (7.1.6)
39 MAG. PARTICLE LIQUID PENETRANT
40 RADIOGRAPHIC ULTRASONIC
41 HARDNESS TEST REQUIRED: (7.2.2.3)
42 ADDITIONAL SURFACE / SUBSURFACE EXAMINATION (7.2.1.3)
43 FOR
44 METHOD

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

Page 212 of 724


61

Page 213 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-11A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP DATA SHEET CLIENT: MANALI, CHENNAI
DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0022
MECHANICAL SEAL REV. NO. A QUANTITY: 2 Nos (1W +1S)
SI UNITS PAGE 5 OF 6

REV.
1 MECHANICAL SEAL OR PACKING

2 SEAL DATA: BARRIER/BUFFER FLUID

3 SEE ATTACHED API-682 DATA SHEET SUPPLY TEMPERATURE MAX/MIN / (0C)


4 NON-API 682 SEAL RELATIVE DENSITY (SPECIFIC GRAVITY) @ (0C)
5 APPENDIX H SEAL CODE NAME OF FLUID

6 SEAL MANUFACTURER VAPOR PRESSURE (kg/cm2A) @ (0C)


1 7 SIZE AND TYPE / DOUBLE HAZARDOUS FLAMMABLE OTHER

8 MANUFACTURER CODE FLOW RATE MAX/MIN / (m3/h)


9 SEAL CHAMBER DATA: PRESSURE REQUIRED MAX/MIN (kg/cm2A)

10 TEMPERATURE (0C) TEMPERATURE REQUIRED MAX/MIN (0C)


11 PRESSURE (kg/cm2A) QUENCH FLUID:
12 FLOW (m3/h) NAME OF FLUID

13 SEAL CHAMBER SIZE FLOW RATE (m3/h)


14 TOTAL LENGTH (mm) CLEAR LENGTH (mm) SEAL FLUSH PIPING:

1 15 SEAL CONSTRUCTION SEAL FLUSH PIPING PLAN PLAN 53


16 SLEEVE MATERIAL TUBING CARBON STEEL

17 GLAND MATERIAL PIPE STAINLESS STEEL

18 AUX SEAL DEVICE AUXILIARY FLUSH PLAN

19 JACKET REQUIRED TUBING CARBON STEEL

20 GLAND TAPS PIPE STAINLESS STEEL

21 FLUSH (F) DRAIN (D) BARRIER/BUFFER (B) PIPING ASSEMBLY:

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)

28 SUPPLY TEMPERATURE MAX/MIN / (0C) TEMP INDICATOR (PLANS 21,22,23,32,41)

29 RELATIVE DENSITY (SPECIFIC GRAVITY) @ (0C) HEAT EXCHANGER (PLAN 52/53)

30 NAME OF FLUID REMARKS

31 SPECIFIC HEAT, Cp (kJ/kg 0C)


32 VAPOR PRESSURE (kg/cm2A) @ (0C)
33 HAZARDOUS FLAMMABLE OTHER PACKING DATA: (APPENDIX C)

34 FLOW RATE MAX/MIN / (m3/h) MANUFACTURER


35 PRESSURE REQUIRED MAX/MIN / (kg/cm2A) TYPE

36 TEMPERATURE REQUIRED MAX/MIN (0C) SIZE NO. OF RINGS

37 PACKING INJECTION REQUIRED

38 FLOW (m3/h) @ (0C)


39 LANTERN RING

40

41 STEAM AND COOLING WATER PIPING

42 COOLING WATER PIPING PLAN

43 COOLING WATER REQUIREMENTS

44 SEAL JACKET/BRG HSG (m3/h) @ (kg/cm2A)

45 SEAL HEAT EXCHANGER (m3/h) @ (kg/cm2A)

46 QUENCH (m3/h) @ (kg/cm2A)

47 TOTAL COOLING WATER (m3/h)


48 STEAM PIPING TUBING PIPE

49 REMARKS

50 1) VENDOR SHALL FILL UP AND SUBMIT API 682 DATASHEET


51 FOR ALL PUMP SEALS.
52

53

54
55

Page 214 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-11A/B
PROJECT: RESID UPGRADATION PROJECT
Centrifugal pump — References CLIENT: MANALI, CHENNAI DATE: 25-03-10
DOCUMENT NO: 44NC-4600-0086-M.04-0022
API 610 10TH EDITION / ISO 13709 REV. NO. A QUANTITY: 2 Nos (1W +1S)
PRESSURE DESIGN CODES PAGE 6 OF 6
WELDING REQUIREMENTS
PURCHASER DEFINED MATERIAL INSPECTIONS
REV.
1 APPLICABLE TO: PROPOSALS PURCHASE AS BUILT
2 FOR CPCL REFINERY UNIT DCU
3 SITE MANALI, CHENNAI SERVICE FRACTIONATOR O/H LIQUID PUMP

4 NOTES: INFORMATION BELOW TO BE COMPLETED: BY PURCHASER BY MANUFACTURER BY MANUFACTURER OR PURCHASER


5
5 PRESSURE VESSEL DESIGN CODE REFERENCES.
6 THESE REFERENCES MUST BE LISTED BY THE MANUFACTURER
7 CASTING FACTORS USED IN DESIGN ( 5.3.4) (TABLE 3)
8 SOURCE OF MATERIAL PROPERTIES
9
10 WELDING AND REPAIRS (5.12.3)
11 THESE REFERENCES MUST BE LISTED BY THE PURCHASER (DEFAULT TO TABLE 10 IF NO PURCHASER PREFERENCE IS STATED)
12 ALTERNATIVE WELDING CODES AND STANDARDS (5.12.3.1)
13 Welding Requirement (Applicable Code or Standard) Purchaser-defined Default per Table 10
14 Welder/operator qualification
15 Welding procedure qualification
16 Non-pressure-retaining structural welding such as baseplates or supports
17 Magnetic particle or liquid penetrant examination of the plate edges
18 Postweld heat treatment
19 Postweld heat treatment of casing fabrication welds
20
21 MATERIAL INSPECTION (7.2.2.1) (7.2.1.3)
22 THESE REFERENCES MUST BE LISTED BY THE PURCHASER (DEFAULT TO TABLE 13 IF NO PURCHASER PREFERENCE IS STATED)
23 ALTERNATIVE MATERIAL INSPECTIONS AND ACCEPTANCE CRITERIA (SEE TABLE 13)
24 Type of inspection Methods For fabrications Castings
25 Radiography
26 Ultrasonic inspection
27 Magnetic particle inspection
28 Liquid penetrant inspection
29 REMARKS
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

Page 215 of 724


56

Page 216 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-13A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0023
PROCESS DATA SHEET REV. NO. A QUANTITY: 2 NOS.(1W +1S)
SI UNITS PAGE 1 OF 6

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

Page 217 of 724


Page 218 of 724
JOB NO. 44NC-4600 ITEM NO. 86-G-13A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0023
PROCESS DATA SHEET REV. NO. A QUANTITY: 2 NOS (1W +1S).
SI UNITS PAGE 2 OF 6

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

Page 219 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-13A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP DATA SHEET CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0023
BETWEEN BEARINGS (TYPE BB) REV. NO. A QUANTITY: 2 Nos (1W +1S).
SI UNITS PAGE 3 OF 6

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

Page 220 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-13A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP DATA SHEET CLIENT: MANALI, CHENNAI DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0023
BETWEEN BEARINGS (TYPE BB) REV. NO. A QUANTITY: 2 Nos (1W +1S)
SI UNITS PAGE 4 OF 6

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)

28 QA INSPECTION AND TESTING AUXILIARY EQUIPMENT TEST


29 SHOP INSPECTION (7.1.4) (7.3.4.5)
30 PERFORMANCE CURVE APPR. CHARPY TEST (EN 13445/ASME VIII)
31 TEST WITH SUBSTITUTE SEAL (7.3.3.2)
32 MATERIAL CERTIFICATION REQUIRED (5.12.1.8)
33 CASING IMPELLER SHAFT
34 OTHER WEAR RINGS,THROTTLE BUSH, MECH. SEAL VENDOR KEEP REPAIR AND HT RECORDS (7.2.1.1c)
35 CASTING REPAIR PROCEDURE APPROVAL REQ'D (5.12.2.5) VENDOR SUBMIT TEST PROCEDURES (7.3.1.2 / 9.2.5)
INSPECTION REQUIRED FOR CONNECTION WELDS (5.12.3.4e) VENDOR SUBMIT TEST DATA WITHIN 24 h (7.3.3.3e)
36 MAG. PARTICLE LIQUID PENETRANT INCLUDE PLOTTED VIBRATION SPECTRA (5.9.3.3)
37 RADIOGRAPHIC ULTRASONIC RECORD FINAL ASSEMBLY RUNNING CLEARANCES
38 INSPECTION REQUIRED FOR CASTINGS (7.2.1.3)(5.12.1.5) COMPLETION OF INSPECTION CHECK LIST (7.1.6)
39 MAG. PARTICLE LIQUID PENETRANT
40 RADIOGRAPHIC ULTRASONIC
41 HARDNESS TEST REQUIRED: (7.2.2.3)
42 ADDITIONAL SURFACE / SUBSURFACE EXAMINATION (7.2.1.3)
43 FOR
44 METHOD

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

Page 221 of 724


61

Page 222 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-13A/B
PROJECT: RESID UPGRADATION PROJECT
CENTRIFUGAL PUMP DATA SHEET CLIENT: MANALI, CHENNAI
DATE: 25-03-10
API 610 10TH EDITION / ISO 13709 DOCUMENT NO: 44NC-4600-0086-M.04-0023
MECHANICAL SEAL REV. NO. A QUANTITY: 2 Nos (1W +1S)
SI UNITS PAGE 5 OF 6

REV.
1 MECHANICAL SEAL OR PACKING

2 SEAL DATA: BARRIER/BUFFER FLUID

3 SEE ATTACHED API-682 DATA SHEET SUPPLY TEMPERATURE MAX/MIN / (0C)


4 NON-API 682 SEAL RELATIVE DENSITY (SPECIFIC GRAVITY) @ (0C)
5 APPENDIX H SEAL CODE NAME OF FLUID

6 SEAL MANUFACTURER VAPOR PRESSURE (kg/cm2A) @ (0C)


1 7 SIZE AND TYPE / DOUBLE HAZARDOUS FLAMMABLE OTHER

8 MANUFACTURER CODE FLOW RATE MAX/MIN / (m3/h)


9 SEAL CHAMBER DATA: PRESSURE REQUIRED MAX/MIN (kg/cm2A)

10 TEMPERATURE (0C) TEMPERATURE REQUIRED MAX/MIN (0C)


11 PRESSURE (kg/cm2A) QUENCH FLUID:
12 FLOW (m3/h) NAME OF FLUID

13 SEAL CHAMBER SIZE FLOW RATE (m3/h)


14 TOTAL LENGTH (mm) CLEAR LENGTH (mm) SEAL FLUSH PIPING:

1 15 SEAL CONSTRUCTION SEAL FLUSH PIPING PLAN PLAN 53


16 SLEEVE MATERIAL TUBING CARBON STEEL

17 GLAND MATERIAL PIPE STAINLESS STEEL

18 AUX SEAL DEVICE AUXILIARY FLUSH PLAN

19 JACKET REQUIRED TUBING CARBON STEEL

20 GLAND TAPS PIPE STAINLESS STEEL

21 FLUSH (F) DRAIN (D) BARRIER/BUFFER (B) PIPING ASSEMBLY:

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)

28 SUPPLY TEMPERATURE MAX/MIN / (0C) TEMP INDICATOR (PLANS 21,22,23,32,41)

29 RELATIVE DENSITY (SPECIFIC GRAVITY) @ (0C) HEAT EXCHANGER (PLAN 52/53)

30 NAME OF FLUID REMARKS

31 SPECIFIC HEAT, Cp (kJ/kg 0C)


32 VAPOR PRESSURE (kg/cm2A) @ (0C)
33 HAZARDOUS FLAMMABLE OTHER PACKING DATA: (APPENDIX C)

34 FLOW RATE MAX/MIN / (m3/h) MANUFACTURER


35 PRESSURE REQUIRED MAX/MIN / (kg/cm2A) TYPE

36 TEMPERATURE REQUIRED MAX/MIN (0C) SIZE NO. OF RINGS

37 PACKING INJECTION REQUIRED

38 FLOW (m3/h) @ (0C)


39 LANTERN RING

40

41 STEAM AND COOLING WATER PIPING

42 COOLING WATER PIPING PLAN

43 COOLING WATER REQUIREMENTS

44 SEAL JACKET/BRG HSG (m3/h) @ (kg/cm2A)

45 SEAL HEAT EXCHANGER (m3/h) @ (kg/cm2A)

46 QUENCH (m3/h) @ (kg/cm2A)

47 TOTAL COOLING WATER (m3/h)


48 STEAM PIPING TUBING PIPE

49 REMARKS

50 1) VENDOR SHALL FILL UP AND SUBMIT API 682 DATASHEET


51 FOR ALL PUMP SEALS.
52

53

54
55

Page 223 of 724


JOB NO. 44NC-4600 ITEM NO. 86-G-13A/B
PROJECT: RESID UPGRADATION PROJECT
Centrifugal pump — References CLIENT: MANALI, CHENNAI DATE: 25-03-10
DOCUMENT NO: 44NC-4600-0086-M.04-0023
API 610 10TH EDITION / ISO 13709 REV. NO. A QUANTITY: 2 Nos (1W +1S)
PRESSURE DESIGN CODES PAGE 6 OF 6
WELDING REQUIREMENTS
PURCHASER DEFINED MATERIAL INSPECTIONS
REV.
1 APPLICABLE TO: PROPOSALS PURCHASE AS BUILT
2 FOR CPCL REFINERY UNIT DCU
3 SITE MANALI, CHENNAI SERVICE COMPRESSOR INTERSTAGE LIQUID PUMP

4 NOTES: INFORMATION BELOW TO BE COMPLETED: BY PURCHASER BY MANUFACTURER BY MANUFACTURER OR PURCHASER


5
5 PRESSURE VESSEL DESIGN CODE REFERENCES.
6 THESE REFERENCES MUST BE LISTED BY THE MANUFACTURER
7 CASTING FACTORS USED IN DESIGN ( 5.3.4) (TABLE 3)
8 SOURCE OF MATERIAL PROPERTIES
9
10 WELDING AND REPAIRS (5.12.3)
11 THESE REFERENCES MUST BE LISTED BY THE PURCHASER (DEFAULT TO TABLE 10 IF NO PURCHASER PREFERENCE IS STATED)
12 ALTERNATIVE WELDING CODES AND STANDARDS (5.12.3.1)
13 Welding Requirement (Applicable Code or Standard) Purchaser-defined Default per Table 10
14 Welder/operator qualification
15 Welding procedure qualification
16 Non-pressure-retaining structural welding such as baseplates or supports
17 Magnetic particle or liquid penetrant examination of the plate edges
18 Postweld heat treatment
19 Postweld heat treatment of casing fabrication welds
20
21 MATERIAL INSPECTION (7.2.2.1) (7.2.1.3)
22 THESE REFERENCES MUST BE LISTED BY THE PURCHASER (DEFAULT TO TABLE 13 IF NO PURCHASER PREFERENCE IS STATED)
23 ALTERNATIVE MATERIAL INSPECTIONS AND ACCEPTANCE CRITERIA (SEE TABLE 13)
24 Type of inspection Methods For fabrications Castings
25 Radiography
26 Ultrasonic inspection
27 Magnetic particle inspection
28 Liquid penetrant inspection
29 REMARKS
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

Page 224 of 724


56

Page 225 of 724


JOB NO. 44NC-4600 ITEM NO.

PROJECT RESID UPGRADATION PROJECT

DOC NO. 44NC-4600-0000-M.04-0008


MONITORING SYSTEM REVISION NO. A DATE 19-MAR-10
DATA SHEET (API 670) PAGE 1 OF 4 BY GAK / GHD / SNG

1 APPLICABLE TO: PROPOSAL PURCHASE AS BUILT DATE REVISION


2 FOR CPCL UNIT
3 SITE CHENNAI, REFIENERY
4 SERVICE
5 INSTRUMENT MANUFACTURER
6 NOTE: INDICATES INFORMATION TO BE COMPLETED BY PURCHASER BY MACHINERY VENDOR
7 BY PURCHASER OR MACHINERY VENDOR
8 MACHINERY TRAIN COMPONENTS OPERATING ENVIRONMENT
9 NUMBER OF: STANDARD COMPONENTS (2.2.4.1)
10 PUMPS ROTARY COMPRESSORS SPECIFIED CHEMICALS (2.2.4.2)
11 STEAM TURBINES GEAR UNITS

12 GAS TURBINES ELECTRIC MOTORS PROBE DATA (3.1.1)


13 CENTRIFUGAL COMPRESS'RS OTHER(DESCRIBE) STD. 4.8 TO 5mm TIP DIA. WITH 1.0 METER INTEGRAL CABLE (3.1.1.2)
14 OPTIONAL PROBES WITH THE FOLLOWING STANDARD

15 SCOPE OF RESPONSIBILITIES OPTIONS: (3.1.1.3)

16 APPENDIX B 7.6 TO 7.9mm (0.300 TO 0.312 INCHES)


17 FINAL INSTALLATION PROBE TIP WITH 3/8-24-UNF-2A PROBE THREADS (3.1.1.3a)

18 MONITORS REVERSE MOUNT, INTEGRAL HEX NUT PROBE BODY (3.1.1.3b)


19 SIGNAL CABLES TIP DIAMETER OF 7.6 TO 7.9mm WITH M10 METRIC THREADS
20 TRANSDUCERS & SENSORS (3.1.1.3c)

21 APPENDIX F REQUIREMENTS TIP DIAMETER OF 4.8 TO 5.0mm WITH M8 METRIC THREADS


22 (3.1.1.3d)

23 SCOPE OF SUPPLY LENGTHS OTHER THAN APPROXIMATELY 25mm (1 INCH)


24 TRANSDUCERS (3.1.1.3e)

25 SENSORS FLEXIBLE STAINLESS STEEL ARMORING ATTACHED TO THE


26 MONITORS PROBE BODY AND EXTENDING TO APPROXIMATELY 100mm
27 (4 INCHES) OF THE CONNECTOR (3.1.1.3f)

28 SITE DATA OTHER (DESCRIBE)


29 DESIGN TEMP, °C OR °F SUMMER MAX WINTER MIN
30 DESIGN WET BULB TEMP. °C OR °F
31 WINTERIZATION REQUIRED
32 TROPICALIZATION REQUIRED
33 UNUSUAL CONDITIONS
34 DUST

35 FUMES NUMBER OF PROBES IN TRAIN


36 OTHER (DESCRIBE) STANDARD COMPLEMENT (APPENDIX H)
37 NONSTANDARD COMPLEMENT REQUIRED
38 ELECTRICAL EQUIPMENT HAZARD CLASS PRIMARY RADIAL
39 CLASS GROUP DIVISION SPARE RADIAL
40 RADIO FREQUENCY INTERFERENCE (3.8.4) PRIMARY AXIAL
41 SPARE AXIAL
42 OPERATING TEMPERATURE RANGE PHASE REFERENCE
43 STANDARD, ALL COMPONENTS(2.2)

44 NONSTANDARD REQUIREMENTS PROBE ARRANGEMENT (APPENDIX H)


45 PROBE & EXTENSION CABLE °C OR °F FROM TO RADIAL TRANSDUCERS
46 OSCILLATOR-DEMODULATOR °C OR °F FROM TO STANDARD ARRANGEMENT (4.1.1)
47 TEMP. SENSOR & LEAD °C OR °F FROM TO DEVIATION FROM STANDARD RADIAL PROBE ARRANGEMENT
48 MONITOR AND POWER SUPPLY °C OR °F FROM TO REQUIRED: (DESCRIBE)
49 ACCELEROMETER °C OR °F FROM TO
50 CHARGE AMPLIFIER °C OR °F FROM TO
51
06/95 SHT 1 OF 4 API670.XLS REV 0

Page 226 of 724


JOB NO. 44NC-4600 ITEM NO.

PROJECT RESID UPGRADATION PROJECT

DOC NO. 44NC-4600-0000-M.04-0008


MONITORING SYSTEM REVISION NO. A DATE 19-MAR-10
DATA SHEET (API 670) PAGE 2 OF 4 BY GAK / GHD / SNG

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

10 PROBES MOUNTED TO MEASURE DECREASING GAP FOR CHARGE AMPLIFIER DATA


11 NORMAL OPERATION (3.5.5.5) INSTRUMENT MANUFACTURER'S MODEL NO.
12 PHASE REFERENCE TRANSDUCERS/ONE EVENT PER REVOLUTION DIMENSIONS (mm) (INCHES) X X

13 DRIVER TEMPERATURE SENSOR DATA (3.3.1)


14 GEARBOX SENSORS NOT REQUIRED
15 INPUT SHAFT STANDARD GROUNDED, TYPE J IRON/COPPER-NICKEL
16 OUTPUT SHAFT (CONSTANTAN) THERMOCOUPLE

17 DRIVEN EQUIPMENT OPTIONAL 100 OHM, PLATINUM, THREE-LEAD RTD'S, WITH A


18 OTHER (DESCRIBE) TEMPERATURE COEFFICIENT OF RESISTANCE EQUAL TO
19 0.00385 OHM/OHM/°C

20 EXTENSION CABLE DATA (3.1.2) OTHER (DESCRIBE)


21 STANDARD 4.0 METER (160 INCHES) LENGTH, NONARMORED FLEXIBLE STAINLESS STEEL OVERBRAIDING ON LEADS (3.3.1.2)
22 4.0 METER (160 INCHES) LENGTH, ARMORED (4.2.1.4)

23 CABLE CONNECTOR ELECTRICAL ISOLATION (4.2.1.4) TEMPERATURE SENSOR MOUNTING


24 INSULATING SLEEVE EMBEDDED SENSORS
25 INSULATING WRAP (DESCRIBE) SPRING-LOADED SENSORS (BAYONET TYPE) (4.2.5.3)
26 OTHER (DESCRIBE)
27 OTHER (DESCRIBE) ELECTRICALLY INSULATED FROM BEARING (4.2.5.5)
28

29 PIEZO ELECTRIC ACCELEROMETER DATA (3.2)


30 GENERAL: RADIAL BEARING TEMPERATURE SENSOR ARRANGEMENT
31 INSTRUMENT MANUFACTURER'S MODEL NO. SENSORS REQUIRED
32 ACCELEROMETER POWER REQMT 24 VDC (mA) SENSORS NOT REQUIRED
33 EXTERNAL CHARGE AMPLIFIER SLEEVE TYPE, L/D RATIO > 0.5 (4.1.5.1.2)
34 SPECIAL BODY MATERIAL SLEEVE TYPE, L/D RATIO ≤ 0.5 (4.1.5.1.3)
35 MOUNTING ENVIRONMENT TEMPERATURE °C OR °F TILT-PAD TYPE, L/D RATIO > 0.5 (4.1.5.1.5)
36 TRANSDUCER MOUNTING: TILT-PAD TYPE, L/D RATIO ≤ 0.5 (4.1.5.1.6)
37 API APPENDIX FIGURE: C1 C2 C3 C4 LOAD-ON PAD (4.1.5.1.7)
38 OTHER LOAD-BETWEEN-PADS (4.1.5.1.8)
39 STANDARD MOUNTING/STANDARD ACCELEROMETER (3.2.1) OTHER (DESCRIBE)
40 ACCELEROMETER WITH THE FOLLOWING OPTIONS: (3.2.1.4)
41 CENTER-POST MOUNTING - ENGLISH THREADS OTHER

42 THAN 1/4-28 UNF (3.2.1.4a) THRUST BEARING TEMPERATURE SENSOR ARRANGEMENT


43 SPECIFY THREADS SENSORS REQUIRED
44 CENTER-POST MOUNTING - METRIC THREADS (3.2.1.4b) SENSORS NOT REQUIRED
45 SPECIFY THREADS STANDARD TWO SENSORS IN ACTIVE BEARING
46 THREE OR FOUR-BOLT FLANGE MOUNTING (3.2.1.4c) SENSORS DEGREES APART
47 SIDE CONNECTOR (3.2.1.4d) STANDARD TWO SENSORS IN INACTIVE BEARING
48 INTEGRAL EXTENSION CABLE (3.2.1.4e) SENSORS DEGREES APART
49 ACCELEROMETER MOUNTING BLOCK (3.2.1.4f) OTHER (DESCRIBE)
50 INTEGRAL CENTER POST(3.2.1.4g)
51
06/95 SHT 2 OF 4 API670.XLS REV 0

Page 227 of 724


JOB NO. 44NC-4600 ITEM NO.

PROJECT RESID UPGRADATION PROJECT

DOC NO. 44NC-4600-0000-M.04-0008


MONITORING SYSTEM REVISION NO. A DATE 19-MAR-10
DATA SHEET (API 670) PAGE 3 OF 4 BY GAK / GHD / SNG

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

6 VDC TRANSDUCER OK LIMITS


7 OUTPUTS HARDWARE AND SOFTWARE
8 STANDARD 4 TO 20 mA ZERO TO TEN VOLTS DC DIAGNOSTICS

9 ANALOG DIGITAL OUTPUT GRAPHIC COMMUNICATIONS LINK STATUS


10 OTHER (DESCRIBE) ALARM SETPOINTS
11 TAMPERPROOF SHUTDOWN DISARM WITH LIGHT EMITTING GAP VOLTAGE
12 DIODE (3.5.1.5) TIME STAMP AND DATE ALL
13 RELAYS TRANSMITTED DATA

14 ALARM (ALERT) LOG OF SYSTEM ENTRY TO


15 STANDARD NORMALLY ENERGIZED INCLUDE DATA, TIME, INDIVIDUAL
16 OPTIONAL NORMALLY DEENERGIZED ACCESS CODE AND RECORD OF
17 SHUTDOWN (DANGER) CHANGES

18 STANDARD NORMALLY DEENERGIZED OTHER (DESCRIBE)


19 OPTIONAL NORMALLY ENERGIZED

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

06/95 SHT 3 OF 4 API670.XLS REV 0

Page 228 of 724


JOB NO. 44NC-4600 ITEM NO.

PROJECT RESID UPGRADATION PROJECT

DOC NO. 44NC-4600-0000-M.04-0008


MONITORING SYSTEM REVISION NO. A DATE 19-MAR-10
DATA SHEET (API 670) PAGE 4 OF 4 BY GAK / GHD / SNG

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

5 STANDARD MONITOR (3.5.4.1) 10 DAY NOTICE REQUIRED BEFORE TEST


6 OPTIONS (3.5.4.2) MONITORING SYSTEM TO BE USED DURING MECHANICAL
7 MONITOR AND DISPLAY EITHER ACCELERATION OR RUNNING TEST (DESCRIBE EXTENT TO BE USED).
8 VELOCITY (SPECIFY)
9 MONITOR AND DISPLAY TWO CHANNELS OF ACCELER'TN
10 AND/OR VELOCITY (SPECIFY)
11 ALTERNATE FILTER AND/OR FREQ'NCY RANGES (SPECIFY)
12
13 MONITOR AND DISPLAY IN TRUE RMS PROBES CALIBRATED TO INSTALLED PROBE TARGET AREA (5.6.2.1)
14 ALTERNATE FULL-SCALE RANGES (SPECIFY) MISCELLANEOUS
15 DUAL VOTING LOGIC SPECIAL PACKING, SEALING, MARKING OR STORAGE REQUIREMENTS:
16 OTHER (DESCRIBE) DESCRIBE:
17
18

19 SYSTEM WIRING & CONDUIT (3.6)


20 VIBRATION & POSITION SIGNAL CABLE
21 SINGLE CIRCUIT CABLE (APPENDIX D.2)
22 MULTIPLE-CIRCUIT CABLE (APPENDIX D.3)
23 TEMPERATURE SIGNAL CABLE
24 SINGLE CIRCUIT THERMOCOUPLE (APPENDIX D.4)
25 OTHER (DESCRIBE)
26
27 OSCILLATOR-DEMODULATOR MOUNTING BOXES
28 ONE PER MACHINE CASE
29 TWO PER MACHINE CASE
30 OTHER (DESCRIBE)
31

32 FIELD-INSTALLED INSTRUMENTS (3.8) REMARKS:


33 LOCATION INDOOR OUTDOOR
34 HOUSING/MOUNTING BOX
35 NEMA TYPE
36 DRY AIR PURGE REQUIREMENTS (3.8.2)
37 NONE REQUIRED
38 REQUIRED PER ISA-512.4 & NFPA 496
39 TYPE X
40 TYPE Y
41 VENDOR'S DATA (SEC 6)
42 NO. OF COPIES OF REQUIRED DOCUMENT
43 REQUIRED BY (SPECIFY DATE)
44 NO. OF PRINTS AND/OR REPRODUCIBLES REQUIRED
45 REQUIRED BY (SPECIFY DATE)
46 OTHER (DESCRIBE)
47
48
49
50
51
06/95 SHT 4 OF 4 API670.XLS REV 0

Page 229 of 724


PAGE 1 OF 2

COUPLING DATA SHEET JOB . NO. 44NC-4600 ITEM NO.


API 671 THIRD EDITION DOC NO. 44NC-4600-0000-M.04-0009 DATE 19-MAR-10
SI UNITS PROJECT RESID UPGRADATION PROJECT
REVISION A BY GAK /GHD /SNG

1 NOTE: INFORMATION TO BE COMPLETED BY PURCHASER BY COUPLING MANUFACTURER


2 APPLICABLE TO: PROPOSAL PURCHASE AS BUILT

3 OWNER: CPCL NO. REQUIRED


4 SITE: CHENNAI REFINERY SERVICE:

5 DRIVER: TYPE MANUFACTURER MODEL


6 NAMEPLATE POWER (KW) SERVICE FACTOR SERIAL NO. TAG. NO.
7 DRIVEN UNIT: MANUFACTURER MODEL
8 SERIAL NO. TAG. NO.

9 COUPLING TYPE: FLEXIBLE ELEMENT GEAR QUILL SHAFT OTHER

10 MANUFACTURER: MODEL SIZE ASS'Y. DWG. NO.

11 CONDITIONS CONSIDERED FOR COUPLING SELECTION RATINGS


12 TORQUE TORQUE SERVIC
CONDITIONS @ RPM @ RPM
13 (N-m) (N-m) FACTO

14 NORMAL (2.1.1.3) NORMAL

15 DRIVEN RATED LOAD PEAK

16 MAXIMUM STEADY STATE (2.1.1.2.d) MOMENTARY

17 MAXIMUM TRANSIENT (2.1.1.2.d) SHAFT JUNCTURE


DRIVING (2.1.1.9)
18 TRIP CONDITION

19 CONTINUOUS CYCLIC (2.1.1.2.d) SHAFT JUNCTURE


DRIVEN (2.1.1.9)
20 OTHER:

21 FREQUENCY OF TRANSIENTS (EVENTS/TIME) (2.1.1.8) NON-SYNCHRONOUS EXCITING FREQUENCY (2.5.1)


22 COUPLING MINIMUM REQUIRED SERVICE FACTOR, SF (2.1.1.4)(2.1.1.7)
23 AMBIENT TEMPERATURE (oC) MAXIMUM MINIMUM
24 ENVIRONMENT (2.7.3) (2.7.4) HYDROGEN CHLORIDE HYDROGEN SULFIDE OTHER:

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.):

31 @ AMBIENT TEMP. @ NORMAL OPERATION @ MAXIMUM TRANSIENT


32 MOTOR ROTOR FLOAT (mm) LIMITED END FLOAT (mm) (2.2.3)
33 MARINE TYPE REQUIRED (2.2.2) FLEX-HUB TYPE REQUIRED (2.2.2) ELECTRICALLY INSULATED (2.1.12)
34 REQUIRED MISALIGNMENT CAPABILITY (2.1.1.6)
35 STEADY STATE: ANGULAR (DEG.) PARALLEL OFFSET (mm) AXIAL (mm)
36 TRANSIENT: ANGULAR (DEG.) PARALLEL OFFSET (mm) AXIAL (mm)
37 MAXIMUM ALLOWABLE MISALIGNMENT (5.2.2.3.q)
38 STEADY STATE: ANGULAR (DEG.) PARALLEL OFFSET (mm) AXIAL (mm)
39 TRANSIENT: ANGULAR (DEG.) PARALLEL OFFSET (mm) AXIAL (mm)
40 COMPONENT BALANCE (2.6.2.1) (2.6.3.5) OR COMPONENT BALANCE WITH ASSEMBLY CHECK BALANCE (2.6.2.2) (2.6.3.6)
41 OR COMPONENT BALANCE WITH ASSEMBLY BALANCE(2.6.2.3) (2.6.3.7)
42 RESIDUAL UNBALANCE CHECK OF ASSEMBLED COUPLINGS (2.6.3.8) BALANCE REPEATABILITY CHECK (2.6.3.9)
43 MAXIMUM ALLOWABLE RESIDUAL UNBALANCE (g-mm) (2.6) DRIVER END DRIVEN END
44 MAXIMUM ACTUAL RESIDUAL UNBALANCE (g-mm) (2.6) DRIVER END DRIVEN END
45 TORSIONAL STIFFNESS (kg-mm/RAD) (5.2.2.3.j)
46 WR²(kg-mm 2) (5.2.2.3.i) DRIVER END DRIVEN END
47 SPACER LATERAL NATURAL FREQUENCY (2.5.2) (5.2.2.3.k)
48 TORQUE CAPACITY OF HUB/SHAFT INTERFACE FOR KEYLESS FITS (N-m) (5.2.2.3.t)

Page 230 of 724


G

CE
OR

Page 231 of 724


DATASHEET
FOR Project no:44NC-4600
OIL SYSTEM Doc.No.: 44NC-4600-0000/M.04/0003/A4
4 CLIENT HPCL SERVICE ITEM NO.
5 SITE MUMBAI,INDIA MANUFACTURER QUANTITY
6 NOTES: 1. THE PARTY TO COMPLETE THE INFORMATION IS INDICATED AS FOLLOWS:
7 EPCC CONTRACTOR VENDOR ∇ EITHER BY VENDOR IF NOT BY EPCC CONTRACTOR
8 2. . INDICATES MANDATORY REQUIREMENTS
9 3. DESIGNATIONS IN ( ) ARE APPLICABLE PORTIONS OF THE STANDARD. NUMBERS WITHOUT A PREFIX ARE PARAGRAPH NUMBERS,
10 THOSE PREFIXED "T" ARE TEXT FIGURE NUMBERS, THOSE PREFIXED "A" ARE APPENDIX "A" FIGURE NUMBERS.
11 APPLICABLE DOCUMENTS: INSTALLATION DATA:Ref BEDB
12 API 614 GENERAL SITE DATA (2.1.12)
13 ADDITIONAL DOCUMENTS UTILITIES DATA
14 LUBE & SEAL OIL SYSTEMS LOCATION: MAIN EQUIPMENT
15 CENTRIFUGAL PUMPS OIL SUPPLY SYSTEM
16 GENERAL PURPOSE TURBINES INNER SEAL DRAIN TRAPS
17 INDUCTION MOTORS DEGASSING DRUM
18 WINTERIZE (5.1.k) TROPICALISE
19 SOUND LEVELS AREA CLASSIFICATION ref area classification drawing
20 ∇ OTHER CODES Class Group Div.
21 SPACE AVAIL. FOR SYSTEM; m: L W H
22 OVERALL SYSTEM SCHEMATICS: FIG. NO. OPTION NOS. COMMENTS
23
24 COMBINED LUBE & CONTROL OIL SYSTEM
25 SEPARATE SEAL OIL SYSTEM
26 SEAL MODULE AT EQUIPMENT
27 LUBE/CONTROL SYSTEMS
28 BASIC OIL SUPPLY MODULE 2A-10
29 LUBE MODULE AT EQUIPMENT 2A-11
30 ∇ RELIEF VALVES TO PROTECT LOW PRESSURE SYSTEMS : ∇ NO ∇ YES
31 DRAWING REQUIREMENTS 2A-8
32 COMPONENT REVIEW
33 EQUIPMENT OIL REQ'D: NORMAL AFTER TRIP NORMAL AFTER TRIP
34 (2.1.5) M³/H (BARG) M³/H (BARG) M³/H (BARG) M³/H (BARG)(kPA)
35 LUBE OIL: DRIVEN EQUIP. SEAL OIL: AT
36 PRIME MOVER AT
37 GEARS AT
38 COUPLINGS AT
39 TOTAL AT
40 CONTROL OIL: NORMAL TOTAL
41 TRANSIENT ∇ OIL TYPE & VISCOSITY
42 INDIAN OIL CORPORATION MANUFACTURING RANGE OF OILS SHALL BE PREFERRED
43 REFER COMPRESSOR AND DRIVE TURBINE DATA SHEET FOR SETTING OF SYSTEM PRESSURE.
44 BASIC SYSTEM DETAILS: SUPPLY ARRGT. (2.2.1) LUBE OIL SEAL OIL COMBINED
45 COMPRESSOR BLOCK-IN TIME MINUTES SEPARATE CONSOLE
46 EQUIPMENT COST-DOWN TIME MINUTES MULTIPLE-PACKAGE CO. 1
47 EQUIPMENT COOL-OFF TIME DRIVER MINUTES MULTIPLE-PACKAGE CO. 2
48 OTHER MINUTES MULTIPLE-PACKAGE CO. 3
49 MINIMUM START-UP TEMP. ºC
50 SETTING OUT PRESSURES (BARG) BASEPLATES (2.2)
51 PROCESS RELIEF VALVE SETTINGS kPa POINT SUPPORT
52 SHOP TEST CONDITIONS GROUT HOLE/VENT HOLES
53 EPOXY GROUT/PRECOAT
54 FIELD START-UP/RUN-IN CONDITIONS
55
56 OTHER SPECIAL CONDITIONS PAINTING: (4.4.2)
57 COMPONENT SUPPLIER STANDARD
58 WELDING AND SPECIAL REQUIREMENTS UNIFIED, SYSTEM SUPPLIER'S STANDARD
59 SPECIAL:
60 PREPARED : GAK REFERENCE PDS NO. :
61 CHECKED : GHD
62 APPROVED : SNG
63 DATE : 19/03/2010
64 ISSUE : A

1 of 7 44NC-4~3.XLS

Page 232 of 724


DATASHEET
FOR Project no:44NC-4600
OIL SYSTEM Doc.No.: 44NC-4600-0000/M.04/0003/A4
4 PIPING AND TUBING: (2.13)
5 MATERIAL (2.13.8) (2.13.10) SS 304/ 316
6 DOUBLE BLOCKS & BLEEDS FOR:
7 TIGHT SHUTOFF FOR: OIL CONDITIONERS: (2.10)
8 ∇ FITTINGS FOR TUBING PORTABLE CENTRIFUGE WITH MICRO FILTER/ OR PUMP WITH MICROFILTER
9 SERVICE USED IN
10 CARB. STL SLIP-ON FLANGES TYPE
11 THROUGH STUDS REQUIRED PORTABLE
12 HEAT TRACING REQUIRED: ∇ RATED m³/h OF OIL
13 ∇ MANUFACTURER ALFA LAVAL / INTERNORMEN
14 ∇ MODEL
15 SPECIAL REQUIREMENTS DRIVE: FOR
16 ∇ kw & ENCLOSURE
17 WELDING NDE V/PH/HZ
18 100% RADIOGRAPHY WATER REMOVAL RATE
19 MAGNETIC PARTICLE ∇ MATERIALS OF CONSTRUCTION
20 LIQUID PENETRANT MISCELLANEOUS DOCUMENTATION:
21 UTILITIES MANIFOLDED TO COMMON CONNECTIONS SPARE PART QUOTATION WITH PROPOSAL
22 AIR SPARE PART QUOTATION AFTER CONTRACT
23 COOLING WATER ABOVE BASED ON NORMAL SUPPLY FOR MONTH
24 OTHER COMPLETE APPENDIX C
25 INSTRUMENT TEST VALVES REQUIRED PROGRESS REPORTS
26 VALVE HEADS VENTED TO RESERVOIR COMPONENT SELECTION REVIEW
27
28 RESERVOIR: (2.3) SEPARATE LUBE LUBE/SEAL COMB. SEPARATE SEAL
29 SERVICE APPLICATION
30 PURCHASER'S ITEM NO.
31 FIGURE NOS.
32 INCLUDING OPTION NOS.
33 HEATER: STEAM/ELECTRIC
34 HEATER IN SEALED TUBE
35 MATERIAL
36 NORMAL FLOW m³/h
37 FREE SURFACE m²
38 ∇ WORKING CAPACITY, MIN/m³ 5 minutes
39 ∇ RETENTION CAPACITY, MIN./m³ 8 minutes
40 RUNDOWN CAPACITY m³
41 NORMAL OPERATING RANGE, m³
42 CHARGE CAPACITY m³
43 INSULATION CLIPS
44 LADDER WITH HANDRAILS
45 HANDRAILS ON TOP
46 NONSKID DECKING ON TOP
47 FLANGED VENT
48 OVERSIZE FLANGED VENT
49 PRESS. RELIEF DEVICE, TYPE & MAT'L.
50 SIPHON BREAKER
51 TOP MOUNTED COMPONENTS: PERMITTED
52 TOP MOUNTED COMPONENTS: ACTUAL
53 SUBMERGED COMPONENTS AND MATERIALS
54 APPROX. DIMENSIONS (TANK ONLY): L X W X H (m)
55 PUMP AND DRIVES:
56 LUBE LUBE & SEAL SEPARATE SEAL OIL BOOSTER SEAL OIL
57 SERVICE APPLICATION
58 FIGURE NOS.
59 INCLUDING OPTION NOS.
60 EMERG. PUMP SYSTEM
61
62
63
64

2 of 7 44NC-4~3.XLS

Page 233 of 724


DATASHEET
FOR Project no:44NC-4600
OIL SYSTEM Doc.No.: 44NC-4600-0000/M.04/0003/A4
4 MAIN/STDBY EMERGENCY MAIN/STDBY EMERGENCY MAIN/STDBY EMERGENCY
5 PUMP SERVICE
6 PUMP ITEM NO.
7 PUMP TYPE
8 PUMP DATA SHEET
9 HORI. OR VERT.
10 DRIVER ITEM NO.
11 TURBINE DRIVER FOR
12 TURBINE DATA SHEET
13 ELECT. MOTOR DRIVER FOR
14 ELECT. MOTOR DATA SHEET
15 OTHER DRIVER:
16 OTHER DRIVER: DATA SHEET
17 COUPLING DRY METALLIC DIAPHRAGM TYPE
18 BOOSTER PUMPS REQ'D
19 BOOSTER SUCTION PROTECTION
20 SOLENOID TRIP VALVE
21 ROTARY PUMP RELIEF VALVE VENDOR
22 REFER TO GENERAL NOTE(S) AT BEGINNING OF APPENDIX.
23 COOLERS: LUBE OIL LUBE & SEAL SEPARATE SEAL OIL
24 SERVICE APPLICATION LUB/ CONTROL
25 PURCHASER'S ITEM NOS.
26 TWIN UNITS
27 INCLUDING OPTION NOS.
28 WATER SIDE FOR STEAM HEATING
29 FULL DETAILS ON DATA SHEET
30 ∇ WATER SIDE CORROSION ALLOWANCE
31 ∇ MANUFACTURER
32 ∇ MODEL
33 TEMA CLASS C
34 ∇ FOULING FACTOR WATER/OIL SIDE
35 DUTY: MJ/hr
36 ∇ TUBE: L X O.D. X BWG.
37 ∇ DESIGN/TEST: SHELL SIDE (kPa) (BARG)
38 ∇ DESIGN/TEST: TUBE SIDE (kPa) (BARG)
39 CODE: CONSTRUCTION/STAMP / / /
40 ∇ TUBE WATER VELOCITY & CAPACITY: m/s/m³/h
41 ∇ MATERIAL: SHELL
42 ∇ CHANNELS & COVERS
43 TUBE SHEETS/TUBES
44 REMOVABLE TUBE BUNDLE
45 U-BEND TUBE PERMITTED
46 OIL TEMP. CONTROL VALVE
47 FILTERS:
48 ∇ SERVICE APPLICATION LUBE & CONTROL OIL ∇ SEPARATE SEPARATE BOOSTER PUMP SEPARATE
49 ∇ SEAL & CONTROL OIL SEAL OIL DISCHARGE OIL COUPLING OIL
50 PURCHASER'S ITEM NOS.
51 TWIN (2.5.1, A17-A18)
52 SECOND FOR CONTROL OIL
53 INCLUDING OPTION NOS.
54 MICRONS (NORMAL)
55 ∇ MANUFACTURER
56 ∇ MODEL
57 ∇ DESIGN/TEST, PSIG
58 CODE: CONST./STAMP / / / / /
59 CLEAN/FAIL ∇ (kPa) (BARG)
60 ∇ MATERIAL: CASE & TOP
61 ∇ CARTRIDGES
62 FURNISH SET OF EXTRA CARTRIDGES: PER SERVICE PER FILTER (EXTRA OVER OTHER SPARES.)
63
64

3 of 7 44NC-4~3.XLS

Page 234 of 724


DATASHEET
FOR Project no:44NC-4600
OIL SYSTEM Doc.No.: 44NC-4600-0000/M.04/0003/A4
4 CONTINUOUS FLOW TRANSFER VALVES:
5 ∇ SERVICE APPLICATION LUBE & CONTROL OIL ∇ SEPARATE SEPARATE BOOSTER PUMP SEPARATE
6 SEPARATE SEAL & CONTROL OIL SEAL OIL DISCHARGE OIL COUPLING OIL
7 FOR COOLERS & FILTERS
8 TIGHT SHUTOFF/SPECTACLE
9 BLINDS REQUIRED
10 TYPE
11 ∇ MANUFACTURER/MODEL
12 ∇ WITH LIFTING JACK ∇ ∇ ∇ ∇ ∇
13 RATING: (kPa) (BARG)
14 ∇ MATERIAL: BODY
15 ∇ PLUG OR BALL
16 ∇ TRIM
17 ACCUMULATORS: (2.8) LUBE OIL CONTROL OIL SEAL OIL SEAL OIL BOOSTER
18 SERVICE APPLICATION
19 PURCHASER'S ITEM NOS.
20 REQUIRED: YES OR NO & QUANTITY
21 ∇ SERVICE COMBINED WITH
22 DIRECT CONTRACT TYPE
23 BLADDER TYPE
24 INCLUDING OPTION NOS.
25 RUNDOWN , MINUTES
26 OIL TEMP. CONTROL
27
28 CONSTANT PRESS. REGULATOR
29 ∇ MANUFACTURER
30 ∇ MODEL
31 NOMINAL/USABLE CAPACITY, m³
32 ∇ MATERIAL SHELL
33 ∇ BLADDER
34 ∇ DESIGN/TEST, (BARG)
35 CODE: CONST./STAMP / / / /
36 INCLUDE: CHARGE PRESSURE GAUGE PLUS
37 MANUAL CHARGE VALVE OR
38 GAS SUPPLY REGULATOR
39 OVERHEAD TANKS:
40 SERVICE APPLICATION RUNDOWN LUBE LOW PRESS. SEAL MED. PRESS.. SEAL HIGH PRESS. SEAL
41 REQUIRED: YES OR NO YES
42 ∇ SERVICE COMBINED WITH
43 DIRECT CONTRACT TYPE (A14)
44 TANK PLUS BLADDER TYPE
45 INCLUDING OPTION NOS.
46 CAPACITY, MIN.
47 BLOWDOWN CONNECTION
48 RUNDOWN TANKS:
49 CAPACITY m³/h 2A - 13A
50
51 OVERHEAD TANK: ITEM NO.
52 CORROSION ALLOWANCE
53 MATERIAL SS ASTM A-240
54 ∇ TOTAL CAPACITY, m³
55 ∇ DESIGN/TEST, (BARG)
56 CODE: CONST./STAMP / / / /
57
58
59
60
61
62
63
64

4 of 7 44NC-4~3.XLS

Page 235 of 724


DATASHEET
FOR Project no:44NC-4600
OIL SYSTEM Doc.No.: 44NC-4600-0000/M.04/0003/A4
4 PANEL IDENTIFICATION L B C PANEL IDENTIFICATION L B C
5 PRESSURE GAUGES: ALARM & SHUTDOWN SWITCHES:
6 MAIN TURBINE INLET ALARM TRIP FUNCTION
7 MAIN TURBINE FIRST STAGE HIGH RADIAL SHAFT VIBRATION
8 MAIN TURBINE EXTRACTION HIGH AXIAL DISPLACEMENT
9 MAIN TURBINE EXHAUST OVER SPEED
10 STEAM CHEST REVERSE ROTATION
11 FIRST STAGE AFTER EXTR..
12 NOZZLE BOWL HIGH WINDING TEMPERATURE
13 STEAM SEAL
14 EJECTOR/EDUCTOR STEAM HIGH JOURNAL BRG. METAL TEMP.
15 COMPRESSOR SUCTION HIGH THRUST BRG. METAL TEMP.
16 COMPRESSOR DISCHARGE HIGH COMPR. SUCTION GAS TEMP.
17 BALANCE CHAMBER(S)
18 COMPRESSOR BALANCE DRUM HIGH COMPR. DISCHARGE GAS TEMP.
19 LOW COMPR. SUCTION GAS TEMP.
20 DIFFERENTIAL PRESSURE GAUGES: LOW COMPR. BALANCE DRUM DIFF. PRESSURE
21 COMPRESSOR AIR FILTER
22 BUFFER GAS UNIT SHUTDOWN
23 LOW BUFFER GAS DIFFER. PRESS. (S)
24 TEMPERATURE GAUGES: LOW BUFFER GAS FLOW
25 MAIN TURBINE INLET STEAM HIGH TURBINE EXHAUST PRESSURE
26 MAIN TURBINE EXHAUST HIGH FIRST STAGE STEAM PRESSURE
27 MAIN TURBINE EXTR./INDUC. (MULTISTAGE TURBINE)
28 COMPRESSOR SUCTION GAS (EACH SEC.) HIGH TURBINE EXTRACT/
29 COMPRESSOR DISCHARGE GAS (EACH SEC.) INDUCTION PRESSURE
30 TRIP & THROTTLE VALVE POSITION
31 LEVEL INDICATORS/CONTROLLERS: HIGH TURBINE STEAM SEAL LEAKAGE
32 SUCTION SEPARATOR TURBINE EXHAUST OVER-TEMP.
33 INTERSTAGE SEPARATOR LOW FUEL SUPPLY PRESSURE
34 DISCHARGE SEPARATOR FAILURE OF EXHAUST OVER-TEMP.
35 SHUT DOWN DEVICE
36 PUSH BUTTON STATIONS: COMBUSTOR FLAME OUT
37 MAIN EQUIPMENT START HIGH DIFF. PRESS. INLET AIR FILTER
38 MAIN EQUIPMENT STOP HIGH LEVEL IN SEPARATORS
39 COMPRESSOR BLOCK-IN
40 COMPRESSOR UNBLOCK
41 MISCELLANEOUS:
42 EQUIPMENT TACHOMETER
43 EQUIPMENT SPEED CONTROL MONITORS:
44 EQUIPMENT AMMETER VIBRATION
45 COMPR. INLET CONTROLLER AXIAL POSITION
46 ANNUNCIATOR SYSTEM THRUST BEARING METAL TEMP.
47 EQUIPMENT FLOW METER JOURNAL BEARING METAL TEMP.
48 GUIDE VANE POSITIONER
49 SUCTION THROTTLE VALVE
50 ANTI SURGE EQUIPMENT:
51 CAPACITY CONTROL EQUIPMENT:
52 PANEL IDENTIFICATION L A B PANEL IDENTIFICATION L A B
53 PRESSURE GAUGES (3.4.5) ALARM & SHUTDOWN SWITCHES:
54 MAIN LUBE OIL PUMP DISCHARGE START ALARM TRIP FUNCTION
55 STAND-BY LUBE OIL PUMP DISCHARGE PUMP
56 EMERGENCY LUBE OIL PUMP DISCHARGE LOW LUBE OIL RESERVOIR LEVEL
57 SEAL OIL PUMP DISCHARGE LOW SEAL OIL RESERVOIR LEVEL
58 STAND-BY SEAL OIL PUMP DISCHARGE HIGH SEAL OIL TANK LEVEL
59 EMERGENCY SEAL OIL PUMP DISCHARGE HIGH-HIGH SEAL OIL HEAD TANK LEVEL
60 BOOSTER PUMP DISCHARGE LOW SEAL OIL HEAD TANK LEVEL
61 STAND-BY BOOSTER PUMP DISCHARGE LOW-LOW SEAL OIL HEAD TANK LEVEL
62 EMERGENCY BOOSTER PUMP DISCHARGE STAND-BY LUBE OIL PUMP START
63 LUBE OIL HEADER (EACH LEVEL) LOW EMERG. LUBE OIL RUNDOWN TANK LVL.
64 SEAL OIL HEADER (EACH LEVEL) STAND-BY LUBE OIL PUMP RUNNING

5 of 7 44NC-4~3.XLS

Page 236 of 724


DATASHEET
FOR Project no:44NC-4600
OIL SYSTEM Doc.No.: 44NC-4600-0000/M.04/0003/A4
4 PANEL IDENTIFICATION L A B PANEL IDENTIFICATION L A B
5 PRESSURE GAUGES ALARM & SHUTDOWN SWITCHES:
6 START ALARM TRIP FUNCTION
7 PUMP
8 GOVERNOR OIL HEADER STAND-BY SEAL OIL PUMP RUNNING
9 CONTROL OIL HEADER STAND-BY BOOSTER OIL PUMP RUNNING
10 PUMP TURBINE STEAM SUPPLY EMERGENCY LUBE OIL PUMP RUNNING
11 ACCUMULATOR PRE CHARGE GAS EMERGENCY SEAL OIL PUMP RUNNING
12 COMPRESSOR SEAL REFERENCE GAS EMERGENCY BOOSTER OIL PUMP RUNNING
13 COUPLING OIL HIGH LUBE OIL FILTERS ∆ PRESSURE
14 PURGE GAS SUPPLY HIGH SEAL OIL FILTERS ∆ PRESSURE
15 EACH OIL PUMP SUCTION HIGH GOVERNOR OIL FILTERS ∆ PRESSURE
16 DIFFERENTIAL PRESSURE GAUGES: HIGH CONTROL OIL FILTERS ∆ PRESSURE
17 LUBE OIL FILTERS HIGH COUPLING OIL FILTERS ∆ PRESSURE
18 SEAL OIL FILTERS HIGH SEAL OIL DRAINER LEVEL
19 BOOSTER OIL FILTERS LOW LUBE OIL HEADER PRES. (EACH LVL.)
20 GOVERNOR OIL FILTERS LOW-LOW LUBE OIL HEADER PRES. (EA. LVL.)
21 CONTROL OIL FILTERS LOW SEAL OIL HEADER PRES. (EACH LVL.)
22 COUPLING OIL FILTERS LOW CONTROL OIL HEADER PRESSURE
23 OIL PURIFIER LOW SEAL OIL ∆ PRESSURE (EACH LEVEL.)
24 COMPRESSOR SEALS (EACH LEVEL) LOW-LOW SEAL OIL ∆ PRESSURE (EACH LVL.)
25 SEAL GAS HIGH THRUST BRG. OIL TEMP. (EACH LEVEL)
26 SIGHT FLOW INDICATORS: HIGH LUBE OIL COOLER OUTLET TEMP.
27 COUPLING DRAIN (EACH COUPLING) LOW LUBE OIL COOLER OUTLET TEMP.
28 THRUST BEARING DRAINS (EACH BRG.) HIGH SEAL OIL COOLER OUTLET TEMP.
29 OUTER SEAL DRAIN (EACH SEAL) LOW SEAL OIL COOLER OUTLET TEMP.
30 GEAR CASE DRAINS LOW BOOSTER PUMP SUCTION PRESSURE
31 JOURNAL BEARING DRAINS (EACH BRG.) HIGH RUNDOWN TANK LEVEL
32 EMERGENCY LUBE OIL RUNDOWN TANK OUTLET LOW RUNDOWN TANK LEVEL
33 COUPLING INLET (3.4.6.4) HIGH ACCUMULATOR LEVEL
34 TEMPERATURE GAUGES: LOW ACCUMULATOR LEVEL
35 COOLER INLETS/OUTLETS
36 OIL OUTLET EACH BEARING
37 OTHER LOCATIONS
43 PANEL-MOUNTED ITEM DETAILS: OIL SYSTEM INSTRUMENTATION (CONTINUED)
44 PANEL IDENTIFICATION L A B PANEL IDENTIFICATION L A B
45 LEVEL INDICATORS/CONTROLLERS: TEMPERATURE GAUGES:
46 CONTAMINATED SEAL OIL DRAIN TRAPS START ALARM TRIP FUNCTION
47 SEAL OIL DRAIN TRIP LEVEL CONTROLLER PUMP
48 DEGASSING TANK LUBE OIL COOLER INLET
49 LUBE OIL RESERVOIR LUBE OIL COOLER OUTLET
50 SEAL OIL RESERVOIR SEAL OIL COOLER INLET
51 SEAL OIL HEAD TANKS SEAL OIL COOLER OUTLET
52 SEAL HEAD TANK LEVEL CONTROLLER LUBE OIL RESERVOIR
53 LUBE OIL RUNDOWN TANK SEAL OIL RESERVOIR
54 ACCUMULATOR JOURNAL BEARING OUTLET (EACH BRG.)
55 MISCELLANEOUS THRUST BEARING OUTLET (EACH BRG.)
56 RESERVOIR PURGE FLOW INDICATORS SEAL OUTLET (EACH SEAL)
57 ANNUNCIATOR SYSTEM (3.3.5) DEGASSING TANK
58 STAND-BY PUMP(S) READY TO RUN GEAR CASE DRAIN
59 INSTRUMENT SUPPLIERS: DETAILS MAKE DESCRIPTION
60 PRESSURE GAUGES:
61 TEMPERATURE GAUGES:
62 LEVEL GAUGES:
63 DIFF. PRESSURE GAUGES:
64 PRESSURE SWITCHES:
65 TEMPERATURE SWITCHES:

6 of 7 44NC-4~3.XLS

Page 237 of 724


DATASHEET
FOR Project no:44NC-4600
OIL SYSTEM Doc.No.: 44NC-4600-0000/M.04/0003/A4
4 LEVEL SWITCHES: DETAILS MAKE DESCRIPTION
5 DIFF. PRESSURE SWITCHES
6 CONTROL VALVES:
7 PRESSURE RELIEF VALVES:
8 THERMAL RELIEF VALVES:
9 SIGHT FLOW INDICATORS:
10 PRESSURE TRANSMITTERS:
11 VIBRATION EQUIPMENT:
12 TACHOMETER:
13 SOLENOID VALVES:
14 ANNUNCIATOR:
15 THERMOCOUPLES:
16 RESISTANCE TEMP. DETECTORS:
17 THERMOWELLS:
18 SHOP TESTS OF SYSTEMS: SHOP INSPECTION: (4.2)
19 REQUIRED WITNESSED COMPLIANCE WITH CHECKLIST (APPENDIX C)
20 CLEANLINESS REQUIRED FOR SYSTEM ASSEMBLIES
21 FOUR-HOURS RUN CLEANLINESS PRIOR TO CLOSURE
22 CHECK CONTROLS REQUIRED FOR COMPONENTS
23 CHANGEOVERS (COOLER/FILTERS) MATERIAL CERTIFICATIONS TO BE FURNISHED
24 ONE & TWO PUMP OPERATIONS AS SPECIFIED BY PURCHASING DOCUMENTS
25 SOUND LEVELS AS SPECIFIED BY
26 USE FOR COMPLETE UNIT EQUIPMENT SPECIAL EXAMINATIONS
27 TESTS CODE CONSTR./STAMP
28 HYDROSTATIC TEST OF ASSEMBLED SUPPLY CERTIFIED COPIES OF ALL TEST LOGS & DATA
29 OIL SYSTEM
30 SUPPLY CERTIFIED COPIES OF ALL TEST LOGS & DATA
31
32
33 PREPARATION FOR SHIPMENT:
34 GENERAL
35 INSTALL NEW FILTER ELEMENTS & TAG
36 INCLUDE EXTRA FILTER ELEMENT SETS
37 BOX ABOVE EXTRA SETS 10 NOS SYSTEM OTHER SPARES
43 "OSHA" WARNING TAG ON EACH ASSEMBLY
44
45 SYSTEM & COMPONENTS: SPARE PARTS:
46 VENDOR'S STAND PUR. STAND VENDOR'S STAND PUR. STAND
47 DOMESTIC DOMESTIC
48 EXPORT EXPORT
49 EXTENDED STORAGE MONTHS MONTHS EXTENDED STORAGE MONTHS MONTHS
50
51 WEIGHTS: EMPTY OPERATING
52 SEPARATE CONSOLE kg
53 PACKAGE NO. 1: kg
54 PACKAGE NO. 2: kg
55 PACKAGE NO. 3: kg
56 PACKAGE NO. 4:
57 DIMENSIONS: LENGTH WIDTH HEIGHT
58 SEPARATE CONSOLE mm
59 PACKAGE NO. 1: mm
60 PACKAGE NO. 2: mm
61 PACKAGE NO. 3: mm
62 PACKAGE NO. 4: mm
63 COMMENTS:
64
65

7 of 7 44NC-4~3.XLS

Page 238 of 724


Page 239 of 724
Page 240 of 724
Page 241 of 724
Page 242 of 724
Page 243 of 724
Page 244 of 724
Page 245 of 724
Page 246 of 724
Page 247 of 724
Page 248 of 724
VENDOR DATA REQUIREMENTS Document No.
A133-086-16-45-VDR-5025
FOR Rev. A
CENTRIFUGAL PUMPS (HORIZONTAL,
SPP) Page 1 of 4

VENDOR DATA REQUIREMENTS


FOR
CENTRIFUGAL PUMPS (HORIZONTAL, SPP)

A 06-SEP-2013 ISSUED WITH MR MKA NK DB


Rev. Date Purpose Prepared by Checked by Approved by
No.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 249 of 724


VENDOR DATA REQUIREMENTS Document No.
A133-086-16-45-VDR-5025
FOR Rev. A
CENTRIFUGAL PUMPS (HORIZONTAL,
SPP) Page 2 of 4

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. 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)

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 250 of 724


VENDOR DATA REQUIREMENTS Document No.
A133-086-16-45-VDR-5025
FOR Rev. A
CENTRIFUGAL PUMPS (HORIZONTAL,
SPP) Page 3 of 4

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 :-

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 251 of 724


VENDOR DATA REQUIREMENTS Document No.
A133-086-16-45-VDR-5025
FOR Rev. A
CENTRIFUGAL PUMPS (HORIZONTAL,
SPP) Page 4 of 4

11. Electrical
12. Instrumentation

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 252 of 724


APPENDIX – 9 TO SCC

COMPLETION DOCUMENTS

\\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

Page 253 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 2 of 18

1.0 COMPLETION DOCUMENTS


1.1 GENERAL
1.1.1 The LSTK Contractor shall provide the documentation for the complete facilities under this
LSTK Contract as detailed in Annexure AA attached to this document.
1.1.2 The above documentation shall be prepared by the contractor for each process unit / offsites
facility / utilities systems as applicable. Contractor shall provide full details of the work “as
built” and shall include for the back drafting of all drawings / documents to ensure, they reflect
the actual as-built configuration of each unit and component.
1.1.3 All pages, drawings, data, etc., shall be of a size, suitable for insertion in an A4 (210 x 297
mm) hard core binder. In general, all drawings shall be reduced to A3 size for convenient in
handling. The documents shall be compiled in book volumes and shall be in A4 format.
1.1.4 All books shall be bound in the 280 mm side and shall not exceed 75 mm in thickness. As
many volumes as necessary for each unit / facility shall be made so as not to exceed this
dimension.
1.1.5 Any legible print of the specified size may be included. Larger legible prints shall be reduced
to the required dimensions. Exceptionally large prints will have to be reduced in sections to
obtain legible prints, in which case each section should be clearly referenced. All reduced
drawings, data, etc. must be readable.
1.1.6 Manufacturer’s prints, which do not show the equipment and order numbers, shall have these
numbers marked on the print, on the lower right hand corner. If these prints are to be
reproduced, they should be marked before reproduction.
1.1.7 Contractor shall provide 2D CAD drawings in auto CAD Version 2000/2002 (or similar
approved format) and 3D installation on Owner PDS with necessary software to run it.
This requirement also applies to detail drawings such as isometrics, piping arrangements,
pipe supports, cable tray layouts and supports, electrical and instrument drawings, structural
steel drawing, concrete foundations and the like.
11.8 Contractor shall obtain from vendor and subcontractors, documentation appropriate to the
supply of the item or service. Contractor is to ensure that all vendor or subcontractor
documentation is accurate and complete in every respect and in addition reflects the “as-built”
configuration of each unit or component.
1.1.9 All record book covers are to have the appropriate title printed on the hard front cover and are
to have a reinforced spine to fit the thickness of the book; these spines are also to have the
title printed on them. The title shall include :
¾ The project name and designation
¾ The facilities name and unit number
¾ Owner name along with logo
¾ Volume title, section, volume number (e.g.) 10 of 50 for each set.

1.2 OPERATING MANUALS


1.2.1 General Requirements
Contractor shall provide operating manuals, for each process unit / each facility as applicable.
The operating manuals for process units shall be based on preliminary operating manuals
prepared by Licensor.

\\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

Page 254 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 3 of 18

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.

\\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

Page 255 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 4 of 18

Section 8 Normal Shut down


This section covers the procedure to be followed to bring the units
down safely to a cold condition.
Section 9 Emergency Shutdowns
This section gives a general emergency shutdown procedure, and the
effects of various failures of utilities etc., with the action to be taken.
Section 10 Safety Equipment
This section lists the safety valves, alarms, and trips together with their
set points.
Section 11 Instrument Data
This section lists the control valves, orifice plates, pressure, level,
temperature indicators and salient information.
Section 12 Summary of Major Equipment
This section contains a brief summary of all equipment in list form for
vessels, columns, reactors, towers, exchangers, pumps, compressors,
etc.
Section 13 Test
This section describes qualitative tests required for good operation.
Details of adopted analytical methods, procedures of sample taking
and required laboratory equipment are included in this section.
Section 14 Drawings
Engineering flow-sheets and plot plan are included in this section.
Notes: General aspects of preparation for initial start-up are described in “General
Procedure Manual”. Details of starting pumps and other machinery shall be part
of vendor’s supply included in mechanical catalogues. Section 6, 7, 8 and 9 are
a philosophy of operations for the supervisory personnel, not a valve by valve
instruction. Sections 11 and 12 do not go into details of equipment as this
information is available from requisitions, vendor’s literature, drawings, etc. This
information is supplied in the mechanical catalogues.

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

Page 256 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 5 of 18

1. Process flow diagram(s)


2. Process flow description
3. P&IDS
Section 3.0 Description of Units Control
1. Method of Control
2. Operating Conditions
3. Process Variables
4. Instrument List
5. Control Panel
Section 4.0 Utility and Chemical requirements / Consumables
1. Fuel
2. Steam
3. Electrical Power
4. Water
5. Chemicals and Catalysts
6. Plant Air
7. Instrument Air
8. Cooling Water
9. D.M.Water
10. Plant Water
11. Resins
12. Lube oil
Section 5.0 Preparation for Initial Start-up
1. Units check-out
2. Line Flushing
3. Water circulation
4. Leak Testing
5. Heater dry-out
6. Catalyst Loading
7. Chemical cleaning
8. Steam or Air blow out procedure
9. Safety valves setting
10. Fuel system blow out
11. Major machinery oil system flushing
12. Electric equipment test
\\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

Page 257 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 6 of 18

13. Resin loading


Section 6.0 Normal Start-up
1. Summary of start-up
2. Final preparation
3. Purging
4. Cold circulation
5. Heating up
6. Streaming products/intermediate streams with relieve and tankage
references
7. Normal operation
8. Instrument calibration
9. Safety system checking
10. Protection relay selling
11. Log sheet preparation
12. Surge system checking
Section 7.0 Normal Operation
1. Normal routine of operation
2. Trouble shooting
Section 8.0 Normal Shut-down
1. Summary of shutdown
2. Reduction of flow rates
3. Shutdown heaters
4. Internal circulation
5. Flushing of unit
6. Steaming out
7. Catalyst regeneration and decoking
8. Steps and precautions for prolonged shut-down periods
9. Lone exchanger regeneration
10. Nitrogen purging and blanking
Section 9.0 Emergency Shut-downs
1. General emergency shutdown
2. Power failure
3. Steam failure
4. Instrument air failure

\\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

Page 258 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 7 of 18

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

\\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

Page 259 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 8 of 18

Section 16.0 Safety


1. Introduction
2. Maintenance
3. Fire Fighting
4. Taking samples
5. Handling gas cylinders
6. Precautions for entering into reactors
7. Tower, storage tanks etc.
8. Acid, caustic, resins and active material handling

1.3 GENERAL PROCEDURE MANUAL


Contractor shall prepare general procedures manual for each process unit / facility.
General procedures manual shall be in the English language.
Bound copies shall be provided to Owner within 6 months after detailed design of the process
units / facilities (number of copies is specified in Annexure AA).
1.3.1 General procedures manual shall cover most aspects of checking, pre-commissioning and
running of equipment with guidelines of pre-commissioning work and also details of
hazardous substances.
1.3.2 Typical general procedures manual index shall include, but not be limited to :
Section 1.0 Mechanical Completion
1. Introduction
2. Units checkout
3. Piping & pressure test specification
4. Vessels
5. Electrical
6. Instrumentation
7. Machinery
8. Heaters
9. Heat exchangers
Section 2.0 Pre-Commissioning
1. Introduction
2. Utility systems
3. Process unit flushing
4. Leak testing
5. Water circulations
6. Heater dry out

\\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

Page 260 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 9 of 18

7. Chemical cleaning instruction


8. Requirements for sentinel hole drilling, if any
9. Pressure testing of piping sections
10. Steam or air blow out procedure
11. Safety valve setting
12. Oil flushing procedures for machinery
13. Fuel system blow out
14. Electrical equipment test
15. Catalyst, clay and resin loading and unloading procedure
16. Dry out procedure for stack, heater and all refractory lined
equipment
17. Test running of compressors
18. Hot bolting and hot alignment procedure
19. All such further typical items which contractor judges.
Section 3.0 Equipment Operation
1. Introduction
2. Fired heaters
3. Electric motors
4. Steam turbine, gas turbines, if any
5. Centrifugal pumps
6. Positive displacement pumps
7. Compressors (all types)
8. Air blowers and exhaust fans
9. Heat exchangers
10. Lubrication schedules for rotating equipment
11. Filters, columns, vessels, agitators, ejectors etc.
12. Solid handling equipment
13. Hydraulic reactor cleaning pumps
14. Driers
Section 4.0 Special Procedures
1. Reflux condenser clean-out procedure
2. Chilled water generation
3. Reactor cleaning
4. Steam system boil out
5. Steam / air decoking

\\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

Page 261 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 10 of 18

6. Catalyst regeneration loading and unloading

1.4 UNIT(S) MAINTENANCE SCHEDULE


1.4.1 General Requirements
Contractor shall produce bound copies of maintenance schedule for each process unit /
facility (number of copies are specified in Annexure AA).
This schedule shall state routine shut-downs and general overhaul. Schedules shall be in a
format agreed with Owner/PMC. The above schedules shall be in English language.
1.4.2 Content of the maintenance schedule shall include, but not be limited to:
The schedule shall give the timing and outline the action for inspection and maintenance as
collected from manufacturers for :
¾ Lubrication of machinery and moving parts
¾ Topping up or refilling of filled systems
¾ Checking of flow in equipment and piping in services liable to fouling
¾ Checking of flows in drainage system
¾ Checking of wear in moving parts and electrical contacts
¾ Checking of relay settings and operations
¾ Checking of wall thickness of equipment and piping in erosive or corrosive services
¾ Electrical insulation tests
¾ Checking of vibration in rotating equipment
¾ Checking of defects on protective lining layers of the lined equipment
¾ Scale formation in boilers
¾ Correct functioning of steam traps
¾ Checking of relief valve settings
1.5 MECHANICAL CATALOGUES
1.5.1 General Requirements
Contractor shall supply bounds of mechanical catalogues for each unit/facility at least one
month before the mechanical completion (number of bounds as per Annexure AA).
1.5.2 Contractor shall obtain from vendors all data books, for maintenance and operation. Also
final certified manufacturer’s inspection and test certificates and other data required for
completion of the mechanical catalogue.
1.5.3 Mechanical Catalogues shall contain the data listed here
The arrangement of the data in section 11 onwards shall follow the numerical sequence of the
equipment requisition numbers.
The headings listed in section 11 onwards represent the most common categories. Other
headings shall be included as required following order of requisition numbers.
1.5.4 Contractor shall refer to Part III Sub-section B.14 and include in mechanical catalogue, all the
review / approval / record vendor data listed therein.

\\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

Page 262 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 11 of 18

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

\\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

Page 263 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 12 of 18

- Data Sheet – Horizontal Centrifugal Pumps

- Data Sheet – Vertical Centrifugal Pumps

- Data Sheet – Rotary Pumps

- Data Sheet – Squirrel Cage Induction Motors

- Data Sheet – Direct Acting Steam Pumps

- Data Sheet – Steam Turbines

- Data Sheet – Power Pumps

- Data Sheet – Positive Displacement Pumps

- Centrifugal, Rotary and Steam Pump Packing Schedule

- Pump and Driver Outline Drawings including Base Plates

- Certified Performance Curves

- Pump Cross Sectional Drawings and Parts List

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.

\\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

Page 264 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 13 of 18

viii) Installation, operating and maintenance instructions including information on


starting compressor units.
ix) Where pumps and coolers are furnished as an integral part of the compressor
unit, data sheets, outline drawings, complete parts lists, installation, operating
and maintenance instructions are required.
o) Fired Heaters
i) Design Data Sheet for Furnace, including Temperature, Pressure and
Vaporisation Curves
ii) Equipment Data sheet for Furnace, Air Preheaters, Fans, Burners and other
auxiliaries to furnace system.
iii) Furnace Heaters, Stacks, Flue Assembly Drawings and Sections and drawings
of other auxiliaries like Air Preheaters, Burner, Fans, etc.
iv) Tube numbering Diagrams giving Tube Thickness and Material
v) Detailed Drawings Return Bend and Terminal Headers, Screws, Plugs, etc.
vi) Parts List.
vii) Material test certificates, inspection reports of approved third party, release
notes, etc., for all equipment
p) Tankages
i) Data sheets, design calculations
ii) Code Certificates / material certificates
iii) Specifications
iv) Tank Appurtenance Layout including mixers / heating coils, etc.
v) Subcontractor / Vendor drawings
vi) Blanketing
vii) Tank Calibration Charts
viii) Material test certificates, inspection reports of approved third party, release
notes, etc., for all equipment
q) Piping
i) Piping Specifications including tracers
ii) Piping Nomenclatures including Test Pressure
iii) Plans and Elevations of Piping
iv) Details of Alloy Piping
v) Isometric Details
vi) Hanger / Spring Supports
vii) Piping Stress Analysis Report
viii) Outline Prints of Special Valves, Flanges, Fittings
ix) List of Material and Schedule for Steam Traps

\\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

Page 265 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 14 of 18

x) List of Material for Piping


xi) List of Material (re-capitulation for Entire Facilities)
xii) Vent, Drain and Coolant Piping for Pump and Turbines
xiii) Auxiliary Piping Turbines and Reciprocating Pumps
xiv) Heat Exchanger Vent and Drain Schedule
xv) Soft copies of 3D modelling.
xvi) Material test certificates, inspection reports of approved third party, release
notes, etc., for all equipment
r) Miscellaneous Equipment (e.g. Package units)
i) Contractor’s requisitions
ii) Data sheets, design calculations
iii) Outline drawings
iv) Complete parts list, showing for each part the real or factory part number,
including sectional drawings (if standard practice) with parts identified.
v) Performance curves or data (as required)
vi) Installation, operating and maintenance instructions
vii) Test certificates and inspection documents
s) Electrical
i) Contractor’s requisitions and final data sheets
ii) Single line diagrams with equipment ratings, available setting of relays etc.,
schematic and wiring diagrams
iii) Area classification drawings
iv) Installation, operating and maintenance instructions for all equipment
v) Composite operating instructions of the unit / facility electrics
vi) System design reports including voltage profiles, reacceleration and fault
studies
vii) Cable selection calculation sheets
viii) Cable termination instructions and drawings
ix) Power layout and cable schedules
x) Earthing drawings
xi) Relay co-ordination sheets
xii) Power and Lighting Distribution Including Conduit Layout and Grounding
xiii) UPS
xiv) HT / LT Switchgear
xv) Transformer
xvi) Communication / Telephone Exchange Layout

\\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

Page 266 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 15 of 18

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

\\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

Page 267 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 16 of 18

u) Buildings / Civil / Structural


i) Contractor’s technical specifications (major buildings only)
ii) Contractor’s arrangement drawings, showing plan, sections and elevations
iii) Design calculations for foundation and structures, pipe rack, CRWS and storm
water drains
iv) Foundations, Plans and Sections
v) Details of Foundations for Vertical and Horizontal Vessels, reactors, pipe
sleepers and other equipment
vi) Piping Layout and Loading
vii) Pile Layout and Loading
viii) Pile Driving Data sheet
ix) Specifications
x) Reinforcing steel layouts (exclude bar bending details)
xi) Details of Structure
v) Project Description Basic Design Criteria
w) Project Drawing Index
x) Piping and Instrumentation Diagrams / Process Flow Diagrams
y) Summary of Utility Consumption including Electrical
z) Summary of Chemical Consumption including material data sheets
aa) Equipment Summary Sheets
bb) Material Selection Analysis
cc) Original approved drawings & documents obtained from statutory authorities including
the correspondence

1.6 “AS BUILT” DOCUMENTS


Any modifications made subsequently upto issue of the Final Acceptance Certificate will be
recorded by the contractor on a master set of prints and these will be transferred to original
by Contractor.
Contractor shall update all process P&ID’s based on approved vendor data/drawings with
respect to all static and rotating equipment. All auxiliary system P&ID’s of equipment from
vendor shall be integrated with Process P&IDs to reflect “As built” status of P&ID.
1.6.1 “As-Built” Process Package
1.6.2 “As-Built” 3D Model (Soft)
1.6.3 “As-Built” Drawings
Contractor shall provide “as-built” revisions of drawings / documents which include but not
limited to the following for each unit / facility :
a) Civil

\\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

Page 268 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 17 of 18

- Foundations, building, structures, general civil, layouts of CRWS, OWS, paving,


sanitary disposal including design calculations
b) Piping
- GADs, Isometrics, pipe supports, layouts, PMS / VMS, Design Calculations.
c) Electrical
- SLDs, layouts substations details, equipment details, design calculations, cable
details etc
d) Instrument
- Layouts, Loop diagrams, DCS / PLC
e) Equipment
- Fabricated equipment, mechanical equipment, etc.
f) General
- Plot plans, PIDs, etc.
g) Drawings of items buried or otherwise hidden from view, e.g. foundations, underground
system cable runs, vessel internals to this purpose contractor shall report on the original
transparency the modifications to the original design marked-up by the competent
erection contractor or civil work contractor on the copy of the final revisions of the
pertaining drawing.

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

\\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

Page 269 of 724


44NC-4600 SPECIAL CONDITIONS OF CONTRACT CPCL. Manali Refinery
EPCC-1 Completion Documents Part – I : Section 2.2
Revision : 0 Appendix - 9 Page 18 of 18

1.7 TRANSPARENCIES AND CD / DVD etc.


1.7.1 Contractor shall provide original sized transparencies of all vendor and subcontractor
drawings and contractor drawings, specifications and data sheets unless such drawings are
CAD generated.
1.7.2 Generally, all drawings shall be provided on AutoCAD in CD / DVD’s.
CD / DVD’s will all have same information as that provided on the hard copy volumes.
1.7.3 All “As-built” vendor drawings and documents shall be either in AutoCAD or in scanned
images stored in Electronic media.
1.7.4 Contractor’s “As-built” drawings supplied in original / CD / DVD’s shall include but not be
limited to the following:
Contractor’s drawing index
Vendor’ s drawing index
Foundations
Buildings
Structures
All equipment including reactors, heat exchangers, vessels, pumps, columns, compressor
etc.
Electrical
Engineering flow-sheets
Instrument layouts
Control panels
Plot plans
Piping arrangement drawings (Piping plans)
Piping Isometrics
Plan drawings of rack piping

1.8 SPARE PART LIST


Separate list shall be given for each disciplines along with the index & contents.

1.9 PURCHASE ORDER COPIES AND ADDRESSES

(Signature & Seal of Bidder)

\\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

Page 270 of 724


44NC-4600 - CPCL, MANALI REFINERY, CHENNAI
Page 271 of 724

Resid Upgradation Project

DOCUMENTATION MATRIX - PMC


Annexure AA to Appendix 9
HARD COPIES SOFT COPIES (CDs)
Sr. No. DESCRIPTION REMARKS
CPCL JACOBS TOTAL CPCL JACOBS TOTAL
Documents / Drawings / Calculations etc. for
A
Information
All Design documents / drawings prior to release for
1 3 6 9 1 - 1
construction / procurement
Vendor drawings, design documents and design
2 2 6 8 1 - 1
calculations with subsequent revisions for records.

Documents / Drawings / Calculations etc. for Review


B
/ Approval
Drawings / Documents, calculations etc requiring Full size plus 11" x
1 OWNER's / PMC approval 2 6 8 2 1 3 17" scale down of
each.
Commented drawings and documents for all bought out
2 1 - 1 - - -
items
3 Quality Assurance Plan and Inspection documents 1 1 2 1 1 2
4 Operating Manuals for Process Units 6 1 7 6 1 7

C Tenders / Purchase Requisition / Purchase Order


1 Prior to floating inquires (for critical equipment) 4 - 4 1 1 2
Technocommercial review and recommendation with all
2 original bid documents (stamped by vendor) and Original 3 4 - 1 1
subsequent correspondence with vendors
3 Unpriced Copies 2 2 4 2 2 4
Full size plus 11" x
Final Approved Drawings / Documents / Studies /
D 2 1 3 2 1 3 17" scale down of
Calculations etc.
each.

1 of 3
44NC-4600 - CPCL, MANALI REFINERY, CHENNAI
Page 272 of 724

Resid Upgradation Project

DOCUMENTATION MATRIX - PMC


Annexure AA to Appendix 9
HARD COPIES SOFT COPIES (CDs)
Sr. No. DESCRIPTION REMARKS
CPCL JACOBS TOTAL CPCL JACOBS TOTAL

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

Resid Upgradation Project

DOCUMENTATION MATRIX - PMC


Annexure AA to Appendix 9
HARD COPIES SOFT COPIES (CDs)
Sr. No. DESCRIPTION REMARKS
CPCL JACOBS TOTAL CPCL JACOBS TOTAL
- CR / NCN copies
- Material Test Certificates
- Hydrostatic and other test results and reports
- Pre-commissioning and Commissioning check list
- All other requirement as specified in the respective
specifications

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

Engineers India Limited Status


Vendor Drawing/ Document Submission Schedule Date
Client: CPCL Project: RESID UPGRADATION PROJECT-COKER BLOCK Vendor Name:

Item Description: PUMP- PR No.: Address:


CENTRIFUGAL.HORIZONTAL (SPECIAL PURPOSE
PROCESS), PUMP-CENTRIFUGAL.MULTISTAGE Date of LOI:
(SPECIAL PURPOSE PROCESS)
PO No.:
Date of PO: City:

Page 274 of 724


EIL Originating Department: ROTATING EQUIPMENT Contact Person(EIL): Contact Person: Fax:
Phone: Email:

Drg./ Doc. Nomenclature Category Scheduled Form


S.No. Equipment Number as per EIL Vendor Data Vendor Drg. / Doc. Numbe Vendor Drg./ Doc. Title Electronic Remarks
Review (R) / date of 1st
Requirement Records (I) Submission (E)/ Print (P)
Page 1 of 104

CHENNAI PETROLEUM CORPORATION LIMITED


MANALI REFINERY, CHENNAI

RESID UPGRADATION PROJECT

LSTK-1 : COKER BLOCK : DELAYED COKER UNIT & LPG CFC TREATING UNIT

PART : III

SECTION : B.4 (APPENDIX I)

EXPIERIENCE RECORD PROFORMA

DOCUMENT NO : 44NC-4600-0086/M.04/0024/A4

Rev Issue Date Pages Rev Description Prepared Checked Approved


No.
By By By

A 25.03.10 95 Issued For FEED GAK GHD SNG


B 1.07.10 95 Client comment’s GAK GHD SNG
incorporated and
issued for FEED

Page 275 of 724


CPCL – Chennai EXPIERIENCE RECORD PROFORMA PART-III Section B.4
44NC - 4600 (APPENDIX I) Sheet 2 of 104

EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B

TABLE OF CONTENTS

1.0 CENTRIFUGAL PUMP (HORIZONTAL MULTISTAGE) (API 610) 5

2.0 CENTRIFUGAL PUMP (HORIZONTAL) ONE/ TWO STAGE (API 610) 10

3.0 CENTRIFUGAL PUMP (VERTICAL) (API 610) 14

4.0 CONTROLLED VOLUME PUMP (API 675) 19

5.0 RECIPROCATING PUMP (API 674) 23

6.0 RECIPROCATING COMPRESSOR 27

7.0 CENTRIFUGAL COMPRESSOR 36

8.0 EOT CRANE 46

9.0 FILTER 50

10.0 SPECIAL PURPOSE STEAM TURBINE 53

11.0 CHEMICAL DOSING SYSTEM 63

12.0 EJECTOR 66

13.0 GEAR BOX 69

14.0 COALESCER 73

15.0 HYDROCYCLONE 76

16.0 WEIGH BRIDGE 79

17.0 BRIDGE CRANE 83

18.0 CONVEYOR 86

19.0 AIR-CONDITIONING SYSTEM 90

20.0 PRESSURISATION SYSTEM 95

21.0 CRUSHER 99

Page 276 of 724


CPCL – Chennai EXPIERIENCE RECORD PROFORMA PART-III Section B.4
44NC - 4600 (APPENDIX I) Sheet 3 of 104

EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B

Page 277 of 724


Page 278 of 724
CPCL – Chennai EXPIERIENCE RECORD PROFORMA PART-III Section B.4
(APPENDIX I) Sheet 5 of 104
Page 279 of 724

4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B

1.0 CENTRIFUGAL PUMP (HORIZONTAL MULTISTAGE) (API 610)

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:

Description of Model Designation System:

Appendix I - 44NC-4600-0000-M.04-0024 Exp rec format.doc


CPCL – Chennai EXPIERIENCE RECORD PROFORMA PART-III Section B.4
(APPENDIX I) Sheet 6 of 104
Page 280 of 724

4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B

SL. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING REMARKS


NO. PROPOSED MODEL INSTALLATIONS
Ref. –1 Ref. –2 Ref. – 3
1. 2. 3. 4. 5. 6. 7.
1. GENERAL
1.1 Cross reference to manufacturer’s Standard
Reference list
1.2 Make
1.3 Model number
1.4 No. of units supplied
1.5 Type of driver (Electric motor/ Steam Turbine/
Gas turbine/ IC Engine)
1.6 Driver rated kW/ speed (rpm)
1.7 Drive (Fixed speed/ Variable speed/ Variable
Frequency)
1.8 Shop where pump is designed, manufactured,
packaged, tested and supplied with address

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)

Appendix I - 44NC-4600-0000-M.04-0024 Exp rec format.doc


CPCL – Chennai EXPIERIENCE RECORD PROFORMA PART-III Section B.4
(APPENDIX I) Sheet 7 of 104
Page 281 of 724

4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B

SL. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING REMARKS


NO. PROPOSED MODEL INSTALLATIONS
Ref. –1 Ref. –2 Ref. – 3
1. 2. 3. 4. 5. 6. 7.
2.7 Efficiency %
2.8 BKW, Rated
2.9 Minimum Continuous Stable flow, (m3/hr)
2.10 Rated speed
2.11 Speed range for variable speed drive
2.12 MAWP casing (kg/cm2g)
@ 15oC
@ pumping temperature
3. CONSTRUCTION
3.1 No. of Stages
3.2 Casing split – Outer casing (axial/ radial)
3.3 Casing split - Inner Casing (axial/ radial)
3.4 First Impeller type (single flow/ double flow)
3.5 Impeller diameter – Rated / Maximum/ Minimum
(mm)
3.6 Impeller mounting (inline/ back to back)
3.7 Balancing device used (balance drum/ balance
disc/ others)
3.8 Type of Radial bearings (Antifriction/ Sleeve/
Tilting pad/ Others)
3.9 Type of thrust bearings (taper land/ Tilting pad/
Others)
3.10 Span between bearings (mm)
Appendix I - 44NC-4600-0000-M.04-0024 Exp rec format.doc
CPCL – Chennai EXPIERIENCE RECORD PROFORMA PART-III Section B.4
(APPENDIX I) Sheet 8 of 104
Page 282 of 724

4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B

SL. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING REMARKS


NO. PROPOSED MODEL INSTALLATIONS
Ref. –1 Ref. –2 Ref. – 3
1. 2. 3. 4. 5. 6. 7.
3.11 Shaft diameter under: Seals / Bearings (mm)
3.12 Whether rotor is rigid or flexible?
313 Shaft sleeve provided between impeller
(interstage bushings) – Yes / No
3.14 Shaft sleeve provided under seals – Yes/ No
3.15 Whether the proposed model and reference
models have identical hydraulic design (for
impeller / diffuser/ volute)
3.16 Type of lubrication (Pressurised / Splash / ring /
oil mist / grease )
3.17 Lubrication System (API 610 / API 614 /
Manufacturer’s standard )
3.18 Type of mechanical seal (single/ double)
3.19 API Sealing Plan no.
3.20 API cooling Plan
4. MATERIAL OF CONSTRUCTION
4.1 Outer casing
4.2 Inner casing
4.3 Impellers
4.4 Shaft
4.5 Shaft sleeves – interstage
4.6 Shaft sleeve under seals
5. OTHER INFORMATION ON INSTALLATIONS
Appendix I - 44NC-4600-0000-M.04-0024 Exp rec format.doc
CPCL – Chennai EXPIERIENCE RECORD PROFORMA PART-III Section B.4
(APPENDIX I) Sheet 9 of 104
Page 283 of 724

4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B

SL. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING REMARKS


NO. PROPOSED MODEL INSTALLATIONS
Ref. –1 Ref. –2 Ref. – 3
1. 2. 3. 4. 5. 6. 7.
5.1 Date of supply of entire unit
5.2 Date of commissioning of entire unit
5.3 No. of operating hours completed as on the date
of issue of material requisition
5.4 Major problems encountered
5.5 Name of Plant
5.6 Purchaser’s Name and Address
5.7 Name (Company / organisation)
5.8 Name of Contact person
5.9 Address
5.10 Telephone no.
5.11 Fax no.
5.12 Email-id

Appendix I - 44NC-4600-0000-M.04-0024 Exp rec format.doc


CPCL – Chennai EXPIERIENCE RECORD PROFORMA PART-III Section B.4
(APPENDIX I) Sheet 10 of 104
Page 284 of 724

4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B

2.0 CENTRIFUGAL PUMP (HORIZONTAL) ONE/ TWO STAGE (API 610)

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 :

Description of Model Designation System:

Appendix I - 44NC-4600-0000-M.04-0024 Exp rec format.doc


CPCL – Chennai EXPIERIENCE RECORD PROFORMA PART-III Section B.4
(APPENDIX I) Sheet 11 of 104
Page 285 of 724

4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B

SL. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING REMARKS


NO. PROPOSED MODEL INSTALLATIONS
Ref. –1 Ref. –2 Ref. – 3
1. 2. 3. 4. 5. 6. 7.
1. GENERAL
1.1 Cross reference to manufacturer’s Standard
Reference list
1.2 Make
1.3 Model number
1.4 No. of units supplied
1.5 Type of driver (Electric motor/ Steam Turbine/
Gas turbine/ IC Engine)
1.6 Driver rated kW/ speed (rpm)
1.7 Drive (Fixed speed/ Variable speed/ Variable
Frequency)
1.8 Edition of API 610 to which pump conforms to
(10th)
1.9 Shop where gear box is designed, manufactured,
packaged, tested and supplied with address

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)

Appendix I - 44NC-4600-0000-M.04-0024 Exp rec format.doc


CPCL – Chennai EXPIERIENCE RECORD PROFORMA PART-III Section B.4
(APPENDIX I) Sheet 12 of 104
Page 286 of 724

4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B

SL. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING REMARKS


NO. PROPOSED MODEL INSTALLATIONS
Ref. –1 Ref. –2 Ref. – 3
1. 2. 3. 4. 5. 6. 7.
2.6 Differential pressure, Rated (kg/cm2)
2.7 NPSHR (m)
2.8 Efficiency
2.9 BKW, Rated
2.10 Minimum Continuous Stable flow, (m3/hr)
2.11 Rated speed
2.12 Speed range for variable speed drive
2.13 MAWP casing (kg/cm2g)
@ 15oC
@ pumping temperature
3. CONSTRUCTION
3.1 No. of Stages (single / two)
3.2 Casing split (axial/ radial)
3.3 Impeller diameter – Rated / Maximum/ Minimum
(mm)

3.4 Whether the proposed model and reference


models have identical hydraulic design (for
impeller / diffuser/ volute)
3.5 Sealing element (packing/ mechanical seal)
3.6 Type of mechanical seal (single/ double)
3.7 API Sealing Plan no.
3.8 API cooling Plan
Appendix I - 44NC-4600-0000-M.04-0024 Exp rec format.doc
CPCL – Chennai EXPIERIENCE RECORD PROFORMA PART-III Section B.4
(APPENDIX I) Sheet 13 of 104
Page 287 of 724

4NC - 4600
EPCC-1 Coker Block Doc. No. 44NC-4600-0000/M.04/0024/A4 Rev. B

SL. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING REMARKS


NO. PROPOSED MODEL INSTALLATIONS
Ref. –1 Ref. –2 Ref. – 3
1. 2. 3. 4. 5. 6. 7.
4. MATERIAL OF CONSTRUCTION
4.1 API 610 Material code
4.2 Casing
4.3 Impellers
4.4 Shaft

5. OTHER INFORMATION ON INSTALLATIONS


5.1 Date of supply of entire unit
5.2 Date of commissioning of entire unit
5.3 No. of operating hours completed as on the date
of issue of material requisition
5.4 Major problems encountered
5.5 Name of Plant
5.6 Purchaser’s Name and Address
5.7 Name (Company / organisation)
5.8 Name of Contact person
5.9 Address
5.10 Telephone no.
5.11 Fax no.
5.12 Email-id

Appendix I - 44NC-4600-0000-M.04-0024 Exp rec format.doc


Page 1 of 31

SPECIFICATION NO: 44NC-46 00-0000 /M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS


ROTATING EQUIPMENT - ISBL

PROJECT REFERENCE:

- Project No: 44NC 4600

- Project Location: Manali, Chennai

- Project Title: Resid Upgradation project

- Client: Chennai Petroleum Corporation Limited


(WHERE APPLICABLE)
- Project Manager Authorisation: R. P. Gaikwad Date:

- Client Authorisation: Date:

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

Page 288 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 2 OF31

TABLE OF CONTENTS

1.0 APPLICABLE CODES AND STANDARDS 3

2.0 DESIGN PHILOSOPHY / CRITERIA – GENERAL 4

3.0 DESIGN CRITERIA / REQUIREMENTS – SPECIFIC APPLICATIONS 11

3.1 CENTRIFUGAL COMPRESSORS (PROCESS GAS SERVICES) 11

3.2 RECIPROCATING COMPRESSORS (PROCESS GAS SERVICES) 13

3.3 RECIPROCATING COMPRESSOR (UTILITY AND INSTRUMENT AIR) 13

3.4 STEAM TURBINES 13

3.5 CENTRIFUGAL PUMPS (ALL SERVICES) 13

3.6 FANS (CENTRIFUGAL / F.D. / I.D. FANS - GENERAL REQUIREMENTS) 13

3.7 RECIPROCATING PUMP 13

3.8 POSITIVE DISPLACEMENT PUMP (CONTROLLED VOLUME) 13

3.9 API 614 OIL SYSTEMS 13

3.10 SPECIAL PURPOSE GEAR UNITS 13

ANNEXURE – I API FLUSHING PLAN 32

ANNEXURE – II SEAL FLUSHING PLAN 52/53

ATTACHMENT-1 MANDATORY SPARE LIST

DB_rotating_eqpt-ISBL.doc

Page 289 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 3 OF31

1.0 APPLICABLE CODES AND STANDARDS

I The following codes & standards (latest editions) including their latest addenda shall be
followed unless specified otherwise:

ASTM American Society for Testing and Material


ASHRAE American Society of heating, Refrigerating and Air Conditioning
Engineers.
API American Petroleum Institute
ASME / ANSI American Society of Mechanical Engineers
AGMA American Gear Manufacturer’s Association
CTI Cooling Tower Institute
NFPA National Fire Protection Association
TEMA Standards of Tubular Exchanger Manufacturer’s Association
IBR Indian Boiler Regulation Act
NFPA National Fire Protection Association
CEMA Conveyor equipment manufacturer association
ABMA American Boiler Manufacturer’s Association
HEI Heat Exchangers Institute
ASME American society of mechanical engineers
AWS American welding society
IS 800 Code of practice for general construction in steel
IS 875 Code of practice for design loads for building and structures
IS 1893 Criteria for earth quake design of structures
AFBMA Anti-Friction bearing manufacturers association
HIS Hydraulic institute standard
OSHA Occupational safety and health administration

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

III Equipment codes and standards

Item International Standard


a) Pumps
All Centrifugal pumps including water pumps API-610, 10th Edition,

DB_rotating_eqpt-ISBL.doc

Page 290 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 4 OF31

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

c) Centrifugal compressors (Gas services) API-617, 7th edition,


2002
Packaged integrally geared centrifugal air compressors. API-672, 4th Edition,
2004
Reciprocating compressor – Utility and Instrument air IS 6206 / Equivalent.
service.
Rotary type positive displacement compressors API-619, 4th Edition,
2004

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

2.0 DESIGN PHILOSOPHY / CRITERIA – GENERAL

DB_rotating_eqpt-ISBL.doc

Page 291 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 5 OF31

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:

− Job specifications which will describe special requirements / features of the


subject equipment such as brief description of the system, process requirements,
applicable codes and standards, basis of design, operating philosophy, start up
and shutdown condition, site conditions, and utilities available during normal
operation, start up, normal and emergency shutdown, special control and safety
requirements, special lubrication and sealing systems, etc.

− Scope of supply / work of equipment vendor, Contractor’s scope of work, list of


terminal points/battery limits, guarantee parameters with specified tolerances. For
major packages/equipment contractor shall include in the specifications a scope
break up table between equipment supplier and Contractor for design,
engineering, supply, inspection, erection and commissioning activities and
handing over.

− Inspection and testing requirements, shop / site testing requirements with


procedure, QA/QC guidelines.

− Mechanical data sheets of driver, driven equipment, accessories and all


auxiliaries etc., indicating operating parameters, performance
requirements, construction features, material of construction,
instrumentation and controls, inspection and testing etc., using respective
API data sheet formats.

− Specifications shall clearly spell out the order of precedence of various


documents viz. Job specifications, data sheets, P&IDs / drawings,
codes/standards, standard specifications.

DB_rotating_eqpt-ISBL.doc

Page 292 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 6 OF31

− Vendor data requirements, which shall be inline with the data, specified
in the owner’s specification and applicable API Standards.

− Experience record formats required to be filled by the equipment vendor


as original equipment manufacturer (OEM).

− Mandatory spares list, O&M Spares, Commissioning spares.

− Drawings e.g. P&IDs of the equipment process and auxiliary systems,


equipment layout drawing etc.

− Requirement of vendor’s services during equipment installation, hook-up,


pre- commissioning and commissioning schedule of activities.

− Requirements for special tools and tackles.

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

Page 293 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 7 OF31

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.

2.10 Equipment layout shall incorporate adequate maintenance platforms, support


structures, hand rails, material handling facilities for operational access, inspection,
erection and maintenance of equipment. Non skid decking covering all walk and work
areas shall be provided on top of base plate as required. Material handling facilities for
normal maintenance of rotating equipments shall be followed as per following criteria.

Sr No Type of rotating equipment Type of maintenance remark


facility
Centrifugal pump Trolley mounted CP block
with monorail
Reciprocating pumps Trolley mounted CP block
with monorail
Centrifugal compressor EOT crane Note 1
Plant and instrument air EOT crane Note 1
compressor
Fan Trolley mounted CP block Note 1
with monorail

Note 1: Electric motor driver shall be considered as a single component for


maintenance except for single bearing electric motors where stator motor and rotor
shall be considered as individual components.

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

Page 294 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 8 OF31

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.

2.22 Centrifugal compressors, centrifugal integrally geared compressors, special purpose


steam turbines, special purpose gear units, pumps and fans above 160 kW shall be
provided with probes / detector and monitors in accordance with API 670 standard for
measuring shaft radial vibration, axial position, and bearing temperatures.

DB_rotating_eqpt-ISBL.doc

Page 295 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 9 OF31

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

Page 296 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 10 OF31

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.

2.40 Companion flanges for non-standards flanges shall be provided by manufacturer


along with spiral wound gaskets of required grades and fasteners.

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

Page 297 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 11 OF31

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.

In case of conflicts in the documents the following order of preference shall be


followed:

1. Process Licensor’s documents


2. Job Datasheets
3. Job specifications
4. Engineering design basis
5. Standard specifications
6. Applicable codes, standards, recommended practices as applicable
However, all conflicts shall be referred to Consultant / Owner for clarification and the
decision of Consultant / Owner shall be final and binding on the bidder without any
cost and delivery implications

3.0 DESIGN CRITERIA / REQUIREMENTS – SPECIFIC APPLICATIONS

3.1 CENTRIFUGAL COMPRESSORS (PROCESS GAS SERVICES)

3.1.1 Equipment Qualification Criteria

DB_rotating_eqpt-ISBL.doc

Page 298 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 12 OF31

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)

3.1.4 Riveted impellers are not acceptable.

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

Page 299 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 13 OF31

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 Inspection and Testing

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

Page 300 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 14 OF31

3.1.15.4 Dynamic balancing of each rotor (job and spare).

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 RECIPROCATING COMPRESSORS (PROCESS GAS SERVICES)

3.2.1 Equipment Qualification Criteria

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

Page 301 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 15 OF31

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).

3.2.4 Rotational speeds of reciprocating compressors in Hydrogen Service shall be limited


to a maximum of 350 rpm.

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.

3.2.7 Air cooled / uncooled cylinders are not acceptable.

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

Page 302 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 16 OF31

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.

3.2.18 Pulsation suppresser connections shall be flanged.

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

Page 303 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 17 OF31

3.2.21 The compressor emergency shutdown instrumentation shall be provided electronic


and with “first out” feature that will allow determination of the first alarm to trip in event
that multiple alarms are activated. This feature shall include all trip initiators, including
process trip inputs. Trip inputs shall be communicated to process control
instrumentation for data logging.

3.2.22 Emergency switches shall have a cover to prevent accidental trips.

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 Inspection and Testing

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).

− Checking of cylinder clearance and rod run out.

− Mechanical run test (for 4 hours) with job auxiliaries.

− Performance test as per PTC 9.

− 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).

− Static balancing of fly wheel.

DB_rotating_eqpt-ISBL.doc

Page 304 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 18 OF31

− Vibration level check (for record during mechanical run test).

− Lube oil console, cylinder cooling circuit console run test at subvendor works (as
applicable).

− Functional test of control panel (by simulation at subvendor works).

3.3 RECIPROCATING COMPRESSOR (UTILITY AND INSTRUMENT AIR)

3.3.1 Equipment Qualification Criteria

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.

3.3.1.5 All compressors shall be designed for unsheltered outdoor location.

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

Page 305 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 19 OF31

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.

3.3.12 Inspection and Testing


As per Reciprocating Compressors for process gas service (Except Helium pressure
test which is not applicable).

DB_rotating_eqpt-ISBL.doc

Page 306 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 20 OF31

3.4 STEAM TURBINES

3.4.1 Equipment Qualification Criteria

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.

3.4.3 Pressurized lube oil system shall be as per API 614.

3.4.4 A sentinel valve / PSV shall be supplied on the turbine casing, as applicable.

3.4.5 A relief valve shall be provided on the turbine exhaust side.

3.4.6 Inspection and Testing

3.4.6.1 NDTs shall be carried out as per vendor’s standard quality plan.

3.4.6.2 Following test shall be witnessed by third party inspection agency :


− Hydrostatic Test (All pressure parts and auxiliaries).
− Mechanical run test.

3.5 CENTRIFUGAL PUMPS (ALL SERVICES)

3.5.1 Equipment Qualification Criteria

The pump vendor shall be an established centrifugal pump manufacturer having


adequate engineering, manufacturing and testing facilities for pumps conforming to the
relevant API standard. The pump model offered shall be from the existing regular
manufacturing range of the pump manufacturer.

Pumps shall be identical or validly similar in terms of power rating. 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 (applicable for between
DB_rotating_eqpt-ISBL.doc

Page 307 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 21 OF31

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.

3.5.3 All pumps shall be designed for unsheltered outdoor location.

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

Page 308 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 22 OF31

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.

3.5.18 Mechanical seal shall be one of the following makes:

Principals Indian counterparts


M/s John crane John crane Engineering sealing system India Pvt Ltd.
M/s Flowserve Flowserve Sanmar Ltd
M/s Eagle Burgmann Eagle Burgmann India Pvt Ltd.

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

Page 309 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 23 OF31

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.

3.5.35 The type of bypass control shall be decided as below.


− For low capacity pumps (< 10m3/hr) and Restriction Orifice.
for pumps having continuous recirculation

DB_rotating_eqpt-ISBL.doc

Page 310 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 24 OF31

(pump minimum flow to be added to


maximum pump flow to specify rated
flow of pump).
− For medium and large capacity pumps Automatic minimum flow
recirculation valve / As
per P&ID

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

3.5.41 Inspection And Testing (for each pump)

3.5.43.1 Material certificates for the following are required:


Casing, Impeller and Shaft.

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

Page 311 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 25 OF31

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.

Ultrasonic inspection shall be carried out when radiography is not feasible.

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 FANS (CENTRIFUGAL / F.D. / I.D. FANS - GENERAL REQUIREMENTS)

3.6.1 Equipment Qualification Criteria

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.

Centrifugal fan proposed shall be identical or validly similar in terms of impeller


diameter, power rating, flow rates, differential pressure, operating pressure and
temperature, gas handled, speed, mechanical design, bearing span, materials etc., as
compared to at least 2 units designed, manufactured, tested and supplied from the
proposed manufacturing plant at least 1 of these units 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.

3.6.2 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

Page 312 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 26 OF31

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.

3.6.7 Centrifugal fan blades shall be backward curved design.

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.

3.6.10 Impellers shall be positively locked to the shaft.

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.

3.6.17 Allowable vibration limits are as follows as per ISO 1940.


Upto 1000 rpm – 60 microns peak to peak.
1000-1500 rpm – 40 microns peak to peak.

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

Page 313 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 27 OF31

Fan rated BKW Motor MCR (% of fan rated BkW)


Inclusive of positive tolerance.
Less than 22 - 125%
22 to 55 - 115%
Higher than 55 - 110%

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 Inspection And Testing

3.6.23.1 Material test certificate shall be furnished for casing, impeller, shaft and shaft sleeve.

3.6.23.2 Following NDT’s are required:


- DP/MT for impeller weds.
- Ultrasonic / DP for shaft.

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 Forced Draft / Induced Draft Fans – Specific Requirement

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

Page 314 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 28 OF31

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.

3.6.24.4 Shaft sleeves shall be of SS316 in case of induced draft fans.

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 RECIPROCATING PUMP

3.7.1 Equipment Qualification Criteria

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

Page 315 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 29 OF31

3.7.8 Inspection And Testing

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 POSITIVE DISPLACEMENT PUMP (CONTROLLED VOLUME)

3.8.1 Equipment Qualification Criteria

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

Page 316 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 30 OF31

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.

3.8.14 Inspection And Testing


Following test shall be witnessed by the third party inspection agency.
- Hydrostatic test for pump fluid end.
- Performance test.
- Linearity and repeatability.
- Dismantling and inspection after test.
- R.V. Test
- Diaphragm rupture detection (as applicable)

3.9 API 614 OIL SYSTEMS

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

For higher ratings : Carbon Steel with protective coating


(non peeling type) as recommended
by manufacturer.

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.

3.9.7 In case of oil seals, degassing facility shall be provided.

DB_rotating_eqpt-ISBL.doc

Page 317 of 724


PROJECT NO.: 44 NC 4600 DOCUMENT NO.:- 44 NC-46 00-0000/M.06/0001/A4

TITLE: ENGINEERING DESIGN BASIS REV. NO./ISSUE DATE - B / 22-APR-10


ROTATING EQUIPMENT- ISBL PAGE 31 OF31

3.9.8 Inspection and testing

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 SPECIAL PURPOSE GEAR UNITS

3.10.1 In case of alternators gears shall be designed for short circuit condition of the alternator.

3.10.2 Gears shall be of double helical or herringbone type.

3.10.3 Inspection And Testing

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.

3.11 SPARES AND SPECIAL TOOLS

3.11.1 Commissioning Spare Parts

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.

3.11.2 Special Tools/Tackles

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.

3.11.3 Mandatory spares

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

Page 318 of 724


Page 319 of 724
Page 320 of 724
DESIGN PARAMETERS

Optg. Pressure (kg/cm2g) / Optg. Temp. (oC):


Design Pressure (kg/cm2g) / Design Temp. (oC): * / ambient (min.)
2
Hydrotest pressure (kg/cm g) : 1.5 times Design Pressure
Shell : SS 316L (Sch 40 S)
Head : SS 316 L
Gasket : SS 304/ 316 : Spiral Wound Gasket
* The design of sealing system shall be as per the design parameters indicated above or pressure- temperature rating equal to the
maximum discharge pressure & temperature of the pump casing.
NOZZLE SCHEDULE INSTRUMENTS
Size Min. ANSI Flange
Nozzle Service mm(") Rating* type Description Function Reqd. Make

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) -

N10 Drain 20 (3/4") 300# SWRF Flow Glass (G) -

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.

JACOBS SEAL FLUSHING SPECIFICATION Rev.


NAVI MUMBAI PLAN 52/53 Annexure-2 A

Page 321 of 724


8 Piping shall be fabricated by bending and welding to minimise the use of flanges and fittings. Welded flanges are permitted
only at the equipment connections, at the edge of baseplate and for ease of maintenance. Threaded connections shall be
limited to the final connections at the gland plate and accessories.
9
In order to reduce pressure drop within the system, the length of lines and the use of fittings between the reservoir and the
seal glands shall be minimised. All lines shall slope up from the pump gland to the reservoir at a minimum of 10 mm per
250 mm using smooth long radius bends. Hot lines shall be insulated, if required, as necessary for safety.
10 A nameplate, stamped with the MAWP, hydrostatic test pressure and the max. allowable temperature shall be permanentl
attached to the reservoir.
11 The lines connecting the mech. Seal & the reservoir shall be seamless, 20 mm (3/4") minimum, schedule 80S, 300m series
stainless steel in case of pipe. In case of tubes, the same shall be seamless, ASTM A269 stainless steel, 20 mm (3/4")
diameter x 2.4 mm (0.095 inch) wall thickness.
12 The cooling coil tubes shall be seamless, 15 mm (1/2") size x 1.6 mm (0.065 inch) minimum wall thickness (16
SWG), ASTM A269 stainless steel.
13 The instruments shall be suitable for the specified area classification and shall be in accordance to the instrument
specification enclosed with the enquiry document.
14 The indicating instruments (specially PG, LG, etc.) shall be mounted such that the same are visible from the grade level for
reading purposes.
15 Unless otherwise specified, the cooling coil shall always be supplied irrespective of whether it is required or not.
All valves shall have bolted bonnets and glands and of Class 800. For primary ANSI service ratings greater than or equal to
16 Class 900, block valves may be of welded bonnet or no-bonnet construction with a bolted gland. These valves shall be
suitable for repacking under pressure.
17 Block valves shall be supplied with Series 300 stainless steel trim.
18 Pipe fittings and unions shall be forged Class 3000.
Instrument valves located downstream of a block valve may be bar-stock instrument valves, provided the instrument valves
19 are protected against accidentally dis-assembly. Valves shall be of carbon steel with corrosion resistant plating and
stainless steel trim.
20 Bleed valves at instruments may be with manufacturer's standard bleed fitting.
21 Use of Needle valve is not permitted.
22 Flange bolting shall be in accordance with ANSI B1.1 & ANSI B16.5. Bolting material shall be ASTM A 193
Gr.B7/ ASTM A194 Gr. 2H.
23 Carbon steel piping shall conform to ASTM A 53Gr. B, ASTM A 106 Gr. B, ASTM A 524 or API spec. 5 L Gr.
A or B. Carbon steel fittings, valves and flanged components shall conform to ASTM A105 & A181. Stainless
steel piping shall be seamless in accordance with ASTM A312.
JACOBS SEAL FLUSHING SPECIFICATION Rev.
NAVI MUMBAI PLAN 52/53 Annexure-2 A

Page 322 of 724


Page 323 of 724
Page 324 of 724
Page 325 of 724
Page 326 of 724
Page 327 of 724
Page 328 of 724
DESIGN PARAMETERS

Optg. Pressure (kg/cm2g) / Optg. Temp. (oC):


Design Pressure (kg/cm2g) / Design Temp. (oC): * / ambient (min.)
2
Hydrotest pressure (kg/cm g) : 1.5 times Design Pressure
Shell : SS 316L (Sch 40 S)
Head : SS 316 L
Gasket : SS 304/ 316 : Spiral Wound Gasket
* The design of sealing system shall be as per the design parameters indicated above or pressure- temperature rating equal to the
maximum discharge pressure & temperature of the pump casing.
NOZZLE SCHEDULE INSTRUMENTS
Size Min. ANSI Flange
Nozzle Service mm(") Rating* type Description Function Reqd. Make

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) -

N10 Drain 20 (3/4") 300# SWRF Flow Glass (G) -

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.

JACOBS SEAL FLUSHING SPECIFICATION Rev.


NAVI MUMBAI PLAN 52/53 Annexure-2 A

Page 329 of 724


8 Piping shall be fabricated by bending and welding to minimise the use of flanges and fittings. Welded flanges are permitted
only at the equipment connections, at the edge of baseplate and for ease of maintenance. Threaded connections shall be
limited to the final connections at the gland plate and accessories.
9
In order to reduce pressure drop within the system, the length of lines and the use of fittings between the reservoir and the
seal glands shall be minimised. All lines shall slope up from the pump gland to the reservoir at a minimum of 10 mm per
250 mm using smooth long radius bends. Hot lines shall be insulated, if required, as necessary for safety.
10 A nameplate, stamped with the MAWP, hydrostatic test pressure and the max. allowable temperature shall be permanentl
attached to the reservoir.
11 The lines connecting the mech. Seal & the reservoir shall be seamless, 20 mm (3/4") minimum, schedule 80S, 300m series
stainless steel in case of pipe. In case of tubes, the same shall be seamless, ASTM A269 stainless steel, 20 mm (3/4")
diameter x 2.4 mm (0.095 inch) wall thickness.
12 The cooling coil tubes shall be seamless, 15 mm (1/2") size x 1.6 mm (0.065 inch) minimum wall thickness (16
SWG), ASTM A269 stainless steel.
13 The instruments shall be suitable for the specified area classification and shall be in accordance to the instrument
specification enclosed with the enquiry document.
14 The indicating instruments (specially PG, LG, etc.) shall be mounted such that the same are visible from the grade level for
reading purposes.
15 Unless otherwise specified, the cooling coil shall always be supplied irrespective of whether it is required or not.
All valves shall have bolted bonnets and glands and of Class 800. For primary ANSI service ratings greater than or equal to
16 Class 900, block valves may be of welded bonnet or no-bonnet construction with a bolted gland. These valves shall be
suitable for repacking under pressure.
17 Block valves shall be supplied with Series 300 stainless steel trim.
18 Pipe fittings and unions shall be forged Class 3000.
Instrument valves located downstream of a block valve may be bar-stock instrument valves, provided the instrument valves
19 are protected against accidentally dis-assembly. Valves shall be of carbon steel with corrosion resistant plating and
stainless steel trim.
20 Bleed valves at instruments may be with manufacturer's standard bleed fitting.
21 Use of Needle valve is not permitted.
22 Flange bolting shall be in accordance with ANSI B1.1 & ANSI B16.5. Bolting material shall be ASTM A 193
Gr.B7/ ASTM A194 Gr. 2H.
23 Carbon steel piping shall conform to ASTM A 53Gr. B, ASTM A 106 Gr. B, ASTM A 524 or API spec. 5 L Gr.
A or B. Carbon steel fittings, valves and flanged components shall conform to ASTM A105 & A181. Stainless
steel piping shall be seamless in accordance with ASTM A312.
JACOBS SEAL FLUSHING SPECIFICATION Rev.
NAVI MUMBAI PLAN 52/53 Annexure-2 A

Page 330 of 724


Page 1 of 18

CHENNAI PETROLEUM CORPORATION LIMITED


MANALI REFINERY, CHENNAI

RESID UPGRADATION PROJECT

PART : V

SECTION : 3.3

STANDARD SPECIFICATION FOR


CENTRIFUGAL PUMPS

DOCUMENT NO : 44NC-4600-0000/M.02/0001/A4

Rev Issue Date Pages Rev Description Prepared Checked Approved


No. By By By
A 22.03.10 16 Issued For FEED HK GHD SNG
B 07.07.10 18 Issued For FEED GAK GHD SNG

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 331 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 2 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

TABLE OF CONTENTS

1.0 SCOPE 3

4.0 CLASSIFICATION AND DESIGNATION 3

5.0 BASIC DESIGN 4

6.0 ACCESSORIES 7

7.0 INSPECTION, TESTING AND PREPARATION FOR SHIPMENT 9

8.0 SPECIFIC PUMP TYPES 11

9.0 CONTRACTOR’S DATA 13

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 332 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 3 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

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.

(ii) In case Contractor considers requirements of additional instrumentation, controls, safety


devices and any other accessories / auxiliaries essential for safe and satisfactory operation
of the equipment, he shall recommend the same along with reasons in a separate section
along with his proposal and include the same in his scope of supply.

(iii) Except as modified herein, the centrifugal pumps shall be designed, manufactured, tested
and supplied strictly in accordance with API standard 610 (10th edition).

(iv) Conflicting Requirements


In case of conflict between this specification and the data sheets, job specifications (if any)
and other attached specification the following order precedence shall govern:
1. Equipment data sheets
2. P&ID’s, if any
3. Job specification
4. Engineering design basis
5. Standard specifications.
6. Applicable codes, standards.

(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:

(Addition) An addition to a part, section or paragraph referred to.


(Modification) An amplification or rewording has been made to a part of the
corresponding section or paragraph but not a substitution replacing the
entire section or paragraph.
(Substitution) A substitution has been made for the corresponding section or paragraph
of the standard in its totality.
(New) A new section or paragraph having no corresponding section or paragraph
in the standard.
(Deleted) This paragraph is deleted.

The above paragraph is in addition to API 610, 10th Edition.

4.0 CLASSIFICATION AND DESIGNATION

4.3 Units and governing requirements

4.3.1 (Substitution)

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 333 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 4 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

SI units shall be used for drawings and maintenance dimensions.

5.0 BASIC DESIGN

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.

Shut off head margin for the pumps shall be as follows:


Minimum 5% for pumps operating separately.
Minimum 10% for pumps operating in parallel.

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

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 334 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 5 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

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.

5.2 Pump Types

(Substitution)
Contractor shall avoid special design features for pumps unless otherwise specified in
data sheet.

5.3 Pressure Casings

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 Nozzles And Pressure Casing Connections

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

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 335 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 6 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

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)

For OH2 pumps maximum impeller diameter shall be 415 mm

5.7 Wear Rings And Running Clearances

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 Mechanical shaft seals

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 Bearings and bearing housings

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

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 336 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 7 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

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.

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 337 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 8 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

6.2 Coupling and guards

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)

Coupling shall be flexible metallic spacer type.

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 Piping and appurtenances

6.5.2 Auxiliary process fluid piping

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.

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 338 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 9 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

Cooling coil in the seal pot shall be of SS 316L

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 Cooling water piping

6.5.3.3 (Modification)
Sight flow indicator shall have ball or flag for easy verification of water flowing through
pipes.

7.0 INSPECTION, TESTING AND PREPARATION FOR SHIPMENT

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.

Inspection requirement: as per Contractor’s standard quality assurance plan.

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.

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 339 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 10 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

- 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:

- A measurement of the actual running clearances throughout the pump.


- A check of the hardness of wear rings.
- A check for good workmanship and finish

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.

1. A witnessed hydrostatic test as per 7.3.2

2. A witnessed performance test as per 7.3.3.

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.

4. Shop inspection per 7.1.4 a).

5. Dismantling inspection and re-assembly after the running test (witnessed)

6. Dynamic balancing of rotating assembly.

7. Sound level test (witnessed)

7.3.3 Performance test

7.3.3.3f) (New)

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 340 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 11 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

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:

Rated head zero negative tolerance

Shut-off head zero negative tolerance. Positive tolerance permitted as long as shutoff
head does not exceed 120% of rated head.

NPSHR zero positive tolerance.

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 Optional tests

7.3.4.7 Mechanical run test.

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 Preparation for shipment

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.

8.0 SPECIFIC PUMP TYPES

8.2 Between bearing pumps

8.2.5.2.2 (Modification)
Thrust collar shall be integral part of shaft.

8.2.6.2 (Addition)

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 341 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 12 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

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 Vertically suspended pumps

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.

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 342 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 13 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

9.0 CONTRACTOR’S DATA

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.

(c ) Any clarifications required on purchaser/EPC’s order.

(d) Contractor data index and schedule.

(e) Contractor data review / approval modalities.

(f) Sub-Contractor lists proposed by Contractor.

(g) Utility requirements.

(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.

(b) Contractors confirmation / comments on post order Contractor data requirements


(type of documents, number of prints and date needed) indicated in Contractor
data requirement forms data sheets and specs.

(c) List of recommended commissioning spares included in the offer.

(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

i. Part name, description and number.

ii. Quantity installed in one unit.

iii. Quantity recommended per unit for 2 years normal operation.

iv. Quantity recommended for number of units of an item as specified in the enquiry.

v. Quantity recommended as insurance for the number of units of an item specified


1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 343 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 14 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

in the enquiry.

(g) An itemised list of special tools included in the offer.

(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.

9.3 Contract data

(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.

d) Whether or not specified following shall be furnished, before shipment:

- 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.

- At least 8 weeks before shipment, preservation, packaging and shipping procedures


1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 344 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 15 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

shall be submitted to purchaser /EPC for review.

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.

f) General arrangement drawing

A general arrangement drawing shall contain as a minimum the following


information:

i. Outline dimensions (minimum three views) (all principal dimensions)

ii. Allowable forces and moments on suction and discharge nozzles.

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.

iv. Direction of rotation viewing from the driving end.

v. Weight of each assembly / components.

vi. The weight and location of centre of gravity of the heaviest assembly / components
that must be handled for erection.

vii. Maintenance clearances and dismantling clearances.

viii. Speeds of driven equipment and driver with driver rating. Location of driver terminal
box (in case of electric motor driven).

ix. Layout of auxiliary equipment and operating platform, as applicable.

x. Make, type and size of couplings and the location of guards and their coverage.

xi. A list of reference drawings if any.

xii. A list of special weather protection and climatic features.

g) Foundation drawing:

A foundation drawing shall indicate complete information required for foundation


design including the following:

i. Foundation bolt sizes, pipe sleeve details, pocket sizes and locations.

ii. Grouting thickness and other necessary technical details.

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.

v. Dynamic loading caused due to various items grouted independently.

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 345 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 16 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

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.

vii. GD2 value of each item resolved to driver speed.

viii. Maximum permissible amplitude of vibration on the foundation at base level.

ix. Total mass of rotating parts.

x. Suggested dynamic factor and ratio of foundation weight to weight of skid /


equipment as per Contractor experience.

h) Layout drawing (for multi skid packages)

This drawing shall include atleast the following information:

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.

v. Layout for auxiliary equipment and operating platform details.

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.

i) Field alignment diagram

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.

j) Heat exchanger drawings

Heat exchanger drawing and data shall construction details, cross sections and general
arrangement drawings of heat exchangers.

Recommendations regarding provision for support and piping expansions.

k) P&I Diagrams (with bill of materials)

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 346 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 17 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

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.

l) Cross-sectional drawing with bill of materials

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.

m) Performance characteristic curves


i. Complete performance curves to encompass the map of operations with any
limitations indicated thereon and shall include capacity vs. head, capacity vs. power
consumption, capacity vs. efficiency, capacity vs. NPSHR.

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

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 347 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 CENTRIFUGAL PUMPS Sheet 18 of 18
Doc. No. 44NC-4600-0000/M.02/0001/A4 Rev. B

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. A description of rigging procedures, including the lifting of the assembled


equipment, and methods of disassembly, repair, adjustment, inspection and re-
assembly of the equipment and auxiliaries.

iii. Pre-commissioning / commissioning / functional test procedures and acceptance


criterion.

p) Operation and maintenance manual

q) Technical data manual / Mechanical catalogue

i. Technical data manual / mechanical catalogue is a compilation of ‘as built’


drawings and data, manufacturing and test records, installation, operating and
maintenance instructions.

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.

(b) All manufacturing, inspection and test data and records.

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.

(c) Field performance test procedures and acceptance criterion.

1.0 44NC-4600-0000-M.02-0001-A4 Std Spec_Centrifugal Pumps.doc

Page 348 of 724


Page 1 of 45

CHENNAI PETROLEUM CORPORATION LIMITED


CHENNAI, INDIA

CPCL REFINERY - RESID UPGRADATION PROJECT

PART : III

SECTION : B.12

TITLE: GENERAL SPECIFICATION FOR SHOP AND FIELD PAINTING

DOCUMENT NO. : 44NC-4600-0000-V.02-0111-A4

REV ISSUE DATE PAGES REV DESCRIPTION PREPARED CHECKED APPROVED


NO. BY BY BY

0 09.03.2010 48 Issued as general specification MS CR CR


Revised as marked and issued
1 08.07.2010 45 SNK MS HSC
for FEED

Page 349 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 2 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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

Annexure-1 List of Recommended manufacturers


Annexure-2 Paint colour code for Piping & Equipment as given by CPCL

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 350 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 3 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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 Extent of Work

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.

c. All items contained in a package unit as necessary.

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

e. External surfaces of MS chimneys without refractory lining & flare lines.

f. Identification color bands on all piping as required including insulated aluminum clad,
galvanized, SS and nonferrous piping.

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


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

h. Marking / identification signs on painted surfaces of equipment / piping hazardous service.

i. Supply of all primers, paints and all other materials required for painting other than Owner’s
supply.

j. Over insulation surface of equipments and pipes wherever required.

k. Painting under insulation for carbon steel, alloy steel and stainless steel as specified. 1

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 351 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 4 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

l. Repair work of damaged / pre-erection / fabrication shop primer and weld joints at field.

m. Internal surfaces of RCC tanks and structures in Effluent Treatment Plant.

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:

a. Un-insulated austenitic stainless steel


b. Plastic and / or plastic coated materials.
c. Non-ferrous materials like Aluminum, galvanized “piping”, “gratings” and “Handrails” etc.
except G.I. Tower.

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.

3.0 CODES & STANDARDS

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

IS-101 Methods of test for ready mixed paints and enamels.

ASTM American standard test methods for paints and coatings.

ASA A 13.1-1981 Scheme for identification of piping systems: American National Standards
Institution.

3.2 Surface Preparation Standards

Following standards shall be followed for surface preparations

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).

3.2.3 British Standards (Surface Finish of Blast-Cleaned for Painting) BS-4232.

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

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.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 352 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 5 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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 :

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

b. Surface preparation prior to painting.

c. Mixing and thinning.

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

e. Suggested Quality assurance procedures.

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.

5.0 SURFACE PREPARATION, SHOP, COATING APPLICATION & REPAIR AND


DOCUMENTATION

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.

a) Manual or hand tool cleaning


b) Mechanical or power tool cleaning.
c) Blast cleaning. NO sand shall be used. Only grit blasting shall be allowed. 1

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%.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 353 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 6 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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.

5.2 Procedure of Surface Preparation :

5.2.1 Blast Cleaning

5.2.1.1 Air Blast Cleaning

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.

5.2.1.2 Water Blast cleaning

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 :

Air : 300 to 400 Cu. Ft. / min


Water : 5-10 lit/min. with corrosion inhibitor
Sand : 200-400 lbs/hr.
Nozzle : 0.5 to 1” dia.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 354 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 7 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

Special equipments for water blast cleaning with abrasives, now available, shall be used.

5.2.2 Mechanical or Power Tool Cleaning

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

5.2.3 Manual or hand tool cleaning

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.

Hand tool cleaning normally consists of the following :

a. Hand descaling and / or hammering


b. Hand scraping
c. hand wire brushing

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.

5.3 Non-compatible shop coat primer

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 Coating Procedure and Application

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.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 355 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 8 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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.

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


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

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

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

c. Paint shall be applied into all corners.

d. Any runs or sags shall be brushed out.

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

f. Surfaces not accessible to brushes shall be painted by spray, doubaers or sheepskin.

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.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 356 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 9 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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 Drying of coated surfaces

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

• Surface preparation shall be done as per procedure 5.9.2

• 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 Paint Application

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.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 357 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 10 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

5.11.5 Details of non-compliance, rejects and repairs.

5.11.6 Type of testing equipments and calibration.

5.11.7 Code and batch numbers of paint materials used.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 358 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 11 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

TABLE-1 (FOR CLAUSE 5.0)

SURFACE PREPARATION STANDARDS

VARIOUS INTERNATIONAL STANDARDS


(EQUIVALENT)
SR.
DESCRIPTION BRITISH REMARKS
NO. Swedish SSPC-
NACE STANDAR
Standard SP
USA D
SIS-05- USA
BS-4232
5900
1. Manual or hand tool ST.2 SSPC- -- -- This method is applied
cleaning. SP-2 when the surface is
exposed to normal
Removal of loose rust, atmospheric conditions
loose mill scale and loose when other methods
paint, chipping, scrapping, cannot be adopted and
standing and wire brushing. also for spot cleaning
Surface should have a faint during maintenance
metallic sheen. painting.
2. Mechanical or power tool ST. 3 SSPC- -- --
cleaning. SP-3
Removal of loose rust,
loose mill scale and loose
paint to degree specified by
power tool chipping,
descaling, sanding, wire
brushing and grinding, after
removal of dust, surface
should have a pronounced
metallic sheen.
3. Blast cleaning (air & water)
There are four common
grades of blast cleaning
3.1 White metal SA.3 SSPC- NACE First Where extremely clean
Blast cleaning to white SP-5 #1 Quality surface can be
metal cleanliness. expected for prolong
Removal of all visible rust. life of paint system.
Mill sale, paint & foreign
matter 100% cleanliness
with desired surface profile.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 359 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 12 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

3.2 Near white metal SA 2 ½ SSPC- NACE Second The minimum


SP-10 #2 Quality requirement for
chemically resistant
paint systems such as
epoxy, vinyl,
polyurethane based
and inorganic zinc
silicate paints, also for
conventional paint
systems used under
fairly corrosive
conditions to obtain
desired life of paint
system.
3.3 Commercial Blast SA 2 SSPC- No. 3 Third For steel required
Blast cleaning until at least SP-6 Quality to be painted with
two-third pf each element of conventional paints for
surface are is free of all exposure to mildly
visible residues with corrosive atmosphere
desired surface profile for longer life of the
paint systems.
3.4 Brush-off Blast SA 1 SSPC- No. 4
Blast cleaning to white SP-7
metal cleanliness, removal
of all visible rust, mill scale,
paint & foreign matter.
Surface profile is not so
important.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 360 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 13 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

6.0 PAINT MATERIALS

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.

TABLE No. 6.1 PRIMERS

Sr.
Description P-2 P-4 P-6
No.

1. Technical Name Chlorinated rubber Etch primer / Epoxy zinc phosphate


Zinc Phosphate primer wash primer primer

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

3. Volume Solids 40% 7-8% 40%


(approx.)

4. DFT (Dry Film 40-45µ 8-10µ 40-50µ


thickness) per
coat (approx.)

5. Theoretical 8-10 8-10 8-10


covering capacity
2
in M /coat/litre
(approx.)

6. Weight per liter in 1.3 1.2 1.4


kgs/liter (approx)

7. Touch dry at 30 minutes 2 hrs. After 30 min.


0
30 C (approx.)
0
8. Hard dry at 30 C 24 hrs. 24 hrs. 24 hrs.
(approx.)

9. Over coating Min: 8 hrs. Min: 4-6 hrs. Min.: 8 hrs.


interval (approx.) Max. : No limitations Max. : 24 hrs. Max. : 3-6 months

10. Pot life (approx) Not applicable Not applicable 8 hrs.


0
at 30 C for two
component paints
(approx.)

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 361 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 14 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

TABLE No. 6.2 FINISH PAINTS

Sr. Description F-2 F-3 F-6A/F-6B F-7


No.

1. Technical Acrylic Chlorinated rubber Epoxy high High build coaltar


Name polyurethane based finish paint build finish paint epoxy coating.
finish paint

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

3. Volume Solids 40% 40% 62% 65%


(approx.)

4. DFT (Dry Film 30-40µ 40-45µ 100-125µ 100-125µ


thickness) per
coat (approx.)

5. Theoretical 10-13 8-10 5-6 5.2-6.5


covering
capacity in
2
M /coat/litre
(approx.)

6. Weight per liter 1.3 1.2 1.4 1.5


in kg/liter
(approx)

7. Touch dry at 1 hr. 30 minutes 3 hrs. 4 hrs.


0
30 C (approx.)

8. Hard dry at Overnight 8 hrs. Overnight 48 hrs.


0
30 C (approx.)

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.)

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 362 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 15 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

TABLE No. 6.3 FINISH PAINTS

Sr. Description F-8 F-9 F-11 F-12


No.

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.

3. Volume Solids 72% 60% 25% 20%


(approx.)

4. DFT (Dry Film 100-125µ 65-75µ 20-25µ 20-25µ


thickness) per coat
(approx.)

5. Theoretical covering 6.0-7.2 8-9 10-12 8-10


capacity in
2
M /coat/litre
(approx.)

6. Weight per liter in 1.4 2.3 1.2 1.1


kg/liter (approx)
0
7. Touch dry at 30 C 3 hrs 30 minutes 3 hrs. 30 min
(approx.)
0
8. Hard dry at 30 C 24 hrs 12 hrs. 12 hrs. 24 hrs
(approx.)

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

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 363 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 16 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

TABLE No. 6.4 FINISH PAINTS

Sl. DESCRIPTION F-14 F-15 F-16


No
1 Technical name Polyamine cured Epoxy phenolic Ambient temperature curing Poly
coal tar epoxy coating Siloxane/ inorganic copolymer
based aluminium coating suitable
for under insulation coating of CS
and SS piping for high
temperature service

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

3 Volume Solids 70% 65% 60%


(approx.)

4 DFT (Dry Film 125 urn 75-100 urn 75-100 urn


thickness) per coat
(approx.)

5 Theoretical covering 5.5 6.5-8.5 6.0- 8.0


capacity in M2/ coat/
litre (approx.)
6 Weight per liter in 1.5 1.7 1.3
kg/ litre (approx.)
7 Touch dry at 30°C 4hrs 2 hrs 1hr
(approx.)

8 Hard dry at 30°C 168hrs(7days) 168 hrs (7 days) 12 hrs


(approx.)
9 Over coating Min. 6 hrs Min. 36 hrs Max. Min. 16 hrs Max. Not applicable
interval (approx.) Max.5 days 21 days
10 Pot life (approx.) at 4 hrs 1.5 hrs 1hr
30°C for two
component paints
(approx.)
11 Temperature -45°Cto150°C under -45°C to 150°C under Up to 400 deg. C for CS & SS
Resistance insulation insulation surfaces under 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

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 364 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 17 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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.

6.4 List of recommended Manufacturers

The paints shall conform to the specifications given above and best quality in their products range of
manufacturers listed in Annexure-I.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 365 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 18 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

7.0 PAINT SYSTEMS

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 & FINISH COATS COVERED IN TABLE NOS. 7.0 TO 15.0

PRIMERS

P-2 : Chlorinated rubber zinc phosphate primer

P-4 : Etch primer / wash primer

P-6 : Epoxy zinc phosphate primer

Finish Coats / Paints

F-1 : First quality corrosion resistant synthetic enamel

F-2 : Acrylic – Polyurethane finish paint

F-3 : Chlorinated rubber finish paint

F-6A : High build epoxy finish coating cured with polyamine hardner

F-6B : High Build epoxy finish coating cured with polyamide hardner

F-7 : High build coal tar epoxy coating

F-8 : Self priming surface tolerant high build epoxy coating

F-9 : Inorganic zinc silicate coating

F-11 : Heat resistant synthetic medium based aluminium paint

F-12 : Heat resistant silicone aluminium paint


0
F-14 : Specially formulated polyamine cured coal for epoxy coating suitable upto 150 C

F-15 : Epoxy phenolic coating

F-16A : Epoxy siloxane coating : Amercoat 738

F-16B : Epoxy siloxane coating Berger 938

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 366 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 19 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

TABLE 7.1 : SHOP PRIMING, PRE-ERECTION / PRE-FABRICATION FOR STRUCTURES,


PIPING & EQUIPMENT ETC.
Materials : CARBON STEEL, LOW TEMPERATURE CARBON STEEL & LOW ALLOY STEEL,
STEEL
TYPE : UNINSULATED AND INSULATED

Sr. Design Surface Paint System Total DFT Remarks


0
No. Temperature in C Preparation in Microns
(min.)
7.1.1 -90 to 400 SSPC-SP-10 1 coat of F-9 65-75 No over coating is to be done

7.1.2 401 to 500 SSPC-SP-10 1 coat of F-12 40-50 Finish coat at site

TABLE 7.2 : REPAIR OF SHOP PRIMING, PRE-ERECTION / PRE-FABRICATION AFTER


ERECTION / WELDING FOR ITEMS IN ALL ENVIRONMENTS
Materials : CARBON STEEL, LOW TEMPERATURE CARBON STEEL & LOW ALLOY STEEL
TYPE : UNINSULATED AND INSULATED

Sr. Design Surface Preparation Paint System Total DFT in Remarks


No. Temperature Microns (min.)
0
in C
7.2.1 -90 to 400 SSPC-SP-3 (for repair only) 1 coat of F-9 65-75
SSPC-SP-10
7.2.2 401 to 500 SSPC-SP-3 (for repair only) 2 coats of F-12 40-50
SSPC-SP-10

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

Sr. Design Surface Preparation Paint System Total DFT in Remarks


No. Temperature Microns (min.)
0
in C
7.3.1 -14 to 80 SSPC-SP-3 1 coat of F-8 100
7.3.2 81 to 500 SSPC-SP-3 1 coat of F-12 20

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 367 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 20 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

TABLE 8 : FIELD PAINT SYSTEM FOR NORMAL CORROSIVE ENVIRONMENT IN OFFSITE


AREAS FOR STRUCTURES, PIPING, EQUIPMENT, FLARE LINES ETC. -
UNINSULATED
Materials : CARBON STEEL, LOW TEMPERATURE CARBON STEEL & LOW ALLOY STEEL
TYPE : UNINSULATED

Sr. Design Surface Paint System Total DFT Remarks


No Temperat Preparation in Microns
. ure in 0C (min.)
Field Primer Finish paint

-90 to -15 SSPC-SP-10 Repair of None 65-75 No over coating to be


8.1 done. Follow repair
pre-fabrication
primer 1 coat of procedure only on
F-9 @ 65-75 µ damaged areas of
DFT/coat pre-erection / pre-
fabrication primer /
-14 to 60 SSPC-SP-10 Repair of 2 coats of F-3 225 Coating F-9 / F-12 shall
8.2
pre-fabrication @ 40 µ DFT/ be ambient
primer 1 coat of Coat 2x40=80 temperature curing
F-9 @ 65-75 µ type till operating
DFT/coat + 2 temperature is attained
coats of P-2 @ for full curing.
40 µ DFT/Coat
2x40=80
61 to 80 SSPC-SP-10 Repair of 1 coat of F- 245
8.3
pre-fabrication 6B@ 100 µ
primer 1 coat of DFT/Coat
F-9 @ 65-75 µ
DFT/coat + 2
coats of P-6 @
40 µ DFT/Coat
2x40=80
81 to 250 SSPC-SP-10 Repair of 3 coats of F-12 125
8.4
pre-fabrication @ 20 µ DFT/
primer 1 coat of Coat 3x20=60
F-9 @ 65-75 µ
DFT/coat
8.5 251 to SSPC-SP-10 Repair of 2 coats of F-12 105
400 pre-fabrication @ 20 µ DFT/
primer 1 coat of Coat 2x20=40
F-9 @ 65-75 µ
DFT/coat
8.6 401 to SSPC-SP-10 Repair as per 2 coats of F-12 80
500 7.2.2. @ 20 µ DFT /
Coat 2x20=40

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.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 368 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 21 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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 8 A : FIELD PAINT SYSTEM FOR CORROSIVE ENVIRONMENT IN PLANT AREA


Materials : CARBON STEEL, LOW TEMPERATURE CARBON STEEL & LOW ALLOY STEEL
Surface : Un-insulated
Note :
For all corrosive areas above ground where H2S, SO2 fumes or spillages of
acid/Alkali/Salt are likely to come in contact with surfaces such as external surfaces of
un-insulated columns, vessels, heat exchangers, blowers, piping, pumps, towers,
compressors, and structural steel etc.
Sl. Design Surface Paint System Total Remarks
No. Temperature Preparation DFT in
in °C Microns
(min.)
Field Primer Finish Paint
9.1 -90 to -15 SSPC-SP-10 Repair of pre- None 65-75 Repair of pre-erection /
fabrication primer pre-fabrication primer shall
1 coat of F-9 @ be done wherever damage
65-75µ DFT/coat is observed.
9.2 -14 to 80 SSPC-SP-10 Repair of pre- 1 coat of F- 245
fabrication primer 6A@ 100 µ
1 coat of F-9 @ DFT/coat +
65-75 µ DFT/coat 1 coatofF-2
+ 1 coats of P-6 @40u
@ 40 µ DFT/coat DFT/coat.

9.3 81 to 400 SSPC-SP-10 Repair of pre- 2 coats of 105


fabrication primer F-12@20
1 coat of F-9 @ µ DFT/coat
65-75 µ DFT/coat 2x20=40
9.4 401 to 500 SSPC-SP-10 Repair as per 2 coats of 80
7.2.2. F-12@20
µ DFT/coat
2x20=40

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 369 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 22 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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.

10.2 -14 to 80 SSPC-SP-10 Repair of pre- 2 coats of F- 345


fabrication primer 6A @ lOOu
1c o at of F- 9 @ 65-DFT/Coat =
75u DFT/coat + 1 2x100=200 +
coats of P-6@ 40u 1coatofF-2
DFT/Coat @40u
DFT/coat.
10.3 81 to 400 SSPC-SP-10 Repair of pre- 2 coats of F- 105
fabrication primer 12@20u
1c o at of F- 9 @ DFT/Coat
65-75u DFT/coat 2x20=40
10.4 401 to 500 SSPC-SP-10 Repair as per 7.2.2. 2 coats of F- 80
12@20u
DFT/Coat
2x20=40

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 370 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 23 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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

9.1.1 -45 to 125 SSPC-SP-10 Repair of pre- 2 coats of F-14 315


fabrication primer @ 125 µ For other temperature
F-9 @ 65-75 µ DFT/coat = ranges no painting is
DFT. 2x125=250 OR 3 required under insulation
coats of F-15 =
3x80=240

9.1.2 Operating SSPC-SP-10 Repair of pre- 2 coats of F-12 105-115


temperature fabrication primer @ 20 µ DFT /
–45 to F-9 @ 65-75µ coat = 3x20 = 60
0
125 C but DFT.
design
temperature
0
126-400 C
9.2 Insulated stainless steel including Alloy-20 piping

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

9.2.4 401 to 600 SSPC-SP-10 None 2 coats of heat 40


resistant silicone
aluminium paint @
20 microns DFT /
coat = 2x20=40
9.3 No painting is required for insulated Monel, Incoloy and Nickel lines

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 371 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 24 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 372 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 25 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 373 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 26 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 374 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 27 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

TABLE 12.0 COATING SYSTEM FOR EXTERNAL SIDE OF UNDERGROUND CARBON STEEL
PLANT PIPING AND TANKS

Sl. Design Surface Paint System Total Remarks


No. Temp. °C Preparation DFT in µ
(min.)
Field Primer Finish Paint

12.1 Carbon steel plant piping (underground)


12.1.1 Yard coating
12.1.1.1 25 to 60 SSPC-SP-10 1 coat of 4 mm thick 4 mm CTE coating shall confirm
synthetic fast coaltar to 120/5 as per BS:4164
drying primer coating
type-B as per wrapping as
AWWA-C-203 per AWWA-
(1991) C-203 in 2
layers of
each 2 mm
thickness.
12.1.2 Over the Ditch Coating
12.1.2.1 25 to 60 SSPC-SP-10 1 coat of 2 layers of 4 mm
synthetic fast coal tar
drying primer based tape
type-B as per coating
AWWA-C-203
(1991)

12.2 Carbon plant piping (underground).


12.2.1 61 to 225 SSPC-SP-10 1CoatofF-15@ 75 2 Coat of F- 225 Cold and hot insulation
µ DFT/coat 15 @ 75 µ shall be provided
DFT/coat

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

12.3 External side of un-insulated underground storage tanks:


12.3.1 -40 to 80 SSPC-SP-10 1CoatofF-9@ 65- 3 coats of 365
75 µ DFT/coat F-7 @100 µ
DFT/coat
3x100=300
12.3.2 81 to 180 SSPC-SP-10 1CoatofF-15@ 75 2 Coat of F- 225
µ DFT/coat 15 @ 75u
DFT/coat
12.3.3. 181 to 400 SSPC-SP-10 1CoatofF-9@ 65- 2 Coat of F- 215-225
75 µ DFT/coat 16 @ 75 µ
DFT/coat
2x75=150

Note: No Coating and Wrapping systems are available for underground high temperature services

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 375 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 28 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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.

Sl. Design Surface Paint system Total


No. Temp. °C Preparation DFT in µ
(min.)
Primer Finish Paint

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

13.2 Insulated stainless steel including Alloy-20 piping


13.2.1 Below 0°C to Aluminum sheeting with aluminum foil and If the piping & equipments are
all minus "Chloride free mineral sealant coating barium already erected than surface
temp. chromate" shall be applied. shall be prepared by cleaning with
emery paper and wash/flush with
chloride free DM water followed
by wiping with organic solvent. No
pre-erection primer to be applied.
F-12 shall be ambient temp
curing type till final curing is
obtained during operating temp.
F-16 is completely ambient temp
curing type.

13.2.2 0 to 120 SSPC-SP-10 None 2 coats of F- 250


(15-25 14@125 µ or
surface DFT/COAT 240
profile) 2x125=250 or
3 coats of F-15
= 3x80=240

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 376 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 29 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

13.2.3 121 to 400 SSPC-SP-10 None 3 coats of F- 60-75


12@20 µ
DFT/COAT
3x20=60 or 1
coat of F-16 Poly
Siloxane coating
@ 75 microns
DFT/coat
13.2.4 401 to 600 SSPC-SP-10 3coatsofF-12@ 60
20 µ DFT/coat 60

13.2.5 Cyclic SSPC-SP-10 None 2 coats of DFT/coat 150


service-196 F-16 Poly
to 480 Siloxane coating
excepting - @ 75 µ DFT/coat
45 to 120 = 2x75=150

13.3 No painting is required for insulated Monel, Incoloy and Nickel lines.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 377 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 30 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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.

Sl. Design Surface Paint system Total DFT Remarks


No. Temperature Preparation in Microns
in°C (min.)
Primer Finish paint
14.1 Upto 80 SSPC-SP-10 1 coat of P-6 @ 2 coats of F-7 290 For C.S.
40 µ DFT/coat @125 µ
DFT/coat
2x125=250
14.2 Upto 80 Non SSPC-SP-3 1coatofP-4@ 8-1 2 coats of F-7 300 For non ferrous
ferrous and On DFT/coat. @125 µ surfaces
brass tube 1coat of P-6 @ DFT/coat
sheets 40 µ DFT/coat. 2x125=250

TABLE 15.0 FIELD PAINTING SYSTEM FOR GI TOWERS/NON-FERROUS TUBE SHEET

Sl. Design Surface Paint System Total DFT Remarks


No. Temperature Preparation in Microns
in°C (min.)
Primer Finish Paint

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

15.2 Upto 80 Non SSPS-SP-3 lcoatofP-4@8u 2 coats of F-7 300


ferrous and DFT/coat @125 µ
brass tube 1coat of P-6 @ DFT/coat
sheets 40u DFT/coat 2x125=250

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 378 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 31 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

TABLE 16.0 SHOP & FIELD PAINTING SYSTEM FOR EFFLUENT TREATMENT PLANT

Sl. Design Temp. °C Surface Paint System Total DFT Remarks


No. Preparation in Microns
(min.)
Primer Finish Paint
16.1 -14 to 80(for SSPS-SP-10 1 3 coats of F- 365
C.S./M.S. items): coatofF-9 6A @100u
Screens, Walk way @ 65-75u DFT/coat
bridges, Baffles, Dual DFT/coat 3x100=300
media filters
(external) Vertical
pumps, piping in
treated effluent sump
and pump house,
external side lining of
Slop oil MS tank

16.2 -14 to 80(CS/MS SSPS-SP-10 1 2 coats of F- 265


Items) for Vertical coatofF-9 6A @100u
pump and piping in, @ 65-75u DFT/coat
Bio-sludge sump and DFT/coat.
pump, Filter feed
sump and pump,
Process sump,
Sanitary sump;
Transfer sump,
Sludge, MS Slop oil
tank internal,
scrapping
mechanism in
Clarifier, Screw pump
16.3 -14 to 80 deg.C :All Blast cleaning Epoxy Epoxy 3mm Epoxy screed lining
R.C.C. surfaces such t o SSPC- SP screed screed shall be used as per
as tanks, structures, guide lines and lining lining specific instructions
drains etc.) in Acid etching from Engineer-in-
Process sump, TPI with 10-15% Charge at site.
HCl acid
separator (Process
followed by
and Oil), Aeration thorough water
Tank, Transfer sump washing.
etc.
16.4 U p t o 6 0 d e g . C SSPC-SP-10 Rubber 4.5mm
C.S/M.S Dual media Lining
filters (Internal),
Chemical dosing
tanks(internal such
as DAP, Urea)

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 379 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 32 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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.

18.0 PIPING COLOR CODE

The color code shall be followed as given in Annexure-II.

19.0 IDENTIFICATION OF VESSELS, PIPING ETC.: As per color coding given in


Annexure-II

20.0 PAINTING FOR CIVIL DEFENCE REQUIREMENTS

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 Method of Camouflaging

20.3.1 Disruptive painting for camouflaging shall be done in three colors in the ratio
of
5:3:2 (all matt finish).

Dark Green Light Green Dark Medium Brown


5: 3: 2
20.3.2 The patches should be asymetrical and irregular.

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


20.3.4 The patches should be continuous where two surfaces meet at an angle.
20.3.5 The patches should not coincide with corners.
20.3.6 Slits and holes shall be painted in dark shades.
20.3.7 Width of patches should be 1 to 2 meters.

21.0 INSPECTION AND TESTING

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.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 380 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 33 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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:

(a) Surface preparation


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

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.

21.4 Primer Application

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

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.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 381 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 34 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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

23.0 QUALIFICATION CRITERIA OF PAINTING CONTRACTOR

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).

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 382 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 35 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

ANNEXURE-I

LIST OF RECOMMENDED MANUFACTURERS

Indian Vendors

1. Asian Paints (I) Ltd., Mumbai


2. Berger Paints Ltd., Kolkata
3. Goodlass Nerolac Paints Ltd., Mumbai
4. Chemguard Coatings, Mumbai(For Ameron, USA Products only)
5. Chokugu Marine paints Pte. Ltd., Mumbai/Singapore
6. Shalimar Paints Ltd., Kolkata
7. Sigma Coatings, Mumbai.
8. CDC Carboline Ltd., Chennai
9. Premier products Ltd., Mumbai
10. Coromandel Paints & Chemicals Ltd., Visakhapatnam
11. Anupam Enterprises, Kolkata
12. Grand Polycoats, Vadodata
13. Bombay Paints Ltd., Mumbai
14. Akzo Nobel Coatings and Sealants Pvt. Ltd., Bangalore
15. Cipy Polyurethanes Pvt. Ltd., Pune
16. Gunjan Paints Ltd., Ahmedabad
17. Advance Paints Ltd., Mumbai
18. VCM Polyurethane Paints (for polyurethane paints only)
19. Jotun Paints, Chennai(Singapore)
20. Chembond Chemicals Ltd., Navi Mumbai

Foreign Vendors

1. Sigma Coatings, Singapore


2. Ameron, USA
3. Kansai Paints, Japan
4. Hempel Paints, USA
5. Valspar Corporation, USA
6. Akzo Nobel/International Coatings, UK
7. Jotun Paints, Singapore

For De-humidification equipment (on Rental Basis)

1. Technical Drying Equipment (Asia) Pvt. Limited, Gurgaon, Haryana

The following are approved vendors for speciality items (phosphating chemical) only.

1. Mark-chem Incorporated, Mumbai.

2. Chemtreat India Ltd., Navi Mumbai

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 383 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 36 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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.

a) 1 lent resistant paint - Alum inn in


b) Other grades of paint - White or Al. in Color

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:

Basic fluid Color of primary band

Water Sea Green


Steam Signal Red
Air Sky Blue
Gases Canary Yellow
Acids and acid producing, gases Dark Violet
Hydrocarbons Dark Grey
Alkalies Light Brown
Chemicals Light Orange
No identification required Black

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 384 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 37 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

3.2 Painting of color bands

3.2.1 Primary colorblind / color band ( s ) (see Fig I) arc required to be located at

- battery limit points


- intersection points in the piping system
- start and terminal points
- at spec i lied intervals as given below
- specific points on the l i n e as directed by the "Engineer - In - Charge "

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.

− 15 M for lines with in battery limits of respective units


− 50 M for lines on interconnecting pipe rack and in lower plateau

Center to center distances at lesser intervals may be given. if" so desired by unit head.

3.2.3 Sizing of II &. Ill color bund (s)

Size II color band I I I Color band


3" and below 100 mm 50 mm

> 3" upto ft" 200 mm 100 mm


> 6" upto 12" 300 mm 150 mm
> 12" 400 mm 200 mm

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 385 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 38 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

SR CONTENTS Primary II Color Band 111 Color


NO Color Band Band

1 ALL KINDS OF WATER


Drinking water Sea green French Blue Signal rod
De-mineralized water Sea green Light Orange
Cooling water Sea green French blue
Boiler feed water Sea green Gulf Red
Condensate Sea green Light Brown
Quench water Sea green Dark grey Signal rod
Wash water Sea green Canary Yellow
Process water Sea green Light grey
Raw water ( from river } Sea green

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 386 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 39 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

Fire water ( Full color, not band ) Fire red


2 STEAM
Very high pressure steam Signal Red Silver Grey
High pros sure steam Signal Red French Blue
Medium Pressure steam Signal Red Gulf Red
Low Pressure steam Signal Red Canary Yellow
Dilution steam/ Purge steam Signal Red Silver Grey Canary Yellow

3 AIR
Plant Air Sky Blue Silver Grey
Instrument Air Sky Blue French Blue
Process air ( ex: bitumen, Sky Blue Signal Red
Mereox)

Combustion air Sky Blue Canary Yellow


4 GASES
Hydrogen Canary Yellow Signal red French Blue
Nitrogen Canary Yellow Black
Flare gas Canary Yellow
Hydrogen sulfide/ Acid gas Canary Yellow Gulf Red
Fuel gas Canary Yellow Light Brown While
Regeneration gas Canary Yellow While Dark Violet
LPG (as gas) Canary Yellow Brilliant Green While
Propane ( as gas ) Canary Yellow Signal Red Black
Sulfur Dioxide Dark Violet Brilliant Green
Ammonia Dark Violet
Chlorine Dark Violet Signal Red
HCN Dark Violet Trench Blue

5 AC IDS

Sulfuric Acid Dark Violet Brilliant Green Light Orange


Nitric Acid Dark Violet French Blue Light Orange
1 Hydrochloric Acid Dark Violet Signal Red Light Orange
Acetic acid Dark Violet Silver Grey

6 LIQUID HYDROCARBONS

LPG ( as liquid ) Dark Grey Brilliant Green While


Naphtha. Dark Grey Brilliant Green
MS Dark Grey Sky Blue
Reformate Dark Grey While
SKO Dark Grey Light Brown
ATF Dark Grey Light Brown Sky Blue
USD Dark Grey Light Orange
FO Dark Grey Signal Red
LSHS / Low Sulfur fuel Dark Grey Signal Red Black
Bitumen Dark Grey Black

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 387 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 40 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

Other Hydrocarbons not defined Dark Grey


Above
Crude Dark Grey Canary Yellow

7 ALKALIES Light Brown


8 CHEMICALS-GENERAL Light Orange
Sulfur Light Orange Black

9 All other items which do no Black


require individual identification

Surface Part Color Remarks


Tanks A.C. Grey
Spheres White
Vessels, drums, heat exchangers D.A. Grey
etc.
Furnace casing Silver
Machinery - Pumps. Silver
Compressors, blowers etc)
Steam Turbine Silver
Generator' Mfr. Std.
Motor Light grey ISC 631
Packaged dosing system Mfrs. Std
DG Set Mfrs. Std
Cable duct Silver
Instrument Panel
Instrument Panel including DCS Indoor
Cabinet Front Opaque Beige With leather lone
Other Neutral Grey With leather lone
sides Neutral Grey
Inside
Control Valve
C:S Body Light grey ISC 631
SS Body No paint
Low alloy body Canary Yellow ISC 309
Control Valve Actuators
Normally Brilliant Green ISC 221
Closed
Normally Open Signal Red \SC 537

Instruments. Transmitters Mfrs Sid

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 388 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 41 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

Sr. No. Content Final Color ISC


No:
1 Gantry girder and monorail Brilliant Green 221
2 Stopper for gantry girder and monorail Signal Red 537
3 Pipe rack structural steel and trestle including that Dark Admiralty Grey 632
for equipment and platform
4 Chequered Plates Dark Admiralty Grey 632
Ladder rungs, verticals and cage Canary Yellow 309
6 Hand railing. middle rail, toe pi ale and Canary Yellow 309
vertical post
7 Platforms : Structural sled parts other Dark Admiralty Grey 632
than grating and hand railing
8 Staircase : Structural steel parts other Dark Admiralty Grey 632
than hand railing and steps using galvanized

9 Safety Gate Signal Red 537


10 Miscellaneous Structural Part Dark Admiralty Grey 632

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 "'

Size of letters is as below:

− Column, vessel. exchanger, other stationary equipment : 150 mm height

− Pump. Compressor and other machinery including : 50 mm height HT


motors

Rotating equipment shall have tin arrow showing the direction of rotation painted on the
equipment.

In case of small auxiliary equipment in packaged unit, separate identification by stenciling is


not required as long as name plate or tag bearing item number is duly attached to the aux.
equipment.
2. Line number, service, source and destination shall be stenciled in black on respective
pipe lines at

− start and terminating points of line next to the color code

− battery limit points next to the color code,

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 389 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 42 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

Additional stenciling of line numbers and service will be required and shall be provided on
the lines at the direction of “Engineer- In - Charge"

Sizing of letters shall be :

OD of pipe Height of letters

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.

However, an auxiliary line with operational significance (where it is referenced specifically in


the operation manual by a line number) shall he provided with a number by stenciling hi-
other suitable means.
3. The following details are to he painted on the Lank shell in black color, letter size 50 mm
high, at the entrance point of the staircase.

• 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.

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 390 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 43 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 391 of 724


Jacobs
CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 44 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

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

API 5L Gr B Pink Seamless


API 5L Gr B Pink / White Welded
A 106 Gr B Red [BR
A 106 Gr B Yellow Non IBR
Welded and seamless fittings Red IBR
Welded and seamless fittings Yellow Non IBR
Welded fittings Yellow / White Normalized
Miters Silver
Class 22 fittings Silver / Pink Stress relieved at s h o p
IS 3589- IS 12239 No Paint Non critical

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

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 392 of 724


Jacobs
CPCL, Chennai GENERAL SPECIFICATION FOR Part III Section B.12
44NC-4600 SHOP AND FIELD PAINTING Page 45 of 45
LSTK Doc. No. 44NC-4600-0000-V.02-0111-A4 Rev. 1

Color ( In alphabetical order ) ISC No:


Black

Brilliant Green 221


Canary Yellow 309
Dark Grey 632
Dark Violet 796
Fire Red 536
French Blue 166
Golden Yellow 356
Gulf Red 473
Jasmine Yellow 397
Light Brown 410
Light Grey 631
Light Orange 557
Sea Green 217
Signal Red 537
Silver 110
Silver Grey 628
Sky Blue 101
White -

44NC-4600-0000-V.02-0111-A4 General Specification for Painting.doc

Page 393 of 724


Page 1 of 7

CHENNAI PETROLEUM CORPORATION LIMITED


MANALI REFINERY, CHENNAI

RESID UPGRADATION PROJECT

PART : V

SECTION : 3.3

STANDARD SPECIFICATION FOR


LUBE & SEAL OIL SYSTEMS

DOCUMENT NO : 44NC-4600-0000/M.02/0007/A4

rev no. issue date Pages Rev Description Prepared Checked Approved

By By By

A 22.03.10 7 ISSUED FOR FEED HK GHD SNG


.

Page 394 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 LUBE & SEAL OIL SYSTEMS Sheet 2 of 7
Doc. No. 44NC-4600-0000/M.02/0007/A4 Rev. A

TABLE OF CONTENTS

1.0 PURPOSE (INTRODUCTION) 3

2.0 SCOPE 3

CHAPTER 1 - GENERAL REQUIREMENTS 4

CHAPTER 2 - SPECIAL PURPOSE OIL SYSTEMS 5

5.0 44NC-4600-0000-M.02-0007-A4 Std_Spec Lube oil system.doc

Page 395 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 LUBE & SEAL OIL SYSTEMS Sheet 3 of 7
Doc. No. 44NC-4600-0000/M.02/0007/A4 Rev. A

1.0 PURPOSE (INTRODUCTION)

This specification covers design, engineering, manufacture, testing, packing, forwarding,


supply, installation (if included in scope) and commissioning of the Lubrication, shaft sealing,
and control oil systems with auxiliaries as per API standard 614, fifth Edition, “Lubrication,
Shaft sealing, and Control oil systems for Special Purpose Applications ” and Owner/PMC’s
specific requirements as mentioned below.

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.

(New) : New paragraph / section having no corresponding paragraph / section in the


standard
(Deletion) : The entire paragraph / section deleted.
(Addition) : New section(s) or paragraph(s) added.
(Substitution): Some part(s) of the paragraph changed including parital deletion and addition
(As stated) : The requirement(s) as required to be confirmed by the Owner is confirmed.

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,

5.0 44NC-4600-0000-M.02-0007-A4 Std_Spec Lube oil system.doc

Page 396 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 LUBE & SEAL OIL SYSTEMS Sheet 4 of 7
Doc. No. 44NC-4600-0000/M.02/0007/A4 Rev. A

EPCC contractor / Vendor shall include the same in his scope of supply and give reasons
with the bid.

PART 1 - GENERAL REQUIREMENTS

4.0 GENERAL

4.1 DIMENSIONS AND UNITS

(Substitution)

Dmension and units shall be in SI units.

4.3.3 (New) GENERAL CLARIFICATIONS

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.

4.4 PRESSURE DESIGN CODE

(Addition)

Pressure design codes shall be as per FEED documents

4.5 BASIC DESIGN

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

5.0 44NC-4600-0000-M.02-0007-A4 Std_Spec Lube oil system.doc

Page 397 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 LUBE & SEAL OIL SYSTEMS Sheet 5 of 7
Doc. No. 44NC-4600-0000/M.02/0007/A4 Rev. A

4.6.2 ( Substtution)
Inspection and testing requirements as specified in FEED document shall be followed.

4.7 STATUTORY REQUIREMENTS

( 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.

PART 2 - SPECIAL PURPOSE OIL SYSTEMS

4.0 GENERAL REQUIREMENT

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

5.0 44NC-4600-0000-M.02-0007-A4 Std_Spec Lube oil system.doc

Page 398 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 LUBE & SEAL OIL SYSTEMS Sheet 6 of 7
Doc. No. 44NC-4600-0000/M.02/0007/A4 Rev. A

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 OIL RESERVOIRS

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 PUMPS AND DRIVES

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.

5.0 44NC-4600-0000-M.02-0007-A4 Std_Spec Lube oil system.doc

Page 399 of 724


CPCL – Chennai STANDARD SPECIFICATION FOR PART-V Section 3.3
44NC - 4600 LUBE & SEAL OIL SYSTEMS Sheet 7 of 7
Doc. No. 44NC-4600-0000/M.02/0007/A4 Rev. A

4.7 TRANSFER VALVES

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 SEAL-OIL DRAIN TRAPS

4.10.3 (Modification)
Delete “Unless otherwise specified”.

4.11 DEGASSING DRUM


4.11.3 (Modification)

Steam heater not envisaged.

6.0 INSTRUMENTATION, CONTROL AND ELECTRICAL SYSTEMS

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.

5.0 44NC-4600-0000-M.02-0007-A4 Std_Spec Lube oil system.doc

Page 400 of 724


Page 1 of 3

CHENNAI PETROLEUM CORPORATION LIMITED


CHENNAI, INDIA

CPCL REFINERY - RESID UPGRADATION PROJECT

PART : V

SECTION : 3.4

TITLE: GENERAL SPECIFICATION FOR HARDNESS REQUIREMENTS

DOCUMENT NO : 44NC-2600-0000-V.02-0113-A4

Rev Issue Date Pages Rev Description Prepared Checked Approved


No.
By By By

0 09.03.10 3 Issued as general specification MS CR CR

Page 401 of 724


CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 HARDNESS REQUIREMENT Page 2 of 3
LSTK Doc. No. 44NC-4600-0000-V.02-0113-A4 Rev. 0

CONTENTS

1.0 PURPOSE

2.0 HARDNESS REQUIREMENTS

3.0 WELDING QUALIFICATION TEST

4.0 PRODUCTION TEST

5.0 APPROVAL

44NC-4600-0000-V.02-0113-A4 General Spec for hardness requirements.doc


Page 402 of 724
CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 HARDNESS REQUIREMENT Page 3 of 3
LSTK Doc. No. 44NC-4600-0000-V.02-0113-A4 Rev. 0

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.

2.0 HARDNESS REQUIREMENTS

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

3.0 WELDING QUALIFICATION TEST

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

4.0 PRODUCTION TEST

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.

44NC-4600-0000-V.02-0113-A4 General Spec for hardness requirements.doc


Page 403 of 724
APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 1 OF 2
PROJECT
EQUIPMENT / ITEM DESCRIPTION : CENTRIFUGAL PUMP VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

1 H H X PRE-INSPECTION MEETING TO BE CONDUCTED AFTER ISSUE OF PO


/ PR / PS. AGENDA TO BE PREPARED BY LSTK CONTRACTOR
2 A A R X DETAILED INSPECTION & TEST PLAN AFTER ISSUE OF PO / PR / PS
INCLUDING FOR ALL AUXILLARIES OF THE PUMP SKID VIZ BARE
PUMP DRIVER, INSTRUMENTATION ITEMS, PIPING, LO SYSTEM ETC.
3 A R X INSPECTION & TEST PROCEDURES FOR ALL ITEMS INCLUDING NDT
/ PWHT / PERFORMANCE / MECHANICAL RUN TEST PROCEDURES
4 A X PACKING PROCEDURE / SHIPPING DRAWING OF COMPLETED
ITEMS.
5 R R X SUMMARY OF ALL SUPPLIMENTARY REQUIREMENTS AS SPECIFIED
IN THE ORDER / PS / PS.
6 R R X SUB-ORDERS VERIFICATION FOR BOUGHT-OUT ITEMS.
7 R R X MANUFACTURER’S TEST CERTIFICATES FOR MAJOR PUMP
COMPONENTS
8 H W X NDT OF PUMP COMPONENTS LIKE PUMP CASING, IMPELLER, SHAFT
* ETC AS SPECIFIED IN THE PR/PS.
9 H W X WPS / PQR FOR CASING REPAIR, IF REQUIRED (NO WELD REPAIR
TO BE CARRIED OUT WITHOUT CLIENT’S APPROVAL
10 H W X VISUAL/NDT CHECK OF PUMP CASING AFTER FINAL MACHINING
(BEFORE HYDROTEST) AND IMPELLERS BEFORE ROTOR ASSEMBLY
11 H W X HYDROTEST FOR PUMP CASING INCLUDING WATER JACKET /
BEARING HOUSING, FLUSHING LINES, ETC.
12 H W X DYNAMIC BALANCING OF PUMP ROTOR WITH COUPLING.
13 H W X PERFORMANCE / MECHANICAL RUNNING TEST AT RATED RPM WITH
JOB DRIVER / JOB COUPLING, MECHANICAL SEAL & LO SYSTEM, AS
PER APPROVED PROCEDURE ( TEMPERATURE RISE, NOISE
MEASUREMENT, VIBRATION MEASUREMENT, CAPACITY, HEAD,
POWER, EFFICIENCY, ETC)
14 H W X NPSH TEST
15 H W X STRIP – DOWN CHECK AND CLEARANCE CHECK. HARDNESS CHECK
IF SPECIFIED.

Page 404 of 724


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 2 OF 2
PROJECT
EQUIPMENT/ITEM DESCRIPTION : CENTRIFUGAL PUMP VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

16 AS PER RESPEC- INSPECTION OF DRIVERS, PIPING & OTHER BOUGHT-OUT AS PER


TIVE ITPs APPROVED INSPECTION & TEST PLAN AS MENTIONED IN ACTIVITY
(2)
17 H W X FINAL INSPECTION OF THE PUMP SKID, DULY ASSEMBLED WITH ALL
ITEMS INCLUDING ALL PIPING, INSTRUMENTATION ETC.
18 R R X FINAL DOCUMENTATION
19 H X SPARES & PACKING LIST CHECK. PACKING & LOADING OF
EQUIPMENT AS PER SHIPPING DRAWING.
20 H H INSPECTION RELEASE CERTIFICATE

LEGENDS : H - HOLD, W - WITNESS, R – REVIEW, A - APPROVAL, I - INFORMATION, X – SUBMIT


PO – PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION
** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION
/REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN
INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY
VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER/PMC FOR APPROVAL.
* TPI A TO CARRY OUT INSPECTION AT SUB-VENDORS’ WORKS.
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 OF APPROVAL OF DOCUMENT AND SAME TO BE COVERED AS PART OF
PURCHASE ORDER CONDITION ISSUED BY CONTRACTOR.

Page 405 of 724


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 1 OF 3
PROJECT
EQUIPMENT / ITEM DESCRIPTION : SHELL & TUBE HEAT VENDOR :
EXCHANGER P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

1 H H X PRE-INSPECTION MEETING TO BE CONDUCTED AFTER ISSUE OF PO


/ PR / PS. AGENDA TO BE PREPARED BY LSTK CONTRACTOR
2 A A R X DETAILED INSPECTION & TEST PLAN AFTER ISSUE OF PO/PR/PS
(INCLUDING FOR BOUGHT – OUT ITEMS)
3 A R X INSPECTION & TEST PROCEDURES INCLUDING NDT / PWHT / WELD
REPAIR / HYDRO TEST / PAINTING / PICKLING & PASSIVATION
PROCEDURES, ETC.
4 A X PACKING PROCEDURE (INCLUDING EQUIPMENT DRYING, N2
PURGING ETC) / SHIPPING DRAWING OF COMPLETED EQUIPMENT.
5 R R X SUMMARY OF ALL SUPPLIMENTARY REQUIREMENTS AS SPECIFIED
IN THE ORDER / PS / PR.
6 A W X WELDING PROCEDURE SPECIFICATIONS AND PROCEDURE
QUALIFICATION RECORD INCLUDING WELD REPAIR.
7 H W X TUBE TO TUBE SHEET JOINT MOCK-UP PROCEDURE
QUALIFICATION AND REVIEW OF RECORDS.
8 A W X WELDERS’ QUALIFICATION / WELDERS PERFORMANCE RECORDS
9 H W X NEW WELDING PROCEDURES AND WELDERS QUALIFICATION
10 R R X WELDING CONSUMABLES BATCH CERTIFICATE
11 H W X RAW MATERIAL INSPECTION / IDENTIFICATION FOR ALL PRESSURE
PARTS / COMPONENTS W.R.T MILL / MANUFACTURER’S TCs.
12 R W X RAW MATERIAL IDENTIFICATION FOR NON-PRESSURE PARTS/
STRUCTURAL MATERIALS
13 R R X SUB-ORDER VERIFICATION FOR BOUGHT-OUT ITEMS VIZ FLANGES /
FORGINGS, FORGE TUBE SHEET, GIRTH FLANGES FITTINGS,
TUBES, DISHED ENDS, BELLOWS, FASTENERS ETC.
14 H W X INSPECTION OF BOUGHT-OUT ITEMS AT MANUFACTURES, WORKS
* FOR FORGINGS, TUBES SHEETS, GIRTH FLANGES, TUBES,
FITTINGS, FASTENERS, DISHED ENDS, EXPANSION BELLOWS ETC.
15 H W X LONG-SEAM, CIRC-SEAM SET-UP CHECK FOR SHELLS, CHANNELS,
BONNETS, NOZZLES ETC
16 H W X IDENTIFICATIONS OF ALL BOUGHT OUT ITEMS AT FABRICATION
SHOP
17 H W X TUBE SHEET INSPECTION AFTER MACHINING / DRILLING / REAMING.
18 W W X NOZZLES ATTACHMENTS & INTERNALS FIT-UP CHECK ON SHELLS /
DISHED ENDS.

Page 406 of 724


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 2 OF 3
PROJECT
EQUIPMENT / ITEM DESCRIPTION : SHELL & TUBE HEAT VENDOR :
EXCHANGER P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

19 H W X SHELL & TUBE BUNDLE INSPECTION BEFORE INSERTION /


ASSEMBLY IN SHELL.
20 H W X TUBE SHEET TO SHELL AND GIRTH FLANGES TO SHELL / BONNET /
CHANNEL SET-UP CHECK.
21 W W X ROOT RUN DP CHECK
22 W W X ROOT RUN DP CHECK FOR TUBE TO TUBE SHEET JOINTS
23 W W X DP CHECK AFTER BACK GOUGING OF WELD JOINTS
24 H W X EXPANSION CHECK OF TUBE TO TUBE SHEET JOINTS
25 H W X AIR TEST OF REINFORCING PADS & TUBE TO TUBE SHEET JOINTS
26 H W X NDT (RT, UT, MT, PT, HALOGEN / HELIUM LEAK TESTING ETC, AS
APPLICABLE.) EXAMINATION / NDT CLEARANCE OF WELD JOINTS
BEFORE PWHT/HYDROTEST
27 H W X VISUAL (INTERNALS & EXTERNAL) & DIMENSIONAL CHECK BEFORE
RELEASE FOR PWHT (IF APPLICABLE)
28 H W X PWHT CHART / RECORDS (IF APPLICABLE)
29 H W X MECHANICAL TESTS OF COUPONS FOR TENSILE, HARDNESS,
IMPACT AS APPLICABLE
30 H W X HARDNESS CHECK OF BASE METAL, HAZ & WELD AFTER PWHT AND
ANY OTHER SUPPLIMENTATRY REQUIREMENT CHECK LIKE IGC,
FERRITE ETC.
31 H W X VISUAL (INTERNAL & EXTERNAL) & DIMENSIONAL CHECK BEFORE
RELEASE FOR HYDROTEST
32 H W X HYDROSTATIC TEST (SHELL SIDE & TUBE SIDE ASSEMBLY)
(WATER CHLORIDE PPM TO BE CHECKED FOR SS EQUIPMENTS)
33 H W X FINAL INSPECTION INCLUDING NAME PLATE AND MARKING CHECK
34 H W X SURFACE PREPARATION, PAINTING / PICKLING AND PASSIVATION
CHECK
35 H R X FINAL DOCUMENTATION INCLUDING CERTIFICATION OF AS-BUILT
DRAWINGS AND STAMPING OF EQUIPMENT
36 H X SPARES AND PACKING LIST CHECK. PACKING & LOADING OF
EQUIPMENT AS PER SHIPPING DRAWING.

Page 407 of 724


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 3 OF 3
PROJECT
EQUIPMENT / ITEM DESCRIPTION : SHELL & TUBE HEAT VENDOR :
EXCHANGER P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

37 H H INSPECTION RELEASE CERTIFICATE

LEGENDS : H – HOLD, W - WITNESS, R – REVIEW, A - APPROVAL, I - INFORMATION, X – SUBMIT


PO – PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION
** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION
/REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN
INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY
VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER / PMC FOR APPROVAL.
* TPI A TO CARRY OUT INSPECTION AT SUB-VENDORS’ WORKS.
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.

Page 408 of 724


CHENNAI PETROLEUM CORPORATION LIMITED
MANALI REFINERY

EPCC-1 : COKER BLOCK : DELAYED COKER UNIT & LPG CFC TREATING UNIT

PART : I

SECTION : 9

TITLE: QUALITY MANAGEMENT SYSTEM

DOCUMENT NO.: 44NC-4600-0000/N.02/0040/A4

A 03-May-10 7 Issued for FEED RB RPG BBD


Prepared Checked Approved
Rev No. Issue Date Pages Rev Description
By By By

Page 409 of 724


Jacobs
CPCL, Chennai QUALITY MANAGEMENT SYSTEM Part-I
LSTK – 1 : Coker Block Section-9.0
44NC-4600 Doc.no.: 44NC-4600-0000/N.02/0040/A4 Page 2 of 7

TABLE OF CONTENTS

1.0 INTRODUCTION 3

2.0 DEFINITIONS 3

3.0 SCOPE OF WORK BY CONTRACTOR 3

4.0 QUALITY ASSURANCE SYSTEM REQUIREMENTS 4

5.0 CONFLICT 7

6.0 CONTRACTOR’S MANAGEMENT REVIEW 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

Page 410 of 724


Jacobs
CPCL, Chennai QUALITY MANAGEMENT SYSTEM Part-I
LSTK – 1 : Coker Block Section-9.0
44NC-4600 Doc.no.: 44NC-4600-0000/N.02/0040/A4 Page 3 of 7

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

2.1 Owner – shall mean Chennai Petroleum Corporation Limited.

2.2 PMC – shall mean Project Management Consultant i.e. Jacobs.

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.

3.0 SCOPE OF WORK BY CONTRACTOR

3.1 Prior to the award of contract

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.

Page 411 of 724


Jacobs
CPCL, Chennai QUALITY MANAGEMENT SYSTEM Part-I
LSTK – 1 : Coker Block Section-9.0
44NC-4600 Doc.no.: 44NC-4600-0000/N.02/0040/A4 Page 4 of 7

Applicable forms for quality planning are enclosed as Annexure-I to IV.

3.2 During / After the award 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 During Job Execution

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.

4.0 QUALITY ASSURANCE SYSTEM REQUIREMENTS


4.1 The contractor shall nominate an overall in charge of the quality titled as “Quality Manager” for
the scope of work of agreed contract. The name of this person shall be duly intimated to PMC /
Owner and all subsequent changes in this shall also be duly intimated to PMC / Owner.

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:

4.4.1 Engineering and design

Page 412 of 724


Jacobs
CPCL, Chennai QUALITY MANAGEMENT SYSTEM Part-I
LSTK – 1 : Coker Block Section-9.0
44NC-4600 Doc.no.: 44NC-4600-0000/N.02/0040/A4 Page 5 of 7

- Project specific procedures


- Requisitions for equipment and bulk materials .
- Requisitions for Construction sub-contracts.
- Drawings
- Documentation
- Calculations
- Design Verification & Reviews
- Vendor data and vendor calculations
- Constructability review
- Design Safety review
- Document Control
- Softwares to be used.

4.4.2 Procurement

- Enquiry documents for equipment / materials etc.


- Bids for equipment / materials and sub-contract selection, qualification of vendors and sub-
contractors.
- Approval of purchase requisitions of critical equipment as stated in the Contract by Owner /
PMC.
- Purchase Orders
- Inspection and test requirements.
- Contents of inspection reports
- ODC consignments and transportation.
- Packing requirements
- Completeness of manufacturer’s data, documentation requirements,
- Review of installation, pre-commissioning & commissioning documents including vendor
assistance whenever required.
- Documents and Data Control.

4.4.3 Construction / Pre-commissioning / Commissioning / Guarantee Run.

- QA / QC plans for all disciplines including PMI


- Fabrication, erection & Commissioning procedures
- Requirements for mechanical completion
- Handing over procedures and documentation.
- HSE requirements.

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.

Page 413 of 724


Jacobs
CPCL, Chennai QUALITY MANAGEMENT SYSTEM Part-I
LSTK – 1 : Coker Block Section-9.0
44NC-4600 Doc.no.: 44NC-4600-0000/N.02/0040/A4 Page 6 of 7

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.

4.7.2 Requirements of this specifications shall be enforced on sub-contracted agency also. No


relaxation shall be granted (after finalisation of main contract) on the requirements of this
specification. The contractor shall choose sub-contractor based on their capability to meet
requirements of this specification also.

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

Page 414 of 724


Jacobs
CPCL, Chennai QUALITY MANAGEMENT SYSTEM Part-I
LSTK – 1 : Coker Block Section-9.0
44NC-4600 Doc.no.: 44NC-4600-0000/N.02/0040/A4 Page 7 of 7

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.

6.0 CONTRACTOR’S MANAGEMENT REVIEW

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.

Page 415 of 724


ANNEXURE - I
QUALITY PLAN (Design Function) Document Number
Organisation DIVISION / Document Number
DEPARTMENT : Revision Number Sheet of

Reviewed by : (Signature, Name & Date)


Page 416 of 724

Approved by : (Signature, Name & Date)


GENERAL BASIC PROCESS DESIGN MATURITY Final All
Procedure / Verification Verification Reviewed Validated Validation Approval Records Generated
Activity module / Deliverable Work Ins. Performer By Method By By Method By
ANNEXURE - II
QUALITY PLAN (Project Services) Document Number
Organisation DIVISION / Document Number
DEPARTMENT : Revision Number Sheet of

Reviewed by : (Signature, Name & Date)


Page 417 of 724

Approved by : (Signature, Name & Date)


GENERAL BASIC PROCESS SERVICE PERFORMANCE ANALYSIS All
Activity Description Procedure / Performer Reports / Outputs Sampling Acceptance Criteria By Records Generated
Work Ins. Basis
ANNEXURE - III
QUALITY PLAN (Procurement Function) Document Number
Organisation DIVISION / Document Number
DEPARTMENT : Revision Number Sheet of

Reviewed by : (Signature, Name & Date)


Page 418 of 724

Approved by : (Signature, Name & Date)


GENERAL BASIC PROCESS FINAL APPROVAL All
Activity Module / Deliverable Procedure / Performer Reviewer (if any) Sampling Acceptance By Records Generated
Work Ins. Basis Criteria
ANNEXURE - IV
QUALITY PLAN (Construction Activities) Document Number
Organisation DIVISION / Document Number
DEPARTMENT : Revision Number Sheet of

Reviewed by : (Signature, Name & Date)


Page 419 of 724

Approved by : (Signature, Name & Date)


GENERAL BASIC PROCESS FINAL APPROVAL All
Activity Module / Deliverable Procedure / Performer Records Maintained Sampling Acceptance Criteria Inspected Records Generated
Work Ins. Basis By
ANNEXURE V
QUALITY PLAN (Design Function)
QUALITY PLAN (Design Function)
(STRIKE WHICH EVER IS NOT APPLICABLE)

PROJECT _______________________ ORIGINATOR REF. __________________

JOB NO. ________________________ ORDER / CONTRACT NO. _______________


TO BE FILLED BY ORIGINATOR

ORIGINATOR : VENDOR / CONTRACTOR / JACOBS DEPARTMENT ______________________________________________

REQUIREMENT AS PER SPECIFICATION DESCRIPTION OF WAIVER / DEVIATION SOUGHT

Why the Waiver / Deviation is required ?

Contractual Implication if waiver / deviation is granted :


* Time taken shall be More / Less / No change
* Cost of item shall be More / Less / No change
* Performance requirement shall be Satisfied / Not Satisfied

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 : _____________________________

WAIVER / DEVIATION REQUEST NUMBER

Page 420 of 724


QUALITY PLAN (Design Function)
QUALITY PLAN (Design Function)
OPINION FROM PMC

Date : __________ Signature : _________________


Name : ____________________
Department : ________________

FORWARDED TO ________________________ BY PROJECT DIRECTOR OF PMC


(PROJECT MANAGER)

Date : __________ Signature : _________________


Name : ____________________

FORWARDED TO __________________
(Target Resolution Div / Dept./Group)

Date : __________ Signature : ___________________


(PROJECT MANAGER)
Name : ____________________

DISPOSITION BY TARGET RESOLUTION DIV / DEPT / GROUP

Date : __________ Signature : _________________


Name : ____________________

FINAL DECISION OF PROJECT MANAGER ALONG WITH OVERALL REVIEW


(Client's decision required / not required)

Date : __________ Signature : _________________


Name : ____________________

OWNER'S DECISION, IF REQUIRED

Date : __________ Signature : _________________


Name : ____________________

WAIVER / DEVIATION REQUEST NUMBER

Page 421 of 724


Page 422 of 724
Page 423 of 724
Doc No. A133-860241-1129
Page 424 of 724
Doc No. A133-860241-1131
Page 425 of 724
Page 1 of 15

STANDARD SPECIFICATION FOR

L. V. INDUCTION MOTORS

DOCUMENT NO: 44NC-4600 : ESS 01A

PREVIOUS DOC. NO.: BSS - 05 - 101/2

Rev Issue Date Pages Rev Description Prepared Checked Approved


No. By By By
0 03 May 2010 15 Issued for Engineering VSL PPP RBD

Page 426 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 2 OF 15
REVISION NO : 0

TABLE OF CONTENTS

1.0 SCOPE

2.0 STANDARDS

3.0 CLIMATIC CONDITIONS

4.0 ELECTRICAL SUPPLY SYSTEM

5.0 DESIGN FEATURES

6.0 SPECIAL TOOLS

7.0 INSPECTION AND TESTING

8.0 PACKING AND DISPATCH

9.0 INFORMATION, DRAWINGS, LITERATURE SPARES

10.0 CERTIFICATION

11.0 SPARES

12.0 QUALITY ASSURANCE

13.0 DEVIATIONS

Page 427 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 3 OF 15
REVISION NO : 0

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 :

1 IS: 5 Colors for ready mixed paints & enamels

2 IS: 325 Three Phase Induction motors

3 IS: 1076 Preferred numbers


(Part 1, 2 & 3)

4 IS: 1231 Dimensions of three phase foot mounted induction motors

5 IS: 1271 Thermal evaluation & classification of electrical insulation

6 IS: 2071 Methods of high voltage testing


Part (1, 2 & 3)

7 IS: 2148 Electrical apparatus for explosive gas atmospheres – flameproof enclosures “d”

8 IS: 2223 Dimensions of Flange mounted A..C. induction motors

9 IS: 2253 Designation for types of Construction and Mounting Arrangements of Rotating
Electrical Machines.

10 IS: 2254 Dimensions of vertical shaft motors for pumps

11 IS: 2968 Dimensions of Slide Rails for Electrical Motors.

12 IS: 4029 Guide for testing Three Phase induction Motors.

13 IS: 4691 Degree of Protection provided by enclosures for rotating Electrical Machinery

14 IS: 4722 Specification for rotating electrical machines

15 IS: 4728 Terminal Marking and direction of rotation for Rotating Electrical Machinery.

16 IS: 4889 Method of determination of efficiency of rotating Electrical Machines.

Page 428 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 4 OF 15
REVISION NO : 0

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

19 IS: 6362 Designation of Methods of Cooling for Rotating Electrical Machines.

20 IS: 6381 Electrical apparatus for explosive gas atmospheres – increased safety “e”

21 IS: 7389 Electrical apparatus for explosive gas atmospheres – pressurized enclosures “p”

22 IS: 7816 Guide for testing of insulation resistance of rotating machines.

23 IS: 8223 Dimensions and output series for electrical machines

24 IS: 8289 Specification for electrical equipment with type of protection ‘n’.

25 IS: 8789 Values of performance characteristics for 3-phase induction motor.

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

30 IS:12802 Temp. rise measurement of rotating electrical machines

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

33 IS:13529 Guide on effects of unbalanced voltages on the performance of three phase


induction motors.

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.

Page 429 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 5 OF 15
REVISION NO : 0

3.0 CLIMATIC CONDITIONS

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.

4.0 ELECTRICAL SUPPLY SYSTEM

4.1 Characteristics of electric supply system will be specified in Data Sheets.

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.

5.0 DESIGN FEATURES

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.

Page 430 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 6 OF 15
REVISION NO : 0

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.

5.1.14 Type of mounting required shall be as specified in Data Sheets.

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

Page 431 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 7 OF 15
REVISION NO : 0

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 BEARING & LUBRICATIONS

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.

Page 432 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 8 OF 15
REVISION NO : 0

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 PHASE CONNECTION

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 TERMINAL BOX

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.

5.5.3 Numbers of terminals shall be as given below :

SCR Motors upto & including 7.5 KW - 3 Nos.


SCR Motors above 7.5 KW - 6 nos.
Slip ring motors - 6 nos.

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.

5.5.7 Identification of Terminals


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.

5.5.8 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.

Page 433 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 9 OF 15
REVISION NO : 0

5.6 STARTING CHARACTERISTICS

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:

Condition Min. no. of consecutive starts

No. of hourly starts uniformly distributed, starting from 4


final steady working temp.

With initial temp. of the motor as ambient temp. (cold)


3

With initial temp. of the motor as full load operating 2


temp. (hot)

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.

Page 434 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 10 OF 15
REVISION NO : 0

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 INSULATION AND WINDINGS

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 TEMPERATURE RISE

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.

Page 435 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 11 OF 15
REVISION NO : 0

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.

5.9 COOLING SYSTEM

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 EMBEDDED TEMPERATURE DETECTORS

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.

Page 436 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 12 OF 15
REVISION NO : 0

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.

5.13 LIFTING HOOK

All motors shall be provided with lifting hooks or eye bolts.

5.14 EARTHING TERMINALS

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.

5.14.2 All accessories used shall be hot dip galvanised.

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 RATING PLATES, LABELS & MARKING

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.

Page 437 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 13 OF 15
REVISION NO : 0

5.18 NOISE LEVEL

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.

5.19 CRITICAL SPEEDS

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.

5.20 BEDPLATES & SOLEPLATES

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.

6.0 SPECIAL TOOLS

A set of any special tools necessary for maintaining the whole of the requirement supplied
shall be provided.

7.0 INSPECTION AND TESTING

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)

Page 438 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 14 OF 15
REVISION NO : 0

e) Verification of direction of rotation


f) Measurement of winding resistance
g) Insulation resistance test ( before & after high voltage test)
h) High voltage test
i) No load test & measurement of voltage, speed, current & power inputs
j) Locked rotor test at reduced voltage & measurement of voltage, current &
power input
k) Reduced voltage staring & running
l) Tests on Ex-d enclosures as per IS

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.

8.0 PACKING AND DISPATCH

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.

9.0 INFORMATION, DRAWINGS, LITERATURES

9.1 Vendor to furnish these as per Vendor Document Requirements attached with the
specification. The drawings shall generally include the following :

Data Sheet - Duly filled data sheet

GA drawings - Fully dimensioned, indicating foundation

Page 439 of 724


STANDARD SPECIFICATION : 44NC-4600: ESS 01A DATE : 03 May 2010
L. V. INDUCTION MOTORS PAGE : 15 OF 15
REVISION NO : 0

details, number and size of cable entries, frame


sizes etc.
Terminal Box Drawing - Fully dimensioned, including arrangement of
Terminals & auxiliaries

Performance
Characterstics - As specified in data sheet

Terminal Wiring Diagram

Calculation for cost effectiveness for energy efficient motors

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

12.1 Quality Assurance shall follow the requirements of Jacobs QA documents.

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.

Page 440 of 724


SCOPE OF WORK & JOB DOCUMENT No.
SPECIFICATION FOR A133-086-16-50-SP-5025 Rev A
CENTIFUGAL PUMP Page 1 of 4

SCOPE OF WORK & JOB SPECIFICATION


(ELECTRICAL)
FOR
CENTRIFUGAL PUMP- SPECIAL PURPOSE PROCESS,
HORIZONTAL, MULTI STAGE
(MR No. A133-086-PA-MR-5025 Rev A)

PROJECT : COKER BLOCK (EPCC-1)


RESID UPGRADATION PROJECT, CPCL, CHENNAI

OWNER : CHENNAI PETROLEUM CORPORATION LIMITED

PMC : JACOBS ENGINEERING INDIA PRIVATE LIMITED

CONTRACTOR : ENGINEERS INDIA LIMITED

JOB NO. : A133

A 05.09.13 Issued with MR VB ANPS SA


Rev.
Date Purpose Prepared by Checked by Approved by
No

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

1.0 VENDOR’S SCOPE

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

Motor starters for Motors.


Power feeder cables & space heater cables between Purchaser's switchgear and motor
terminal box for each motor
Local control stations for all motors
Control cables between Purchaser's switchgear and local control stations.

3. AREA CLASSIFICATION AND EQUIPMENT SELECTION

i. Area classification and enclosure for motors shall be as under:

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.

v. All nuts and bolts shall be of stainless steel SS-304.

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.

x. The starting current limitation for the motors shall be as under:

- 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.

5. MAKE OF ELECTRICAL EQUIPMENT/ COMPONENTS

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

S. No. Description Doc. No.


1. HV motor Data Sheet A133-086-16-50-DS-5025 Rev. A
2. MV Motor Data Sheet A133-086-16-50-DS-5026 Rev. A
3. Electric Load Data A133-086-16-50-DS-5027 Rev. A
4. Vendor Data requirements A133-086-16-50-VR-5025 Rev. A
5. Standard specification for MV 44NC-4600: ESS 01A
Induction Motor
6. Standard specification for HV 44NC-4600: ESS 01B
Induction Motor
7. ITP for MV Induction Motor 44NC-4600: ITP 01A
8. ITP for HV Induction Motor 44NC-4600: ITP 01B
9. Vendor List-Electrical 44NC-4600:00:R:01:0005:A4 Rev.4

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 444 of 724
APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN** SHEET 1 OF 2


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION
PROJECT
EQUIPMENT / ITEM DESCRIPTION : CENTRIFUGAL PUMP VENDOR : P.O.
NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR Rev.1
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

1 H H X PRE-INSPECTION MEETING TO BE CONDUCTED AFTER ISSUE OF PO / PR


/ PS. AGENDA TO BE PREPARED BY LSTK CONTRACTOR
2 A A R X DETAILED INSPECTION & TEST PLAN AFTER ISSUE OF PO / PR / PS
INCLUDING FOR ALL AUXILLARIES OF THE PUMP SKID VIZ BARE PUMP
DRIVER, INSTRUMENTATION ITEMS, PIPING, LO SYSTEM ETC.
3 A R X INSPECTION & TEST PROCEDURES FOR ALL ITEMS INCLUDING NDT /
PWHT / PERFORMANCE / MECHANICAL RUN TEST PROCEDURES
4 A X PACKING PROCEDURE Rev.1
5 R R X Rev.1
6 R R X Rev.1
7 R R X MANUFACTURER’S TEST CERTIFICATES FOR MAJOR PUMP
COMPONENTS
8 W X
W NDT OF PUMP COMPONENTS LIKE PUMP CASING, IMPELLER, SHAFT ETC
AS SPECIFIED IN THE PR/PSAT PUMP MANUFACTURER’S WORKS Rev.1
9 H/ W X WPS / PQR FOR CASING REPAIR, IF REQUIRED (NO WELD REPAIR TO
R BE CARRIED OUT WITHOUT CLIENT’S APPROVAL H FOR NEW AND R FOR
EXISITING WPS/PQR Rev.1
10 R W X VISUAL/NDT CHECK OF PUMP CASING AFTER FINAL MACHINING
(BEFORE HYDROTEST) AND IMPELLERS BEFORE ROTOR ASSEMBLY Rev.1
11 W W X HYDROTEST FOR PUMP CASING INCLUDING WATER JACKET /
BEARING HOUSING, FLUSHING LINES, ETC. Rev.1
12 R W X DYNAMIC BALANCING OF PUMP ROTOR WITH COUPLING. Rev.1
13 H W X PERFORMANCE / MECHANICAL RUNNING TEST AT RATED RPM WITH JOB
DRIVER / JOB COUPLING, MECHANICAL SEAL & LO SYSTEM, AS PER
APPROVED PROCEDURE ( TEMPERATURE RISE, NOISE
MEASUREMENT, VIBRATION MEASUREMENT, CAPACITY, HEAD,
POWER, EFFICIENCY, ETC)
14 H W X NPSH TEST
15 H W X STRIP – DOWN CHECK AND CLEARANCE CHECK. HARDNESS CHECK IF
SPECIFIED.

Page 445 of 724


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN** SHEET 2 OF 2


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION
PROJECT
EQUIPMENT/ITEM DESCRIPTION : CENTRIFUGAL PUMP VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR Rev.1
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

16 AS PER RESPEC- INSPECTION OF DRIVERS, PIPING & OTHER BOUGHT-OUT AS PER


TIVE ITPs APPROVED INSPECTION & TEST PLAN AS MENTIONED IN ACTIVITY
(2)
17 H W X FINAL INSPECTION OF THE PUMP SKID, DULY ASSEMBLED WITH ALL
ITEMS INCLUDING ALL PIPING, INSTRUMENTATION ETC.
18 R R X FINAL DOCUMENTATION
19 H X SPARES & PACKING LIST CHECK. PACKING & LO ADING OF
EQUIPMENT AS PER SHIPPING DRAWING.
20 H H INSPECTION RELEASE CERTIFICATE

LEGENDS : H - HOLD, W - WITNESS, R – REVIEW, A - APPROVAL, I - INFORMATION, X – SUBMIT


PO – PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION
** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION
/REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN
INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY
VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER/PMC FOR APPROVAL.
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 OF APPROVAL OF DOCUMENT 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.
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

Page 446 of 724


Page 1 of 2

CHENNAI PETROLEUM CORPORATION LIMITED


(A group company of Indian Oil)

RESID UPGRADATION PROJECT


AT
MANALI REFINERY

VENDORS LIST

DOCUMENT NO : 44NC-4600:00:R:01:0005:A4

Prepared and Issued by:

Jacobs Engineering India Private Ltd.


Navi Mumbai
Rev. Issue Date Pages Rev. Description Prepared Checked Approved
No. By By By
0 16.06.2010 Issued for Client’s review / comments NRK AMN SBN

1 20.07.2010 Revised as per client comments NRK AMN SBN

2 23.08.2010 Revised as per client comments NRK AMN SBN

3 14.09.2010 Revision as per client comments NRK AMN SBN


(only for Instrumentation)

4 22.09.10 Revision as per client comments NRK AMN SBN


(only for Electrical)

Page 447 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 Doc. No. 44NC-4600: 00:R:01:0005:A4 Page 2 of 2

INDEX
No. of
Sheets

• NOTES ON VENDOR LIST 2

i. STATIC EQUIPMENT (Fabrication Equipment) 14

ii. HEAT TRANSFER EQUIPMENT 12

iii. MECHANICAL EQUIPMENT 13

iv. ROTARY EQUIPMENT 14

v. PIPING 29

vi. ELECTRICAL 22 4

vii. INSTRUMENTATION 26

viii. ARCHITECTURAL ITEMS 9

ix. MISCELLANEOUS 4

x. REFRACTORIES AND INSULATING FIBER BLANKET 2

Page 448 of 724


44NC-4600:CPCL
NOTES ON VENDORS LIST

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.

i. Pressure Vessels (Fabrication equipment)


ii. Rotating Equipment.
iii. Piping
iv. Electrical
v. Instrumentation
vi. Mechanical Equipment
vii. Heat & Mass Transfer Equipment
viii. Architectural Items
ix. Miscellaneous

C) CONTRACTOR may procure material from any of OWNER / CONSULTANT approved


vendors. However, workload, stability and solvency need to be verified by the
CONTRACTOR before placement of order. In case where such vendors are not
available prior approval to be taken from OWNER / CONSULTANT before issue of
enquiry.

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.

D) Compliance to procurement of material from approved vendors is mandatory and shall be


fully complied with. No deviation to approved vendor list shall generally be acceptable.

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.

F) CONTRACTOR shall make an independent assessment of capability of all the vendors


for timely deliveries of material / equipment. Any delays in deliveries by vendor(s) 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.

Doc. No. 44NC-4600:00:R:01:0005:A4 Page 1 of 2

Page 449 of 724


44NC-4600:CPCL
NOTES ON VENDORS LIST

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.

Doc. No. 44NC-4600:00:R:01:0005:A4 Page 2 of 2

Page 450 of 724


(vi)
ELECTRICAL

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 451 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 2 of 22

VENDOR NAME COUNTRY

1. SWITCH GEAR HT (INDOOR) WITH VCB


1. ABB Ltd (Nasik) India
2. Areva T&D Ltd. India
3. Bharat Heavy Electricals Ltd. India
4. Crompton Greaves Ltd India
5. Jyothi India
6. Siemens Ltd India

2. SWITCHBOARDS MV – MCC / PCC / PMCC – FIXED TYPE


1 Control & Switchgear Co Ltd India
2 GE Industrial India Pvt. Ltd. India
3 Larsen & Toubro Ltd. India
4 Schneider Electric India Pvt. Ltd India
5 Siemens Ltd India

3. SWITCHBOARDS MV – MCC / PCC / PMCC – DRAWOUT


1. Control & Switchgear Co Ltd India
2. GE Industrial India Pvt. Ltd. India
3. Larsen & Toubro Ltd. India
4. Schneider Electric India Pvt. Ltd India
5. Siemens Ltd India

4. TRANSFORMERS – POWER ABOVE 5 MVA


1 ABB Ltd (Nasik) India
2 APEX India
3 Areva T&D Ltd. India
4 Bharat Bijlee Ltd India
5 Bharat Heavy Electricals Ltd. (BHOPAL)/JHANSI India
6 Crompton Greaves Ltd India
7 EMCO Ltd India
8 Transformers & Rectifier India
9 Voltamp Transformers (P) Ltd India

5. TRANSFORMERS – POWER UPTO 5 MVA


1. Areva Ltd. India
2. Bharat Bijlee Ltd India
3. Crompton Greaves Ltd India
4. EMCO Ltd India
5. Hackbridge Hewitic & Easun Ltd. india
6. Indo Tech India
7. Kirloskar Electric Co. Ltd. India
8. Transformers & Rectifiers India Ltd India
9. Voltamp Transformers (P) Ltd India

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 452 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 3 of 22

VENDOR NAME COUNTRY

6. DRY TYPE TRANSFORMERS (LIGHTING) – UPTO 1000 KVA


1 Crompton Greaves Ltd India
2 Kirloskar Electric Co. india
3 Vijay Electricals India - Hyderabad
4 Voltamp Transformers Pvt. Ltd. India

7. INSTRUMENT TRANSFORMERS – CT & PT (HV)


1 ABB Ltd India – Vadodara
2 Areva T&D Ltd. India
3 Electrical Controls & Systems India
4 Jyoti India
5 Kalpa Electricals India
6 Kappa Electricals India
7 Pragati Electricals Pvt. Ltd. India

8. INSTRUMENT TRANSFORMERS – CT & PT (MV)


1. AE
2. Gilbert & Maxwell Electricals Pvt. Ltd India
3. Jyoti India
4. Kalpa Electricals India
5. Kappa Electricals India
6. Narayan Powertech Pvt. Ltd India
7. Pragati Electricals Pvt. Ltd. India
8. Precise Electricals India
9. Silkaans Electricals Pvt. Ltd. India

9. CABLES COMMUNICATION (JELLY FILLED)


1 CMI Ltd.
2 Cord Cable
3 Delton Cables Ltd India
4 Elkay
5 Finolex Cables Ltd India
6 KEI
7 Reliance
8 Rpg Cables Ltd India
9 Usha Beltron Ltd India
10 Vindhya Telelinks Ltd India

10. HIGH VOLTAGE – XLPE CABLES


1 Cable Corporation Of India India
2 Industrial Cable
3 KEI Industries Ltd India
4 Nicco Corporation Ltd India
5 Polycab Wires Pvt. Ltd India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 453 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 4 of 22

VENDOR NAME COUNTRY

6 RPG Cables Ltd India


7 Torrent Cable Ltd Upto 33kv India
8 Uniflex Cables Ltd India
9 Universal Cables Ltd India

11. MEDIUM VOLTAGE POWER CABLES – XLPE & PVC


1 Associate India
2 Cable Corporation of India India
3 Finolex Cables Ltd India
4 Gemscab Industries Ltd
5 Havells
6 Industrial Cable India
7 KEI Industries Ltd India
8 Nicco Corporation Ltd India
9 Polycab Wires Pvt Ltd India
10 Radiant Cables Pvt. Ltd. India
11 Ravin Cables Pvt. Ltd India
12 RPG
13 Torrent Cables Ltd India
14 Universal Cables Ltd India

12. CABLES – CONTROL


1 Associated Cable Pvt Ltd India
2 Associated Flexibles and Wires (P) Ltd. India
3 Brooks Cables Pvt. Ltd. India – Mumbai
4 CMI Limited India
5 Cords Cable Ind Ltd India
6 Delton Cables Ltd India
7 Ecko Cables INDIA
8 Elkay Telelinks (P) Ltd India
9 Evershine Electricals India
10 Finolex Cables Ltd India
11 Gemscab Industries Ltd India
12 Goyolene Fibres (I) Pvt. Ltd. India
13 Havell’s India Pvt. Ltd. India
14 Hindustan Vidyut Product India
15 Industrial cables (I) Ltd. India
16 KEI Industries Ltd India
17 Nicco Corporation Ltd India
18 North Eastern cables Pvt. Ltd. India
19 Paramount Communications Ltd. India
(Manufacturing Unit – Paramount Cable Corporation)
20 Polycab Wires (P) Ltd India
21 Radiant Cables Pvt. Ltd. India
22 Ravin Cables Pvt. Ltd. India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 454 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 5 of 22

VENDOR NAME COUNTRY

23 Reliance Engineers Ltd India


24 RPG Cables India
25 Suyog Electricals India
26 Thermocables Ltd. India
27 Torrent Cables Ltd India
28 Universal Cables Ltd India

13. CABLES – FIRE ALARM & COMMUNICATION


1 CMI Ltd India
2 Cords Cable Industries Ltd India
3 Delton Cables Ltd India
4 Elkay Telelinks Ltd India
5 KEI Industries Ltd India
6 Reliance Engineers Ltd India

14. NEUTRAL GROUNDING RESISTORS - HV


1 AMP Control Equipment Pvt. Ltd. India – Pune
2 RSI Switchgear Pvt. Ltd India – Haryana
3 S R Narkhede Engineering Pvt. Ltd India

15. CAPACITOR – HIGH VOLTAGE


1 ABB Ltd India – Bangalore
2 BHEL India – Bhopal
3 CG Power Systems India
4 Universal Cables Ltd India

16. PLANT COMMUNICATION SYSTEM


1 Industrionic GmbH & Co KG GERMANY
2 Neuman Elektronik GmbH &Co GERMANY
3 Siemens Enterprise Communications INDIA

17. MOTOR INDUCTION – HV (INDL. TYPE SAFE AREA)


1 ABB LTD India - Faridabad
2 Alstom Moteurs SA (C/o Alstom Limited) India / France
3 Bharat Bijlee Limited India
4 Crompton Greaves Ltd India
5 Jyoti India
6 Kirloskar Electric Co Ltd India
7 Laxmi Hydrolics India
8 Siemens Limited India
9 BHEL (Bhopal) India

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 455 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 6 of 22

VENDOR NAME COUNTRY

18. MOTOR INDUCTION – MV (FLAMEPROOF)


1 Alstom Ltd India
2 Bharat Bijlee Ltd India
3 Crompton Greaves Ltd India
4 Kirloskar Electric Co Ltd India

19. MOTOR INDUCTION – HV (INCREASED SAFETY ZONE - 2)


1 ABB Limited (Only for safe area) India – Baroda
2 Alstom Ltd India
3 BHEL India – Bhopal
4 Crompton Greaves Ltd India
5 Kirloskar Electric Co Ltd India

20. MOTOR INDUCTION – MV (ZONE 2 TYPE e & n)


1 Alstom Ltd India
2 Asea Brown Boveri Ltd (Type E & N) India – Faridabad
3 Bharat Bijlee Ltd (Type N Only) India
4 Crompton Greaves Ltd (Type E & N) India
5 Kirloskar Electric Co Ltd (Type E & N) India
6 Siemens Ltd (Type E & N) India

21. A.C. (MV) VARIABLE SPEED DRIVE


1. ABB India
2. Alstom Moteurs SA France
3. Alstom Projects India Ltd India
4. BHEL (Bangalore) India
5. Control Technique India
6. Eurotherm
7. Fuji Electrical Co Ltd Japan
8. Hitachi Ltd India
9. Kirloskar
10. L & T Ltd India
11. Meidensha corp India
12. Reliance Electric Co USA
13. Rockwell Automation Pvt Ltd India
14. Siemens Ag Germany
15. Siemens Ltd India
16. Siemens Allis Energy Pro International
17. Toshiba Corporation India / Japan
18. Vacon OYJ International

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 456 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 7 of 22

VENDOR NAME COUNTRY

22. ACTUATORS - MOV


1 Auma India Ltd India
2 Limitorque Ind Ltd India
3 Rotork Controls Ind Ltd India
4 Marsh Engineers ( only for Safe Area) India

23. BATTERY CHARGERS


1 Amara Raja Power System Ltd India
2 Caldyne Automatic (P) Ltd India
3 Chhabi Electricals (P) Ltd India
4 Dubas Engineering Pvt. Ltd. India
5 HBL Power Systems Ltd India
6 Kerala State Elect Dev Corp Ltd. India
7 Mass Tech Control Pvt. Ltd. India
8 Universal Ind. Products India
9 Universal Instrument Mfg Co (P) Ltd India

24. UPS SYSTEM


UPS SYSTEM INDIGENOUS
1 DB Power Electronics Pvt Ltd India
2 Emerson Network Power Pvt Ltd India
3 Hi-Rel Electronics India
4 Kerala State ELECT Dev Corp Ltd India – KRKULM

UPS SYSTEM FOREIGN


1 Chloride Industrial Systems UK
2 Fuji Electric Co Ltd Japan
3 Gutor Electronics Ltd Switzerland
4 MGE Asia Pte Ltd Singapore
Saftnife AB
5 Toshiba Corporation Sweden
6 India/Japan

25. FIRE ALARM SYSTEM


1 Honeywell Inc India
2 Kidde India Ltd. India
3 Mather & Platt India Ltd India
4 New Fire Engineers (P) Ltd India

26. RELAY & CONTROL PANEL


1 ABB Ltd. India – Mumbai
2 Areva T&D Ltd India – Chennai
3 Bharat Heavy Electricals India
4 Controls & Switchgear India

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 457 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 8 of 22

VENDOR NAME COUNTRY

5 Easun Reyrolle Ltd India – Hosur


6 ECIL India
7 Power Gear Pvt. Ltd. India
8 Pyrotech India – Udaipur
9 Siemens India – Mumbai

27. CONTROL PANEL (FLP)


1 Baliga Lighting Eqpt Ltd India
2 Cooper Crouse-Hinds. India
3 FCG Flameproof Control Gears Ltd India
4 FCG Power Industries Ltd India
5 Flameproof Eqpts Pvt Ltd India
6 Flexpro Electicals Pvt Ltd India
7 Prompt Engineering Works India
8 Sudhir Switchgears Pvt. Ltd. India

28. LIGHTING FITITING & ACCESSORIES (HAZARDOUS)


1. AT X S A France
2. Bajaj Electricals Ltd India
3. Baliga Lighting Eqpt Ltd India
4. Cooper Crouse-Hinds India
5. Crompton Greaves Ltd India
6. FCG Flameproof Control Gears Pvt. Ltd. India
7. FCG Power Industries Pvt Ltd India
8. Flameproof Eqpts Pvt Ltd India
9. Flexpro Electricals Pvt Ltd India
10. Govan Industries (India) Pvt.Ltd. India
11. Prompt Engg. Works India
12. R Stahl Germany / India
13. Sudhir Switchgears Pvt. Ltd. India
14. Victor Product PLC India

29. JUNCTION BOXES (FLAME PROOF)


1 Baliga Lighting Eqpts Ltd India
2 FCG Flameproof Control Gears Pvt. Ltd. India India
3 FCG Power Industries pvt. ltd.
4 Flame Proof Eqpts Pvt Ltd India
5 Flexpro Electricals Pvt Ltd India
6 Govan Industries (India) Pvt Ltd. India
7 Prompt Engineering Works India
8 Sudhir Switch Gears Pvt Ltd India

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 458 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 9 of 22

VENDOR NAME COUNTRY

30. CONTROL STATIONS (FLAME PROOF)


1 Baliga Lighting Eqpts Ltd India
2 FCG Flameproof Control Gear Pvt. Ltd India
3 FCG Power Industries Pvt. Ltd. India
4 Flame Proof Eqpts Pvt Ltd India
5 Flexpro Electricals Pvt Ltd India
6 Govan Industries (India) Pvt Ltd. India
7 Prompt Engineering Works India
8 Sudhir Switch Gears Pvt Ltd India

31. LIGHTNING ARRESTORS


1 Areva
2 Crompton Greaves Ltd India
3 Elpro International Ltd India
4 Oblum Electrical Ind Pvt Ltd India
5 W. Insulation Of India India

32. BATTERIES LEAD ACID (VRLA)


1 Exide Ind Ltd India
2 Amara Raja Batteries Ltd India
3 HBL Power System Ltd India

33. BATTERY (NI-CAD)


1 Amaraja
2 Amco Saft
3 HBL Nife

34. AIR CIRCUIT BREAKER


1 Controls & Switchgear Co Ltd India
2 GE Power Control Ind Ltd India
3 Larsen & Toubro Ltd. (Mumbai) India
4 Schneider Electric India Pvt Ltd India
5 Siemens Ltd India

35. BUS DUCT (HV)


1 Controls & Switchgears Co Ltd India
2 Enpro Engg. India
3 Powergear India
4 Reep Industries India
5 Stardrive Busducts Pvt Ltd India

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 459 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 10 of 22

VENDOR NAME COUNTRY

36. BUS DUCT (MV)


1 Controls & Switchgear Co Ltd India
2 Enpro Engg. India
3 Powergear India
4 Reep Industries India
5 Stardrive Busducts Pvt Ltd India

37. CABLE GLANDS (FOR HAZARDOUS AREA)


1. Baliga Lighting Eqpts Ltd India
2. Commet Brass Product
3. Commet Industries
4. FCG Flameproof Control Gears Pvt. Ltd India
5. FCG Power Ind Pvt Ltd India
6. Flameproof Equipment Pvt Ltd India
7. Flexpro Electricals Pvt Ltd India
8. Prompt Engineers
9. R Stahl India
10. Standard Metals
11. Sudhir Switchgear

38. CABLE TERMINATION & JOINTING KIT (HEAT SHRINKABLE TYPE)


1 Mahindra Engineering & Chemical India
2 Raychem RPG Ltd. India
3 REPL Engineering Ltd. India
4 Yamuna Gases & Chemicals Pvt Ltd India

39. CIRCUIT BREAKER SF-6 OUT DOOR EHV


1 ABB Ltd. India – Baroda
2 Areva Ltd. India – Bangalore
3 BHEL India – Mumbai
4 Crompton Greaves Ltd India – Mumbai

40. HIGH MAST LIGHTING SYSTEM


1 Bajaj Electricals Ltd India
2 Crompton Greaves Ltd India
3 Philips India Ltd India

41. ISOLATORS / LOAD BREAK SWITCHES (HV INDOOR)


1 Elpro International India – Mumbai
2 GE Power
3 G P Power Switchgear India – Hyderabad
4 S & S Power Switchgear Ltd India – Chennai
5 Siemens Ltd India – Hyderabad

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 460 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 11 of 22

VENDOR NAME COUNTRY

42. LIGHTING & POWER PANEL


1 Controls And Switchgear Co Ltd India
2 Havell's India Pvt Ltd India
3 Indo Asian Fusegear Ltd India
4 Legrand (India) Pvt. Ltd India
5 MDS Switchgear Ltd India
6 Standard Electricals Ltd India

43. PLUGS / SOCKETS / HANDLAMPS (FLAMEPROOF)


1. Bajaj India
2. Baliga Lighting Eqpts Ltd India
3. FCG Flameproof Control Gears India
4. FCG Power Industries India
5. Flameproof Eqpts Pvt Ltd India
6. Flexpro Electricals Pvt Ltd India
7. Govan Industries India
8. Sudhir Switchgears Pvt Ltd India

44. LIGHTING TRANSFORMERS


1 Automatic Electric Ltd India
2 Crompton
3 Indcoil Products India
4 Kappa Electricals India
5 Kirloskar
6 Vijay
7 Voltamp Transformers Pvt. Ltd India
8 Transformers & Electricals Kerala Ltd India

45. SIGNAL INTERFACE FOR ECS


1. INTERPOSING RELAYS : ABB (RXMSI)/ALLEN BRADLEY
(TYPE 700hg WITH MAGNETIC BLOW OUT) /
POTTER & BRUNFIELD (P&B) / AREVA (ALSTOM)
2. GCE
3. Jyothi
4. L&T
5. Schineder
6. Siemens

46. SIGNAL INTERFACE FOR ECS


1 TRANSDUCERS : ABB/SOUTHERN TRANSUDERS
OIL LUBRICATED HDPE PIPE : BHARTI DURALINE / RELIANCE
TRANDUCER PANELS/INTERPOSING RELAY PANELS/DUMMY
PANELS : RITTAL
2 Elstar

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 461 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 12 of 22

VENDOR NAME COUNTRY

3 MECO
4 Pyrotech Electronic
5 Vitronic

47. INSTALLATION CONTRACTOR FOR CATHODIA PROTECTION SYSTEM


1 Consultech Cathodic Protection Engrs & India Consultants India
2 Raychem RPG Limited India
3 Correctech International Pvt. Ltd. India
4 Corrosion Control Services Pvt. Ltd. India
5 Raychem USA

48. MMO WIRE ANODES FOR CP SYSTEM


1 Macor USA
2 Tyco Adhesives USA

49. CONDUCTIVE POLYMER ANODES FOR CP SYSTEM


1. Raychem USA

50. MMO COATED TITANIUM ANODES FOR CP SYSTEM


1 Titanor Components India
2 Oranzio De Nora Italy
3 Magnetochemie Netherlands
4 Actel Limited UK
5 Eltech Systems Corporation USA
6 Ceranode Technologies USA

51. TRANSFORMER – RECTIFIER UNIT FOR CP SYSTEM


1. Canara Electric Controls, Mumbai India
2. Advance Electronics, Baroda India

52. ANODES & CATHODE JUNECTION BOXES (FLAMEPROOF)


1 Baliga Lighting Equipments Ltd. India
2 Cooper Crouse-Hinds India
3 Flexpro Electricals (P) Ltd. India
4 Flameproof Equipment Pvt. Ltd India

53. CALCINED PETROLEUM COKE BREEZE


1 Loresco DW3 . USA
2 Goa Carbon, Goa India
3 Indian Carbon, Kolkata India
4 Petrocarbon & Chemical Cormpany, Haldia India

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 462 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 13 of 22

VENDOR NAME COUNTRY

54. PERMANENT REFERENCE ELECTRODES


1 Harco. USA
2 Borin Manufacturer USA
3 M.C. Miller USA

55. HEAT SHRINK CAP FOR ANODE TO CABLE JOINT


1. Raychem USA

56. DIGITAL MULTIMETER FOR OPERATION & MAINTENANCE


(minimum 10M ohm input resistance complete with leads and leather case)

1. BECKMANN
2. FLUKE
3. AVO
4. KEW

57. PORTABLE HALF CELL REFERENCE ELECTRODES FOR O&M


(Portable copper/ copper sulphate type having PVC Sch. 40 body, transparent window And threaded ceramic
porous plug)
1 M. C. MILLER USA
2 TINKER RASOR USA / Canada
3 CORRTECH India

58. DC CLIP ON AMMETER FOR O&M


1. HCK Germany
2. Kyoritsu Electricals Japan

59. ELECTRICAL CONTROL SYSTEMS (SCADA)


1 ABB Automation Netherlands
2 Areva T&D Ltd. France / India
3 ESVAN
4 L&T India
5 Schineder India
6 Siemens India

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

Page 463 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 14 of 22

VENDOR NAME COUNTRY

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

61. LIGHTING & DISTRIBUTION BOARD, CONTROL PANEL- FLAMEPROOF


1 Baliga
2 FCG Flameproof control Gears
3 FCG Power Industries
4 Flameproof Equipment Pvt. Ltd.
5 Flexpro
6 Sudhir switchgear

62. ENERGY EFFICIENT LUMINARIES & FITTINGS FOR FLUORESCENT TUBE


LIGHTS (FTL) & COMPACT FLUORESCENT LAMPS (CFL)
1 BAJAJ India
2 Crompton Greaves Ltd. India
3 GE Consumer & Industrial India
4 PHILIPS India

63. LED TYPE STREET LIGHTING FITTING


1 GE Consumer & Industrial India
2 Innov Lite (I) Pvt. Ltd. India
3 PHILIPS India

64. CABLE TRAY


1 Allied Engineering Co
2 Anand Udyog
3 Amptech Engineering services
4 Dy Engineers
5 Indiana
6 Indian Electrical syndicate
7 MEK Engineering and construction
8 Patny Systems
9 Primier Power Products

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 464 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 15 of 22

VENDOR NAME COUNTRY

65. ALARM & ANNUNCIATOR


1 Advani Oerlikon Ltd. (Elect. Division) India – New Delhi
2 Aplab Ltd. India – Pune
3 Digcon India
4 ECU India
5 Industrial Instruments & Controls India – Mumbai

66. NUMERICAL RELAYS (LV SYSTEMS)


1 ABB India
2 Alstom India
3 Easun reyrole India
4 L&T India
5 Schneider India
6 Siemens India

67. NUMERICAL RELAYS (HV SYSTEMS)


1 ABB India
2 Alstom India
3 Easun Reyrol India
4 Siemens India

68. LV 1.1 KV POWER CABLES


1 Associated Flexibles And Wires (P) Ltd. India
2 Cable Corporation Of India Limited India
3 Finolex Cables Limited India
4 Gemscab Industries Limited India
5 Havell’s India India
6 Industrial Cables (I) Limited India
7 Kei Industries Limited India
8 Nicco Corporation Limited India
9 Polycab Wires India
10 Radiant Cables Pvt. Limited India
11 Ravin Cables Limited India
12 RPG Cables Limited India
13 Torrent Cables Limited India
14 Universal Cables Limited India

69. HV POWER CABLES(6.6 KV)


1 Industrial Cables (I) Limited India
2 Nicco Corporation Limited India
3 Polycab Wires Pvt.Ltd. India
4 Torrent Cables Limited India
5 Uniflex Cables Limited India
6 Universal Cables Limited India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 465 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 16 of 22

VENDOR NAME COUNTRY

70. AUXILIARY RELAYS


1 ABB Limited India
2 Areva T&D India
3 GEC India
4 Jyothi India
5 L&T India
6 Schneider India
7 Siemens India

71. THERMAL O/C RELAYS (BIMETAL RELAYS)


1 ABB Limited (Bangalore) India
2 Bhartia Industries Limited India
3 Controls & Switchgears Co. Limited India
4 GE India India
5 Larsen & Toubro Limited India
6 Schneider Electric India (P) Limited India
7 Siemens Limited India

72. POWER CONTACTORS/AUXILIARY CONTACTORS


1 ABB Limited India – Bangalore
2 Bhartia Industries Limited India
3 Controls & Switchgears Co. Limited India
4 Electric India (P) Limited India
5 GE India (P) Limited India
6 Larsen & Toubro Pvt. Limited India
7 Schneider
8 Siemens Limited India

73. CONTROL SWITCHES/SELECTOR SWITCHES


1 Areva T&D India
2 Hotline Switchgear & Controls India
3 Jyoti India
4 Kaycee Industries Limited India
5 Larsen & Toubro Limited India
6 Recon India
7 Reliable Electronic Components India
8 Siemens Limited India
9 Switron Devices India

74. CONTROL SWITCH BREAKER


1 Areva T&D India
2 Reliable Electronic Components India
3 Switron Devices India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 466 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 17 of 22

VENDOR NAME COUNTRY

75. EARTH LEAKAGE CIRCUIT BREAKER


1 Datar Switchgear Pvt. Limited India
2 Havell’s India
3 Indo Asian Fusegear Limited India
4 Legrand (India) Pvt. Limited India
5 Schneider Electric India (P) Limited India

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

77. FUSE SWITCH COMBINATION


1 ABB Limited (Bangalore) India
2 Controls & Switchgears Co. Limited India
3 GE India India
4 Havell’s India Pvt. Limited India
5 Indo Asian Fusegear Limited India
6 Larsen & Toubro Limited India
7 Schneider Electric India (P) Limited India
8 Siemens Limited India
9 Standard Electricals 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

79. HEAVY DUTY SWITCHES (POWER SWITCHES)


1 ABB India
2 Controls & Switchgears Co. Limited India
3 EE India
4 Indo Asian Fusegear Limited India
5 Larsen & Toubro Limited India
6 Schneider Electric India (P) Limited India
7 Siemens Limited India

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 467 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 18 of 22

VENDOR NAME COUNTRY

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

83. PUSH BUTTON AND INDICATING LAMPS


1 Bhartia Industries Limited India
2 Cands
3 Controls & Switchgears Co. Limited India
4 Essen Deinki
5 Hotline Switchgear & Controls
6 Larsen & Toubro Limited
7 Precifine Products Pvt. Limited (Led Type Indicating Lamps Only) India
8 Schneider Electric India (P) Limited
9 Shri Tulsi Switchgears Limited India
10 Siemens Limited India
11 Technic
12 Teknic Controls

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 468 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 19 of 22

VENDOR NAME COUNTRY

84. INSTRUMENT TRANSFORMERS (CT/PT)-LV


1 AE
2 Gilbert & Maxwell Elect. Pvt. Limited India
3 Jyoti India
4 Kalpa Electricals
5 Kappa
6 Narayan Powertech Pvt. Limited India
7 Pragati Electricals Pvt. Limited India
8 Precise Electricals India
9 Silkaans Electrical Mfg. Co. Limited

85. VACUUM BOTTLES


1 Areva T&D India
2 Crompton Greaves India

86. CABLE GLANDS FOR HAZARDOUS AREA


1 Baliga India
2 Comet Brass Products India
3 Comet Industries India
4 FCG Flameproof Control Gears India
5 FCG Power Industries India
6 Flameproof Equipment Pvt. Limited India
7 Flexpro India
8 Prompt Engineers India
9 Standard Metal India
10 Sudhir Switchgear India

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

Page 469 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 20 of 22

VENDOR NAME COUNTRY

89. CONTROL TRANSFORMERS


1 Kappa India
2 Powerpack India
3 Pragati India
4 Silcon India

90. DISTRIBUTION BOARDS


1 Bhartia Industries Limited India
2 Controls & Schematics Limited India
3 Controls & Switchgears Co. Limited India
4 GE Industrial India Pvt. Limited India
5 Larsen & Toubro Ltd.
6 MK Engineers & Controls Pvt. Limited
7 Schneider Electric India (P) Limited
8 Siemens (I) Limited

91. CONTROL TERMINAL CLIPTON TYPE


1 Connect Well India
2 Elmex India

92. DOUBLE COMPRESSION CABLE GLAND WEATHER PROOF


1 Baliga India
2 Comet Brass Products India
3 Comet Industries India
4 Flexpro India
5 Flameproof Equipment Pvt. Limited India
6 FCG Power Industries India
7 FCG Flameproof Control Gears India
8 Prompt Engineers India
9 Standard Metal India
10 Sudhir Switchgear India
11 Electromag India

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

Page 470 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 21 of 22

VENDOR NAME COUNTRY

94. CABLE LUGS


1 Crown India
2 Dowell India
3 Forward Engg.
4 Niko India

95. PVC WIRES


1 Anchor
2 Finolex India
3 Kundan India
4 Mardia
5 Orbit
6 Q-Flex India

96. SWITCHBOARDS – H.V. (INDOOR) WITH VCB


1 ABB Limited India – Nasik
2 Areva T&D India Limited (T&D Group) India
3 Bharat Heavy Electricals India – Bhopal
4 Crompton Greaves Limited India
5 Jyoti Limited India
6 Siemens Limited India

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

98. 110 KV LIGHTINING ARRESTOR


1 Areva Instrument Transformers Ltd. India – Bangalore
2 Elpro International Ltd. India – Mumbai
3 Oblum Electricals Ind Ltd. India – Hyderabad

99. 110 KV INSULATORS AND BUSHINGS


1 BHEL India – Bangalore
2 Jayashree Insulators India – Baroda
3 Saravana Insulators India – Cuddalore
4 W S Insulators Ltd. India - Chennai

C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc

Page 471 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 4 ELECTRICAL Page 22 of 22

VENDOR NAME COUNTRY

100. DIESEL GENERATOR


1 Garden Reach Builders & Engineers Ltd. India
2 GMMCO India
3 Jeevan Diesels & Electricals Ltd. India
4 Kirloskar electric Co. India
5 Parry Engineering & Exports Ltd. India
6 Powerica India
7 Southern Power Systems India
8 TIL Ltd. India
9 Trading Engineers International Pvt. Ltd.

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

Page 472 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 1 of 13

JOB SPECIFICATION & SCOPE OF WORK


(INSTRUMENTATION)
FOR
CENTRIFUGAL PUMPS-SPECIAL PURPOSE
(86-P-07A/B, 86-P-08A/B, 86-P-11A/B, 86-P-13A/B)

PROJECT : COKER BLOCK (EPCC-1) RESIDUPGRADTAION


PROJECT, CPCL, CHENNAI

OWNER : CHENNAI PETROLEUM CORPORATION LIMITED

PMC : JACOBS ENGINEERING INDIA PRIVATE LIMITED

CONTRACTOR : ENGINEERS INDIA LIMITED

JOB NO. : A133

MR NO. : A133-086-KA-MR-5025

A 04.09.13 ISSUED FOR BIDS PS NZ AR


Rev. Prepared Checked Approved
Date Purpose
No by by by

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

2.0 SCOPE OF WORK

3.0 DESIGN PHILOSOPHY

4.0 INSPECTION

5.0 MANDATORY SPARES REQUIREMENTS

6.0 COMMISSIONING SPARES

7.0 TWO YEARS OPERATION SPARES

8.0 LIST OF ATTACHMENTS

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.

1.2 This specification in conjunction with attached standards shall be followed by


Vendor for the design, Engineering and supply, installation and testing of
instrumentation system with all accessories and materials.

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.

2.0 SCOPE OF SUPPLY AND WORK

2.1 Bidder's scope of instrumentation supply and work shall include the following as a
minimum:

a) Basic Design & Engineering, Procurement, Shop testing ,Supply of pre-


installed instruments for mechanical seal flush plan - 11, 32, 52, 53B for
pumps described elsewhere in this requisition & applicable code API-
670/682.

b) Supply of Machine Monitoring System of Bently Nevada BN3500 series for


pumps 86-G-08A/B includes supply of sensors, probes, junction boxes,
interconnecting cables, MMS racks/monitors and control room mounted
cabinet.

c) Supply of local panel with all accessories

d) Design, Engineering and procurement of instruments.

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

shall be submitted for review/approval with one set of technical catalogues


of offered instruments with model decoding details.

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.

3.0 DESIGN PHILOSOPHY AND TECHNICAL REQUIREMENTS

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.

Foundation Fieldbus type transmitters shall be used in high powered trunk FF


concept with intrinsically safe Field barrier. Hence the intrinsically safe (entity
concept) parameters of the transmitters shall match with the entity parameters of
field barriers to be supplied by Others.

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

- For all intrinsically safe / explosion / flameproof equipment / instruments which


are manufactured abroad and certified by any statutory authority like
BASEEFA, FM, UL, PTB, ATEX, LCIE etc. should also have the approval of
PESO(Petroleum Explosives safety organizer) / CCE(Chief Controller of
Explosives),Nagpur.
- For all flame proof equipments manufactured locally (indigenously, the testing
shall be carried out by any of the approved test house like CMRI / ERTL etc.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 476 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 5 of 13

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

3.12 Level Transmitter

a) Level Transmitter shall be Time Domain Reflectometry type guided wave


radar level instrument.
b) Probe type shall be co-axial and probe material shall be SS-316L suitable for
the process liquid .
c) Level Transmitter shall be Foundation field bus, bus powered with integral
LED/LCD local indication output meter, user configurable in engineering units.
d) Accuracy of Guided wave radar shall be ±3.0mm
e) Transmitter housing shall be of SS-304, weatherproof to IP65 .
f) Level transmitter Chamber and other accessories materials like mounting
Flanges; Stud bolts material shall be suitable for the process fluid.

3.13 Level Gauge

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:

Visible length (mm) Centre to centre length (mm)


220 470
470 720
720 970
980 1230

3.14 Pressure Gauge

a) Pressure gauge dial shall be 6” (150mm) white of non-rusting material with


black figures. Cases for gauges having ranges above 0-100 Kg/cm²g shall be
of the solid front type having blowout backs.
b) Pressure gauge shall have 1/2" NPT (M) bottom connection.
c) Pressure gauge shall be provided with features like screwed bezel, externally
adjustable zero, over range protection and blow out disc. All pressure gauges
shall be provided with shatter proof / laminated safety glass window and rear
blow out disc.
d) Sensing element (bourdon tube) shall be of SS 316 and movement material
shall be of SS 304, as a minimum. Casing material shall be SS-304.
e) Pressure gauge shall have an accuracy of ± 1% of Full Scale and range shall
be so selected that gauge normally operates in middle third of the range.
f) All pressure gauges shall be provided with shatter proof/laminated safety
glass window and rear blow out disc

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.

3.15 Pressure Transmitter

a) Transmitters shall be Foundation field bus, bus powered transmitter with


integral LED/LCD local indication output meter, user configurable in
engineering units. The transmitter housing material shall be SS-316 and the
sensor material shall be SS-316L minimum
b) Transmitters calibrated accuracy (for the range ability of 1:10) shall be of ±
0.075% of span. The rangeability of the transmitter shall be 100:1 and the
pressure transmitters shall be capacitance type.
c) The transmitter shall be electronic and shall have dual compartment with SIL-
2 certification as minimum
d) Transmitters shall have minimum static pressure/ overpressure rating of 160
kg/cm2g except for very low-range for which the static pressure will be
considered suitably based on the availability.
e) Threaded end connections shall be to NPT as per ANSI B 1.20.1. Flanged
end connections shall be as per ANSI B 16.5.

3.16 Pressure Relief Valve / Thermal Relief Valve (if applicable)

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.

3.17 Self Actuated Control Valve

a) Body material shall be Carbon Steel as a minimum. Trim material shall be SS


SS-316 as a minimum. Actuator shall be diaphragm type and diaphragm
material shall be SS-316 as a minimum.
b) All pressure parts shall be designed to withstand maximum shut off pressure.
c) Hardening of trim (includes plug and seat joint, orifice and plug contour) like
stelliting etc. shall be considered for pressure drops greater than 10 Kg/cm2g.
d) Valve shall have flanged connections for sizes 1" and above and shall have
screwed connection for sizes 3/4" and below.

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

3.18 Restriction Orifice Plate

a) Restriction Orifice Plate shall be concentric square edged type.


b) Each Restriction Orifice Plate shall have an integral handle, which shall, upon
assembly with flanges, extend to a distance of 50 mm. with following
information punched on it:
Tag Number.
Nominal pipe size in inches and rating in psi.
Material of plate.
c) Restriction Orifice Plate material shall be SS 316 as a minimum or better.

3.19 Rota-transmitter (Rotameter with Transmitter)

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

3.20 Temperature Gauges

a) The temperature gauges shall be of gas filled or bimetallic type(150mm dial


size) and shall be provided with flanged thermo well ( with 300# rating
minimum) with ½" NPT (F) connection for temperature gauges..
b) Case shall have back or bottom connection with adjustable gland to permit
adjustment of thermometer into the well.
c) Thermo well shall be fabricated out of bar stock.
d) Temperature gauges shall have accuracy of ± 1 % Full scale.
e) Thermo well and flanges of Thermo well shall be minimum of SS-316 or better
to suit the service conditions.
f) Case material for temperature gauges shall be SS 304.
g) Range shall be selected so that normal operating temperature is
approximately 70% of full scale, and maximum expected temperature 90% of
full scale.

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.

3.22 Field Bus Transmitter

3.22.1 Fieldbus transmitter / Device shall meet the following requirements

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 Installation Standards/ Material:

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.

3.24 Machine Monitoring System:

The specification below pertains to pump 86-G-08A/B where continuous machine


monitoring system is required as specified elsewhere in the document.

a) For machine monitoring, all sensors shall be connected to series 3500


rack in control room and repeat indication to be provided in field. The BN
35000 series system and field LCP Local Display unit (BN 3500/93) located in
field mounted local panel (purged enclosure) shall be provided by vendor
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 481 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 10 of 13

.Localized purged enclosures shall be considered only for BN 3500 LCD


Display unit. TDXNet shall be provided. Data manager is not envisaged. Alarm
& trip contacts and analog repeat indication to DCS shall be hardwired, in
addition Redundant RS 485 port shall be provided for modbus communication
to DCS. BN I/O modules shall be with built in intrinsically safe barrier and
proximeters with screwed terminals for cable connection not push type
connectors. Local control panel shall be provided with indicators for X-Y
radial shaft vibration, dual thrust / axial position, speed, phase angle (
key phaser) and bearing & winding temperature. Emergency trip switch /
push button ( red in colour and push type with cover ) Bidder shall provide
required relay modules with programmable relays in each rack. MMS system
also shall be provided with Ethernet Ports.

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.

c) Serial Interface Cables between Vibration & Temperature Monitoring System


and DCS (approx. distance 100m) shall be supplied by the Pump Vendor. Also
all cables between field Vibration/ Temperature probes and Vibration &
Temperature monitoring cabinet in DCU control room, Local display units shall
be supplied by Pump Vendor only (refer attached typical drawing). All the cables
shall be armoured type , Flame Retardant and Low Smoke , 1.5 mm² copper
conductor, twisted in pair individually and overall shielded with aluminium
Mylar tape with drain wire and armoured ( Multipair cables shall be 6P/12 Pair
only). The cable glands shall be Flameproof protection , SS-304, double
compression type suitable for armoured cables. Cable glands for glanding of
cables in MMS and LCP cabinets shall be supplied by vendor.

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.

g) For machine monitoring system vibration/temp/speed probe cables to be taken


through flexible armored conduit up to JB. All unarmored cables from proximity
sensors (vibration monitoring) to the Junction Box shall be shall be routed
through conduits with proper clamping arrangement.

h) Bidder shall provide installed spares duly wired with isolators/terminals upto
marshalling cabinets of MMS and LCP in addition to 20% spare space.

a) I/O level: 20% minimum ( Module wise)


b) Marshalling:20 % minimum for isolators, relays etc.
c) Lamps, pushbutton etc. in LCP: 20%

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.

3.24 Local Panel


Local panel shall be Free standing structure (fabricated from 4mm thick cold
rolled steel sheet). Rain cover shall be provided for local panel.
LCP shall be segregated in two sections, one section shall be Purged suitable
for specified area classification for housing MMS displays. Type-Z Purging as
per NFPA 496 shall be considered for the purged panel.

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.

5.0 MANDATORY SPARES REQUIREMENTS:

5.1 Vendor shall provide following instruments as Mandatory Spares for each pump
item as applicable:

Sl. No. Instrument Item Quantity

For Plan-52

1. Pressure Gauge 1

2 Pressure Transmitter 1

3 Level Gauges( Lot consists of one number of 1 LOT


glass of each type, size along with a pair of
gasket (cushion and wet gaskets), gaskets for
cocks/valves/bonnet.
For Plan-53B

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

For Plan -32

1. Self Actuated PCV

1.1) Repair kit consists of (orifice, plug, 1 set


spring, gasket, diaphragm, O-ring )

1.2) Trim set consisting of seat, seat ring / 1 set


seal ring, plug with stem, cage
(wherever applicable), packing material .
2. Temperature Gauge 1

3. Flow Instrument (Rota-Transmitter)( One 1 Lot


number of float and one set of packing )
For Machine Monitoring system ( Applicable for 86-G-
08A/B pumps)
A) 10 % or minimum 2 nos of each type of
probes (vibration, speed, displacement etc.) and
transducers/ proximator/ extension
cables/connector protective sleeves etc.
B) Electronic modules / cards : 10% or
minimum 1 no. of each type, whichever is
higher
C) monitor units : 10% or minimum 1 no. of
each type, whichever is higher
D) TDx Net cards : 1 set of each type used

6.0 COMMISSIONING SPARES:

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

6.2 In addition to above mentioned commissioning spares, any additional spare, if


recommended by the bidder for commissioning shall be included by bidder in the
offer.

7.0 TWO YEARS OPERATIONAL SPARES:

Bidder shall furnish separate list of recommended spares for instrumentation


system for 2 years operation along unit price.

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

8.0. LIST OF ATTACHMENTS:

A. LIST OF INSTALLATION STANDARDS:

Serial Description Document no. No. of


no. Sheets
1 Inst. Connection on vessels, standpipes 4600-JSD-001 3
and tanks
2 Inst. Connection on pipes 4600-JSD-002 2

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

11 Tagging Philosophy for Junction Boxes, Annexure-VI 7


panels & Cables
12 Technical Compliance Format A133-086-16-51-TQ-0003 2
13 Pressure Instruments- General Service 44NC-4600- 1
0000/J.01/0011/Rev 0
sheet No 32
14 Pressure Gauge- Liquid/Gas Service 44NC-4600- 1
0000/J.01/0011/Rev 0
sheet No 22
15 Level Gauge on vessel or standpipe 44NC-4600- 1
0000/J.01/0011/Rev 0
sheet No 43
16 Signal Interconnection Scheme A133-086-16-51-9002 1
(Multistage Cent. Pumps)
17 Vendor Data Requirement A133-086-16-51-VDR- 3
0003

B. LIST OF BLANK DATA SHEETS:


Serial Description Document no. No. of
no. Sheets
1. Pressure Gauge 4600-JSS-233 1
2. Pressure Instruments 4600-JSS-232 1
3. Self Actuated Control Valve 4600-JSS-239 1
4. Gauge Glasses and Cocks 4600-JSS-252 1
5. Rota meters 4600-JSS-217 1
6. Temperature Gauge 4600-JSS-242 1
7. Radar Level Instruments 4600-JSS-225 1
8. Orifice Plates & Flanges 4600-JSS-218 1

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

1 DRIVEN MACHINE REF. NO.

2 DRIVEN MACHINE TYPE

3 DESIGN AMBIENT TEMP. (MIN. & MAX) 18 DEG. C AND 45 DEG C

4 ALTITUDE ABOVE M.S.L. 3.5 M

5 RELATIVE HUMIDITY ( MIN & MAX. ) 80 % AT tmax

6 MAX. RAIN FALL PER DAY LATER

7 ENVIRONMENT CORROSIVE

8 SEISMIC ZONE ZONE - III

B AREA CLASSIFICATION : i) UNCLASSIFIED SAFE / ZONE 1 / ZONE 2

ii) GAS GROUP OF ENCLOSURE: I / IIA / IIB / IIC (as applicable)

iii) TEMPERATURE CLASS : T1 / T2 / T3 / T4 / T5 / T6

C SYSTEM CHARACTERISTICS

1 SYSTEM VOLTAGE, FREQUENCY, PHASES 415 V, 50 HERTZ, THREE PHASE

2 VOLTAGE VARIATION ± 10 %
3 FREQUENCY VARIATION ±5 %
4 COMBINED VARIATION ± 10 %
5 EARTHING SYSTEM SOLIDLY EARTHED

D MOTOR TYPE & RATING

1 TYPE WOUND ROTOR/SQUIRREL CAGE INDUCTION MOTOR

2 DUTY CONTINUOUS (S1)


3 CLASS OF INSULATION CLASS F WITH TEMP. RISE LTD. TO CLASS B
4 RATED SPEED ( SYN.) AT RATED RPM

FREQ. & VOLTAGE

5 SPEED VARIATION REQUIRED / NOT REQUIRED TO SUIT APPLICATION

5.1 IF REQUIRED BY VFD/SOFT STARTER/MULTISPEED BY CHANGE OF MOTOR CONNECTION

5.2 SPEED RANGE

5.3 DRIVE CONTROL CONSTANT TORQUE / VARIABLE TORQUE / CONSTANT HP

6 WINDING TREATMENT MOISTURE PROTECTION VARNISH / ANTI CORROSIVE TREATMENT (SEE JOB SPEC.)

7 STARTING

7.1 METHOD DIRECT ON LINE


7.2 STARTING CURRENT (INCLUSIVE OF +VE TOLE.) AS PER A133-086-16-50-SP-5075

8 STARTING PERFORMANCE

9 SHAFT EXTENSION STANDARD/ MM

10 EARTH TERMINALS TWO NOS. EXTERNAL

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

14 AUXILIARY NAME PLATE REQUIRED / NOT REQUIRED (STAINLESS STEEL)

15 TYPE OF COUPLING

16 BED PLATE / SOLE PLATE REQUIRED / NOT REQUIRED

E ENCLOSURE

1 FEATURE OF PROTECTION FLP ( Ex'd' ) / NON-SPARKING ( Ex'n' )

( W.R.T. TO AREA CLASSIFICATION ) TEFC / SPDP / CACA

2 DEGREE OF PROTECTION OF ENCLOSURE IPW-55 (MIN.)


3 TYPE OF MOUNTING TO SUIT DRIVEN EQUIPMENT

APPLICABLE STANDARD SPECIFICATION ; E SS 001

Page 486 of 724 PAGE : 1 OF 4


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
F TERMINAL BOX ( SUITABLE FOR

SPECIFIEDCABLE SIZE / TYPE )

1 TERMINAL Nos. NOS. TERMINALS TO BE BROUGHT OUT FOR

MOTOR ABOVE Kw (AS PER CL. 5.5.3 OF STD. SPEC. ESS001A)

2 SIZE OF TERMINALS

3 LOCATION OF TERMINAL BOX SEEN FROM


RIGHT HAND SIDE
DRIVEN END

4 SEPARATE TERMINAL BOX FOR SPACE REQUIRED FOR VFD DRIVEN MOTORS FOR PTC THERMISTORS AND FOR SPACE

HEATER & PTC THERMISTORS HEATERS IN MOTORS ABOVE 22 KW : RHS / LHS

G INSPECTION FINAL

TESTS -- ROUTINE TESTS SHALL BE WITNESSED AS MENTIONED ELSEWHERE IN FEED DOCUMENT

-- TYPE TESTS SHALL/ SHALL NOT BE WITNESSED ( SUBJECT

TO APPROVAL OF TYPE TEST CERTIFICATE )

H SPECIAL REQUIREMENTS :

1 ANTICONDENSATION HEATERS FOR RATING ABOVE 22 KW

2 PTC THERMISTORS NOT APPLICABLE

3 VOLTAGE RATING OF SPACE HEATER 250V, 1-PHASE, AC SUPPLY


4 RTDs NOT APPLICABLE
5 EARTH TERMINALS REQUIRED ON MOTOR FRAME AND IN THE TERMINAL BOX

I PAINTING

-- TYPE 632 AS PER IS-5


-- SHADE

J CABLES

TYPE & SIZE

CABLE LUGS -- TYPE HEAVY DUTY CRIMPING TYPE, TINNED COPPER


CABLE GLANDS -- TYPE Ex(d) - DOUBLE COMPRESSION TYPE

K DRAWINGS & DATA ( TO BE

FURNISHED BY MANUFACTURER) i) DULY FILLED UP DATA SHEET

ii) GA DRAWING OF MOTOR WITH DIEMENSIONS, FRAME SIZE & FOUNDATION DETAILS

iii) GA DRAWING OF MOTOR TERMINAL BOX WITH SIZE OF CABLE ENTRIES AND

TERMINAL ARRANGEMENT DETAILS

iv) T-S CURVES AT 80 %, 100 % & 110 % VOLTAGE SUPERINMPOSED ON

EQUIPMENT T-S CURVES & CALCULATION OF ACCELERATION TIME.

v) STARTING CURRENT -TIME CURVES AT 80 %, 100 % & 110 % VOLTAGE.

vi STARTING CURRENT -SPEED CURVES AT 80 %, 100 % & 110 % VOLTAGE.

vii) THERMAL WITHSTAND CURVE ( HOT & COLD ) AT 100 % VOLTAGE.

viii) PERFORMANCE CURVES SUCH AS LOAD VS EFFICIENCY, VS POWER

FACTOR , VS CURRENT, VS %SLIP.

ix) NECESSARY CERTIFICATION

x) LIST OF OPERATIONAL AND COMMISSIONING SPARES

xi) CALCULATON FOR ACCELERATION TIME AT 85% VOLTAGE.

APPLICABLE STANDARD SPECIFICATION ; E SS 001

Page 487 of 724 PAGE : 2 OF 4


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
L PERFORMANCE PARTICULARS (BY MANUFACTURER)

1 MOTOR TAG NO. & MAKE

2 ENCLOSURE

3 RATED OUTPUT AT DESIGN AMBIENT

TEMPERATURE kW A

4 CURRENT AT 50%, 75% & FULL LOAD SEC.

5 ACCELERATION TIME TO RATED SPEED

WITH RATED LOAD AT 75 % & 100 % RATED VOLATGE

6 FRAME SIZE & WEIGHT RPM

7 RATED SPEED AT RATED FREQUENCY &

VOLTAGE

8 LOCKED ROTOR CURRENT ( % OF FULL

LOAD CURRENT FOR SLIPRING MOTOR

WITH SLIPRING SHORTED) %

9 POWER FACTOR OF STARTING CURRENT

WITH 100 % FULL VOLTAGE °C

10 TEMPEARURE RISE OVER DESIGN AMBIENT

TEMPERATURE AT FULL LOAD A

11 NO LOAD CURRENT N-M

12 STARTING TORQUE N-M

13 FULL LOAD TORQUE N-M

14 BREAKDOWN TORQUE N-M

15 STALLING TORQUE %

16 EFFICIENCY : 50 % LOAD %

: 75 % LOAD %

: 100 % LOAD

17 POWER FACTOR : 50 % LOAD

: 75 % LOAD

: 100 % LOAD

18 NO. OF PERMISSIBLE SUCCESSIVE D.O.L.

STARTS WITH MOTOR IN ' HOT ' CONDITION

19 SAFE STALL TIME WITH MOTOR IN ' HOT

CONDTION

20 LOCKED ROTOR WITHSTAND TIME AT 100 % OF

RATED VOLTAGE IN HOT & COLD CONDITION

21 NO. OF DOL STARTS PER HOUR WITH

ALLOWABLE MINIMUM INTERVAL

BETWEEN STARTS

22 THERMAL TIME CONSTANT

23 COOLING TIME CONSTANT

24 DETAILS OF RATING OF SPACE HEATERS

25 STATOR WINDING CONNECTION

26 GD² OF ROTOR

27 DETAILS OF EMBEDDED DETECTOR

27.1 TYPE

27.2 NO. & LOCATION

27.3 MATERIAL

27.4 RESISTANCE VALUE

28 HEATING UP TIME (tE) IN CASE OF

29 INCREASED SAFETY MOTORS

APPLICABLE STANDARD SPECIFICATION ; E SS 001

Page 488 of 724 PAGE : 3 OF 4


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
L PERFORMANCE PARTICULARS (BY MANUFACTURER)

(CONTD.)

30 TYPE OF BEARINGS & RECOMMENDED

LUBRICANT

30.1 INTERVAL OF LUBRICATION

31 PAINT SHADE

32 VIBERATION LEVEL ON MOTORS AT NO LOAD & FULL

LOAD

33 NOISE LEVEL

31 COOLING FAN ROTATION UNIDIRECTIONAL / BIDIRECTIONAL

32 COOLING FAN ROTATION

33 ACCESSORIES

33.1 SPACE HEATER, SHAFT KEY

33.2 LIFTING EYE BOLT

33.3 NALE PLATE DETAILS

33.4 CANOPY

35 MAXIMUM AXIAL PLAY (BOTH HORIZONTAL & VERTICAL)

NOTE : 1) THE EXPLOSION PROTETCION FOR LV INDCUTION MOTORS SHALL BE NON-SPARKING TYPE FOR THE WET GAS COMPRESSOR PACKAGE.

2) MOTOR SHALL BE ENERGY EFFICIENT CLASS 'EFF2' AS PER IS 12615.

3) SAFE STALLING TIME OF MOTOR SHALL BE 2.5 SECS MORE THAN THE STARTING TIME OF MOTOR

AT 80% VOLTAGE.

APPLICABLE STANDARD SPECIFICATION ; E SS 001

Page 489 of 724 PAGE : 4 OF 4


TECHNICAL COMPLIANCE FORMAT Document no.
CENTRIFUGAL PUMPS-SPECIAL PURPOSE A133-86-16-51-TQ-0003
RESID UPGRADATION PROJECT-DCU, CPCL
Page 1 of 2

TECHNICAL COMPLIANCE

DISCIPLINE : INSTRUMENTATION

DOCUMENT NO. : A133-086-16-51-TQ-0003

PROJECT : RESID UPGRADATION PROJECT - DCU

PACKAGE : CENTRIFUGAL PUMPS-SPECIAL PURPOSE

OWNER : CPCL

EIL JOB NO. : A133

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.

2. The Compliance Statements/ Queries are required to be categorically confirmed /


answered by the bidder and the completely filled in Tech Questionnaire shall be submitted
together with the Bid.

Bidder’s Signature
and stamp

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


Page 490 of 724
TECHNICAL COMPLIANCE FORMAT Document no.
MECHANICAL SEAL PLAN A133-86-16-51-TQ-0003
RESID UPGRADATION PROJECT-DCU, CPCL
Page 2 of 2

INSTRUMENTATION

Sr. COMPLIANCE STATEMENT/QUERY BIDDER’S CONFIRMATION/


No. ANSWER
Please note that it is mandatory to furnish replies to
the technical queries listed below, without which your
offer will be considered incomplete.

1. This Technical Questionnaire with categorical


confirmation against each of the clauses, deviation, if
any, against the applicable specifications and codes
shall be duly consolidated at one place (under
Exceptions / deviations list) by the bidder. In case no
deviations are furnished, it will be presumed that all
requirements are fully met and complied with, by the
bidder. Any deviations/ deletions/ corrections made by
the bidder elsewhere will not be taken cognizance of
and all such deviations shall deem to have been
withdrawn by the bidder.

2. Confirm categorical compliance to the scope of work,


various technical specifications, drawing and
document and relevant control & instrumentation
specification in the bid package, and all other
equipment, materials and work not explicitly
mentioned but nevertheless required to fulfil the
functional requirements which shall be deemed to be
included in the scope of bidder with no additional cost
and time implication to the owner.

3. Confirm that the all instrumentation items, its


accessories etc. supplied shall be from one of the
approved EIL vendors.
Confirm that Logistic Support Certificates duly signed
4.
and stamped by supplier including vendor undertaking
warranty and other special clauses are provided with
offer.
5.
Compliance to Drawings/ Documents requirements
6. Compliance to Mandatory Spare Parts requirements

BIDDER’S SIGNATURE & STAMP

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


Page 491 of 724
APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 1 OF 2
PROJECT
EQUIPMENT / ITEM DESCRIPTION : LT MOTORS VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR Rev. 1
I
4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
T VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC
1Y A A R X DETAILED INSPECTION & TEST PLAN AFTER ISSUE OF PO/PR/PS
2 A R X INSPECTION & TEST PROCEDURES
3 R R X DELETED Rev. 1
4 A X PACKING PROCEDURE Rev. 1
5 H H W/ X - ROUTINE TESTS CONSISTING OF:
R - VISUAL & DIMENSIONAL CHECK INCLUDING ACCESSORIES &
- NAME PLATE, TERMINAL BOX (MAIN & FOR SPACE HEATER),
BTD, RTD, COOLING, ROTATION, FRAME SIZE, EARTHING,
TERMININATION ETC.
MEASUREMENT OF WINDING RESISTANCE
NO LOAD TEST.MINIMUM 30 MINUTES RUNNING ON NO LOAD
- SHORT CIRCUIT TEST
- HV TEST
- IR TEST BEFORE AND AFTER HV TEST
-REDUCED VOLTAGE RUNNING TEST. Rev. 1
W for New for motor 50 KW and above
R for motor below 50 KW
6 H H *W X TYPE TEST (WHEN SPECIFIED):
/R - LOAD RUN TEST (FOR SPEED-TORQUE CURVE)
- TEMPERATURE RISE TEST
- OVERSPEED TEST,
- VIBRATION TEST
NOISE LEVEL TEST Rev. 1
-

* W for New for motor 50 KW and above


R if already available for motor 50 KW and above
R for all motors below 50 KW
7 R R X DOCUMENT REVIEW:
- TC FOR BOUGHT OUT COMPONENTS I.E. FOR COOLERS,
BEARINGS.
- TEST CERTIFICATES FOR SPECIFIED AREA CLASSIFICATION,
TYPE OF ENCLOSURE, INCREASED SAFETY ETC.
- CALCULATION OF TEMP.RISE, EFFICIENCY,PF, STARTING
TORQUE.STARTING CURRENT ACCELARATION TIME ETC.
8 H X SPARES & PACKING LIST CHECK. PACKING & LOADING OF
EQUIPMENT AS PER SHIPPING DRAWING.

Page 492 of 724


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 2 OF 2
PROJECT

EQUIPMENT / ITEM DESCRIPTION : LT MOTORS VENDOR :


P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR Rev. 1
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

9 H H INSPECTION RELEASE CERTIFICATE

LEGENDS : H - HOLD, W - WITNESS, R - REVIEW, A – APPROVAL, I - INFORMATION, X – SUBMIT


PO – PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION
** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION
/REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN
INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY
VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER/PMC FOR APPROVAL.
Delated : 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.

1. In activity ::scope of Inspection LSTK contractor has been deleted


2. Activity 3: Summary of all supplimentory requirements as specified in the order/PS/PR deleted
3. Activity 4: Shipping drawings of completed equipments has been deleted
4. Activity 5: Routine test has been modified as W/R for TPI
5. Activity 6: Type test has been modified as R for TPI

Page 493 of 724


Document No.
VENDOR DATA REQUIREMENTS A133-086-16-50-VDR-5025
FOR Rev. A
CENTRIFUGAL PUMPS Page 1 of 4

VENDOR DATA REQUIREMENTS


FOR
CENTRIFUGAL PUMPS

A 06-SEP-2013 ISSUED WITH MR VB ANPS SA


Rev. Date Purpose Prepared by Checked by Approved by
No.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 494 of 724


Document No.
VENDOR DATA REQUIREMENTS A133-086-16-50-VDR-5025
FOR Rev. A
CENTRIFUGAL PUMPS Page 2 of 4

VENDOR DATA REQUIREMENTS

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

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 495 of 724


Document No.
VENDOR DATA REQUIREMENTS A133-086-16-50-VDR-5025
FOR Rev. A
CENTRIFUGAL PUMPS Page 3 of 4

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

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 496 of 724


Document No.
VENDOR DATA REQUIREMENTS A133-086-16-50-VDR-5025
FOR Rev. A
CENTRIFUGAL PUMPS Page 4 of 4

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).

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 497 of 724


VENDOR DATA REQUIREMENTS 'RFXPHQW1R
$9'5
FOR 5HY$
CENTRIFUFAL PUMPS OF RESID
UPGRADATION PROJECT OF CPCL 3DJHRI















VENDOR DATA REQUIREMENTS


FOR
CENTRIFUFAL PUMPS OF RESID
UPGRADATION PROJECT OF CPCL

$ 6(3, ,VVXHG)RU%LGV361= $5
5HY 'DWH 3XUSRVH 3UHSDUHGE\ &KHFNHGE\ $SSURYHGE\
1R

)RUPDW1R(,/5HY &RS\ULJKW(,/$OOULJKWVUHVHUYHG

Page 498 of 724


VENDOR DATA REQUIREMENTS Document No.
A133-086-16-51-VDR-0003
FOR Rev. A
CENTRIFUFAL PUMPS OF RESID
UPGRADATION PROJECT OF CPCL Page 2RI

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. 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

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 499 of 724


VENDOR DATA REQUIREMENTS Document No.
A133-086-16-51-VDR-0003
FOR Rev. A
CENTRIFUFAL PUMPS OF RESID
UPGRADATION PROJECT OF CPCL Page 3RI

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.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 500 of 724


The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the limited way
permitted by a written consent given by the lender to the borrower for the intended use.EIL-1650-1281, Rev 1 A4-210x297.
Page 501 of 724

ELECTRIC LOAD DATA

Note: Bidder to furnish the filled-in Electric load data (Equipment-wise) along with the offer.

A 05.09.13 Issued with MR VB ANPS SA


REV DATE PURPOSE BY CHECKED APPROVED

ENGINEERS INDIA LIMITED Plant: CPCL-DCU


NEW DELHI Electric Load Data DATA SHEET NO. Date Rev
Location: Manali, Tamilnadu
Client: M/s CPCL. A133-086-16-50-DS-5027
Sheet 1 of 2 05.09.13 A
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
S.no Tag no. Service Nor- Type of Manufacturer Eqpt. Mounting Drive Rated GD of Desi- End Min Dri Mot. Motor
Page 502 of 724

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

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 1 OF 2
PROJECT
EQUIPMENT / ITEM DESCRIPTION : LT MOTORS VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

1 A A R X DETAILED INSPECTION & TEST PLAN AFTER ISSUE OF PO/PR/PS


2 A R X INSPECTION & TEST PROCEDURES
3 R R X SUMMARY OF ALL SUPPLIMENTARY REQUIREMENTS AS SPECIFIED
IN THE ORDER /PS/PR
4 A X PACKING PROCEDURE / SHIPPING DRAWING OF COMPLETED
EQUIPMENT
5 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,
TERMININATION ETC.
- MEASUREMENT OF WINDING RESISTANCE
- NO LOAD TEST.MINIMUM 30 MINUTES RUNNING ON NO LOAD
- SHORT CIRCUIT TEST
- HV TEST
- IR TEST BEFORE AND AFTER HV TEST
- REDUCED VOLTAGE RUNNING TEST.-
6 H H W X TYPE TEST (WHEN SPECIFIED):
- LOAD RUN TEST (FOR SPEED-TORQUE CURVE)
- TEMPERATURE RISE TEST
- OVERSPEED TEST,
- VIBRATION TEST
- NOISE LEVEL TEST
7 R R X DOCUMENT REVIEW:
- TC FOR BOUGHT OUT COMPONENTS I.E. FOR COOLERS,
BEARINGS.
- TEST CERTIFICATES FOR SPECIFIED AREA CLASSIFICATION,
TYPE OF ENCLOSURE, INCREASED SAFETY ETC.
- CALCULATION OF TEMP.RISE, EFFICIENCY,PF, STARTING
TORQUE.STARTING CURRENT ACCELARATION TIME ETC.
8 H X SPARES & PACKING LIST CHECK. PACKING & LOADING OF
EQUIPMENT AS PER SHIPPING DRAWING.

Page 503 of 724


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 2 OF 2
PROJECT
EQUIPMENT / ITEM DESCRIPTION : LT MOTORS VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

9 H H INSPECTION RELEASE CERTIFICATE

LEGENDS : H - HOLD, W - WITNESS, R - REVIEW, A – APPROVAL, I - INFORMATION, X – SUBMIT


PO – PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION
** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION
/REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN
INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY
VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER/PMC FOR APPROVAL.
* TPI A TO CARRY OUT INSPECTION AT SUB-VENDORS’ WORKS.
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.

Page 504 of 724


Page 505 of 724
Page 506 of 724
Page 507 of 724
APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN** SHEET 1 OF 2


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION
PROJECT
EQUIPMENT / ITEM DESCRIPTION : STEAM/GAS TURBINE VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR Rev.1
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

1 H H X PRE-INSPECTION MEETING TO BE CONDUCTED AFTER ISSUE OF


PO / PR / PS. AGENDA TO BE PREPARED BY LSTK CONTRACTOR
2 A A R X DETAILED INSPECTION & TEST PLAN AFTER ISSUE OF PO / PR / PS
FOR ALL ITEMS & ACCESSORIES OF THE TURBINE SKID I.E. FOR
BARE TURBINE, STARTING SYSTEM, LO SYSTEM, LO PUMPS,
AUXILIARY MOTORS, LO TANK, FILTERS, TURBINE ENCLOSURE
CONTROL PANELS, INSTRUMENTATION, PIPING / PIPING ITEMS,
COUPLINGS ETC. AS APPLICABLE.
3 A R X INSPECTION & TEST PROCEDURES FOR ALL ITEMS / ACCESSORIES
OF THE SKID INCLUDING PERFORMANCE / MECHANICAL RUN TEST /
NDT / PWHT PROCEDURES AND WELD REPAIR PROCEDURE
4 A X
PACKING PROCEDURE Rev.1
5 R R X
DELETED Rev.1
6 R W X MANUFACTURERS’ TEST CERTIFICATES FOR MAJOR TURBINE
COMPONENTS VIZ CASING, ROTORS BLADES, LINERS, SHAFTS,
SHAFT SLEEVES, BEARING HOUSINGS, BEARINGS ETC. AS
SPECIFIED IN THE DATA SHEETS.
7 A W X WPS / PQR / WELDERS QAULIFICATION INCLUDING WELD REPAIR
PROCEDURES FOR BLADES / CASING (NO REPAIR TO BE CARRIED
OUT ON CASINGS W/O REVIEW / APPROVAL BY CLIENT)
8 R W X NDT (RT, UT, PT/MT – AS APPLICABLE) FOR TURBINE COMPONENTS
Rev.1
9 H W X HYDROSTATIC TEST ( CASING, COOLING JACKET, COMBUSTORS,
FUEL INLET SYSTEM, STEAM CHEST, AUXILLIARY EQUIPMENT,
PIPING, ETC.
10 W W X DYNAMIC BALANCE OF ASSEMBLED JOB / SPARE ROTOR WITH ALL
COMPONENTS ASSEMBLED INCLUDING COUPLING HUB. Rev.1
11 W W X ROTOR INSENSITIVITY CHECK Rev.1
12 W W X RESIDUE ELECTRICAL / MECHANICAL RUN-OUT CHECK OF THE
ROTOR Rev.1
13 R W X ASSEMBLY CLEARANCES CHECK
14 R W X FUNCTIONAL TEST – INLET & TRIP VALVE, GLAND SEALING SYSTEM,
GLAND VACUUM SYSTEM, LUBE OIL SYSTEM, TURNING GEAR.

Page 508 of 724


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN** SHEET 2 OF 2


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION
PROJECT
EQUIPMENT/ITEM DESCRIPTION : STEAM/GAS TURBINE VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR Rev.1
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC
15 H W X MECH. RUN TEST / PERFORMANCE TEST AS PER APPROVED
PROCEDURE WITH JOB AND SPARE ROTORS (START UP
CONDITION, DIRECTION OF ROTATION & SPEED, BEARING
TEMPRATURE RISE, VIBRATION LEAK, LUBRICATION SYSTEM
CHECK, TRIP MECHANISM, TRIP SPEED, SPEED GOVERNOR
ADJUSTMENT, FIRST ACTUAL CRITICAL SPEED CHECK WHEN
FLEXIBLE SHAFT IS USED, ETC.
16 R W X SIMULATION TEST OF CONTROL PANEL, FACTORY ACCEPTANCE
TEST OF ALL INTERLOCKS, CONTROLS & SEQUENCES.
17 H W X STRIP-DOWN CHECK AFTER SATISFACTORY MRT, IF APPLICABLE
18 H W X FINAL INSPECTION OF THE TURBINE SKID DULY ASSEMBLED WITH
ALL ITEMS INCLUDING PIPING, INSTRUMENTATION, OTHER
ACCESSORIES, ETC.
19 INSPECTION AND RECORD REVIEW OF ALL OTHER ITEMS OF THE
SKID VIZ BARE TURBINE, STARTING SYSTEM, LO SYSTEM, LO
R PUMPS, AUX ILLARY MOTORS, LO TANK, FILTERS, TURBINE
ENCLOSURES, CONTROL PANELS, INSTRUMENTATION, PIPING /
PIPING ITEMS, COUPLINGS ETC. AS APPLICABLE. Rev.1
20 H X SPARES & PACKING LIST CHECK. PACKING & LO ADING OF
EQUIPMENT AS PER SHIPPING DRAWING
21 H H INSPECTION RELEASE CERTIFICATE
LEGENDS : H – HOLD, W - WITNESS, R - REVIEW, A - APPROVAL, I – INFORMATION, X – SUBMIT
PO – PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION
** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION
/REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN
INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY
VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER/PMC FOR APPROVAL.
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.
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.

Page 509 of 724


Page 510 of 724
Page 511 of 724
Page 512 of 724
Page 513 of 724
Page 514 of 724
----~-----_._ .. _ - - _ . _ . _ - _ . _ - - - - - - - - - - - - - _ . _ - - _... _ . - . - - - - - - - - - - - - _ . _.._ - - - - - _ . . _~

/
1fl" FLANGE
WELD //~
-~/~

WELD!
NO WELD MATERIAL
PROJECTION BEYOND RF 6 R

I

Cl E
Z E
W

--.J

o
L()

o

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#.

o ~ ISSUED FOR H-ED----~---------------------+---+--+----+----+-~+------j


JPK MSD BSP 03-03-10
REV. NO. REVISION DESCRIPTION DRAWN CHK APF'ROVED DATE

CLIENT Pf,\C

THERMOWELL
1..1 '1
~
CHENNAI PETROLEUM CORPORATION LIMITED
MANAL!. CHENNAI. TAMILNADU

ENGINEERS AND CONSTRUCTORS


PROJNO. DRAWING NO. REV JACOBS ENGINEERINGS INDIA PVT. LTD.
44MM-;-4600I4600-JSD-'c50 1 SHT. 1 OF 3 0'---------jPLOT
H&G HOUSE.
NO. 12.SECTOR 11, CENTRAL BUSINESS DISTRICT,
FILE NAME DRAWING SCALE PLOT SCALE ORAWN BY BELAPUR. NAVI MUMBAI -r- 400 .614.
4600JSD50 1 1:1 1:1 ~IP'r< TEL. (91-22) 67562000 FAX. (91-22) 27573049

A MEMBER OF' THE JACOBS ENGINEERING GROUP, INC.


THIS.' DRAWING AND/OR 'ITS CONTENTS, INFORMATION, AND PRINCIPLES OF OESIGN 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
OTHER FIRM OR INDIVIDUAL FOR ANY OTHER PROJECT EXCEPT BY WRITIEN AGREEMENT WITH JACOBS H&G PRIVATE UMITED. ACCEPTANCE OF THIS DRAWING
CONSTRUED AS AN AGREEMENT TO THIS STATEMENT.

Page 515 of 724


_ 1/2" FLAI\lGE
WELD /

WELD
NO WELD MATERIAL
PROJECTIOI~ BEYOI~D RF 6 R

-
:::J
-
I
I-
Cl
z E
w E
-.-J
0
LO

0

CL
ID 7
:::J BORE TO BE CONCENTRIC
Cl WITH OD. WITH IN 10% OF
Z WALL THICKI~ESS
0:::
CL
<t:

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#

o ISSUED FOR .FEED JPK MSD BSP 03-03-10


REV. NO. REVISION DESCRIPTION DRAWN CHK APPROVED DATE

CLIENT PMC

THERMOWELL
PCL CHENNAI PETROLEUM CORPORATION LIMITED
I.·. • .
~ MANALI, CHENNAI. TAMILNADU

ENGINEERS AND CONSTRUCTORS


PROJ.NO. REV JACOBS ENGINEERINGS INDIA PVT. LTD.'
44MM~4600 SHT. 2 OF 3 0 H&G HOUSE.
PLOT NO. 12, SECTOR 11, CENTRAL BUSINESS DISTRICT,
FILE NAME PLOT SCALE DRAWN BY
BELAPUR. NAVI MUMBAI - 400 614.
4600JSDS01 1:1 ~IPK TEL. (91-22) 67562000 FAX.. (91-22) 27573049

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 L1MITEO AND IS SUBMITTED TO
YOU WITH THE AGREEMENT THAT IT IS NOT TO BE REPRODUCED IN ANY MANNER, COPIED, OR MODIFI.ED. 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 516 of 724


BUILT-UP THERMOWELL

¢l 34 mm

46mm

I'UU "~TION WELD


NO WElD MATERIAL
I'IIOJlECTION IIfYOND."" ,. 80S PIPE

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

o ISSUED FOR FEED JPK MSD SSP 03-03-10

REV. NO. REVISION DESCRIPTION DRAWN CHK APPROVED DATE

CLIENT PMe

THERMOWELL
le!1 CHENNAI PETROLEUM CORPORATION LIMITED
MANALI, CHENNAI,TAMILNADU

ENGINEERS AND CONSTRUCTORS


PROJ.NO. REV

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.

Page 517 of 724


1/2" NFT

CHAIN
UNION 1(2" 111FT

/
NIPPLE 112· NPT

THERMOWELL

NOTE - IN THE CASE OF DUPLEX THERMOCOUPLE/RTD, TWO INDEPENDENT


CABLE ENTRIES SHALL BE PROVIDED.

o ISSUED FOR FEED JPK MSD SSP


REV. NO. REVISION DESCRIPTION DRAWN CHK

CUENT PMe

HERMOCOUPLE / RTD ASSEMBL

e
~

WITH THERMOWELL CPCL CHENNAI PETROLEUM CORPORATION LIMITED


~ MANAL!, CHENNAI, TAMILNADU

ENGINEERS AND CONSTRUCTORS


PfWJ.NO REV JACOBS ENGINEERINGS INDIA PVT. LTO.
44MM-4600 SHT 1 01 1 0
~-----IPLOT
H&G HOUSE.
NO. 12, SECTOR 11, CENTRAL BUSINESS DlsmlCT,
FILE NAME PLOT SCALE DRAWN BY BELAPUR. NAVI MUMBAI - 400 614.
4600JSD502 1: 1 ,JPK TEL. (91-22) 67562000 FAX. (91-2.2.) 27~)73()49

A MEMBER OF THE JACOBS [NGI~·j[EF<ING GROUP, INC.


THIS DRAWING AND/OR ITS CONTENTS, INFORMATION, AND PRINCIPLES OF DESIGN Af,E THE EXCLUSIVE PROPERTY OF JACOBS H&G LIMITED MID IS SUBMITTED TO
YOU WITH THE AGREEMENT THAT IT IS NOT TO BE REPROOUCED IN ANY MANNU<, COPIED, OR MODIFIED. NOR IS IT TO BE RELAYED IN PART OR IN WHOlE 10 ANY
OTHER FIRM OR INDIVIDUAL FOR ANY OTHER PROJECT EXCEPT BY WRITTEN AGREEMINI WITH JACOBS H&G PRIVATE LIMITED, ACCEPTANCE OF THIS DI'AWINC wiu. BI.
CONSTRUED AS AN AGREEMENT TO THIS STATEMENT.

Page 518 of 724 - - - - - - - - - - - - - - - - - - - - - - - - - - _ ..... _-_._ _­


..
CONCENTRIC SQUARE EDGED ORIFICE PLATE

Zr+
c See Detail-X
See Detail-Y

~I
Inlet Face
Welded &: Smooth
Ground
Smoothed

Sharp Edge Must Not


Reflect Light When
Viewed Without
Magnification

A
Section -zz
Z4

Inlet
d ----­ Matl.----­

NEI ----­ a9) No.--­


ANSI---lbRF

~:-
1. All Indicated Dimensions are in mm. -+ -+

Detail-X Detail-Y

o ISSUED FOR FEED JPK IMSD I SSP 04-03-10


REV, No,1 REVISION DESCRIPTION DRAWN I CHK APPROVED DATE

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

AAUU AC::1'\n J1600-JSD-201 SHT. 1 OF 7 0


rILL NAME DRAWING SCALE PLOT SCALE DRAWN 8Y

4600JSD201_1 1:1 1:1 JPK


A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.
THIS DRAWING AND/OR ITS CONTENTS. INFORMATION. AND PRINCIPLES OF OESIGN 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 519 of 724


Zr+
c
1- -I See Detail-Y w
1--1

Se~ __petail-=X_

Inlet Face
Alternate
Location
Smoothed
G(Vent)

If Required

Sharp Edge Must Not


Reflect Light Whpn
Viewed Without
~ I.M ognl·f··t·
reo Ion

~
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

o ISSUED FOR FEED UPK I MSD I BSP 04-03-10


REV. NO.1 REVISION DESCRIPTION DRAWN I CHK APPROVED DATE

CLIENT PMe

ORIFICE PLATE
DIMENSIONAL DETAILS l:{8p
~
CHENNAI PETROLEUM CORPORATION LIMITED
MANAL!. CHENNAI. TAMILNADU .JAC()B8
lM

PROJ.NO. DRAWING NO. REV


~~uu
rn.t. NAME
u~nn 111600-JSD-201
DRAWING SCALE
SHT. 2 OF
I PLOT SCALE
71 0
DRAWN BY
4600JSD201 2 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 520 of 724
SEGMENTAI_ ORWICE PL,~IE
Zr+
See Detail-X w
I" ._L_-,"I
r: [--I

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

o ISSUED FOR FEED JPK I MSD I BSP 03-03-10

REV. NO.1 REVISION DESCRIPTION DRAWN I CHK APPROVED DATE

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
__..,._..._ ---_._---"....__..__
-_...-. ."._--~.,-,._-_.-",_._ .... -" -------.---_._---­

Zr+ OUADRMH EDGE ORIFICE PLATE

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.

2. Dimension d shall be not less than 0.25" and not Detoil-A

greater than 0.316 D

o ISSUED FOR FEED clPK I MSD I BSP 03-03-10


REV. NO.1 REVISION DESCRIPTION DRAWN I CHK APPROVED DATE

lei
CLIENT PMe

ORIFICE PLATE

DIMENSIONAL DETAILS

~
CHENNAI PETROLEUM CORPORATION LIMITED
MANAlI, CHENNAI, TAMILNADU
~AC()BSTN
PRDJ.ND. DRAWING NO. REV

~~lHLMJV, 111600-JSD-201 SHT. 5 OF 7


0
4'L600JSD20 1 5 IDRA~N:G1 SCALE PLOT SCALE

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

NB RATING I s 315'C • 315'C

I mm leI 125 250


400 600
I
800 11500 2500
,
I W TOLER. T
+0.0
W I TOLER. I T·0.25
+0.0
I 150 I 300 I ·0.25

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

550 /22) lIIlO." 704.11 701.7 733.4 I 8.35 6.35 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)

II 150 (6) 86 I 100

200 (IS) 100 100


11
I' 250 (10) 11141 ;~41 ~ I 40

I
')
300 (12)
! . ' " I '"
350 (14) 114 114

400 (Hi) I I '27 I 152

450 (18) I 100


500 (20) 1271127 i 127 I "40 I 177 I I I 50

550 (22) 14.4

800 (24) ~:55

o ISSUED FOR FEED JPK MSD I BSP 03-03-10


REV. NO.1 REVISION DESCRIPTION DRAWN I CHK APPROVED DATE

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.

Page 524 of 724


II Os
FROM I . TO TOLER. II 1 G

e 6.350 0.007 FROM I TO I U.G5

9.525 0.013 <: 25.400


6.350
25.400 88.900 2.38
9.526 12.700 0.015
88.to1 104.775 3.18
12.701 15.875 0.020
104.776 127.000 3.97
15.876 19.050 0.023
127.001 152.400 4.76
19.051 22.225 0.025
152.401 171.450 5.56
22.226 25.400 0.030
171.451 190.500 8.35
25.~1 31.750 0.036
..... tlO.501 . 212.725 7:14
31.751 38.100 0.043
212.726 234.1150 7.94
38.101 44.450 0.051
~.1I51 254.000 1.73
44.451 127.000 0.084
254.001 278.225 11.53
» 127.000 0.000511 II
278.226 295.275 10.32
2115.2.76 317.500 11.11
317.501 33l5.550 11.91
» 3315.550 12.70

LEGEND:

D • INTERNAL DIAMETER OF THE PIPE


N.B•• NOMINAL BORE
d • ORIFICE BOREDIAMETER
DIMENSIONS IN mm UNLESS OTHERWISE SPECIFIED.

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

o ISSUED FOR FEED JPK IMSD I SSP 03-03-10


REV. No.1 REVISION DESCRIPTION DRAWN I CHK APPROVED DATE

CLIENT P"G

ORIFICE PLATE
DIMENSIONAL DETAILS II" CHENNAI PETROLEUM CORPORATION LIMITED
MANALI.CHENNAI.TAMILNADU .JACOBS
TU

ENGINEERS AND CONSTRUCTORS


PROJ.NO. I ORAWING NO. REV
A A ~HLH:(\(\ ,1600-JSD- 201 SHT, 7 OF 71 0
rn.c. NAME ORAWING SCALE I PLOT SCALE ORAWN BY

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

1 DRIVEN MACHINE REF. NO.


2 DRIVEN MACHINE TYPE
3 NO. OF DRIVEN MACHINES
4 APPLICABLE SPECIFICATION & STANDARDS 44NC-4600:ESS01B, IS 325 , IS 2148 AND OTHER NATIONAL /
EQUIVALENT INTERNATIONAL STANDARDS

B SERVICE CONDITIONS

1 DESIGN AMBIENT TEMP. (MIN. & MAX) 18 DEG. C AND 45 DEG C


2 ALTITUDE ABOVE M.S.L. 3.5 M
3 RELATIVE HUMIDITY ( MIN & MAX. ) 80 % AT t max
4 MAX. RAIN FALL PER DAY LATER
5 LOCATION INDOOR / OUTDOOR
6 SITE ENVIRONMENT CORROSIVE
7 AREA CLASSIFICATION ENCLOSURE
i) UNCLASSIFIED SAFE / ZONE 1 / ZONE 2
ii) GAS GROUP OF ENCLOSURE : I / IIA / IIB / IIC
iii) TEMPERATURE CLASS : T1 / T2 / T3 /T4 / T5 / T6

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 %

5 3 PHASE SYMMETRICAL FAULT LEVEL 40kA FOR 1 SEC.

6 GROUNDING SOLID / NGR/ GROUNDING TRANSFORMERS

7 EARTH FAULT LEVEL KA

D MOTOR TYPE & RATING


1 TYPE
2 RATED OUTPUT KW

3 RATED SPEED ( SYN.) RPM

4 SPEED VARIATION REQUIRED / NOT REQUIRED

4.1 IF REQUIRED BY VARIABLE SPEED AC DRIVE / MULTISPEED BY CHANGE OF MOTOR CONNECTION

4.2 DRIVE CONTROL CONSTANT TORQUE / VARIABLE TORQUE / CONSTANT HP

5 DIRECTION OF ROTATION ( VIEWED FROM BI-DIRECTIONAL / CLOCKWISE / ANTI-CLOCKWISE

COUPLING )
6 RATED VOLTAGE 6.6KV

7 TYPE OF DUTY S1/ S2/ S3/ S4/ S5/ S6/ S7/ S8/ S9/ S10

8 CLASS OF INSULATION STATOR : F ROTOR: F

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)

TORQUE ) LOCKED ROTOR - %


11 OVERLOAD REQUIREMENTS % OVERLOAD FOR SEC./ MIN. ( AS PER IS325 / RELEVENT IEC &
TO SUIT THE REQUIREMENT OF DRIVEN EQUIPMENT.)

12 METHOD OF STARTING & TYPE OF BREAKER DOL / AUTO TRANSFORMER / SOFT STARTER

13 LOCKED ROTOR CURRENT LIMITATION


550% (INCLUSIVE OF IS TOLERANCE)

14 TYPE OF BRUSH GEAR

15 NO. OF STARTS REQUIRED 1 ) SUCCESSIVE : 1 (min.) HOT, 2 (min.) COLD

2 ) PER HR. ( EQUISPACED ) NOS.

16 WINDING TREATMENT REQUIRED - ANTICORROSIVE EPOXY TREATMENT.

APPLICABLE STANDARD SPECIFICATION : 44NC- 4600: ESS 01B

Page 526 of 724 PAGE : 1 OF 5


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
E ENCLOSURE
1 FEATURE OF PROTECTION FLP / SAFE Ex'n'
( W.R.T. TO AREA CLASSIFICATION )
2 DEGREE OF PROTECTION IP 55(min.)
3 TYPE OF MOUNTING
4 TYPE OF COOLING TEFC OR CACA
5 DATA FOR COOLING MEDIUM
6 PAINTING - TYPE
- SHADE 632 AS PER IS:5
F MECHANICAL REQUIREMENT
1 TYPE OF DRIVE / COUPLING FLEXIBLE / DIRECT
2 GD2 VALVE OF DRIVEN MACHINE KgM2
W.R.T. MOTOR SHAFT
3 TORQUE / CRANK ANGLE DIAGRAM NO.
4 TORQUE / SPEED CHARACTERISTIC CURVE
5 SHAFT EXTENSION STANDARD/ mm
6 TYPE OF BEARINGS
7 TYPE / METHOD OF LUBRICATION
8 BED PLATE / SOLE PLATE REQUIREMENT

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

3 SPEED SENSING DEVICE NR


4 VIBRATION DETECTORS REQUIRED
5 CURRENT TRANSFORMERS FOR DIFF. REQUIRED FOR ALL MOTORS RATED 1500 KW AND ABOVE
PROTECTION IN NEUTRAL TERMINAL BOX
6 P.F. CORRECTION CAPACITOR
7 SURGE PROTECTION
8 BARRING DEVICE
9 EARTHING 2 NOS. EARTH CONNECTIONS IN MOTOR FRAME & 2 NOS. IN TERMINAL BOX
10 MAIN NAME PLATE STAINLESS STEEL
11 AUXILIARY NAME PLATE REQUIRED / NOT REQUIRED

H TERMINAL BOXES REQUIREMENTS LOCATION VIEWED FROM COUPLING


1 MAIN TERMINAL BOX , TYPE : PHASE SEGREGATED RHS/LHS
2 SPACE HEATER TERMINAL BOX. SEPARATE RHS/LHS
3 STATOR WINDING TEMPERATURE AND BEARING SEPARATE RHS/LHS
DETECTOR TERMINAL BOX
4 ROTOR TERMINAL BOX ( IF APPLICABLE )
5 NEUTRAL TERMINAL BOX INTERCHANGEABLE WITH MAIN TERMINAL BOX

I EXTERNAL CABLE : TYPE SIZE & NO./ LENGTH


& TYPE OF TERMINATION
1 STATOR
2 ROTOR
3 SPACE HEATER
4 TEMPERATURE DETECTORS : WINDING
: BEARING

APPLICABLE STANDARD SPECIFICATION : 44NC- 4600: ESS 01B

Page 527 of 724 PAGE : 2 OF 5


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
J MOTOR BEARINGS
1 TYPE OF BEARING BALL / ROLLER / SLEEVE **
2 BEARING TEMPERATURE DETECTOR TYPES / NOS. CONTACT FOR TRIP / ALARM
1 NO. EACH AT DE & NDE BEARINGS, PT100 DUPLEX TYPE. IF DUPLEX NOT POSSIBLE THEN PT100
SIMPLEX - 4 NOS. / PHASE
3 BEARING LUBRICATION TYPE : SELF LUBRICATED / GREASE OR OIL
4 END THRUST
5 PERMISSIBLE END FLOATS
6 TYPE OF INSULATION FOR PROTECTION OF SLEEVE
BEARING (IF APPLICABLE) AGAINST SHAFT CURRENT.

K INSPECTION AS PER VENDOR QUALITY PLAN


L HEAT RUN TEST REQUIRED YES / NO

M ROUTINE TEST WITNESS REQUIRED YES / NO AS PER IS 325 / IS4029

N DATA TO BE FURNISHED BY MOTOR


SUPPLIER WITH THE TENDER

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.)

2.6 COOLING SYSTEM


2.6.1 COOLING FAN MATERIAL CI/ SS/ FRP/ AL
2.6.2 COOLING TUBE MATERIAL
2.6.3 TEMPERATURE DETECTION OF COOLING MEDIUM DIAL TYPE THERMOMETER / RTD / PT100 THERMOCOUPLE

2.7 INSULATION SYSTEM (Vendor to enclose write-up)


2.8 NOISE LEVEL AT 1 Mtr. DISTANCE dB Max.
2.9 SHAFT EXTENSION STANDARD/ AS PER MACHINERY VENDOR ONE / TWO
2.9.1 SHAFT VIBRATION LEVELS
2.9.2 DRIVING END MICRONS
NON DRIVING END MICRONS
2.10 DIRECTION OF ROTATION
APPLICABLE STANDARD SPECIFICATION : 44NC- 4600: ESS 01B

Page 528 of 724 PAGE : 3 OF 5


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
N DATA TO BE FURNISHED BY MOTOR
SUPPLIER WITH THE TENDER (CONTD..)

2.11 MAIN TERMINAL BOX LOCATION & ORIENTATION


REQUIREMENTS
2.11.1 TERMINAL BOX ELECTRICAL REQUIREMENTS CABLE SIZE TYPE & TERM FAULT kA & TIME

2.12 BEARING LUBRICATION SYSTEM


2.12.1 LUBE OIL PUMPS PROVIDED / NOT REQUIRED
2.12.2 TYPE OF PUMPS SHAFT DRIVEN / AC MOTOR/ DC MOTOR
2.12.3 IF MOTORISED, MOTOR RATINGS SHAFT DRIVEN/ AC MOTOR/ DC MOTOR

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.

3.10 THERMAL TIME CONSTANT


3.11 COOLING TIME CONSTANT
3.12 PERFORMANCE EFFICIENCY POWER FACTOR
3.12.1 NO LOAD
3.12.2 50% LOAD
3.12.3 75% LOAD
3.12.4 100% LOAD

3.13 RECOMMENDED NUMBER OF DOL STARTS AT EQUAL HOT COLD


INTERVALS IN 1 HOUR

3.14 PULL UP TORQUE


3.15 PULL OUT TORQUE
3.16 FULL LOAD SLIP
3.17 ROTOR GD2

3.18 NORMAL TEMPERATURE RISE AND ∆T= K (AS PER IEC 34-1 & 2)
MAX. HOT SPOT TEMPERATURE T MAX = OC

APPLICABLE STANDARD SPECIFICATION : 44NC- 4600: ESS 01B

Page 529 of 724 PAGE : 4 OF 5


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
N DATA TO BE FURNISHED BY MOTOR
SUPPLIER WITH THE TENDER (CONTD..)

3.19 NEGATIVE SEQUENCE CURRENT WITHSTAND % FOR SECS


3.20 NO LOAD PARAMETERS (Indicate tolerances, if any) CURRENT KW KVAR
3.21 RECOMMENDED CAPACITOR ACROSS MOTOR KVAR
TERMINALS TO RAISE PF TO 0.95
3.22 STARTING CURRENT - SPEED CURVES AT 85%, 100% ENCLOSED / NOT ENCLOSED SHALL BE ENCLOSED.
& 110% VOLTAGE
3.23 EARTH FAULT WITHSTAND CURVE ENCLOSED / NOT ENCLOSED SHALL BE ENCLOSED.

4 ELECTRICAL CHARACTERISTICS
4.1 RESISTANCE OF STATOR Ω ΑΤ OC
4.2 RESISTANCE OF ROTOR (Only for Slip Ring/ Synchronous) Ω ΑΤ OC

4.3 PER UNIT VALUES


4.3.1 REACTANCE Xd = Xd' = Xd" Xo=
4.3.2 RESISTANCE R1= R2= RO=

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.

APPLICABLE STANDARD SPECIFICATION : 44NC- 4600: ESS 01B

Page 530 of 724 PAGE : 5 OF 5


APPROVED VENDOR LIST
(INSTRUMENTATION)

ANNEXURE-I TO JOB SPECIFICAITON


(INSTRUMENTATION)
DOCUMENT NO A133-086-16-51-SP-0005

Page 531 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 0 INSTRUMENTATION Page 2 of 27

VENDOR NAME COUNTRY

1. DISTRIBUTED CONTROL SYSTEM


1 ABB Ltd. India
2 Emerson Process Management India
3 Honeywell Automation India Ltd India
4 Invensys India Pvt Ltd India
5 Yokogawa India Limited India

2a. EMERGENCY SHUT DOWN SYSTEM / PLC (QMR)


1. Yokogawa India Ltd
2. Honeywell Automation India Ltd

2b. EMERGENCY SHUT DOWN SYSTEM / PLC (TMR)


3. ABB Ltd. (Bangalore) India
4. Invensys Software Systems (s) Pte Ltd. Triconix (Invensys) India
5. GE Fanuc Systems Pvt. Ltd. India
6. GE Fanuc Automation North America Inc. USA
7. ICS Triplex (c/o Industrial Control Services PLC) UK

3. ORIFICE PLATES & FLANGES


1 Baliga Lighting Equipments (P) Ltd. India
2 General Instruments Consortium India
3 Guru Nanak Engg. Works India
4 Instrumentation Ltd. (Palghat) India
5 Micro Precision Products Pvt. Ltd. India
6 Minco Pvt Ltd India
7 JRU Control Pvt. Ltd. India
8 Deniel Measurements & Control Asia Pacific (Emerson Process
Management Group Co) c/o Daniel Meas & Co.
9 FMC Measurement Solutions-UK (c/o FMC Technology Singapore Pte.
Ltd.)
10 Petrol Valves srl
11 Pietro Florentini spa
12 TM Tecnomatic spa

4. DP CELL ELECTRONIC TRANSMITTER


1 Emerson Process Management (3051 series) India
2 Honeywell India
3 Yokogawa (Eja Series) India

Doc. No. 44NC-4600:00:R:01:0005:A4

Page 532 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 0 INSTRUMENTATION Page 5 of 27

VENDOR NAME COUNTRY

14. GAUGE GLASSES & COCKS (LOW PRESSURE SERVICES)


1 Bliss Anand Pvt. Ltd. India
2 Chemtrols Engineering Ltd. India
3 Pratolina Instruments Pvt. Ltd. India
4 Technomatic (India) Pvt. Ltd. India
5 Sigma India

15. GAUGE GLASSES & COCKS (HIGH PRESSURE SERVICES)


1 Penburthy USA
2 Badotherm Netherland
3 Technomatic SpA Italy
4 Nihonklinger Japan
5 Richard Klingervertrieb GmbH Austria
6 Phoenix Systemelemente Und Messtechnik Germany

16. LEVEL GAUGE MAGNETIC TYPE


1. Klinger Fluid Corporation GmbH Germany
2. Magnetrol International bv Belgium
3. Krohne Messtechnik GmbH Germany
4. K Tek Corporation USA
5. Ksr Kuebler Niveaumess Technic AG Germany
6. Nihon klingage Comltd Japan
7. Phoenix Systemelemente Messtechnick Germany

17. MAGNETIC LEVEL GAUGES (HIGH PRESSURE)


1 Klinger Fluid Corporation GmbH Germany
2 Magnetrol International bv Belgium
3 Krohne Messtechnik GmbH Germany
4 K Tek Corporation USA
5 Ksr Kuebler Niveaumess Technic AG Germany
6 Nihon klingage Comltd Japan
7 Phoenix Systemelemente Messtechnick Germany

18. NEUCLEONIC LEVEL INSTRUMENT


1 Berthold Technologies Gmbh & Co Kg Germany
2 Emerson Process Management Singapore
3 Endress & Hauser Gmbh & Co USA
4 Krohne Messtechnic Gmbh & Co Kg Germany
5 Ohmart / Vega Corporation (Process Licensor recommended vendor) USA
6 Ronan Engineering Company USA
7 Terry Ferraris Italy
8 Thermo Electron Corporation USA
9 Thermomeasuretech USA
Doc. No. 44NC-4600:00:R:01:0005:A4

Page 533 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 0 INSTRUMENTATION Page 6 of 27

VENDOR NAME COUNTRY

19. TANK LEVEL INDICATOR (FLOAT OPERATED)


1 Endress + Hauser Japan Co. Ltd. Japan
2 Enraf B.V. Holland
3 L&J Technologies USA
4 SAAB Marine Sweden
5 Tokyo Keiso Japan

20. STEAM DRUM LEVEL INDICATOR (ELECTRONIC)


1 Levelstate Systems Ltd UK
2 Narvik - Yarway B.V Netherlands
3 Solartron Mobrey Limited UK
4 Yarway Corporation India

21. TANK LEVEL (RADAR TYPE)


1. Endress + Hauser GmbH & Co. (c/o Endress + Hauser India) India / Germany
2. Enraf B.V. Netherlands
3. SAAB Marine Sweden
4. Moberey Ltd.
5. Rosemount Tank Radar AB

22. PORTABLE NUCLEONIC SURVEY METER (BETA-GAMMA-NEUTRON)


1 FLUKE Bio Medical Radiation Management Services USA
2 Graetz Strahlungsmeßtechnik Gmbh Germany
3 Ludlum Measurements USA
4 Thermo Measuretech USA

23. DRAFT GAUGE


1 A N Instruments Pvt. Ltd. India
2 Badotherm Instruments Netherlands
3 General Instruments Consortium India
4 Switzer Instrument Ltd. India
5 Wika Instruments India Pvt. Ltd. India
6 Bourdan Haenni S.A.
7 Budenberg Gauge Co. Ltd.
8 Dresser Inc, Ltad.
9 Nagano Keiki Seisakusho Ltd.

24. PYROMETER
1. E2T USA

Doc. No. 44NC-4600:00:R:01:0005:A4

Page 534 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 0 INSTRUMENTATION Page 18 of 27

VENDOR NAME COUNTRY

86. SPECIAL CONTROL VALVES (SEGMENTAL)


1 Dresser Valve (I) Pvt. Ltd. India
2 Koso Fluid Controls Pvt. Ltd. India
3 Tyco Valves & Controls (I) Pvt. Ltd. India
4 Fisher Sanmar Ltd. India
5 Flowserve Pte. Ltd.
6 Italvalv S.N.C
7 Kitampura Valve Manufacturing Co. Ltd.
8 Samson AG Mess und Regeltechnik
9 Metso Automation Pte. Ltd.
10 SPX Valves & Controls (formerly Dezurik)

87. SPECIAL CONTROL VALVES (VARIABLE CV)


1 Dresser valve (I) Pvt. Ltd. India

88. DIFFERENTIAL PRESSURE GUAGES


1 An Instruments Pvt. Ltd.
2 General Instruments consortium
3 Samson controls Pvt. Ltd.
4 Switzer Instrument Ltd.
5 Waaree Instruments Ltd.
6 Wika Instruments (I) Pvt. Ltd.

89. SPL. LEVEL INSTRUMENTS GUIDED WAVE RADAR


1 Emerson Process MGMT India Pvt. Ltd. India
2 Endress + Hauser Instruments Intl. AG (C/o Endress + Hauser India
Pvt. Ltd.) India / International

90. TRANSDUCERS (I/P, p/I) CONVENTIONAL


1 Emerson Process MGMT India Pvt. Ltd. India
2 Emerson Process MGMT Asia Pacific Pte. Ltd. Singapore
3 Yokogawa India
4 Yokogawa Electrica Corporation Japan
5 Sical India

91. SPECIAL TEMPERATURE ELEMENTS (MULTIPOINT FLEXIBLE)


1 Daily Thermetrics USA
2 Gayesco LLC USA
3 Japan Thermowell Co. Ltd. (C/o Esco Japan Ltd.) Japan
4 Thermo Electric Co. Inc. USA
5 Thermo Couple Products Co.
6 TM Technomatic SPA Italy
7 Vulcanic S.A.

Doc. No. 44NC-4600:00:R:01:0005:A4

Page 535 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 0 INSTRUMENTATION Page 20 of 27

VENDOR NAME COUNTRY

7 Thermo Couple Products co.


8 Thermo Electric Co. Inc.
9 TM Technomatic SPA
10 Wika

96. MASS FLOW METERS


1 Emerson Process MGMT India Pvt. Ltd. India
2 Emerson Process MGMT Asia Pacific Pte. Ltd. Singapore
3 Endress + Hauser (I) Pvt. Ltd. India
4 Endress + Hauser Instruments Intl. AG Germany
5 Heinrichs Messtechnik GmbH Germany
6 Krohne Messtechnik GmbH & Co. KG Germany
7 FMC Measurement Solutions (c/o FMC Technologies Singapore Pte.
Ltd.)

97. CONTROL PANEL & ACCESORIES


1 Electronic Corporation of India Ltd. India
2 Electronic Instrumentation and Control
3 Industrial Controls & Appliances Pvt. Ltd.
4 Instrumentation Ltd.
5 Kerala State Elect Dev. Corp. Ltd. India
6 Positronics Pvt. Ltd.
7 Procon
8 Pyrotech Electronics Pvt. Ltd.
9 Prima Automation Pvt. Ltd.

98. PRESSURE GUAGES


1 An Instruments Pvt. Ltd. India
2 Forbes Marshall Pvt. ltd. India
3 General Instruments Consortium India
4 Gluck India Mfg. Co. India
5 Manometer (I) Pvt. Ltd. India
6 Precision Industries India
7 Waaree Instruments Ltd. India
8 Badotherm Process Instruments B.V. India
9 Bourdon Haenni S.A.
10 British Rototherm Co. Ltd.
11 Budenberg Guage Co. Ltd.
12 Dresser Inc. (c/o. Dresser Measurement)
13 Nagano Keiki Seisakusho Ltd.
14 Waka Alexander Wiegand 7 Co. GmbH
15 Wika Instruments (I) Pvt. Ltd. India
16 Precision (Ashcroft) France

Doc. No. 44NC-4600:00:R:01:0005:A4

Page 536 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 0 INSTRUMENTATION Page 21 of 27

VENDOR NAME COUNTRY

99. TEMPERATURE GUAGES BIMETALLIC, FILLED SYSTEM


1 An Instruments Pvt. Ltd. India
2 General Instruments Consortium India
3 Pyro Electric Instruments Goa Pvt. Ltd. India
4 Wika Instruments (I) Pvt. Ltd. India
5 H Guru Instruments Pvt. Ltd. India
6 Badotherm Process Instruments B.V.
7 Bourdon Haenni S.A.
8 Dresser Inc. (c/o. Dresser Measurement)
9 Nagano Keiki Seisakusho Ltd.
10 Solartron ISA
11 Waka Alexander Wiegand 7 Co. GmbH

100. LEVEL GUAGE


1 Bliss Anand Pvt. Ltd. India
2 Chemtrols Engineering Ltd. India
3 Levcon Instruments Pvt. Ltd. India
4 Pratolina Instruments Pvt. Ltd. India
5 Technomatic India Pvt. Ltd. India
6 Sigma Instruments co. India
7 Klinger Fluid Control GmbH
8 Nihon Klingage Co. Ltd.
9 Penberthy Inc
10 Technomatic SPA

101. ROTAMETER TRANSMITTER (VARIABLE AREA FLOWMETER )


1 Instrumentation Engineers Pvt. Ltd. India
2 Krohne Marshall Pvt. Ltd. India
3 Brooks India India
4 Eureka Industrial Equipment (P) Ltd India
5 Placka Instruments India Pvt. Ltd. India
6 Transducers & Controls Pvt. Ltd. India
7 Emerson Process Management Asia Pacific PTE Ltd India/International
8 Heinrichs Messtechnik GMBH Germany
9 Krohne Messtechnik GMBH & Co. KG Germany
10 Rota Yokogawa GMBH & Co. KG (c/o M/s Yokogowa India)
11 Brooks Instruments UK
12 Tokyo Keiso Co. Ltd.

Doc. No. 44NC-4600:00:R:01:0005:A4

Page 537 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 0 INSTRUMENTATION Page 22 of 27

VENDOR NAME COUNTRY

102. DISPLACER TYPE LEVEL TRANSMITTERS (INTERNAL/EXTERNAL)


1 Dresser Valves India Pvt. Ltd. India
2 Fisher Sanmaar Ltd. India
3 Dresser Produits Industrials (c/o Dresser Valve India Ltd.)
4 Emerson Process Management Asia Pacific PTE Ltd. (c/o Fisher
Sanmar Ltd.
5 Foxbro Eckhardt GMBH
6 Parcol SpA

103. TEMPERATURE ELEMENTS RTD, T/C


1 Detrev Instrumentation & Electronics Ltd. India
2 General Instruments Consortium India
3 PYRO Electric Instruments Goa Pvt. Ltd. India
4 Temp-Tech India
5 Tempsen Instrument India Ltd. India
6 ABB Automation Ltd. (c/o M/s ABB Ltd.
7 Gayesco LLC
8 Japan Thermowell Co. Ltd. (c/o M/s ESCO Japan Ltd
9 Thermo Electric Co. Inc.
10 Thermo-couple Products Co.
11 GTM Tecnomatic SPA
12 Thermo-Electra BV
13 Bourdon Haenni SA
14 Daily Thermetrics

104. CONTROL VALVES - GLOBE


1 Dresser Valve India Pvt. Ltd. India
2 Fisher Sanmar Ltd. India
3 Instrumentation Ltd. Palghat India
4 MIL Controls Ltd. India
5 Forbes Marshall ARCA Pvt Ltd. India
6 Koso Fluid Controls India
7 Arca Regler GMBH (c/o Forbes Marshall
8 Dresser Produits Industriels (c/o Dresser Valve India Pvt. Ltd.
9 Flowserve PTE Ltd. (c/o Flowserve India Controls Pvt. Ltd.
10 Kent Introl UK Ltd., UK
11 Metso Automation PTE Ltd. (formerly NELEs)
12 Motoyama Engineering Works Ltd.
13 Nuovo Pignone Spa (GE OIL) Italy
14 Severn Glocon Ltd. (c/o Severn Glocon India Pvt. Ltd.

Doc. No. 44NC-4600:00:R:01:0005:A4

Page 538 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 0 INSTRUMENTATION Page 23 of 27

VENDOR NAME COUNTRY

105. FIELD INSTRUMENTS (PT/DPT / TT)


1 Emerson Process Management India Pvt. Ltd. India
2 Honeywell Automation India Ltd. India
3 Yokogawa India Ltd. India
4 Emerson Process Management Asia Pacific PTE Ltd.
5 Honeywell Inc.
6 Yokogawal Electric Corporation

106. INTERFACE DEVICES


1 MTL5000 SERIES
2 P&F EQU. MTL 5000 SERIES

107. THERMOCOUPLE EXTN CABLES


1 Associated Flexibles & Wires (P) Ltd. India
2 KEI Industries Ltd. India
3 Universal Cables Ltd. India
4 Brooks Cable Works India
5 Paramount Communications Ltd. India
6 Reliance Engineers Ltd. India
7 Thermo Cables Ltd. India

108. SIGNAL CABLES


1 Associated Flexibles & Wires (P) Ltd. India
2 KEI Industries Ltd. India
3 Universal Cables Ltd. India
4 Brooks Cable Works India
5 Cords Cable Industries India
6 Delton Cables Ltd. India
7 Elkay Telelinks Ltd. India
8 Polycab Wires Pvt. Ltd. India
9 Radiant Cables Pvt. Ltd. India
10 Thermo Cables Ltd. India

109. CABLES- CONTROL PVC


1 Associated Flexibles & Wires (P) Ltd. India
2 KEI Industries Ltd. India
3 Universal Cables Ltd. India
4 Brooks Cable Works India
5 Cords Cable Industries India
6 Delton Cables Ltd. India

Doc. No. 44NC-4600:00:R:01:0005:A4

Page 539 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 0 INSTRUMENTATION Page 26 of 27

VENDOR NAME COUNTRY

121. FIELDBUS POWER CONDITIONERS


1 MTL
2 P&F
3 TURK

122. BULK POWER SUPPLIES


1 LAMDA
2 COSEL
3 Delta Electronika BV
4 Mitsubishi Electric
5 Weidmuller

123. DAMPER CYLINDERS


1 SMC Pneumatic
2 Norgen
3 Schradar Duncan
4 STI Strumentazione

124. PRE FABRICATED HOOK UPS


1 TBV Hookups
2 Schneider Close Couplings
3 Parker Instrumentation

125. CALIBRATION GASES


1 Inox
2 Alchemi Chemicals
3 Chemtrols Science Lab
4 BOC India
5 Bhoruka Gas

126. FLAME SCANNERS (UV/IR DETECTION PRINCIPLE ONLY)


1 Fireye
2 Durag
3 Yamatake

127. CABLE GLANDS


1 Comet Brass Products
2 Ex-protecta
3 Baliga Lighting Equipments Pvt. Ltd.

Doc. No. 44NC-4600:00:R:01:0005:A4

Page 540 of 724


44NC-4600 VENDOR LIST CPCL. Manali Refinery
Resid Upgradation Project
Revision : 0 INSTRUMENTATION Page 27 of 27

VENDOR NAME COUNTRY

128. CANOPIES (FRP)


1 Fibrochem
2 Sabre-Nison consultants Pvt. Ltd.

129. INSTRUMENT AIR MANIFOLDS


1 Technomatic Controls Pvt. Ltd.
2 Hydropneumatics
3 Swagelok India

Doc. No. 44NC-4600:00:R:01:0005:A4

Page 541 of 724


ANNEXURE- I I
MANDATORY INFORMATION REQUIRED FOR SMART FIELD DEVICES
Page 542 of 724

DEVICE H/W DD REV DTM


SN MAKE MODEL
REV NO. REV NO.
1
2
3
4
5
6
7
8
9
10
11
12
ANNEXURE- III
Page 543 of 724

MANDATORY INFORMATION REQUIRED FOR FIELDBUS DEVICES

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.

(ii) Vendor shall configure node address before shipment.


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III TO 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 1 of 30

ANNEXURE III – GENERAL SPECIFICATION FOR INSTRUMENTS

TABLE OF CONTENTS

1.0 SCOPE

2.0 INSTRUMENT CONCEPTS

3.0 FLOW INSTRUMENTS

4.0 LIQUID LEVEL INSTRUMENTS

5.0 PRESSURE INSTRUMENTS

6.0 TEMPERATURE INSTRUMENTS

7.0 CONTROL VALVES

8.0 SAFETY RELIEF VALVES

9.0 BREATHER VALVES, FLAME ARRESTERS AND VENTS

10.0 PRESSURE REDUCING AND DESUPERHETER STATION

11.0 ANALYSER, GAS CHROMATOGRAPHS AND GAS DETECTION SYSTEM

12.0 ALARM ANNUNCIATOR SYSTEM

13.0 LOCAL CONTROL PANELS

14.0 LOCAL GAUGE BOARD

15.0 INSTALLATION MATERIALS

16.0 CLOSE CIRCUIT TELEVISION (CCTV) SYSTEM

Page 544 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 2 of 30

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.

2.0 INSTRUMENT CONCEPTS

2.1 The Control shall be unitwise. All Instrumentation shall be Electronic type. All final Control
elements shall be electronic pneumatic.

2.2 Pneumatic Instrumentation

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 Electronic Instrumentation

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.

2.3.5 The requirement of statutory approvals for usage of equipment/instruments/ systems in


electrically hazardous areas shall be as follows:

a) The vendor shall be responsible for obtaining all statutory approvals, as applicable for all
instruments and control systems.

b) Equipment/instrument/systems located in electrically hazardous areas shall be certified


for use by statutory authorities for their use in the area of their installation. In general, the
following certification shall be provided by the vendor:

Page 545 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 3 of 30

For all Flameproof/ protected by other methods, equipment / instrument/systems, which


are manufactured abroad (outside India) and certified by any approving authority like
ATEX, FM etc., certification by the Indian authorities -Chief Controller of Explosives
(CCE), Nagpur, India is mandatory.

For all flameproof / protected by other methods, equipment / instrument/systems


manufactured locally (within India), the testing shall be carried out by any of the approved
testing houses -Central Mining Research Institute (CMRI) / ERTL etc. The item shall in
addition bear the valid certification from CCE and also the manufacturer shall hold a valid
Bureau of Indian Standards (BIS) license

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.

3.0 Flow Instruments

3.1 Orifice Plates

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.

3.1.5 Vent and Drain holes shall be provided wherever necessary.

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

3.2.1 Calculations shall in general be based on ISO 5167

3.2.2 Calculation for conical entrance orifice shall be as per BS 1042 Part I.

Page 546 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 4 of 30

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 Meter Runs

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 Meter Taps

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 Differential Pressure Transmitter

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.

Page 547 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 5 of 30

3.6.3 Over range protection equal to the body rating shall be provided.

3.6.4 For congealing services, 3” diaphragm type DP transmitters shall be used.

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 Other Flow Measuring Device

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.

3.7.1.7 A straight length of 5 diameter upstream of Rotameter is desirable.

3.7.1.8 Rotameter end connections shall be as per piping specifications.

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.

Page 548 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FORREV.
INSTRUMENTATION
NO / ISSUE DATE - 0 / 24-Mar-10
Page 6 of 30

3.7.6 Ultrasonic flow measurement shall be considered for flare gas applications, for high
temperature & viscous service.

4.0 Liquid Level Instrument

4.1 Level Gauge

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 Guided Wave Radar

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.

Page 549 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 7 of 30

4.2.4 Overfill protection shall be provided.

4.2.5 Probe type shall be co axial.

4.3 Differential Pressure Level Transmitter

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 Tank Level Instruments

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.

4.5 Other Level Instruments

Other special type of level instruments like radar, ultrasonic type, nucleonic type shall be
used as necessitated by application requirements.

4.6 Steam Drum Level Measurement

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 Nucleonic Level Instruments

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.

Page 550 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 8 of 30

4.7.3 The source strength sizing calculation and installation drawing shall be reviewed and approved by
owner/PMC.

4.8 Level Standpipe Philosophy

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.

4.8.2 Connection of standpipe from the bottom of equipments shall be avoided.

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.

5.0 Pressure Instruments

5.1 Pressure Gauges

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.

5.1.3 Connection shall normally be ½” NPT(M) bottom.

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.

5.1.7 Movements shall be minimum of 304 SS.

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.

Page 551 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERALGENERAL SPECIFICATIONS
SPECIFICATION FOR INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 9 of 30

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.

5.1.14 In general, pressure gauge shall be closed coupled.

5.1.15 Auxiliary components for pressure gauge

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.

5.1.16 Draft Gauges

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.

Draft gauges shall be designed for 2-inch pipe mounting.

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.

Process connection shall be ¼” NPT (F).

Page 552 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003))
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 10 of 30

5.2 Pressure Transmitters

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

6.0 Temperature Instruments

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:

Line Size Immersion length (U)


4"to6" 280mm
8" and above 320 mm
Vessels 400mm
Immersion length is based on 200 mm length between flange face and inner wall of pipe. In
vessels, where fouling with vessel internals is expected, the immersion length shall be
suitably modified. The immersion length shall consider thickness of refractory lining heater
applications.

Any pipe line less than 4" nominal bore shall be blown to 4" size.

Page 553 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 11 of 30

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 Temperature gauges

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.

6.3.2 Thermoelectric properties and accuracy shall be as per ANSI MC 96.1.

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 Resistance Temperature Detectors

6.4.1 RTD assemblies shall be furnished with weatherproof screw type heads as per Jacobs
standard 4600-JSD-502.

6.4.2 RTD calibration shall be as per IEC 751.

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.

6.4.4 RTD shall be used upto maximum temperature of -200° - 650°C.

6.4.5 In the case of Duplex thermocouple/ RTD, two independent electrical entries shall be
provided, and unused entries sealed with blind plug.

Page 554 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 12 of 30

6.5 RTD/Thermocouple heads shall be as follows:

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 Temperature Transmitters

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.

6.6.2 Head mounted transmitters shall not be used.

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.

6.6.8 Temperature Switches shall not be used.

7.0 Control Valves

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.

Page 555 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 13 of 30

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.

7.1.5 3-way valves when specified shall be of diverting or mixing type.

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 Trim Design

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.

7.3.2 Valve Trim Characteristics

Equal percentage plugs shall normally be used when there are large variations in valve
pressure drop.

Linear characteristic plug shall be selected for

a) Level control

Page 556 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 14 of 30

b) Over pressure control in steam or gas service

c) Small variations in valve pressure drop

d) Operation by remote hand controller

e) Split control and parallel control by two valves

f) Small CV and low noise valves as designated by MFR

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 Control Valve Sizing

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 ON/OFF Valves

7.6.1 On / Off valves shall generally be ball type full port trim and line size body unless specified.

Page 557 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 15 of 30

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

Direct line mounted SOV shall not be considered.

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.

Page 558 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 16 of 30

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.

7.10 Partial Stroke Testing


Partial stroke testing shall be performed to ensure satisfactory operation of on-off valve including all
accessories on demand. The test shall be performed automatically by partially (around 10%) stroking
the valve while these valves are in service. The test hardware and software shall meet the following
minimum requirements;

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.

b) The PST design shall ensure;


i) The testing shall be carried out automatically at pre-defined intervals which shall be
adjustable.
ii) The shutdown demand shall always over-ride if PST is in operation at that time.
iii) The valve shall not operate beyond a predefined maximum allowable stroke valve under any
condition or failure. When valve positioner is used to realize PST, the positioner output shall be
limited beyond the allowable value in case or valve struck condition.
iv) Audit trail shall be available to indicate time and date of PST, test results (OK / fail), reason of
failure, changes made etc as a minimum.
v) Upward connectivity to purchaser's host system.

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.

7.11 Self Actuating Valves

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.

8.0 Safety Relief Valves

8.1 Design Requirement

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 Pressure Relief Valves

8.2.1 Percent Accumulation

Percent accumulation used in calculating sizes of relieving devices shall be as follows,


unless otherwise specified in the Project Design.

a) Steam service (ASME SEC-I) 3%

Page 559 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 17 of 30

b) Steam service (IBR) 5%

c) Gas or vapour services and liquids 10% except as noted below

d) Fire exposure on unfired process vessels 20%

e) Liquids for thermal relief of pipelines 25%

& pump discharges

8.2.2 Relief Valves General Features

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.

8.2.2.8 Lifting levers shall be used for air service.

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 Material of Construction

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 Connections Sizes and Ratings

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.

Page 560 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 18 of 30

8.5 Rupture Discs

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.

9.0 Breather Valves, Flame Arresters And Vents

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.

9.3 Flame arrester bank shall generally be retractable, draw-out type.

10.0 Pressure Reducing And Desuperheater Station

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.

Page 561 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 19 of 30

• 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.

10.7 Manufacturer Standard manual operator / Hand wheel shall be provided.

10.8 Direction of flow shall be permanently affixed on DS body.

11.0 Analyzers, Gas chromatographs and Gas Detection System

11.1 Analyser

11.1.1 On-line gas analysers shall be provided as specified by process Licensor.

Analyzer system shall generally consist of several of the following items:-

a) Sample tap

b) Sample transport system (piping to transport the sample)

c) Sample conditioning system (filters, vaporizers, separators, etc)

d) Programmer (for chromatographs only)

e) Readout device

f) Analyser

g) Analyser cabinet ( if required )

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.

Page 562 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 20 of 30

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.

11.1.16 Analyzer Shelter

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 Gas chromatograph

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.

11.2.2 Gas chromatograph shall be of TDC type as far as practical.

11.2.3 Gas chromatograph shall be provided with a dedicated PC for analyser management and
information system.

Page 563 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 21 of 30

11.2.4 Gas chromatograph shall be provided with redundant RS 485 serial interface for
communicating with DCS.

11.3 Gas detection system

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.

12.0 Alarm Annunciators System

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.

Page 564 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 22 of 30

'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.

13.0 Local Control Panels

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).

Opaline green IS 275

Light admiralty gray IS 697

Sky blue IS 101

As approved by the OWNER.

(Shall be confirmed later)

13.3 Mounting Heights

Normal mounting heights of instruments (centre lines of instruments to floor) shall conform to
the following, with minor adjustments depending on instruments selected:

a) Miniature and sub-miniature Bottom row 1100 mm

instruments (3 rows) Middle row 1350 mm

Top row 1600 mm

b) Annunciators 1950 mm

c) Electric push buttons/ 700 mm

Switches, Lamps etc.

Page 565 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 23 of 30

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:

a) Check of panel alignment and mechanical operation check

b) Verification of degree of protection as per IS 2147

c) High Voltage Test (2000V for 1 minute)

d) Verification of wiring as per approved drawings

e) Routine tests and checks on all panel accessories

Page 566 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 24 of 30

14.0 Local Gauge Board

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.

15.0 Installation materials

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.

Page 567 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 25 of 30

15.1.11 Signal / alarm cables/Solenoid valve cables

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.

15.1.12 Thermocouple extension cables

a) Single pair shielded thermocouple extension cables shall be used between


thermocouple head and junction boxes transmitters/ local control panel mounted
instruments.

b) Multipair individually and overall shielded thermocouple extension cables shall be used
between junction boxes and main control room mounted devices.

c) The type of thermocouple extension cables shall be compatible with thermocouple


used. In addition the colour coding of the primary insulation shall be as per ANSI.

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.

f) Shield shall be aluminium backed by mylar/polyester tape bonded together helically


applied with the metallic side down with either side having 25% overlap and100 %
surface. Minimum shield thickness shall be 0.05 mm for single pair and 0.075 mm for
multipair cable. Drain wire shall be 0.5-mm2 multi-strand bare tinned annealed copper
conductor. The drain wire shall be in continuous contact with the aluminium side of the
shield.

g) Inductance shall not exceed 4mH/Km.

h) All multi-pair cables shall have 6 pairs/12 pairs only

Page 568 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 26 of 30

i) Minimum conductor size shall be 16AWG for single pair and 18AWG / 16AWG multipair
cables.

15.1.13 Power supply 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.

15.1.14 Foundation Fieldbus Cables

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.

c) Primary insulation of FF cables shall be cross-linked polyethylene or polyolefin.

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.

15.1.15 Foundation Fieldbus Electrical Characteristics

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.

Page 569 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 27 of 30

e) Maximum propagation delay Variance from 0.25 fr to 1.25 fr equal to 1.7µs/km.

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 Cable glands

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 Junction boxes

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.

a) Analogue input/Analogue output

b) Thermocouple

c) Digital input

d) Digital output

e) SOV

f) Power cable

g) RTD

h) Vibration signals

i) Gas detectors

NOTE:

1) Direct cable shall be considered for pulse signals.

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.

Page 570 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 28 of 30

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.

15.3.4 Cross ferruling philosophy to be followed for wiring

15.3.5 Telephone sockets and plugs shall be provided in junction boxes.

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 Instrument valves and manifolds

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 Impulse piping/tubing

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.

15.5.3 Steam tracing shall be 8 mm OD copper tubes of electrolytic grade copper.

15.5.4 Proper accessibility to be provided to installed field devices by providing ladder or platforms,
for maintenance.

15.6 Pipes and tube fittings

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.

Page 571 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: GENERAL SPECIFICATION FOR INSTRUMENTS
GENERAL SPECIFICATIONS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 29 of 30

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 Pneumatic Distribution

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.

15.7.4 Instrument air manifolds are not acceptable.

15.8 Air filter regulators

15.8.1 Instrument air filter regulator of suitable size, range and capacity shall be supplied for each
pneumatic instrument.

15.8.2 The body of the filter shall be SS.

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 Instrument Installations


15.9.1 Each instrument shall be installed accordance with appropriate installation drawing meeting the
Consultant /Licensor requirements.
15.9.2 The mounting location of instrument shall be selected considering the accessibility for maintenance
and trouble free operations.

15.9.3 Transmitter mounting brackets shall be SS, with L type used for vertical piping and flat type for
horizontal mounting.

15.10 Cable trays and cable ducts

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.

Page 572 of 724


ANNEXURE-IV TO JOB SPECIFICATIONS (INSTRUMENTATION)
PROJECT NO.: 44 NC-4600 SPEC. NO. ANNEXURE III OF 44NC-4600-
(DOC NO. A133-086-16-51-SP-0003)
0000/J.02/0001/A4
TITLE: ANNEXURE III - GENERAL SPECIFICATION FOR
GENERAL SPECIFICATIONS
INSTRUMENTS FOR INSTRUMENTATION
REV. NO / ISSUE DATE - 0 / 24-Mar-10
Page 30 of 30

15.11 Instrument support/structural steel

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.

16.0 Close Circuit Television (CCTV) System


A CCTV monitoring system shall be provided for RUP units for the surveillance of the units. It
is the responsibility of the CONTRACTOR to select proper models, which meet the technical
requirements mentioned in Job specification. If there is any deviation then it shall be brought
to PMC/OWNERs attention & written approval shall be taken. All cameras, Pan tilt & zoom &
Camera Housing shall be supplied through OEM.

Page 573 of 724


CPCL Chennai Certificate for PART – III Section B 8.2
44NC-4600 Logistic Support PAGE 1 OF 5
LSTK-1 Coker Block Annex. V to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

ANNEXURE : V

CERTIFICATE FOR LOGISTIC SUPPORT

ALL RIGHTS RESERVED

Page 574 of 724


CPCL Chennai Certificate for PART – III Section B 8.2
44NC-4600 Logistic Support PAGE 2 OF 5
LSTK-1 Coker Block Annex. V to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

CERTIFICATE FOR LOGISTIC SUPPORT

(TO BE SIGNED BY VENDOR'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON COMPANY


LETTERHEAD)

I, ON BEHALF OF M/s, ------------------------------ CONFIRM THAT THE CONTROL SYSTEM


QUOTED BY M/s ---------------------------------------FOR RESID UPGRADATION PROJECT -
COKER BLOCK PROJECT OF CPCL, MANALI (INDIA) SHALL CONTINUED TO BE
SUPPORTED BY US AND QUOTED SYSTEM SHALL NOT BE WITHDRAWN FROM
"INDIAN" MARKET AS A MATTER OF CORPORATE POLICY.

I, FURTHER CONFIRM THAT IN CASE OF PLACEMENT OF ORDER ON US, M/S CPCL


SHALL BE SUPPORTED IN PROVIDING BACK-UP ENGINEERING, MAINTENANCE
SUPPORT, AND SPARE PART SUPPORT FOR A PERIOD OF NOT LESS THAN TEN (10)
YEARS FROM THE DATE OF PLACEMENT OF ORDER.

(SIGNATURE WITH SEAL)

ALL RIGHTS RESERVED

Page 575 of 724


CPCL Chennai Certificate for PART – III Section B 8.2
44NC-4600 Logistic Support PAGE 3 OF 5
LSTK-1 Coker Block Annex. V to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

CERTIFICATE FOR LOGISTIC SUPPORT

(TO BE SIGNED BY VENDOR'S CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)

I, ON BEHALF OF M/s -----------------------------CONFIRM THAT THE CONTROL SYSTEM


QUOTED BY US FOR RESID UPGRADATION PROJECT - COKER BLOCK PROJECT OF
CPCL, MANALI (INDIA), SHALL CONTINUE TO BE SUPPORTED BY US AND OUR
PRINCIPAL M/S ---------------------------------------

I, FURTHER CONFIRM THAT IN CASE OF PLACEMENT OF ORDER ON US WE SHALL


CONTINUE TO SUPPORT M/S CPCL IN PROVIDING BACK-UP ENGINEERING,
MAINTENANCE SUPPORT, AND SPARE PART SUPPORT TO CPCL FOR A PERIOD OF
NOT LESS THAN TEN (10) YEARS FROM THE DATE OF PLACEMENT OF ORDER.

(SIGNATURE WITH SEAL)

ALL RIGHTS RESERVED

Page 576 of 724


CPCL Chennai Certificate for PART – III Section B 8.2
44NC-4600 Logistic Support PAGE 4 OF 5
LSTK-1 Coker Block Annex. V to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

CERTIFICATE FOR LOGISTIC SUPPORT

(TO BE SIGNED BY VENDOR'S CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)

Applicable for all major sub-systems bought-out by the vendor


(See Note)

I, ON BEHALF OF M/s, --------------------------------------------------------- --- CONFIRM THAT THE


---------------------------QUOTED BY THROUGH M/S-----------------------------------------------------
FOR RESID UPGRADATION PROJECT - COKER BLOCK PROJECT OF CPCL, MANALI
(INDIA), SHALLCONTINUE TO BE SUPPORTED BY US AND OUR PRINCIPAL M/S --------
------------------------------

I, FURTHER CONFIRM THAT IN CASE OF PLACEMENT OF ORDER ON US, WE SHALL

CONTINUE TO SUPPORT M/S CPCL IN PROVIDING BACK-UP ENGINEERING,


MAINTENANCE SUPPORT, AND SPARE PART SUPPORT FOR A PERIOD OF NOT
LESS THAN TEN (10) YEARS FROM THE DATE OF PLACEMENT OF ORDER.

(SIGNATURE WITH SEAL)

ALL RIGHTS RESERVED

Page 577 of 724


CPCL Chennai Certificate for PART – III Section B 8.2
44NC-4600 Logistic Support PAGE 5 OF 5
LSTK-1 Coker Block Annex. V to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

PERFORMANCE GUARANTEE CERTIFICATE

(To be signed by Manufacturer's corporate level signatory on company's letter head)

I, --------------------------- on behalf of M/s. ------------------------------------------------------------


Certify that in the event of placement of order us,

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.

c) M/s-------------------------------------------------------. , shall stand guarantee for the


performance. The analyser when installed along with the sample handling system at
site.

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.

SIGNATURE WITH SEAL

AUTHOURIZED, SENIOR
MANAGEMENT LEVEL
SIGNATORY

1. For b) tick, whichever clause is applicable considering experience of the bidder


2. For c), manufacturer to write their name.

ALL RIGHTS RESERVED

Page 578 of 724


CPCL Chennai Tagging Philosophy for PART – III Section B 8.2
44NC-4600 Junction Boxes,Panels & Cables PAGE 1 OF 7
LSTK-1 Coker Block Annex.VI to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

ANNEXURE: VI

TAGGING PHILOSOPHY FOR JUNCTION BOXES, PANELS & CABLES

Page 579 of 724


CPCL Chennai Tagging Philosophy for PART – III Section B 8.2
44NC-4600 Junction Boxes,Panels & Cables PAGE 2 OF 7
LSTK-1 Coker Block Annex.VI to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

CONTENTS

1.0 Purpose

2.0 Instrument Junction Boxes

3.0 Instrument Panels (Control Room Mounted and Locally mounted)

4.0 Cables

4.1 Junction Box to Field Instrument

4.2 Instrument Multicore Cables (Multipairs & Multitriads)

4.2.1 Junction Box To Control room (Marshalling Cabinet)

4.2.2 Local panel To Control room

4.3 Inside Control room cables

4.3.1 Instrument Electrical Interface Cabinet (IEC) To MCC

5.0 Wire Number Ferrules

6.0 Foundation Fieldbus

6.1 Spur Junction Boxes (Multibarrier)

6.2 Fieldbus Junction Boxes (Multipairs)

6.3 Trunk Cables (Spur Junction Box To Fieldbus Junction Box)

6.4 Multipairs Trunk Cables (Fieldbus Junction Box To Marshalling cabinet)

Table –1 Group Codes

Table –2 Signal Type

Page 580 of 724


CPCL Chennai Tagging Philosophy for PART – III Section B 8.2
44NC-4600 Junction Boxes,Panels & Cables PAGE 3 OF 7
LSTK-1 Coker Block Annex.VI to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

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.

2.0 Instrument Junction Boxes

XXX - AA Y - 001

Unit Number
Group Code (Table 1)
For Serial No. 1
Signal Type (Table 2)
Sequence Number

3.0 Instrument Panels (Control Room Mounted and locally mounted)

XXX - AA - 001 - F or R

Unit Number
Group Code (Table 1)
For Serial No. 6
Sequence Number
Suffix*

* - F = Front, R = Rear

Suffix* use only for control room mounted cabinet.

4.0 Cables

4.1 Junction Box to Field Instrument

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.

Page 581 of 724


CPCL Chennai Tagging Philosophy for PART – III Section B 8.2
44NC-4600 Junction Boxes,Panels & Cables PAGE 4 OF 7
LSTK-1 Coker Block Annex.VI to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

4.2 Instrument Multicore Cables (Multipairs & Multitriads)

4.2.1 Junction Box to Control Room (Marshalling cabinet)

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)

4.2.2 Local panel To Control Room

XXX - LCP Y - 01 - 001

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.

4.3 Inside Control room cables

4.3.1 Instrument Electrical Interface Cabinet (IEC) To MCC

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.

Page 582 of 724


CPCL Chennai Tagging Philosophy for PART – III Section B 8.2
44NC-4600 Junction Boxes,Panels & Cables PAGE 5 OF 7
LSTK-1 Coker Block Annex.VI to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

Tagging for Cross wiring i.e. between Marshalling Cabinets to Marshalling Cabinets
or to relay cabinet or other cabinet etc. by DCS vendor.

5.0 Wire Number Ferrules

Wire Number Ferrules consist of Tag Number, Terminal Block Number and Terminal
Number.

E.g. XXXFT0001/1+ JB Side


XXXFT0001/2-
XXXJB X 001/1+ Instrument Side
XXXJB X 001/2-

Signal Type (Table 2)

6.0 Foundation Fieldbus

6.1 Spur Junction Boxes (Multibarrier) (L1)

XXX – SJB FF – 001

Unit Number

Group Code (Table 1)

For Serial No. 2

Signal Type (Table 2)

Sequence Number

6.2 Fieldbus Junction Boxes (Multipairs) (L2)

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.

Page 583 of 724


CPCL Chennai Tagging Philosophy for PART – III Section B 8.2
44NC-4600 Junction Boxes,Panels & Cables PAGE 6 OF 7
LSTK-1 Coker Block Annex.VI to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

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

(Same as of JB FF Sequence Number)

Hyphens and spaces do not form part of the cable number and are shown for clarity only.

6.4 Multipairs Trunk Cables (Fieldbus Junction Box To Marshalling cabinet)


XXX - C FF - 001

Unit Number
Group Code (Table 1)
For Serial No. 3
Signal Type (Table 2)
Sequence Number

(Same as of JB FF Sequence Number)

Hyphens and spaces do not form part of the cable number and are shown for clarity only.

Page 584 of 724


CPCL Chennai Tagging Philosophy for PART – III Section B 8.2
44NC-4600 Junction Boxes,Panels & Cables PAGE 7 OF 7
LSTK-1 Coker Block Annex.VI to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

Table – 1 Group Code

Sr. No. Group Code Description


(AA)
1. JB Junction Box
2. SJB Spur Junction Box
3. C Cable
4. TC Trunk Cable
5. MR Marshalling Cabinet
6. PD Power Distribution Cabinet
7. DCS DCS System Cabinet
8. PLC PLC System Cabinet
9. IEC Instrument Electrical Interface Cabinet
10. LCP Local Control Panel

Table – 2 Signal Type

Sr. Signal Type Description


No. (Y)
1. A Alarms,
2. C Control/Solenoid outputs, 24V DC
3. S Analogue, 4-20 mA
4. T Thermocouple
5. R RTD
6. V Vibration
7. FF Foundation Fieldbus
8. AZ Alarms (Shutdown Service)
9. CZ Control/Solenoid outputs, 24V DC (Shutdown Service)
10. SZ Analogue (Shutdown Service)
11. TZ Thermocouple (Shutdown Service)
12. RZ RTD (Shutdown Service)
13. VZ Vibration (Shutdown Service)
14. GZ Gas Detector (Shutdown Service)

Page 585 of 724


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 1 OF 2
PROJECT

EQUIPMENT / ITEM DESCRIPTION : HT MOTORS VENDOR :


P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR Rev.1
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

1 H H X PRE-INSPECTION MEETING TO BE CONDUCTED AFTER ISSUE OF


PO/PR/PS. AGENDA TO BE PREPARED BY LSTK CONTRACTOR.
2 A A R X DETAILED INSPECTION & TEST PLAN AFTER ISSUE OF PO/PR/PS
3 A R X INSPECTION & TEST PROCEDURES

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

Page 586 of 724


INDICATIVE INSPECTION & TEST PLAN**
PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 2 OF 2
PROJECT

EQUIPMENT / ITEM DESCRIPTION : HT MOTORS VENDOR :


P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR Rev.1
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

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.

SPARES PACKING LIST CHECK,PACKING AND LOADING OF


10 H X
EQUIPMENT AS PER SHIPPING DRAWING
11 H H H INSPECTION RELEASE CERTIFICATE

LEGENDS : H - HOLD, W - WITNESS, R - REVIEW, A – APPROVAL, I - INFORMATION, X – SUBMIT PO –


PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION
** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION
/REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN
INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY
VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER/PMC FOR APPROVAL.

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.

1. In activity ::scope of Inspection LSTK contractor has been deleted


2. Activity 4: Summary of all supplimentory requirements as specified in the order/PS/PR deleted
3. Activity 5: Shipping drawings of completed equipments has been deleted
4. Activity 7: Type test requirement has been modified
5. Activity 8: Special test requirement has been modified

Page 587 of 724


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.

Page 588 of 724


1 Item No
2 Tag Number During Detail engg
3 Service *
4 Line Number / Equipment No. *
GENERAL
5 P & ID No. *
6 IBR Certification
7
8
9 Fluid Phase
10 Design Pressure Operating Pressure
PROCESS 11 Design Temperature Operating Temperature
CONDITIONS 12
(*) 13
14
15 Mounting *
16 Pressure Range *
17 Dial Diameter 150mm
18 Case Material SS 304
19 Bezel Ring *
GAUGE
20 Lens *
21 Overpressure Protection Required
22 Accuracy +/-1% of FS
23 Enclosure Class IP 65
24
25 Element Type Bourdon
26 Element Material SS316 Minimum
27 Movement Material Socket Material * SS304
28 Connection Size & Rating ½”NPT
ELEMENT
29 Connection Material *
30 Connection Location *
31
32
33 Syphon Material
34 Snubber Material * SS316
35 Gauge Saver Material * SS316
36 Gauge Union Material
ACCESSORIES
37 Blow Out Disc Back Required
38 2-W ay Valve Manifold for Isolation & Vent/Drain
39 Manifold Material & Connection
40 Glycerine Filled
41 Manufacturer *
OTHERS
42 Model *
NOTE:
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 attached for technical details.

Design Data Sheet


Unit PRESSURE GAUGE
Location Manali,Chennai,Tamilnadu LSTK CONTRACTOR
Client CPCL
Rev Date By Chk Appv Data Sheet No. 4600-JSS-233 Sht. No.
Page 589 of 724
1 Item Number
2 Tag Number During Detail Engg
3 P & ID No. *
4 Hazardous Area Classification Zone 1 Class IA,IIB,T3
GENERAL 5 NACE Requirement
6 Statutory Approval
7
8 Fluid Phase
9 Design Pressure Oper. Pressure
PROCESS 10 Design Temperature Oper. Temperature
CONDITIONS 11 Diff. Pressure
12
(*)
13 Type Electronic FF
14 Range *
15 Element Type Element Material Capacitance Type SS 316 Minimum
16 Enclosure Material SS 316 Minimum
17 Instrument Connection ½”NPT
18 Electrical Connection ½”NPT
19 Integral Meter Required
20 Mounting *
TRANSMITTER 21 Self Diagnostics *
22 Power Supply Bus Powered
23 Output FF
24 Signal Termination Type
25 Max. Laod @ 24 VDC
26 Accuracy Refer Note-3
27 Enclosure WP
28 Ingress Protection IP 65
29 Manifold *
30 Mounting Bracket Material *
31 Bolts & Nuts Material *
ACCESSORIES 32 Canopy Required
33 Cable glands SS304
34 Prefabricated Close coupled Hook-up Close Coupled
OTHERS 35 Manufacturer *
36 Model *
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. ± 0.075% >760mmWC, ± 0.15%<760mmWC
4. Refer General Specification of Instruments attached for technical details.
5.Intrinsically safety Required

Design Data Sheet

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.

Page 590 of 724


1 Item No.
2 Tag Number During Detail Engg
3 Service *
GENERAL 4 Line Number P&ID *
5 Line Size Line Sch. Line I. D. *
6 NACE Requirement IBR Certification
7
8 Fluid Phase
9 Flow Units Min Norm Max
10 Pressure Units Min Norm Max
11 Temperature Units Min Norm Max
12 Design Pressure Design Temperature
PROCESS 13 Density
CONDITIONS 14 Moleculer W eight
15 Viscosity
(*)
16 Specific Gravity
17 Compressibility Factor
18 Specific Heat Ratio Cp/Cv
19 Allowable Pressure Drop
20
21
22 Orifice Plate Type Restriction Orifice plate
23 Design Standard ISO 5167
24 Material SS 316 Minimum
25 Plate Thickness *
26 Beta Ratio *
27 Bore Diameter *
28 Drain or Vent Hole
ORIFICE 29 Ring Type & Material
PLATE 30 Taps Type Taps Size Taps Orientation
31 Flanges Flange Type
32 Flange Size & Rating
33 Flange Material Gasket Material
34 Pair Of Jack Screw
35 Studs
36 Bolts & Nuts Material
37 Permanent Pressure Loss *
38
39 Type of Meter
40 Differential Range
41 Static Pressure Range
METER 42 Chart or Scale Range
43 Chart Multiplier
44
45
OTHERS 46 Manufacturer *
47 Model *
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 attached for technical details.

Design Datasheet For


Unit Orifice Plates & Flange
Assembly
Location MANALI,CHENNAI,TAMILNADU LSTK CONTRACTOR
Client CPCL
Rev Date By Chk Appv Data Sheet No. 4600-JSS-218 Sheet No.

Page 591 of 724


1 Item Number *
2 Tag Number During Detail Engg
GENERAL 3 Service *
4 Line No. P & ID No. *
5 IBR Certification
6
7 Fluid Phase PROCESS
8 Design Pressure Oper. Pressure
CONDITIONS(*) 9 Design Temperature Oper. Temperature
10
11 Type Gas Filled/Bimetallic
12 Stem Type *
13 Stem Material *
14 Stem or Union Thread *
15 Stem Diameter *
16 Stem Length *
17 Connection Location *
18 Instrument Connection *
GAUGE 19 Mounting *
20 Dial Size 150mm
21 Case Material *
22 Window Material *
23 Enclosure Material SS304
24 Scale Range *
25 Accuracy +/-1%
26 Zero Adjustment Scerw *
27 Over Range Protection *
28
29 Material SS316 Minimum
30 Flange Material SS316 Minimum
THERMOWELL 31 Process Connection Size & Rating
32 Facing & Finish
33 Insertion Length *
34 Construction DRILLED BAR STOCK
35
OTHERS 36 Manufacturer *
37 Model *
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.S.No 31 flange Rating 300# Minimum
4.Refer General Specification of Instruments attached for technical details.

Unit Design Data Sheet


Location Manali, Chennai, Tamilnadu TEMPERATURE GAUGE LSTK CONTRACTOR
Client CPCL
Rev Date By Chk Appv Data Sheet No. 4600-JSS-242 Sheet No.

Page 592 of 724


1 Tag Number During Detail Engg
2 Service *
GENERAL 3 Equipment Name P & ID No. *
4 NACE Requirement
5 IBR Certification
6
7 Upper Fluid Phase
8 Lower Fluid Phase
PROCESS 9 Pressure Unit De Oper.
CONDITIONS 10 Temperature Unit De Oper.

(*) 11 Lower Fluid Unit De Viscosity


12 Upper Fluid Unit De Viscosity
13
14 Type Transparent/Reflex
15 Connection Type *
16 Body Material SS316 Minimum
17 Flange Material *
18 Connection Size & Rating */300#
19 Facing & Finish
20 Center To Center Distance *
GAUGE 21 Dimension Visible
22 Glass *
23 Vent Connection Material
24 Drain Connection Material
25 Indicator Scale Material
26 Enclosure Class
27
28 Type
29 Ball checks *
GAUGE COCKS 30 Trim material SS 316 Minimum
31
32
33
OTHERS 34 Manufacturer *
35 Model *

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.

Design Data Sheet


Unit GAUGE GLASSES &
Location MANALI,CHENNAI,TAMILNA COCKS LSTK CONTRACTOR
Client CPCL
Rev Date By Chk Appv Data Sheet No. 4600-JSS-252 Sheet No.

Page 593 of 724


1 Item Number

2 Tag Number During Detail Engg


3 Service *
GENERAL 4 Equipment Name P & ID No.
5 Hazardous Area Classification IEC Zone-1 Gr IIA/IIB,T3
6 NACE Requirement
7 Statutory Approval
8 SIL Certification
9 Upper Fluid Phase
10 Lower Fluid Phase PROCESS
11 Pressure Units Design Oper.
CONDITIONS (*) 12 Temperature Units Design Oper.

13 Upper Fluid Units Density Viscosity

14 Lower Fluid Units Density Viscosity


15
16 Probe Type Coaxial
17 Probe Material Probe Length SS316L *
18 Chamber Size Chamber Schedule *

19 Chamber Material Flange Material As per Piping Spec


20 Connection Location Externally with Chamber
PROBE & 21 Connection Size & Rating
CHAMBER 22 Facing & Finish
23 Vent Connection
24 Drain Connection
25 Nozzle Span Insertion Length
26 Measuring Range *
27
28 Type FF
29 Body Material SS304
30 Rotatable Head *
31 Electrical Connection *
32 Integral Meter Scale Required
33 Self Diagnostics Overfill Protection Required
TRANSMITTER 34 Power Supply Bus Powered
35 Output FF
36 Signal Termination Type
37 Max. Load @ 24 VDC
38 Accuracy ± 3 mm
39 Linearity
40 Ingress Protection IP 65
41 Enclosure Classification WP IP65+Intrinsically Safe
42
OTHERS 43 Manufacturer *
44 Model *
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 attached for technical details.

Design Data Sheet


Unit
Location MANALI,CHENNAI,TAMILNA Guided W ave LSTK CONTRACTOR
Client CPCL Radar Level Transmitter
Rev Date By Chk Appv Data Sheet No. 4600-JSS-225 Sheet No.

Page 594 of 724


1 Item Number
2 Tag Number During Detail Engg
3 Service *
GENERAL 4 Line Number P & ID No. *
5 Line Size *
6 NACE Requirement
7 IBR Certification
8
9 Fluid Phase
10 Flow Rate Units Min. Norm Max.
PROCESS 11 Pressure Units Min. Norm Max.
CONDITIONS 12 Temperature Units Min. Norm Max.
(*) 13 Mol. Weight Viscosity
14 Max. Allowable Pressure Drop
15
16 Function Indicate & Transmit
17 Mounting *
18 Connection Size Rating As per Piping spec
19 Inlet Dir. Outlet Dir.
20 Float Material Tube Material As per Piping Specification
21 Meter Scale Type Length *
METER 22 Meter Range *
23 Meter Factor
24 Rated Accuracy 2% of Full Scale
25 Enclosure Weather proof + Intrinsically safe
26 Packing or O-Ring Material
27 Fitting Material
28 Hydraullic Calibration
29
OTHERS 30 Manufacturer *
31 Model *

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 attached for technical details.

4.Rotameter shall be installed vertically with block & bypass valves

5.Rotameter shall be Metal tube type

Unit Deasign Data Sheet


Location Manali, Chennai, Tamilnadu ROTAMETER LSTK CONTRACTOR
Client CPCL
Rev Date By Chk Appv Data Sheet No. 4600-JSS-217 Sheet No.

Page 595 of 724


1 Item No.
2 Tag No. During Detail Engg
3 Service *
4 Line Number P&ID No. *
GENERAL 5 Line Size Line Sch. Line I.D. *
6 NACE Requirement
7 IBR Certification
8
9
10 Fluid Phase
11 Flow Units Min Norm Max
12 Pressure Units Min Norm Max
13 Temperature Units Min Norm Max
14 Maximum Shut-Off DP Diff. Pressure DP
15 Set Point
16 Viscosity @ Op. Density
PROCESS 17 Molecular Weight S. G.
DATA(*) 18 Compressibility Factor Sp Heat Ratio Cp/Cv
19 Flashing % Nosie Level (dBA)
20 Cv Calc. Min Norm Max
21 Selected Cv
22
23
24 Function Indicate & Transmit
25 Body Size Ports *
26 Guiding No. Of Ports *
27 Connections Size & Rating * *(Min 300#)
28 Facing and Finishing
29 Body Material As per Piping Spec
BODY 30 Bonnet Type *
31 Packing Material *
32 Lubricatior Isolation Vavle
33 Seal Type Seal Material
34 Trim Form Trim Material
SS316
35 Required Seat Tightness
36 Leakage Class Class IV Minimum
37 Actuator Type *
38 Pilot Medium Supply Pressure

ACTUATOR OR 39 Impulse Connection Size *


PILOT 40 Diaphragm Material Diaphragm Rating SS 316 Minimum
41 Maximum Spring Range
42
43 Air Filter Regulator *
44 Pressure Indicator
ACCESSORIES 45 Relief Device
46 Line Strainer
47
48 Manufacturer Valve Actuator *
OTHERS
49 Model Valve Actuator *
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 attached for technical details.

Design Data Sheet JAC


SELF ACTUATED
CONTROL VALVE
Unit
Location MANALI,CHENNAI,TAMILNADU LSTK CONTRACTOR
Client CPCL
Rev Date By Chk Appv Data Sheet No. 4600-JSS-239 Sheet No.

Page 596 of 724


Page 1 of 14

STANDARD SPECIFICATION FOR

H.V. INDUCTION MOTORS

DOCUMENT NO : 44NC- 4600 : ESS01B

Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
0 03 May 2010 14 Issued for Engineering VSL PPP RBD

Page 597 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 2 OF 14
REVISION NO : 0

TABLE OF CONTENTS

1.0 SCOPE

2.0 STANDARDS

3.0 CLIMATIC CONDITIONS

4.0 ELECTRICAL SUPPLY SYSTEM

5.0 DESIGN FEATURES

6.0 SPECIAL TOOLS

7.0 INSPECTION AND TESTING

8.0 INFORMATION, DRAWINGS, LITERATURE

9.0 SPARES

10.0 QUALITY ASSURANCE

11.0 DEVIATIONS

12.0 PACKING & DISPATCH

13.0 ATTACHMENTS / APPENDICES : NONE

Page 598 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 3 OF 14
REVISION NO : 0

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 5 - Colors for ready mix paints & enamels

IS 325 - Three phase induction motors

IS 1079 - Preferred numbers

IS 1231 - Dimensions of three phase foot mounted induction motors

IS 1271 - Thermal evaluation and classification of electrical insulation

IS 2071 - Methods of high voltage testing

IS 2148 - Flameproof enclosures for electrical apparatus

IS 2223 - Dimensions of Flange mounted A.C. induction motors

IS 2253 - Designation for Types of construction and mounting arrangements


of rotating electrical machines

IS 2254 - Dimensions of vertical shaft motors for pumps

IS 2968 - Dimensions of slide rails for electrical motors.

IS 4029 - Guide for testing 3 phase Induction Motors

IS 4691 - Degree of protection provided by enclosures for rotating electrical


machinery

IS 4722 - Rotating electrical machines

IS 4728 - Terminal marking and direction of rotation for rotating electrical


machinery.

IS 4729 - Measurement and evaluation of vibration of rotating electrical machine

IS 4889 - Method of determination of efficiency of rotating electrical machines

Page 599 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 4 OF 14
REVISION NO : 0

IS 5571 - Guide for selection of electrical equipment for hazardous areas

IS 6362 - Designation of methods of cooling of rotating electrical machines.

IS 6381 - Construction & testing of electrical apparatus with type of protection 'e'

IS 7389 - Specification for pressurized enclosures of electrical apparatus for use in


explosive atmospheres.

IS 7816 - Guide for testing of insulation resistance of rotating machine

IS 8223 - Dimensions and output ratings for foot mounted induction motors with
frame sizes 355-1000

IS 8241 - Method of marking for identifying electrical equipments for explosive


Atmosphere

IS 8289 - Specification for electrical equipment with type of protection ‘n’

IS 8789 - Values of performance characteristics for 3 phase Induction motors

IS 9628 - Specification for three phase induction motor with type of protection ‘n’

IS 12065 - Permissible limits of noise level for rotating electrical machines.

IS 12065 - Permissible limits of noise level for rotating electrical machines

IS 12075 - Mechanical vibration of rotating electrical machines with shaft heights


56mm and higher-Measurement, evaluation and limits of vibration
severity

IS 12802 - Temp. rise measurement of rotating electrical machines.

IS 13408 - Code of practice for selection, installation & maintenance of the apparatus
for use in potentially explosive atmospheres.

IS 13529 - Guide on effects of unbalanced voltages on the performance of three


phase induction motors.

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

2.2 INTERNATIONAL STANDARDS

IEC 60034 - Rotating Electrical Machines (All parts)

IEC 60072 - Dimensions and output ratings for rotating electrical machines.

IEC 60079 - Electrical Apparatus for Explosive Gas Atmospheres.

Page 600 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 5 OF 14
REVISION NO : 0

IEC 60085 - Thermal Evaluation and Classes of Electrical Insulation

IEC 60529 - Classification of degree of protection provided or enclosed.

IEC 60044-1 - Current Transformers

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

3.0 CLIMATIC CONDITIONS

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.

4.0 ELECTRICAL SUPPLY SYSTEM

4.1 Characteristics of electric supply system will be specified in Data Sheets.

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%

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.

5.0 DESIGN FEATURES

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

Page 601 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 6 OF 14
REVISION NO : 0

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.

5.1.8 The coupling details shall be as follows:


(a) Unless otherwise specified, all motors shall be coupled to the driven equipment
through flexible coupling.

(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.

5.1.10 Type of mounting required shall be as specified in Data Sheets.

Page 602 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 7 OF 14
REVISION NO : 0

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 Cooling system

5.2.6.1 Self ventilated motors


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.
Motors for installation in dusty atmosphere or in the presence of sand, fuels or other solid
particles in suspension in the air shall be fitted with filters for the cooling air. The filters shall
be easily accessible for the inspection and removable for cleaning and re-use.

5.2.6.2 Motors with forced ventilation


Motors with forced ventilation shall be provided with two motor driven fans each capable of
supplying the full load quantity of cooling air required by the motor at full load.
The ventilation system shall include flanges for the air intake and mating flanges for the
discharge ducts.
An airflow circulation indicator with electrical trip contacts, which operate if the flow of cooling
air is interrupted or is inadequate, shall be provided.

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.

Page 603 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 8 OF 14
REVISION NO : 0

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 BEARING & LUBRICATIONS

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.

5.3.8 Forced lubrication bearings


In this case the oil lubrication circuit may be common with or independent of the driven
machine. In the later case, oil supply may be guaranteed by one of the following systems:
(1) With a mechanical pump co-axial with the motor.
(2) With a mechanical pump co-axial with the motor and supplemented by a separate motor
pump for initial lubrication during start up and stopping operations.
(3) With a separate motor driven pump. In this case the lubrication system shall consist of
two identical motor driven pumps, one acting as standby.
(4) The lubrication system with separate motor driven pumps under (2) & (3) shall be
supplied with the following:
(a) Oil reservoir with resistance heater, if required by the type of oil or ambient conditions
(b) Motor driven pumps with check valves and bypass valves

Page 604 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 9 OF 14
REVISION NO : 0

(c) Heat exchanger complete with accessories, if required


(d) Oil filters with filtration efficiency of 10 microns
(e) Control panel with accessories for operation and control of the lubrication system
(f) Control devices, alarm and trip as follows:-
(i) An indicating pressure gauge fitted in the oil supply line to each bearing, for local
control or checking of the lubricating oil pressure
(ii) One or more pressure switches with make break contacts for the interlocks required
at start up and for tripping the motor
(iii) A thermostat with two electrical contacts for alarm and tripping in case of high oil
temperature
(iv) A local flow indicator on the oil discharge line
(v) A thermostat for control of the electrical resistance heater provided for the oil
(vi) An indication thermometer for the temperature of the oil in the tank

5.3.9 Bearing insulation shaft voltage


Induced voltage at the shaft end of the motor at no load shall not exceed 250mV r.m.s. for
roller and ball bearings and 400mV r.m.s for sleeve bearings. The non-driving end bearing
shall be insulated from the motor frame to avoid circulating current.
The insulated bearing end shield or pedestal shall bear a prominent warning and
manufacturer shall provide detailed drawing showing insulation arrange

5.4 TERMINAL BOX

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

5.4.6 Identification of Terminals

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

Page 605 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 10 OF 14
REVISION NO : 0

Terminals" shall be provided on auxiliary terminal boxes for heater and detector terminal
boxes.

5.5 STARTING CHARACTERISTICS

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 INSULATION AND WINDINGS

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

Page 606 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 11 OF 14
REVISION NO : 0

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 TEMPERATURE RISE

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

Page 607 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 12 OF 14
REVISION NO : 0

5.9 EMBEDDED TEMPERATURE DETECTORS

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.

5.11 LIFTING HOOK

All motors shall be provided with lifting hooks or eye bolts.

5.12 EARTHING TERMINALS

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.

5.12.2 All accessories used shall be hot dip galvanised.

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 RATING PLATES, LABELS & MARKING

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-

Page 608 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 13 OF 14
REVISION NO : 0

load at rated voltage and rated frequency. Motors with sleeve bearings shall be provided with
proximity probes to measure the shaft vibrations.

5.16 NOISE LEVEL

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.

5.17 BEDPLATES & SOLEPLATES

When slide rails, bedplates or soleplates are supplied alongwith motor, the holding down
bolts for the motor shall also be supplied.

6.0 SPECIAL TOOLS

A set of any special tools necessary for maintaining the whole of the requirement supplied
shall be provided.

7.0 INSPECTION AND TESTING

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

b) Measurements to enable calculation of pull out torque

c) Measurement of induced shaft voltage

d) Polarisation index test

e) Tan delta test

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

Page 609 of 724


STANDARD SPECIFICATION : 44NC- 4600: ESS01B DATE : 03 May 2010
H.V. INDUCTION MOTORS PAGE : 14 OF 14
REVISION NO : 0

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.

8.0 INFORMATION, DRAWINGS, LITERATURES

8.1 Vendor to furnish these as per Vendor Document Requirements attached with the
specification. The drawings shall generally include the following :

GA drawings - Fully dimensioned, indicating foundation details, number and


size of cable entries, frame sizes etc.
Terminal Box Drawing - Fully dimensioned, including arrangement of terminals

Terminal Wiring Diagram


9.0 SPARES

The Vendor shall provide with his quotation, separate priced list of recommended
commissioning and operating spares.

10.0 QUALITY ASSURANCE

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.

12.0 Packing & Dispatch

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.

Page 610 of 724


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

NEW DELHI
ENGINEERS INDIA LIMITED

Page 611 of 724


REV.
DATE
*

REVISION
BY
CHK
APPROVED
*

APPROVED
*

*
*

AND INSTALLED BY PURCHASER.

DRAWING NO.
:- EQUIPMENTS & CABLES SHALL BE SUPPLIED BY BIDDER

REV.
APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 1 OF 2
PROJECT
EQUIPMENT / ITEM DESCRIPTION : HT MOTORS VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

1 H H X PRE-INSPECTION MEETING TO BE CONDUCTED AFTER ISSUE OF


PO/PR/PS. AGENDA TO BE PREPARED BY LSTK CONTRACTOR.
2 A A R X DETAILED INSPECTION & TEST PLAN AFTER ISSUE OF PO/PR/PS
3 A R X INSPECTION & TEST PROCEDURES

4 R R X SUMMARY OF ALL SUPPLIMENTARY REQUIREMENTS AS SPECIFIED


IN THE ORDER /PS/PR
5 A X PACKING PROCEDURE / SHIPPING DRAWING OF COMPLETED
EQUIPMENT
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.
7 H H W X TYPE TEST – ONE MOTOR OF EACH RATING
- LOAD RUN TEST (FOR SPEED TORQUE CURVE)
- TEMPERATURE RISE TEST
- OVERSPEED TEST, IMPULSE TEST
- OVERLOAD TEST.
- NO LOAD RUNNING TEST AFTER TYPE TEST.
8 H H W X SPECIAL TESTS (WHEN SPECIFIED):
- RADIAL AIR GAP MEASUREMENT CHECK
- TAN DELTA MEASUREMENT
- CRITICAL SPEED CHECK
- MOMENT OF INERTIA CHECK

Page 612 of 724


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 2 OF 2
PROJECT
EQUIPMENT / ITEM DESCRIPTION : HT MOTORS VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

9 R R X DOCUMENT REVIEW:

- TEST CERTIFICATE FOR BOUGHT OUT COMPONENTS I.E.FOR


COOLERS,
BEARINGS BTD, RTD ETC.
TEST CERTIFICATES FOR SPECIFIED AREA CLASSIFICATION,
TYPE OF ENCLOSURE, INCREASED SAFETY, PRESSURISED
MOTORS.
CALCULATION OF TEMP. RISE, EFFICIENCY, PF, STARTING
TORQUE, STARTING CURRENT, ACCELERATION TIME, ETC.
10 H X SPARES & PACKING LIST CHECK. PACKING & LOADING OF
EQUIPMENT AS PER SHIPPING DRAWING
11 H H H INSPECTION RELEASE CERTIFICATE

LEGENDS : H - HOLD, W - WITNESS, R - REVIEW, A – APPROVAL, I - INFORMATION, X – SUBMIT


PO – PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION
** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION
/REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN
INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY
VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER/PMC FOR APPROVAL.
* TPI A TO CARRY OUT INSPECTION AT SUB-VENDORS’ WORKS.
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.

Page 613 of 724


Page 614 of 724
Page 615 of 724
Page 616 of 724
Page 617 of 724
Page 618 of 724
Page 619 of 724
Page 620 of 724
Page 621 of 724
Page 622 of 724
Page 623 of 724
Page 624 of 724
Page 625 of 724
Page 626 of 724
Page 627 of 724
Page 628 of 724
Page 629 of 724
Page 630 of 724
Page 631 of 724
Page 632 of 724
Page 633 of 724
Page 634 of 724
STANDARD No.
STANDARD FOR ORIENTATION OF SEAL
POT & AUXILIARY CONNECTIONS OF 7-44 0321 Rev. 0
ENWS
dgMeND IVIRED
tA Govt. at mein Unclortokini0 CENTRIFUGAL PUMPS Page 1 of 1

* 1/2 Bose frame width

EDGE OF BASE FRAME

SEAL POT

2" CBD FOR CASING DRAIN


(CLOSED SYSTEM)
OF PUMP DISCHARGE

CWR
4" OWS
(FOR BASE FRAME & CASING DRAIN)
(WITH 6" FUNNEL)

CASING DRAIN

BASE FRAME DRAIN

APPLICABLE FOR PUMPS WITH


END SUCTION/TOP DISCHARGE
TOP SUCTION/TOP DISCHARGE
3. SIDE SUCTION/SIDE DISCHARGE

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

0 29.06.12 ISSUED AS STANDARD TR HC ATD DM


Prepared Checked Stds. Committee Stds. Bureau
Rev.
Date Purpose Convenor Chairman
No. by by
Page 635 of 724 Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 636 of 724
Page 637 of 724
Page 638 of 724
Page 639 of 724
Page 640 of 724
Page 641 of 724
Page 642 of 724
Page 643 of 724
Page 644 of 724
Page 645 of 724
Page 646 of 724
Page 647 of 724
Page 648 of 724
Page 649 of 724
Page 650 of 724
Page 651 of 724
Page 652 of 724
Page 653 of 724
Page 654 of 724
Page 655 of 724
Page 656 of 724
Page 657 of 724
Page 658 of 724
Page 659 of 724
Page 660 of 724
Page 661 of 724
Page 662 of 724
Page 663 of 724
Page 664 of 724
Page 665 of 724
Page 666 of 724
Page 667 of 724
Page 668 of 724
Page 669 of 724
Page 670 of 724
Page 671 of 724
Page 672 of 724
Page 673 of 724
Page 674 of 724
Page 675 of 724
Page 676 of 724
Page 677 of 724
Page 678 of 724
Page 679 of 724
Page 680 of 724
Page 681 of 724
Page 682 of 724
Page 683 of 724
Page 684 of 724
Page 685 of 724
Page 686 of 724
Page 687 of 724
Page 688 of 724
Page 689 of 724
Page 690 of 724
Page 691 of 724
Page 692 of 724
Page 693 of 724
Page 694 of 724
Page 695 of 724
Page 696 of 724
Page 697 of 724
Page 698 of 724
Page 699 of 724
Page 700 of 724
Page 701 of 724
Page 702 of 724
Page 703 of 724
Page 704 of 724
Page 705 of 724
Page 706 of 724
Page 707 of 724
Page 708 of 724
Page 709 of 724
Page 710 of 724
Page 711 of 724
Page 712 of 724
Page 713 of 724
Page 714 of 724
Page 715 of 724
Page 716 of 724
Page 717 of 724
Page 718 of 724
Page 719 of 724
Page 720 of 724
DESIGN PARAMETERS

Optg. Pressure (kg/cm2g) / Optg. Temp. (oC):


Design Pressure (kg/cm2g) / Design Temp. (oC): * / ambient (min.)
2
Hydrotest pressure (kg/cm g) : 1.5 times Design Pressure
Shell : SS 316L (Sch 40 S)
Head : SS 316 L
Gasket : SS 304/ 316 : Spiral Wound Gasket
* The design of sealing system shall be as per the design parameters indicated above or pressure- temperature rating equal to the
maximum discharge pressure & temperature of the pump casing.
NOZZLE SCHEDULE INSTRUMENTS
Size Min. ANSI Flange
Nozzle Service mm(") Rating* type Description Function Reqd. Make

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) -

N10 Drain 20 (3/4") 300# SWRF Flow Glass (G) -

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.

JACOBS SEAL FLUSHING SPECIFICATION Rev.


NAVI MUMBAI PLAN 52/53 Annexure-2 A

Page 721 of 724


8 Piping shall be fabricated by bending and welding to minimise the use of flanges and fittings. Welded flanges are permitted
only at the equipment connections, at the edge of baseplate and for ease of maintenance. Threaded connections shall be
limited to the final connections at the gland plate and accessories.
9
In order to reduce pressure drop within the system, the length of lines and the use of fittings between the reservoir and the
seal glands shall be minimised. All lines shall slope up from the pump gland to the reservoir at a minimum of 10 mm per
250 mm using smooth long radius bends. Hot lines shall be insulated, if required, as necessary for safety.
10 A nameplate, stamped with the MAWP, hydrostatic test pressure and the max. allowable temperature shall be permanentl
attached to the reservoir.
11 The lines connecting the mech. Seal & the reservoir shall be seamless, 20 mm (3/4") minimum, schedule 80S, 300m series
stainless steel in case of pipe. In case of tubes, the same shall be seamless, ASTM A269 stainless steel, 20 mm (3/4")
diameter x 2.4 mm (0.095 inch) wall thickness.
12 The cooling coil tubes shall be seamless, 15 mm (1/2") size x 1.6 mm (0.065 inch) minimum wall thickness (16
SWG), ASTM A269 stainless steel.
13 The instruments shall be suitable for the specified area classification and shall be in accordance to the instrument
specification enclosed with the enquiry document.
14 The indicating instruments (specially PG, LG, etc.) shall be mounted such that the same are visible from the grade level for
reading purposes.
15 Unless otherwise specified, the cooling coil shall always be supplied irrespective of whether it is required or not.
All valves shall have bolted bonnets and glands and of Class 800. For primary ANSI service ratings greater than or equal to
16 Class 900, block valves may be of welded bonnet or no-bonnet construction with a bolted gland. These valves shall be
suitable for repacking under pressure.
17 Block valves shall be supplied with Series 300 stainless steel trim.
18 Pipe fittings and unions shall be forged Class 3000.
Instrument valves located downstream of a block valve may be bar-stock instrument valves, provided the instrument valves
19 are protected against accidentally dis-assembly. Valves shall be of carbon steel with corrosion resistant plating and
stainless steel trim.
20 Bleed valves at instruments may be with manufacturer's standard bleed fitting.
21 Use of Needle valve is not permitted.
22 Flange bolting shall be in accordance with ANSI B1.1 & ANSI B16.5. Bolting material shall be ASTM A 193
Gr.B7/ ASTM A194 Gr. 2H.
23 Carbon steel piping shall conform to ASTM A 53Gr. B, ASTM A 106 Gr. B, ASTM A 524 or API spec. 5 L Gr.
A or B. Carbon steel fittings, valves and flanged components shall conform to ASTM A105 & A181. Stainless
steel piping shall be seamless in accordance with ASTM A312.
JACOBS SEAL FLUSHING SPECIFICATION Rev.
NAVI MUMBAI PLAN 52/53 Annexure-2 A

Page 722 of 724


Page 723 of 724
Page 724 of 724

Potrebbero piacerti anche