Sie sind auf Seite 1von 388

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

Table of Contents
Document Number Rev. Document Title Page
Number
A307-0IY-LS-MR- 0 RFQ COVERING LETTER 3
4500-5087-RFQ
LTRAUTH 0 LETTER OF AUTHORITY 10
A307_Proforma for 0 Proforma for Pre-Bid Queries 11
Pre-Bid Queries
Annexure-I-E- 0 E-TENDERING+METHODOLOGY 12
TENDERING+METH
ODOLOGY
INSTRUCTIONS_FO 0 INSTRUCTIONS_FOR_+DSC_For_ForeignBidders 15
R_+DSC_For_Foreig
nBidders+%281%29
A307-ATCIND-5087 0 ATC INDIGENOUS 26
A307-ATCFORIN- 0 ATC FOREIGN 34
5087
A307_SIB_Rev 6_14 0 SPECIAL INSTRUCTIONS TO BIDDERS 41
02 2014
GPCIND 0 GPC INDIGENOUS 61
GPCIMPORT 0 GPC IMPORT 69
A307-T&C- 0 Supervision.ind.import 77
Supervision.ind.impo
rt
SPLPKGRQMNT.FO 0 SPECIAL PACKAGING REQUIREMENTS 79
RGN
Tax Residency 0 Tax Residency Certificate 80
Certificatee with
Form 10B
A307-PS-5087 0 PRICE SCHEDULE 82
A307-0IY-LS-MR- B Flare Stack Component 89
4500
A307-0IY-16-44- A TECHNICAL COMPLIANCE-PED 95
TCL-4500
A307-0IY-16-44-SP- A JOB SPECIFICATIONS-PED 99
4500
A307-0IY-16-44-DS- A FLARE MECHANICAL DATA SHEETS 107
4500
A307-0IY-16-44-VR- A VENDOR DATA REQUIREMENTS 111
4500
6-18-0003 3 Standard specification for flare stack components. 114
PDS-A166-IUY-02- 0 PDS for SOUR flare system 122
DS-1802
PID-A166-02-41-IUY- 0 SOUR FLARE P&id 125
1118
A307-0IY-16-50-SP- A JOB SPECIFICATION 126
4500
A307-000-16-50-DS- A ELECTRICAL LOAD DATA 131
1002
A307-000-16-50-DS- B M.V. MOTOR 134
0501
A307-0IY-16-50-LL- A CHECKLIST 135
4500
6-51-0032 4 Specification for medium voltage induction motors. 136
6-81-1032 1 ITP for MV motors 150
A307-0IY-16-51-LL- A INSTRUMENATION LIST OF ATTACHMENTS 154
1018
A307-0IY-16-51- A SCOPE OF WORKS FOR SOUR FLARE STACK COMPONENTS 155
SOW-1018
A307-0IY-16-51-SP- A JOB SPECIFICATIONS FOR SOUR FLARE STACK 162
1018 COMPONENTS
A307-0IY-16-51-SL- A MANDATORY SPARE PARTS LIST FOR SOUR FLARE STACK 181
1018 COMPONENTS

Page 1 of 388
Table of Contents
Document Number Rev. Document Title Page
Number
A307-0IY-16-51- A VENDOR DATA REQUIREMENTS FOR SOUR FLARE STACK 184
VDR-1018 COMPONENTS
A307-0IC-16-51-IS- 1 JOB STANDARDS 187
01
7-52-0002 3 Instrument connections on piping. 191
7-52-0035 3 Thermowell. 194
7-52-0036 3 Thermocouple / RTD assembly with thermowell. 197
6-52-0052 2 Standard specification for package units. 198
A307-6-44-0005- 1 PMS FOR SOUR FLARE 260
4500
A307-0IY-16-43-SK- B SKETCH FOR SOUR FLARE 281
0047
LTFLARE 0 MISCELLANEOUS 282
ExistingFlarePID A Existing Flare P&ID for reference 283
ExistingFlareEquipm A Existing Flare Equipment Layout for Reference 284
entLayout
A307-0IY-16-48-SP- A LIST OF JOB SPECIFICATIONS, STANDARD SPECIFICATIONS, 285
4500 DATA SHEETS, DRAWINGS, ENGINEERING STANDARDS
7-68-0697 1 Electroforged grating type-I & type-II 289
7-68-0552 7 Circular platform for hot vessels 296
7-68-0507 7 Details of steel ladder 304
7-68-0509 6 Steel ladder joint details 307
7-12-0015 5 Standard bolt hole orientation. 311
7-12-0027 5 Name plate. 312
PAINT-SPEC-A307- 0 PAINTING SPEC 313
000-06-42-PLS-01-
REV1
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 361
6-78-0003 0 Specification for Documentation Requirement from Suppliers 370
7-76-0103 1 Instructions to vendor for site performance guarantee 382
requirements for package units

Page 2 of 388
क्षेऽीय कायार्लय ,चेन्नई Regional Office, Chennai
இஞ்சினியர்ஸ் இந்தியா லிமிெடட், பிராந்திய அலுவலகம் - ெசன்ைன
“उत्कृ ष्टता के आधार हमारे कमीर्” “Delivering Excellence through People”
तालमुत्थु नटराजन िबिल्डं ग,सीएमडीए टावर-1,5वां तल(वेःट िवंग),गांधी-इरिवन सालै , एग्मोर, चेन्नई-600008
th
5 Floor, CMDA Tower-1, Thalamuthu Natarajan Building, No.1, Gandhi Irwin Salai, Egmore, Chennai-600 008
दरू भाष सं./Phone Nos.044-28576018 / 28576090; फ़ैक्स सं./Fax No.28543080

REQUEST FOR QUOTATION (RFQ)


RFQ* No.: PM/A307-IY-LS-MR-4500/5087 Date: 27.05.2014
To, Client: BHARAT PETROLEUM CORPORATION. LTD.,
M/s_______________________
#
Issued to the approved Suppliers Project: INTEGRATED REFINERY EXPANSION
as per enclosed List PROJECT AT KOCHI REFINERY
MR No.: A307-IY-LS-MR-4500 Rev. B
9909
Item: FLARE STACK COMPONENTS
Due Date & Time: Up to 1200 Hrs. (IST) on 23.06.2014
At 1000 Hours (IST) on 05.06.2014 (at EIL- RO, Chennai)
Pre-Bid Meeting Last date for submission of Pre-Bid Queries : 03.06.2014
UNPRICED BID OPENING: At 1400 Hours (IST) on 23.06.2014 (at Engineers India
Limited, 5th Floor, West Wing, CMDA Tower-I,
Thalamuthu Natarajan Building, No.1, Gandhi Irwin
Road, Egmore, Chennai-600 008, India) (In case the bid
due date happens to fall on Holiday, the next working day
shall be deemed to be due date)
TIME & VENUE SHALL BE INTIMATED LATER
PRICED BID OPENING:
Gentlemen,

Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-
procurement system for the subject item in total compliance to technical specifications, scope,
terms & conditions of enquiry documents / attachments
1 Bidder should submit their bids strictly as per the requirements outlined hereunder and as
specified in the Material Requisition.
2. Bidders can download the complete enquiry document from the web address
http:tenders.eil.co.in or http://eprocure.gov.in/eprocure/app

3. The bidders are required to submit soft copies of their bids electronically on the CPP
Portal only (URL: https://eprocure.gov.in/eprocure/app) using valid Digital Signature
Certificates, on or before the bid submission date and time. Bidders are required to register
themselves at https://eprocure.gov.in/eprocure/app).

Bidders to refer attached E-TENDERING METHODOLOGY (ANNEXURE-I) for detailed


instructions on registration and online bid submission.

Page 1 of 7

पंजीकृ त कायार्लय:ई.आई.भवन,1,भीकाईजी कामा प्लेस, नई िदल्ली-110066


REGD OFFICE : EI BHAWAN, 1, Bhikaiji Cama Place, New Delhi-110 066
दरू भाष/Phone : 011-26762121,फ़ैक्स/Fax : 26192693
Page 3 of 388
4 Special Notes for e-tendering:
a. NIC Portal mandates that the bidders are to be registered on the portal. The enquiry
is being issued through EIL Tender Portal (http://tenders.eil.co.in) and Bidders can
download the complete RFQ documents from the EIL Tender Portal only. And
bidders shall submit their bids through NIC Portal
(https://eprocure.gov.in/eprocure/app) only
.
b. All those vendors who have still not registered on the NIC Portal are required to
register on the same (immediately after issue of enquiry on EIL Tender portal but not
later than ten days before the bid due date) for facilitating uploading of their bids
on the NIC Portal failing which it will not be possible for them to upload their bids.
Pursuant to registration, the vendors are required to inform regarding NIC registration
details.
c. Only NIC registered vendors can upload their bids on the NIC portal. Therefore, all
those bidders who have not complied with the above registration requirements will
not be eligible to bid. NIC registered bidders will be able to upload their bids from
about one week before the bid due date up to Bid Due Date. However, an EIL
enlisted vendor for the subject Limited RFQ who completes their NIC Registration
(including Digital Signature Certificate Registration) on NIC Portal atleast 2 (two)
working days prior to the Final Bid Due Date shall be allowed to upload their bids
through a Corrigendum issued by EIL in the NIC Portal, provided such request from
the concerned Vendor is received in EIL through E-mail by concerned Dealing
Officer/RFQ Issuing Authority atleast 2 (two) working days prior to Bid Due Date.
Request for extension in due date of submission of bids due to non registration or
delayed registration in NIC portal shall not be entertained.
d. The bid has to be necessarily submitted on the NIC Portal only. Inability of the bidders
to upload their bids on account of not completing the registration with NIC portal as
mentioned above will not be a reason for seeking BDD extension.
e. Enlisted vendors of EIL who have completed the registration on NIC shall only be
allowed to submit the bids through NIC Portal. Therefore, it is in the interest of the
bidders that they register on the NIC Portal at the earliest.
f. The vendor registration on NIC Portal is a very user friendly process. However, in
case of any doubt, the vendor may contact the 24 X 7 CPP Portal helpdesk at Contact
No. 1800 233 7315 or Mr. Amrit Chaswal at Ph. No. +91-7532022483 and E-mail: 
support.nic@eil.co.in
5 Bidders are required to quote their price details forming part of evaluation strictly in the
EIL price schedule format for Indian Bidders/ Foreign bidders (as applicable) only.
6 Bidders in their own interest are requested to register on CPP Portal and upload/submit
their bid well in time. Bidder will be responsible for any delay due to other issues.
7 Bidders are required to upload the complete bid comprising of Part-I: - Unpriced Bid
along with all supporting documents & Part-II: - Priced Bid on the CPP Portal
(https://eprocure.gov.in/eprocure/app) only. - Refer E-Tendering Methodology
(ANNEXURE-I) enclosed with RFQ documents.
8 Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date &
time of submission of the bid with all other relevant details. The bid summary has to be
printed and kept as an acknowledgment of the submission of bid. This acknowledgment
may be used as an entry pass for attending the un-priced bid opening, if bidders so
desire.
Page 2 of 7

Page 4 of 388
9 Bidder to ensure that they are able to download the bid documents / price schedule on e-
tendering website atleast two days before Bid Due Date (BDD).
10 Only e-Bids uploaded in the e-tendering portal (https://eprocure.gov.in/eprocure/app)
shall be acceptable. Physical bids and Bids/ Offer through Email or fax/
Telex/Telegraphic or Bids received in open condition or Bids in any other mode shall not
be accepted.
11 Technical specification should be strictly as per the Material Requisition attached. It may
be noted that the Bid shall be evaluated as received and technical queries may not be
issued.
12 Commercial requirements are specified in the Special Instructions to Bidders, General
Purchase Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ
documents. The pre-filled Agreed Terms & Conditions Questionnaire should be returned
duly signed and stamped along with copy of your un-priced bid.
13 The order, if placed, will be issued by our above-mentioned client.
14 If not bidding, please submit regret letter within the due date & time, with reasons(s) of
not participating in the RFQ. In case there is no response, names of such bidder
may not be considered for issuance of future enquiries.
15 Direct bids only, without the intermediary of an Indian Agent will be considered from
Foreign Bidder.
16 Delivery / Completion Period:-
16.1 For Indian Bidders: within 08 (Eight) Months from the date of issue of Fax of
Acceptance (FOA) on FOT-Despatch Point Basis. The date of LR/GR shall be
considered as the date of delivery.
16.2 For Foreign Bidders: within 07 (Seven) Months from the date of issue of Fax of
Acceptance (FOA) on FOB International Sea Port of Exit Basis. Date of clean Bill of
Lading shall be considered as the date of delivery.
17 Payment Terms :-
For Indian Bidders:- The payment to Indian bidders shall be made in accordance with
Clause No. 1.4, 1.6 & 1.7 Under Section A of Special Instruction to Bidders (SIB).

For Foreign Bidders:- The payment to foreign bidders shall be made in accordance with
Clause No. 2.1 & 2.5 Under Section A of Special Instruction to Bidders (SIB).
18 The offer should be valid for 4 (Four) months from final bid due date/extended due date.
19 The bidder shall bear all costs associated with the preparation and submission of its bid,
and the Purchaser/Consultant shall in no case be responsible or liable for these costs
regardless of the conduct or outcome of the bidding process.
20 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
21 The E-bids received online shall be opened at EIL office on due date and time as
specified above. Bidder can view online the name of the other bidders who have
submitted their e-bids after opening is performed by EIL
22 All technically and commercially acceptable bidders will be advised of venue, date and
time of priced bid opening. Bids shall be opened online, hence bidders may review
opening status at their offices/ places. Interested bidder may sent their representatives
(duly authorised by a competent person and having the Letter of Authority as per
proforma enclosed), of such technically and commercially acceptable bidders. Time and
Date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a
later date.
23 As Purchaser intends to contract directly with suppliers of the goods for which bids are
invited, the bids should be prepared by the suppliers and submitted directly. Purchaser
reserves the right to reject offers made by intermediaries
Page 3 of 7

Page 5 of 388
24 Addendum / corrigendum to the RFQ documents if issued must be signed and
submitted along with the bid.
25 Bidders to note that price changes against Technical / commercial clarifications, in line
with terms & conditions of enquiry documents are not allowed. In case any bidder gives
revised prices / price implications against such clarifications, their bid shall be liable for
rejection.
26 EIL reserves the right to use in-house information for assessment of bidder’s capability
for consideration of bid.
27 In case any bidder is found to be involved in cartel formation, his bid will not be
considered for evaluation/ placement of order. Such bidder will also be debarred from
bidding in future.
28 The bidder who is providing the technology from the company which is recently
acquired / taken over by them or purchasing the technology by other companies, shall
be provide proper documentary evidence. In the absence of the same their offer shall
be liable for rejection.
29 Bidders are requested to quote as per their capability as registered in EIL, as on the
date of issue of RFQ.
30 PRE-BID MEETING
30.1 Bidders’ authorized representative(s), shall attend the Pre-Bid meeting on the
prescribed day at the given venue. During the Pre-Bid meeting, all the technical and
commercial issues shall be discussed and concluded to ensure that the bid received
subsequent to Pre-Bid meeting shall be without any deviations to terms and conditions.
Hence, bidders shall treat the Pre-Bid meeting as utmost important and depute
competent & senior person capable of taking on the spot decision to sort out all the
technical and commercial issues.
However, in case any bidder do not attend the Pre- Bid meeting, it shall be understood
that the bidder has a clear understanding of the scope & terms & conditions of the
bidding document and does not have any comments/ deviations to the requirements of
the bidding document
30.2
Bidder may contact the following person at site for site visit purpose, if any:
Mr. V. John Paul, Resident Construction Manager (RCM)
Engineers India Limited, BPCL-Kochi Refinery, Ambalamugal, Kochi, Kerala (India)
Phone No.: 0484-2720313; Fax No.: 0484-2720800
E-mail: z_kr_eitsitercm@bharatpetroleum.in
30.3 In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to
submit any Queries/clarification/information pertaining to Bidding document in writing
delivered by hand or by fax/ email as per format enclosed in the Bidding Document so
as to reach two days prior to Pre-bid meeting. These queries shall be replied during
pre-bid meeting. The editable soft copies of the queries shall also be e-mailed to enable
EIL to prepare replies to the queries against each query in the same format
expeditiously.
30.4 The bidders are required to participate in the Pre-Bid meeting with the following
essential documents, so that the same can reviewed & discussed during the meeting to
avoid any techno-commercial clarifications/ discussions post bid
a) Latest annual report including Profit & loss account
b) Details of work experience meeting the BQC (if applicable)
c) Technical details, documents, design, filled datasheets as per MR.
d) Any other relevant document/ details.

Page 4 of 7

Page 6 of 388
30.5 Record notes of meeting, including the questions raised and the responses given will
be furnished as expeditiously as possible to all the bidders and shall also be uploaded
on the website. After pre-bid meeting, no further queries will be entertained from the
bidders
30.6 Any modification of the Bidding Document, which may become necessary as a result of
the pre-bid discussion, shall be intimated to all bidders through the issue of an
Addendum/Amendment.
30.7 Based on the pre-bid discussions, a no-deviation form/techno-commercial compliance
shall be signed and submitted by the bidders as part of their offer. After pre-bid
meeting, no deviation shall be accepted and if any deviation is found in the bid of such
bidder, their offer shall be liable to be rejected without raising any technical/ commercial
queries.
30.8 Non-attendance of the pre-bid meeting will not be a cause for disqualification of bidder.
31 Technical/ Commercial queries shall not be issued once the bid have been opened.
However, wherever CQ/ TQ are unavoidable, the same shall be raised only once and
the cut-off date given for CQ/ TQ replies shall be adhered to. Offers shall be evaluated
based on the information available upto cut-off date for CQ/ TQ replies.
32 Extension in bid due date shall not generally be granted.

33 Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro &
Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled
Tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to
time under the existing Govt. policy. Bidder to submit documentary evidence for the
same duly certified by Statutory Auditor of the bidder or a practicing Charted Account
(not being an employee or a Director or not having any interest in the Bidder’s company
/ firm) where audited accounts are not mandatory as per law.). In this regard, item wise
quantity may be splitted and the quoted price shall remain valid.

If the bidder does not provide the appropriate document or any evidence to substantiate
the above, then, it will be presumed that they do not qualify for any preference
admissible in the Public Procurement Policy, 2012.

34 The Net Worth of the bidder should be positive as per the immediate preceding year's
audited financial results. If the bidder is not meeting the above criteria their bid shall
not be evaluated further. Bidders are therefore requested to furnish the Audited
Financial Statement for the immediate preceding year including Profit & Loss Account.

Bidders are required to submit the complete audited financial report for the preceding
financial year including audit report, balance sheet, profit and loss statements along
with all relevant annexures & schedules required to access the positive net worth of the
bidder in that financial year. Failure to submit the same may render your bid liable for
rejection.

35 Integrity Pact for this RFQ. Not applicable.

36 RFQ Document Fee/EMD/Bid Security : Not applicable.

37 Purchaser reserve the right to make any changes in the terms and conditions of
purchase and to reject any or all the bids.

Page 5 of 7

Page 7 of 388
38 Category of MR:

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

ii) No technical details of any nature shall be included in the offer and if the offer
contains any technical deviations or clarifications or stipulates any technical
specifications, the offer shall be liable for rejection.

iii) The submission of prices by vendor shall be construed to mean that the vendor
has confirmed compliance with all technical specifications of the correspondence
item.

39 Contact Persons for this RFQ are:

a) Mr P.Murugesan, Asst. General Manager (C&P) Phone No. 0091-44-28576018 &


e-mail : p.murugesan@eil.co.in
b) Mr S.Padmanathan, Sr. Manager (C&P) Phone No. 0091-44-28576017 & e-mail :
s.padmanathan@eil.co.in
c) Mr A.E.V. Prasad, Dy. Manager (C&P) Phone No. 0091-44-28576015 & e-mail :
varaprasad.atta@eil.co.in

* Please specify RFQ Ref. No. in all Correspondence.


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

(P.MURUGESAN)
Asst. General Manager (Contracts & Purchase)
Engineers India Limited

Enclosures: As per List Attached.

Page 6 of 7

Page 8 of 388
LIST OF ENCLOSURES

DOCUMENT
A) Request For Quotation (RFQ)
B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
C) Proforma for Bidder’s Query (Pre-Bid)
D) Provisions for Micro And Small Enterprises under PPP, 2012
E) Special Notes
F) Commercial Section:
i) Annexure-I (e-tendering methodology)
ii) Procedure for obtaining Digital Signature by Foreign Vendors
iii) Agreed Terms & Conditions (ATC) (For Indian Bidders)
iv) Agreed Terms & Conditions (ATC) (For Foreign Bidders)
v) Special Instructions to Bidder (SIB)
vi) General Purchase Conditions (Indigenous)
vii) General Purchase Conditions (Imported)
viii) Terms & conditions for supervision of erection, testing and commissioning for
Indigenous bidders
ix) Terms & conditions for supervision of erection, testing and commissioning for Foreign
bidders
x) Special Packaging Requirements (for Foreign Bidders)
xi) Tax Residency Certificate (TRC) format
xii) Price Schedule
G) Technical Section:
i) Material Requisition (MR) No.: A307-IY-LS-MR-4500 Rev. B along with its
attachments

Page 7 of 7

Page 9 of 388
Proforma of Letter of Authority for Attending Unpriced / Priced Bid Opening

No. Date:

The Asst. General Manager (C&P)


Engineers India Ltd.,
5th Floor, West Wing, CMDA Tower-1
Thalamuthu Natarajan Building
No.1, Gandhi Irwin Road
Egmore, Chennai-600 008
Phone: 044-28576000 / 28576090; Extn: 6018

Attn: Mr. P. Murugesan, Asst. General Manager (C&P)

Dear Sir,

We …………………………………………………… hereby authorise following representative(s)


to attend the Unpriced / Priced Bid Opening against your RFQ
No……………………………………………. for ………………………………………………………………
(Item Name)

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

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

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

Yours Faithfully,

Signature_____________________

Name & Designation____________

For & on behalf of______________

Note:

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

Page 10 of 388
BIDDER’S QUERIES (PRE-BID)
Page 11 of 388

Item : _______________________________________
RFQ No. : _______________________________________

RFQ DOCUMENT
SL.
PART/ PAGE NO. CLAUSE NO. SUBJECT BIDDER'S QUERY REPLY
NO.
VOL.

NOTE:
1. Bidder’s Queries (Pre-bid) may be sent by fax to 044-28543080 or by e-mail to p.murugesan@eil.co.in / s.padmanathan@eil.co.in

This form is not to be submitted along with the bid.


SIGNATURE OF BIDDER : ____________________________

NAME OF BIDDER : ____________________________

COMPANY SEAL : ____________________________


Annexure – 1
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


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

https://eprocure.gov.in/eprocure/app .

REGISTRATION

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

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

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

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

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

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

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

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.

Page 12 of 388
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS

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

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 100 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.

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

SUBMISSION OF BIDS

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

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

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.

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

5) A Price Bid format has been provided with the tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

Page 13 of 388
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.

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

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

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

RETENDER

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

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800 233 7315.

Page 14 of 388
Government eProcurement System

Procedure for obtaining Digital Signature by Foreign Vendors

This document gives the procedure to be followed by bidders who are resident of countries other
than India for participating in Online Tendering Activity.

As per the IT ACT 2000, all bidders who participate in the online bidding process in this site
should possess a valid Digital Signature issued by any of the Digital Signature Certificate (DSC)
vendors approved by CCA, India (https://cca.gov.in). The following document gives the procedure
that is generally followed by various vendors.

Generally, the documents that are required to be submitted by Foreign Nationals are as follows:

1. Identity Proof (ID Proof) of the person in whose name DSC has to be issued (E.g.
Passport copy)
2. Bank account statement in country of residence, duly attested by Indian Embassy / High
Commission / Consulate / Apostille in the country where the applicant is currently
located. (At least 6 months of Bank transactions) with the proof indicating the account is
owned by the Individual.
3. Copy of the Trade license attested by any one of the authorities as specified in Point 2
above.
4. As the Individual is representing the company, an Authorization on company’s letter head
as given in the form
5. Copy of the Authorization letter or invitation letter from department for the
participation in the tender by any one of the tender inviting authority.

As of now, it is learnt that GNFC, TCS, eMudhra issue DSCs with the above procedure. The
copy of the nCodes, TCS and eMudhra Format is enclosed as Annexure; the Copies of other
vendors will be made available on receipt of information from these vendors.

Note: The Information given by the vendors is attached for facilitating the Foreign Nationals to
procure DSCs from the Indian CA authorized vendors for information purpose only as shared by
the respective CA's.

Please find below the details of various vendors and procedure for obtaining DSC:

 GNFC
 Tata Consultancy Services
 eMudhra

DSC for F oPage


r e i 15
g of
n 388
Nationals Version 1.0
Page 16 of 388
Page 17 of 388
Page 18 of 388
Page 19 of 388
Page 20 of 388
Page 21 of 388
Page 22 of 388
Page 23 of 388
Page 24 of 388
Page 25 of 388
A307_ATC (I) Page 1 of 8

BHARAT PETROLEUM CORPORATION LTD


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

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ e-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES
DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.
3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND
NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN
HEREIN SHALL PREVAIL.
4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN
“QUESTIONNAIRE” WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES
MAY LEAD TO REJECTION OF SUPPLIER’S BID.
5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS CONTAINING
COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL
NOTES AND SCOPE OF SUPPLY/SERVICES/SITE WORK, AS APPLICABLE INCLUDING
DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT
TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/ COMMERCIAL CORRIGENDUM,
IF ANY.

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

1. Price Basis:
i) Quoted supply prices are on FOT - Despatch Point Confirmed
basis inclusive of Packing & Forwarding.

ii) Specify Despatch Point for Supplies


………………..

iii) Freight Charges:


a) Confirm firm transportation charges inclusive of
Service Tax and Ed Cess, upto project site,
has been quoted separately by you in Price Indicated in Price Schedule
Schedule.
b) No Variation on any account (including
Statutory Variation) on Service Tax on
Transportation Charges shall be paid by the Confirmed
owner. Confirm compliance.
iv) Insurance:
a) For Supply Only
Applicable / Not Applicable
Transit/Marine Insurance of Equipment/Item
has been taken care by the Owner & charges
Confirmed
of the same have not been included in the
quoted prices.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 26 of 388
A307_ATC (I) Page 2 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
b) For Supply + Site Work
Applicable / Not Applicable
Comprehensive Insurance (Transit/Marine-
cum-storage-cum-erection till handing over of
equipment) has been taken care by the Seller Confirmed
& charges of the same have been included in
the quoted prices.
2. Excise Duty applicable extra on Finished Goods:

a) Specify Excise Tariff Sub-Heading No.


…………………
b) Present Rate of Excise Duty & Edu. Cess payable
extra on finished goods (including Spares)
………..%
c) Any variations in Excise Duty & Edu. Cess at the
time of supplies for any reasons including variation
Confirmed
due to Turnover shall be borne by the Seller. Only
Statutory Variations within the Contractual Delivery /
completion period shall be borne by Purchaser.
d) If Excise Duty & Edu. Cess is Nil or not applicable at
present due to any reason, the same shall be borne Confirmed
by Seller if it becomes applicable later.
e) Confirm Excise Duty & Edu. Cess will not be
Confirmed
applicable on transportation charges.
f) If Excise Duty & Edu. Cess is Nil or not applicable
on transportation charges presently, and if it
becomes applicable at the time of delivery due to Confirmed
any reasons other than statutory, the same will be
borne by the Supplier. Confirm acceptance.
g) Non Cenvatable Excise Duty, if any is included
in quoted prices & no variation on any account
Confirmed
(including statutory variation) shall be paid by
Owner.
h) Only Statutory Variations, if any, in the present rate
of Excise Duty, upto the Contractual Delivery Date /
Completion Period shall be to Owner’s account Confirmed
subject to documentary evidence to be furnished by
Seller.
3. Sales Tax applicable extra on finished goods:
a) Central Sales Tax against Concessional Form “C” Applicable / Not Applicable
payable extra on finished goods (including spares)
is applicable & the present rate (in %age) is …………%
indicated
b) Kerala VAT payable extra on finished goods Applicable / Not Applicable
(including spares) without concessional form is
applicable & the present rate (in %age) is indicated ………….%
c) If CST / Kerala VAT is Nil or not applicable at
present due to any reason, the same shall be borne Confirmed
by Supplier if it becomes applicable later.
d) Confirm CST/ Kerala VAT will not be applicable on
Confirmed
transportation charges.
e) If CST / Kerala VAT is Nil or not applicable on
transportation charges presently, and if it becomes
applicable at the time of delivery due to any reasons
other than statutory, the same will be borne by the Confirmed
Supplier. Confirm acceptance.
f) Only Statutory Variations, if any, in the present rate
of CST / Kerala VAT, upto the Contractual Delivery Confirmed
Date / Completion Period shall be to Owner’s

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 27 of 388
A307_ATC (I) Page 3 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
account subject to documentary evidence to be
furnished by Seller.
4. Octroi / Entry Tax:
Octroi / Entry Tax, if applicable on finished goods (including Confirmed
spares) shall be borne and paid directly by Owner. Confirm
that Octroi / Entry Tax has not been included in the quoted
prices.
5. Any new or additional taxes/ duties and any increase in the
existing Cenvatable taxes/duties imposed after contractual
completion period shall be to Supplier’s account whereas Confirmed
any corresponding decrease in the existing Cenvatable
taxes/ duties shall be passed on to the Owner.
Spares Parts:
6.
a) Confirm item wise unit price (FOT Despatch Point)
of following spare parts as required in Material Confirmed
Requisition (MR) have been quoted/included
indicating itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)

ii) Commissioning spares as specified in MR are Confirmed (if Applicable as per MR)
included in the quoted Price.
iii) Special Tools & Tackles as specified in the MR Confirmed (if Applicable as per MR)
are included in the quoted prices.
iv) Confirm spares wherever required have been Confirmed (if Applicable as per MR)
included in the quoted price and list of spares
is also furnished.

b) i) Recommended Spares for Two Years


Operation & Maintenance
Recommended Spares for Two Years
Operation & Maintenance, as specified in MR
Confirmed (if Applicable as per MR)
have been quoted separately with Price
validity of One (1) year from Contractual
Delivery Date for Main Items/Equipment & List
of such spares has been furnished in the
Unpriced Bid.
ii) Firm Freight charges upto Site for the
Recommended O & M Spares as per Sl. No. (i) Indicated in Price Schedule
above, is indicated (in %age)
7. Site Work:
For Site Work, if in the scope of the Bidder as per MR,
please confirm the following:
a) Confirm that quoted site work prices are exclusive of
Service Tax & Edu. Cess but inclusive of VAT on
Confirmed
Works Contract and all other applicable taxes &
duties.
b) Percentage of Service Tax & Edu. Cess as
applicable extra on Site Work.
Indicated in Price Schedule
c) Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating the
Confirmed
VAT on Works Contract payable for enabling Owner
to deduct the same from Supplier Invoices & make
payment to the tax authorities. TDS Certificate

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 28 of 388
A307_ATC (I) Page 4 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
towards VAT on Works Contract shall be provided
by Owner. Statutory variation on VAT on Works
Contract shall not be payable by Owner.
d) Statutory Variation on Service Tax & Edu. Cess on
Site work shall be paid by the Owner against
Confirmed
documentary evidence within Contractual
completion period.
e) Confirm that Entry Tax / Octroi applicable on
Construction Machinery/Equipment brought by the
Confirmed
supplier to site to execute / complete the site work
shall be borne by the Supplier and same is included
in the quoted prices. No variation (including
statutory) on such entry tax shall be paid by the
Owner.
8. Supervision / Training Charges:
a) Charges for Supervision / Training, if in the scope of Confirmed, Quoted in Price Schedule
the Bidder as per MR have been indicated by bidder
separately in the Price Schedule.
b) Percentage of Service Tax & Edu. Cess as
applicable extra on Supervision / Training. Service
Tax on supervision / Training charges quoted shall Quoted in Price Schedule
be considered for comparison/evaluation as detailed
in Special Instructions to Bidders (SIB)
c) Per-diem rate for supervision has been quoted in
accordance with the Terms & Conditions for Confirmed
Supervision enclosed with the RFQ Documents.
d) Where erection/ testing/ commissioning supervision,
commissioning assistance is required as per RFQ
Documents / Material requisition, penalty for non
mobilization/delay in mobilization as per order shall
be applicable. The penalty shall generally be 1.5 Noted & Confirmed
times the per diem rate for each day of delay of
reporting to site and shall be in addition to price
reduction for delayed delivery.
e) Bidders shall also provide additional BG of an
amount equal to the per diem charges for the
number of days considered for evaluation, over and
above 10% PBG to cover compensation for delay in
mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the Noted & Confirmed
erection/ commissioning personnel reporting at site.
This BG shall be furnished along with last 10%
supply payment and shall be initially valid up to six
months which shall be extended based on the
request by Owner.
9. Confirm documentation charges as per MR are included in Confirmed
quoted prices.

10. Price Reduction for delay in completion / delivery:


a) Confirm acceptance of price reduction schedule for
delay in deliveries / completion as specified in GPC
& Special Instructions to Bidders (SIB) enclosed in Confirmed
RFQ Document. Liquidated damages or penalty are
not acceptable.
b) In case of delay, vendor will reduce the invoice Confirmed
amount by applicable reduction.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 29 of 388
A307_ATC (I) Page 5 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

11. Delivery / Completion Period:


Please confirm delivery / completion period as specified in Confirmed
the RFQ Covering Letter

12. Payment Terms: Confirmed


Confirm acceptance of “Terms and Mode of Payment” as
per respective clause(s) given in SIB and RFQ covering
letter.
12.1 In case, quantity tolerance is specified in the Material Confirmed
Requisition(MR) then, payment shall be released for
the actual quantity supplied and accepted as per MR
specifications. Confirm compliance.
13. Part Order:
a) Confirm acceptance of Part Order clause as per Confirmed.
GPC (Indigenous).
b) The quantities against a particular item will not be
split. Any charges quoted extra as lumpsum shall be Confirmed
applicable prorata on value basis in the event of part
order.
14. Repeat Order:
Confirm Acceptance of Repeat Order clause as per RFQ Confirmed
Covering Letter / SIB / GPC.

15. Performance Bank Guarantee:


a) In the event of award of order, submission of
Performance Bank Guarantee for 10% of total order Confirmed
value valid till full guarantee period plus 3 (Three)
months.
b) The Performance Bank Guarantee shall be strictly
as per enclosed proforma and shall be from any
Indian Scheduled Bank or branch of an International Confirmed
Bank situated in India and registered with Reserve
Bank of India as scheduled foreign Bank.
16. Guarantee / Warranty: Confirmed
Confirm acceptance to Guarantee / Warranty clause as
mentioned in the GPC/SIB.

17. Firmness of prices:


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

18. Testing and Inspection charges:


a) Goods supplied are subject to stage wise and final
inspection as specified in MR by EIL and no extra
charges shall be payable by Owner towards the Confirmed
same. Travel, Living and Personnel expenses of
EIL’s Representative shall be borne by Owner.
b) Quoted prices are:
i) Inclusive of all testing and inspection charges Confirmed
(if applicable) as per MR.
ii) Inclusive of all IBR/IGC/NACE charges (if
applicable) as required in the Material Confirmed
Requisition.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 30 of 388
A307_ATC (I) Page 6 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

iii) Inclusive of all statutory certification charges


PESO/CCOE, etc. (if applicable) as required Confirmed
in the Material Requisition

c) Is your shop approved by IBR/CCE authority, if yes,


indicate validity.
i) IBR Validity Upto :__________________

ii) CCE Validity Upto: __________________

iii) It is the responsibility of supplier to get the


entire imported materials and the built in
imported contents inspected by TPIA (i.e.
M/s.Certification Engineers International Ltd.
(CEIL)/M/s.Lloyds Register of Industrial Confirmed
Services (LRIS)/ M/s.Det Norske
Veritas(DNV)/ M/s.Bureau Veritas (BV) /
M/s.TUV) in the country of origin and the
quoted prices are inclusive of charges
towards the same.
19. Import Content:
If your offer is based on certain imported raw materials (Applicable / Not Applicable)
required for equipments/ materials offered, please specify (Please tick whichever is applicable)
the following :
a) Confirm that quoted prices are based on Merit rate
of Customs duty, CVD, Educational Cess and SAD Confirmed
as applicable.
b) Indicate rate of Import Duties considered and Refer Annexure to Price Schedule
included in the quoted prices.
c) Indicate brief description / specification with
itemised CIF value and country of origin of imported Refer Annexure to Price Schedule
material.
d) Indicate classification with tariff no. under which Refer Annexure to Price Schedule
Vendor intends to import.
e) Confirm prices shall be firm on account of variation Confirmed
in foreign exchange rate.
f) Owner shall not provide any import licence. Noted

g) Quoted prices are after considering the benefit of


CENVAT on CVD including Edu. Cess. In case Confirmed
material is shipped directly to Port/Project Site,
quoted prices are excluding CENVAT benefit.
h) In case material is directly dispatched from port,
CVD amount shall be reimbursed subject to Confirmed
submission of bill of entry documents along with
CVD invoice.
i) Any upward variation due to change in Customs
Duty classifications shall be absorbed by the
vendor. However, any reduction in customs duty Confirmed
due to change in classification shall be passed on to
Owner.
j) Statutory variations, if any, in the rate of Import
rd Confirmed
Duties upto 2/3 contractual delivery period shall be
to Owner’s account.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 31 of 388
A307_ATC (I) Page 7 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

k) Any increase in price due to increase in the rate of


Import Duties, due to any reasons, whatsoever,
beyond the 2/3 rd contractual delivery period, shall Confirmed
be to vendor's account. However, any decrease in
Import Duties rate at the time of actual clearance of
imported materials shall be passed on to Owner.
l) The CIF Value(s) indicated by the vendor shall be
deemed to be the maximum value(s) for the Confirmed
purpose of payment of variation in custom duty
and/or other statutory variations, if any, thereon.
m) Variation in price due to Customs duty rate will be
dealt separately after receipt of material at site, Confirmed
against documentary evidence.
20. Validity of Bid:

Confirm Bid validity as stipulated in RFQ covering letter Confirmed


from the final due date of bid submission.
21. Compliance to RFQ documents:
a) Confirm your offer is in total compliance with RFQ
Document containing technical specifications
including General / Technical notes, scope of
Confirmed
supply/services/site work (as applicable) including
documentation as per Material Requisition (MR) and
subsequent amendment and corrigendum, if any.
b) Confirm your offer is in total compliance with RFQ
documentation containing commercial terms and
Confirmed
conditions as per the following documents, without
any deviation:
i) Request for Quotation (RFQ) Confirmed
ii) Special Instructions to Bidders (SIB) Confirmed
iii) General Purchase Conditions (GPC) Confirmed
iv) Terms & Conditions of Site work / GCC / HSE Confirmed(if applicable)
v) Integrity Pact Confirmed
vi) Terms & Conditions for Supervision services Confirmed
vii) Commercial / Technical Amendments, if any Confirmed

22. Whether any of the Directors of Bidder is a relative of any


Director of Owner/EIL or the Bidder is a firm in which any
Director of Owner/EIL or his relative is a Partner or the Confirmed No relation
Bidder is a private company in which any director of
Owner/EIL is a member or Director.
23. Please confirm you have not been banned or delisted by
any Government or Quasi Government agencies or PSUs.
If you have been banned, then this fact must be clearly
Not Banned
stated. This does not necessarily mean cause for
disqualification. However if this declaration is not furnished
the bid shall be rejected as non-responsive.
24. Please confirm your offer contains the following:
Confirmed
24.1 UNPRICED OFFER- without any Deviations
24.2 PRICED OFFER
Confirmed
Duly filled Price Schedule with relevant annexures
25. Please confirm that you have quoted strictly for items Confirmed
based on your registration/approval with EIL as on date of
issue of RFQ.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 32 of 388
A307_ATC (I) Page 8 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

26. Any claim arising out of order shall be sent to Owner in Confirmed
writing with a copy to EIL within 3 months from the date of
last despatch. In case the claim is received after 3 months,
the same shall not be entertained by Consultant/ Owner.
27. Printed terms and conditions, if any, appearing in quotation, Confirmed
shall not be applicable in the event of order. In case of
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given/confirmed herein above shall prevail.
28. Confirm that Net worth of the Bidder’s company is Confirmed & Submitted
positive as per the immediate preceding year’s
audited financial results & Immediate preceding year’s
audited annual financial results has been submitted along
with unpriced bid.
29. Confirm acceptance to Technical Confirmed
Specifications/Notes, etc., as per Material Requisition
(MR) without any deviation, failing which offer shall be
liable for rejection as the Material Requisition being a
category-I.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 33 of 388
A307_ATC (F) Page 1 of 7

M/s BHARAT PETROLEUM CORPORATION LIMITED


IREP-Kochi Refinery
(Job No. A307)
AGREED TERMS & CONDITIONS (ATC)
(FOR FOREIGN BIDDERS)

Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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


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

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


“QUESTIONNAIRE” WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES
MAY LEAD TO REJECTION OF SUPPLIER’S BID.

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


COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL NOTES
AND SCOPE OF SUPPLY/SERVICES/SITE WORK, AS APPLICABLE INCLUDING
DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT
TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/ COMMERCIAL CORRIGENDUM, IF
ANY.
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1 a) Confirm that the offer contains firm prices on Confirmed
F.O.B. International Seaport of Exit Basis
b) Indicate International Seaport of Exit
…………………
c) Indicate the HSN Code of the Items
…………………
d) Details of any Free Trade Agreement (FTA) /
Comprehensive Economic Partnership Agreement
(CEPA) / Treaty between Bidders country Govt. &
Indian Government for availing custom duty
exemption / concession. If bidder will not
specifically mention the same, it is to be
considered that there is no specific Agreement / …………………
Treaty between Govt. of Bidders & Purchasers
Country.
e) Confirm that ocean freight charges upto port of
entry- Kochi, (India) has been quoted separately Confirmed , Quoted in Price
by you in the price schedule. Schedule

f) In case you have not indicated the ocean freight


charges separately in the price schedule please
quote the same in terms of Percentage of the …………….%

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 34 of 388
A307_ATC (F) Page 2 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
quoted FOB Price.
g) In case ocean freight charges are repeated
anywhere in the bid/Price Schedule/ATC, then Confirmed
higher shall be considered for evaluation & lower
for ordering. (In case of CFR)
2. Insurance:
a)
For Supply Only
Price quoted must exclude Marine insurance
charges from FOB International Port of Exit, as
Applicable / Not Applicable
same shall be arranged by the Owner. However all
marine insurance charges for inland transit upto
Confirmed
FOB International Port of Exit must be included by
you in your prices.
b)
For Supply + Site Work
Comprehensive Insurance (Transit/Marine-cum- Applicable / Not Applicable
storage-cum-erection till handing over of
equipment) has been taken care by the Seller &
charges of the same have been included in the Confirmed
quoted prices.
3. Owner reserves the option to place order either on FOB
or CFR basis. Confirmed
4. Delivery / Completion Period:
a) Delivery / Completion period shall be as
Confirmed
mentioned in the RFQ covering letter.
b) Confirm delivery period shall be reckoned from the
Confirmed
date of Fax of Acceptance.
c) Confirm date of clean Bill of Lading shall be
considered as date of delivery. (In case order is Confirmed
placed on FOB port of Exit basis or on CFR basis).
5. Taxes & Duties:
a) All taxes, duties and levies of any kind payable
upto FOB International Port of Exit shall be borne Confirmed
by Bidder.
b) Export permit/licence if required shall be vendor’s
responsibility & any expenditure towards same will Confirmed
be borne by Bidder.
6. Supervision / Training Charges:
a) Charges for Supervision / Training, if in the scope
Confirmed, Quoted in Price
of the Bidder as per MR have been indicated by
Schedule
bidder separately in the Price Schedule.
b) Per-diem rate for supervision has been quoted in
accordance with the Terms & Conditions for Confirmed
Supervision enclosed with the RFQ Documents.
c)
It is mandatory for the foreign supplier / contractor
/ consultant to indicate Permanent Account
Number (PAN) as per the Indian Income Tax
requirements, failing which the Supplier / ____________
Contractor / Consultant shall be responsible for
any additional tax deduction at source as per the
provisions of the Indian Income Tax Act / Rules
and the same shall be deducted from the payment
made to Supplier / Contractor / Consultant .
d) Where erection/testing/commissioning
supervision, commissioning assistance is required
as per RFQ Documents / Material Requisition,
Noted & Confirmed
penalty for non mobilization/delay in mobilization
as per order shall be applicable. The penalty shall
generally be 1.5 times the per diem rate for each

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 35 of 388
A307_ATC (F) Page 3 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
day of delay of reporting to site and shall be in
addition to price reduction for delayed delivery.
e) Bidders shall also provide additional BG of an
amount equal to the per diem charges for the
number of days considered for evaluation, over
and above 10% PBG to cover compensation for
delay in mobilizing the erection/ commissioning
personnel. This BG will be released to the Noted & Confirmed
bidder upon the erection/ commissioning
personnel reporting at site. This BG shall be
furnished along with dispatch documents which
shall be initially valid up to six months which shall
be extended based on the request by BPCL.
7. Site Work:
For Site Work, if in the scope of the Bidder as per MR,
please confirm the following:
a) Confirm that quoted site work prices are exclusive
of Service Tax & Edu. Cess but inclusive of VAT Confirmed
on Works Contract and all other applicable taxes &
duties.
b) Percentage of Service Tax & Edu. Cess as
applicable extra on Site Work.
……………..%
c) Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating
the VAT on Works Contract payable for enabling
Owner to deduct the same from Supplier Invoices Confirmed
& make payment to the tax authorities. TDS
Certificate towards VAT on Works Contract shall
be provided by Owner. Statutory variation on VAT
on Works Contract shall not be payable by Owner.
d) Statutory Variation on Service Tax & Edu. Cess on
Site work shall be paid by the Owner against
Confirmed
documentary evidence within Contractual
completion period.
e) Confirm that Entry Tax / Octroi applicable on
Construction Machinery/Equipment brought by the
Confirmed
supplier to site to execute / complete the site work
shall be borne by the Supplier and same is
included in the quoted prices. No variation
(including statutory) on such entry tax shall be
paid by the Owner.
8. Validity:
Confirm Bid validity as stipulated in RFQ covering letter Confirmed
from the final due date of bid submission.
9. Manufacturer’s Name and Address, Phone No., Fax
No., email ID, etc.,

10. Inspection Charges:


a) Goods supplied are subject to stage wise and final
inspection as specified in MR by TPI agency i.e.
Certification Engineers International Ltd. Confirmed.
(CEIL)/Lloyds Register of Industrial
Services (LRIS) / Det Norske
Veritas(DNV)/ Bureau Veritas

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 36 of 388
A307_ATC (F) Page 4 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
(BV)/M/s.TUV in the country of origin and
charges of the same shall be included in quoted
price and it is supplier’s responsibility to arrange
for the same.
b) Quoted prices are:

i) Inclusive of all testing and inspection charges


(if applicable) as per MR. Confirmed
ii) Inclusive of all IBR/IGC/NACE charges (if
applicable) as required in the Material Confirmed
Requisition.
iii) Inclusive of all statutory certification charges
PESO/CCOE, etc. (if applicable) as required Confirmed
in the Material Requisition.
11. Country of Origin:
Country of origin from where the goods have been
offered. …………………………
12. Currency of Quote:
Furnish the currency of quote. Change in currency once
quoted will not be allowed. Bidder shall quote either
in USD / Euro / INR only. Bids submitted in any …………………………
other currency shall be liable for rejection.
13. Spares Parts:
a) Confirm item wise unit price (FOB Port of Exit
basis) of following spare parts as required in
Confirmed
Material Requisition (MR) have been
quoted/included indicating itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR
Confirmed (if Applicable as per MR)
are included in the quoted Price.
iii) Special Tools & Tackles as specified in the
Confirmed (if Applicable as per MR)
MR are included in the quoted prices.
iv) Confirm spares wherever required have been
included in the quoted price and list of spares Confirmed (if Applicable as per MR)
is also furnished.
b) Recommended Spares for Two Years Operation &
Maintenance, as specified in MR have been
quoted separately with Price validity of One (1)
year from Contractual Delivery Date for Main
Confirmed (if Applicable as per MR)
Items/Equipment & List of such spares has been
furnished in the Un-priced Bid. Also item wise
Ocean freight charges up to port of entry, Kochi
(India) for the spares has been quoted.
14. Confirm documentation charges as per MR are
inclusive in your quoted prices. Confirmed

15. Confirm customer references list for the item/model Confirmed


quoted by you, is given in offer.

16. Indicate shipping weight (net and gross) and volume of


the consignment.
---------------------------
17. Performance Bank Guarantee:

a) Confirm goods to be supplied by you shall be


guaranteed for performance as per the General Confirmed
Purchase Conditions (Imports) & Special

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 37 of 388
A307_ATC (F) Page 5 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Instructions to Bidders (SIB) and the Bank
Guarantee towards Performance of 15% of Order
Value shall be valid till full guarantee period plus 3
(Three) Months.

b) i) The Performance Bank Guarantee shall be


strictly as per proforma enclosed with the
GPC document and shall be from any Indian
Scheduled Bank or any reputed International Confirmed
Bank and shall be submitted within 15 days
from date of FOA.

ii) However, if Performance Bank Guarantee


are furnished other than the Nationalised
Indian Bank, the banks where BGs are
furnished, must be Commercial Bank having
net worth in excess of Rs. 100 crore or USD Confirmed
22 Millions and any declaration to this effect
will be furnished by such Commercial Bank
either in the bank guarantee itself or
separately on a letter head.
18. Guarantee / Warranty
Confirm acceptance to Guarantee / Warranty clause as Confirmed
mentioned in the General Purchase Conditions &
Special Instructions to Bidders.

19. Firmness of prices:


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

20. Part Order:


a) Confirm acceptance of Part Order clause as per
Confirmed
GPC (Imports).
b) The Quantities against a particular item will not be
split. However, in case of part order confirm all
lumpsum charges quoted extra if any viz.
Confirmed
Documentation, testing, packing, crating, handling,
FOB, IBR etc., can be considered prorate on value
basis.
21. Repeat Order:
Confirm Acceptance to Repeat Order as per RFQ Confirmed
Covering Letter/SIB/GPC/Material Requisition.
22. Price Reduction on delay in delivery/completion:
a) Confirm acceptance of price reduction schedule
for delay in deliveries/completion of work/services
specified in General Purchase Conditions (GPC) Confirmed
enclosed with the RFQ Document. Liquidated
damages or penalty are not acceptable.
b) In case of delay, vendor will reduce the invoice
Confirmed
amount by applicable reduction.
23. Payment Terms:
Confirm acceptance of payment terms as per “Payment
Terms and Mode of Payment” specified in Special Confirmed
Instructions to Bidders and RFQ covering letter.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 38 of 388
A307_ATC (F) Page 6 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
24. a) Letter of Credit shall be opened after receipt of
unconditional order acknowledgement along with
15% performance bank guarantee valid till expiry
of Material/Equipment Guarantee period as per Confirmed
General Purchase Conditions and Special
Instructions to Bidders plus 3 (Three) months
claim period.
b) Letter of Credit shall be opened through a Govt. of
India Nationalised/ Scheduled Bank and hence
need not be confirmed. Confirmed L/C not required
OR

c) However, if you still insist for confirmed L/C,


confirmation charges shall be borne by you. Noted & Confirmed
Please confirm.
25. All Bank charges and stamp duties payable outside
India in connection with payments to be made under
Purchase Order for the item, if placed, shall be borne by Confirmed
you. All bank charges and stamp duties payable in
India shall be borne by the Purchaser.
26. Please indicate name and address of your Bankers for
L/C opening, telephone/E-mail address.

27. a) Confirm your offer is in total compliance with RFQ


Document containing technical specifications
including General / Technical notes, scope of
supply/services/site work (as applicable) including Confirmed
documentation as per Material Requisition (MR)
and subsequent amendment and corrigendum, if
any, without any deviation.
b) Confirm your offer is in total compliance with RFQ
documents containing commercial terms and
Confirmed
conditions as per the following documents, without
any deviation:
i) Request for Quotation (RFQ) Confirmed
ii) Special Instructions to Bidders(SIB) Confirmed
iii) General Purchase Conditions (GPC) Confirmed
iv) Terms & Conditions for Supervision Confirmed (if Applicable as per MR)
v) Terms & Conditions for Site work, GCC & Confirmed (if Site Work is Applicable
HSE as per MR)
vi) Integrity Pact Confirmed
vii) Commercial / Technical Amendments, if any Confirmed
28. Direct offer without the intermediary of an Indian
Agent will only be considered. Noted & Confirmed.
29. Please confirm you have not been banned or delisted
by any Government or Quasi Government agencies or
PSUs. If you have been banned, then this fact must be
clearly stated. This does not necessarily be cause for
disqualification. However if this declaration is not Not Banned
furnished the bid shall be rejected as non-responsive.

30. Please confirm your offer contains the following:

30.1 Unpriced offer- without any deviations Confirmed

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 39 of 388
A307_ATC (F) Page 7 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
30.2 Priced Offer
Confirmed
Price Schedule with relevant annexures
31. Any claim arising out of order shall be sent to Owner in
writing with a copy to EIL within 3 months from the date
of last despatch. In case the claim is received after 3 Confirmed
months, the same shall not be entertained by consultant
/ Owner.

32. Printed terms and conditions, if any, appearing in


quotation, shall not be applicable in the event of order.
In case of contradiction between the confirmations
Confirmed
given above and terms & conditions mentioned
elsewhere in the offer, the confirmation given/confirmed
herein above shall prevail.
33. Confirm that Net worth of the Bidder’s company is
positive as per the immediate preceding year’s audited
financial results & Immediate preceding year’s audited Confirmed & Submitted
annual financial results has been submitted along with
unpriced bid.
34. Bidder to confirm compliance to Annexure-A attached
with Special Instructions to Bidder (SIB) for Indian Confirmed.
Source items (if applicable)
35.
Confirm acceptance to Technical Specifications/Notes, Confirmed
etc., as per Material Requisition (MR) without any
deviation, failing which offer shall be liable for rejection
as the Material Requisition being a category-I.

VENDOR’S NAME:

SIGNATURE & SEAL:

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 40 of 388
BPCL-KR
Job: A307

INTEGRATED REFINERY EXPANSION PROJECT


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

SPECIAL INSTRUCTION TO BIDDER


(SIB)

A307_SIB Rev.6 dt. 14.04.2014 Page 1 of 20

Page 41 of 388
BPCL-KR
Job: A307

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

SECTION-F: ADDITIONAL CLAUSES TO GPC


50.0 Settlement of dispute between CPSEs or CPSEs & Government Departments

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


Foreign Bidder)

A307_SIB Rev.6 dt. 14.04.2014 Page 2 of 20

Page 42 of 388
BPCL-KR
Job: A307

SPECIAL INSTRUCTIONS TO BIDDERS


BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY
INTEGRATED REFINERY EXPANSION PROJECT

SECTION-A: TERMS OF PAYMENT


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

1.0 PAYMENT TERMS FOR INDIAN BIDDERS:

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

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

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

1.3.2 Erection/ Site work


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

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


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

A307_SIB Rev.6 dt. 14.04.2014 Page 3 of 20

Page 43 of 388
BPCL-KR
Job: A307

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

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


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

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

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

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

A307_SIB Rev.6 dt. 14.04.2014 Page 4 of 20

Page 44 of 388
BPCL-KR
Job: A307

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

2.0 PAYMENT TERMS FOR FOREIGN BIDDERS:


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

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

For Site Work Portion (Erection/Commissioning/PGTR)


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

A307_SIB Rev.6 dt. 14.04.2014 Page 5 of 20

Page 45 of 388
BPCL-KR
Job: A307

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

2.3 For Training


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

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

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

3.0 OCEAN FREIGHT:


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

A307_SIB Rev.6 dt. 14.04.2014 Page 6 of 20

Page 46 of 388
BPCL-KR
Job: A307

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

SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS

4.0 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON:


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

5.0 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON:


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

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

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


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

Page 47 of 388
BPCL-KR
Job: A307

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

Sl. No. Head Basis


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

Sl. No. Head Basis


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

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

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

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

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

A307_SIB Rev.6 dt. 14.04.2014 Page 8 of 20

Page 48 of 388
BPCL-KR
Job: A307

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

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

8.0 SPECIAL NOTES ON TAXES/DUTIES AND CENVAT BENEFITS:


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

A307_SIB Rev.6 dt. 14.04.2014 Page 9 of 20

Page 49 of 388
BPCL-KR
Job: A307

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

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

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

9.0 PRICE REDUCTION SCHEDULE TOWARDS DELAY IN DELIVERY:


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

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

b) In case item involving only supply:-


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

ii. For Foreign Vendor:


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

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

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

a) In case item involving only supply:-


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

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

10.0 Guarantee / Warranty Period :-


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

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

c) In case item involving only supply:-


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

Page 50 of 388
BPCL-KR
Job: A307

ii) For Foreign Vendor:


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

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

c. In case item involving only supply:-


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

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

11.0 BASIS OF LOADING:


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

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

13.0 PERFORMANCE BANK GUARANTEE (PBG):


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

A307_SIB Rev.6 dt. 14.04.2014 Page 11 of 20

Page 51 of 388
BPCL-KR
Job: A307

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

a) Firm Price No loading


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

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

16.0 FREIGHT CHARGES:


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

18.0 DELIVERY/COMPLETION PERIOD:


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

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

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

A307_SIB Rev.6 dt. 14.04.2014 Page 12 of 20

Page 52 of 388
BPCL-KR
Job: A307

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

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


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

22.0 ENTRY TAX:


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

23.0 REJECTION CRITERIA:


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

A307_SIB Rev.6 dt. 14.04.2014 Page 13 of 20

Page 53 of 388
BPCL-KR
Job: A307

24.0 SUO-MOTO CHANGES IN PRICES:

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

26.0 INTEGRITY PACT:


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

SECTION-D: SPECIAL CONDITIONS.

27.0 DELIVERY SCHEDULE/ COMPLETION PERIOD:


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

A307_SIB Rev.6 dt. 14.04.2014 Page 14 of 20

Page 54 of 388
BPCL-KR
Job: A307

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

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


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

31.0 GOVERNING LAW:


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

32.0 PURCHASER’S RIGHTS AND REMEDIES:


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

33.0 DEDUCTION AT SOURCE:


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

34.0 STATUTORY APPROVAL RELATED WITH SUPPLIES / WORKS:

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

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

Page 55 of 388
BPCL-KR
Job: A307

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

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

36.0 LIMITATION OF LIABILITY:


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

SECTION-E: GENERAL INSTRUCTIONS

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

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

38.0 FRAUDULENT PRACTICES:


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

Page 56 of 388
BPCL-KR
Job: A307

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

39.0 ONE BID PER BIDDER:


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

40.0 LANGUAGE OF BID:


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

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

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

If a bidder modifies his bid on his own.

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

A307_SIB Rev.6 dt. 14.04.2014 Page 17 of 20

Page 57 of 388
BPCL-KR
Job: A307

42.0 MODIFICATION AND WITHDRAWAL OF BIDS:


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

43.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:


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

A307_SIB Rev.6 dt. 14.04.2014 Page 18 of 20

Page 58 of 388
BPCL-KR
Job: A307

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

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


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

49.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS:


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

50.0 Order of Precedence of Commercial Documents:


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

SECTION-F: ADDITIONAL CLAUSES TO GPC

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


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

A307_SIB Rev.6 dt. 14.04.2014 Page 19 of 20

Page 59 of 388
BPCL-KR
Job: A307

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

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

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

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


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

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

6. PERFORMANCE BANK GUARANTEE


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

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

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

A307_SIB Rev.6 dt. 14.04.2014 Page 20 of 20

Page 60 of 388
Page 61 of 388
Page 62 of 388
Page 63 of 388
Page 64 of 388
Page 65 of 388
Page 66 of 388
Page 67 of 388
Page 68 of 388
Sham
PatroleUI"

BHARAT PETROLEUM CORPORATION LIMITED


KOCHI REFINERY
GENERAL PURCHASE CONDITIONS
FOR IMPORTED MATERIALS AND EQUIPMENTS

INDEX

1. NON-WAIVER
ADDRESSES
ARBITRATION
TECHNICAL
VENDOR'S
DELAYED
DELAYS
OILS
SPARE
PACKING
SHIPPING
RESPECT
CANCELLATION
PART
RECOVERY
MODIFICATIONS
INSPECTION-CHECKING-
PRICE
CONFIRMATION
COMPLETE
PATENTS
EXPEDITING
NO ASSIGNMENT
&ORDER/REPEAT
TRANSITLUBRICANTS
PARTS
DUE
AND
DELIVERY
DEFINITIONS
TERMS
SHIPMENT
SERVICES
WEIGHTS
SALES
IMPORT
PERFORMANCE
REFERENCE FOR
DRAWINGS
AGREEMENT
OF
INFORMATION
TO
MARKING
ROYALTIES
CONDITIONS
OF
LICENCE
REJECTION,RISK
AND
OF
AND DELIVERY
SUMS
PAYMENT
FOR OF
FORCE
ORDER
VENDOR'SDUE
ORDER
AND
INSURANCE
MEASURES
SHIPMENTMAJEURE
TESTING
GUARANTEE
REMOVAL DATES
DOCUMENTATION
OFPERSONNEL
NOTICES
REJECTED 19.
34.
33.
30.
31.
32. DATA REQUIREMENT
GOODS AND REPLACEMENT 25.
28.
20.
24.
27.
26.
21.
23.
29.
22.

-1-

Page 69 of 388 •
1. DEFINITIONS: 7.1 All tests mechanical and others and particularly
The following expressions used in the purchase order those required by relevant codes will be performed
shall have meaning indicated against each of these; at the Vendor's expenses and in accordance with
inspector's instructions. The vendor will also bear
The OWNER means BHARAT PETROLEUM
the expenses.
CORPORATION LIMITED a company incorporated in
India having its registered office at Mumbai. India and 7.2 Concerning preparation and rendering of tests
shall include its successors and assigns. required by Boiler Inspector~te or such other
"GoodslMaterials" : Goods and/or materials shall mean statutory testing agencies or by L10yds register of
shipping as may be required.
any of the articles, materials, machinery, equipment,
supplies drawings, data and other property and all 7.3 Before shipping or despatch, the equipment and/
services Including but not limited to assigning, delivery, or materials will have to be checked and stamped
Installation, Inspection. testing and commissioning by Inspectors who are authorised also to forbid
specified or required to complete the order. the use and despatch of any equipment and/or
materials which during tests and inspection fail to
·Vendor" : Vendor shall mean the person, firm or
comply with the specification. codes and testing
corporation to whom this purchase order is issued, and
requirements.
include its successors and assigns.
7.4 The Vendor will have to-
"Inspectors" : Inspectors deputed by Owner.
2. REFERENCE FOR DOCUMENTATION: Inform Owner at least fifteen days in advance of
the exact place date and time of rendering the
Purchase order Number must appear on all equipment or materials for required Inspection.
correspondence, drawings, invoices, shipping notes,
Provide free access to inspectors during normal
packing and on any documents or papers connected
working hours to Vendors or his /lts sub-Vendor's
with the order.
work and place at their disposal all useful means
3. IMPORT LICENCE: of performing, checking, marklhg testing,
Relevant particulars of the import licence if any shall be inspection and final stamping.
duly indicated in the invoice and shipping documents Even if the inspection and tests are fully carried
as well as on the packages or consignments. out Vendor is not absolved to any degree of his
4. CONFIRMATION OF ORDER: responsibilities to ensure that all equipments and
The vendor shall acknowledge the receipt of the materials supplied comply strictly with
Purchase order within ten days following the mailing of requirements as per agreement both during
this order and shall thereby confirm his acceptance of requirements as per agreements both during
this Purchase Order in its entirety without exceptions. construction, at the time of delivery, inspection on
This acknowledgment will be on both purchase order arrival at site and after Its erection or start-up and
and General Purchase Conditions. Vendor shall also guarantee period as stipulated In clause 26 hereof.
submit along with order acceptance a Bank Guarantee 7.5The Vendor's responsibility will not be lessened to
as per clause 26 hereunder. any degree due to any comments made by Owner/
6. SALES CONDITIONS: Owner's representatives and inspectors on the
Vendor's drawings or specifications or by
With Vendor acceptance of provisions of this Purchase
inspectors witnessing any chemical or physical
Order he waives and considers as cancelled any of his
tests. In any case the equipment must be in strict
general sales conditions. accordance with the Purchase Order and or its
6. COMPLETE AGREEMENT: attachments failing which the Owner shall have the
The terms and conditions of this Purchase Order right to reject the goods and hold the Vendor liable
constitute the entire agreement between the parties for non-performance of contract.
thereto. Changes will be binding only if the amendments 8. EXPEDITING:
are made in writing and signed by an authorised
Owner/Owner's representatives have been assigned to
representative of the Owner and the Vendor.
expedite both manufacture and shipment of equipment
7. INSPECTION-CHECKING-TERMS: and materials covered by the Purchase Order. The
The equipment, materials and workmanship covered by Owner/Owner's representatives shall have free access
the Purchase Order is subject to inspection and testing to Vendor's shop and/or sub supplier's shop at any time
at any time prior to shipment and/or despatch and to and they shall provide all necessary assistance and
final Inspection within a reasonable time after arrival at Information to help them perform their job.
site. Inspectors shall have the right to carry out the 9. WEIGHTS AND MEASUREMENTS:
Inspections and testing which will Include the raw
The shipping documents, invoices, packing lists and all
materials at manufacturer's shop, at fabricator's shop other relevant documents shall contain the same units
and at the time of actual despatch before and after
of weight and measurements as given in the Owner's
completion of packing. Purchase Order.
-2-

Page 70 of 388 •
10. OILS & LUBRICANTS: CARE GLASS FRAGilE, DON'T ROLL. THIS END UP.
The first filling of oils and lubricants for every equipment THIS END DOWN.· to be indicated by arrow.
shall be included In the price. The vendor shall also A distinct colour splash in say red-black around each
recommend for quality and quantity of oils and lubricants package crate/bundle shall be given for identification.
required for one year's continuous operation. Ail pipes and sheets shall be marked with strips bearing
11. SPARE PARTS: progressive No.
The vendor must furnish itemised and priced list of spare In case of bundles, the shipping marks shall be
parts required for two years operation of the equipment. embossed on metal or similar tag and wired securely
The vendor shall provide the necessary cross sectional on each end.
drawing to Identify the spare parts numbers and their For bulk uniform material when packed in several cases,
location as well as inter-changeability chart. progressive serial numbers shall be indicated on each
12. PACKING AND MARKING: cases. All nozzles, holes and opening and also all
delicate surfaces shall be carefully protected against
All equipment/materials shall be suitably packed in
damage and bad weather. Flange faces of all nozzles
weather proof, seaworthy packing for ocean transport
shall be protected by blanks. All manufactured surfaces
under tropical conditions and for rail or road or other
shall be painted with rust proof paint.
appropriate transport in India. The packing shall be
strong and efficient enough to ensure safe preservance All threaded fittings shall be packed in cases.
upto the final point of destination. The vendor shall be held liable for all damages or
Equipment / Materials shall be protected by suitable breakages to the goods due to defective or Insufficient
coat of paint and all bright parts protected from rust by packing as well as for corrosion due to insufficient
application of rust preventive as may be necessary. All greasing/ protection.
machined surface shall be suitably protected. On three sides of the packages, the following marks
All fragile and all exposed parts will be packed with care shall appear clearly visible in indeliable paint and on
and the packages shall bear the words -HANDLE WITH Vendor's care and expense.

BHARAT PETROLEUM CORPORATION LIMITED


KOCHI REFINERY
AMBALAMUGAl
KOCHI-682302
From

To:
Chief Manager (Projects)
Bharat Petroleum Corporation Ltd.
Koehl Refinery, Ambalamugal
Kochi - 682 302

Purchase Order No.

Item:

Equipment:

NetWeight: Kgs.

Gross Weight: Kgs.


Case No. of Total Cases:

Dimensions:

-3-

Page 71 of 388 •
l!!RI§.;. MarKIngshall be bold-minimum letter height 5cm. charges, if any, surcharge, discount, etc. cleal
for every order and every shipment, packages must be and separately and the net total freight payab
marked with serial progressive numbering. All packages shown at the bottom.
will bear warning signs on the outside denoting the All documents vlz. bill of lading/airway bi,
center of gravity and sling marks. Packages that require Invoices/packing list, freight memos, country 4

special handing and transport should have their centres origin certificates, test certificate, drawings an
of gravity and points at which they may be gripped catalogues should be in English language.
clearly indicated and marked -Attention Special Load
In addition to the bill of lading which should b
Handle with Care" In English Language. Any other
obtained In 3 stamped original plus as many copiei
direction for handling shall be clearly indicated on the
as required, Invoices packing lists, freight memos
package.
(If the freight particulars are not shown In the billl
Top heavy containers will be so marked either Top of lading), country of origin certificate, test
Heavy or Heavy Ends. When packing material is clean composition certificate, shall be made out agains',
and light coloured, a dark black stencil paint shall be each shipment in as many number of copies as
acceptable. However, where packaging material is shown below. The bill of lading, invoice and
soiled or dark, a coat of flat zinc white paint shall be packing list specifically must show uniformly, the
applied and allowed to dry before applying the specific marks and numbers, contents case wise country
markings. of origin, consignees name, port of destination and
In case of large equipments like vessels, heat all other particulars as indicated under clause 12.
exchangers, etc. documents contained in the envelope The invoice must show the unit rates and net total
shall be fastened Inside a shell connection with an EO.B. prices. Items packed separately should also
identifying arrow sign -documents" applied with Indelible be Invoiced and the value shown accordingly.
paint. Packing list must show apart from other particulars
13. SHIPMENT AND SHIPMENT NOTICES: actual contents in each case, net and gross
weights and dimensions, and the total number of
The Vendor shall make shipment only after prior
packages. All documents should be duly signed
approval of Inspector whenever specifically mentioned.
by the Vendor's authorised representatives.
As soon as any shipment is made, the Foreign Supplier
shall send advance information by way of Fax message Shipping arrangements shall be made by
to Chief Manager (Projects), Bharat Petroleum Chartering Wing Ministry of Surface Transport,
Corporation Ltd., Koehl Refinery, Ambalamugal, Kochi- New Delhi through their respective forwarding
682 302 giving particulars of the shipment, vessel's agents, M/s. Schenker & Co., P.O. Box 110313
name, port of shipment, bill of lading number and date, 02043 Hamburg West Germany, Ph. 49 (040)
total FOB and freight value with confirmation copies by 361350, Fax (040) 36135216 Gr.2/a, Telex
post to the owner, Bharat Petroleum Corporation 217004-33 Sh.d, for shipping consignments from
Limited, Koehl Refinery, Ambalamugal, Kochi -682 302 UK / continent port; M/s. OPT Overseas Project
In case of air shipment a copy each of airway bill & Transport Inc. 46 sellers Street, kearny, N.J.
Invoice shall be sent by fax to BPCL as soon as 07032, Tel (201) 998-7771, Telex 673-3586, Fax
shipment is made. (201 )998-7833. In respect of consignments form
US/CANADA, MEXICO & SOUTH AMERICA and
14 SHIPPING:
the Embassy of India in Japan, Tokyo in respect
14.1 SEA SHIPMENT: of consignments from Japaneses ports. Supplier
All shipment of materials shall be made by first shall furnish to the respective agents the full details
class direct vessels, through the chartering wing, of consignments such as outside dimensions,
Ministry of Surface Transport Govt, of India, New weights (both gross and net) No. of packages,
Delhi as per procedure detailed hereunder. The technical descriptions and drawings, name ofthe
Foreign supplier shall arrange with Vessels Supplier, ports of loading, etc. 6 weeks notice shall
Owners or Forwarding Agents for proper storage be given by the supplier to enable the concerned
of the entire Cargo intended for the project in a agency to arrange shipping space.
specific manner so as to facilitate and to avoid The bill of lading Shall Indicate the following:
any over carriage at the port of discharge. All
Shipper: Government of India
shipment shall be under deck unless carriage on
deck is unavoidable. Consignee:
Bharat Petroleum Corporation Ltd.-
The bills of lading should be made out in favour of
Koehi Refinery,
Bharat Petroleum Corporation Ltd.,
Ambalamugal,
All columns in the body of the bill of lading namely Kochl - 682 302.
marks and nos. material description, weight
In case of supplies from USA, Export licences, if
particulars, etc. should be uniform in all the
any required from the American Authorities shall
shipping documents. The freight particulars should
be obtained by the U.S. suppliers. If need be
mention the basis of freight tonnage, heavy lift
-4-


Page 72 of 388
assistance for obtaining such export licences their delivery. By time delivery, is meant the date on the
would be available from India supply Mission at Bill of lading/Air way Bill at FOB port of despatch.
Washington. 17. DELAYED DELIVERY:
14.2 AIRSHIPMENT:
The time and date of delivery of materials/equipment
In case of Airshipment, the material shall be as stipulated in the Purchase Order shall be deemed
shipped through freight consolidator (approved by to be the essence of the agreement. For any delay in
us). The airway bill shall be made out in favour of delivery of equipment materials or part thereof beyond
BHARAT PETROLEUM CORPORATION LTD, the delivery date stipulated, the vendor shall be liable
Kochi Refinery, Ambalamugal, Kochi - 682 302 to pay compensation at O. 5% per week or part thereof
Tel: 91-484-2722061-69, Fax: 91-484- 2721094/ the FOB Port of embarkation value of the non-delivered
2720855/56. items of equipment subject to maximum of 5% of the
14.3 TRANSMISSION OF SHIPPING DOCUMENTS: total FOB value. The Owner reserves the right of
cancelling the Purchase Order for any delay exceeding
Foreign supplier shall obtain the shipping
the period of maximum compensation and the vendor
documents in eleven complete sets including three
shall be liable to all consequences thereof. If the delay
original stamped copies of the Bill of lading/Airway
in delivery is due to Force Majeure, the owner shall be
Bill as quickly as possible is made, and airmail as
free to act in terms under clause 18 of this text.
shown below so that they are received at least
three weeks before the Vessels' arrival in case of 18. DELAYS DUE TO FORCE MAJEURE:
sea shipment and immediately on air freighting in In the event of causes of Force Majeure occuring within,
case of air-shipment. Foreign supplier shall be fully the contractual date of delivery the Owner on receipt of
responsible for any delay and/or demurrage in application from the Vendor may extend the contractual
clearance of the consignment at the port due to date of delivery without imposition of penalty. Only those
delay in transmittal of the shipping documents. causes which depend on natural calamities, civil wars
If in terms of latter of otherwise, the complete and national strikes which have a duration of more than
original set of documents are required to be sent seven consecutive calendar days are considered the
to BPCL through Bank the distribution indicated causes of force majeure. The decision of Owner shall
below will confine to copies of documents only be final and binding on Vendor.
minus originals. The Vendor must advise the Owner by a Registered
Documents letter duly certified by a local chamber of statutory
BPCL, Kochi Refinery
authorities, the beginning and the end of the delay
Bill of lading/ 4 (including 1 immediately, but in no case later than within 10 days of
Airway Bill original) the beginning and end of such cause of Force Majeure
Invoice 4 condition as defined above.
Packing List 4 19. REJECTION, REMOVAL OF REJECTED GOODS
Freight Memo 4 AND REPLACEMENT:
Country of Origin-
Certificate 4 In case the testing and inspection at any stage of
4 inspection reveal that the equipment, materials and
Drawing
1 workmanship do not comply with the specification and
Catalogue
Invoice ofthird 4 requirements, the same shall be removed by the Vendor
at his/its own expense and risk within the time allowed
Party/Lloyd for
by the Owner. The Owner shall be at liberty to dispose
Inspection charges,
of such rejected goods in such a manner as he may
wherever applicable.
think appropriate. In the event the Vendor fails to remove
15. TRANSIT RISK INSURANCE:
the rejected goods within the period as aforesaid, all
Insurance against all marine and transit risk on FOB to expenses incurred by the Owner for such disposal shall
warehouse basis shall be covered under the owner's be to the account of the Vendor. The freight paid by the
marine policy. However, the Vendor shall ensure the in Owner, if any, on the inward joumey of the rejected
effecting shipments clear bills of lading/airway bills are materials shall be reimbursed by the vendor to the
obtained and the carriers responsibility is fully retained Owner before the rejected materials are removed by
the carriers so that the consignee's interests are fully the Vendor. The Vendor will have to proceed with the
secured and are in no way jeopardized. replacement of that equipment without claiming any
16. RESPECT FOR DELIVERY DATES: extra payment if so required by the Owner. The time
taken for replacement in such event will not be added
Time of delivery mentioned in the Purchase Order shall
to the contractual delivery period.
be the essence of the agreement and no variation shall
be permitted except with prior authorisation in writing 20. PRICE:
from the Owner. Goods should be delivered securely Unless otherwise agreed to in the terms of the Purchase
packed and in good order and condition at the place Order, the price shall be :
and within the time specified in the Purchase Order for
-5-

Page 73 of 388 •
Firm and not subject to escalation for any reason equipment and/or materials or which can, in any way.
whatsoever even though It might be necessary for the 26. PERFORMANCE GUARANTEE:
order execution to take longer than the delivery period
The Vendor shall guarantee that any and all materials
specified in the order. used in execution of the Purchase Order shall in strict
21. TERMS OF PAYMENT: compliance with characteristics, requirements and
Payment will be made by the Owner against submission specifications and that the same shall be free from any
of despatch documents by Cash Against Documents/ defects. Checking of the Vendor's drawings by the
Letter of Credit. Owner/Owner's representatives and their approval and
22. RECOVERY OF SUMS DUE: permission to ship or despatch the equipment and
materials granted by Inspectors shall not relieve the
Whenever any claim against the Vendor for payment
Vendor from any part of hlsllts responsibilities for proper
of a sum of money arises out of or under the contract,
fulfillment of the requirements. The Vendor will
the Owner shall be entitled to recover such sums from
guarantee that all materials and equlpments shall be
any sum them due or when at any time thereafter may
repaired or replaced as the case may be at site, at its
become due from the Vendor under this or any other
contract with the Owner and should this sum be not own expense, in case the same have been found to be
defective in respect of material, workmanship or smooth
sufficient to cover the recoverable amount, the vendor
and rated operation within a period of twelve months
shall pay to the Owner on demand the balance after the same have been Commissioned or 18 months
remaining due.
from despatch whichever is earlier.
23. MODIFICATIONS:
The guarantee period for the part that may be altered,
The Owner shall have the right to make technical repaired or replaced shall be 12 months from the date
changes or modifications in the technical documents/ on which the same is commissioned.
specifications. Any major changes or modifications shall
Acceptance by the Owner or Its inspectors of any
be at the cost, if any, of the Owner. As soon as possible
equipment and materials or its replacement will not
after receipt of the written request for changes the
relieve the Vendor of its responsibility of supplying the
vendor shall furnish in writing to the owner an estimate
equipment/materials strictly according to the guarantee
of cost for such major changes and modifications and
agreed by the Vendor. The Vendor shall furnish a Bank
its effect on the FOB delivery date. On receipt of
Guarantee along with the order acceptance for the
Owner's written authorisation, the Vendor shall promptly
amount equivalent to 10% of the F.O.B. value of
proceed with the changes/modifications.
equipment/ materials to support Vendor's performance
24. CANCELLATION: (as per proforma hereunder). This Bank Guarantee shall
The owner reserves the right to cancel this Purchase remain in force for the entire period covered by the
Order or any part thereof and shall be entitled to rescind performance guarantee. It will be the responsibility of
the contract wholly or in part In a written notice to the the Vendor to keep the Bank Guarantee fully
Vendor if: subscribed. Any shortfall in the value of the Bank
The Vendor fails to comply with the terms of this Guarantee as a result of encashment by the owner
Purchase Order. either in full or in part in terms of the performance
Guarantee shall be made good by the Vendor within
The Vendor fails to deliver the goods on time and/or one week thereof.
replace the rejected goods promptly:
27. NON-WAIVER:
The Vendor makes a general assignment for the benefit
of creditors; and Failure of the Owner/Owner's representatives to insist
upon any of the terms or conditions incorporated in the
A receiver is appointed for any of the property owned
Purchase Order or failure or delay to exercise any rights
by the Vendor.
or remedies specified herein or by law or failure to
Upon receipt of the said cancellation notice, the Vendor properly notify Vendor in the event of breach, or the
shall discontinue all work on the Purchase Order and acceptance of payment of any goods hereunder or
matters connected with it. approval of design shall not release the Vendor and
The owner in that event will be entitled to procure the shall not be deemed waiver of any right of the Owner
requirement in the open market and recover excess or Owner's representatives to Insist upon the strict
payment over the Vendor reserving to Itself the right to performance thereof or any of his or their rights or
forfeit the security deposit, if any, placed by the Vendor remedies as to any such goods regardless of when
against the contract. goods are shipped, received or accepted nor shall any
25. PATENTS AND ROYALTIES: purported modification or revision ofthe order by Owner/
Owner's representative act as waiver of the terms
On acceptance of this order, the Vendor will be deemed hereof.
to have entirely indemnified the Owner's representatives
from any legal action or claims regarding compensation 28. NO ASSIGNMENT:
for breach of patent rights which the Vendor deems The purchase Order shall not be assigned to any other
necessary to comply for manufacturing the orclefed agency by the Vendor without obtaining prIor-written
-6-

Page 74 of 388 •
consent of the Owner. maintenance of the equipment if required by the Owner.
29. VENDOR'S DRAWINGS AND DATA REQUIREMENT: The terms and conditions for the services of the
Vendor's personnel shall be indicated in the quotation
The Vendor shall submit drawings data and itself.
documentation in accordance with but not limited to
32. ARBITRATION:
what is specified in the bid document and lor In Vendor's
drawings and data form attached to the Purchase Order Any dispute or difference between the Vendor on one
and as called for in clause 8, vlz, 'Expediting' above. hand and the Owner on the other. of any kind
The types, quantities and time limits of submitting this whatsoever at any time or times, arising out of or in
must be respected in its entirety failing which the connection with or incidental to the Purchase Order
purchase Order shall not be deemed to have been including any dispute or difference regarding the
executed for all purposes including settlement of interpretation of the terms and conditions or any clause
payment since the said submission is an integral part thereof shall be referred to arbitration under the Rules
of purchase Order execution. of International Chamber of Commerce in Paris. The
30. TECHNICAL INFORMATION: venue of such arbitration shall be in India. The Indian
law shall apply.
Drawings, specifications & details shall be the property
of the Owner and shall be returned by the Vendor on 33. PART ORDER I REPEAT ORDER:
demand. The Vendor shall not make use of drawings Vendor shall agree to accept part order at owner's
and specifications for any purpose at any time save option without any limitations whatsoever and also
and except for the purposes of the Owner. The Vendor accept repeat order during a period of six months after
shall not disclose the technical Information furnished placement of purchase order at the same unit prices
or gained by the Vendor to any person, firm or body or terms and conditions.
corporate authority and shall make all endeavours to 34. ADDRESS:
ensure that the technical Information is kept
Bharat Petroleum Corporation Ltd.
CONFIDENTIAL. The technical information imparted
and supplied to the Vendor by the Owner shall at all Kochi Refinery
times remain the absolute property ofthe Owner. Ambalamugal
31. SERVICES OF VENDOR'S PERSONNEL: Kochi - 682 302
Upon two weeks advance notice, the Vendor shall INDIA
depute the necessary personnel to India for supervision Tel: 91-484-2722061-69
of erection and start up of the equipment and train a Fax: 91-484-2721094/2720855/56
few of the Owner's personnel for the operation and

-7-

Page 75 of 388 •
PROFORMA OF BANK GUARANTEE
( Performance )
(Ref. clause 26)
To
Bharat Petroleum Corporation Limited
Koehl Refinery, Ambalamugal, Kerala- 682302
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited (hereinafter called 8the Company8 which expression shall
include its suceessorsand assigns) having awarded to MIs. (Name) (address)
..................................................•....................................................................................................................... (hereinafter
referred to as ~he Supplier- which expression wherever the subject or context so permits Include Its successors and assigns) a
supply contract In terms Interalia, of the Company's Purchase Order No dated and the
General Purchase Conditions of the company and upon the condition of supplier's fumishing security for the Performance of the
supplier's obligation and/or discharge of the supplier's liability under and/or In connection with the said supply contract up to a
sum of (in figure) (in words) .
................ ) contract value.
we, (Name) (constitution) ; (hereinafter called
8the Bank8 which expression shall include its successors and assigns) hereby jointly and severally undertake the guarantee to
pay to the Company In (Currency) forthwith on demand in writing and without protest or demur of any and all moneys anywise
payable by the Supplier to the Company under in respect of or in connection with the said supply contract inclusive of all the
Company's losses and damages and costs, (Inclusive between attorney and client), charges and expenses and other moneys
anywise payable In respect to the above as specified in any notice of demand made by the Company to the Bank with reference
to this Guarantee up to aggregate limit of Rs (Rupees .
.. ... . ... .. . .. .... .. . ... .. ... ... ... ... .... ..only)
AND the Bank hereby agrees with company that:
This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid and irrevocable for all claims of the
Company and liabilities of the Supplier arising up to and until midnight of .
This date shall be 6 months from the last date of guarantee period
This Guarantee / Undertaking shall be in addition to any other guarantee or security whatsoever that the company may now or at
any time anywise have in relation to the Supplier's obligationslliabilities under and/or connection with the said supply contract,
and the Company shall have full authority to take recourse to or reinforce this security in preference to the other securlty(ies) at
its sole discretion, and failure on the part of the Company in enforcing or requiring enforcement of any other security shall have
the effect of releasing the Bank from its liability hereunder.
The company shall be at liberty without reference to the bank and without affecting the full liability of the Bank hereunder to take
any other security in respect of the Supplier's obligations and/or liabilities under or In connection with the said supply contract
and to vary the terms vis a vis the supplier of the said supply contract or to grant time and/or Indulgence to the supplier or to
reduce or to Increase or otherwise vary the prices of the total contract value or and/or the remedies of the company under any
other security (Ies) now or hereafter held by the company and no such dealing(s), varlation(s), reduction(s), Increase(s) or the
indulgence(s) or arrangement(s) with the supplier or release or forbearance whatsoever shall have the effect of releasing the
Bank from its full liability to the Company hereunder or of prejudicing rights of the Company, against the Bank.
The Guarantee / Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of
constitution or insolvency of the supplier but shall in all respects and for all purposes be binding and operative until payment of all
moneys payable to the Company in terms hereof.
The Bank hereby waives all rights at any time inconsistent with the terms of its Guarantee / Undertaking and the obligations of the
Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the
supplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or any denial of liability by the supplier or any
other of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by the
Bank to the Company in terms hereof.
The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by
the supplier or as suffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses
shall as between the Bank and the company be conclusive of the amount so liable to be paid to the Company or suffered or
incurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof.
Yours faithfully,

-8-

Page 76 of 388 •
TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING AND COMMISSIONING
FOR INDIGENOUS BIDDERS

1) Bidder shall quote per diem charges which shall include to & fro fare ,lodging, boarding,
medical,local transport, all insurances including Bidder’s personnel and third party insurance ,
all taxes including income tax etc. & all other incidental charges but exclude Service Tax
which will be extra .
2) Per Diem rates shall apply from the day the supervisory personnel reach site and upto the day
they leave site. No per Diem payment will be made for travel days / period.
3) Working hours as those prevailing at site – normally eight hours a day, Monday through
Saturday and holidays as applicable to site personnel shall apply.
4) Supplier’s supervisory personnel to observe/abide by site working conditions prevailing in the
existing refinery, safety codes & Indian laws.
5) A notice period of one month will be given for supervision of erection / testing / commissioning.

6) A tentative schedule for requirement of supervisory assistance will be given one month in
advance so that Seller’s personnel reach site within 7 days from intimation for supervisory
assistance.

Page 77 of 388
TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING AND COMMISSIONING
FOR FOREIGN BIDDERS

1) Bidder shall quote per diem charges which shall include lodging, boarding, medical , local
transport, all insurances including Bidder’s personnel and third party insurance , all taxes
including income tax etc. & all other incidental charges but exclude Service Tax which will
be paid extra by Owner .

2) Per Diem charges shall exclude to and fro airfare. Owner shall arrange economy class fare
through Air India from the nearest International Airport in vendor’s country to International
airport at Kochi. No further transport charges shall be payable by owner.

3) Per Diem rates shall apply from the day the supervisory personnel reach site and upto the day
they leave site. No per Diem payment will be made for travel days / period.

4) Working hours as those prevailing at site – normally eight hours a day, Monday through
Saturday and holidays as applicable to site personnel shall apply.

5) Supplier’s supervisory personnel to observe/abide by site working conditions prevailing in the


existing refinery, safety codes & Indian laws.

6) A notice period of one month will be given for supervision of erection / testing /
commissioning.
7) A tentative schedule for requirement of supervisory assistance will be given one month in
advance so that Seller’s personnel reach site within 7 days from intimation for supervisory
assistance.

Page 78 of 388
Job No. : A307
BPCL-KR - IREP

SPECIAL PACKAGING REQUIREMENTS

All raw/solid wood packaging material used for packaging shall be appropriately treated and marked as
per ISPM-15 (International Standards of Phyto-sanitary measures 15) OR shall be accompanied by a
Phytosanitary Certificate with the treatment endorsed.

The treatment of raw/solid wood packaging material prior to export shall include either Methyl Bromide
(MB) @ 48 g/m3 for 16 hrs at 21º C and above or any equivalent thereof or heat treatment (HT) at 56º
C for 30 min (core temperature of wood) or Kiln Drying (KD) or Chemical Pressure Impregnation (CPI)
or any other treatments provided that these meet the HT specifications of the ISPM-15.

However, the above conditions shall not be applicable to wood packaging material wholly made of
processed wood products such as ply wood, particle board, oriental strand board of veneer that have
been created using glue, heat and pressure or combination thereof. The above conditions shall also
not be applicable to wood packaging material such as veneer peeler cores, wood wool & shavings and
thin wood pieces (less than 6mm thickness) unless they are found to be harboring any pests.

SPR-Foreign Page 1 of 1

Page 79 of 388
Tax Residency Certificate (TRC) Format for Foreign Bidder

Sl. No. Description Details


1
Name of the assessee
2
Status (Individual, Company, Firm, etc) of the
assessee
3
Nationality (In case of individual)
4
Country / Specified territory of incorporation /
registration
5
Assessee’s tax identification number in the country /
specified territory of residence or in case no such
number, then, a unique number on the basis of
which the person is identified by the Govt. of the
country or the specified territory
6
Residential status for the purpose of tax
7
Period for which the certificate is applicable
8
Address of the applicant for the period for which the
certificate is applicable

Note :-

It is mandatory for the foreign supplier / contractor / consultant to furnish the following information in
case his receipts are subject to tax deduction at source in India:-

1. Tax Residency Certificate (TRC) containing prescribed particulars as above details from the
Government of foreign country in order to claim the benefits of DTAA as per the Indian
Income Tax requirements failing which the relief under DTAA will not be available and
consequently the higher rate of withholding tax @ 25% will be applicable and deducted from
the payment made to supplier / contractor / consultant (i.e. non-resident taxpayer). The TRC
shall be duly verified by the Government of the country of which the assessee claims to be a
resident for the purposes of tax.

2. In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit
additional information in Form no.10F (enclosed as Annexure-B). Form-10F has to be
signed and verified by the assessee himself.

If some information is already contained in TRC, the bidder shall not be required to provide
that information in Form No.10F but even then Form No.10F is required to be provided by
the bidder. However, the bidder may write Not applicable in the relevant column in case that
information is already contained in TRC.

The above shall be furnished before release of any payment or within one month of the release of
order, whichever is earlier.

Page 80 of 388
Page 81 of 388
Project: IREP,Kochi RFQ No. : PM/A307-IY-LS-MR-4500/5087

Client: BPCL-KR ITEM : FLARE STACK COMPONENTS


Page 82 of 388

NAME OF BIDDER: M/s.______________________________________________________________

PRICE SCHEDULE

1) Preamble to Price Schedule


2) Form - 1 : Price Schedule
3) Form - 2 : “CIF/CD”, Details of Built-In CIF Value of Import Content & Custom Duty (Applicable only for Indian Bidders)
4) Form - 3 : Two Years Operation & Maintenance Spares As Per Vendor Recommendations
5) Form - 4A : Terms & conditions for supervision of erection, testing and commissioning for Indigenous Bidders
6) Form - 4B : Terms & conditions for supervision of erection, testing and commissioning for Foreign Bidders

Page 1 of 7
PRICE SCHEDULE FOR FLARE STACK COMPONENTS
RFQ NO. PM/A307-IY-LS-MR-4500/5087
PREAMBLE TO PRICE SCHEDULE
INDIAN BIDDERS
Page 83 of 388

1 Indian Bidders shall quote in Indian Rupees only.


2 Indian Bidders must quote Freight charges in the space provided in the price schedule.
3 Indian Bidder shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty. rate of Custom Duty etc. in attached FORM- 2.
FOREIGN BIDDERS
1 Foreign Bidder shall quote in USD / Euro / INR only. Bids of such Bidder(s) who quote in any other Currency shall not be considered for further evaluation & summarily rejected.

2 Foreign Bidder shall quote ocean freight charges in the space provided in the price schedule.
3 Goods supplied are subject to stage wise and final inspection as specified in MR by TPI agency i.e. Certification Engineers International Ltd. (CEIL)/Lloyds Register of Industrial Services (LRIS) / Det Norske
Veritas(DNV)/ Bureau Veritas (BV)/TUV in the country of origin and charges of the same shall be included in the quoted prices.
4 Foreign Bidder's quoted prices shall be exclusive of Import duties like Customs Duty, CVD, SAD & Cess and shall be inclusive of all other applicable taxes, duties, levies, etc.
5 Initially the PO, if any, shall be placed on FOB basis. However, BPCL reserves the right to place the order on CFR basis at the above quoted Ocean Freight within Contractual Delivery Date.
6 Necessary Tax Registration, if any for site activities shall be done by bidder and cost for the same shall be included in the quoted price.

GENERAL - APPLICABLE FOR BOTH INDIAN AND FOREIGN BIDDERS


1 Bidder’s quoted prices shall be deemed to include bidder’s entire scope of work and all obligations and responsibilities, as specified in the Material Requisition and RFQ document.
2 Bidder shall furnish prices/details as above, in accordance with Special Instructions To Bidders/ Request for Quotation.
3 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
4 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
5 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.
6 Bidder must quote considering the contents of the Preamble to Price Schedule, Price Schedule, RFQ, Material Requisition etc without any deviation.
7 Bidder must submit signed and stamped un-priced copy of Price Schedule indicating "Quoted or Not Quoted" against each item is in their unpriced offer.
8 Evaluation shall be done on groupwise basis as per Material Requisition.

Page 2 of 7
FORM 1 - PRICE SCHEDULE
RFQ No. : PM/A307-IY-LS-MR-4500/5087
ITEM : FLARE STACK COMPONENTS
NAME OF BIDDER: M/s.___________________________________________
Page 84 of 388

ITEM SL. NO. TAG NO./ ITEM CODE [ID. DESCRIPTION QTY UOM Rate Amount
S NO ]
Specify Currency _______________
01.00 Design, engineering, manufacture, procurement of materials and bought
out components, assembly at shop, painting, inspection (Including Third
Party Inspection charges of import content, if any, for Indian bidders),
testing at manufacturer's works, packing & forwarding of the following
including supply of all commissioning spares, instrumentation and electrical
mandatory spares , special tools and tackles & documentation as per the
enclosed EIL standard specifications, job specifications, data sheets etc.
and other codes and standards attached or referred. (Refer General Note-
2) as per Material Requisition/RFQ documents:-

01.01 D1 IUY-LS-108 SOUR FLARE TIP


1 Lot
01.02 D1 IUY-LS-108D RETRACTABLE DAVIT ASSEMBLY (with complete accessories as per job
spec/data sheet)
1 Lot
03.00(I) For Indian Bidders only :-
Charges for Transportation from Vendors work / shop to the designated
place as per the enclosed commercial terms and conditions as per Material
Requisition / RFQ document:-

D1 {03}IUY-LS-108 For Sr. No. 01.01


03.01
1 Lot
D1 {03}IUY-LS-108D For Sr. No. 01.02
03.02
1 Lot
03.00(F) For Foreign Bidders only :-

Ocean freight charges upto port of entry - Kochi (India)


D1 {03}IUY-LS-108 For Sr. No. 01.01
03.01
1 Lot
03.02 D1 {03}IUY-LS-108D For Sr. No. 01.02
1 Lot
05.00 Quotation for Two Years Operation and Maintenance Spares (As
recommended by vendor). Bidder to submit itemised price list along with -- Lot Furnished, tagwise in Form-3.
bid as per Material Requisition / RFQ document:-
07.00 For Foreign Bidders only :-
Charges for Third Party Inspection for the tests specified in the Material
Requisition/RFQ documents.
07.01
D1 {07}IUY-LS-108 For Sr. No. 01.01 Included in the prices quoted against Sr.
1 Lot No.01.01
07.02 D1 {07}IUY-LS-108D For Sr. No. 01.02 Included in the prices quoted against Sr.
1 Lot No.01.02
08.00 Supervision of erection, testing and commissioning of items specified at Furnished, tag wise, charges for
item 1.00 above, as per job specifications. (Refer General Note-3 of this supervision of erection, testing and
MR top sheet) of Material Requisition / RFQ Documents 1 diem rate
commissioning in Form-4A(Indigenous
Bidders)/Form-4B (Foreign Bidders)
09.00 Drawings and documents as per attached Vendor Data requirement for all
Included in the prices quoted against Sr.
supplies and services covered above in Sr.Nos.1.00 to Sr.No.8.00 as per -- Lot
No.01.00 to Sr. No.08.00 above
Material Requisition/RFQ document
GENERAL NOTES
1 The groups of items are identified by D1, where D1 indicates one group. Grouped items shall not be split ordered. Bidder to quote for all the items/tags covered under the group.

2 Cost of commissioning spares, special tools & tackles and instrumentation mandatory spares are included in base price and vendor shall quote accordingly
3 Flare Stack components & its accessories shall be erected & commissioned by the purchaser. Vendor shall provide his services (on need basis) for supervision during erection and
commissioning of the complete system. Sub-vendor's services shall also be made available, if required. The supervisory cost of 20 man-days shall be considered for the purpose of
commercial evaluation. However payment for the supervision shall be based on actual number of days availed, as certified by Engineer-In-Charge at site.

Page 3 of 7
Form - 2 : “CIF/CD”, Details of Built-In CIF Value of Import Content & Custom Duty (applicable only for Indian Bidders)
RFQ No. : PM/A307-IY-LS-MR-4500/5087
ITEM : FLARE STACK COMPONENTS
NAME OF BIDDER: M/s.___________________________________________
Page 85 of 388

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

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

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

ii)_____
01.01 /IUY-LS-
iii)_____
108
Total For Item
S.No.
i)_____

01.02 /IUY-LS- ii)_____


108D iii)_____
Total For Item
S.No.
TOTAL CIF VALUE
NOTE:
1 Unit to be specified by the Bidder.
2 Bidder to furnish the above details separately for each item Sl. No. of MR.
3 Bidder to quote their prices after considering the benefit of CENVAT on CVD including Edu. Cess.
4 The above details are for the purpose of Statutory Variation in Import Content only.

Page 4 of 7
FORM-3 : TWO YEARS OPERATION & MAINTENANCE SPARES AS PER VENDOR RECOMMENDATIONS
RFQ No. : PM/A307-IY-LS-MR-4500/5087
ITEM : FLARE STACK COMPONENTS
NAME OF BIDDER: M/s.___________________________________________
Page 86 of 388

Rate per Unit


Sl. No. Part Description Recommended Qty Unit
Specify Currency

Notes:-
1 Vendor’s quoted prices in Form-1 of Price Schedule shall be exclusive of vendor recommended two years spares. Vendor shall quote two years spares separately in the above proforma.
Indian Bidders
1 Firm freight charges exclusive of Ed. Cess and Service Tax extra applicable for two years spares ____________% (applicable only in case of two years spares ordered separately.

2 Ed. Cess and Service Tax extra applicable on freight charges for two years spares ____________% (applicable only in case of two years spares ordered separately.
3 Excise Duty (ED) applicable extra on two year spares _______________%.

4 Central Sales Tax (CST) against Form-C applicable extra on two year spares _______________%.

5 Kerala VAT, if applicable extra on two year spares _______________%

6 Delivery period for two years spares, if ordered separately : ____________ weeks from the date of Purchase Order on FOT-Despatch Point basis. Date of LR/GR shall be considered as the date of delivery.

Foreign Bidders
1 Ocean freight charges upto port of entry-Kochi(India) shall be applicable extra @ _____________ % on the rates quoted for two years spares in case they are ordered separately.
Delivery period for two years spares, if ordered separately : ____________ weeks from the date of Purchase Order on FOB-Port of Shipment basis. Date of clean bill of lading shall be considered as the date of
2 delivery.

Page 5 of 7
FORM-4A :TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING AND COMMISSIONINGFOR INDIGENOUS BIDDERS
RFQ No. : PM/A307-IY-LS-MR-4500/5087
ITEM : FLARE STACK COMPONENTS
NAME OF BIDDER: M/s.___________________________________________
Page 87 of 388

1) Bidder shall quote per diem charges which shall include to & fro fare ,lodging, boarding, medical , local transport, all insurances including Bidder’s personnel and third party insurance , all
taxes including income tax etc. & all other incidental charges but exclude Service Tax which will be extra .
2) Per Diem rates shall apply from the day the supervisory personnel reach site and upto the day they leave site. No per Diem payment will be made for travel days / period.
3) Working hours as those prevailing at site – normally eight hours a day, Monday through Saturday and holidays as applicable to site personnel shall apply.
4) Supplier’s supervisory personnel to observe/abide by site working conditions prevailing in the existing refinery, safety codes & Indian laws.
5) A notice period of one month will be given for supervision of erection / testing / commissioning.
6) A tentative schedule for requirement of supervisory assistance will be given one month in advance so that Seller’s personnel reach site within 7 days from intimation for supervisory
assistance.
CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING
1) TAG NO./ ITEM CODE [ID. NO.]:- IUY-LS-108
Sl. No. Description Vendor’s Reply / information
1.0 Number of supervisory personnel required. ______ Persons
2.0 Per diem charges (per person) for 8 hours work on normal working days. INR _____________
3.0 Overtime rate/ hour beyond normal 8 hours work on normal working days. INR _____________
4.0 Overtime rate/ hour for work on weekly off days/ holidays (as applicable to Refinery site). INR _____________
5.0 Maximum estimated time (number of days) for job completion. _______ Days
6.0 Service tax excluded in the above rates & payable extra. @___________%
(Vendor shall provide cenvatable invoices in accordance with service tax rules)
NOTES: In case bidder recommends more than one category level of supervisory personnel the information desired at S.No. 1.0 to 6.0 shall be furnished separately for each category of supervisory personnel.
2) TAG NO./ ITEM CODE [ID. NO.]:- IUY-LS-108D
Sl. No. Description Vendor’s Reply / information
1.0 Number of supervisory personnel required. ______ Persons
2.0 Per diem charges (per person) for 8 hours work on normal working days. INR _____________
3.0 Overtime rate/ hour beyond normal 8 hours work on normal working days. INR _____________
4.0 Overtime rate/ hour for work on weekly off days/ holidays (as applicable to Refinery site). INR _____________
5.0 Maximum estimated time (number of days) for job completion. _______ Days
6.0 Service tax excluded in the above rates & payable extra. @___________%
(Vendor shall provide cenvatable invoices in accordance with service tax rules)
NOTES: In case bidder recommends more than one category level of supervisory personnel the information desired at S.No. 1.0 to 6.0 shall be furnished separately for each category of supervisory personnel.

Page 6 of 7
FORM-4B :TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING AND COMMISSIONINGFOR FOREIGN BIDDERS
RFQ No. : PM/A307-IY-LS-MR-4500/5087
ITEM : FLARE STACK COMPONENTS
NAME OF BIDDER: M/s.___________________________________________
1) Bidder shall quote per diem charges which shall include lodging, boarding, medical , local transport, all insurances including Bidder’s personnel and third party insurance , all taxes including income tax etc. & all
Page 88 of 388

other incidental charges but exclude Service Tax which will be paid extra by Owner .
2) Per Diem charges shall exclude to and fro airfare. Owner shall arrange economy class fare through Air India from the nearest International Airport in vendor’s country to International airport at Kochi. No further
transport charges shall be payable by owner.
3)
Per Diem rates shall apply from the day the supervisory personnel reach site and upto the day they leave site. No per Diem payment will be made for travel days / period.
4) Working hours as those prevailing at site – normally eight hours a day, Monday through Saturday and holidays as applicable to site personnel shall apply.
5) Supplier’s supervisory personnel to observe/abide by site working conditions prevailing in the existing refinery, safety codes & Indian laws.
6) A notice period of one month will be given for supervision of erection / testing / commissioning.
7)
A tentative schedule for requirement of supervisory assistance will be given one month in advance so that Seller’s personnel reach site within 7 days from intimation for supervisory assistance.
CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING
1) TAG NO./ ITEM CODE [ID. NO.] : IUY-LS-108
Sl. No. Description Vendor’s Reply / information
1.0 Number of supervisory personnel required. _______ Person(s)
2.0 Per diem charges (per person) for 8 hours work on normal working days. Currency(to be specified by Bidder) __________
3.0 Overtime rate/ hour beyond normal 8 hours work on normal working days. Currency(to be specified by Bidder) __________
4.0 Overtime rate/ hour for work on weekly off days/ holidays (as applicable to Refinery site). Currency(to be specified by Bidder) __________
5.0 Maximum estimated time (number of days) for job completion. ____________ Days
(* ) The per diem charges shall be exclusive of service tax & education cess applicable thereupon , which shall be paid extra by Owner . The present Rate of Service tax is @ 12.36% .
NOTES: In case bidder recommends more than one category level of supervisory personnel the information desired at Sl. No. 1.0 to 5.0 shall be furnished separately for each category of supervisory personnel.
2) TAG NO./ ITEM CODE [ID. NO.] : IUY-LS-108D
Sl. No. Description Vendor’s Reply / information
1.0 Number of supervisory personnel required. _______ Person(s)
2.0 Per diem charges (per person) for 8 hours work on normal working days. Currency(to be specified by Bidder) __________
3.0 Overtime rate/ hour beyond normal 8 hours work on normal working days. Currency(to be specified by Bidder) __________
4.0 Overtime rate/ hour for work on weekly off days/ holidays (as applicable to Refinery site). Currency(to be specified by Bidder) __________
5.0 Maximum estimated time (number of days) for job completion. ____________ Days
(* ) The per diem charges shall be exclusive of service tax & education cess applicable thereupon , which shall be paid extra by Owner . The present Rate of Service tax is @ 12.36% .
NOTES: In case bidder recommends more than one category level of supervisory personnel the information desired at Sl. No. 1.0 to 5.0 shall be furnished separately for each category of supervisory personnel.

Page 7 of 7
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: FLARE STACK COMPONENTS
GROUP ITEM CODE: 06GA DESTINATION: As per Commercial Documents
MR CATEGORY: II DELIVERY PERIOD: As per Commercial Documents

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

A307 IY LS MR 4500 B 08/05/2014 16 44


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

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

REV. DATE BY CHK. APPD. DETAILS

A 21/03/2014 DV PNR PNR ISSUED FOR BIDS


B 08/05/2014 DV PNR PNR REVISED & ISSUED FOR BIDS
This is a system generated approved document and does not require signature.

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED

RO-CHENNAI Client: BPCL-KOCHI REFINERY

Page 89 of 388
Sheet 1 of 5
File Name: U:\JobFolder DV\MRTOP.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
TAG NO/
SR. NO. ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.00 Design, engineering, manufacture,


procurement of materials and bought out
components, assembly at shop, painting,
inspection (Including Third Party
Inspection charges of import content, if
any, for Indian bidders), testing at
manufacturer's works, packing, supply of
the following including supply of all
commissioning spares,instrumentation and
electrical mandatory spares , special
tools and tackles & documentation as per
the enclosed EIL standard specifications,
job specifications, data sheets etc. and
other codes and standards attached or
referred. (Refer General Note-1)
01.01 D1 IUY-LS-108 SOUR FLARE TIP 1 Lot
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

01.02 D1 IUY-LS-108D RETRACTABLE DAVIT ASSEMBLY (with complete 1 Lot


accessories as per job spec/data sheet)
02.00 << DELETED >>
03.00 Transportation from Vendors work / shop
to the designated place as per the
enclosed commercial terms and conditions.
03.01 D1 {03}IUY-LS-108 For Item 01.01 1 Lot
03.02 D1 {03}IUY-LS-108D For Sr. No. 01.02 1 Nos
04.00 << DELETED >>
05.00 Quotation forTwo Years Operation and Lot
Maintenance Spares (As recommended by
vendor). Bidder to submit itemised price
list along with bid.
06.00 << DELETED >>
07.00 Charges for Third Party Inspection
(Applicable for Foreign bidders only)
07.01 D1 {07}IUY-LS-108 For Item 01.01 1 Lot
07.02 D1 {07}IUY-LS-108D For Sr. No. 01.02 1 Lot
08.00 Supervision of erection, testing and
commissioning of items specified at item
1.00 above, as per job specifications.
(Refer General Note-2 of this MR top
sheet)
08.01 D1 {08}IUY-LS-108 For Item 01.01 1 /diem rate
08.02 D1 {08}IUY-LS-108D For Sr. No. 01.02 1 /diem rate
09.00 Drawings and documents as per attached Lot
Vendor Data requirement for all supplies
and services covered above in Sr.Nos.1.00
to Sr.No.8.00

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

Vendor to note that the numbers given in square '[]' and curly '{}' brackets are
not for their use and meant for store purpose only. Items shall be tagged as per
main equipment Tag No. only.

Note:
Bidder to note that,one fixed price is to be quoted for grouped items. The groups
of items are identified by D1 where D1 indicates one group and so on.

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

RO-CHENNAI Client: BPCL-KOCHI REFINERY A307-IY-LS-MR-4500 B

Page 90 of 388
Sheet 2 of 5
File Name: U:\JobFolder DV\MRTOP.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
SR. NO.

RO-CHENNAI
Page 91 of 388
File Name: U:\JobFolder DV\MRTOP.pdf
ENGINEERS INDIA LIMITED
TAG NO/

Client:
ITEM CODE/ [ ID. NO. ]

Grouped items shall not be split ordered.

BPCL-KOCHI REFINERY
DESCRIPTION

Project: INTEGRATED REFINERY EXPANSION PROJECT

Sheet
A307-IY-LS-MR-4500
REQUISITION NO.

3 of 5
B
QUANTITY

REV.
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited

LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
1 Format for Vendor Drawing/ EIL-1641-1923
Document Submission Schedule Rev.1
MECAHNICAL EQUIPMENT
2 Technical checklist for Flare A307-0IY-16-44- A B
Stack Components ( 04 sheets) TCL-4500 20/03/2014 05/05/2014
3 Job Specification for Flare A307-0IY-16-44-SP- A B
Stack components (7 sheets) 4500 20/03/2014 05/05/2014
4 Data sheet for Flare Stack A307-0IY-16-44-DS- A B
Components (4 sheets) 4500 20/03/2014 05/05/2014
5 Vendor Data Requirement for A307-0IY-16-44- A B
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

Flare Stack components (03 VDR-4500 21/03/2014 08/05/2014


sheets)
6 Standard specification for 6-18-0003 3
Flare Stack Components (8
sheets)
PROCESS
7 Process Data sheet-Sour Flare A166-IUY-02-DS- 0
system (03 sheets) 1802 10/01/2014
8 P&ID for Sour Flare System- A166-02-41-IUY- 0
DHDS AREA (1 sheet) 1118 12/02/2014
ELECTRICAL
9 Job Specification (Electrical) A307-0IY-16-50-SP- A
for Flare stack component MR 4500 07/05/2014
(5 sheet + 6 attachments)
INSTRUMENTATION
10 List of attachments A307-0IY-16-51-LL- A
Instrumentation -Sour Flare 1018
Stack components (1+105
sheets)
PIPING
11 Piping material Specification A307-6-44-0005 0
( 21 sheets)
12 Piping scope drawing for sour A307-0IY-16-43-SK- A
flare tip IUY-LS-108 (1 sheet) 0047 14/03/2014
13 Existing Flare System Piping B2356-L53-YF-001 8
GAD (1 sheet)
DRAWINGS
14 Existing Flare System P&ID, FOR REFERENCE
Equipment Layout (2 sheets)
for reference
STRUCTURAL
15 Structural Data for Flare A307-0IY-16-48-SP- 0
Stack Components (4 sheets) 4500 20/11/2008
16 Electroforged grating type-I & 7-68-0697 1
type-II (7 sheets)
17 Circular platform for hot 7-68-0552 7
vessels (8 sheets).
18 Details of steel ladder (3 7-68-0507 7
sheets).
19 Steel ladder joint details (4 7-68-0509 6
sheets).
STANDARD

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

RO-CHENNAI Client: BPCL-KOCHI REFINERY A307-IY-LS-MR-4500 B

Page 92 of 388
Sheet 4 of 5
File Name: U:\JobFolder DV\MRTOP.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited

LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
STANDARD
20 Standard Bolt Hole Orientation 7-12-0015 5
(01 sheet)
21 Name plate Detail (01 sheet) 7-12-0027 5

SPECIFICATION
22 Job Specification for Surface A307-000-06-42- 1
Preparation and Protective PLS-01 25/06/2013
Coating (28 Sheets)
23 Specification for Quality 6-78-0001 0
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

Management System requirements


from bidders (9 sheets)
24 Specification for 6-78-0003 0
documentation requirement from
suppliers (12 sheets)
25 Instructions to Vendor for 7-76-0103 1
Site performance Guarantee
Requirements for Package
Units(07 sheets)
In case of any subsequent revision of MR or PR, only revised sheets of the
attachments listed above shall be issued alongwith the revision.

GENERAL NOTES:
1.Cost of commissioning spares, special tools & tackles and instrumentation
mandatory spares are included in base price and vendor shall quote accordingly.
2.Flare Stack components & its accessories shall be erected & commissioned by the
purchaser. Vendor shall provide his services (on need basis) for supervision during
erection and commissioning of the complete system. Sub-vendor's services shall also
be made available, if required. The supervisory cost of 20 man-days shall be
considered for the purpose of commercial evaluation. However payment for the
supervision shall be based on actual number of days availed, as certified by
Engineer-In-Charge at site.

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

RO-CHENNAI Client: BPCL-KOCHI REFINERY A307-IY-LS-MR-4500 B

Page 93 of 388
Sheet 5 of 5
File Name: U:\JobFolder DV\MRTOP.pdf
Format No.: EIL-1641-1923 Rev.1

Engineers India Limited Status


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

Item Description: FLARE STACK COMPONENTS PR No.: Address:


Date of LOI:

PO No.:
Date of PO: City:

Page 94 of 388
EIL Originating Department: PACKAGE EQUIPMENT Contact Person(EIL): Contact Person: Fax:
Phone: Email:

Drg./ Doc. Nomenclature Category Scheduled Form


S.No. Equipment Number as per EIL Vendor Data Vendor Drg. / Doc. Numbe Vendor Drg./ Doc. Title Electronic Remarks
Review (R) / date of 1st
Requirement Records (I) Submission (E)/ Print (P)
DOCUMENT No.
TECHNICAL CHECK LIST A307-0IY-16-44-TCL-4500 Rev B

Page 1 of 4

TECHNICAL CHECK LIST


FOR
FLARE STACK COMPONENTS
(SOUR FLARE)

PROJECT : Integrated Refinery Expansion Project

OWNER : M/S BPCL-Kochi Refinery

JOB NO : A307

B 05/05/2014 REVISED & ISSUED WITH MR DV PNR PNR

A 20/03/2014 ISSUED WITH MR DV PNR PNR


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 95 of 388
DOCUMENT No.
TECHNICAL CHECK LIST A307-0IY-16-44-TCL-4500 Rev B

Page 2 of 4

Notes :

(i) Vendor shall furnish all equipment, instruments and safety devices as per the
enquiry document. Anything required over and above what is specified, for
safe and satisfactory operation of the equipment / package shall be included
by the vendor in his scope.

(ii) Vendor to write YES/NO against each item. Vendor is required to include
complete scope, as such 'NO' is not warranted. However, in case for any of
the items if vendor's reply is 'NO', vendor shall give reasons for the same:

(iii) Vendor's scope of supply shall include but not be limited to the following:

Sr. Description Specified Included Remarks


No. by by
Purchaser Bidder
(Yes/No) (Yes/No)
1 Flare stack components as per Job specification for Yes
Flare stack components (A307-0IY-16-44-SP-4500)
and other drawings and documents attached with MR
including instrumentation , piping, structural drawing
/documents.
2 Spares & Special Tools/Tackles
2.1 Spares for the Flare stack components including
Mechanical and Instrumentation. :
a - Mandatory spares, as specified in Instrumentation Yes
Mandatory spares list and electrical job specification
(price to be included in base price)
b - Commissioning spares, including spares specified Yes
in as per clause 4.1 b. of Job Specification A307-0IY-
16-44-SP-4500 (price to be included in base price)
c - Quotation for vendor recommended spares for 2 year Yes
normal operation with itemised price list
2.2 Special tools and tackles (if required) for erection, site Yes
assembly and maintenance of equipment (price to be
included in base price)
3 Inspection and Testing:
As per cl. no. 8 of Job Specification A307-0IY-16-44- Yes
SP-4500
4 Vendor Data & Drawings
All document & drawings required as per Vendor data Yes
requirements doc. no. A307-0IY-16-44-VDR-4500

5 Supervision of Erection & Commissioning


Supervision of erection, installation, hookup and Yes
commissioning, performance guarantee at project site
on per diem rate.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 96 of 388
DOCUMENT No.
TECHNICAL CHECK LIST A307-0IY-16-44-TCL-4500 Rev B

Page 3 of 4

Sr. Description Specified Included Remarks


No. by by
Purchaser Bidder
(Yes/No) (Yes/No)
6 Pre Bid queries
Bidder to note that since this is no deviation bid. All Yes
clarifications/ deviations are to be resolved during pre
bid stage itself. No deviations are allowed along with
the bid.

Bidder’s seal Sign. of authorised representative

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 97 of 388
DOCUMENT No.
TECHNICAL CHECK LIST A307-0IY-16-44-TCL-4500 Rev B

Page 4 of 4

Annexure-I
Sheet 1 of 1

TECHNICAL COMPLIANCE STATEMENT


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

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

FOR FLARE STACK COMPONENTS (SOUR FLARE –DHDS AREA) QUOTED BY

M/s______ FOR INTEGRATED REFINERY EXPANSION PROJECT

AGAINST MATERIAL REQUISITION /TENDER/PACKAGE No. ----------------------------

---------------------- IS IN TOTAL COMPLIANCE TO THE SCOPE AS WELL AS ALL

THE TECHNICAL SPECIFICATION AND NO DEVIATION, VARIATION OR

RESERVATION WHATSOEVER HAS BEEN MENTIONED IN THE TECHNICAL

OFFER. IT IS FURTHER AGREED THAT THE TECHNICAL DETAILS FURNISHED

IN OUR OFFER WILL BE REVIEWED BY EIL/CLIENT DURING DETAILED

ENGINEERING STAGE AFTER ORDER AND ANY CHANGE REQUIRED TO MEET

THE REQUIREMENTS OF ENQUIRY SPECIFICATION INCLUDING

AMENDMENT(S) (IF ANY) WILL BE INCORPORATED BY US WITHOUT ANY

PRICE AND TIME IMPLICATION.

(SIGNATURE WITH SEAL)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 98 of 388
JOB SPECIFICATION DOCUMENT No.
FOR FLARE STACK A307-0IY-16-44-SP-4500 Rev. B
COMPONENTS Page 1 of 8

JOB SPECIFICATION
FOR
FLARE STACK COMPONENTS
(SOUR FLARE)

PROJECT: INTEGRATED REFINERY EXPANSION PROJECT

CLIENT : M/s BPCL-KOCHI REFINERY

B 05/05/2014 REVISED & ISSUED WITH MR DV PNR PNR

A 20/03/2014 ISSUED WITH MR DV PNR PNR


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL Copyright EIL – All rights reserved


Page 991641-1924
of 388 Rev. 1
JOB SPECIFICATION DOCUMENT No.
FOR FLARE STACK A307-0IY-16-44-SP-4500 Rev. B
COMPONENTS Page 2 of 8

1.0 SCOPE

1.1 This specification covers the minimum technical requirements for the design, engineering,
fabrication, assembly, inspection, testing, protection & painting, supply, supervision of
erection, testing, commissioning and performance guarantee of one (1) number Sour Flare
Stack Components for Integrated Refinery expansion Project (IREP) for BPCL-Kochi
Refinery in accordance with the specifications, data sheets, standards and drawings
enclosed with enquiry document.

1.2 All equipment and materials supplied under these specifications shall be designed and
manufactured in accordance with sound engineering principles, good fabrication and
construction practices. No omission in these specifications shall relieve the contractor of
his responsibilities for complying with statutory regulations, codes as applicable. All
materials supplied shall be adequate for the intended service.

1.3 The system supplied shall be complete in every respect, ready for installation and
operation. Any item not specifically mentioned in this specification but required for proper
operation, maintenance and safety of the equipment / personnel shall deem to have
been specified and bidder shall include the same in his scope of supply.

2.0 GENERAL INFORMATION

2.1 Location

The plant and equipment to be supplied under this requisition shall be installed at BPCL-
Kochi Refinery, India.

SITE DATA INFORMATION / SITE LOCATION

State : Kerala
Nearest Important Town : Kochi
Nearest Railway Station : Tripunithura
Nearest Port : Kochi
Nearest Airport : Kochi International Airport
Source of Water : Fresh water from Periyar River
Rainy season (Monsoon) : Mid May-September

2.2 Site Conditions and Climate

METEOROLOGICAL DESIGN DATA


Relevant meteorological design data towards preparing process engineering specifications
is as follows:
Sl# Parameter Minimum Normal / Maximum /
Average Design
(A) METEOROLOGICAL DATA
1 Elevation above mean sea level, m Finished Floor level for
Sour Flare system(DHDS area) 30.15
2 Barometric pressure, mmHg 750 754 757
0
3 Ambient temperature, C 20 35 38
4 Relative humidity, % 88% 95%
5 Rainfall (a) for 1-hour period (a) 179mm
data: (b) for 24-hour period (b) 250mm

Format No. EIL 1641-1924 Copyright EIL – All rights reserved


Page 100 of 388 Rev. 1
JOB SPECIFICATION DOCUMENT No.
FOR FLARE STACK A307-0IY-16-44-SP-4500 Rev. B
COMPONENTS Page 3 of 8

6 Wind (a) wind velocity 4km/hr 8km/hr.


data Structural/mech
design as per IS-
875, whichever is
higher
(b) wind direction. North-East/East
in the Morning
and West &
North west in the
evening
7 Earthquake Design Criteria Zone-3
(B) DATA FOR EQUIPMENT DESIGN
0
1 Design dry bulb temperature, C 22.5 (during
raining season)
38 (during
summer season)
0
2 Design wet bulb temperature, C 21(min)
28(max) (Note1)
0 15
3 Low ambient temperature for MDMT, C
sign air temperature for air Design air temperature for air cooled exchangers where followed by 40
0
4 water cooling, C
5 Design air temperature for air cooled exchangers 40
0
Where not followed by water cooling, C
o
6 Coincident temperature and relative humidity for Air Blower / Air 95% @ 30 C
Compressor design.
0
7 Min Design temperature for equipment, C 65
Note 1: For cooling tower design, the temperature shall be considered as 29degC

3.0 UTILITIES AVAILABLE AT BATTERY LIMIT

Instrument Air, Nitrogen, Fuel Gases and Service Water


For utility conditions refer Process Data Sheet no. A166-IUY-02-DS-1802

4.0 BIDDER’S SCOPE OF SUPPLY

The bidder’s scope of supply shall include, but not be limited to the following:
4.1 SOUR FLARE STACK COMPONENTS
a) Flare Tip with Accessories (IUY-LS-108), comprising of, but not limited to following:

 Tip section complete with bottom connection flange and associated jointing materials
such as studs, nuts and bolts, gaskets, lifting lugs, mounting brackets, gussets, fittings,
necessary pipe supports/cleats for pilot gas pipe, pilot gas manifold, ignitor pipes,
suitable lugs to support a portable ladder, CAT ladder on the outside of flare tip etc.
 Upper section complete with flame stabilizers and wind shield.
 Pilot gas burners.
 Pilot mixer, for each pilot gas tube.

Format No. EIL 1641-1924 Copyright EIL – All rights reserved


Page 101 of 388 Rev. 1
JOB SPECIFICATION DOCUMENT No.
FOR FLARE STACK A307-0IY-16-44-SP-4500 Rev. B
COMPONENTS Page 4 of 8

 Ignitor tips with piping.


 Duplex thermocouple system for each pilot with audio-visual signal near Flame Front
Generator (FFG) at grade level. This shall include single pair cables from the pilots
terminating into a junction box down to the base of the stack and multipair cable from
junction box at stack base to FFG.

b) Mating Flanges for Sour Flare (IUY-LS-108) along with jointing material such as studs,
bolts & nuts, gaskets at interface connections at Bidder’s B/L shall be supplied loose (with
2 sets of spare gaskets and 2 complete sets studs, bolts and nuts as commissioning
spares). Mating flanges shall be provided for all battery limit flanges along with studs and
gasket.

4.2 Existing Flame Front Generation (FFG) system (Common for both existing
Hydrocarbon and Sour Flare systems) is proposed to be re-used. However, any or all
modification required to make existing FFG suitable for new sour flare system shall be
included in vendors scope without any cost implication to Owner/PMC. (Only
modifications, if any, within FFG panel shall be in vendor’s scope. Other modifications in
piping manifold and new flame propagation line, fuel gas /purge lines shall be in Owner’s
scope).

4.3 New Retractable davit assembly, (suitable for both existing Hydrocarbon and new
Sour Flare Systems) comprising of, but not limited to the following:

a) Retractable davit assembly shall be adequately designed to handle both


Hydrocarbon Flare and Sour Flare Tips.

b) Retractable davit prop with suitable bearing, bearing housing and supports.

c) Guide pulleys.

d) Manual winch with rope of adequate length for raising and lowering the davit with
accessories.

e) Lifting beam with shackles.

f) All equipment and accessories for tip hoisting / lowering from and to grade. This
shall include ground winches (lifting winch with electric motor drive and manual
tailing winch), guide & direction pulleys, adequate length of reeling rope (as per IS
specification), etc.
(Note: Existing Flare System P&ID, Piping GAD and Equipment layout is attached for
bidder’s reference. Vendor shall submit new Flare tip handling system layout during detail
engineering).
4.4 Existing platform at flare stack structure top is proposed to be re-used. Vendor shall
furnish drawing for necessary modification in existing platform, in line with attached
structural specification. The required modifications at site shall be carried out by Purchaser
as per vendor’s recommendations/drawings.

4.5 Commissioning spares as required. List of commissioning spares shall be furnished along
with the offer. As a minimum, bidder shall supply 2 complete sets of studs, bolts & nuts
and 2 set of gasket for the following:

 Tip and Stack Flanged connection for Sour Flare

Cost of all commissioning spares shall be included in the basic cost of the equipment.

Format No. EIL 1641-1924 Copyright EIL – All rights reserved


Page 102 of 388 Rev. 1
JOB SPECIFICATION DOCUMENT No.
FOR FLARE STACK A307-0IY-16-44-SP-4500 Rev. B
COMPONENTS Page 5 of 8

4.6 Bidder shall supply mandatory spares as per Instrumentation doc. no. A307-0IY-16-51-SL-
1017 and Electrical Job Specification Doc. No. A307-0IY-16-50-SP-4500. Cost of
mandatory spares shall be included in the basic cost of the equipment.

4.7 Bidder shall furnish itemized price list of recommended two years spares for smooth
and trouble-free operation of complete system. Owner shall order these spares separately.

4.8 Bidder shall quote per diem rate for supervision of erection, testing & commissioning,
performance test of the offered Flare stack components and also recommended number of
man days required for the same.The supervisory cost of 20 man-days shall be considered
for the purpose of commercial evaluation. However payment for the supervision shall be
based on actual number of days availed, as certified by Engineer-In-Charge at site.

5.0 BIDDER’S SCOPE OF SERVICES

5.1 Design, Engineering and manufacturing of flare stack components including:


a. Review of sour flare configuration.
b. Review of existing Flame Front Generator system, fuel gas line pilot burners and
flame propagation lines.
c. Review of new retractable davit assembly system, which shall be suitable to handle
both existing HC flare tip and new sour flare tip.

5.2 Procurement of items from sub-vendors, Inspection at sub-vendor's Works and shop
testing, site testing, assisting EIL / Purchaser's inspectors to carry out necessary
inspection.

5.3 Packing, shipment of all equipment and materials.

5.4 Transport to site.

5.5 Protection & Painting.

5.6 Preparation and submission of documents for review by owner/consultant as per Vendor
Data Requirements.

5.7 Supervision of erection, testing, commissioning and performance guarantee.

5.8 Approval and certification from statutory authorities for steam handling parts, if any.

6.0 SPECIAL TECHNICAL REQUIREMENT

6.1 Bidder shall supply equipment as per the technical requirements specified in Process Data
sheet no. A166-IUY-02-DS-1802.

6.2 The equipment shall be complete in all respect and any item/feature not mentioned
hereinafter but essential for proper operation and intended utilization of the unit shall be
included by the bidder.

6.3 The design and construction of the flare stack components shall be in accordance with
ASME Section VIII Div. 1(latest addition), API-RP-521 wherever applicable, and other
relevant international codes. Test certificate shall be furnished that effect.

6.5 Pilot nozzle for tip should be located in such a manner that if flame blow out occur, the heat
of the nozzle will re-ignite the pilot immediately.

Format No. EIL 1641-1924 Copyright EIL – All rights reserved


Page 103 of 388 Rev. 1
JOB SPECIFICATION DOCUMENT No.
FOR FLARE STACK A307-0IY-16-44-SP-4500 Rev. B
COMPONENTS Page 6 of 8

6.6 Flare tip height, size & no of flame propagation lines, size & no of fuel gas lines shall be
decided by the Flare Tip package bidder.

6.7 Bidder shall supply auto ignition as well as and manual ignition system to reignite the
pilots. Required logic diagrams pertaining to auto ignition shall be submitted for review.

6.8 Noise emissions at design flare load and at maximum smokeless rate shall not exceed 90
dBA at one meter from stack base. It should also not exceed 70 dBA at 170 meter from
stack base.

6.9 Piping (pilot gas / fuel gas piping, ignition piping) connected to the hydrocarbon flare tip &
sour flare tip shall have a flanged connection at the battery limit and shall be brought up to
the level of flare tip flange.

7.0 EXCLUSIONS

a) Erection/Installation of flare tip. However supervision of erection/installation,


commissioning shall be in vendor’s scope of per-diem basis.
b) Flare stack.
c) Flame Front Generator (existing FFG common for hydrocarbon flare and sour flare
shall be used). However modifications, if any, within FFG panel to suit new sour
flare system is in vendor’s scope.

8.0 INSPECTION AND TESTING

8.1 All Equipment shall be subjected to stage-wise, expediting, inspection and testing at
bidder’s/sub-vendor's works by purchaser/its authorized inspection agency.

8.2 Manufacturer's Quality Assurance (QA) Plans shall be submitted for purchaser's
comments/approval before taking up manufacturing.

8.3 Fittings, valves, instruments, other accessories like filters etc. shall be duly tested and
manufacturer's test certificates shall be furnished.

8.4 Inspector shall have liberty to inspect assembly of equipment and to match the dimensions
with approved drawings.

8.5 All the pressure vessels shall be hydrostatically or pneumatically tested and inspected as
per applicable codes and standards. Any other tests as per data sheets/standards/codes
shall also be performed.

8.6 Any or all the tests, at purchaser's option, shall be witnessed by Purchaser/its authorized
inspection agency. However, such inspection shall be regarded as check up and in no way
absolve the vendor of his responsibility.

8.7 Third Party Inspection (TPI) might be required for inspection and testing of Flare Stack
components (for foreign bidders only) which are imported. Bidder shall indicate separately
charges for the same. Approved TPI Agencies for the imported components are as given
below:-
a) Lloyds Register
b) Bureau Veritas ( BV)
c) DNV
d) Certification Engineers India Ltd. (CEIL)

9.0 SHOP AND FIELD PAINTING

Format No. EIL 1641-1924 Copyright EIL – All rights reserved


Page 104 of 388 Rev. 1
JOB SPECIFICATION DOCUMENT No.
FOR FLARE STACK A307-0IY-16-44-SP-4500 Rev. B
COMPONENTS Page 7 of 8

The Surface Preparation and Painting shall be as per attached Job Specification for
Surface Preparation and Protective Coating (New Construction) A307-000-06-42-PLS-01,
suitable for Industrial Marine environment.

10.0 PERFORMANCE GUARANTEE PARAMETERS

Bidder shall guarantee the following (as quoted) during performance testing of the flare
stack components:
1) Utility Consumption (During normal operation)
a) Fuel Gas consumption (sour flare)
2) Guaranteed Life of the Tip (Sour)

11.0 AMENDMENTS TO STANDARD SPECIFICATION NO. 6-18-0003 Rev 3


(M – MODIFICATION; D – DELETION; A - ADDITION)
Note: Vendor refers to Flare Stack Components supplier

CLAUSE M/D/A DESCRIPTION


NO.
1.0.c and M Existing Flame Front Generation (FFG) system (Common for both
3.3 existing Hydrocarbon and Sour Flare systems) is proposed to be re-
used. Also refer clause 4.2 of this job specification.
3.1.9 D The clause stands deleted.
3.1.10 M For acceptable noise level, refer data sheet A307-0IY-16-44-DS-
4500/this job specification clause 6.8.
5.1 M Surface Preparation and Painting shall be as per attached Job
Specification for Surface Preparation and Protective Coating (New
Construction) A307-000-06-42-PLS-01, suitable for Industrial
Marine environment.

12. Vendor Data Requirements for Electrical (Doc. No. A307-IUY-16-50-VR-4500)


(For Mechanical/Instrument vendor data requirements refer separate documents attached with
this requisition, Doc. No. A307-0IY-16-44-VDR-4500 and A307-0IY-16-51-VDR-1018
respectively).
With Post Order Final
Sr. No. Description
Bids Documents
For Review For Records

1. Vendor Documents schedule *


2. List of deviations to tender requirements (if any) * *
3. Electrical load data (as per A307-000-16-50-DS-
1002) * * *

4. Datasheet for Motors. (duly filled-in) * *


5. GA and internal arrangement drg. (for Elect.
Equipment such as Panels, Motors etc.) * *

6. Motor Performance Curves * *


7. Test records (for all electrical items) * *
8. QA Plan of Vendor *
9. Testing and commissioning Procedure * *
10. Technical details for major equipment * *

Format No. EIL 1641-1924 Copyright EIL – All rights reserved


Page 105 of 388 Rev. 1
JOB SPECIFICATION DOCUMENT No.
FOR FLARE STACK A307-0IY-16-44-SP-4500 Rev. B
COMPONENTS Page 8 of 8

With Post Order Final


Sr. No. Description
Bids Documents
For Review For Records

11. Bill of material * *


12. Inspection Plan & Testing Procedure *
13. Type Test Certificate (for Similar Equipment) * *
14. CCOE/Relevant approval certificate for Hazardous
area equipment * *

15. List of Commissioning Spares *


16. List of 2 years Operation & maintenance Spares * *
17. List of Special Tools & Tackles *
18. Equipment storage procedure at site *
19. Data Book/Manual
a. Installation Manual *
b. Operating/Maintenance Manual *
c. Catalogues/Brochures * *

* DATA REQUIRED.
Notes (for Electrical vendor data):-
1. Unless otherwise agreed, the number of copies of various drawings and documents shall be as
follows:
a. With bids : Same as the number of copies of bids.
b. Post order submission : For Review/Records – One print (refer note-2)
c. Final document : Six prints and two sets of CDs
Vendor shall furnish soft copy of all drawings in AutoCad version 14.0 / 2000 and all documents in
MS Office 2000, as part of final documentation
2. The submission of post order vendor documents by vendor and their review by EIL/Client shall be
through electrical Document Management System (eDMS).
3. All vendor drawings shall be submitted in maximum A3 size.
4. For further details, Vendor shall refer EIL Standard 6-78-0001 “Specification for Quality
Management System Requirements from Bidders " & 6-78-0003 “Specification for Documentation
Requirements from Suppliers”
5. Vendor shall furnish Schedule of Vendor Drawings and Documents (Format EIL 1641-1923) within
15 days after placement of FOI/TOI.
6. All technical details and documents furnished with bids shall be treated as data for engineering.
These shall however be subject to Purchaser’s review after order placement and bidder shall
comply to MR/Tender requirements without any cost & time implication to EIL/Owner.

Format No. EIL 1641-1924 Copyright EIL – All rights reserved


Page 106 of 388 Rev. 1
DOCUMENT No.
DATA SHEET
FOR A307-0IY-16-44-DS-4500
FLARE STACK COMPONENTS Rev. B
Page 1 of 4

DATA SHEET
FOR
FLARE STACK COMPONENTS
(SOUR FLARE)

PROJECT : INTEGRATED REFINERY EXPANSION PROJECT

CLIENT : M/s BPCL-KOCHI REFINERY

B 05/05/2014 REVISED & ISSUED WITH MR DV PNR PNR

A 20/03/2014 ISSUED WITH MR DV PNR PNR


Rev. Prepared Checked Approved
Date Purpose
No by by by

Page
Format No. EIL107 of 388 Rev. 1
1641-1924 Copyright EIL – All rights reserved
DOCUMENT No.
DATA SHEET
FOR A307-0IY-16-44-DS-4500
FLARE STACK COMPONENTS Rev. B
Page 2 of 4

Job No. : A307 Item : SOUR FLARE SYSTEM


Site Location : Kochi Refinery DHDS area Purchaser : BPCL-KR
Project : IREP Vendor : *

TECHNICAL SPECIFICATIONS
(Refer Process Data Sheet A166-IUY-02-DS-1802 for Design and Operating requirements)
Equipment (Tag No.) : Sour Flare Tip (IUY-LS-108) – 1 No.
Gas to be flared : Acid/Sour Gases
Minimum Flare Load, kg/hr : Refer Process Data Sheet
Peak Flare Load, kg/hr : Refer Process Data Sheet
Average Molecular Wt. : Refer Process Data Sheet
O
Gas Temperature, C : Refer Process Data Sheet
Design Conditions For stack/tip
Design Temp.OC : Refer Process Data Sheet / by vendor
2
Design Pressure kg/cm g : Refer Process Data Sheet/ by vendor
Stack diameter : Refer Process Data Sheet
Stack height (including tip) : 117m
Allowable combined pressure : Refer Process Data Sheet
drop (Tip)
Corrosion Allowance : Refer Process Data Sheet
Allowable Noise Level : 90 dBA at 1 m from the stack base.

VENDOR’S PERFORMANCE DATA

Design Flare Load of Specified Gas, kg/hr. : *


Exit velocity, m/sec. (for design flare load) : *
Pressure drop, mmWC (for design flare load)
Tip : *
Noise level at stack base at design flare load : *

UTILITIES CONSUMPTION
Pilot Gas per pilot, Nm3/Hr. : *
2
Pilot gas pressure, kg/cm g : *
3
Fuel Gas for FFG, Nm /hr. : *
Fuel gas pressure for FFG, kg/cm2 g : *
Fuel gas for purging, Nm3/Hr : *
2
Fuel gas pressure for purging, kg/cm g : *

Page
Format No. EIL108 of 388 Rev. 1
1641-1924 Copyright EIL – All rights reserved
DOCUMENT No.
DATA SHEET
FOR A307-0IY-16-44-DS-4500
FLARE STACK COMPONENTS Rev. B
Page 3 of 4

Instrument Air for FFG, Nm3/hr : *


Instrument air pressure for FFG, kg/cm2 g : *
Electricity : *
FLARE TIP
Make : *
Model No. : *
Tip type : *
Tip diameter, mm : *
Tip length, mm : *
Refractory lining thickness, (if yes, thick. in mm) : *
Number of pilots : Two (2)
No. of thermocouple per pilot : *
Weight of assembled tip (including all accessories): *
Material of Construction (Tip & Accessories)
Upper shell section : Inconel 625
Middle shell : Inconel 625
Lower shell section : Inconel 625
Tip bottom flange : SA 182 Gr.F 316 L
Tip bottom flange jointing materials
 Bolt : SA-453 GR 660 CL A
 Nut : SA-453 GR 660 CL A
 Gasket : 0.175” SPIRAL WOUND SS 316 + GRAFOIL
FILLED
Wind Shield : Inconel 625
Flame stabiliser : Inconel 625
Lifting lugs : Inconel 625
Pilot manifold : Inconel 625
Pilot tube : Inconel 625
Pilot nozzle : Inconel 625
Ignitor pipe : Inconel 625
Connection details (Tip & accessories) (Bidder to indicate size)
(All flanges as per ANSI B 16.5)
Tip bottom flange & mating flange : * SA 182 Gr.F 316L / WNRF, 150#
Pilot gas line flange# at Vendor’s B/L : * SA 182 Gr.F 316L / WNRF, 150#
Flame Propagation line flange# : * SA 182 Gr.F 316L / WNRF, 150#
at Vendor’s B/L
(#Bidder to provide mating flanges (SS316L), studs and gaskets for all these lines)

Page
Format No. EIL109 of 388 Rev. 1
1641-1924 Copyright EIL – All rights reserved
DOCUMENT No.
DATA SHEET
FOR A307-0IY-16-44-DS-4500
FLARE STACK COMPONENTS Rev. B
Page 4 of 4

Others
Number and size of dedicated fuel gas : *
line to each pilot burner
DAVIT : Required
Make : *
Model No. : *
Capacity : 1000 kg *
Davit pipe size : *
Davit material : SA 106 Gr. B
Davit Arm length (to suit flare tip lowering: *
to grade level through structure)
(Davit shall be suitable for both new sour flare tip and existing HC flare tip).
Rope diameter which can be accommodated on davit (galvanised rope). : *
Manual Winch for Davit Movement : Required
Capacity : *
Rope diameter : *
Guide Pulleys : Required
Quantity : *
Size : *
Ground winch details
Weight to be lifted , kgs : *
Capacity of erection winch, kgs : 5000 kg *
Capacity of tailing winch, kgs : 3000 kg *
Make, model : *
Rope length & diameter : *
Rope MOC & Construction : *
Motor, KW (for erection winch) : *
Weight of winch, kgs : *
No. of direction pulleys : *
No. of guide pulleys : *
(Capacity of davit and winches specified are minimum required. Vendor to confirm the same).
PERFORMANCE GUARANTEE PARAMETERS
1. Utility Consumption (During normal operation)
a). Fuel Gas : *
2. Guaranteed Life of the Tip : *
* Bidder to indicate and submit along with bid.
FLAME FRONT GENERATOR - Vendor to indicate modification required (if any) in existing FFG.

Page
Format No. EIL110 of 388 Rev. 1
1641-1924 Copyright EIL – All rights reserved
Document No.
VENDOR DATA REQUIREMENTS A307-0IY-16-44-VDR-4500
FOR Rev. B
FLARE STACK COMPONENT Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
FLARE STACK COMPONENT

B 08-MAY-2014 REVISED & ISSUED WITH MR DV PNR PNR


A 21-MAR-2014 ISSUED WITH MR DV PNR PNR
Rev. Date Purpose Prepared by Checked by Approved by
No.

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

Page 111 of 388


Document No.
VENDOR DATA REQUIREMENTS A307-0IY-16-44-VDR-4500
FOR Rev. B
FLARE STACK COMPONENT Page 2 of 3

VENDOR DATA REQUIREMENTS

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

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Filled in Technical Check List
2. Filled in Data Sheets - Flare Stack Components
3. P&ID for flare System(s)
4. Mechanical Design/Sizing Calculations of
Molecular Seal
5. Mechanical Design/Sizing Calculations of Wire
Rope
6. Process Calculation of Pressure drop and Steam /Air quantity for
smokeless flaring not
Steam /Air quantity for smokeless flaring required/ not
applicable
7. Process Calculation of Tip exit velocity
8. G.A. drawing and dimensional outline for flare
stack components with individual cross- (existing FFG is used.
Modification within
sectional drawing (indicating material of FFG, if any, to be
construction) of Flare Tip, Seal, FFG, furnished by vendor)
Davit.Winches
9. Noise and Radiation Data & Calculation
10. List of recommended spare parts for 2(two)
years normal operation and maintenance (with
itemized price)
11. List of commissioning spares
12. List of Mandatory Spares
13. List of Special Tools & Tackles, if any
14. List of sub-vendors
15. Utility consumption requirements including fuel
gas for FFG, fuel gas to pilot burners, fuel gas steam not applicable
for purging, steam, inst. Air, N2 and power
16. Performance Gaurantee Test Procedure as
applicable
17. Installation, operation & maintenance manuals
containing all certified drawings & documents
18. Other Electrical / Instrumentation / Piping
/Structural documents
19. Weight Schedule of equipments/package
20. Quality Assurance Plan @

21. Test Certificates - Material Test Certificates @

22. Test Certificates - NDT Reports @

23. Test Certificates - Hydrostatic Test Certificate @

24. Test Certificates - From Statutory Authority for @


steam piping not
Instruments, Electricals and Steam Piping applicable

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

Page 112 of 388


Document No.
VENDOR DATA REQUIREMENTS A307-0IY-16-44-VDR-4500
FOR Rev. B
FLARE STACK COMPONENT Page 3 of 3

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
25. Test Certificates - Dimensional Check @

26. Test Certificates - Any Other Test Report @

27. As Built Drawings @

Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.
11. Also refer other department's VDR :-
12. Instrumentation
13. Piping
14. Structures
15. Electrical

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

Page 113 of 388


STANDARD SPECIFICATION STANDARD SPECIFICATION No.

_71 _It4 ENGINEERS 6-18-0003 Rev. 3
Itgar Miteg
rirane Far.)
INDIA LIMITED FLARE STACK COMPONENTS Page 1 of 8

• „.
WA Ft-W ch LI M Ceti
F4.4. TIWW aikft-41T-4-

STANDARD SPECIFICATION
FOR
FLARE STACK COMPONENTS

3 15.03.2013 REVISED AND REISSUED SPC

2 06.11.2009 REVISED AND REISSUED PB AMG MK ND

1 13.04.1998 REVISED AND REISSUED GB SR NN AS

ISSUED AS STANDARD SPECIFICATION RCPC


0 19.12.1988 GVGC GVGC SR
(RECOMPOSED IN AUGUST 1995)
Standards Standards
Committee
C Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

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


Page 114 of 388
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
0 el ENGINEERS
FOR
ligof fdOrdu INDIA LIMITED 6-18-0003 Rev. 3
041,121,44,1WJ70171, IA Govt of India Undettalongt
FLARE STACK COMPONENTS Page 2 of 8

Abbreviations:

ANSI : American National Standards Institute


API : American Petroleum Institute
ASME : American Society of Mechanical Engineers
CS : Carbon steel
DCS : Distributed Control System
FFG : Flame Front Generator
IBR : Indian Boiler Regulations
ISO : International Organization for Standardization
QA : Quality Assurance
SS : Stainless Steel

Packaged Equipment Standards Committee

Convenor: Mr. P. Bhattacharjee

Members : Mr. Sanjay Mazumdar


Mr. P. P. Pandey
Mr. Shishupal Choudhary
Mr. R.R Shrivastava
Mr. K.0 Paikar
Mr. A. Natarajan
Mr. K.V.K Naidu, (Projects)

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


Page 115 of 388
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
fgzir f6if54-'
dg INDIA LIMITED FOR 6-18-0003 Rev. 3
I ORR two, 451.710.1) IA Govt of India Underlakng)
FLARE STACK COMPONENTS Page 3 of 8

CONTENTS

1.0 GENERAL 4

2.0 CODES & STANDARDS 4

3.0 TECHNICAL REQUIREMENTS 4

4.0 INSPECTION AND TESTING 6

5.0 PROTECTION AND PAINTING 7

6.0 PACKAGING AND IDENTIFICATION 7

7.0 SPARE PARTS 8

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


Page 116 of 388
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED FOR 6-18-0003 Rev. 3
2.124151F ✓ 0.15-41,
I NITe■ A Goof of India UnclertakIngt
FLARE STACK COMPONENTS Page 4 of 8

1.0 GENERAL

This specification outlines the purchaser's requirements under which vendor shall design,
manufacture, test and supply the following items hereafter called as Flare Stack Components:

a) Flare tip with pilot burners and all other accessories.


b) Purge Reduction Seal (Buoyancy seal/Velocity Seal as per data sheet).
c) Flame front generation system for pilot burner ignition.
d) Grade mounted Electric winch for flare tip hoisting (to/from grade), grade mounted
manual winch for tip guiding/tailing , top platform mounted retractable davit & manual
winch for tip handling, wire ropes, pulleys & all associated accessories unless otherwise
specified in Job specification.
e) Pilot flame detection thermocouple for each pilot unless otherwise specified.
f) Thermocouple for burn back mounted in lower part of the flare tip.
g) Piping with adequate support from top of flare tip till bottom of purge reduction seal.

Liquid Seal Drum, Knock out drum, Flare stack/riser and its supporting structure
(derrick/guyed wire/demountable), all platforms & ladders, piping below purge reduction seal
are excluded from the scope of this specification.

2.0 CODES & STANDARDS

2.1 The latest edition of following codes, standards and recommended practices shall govern:

ANSI/API 537/ISO 25457 : Flare Details for General Refinery & Petrochemical Service
ANSI/API 521/ISO 23251 : Pressure-relieving and Depressurizing Systems
ASME B31.3 : Process Piping
ASME, Section VIII, Div I : Boiler & pressure vessel code
ASME Sec II : Materials
IBR : Indian Boiler Regulations

2.2 Other international codes & standards may also be acceptable subject to their being equivalent
or superior with prior approval of purchaser.

2.3 For provisions not covered by above codes and standards, applicable engineering & industry
practices and norms shall govern.

2.4 National laws and statutory provisions, together with any local by-laws for the state wherein
the Flare stack components are required to be installed shall be complied with.

3.0 TECHNICAL REQUIREMENTS

3.1 Flare Tip & associated accessories

3.1.1 The flare tip shall be equipped with pilot burners which shall be ignited by FFG system.

3.1.2 The Pilots shall remain lit and capable of being relit at wind speed as given in API 537 or as
per site conditions mentioned in the job specification, whichever is stringent.

3.1.3 The flare tip shall have flame stabilizers (i.e. flame retention rings/lugs) to prevent flame lift
off at all applicable design flare load range. The maximum flare gas load or steam rate shall
not cause flame out.

3.1.4 The flare tip assembly shall be provided with windshields (if required as per vendor standard)
to prevent downwind side of flare tip from direct flame impingement.

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

Page 117 of 388


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
tlf5leg INDIA LIMITED FOR 6-18-0003 Rev. 3
1.11k, erearre r7s1,1d),
i) IA Govt 01 lode Undertaking)
FLARE STACK COMPONENTS Page 5 of 8

3.1.5 Ladder rungs shall be provided to access the top of flare tip as per vendor standard.

3.1.6 All piping along the flare tip and seal shall be anchored at battery limit (bottom of purge
reduction seal).

3.1.7 The flare tip shell thickness & design of bottom flange shall be rigid enough to take care of
wind & seismic loads as per applicable codes.

3.1.8 The flare tip shall have thermocouple elements for each pilot as per P & ID /Instrumentation
specifications. Flame failure alarm(s) to be provided locally on the FFG panel (both visual &
audio with hooter). Provision of repeat signals in FFG shall be provided to extend the signal to
Process control room/DCS.

3.1.9 Flare stack components shall be designed considering Smokeless flaring to Ringlemann Index-
1 by steam injection for the designed smokeless flowrates unless otherwise specified in Job
specification.

3.1.10 Flare stack components shall be so designed that noise emissions at smokeless flare load shall
not exceed 85dBA at sterile radius unless otherwise specified in Job specification.

3.2 Purge Reduction Seal

3.2.1 Buoyancy type Flare Seal (also called as Diffusion or density seal) shall be provided unless
otherwise specified. The buoyancy Seal shall be provided with drain & inspection opening
(with blind flange), associated gaskets & fasteners with required spares quantity as mentioned
in the Job specification. Velocity seal shall be provided with drain holes as per vendor
standard.

3.2.2 If Buoyancy Seal is provided, a 360° access platform shall be mounted on the seal along with
caged ladder, connecting this seal platform to topmost platform on flare stack. In case velocity
seal is provided, a 360° access platform shall be mounted on topmost portion of flare stack.
Vendor shall design & furnish the detailed fabrication drawings with bill of materials for this
360° access platform & ladder. For both cases these Platform & ladder shall be supplied by
others, however all associated platform cleats shall be welded to the seal by the vendor (in case
of buoyancy seal).

3.2.3 Buoyancy Seal shall be designed as per ASME Sec VIII Div.1, duly considering weight of
Flare Tip above, seal platform & ladder, retractable davit, manual winch on seal platform and
all associated accessories. Buoyancy seal & associated flanges shall be designed considering
moments & forces due to wind, seismic as per applicable codes.

3.2.4 The purge reduction seal shall be designed to minimize ingress of air into the stack and to
minimize purge gas consumption.

3.3 Flame Front Generator (FFG)

3.3.1 The FFG panel shall be complete with mounting panel & legs for locating conveniently on the
grade level preferably outside sterile radius, unless otherwise specified in the job specification.
It shall be suitable for outdoor location for the defined area classification with weather hood to
protect against direct rain/sun. In case FFG is installed within sterile radius, then the same
shall be provided with radiation shield cover.

3.3.2 FFG shall have Auto ignition & Auto re ignition system in case of pilot flame failure & also
provision for push button for manual ignition.

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

Page 118 of 388


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
051-1dg INDIA LIMITED FOR 6-18-0003 Rev. 3
tvecnre .1,1{1,41, IA Govt 07 India Undertaking)
FLARE STACK COMPONENTS Page 6 of 8

3.3.3 The FFG piping shall be in compliance to purchaser's Piping material specifications (PMS) &
Valve Material Specifications (VMS).

3.3.4 Length of support legs of FFG Panel shall be adjusted to make minimum height of FFG panel
as 1.5m suitable enough for manway operation.

3.4 Winch, Davit & Associated Accessories

3.4.1 In case Buoyancy Seal is provided, Retractable davit shall be mounted on Buoyancy seal
platform. In case Velocity Seal is provided, Retractable davit shall be mounted on topmost
platform of flare stack.

3.4.2 The Retractable davit shall be designed to hoist the tip, seal & all associated accessories and
remain retracted away from the flame when not in use.

3.4.3 The davit shall be of completely fabricated construction, suitable for exposure to radiant heat.
The vertical column of the davit shall be uniform tubular section having cantilever section
bolted/welded at the top, adequately stiffened as per vendor standard.

3.4.4 The vertical column of the davit shall be supported by means of thrust bearing surfaces &
guide sleeves as per vendor standard. The bearing surfaces shall be lubricated, resistant to heat
and protected suitably against dust & corrosion so that they do not seize with the vertical
column when kept in idle position for a long time.

3.4.5 A manual winch (mounted on seal platform for Buoyancy seal or on topmost platform of flare
stack for velocity seal), wire rope, pulleys, fasteners for pulley mounting & winch mounting
on platform, lifting beam with slings, shackles & associated accessories shall be supplied by
the vendor for hoisting the retractable davit prop & flare tip.

3.4.6 A Grade mounted Motorized winch (Motor design suitable for applicable area classification
and considering flare in service), wire rope, pulleys, fasteners for pulley mounting, canopy to
cover Electric winch & associated accessories shall be supplied by the vendor for tip hoisting.

3.4.7 A Grade mounted manual winch, wire rope, pulleys, fasteners for pulley mounting, canopy to
cover manual winch & associated accessories shall be supplied by the vendor for
tailing/guiding the tip during its hoisting.

3.4.8 All wire ropes, pulleys, fasteners, associated with winches and retractable davit shall be
galvanized.

3.4.9 Vendor shall furnish the detailed drawings indicating the location, orientation & elevation of
pulleys along with their supporting cleats with respect to Derrick structure/Flare Stack. Vendor
shall also furnish the load transfer from pulleys to Derrick structure/Flare stack for different
cases. Supporting cleats to mount the pulleys shall be supplied by others.

4.0 INSPECTION AND TESTING

4.1 Equipment shall be subjected to stage wise expediting, inspection and testing at vendor's/ sub
vendor's works by purchaser/its authorized inspection agency. Vendor shall submit Quality
Assurance (QA) procedures before commencement of fabrication. Approved QA procedures
shall form the basis of equipment inspection.

4.2 The steam handling parts shall be inspected and certified by Indian Boiler Regulations (IBR)
authorized Inspectors as applicable.

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


Page 119 of 388
STANDARD SPECIFICATION STANDARD SPECIFICATION No.

31 ENGINEERS
Weg INDIA LIMITED FOR 6-18-0003 Rev. 3
1.ifeR eie0n1
, 731,34-4.1,
FLARE STACK COMPONENTS Page 7 of 8

4.3 Shop tests for the equipment & piping items shall be carried out in accordance with applicable
codes, as per the procedures laid out by the Inspector & as per requirements mentioned in the
applicable specifications. As a minimum 100% for "T" joints and 10% for all butt welds on
flare tip and Buoyancy seal shall be radiographed.

4.4 The retractable davit and complete tip hoisting system shall be performance tested for the
intended duty by the vendor at site.

4.5 Any or all the tests, at purchaser's option, shall be witnessed by purchaser/ its authorized
inspection agency. However, such inspection shall be regarded as check up and in no way
absolve the vendor of his responsibility.

4.6 Performance Testing and Guarantees

4.6.1 All materials & equipments shall be guaranteed against defects of design, material &
workmanship. Any deficiency in operating performance & any defect in material or
workmanship found during the guarantee period shall be corrected by the vendor at his own
cost.

4.6.2 All instruments & accessories (duly calibrated) necessary for site performance testing shall be
arranged by the vendor. However Vendor shall take back all such instruments after completion
of Process guarantee test run (PGTR).

4.6.3 Flare tip & associated accessories shall be guaranteed for a service life of 3 years min.

4.6.4 Vendor shall guarantee & demonstrate the following guarantee parameters at site:

a) Radiation level at operating conditions at the time of testing. Vendor shall furnish the Graph
between flow rate vs Radiation level at sterile radius and at stack base and provide the same
along with PGTR procedure document.

b) Level of smokelessness (Ringlemann Index-1 at actual operating conditions not exceeding


smokeless flaring load as specified in data sheet).

c) Noise level at operating conditions at the time of testing. Vendor shall furnish the Graph
between flow rate vs Noise level at sterile radius and provide the same along with PGTR
procedure document.

d) Steam Consumption rate for smokeless operation for steam assisted flares. Vendor shall
furnish the Graph between the flow rate vs steam consumption rate and provide the same
along with PGTR procedure document.

5.0 PROTECTION AND PAINTING

5.1 Surface preparation and painting shall be done as per vendor standard suitable for highly
corrosive & high temperature environment unless otherwise specified in Job specification for
Shop and Field painting.
5.2 Stainless steel surfaces, both inside and outside, shall be pickled and passivated.
5.3 Machined and bearing surfaces shall be protected with varnish or thick coat of grease.

6.0 PACKAGING AND IDENTIFICATION

6.1 All packaging shall be done in such a manner as to reduce the volume. The equipment may be
dismantled into major components, suitable for shipment and shall be properly packed to

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


Page 120 of 388
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
ialieg
fj INDIA LIMITED FOR 6-18-0003 Rev. 3
1411E71 ,ecnetan sm.) IA Govt 01 India Undertaking)
FLARE STACK COMPONENTS Page 8 of 8

provide adequate protection during shipment. All assemblies shall be properly match marked
for site erection.
6.2 Attachments, spare parts of the equipment and small items shall be packed separately in
wooden-cases. Each item shall be appropriately tagged with identification of main equipment,
item denomination and reference number of the respective assembly drawing.
6.3 Detailed packing list in water-proof envelope shall be inserted in the package together with
equipment.
6.4 Each equipment shall have an identification plate giving salient equipment data, make, year of
manufacture, equipment number, name of manufacturer etc.

7.0 SPARE PARTS

7.1 Vendor shall submit recommended list of spare parts with recommended quantities and
itemised prices for first two year's of operation of the equipment. Proper coding and
referencing of spare parts shall be done so that later identification with appropriate equipment
will be facilitated.
7.2 Recommended spares & their quantities shall take into account related factors of equipment
reliability, effect of equipment downtime upon production or safety, cost of parts &
availability of vendor's service facilities around the proposed location of equipment.
7.3 Vendor shall also submit a list of commissioning spares with quantities. The commissioning
spares shall be sufficient for trouble free commissioning of the system at site. Any
commissioning spares required during commissioning, over and above, the commissioning
spares supplied, shall be made available by the vendor without any cost and time implication
to purchaser. If for any reason, during commissioning, vendor needs to utilise spares from 2
years' operation spares, the same shall be replenished by vendor within a reasonable time
without any cost implication to purchaser. Any unused commissioning spares shall be handed
over to the owner.

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

Page 121 of 388


Document No.
ACID FLARE SYSTEM A166-IUY-02-DS-1802
PROCESS DATA SHEET Rev. No. 0
Page 1 of 3
PROJECT IREP CLIENT BPCL-KR
UNIT SOUR FLARE SYSTEM (DHDS AREA) JOB NO. A166 UNIT NO. IUY
FLARED GAS SOUR FLARE
FLARE LOAD, KG/HR MINIMUM 60 (NOTE-8)
PEAK 19240 (NOTE-10)
SMOKE LESS
AVERAGE MOLECULAR WEIGHT 29.3
GAS TEMPERATURE DEG C 65.4
FLARE LOADS FOR ALL THE CASES PROVIDED NO
FLARE STACK YES SOUR FLARE RISER
ITEM NO. NO YLS-01 (NOTE-4)
TYPE ELEVATED
DIAMETER INCHES 16
HEIGHT M 100
DESIGN PRESSURE KG/CM2G 3.5
DESIGN TEMPERATURE DEG C 200
MATERIAL OF CONSTRUCTION SS-304 L
CORROSION ALLOWANCE MM NIL
FLARE SEAL
ITEM NO.
TYPE FLUIDIC IN LINE / VELOCITY SEAL INTEGRAL WITH TIP
ALLOWABLE PRESSURE DROP MM WC
MATERIAL OF CONSTRUCTION (NOTE-5)
CORROSION ALLOWANCE MM
FLARE TIP SOUR FLARE TIP
ITEM NO. IUY-LS-108
ALLOWABLE PRESSURE DROP MM WC 300
MATERIAL OF CONSTRUCTION INCONEL 625 (NOTE-5)
FLAME FRONT GENERATOR YLS-04 NOTE-2
ITEM NO. (NOTE-2,3)
FLARE VENDOR SCOPE
FLARE STACK NO
FLARE SEAL NO NO YES
PILOT BURNERS YES
FLARE TIP YES
FLAME FRONT GENERATOR NO ( NOTE-2)
ASSOCIATED ACCESSORIES NO
OTHERS
REFERENCE P&ID NO. A166-02-41-IUY-1118

UTILITIES AVAILABLE (NOTE-2) MINIMUM NORMAL MAXIMUM DESIGN

INSTRUMENT AIR
PRESSURE KG/CM2G 6 6.5 7.5 10.5
TEMPERATURE DEG C AMB 65
DEW POINT @ ATM DEG C

0 10.01.14 ISSUED FOR ENGINEERING AK KV KV


A 14.10.13 ISSUED FOR COMMENTS AK KV JG
Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No,3-0241-1035 Rev. 0 Copyrights EIL - all rights reserved

Page 122 of 388


Document No.
ACID FLARE SYSTEM A166-IUY-02-DS-1802
PROCESS DATA SHEET Rev. No. 0
Page 2 of 3
PROJECT IREP CLIENT BPCL-KR
UNIT SOUR FLARE SYSTEM (DHDS AREA) JOB NO. A166 UNIT NO. IUY

UTILITIES AVAILABLE (CONTD.) MINIMUM NORMAL MAXIMUM DESIGN


NITROGEN
PRESSURE KG/CM2G 3.0 5.0 7.0 10.5
TEMPERATURE DEG C AMB 65
FUEL GAS
PRESSURE KG/CM2G 2.0 2.5 3.0 6.5
TEMPERATURE DEG C 40-50 65
SERVICE WATER
PRESSURE KG/CM2G 3.0 4.0 5.0 19.1
TEMPERATURE DEG C AMB. 65

NOTES:
1 PILOT BURNER FLAME FAILURE ALARM TO BE PROVIDED BY VENDOR

2 REFER P&ID NO: A166-02-41-IUY-1118. PRESENTLY TWO NUMBERS FLAME PROPAGATION LINES ARE CONSIDERED FROM EXISTING
FLAME FRONT GENERATOR IN DHDS AREA. NUMBER AND SIZES OF FLAME PROPAGATION LINES TO BE DECIDED BY VENDOR.

3. REFER SHEET-3 FOR FUEL GAS COMPOSITION FOR FLAME FRONT GENERATORS.

4. THE SOUR FLARE SHALL INCLUDE A 16" RISER (ALONG THE EXISTING MAIN FLARE STACK)

5. THE SOUR FLARE TIP INLET FLANGE METTALURGY SHALL BE SS-316L.

6 UTILITIES SHALL BE AVAILABLE FROM EXISTING DHDS FLARE AREA.

7 ALLOWABLE PRESSURE DROP FOR SOUR FLARE TIP AND SEAL (COMBINED TOGETHER) IS TO BE CONSIDERED AS 300 MMWC.
HOWEVER, VENDOR TO INDICATE THE CALCULATED PRESSURE DROP SEPERATELY FOR FLARE TIP AND FLARE SEAL.

8 FLARE SYSTEM SHOULD BE CAPABLE OF OPERATING OVER ENTIRE RANGE SPECIFIED. MINIMUM FLARE LOAD IS BASED ON 0.1 FT/S
PURGE VELOCITY OF FUEL GAS OF 14.42 THROUGH HEADER AND STACK.

9 DELETED
14.42 MW
10. CHECK CASE I
FLARE LOAD , KG/HR 12200
AVERAGE MOLECULAR WEIGHT 18
GAS TEMPERATURE, DEG C 159

CHECK CASE II
FLARE LOAD , KG/HR 13056
AVERAGE MOLECULAR WEIGHT 23.4
GAS TEMPERATURE, DEG C 50

0 10.01.14 ISSUED FOR ENGINEERING AK KV KV


A 14.10.13 ISSUED FOR COMMENTS AK KV JG
Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No,3-0241-1035 Rev. 0 Copyrights EIL - all rights reserved

Page 123 of 388


Document No.
ACID FLARE SYSTEM A166-IUY-02-DS-1802
PROCESS DATA SHEET Rev. No. 0
Page 3 of 3
PROJECT IREP CLIENT BPCL-KR
UNIT SOUR FLARE SYSTEM (DHDS AREA) JOB NO. A166 UNIT NO. IUY

FUEL CHARACTERISTICS

COMPOSITION CASE D CASE C


MOLE % MAX FG PRODUCTION MIN FG PRODUCTION
H2O 0.36 1.47
H2 59.31 67.66
NH3 0.46 0.13
H2S 0.17 0.03
C1 9.34 14.56
C2 5.25 4.32
C3 8.56 4.16
IC4 2.22 1.95
NC4 1.10 0.5
IC5 5.93 1.42
NC5 4.43 0.76
2MP 2.18 0.5
NC6 0.21 2.06
MCP 0.34 0.19
NPHTHA 0.14 0.24
CH 0 0.04
BZ 0 0.03
Total 100 100
Average MW 19.58 12.76

0 10.01.14 ISSUED FOR ENGINEERING AK KV KV


A 14.10.13 ISSUED FOR COMMENTS AK KV JG
Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No,3-0241-1035 Rev. 0 Copyrights EIL - all rights reserved

Page 124 of 388


A19A
A11K

Page 125 of 388


JOB SPECIFICATION DOCUMENT No.
ELECTRICAL
INTEGRATED REFINERY EXPANSION PROJECT
A307-0IY-16-50-SP-4500 Rev.A
BPCL-KR Page 1 of 5

JOB SPECIFICATION
(ELECTRICAL)
FOR
FLARE STACK COMPONENT MR
(MR No: – A307-0IY-LS-MR-4500)

PROJECT : INTEGRATED REFINERY EXPANSION PROJECT, KOCHI

OWNER : M/s BPCL-KR

JOB NO. : A307

A 07.05.2014 ISSUED WITH MR SB GS PS


Rev.
Date Purpose Prepared by Checked by Approved by
No

Format No. EIL 1641-1924 Rev.


Page 126 of 3881 Copyright EIL – All rights reserved
JOB SPECIFICATION DOCUMENT No.
ELECTRICAL
INTEGRATED REFINERY EXPANSION PROJECT
A307-0IY-16-50-SP-4500 Rev.A
BPCL-KR Page 2 of 5

CONTENTS

1. GENERAL...................................................................................................................................... 3

2. SCOPE ........................................................................................................................................... 3

3. EXCLUSIONS ............................................................................................................................... 3

4. SITE CONDITIONS ...................................................................................................................... 3

5. UTILIZATION VOLTAGE ............................................................................................................ 3

6. AREA CLASSIFICATION & EQUIPMENT SELECTION........................................................ 4

7. SPECIFIC REQUIREMENTS ..................................................................................................... 4

8. SPARES ........................................................................................................................................ 4

9. MAKES OF EQUIPMENT AND COMPONENTS .................................................................... 5

10. ATTACHMENTS: .......................................................................................................................... 5

Format No. EIL 1641-1924 Rev.


Page 127 of 3881 Copyright EIL – All rights reserved
JOB SPECIFICATION DOCUMENT No.
ELECTRICAL
INTEGRATED REFINERY EXPANSION PROJECT
A307-0IY-16-50-SP-4500 Rev.A
BPCL-KR Page 3 of 5

1. GENERAL
1.1 The specification defines the basic requirements of the electrical works in bidder’s scope for the
Flare stack component Package for Integrated Refinery Expansion Project, Kochi of M/s BPCL-
KR. This Job specification shall be read in conjunction with the EIL standards, specifications, data
sheets and documents attached with the MR. In case of any conflict amongst various documents
enclosed with the MR, the most stringent requirement shall govern and Owner/EIL decision in this
regards will be final.
1.2 The equipment shall conform to this specification, enclosed data sheets and standard
specifications.
1.3 In case of conflict between various documents (Statutory Regulations, Data sheets, Job
Specifications, EIL standard specifications National / International Codes and Standards) the
most stringent requirements shall govern & Client/EIL's decision in this regard shall be final.
1.4 Bidder to note that, no deviations from the MR requirements are acceptable.

2. SCOPE
2.1 Bidder’s scope, shall include sizing, design, engineering, manufacturing, testing at manufacturer’s
works, supply, packing & delivery at site of electrical equipment including supply of all
commissioning spares, special tools & tackles as per the specifications and data sheets enclosed
with the requisition. The major electrical equipments are:-
a.) Flame Proof (Ex de) Gas group II C, Temperature class T3 motor and local control station
for winch motor control.
b.) Any other equipment not specifically mentioned above but required for normal operation of
the package.
2.2 Installation, testing & commissioning at site of the electrical items shall be done by others. Bidder
shall certify readiness of the system fit for commissioning. Bidder’s scope shall also include
supply of all specialised tools & tackles / instruments required for the above service.
2.3 Bidder shall supply cable glands and tinned copper lugs for equipment supplied by them. For
outdoor equipment double compression type Nickel plated brass FLP/weatherproof cable glands
shall be supplied.

3. EXCLUSIONS
3.1 Supply of 415V power feeder for winch motor.
3.2 Supply and laying of power cable up to the winch motor from the Substation.
3.3 Supply and laying of control cable up to the LCS for winch motor from the Substation.

4. SITE CONDITIONS
The equipment and the installation shall be suitable for continuous operation under the following
site conditions:
a.) Maximum Ambient Temperature : 46°C
b.) Minimum Ambient Temperature : 1°C
c.) Design Temperature : 45°C
d.) Max. Relative Humidity : 30-100%
e.) Altitude : Less than 1000m above MSL
f.) Environment : Dusty, tropical, corrosive as in Hydrocarbon
Industry

5. UTILIZATION VOLTAGE
Utilization voltage for shall be as listed below:
a.) Winch motor Incoming supply : 415V ± 10%, TPN

Format No. EIL 1641-1924 Rev.


Page 128 of 3881 Copyright EIL – All rights reserved
JOB SPECIFICATION DOCUMENT No.
ELECTRICAL
INTEGRATED REFINERY EXPANSION PROJECT
A307-0IY-16-50-SP-4500 Rev.A
BPCL-KR Page 4 of 5

6. AREA CLASSIFICATION & EQUIPMENT SELECTION


6.1 All electrical equipment shall be suitable for installation and operation in hazardous areas
classified as Zone 2, Gas group IIC, Temp. Class T3.
6.2 All equipments having flameproof enclosure protection shall conform to IS-2148 / IEC-60079-1
(2007).
6.3 All electrical equipment shall have valid type test certificates issued by recognised independent
test house of the country of origin e.g. CIMFR / BASEEFA / LCIE / ATEX or equivalent. In
addition, vendor shall obtain approval certificates from Indian statutory authorities CCOE/PESO
which is mandatory as per local rules/regulations.
6.4 All indigenous flameproof equipment shall have valid BIS license & marking as required by
statutory authorities and shall conform to Indian standards. All indigenous equipment shall also
have valid statutory approvals, eg. CCOE/PESO etc., as applicable for the specified location.

7. SPECIFIC REQUIREMENTS
7.1 Flameproof and weatherproof double compression Nickel plated brass cable glands shall be
provided by the bidder on the electrical equipment, for all cables in bidder’s scope as well as for
the owner’s incoming power and control cables. Cable glands to be supplied shall meet all the
requirement of IS/IEC-60079-1.
7.2 The size of the incoming power cable shall be indicated at the time of drawing approval during
detailed engineering based on the load furnished by the bidder. Provisions, as required in
bidder’s equipment for termination of the same, shall be made accordingly without any cost &
time implication to Owner.
7.3 The winch motors shall suitable to Direct on Line (DOL) starting.
7.4 Bidder to note that, purchaser shall provide single point 415V± 10%, 50 Hz ± 6%,TPN power
supply for winch motor from 415V DOL motor feeder in purchaser’s switch board. In case bidder
requires any other supply, the same shall be derived from this purchaser’s supply.
7.5 Bidder shall furnish the list of electrical equipments along with their rating and type of enclosures
in the prescribed format (A307-000-16-50-DS-1002) attached with the MR. This information is
required for purchaser’s engineering.

8. SPARES
8.1 Commissioning spares for all electrical equipments are included in Bidder’s scope of supply and
shall be included in the base price. List of the same shall be furnished with the offer.
6.1 Bidder shall submit a list with unit prices of recommended spares for two years of normal
operation for all electrical equipment along with their bid.
6.2 Recommended list of maintenance spares for two years operation shall include the following as a
minimum for motors. Vendor shall ensure & quote for the same accordingly.
a.) Bearing for DE/NDE-one set
b.) Terminal box cover with screws
c.) Fan
d.) Terminal block
8.2 Mandatory Electrical spares are as mentioned below. Vendor shall quote for the same.

Sl. No. Item Description Quantity


1.0 MV induction motors 37kW &
above (one set of spare for
each rating & type)
1.1 Bearing (DE & NDE) one no of each type
1.2 Terminal /bushing one set each

NOTES:
The word ‘TYPE’ means the Make, Model no., Type, Range, Size/ Length, Rating, Material
as applicable.

Format No. EIL 1641-1924 Rev.


Page 129 of 3881 Copyright EIL – All rights reserved
JOB SPECIFICATION DOCUMENT No.
ELECTRICAL
INTEGRATED REFINERY EXPANSION PROJECT
A307-0IY-16-50-SP-4500 Rev.A
BPCL-KR Page 5 of 5

The terminology used under 'Item Description' is the commonly used name of the part and
may vary from manufacturer to manufacturer.
Mandatory spares as indicated above do not cover commissioning spares.
Mandatory spares as indicated above do not cover two year O&M spares.
Mandatory spares shall be applicable for electrical items of sub-packages as per mandatory
spares philosophy specified elsewhere in the bid document.

9. MAKES OF EQUIPMENT AND COMPONENTS


9.1 Vendor may procure material from any of OWNER’s approved vendors. However current validity
and range of approval as per enlistment letter, workload, stability and solvency need to be verified
by the Vendor before placement of order.
9.2 For components other than the above, vendor shall submit past track record for the proposed sub-
vendors and obtain written approval from Owner / EIL before placing order.
9.3 Vendor can offer equipment of makes other than specified in the MR, during order execution. The
alternate make of equipment will be evaluated post order, based on satisfactory track record & test
certificate to be furnished by the vendor. In case the alternate makes are not found acceptable,
equipments shall be strictly as per above vendor list.

Sl.No. Equipment Vendor list


1 MV induction motors BHARAT BIJLEE LTD, CROMPTON GREAVES LTD,
(flame proof) KIRLOSKAR ELECTRIC CO LTD, LAXMI HYDRAULICS
PVT LTD, MARATHON ELECTRIC MOTOR I LTD

2 Cable glands (hazardous BALIGA LIGHTING EQUIPMENTS (P) LIMITED, COMET


area) BRASS PRODUCTS, COMET INDUSTRIES, FCG
FLAMPROOF CONTROL GEARS P. LTD, FCG POWER
INDUSTRIES PVT LTD, FLAMEPROOF EQUIPMENTS
PVT.LTD, FLEXPRO ELECTRICALS PVT LTD, PROMPT
ENGINEERING WORKS, STANDARD METAL
INDUSTRIES, SUDHIR SWITCHGEARS PVT LTD.

10. ATTACHMENTS:
Sr. No. Title Document No. Rev.
1. Data Sheet – Load Data Format A307-000-16-50-DS-1002 A
2. Vendor Data Requirement (Electrical) A307-IUY-16-50-VR-4500 A
3. Data Sheet – Motor A307-000-16-50-DS-0501 B
4. Technical Check List (Electrical) A307-0IY-16-50-LL-4500 A
5. Specification for MV Induction Motors 6-51-0032 4
6. Inspection & Test Plan for MV Motors 6-81-1032 2

Format No. EIL 1641-1924 Rev.


Page 130 of 3881 Copyright EIL – All rights reserved
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied,
exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1650-1281-A4-210 X 297

ELECTRICAL LOAD DATA

NOTES: -

1. Vendor shall fill the details of all electrical power consumer loads, which are included in the scope of this MR and submit with the offer.

ENGINEERS INDIA LIMITED Project: INTEGRATED REFINERY


NEW DELHI EXPANSION PROJECT Load Data DOCUMENT NO. Date Rev

Client: M/s BPCL-KR


A307-000-16-50-DS-1002 25.06.2012 A
Sheet 1 of 3
Page 131 of 388
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied,
exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1650-1281-A4-210 X 297

MOTOR
S.NO TAG NO. SERVICE Make Type of Applicable standard Motor Kw Duty No. of Type
enclosure for hazardous area poles designation
(continuous
application for cooling
/intermittent)

ENGINEERS INDIA LIMITED Project: INTEGRATED REFINERY


NEW DELHI EXPANSION PROJECT Load Data DOCUMENT NO. Date Rev

Client: M/s BPCL-KR


A307-000-16-50-DS-1002 25.06.2012 A
Sheet 2 of 3
Page 132 of 388
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied,
exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1650-1281-A4-210 X 297

OTHER ELECTRICAL LOADS


S.NO TAG NO. SERVICE Make Type of Applicable standard Rated KW Duty Voltage
enclosure for hazardous area
(continuous
application
/intermittent)

ENGINEERS INDIA LIMITED Project: INTEGRATED REFINERY


NEW DELHI EXPANSION PROJECT Load Data DOCUMENT NO. Date Rev

Client: M/s BPCL-KR


A307-000-16-50-DS-1002 25.06.2012 A
Sheet 3 of 3
Page 133 of 388
Datasheet No.
DATA SHEET
A307-000-16-50-DS-0501
MEDIUM VOLTAGE SQUIRREL CAGE
Rev : B
INDUCTION MOTOR
Page 1 of 1
PURCHASER's DATA
A. Site conditions
1 Ambient temperature, minimum: 1 °C 3 Atmospheric condition: Humid & highly corrosive
maximum: 46 °C 4 Altitude: Humid & highly corrosive
< 1000 m
design: 45 °C 5 Location: <Outdoor
1000 m
2 Relative humidity: 30-100 % 6 Outdoor
B. Technical particulars
1 Motor tag no.: 14 Insulation class: F (temp rise limited to class B)
2 Driven equipment name: 15 Hazardous area classification: Refer job spec
3 Voltage: 415 V ±10% 16 Gas group: Refer job spec
4 Phase: 415 V ±6%
Three 17 Type of explosion protection: Refer job spec
5 Frequency: Three
50 Hz ±3% 18 Type of ingress protection: IP 55
6 Fault level: 5050kAHz ±3% 19 Color shade: 632 as IP
per23IS 5
7 Method of starting: 50 kA
D.O.L. 20 Thermisters: Required 632 as Notper IS 5
required
8 Winding connection: D.O.L.
Delta 21 RTD: Required Not required
9 No.of terminals: Star
6 22 BTD: Required Not required
10 Cable size: 3Later mm² 23 RTD/BTD monitoring device: Required
11 Cable type: Cu/Al cond. PVC insulated Not required
12 Temperature rise: AYFY 75 °C 24 Applicable specification: EIL spec. 6-51-0032
13 Cooling: TEFC EIL spec. 6-51-0032
DRIVEN EQUIPMENT MANUFACTURER's DATA
1 Suggested motor rating: kW 9 Torque required, starting: mkg
2 Manufacturer: maximum: mkg
3 BkW at full load: kW 10 GD2 of eqpt., including flywheel: kgm2
4 kW at end of curve: kW excluding flywheel: kgm2
5 Speed: RPM 11 Thrust, up: kg
6 Rotation viewed from coupling end: down: kg
7 Driven equipment: 12 Starting condition:
8 Coupling type:
MOTOR MANUFACTURER's DATA
1 Rating: kW 16 Space heater-Voltage/Power (Note-2): 1Ph, 230V AC/
2 Manufacturer: 17 Efficiency at, 75% Load: %
3 No. of poles: 100% Load: %
4 Frame designation: 18 Power factor at, 75% Load:
5 Full load speed: RPM 100% load:
6 Mounting: 19 Moment of inertia, GD2: kgm2
7 Full load torque (FLT): mkg 20 NDE bearing type & no.:
8 Starting torque: % of FLT 21 DE bearing type & no.:
9 Break down or pull out torque: % 22 Type of lubrication:
10 Full load current (FLC): A 23 Weight of motor: kg
11 Starting current at 100% voltage: % of FLC 24 Thermisters, quantity: no.
12 Rotation viewed from coupling end: make: type:
13 Starting time at, 75% voltage: sec. 25 RTD, quantity: no.
100% voltage: sec. make: type:
14 Locked rotor withstand time (cold/hot) at, 26 BTD, quantity: no.
75% voltage: sec. make: type:
100% voltage: sec. 27 Shaft voltage: V
15 Time (Te) for Increased Safety motors sec. 28 Critical speed, 1st/2nd stage: RPM
at 100% Voltage 29 Canopy : Required Not required
Notes :
1 Starting time calculations shall be based on operating conditions specified on Material Requisition eg. open valve
condition/ closed valve condition, at no load/full load, as applicable.
2 For motors rated 30kW and above.

B 13.07.2012 Revised & Reissued with MR AKG SD BRB


A 11.06.2012 Issued with MR AKG SD BRB
Rev. No. Date Purpose Prepared by Checked by Approved by

Format No. 1650-687 Rev.3


Page 134 of 388 Copyrights EIL - All rights reserved
TECHNICAL CHECKLIST DOCUMENT No.
(ELECTRICAL)
INTEGRATED REFINERY EXPANSION PROJECT
A307-0IY-16-50-LL-4500 Rev. A
BPCL-KR Page 1 of 1

BIDDER’S
S.No. CHECK POINT / QUERY
CONFIRMATION/ANSWERS
1. Have you noted the scope of supply as per Electrical Job
specification (Doc.No:A307-0IY-16-50-SP-4500 Rev-A) and
agree to supply materials and services according to that.
Please confirm compliance.
2. Have you noted that all electrical equipment shall be minimum
Ex-de suitable for Zone-2 Gas Gr IIC Temp Class T3?
Please confirm compliance.
3. Have you filled up the datasheet for motors and load data as
per the attached data sheets (Doc.No:A307-000-16-50-DS-
1002 Rev A & A307-000-16-50-DS-0501 Rev B)?
Please confirm compliance.
4. Deleted
5. Have you provided the details of emergency electrical power
requirement (if any) for the auxiliary equipment provided with
the motor/pump?
Please confirm compliance.
6. Please inform if the offered package equipment require any
special tools & tackles for maintenance. If yes, have you
attached the list of such tools & tackles being supplied for the
package?
Please confirm compliance.
7. Please inform if the offered package equipments require,
spares for two years of operation and maintenance than the
minimum requirement indicated in the Electrical Job
Specification (Doc.No:A307-0IY-16-50-SP-4500 REV-A).
Have you attached the list of all recommended spares
(including the minimum requirement as said above) for two
years of operation and maintenance with unit price?
Confirm compliance.
8. Deleted
9. Please confirm compliance to 6-51-0032 for technical
Specification for MV Induction Motors (to the extent
applicable).

A 08.05.2014 ISSUED WITH MR SB GS PS

Rev. No Date Purpose Prepared by Checked by Approved by

Format No. EIL 1641-1924 Rev.


Page 135 of 3881 Copyright EIL – All rights reserved
Page 136 of 388
Page 137 of 388
Page 138 of 388
Page 139 of 388
Page 140 of 388
Page 141 of 388
Page 142 of 388
Page 143 of 388
Page 144 of 388
Page 145 of 388
Page 146 of 388
Page 147 of 388
Page 148 of 388
Page 149 of 388
Page 150 of 388
Page 151 of 388
Page 152 of 388
Page 153 of 388
LIST OF ATTACHMENTS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-LL-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 1 of 1

S. No. Document No. Rev. Date


DOCUMENT
1. A307-0IY-16-51-SOW- 10.03.14
Scope of work A
1018
2. Job Specification A307-0IY-16-51-SP-1018 A 10.03.14
3. Mandatory spares A307-0IY-16-51-SL-1018 A 10.03.14

4. A307-0IY-16-51-VDR- 17.03.14
Vendor Data Requirements A
1018
5. Instrument connections on vessel, A307-000-16-51-IS-01 1 17.08.12
standpipe and tanks
6. Instrument Connection on Pipes 7-52-0002 2 13.04.07

7. Thermowell 7-52-0035 3 21.03.12

8. Thermocouple/ RTD assembly with 7-52-0036 19.07.11


3
thermowell
9. Standard specification for package units 6-52-0052 2 29.06.09

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


Page 154 of 388
SCOPE OF WORK SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SOW-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 1 of 7

SCOPE OF WORK

FOR

SOUR FLARE STACK COMPONENTS

(MR No: A307-0IY-LS-MR-4500)

A 10.03.14 Issued for bids AK DP PS

Rev. Prepared Checked Approved


Date Purpose
No by by by

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


Page 155 of 388
SCOPE OF WORK SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SOW-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 2 of 7

By Package
Sr. No. Description By Purchaser
Vendor
1.0 Overall Scope of work
1.1 Design, engineering, procurement, testing,
factory acceptance, supply and transportation of
Package Unit.
1.2 Site activities eg. site transport, site testing,
installation, calibration, pre-commissioning, loop
checking, and commissioning of package unit.
1.3 Site assistance during site installation, testing,
calibration, pre-commissioning, loop checking
and commissioning.
1.4 Site acceptance test of complete package and
guarantee runs, as applicable.
2.0 Detailed Scope of Work
2.1 Basic Engineering Activities
2.1.1 Basic design, sizing, selection (Type, material,
range etc), specifications / data sheets, of
complete instrumentation including associated
NDT requirements as per package requirements
2.2 Detailed engineering, procurement and supply of
all instrumentation equipments and related
activities (as applicable) for;
2.2.1 Instruments as per package requirements
2.2.2 Local control panel / FFG Panel and instrument
gauge boards, Junction boxes, complete with all
instruments, as per package unit requirements.
2.2.3 Complete hardware and software for the fully
engineered control system as per package
requirements, such as;

a) Distributed Control System

b) Programmable Logic Controller


(Existing
c) Any other (Relay based FFG panel) modification)
2.2.4 Complete application engineering of Package
unit instrumentation for control system supplied
by others (control system not in package vendor
scope) as per package unit requirements.
2.2.5 Field-bus instrumentation (when specified in
Package / Tender) including;

a) Complete field engineering including N.A.


supply of field-bus components, field-bus
segment and spur cables.

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


Page 156 of 388
SCOPE OF WORK SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SOW-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 3 of 7

b) Complete field engineering as per field-


bus field components supplied by
purchaser.

2.2.6 Supply of all type of cables (e.g. signal, control,


power, serial, etc) as per specifications and
actual requirements;

a) Within the Package Unit battery limits.

b) Between vendor supplied instruments to


Package battery limit Junction Boxes /
Local Control Panels/ FFG Panel.

c) All serial cables within or outside the


package battery limit.

d) Between Package battery limit Junction


Boxes / Local Control Panels/ FFG Panel
to ETP Control Room.

2.2.7 Interface engineering for the package


instrumentation with sub-packages and
purchaser's control system including supply of - -
interface junction boxes.
2.2.8 Complete installation material including cables
and accessories, junction boxes, pipes/tubes,
fittings, valves and valve manifolds, stanchion,
instrument supports, cable trays / ducts, (except cable
prefabricated canopies for instruments, channel duct/ trays)
base for local panel / system cabinets / consoles,
heat tracers, insulation material, etc as required.
2.2.9 Complete analysers / analyser system, as N.A.
necessary, as per package requirements.
2.2.10 Engineering for construction / installation
including preparation of all construction drawings
and documents.
2.2.11 Power supply distribution and related engineering
for package vendor supplied items
2.3 Statutory approvals, as applicable (CCOE, IBR
etc.)
2.4 Factory Testing and Acceptance related activities

2.4.1 Factory testing, calibration and acceptance as


per package requirements for;

a) All instruments and related accessories.

b) Analysers and related accessories.

c) Local control panel/ FFG panel and related


accessories.

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


Page 157 of 388
SCOPE OF WORK SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SOW-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 4 of 7

d) Control system and related equipments.

e) Any other instrumentation item not specifically


covered above.
2.4.2 Participation in factory acceptance testing of
control system (when control system is not
supplied by Package vendor), and testing as per (Note 3.8)
engineering documents supplied by package
vendor.
2.5 Installation related activities

2.5.1 Installation of all instruments and their


accessories in package scope of supply including
instrument hook-up;

a) Within pre-fabricated skid units.

b) For non-skid mounted items within the


package battery limits.

2.5.2 Installation of local control panel and gauge


boards, as applicable, including supply of all
installation material as required;

a) Within pre-fabricated skid units

b) Non-skid mounted local control panel and


gauge board (if any) items but within the
package battery limit
2.5.3 Installation of analysers / analyser system and
their accessories, as applicable. - -

2.5.4 Installation of control system and related


accessories, supplied by vendor, as per package
requirements

2.5.5 Laying of all type of cables for package vendor


supplied items and cables supplied by package
vendor including special cables, system cables
etc;

a) Within pre-fabricated skids up to the


interface junction boxes.

b) Outside the pre-fabricated skids but within the


package battery limits.

c) Between package battery limit to SRR-1.

d) Between the contractor’s supplied items within


the package battery limit to FFG panel.

e) Any other cable not specifically indicated

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


Page 158 of 388
SCOPE OF WORK SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SOW-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 5 of 7

but required to complete the instrumentation


related activities.
2.5.6 Instrument air and its distribution within the
package unit battery limit, as required.

2.5.7 Utility distribution, as required, within the battery


limit of the package (such as cooling water,
nitrogen, steam) specifically required for
Instrumentation activities.

2.5.8 Earthing / grounding system for package


instrumentation items, such as;

a) Instruments, analysers, local panels, gauge


board, junction boxes etc supplied by package
vendor

b) Control system supplied by package vendor (Note-3.7)

c) Integration with plant earthing system


2.5.9 Auxiliary installation related activities necessary
for instrumentation eg.;

a) Heat tracing of impulse lines and instruments


within package battery limits.

b) Insulation of impulse lines and instruments as


applicable with package battery limit.

c) Painting of impulse lines, instrument trays /


ducts, structural members, supports within
the package battery limit.

2.5.10 Power supply and its distribution;

a) Power supply up to battery limit for


instruments / analysers / control system
(destination load center as local control panel
/ local control room / local panel as
applicable).

b) Distribution of power supply within the battery (Note-3.9)


limit of package (e.g. for instruments,
analysers, local control panel, sub-packaged
items etc.

c) Distribution of power supply for control


system installed in purchaser’s control room

2.6 Field testing, calibration, loop checking, pre-


commissioning and commissioning activities;

a) Field testing, calibration and loop checking of

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


Page 159 of 388
SCOPE OF WORK SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SOW-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 6 of 7

package vendor supplied items.

b) Pre-commissioning and commissioning of


complete package along with control system.

c) Only pre-commissioning and commissioning


assistance

2.7 Site acceptance testing for complete


instrumentation fully integrated as per contract
requirements.
2.8 Co-ordination activities;

a) Coordination with purchaser during


engineering, procurement, factory testing, site
activities and site acceptance testing.

b) Coordination with various vendors /


contractors / manufacturers / sub-packaged
vendors etc associated with package
instrument supplies and services.

c) Coordination with suppliers of special


instruments / instrumentation items,
analysers, control system etc for availability of
their specialist during start-up and
commissioning.

2.9 Documentation as per Package requirements;

a) For all instruments, analysers, equipments,


control system as per package requirements.

b) System engineering documentation for


control system and related equipments as per
package requirements.

c) As-built documentation for the complete


instrumentation system as per package
vendor scope.

2.10 Spares and spare parts (Note 3.5 & 3.6)

a) Engineering spares as defined in the (Modification


package. in FFG panel)

b) Mandatory spares as per package


requirement.

c) Consumable spares as per package


requirements.

d) Start-up and commissioning spares as


per package requirements.

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


Page 160 of 388
SCOPE OF WORK SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SOW-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 7 of 7

2.11 Warranty and warranty maintenance for


Instrumentation items.
2.12 Post-warranty maintenance for instrumentation N.A
items.
3.0 RESIDUAL ENGINEERING

3.1 The package contractor shall be responsible for carrying out the basic engineering for
proceeding with detailed engineering for all instruments shown within flare system
battery limits in P&ID nos. A166-02-41-IUY-1118 attached elsewhere in the package
and including any other instrumentation required for the safe, efficient and smooth
operation of the sour flare system, instrument sizing, utility consumption, specifying
derived data in process data sheets, type and material selection of instruments
wherever required. This shall also include actual transfer / implementation of the
information provided in the form of notes in P&IDs and instrument data sheets /
equipment data sheets and other documents provided in the requisition.

3.2 The package contractor shall thoroughly review and approve vendor drawings for all
instruments and accessories before forwarding to EIL/Owner. Only the approved
drawings duly stamped and signed by a competent engineer of the package contractor
shall be sent to EIL/Owner for review. Scope shall also include review of post order
vendor drawings and documents for all the instruments being supplied. The package
vendor shall submit all instrument specifications and data sheets on ISA formats

3.3 The procurement of all instruments shall be strictly from the manufacturers listed in
EIL/Owner approved vendor list included elsewhere with the MR. If EIL/Owner vendor
list does not cover some instrument items, the package vendor shall submit the sub-
vendor list for such instrument items for EIL/Owner approval

3.4 The vendor documents for all instruments shall consist of specifications / data sheets,
special instructions, make / model nos. of instruments along with technical catalogues,
type test certificates from statutory authorities, standard specifications, inspection and
testing requirements, quality requirements, deviation list etc. In case of any deviation
from MR requirements, the same must be clearly stated in the deviation list along with
reasons for the same. In case of no deviation, ‘NO DEVIATION’ shall be written in the
deviation list. In case deviation is not clearly stated in the instruments specifications
and detected in later stage after review of the vendor documents, the package vendor
shall be responsible for any implication to resolve the deviation.

3.5 Bidder shall quote separately for recommended spares for 2 years operation.
Consumable spares, startup and commissioning spares as required shall be provided.

3.6 Bidder shall provide the Mandatory Spares as 10% or one of each type. Where the
word ‘TYPE’ means the Make, Model no., Type, Range, Size/ Length, Rating, Material
as applicable.

3.7 Design & supply of instruments/hardware for earthing requirements to be provided by


bidder like earthing cable, bus bar, electrodes etc., however installation of the same
shall be by purchaser.

3.8 415 VAC, 3 phase Emergency power supply already available at field on existing FFG
panel. Same to be used for modification of FFG panel also. Further conversion to
different voltage levels & distribution shall be in bidder’s scope.

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


Page 161 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 1 of 19

JOB SPECIFICATIONS

FOR

SOUR FLARE STACK COMPONENTS

(MR No: A307-0IY-LS-MR-4500)

A 10.03.14 Issued for bids AK DP PS

Rev. Prepared Checked Approved


Date Purpose
No by by by

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


Page 162 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 2 of 19

Sr. Description Properties Requirement


No.
1.0 General

1.1 Location Safe Area


Hazardous area
1.2 Area Classification Zone 1 – Gas Group IIA/IIB
Zone 1 – Gas Group IIA/IIB/IIC
Zone 2 Gas Group II A,B Temp class T3
Zone 2 Gas Group II A, B, C, Temp class T3
Any other
1.3 Type of Electronic
Instrumentation Pneumatic
1.4 Type of Instruments Conventional
Smart
Field-bus
1.5 Type of Control Valve Actuators
Pneumatic
Electrical
Electro – Hydraulic
Any other
1.6 Type of hazardous area protection
Instruments Intrinsically safe (Note-2)
Flame proof (Note-2)
Non incendive
Any Other
Analysers Flame Proof -
Purged -
Any other -
Solenoid Valves Intrinsically safe
Flame Proof (Note-2)
Any Other
Process Switches Intrinsically Safe
(Not Applicable) Flame Proof
Any other
1.7 Operational Requirements
Main operational Local panel (FFG panel)
Interface Location Local control Room
DHDS control Room
Any Other
Control and Monitoring
a) Type Skid Mounted System
Panel Mounted Instruments
Dedicated Control System
Purchaser's Control System (Note-2)
b) Location of panel Local Gauge Board
mounted Local Control Panel (FFG) (Existing to
instruments be modified)
Main Control Panel
Any other
c) Location of Local Control Room

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


Page 163 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 3 of 19

Dedicated Satellite Rack Room (SRR-1)


Control System Main Control Room
Any other
d) Interlock & PLC based System
Shutdown System Purchaser's PLC based System
e) Location (if Skid mounted
dedicated)
Local Control Panel
Local Control Room
Satellite Rack Room
Main Control Room
Purchase control system
Location (if Main control room
Purchaser's Control Satellite Rack Room
System)
1.8 Cable Distances
Package battery limit and local control panel/ 250m
FFG
Local control panel / package and 1090m
Satellite rack room. (Approx.)
Local control panel / package and
local control room.
Local control panel / package and main
control room
Local control room / Satellite Rack room and
main control room
1.9 Signal Routing Philosophy
Junction boxes at battery limit
Local Control Panel
Any Other
1.10 Logic Representation ISA
Any Other
2.0 Control and Monitoring System (In Purchaser’s Scope)

2.1 Type of System Distributed Control System


Programmable Logic Controller
Any Other
Location Local Control Room
DHDS Control Room
Satellite Rack Room
2.2 Functional Control algorithm
Requirements Date Acquisition
Interlock logics
Alarm Management
Historisation
Dynamic Graphics
Logging & Report Generation
Any other
Configuration - Single
- Dual redundant
- Any other
Configuration Type

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


Page 164 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 4 of 19

Controller response time


- 250 m.sec
- 500 msec
- Any other
Control processor loading
– Less than 60%
– Any other
Power supply - Dual Redundant
- Single
Console requirements
Type of Consoles
- Desk Console type
- Table Top
- Any other
No. of Operator Console
No. of operating screens
- 2 Nos.
- 3 Nos.
- Any other
No. of Engineering Console
No. of Engineering Screens
- 1 No.
- 2 Nos.
- Any other
Type of video screen Flat CRT
TFT
Any other
Screen Size - 21"
- Any other
Hardwired console
- Required
- Not required
Printers
Hard copier
3.0 Interlock and Common with control and monitoring system
Shutdown Separate from control and monitoring system
System
(Purchaser’s Scope)
Type of System Electromechanical relays
Programmable Logic Controller (Note-2)
Location Local Control Room
Satellite Rack Room
Main Control Room
Local Panel
PLC Response Time 100msec
250msec
500msec
Processor Loading 60%
Screen type Flat CRT
TFT

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


Page 165 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 5 of 19

Sequence of event 1msec


resolution 100msec
250msec
Functional Logic execution
requirements Dynamic Graphics
Sequence of event
Historisation
Any other
Configuration Simplex
Dual Process Single I/o
Dual Process dual I/o
Dual process dual tested I/o
Quad Configuration
Triple Modular Redundant (TMR)
Power Supply Redundant
Safety level SIL – 2
SIL – 3
TUV AK 6
TUV AK 5
Any other
Interface with Serial
Purchaser's control Mod Bus (RTU)
system Hardwired
Any other
4.0 Local Panel Requirement

4.1 Panel Type Purged


Weather proof
Explosion proof type
4.2 Constructional Details
a) Type Free Standing
Wall mounted
b) Enclosure Type Flameproof, IP 65
Purged type
Weatherproof, IP65
c) Door Front
Rear
d) Cable Entry Bottom
Side
4.3 Power supply distribution (Note 1.1)
a) Incoming switch & Required
Fuse Not required
b) Switch fuse for Required
each Not required
consumer
c) Power indication Required
on panel front Not Required
4.4 Controllers
a) Type P based
Single Loop
b) Scan Time 250msec

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


Page 166 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 6 of 19

Any other
4.5 Indication
a) Type P based
Single Loop
Loop Indicators
4.6 Alarm Annunciator
a) Type Solid State
P based
Vendor standard
b) Hazardous Intrinsically safe
Protection Safe area
Flame proof type
Any other
c) Indicators Flame proof Lamps
WP Lamp assembly
High intensity LED
LED Cluster
Any other
d) Switches and Push Flame proof
Button
e) Emergency Button Push type with Mushroom head
Pull type with Mushroom head
Any other
Current / Voltage indication
Current Transducer
Voltage transducers.
4.7 Panel Cooling Required
Not Required
a) Type Dedicated AC (Ex-proof)
Vortex Cooler
5.0 Field Instrumentation

a) Type of Conventional
Transmitters Smart
Field Bus
b) Type of Pneumatic
Positioners Smart
Field Bus
c) Flow Element type Orifice
Flow nozzle – HP steam
Venturi
Suction /Discharge
Others – as per requirement
(as per P&ID)
Sizing ISO 5167
d) Level Instruments
Type – Other than Displacer Type
Tanks Guided Wave radar up to 1500mm

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


Page 167 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 7 of 19

Differential pressure transmitter above


1500mm
Others
Tanks Radar Type
Servo Type
Others
Level Gauges Transparent
Reflux
Others
e) Temp. Instruments
Element Type Thermocouple, ungrounded type
RTD
f) Temperature Field mounted (Remote mounted)
transmitter Control Room mounted
g) Sensor's for Process switches
Shutdown Transmitters - For all
- For low DP /
Low pressure
- Flow
- Temperature
6.0 Anti Surge Controller (Not Applicable)

a) Type Dedicated
With Control System
µP based
Conventional
b) Scan time ≤ 100msec.
Any other
c) Configuration Single loop
Dedicated facial
Multi loop
d) Programming / From facia
Program
modification
e) Serial interface Serial
with Mod Bus (RTU)
Main Control Any other
System
7.0 Machine Monitoring (Not Applicable)
Type of Sensors Proximity Probes
(Except. Any other
Temperature)
Temperature Sensors RTD Pt. 100
Thermocouple
Vendor Standard
Control Module Local Control Panel
Location
Satellite Rack Room / Local Control Room
Mini Control Room
Indicators Local Control Panel
Satellite Rack Room / Local Control Room

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


Page 168 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 8 of 19

Mini Control Room


Serial Interface Required
Not required
Connectivity with Required
machine monitoring Serial Hardwired
system
Vendor
Outputs Serial Mod-Bus (RTU)
4 20 mA for each
Parameter
Contact for shutdown
8.0 Installation and Installation material (Note-6)
Installation Impulse Pipe
Line Tube
Type of Instrument Globe
isolation Valves Quarter turn Ball
Gate
Vent/Drain Valves Globe
Gate
Ball
Hook Ups Prefabricated with manifolds
Remote (Piping with - For PT and FT
tubing at end) - For DPT with tubing at end
Valve Manifolds - For Level instrument, DPT
- For PT and FT in utility services -
For DPT Type - 3 Valves
- 5 Valves
For PG - 2 Valves
- Prefabricated
For PT Type - 2 Valves
Cable Routing - 5 Valves
- Prefabricated

Main Duct (Galvanized)


Main Tray
Branch Tray
Type of trays Galvanized Mild steel Perforated
GRP Trays
Canopy Pre-fabricated FRP
For all field instruments
9.0 Spares Philosophy
9.1 Mandatory spares
9.1.1 Predefined Spares (for instruments)Required Note-4
Not Required
9.1.2 Consumable Spares Required Note-4
Not Required
9.1.3 Commissioning Spares Required Note-4
Not Required
9.2 Two Years spares for operation and Required Note-4
maintenance

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


Page 169 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 9 of 19

10.0 Special Requirements


10.1 Limit Switches Proximity type IS Limit switches
10.2 Signal cables Armoured -2, 5
10.3 Control Cables Armoured -2, 5
10.4 Special Cables/ Armoured Note-2, 5
Serial Link Cables
10.5 All interconnecting Armoured
cables between
contractor supplied
systems
10.6 Junction Boxes Material: LM6 alloy/ SS (on flare stack)
As a standard suitable for 12 pair cables
with 1-1/2” NPT (Bottom entry)
As a standard weatherproof and Ex-proof -7
10.7 Ferruling JB Heat shrinkable printed sleeve type
10.8 Cable Glands Material: Nickel plated brass
11.0 Field bus requirements
Fieldbus Cables
Junction Boxes Stainless Steel

General Note:
1) Scope of work for the complete Package shall be as per A307-0IY-16-51-SOW-1018.
2) Refer Standard specification for package unit (6-52-0052) and other standard
specifications attached with the tender.

Notes:
1) Utility Supply
1.1 Power supply for operation shall be as follows:

a) Control System at FFG Panel:


110 V AC (UPS) ± 10%, 50Hz ± 3Hz (Grounded) derived from 415V AC, 3-
phase supply.
b) Utility/ Illuminators for panel:
240V AC (NON UPS), 50Hz
c) Supply for transmitters, solenoid valves and Interrogation voltage for
interlocks:
24 V DC ±1 V DC

415VAC, 3 phase Emergency power supply already available at existing FFG local panel.
All the additional power required for modification of FFG panel shall be derived from the
same. Further conversion to different voltage levels & distribution shall also be in
Contractor‟s scope.
Contractor shall indicate the power consumption for 415VAC, 3 phase emergency power
supply for modification of FFG Panel, along with the bid proposal.

1.2 Instrument air at 3.0 kg/cm2 g normal pressure (Mechanical design pressure: 10.5 kg/cm2
G & minimum pressure: 3 kg/cm2 G) shall be available in the unit. Contractor shall select
the instruments accordingly and shall indicate the instrument air consumption for the
package. Instrument air shall be given one place in the field by purchaser; further
distribution shall be by Contractor.

2) Refer Annexure-1 for details

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


Page 170 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 10 of 19

3) Process switches shall not be provided for any application. i.e. Flow, Pressure, Diff
Pressure, Level, Temperature. Only transmitters shall be provided. This shall override any
requirement specified elsewhere including process package.

4) Refer List of Mandatory spares (A307-0IY-16-51-SL-1018). Contractor shall separately


quote for 2 Years Operational & Maintenance spares.

5) Control cables, Signal cable shall be black for Non–IS. All signal and control cables shall be
FRLS type and shall have PE as primary insulation except for cables from Flare stack to
FFG panel/ Junction boxes. Flame retardant and fire resistant cables shall be used for all
the flare stack instruments to FFG panel/ Junction box at grade level. Instrument electronic
signal & alarm cables, single pair shall be 1.5 mm2 and multi pair shall be 1.5 mm2 twisted
in pair overall shielded with aluminum Mylar tape with drain wire and armoured. Control
wiring for actuating devices and solenoid valves of the interlock and shutdown system shall
also be 1.5 mm² armoured cable, overall shielded with aluminum Mylar tape with drain wire
for both single as well as multipair.
Weatherproof cable gland used for IP 65 junction boxes shall also be “WP” to IP 65 as per
IS/IEC 60529 and certification shall be as per IS/IEC 60079. Weatherproof and flameproof
cable gland shall be used in flameproof junction boxes

6) Kindly note the following points regarding Instrument Installation :

(a) For Non-congealing Hydrocarbon services as well as utility services (except steam
which shall be closed coupled with 5 valve manifold), standard bought out Pre-
fabricated (with 5 valve manifold for flow and 2 valve manifold for PT) & pretested
hook-up for all flow (dP) transmitters, Pressure transmitters shall be used. These
hook-ups shall be basically close coupled instrument hookup integral type
complete with instrument root valve, equalizing valves, oval flange adaptors, vent,
drain pre-tested and pre-engineered ready for installation. All drain connections of
pre-fabricated & pre-tested hook-up for pressure transmitters shall be provided
with connector, tube and tubing cap for remote draining.
(b) 2 valve integral manifold along piping standard shall be considered for Local
Pressure gauges.
(c) Separate Vent/Drain valves are not required when 5 valve manifolds / pre-
fabricated and pre-tested hook ups are used for DP type flow transmitters
(d) Remote Instrument Installation shall be used for Level and Differential Pressure
Transmitters (DPTs) with hybrid standard (i.e. complete piping with tubing at the
end). Vent / drain valves shall be gate valve and isolation valve shall be globe
valve.
(e) For pre-fabricated and pre-tested hook-up, first isolation valves shall be part of
hook-up and it shall be miniature type quarter turn ball valve with metal seated/
soft seated as per process pressure/ temperature condition. For all other
installation, the first isolation valves of piping shall also be quarter turn ball valves.
(f) The material of construction for the complete assembly of pre-fabricated hook-up
shall be SS 316 as a minimum unless more stringent materials are required as per
process conditions and PMS.
(g) Field transmitter supports should be properly clamped to the pipe for pre-fabricated
hook-up, wherever required. No air gap shall be kept between support clamp and
pipe.
(h) Vendor shall follow EIL installation standard for instrument hook-ups, which shall
be provided during detailed engineering.
(i) For seal oil, lube oil services tubing installation for instrument is also acceptable.

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


Page 171 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 11 of 19

7) Flame proof (Exd) Junction box shall be provided for Non-IS signals, and for IS-signal
weather proof JB to IP-65 shall be provided. All junction boxes shall be located by
Contractor in the battery limit of Flare System Package. Following shall be taken care for
the junction boxes:
Sizing shall be done with due consideration for accessibility and maintenance in
accordance with the following guidelines:
(a) 50 to 60 mm gap between terminals and sides of box parallel to terminal strip for
up to 50 terminals and additional 25 mm for each additional 25 terminals.
(b) 100 to 120 mm between two terminal strips for up to 50 terminals and additional
25 mm for each additional 25 terminals.
(c) Bottom/top of terminal shall not be less than 100 mm from bottom / top of the
junction box.

8) All Cable glands are to be provided with Slipper type PVC sleeves (cable shrouds).

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


Page 172 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 12 of 19

ANNEXURE-I
SPECIFIC JOB REQUIREMENT FOR SOUR FLARE SYSTEM COMPONENTS

1.0 GENERAL

1.1 The purpose of this specification is to define the job requirements & philosophy of
instrumentation & control for Flare system components as per P&ID‟s and other
documents, as given herein and elsewhere in this requisition.

1.2 This specific job requirement shall be read in conjunction with Job Specification
“A307-0IY-16-51-SP-1018”, Standard specification for Package Unit “6-52-0052”,
other instrument standards, datasheet etc. with the package for applicable
instruments items/systems.

1.3 In case of any conflict between the specification and related standards and codes
and another attachment to this package, the contractor should follow the following
document in the order of their priority for instrumentation.

a) Instrument Job specification / Specific Job Requirement/ Scope of work &


Supply
b) Standard Specification and installation standard.

However contractor shall refer such discrepancies to purchaser / consultant for


further clarification and only after obtaining the same should proceed further.

1.4 Contractor shall, categorically, list out clause wise deviation to this specification and
enclosed standards, if any, along with bid proposal. In absence of which it will be
assumed as total compliance to this specification.

1.5 Pressure rating of control valves and on-off valves body and flanges shall be
minimum 300# rating or as per respective piping specification whichever is higher.

1.6 Instrument connection on vessels, standpipes and tanks shall be as per A307-000-
16-51-IS-01 and Instrument connection on pipes shall be as per 7-52-0002. The
minimum rating of all instrument nozzles on the vessels shall be 300#.
Equipment/Standpipe connection and first Block Valve for D.P Instrument on vessel,
Pressure/ Level / thermowell for temperature Instrument on vessel and equipment
are to be considered as 2” Flanged. However, Water Seal Drum nozzles pertaining to
Level Instruments shall be 3” size.

1.7 Local panels, junction boxes terminals shall be screw less clamp – on type.
Ferrules used shall be single sleeve with source destination type. Cross ferruling
philosophy shall be followed for wiring.

1.8 All cables including spare pair / core shall be terminated inside control panels and
no loose cables shall be allowed. All cables shall be glanded in control panels.

1.9 All solenoid valves shall be auto reset type.

2.0 Control system philosophy:

2.1 Monitoring and Control of existing flare system shall be through DCS and interlock &
shutdown shall be through PLC. Existing DCS/PLC are installed at SRR-1 &
monitoring is from DHDS control room.

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


Page 173 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 13 of 19

2.2 All indications, controls, alarms and interlocks pertaining to the modified flare stack
shall be performed in the existing Flame Front Generator (FFG) control system
located at Local panel. Accordingly existing FFG panel to be modified. In addition,
repeat indication of flare stack components signals from FFG panel shall also be
made available for purchaser control system.

Existing FFG control system shall be electromagnetic relay based. Any additional
components like relays, lamps, push buttons etc required due to flare stack
modification shall be provided by the bidder in the new ex-proof JBs.

2.3 For smart remote output meters located at field, looping shall be either through 3
ways JB or via transmitter test terminals for open loops. In case of closed loops and
interlocks, remote output meter at field signal shall be provided from AO card of the
control system.

2.4 The control and monitoring signals required to be connected to purchaser DCS shall
be implemented at purchaser DCS as per the document provided by contractor.
Contractor shall provide the I/O count for the signals connected to the purchaser‟s
DCS system along with the different type of signals like Digital Inputs & Outputs,
Analog Inputs & Outputs etc. The completeness and correctness of the document is
contractor‟s responsibility.

2.5 Temperature transmitters shall be provided for all temperature elements in both
closed as well as open loops except for signals connected to FFG Panel and shall be
remote field mounted type. Temperature transmitters connected with DCS open and
closed loops (except interlocks) shall be Smart type. Temperature transmitter shall
be provided with dual compartment type.

3.0 Thermowell and flanges shall be of minimum SS 316 or better material to suit the
service condition. Minimum 300# rating shall be considered for all thermowells.

4.0 Multi-pair cable entry to junction boxes shall be from bottom while single pair cable
entries shall be from side.

5.0 Burn back thermocouples & Flare tip thermocouples:


“K” type thermocouple shall be used for temperature measurement up to 1200 °C.
For higher temperatures, „S‟ type shall be used. These shall be ungrounded type.
Thermocouples shall be duplex type. Thermocouple sheath material shall normally
be SS316 as a minimum. Inconel 600 sheath shall be selected for temperatures
greater than 600 °C and up to a temperature of 1200 C. For higher temperature
suitable materials to withstand the temperature shall be used. Thermocouple
extension cable from flare stack to junction box at grade shall be Fire resistant
type.

6.0 Pressure gauges shall have over range protection up to 1.3 times maximum
pressure scale without any calibration drift.

7.0 Cable entry size for all instruments in the field shall be ½” NPT (F) only. All
Instruments, Junction boxes in field, local gauge board etc. shall be provided with SS
tag plates.

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


Page 174 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 14 of 19

8.0 Prefabricated FRP canopy shall be used for field electronic instruments, JBs as
applicable. Canopy for transmitters shall cover TOP and all 4 SIDES with transparent
door on the front.
FRP canopy shall have Acrylic window & mounting bracket plate material shall be
SS304. Color of the canopy shall be Light grey.

Typical characteristics of FRP canopy shall be following:

i) High mechanical strength


ii) Weather resistant (Resistant to most of the acids, alkalies, vapours &
fumes).
iii) UV resistant
iv) Anti Static
iv) Special rubber grommets for Cable/ Tube entry.

9.0 Only 12 pair / 8 Triad multi cables shall be used.

10.0 Solenoid valve shall be universal type and continuous rated type with class H
insulation as per IEC 85/IS 1271. Body enclosure/valve assembly shall be SS316.
Surge suppression diodes shall be integral part of solenoid valves. Solenoid valves
connected to FFG panel can be flameproof (Ex‟d‟) and suitable for 110 V AC power
supply.

11.0 On-Off valve shall be full bore type ball valve.

12.0 All SMART transmitters supplied by contractor shall be capable of configuring using
Purchaser‟s Universal Hand Held Configurator.

13.0 Flame Front Generator Panel

a) The existing FFG panel along with all electrical components, cable glands etc., is
certified flameproof for the specified area. Hence no modification to be carried in
existing FFG panel which will affect the Ex-proof certification. Any new JBs added
in the existing FFG panels shall have bottom entry for cables with cable glands. All
cable glands, connectors, terminations, accessories shall be provided by
contractor.

b) Existing FFG panel drawings shall be furnished to successful bidder during detailed
engineering. In addition to that bidder shall also visit the site to assess general
healthiness of the existing FFG panel & site conditions.

c) FFG panel shall have necessary lamps, igniter push buttons, visual alarms etc. for
lighting and manual relighting of pilot. Lamp test facility shall be provided.

d) Contractor shall provide potential free contact (24V DC, 2 A) for flame failure alarm
in owner‟s DCS for new additional signals. Contact shall be provided inside
flameproof box in FFG panel.

e) Contractor shall also provide temperature transmitter for new Burn-back


thermocouples. Transmitter can be mounted in the FFG panel.

f) Any additional components added in the FFG panel shall be installed on the free
standing gauge board type with necessary supporting legs & to be grouted on floor
concrete base near the existing FFG panel. Bottom most elevation of FFG panel
instrument shall be minimum 1.3 meters from floor. Canopy/ weather hood on top to

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


Page 175 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 15 of 19

be provided by the vendor. Weather hood on top of modified FFG panel shall be
suitably sized to protect the FFG panel and also allow maintenance of the panel, in
case of emergency, during rainy seasons at site.

g) All hinges, screws and other non-painted metallic parts shall be of stainless steel
material.

h) 20% spare terminals and spare cable entries with plugs shall be provided in modified
FFG panel.

i) Supply of cables from FFG panel to purchaser‟s DCS for monitoring shall be by
purchaser.

14.0 Any Instrument loose supplied items are to be packed separately instead of
packing the same with other mechanical items while shipping to site. Markings
shall be provided for such packings as “Instrument Items – Loose Supply”.

15.0 Junction boxes made of SS shall be supplied by the vendor for installation at
different levels of the flare for all thermocouples. All instrument cables from flare
stack to grade shall be fire resistant type (mica insulated) and shall be as per IEC-
60331 CAT-A type.

16.0 In case of any special instrument items, the installation shall be done under the
supervision of that system/ instrument vendor‟s personnel. It is the responsibility of
Contractor to co-ordinate and to make available the specialist‟s services with
qualified engineers and technicians from the original suppliers of that instrument
items at the time of installation, testing and commissioning.

17.0 Cable Philosophy

17.1 Supply of thermocouple extension cables (Fire resistant as per IEC-60331 CAT-
A type) from Flare tip thermocouples and burn back thermocouple to FFG panel
including interface junction box shall be in contractor‟s scope. Thermocouple
extension cable shall have sheath of SS 316 as minimum.
18.0 Tubing and Tube fittings

18.1 Impulse tubing size shall be ½” OD (SS 316L) and fitting (SS 316) shall be
used. For air supply 6 mm OD SS 316L tubing and SS 316 fitting shall be
considered. For steam tracing, 6 mm OD Copper tube (Wall thickness 1mm)
with brass fittings shall be used.

18.2 Tube fittings shall be Swagelok/Parker make for Hydrocarbon services.

19.0 Drawings and Documents

19.1 The package contractor shall thoroughly review and approve vendor drawings for
all instruments and accessories before forwarding to EIL/Owner. Only the
approved drawings duly stamped and signed by a competent engineer of the
package contractor shall be sent to EIL/Owner.

19.2 Softcopy of all instrumentation documentation shall be submitted in editable


format for loading into purchaser‟s Documentation Node. Contractor to ensure that

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


Page 176 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 16 of 19

all‟ final as-built instrumentation documentation are submitted as separate volume


/ section.

19.3 The package contractor shall submit all instrument specifications and data sheets
as per ISA format.

20.0 Inspection and Testing

20.1 All instruments and system oriented items shall undergo factory testing and
inspection by Contractor‟s authorized representatives, Owner and EIL, unless
specified otherwise.

20.2 The inspection and testing shall be carried out as per related specifications,
international codes and practices/ standards, approved documents and/ or any
other document attached elsewhere in this document.

20.3 Acceptable criteria for Radiography and other NDT requirements for all the
instruments/ instrument castings shall be in line with those specified in „valve /
piping specifications‟ for the similar service. Valve specifications/ piping
specifications have been attached elsewhere in this package.

21.0 Vendor List

21.1 Vendor List for Instrumentation items is provided elsewhere in the Bid package.
Contractor shall consider the instrument supplier as identified in the Vendor List.
Vendor list provided in the package is for the Make only, and not for any specific
Model. For any instrumentation item, the offered model for the same must meet the
specification and proven track record (PTR) requirement, as explained above.
Instrument Sub-vendor shall meet the enlistment conditions of EIL approval for the
Project Approved Vendor List. The EIL approval conditions are available with the
Sub-Vendors. Contractor shall follow the approval requirement.
For Instruments / items not covered in the vendor list, Contractor shall get
approval from purchaser/ owner for the vendors proposed, prior to the placement
of order.

22. Pressure Gauge

a) Pressure gauge dial shall be 6” white of non-rusting material with black figures.
Pressure gauge shall have solid front for operating pressure exceeding 60
Kg/cm2g.
b) Pressure gauge shall have 1/2" NPT (M) bottom connection.
c) Pressure gauge shall be provided with features like screwed bezel, externally
adjustable zero, over range protection and blow out disc.
d) Sensing element (bourdon tube) shall be of SS 316 and movement of SS 304,
as a minimum. Case material for pressure gauges shall be SS 304
e) Pressure gauge shall have an accuracy of ± 1% of URV (Upper Range Value)
and range shall be so selected that gauge normally operates in middle third of
the range.

23. Transmitter

a) All smart field transmitters including temperature shall be two wire type with 4-
20mA DC output and Integral LCD display (LCD display shall be configurable

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


Page 177 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 17 of 19

for both percentage as well as engineering unit display), suitable for 24 V DC,
microprocessor based and SMART type with HART protocol(latest version).
b) Accuracy of transmitters, smart as well as field bus based shall be as follows:

Type of Transmitter Range of Transmitter Accuracy for the rangeability of 1:10


Direct 760 mm WC and above Equal to or better than ±0.075%
Direct Less than 760 mm WC Equal to or better than ±0.15%
Diaphragm seal 500 mm WC and above Equal to or better than ±0.25%
Diaphragm seal Less than 500 mm WC Equal to or better than ±0.5%

The accuracy is defined as the combined effect of repeatability, linearity and


hysteresis.
c) Transmitters shall have minimum static pressure/overpressure rating of 160
kg/cm2g except for very low-range for which the static pressure will be considered
suitably based on the availability.
d) Threaded end connections shall be to NPT as per ANSI B 1.20.1. Flanged end
connections shall be as per ANSI B 16.5.
e) Transmitter shall update the output at least 8 times a second unless otherwise
specified.
f) All the Field transmitters shall have double compartment housing including
temperature transmitters.

24. Self Actuated Control Valve


a) Body material shall be Carbon Steel as a minimum. Trim material shall be
Stainless Steel as a minimum. Actuator shall be diaphragm type and diaphragm
material shall be Stainless Steel as a minimum.
b) All pressure parts shall be designed to withstand maximum shut off pressure.
c) Hardening of trim (includes plug and seat joint, orifice and plug contour) like
stelliting etc. shall be considered for pressure drops greater than 10 Kg/cm 2g.
d) Valve shall have flanged connections for sizes 1" and above and shall have
screwed connection for sizes 3/4" and below

25. Restriction Orifice Plate


a) Restriction Orifice Plate shall be concentric square edged type.
b) Each Restriction Orifice Plate shall have an integral handle, which shall, upon
assembly with flanges, extend to a distance of 50 mm. with following information
punched on it:
Tag Number.
Nominal pipe size in inches and rating in psi.
Material of plate.
c) Restriction Orifice Plate material shall be SS 316 as a minimum or better.

26. Temperature Gauges


a) The temperature gauges shall be bimetallic type and shall be provided with 1½"
flanged (min. 300# rating) thermo well with ½" NPT (F) connection for
temperature gauges.
b) Thermo well shall be fabricated out of bar stock.
c) Temperature gauges shall have accuracy of ± 1 % of URV (Upper Range
Value).
d) Thermo well and flanges of Thermo well shall be minimum of SS-316 or better
to suit the service conditions.
e) Case material for temperature gauges shall be SS 304

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


Page 178 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 18 of 19

27. Vendor Data requirement

Bidders to follow Vendor data requirements for Sour Flare stack components (A307-
0IY-16-51-VDR-1018).

Additional Notes on VDR:

a. Bidder shall generate required P&ID‟s and process data sheet for all instruments
within package battery limit.
b. Bidder shall furnish instrument data sheets (as per ISA format) for each tag
incorporating necessary sizing, range selection, material selection, make and
model nos. Bidder can use in-house data sheet formats, provided those contain
all information as per ISA formats, as a minimum. Bidder shall furnish filled in data
sheet for each tag after sizing, range selection, material selection etc. These data
sheets shall be reviewed / retained for records by purchaser after placement of
order. Proper selection of instruments, materials etc. shall be bidder's
responsibility. Any necessary change required later for meeting the specification
shall be done by the bidder without any price or delivery implications. While filling
the instruments data sheets, the following shall be taken care:
i) All the relevant data shall be filled in. If any point is not applicable then N/A
shall be indicated.
ii) Make and model number of the offered instruments shall be indicated with
model decoding details for offered instrument, without model no, data sheet
shall not be reviewed.
iii) Vendor seal with signature shall be provided and bidder shall ensure the
correctness of the process data.
iv) Instruments tag numbers /data sheet numbers shall be indicated.
c. All post-order instrument documents/ drawings shall be submitted after issue of
P&IDs. The submission of document / drawing is sequenced in such a way that
submitted document/ drawing is neither dependant nor changed due to drawing /
document yet to be submitted. Document/ drawing submission schedule shall be
made accordingly.
d. Review and Records as marked has to be strictly followed.

22.0 Site Conditions & Climate:


All instruments covered in this package shall be suitable for unprotected
installation in Hot, humid and corrosive coastal environment having following
ambient conditions:
Ambient temperature (Max/Min.): 38 deg C / 20 deg C
Humidity: 95% (max) @38 deg C
Maximum recorded rainfall: 179 mm in 1 hour

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


Page 179 of 388
JOB SPECIFICATIONS SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SP-1018
SOUR FLARE STACK Rev A
COMPONENTS, IREP Page 19 of 19

23.0 TECHNICAL COMPLIANCE STATEMENT

SL. COMPLIANCE STATEMENT / QUERY BIDDER’S CONFIRMATION/


NO. ANSWER
1. Compliance to scope of work.

2. Compliance to job specifications.

3. Compliance to specifications and standards attached


4. Compliance to Instrument Vendor List.

5. Compliance to Vendor Data Requirement

6. Deviations, if any shall be specifically brought out by


the Contractor. Offer shall be evaluated based on the
deviations furnished

Notes: -

1. The Compliance Statement is required to be categorically confirmed / answered by the


package bidder and shall be submitted together with the offer, duly filled, signed and
stamped.

2. Deviations if any, shall be submitted by package bidder separately, clause wise.

Bidder‟s Signature and Stamp

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


Page 180 of 388
MANDATORY SPARE LIST SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SL-1017
SOUR FLARE STACK COMPONENTS, Rev A
IREP Page 1 of 3

MANDATORY SPARES LIST

FOR

SOUR FLARE STACK COMPONENTS

(MR No: A307-0IY-LS-MR-4500)

A 10.03.14 Issued for bids AK DP PS


Rev. Prepared Checked Approved
Date Purpose
No by by by
Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved
Page 181 of 388
MANDATORY SPARE LIST SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SL-1017
SOUR FLARE STACK COMPONENTS, Rev A
IREP Page 2 of 3

MANDATORY SPARES

INSTRUMENTATION

Contractor shall provide spares for all applicable instruments for the Sour Flare system
components in accordance with the table below as Mandatory spare and price for the same shall
be included by contractor as part of lump sum base price. Contractor shall accordingly submit a list
of these spares as per the percentage of total installed quantity during detail engineering. The
spare list shall not be reviewed during evaluation. This shall be reviewed and approved by EIL
during detail engineering. However any changes required meeting the quantity as per philosophy
specified below shall be done without any price and delivery implication by the contractor

S. No. PART DESCRIPTION QUANTITY REQUIRED

1.0 Field Instruments


1.1 Pressure Gauges, Temperature Gauges, Field 10% subject to minimum 1
Indicators, RTD/ Thermocouple (with Thermowell), No. of each type
Thermowells,
1.2 Transmitters (smart) for Pressure, Level (excluding 10% subject to minimum 1
displacer/ guided wave radar transmitter), Flow, No. of each type
Temperature & Differential Pressure (complete
transmitter), field mounted loop powered indicators
2.0 Line Mounted Instruments (if applicable)
2.1 Shutdown Valves, POVs
i) Solenoid valve 10% subject to minimum 1
ii) Bonnet Gasket/Special Gasket No. of each type
iii) Gland packing
iv) Stem Seal o-rings/Piston o-ring
2.2 Self Actuated Regulators
- Bonnet Gaskets/ Special Gaskets 10% subject to minimum 1
v) - Gland Packing No. of each type
vi)
3.0 Installation Material
3.1 Instrument Valves and Valve Manifolds 10% subject to minimum one
number, whichever is higher,
of each type
3.2 Tube Fittings 10% subject to minimum one
number, whichever is higher,
of each type
3.3 Tubes 10% of the length of each type
3.4 Cables 10% of the length of each type
3.5 Junction Boxes (conventional) 10% subject to minimum one
number, whichever is higher,
of each type
3.6 Cable Glands 10% subject to minimum one
number, whichever is higher,
of each type
4.0 Local Panel / FFG (Note-5)
4.1 All items like Push Buttons, loop powered Indicators, Loose supply of 10% subject
Hand Switches, Lamps, Holders etc. mounted in the to minimum two numbers,
Local Panel whichever is higher, of each
type
5.0 Annunciators (wherever applicable)
Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved
Page 182 of 388
MANDATORY SPARE LIST SPECIFICATION No.
INSTRUMENTATION A307-0IY-16-51-SL-1017
SOUR FLARE STACK COMPONENTS, Rev A
IREP Page 3 of 3

S. No. PART DESCRIPTION QUANTITY REQUIRED

5.1 - Power Supply Module 5% subject to minimum one


No., whichever is higher, of
each type
5.2 - Flasher Module 5% subject to minimum one
No. , whichever is higher, of
each type
5.3 - Tone Generator Card 5% subject to minimum 1 No.,
whichever is higher, of each
type
5.4 - I/O Module 5% subject to minimum 1 No.,
whichever is higher, of each
type

NOTES:

1. The word ‘TYPE’ means the Make, Model no., Type, Range, Size/ Length, Rating,
Material as applicable.

2. Wherever % age is identified, Contractor shall supply next rounded figure.

3. The terminology used under ‘Part Description’ is the commonly used name of the part and
may vary from manufacturer to manufacturer.

4. The above list indicates Predefined Mandatory spares excluding the Commissioning
spares, Consumables and installed engineering spares for system-oriented items. The
Commissioning spares and Consumables (for six months) shall also be part of contractor
scope of supply.

5. For Sl. no-4, items specified are predefined mandatory spares supplied loose over and
above installed engineering spares specified in job standard specification.

6. Contractor shall also quote for recommended spares for two years of operation and
maintenance over and above the specified mandatory spares for instruments together
with recommended quantity and cost along with the bid proposal.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 183 of 388
Document No.
VENDOR DATA REQUIREMENTS A307-0IY-16-51-VDR-1018
FOR Rev. A
SOUR FLARE STACK COMPONENTS Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
SOUR FLARE STACK COMPONENTS

A 17-MAR-2014 ISSUED FOR BIDS AK DP PS


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

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

Page 184 of 388


Document No.
VENDOR DATA REQUIREMENTS A307-0IY-16-51-VDR-1018
FOR Rev. A
SOUR FLARE STACK COMPONENTS Page 2 of 3

VENDOR DATA REQUIREMENTS

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

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Drawing and Document Schedule
2. Sub-Vendor List for Instruments and
accessories
3. Instrument Sizing calculations Shall be submitted as
part of respective MR
4. Utility requirements
5. Purchase Requisition (Note 2) Including specs Only Critical Purchase
Requisitions as
of Fieldbus Instruments e.g. DD revision, CFF identified by EIL from
revision, LAS capability, polarity protection, Contractors drawing
type of protection schedule shall be
reviewed.
6. Panel front arrangement
7. Power Supply Distribution
8. Wiring diagram for panels
9. Instrument Cable Schedule
10. Instrument Installation Drawings
11. Bill Of Material for installation items
12. Spare part list for 2 years operation
13. Spare part list for Start up, Commissioning &
Consumables
14. Inspection and test procedure
15. Complete catalogues with part list for all vendor
supplied instruments, control, etc.
16. Spare part list for Spare instruments (10%) Mandatory Spares

17. Installation, operation and maintenance


manuals

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Deviation List
2. Technical Compliance Statement

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

Page 185 of 388


Document No.
VENDOR DATA REQUIREMENTS A307-0IY-16-51-VDR-1018
FOR Rev. A
SOUR FLARE STACK COMPONENTS Page 3 of 3

Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. Bill of Material shall form part of the respective drawing.

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

Page 186 of 388


STANDARD No.

INSTRUMENT CONNECTION ON VESSEL, STANDPIPES AND TANKS A307-000-16-51-IS-01


Page 187 of 388

Page 1 of 4

INSTRUMENT CONNECTION ON VESSEL, STANDPIPES AND TANKS

1 17.08.12 Revised and reissued as job standard for IREP of BPCL CS TM MN

0 16.04.12 ISSUED AS JOB STANDARD FOR IREP OF BPCL TM NK MN

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

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved


STANDARD No.

INSTRUMENT CONNECTION ON VESSEL, STANDPIPES AND TANKS A307-000-16-51-IS-01


Page 188 of 388

Page 2 of 4

UNCLADD ED EQUIPMENTS CLADDED EQUIPMENTS


SR. INSTRUMENT
TYPE OF INSTRUMENTS
NO EQUIPMENT/STANDPIPE FIRST BLOCK EQUIPMENT/STANDPI CONNECTION
FIRST BLOCK VALVE
CONNECTION VALVE PE CONNECTION

1. EXTERNAL DISPLACER LEVEL INSTRUMENTS ON EQUIPMENT 2” FLGD. 2” FLGD. 3” FLGD. 3” FLGD. 2” FLGD.

2. EXTERNAL DISPLACER LEVEL INSTRUMENTS ON STANDPIPE 2” FLGD. 2” FLGD. 3” FLGD. 3” FLGD. 2” FLGD.

3. EXTERNAL GUIDED WAVE LEVEL INSTRUMENT ON EQUIPMENT 2” FLGD. 2” FLGD. 3” FLGD. 3” FLGD. 2” FLGD.

4. EXTERNAL GUIDED WAVE LEVEL INSTRUMENT ON STANDPIPE 2” FLGD. 2” FLGD. 3” FLGD. 3” FLGD. 2” FLGD.

5. EXTERNAL MAGNETIC LEVEL INSTRUMENT ON EQUIPMENT 2” FLGD. 2” FLGD. 3” FLGD. 3” FLGD. 2” FLGD.

6. EXTERNAL MAGNETIC LEVEL INDICATOR ON STANDPIPE 2” FLGD. 2” FLGD. 3” FLGD. 3” FLGD. 2” FLGD.

7. EXTERNAL BALL FLOAT LEVEL INSTRUMENTS ON VESSEL 2” FLGD. 2” FLGD. 3” FLGD. 3” FLGD. 1” SW

8. EXTERNAL BALL FLOAT LEVEL INSTRUMENTS ON STANDPIPE 1” SW/BW/FLGD # 1” SW/BW/FLGD # 1” SW/BW/FLGD # 1” SW/BW/FLGD # 1” SW

9. INTERNAL DISPLACER / FLOAT LEVEL INSTRUMENTS 4” FLGD - 4” FLGD - 4” FLGD.

10. INTERNAL GUIDED WAVE LEVEL INSTRUMENT ON EQUIPMENT 4” FLGD. - 4” FLGD. - 4” FLGD.

11. MAGNETIC LEVEL INDICATOR (INTERNAL - TOP MOUNTED) 4” FLGD. - 4” FLGD. - 4” FLGD.

12. LEVEL GAUGE ON VESSEL 2” FLGD. 2” FLGD. 3” FLGD. 3” FLGD. ¾” SCRD.

13. LEVEL GAUGE ON STANDPIPE ¾” SW/BW/ FLGD # ¾” SW/BW/ FLGD # ¾” SW/BW/ FLGD # ¾” SW/BW/ FLGD # ¾” SCRD.

14. SPECIAL LEVEL INSTRUMENTS ON EQUIPMENT (CAPACITANCE 2” FLGD. - 3” FLGD. - 2” FLGD.


PROBE/ULTRASONIC PROBE/R.F.PROBE)

15. D.P. INSTRUMENTS ON VESSEL 2 ” FLGD. 2 ” FLGD. 3” FLGD. 3” FLGD. ½ ” SCRD.

16. D.P. INSTRUMENTS ON STANDPIPE ¾” SW/BW/ FLGD # ¾” SW/BW/ FLGD # ¾” SW/BW/ FLGD # ¾” SW/BW/ FLGD # ½ ” SCRD.

17. DIAPHRAGM SEAL D.P. INSTRUMENTS ON VESSEL 3” FLGD. 3” FLGD. 3” FLGD. 3” FLGD. 3” FLGD.

18. EXTENDED DIAPHRAGM SEAL D.P. INSTRUMENTS ON VESSEL 4” FLGD. (NOTE-1) - 4” FLGD. (NOTE-1) - 4” FLGD.

19. DIP TUBE LEVEL INSTRUMENTS 1½ ” FLGD. ½ ” SW (BY INST) 3” FLGD. ½ ” SW (BY INST) ½ ” SCRD

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved


STANDARD No.

INSTRUMENT CONNECTION ON VESSEL, STANDPIPES AND TANKS A307-000-16-51-IS-01


Page 189 of 388

Page 3 of 4

UNCLADD ED EQUIPMENTS CLADDED EQUIPMENTS


SR. INSTRUMENT
TYPE OF INSTRUMENTS
NO EQUIPMENT/STANDPIPE FIRST BLOCK EQUIPMENT/STANDPI CONNECTION
FIRST BLOCK VALVE
CONNECTION VALVE PE CONNECTION

20. TANK LEVEL INSTRUMENTS (MECH) 1½ ” FLGD 1½ ” FLGD (BY - - ½ ” SCRD


INST)

21. TANK LEVEL INSTRUMENTS (SERVO) ON ATMOSPHERIC TANKS 6” FLGD. 6” FLGD. (BY INST) - - 6” FLGD

22 TANK LEVEL INSTRUMENTS (SERVO) FOR PRESSURISED 6” FLGD. 6” FLGD. (BY INST) 6” FLGD. 6” FLGD. (BY INST) 6” FLGD
EQUIPMENTS

23. TANK LEVEL INSTRUMENTS (RADAR) ON ATMOSPHERIC TANK 8” FLGD. - - - 8” FLGD.


(CLEAN SERVICE)

24. TANK LEVEL INSTRUMENTS (RADAR) ON ATMOSPHERIC TANK 24” FLGD. - - - 24” FLGD.
(VISCOUS SERVICE)

25. TANK LEVEL INSTRUMENTS (RADAR) FOR PRESSURISED 8” FLGD. - 8” FLGD. - 8” FLGD.
EQUIPMENTS

26. TANK LEVEL INSTRUMENTS – CAPITANCE / ULTRASONIC/ RF TYPE 2” FLGD. - 3” FLGD. - 2” FLGD.
ON ATMOSPHERIC TANKS/PRESSURISED EQUIPMENTS

27. PRESSURE INSTRUMENTS ON VESSEL 2 ” FLGD. 2 ” FLGD. 3” FLGD. 3” FLGD. ½ ” SCRD

28. PRESSURE INSTRUMENTS ON STANDPIPE ¾” SW/BW/ FLGD # ¾” SW/BW/ FLGD # ¾” SW/BW/ FLGD # ¾” SW/BW/ FLGD # ½ ” SCRD

29. CHEMICAL SEAL PRESSURE INSTRUMENT/ GAUGE ON VESSEL 2 ” FLGD 2 ” FLGD 3” FLGD. 3” FLGD. ½ ” SCRD

2” FLGD./ 3” FLGD.
30. DIAPHRAGM SEAL PRESSURE INSTRUMENT/ GAUGE ON VESSEL 2” FLGD 2 “ FLGD 3” FLGD. 3” FLGD.
(For Cladded vessel)

31. THERMOWELL ON EQUIPMENT 2 ” FLGD. - 3” FLGD. - 2” FLGD/ 3” FLGD

32. MULTI-POINT TEMPERATURE ELEMENTS FOR TANKS 2"FLGD. - 3” FLGD. - 2”FLGD/3” FLGD

33. STANDPIPE (RATING UP TO 600#) 2"FLGD. - 3” FLGD. - -

34. STANDPIPE (RATING > 600#) 3"FLGD. - 3” FLGD. - -

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved


STANDARD No.

INSTRUMENT CONNECTION ON VESSEL, STANDPIPES AND TANKS A307-000-16-51-IS-01


Page 190 of 388

Page 4 of 4

NOTES: 1 NOZZLE I.D ON EQUIPMENT SHALL BE SELECTED TO SUIT O.D OF EXTENDED DIAPHRAGM OF INSTRUMENT.
2 1  MINIMUM FLANGE RATING SHALL BE 300#.
3 IN CASE OF DIRECT MOUNTED FLANGED INSTRUMENTS AND WHERE FLANGED TYPE FIRST ISOLATION VALVE ARE PROVIDED, BOLTING AND GASKETS SHALL BE IN PIPING SCOPE.
4 INSTALLATION OF TANK LEVEL INSTRUMENTS (SERVO, MECHANICAL AND MULTIPOINT TEMPERATURE ELEMENT) ON TANKS ARE IN TANK VENDOR SCOPE.
5 FOR ANY OTHER INSTRUMENTS NOT REFERED ABOVE THE CONNECTION DETAILS SHALL BE AS PER INDIVIDUAL REQUIREMET.

# AS PER PIPING SPECIFICATION.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved


STANDARD No.
INSTRUMENTCONNECTION ON PIPES 7-52-0002 Rev. 3
Page 191 of 388

0
0
INSTRUMENTCONNECTIONON PIPES

2
a)
O

REVISED AND REISSUED


0
co

0.
0

.0
0
0.
0
FormatNo. 8-00-0001-F7Rev. 0
Copyright EIL — All rights reserved
STANDARD No.
INSTRUMENT CONNECTION ON PIPES 7-52-0002 Rev. 3
Page 2 of 3

(A) BARE PIPES


WHERE PIPING CLASS RECOMMENDS WHERE PIPING CLASS RECOMMENDS WHERE PIPING CLASS RECOMMENDS
S. TYPE OF SCRD CONNECTION SW/BW # CONNECTION FLGD CONNECTION
NO INSTRUMENTS FIRST
PROCESS FIRST BLOCK INSTRUMENTS PROCESS FIRST BLOCK INSTRUMENTS PROCESS INSTRUMENTS
BLOCK
CONNECTION VALVE CONNECTION CONNECTION VALVE CONNECTION CONNECTION CONNECTION
VALVE

FLOW METER  600# ½” SCRD* ½” SCRD* ½” SCRD ½” SCRD* ½” SW/BW# ½” SCRD ½” SCRD* ½” FLGD ½” SCRD
1
ORIFICE > 600# - - - ¾” SCRD** ¾” SW/BW# ½” SCRD ¾” SCRD** ¾” FLGD ½” SCRD

FLOWMETER  600# ½” FLGD ½” FLGD ½” SCRD ½” FLGD ½” FLGD ½” SCRD ½” FLGD ½” FLGD ½” SCRD
2
VENTURI/NOZZLE > 600# - - - ¾” FLGD ¾” FLGD ½” SCRD ¾” FLGD ¾” FLGD ½” SCRD

FLOW METER  600# ½” SCRD* ½” SCRD* 3”FLGD ½” SCRD* ½” SW/BW# 3” FLGD ½” SCRD* ½” FLGD 3”FLGD
3
ORIFICE > 600# - - - ¾” SCRD** ¾” SW/BW# 3” FLGD ¾” SCRD** ¾” FLGD 3”FLGD
(DIAPH.SEAL)
FLOW METER  600# ½” FLGD ½” FLGD 3” FLGD ½” FLGD ½” FLGD 3” FLGD ½” FLGD ½” FLGD 3”FLGD
4
VENTURI/NOZZLE > 600# - - - ¾” FLGD ¾” FLGD 3” FLGD ¾” FLGD ¾” FLGD 3”FLGD
(DIAPH.SEAL)
FLOW METER 3” FLGD 3” FLGD 3” FLGD
5 3” FLGD 3” FLGD+ 3” FLGD 3” FLGD 3” FLGD 3” FLGD+
AVERAGING PITOT TUBE (BY INST) (BY INST) (BY INST)
DIFFERENTIAL PRESSURE
6 ¾” SCRD* ¾” SCRD* ½” SCRD. ¾” SW/BW# ¾” SW/BW# ½” SCRD ¾” FLGD ¾” FLGD ½” SCRD
(DP) INSTRUMENTS <5>
DIAPHGRAM SEAL D.P.
7 3” FLGD. 3” FLGD. 3” FLGD. 3” FLGD. 3” FLGD. 3” FLGD 3” FLGD. 3” FLGD. 3” FLGD.
INSTRUMENTS <5>
PRESSURE INSTRUMENTS
8 ¾” SCRD* ¾” SCRD* ½” SCRD. ¾” SW/BW# ¾” SW/BW# ½” SCRD ¾” FLGD ¾” FLGD ½” SCRD
<5>
DIAPH. (CHEMICAL) SEAL
9 PRESSURE ¾” SCRD* ¾” SCRD* ½” SCRD. ¾” SW/BW# ¾” SW/BW# ½” SCRD ¾” FLGD ¾” FLGD ½” SCRD
INSTRUMENT<5> (SCRD.)
DIAPHGRAM SEAL
10 PRESSURE INSTRUMENTS 1 ½” FLGD. 1 ½” FLGD. 1 ½” FLGD. 1 ½” FLGD. 1 ½” FLGD. 1 ½” FLGD. 1 ½” FLGD. 1 ½” FLGD. 1 ½” FLGD.
(FLGD.)
11 THERMOWELL 1 ½” FLGD. - 1 ½ ” FLGD 1 ½” FLGD. - 1 ½ ” FLGD 1 ½” FLGD. - 1 ½ ” FLGD

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved

Page 192 of 388


STANDARD No.
INSTRUMENT CONNECTION ON PIPES 7-52-0002 Rev. 3
Page 3 of 3

(B) CLADDED\CEMENTED\LINED PIPES


WHERE PIPING CLASS SPECIFIES WHERE PIPING CLASS SPECIFIES WHERE PIPING CLASS SPECIFIES
S. TYPE OF CLADDED PIPES CEMENT LINED PIPES RUBBER/TEFLON LINED PIPES
NO INSTRUMENTS PROCESS FIRST BLOCK INSTRUMENTS PROCESS FIRST BLOCK INSTRUMENTS PROCESS FIRST BLOCK INSTRUMENTS
CONNECTION VALVE CONNECTION CONNECTION VALVE CONNECTION CONNECTION VALVE CONNECTION
 600# ½” SCRD* ½” SCRD* ½” SCRD ½” SCRD* ½” SW/BW ½” SCRD 1” FLGD 1” FLGD ½” SCRD
FLOW METER
1
ORIFICE
> 600# ¾” SCRD** ¾” SW/BW ½” SCRD - - - - - -

FLOW METER ½” SCRD* ½” SCRD* 3” FLGD ½” SCRD* ½” SW/BW 3” FLGD 1” FLGD 1” FLGD 3” FLGD
2 ORIFICE (DIAPHGRAM.
SEAL) ¾” SCRD** ¾” SCRD* 3” FLGD - - - - - -
FLOW METER 3” FLGD 3” FLGD 3” FLGD
3 3” FLGD 3” FLGD+ 3” FLGD 3” FLGD+ 3” FLGD 3” FLGD+
AVERAGING PITOT TUBE (BY INST) (BY INST) (BY INST)
4 DP INSTRUMENTS <5> ¾”SW/BW# ¾”SW/BW# ½” SCRD. 3” FLGD ¾” FLGD ½” SCRD 1½” FLGD 1 ½” FLGD ½” SCRD
DIAPHGRAM SEAL D.P.
5 3” FLGD. 3” FLGD. 3” FLGD 3” FLGD 3”FLGD 3” FLGD 3” FLGD. 3” FLGD. 3” FLGD.
INSTRUMENTS <5>
PRESSURE INSTRUMENTS
6 ¾”SW/BW# ¾”SW/BW# ½” SCRD. 3” FLGD ¾”SW/BW ½” SCRD 1” FLGD 1” FLGD ½” SCRD
<5>
DIAPHGRAM (CHEMICAL)
7 SEAL PRESSURE ¾”SW/BW# ¾”SW/BW# ½” SCRD. 3” FLGD 1 ½” SW/BW ½” SCRD 1” FLGD 1” FLGD ½” SCRD
INSTRUMENTS (SCRD.) <5>
DIAPHGRAM SEAL
8 PRESSURE INSTRUMENTS 1 ½” FLGD. 1 ½” FLGD. 1 ½” FLGD. 3” FLGD 1 ½”FLGD 1 ½” FLGD 1 ½” FLGD 1 ½” FLGD 1 ½” FLGD
(FLGD ) <5>
9 THERMOWELL 1 ½” FLGD. - 1 ½ ” FLGD 3” FLGD - 3” FLGD 3” FLGD - 3” FLGD

NOTES: 1 FOR ANY OTHER INSTRUMENTS NOT REFERRED ABOVE THE CONNECTION DETAILS SHALL BE AS PER INDIVIDUAL REQUIREMENT.
2 ALL FLANGES/SW RATING SHALL BE AS PER PIPING SPECIFICATION.
3 IN CASE OF DIRECT MOUNTED FLANGED INSTRUMENTS AND WHERE FLANGED FIRST ISOLATION VALVE ARE PROVIDED, BOLTING AND GASKETS SHALL BE IN PIPING SCOPE.
4 INSTALLATION OF ALL IN LINE INSTRUMENTS SHALL BE IN PIPING SCOPE.
5 PRESSURE INSTRUMENTS INCLUDE PRESSURE TRANSMITTERS AND PRESSURE GAUGES.
* SEAL WELDING REQUIRED.
# AS PER PIPING SPECIFICATION.
** STRENGTH WELD
+ CONNECTIONS FOR D.P. INSTRUMENT ½” SCRD

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved

Page 193 of 388


Oln-a-eifith ENGINEERS STANDARD No.
azit 'Meg Ter INDIA LIMITED THERMOWELL 7-52-0035 Rev. 3
1.11271MORMMORI) IA Gm of India Underwonw

Page 1 of 3

cZ 34 mm CHAIN

ct• 1/2"NPT r_

FOR CHAIN TERMINATION


(ONLY FOR TEST THERMOWELL) PLUG WITH CHAIN
45 mm

FULL PENETRATION WELD


I VT FLANGE

FULL PENETRATION WELD


NO WELD MATERIAL
PROJECTION BEYOND RF

ID 11 mm
BORE TO BE CONCENTRIC
WITH 0.D. WITHIN 10% OF
WALL THICKNESS

18 mm
(1)

NOTES - 1. THIS STANDARD IS APPLICABLE FOR ;


TEMPERATURE GAUGES, BEADED TEMPERATURE ELEMENTS AND DUPLEX TEMPERATURE ELEMENTS.
THERMOWELL UPTO 1500 CLASS AS PER ASME OR EQUIVALENT.
TYPE OF FLANGE SHALL BE RTJ FOR RATING (AS PER ASME CLASS) > 600.
DP TEST SHALL BE CARRIED OUT FOR ALL WELD JOINTS.
4. CHAIN AND PLUG SHALL BE APPLICABLE ONLY FOR TEST THERMOVVELLS.
3 21-03-12 ter 4--v" DTh-'
REVISED & REISSUED Manoj G RI5/J S M)
2 21-08-06 REVISED & REISSUED MN TGM PM VJN
Rev. Stds. Committee
Date Prepared Checked Stds. Bureau
No. Purpose Convenor
by by Chairman
Format No. 8-00-0001-F4 Rev.O Approved by
Copyright EIL - Al rights reserved

Page 194 of 388


1511=4-a-eite, STANDARD No.
ENGINEERS
DReg ie INDIA LIMITED
MET MaR a51300,10 (A GOvl Of WM Undertgo001
THERMOWELL 7-52-0035 Rev. 3
Page 2 of 3

0 34 mm CHAIN

r_ 00 I's 1.0z"
q 1/2"NPT


••
Min
4!)
N
FOR OW TERMINATION PLUG WITH CHAIN
(ONLY FOR TEST THERMOWELL) 45 mm

FULL PENETRATION WELD


1 1/7 FLANGE

ABM
6R
FULL PENETRATION WELD
NO WELD MATERIAL
PROJECTION BEYOND RF

OD 21 mm

z
ID 7 mm
BORE TO BE CONCENTRIC
WRH O.D. WRMIN 10% OF
WALL THICKNESS

JO 16 mm

NOTES - 1. THIS STANDARD IS APPLICABLE FOR ;


SINGLE TEMPERATURE ELEMENT.
THERMOWELL UPTO 1500 CLASS AS PER ASME OR EQUIVALENT.
TYPE OF FLANGE SHALL BE RTJ FOR RATING (AS PER ASME CLASS) > 600.
DP TEST SHALL BE CARRIED OUT FOR ALL WELD JOINTS.
4. CHAIN AND PLUG SHALL BE APPLICABLE ONLY FOR TEST THERMOWELLS.
2116,-,)
3 21-03-12 REVISED & REISSUED rtm. Cit SL MS p hi
2 21-06-06 REVISED & REISSUED MN TOM PM VJN
Rev. Prepared Checked Stds. Committee Stds. Bureau
No. Date Purpose Convenor Chairman
by by
Approved by
Format No. 8-00-0001-F4 Rev.O
Copyright EIL - All rights reserved

Page 195 of 388


STANDARD No.
safteiela ENGINEERS
au WaveINDIA LIMITED BUILT-UP THERMOWELL
1.4.1
7-52-0035 Rev. 3
Page 3 of 3

0 34 mm

45 mm
WELD

FULL PENETRATION WELD


2' FLANGE

FULL PENETRATION WELD


NO WELD MATERIAL
PROJECTION BEYOND RF

MACHINE TAPER TO BE CONCENTRIC


1Nt T 11 INSIDE DIAMETER WITHIN 10%
OF WALL THICKNESS

BORE TO BE CONCENTRIC
WITH O.D. WITHIN 10% OF
WALL THICKNESS

BAR STOCK

0 18 mm

NOTES:-
DP TEST SHALL BE CARRIED OUT FOR ALL WELD JOINTS.
TYPE OF FLANGE SHALL BE RTJ FOR RATING (AS PER ASME CLASS) >
3 21-03-12 REVISED & REISSUED e‘anoj R JMS
2 21-08-08 REVISED & REISSUED MN TGM PM VJN
Rev. Prepared Checked Stds. Committee Stds. Bureau
No. Date Purpose Convenor Chairman
by by
Approved by
Format No. 8-00-0301-F4 Rev.O Copyright EIL • AI rights reserved

Page 196 of 388


THERMOCOUPLE / RTD STANDARD No.
ENGINEERS
i 5
INDIA LIMITED ASSEMBLY 7-52-0036 Rev. 3
WITH THERMOWELL
ravage e5 J4o534) IA Govt of India Undeftakong)
Page 1 of 1

1/2" NPT
(NOTE-1)

CHAIN
UNION 1/2" NPT

NIPPLE 1/2" NPT

(NOTE-2)

THERMOWELL

NOTE - 1. IN THE CASE OF DUPLEX THERMOCOUPLE/RTD, TWO INDEPENDENT


CABLE ENTRIES SHALL BE PROVIDED.
2. FLANGE TYPE, SIZE AND RATING SHALL BE AS PER DATA SHEET.

3 19-07-11 Revised & Reissued Manoj


TAM" RP/JS DM
2 22-07-05 Reaffirmed and Reissued MN AKG PM VJN
Rev. Prepared Checked Stds. Committee Stds. Bureau
No. Date Purpose by by
Convenor Chairman
Approved by
Page 197 ofRev.O
Format No. 8-00-0001-F4 388 Copyright EIL - All rights reserved
Page 198 of 388
Page 199 of 388
Page 200 of 388
Page 201 of 388
Page 202 of 388
Page 203 of 388
Page 204 of 388
Page 205 of 388
Page 206 of 388
Page 207 of 388
Page 208 of 388
Page 209 of 388
Page 210 of 388
Page 211 of 388
Page 212 of 388
Page 213 of 388
Page 214 of 388
Page 215 of 388
Page 216 of 388
Page 217 of 388
Page 218 of 388
Page 219 of 388
Page 220 of 388
Page 221 of 388
Page 222 of 388
Page 223 of 388
Page 224 of 388
Page 225 of 388
Page 226 of 388
Page 227 of 388
Page 228 of 388
Page 229 of 388
Page 230 of 388
Page 231 of 388
Page 232 of 388
Page 233 of 388
Page 234 of 388
Page 235 of 388
Page 236 of 388
Page 237 of 388
Page 238 of 388
Page 239 of 388
Page 240 of 388
Page 241 of 388
Page 242 of 388
Page 243 of 388
Page 244 of 388
Page 245 of 388
Page 246 of 388
Page 247 of 388
Page 248 of 388
Page 249 of 388
Page 250 of 388
Page 251 of 388
Page 252 of 388
Page 253 of 388
Page 254 of 388
Page 255 of 388
Page 256 of 388
Page 257 of 388
Page 258 of 388
Page 259 of 388
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 1 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A11K Sheet 1 of 5

PIPE CLASS : A11K


RATING : 150
BASE MATERIAL : SS 304L
CORROSION ALLOWANCE : 0 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93 149 204
PRESS 16.17 16.17 13.71 12.3 11.24

SERVICE
LUBE OIL AFTER FILTERS - UPTO 204 DEGC.
SOUR FLARE
CHEMICAL INJECTION

NOTES
122 ASBESTOS FREE GASKETS AND STEM PACKING SHALL BE USED FOR ALL VALVES
151 NDT REQUIREMENT SHALL BE AS PER JOB SPECIFICATION A307-6-44-0016.
152 FIRST ISOLATION VALVE ON ALL FLOW, PRESSURE AND LEVEL TAPPINGS SHALL BE METAL TO METAL SEATED
BALL VALVE.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353

PRESS.CONN 0.75" SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354

A11K
Page 260 of 388
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 2 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A11K Sheet 2 of 5

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. T 24.
22. T R 22.
20. T R R 20.
18. T R R R 18.
16. T R R R R 16.
14. T R R R R R 14.
12. T R R R R R R 12.
10. T R R R R R R R 10.
8.0 T R R R R R R R R 8.0
6.0 T P R R R R R R R R 6.0
5.0 5.0
4.0 T P P R R R R R R R R 4.0
3.5 3.5
3.0 T P P P R R R R R R R R 3.0
2.5 2.5
2.0 T P P P P P P P R R R R R 2.0
1.5 T T H H H H H H H H H H H H 1.5
1.25 1.25
1.0 T T H H H H H H H H H H H H H 1.0
0.75 T T T H H H H H H H H H H H H H 0.75
0.5 T T T T H H H H H H H H H H H H H 0.5
10.000
12.000
14.000
16.000
18.000
20.000
22.000
24.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Page 261 of 388


A11K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 3 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A11K Sheet 3 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Pipe Group
PIP PIPE 0.50 0.75 80S B-36.19 ASTM A 312 PE, SEAMLESS PI33777Z0
TP304L
PIP PIPE 1.00 1.50 40S B-36.19 ASTM A 312 PE, SEAMLESS PI33777Z0
TP304L
PIP PIPE 2.00 2.00 40S B-36.19 ASTM A 312 BE, SEAMLESS PI33717Z0
TP304L
PIP PIPE 3.00 8.00 10S B-36.19 ASTM A 312 BE, SEAMLESS PI33717Z0
TP304L
PIP PIPE 10.00 24.00 10S B-36.19 ASTM A 358 BE, E.FS.W PI36213Z0
TP304L CL.1
PIP PIPE 26.00 36.00 CALC B-36.19 ASTM A 358 BE, E.FS.W PI36213Z0
TP304L CL.1
NIP NIPPLE 0.50 1.50 M B-36.19 ASTM A 312 PBE, SEAMLESS PN33767Z0
TP304L
Flange Group
FLG/30 FLNG.SW 0.50 1.50 M B-16.5 ASTM A 182 300, RF/125AARH FSC4347Z0
0 GR.F304L
FLG FLNG.WN 0.50 1.50 M B-16.5 ASTM A 182 150, RF/125AARH FWC4327Z0
GR.F304L
FLG FLNG.LJ 2.00 24.00 B-16.5 ASTM A 105 150, FLC012EZ0
STK/MAX1000AARH
FLG FLNG.LJ 26.00 36.00 B-16.47-B ASTM A 105 150, FLB012EZ0
STK/MAX1000AARH
FLB FLNG.BLIND 0.50 24.00 B-16.5 ASTM A 182 150, RF/125AARH FBC4327Z0
GR.F304L
FLB FLNG.BLIND 26.00 36.00 B-16.47-B ASTM A 182 150, RF/125AARH FBB4327Z0
GR.F304L
FEF FLNG.FIG.8 0.50 8.00 ASME- ASTM A 182 150, FF/125AARH FGK4321Z0
B16.48 GR.F304L
FEF SPCR&BLND 10.00 24.00 ASME- ASTM A 182 150, FF/125AARH FCK4321Z0
B16.48 GR.F304L
Fitting Group
ELB90 ELBOW.90 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WA644D2Z0
GR.F304L
ELB90 ELBOW.90 2.00 8.00 M B-16.9 ASTM A 403 BW, 1.5D WAG934Z10
GR.WP304L-S
ELB90 ELBOW.90 10.00 36.00 M B-16.9 ASTM A 403 BW, 1.5D WAG954Z10
GR.WP304L-WX
ELB45 ELBOW.45 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WB644D2Z0
GR.F304L
ELB45 ELBOW.45 2.00 8.00 M B-16.9 ASTM A 403 BW, 1.5D WBG934Z10
GR.WP304L-S
ELB45 ELBOW.45 10.00 36.00 M B-16.9 ASTM A 403 BW, 1.5D WBG954Z10
GR.WP304L-WX

Page 262 of 388


A11K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 4 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A11K Sheet 4 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
TEQ T.EQUAL 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WE644D2Z0
GR.F304L
TEQ T.EQUAL 2.00 8.00 M B-16.9 ASTM A 403 BW WEG934ZZ0
GR.WP304L-S
TEQ T.EQUAL 10.00 36.00 M B-16.9 ASTM A 403 BW WEG954ZZ0
GR.WP304L-WX
TRED T.RED 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WR644D2Z0
GR.F304L
TRED T.RED 2.00 8.00 M, M B-16.9 ASTM A 403 BW WRG934ZZ0
GR.WP304L-S
TRED T.RED 10.00 36.00 M, M B-16.9 ASTM A 403 BW WRG954ZZ0
GR.WP304L-WX
REDC REDUC.CONC 2.00 8.00 M, M B-16.9 ASTM A 403 BW WUG934ZZ0
GR.WP304L-S
REDC REDUC.CONC 10.00 36.00 M, M B-16.9 ASTM A 403 BW WUG954ZZ0
GR.WP304L-WX
REDE REDUC.ECC 2.00 8.00 M, M B-16.9 ASTM A 403 BW WVG934ZZ0
GR.WP304L-S
REDE REDUC.ECC 10.00 36.00 M, M B-16.9 ASTM A 403 BW WVG954ZZ0
GR.WP304L-WX
SWGC SWAGE.CONC 0.50 3.00 M, M BS-3799 ASTM A 182 PBE WNH446ZZ0
GR.F304L
SWGE SWAGE.ECC 0.50 3.00 M, M BS-3799 ASTM A 182 PBE WPH446ZZ0
GR.F304L
CAP CAP 0.50 1.50 B-16.11 ASTM A 182 SCRF, 3000 WF64482Z0
GR.F304L
CAP CAP 2.00 36.00 M B-16.9 ASTM A 403 BW WFG934ZZ0
GR.WP304L-S
CPLF CPLNG.FULL 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WJ644D2Z0
GR.F304L
CPLH CPLNG.HALF 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WK644D2Z0
GR.F304L
CPLL CPLNG.LH 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WL644D2Z0
GR.F304L
CPLR CPLNG.RED 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WM644D2Z0
GR.F304L
STB STUB.END 2.00 8.00 M B-16.9 ASTM A 403 BW, 125AARH WSG9341Z0
GR.WP304L-S
STB STUB.END 10.00 24.00 M B-16.9 ASTM A 403 BW, 125AARH WSG9541Z0
GR.WP304L-WX
STB STUB.END 26.00 36.00 M B-16.9 ASTM A 403 BW, 125AARH WSG9541Z0
GR.WP304L-WX
Valves Group

Package : IPMCS
Report No. : 50
Page 263 of 388
A11K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 5 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A11K Sheet 5 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Valves Group
GAV VLV.GATE 0.50 1.50 API 602/ ISO BODY-ASTM A 182 SW, 800, 3000, B- 51050ZZZ0
15761 GR.F304L,TRIM- 16.11, SHT NO.- 51050
STELLITED,STEM-
SS 316L
GAV VLV.GATE 2.00 24.00 API 600/ ISO BODY-ASTM A 351 FLGD, 150, B-16.5, 51350ZZZ0
10434 GR.CF3,TRIM-SS RF/125AARH, SHT
304L NO.- 51350
GLV VLV.GLOBE 0.50 1.50 BS EN ISO BODY-ASTM A 182 SW, 800, 3000, B- 52050ZZZ0
15761 GR.F304L,TRIM- 16.11, SHT NO.- 52050
STELLITED,STEM-
SS 316L
GLV VLV.GLOBE 2.00 16.00 BS-1873 BODY-ASTM A 351 FLGD, 150, B-16.5, 52350ZZZ0
GR.CF3,TRIM-SS RF/125AARH, SHT
304L NO.- 52350
CHV VLV.CHECK 0.50 1.50 BS EN ISO BODY-ASTM A 182 SW, 800, 3000, B- 53050ZZZ0
15761 GR.F304L,TRIM- 16.11, SHT NO.- 53050
STELLITED
CHV VLV.CHECK 2.00 24.00 BS-1868 BODY-ASTM A 351 FLGD, 150, B-16.5, 53350ZZZ0
GR.CF3,TRIM-SS RF/125AARH, SHT
304L NO.- 53350
BLV/2 VLV.BALL 2.00 8.00 BS EN ISO BODY-ASTM A 351 FLGD, 150, B-16.5, 543AMZZZ0 152
17292 GR.CF3,TRIM-SS RF/125AARH, SHT
304L NO.- 543AM
BLV/1 VLV.BALL 0.50 1.50 BS EN ISO BODY- ASTM A SW, 800, 3000, B- 540AMZZZ0 152
17292 182 16.11, SHT NO.-
GR.F304L,TRIM- 540AM
STELLITED,STEM-
SS 316L
PLV VLV.PLUG 1.00 1.00 BS-5353 BODY-ASTM A 182 FLGD, 150, B-16.5, 55394ZZZ0
GR.F304L,TRIM-SS RF/125AARH, SHT
304L NO.- 55394
Bolt Group
BOS BOLT.STUD 0.50 36.00 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 150 GK64972Z0
ANSI B16.5 SS316L+GRAFIL
GAS GASKET 26.00 36.00 B-16.20- SP.WND SPIRAL, 150 GK54972Z0
ANSI SS316L+GRAFIL
B16.47B

Package : IPMCS
Report No. : 50
Page 264 of 388
A11K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 6 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A19A Sheet 1 of 10

PIPE CLASS : A19A


RATING : 150
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 3 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93 149 204 260 316 343 371
PRESS 20.03 20.03 18.28 16.17 14.06 11.95 9.84 8.78 7.73

SERVICE
NONNACE MILD CORROSIVE SOUR (OTHER THAN FLARE) & AMINE - STRESS RELIEVED;

CAUSTIC (STRESS RELIEVED ZONE)

CLOSED CAUSTIC BLOWDOWN (CCBD) - U/G UPTO 6" ; AMINE BLOW DOWN (ABD) - U/G UPTO 6" ; SOUR BLOW DOWN
(SBD) - U/G UPTO 8".

NOTES
5 FOR PERMANENT 'T' TYPE BW STRAINERS,REFER EIL'STD 7-44-0303 & 7-44-0304; AND FOR TEMPORARY
STRAINERS,REFER EIL'STD 7-44-0300.
7 FOR RESTRICTION ON USE OF BALL,PLUG & BUTTERFLY VALVES,REFER GENERAL NOTES.
32 CORROSION ALLOWANCE HAS BEEN ADJUSTED TO SELECT OPTIMUM SCH. REFER GENERAL NOTES TO PMS.
75 BALL VALVES SHALL NOT BE USED IN CAUSTIC SERVICE.
107 FOR SIZES ABOVE 24", SPACER AND BLIND SHALL BE AS PER JOB 'STD. A307-000-16-43-SK-0004.
151 NDT REQUIREMENT SHALL BE AS PER JOB SPECIFICATION A307-6-44-0016.
152 FIRST ISOLATION VALVE ON ALL FLOW, PRESSURE AND LEVEL TAPPINGS SHALL BE METAL TO METAL SEATED
BALL VALVE.
181 THIS PMS CLASS CORRESPONDS TO EXISTING NHT-ISOM UNIT A9A PMS CLASS (EIL JOB NO.2306)
207 PIPE WALL THICKNESS IS CALCULATED BASED ON ACTUAL LINE DESIGN CONDITION [ 191 DEG. C & 5.4 KG/ CM2 G ]
SUBJECT TO MINIMUM OF 80% CLASS RATING.
219 PIPE WALL THICKNESS IS CALCULATED BASED ON ACTUAL LINE DESIGN CONDITION [ 295 DEG. C & 6 KG/ CM2 G]
SUBJECT TO MINIMUM OF 80% CLASS RATING.
249 PIPE WALL THICKNESS IS CALCULATED BASED ON ACTUAL LINE DESIGN CONDITION [ FOR 66", AT 85 DEG. C & 3.5
KG/ CM2 G AND FOR 72", AT 200 DEG. C & 3.5 KG/ CM2 G ] SUBJECT TO MINIMUM OF 80% CLASS RATING.
364 PIPE THICKNESS (FOR CORE PIPE) IS VALID ONLY FOR SRU UNIT (PARTIAL JACKETED PIPING SYSTEM WITH LMP
STEAM AT 8 KG/CM2G ) AND CORROSION ALLOWANCE HAS BEEN ADJUSTED TO SELECT OPTIMUM THICKNESS.
371 THESE ARE FULL JACKETED LOW DELTA PRESSURE DUAL PLATE CHECK VALVES FOR SRU ONLY.
376 JACKETED VALVE FOR SRU.
383 SIZES FOR VALVES, NOT COVERED IN THE DESIGN STANDARD, SHALL BE AS PER MANUFACTURER'S
STANDARD.BUT THE END FLANGES (ASME B16.47B) SHALL BE AS PER MR REQUIREMENTS . ALL OTHER
REQUIREMENTS SHALL BE AS PER THE DESIGN STANDARD ASME B 16.34.

Package
Report No.
: IPMCS
: 50
A19A
Page 265 of 388
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 7 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A19A Sheet 2 of 10

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353

PRESS.CONN 0.75" SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354

Package : IPMCS
Report No. : 50
Page 266 of 388
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 8 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A19A Sheet 3 of 10

72.
70.
68.
66. T
64. T R
62.
60. T R R
58.
56. T R R R
54. T R R R R
52.
50. T R R R R R
48. T R R R R R R
46. T R R R R R R R
44. T R R R R R R R R
BRANCH PIPE ( SIZE IN INCHES)

42. T R R R R R R R R R
40. T R R R R R R R R R R
38. T R R R R R R R R R R R
36. T R R R R R R R R R R R R
34. T R R R R R R R R R R R R R
32. T R R R R R R R R R R R R R R
30. T R R R R R R R R R R R R R R R
28. T R R R R R R R R R R R R R R R R
26. T R R R R R R R R R R R R R R R R R
24. T R R R R R R R R R R R R R R R R R R
22.
20. T R R R R R R R R R R R R R R R R R R R
18. T R R R R R R R R R R R R R R R R R R R R
16. T R R R R R R R R R R R R R R R R R R R R R
14. T P R R R R R R R R R R R R R R R R R R R R R
12. T P P R R R R R R R R R R R R R R R R R R R R R
10. T P P P R R R R R R R R R R R R R R R R R R R R R
8.0 T P P P P R R R R R R R R R R R R R R R R R R R R R
6.0 T P P P P P R R R R R R R R R R R R R R R R R R R R R
5.0
4.0 T P P P P P P R R R R R R R R R R R R R R R R R R R R R
3.5
3.0 T P P P P P P P R R R R R R R R R R R R R R R R R R R R R
2.5
2.0 T P P P P P P P P R R R R R R R R R R R R R R R R R R R R R
1.5 T T H H H H H H H H H H H H H H H H H H H H H H H H H H H H H
1.25
1.0 T T H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H
0.75 T T T H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H
0.5 T T T T H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H
10.000
12.000
14.000
16.000
18.000
20.000
22.000
24.000
26.000
28.000
30.000
32.000
34.000
36.000
38.000
40.000
42.000
44.000
46.000
48.000
50.000
52.000
54.000
56.000
58.000
60.000
62.000
64.000
66.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package
Report No.
Page 267 of 388
: IPMCS
: 50 A19A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 9 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A19A Sheet 4 of 10

T 72.
70.
68.
R 66.
R 64.
62.
R 60.
58.
R 56.
R 54.
52.
R 50.
R 48.
R 46.
R 44.
BRANCH PIPE (SIZE IN INCHES)

R 42.
R 40.
R 38.
R 36.
R 34.
R 32.
R 30.
R 28.
R 26.
R 24.
22.
R 20.
R 18.
R 16.
R 14.
R 12.
R 10.
R 8.0
R 6.0
5.0
R 4.0
3.5
R 3.0
2.5
R 2.0
H 1.5
1.25
H 1.0
H 0.75
H 0.5
68.000
70.000
72.000

Package
Report No.
: IPMCS
: 50
Page 268 of 388
A19A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 10 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A19A Sheet 5 of 10

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Pipe Group
PIP PIPE 0.50 0.75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1.00 1.50 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2.00 2.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 3.00 14.00 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 16.00 28.00 STD B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0
GR.B60 CL.22
PIP PIPE 30.00 30.00 STD B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0 32
GR.B60 CL.22
PIP PIPE 32.00 44.00 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0
GR.B60 CL.22
PIP PIPE 46.00 46.00 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0 32
GR.B60 CL.22
PIP PIPE 48.00 48.00 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0 219
GR.B60 CL.22
PIP PIPE 50.00 50.00 12.7 B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0 207
GR.B60 CL.22
PIP PIPE 54.00 54.00 14.0 B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0 219
GR.B60 CL.22
PIP PIPE 56.00 56.00 14.0 B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0 207
GR.B60 CL.22
PIP PIPE 60.00 60.00 14.0 B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0 207
GR.B60 CL.22
PIP PIPE 62.00 62.00 CALC B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0
GR.B60 CL.22
PIP PIPE 64.00 64.00 14.0 B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0 207
GR.B60 CL.22
PIP PIPE 66.00 66.00 18.0 B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0 249
GR.B60 CL.22
PIP PIPE 72.00 72.00 18.0 B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0 249
GR.B60 CL.22
PIP/1 PIPE 36.00 36.00 18.0 B-36.10 ASTM A 672 BE, E.FS.W PI2A913Z0 364
GR.B60 CL.22
NIP NIPPLE 0.50 0.75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

NIP NIPPLE 1.00 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG/60 FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 600, RF/125AARH FSC0167Z0
0
FLG/30 FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 300, RF/125AARH FSC0147Z0
0

Package : IPMCS
Report No. : 50
Page 269 of 388
A19A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 11 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A19A Sheet 6 of 10

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Flange Group
FLG FLNG.WN 0.50 24.00 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0

FLG FLNG.WN 26.00 60.00 M B-16.47-B ASTM A 105 150, RF/125AARH FWB0127Z0

FLG FLNG.WN 62.00 72.00 M MNF'STD ASTM A 105 150, RF/125AARH FWG0127Z0

FLG/30 FLNG.WN 26.00 40.00 M B-16.47-B ASTM A 105 300, RF/125AARH FWB0147Z0
0
FLG/60 FLNG.WN 2.00 24.00 M B-16.5 ASTM A 105 600, RF/125AARH FWC0167Z0
0
FLG/30 FLNG.WN 2.00 24.00 M B-16.5 ASTM A 105 300, RF/125AARH FWC0147Z0
0
FLB FLNG.BLIND 0.50 24.00 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0

FLB FLNG.BLIND 26.00 60.00 B-16.47-B ASTM A 105 150, RF/125AARH FBB0127Z0

FLB FLNG.BLIND 62.00 72.00 MNF'STD ASTM A 105 150, RF/125AARH FBG0127Z0

FEF FLNG.FIG.8 0.50 8.00 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0
B16.48
FEF SPCR&BLND 10.00 24.00 ASME- ASTM A 105 150, FF/125AARH FCK0121Z0
B16.48
FEF SPCR&BLND 26.00 60.00 JOB'STD ASTM A 516 150, FF/125AARH FCF8921Z0 107
GR.70(NORMALIS
ED)
FEF SPCR&BLND 62.00 72.00 MNF'STD ASTM A 516 150, FF/125AARH FCG8921Z0
GR.70(NORMALIS
ED)
Fitting Group
ELB90 ELBOW.90 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2.00 14.00 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10
GR.WPB
ELB90 ELBOW.90 16.00 48.00 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB90 ELBOW.90 50.00 72.00 M MNF'STD ASTM A 234 BW, 1.5D WAN754Z10
GR.WPB-W
ELB45 ELBOW.45 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2.00 14.00 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10
GR.WPB
ELB45 ELBOW.45 16.00 48.00 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W

Package : IPMCS
Report No. : 50
Page 270 of 388
A19A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 12 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A19A Sheet 7 of 10

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
ELB45 ELBOW.45 50.00 72.00 M MNF'STD ASTM A 234 BW, 1.5D WBN754Z10
GR.WPB-W
TEQ T.EQUAL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2.00 14.00 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TEQ T.EQUAL 16.00 48.00 M B-16.9 ASTM A 234 BW WEG754ZZ0
GR.WPB-W
TEQ T.EQUAL 50.00 72.00 M MNF'STD ASTM A 234 BW WEN754ZZ0
GR.WPB-W
TRED T.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2.00 14.00 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
TRED T.RED 16.00 48.00 M, M B-16.9 ASTM A 234 BW WRG754ZZ0
GR.WPB-W
TRED T.RED 50.00 72.00 M, M MNF'STD ASTM A 234 BW WRN754ZZ0
GR.WPB-W
REDC REDUC.CONC 2.00 14.00 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 16.00 48.00 M, M B-16.9 ASTM A 234 BW WUG754ZZ0
GR.WPB-W
REDC REDUC.CONC 50.00 72.00 M, M MNF'STD ASTM A 234 BW WUN754ZZ0
GR.WPB-W
REDE REDUC.ECC 2.00 14.00 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 16.00 48.00 M, M B-16.9 ASTM A 234 BW WVG754ZZ0
GR.WPB-W
REDE REDUC.ECC 50.00 72.00 M, M MNF'STD ASTM A 234 BW WVN754ZZ0
GR.WPB-W
SWGC SWAGE.CONC 0.50 3.00 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC 0.50 3.00 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

CAP CAP 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WF60283Z0

CAP CAP 2.00 48.00 M B-16.9 ASTM A 234 BW WFG684ZZ0


GR.WPB
CAP CAP 50.00 72.00 M MNF'STD ASTM A 234 BW WFN684ZZ0
GR.WPB
CPLF CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

Package : IPMCS
Report No. : 50
Page 271 of 388
A19A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 13 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A19A Sheet 8 of 10

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
CPLF CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLH CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLL CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLR CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

Valves Group
GAV VLV.GATE 0.50 1.50 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51013ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51013
STELLITED,STEM-
SS 304
GAV VLV.GATE 2.00 24.00 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 51313ZZZ0
10434 GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 51313
GAV VLV.GATE 26.00 48.00 ANSI-B- BODY-ASTM A 216 FLGD, 150, B-16.47 B, 51921ZZZ0
16.34 GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 51921
GAV VLV.GATE 60.00 60.00 ANSI-B- BODY-ASTM A 216 FLGD, 150, B-16.47 B, 513BCZZZ0 383
16.34 GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 513BC
GAV/1 VLV.GATE 8.00 20.00 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 513JCZZZ0 376
10434 GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 513JC
GLV VLV.GLOBE 0.25 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 52013ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52013
STELLITED,STEM-
SS304
GLV VLV.GLOBE 2.00 16.00 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52313ZZZ0
GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 52313
GLV VLV.GLOBE 20.00 20.00 ANSI-B- BODY-ASTM A 216 FLGD, 150, B-16.5, 52921ZZZ0
16.34 GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 52921
CHV VLV.CHECK 0.50 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 53013ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53013
STELLITED
CHV VLV.CHECK 2.00 24.00 BS-1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53313ZZZ0
GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 53313

Package : IPMCS
Report No. : 50
Page 272 of 388
A19A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 14 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A19A Sheet 9 of 10

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Valves Group
CHV/3 VLV.CHECK 8.00 20.00 API-594 BODY-ASTM A 216 FLGD, 150, B-16.5, 533JCZZZ0 371
GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 533JC
CHV/2 VLV.CHECK 3.00 24.00 API-594 BODY-ASTM A 216 WAFL, 150, B-16.5, 533NCZZZ0
GR.WCB,TRIM-SS WAF/125AARH, SHT
304 NO.- 533NC
CHV/1 VLV.CHECK 36.00 36.00 API-594 BODY-ASTM A 216 FLGD, 150, B-16.47 B, 533BAZZZ0
GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 533BA
BLV VLV.BALL 0.50 16.00 BS EN ISO BODY-ASTM A 105 FLGD, 150, B-16.5, 54313ZZZ0 75
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54313
BODY SEAT-
RPTFE
BLV VLV.BALL 24.00 24.00 API-6D BODY-ASTM A 216 FLGD, 150, B-16.5, 543QCZZZ0 75
GR.WCB,TRIM- RF/125AARH, SHT
BODY SEAT : NO.- 543QC
RPTFE
BLV/3 VLV.BALL 10.00 12.00 BS EN ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 543QBZZZ0
17292 GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 543QB
BLV/2 VLV.BALL 2.00 8.00 BS EN ISO BODY-ASTM A FLGD, 150, B-16.5, 543BCZZZ0 152
17292 216GR.WCB,TRIM- RF/125AARH, SHT
SS 304 NO.- 543BC
BLV/1 VLV.BALL 0.50 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 540BCZZZ0 152
17292 105,TRIM- 16.11, SHT NO.- 540BC
STELLITED,STEM-
SS 304
PLV VLV.PLUG 0.50 24.00 BS-5353 BODY-ASTM A FLGD, 150, B-16.5, 55313ZZZ0
105/ASTM A 216 RF/125AARH, SHT
GR.WCB,TRIM- NO.- 55313
PLUG-HARDENED
PLV/1 VLV.PLUG 8.00 10.00 BS-5353 BODY-ASTM A FLGD, 150, B-16.5, 553JCZZZ0 376
216GR.WCB,TRIM- RF/125AARH, SHT
HARDENED PLUG NO.- 553JC
BFV VLV.BTRFLY 3.00 24.00 BS EN 593 BODY-ASTM A 216 WAFL, 150, B-16.5, 56313ZZZ0
GR.WCB,TRIM-SS WAF/125AARH, SHT
304 NO.- 56313
BFV VLV.BTRFLY 26.00 36.00 BS EN 593 BODY-ASTM A 216 FLGD, 150, B-16.47 B, 56314ZZZ0
GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 56314
BFV VLV.BTRFLY 60.00 60.00 BS EN 593 BODY-ASTM A 216 FLGD, 150, B-16.47 B, 56925ZZZ0
GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 56925
BFV/2 VLV.BTRFLY 24.00 24.00 BS EN 593 BODY-ASTM A 216 FLGD, 150, B-16.47 B, 563JCZZZ0 376
GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 563JC
BFV/1 VLV.BTRFLY 36.00 36.00 BS EN 593 BODY-ASTM A 216 FLGD, 150, B-16.47 B, 56924ZZZ0
GR.WCB,TRIM-SS RF/125AARH, SHT
304 NO.- 56924

Package : IPMCS
Report No. : 50
Page 273 of 388
A19A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 15 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A19A Sheet 10 of 10

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Bolt Group
BOS BOLT.STUD 0.50 72.00 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 150 GK65072Z0
ANSI B16.5 SS316+GRAFIL
GAS GASKET 26.00 60.00 B-16.20- SP.WND SPIRAL, 150 GK56272Z0
ANSI SS316+GRAFIL+ I
B16.47B RING
GAS GASKET 62.00 72.00 MNF'STD SP.WND SPIRAL, 150 GKG6272Z0
SS316+GRAFIL+ I
RING
GAS/30 GASKET 26.00 40.00 B-16.20- SP.WND SPIRAL, 300 GK56274Z0
0 ANSI SS316+GRAFIL+ I
B16.47B RING
GAS/60 GASKET 2.00 24.00 B-16.20- SP.WND SPIRAL, 600 GK65076Z0
0 ANSI B16.5 SS316+GRAFIL
GAS/30 GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 300 GK65074Z0
0 ANSI B16.5 SS316+GRAFIL
Trap/Strainer Group
TSR STRNR.TEMP 1.50 24.00 EIL'STD B:A516GR.70(NOR CONETYPE, ST17531Z0
M);INT:SS304 150,FF/125AARH
PSR STRNR.PERM 0.50 1.50 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 2.00 14.00 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0


T:SS304
PSR STRNR.PERM 16.00 24.00 M EIL'STD B:A234GR.WPBW;I BW, T-TYPE SP13644Z0
NT:SS304

Package : IPMCS
Report No. : 50
Page 274 of 388
A19A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 16 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A1K Sheet 1 of 6

PIPE CLASS : A1K


RATING : 150
BASE MATERIAL : SS 304
CORROSION ALLOWANCE : 0 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93 149 204 260 316 343 371
PRESS 19.33 19.33 16.17 14.41 13.35 11.95 9.84 8.78 7.73

SERVICE
PURE NON CORROSIVE OR MILD CORROSIVE HYDROCARBONS
FLAMMABLE/NON FLAMMABLE & NON LETHAL HYDROCARBONS, LUBE OIL (AFTER FILTERS), CHEMICALS ETC.

NOTES
5 FOR PERMANENT 'T' TYPE BW STRAINERS,REFER EIL'STD 7-44-0303 & 7-44-0304; AND FOR TEMPORARY
STRAINERS,REFER EIL'STD 7-44-0300; FOR SPACER AND BLIND REFER EIL'STD 7-44-0162.
7 FOR RESTRICTION ON USE OF BALL,PLUG & BUTTERFLY VALVES,REFER GENERAL NOTES.
151 NDT REQUIREMENT SHALL BE AS PER JOB SPECIFICATION A307-6-44-0016.
152 FIRST ISOLATION VALVE ON ALL FLOW, PRESSURE AND LEVEL TAPPINGS SHALL BE METAL TO METAL SEATED
BALL VALVE.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353

PRESS.CONN 0.75" SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354

Package
Report No.
: IPMCS
: 50
A1K
Page 275 of 388
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 17 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A1K Sheet 2 of 6

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. T 24.
22. 22.
20. T R 20.
18. T R R 18.
16. T R R R 16.
14. T R R R R 14.
12. T R R R R R 12.
10. T R R R R R R 10.
8.0 T P R R R R R R 8.0
6.0 T P P R R R R R R 6.0
5.0 5.0
4.0 T P P P R R R R R R 4.0
3.5 3.5
3.0 T P P P P P R R R R R 3.0
2.5 2.5
2.0 T P P P P P P P R R R R 2.0
1.5 T T H H H H H H H H H H H 1.5
1.25 1.25
1.0 T T H H H H H H H H H H H H 1.0
0.75 T T T H H H H H H H H H H H H 0.75
0.5 T T T T H H H H H H H H H H H H 0.5
10.000
12.000
14.000
16.000
18.000
20.000
22.000
24.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package
Report No.
Page 276 of 388
: IPMCS
: 50 A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 18 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A1K Sheet 3 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Pipe Group
PIP PIPE 0.50 0.75 80S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0

PIP PIPE 1.00 1.50 40S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0

PIP PIPE 2.00 2.00 40S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0

PIP PIPE 3.00 8.00 10S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0

PIP PIPE 10.00 24.00 10S B-36.19 ASTM A 358 TP304 BE, E.FS.W PI35513Z0
CL.1
NIP NIPPLE 0.50 0.75 M B-36.19 ASTM A 312 TP304 PBE, SEAMLESS PN33567Z0

NIP NIPPLE 1.00 1.50 M B-36.19 ASTM A 312 TP304 PBE, SEAMLESS PN33567Z0

Flange Group
FLG/30 FLNG.SW 0.50 1.50 M B-16.5 ASTM A 182 300, RF/125AARH FSC4147Z0
0 GR.F304
FLG FLNG.WN 0.50 1.50 M B-16.5 ASTM A 182 150, RF/125AARH FWC4127Z0
GR.F304
FLG/30 FLNG.WN 2.00 24.00 M B-16.5 ASTM A 182 300, RF/125AARH FWC4147Z0
0 GR.F304
FLG FLNG.LJ 2.00 24.00 B-16.5 ASTM A 105 150, FLC012EZ0
STK/MAX1000AARH
FLB FLNG.BLIND 0.50 24.00 B-16.5 ASTM A 182 150, RF/125AARH FBC4127Z0
GR.F304
FEF FLNG.FIG.8 0.50 8.00 ASME- ASTM A 182 150, FF/125AARH FGK4121Z0
B16.48 GR.F304
FEF SPCR&BLND 10.00 24.00 ASME- ASTM A 182 150, FF/125AARH FCK4121Z0
B16.48 GR.F304
Fitting Group
ELB90 ELBOW.90 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WA642D2Z0
GR.F304
ELB90 ELBOW.90 2.00 8.00 M B-16.9 ASTM A 403 BW, 1.5D WAG874Z10
GR.WP304-S
ELB90 ELBOW.90 10.00 24.00 M B-16.9 ASTM A 403 BW, 1.5D WAG894Z10
GR.WP304-WX
ELB45 ELBOW.45 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WB642D2Z0
GR.F304
ELB45 ELBOW.45 2.00 8.00 M B-16.9 ASTM A 403 BW, 1.5D WBG874Z10
GR.WP304-S
ELB45 ELBOW.45 10.00 24.00 M B-16.9 ASTM A 403 BW, 1.5D WBG894Z10
GR.WP304-WX
TEQ T.EQUAL 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WE642D2Z0
GR.F304

Package : IPMCS
Report No. : 50
Page 277 of 388
A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 19 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A1K Sheet 4 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
TEQ T.EQUAL 2.00 8.00 M B-16.9 ASTM A 403 BW WEG874ZZ0
GR.WP304-S
TEQ T.EQUAL 10.00 24.00 M B-16.9 ASTM A 403 BW WEG894ZZ0
GR.WP304-WX
TRED T.RED 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WR642D2Z0
GR.F304
TRED T.RED 2.00 8.00 M, M B-16.9 ASTM A 403 BW WRG874ZZ0
GR.WP304-S
TRED T.RED 10.00 24.00 M, M B-16.9 ASTM A 403 BW WRG894ZZ0
GR.WP304-WX
REDC REDUC.CONC 2.00 8.00 M, M B-16.9 ASTM A 403 BW WUG874ZZ0
GR.WP304-S
REDC REDUC.CONC 10.00 24.00 M, M B-16.9 ASTM A 403 BW WUG894ZZ0
GR.WP304-WX
REDE REDUC.ECC 2.00 8.00 M, M B-16.9 ASTM A 403 BW WVG874ZZ0
GR.WP304-S
REDE REDUC.ECC 10.00 24.00 M, M B-16.9 ASTM A 403 BW WVG894ZZ0
GR.WP304-WX
SWGC SWAGE.CONC 0.50 3.00 M, M BS-3799 ASTM A 182 PBE WNH426ZZ0
GR.F304
SWGE SWAGE.ECC 0.50 3.00 M, M BS-3799 ASTM A 182 PBE WPH426ZZ0
GR.F304
CAP CAP 0.50 0.75 B-16.11 ASTM A 182 SCRF, 3000 WF64282Z0
GR.F304
CAP CAP 2.00 24.00 M B-16.9 ASTM A 403 BW WFG874ZZ0
GR.WP304-S
PLG PLUG 0.50 0.75 B-16.11 ASTM A 182 SCRM, 3000 WH64292Z0
GR.F304
CPLF CPLNG.FULL 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WJ642D2Z0
GR.F304
CPLH CPLNG.HALF 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WK642D2Z0
GR.F304
CPLL CPLNG.LH 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WL642D2Z0
GR.F304
CPLR CPLNG.RED 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WM642D2Z0
GR.F304
STB STUB.END 2.00 8.00 M B-16.9 ASTM A 403 BW, 125AARH WSG8741Z0
GR.WP304-S
STB STUB.END 10.00 24.00 M B-16.9 ASTM A 403 BW, 125AARH WSG8941Z0
GR.WP304-WX
Valves Group
GAV VLV.GATE 0.50 1.50 API 602/ ISO BODY-ASTM A 182 SW, 800, 3000, B- 51045ZZZ0
15761 GR.F304,TRIM- 16.11, SHT NO.- 51045
STELLITED,STEM-
SS 304

Package : IPMCS
Report No. : 50
Page 278 of 388
A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 20 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A1K Sheet 5 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Valves Group
GAV VLV.GATE 2.00 24.00 API 600/ ISO BODY-ASTM A 351 FLGD, 150, B-16.5, 51345ZZZ0
10434 GR.CF8,TRIM-SS RF/125AARH, SHT
304 NO.- 51345
GLV VLV.GLOBE 0.50 1.50 BS EN ISO BODY-ASTM A 182 SW, 800, 3000, B- 52045ZZZ0
15761 GR.F304,TRIM- 16.11, SHT NO.- 52045
STELLITED,STEM-
SS304
GLV VLV.GLOBE 2.00 16.00 BS-1873 BODY-ASTM A 351 FLGD, 150, B-16.5, 52345ZZZ0
GR.CF8,TRIM-SS RF/125AARH, SHT
304 NO.- 52345
CHV VLV.CHECK 0.50 1.50 BS EN ISO BODY-ASTM A 182 SW, 800, 3000, B- 53045ZZZ0
15761 GR.F304,TRIM- 16.11, SHT NO.- 53045
STELLITED
CHV VLV.CHECK 2.00 24.00 BS-1868 BODY-ASTM A 351 FLGD, 150, B-16.5, 53345ZZZ0
GR.CF8,TRIM-SS RF/125AARH, SHT
304 NO.- 53345
BLV VLV.BALL 0.50 16.00 BS EN ISO BODY-ASTM A 351 FLGD, 150, B-16.5, 54345ZZZ0
17292 GR.CF8 / ASTM A RF/125AARH, SHT
182 GR.F304,TRIM- NO.- 54345
SEAT-RPTFE
BLV/2 VLV.BALL 2.00 8.00 BS EN ISO BODY-ASTM A 351 FLGD, 150, B-16.5, 543ALZZZ0 152
17292 GR.CF8,TRIM-SS RF/125AARH, SHT
304 NO.- 543AL
BLV/1 VLV.BALL 0.50 1.50 BS EN ISO BODY- ASTM A SW, 800, 3000, B- 540ALZZZ0 152
17292 182 GR.F304,TRIM- 16.11, SHT NO.- 540AL
STELLITED,STEM-
SS 304
PLV VLV.PLUG 0.50 24.00 BS-5353 BODY-ASTM A 182 FLGD, 150, B-16.5, 55345ZZZ0
GR.F304 / ASTM A RF/125AARH, SHT
351 GR.CF8,TRIM- NO.- 55345
PLUG-SS304/SS316
Bolt Group
BOS BOLT.STUD 0.50 24.00 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 150 GK65072Z0
ANSI B16.5 SS316+GRAFIL
GAS/30 GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 300 GK65074Z0
0 ANSI B16.5 SS316+GRAFIL
Trap/Strainer Group
TSR STRNR.TEMP 1.50 24.00 EIL'STD B:A240TP304;INT:S CONETYPE, ST14131Z0
S304 150,FF/125AARH
PSR STRNR.PERM 0.50 1.50 MNF'STD B:A182GR.F304;IN SW, Y-TYPE, 800 SP307D510
T:SS304
PSR STRNR.PERM 2.00 8.00 M EIL'STD B:A403GR.WP304- BW, T-TYPE SP15344Z0
S;INT:SS304

Package : IPMCS
Report No. : 50
Page 279 of 388
A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 21 of 21

Client : BPCL Dept./Sect. : 16/43


Project : IREP

Location : KOCHI, KERALA Pipe Class : A1K Sheet 6 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Trap/Strainer Group
PSR STRNR.PERM 10.00 24.00 M EIL'STD B:A403GR.WP304- BW, T-TYPE SP15444Z0
WX;INT:SS304

Package : IPMCS
Report No. : 50
Page 280 of 388
A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 281 of 388
Page 282 of 388
Page 283 of 388
Page 284 of 388
STRUCTURAL DATA Specification No.
FOR A307-0IY-16-48-SP-4500
FLARE STACK COMPONENTS, Rev.A

INTEGRATED REFINERY EXPANSION Page 1 of 4


PROJECT, KOCHI

STRUCTURAL DATA

FOR

FLARE STACK COMPONENTS

PROJECT : INTEGRATED REFINERY EXPANSION PROJECT,KOCHI

OWNER : M/S BHARAT PETROLEUM CORPORATION LTD

JOB NO. : A307

A 12-03-2014 ISSUED FOR BIDS/ MR


VG SS AS
Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL-1641-1924 Rev.0 Copyright EIL – All rights reserved

Page 285 of 388


STRUCTURAL DATA Specification No.
FOR A307-0IY-16-48-SP-4500
FLARE STACK COMPONENTS, Rev.A

INTEGRATED REFINERY EXPANSION Page 2 of 4


PROJECT, KOCHI

Table of Contents
Page No.

1.0 Wind Loads 3


2.0 Seismic Loads 3
3.0 Structural steel Materials 3
4.0 Gratings 4
5.0 Handrails 4
6.0 Ladders 4
7.0 Loadings 4
8.0 Contractor’s document/ drawing to be reviewed 4

Format No. EIL-1641-1924 Rev.0 Copyright EIL – All rights reserved

Page 286 of 388


STRUCTURAL DATA Specification No.
FOR A307-0IY-16-48-SP-4500
FLARE STACK COMPONENTS, Rev.A

INTEGRATED REFINERY EXPANSION Page 3 of 4


PROJECT, KOCHI

1.0 Wind Loads

Wind loads shall generally be as per IS: 875.

The basic wind speed, Vb is taken as 39 m/s.

Values of coefficients k1, k2, k3 shall be as:

k1 = 1.0 (for permanent structures)

k2 = Shall be taken (as IS: 875) for relevant class of structure with Category-2
terrain with respect to the actual height of the structure.

k3 = 1.0

The design life span of all structures (units & offsite) shall be taken as 50 years.

To account for surface area of piping, platforms and other attachments fixed to the
equipment the surface area of the equipment (vessel/column) exposed to wind shall
be increased by 20% or as specified in the mechanical data sheet of the equipment.

2.0 Seismic Loads

Seismic forces shall be as per site specific spectra for Kochi (Document No. A307-
000-16-54-DB-0258).

3.0 Structural steel Materials

Structural steel shall conform to following BIS codes:

IS: 808 For Dimensions of Hot rolled Steel Beams, Columns, Channel
and Angles

IS: 2062 For Steel for General Structure purposes specification

IS: 12778 For Hot rolled parallel flanges steel sections for Beams,
Columns and Bearing piles

IS:1161 Circular Hollow Sections (CHS)

IS:4923 Square Hollow Sections (SHS)/ Rectangular Hollow Sections


(RHS)

Painting on Steel Structure shall be as per Doc. no. A307-000-0642-PLS-01 (Shop


& Field Painting System).

Format No. EIL-1641-1924 Rev.0 Copyright EIL – All rights reserved

Page 287 of 388


STRUCTURAL DATA Specification No.
FOR A307-0IY-16-48-SP-4500
FLARE STACK COMPONENTS, Rev.A

INTEGRATED REFINERY EXPANSION Page 4 of 4


PROJECT, KOCHI

4.0 Gratings

Floor Grating shall be fabricated from mild steel by electro-forging process. These
shall conform to Standard no. 7-68-0697.

5.0 Handrails

Handrails shall be as per Standard 7-68-0552 (SHT. 8 of 8) with top rail of 32 mm


dia (NB) MS tubes.

6.0 Ladders

Ladder shall be as per standard 7-68-0507 & 7-68-0509.

7.0 Loadings

Live load of 3.0 kN/m2 shall be considered on platform.

8.0 Contractor’s document/ drawing to be reviewed

Following shall be reviewed by Owner/ Owner’s representative:

i) Design & Detailed drawing of Platforms.

Format No. EIL-1641-1924 Rev.0 Copyright EIL – All rights reserved

Page 288 of 388


STANDARD No.
ELECTROFORGED GRATING
ENGINEERS
INDIA LIMITED 7-68-0697 Rev. 1
$1ff4U TYPE-I & TYPE-II
17417M 21-2re en1,3,7,1,1) (A Gov't of India Undertaking)
SHT.1 of 7

NOTES :-

1. THIS STANDARD GIVES DESIGN AND DETAILS OF ELECTROFORGED GRATING.


2. ALL DIMENSIONS ARE IN mm.
3. THE TYPE OF GRATING TO BE USED SHALL BE CALLED OUT ON THE DESIGN DRAWING.
4. MATERIAL FOR THE GRATING (TWISTED BARS / M.S. FLATS) SHALL BE OF GRADE E250 SUB QUALITY-A/BR
CONFORMING TO IS:2062.
5. ALL GRATINGS SHALL BE MADE BY ELECTROFORGING PROCESS.
6. GRATINGS SHALL BE HOT DIP GALVANISED IN ACCORDANCE WITH IS:2629 AND TESTED AS PER
IS:2633 AND IS:6745. QUANTITY OF ZINC COATING SHALL BE MINIMUM 900 gm/m 2 OF SURFACE
AREA (0.12mm UNIFORM THICKNESS)
7. THE NET SAFE WORKING LOADS GIVEN ON SHEET 2 ARE BASED ON LIMITING VERTICAL
DEFLECTION OF SPAN/200 OR 6mm, WHICHEVER IS LESS.
8. THE PANEL WIDTH SHOWN ON THE SUBSEQUENT SHEETS IS INDICATIVE. IT MAY BE INCREASED OR
DECREASED AS REQUIRED TO SUIT THE GEOMETRY OF THE PLATFORM & CONVENIENCE OF HANDLING.
9. GRATINGS SHALL NOT BE USED FOR SUPPORTING THE PIPES DIRECTLY. ADDITIONAL MEMBERS
(MINIMUM MC125) SHALL BE PROVIDED UNDER THE GRATING FOR SUPPORTING THE PIPE HAVING
A MAXIMUM LOAD OF 500 Kg. THIS MEMBER SHALL SPAN IN SAME DIRECTION AS GRATING.
10. GALVANISED GRATING PANEL SHALL BE FIXED TO THE SUPPORTING MEMBERS BY CLAMPS OR
ALTERNATIVELY BY WELDING WITH COLD GALVANIZING AS PER THE DETAILS TO BE FOLLOWED &
REMOVABLE GALVANISED GRATING PANEL AS SHOWN IN DWGS SHALL BE FIXED BY CLAMPS ONLY.
11. FOR GRATING PANELS WITH CUTOUTS / OPENINGS; STRENGTHENING SHALL BE CARRIED OUT
AS PER THE DETAILS GIVEN ON SHEET 6. ADDITIONAL MEMBERS WHEREVER SHOWN SHALL BE PROVIDED
IN THE STRUCTURE. AFFECTED PORTION SHALL BE PAINTED AS PER NOTE-15.

12. THE FABRICATED GRATING SHALL FULFILL THE FOLLOWING MINIMUM REQUIREMENTS:
(I) THE UNFUSED JOINTS ARE NOT IN EXCESS OF 5% OF THE TOTAL JOINTS AND ARE WELDED
BY SMAW/GMAW PROCESS
(II) THE JOINTS ARE ABLE TO SUSTAIN A MINIMUM PULL OUT LOAD OF 1.2 TIMES THE ALLOWABLE
SHEAR CAPACITY OF THE CROSS MEMBER.
13. EVERY FIFTH BAR SHALL NESCESSARILY BE WELDED TO THE END BAR. HOWEVER, THE END BARS
SHALL ALWAYS BE WELDED.
14. OPENINGS UP TO 200MM DIA ARE NOT SHOWN ON THE DRAWING THE SAME SHALL BE MADE AT SITE
DURING ERECTION OF PIPING. AFTER ERECTION TOUCH UP FOR DAMAGED GALVANIZING SHALL ALSO
BE DONE.
15. REPAIR TO THE DAMAGED AREA OF GALVANIZED COATING DUE TO WELDING AFTER ERECTION SHALL BE
CARRIED OUT AS PER RECOMMENDED PRACTICE OF IS:11759 USING COLD GALVANIZING SPRAY PROCESS.
ORGANIC PAINT SYSTEM IS NOT ACCEPTABLE. THE REPAIRED AREA SHALL BE TOP COATED WITH ONE
COAT OF P6 0 40 MICRON DFT/COAT+ONE COAT OF F-2 40 MICRON DFT/COAT (TOTAL 80 MICRONS
OF FINISH COAT) AS PER TABLE -8.0 OF EIL PAINTING SPECIFICATION NO. 6-79-0020.

1 18.09.13 REVISED & ISSUED AS STANDARD „A1.4k. PK NRTAL S. tH ITURVEDI D. MAU-10TRA

0 29.06.09 ISSUED AS STANDARD V. P. SINGH S FATURVEDI VINAY KUMAR N. DUARI

Prepared Checked Stds. Committee GM Stds. Bureau


Rev .
Date Purpose Convener Chairman
No. by by
Approved by
Format No Page 289 of
R..nn-0001-F4 388
RPV Convrinht Fll - All iinhts resprvPr1
STANDARD No.
150TA ENGINEERS ELECTROFORG ED GRATING
51gai 2151eg INDIA LIMITED
iiree■
ereThTe .1513,Tds1,11 IA Govt. of India Undertaking)
TYPE-I & TYPE-II 7-68-0697 Rev. 1
SHT.2 of 7

NET SAFE WORKING LOADS FOR GRATING TYPE-I & II

/ 500 TO 800 900 1000 1100 1250 1400

TYPE

EITHER OF W(UDL IN KN/SQM) OR P(LINEAR LOAD IN KN/M)

w 19.60 14.80 10.80 8.10 5.30 3.40


I
P 9.00 8.00 6.60 5.40 4.00 2.70

w 19.60 17.60 13.20 8.70 5.50


II
P 14.60 13.00 10.70 8.80 6.30 4.40

SYMBOLS :-

/ = EFFECTIVE SPAN IN mm
b = BEARING WIDTH IN mm

= UDL IN kN/m2
p = LINEAR LOAD IN kN/m AT MID SPAN ALONG PANEL WIDTH.

"47 = GRATING SPAN DIRECTION

1(1 \
1 18.09.13 REVISED & ISSUED AS STANDARD V. P. SINGH GH 446■
P1 1 ;
L- S. VPI TURVEDI D. IALLHOTRA
0 29.0C.09 ISSUED AS STANDARD V. P. SINGH S. CRATURVEDI VINAY KUMAR N. DUARI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convener Chairman
No. by by
Approved by
Page 290 of
Format No R-nn-noel-F4 388
1,2Pv n Convrinht Fll - All rinhts rPSPR/Pri
STANDARD No.
ei ENGINEERS ELECTROFORGED GRATING
$1ga 215Ereg INDIA LIMITED TYPE-I & TYPE-II 7-68-0L)97 Rev. 1
(A Gov( of India Undertaking)
SHT. 3 of 7

`A' 36 NOS. FLAT 25x3


0 30 c/c (MAIN MEMBER)
100 100 100

L I- - CT.
›— 0
I low MAIN
MEMBER

NEM
f< MI
ism II ul
0

I pm CROSS
1r
1111 11111M z
11==111•■ 1w 0 (REFER NOTE-13)
MEMBER
1111111 r=/
35SPACING 030 c/c
I ACT (WC° A I IWInTIJ

111111=1111111121 lL ›.)
DETAIL - 'A'

III
0
0

=111 c
'CC

HI 11111 133

Ce
100 t 100
14.1 100
■111111111.111111111 tn m ,r
I IA B
MUM NMI
■1M1=111111121 Aj L

111
E
'- 2 ' FLAT 25)(3
1
CD
SECTION 1 - 1
MEM ME
.111111=1111122
1110111 Ru
MIN NMI
CROSS MEMBER
\ \
MAIN MEMBER

CLEAR SPAN = /—b

PLAN DETAIL - `13'

WT. OF GRATING IN kg/m2 PROPERTIES APPLICATION NOTES


WIDTH = 1053mm
6mm. lxx Zxx MR EQUIPMENT PLATFORM
25x6 25x3 TWISTED TOTAL
BAR cm4 CM3 kgm PUMP HOUSE
REFER SHT. 1 OF 7
CROSS OVER
PIPE RACK
2.36 20.13 2.54 25.03 14.84 11.87 195.94
GANTRIES (RAIL / ROAD)

GRATING TYPE - I

18.09.13 REVISED & ISSUED AS STANDARD GH PK ITIAL S. CHATURVEDI D. MALHOTRA

0 29.06.09 ISSUED AS STANDARD V. P. SINGH S. CHATURVEDI VINAY KUMAR N. DUARI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convener Chairman
No. by by
Approved by
Page 291 of 388
Fnrrnat Nn RpV n
s-nn_onni -F4 C:nnvrinht Fil - All rinhts rpservPri
STANDARD No.
6.-iraeie;
i ENGINEERS ELECTROFORGED GRATING
0g-a Meg INDIA LIMITED TYPE-I & TYPE-II 7-68-0697 Rev. 1
tTkrd,li" 34,11,1) (A Govt. India Undertaking(
SHT.4 of 7

E 31 NOS. FLAT 25x6


E
@ 35 c/c (MAIN MEMBER)
75 75 75
' Mil ME I■MI iill
INN MIMI ■
I Ell III
LL
IIIMIIII9
IN
I N NI-0-:
INIE1NIIIIIII..
1-11 MAIN
MEMBER

111E11 I MEI III ,T,<


KM MI IIIIIII
III
MI
MI
NOM I
MINI
I NI b_ 111111 CROSS
NH MI ■I MI•NI 0
LEI WI I III
4; 3 MEMBER
2 (REFER NOTE-13)
30SPACING 0 35 c/c

w
DETAIL — 'C'

EC
w
03
w 75 75 75
K X
fnU) .
0 II n
0
L1 FLAT 25x6
SECTION 2-2

CROSS MEMBER
MAIN MEMBER

PLAN DETAIL — `D'

WT. OF GRATING IN kg/m2 PROPERTIES APPLICATION NOTES


WIDTH = 1056mm
STAIRS
8 mm TOTAL lxx Zxx MR
25x6 OPERATING PLATFORMS FOR
TWISTED BAR cm4 cm kgm a) COMPRESSOR HOUSE REFER SHT. 1 OF 7
b) TECHNOLOGICAL STRUCTURE
36.92 6.14 43.06 24.2 19.4 319.69 c) PIPE RACK WITH
VALVE / PIPE SUPPORTS

GRATING TYPE — II

43
'
•St
‘ '‘‘k/
1 18.09.13 REVISED & ISSUED AS STANDARD V. P. SINGH PJ PK MITTAL 1.:"ATURVE I D.MALHOTRA

0 29.06.09 ISSUED AS STANDARD V. P. SINGH S. CHATURVEDI V1NAY KUMAR N. DUARI

Rev. Prepared Checked Stds. Committee CIJ Stds. Bureau


Date Purpose Convener Chairman
No. by by
Page 292 of 388 Approved by
Fnrmat Nn R-nn-nnni-F4 RPV rnnvrinht Fll - All rinhts rpsprvorl
STANDARD No.
0 -iA ELECTROFORGED GRAT:NG
ENGINEERS
faraleg
WW1 ErWa,ieT Cs1,39-dtia1 .,
INDIA LIMITED
(A Govt of India Undertakingj
TYPE-I & TYPE-II 7-68-0697 Rev. 1
SHT.5 of 7

CLAMP 25x3 THK. M.S. FLAT,


CLAMP TWISTED BAR
WITH 8 0 HOLES (AS/IS:523)
8mm/6mm

1.11111111ffillM1111111 1111=1111fill•11111111111
11
1 11111111 •■■■
•■■■
mni N 1.

GRATING

25x6 THK. M.S.


\ —M-6 BOLT FLAT WITH 8 0
WITH NUT HOLES, TACK
WELDED TO STRL.
...... 1111111111111■
1
MEMBER

VIEW 3-3 VIEW 4-4


GRATING FIXED WITH CLAMP GRATING FIXED WITH CLAMP
(REFER NOTE-10) (REFER NOTE-10)

TWISTED BAR
8mm/6mm

GRATING

VIEW 4-4
GRATING FIXED WITH WELDING
(REFER NOTE-15)

ml
im=mma
IMMININME■ M•1■ 111•1=MMIIIMNITill
MMIMMIII■ MII•■ •■■■ 11■ Mli MNIMM■ M
MIIIM3=10 INIINI•IIM■ 1■ 1■ •EMMIII•MI■ =111 =I■ 1■ I1M
M■ IINLIS14 OIMM■ MIN MM■■ 111■ 11■■ •11S11 7■1■ MI
CLAMP (TYP) • INICEIC31♦ EM■ 1111= ■■■ 1111■■ •MININO 11■
OM■ M
MIEME=1•,1.■■ •■■■ •=1MEll EIMI■ 1■ INI
• ■ ME11 immomm■■
mommmw 1.1=■ •■■ •■
mon_ii 17M■ .7■=11M•11
Ewommmait
■ wito Nammoo■■
• =11■
11■
∎IMMIIMII
∎=1M1111∎∎■■ •■
IMINEM
EiMMIM=M
11 MEMMI■ M
1■
MM41 NIMMEI■
M■ 11 ■
1■■■ 1=1111 NIMEMIII■
1■ M
• ■ MI♦
MIDDLEFLAT/600(

M■ MMII IIML4MM■ 1■1■■■ IMIM■ IMIJ ■■ I■ 1111


MI■ 111=l1 MirI1MINM■■ 11•=111•1■■■ 11=11 ■ •11=1•1=M
IMIMENIMMLI WIMP' MI■ 111■■ •11•1■■ IMEMIll EM=NIMMM
ENNII■ MMIMI=MIMMIN111■ 1■ 1■ 1•MNI MI■ 11■IM
=EMMEN M=IMINM111■■■ 111•1=■■ 111INNIMI1 ■ IIMMIIN■ M
MIMMM IM110=1■ 1■ 11■1■■ IMMIIMMI1
Mr1 IMM■ MMINII
m■ sm■■
1•111M■■
simm■■
mns I••oi•m■■••••■■•■■
1■
•■■
11■■■
•■■ =in
11EMI■
=iii 1=11■■
• ■■
IM
•11
mmmmis
m■ i•mi Em■ mmi■ I■■ •10•1.■■ •on
••NI IMM■■

7MMell 117MNIIIMMIMMIIMIMINI■ IM= MINIM
∎•1111110111 MICIM■ ■■ =1•11■ 1■■ •IN 1:1M■
lfr
NIMMEIMMII ■■ •=1■ 1■ MMENra
••MII=118 • 1• ■ •M■■ 1•11•1■■ •111
1•11■ 1=111/ EM=MINME■■■ 1■1===l1 MEI
EMM1■■■ •■■■ 1■ 111M11
NIMI■ 11■■ 11■ 1■ 1■ 1■11•MINEll
___II INIMMI■■■ 111∎∎∎∎ 11∎=11.•
• ■ 1=11 INI=1■ 11=INE=M111■ 1■ 11■Illgw"-
MMMIIIMIII •11•11■■ •=111■ •11/1""—
MMIIIMI1 ■ MN•IMII∎ 1 ■■ ••
___II MINIM= MIIMMIMMI
MINIIINIM
mom.. w•Ell■ MIMI/
MO/ !PIP —
IV
L (SPAN)

FIXING DETAIL FOR GALVANISED ATING PANELS

1 18.09.13 REVISED & ISSUED AS STANDARD


\ / PKIAITTAL S.-GNNTLIRVEDI D. MALHOTRA
V. P. SINGH J GH

0 29.06.00 ISSUED AS STANDARD V. P. SINGH S. CRRTURVEDI VINAY KUMAR N. DUARI

Prepared Checked aids. Committee GM Stds. Bureau


Rev.
Date Purpose Convener Chairman
No. by by
Page 293 of 388 Approved by
Format Nn n-nn_non1-F4 PPV n rnovrinht Fll - All rinhtc rPsPrypel
STANDARD No.
tIGfei ENGINEERS ELECTROFORGED GRATING
Ogzif 111& INDIA LIMITED TYPE-I & TYPE-II 7-68-0%7 Rev. 1
f.12 -1 t97.}3f, !A Govt of India Undertaking)
SHT.6 of 7

ININENNNIINEINEN NOMMEN ■■ I
■ 1■■ =ENINIIIIII=■■
..■ =1111NINNINININI MEN!' ,I■
-■MIIIMM■
■■ 1■■
11■ 1■ 1
NMEM=11!-
MIEINENMENININN■ MMIENENEW
ENNNEENININI■■ 11111NINIII■ MIMMINP••••■=111■
■■
IMMENIM •••■
•••■ •••=1111111•1
IEEE
'‘IMMIMIN■
∎∎
INENININE2 GALVANISED
GALVANISED MN
=MIM■ '■
FLAT 25x6 ALROUND __I
I
I FLAT 25x6
• IMPANNEN MEN
• NINININENIM 1■■ I0 BENT TO SHAPE
-------- & WELDED TO ■Ml ■■ 1
-------- ■MNIN & WELDED TO
GRATING FLAT .AMMINNINNE
GRATING FLAT
-------- • NINNESINE∎∎∎■ 11•111111111
✓ INNE■ 111111111111■
11■11EINENE
-------- --------
■=NIENNIIIIII NIENIIINM■ --------
wimonsoNNE∎ENNENN=∎ 1.011111.1=MIIII
IN■

RECTANGULAR CIRCULAR

(SIZE OF OPENING >200 & UP TO 400 mm)


(FOR OPENING UP TO 200 MM REFER NOTE-14)

GALVANISED GALVANISED
FLAT 25x6 ALROUND FLAT 25x6 BENT TO SHAPE
& WELDED TO GRATING FLAT & WELDED TO GRATING FLAT
M=01■ .■
IMM■ LIMI
•••■■■■ •■■ 11MIN .1111111111.11111.1 1..11111.11
■■■■ iNmiN=IMM■ 111111111111=1•111■■■■ •
.■ IMMMI■MIIMMMM! —qmiumme lff.gromegemmaL-
mousiumir-7----gummai
MOG=GOWSMC M1===00M377=M=0 111111111111411■
musimr/
1=11 El 1M7
■ IN INN ILE
■ E 1111
■ E EMI =MEI
■ al EEO SUPPORTING MEMBER AS MEIN] SUPPORTING MEMBER AS
EMI IN IIMI =ME Ad
■ IN ENE AS PER DESIGN DWG OR =NM AS PER DESIGN DWG OR
■ I IN ENE L-75x75x6 MINIMUM
ac sass as sEassms "
thEE L-75x75x6 MINIMUM ■
111EV
-mmommilmilmommemmr. BELOW GRATING - BELOW GRATING
Ammisi■
ommom■
...■■■•=1......mm■
MEI NEE
MININININEENINEINENININII IINIE

I■
MIEMIMIIIMM■ 1
••

RECTANGULAR CIRCULAR

SIZE OF OPENING GREATER THAN 400 mm

TYPICAL DETAIL OF GRATING STRENGTHENING AT OPENINGS


(REFER NOTE-11)

Nk kt' /
is
1 18.09.13 REVISED & ISSUED AS STANDARD V P. SINGH PK MITTAL S -7
H
?VEDI
.41il D. MALHOTRA

0 29.06.09 ISSUED AS STANDARD V. P. SINGH S. URVEDI VINAY KUMAR N. DUARI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convener Chairman
No. by by
Page 294 of 388 Approved by
Format No s-on-noni-F4 RPV n ('.onvrinht Fl! - All riohts rPsprvprl
STANDARD No.
401 zi ENGINEERS ELECTROFORGED GRATING
$fgafai51e
-g edge 251 ;3140.1)
INDIA LIMITED TYPE-I & TYPE-II 7-68-0697 Rev. 1
- (A Gov( of India Undertaking)
SHT.7 of 7

TREAD CROSS MEMBER


MAIN MEMBER
STRINGER

140 HOLE FOR


M12 BOLTS

DETAIL- 'E'

VIEW 4-4

75 75 75
t X X

GALVANISED END FLAT 65x6 FLAT 25x6*

SECTION 3-3
*ALL THE FLATS TO BE WELDED TO THE END FLATS

8 NOS. FLAT 25X6 0 30 c c 8 mm. TWISTED BAR


(MAIN MEMBER) (CROSS MEMBER)
1=4
250OVE RALLWIDTH

MIIIIMIIIIIMEMEN=EN
M=11•111=1IMMEINEM
INEMIIMIIIIMMMMINEMM
MIENIIiiiiiMilliMMEMIEM
—M11-11tal------
MMINEIMMMINIIM■ MIIMI
=MEEIMMMINION
0
w
75 8 SPACING 0 75 c/c 75
750

PLAN
TYP. DETAIL OF GRATING TO BE USED AS TREAD FOR STAIRS

Cam,
V. ))1
1 14.08.13 REVISED & ISSUED AS STANDARD P. S GH CH PK MITTAL CHATURVEDI D. MALHOTRA

0 29.06.09 ISSUED AS STANDARD V. P. SINGH S. CHATURVEDI VINAY KUMAR N. DUARI

Rev. Prepared Checked Stds. Committee GM Std., Bureau


Date Purpose Convener Chairman
No. by by
Page 295 of 388 Approved by
Frwmat Nn s-nn-0001-.F4 RPV n C.nnvrinhT Fli - All rinhts rpservpd
CIRCULAR PLATFORM STANDARD No.
‘3-1(bit
1 ENGINEERS
ti faw5 INDIA LIMITED FOR 7-68-0552 Rev. 7
IA Govt of India Undertaktegy
HOT VESSELS
SHT. 1 of 8

FOR R+L FOR R+L= 4.0M. FOR R+L= 8.0M.


LESS THAN 4.00M. TO LESS THAN 8.00M. TO 10.00M.

1 1.., L i oox i ooxs L i oox100X8 L i oox, ooxs

L E2 L 75X75X8 L 90X90X8 L i oox ioox8

INSULATION THICKNESS 'e' D


STD. 7-68 0507 SHT.1 OF 3
400

ir (REFER SHT. 6 OF 8)

SEE DETAIL'L' SEE DETAIL 'A' FOR NOTCH IN GRATING


HANDRAIL IN SHT. 8 OF 8 IN SHT. 8 OF 8
(REF. SHT. 8 OF 8)

INTERMEDIATE PLATFORMS
(FOR e 10Orrirn)

ALL CONNECTIONS ARE BOLTED AS SHOWN


NOTES:-
1. FOR c<1 AND o<2REFER GENERAL ARRANGEMENT DRAWING
2. DIMENSION X1 SHALL BE e+35 BUT NOT LESS THAN 85 IN THE PLATFORM WHERE BRACKET
TYPE- LB7/RB7 OR LB8/RB8ARE NOT USED
3. DIMENSION X1 SHALL BE e+45 BUT NOT LESS THAN 145 IN THE PLATFORM WHERE
BRACKET TYPE—LB7/RB7 OR LB8/RB8 ARE USED.
4. FOR FURTHER DETAILS REFER GENERAL ARRANGEMENT DRAWINGS.
5. FOR BRACKET DETAILS REFER STD.NO. 7-68-0553 AND FOR CLIP DETAILS REFER
STD. NO. 7-68-0557
6. SPLICING OF TOE ANGLE SHALL BE DONE ONLY IF IT IS ESSENTIAL.
7. ELECTROFORGED GRATING TYPE—I SHALL BE AS PER EIL STD. NO. 7-68-0697.
8. FOR OTHER NOTES REFER SHT. 2 OF 8.

7 21.01.14 REVISED AND ISSUED AS STANDARD VPS AJS P.K.MITTAL S.CHATURVEDI S.CHANDA

6 28.01.09 REVISED AND ISSUED AS STANDARD VPS P. K. MITTAL VINAY KUMAR V.CHATtIRVEDI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 296 of 388
Enrrnat Nn e-nn-nnn1-F4 Rev n Cnnvrinht Fil - All rinhts rpsprupd
CIRCULAR PLATFORM STANDARD No.
ENGINEERS FOR
INDIA LIMITED 7-68-0552 Rev. 7
IA Govt ot Intlta Undertakng) HOT VESSELS
SHT. 2 of 8

INSULATION THICKNESS 'e' FOR R+ L= FOR R+L= 4.0M. FOR R+L= 8.0M.
D LESS THAN 4.00M. TO LESS THAN 8.00M. TO 10.00M.
STD. 7-68 0507 SHT.1 OF 3
400 Ls, L 100X100X8 L i oox i oox8 L i oox100X8

fr L 75X75X8 L 90X90X8 L i oox100X8

(REFER SHT. 6 OF 8)

SEE DETAIL'L' SEE DETAIL (FOR NOTCH IN GRATING


HANDRAIL IN SHT. 8 OF 8 IN SHEET 8 OF 8)
(REF. SHEET 8 OF 8)

INTERMEDIATE PLATFORMS
(FOR e >100mm)

ALL CONNECTIONS ARE BOLTED AS SHOWN

NOTES:—
CONTD. FROM SHT. 1 of 8
9. IN CASE OF DIFFERENCE BETWEEN THIS STD. & GENERAL ARRGT. DRG.,
THE LATER SHALL GOVERN.
10. FOR SECTIONS 1-1 TO 5-5 REFER SHT. 4 of 8 TO SHT. 7 of 8.
11. LB INDICATES LEFT BRACKET, RB INDICATES RIGHT BRACKET, LB OR RB TO SUIT
THE LOCAL CONDITIONS & TO AVOID INTERFERENCE WITH OTHER FIXTURES.
12. ALL CLIPS ARE IN THE SCOPE OF VESSEL FABRICATOR.
13. FOR VESSELS HAVING TEMPERATURE ABOVE +230'c, SPECIAL BOLTS CONFORMING
TO ASTM A193 Gr.B7 AND NUTS CONFORMING TO ASTM A194 Gr. 2H
SHALL BE USED FOR CONNECTIONS TO THE VESSEL FOR TEMP. BELOW 230'C,
CARBON STEEL BOLTS CONFORMING TO IS:1363 SHALL BE USED.
14. THESE PLATFORMS ARE DESIGNED FOR AN IMPOSED LOAD OF 3.OKN/SQ.M
AND THE BRACKETS FOR THE SPECIFIC CONDITION INDICATED. NO PIPE
SHALL BE ANCHORED OR GUIDED ON THE PLATF RM.
\kvps
‘ /
7 21.01.14 REVISED AND ISSUED AS STANDARD AJS P.K.MITTAL S.CHATURVEDI S.CHANDA

6 28.01.09 REVISED AND ISSUED AS STANDARD VPS R.SOOD H. MATHUR G.R. RAJAGOPALAN

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 297 of 388 Cnnvrinht Fll - A II hnhts rpsprvpri
Förmat Nn R-00-0001-F4 Rev 0
STANDARD No.
k_71 ENGINEERS CIRCULAR PLATFORM FOR
g2e5 Chl.rwcn.)
INDIA LIMITED
(A Govt ot Intha UAdettaktn9) HOT VESSELS
7-68-0552 Rev. 7
SHT. 3 of 8

FOR X FOR X= 2.0M. FOR X= 5.0M.


LESS THAN 2.00M. TO LESS THAN 5.00M. TO 7.00M.

L L i 00X100X8 Liooxiooxs Liooxiooxs

L 75X75X8 L 90X90X8 Lioox iooxs


fr

SHELL OUTER RADIUS

INSULATION THICKNESS

HEAD PLATFORMS

FOR NOTES REFER SHT. 1 OF 8 AND 2 OF 8

.Sk4j7 W)N-
7 21.01.14 REVISED AND ISSUED AS STANDARD VPS AJS P.K.MITTAL S.CHATURVEDI S.CHANDA

6 28.01.09 REVISED AND ISSUED AS STANDARD VPS P. K. MITTAL VINAY KUMAR V.CHATURVEDI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 298 of 388 Cnnvriaht Fil - All rinhts rpsprvpri
Fnrmat Nn 8-no-nn01 -F4 RPV
STANDARD No.
goi ENGINEERS CIRCULAR PLATFORM FOR
$;fg-ar 92e5 INDIA LIMITED 7-68-0552 Rev. 7
1~ ~12 MIJ,
47.1) IA Govt of Jneha Undertak.g) HOT VESSELS
SHT. 4 of 8

SEE DETAIL (§) WITH 'G'


SEE DETAIL O WITH 'G' TYPE BOLT
TYPE BOLT

6 THK. STIFF. PL. (TYP)

75

10 THK. PL.(TYP)

EL. T.T.L.
OF VESSEL
150

SECTION 1-1 RBi (LB11 OPP. HAND)


DIMENSIONS X,Y,& L SHALL BE AS PER SECTION 6-6
GEN. ARRANGEMENT DRAWING

L=1400(MAX.)

200 800(MAX.) 10
10
(MIN.) SEE DETAIL Q WITH 'G'
SEE DETAIL O WITH 'G' TYPE BOLT
A,80 80 .... 1
TYPE BOLT 4-200 HOLES
FOR M18 BOLTS
'-0,,' ,L)
\s,
_n u) 11,
II- REF EL
r- -- 0 - `-lir (T.O.S.)
INSULATION i
(e) ■ IL
,IL_ '-' _
__.__>. JL
MC150 6 THK. STIFF. PL. (TYP)

75

10 THK. PL.(TYP) 125 80


/ / /
EMI

300(MIN.)

EL. T.T.L.
OF VESSEL
150

SECTION 2-2 RB12 (LE312 OPP. HAND)


SECTION 7-7
DIMENSIONS X,Y,&L SHALL BE AS PER
GEN. ARRANGEMENT DRAWING

NOTE: —
FOR DETAIL , ®& BOLT TYPE 'G' REF. SHT. 8 OF 8 AND
FOR OTHER NOTES REFER SHT. 1 OF 8 & 2 OF 8
\ k`:/" AeLe¥,_
7 21.01.14 REVISED AND ISSUED AS STANDARD P.K.MITTAL S.CHATURVEDI S.CHANDA

6 28.01.09 REVISED AND ISSUED AS STANDARD VPS P. K. MITTAL VINAY KUMAR V.CHATURVEDI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Page 299 of 388 Approved by
Format Nn R-00-nnn1-F4 Rev n Cnnvrinht Fll - All rinhtg rnsnryncl
STANDARD No.
k_31
(m..) ENGINEERS CIRCULAR PLATFORM FOR
02-eg INDIA LIMITED iA Govt of incha UndertaK,R9) HOT VESSELS
7-68-0552 Rev. 7
SHT. 5 of 8

L=2800(MAX.)

180 HOLES FOR M16 BOLTS


IN CLIP AND SLOTTED HOLES 10
IN MC150 SEE DET. 'S1' SEE DETAIL (1§) WITH 'G'
TYPE BOLT IN SHT. 8 OF 8

SEE DETAIL O WITH 'G'


TYPE BOLT IN SHT.8 OF 8 L4.
REF EL
(T.0.5.)
INSULATION
(e)
6 THK. STIFF. PL. (TYP)

/ /
/ /

10 THK. PL.(TYP) 1 1 8 THK. PL. (TYP)


1 1
✓ / ✓ MC125 FOR LENGTH ..<2000
/
✓ / MC150 FOR 2000< LENGTH ‘3500
1 1
/
/
/
180 HOLES FOR M16 BOLTS
(TYP)
,:zp• EL. T.T.L.

o
o
OF M16 BOLTS
P.

300(MIN.) 20

SLOTTED HOLE O.R.


REFER DETAIL
OF VESSEL
DETAIL 'S1'
SLOTTED HOLE
(FOR DET. 'S1')
SECTION 3-3 RB13 (LB13 OPP. HAND)
DIMENSIONS X,Y,8c L SHALL BE AS PER
GEN. ARRANGEMENT DRAWING

10 THK. PL.
75 (AT TOP OF CLIPS)

10 THK. PL.

150

SECTION 8-8 SECTION 9-9

FOR NOTES REFER SHT. 1 OF 8 & 2 OF 8

7 21.01.14 REVISED AND ISSUED AS STANDARD VPS AJS P.K.MITTAL S.CHATURVEDI S.CHANDA

6 28.01.09 REVISED AND ISSUED AS STANDARD VPS P. K. MITTAL VINAY KUMAR V.CHATURVCDI

Rev. Prepared Checked Stds. Committee GM


Date Purpose Convenor Chairman
No. by by
Approved by
Page 300 of 388
Format Nn a-00-0001-F4 Rev 0 ennvrinht Fll - All rinhts rpsFwvpri
STANDARD No.
ENGINEERS CIRCULAR PLATFORM FOR
Og-affarZ5 INDIA LIMITED 7-68-0552 Rev. 7
(affen efrcowaildflsoff) IA Govt of Indla Undertaking) HOT VESSELS
SHT. 6 of 8

L=1400(MAX.)

10 200 10
(MIN.) SEE DETAIL (§) WITH 'G'
TYPE BOLT IN SHT. 8 OF 8
SEE DETAIL C) WITH 'G'
TYPE BOLT IN SHT.8 OF 8 )25 25
o
REF. EL
(T.O.S.)
Ir W.P.I

MC150 6 THK. STIFF. PL. (TYP)

8 THK. PL.
10 10

/ /

EL. T.T.L.

10

l0

18 9/ HOLES FOR
M16 BOLTS
6 THK. STIFF. PL. (TYP)

Iffifflims

SECTION 4-4 RB14 (LE31 4 OPP. HAND)


DIMENSIONS L,X AND Z SHALL BE AS PER
GEN. ARRANGEMENT DRAWING 11 .10

SECTION 10-10
!
'
10 THK. PL.

*SECTION 15-15 VIEW 16-16


FOR NOTES REFER SHT. 1 OF 8 & 2 OF 8

*WHEREVER HANDRAIL ON ANGLE'A' IS DISCONTINUED FOR ENTRY TO THE PLATFORM


FROM LADDER/STAIR/ADJACENT PLATFORM THE UPSTAND LEG OF ANGLE'A' SHALL BE CUT AND
L 1 00X1 00X8 VVELDED AS PER SEC. 15-15 FOR THE LENGTH HANDRAIL IS DISC NTINUED.
7 21.01.14 REVISED AND ISSUED AS STANDARD VPS AJS P.K.MITTAL S.CHATURVEDI S.CHANDA
6 28.01.09 REVISED AND ISSUED AS STANDARD VPS P. K. MITTAL VINAY KUMAR V.CHATURVEDI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Fnrmat Nn Page 301 of Rpv
R-nn-0001-F4 388 n nönvrinht Fll - All rinhts rpsprvpd
STANDARD No.
)1 ENGINEERS CIRCULAR PLATFORM FOR
,411 faffieg
I~r ri,tcDW C151.545nA)
INDIA LIMITED
(A Govt of Incha Undeltaking) HOT VESSELS
7-68-0552 Rev. 7
SHT. 7 of 8

L=2800(MAX.)
EQ EQ
180 HOLES FOR M16 BOLTS
IN CLIP AND SLO1TED HOLES
IN MC150 SEE DET. 'S1' SEE DETAIL 'Q' WITH 'G'
(SHT. 5 OF 8) MC125 SHALL BE PROVIDED lYPE BOLT IN SHT. 8 OF 8
WHEN > 1400
SEE DETAIL 0 WITH 'G' J00 100
1YPE BOLT IN SHT. 8 OF 8 TYVTYP/
REF EL
(T.O.S.)
INSULATION
(e)
— 6 THK. STIFF. PL. (TYP)

10 THK. PL(TYP)

MC125 TO BE PROVIDED (AS SHOWN)


WHEN 'P' IS MORE THAN 800
P

EL. T.T.L. 75

14
OF VESSEL

Lr4
10 THK. PL. 150
300(MIN.) 7

Z=0.R.+ e+ 1 20
SECTION 11-11
SECTION 5-5 RB15 (LE31 5 OPP. HAND)
DIMENSIONS X,Y,Z & L SHALL BE AS PER
GEN. ARRANGEMENT DRAWING

200 HOLE
FOR M18 BOLTS SECTION: 12-12
90 90
/

o u)
rn N

O
crt In
N

12 THK. PL
200
8 THK. PL.

SECTION 13-13 SECTION 14-14 VIEW-F


(BASE PLATE) (CLIP)
FOR NOTES REFER SHT. 1 OF 8 AND 2 OF 8

7 21.01.14 REVISED AND ISSUED AS STANDARD AJS P.K.MITTAL S.CHATURVEDI S.CHANDA


6 28.01.09 REVISED AND ISSUED AS STANDARD VPS P. K. MITTAL VINAY KUMAR V.CHATURVEDI
Rev. Prepared Checked Stds. Committee GM Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Page 302 of 388
Fnnnat Nn 8-nn-nnni-F4 RAV n ennvrinht Fll - AII rinhts rpp.prvpri
STANDARD No.
k.71 (4.
44li
fd l!") ENGINEERS CIRCULAR PLATFORM FOR
mar 02-dg■WINDIA LIMITED
wkmpwaswam~ IA Govt of india UndenakIng) HOT VESSELS
7-68-0552 Rev. 7
SHT. 8 of 8

10 Tlf PL. 10 THK. PL.


32 NB(M) PIPE 0 FOR L 100X100X8

FOR L 90X90X8

50X6 FLAT
M12 BOLTS M12 BOLTS
32 NB(M) PIPE
FOR ANGLE SIZES 90X90X8/ FOR ANGLE SIZE
100X100X8 75X75X8
o • DETAIL—'L'
(SPLICE)
X
0
CO
X
R=12

O
In
50X6 FLAT
O
50X6 FLAT

o DETAIL OF SLOTTED BOLT TYPE 'G'


(REFER DET. P & Q)
HOLE IN TOE ANGLE
REF. EL, ~Mi
(T.O.G.) 1 . (REFER DET. P & Q)

HANDRAIL HALF HANDRAIL

BRACKET OUTER TOE


INNER TOE
ANGLE LA
ANGLE LB

u-,

10
/ //

OF 020 HOLE ON BKT AND


OF SLOTTED HOLE ON TOE ANGLE
(SEE DETAIL)

OF 020 HOLE ON BKT


DETAIL—'A' WITH 'G' TYPE BOLT

_JEM
/111/~11/e
• ffi ~1~
MEIMMIIM
DETAIL—'P' DETAIL—'Q'
M~~1 (THE BOLT SHALL BE HAND TIGHTENED )
ffi~~

FOR NOTES REFER SHT. 1 OF 8 AND 2 OF 8

NOTCH IN GRATING
«5 Arn-v
7 21.01.14 REVISED AND ISSUED AS STANDARD VPS AJt-\ P.K.MITTAL S.CHATURVEDI S.CHANDA

6 28.01.09 REVISED AND ISSUED AS STANDARD VPS P. K. MITTAL VINAY KUMAR V.CHATURVEDI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 303 of 388
Fnrmat Nn R-00-n001-F4 RPV n ennvrinht Fll - AII rinhts rpsprvpd
STANDARD No.
ENCJNEFRS DETAILS OF STEEL LADDER 7-68-0507 Rev. 7
INDIA IJMITED
IAIRII VIONAVIII104KI (A Govt. ot Indlo Undertoking)
Page 1 of 3

O `e' INSULATION THICKNESS (50 mm UNLESS NOTED OTHERWISE)


1.‘ T" REFER SEC. 11-11 OF 7-68-0509 (SHT. 1 OF 3)
RUNG

I:24:2 \ DtLIS
INNNN

EL. TOP
SUPPORT RUNG
X1
MENSION BETWEEN SUPPORTS

O
O
O
LJ
1—
0
z

0
0
O
o
o OF RUNGS
EL.
re)
SUPPORT
X2 x
z
NOS.

N=

o
0
1,4)

EL.
SU P o
SAFETY CAGE O
LADDER HEAD O
AT SIDE
EL. --L—
SUPPORT o
X2 o
o
eouom
RUNG
(REFER SHT. 3 OF 3)
O
o LOWER OR
INTERNED
HOOPS

LADDER FOR SIDE ENTRY LADDER FOR SIDE ENTRY

*
VESSEL DIA (mm) DISTANCE `D' (mm) MC100 SHALL BE ADOPED FOR DISTANCE
MORE THAN 1350 UPTO 2000
UPTO 800 200 + e
> 800 < 3200 260 + e
> 3200 4 8000 275 + e

REVISED AND ISSUED AS STANDARD SIttiV


7 28.11.13 VPS A
AJmj P.K.MITTAL S.CHATURVEDI S.CHANDA

6 06.11.08 REAFFIRMED AND ISSUED AS STANDARD S.P.JOSH1 P.K.MITTAL VINAY KUMAR V. CHATURVEDI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Conver.ir Chairman
No. by by
Approved by
F -r:nAt Un Page 304 of rvrni
a-on-0001-F4 388 Corwrinht Fll - All rinhts resprvgri
STANDARD No.
ENGNEERS DETAILS OF STEEL LADDER 7-68-0507 Rev. 7
0111111~011111~111100 (A Govt. of Indlo UndertokIng)
Page 2 of 3

800 800
FLAT
75x10

0
0 TOP OF
14, GRATING/
CHEQ. PL.

EL. ON
SUPPORT
SECTION

MAX. HEIGHTWITHOUT SAFETY CAGE = 4500


NOS. OF RUNGS

NOS. OFRUNGS
O
O
o o
O O
re) re,
EL. ON x II
SUPPORT ZZ
SECTION3_

400/
TOE ANGLE/EDGE OF
PLATF RM MEMBER

0 LADDER FOR FRONT ENTRY

CD
CD REF. EL. REF. EL.
L()
TOP OF PEDESTAL/ " BOTTOM
CHEQ. PL /GRATING RUNG

AONL
TYPE OF ATTACHMENT DEPENDING
ON FLOORING TYPE. LADDER FOR FRONT ENTRY
(REF. SHT. 3 OF 3)
LADDER FOR SIDE ENTRY
NOTES :-
1. LADDER POSTS SHALL BE OF FLAT (75x10) UPTO 3.60m (MAX.) BETWEEN SUPPORTS AND ISMC 100 UPTO
7.0m (MAX.) BETWEEN SUPPORTS.
2. RUNGS SHALL BE 20 0.
3. SUPPORT TYPE X1' CORRESPONDS TO FIXED SUPPORT AND X2' CORRESPONDS TO SLIDING SUPPORT.
4. SUPPORT ELEVATION X1, X2 CORRESPOND TO CL OF BOLT HOLES.
5. SUPPORTS 'X1' IS CAPABLE TO SUSTAIN A LOAD FOR 9000 mm LONG LADDER ONLY.
6. LADDER SHALL BE GIVEN A SUITABLE SLOPE (MAX.6*),IF NECESSARY, TO AVIOD FOULING WITH ANCHOR CHAIRS.

7 28.11.13 REVISED AND ISSUED AS STANDARD vikft


VPS AJS P.K.MITTAL S.CHATURVEDI S.CHANDA
6 06.11.08 REAFFIRMED AND ISSUED AS STANDARD S.P.JOSHI P.K.MITTAL VINAY KUMAR V. CHATURVEDI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convenor Cnairman
No. by by
Approved by
Fnrrnat Nn Page 305 ofRr.v
s-nn-nnni-F4 388 Cnnvrinht Fii - All rinhts rpsprvpri
STANDARD No.
ENGNEB5 DETAILS OF STEEL LADDER 7-68-0507 Rev. 7
NDIA UMITID
(A Govt. of Indlo UndortokIng)
Page 3 of 3

TYPE OF ATTACHMENT NATURE OF SUPPORT SECTION REMARKS


A1, A2 SITE WITHOUT PAVING
B1, B2 CONCRETE FLOOR A1, B1, C1, D1 : FIXED TYPE
C1, C2, D1, D2 CHEQUERED PLATE / GRATING FLOORING A2, B2, C2, D2 : SLIDING TYPE

REFERENCE
ELEVATION
(TYP)
M.S. GRATING

PLATE (1 20x1 20x6)

TYPE - Al TYPE - B1 TYPE - C1

WITHOUT
NUT
— Ll 00x1 00x8
(TYP)
BOTTOM _ff
NTGO M REFERENCE
ELEVATION
WITHOUT (TYP)
/ NUT 8 WITHOUT
GRATING

PLATE (1 20x1 20x6)

TYPE - A2 TYPE - B2 TYPE - C2

1
EL. X1
OR X2
CHEQ.
PLATE
11111 ,;;r
PLATE (1 20x1 20x6)

TYPE - D1 TYPE - D2

O
TYPE - E
NOTE (FREE)
100 IN CASE OF TOWERS BOTTOM RUNG SHALL
280 I, 280 BE 300 mm FROM FGL /HPP.
560 24 0 HOLES FOR
M20 BOLTS TYPE OF ATTACHMENT AT BASE
LADDER BOTTOM DETAILS

7 28.11.13 REVISED AND ISSUED AS STANDARD AJS P.K.MITTAL S.CHATURVEDI S.CHANDA


6 06.11.08 REAFFIRMED AND ISSUED AS STANDARD S.P.JOSHI P.K.MITTAL VINAY KUMAR V. CHATURVEDI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convenor Chairmai
No. by by
Approved by
Page 306 of 388
Förrnal• Nn R-00-01101-F4 RAV 0 rnnv-inht Fll - All rk-.nts rPsArvPrI
STANDARD No.
ENGINEERS STEEL LADDER JOINT DETAILS 7.68-0509 Rev. 6
NDIA LIMMD

REFERENCEELEVATION

40 0 30

18 0 HOLES FOR
M16 BOLTS
o

OF LADDER

200(MIN.)
550(MAX.)

LADDER ATTACHMENT SECTION 12-12 SECTION 13-13


TO VESSELS
75
L-75x75x6 470
e = INSULATION THICKNESS
1mm CLEARANC
'D'
GUIDE 12x12x50 1mm CLEARANCE
WELDED
REFER
X1 r ~ffi EL. X2
=:= kEW
X2 r 12z1
MC 100
111 12 6 6
18 0 HOLES STRUCTURE

1~1
38.5 43.5 FOR M16 BOLTS SUPPLY
DETAIL 'X2' 113 CIVIL WORK SUPPLY
325(MIN.)
675(MAX.)
DETAIL t X2' LADDER ATTACHMENT TO
SECTION 11-11 (FOR LADDER POST FLAT 75x10)
CONCRETE

LADDER HEAD AT
LADDER HEAD SIDE PL. 50x6
AT FRONT
SAFETY
CLOSURE

0
O lc)
0
=====7==

SAFETY CHAIN

SAFETY CAGE HOOP DETAILS O

LOCATION OF RUNG FOR LADDER


FLAT 50x6
20 0 BAR WELDED

o
FLAT 35x 6

10j,„ 6
(FOR FLAT 75x1OT (FOR MC100)

LOWER AND INTERMEDIATE CAGE ATTACHMENT OF BAR

6 28.11.13 REVISED AND ISSUED AS STANDARD vPs AJS P.K.tAITTAL S.CHATURVEDI S.CHANDA
5 03.11.08 REAFFIRMED AND ISSUED AS STANDARD S.P.JOSHI P.K.MITTAL VINAY KUMAR V. CHATURVEDI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
FnrmAt NnPage 307 of RPV
s-nn-00ni-F4 388 n r.or F II - All rinhts rpsp:,/pr1
STANDARD No.
ENGINEERS STEEL LADDER JOINT DETAILS 7.68-0509 Rev. 6
111111‘ VININW•11491010
PDIA UMITED
Govt. of Indlo Undertoking)
(A
Page 2 of 4

740 30

r
/
16 0 32 0 (NB) MEDIUM DUTY
TUBULAR HANDRAIL
12 0
o 8
àa —\
kri•

0,
-r
o 160
o 20
o w)

-99
14 0 HOLES FOR
M12 BOLTS SECTION 5-5
800

11111111111111111 111111111111111111

SECTION 6-6 111111111111111111 111111111111111111 5z1

AUTOMATIC BARRIER
30

t-4

STOPPER
L-75x50x6
CUT FROM 90*
L-75x75x6

SECTION 8-8

SECTION 1 0-1 0

14 0 HOLES FOR
M12 BOLTS

SECTION 9-9
10

NEOPRENE OR 6
SIMILAR PAD MC 100 50 50

I1M 1mm CLEARANCE

102

SECTION 7-7 DETAIL `X2'


(FOR LADDER POST MC 100)

6 28.11.13 REVISED AND ISSUED AS STANDARD VPS AJS P.K.MITTAL S.CHATURVEDI S.CHANDA

5 03.11.08 REAFFIRMED AND ISSUED AS STANDARD S.P.JOSHI P.K.MITTAL VINAY KUMAR V. CHATURVEDI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 308 of 388
Fnrmat Nn A-nn-noni -F4 Rev fl r.nnvrinht Fll - All rinhts
STANDARD No.
ENGINEERS STEEL LADDER JOINT DETAILS 7-68-0509 Rev. 6
INDIA UMR133
1111111[4.111~ (A Govt. of Indio Undertoking)
Page 3 of

LADDER POST

TUBE DIA 33.7mm THICKNESS 3.25


_415_

SAFETY BAR INSTALLATION ON LADDER POSTS

POSTS PLATE 75x10


POST MC 100

TUBE SQUARE CROSS SECTION


45x45x5 [1]
420LADDER

16 0 HOLES FOR M14 BOLTS


735
0 95 SECTION 5-5

80
800 M14 BOLT mm CLEARANCE

SECTION 1 -1
SECTION 4-4
85'

50

TUBE DIA 33.7mm THICKNESS 3.25


L-50x50x6
0
SAFETY BAR INSTALLATION ON HANDRAIL POSTS

800
PLATING OUTSIDE 755
/15 HANDRA
LIMITS 120 POST RING
3 2
11 21 /17 0

1111111

6 THK. PLATE
HANDRAIL POST BUTT WELD
SAFETY CAGE HOOP
ATTACHMENT TO
1119 \-- 16 0 HOLES FOR M14 BOLTS
HANDRAIL POST
SAFETY CAGE HOOP
SECTION 25-- 3
SECTION 2-2 nn

6 28.11.13 REVISED AND ISSUED AS STANDARD P.K.MRTAL S.CHATURVEDI S.CHANDA

5 03.11.08 REAFFIRMED AND ISSUED AS STANDARD S.P.JOSHI P.K.M1TTAL VINAY KUMAR V. CHATURVEDI

Prepared Checked Stds. Committee GM Stds. Bureau


Rev.
Date Purpose Convenor Chairman
No. by by
Approved by
Frwmat NnPage 309 of 388
R-no-000i-F4 RPV 0 nnnvrinht F rinhts rpsprvArl
STANDARD No.
ENGNEERS STEEL LADDER JOINT DETAILS 7.68-0509 Rev. 6
ND1A
ILAIMONIIIMAIPM (A Govt. of Indlo Undortoking)
Page 4 of 4

• F REF. EL. OF T. RUNG)


cs,
REF. EL.
• F REF. EL. (T.O.S)
(SLIDING SUPPORT S2 )

q_ OF 18 0 HOLE IN LADDER POST dc

SLOTTED HOLE IN 10 THK. FLAT SEE DETAIL

C1 OR Al (LADDER ATTACHMENT) AS PER


EIL STD. 7-68-0507 SHT. 3 OF 3

REF. EL. (T.O.S)

SLIDING CONN. DET. OF LADDER


(WITH TOE ANGLE OF PLATFORM ON THE
HEAD OF VESSEL) OFtLADDER POST
R=9 35

LADDER
OF M16 BOLT

EL.
X2
10 THK. FLAT

DETAIL OF SLOTTED HOLE


EL.
X2 (FOR SLIDING SUPPORT S2)

REF. EL.
EL. (LADDER EXPN. JOINT)
X1
ADDITIONAL

EL.
X2
VESSEL

DET. OF LADDER EXPANSION JOINT


(WHEN DISTANCE BETWEEN TOP AND BOT.
MOST SUPPORT 9000)

(-7,73itr
6 28.11.13 REVISED AND ISSUED AS STANDARD AJ P.K. nTAL S.CHATURVEDI S.CHANDA

5 03.11.08 REAFFIRMED AND ISSUED AS STANDARD S.P.JOSHI P.K.MITTAL VINAY KUMAR V. CHATURVEDI

Rev. Prepared Checked Stds. Committee GM Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Fnrmat NnPage 310 of 388
R-On C201-'=4 4s.v n Cnnvrinht Fll - AII rinh.s GoSiorVPli
STANDARD No.

derfa INDIA maw


lb13\aSEERS STANDARD BOLT HOLE ORIENTATION 7-12-0015 Rev. 5
amegi.wegammo (A Govt. of India Undertaking)

Page 1 of 1

HORIZONTAL VESSEL
(ELEVATION)
q_

VERTICAL VESSEL
(PLAN)

NOTES
ANY DEVIATION FROM THIS ARRANGEMENT WILL BE INDICATED IN ENGINEERING DRAWING.
BOLT HOLES TO STRADDLE CENTRE LINES INDICATED ( BY q. ) ABOVE.

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 311 of
Format No. 8-00-0001-F4 388
Rev.0 Copyright EIL - All rights reserved
STANDARD No.
18iatER7 ENGINEERS
,Ig ej. &Aft INDIA LIMITED
INIURFIEVWC1X3,111.1.1) (A Govt. of Indio Undertaking)
NAME PLATE 7-12-0027 Rev. 5
Page 1 of 1

"CE

co

1
6 .. z 1-
Li,
I- u_
<
1- Y 0 E
0
<
E
—.1 csj
ce Zt
w
N m 1— L,_
o
w o
cc I _1
w 1— 1—
w Ww
I- 0 Y i—
o T I- 0 v)
a
w 0 IX V)
tr) L.LI CO U)
La 0 w
_1 __I Ix _I

D o C.)
1
Li -4Z
1—
cr)
E CD 6 C■1
°)
E < o LL.
Lo 1-- 1 o
Z a co w — N Li,
_1 CD CO
w _J 1
w < _1 N _1
< 2 J _1
V) < 0 <
(/) I CC I
Z 0 V-) < (1)
0 Z 0
U) o Lu WW..
1-- Z
<
0 ,- n
W
w ix
0 CL
V 0_
m
E cr
Y L.L1 L.Li LO

(/) _1
_I C<C) <
2 1- 1 . 1L "i
MI < CO Z O Z
0
Z .— C■I ri 4 6 tO

/ 11. , ^
4.0 0

2/Vvt'4
KT
5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL 44.4) AKM / SC DM
4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 312 of 388 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
JOB SPECIFICATION JOB SPECIFICATION No.
FOR SURFACE PREPARATION A307-000-06-42-PLS-01
Rev.1
AND PROTECTIVE COATING
PAGE 1 OF 48

JOB SPECIFICATION FOR


SURFACE PREPARATION AND
PROTECTIVE COATING
(NEW CONSTRUCTION)

CLIENT : BPCL – KR

PROJECT : IREP

JOB No. : A307

COLOR CODE SCHEME INCORPORATED AS


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

Rev.
Date Purpose Prepared by Reviewed by Approved by
No

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

Page 313 of 388


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

Abbreviations:

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

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

Page 314 of 388


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

CONTENTS

SL. DESCRIPTION PAGE


NO NO.

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

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

Page 315 of 388


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

1.0 GENERAL

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

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

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

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

2.0 SCOPE

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

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

2.2 Extent of Work

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

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

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

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

All items contained in a package unit as necessary.

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

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

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

Page 316 of 388


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

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


clad, galvanized, SS and nonferrous piping.

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


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

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


hazardous service.

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

Over insulation surface of equipments and pipes wherever required.

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

Painting of pre-erection/fabrication and Shop primer.

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

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

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

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

a. Uninsulated austenitic stainless steel.

b. Plastic and/or plastic coated materials

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

2.3 Documents

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

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

b. Piping Line List.

c. Painting specifications including special civil defence requirements.

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

Page 317 of 388


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

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

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

3.0 REFERENCE CODES & STANDARDS

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

IS-5 : Colour coding


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

3.2 Surface Preparation Standards

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

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

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

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

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

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

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

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

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

Page 318 of 388


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

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

c. Mixing and thinning.

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

4.0 EQUIPMENT

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

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

5.0 SURFACE PREPARATION, SHOP PRIMER COATING APPLICATION & REPAIR


AND DOCUMENTATION

5.1 General

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

a. Abrasive blast cleaning

b. Mechanical or power tool cleaning

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

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

5.1.3 Irrespective of whether external or internal surface to be coated, blast cleaning shall not be
performed where dust can contaminate surfaces undergoing such cleaning or during humid
weather conditions having humidity exceed 85%. In case of internal coating of storage tanks,
dehumidifier shall be used, to control humidity level below 60%. Dehumidifier should
depress the dew point of air in the enclosed space, sufficient enough so as to maintain it 3⁰C

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

Page 319 of 388


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

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

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

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

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

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

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

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

5.2 Procedure for Surface Preparation

5.2.1 Air Blast Cleaning with abrasives

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

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

Page 320 of 388


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

the requirements of SSPC AB1. Compressed air shall be free from moisture and oil. The
blasting nozzles should be venturi style with tungsten carbide or boron carbide as the
materials for liners. Nozzles orifice may vary from 3/16” to ¾”. On completion of blasting
operation, the blasted surface shall be clean and free from any scale or rust and must show a
grey white metallic luster. Primer/first coat of paint shall be applied within 4 hours of surface
preparation. Blast cleaning shall not be done outdoors in bad weather without adequate
protection or when there is dew on the metal, which is to be cleaned. Surface profile shall be
uniform to provide good key to the paint adhesion (i.e. 35 to 50 microns). If possible
vacuum collector shall be installed for collecting the abrasives and recycling.

5.2.2 Mechanical or Power Tool Cleaning

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

5.3 Non-Compatible Shop Coat Primer

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

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

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

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

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

5.7 Coating Procedure and Application

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

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

Page 321 of 388


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

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

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

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

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

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

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

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

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

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

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

Page 322 of 388


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

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

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

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

c. Paint shall be applied into all corners.

d. Any runs or sags shall be brushed out.

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

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

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

5.8 Drying of Coated Surfaces

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

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

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

5.9 Spot Repair of Damaged Primer

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

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

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

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

Page 323 of 388


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

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

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

5.10 Paint Application

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

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

5.10.3 Assessment of Painting Requirement

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

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

- Identify the design temperature from the technical documents

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

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

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

5.11 Documentation / Records

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

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

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

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

5.11.5 Details of non-compliance, rejects and repairs.

5.11.6 Type of testing equipments and calibration.

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

Page 324 of 388


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

5.11.7 Code and batch numbers of paint materials used.

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

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

Page 325 of 388


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

TABLE-1 (FOR CLAUSE 5.0)

SURFACE PREPARATION STANDARDS

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

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


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

Blast cleaning to white metal Where extremely


cleanliness. Removal of all clean surface can be
3.1 SA 3 SSPC-SP-5 NACE#1
visible rust. Mill scale, paint expected for prolong
& foreign matter 100% life of paint system.
cleanliness with desired
surface profile.
Near white metal The minimum
requirement for
Blast cleaning to near white chemically resistant
metal cleanliness, until at paint systems such as
least 95% of each element of epoxy, vinyl,
surface area is free of all polyurethane based
visible residues with desired and inorganic zinc
3.2 SA 2½ SSPC-SP-10 NACE#2
surface profile. silicate paints, also
for conventional paint
systems used under
fairly corrosive
conditions to obtain
desired life of paint
system.

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

Page 326 of 388


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

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

Blast cleaning to white metal


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

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

Page 327 of 388


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

6.0 PAINT MATERIALS

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

PAINT MATERIALS

TABLE No. 6.1 PRIMERS

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


No.
Chlorinated Etch Epoxy zinc ZINGA,
rubber Zinc primer/wash phosphate primer LOCKTITE or
1 Technical name
Phosphate primer. primer ZRC
cold galvanizing
Single pack, air Two pack Two component One pack
drying chlorinated polyvinyl butyral polyamine cured Synthetic Resin
rubber based resin medium epoxy resin based zinc
medium cured with medium, galvanizing
2 Type and composition plasticised with phosphoric acid pigmented with containing min
unsaponifiable solution zinc phosphate. 92% of electrolytic
plasticizer, pigmented with zinc dust of
pigmented with zinc tetroxy 99.95% purity.
zinc phosphate. chromate.
3 Volume Solids % 40 ±3 10±1 50±1 37%
DFT (Dry Film
4 thickness) per coat in 40-45 8-10 40-50 40-50µ
microns
Theoritical covering
5 8-10 8-10 8-10 4m²/kg
capacity in M2/coat/ litre
Weight per litre in
6 1.3±0.05 1.2±0.05 1.4±0.05 2.67 kg at 15oC
kgs/litre
Touch dry at 30oC
7 30 minutes 2 hrs. After 30 min. 10 minutes
(minimum)
Hard dry at 30oC
8 8 hrs. 24 hrs. 8 hrs 24 hrs.
(maximum.)
9 Overcoating interval Min.: 8 hrs Min: 4-6 hrs. Min.:8hrs. Min.:4 hrs
Pot life at 30oC for two Not
10 Not applicable 6 - 8 hrs. Unlimited
component paints Applicable
Temperature (Resistance 60 oC NA 80oC 50oC
11
(minimum) Dry service Dry service Dry service Dry service

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

Page 328 of 388


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

PAINT MATERIALS

TABLE No. 6.2 FINISH PAINTS

Sl.
DESCRIPTION F-2 F-3 F-6A/B F-6C F-7
No
Acrylic Chlorinated High build coal
Epoxy-High Build Solvent less
1 Technical name Polyurethane rubber based tar epoxy
coating epoxy coating
finish paint finish paint coating.
Single pack F-6A Two-pack
Two pack, Two pack
plasticised Aromatic amine
cured with polyamide
Two-pack chlorinated cured epoxy resin
Amine cured epoxy
aliphatic rubber based medium suitably
Type and Adduct; resin blended
2 isocynate medium with pigmented.
composition catalyzed with coaltar
cured acrylic chemical and F-6B: polyamide
epoxy resin medium,
finish paint. weather cured epoxy resin
suitably suitably
resistant medium suitably
pigmented pigmented
pigments. pigmented
3 Volume Solids % 40 ± 3 38±2 60±3 99±1 65±3
DFT (Dry Film
4 thickness) per coat in 30-40µ 30-40 100-125µ 200-500 100-125µ
microns
Theoritical covering
5 capacity in 11-15 11-15 5-6 2-3 5.2-6.5
M2/coat/litre
Weight per liter in
6 1.15±0.03 1.15±0.03 1.42±0.03 1.40±0.03 1.40±0.03
kgs/litre
7 Touch dry at 30oC 30 minutes 30 minutes. 3 hrs. 3 hrs. 4 hrs.
Hard dry at 30oC
16 hrs
(max) 48 hrs
8 hrs
8 Full cure at 30oC (for 8 hrs 16 hrs
5 days
immersion/ high 5 days
temperature service)
Over-coating interval Min.12 hrs. Min.: Min.: Overnight Min.: 8 hrs. Min.: 24 hrs
9
at 30 oC Overnight Max.: 5 days Max.: 48 hrs. Max.: 5 days.
Pot life (approx.) at
6-8 hrs. Not
10 30oC for two 4-6 hrs 30 minutes 4-6 hrs.
applicable
component paints
Temperature 120oC(Dry
o o
Resistance 80 C 60 C service), 125oC
80oC
11 (minimum) Dry service Immersion 50oC Immersion
Dry service
min service (Immersion service
service)

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

Page 329 of 388


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

PAINT MATERIALS

TABLE No. 6.3 FINISH PAINTS

Sl.
DESCRIPTION F-8 F-9 F-11 F-12
No
Self priming type Heat resistant
Heat resistant
surface tolerant synthetic medium
silicone
high build epoxy Inorganic zinc based two pack
1 Technical name Aluminium paint
coating (complete silicate coating Aluminium paint
suitable upto
rust control suitable upto
500oC dry temp.
coating). 250oC dry temp.
A two pack air
Two pack epoxy drying self curing
resin based solvent based
Heat resistant
suitable inorganic zinc Single pack
synthetic medium
pigmented and silicate coating with silicone resin
based two pack
2 Type & composition capable of minimum 80% zinc based medium
Aluminium paint
adhering to content on dry film. with Aluminium
suitable upto
manually The final cure of flakes.
250oC.
prepared surface the dry film shall
and old coating. pass the MEK rub
test.
3 Volume Solids % 78±3 60±3 38±0.03 20±2
DFT (Dry Film
4 thickness) per coat in 100-125 65-75µ 15-20µ 15-20µ
microns
Theoritical covering
5 capacity in M2/coat/ 6.0-7.2 8-9 10-12 8-10
litre
Weight per liter in
6 1.41±0.03 2.3±0.03 0.95±0.03 1.00±0.03
kgs/litre
Touch dry at 30oC
7 3 hrs. 30 minutes. 3 hrs. 30 minutes.
(maximum)
Hard dry at 30oC
(maximum) 24 hrs 12 12 hrs 24 hrs
8 Full cure 30oC (for
immersion /high 5days NA NA NA
temperature service)
Min.: 12 hrs.at 20oC
9 Over-coating interval Min.: 10 hrs Min. 24 hrs Min.: 24 hrs
& 50 % RH
o
Pot life at 30 C for two
10 90 minutes. 4-6 hrs. Not applicable Not applicable
component paints
o o o
Temperature 80 C 400 C 250 C 500oC
11
Resistance (minimum) Dry service Dry service Dry service Dry service

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

Page 330 of 388


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

PAINT MATERIALS

TABLE No. 6.4 FINISH PAINTS

Sl.
DESCRIPTION F-14 F-15 F-16 F-17
No
Ambient temperature
curing Poly Siloxane
Two-component Two component
coating/High build
Epoxy phenolic solvent free type
cold applied inorganic
coating cured with high build epoxy
copolymer based
Polyamine cured Polyamine adduct phenolic/novalac
1 Technical name aluminium coating
coal tar epoxy hardner system epoxy phenolic
suitable for under
(primer + coating cured with
insulation coating of
intermediate coat Polyamine adduct
CS and SS piping for
+ finish paint) hardner system
high temperature
service.
Two pack ambient Two component
Specially
temperature curing Amercoat 738 from solvent free type
formulated
epoxy phenolic PPG Protective & high build epoxy
polyamine cured
coating system Marine Coatings or phenolic/novalac
2 Type & composition coal tar epoxy
suitable for Intertherm 751 CSA of epoxy phenolic
suitable for
application under International (Akzo coating cured with
application under
insulation of Nobel). Note: 6 Polyamine adduct
insulation
CS/SS piping hardner system
3 Volume Solids % 70±3 70±3 60±2 98-100
DFT (Dry Film
4 thickness) per coat in 100-125 75-100 75-100 125- 150
microns
Theoritical covering
5 capacity in M2/coat/ 5-8 4-5 7.0- 9.0 6.5 - 8
litre
Weight per liter in
6 1.45±0.03 1.65±0.03 1.3 1.7
kgs/litre (mix paint)
Touch dry at 30oC
7 4 hrs 3 hrs 1 hr 2 hrs
(maximum)
Hard dry at 30oC
(maximum) 24 hrs 24 hrs 16 hrs 24 hrs
8 Full cure 30oC (for
immersion /high 168 hrs (7 days) 168 hrs (7 days) - 168 hrs (7 days)
temp. service)
Over-coating interval Min. 6 hrs Min. 36 hrs Min.16 hrs Min. 16 hrs
9
Max.5 days Max.21 days Max. Not applicable Max.21 days
Pot life at 30oC for
10 two component 4 hrs 4-6 hrs 1 hr 1 hr
paints
Temperature a) upto 400 °C for C.
Resistance o o Steel & S. Steel for
-45 C to 150 C
-45oC to 125oC Intertherm 751 CSA
under insulation & -45oC to 150oC for
11 under insulation b) upto 480 °C for C.
immersion immersion service
And immersion Steel & upto 600 °C
(Note: 5)
for S. Steel for
Amercoat 738

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

Page 331 of 388


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

NOTES (for tables 6.1 to 6.4):

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


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

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

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

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

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

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

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

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

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

Page 332 of 388


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

7.0 COATING SYSTEMS

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

Classification based on Plant Location:

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


Environment Classification – Industrial

- For offsite areas: Table 9.0 to be followed

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

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


Environment classification- Industrial marine

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

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

Notes:

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


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

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

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


done as per Table 7.2.

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

Page 333 of 388


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

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

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

FINISH COATS / PAINTS


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

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

Page 334 of 388


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

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


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

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

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


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

NOTES:

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

TABLE 8.0 COATING SYSTEM FOR GRATINGS, ROLLING & STATIONERY


LADDERS, SPIRAL STAIRWAYS AND HAND RAILS IN ALL LOCATION

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

NOTES:

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

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

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

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

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

Page 335 of 388


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

TABLE 9.0 COATING SYSTEM FOR OFFSITE AREA (INLAND PLANTS)


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

Surface Coating System Total Final


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

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

NOTES:

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

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

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

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

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

Page 336 of 388


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

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

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


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

Surface Preparation & Coating System Total DFT


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

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

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

NOTES:

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

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

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

Page 337 of 388


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

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

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

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

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

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

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

Page 338 of 388


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

TABLE 11.0 COATING SYSTEM FOR EFFLUENT TREATMENT PLANT (ETP)

Coating System Total


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

NOTES

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

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

Page 339 of 388


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

TABLE 12.0 EXTERNAL COATING SYSTEMS FOR UNINSULATED CARBON STEEL


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

All Process Units & Off-sites

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

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


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

2 coats of F-12 @20 µ


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

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

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

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

Page 340 of 388


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

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

NOTES

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

2. For underside of bottom plate :


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

Caution: PWHT temperature shall not exceed 650oC.

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

Page 341 of 388


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

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

All Process Units & Off-sites

Coating system (Field) Total


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

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

Page 342 of 388


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

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


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

13.6. 1 coat of F-9 @ 75µ


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

ETHYLENE GLYCOL (EG) TANKS


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

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

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

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

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

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

Page 343 of 388


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

TABLE 14.0 COATING SYSTEMS FOR EXTERNAL SIDE OF UNDERGROUND


CARBON STEEL PLANT PIPING AND UNDERGROUND VESSELS

Surface Coating system (Field) Total Final


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

1 layer of coaltar tape


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

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


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

1 coat of F-9 3 coats of F-7 @ 100µ


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

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


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

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

Page 344 of 388


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

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


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

Coating System Total


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

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

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

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

Page 345 of 388


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

SSPC SP-10; between


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

NOTES

1. “Cyclic Service” is characterized by rapid temperature fluctuation.


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

TABLE 16.0 COATING SYSTEM FOR CARBON STEEL COMPONENTS OF COOLERS /


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

Coating System Total


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

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

Page 346 of 388


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

TABLE 17.0 COATING SYSTEM (INTERNAL PROTECTION) FOR GALVANIZED OR


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

Coating System Total Final


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

18.0 STORAGE

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

19.0 PAINT COLOUR CODE FOR PIPING AND EQUIPMENT

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

19.1 Identification

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

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

Post Office Red Fire protection materials


Off White / Aluminium Steam (all pressures)

Canary Yellow Chemicals and dangerous materials

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

Page 347 of 388


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

Dark Admiralty Grey Crude oil, lube oil


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

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

19.2 Colour Bands and Identification Lettering

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

Colour bands and size of lettering for piping:

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


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

Contrast shall be provided between color field and legend for readability. Use of letters
standard style, in sizes, 1/2inch (13mm) and larger, is recommended. See above table for
specific size recommendations. For identification of materials in pipes of less than ¾ inch
(19mm) in diameter, and for valve and fitting identification, the use of permanently legible tag
is recommended.

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

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

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

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

Page 348 of 388


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

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

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

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

Visibility:

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

Column and vessel : 150


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

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

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

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


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

Colour band specification:

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


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

For alloy steel / stainless steel pipes and fittings in stores / fabrication yard, colour band
(Minimum ½” wide) should be applied along the complete length of pipe, bends / tees, side-
covered surface (on thickness) of flanges as well as valves as per the metallurgy.

Unusual or Extreme situations

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

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

Page 349 of 388


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

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

Sl. FIRST COLOUR SECOND


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

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

Page 350 of 388


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

05 Sulfolane Azure Blue Yellow


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

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

Page 351 of 388


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

36 Heavy Kerosene Light Blue Black


37 RLNG Canary Yellow Signal Red Light Brown

Sl. No. . SERVICE RECOMMENDED COLOUR CODE


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

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

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

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

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

VII UNINSULATED EQUIPMENT, TANKS AND STRUCTURES


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

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

Page 352 of 388


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

18 Load Lifting Equipment & Mono Rails Etc. Leaf Brown

19 Steel Structure Dark Admiralty Grey

19.3 PAINTING COLOUR CODE FOR STRUCTURAL STEEL

1. GANTRY GIRDER & MONORAIL DARK GREEN

2. GANTRY GIRDER & MONORAIL STOPPER SIGNAL RED

3. BUILDING STRUCTURAL STEEL COLUMNS, DARK ADMIRALITY


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

4. PIPE RACK STRUCTURE & TRESTLES DARK ADMIRALITY


GREY

5. CHEQUERED PLATE (BOTH FACES) BLACK

6. GRATING GALVANSIED

7. LADDER RUNGS – BLACK


VERTICALS & CAGE – RED

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

20.0 IDENTIFICATION OF VESSELS, PIPING ETC

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

Column & Vessels - 150mm (high)


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

20.2 Identification of Storage Tanks

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

21.0 PAINTING FOR CIVIL DEFENCE REQUIREMENTS

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

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

Page 353 of 388


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

d. Spheres

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

21.3 Method of Camouflaging

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

Dark Green Light Green Dark Medium Brown


5 : 3 : 2

21.3.2 The patches should be asymmetrical and irregular.

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

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

21.3.5 The patches should not coincide with corners.

21.3.6 Slits and holes shall be painted in dark shades.

21.3.7 Width of patches should be 1 to 2 meters.

22.0 QUALITY CONTROL, INSPECTION AND TESTING

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

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

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

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

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

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

Page 354 of 388


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

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

(a) Surface preparation


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

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

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

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

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

22.4 Primer Application

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

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

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

Page 355 of 388


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

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

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

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

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

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


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

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

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

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

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

22.11 Final Inspection of coating system

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

Page 356 of 388


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

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

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

Environmental Conditions
- Weather and ambient conditions
- Coating periods

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

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

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

23.0 GUARANTEE

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

24.0 QUALIFICATION CRITERIA OF PAINTING CONTRACTOR/SUB-CONTRACTOR

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

25.0 QUALIFICATION/ACCEPTANCE CRITERIA FOR PAINT COATING SYSTEM

25.1 Pre-Qualification of Paint Coating Manufacturer and his Products

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

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

Page 357 of 388


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

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

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

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


processing industry or offshore platforms in the past 5 years.

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

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

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

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

Test Test Method


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

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

Page 358 of 388


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

Chemical Resistance test ASTM D 543


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

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

1) An infrared scan (fingerprint), for Part A and B, each component as per ASTM
D 2621
2) Specific gravity of Base and curing agent (Ref. ISO 2811)
3) Ash content (ASTM D1650), volatile and non-volatile matters (ISO 3251) of each
component

The identification shall be carried out on the batch, which is used for the Pre-
qualification testing. Pre-qualification of the products shall be carried out at an
independent laboratory.

Test shall be carried out at any one of the following laboratories and tests to be witnessed &
certified by third party inspection agency (TUV, BV, DNV).

IICT, Hyderabad
HBTI, Kanpur
DMSRDE, Kanpur
BIS Laboratories
UICT, Matunga, Mumbai
RITES, Kolkata
PDIL, Sindri
NTH, Kolkata

Contractor shall furnish to EIL for approval/ acceptance of all necessary


documents/information including test certificates to prove that the paint manufacturers, from
whom he intends to procure paint products, meet the various requirements for fulfilling the
pre-qualification criteria as given under section 25.1 above. The paint manufacturer shall be
qualified and approved for supply after review/assessment of the submission made by the
contractor.

25.2 Information to be furnished during delivery of coating system:

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

Page 359 of 388


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

Contractor along with delivery of paint material has to furnish following information from
paint manufacturer to EIL for acceptance/approval of products.

a) Batch test certificates (Batch Testing)

Along with delivery to site of the paint products from pre-qualified coating manufacturer.
Contractor has to produce test certificate from paint manufacturer for each batch and for
each category of product for the following test items. Test to be witnessed & certified
by third party inspection agency. All test results must mention clearly the batch no. and
category of product tested. Tests to be conducted for following properties:

- Infrared scan for Part A and B, each component


- Specific Gravity
- % solids by weight (% zinc content in case of inorganic or organic zinc primer)

b) Product information sheet/ technical data sheet for each category of product.

26.0 METHOD OF SAMPLING & DISPATCH FOR LABORATORY TESTING


(Pre-Qualification tests (sec. 25.1), Batch testing (sec. 25.2) and Inspection testing (sec.
22.0))

26.1 Samples of coating materials should be submitted to the Govt. laboratory in sealed containers
with batch no. and test certificate on regular format of manufacturer’s testing laboratory. The
sampling shall be certified and sealed by a certifying agency.

26.2 All test panels should be prepared by Govt. testing agency coloured photographs of test
panels should be taken before and after the test and should be enclosed along with test report.

Sample batch no. and manufacturer’s test certificate should be enclosed along with the
report. Test report must contain details of observation and rusting if any, as per the testing
code.

26.3 Manufacturers should intimate the company, details of sample submitted for testing, name of
Govt. testing agency, date, contact personnel of the govt. testing agency. At the end of the
test the manufacturer should submit the test reports to the company for approval.

26.4 Coating systems for panel test shall be decided after discussion with EIL.

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

Page 360 of 388


Page 361 of 388
Page 362 of 388
Page 363 of 388
Page 364 of 388
Page 365 of 388
Page 366 of 388
Page 367 of 388
Page 368 of 388
Page 369 of 388
Page 370 of 388
Page 371 of 388
Page 372 of 388
Page 373 of 388
Page 374 of 388
Page 375 of 388
Page 376 of 388
Page 377 of 388
Page 378 of 388
Page 379 of 388
Page 380 of 388
Page 381 of 388
Page 382 of 388
Page 383 of 388
Page 384 of 388
Page 385 of 388
Page 386 of 388
Page 387 of 388
Page 388 of 388

Das könnte Ihnen auch gefallen