Sie sind auf Seite 1von 163

GAIL (INDIA) LIMITED

(A.GOVT OF INDIA UNDERTAKING)

INSTALLATION OF I.P. STATION AT ANKHI, GUJARAT ON 12


GANDHAR-DABKA PIPE LINE

TENDER FOR CONDENSATE RECOVERY SYSTEM


VOLUME II OF II - TECHNICAL
(BID DOCUMENT NO: 110398 B /WGI/GAIL/02-R0)
ETENDER NO. - 8000005361
INTERNATIONAL COMPETITIVE BIDDING
ISSUED DATE: 10.05.2013

ISSUED BY

TABLE OF CONTENTS
S.NO.

DOCUMENT TITLE

DOCUMENT NUMBER

NO. OF
SHEETS

1.0

MATERIAL REQUISITION (MR) FOR CONDENSATE


RECOVERY SYSTEM

11-0398B02-01-09-06-001

2.0

TECHNICAL SPECIFICATION OF CONDENSATE


RECOVERY SYSTEM

11-0398B02-01-09-02-002

10

3.0

PROCESS DESIGN BASIS OF CONDENSATE


RECOVERY SYSTEM

11-0398B02-01-09-04-003

4.0

DATA SHEET OF SLUG CATCHER

11-0398B02-01-09-03-004

5.0

DATA SHEET OF CONDENSATE TANK

11-0398B02-01-09-03-005

6.0

DATA SHEET OF PRESSURE GAUGE

11-0398B02-01-11-03-006

7.0

DATA SHEET OF PRESSURE SAFETY VALVE

11-0398B02-01-11-03-007

8.0

DATA SHEET OF LEVEL GAUGE

11-0398B02-01-11-03-008

9.0

DATA SHEET OF DP TYPE PRESSURE


TRANSMITTER

11-0398B02-01-11-03-009

10.0

DATA SHEET OF FLAME ARRESTOR

11-0398B02-01-11-03-010

11.0

DATA SHEET OF LEVEL TRANSMITTER

11-0398B02-01-11-03-011

10

12.0

TECHNICAL SPECIFICATION OF PRESSURE


GAUGE

11-0398B02-01-11-03-012

13.0

TECHNICAL SPECIFICATION OF PRESSURE


SAFETY VALVE

11-0398B02-01-11-02-013

14.0

TECHNICAL SPECIFICATION OF DP TYPE


PRESSURE TRANSMITTER

11-0398B02-01-11-02-014

14

15.0

TECHNICAL SPECIFICATION OF INSTRUMENT


VALVE & MANIFOLD

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

QAP FOR SLUG CATCHER

11-0398B02-01-11-02-016

17.0

QAP FOR CONDENSATE TANK

11-0398B02-01-09-02-017

18.0

LIST OF RECOMMENDED VENDOR FOR


CONDENSATE RECOVERY SYSTEM

11-0398B02-01-09-02-018

19.0

THIRD PARTY INSPECTION AGENCY FOR


CONDENSATE RECOVERY SYSTEM

11-0398B02-01-11-02-019

20.0

TECHNICAL SPECIFICATION OF TUBES &


FITTINGS

11-0398B02-01-09-02-020

21.0

DATA SHEET OF SUMP PUMP (VERTICALLY


SUSPENDED VESSEL MOUNTED)

11-0398B02-01-11-02-021

22.0

TECHNICAL SPECIFICATION OF PAINTINGS

11-0398B02-01-11-03-022

23.0

P&ID OF CONDENSATE RECOVERY SYSTEM

11-0398B03-01-11-01-003,
SHEET 2 OF 3

24.0

DATA SHEET OF BALL VALVES

11-0398B02-01-11-03-024

25.0

TECHNICAL SPECIFICATION OF BALL VALVES

11-0398B02-01-11-03-025

16

26.0

SCHEMATIC GAD OF SLUG CATCHER

ANNEXURE-I

27.0

SCHEMATIC GAD OF CONDENSATE TANK

ANNEXURE-II

28.0

SCOPE OF PAINTING FOR VESSELS

ANNEXURE-III

Document No.

CONDENSATE RECOVERY
SYSTEM
SHEET 2 of 2

Rev

INSTALLATION OF IP STATION AT ANKHI


GUJARAT ON 12 GANDHAR-DABKA PIPELINE

MATERIAL REQUISITION FOR CONDENSATE RECOVERY


SYSTEM

DOCUMENT NO

11

0398B02

01

CLIENT JOB NO.

TOTAL SHEETS

09

06

001

07.05.13

ISSUED FOR TENDER

AS

AD

AD

20.04.13

ISSUED FOR IDC

AS

AD

AD

REV

DATE

DESCRIPTION

PREP

CHK

APPR

TABLE OF CONTENT
1. SCOPE OF WORK

2. REMARKS

3. SPECIAL INSTRUCTIONS TO BIDDER

4. INFORMATION/ DOCUMENTS/ DRWGS TO BE SUBMITTED BY SUCCESSFUL BIDDER

MATERIAL REQUISITION FOR


CONDENSATE RECOVERY SYSTEM

Document No.

Rev

11-0398B02-01-09-06-001

SHEET 2 of 6

1.0

SCOPE OF WORK (SOW)

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)

All paints, primers as per painting specifications in the Tender by vendor

MATERIAL REQUISITION FOR


CONDENSATE RECOVERY SYSTEM

Document No.

Rev

11-0398B02-01-09-06-001

SHEET 3 of 6

Writing tags details for all the Instruments with paint.

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

Design, Engineering, Manufacturing, Supply, Testing at Works


and Supervision for Pre-Commissioning/Commissioning of Slug
Catcher / Separator suitable for operating flow rate of 0.1
MMSCMD at 33.54 Kg/cm2g operating pressure with Inlet &
Outlet flange of sizes 14 NB & 12 NB and of ANSI rating 600#
respectively along with separate Horizontal Cylindrical
Condensate Storage Tank of 10 KL capacity fitted with
Vertically Suspended Vessel mounted Sump Pump with normal
flow rate of 10.0 m3/hr.

TAG NO.

110398B02-SC-0101
(Slug Catcher /
Separator Skid)
and
110398B02-CT-0101
(Condensate Storage
Tank Skid)

QTY

01 Set

2.0

200% Gasket as Mandatory Spares for each Nozzle/Flange


Joint for all above equipments mentioned in Cl. No. 1.4.1.

3.0

100% Fasteners as Mandatory Spares for each Nozzle/Flange


Joint for all above equipments mentioned in Cl. No. 1.4.1.

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

Compliance with Specification


The supplier shall be completely responsible for the design and engineering, materials, fabrication,
testing, inspection & transfer of above material to nominated delivery point strictly in accordance with
the MR & all attachments thereto.

MATERIAL REQUISITION FOR


CONDENSATE RECOVERY SYSTEM

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

SPECIAL INSTRUCTIONS TO BIDDERS

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

All the equipments/materials shall be delivered at GAIL-Ankhi IP Station, Gujarat.

4.0

INFORMATION/ DOCUMENTS/ DRAWINGS TO BE SUBMITTED BY SUCCESSFUL BIDDER


Successful Bidder shall submit six copies unless noted otherwise, each of the following:

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

Statutory test certificates, as applicable.

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

WPS & PQR, as required.

MATERIAL REQUISITION FOR


CONDENSATE RECOVERY SYSTEM

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

Purchase orders of bought out items soon after placement of order.

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

A list of documents to be furnished along with supply.

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.

MATERIAL REQUISITION FOR


CONDENSATE RECOVERY SYSTEM

Document No.

Rev

11-0398B02-01-09-06-001

SHEET 6 of 6

INSTALLATION OF IP STATION AT ANKHI


GUJARAT ON 12 GANDHAR-DABKA
PIPELINE

TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY SYSTEM

DOCUMENT NO

11

0398B02

01

CLIENT JOB NO.

TOTAL SHEETS

10

09

02

002

07.05.13

ISSUED FOR TENDER

AS

AD

AD

20.04.13

ISSUED FOR IDC

AS

AD

AD

REV

DATE

DESCRIPTION

PREP

CHK

APPR

TABLE OF CONTENT
1.0

GENERAL ....................................................................................................................3

2.0

STANDARDS AND CODES ...........................................................................................3

3.0

SCOPE OF SUPPLY ......................................................................................................4

4.0

TECHNICAL REQUIREMENTS... ........................6

5.0

TESTING AND INSPECTION .........................................................................................7

6.0

TESTING AND INSPECTION .........................................................................................8

7.0

DOCUMENTATION ........................................................................................................8

8.0

NAME PLATE.. ...9

9.0

PROTECTION AND PAINTING ......................................................................................9

10.0

SHIPPING ...................................................................................................................10

11.0

REJECTION ..............................................................................................................110

12.0

INFORMATION TO BE SUPPLIED WITH TENDER .......................................................11

13.0

WARRANTY & DEFECT LIABILITY PERIOD.....11

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:

Make, model and detail specification of all Equipments.


Fixing pressure drop across all Equipments.
Sizing of all Equipments, PSV etc..
Selection of ranges for Pressure Gauges etc.
Design performance characteristics of all Equipments.
Overall dimension of all Equipments.
Empty & Hydro Test Weight of all Equipments.

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

STANDARDS AND CODES


Following principal codes and standards (Latest Edition) and in accordance with the relevant Institute
of Gas Engineers (IGE) codes shall be followed for design, manufacture, testing etc. of the
equipments.

TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY
SYSTEM

Document No.

Rev

11-0398B02-01-09-02-002

SHEET 3 of 10

ASME Boiler and Pressure Vessel code


Section V
:
Non destructive examination
Section VIII
:
Pressure Vessel, Division-1
Section IX
:
Welding and brazing qualification
American National Standard Code
ANSI/ASME B 16.5
:
Flanges and Flange fittings
ANSI/ASME B31.8
:
Gas Transmission and Distribution Systems
ANSI/ASME B 16.20
:
Metallic gaskets for pipe flanges
ANSI/ASME B 1.20.1 :
Pipe threads general purpose (inch)
ANSI/ASME B 16.34
:
Valves flanged, threaded & welding ends
ANSI/ASME B 16.1
:
Forged Steel Fittings Socket Welded & Threaded
ANSI/ASME B 16.47
:
Large Diameter Steel Flanges
ANSI/ASME B 36.10
:
Welding & Seamless Wrought Steel Pipe
ANSI/ASME B 16.21
:
Design of Non-Metallic Gasket
ASME Sec-II & ASTM :
Material Specifications
American Petroleum Institute
API RP 520
:
API RP 521
API RP 550
API 6 D
API 527

:
:
:
:

Part -1 & 2, Design. and installation of pressure relieving system in


refineries
Guide for Pressure relief and Depressing Systems.
Manual on installation of refinery instrument and control system.
Specification for pipeline valves, end closures and swivels.
Commercial Seat Tightness of safety relief valves with Metal-to-Metal
seats.

British Standard Specifications


BS 449
:
Structural steel work
BS 1515
:
Materials of Slug Catcher.
Instrumentation
Instrumentation shall generally be in accordance with the applicable sections of the following principal
codes of practice (latest editions).
BS 1041
:
Code for temperature measurement.
BS 1042
:
Code for measurement of fluid flow in pipes.
BS 5501
:
Part-1, Electrical apparatus for potentially explosive atmospheres.
API RP 550
:
Manual on Installation of Refinery Instrument Control Systems.
API RP 521
:
Guide for Pressure relief & Depressurising Systems.
ISA A 5.1
:
Instrument Symbols & Identification
BS 2765
:
Thermowell.
For purpose of material selection, national code of the country of origin shall also be acceptable
provided the bidder specifically establishes, to the satisfaction of purchaser, the equivalence or
superiority of the proposed material with respect to those specified.
3.0

SCOPE OF SUPPLY

3.1

Bidders scope shall include but not limited to:i)

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)

Ladder, Access Platform and Holding Clamps/Cleats etc.

TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY
SYSTEM

Document No.

Rev

11-0398B02-01-09-02-002

SHEET 4 of 10

iv)

Anchor/Foundation bolts with nuts & washers and base plates.

v)

Protective coating & painting of equipments.

vi)

Documents as called for in bidder data requirements.

vii)

Recommended Spares for two years of Normal Operation :


Bidders shall furnish a separate price list of the recommended spares (exclusive of quoted price)
for two years of normal operation for the system along with Bid. However, the actual supply of
these recommended spares, if required, shall be as per Purchasers advice.

viii) Mandatory Spares :


200% Gasket for each Nozzle/Flange Joint for both Slug Catcher / Separator and Condensate
Storage Tank.
100% Fasteners for each Nozzle/Flange Joint for both Slug Catcher / Separator and Condensate
Storage Tank.
Prices for above spares shall be inclusive of quoted price.
ix)

Start-up & Commissioning Spares (In addition to Cl.3.1.viii) :


100% Gasket for each Nozzle/Flange Joint for both Slug Catcher / Separator and Condensate
Storage Tank.
Prices for above spares shall be inclusive of quoted price.

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

Flow direction shall be clearly marked on the Slug Catcher body.

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

TESTING AND INSPECTION

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 :

Non destructive tests such as radiography, dye penetration tests.

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.

Any other tests as per data sheet / standards / codes.

6.3

Extent of radiography shall be 100% for Slug Catcher only.

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

PROTECTION AND PAINTING

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

2 coats of synthetic enamel, each 25 micron


thick.

Surface Preparation
Primer

:
:

Sa 2-1/2
2 coats of epoxy zinc chromate each 35
micron thick

Finish coat

2 coats of epoxy high build paint, each 100


micron thick.

Surface Preparation
Primer

:
:

Sa 2-1/2
2 coats of high build chlorinated rubber zinc
phosphate each 50 micron thick

Finish coat

2 coats of chlorinated rubber paint, each 35


micron thick.

Surface Preparation

Sa 2-1/2

Finish coat

2 coats of heat resistant aluminium paint


suitable for specified temp, each 20 micron
thick.

Corrosive Industrial

Coastal & Marine

All Environment
(80-4000 C)

(All values refer to dry film thickness).

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

Condensate recovery system shall bear proper shipping markings.

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

INFORMATION TO BE SUPPLIED WITH TENDER


The Bidder shall provide at the time of tendering a complete detailed engineering package in
accordance with the bidder data requirement and shall include but not necessarily be limited to the
same.

13.0

WARRANTY& DEFECT LIABILITY PERIOD


The Bidder shall as required by the Engineer in charge and without additional cost to Owner (unless it
can be shown that defects and deficiencies have occurred through Owners negligence), amend repair
or replace with new materials any defects or deficiencies in terms of performance in the plant and/or
work which become apparent at any time or from time to time, within the period of twelve (12) months
occurring from the date of commissioning or 18 months from the date of arrival of the material at site,
whichever is earlier.
If the Bidder does not make good those defects or deficiencies in the plant and/or work within a
reasonable time of having been given prior written notice by the Engineer In charge to do so, the
Engineer In -charge may arrange for such defects or deficiencies to be remedied by others at the risk
and expenses of the Bidder, but without prejudice to any other rights which Owner has under the
Contract in respect of those defects or deficiencies.
Bidder shall note that they shall submit the offer with full details as desired in the tender document.
Bidder shall submit the enclosed CHECK LIST & TECHNICAL QUESTIONNAIRE duly filled in
along with sets of offers to avoid further queries and to ensure proper evaluation of offer. If these are
not complied with, offer is liable to be rejected.

TECHNICAL SPECIFICATION OF
CONDENSATE RECOVERY
SYSTEM

Document No.

Rev

11-0398B02-01-09-02-002

SHEET 10 of 10

INSTALLATION OF IP STATION AT ANKHI


GUJARAT ON 12 GANDHAR-DABKA PIPELINE

CLIENT JOB NO.

TOTAL SHEETS

PROCESS DESIGN BASIS

DOCUMENT NO.

11

0398B02

01

09

04

003

07.05.13

ISSUED FOR TENDER

AS

AD

AD

20.04.13

ISSUED FOR IDC

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

Data For Slug Catcher.................................................................................................3

1.2.2

Data For Condensate Storage Tank.............................................................................3


DESIGN BASIS.............................................................................................................3

2
2.1

Efficiency of Slug Catcher 98%...................................................................................3

2.2

Particle Size Removal in Slug Catcher 10 micron........................................................3

PROCESS DESCRIPTION ...........................................................................................4

SLUG CATCHER DATA SHEET...................................................................................5


4.1

Weir Plate.6

4.2

Mist Eliminator.6

4.3

Vortex Breaker (Condensate Outlet)6

RESTRICTION ORIFICE DATA SHEET.......................................................................6

CONDENSATE TANK DATA SHEET ...........................................................................7

PROCESS DESIGN BASIS

Document No.

Rev

11- 0398B02- 01-09- 04- 003

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

Data For Slug Catcher

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

Data For Condensate Storage Tank


Condensate Flow Rate (Norm/Design)
Operating Pressure (Norm/Design)
Operating Temperature(Norm/Design)
Inlet Flange (NB)
ANSI Pressure Rating Class

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

PROCESS DESIGN BASIS

98%
10 micron and above

Document No.

Rev

11- 0398B02- 01-09- 04- 003

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.

PROCESS DESIGN BASIS

Document No.

Rev

11- 0398B02- 01-09- 04- 003

SHEET 4 of 7

PROCESS DATA SHEET OF SLUG CATCHER


General Characteristics
1
2
3
4
5

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

Gas Inlet Nozzle (inch)


Gas Outlet Nozzle (Inch)
Liquid Outlet Nozzle (Inch)

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

PROCESS DESIGN BASIS

14
12
4

Document No.

Rev

11- 0398B02- 01-09- 04- 003

SHEET 5 of 7

PROCESS DATA SHEET OF WEIR PLATE


1
2
3

Type
Segment Height (mm)
Material of Construction

Fixed
200
SA 516 Gr.70 OR
SUPERIOR

PROCESS DATA SHEET OF MIST ELIMINATOR


1
2
3
4

Type
Thickness (mm)
Segment Height (mm)
Material of Construction

Mesh Pad
150
500
SS316

PROCESS DATA SHEET OF VORTEX BREAKER (CONDENSATE OUTLET)


1
2
3

Type
Size (Inch)
Material of Construction

Cross Type
4
SA 516 Gr.70 OR
SUPERIOR

PROCESS DATA SHEET OF RESTRICTION ORIFICE


General Characteristics
1
2
3
4
5
6
7
8
9
10
11

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)

PROCESS DESIGN BASIS

4
600
1
Concentric
Refer Vendor Data
Hydrocarbon
Condensate
33.54
25.33
Refer Process Data
0.1
3.62

Document No.

Rev

11- 0398B02- 01-09- 04- 003

SHEET 6 of 7

PROCESS DATA SHEET OF CONDENSATE TANK

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)

PROCESS DESIGN BASIS

Condensate Tank
1
2000
5000
15.71
Atmospheric
Ambient
3.5
65.0
1800
200
7.4

Document No.

Rev

11- 0398B02- 01-09- 04- 003

SHEET 7 of 7

CLIENT :
QUANTITY

GAIL India Limited

INSTALLATION OF IP STATION AT ANKHI


GUJARAT ON 12 GANDHAR-DABKA PIPELINE

01 No.

TAG NO. : 110398B02-SC-0101


Flow Rate : MMSCMD

Pressure : kg/cm 2g

S.No.

UNITS :

VESSEL TYPE

Horizontal, Cylindrical, Dished Ends, Skid Mounted, Above Ground

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

GAS INLET / OUTLET SIZE (Inch NB)

14.0 / 12.0

OPERATING PRESSURE (kg/cm2g) - Norm / Design

33.54 / 64.0

0.8078

OPERATING TEMPERATURE (oC) - Norm / Design

25.33 / 65.0

CORROSION ALLOWANCE (mm)

3.0

ALLOWABLE PRESSURE DROP (kg/cm2g) - Clean / Dirty

0.1 / 0.3 (Max.)

MATERIAL OF CONSTRUCTION
10

SHELL / DISHED ENDS / REINFORCING PADS / BAFFLES /


PARTITION WALL ETC.

ASTM A516 GR.70 OR SUPERIOR

11

NOZZLE NECKS / FABRICATED NOZZLE NECKS

ASTM A106 GR.B / ASTM A516 GR.70 OR SUPERIOR

12

NOZZLE FLANGES / MANWAY & FABRICATED FLANGES

ASTM A105 / ASTM A516 GR.70 OR SUPERIOR

13

BOLTING

ASTM A193 GR.B7 & ASTM A194 GR.2H

14

FITTINGS

ASTM A234 GR.WPB

15

SKIRT / LEG SUPPORT

ASTM A516 GR.70 OR SUPERIOR

16

GASKET / O-RING

GRAFOIL FILLED SPIRAL WOUND WITH SS 316L METAL WINDING / BUNA-N

17

NAME PLATE / MIST SEPARATOR

SS 316 / SS 316

DESIGN & CONSTRUCTION


18

DESIGN CODE

ASME -SEC VIII, DIV-1, Latest Edition

19

DESIGN PRESSURE (kg/cm2g)

64.0

20

HYDROSTATIC TEST PRESSURE (kg/cm2g)

83.2

21

DESIGN TEMPERATURE (C)

65.0

22

MAKE / MODEL NO.

23

NAME OF MANUFACTURER

24

ANSI RATING OF FLANGES

600#

25

FACING OF FLANGES

125 AARH

26

TYPE OF FLANGES

WNRF

27

CONDENSATE OUTLET SIZE (Inch NB)

4.0

28

DRAIN SIZE (Inch NB)

2.0

29

PSV INLET CONNECTION SIZE (Inch NB)

2.0

30

MANWAY SIZE (Inch NB)

24.0

31

INSTRUMENTS CONNECTION SIZE (Inch NB)

As per P&I Diagram

32

WIND SPEED (m/s)

47.0

33

EARTH QUAKE ZONE / FACTOR AS PER IS-1893, 2002

Seismic Zone III, Zone Factor = 0.16

34

INSULATION (TYPE & THICKNESS)

35

PRODUCT TO BE REMOVED

Condensate (in liquid state contaminated with solid particles)

36

GAS COMPOSITION

As per Tender Specification

37

SURFACE PREPARATION & PAINTING

As per Tender Specification

38

CONDENSATE FLOW RATE (kl/Day) - Norm / Design

3.62 / 4.34

39

PARTICLE SIZE TO BE REMOVED (micron)

40

EFFICIENCY OF SLUG CATCHER (%)

41

OVERALL LENGTH (mm)

42

OVERALL HEIGHT (mm)

43

VESSEL INSIDE DIA. (mm)

44

VESSEL WALL THICKNESS (mm)

45

DISHED END THICKNESS (mm)

46

SKIRT/SADDLE THICKNESS (mm)

47

EMPTY WEIGHT (kg)

48

OPERATING WEIGHT (kg)

49

HYDROTEST WEIGHT (kg)

50

INSULATION CLEATS

51

LIFTING LUGS

Yes

52

ANCHOR / FOUNDATION BOLTS & NUTS

Yes

53

BLIND FLANGES, BOLTS, NUTS & GASKETS FOR DRAIN, VENT,


UTILITY CONNECTIONS ETC.

Yes

54

LADDER & PLATFORM WITH HOLDING CLEATS & FASTENERS

Yes

55

PRESSURE SAFETY VALVE

Yes

56

LEVEL INDICATOR CUM TRANSMITTER

Yes

57

DRAIN, VENT & UTILITY CONNECTION VALVES

As per P&I Diagram

58

DIFFERENTIAL PRESSURE INDICATOR CUM TRANSMITTER

Yes

DIMENSION & WEIGHT

ACCESSORIES

DATA SHEET OF
SLUG CATCHER / SEPARATOR

DOCUMENT NO.

REV.

11-0398B02-01-09-03-004

SHEET 1 OF 2

CLIENT :
QUANTITY

GAIL India Limited

INSTALLATION OF IP STATION AT ANKHI


GUJARAT ON 12 GANDHAR-DABKA PIPELINE

01 No.

TAG NO. : 110398B02-SC-0101


S.No.

UNITS :

Flow Rate : MMSCMD

Pressure : kg/cm 2g

Temperature : Deg. C

INSPECTION & TESTING


59
60
61
62

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

GAIL India Limited

INSTALLATION OF IP STATION AT ANKHI GUJARAT


ON 12 GANDHAR-DABKA PIPELINE

01 No.

TAG NO. : 110398BO2-CT-0101


S.No.

UNITS :

Flow Rate : KL/Day

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)

Horizontal, Cylindrical, Dished Ends, Skid Mounted, Under Ground, Buried


Liquid Condensate (separated from Wet Natural Gas)
3.62 / 4.34
0.8078
4.0
Atmospheric / 3.5
Ambient / 65.0
3.0

MATERIAL OF CONSTRUCTION

10
11
12
13
14
15
16

SHELL / DISHED ENDS / REINFORCING PADS / BAFFLES /


PARTITION WALL ETC.
NOZZLE NECKS / FABRICATED NOZZLE NECKS
NOZZLE FLANGES / MANWAY & FABRICATED FLANGES
BOLTING
FITTINGS
SKIRT / LEG SUPPORT
GASKET
NAME PLATE

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

OVERALL LENGTH (mm)


OVERALL HEIGHT (mm)
VESSEL INSIDE DIA. (mm)
VESSEL WALL THICKNESS (mm)
DISHED END THICKNESS (mm)
SKIRT/SADDLE THICKNESS (mm)
EMPTY WEIGHT (kg)
OPERATING WEIGHT (kg)
HYDROTEST WEIGHT (kg)

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

ASTM A516 GR.70


ASTM A106 GR.B
ASTM A105 / ASTM A516 GR.70
ASTM A193 GR.B7 & ASTM A194 GR.2H
ASTM A234 GR.WPB
IS 2062 GR.B
SPIRAL WOUND WITH SS 316L METAL WINDING
SS 316

DESIGN & CONSTRUCTION


ASME -SEC VIII, DIV-1 (Latest Edition)
3.5
4.55
65.0
*
*
CLASS 150#
125 AARH
WNRF
4.0
2.0
*
24.0
As per P&I Diagram
47.0
Seismic Zone III, Zone Factor = 0.16
*
Condensate (inliquid contaminated with solid particles)
As per Tender Specification
As per Tender Specification

DIMENSION & WEIGHT


*
*
*
*
*
*
*
*
*

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

GAIL India Limited

INSTALLATION OF IP STATION AT ANKHI GUJARAT


ON 12 GANDHAR-DABKA PIPELINE

01 No.

TAG NO. : 110398BO2-CT-0101


S.No.

UNITS :

Flow Rate : KL/Day

Temperature : Deg. C

Pressure : kg/cm g

INSPECTION & TESTING


54
55
56
57

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:

GAIL India Limited

QUANTITY:

One no. each

INSTALLATION OF IP STATION AT ANKHI GUJARAT ON


12 GANDHAR-DABKA PIPELINE

TAG NO. : PI-0101, PI-0102 & PI-0103


1

Type

Direct

Wetted Parts Material

Mounting

Local

Other Material

Dial Size

150 mm

Process Connection

Colour

White with black inscription

Size & rating

Case Material

SS 316

Facing & finish

Bezel Ring

Beyonnet type SS 316

Capillary Material

Window Material

Shatterproof glass

Armour Flexible Material

Enclosure

WP to IP 65 as per IEC 60529/IS 2147

Capillary Length

Pressure Element

Bourdon

Flushing/filling connection with

10

Element Material

SS 316

17 Over range protection

130 % of FSD

11

Socket Material

SS 316

18 Blow out protection

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)

Liquid filled casing

Bottom

e)

Vaccum protection

f)

Solid front

g)

Two valve manifold

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)

Process data shall be as per Design Basis

2)

At the time of approval of DS, supplier shall furnish DS with catalogues

DATA SHEET OF PRESSURE GAUGE

DOCUMENT NO.

Rev.

11-0398B02-01-11-03-006

SHEET 1 OF 1

CLIENT:

GAIL India Limited

QUANTITY:

One no. each

INSTALLATION OF IP STATION AT ANKHI GUJARAT ON 12 GANDHAR-DABKA PIPELINE

Tag Number

Line Number

Vessel No.

110398B02-SC-0101

Safety / Relief

Safety Relief

Full nozzle full lift / Mod. Nozzle

Full nozzle full lift

Bonnet type

Closed

Conv./Bellows/Pilot Operated

PSV-0101
Schedule

NA

GENERAL

VALVE

Conventional
Size & Rating

2" NB , 600#

Facing & finish

RF, 125 AARH

10 Outlet Conn

Size & Rating

3" NB , 600#

11

Facing & finish

Inlet Conn.

RF, 125 AARH


Yes

12 Cap Over Adj. Bolt


Screwed/bolted

13

Bolted

14 Lifting Gear - Type


15 Test Gag

Yes

16
17

MATERIAL

18 Body & Bonnet

ASTM A351 CF8M

19 Nozzle & Disc

SS 316

20 Spring

SS 304

21 Belows

22
23

24 Resilient Seat Seal

25
OPTIONS
26
API

27 Code
BASIS

28
29
30 Fluid

State

Wet Natural Gas

Gas

33.54 kg/sq.cm g

31 Corrosive Constituent
32 Required Flow Capacity

SERVICE
CONDITIONS

33 Mol. Wt.

S.G at Rel. Temp.

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

42 Viscosity @ Rel. temp

20%

mPas(cP)

43 Vess. Wall Temp

Surf.Area-m2

44 Min. & Max. pressure

As per Technical Specification

45 Max. flow capacity

*
*

46 Calculated Area cm2


47 Sel. Area cm2
ORIFICE

NOTES :-

Orifice Design

48 No. of valves reqd. for capacity

49 Total Area-cm2

50 Actual flow capacity

51 Model No.

52 IBR Certification

No

53 Manufacturer

*' Vendor to furnish

Process Data shall be as per Design Basis

At the time of approval of DS, supplier shall furnish DS with catalogues.

DATA SHEET OF PRESSURE SAFETY VALVE

DOCUMENT NO.

Rev.

11-0398B02-01-11-03-007

SHEET 1 OF 1

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

DATA SHEET
FOR
LEVEL GAUGE ON SLUG CATCHER

07.05.13

ISSUED FOR TENDER

AS

AD

AD

A
REV

20.04.13
DATE

ISSUED FOR IDC


DESCRIPTION

AS
PREP

AD
CHK

AD
APPR

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

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

Hazardous Area Classification

Zone-1, Gas Group IIA/IIB, T3

Electrical Certification

EExd

Enclosure Protection

Weather-proof to IP-65

Tank Type

Closed

Function

Local Indication
SERVICE CONDITIONS

FLUID HANDLED

LIQUID CONDENSATE (from Wet Natural Gas)

OPERATING TEMPERATURE (Min /


Norm )

5.0 0C / 25.33 0C

OPERATING PRESSURE (Min / Norm)

~ / 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

DATASHEET FOR LEVEL GAUGE

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

DETAIL OF GAUGE
Type

Corrosion-Resistant Magnetic float-type Level


Gauge

Measuring Principle

Differential Hydrostatic Pressure

Design Pressure Limit

64.0 Kg/cm2

Design Temperature Limit

0 0C to 65.0 0C

Process Connection

2 , ANSI 600#, FF, FLANGED

Vent Connection

1 NPT (M) , Plugged

Drain Connection and Valve

1 Flanged Ball valve

Mounting

Side / Side

Measuring Range Min / Max.

50 mm (from the bottom) to 500 mm (from the


bottom)

Indicator Type

Magnetic Bi-Colour roller

Scale

0-100 %

Accuracy

<10 % of visibility

DETAILS FOR MATERIAL OF CONSTRUCTION


Float

SS / Ti

Float Chamber
Wetted Parts
Stud / Nut

Stainless Steel
SS
SS-316

All Flanges/ Nozzle

SS
DOCUMENT NO.

REV.

110398B02-01-11-03-008

DATASHEET FOR LEVEL GAUGE

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

Gasket

PTFE

Vent/Drain Plug

SS-316 or better

Drain Valve

CS or better

Mounting Arrangements

Stainless Steel

Indication Scale

Acrylic/Plastic
MISCELLENEOUS

Consumable Item to be supplied with LG

Each level Gauge shall be shipped with two


flange gaskets as applicable and 16 sets of nuts &
Bolts with Gaskets as applicable. ( 8 sets for
mounting and 8 sets shall be for O&M
requirements)

Document

Test Certificate + Operation Manual


CERTIFICATION

Calibration

Required

Certification for use in hazardous area

Required

PURCHASE
Manufacturer

VTA

Model Number

VTA

1. NA:- Not applicable, VTA:- Vendor To Advice


2. CCOE Certification is required for all the Tags.

DOCUMENT NO.

REV.

110398B02-01-11-03-008

DATASHEET FOR LEVEL GAUGE

CLIENT:

GAIL India Limited

INSTALLATION OF IP STATION AT ANKHI GUJARAT ON 12


GANDHAR-DABKA PIPELINE

QUANTITY: One no. each


TAG NO. : DPT-0101
Function

Transmission & Indication

Other Material

Type

2 Wire, Electronic smart transmitter with


HART protocol of latest version

Process Connection

Case

Mfr. Std.

Size & Rating

Mounting

Yoke

Facing & finish

Elec. Area Class.

IEC Zone 1, Gr. II A/IIB, Temp. class T3

Capillary Material

Enclosure

WP to IP 65 as per IEC 60529

Armour Flexible

Intrinsically Safe

Yes

Armour flexible material

Power Supply

24 V DC

Cable Entry

1/2 " NPT(F) with SS plug

20 Fill Fluid

Silicone Oil
100% of span

Capillary Length

10

Accuracy

"+/-" 0.075% of span (Note 1)

Zero Suppression &


21
Elevation

11

Repeatability

40:1 or better

22 Zero & span adjustment

Continuously adjustable externally,


non interactive type
PTFE

12

Transmitter Output

4-20mA DC

23 Adapter "O" ring

13

Load Driving Capability

600 ohms at 24 V DC

24 Body Rating

14

Service

Natural Gas

25 Over Range Protection

15

Element

Diaphagram

26 Options

16

Body Materials

SS 316

a) Intrinsically safe output meter :- Yes (LCD in Engg. Unit)

17

Element Materials

SS 316 L

b) Air Filler Regulator

18

Process Connection

3/4" NPT (F) thru flange adapter with plug.

c) Mounting Accessories suitable for 2" NB pipe :- Yes

MEASURING UNIT

MISCELLANEOUS

Process Connection Location Bottom

d) 2 Valve manifold:- Yes


27 Model

Diaphagram Seat

19

Yes

Wetted Parts Material

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)

Accuracy includes the combined effect of repeatability, linearity, hysterisis etc.

2)

Operating principle of transmitters shall be capacitance / peizo resistance

3)

Process data shall be as per Design Basis

4)

HP side of DPT shall be connected with process point terminal

5)

At the time of approval of DS, Supplier shall furnish DS with catalogues

& LP shall be open to atmosphere.

DATA SHEET OF
DP TYPE PRESSURE TRANSMITTER

DOCUMENT NO.

Rev.

11-0398B02-01-11-03-009

SHEET 1 OF 1

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

DATA SHEET
FOR
FLAME ARRESTORS

07.05.13

ISSUED FOR TENDER

AS

AD

AD

A
REV

20.04.13
DATE

ISSUED FOR IDC


DESCRIPTION

AS
PREP

AD
CHK

AD
APPR

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

FLAME ARRESTOR :
GENERAL
Tag No

FA 0101

Type:

Online/ End of line (located in vertical position)

Quantity:

1 No.

Location:

Field, on Tag: 110398B02-CT-0101

Nominal Size:

4"

Sheeting Pack Data:

Zone-1, Gas Group IIA/IIB, T3

End connection and Rating :

Flanged ,150 # WNRF ANSI B16.5

Body Material:

ASTM A216 WCB or ASTM A105

Flange Material

ASTM A105

Laminar Pack Material

Stainless Steel AISI 304 (Note-1)


VESSEL DETAILS
Length TL/TL : 5 meter

VESSEL DIMENSIONS
Inside Diameter : 2.0 meter
VESSEL UNDERGROUND /
ABOVEGROUND

Under Ground

SERVICE CONDITIONS
Fluid Conveyed:

LIQUID CONDENSATE (for Wet Natural Gas)

Operating Conditions :

Temperature = Ambient, Pressure = Atmospheric

Design Conditions:

Temperature = 65.0 C, Pressure = 3.5 kg/cm2g


DOCUMENT NO.

REV.

DATASHEET FOR FLAME ARRESTOR


110398B02-01-11-03-010

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

Specific Gravity

Refer Process Data

Available Pressure Drop

100 MM H2O (max.) (Note-1)

Gas Composition:

Refer Process Design Basis


PURCHASE
(Note-2)

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.

DATASHEET FOR FLAME ARRESTOR


110398B02-01-11-03-010

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON


12 GANDHAR- DABKA PIPELINE

DATA SHEET
FOR
LEVEL TRANSMITTER

07.05.13

ISSUED FOR TENDER

AS

AD

AD

A
REV

20.04.13
DATE

ISSUED FOR IDC


DESCRIPTION

AS
PREP

AD
CHK

AD
APPR

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

TABLE OF CONTENTS

1.0 LEVEL TRANSMITTER FOR SLUG CATCHER : ........................................................................... 3


2.0 LEVEL TRANSMITTER FOR CONDENSATE STORAGE TANK :..... Error! Bookmark not defined.

DATASHEET FOR LEVEL


TRANSMITTER

DOCUMENT NO.

110398B02-01-11-03-011

REV.

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

1.0 LEVEL TRANSMITTER FOR SLUG CATCHER :


DATASHEET
GENERAL
Tag Number

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

Hazardous Area Classification


Electrical Certification

EExd

Tank Type

Closed

Function

Indication (LCD) & Transmission


SERVICE CONDITIONS

FLUID HANDLED

LIQUID CONDENSATE (for Wet Natural


Gas)

OPERATING TEMPERATURE (min / max)

5 0C / 47.3 0C

OPERATING PRESSURE (min / max)

33.6 / 36 Kg/cm2

DESIGN PRESSURE

64 Kg/cm2

DESIGN TEMPERATURE (0C)

-200C to 65 0C

SPECIFIC GRAVITY

0.5976
VESSEL DETAILS
Length : 5 meters

VESSEL DIMENSIONS

Diameter : 1 meter
VESSEL UNDERGROUND / ABOVEGROUND

DATASHEET FOR LEVEL


TRANSMITTER

Above Ground

DOCUMENT NO.

110398B02-01-11-03-011

REV.

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

TRANSMITTER
Type

Electronic, SMART

Measuring Principle

Capacitance/RF Admittance

Design Pressure Limit

65 Kg/cm2
-200C to 65 0C

Design Temperature Limit


Sensing Probe

Rod-Type fully insulated

Process Connection

FLANGED (2 , ANSI 600#, RF)


Die Cast Aluminum with Epoxy Painted /
Stainless Steel Housing (SS316L)

Housing Material
Calibration Range Min / Max.

VTA

.Output Signal :

4-20 mA DC, 2 Wire

Protocol Compatibility: FIELDBUS / HART


compatibility

HART compatibility

Enclosure Class :

Weather Proof to IP 65 (as per EN60529)

Ex Approval / Certification

Explosion Proof (EExd)

Input Power supply

24V DC, 2 Wire


1/2 NPT (F) Electrical cable entry (2 nos.)

No. of Cable Entries and Size


(Note-2)
Design Life
Fault Diagnosis Call up

25 Years
Required (Preferably through 4-20 mA HART
digital signal)

DATASHEET FOR LEVEL


TRANSMITTER

DOCUMENT NO.

110398B02-01-11-03-011

REV.

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

Shock Resistance

Applicable ( As per DIN EN 60068-2-27 / IEC


68-2-27)

Vibration Resistance

Applicable ( As per DIN EN 60068-2-64 / IEC


68-2-64)

Measuring Range
Accuracy

150 mm (from the Bottom) to 500 mm (from the


bottom)
+/- 1 % of full span (At calibration conditions)

Repeatability

+/- 0.1 % of the span


MOUNTING

Mounting

Flanged Top-Mounted on Tank

Mounting Bracket

NA
SENSING PROBE

Type

ROD TYPE

Basic Capacitance

<=20pF

Probe Insertion Length

VTA (Note- 4)

Probe Rod material

SS-316L

Probe Build-up compensation

Required

Probe Rod Insulation material

PFA or PTFE or FEP (in conformity with FDA)


OPTIONS

Integral Output Indicator

Required (Digital)

Technical Literature

Required

Tag Plate

SS Tag plate Required

DATASHEET FOR LEVEL


TRANSMITTER

DOCUMENT NO.

110398B02-01-11-03-011

REV.

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

CERTIFICATION
Calibration

Required

Certification for use in hazardous area

Required

Others

SIL-2 certification
PURCHASE

Manufacturer

VTA

Model Number

VTA

1.

NA:- Not applicable, VTA:- Vendor To Advice

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).

5. CCOE Certification is required for all the Tags.

DATASHEET FOR LEVEL


TRANSMITTER

DOCUMENT NO.

110398B02-01-11-03-011

REV.

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

1.0 LEVEL TRANSMITTER ON CONDENSATE TANK :


DATASHEET
GENERAL
Tag Number

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

Hazardous Area Classification


Electrical Certification

EExd

Tank Type

Closed

Function

Indication (LCD) & Transmission


SERVICE CONDITIONS

FLUID HANDLED

LIQUID CONDENSATE (for Wet Natural


Gas)

OPERATING TEMPERATURE (min / max)

5 0C / 47.3 0C

OPERATING PRESSURE (min / max)

ATM

DESIGN PRESSURE

3.5 Kg/cm2

DESIGN TEMPERATURE (0C)

-200C to 65 0C

SPECIFIC GRAVITY

0.5976
VESSEL DETAILS
Length : 4 meters

VESSEL DIMENSIONS

Diameter : 1.8 meter


VESSEL UNDERGROUND / ABOVEGROUND

DATASHEET FOR LEVEL


TRANSMITTER

Under Ground

DOCUMENT NO.

110398B02-01-11-03-011

REV.

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

TRANSMITTER
Type

Electronic, SMART

Measuring Principle

Capacitance/RF Admittance

Design Pressure Limit

3.5 Kg/cm2
-200C to 65 0C

Design Temperature Limit


Sensing Probe

Rod-Type fully insulated

Process Connection

FLANGED (2 , ANSI 150#, RF)


Die Cast Aluminum with Epoxy Painted /
Stainless Steel Housing (SS316L)

Housing Material
Calibration Range Min / Max.

VTA

.Output Signal :

4-20 mA DC, 2 Wire

Protocol Compatibility: FIELDBUS / HART


compatibility

HART compatibility

Enclosure Class :

Weather Proof to IP 65 (as per EN60529)

Ex Approval / Certification

Explosion Proof (EExd)

Input Power supply

24V DC, 2 Wire


1/2 NPT (F) Electrical cable entry (2 nos.)

No. of Cable Entries and Size


(Note-2)
Design Life

25 Years

Fault Diagnosis Call up

Required (Preferably through 4-20 mA HART


digital signal)

Shock Resistance

Applicable ( As per DIN EN 60068-2-27 / IEC


68-2-27)

DATASHEET FOR LEVEL


TRANSMITTER

DOCUMENT NO.

110398B02-01-11-03-011

REV.

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

Vibration Resistance

Measuring Range
Accuracy

Applicable ( As per DIN EN 60068-2-64 / IEC


68-2-64)
200 mm (from the Bottom) to 450 mm (from the
bottom)
+/- 1 % of full span (At calibration conditions)

Repeatability

+/- 0.1 % of the span


MOUNTING

Mounting

Flanged Top-Mounted on Tank

Mounting Bracket

NA
SENSING PROBE

Type

ROD TYPE

Basic Capacitance

<=20pF

Probe Insertion Length

VTA (Note- 4)

Probe Rod material

SS-316L

Probe Build-up compensation

Required

Probe Rod Insulation material

PFA or PTFE or FEP (in conformity with FDA)


OPTIONS

Integral Output Indicator

Required (Digital)

Technical Literature

Required

Tag Plate

SS Tag plate Required

DATASHEET FOR LEVEL


TRANSMITTER

DOCUMENT NO.

110398B02-01-11-03-011

REV.

INSTALLATION OF IP STATION AT ANKHI, GUJARAT ON 12


GANDHAR- DABKA PIPELINE

CERTIFICATION
Calibration

Required

Certification for use in hazardous area

Required

Others

SIL-2 certification
PURCHASE

Manufacturer

VTA

Model Number

VTA

6.

NA:- Not applicable, VTA:- Vendor To Advice

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).

10. CCOE Certification is required for all the Tags.

DATASHEET FOR LEVEL


TRANSMITTER

DOCUMENT NO.

110398B02-01-11-03-011

REV.

INSTALLATION OF IP STATION AT ANKHI, GUJARAT


ON 12 GANDHAR- DABKA PIPELINE

TECHNICAL SPECIFICATION
FOR
PRESSURE GAUGE
DOCUMENT NO

11

0398B02

CLIENT JOB NO.


TOTAL SHEETS
01

09

11

02

012

07.05.13

ISSUED FOR TENDER

AS

AD

AD

20.04.13

ISSUED FOR IDC

AS

AD

AD

REV

DATE

DESCRIPTION

PREP

CHK

APPR

CONTENTS

1.0

GENERAL

2.0

DESIGN AND CONSTRUCTION

3.0

NAME PLATE

4.0

INSPECTION AND TESTING


ANNEXURE-1 : MATERIAL OF CONSTRUCTION

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

American National Standards Institution/American Society


of Mechanical Engineers.

B 1.20.1

Pipe Threads General Purpose (Inch)

B 16.5

Pipe Flanges and Flanged Fittings NPS'A through


NPS24

B 16.20

Metallic Gaskets for Pipe Flanges, Ring Joint, Spiral


wound and Jacketed.

EN10204

Inspection Documents For Metallic Products

IEC-60529

Degree of Protection Provided by Enclosures (IP Code)

IS-13947

Specification for Low Voltage Switchgears and Control


gears.

IS-3624
1.1.3

Specification for Pressure and Vacuum Gauges.

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)

Codes and Standards


In addition to compliance to purchaser's specifications in totality, vendor's extent of
responsibility shall include the following:
a)

Purchaser's data sheets specify the type of pressure element. Unless


specifically indicated otherwise, alternate type of pressure elements shall also
be acceptable provided all the functional and performance requirements
specified in the respective data sheets are guaranteed by the vendor.

b)

Purchaser's data sheets indicate the minimum acceptable material of


construction for pressure element, movement etc. Alternate superior material of
construction shall also be acceptable provided vendor assumes complete

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

Drawing and Data

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

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)

Specification sheet for each gauges, and its accessories.

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)

Copy of type test certificates.

d)

Copy of the test certificates for all tests indicated in clause 4.0 of this
specification.

e)

Installation procedure for each gauge and its accessories.

f)

Calibration and maintenance procedures including replacement of internal parts


wherever applicable

2.0

DESIGN AND CONSTRUCTION

2.1

Pressure Elements, Gauge Movement and Socket

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

Data sheet indicates the minimum requirement of material of construction. Alternate


materials as specified in Annexure 1 to this specification shall also be acceptable subject to
meeting process conditions.

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

Cases and Dials

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

Unless specified otherwise, the following shall govern;


a)

Threaded end connections shall be NPT as per ANSI / ASME B. 1.20.1.

b)

Flanged end connection shall be as per ANSI / ASME B. 16.5

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

: 125 to 250 AARH

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)

Direct pressure gauge :

1% of full scale

TECHNICAL SPECIFICATION
FOR
PRESSURE GAUGE

Document No.

Rev

11-0398B02-01-11-02-012

SHEET 6 of 9

b)

Chemical seal type pressure gauge : 2% of full scale

c)

Differential pressure gauges :

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)

Whenever the service specified is pulsating type, snubber shall be supplied.

b)

The material of construction of snubber shall be same as socket material, as a minimum.

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)

Tag number as per purchaser's data sheets.

b)

Vendor's name

c)

Model number and manufacturer's serial number.

d)

Range of the instrument.

e)

MAWP and maximum vaccum rating of element

4.0

INSPECTION AND TESTING

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)

Type test report for enclosure.


TECHNICAL SPECIFICATION
FOR
PRESSURE GAUGE

Document No.

Rev

11-0398B02-01-11-02-012

SHEET 7 of 9

c)

Dimensional test report for all gauges.

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)

Type test report for influence of temperature for each type/model.

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)

Physical dimensions verification and workmanship.

b)

Performance test including accuracy and repeatability, on representative samples


of each type/model number before and after over-pressure and vacuum test.

c)

Over-pressure and vacuum test (as applicable) shall be carried out on


representative samples of each type / model number without loss of their elastic
characteristics.

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

Alternate Material of Construction

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

INSTALLATION OF IP STATION AT ANKHI,


GUJARAT ON 12 GANDHAR- DABKA PIPELINE

TECHNICAL SPECIFICATION FOR


PRESSURE SAFETYF VALVE

DOCUMENT NO

11

0398B02

01

CLIENT JOB NO.

TOTAL SHEETS

11

02

013

07.05.13

ISSUED FOR TENDER

AS

AD

AD

20.04.13

ISSUED FOR IDC

AS

AD

AD

REV

DATE

DESCRIPTION

PREP

CHK

APPR

TABLE OF CONTENTS

1.0

GENERAL ....................................................................................................................................... 3

2.0

DESIGN AND CONSTRUCTION..................................................................................................... 4

3.0

INSPECTION AND TESTING.......................................................................................................... 6

TECHNICAL SPECIFICATION FOR


PRESSURE SAFETY VALVE

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

American National Standards Institute/American Society for Mechanical


Engineers.

B 1.20.1

Pipe Threads General Purpose (Inch).

B 16.5

Pipe Flanges and Flanged Fittings NPS 1/2" through JSr PS 24

B 16.20

Ring Joint Gaskets and Grooves for Steel Pipe Flange

B 16.34

Valves- Flanged, Threaded and Welding End

ASME

American Society of Mechanical Engineers.

Sec-VIII

Boiler and Pressure Vessels Code Section VIII 'Pressure Vessels'

Sec-I

Boiler and Pressure Vessels Code. Section-! 'Power Boilers'

API

American Petroleum Institute

API 520

Sizing, Selection
Refineries.

Part I

Sizing & Selection

Part II

Installation

API 521

Guide for Pressure Relieving and Depressurizing Systems.

API 526

Flanged Steel Pressure Relief Valves

API 527

Seat Tightness of Pressure Relief Valves.

EN 10204

Inspection Documents For Metallic Products.

IBR

Indian Boiler Regulations

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

TECHNICAL SPECIFICATION FOR


PRESSURE SAFETY VALVE

Document No.

Rev

11-0398B02-01-11-02-013

SHEET 3 of 7

1.1.4

In addition to compliance to purchaser's specifications in totality, vendor's extent of responsibility shall


include the following;
a) Technical data sheets indicate the type, size, relieving area etc. of the selected the valve.
However, vendor shall be responsible to size and select the proper valve with orifice relieving area
meeting the indicated operating conditions
b) Technical data sheets specify the minimum acceptable materials for body, bonnet, disc, nozzle,
spring, bellows etc.

1. 2

Drawing and Data

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

DESIGN AND CONSTRUCTION

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

2.3.1.1 Unless otherwise mentioned, end connection details shall be as below: a)

Threaded end connections shall not be used.

b)

Flanged end connections shall be as per ANSI/ASME B 16.5.

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

Bonnet and Spring

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)

Tag number as per purchaser's data sheet.


Manufacturer's serial number and/or model number.
Manufacturer's name/trade mark.
Nominal flange size in inches and rating in pounds for both inlet and outlet.
Orifice letter designation.
Valve set pressure.
Cold bench test set pressure.

2.4.1

For the above, pressures shall be marked in the same units as those followed in purchaser's data
sheets.

3.0

INSPECTION AND TESTING

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

TECHNICAL SPECIFICATION FOR


PRESSURE SAFETY VALVE

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

Cold bench set pressure test:


Pressure relief valve shall be tested for opening at specified set pressure. Testing of pressure relief
valves shall be with air or nitrogen, testing of thermal relief valves shall be with water.

3.3.2

Seat Leakage test


a) Whenever the specified set pressure is less than or equal to 420 kg/cm2g, the valve shall meet the
seat tightness requirements specified in API RP-527. The maximum permissible leakage rates
against various sizes shall be as specified therein. Whenever the specified set pressure exceeds
420 kg/cm2g, the vendor shall submit the leakage rates of valves for approval by the purchaser.
Where bubble tightness has been specified, there shall be no leakage or bubbles of air at the
specified percentage of set pressure.
b) Seat leakage test pressure shall be as per API RP 527 for all valves except for valves under IBR
or ASME Section-I design code and pilot operated pressure relief valves. For these valves seat
leakage shall be carried out at the following pressure;
i)

Valves Under IBR or ASME Section-I : 95% of Set Pressure

ii)

Pilot operated Pressure relief valves

Upto 3.5 Kg/cm2G


Above 3.5 Kg/cm2G

: 90% of set Pressure


: 95% of Set Pressure

-----------------------------------X----------------------------------------------------X------------------------------------------------

TECHNICAL SPECIFICATION FOR


PRESSURE SAFETY VALVE

Document No.

Rev

11-0398B02-01-11-02-013

SHEET 7 of 7

INSTALLATION OF IP STATION AT ANKHI, GUJARAT


ON 12 GANDHAR- DABKA PIPELINE

TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER
DOCUMENT NO

11

0398B02

CLIENT JOB NO.


TOTAL SHEETS
01

14

11

02

014

07.05.13

ISSUED FOR TENDER

AS

AD

AD

20.04.13

ISSUED FOR IDC

AS

AD

AD

REV

DATE

DESCRIPTION

PREP

CHK

APPR

CONTENTS

1.0
2.0

GENERAL
DESIGN AND
CONSTRUCTION

3.0

NAME PLATE

4.0

INSPECTION AND TESTING

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

American National Standards Institute / American Society of


Mechanical
Engineers

B 1.20.1

Pipe Threads General Purpose (Inch)

B 16.5

Pipe Flanges and Flanged Fittings NPS through NPS24

B 16.20

Metallic Gaskets for Pipe Flanges,Ring Joint, Spiral wound


and Jacketed.

BS-5760

Reliability of System, Equipments and Components

EN 10204

Inspection Documents For Metallic Products

IEC-60068

Environmental Testing

IEC-60079

Electrical Apparatus for Explosive Gas Atmosphere.

IEC-60529

Classification of Degree of Protection Provided by Enclosures.

IEC-61000-4

Electromagnetic Compatibility for Industrial Process Measurement


and
Control Equipment.

IEC-61158

Fieldbus Standard for use in Industrial Control System

IEC-61158-2

Physical layer specification and Service definition for Field bus

IEC 61508

Functional Safety of Electrical/Electronic/Programmable Electronic


Safety
related Systems.

IS-13497

Specification for Low Voltage Switch gears and Control gears.

IS-2148

Flame Proof Enclosures of Electrical Apparatus.

ISA

Instrumentation System and Automation Society

S 7.3

Quality Standard for Instrument Air

S 50.1

Compatibility of Analog Signals for Electronic


Industrial Process Instruments.

ITK-x.x

1.1.4

Interoperability Test Kit (latest version)

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)

Codes and standards

In addition to compliance to purchasers specifications in totality, vendors extent of


responsibility shall include the following:
Purchasers data sheets specify the minimum acceptable material of

a)

construction of body, measuring element and accessories. Alternate superior


material of construction shall also be acceptable provided vendor assumes
complete responsibility for the selected materials for their compatibility with the
process fluid and its operating conditions.
Selection of suitable sealant liquid for diaphragm seal instruments compatible

b)

with the process fluid and its operating temperature.


1.2

Drawing and Data

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)

Specification sheet for each electronic/pneumatic instrument and their accessories.

b)

Certified drawing for each instrument, which shall provide dimensional detail, internal
construction and part list, material of construction etc.

c)

Calculations for integral orifice

d)

Copy of type test certificates.

e)

Copy of the test certificates of all the tests indicated in clause 4.0 of this specification.

f)

Installation procedure for electronic/pneumatic instrument and its accessories.

g)

Calibration and maintenance procedures including replacement of its internal parts.

2.0

DESIGN AND CONSTRUCTION

2.1

General Requirements

2.1.1

The type and material of construction of electronic/pneumatic instruments shall be as specified


in the purchasers data sheet.

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)

Flouro-lube or equivalent for all diaphragm seal instruments in


oxygen and chlorine.

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

orifice and meter run with flanges.

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

Flameproof/ Ex (d) as per IEC-60079/IS-2148.

Flameproof housing shall also be made weatherproof.


2.1.8

Unless otherwise mentioned, end connection details shall be as below:a)

Threaded end connections shall be to NPT as per ANSI/ASME B 1.20.1.

b)

Flanged end connections shall be as per ANSI/ASME B 16.5.

c)

Grooves of ring-type joint flanges shall be octagonal as per ANSI B16.20.

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

125 to 200 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

Transmitters shall have an accuracy of 0.5 % of span.

2.2.1.3

Transmitters shall be supplied with external zero and span adjustments.

2.2.2

Electronic Analog Transmitters

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

Electronic analog transmitters shall have an accuracy of 0..075 % of span.

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

remove the cover.


2.2.2.4 Unless otherwise specified, the electronic transmitters shall be certified intrinsically safe.
2.2.3
2.2.3.1

Smart and Field bus based Transmitters


Smart and field bus based transmitters shall be two wire microprocessor based type. These
shall have a non-volatile memory, storing, complete sensor characterisation and configuration
data of the transmitter. All necessary signal conversions and output generation with the
required protocol shall be carried out in the transmitter electronics. Integral output meter with
LCD display shall be provided for all transmitters.

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

Unless specified otherwise in purchasers specification, transmitter response time shall be as


follows:
a)
For transmitter range of 760 mm WC and above, the response time shall be equal to or 1
second.
The response time of the transmitter shall be considered as the sum of dead
time and 63.2% step
response time of the transmitter.

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

In the transmitter, the 'WRITE' option shall be protected through password.

2.2.3.12

Temperature transmitters shall meet the following requirements as a minimum:


a)

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)

Temperature transmitter shall be remote mounted type, in general. Head mounted


transmitters shall be supplied when specifically indicated in purchasers data sheets.

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)

The accuracy of temperature transmitter with cold junction compensation for


Thermocouple element shall be as follows;

2.2.3.13

For temperature above 350c, accuracy shall be 0.25% of range.

For temperature between 150c to 350c. accuracy shall be 0.5% of range.


When HART protocol is specified, the following features must be ensured;
a)

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)

It shall be capable of implementing universal commands from either of these

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)

The field bus instruments shall support peer to peer communication.

e)

Field bus instruments as offered shall not be polarity sensitive.

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

Recorder pens shall be easily replaceable.


Each recorder shall be supplied with chart-rolls and ink for six months continuous operation

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

Controller action shall be easily reversible.

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

Field HART Communicator:

2.6.1.1

It shall be possible to perform routine configuration, calibration, display process variable,


diagnostics etc. from a hand held portable communicator, which can be connected at any
location in the transmitter loop. It shall be possible to perform all the above functions online.
The loop function shall remain unaffected while communication is going on between
transmitter and the field communicator.

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)

Marshalling cabinet serving the transmitter, in safe area.

ii)

Junction box serving the transmitter, in hazardous area.

iii)

Directly at the transmitter, in hazardous area.Plug-in type connections shall be

provided with field communicator. Necessary interconnection shall be supplied by the


vendor.
c)

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

They shall be battery powered with replaceable and rechargeable batteries.

Field Bus Tester

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

Field Bus Configurator


The field bus configurator shall be centralised device like personal computer with hardware
and software for configuration and maintenance of field bus instrument.

2.6. 4

Remote output meter

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)

Reading coefficient, if any

c)

Pen colour, tag number-wise in the case of recorders.

d)

Each flush panel mounted instrument shall have a back nameplate permanently

fixed to it at
a visible place reporting the following information:
e)

Manufacturer's serial number or model number.

TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER

Document No.

Rev

11-0398B02-01-11-02-014

SHEET 12 of 14

f)
3.2

Manufacturer's name/trade mark.

Surface mounted instruments need be provided with only one nameplate.


Local mounted instruments shall have a stainless steel nameplate attached firmly to it at a
visible place, furnishing the following information:
a)

Tag number as per purchaser's data sheets.

b)

Manufacturer's serial number and /or model number

c)

Manufacturer's name/trade mark.

d)

Body material.

e)

Measuring element material.

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

INSPECTION AND TESTING

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)

An air supply pressure of 2kg/cmg for all pneumatic instruments.

b)

Differential pressure transmitters subjected to a differential pressure in either direction


equal to the manufacturers pressure rating of the body.

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)

Physical dimensional checks and workmanship.

b)

Hydrostatic testing as per clause 4.3 of this specification on representative sample.

c)

Performance testing as per clause 4.4 of this specification on representative sample.

d)

Functional and calibration check on representative samples.

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)

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)

Review of all certificates and test reports as indicated in clause 4.2 of this specification.

k)

Functional checks on fieldbus tester

TECHNICAL SPECIFICATION
FOR
DP TYPE PRESSURE TRANSMITTER

Document No.

Rev

11-0398B02-01-11-02-014

SHEET 14 of 14

INSTALLATION OF IP STATION AT ANKHI, GUJARAT


ON 12 GANDHAR- DABKA PIPELINE

TECHNICAL SPECIFICATION
FOR
INSTRUMENT VALVE & MANIFOLD
DOCUMENT NO

11

0398B02

CLIENT JOB NO.


TOTAL SHEETS
01

11

02

08
015

07.05.13

ISSUED FOR TENDER

AS

AD

AD

20.04.13

ISSUED FOR IDC

AS

AD

AD

REV

DATE

DESCRIPTION

PREP

CHK

APPR

CONTENTS

1.0

GENERAL

2.0

DESIGN AND CONSTRUCTION

3.0

NAME PLATE

4.0

INSPECTION AND TESTING

ANNEXURE - 1: HYDROSTATIC TEST PRESSURES FOR INSTRUMENT VALVES AND MANIFOLDS.

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)

Miniature instrument valves

b)

Instrument valve manifolds


c)

1.1.2

Instrument air valves

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

American Society of Mechanical Engineers/ American National

Standards Institute
B 1.20.1

Pipe threads General Purpose (Inch)

B 16.11

Forged steel fittings-socket welding and threaded.

B 16.9

Factory made Wrought Steel Butt welding fittings.

B 16.34

Valves-Flanged. Threaded and welding end.

API-598

Valve Inspection and Testing

EN 10204

Inspection Documents for Metallic Products.

MSS

Manufacturers Standardization Society of the Valve and Fittings


Industry.

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)

Codes and Standards

1.2

Drawings and Data

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)

Specification sheet for type of instrument valve and manifold.

b)

Certified dimensional details showing internal constructional details and material of


construction.

c)

Copy of type test certificates.

d)

Copy of test certificates for all the tests indicated in clause 4.0 of this specification.

e)

Installation and maintenance procedures.

2.0

DESIGN AND CONSTRUCTION

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

Instrument Valves (Miniature)

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

Body material shall be 316 Stainless Steel unless otherwise specified.

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

Flow direction shall be marked on the body.

2.7.6

The valve dimensions shall be as follows:


a)
b)

End to end dimensions 76mm (approximately).


Height in fully open condition - 135mm maximum. These dimensions are indicative only.

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

3-Valve and 5-Valve manifolds:

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

The flanges shall be integral part of manifold block.

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

The process connection shall be '/2"NPTF to ANSI B 1.20.1.

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

3 way 2 valve manifold for pressure gauges


The manifold shall be designed for use with pressure gauges with block and bleed valves. The
manifold body shall be either straight or angle type as specified in the data sheet.

2.8.2.2

The valve shall be a needle type.

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

The manifold shall have the following connections:


The inlet connection shall be 3/4" plain ends with a minimum of 100mm nipple extension

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)

The drain connection shall be W'NPTF.

2.9

Instrument Air Valves

2.9.1

Instrument Air Isolation Valves (Miniature)

2.9.1.1

The valves shall be full-bore ball type with forged body.


2.9.1.2

2.9.1.3

Body material shall be 316 Stainless Steel.

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

End to end dimensions shall be 70mm (approximately).

2.9.2

Instrument Air Needle Valves (Miniature)

2.9.2.1

The instrument valves shall be globe pattern-needle valves forged/bar stock with inside screwed
bonnet.

2.9.2.2

Body material shall be 316 Stainless Steel.

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

Flow direction shall be marked on the body.

2.9.2.6

The valve dimensions shall be as follows:

2.10

a)

End to end dimensions - 54 mm (approximately).

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

Following information shall be punched on the body of each of these items;


a)

Material of construction to the same standards as in purchaser's data sheets.

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)

Manufacturer's identification and model number.

d)

Flow direction (if applicable)

e)

Material of construction.

4.0

INSPECTION AND TESTING

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)

Dimensional test report.

c)

Pressure test report as per clause 4.3 of this specification.

d)

Hydrostatic proof and burst tests as per MSS-SP-99 for each design and size of valve.

4.3

Pressure Test Requirements

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)

Physical dimensional verification and workmanship.

b)

Pressure test as per clause 4.3 of this specification on representative samples.

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

HYDROSTATIC TEST PRESSURES FOR INSTRUMENT VALVES AND MANIFOLDS


SL.NO.

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

PROJECT:INSTALLATION OF IP STATION AT ANKHI GUJARAT ON 12 GANDHARDABKA PIPELINE


CLIENT: GAS AUTHORITY OF INDIA LTD.

QUALITY ASSURANCE PLAN OF


SLUG CATCHER

CONSULTANT: WOOD GROUP KENNY


QAP No.: 11-0398B02-01-09-02-016

Rev. 0

Page No. 1 of 3
INSPECTION BY
SR. NO.

DESCRIPTION

Review of Quality Plan

CHARACTERISTIC

CLASS

Sequence of check points

Major

Marking of Hold/Review/Witness Pts.

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

Approval of Drwg & Design Calculations

Code Requirements

Major

Review

100%

Design code

Design code

Internal Reports

Review of WPS/ PQR/ WPQ

Code Requirements/ Coverage to

Major

Review

100%

Design code

Design code

Internal Reports

Major

Review

100%

Material Spec.

Material Spec.

Internal Reports

all weld joints


INCOMING MATERIAL IDENTIFICATION OF BOUGHTOUT ITEMS
4

Material Identification & Allocation of all

Verification of TC with material

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/ NDE/ Impact Test of


Plates / Pipes at Maker
Identification Stamp Transfer
5

Inspection of Machined & formed parts (Dish

Identification

Major

Visual

100%

Drawing

Drawing

Internal Reports

Ends/ Shell Plates/ End Plates/ Stubs/

Dimensions/ Profile

Major

Measurement

100%

Drawing

Drawing

Internal Reports

Nozzles)

Min. Thickness/ Ovality

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

L Seam Set up for shells and Test Plates

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

Tack Weld Soundness

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

Production Test Coupon

Major

Impact Test

100%

Defect Removal

Major

PT

100%

Design code

Design code

Internal Reports

A. Welding of L Seam & Test Plates/ Pipes

Backchip & PT after 1st side

(above Parts)

Welding
Weld Size/ finish
Weld joint soundness of L-seam
& Test Plates

B. Repair: (if any)

Internal Reports

L Seam

Weld joint soundness

Major

RT

100%

Design code

Design code

Internal Reports

Set-up of Nozzle pipe to Flange

Squareness

Major

Measurement

100%

FPAS-001

FPAS-001

Internal Reports

Weld Preparation

Major

Template

100%

Drawing

Drawing

Internal Reports

Welding of Nozzle pipe to Flange

Weld size/ Reinforcement

Major

Template

100%

Drawing

Drawing

Internal Reports

Weld joint Soundness

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

Inspection of Internals of HP Separator

REMARKS

PROJECT:INSTALLATION OF IP STATION AT ANKHI GUJARAT ON 12


GANDHAR-DABKA PIPELINE
CLIENT: GAS AUTHORITY OF INDIA LTD.

QUALITY ASSURANCE PLAN OF


SLUG CATCHER

CONSULTANT: WOOD GROUP KENNY


QAP No.: 11-0398B02-01-09-02-016

Rev. 0

Page No. 2 of 3
INSPECTION BY
SR. NO.

11

12

13

DESCRIPTION

Welding of internals to HP Separator Shell

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

Weld size/ Reinforcement/ Finish

Major

Template/ Visual

100%

Drawing

Drawing

Internal Reports

Weld joint soundness

Major

PT

100%

LPE01

LPE01

Internal Reports

C Seam set up for shells to Dish Ends

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

Tack Weld Soundness

Major

PT

100%

Drawing

Drawing

Internal Reports

A. Welding of C Seam (above parts) & Test

Backchip & PT after 1st side welding

Major

Visual

100%

LPE01

LPE01

Internal Reports

plates

Weld size/ finish

Major

Visual

100%

FPAS-001

FPAS-001

Internal Reports

Weld joint soundness of C seam

Major

RT

100%

Design Code

Design Code

Internal Reports

B. Repair: (if any) C Seam

Defect Removal

Major

PT

100%

Design Code

Design Code

Internal Reports

Weld joint soundness

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

Testing of all Test Plates

Mech./ Physical Test Reports

Major

Visual

100%

Design Code

Design Code

Internal Reports

16

Inspection of Marking for Openings on Dish

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

Acc. Inspn. Rep.

Acc. Inspn. Rep.

Internal Reports

RW

W/R

W/R

W/R

W/R

17

Inspection after opening on shell/ Dish Ends

No. of holes

Major

Count

100%

A - Earlier Stage clearance review

Major

Review

100%

B - Opened Holes Orientation


Major

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%

Setup of studs, nozzles, sockets and

Orientation

Major

Visual

100%

connections with Shell / Dish End / Flange

Weld preparation

Major

Template

100%

Alignment

Major

Line thread

100%

Squareness

Major

Right angle

100%

Distance between connections

Major

Measurement

Tack Weld Soundness

Major

PT

Welding of Nozzles, & connections to Shell/

Weld size/ finish

Major

DESCRIPTION

Weld Soundness

Setup of Structurals Saddles & Attachments

Hard Stamping of Insp.

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

Welding of Structurals Saddles &

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.

PROJECT:INSTALLATION OF IP STATION AT ANKHI GUJARAT ON 12


GANDHAR-DABKA PIPELINE
CLIENT: GAS AUTHORITY OF INDIA LTD.

QUALITY ASSURANCE PLAN OF


SLUG CATCHER

CONSULTANT: WOOD GROUP KENNY


QAP No.: 11-0398B02-01-09-02-016

Rev. 0

Page No. 3 of 3
INSPECTION BY
SR. NO.

22

DESCRIPTION

Full Welding Clearance

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

Distance Between Connections

Major

Measurement

100%

Drawing

Drawing

Internal Reports

RT Clearance/ U.T.

Major

Review of RT Rpts.

100%

Drawing

Drawing

Internal Reports

Code Punching Details

Major

Rub off

100%

Design Code

Design Code

Internal Reports

Pressure Gauge (2 Nos.)

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%

Free from scales etc

Free from scales etc

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

Clearance for Assembly/ Dispatch (as

Painting finish

Major

Visual

100%

Drawing

Drawing

Internal Reports

applicable)

Capping/ Blanking of all opening

Major

Visual

100%

All Opening Protected

All Opening Protected

Internal Reports

Code Punching Details

Major

Visual

100%

Design Code

Design Code

Internal Reports

Legend
M

Manufacturer

Perform

Client

Review

TPI

Third Party Inspection Agency

Witness

For Approval

W/R

Witness for Test & Review of Certificates & Documents as per QAP

Hold

RW

Random Witness

NA

Not Applicable

REMARKS

PROJECT:INSTALLATION OF IP STATION AT ANKHI GUJARAT ON 12 GANDHARDABKA PIPELINE


CLIENT: GAS AUTHORITY OF INDIA LTD.

QUALITY ASSURANCE PLAN OF


CONDENSATE TANK

CONSULTANT: WOOD GROUP KENNY


QAP No.: 11-0398B02-01-09-02-017

Rev. 0

Page No. 1 of 3
INSPECTION BY
SR. NO.

DESCRIPTION

Review of Quality Plan

CHARACTERISTIC

CLASS

Sequence of check points

Major

Marking of Hold/Review/Witness Pts.

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

Approval of Drwg & Design Calculations

Code Requirements

Major

Review

100%

Design code

Design code

Internal Reports

Review of WPS/ PQR/ WPQ

Code Requirements/ Coverage to

Major

Review

100%

Design code

Design code

Internal Reports

Major

Review

100%

Material Spec.

Material Spec.

Internal Reports

all weld joints


INCOMING MATERIAL IDENTIFICATION OF BOUGHTOUT ITEMS
4

Material Identification & Allocation of all

Verification of TC with material

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

Inspection of Machined & formed parts (Dish

Identification

Major

Visual

100%

Drawing

Drawing

Internal Reports

Ends/ Shell Plates/ End Plates/ Stubs/

Dimensions/ Profile

Major

Measurement

100%

Drawing

Drawing

Internal Reports

Nozzles)

Min. Thickness/ Ovality

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

L Seam Set up for shells and Test Plates

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

Tack Weld Soundness

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

Production Test Coupon

Major

Impact Test

100%

Defect Removal

Major

PT

100%

Design code

Design code

Internal Reports

A. Welding of L Seam & Test Plates/ Pipes

Backchip & PT after 1st side

(above Parts)

Welding
Weld Size/ finish
Weld joint soundness of L-seam
& Test Plates

B. Repair: (if any)

Internal Reports

L Seam

Weld joint soundness

Major

RT

100%

Design code

Design code

Internal Reports

Set-up of Nozzle pipe to Flange

Squareness

Major

Measurement

100%

FPAS-001

FPAS-001

Internal Reports

Weld Preparation

Major

Template

100%

Drawing

Drawing

Internal Reports

Welding of Nozzle pipe to Flange

Weld size/ Reinforcement

Major

Template

100%

Drawing

Drawing

Internal Reports

Weld joint Soundness

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

Inspection of Internals of HP Separator

REMARKS

PROJECT:INSTALLATION OF IP STATION AT ANKHI GUJARAT ON 12


GANDHAR-DABKA PIPELINE
CLIENT: GAS AUTHORITY OF INDIA LTD.

QUALITY ASSURANCE PLAN OF


CONDENSATE TANK

CONSULTANT: WOOD GROUP KENNY


QAP No.: 11-0398B02-01-09-02-017

Rev. 0

Page No. 2 of 3
INSPECTION BY
SR. NO.

11

12

13

DESCRIPTION

Welding of internals to HP Separator Shell

CHARACTERISTIC

CLASS

TYPE OF CHECK

QUANTUM OF
CHECK

REFERENCE
DOCUMENTS

ACCEPTANCE NORMS

FORMAT OF
RECORDS

TPI

CONSULTANT/
OWNER

Weld size/ Reinforcement/ Finish

Major

Template/ Visual

100%

Drawing

Drawing

Internal Reports

Weld joint soundness

Major

PT

100%

LPE01

LPE01

Internal Reports

C Seam set up for shells to Dish Ends

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

Tack Weld Soundness

Major

PT

100%

Drawing

Drawing

Internal Reports

A. Welding of C Seam (above parts) & Test

Backchip & PT after 1st side welding

Major

Visual

100%

LPE01

LPE01

Internal Reports

plates

Weld size/ finish

Major

Visual

100%

FPAS-001

FPAS-001

Internal Reports

Weld joint soundness of C seam

Major

RT

100%

Design Code

Design Code

Internal Reports

B. Repair: (if any) C Seam

Defect Removal

Major

PT

100%

Design Code

Design Code

Internal Reports

Weld joint soundness

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

Testing of all Test Plates

Mech./ Physical Test Reports

Major

Visual

100%

Design Code

Design Code

Internal Reports

Inspection of Marking for Openings on Dish

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

Inspection after opening on shell/ Dish Ends

Orientation

Major

Visual

100%

Drawing

Drawing

Internal Reports

Dimensions

Major

Measurement

100%

Drawing

Drawing

Internal Reports

Drawing

Internal Reports

Acc. Inspn. Rep.

Acc. Inspn. Rep.

Internal Reports

No. of holes

Major

Count

100%

A - Earlier Stage clearance review

Major

Review

100%

B - Opened Holes Orientation


Major

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%

Setup of studs, nozzles, sockets and

Orientation

Major

Visual

100%

connections with Shell / Dish End / Flange

Weld preparation

Major

Template

100%

Alignment

Major

Line thread

100%

Squareness

Major

Right angle

100%

Distance between connections

Major

Measurement

Tack Weld Soundness

Major

PT

Welding of Nozzles, & connections to Shell/

Weld size/ finish

Major

DESCRIPTION

Weld Soundness

Setup of Structurals Saddles & Attachments

Hard Stamping of Insp.

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

Welding of Structurals Saddles &

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

PROJECT:INSTALLATION OF IP STATION AT ANKHI GUJARAT ON 12


GANDHAR-DABKA PIPELINE
CLIENT: GAS AUTHORITY OF INDIA LTD.

QUALITY ASSURANCE PLAN OF


CONDENSATE TANK

CONSULTANT: WOOD GROUP KENNY


QAP No.: 11-0398B02-01-09-02-017

Rev. 0

Page No. 3 of 3
INSPECTION BY
SR. NO.

22

DESCRIPTION

Full Welding Clearance

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

Distance Between Connections

Major

Measurement

100%

Drawing

Drawing

Internal Reports

RT Clearance/ U.T.

Major

Review of RT Rpts.

100%

Drawing

Drawing

Internal Reports

Code Punching Details

Major

Rub off

100%

Design Code

Design Code

Internal Reports

Pressure Gauge (2 Nos.)

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%

Free from scales etc

Free from scales etc

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

Clearance for Assembly/ Dispatch (as

Painting finish

Major

Visual

100%

Drawing

Drawing

Internal Reports

applicable)

Capping/ Blanking of all opening

Major

Visual

100%

All Opening Protected

All Opening Protected

Internal Reports

Code Punching Details

Major

Visual

100%

Design Code

Design Code

Internal Reports

Legend
M

Manufacturer

Perform

Client

Review

TPI

Third Party Inspection Agency

Witness

For Approval

W/R

Witness for Test & Review of Certificates & Documents as per QAP

Hold

RW

Random Witness

NA

Not Applicable

REMARKS

LIST OF RECOMMENDED VENDORS


S.NO

ITEM

NAME OF VENDOR

ADDRESS

Ishwardas Aggarwal & Sons (Trader)

39, Lalit House, 3rd floor, Sant


Tukaram Road,
Iron Market,
Mumbai - 400 009

M.J. Patel & company (Trader)

116, P.D. Mello Road, Near Camace


Bridge,
Mumbai - 400 009

Apex Tubes Pvt. Ltd (Manufacturer &


Trader)

Apex Tubes Pvt. Ltd.


1/6 B, Asaf Ali Road
New Delhi - 110 002

Steel Tube (India) (Trader)

526/36, Maulana Azad Road, 2nd


floor, Gulawadi Circle,
Mumbai - 400 004

Nagardas Kanji Shah (Trader)

176, Magazine street, darukhana,


Mazagaon, Mumbai 400 010

(022) 3721066)/
3724157

(022) 3781032

Jyoti Industries

P.B. No. 3081, 276/278, Samuel


street, 2nd floor, Vadgadi, Mumbai
400 003

(022) 3435091/92

(022) 3421 391

205, Magnanial Chambers, Baburao


(022)3430105,
Bobde Marg, Iron Market, Mumbai
3430107, 3434918
400 009

(022) 3414763

Station Piping (Seamless


Pipes) Trader

PHONE NO

FAX NO

QUALIFIED FOR SIZE

(+91)22-342 2566 (+91)22-342 3762

011 - 3236408

(+91)22-389 5908
(+91)22-3895906
(+91)22-381 2564

The Bengal Mill stores supply co


(Trader)

Radiant Engineering Co.

M-2, sundaram, sion college, Mumbai


40 022

(022) 409 2016,


409 6036

(022) 409 4822

Tianjin Pipe corporation

PO box 17537, Jebel Ali Free zone,


Dubai, U.A.E

97148833799

97148833899

10

Milsubihsi

11

Trub Chomulov

12

TENARIS

13

Valcvony

14

Vallurorec Maneshman Tubes Brazil

15

Virgo Engineers Ltd, Pune

Virgo Engineers, J/517, MIDC,


Bhosari, Pune - 411026

020 - 2747 4481

020-2747 0772

16

Steel Strong Valves (P) Ltd.

Plot No. R-241, TTC Industrial area,


MIDC, Rabale, New Bombay - 400
701

17

Flow Chem Industries

10, Navdurga Indl. Estate, Opp Forge


Blower, Naroda Road, Ahmedabad 25

18

Micro Finish Valves

B.D.K. Engineering Ltd.


Gokul Road, Hubli 580 030

upto 12" class 600

Hawa Valves (India) Pvt Ltd

4, Karmabhumi Industrial estate, opp.


Ajit Mill Police chowky. Rakhial Road,
Ahmedabad

Upto 8" class 600

20

L&T / Audco valves

Chennai

Upto 24" 600#

21

Cooper Cameron Valves


(singapore) Pte. Ltd

No.2, Gul Circle, Jurong Industrial


Estate, singapore - 629560

22

BOHMER Ball Valves

Gedulderweg, 95
45549 Sprockhovel
Germany

(+49) 2324 70010 (-49) 2324 700179

Upto 48" 600#

23

MSA

Hlucinska, 41
747 22 Doinin Benesov
Czech Republic

(+420) 553 881111 (+420) 553 651236

Upto 48" 600#

Document No.

Rev.

11-0398B02-01-09-02-018

19

BALL VALVES

LIST OF RECOMMENDED VENDORS


FOR
CONDENSATE RECOVERY SYSTEM

Upto 24"
class 600
Upto 12" class
600 of split
body type

79 - 220 4773

0065 865 2887

79 - 220 1401

0065 861 7109

SHEET 1 of 8

upto 12" class 600

Upto 48" 600#

LIST OF RECOMMENDED VENDORS


S.NO

ITEM

QUALIFIED FOR
SIZE

NAME OF VENDOR

ADDRESS

PHONE NO

FAX NO

24

RMA Maschinen - und Armalurenbau


Fulhaber & Truttenbach

Oststrasse, 17 77694 Kehl


Germany

(+49) 78 518680

(+49) 78 5186813

upto 30" 600#

25

SCHUCK ARMATUREN
(ex BORSIG)

Dailerstrasse 4-7 89555,


Steinheim Germany

(+49) 73 29 950 0 (+49) 73 29950161

upto 30" 600#

26

SUD ROBINETTERIE INDSUTRIE


(SRI)

279 -305, Bvd D, Casanova 13309


Marseille, France

(+33) 495 055050 (+33) 495 055070

upto 30" 600#

27

TORMENE GAS TECHNOLOGY


(VALVITALIA)

Via L. Campolongo, 97
35020 Due Carrare PD
ITALY

(+39) 059 919


9511

(+39) 049 9125455

upto 30" 600#

28

VIAR VALVOLE

Via L. Cadorna, 6 21041 Albizzate


VA ITALY

(+39) 0331 99
2985

(+39) 0331 992992

upto 30" 600#

29

BREDA ENERGIA SESTO


INDUSTRIA

Viale Sarca, 336 20126 Milano ITALY (+39) 0264 4771 (+39) 02 64477542

upto 30" 600#

30

FLOW CONTROL TECHNOLOGIES


(TYCO Flow Control)

23, Deuzieme avenue


13743 Vitrolles FRANCE

(+33) 442 103600


(+91) 11 647 1469

(+33)442103636
G39
(+91) 11 646 1550

upto 30" 600#

31

PETRO VALVES

Viale G Borri, 42 21053 Catellanza


VA ITALY

(+39) 0331 334


111

(+39) 0331 675830

upto 48" 600#

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

Rotork Fluid System

Italy

CAMERON

Italy

36

PC Intertecnik

Germany

37

Bettis

Belgium

38

LEDEEN

Texas

39

Flow Chem Industries

10, Navdurga Indl. Estate, Opp Forge


Blower, Naroda Road, Ahmedabad 25

79 - 220 4773

40

Shreeraj Industries

101, Samrudhi, Sattar Taluka


Society, Opp old high court lane,
Ahmedabad

79 - 2204773/
3623

41

Steel Strong Valves (P) Ltd.

Plot No. R-241, TTC Industrial area,


MIDC, Rabale, New Bombay - 400
701

Upto 12" class


600 of split
body type

Ornate Valves Pvt. Ltd, Mumbai

104, Eric House 16th Road Chembur,


Mumbai - 400 071

upto 12" 600#

43

Micro Finish Valves

B.D.K. Engineering Ltd.


Gokul Road, Hubli 580 030

upto 12" class 600

44

L&T / Audco Valves

Chennai

Upto 24" 600#

45

Niton Valve Industries Pvt. Ltd

SD -115/116 Ghatkopar Industrial


Estate, L.B.S. marg
Ghatkopar (West)
Mumbai 400 086

46

L&T / Audco valves

Chennai

47

Steel Strong Valves (P) Ltd.

35
Gas Over Oil Actuators

42

Globe Valve

Check/ Non Return


Valve

022- 500 8315

79 - 220 1401

upto 12" 600#

022 - 5007654

Plot No. R-241, TTC Industrial area,


MIDC, Rabale, New Bombay - 400 022 - 27699489/90 022 - 27695537
701

48

Micro Finish Valves

B.D.K. Engineering Ltd.


Gokul Road, Hubli 580 030

49

Flow Chem Industries

10, Navdurga Indl. Estate, Opp Forge


Blower, Naroda Road, Ahmedabad 25

LIST OF RECOMMENDED VENDORS


FOR
CONDENSATE RECOVERY SYSTEM

upto 12" 600#

Upto 24" 600#

Spring loaded type


upto 12" 600#
of split body type
upto 12" 600 #

79 - 220 4773

79 - 220 1401

upto 12" 600#


(lift type, wafer
type & Swing type)

Document No.

Rev.

11-0398B02-01-09-02-018

SHEET 2 of 8

LIST OF RECOMMENDED VENDORS


S.NO

ITEM

NAME OF VENDOR

ADDRESS

PHONE NO

FAX NO

QUALIFIED FOR SIZE

Ornate Valves Pvt. Ltd, Mumbai

104, Eric House 16th Road Chembur,


Mumbai - 400 071

Arpita Enterprise

1201, GIDC Estate, Phase IV


Vithal Udyog Nagar
Anand 388 112

02692 - 36187

52

Niton valve Industries Pvt. Ltd

SD -115/116 Ghatkopar Industrial


Estate, L.B.S. marg
Ghatkopar (West)
Mumbai 400 086

022- 500 8315

022 - 5007654

53

FMC Sanmar Ltd

147, Karapakkam Village,


Chennai-600096

044-492-5455

044-492-6114

54

Protego Equipments Pvt. Ltd.

Navi Mumbai

Larsen & Tubro (Audco)

32, Sivaji Marg,Post Box 6223,Near


Moti Nagar, New Delhi

011-25931302

011-25438624

56

MEKASTER/sebim valves India Pvt. Ltd.

908, Ansal Bhawan,16 Kasturba


Gandhi Marg,New Delhi

011-23312110,23318360

011-23712155

57

TYCO SANMAR LTD

Chennai

58

RMG regal + GmbH,Germany

Germany

59

INTERFORGE

60

KURVERS Piping

Mark S Clarkelaan 13 a, Haven No.


M 512, 4761 RK Zevenbergen, The
Netherlands

"+31 168 33 43 44"

"+31 168 33 43 49"

Upto 30" class 600 fittings &


flow tee

61

MEREK Engineering

Premier estate, Leys road, Brockmoor


Brierley Hill, DY5 3UT West
midlands, UNITED KINGDOM

"+44 121 544 9938"

"+44 121 544 9132"

Upto 30" class 600 fittings &


flow tee

62

PETROFIT

Unit 3 Rowan Court, Crystal Drive,


Smethwick, B66 1RB West Midlands,
UNITED KINGDOM

0121 544 9938

0121 544 9132

Upto 30" class 600 fittings &


flow tee

63

PHOCEENINE (Groupe Genoyer)

Ten bergstraat 4, 2830 Wildebroek,


BELGIUM

"+32 3 860 73 70"

"+32 3 860 73 71"

Upto 30" class 600 fittings &


flow tee

64

VAN LEEUWEN BUIZEN

Schaarbeeklei 189, 1800 Vilvoorde,


BELGIUM

"+32 2 255 40 00"

"+32 2 253 20 92"

Upto 30" class 600 fittings &


flow tee

65

MS Fittings Mfg. Co. Pvt. Ltd.,


Kolkatta

M.S.FITTINGS MFG.
CO.(P)LTD.,H.O 17 WESTERN
STREET, KOLKATTA 13

033-2362902, 2362903

033-2252103

66

Ferrous Alloy Forgings(P) Ltd.

Ferro tubes & Forging Industries, C


1/129, GIDC Estate, vaghodia,
Baroda-391760

02668-62479

Pipe Fit Engineers

496/1 GIDC Industrial Estate,


Makarpura, Baroda-390010,
pipefit@pipefit.net

0265-2636 547/545

0265-2636 546

Upto 24"class 600

68

Teekay Tube

315/317, Navratan 69,P D Mello


Road Near Camac Bridge, Mumbai400009

"+91 22 342 3382-83,


91 22 343 7716
,345477, 3446975"

(022)349162

Upto 24"class 600

69

Alliance Fittings & forgings


, Navi Mumbai

Alliance fittings & forgings inc.,


A-468/469,T.T.C Industrial Area

022-2788 1333/1916

022-2788 1134/
5590 2273

Upto 12" Class 600

70

Swastik Lloyds Engineering Pvt. Ltd.,


Mumbai

Swastik Lloyds Engineering Pvt.


Ltd.,5 B Islam pura Street,
Mumbai-400004

022-3860222/23

022-7402779

Upto 12" Class 600

71

Steel Tubes (India)

526/36,Maulana Azad Road,2nd


Floor, (Gulawadi Circle), mumbai400004

022-3895908/
3822821

022-3895906

Upto 24"class 600

72

Eften Engineering Pvt. Ltd.

D1,Sipcot Industrial Park,


Irungaltukottai-602105, Tamil nadu

04111-256284,
256714

04111-256714

Upto 8"class 600

73

Dylan Belgie

Lerenveld 20, 2547 Lint, Belgium

32 3 488 4880

32 3 488 4880

Upto 30" class 600


fittings & flow tee

74

FBF

Dynamicalaan 4-8,
2610 Anlwerpen, Belgium

32 3 820 5880

32 3 828 2822

Upto 30" class 600


fittings & flow tee

75

Ferrostaal(Mangroup)

Hohenzollernstrasse 24, 45128


Essen, Germany

49 201 818 01

49 201 818 2822

Upto 30" class 600


fittings & flow tee

1
50

51

Check/ Non Return


Valve

55

upto 12" 600#


Lift & Swing type
upto 8" 600#
(wafer type)

Upto 24" 600#


(Lift & Swing Type)

Pressure Relief Valve

67

Pipe fittings (Elbows,


Tees,Reducers)

Grobe Strabe 14, 27356 Rotenburg,


Germany

LIST OF RECOMMENDED VENDORS


FOR
CONDENSATE RECOVERY SYSTEM

"+49 4261 4081"

"+49 4261 3090"

Upto 30" class 600 fittings &


flow tee

Upto 24"class 600

Upto 12"

Document No.

Rev.

11-0398B02-01-09-02-018
SHEET 3 of 8

LIST OF RECOMMENDED VENDORS


S.NO

QUALIFIED FOR
SIZE

ITEM

NAME OF VENDOR

ADDRESS

PHONE NO

FAX NO

Pipe fittings (Elbows,


Tees,Reducers)

Sawan Engineers

201, Palace Plaza,lalbaug Road,


Near kashivishwanath
Temple,Baroda-390001, Email
:sawanengg@sify.com

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

Sanghvi Forging &


Engineering Ltd

Parvati chambers,Opp
Apsara cinema-pratap
Nagar Road,
Baroda-390004

0265-258 0644
/1658

0265 258 1125

upto 12" 600#

79

Sawan Engineers

201,Palace Plaza,
Lalbaug Road,Near
kashivishwanath
Temple, Baroada-390001

0265-2433003/
3096008

0265-2435196

upto 18" 600#

80

ECHJAY Forgings
Ltd.

Kanjur Village Road,


Kunjan Marg east
Mumbai- 400042

225782461
225782830

225784962

upto 30" 600#

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

upto 24" 600#

82

Pipe Fit Engineers

496/1,GIDC,Indi.Estate
Makarpura,
Baroda-390010

0265-2636547
/545

0265-2636546

upto 24" 600#

83

Punjab Steel Works

38B, MayapurI Indl Area


Phase-1
New Delhi-110064

011-5130960

115137432

upto 24" 600#

84

Yokogawa

1
76

Flanges

85
86

Emerson Process Management

89

Swagelock

Instrument Fittings
including manifold,
needle valve etc

92
93

Honeywell Automation
ABB

88

91

upto 24" 600#

Invensys India
Pressure
/Level/Temeprature
transmitters

87

90

upto 24" class 600

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

LIST OF RECOMMENDED VENDORS


S.NO

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

MTL India Pvt. Ltd


Signal Repeater &
Isolator

105

FAX NO

A-273 Ansal chambers-1


3,Bhikaji cama place, New Delhi

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

109 24 V DC Power supply

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

Flame Proof Control Gears Pvt. Ltd

119

Flame Proof Equiments Pvt. Ltd


Junction Box

120

Flex pro Electricals pvt. Ltd,Navsari

121

CEAG
LIST OF RECOMMENDED VENDORS
FOR
CONDENSATE RECOVERY SYSTEM

Document No.

Rev.

11-0398B02-01-09-02-018

SHEET 5 of 8

LIST OF RECOMMENDED VENDORS


S.NO

ITEM

122

NAME OF VENDOR

ADDRESS

PHONE NO

FAX NO

A-273 Ansal chambers-1


3,Bhikaji cama place, New Delhi

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

R&M Energy Systems

129

Quick Open Closure

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

Switch Socket & Plugs

CGL

140

MDS

141

Delton

142

CORDS

143

KEI
Instrumentation Signal
Control Cable

144

Elkay Telelinks.

145

Polycabs Associate cables

146

MTL India Pvt. Ltd


Isolating Barrier

147

P&F
LIST OF RECOMMENDED VENDORS
FOR
CONDENSATE RECOVERY SYSTEM

Document No.

Rev.

11-0398B02-01-09-02-018

SHEET 6 of 8

LIST OF RECOMMENDED VENDORS


S.NO

ITEM

NAME OF VENDOR

148

Control switch Gear

149

Electromac

150

Cable Glands

Baliga

152

Flameproof Control Gear


Lugs

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

Phoenix Contact(India) Pvt.Ltd.

166

PECO-FACET

167

FILTAN

168

VELCON

169

ACS

170

Filter Element / Cartridge

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

LIST OF RECOMMENDED VENDORS


S.NO

ITEM

NAME OF VENDOR

175

Grand Prix Engineering (P) Ltd.

176

Multitex Filtration Engineers Ltd.

177

Triveni Plenty Engg. Ltd.

178

Gas Tech

179

Flash Point

180

BGR Energy System

181

Slug Catcher /
Filter Separator /
Condensate Tank

ADDRESS

PHONE NO

FAX NO

ABB, Faridabad

182

Petromar Engineered Solutions Pvt.


Ltd. (Formerly Ravi Techno Systems
Pvt. Ltd.)

183

Burgess Manning

184

Tormene Gas Technology

184

Taylor Forge Engineered Systems,


INC.

184

Indcon Projects & Equipments


Limited

New Delhi

185

Indus Projects Limited

Kolkata

186

Tata Projects Ltd.

22,Sarvodaya
Society,Nizampura,Baroda-390002

187

Indian Register of Shipping

188

Bax counsel Insepection Bureau Pvt.


Ltd.

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

ABS Industrial Verification Ltd.,


Mumbai

404,Mayuresh Chambers,Sector11,CBD Belapur(E),Navi Mumbai400614

022-27578780 /1 /2 022-27578784 / 5

193

Certification Engineers International


Ltd.

EIL Bhavan,5th floor,1,Bhikaji Camma


Place,New Delhi-110066

011-26167539,
26102121

011-26101419

194

Dalal Mott MacDonald

501, Sakar -II, Ellisbridge,Ahemedabad380006

079-26575550

079-6575558

195

International Certification Systems

E-7,Chand Society, Juhu Road, Juhu,


Mumbai-4000049

022-26245747

022-226248167

196

SGS

SGS India Pvt. Ltd.,SGS


House,4B,A.S.Marg,Vikhroli
(W),Mumbai-400083

191

Third Party Inspection


Agency

QUALIFIED FOR
SIZE

0265-2392863

0265-2785952

303, Madhava,Bandra Kurla Complex, 022-26591526,022022-26591526


Bandra(E),Mumbai-400051
26590236
The Leela Galleria,5th floor,Andheri022-26956300
Kurla Road,Andheri(E),Mumbai-400059

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.

LIST OF RECOMMENDED VENDORS


FOR
CONDENSATE RECOVERY SYSTEM

Document No.

Rev.

11-0398B02-01-09-02-018

SHEET 8 of 8

INSTALLATION OF IP STATION AT ANKHI,


GUJARAT ON 12 GANDHAR- DABKA PIPELINE

THIRD PARTY INSPECTION AGENCY FOR CONDENSATE


RECOVERY SYSTEM

DOCUMENT NO

11

0398B02

01

CLIENT JOB
NO.
TOTAL
SHEETS

09

02

04
019

07.05.13

ISSUED FOR TENDER

AS

AD

AD

20.04.13

ISSUED FOR IDC

AS

AD

AD

REV

DATE

DESCRIPTION

PREP

CHK

APPR

TABLE OF CONTENT

1.0

INTRODUCTION ....................................................................................................... 3

2.0

SCOPE OF WORK .................................................................................................... 3

3.0

CO-ORDINATION FOR INSPECTION ........................................................................... 3

4.0

INVOLVEMENT OF TPIA ............................................................................................ 3

THIRD PART INSPECTION AGENCY


FOR CONDENSATE RECOVERY
SYSTEM

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

Role of TPIA for supply items


TPIA, as appointed by the Supplier from list to be provided, shall witness, review and certify all quality
related activities for supply of material. The extent of TPIA involvement as a minimum is indicated in the
various Quality Control Sheets attached with the tender document and shall be as per final approved
QA/QC procedures or as per codes and standards, wherever applicable.

2.2

Role of Owner / Owners representative for supply items


For supply items, Owner / Owners Representative reserves the right to carryout independent inspection /
audit of the plant during manufacturing. The extent of inspection shall be at the discretion of Owner I
Owners Representative. All costs related to the same (excluding travel expenses) shall be borne by
Supplier

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

CO-ORDINATION FOR INSPECTION


Supplier on award of the Contract/LOl shall submit the detailed procurement schedules within fifteen (15)
days to Owner/Owners representative for their approval. The detail item wise Manufacturing schedule
indicating dates and location of manufacturer works shall be submitted by the Supplier within One (1)
week from the date of issue of their internal Indent /Purchase order to sub vendor.
The Supplier shall inform in writing minimum One (1) week in advance to inform the Owner/Owners
representative for Inspection Notice/Call. All coordination among Owner/Owners representative/TPIA and
Suppliers/ Vendors works shall be the responsibility of Supplier. In case the Supplier fails to honour its
inspection calls/notice, supplier has to reimburse all costs incurred by the Owner/Owners representative
at actual.

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.

THIRD PART INSPECTION AGENCY


FOR CONDENSATE RECOVERY
SYSTEM

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.

Type test certificates of similar equipment shall be provided.

Owner/Owners Representative shall carryout the inspection of erection of the equipment and
witness the testing and commissioning and approve the certificates.

THIRD PART INSPECTION AGENCY


FOR CONDENSATE RECOVERY
SYSTEM

Document No.

Rev

11-0398B02-01-09-02-019

SHEET 4 of 4

INSTALLATION OF IP STATION AT ANKHI, GUJARAT


ON 12 GANDHAR- DABKA PIPELINE

TECHNICAL SPECIFICATION
FOR
TUBES & TUBE-FITTINGS
DOCUMENT NO

11

0398B02

CLIENT JOB NO.


TOTAL SHEETS
01

11

02

06
021

07.05.13

ISSUED FOR TENDER

AS

AD

AD

20.04.13

ISSUED FOR IDC

AS

AD

AD

REV

DATE

DESCRIPTION

PREP

CHK

APP
R

CONTENTS
1.0

GENERAL

2.0

DESIGN AND CONSTRUCTION

3.0

NAME PLATE

4.0

INSPECTION AND TESTING

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

fittings which includes the following types:

1.1.2

a)

Stainless steel compression fittings (for stainless steel tube)

b)

Brass compression fittings (for copper tube)

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

American National Standards Institute/American Society of Mechanical


Engineers

1.1.3

B 1.20.1

Pipe Threads General Purpose (Inch).

B 16.11

Forged Steel Fittings - Socket Welding and Threaded.

BS-4368

Carbon and Stainless Steel Compression Couplings for Tubes.

EN 10204

Inspection Documents For Metallic Products.

IS-319

Specification for free cutting Brass Bars, Rods and Sections.

ISA

Instrumentation, Systems and Automation Society.

RP 42.1

Nomenclature for Instrument Tube Fittings.

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)

Codes and Standards

2.0

DESIGN AND CONSTRUCTION

2.1

Stainless Steel Tube Fittings

2.1.1

Nomenclature of all tube fittings shall be as per ISA RP 42.1.

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

Spanner hold shall be metric.

2.1.7

Threaded ends of fittings shall be NPT as per ANSI B 1.20.1.

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

Copper Tube Fittings

2.2.1

Nomenclature of all tube fittings shall be as per ISA RP 42.1.

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

INSPECTION AND TESTING


4.1

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)

Hydrostatic proof pressure test.

b)

Minimum hydrostatic burst pressure test.

c)

Disassembly and reassembly test.

TECHNICAL SPECIFICATION
FOR
TUBES & TUBE-FITTINGS

Document No.

Rev

11-0398B02-01-11-02-020

SHEET 4 of 6

d)

Minimum static gas pressure (vacuum) test.

e)

Maximum static gas pressure test.

f)

Hydraulic impulse and vibration test.

4.2.2

Material test certificates as per clause 3.1 B of EN 10204.

4.2.3

Routine test reports for following tests:


a)

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)

Pneumatic pressure test


The fittings shall be tested at 7 kg/cm2g of dry air. There shall not be any visible leakage
when immersed in water or coated with a leak detection solution.

c)

Disassembly and reassembly test.

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)

Dimensional test report

4.3

Witness Inspection

4.3.1

All fittings shall be offered for pre-dispatch inspection for the following as a minimum:
a)

Physical dimensional verification and workmanship on representative samples.

b)

Hydrostatic and pneumatic tests as per clause 4.2.3 of this specification on representative
samples.

4.3.2

c)

Hardness verification as per clause 4.2.3 of this specification.

d)

Disassembly and reassembly test on representative samples.

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

HYDROSTATIC TEST PRESSURES


FOR INSTRUMENT TUBE FITTINGS
Sr.
No.

Size of Tube
Fittings

Material

Line Pressure
Class

Hydrostatic Test Pressure

6mm and 1/2"

Stainless Steel

<600#

153 Kg/cmg

6mm and 1/2"

Stainless Steel

> 900# to
<1500#

383 Kg/cmg

6mm and 1/2"

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

GAIL India Limited

PROJECT NAME

Pressure : kg/cm2g

Flow Rate : MMSCMD

INSTALLATION OF IP STATION AT ANKHI GUJARAT ON 12"


GANDHAR-DABKA PIPELINE
Temperature : Deg. C

GENERAL

1
2

Project

ARC-04

Job No.

Owner

M/s GAIL (India) Ltd.

Site

PMC

M/s Wood Group India Pvt. Ltd.

Unit

Item TAG No. 110398B02-SP-0101

Qty. Reqd.

Working

Applicable to

Proposal

Applicable Codes & Standards

Standby

One

Nil

Unit No.

Service

Sump Pump

Parallel Operations Reqd.

No

Driver

Electric Motor, Flame Proof

Driver Supplied & Mounted By

API 610, Latest Edition

Pump Manufacturar

OPERATING CONDITIONS

Capicity ( m3/hr): Min./ Nor./ Rated

10

Liquid Handled

Condensate

11

Pumping Temp.

Ambient

Discharge Pressure: Max./ Rated (kg/cm g)

12

Specific Gravity at P.T.

0.8078

Suction Pressure: Max./ Rated ( kg/cm2 g)

9.0/10.0/11.0
2

13

Vapour Pressure at P.T. ( kg/cm2 )

Diff. Pressure ( kg/cm2 g ) @Rated Capacity

14

Viscosity at P.T. ( cP)

Diff. Head (m) @ Rated Capacity

15

NPSH Available / Required (m)


MANUFACTURER'S SPECIFICATION

16
17

Pump Manufacturer

Model No.:
CONSTRUCTION

18

Bowl Head Calculations: (m)

19

Pump Type

20

Vertical Double Casing Type

Diff. Between min. liquid level/min

21

Casing Connections

Submerged level and bottem of Mounting

22

Line Shaft

Plate( whichever is higher)

23

Shaft Dia. (mm)

Diff. between Mounting plate level and

24

Spacing Between Shaft Guide Bushing

discharge. Flange centerline/top of flange

25

Coupling

Make

Friction losses in Suction Strainer

Type

Friction losses in Column/Discharge pipe

26
27

External Shaft Vertical Pump

Differential Head at Discharge Flange

Non Spark Guard

28

Line Shaft Coupling Type

29

Column Type

Total (Bowl) Differential Head (m)


PERFORMANCE

30

Column NB (mm)

31

Nozzles

32

Suction

33

Discharge

34

Imp. Dia (mm)

Max.

35

Guide Bushing

Material

36

Guide Bushing Lubrication

37

Driver Half cplg. Mounted by

38

Packing Type

39

Mech Seal

40

Make/Model

41

Mounting Plate

42

Mounting Plate Gasket

43

Moter Mounting Stool

44

Suction Strainer

45

Size

Size

ANSI Rating

No. of Column Segaments

Proposal Curve No.

Facing

Position

Visc. Corr. Factor

Submerged

NPSH Reqd. (water) (m)

Side

No. of Stages

Rated.

Co

Min.

Efficiency

No.

Rated BKW (0% Tol.) (kw)

CQ

CH

F/L Speed (rpm)

Max. BKW rtd.Imp. (m)


Rec. Driver Rating (kw)
No.of Rings

Hydrostatic Test pressure (kg/cm2 g)

API Code

Thrust ( kg) Up

Max. / Min.

Thrust (Kg) Down

Max. / Min.

Rotating Facing Coupling end

Type

WEIGHT DATA
Weight of the Pump (kg)
Make

Weight of The Mounting Plate (kg)

Mesh Size

Weight of the Mounting Stool (kg)

46

Foundation Bolts

Weight of the Driver (kg)

47

Mounting Bolts

Total Weight of the Pump Unit (kg)

DATA SHEET FOR SUMP PUMP


(VERTICALLY SUSPENDED VESSEL MOUNTED)

DOCUMENT NO.

REV.

11-0398B02-01-09-03-021

SHEET 1 OF 2

CLIENT

GAIL India Limited

PROJECT NAME

INSTALLATION OF IP STATION AT ANKHI GUJARAT ON 12"


GANDHAR-DABKA PIPELINE

INSPECTION & TESTS (EACH PUMP)

48
49

Witness

50

Shop Test/ Inspection

51

Material Certificates

52

Hydrostatic

53

Observe

Witness

Observe

NPSH Test

Dismantle Inspection & Reassembly after test

Unitisation/ dimentional check

Perfomance/Sound Level

Check for diection of rotation of pump & driver

54

Complete Unit Test

55

Materials Class (API 610):

56

Materials:

MOC

57

Casing / Barrel

Carbon Steel

(All interface connections shall be terminated with a flange block valve)

58

Impeller

Carbon Steel

Item Description

59

Inner Case Parts

Carbon Steel

Lantern Ring Inlet/Outlet

60

Sleeve Packed

61

Sleeve seal

62

Casing wear ring

H-BHN

Seal pot vent/drain

63

Impeller wear ring

50(min.)

Casing vent/drain

64

Shaft Driver

C.W. Inlet/Outlet

65

Shaft Intermedioate

Base plate drain (only flanged)

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

First dry critical speed of pump assembly in vertical condition.

AUXILIARY PIPING INTERFACE CONNECTIONS

ASTM Grades

Rating

Facing

Ext. Seal flush fluid inlet/outlet


Seal Quench fluid inlet

SS 316 / 410

73

SITE AND UTILITY DATA

74

Location:

Indoor:

Heated:

Steam Inlet/outlet for Jacket

Under Roof:

75

Outdoor:

Unheated:

Grade:

76

Partial Side:

Mazzenine:

Other:

Group:

Division:

77

Size

Electrical Area Classification:

78

Class:

79

Winterisation Required:

Tropicallisation Required:

80

Site data:

81

Altitude (m):

82

Range of Ambient Temperature (oC): Min / Max

83

Relative Humidity (%) Min / Max

Barometer (kg/sq.cm g):

DATA SHEET FOR SUMP PUMP


(VERTICALLY SUSPENDED VESSEL MOUNTED)

DOCUMENT NO.

REV.

11-0398B02-01-09-03-021

SHEET 2 OF 2

INSTALLATION OF IP STATION AT ANKHI GUJARAT ON


12" GANDHAR-DABKA PIPELINE

CLIENT JOB NO.

TECHNICAL SPECIFICATION FOR PAINTING


TOTAL SHEETS

DOCUMENT NO

11

0398B02

01

09

27

02

022

07.05.13

ISSUED FOR TENDER

AS

AD

AD

20.04.13

ISSUED FOR IDC

AS

AD

AD

REV

DATE

DESCRIPTION

PREP

CHK

APPR

TABLE OF CONTENT

1.0

GENERAL .............................................................................................................................. 3

2.0

CODES & STANDARDS ........................................................................................................ 3

3.0

CONDITIONS OF DELIVERY ................................................................................................ 4

4.0

COMPOSITION OF THE PAINT PRODUCTS USED............................................................. 4

5.0

IDENTIFICATION ................................................................................................................... 5

6.0

SURFACE PREPARATION STANDARDS ............................................................................ 6

7.0

PREPARATION OF THE SURFACES ................................................................................... 6

8.0

METALLISATION................................................................................................................. 10

9.0

CARRYING OUT THE PAINTWORK ................................................................................... 10

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.

All items contained in a package unit as necessary.

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.

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


clad, galvanized, SS and non-ferrous piping.
h. Marking / identification signs on painted surfaces of equipment/piping including hazardous service.
i.

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

j.

Over insulation surface of equipments and pipes wherever required.

k.

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

l.

Painting of pre-erection/fabrication and Shop primer.

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

CODES & STANDARDS


Without prejudice to the specifications of the contract, the following codes and standards shall be
followed for the work covered by this contract.

3.0

IS: 5

Colors for ready mixed paints and enamels.

IS: 101

Methods of test for ready mixed paints and enamels,

IS: 161

Heat resistant paints.

IS: 2074

Specifications for ready mixed paint, red oxide zinc chrome priming.

IS: 2339

Aluminum paint for general purposes in dual container.

IS: 2379

Color code for identification of pipelines.

IS: 2932

Specification for enamel, synthetic, exterior (a) undercoating. (b) Finishing.

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

COMPOSITION OF THE PAINT PRODUCTS USED


a) Quality
The composition and quality of the products may not differ from batch to batch. A batch is all of
the products of a specified manufacture. If the analyses of products bring to light that the
TECHNICAL SPECIFICATION
FOR PAINTING

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)

b) Quality control - Sampling


While the works are in progress on the construction site, the OWNER may carry out sampling on
the paint being used for the purpose of checking conformity. The paint products must be made
available free of charge to the laboratory or the approved supervisory body in sufficient
quantities so that all the tests can be carried out on the same batch.
If analyses reveal a non-conformity in the composition of the products used (tolerance of + 3 %
of the dosage of every component), the OWNER may refuse application of the product under
consideration, halt the work and have the nonconforming product already applied removed.
Before proceeding the work, a product that does conform will be required. The only Purpose of
the analysis is to reveal any nonconformity of the composition of the products. Their purpose is
therefore not to assess the quality of the different components. The analyses concerned are not
acceptance tests of the products supplied and in no way affect the obligations of the contractor
specified in the contract towards the OWNER.
5.0

IDENTIFICATION
Every recipient will bear the following information:

Name of the manufacturer

Date and number of manufacture

Name of the product type

Batch no

Net weight of the produced or the contents of the recipient

Date of the expiry.

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 removal of abrasives.

The removal of the different protective coverings.

The Contractor will make the required repairs to any damage after refitting the supports.

The removal of paint and cleaning of the stains on the floor.

TECHNICAL SPECIFICATION
FOR PAINTING

Document No.

Rev

11-0398B02-01-09-02-022

SHEET 5 of 27

6.0

SURFACE PREPARATION STANDARDS


Following standards shall be followed for surface preparations:
1

Swedish Standard Institution- SIS-05 5900-1967

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

British Standards Institution (Surface Finish of Blast-cleaned for Painting) BS-4232.

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

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:

Proper storage to avoid exposure as well as extremes of temperature.

Surface preparation prior to painting.

Mixing and thinning.

Application of paints and the recommended limit on time intervals between


coats.

c)

Any painting work (including surface preparation) on piping or equipment shall be


commenced only after the system tests have been completed and clearance for taking
up painting work is given by the OWNER, who may, however, at his discretion authorize
in writing, the taking up of surface preparation or painting work in any specific location,
even prior to completion of system test.

7.0

PREPARATION OF THE SURFACES

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 of which the oxide content disappears by natural oxidation.

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:

Surface preparation standards like NACE etc.


Sand blasting process
TECHNICAL SPECIFICATION
FOR PAINTING

Document No.

Rev

11-0398B02-01-09-02-022

SHEET 6 of 27

Color Codes for piping


Paint materials types and their DFT measurement.
Selection and application of paints on external surfaces.

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:

Cleaning (bright blast-cleaning);

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:

Clear the steel surface of oil and/or grease;

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

Preparation of a surface covered with a layer of paint in the workshop.


This layer is in general applied by the manufacturer, for example, on valves, regulators etc. Layers of
this kind will be checked for their proper adhesion in accordance with ASTM D 3359, method A
(Standard Test Method for measuring adhesion by tape test). The adhesion should be at least .
If the paint layer shows less adhesion or is incompatible with the rest of the system it should be
completely removed. If the paint layer is not removed, the Contractor accepts it in the state in which the
coating is found and the guarantee remains in force. The adhesion does not have to be examined if
system 63 has already been applied in the workshop on behalf of the OWNER.
The Contractor, who must provide for the protection on the construction site, must therefore obtain the
information regarding the treatment of the surface and the quality of the paint that was used and must,
moreover, examine the adhesion of the layer on the construction site, the percentage of damage and
weathering as well as the value of the preparation of the surface in the workshop together with the
thickness thereof that must be supplemented if necessary.

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)

Metallised surfaces treated with an impregnation layer

degrease with the desired degreasing product:

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

Preparation of concrete or cement plaster surfaces


Remove unsound paint layers and loose components with scrapers, blades or rotating steel brushes.
Thoroughly clean the entire surface with water containing ammonia. Thoroughly remove moss, algae
and fungal growths. Where these growths have been removed, treat the area with a fungicide in
accordance with the instructions for use.
Once the entire area is completely dry, brush off the dead residue of moss, algae and fungus with a hard
brush. In the case of reinforcement steel that has been laid bare, remove as rust, dust and grease as
possible and treat with a printer coat. When painting concrete surfaces, they must first be checked for
cracks. Cracks larger than 0.3 mm must be repaired with an appropriate system in accordance with the
type and extent of the repairs (e.g. injection with epoxy mortar). Repair damage such as cracks and
bursts to concrete parts with a two-component mortar or preferably with micro-mortars. Finally check the
alkalinity of the surface with the aid of litmus paper and neutralize it if necessary.

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

Condition of the metal after stripping


The Contractor must call in a representative of the OWNER/OWNER's representative or of the Approved
supervisory Body responsible for checking the condition of the metal during stripping and informing the
OWNER/OWNER's representative immediately of any damage that he might have noticed.

7.10

Deep corrosion of the plates - rivets - bolts


Faulty welding
Fittings that appear to be dangerous because of their age.
Removing coating from surface pipelines
The Contractor must have the equipment necessary for the removal of asphalt from the pipe without
damaging the latter (scratching, impact, etc,). The Contractor undertakes to carry out the work in
accordance with an approved procedure.

8.0

METALLISATION

8.1

Applying the metallisation


Metallisation must be carried out in accordance with ISO 2063,
Metallisation is carried out as rapidly as possible after blasting in order to limit corrosion of the pipes
(max. 3 hours later). With metallisation, a surface preparation degree Sa 3 is compulsory. The
roughness of the blasted surfaces should be from 25 to 50 R Max.

The metallising is always carried out on dry parts in good weather conditions (maximum relative
humidity 80 %);

For metallisation, a wire composed of 85 % zinc and 15 % aluminum with a minimum


guaranteed degree of purity of 99.5 % is used (subject to other specifications). The application
thereof is always carried out in accordance with the conditions of the manufacturer and may at
all times be submitted to the OWNERs representative.

The sealant should be applied maximum 3 hours alter metallisation.

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

CARRYING OUT THE PAINTWORK

9.1

Conditions for carrying out paintwork


Painting may not be carried out in unsuitable conditions.
All preparatory work and painting may only he carried out in dry weather and at a minimum temperature
of 10C, except for special eases requested by the OWNER's Representative.
Unless otherwise stipulated in the specifications of the paint supplier, application of the paint is forbidden
if it is forecast that the temperature will fall to below 0C before the paint is dry. The temperature of-the
surface to be painted must be at least 3C higher than the dew point of the ambient air. 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.
The work must be stopped:
TECHNICAL SPECIFICATION
FOR PAINTING

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

Single pack, Modified phenolic alkyd medium pigmented with


red oxide and zinc chromate.

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)

Type and Composition

Single pack, Chlorinated rubber medium Plasticised with


unsaponifiable plasticiser pigmented with zinc phosphate

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)

Type and Composition

Single Pack, Synthetic medium, pigmented with zinc


phosphate.

Volume solids

40-45%

DFT

35-50 microns/coat

Covering capacity

10-12 M/Lit/Coat

Heat resistance

Upto 100 C (dry)

Primer (P-4)
Etch Primer / Wash Primer

e)

Type and Composition

Two pack Poly vinyl butyral resin medium cured with


phosphoric acid solution pigmented with zinc tetroxy
chromate.

Volume solids

7-8%

DFT

8-10 microns/coat

Covering capacity

7-8 M/Lit/Coat

Primer (P-5)
Epoxy Zinc Chromate Primer

f)

Type and Composition

Two pack, Polyamide cured epoxy resin medium pigmented


with zinc chromate.

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)

Type and Composition

Two pack, Polyamide cured Epoxy resin medium pigmented


with zinc phosphate.

Volume solids

40%

DFT

35 microns / coat (min)

Covering capacity

11-12 M/Lit/Coat

Primer (P-7)
Epoxy high build M10 Paint (Intermediate Coat)

h)

Type and composition

Two pack Poly Polyamide cured epoxy resin medium


pigmented with micaceous iron oxide. Volume solids 7- 8%

Volume Solids

50%

DFT

100 microns/coat (min)

Covering capacity

5.0 M/Lit/Coat

Primer (P-8)
Epoxy Red Oxide zinc phosphate primer

i)

Type and Composition

Two pack. Polyamine cured epoxy resin pigmented with Red


oxide and Zinc phosphate.

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)

Type and Composition

Two pack, Polyamide cured epoxy resin medium


suitably pigmented.

Volume solids

50-60%

DFT

50 microns/coat (min)

Covering capacity

10-12 M/Lit/Coat

Finish Coats (F-1)


Synthetic Enamel
Type and Composition

Single pack, Alkyd medium pigmented with superior


quality water and weather resistant pigments

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

Finish coat (F-2)


Acrylic Polyurethane paint

l)

Type and Composition

Two pack, Acrylic resin and iso-cyanate hardener


suitably pigmented.

Volume Solids

40% (min)

DFT

30-40 microns / coat

Covering Capacity

10-12 M/Lit/Coat

Finish Coat (F-3)


Chlorinated Rubber Paint

m)

Type and Composition

Single pack, Plasticised chlorinated rubber medium with


chemical & weather resistant pigments.

Volume solids

30%

DFT

30 microns/coat (min)

Covering capacity

1 0.0 M/Lit/Coat

Finish Coat (F-4)


High build chlorinated rubber M10 paint.

n)

Type and Composition

Single pack Chlorinated rubber based high build pigmented with


micaceous iron oxide.

Volume solids

40-50%

DFT

65-75 microns/coat

Covering capacity

6.0-7.0 M/Lit/Coat

Finish coat (F-5)


Chemical Resistant Phenolic based Enamel

o)

Type and Composition

Single pack phenolic medium suitably pigmented.

Volume solids

35-40%

DFT

25 microns/ coat

Covering capacity

15.0 M/Lit/Coat

Finish Coat (F-6)


Epoxy High Building Coating

TECHNICAL SPECIFICATION
FOR PAINTING

Document No.

Rev

11-0398B02-01-09-02-022

SHEET 14 of 27

p)

Type and Composition

Two pack. Polyamide cured epoxy resin medium suitably


pigmented.

Volume solids

60-65%

DFT

100 microns/coat (min)

Covering capacity

6.0-6.5 M/Lit/Coat

Finish Coat (F-7)


High build Coal Tar Epoxy

q)

Type and Composition

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

Finish Coat (F-8)


Self-priming epoxy high build coating (complete rust control coating)

r)

Type and Composition

Two packs. Polyamide-amine cured epoxy resin suitably


pigmented. Capable of adhering to manually prepared surface
and old coatings.

Volume solids

65-80%

DFT

125-150 microns/coat

Covering capacity

4-5 M/Lit/Coat

Finish Coat (F-9)


Inorganic Zinc Silicate coating

s)

Type and Composition

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

Finish coat (F-10)


High build Black
Type and Composition

Single pack. Reinforced bituminous composition phenol based


resin.

Volume solids

55-60%

TECHNICAL SPECIFICATION
FOR PAINTING

Document No.

Rev

11-0398B02-01-09-02-022

SHEET 15 of 27

t)

DFT

100 microns/coat (min)

Covering capacity

5.50-6.0 M/Lit/Coat

Finish Coat (F-11)


Heat Resistant Aluminium Paint Suitable up to 250C.

u)

Type and Composition

Duel container (paste & medium). Heat resistant spec varnish


medium combined with aluminium flakes.

Volume solids

20-25%

DFT

20 microns/coat (min)

Covering capacity

10-12 M/Lit/Coat

Finish Coat (F-12)


Heat Resistant Silicon Paint suitable up to 400 C.

v)

Type and Composition

Single pack Silicone resin based with aluminium flakes.

Volume solids

20-25%

DFT

20 microns/coat (min)

Covering capacity

10-12 M/Lit/Coat

Finish Coat (F-13)


Synthetic Rubber Based Aluminium Paint Suitable up to 150C.
Type and Composition

Single Pack, Synthetic medium rubber medium combined with


leafing Aluminium,

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.

In case of F-9, F-1 1 & F-1 2 Finish Coats, No Primer is required.

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)

Asian Paints (India) Ltd,


Bombay Paints
Berger Paints India ltd.
Gaodlass Nerolac Paints Ltd.
Jenson & Nicholson
Shalimar Paints

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)

Ball Valve (Above Ground)


: Off White
Globe Valve (Above Ground)
: Oxford Blue-RAL 5005, IS-519941005
Check Valve(Above Ground)
: Oxford Blue-RAL 5005, IS-519941005
Launcher / Receiver
: Yellow Golden
Jib Crane / Trolley
: Yellow Golden
All underground valves shall have epoxy base coating after surface finish of SA 2.5
Valves and above ground pipes need to be properly blasted to achieve surface finish of Sa 2.5 before
the application of paints.

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)

Size of arrow shall be either of the following:

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.

All painting materials including primers and thinners brought to site by


contractor for application shall be procured directly from manufactures as per
specifications and shall be accompanied by manufacturer's test certificates Paint formulations
without certificates are not acceptable.

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

workmanship. The thickness should be measured at as many points/ locations as decided by


OWNER/ OWNER's Representative and shall be within +10% of the dry film thickness.
iv.

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)

Normal Industrial Environment, Table-2


Corrosive industrial Environment, Table-3
Coastal & Marine Environment, Table-4

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

Colour Coding Scheme for Pipes and Equipments

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
-

a) Such as vessels. columns,


exchangers, etc. containing nonhazardous fluids.
b) All equipment containing hazardous Canary Yellow
fluids
c) Pipe carrying hazardous fluids
Bar is to be
replaced by
Hazardous
Marking as per
IS: 2379 Clause
7.1C

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

One coat F-4


65 microns/
coat (min)
Two coats F3, 30
Microns/coat
(min)
Two coats of
F-1, 20
microns/coat
(min)

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-

External surface of equipment's and piping.

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

External surface of un-insulated and other equipment

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

Two coat F3,


30
microns /
coat (min.)
Two coats
F- 6, 100
microns
coat (min.)
Three coats
F- 12, 20
Microns
/
coat (min.)

TECHNICAL SPECIFICATION
FOR PAINTING

Total
DFT

Remarks

160

Primer and paint


application at
ambient temp.

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

External surface of equipments and piping.

1.1

-do-

-10 to
60

SSPC-SP-3

Two coats
P-2, 50
micron/
coat (min)

Two coats F3, 30


Microns/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

Application of the coating


Application of the paint will be carried out in accordance with best practice in order to obtain a
homogeneous and continuous layer. The OWNER or the Approved Supervisory body demands that
painting of a layer will only be started after acceptance by them of the surface preparation or of the
previous layer of paint.
The layers of paint must have a uniform thickness. They must he spread in such a way that all concave
parts are dried out and that the surface is completely covered and has a glossy appearance without
leaving brush marks and without exhibiting bubbles, foam, wrinkles, drips, craters, skins or gums that
arise from weathered paint,
Each layer must have the color stipulated in the tables of the present specifications, which clearly differs
from the previous layer, taking account of the Color of the top layer, all of which for the purpose of being
able to identify the number of coats and their order of sequence. If the color of the coats is not
mentioned in the tables the color difference in consecutive coats must, if possible, he at least 100 RAL.
The color of the top layer is given in the table.
The coating power should be such that the underlying layer is not visible. Only 1 layer per day may be
applied, unless otherwise specified by the OWNER or the Approved Supervisory Body.
The drying times prescribed by the paint manufacturer must be strictly observed in relation to the
environmental conditions before proceeding with the application of the next layer.
The dry coating thickness indicated in the description of the paint systems are minimum thickness. In
this connection, the Contractor is obliged to contact the paint manufacturer and conform to his
guidelines. The Contractor must respect the thickness specified by the supplier.

1.9.7

Transporting treated items


In the case of works being carried out in a workshop, the metal structures will be surrounded by
ventilated contraction film that prevents damage during transportation. This film may only be applied
after complete polymerization of the paint.

TECHNICAL SPECIFICATION
FOR PAINTING

Document No.

Rev

11-0398B02-01-09-02-022

SHEET 24 of 27

1.10

GROUND-LEVEL TRANSITION POINT

1.11

Polyester protection system


The Contractor will provide system 02 over the entire length of the pipes above ground and below
ground and up to a height of 20 cm and a depth of 40 cm. perpendicular to the ground level mark. In
each case, he must ensure that the jointing below the asphalt is in good condition and assures' faultless
adhesion. He will apply the following products over the entire surface area, prepared in accordance with
is Sa 3:
1)

The primer of system 01.

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.

1.11.1 USE OF SCAFFOLDING


Mounting, maintenance and dismantling of scaffolding for carrying out adaptation and/or paintwork to
surface gas pipes or gas transport installations in use;

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.

QUALITY CONTROLS AND GUARANTEE

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 rugosity will be measured electronically in accordance with DIN 4768;

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 maximum operating temperature of the surfaces to be covered.

The maximum permitted degree of humidity of the bearing surface.

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)

Summary of the Guarantee.


The contractor fully guarantees the following without reservation:

The observance of all stipulations of the specifications for paintwork regarding, among other
things:
o
o
o

The preparation of the surfaces.


The thickness of each layer.
The total thickness of the covering.

The uniformity of the materials used.

The repair of all defects before delivery of the works.

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

GAIL (India) Limited

INSTALLATION OF IP STATION AT ANKHI GUJARAT ON 12


GANDHAR-DABKA PIPELINE

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

Size, inch (mm)

As per Table

Body Type

As per Table

End Connection Type


Flange Finish

As per Table

ANSI B16.5

Standard

125 AARH
Special Requirement

Locking Device Reqd

Yes

Vent, Drain & Sealant connection with


Anti Blow out Stem (Refer Technical
Specification of Ball Valve)

VALVE DESIGN CONDITIONS


Corrosion Allowance
Installation
Opening/Closing time

6.0 mm
Aboveground

Design Factor

0.5

Stem Ext Length, mm

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

Auto Actuation Reqd


Type of Actuator/Valve Operator

As per Table (see sheet no. 2 of 2)


As per Table (see sheet no. 2 of 2)
VALVE MATERIAL SPECIFICATION

PART DISCRIPTION
Body
Ball
Seat Rings
Seat Seal
Stem

MATERIAL OFFERED (Equivalent or


Higher)

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

ASTM A 193 Gr. B7

Hex Nuts

ASTM A194 Gr. 2H

TESTING REQUIREMENT
Hydrostatic Test Pressure

Body: 96.0/28.5 barg

Air Test Pressure

Seat: 70.4/20.9 barg


7 bar
As per API 6D Latest Edition

Anti-Static Testing Requirement


Hardness Test

248 HV10
Yes (at 0 deg C)

Charpy Impact Test/ Temperature

DATA SHEET OF BALL VALVE

Document No.

Rev.

11-0398B02-01-08-03-024

SHEET 1 of 2

CLIENT

GAIL (India) Limited


KHERA COMPRESSOR STATION UPGRADATION PROJECT

SIZE/QUANTITY

Fire Safe Test

As per API 6FA


Suitable for Corrosive Industrial Environment (Refer Painting
Specification)

Valve Painting Specification


Manufacturer's Painting Specification Number

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

TMBV, 600#, FLGD, FB,


AG

3 NOS.

2" NB

FL, 600#, FLGD, FB, AG

6 NOS.

2" NB

FL, 150#, FLGD, FB, AG

1 NO.

1" NB

FL, 1500#, SW, FB, AG

2 NOS.

3/4" NB

FL, 1500#, SW, FB, AG

4 NOS.

DATA SHEET OF BALL VALVE

QTY

Document No.

Rev.

11-0398B02-01-08-03-024

SHEET 2 of 2

INSTALLATION OF IP STATION AT ANKHI, GUJARAT


ON 12 GANDHAR- DABKA PIPELINE

TECHNICAL SPECIFICATION
FOR
BALL VALVES
DOCUMENT NO

11

0398B02

01

CLIENT JOB NO.

TOTAL SHEETS

16

08

02

025

07.05.13

ISSUED FOR TENDER

AS

AD

AD

20.04.13

ISSUED FOR IDC

AS

AD

AD

REV

DATE

DESCRIPTION

PREP

CHK

APPR

TABLE OF CONTENT

1.0

SCOPE .............................................................................................................................3

2.0

REFERENCE DOCUMENTS ...........................................................................................3

3.0

DEFINITIONS ...................................................................................................................4

4.0

INSTRUCTIONS ...............................................................................................................5

5.0

MATERIALS .....................................................................................................................5

6.0

DESIGN AND CONSTRUCTION ....................................................................................6

7.0

INSPECTION AND TESTS ...........................................................................................10

8.0

TEST CERTIFICATES ...................................................................................................12

9.0

PAINTING, MARKING AND SHIPMENT......................................................................12

10.0

SPARES AND ACCESSORIES....................................................................................13

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

Specification for Pipeline Valves.

API 605

Large Diameter Carbon steel Flanges.

API 6FA

Specification for Fire Test for Valves.

API 5L

Specification for Line Pipe.

API 1104

Specification for Welding Pipelines and related facilities.

ASME 16.10

Face to Face and End to End Dimensions of Valves

ASME 16.20

Metallic gasket for pipe flanges Ring joint or spiral wounds and
jacketed.

ASME 16.21

Non Metallic Gaskets for pipe flanges.

ASME B 16.5

Steel Pipe Flanges and Flanged Fittings.

ASME B 16.34

Valves - Flanged, Threaded and Welding Ends.

ASME B 16.5

Steel Pipe Flanges and Flanged Fittings.

ASME B 31.3

Process Piping.

ASME B 31.8

Gas Transmission and Distribution Piping Systems.

ASME Sec VIlI Div.I/Div.II :

Boiler and Pressure Vessel Code Rules for Construction of


Pressure Vessels.

ASTM A370

Standard Test Methods and Definitions for Mechanical Testing of Steel


Products.

ASTM B 733

Auto catalytic Nickel Phosphorous Coating on Metals.

BS 6755-1

Testing of Valves. Specification for production pressure testing


requirements.

TECHNICAL SPECIFICATION
FOR
BALL VALVES

Document No.

Rev

11-0398B02-01-08-02-025

SHEET 3 of 16

EN 1004511

Metallic products: Charpy Impact test test methods (U & V Notches)

BS 6755-2

Testing of Valves. Specification for fire type-testing requirement.

EN 10204

Metallic Materials Types of Inspection documents.

MSS-SP-6

Standard Finishes for Contact Faces of Pipe Flanges and Connecting end Flanges of Valves and Fittings.

MSS-SP-25

Standard marking system for Valves, Fittings, Flanges and Union.

MSS-SP-44

Steel Pipeline Flanges.

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

Industrial Valves Pressure Testing of Valves

ISO 10497

Testing of Valves fire type testing requirements.

ISO 13623

Petroleum & Natural Gas Industry pipeline transportation system.

ISO 14313

Petroleum & Natural Gas Industry. Pipeline transportation system


pipeline Valves

SSPC-VIS-1

Steel Structures Painting Council Visual Standard.

In case of contradiction the most stringent shall apply.


3.0 DEFINITIONS
Purchaser

: The Company which makes purchase order.

Manufacturer

: Manufacturer who receives the purchase order.

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

Eventual Interpretations and deviations to this specification by the manufacturer shall be


requested by writing in his offer with detailed justification and approved by the purchaser or
purchasers representative before the eventual order to the manufacturer.

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

A copy of ISO 9001 Certificate shall be included in the offer.

4.7

An approval of documents can never be considered as acceptance of deviations or relaxation to


requirements. A deviation is only possible after specific request to purchaser and purchasers
representative.

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

DESIGN AND CONSTRUCTION

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

Ball shall be of single piece, solid type construction.

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.

d) The stem extension shall be self relieving.


e) Outer casing of stem extension shall have 3/8 or 1/2 NPT plugs at the top and bottom, for
draining and filling with oil to prevent internal corrosion
6.24

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

INSPECTION AND TESTS


The Manufacturer shall perform all inspection and tests as per the requirements of this
specification and the relevant codes, prior to shipment, at his Works. Such inspection and tests
shall be, but not limited to, the following:

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

Non Destructive Examination


a) Non-destructive examination of individual valve material and component consisting of but not
limited to castings, forgings, plates and assembly welds shall be carried out by the
Manufacturer. All castings shall be wet magnetic particle inspected 100% of the internal
surfaces. Method and acceptance shall comply with MSS-SP-53.
b) Body castings of all valves shall be radio graphically examined as per ASME B16.34.
Procedure and acceptance criteria shall be as per ASME B 16.34. For all sizes, body casting
shall be subjected to 100% radiography.
c) All forgings shall be ultrasonically examined in accordance with the procedure and acceptance
standard of Annexure E of ASME B 16.34. All forgings shall be subjected to wet magnetic
particle inspection on 100% of the internal surfaces. Method and acceptance shall comply with
MSS-SP-53.

TECHNICAL SPECIFICATION
FOR
BALL VALVES

Document No.

Rev

11-0398B02-01-08-02-025

SHEET 10 of 16

d) Bodies and bonnets made by welded assembly of segments of castings, forgings,


combinations thereof shall be examined, as applicable, by methods of 7.7 (b) for cast
components or 7.7 (c) for forged components and plates.
7.8

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

PAINTING, MARKING AND SHIPMENT

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

On packages, following shall be marked legibly with suitable marking ink:


a) Order Number
b) Manufacturers Name
c) Valve size and rating
d) Tag Number
e) Serial Number

10.0

SPARES AND ACCESSORIES

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

At the time of bidding, Manufacturer shall submit the following documents:


a)

Filled in Data Sheet

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)

Clause wise list of deviations from this specification, if any.

g)

Descriptive technical catalogues of the manufacturer.

h)

Installation, Operational and Maintenance Manual.

TECHNICAL SPECIFICATION
FOR
BALL VALVES

Document No.

Rev

11-0398B02-01-08-02-025

SHEET 13 of 16

11.2

i)

Copy of valid API 6D Certificate.

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)

Welding, heat treatment and testing procedures (Quality Assurance Plan).

d)

Details of corrosion resistant paint to be applied on the valves.

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

All documents shall be in English language only.

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

GAIL (India) LIMITED


INSTALLATION OF IP STATION AT ANKHI GUJARAT ON
12" GANDHAR-DABKA PIPELINE

CLIENT

REFERENCE DOC.

TECHNICAL
SPECIFICATION FOR
PAINTING

11-0398B02-01-09-02-022

REFERENCE DOC. NO.

For Slag Catcher


Description

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

External Colour / Shade :

Light Grey (RAL 7035 or Equivalent)

2 Coats

For Condensate Tank


Description

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

External Colour / Shade :

Jet Black (RAL 9005 or Equivalent)

SCOPE OF PAINTING FOR VESSELS

2 Coats

Document No.

Rev.

ANNEXURE - III

SHEET 1 of 1

Das könnte Ihnen auch gefallen