Beruflich Dokumente
Kultur Dokumente
ISSUED BY
TABLE OF CONTENTS
S.NO.
DOCUMENT TITLE
DOCUMENT NUMBER
NO. OF
SHEETS
1.0
11-0398B02-01-09-06-001
2.0
11-0398B02-01-09-02-002
10
3.0
11-0398B02-01-09-04-003
4.0
11-0398B02-01-09-03-004
5.0
11-0398B02-01-09-03-005
6.0
11-0398B02-01-11-03-006
7.0
11-0398B02-01-11-03-007
8.0
11-0398B02-01-11-03-008
9.0
11-0398B02-01-11-03-009
10.0
11-0398B02-01-11-03-010
11.0
11-0398B02-01-11-03-011
10
12.0
11-0398B02-01-11-03-012
13.0
11-0398B02-01-11-02-013
14.0
11-0398B02-01-11-02-014
14
15.0
11-0398B02-01-11-02-015
Document No.
CONDENSATE RECOVERY
SYSTEM
SHEET 1 of 2
Rev
S.NO.
DOCUMENT TITLE
DOCUMENT NUMBER
NO. OF
SHEETS
16.0
11-0398B02-01-11-02-016
17.0
11-0398B02-01-09-02-017
18.0
11-0398B02-01-09-02-018
19.0
11-0398B02-01-11-02-019
20.0
11-0398B02-01-09-02-020
21.0
11-0398B02-01-11-02-021
22.0
11-0398B02-01-11-03-022
23.0
11-0398B03-01-11-01-003,
SHEET 2 OF 3
24.0
11-0398B02-01-11-03-024
25.0
11-0398B02-01-11-03-025
16
26.0
ANNEXURE-I
27.0
ANNEXURE-II
28.0
ANNEXURE-III
Document No.
CONDENSATE RECOVERY
SYSTEM
SHEET 2 of 2
Rev
DOCUMENT NO
11
0398B02
01
TOTAL SHEETS
09
06
001
07.05.13
AS
AD
AD
20.04.13
AS
AD
AD
REV
DATE
DESCRIPTION
PREP
CHK
APPR
TABLE OF CONTENT
1. SCOPE OF WORK
2. REMARKS
Document No.
Rev
11-0398B02-01-09-06-001
SHEET 2 of 6
1.0
1.1 General
This Specification covers the requirement of scope of supply of Condensate Recovery System intended to
be used as intermediate separation system of LNG/RLNG to be located at ANKHI IP Station on 12
Gandhar-Dabka Pipeline Project.
The Condensate Recovery System consists of a Slug Catcher / Separator and a Condensate Storage Tank
fitted with Vertically Suspended vessel mounted Sump Pump.
1.2 SOW - PIPING/MECHANICAL
The scope of work covers the design, engineering, supply, procurement of material, manufacturing,
assembly at shop, inspection, testing, painting, shipment and supervision during erection & commissioning
of all equipments under Condensate Recovery System along with supply of all Valves and Accessories like
mating Flanges, Blind Flanges, Bolts/Studs, Nuts, Gaskets etc. as per P&I Diagram and documentation
requirements of all following items in accordance with the requirements of this Requisition.
This scope of piping/mechanical work excludes erection and installation of all above equipments and
associated civil, structural & interconnecting piping works for hook-up of Condensate Recovery System with
Metering Skid and Tap-off point.
1.3 SOW ELECTRICAL/INSTRUMENTATION
The scope of work includes supply, erection, installation and commissioning of all equipment mounted
Instrument items as per P&ID and supply of other balance instrument items as per P&ID and data provided
in the Tender to complete the work in all respects.
Supply, Installation, calibration, Loop checking (as required) and commissioning of all the Equipment
mounted Instrument items (Pressure Safety Valves, Temperature Gauge/Thermo-Well, Pressure
Gauges, Differential Pressure Transmitters, Level Transmitter, Level Gauge, Level switch-integrated
Magnetic level gauge, Flame Arrester etc.) shall be in the Equipment Vendors scope including the
supply of all the associated installation materials and consumables. Vendor to note that the supply and
installation of all the Instrumentation items in closed and open control loops shall include the supply of
Zener barriers/isolators wherever applicable.
Supply of Junction Boxes and Cable glands for all the Instrumentation shall be under Vendors scope.
Supply of the main piping Instrument items (like Pressure Gauges, Gas Actuated On-Off Valve, Gas
Filter-Regulator etc.) shall be under the Vendors scope and also including the supply of all the
associated installation materials and consumables.
Supply of small Logic Controller (preferably PLC to be installed at the rear of the existing metering
panel) to carry out Safety Interlock Logics along with all associated accessories and utilities (like
Intrinsically safe barriers, 110V UPS Power Supply and all the redundant power supplies/converters
etc.) shall be under the Vendors scope.
Supply of all the associated and required Cables (Single pair/Multi-pair, Single core/ Multi-core,
Individual shielded/Overall shielded, signal/control/ Power from Field up to the existing Panel in the
control room) shall be under the Vendors scope.
Grounding for shielded cables at a suitable location as instructed by GAIL Engineer-in-charge (During
commissioning)
Document No.
Rev
11-0398B02-01-09-06-001
SHEET 3 of 6
Furnishing all the Drawing/Documents for review and approval as per tender document.
Mandatory Spares (10 % subject to minimum one no. for each type of instrument) and minimum 1 no.
commissioning spares required during commissioning shall be under the Vendors scope of supply.
This scope of electrical/instrumentation work excludes modifications (if at all necessary) for the existing
metering panel.
For commissioning of Condensate Recovery System, skilled engineers shall actually commission these
items at site.
1.4 DESCRIPTION OF EQUIPMENTS and/or SERVICES
ITEM
NO.
DESCRIPTION
1.0
TAG NO.
110398B02-SC-0101
(Slug Catcher /
Separator Skid)
and
110398B02-CT-0101
(Condensate Storage
Tank Skid)
QTY
01 Set
2.0
3.0
2.0
REMARKS
2.1
Suppliers Compliance
Supplier shall submit his bid in full compliance with the requirements of this MR and attachments.
Bidder shall include the following statement in his bid:
We certify that our bid is fully complying with your enquiry dated ....... and referenced
,
Compliance with this material Requisition in any instance shall not relieve the Vendor of his
responsibility to meet the specified performance.
2.2
Document No.
Rev
11-0398B02-01-09-06-001
SHEET 4 of 6
2.3
Suppliers Scope
Suppliers scope of work includes the equipment with all internals & accessories shown on the data
sheets, specifications and all unmentioned parts necessary for a satisfactory operation & testing except
those which are indicated to be out of Suppliers supply.
2.4
Inspection
Supplier shall submit with his bid a list of 3 well known international Third Party inspection Agencies as
per enclosed vendor list, which he intends to use for inspection. This agency will issue all relevant
certificates as per specification & codes.
Inspection shall also be performed by a designated Third Party Inspection agency and/or purchaser as
set out & specified in the codes & particular documents forming this MR.
3.0
3.1
Bidder to note that no correspondence shall be entered into or entertained after the bid submission.
3.2
Bidder shall furnish quotation only in case he can supply material strictly as per this Material Requisition
and specification/data sheets forming part of Material Requisition.
3.3
If the offer contains any technical deviations or clarifications or stipulates any technical specifications
(even if in line with MR requirements) and does not include complete scope & technical/ performance
data required to be submitted with the offer, the offer shall be liable for rejection.
3.5
The submission of prices by the Bidder shall be construed to mean that he has confirmed compliance
with all technical specifications of the corresponding item(s).
3.6
Bidder must submit all documents as listed in checklist along with his offer.
3.7
Supplier must note that stage wise inspection for complete fabrication, testing including the raw
material inspection to be carried out.
3.8
Vendors for bought out items to be restricted to the approved vendor list attached with Bid document.
Approval of additional vendor if required, for all critical bought out items shall be obtained by the
supplier from the purchaser before placement of order. Credentials/ PTR of the additional vendor
proposed to be submitted by supplier for review and approval of Purchaser/ Purchasers representative.
3.9
4.0
4.1
Inspection & test reports for all mandatory tests as per the applicable code as well as test reports for any
supplementary tests, in nicely bound volumes.
4.2
Material test certificates (physical property, chemical composition, make, heat treatment report, etc.) as
applicable for items in nicely bound volumes.
4.3
4.4
Filled in Quality Assurance Plan (QAP) for Purchaser's/ Consultant's approval. These QAPs shall be
submitted in four copies with in 15 days from LOI/ FOI.
4.5
Document No.
Rev
11-0398B02-01-09-06-001
SHEET 5 of 6
4.6
Within two (2) weeks of placement of order, the detailed fabrication drawings along with process and
mechanical design calculations for Purchaser's/Consultant's approval.
4.7
Detailed completion schedule activity wise (Bar Chart), within one week of placement of order.
4.8
Weekly & fortnightly progress reports for all activities including procurement.
4.9
4.10
Manufacturer's drawings for bought out items, in 4 copies, for Purchaser's/Consultant's approval within 4
weeks.
4.11
Manufacturer related information for design of civil foundation & other matching items within 6 weeks of FOI
/ LOI.
4.12
All approved drawings / design calculation / maintenance / operating manual documents as well as
inspection and test reports for Owner's / Consultants reference / record in nicely category-wise bound
volumes separately.
4.13
4.14
Vendor to furnish filled up documents / formats as per Appendix 9 - Special instruction to Bidders along
with the offer.
Note:
All drawings, instructions, catalogues, etc., shall be in English language and all dimensions shall be metric
units.
Document No.
Rev
11-0398B02-01-09-06-001
SHEET 6 of 6
TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY SYSTEM
DOCUMENT NO
11
0398B02
01
TOTAL SHEETS
10
09
02
002
07.05.13
AS
AD
AD
20.04.13
AS
AD
AD
REV
DATE
DESCRIPTION
PREP
CHK
APPR
TABLE OF CONTENT
1.0
GENERAL ....................................................................................................................3
2.0
3.0
4.0
5.0
6.0
7.0
DOCUMENTATION ........................................................................................................8
8.0
9.0
10.0
SHIPPING ...................................................................................................................10
11.0
REJECTION ..............................................................................................................110
12.0
13.0
TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY
SYSTEM
Document No.
Rev
11-0398B02-01-09-02-002
SHEET 2 of 10
1.0
GENERAL
This specification together with all data sheets and specifications enclosed covers the requirements
for design, engineering, procurement of material, manufacturing, assembly at shop, inspection,
testing, painting & supervision of installation and commissioning, shipment and documentation
requirements along with all the accessories.
In the event of any conflict between this specification, datasheets, related standards codes etc., the
more stringent shall apply.
1.1
Datasheet for Slug Catcher / Separator, Condensate Storage Tank, Pressure Gauge, Pressure Safety
Valve, Level Indicator etc. are enclosed.
However, this does not absolve the bidder of the responsibility for proper selection with respect to the
fluid & its operating conditions. Proper sizing & selection of Slug Catcher, pressure safety valves etc.
and accessories are bidders responsibility.
Sizing Calculation required for above items shall be submitted for Client/ consultant review.
Following information shall be furnished as a part of design & engineering:
1.2
Bidder shall consider all the requirements of this specification along with those as per relevant
standards and shall assume total responsibility including all aspects of engineering, design, and
certification etc. for Slug Catcher.
1.5
Bidder to note that all the items of the Slug Catcher shall be procured from reputed bidders as per the
attached Bidder list.
1.6
Bidders quotations shall include the detailed specifications for all the items of Slug Catcher. The
bidder shall also offer data sheet / specification of any instruments / equipments required for safe and
efficient operation of the system.
1.7
All units of measurements in bidders specification sheets shall be same as those in attached data
sheets of Slug Catcher, pressure safety valves, pressure gauges.
1.8
Bidder shall enclose catalogues giving detailed technical specification and other information for Slug
Catcher, pressure safety valve, pressure gauges covered in the bid.
1.9
Bidder shall submit subsequent to award of contract the sizing details & specification of all the
instruments make and model etc. The relevant catalogue, technical literature shall also be furnished.
1.10
All drains/vents should be having provision for putting end cap and shall be complete with wire seal.
2.0
TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY
SYSTEM
Document No.
Rev
11-0398B02-01-09-02-002
SHEET 3 of 10
:
:
:
:
SCOPE OF SUPPLY
3.1
Slug Catcher Vessel along with necessary internals (with SS Mesh), internal and external
supports, lifting lugs and flanged connections at inlet, outlet, drain, vent and necessary nozzles
with flanges & blind flanges fitted with bolts, nuts and gaskets for other utility services and
instrumentations.
ii)
Supply of PSV, Pressure Gauges, Level Indicator and all other necessary instruments etc. as
per Instrumentation Data Sheets, P&I Diagram and relevant codes/standards.
iii)
TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY
SYSTEM
Document No.
Rev
11-0398B02-01-09-02-002
SHEET 4 of 10
iv)
v)
vi)
vii)
x)
Interconnecting piping, tubing, fittings, valves, instruments with fittings, necessary nozzles,
flanges, blind flanges (fitted with bolts, nuts, gaskets etc.) etc. as required for the installation of
Instruments.
xi)
List of special installation tools / spare parts as required for two years normal operation and
maintenance.
xii)
Any other item required to complete the Slug Catcher and condensate storage tank in all
respects as per technical specs mentioned in tender document.
3.2
The Slug Catcher and Condensate Storage Tank shall be completed in all respects, ready for
Installation and commissioning.
3.3
There shall be minimum work to be done at site. All field mounted instruments shall be supplied
loose to avoid damages during transportation of the Slug Catcher and condensate storage tank.
The details regarding Installation of Slug Catcher and condensate storage tank shall be clearly
described in the Installation Manual especially made for installation of condensate recovery
system.
3.4
All items in the Slug Catcher and condensate storage tank shall be properly supported to avoid
vibration. Special supports, if required, shall also be supplied by bidder.
3.5
All piping materials shall be as per piping material specification/codes specified. The piping fabrication
work shall confirm to the requirements of ANSI B31.3.
3.6
The Slug Catcher and condensate storage tank shall be sized considering ease of transportation.
3.7
All the instrument enclosures mounted in the field shall be weather proof / ex proof conforming to IP55/ NEMA 4/ NEMA 7 as a minimum.
3.8
The Slug Catcher and condensate storage tank shall be installed in accordance with local
government rules and regulations applying to such facilities. The bidder shall be responsible for
determining all applicable requirements and ensuring compliance.
TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY
SYSTEM
Document No.
Rev
11-0398B02-01-09-02-002
SHEET 5 of 10
3.9
The bidder shall read the specification in conjunction with following documents enclosed :
i)
P & lDs.
ii)
Data Sheets.
iii)
Technical Specifications.
3.10
Commissioning spares as required shall be included as part of the offer. A separate list should be
attached along with the bid.
3.11
Bidder shall quote separately for two years operation and maintenance spares for the condensate
recovery system as per the SOR.
3.12
The pressure safety valves as indicated shall be vented 3 meters above the highest point of working
platform with proper support, rain cap, bug screen.
3.13
Any soft material used in Slug Catcher and condensate storage tank shall be able to retain its
functional properties in inventory for minimum period of 3 years.
3.14
The allowable tolerance in the set pressure for the pressure safety valves shall be as per relevant
codes.
3.15
The pressure safety valves shall meet the seat tightness requirement as per API 527.
3.16
All materials to be used in construction of valves shall be suitable for Wet Natural Gas services.
3.17
All the calculations and units of measurement shall be metric standards only.
3.18
All the instruments mounted on the Slug Catcher and condensate storage tank shall be suitable for
installation in tropical hot and humid climate.
Temp range: 0 - 65 deg. C
Relative Humidity: 95 %
3.19
3.20
Field mounted instruments shall be capable of working under high ambient temperature and
environmental condition without any degradation in accuracy and repeatability.
3.21
End connection details of Slug Catcher and condensate storage tank shall be as per data sheets.
3.22
a) Bidder shall take single point responsibility for the design, fabrication, assembly, testing and
Performance of the Slug Catcher and condensate storage tank.
b) The fabrication, assembly, testing and inspection works have to be carried out at Bidders works or
works designated by the Bidder. In case of Bidder designated works, the facility should have
established track record.
4.0
TECHNICAL REQUIREMENTS :
1)
The Slug Catcher shall be provided with internal Stainless Steel Mist Separator. However baffle
plates & partition wall etc. shall be at par with shell material. Fabrication of Slug Catcher shall
conform to all applicable ASME code requirements and will carry AMSE U Stamp (mandatory).
2)
Slug Catcher must withstand a hydro-test pressure of 83.2 kg/cm2 (g) for a holding period of at
least one hour without breaking or failure.
3)
Bidder shall submit back-up documents & calculation for sizing of the equipment together with all
supportive documents / Catalogues / Monographs etc. along with BID. The type, model and
TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY
SYSTEM
Document No.
Rev
11-0398B02-01-09-02-002
SHEET 6 of 10
MOC of Condensate Recovery System shall be selected based on process design basis, data
sheets and suppliers recommendations. No deviation in MOC will be allowed during Bidding.
4)
All nozzles / pipes on the main vessel shall be of seamless construction. All nozzles less than or
equal to 50 NB size shall be provided with two nos. 6.0mm thk. stiffeners at 90 degrees apart. All
nozzles from 65NB and above shall be provided with reinforcing pads.
5)
All flanges mounted on the vessels shall be WNRF type unless otherwise specified. Dimension
of flanges including shell flanges, nozzle flanges and blind flanges shall be as per ANSI B16.5
up to 24 (600mm) NB. Larger flanges shall be as per ANSI B16.47, Series-A.
6)
Pressure parts joined by butt welds shall be with full penetration welds. Where both side welding
is not accessible, root run by tungsten inert gas process or backing strip, shall be used to ensure
full penetration. Backing strip, if used, shall be removed after welding.
7)
Vessels shall be post weld heat treated, whenever it is required due to service requirement or
due to code requirements and no welding shall be permitted after post weld heat treatment is
completed.
8)
The Slug Catcher and condensate storage tank shall be provided with lifting and earthling lugs.
Fire proofing and insulation of support shall be provided if mentioned in data sheet.
9)
The piping items shall conform to specification and data sheets included in the Engineering
documents.
10) The Slug Catcher and condensate storage tank shall be supplied in single unit individually.
11) Piping material (pipes, fittings, flanges, etc.) for high point vents shall be supplied loose by
bidder to be installed and assembled at site.
12) Bidder shall submit general arrangement drawings for Slug Catcher and condensate storage
tank indicating the elevations of inlet and outlet flanges, overall dimensions along with the empty
and hydro test weights of the individual units.
13) Bidder shall furnish details of Slug Catcher and condensate storage tank foundation along with
load.
14) Bidders shall submit the sizing calculation of Pressure Safety Valve.
15)
Slug Catcher mounting configuration shall be Vertical (Above Ground) and that of for
condensate storage tank shall be horizontal (Under Ground).
16) Bidder to provide Load Calculation of all nozzles mentioning Allowable Forces, Moments &
Thermal Growth.
17) The followings are included in Bidders scope of work :
The necessary load data and foundation layout plan required for the design and construction
of foundation shall be provided by the bidder.
6.0
6.1
Bidder shall submit Quality Assurance (QA) procedures before commencement of fabrication.
Approved QA procedures shall form the basis for equipment inspection. All materials and equipments
shall be factory tested before shipment in the presence of purchaser / its authorized inspection
agency. No material shall be transported to site until all required tests have been carried out and
equipment is certified as ready for shipment. Acceptance of equipment or the exemption of inspection
TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY
SYSTEM
Document No.
Rev
11-0398B02-01-09-02-002
SHEET 7 of 10
or tests thereof, shall in no way absolve supplier of the responsibility for delivering equipment meeting
the requirements of the specifications.
6.2
Testing at Bidders Works shall include but not limited to the following :
Hydrostatic test at 130% of design pressure for the vessel usually for 1 hour. Pressurize step
by step @ 25% each step and holding time of 10 min. Once reached 100%, hold for 1 hour.
6.3
6.4
Bidder shall submit the following documents / certificates for review by the purchaser / its authorized
inspection agency before starting inspection. Supplier shall be responsible for testing and complete
integration of the system. Detailed procedures of test and inspection shall be submitted by the
supplier for review before order and mutually agreed upon.
1. Material test certificate, hydrostatic test certificate of pressure safety valves and for all piping /
valves of the Slug Catcher.
2. Calibration certificate for pressure safety valve for set pressure and all field instruments.
3. Seat tightness test certificate for pressure safety valves.
4. Test certificate for all field instruments such as PG etc.
5. Certificates from statutory body for field instruments being flame proof and weather proof.
6. Interconnecting piping material testing and NDT of welds as per PMS.
7. The vessel hydrostatic test certificate.
8. Leak test certificate of complete Slug Catcher with air/N2, if required.
9. Slug Catcher functional testing considering pressure regulation, limiting and safety characteristics.
6.5
For all above activities, labour, consumable, equipment and utilities as required shall be in bidders
scope.
7.0
DOCUMENTATION
Data requirement indicates detailed drawings, data and catalogues required from the bidder. The
required number of reproducible and prints should be dispatched to the address mentioned, adhering
to the time limits attached.
Final drawings from the bidder shall include dimensional details, weight, mounting details and any
other special requirements etc. for the Slug Catcher and condensate storage tank. All dimensions in
general shall be in millimeters. Bidder shall furnish all manuals necessary to test, operate and
maintain, the system.
8.0
NAME PLATE
TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY
SYSTEM
Document No.
Rev
11-0398B02-01-09-02-002
SHEET 8 of 10
Each equipment of condensate recovery system and all the instruments mounted on the equipment
body shall have a SS name plate attached firmly to it at a visible place furnishing the following
information:
Tag number as per Purchasers data sheets.
.Body sizes in inches and the valve Cv (for Pressure Safety valves).
Set pressure range (for Pressure Safety valves).
Flow range in MMSCMD.
Rating
Manufacturers Name & model number
9.0
9.1
All exposed carbon steel parts to be painted shall be thoroughly cleaned from inside and outside to
remove scale, rust, dirt and other foreign materials by wire brushing and sand blasting as applicable.
Minimum acceptable standard in case of power tool cleaning shall be St. 3 and in case of blast
cleaning shall be Sa 2-1/2 as per Swedish Standard SIS 0055900.
9.2
Non-ferrous materials, austenitic stainless steels, plastic or plastic coated materials, insulated
surfaces of
equipment and pre-painted items shall not be painted.
9.3
Stainless steel surfaces both inside and outside shall be pickled and passivated.
9.4
Machined and bearing surfaces shall be protected with varnish or thick coat of grease.
9.5
Depending on the environment, following primer and finish coats shall be applied.
1)
2)
3)
4)
Environment
Description
Normal Industrial
Surface Preparation
Primer
:
:
Sa 2-1/2
2 coats of red oxide zinc chromate each 25
micron thick
Finish coat
Surface Preparation
Primer
:
:
Sa 2-1/2
2 coats of epoxy zinc chromate each 35
micron thick
Finish coat
Surface Preparation
Primer
:
:
Sa 2-1/2
2 coats of high build chlorinated rubber zinc
phosphate each 50 micron thick
Finish coat
Surface Preparation
Sa 2-1/2
Finish coat
Corrosive Industrial
All Environment
(80-4000 C)
TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY
SYSTEM
Document No.
Rev
11-0398B02-01-09-02-002
SHEET 9 of 10
9.5.1
The Slug Catcher in carbon steel body shall be painted light gray (RAL 7038) and Interconnecting
piping shall be canary yellow, unless otherwise specified. However, the colour of finish coat shall be
confirmed to bidder after placement of order.
9.6
Bidder to ship supply of primer and the paint to permit on-site repair of shipping damage (if any) to the
factory coatings.
10.0
SHIPPING
10.1
All threaded and flanged opening shall be protected to prevent entry of foreign material.
10.2
All the field mounted instruments shall be supplied loose to avoid damages during transportation.
10.3
10.4
Shipping details like gross wt., net wt., volume, dispatch point, mode of dispatch, mode of package
etc. for each equipment shall be provided with the offer.
11.0
REJECTION
Bidder shall make his offer in detail, with respect to every item of the Purchasers specification. Any
offer not conforming to this shall be summarily rejected.
12.0
13.0
TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY
SYSTEM
Document No.
Rev
11-0398B02-01-09-02-002
SHEET 10 of 10
TOTAL SHEETS
DOCUMENT NO.
11
0398B02
01
09
04
003
07.05.13
AS
AD
AD
20.04.13
AS
AD
AD
REV
DATE
DESCRIPTION
PREP
CHK
AP
PR
TABLE OF CONTENT
PROCESS DATA........................................................................................................ 3
1
1.1
Gas composition.3
1.2
Battery Limit..................................................................................................................3
1.2.1
1.2.2
2
2.1
2.2
Weir Plate.6
4.2
Mist Eliminator.6
4.3
Document No.
Rev
SHEET 2 of 7
1.0
1.1
PROCESS DATA
Gas composition
Gas Constituent
Methane
Ethane
Propane
i-Butane
n-Butane
i-Pentane
n-Pentane
Hexane
CO2
N2
NCV kcal/m3
GCV kcal/m3
Sp. Gr. at 15oC
M.W.
1.2
Battery Limit
1.2.1
1.2.2
2.0
v/v percent
73.79
8.24
8.81
2.21
2.01
0.61
0.47
0.44
3.34
0.08
10698.35
11772.21
0.8078
23.29
Operating Fluid
Gas Flow Rate (Norm/Design)
Operating Pressure (Norm/Design)
Operating Temperature (Norm/Design)
ANSI Pressure Rating Class
Natural Gas
0.1/0.12 MMSCMD
33.54/64 kg/cm2
25.33/65 oC
600 #
Corrosion Allowance
3.0 mm
3.62/4.34 KL/day
Atmospheric/3.5 kg/cm2
Ambient/65 oC
4 Inch
150 #
Corrosion Allowance
3.0 mm
DESIGN BASIS
Efficiency of Slug Catcher
Particle Size Removal in Slug Catcher
98%
10 micron and above
Document No.
Rev
SHEET 3 of 7
3.0
PROCESS DESCRIPTION
The GAIL is in the process of introducing a Condensate Recovery System at Intermediate Pigging
Station at Ankhi, Gujarat on 12 Gandhar-Dabka Pipeline. Natural Gas will be distributed from 12 NB
main pipe. From 12 NB Main Line, one line will go to Pig Receiver, another line will go to slug catcher.
Based on data collected from CASE-2 of Simulation Results, vide EIL Doc. No. 6921-04-41-TSR-10010, the Condensate Recovery System is proposed to collect 3620 litres of condensate per day for a
operating gas flow rate of 0.10 MMSCMD.
The proposed Condensate Recovery System consists of a Slug Catcher/ Separator, a Condensate
Recovery Tank fitted with Vertically Suspended Sump Pump. There will be two stage separations -Gas
and Solid contaminated condensate. Gas will be collected from top part of the slug catcher / Separator
and Condensate from bottom part of slug catcher and finally will be stored in underground Condensate
storage tank.
Document No.
Rev
SHEET 4 of 7
Type of Vessel
No. of Phases
Internal Diameter (mm)
Length (mm)
Mist Eliminator
Slug Catcher
2
1000
5000
Yes
6
7
8
9
10
11
12
13
Operating Conditions
Operating Pressure (kg/cm2 g)
Operating Temperature( Deg C)
Design Pressure (kg/cm2 g)
Design Temperature( Deg C)
Operating Flow Rate of Gas (MMSCMD)
Gas Density (kg/m3)
Molecular Weight (kg/kmol)
Actual Flow Rate of Liquid (kl/day)
33.54
25.33
64
65
0.1
Refer Process Data
Refer Process Data
3.62
28
29
30
Performance
Efficiency
Particle Size to be removed (m)
Slug Catcher Dimension( ASME VIII Div I)
Vessel ID (mm)
Vessel Length -TL/TL (mm)
Weir Plate Height (mm)
Weir Plate Distance from TTL (mm)
Condensate Liquid Level
Low Liquid Level LLL (mm)
Low Low Liquid Level LLLL (mm)
High Liquid Level HLL (mm)
High High Liquid Level HHLL (mm)
Normal Liquid Level NLL (mm)
Height of Gas Flow Region (mm)
Mix Flow Region (mm)
Condensate Section Dimensions
Vessel ID (mm)
Condensate Section Length (mm)
Hold up Time (minutes)
HHLL-HLLL (Minutes)
HLL-LLL (Minutes)
LLL-LLLL (Minutes)
31
32
33
14
15
16
17
18
19
20
21
22
23
24
25
26
27
98%
10 and above
1000
5000
200
3500
200
150
400
450
300
450
150
1000
1500
56.00
589.63
30.40
Nozzle Size
14
12
4
Document No.
Rev
SHEET 5 of 7
Type
Segment Height (mm)
Material of Construction
Fixed
200
SA 516 Gr.70 OR
SUPERIOR
Type
Thickness (mm)
Segment Height (mm)
Material of Construction
Mesh Pad
150
500
SS316
Type
Size (Inch)
Material of Construction
Cross Type
4
SA 516 Gr.70 OR
SUPERIOR
Size (Inch)
Class (#)
No. of Phases
Type
Length (mm)
Service Fluid
Operating Pressure (kg/cm2 g)
Operating Temperature (oC)
Gas Density (kg/m3)
Gas Flow Rate (MMSCMD)
Condensate Flow Rate (MMSCMD)
4
600
1
Concentric
Refer Vendor Data
Hydrocarbon
Condensate
33.54
25.33
Refer Process Data
0.1
3.62
Document No.
Rev
SHEET 6 of 7
1
2
3
4
5
6
7
8
9
10
11
12
General Characteristics
Type of Vessel
No. of Phases
Internal Diameter (mm)
Vessel Length - TL/TL (mm)
Volume (m3)
Operating Pressure (kg/cm2 g)
Operating Temperature (oC)
Design Pressure (kg/cm2 g)
Design Temperature( Deg C)
HLL (mm)
LLL (mm)
Hold Up Time (Days)
Condensate Tank
1
2000
5000
15.71
Atmospheric
Ambient
3.5
65.0
1800
200
7.4
Document No.
Rev
SHEET 7 of 7
CLIENT :
QUANTITY
01 No.
Pressure : kg/cm 2g
S.No.
UNITS :
VESSEL TYPE
SERVICE
Natural Gas
Temperature : Deg. C
OPERATING CONDITION
FLOW RATE (MMSCMD) at 33.54 kg/cm2g Pressure - Norm / Design 0.1 / 0.12
SPECIFIC GRAVITY
14.0 / 12.0
33.54 / 64.0
0.8078
25.33 / 65.0
3.0
MATERIAL OF CONSTRUCTION
10
11
12
13
BOLTING
14
FITTINGS
15
16
GASKET / O-RING
17
SS 316 / SS 316
DESIGN CODE
19
64.0
20
83.2
21
65.0
22
23
NAME OF MANUFACTURER
24
600#
25
FACING OF FLANGES
125 AARH
26
TYPE OF FLANGES
WNRF
27
4.0
28
2.0
29
2.0
30
24.0
31
32
47.0
33
34
35
PRODUCT TO BE REMOVED
36
GAS COMPOSITION
37
38
3.62 / 4.34
39
40
41
42
43
44
45
46
47
48
49
50
INSULATION CLEATS
51
LIFTING LUGS
Yes
52
Yes
53
Yes
54
Yes
55
Yes
56
Yes
57
58
Yes
ACCESSORIES
DATA SHEET OF
SLUG CATCHER / SEPARATOR
DOCUMENT NO.
REV.
11-0398B02-01-09-03-004
SHEET 1 OF 2
CLIENT :
QUANTITY
01 No.
UNITS :
Pressure : kg/cm 2g
Temperature : Deg. C
FULL (100%)
AS PER CODE
YES
YES
RADIOGRAPHY
PWHT
HYDROTESTING
DP / MP TEST
NOTES :
1. ( * ) BIDDER TO SPECIFY.
2. ALL CS MATERIALS SHALL BE OF FULLY KILLED QUALITY.
3. FLANGES SHALL CONFORM TO ASME B16.5
4. GASKETS SHALL CONFORM TO ASME B16.20.
5. TAG NOS. SHALL BE PRECEDED BY "398B02" FOR ALL EQUIPMENTS / INSTRUMENTS I.E. FOR PRESSURE INDICATOR "PI-XXXX" SHALL BE READ AS
"398B02-PI-XXXX".
6. BIDDER TO PROVIDE LOAD CALCULATIONS OF ALL NOZZLES MENTIONING ALLOWABLE FORCES, MOMENTS AND THERMAL GROWTH.
7. BIDDER SHALL SIZE THE PRESSURE RELIEF VALVE FOR FIRE SAFE.
8. VESSEL SHALL BE PROVIDED WITH INLET & OUTLET NOZZLE, MIST SEPARATOR, SUITABLE BAFFLES / INTERNALS, DRAIN & VENT CONNECTIONS,
PRESSURE SAFETY VALVE, LEVEL INDICATOR CUM TRANSMITTER, DIFFERENTIAL PRESSURE INDICATOR CUM TRANSMITTER AND OTHER
INSTRUMENTATIONS AS MENTIONED IN P&I DIAGRAM OF SLUG CATCHER (SEE ANNEXURE-I).
9. VENTING SIZE CALCULATION SHALL BE AS PER API-2000 (LATEST EDITION).
DATA SHEET OF
SLUG CATCHER / SEPARATOR
DOCUMENT NO.
REV.
11-0398B02-01-09-03-004
SHEET 2 OF 2
CLIENT :
QUANTITY
01 No.
UNITS :
Temperature : Deg. C
Pressure : kg/cm g
OPERATING CONDITION
1
2
3
4
5
6
7
8
VESSEL TYPE
SERVICE
CONDENSATE FLOW RATE (kl/Day) - Norm / Design
SPECIFIC GRAVITY (Assumed)
INLET SIZE (Inch NB)
OPERATING PRESSURE (kg/cm 2g) - Norm / Design
OPERATING TEMPERATURE (oC) - Norm / Design
CORROSION ALLOWANCE (mm)
MATERIAL OF CONSTRUCTION
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
DESIGN CODE
DESIGN PRESSURE (kg/cm 2g)
HYDROSTATIC TEST PRESSURE (kg/cm2g)
DESIGN TEMPERATURE (C)
MAKE / MODEL
NAME OF MANUFACTURER
FLANGE RATING
FLANGE FACING
FLANGE TYPE
INLET SIZE (INCH NB)
DRAIN SIZE (INCH NB)
PSV CONNECTION SIZE (INCH NB)
MANWAY SIZE (INCH NB)
INSTRUMENTS CONNECTION SIZE (INCH NB)
WIND SPEED (m/s)
EARTH QUAKE ZONE / FACTOR AS PER IS-1893, 2002
INSULATION (TYPE & THICKNESS)
PRODUCT TO BE REMOVED
Gas Composition
SURFACE PREPARATION & PAINTING
37
38
39
40
41
42
43
44
45
46
47
48
INSULATION CLEATS
LIFTING LUGS
ANCHOR / FOUNDATION BOLTS & NUTS
BLIND FLANGES, BOLTS, NUTS & GASKETS FOR DRAIN &
VENT / UTILITY CONNECTIONS
*
Yes
Yes
INTERNAL LADDER
LEVEL SWITCH
DRAIN, VENT & UTILITY CONNECTION VALVES ETC.
PRESSURE INDICATOR
Yes
Yes
As per P&I Diagram
Yes
ACCESSORIES
49
50
51
52
53
Yes
DATA SHEET
OF
CONDENSATE
STORAGE TANK
Page 1 of 2
DOCUMENT NO.
REV.
11-0398B02-01-09-03-005
SHEET 1 OF 2
CLIENT :
QUANTITY
01 No.
UNITS :
Temperature : Deg. C
Pressure : kg/cm g
AS PER CODE
AS PER CODE
YES
YES
RADIOGRAPHY
PWHT
HYDROTESTING
DP / MP TEST
NOTES :
1. ( * ) BIDDER TO SPECIFY.
2. ALL CS MATERIALS SHALL BE OF FULLY KILLED QUALITY.
3. FLANGES SHALL CONFORM TO ASME B16.5
4. GASKETS SHALL CONFORM TO ASME B16.20.
5. TAG NOS. SHALL BE PRECEDED BY "398B02" FOR ALL EQUIPMENTS / INSTRUMENTS I.E. FOR PRESSURE INDICATOR "PI-XXXX" SHALL BE READ AS
"398B02-PI-XXXX".
6. BIDDER TO PROVIDE LOAD CALCULATIONS OF ALL NOZZLES MENTIONING ALLOWABLE FORCES, MOMENTS AND THERMAL GROWTH.
7. VESSEL SHALL BE PROVIDED WITH INLET & OUTLET NOZZLE, SUITABLE INTERNALS, DRAIN & VENT CONNECTIONS, LEVEL SWITCH, PRESSURE
INDICATOR AND OTHER INSTRUMENTATIONS AS MENTIONED IN P&I DIAGRAM OF CONDENSATE TANK (SEE ANNEXURE-II).
8. VENTING SIZE CALCULATION SHALL BE AS PER API-2000 (LATEST EDITION).
DATA SHEET
OF
CONDENSATE
STORAGE TANK
Page 2 of 2
DOCUMENT NO.
REV.
11-0398B02-01-09-03-005
SHEET 2 OF 2
CLIENT:
QUANTITY:
Type
Direct
Mounting
Local
Other Material
Dial Size
150 mm
Process Connection
Colour
Case Material
SS 316
Bezel Ring
Capillary Material
Window Material
Shatterproof glass
Enclosure
Capillary Length
Pressure Element
Bourdon
10
Element Material
SS 316
130 % of FSD
11
Socket Material
SS 316
Yes
12
Accuracy
"+/-" 1% of FSD
19 Options
13
Zero Adjustment
Micropointer
a)
Scrubber
b)
Syphon
14
Connection
3/4" NPT(M)
c)
Gauge Saver
d)
Bottom
e)
Vaccum protection
f)
Solid front
g)
Connection location
15
Movement
SS 316
16
Diaphagram Seat
Rigid
Yes
Type
PRESSURE
S.NO.
TAG NO.
TEMPERATURE
RANGE
SERVICE
OP.
MAX.
DES.
OP.
OPTIONS
MAX. DES.
Natural gas
e,f,g
* Vendor to furnish
NOTES:1)
2)
DOCUMENT NO.
Rev.
11-0398B02-01-11-03-006
SHEET 1 OF 1
CLIENT:
QUANTITY:
Tag Number
Line Number
Vessel No.
110398B02-SC-0101
Safety / Relief
Safety Relief
Bonnet type
Closed
Conv./Bellows/Pilot Operated
PSV-0101
Schedule
NA
GENERAL
VALVE
Conventional
Size & Rating
2" NB , 600#
10 Outlet Conn
3" NB , 600#
11
Inlet Conn.
13
Bolted
Yes
16
17
MATERIAL
SS 316
20 Spring
SS 304
21 Belows
22
23
25
OPTIONS
26
API
27 Code
BASIS
28
29
30 Fluid
State
Gas
33.54 kg/sq.cm g
31 Corrosive Constituent
32 Required Flow Capacity
SERVICE
CONDITIONS
33 Mol. Wt.
34 Optg. Pressure
Normal
33.54 kg/sq.cm g
35 Optg. Temp.
Rel.Temp.
o
25.33 C
0.8078
36 Valve Discharges to
Atmosphere
37 Back Press
Variable
Const. or Variable
38 Set pressure
39 Cold bend test pressure
40 % Over Pressure
% Blow Down
41 Cp/Cv
Compress. factor
20%
mPas(cP)
Surf.Area-m2
*
*
NOTES :-
Orifice Design
49 Total Area-cm2
51 Model No.
52 IBR Certification
No
53 Manufacturer
DOCUMENT NO.
Rev.
11-0398B02-01-11-03-007
SHEET 1 OF 1
DATA SHEET
FOR
LEVEL GAUGE ON SLUG CATCHER
07.05.13
AS
AD
AD
A
REV
20.04.13
DATE
AS
PREP
AD
CHK
AD
APPR
DATASHEET
GENERAL
Tag Number
LG-0101
Quantity
P&ID NO.
11-0398B03-01-11-01-003, Sheet 2 of 3
Equipment No.
110398B02-SC-0101
Location
Field
Electrical Certification
EExd
Enclosure Protection
Weather-proof to IP-65
Tank Type
Closed
Function
Local Indication
SERVICE CONDITIONS
FLUID HANDLED
5.0 0C / 25.33 0C
~ / 33.54 kg/cm2 g
DESIGN PRESSURE
64.0 kg/cm2 g
DESIGN TEMPERATURE
0 0C to 65.0 0C
SPECIFIC GRAVITY
0.8078
VESSEL DETAILS
Length TL/TL : 5 meter
VESSEL DIMENSIONS
Inside Diameter : 1 meter
VESSEL UNDERGROUND / ABOVEGROUND
Above Ground
DOCUMENT NO.
REV.
110398B02-01-11-03-008
DETAIL OF GAUGE
Type
Measuring Principle
64.0 Kg/cm2
0 0C to 65.0 0C
Process Connection
Vent Connection
Mounting
Side / Side
Indicator Type
Scale
0-100 %
Accuracy
<10 % of visibility
SS / Ti
Float Chamber
Wetted Parts
Stud / Nut
Stainless Steel
SS
SS-316
SS
DOCUMENT NO.
REV.
110398B02-01-11-03-008
Gasket
PTFE
Vent/Drain Plug
SS-316 or better
Drain Valve
CS or better
Mounting Arrangements
Stainless Steel
Indication Scale
Acrylic/Plastic
MISCELLENEOUS
Document
Calibration
Required
Required
PURCHASE
Manufacturer
VTA
Model Number
VTA
DOCUMENT NO.
REV.
110398B02-01-11-03-008
CLIENT:
Other Material
Type
Process Connection
Case
Mfr. Std.
Mounting
Yoke
Capillary Material
Enclosure
Armour Flexible
Intrinsically Safe
Yes
Power Supply
24 V DC
Cable Entry
20 Fill Fluid
Silicone Oil
100% of span
Capillary Length
10
Accuracy
11
Repeatability
40:1 or better
12
Transmitter Output
4-20mA DC
13
600 ohms at 24 V DC
24 Body Rating
14
Service
Natural Gas
15
Element
Diaphagram
26 Options
16
Body Materials
SS 316
17
Element Materials
SS 316 L
18
Process Connection
MEASURING UNIT
MISCELLANEOUS
Diaphagram Seat
19
Yes
DIFF. RANGE
S.NO.
TAG NO.
SPAN
SET
ZERO ZERO
PRESSURE
ELEV. SUPP.
mm
mm
MAX. DES.
H2O
H2O
TEMP.
MAX.
SERVICE
OPTIONS
Natural Gas
a),c),d)
DES.
* Vendor to furnish
NOTES:1)
2)
3)
4)
5)
DATA SHEET OF
DP TYPE PRESSURE TRANSMITTER
DOCUMENT NO.
Rev.
11-0398B02-01-11-03-009
SHEET 1 OF 1
DATA SHEET
FOR
FLAME ARRESTORS
07.05.13
AS
AD
AD
A
REV
20.04.13
DATE
AS
PREP
AD
CHK
AD
APPR
FLAME ARRESTOR :
GENERAL
Tag No
FA 0101
Type:
Quantity:
1 No.
Location:
Nominal Size:
4"
Body Material:
Flange Material
ASTM A105
VESSEL DIMENSIONS
Inside Diameter : 2.0 meter
VESSEL UNDERGROUND /
ABOVEGROUND
Under Ground
SERVICE CONDITIONS
Fluid Conveyed:
Operating Conditions :
Design Conditions:
REV.
Specific Gravity
Gas Composition:
Vendor
NOTES:
1. Bidder to specify/ Confirm
2. Successful bidder to specify or confirm
3. Each piece to be identified with own marking.
4. Laminar pack material shall be removable.
5. When submitting the offer, bidder to submit assembly drawing with overall
dimensions and list of materials to be used.
DOCUMENT NO.
REV.
DATA SHEET
FOR
LEVEL TRANSMITTER
07.05.13
AS
AD
AD
A
REV
20.04.13
DATE
AS
PREP
AD
CHK
AD
APPR
TABLE OF CONTENTS
DOCUMENT NO.
110398B02-01-11-03-011
REV.
LT-0101
Quantity
1
11-0398B03-01-11-01-003, Sheet No. 2 of 3
P&ID NO.
Line & (Equipment No).
110398B02-SC-0101
Location
Field
Zone-1, Gas Group IIA/IIB, T3
EExd
Tank Type
Closed
Function
FLUID HANDLED
5 0C / 47.3 0C
33.6 / 36 Kg/cm2
DESIGN PRESSURE
64 Kg/cm2
-200C to 65 0C
SPECIFIC GRAVITY
0.5976
VESSEL DETAILS
Length : 5 meters
VESSEL DIMENSIONS
Diameter : 1 meter
VESSEL UNDERGROUND / ABOVEGROUND
Above Ground
DOCUMENT NO.
110398B02-01-11-03-011
REV.
TRANSMITTER
Type
Electronic, SMART
Measuring Principle
Capacitance/RF Admittance
65 Kg/cm2
-200C to 65 0C
Process Connection
Housing Material
Calibration Range Min / Max.
VTA
.Output Signal :
HART compatibility
Enclosure Class :
Ex Approval / Certification
25 Years
Required (Preferably through 4-20 mA HART
digital signal)
DOCUMENT NO.
110398B02-01-11-03-011
REV.
Shock Resistance
Vibration Resistance
Measuring Range
Accuracy
Repeatability
Mounting
Mounting Bracket
NA
SENSING PROBE
Type
ROD TYPE
Basic Capacitance
<=20pF
VTA (Note- 4)
SS-316L
Required
Required (Digital)
Technical Literature
Required
Tag Plate
DOCUMENT NO.
110398B02-01-11-03-011
REV.
CERTIFICATION
Calibration
Required
Required
Others
SIL-2 certification
PURCHASE
Manufacturer
VTA
Model Number
VTA
1.
2. Vendor shall provide Plug: 1/2 inch NPT-M, (material-SS-316), ex-proof certified, for
plugging spare cable entry.
3. Vendor shall provide Cable Glands - Nickel plated brass, double compression type, Exproof certified with PVC shroud
4.
Vendor shall Calculate the Probe insertion length as per the below specification :
The total Insertion Length shall be calculated from the Tip of the Process connection upto
the bottom (minus 50 mm from the bottom of the closed vessel).
DOCUMENT NO.
110398B02-01-11-03-011
REV.
LT-0102
Quantity
1
11-0398B03-01-11-01-003, Sheet No. 2 of 3
P&ID NO.
Line & (Equipment No).
110398B02-CT-0101
Location
Field
Zone-1, Gas Group IIA/IIB, T3
EExd
Tank Type
Closed
Function
FLUID HANDLED
5 0C / 47.3 0C
ATM
DESIGN PRESSURE
3.5 Kg/cm2
-200C to 65 0C
SPECIFIC GRAVITY
0.5976
VESSEL DETAILS
Length : 4 meters
VESSEL DIMENSIONS
Under Ground
DOCUMENT NO.
110398B02-01-11-03-011
REV.
TRANSMITTER
Type
Electronic, SMART
Measuring Principle
Capacitance/RF Admittance
3.5 Kg/cm2
-200C to 65 0C
Process Connection
Housing Material
Calibration Range Min / Max.
VTA
.Output Signal :
HART compatibility
Enclosure Class :
Ex Approval / Certification
25 Years
Shock Resistance
DOCUMENT NO.
110398B02-01-11-03-011
REV.
Vibration Resistance
Measuring Range
Accuracy
Repeatability
Mounting
Mounting Bracket
NA
SENSING PROBE
Type
ROD TYPE
Basic Capacitance
<=20pF
VTA (Note- 4)
SS-316L
Required
Required (Digital)
Technical Literature
Required
Tag Plate
DOCUMENT NO.
110398B02-01-11-03-011
REV.
CERTIFICATION
Calibration
Required
Required
Others
SIL-2 certification
PURCHASE
Manufacturer
VTA
Model Number
VTA
6.
7. Vendor shall provide Plug: 1/2 inch NPT-M, (material-SS-316), ex-proof certified, for
plugging spare cable entry.
8. Vendor shall provide Cable Glands - Nickel plated brass, double compression type, Exproof certified with PVC shroud
9.
Vendor shall Calculate the Probe insertion length as per the below specification :
The total Insertion Length shall be calculated from the Tip of the Process connection upto
the bottom (minus 50 mm from the bottom of the closed vessel).
DOCUMENT NO.
110398B02-01-11-03-011
REV.
TECHNICAL SPECIFICATION
FOR
PRESSURE GAUGE
DOCUMENT NO
11
0398B02
09
11
02
012
07.05.13
AS
AD
AD
20.04.13
AS
AD
AD
REV
DATE
DESCRIPTION
PREP
CHK
APPR
CONTENTS
1.0
GENERAL
2.0
3.0
NAME PLATE
4.0
TECHNICAL SPECIFICATION
FOR
PRESSURE GAUGE
Document No.
Rev
11-0398B02-01-11-02-012
SHEET 2 of 9
1.0
GENERAL
1.1
Scope
1.1.1
This specification, together with the data sheets attached herewith covers the
requirements for the design, materials, nameplate marking, and inspection, testing and
shipping of pressure, differential pressure and vacuum gauges.
1.1.2
The related standards referred to herein and mentioned below shall be of the latest
editions prior to the date of the purchaser's enquiry:
ANSI/ASME
B 1.20.1
B 16.5
B 16.20
EN10204
IEC-60529
IS-13947
IS-3624
1.1.3
In the event of any conflict between this standard specification, data sheets, statutory
regulations, related standards, codes etc., the following order of priority shall govern:
a)
Statutory Regulations'
b)
Datasheets
c)
Standard Specification
d)
b)
TECHNICAL SPECIFICATION
FOR
PRESSURE GAUGE
Document No.
Rev
11-0398B02-01-11-02-012
SHEET 3 of 9
responsibility for the selected materials for their compatibility with the specified
fluid and its operating conditions.
1.2
1.2.1
Detailed drawings, data, catalogues and manuals required from the vendor are indicated
by the purchaser in vendor data requirement sheets. The required number of
reproducible, prints and soft copies shall be dispatched to the address mentioned,
adhering to the time limits indicated.
1.2.2
b)
Certified drawings sheets for each gauges and its accessories, which shall
provide dimensional details, internal constructional details, end connection
details and materials of construction.
c)
d)
Copy of the test certificates for all tests indicated in clause 4.0 of this
specification.
e)
f)
2.0
2.1
2.1.1
The pressure element shall be an elastic element like bourdon tube, bellow, diaphragm etc
with material as specified in the data sheet.
2.1.2
In case of bourdon type of gauges, the size of the bourdon tube shall not be less than 75%
of the nominal diameter of the dial size.
2.1.3
Gauge construction shall ensure no leakage of process fluid from the sensor elements to
atmosphere and between the high pressure and low-pressure side (in case of differential
pressure gauges) under normal condition.
2.1.4
The gauge socket shall be in one piece and shall also serve as element anchorage in case
of bourdon tube type element, which shall be directly connected to the socket, without any
capillary or tube in between. For other types of elements, the anchorage may be integral
with the socket or connected with the socket using capillary tube with minimum bore of 3
millimetres.
TECHNICAL SPECIFICATION
FOR
PRESSURE GAUGE
Document No.
Rev
11-0398B02-01-11-02-012
SHEET 4 of 9
2.1.5
Any joint in the process wetted system including joint between the element and the
anchorage/socket shall be welded type only.
2.1.6
Unless specified otherwise, the pressure gauges shall have an over-range protection of at
least 130% of maximum working pressure, as a minimum.
2.1.7
2.1.8
The gauge movement material shall be of stainless steel unless specified otherwise in the
data sheet. It shall be adjustable for calibration without dismantling the sensor unit. The
use of'S' link for calibration of span is not permitted.
2.1.9
Vendor shall ensure that the operating pressure falls in the middle 30% of the full working
range i.e. operating pressure shall fall between 35% and 65% of the range offered.
2.1.10
front case.
Pressure gauges with range as 0 to 100kg/cm2g and above shall have safety type solid
All gauges in oxygen and chlorine service shall be thoroughly degreased using reagents
like trichloro-ethylene or carbon tetrachloride. All connections shall be plugged after
degreasing process in order to avoid entrance of grease or oil particles.
2.2
2.2.1
Unless specified otherwise, the gauges shall be weather proof to IP 55 as per IEC 60529
/ IS 13947, as a minimum.
2.2.2
In general, dial markings and dial colour shall be as per IS 3624. Dials of gauges in
oxygen service shall additionally have the word 'OXYGEN' or 'CHLORINE' written in
black and 'USE NO OIL'written in red.
2.2.3
The gauge dial shall be made of a suitable metallic materials so that the finished dial
shall be capable of withstanding a dry heat of 85C for 10 hours and immersion in waterat 85C for 1 hour without cracking, blistering, warping or discoloration of the dial or paint
on the dial.
2.2.4
The pointer stops shall be provided at both ends of the scale to restrict the pointer motion
beyond 5% above the maximum of scale and less than 5% below the minimum of the
scale.
TECHNICAL SPECIFICATION
FOR
PRESSURE GAUGE
Document No.
Rev
11-0398B02-01-11-02-012
SHEET 5 of 9
2.2.5
The dial cover shall be made out of shatter proof glass sheet of thickness 1.5 to 3mm for
gauges with dial size less than 100mm while minimum 3.0mm for gauges with dial size
100mm or greater.
2.2.6
All gauges shall be provided with a blow out device i.e. blow out disc of aperture not less
than 25mm for gauges with dial size 100mm and above, while 20mm for gauges with dial
size less than 100mm.
2.2.7
When safety type solid front types of gauges are specified, they shall consist of a solid
partition isolating the pressure element from the dial. In such gauges the total solid
partition disc area shall not be less than 75% of the cross sectional area of the inside of
the case surrounding the pressure element.
2.3
Diaphragm Seals
2.3.1
Unless otherwise indicated in purchaser's data sheets, gauges specified with diaphragm
seals shall have their diaphragms integral with the gauges.
2.3.2
Whenever diaphragm seal gauges are specified with capillary, the size of the capillary
shall be selected to ensure response time of the gauge better than 5 seconds.
2.3.3
The sealing liquid for diaphragm seal gauges shall be an inert liquid, compatible with the
process fluid and its temperature. For gauges in oxygen and chlorine service, the sealing
liquid shall be fluro lube or equivalent compatible with the specified service.
2.3.4
For diaphragm seal pressure gauges with flanged ends, the diaphragm shall be rated for
the maximum allowable pressure of the associated flange.
2.4
End Connection
2.4.1
b)
c)
Ring joint flanges shall have octagonal grooves as per ANSI / ASME B16.20.
d)
Flange face shall be as per clauses 6.4.4.1, 6.4.4.2 and 6.4.4.3 of ANSI / ASME
B16.5. The face finish as specified in the data sheet shall be as follows;
2.5
125AARH
63 AARH
: 32 to 63 AARH
Performance Requirements
2.5.1
Unless otherwise specified, the accuracy which is inclusive of repeatability and hysteresis
of pressure gauges / differential pressure gauges shall meet the following performance
requirements:
a)
1% of full scale
TECHNICAL SPECIFICATION
FOR
PRESSURE GAUGE
Document No.
Rev
11-0398B02-01-11-02-012
SHEET 6 of 9
b)
c)
2% of full scale
2.6
Accessories
2.6.1
Gauges shall be supplied with all accessories as specified in the data sheets pre-installed.
2.6.2
For flanged diaphragm seal gauges, spacer ring, isolation valve and plugs shall be
provided whenever specified.
Over Range Protector (OPV)
2.6.3
a)
Whenever the maximum pressure specified in the data sheet exceeds the over range
protection pressure, over range protector shall be supplied.
b)
In case of pressure gauges with diaphragm seal, the over-range protector shall be
installed between the seal and the gauge.
c)
The material of construction of over range protector shall be same as socket material,
as a material.
2.6.4
Snubber
a)
b)
3.0
NAME PLATE
3.1
Each gauge shall have a stainless steel nameplate attached firmly to it at a visible place
either by riveting or screwed to the case, furnishing the following information:
a)
b)
Vendor's name
c)
d)
e)
4.0
4.1
Unless otherwise specified, purchaser reserves the right to test and inspect all the items at
the vendor's works inline with the inspection test plan for pressure, differential pressure
and vacuum gauges.
4.2
Vendor shall submit following test certificates and test reports for purchaser's review:
a)
Material test report as per EN10204 clause 2.2 for wetted parts like gauge socket
and sensing element and as per clause 3.IB for flanges and spacer rings of
diaphragm seal type pressure gauges.
b)
Document No.
Rev
11-0398B02-01-11-02-012
SHEET 7 of 9
c)
d)
Performance test reports for all gauges including accuracy, repeatability, over
pressure and vacuum test (as applicable)
e)
Type test reports for shock test and endurance test as per IS-3624 for each type /
model.
f)
4.3
Witness Inspection
4.3.1
All pressure, differential pressure and vacuum gauges shall be offered for pre dispatch
inspection for following as a minimum:
a)
b)
c)
d)
Review of all certificates and test reports as indicated in clause 4.2 of this
specification.
4.3.2
In the event when the witness inspection is not carried out by purchaser, vendor shall
anyway complete the tests and the test documents for the same shall be submitted to
purchaser for scrutiny.
TECHNICAL SPECIFICATION
FOR
PRESSURE GAUGE
Document No.
Rev
11-0398B02-01-11-02-012
SHEET 8 of 9
Item
S.No.
Specified Material of
Construction
1.
Sensing Element
SS316
SS316L, SS316Ti
2.
Socket
SS316
SS316L, SS316Ti
SS304
SS304L, SS316
3.
Case
Cast Aluminum
SS316Ti, SS316L,SS
4.
Capillary
SS
SS304, SS316,
SS304L, SS316L,
SS316Ti
Diaphragm
SS316
SS316L, SS316Ti
SS
SS 302, SS 304, SS
304L, SS316,
SS316L, SS316Ti
. 5.
TECHNICAL SPECIFICATION
FOR
PRESSURE GAUGE
Document No.
Rev
11-0398B02-01-11-02-012
SHEET 9 of 9
DOCUMENT NO
11
0398B02
01
TOTAL SHEETS
11
02
013
07.05.13
AS
AD
AD
20.04.13
AS
AD
AD
REV
DATE
DESCRIPTION
PREP
CHK
APPR
TABLE OF CONTENTS
1.0
GENERAL ....................................................................................................................................... 3
2.0
3.0
Document No.
Rev
11-0398B02-01-11-02-013
SHEET 2 of 7
1.0
1.1
GENERAL
Scope
1.1.1
This specification, together with the data sheets attached herewith covers the requirements for the
design, materials, fabrication, nameplate marking, inspection, testing and shipment of pressure relief
valves.
1.1.2
The related standards referred to herein and mentioned below shall be of the latest editions prior to
the date of the purchaser's enquiry: -
1.1.3
ANSI/ASME
B 1.20.1
B 16.5
B 16.20
B 16.34
ASME
Sec-VIII
Sec-I
API
API 520
Sizing, Selection
Refineries.
Part I
Part II
Installation
API 521
API 526
API 527
EN 10204
IBR
and
Installation
of Pressure
Relieving Devices
in
In the event of any conflict between this specification, data sheets, related standards, codes etc., the
following order of priority shall govern:
a)
b)
c)
d)
Statutory Regulations
Data Sheets
Standard Specification
Codes and Standards
Document No.
Rev
11-0398B02-01-11-02-013
SHEET 3 of 7
1.1.4
1. 2
1.2.1
Detailed drawings, data, catalogues and manuals required from the vendor are indicated by the
purchaser in vendor data requirement sheets.
1.2.2
Final documentation consisting of design data, installation manual, operation and maintenance
manual etc. submitted by the vendor after placement of purchase order shall include the following as a
minimum:
a)
b)
c)
d)
e)
f)
Specification sheet for each pressure relief valve and its accessories
Certified drawing sheets for each pressure relief valve and accessories, which shall provide
dimensional details, internal construction details, end connection details, weight and material of
construction.
Copy of type test certificates.
Copy of test certificates for all the tests indicated in clause 4.0 of this specification.
Installation procedure for Pressure relief valve and its accessories
Calibration and maintenance procedure including replacement of internals wherever applicable.
2.0
2.1
Valve Design
2.1.1
The definitions of various terminologies used in purchaser's data sheets are as per clause 1.2 of API
RP 520 part 1.
2.1.2
Unless specified otherwise, all pressure relief valves shall be full nozzle full lift type and all relief
valves in thermal safety application shall be modified nozzle type.
2.1.3
For flanged pressure relief valves, the valve inlet and outlet size, the orifice designation and
corresponding relieving area shall be as per API 526.
2.2
Valve Sizing
2.2.1
Sizing shall be carried out using the formulae mentioned in the following standards whenever the
sizing code mentioned in the purchaser's data sheets refers to these
Sizing Code
API
2.2.2
Standard
API RP 520 Part I
API RP 521
Discharge Co-efficient
For all valves in gas, vapour or steam service with design code as ASME Sec VIII or ASME Section I
discharge co-efficient of 0.975 as per API 520 shall be used.
2.2.3
For the selected orifice letter designation and inlet and outlet size of the pressure relief valve, relieving
area of the valve offered by vendor shall meet those in API-526.
2.3
Valve Construction
2.3.1
Body
TECHNICAL SPECIFICATION FOR
PRESSURE SAFETY VALVE
Document No.
Rev
11-0398B02-01-11-02-013
SHEET 4 of 7
b)
c)
Flanged face finish shall be as per ANSI/ASME B 16.5.The face finish as specified in the data
sheets, shall be as follows;
125AARH
125to200AARH
63 AARH
32 to 63 AARH
2.3.1.2 For flanged valves, inlet and outlet sizes and ratings and centre to flange face dimensions shall
be in accordance with API-526. Dimensional tolerance shall be as mentioned therein.
2.3.1.3 Body drain with a plug shall be provided as a standard feature on every pressure relief valve.
2.3.1.4 For the pilot operated pressure relief valves, where vendor's standard model provides only semi
nozzle design (i.e. the body is part of the inlet flow path), body material shall be of the same material
as that of nozzle specified in purchaser's data sheets, as a minimum.
2.3.2
Trim
2.3.2.1 The term 'trim' covers all the parts of the valves exposed to and in contact with the process fluid
except for the body and bonnet assembly i.e. nozzle, disc, disc holder, stem etc.
2.3.2.2 Valves shall be of the full nozzle type of design with the exception as per clause 2.3.1.4 and valves in
thermal relief application.
2.3.2.3 Wherever stelliting of disc and nozzle has been specified, it stands for stelliting of the seat joint and
the entire disc contour, unless otherwise mentioned.
2.3.2.4 For high temperature application, the materials for the internals shall be selected to avoid galling.
2.3.2.5 Resilient seat, seals or o-rings wherever used shall be suitable for pressure and temperature
conditions specified.
2.3.2.6 Gaskets wherever used shall be metallic type. Gaskets with asbestos filler or with asbestos bearing
material shall not be used.
2.3.3
2.3.3.1 All valves shall be provided with a cap over the adjusting bolt. Cap shall be of either bolted type or
screwed type as specified in the purchaser's data sheets.
2.3.3.2 Lifting lever shall be provided whenever the fluid to be relieved is steam and air or water above 65C.
2.3.3.3 Valve spring shall be selected such that it can permit an adjustment of 5% of the set pressure, as a
minimum.
2.3.3.4 Carbon steel springs shall be made corrosion resistant through plating/coating as per manufacturer's
standard design or as specified in the purchaser's data sheets.
2.3.3.5 The allowable tolerance in set pressures are as below:
a)
0.14 kg/cm2 g for set pressure upto and including 5kg/cm2 g.
b)
3% for set pressure above 5kg/cm2 g.
2.3.3.6 Bonnet shall be of the closed type for all process applications in general. Open type bonnet shall be
used only for steam and non-hazardous/non-toxic fluids. For all steam applications under design code
1BR or ASME Section-I with open bonnet design, weather protection cover shall be provided.
TECHNICAL SPECIFICATION FOR
PRESSURE SAFETY VALVE
Document No.
Rev
11-0398B02-01-11-02-013
SHEET 5 of 7
2.3.4
Pilot Design
2.3.4.1 For pilot operated valves, the pilot design shall be of inherently fail safe.
2.3.4.2 Unless specified otherwise, pilot shall be non-flowing type.
2.3.4.3 All accessories like back flow preventer, pilot filter etc. required for proper operation of pilot operated
valves as per indicated service conditions shall be included.
2.3.4.4 Material of construction of pilot shall be same as that of main valve nozzle as a minimum.
2.3.4.5 The o-ring and diaphragm material of pilot shall be suitable for the pressure and temperature
conditions specified in the data sheet.
NAMEPLATE
2.4
Each pressure relief valve shall have a stainless steel nameplate attached firmly to it at a visible place
furnishing the following information: a)
b)
c)
d)
e)
f)
g)
2.4.1
For the above, pressures shall be marked in the same units as those followed in purchaser's data
sheets.
3.0
3.1
Vendor shall submit the following test certificates and test reports for purchaser's review:a) Material test certificate as per clause 3.1B of EN10204 for each valve body and bonnet
castings/forging, nozzle and as per clause 2.2 for stem, disc etc.
b) Certificate of radiography/X-ray for valve castings as per following requirements;
i)
100% radiography shall be carried out for all valve castings with body rating of 600# and
above
or wherever specifically indicated for in the material requisition.
ii)
Radiography procedure shall be as per ANSI B 16.34 and acceptance criteria shall be as per
ANSI B 16.34 Annexure-B. Following area of pressure relief valve shall be radiographed
unless specified otherwise.
- Inlet flange neck
- Outlet flange neck
- Nozzle (in case of cast construction)
- Body/bonnet joint neck.
c) Dimensional, hydrostatic and functional test reports for all valves as per clause 4.3 and 4.4 of this
specification.
d) Type test certificate for blow-off and closing down pressure.
3.2
Hydrostatic Test
Document No.
Rev
11-0398B02-01-11-02-013
SHEET 6 of 7
3.2.1
Each Pressure relief valve body shall undergo hydrostatic test as per outlet flange ANSI rating.
However all the safety valves castings covered under IBR shall be tested as per IBR regulations.
There shall not be any visible leakage during this test.
3.2.2
For full nozzle type of pressure relief valve, nozzle shall undergo hydrostatic test as per inlet flange
ANSI rating. For Semi nozzle design, valve Inlet shall be tested after assembly as per Inlet flange
ANSI rating.
3.3
Functional Test
3.3.1
3.3.2
ii)
-----------------------------------X----------------------------------------------------X------------------------------------------------
Document No.
Rev
11-0398B02-01-11-02-013
SHEET 7 of 7
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
DOCUMENT NO
11
0398B02
14
11
02
014
07.05.13
AS
AD
AD
20.04.13
AS
AD
AD
REV
DATE
DESCRIPTION
PREP
CHK
APPR
CONTENTS
1.0
2.0
GENERAL
DESIGN AND
CONSTRUCTION
3.0
NAME PLATE
4.0
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 2 of 14
1.0
General
1.1
Scope
1.1.2
This specification, together with the data sheets attached herewith forms the requirements for
the design, materials, nameplate marking, inspection, testing and shipping of
electronic/pneumatic instruments.
1.1.3
The related standards referred to herein and mentioned below shall be of the latest editions
prior to the date of the purchaser's enquiry:ANSI/ASME
B 1.20.1
B 16.5
B 16.20
BS-5760
EN 10204
IEC-60068
Environmental Testing
IEC-60079
IEC-60529
IEC-61000-4
IEC-61158
IEC-61158-2
IEC 61508
IS-13497
IS-2148
ISA
S 7.3
S 50.1
ITK-x.x
1.1.4
In the event of any conflict between this standard specification, job specification/data sheets,
Statutory regulations, related standards, codes etc. the following order of priority shall govern:
a)
Statutory Regulations
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 3 of 14
1.1.5
b)
c)
Data Sheets
Standard Specification
d)
a)
b)
1.2.1
Detailed drawings, data, catalogues and manuals required from the vendor are indicated by
the purchaser in vendor data requirement sheets. The required number of reproducible, prints
and soft copies should be despatched to the address mentioned, adhering to the time limits
indicated.
1.2.2
Final documentation consisting of design data, installation manual, operation and maintenance
manual, etc submitted by the vendor after placement of purchase order shall include the
following, as a minimum;
a)
b)
Certified drawing for each instrument, which shall provide dimensional detail, internal
construction and part list, material of construction etc.
c)
d)
e)
Copy of the test certificates of all the tests indicated in clause 4.0 of this specification.
f)
g)
2.0
2.1
General Requirements
2.1.1
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 4 of 14
2.1.2
The range of instruments shall be selected by vendor base on the set range indicated in the
purchasers data sheet. Where no set range is indicated, vendor may select the same as per
the following guidelines;
a)
The set range shall be 1.1 times the maximum process value or 1.4 times the
operating process value whichever is higher rounded to the nearest ten.
b)
2.1.3
The set range shall preferably be in the middle third of the selected instrument range.
Except for instruments covered under clause 2.2.3.10 of this specification or specified
otherwise in purchasers data sheets, each instrument shall have an over-range protection of
at least 130% of specified range.
2.1.4
Measuring element in vacuum service shall have under range protection down to full vacuum,
without undergoing a change in calibration or permanent set.
2.1.5
Unless otherwise specified, diaphragm seal instrument shall meet the following requirements;
a)
Instruments shall have its diaphragm seal integral with the instrument and shall be
supplied with adaptor flange.
b)
When purchaser data sheets specify wafer seal type of instrument, vendor shall
include supply of studs, nuts and gasket as per the materials specified in the
purchasers data sheet. Refer Annexure 1 attached with this specification for stud
bolts, nuts and gasket material requirement.
c)
The sealant shall be an inert liquid, compatible with the process fluid and process
temperature indicated in the purchasers data sheets. In general, sealant shall be;
i)
DC 704 or equivalent for all diaphragm seal instruments except for oxygen
and chlorine.
ii)
The requirement of spacer ring shall be as specified in purchasers data sheet. The
material of construction of spacer ring shall be 316 Stainless Steel, as a minimum
unless otherwise specified in the purchasers data sheets.
2.1.6
Wherever purchaser data sheet specified integral flow transmitter, vendor shall supply
complete assembly consisting of integral orifice, upstream and downstream meter
runs
with
end flanges.
a)
Three nos. of integral orifice plates shall be supplied i.e one is installed and two are
spares.
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 5 of 14
b)
Unless otherwise specified, material of construction shall be 316 Stainless Steel for
integral
2.1.7
The instrument enclosure shall be suitable for the area classification indicated in the
purchaser's data sheets. Unless otherwise specified, the enclosure shall meet the following
standards;
Weatherproof housing
IP-65 to IEC-60529/IS-13947.
Flameproof housing
b)
c)
d)
Flanged face finish shall be as per clauses 6.4.4.1, 6.4.4.2, and 6.4.4.3 of ANSI B
16.5. The face finish as specified in the data sheets shall be as follows: -
2.1.9
125 AARH
63 AARH
32 to 63 AARH
All electronic / pneumatic instruments in oxygen and chlorine service shall be thoroughly
degreased using reagents like trichloro-ethylene or carbon tetrachloride. End connection shall
be blinded / plugged after the degreasing process in order to avoid entrance of grease or oil
particles.
2.1.10
Electronic Instruments
2.1.10.1 All instruments shall be of state-of-the-art technology and shall be in compliance with the
electromagnetic compatibility requirements specified in IEC-61000-4 standard.
2.1.10.2 Plug-in circuit boards shall be designed and manufactured such that reverse insertion or
insertion of the wrong card is prevented.
2.1.10.3 Electronic instruments shall generally operate on nominal voltage of 24 V DC and shall be
protected against short circuit and reverse voltage. Transmission and output signal shall
generally be 4 to 20 mA DC for analog and smart transmitters. The display of integral output
meter shall be in engineering units for pressure, differential pressure and flow and 100% linear
for level.
2.1.10.4 Electronic transmitters with two-wire system shall be suitable for delivering rated current to an
external loop resistance of at least 600ohm when powered with 24 V DC.
2.1.10.5 Terminals for electrical connections shall be clearly identified, and polarity shall be
permanently marked.
2.1.10.6 Peak to peak ripple and total noise level in the analog output signal shall not exceed 0.25% of
the maximum signal.
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 6 of 14
2.1.10.7 Power supply, signal isolation, ripple and noise requirements shall generally be as per ISA-S
50.1.
2.1.10.8 Electrical conduit entries shall have internal NPT threads.
2.1.11
Pneumatic Instruments.
2.1.11.1 All pneumatic connections shall be 1/4" NPT, unless otherwise specified.
2.1.11.2 All threaded connections shall be internal, unless otherwise specified.
2.1.11.3 The process input connections and pneumatic output and air supply connections etc. shall be
permanently stamped on the body at a suitable place.
2.1.11.4 Unless otherwise specified, 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.
2.1.11.5 Instrument air quality shall be as per ISA-S7.3 and shall be free from all corrosive,
hazardous, flammable and toxic contaminants.
2.2
Transmitters
2.2.1
Pneumatic Transmitters
2.2.1.1
Pneumatic blind transmitters shall be of the force-balance type and pneumatic indicating
transmitters of the motion balance type.
2.2.1.2
2.2.1.3
2.2.2
2.2.2.1
Electronic transmitters shall be of the two-wire dc current regulating type. They shall be
provided with integral output indicator. When specified, field mounted external output meters
shall be provided.
2.2.2.2
2.2.2.3
Transmitters shall be supplied with external zero and span adjustments, Flameproof
transmitters shall also have their calibration adjustment from outside, without any need to
2.2.3.2 Transmitter shall also run complete diagnostic subroutines and shall provide diagnostic alarm
messages for sensor as well as transmitter healthiness. Field bus based transmitter in addition
shall have facility to detect plugged impulse lines, whenever specifically indicated in
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 7 of 14
purchasers data sheets. In the event of detection failure, the output shall be driven to a
predefined value, which shall be field configurable.
2.2.3.3 The transmitters with field bus connectivity shall have built in control algorithm like
proportional, proportional-integral and proportional-integral-differential.
2.2.3.4 Whenever specifically indicated in purchasers data sheets, the meter electronics shall be
provided with in-built lightening and power supply surges. The transient protection shall meet
the requirements specified in IEC-60587.
2.2.3.5 The configuratinal data of the instruments shall be stored in a non-volatile memory such that
this remains unchanged because of power fluctuations or power off condition. In case vendor
standard instrument has battery backed RAM, vendor to ensure that battery drain alarm is
provided as diagnostic maintenance message.
2.2.3.6 Accuracy of transmitters, smart as well as field bus based, shall be as follows:
a)
For transmitter ranges of 760 mm WC and above, the accuracy shall be equal to or
better than 0.075% within a turndown of 1:10 of the offered span.
b)
For transmitters with ranges less than 760 mm WC the accuracy shall be equal to or
better than 0.15% within a turndown of 1:10 of the offered span.
c)
For all diaphragm seal transmitter with ranges 500 mm WC and above, the accuracy
shall be equal to or better than 0.25% within a turndown of 1:10 of the offered span.
d)
For all diaphragm seal transmitter with ranges less than 500 mm WC, the accuracy
shall be equal to or better than 0.5% within a turndown of 1:10 of the offered span.
The accuracy is defined as the combined effect of repeatability, linearity and hysteresis.
2.2.3.7
The stability of the transmitters shall be equal to or better than 0.1% of span for a period of
minimum 6 months, as a minimum.
2.2.3.8
Transmitter shall update the output at least 8 times a second unless otherwise specified.
2.2.3.9
2.2.3.10 Unless specified otherwise, the over-range/static pressure protection of the transmitter shall
be as follows;
a)
For transmitter range between 1 kg/cmg and 100kg, the over range/static pressure
shall be 130 kg cmg.
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 8 of 14
b)
For transmitter with ranges of 100 kg/ cmg and above, the over-range/static pressure
shall be 210 kg/cmg or 130% of maximum range whichever is higher.
c)
For transmitter range between 0.5 kg/cmg to 1.0 kg/ cmg, the over pressure/static
pressure shall be 70kg/cmg.
d)
For transmitters with ranges between 1000mm WC to 5000mm WC, the overrange/static pressure shall be 35kg/cmg.
e)
For transmitter with ranges less than 1000mm WC, over-range/static pressure shall be
1.0kg/cmg.
2.2.3.11
2.2.3.12
Temperature transmitter shall be universal type and shall be able to accept input from
resistance temperature detector (RTD) or thermocouple (T/C) of any type and range.
b)
Temperature transmitters shall be freely programmable i.e. element type and range
shall be programmable without any change in hardware / software.
c)
d)
The accuracy of the temperature transmitter with RTD element shall be as follows:
-
For temperature range above 350c, the accuracy shall be equal to or better
than 0.075% of full scale.
For temperature range with ranges between 350c to 150c, the accuracy shall
be equal to or better than 0.15% of full scale.
For temperature range below 150c, the accuracy shall be equal to or better than
0.2% of full scale.
e)
2.2.3.13
It shall allow multi masters (two for example, primary and secondary) for
configuration, calibration, diagnostics and maintenance. The primary could be the
control system or host computer and the secondary could be the hand-held
communicator.
b)
locations.
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 9 of 14
2.2.3.14
In addition to the requirements specified above, field bus based transmitter shall meet the
following requirements;
a)
All instruments must satisfy the requirements of the field bus registration laboratory
with applicable checkmark like foundation field bus, profibus PA, or as specified in the
purchasers data sheets.
b)
All instruments shall have two analog input blocks, as a minimum. In addition, when
specified the transmitter shall also have PID controller block.
c)
All instruments must be interoperable and shall have valid interoperability test
clearance like ITK latest version for foundation field bus or equivalent for profibus PA,
as applicable.
d)
e)
f)
The field bus instruments in hazardous area shall be certified as per entity concept or
shall be FISCO approved as per the requirements specified in the purchasers
specification.
2.4
Receivers
2.4.1
Pneumatic/electrical cables shall be such that they permit the instrument internals to be drawn
from its normal mounting position without affecting operation. Pneumatic connection points
shall seal automatically upon disconnection.
2.4.2
Electronic receivers shall be suitable for standard voltage inputs of 0.25 to 1.25 V, 1 to 5 V, 0
to 10 V dc. Any voltage receiver shall not alter the voltage drop across the conditioning
resistor by more than 0.1% of input range of maximum input voltage.
2.4.3
2.5
Controllers
2.5.1
Automatic control stations including dedicated cascade control stations shall have switches to
transfer control from automatic to manual mode and vice-versa. The transfer shall be
procedureless and shall not produce any bump in the process under control during such a
2.5.2
transfer, the output signal shall not change by more than 1% of span.
Cascade control stations shall have a switch to select local or remote set point.
2.5.3
The control settings of the controller shall be readily adjustable from the front.
2.5.4
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 10 of 14
2.5.5
Pneumatic automatic controller shall be easily removable, without disturbing the manual
control mechanism.
2.5.6
Electronic controller shall be easily removable, with the aid of a service station.
2.5.7
Local mounted pneumatic controllers shall be supplied with gauges for air supply pressure
and control signal. The gauges shall be integral with the instrument.
2.6
Accessories
2.6.1
2.6.1.1
2.6.1.2
2.6.1.3
There should be no interruption on the output while communicating with the transmitter.
Field communicator shall meet the following requirements:
a)
Hand Held communicator shall be universal type and shall be compatible with all make
and models of HART transmitters, Smart positioners, instruments with all engineering
capability like calibration, diagnostics, configuration, inhibition of HART signal, etc.
b)
It shall be possible to connect the communicator at any of the following locations for
purpose of digital communication;
i)
ii)
iii)
Offered communicator shall be dust-proof, certified intrinsically safe and suitable for
outdoor location. Carrying case shall be supplied with each communicator.
d)
When specified in data sheets, the software shall also be capable of configuring other
makes of transmitters.
e)
2.6. 2
2.6.2.1 The field bus testers shall be able to determine the ability of the field bus wiring to carry field
bus signals. The field bus tester shall be capable of testing both signal and resistance of
2.6.2.2
There shall not be any interrruption on the output while communicating with the field bus
devices.
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 11 of 14
2.6.2.3
The field bus tester shall meet all the requirements as specified in clause 2.6.3 (b), (c), (d)
and (e)
2.6. 3
2.6. 4
2.6.4.1
Remote output meter shall be electronic with LCD display. The display shall be in actual
engineering units.
2.6.4.2
The indicator electronic shall be able to perform square root extraction for flow
measurement.
2.6.4.3
Offered indicators shall be certified Intrinsically safe, when used in hazardous area.
2.6.4.4
Power supply shall be loop powered with smart transmitter, unless otherwise specified.
2.6.4.5
Fieldbus based field indicator shall be able to indicate all signals available in the fieldbus
segment, selectively.
2.6. 5
Yoke mounted instruments shall be supplied with mounting bracket, U-bolt and nuts suitable
for mounting the instruments on a 50 mm (nominal bore) pipe stanchion (horizontal or
vertical).
2.6. 6
Air set
Air set, where provided, shall be a combination air filter regulator set with 5-micron filter
cartridge. It shall have a 50 mm diameter pressure gauge to indicate the regulated pressure.
Each air set shall be supplied with mounting bracket and bolts with nuts for surface
mounting.
2.6.7
Battery charger
Battery charger shall be supplied with all necessary accessories and shall operate at 230V
10%, 50Hz3Hz, unless otherwise specified.
3.0
3.1
NAMEPLATE
Each flush panel mounted instrument shall have the following information identified in the
front:-a)Tag number as per purchaser's data sheet.
b)
c)
d)
Each flush panel mounted instrument shall have a back nameplate permanently
fixed to it at
a visible place reporting the following information:
e)
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 12 of 14
f)
3.2
b)
c)
d)
Body material.
e)
f)
Range of measurement.
g)
Area classification in which the equipment can be used, this shall be to the same
code as per purchaser's data sheets.
4.0
4.1
Unless otherwise specified, purchaser reserves the right to test and inspect all the items at the
vendors works in line with the inspection test plan for electronic/pneumatic instruments.
4.2
Vendor shall submit the following test certificates and test reports for purchasers review: a) Material test report as per clause 3.1B of EN 10204 for body, flanges and spacer rings for
all transmitters and diaphragm seal transmitters
b) Material test report as per clause 2.2 of EN 10204 for sensing element
c) Hydrostatic test report as per clause 4.3.
d) Functional and calibration report for each instrument including accuracy, linearity,
hysteresis and repeatability.
e) Performance test report as per clause 4.4.
f) Response time of smart and fieldbus transmitters
g) Capability of smart and field bus based transmitters to accept multimasters for
configuration, calibration, diagnostics and maintenance.
h) Configuration, calibration and diagnostics check through hand held configurator / field
bus tester for smart and field bus based instruments.
i) Configuration, calibration and diagnostics check through field bus configurator for field
bus based instruments.
j) Interoperability test certificate as per clause 2.2.3.14c) for fieldbus transmitters
k) Certificate from statutory body for intrinsic safety/flameproof enclosures.
l) Functional test report for fieldbus tester
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 13 of 14
4.3
Hydrostatic Test
4.3.1
All transmitters shall be hydrostatically tested at static pressure as per clause 2.2.3.10 for a
period of minimum 1 minute. After this test the transmitter shall not undergo a permanent set
from the original calibration.
4.4
Performance Test
4.4.1
All instruments shall meet the Accuracy performance characteristics stated in clause 2.2.3.6
after the instruments have been subjected to the following over-range conditions: a)
b)
4.5
Witness Inspection
4.5.1
Vendor shall offer all items for pre-despatch inspection. Following tests/checks shall be
carried out, as a minimum: a)
b)
c)
d)
e)
Effect of power supply/air supply variation and load driving capability check on
representative samples.
f)
Response time check on representative samples for smart and fieldbus transmitters
g)
Capability of smart and field bus based transmitters to accept multimasters for
configuration, calibration, diagnostics and maintenance.
h)
i)
Configuration, calibration and diagnostics check through field bus configurator for
field bus based instruments.
j)
Review of all certificates and test reports as indicated in clause 4.2 of this specification.
k)
TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
Document No.
Rev
11-0398B02-01-11-02-014
SHEET 14 of 14
TECHNICAL SPECIFICATION
FOR
INSTRUMENT VALVE & MANIFOLD
DOCUMENT NO
11
0398B02
11
02
08
015
07.05.13
AS
AD
AD
20.04.13
AS
AD
AD
REV
DATE
DESCRIPTION
PREP
CHK
APPR
CONTENTS
1.0
GENERAL
2.0
3.0
NAME PLATE
4.0
TECHNICAL SPECIFICATION
FOR
INSTRUMENT VALVE & MANIFOLD
Document No.
Rev
11-0398B02-01-11-02-015
SHEET 2 of 8
1.0
GENERAL
1.1
Scope
1.1.1
This standard specifications, together with the data sheets attached herewith, covers the
requirements for the design, materials, inspection, testing and shipping of instrument valves
and manifolds which includes the following types:
a)
b)
1.1.2
The related standards referred to herein and mentioned below shall be of the latest edition
prior to the date of purchaser's enquiry;
ASME/ANSI
Standards Institute
B 1.20.1
B 16.11
B 16.9
B 16.34
API-598
EN 10204
MSS
SP99
1.1.3.
Instrument Valves
In the event of any conflict between this standard specification, job specification/data sheets, statutory
regulations, related standards, codes etc. the following order of priority shall govern:
a)
Statutory Regulations
b)
Data Sheets
c)
Standard Specification
d)
1.2
1.2.1
Detailed drawings, data, catalogue and manuals etc. required from the vendor is indicated by the
purchaser in vendor data requirement sheets attached with material requisition. The required number
of reproducible, prints and soft copies shall be dispatched to the address mentioned in the material
requisition, adhering to the time limits indicated.
1.2.2
Final documentation consisting of design data, installation and maintenance manual etc. submitted by
the vendor after the placement of purchase order shall include the following, as a minimum:
TECHNICAL SPECIFICATION
FOR
INSTRUMENT VALVE & MANIFOLD
Document No.
Rev
11-0398B02-01-11-02-015
SHEET 3 of 8
a)
b)
c)
d)
Copy of test certificates for all the tests indicated in clause 4.0 of this specification.
e)
2.0
2.1
The instrument valves shall be of manufacturer proprietary design. However, the minimum
requirements specified herein must be complied.
2.2
Qualification tests (hydrostatic proof and burst tests) as per MSS SP-99 shall be conducted by vendor
for each design and size of valve to establish the cold working pressure (CW.P) rating.
2.3
For all valves and manifolds with body material of carbon steel/stainless steel, the valve trim material
shall be 316 Stainless Steel, as a minimum. Whenever body material is other than that specified
above, trim material should be same as body material as a minimum.
2.4
Unless otherwise specified, the valve packing material for all valves and manifolds shall be PTFE
only. The o-ring materials wherever used shall also be of PTFE.
2.5
The finishing and tolerances of parts like stem, piston, stem threading etc. of the offered valves and
manifolds shall be properly machined to avoid problems like galling.
2.6
The hand wheel material for all valves and manifolds shall be zinc/nickel plated carbon steel. Any other
material, if provided as per standard vendor design, shall also be acceptable.
2.7
2.7.1
The instrument valves shall be of globe pattern needle valves forged/ bar stock with inside screwed
bonnet, with back-seated blow out proof system.
2.7.2
2.7.3
The minimum cold working pressure (CWP) rating of the valve shall be as per Annexure 1 of this
specification, unless otherwise specified.
2.7.4
The end connection shall be ^"NPTF to ANSI B 1.20.1, unless otherwise specified.
2.7.5
2.7.6
TECHNICAL SPECIFICATION
FOR
INSTRUMENT VALVE & MANIFOLD
Document No.
Rev
11-0398B02-01-11-02-015
SHEET 4 of 8
2.8
Valve Manifolds
2.8.1
2.8.1.1
3-Valve manifold
a)
3-Valve manifold shall be designed for direct coupling to differential pressure transmitters
having 2 bolt flanges with 54mm (2-1/8") centre-to-centre connections and 41.3mm (1 -5/8")
bolt-to-bolt distance.
b)
3-Valve manifold shall contain two main line block valves and an equalising bypass valve.
The valves shall be needle type. They shall use self-aligning 316 Stainless Steel ball seats,
unless otherwise specified.
2.8.1.2
5-Valve manifold
a)
5-Valve manifold shall be designed for direct coupling to differential pressure transmitters
having 2 bolt flanges with 54mm (2-1/8") centre-to-centre connections and 41.3mm (1-5/8")
bolt-to-bolt distance.
b)
5-Valve manifold shall contain two main line block valves and a combination double block
and bleed for the bypass line. The valve shall of needle type or special ball with bleed hole.
2.8.1.3
2.8.1.4
The material of construction shall be 316 Stainless Steel, unless otherwise specified.
2.8.1.5
The minimum cold working pressure (CWP) rating of manifolds shall be as per Annexure 1 of this
specification, unless otherwise specified.
2.8.1.6
2.8.1.7
Wherever the manifolds are specified for stanchion mounting, these shall be supplied along with
mounting accessories. The bolts and nuts shall be alloy steel as per ASTM A 193 Gr B7 and ASTM
A194 Gr. 2H (Hot dip galvanized or zinc plated) respectively. Other accessories shall be zinc plated.
2.8.2
2.8.2.1
2.8.2.2
2.8.2.3
The body material shall be 316 Stainless Steel, unless otherwise specified.
2.8.2.4
The minimum cold working pressure rating of the manifold shall be as per Annexure 1 of this
specification, unless otherwise specified.
TECHNICAL SPECIFICATION
FOR
INSTRUMENT VALVE & MANIFOLD
Document No.
Rev
11-0398B02-01-11-02-015
SHEET 5 of 8
2.8.2.5
a)
suitable for socket weld or butt weld as per B 16.11/ Bl 6.9 as specified in the job
specifications
b)
The gauge connection shall be with union nut and tail piece threaded to 1/2"NPTF.
c)
2.9
2.9.1
2.9.1.1
2.9.1.3
The minimum cold working pressure rating of instrument air isolation valves shall be as per Annexure
1 of this specification, unless specified otherwise.
2.9.1.4
The end connection shall be ^"NPTF to ANSI B 1.20.1, unless otherwise specified.
2.9.1.5
2.9.2
2.9.2.1
The instrument valves shall be globe pattern-needle valves forged/bar stock with inside screwed
bonnet.
2.9.2.2
2.9.2.3
The minimum cold working pressure of Instrument Air Needle valves shall be as per Annexure 1
of this specification, unless otherwise specified.
2.9.2.4
The end connection shall be %" NPTF to ANSI Bl.20.1, unless otherwise specified.
2.9.2.5
2.9.2.6
2.10
a)
b)
Height in fully open condition - 49 mm maximum. These dimensions are tentative only.
All instrument valves in oxygen and chloride service shall be thoroughly degreased using reagents like
trichloroethylene or carbon tetrachloride. End connection shall be plugged after degreasing process in
order to avoid entrance of grease or oil particles.
3.0
NAME PLATE
3.1
b)
Cold working pressure of each item to the same standards as in purchaser's data sheets.
TECHNICAL SPECIFICATION
FOR
INSTRUMENT VALVE & MANIFOLD
Document No.
Rev
11-0398B02-01-11-02-015
SHEET 6 of 8
c)
d)
e)
Material of construction.
4.0
4.1
Unless otherwise specified, purchaser reserves the right to test and inspect all the items at vendor's
works, inline with the inspection test plan for instrument valve and manifolds.
4.2
Vendor shall submit following test certificates and test reports for purchaser's review:
a)
Material test certificates as per clause 3. IB of EN 10204 for body and bonnet and as per
clause 2.2 for other parts.
b)
c)
d)
Hydrostatic proof and burst tests as per MSS-SP-99 for each design and size of valve.
4.3
4.3.1
Each valve and manifold shall be subjected to hydrostatic pressure test at ambient temperature for
both seat and shell leakage at test pressures given in Annexure-1 of this specification. During and
after the hydrostatic test there shall not be any visible leakage.
4.3.2
Pneumatic Test
Each valve and manifold shall be subjected to pneumatic test for both shell and seat leakage at 7.0
kg/cm2g with testing medium as air at ambient temperature. There shall not be any visible leakage
when immersed in water or coated with a leak detection solution.
4.4
Witness Inspection
4.4.1
All valves and manifolds shall be offered for pre-dispatch inspection for following, as a
minimum:
a)
b)
c)
Review of all certificates and test reports as indicated in clause 4.2 of this specification.
4.4.2
In the event, when witness inspection is not carried out by purchaser, the tests shall anyway
be completed by the vendor and documents for the same shall be submitted to purchaser for
scrutiny.
TECHNICAL SPECIFICATION
FOR
INSTRUMENT VALVE & MANIFOLD
Document No.
Rev
11-0398B02-01-11-02-015
SHEET 7 of 8
ITEM
1.
Instrument
Valves
(Miniature
A)
B)
2.
4.
MIN. COLD
WORKING
PRESSURE
HYDROSTATIC
TEST PRESSURE
FOR SEAT
LEAKAGE
SHELL
LEAKAGE
TEST
<600#
>900#to<1500#
102kg/cmzg
253kg/cm2g
112kg/cmzg
278kg/cm2g
153kg/ cmzg
383kg/cm2g
<600#
>900#to<
1500#
102kg/ cm2g
253kg/cm2g
112kg/cmzg
278kg/cm2g
153kg/ cm2g
383kg/cm2g
27kg/cm2g
30kg/cm2g
41kg/cmzg
27kg/cm2g
30kg/cm2g
41kg/cmzg
Instrument
Valve
A)
B)
3.
LINE
PRESSURE
Instrument
Air Isolation
Valves
Instrument
Air Needle
Valves
TECHNICAL SPECIFICATION
FOR
INSTRUMENT VALVE & MANIFOLD
Document No.
Rev
11-0398B02-01-11-02-015
SHEET 8 of 8
Rev. 0
Page No. 1 of 3
INSPECTION BY
SR. NO.
DESCRIPTION
CHARACTERISTIC
CLASS
Major
Major
TYPE OF CHECK
Review
QUANTUM OF
CHECK
REFERENCE
DOCUMENTS
ACCEPTANCE NORMS
100%
Contractual
Doc/ Drgs.
Contractual
Doc/ Drgs.
FORMAT OF
RECORDS
TPI
CONSULTANT/
OWNER
Internal
Reports
Code Requirements
Major
Review
100%
Design code
Design code
Internal Reports
Major
Review
100%
Design code
Design code
Internal Reports
Major
Review
100%
Material Spec.
Material Spec.
Internal Reports
Pressure Parts
spec.and Drwg.
W/R
Coorelation of TC with Material
Major
Visual
100%
Test Certificate
Test Certificate
Internal Reports
Dimensions
Major
Measurement
Sample
Drawing/ TC
Drawing/ TC
Internal Reports
Major
Review of TC
100%
Code
Code
Internal Reports
Major
Visual
100%
Hard Punching
Hard Punching
Internal Reports
Identification
Major
Visual
100%
Drawing
Drawing
Internal Reports
Dimensions/ Profile
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Nozzles)
Major
Template
100%
Drawing/ Design
Drawing/ Design
Internal Reports
PT of knuckle/ Edge
Major
Visual
100%
LPE 01
LPE 01
Internal Reports
Heat Treatment
Major
Chart
100%
Design code
Design code
Internal Reports
INPROCESS INSPECTION
6
Identification
Major
Visual
100%
Drawing/ IR
Drawing/ IR
Internal Reports
Dimensions
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Weld Preparation
Major
Template
100%
Drawing
Drawing
Internal Reports
alignment/ Squareness
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Major
PT
100%
Drawing
Drawing
Internal Reports
Major
Visual
100%
LPE 01
LPE 01
Internal Reports
Major
Visual
100%
FPAS-001
FPAS-001
Internal Reports
Major
RT
100%
Design code
Design code
Internal Reports
Major
Impact Test
100%
Defect Removal
Major
PT
100%
Design code
Design code
Internal Reports
(above Parts)
Welding
Weld Size/ finish
Weld joint soundness of L-seam
& Test Plates
Internal Reports
L Seam
Major
RT
100%
Design code
Design code
Internal Reports
Squareness
Major
Measurement
100%
FPAS-001
FPAS-001
Internal Reports
Weld Preparation
Major
Template
100%
Drawing
Drawing
Internal Reports
Major
Template
100%
Drawing
Drawing
Internal Reports
Major
RT
100%
Design code
Design Code
Internal Reports
Dimensions
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Pickling Passivation
Major
MTC
100%
Drawing
Drawing
Internal Reports
10
REMARKS
Rev. 0
Page No. 2 of 3
INSPECTION BY
SR. NO.
11
12
13
DESCRIPTION
CHARACTERISTIC
CLASS
TYPE OF CHECK
QUANTUM OF
CHECK
REFERENCE
DOCUMENTS
ACCEPTANCE NORMS
FORMAT OF
RECORDS
TPI
CONSULTANT/
OWNER
Test Plate to be
impact Tested &
Shall be
witnessed by
TPIA
Do
Repair RT to be
Reviewed
Major
Template/ Visual
100%
Drawing
Drawing
Internal Reports
Major
PT
100%
LPE01
LPE01
Internal Reports
Identification
Major
Visual
100%
Drawing/ IR
Drawing/ IR
Internal Reports
& Test
Dimensions
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Plates
Weld preparation
Major
Template
100%
Drawing
Drawing
Internal Reports
Alignment/ Squareness
Major
Measurement
100%
Drg./ FPAS001
Drg./ FPAS001
Internal Reports
Major
PT
100%
Drawing
Drawing
Internal Reports
Major
Visual
100%
LPE01
LPE01
Internal Reports
plates
Major
Visual
100%
FPAS-001
FPAS-001
Internal Reports
Major
RT
100%
Design Code
Design Code
Internal Reports
Defect Removal
Major
PT
100%
Design Code
Design Code
Internal Reports
Major
RT
100%
Design Code
Design Code
Internal Reports
REMARKS
14
Heat Treatment of Test Plates + EQPT as per code Time/ Temperature Charts
Major
Visual
100%
Design Code
Design Code
Internal Reports
15
Major
Visual
100%
Design Code
Design Code
Internal Reports
16
Identification
Major
Visual
100%
IR/ Drawing
IR/ Drawing
Internal Reports
Ends/ Shelf
Layout
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Orientation
Major
Visual
100%
Drawing
Drawing
Internal Reports
Dimensions
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Drawing
Internal Reports
Internal Reports
RW
W/R
W/R
W/R
W/R
17
No. of holes
Major
Count
100%
Major
Review
100%
Visual
100%
Drawing
Drawing
Internal Reports
Major
Visual
100%
FPAS-001
Hard Stamping of
Insp.
Drawing
FPAS-001
Internal Reports
Quadrantwise
H - hole finish
18
19
20
21
I - Final Acceptance
Major
Visual
100%
Orientation
Major
Visual
100%
Weld preparation
Major
Template
100%
Alignment
Major
Line thread
100%
Squareness
Major
Right angle
100%
Major
Measurement
Major
PT
Major
DESCRIPTION
Weld Soundness
Internal Reports
Drawing
Internal Reports
Drawing/ Code
Drawing/ Code
Internal Reports
Drg / FPAS001
Drg / FPAS001
Internal Reports
Drg / FPAS001
Drg / FPAS001
Internal Reports
100%
Drg / FPAS001
Drg / FPAS001
Internal Reports
100%
LPE01
LPE01
Internal Reports
Visual
100%
Design Code
Design Code
Internal Reports
Major
RT/PT
100%
Design Code
Design Code
Internal Reports
Dimensions
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Weld preparation
Alignment/ Squareness
Weld size/ finish
Major
Major
Major
Template
Measurement
Visual
100%
100%
100%
Drawing
Drg./ FPAS001
Design Code
Drawing
Drg./ FPAS001
Design Code
Internal Reports
Internal Reports
Internal Reports
Attachments
Weld Soundness
Major
PT
Sample
Design Code
Design Code
Internal Reports
N.A.
Rev. 0
Page No. 3 of 3
INSPECTION BY
SR. NO.
22
DESCRIPTION
CHARACTERISTIC
CLASS
TYPE OF CHECK
QUANTUM
OF CHECK
REFERENCE
DOCUMENTS
ACCEPTANCE NORMS
FORMAT OF
RECORDS
Overall Dimensions
Major
Measurement
100%
Drawing
Drawing
Squareness of Connections
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Major
Measurement
100%
Drawing
Drawing
Internal Reports
RT Clearance/ U.T.
Major
Review of RT Rpts.
100%
Drawing
Drawing
Internal Reports
Major
Rub off
100%
Design Code
Design Code
Internal Reports
Major
Review
100%
Valid Cert.
Valid Cert.
Internal Reports
Calibration
Major
Visual
100%
No leakage
No leakage
Internal Reports
Leakage
Major
Document Review
Major
Review
100%
Design Code
Design Code
Internal Reports
Dimensions
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Surface Preparation
Major
Visual
100%
Internal Reports
TPI
CONSULTA
NT/
OWNER
W/R
W/R
W/R
W/R
Internal Reports
Final Inspection
23
24
25
Hydrostatic Testing
Final Inspection
100%
Internal Reports
Painting finish
Major
Visual
100%
Drawing
Drawing
Internal Reports
applicable)
Major
Visual
100%
Internal Reports
Major
Visual
100%
Design Code
Design Code
Internal Reports
Legend
M
Manufacturer
Perform
Client
Review
TPI
Witness
For Approval
W/R
Witness for Test & Review of Certificates & Documents as per QAP
Hold
RW
Random Witness
NA
Not Applicable
REMARKS
Rev. 0
Page No. 1 of 3
INSPECTION BY
SR. NO.
DESCRIPTION
CHARACTERISTIC
CLASS
Major
Major
TYPE OF CHECK
Review
QUANTUM OF
CHECK
REFERENCE
DOCUMENTS
ACCEPTANCE NORMS
100%
Contractual
Doc/ Drgs.
Contractual
Doc/ Drgs.
FORMAT OF
RECORDS
TPI
CONSULTANT/
OWNER
Internal
Reports
Code Requirements
Major
Review
100%
Design code
Design code
Internal Reports
Major
Review
100%
Design code
Design code
Internal Reports
Major
Review
100%
Material Spec.
Material Spec.
Internal Reports
Pressure Parts
spec.and Drwg.
W/R
Coorelation of TC with Material
Major
Visual
100%
Test Certificate
Test Certificate
Internal Reports
Dimensions
Major
Measurement
Sample
Drawing/ TC
Drawing/ TC
Internal Reports
Major
Review of TC
100%
Code
Code
Internal Reports
Major
Visual
100%
Hard Punching
Hard Punching
Internal Reports
Hydrotest/ NDT of
Plates / Pipes at Maker
Identification Stamp Transfer
5
Identification
Major
Visual
100%
Drawing
Drawing
Internal Reports
Dimensions/ Profile
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Nozzles)
Major
Template
100%
Drawing/ Design
Drawing/ Design
Internal Reports
PT of knuckle/ Edge
Major
Visual
100%
LPE 01
LPE 01
Internal Reports
Heat Treatment
Major
Chart
100%
Design code
Design code
Internal Reports
INPROCESS INSPECTION
6
Identification
Major
Visual
100%
Drawing/ IR
Drawing/ IR
Internal Reports
Dimensions
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Weld Preparation
Major
Template
100%
Drawing
Drawing
Internal Reports
alignment/ Squareness
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Major
PT
100%
Drawing
Drawing
Internal Reports
Major
Visual
100%
LPE 01
LPE 01
Internal Reports
Major
Visual
100%
FPAS-001
FPAS-001
Internal Reports
Major
RT
100%
Design code
Design code
Internal Reports
Major
Impact Test
100%
Defect Removal
Major
PT
100%
Design code
Design code
Internal Reports
(above Parts)
Welding
Weld Size/ finish
Weld joint soundness of L-seam
& Test Plates
Internal Reports
L Seam
Major
RT
100%
Design code
Design code
Internal Reports
Squareness
Major
Measurement
100%
FPAS-001
FPAS-001
Internal Reports
Weld Preparation
Major
Template
100%
Drawing
Drawing
Internal Reports
Major
Template
100%
Drawing
Drawing
Internal Reports
Major
RT
100%
Design code
Design Code
Internal Reports
Dimensions
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Pickling Passivation
Major
MTC
100%
Drawing
Drawing
Internal Reports
10
REMARKS
Rev. 0
Page No. 2 of 3
INSPECTION BY
SR. NO.
11
12
13
DESCRIPTION
CHARACTERISTIC
CLASS
TYPE OF CHECK
QUANTUM OF
CHECK
REFERENCE
DOCUMENTS
ACCEPTANCE NORMS
FORMAT OF
RECORDS
TPI
CONSULTANT/
OWNER
Major
Template/ Visual
100%
Drawing
Drawing
Internal Reports
Major
PT
100%
LPE01
LPE01
Internal Reports
Identification
Major
Visual
100%
Drawing/ IR
Drawing/ IR
Internal Reports
& Test
Dimensions
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Plates
Weld preparation
Major
Template
100%
Drawing
Drawing
Internal Reports
Alignment/ Squareness
Major
Measurement
100%
Drg./ FPAS001
Drg./ FPAS001
Internal Reports
Major
PT
100%
Drawing
Drawing
Internal Reports
Major
Visual
100%
LPE01
LPE01
Internal Reports
plates
Major
Visual
100%
FPAS-001
FPAS-001
Internal Reports
Major
RT
100%
Design Code
Design Code
Internal Reports
Defect Removal
Major
PT
100%
Design Code
Design Code
Internal Reports
Major
RT
100%
Design Code
Design Code
Internal Reports
14
15
16
17
Heat Treatment of Test Plates + EQPT as per code Time/ Temperature Charts
Major
Visual
100%
Design Code
Design Code
Internal Reports
Major
Visual
100%
Design Code
Design Code
Internal Reports
Identification
Major
Visual
100%
IR/ Drawing
IR/ Drawing
Internal Reports
Ends/ Shelf
Layout
Major
Measurement
100%
Drawing
Drawing
Internal Reports
P
RW
W/R
W/R
W/R
W/R
Orientation
Major
Visual
100%
Drawing
Drawing
Internal Reports
Dimensions
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Drawing
Internal Reports
Internal Reports
No. of holes
Major
Count
100%
Major
Review
100%
Visual
100%
Drawing
Drawing
Internal Reports
Major
Visual
100%
FPAS-001
Hard Stamping of
Insp.
Drawing
FPAS-001
Internal Reports
Quadrantwise
H - hole finish
18
19
20
21
I - Final Acceptance
Major
Visual
100%
Orientation
Major
Visual
100%
Weld preparation
Major
Template
100%
Alignment
Major
Line thread
100%
Squareness
Major
Right angle
100%
Major
Measurement
Major
PT
Major
DESCRIPTION
Weld Soundness
Internal Reports
Drawing
Internal Reports
Drawing/ Code
Drawing/ Code
Internal Reports
Drg / FPAS001
Drg / FPAS001
Internal Reports
Drg / FPAS001
Drg / FPAS001
Internal Reports
100%
Drg / FPAS001
Drg / FPAS001
Internal Reports
100%
LPE01
LPE01
Internal Reports
Visual
100%
Design Code
Design Code
Internal Reports
Major
RT/PT
100%
Design Code
Design Code
Internal Reports
Dimensions
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Weld preparation
Alignment/ Squareness
Weld size/ finish
Major
Major
Major
Template
Measurement
Visual
100%
100%
100%
Drawing
Drg./ FPAS001
Design Code
Drawing
Drg./ FPAS001
Design Code
Internal Reports
Internal Reports
Internal Reports
Attachments
Weld Soundness
Major
PT
Sample
Design Code
Design Code
Internal Reports
REMARKS
Rev. 0
Page No. 3 of 3
INSPECTION BY
SR. NO.
22
DESCRIPTION
CHARACTERISTIC
CLASS
TYPE OF CHECK
QUANTUM
OF CHECK
REFERENCE
DOCUMENTS
ACCEPTANCE NORMS
FORMAT OF
RECORDS
Overall Dimensions
Major
Measurement
100%
Drawing
Drawing
Squareness of Connections
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Major
Measurement
100%
Drawing
Drawing
Internal Reports
RT Clearance/ U.T.
Major
Review of RT Rpts.
100%
Drawing
Drawing
Internal Reports
Major
Rub off
100%
Design Code
Design Code
Internal Reports
Major
Review
100%
Valid Cert.
Valid Cert.
Internal Reports
Calibration
Major
Visual
100%
No leakage
No leakage
Internal Reports
Leakage
Major
Document Review
Major
Review
100%
Design Code
Design Code
Internal Reports
Dimensions
Major
Measurement
100%
Drawing
Drawing
Internal Reports
Surface Preparation
Major
Visual
100%
Internal Reports
TPI
CONSULTA
NT/
OWNER
W/R
W/R
W/R
W/R
Internal Reports
Final Inspection
23
24
25
Hydrostatic Testing
Final Inspection
100%
Internal Reports
Painting finish
Major
Visual
100%
Drawing
Drawing
Internal Reports
applicable)
Major
Visual
100%
Internal Reports
Major
Visual
100%
Design Code
Design Code
Internal Reports
Legend
M
Manufacturer
Perform
Client
Review
TPI
Witness
For Approval
W/R
Witness for Test & Review of Certificates & Documents as per QAP
Hold
RW
Random Witness
NA
Not Applicable
REMARKS
ITEM
NAME OF VENDOR
ADDRESS
(022) 3721066)/
3724157
(022) 3781032
Jyoti Industries
(022) 3435091/92
(022) 3414763
PHONE NO
FAX NO
011 - 3236408
(+91)22-389 5908
(+91)22-3895906
(+91)22-381 2564
97148833799
97148833899
10
Milsubihsi
11
Trub Chomulov
12
TENARIS
13
Valcvony
14
15
020-2747 0772
16
17
18
20
Chennai
21
22
Gedulderweg, 95
45549 Sprockhovel
Germany
23
MSA
Hlucinska, 41
747 22 Doinin Benesov
Czech Republic
Document No.
Rev.
11-0398B02-01-09-02-018
19
BALL VALVES
Upto 24"
class 600
Upto 12" class
600 of split
body type
79 - 220 4773
79 - 220 1401
SHEET 1 of 8
ITEM
QUALIFIED FOR
SIZE
NAME OF VENDOR
ADDRESS
PHONE NO
FAX NO
24
(+49) 78 518680
(+49) 78 5186813
25
SCHUCK ARMATUREN
(ex BORSIG)
26
27
Via L. Campolongo, 97
35020 Due Carrare PD
ITALY
28
VIAR VALVOLE
(+39) 0331 99
2985
29
Viale Sarca, 336 20126 Milano ITALY (+39) 0264 4771 (+39) 02 64477542
30
(+33)442103636
G39
(+91) 11 646 1550
31
PETRO VALVES
BALL VALVES
32
Contractor shall ensure that each valve manufacturer shall have valid API 6D license and in case of firm order the license shall be valid till complete execution of
supplies.
33
BIFI
Italy
34
Italy
CAMERON
Italy
36
PC Intertecnik
Germany
37
Bettis
Belgium
38
LEDEEN
Texas
39
79 - 220 4773
40
Shreeraj Industries
79 - 2204773/
3623
41
43
44
Chennai
45
46
Chennai
47
35
Gas Over Oil Actuators
42
Globe Valve
79 - 220 1401
022 - 5007654
48
49
79 - 220 4773
79 - 220 1401
Document No.
Rev.
11-0398B02-01-09-02-018
SHEET 2 of 8
ITEM
NAME OF VENDOR
ADDRESS
PHONE NO
FAX NO
Arpita Enterprise
02692 - 36187
52
022 - 5007654
53
044-492-5455
044-492-6114
54
Navi Mumbai
011-25931302
011-25438624
56
011-23312110,23318360
011-23712155
57
Chennai
58
Germany
59
INTERFORGE
60
KURVERS Piping
61
MEREK Engineering
62
PETROFIT
63
64
65
M.S.FITTINGS MFG.
CO.(P)LTD.,H.O 17 WESTERN
STREET, KOLKATTA 13
033-2362902, 2362903
033-2252103
66
02668-62479
0265-2636 547/545
0265-2636 546
68
Teekay Tube
(022)349162
69
022-2788 1333/1916
022-2788 1134/
5590 2273
70
022-3860222/23
022-7402779
71
022-3895908/
3822821
022-3895906
72
04111-256284,
256714
04111-256714
73
Dylan Belgie
32 3 488 4880
32 3 488 4880
74
FBF
Dynamicalaan 4-8,
2610 Anlwerpen, Belgium
32 3 820 5880
32 3 828 2822
75
Ferrostaal(Mangroup)
49 201 818 01
1
50
51
55
67
Upto 12"
Document No.
Rev.
11-0398B02-01-09-02-018
SHEET 3 of 8
QUALIFIED FOR
SIZE
ITEM
NAME OF VENDOR
ADDRESS
PHONE NO
FAX NO
Sawan Engineers
0265-243 3003/553
8303
0265-243 5196
77
Ferrous Alloy
Forging(P) Ltd.
111,DLF Industrial
Estate,14th Mile stone,
Mathura Road
Faridaba-121003
78
Parvati chambers,Opp
Apsara cinema-pratap
Nagar Road,
Baroda-390004
0265-258 0644
/1658
79
Sawan Engineers
201,Palace Plaza,
Lalbaug Road,Near
kashivishwanath
Temple, Baroada-390001
0265-2433003/
3096008
0265-2435196
80
ECHJAY Forgings
Ltd.
225782461
225782830
225784962
81
Ms Fittings Mfg.Co.
Pvt.Ltd.Kolkata
Ms Fittings Mfg.Co.
Pvt.Ltd.Kolkata,
H.O.17 Westeren street,
Kolkata-13
033-2352902,
2362903
033-2252103
82
496/1,GIDC,Indi.Estate
Makarpura,
Baroda-390010
0265-2636547
/545
0265-2636546
83
011-5130960
115137432
84
Yokogawa
1
76
Flanges
85
86
89
Swagelock
Instrument Fittings
including manifold,
needle valve etc
92
93
Honeywell Automation
ABB
88
91
Invensys India
Pressure
/Level/Temeprature
transmitters
87
90
Hamlet
Hoke
Parker
Impulse tubing
Sandvik
LIST OF RECOMMENDED VENDORS
FOR
CONDENSATE RECOVERY SYSTEM
Document No.
Rev.
11-0398B02-01-09-02-018
SHEET 4 of 8
ITEM
NAME OF VENDOR
94
Positronics
95
ICA
96
Instrumentation Panel
Pyrotech Controls
98
Enclotek
99
Daniel
100
RMG
Turbine Flow Meter
FMC
103
Instromet/Elster
105
FAX NO
011-26715408/6180
011-2671681
QUALIFIED FOR
SIZE
GE
102
104
PHONE NO
Rittal
97
101
ADDRESS
P&F
106
Concord
Indication Lamp
(Cluster LED type)
107
L&T
108
SITOP
Siemens
110
PHEONIX
111
Pyroelectric Instruments
112
General Instruments
RTD With Thermowell
113
ALTOP
114
A.N.Instruments
115
Roxtec
116
MCT
NEIMEX
117
Signet International
118
119
120
121
CEAG
LIST OF RECOMMENDED VENDORS
FOR
CONDENSATE RECOVERY SYSTEM
Document No.
Rev.
11-0398B02-01-09-02-018
SHEET 5 of 8
ITEM
122
NAME OF VENDOR
ADDRESS
PHONE NO
FAX NO
011-26715408/6180
011-2671681
QUALIFIED FOR
SIZE
IIC
Alarm Anunclator
123
Procon
124
KAYCEE
Selector Switch
125
SALZER
126
PECO
127
GD ENGG
128
129
TD Williams
130
Peerless
131
Huber Yale
132
Pipeline Technologies UK
133
Honeywell
134
ABB
Digital Bar graph
Indicator
135
YOKOGAWA
136
MASIBUS
137
B.C.H.
138
Baliga
139
CGL
140
MDS
141
Delton
142
CORDS
143
KEI
Instrumentation Signal
Control Cable
144
Elkay Telelinks.
145
146
147
P&F
LIST OF RECOMMENDED VENDORS
FOR
CONDENSATE RECOVERY SYSTEM
Document No.
Rev.
11-0398B02-01-09-02-018
SHEET 6 of 8
ITEM
NAME OF VENDOR
148
149
Electromac
150
Cable Glands
Baliga
152
FAX NO
QUALIFIED FOR
SIZE
Dowells
154
IL Paighat
155
Fisher
156
PHONE NO
Commet
151
153
ADDRESS
Valtec
Control Valve
157
Dresser valves(India)
158
Arca Controls
159
Masoneilan
160
Daniel
161
ABB
Gas Chromatgraph
162
Instromet/Elster
163
RMG
164
Elemex
Terminal Block
165
166
PECO-FACET
167
FILTAN
168
VELCON
169
ACS
170
BURGESS MANNING
171
PALL
172
FILTERATE
173
DOLLINGER
174
DAHLMANN
LIST OF RECOMMENDED VENDORS
FOR
CONDENSATE RECOVERY SYSTEM
Document No.
Rev.
11-0398B02-01-09-02-018
SHEET 7 of 8
ITEM
NAME OF VENDOR
175
176
177
178
Gas Tech
179
Flash Point
180
181
Slug Catcher /
Filter Separator /
Condensate Tank
ADDRESS
PHONE NO
FAX NO
ABB, Faridabad
182
183
Burgess Manning
184
184
184
New Delhi
185
Kolkata
186
22,Sarvodaya
Society,Nizampura,Baroda-390002
187
188
189
Bureau VeritasQl
190
Germanischer Lloyd
304-305, Anna
Salai,Teyanampet,Chennai-600018
044-24320335
044-24328186
Velosi Certification
Serrvices,Mumbai
Velosi Certification
Services(I)Pvt.Ltd.,212,Shivkrupa
Complex Centre,Off Ghokhale
Road,Navpada Thane(W)400602
022-25376770
022-25426777
192
022-27578780 /1 /2 022-27578784 / 5
193
011-26167539,
26102121
011-26101419
194
079-26575550
079-6575558
195
022-26245747
022-226248167
196
SGS
191
QUALIFIED FOR
SIZE
0265-2392863
0265-2785952
022-26956309
022-25798421 to 28 022-25798431 to 33
NOTE: IF THE VENDOR WANTS TO GO TO ANY OTHER VENDOR OTHER THAN THOSE APPEARING IN APPROVED VENDOR LIST, HE HAS TO SUBMIT PTR &
FINANCIAL STATUS OF THE SAME FOR OWNER/CONSULTANT REVIEW BEFORE COMMENCING PROCUREMENT.
Document No.
Rev.
11-0398B02-01-09-02-018
SHEET 8 of 8
DOCUMENT NO
11
0398B02
01
CLIENT JOB
NO.
TOTAL
SHEETS
09
02
04
019
07.05.13
AS
AD
AD
20.04.13
AS
AD
AD
REV
DATE
DESCRIPTION
PREP
CHK
APPR
TABLE OF CONTENT
1.0
INTRODUCTION ....................................................................................................... 3
2.0
3.0
4.0
Document No.
Rev
11-0398B02-01-09-02-019
SHEET 2 of 4
1.0
INTRODUCTION
The objective is to specify the role of Third Party Inspection Agency (TPIA) appointed by
Supplier for supply items for carrying out inspection.
The Supplier will appoint an independent approved Third Party Inspection Agency (TPIA) whose role shall
be to witness, review and certify all quality related issues for supply of material. The TPIA shall ensure that
all quality related requirements during manufacturing are strictly followed as per Owner/Owners
representative specifications and approved documents. Owner shall appoint its TPIA for witness, review
and certification of all the construction activities.
2.0
SCOPE OF WORK
2.1
2.2
2.3
The various Hold points involvement as mentioned in various QC sheets are indicative minimum.
However, actual involvement shall be decided by Owner/Owners Representative during review of
documents, and Supplier shall be bound by the same. Supplier shall also submit the calibration certificates
of all the equipment/instruments, which are part of manufacturing/Inspection & testing for TPIA review
TPIA shall also be responsible to check /witness the necessary calibration of such equipment/Instruments
during visit to suppliers works.
3.0
4.0
INVOLVEMENT OF TPIA
4.1
The Minimum requirements are indicated in the Quality Control Tables attached in tender document.
4.2
Mechanical
All bought out items required for execution activities for mechanical supply should satisfy the following
conditions:
All materials shall be of standard quality and shall be procured from renowned sources /
manufacturers approved by Owner/Owners representative.
Document No.
Rev
11-0398B02-01-09-02-019
SHEET 3 of 4
4.3
All tests of the materials as specified by the relevant codes should be carried out by the supplier in
an approved laboratory and the test reports should be duly authenticated by the laboratory and
should be submitted to TPIA for his approval. If so desired by Owner/Owners representative, tests
shall be conducted in his presence or in presence of his authorized nominee.
Quality and acceptance of materials not covered under technical specifications shall be governed by
relevant codes.
The Supplier shall submit manufacturers test reports on quality and suitability of any material
procured from them and their recommendations on storages/application/workmanship etc. for the
intended use. Submission of manufacturers test reports does not restrict Owner/Owners
representative from asking fresh test results from an approved laboratory of the actual materials
supplied even from an approved manufacturer.
The Supplier shall furnish the QAP for all supply items for approval.
Instrumentation
All bought out items for required execution activities for Instrumentation works should satisfy the following
conditions:
Supplier shall furnish the quality assurance procedure for field instruments and cables for review of
Owner/Owners representative.
QAP will commence at the instigation of the requisition and follows through to equipment
acceptance, thereby ensuring total conformity to the specifications.
Owner/Owners Representative shall carryout the inspection of erection of the equipment and
witness the testing and commissioning and approve the certificates.
Document No.
Rev
11-0398B02-01-09-02-019
SHEET 4 of 4
TECHNICAL SPECIFICATION
FOR
TUBES & TUBE-FITTINGS
DOCUMENT NO
11
0398B02
11
02
06
021
07.05.13
AS
AD
AD
20.04.13
AS
AD
AD
REV
DATE
DESCRIPTION
PREP
CHK
APP
R
CONTENTS
1.0
GENERAL
2.0
3.0
NAME PLATE
4.0
ANNEXURES:
ANNEXURE - 1: HYDROSTATIC TEST PRESSURES FOR INSTRUMENT TUBE FITTINGS
TECHNICAL SPECIFICATION
FOR
TUBES & TUBE-FITTINGS
Document No.
Rev
11-0398B02-01-11-02-020
SHEET 2 of 6
1.0
GENERAL
1.1
Scope
1.1.1
This standard specification, together with the data sheets attached herewith, covers the
requirements
for
the
design,
materials,
inspection,
testing
of
instrument
tube
1.1.2
a)
b)
The related standards referred to herein and mentioned below shall be of the latest editions
prior to the date of the purchaser's enquiry: ANSI/ASME
1.1.3
B 1.20.1
B 16.11
BS-4368
EN 10204
IS-319
ISA
RP 42.1
In the event of any conflict between this standard specification, data sheets, statutory
regulations, related standards, codes etc., the following order of priority shall govern:
a)
Statutory Regulations
b)
Data Sheets
c)
Standard Specification
d)
2.0
2.1
2.1.1
2.1.2
Fittings shall be of flare less compression type having four-piece (for double compression type)
construction consisting of two ferrules, nut and body or three piece (compression type) construction
consisting of single ferrule, nut and body suitable for use on tubes of specified material for example
stainless steel tubes conforming to ASTM A269 TP 316L with hardness in the range of HRB 70 to 79.
TECHNICAL SPECIFICATION
FOR
TUBES & TUBE-FITTINGS
Document No.
Rev
11-0398B02-01-11-02-020
SHEET 3 of 6
2.1.3
All parts of the tube fittings shall be of 316 Stainless Steel unless specified otherwise.
2.1.4
Hardness of the ferrules shall be in the range of HRB 85-90 so as to ensure a hardness difference of
the order of 5 to 10 between tube and fittings for better sealing.
2.1.5
Nuts and ferrules of a particular size shall be interchangeable for each type.
2.1.6
2.1.7
2.1.8
Specific techniques like silver plating shall be used over threading in order to avoid jamming and
galling.
2.1.9
Ferrule finish and fitting finish shall be such that there is no abrasion/galling when the nut is tightened.
2.1.10
All instrument tube fittings in oxygen and chlorine service shall be thoroughly degreased using reagents
like trichloro-ethylene or carbon tetrachloride. End connection shall be plugged after degreasing
process in order to avoid entrance of grease or oil particles.
2.2
2.2.1
2.2.2
Fittings shall be of flare less compression type and of three-piece construction consisting of ferrule, nut
2.2.3
and body suitable for use on copper tubes conforming to ASTM B68 /B68M, hardness not exceeding
HRB 50.
2.2.4
All parts shall be manufactured from brass as per IS 319 bar stock and nickel plated.
2.2.5
For better grip, vendor shall maintain hardness difference between tube and ferrule and indicate the
same along with the offer.
Threaded ends of fittings shall be NPT as per ANSI
Spanner hold shall be metric.
3.0
NAMEPLATE
3.1
No separate nameplates are required on the fittings. However, manufacturer's name/trademark should
be punched on a visible place on the body of each fitting for easy identification.
4.0
Unless otherwise specified, purchaser reserves the right to test and inspect all items at vendor's works,
inline with the inspection test plan for instrument tube fittings.
4.2
Vendor shall submit following test certificates and test reports for purchaser's review:
4.2.1
Type test reports for following tests in accordance with BS-4368 Part IV:
a)
b)
c)
TECHNICAL SPECIFICATION
FOR
TUBES & TUBE-FITTINGS
Document No.
Rev
11-0398B02-01-11-02-020
SHEET 4 of 6
d)
e)
f)
4.2.2
4.2.3
Hydrostatic Test
Instrument tube fittings shall be hydrostatically tested at ambient temperature at test
pressures given in Annexure 1 of this specification. During and after the hydrostatic test, the
tube fittings shall not show any leakage or rupture.
b)
c)
d)
Hardness verification:
Hardness test shall be carried out on each rod used for machining ferrules. Vendor shall
ensure that after machining, the finished ferrules shall meet the required hardness given in
the specification.
e)
4.3
Witness Inspection
4.3.1
All fittings shall be offered for pre-dispatch inspection for the following as a minimum:
a)
b)
Hydrostatic and pneumatic tests as per clause 4.2.3 of this specification on representative
samples.
4.3.2
c)
d)
e)
Review of all certificates and test reports as indicated in clause 4.2 of this specification.
In the event when no witness inspection is carried out by purchaser, vendor shall anyway complete the
tests and test reports for the same shall be submitted to purchaser for scrutiny.
TECHNICAL SPECIFICATION
FOR
TUBES & TUBE-FITTINGS
Document No.
Rev
11-0398B02-01-11-02-020
SHEET 5 of 6
Size of Tube
Fittings
Material
Line Pressure
Class
Stainless Steel
<600#
153 Kg/cmg
Stainless Steel
> 900# to
<1500#
383 Kg/cmg
Brass
TECHNICAL SPECIFICATION
FOR
TUBES & TUBE-FITTINGS
80 Kg/cmg
Document No.
Rev
11-0398B02-01-11-02-020
SHEET 6 of 6
CLIENT
S.No.
UOM
PROJECT NAME
Pressure : kg/cm2g
GENERAL
1
2
Project
ARC-04
Job No.
Owner
Site
PMC
Unit
Qty. Reqd.
Working
Applicable to
Proposal
Standby
One
Nil
Unit No.
Service
Sump Pump
No
Driver
Pump Manufacturar
OPERATING CONDITIONS
10
Liquid Handled
Condensate
11
Pumping Temp.
Ambient
12
0.8078
9.0/10.0/11.0
2
13
14
15
16
17
Pump Manufacturer
Model No.:
CONSTRUCTION
18
19
Pump Type
20
21
Casing Connections
22
Line Shaft
23
24
25
Coupling
Make
Type
26
27
28
29
Column Type
30
Column NB (mm)
31
Nozzles
32
Suction
33
Discharge
34
Max.
35
Guide Bushing
Material
36
37
38
Packing Type
39
Mech Seal
40
Make/Model
41
Mounting Plate
42
43
44
Suction Strainer
45
Size
Size
ANSI Rating
Facing
Position
Submerged
Side
No. of Stages
Rated.
Co
Min.
Efficiency
No.
CQ
CH
API Code
Thrust ( kg) Up
Max. / Min.
Max. / Min.
Type
WEIGHT DATA
Weight of the Pump (kg)
Make
Mesh Size
46
Foundation Bolts
47
Mounting Bolts
DOCUMENT NO.
REV.
11-0398B02-01-09-03-021
SHEET 1 OF 2
CLIENT
PROJECT NAME
48
49
Witness
50
51
Material Certificates
52
Hydrostatic
53
Observe
Witness
Observe
NPSH Test
Perfomance/Sound Level
54
55
56
Materials:
MOC
57
Casing / Barrel
Carbon Steel
58
Impeller
Carbon Steel
Item Description
59
Carbon Steel
60
Sleeve Packed
61
Sleeve seal
62
H-BHN
63
50(min.)
Casing vent/drain
64
Shaft Driver
C.W. Inlet/Outlet
65
Shaft Intermedioate
66
Shaft
67
Column
68
Mounting Plate
69
Discharge Plate
70
Throttle Bush
71
Driver suitable for end of curve operration with max. specific gravity.
72
ASTM Grades
Rating
Facing
SS 316 / 410
73
74
Location:
Indoor:
Heated:
Under Roof:
75
Outdoor:
Unheated:
Grade:
76
Partial Side:
Mazzenine:
Other:
Group:
Division:
77
Size
78
Class:
79
Winterisation Required:
Tropicallisation Required:
80
Site data:
81
Altitude (m):
82
83
DOCUMENT NO.
REV.
11-0398B02-01-09-03-021
SHEET 2 OF 2
DOCUMENT NO
11
0398B02
01
09
27
02
022
07.05.13
AS
AD
AD
20.04.13
AS
AD
AD
REV
DATE
DESCRIPTION
PREP
CHK
APPR
TABLE OF CONTENT
1.0
GENERAL .............................................................................................................................. 3
2.0
3.0
4.0
5.0
IDENTIFICATION ................................................................................................................... 5
6.0
7.0
8.0
METALLISATION................................................................................................................. 10
9.0
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 2 of 27
1.0
GENERAL
1.1
These technical specifications shall be applicable for the work covered by the contract, and without
prejudice to the provisions of 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.
Wherever it is stated in the specification that a specific material is to be supplied or a specific work is to
be done, it shall be deemed that the same shall be supplied or carried out by the contractor. Any
deviation from this standard without written deviation permit from appropriate authority will result in
rejection of job.
1.2
SCOPE
1.2.1
Scope of work covered in the specification shall include, without being limited to the following.
1.2.2
This specification defines the requirements for surface preparation, selection and application of primers
and paints on external surfaces of equipment, vessels, machinery, piping, ducts, steel structures,
external & internal protection of storage tanks for all services, 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.
1.2.3
Extent of Work
1.2.3.1 The following surfaces and materials shall require shop, pre-erection and field painting:
a. All uninsulated C.S. & A.S. equipment like columns, vessels, drums, storage tanks(both external &
internal surfaces), heat exchangers, pumps, compressors, electrical panels and motors etc.
b. All uninsulated carbon and low alloy piping, fittings and valves (including painting of identification
marks), furnace ducts and stacks.
c.
d. All structural steel work, pipe, structural steel supports, walkways, handrails, ladders, platforms etc.
e. Flare lines, external surfaces of MS chimney with or without refractory lining and internal surfaces of
MS chimney without refractory lining.
f.
Identification colour bands on all piping as required including insulated aluminium clad, galvanised,
SS and nonferrous piping.
Supply of all primers, paints and all other materials required for painting (other than Owner supplied
materials)
j.
k.
Painting under insulation for carbon steel, alloy steel and stainless steel as specified.
l.
m. Repair work of damaged pre-erection/fabrication and shop primer and weld joints in the field/site
before and after erection as required.
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 3 of 27
n. All CS Piping, equipments, storage tanks and internal surfaces of RCC tanks in ETP plant.
1.2.3.2 The following surfaces and materials shall not require painting in general. However, if there is any
specific requirement by the owner, the same shall be painted as per the relevant specifications:
a. Uninsulated austenitic stainless steel.
b. Plastic and/or plastic coated materials
c. Non-ferrous materials like aluminum.
1.2.4
Documents
1.2.4.1 The contractor shall perform the work in accordance with the following documents issued to him for
execution of work.
a. Bill of quantities for piping, equipment, machinery and structures etc.
b. Piping Line List.
e. Painting specifications including special civil defence requirements.
1.2.5
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.
1.2.6
Changes and deviations required for any specific job due to clients requirement or otherwise shall be
referred to J P Kenny for deviation permit.
2.0
3.0
IS: 5
IS: 101
IS: 161
IS: 2074
Specifications for ready mixed paint, red oxide zinc chrome priming.
IS: 2339
IS: 2379
IS: 2932
CONDITIONS OF DELIVERY
Packaging
Every recipient will be fitted with a hermetically-sealed lid with an opening that is sufficiently large to
allow the contents to be stirred: the outside and inside are protected against oxidation, and, the lid,
are marked with a strip of color identical to the contents.
4.0
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 4 of 27
composition does not conform to the specifications of the paint manufacturer, the OWNER may
refuse to use this batch of products. The paint products must comply with the following
conditions
They must have the viscosity necessary for the described use and the established
condition: use of the brush - paint roller (spray gun only for special cases and in the
workshop)
IDENTIFICATION
Every recipient will bear the following information:
Batch no
At the time of delivery, this packaging must bear labels in conformity with the legal stipulations in force.
Leaving the site after work
After completion of a job a general clean-up shall be carried out by the Contractor to remove all debris,
materials or irregularities that his work has brought to the site so that it is left tidy:
The restoration work includes among other things:
The Contractor will make the required repairs to any damage after refitting the supports.
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 5 of 27
6.0
5.
IS-1477-1971 (Part-1) - Code of Practice for Painting of Ferrous metals in Buildings. (Part 1,
Pre-treatment)
a)
The contractor shall arrange, at his own cost to keep a set of latest edition of above
standards and codes at site.
b).
The paint manufacturer's instruction shall be followed as far as practicable at all times.
Particular attention shall be paid to the following:
c)
7.0
7.1
General Specifications
The cases that occur in practice on building sites, with regard to painted surfaces, can be broken down
as follows:
Material that has already been covered with a layer of paint in the workshop.
Material that is covered with old paint layers that show different degrees of weathering.
Good preparation oldie surface is the best guarantee for good anti-corrosion protection.
Paintwork may never begin until the surface to be treated is dry and is independent of the base coat and
cleared of dirt, dust, rust, scale, grease, salt attack, cement powder, cement mud-scale, sand, oil, etc.
Based on the environmental conditions of coastal and saline nature, the Painting specification for station
pipes defines the complete requirements like:
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 6 of 27
The pipeline passes through the coastal and marine environment, the Table-4 of this specification to be
followed for the painting works.
The method of preparation of the surface will be implemented in accordance with the preparation
methods described below:
Mechanical cleaning;
Manual derusting.
The Contractor should have the required material at his disposal to clean the surfaces to be coated
thoroughly in accordance with the preparation methods regardless of the form or the condition of such
surfaces. The cleaning devices that might be damaged during the surface preparation shall be screened
off by the Contractor.
7.2
Sandblasting
Before beginning cleaning by blasting, the person carrying out the work will take the following measures:
Ensure that each flange collar (section where the sealing is applied) is properly screened off
against the blasting and the subsequent works;
Check that no blasting grains can act into the pipes during this process. Any openings not
sealed off must be screened off;
Where there are valves, regulators and other devices, the manufacturer's identification plate will
be dismantled so that all surfaces can be treated. The plate will then be put back again.
Screen off all non-metal structures such as rubber where there is a filter;
With valves, operators and other devices, care should be taken to ensure that no metal filings or
paint get into the apparatus:
The OWNER reserves the right to carry out part or all of these works himself.
To prevent rust forming quickly as the result of humidity on the blasted surface, cleaning by blasting may
only be carried out when the temperature of the steel surface is at least 3C higher than the dew-point of
the ambient air.
Blasting may not be carried out if the relative degree of humidity exceeds 80%. The choice of the type of
blasting medium used depends on local circumstances such as the possible presence of gas and the
material to be blasted.
The abrasive to be used must conform to the local low i.e. it may contain no carbon and less than 1%
free silicon dioxide. The Sa 3 will always be requested and must at least reach Sa 2 during the initial
stage of the paintwork. For blasting followed by metallisation, the surface preparation degree to be
achieved is always Sa 3. The degree of cleanliness to be obtained will be inspected in accordance with
the Swedish standard SVENSK STANDARD ISO 8501-1-1988 SS 05.5900.
Sa 3: surface blasted down to the bare metal; when the surface is inspected with a magnifying
glass, scale, rust and foreign bodies must be completely removed and it should be possible to
raise a metallic -shine on the treated surface.
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 7 of 27
Sa 2 1/2: blasted very carefully. Scale, rust and foreign bodies must be removed in such a way
that anything left behind will only be visible as nuances (shading) or strips.
The blast-cleaning will be carried out by means of compressed air free of water and oil.
After the blasting and before painting, the surface should be completely cleaned of blasting material and
so forth with a soft brush, a dry cloth or dry compressed air.
7.3
Mechanical cleaning
If sandblasting is not permitted or if the metal structures are not easily accessible for blasting or blasting
for one reason or another is technically unfeasible, mechanical derusting can be used instead. With
mechanical cleaning by means of chipping, rotating steel brushes and sanding discs, a degree of
cleanliness St. 3 should be reached.
St 3: removal of the old paint layers of which the adhesion leaves something to be desired and/or of
which the paint layer no longer fulfils the requirements.
If parts are present that are so corroded that St 3 is difficult to achieve, this should be notified to the
OWNER representative prior to the start of the works.
N.B:
St. 3 : means removal of every old paint layer. Retouching means local polishing with St. 3 or Sa 3
followed by application of the desired painting system.
After mechanical cleaning, the surface should be made dust-flee with a cloth or a so brush, washed with
an organic solvent and thoroughly dried off with a dry cloth (e.g. with 1.1.1. Trichoroethane such as
Solvethane, Chloroethene).
7.4
Manual Derusting
Manual derusting with the aid of scrapers. steel brushes, sandpaper etc. shall only be permitted in
exceptional cases for local repairs. Any deviation there from must be requested from the OWNER/
OWNERs Representative.
With manual derusting, a surface preparation degree St 3 must be obtained. The length of the handles
of the equipment used may not exceed 50 cm.
7.5
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 8 of 27
a)
Galvanized surface
Galvanized surfaces, both old and new will be carefully roughened up. Every foreign body
(concrete splatters, chalk marks, grease and oil stains, etc.) will be removed. Thereafter, rub the
surfaces with abundant water and, if necessary, with cleaning products.
To this end, nylon brushes will be used for every kind of dirt as well as for removing zinc salt
residue. Thereafter, the surfaces will be treated in accordance with system 21. Where the zinc
layer is lacking, it will be derusted manually to a degree of cleanliness St 3, after which a primer
coat will be applied in accordance with system 22.
b)
clean under high pressure or with a product prescribed by the paint supplier.
If the paint layer adheres well and is applied on a clean base, the painting system described may be
continued. If the percentage of damage and weathering does not exceed 5 % m. retouching may be
considered. These partial repairs will be carried out.
If on the other hand, the percentage of damage does exceed 5 %/m or if the layer applied in the
workshop comes loose the Contractor must draw the attention of the OWNER to this and carry out the
complete application system.
7.6
Preparation of surfaces covered with earlier paint layers that show different degrees of weathering.
If the surfaces do not show deep weathering limited to the spread of rust by small pitted areas or nonpenetrative rust in spots, it will very often be sufficient to clean the surfaces with abrasives or with an
abrasive disc, then to rub them down with steel wool, remove the dust and wash off. If thick rust
appears, in spots, scale rust and active rust canker, this should be removed with needle hammers or
stripped away directly by blasting, removing the dust and washing oft.
7.7
7.8
Use of solvents
It is sometimes necessary to use solvents when the surfaces to be painted are streaked with grease or
oil. In this case a suitable organic solvent should be applied. The operation should be carried out with
the aid of clean brushes or rags and clean solvent.
All the legal specifications in connection with solvents etc. must be adhered to. The OWNER/OWNER's
Representative will be informed in advance of any toxicity or flammability. All measures must be taken to
prevent any risk of fire and to nick out any possibility of poisoning (ventilation). The Contractor will
provide drip collectors to keep the environment free of pollution.
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 9 of 27
7.9
7.10
8.0
METALLISATION
8.1
The metallising is always carried out on dry parts in good weather conditions (maximum relative
humidity 80 %);
The sealant must be thinned and applied as per the present specifications. A visual inspection
whereby the sealant completely covers the metallisation will suffice here.
When evaluating the metallisation, a negative deviation from the minimum coating thickness, to
80 for 20% of the measurements will be permitted.
9.0
9.1
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 10 of 27
If the temperature of the surface to be painted is higher than that described by the supplier.
In rain, snow, mist or fog or when the relative humidity is higher than 80 %.
Coats that have not yet dried and have been exposed to frost, mist, snow or rain and might thereby be
damaged must be removed after drying and the surfaces must be repainted at the expense of the
Contractor.
Working in direct sunlight or in hot weather must be avoided,
The first coat of paint must be applied maximum 3 hours after the preparation of the surface of the
relative humidity of the air is between 50% and 80%. This time span may be increased to 6 hours if the
relative humidity is less than 50%. In all cases, the preparation of the surface must exhibit degree Sa 3
and at the very least the appearance of degree Sa 2 at the time of painting.
The coats of paint may only be applied on carefully cleaned surfaces that must be dry and free of grease
and dust.
9.2
Special conditions
Painting may be carried out when the Contractor can be sure that the instructions of the paint supplier
have been scrupulously followed with regard to the parameters in the following (non-exhaustive) list:
Ambient temperature.
Surface temperature.
Relative humidity.
Dew point.
Drying times.
The Contractor must in this respect be able to produce the instructions for the paint on the site. The
OWNER/CONSULTANT will guarantee 100% supervision in this regard during the execution of the
work.
In addition, the paintwork may only be carried out to a minimum ambient temperature of 5C and/or to a
maximum relative degree of humidity of 85 %. Application of the paint is also not permitted if there is a
danger that the coat of paint will not be dry before dew or condensation sets in.
9.3
Paint Materials
Manufacturers shall furnish the characteristics of all paints indicating the suitability for the required
service conditions. Primer and finish coats shall be of class-I quality and shall conform to the following:
a)
Primer (P-1)
Red oxide Zinc Chromate Primer
Type and Composition
Volume solids
30 - 35%
DFT
25 microns/coat (min)
Covering capacity
12-13 M/Lit/Coat
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 11 of 27
b)
Primer (P-2)
High build chlorinated rubber zinc phosphate primer
c)
Volume solids
35- 40%
DFT
50 MICRONS/COAT (MIT)
Covering capacity
7-8 M/Lit/Coat
Primer (P-3)
High build zinc phosphate primer
d)
Volume solids
40-45%
DFT
35-50 microns/coat
Covering capacity
10-12 M/Lit/Coat
Heat resistance
Primer (P-4)
Etch Primer / Wash Primer
e)
Volume solids
7-8%
DFT
8-10 microns/coat
Covering capacity
7-8 M/Lit/Coat
Primer (P-5)
Epoxy Zinc Chromate Primer
f)
Volume solids
40%(min)
DFT
35 microns/coat (min)
Covering capacity
11-12 M/Lit/Coat
Primer (P-6)
Epoxy Zinc Phosphate Primer
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 12 of 27
g)
Volume solids
40%
DFT
Covering capacity
11-12 M/Lit/Coat
Primer (P-7)
Epoxy high build M10 Paint (Intermediate Coat)
h)
Volume Solids
50%
DFT
Covering capacity
5.0 M/Lit/Coat
Primer (P-8)
Epoxy Red Oxide zinc phosphate primer
i)
Volume solids
42%
DFT
30 microns/coat (min)
Covering capacity
13-14 M/Lit/Coat
Primer (P-9)
Epoxy based tie coat (suitable for conventional alkyd based coating prior to application of acrylic
polyurethane epoxy finishing coat)
j)
Volume solids
50-60%
DFT
50 microns/coat (min)
Covering capacity
10-12 M/Lit/Coat
Volume solids
30-40%
DFT
20-25 microns/coat
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 13 of 27
Covering capacity
k)
16-18 M/Lit/Coat
l)
Volume Solids
40% (min)
DFT
Covering Capacity
10-12 M/Lit/Coat
m)
Volume solids
30%
DFT
30 microns/coat (min)
Covering capacity
1 0.0 M/Lit/Coat
n)
Volume solids
40-50%
DFT
65-75 microns/coat
Covering capacity
6.0-7.0 M/Lit/Coat
o)
Volume solids
35-40%
DFT
25 microns/ coat
Covering capacity
15.0 M/Lit/Coat
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 14 of 27
p)
Volume solids
60-65%
DFT
Covering capacity
6.0-6.5 M/Lit/Coat
q)
Two pack, Polyamine cured epoxy resin blended with Coal Tar.
Volume solids
65% (min)
DFT
100-125 microns/coat
Covering capacity
6.0-6.5 M/Lit/Coat
r)
Volume solids
65-80%
DFT
125-150 microns/coat
Covering capacity
4-5 M/Lit/Coat
s)
Two packs, self cured Ethyl silicate solvent based Inorganic Zinc
coating.
Volume solids
60% (min)
DFT
65-75 microns/coat
Covering capacity
8-9 M/Lit/Coat
Volume solids
55-60%
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 15 of 27
t)
DFT
Covering capacity
5.50-6.0 M/Lit/Coat
u)
Volume solids
20-25%
DFT
20 microns/coat (min)
Covering capacity
10-12 M/Lit/Coat
v)
Volume solids
20-25%
DFT
20 microns/coat (min)
Covering capacity
10-12 M/Lit/Coat
DFT
25 microns/coat
Covering capacity
9.5 M/Lit/Coat
Notes
1
Covering capacity and DFT depends on method of application Covering capacity specified above
is theoretical. Allowing the losses during application, min specified DFT should be maintained.
2.
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.
3.
Selected chlorinated rubber paint should have resistance to corrosive atmosphere and suitable
for marine environment,
All primers and finish coats should be cold cured and air-drying unless otherwise specified.
5.
Technical data sheets for all paints shall be supplied at the time of submission of quotations.
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 16 of 27
6.
7.
In case of use of epoxy tie coat, manufacturer should demonstrate satisfactory test for inter coat
adhesion. In case of limited availability of epoxy tie coat (P-9) alternate system may be used
taking into the service requirement of the system.
MANUFACTURERS
The paints shall conform to the specifications given above and Class-I quality in their products range of
any of the-following manufacturers:
i)
ii)
iii)
iv)
v)
vi)
STORAGE
All paints and painting material shall be stored only in rooms to be provided by contractor and approved
by OWNER/ OWNER 's Representative for the purpose. AlI necessary precautions shall be taken to
prevent fire. The storage building shall preferably be separate from adjacent, building.
A signboard bearing the words given below shall be clearly displayed outside:
PAINT STORAGE No NAKED LIGHT highly -inflammable
COLOR CODE FOR PIPING:
i)
ii)
iii)
V)
VI)
VII)
VIII)
For identification of pipelines, the color code as per Table -1 shall be used.
The color code scheme is intended for identification of the individual group of the pipeline. The
system of color coding consists of a ground color and color bands superimposed on it.
Colors (Ground) as given in Table-2 shall be applied throughout the entire length of uninsulated
pipes, on the metal cladding & on surfaces. Ground color coating of minimum 2m length or of
adequate length not to he mistaken as color band shall be applied at places requiring color
bands. Color bands shall be applied as per approved procedure.
Line coating shall meet DIN 30670 standard for external coating and API 5L RP 2 for internal
coating.
The thickness for the epoxy should be 180 microns, adhesive 200 microns and balance should
be PE
The minimum coating thickness on weld seam shall be 3.2 mm and minimum coating thickness
on body should be 3.2.
Minimum thickness for liquid epoxy for internal coating should be 100 20 microns.
Max design temperature for coating should be considered +80 C
COLOR CODE:
A)
B)
C)
D)
E)
F)
G)
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 17 of 27
IDENTIFICATION SIGN
i)
Colors of arrows shall be black or white and in contrast to the color on which they are
superimposed.
ii)
Product names shall be marked at pump inlet, outlet and battery limit in a suitable size as
approved by OWNER.
iii)
a)
Color Bands
Minimum width of color band shall be as per approved procedure.
b)
Whenever it is required by the OWNER to indicate that a pipeline carries a hazardous material,
a hazard marking of diagonal stripes of black and golden, yellow as per IS:2379 shall be painted
on the ground color.
IDENTIFICATION OF EQUIPMENT
All equipment shall be stenciled in black or white on each vessels, column, equipment, painting as per
approved procedure.
INSPECTION AND TESTING
1.
2.
The painting work shall be subject to inspection by OWNER/ OWNER's Representative at all
times. In particular, following stage wise inspection will be performed and contractor shall offer
the work for inspection and approval at every stage before proceeding with the next stage.
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 OWNER/ OWNER's Representative before proceeding further. Irrespective of the
inspection, repair and approval at intermediate stages of work. Contractor shall be responsible for
making good any defects found during final inspection/guarantee period/defect liability period as defined
in general condition of contract. Dry film thickness (DFT) shall be checked and recorded after application
of each coat and extra coat of paint should be applied to make-up the DFT specified without any extra
cost to OWNER.
PRIMER APPLICATION
i.
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 immerse conditions.
ii.
At the discretion of OWNER/ OWNER's Representative, contractor has to provide the paint
manufacturers expert technical service at site as and when required. For this service, there
should not be any extra cost to the OWNER.
iii.
Final Inspection shall include measurement of paint dry film thickness, check of finish and
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 18 of 27
The contractor shall produce test reports from manufacturer regarding the quality of the
particular batch of paint supplied. The OWNER shall have the right to test wet samples of paint
at random for quality of same. Batch test reports of the manufacturer's for each batch of paints
supplied shall be made available by the contractor.
PAINT SYSTEMS
The paint system should vary, with type of environment envisaged in and around the plants. The types
of environment as given below are considered for selection of paint system. The paint system is also
given for specific requirements.
a)
b)
c)
Notes 1.
Primers and finish coats for any particular paint systems shall be from same
manufacturer in order to ensure compatibility.
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 19 of 27
Table 1
SI. No.
Content
1
a) Plant Air
b) Instrument Air
2
a)
b)
c)
d)
e)
3
Charge Gas
Regeneration Gas
Residue Gas
LPG
Acetylene
Ground Color
COMPRESSED AIR
Sky Blue
Sky Blue
GASES
Canary Yellow
Canary Yellow
Canary Yellow
Canary Yellow
Canary Yellow
ALL EQUIPMENT
Light Grey
First Color
Band
Second Color
Band
Silver Grey
French Blue
Signal Red
White
White
Brilliant Green
Dark violet
Smoke Grey
Dark Violet
French Blue
White
-
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 20 of 27
Table 2
Normal Industrial Environment (Above Ground)
Sl. Description
No.
1.0
Temp.
Range
Surface
Preparation
Primer
Finish Coat
Total
DFT
Remarks
175
Primer and
Finish coat
can be
applied at
ambient
temp.
90
Two coats of
F-13, 25
microns/coat
(min)
150
Three coats
of F-11, 20
microns/ coat
(min)
60
Three coats
of F-12, 20
microns/ coat
(min)
60
Paint
application
at ambient
temp. curing
at elevated
temp. during
start-up.
-do-
1.1
-Do-
-10 to 20
SSPC-SP-3
One coat
P-2
50
microns /
coat
(min)
1.2
-Do-
21 to 60
SSPC-SP-6
1.3
-Do-
61 to 80
SSPC-SP-6
1.4
-Do-
81 to 250
SSPC-SP-6
Two
coats P1, 25
microns/
coat
(min.)
Two
coats P3, 50
microns/
coat
(min)
Covered
in Finish
coat
1.5
-Do-
251 to 400
SSPC-SP-10
Covered
in Finish
coat.
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 21 of 27
Table- 3
Corrosive Industrial Environment (Above Ground)
SI. Description
No.
Temp.
Range
Surface
preparation
Primer
Finish Coat
1.0
I.1
- do -
-10
20
to
SSPC-SP-3
1.2
- do -
21
80
to
SSPC-SP10
I.3
- do -
81
400
to
SSPC-SP-3
Two coat
P-2,
50
microns)
coat (min.)
Two coats
P-5,
35
microns /
coat (min.)
Covered
in
finish
coat
TECHNICAL SPECIFICATION
FOR PAINTING
Total
DFT
Remarks
160
270
Paint application
at ambient temp.
60
Paint
application.
at ambient temp,
and curing at
250'C for 4
hours,
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 22 of 27
Table 4
Coastal and Marine Environment (Above Ground)
SI.
No.
1.0
Description
Temp.
Range
Surface
Preparation
Primer
Finish Coat
Total
DFT
1.1
-do-
-10 to
60
SSPC-SP-3
Two coats
P-2, 50
micron/
coat (min)
160
SSPC-SP10
Two coats
P-5. 35
Microns.
coat
(Min.)
One coat
F-9, 83
Microns/
Coat(Min.)
Two coats of
F-6, 100
Microns/Coat
(min.)
270
85
1.2
do -
61
80
1.3
- do -
81 to
400
SSPC-SP-I0
1.4 - do -
i) Upto
80
SSPC-SP10
One coat
F-9, 6.5
microns /
coat (Min)
One coat of
F-2. 30
Microns/coat
(min.)
95
ii) 8l to
400
SSPC-SP10
-do-
-do-
85
1.9.4
Remarks
to
Primer and
Finish
coat
application
at Ambient
temp.
-do-
Paint
application
at Ambient
temp.
Primer
is
acting
as primer
cum finish
coat.
Paint
application
at ambient
temp.
Paint
application
at ambient
temp.
Primer
is
acting
as primer
cum
finish coat.
Precautions to be taken
Neither the environment of the site nor the marking labels of devices may be covered with paint and they
must be kept free of paint splashes. To this end, it is advisable to use removable masking tape.
Paint splashes, leaks, etc. on any adjacent installations such as measuring apparatus, valves, pipes.
sources of light, insulation, heat insulators, walls, concrete, etc, must immediately be wiped up and the
damage repaired before the paint is dry.
Otherwise, the OWNER will be obliged to have the cleaning carried out at the expense of the Contractor.
The paint recipient will only be opened at the time of use (unless otherwise specified by the
manufacturer).
The product will be mixed in the recipient with the aid of suitable tools and thus homogenized.
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 23 of 27
1.9.5
Method of application
Normally, three methods of application will be used on the construction site for the paint products. i.e.
with a brush, with a roller or with a spray gun.
The brush method makes it possible to obtain good penetration of the paint over irregularities in the
metal.
Only this method will be used for application of the base coats, for retouching and for protrusions,
welded areas, riveted joints or bolted joints:
The roller method may be used on large flat surfaces for the intermediate and topcoats.
The spray gun method must be used in accordance with the instructions of the manufacturer and carried
out by qualified personnel.
The Contractor must guarantee that all safety measures have been taken for such work. The spray gun
method may only he used on site for places that arc difficult to reach with the brush. In this case, a
request must be made to the OWNER/ OWNER's Representative for a deviation.
All paintwork will be carried out with good brushes or rollers that are suitable for the type of paint being
used and for the form of the material to be painted and fitted with short handles. The maximum length of
the brush and roller handles will be 50 cm; longer handles may only be used for places that are
absolutely inaccessible. The maximum width of a brush will be 13 cm.
1.9.6
1.9.7
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 24 of 27
1.10
1.11
2)
Reinforced polyester 20 cm above the ground level marker and 5 cm on the asphalt cleaned
beforehand (application of reinforced polyester is carried out in accordance with the work
method prescribed by the manufacturer). Moreover, in the case of PE, in contrast to asphalt, he
will apply a polygon primer to PE immediately before applying the reinforced polyester.
3)
He will then apply the other coats of system 01a to the surface section and thus cover the
reinforced polyester with about 5 cm.
4)
For new constructions, the polygon primer will be applied to PE and then subsequently
processed as described under point 2.
1.12
The Contractor will specify the cost of scaffolding in the price list.
The supplementary rental price for delays attributable to the Contractor will be charged to him:
In his price quotation the Contractor should present the OWNER with diagrams of the scaffolding
that he intends to install for carrying out the works of the OWNER.
1.12.1 The Contractor is responsible for checking the weather conditions to ascertain whether the paintwork
can be carried out within the technical specifications.
The Contractor should have the required calibrated monitoring apparatus for this purpose on site (with
calibration certificates). The personnel who will have to use this apparatus should have the training for
this purpose.
The OWNER or his representative and possibly the approved supervisory body indicated by the
OWNER will maintain supervision during the works and inspect the works with random checks. A daily
report will be drawn up in relation to the department that maintains supervision of these works.
The supplementary inspection and the supervision by the OWNER or the approved supervisory body do
not diminish in any way the liability of the Contractor. The proper execution of the work and the materials
used may be checked at any time.
1.12.2 Reference Surfaces
At the start of the works. the OWNER or the approved supervisory body will indicate a few surfaces that
the Contractor will prepare and cover in accordance with the recognized method of operation under the
inspection and to the satisfaction of all parties ; the OWNER or his representative, the approved
supervisory body. the contractor and possibly the paint manufacturer. These reference surfaces will
serve as a point of comparison for the good adhesion of the paint on the installations as a whole. The
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 25 of 27
parties will together work out a system for the identification of these surfaces in order to be able to
monitor the conditions of the coatings over time. If the paintwork on a section of the installations is in a
worse condition than the reference surfaces, the Contractor may be obliged to treat these parts again.
1.12.3 Measures to be taken in the event of a dispute
If on delivery of the works no agreement can be reached between the Contractor and the OWNER
regarding the conformity of the works to the requirements of these specifications, an Approved
Supervisory Body will he Called in. The Approved Supervisory Body will then carry out inspections' on
site whereby the following assessment criteria wilt be used:
The Swedish standards ISO 8501-1 1988 SS 05.5900 concerning the degree of cleanliness of
the areas derusted by blasting, by machine or by hand.
The wet film thickness of the paint will be measured in accordance with ISO 2808 or ASTM DI
212;
The dry layer thickness of the film will be measured electronically, will complete statistical
information. in accordance will, ISO 2808 or ASTM D 1186.
The thickness of each layer will he measured in accordance with ISO 2808. ASTM 4138 or DIN
50986.
Adhesion tests will be carried out in accordance with ISO 2409. ASTM 3359 or DIN 53151.
Traction tests will he carried out in conformity with ISO 4624 or ASTM D 4541.
The non-porosity will be measured with a test tension depending on the type of coating, the
layer thickness and after consultation with the Paint manufacturer.
Any defects in the paint film may be inspected visually by means of a magnifying glass or
microscope. If necessary a photographic report may be drawn up in accordance with ASTM
Standard D 4121-82,
The final judgement of the Approved Supervisory Body is irrevocable and binding for the Contractor and
the OWNER. In the event of non-conformity of the works with the criteria of these specifications, all costs
arising from the inspection by the Approved Supervisory Body shall be borne by the Contractor.
1.12.4 Guarantee
a)
General Principles
The Contractor declares that he is aware of:
The properties of the environment to which the surfaces to be covered are: subject.
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 26 of 27
b)
The observance of all stipulations of the specifications for paintwork regarding, among other
things:
o
o
o
The Contractor will carry out the requested repair work as promptly as possible.
TECHNICAL SPECIFICATION
FOR PAINTING
Document No.
Rev
11-0398B02-01-09-02-022
SHEET 27 of 27
CLIENT
SIZE/QUANTITY
As per Table
GENERAL SPECIFICATION
Process Fluid
Design Temperature
Design Standard
NG
600# / 150#
ANSI Rating
0 to 65 deg C
API 6D
64 barg / 19 barg
Design Pressure
6A1 / 1A1
Piping Class
As per Table
Body Type
As per Table
As per Table
ANSI B16.5
Standard
125 AARH
Special Requirement
Yes
6.0 mm
Aboveground
Design Factor
0.5
N.A.
*
CONNECTING PIPE DETAILS
As per Table (see sheet no. 2 of 2)
Diameter, mm (inch)
Wall Thickness, mm/Sch
Out of Roundness
*
5 mm
VALVE OPERATION
PART DISCRIPTION
Body
Ball
Seat Rings
Seat Seal
Stem
MATERIAL SPECIFIED
ASTM A 216 Gr. WCB / ASTM A 234 Gr. WPB
ASTM A 216 Gr. WCB / ASTM A 234 Gr. WPB +
0.003" ENP
AISI 4140 + 75 micrometer (0.003") ENP/ AISI 410
VITON AED O-RING
AISI 4140 + 75 micrometer (0.003") ENP/ AISI 410
Stem Seal
PTFE / VITON
Stud Bolts
Hex Nuts
TESTING REQUIREMENT
Hydrostatic Test Pressure
248 HV10
Yes (at 0 deg C)
Document No.
Rev.
11-0398B02-01-08-03-024
SHEET 1 of 2
CLIENT
SIZE/QUANTITY
Notes
1. This Data Sheet Shall be read in conjunction with the Technical Specification, MTO (if any), PMS which are enclosed.
* To be filled by Vendor
Legend: FLGD - Both Ends Flanged, FBW - One End Flanged (U/S) Other End Butt Welded (D/S),
BW - Both Ends Butt Welded, XV - Gas Actuated Valve, HOV - Hydraulic Operated Valve,
AG - Above Ground, FB - Full Bore, TMBV - Trunion Mounted Ball Valve, # - ANSI Pressure Class/Rating,
NB - Nominal Bore/Size, SW - Both Ends Socket Welded, FL - Floated
Valve Table :
TAG NUMBERS
Size (inch)
Description
4" NB
3 NOS.
2" NB
6 NOS.
2" NB
1 NO.
1" NB
2 NOS.
3/4" NB
4 NOS.
QTY
Document No.
Rev.
11-0398B02-01-08-03-024
SHEET 2 of 2
TECHNICAL SPECIFICATION
FOR
BALL VALVES
DOCUMENT NO
11
0398B02
01
TOTAL SHEETS
16
08
02
025
07.05.13
AS
AD
AD
20.04.13
AS
AD
AD
REV
DATE
DESCRIPTION
PREP
CHK
APPR
TABLE OF CONTENT
1.0
SCOPE .............................................................................................................................3
2.0
3.0
DEFINITIONS ...................................................................................................................4
4.0
INSTRUCTIONS ...............................................................................................................5
5.0
MATERIALS .....................................................................................................................5
6.0
7.0
8.0
9.0
10.0
11.0
DOCUMENTATION
13
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 2 of 16
1.0
SCOPE
This specification provides minimum requirement for design, manufacturing, Inspection, Testing and
supply of Carbon steel Ball Valves covering sizes NB through 36NB( 900mm) for ANSI pressure
classes # 150 through # 900 to be used in cross country Gas pipeline(onshore) and City Gas distribution
for handling non-sour hydrocarbon in liquid or gaseous phase.
2.0
REFERENCE DOCUMENTS
The following Standard includes provision which, through reference in this text constitute provision of this
Standard. Latest revision of this standard shall be used unless otherwise specified.
API 6D
API 605
API 6FA
API 5L
API 1104
ASME 16.10
ASME 16.20
Metallic gasket for pipe flanges Ring joint or spiral wounds and
jacketed.
ASME 16.21
ASME B 16.5
ASME B 16.34
ASME B 16.5
ASME B 31.3
Process Piping.
ASME B 31.8
ASTM A370
ASTM B 733
BS 6755-1
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 3 of 16
EN 1004511
BS 6755-2
EN 10204
MSS-SP-6
Standard Finishes for Contact Faces of Pipe Flanges and Connecting end Flanges of Valves and Fittings.
MSS-SP-25
MSS-SP-44
MSS-SP-53
Quality Std for Steel Casting & Forgings for Valves, Flanges & Fittings &
Other Piping Components Magnetic Particle Examination Method.
MSS-SP-55
Quality Standard for Steel casting of valves, Flanges, Fittings & other
Piping components (Visual Method)
MSS-SP-72
Ball Valves with Flanged or Butt welding ends for General Service.
ISO 5208
ISO 10497
ISO 13623
ISO 14313
SSPC-VIS-1
Manufacturer
Shall
: This verbal form indicates requirements strictly to be followed in order to confirm to the
standards and from which no deviation is permitted.
Should
: This verbal form indicates that among several possibilities one is particularly suitable
without mentioning or excluding others or that a certain course of action is preferred
but not necessarily required.
May
: This verbal form indicates a course of action permissible within the limits of this
standard.
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 4 of 16
Can
: This verbal form used for statements of possibility & capability, whether material,
physical or casual.
4.0
INSTRUCTIONS
4.1
4.2
The specifications of the steel used shall be mentioned by the material manufacturer and all
potential sub contractors (such as forging plant, casting plant and fabrication unit etc) will be
described in the offer. After order no change will be accepted except for justified. In that case the
asked changes shall be supported by a technical file submitted to the purchaser and the
purchasers representative for approval.
4.3
The manufacturer shall provide a technical description of the manufacturing methods that might
influence the quality of material.
4.4
The purchaser/ purchasers representative keeps the right to audit the manufacturers and sub
contractors manufacturing and control methods. All costs for such an audit shall be borne by the
manufacturer except the wages, travel expenditure, lodging and boarding of the auditors
supported by the purchaser/ purchasers representative.
4.5
The purchaser/ purchasers representative shall have at any time free access to all parts of the
manufacturers facilities and to all his sub contractors involved in the order manufacturing.
4.6
4.7
4.8
Purchaser/ purchasers representative may verify the control equipment of the manufacturer, its
calibration and the points at which it is located. If during the production certain problem arises,
the purchaser/ purchasers representative may demand supplementary tests.
5.0
MATERIALS
5.1
Material for major components of the valves shall be as indicated in Valve Data Sheet.
In addition, the material shall also meet the requirements specified herein. Other components
shall be as per Manufacturers standard (suitable for service conditions as indicated in valve data
sheet), which shall be subjected to approval by Purchaser / Purchasers representative.
5.2
Carbon steel used for the manufacture of valves shall be fully killed.
5.3
The carbon equivalent (CE) of valve end connections which are subject to further field welding
by Purchaser shall not exceed 0.45% on check analysis for each heat of steel used and shall be
calculated by the following formula:
CE = C + Mn +
6
5.4
Cr + Mo + V + Ni + Cu
5
15
The steel used shall be suitable for field welding to pipes, flanges or fittings manufactured under
ASTM 53, A 105, A 106, A 234, A 350, A 352, A 694, A 420, A 333, and
API 5L etc.
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 5 of 16
5.5
When the ball of valve is manufactured out of C.S, it shall be subjected to 75m (0.003) thick
Electrolysis nickel plating as per ASTM B733 with following classification SC2, type II, class-2.
For Ball made of S.S material, ENP is not mandatory.
The hardness of plating shall be minimum 50 RC.
5.6
For valves specified to be used for Gas service or High Vapor Pressure (HVP) liquid service;
Charpy V-Notch test on each heat of base material shall be conducted as per API 6D, clause 7.5
for all pressure containing parts such as body, end flanges and welding ends as well as bolting
material for pressure containing parts. Unless specified otherwise, the Charpy V-notch test shall
be conducted at 0C. The Charpy V-notch test specimen shall be taken in the direction of
principal grain flow and notched perpendicular to the original surface of plate or forging. The
minimum average absorbed energy per set of three specimens shall be 35 J with an individual
minimum per specimen of 27J. Test procedure shall conform to ASTM A 370 or ISO 148.
For valves specified to be used for other hydrocarbon services, the Charpy V-notch requirements
stated above are not applicable, unless required by the specified material standard as a
mandatory requirement.
When Low Temperature Carbon Steel (LTCS) materials are specified in Valve Data Sheet or
offered by Manufacturer, the Charpy V-notch test requirements of applicable material standard
shall be complied with.
5.7
Valves shall be subjected to hardness test on base material for each heat for pressure containing
parts. A full thickness cross section shall be taken for this purpose and the maximum hardness
shall not exceed 248 HV10 based on minimum four (4) measurements representing the entire
thickness.
6.0
6.1
a) Valve design shall be as per API 6D and suitable for the process conditions indicated in the
Data Sheet. The ASME Boiler & Pressure Vessel Code, Section VIII, Division 1 shall be used
to design the valve body. Allowable stress requirements shall comply with the provisions of
ASME B31.3 and B31.8. In addition, corrosion allowance indicated in Valve Data Sheet shall
be considered in valve design. However, the minimum wall thickness shall not be less than the
minimum requirement of ASME B16.34.
b) Corrosion Allowance for all valves to be used in sweet gas services shall be considered nil.
c) The manufacturer shall have valid license to use API monogram on valves manufactured
as per API 6D.
6.2
Fully welded valves shall be used for main line aboveground/underground services. Other
aboveground valves may be of welded or bolted type with 2 piece/3 piece construction. Threaded
body joints shall not be accepted.
6.3
6.4
Valves shall be Full bore (FB). Full bore valves shall be suitable for the passage of all types of
pipeline scraper and inspection pigs on regular basis without causing damage to either the valve
component or the pig. The full bore valve shall provide an unobstructed profile for pigging
operations in either direction. Full bore valves shall be designed to minimize accumulation of
debris in the seat ring region to ensure that valve movement is not impeded.
6.5
Reduced bore valves shall be provided if specifically mentioned in data sheet. Valve body shall
be manufactured by casting or forging.
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 6 of 16
6.6
All valves 4NB and above shall be trunion mounting type. Valves below 4 shall be floating type
unless specifically mentioned in data sheet otherwise.
6.7
Valve seats shall be with primary metal to metal contact. O - Rings or other seals if used for drip
tight sealing shall be encased in a suitable groove in such a manner that it can not be removed
from seat ring and there is no extrusion during opening or closing operation at maximum
differential pressure. The seat rings shall be designed so as to ensure sealing at low as well as
high differential pressures. Seat design with PTFE inserts is not acceptable.
6.8
All valves shall have two seating surfaces which in close position blocks the flow from both
ends. The cavity between the seating surfaces is vented through a bleed connection
provided on the body cavity i.e. the valves shall be Double Block & Bleed (DBB).
6.9
Valves shall be designed to withstand a sustained internal vacuum of at least 1 (one) milli-bar in
both open and closed positions.
6.10
All valves of nominal valve size 200 mm (8) NB & above shall have provision for secondary
sealant injection under full line pressure for seat and stem seals. All sealant injection connections
shall be provided with an internal Non-return valve. Valve design shall have a provision to
replace the sealant injection fitting under full line pressure.
6.11
All valves shall be provided with a vent and drain connection. These connections shall be welded
type as per Fig. 6.11 A/B. Body vent and drain shall be provided with valves (Ball or Plug type).
All these vents & drain connection shall be provided with isolation ball valve as shown in Fig
6.11 A/B. The end connection of vent & drain line to valve body or isolation valves shall be
welded type at underground location and threaded type for above ground location.
6.12
Valve design shall ensure repair of stem seals/packing under full line pressure.
6.13
a) Valve ends shall be either flanged/or butt welded or one end flanged and one end butt welded
as indicated in the Valve Data Sheet. Flanges of the flanged end cast/forged body valves shall
be integrally cast/ forged with the body of the valve. Face to face/end to end dimensions shall
conform to API 6D.
b) The length of butt welding ends shall be sufficient to allow welding and heat treatment without
damage of the internal parts of the valves.
c) Flanged end, if specified shall have dimensions as per ASME B 16.5 for valve sizes up to DN
600 mm (24) excluding DN 550 mm (22) and as per MSS-SP-44/ASME B16.47Series A for
Valve sizes DN 550 mm (22 inches) and for DN 650mm (26) and above. Flange face shall be
either raised face or ring joint type as indicated in Valve Data Sheet. In case of RTJ flanges,
the groove hardness shall be minimum 140 BHN. All flanged face shall have concentric
serration with 125 AARH finish.
d) Butt welding end preparation shall confirm to ASME B 16.25. Incase of difference in thickness
of valve body & mating pipelines, the bevel end of valve shall be as per ASME B 31.8 or
ASME B 31.4 as applicable. The end preparation shall take care of outside diameter of
connecting pipe, wall thickness, material grade, SMYS & Special chemistry of welded material
as indicated in the data sheet.
6.14
The temperature and pressure range of the valves shall be in accordance with the indicated
values on the relevant piping specification and valve data sheet.
6.15
Wall thickness of parts used for the welding connection with the line pipe shall meet the
following requirements:
a) The maximum allowable stress in the material of butt-weld connection for butt welding shall be
equal to 50% of the minimum yield strength guaranteed by the specification of steel used.
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 7 of 16
b) The minimum wall thickness for butt welding connection must be greater than or equal to the
largest value of either the calculated minimum thickness of butt welding connections or the
nominal thickness of pipe as indicated on data sheet.
c) If the butt welding connections has a yield strength lower than the yield strength of the pipe to
which it is intended to be welded, the wall thickness in each zone of the butt welding
connection is at least equal to the specified pipe wall thickness times the ratio of minimum
yield strength guaranteed by the specification of the steel of the pipe to minimum yield strength
guaranteed by the specification of the steel of the butt welding connection.
d) The specified pipe wall thickness and grade with which the valve is intended to be used is
specified in the data sheet.
e) All valves under this specification shall be designed to withstand a field hydrostatic test
pressure with non corrosive water. After installation during 24 hours when the ball is partially
or fully open at a pressure level
P = 1.4 X MOP
P = hydrostatic test pressure (bar)
MOP = Maximum operating pressure at 38 C
6.16
Valve shall be provided with ball position indicator and stops of rugged construction at the fully
open and fully closed positions.
6.17
Valves of nominal size, DN 200 mm (8) and larger, shall be equipped with support foot and
lifting lugs. Tapped holes and eyebolts shall not be used for lifting lugs. Height of support foot
shall be kept minimum. The lifting lugs shall be stamped with safe working load.
6.18
In order to avoid stress induced crack and soft seat damage during direct field welding operation
to valve body, all valves shall be supplied with welded pups at both ends which shall be
considered as an integral part of the valves and also the ID of the pup shall match with pipe ID.
The pup piece welding shall be carried out in controlled condition of temperature at
manufacturers workshop. Field welding of pup piece shall not be allowed. Material & length of
pup piece shall be as per Data sheet.
6.19
When indicated in Material Requisition, valves shall have locking devices to lock the valve
either in full open (LO) or full close (LC) positions. Locking devices shall be permanently
attached to the valve operator and shall not interfere with operation of the valve. Locking device
shall be such that the valve shall operate when the differential pressure across the valve
is 3bar.
6.20
Valve design shall be such as to avoid bimetallic corrosion between carbon steel and high alloy
steel components in the assembly. Accordingly, Suitable insulation shall be provided as required.
6.21
The valve stem shall be capable of withstanding the maximum operating torque required to
operate the valve against the maximum differential pressure as per the appropriate class.
The combined stress shall not exceed the maximum allowable stresses specified in ASME
Section VIII, Division 1. The design shall take into account a safety factor of 1.5 based on the
maximum output torque of the operating mechanism. The valve Manufacturer shall guarantee
that the breakaway torque after long periods of non- movement can not exceed the normal
short term breakaway torque by a factor more than 1.25, and that the safety factor specified
above is not compromised.
6.22
The valve stem shall have anti-blowout feature with antistatic device conforming to BS 5351
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 8 of 16
6.23
When stem extension requirement is indicated in Valve Data Sheet, the valves shall have the
following provisions:
a) Valves provided with stem extension shall have water proof outer casing. The Length of
stem extension shall be as indicated on the Valve Data Sheet. The length indicated
corresponds to the distance between centerline of the valve opening and the centerline of
the rim of the hand wheel on a vertical shaft or centerline of the hand wheel on a horizontal
shaft.
b) Manual override devices shall be provided on all valves
c)
Vent, drain and sealant connections shall be terminated adjacent to the valve operator by
means of suitable piping anchored to the valve body.
Operating Devices
a) All valves of size > 12NB shall be manually operated & hydraulically actuated. In case of
manual operator, valve sizes, 100 mm (NPS 4) and below shall be wrench/ lever operated.
For Valves from 6 - 12 shall be gear operated.
Valve design shall be such that damage due to malfunctioning of the operator or its control
gear train or power cylinder and other damaged parts can be replaced without the valve cover
being removed.
b) The power actuator shall be in accordance with the Purchaser Specification issued for the
purpose and as indicated in the Valve and Actuator Data Sheet. Operating time shall be as
indicated in Valve Data Sheet. Valve operating time shall correspond to full close to full open
/full open to full close under maximum differential pressure corresponding to the valve rating.
For actuated valves, the actuators rated torque output shall be 1.25 times the break torque
required to operate the ball valve under the maximum differential pressure corresponding to
the Valve Class Rating.
c) For the manual operator of all valves, the diameter of the hand wheel or the length of
operating wrench shall be such that under the maximum differential pressure, the total force
required to operate the valve does not exceed 350N. Manufacturer shall also indicate the
number of turns of hand wheel (In case of gear operators) required for operating the valve
from full open to full close position. The wrench length or hand wheel diameter shall be in
accordance with API 6D requirements. The manufacturer shall indicate the number of turns
of the hand wheel (for gear operators), required for operating the valve from fully open to the
fully closed position.
d) Direction of operation of hand wheel or wrench shall be in clock-wise direction while closing
the valve. Hand wheels shall not have protruding spokes.
e) Gear operators, when provided, shall have a self-locking provision and shall be fully encased
in water proof/splash proof enclosure and shall be filled with suitable grease.
6.25
Welding including repair welding of pressure retaining parts shall be as per welding
procedure qualification specified in ASME Section IX. The procedure qualification shall also
Include impact test and hardness test when required as per Clause 5.6, 5.7, 7.5 and 7.6 of this
specification and shall meet the requirements as specified therein.
6.26
The welders involved in welding shall be qualified in accordance with ASME Section IX.
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 9 of 16
6.27
Repair by welding is not permitted for forged body valves. However repair by welding as per
ASME B 16.34 is permitted for cast body valves. Repair shall be carried out before any heat
treatment of casting is done. Repair welding procedure qualification shall also include impact test
and hardness test when required as per Clause 5.6, 5.7, 7.5 and 7.6 of this specification and
shall meet the requirements as specified therein.
6.28
The tolerance on internal diameter and out of roundness at the ends for welded ends valves
shall be as per connected pipe specification as indicated in the Valve Data Sheet.
6.29
When specified on the Valve Datasheet, Ball Valves shall be fire safe in accordance with
API 6FA, for which qualifying certificates, covering the range of items offered, shall be supplied
by the Manufacturer.
7.0
7.1
The valve manufacturer must deliver a Certificate EN 10204 3.2 stating the quality, the
mechanical properties (yield strength, tensile strength, and impact test at 0 C), the chemical
analysis the process of manufacture and the marking (for ex: - heat number of material)
A new chemical analysis (upgradation) shall be done on specimen of valve in presence of TPIA.
7.2
All valves shall be visually inspected. The external and internal surfaces of the valves shall be
free from any arc strikes, gouges and other detrimental defects.
7.3
Dimensional check on all valves shall be carried out as per the Purchasers approved drawings.
7.4
Chemical composition and mechanical properties shall be checked as per relevant material
standards and this specification, for each heat of steel used.
7.5
Pressure containing parts of all valves such as body, bonnet, flange, welding ends and balls etc
shall be subjected to impact test on each heat of base material as per API 6D CL.7.5.
7.6
Notch toughness properties Charpy V: The standard impact test temperature is 0 C. The
average value per series of 3 test specimen shall be equal to 35 J/cm. The minimum value per
test specimen shall be equal to 35 J/cm; this value may drop to 27 J/cm per test specimen
per series.
7.7
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 10 of 16
Full inspection by radiography shall be carried out on all welds of pressure containing parts.
Acceptance criteria shall be as per ASME B 31.3 or ASME B31.8 as applicable and API 1104.
7.9
a) All finished weld ends subject to welding in field shall be 100% ultrasonically tested for
lamination type defects for a distance of 50 mm from the end. Laminations shall not be
acceptable.
b) Weld ends of all cast valves subject to welding in field shall be 100% radio graphically
examined and acceptance criteria shall be as per ASME B16.34.
c) After final machining, all bevel surfaces shall be inspected by dye penetrate or wet magnetic particle methods. All defects longer than 6.35 mm shall be rejected. Rejectable
defects must be removed. Weld repair of bevel surface is not permitted.
7.10
All valves shall be tested in compliance with the requirements of API 6D. During pressure
testing, valves shall not have sealant lines and other cavities filled with sealant, grease or
other foreign material. The drain, vent and sealant lines shall be either included in the
hydrostatic shell test or tested independently. No leakage is permissible during hydrostatic
testing. The body cavity self-relieving feature meeting the requirements of clause 6.8 of this
specification shall also be checked.
7.11
A supplementary air seat test as per API 6D, Appendix C, Para C3.3 Type II shall be carried
out for all valves. A bubble tight seal is required without the use of any sealant. No leakage is
allowed. Test pressure shall be held for at least 15 minutes.
7.12
Valves shall be subjected to Operational Torque Test as per Appendix C, Para C.6, API 6D
under hydraulic pressure equal to maximum differential pressure corresponding to the valve
rating. For manually operated valves, it shall be established that the force required to operate
the valve does not exceed the requirements stated in section 6.24 (c) of this specification.
7.13
Power actuated valves shall be tested after assembly of the valve and actuator, at the valve
Manufacturers works. At least five Open-Close-Open cycles without internal pressure and
five Open-Close-Open cycles with maximum differential pressure corresponding to the valve
rating shall be performed on the valve actuator assembly. The time for Full Open to Full
Close shall be recorded during testing. If required, the actuator shall be adjusted to ensure
that the opening and closing time is with in the limits stated in Valve Data Sheet. The Hand
operator provided on the actuator shall also be checked after the cyclic testing, for
satisfactory manual over-ride performance.
These tests shall be conducted on minimum one valve out of a lot of five (5) valves of the
same size, rating and the actuator model/type. In case, the tests do not meet the
requirements, retesting/rejection of the lot shall be decided by the Purchasers Inspector.
7.14
Subsequent to successful testing as specified in clause 7.10, 7.11, 7.12 and 7.13 above,
one(1) valve out of the total ordered quantity shall be randomly selected by the Company
Representative for cyclic testing as mentioned below:
a) The valve shall be subjected to at least 5 Open-Close-Open cycles with maximum
differential pressure corresponding to the valve rating.
b) Subsequent to the above, the valve shall be subjected to hydrostatic test and
supplementary air seat test in accordance with clause 7.10 and 7.11.
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 11 of 16
In case this valve fails to pass these tests, the valve shall be rejected and two more valves
shall be selected randomly and subjected to testing as indicated above. If both valves pass
these tests, all valves manufactured for the order (except the valve that failed) shall be
deemed acceptable. If either of the two valves fails to pass these tests, all valves shall be
rejected or each valve shall be tested at the option of manufacturer.
Previously carried out prototype test of similar nature shall not be considered acceptable in
place of this test.
7.15
Purchaser reserves the right to perform stage wise inspection and witness tests as indicated
in clauses 7.1 to 7.14 above at Manufacturers works prior to shipment. Manufacturer shall
give reasonable access and facilities required for inspection to the Purchaser. Purchaser or
Purchasers representative reserves the right to require additional testing at any time to
confirm or further investigate a suspected fault. The cost incurred shall be borne to
Manufacturer.
In no case shall any action of Purchaser or his inspector shall relieve the Manufacturer of his
responsibility for material, design, quality or operation of valves .
Inspection and tests performed/witnessed by the Purchasers Inspector shall in no way
relieve the Manufacturers obligation to perform the required inspection and tests.
8.0
TEST CERTIFICATES
Manufacturer shall submit the following certificates:
a) Mill test certificates relevant to the chemical analysis and mechanical properties of the
materials used for the valve construction as per the relevant standards.
b) Test certificates of hydrostatic and pneumatic tests complete with records of timing and
pressure of each test.
c) Test reports of radiograph and ultrasonic inspection.
d) Test report on operation of valves conforming to clause 7.12, 7.13 and 7.14 of this
specification.
e) All other test reports and certificates as required by API 6D, this specification and data sheets.
The certificates shall be valid only when signed by Purchasers Inspector. Only those valves
which have been certified by Purchasers Inspector shall be dispatched from Manufacturers
works.
9.0
9.1
Valve surface shall be thoroughly cleaned, freed from rust and grease and applied with
sufficient
coats of corrosion resistant paint. Surface preparation shall be carried out by
shot
blasting to SP- 6 in accordance with Steel Structures Painting Council - Visual
Standard
SSPC-VIS-1. For the valves to be installed underground, when indicated
in Valve Data Sheet,
the external surfaces of buried portion of the valve shall be
painted with three coats of suitable
coal tar epoxy resin
with a minimum dry film
thickness of 300 microns.
9.2
All valves shall be marked as per API 6D. The units of marking shall be metric except
nominal diameter, which shall be in inches.
9.3
Valve ends shall be suitably protected to avoid any damage during transit. All threaded and
machined surfaces subject to corrosion shall be well protected by a coat of grease or other
suitable material. All valves shall be provided with suitable protectors for flange faces,
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 12 of 16
securely attached to the valves. Bevel ends shall be protected with metallic or high impact
plastic bevel protectors.
9.4
All sealant lines and other cavities of the valve shall be filled with sealant before shipment.
9.5
Packaging and shipping instructions shall be as per API 6D and procurement documentation.
All valves shall be transported with ball in the fully open condition.
9.6
10.0
10.1
Manufacturer shall furnish list of recommended spares and accessories for valves required
during start-up and commissioning.
10.2
Manufacturer shall furnish list of recommended spares and accessories required for two years
of normal operation and maintenance of valves.
10.3
Manufacturer shall quote for spares and accessories as per Material Requisition.
11.0
DOCUMENTATION
11.1
b)
General arrangement/assembly drawings showing all features and relative positions and
sizes of vents, drains, gear operator/ actuator, painting, coating and other external parts
together with overall dimension.
c)
Sectional drawing showing major parts with reference numbers and material
specification. In particular a blow up drawing of ball-seat assembly shall be furnished
complying with the requirement of Clause 6.7 of this specification.
d)
Reference list of similar ball valves manufactured and supplied in last five years
indicating all relevant details including project, year, client, location, size, rating, service
etc.
e)
Torque curves for the power actuated valves along with the break torque and maximum
allowable stem torque. In addition, sizing criteria and torque calculations shall also be
submitted for power actuated valves.
f)
g)
h)
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 13 of 16
11.2
i)
j)
Details of support foot including dimensions and distance from valve centerline to bottom
of support foot.
Within three weeks of placement of order, the Manufacturer shall submit four copies of, but not
limited to, the following drawings, documents and specifications for Purchasers approval:
a)
Detailed sectional drawings showing all parts with reference numbers and material
specifications.
b)
Assembly drawings with overall dimensions and features. Drawing shall also indicate
the number of turns of hand wheel (in case of gear operators) required for operating the
valve from full open to full close position and the painting scheme. Complete dimensional
details of support foot (where applicable) shall be indicated in these drawings.
c)
d)
Manufacturing of valves shall commence only after approval of the above documents. Once the
approval has been given by Purchaser, any changes in design, material and method of
manufacture shall be notified to Purchaser whose approval in writing of all changes shall be
obtained before the valve is manufactured.
11.3
Prior to shipment, Manufacturer shall submit to Purchaser one reproducible and six copies of the
following:
a) Test certificates as per clause 8.0 of this specification.
b) Manual for installation, erection, maintenance and operation instructions including a list of
recommended spares for the valves.
11.4
CD containing all docs in 11.2 & 11.3 shall be submitted within 30 days from the approval date,
Manufacturer shall submit to Purchaser one reproducible and six copies of the approved
drawings, documents and specifications as listed in clause 11.2 above.
11.5
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 14 of 16
FIG - 6.11 A
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 15 of 16
FIG - 6.11 B
TECHNICAL SPECIFICATION
FOR
BALL VALVES
Document No.
Rev
11-0398B02-01-08-02-025
SHEET 16 of 16
CLIENT
REFERENCE DOC.
TECHNICAL
SPECIFICATION FOR
PAINTING
11-0398B02-01-09-02-022
Item Code
Surface Finish :
SA 2.5
Qty.
Primer :
Internal
P-6
2 Coats
External
P-6
2 Coats
Finish Paint :
Internal
NIL
External
F-6
2 Coats
Item Code
Surface Finish :
SA 2.5
Qty.
Primer :
Internal
P-6
2 Coats
External
P-6
2 Coats
Finish Paint :
Internal
NIL
External
F-7
2 Coats
Document No.
Rev.
ANNEXURE - III
SHEET 1 of 1