Download as pdf or txt
Download as pdf or txt
You are on page 1of 4396

PMC Services for GAIL LPG Bullets

ENQUIRY DOCUMENT - TENDER

(Document No : B471-TENDER_DOC-B471-046-80-42-MA-T-6001)

Page 1 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B471- A ENQUIRY DOCUMENT - TENDER 16
TENDER_DOC-
B471-046-80-42-MA-
T-6001
B471-046-80-42-MA- B TWO NEW LPG BULLETS ANDASSOCIATED PUMPING 469
T-6001 FACILITIES
B471-046-80-42- B LIST OF CONTENTS 470
LLC-6001
B471-80-42-SOW- B SCOPE OF SUPPLY & WORK - STATIC AND MACHINERY 483
6001 EQUIPMENT
B471-046-80-42-SP- A JOB SPECIFICATION FOR MOUNDED BULLETS 504
6001
B471-046-80-42-SP- A JOB SPECIFICATION FOR SITE FACILITIES FOR MOUNDED 510
6002 BULLETS
B471-80-42-TCL- B TECHNICAL CHECKLIST - STATIC EQUIPMENT 513
6001
B471-046-80-42-VD- A TENDER VENDOR DATA REQUIREMENT 518
6001
B471-046-80-42-SP- B JOB SPECIFICATION (S&ME-PE) 523
6001A
B471-046-80-42- B TECHNICAL CONFIRMATION LIST (STATIC & MACHINERY 526
TCL-6001A EQUIPMENT-PE)
B471-046-80-42-VL- A VENDOR LIST (STATIC & MACHINERY EQUIPMENT-PE) 531
6001A
B471-046-80-42-SP- B JOB SPECIFICATION FOR STATIC & MACHINERY EQUIPMENT 534
6004
B471-000-80-42-ER- A EXPERIENCE RECORD - CENTRIFUGAL PUMP (VERTICAL) 543
0001
B471-000-80-42- A TECHNICAL CONFIRMATION LIST-SME (ROTATING) 545
TCL-0001
B471-000-80-42-VL- A VENDOR LIST, STATIC & MACHINERY EQUIPMENT- 549
0001 ROTATING EQUIPMENTS
B471-000-80-42- A DESIGN BASIS 554
EDB-1001
B471-046-80-42-DS- C LPG Mounded Bullet046-T-1001 A/B 590
3001
B471-046-80-42-DS- C MECHANICAL DATASHEETS 591
3001s2
B471-046-80-42-DS- C MECHANICAL DATASHEETS 592
3001s3
B471-046-80-42-DS- C MECHANICAL DATASHEETS 593
3001s4
B471-046-80-42-DS- A DATA SHEET (CP BLOCK ) 594
6001A
B471-000-80-42-DS- B DATA SHEET FOR CENTRIFUGAL PUMP ¿ VERTICAL BARREL 596
0001 (SPP)
6-12-0001 6 General specification for pressure vessels. 599
6-12-0002 8 Supplementary specification for carbon steel vessels. 614
6-12-0011 8 Standard specification for boiler quality carbon steel plates. 621
6-12-0014 6 Standard specification for weldable structural quality steel plates 628
for tanks and vessels
7-12-0001 6 Vessel tolerances. 633
7-12-0010 7 Manhole with davit. 635
7-12-0011 6 Ladder rungs for manhole/demister. 637
7-12-0015 6 Standard bolt hole orientation. 638

Page 2 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-12-0019 6 Vortex breakers. 639
7-12-0026 6 Earthing lug. 640
7-12-0027 6 Name plate. 641
7-12-0028 6 Manufacturer name plate. 642
7-12-0029 6 Bracket for name plate. 643
7-12-0031 5 Details of forged nozzles. 644
7-12-0032 5 Supports for internal feed pipe. 645
7-12-0037 4 S.R. nozzle neck. 647
6-41-0007 0 STANDARD SPECIFICATION FOR CENTRIFUGAL PUMPS 648
6-76-0001 4 Standard specification for erection of equipment & machinery 675
6-78-0001 2 Specification for quality management system requirements from 697
bidders
6-78-0002 2 SPECIFICATION 704
6-78-0003 2 Specification for Documentation Requirement from Suppliers 714
6-61-0015-R5 A BLANK FORMATS 725
6-81-0011 4 ITP for pressure vessels / columns carbon steel. 731
B471-046-16-43-LL- 0 LIST OF DRAWINGS & DOCUMENTS 738
6001
B471-046-16-43- 0 PIPING SCOPE OF WORK & SUPPLY 744
SOW-6001
B471-999-16-43- 1 ENGINEERING DESIGN BASIS PIPING 769
EDB-1001
B471-6-44-0005 0 PIPING MATERIAL SPECIFICATIONS 802
B471-6-44-0006 0 VALVE MATERIAL SPECIFICATIONS 894
B471-6-44-0016 0 JOB SPEC FOR NON DESTRUCTIVE TESTING 956
B471-046-16-43-SP- 0 SPECIFICATION FOR INSULATING GASKET ASSEMBLY 969
0001
B471-046-16-43-SP- A SPECIFICATION FOR 3D MODELING 975
0002
B471-046-16-43- A ADDITIONAL TECHNICAL REQUIREMENTS 988
ATR-6001
6-81-0002 5 ITP for welded pipes 990
6-81-0003 5 ITP for seamless pipes 996
6-81-0004 6 ITP for valves 1002
6-81-0005 8 ITP for forged, seamless & welded fittings. 1009
6-81-0006 5 ITP for flanges, spectacle blinds & drip rings 1015
6-81-0007 4 ITP for bolting material 1021
6-81-0008 4 ITP for gaskets 1027
6-81-0102 3 ITP for insulating joints 1032
6-81-0132 3 ITP for sample coolers 1036
6-81-0133 3 ITP for strainers 1043
6-81-0135 3 ITP for hose pipe and coupling 1048
7-44-0002 5 Abbreviations. 1053
7-44-0003 5 Symbols of piping elements on drawings. 1055
7-44-0032 5 Stub-in standard. 1059
7-44-0033 6 Details of mitered elbow. 1061
7-44-0050 5 Chain operation attachment for ANSI valves (150#, 300#, 600#). 1063
7-44-0162 5 Standard for spacers & blinds > 26"(150#,300# & 600# FF to B 1064
16.47 series B).
7-44-0300 6 Temporary strainer RF (all ratings), FF 125# - 300#. 1067

Page 3 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-44-0303 6 T-strainer type-1 2"-4" (150CL RF, 300CL RF & RTJ, 600CL RF & 1068
RTJ)
7-44-0304 7 `T' strainer type-1 6" to 24" ( 150# RF, 300# RF & RTJ, 600# RF 1069
& RTJ)
7-44-0350 5 Vent & drains (on lines 1 1/2" & below). 1070
7-44-0351 5 Vents and drains (on lines 2 and above). 1071
7-44-0352 5 Orientation of orifice taps (class 600 & below. 1072
7-44-0353 5 Wells installation 1 1/2" dia taps (up to class 600). 1074
7-44-0354 5 Pressure tappings (PA, PG, PC, PT, PIC etc). 1076
7-44-0476 5 Welding of pipe with different thickness. 1077
7-44-0477 5 Butt welding end preparation. 1078
7-44-0478 5 Fillet weld details. 1079
7-44-0479 5 Welding Details For Branch Connections (Not Breaking Into). 1080
7-44-0480 5 Butt weld details (dimensions). 1081
7-44-0481 5 Butt weld details (sequence of welds). 1082
7-44-0482 5 Welding detail for branch connections (stub in). 1083
7-44-0483 5 Branch Connection (Breaking Into). 1084
7-44-0484 5 Branch connection (not breaking into). 1085
7-44-0485 5 Method of cutting and dimensions of field manufactured concentric 1086
reducers.
7-44-0486 5 Tolerances for fabrication. 1087
7-44-0487 6 Method of cutting & dimensions of field manufactured eccentric 1088
reducers.
7-44-0504 4 Clearance requirements for orifice flange instrument piping 1089
6-44-0012 5 Standard specification for fabrication and erection of piping 1092
6-44-0013 5 Standard specification for inspection, flushing and testing of piping 1107
systems.
6-44-0015 1 Piping Specification for package units 1116
6-44-0018 1 Standard specification for fabrication of piping spools 1122
6-44-0021 0 Standard specification for hot tapping on piping 1133
6-44-0051 7 Technical notes for pipes. 1141
6-44-0052 7 Technical notes for valves. 1151
6-44-0053 7 Technical notes for flanges, spectacle blinds and drip rings. 1171
6-44-0054 7 Technical notes for butt welded, socket welded and screwed 1179
fittings.
6-44-0056 6 Technical Notes For Gaskets. 1188
6-44-0057 5 Technical notes for bolts and nuts. 1193
6-44-0064 2 Technical notes for hoses & hose couplings 1198
6-44-0067 2 Technical notes for strainers 1204
6-79-0026 0 Standard specification for hot insulation of vessels, piping and 1213
equipment
6-81-0001 3 Standard specification for positive material identification (PMI) at 1283
supplier's works
6-76-0002 3 Standard specification for application of torque and hydraulic bolt 1291
tension for flange joints
6-77-0001 4 Welding specification for fabrication of piping. 1326
6-82-0002 4 Standard specification for positive material identification (PMI) at 1366
construction sites
6-82-0003 3 Standard specification for colour coding of piping material 1376
6-79-0011 2 Standard specification for tape coating for underground steel 1388
pipelines

Page 4 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B471-046-16-43-DS- 0 STRAINER SCHEDULE 1402
6001
B471-046-16-43-DS- 0 HOSE SCHEDULE 1403
6002
B471-046-16-43-DS- 0 DATA SHEET FOR INSULATING JOINTS 1404
6003
B471-920-16-43-DS- 0 DATA SHEET FOR INSULATING GASKET ASSEMBLY 1410
6004
B471-046-16-43-SK- A PIPING STUDIES / SKETCHES 1411
0001
B471-046-16-43-VL- 0 SUB VENDOR LIST-PIPING 1412
6001
B471-046-16-43- 0 VENDOR DATA REQUIREMENTS 1456
VDR-6001
B471-046-16-43-MS- A PIPING MANDATORY SPARES FOR ABOVE GROUND WORKS 1459
6001
B471-046-16-51-DB- A ENGINEERING DESIGN BASIS INSTRUMENTATION 1461
1001
B471-046-16-51-SP- A JOB SPECIFICATIONS (INSTRUMENTATION) 1490
6001
B471-046-16-51- A SCOPE OF WORK & SUPPLY (INSTRUMENTATION) 1507
SOW-6001
B471-046-16-51- A VENDOR DATA REQUIREMENTS (INSTRUMENTATION) 1524
VDR-6001
B471-046-16-51-SL- 0 MANDATORY SPARE PARTS (INSTRUMENTATION) 1527
6001
B471-046-16-51- 0 Technical Confirmation List 1530
TCL-6001
B471-046-16-51-MD- 0 STANDARD SPECIFICATIONS (INSTRUMENTATION) 1532
9991
B471-046-16-51-MD- 0 INSTALLATION STANDARDS (INSTRUMENTATION) 1535
9992
B471-16-51-VL-6001 A Suppliers List for Instrumentation - B471 1538
B471-046-16-51- 0 TYPICAL SCHEMATIC FOR INSTRUMENTATION AIR SUPPLY 1571
1001 DISTRIBUTION WITH MANIFOLD
6-52-0004 5 Std. Spec. for orifice plates and flanges 1572
6-52-0006 5 Std. specification for restriction orifice plate 1579
6-52-0007 4 Standard specification for variable area flowmeters. 1585
6-52-0014 4 Standard specification for tank level instruments 1595
6-52-0015 2 Standard specification for magnetic level instruments 1609
6-52-0016 5 Standard specification for pressure, differential pressure and 1617
vaccum gauges
6-52-0017 5 Standard specification for pressure switches. 1626
6-52-0021 5 Standard specification for temperature gauges and thermowells. 1636
6-52-0026 5 Standard specification for pressure relief valves. 1644
6-52-0031 5 Standard specification for control valves. 1654
6-52-0032 5 Standard specification for electronic instruments. 1679
6-52-0034 5 Standard specification for solenoid valves. 1696
6-52-0037 3 Standard specification for on-off valves 1703
6-52-0042 5 Standard specification for thermocouples, RTDs and thermowells. 1724
6-52-0046 8 Standard specification for signal cables. 1732
6-52-0048 5 Standard specification for junction boxes and cable glands. 1740
6-52-0049 4 Standard specification for control panel and accessories. 1748

Page 5 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
6-52-0052 4 Standard specification for instrumentation of package units. 1762
6-52-0060 2 Standard specification for erection tender. 1839
6-52-0067 6 Standard specification for instrument tube fittings. 1865
6-52-0068 5 Standard specification for instrument tubing. 1871
6-52-0069 6 Standard specification for instrument valves and manifolds. 1878
6-52-0071 4 Standard specification for special level instruments. 1886
6-52-0079 5 Standard specification for self actuated control valves/regulators. 1897
6-52-0080 4 Standard specification for gas detection system. 1906
6-52-0081 4 Standard specification for fire detection system (UV/IR). 1930
7-52-0001 6 Instrument connection on vessel, standpipes and tanks. 1942
7-52-0002 5 Instrument connection on pipes. 1946
7-52-0035 4 Thermowell. 1949
7-52-0036 5 Thermocouple / RTD assembly with thermowell. 1952
7-52-0041 5 Orifice plates and flanges dimensional details. 1953
7-52-1912 0 Tubing hook-up control valve with positioner & I/P converter (Old 1967
No. 7-52-0204 Rev 5)
7-52-1914 0 Tubing hook-up control valve with indicator, I/P converter and 1968
positioner (Old No. 7-52-0206 Rev 5)
7-52-1915 0 Tubing hook-up control valve with solenoid valve (Old No. 7-52- 1969
0207 Rev 5)
7-52-1916 0 Tubing hook-up control valve with solenoid valve and I/P converter 1970
(Old No. 7-52-0208 Rev 5)
7-52-1917 0 Tubing hook-up control valve, positioner solenoid valve and I/P 1971
converter (Old No. 7-52-0209 Rev 5)
7-52-1329 0 Flow instrument DP type liquid & cond. vap. service intg. manifold 1972
meter below (Old No. 7-52-0406 Rev 5)
7-52-1332 0 Flow instrument DP type dry gas service intg. manifold meter 1973
above (Old No. 7-52-0410 Rev 5)
7-52-1312 0 Flow instrument DP type liquid & cond. vap. service intg. manifold, 1974
meter below (Old No. 7-52-0411 Rev 3)
7-52-1347 0 Flow instrument DP type gas service intg. manifold meter above 1975
(Old No. 7-52-0415 Rev 5)
7-52-1112 0 Pressure gauge liquid / gas service (Old No. 7-52-0432 Rev 5) 1976
7-52-1113 0 Pressure gauge steam service (Old No. 7-52-0433 Rev 5) 1977
7-52-1121 0 Pressure gauge with straight 3 way valve manifold liquid / gas 1978
service (Old No. 7-52-0434 Rev 5)
7-52-1131 0 Pressure instrument liquid & cond. vapour service meter below 1979
(Old No. 7-52-0437 Rev 5)
7-52-1134 0 Pressure instrument gas service meter above (Old No. 7-52-0441 1980
Rev 5)
7-52-1151 0 Pressure instrument liquid and cond. vapour service meter below 1981
(Old No. 7-52-0442 Rev 5)
7-52-1153 0 Pressure instrument gas service meter above (Old No. 7-52-0446 1982
Rev 5)
7-52-1171 0 Differential pressure DP - type meter below (Old No. 7-52-0452 1983
Rev 5)
7-52-1137 0 Diff. pressure instrument DP-type meter below (Old No. 7-52-0453 1984
Rev 5)
7-52-1510 0 Displacer level instrument side-side connection (Old No. 7-52- 1985
0463 Rev 5)
7-52-1515 0 Level / diff. press. instrument DP type on vessel meter below (Old 1986
No. 7-52-0469 Rev 5)

Page 6 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-52-1535 0 Level (vapour service) diff. press. instrument DP-type on vessel 1987
meter above (Old No. 7-52-0470 Rev 6)
7-52-1536 0 Level / diff. press. instrument DP type on vessel meter below (Old 1988
No. 7-52-0471 Rev 6)
7-52-1551 0 Diff. press. instrument DP-type on vessel meter above (Old No. 7- 1989
52-0472 Rev 6)
7-52-1552 0 Level instrument DP-type on stand pipe meter below (Old No. 7- 1990
52-0473 Rev 5)
7-52-1537 0 Level instrument DP type on vessel-on stand pipe meter below 1991
(Old No. 7-52-0474 Rev 5)
7-52-1518 0 Level gauge on vessel (Old No. 7-52-0481 Rev 5) 1992
7-52-1519 0 Level gauge on stand pipe (Old No. 7-52-0483 Rev 3) 1993
7-52-1313 0 Flow instrument diaphragm seal type (Old No. 7-52-0421 Rev 5) 1994
7-52-1361 0 Flow instrument DP type liquid & cond. vap. service horizontal line 1995
(Old No. 7-52-0416 Rev 5)
7-52-0101 3 Instrument support single instrument 1996
7-52-0102 3 Instrument support two instruments 1999
7-52-0104 4 Support details for junction boxes 2002
7-52-0105 4 Fabricated canopy for instruments 2004
7-52-0107 4 Perforated tray supports & cables clamping details 2011
6-81-2004 4 ITP for orifice plates and flanges 2012
6-81-2007 4 ITP for variable area flow meters 2017
6-81-2014 4 ITP for tank level instruments. 2023
6-81-2015 3 ITP for magnetic level instruments 2029
6-81-2016 4 ITP for receiver & pressure gauges 2035
6-81-2021 4 ITP for temperature gauges & thermo wells. 2039
6-81-2026 4 ITP for pressure relief valves. 2044
6-81-2031 4 ITP for control valves. 2049
6-81-2032 4 SPECIFICATION 2056
6-81-2037 3 ITP for on-off valves 2062
6-81-2042 4 SPECIFICATION 2068
6-81-2046 4 SPECIFICATION 2074
6-81-2048 4 ITP for junction boxes & cable glands. 2080
6-81-2049 4 ITP for main control panel & accessories 2085
6-81-2067 5 ITP for instrument tube fittings 2091
6-81-2068 4 ITP for instrument tubing 2096
6-81-2069 4 ITP for instrument valves and manifolds 2100
6-81-2071 3 ITP for special level instruments 2104
6-81-2079 5 ITP for self actuated control valves/regulators. 2110
6-81-2080 4 ITP for gas detection system (LEL/H2S) 2114
6-81-2081 4 ITP for fire detection system (UV/IR) 2121
B471-000-81-41- A ENGINEERING DESIGN BASIS 2127
EDB-1001
B471-046-81-41- A SCOPE OF SUPPLY & WORK 2150
SOW-6001
B471-046-81-41-LL- A APPROVED VENDOR LIST 2156
6001
B471-046-81-41- A VENDOR DATA REQUIREMENT 2160
VDR-6001
7-68-0056 7 Metal insert plates. 2163
7-68-0417 8 MS anchor bolt assemblies 2170

Page 7 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-68-0060 1 Handrail - Tube and Ball Type 2177
7-68-0506 7 Steel stairs 2179
7-68-0507 8 Details of steel ladder 2185
6-68-0021 1 Standard specification civil - structural lump-sum turn-key works 2188
(LSTK works) general requirements
6-68-0022 1 Standard specification civil - structural lump-sum turn-key works 2218
(LSTK works) material & construction
6-68-0033 9 Standard specification civil & structural works passive fire proofing 2232
of steel structures (hydrocarbon pool fire).
6-82-0001 10 Standard Specification For Health, Safety & Environment (Hse) 2249
Management At Construction Sites
6-82-2700 3 ITP for civil, structural & architectural works (EPCC / LSTK 2351
contracts)
B471-046-81-45- B EDB GENERAL CIVIL 2389
EDB-1001
B471-046-81-45- B EDB FIRE PROTECTION SYSTE 2398
EDB-1002
B471-046-81-45-LL- A APPROVED VENDOR LIST 2409
6001
B471-046-81-45-SL- A MANDATORY SPARE LIST 2420
6001
B471-046-81-45- B SCOPE OF WORK AND SUPPLY 2422
SOW-6001
B471-046-81-45-SP- A JOB SPECIFICATION FOR MVSPRAY SYSTEM 2436
6001
B471-046-81-45- A TECHNICAL COMPLIANCE LIST 2442
TQS-6001
B471-046-81-45- A VENDOR DATA REQUIREMENT 2445
VDR-6001
B471-046-81-45- C OVERALL PLOT PLAN 2449
00001
B471-046-81-45- C LAYOUT OF FIRE WATER SYSTEM 2450
04441
B471-046-81-45- 1 SCOPE DRAWING 2451
04561
B471-046-81-45- A DETAILS OF CHAIN LINKFENCING (IRON ANGLE POST) 2452
34751
B471-046-81-45- A DETAILS OF RCC STORMWATER DRAIN 2453
34752
B471-046-81-45-DS- A DATASHEET FOR QUARTZOIDBULB DETECTORS 2454
4802
B471-046-81-45-DS- A DATASHEET FOR MV SPRAYNOZZLES 2455
4803
B471-046-81-45-DS- A DATASHEET FOR DELUGEVALVE 2456
4804
B471-046-81-45-DS- A DATASHEET FOR RESTRICTIONORIFICE PLATE 2457
4805
B471-046-81-45-DS- A DATASHEET FOR WATER CUMFOAM MONITOR (750 USGPM) 2458
4806
B471-046-81-45-DS- A DATASHEET FOR WATER CUMFOAM MONITOR (500- 2459
4807 100GPM)
B471-046-81-45-DS- A DATASHEET FOR DOUBLEHEADED HYDRANT 2460
4808
B471-046-81-45-DS- A DATASHEET FOR HOSE BOXCABINET 2461
4809

Page 8 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
6-65-0006 4 Standard specification for earthwork for underground piping. 2462
6-65-0010 6 Standard specification for compound wall. 2469
6-65-0013 4 Standard specification for chain link fencing. 2477
6-65-0014 2 Standard specification for roads and flexible pavements (upto 2484
WMM layer)
6-65-0016 4 Standard specification for classification of soil for Earth Work in 2494
site grading
6-65-0017 6 Standard specification for site grading and rock cutting for site 2500
grading
6-65-0019 4 Standard specification for concrete pavement. 2512
6-65-0021 4 Standard specification for pipe culverts & ERC / IRC crossing. 2522
6-65-0024 4 Standard specification for gravel filling. 2527
6-65-0027 5 Standard specification for underground and above ground G.I. 2532
pipeline system (water services)
6-65-0030 5 Standard specification for fabrication and Laying of Underground 2537
piping.
6-65-0042 4 Standard specification for underground sewer system pre cast 2548
RCC pipes.
6-65-0066 3 Standard specification for general civil works (package unit). 2555
6-65-0067 3 Standard specification for piping works and erection of pumps & 2568
drives for water services (package unit)
6-66-0004 1 Standard specification for portable fire extinguisher 2572
6-66-0012 4 Standard specification for standard post type fire hydrant (with or 2577
without pumper connection)
6-66-0021 4 Standard specification for stand post type water monitor 2583
6-66-0027 5 Standard specification for water cum foam monitor single barrel 2589
type (fixed & variable flow)
6-66-0046 4 Standard specification for water spray nozzle for cooling. 2595
6-66-0047 4 Standard specification for hose cabinet. 2601
6-66-0048 3 Standard specification for deluge valve (with hydraulic detection 2606
system).
6-66-0061 4 Standard specification for 50 kg. & 75 kg. capacity dry chemical 2613
powder extinguisher.
6-66-0071 5 Standard specification for Fixed cooling system package for 2618
spheres/bullets.
6-66-0074 3 Standard specification for fire hydrant system. 2628
6-68-0001 5 Standard specification civil and structural works - general scope. 2637
6-68-0002 6 Standard Specification Civil & Structural Works Materials. 2641
6-68-0003 6 Standard Specification Civil & Structural Works Earthwork. 2657
6-68-0004 7 Standard specification civil & structural works plain & reinforced 2671
cement concrete
6-68-0005 6 Standard Specification Civil & Structural Works Reinforced 2701
Cement Concrete For Liquid Retaining Structures.
6-68-0006 7 Standard specification civil & structural works structural steel 2709
works.
6-68-0008 7 Standard specification civil & structural works miscellaneous steel 2734
works
6-68-0009 5 Standard Specification - Civil & Structural Works - Brick Masonary. 2746
6-68-0012 5 Standard specification civil & structural works demolition and 2755
dismantling.
6-68-0013 4 Standard specification - civil & structural works - miscellaneous 2762
items.
6-68-0014 1 Standard specification civil & structural works precast concrete 2771

Page 9 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-65-0001 4 Abbreviations, legends and equipment symbols. 2777
7-65-0006 5 Cable crossings under road (PVC pipes). 2781
7-65-0007 5 Detail of pipeway bridge spans 3500 & 2000 2782
7-65-0008 4 Pipe sleeve details 2784
7-65-0010 5 Road curves and crossing. 2785
7-65-0011 1 Cross section of road 2786
7-65-0103 4 Pipe culvert for storm water drainage. 2787
7-65-0104 5 Box culvert type I, II, III and IV. 2789
7-65-0106 5 Box culvert type V & VI. 2790
7-65-0211 5 Details of rungs for manholes, valve pits, tanks, etc. 2791
7-65-0212 5 Standard miscellaneous details for manholes. 2792
7-65-0213 5 Conc. bedding and encasement for pipes. 2793
7-65-0219 5 Vents for manholes. 2794
7-65-0230 4 Typical detail of bend pipe for manholes. 2795
7-65-0256 5 Manhole type-6 for depth <= 3m, (ø <= 800). 2796
7-65-0257 5 Manhole type-7 for depth <= 3m, (ø <= 800). 2797
7-65-0260 5 Manhole type-10 for depth < 3m for pipe ø < 500 2798
7-65-0261 6 Manhole type-11for depth < 5m for pipe ø < 800 2799
7-65-0262 5 Manhole type-12 for depth < 5m for pipe ø < 1000 2800
7-65-0263 5 Manhole type-13 for depth ¿ 5m (ø ¿ 800) 2801
7-65-0264 5 Manhole type-14 for depth ¿ 3m for pipe ø ¿ 500 2802
7-65-0266 5 Unit drainage details (equipment drain funnels). 2803
7-65-0267 5 Unit drainage details (O.W.S manhole type-15) (for Ø ¿ 600). 2804
7-65-0268 5 Unit drainage details (for OWS / CRWS manhole type-16) (for pipe 2805
ø <= 500)
7-65-0271 4 Unit drainage details typ. branch connection for C.B.D./O.W.S. 2806
7-65-0272 5 Unit drainage details (rectangular ditch details). 2807
7-65-0274 1 Clean out for OWS & SS 2808
7-65-0308 5 Steps on earthern dykes and road embankments. 2809
7-65-0391 6 Brick masonry compound wall. 2810
7-65-0404 4 RCC pavement details. 2811
7-65-0405 4 Paver brick footpath 2812
7-65-0415 5 Details of anchor sleepers. 2813
7-65-0420 4 Installation details of fire water hydrant. 2814
7-65-0421 3 Installation details of water or water cum foam monitor, long range 2815
foam / water monitor.
7-65-0423 4 Concrete sliding sleeper cast in-situ Type-VI 2816
7-65-0424 5 Concrete sliding sleeper cast in-situ Type-VII 2817
7-65-0425 4 Concrete sliding sleeper cast in-situ Type VIII 2818
7-67-0008 8 Pedestal For Stair/Ladder. 2819
7-75-0051 6 Transformer gate details (upto 6000mm. width) 2820
7-75-0052 5 Transformer gate details (beyond 6000mm. width) 2822
7-75-0054 5 Steel gate (for entrances upto 6.0m width). 2823
B471-046-81-47-SP- 0 GEOTECHICAL DATA FOR LPG MOUNDED BULLETS 2825
0011
B471-00-046-19-41- 0 CONSTRUCTION SUPERVISION AND MANAGEMENT 2840
0001
B471-00-046-19-41- 0 TECHNICAL COMPLIANCE FORMAT-CONSTRUCTION 3109
TC01

Page 10 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
6-81-0113 4 ITP for spray nozzles. 3111
6-81-2006 4 ITP for restriction orifice plates 3115
6-81-2034 3 ITP for solenoid valves 3120
B471-02-42-PDB- 2 PROCESS DESIGN BASIS 3125
046
B471-046-02-42-DS- 0 NEW LPG ROAD LOADING PUMPS 3142
1601
B471-046-02-42-DS- 0 LPG MOUNDED STORAGE 3144
1701
B471-046-02-DS- 0 PRESSURE INSTRUMENT 3147
2024
B471-046-02-DS- 0 PRESSURE INSTRUMENT 3148
2025
B471-046-02-DS- 0 PRESSURE INSTRUMENT 3151
2026
B471-046-02-DS- 1 PRESSURE INSTRUMENT 3153
2051
B471-046-02-DS- 0 PRESSURE INSTRUMENT 3154
2052
B471-046-02-DS- 0 TEMPERATURE INSTRUMENT 3155
2124
B471-046-02-DS- 0 TEMPERATURE INSTRUMENT 3156
2152
B471-046-02-DS- 0 LEVEL INSTRUMENT 3157
2224
B471-046-02-DS- 0 LEVEL INSTRUMENT 3159
2225
B471-046-02-DS- 0 LEVEL INSTRUMENT 3160
2293
B471-046-02-DS- 1 FLOW INSTRUMENT 3161
2324
B471-046-02-DS- 1 FLOW INSTRUMENT 3162
2325
B471-046-02-DS- 1 FLOW INSTRUMENT 3164
2326
B471-046-02-DS- 1 FLOW INSTRUMENT 3165
2351
B471-046-02-DS- 1 FLOW INSTRUMENT 3166
2352
B471-046-02-DS- 0 SHUTDOWN VALVE 3168
2424
B471-046-02-DS- 0 CONTROL VALVE 3170
2425
B471-046-02-DS- 1 CONTROL VALVE 3171
2426
B471-046-02-DS- 1 SAFETY VALVE 3172
2524
B471-046-02-DS- 1 SAFETY VALVE 3177
2525
B471-046-02-DS- 0 GAS DETECTOR 3178
2724
B471-046-02-DS- 0 GAS DETECTOR 3198
2725
B471-046-2-42-LS- 1 LINE LIST 3201
1100

Page 11 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B471-046-2-42-MDX- 1 PRECOMMISSIONING & COMMISSIONING TECH 3215
1001 SPECIFICATIONS & PHILOSOPHY
B471-046-2-42-PD- 0 PROCESS DESCRIPTION & CONTROL PHILOSOPHY 3252
1001
B471-046-2-42-PID- 2 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 3257
1124
B471-046-2-42-PID- 2 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 3258
1125
B471-046-2-42-PID- 2 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 3259
1126
B471-046-2-42-PID- 0 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 3260
1127
B471-046-2-42-PID- 1 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 3261
1128
B471-046-2-42-PID- 2 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 3262
1151
B471-046-2-42-PID- 1 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 3263
1152
B471-046-2-42-PID- 0 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 3264
1191
B471-046-2-42-PID- 0 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 3265
1192
B471-046-2-42-PID- 0 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 3266
1193
B471-046-16-50-LL- A LIST OF ATTACHMENTS 3267
6001
B471-000-16-50-DB- A ELECTRICAL DESIGN BASIS 3273
01
B471-046-16-50-SW- A SCOPE OF WORK 3301
6001
B471-046-16-50-SP- A JOB SPECIFICATION (ELECTRICAL) 3576
6001
B471-046-16-50-SP- A JOB SPECIFICATION (ELECTRICAL HEAT TRACING) 3589
6002
B471-000-16-50- A KEY SINGLE LINE DIAGRAM 3596
1001
B471-046-16-50-DS- A DATA SHEET OF MV SWITCHBOARD B471-046-16-50-DS-6001 3597
6001
B471-046-16-50-DS- A DATA SHEET OF MV INDUCTION MOTOR B471-046-16-50-DS- 3602
6002 6002
B471-046-16-50-DS- A DATA SHEET OF MOV B448-046-16-50-DS-6003 3605
6003
B471-046-16-50-DS- A DATA SHEET OF LT CAPACITOR BANK 3607
6004
B471-046-16-50-DS- A DATA SHEET OF MOV DB B471-046-16-50-DS-6005 3610
6005
B471-046-16-50-DS- A DATA SHEET OF MV CABLE 3612
6006
B471-046-16-50-DS- A DATA SHEET OF LIGHTING TRANSFORMER 3614
6007
B471-046-16-50-DS- A DATA SHEET OF EHT SYSTEM 3618
6008
B471-046-16-50-DS- A DATA SHEET OF FA/COMMUNICATION CABLE 3621
6009
B471-046-16-50-DS- A DATA SHEET OF FLP PP/LP 3623
6010

Page 12 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B471-046-16-50-DS- A DATA SHEET OF FLP TELEPHONE 3625
6011
B471-046-16-50-DS- A LIGHTING FIXTURE SCHEDULE 3626
6012
B471-046-16-50-DS- A HARDWARE DATASHEET 3637
6013
B471-046-16-50-OD- A VENDOR LIST (ELECTRICAL) 3642
6001
B471-046-16-50-VR- A VENDOR DATA REQUIREMENTS 3679
6001
B471-046-16-50-LL- A TECHNICAL CONFIRMATION LIST 3685
6002
B471-000-16-50- A OVERALL CABLE LAYOUT 3690
01010
6-51-0005 6 Specification for annunciation panel. 3691
6-51-0006 6 Specification for flameproof control stations. 3702
6-51-0008 6 Specification for flameproof lighting and power panels 3712
6-51-0012 5 Specification for MV switchboards fixed type for package 3719
equipment
6-51-0014 6 Specification for industrial type control stations. 3728
6-51-0017 7 Specification for UPS system. 3737
6-51-0018 5 Specification for M.V. Switchboard. 3757
6-51-0021 6 Specification for flameproof plugs, sockets & hand lamps. 3774
6-51-0042 5 Specification for dry type lighting transformer. 3782
6-51-0051 8 Specification for medium and high voltage cables & accessories. 3789
6-51-0052 7 Specification for communication and fire alarm cables. 3799
6-51-0055 3 Specification for numerical relays & substation automation system 3810
6-51-0061 6 Specification for hazardous area light fixtures and junction boxes 3827
6-51-0064 2 Specification for energy efficient medium voltage induction motors 3835
6-51-0071 5 Specification for flame proof telephones & accessories. 3847
6-51-0076 6 Specification for fire detection and alarm system. 3854
6-51-0081 5 Specification for electrical equipment installation. 3881
6-51-0082 5 Specification for cable installation. 3897
6-51-0083 6 Specification for lighting installation. 3908
6-51-0084 5 Specifications for earthing installation. 3921
6-51-0087 4 Specification for field inspection, testing and commissioning of 3929
electrical installations
6-51-0091 5 Specification for electrical motor operated valve actuators. 3937
6-51-0093 5 Specification for electrics of package equipment. 3947
6-51-0095 5 Specification for electric surface heating system. 3957
6-51-0099 7 Design philosophy for electrical facilities. 3970
7-51-0101 5 Typical earth electrode for earthing system. 4002
7-51-0102 8 Typical earth electrode in test pit. 4003
7-51-0103 7 Typical earth plate and fixing details. 4004
7-51-0104 6 Typical arrangement for earthing of motor 4005
7-51-0105 7 Typical arrangement for earthing of transformer. 4006
7-51-0106 6 Typical earth connection for push button station. 4007
7-51-0107 6 Typical earth connection for lighting pole. 4008
7-51-0108 7 Typical earthing of tanks, vessel and spheres. 4009
7-51-0109 5 Typical arrangement for earthing of overhead cable tray and 4011
electric motor.

Page 13 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-51-0111 5 Typical earthing arrangement for process equipment. 4012
7-51-0112 5 Earthing/bonding of pipes and pipe racks (in hazardous area). 4013
7-51-0116 8 Equipment earthing schedule. 4015
7-51-0117 6 Typical details of directly buried earth electrode. 4016
7-51-0201 6 Typical installation of lighting fixture at ground level. 4017
7-51-0202 6 Typical installation of lighting fixture on platform. 4018
7-51-0205 6 Typical installation of flood light fixtures (two) mounted on pole. 4019
7-51-0207 6 Typical installation of street lighting fixture. 4021
7-51-0208 7 Typical Marshalling box details for lighting poles. 4023
7-51-0209 6 General arrangement for floodlight mast. 4024
7-51-0214 5 Typical installation of recessed mounted or below false ceiling 4025
mounted lighting fixture.
7-51-0223 5 Typical installation of flood light fixture. 4026
7-51-0225 5 Typical installation of flame proof lighting / power panel. 4027
7-51-0226 5 Typical installation of lighting / power panel wall (surface) 4028
mounted.
7-51-0229 5 Typical installation details of lighting fixture mounting in concealed 4029
conduit system.
7-51-0234 1 Typical Installation of Street Lighting Fixture with Precast 4030
Foundation
7-51-0235 1 Typical Installation of Two No. Flood Light Fixture on Pole with 4032
Precast Foundation
7-51-0303 6 Typical section of RCC cable trench. 4034
7-51-0306 5 Installation details for control station on structural channel in paved 4035
area.
7-51-0307 5 Installation details for control station on concrete/ steel column in 4036
paved area.
7-51-0308 5 Installation details for control station on structural channel in 4037
unpaved areas.
7-51-0311 5 Connection details for vertical motor and control station (cable 4038
below ground).
7-51-0312 5 Connection details for horizontal motor and control station (cable 4039
below ground).
7-51-0313 5 Connection details for horizontal motor (cable below ground). 4040
7-51-0314 5 Connection details for motor and control station (cable in tray). 4041
7-51-0315 5 Installation details for socket/ receptacle mounted on wall/ column 4042
(cable below ground).
7-51-0316 5 Installation details for socket/ receptacle mounted on column 4043
(cable in tray).
7-51-0322 4 Details of ERC below grade level. 4044
7-51-0323 5 Cable termination for motors (Cable dropping from overhead trays) 4045
7-51-0324 5 Cable termination for motors Cable dropping along column (for HV 4046
/ MV Motors)
7-51-0325 5 Cable termination for motors (Cable laid in trench) 4047
7-51-0326 5 Arrangement for termination of cables laid in trench (for HV/MV 4048
motors)
7-51-0332 3 Safety measures for electrical installations during construction 4049
7-51-0333 4 Details for hot dip galvanized ladder type cable trays 4051
7-51-0335 4 Typ. installation details of electrical panels on false flooring 4054
7-51-0336 4 Typ. Inst.details of electrical panels on cable trench 4055
6-81-1006 4 ITP for flameproof control stations 4057
6-81-1008 3 ITP for flameproof lighting and power panels 4062

Page 14 of 4396
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
6-81-1012 3 ITP for MV fixed type switch board for package equipment 4067
6-81-1018 4 ITP for MV switchboards 4072
6-81-1021 3 ITP for flameproof plugs, sockets and hand lamps 4078
6-81-1042 3 ITP for dry type lighting transformer 4083
6-81-1051 4 ITP for MV & HV cables & accessories 4089
6-81-1052 4 ITP for communication & fire alarm cables 4095
6-81-1055 3 ITP for numerical relays 4102
6-81-1061 4 ITP for hazardous area lighting fixture & junction boxes 4108
6-81-1064 0 Inspection and test plan for energy efficient medium voltage 4113
motors
6-81-1071 3 ITP for flameproof telephone system 4119
6-81-1076 4 ITP for fire detection & alarm system 4124
6-81-1091 3 ITP for electrical motor operated valve actuators 4130
6-81-1097 0 Inspection and test plan for electrical heat tracer 4136
B471-046-6-45-CPS- 0 CP SYSTEM SPECIFICATION for Bullets T-6001 4142
01
B471-046-06-45- A VENDOR DATA REQUIRMENT for T-6001 4216
VDR-6001
B471-000-06-41- 0 Specification for Protective Coating System 4220
PCS-0001
B471-000-06-41- 0 Specification for Protective Coating System 4276
PCS-0002
B471-000-06-41- 0 Welding Specification Chart 4282
WSC-0002
B471-000-06-41- 0 Welding Specification 4289
WSP-0001
B471-000-06-41- 0 Chemical Cleaning Specification 4299
CCS-0001
6-45-0031 0 Specification for cathodic protection system for mounded bullets 4308
6-45-0057 0 Specification for installation, pre-commissioning, testing and 4319
commissioning of cathodic protection system for mounded bullets
B471-000-16-54-DB- 0 SITE SPECIFIC SEISMIC SPECTRA 4335
0001
B471-046-27-44-A- A PLANNING INPUTS 4341
001

Page 15 of 4396
GAIL (INDIA) LIMITED

BIDDING DOCUMENT NO. SM/B471-046-MA-T-6001/1001


GAIL E-TENDER NO.: 8000019361

BIDDING DOCUMENT FOR

MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF


TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF
M/S GAIL (I) LIMITED

(COMMERCIAL PART)

Prepared & Issued by:

Page 16 of 4396
MASTER INDEX
(BIDDING DOCUMENT NO.: SM/471-046-MA-T-6001/1001)
E-TENDER NO: 8000019361
Volume – I
S. NO. DESCRIPTION

1. COVER PAGE

2. MASTER INDEX

3. SECTION- I: INVITATION FOR BID (IFB)

4. SECTION-II: EVALUATION METHODOLOGY

5. SECTION-III: INSTRUCTIONS TO BIDDERS (ITB),BDS AND ANNEXURES

6. FORMS & FORMAT

7. SECTION-IV : GCC (GOODS)

8. SECTION-V: SPECIAL CONDITIONS OF CONTRACT (SCC)

9. ANNEXURES TO SCC

10. SECTION-VI : SCHEDULE OF PRICE

11. SECTION-VII: TECHNICAL

Page 17 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL(I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

MODEL DOCUMENT
COVERING IFB, ITB,
FORMS & FORMATS
FOR PROCUREMENT OF WORKS- DOMESTIC
(Rev. 2)
(w.e.f. 12.07.2021)

Page 18 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-I

INVITATION FOR BID


(IFB , Rev-02)

-2-

Page 19 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
SECTION-I

"INVITATION FOR BID (IFB) , Rev-02”

Ref No: SM/B471-046-MA-T-6001/1001 Date: 18.02.2022

To,

PROSPECTIVE BIDDERS

SUB: TENDER DOCUMENT FOR MOUNDED BULLETS (SITE FABRICATED) FOR


SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF M/S
GAIL(I) LIMITED ON OPEN DOMESTIC COMPETITIVE BIDDING BASIS.

Dear Sir/Madam,

1.0 GAIL (India) Limited[having registered office at 16, Bhikaji Cama Place, New
Delhi 110066 CIN No. L40200DL1984GOI018976], the largest state-owned natural
gas processing and distribution company and the Maharatna, invites bids from bidders
for the subject job/works, in complete accordance with the following details and
enclosed Tender Documents.

2.0 The brief details of the tender are as under:


Mounded bullets (site fabricated) for setting up of two LPG Bullets at
Gandhar LPG Plant premises of M/s GAIL
Brief scope of Work
Residual design & engineering, procurement of materials, fabrication, erection,
inspection, testing, post-weld heat-treatment, coating/ painting, cathodic protection
system, fire proofing including piping works, necessary civil works,
instrumentation, providing fire fighting facilities including spray system and supply
of the mounded bullet system on Turnkey basis for 2 numbers mounded LPG
Bullets.

Broad parameters for above Equipments are as below:

2 nos. LPG Bullets (6 M I/D x 22 M TL to TL), 28M overall length


NAME OF
WORK / BRIEF Minimum Thickness Per
(A) (mm) after forming equipment
SCOPE OF Design Design
WORK/JOB Fabricated Material of
Pressure Temp. Heads
Weight Construction
(Kg/cm2g) (ºC) Shell (Hemi- (MT)
spherical) Approx.
Shell / Heads:
22 (min)
14.5 55/-27 36 220 SA 516 Gr. 60
24 (nom)
(Impact Tested)

Definition of Bidder: Responsible for quoting the complete mounded


bullets along with associated systems, owning overall single point
responsibility for execution & completion of total job.
-3-

Page 20 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
TENDER NO. &
(B) SM/B471-046-MA-T-6001/1001 Dated 18.02.2022
DATE

TYPE OF SINGLE BID


(C) BIDDING SYSTEM
SYSTEM TWO BID
SYSTEM 

E-TENDER

TYPE OF MANUAL
(D)
TENDER

GAIL E-TENDER NO: 8000019361

COMPLETION/ 14 (Fourteen) Months from the date of Fax Of Acceptance for Mechanical
(E) CONTRACT Completion and thereafter 2 (two) Months for Pre Commissioning /
PERIOD Commissioning

APPLICABLE Amount: INR 46,30,000 /-


 (INR Forty Six Lakh Thirty
BID SECURITY /
EARNEST NOT APPLICABLE Thousand Only)
(F)
MONEY (Refer Clause No.16 of
DEPOSIT (EMD) Section-III of ITB & Clause M
(iv) of Section-II of ITB)

From 18.02.2022 (1700 Hrs, IST) to 16.03.2022 (1400 Hrs, IST) on


following websites:
AVAILABILITY
OF TENDER (i) GAIL’s Tender Website – www.gailtenders.in
(G)
DOCUMENT ON (ii) Govt. CPP Portal - https://eprocure.gov.in
WEBSITE(S) (iii) GAIL’s e-Procurement Portal (e-Portal)-
https://etender.gail.co.in
(iv) EIL Tender Portal : https://tenders.eil.co.in

Date : 02.03.2022
Time : 1100 HRS (IST)

Venue: Through video conferencing (WebEx) as per details mentioned


below:
DATE, TIME &
(H) VENUE OF PRE-
WebEx Details
BID MEETING
WebEx URL:
https://eil1.webex.com/eil1/j.php?MTID=m8544ad1fad4d0c5a4041e9d8335a95b2

WebEx Meeting Password : 12345

-4-

Page 21 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Date : 25.02.2022
Time : 11:00 HRS (IST)
Location : GAS PROCESSING UNIT ,GAIL,GANDHAR,GUJARAT

Contact Person :
(I) SITE VISIT
1. SHRI ARINDAM DAS, GM (OPERATIONS)
Contact Details: 9426880684 / 7086023407 / arindamdas@gail.co.in

2. CE BAUSKAR, DGM(OIC Cell)


Contact Details : 9428511032 / ce.bauskar@gail.co.in

DUE DATE &


TIME OF BID- Date : 16.03.2022
(J) SUBMISSION Time : 1400 HRS (IST)
(ON OR
BEFORE)

Date : 16.03.2022
DATE AND
Time : 1500 HRS (IST)
TIME OF UN-
(K)
PRICED BID
Venue : Through Video Conferencing. Link for Video Conferencing shall
OPENING
be intimated before un-priced bid opening.

a) Name : Ms. Sunita Mitra


Designation: Sr. General Manager (SCM – C&P)
First Floor, Engineers India Bhawan, 1, Bhikaji Cama Place,
CONTACT New Delhi – 110066
DETAILS OF Phone No.: +91-11-2676 3504
(L) TENDER E-mail : s.mitra@eil.co.in
DEALING
OFFICER b) Name : Mr. Manoj Kumar / Mr. Ranjit Vunna
Phone No. : +91-11-2676 3169 / 2239
E-mail : manoj.kumar.pur@eil.co.in / ranjit.vunna@eil.co.in

DEALING Mr. Rajesh Kumar Jha - General Manager (PC-CO)


GAIL Bhawan
(M) GAIL’S OFFICE
ADDRESS 16, Bhikaji Cama Place, R.K.Puram
New Delhi – 110066

In case of the days specified above happens to be a holiday in GAIL, the next working day
shall be implied.

3.0 Bids must be submitted strictly in accordance with Clause No. 11 of ITB (Section-III)
depending upon Type of Tender [refer Clause no. 2.0 (D) above]. The IFB is an integral
and inseparable part of the bidding document.

-5-

Page 22 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
4.0 In case of E-Tender, bid must be submitted only on https://etender.gail.co.in. Further, the
following documents in addition to uploading the bid on GAIL’s e-tendering website shall
also be submitted in Original (in physical form) within 7 (seven) days from the bid due
date provided the scanned copies of the same have been uploaded in e-tender by the bidder
along with e-bid within the due date and time to the address mentioned in Bidding Data
Sheet(BDS) [Annexure-IV to Section-III]:-

i) EMD / Bid Security


ii) Power of Attorney
iii) Integrity Pact
iv) Affidavit /Undertaking for Domestically Manufactured Iron & Steel Policy

Note :For submission of above documents in original, bidder shall also refer Clause
“M” of section-II of ITB.

5.0 Bidder(s) are advised to quote strictly as per terms and conditions of the tender documents
and not to stipulate any deviations/exceptions.

6.0 Any bidder, who meets the Bid Evaluation Criteria (BEC) and wishes to quote against
this Tender Document, may download the complete Tender Document along with its
amendment(s) if any from websites as mentioned at 2.0 (G) of IFB and submit their Bid
complete in all respect as per terms & conditions of Tender Document on or before the
Due Date & Time of Bid Submission.

7.0 Bid(s) received from bidders to whom tender/information regarding this Tender
Document has been issued as well as offers received from the bidder(s) by downloading
Tender Document from above mentioned website(s) shall be taken into consideration for
evaluation & award provided that the Bidder is found responsive subject to provisions
contained in Clause No. 2 of ITB (Section-III).

The Tender Document calls for offers on single point “Sole Bidder” responsibility basis
(except where JV/Consortium bid is allowed pursuant to clause no. 3.0 of ITB) and in
total compliance of Scope of Works as specified in Tender Document.

8.0 Any revision, clarification, corrigendum, time extension, etc. to this Tender Document
will be hosted on the above mentioned website(s) only. Bidders are requested to visit the
website regularly to keep themselves updated. In case of manual tendering,
Clarification(s)/Corrigendum(s), if any, shall be sent to the prospective bidder(s) by
email/post.

9.0 All bidders including those who are not willing to submit their bid are required to submit
F-6 (Acknowledgement cum Consent letter) duly filled within 7 days from date of
receipt of tender information.

10.0 The subject enquiry is issued on domestic basis. Hence, as per provisions of PPLC
policy, only Class-I local supplier and Class-II local supplier (for definition, refer Policy
provisions) shall be eligible to bid for this enquiry. However, Purchase Preference shall
be applicable only to Class-I Local Supplier

-6-

Page 23 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
11.0 Registration of supplier on Government e-Marketplace (GeM):

Government of India has introduced an online procurement portal – ‘Government e-


Marketplace (GeM)’ with the aim to transform the way in which public procurement of
goods and services is done by the Government Ministries/Departments, PSUs,
autonomous bodies etc. GeM aims to enhance transparency, efficiency and speed in
public procurement.
GAIL (India) Ltd. is already registered on GeM as Buyer and have started procurement
through GeM.

(i) Sellers providing Goods and Services are required to register on GeM and obtain
a unique GeM Seller ID, and provide the Seller ID in bid or before placement of
Purchase order/ Letter of Acceptance.

(ii) Seller ID is to be incorporated in every Purchase Order/ Letter of Acceptance


issued by GAIL.

12.0 SAP generated Request for Quotation (RFQ), if any shall also form an integral part of the
Tender Document.
.

This is not an Order.

For & on behalf of


GAIL (India) Limited

(Authorized Signatory)
Name : Ms. Sunita Mitra
Designation: Sr. General Manager (SCM – C&P)
Engineers India Limited, New Delhi.
E-mail ID : s.mitra@eil.co.in
Contact No. : 011 2676 3504

-7-

Page 24 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
DO NOT OPEN - THIS IS A QUOTATION

Tender Document No. : SM/B471-046-MA-T-6001/1001

E-Tender No. : 8000019361

Description : MOUNDED BULLETS (SITE FABRICATED) FOR SETTING


UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT
PREMISES OF M/S GAIL (I) LIMITED.

Due Date& Time : 16.03.2022 & 1400 Hrs (IST)

From: To:

…………………………………… Ms. Sunita Mitra- Sr.GM (SCM)

…………………………………… Engineers India Limited,

EI Bhawan, 1st Floor,

1, Bhikaiji Cama Place,

New Delhi-110066, India

Contact No. 011-2676-3504 / 2239

(To be pasted on the envelope containing Original Power of Attorney, Original


Integrity Pact, Original EMD / Bid Security , Original Affidavit / Self-Certificate for
Domestically Manufactured Iron & Steel Policy)

=======================================

-8-

Page 25 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-II

BID EVALUATION
CRITERIA
&
EVALUATION
METHODOLOGY

-9-

Page 26 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-II

BID EVALUATION CRITERIA & EVALUATION METHODOLOGY

A. TECHNICAL CRITERIA :

1.1(a) Bidder, must have executed during the last TEN (10) years, reckoned from bid due date at
least one job in Hydrocarbon sector / Refinery / Petrochemical plant / Fertilizer plant /
Gas processing plants / Marketing LPG Terminals as Single Point Responsibility Vendor
(SPRV) of Mounded Bullets System involving minimum one or more mounded storage
bullets, where the scope of work must have included supply, fabrication, construction and
hydro-test of the complete system.

1.1(b) Bidder, must have fabricated during the last TEN (10) years, reckoned from bid due date,
at least one Column /Reactor /Bullet/Sphere of not less than 3.6 M diameter with material
of construction as Boiler Quality Carbon Steel (BQCS) of thickness not less than 21.6
mm thick.

1.2 In case Bidder, on his own, does not meet the criteria specified in clause “A” 1.1(b)
above, but meets the criteria in clause “A” 1.1.(a) above in terms of SPRV and other
connected works etc., bidder can still be qualified provided:

i) The bidder engages a sub- contractor/vendor who meets the criteria specified in
clause “A” 1.1(b) above.

Note: Sub-contractor/vendor shall not be on EIL/GAIL holiday list during bidding


(as on bid due date).

ii) The bidder furnishes along with the bid, a MOU / Letter of Agreement / Letter of
Consent with the proposed sub- contractor/vendor and shall not change thereafter.
This agreement / MOU / Letter of consent must remain valid in force at least till
pendency of contract.

iii) Bidder shall guarantee the package as SPRV.

1.3 In case, the bidder, on his own, does not meet the criteria specified in cl. “A” 1.1 above
and are quoting based on the experience of Foreign based another company (Supporting
Company*), then bidder can still be qualified provided:

(i) The supporting company on its own meets the criteria specified in clause “A” 1.1
above and should not rely on any other company or through any other arrangement
like Technical collaboration agreement. If the supporting company doesn’t meet the
criteria specified in clause “A” 1.1(b) above, then bidder can be qualified based on
provision stipulated at clause “A” 1.2 above

(ii) As a minimum, the bidder and their Supporting Company shall furnish a scope
division matrix for this job in line with clause (b) of Appendix-A1 to Section-II of
tender document along with the bid.

- 10 -

Page 27 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
1.4* Eligibility Criteria in case bid is submitted on the basis of technical experience of
FOREIGN BASED ANOTHER COMPANY (SUPPORTING COMPANY) which holds
more than fifty percent of the paid up share capital of the bidder company or vice versa:

Offers of those bidders (not under consortium arrangement) who themselves do not meet
the technical experience criteria as stipulated in the BEC and are quoting based on the
experience of Foreign based another company (Supporting Company) can also be
considered. In such case the supporting company should hold more than fifty percent of
the paid up share capital of the bidding company or vice versa.
Credential of Supporting company from a country which shares a land border with India
will only be considered if they are registered with the Competent Authority as on bid due
date, specified in Annexure I of Order (Public Procurement No. 1) dated 23.07.2020 of
Department of Expenditure.

However, the supporting company should on its own meet the technical experience as
stipulated in the BEC and should not rely on any other company or through any other
arrangement like Technical collaboration agreement.
In that case as the bidding company is dependent upon the technical experience of
another company with a view to ensure commitment and involvement of the companies
involved for successful execution of the contract, the participating bidder should enclose
the following Agreements/ Guarantees/ Undertakings along with the techno-commercial
bid:

(i) An Agreement (as per format enclosed at Appendix- A1 to Section II) between the
bidder and the supporting company.

(ii) Guarantee (as per format enclosed at Appendix- A2 to Section II) by the supporting
company to GAIL for fulfilling the obligation under the Agreement along with
certificate issued by Company Secretary as per Appendix- A2A to Section II.

(iii)Registration of Supporting company with the Competent Authority as on bid due


date, specified in Annexure I of Order (Public Procurement No. 1) dated 23.07.2020
of Department of Expenditure.

(iv) Undertaking by Supporting Company to provide a Performance Bank Guarantee (as


per format and instructions enclosed at Appendix- A3 to Section II), equivalent to
50% of the value of the PBG which is to be submitted by the bidding company, in
case of being the successful bidder.

In cases where foreign based supporting company does not have Permanent
Establishment in India as per Indian Income Tax Act, the bidding company can
furnish Performance Bank Guarantee for an amount which is sum of PBG amount to
be submitted by the bidder and additional PBG amount required to be submitted by
the supporting company subject to the condition that supporting company have 100%
paid up equity share capital of the bidder either directly or through intermediate
subsidiaries or vice versa.
In such case bidding company shall furnish an undertaking that their foreign based
supporting company is not having any Permanent Establishment in India in terms of
Income Tax Act of India.
- 11 -

Page 28 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

(v) Undertaking from the supporting company to the effect that in addition to invoking
the PBG submitted by the bidding company, the PBG provided by supporting
company shall be invoked by GAIL due to non-performance of the bidding company.

Notes to Supporting Company:

a) In case Supporting Company fails to submit Bank Guarantee as per (iv) above, bidder
shall be put on watch list/holiday/banning list.
b) The Financial BEC of tender is to be met by bidder on their own.
c) The Supporting Company shall meet conditions of ‘Eligible Bidder’, as per clause no.
2 of Section-III (ITB).
d) The clause J as below shall be applicable to above supporting company also.

Notes: The Supporting Company shall not be on EIL/ GAIL holiday list during bidding
(as on bid due date).Further , the supporting company should also comply the provisions
of “Procurement from a bidder which shares a land border with India”

1.5 For qualification of a bidder for mounded bullet system , Clause “A” 1.1 & “A” 1.2 Or
“A” 1.1, “A” 1.2 & “A” 1.3 shall be read in conjunction.

1.6 A Job executed by a Bidder for its own plant/project cannot be considered as experience
for the purpose of meeting BEC of this Tender Document. However, jobs executed for
Subsidary / Fellow subsidiary / Holding company will be considered as experience for the
purpose of meeting BEC, subject to submission of tax paid invoice (s) duly certified by
Statutory Auditor of the Bidder towards payments of statutory tax in support of the job
executed for Subsidiary/Fellow subsidiary /Holding company . Such Bidders to submit
these documents in addition to the documents specified to meet BEC.

B. FINANCIAL CRITERIA

(i) ANNUAL TURNOVER:

The minimum annual turnover of the bidder as per the audited annual financial
statement in any one of the three preceding financial years shall be INR 20,49,00,000/-
(Indian Rupees Twenty Crore Forty Nine Lakh Only)
(ii) NETWORTH:

Net worth of the bidder should be positive as per the audited annual financial statement
of immediate preceding financial year.

(iii) WORKING CAPITAL:

The minimum working capital of the bidder as per the audited annual financial statement
of immediate preceding financial year shall be INR 4,10,00,000/- (Indian Rupees Four
Crore Ten Lakh Only)

- 12 -

Page 29 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

Note:
(i) Annual Turnover, Net worth and Working Capital shall be calculated as per
Format (F-10) provided in the Tender document.

(ii) If the bidder’s working capital is negative or inadequate, the bidder shall submit a
letter from their bank having net worth not less than Rs.100 crores (or equivalent
in USD), confirming the availability of line of credit for working capital amount
mentioned herein above. The line of credit letter from bank to be submitted
strictly as per format at F-9.

Declaration Letter/Certificate for line of credit due to short fall of working capital
shall be from single bank only. Letters from multiple banks shall not be
applicable.However, banking syndicate will also be acceptable wherein a group
of banks can jointly provide line of credit to the bidder.

(iii) Annual Turnover: Preceding 3 financial years mentioned in aforesaid BEC refer
to immediate 3 preceding financial years wherever the closing date of the bid is
after 30th November . of the relevant financial year. In case the tenders having the
due date for submission of bid up to 30th November of the relevant financial year,
and audited financial results of the immediate 3 preceding financial years are not
available, the audited financial results of the 3 years immediately prior to that will
be considered. Further, in case bidder is meeting the Annual Turnover criteria of
BEC based on Audited Financial Statement of any one of the preceding 3
financial years (as mentioned above), the same shall suffice and bidder may
submit format F-10 accordingly.

(iv) Net Worth/Working Capital: Immediate preceding financial year mentioned in


aforesaid BEC refer to audited financial results for the immediate preceding
financial year wherever the closing date of the bid is after 30th November. of the
relevant financial year. In case the tenders having the due date for submission of
bid up to 30th November of the relevant financial year, and audited financial
results of the immediate preceding financial year is not available, in such case the
audited financial results of the year immediately prior to that year will be
considered. Bidder is to submit Audited Financial Statement of immediate
preceding financial years (as mentioned above) along with format F-10
accordingly for Networth / Working Capital.

C. Exchange rate for Conversion of Currency for evaluation of documents submitted by


bidders for BEC which are in other currency than specified in BEC shall be as follows:

(a) BEC (Financial Criteria):


(i) For Annual Turnover:
The average of Bill Selling (foreign exchange) Rate of State Bank of India
as prevailing on the First date and Last date of the respective Financial
Year.

(ii) For Net-Worth & Working Capital:


The Bill Selling (foreign exchange) Rate of State Bank of India as

- 13 -

Page 30 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
prevailing on the Last date of the respective Financial Year.

(b) In case, the SBI Selling rate is not available as on the date of conversion as
specified above for respective cases, the exchange rate for conversion of currency
shall be taken from the internet, such as:
https://www.xe.com/currencyconverter
https://economictimes.indiatimes.com/markets/forex/currency-converter
https://www.oanda.com/currency/converter

D. Only documents (Purchase Order, Inspection release note (IRN) / Completion


certificate etc.) which have been referred/ specified in the bid shall be considered in
reply to queries, if any , during evaluation of Bids.

Any shortfall information / documents on the Audited Annual Report / Financial


Statement of the Bidder and/or line of credit for working capital issued on or before
the final bid due date can only be sought against Commercial queries (CQs). Any
information/ documents issued post final bid due date shall not be considered for
evaluation.

E. RELAXATION OF PRIOR TURNOVER AND PRIOR EXPERIENCE FOR


STARTUPS (AS DEFINED IN GAZETTE NOTIFICATION NO. D.L-33004/99
DATED 18.02.2016 AND 23.05.2017 OF MINISTRY OF COMMERCE AND
INDUSTRY), AS AMENDMED TIME TO TIME – NOT APPLICABLE

F. DOCUMENTS TO BE SUBMITTED FOR COMPLIANCE TO BEC

BEC Description Documents required for qualification


Clause No.
A Documents required – Technical Criteria
A 1.1 to Experience a) Details of past experience in Clause A 1.1
A 1.5 & A 1.2 as applicable shall be submitted
with bid along with documentary evidence
as per format Annexure – I & II to section-
II of this ITB, together with all back-up
documents specified therein, duly
authenticated as required.

Copy of MOU/ Letter of consent with the


proposed Bullet Fabricator / Vendor
mentioning the validity of same.

b) Documentary evidence like copies of


Purchase Order / Work Order , GA drg.,
Completion Certificate / Inspection release
note (IRN) etc., towards meeting PTR
requirements {as per A 1.1, A 1.2 , A1.3
above}, based on which qualification is
sought.

- 14 -

Page 31 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

c) General Reference List for the proposed


equipment.

d) In case qualification is sought as per Clause


A 1.3, bidder shall also submit the
documents specified therein, in addition to
above clauses (a) to (c).
A 1.6 Jobs Executed Tax paid invoice(s) duly certified by statutory
for auditor of the bidder towards payments of
subsidiary/ statutory tax in support of the job executed for
Fellow subsidiary/ Fellow subsidiary/ Holding
Subsidiary/ company.
Holding
Company
B Documents required – Financial Criteria
B (i) Annual Turn- Bidder(s) shall submit copy of Audited Annual
over Financial Statement [including Auditor’s
Report, Balance Sheets, Profit and Loss
Accounts statements, Notes & schedules etc.]
of three (3) immediate preceding Financial
Year(s) along with un-price bid.
However, in case bidder is meeting the Annual
Turnover criteria of BEC based on Audited
Financial Statement of any one of the preceding
3 financial years, the same shall suffice.
B (ii) Net Worth Bidder(s) shall submit copy of Audited Annual
Financial Statement [including Auditor‘s
Report, Balance Sheets, Profit and Loss
Accounts statements, Notes & schedules etc.]
of immediate preceding financial Year along
with un-priced bid.
B (iii) Working Capital Bidder(s) shall submit copy of Audited Annual
Financial Statement [including Auditor‘s
Report, Balance Sheets, Profit and Loss
Accounts statements, Notes & schedules etc.]
of immediate preceding financial Year along
with un-priced bid.
If the bidder’s working capital is negative or
inadequate, the bidder shall submit a letter from
the bidder’s bank [as per Format] having net
worth not less than Rs 100 Crore(or equivalent
USD), confirming the availability of the line of
credit for working capital amount as per Clause
“B”-iii,Such letter shall be from single bank
only. However, banking syndicate will also be
acceptable wherein a group of bank can jointly
provide line of credit to the bidder.
(Refer F-9 for format for certificate from bank
if bidder’s working capital is inadequate).

- 15 -

Page 32 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

Bidder shall furnish the duly filled and signed Check list for submission of
documents for qualification for Bid Evaluation Criteria (BEC) as per format F-8
(B).

G. AUTHENTICATION OF DOCUMENTS TO BE SUBMITTED IN SUPPORT OF


BEC:

(i) Technical Criteria of BEC:

All documents in support of Technical Criteria of BEC to be furnished by the


Bidder shall necessarily be duly certified/ attested by Chartered Engineer and
Notary Public with legible stamp.

(ii) Financial Criteria of BEC:

Bidder shall submit “Details of financial capability of Bidder” in prescribed


format (F-10) duly signed and stamped by a chartered accountant/ Certified
Public Accountant (CPA).

Further, copy of audited annual financial statements submitted in bid shall be


duly certified/ attested by Notary Public with legible stamp.

H. Apart from above, Bidder must submit all other relevant documents/ information as
specified in the Scope of Work/SCC for Technical Evaluation of bid or specified
elsewhere in the Tender Document, towards proof of its responsiveness.

I. Bidder should have minimum prescribed domestic value addition requirement in


line with the Domestically Manufactured Iron & Steel Policy (DMI&SP) for the
Iron & Steel products involved in execution of the contract. Bidder shall submit
affidavit from the domestic manufacturers of such Iron & Steel products as per the
Form -1 enclosed with the policy document (Refer Annexure-VI to SECTION-III).

A bidder who is not manufacturer of Iron & Steel products and is unable to submit the
affidavit from domestic manufacturers at bidding stage, such bidder can submit the
affidavit issued by domestic manufacturers after placement of order. In this case Bidder
along with his Bid shall submit an undertaking as per attached Form-II to Annexure VI to
SECTION-III.

If a bidder does not submit above affidavit/ undertaking as per format, the offer of bidder
shall be rejected

J. PROCUREMENT FROM A BIDDER WHICH SHARES A LAND BORDER


WITH INDIA

1. Order (Public Procurement No. 1) dated 23.07.2020, Order (Public Procurement


No. 2) dated 23.07.2020 and Order (Public Procurement No. 3) dated 24.07.2020,
Department of Expenditure, Ministry of Finance, Govt. of India refers. The same
are available at website https://doe.gov.in/procurement-policy-divisions.
2. Any bidder from a country which shares a land border with India will be eligible
- 16 -

Page 33 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
to bid in this tender only if the bidder is registered with the Competent Authority.
For details of competent authority refer to Annexure I of Order (Public
Procurement No. 1) dated 23.07.2020.
Further the above will not apply to bidders from those countries (even if sharing a
land border with India) to which the Government of India has extended lines of
credit or in which the Government of India is engaged in development projects.
Updated lists of countries to which lines of credit have been extended or in which
development projects are undertaken are given in the website of the Ministry of
External Affairs, Govt. of India
3. "Bidder" (including the term 'tenderer', 'consultant' 'vendor' or 'service provider'
in certain contexts) for purpose of this provision means any person or firm or
company, including any member of a consortium or joint venture (that is an
association of several persons, or firms or companies), every artificial juridical
person not falling in any of the descriptions of bidders stated hereinbefore,
including any agency, branch or office controlled by such person, participating in
a procurement process.
4. "Bidder from a country which shares a land border with India" for the
purpose of this:
a. An entity incorporated, established or registered in such a country; or
b. A subsidiary of an entity incorporated, established or registered in such a
country; or
c. An entity substantially controlled through entities incorporated,
established or registered in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A consortium or joint venture where any member of the consortium or
joint venture falls under any of the above
5. "Beneficial owner" for the purpose of above (4) will be as under:
i. In case of a company or Limited Liability Partnership, the beneficial
owner is the natural person(s), who, whether acting alone or together, or
through one or more juridical person(s), has a controlling ownership
interest or who exercises control through other means.
Explanation—
a) "Controlling ownership interest" means ownership of, or
entitlement to, more than twenty-five per cent of shares or capital
or profits of the company;
b) "Control" shall include the right to appoint the majority of the
directors or to control the management or policy decisions,
including by virtue of their shareholding or management rights or
shareholders agreements or voting agreements;
ii) In case of a partnership firm, the beneficial owner is the natural person(s)
who, whether acting alone or together, or through one or more juridical
person, has ownership of entitlement to more than fifteen percent of
capital or profits of the partnership;
iii) In case of an unincorporated association or body of individuals, the
beneficial owner is the natural person(s), who, whether acting alone or
- 17 -

Page 34 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
together, or through one or more juridical person, has ownership of or
entitlement to more than fifteen percent of the property or capital or
profits of such association or body of individuals;
iv) Where no natural person is identified under (i) or (ii) or (iii) above, the
beneficial owner is the relevant natural person who holds the position of
senior managing official;
v) In case of a trust, the identification of beneficial owner(s) shall include
identification of the author of the trust, the trustee, the beneficiaries with
fifteen percent or more interest in the trust and any other natural person
exercising ultimate effective control over the trust through a chain of
control or ownership.

6. "Agent" for the purpose of this Order is a person employed to do any act for
another, or to represent another in dealings with third persons

7. SUBMISSION OF CERTIFICATE IN BIDS:

Bidder shall submit a certificate in this regard as Form-I to Section-II.


If such certificate given by a bidder whose bid is accepted is found to be false,
this would be a ground for immediate rejection of the bid/termination and further
action as per “Procedure for Action in case of Corrupt/Fraudulent/ Collusive /
Coercive Practices” of tender document.
8. The registration, wherever applicable, should be valid at the time of submission
of bids and at the time of acceptance of bids. In respect of supply otherwise than
by tender, registration should be valid at the time of placement of order. If the
bidder was validly registered at the time of acceptance / placement of order,
registration shall not be a relevant consideration during contract execution.

9. PROVISION FOR WORKS CONTRACTS, INCLUDING TURNKEY


CONTRACTS:

The successful bidder shall not be allowed to sub-contract works to any contractor
from a country which shares a land border with India unless such contractor is
registered with the Competent Authority. The definition of "contractor from a
country which shares a land border with India" shall be as in Para 4 herein above.
A Certificate to this regard is to be submitted by bidder is placed at Form-II to
Section-II.

K. GOVERNMENT OF INDIA POLICIES / PREFERENCES :

a) Relaxation for Start-Up Enterprises: Not Applicable.


b) Purchase preference under PPLC- Applicable for Class-I local suppliers only.
c) Purchase Preference to MSE - Not applicable.
d) Domestically manufactured Iron & Steel Policy- Applicable.
e) Policy for procurement from a bidder which shares a land border with India –
Applicable

- 18 -

Page 35 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
L. EVALUATION METHODOLOGY:

The evaluation of all techno-commercially acceptable bids, to arrive at the lowest


evaluated bid (L1), shall be carried out as under:

Total quoted price/ Final amount [which shall be inclusive of all taxes and duties
excluding Goods & Services tax (GST)]

Cess on GST, if applicable shall be included in GST Rate quoted.

M. SPECIAL PROVISIONS OF TENDER DUE TO PREVAILING COVID-19


SITIUATION.

i. AUTHENTICATION OF DOCUMENTS TO BE SUBMITTED IN SUPPORT OF


BEC

Due to prevailing Covid 19 situation, the bidder is having an option of submitting self
certified documents in support of BEC along with an undertaking to this effect as per
Annexure-IV to Section-II , however documents certified / verified as per the clause
No-G (i)/(ii) of section-II of tender document shall be submitted by the bidder, on
whom order/contract is placed, after normalization of situation of Covid-19.
.
ii. SUBMISSION OF ORIGINAL POWER OF ATTORNEY (POA) AND ORIGINAL
INTEGRITY PACT (IP)

Due to prevailing Covid 19 situation, bidder shall upload/submit scanned copy Integrity
Pact (IP) and Power of Attorney (POA) along with their offer. however. the original
Integrity Pact (IP) and original Power of Attorney (POA) shalll be submitted by bidder,
on whom order/ contract is placed, after normalization of situation of Covid-19.

iii. AFFIDAVIT / CERTIFIED DOCUMENTS REGARDING DOMESTIC VALUE


ADDITION AS PER EXTANT POLICY TO PROVIDE PREFERENCE TO
DOMESTICALLY MANUFACTURED IRON AND STEEL PRODUCTS AND
OTHER PREFERENCE POLICY (I.E. PPP FOR MSE’s, PP-LC ETC.)

Due to prevailing covid 19 situation, bidder shall submit self-certified document as per
prescribed proforma / provision of policy and an undertaking as per Annexure-IV to
Section-II along with the bid.

The Affidavit of Self Certification in original and / or the certification from statutory
auditor/cost auditor/practicing cost accountant/practicing chartered accountant regarding
Domestic Value Addition as per extant Policy to provide Preference to Domestically
Manufactured Iron and Steel Products and other Preference Policy (i.e. PPP for MSEs,
PP-LC, DMEP, etc.) in vogue shall be submitted by bidder , on whom order/ contract is
placed, after normalization of situation.

- 19 -

Page 36 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
iv. SUBMISSION OF EMD IN ORIGINAL:

Due to prevailing covid 19 situation, The period of submission of original EMD by


bidder is extended to 30 days from BDD or till the date of approval of PBO
recommendation whichever is earlier.

The Original copy of BG for EMD shall not be required when bank forwards the SWIFT
message to GAIL confirming establishing of BG.

In case bank confirms issuance of BG and transmit the soft copy of BG, the same will
also be considered. However, the original BG will be submitted by bidder, on whom
order/ contract is placed, after normalization of situation. In case,EMD through online
banking transaction i.e. IMPS/NEFT/RTGS etc.,bidder may refer bank details of GAIL
in the tender document.

v. SUBMISSION OF SECURITY DEPOSIT/CONTRACT PERFORMANCE


GUARANTEE:

In case the contract is awarded to the bidder within the period where restriction is
imposed , due to prevailing Covid 19 situation, bidder may submit Security
Deposit/Contract Performance Guarantee against the awarded order/ contract within 30
days of award of contract (as per clause No-38) or 31st March 2022. whichever is later.

During the aforesaid period, in case any payment is to be made against the contract, the
payment to contractor may be released after deduction of Security Deposit/ Initial
Security Deposit from due payment after getting confirmation from contractor. Further
after normalization of situation, if the contractor submits the Security Deposit/Contract
Performance Guarantee as per the tender conditions, the amount deducted on such behalf
shall be released to them.

This is not an Order.

For & on behalf of


GAIL (India) Limited

(Authorized Signatory)
Name : Ms. Sunita Mitra
Designation: Sr. General Manager (SCM – C&P)
Engineers India Limited, New Delhi.
E-mail ID : s.mitra@eil.co.in
Contact No. : 011 2676 3504

- 20 -

Page 37 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF M/S GAIL(I)
LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

ANNEXURE-I TO SECTION-II

FORMAT FOR PAST EXPERIENCE OF BIDDER/ SUBSIDIARY/ FELLOW SUBSIDIARY/ HOLDING COMPANY

(For Sl. No. 1.1 (a) of Technical Criteria of BEC)

Sl. Package Client Brief Scope of Package Year of Year of ** Owner Details of contact
No Name (Design, Detailed engineering, Completion Commissioning/Owner Certificate / person
Procurement, Construction Confirmation of Completion
etc.) completion Certificate
enclosed

NOTES

1. This format shall be duly filled-in, stamped and signed by bidder and shall be submitted along with the Bid.
2. Since the information requested in this format shall be utilized to assess the Bidder’s capability to execute the subject Project, it would be in the
interest of the Bidder to include only those references which are relevant for Bidder Qualification Criteria. The Bidder shall also ensure that all
information asked for is furnished and the same is correct and complete in all respects. Incorrect information furnished in this format shall
render the bid/order liable for rejection at any stage of evaluation / work execution, at the risk and cost of the bidder.
3. For the referred installations, the Bidder shall indicate the name of the User’s contact person (along with his address, telephone no., e-mail id etc.)
who may be contacted by the Owner / EIL, if felt necessary.
4. The authenticity of the filled-in format shall be the responsibility of the bidder.

** Bidder to ensure anyone of these documents along with any additional technical document required to support qualification shall be enclosed as
documentary evidence.

Page 38 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I)
LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
ANNEXURE-II TO SECTION-II
FORMAT FOR PAST EXPERIENCE OF BIDDER/ SUBSIDIARY/ FELLOW SUBSIDIARY/ HOLDING COMPANY/VENDOR

(For Sl. No. 1.1 (b) & 1.2 of Technical Criteria of BEC) related to Fabrication Capability

SL. ITEM INSIDE THICKNESS MATERIAL OF DESIGN YEAR OF CLIENT / FABRICATED WEIGHT **OWNER CERTIFICATE/ DETAILS OF
NO. DESCRIPTION DIAMETER OF OF CONSTRUCTION CODE SUPPLY PROJECT (INCLUDING INTERNALS) INSPECTION RELEASE
BULLET/ SHELL/HEAD NOTE/ HYDROTEST CONTACT
REACTORS/ OF (M TON) , PER CERTIFICATE ENCLOSED PERSONS
COLUMNS EQUIPMENT
SHELL / HEAD
/SPHERE

NOTES

1. This format duly filled-in, stamped and signed shall be submitted along with the Bid.
2. Since the information requested in this format shall be utilized to assess the Bidder’s capability to execute the subject Project, it would be in the
interest of the Bidder to include only those references which are relevant for Bidder Qualification Criteria. The Bidder shall also ensure that all
information asked for is furnished and the same is correct and complete in all respects. Incorrect information furnished in this format shall
render the bid/order liable for rejection at any stage of evaluation / work execution, at the risk and cost of the bidder.
3. For the referred installations, the Bidder shall indicate the name of the User’s contact person (along with his address, telephone no., e-mail id etc.)
who may be contacted by the Owner / EIL, if felt necessary.
4. The authenticity of the filled-in format shall be the responsibility of the Bidder.

** Bidder to ensure anyone of these documents along with any additional technical document, like fabrication / as built drawing, required to support
qualification shall be enclosed as documentary evidence.

- 22 -

Page 39 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL(I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

Annexure-III to Section-II

Format for Undertaking from TPIA


(on TPIA letter head duly stamped & signed)

Ref.: Date :

To,

GAIL (India) Ltd.


………………….
………………..
……………

Dear Sir,

Subject: Verification and certification of documents pertaining to Technical Bid


Evaluation Criteria (BEC)

Ref : Tender no. ………………….. for …………………………….

M/s. …………………………….having Registered office


at………………………………………….intend to participate in above referred tender
of GAIL (India) Ltd. having registered office at GAIL Bhawan, 16 Bhikha ji Cama
Place, New Delhi.

The tender conditions stipulates that the BIDDER shall submit Documents pertaining to
Technical Bid Evaluation Criteria (BEC) duly verified and certified by designated
independent Third Party Inspection Agency.

In this regard, this is to certify that copies of documents pertaining to Technical Bid
Evaluation Criteria (BEC) submitted to us by the bidder have been verified and certified by
us with the originals and found to be genuine. We have signed and stamped on the copies
of all the verified and certified documents.

(Signature of a person duly authorized


to Sign on behalf of the TPIA)
(Seal of the Company)
Name: …………………………..
Contact No…………………

Page 40 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Annexure-IV to Section-II

UNDERTAKING REGARDING SUBMISSION OF AUTHENTICATED


DOCUMENTS RELATING TO BEC, AFFIDAVIT/CERTIFIED DOCUMENTS
FOR PURCHASE PREFERENCE POLICY(S), ETC.

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Dear Sir,

We hereby confirm that due to COVID-19 situation, we are unable to submit the
Authenticated documents relating to BEC and Affidavit/Certified documents for Purchase
Preference Policy(s), etc. (wherever applicable) as specified in tender document. Hence, we
are submitting the self-certified documents relating to BEC and Affidavit/Certified
documents for Purchase Preference Policy(s), etc. (wherever applicable).

We hereby confirm that in case of award of contract/order, we will submit Authenticated


documents relating to BEC and Affidavit/Certified documents for Purchase Preference
Policy(s), etc. (wherever applicable) as per tender provisions after normalization of situation.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Name of Bidder:

Seal:

- 24 -

Page 41 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Form-I to Section II

UNDERTAKING ON LETTERHEAD
To,
M/s GAIL (INDIA) LIMITED
___________________

SUB:

TENDER NO:

Dear Sir

We have read the clause regarding Provisions for Procurement from a Bidder of a country
which shares a land border with India and on sub-contracting to contractors from such
countries; we certify that, bidder M/s____________ (Name of Bidder) is:

(i) not from such a country [ ]

(ii) if from such a country, has been registered [ ]


with the Competent Authority.
(Evidence of valid registration by the
Competent Authority shall be attached)

(Bidder is to tick appropriate option ( or X) above).

We further certify that bidder M/s____________ (Name of Bidder) will not sub-contract
any work to a contractor from such countries unless such contractor is registered with the
Competent Authority.

We hereby certify that bidder M/s____________ (Name of Bidder) fulfills all


requirements in this regard and is eligible to be considered.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 25 -

Page 42 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

Appendix-A1 to Section II

FORMAT OF AGREEMENT TO BE EXECUTED BETWEEN BIDDER AND THEIR


FOREIGN BASED SUPPORTING COMPANY ON INDIAN NON-JUDICIAL STAMP
PAPER OF REQUISITE VALUE DULY NOTARIZED.

This agreement made this ___ day of ____ month ____ year by and between M/s.
____________________ (Fill in Bidder’s full name, constitution and registered office address)
___________ hereinafter referred to as bidder on the first part and M/s. ___________ (Fill in
full name, constitution and registered office address company which hold more than fifty
percent of the paid up share capital of the bidding company or vice versa) hereinafter referred to
as “Supporting Company” of the second part.

Whereas

M/s. GAIL (India) Limited (hereinafter referred to as GAIL) has invited offers vide their tender
No. _____________ for _______________and M/s. __________________ (Bidder) intends to
bid against the said tender and desires to have technical support of M/s. ________________
[Supporting Company]

And whereas Supporting Company represents that they have gone through and understood the
requirements of the subject tender and are capable and committed to provide the services as
required by the bidder for successful execution of the contract, if awarded to the bidder.

Now, it is hereby agreed to by and between the parties as follows:

a) M/s.____________ (Bidder) will submit an offer to GAIL for the full scope of
work as envisaged in the tender document as a main bidder and liaise GAIL directly for
any clarifications etc. in this context.

b) M/s. _________[Supporting Company] undertakes to provide technical support


and expertise, expert manpower and project management including financial support, if
so required, to the bidder to discharge its obligations as per the Scope of Work of the
tender / Contract for which offer has been made by the bidder and accepted the GAIL.

c) The Bidder/ Supporting Company holds more than 50% paid up equity capital of
the Supporting Company/ Bidder.

d) This agreement will remain valid till validity of bidder's offer to GAIL including
extension if any and till satisfactory performance of the contract, the same is awarded by
GAIL to the bidder.

e) Supporting Company undertakes that this agreement shall remain enforceable


even if their stake in Bidder is diminished during the execution of works under the
contract between the Bidder and GAIL.

f) The bidder shall have the overall responsibility of satisfactory execution of the
contract awarded by GAIL, however without prejudice to any rights that GAIL might
have against the Supporting Company

- 26 -

Page 43 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
g) It is further agreed that, if contract pursuant to Supporting Company shall be
jointly and severely responsible to GAIL for the performance of works during contract
period and for the satisfactory execution of the contract, and for all the consequences for
non-performance thereof.

In witness whereof the parties hereto have executed this agreement on the date mentioned above.

For and on behalf of For and on behalf of


(Bidder) (Supporting Company)
M/s. M/s.

Witness: Witness:
1) 1)
2) 2)

- 27 -

Page 44 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Appendix-A2 to Section II

GUARANTEE BY THE FOREIGN BASED SUPPORTING COMPANY/ GUARANTOR


(to be executed on plain paper)

THIS DEED OF GUARANTEE executed at ……….. this …….. day of ……… by M/s
………………………… (mention complete name) a company duly established and existing
under the laws of …………………. (insert country), having its Registered Office at
……………………………………… hereinafter called “the Guarantor and/ or the Supporting
Company” which expression shall, unless excluded by or repugnant to the subject or context
thereof, be deemed to include its successors and permitted assignees.
FOR
M/s ………………………… (bidder) a company duly established and existing under the laws of
…………………. (insert country), having its Registered Office at
……………………………………… hereinafter called the “Bidder” which expression shall,
unless excluded by or repugnant to the subject or context thereof, be deemed to include its
successors and permitted assignees.

TOWARDS
M/s GAIL(India) Limited, a company duly registered under the law of India having its
Registered Office at 16, Bhikaiji Cama Place, R. K. Puram, New Delhi-110066, India, and
having Purchase center at …………… hereinafter called “GAIL” which expression shall unless
excluded by or repugnant to the context thereof, be deemed to include its successor and
assignees
WHEREAS GAIL has invited tender number ………………… for …….. on ………….., and
the bidder has submitted it bid number…………… in response to the above mentioned tender
invited by GAIL.

AND WHEREAS the bidder/ Guarantor Company holds more than 50% paid up equity capital
of the Supporting Company/ Bidder .

AND WHEREAS one of the condition for acceptance of Bidder’s bid against said tender is that
in case the bidder is seeking to qualify upon the technical credentials of its Guarantor Company,
then the bidder shall arrange a guarantee from its Guarantor Company guaranteeing due and
satisfactory performance of the work covered under the said tender including any change
therein as may be deemed appropriate by the GAIL at any stage.
The Guarantor represents that they have gone through and understood the requirement of the
above said tender and are capable of and committed to provide technical and such other supports
as may be required by the Bidder for successful execution of the same.
The Bidder and the Guarantor have entered into an agreement dated ……… as per which the
Guarantor shall be providing technical, financial and such other supports as may be necessary
for performance of the work under the tender, if the contract is awarded to the Bidder.

Accordingly, at the request of the Bidder and in consideration of and as a requirement for the
GAIL to enter into agreement(s) with the Bidder, the Guarantor hereby guarantees and
undertakes that upon award of Contract to Bidder against bid number ……………, made by the
Bidder under tender number………………:

- 28 -

Page 45 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
1. The Guarantor unconditionally agrees that in case of non-performance by the
Bidder of any of its obligations in any respect, the Guarantor shall, immediately
on receipt of notice of demand by the GAIL , take up the job without any demur
or objection, in continuation and without loss of time and without any cost to the
GAIL and duly perform the obligations of the Bidder to the satisfaction of the
GAIL.
2. The Guarantor agrees that the Guarantee contained herein shall remain valid till
the satisfactory execution and completion of the work (including discharge of the
warranty obligations) awarded to the Bidder.
3. The Guarantor shall be jointly and severally responsible to GAIL for satisfactory
performance of works during contract period and for the satisfactory execution of
the contract, and for all consequences for non-performance thereof.
4. The liability of the Guarantor, under the Guarantee, is limited of the Bidder
for non- performance under the contract entered between GAIL and the Bidder.
This will, however, be in addition to the forfeiture of the Performance and
Advance Guarantees furnished by the Bidder.
5. The Guarantor agrees to execute a Corporate Guarantee in favour of GAIL,
guaranteeing the performance of obligations by the Bidder, in case the Contract is
awarded to the Bidder by GAIL.
6. The Guarantor represents that this Guarantee has been issued after due
observance of the appropriate laws in force in India. The Guarantor hereby
undertakes that the Guarantor shall obtain and maintain in full force and effect all
the governmental and other approvals and consents that are necessary and do all
other acts and things necessary or desirable in connection therewith or for the due
performance of the Guarantor’s obligations towards GAIL.
7. Any dispute arising out of or in connection with this contract, including any
question regarding its existence, validity or termination, shall be referred to and
finally resolved by arbitration. It is further agreed that Claims by and against the
Guarantor, the Bidder and GAIL under the different contract to be entered
pursuant to their relationship can be brought under a single reference and there
shall be no bar on the consolidation of such proceedings before the same arbitral
tribunal. The governing law shall be the laws of India and seat of arbitration shall
be New Delhi, India. The language of arbitration shall be English.
8. The Guarantor hereby declares and represents that this Guarantee has been given
without any undue influence or coercion, and that the Guarantor has fully
understood the implications of the same.
9. In case of award of contract to the bidder, the Guarantor shall provide
Performance Bank Security to GAIL, equivalent to 50% of the value of
Performance Bank Security to be submitted by the bidding company, in the
prescribed format within 15 days from the date of Fax of Acceptance, as
guarantee for performance by the bidder/Supplier. The Guarantor hereby
expressly agrees that if in the opinion of GAIL, the Bidder / Supplier has failed to
perform its obligations under the contract in any manner, GAIL shall have
unfettered right to invoke the said Bank guarantee. The guarantor hereby agrees
that decision of GAIL about performance of the bidder / Supplier shall be final
and shall not be questioned by the Guarantor. Guarantor shall have no objection
to invocation of the Performance Bank Guarantee submitted by the Guarantor
OR
(applicable, subject to meeting the conditions stipulated in BEC in respect of
additional Performance Bank Security)
- 29 -

Page 46 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
In case of award of contract to the bidder, the bidder on behalf of the Guarantor
shall provide additional Performance Bank Security to GAIL, equivalent to 50%
of the value of Performance bank Security to be submitted by the bidding
company, in the prescribed format within 15 days from the date of Fax of
Acceptance, as guarantee for performance by the bidder/Supplier. The Guarantor
hereby expressly agrees that if in the opinion of GAIL, the Bidder / Supplier has
failed to perform its obligations under the contract in any manner, GAIL shall
have unfettered right to invoke the said Bank guarantee. The Guarantor hereby
agrees that decision of GAIL about performance of the bidder / Supplier shall be
final and shall not be questioned by the Guarantor. Guarantor shall have no
objection to invocation of the Performance Bank Security submitted by the
Bidder on behalf The Guarantor represents and confirms that the Guarantor has
the legal capacity, power and authority to issue this Guarantee and that giving of
this Guarantee and the performance and observations of the obligations hereunder
do not contravene any existing laws.
(Strike through the clause whichever is not applicable)
10. The Guarantor represents and confirms that the Guarantor has the legal capacity,
power and authority to issue this Guarantee and that giving of this Guarantee and
the performance and observations of the obligations hereunder do not contravene
any existing laws.
For & on behalf of (Supporting Company)
M/s __________________________
Signature__________________
Name_____________________
Designation ________________
official seal_________________
Witness:
1.Signature________________
Full Name _________________
Address___________________

2.Signature________________
Full Name _________________
Address___________________

INSTRUCTIONS FOR FURNISHING GUARANTEE

1. The official(s) executing the guarantee should affix full signature(s) on each page.
2. Resolution passed by Board of Directors of the guarantor company authorizing the
signatory(ies) to execute the guarantee, duly certified by Company Secretary should be
furnished along with Guarantee.

- 30 -

Page 47 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Appendix-A2A to Section II

CERTIFICATE ISSUED BY COMPANY SECRETARY OF THE GUARANTOR


COMPANY

“Obligations contained in deed of guarantee No. ______ furnished against tender No.
______ are enforceable against the Guarantor Company and the same do not, in any way,
contravene any law of the country of which the Guarantor Company is the subject.”

The above certificate should be enclosed alongwith the Guarantee.

- 31 -

Page 48 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Appendix-A3 to Section II

PROFORMA OF "BANK GUARANTEE" TOWARDS PERFORMANCE SECURITY /


SECURITY DEPOSIT BY FOREIGN BASED SUPPORTING COMPANY OF THE
BIDDING COMPANY
CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
To,
To, Bank Guarantee No.
M/s GAIL (India) Limited Date of BG
___________________ BG Valid up to (Expiry date)
Claim period up to (indicate date
of expiry of claim period which
includes minimum three months
from the expiry date)
Stamp Sl. No./e-Stamp Certificate
No.

Dear Sir(s),
M/s. __________________________________________________________________ having
registered office at _______________________ (herein after called the “SUPPLIER” which
expression shall wherever the context so require include its successors and assignees) have been
placed/ awarded the job/work of _______________________________________________ vide
PO/LOA /FOA No. _______________________________dated______ (herein after called
CONTRACT) for GAIL (India) Limited having registered office at 16, Bhikaiji Cama Place, R.K.
Puram, New Delhi (herein after called the “GAIL” which expression shall wherever the context so
require include its successors and assignees).

Further, M/s _____________ (Name of the Supporting company) having its registered/head office
at ______________________ based on whose experience/technical strength, the SUPPLIER has
qualified for award of contract (hereinafter referred to as the 'SUPPORTING COMPANY') which
expression shall, unless repugnant to the context or meaning thereof include all its successors,
administrators, executors and assignees) has agreed to provide complete technical and other support
to the SUPPLIER for successful completion of the contract as mentioned above, entered between
GAIL and the SUPPLIER and GAIL having agreed that the 'SUPPORTING COMPANY' shall
furnish to GAIL a
performance guarantee for Indian Rupees/US$ .............. towards providing complete
financial and other support to the SUPPLIER for successful completion of the contract as
mentioned above,

The said M/s.______________________________________________ (Supporting Company) has


approached us and at their request and in consideration of the premises we having our office at
______________________________ have agreed to give such guarantee as hereinafter mentioned.

2. We (name of the bank) ______________________________ registered under the laws of


_______ having head/registered office at __________________________
(hereinafter referred to as "the Bank", which expression shall, unless repugnant to the
context or meaning thereof, include all its successors, administrators, executors and
permitted assignees) do hereby guarantee and undertake to pay immediately on first demand
in writing any/all moneys to the extent of Indian Rs./US$ (in figures) __________ (Indian

- 32 -

Page 49 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Rupees/US Dollars (in words)_____________________________) without any demur,
reservation, contest or protest and/or without any reference to the 'SUPPORTING
COMPANY'. Any such demand made by GAIL on the Bank by serving a written notice
shall be conclusive and binding, without any proof, on the bank as regards the amount due
and payable, notwithstanding any dispute(s) pending before any Court, Tribunal, Arbitrator
or any other authority and/or any other matter or thing whatsoever, as liability under these
presents being absolute and unequivocal. We agree that the guarantee herein contained shall
be irrevocable and shall continue to be enforceable until it is discharged by GAIL in
writing. This guarantee shall not be determined, discharged or affected by the liquidation,
winding up, dissolution or insolvency of the 'SUPPORTING COMPANY' and shall remain
valid, binding and operative against the bank.
3. The Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance, without proceeding against the
'SUPPORTING COMPANY' and notwithstanding any security or other guarantee that
GAIL may have in relation to the 'SUPPORTING COMPANY’s liabilities.
4. The Bank further agrees that GAIL shall have the fullest liberty without our consent and
without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said CONTRACT or to extend time of performance by the said
SUPPLIER from time to time or to postpone for any time or from time to time exercise of
any of the powers vested in GAIL against the said SUPPLIER/ and to forbear or enforce
any of the terms and conditions relating to the said agreement and we shall not be relieved
from our liability by reason of any such variation, or extension being granted to the said
SUPPLIER or for any forbearance, act or omission on the part of GAIL or any indulgence
by GAIL to the said SUPPLIER(s) or any such matter or thing whatsoever which under the
law relating to sureties would, but for this provision, have effect of so relieving us.
5. The Bank further agrees that the Guarantee herein contained shall remain in full force
during the period that is taken for the performance of the CONTRACT and all dues of
GAIL under or by virtue of this CONTRACT have been fully paid and its claim satisfied or
discharged or till GAIL discharges this guarantee in writing, whichever is earlier.
6. This Guarantee shall not be discharged by any change in our constitution, in the constitution
of GAIL or that of the 'SUPPORTING COMPANY'.
7. The Bank confirms that this guarantee has been issued with observance of appropriate laws
of the country of issue.
8. The Bank also agrees that this guarantee shall be governed and construed in accordance
with Indian Laws and subject to the exclusive jurisdiction of Indian Courts of the place from
where the purchase CONTRACT has been placed.
9. Notwithstanding anything contained hereinabove, our liability under this Guarantee is
limited to Indian Rs./US$ (in figures) _________________ (Indian Rupees/US Dollars (in
words) ________________ only) and our guarantee shall remain in force until (indicate the
date of expiry of bank guarantee) _________.
10. We have power to issue this guarantee in your favor under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney, dated
___________ granted to him by the Bank.
11. 12.
Notwithstanding anything contained herein:
a) The Bank’s liability under this Guarantee shall not exceed (currency in figures) . . . . . . .
. . . . . . . . . (currency in words only ) . . . . .
b) This Guarantee shall remain in force upto ___________ (this date should be expiry date
13.
of defect liability period of the Contract) and any extension(s) thereof; and
c) The Bank shall be released and discharged from all liability under this Guarantee unless
a written claim or demand is issued to the Bank on or before the midnight of

- 33 -

Page 50 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
………………….(indicate date of expiry of claim period which includes minimum three
months from the expiry of this Bank Guarantee) and if extended, the date of expiry of the
last extension of this Guarantee. If a claim has been received by us within the said date, all
the rights of GAIL under this Guarantee shall be valid and shall not cease until we have
satisfied that claim.

Yours faithfully,
_______________
Bank by its Constituted Attorney

Signature of a person duly


Authorized to sign on behalf of the
Bank
E-mail :
Telephone/Mobile No. :

INSTRUCTIONS FOR FURNISHING


"PERFORMANCE SECURITY / SECURITY DEPOSIT " BY "BANK GUARANTEE"
1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp paper
as per 'stamp duty' applicable. The non-judicial stamp paper should be in name of the
issuing bank. In case of foreign bank, the said Bank Guarantee to be issued by its
correspondent bank in India on requisite non-judicial stamp paper and place of Bid to be
considered as Delhi.
2. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank
Guarantee and all future communication relating to the Bank Guarantee shall be
forwarded to Purchaser as per format appended below.
3. The Bank Guarantee shall be from any Indian scheduled bank or a branch of an
International bank situated in India and registered with Reserve bank of India as
scheduled foreign bank. However, in case of bank guarantees from banks other than the
Nationalised Indian banks, the bank must be a commercial bank having net worth in
excess of Rs 100 crores and a declaration to this effect shall be made by such commercial
bank either in the Bank Guarantee itself or separately on its letterhead.

- 34 -

Page 51 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-III

INSTRUCTION TO
BIDDERS
(TO BE READ IN CONJUNCTION WITH
BIDDING DATA SHEET (BDS)

- 35 -

Page 52 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
SECTION-III
INSTRUCTION TO BIDDERS

INDEX
[A] GENERAL:
1. SCOPE OF BID
2. ELIGIBLE BIDDERS
3. BIDS FROM CONSORTIUM
4. ONE BID PER BIDDER
5. COST OF BIDDING
6. SITE-VISIT

[B] BIDDING DOCUMENTS:


7. CONTENTS OF BIDDING DOCUMENTS
8. CLARIFICATION OF TENDER DOCUMENTS
9. AMENDMENT OF BIDDING DOCUMENTS

[C] PREPARATION OF BIDS:


10. LANGUAGE OF BID
11. DOCUMENTS COMPRISING THE BID
12. BID PRICES
13 GST (CGST & SGST/ UTGST or IGST )
14. BID CURRENCIES
15. BID VALIDITY
16. EARNEST MONEY DEPOSIT / BID SECURITY
17. PRE-BID MEETING
18. FORMAT AND SIGNING OF BID
19. ZERO DEVIATION & REJECTION CRITERIA
20. E-PAYMENT

[D] SUBMISSION OF BIDS:


21. SUBMISSION, SEALING AND MARKING OF BIDS
22. DEADLINE FOR SUBMISSION OF BIDS
23. LATE BIDS
24. MODIFICATION AND WITHDRAWAL OF BIDS

[E] BID OPENING AND EVALUATION:


25. EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY
OR ALL BIDS
26. BID OPENING
27. CONFIDENTIALITY
28. CONTACTING THE EMPLOYER
29. EXAMINATION OF BIDS AND DETERMINATION OF
RESPONSIVENESS
30. CORRECTION OF ERRORS
31. CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF
BIDS
32. EVALUATION AND COMPARISON OF BIDS
33. COMPENSATION FOR EXTENDED STAY
34. PURCHASE PREFERENCE

- 36 -

Page 53 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

[F] AWARD OF CONTRACT:


35. AWARD
36. NOTIFICATION OF AWARD / FAX OF ACCEPTANCE [FOA]
37. SIGNING OF AGREEMENT
38. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT
39. PROCEDURE FOR ACTION IN CASE
CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES
40. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL
ENTERPRISE
41. AHR ITEMS
42. VENDOR EVALUATION PROCEDURE
43. INCOME TAX & CORPORATE TAX
44. DISPUTE RESOLUTION MECHANISM
45. DISPUTES BETWEEN CPSE’S/GOVERNMENT DEPARTMENT’S/
ORGANIZATIONS
46. INAM-PRO (PLATFORM FOR INFRASTRUCTURE AND MATERIALS
PROVIDERS)
47. PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL
MEANS
48. CONTRACTOR TO ENGAGE CONTRACT MANPOWER BELONGING
TO SCHEDULED CASTES AND WEAKER SECTIONS OF THE
SOCIETY
49. PROVISION FOR STARTUPS
50. PROVISION REGARDING INVOICE FOR REDUCED VALUE OR
CREDIT NOTE TOWARDS PRS
51. UNIQUE DOCUMENT IDENTIFICATION NUMBER BY PRACTICING
CHARTERED ACCOUNTANTS
52. ANJANI PORTAL

[G] ANNEXURES:
1. ANNEXURE-I: PROCEDURE FOR ACTION IN CASE
CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES
2. ANNEXURE-II: VENDOR PERFORMANCE EVALUATION
PROCEDURE
3. ANNEXURE-III : ADDENDUM TO INSTRUCTIONS TO BIDDERS
(INSTRUCTION FOR PARTICIPATION IN E-TENDER)
4. ANNEXURE-IV: BIDDING DATA SHEET (BDS)
5. ANNEXURE-V: POLICY FOR PURCHASE PREFERENCE LINKED
WITH LOCAL CONTENT (PP-LC)

- 37 -

Page 54 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

INSTRUCTIONS TO BIDDERS [ITB]


(TO BE READ IN CONJUNCTION WITH BIDDING DATA SHEET (BDS)

[A] – GENERAL

1 SCOPE OF BID

1.1 The Employer as defined in the "General Conditions of Contract [GCC]", wishes to
receive Bids as described in the Invitation For Bid (the “Tender Document /Bid
Document”) issued by Employer. Employer/Owner/GAIL occurring herein under shall
be considered synonymous.
1.2 SCOPE OF BID: The scope of work/ Services shall be as defined in the Tender
documents.
1.3 The successful bidder will be expected to complete the scope of Bid within the period
stated in Special Conditions of Contract.
1.4 Throughout the Tender Documents, the terms 'Bid', 'Tender' & ‘Offer’ and their
derivatives [Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous. Further, 'Day'
means 'Calendar Day' and 'Singular' also means 'Plural'.

2 ELIGIBLE BIDDERS

2.1 The Bidder shall not be under a declaration of ineligibility by Employer for Corrupt/
Fraudulent/ Collusive/ Coercive practices, as defined in "Instructions to Bidders [ITB],
Clause No. 39” (Action in case Corrupt/ Fraudulent/ Collusive/ Coercive Practices).
2.2 The Bidder is not put on ‘Holiday’ by GAIL or Public Sector Project Management
Consultant (like EIL, Mecon only due to “poor performance” or “corrupt and fraudulent
practices”) or banned/blacklisted by Government department/ Public Sector on due date
of submission of bid. Further, neither bidder nor their allied agency/(ies) (as defined in
the Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices)
are on banning list of GAIL or the Ministry of Petroleum and Natural Gas.
If the bidding documents were issued inadvertently/ downloaded from website, offers
submitted by such bidders shall not be considered for opening/ evaluation/Award and
will be returned immediately to such bidders.
In case there is any change in status of the declaration prior to award of contract, the
same has to be promptly informed to GAIL by the bidder.
It shall be the sole responsibility of the bidder to inform about their status regarding para
1 of clause 2.2 herein above on due date of submission of bid and during the course of
finalization of the tender. Concealment of the facts shall tantamount to misrepresentation
of facts and shall lead to action against such Bidders as per clause 39 of ITB.
2.3 The Bidder should not be under any liquidation court receivership or similar proceedings
on due date of submission of bid. In case there is any change in status of the declaration
prior to award of contract, the same has to be promptly informed to GAIL by the bidder.
It shall be the sole responsibility of the bidder to inform GAIL there status on above on
due date of submission of bid and during the course of finalization of the tender.
Concealment of the facts shall tantamount to misrepresentation of facts and shall lead to
action against such Bidders as per clause no.39 of ITB.
2.4 Bidder shall not be affiliated with a firm or entity:
(i) that has provided consulting services related to the work to the Employer during
the preparatory stages of the work or of the project of which the works/services
forms a part of or
- 38 -

Page 55 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
(ii) that has been hired (proposed to be hired) by the Employer as an Engineer/
Consultant for the contract.
2.5 Neither the firm/entity appointed as the Project Management Consultant (PMC) for a
contract nor its affiliates/ JV’S/ Subsidiaries shall be allowed to participate in the
tendering process unless it is the sole Licensor/Licensor nominated agent/ vendor.
2.6 Pursuant to qualification criteria set forth in the bidding document, the Bidder shall
furnish all necessary supporting documentary evidence to establish Bidder’s claim of
meeting qualification criteria.
2.7 Power of Attorney:
Power of Attorney (POA) to be issued by the bidder in favour of the authorised
employee(s), in respect of the particular tender, for purpose of signing the documents
including bid, all subsequent communications, agreements, documents etc. pertaining to
the tender and act and take any and all decision on behalf of the bidder (including
Consortium). Any consequence resulting due to such signing shall be binding on the
Bidder (including Consortium).
(I) In case of a Single Bidder, the Power of Attorney shall be issued as per the
constitution of the bidder as below:
a) In case of Proprietorship: by Proprietor
b) In case of Partnership: by all Partners or Managing Partner
c) In case of Limited Liability Partnership: by any bidder’s employee
authorized in terms of Deed of LLP
d) In case of Public / Limited Company: PoA in favourof authorized
employee(s) by Board of Directors through Board Resolution or by the
designated officer authorized by Board to do so. Such Board Resolution
should be duly countersigned by Company Secretary / MD / CMD / CEO.
The Power of Attorney should be valid till award of contract / order to successful bidder.

2.8 In case of change of constitution of bidder after submission of bid, the same shall be
informed by the bidder to GAIL promptly. Failure to same shall be considered as
misrepresentation by the bidder.

3 BIDS FROM "CONSORTIUM- NOT APPLICABLE


3.1 Bids from consortium of two or more members (maximum three including leader) are
acceptable provided that they fulfill the qualification criteria and requirements stated in
the Bidding Documents. Participating Consortium shall submit the Agreement as per the
format F-11 clearly defining the scope and responsibility of each member. Members of
consortium shall assume responsibility jointly & severally. The EMD shall be
submitted by the Bidder (Consortium).
3.2 The Consortium Agreement must clearly define the leader/ lead partner, who shall be
responsible for timely completion of work/ services and shall receive/ send instructions
for and on behalf of the consortium during the period the bid is under evaluation as well
as during the execution of contract.
3.3 All the members shall authorize the representative from the lead partner by submitting a
Power of attorney (on a non judicial stamp paper of appropriate value) signed by legally
authorized signatories of all the member(s). Such authorization must be accompanied
with the bid. The authorized signatory shall sign all the documents relating to the tender/
contract. However, in case of award, payment shall be made to the consortium.
3.4 A consortium once established at the time of submitting the Bid shall not be allowed to
be altered with respect to constituting members of the Consortium or their respective
roles/ scope of work, except if and when required in writing by owner. If during the
- 39 -

Page 56 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
evaluation of bids, a consortium proposes any alteration/ changes in the orientation of
consortium or replacements or inclusions or exclusions of any partner(s)/ member(s)
which had originally submitted the bid, bid from such a consortium shall be liable for
rejection.
3.5 Any member of the consortium/ shall not be eligible either in an individual capacity or
be a part of any other consortium to participate in this tender. Further, no member of the
consortium/ JV shall be on ‘Holiday’ by GAIL or Public Sector Project Management
Consultant (like EIL, Mecon only due to “poor performance” or “corrupt and fraudulent
practices”) or banned/ blacklisted by Government department/ Public Sector on due date
of submission of bid. Offer submitted by such consortium shall not be considered for
opening/ evaluation/Award.
4 ONE BID PER BIDDER
4.1 A Bidder shall submit only 'one [01] Bid' in the same Bidding Process either as single
entity or as a member of any consortium (wherever consortium bid is allowed). A Bidder
who submits or participates in more than 'one [01] Bid' will cause all the proposals in
which the Bidder has participated to be disqualified.
4.2 More than one bid means bid(s) by bidder(s) having same Proprietor / Partners / Limited
Liability Partner in any other Bidder (s). Further, more than one bids shall also include
two or more bidders having common power of attorney holder.
Failure to comply this clause during tendering process will disqualify all such bidders
from process of evaluation of bids.
4.3 Alternative Bids shall not be considered.
4.4 The provisions mentioned at sl. no. 4.1 and 4.2 shall not be applicable wherein bidders
are quoting for different Items / Sections / Parts / Groups/ SOR items of the same tender
which specifies evaluation on Items / Sections / Parts / Groups/ SOR items basis.

5 COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission of the Bid
including but not limited to Documentation Charges, Bank charges, all courier charges,
translation charges, authentication charges and any associated charges including taxes &
duties thereon. Further, GAIL will in no case, be responsible or liable for these costs,
regardless of the outcome of the bidding process.

6 SITE VISIT

6.1 The Bidder is advised to visit and examine the site of works and its surroundings and
obtain for itself on its own responsibility all information that may be necessary for
preparing the Bid and entering into a Contract for the required job. The costs of visiting
the site shall be borne by the Bidder.
6.2 The Bidder or any of its personnel or agents shall be granted permission by the Employer
to enter upon its premises and land for the purpose of such visits, but only upon the
express conditions that the Bidder, its personnel and agents will release and indemnify
the Employer and its personnel, agents from and against all liabilities in respect thereof,
and will be responsible for death or injury, loss or damage to property, and any other
loss, damage, costs, and expenses incurred as a result of inspection.
6.3 The Bidder shall not be entitled to hold any claim against GAIL for non-compliance due
to lack of any kind of pre-requisite information as it is the sole responsibility of the
Bidder to obtain all the necessary information with regard to site, surrounding, working
conditions, weather etc. on its own before submission of the bid.
- 40 -

Page 57 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

[B] – BIDDING DOCUMENTS


7 CONTENTS OF BIDDING DOCUMENTS
7.1 The contents of Bidding Documents / Tender Documents are those stated below, and
should be read in conjunction with any 'Addendum / Corrigendum and Clarification(s)'
issued in accordance with "ITB: Clause-8 & 9":
 Section-I : Invitation for Bid [IFB]*
 Section-II : BID EVALUATION CRITERIA [BEC] & Evaluation methodology
 Section-III : Instructions to Bidders [ITB], Annexure, Forms & Format**
 Section-IV : General Conditions of Contract [GCC]***
 Section-V : Special Conditions of Contract [SCC]
 Section-VI : Schedule of Rates
 Section-VII : Technical Part

*Request for Quotation’, wherever applicable, shall also form part of the Bidding
Document.

** The subject tender is based on standard formats and applicability of some specific
clauses may be seen in Annexure-IV to Section-III i.e. BDS (Bidding Data Sheet).

*** General Conditions of Contract – Works is available on GAIL’s Tender website


(http://gailtenders.in/Gailtenders/gccs.asp). Further, Hindi version of GCC is available on
the GAIL’s tender website for reference. However, in case of any discrepancy in English &
its Hindi translation, for interpretation and legal aspects, the English version shall prevail.

For participation in e-tender, instructions are mentioned at Annexure-III to Section-III.

7.2 The Bidder is expected to examine all instructions, forms, terms & conditions in the
Bidding Documents. The "Request for Quotation [RFQ] & Invitation for Bid (IFB)"
together with all its attachments thereto, shall be considered to be read, understood and
accepted by the Bidders. Failure to furnish all information required by the Bidding
Documents or submission of a Bid not substantially responsive to the Bidding
Documents in every respect will be at Bidder's risk and may result in the rejection of his
Bid.
8 CLARIFICATION OF TENDER DOCUMENTS
8.1 A prospective Bidder requiring any clarification(s) of the Bidding Documents may notify
GAIL in writing by email at GAIL's mailing address indicated in the BDS no later than
02 (two) days prior to pre-bid meeting (in cases where pre-bid meeting is scheduled) or
05 (five) days prior to the due date of submission of bid in cases where pre-bid meeting
is not scheduled. GAIL reserves the right to ignore the bidders request for clarification if
received after the aforesaid period. GAIL may respond in writing to the request for
clarification. GAIL's response including an explanation of the query, but without
identifying the source of the query will be uploaded on GAIL’s tendering web site /
communicated to prospective bidders by e-mail.
8.2 Any clarification or information required by the Bidder but same not received by the
Employer at clause 8.1 (refer BDS for address) above is liable to be considered as "no
clarification / information required".

- 41 -

Page 58 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
9 AMENDMENT OF BIDDING DOCUMENTS

9.1 At any time prior to the 'Bid Due Date', Employer may, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective Bidder, modify
the Bidding Documents by addenda/ corrigendum.
9.2 Any corrigendum thus issued shall be integral part of the Tender Document and shall be
hosted on the websites as provided at clause no. 2.0 (G) of IFB /communicated to
prospective bidders by e-mail. Bidders have to take into account all such corrigendum
before submitting their Bid.
9.3 The Employer, if consider necessary, may extend the Bid Due Date in order to allow the
Bidders a reasonable time to furnish their most competitive bid taking into account the
addenda/corrigendum issued thereof.
[C] – PREPARATION OF BIDS
10 LANGUAGE OF BID:
The bid prepared by the Bidder and all correspondence, drawing(s), document(s),
certificate(s) etc. relating to the Bid exchanged by Bidder and GAIL shall be written in
English language only. In case a document, certificate, printed literature etc. furnished by
the Bidder in a language other than English, the same should be accompanied by an
English translation duly authenticated by the Indian Chamber of Commerce, in which
case, for the purpose of interpretation of the Bid, the English translation shall govern.

11. DOCUMENTS COMPRISING THE BID

11.1 Bidders are requested to refer instructions for participating in e-Tendering (Annexure-I
to Section III), Ready Reckoner for Bidders and FAQs available in e-portal andbids
submitted manually shall be rejected. All pages of the Bid must be digitally signed by
the "authorized signatory" of the Bidder holding Power of Attorney. The Bid must be
submitted on GAIL’s e-portal (https://etender.gail.co.in) as follows:-

11.1.1 PART-I: "TECHNO-COMMERCIAL / UN-PRICED BID"

Comprising all the below mentioned documents should be uploaded in the private area
earmarked (Tender Document) in the GAIL’s e-tendering portal:

(a) 'Covering Letter' on Bidder's 'Letterhead' clearly specifying the enclosed contents
with index.
(b) 'Bidder's General Information', as per 'Form F-1'.
(c) Copies of documents, as specified in tender document
(d) Copy of Schedule of Rate (SOR) with prices blanked out mentioning quoted / not
quoted (as applicable) written against each item as a confirmation that the prices
are quoted in requisite format .
(e) 'Letter of Authority’ on the Letter Head, as per 'Form F-3'
(f) 'Agreed Terms and Conditions', as per 'Form F-5'
(g) 'ACKNOWLEDGEMENT CUM CONSENT LETTER', as per 'Form F-6'
(h) Duly attested documents in accordance with the "BID EVALUATION
CRITERIA [BEC]" establishing the qualification.
(i) Copy of Power of Attorney /copy of Board Resolution, in favour of the
authorized signatory of the Bid, as per clause no.2.7 of ITB

- 42 -

Page 59 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
(j) Copy of EMD , as per Clause 16 of ITB / Declaration for Bid Security as per
provision of ITB (For MSE Bidders).
(k) Undertaking as per Annexure-IV to Section-II
(l) Undertaking as per Form-2 to Annexure-V to Section-III and Certification from
the statutory auditor or cost auditor of the company (in the case of companies) or
from a practicing cost accountant or practicing chartered accountant (in respect of
other than companies) as per Form-3 to Annexure-V to Section-III.
(m) Undertaking as per Form-I to Section-II regarding Provisions for Procurement
from a Bidder which shares a land border with India
(n) All forms and Formats including Annexures
(o) ‘Integrity Pact’ as per ‘Form F-18’
(p) ‘Indemnity Bond’ as per ‘Form F-15’
(q) Tender Document, its Corrigendum/Amendment/Clarification(s) duly signed on
each page (in case of manual tendering)/ digitally signed (in case of e-Tender) by
the Authorized Signatory holding POA.
(r) Additional document specified in BDS, SCC, Scope of Supply or mentioned
elsewhere in the Tender Document, its
Corrigendum/Amendment/Clarification(s).
(s) Any other information/details required as per Bidding Document

Note: All the pages of the Bid must be signed by the "Authorized Signatory" of the
Bidder holding POA.

11.1.2 PART--II: Price Bid


i) Part-II of the Bid shall contain Price Bid only. The Prices are to be submitted
strictly in the Price Schedule /Schedule of Rate (SOR) format of the Tender
Document as per the instructions mentioned hereunder and to be digitally signed
and uploaded in SOR attachment in GAIL’s e-portal. GAIL shall not be
responsible for any failure on the part of the bidder to follow the instructions
given in the Note below.
ii) Bidders are advised NOT to mention Rebate/Discount separately, either in the
SOR format or anywhere else in the offer. In case Bidder(s) intend to offer any
Rebate/Discount, they should include the same in the item rate(s) itself under the
“Schedule of Rates (SOR)” and indicate the discounted unit rate(s) only.
iii) If any unconditional rebate has been offered in the quoted rate the same shall be
considered in arriving at evaluated price. However no cognizance shall be taken
for any conditional discount for the purpose of evaluation of the bids.
iv) In case, it is observed that any of the bidder(s) has/have offered suo-moto
Discount/Rebate after opening of unpriced bid but before opening of price bids
such discount /rebate(s) shall not be considered for evaluation. However, in the
event of the bidder emerging as the lowest evaluated bidder without considering
the discount/rebate(s), then such discount/rebate(s) offered by the bidder shall be
considered for Award of Work and the same will be conclusive and binding on
the bidder.
v) In the event as a result of techno-commercial discussions or pursuant to seeking
clarifications / confirmations from bidders, while evaluating the un-priced part of
the bid, any of the bidders submits a sealed envelope stating that it contains
revised prices; such bidder(s) will be requested to withdraw the revised prices
failing which the bid will not be considered for further evaluation.

- 43 -

Page 60 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
12 BID PRICES

12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole
works as described in Bidding Documents, based on the rates and prices submitted by
the Bidder and accepted by the Employer. The prices quoted by the Bidders will be
inclusive of all taxes except GST (CGST & SGST/UTGST or IGST).
12.2 Prices must be filled in format for "Schedule of Rates [SOR]" enclosed as part of Tender
document. If quoted in separate typed sheets and any variation in item description, unit
or quantity is noticed; the Bid is liable to be rejected.
12.3 Bidder shall quote for all the items of "SOR" after careful analysis of cost involved for
the performance of the completed item considering all parts of the Bidding Document. In
case any activity though specifically not covered in description of item under "SOR" but
is required to complete the works as per Specifications, Scope of Work / Service,
Standards, General Conditions of Contract (“GCC"), Special Conditions of Contract
("SCC") or any other part of Bidding Document, the prices quoted shall deemed to be
inclusive of cost incurred for such activity.
12.4 All duties, taxes and other levies [if any] payable by the Contractor under the Contract,
or for any other cause except final GST (CGST & SGST/ UTGST or IGST) shall be
included in the rates / prices and the total bid-price submitted by the Bidder.

Bidder shall indicate applicable rate of GST (CGST & SGST/ UTGST or IGST) in SOR.

12.5 Prices quoted by the Bidder, shall remain firm and fixed and valid till completion of the
Contract and will not be subject to variation on any account unless any price
escalation/variation is allowed elsewhere in the Tender Document.
12.6 The Bidder shall quote the prices in 'figures' & words. There should not be any
discrepancy between the prices indicated in figures and the price indicated in words. In
case of any discrepancy, the same shall be dealt as per clause no. 30 of ITB.
12.7 Bidder shall also mention the Service Accounting Codes (SAC) / Harmonized System
of Nomenclature (HSN) at the designated place in SOR.
13 GST (CGST & SGST/ UTGST or IGST)
13.1 Bidders are required to submit copy of the GST Registration Certificate while submitting
the bids wherever GST (CGST & SGST/UTGST or IGST) is applicable.
13.2 Quoted prices should be inclusive of all taxes and duties, except GST (CGST & SGST
or IGST or UTGST). Please note that the responsibility of payment of GST (CGST &
SGST or IGST or UTGST) lies with the Contractor only. Contractor providing taxable
service shall issue an e-Invoice/Invoice/Bill, as the case may be as per rules/ regulation
of GST. Further, returns and details required to be filled under GST laws & rules should
be timely filed by Contractor with requisite details.
Payments to Contractor for claiming GST (CGST & SGST/UTGST or IGST) amount
will be made provided the above formalities are fulfilled. Further, GAIL may seek copies
of challan and certificate from Chartered Accountant for deposit of GST (CGST &
SGST/UTGST or IGST) collected from Owner.
13.3 In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority / any
equivalent government agency brings to the notice of GAIL that the Contractor has not
remitted the amount towards GST (CGST & SGST/UTGST or IGST) collected from
GAIL to the government exchequer, then, that Contactor shall be put under Holiday list
of GAIL for period of six months after following the due procedure. This action will be
in addition to the right of recovery of financial implication arising on GAIL.

- 44 -

Page 61 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
13.4 In case of statutory variation in GST (CGST & SGST/UTGST or IGST), other than
due to change in turnover, payable on the contract value during contract period, the
Contractor shall submit a copy of the 'Government Notification' to evidence the rate as
applicable on the Bid due date and on the date of revision.
Beyond the contract period, in case GAIL is not entitled for input tax credit of GST
(CGST & SGST/UTGST or IGST), then any increase in the rate of GST (CGST &
SGST/UTGST or IGST) beyond the contractual delivery period shall be to
Contractor’s account whereas any decrease in the rate GST (CGST & SGST/UTGST
or IGST) shall be passed on to the Owner.
Beyond the contract period, in case GAIL is entitled for input tax credit of GST (CGST
& SGST/UTGST or IGST), then statutory variation in quoted GST (CGST &
SGST/UTGST or IGST) on supply and on incidental services, shall be to GAIL’s
account.
Claim for payment of GST (CGST & SGST/UTGST or IGST)/ Statutory variation,
should be raised within two [02] months from the date of issue of 'Government
Notification' for payment of differential (in %) GST (CGST & SGST/UTGST or
IGST), otherwise claim in respect of above shall not be entertained for payment of
arrears.
The base date for the purpose of applying statutory variation shall be the Bid Due Date.
13.5 Where GAIL is entitled to avail the input tax credit of GST (CGST & SGST/UTGST
or IGST):-
13.5.1 Owner/GAIL will reimburse the GST (CGST & SGST/UTGST or IGST) to the
Contractor at actuals against submission of E-Invoices/Invoices as per format specified
in rules/ regulation of GST to enable Owner/GAIL to claim input tax credit of GST
(CGST & SGST/UTGST or IGST) paid. In case of any variation in the executed
quantities, the amount on which the GST (CGST & SGST/UTGST or IGST) is
applicable shall be modified in same proportion. Returns and details required to be filled
under GST laws & rules should be timely filed by supplier with requisite details.
13.5.2 The input tax credit of quoted GST (CGST & SGST/UTGST or IGST) shall be
considered for evaluation of bids, as per evaluation criteria of tender document.
13.6 Where GAIL is not entitled to avail/take the full input tax credit of GST (CGST &
SGST/UTGST or IGST):-
13.6.1 Owner/GAIL will reimburse GST (CGST & SGST/UTGST or IGST) to the Contractor
at actuals against submission of E-Invoices/Invoices as per format specified in rules/
regulation of GST subject to the ceiling amount of GST (CGST & SGST/UTGST or
IGST) as quoted by the bidder, subject to any statutory variations, except variations
arising due to change in turnover. In case of any variation in the executed quantities (If
directed and/or certified by the Engineer-In-Charge) the ceiling amount on which GST
(CGST & SGST/UTGST or IGST) is applicable will be modified on pro-rata basis.
13.6.2 The bids will be evaluated based on total price including quoted GST (CGST &
SGST/UTGST or IGST).
13.7 GAIL will prefer to deal with registered supplier of goods/ services under GST.
Therefore, bidders are requested to get themselves registered under GST, it not registered
yet.
However, in case any unregistered bidder is submitting their bid, their prices will be
loaded with applicable GST (CGST & SGST/UTGST or IGST) while evaluation of
bid (if applicable as per Govt. Act/ Law in vogue). Where GAIL is entitled for input
credit of GST (CGST & SGST/UTGST or IGST), the same will be considered for
evaluation of bid as per evaluation methodology of tender document. Further, an
unregistered bidder is required to mention its Income Tax PAN in bid document.

- 45 -

Page 62 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
13.8 In case GAIL is required to pay entire/certain portion of applicable GST (CGST &
SGST/UTGST or IGST) and remaining portion, if any, is to be deposited by Bidder
directly as per GST (CGST & SGST/UTGST or IGST) laws, entire applicable
rate/amount of GST (CGST & SGST/UTGST or IGST) to be indicated by bidder in
the SOR.
Where GAIL has the obligation to discharge GST (CGST & SGST/UTGST or IGST)
liability under reverse charge mechanism and GAIL has paid or is /liable to pay GST
(CGST & SGST/UTGST or IGST) to the Government on which interest or penalties
becomes payable as per GST laws for any reason which is not attributable to GAIL or
ITC with respect to such payments is not available to GAIL for any reason which is not
attributable to GAIL, then GAIL shall be entitled to deduct/ setoff / recover such
amounts against any amounts paid or payable by GAIL to Contractor / Supplier.
13.9 Contractor shall ensure timely submission of correct invoice(s) /e-invoice(s), as per GST
rules/ regulation, with all required supporting document(s) within a period specified in
Contract to enable GAIL to avail input credit of GST (CGST & SGST/UTGST or IGST).
Further, returns and details required to be filled under GST laws & rules should be timely
filed by Contractor with requisite details.
If input tax credit is not available to GAIL for any reason not attributable to GAIL, then
GAIL shall not be obligated or liable to pay or reimburse GST (CGST & SGST/UTGST
or IGST) claimed in the invoice(s) and shall be entitled to deduct / setoff / recover such
GST amount (CGST & SGST/UTGST or IGST) or Input Tax Credit amount together
with penalties and interest, if any, against any amounts paid or becomes payable by
GAIL in future to the Contractor under this contract or under any other contract.
13.10 Anti-profiteering clause
As per Clause 171 of GST Act it is mandatory to pass on the benefit due to reduction in
rate of tax or from input tax credit to the consumer by way of commensurate reduction in
prices. The Contractor may note the above and quote their prices accordingly.
13.11 In case the GST rating of contractor on the GST portal / Govt. official website is negative
/ black listed, then the bids may be rejected by GAIL. Further, in case rating of bidder is
negative / black listed after award of work, then GAIL shall not be obligated or liable to
pay or reimburse GST to such c and shall also be entitled to deduct / recover such GST
along with all penalties / interest, if any, incurred by GAIL.
13.12 GST (CGST & SGST/UTGST or IGST) is implemented w.e.f. 01.07.2017 which
subsumed various indirect taxes and duties applicable before 01.07.2017. Accordingly,
the provisions of General Condition of Contract relating to taxes and duties which are
subsumed in GST are modified to aforesaid provisions mentioned in clause no. 12 and 13
of ITB.
13.13 GST, as quoted by the bidder in Schedule of Rates, shall be deemed as final and binding
for the purpose of bid evaluation (applicable for tenders where bidder quotes the GST
rates). In case a bidder enters “zero/blank” GST or an erroneous GST, the bid evaluation
for finalizing the L1 bidder will be done considering the “Zero” or quoted GST rate, as
the case may be. No request for change in GST will be entertained after submission of
bids.
In cases where the successful bidder quotes a wrong GST rate, for releasing the order, the
following methodology will be followed:
 In case the actual GST rate applicable is lower than the quoted GST rate, the
actual GST rate will be added to the quoted basic prices. The final cash outflow
will be based on actual GST rate.
 In case the actual GST rate applicable is more than the quoted GST rate, the basic
prices quoted will be reduced proportionately, keeping the final cash outflow the
same as the overall quoted amount.
- 46 -

Page 63 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Based on the Total Cash Outflow calculated as above, GAIL shall place orders.

13.14 Wherever TDS under GST Laws has been deducted from the invoices raised / payments
made to the Contractors, as per the provisions of the GST law / Rules, Contractors should
accept the corresponding GST-TDS amount populated in the relevant screen on GST
common portal (www.gst.gov.in). Further, Vendors should also download the GST TDS
certificate from GST common portal (reference path: Services > User Services >
View/Download Certificates option).

13.15 Provision w.r.t. E- Invoicing requirement as per GST laws:


Supplier who is required to comply with the requirements of E-invoice for B2B
transactions as per the requirement of GST Law will ensure the compliance of
requirement of E Invoicing under GST law. If the invoice issued without following this
process, such invoice can-not be processed for payment by GAIL as no ITC is allowed
on such invoices.
Therefore, all the payments to such supplier who is liable to comply with e-invoice as per
GST Laws shall be made against the proper e-invoice(s) only. Further, returns and details
required to be filled under GST laws & rules against such e-invoices should be timely
filed by Supplier of Goods with requisite details.
If input tax credit is not available to GAIL for any reason attributable to supplier (both
for E-invoicing cases and non-E-invoicing cases), then GAIL shall not be obligated or
liable to pay or reimburse GST (CGST & SGST/UTGST or IGST) claimed in the
invoice(s) and shall be entitled to deduct / setoff / recover such GST amount (CGST &
SGST/UTGST or IGST) or Input Tax Credit amount together with penalties and interest,
if any, by adjusting against any amounts paid or becomes payable in future to the
supplier under this contract or under any other contract.

To ensure compliance, undertaking in requisite format is to be submitted by supplier as


per format F-17 along with documents for release of payment.

13.16 New Taxes & duties: Any new taxes & duties, if imposed by the State/ Central Govt. of
India after the due date of bid submission but before the Contractual Completion Date,
shall be reimbursed to the Service Provider on submission of copy of notification(s)
issued from State/ Central Govt. Authorities along with documentary evidence for proof
of payment of such taxes & duties, but only after ascertaining it’s applicability with
respect to the Contract.

13.17 Full payment including GST will be released at the time of processing of invoice for
payment, where the GST amount reflects in Form GSTR-2A of GAIL. However, in case
where the GST amount doesn't reflect in Form GSTR-2A of GAIL, the amount of GST
will be released after reflection of GST amount of corresponding invoice in Form GSTR-
2A of GAIL.

14 BID CURRENCIES:

Bidders must submit bid in Indian Rupees only.

15 BID VALIDITY

- 47 -

Page 64 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
15.1 Bids shall be kept valid for period specified in BDS from the final Due date of
submission of bid'. A Bid valid for a shorter period may be rejected by GAIL as 'non-
responsive'.
15.2 In exceptional circumstances, prior to expiry of the original 'Bid Validity Period', the
Employer may request the Bidders to extend the 'Period of Bid Validity' for a specified
additional period. The request and the responses thereto shall be made in writing or by
email. A Bidder may refuse the request without forfeiture of his EMD / Bid Security.

A Bidder agreeing to the request will not be required or permitted to modify his Bid, but
will be required to extend the validity of its EMD for the period of the extension and in
accordance with "ITB: Clause-16" in all respects.

16 EARNEST MONEY DEPOSIT

16.1 Bid must be accompanied with earnest money (i.e Earnest Money Deposit (EMD) also
known as Bid Security) in the form of ‘Demand Draft’ / ‘Banker’s Cheque’ [in favour
of GAIL (India) Limited payable at place mentioned in BDS] or ‘Bank Guarantee’
strictly as per the format given in form F 2 of the Tender Document. Bidder shall
ensure that EMD submitted in the form of ‘Bank Guarantee’ should have a validity of
at least ‘two [02] months’ beyond the validity of the Bid. EMD submitted in the form of
‘Demand Draft’ or ‘Banker’s Cheque’ should be valid for three months.
Bid not accompanied with EMD, or EMD not in requisite format shall be liable for
rejection. The EMD shall be submitted in Indian Rupees only.
16.2 GAIL shall not be liable to pay any documentation charges, Bank charges, commission,
interest etc. on the amount of EMD. In case EMD is in the form of a ‘Bank Guarantee’,
the same shall be from any Indian scheduled Bank or a branch of an International Bank
situated in India and registered with ‘Reserve Bank of India’ as Scheduled Foreign Bank.
However, in case of ‘Bank Guarantee’ from Banks other than the Nationalized Indian
Banks, the Bank must be commercial Bank having net worth in excess of Rs. 100 Crores
[Rupees One Hundred Crores] and a declaration to this effect should be made by such
commercial Bank either in the ‘Bank Guarantee’ itself or separately on its letterhead.
16.3 Any Bid not secured in accordance with “ITB: Clause-16.1 & Clause-16.3” may be
rejected by GAIL as non-responsive.
16.4 Unsuccessful Bidder’s EMD will be discharged/ returned as promptly as possible, but
not later than ‘thirty [30] days’ after finalization of tendering process.
16.5 The successful Bidder’s EMD will be discharged upon the Bidder’s acknowledging the
‘Award’ and signing the ‘Agreement’ (if applicable) and furnishing the ‘Contract
Performance Security (CPS)/ Security Deposit’ pursuant to clause no. 38 of ITB.
16.6 Notwithstanding anything contained herein, the EMD may also be forfeited in any of the
following cases:
(a) If a Bidder withdraws his Bid during the ‘Period of Bid Validity’
(b) If a Bidder has indulged in corrupt/fraudulent /collusive/coercive practice
(c) If the Bidder modifies Bid during the period of bid validity (after Due Date and
Time for Bid Submission).
(d) Violates any other condition, mentioned elsewhere in the Tender Document,
which may lead to forfeiture of EMD.
(e) In the case of a successful Bidder, if the Bidder fails to:
(i) to acknowledge receipt of the “Notification of Award” / Fax of
Acceptance[FOA]”,
(ii) to furnish “Contract Performance Security / Security Deposit”, in
accordance with “ITB: Clause-38”
- 48 -

Page 65 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
to accept ‘arithmetical corrections’ as per provision of the clause 30 of
(iii)
ITB.
16.7 In case EMD is in the form of ‘Bank Guarantee’, the same must indicate the Tender
Document No. and the name of Tender Document for which the Bidder is quoting. This
is essential to have proper correlation at a later date.
16.8 MSEs (Micro & Small Enterprises) are exempted from submission of EMD in
accordance with the provisions of PPP-2012 and Clause 40 of ITB. However,
Traders/Dealers/ Distributors /Stockiest /Wholesaler are not entitled for exemption of
EMD.The Government Departments/PSUs are also exempted from the payment of
EMD. Further, Startups are also exempted from the payment of EMD.
16.9 In addition to existing specified form (i.e. Demand Draft (DD)/ Banker’s Cheque/ Bank
Guarantee) mentioned in tender documents for submission of EMD/Bid Bond, the
bidder can also submit the EMD through online banking transaction i.e.
IMPS/NEFT/RTGS etc. While remitting, the bidder must indicate EMD and tender/E-
tender no. under remarks. Bidders shall be required to submit/ upload the successful
transaction details along-with their bid/e-bid in addition to forwarding the details to
dealing officer through email/letter along with tender reference number immediately after
remittance of EMD.
In absence of submitting/ uploading the remittance details, the bids are likely to be
considered as bid not accompanied with EMD. Further, in case of the above online
transaction, submission of EMD in original is not applicable.
16.10 In case of forfeiture of EMD/ Bid Security, the forfeited amount will be considered
inclusive of tax and tax invoice will be issued by GAIL. The forfeiture amount will be
subject to final decision of GAIL based on other terms and conditions of order/ contract.”
16.11 EMD/Bid Bond will not be accepted in case the same has reference of
‘remitter’/’financer’ other than bidder on the aforementioned financial instrument of
EMD/ Bid Bond submitted by the bidder and bid of such bidder will be summarily
rejected.

16A DECLARATION FOR BID SECURITY

Earnest Money Deposit/Bid Security is not applicable.


However, all the bidder (including MSEs, Startups) is required to submit Declaration for
Bid Security in bid as per proforma at Form F-2A.

17 PRE-BID MEETING (IF APPLICABLE)

17.1 The Bidder(s) or his designated representative are invited to attend a "Pre-Bid Meeting"
which will be held at address specified in IFB. It is expected that a bidder shall not
depute more than 02 representatives for the meeting.
17.2 Purpose of the meeting will be to clarify issues and to answer questions on any matter
that may be raised at that stage and give hands-on e-tendering.
17.3 Text of the questions raised and the responses given, together with any responses
prepared after the meeting, will be uploaded on GAIL e-tendering website against the
Tender as specified in "ITB: Clause-8. Any modification of the Contents of Bidding
Documents listed in "ITB: Clause-7.1", that may become necessary as a result of the Pre-
Bid Meeting shall be made by the Employer exclusively through the issue of an
Corrigendum pursuant to "ITB: Clause-9", and not through the minutes of the Pre-Bid
Meeting.
17.4 Non-attendance of the Pre-Bid Meeting will not be a cause for disqualification of Bidder.
- 49 -

Page 66 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

18 FORMAT AND SIGNING OF BID

18.1 The original and all copies of the Bid shall be typed or written in indelible ink [in the
case of copies, photocopies are also acceptable] and shall be signed by a person or
persons duly authorized to sign on behalf of the Bidder (as per POA). The name and
position held by each person signing, must be typed or printed below the signature. All
pages of the Bid except for unamendable printed literature where entry(s) or
amendment(s) have been made shall be initialed by the person or persons signing the
Bid.
18.2 The Bid shall contain no alterations, omissions, or additions, unless such corrections are
initialed by the person or persons signing the Bid.
18.3 In case of e-tendering, digitally signed documents to be uploaded as detailed in
addendum to ITB (Annexure-III to Section III).

19 ZERO DEVIATION AND REJECTION CRITERIA

19.1 ZERO DEVIATION: Deviation to terms and conditions of "Bidding Documents" may
lead to rejection of bid. GAIL will accept bids based on terms & conditions of "Bidding
Documents" only. Bidder may note GAIL will determine the substantial responsiveness
of each bid to the Bidding Documents pursuant to provision contained in clause 29 of
ITB. For purpose of this, a substantially responsive bid is one which conforms to all
terms and conditions of the Bidding Documents without deviations or reservations.
GAIL's determination of a bid's responsiveness is based on the content of the bid itself
without recourse to extrinsic evidence. GAIL reserves the right to raise technical and/or
commercial query(s), if required, may be raised on the bidder(s). The response(s) to the
same shall be in writing, and no change in the price(s) or substance of the bids shall be
sought, offered or permitted. The substance of the bid includes but not limited to prices,
completion, scope, technical specifications, etc. Bidders are requested to not to take any
deviation/exception to the terms and conditions laid down in this "Tender Documents",
and submit all requisite documents as mentioned in this "Tender Documents", failing
which their offer will be liable for rejection. If a bidder does not reply to the queries in
the permitted time frame then its bid shall be evaluated based on the documents
available in the bid.
19.2 REJECTION CRITERIA: Notwithstanding the above, deviation to the following
clauses of Tender document shall lead to summarily rejection of Bid:
(a) Firm Price
(b) Earnest Money Deposit / Bid Security / Bid Security declaration (as applicable)
(c) Specifications & Scope of Work
(d) Schedule of Rates / Price Schedule / Price Basis
(e) Duration / Period of Contract/ Completion schedule
(f) Period of Validity of Bid
(g) Price Reduction Schedule
(h) Contract Performance Security
(i) Guarantee / Defect Liability Period
(j) Arbitration / Resolution of Dispute/Jurisdiction of Court
(k) Force Majeure & Applicable Laws
(l) Integrity Pact
(m) certification for class-I /class-II local supplier towards mandatory minimum local
content as per the provisions of PPLC policy

- 50 -

Page 67 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
(n) Undertaking for procurement from a Bidder whose country sharing the border with
India.
(o) Affidavit / Undertaking of Domestically manufactured Iron & Steel Policy
(p) Any other condition specifically mentioned in the tender document elsewhere that
non-compliance of the clause lead to rejection of bid
Note: Further, it is once again reminded not to mention any condition in the Bid which is
contradictory to the terms and conditions of Tender document.

20 E-PAYMENT

GAIL (India) Limited has initiated payments to Contractors electronically, and to


facilitate the payments electronically through 'e-banking'.
[D] – SUBMISSION OF BIDS

21 SUBMISSION, SEALING AND MARKING OF BIDS

21.1 In case of e-tendering, bids shall be submitted through e-tender mode in the manner
specified elsewhere in tender document. No Manual/ Hard Copy (Original) offer shall
be acceptable. Physical documents shall be addressed to the owner at address specified
in IFB.
21.2 In case of manual tendering bid must be submitted in sealed envelope. If the envelope is
not sealed & marked as per Clause No. 11 of ITB, the employer will assume no
responsibility for misplacement or pre-mature opening of the bid.
21.3 All the bids shall be addressed to the owner at address specified in IFB.
21.4 Bids submitted under the name of AGENT / REPRESENTATIVE /RETAINER/
ASSOCIATE etc. on behalf of a bidder/affiliate shall not be accepted.

22 DEADLINE FOR SUBMISSION OF BIDS

22.1 In case of e-bidding, the bids must be submitted through e-tender mode not later than the
date and time specified in the tender documents/BDS.
22.2 In case of manual tendering EMD along with bid must be submitted within the due date
& time, as specified in Clause no. 2.0 (I) of IFB and place mentioned in BDS.
22.3 GAIL may, in exceptional circumstances and at its discretion, extend the deadline for
submission of Bids (8.0 and/or 9 of ITB refers). In which case all rights and obligations
of GAIL and the Bidders, previously subject to the original deadline will thereafter be
subject to the deadline as extended. Notice for extension of due date of submission of bid
will be uploaded on GAIL’s website/ communicated to the bidders.

23 LATE BIDS

23.1 Any bids received after the notified date and time of closing of tenders will be treated as
late bids.
23.2 In case of e-tendering, e-tendering system of GAIL shall close immediately after the due
date for submission of bid and no bids can be submitted thereafter.
In case of manual tendering, bids received by GAIL after the due date for submission of
bids shall not be considered. Such late bids shall be returned to the bidder within “10
days” in ‘unopened conditions’. The EMD of such bidders shall be returned along with
the un-opened bid. In case of e-tendering, where the EMD/physical documents has been
received but the bid is not submitted by the bidder in the e-tendering portal, such bid
bond/ physical documents shall be returned immediately.
- 51 -

Page 68 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
23.3 EMD /physical documents received to address other than one specifically stipulated in
the Tender Document will not be considered for evaluation/opening/award if not
received to the specified destination within stipulated date & time.
2.3.4 Unsolicited Bids or Bids received to address other than one specifically stipulated in the
tender document will not be considered for evaluation/opening/award if not received to
the specified destination within stipulated date & time.

24 MODIFICATION AND WITHDRAWAL OF BIDS

24.1 The bidder may withdraw or modify its bid after bid submission but before the due date
and time for submission as per tender document.

24.2 Any withdrawal/ modification/substitution of Bid in the interval between the Due Date
& Time for Bid submission and the expiration of the period of bid validity specified by
the Bidder in their Bid shall result in the Bidder’s forfeiture of EMD pursuant to clause
16 of ITB / invocation of action as per Bid Security declaration and rejection of Bid.
24.4 The latest Bid submitted by the Bidder before Bid Due Date & Time shall be considered
for evaluation and all other Bid(s) shall be considered to be unconditionally withdrawn.

[E] – BID OPENING AND EVALUATION

25 EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL


BIDS

GAIL 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 Contract, 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 GAIL's action. However, Bidder if so desire may
seek the reason (in writing) for rejection of their Bid to which GAIL shall respond
quickly.

26 BID OPENING

26.1 Unpriced Bid Opening :

GAIL will open bids, in the presence of Bidders through Video Conferencing designated
representatives who choose to attend, at stipulated date, time may connect through Video
Conferencing though Link. (Link to attend Video Conferencing shall be shared with
bidders on the date of Un-priced Bid Opening).
.
26.2 Priced Bid Opening:
GAIL will open the price bids of those Bidders who meet the qualification requirement
and whose bid is determined to be technically and commercially responsive. Bidders
selected for opening of their price bid shall be informed about the date & time of price
bid opening. Bidders may depute their authorized representative to witness the price bid
opening through Video Conferencing. The Bidders shall be informed about the details of
Video Conferencing vide email and may be required to be present even on a short notice.

26.3 The price bids of those Bidders who were not found to be techno-commercially
responsive shall not be opened in both manual tendering and e-tendering.

- 52 -

Page 69 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
26.4 In case of bids invited under the single bid system, bid shall be opened on the specified
due date & time.

27 CONFIDENTIALITY

Information relating to the examination, clarification, evaluation and comparison of


Bids, and recommendations for the award of a Contract, shall not be disclosed to
Bidder(s) or any other persons not officially concerned with such process.

28 CONTACTING THE EMPLOYER

28.1 From the time of Bid opening to the time of award of Contract, if any Bidder wishes to
contact the Employer on any matter related to the Bid, it should do so in writing.
28.2 Any effort by the Bidder to influence the Employer in the Employer's 'Bid Evaluation',
'Bid Comparison', or 'Contract Award' decisions may result in the rejection of the
Bidder's Bid and action shall be initiated as per procedure for action in case Corrupt /
Fraudulent / Collusive / Coercive practices in this regard, apart from forfeiture of EMD/
Bid Security, if any.

29 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

29.1 The employer’s’s determination of a bid’s responsiveness is based on the content of the
bid only. Prior to the detailed evaluation of Bids, the Employer will determine whether
each Bid:-
(a) Meets the "Bid Evaluation Criteria" of the Bidding Documents;
(b) Has been properly signed;
(c) Is accompanied by the required 'Earnest Money / Bid Security
(d) Is substantially responsive to the requirements of the Bidding Documents; and
(e) Provides any clarification and/or substantiation that the Employer may require to
determine responsiveness pursuant to "ITB: Clause-29.2"
29.2 A substantially responsive Bid is one which conforms to all the terms, conditions and
specifications of the Bidding Documents without material deviations or reservations or
omissions for this purpose employer defines the foregoing terms below:-
a) “Deviation” is departure from the requirement specified in the tender documents.
b) “Reservation” is the setting of limiting conditions or withholding from complete
acceptance of the requirement in the tender documents.
c) “Omission” is the failure to submit part or all of the information or
documentation required in the tender document for evaluation of bid.
29.3 A material deviation, reservation or omission is one that,
a) If accepted would,
i) Affect in any substantial way the scope, quality, or performance of the job
as specified in tender documents.
ii) Limit, in any substantial way, inconsistent with the Tender Document, the
Employer’s rights or the tenderer’s obligations under the proposed
Contract.
b) If rectified, would unfairly affect the competitive position of other bidders
presenting substantially responsive bids.
29.4 The employer shall examine all aspects of the bid to confirm that all requirements have
been met without any material deviation, reservation or omission.

- 53 -

Page 70 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
29.5 If a Bid is not substantially responsive, it may be rejected by the Employer and may not
subsequently be made responsive by correction or withdrawal of the of material
deviation, reservation or omission.

30 CORRECTION OF ERRORS

30.1 Bids determined to be substantially responsive will be checked by the Employer for any
arithmetic errors. Errors in Price Schedule/Schedule of Rates (SOR) will be corrected by
the Employer as follows:

(i) When there is a difference between the rates in figures and words, the rate which
corresponds to the amount worked out by the Bidder (i.e. by multiplying the
quantity and rate) 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 and not the
amount. The amount shall be re-calculated/ corrected accordingly.
(iii) When it is not possible to ascertain the correct rate, in the manner prescribed
above, the rate as quoted in words shall be adopted and the amount worked out,
for comparison purposes.
(iv) In case any bidder does not quote for any item(s) of “Schedule of Rates” and the
estimated price impact is more than 10% of the quoted price, then the bid will be
rejected. If such price impact of unquoted items is 10% or less of his quoted
price, then the unquoted item(s) shall be loaded highest of the price quoted by the
other bidders . If such bidder happens to be lowest evaluated bidder, price of
unquoted items shall be considered as included in the quoted bid price.

30.2 The amount stated in the bid will be adjusted by the Employer in accordance with the
above procedure for the correction of errors. If the bidder does not accept the corrected
amount of bid, its bid will be rejected, and the bid security shall be forfeited

31 CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS

Not Applicable. All bids submitted must be in the currency specified at clause 14 of ITB.

32 EVALUATION AND COMPARISON OF BIDS

Bid shall be evaluated as per evaluation criteria mentioned in Section-II of bidding


documents on lowest bid.
In case of a tie at the lowest bid (L1) position between two or more bidders, the
order/LoA will be placed on the bidder who has higher/ highest turnover in last audited
financial year.
In case there is a tie at the lowest bid (L1) position between only startup bidders and
none of them has past turnover, the order/LoA will be placed on the startup who is
registered earlier with Department for Promotion of Industry and Internal Trade.

33 COMPENSATION FOR EXTENDED STAY – NOT APPLICABLE

33.1 In the event of the time of completions of work getting delayed beyond the time schedule
indicated in the bidding document plus a grace period equivalent to 1/5th of the time
schedule or 2 months whichever is more, due to reasons solely attributable to Employer,
- 54 -

Page 71 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
the Contractor shall be paid compensation for extended stay (ESC) to maintain necessary
organizational set up and construction tools, tackles, equipment etc. at site of work.
33.2 The bidder is required to specify the rate for ESC on per month basis in the “PRICE
PART” of his bid, which shall be considered for loading on total quoted price during
price bid evaluation. The loading shall be done of a period of 1/5th of the time schedule
or 1 month whichever is less. In case bidder does not indicate the rate for ESC in price
part of his bid, it will be presumed that no ESC is required by the bidder and evaluation
shall be carried out accordingly.

34 PURCHASE PREFERENCE

Purchase Preference to Local Content (PP-LC) bidders / Domestically Manufactured


Telecom Products (DMTP) shall be allowed as per Government instructions in vogue, as
applicable from time to time.
The policy for providing Purchase Preference (linked with Local content) is enclosed as
Annexure V to ITB herewith.

[F] – AWARD OF CONTRACT

35 AWARD

Subject to "ITB: Clause-29", GAIL will award the Contract to the successful Bidder
whose Bid has been determined to be substantially responsive and has been determined
as the lowest provided that bidder, is determined to be qualified to satisfactorily perform
the Contract.
“GAIL intent to place the contract directly on the address from where Goods are
produced/dispatched or Services are rendered. In case, bidder wants contract at some
other address or supply of Goods/ Services from multiple locations, bidder is required
to provide in their bid address on which order is to be placed”.

GAIL will place the Contract directly on the successful bidder from whom the bid has
been received & evaluated and will not place order on other entities such as subsidiary,
business associate or partner, dealer/distributor etc. of the Bidder.

36 NOTIFICATION OF AWARD / FAX OF ACCEPTANCE

36.1 Prior to the expiry of ‘Period of Bid Validity’, Notification of Award for acceptance of
the Bid will be intimated to the successful Bidder by GAIL either by E - mail /Letter or
like means defined as the “Fax of Acceptance (FOA)”. The Contract shall enter into
force on the date of FOA and the same shall be binding on GAIL and successful Bidder
(i.e. Contractor). The Notification of Award/FOA will constitute the formation of a
Contract. The detailed Letter of Acceptance shall be issued thereafter incorporating
terms & conditions of Tender Document, Corrigendum, Clarification(s), Bid and agreed
variation(s)/acceptable deviation(s), if any. GAIL may choose to issue Notification of
Award in form of detailed Letter of Acceptance without issuing FOA and in such case
the Contract shall enter into force on the date of detailed Letter of Acceptance only.
36.2 Contract period shall commence from the date of "Notification of Award" or as
mentioned in the Notification of Award. The "Notification of Award" will constitute the
formation of a Contract, until the Contract has been effected pursuant to signing of
Contract Agreement as per "ITB: Clause-37".

- 55 -

Page 72 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
36.3 Upon the successful Bidder's / Contractor's furnishing of 'Contract Performance Security
/ Security Deposit', pursuant to "ITB: Clause-38", GAIL will promptly discharge his
'Earnest Money Deposit / Bid Security', pursuant to "ITB: Clause-16"
36.4 The Order/ contract value mentioned above is subject to Price Reduction Schedule
clause.
36.5 GAIL will award the Contract to the successful Bidder, who, within 'fifteen [15] days' of
receipt of the same, shall sign and return the acknowledged copy to GAIL.

37 SIGNING OF AGREEMENT

37.1 The successful Bidder/Contractor shall be required to execute an 'Agreement' in the


proforma given in this Bidding Document on a 'non-judicial stamp paper' of appropriate
value [cost of the 'stamp-paper' shall be borne by the successful Bidder/Contractor] and
of ' State of India' specified in Bidding Data Sheet (BDS) only, within 'fifteen [15] days'
of receipt of the "Fax of Acceptance [FOA]" of the Tender by the successful
Bidder/Contractor failure on the part of the successful Bidder/Contractor to sign the
'Agreement' within the above stipulated period, shall constitute sufficient grounds for
forfeiture of EMD/Security Deposit / Action as per Bid Security declaration.
37.3 Bidders can request Bilingual (Hindi & English) Contract Agreement. The format for
signing Contract Agreement in English is attached with this Bidding Document.

38 CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT [CPS/SD]

38.1 Within 30 days of the receipt of the notification of award/ Fax of Acceptance from
GAIL, the successful bidder shall furnish the Contract Performance Security (CPS) in
accordance with of General Conditions of the Contract. The CPS shall be in the form of
either Banker’s Cheque or Demand Draft or Bank Guarantee or Letter of Credit and shall
be in the currency of the Contract. However, CPS shall not be applicable in cases
wherein the individual contract value as specified in Notification of Award is less than
INR 5 Lakh (exclusive of GST).
38.2 The contract performance security shall be for an amount equal to specified in Bidding
Data Sheet (BDS) towards faithful performance of the contractual obligations and
performance of equipment. For the purpose of CPS, Contract/order value shall be
exclusive of GST (CGST & SGST/UTGST or IGST).
Bank Guarantee towards CPS shall be from any Indian scheduled bank or a branch of an
International bank situated in India and registered with Reserve bank of India as
scheduled foreign bank. However, in case of bank guarantees from banks other than the
Nationalized Indian banks, the bank must be a commercial bank having net worth in
excess of Rs 100 crores and a declaration to this effect should be made by such
commercial bank either in the Bank Guarantee itself or separately on its letterhead.
38.3 Failure of the successful bidder to comply with the requirements of this article shall
constitute sufficient grounds for consideration of the annulment of the award and
forfeiture of the EMD .
38.4 The CPS has to cover the entire contract value including extra works/services also. As
long as the CPS submitted at the time of award take cares the extra works/ services
executed and total executed value are within the awarded contract price, there is no need
for additional CPS. As soon as the total executed value is likely to burst the ceiling of
awarded contract price, the contractor should furnish additional CPS.
38.5 Further, Ministry of Finance (MOF) Department of financial service has issued direction
for submission of Bank Guarantee through online vide letter ref number
F.No.7/112/2011-BOA dated 17th July 2012. The successful bidder can submit CPS
- 56 -

Page 73 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
online through issuing bank to GAIL directly as per the above direction including its
revisions, if any. In such cases confirmation will not be sought from issuing banker by
GAIL.
38.6 In addition to existing specified form (i.e. Demand Draft (DD)/ Banker’s Cheque/ Bank
Guarantee/Letter of Credit) mentioned in tender documents for submission of Security
Deposit/ Contract Performance Security, the successful bidder can also submit the
Security Deposit/ Contract Performance Security through online banking transaction i.e.
IMPS/NEFT/RTGS/SWIFT etc. For this purpose, the details of GAIL’s Bank Account is
mentioned in BDS. Further, in case a successful Bidder is willing to furnish CPS through
SWIFT, the details may be obtained from Purchase Officer immediately after receipt of
FOA.

While remitting such online transaction, the bidder must indicate “Security Deposit/
Contract Performance Security against FOA/DLOA no. _______ (contractor to
specify the FOA/DLOA No.)” under remarks column of such transaction of respective
bank portal. The contractor/vendor shall be required to submit the successful transaction
details to the dealing officer immediately through email/letter and necessarily within 30
days from the date of Fax of Acceptance.
38.7 In case of forfeiture of Contract Performance Security/ Security Deposit in terms of
GCC, the forfeited amount will be considered inclusive of tax and tax invoice will be
issued by GAIL. The forfeiture amount will be subject to final decision of GAIL based
on other terms and conditions of order/ contract.
38.8 The Contractor will also submit covering letter along with CPS as per format at F-4.
38.9 CPBG/Security Deposit will not be accepted in case the same has reference of
‘remitter’/’financer’ other than bidder on the aforementioned financial instrument of
CPBG/ Security Deposit submitted by the Contractor.

39 PROCEDURE FOR ACTION IN CASE CORRUPT/


FRAUDULENT/COLLUSIVE/ COERCIVE PRACTICES

39.1 Procedure for action in case Corrupt/ Fraudulent/Collusive/Coercive Practices is


enclosed at Annexure-I.
39.2 The Fraud Prevention Policy document is available on GAIL’s website
(www.gailonline.com)
39.3 Name and contact details of nodal officer- Refer BDS for details

39.4 NON-APPLICABILITY OF ARBITRATION CLAUSE IN CASE OF BANNING


OF VENDORS/ SUPPLIERS / CONTRACTORS/BIDDERS/ CONSULTANTS
INDULGED IN FRAUDULENT/ COERCIVE PRACTICES
Notwithstanding anything contained contrary in GCC and other "CONTRACT
DOCUMENTS", in case it is found that the Contractors / Bidders indulged in fraudulent/
coercive practices at the time of bidding, during execution of the contract etc., and/or on
other grounds as mentioned in GAIL’s “Procedure for action in case
Corrupt/Fraudulent/Collusive/Coercive Practices” (Annexure-I to Section-III), the
contractor/bidder shall be banned (in terms of aforesaid procedure) from the date of
issuance of such order by GAIL (India) Ltd., to such Contractors/Bidders.

The Contractor/ Bidder understands and agrees that in such cases where Contractor/
Bidder has been banned (in terms of aforesaid procedure) from the date of issuance of
such order by GAIL (India) Limited, such decision of GAIL (India) Limited shall be
final and binding on such Contractor/ Bidder and the ‘Arbitration clause’ in the GCC and
- 57 -

Page 74 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
other "CONTRACT DOCUMENTS" shall not be applicable for any consequential issue
/dispute arising in the matter.

40 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES

40.1 Government of India, vide Gazette of India No. 503 dated 26.03.2012 proclaimed the
Public Procurement Policy for Micro and Small Enterprises (MSEs). The following
benefit is available in case of work contract also:
i) Issue of tender document to MSEs free of cost.
ii) Exemption to MSEs from payment of EMD/Bid Security.

40.2 In case bidder is a Micro or Small Enterprise, the bidder shall submit the following :
(i) Ministry of MSME vide Gazette notification no. CG-DL-E-26062020-220191
dated 26.06.2020 had notified certain criteria for classifying the enterprises as
Micro, Small and Medium Enterprises and specified form and procedure for filing
the memorandum (Udyam Registration) w.e.f. 01.07.2020 (for complete details
of policy refer website of Ministry of MSME i.e. https://msme.gov.in/).
Accordingly, Micro and Small Enterprises (MSEs) shall be required to submit
Udyam Registration Certificate for availing benefit under Public Procurement
Policy for MSEs-2012
(ii) An enterprise registered prior to 30.06.2020 and who is not re-registered
with Udyam Registration, shall continue to be valid for a period upto 31.12.2021.
Such enterprise shall submit EM Part-II or Udyog Aadhaar Memorandum (UAM)
for availing benefits of PPP-2012.

The above documents submitted by the bidder shall be duly certified by the Chartered
Accountant (not being an employee or a Director or not having any interest in the
bidder’s company/firm) and notary public with legible stamp.
If the bidder does not provide the above confirmation or appropriate document or any
evidence, then it will be presumed that they do not qualify for any preference admissible
in the Public Procurement Policy (PPP) 2012.
Further, MSEs who are availing the benfits of the Public Procurement Policy (PPP) 2012
get themselves registered with MSME Data Bank being operated by NSIC, under SME
Division, M/o MSME, in order to create proper data base of MSEs which are making
supplies to CPSUs.
40.3 If against an order placed by GAIL, successful bidder(s) (other than Micro/Small
Enterprise) is procuring material/services from their sub-vendor who is a Micro or Small
Enterprise as per provision mentioned at clause no.40.2 with prior consent in writing of
the purchasing authority/Engineer-in-charge, the details like Name, Registration No.,
Address, Contact No. details of material & value of procurement made, etc. of such
Enterprises shall be furnished by the successful bidder at the time of submission of
invoice/Bill.
40.4 The benefit of policy are not extended to the traders/dealers/ Distributors
/Stockiest/Wholesalers.
40.5 NSIC has initiated a scheme of “Consortia and Tender Marketing Scheme” under which
they are assisting the Micro & Small enterprises to market their products and services
through tender participation on behalf of the individual unit or through consortia.
Accordingly, if the MSEs or the consortia, on whose behalf the bid is submitted by
NSIC, is meeting the BEC and other terms and conditions of tender their bid will be
considered for further evaluation.

- 58 -

Page 75 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Further, in such cases a declaration is to be submitted by MSE/ consortia on their letter
head (s) that all the terms and conditions of tender document shall be acceptable to them.
40.6 It may be noted that Government of India has implemented Trade Receivable
Discounting System (TReDS) to address challenges faced by MSMEs in delayed
payments (after receipt/acceptance of Material/Services) from Government buyers
leading to shortfall of Working Capital. TReDS is an online electronic institutional
mechanism for facilitating the financing of trade receivables of MSMEs through multiple
financiers. GAIL is already registered on the following TReDS platform:
 M/s Receivable Exchange of India (RXIL), Mumbai
 M/s Mynd Solutions Private Limited (Mynd), New Delhi
 M/s A. TREDS (Invoicemart), Mumbai
MSME Bidders are required to register on the TReDS platform. The MSME vendors can
avail the TReDS facility, if they want to.

40.7 Interest payment on delayed payments to MSME is payable in line with Micro, Small
and Medium Enterprises Development Act, 2006

41 AHR ITEMS

In item rate contract where the quoted rates for the items exceed 50% of the estimate
rates, such items will be considered as Abnormally High Rates (AHR) items and
payment of AHR items beyond the SOR stipulated quantities shall be made at the lowest
amongst the following rates:
I) Rates as per SOR, quoted by the Contractor.
II) Rate of the item, which shall be derived as follows:
a. Based on rates of Machine and labour as available from the contract
(which includes contractor’s supervision, profit, overheads and other
expenses).
b. In case rates are not available in the contract, rates will be calculated
based on prevailing market rates of machine, material and labour plus
15% to cover contractor’s supervision profit, overhead & other expenses.

42 VENDOR PERFORMANCE EVALUATION

Shall be as stipulated Annexure II to ITB herewith.

43 INCOME TAX & CORPORATE TAX

43.1 Income tax deduction shall be made from all payments made to the contractor as per the
rules and regulations in force and in accordance with the Income Tax Act prevailing from
time to time.
43.2 Corporate Tax liability, if any, shall be to the contractor’s account.
43.3 TDS

(i) TDS, wherever applicable, shall be deducted as per applicable act/law/rule.


(ii) Higher rate of TDS for non-filers of ITR

As per Section 206AB of Income Tax Act, 1961, in case of any vendor/customer
who does not filed their Income Tax Return for both of the two previous years
- 59 -

Page 76 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
preceding to current year and aggregate amount of TDS is more than or equal to
50,000/- in each of those previous two years (or limit defined by Govt. from time
to time), then TDS will be deducted at the higher of following rates:
(I) Twice the rate mentioned in relevant TDS section.
(II) Twice the rate or rates in force
(III) 5%

43.4 MENTIONING OF PAN NO. IN INVOICE/BILL


As per CBDT Notification No. 95/2015 dated 30.12.2015, mentioning of PAN no. is
mandatory for procurement of goods / services/works/consultancy services exceeding Rs.
2 Lacs per transaction or as amended from time to time.
Accordingly, contractor should mention their PAN no. in their invoice/ bill for any
transaction exceeding Rs. 2 lakhs or as amended from time to time. As provided in the
notification, in case contractor do not have PAN no., they have to submit declaration in
Form 60 along with invoice/ bill for each transaction.
Payment of contractor shall be processed only after fulfilment of above requirement

44 DISPUTE RESOLUTION MECHANISM

44.1 QUARTERLY CLOSURE OF THE CONTRACT AND SAMADHAN


MECHANISM

During execution of orders, various issues may arise. In order to timely detect and to
address the contractual issue(s) during the execution of contracts, GAIL has introduced a
mechanism of Quarterly Closure of the contract, under which all the related issues
/disputes will be monitored and addressed on quarterly basis for resolution. Vendor
(hereinafter referred ‘Vendor’) should first refer any issues/disputes to Engineer-in-
Charge (EIC) for LOA/contracts/ Dealing C&P Executive for Purchase Orders and co-
operate them for smooth execution of the contract and to timely address the issues, if
any. For applicability of ‘Quarterly Closure’, please refer BDS.
In case issue is not resolved by above, Supplier may submit their issue(s) to Vendor
Grievance Portal “Samadhan”, which will be addressed by GAIL within 15 days. The
Samadhan Portal is available at https://gailebank.gail.co.in/grievance/welcome.aspx .
Accordingly, the methodology for resolution of issue(s)/ grievance (s) of
Vendor/Supplier shall be as under:
(i) Any issue should be first referred to EIC for LOA/contracts/ Dealing C&P
Executive for Purchase Orders.
(ii) In case issue is not resolved, Vendor may submit their issue/ grievance through
online Vendor Grievance Portal-“Samadhan”.
(iii) In case, Vendor is not satisfied, there is a provision of escalation of issue to higher
authority in GAIL. This option is available two times to vendor.
(iv) Further, issue(s) can only be submitted upto 1 month after closure of respective
Contract.
(v) Vendor should refer their issue/ grievance through above mode only. Issue/
grievance received through any other mode shall not be entertained.

44.2 CONCILIATION AND ARBITRATION

- 60 -

Page 77 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

1.0 CONCILIATION
GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity with Part –
III of the Arbitration and Conciliation Act 1996 as amended from time to time for
speedier, cost effective and amicable settlement of disputes through conciliation. All
issue(s)/dispute(s) arising under the Contract, which cannot be mutually resolved within
a reasonable time, may be referred for conciliation in accordance with GAIL
Conciliation Rules 2010 as amended from time to time A copy of the said rules have
been made available on GAIL’s web site i.e www.gailonline.com.
Where invitation for Conciliation has been accepted by the other party, the Parties shall
attempt to settle such dispute(s) amicably under Part-III of the Arbitration and
Conciliation Act, 1996 and GAIL (India) Limited Conciliation Rules, 2010. It would be
only after exhausting the option of Conciliation as an Alternate Dispute Resolution
Mechanism that the Parties hereto shall invoke Arbitration Clause. For the purpose of
this clause, the option of ‘Conciliation’ shall be deemed to have been exhausted, even in
case of rejection of ‘Conciliation’ by any of the Parties.
2.0 ARBITRATION
All issue(s)/dispute(s) excluding the matters that have been specified as excepted
matters and listed at clause no. 2.6 and which cannot be resolved through Conciliation,
such issue(s)/dispute(s) shall be referred to arbitration for adjudication by Sole
Arbitrator.
The party invoking the Arbitration shall have the option to either opt for Ad-hoc
Arbitration as provided at Clause 2.1 below or Institutionalized Arbitration as provided
at Clause 2.2 below, the remaining clauses from 2.3 to 2.7 shall apply to both Ad-hoc
and Institutional Arbitration:-
2.1 On invocation of the Arbitration clause by either party, GAIL shall suggest a
panel of three independent and distinguished persons (Retd Supreme Court &
High Court Judges only) to the other party from the Panel of Arbitrators
maintained by ‘Delhi International Arbitration Centre (DIAC) to select any one
among them to act as the Sole Arbitrator. In the event of failure of the other party
to select the Sole Arbitrator within 30 days from the receipt of the communication
from GAIL suggesting the panel of arbitrators, the right of selection of the sole
arbitrator by the other party shall stand forfeited and GAIL shall appoint the Sole
Arbitrator from the suggested panel of three Arbitrators for adjudication of
dispute(s). The decision of GAIL on the appointment of the sole arbitrator shall
be final and binding on the other party. The fees payable to Sole Arbitrator shall
be governed by the fee Schedule of ‘‘Delhi International Arbitration Centre’.
OR
2.2 If a dispute arises out of or in connection with this contract, the party invoking the
Arbitration shall submit that dispute to any one of the Arbitral Institutions i.e
ICADR/ICA/DIAC/SFCA and that dispute shall be adjudicated in accordance
with their respective Arbitration Rules. The matter shall be adjudicated by a Sole
Arbitrator who shall necessarily be a Retd Supreme Court/High Court Judge to be
appointed/nominated by the respective institution. The cost/expenses pertaining
to the said Arbitration shall also be governed in accordance with the Rules of the
respective Arbitral Institution. The decision of the party invoking the Arbitration
for reference of dispute to a specific Arbitral institution for adjudication of that
dispute shall be final and binding on both the parties and shall not be subject to

- 61 -

Page 78 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
any change thereafter. The institution once selected at the time of invocation of
dispute shall remain unchanged.
2.3 The cost of arbitration proceedings shall be shared equally by the parties.
2.4 The Arbitration proceedings shall be in English language and the seat, venue and
place of Arbitration shall be New Delhi, India only.
2.5 Subject to the above, the provisions of Arbitration & Conciliation Act 1996 and
any amendment thereof shall be applicable. All matter relating to this Contract
and arising out of invocation of Arbitration clause are subject to the exclusive
jurisdiction of the Court(s) situated at New Delhi.
2.6 List of Excepted matters:
a) Dispute(s)/issue(s) involving claims below Rs 25 lakhs and above Rs 25
crores.
b) Dispute(s)/issue(s) relating to indulgence of Contractor/Vendor/Bidder in
corrupt/fraudulent/collusive/coercive practices and/or the same is under
investigation by CBI or Vigilance or any other investigating agency or
Government.
c) Dispute(s)/issue(s) wherein the decision of Engineer-In-
Charge/owner/GAIL has been made final and binding in terms of the
Contract.
2.7. Disputes involving claims below Rs 25 Lakhs and above Rs. 25 crores:- Parties
mutually agree that dispute(s)/issue(s) involving claims below Rs 25 Lakhs and
above Rs 25 crores shall not be subject matter of Arbitration and are subject to
the exclusive jurisdiction of the Court(s) situated at New Delhi.
3. GOVERNING LAW AND JURISDICTION:
The Contract shall be governed by and construed in accordance with the laws in
force in India. The Parties hereby submit to the exclusive jurisdiction of the
Courts situated at New Delhi for adjudication of disputes, injunctive reliefs,
actions and proceedings, if any, arising out of this Contract.

45. DISPUTES BETWEEN CPSE’S/GOVERNMENT DEPARTMENT’S/


ORGANIZATIONS
Subject to conciliation as provided above, in the event of any dispute (other than those
related to taxation matters) or difference relating to the interpretation and application of
the provisions of commercial contract(s) between Central Public Sector Enterprises
(CPSEs/ Port Trusts) inter se and also between CPSEs and Government Departments
/Organizations), such dispute or difference shall be taken up by either party for resolution
only through AMRCD as mentioned in OPE OM No. 4(1)/2013-DPE(GM)/FTS-1835
dated 22-05-2018.
Any party aggrieved with the decision of the Committee at the First level (tier) may
prefer an appeal before the Cabinet Secretary at the Second level (tier) within 15 days
from the date of receipt of decision of the Committee at First level, through it's
administrative Ministry/Department, whose decision will be final and binding on all
concerned.
The above provisions mentioned at clause no.44 & 45 shall supersede provisions relating
to Conciliation, Arbitration, Governing Law & Jurisdiction and Disputes between
CPSE’s/ Government Department’s/ Organizations mentioned in General Conditions of
Contract (GCC) and elsewhere in tender document.
- 62 -

Page 79 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

46.0 INAM-PRO (PLATFORM FOR INFRASTRUCTURE AND MATERIALS


PROVIDERS)

INAM-Pro (Platform for infrastructure and materials providers) is a web based platform
for infrastructure provides and materials suppliers and was developed by Ministry of
Road Transport and Highways (MoRT&H) with a view to reduce project execution
delays on account of supply shortages and inspire greater confidence in contractors to
procure cement to start with directly from the manufacturers. Presently, numerous
cement companies are registered in the portal and offering cement for sale on the portal
with a commitment period of 3 years. These companies have bound themselves by
ceiling rates for the entire commitment period, wherein they are allowed to reduce or
increase their cement rates any number of times within the ceiling rate, but are not
permitted to exceed the said ceiling rate.
MoRT&H is expanding the reach of this web-portal by increasing both the product width
as well as the product depth. They are working on incorporating 60 plus product
categories. The product range will span from large machineries like Earth Movers and
Concrete Mixers, to even the smallest items like road studs. MoRT&H intend to turn it
into a portal which services every infrastructure development related need of a modern
contractor.
GAIL’s contractors may use this innovative platform, wherever applicable. The usage of
web – Portal is a completely voluntary exercise. The platform, however, can serve as a
benchmark for comparison of offered prices and products.

47 PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS

To promote cashless transactions, the onward payments by Contractors to their


employees, service providers, sub-contractors and suppliers may be made through Cards
and Digital means to the extent possible

48 CONTRACTOR TO ENGAGE CONTRACT MANPOWER BELONGING TO


SCHEDULED CASTES AND WEAKER SECTIONS OF THE SOCIETY

While engaging the contractual manpower, Contractors are required to make efforts to
provide opportunity of employment to the people belonging to Scheduled Castes and
weaker sections of the society also in order to have a fair representation of these
sections.

49. PROVISIONS FOR STARTUPS (AS DEFINED IN GAZETTE NOTIFICATION


NO. D.L-33004/99 DATED 18.02.2016 AND 23.05.2017 OF MINISTRY OF
COMMERCE AND INDUSTRY AND AS AMENDED FROM TIME TO TIME)
[NOT APPLICABLE]

As mentioned in Section-II, Prior turnover and prior experience shall not be required for
all Startups [whether Micro & Small Enterprises (MSEs) or otherwise] subject to their
meeting the quality and technical specifications specified in tender document and
submission of document specified in Section -II.

Further, the Startups are also exempted from submission of EMDs (if applicable).

- 63 -

Page 80 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
If a Startup emerge lowest bidder, the LoA on such Startup shall be placed for entire
tendered quantity/group/item/part (as the case may be). However, during the Kick of
Meeting monthly milestones/ check points would be drawn. Further, the performance of
such contractor/ service provider will be reviewed more carefully and action to be taken
as per provision of contract in case of failure/ poor performance.

50. PROVISION REGARDING INVOICE FOR REDUCED VALUE OR CREDIT


NOTE TOWARDS PRS

PRS is the reduction in the consideration / contract value for the services covered under
this contract. In case of delay in execution of contract, service provider should raise
invoice for reduced value as per Price Reduction Schedule Clause (PRS clause). If
service provider has raised the invoice for full value, then service provider should issue
Credit Note towards the applicable PRS amount with applicable taxes.
In such cases if service provider fails to submit the invoice with reduced value or does
not issue credit note as mentioned above, GAIL will release the payment to service
provider after giving effect of the PRS clause with corresponding reduction of taxes
charged on service provider’s invoice, to avoid delay in payment.
In case any financial implication arises on GAIL due to issuance of invoice without
reduction in price or non-issuance of Credit Note, the same shall be to the account of
service provider. GAIL shall be entitled to deduct / setoff / recover such GST amount
(CGST & SGST/UTGST or IGST) together with penalties and interest, if any, against
any amounts paid or becomes payable by GAIL in future to the service provider under
this contract or under any other contract.

51. UNIQUE DOCUMENT IDENTIFICATION NUMBER BY PRACTICING


CHARTERED ACCOUNTANTS

Practicing Chartered Accountants shall generate Unique Document Identification


Number (UDIN) for all certificates issued by them as per provisions of Tender
Document.
However, UDIN may not be required for documents being attested by Chartered
Accountants in terms of provisions of Tender Document.

52. ANJANI PORTAL

GAIL has implemented “Anjani" e-Measurement Book & e-Billing Portal for ease in
submission of measurement book/bill and reduction in paper transaction.
Accordingly, GAIL will process the Bill with Measurement Book through "Anjani" e-
Measurement Book & e-Billing Portal (link:
https://gailebank.gail.co.in/MBAutomation/frmlogin.aspx). Accordingly, Contractor/
Service Provider/ Consultant is requested to forward the RA Bill on "Anjani" e-
Measurement Book & e-Billing Portal through concerned EIC/CIC/SIC, whichever is
applicable.
Further, User Manual is also available on aforesaid portal.

- 64 -

Page 81 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Annexure-I to Section-III

PROCEDURE FOR ACTION IN CASE CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE


PRACTICES

A Definitions:

A.1 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly, anything of
value to improperly influence the actions in selection process or in contract execution.
“Corrupt Practice” also includes any omission for misrepresentation that may mislead or attempt to mislead
so that financial or other benefit may be obtained or an obligation avoided.
A2 “Fraudulent Practice” means and include any act or omission committed by a agency or with his
connivance or by his agent by misrepresenting/ submitting false documents and/ or false information or
concealment of facts or to deceive in order to influence a selection process or during execution of contract/
order.
A3 “Collusive Practice amongst bidders (prior to or after bid submission)” means a scheme or arrangement
designed to establish bid prices at artificial non-competitive levels and to deprive the Employer of the
benefits of free and open competition.
A.4 “Coercive practice” means impairing or harming or threatening to impair or harm directly or indirectly, any
agency or its property to influence the improperly actions of an agency, obstruction of any investigation or
auditing of a procurement process.
A.5 “Vendor/Supplier/Contractor/Consultant/Bidder” is herein after referred as “Agency”
A.6 ”Appellate Authority” shall mean Committee of Directors consisting of Director (Finance) and Director
(BD) for works centers under Director (Projects). For all other cases committee of Directors shall consist of
Director (Finance) & Director (Projects).
A.7 “Competent Authority” shall mean the authority, who is competent to take final decision for Suspension of
business dealing with an Agency/ (ies) and Banning of business dealings with Agency/ (ies) and shall be
the “Director” concerned.
A.8 “Allied Agency” shall mean all the concerns within the sphere of effective influence of banned/ suspended
agencies. In determining this, the following factors may be taken into consideration:
(a) Whether the management is common;
(b) Majority interest in the management is held by the partners or directors of banned/ suspended
firm.
(c ) substantial or majority shares are owned by banned/ suspended agency and by virtue of this it has
a controlling voice.
A.9 “Investigating Agency” shall mean any department or unit of GAIL investigating into the conduct of
Agency/ party and shall include the Vigilance Department of the GAIL, Central Bureau of Investigation,
State Police or any other agency set up by the Central or state government having power to investigate.

B Actions against bidder(s) indulging in corrupt /fraudulent/ collusive/ coercive practice

B.1 Irregularities noticed during the evaluation of the bids :

If it is observed during bidding process/ bids evaluation stage that a bidder has indulged in
corrupt/fraudulent /collusive/coercive practice, the bid of such Bidder (s) shall be rejected and its Earnest
Money Deposit (EMD) shall be forfeited.
Further, such agency shall be banned for future business with GAIL for a period specified in para B 2.2
below from the date of issue of banning order.

B.2 Irregularities noticed after award of contract

(i) During execution of contract:

If an agency, is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, action


shall be initiated for putting the agency on banning list.

After conclusion of process and issuance of Speaking order for putting party on banning list, the
order (s)/ contract (s) where it is concluded that such irregularities have been committed shall be
terminated and Contract cum Performance Bank Guarantee (CPBG) submitted by agency against
such order (s)/ contract (s) shall also be forfeited. Further such order/ contract will be closed
following the due procedure in this regard.
- 65 -

Page 82 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

The amount that may have become due to the contractor on account of work already executed by
him shall be payable to the contractor and this amount shall be subject to adjustment against any
amounts due from the contractor under the terms of the contract. No risk and cost provision will be
enforced in such cases.

Suspension of order/ contract:

Further, only in the following situations, the concerned order (s)/ contract(s) (where
Corrupt/Fraudulent/ Collusive/ Coercive Practices are observed) and payment shall be suspended
after issuance of Suspension cum Show Cause Notice:

(i) Head of Corporate Vigilance Department/CVO based on the investigation by them,


recommend for specific immediate action against the agency.
(ii) Head of Corporate Vigilance Department/CVO based on the input from investigating
agency, forward for specific immediate action against the agency.

Suspension cum Show Cause Notice being issued in above cases after approval of the competent
authority (as per provisions mentioned under Clause no. D) shall also include the provision for
suspension of Order (s)/ Contract (s) and payment. Accordingly, after issuance of Suspension cum
Show Cause Notice, the formal communication for suspension of Order (s)/ Contract (s) and
payment with immediate effect will be issued by the concerned person of GAIL.

During suspension, Contractor/ Service Providers will be allowed to visit the plant/ site for upkeep
of their items/ equipment, GAIL’s issued materials (in case custody of same is not taken over),
demobilizing the site on confirmation of EIC, etc.

(ii) After execution of contract and during Defect liability period (DLP)/ Warranty/Guarantee
Period:

If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, after


execution of contract and during DLP/ Warranty/Guarantee Period, the agency shall be banned
for future business with GAIL for a period specified in para B 2.2 below from the date of issue of
banning order.
Further, the Contract cum Performance Bank Guarantee (CPBG)/Contract Performance Security
(CPS) submitted by agency against such order (s)/ contract (s) shall be forfeited.

(iii) After expiry of Defect liability period (DLP)/ Warranty/Guarantee Period

If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, after


expiry of Defect liability period (DLP)/ Warranty/Guarantee Period, the agency shall be banned
for future business with GAIL for a period specified in para B 2.2 below from the date of issue of
banning order.

B.2.2 Period of Banning

The period of banning of agencies indulged in Corrupt/ Fraudulent/ Collusive/Coercive Practices shall
be as under and to be reckoned from the date of banning order:

S. Description Period of banning


No. from the date of
issuance of Banning
order
1 Misrepresentation/False information other than pertaining to BEC 02 years
of tender but having impact on the selection process.
For example, if an agency confirms not being in holiday in
GAIL/PSU’s PMC or banned by PSUs/ Govt. Dept., liquidation,
bankruptcy & etc. and subsequently it is found otherwise, such
acts shall be considered in this category.
2 Corrupt/Fraudulent (except mentioned sl. no. 1 above) 03 years
- 66 -

Page 83 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
/Collusive/Coercive Practices

If an agency again commits Corrupt/Fraudulent (except


2.1 mentioned sl. no. 1 above) /Collusive/ Coercive Practices in
subsequent cases after their banning, such situation of repeated
offense to be dealt with more severity and following shall be the
period of banning:

(v) Repeated once 7 years (in addition


to the period already
served)

(vi) Repeated twice or more 15 years (in addition


to the period already
served)
3 Indulged in unauthorized disposal of materials provided by 7 years
GAIL
4 If act of vendor/ contractor is a threat to the National Security 15 years
C Effect of banning on other ongoing contracts/ tenders

C.1 If an agency is put on Banning, such agency should not be considered in ongoing tenders/future tenders.
C.2 However, if such an agency is already executing other order (s)/ contract (s) where no corrupt/fraudulent/
collusive/coercive practice is found, the agency should be allowed to continue till its completion without
any further increase in scope except those incidental to original scope mentioned in the contract.
C.3 If an agency is put on the Banning List during tendering and no irregularity is found in the case under
process:
C.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by the agency
shall be ignored.
C.3.2 after opening Technical bid but before opening the Price bid, the Price bid of the agency shall not be opened
and BG/EMD submitted by the agency shall be returned to the agency.
C.3.3 after opening of price, BG/EMD made by the agency shall be returned; the offer of the agency shall be
ignored & will not be further evaluated. If the agency is put on banning list for fraud/ mis-appropriation of
facts committed in the same tender/other tender where errant agency emerges as the lowest (L1), then such
tender shall also be cancelled and re-invited.

D. Procedure for Suspension of Bidder

D.1 Initiation of Suspension

Action for suspension business dealing with any agency/(ies) shall be initiated by Corporate C&P
Department when

(i) Corporate Vigilance Department based on the fact of the case gathered during investigation by
them recommend for specific immediate action against the agency.
(ii) Corporate Vigilance Department based on the input from Investigating agency, forward for
specific immediate action against the agency.
(iii) Non performance of Vendor/Supplier/Contractor/Consultant leading to termination of Contract/
Order.

D.2 Suspension Procedure:

D.2.1 The order of suspension would operate initially for a period not more than six months and is to be
communicated to the agency and also to Corporate Vigilance Department. Period of suspension can be
extended with the approval of the Competent Authority by one month at a time with a ceiling of six
months pending a conclusive decision to put the agency on banning list.
D.2.2 During the period of suspension, no new business dealing may be held with the agency.
D.2.3 Period of suspension shall be accounted for in the final order passed for banning of business with the
agency.
D.2.4 The decision regarding suspension of business dealings should also be communicated to the agency.
D.2.5 If a prima-facie, case is made out that the agency is guilty on the grounds which can result in banning
of business dealings, proposal for issuance of suspension order and show cause notice shall be put up
- 67 -

Page 84 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
to the Competent Authority. The suspension order and show cause notice must include that (i) the
agency is put on suspension list and (ii) why action should not be taken for banning the agency for
future business from GAIL.
The competent authority to approve the suspension will be same as that for according approval for
banning.

D3 Effect of Suspension of business:

Effect of suspension on other on-going/future tenders will be as under:

D.3.1 No enquiry/bid/tender shall be entertained from an agency as long as the name of agency appears in
the Suspension List.
D.3.2 If an agency is put on the Suspension List during tendering:
D.3.2.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by the
agency shall be ignored.
D.3.2.2 after opening Technical bid but before opening the Price bid, the Price bid of the agency shall not be
opened and BG/EMD submitted by the agency shall be returned to the agency.
D.3.2.3 after opening of price, BG/EMD made by the agency shall be returned; the offer of the agency shall be
ignored & will not be further evaluated. If the agency is put on Suspension list for fraud/ mis-
appropriation of facts conducted in the same tender/other tender where errant agency emerges as the
lowest (L1), then such tender shall also be cancelled and re-invited.
D.3.3 The existing contract (s)/ order (s) under execution shall continue.
D.3.4 Tenders invited for procurement of goods, works and services shall have provision that the bidder
shall submit a undertaking to the effect that (i) neither the bidder themselves nor their allied
agency/(ies) are on banning list of GAIL or the Ministry of Petroleum and Natural Gas and (ii)
bidder is not banned by any Government department/ Public Sector.

F. Appeal against the Decision of the Competent Authority:

F.1 The agency may file an appeal against the order of the Competent Authority for putting the agency on
banning list. The appeal shall be filed to Appellate Authority. Such an appeal shall be preferred within one
month from the of receipt of banning order.
F.2 Appellate Authority would consider the appeal and pass appropriate order which shall be communicated to
the party as well as the Competent Authority.
F.3 Appeal process may be completed within 45 days of filing of appeal with the Appellate Authority.

G. Wherever there is contradiction with respect to terms of ‘Integrity pact’ , GCC and ‘Procedure for action in
case of Corrupt/Fraudulent/ Collusive/Coercive Practice’, the provisions of ‘Procedure for action in case of
Corrupt/Fraudulent/ Collusive/Coercive Practice’ shall prevail.

Annexure-II to Section III


- 68 -

Page 85 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/


CONTRACTORS/ CONSULTANTS

1.0 GENERAL

A system for evaluation of Vendors/ Suppliers/Contractors/ Consultants and their performance is a key
process and important to support an effective purchasing & contracting function of an organization.
Performance of all participating Vendors/ Suppliers/Contractors/ Consultants need to be closely monitored
to ensure timely receipt of supplies from a Vendor, completion of an assignment by a Consultant or
complete execution of order by a contractor within scheduled completion period. For timely execution of
projects and meeting the operation & maintenance requirement of operating plants, it is necessary to
monitor the execution of order or contracts right from the award stage to completion stage and take
corrective measures in time.

2.0 OBJECTIVE

The objective of Evaluation of Performance aims to recognize, and develop reliable Vendors/
Suppliers/Contractors/ Consultants so that they consistently meet or exceed expectations and requirements.
The purpose of this procedure is to put in place a system to monitor performance of Vendors/
Suppliers/Contractors/ Consultants associated with GAIL so as to ensure timely completion of various
projects, timely receipt of supplies including completion of works & services for operation and
maintenance of operating plants and quality standards in all respects.

3.0 METHODOLOGY

i) Preparation of Performance Rating Data Sheet


Performance rating data Sheet for each and every Vendor/ Supplier/Contractor/Consultant for all
orders/Contracts with a value of Rs. 50 Lakhs and above is recommended to be drawn up.
Further, Performance rating data Sheet for orders/contracts of Vendor/Supplier/Contractor/
Consultant who are on watch list/holiday list/ banning list shall be prepared irrespective of order/
contract value. These data sheets are to be separately prepared for orders/ contracts related to
Projects and O&M. Format, Parameters, Process, responsibility for preparation of Performance
Rating Data Sheet are separately mentioned.
ii) Measurement of Performance
Based on the parameters defined in Data Sheet, Performance of concerned Vendor/
Supplier/Contractor/ Consultant would be computed and graded accordingly. The measurement
of the performance of the Party would be its ability to achieve the minimum scoring of 60% points
in the given parameters.
iii) Initiation of Measures:
Depending upon the Grading of Performance, corrective measures would be initiated by taking up
the matter with concerned Vendor/ Supplier/Contractor/ Consultant. Response of Vendor/
Supplier/Contractor/ Consultant would be considered before deciding further course of action.
iv) Implementation of Corrective Measures:
Based on the response of Vendor/ Supplier/Contractor/ Consultant, concerned Engineer-in-Charge
for the Projects and/or OIC in case of O&M would recommend for continuation or
discontinuation of such party from the business of GAIL.
v) Orders/contracts placed on Proprietary/OEM basis for O&M will be evaluated and, if required,
corrective action will be taken for improvement in future.

4.0 EXCLUSIONS:

The following would be excluded from the scope of evaluation of performance of Vendors/
Suppliers/Contractors/ Consultants :

i) Orders/Contracts below the value of Rs. 50 Lakhs if Vendor/ Supplier/Contractor/ Consultant is


not on watch list/ holiday list/ banning list.
ii) Orders for Misc./Administrative items/ Non stock Non valuated items (PO with material code
ending with 9).

- 69 -

Page 86 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
However, concerned Engineer-in-Charge /OICs will continue to monitor such cases so as to minimize the
impact on Projects/O&M plants due to non performance of Vendors/ Suppliers/Contractors/ Consultants in
all such cases.

5.0 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/


CONTRACTORS/ CONSULTANTS

5.1 FOR PROJECTS

i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in case of PROJECTS


shall be done immediately with commissioning of any Project.
ii) On commissioning of any Project, EIC (Engineer-in-charge)/ Project-in-charge shall prepare a
Performance Rating Data Sheet (Format at Annexure-1) for all Orders and Contracts.
iii) Depending upon the Performance Rating, following action shall be initiated by Engineer-in-
charge/Project-in-charge:

Sl.No. Performance Action


Rating
1 POOR Seek explanation for Poor performance
2 FAIR Seek explanation for Fair performance
3 GOOD Letter to the concerned for improving
performance in future
4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be examined. In case of
satisfactory reply, Performance Rating data Sheet to be closed with a letter to the concerned for
improving performance in future.
v) When no reply is received or reasons indicated are unsatisfactory, the following actions need to be
taken:

A) Where performance rating is “POOR” (as per Performance Rating carried out after
execution of Order/ Contract and where no reply/ unsatisfactory reply is received from
party against the letter seeking the explanation from Vendor/Supplier/Contractor/
Consultant along with sharing the performance rating)

Recommend such defaulting Vendor / Supplier / Contractor / Consultant for the


following action:

1. Poor Performance on account of Quality (if marks obtained against Quality


parameter is less than 20):
(a) First Instance: Holiday (Red Card) for Two Years
(b) Subsequent instance (s) in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Holiday (Red Card) for Three Years

2. Poor Performance on account of other than Quality (if marks obtained against
Quality parameter is more than 20):
(a) First such instance: Advisory notice (Yellow Card) shall be issued
and Vendor/Supplier/Contractor/ Consultant shall be put on watch list
for a period of Three (3) Years.
(b) Second such instance in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Putting on Holiday (Red Card) for a period of One
Year
(c) Subsequent instances (more than two) in other ongoing order (s)/
contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant: Putting on Holiday (Red Card) for a
period of Three Years.

- 70 -

Page 87 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
B) Where Poor/Non-Performance leading to termination of contract or Offloading of
contract due to poor performance attributable to Vendor/Supplier/ Contractor/Consultant
(under clause no. 32 (C) of GCC-Works)

(a) First instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor /Consultant shall be put on watch list for a period
of Three (3) Years.
Further such vendor will not be allowed to participate in the re-tender of the
same supply/work/services of that location which has terminated / offloaded.
Moreover, it will be ensured that all other action as per provision of contract
including forfeiture of Contract Performance Security (CPS) etc. are
undertaken.
However, such vendor will be allowed to participate in all other tenders and to
execute other ongoing order/ contract (s) or new contract/ order (s).
The Yellow card will be automatically revoked after a period of three years
unless the same is converted into Red Card due to subsequence instances of
poor/ non-performance in other ongoing order (s)/ contract (s) or new order (s)
/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant.
(b) Second instances in other ongoing order (s)/ contract (s) or new order (s)
/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red
Card) for period of One Year and they shall also to be considered for
Suspension.
(c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s)
or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant:
Holiday (Red Card) for period of Three Years and they shall also to be
considered for Suspension.

(C) Where Performance rating is “FAIR”:


Issuance of warning to such defaulting Vendor/ Supplier/Contractor/ Consultant to
improve their performance.

5.2 FOR CONSULTANCY JOBS

Monitoring and Evaluation of consultancy jobs will be carried out in the same way as described in para 5.1
for Projects.

5.3 FOR OPERATION & MAINTENANCE

i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in case of Operation


and Maintenance shall be done immediately after execution of order/ contract.
ii) After execution of orders a Performance Rating Data Sheet (Format at Annexure-2) shall be
prepared for Orders by Site C&P and for Contracts/Services by respective Engineer-In-Charge.
iii) Depending upon Performance Rating, following action shall be initiated by EIC:

Sl. No. Performance Rating Action

1 POOR Seek explanation for Poor performance


2. FAIR Seek explanation for Fair performance
3 GOOD Letter to the concerned for improving
performance in future.
4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be examined. In case of
satisfactory reply, Performance Rating data Sheet to be closed with a letter to the concerned for
improving performance in future.
v) When no reply is received or reasons indicated are unsatisfactory, the following actions need to be
taken:

A) Where performance rating is “POOR” (as per Performance Rating carried out after
execution of Order/ Contract and where no reply/ unsatisfactory reply is received from

- 71 -

Page 88 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
party against the letter seeking the explanation from Vendor/Supplier/Contractor/
Consultant along with sharing the performance rating)

Recommend such defaulting Vendor / Supplier / Contractor / Consultant for the


following action:

1. Poor Performance on account of Quality (if marks obtained against Quality


parameter is less than 20):
(a) First Instance: Holiday (Red Card) for Two Years
(b) Subsequent instance (s) in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Holiday (Red Card) for Three Years

2. Poor Performance on account of other than Quality (if marks obtained against
Quality parameter is more than 20):
(a) First such instance: Advisory notice (Yellow Card) shall be issued
and Vendor/Supplier/Contractor/ Consultant shall be put on watch list
for a period of Three (3) Years.
(b) Second such instance in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Putting on Holiday (Red Card) for a period of One
Year
(c) Subsequent instances (more than two) in other ongoing order (s)/
contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant: Putting on Holiday (Red Card) for a
period of Three Years.

B) Where Poor/Non-Performance leading to termination of contract or Offloading of


contract due to poor performance attributable to Vendor/Supplier/ Contractor/Consultant
(under clause no. 32 (C) of GCC-Works)
(a) First instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor /Consultant shall be put on watch list for a period
of Three (3) Years.
Further such vendor will not be allowed to participate in the re-tender of the
same supply/work/services of that location which has terminated / offloaded.
Moreover, it will be ensured that all other action as per provision of contract
including forfeiture of Contract Performance Security (CPS) etc. are
undertaken.
However, such vendor will be allowed to participate in all other tenders and to
execute other ongoing order/ contract (s) or new contract/ order (s).
The Yellow card will be automatically revoked after a period of three years
unless the same is converted into Red Card due to subsequence instances of
poor/ non-performance in other ongoing order (s)/ contract (s) or new order (s)
/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant.

(b) Second instances in other ongoing order (s)/ contract (s) or new order (s)
/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red
Card) for period of One Year and they shall also to be considered for
Suspension.

(c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s)
or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant:
Holiday (Red Card) for period of Three Years and they shall also to be
considered for Suspension.

(C) Where Performance rating is “FAIR”


Issuance of warning to such defaulting Vendors/Contractors/Consultants to improve their
performance.

6.0 REVIEW & RESTORATION OF PARITES PUT ON HOLIDAY

- 72 -

Page 89 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
6.1 An order for Holiday passed for a certain specified period shall deemed to have been automatically
revoked on the expiry of that specified period and it will not be necessary to issue a specific formal order
of revocation.

Further, in case Vendor/ Supplier/Contractor/ Consultant is put on holiday due to quality, and new order is
placed on bidder after restoration of Vendor/ Supplier/Contractor/ Consultant, such order will be properly
monitored during execution stage by the concerned site.

7.0 EFFECT OF HOLIDAY

7.1 If a Vendor/ Supplier/Contractor/ Consultant is put on Holiday, such Vendor/ Supplier/Contractor/


Consultant shall not be considered in ongoing tenders/future tenders.
7.2 However, if such Vendor/ Supplier/Contractor/ Consultant is already executing any other order/ contract
and their performance is satisfactory in terms of the relevant contract, should be allowed to continue till its
completion without any further increase in scope except those incidental to original scope mentioned in
the contract. In such a case CPBG will not be forfeited and payment will be made as per provisions of
concerned contract. However, this would be without prejudice to other terms and conditions of the
contract.
7.3. Effect on other ongoing tendering:
7.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by the party
shall be ignored.
7.3.2 after opening Technical bid but before opening the Price bid, the Price bid of the party shall not be opened
and BG/EMD submitted by the party shall be returned to the party.
7.3.3 after opening of price, BG/EMD made by the party shall be returned; the offer of the party shall be ignored
& will not be further evaluated. If errant party emerges as the lowest (L1), then such tender shall also be
cancelled and re-invited.
8.0 While putting the Vendor/ Supplier/Contractor/ Consultant on holiday as per the procedure, the holding
company, subsidiary, joint venture, sister concerns, group division of the errant Vendor/
Supplier/Contractor/ Consultant shall not be considered for putting on holiday list.
Any bidder, put on holiday, will not be allowed to bid through consortium route also in new tender during
the period of holiday.
9.0 If an unsuccessful bidder makes any vexatious, frivolous or malicious complaint against the tender process
with the intention of delaying or defeating any procurement or causing loss to GAIL or any other bidder,
such bidder will be put on holiday for a period of six months, if such complaint is proved to be vexatious,
frivolous or malicious, after following the due procedure.

10. APPEAL AGAINST THE DECISION OF THE COMPETENT AUTHORITY:

(a) The party may file an appeal against the order of the Competent Authority for putting the party on
Holiday list. The appeal shall be filed to Appellate Authority. Such an appeal shall be preferred
within one month from the of receipt of Holiday order.
(b) Appellate Authority would consider the appeal and pass appropriate order which shall be
communicated to the party as well as the Competent Authority.
(c) Appeal process may be completed within 45 days of filing of appeal with the Appellate Authority.
(d) “Appellate Authority” shall mean Committee of Directors consisting of Director (Finance) and
Director (BD) for works centers under Director (Projects). For all other cases committee of
Directors shall consist of Director (Finance) & Director (Projects).

11. ERRANT BIDDER

In case after price bid opening the lowest evaluated bidder (L1) is not awarded the job for any mistake
committed by him in bidding or withdrawal of bid or modification of bid or varying any term in regard
thereof leading to re-tendering, GAIL shall forfeit EMD if paid by the bidder and such bidders shall be
debarred from participation in retendering of the same job(s)/item(s).
Further, such bidder will be put on Watch List (Yellow Card) for a period of three years after following the
due procedure. However, during the period in watch list such vendor will be allowed to participate in all
other tenders and to execute other ongoing order/ contract (s) or new contract/ order (s).
In case of subsequent instances of default in other tender(s) during aforesaid watch list period, the action
shall be initiated as per provision of sl. no. 2 of para A of Clause no. 5.1 (v) and 5.3 (v).

The Yellow card will be automatically revoked after specified period unless the same is converted into Red
- 73 -

Page 90 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Card

12. In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority / any equivalent
government agency brings to the notice of GAIL that the Supplier has not remitted the amount towards
GST (CGST & SGST/UTGST or IGST) collected from GAIL to the government exchequer, then, that
Supplier shall be put under Holiday list of GAIL for period of six months after following the due
procedure. This action will be in addition to the right of recovery of financial implication arising on GAIL.

Annexure-1
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET
(FOR PROJECTS/ CONSULTANCY JOBS)

i) Project/Work Centre :
ii) Order/ Contract No. & date :
iii) Brief description of Items :
Works/Assignment
iv) Order/Contract value (Rs.) :
v) Name of Vendor/Supplier/ :
Contractor/ Consultant
vi) Contracted delivery/ :
Completion Schedule
vii) Actual delivery/ :
Completion date

Performance Delivery/ Completion Quality Reliability Total


Parameter Performance Performance Performance#
Maximum Marks 40 40 20 100
Marks Allocated

Note:
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or deviation beyond
contract payment term or seeking direct payment to the sub-vendor/sub-contractor due to financial
constraints, then ‘0’ marks should be allotted against Reliability Performance.
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under :

Sl. Range (Marks) Rating Signature of


No. Authorised Signatory:
1 60 & below POOR
2 61-75 FAIR Name:
3 76-90 GOOD
4 More than 90 VERY Designation:
GOOD

Instructions for allocation of marks

1. Marks are to be allocated as under :

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks


Completion Schedule

a) Upto 3 months Before CDD 40

- 74 -

Page 91 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0

b) Above 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 16 weeks 20
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks

i) Rejection/Defects Marks to be allocated on 10 marks


prorata basis for acceptable
quantity as compared to total
quantity for normal cases
ii) When quality Failure of severe nature 0 marks
failure endanger - Moderate nature 5 marks
system integration - low severe nature 10-25 marks
and safety of the
system
iii) Number of 1. No deviation 5 marks
deviations 2. No. of deviations < 2 2 marks
3. No. of deviations > 2 0 marks

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, PBG, 4 marks


Drawings and other documents within time

ii) Mobilization of resources as per Contract and in time 4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E requirements 4 marks

or

Reliability of Estimates/Design/Drawing etc. in case of


Consultancy jobs

v) Timely submission of estimates and other documents for 4 marks


Extra, Substituted & AHR items

B. FOR SUPPLIES

i) Submission of order acceptance, PBG, Drawings and other 5 marks


documents within time

- 75 -

Page 92 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

ii) Attending complaints and requests for after sales service/ 5 marks
warranty repairs and/ or query/ advice (upto the evaluation
period).

iii) Response to various correspondence and conformance to 5 marks


standards like ISO
iv) Submission of all required documents including Test 5 marks
Certificates at the time of supply

Annexure-2
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET
(FOR O&M)

i) Location :
ii) Order/ Contract No. & date :
iii) Brief description of Items :
Works/Assignment
iv) Order/Contract value (Rs.) :
v) Name of Vendor/Supplier/ :
Contractor/ Consultant
vi) Contracted delivery/ :
Completion Schedule
vii) Actual delivery/ :
Completion date

Performance Parameter Delivery Performance Quality Performance Reliability Performance# Total


Maximum Marks 40 40 20 100
Marks Allocated
(*)
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or deviation beyond
contract payment term or seeking direct payment to the sub-vendor/sub-contractor due to financial
constraints, then ‘0’ marks should be allotted against Reliability Performance
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under :

Sl. Range (Marks) Rating Signature of


No. Authorised Signatory:
1 60 & below POOR
2 61-75 FAIR Name:
3 76-90 GOOD
4 More than 90 VERY Designation:
GOOD

Instructions for allocation of marks (For O&M)

1. Marks are to be allocated as under :

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks


Completion Schedule

a) Upto 3 months Before CDD 40


- 76 -

Page 93 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0

b) Above 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 16 weeks 20
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks

i) Rejection/Defects Marks to be allocated on 10 marks


prorata basis for acceptable
quantity as compared to total
quantity for normal cases
ii) When quality Failure of severe nature 0 marks
failure endanger - Moderate nature 5 marks
system integration - low severe nature 10-25 marks
and safety of the
system
iii) Number of 1. No deviation 5 marks
deviations 2. No. of deviations < 2 2 marks
3. No. of deviations > 2 0 marks

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, PBG, 4 marks


Drawings and other documents within time

ii) Mobilization of resources as per Contract and in time 4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E requirements 4 marks

or

Reliability of Estimates/Design/Drawing etc. in case of


Consultancy jobs

v) Timely submission of estimates and other documents for 4 marks


Extra, Substituted & AHR items

B. FOR SUPPLIES

i) Submission of order acceptance, PBG, Drawings and other 5 marks


documents within time

- 77 -

Page 94 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

ii) Attending complaints and requests for after sales service/ 5 marks
warranty repairs and/ or query/ advice (upto the evaluation
period).

iii) Response to various correspondence and conformance to 5 marks


standards like ISO
iv) Submission of all required documents including Test 5 marks
Certificates at the time of supply

- 78 -

Page 95 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Annexure-III to Section-III

ADDENDUM TO INSTRUCTIONS TO BIDDERS


(INSTRUCTIONS FOR PARTICIPATION IN E-TENDER)

Available on GAIL’s e-tender website (https://etender.gail.co.in)

Ready Reckoner for Bidders, Frequently Asked Questions, Contact details, Instructions
for participation in e-tender and An Auto Installer for PC/Browser Setting etc. are
available in above home page of GAIL’s e-tender portal.

Note:
An Auto Installer for PC/Browser Setting(IE) enabling GAIL e-tender/Reverse Auction
for bidders was developed by GAIL.

The same is available on GAIL e-tender portal under link “Installer for e-tender settings”.
The user can down load the auto installer by navigating the link and the moment they
install on their PC auto settings take place enabling the PC and browser(IE) for GAIL e-
tender and Reverse Auction. The usage document of the installer is also kept under link
“Installer software usage document”.

This is will save time and effort for Vendors/bidders as well as GAIL e-tender support
team and will give bidders a hassle-free e-bidding experience in GAIL.

ANNEXURE-IV to Section-III
- 79 -

Page 96 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

BIDDING DATA SHEET (BDS)

(TO BE FILLED BY THE CONCERNED DEALING OFFICER BEFORE ISSUANCE


OF TENDER)

ITB TO BE READ IN CONJUNCTION WITH THE FOLLOWING:


A. GENERAL
ITB clause Description
1.2 The Invitation for Bids/ Tender no is :

SM/B471-046-MA-T-6001/1001 (GAIL E-TENDER NO. - 8000019361)


1.1 The Employer/Owner is: GAIL (INDIA) LIMITED

2.1 The name of the Works/Services to be performed is:


MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO
LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF M/S GAIL

3 BIDS FROM CONSORTIUM/ JOINT VENTURE


APPLICABLE

NOT APPLICABLE

B. BIDDING DOCUMENT
ITB clause Description
8.1 For clarification purposes only, the communication address is:

Attention: Ms. Sunita Mitra, Sr. GM-SCM


Street Address: Engineers India Limited, 1, Bhikaji Cama Place
Floor/Room number: 1st Floor, Engineers India Bhawan
City: New Delhi
ZIP Code: 110066
Country: India.
Phone: +91-0112676 2239 /3169/ 3504
E-Mail: ranjit.vunna@eil.co.in / manoj.kumar.pur@eil.co.in/ s.mitra@eil.co.in

C. PREPARATION OF BIDS

ITB clause Description


11.1.1 (u) Additional documents to be submitted by the Bidder with its Part-I (Techno-
commercial/ Unpriced bid) : Refer ITB

12 Additional Provision for Schedule of Rate/ Bid Price are as under:


As per Evaluation Methodology & Preamble to Schedule of Prices

12 & 13 Whether GAIL will be able to avail input tax credit in the instant tender
YES

- 80 -

Page 97 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

NO

Details of Buyer:
Services to be rendered at GAIL (India) Limited

PAN No. AAACG1209J


GST no. 24AAACG1209J3Z0
GAIL Bank details STATE BANK OF INDIA,
G.N.F.C. COMPLEX BRANCH,
CHAWAJ, DIST BHARUCH
BRANCH CODE 7449,
ACCOUNT NO. 32776829313,
IFSC/RTGS : SBIN0007449.
14 The currency of the Bid shall be INR

15 The bid validity period shall be 03 (THREE) from final 'Bid Due Date'.
16.1, 16.10 In case 'Earnest Money / Bid Security' or “Contract Performance Security” is
and 38.6 in the form of 'Demand Draft' or 'Banker's Cheque', the same should be favor of
GAIL (India) Limited, payable at dELHI

In case of submission through online banking transaction i.e. IMPS / NEFT / RTGS
/ SWIFT, etc, the details of GAIL’s Bank account are as under:

STATE BANK OF INDIA,


G.N.F.C. COMPLEX BRANCH,
CHAWAJ, DIST BHARUCH
BRANCH CODE 7449,
ACCOUNT NO. 32776829313,
IFSC/RTGS : SBIN0007449.

Bidder to mention reference no. “EMD/6001/1001” in narration while remitting the


EMD / Bid Security amount and to mention reference no. “CPS/6001/1001.” in
narration while remitting the CPS amount in GAIL’s Bank Account.

D. SUBMISSION AND OPENING OF BIDS


ITB clause Description
18 In addition to the original of the Bid, the number of copies required is one. Not
applicable in case of e-tendering.
22 The E-Tender No. of this bidding process is: 8000019361

22.3, 26 and For submission of physical document as per clause no. 4.0 of IFB, the Owner’s
4.0 of IFB

- 81 -

Page 98 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
address is :
Attention: Ms. Sunita Mitra, Sr. GM-SCM
Street Address: Engineers India Limited, 1, Bhikaji Cama Place
Floor/Room number: 1st Floor, Engineers India Bhawan
City: New Delhi
ZIP Code: 110066
Country: India.
Phone: +91-0112676 2239 /3169/ 3504
E-Mail: ranjit.vunna@eil.co.in / manoj.kumar.pur@eil.co.in/ s.mitra@eil.co.in

E. EVALUATION, AND COMPARISON OF BIDS


ITB clause Description
32 Evaluation Methodology is mentioned in Section-II.
33 Compensation for Extended Stay:
APPLICABLE

NOT APPLICABLE

F. AWARD OF CONTRACT
ITB clause Description
37 State of India of which stamp paper is required for Contract Agreement: New Delhi
38 Contract Performance Security/ Security Deposit
APPLICABLE

NOT APPLICABLE

The value/ amount of Contract Performance Security/ Security Deposit:

CPS/SD @ 3% of Total Order / Contract Value within 30 days of FOA /


Notification of Award.

Note : Bidder also to refer clause No- M(v) of section-II for submission of
CPS/SD

39.2 Name and contact details of nodal officer are as under:

Sushil Kumar Gupta


GM(C&P)
GAIL (India) Ltd,
GAIL Bhavan
16, Bhikaiji Cama Place
New- Delhi 110066
Email – sk.gupta@gail.co.in

41 Provision of AHR Item :


APPLICABLE
- 82 -

Page 99 of 4396
WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

NOT APPLICABLE

44.1 Quarterly Closure of Contract
APPLICABLE

NOT APPLICABLE

Clause no. Bonus for Early Completion:


27.3 of GCC
APPLICABLE

NOT APPLICABLE

49 Applicability of provisions relating to Startups:

APPLICABLE

NOT APPLICABLE

Clause No. Merit Rate of Custom Duty is applicable


15 & 17 of
SCC and CIF
Content

- 83 -

Page 100 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

ANNEXURE-V TO SECTION-III

POLICY TO PROVIDE PURCHASE PREFERENCE (LINKED WITH LOCAL


CONTENT) (PP-LC)

1.0 Ministry of Petroleum & Natural Gas (MoPNG) vide communication no. FP-
2013/2/2017-FP-PNG dated 17.11.2020 has forwarded Policy to provide Purchase
Preference (linked with Local Content) in all the Public Sector Undertakings under the
Ministry of Petroleum and Natural Gas. A copy of the policy is available on website of
MoP&NG (i.e. http://petroleum.nic.in/).

2.0 DEFINITIONS

2.1 Oil and Gas Business Activity shall comprise of Upstream, Midstream and Downstream
business activities.

2.2 Domestic products shall be goods and/or service (including design and engineering)
produced by companies, investing and producing in India.

2.3 Local Content hereinafter abbreviated to LC means the amount of value added in India
which shall, unless otherwise prescribed by the Nodal Ministry, be the total value of the
item procured (excluding net domestic indirect taxes) minus the value of imported
content in the item (including all customs duties) as a proportion of the total value, in
percent.

2.4 Domestic Manufacturer shall be business entity or individual having business


activity established under Indian law and producing products domestically.

2.5 Supplier of goods and/or provider of service shall be a business entity having
capability of providing goods and/or service in accordance with the business line and
qualification thereof and classified as under:

'Class-I local supplier' means a supplier or service provider, whose goods, services or
works offered for procurement, has local content equal to or more than 50%, as defined
under this Policy.

`Class-II local supplier' means a supplier or service provider, whose goods, services or
works offered for procurement, has local content more than 20% but less than 50%, as
defined under this Policy.

`Non-local supplier' means a supplier or service provider, whose goods, services


or works offered for procurement, has local content less than or equal to 20%, as defined
under this Policy.

2.6 Steering Committee means the committee to be constituted by MoPNG to provide


effective guidance and to oversee the implementation of the Policy on a regular and
continuing basis.

- 84 -

Page 101 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
2.7 Verification shall be an activity to verify the accomplishment of LC by domestic
manufacturers and/or suppliers of goods and/or providers of service with the data
obtained or collected from respective business activities.

2.8 Purchase preference: Where the quoted price is within the margin of purchase
preference of the lowest price, other things being equal, purchase preference may be
granted to the bidder concerned, at the lowest valid price bid.

2.9 Local Content (LC) in Goods shall be the use of raw materials, design and engineering
towards manufacturing, fabrication and finishing of work carried out within the country.

2.10 Local Content (LC) in Services shall be the use of services up to the final delivery by
utilizing manpower (including specialist), working appliance (including
software) and supporting facilities carried out within in the country.

2.11 Local Content (LC) in EPC contracts shall be the use of materials, design and
engineering comprising of manufacturing, fabrication, assembly and finishing as
well as the use of services by utilizing manpower (including specialist), working
appliance (including software) and supporting facility up to the final delivery, carried out
within the country.

2.12 Factory overhead cost shall be indirect costs of Manpower,


machine/ working appliance/facility and the whole other fabrication costs needed to
produce a unit of product with the cost not chargeable directly to specified product.

2.13 Company overhead cost shall be costs related to the marketing,


administration and general affairs cost of the company.

2.14 Indian Company means a company formed and registered under the Companies
Act, 2013.

2.15 Foreign company means any company or body corporate incorporated outside India
which— (a) has a place of business in India whether by itself or through an agent.
physically or through electronic mode: and (b) conducts any business activity in India
in any other manner.

3.0 SCOPE

3.1 This PP-LC policy is not applicable for goods/ services falling under the list of items
reserved for exclusive purchase from Micro and Small Enterprises (MSEs) or
Domestically manufactured Electronic Products (DMEP) or Domestically Manufactured
Products, Services or works Relating to Telecom under the respective policies.

3.2 In case a bidder is eligible to seek benefit under Policy to Provide Purchase Preference
(Linked with Local Content) (PP-LC) as well as Public Procurement Policy for MSE
2012 (PPP-2012), then the bidder should categorically confirm its option to choose
benefits against only one of the two policies i.e. either PP-LC and MSE Policy in Form-
1. The option once exercised cannot be modified subsequently.

Purchase preference benefits shall be extended to the bidder based on the declared option
subject to the bidder meeting the requirements contained in respective Purchase
- 85 -

Page 102 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Preference Policy.
In case a MSEs bidder opts for purchase preference based on PP-LC, such bidder shall
not be entitled to claim purchase preference benefit available to MSE Bidders under PPP-
2012. However, the exemptions from furnishing Bidding Document fee and Bid
security/EMD shall continue to be available to such MSE Bidder.
While evaluating a particular bid that bidder’s option (to avail any one out of two
applicable purchase preference policies, i.e., PP-LC or PPP-2012) will be considered. For
price matching and distribution of quantities among bidders, the precedence shall be in
the following order:-

(a) Public Procurement Policy for MSE 2012


(b) Policy to Provide Purchase Preference (Linked with Local Content) (PP-LC)

3.3 Further, this policy is not applicable for HP-HT operations for time being. The Charter
Hiring of Offshore vessels shall continue to be governed by DG, Shipping Guidelines.
Indian Flag Vessels shall be considered as having 100% LC.

3.4 The prescribed local content in the Policy shall be applicable on the date of Notice
Inviting Tender/ Issuance of tender.

4.1 MARGIN OF PURCHASE PREFERENCE: The margin of purchase preference shall


be 20%.

5.0 ELIGIBILITY OF ‘CLASS-I LOCAL SUPPLIER’/ ‘CLASS-II LOCAL


SUPPLIER’/ ‘NON-LOCAL SUPPLIERS’ FOR DIFFERENT TYPES OF
PROCUREMENT

5.1 In respect of all goods, services or works in respect of which the Nodal Ministry/
Department under DPIIT's Public Procurement (Preference to Make in India) Order,
2017 has communicated that there is sufficient local capacity and local competition, only
‘Class-I local supplier’ shall be eligible to bid. Details of such notified goods, services or
works is available on https://dipp.gov.in/public-procurements

5.2 For all other Domestic Competitive tenders, ‘Class-I local supplier’ and ‘Class-II local
supplier’ shall be eligible to bid irrespective of purchase value, but preference to be given
as per PP-LC to the ‘Class-I local supplier’.

5.3 Only ‘Class-I local supplier’ and ‘Class-II local supplier’ shall be eligible to bid, except
when Global tender enquiry/International Competitive Bidding has been issued. In
Global tender enquiry/International Competitive Bidding, ‘Non-local suppliers’ shall also
be eligible to bid along with ‘Class-I local suppliers’ and ‘Class-II local suppliers’.

5.4 ‘Class-II local supplier’ and ‘Non-local supplier’ will not get purchase preference in any
tender.

5.5 The producers of goods and/or providers of services shall be obliged to fulfil the
requirements of quality and delivery time in accordance with the provisions of the
respective contracts of goods and services.

5.6 If the Ministry is satisfied that Indian suppliers of an item are not allowed to participate
- 86 -

Page 103 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
and/or compete in procurement by any foreign government, it may, if it deems
appropriate, restrict or exclude bidders from that country from eligibility for procurement
of that item and/or other items relating to the Ministry.

5.7 For the purpose of para 5.6 above, a supplier or bidder shall be considered to be from a
country if (i) the entity is incorporated in that country, or (ii) a majority of its
shareholding or effective control of the entity is exercised from that country, or (iii) more
that 50% of the value of the item being supplied has been added in that country. Indian
suppliers shall mean those entities which meets any of these tests with respect to India.

6.0 PURCHASE PREFERENCE- LINKED WITH LOCAL CONTENT (LC)

6.1 In procurement of all items not covered by para 5.1, the following provisions is to be
considered for LC linked Purchase Preference:

6.1.1 The manufacturers/ service providers having the capability of meeting/ exceeding
the local content targets shall be eligible for purchase preference under the policy, i.e. LC
manufacturers/ LC service providers respectively as described below.

6.1.2 Wherever the goods/ services are procured under this policy, eligible (techno-
commercially qualified) ‘Class I Local supplier’ shall be granted a purchase
preference where the quoted price is within the margin of purchase preference of the
lowest price, other things being equal, purchase preference shall be be granted to the
eligible (techno-commercially qualified) Class I Local supplier concerned, at the lowest
valid price bid.

6.1.3 Goods:

(a) If the tenders can be split (as specified in BDS) then the order for 50% ** of the
procured quantity would be awarded to the lowest techno-commercially qualified
‘Class I Local supplier’, subject to matching with L1, if such bidders are
available. The remaining will be awarded to L1.

However, if L1 bidder happens to be a ‘Class I Local supplier’, the entire


procurement value shall be awarded to such bidder.

** If the tendered quantity cannot be divided exactly 50:50, the eligible Class I
Local supplier will have right for quantity not less than 50% of tendered
quantity.

(b) If the tender cannot be split (as specified in BDS) then the order shall be
awarded to the eligible ‘Class I Local supplier’ for the entire quantity.

6.1.4 Services/EPC Contracts :

(a) In case tender for services/ EPC cannot be split (as specified in BDS), The
entire contract would be awarded to the lowest techno-commercially qualified
‘Class I Local supplier’, subject to matching with L1, if such bidders are
available.

(b) In case tender for services/EPC can be split (as specified in BDS), then
- 87 -

Page 104 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
splitting shall be allowed and specified in tender documents. Such services shall
follow the procedure outlined for goods as described in goods above at para at
6.1.3 (a).

6.1.5 For para 6.1.3 and 6.1.4 above, only those ‘Class I Local supplier’ whose bids are within
the margin of purchase preference would be allowed an opportunity to match L1 bid.

6.1.6 The procedure for award of contract/ order under the policy is at Enclosure-I.

7.0 Determination of LC: The following process shall be adopted by the bidder to
determine the content of LC:

6.1 LC of Goods

7.1.1 LC of goods shall be computed on the basis of the cost of domestic components
in goods, compared to the whole cost of product.

7.1.2 The criteria for determination of the local content cost in the goods shall be as follows:

a) in the case of direct component (material), based on country of origin:


b) in the case of manpower, based on INR component.

7.1.3 The calculation of LC of the combination of several kinds of goods shall be based on the
ratio of the sum of the multiplication of LC of each of the goods with the acquisition
price of each goods to the acquisition price of the combination of goods.

7.2 LC of service

7.2.1 LC of Service shall be calculated on the basis of the ratio of service cost of domestic
component in service to the total cost of service.

7.2.2 The total cost of service shall be constituted of the cost spent for rendering of service,
covering:

a) cost of component (material) which is used:


b) manpower and consultant cost: cost of working equipment/ facility; and c) general
service cost.

7.2.3 The criteria for determination of cost of local content in the service shall be as follows

a) in the case of material being used to help the provision of service, based on
country of origin;
b) in the case of manpower and consultant based on INR component of the services
contract;
c) in the case of working equipment/facility, based on country of origin: and
d) in the case of general service cost, based on the criteria as mentioned in clauses a,
b, and c above.
e) Indian flag vessels in operation as on date.

7.3 LC of the EPC Contracts:

- 88 -

Page 105 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
7.3.1 LC of EPC contracts shall be the ratio of the whole cost of domestic components
in the combination of goods and services to the whole combined cost of goods and
services.

7.3.2 The whole combined cost of goods and services shall be the cost spent to produce the
combination of goods and services, which is incurred on work site. LC of the
combination of goods and services shall be counted in every activity of the combination
work of goods and services.

7.3.3 The spent cost as mentioned in paragraph 7.3.2 shall include production cost in the
calculation of LC of goods as mentioned in clause 7.1.1 and service cost in the
calculation of LC of services as mentioned in clause 7.2.2.

7.4 Calculation of LC and Reporting

LC shall be calculated on the basis of verifiable data. In the case of data used in the
calculation of LC being not verifiable, the value of LC of the said component shall be
treated as nil.

8.0 CERTIFICATION AND VERIFICATION

8.1 Since ‘Class I/Class II Local suppliers’ are eligible to bid in Domestic Competitive
Bidding only if they meet the local content norms, therefore whether or not they want to
avail PP-LC benefit, it will still be mandatory for them to give adequate documentation
as follows to establish their status as ‘Class-I local supplier’ or ‘Class-II local supplier’:

8.1.1 At bidding stage:

a) Price Break-up:

• The bidder shall provide the percentage of local content in the bid.

b) The bidder shall submit an undertaking [Form -2] from the authorised signatory
of bidder having the Power of Attorney alongwith the bid stating the bidder meets
the mandatory minimum LC requirement and such undertaking shall become a
part of the contract.

(c) In cases of procurement for a value in excess of Rs. 10 crores, the Undertaking
[Form-3] submitted by the bidder shall be supported by a certificate from the
statutory auditor or cost auditor of the company (in the case of companies) or
from a practicing cost accountant or practicing chartered accountant (in respect of
other than companies) giving the percentage of local content.

However, in case of foreign bidder, certificate from the statutory auditor or cost
auditor of their own office or subsidiary in India giving the percentage of local
content is also acceptable. In case office or subsidiary in India does not exists or
Indian office/ subsidiary is not required to appoint statutory Auditors or cost
auditor, certificate from practising cost accountant or practicing chartered
accountant giving the percentage of local content is also acceptable.

- 89 -

Page 106 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
(d) In case a supplier is quoting on behalf of manufacturer, in addition to Form -2 and
Form-3, the bidder is required to submit Form -4 and Form-5 to be signed by
manufacturer and statutory auditor/ cost auditor/ practicing cost
accountant/practicing chartered accountant of the manufacturer as mentioned at
(c) herein above.

8.1.2 After Contract Award:

• The bidder shall submit an undertaking from the authorised signatory of bidder
having the power of Attorney alongwith the bid stating the bidder
meets the mandatory minimum LC requirement and such undertaking shall
become a part of the contract.

• In cases of procurement for a value in excess of Rs 10 crores, the


undertaking submitted by the bidder shall be supported by a certificate from the
statutory auditor or cost auditor of the company (in case of companies) or from a
practicing cost accountant or practising chartered accountant (in respect of other
than companies) giving the percentage of local content.

• However, in case of foreign bidder. certificate from the statutory auditor or cost
auditor of their own office or subsidiary in India giving the percentage of local
content is also acceptable. In case office or subsidiary in India does not exist or
Indian office/ subsidiary is not required to appoint statutory auditor or cost
auditor, certificate from practising cost accountant or practising chartered
accountant giving the percentage of local content is also acceptable.

8.2 Each supplier shall provide the necessary local-content documentation to the statutory
auditor or cost auditor of the company (in case of companies) or from a practicing cost
accountant or practising chartered accountant (in respect of other than companies), which
shall review and determine that local content requirements have been met, and issue
a local content certificate to that effect on behalf of procuring company, stating the
percentage of local content in the good or service measured. The statutory auditor or cost
auditor of the company (in case of companies) or from a practicing cost accountant or
practising chartered accountant (in respect of other than companies) shall keep all
necessary information obtained from suppliers for measurement of Local Content
confidential.

8.3 The Local Content certificate shall be submitted along with each invoice raised.
However, the % of local content may vary with each invoice while maintaining the
overall % of local content for the total work/purchase of the pro-rata local content
requirement. In case, it is not satisfied cumulatively in the invoices raised up to that
stage, the supplier shall indicate how the local content requirement would be met in
the subsequent stages.

8.4 As regards cases where currency quoted by the bidder is other than Indian Rupee,
exchange rate prevailing on the date of Notice Inviting Tender (NIT)/ Issuance of Tender
shall be considered for the calculation of Local Content.

8.5 GAIL shall also have the authority to audit as well as witness production processes to
certify the achievement of the requisite local content.

- 90 -

Page 107 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
9.0 Sanctions

9.1 During execution, it shall be the responsibility of the supplier/contractor to ensure


fulfillment of the minimum local content specified in the bidding document failing which
GAIL shall impose sanction on manufacturers/ service providers. The sanctions shall be
in the form of written warning, financial penalty and banning.

9.2 In the event that a manufacturer or supplier of goods and/or provider of services does not
fulfill his obligation after the expiration of the period specified in such warning, the
GAIL shall initiate action for banning such manufacturer/supplier/service provider as per
as per GAIL’s extant “Procedure for action in case
Corrupt/Fraudulent/Collusive/Coercive Practices”

9.3 A manufacturer and/or supplier of goods and/or provider of services who has been
awarded the contract after availing Purchase Preference is found to have violated the LC
provisions, in the execution of the procurement contract of goods and/or services shall be
subject to financial penalty an amount equal to 10% of the Contract Price. This financial
penalty shall be over and above the CPBG value prescribed in the contract.

9.4 In case a manufacturer and/or supplier of goods and/or provider of services desires
to change the origin of sourcing of material/services, the same may be allowed with the
understanding that in case this results in non compliance to minimum local content, the
penal action as above shall be applicable.

- 91 -

Page 108 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

PROCEDURE FOR AWARD OF CONTRACTS/ ORDERs

A. PROCEDURE FOR AWARD OF CONTRACTS UNDER THIS POLICY SHALL


BE AS FOLLOWS (SUBJECT TO QUANTITY DISTRIBUTION APPLICABLE
TO MSES AS PER PUBLIC PROCUREMENT POLICY FOR MSE 2012,
REFER EXAMPLES GIVEN BELOW):

1.1. In procurement of all items which are divisible in nature, the 'Class I local
supplier' shall get purchase preference over 'Class II local supplier' as well as
'Non Local Supplier' as per following procedure:

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is
'Class I local supplier', the contract for full quantity will be awarded to
L1.

ii. If L1 bid is not a 'Class I local supplier', 50% of the order quantity shall
be awarded to L1. Thereafter, lowest bidder among the 'Class I Local
supplier' will be invited to match the L1 price for the remaining 50%
quantity subject to the Class I local supplier's quoted price falling within
the margin of purchase preference. and contract for that quantity shall be
awarded to such 'Class I local supplier' subject to matching the L1 price.

In case such lowest eligible 'Class I local supplier' fails to match the L1
price or accepts less than the offered quantity, the next higher 'Class I local
supplier' within the margin of purchase preference shall be invited to
match the L1 price for remaining quantity and so on, and contract shall be
awarded accordingly. In case some quantity is still left uncovered on Class
I local suppliers, then such balance quantity may also be ordered on the L1
bidder.

1.2. In the procurement of all items which are not divisible in nature and in
procurement of services where the bid is evaluated on price alone, the 'Class-I
local supplier' shall get purchase preference over 'Class-II local supplier' as
well as 'Non-local supplier', as per following procedure:

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is
'Class-I local supplier', the contract will be awarded to L1.
ii. If L1 is not 'Class-I local supplier', the lowest bidder among the 'Class-I
local supplier', will be invited to match the L1 price subject to Class-I
local supplier's quoted price falling within the margin of purchase
preference, and the contract shall be awarded to such 'Class-I local
supplier' subject to matching the L1 price.
iii. In case such lowest eligible 'Class-I local supplier' fails to match the L1
price, the 'Class-I local supplier' with the next higher bid within the
margin of purchase preference shall be invited to match the L1 price and
so on and contract shall be awarded accordingly. In case none of the
'Class-I local supplier' within the margin of purchase preference matches
the L1 price, the contract may be awarded to the L1 bidder.

- 92 -

Page 109 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

FORM-1 TO ANNEXURE-V TO SECTION-III

UNDERTAKING FOR APPLICABILITY OF POLICY (APPLICABLE FOR CLASS-I


LOCAL SUPPLIER ONLY)

NOT APPLICABLE

- 93 -

Page 110 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
FORM-2 TO ANNEXURE-V TO SECTION-III

SELF CERTIFICATION BY BIDDER WHO CLASS-I /CLASS-II LOCAL SUPPLIER


TOWARDS MANDATORY MINIMUM LOCAL CONTENT

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL

BID DOCUMENT NO : SM/B471-046-MA-T-6001/1001

GAIL TENDER NO: 8000019361

Dear Sir

We, M/s____________ (Name of Bidder) confirm that as per the definition of mentioned in PP-
LC Policy we are:

Class-I Local supplier [ ]

Class-II Local Supplier [ ]

(Bidder is to tick appropriate option ( or X) above).

It is further confirm that M/s ____________ (Name of Bidder)/ )/ M/s …………….meet the
mandatory minimum Local content requirement of ………………………% specified for Class-I
Local supplier/ Class-II Local supplier (strikethrough which is not applicable) under Policy to
Provide Purchase Preference (linked with local content).

We further confirm that in case we fail to meet the minimum local content, the same shall be
treated false information and GAIL will take action as per provision of tender document.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 94 -

Page 111 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
FORM-3 TO ANNEXURE-V TO SECTION-III

CERTIFICATE BY STATUTORY AUDITOR/COST AUDITOR/ CHARTERED


ACCOUNTANT OF BIDDER WHO CLASS-I /CLASS-II LOCAL SUPPLIER
TOWARDS MANDATORY MINIMUM LOCAL CONTENT

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL

BID DOCUMENT NO : SM/B471-046-MA-T-6001/1001

GAIL TENDER NO: 8000019361

Dear Sir

1. We __________ the statutory auditor/ cost auditor/chartered accountant (not an


employee of the company) of M/s._______ (Name of the bidder) hereby certify that as
per definition specified in PP-LC policy, M/s._______ (Name of the bidder) is

Class-I Local supplier [ ]

Class-II Local Supplier [ ]

(Bidder is to tick appropriate option ( or X) above).

2. It is further confirm that M/s____________ (Name of Bidder)/ M/s ……………. meet


the mandatory minimum Local content requirement of ………………………% specified
for Class-I Local supplier/ Class-II Local supplier (strikethrough which is not applicable)
under Policy to Provide Purchase Preference (linked with local content) quoted vide offer
No. _______ dated ________ against tender No.________ by M/s ________ (Name of
the bidder).”

Name of Audit Firm: [Signature of Authorized Signatory]


Name:
Date: Designation:
Seal:
Membership no.
Note:
(i) This certificate it to be furnished by the statutory auditor or cost auditor of the company
(in the case of companies) or from a practicing cost accountant or practicing chartered
accountant (in respect of suppliers other than companies)
(ii) The above format is indicative, the statutory auditor/ cost auditor/ cost accountant can
modify the format without changing the intent of certification.

- 95 -

Page 112 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

ANNEXURE-VI TO SECTION-III

PROVISION REGARDING POLICY TO PROVIDE PREFERENCE TO


DOMESTICALLY MANUFACTURED IRON & STEEL PRODUCTS (DMI&SP)

1.0 BACK GROUND


Ministry of Steel (MoS) vide Gazette notification dated 29.05.2019 has circulated revised
Policy for Providing Preference to Domestically Manufactured Iron Steel Products in
Government Procurement. Further, vide Gazette notification dated 31.12.2020,
amendment/ addition to the Policy has been circulated. A copy of the policy,
clarification (s) and amendment/ additions issues are available on website of Ministry of
Steel (i.e. http://steel.gov.in/) for reference.

2.0 DEFINITIONS

i. Bidder may be a domestic/foreign manufacturer of steel or their selling agents/


authorized distributors/authorized dealers/authorized supply houses or any other
company engaged in the bidding of projects funded by Government agencies.

ii. “Domestically Manufactured Iron & Steel Products (DMI&SP)” are those iron and
steel products which are manufactured by entities that are registered and established in
India, including in Special Economic Zones (SEZs). In addition, products shall meet the
criteria of domestic minimum value – addition as mentioned in Appendix-A.

iii. Domestic Manufacturer is a manufacturer of iron & steel products conforming to


guidelines in section 7 and confirming to the definition of ‘manufacturer’ as per Central
Excise Act.

iv. Government for the purpose of the Policy means Government of India.

v. Government agencies include Government PSUs, Societies, Trusts and Statutory bodies
set up by the Government

vi. MoS Shall mean Ministry of Steel, Govt. of India.

vii. Net Selling Price shall be the invoiced price excluding net domestic taxes and duties

viii. Semi- Finished Steel shall mean Ingots, billet, blooms and slabs, which can be
subsequently processed to finished steel.

ix. Finished Steel shall mean Flat and Long products, which can be subsequently processed
into manufactured items.

x. L1 means the lowest tender or the lowest bid or the lowest quotation received in a tender,
bidding process or other procurement solicitation as adjudged in the evaluation process
as per the tender or other procurement solicitation.

xi. Margin of purchase preference means the maximum extent to which the price quoted
by a domestic supplier may be above L1 for the purpose of purchase preference. In case
- 96 -

Page 113 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
of DMI&SP policy, the margin of purchase preference shall be 20% for items in
Appendix B.

xii. Iron & Steel Product (s) shall mean such iron and steel product (s) which are mentioned
in Appendix A.

xiii. Domestic value addition means - amount of value added in India which shall be the
total value of the item to be procured / sold (excluding net domestic indirect taxes) minus
the value of imported content in the item (including all customs duties) as a proportion of
the total value of the item to be procured / sold, in percent. The ‘domestic value addition’
definition shall be in line with the Department for Promotion of Industry and Internal
Trade (DPIIT) (formerly DIPP) guidelines, and shall be suitably amended in case of any
changes by DPIIT in the future. For the purpose of this policy document, domestic value
addition and local content have been used interchangeably.

2.0 IRON & STEEL PRODUCTS

2.1 The policy is applicable to iron & steel products as provided in Appendix A and to
capital goods for manufacturing iron & steel products in Appendix B of the policy:

2.2 Appendix A contains list of iron & steel products which are to be exclusively
domestically manufactured and cannot be imported without the approval of the Ministry
of Steel

2.3 Appendix B contains a list (non-exhaustive) of capital goods for which purchase
preference shall be provided to domestically manufactured capital goods, if their quoted
price falls within 20% of the price quoted for corresponding imported capital good.

Annexure- B is the Indicative list of capital goods (non-exhaustive) for manufacturing


iron & steel products. Since presently manufacturing iron & steel products is not being
done by GAIL, the provision regarding Annexure-B of policy will not be applicable.

3.0 TENDER PROCEDURE

1.1 For iron and steel products in Appendix A, the tender is open only to the
manufacturers / suppliers having the capability of meeting / exceeding the domestic
value addition targets. Manufacturers / suppliers not meeting the domestic value
addition targets are not eligible to participate in the bidding.

1.2 The bidders who are sole selling agents / authorized distributors/ authorized
dealers/authorized supply houses of the domestic manufacturers of iron & steel products
are eligible to bid on behalf of the domestic manufacturers under the policy. However,
this shall be subject to the following conditions:

a) The bidder shall furnish the authorization certificate issued by the domestic
manufacturer for selling domestically manufactured iron & Steel products.

b) In case the procurement is covered under Appendix A of the DMI&SP policy, the
bidder shall furnish the Affidavit of self-certification issued by the domestic
manufacturer GAIL declaring that the iron & steel products is domestically
manufactured in terms of the domestic value addition prescribed.
- 97 -

Page 114 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

c) It shall be the responsibility of the bidder to furnish other requisite documents


required to be issued by the domestic manufacturer to the GAIL as per the policy.
1.2.1 If Ministry of Steel is satisfied that Indian suppliers of iron and steel products are not
allowed to participate and/ or compete in procurement by any foreign government due to
restrictive tender conditions which have direct or indirect effect of barring Indian
companies such as registration in the procuring country, execution of project of specific
value in the procuring country etc., it may, if deemed appropriate, restrict or exclude
bidders from that country from eligibility for procurement of that item and/ or other items
relating to Ministry of Steel.

1.2.2 For the purpose of sub-paragraph 3.2.1 above, a supplier or bidder shall be considered to
be from a country if (i) the entity is incorporated in that country, or (ii) a majority of its
shareholding or effective control of the entity is exercised from that country; or (iii) more
than 50% of the value of the item being supplied has been added in that country. Indian
suppliers shall mean those entities which meet any of these tests with respect to India.
The term ‘entity’ of a country shall have the same meaning as under the FDI Policy of
DPIIT as amended from time to time.

4 DOMESTIC VALUE ADDITIONREQUIREMENT

4.1 Minimum domestic value addition requirement to qualify the product as a


domestically manufactured iron & steel product mentioned in Appendix A of the
attached Gazette Notification.

4.2 Domestic value addition means - amount of value added in India which shall be the
total value of the item to be procured / sold (excluding net domestic indirect taxes)
minus the value of imported content in the item (including all customs duties) as a
proportion of the total value of the item to be procured / sold, in percent.

4.2.1 In case the iron & steel products are made using domestic input steel (semi-
finished/ finished steel), invoices of purchases from the actual domestic producers
along with quantities purchased and the other related documents must be furnished
to GAIL.

4.2.2 In case the iron & steel products have imported input steel, the invoices of
purchases from the actual producers along with quantities purchased and the other
related documents must be furnished separately. To derive the extent of domestic
value addition, the weighted average of both (imported & domestic) input steel
shall be considered to ensure that the minimum stipulated domestic value addition
requirement of the policy is complied with.

4.3 It is recommended that procuring Government agency / bidder participating in the


tender process should calculate the domestic value addition using the below formula so
as to ensure that the domestic value addition claimed is consistent with the minimum
stipulated domestic value addition requirement of the policy.

For iron and steel products & capital goods

% domestic value addition=

- 98 -

Page 115 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

X100%

5.0 CERTIFICATION ANDAUDIT

5.1 For products in Appendix A, each domestic manufacturer shall furnish the Affidavit
of self-certification to GAIL declaring that the iron & steel products are domestically
manufactured in terms of the domestic value addition prescribed. The bidders who
are sole selling agents / authorized distributors / authorized dealers / authorized
supply houses of the domestic manufacturers of iron & steel products are eligible to
bid on behalf of domestic manufacturers under the policy. The bidder shall furnish
the Affidavits of self-certification issued by the domestic manufacturers to GAIL
declaring that the iron & steel products are domestically manufactured in terms of
the domestic value addition prescribed. The Affidavit of self-certification shall be
furnished in Form 1 attached.

5.2 It shall be the responsibility of the domestic manufacturer to ensure that the products
so claimed are domestically manufactured in terms of the domestic value addition
prescribed for the product. The bidder shall also be required to provide a domestic
value addition certificate on half-yearly basis (Sep 30 and Mar 31), duly certified by
the Statutory Auditors of the domestic manufacturer, that the claims of domestic
value addition made for the product during the preceding 6 months are in accordance
with the Policy. Such certificate shall be filed within 60 days of commencement of
each half year, to GAIL and shall continue to be filed till the completion of supply of
the said products.

5.3 GAIL shall accept the Affidavit of self-certification regarding domestic value
addition in a steel product submitted by a bidder. It shall not normally be the
responsibility of GAIL to verify the correctness of the claim. The onus of
demonstrating the correctness of the same shall be on the bidder when asked to do
so.

5.4 In case a complaint is received by GAIL against the claim of a bidder regarding
domestic value addition in iron & steel products, GAIL shall have full rights to
inspect and examine all the related documents and take a decision. In case any
clarification is needed, matter may be referred to MoS with a request for technical
assistance.

However, there would be a complaint fee of Rs. 10 Lakh or 0.2 % of the value of the
DMI&SP being procured (subject to a maximum of Rs. 20 Lakh), whichever is higher, to
be paid by Demand Draft payable in favour of ‘GAIL (India) Limited’ along with the
complaint by the complainant. In case, the complaint is found to be incorrect, the GAIL
reserves the right to forfeit the said amount. In case, the complaint is found to be
substantially correct, deposited fee of the complainant would be refunded without any
interest. Further, no cognizance will be taken to any complain received without the
compliant fee mentioned above.

5.5 Any complaint referred to GAIL shall be disposed off within 4 weeks of the
reference along with submission of all necessary documents. The bidder shall be
required to furnish the necessary documentation in support of the domestic value
- 99 -

Page 116 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
addition claimed in iron & steel products to GAIL within 2 weeks of filing the
complaint.

5.6 In case, the matter is referred to the Ministry of Steel, the grievance redressal
committee setup under the MoS shall dispose of the complaint within 4 weeks of its
reference and receipt of all documents from the bidder after taking in consideration,
the view of GAIL. The bidder shall be required to furnish the necessary
documentation in support of domestic value addition claimed in iron & steel
products to the grievance redressal committee under MoS within 2 weeks of the
reference of the matter. If no information is furnished by the bidder, the grievance
redressal committee may take further necessary action, in consultation GAIL to
establish bonafides of claim.

5.7 The cost of assessing the prescribed extent of domestic value addition shall be borne
GAIL if the domestic value addition is found to be correct as per the certificate.
However, if it is found that the domestic value addition as claimed is incorrect, Rs. 10
Lakh or 0.2 % of the value of the DMI&SP being procured (subject to a maximum of Rs.
20 Lakh), whichever is higher, will be payable by the bidder (who has furnished an
incorrect certificate) toward pre-determined cost of assessment.

5.8 In case of misdeclaration by the bidder of the prescribed domestic value addition, in the
tender document, GAIL will impose also penalties including forfeiting of the
EMD/CPBG and putting such bidder on banning list as per GAIL’s extant “Procedure for
action in case Corrupt/Fraudulent/Collusive/Coercive Practices”

5.9 In case of reference of any complaint to MoS by the concerned bidder, there would
be a complaint fee of Rs. 10 Lakh or 0.2 % of the value of the DMI&SP being
procured (subject to a maximum of Rs. 20 Lakh), whichever is higher, to be paid by
Demand Draft deposited with the grievance redressal committee under MoS along
with the complaint by the complainant. In case, the complaint is found to be
incorrect, GAIL reserves the right to forfeit the said amount. In case, the complaint is
found to be substantially correct, deposited fee of the complainant would be refunded
without any interest.

6.0 IMPLEMENTATION MONITORING BY MINISTRY OFSTEEL

6.1 The policy provisions shall be applicable for a period of 5 years from the date of
publication. The policy period may further be extended at the discretion of
Ministry of Steel.

6.2 MoS shall be the nodal ministry to monitor the implementation of the policy.

7.0 REFERENCE TO MINISTRY OF STEEL

In case of a question whether an item being procured is a DMI&SP to be covered


under the policy, the matter would be referred to the Ministry of Steel for
clarification.

- 100 -

Page 117 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
FORM-I TO ANNEXURE-VI TO SECTION –III

Format for Affidavit of Self Certification regarding Domestic Value Addition in Iron
& Steel Products to be provided on Rs.100/- Stamp Paper Date:

I _______S/o, D/o, W/o, _ Resident of _ hereby


solemnly affirm and declare asunder: That I will agree to abide by the terms and conditions of
the policy of Government of India issued vide Notification No: G.S.R 385 (E) dated
29.05.2019 and subsequent amendments issued vide Notification No. G.S.R 1(E) dated
31.12.2020

That the information furnished hereinafter is correct to the best of my knowledge and belief
and I undertake to produce relevant records before GAIL for the purpose of assessing the
domestic value addition.

That the domestic value addition for all inputs which constitute the said iron & steel products
has been verified by me and I am responsible for the correctness of the claims made therein.

That in the event of the domestic value addition of the product mentioned herein is found to be
incorrect and not meeting the prescribed value-addition criteria, based on the assessment of
GAIL for the purpose of assessing the domestic value-addition, I will be disqualified from any
Government tender for a period of 36 months. In addition, I will bear all costs of such an
assessment.
That I have complied with all conditions referred to in the Notification No. _ wherein
preference to domestically manufactured iron & steel products in Government procurement is
provided and that GAIL is hereby authorized to forfeit and my EMD. I also undertake to pay
the assessment cost and pay all penalties as specified in the tender document.
I agree to maintain the following information in the Company's record for a period of 8 years
and shall make this available for verification to any statutory authority.
i. Name and details of the Bidder (Registered Office, Manufacturing unit location,
nature of legal entity)
ii. Date on which this certificate is issued
iii. Iron & Steel Products for which the certificate is produced
iv. GAIL to whom the certificate is furnished
v. Percentage of domestic value addition claimed and whether it meets the threshold
value of domestic value addition prescribed
vi. Name and contact details of the unit of the manufacturer(s)
vii. Net Selling Price of the iron & steel products
viii. Freight, insurance and handling till plant
ix. List and total cost value of input steel (imported) used to manufacture the iron & steel
products
x. List and total cost of input steel which are domestically sourced.
xi. Please attach domestic value addition certificates from suppliers, if the input is not in
house.
xii. For imported input steel, landed cost at Indian port with break-up of CIF value, duties
& taxes, port handling charges and inland freight cost.

For and on behalf of (Name of firm / entity)


Authorized signatory (To be duly authorized by the Board of Directors)
<Insert Name, Designation and Contact No.>
- 101 -

Page 118 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
FORM-II TO ANNEXURE-VI TO SECTION –III

SELF - CERTIFICATE
(On Bidder’s Letter Head)

To,

M/s GAIL (INDIA) LIMITED

SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL

BID DOCUMENT NO :SM/B471-046-MA-T-6001/1001

GAIL TENDER NO: 8000019361

This has reference to “Policy for Providing Preference to Domestically Manufactured Iron
& Steel Products in Government Procurement issued by Ministry of Steel , Govt of India ,
vide their revised notification “The Gazette of India, Notification No. G.S.R 385 (E) dated
29.05.2019 and subsequent amendments issued vide Notification No. G.S.R 1(E) dated
31.12.2020.

We confirm that we will obtain Affidavit of Self Certification of Domestic value addition in
Iron & Steel Products from manufacturer before supply of iron and steel products required
under the tender / bidding document.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 102 -

Page 119 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

FORMS & FORMAT

- 103 -

Page 120 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

LIST OF FORMS & FORMAT

Form No. Description


F-1 BIDDER’S GENERAL INFORMATION
F-2 PROFORMA OF "BANK GUARANTEE" FOR "EARNEST
MONEY "
F-3 LETTER OF AUTHORITY
F-4 PROFORMA OF "BANK GUARANTEE" FOR
"CONTRACT PERFORMANCE SECURITY / SECURITY
DEPOSIT"
F-5 AGREED TERMS & CONDITIONS
F-6 ACKNOWLEDGEMENT CUM CONSENT LETTER
F-7 BIDDER’S EXPERIENCE
F-8 CHECK LIST
F-8B CHECK LIST FOR BID EVALUATION CRITERIA (BEC)
QUALIFYING DOCUMENTS
F-9 FORMAT FOR CERTIFICATE FROM BANK
IF BIDDER’S WORKING CAPITAL IS INADEQUATE
F-10 FORMAT FOR CHARTERED ACCOUNTANT
CERTIFICATE FOR FINANCIAL CAPABILITY OF THE
BIDDER
F-11 FORMAT FOR CONSORTIUM/JV AGREEMENT
F-12 BIDDER'S QUERIES FOR PRE BID MEETING
F-13 E-BANKING FORMAT
F-14 UNDERTAKING ON LETTER HEAD
F-15 INDEMNITY BOND
F-16 FREQUENTLY ASKED QUESTIONS (FAQs)
F-17 UNDERTAKING REGARDING SUBMISSION OF
ELECTRONIC INVOICE (E-INVOICE AS PER GST LAWS)
F-18 INTEGRITY PACT

- 104 -

Page 121 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
F-1

BIDDER'S GENERAL INFORMATION


To,
M/s GAIL (INDIA) LIMITED

SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL

BID DOCUMENT NO :SM/B471-046-MA-T-6001/1001 (GAIL TENDER NO: 8000019361)

1 Bidder Name

2 Status of Firm Proprietorship Firm/Partnership firm/ Limited


Liability Partnership (LLP) firm/Public
Limited/ Pvt. Limited/ Govt. Dept. / PSU/
Others

If Others Specify:_________________
[Enclose relevant certificates / partnership
deed/certificate of Registration, as applicable]
3a Name of Proprietor/Partners/Directors
of the firm/company
[As per cl.no.4.0 of Section-III of Tender
Document]
3b Name of Power of Attorney holders of
bidder
4 Number of Years in Operation

5 Address of Registered Office:


*In case of Partnership firm, provide
current address of the firm for City:
ordering purpose District:
State:
PIN/ZIP:
Bidder’s address where order/contract
6 is to be placed
City:
District:
State:
PIN/ZIP:
7 Office responsible for executing the
contract with GST no. * City:
(In case supply of works are from District:
multiple locations, addresses and GST State:
no. of all such locations are to be PIN/ZIP:
provided). GST No.:
8 Telephone Number/ Mobile no. of _____________________
address where order is to be placed (Country Code) (Area Code) (Telephone
No.)

- 105 -

Page 122 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
9 E-mail address
10 Website
11 Mobile Number:

12 ISO Certification, if any {If yes, please furnish details}


13 PAN No.

14 GST No. (refer sl. no. 7 above)

15 EPF Registration No.

16 ESI code No.

17 Whether Micro or Small Enterprise Yes / No


(If Yes, Bidder to submit requisite documents as
specified it ITB:Clause No. 40)
Whether MSE is owned by SC/ST Yes / No
Entrepreneur(s) (If Yes, Bidder to submit requisite documents as
specified it ITB:Clause No. 40)
Whether MSE is owned by Women Yes / No
(If Yes, Bidder to submit requisite documents as
specified it ITB:Clause No. 40)
Whether payment is required through Yes / No
TReDS If Yes, please provide the name of portal
……………………………………
18 Whether Bidder is Startups or not Yes / No
(If Yes, Bidder to submit requisite documents as
specified it ITB: Clause No.50 )
In case of Start-up confirm the
following:
(i) Date of its incorporation/
registration
[The certificate shall only be
valid for the entity upto ten
years from the date of its
incorporation/ registration]
(ii) Whether turnover for any
financial years since
incorporation/ registration has
exceed Rs.100 Crores.
Note: * GAIL intent to place the contract directly on the address from where Works are to be
supplied. In case, bidder wants contract at some other address or Works are to supplied from
multiple locations, bidder is required to provide in their bid, the address on which contract is to
be placed.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:
- 106 -

Page 123 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
FORMAT F-2

PROFORMA OF "BANK GUARANTEE"


FOR "EARNEST MONEY / BID SECURITY"
(To be stamped in accordance with the Stamp Act)

To, Bank Guarantee No.


M/s GAIL (India) Limited Date of BG
___________________ BG Valid up to
Claim period up to (There should
be three months gap between
expiry date of BG & Claim period)
Stamp Sl. No./e-Stamp Certificate
No.

Dear Sir(s),

In accordance with Letter Inviting Tender under your reference No __________________ M/s.
________________
having their Registered / Head Office at _____________ (hereinafter called the Tenderer), wish to participate in
the
said tender for
______________________________________________________________________________

As an irrevocable Bank Guarantee against Earnest Money for the amount of ______________ is required to
be submitted by the Tenderer as a condition precedent for participation in the said tender which amount is
liable to be forfeited on the happening of any contingencies mentioned in the Tender Document.

We, the ____________________________________ Bank at _____________________________having


our Head Office ________________________________________________________ (Local Address)
guarantee and undertake to pay immediately on demand without any recourse to the tenderers by GAIL
(India) Ltd., the amount ________________ ____________________ without any reservation, protest,
demur and recourse. Any such demand made by GAIL, shall be conclusive and binding on us irrespective of
any dispute or difference raised by the Tenderer.

This guarantee shall be irrevocable and shall remain valid up to ____________ [this date should be two (02)
months beyond the validity of the bid].If any further extension of this guarantee is required, the same shall be
extended to such required period on receiving instructions from M/s.
_____________________________________________ whose behalf this guarantee is issued.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this
___________day of ____________ 20__ at ____________.

Notwithstanding anything contained herein:


9.

a) The Bank’s liability under this Guarantee shall not exceed (currency in figures) . . . . . . . . . . . . . . . .
(currency in words only ) . . . . .
b) This Guarantee shall remain in force upto ___________ (this expiry date of BG should be two months
beyond the validity of bid) and any extension(s) thereof; and
c) The Bank shall be released and discharged from all liability under this Guarantee unless a written
claim or demand is issued to the Bank on or before the midnight of ………………….(indicate date of
expiry of claim period which includes minimum three months from the expiry of this Bank Guarantee)
and if extended, the date of expiry of the last extension of this Guarantee. If a claim has been received by

- 107 -

Page 124 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
us within the said date, all the rights of GAIL under this Guarantee shall be valid and shall not cease until
we have satisfied that claim.

WITNESS:

(SIGNATURE) (SIGNATURE)
(NAME) (NAME)
Designation with Bank Stamp

(OFFICIAL ADDRESS) Attorney as per


Power of Attorney No. ________
Date: ________________________

--------------------------------------------------------------------------------------------------------

INSTRUCTIONS FOR FURNISHING "BID SECURITY / EARNEST MONEY" BY


"BANK GUARANTEE"

1. The Bank Guarantee by Bidders will be given on non-judicial stamp paper as per "Stamp
Duty" applicable. The non-judicial stamp paper should be in the name of the issuing
Bank. In case of foreign Bank, the said Bank's Guarantee to be issued by its
correspondent Bank in India on requisite non-judicial stamp paper
2. The expiry date should be arrived at in accordance with "ITB: Clause-15.1".
3. The Bank Guarantee by bidders will be given from Bank as specified in "ITB".
4. A letter from the issuing Bank of the requisite Bank Guarantee confirming that said Bank
Guarantee / all future communication relating to the Bank Guarantee shall be forwarded
to the Employer at its address as mentioned at "ITB".
5. Bidders must indicate the full postal address of the Bank along with the Bank's E-mail /
Phone from where the Earnest Money Bond has been issued.
6. If a Bank Guarantee is issued by a commercial Bank, then a letter to Employer
confirming its net worth is more than Rs. 1,000,000,000.00 [Rupees One Hundred
Crores] or equivalent along with documentary evidence.

- 108 -

Page 125 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
F-3
LETTER OF AUTHORITY

[Pro forma for Letter of Authority for Attending 'Pre-Bid Meetings' /'Un-priced Bid Opening' /
'Price Bid Opening']

Ref: Date:
To,
M/s GAIL (INDIA) LIMITED

SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL

BID DOCUMENT NO :SM/B471-046-MA-T-6001/1001

GAIL TENDER NO: 8000019361

Dear Sir,
I/We, _____________________________________ hereby authorize the following
representative(s) for attending any 'Meetings [Pre-Bid Meeting]', 'Un-priced Bid Opening', and
'Price Bid Opening' against the above Tender Documents:

[1] Name & Designation ____________________ Signature ___________________


Phone/Cell:
E-mail: ………………………………….. @ ………………………………

[2] Name & Designation ____________________ Signature ___________________


Phone/Cell:
E-mail: ……………………………………….. @ ………………………………

We confirm that we shall be bound by all commitments made by aforementioned authorised


representative(s).

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Note:
(i) 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.
Not more than 'two [02] persons per Bidder' are permitted to attend 'Pre-Bid
Meetings' /'Un-priced Bid Opening' / 'Price Bid Opening'.
(ii) Bidder’s authorized representative is required to carry a copy of this authority letter
while attending the 'Pre-Bid Meetings' /'Un-priced Bid Opening.

- 109 -

Page 126 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
F-4

PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE


SECURITY / SECURITY DEPOSIT"
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To, Bank Guarantee No.


M/s GAIL (India) Limited Date of BG
___________________ BG Valid up to
Claim period up to (There should
be three months gap between
expiry date of BG & Claim period)
Stamp Sl. No./e-Stamp Certificate
No.
Dear Sir(s),
M/s. __________________________________________________________________ having
registered office at _______________________ (herein after called the “contractor” which
expression shall wherever the context so require include its successors and assignees) have been
placed/ awarded the job/work of _______________________________________________ vide
LOA /FOA No. _______________________________dated______ for GAIL (India) Limited
having registered office at 16, Bhikaiji Cama Place, R.K. Puram, New Delhi (herein after called the
“GAIL” which expression shall wherever the context so require include its successors and
assignees).

The Contract conditions provide that the CONTRACTOR shall pay a sum of Rs.
____________________ (Rupees _________________________________________) as full
Contract Performance Guarantee in the form therein mentioned. The form of payment of Contract
Performance Guarantee includes guarantee executed by Nationalized Bank/Scheduled Commercial
Bank, undertaking full responsibility to indemnify GAIL (INDIA) LIMITED, in case of default.

The said M/s._______________________________________________ has approached us and at


their request and in consideration of the premises we having our office at
______________________________ have agreed to give such guarantee as hereinafter mentioned.
1. We _________________________________________________________________
hereby undertake to give the irrevocable & unconditional guarantee to you that if default
shall be made by M/s. __________________________________ in performing any of the
terms and conditions of the tender/order/contract or in payment of any money payable to
GAIL (INDIA) LIMITED we shall on first demand pay without demur, contest, protest and/
or without any recourse to the contractor to GAIL in such manner as GAIL may direct the
said amount of Rupees _____________________________ only or such portion thereof not
exceeding the said sum as you may require from time to time.
2. You will have the full liberty without reference to us and without affecting this guarantee,
postpone for any time or from time to time the exercise of any of the powers and rights
conferred on you under the order/contract with the said
M/s. _______________________________ and to enforce or to forbear from endorsing any
powers or rights or by reason of time being given to the said
M/s.__________________________ and such postponement forbearance would not have
the effect of releasing the bank from its obligation under this debt.

- 110 -

Page 127 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
3. Your right to recover the said sum of Rs. ______________________________________
(Rupees _______________________________________) from us in manner aforesaid is
absolute & unequivocal and will not be affected or suspended by reason of the fact that any
dispute or disputes have been raised by the said M/s. ___________________________
and/or that any dispute or disputes are pending before any officer, tribunal or court or
arbitrator or any other authority/forum and any demand made by you in the bank shall be
conclusive and binding. The bank shall not be released of its obligations under these
presents by any exercise by you of its liberty with reference to matter aforesaid or any of
their or by reason or any other act of omission or commission on your part or any other
indulgence shown by you or by any other matter or changed what so ever which under law
would, but for this provision, have the effect of releasing the bank.
4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up dissolution or changes of constitution or insolvency of the said contractor but
shall in all respects and for all purposes be binding and operative until payment of all money
due to you in respect of such liabilities is paid.
5. The bank undertakes not to revoke this guarantee during its currency without your previous
consent and further agrees that the guarantee shall continue to be enforceable until it is
discharged by GAIL in writing. However, if for any reason, the contractor is unable to
complete the work within the period stipulated in the order/contract and in case of extension
of the date of delivery/completion resulting extension of defect liability period/guarantee
period of the contractor fails to perform the work fully, the bank hereby agrees to further
extend this guarantee at the instance of the contractor till such time as may be determined by
GAIL. If any further extension of this guarantee is required, the same shall be extended to
such required period on receiving instruction from M/s.
___________________________________________________ (contractor) on whose
behalf this guarantee is issued.
6. Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee
against the bank (as principal debtor) in the first instant, without proceeding against the
contractor and notwithstanding any security or other guarantee that GAIL may have in
relation to the contractor’s liabilities.
7. The amount under the Bank Guarantee is payable forthwith without any delay by Bank
upon the written demand raised by GAIL. Any dispute arising out of or in relation to the
said Bank Guarantee shall be subject to the exclusive jurisdiction of courts at New Delhi.
8. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of
the Contractor up to a total amount of __________(amount of guarantees in words and
figures) and we undertake to pay you, upon your first written demand declaring the
Contractor to be in default under the order/contract and without caveat or argument, any
sum or sums within the limits of (amounts of guarantee) as aforesaid, without your
needing to prove or show grounds or reasons for your demand or the sum specified
therein.
9. We have power to issue this guarantee in your favor under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney, dated
___________ granted to him by the Bank.
10. 11.
Notwithstanding anything contained herein:
a) The Bank’s liability under this Guarantee shall not exceed (currency in figures) . . . . . . .
. . . . . . . . . (currency in words only ) . . . . .
b) This Guarantee shall remain in force upto ___________ (this date should be expiry date
12.
of defect liability period of the Contract) and any extension(s) thereof; and
c) The Bank shall be released and discharged from all liability under this Guarantee unless
a written claim or demand is issued to the Bank on or before the midnight of

- 111 -

Page 128 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
………………….(indicate date of expiry of claim period which includes minimum three
months from the expiry of this Bank Guarantee) and if extended, the date of expiry of the
last extension of this Guarantee. If a claim has been received by us within the said date, all
the rights of GAIL under this Guarantee shall be valid and shall not cease until we have
satisfied that claim.
Yours faithfully,
_______________
Bank by its Constituted Attorney

Signature of a person duly


Authorized to sign on behalf of the
Bank

INSTRUCTIONS FOR FURNISHING


"CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK
GUARANTEE"

1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp paper
as per 'stamp duty' applicable. The non-judicial stamp paper should be in name of the
issuing bank.
2. The Bank Guarantee by Bidders will be given from bank as specified in cl.no. 38.3 of
ITB [Section-III] of Tender Document.
3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank
Guarantee and all future communication relating to the Bank Guarantee shall be
forwarded to Employer.
4. If a Bank Guarantee is issued by a commercial bank, then a letter to Employer and copy
to Consultant (if applicable) confirming its net worth is more than Rs. 100,00,00,000.00
[Rupees One Hundred Crores] or its equivalent in foreign currency alongwith
documentary evidence OR in the Bank Guarantee itself.
5. Contractor shall submit attached cover letter (Annexure) while submitting Contract
Performance Security.

- 112 -

Page 129 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------

F-5

AGREED TERMS & CONDITIONS


To,

M/s GAIL (INDIA) LIMITED

SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL

BID DOCUMENT NO :SM/B471-046-MA-T-6001/1001

GAIL TENDER NO: 8000019361

This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid and should
be returned along with Un-priced Bid. Clauses confirmed hereunder need not be repeated in the
Bid.

Sl. DESCRIPTION BIDDER'S


CONFIRMATION
1 Bidder's name, Vendor Code of GAIL (if any) and address Bidder's name :
GAIL’s Vendor Code:
(FOA/Order shall be released in this name) Address:
2. Bidder confirms the currency of quoted prices is in Indian
Rupees.
3. Bidder confirms quoted prices will remain firm and fixed till
complete execution of the order (except where price
escalation/variation is allowed in the Tender).
4 Bidder confirms that they have quoted GST (CGST &
SGST/ UTGST or IGST ) in Price Schedule/ SOR of Price
bid.
4.1 Whether in the instant tender services/works are covered in Yes/ No
reverse charge rule of GST (CGST & SGST/UTGST or
IGST)
If yes, Bidder confirms that they have quoted rate of
applicable GST (CGST & SGST/ UTGST or IGST) in Price
Schedule / Schedule of Rates of Price Bid
4.2 Bidder confirms that they have mentioned Harmonized
System Nomenclature (HSN)/Service Accounting Code
(SAC) in Price Bid
4.3 Bidder hereby confirms that the quoted prices are in
compliance with the Section 171 of CGST Act/ SGST Act as
mentioned as clause no. 13.10 of ITB (Anti-profiteering
clause).
4.4 Whether bidder is liable to raise E-Invoice as per GST Act.
If yes, bidder will raise E-Invoice and confirm compliance to
provision of tender in this regard.
5. Bidder confirms acceptance of relevant Terms of Payment
specified in the Bid Document.

- 113 -

Page 130 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S
CONFIRMATION

6. Bidder confirms that Contract Performance Security will be


furnished as per Bid Document within 30 days of FOA in
case of successful bidder.
7. Bidder confirms that Contract Performance Security shall be
from any Indian scheduled bank or a branch of an
International bank situated in India and registered with
Reserve bank of India as scheduled foreign bank. However,
in case of bank guarantees from banks other than the
Nationalised Indian banks, the bank must be a commercial
bank having net worth in excess of Rs 100 crores and a
declaration to this effect shall be made by such commercial
bank either in the Bank Guarantee itself or separately on its
letterhead.
8. Bidders confirms compliance to Completion Schedule as
specified in Bid document and the same shall be reckoned
from the date of Fax of Acceptance.
9. Bidders confirms acceptance of Price Reduction Schedule
for delay in completion schedule specified in Bid document.
In case of delay, the bills / invoices shall be submitted after
reducing the price reduction due to delay (refer PRS
Clause).
10. a) Bidder confirms acceptance of all terms and conditions
of Bid Document (all sections).
b) Bidder confirms that printed terms and conditions of
bidder are not applicable.
11. Bidder confirms their offer is valid for period specified in
BDS from Final/Extended due date of opening of Techno-
commercial Bids.

12. Bidder have furnished EMD/Bid Security.


a) EMD/ Bid Security No. & date
b) Value
c) Validity
13. As per requirement of tender, bidder (having status as Pvt.
Ltd. or Limited company) must upload bid duly digitally
signed on e-portal through class-3B digital signature (DS). In
case, class of DS or name of employee or name of employer
is not visible in the digitally signed documents, the bid
digitally signed as submitted by the person shall be binding
on the bidder.
14. Bidder confirms that
(i) none of Directors (in Board of Director) of bidder is a
relative of any Director (in Board of Director) of GAIL
or
(ii) the bidder is not a firm in which any Director (in Board
of Director) of GAIL or their relative is a partner.

- 114 -

Page 131 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
15. All correspondence must be in ENGLISH language only.

16. The contents of this Tender Document have not been


modified or altered by Bidder. In case, it is found that the
tender document has been modified / altered by the bidder,
the bid submitted by them shall be liable for rejection.
17. Bidder confirms that all Bank charges associated with
Bidder’s Bank regarding release of payment etc. shall be
borne by Bidder.
18. No Deviation Confirmation:
It may be note that any 'deviation / exception' in any form may
result in rejection of Bid. Therefore, Bidder confirms that they
have not taken any 'exception / deviation' anywhere in the Bid.
In case any 'deviation / exception' is mentioned or noticed,
Bidder’s Bid may be rejected.
19. If the Bidder becomes a successful Bidder pursuant to the
provisions of the Tender Document, the following
Confirmation shall be automatically become enforceable:
"We agree and acknowledge that the Employer is entering
into the Contract/Agreement solely on its own behalf and not
on behalf of any other person or entity. In particular, it is
expressly understood & agreed that the Government of India
is not a party to the Contract/Agreement and has no
liabilities, obligations or rights thereunder. It is expressly
understood and agreed that the Purchaser is authorized to
enter into Contract/Agreement, solely on its own behalf
under the applicable laws of India. We expressly agree,
acknowledge and understand that the Purchaser is not an
agent, representative or delegate of the Government of India.
It is further understood and agreed that the Government of
India is not and shall not be liable for any acts, omissions,
commissions, breaches or other wrongs arising out of the
Agreement. Accordingly, we hereby expressly waive, release
and forego any and all actions or claims, including cross
claims, VIP claims or counter claims against the Government
of India arising out of the Agreement and covenants not to
sue to Government of India as to any manner, claim, cause of
action or things whatsoever arising of or under the
Agreement."
20. Bidder to ensure all documents as per tender including
clause 11 of Section III and all Formats are included in their
bid
21. Bidder understands that Tender Document is not exhaustive.
In case any activity though specifically not covered in
description of 'Schedule of Rates' but is required to complete
the work as per Scope of Work, Conditions of Contract, or

- 115 -

Page 132 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
any other part of Bidding document, the quoted rates will
deemed to be inclusive of cost incurred for such activities
unless otherwise specifically excluded. Bidder confirms to
perform for fulfilment of the contract and completeness of
the supplies in all respect within the scheduled time frame
and quoted price.
22. Bidder hereby confirms that they are not on ‘Holiday’ by
GAIL or Public Sector Project Management Consultant (like
EIL, Mecon only due to “poor performance” or “corrupt and
fraudulent practices”) or banned by Government
department/ Public Sector on due date of submission of bid.

Further, Bidder confirms that neither they nor their allied


agency/(ies) (as defined in the Procedure for Action in case
of Corrupt/ Fraudulent/ Collusive/ Coercive Practices) are
on banning list of GAIL or the Ministry of Petroleum and
Natural Gas.

Bidder also confirms that they are not under any liquidation,
court receivership or similar proceedings or 'bankruptcy'.

In case it comes to the notice of GAIL that the bidder has


given wrong declaration in this regard, the same shall be
dealt as ‘fraudulent practices’ and action shall be initiated as
per the Procedure for action in case of
Corrupt/Fraudulent/Collusive/Coercive Practices.

Further, Bidder also confirms that in case there is any


change in status of the declaration prior to award of contract,
the same will be promptly informed to GAIL by them.
23. Bidder confirms that they have read and understood the
General Conditions of Contract – Works available on
GAIL’s Tender website
(http://gailtenders.in/Gailtenders/gccs.asp) & no 'exception /
deviation' anywhere has been taken in the same and that they
shall abide by provisions of relevant GCC.
24. Bidder certifies that they would adhere to the Fraud
Prevention Policy of GAIL [available on GAIL’s website
(www.gailonline.com)] and shall not indulge themselves or
allow others (working in GAIL) to indulge in fraudulent
activities and that they would immediately apprise GAIL of
the fraud/suspected fraud as soon as it comes to their notice.
Concealment of facts regarding their involvement in
fraudulent activities in connection with the business
transaction(s) of GAIL is liable to be treated as crime and
dealt with by the procedures of GAIL as applicable from
time to time.

- 116 -

Page 133 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
25. Bidder confirms that (i) any variation in GST at the time of
supplies for any reasons, other than statutory, including
variations due to turnover, shall be borne by them and (ii)
any error of interpretation of applicability of rate of GST
(CGST & SGST/ UTGST or IGST) on components of an
item and/or various items of tender by them shall be dealt as
per clause no. 13.13 of Section-III.
26. Bidders confirm to submit signed copy of Integrity Pact
(wherever included in tender).

If Bidder is a partnership concern or a consortium, this


agreement must be signed by all partners or consortium
members.
27. Bidder confirms that, in case of contradiction between the
confirmations provided in this format and to the terms &
conditions mentioned elsewhere in the offer, the
confirmations given in this format shall prevail.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 117 -

Page 134 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS
AT GANDHAR LPG PLANT PREMISES OF M/S GAIL (I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001
--------------------------------------------------------------------------------------------------------------------------------------
F-6
ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of tender document/information regarding the tender, Bidder shall


acknowledge the receipt and confirm his intention to bid or reason for non-participation
against the enquiry /tender through e-mail to concerned executive in GAIL issued the
tender, by filling up the Format)

To,

M/s GAIL (INDIA) LIMITED

SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL

BID DOCUMENT NO :SM/B471-046-MA-T-6001/1001

GAIL TENDER NO: 8000019361

Dear Sir,

We hereby acknowledge receipt of a complete set of bidding document along with enclosures for
subject item/job and/or the information regarding the subject tender.

 We intend to bid as requested for the subject item/job and furnish following details with
respect to our quoting office:

Postal Address with Pin Code : ....................


Telephone Number : ....................
Contact Person : ....................
E-mail Address : ....................
Mobile No. : ....................
Date : ....................
Seal/Stamp : ....................

 We are unable to bid for the reason given below:

Reasons for non-submission of bid:


_____________________________________________________________________

Agency’s Name : ....................


Signature : ....................
Name : ....................
Designation : ....................
Date : ....................
Seal/Stamp : ....................

- 118 -

Page 135 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL(I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

F-7
BIDDER’S EXPERIENCE
To,

M/s GAIL (INDIA) LIMITED

SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL

BID DOCUMENT NO :SM/B471-046-MA-T-6001/1001

GAIL TENDER NO: 8000019361

Sl. Descript LOA Full Postal Value Date of Scheduled Date of Reasons
No ion of /WO Address & of Commenc Completio Actual for delay
the No. phone nos. of Contrac ement of n Time Comple in
Services and Client. Name, t/Order Services (Months) tion executio
date designation (Specify n, if any
and address of Currenc
Engineer/ y
Officer-in- Amount)
Charge (for
cases other
than
purchase)
(1) (2) (3) (5) (6) (7) (8) (9) (10)

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Page 136 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

F-8 (A)
CHECK LIST
Bidders are requested to duly fill in the checklist. This checklist gives only certain important
items to facilitate the bidder to make sure that the necessary data/information as called for in the
bid document has been submitted by them along with their offer. This, however, does not relieve
the bidder of his responsibilities to make sure that his offer is otherwise complete in all respects.
Please ensure compliance and tick (√) against following points:
S. No. DESCRIPTION CHECK REFERENCE
BOX PAGE NO. OF THE
BID SUBMITTED
1.0 Digitally Signing (in case of e-bidding)/ Signing and Stamping
(in case of manual bidding) on each sheet of offer, original
bidding document including SCC, ITB, GCC ,SOR drawings,
corrigendum (if any)
2.0 Confirm that the following details have been submitted in the
Un-priced part of the bid
i Covering Letter, Letter of Submission
ii EMD as per provisions of Tender
iii Digitally signed (in case of e-tendering) or ‘signed & stamped
(in case of Manual tender) tender document along with
drawings and addendum (if any)
iv Power of Attorney in the name of person signing the bid.
v Confirm submission of document alongwith unpriced bid as per
bid requirement (including cl.no.11.1.1 of Section-III).
3.0 Confirm that all format duly filled in are enclosed with the bid
duly Digitally Signed (in case of e-bidding)/ Signed and
Stamped (in case of manual bidding) by authorised person(s)
4.0 Confirm that the price part as per Price Schedule format
submitted with Bidding Document/ uploaded in case of e-bid.

5.0 Confirm that Undertaking as per Form 1 of Annexure-III to


Section-III has been submitted (applicable for MSE and PP-LC
bidder).
6.0 Confirm that Undertaking as per Form-2 to Annexure-V to
Section-III and Certification from the statutory auditor or cost
auditor of the company (in the case of companies) or from a
practicing cost accountant or practicing chartered accountant (in
respect of other than companies) as per Form-3 to Annexure-V
to Section-III are submitted.

120

Page 137 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

7.0 Confirm that Undertaking as per Form-1 to Section-II have


been submitted by the bidder (Guidelines from Procurement
from a Country sharing a Land Border with India)
8.0 Confirm submission of Checklist against Bid Evaluation
Criteria as per format F-8(B)

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:

121

Page 138 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF
M/S GAIL(I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

F-8(B)
CHECKLIST FOR BID EVALUATION CRITERIA (BEC) QUALIFYING DOCUMENTS
(refer Section II of Tender document)

BEC Description Documents required for qualification Documents Submitted Documents Reference
Clause by Bidder attested as per Page No. of
No. Section-II of the Bid
Tender submitted
Technical BEC
1. Experience a) Details of past experience in Clause A 1.1 & A 1.2 as
applicable shall be submitted with bid along with Yes/No
documentary evidence as per format Annexure – I & II
to section-II of this ITB, together with all back-up
documents specified therein, duly authenticated as
required.
Copy of MOU/ Letter of consent with the proposed
Bullet Fabricator / Vendor mentioning the validity of
same.
b) Documentary evidence like copies of Purchase Order /
Work Order , GA drg., Completion Certificate /
Inspection release note (IRN) etc., towards meeting
PTR requirements {as per A 1.1, A 1.2 , A1.3 above},
based on which qualification is sought.
c) General Reference List for the proposed equipment.
d) In case qualification is sought as per Clause A 1.3,
bidder shall also submit the documents specified therein,
in addition to above clauses (a) to (c).
2. Job executed for Tax paid invoice(s) duly certified by statutory auditor of Yes/No
Subsidiary / the bidder towards payment of statutory tax in support of
Fellow subsidiary/ the job executed for Subsidiary / Fellow subsidiary/
Holding company. Holding company.

Page 139 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

Financial BEC
1. Annual Turn Over Bidder(s) shall submit copy of Audited Annual Financial Submitted Yes/No
Statement [including Auditor’s Report, Balance Sheets,
Profit and Loss Accounts statements, Notes & schedules FY 2020-2021
etc.] of three (3) immediate preceding Financial Year(s)
along with un-price bid.

However, in case bidder is meeting the Annual Turnover


criteria of BEC based on Audited Financial Statement of
any one of the preceding 3 financial years, the same shall
suffice.
2. Net Worth Bidder(s) shall submit copy of Audited Annual Financial Submitted Yes/No
Statement [including Auditor‘s Report, Balance Sheets,
Profit and Loss Accounts statements, Notes & schedules FY 2020-2021
etc.] of immediate preceding financial Year along with un-
priced bid.
3. Working Capital Bidder(s) shall submit copy of Audited Annual Financial Submitted Yes/No
Statement [including Auditor‘s Report, Balance Sheets,
Profit and Loss Accounts statements, Notes & schedules FY 2020-2021
etc.] of immediate preceding financial Year along with un-
Submitted/ Not
priced bid. Applicable
(Bidder to tick
If the bidder’s working capital is negative or inadequate,
appropriate option)
the bidder shall submit a letter from the bidder’s bank [as
per Format] having net worth not less than Rs 100 Crore(or
equivalent USD), confirming the availability of the line of
credit for working capital amount as per Clause “B”-iii,
irrespective of overall position of the working capital. Such
letter shall be from single bank only. However, banking
123

Page 140 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

syndicate will also be acceptable wherein a group of bank


can jointly provide line of credit to the bidder.

For Example

Incase the working capital requirement for a tender is INR


100 Crore.

Case-1 – Bidders Working capital is INR 50 Crore


(Inadequate),, Bidder need to submit the letter of credit
from bank for an amount of INR 100 Crore.

Case-2 – Bidders Working capital is INR - 20 Crore


(Negative), Bidder need to submit the letter of credit from
bank for an amount of INR 100 Crore.

(Refer F-9 for format for certificate from bank if bidder’s


working capital is inadequate).

4. Format for Details Bidder shall submit “Details of financial capability of Submitted
of financial Bidder” in prescribed format duly signed and stamped by a
capability of chartered accountant / Certified Public Accountant (CPA).
Bidder

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal

124

Page 141 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL(I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

F-9
FORMAT FOR CERTIFICATE FROM BANKIF BIDDER’S WORKING CAPITAL IS
INADEQUATE/NEGATIVE

(To be provided on Bank’s letter head along with the contact details of the issuing
authority like email id, contact number etc)

Date:

To,
M/s. GAIL (India) Limited
--------------------

Dear Sir,

This is to certify that M/s ………………………………….. (name of the Bidder with address)
(hereinafter referred to as Customer) is an existing Customer of our Bank.

The Customer has informed that they wish to bid for GAIL’s Tender No. ..................................................
dated …………… for ……………………………………..(Name of the
supply/work/services/consultancy) and as per the terms of the said Tender Document they have to furnish
a certificate from their Bank confirming the availability of line of credit.

Accordingly M/s ………………………….. (name of the Bank with address) confirms availability of line
of credit to M/s ………… (name of the Bidder) for at least an amount of Rs. _________

It is also confirmed that the net worth of the Bank is more than Rs. 100 Crores (or Equivalent USD) and
the undersigned is authorized to issue this certificate.

Yours truly

for …………………………… (Name & address of Bank)

(Authorized signatory)
Name of the signatory :
Designation :
Email Id :
Contact No. :
Stamp
Note:
This Declaration Letter for line of credit shall be from single bank only. Letters from multiple banks shall
not be applicable. However, banking syndicate will be acceptable wherein a group of banks can jointly
provide line of credit to the bidder.

Page 142 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

F-10
FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE/ CERTIFIED PUBLIC
ACCOUNTANT (CPA) FOR FINANCIAL CAPABILITY OF THE BIDDER

We have verified the Audited Financial Statements and other relevant records of
M/s……………………………… (Name of the bidder) and certify the following:

A. AUDITED ANNUAL TURNOVER* OF LAST 3 YEARS:


Year Amount (Currency)
Year 1:
Year 2:
Year 3:

B. NETWORTH* AS PER LAST AUDITED FINANCIAL STATEMENT:


Description Year _____
Amount (Currency)
1. Net Worth

C. WORKING CAPITAL* AS PER LAST AUDITED FINANCIAL STATEMENT :


Description Year _____
Amount (Currency)
1. Current Assets
2. Current Liabilities
3. Working Capital (Current Assets-
Current liabilities)

*Refer Instructions

Note: It is further certified that the above mentioned applicable figures are matching with the
returns filed with Registrar of Companies (ROC) [Applicable only in case of Indian
Companies]

Name of Audit Firm: [Signature of Authorized Signatory]


Chartered Accountant/CPA Name:
Date: Designation:
Seal:
Membership No.:
UDIN:

126

Page 143 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

Instructions:

1. The Separate Pro-forma shall be used for each member in case of JV/ Consortium.
2. The financial year would be the same as one normally followed by the bidder for its Annual
Report.
3. The bidder shall provide the audited annual financial statements as required for this Tender
document. Failure to do so would result in the Proposal being considered as non- responsive.
4. For the purpose of this Tender document:
(i) Annual Turnover shall be “Revenue from Operations” as per Profit & Loss account of
audited annual financial statements
(ii) Working Capital shall be “Current Assets less Current liabilities” and
(iii) Net Worth shall be Paid up share capital plus Free Reserves & Surplus less accumulated
losses, deferred expenditure and miscellaneous expenditure not written off, if any.
5. Above figures shall be calculated after considering the qualification, if any, made by the
statutory auditor on the audited financial statements of the bidder including quantified
financial implication.
6. This certificate is to be submitted on the letter head of Chartered Accountant/CPA.

127

Page 144 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

F-11

FORMAT FOR CONSORTIUM AGREEMENT


(ON NON- JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

CONSORTIUM/JV AGREEMENT

This Consortium Agreement executed on this ….. Day of ……. Between M/s …………, a
company incorporated under the law of …… and having its registered/principal office
at……………………….. (herein after called the ‘”Member-I’/ ‘Lead Member’ which expression
shall include its successors, executors and permitted assigns) and M/s
………………., a company incorporated under the laws of …….., and having its
registered/principal office at ……………………………………….. (herein after called the
‘Member – II’/ ‘Second Member’ which expression shall include its successors, executors and
permitted assigns) ……………………………. ‘and M/s ………………., a company
incorporated under the laws of …….., and having its registered/principal office at
……………………………………….. (herein after called the ‘Member – III’/ ‘Third Member’
which expression shall include its successors, executors and permitted assigns), for the purpose
of making a bid and entering into a contract (in case of award) in response to bid document
no………………………………………… for the work of …………………………
(Name of Project) of M/s ………………………. (herein after called the ‘Owner’).

WHEREAS, the Owner invited bids vide its bid document no. …………… for the work of
………………………….

AND WHEREAS as per tender documents, Consortium entities will also be considered by the
Owner provided they meet the specific requirements in that regard. As a pre-condition of bidding
documents, the Consortium bidder shall provide in its bid a Consortium Agreement in an
acceptable format in which the Members to the Consortium are jointly and severally liable to the
Owner to bind themselves to the bid conditions accept the contract award, if selected and
perform all the contractual obligations thereto.

AND WHEREAS the bid is being submitted to the Owner vide our proposal dated …….. based
on the Consortium Agreement being these presents and the bid with its bid forms and submission
documents, in accordance with the requirement of tender conditions and requirements have been
signed by both the Members and submitted to the Owner.

NOW THIS INDENTURE WITNESSETH AS UNDER:

In consideration of the above premises and agreements all the Members to this Consortium/JV
do hereby now agree as follows:

128

Page 145 of 4396


------------------------------------------------------------------------------------------------------------------------------------------
1. We the Members in the Consortium hereby confirm that the name and style of the
Consortium shall be …………… Consortium.

2. In consideration of the bid submission by us to the Owner and the award of Contract by
the Owner to the Consortium (if selected by the Owner),we the Members to the
Consortium, hereby agree that the Member-I (M/s………) shall act as the lead Member
for self, and for and on behalf of Member-II/ Member-III and further declare and confirm
that we shall jointly and severally be bound unto the Owner for execution of the contract
in accordance with the contract terms and shall jointly and severally be liable to the
Owner to perform all contractual obligations including technical guarantees. Further, the
lead Member is authorized to incur liabilities and receive instructions for and on behalf of
any or both Members of the Consortium and the entire execution of the Contract.

3. In case of any breach of the said Contract by any of the Members of the CONSORTIUM,
we hereby agree to be fully responsible for the successful execution/performance of the
Contract in accordance with the terms of the Contract.

4. Further, if the Owner suffered any loss or damage on account of any breach of the
Contract or any shortfall in the completed equipment/plant, meeting the guaranteed
performance parameters as per the technical specifications/ contract documents, the
Second & Third Member of these presents undertakes to promptly make good such loss
or damage caused to the Owner, on the Owner’s demand without any demure. It shall
neither be necessary nor obligatory on the part of the Owner to proceed against the Lead
Member to these presents before proceeding against the Second & Third Member.

5. The financial liability of the Member (s) to this Consortium/JV Agreement, to the Owner
with respect to the any or all claims arising out of the performance or non-performance of
the Contract shall, however be not limited in any way so as to restrict or limit the
liabilities of either of the Member.

6. Division of responsibilities of Scope of work among different Consortium/JV members is


as per APPENDIX I (Responsibility Matrix) to this Consortium/JV Agreement.
7. It is expressly understood and agreed between the Members to this agreement that the
responsibilities and obligations of each of the Members shall be as delineated in
‘APPENDIX I’ to this agreement. It is further agreed by the Members that the above
sharing of responsibilities and obligations shall not in any way be a limitation of the joint
and several responsibilities of the Members under the Contract.

8. This Consortium Agreement shall be governed, construed and interpreted in accordance


with Laws of India courts of Delhi shall have exclusive jurisdiction in all matters arising
thereunder.

9. In case of award of contract, we the Member s to this Consortium/JV Agreement do


hereby agree that we shall furnish the contract performance guarantee in favour of the

129

Page 146 of 4396


------------------------------------------------------------------------------------------------------------------------------------------
Owner from a bank acceptable / approved by the Owner for a value as stipulated in the
Contract Award and such guarantee shall be in the names of Consortium/JV.

10. It is further agreed that this CONSORTIUM Agreement shall be irrevocable and shall
form an integral part of the Contract and shall continue to be enforceable till the Owner
discharges the same. It shall be effective date first above mentioned for all purposes and
intents.

11. In case bid submitted by Joint Venture, the details of equity partnership and assets of the
JV shall be attached as a separate annexure to this agreement.

12. This agreement remains in force till the end of Defects Liability Period.

IN WITNESS WHEREOF, the Members to this Consortium/JV agreement have, through their
respective authorized representatives, have executed these presents and affixed their hands and
common seal of their respective companies on the day, month and year first abovementioned.

For M/s. (………….. Member


1. Seal of ……………………………………
M/s. (Signature of authorised Representative)
has been affixed in my/our presence
pursuant to Board Resolution dated Name:
………………………………………..
Signature ………………………….. Designation:
Designation
For M/s. (………….. Member-II
1. Seal of ……………………………………
M/s. (Signature of authorised Representative)
has been affixed in my/our presence
pursuant to Board Resolution dated Name:
………………………………………..
Signature ………………………….. Designation:
Designation

For M/s. (………….. Member-III


1. Seal of ……………………………………
M/s. (Signature of authorised Representative)
has been affixed in my/our presence
pursuant to Board Resolution dated Name:
………………………………………..

130

Page 147 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF
M/S GAIL(I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

F-12
BIDDER'S QUERIES FOR PRE BID MEETING
To,

M/s GAIL (INDIA) LIMITED

SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF
M/S GAIL

BID DOCUMENT NO :SM/B471-046-MA-T-6001/1001(GAIL TENDER NO: 8000019361)

SL. REFERENCE OF BIDDING DOCUMENT BIDDER'S QUERY GAIL'S REPLY


NO. Subject
SEC. Page No. Clause
NO. No.

NOTE: The Pre-Bid Queries may be sent by e-mail before due date for receipt of Bidder's queries.

SIGNATURE OF BIDDER: ___________________________


NAME OF BIDDER : ___________________________

Page 148 of 4396


WORKS: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL(I) LIMITED.
BID DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

F-13
E-Banking Mandate Form
(To be issued on vendors letter head)
1. Vendor/customer Name :

2. Vendor/customer Code:

3. Vendor /customer Address:

4. Vendor/customer e-mail id:

5. Particulars of bank account


a) Name of Bank
b) Name of branch
c) Branch code:
d) Address:
e) Telephone number:
f) Type of account (current/saving etc.)
g) Account Number:
h) RTGS IFSC code of the bank branch
i) NEFT IFSC code of the bank branch
j) 9 digit MICR code

I/We hereby authorize GAIL(India) Limited to release any amount due to me/us in the bank account as
mentioned above. I/We hereby declare that the particulars given above are correct and complete. If the
transaction is delayed or lost because of incomplete or incorrect information, we would not hold the
GAIL (India) Limited responsible.

(Signature of vendor/customer)

BANK CERTIFICATE

We certify that --------------------------- has an Account no. ---------------------------- with us and we


confirm that the details given above are correct as per our records.
Bank stamp

Date (Signature of authorized officer of bank)

Page 149 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

F-14

UNDERTAKING ON LETTERHEAD

To,

M/s
___________________

SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL

BID DOCUMENT NO :SM/B471-046-MA-T-6001/1001

GAIL TENDER NO: 8000019361

EIL is only an agent and constituted Attorney of Owner and Contractor/Seller shall not invoke any
dispute against EIL.

Contractor/Seller confirm to above requirement.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

133

Page 150 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

F-15

INDEMNITY BOND

WHEREAS GAIL (India) Ltd. (hereinafter referred to as “GAIL”) which expression shall, unless
repugnant to the context include its successors and assigns, having its registered office at 16, Bhikaiji,
Cama Place, R.K. Puram, New Delhi 110066 has entered into a contract with
M/s*…………………………. (hereinafter referred to as the “Contractor”) which expression shall
unless repugnant to the context include its representatives, successors and assigns, having its registered
office at *………………….. and on the terms and conditions as set out, inter-alia in the [ mention the
work order/LOA/Tender No.]and various documents forming part thereof, hereinafter collectively
referred to as the ‘CONTRACT’ which expression shall include all amendments, modifications and / or
variations thereto.

GAIL has also advised the Contractor to execute an Indemnity Bond in general in favour of GAIL
indemnifying GAIL and its employees and Directors including Independent Directors from all
consequences which may arise out of any prospective litigation or proceedings filed or may be initiated
by any third party, including any Banker / financial institution / worker(s) /vendor(s)/ subcontractor(s)
etc. who may have been associated or engaged by the Contractor directly or indirectly with or without
consent of GAIL for above works.

NOW, THEREFORE, in consideration of the promises aforesaid, the Contractor hereby irrevocably and
unconditionally undertakes to indemnify and keep indemnified GAIL and all its employees, Directors,
including Independent Directors, from and against all/any claim(s), damages, loss, which may arise out
of any litigations/ liabilities that may be raised by the Contractor or any third party against GAIL under
or in relation to this contract. The Contractor undertakes to compensate and pay to GAIL and/or any of
its employees, Directors including Independent Directors, forth with on demand without any protest the
amount claimed by GAIL for itself and for and on behalf of its employees, Directors including
Independent Directors together with direct/indirect expenses including all legal expenses incurred by
them or any of them on account of such litigation or proceedings.

AND THE CONTRACTOR hereby further agrees with GAIL that:

(i) This Indemnity shall remain valid and irrevocable for all claims of GAIL and/or any of its
employees and Directors including Independent Directors arising out of said contract with
respect to any such litigation / court case for which GAIL and/or its employees and Directors
including Independent Directors has been made party until now or here-in-after.

(ii) This Indemnity shall not be discharged/revoked by any change/


modification/amendment/assignment of the contract or any merger of the Contractor with other
entity or any change in the constitution/structure of the Contractor’s firm/Company or any
conditions thereof including insolvency etc. of the Contractor, but shall be in all respects and for
all purposes binding and operative until any/all claims for payment of GAIL are settled by the
Contractor and/or GAIL discharges the Contractor in writing from this Indemnity.

134

Page 151 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

The undersigned has full power to execute this Indemnity Bond for and on behalf of the
Contractor and the same stands valid.

SIGNED BY :

For [ Contractor]

Authorised Representative

Place:

Dated:

Witnesses:
1.
2

135

Page 152 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

F-16

FREQUENTLY ASKED QUESTIONS (FAQs)

SL.NO. QUESTION ANSWER


1.0 Can any vendor quote for subject Yes. A Vendor has to meet Bid Evaluation
Tender? Criteria given under Section II of Tender
document in addition to other requirements.

2.0 Should the Bid Evaluation Criteria Yes. Please refer Section II of Tender
documents be attested? document
3.0 Is attending Pre Bid
Meeting No. Refer Clause No. 17 of Instruction to
mandatory. Bidders of Tender Document. However
attending Pre Bid Meeting is recommended
to sort out any issue before submission of bid
by a Bidder.
4.0 Can a vendor submit more than 1 offer? No. Please refer Clause No. 4 of Instruction
to Bidders of Tender Document.

5.0 Is there any Help document available Refer FAQs as available on GAIL E-Tender
for e-Tender. portal.
6.0 Are there are any MSE (Micro & Small Yes. Refer Clause No. 40 of Instructions to
Enterprises) benefits available? Bidders of Tender Document.

7.0 Are there are any benefits available to Refer Clause No. 49 of Instructions to
Startups? Bidders of Tender Document.

All the terms and conditions of Tender remain unaltered.

136

Page 153 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

F-17

UNDERTAKING REGARDING SUBMISSION OF ELECTRONIC INVOICE (E-INVOICE AS


PER GST LAWS)
(to be submitted on letter head along with documents for release of payment)

To,
M/s GAIL (INDIA) LIMITED
………………………
SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL

BID DOCUMENT NO :SM/B471-046-MA-T-6001/1001

GAIL TENDER NO: 800001936)

Dear Sir,

We _______________________ (Name of the Supplier) hereby confirm that E-Invoice provision as per
the GST Law is

(i) Applicable to us [ ]

(ii) Not Applicable to us [ ]

(Supplier is to tick appropriate option ( or X) above).

In case, same is applicable to us, we confirm that we will submit E-Invoice after complying with all the
requirements of GST Laws. If the invoice issued without following this process, such invoice can-not be
processed for payment by GAIL as no ITC is allowed on such invoices. We also confirm that If input tax
credit is not available to GAIL for any reason attributable to Supplier (both for E-invoicing cases and
non-E-invoicing cases), then GAIL shall not be obligated or liable to pay or reimburse GST (CGST &
SGST/UTGST or IGST) claimed in the invoice(s) and shall be entitled to deduct / setoff / recover such
GST amount (CGST & SGST/UTGST or IGST) or Input Tax Credit amount together with penalties and
interest, if any, by adjusting against any amounts paid or becomes payable in future to the Supplier
under this contract or under any other contract.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:
137

Page 154 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

F-18

INTEGRITY PACT

138

Page 155 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

INTEGRITY PACT

INTRODUCTION:

GAIL as one of its endeavour to maintain and foster most ethical and corruption free business
environment, have decided to adopt the Integrity Pact, a tool developed by the Transparency
International, to ensure that all activities and transactions between the Company (GAIL) and its
Counterparties (Bidders, Contractors, Vendors, Suppliers, Service Providers/Consultants etc.) are
handled in a fair and transparent manner, completely free of corruption. Accordingly, an MOU on
Integrity Pact has been signed on 23.07.2007 by GAIL with Transparency International India.

Considering the above, the details mentioned at attached Annexure-1 are applicable as stated in
Instruction to Bidders of Bid Document in addition to the existing stipulation regarding Corrupt and
Fraudulent Practices.

The attached copy of the Integrity Pact at Annexure- 2 shall be included in the Bid submitted by the
bidder (to be executed by the bidder). In case a bidder does not sign the Integrity Pact, his bid shall be
liable for rejection.

139

Page 156 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

ANNEXURE-1

Bidder is required to sign the Integrity Pact with GAIL as per format & terms and conditions
enclosed with tender. In case a bidder does not sign the Integrity Pact, his bid shall be liable for
rejection.

I COMMITMENTS AND OBLIGATIONS OF THE “COUNTERPARTY”

a) The Counterparty, directly or indirectly (through agent, consultant, advisor, etc.), shall
not pay any bribe/ influence or give undue/ unlawful benefit to anyone to gain undue
advantage in dealing with GAIL.
b) The Counterparty will not engage in collusion of any kind including price fixation etc.
with other Counterparts.
c) The counterparty will not pass GAIL’s confidential information to any third party unless
specifically authorized by GAIL in writing.
d) The Counterparties shall promote and observe best ethical practices within their
respective organizations.
e) The Counterparty shall inform the Independent External Monitor.
i) If it received any demand, directly or indirectly, for a bribe/ favour or any illegal
gratification/ payment / benefit;
ii) If it comes to know of any unethical or illegal payment / benefit;
iii) If it makes any payment to any GAIL associate.
f) The Counterparty shall not make any false or misleading allegations against GAIL or its
associates.

II VIOLATIONS & CONSEQUENCES:

a) If a Counterparty commits a violation of its Commitments and Obligations under the


Integrity Pact Programme during bidding process, their entire Earnest Money Deposit/
Bid Security, would be forfeited and in addition, action shall be taken as per “Procedure
for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices”
b) In case of violation of the Integrity pact by Counterparty after award of the Contract,
GAIL shall be entitled to terminate the Contract. Further, GAIL would forfeit the security
deposits/ Contract Performance Bank Guarantee and in addition, action shall be taken
as per “Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive
Practices”

140

Page 157 of 4396


------------------------------------------------------------------------------------------------------------------------------------------

INDEPENDENT EXTRNAL MONITORS (IEMS)

Presently the panel consisting of the following Independent External Monitors (IEMs) has been
appointed by GAIL, in terms of Integrity Pact(IP) which forms part of GAIL Tenders / Contracts.
i) Dr. Meeran Chadha Borwankar (email id : mcborwankar@gmail.com)
ii) Shri Ajit Mohan Sharan (email id : ams057@gmail.com)
iii) Shri Sanjeev Behari (email id : saloni_behari@yahoo.co.in)

This panel is authorised to examine / consider all references made to it under this tender/ contract. The
bidder(s) , in case of any dispute(s) / complaint(s) pertaining to this tender may raise the issue either
with the designated tender/contract issuing officer or Nodal Officer (presently Shailendra Chaurasia,
DGM (C&P)- Email skchaurasia@gail.co.in) in GAIL or directly with the IEMs on the panel or IEM
c/o Chief Vigilance Officer, GAIL ( India) Limited, GAIL Bhawan, 16, Bhikaiji Cama Place, R.K.
Puram, New Delhi – 110066.

141

Page 158 of 4396


Integrity Pact to be included in tender documents floated by ElL

ANNEXURE-2

INTEGRITY PACT

(To be executed on plain paper)

Between GAIL (India) Limited, a' Government of India Public Sector, (here-in-after
referred to as "Principal ").
AND

___________ (here-in-after referred to as "The Bidder/ Contractor").

(Principal and the Bidder / Contractor are here-in-after are referred to individually as
"Party" or col~ectively as "Parties")~

PREAMBLE

The Principal intends to award under laid down organizational procedures, contract/s
for__ ~ ~ ~_____________ The Principal values
full compliance with all relevant laws of land rules, regulations, and economic use of resources
and of fairness /transparency in its relations with it~ Bidder (s) and/or Contractor (s).

In order to achieve these goals, the Principal will appoint Independent External Monitors
(IEMs) who will monitor the tender process and 'the execution of the contract for compliance
with the principles mentioned above.

Section 1 - Commitments of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following Principles:-

i) No employee of the Principal, personally or through family members, will in


connectiop with the tender for, or the execution of a contract, demand, take a
promise for or accept, for self or for a third person, any material or immaterial
benefit which the per~on is not legally entitled to.

ii) The Principal will, during the tender process treat all Bidder(s) with equity and
reasons. The Principal will in particular, before and during the tender process,
provide to all Bidder (s) the same information and will not provide to any Bidder
(s) confidential/additional information through which the Bidder (s) could
obtain an advantage in relation to the tender process or the contract execution.

iii) The Principal will exclude from the proces's all known prejudiced persons.

Page 159 of 4396


Integrity Pact to be included in tender documents floated by ElL

2. If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal Code (lPC)/ Prevention of Corruption Act (PC
Act), or if there be a substantive suspicion in this regard, the Principal will inform the
. Chief Vigilance Officers and in addition cap.initiate disciplinary actions.

Section 2 - Commitments of the Bidder (s)/Contractor (s)

1. The Bidder (s) / Contractor (s) commits themselves to take all measures necessary to
prevent corruption. The Bidder (s)/ Contractor (s) commits themselves to observe the
following principles during participation in the tender process and during the contract
execution:

i) The Bidder (s) / Contractor (s) will not, directly or through any other person or
firm, offer, promise or give to any of the Principal's employees involved in the
tender process or the execution of the contract or to any third person any material
or other benefit which he / she is not legally entitled to~ in order to obtain in
exchange any advantage of any kind whatsoever during the tender process or
during the execution of the contract.

ii) The Bidder (s) / Contractor (s) will not enter with other Bidders into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary contracts,
submission or non-submission of bids or any other action to restrict
competitiveness or to introduce cartelisatioil in the bidding process.

iii) The Bidder (s) / Contractor (s) will not commit any offence under the relevant
IPC/PC Act; further, the Bidder (s) / Contractor (s) will not use improperly, for
purposes of competition or personal gain, or pass on to others, any information
or document provided by the Principal as part of the business relationship,
regarding plans, technical proposals and business details, including information
contained or transmitted electronically.

iv) The Bidder (s)/ Contractor (s) of foreign origin shall disclose the name and
address of the Agents/ representatives in India, if any. Similariy, the Bidder (s)/
Contractor (s) of Indian Nationality shall furnish the name and address of the
foreign principals, if any. Further, all the payments made to the Indian agent!
representative have to be in India Rupees only.

v) The Bidder (s) / Contractor (s) will, when presenting their bid, disclose any and
all payments made, is committed. to or intends to make to agents, brokers or any
other intermediaries in connection with the award of the contract.

Page 160 of 4396


Integrity Pact to be included in tender documents floated by ElL

vi) Bidder(s) / Contractor(s) who have signed the Integrity Pact shall not approach
the Courts while representing the matter to IEMs and shall wait for their decision
in the matter.

2. The Bidder(s)/ Contractor(s) shall not instigate third person to commit offences outlined
above or be an accessory to such offences.

Section 3 - Disqualification from tender process and exclusion


from future contracts

If the Bidder (s) / Contractor (s), before award or during execution has committed a
transgression through a violation of Section 2, above or in any other form such as to put
their reliability or credibility in question, the Principal is entitled to disqualify the
Bidder (s) / Contractor (s) from the tender process or take action as per provisions of
"Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices".

Section 4 - Compensation for Damages

1. If the Principal has disqualified the Bidder (s) from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover the damages
equivalent to Earnest Money Deposit / Bid Security .

2. If the Principal has terminated the contract according to Section 3, or if the Principal is .
entitled to terminate the contract according to Section 3, the Principal shall be entitled to
demand and recover from the Contractor liquidated damages equal to the Contract
Value or the amount equivalent to Performance Bank Guarantee.

Section 5 - Previous transgression

1. The Bidder declares that no previous transgression occurred in the lastthree years, with
any other Company in any country conforming to the anti-corruption approach or with
any Public Sector Enterprise in India that could justify his exclusion from the tender
process.

2. If the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process or actions can be taken as per provisions of "Procedure for action in
case Corrupt /Fraudulent/ Collusive/Coercive Practices"

Section 6 - Equal treatment to all Bidders / Contractors / Subcontractors

1. In case of sub-contracting, the Principal contractor shall take the responsibility of the
adoption of IP by the sub-contractor. It is to be ensured by him that all sub-contractors
also sign the IP.

Page 161 of 4396


Integrity Pact to be included in tender documents floated by ElL

2. The Principal will enter into agreements with identical conditions as this one with all
Bidders and Contractors.

3. The Principal will disqualify from the tender process. all bidders who do not sign this
Pact or violate its provisions.

Section 7 - Criminal charges against violating Bidder (s) /


Contractor (s) / Sub-contractor (s)

If the Principal obtains knowledge of conduct of a Bidde~, Contractor or Subcontractor, or of


an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which
constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal
will inform the same to the Chief Vigilance Officer.

Section 8 ':"'Independent External Monitor I Monitors

1. The Principal appoints competent and credible Independent External Monitor for this
Pact after approval by Central Vigilance Commission. The task of the Monitor is to
review independently and objectively, whether and to what extent the parties comply
with the. obligations under this agreement.

2. The Monitor is not subject to instructions by the representatives of the parties and
performs his/her functions neutrally and independently. The Monitor would have access
to all. documents/records pertaini.ng to the contract for which a complaint or issue is
raised. before them, as and I when warranted. However, the
do~umentslfecords/in(ormation having National Security implications and those
documents which have been. classified as Secret/Top Secret are not to be disclosed. It
will be obligatory for him! her to treat the information and documents of the Bidders/
Contractors as confidential. He/she reports to the C&MD, GAIL.

3. The Bidder (s)/ Contractor (s) accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that provided by the
Contractor. The Contractor will also grant the Monitor, upon his/her request and
demonstration. ofa valid interest, unrestricted and unconditional access to their project
documentation. The same is applicable to Sub-contractors.

4. The Principal will provide to the. Monitor sufficient information about all meetings
among the parties related to.the Project provided such meetings could have an impact on
the contractual relations between the Principal and the Contractor. The parties offer to
the Monitor the option to participate in such meetings.

Page 162 of 4396


Integrity Pact to be included intender documents floated by ElL,

5. As soon as the Monitor notices, or believes to notice, a violation of this agreement,


he/she will so inform the Management of the Principal and request the Management to
. discontinue 'or to take corrective action, or to take other relevant action. The monitor can
in this regard submit non-binding recommendations. Beyond this, the Monitor has no
right to demand from the parties that they act in a specific manner, refrain from action
or tolerate action.
I

6. The Monitor will submit a written report to the C&MD, GAIL within 30 days from the
. date of reference or intimation to him by the 'Principal' and, should the occasion arise,
'submit proposals for correcting problematic situations.

7. If the Mohitor has reported to the C&MD, GAIL, a substantiated suspicion of an


offence under relevant IPC/PC Act, aild the C&MD, GAIL has not, within reasonable
time, taken visible action to proceed against such offence or reported it to the Chief
Vigilance Officer, then only in case of very ser,ious issue having a specific,
yerifiable Vigilance angle, the .matter should be reported directly to the Central
Vigilance Commission.

8. The word 'Monitor' would include both singular and plural.

9. In, case of any complaints referred under IP Program, the role of IEMs is advisory and
would not be legally binding and it is restricted to resolving the issues raised by an
intending bidder regarding any aspect of the tender, which allegedly resiri~ts
competition or bias towards some bidder.

10. After award of contract, the IEMs shall look into any issue relating to execution of
contract, if specifically raised before them. As an illustrative example, if a contractor
who has been awarded the contract, during the execution of contract, raises issue of
delayed payment etc. before the IEMs, the same shall be examined by the panel of
IEMs.

Section 9 - Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor 12
months after the last payment under the respective contract, and for all other Bidders 6 months
after the contract has been awarded. Any violation to the same would entail disqualification of
the bidders and exclusion from future business dealing.

If any claim is made / lodged during this time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharged/determined by the
, .

C&MD, GAIL. '

Page 163 of 4396


Integrity Pact to be included in tender documents floated by ElL

Section 10 - Miscelleneous provisions

1. This agreement is subject to Indian Law. Place of performance and exclusive


jurisdiction is the Registered Office of the Principal, i.e. New Delhi.

2. Changes and supplements as well as termination notices, if any, need to be made in


writing. Side agreements have not been made.

3. If the Contractor / Bidder is a Joint Venture or a partnership concern or a consortium,


this agreement must be signed by all partners or consortium members.

4. Should one or several of the provisions of this agreement tum out to be invalid, the
remainder of this agreement shall remain valid. In this case, the parties will strive to
come to an agreement to their original intentions in such a case.

5. Issues like warranty / guarantee, etc. shall be outside the purview of IEMs.

6. In the event of any contradiction between the Integrity Pact and its Annexure, the
Clause in Integrity Pact will prevail.

(For & on Behalf of Principal) (For & on Behalf of


Bidder/Contractor)
.\tit;r '" ~/ShaiIench Kumar ChauraSia
(Office S~ (5. ~ 1f.)/Oy. GeneraIManager(c&P) (Office Seal)
1ffi (If~44f) ~ftli!:C/GAlL(lndill)Ltd.
GAIL~' 16. ~ iIij'IJf ~ ~ ~ 110066
hawan, 16, Bhikaji Cama Place, New Delhi.110066

Place -~~~-~~-----------------
__
112~)~~_~~ _
Date

Witness 1:
(Name & Address) ................................................
................................................
................................................

Witness 2:
(Name & Address) ................................................
................................................
........ - .

Page 164 of 4396


SECTION-IV
GENERAL CONDITIONS OF CONTRACT (GCC)

Page 165 of 4396


SECTION-IV

GENERAL CONDITIONS OF CONTRACT – WORKS

Note: General Condition of Contract-Goods is


available on GAIL’s Tender Website

http://gailtenders.in/Gailtenders/gccs.asp

Page 166 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 1 of 37

SECTION-V

SPECIAL CONDITIONS
OF CONTRACT

B471

Page 167 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 2 of 37

INDEX

2.0 SCOPE OF WORK ................................................................................................................................... 5


3.0 SCOPE OF SUPPLY ................................................................................................................................ 5
4.0 SUPPLY OF WATER , POWER & OTHER UTILITIES............................................................................. 5
5.0 TIME SCHEDULE ..................................................................................................................................... 6
6.0 DRAWINGS AND DOCUMENTS ............................................................................................................. 6
7.0 COMPLIANCE WITH LAWS..................................................................................................................... 7
8.0 GOVERNMENT OF INDIA NOT LIABLE .................................................................................................. 7
9.0 LIMITATION OF LIABILITY....................................................................................................................... 7
1 0 .0 CONTRACT PERFORMANCE GUARANTEE .......................................................................................... 8
11.0 TAXES, DUTIES AND LEVIES ................................................................................................................. 9
12.0 SUBSEQUENT LEGISLATION ................................................................................................................. 9
13.0 BID PRICE OF INDIAN BIDDER .............................................................................................................. 9
14.0 TAXES AND DUTY CLAUSE OF INDIAN BIDDER .................................................................................. 9
15.0 DELETED ............................................................................................................................................... 10
16.0 CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS ......................................................................... 10
17.0 DELETED ............................................................................................................................................... 11
18.0 IMPORT LICENCE ................................................................................................................................. 11
19.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS .............................................................. 11
20.0 INTELLECTUAL PROPERTY ................................................................................................................. 11
21.0 FIRM PRICE ........................................................................................................................................... 11
22.0 WORKS CONTRACT ............................................................................................................................. 11
23.0 PROVIDENT FUND ACT ........................................................................................................................ 11
24.0 MOBILIZATION ADVANCE .................................................................................................................... 12
25.0 CHANGE ORDERS/ EXTRA WORKS/ DEVIATIONS ............................................................................ 12
26.0 HANDING OVER OF WORKFRONT: ..................................................................................................... 14
27.0 CONSTRUCTION EQUIPMENT AND SITE ORGANIZATION ............................................................... 14
28.0 MECHANISED CONSTRUCTION .......................................................................................................... 14
29.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION ............................................................. 15
30.0 DELETED ............................................................................................................................................... 15
31.0 MEASUREMENT OF WORKS ............................................................................................................... 15
32.0 TERMS OF PAYMENT ........................................................................................................................... 16
33.0 STATUTORY APPROVALS .................................................................................................................... 16
34.0 TESTS AND INSPECTION ..................................................................................................................... 17
35.0 INSPECTION OF SUPPLY ITEMS ......................................................................................................... 17
36.0 FINAL INSPECTION ............................................................................................................................... 18
37.0 COMPUTERIZED CONTRACTORS BILLING SYSTEM......................................................................... 19
38.0 TEMPORARY WORKS........................................................................................................................... 19
39.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE .................................................. 19
40.0 QUALITY MANAGEMENT SYSTEM....................................................................................................... 19
41.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT ......................................................... 20
42.0 SITE CLEANING..................................................................................................................................... 20
43.0 COMPLETION DOCUMENTS ................................................................................................................ 21
44.0 COORDINATION WITH OTHER AGENCIES ......................................................................................... 21
45.0 UNDERGROUND AND OVERHEAD STRUCTURES ............................................................................ 21
46.0 TEST CERTIFICATES ............................................................................................................................ 22
47.0 ROYALTY ............................................................................................................................................... 22
48.0 EXCAVATION BY BLASTING ................................................................................................................ 22
49.0 SITE FACILITIES FOR WORKMEN ....................................................................................................... 22
50.0 EXECUTION OF ELECTRICAL WORK .................................................................................................. 22
51.0 MAKE OF MATERIALS........................................................................................................................... 23
52.0 ADDITIONAL WORKS / EXTRA WORKS .............................................................................................. 23
53.0 PRICE REDUCTION SCHEDULE FOR DELAY ..................................................................................... 23
54.0 RESPONSIBILITY OF CONTRACTOR .................................................................................................. 23
55.0 CHECKING OF LEVELS ........................................................................................................................ 24
56.0 CLEARANCE OF SITE ON COMPLETION ............................................................................................ 24
57.0 STORAGE FACILITIES .......................................................................................................................... 24
58.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM .................................................. 24
59.0 INSURANCES IN INDIA ......................................................................................................................... 27
60.0 INSURANCE FOR FREE ISSUE MATERIAL - Deleted.......................................................................... 28
61.0 INSURANCE IN FOREIGN COUNTRIES ................................................................................................ 28
62.0 ABNORMALLY HIGH RATED ITEMS (AHR ITEMS)............................................................................ 28
63.0 BANK GUARANTEE ............................................................................................................................... 28
64.0 SUBMISSION OF COLOURED PHOTOGRAPHS.................................................................................. 29
65.0 SPARES: Refer Technical Part of Bidding Document. ........................................................................... 29
66.0 BUILDING AND OTHER CONSTRUCTION WORKER’S ACT ............................................................... 29
67.0 SINGLE POINT RESPONSIBILITY ........................................................................................................ 29
68.0 ENTRY PASSES, GATE PASSES, WORK PERMITS AND SAFETY REGULATIONS.......................... 29
69.0 SURPLUS MATERIALS .......................................................................................................................... 32
B471

Page 168 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 3 of 37

70.0 LEADS .................................................................................................................................................... 32


71.0 INTEGRITY PACT .................................................................................................................................. 32
72.0 COORDINATION WITH PMC ................................................................................................................. 32
73.0 INVOICE & PAYMENT:........................................................................................................................... 32
74.0 CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS : ................................................ 32
75.0 FABRICATION SHED ............................................................................................................................. 32
76.0 WAREHOUSING .................................................................................................................................... 33
77.0 BONUS FOR EARLY COMPLETION ..................................................................................................... 33
78.0 MARINE COVER AND ERECTION POLICY .......................................................................................... 33
79.0 NO CLAIM AND INDEMNITY BOND ...................................................................................................... 34
80.0 LABOUR LICENSE ................................................................................................................................. 34
81.0 SUB-LETTING OF WORKS.................................................................................................................... 34
82.0 GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT FOR MECHANICAL / COMPOSITE
ITEM RATE CONTRACTS: ..................................................................................................................... 35
83.0 ENGAGEMENT OF CONTRACTUAL MANPOWER .............................................................................. 35
84.0 CONTRACTOR TO ENGAGE CONTRACT MANPOWER BELONGING TO SCHEDULED CASTES AND
WEAKER SECTIONS OF THE SOCIETY .............................................................................................. 35
85.0 JOINTS MEASUREMENT OF WORK EXECUTED, BILLING, INVOICE AND PAYMENTS .................. 35
86.0 DOMESTICALLY MANUFACTURED IRON & STEEL POLICY (DMI&SP): ............................................ 35
87.0 PRADHAN MANTRI SURAKSHA BIMA YOJANA (PMSBY) AND PRADHAN MANTRI JEEVAN JYOTI
BIMA YOJANA (PMJJBY): ...................................................................................................................... 36
88.0 INERTIZATION OF SYSTEM BEFORE COMMISSIONING ................................................................... 36
89.0 DISPUTE RESOLUTION MECHANISM & DISPUTES BETWEEN CPSE’S/GOVERNMENT
DEPARTMENT’S/ ORGANIZATIONS..................................................................................................... 36
90.0 METHODOLOGY FOR PROCESSING TERMINATION FOR DEFAULT: .............................................. 36
91.0 PLANNING AND DESIGNING IN PURVIEW OF VULNERABILITY ATLAS OF INDIA: ......................... 37

B471

Page 169 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 4 of 37

GENERAL
1.1 Special Conditions of Contract shall be read in Conjunction with the General conditions
of Contract, specification of work, Drawings and any other documents forming part of
this Contract wherever the context so requires.
1.2 Notwithstanding the sub-division of the documents into these separate sections and
volumes, every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the Contract so far
as it may be practicable to do so.
1.3 Where any portion of the General Condition of Contract is repugnant to or at variance
with any provisions of the Special Conditions of Contract, unless a different intention
appears, the provisions of the special Conditions of Contract shall be deemed to
over-ride the provisions of the General Conditions of Contract and shall to the extent of
such repugnancy, or variations, prevail.
1.4 Wherever it is mentioned in the specifications that the Contractor shall perform certain
work or provide certain facilities, it is understood that the Contractor shall do so at his
cost and the value of contract shall be deemed to have included cost of such
performance and provisions, so mentioned.
1.5 The materials, design, and workmanship shall satisfy the relevant Indian Standards,
the Job Specifications contained herein and Codes referred to. Where the job
specification stipulate requirements in addition to those contained in the standard
codes and specifications, these additional requirements shall also be satisfied.
1.6 In case of an irreconcilable conflict between Indian or other applicable standards,
General Conditions of Contract, Special Conditions of Contract, Specifications,
Drawings or Schedule of Rates, the following shall prevail to the extent of such
irreconcilable conflict in order of precedence :
i) Contract Agreement
ii) Detailed Letter of Acceptance along with Statement of Agreed Variations.
iii) Fax / Letter of Intent / Fax of Acceptance.
iv) Schedule of Rates as enclosures to Detailed Letter of Acceptance.
v) Job / Particular Specifications.
vi) Drawings
vii) Technical / Material Specifications.
viii) Special Conditions of Contract.
ix) Instruction to Bidders
x) General Conditions of Contract.
xi) Indian Standards
xii) Other applicable Standards
1.7 It will be the Contractor's responsibility to bring to the notice of Engineer-in-Charge any
irreconcilable conflict in the contract documents before starting the work (s) or making
the supply with reference which the conflict exists.
1.8 In the absence of any Specifications covering any material, design of work (s) the
same shall be performed / supplies / executed in accordance with Standard
Engineering Practice as per the instructions / directions of the Engineer-in-Charge,
which will be binding on the Contractor.
1.9 In absence of any specifications covering any material, design of works (s) the same
shall be performed/ supplies/ executed in accordance with Standard Engineering
practice as per the instructions/ directions of the Engineer-in-charge, which will be
B471

Page 170 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 5 of 37

binding on the Contractor.

2.0 SCOPE OF WORK


2.1 The scope of work covered in this contract will be as described in Annexure-I to SCC.

3.0 SCOPE OF SUPPLY


3.1 The scope of supply covered in this contract will be as described in Annexure-II to
SCC.

4.0 SUPPLY OF WATER , POWER & OTHER UTILITIES


The provisions of Clause No. 2.3 to 2.5 of General Conditions of Contract are
modified to the following extent:

4.1 CONSTRUCTION WATER:


Construction water shall be provided by Owner on chargeable basis at the rate
of Rs.43.51 /M3 at one point from where CONTRACTOR will make his own
arrangement for temporary distribution through tested and certified piping / fittings in
line with the provisions of GCC. In case, Owner is not able to supply the same, the
contractor must arrange from his side from external sources.
4.2 CONSTRUCTION POWER:
Owner will provide power on chargeable basis at the rate of Rs. 8.29/Unit (KWh), at
one point from where CONTRACTOR shall make his own arrangement for temporary
distribution in line with the provisions of GCC.
If Owner is unable to provide Construction water and Construction power as
mentioned above for any reasons whatsoever, the same have to arrange by
CONTRACTOR. No time extension or compensation shall be payable on the above
account. This shall not relieve CONTRACTOR of his responsibility for timely
completion of the work as stipulated in the bidding document.

4.3 GAIL will not charge any levy on the contractor for usage of land use required by the
contractor for site office , fabrication yard etc. Contractor to arrange every required
facility at his site office or camp from his own for his deputed employees and tools and
tackles.

4.4 Contractor shall, if required by him, for the entire duration of the execution of the work
make available near the site, land for construction of Contractor’s office, Warehouse,
and for any purpose in connection with providing infrastructure required for the
execution of the Contract. The Contractor shall at his own cost construct all temporary
buildings and provide suitable water supply and sanitary arrangement as required. On
completion of the work undertaken by the Contractor, he shall remove all temporary
works erected by him and have the site cleared as directed by Engineer-in- Charge. If
the Contractor shall fail to comply with these requirements, the Engineer-in- Charge
may at the expense of the Contractor remove such surplus and rubbish materials and
dispose off the same as he deems fit and get the site cleared as aforesaid, and the
Contractor shall forthwith pay the amount of all expenses so incurred and shall have
no claims in respect of any such surplus material disposed of as aforesaid.

B471

Page 171 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 6 of 37

5.0 TIME SCHEDULE


5.1 The Work shall be executed strictly as per time schedule given in Annexure- III to
SCC. The period of completion given includes the time required for mobilisation,
demobilisation and completion of work in all respects to the satisfaction of the
Engineer-in-Charge.
The completion schedule is applicable for all Items Tag. The work for each Item Tag
shall commence concurrently.
5.2 A joint programme of execution of work will be prepared by the Engineer-in-Charge
and Contractor. This programme will take into account the time of completion
mentioned above.
5.3 Monthly / Weekly execution programme will be drawn up by the Engineer-in-Charge
jointly with the Contractor based on priorities and the joint programme of execution as
referred to above. The Contractor shall scrupulously adhere to the
Targets/Programmes by deploying adequate personnel, Construction Equipment,
Tools and Tackles and also by timely supply of required materials coming within his
scope of supply as per Contract. In all matters concerning the extent of target set out
in the weekly/monthly programme and the degree of achievement, the decision of the
Engineer-in-Charge will be final and binding on the Contractor.
5.4 If the Contractor fails to achieve the targeted progress schedule of each month as
mentioned in the bidding document, the Employer/Consultant at its option, may
terminate the contract as contractor’s default and get the work completed from other
sources at Contractor’s risk & cost.
5.5 Contractor shall give every day category-wise labour and equipment deployment report
along with the progress of work done on previous day in the format prescribed by the
Engineer-in-Charge.
5.6 The contractor shall submit fortnightly report covering all major activities indicating
schedule / actual progress, slippages & its reasons and catch up plan.

6.0 DRAWINGS AND DOCUMENTS


6.1 The drawings accompanying the bid document (if any) are of indicative nature and
issued for bidding purpose only. Purpose of these drawing is to enable the bidder to
make an offer in line with the requirements of the Employer/Consultant. However no
extra claim whatsoever, shall be entertained for variation in the "Approved for
Construction" and “Bid document drawings" regarding any changes/units.
Construction shall be as per drawings/specifications issued / approved by the
Engineer-in-Charge during the course of execution of work. Detailed construction
drawings (wherever required) on the basis of which actual execution of work is to
proceed will be prepared by the contractor.
6.2 The drawings and documents to be submitted by the Contractor to
Employer/Consultant after award of the work as per the requirements enlisted in the
bidding document shall be for Employer/Consultant's review, information and record.
The Contractor shall ensure that drawings and documents submitted to
Employer/Consultant are accompanied by relevant calculations, data as required and
essential for review of the document/ drawings. EIL shall review the drawings/
documents within two weeks from the date of submission provided the same are
accompanied by relevant calculations, data as required and essential for review.
6.3 All documents and drawings including those of Contractors sub-vendor's
manufacturer's etc. shall be submitted to Employer/Consultant after having been fully
vetted in detail, approved and co-opted by the Contractor & shall bear Contractor seal/
certifications to this effect. All documents/drawings & submissions made to
Employer/Consultant without compliance to this requirement will not be acceptable and
the delay & liability owing to this shall be to the Contractor's account.
B471

Page 172 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 7 of 37

6.4 The review of documents and drawings by Employer/Consultant shall not absolve
Contractor from his responsibility to meet the requirements of specifications, drawings
etc. and liabilities for mistakes and deviations. Upon receiving the comments on the
drawing/documents reviewed by Employer/Consultant, Contractor shall incorporate the
comments as required and ensure their compliance.
6.5 Copies of all detailed working drawing relating to the works shall be kept at the
contractors’ office at the site and shall be made available to the Engineer-in-charge/
Employer/Consultant at any time during execution of the contract. However no extra
claim what so ever shall be entertained for any variation in the “approved/issued for
construction drawings” and “tender drawings” regarding any changes/units unless
otherwise agreed.
6.6 The Contractor shall rectify any inaccuracies, errors and non-compliance to contractual
requirements. Any delay occurring on this shall not construe a reason for delay/
extension.

7.0 COMPLIANCE WITH LAWS


7.1 The Contractor shall abide by all applicable rules, regulations, statutes, laws governing
the performance of works in India, including but not limited to the following:
i) Contract Labour (Regulation & Abolition) Act 1970 & the centre rules, 1971
framed there under.
ii) Payment of Wages Act.
iii) Minimum Wages Act.
iv) Employer’s Liability Act.
v) Factory Act.
vi) Apprentices Act.
vii) Workman’s Compensation Act.
viii) Industrial Dispute Act.
ix) Environment Protection Act.
x) Wild life Act.
xi) Maritime Act.
xii) Any other Statute, Act, Law as may be applicable.
xiii) PNGRB Act.

8.0 GOVERNMENT OF INDIA NOT LIABLE


8.1 It is expressly understood and agreed by and between the Contractor and the
Employer/Consultant that the Employer/Consultant is entering into this agreement
solely on its own behalf and not on behalf of any other person or entity. In particular, it
is expressly understood and agreed that the Government of India is not a party to this
agreement and has no liabilities, obligations or rights there under. It is expressly
understood and agreed that the Employer/Consultant is an independent legal entity
with power and authority to enter into contract, solely in its own behalf under the
applicable laws of India and general principal of Contract Law. The Contractor
expressly agrees, acknowledges and understands that the Employer/Consultant is not
an agent, representative or delegate of Govt. of India. It is further understood and
agreed that the Govt. of India is not and shall not be liable for any acts, omissions,
commissions, breaches or other wrongs arising out of the contract. Accordingly,
contractor hereby expressly waives, releases and foregoes any and all actions or
claims, including cross claims, impleader claims or counter claims against the Govt. of
India arising out of this contract and covenants not to sue to Govt. of India as to any
manner, claim, cause of action or thing whatsoever arising of or under this agreement.

9.0 LIMITATION OF LIABILITY


9.1 Add the following at the end of Clause Nos. 80.3 of GCC

B471

Page 173 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 8 of 37

The final payment by the Employer/Consultant in pursuance of the Contract terms shall
not mean release of the Contractor from all of his liabilities under the Contract. The
Contractor shall be liable and committed under this contract to fulfil all his liabilities and
responsibilities, till the time of release of contract performance guarantee by the
Employer/Consultant.
Limitation of liability mentioned in clause 80.3 of GCC shall exclude the followings:
a. Any liability pursuant to vendor’s indemnity obligations under the contract; or
b. Any loss resulting from fraud, intention or willful misconduct or illegal or unlawful.
c. acts or omissions of vendor, its affiliates or any sub-vendor or any supplier or any
of its or their respective officers, directors, employees, servants or agents; or
d. Any liability to rectify, repair, restore or replace any materials and / or works or
deficiencies therein in terms of the contract;
e. Patent infringement
And provided always that such limitation shall exclude any amounts recovered under
any policy(ies) of insurance taken out and/or maintained by the vendor pursuant to the
provisions of the Contract on behalf of owner.

10.0 CONTRACT PERFORMANCE GUARANTEE (To be read in conjunction with


clause No-M (v) of Section-II of ITB )
Clause 24 o GCC Stands modified only to the following extent:
10.1 “15 days” mentioned in Clause 24.1 to be read as “30 days”.
Amount of Contract Performance Security shall be 3% of the Total Contract Value.
Contractor can submit Contract Performance Security for 3% of the Contract Value
within 30 days of FOA/notification of award. The Bank Guarantee submitted shall be
valid till expiry of 90 (Ninety) days after the end of Defect Liability Period.
10.2 In the event completion of works is delayed beyond the Scheduled Completion Date
for any reasons whatsoever, the Contractor shall have the validity of the guarantee
suitably extended to cover the period mentioned above.
10.3 The Employer/Consultant shall have an unqualified option under this guarantee to
invoke the Banker’s Guarantee and claim the amount there under in the event of the
Contractor failing to honour any of the commitments entered into under this Contract
and/or in respect of any amount due from the Contractor to the Employer/Consultant.
In case Contractor fails to furnish the requisite Bank Guarantee as stipulated above,
then the Employer/Consultant shall have the option to terminate the Notification of
Award of Work and forfeit the Bid Security/Earnest Money amount and no
compensation for the works performed shall be payable upon such termination.
10.4 Upon completion of the Works as per Completion Schedule stipulated in the Contract,
the above said guarantee shall be considered to constitute the Contractor’s
warranty/guarantee for the work done by him or for the Works supplied and their
performance as per the specifications and any other conditions against this Contract.
The warranty/guarantee shall remain in force for 12 months from the date of issuance
of certificate of Completion and Acceptance against this Contract as per GCC. The
Contractor shall also arrange for the Performance Guarantee to remain valid until the
expiration of the guarantee period for entire works covered under the contract.
10.5 In the event of Completion of Project being delayed beyond the Scheduled Completion
Date, the Employer/Consultant may without prejudice to any other right or remedy
available to the Employer/Consultant, operate the Bank Guarantee to recover the
Compensation for delay leviable as per GCC. The Bank Guarantee amount shall
thereupon be increased to the original amount, or the Contractor may alternatively
submit a fresh Bank Guarantee for the equivalent amount of compensation for delay
B471

Page 174 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 9 of 37

recovered

11.0 TAXES, DUTIES AND LEVIES


11.1 The provision of taxes duties and levies shall be as per the provisions mentioned in
Instructions to Bidders (ITB).

11.2 Any errors of interpretation of applicability of taxes/ duties by Bidders shall be to their
account.

12.0 SUBSEQUENT LEGISLATION


12.1 All duties, taxes, fees, charges, expenses, etc. (except where otherwise expressly
provided in the Contract) as may be levied/ imposed in consequence of execution of
the works or in relation thereto or in connection therewith as per the Acts, Laws, Rules,
Regulations in force shall be to Contractor's account. However, any new taxes /duties
imposed after the date of submission of last price bid & up to Contractual Completion
date shall be to the GAIL’s account but such Taxes /duties imposed beyond
Contractual Completion date shall be to the Contractor’s account.

13.0 BID PRICE OF INDIAN BIDDER


13.1 The Bidder shall indicate breakup of the quantum of imports involved for import of
necessary raw materials and components giving CIF value of Import and included in
bid price (wherever specified in BDS).

14.0 TAXES AND DUTY CLAUSE OF INDIAN BIDDER

14.1 The statutory variation in Import Duty (except component (s) for which input tax credit
is available) on CIF value indicated, within contractual delivery period shall be to
Purchaser’s account against submission of the documentary evidence. However, any
increase in the rate of Import Duty beyond the contractual delivery / completion period
shall be to Bidder’s account. In case of wrong classification, no variation including
statutory variation of Import Duty will be payable to Supplier and any penalty due to the
same shall be to Supplier’s account. Any decrease in the rate of Import Duty shall be
passed on to the Purchaser. Statutory variation on account of Import Duty will be
allowed only on component for which input tax credit is not available.

14.2 CUSTOM DUTY

The Employer is entitled to Project rate of Customs Duty for imports made for this
Project. Owner (GAIL) will obtain sponsoring Authority Letter from its Administrative
Ministry (MoP&NG) for availing Project Rate of Duty for goods imported by Owner [PO
issued by GAIL/EIL (on behalf of GAIL)]. Merit rate of custom duty is applicable. The
present rate (Project import) of basic Customs duty is @ 5%. The other taxes and
duties like IGST & Social Welfare Surcharge shall be as applicable at prevailing rate.

The bidder while quoting the price may consider the project rate of custom duty.
However, in case bidder is allowed, vide any other notification, a lower rate of customs
duty than project rate of customs duty for import of raw materials and components, in
such case bidder may consider the same and quote accordingly. Bidder shall ascertain
the applicable customs tariff and rate of customs duty quoted by them and shall be
solely responsible towards applicability and correctness of such tariff and rates. The
ordering shall be carried out based on the customs tariff and rates of customs duty
quoted by the bidder. However, in case of wrong classification in respect of project rate
of duty, customs tariff, rate of customs duty etc. no variation including statutory
variation of Customs Duty will be payable extra. The bidder(s) must indicate quantity,

B471

Page 175 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 10 of 37

CIF value& rate of custom duty considered in the Price Schedule.

If bidder has considered Customs Duty for import contents other than the Project rate
of customs duty in their offer, then statutory variation on the customs duty shall be
payable extra on the project rate of customs duty or the rate of customs duty
considered by the bidder, whichever is lower.

The Employer’s responsibility is only limited to furnishing of the necessary certificate to


the bidder in order to enable bidder to obtain Essentiality Certificate from their
Administrative Ministry for availing the Project rate of Customs Duty.

If a bidder quote merit rate of customs duty for import content, then evaluation shall be
carried out based on quoted rates of custom duty and in case bidder happens to be L1
bidder based upon their quoted rates, the differential basic custom duty between
project rate and as quoted rate shall be pass on GAIL OR it shall be recovered by
GAIL from the invoices.

In case, no import is made for execution of the order, this clause will not be applicable.

15.0 DELETED

16.0 CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS


16.1 Contractor is liable to pay custom duty on the equipment’s brought into India for
executing the project. The Contractor shall be fully liable for observing all the
formalities in this regard as well as to pay the custom duty chargeable on the
equipment’s, including any deposit payable for such purposes. No adjustment in
contracted rates shall be permissible for any change in duty drawback applicable in
respect of equipment & machinery brought in India for the use of the project and for re-
export of equipment and machinery, on completion of the project.
16.2 If the Custom Authorities require the Contractor to furnish a bond to secure payment of
any custom duty in respect of any import and that such Bond shall be furnished by the
Employer/Consultant, the Employer/Consultant may at the request of the Contractor
furnish the said Bond against the Contractor furnishing a Bank Guarantee to the
Employer/Consultant, of the like amount in the form and from a Bank in India approved
by the Employer/Consultant.
16.3 If for any reason the Employer/Consultant is required by the Customs Authorities
during pendency of Contract to pay any customs duty due to the importation or
retention by the Contractor of any imports, the Contractor shall forthwith on demand by
the Employer/Consultant pay the same to the Employer/Consultant, with the right in the
Employer/Consultant (without prejudice to any other mode of recovery or right of the
Employer/Consultant) to deduct the same from the on account and other payments
due and/or becoming due or payable to the Contractor from time to time. The
payments under such a case shall be subject to submission of Bank Guarantee from a
Bank approved by Employer/Consultant, by the Contractor in favour of the
Employer/Consultant for an amount equivalent to amount of custom duty.
16.4 The obligations undertaken and/or any bond or facility provided by the
Employer/Consultant to the Contractor shall be based on the clear understanding that
the said equipment shall be utilised by the Contractor only for the performance of the
work covered under this contract and that the Employer/Consultant shall be
discharged forthwith from all said obligations and shall be entitled forthwith to
discontinue and recall any bond or other facility to the Contractor if the Contractor shall
utilise or permit to be utilised the said equipment(s) or any of them for the performance
of any work other than the work covered by the Contract in which event any amount
due from Contractor in this connection shall also carry interest @22% (Twenty two
B471

Page 176 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 11 of 37

percent) per annum from the date of relative payment by Employer/Consultant up to


the date of recovery in full.

17.0 DELETED

18.0 IMPORT LICENCE


18.1 Contractor shall arrange import of all materials required for permanent incorporation in
the works as well as construction equipment as per the guidelines laid down by the
Government of India. Employer/Consultant shall not provide import licence.

19.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS


19.1 Contractor agrees for withholding from wages and salaries of its agents, servants or
employees all sums, required to be withheld by the laws of the Republic of India or any
other agency having jurisdiction over the area where Contractor is conducting
operations, and to pay the same promptly and directly when due to the proper
authority. Contractor further agrees to comply with all accounting and reporting
requirements of any Nation having jurisdiction over the subject matter hereof and to
conform to such laws and regulations and to pay the cost of such compliance. If
requested, Contractor will furnish the evidence of payment of applicable taxes, in the
country (ies) of the Contractor's and his sub-contractor(s) and expatriate employees.

20.0 INTELLECTUAL PROPERTY


20.1 Neither Employer/Consultant nor Contractor nor their personnel, agents nor any
sub-contractor shall divulge to any one (other than persons designated by the party
disclosing the information) any information designated in writing as confidential and
obtained from the disclosing party during the course of execution of the works so long
as and to the extent that the information has not become part of the public domain.
This obligation does not apply to information furnished or made known to the recipient
of the information without restriction as to its use by third parties or which was in
recipient's possession at the time of disclosure by the disclosing party. Upon
completion of the works or in the event of termination pursuant to the provisions of the
contract, Contractor shall immediately return to Employer/Consultant all drawings,
plans, specifications and other documents supplied to the Contractor by or on behalf of
Employer/Consultant or prepared by the Contractor solely for the purpose of the
performance of the works, including all copies made thereof by the Contractor.

21.0 FIRM PRICE


21.1 The quoted prices shall be firm and shall not be subjected to price escalation on any
account, till the work is completed in all respects.

22.0 WORKS CONTRACT


22.1 The work covered under this contract shall be treated as "Works Contract".

23.0 PROVIDENT FUND ACT


23.1 The Contractor shall strictly comply with the provisions of Employees Provident Fund
Act and register themselves with RPFC before commencing work. The Contractor shall
deposit Employees and Employers contributions to the RPFC every month. The
Contractor shall furnish along with each running bill, the challan/ receipt for the
payment made to the RPFC for the preceding months.
23.2 The contractor(s) are required to submit copies of electronic challan cum return
(ECR)/electronic challan along with on line uploaded list of contract workers/members
B471

Page 177 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 12 of 37

for the proof of remittance of Provident Fund (PF) and Employee State Insurance (ESI)
contribution with respective authorities for the contract workers engaged by him in
GAIL while submitting monthly bills.

24.0 MOBILIZATION ADVANCE – NOT APPLICABLE


Contractor, if requested, shall be paid recoverable interest bearing Mobilization
Advance up to a maximum of 10% (Ten Percent) of awarded Contract Value. The
mobilization advance will attract an interest rate (medium terms) at Marginal Cost of
Fund based Lending Rate (MCLR) for one year charged by SBI (applicable on the
date of disbursement of mobilization advance) plus 2.0% p.a. on reducing balance
charged basis.

The Bank Guarantee etc. taken towards security of ‘Mobilization Advance’ should be at
least 110% of the advance so as to enable recovery of not only principal amount but
also the interest portion, if so required.

The Mobilization Advance should not be paid in less than two instalments (each
maximum of 5%) subject to the fulfilment of the following conditions:

24.1 FIRST INSTALLMENT


5% (Five percent) of Contract value shall be payable as the first instalment of
mobilisation advance, within 15 (fifteen) Calendar Days, after fulfilling the following
formalities by the contractor:

a) Signing of the contract agreement by the Contractor;

b) Submission of the contract performance bank guarantee; and

c) Submission of the mobilization advance guarantee.

24.2 SECOND INSTALMENT

Balance 5% (Five Percent) subject to the fulfilment of the following conditions or other
specific conditions on case to case basis:

a) After the contractor has constructed a site office, storage shed, fabrication
yard, etc. and has physically mobilized construction equipment and is ready to
start the Works to the entire satisfaction of the Engineer-in-Charge or linked to
the progress of work if so indicated in Special Condition of Contract.
b) Submission of Mobilization Advance Guarantee.

24.3 RECOVERY OF MOBILISATION ADVANCE

Recoveries will be effected from each Running Account Bill at the rate of 10% of the
Gross bill value, till the entire mobilization advance (together with interest accrued
thereon) is fully recovered. In any case, mobilization advance shall be fully recovered
before release of payment due towards Mechanical Completion/ Pre-Final Bill.

25.0 CHANGE ORDERS/ EXTRA WORKS/ DEVIATIONS


25.1 A change order will be initiated in case:
i. The Employer/Consultant directs the Contractor to include any addition to the
scope of work not covered under this contract or delete any Spread of the
B471

Page 178 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 13 of 37

scope of the work under the contract.

ii. Contractor requests to delete any part of the work which will not adversely
affect the operational capabilities of the project and if agreed by the
Employer/Consultant and for which cost and time benefits shall be passed on to
the Employer/Consultant.

25.2 Any changes required by the Employer/Consultant before giving their approval to
detailed procedure or any other document relating to material procurement, layout
plans etc for complying with the requirements of bidding document shall not be
construed to be a change in the scope of work under the contract.
25.3 Any change order as above comprising an alteration which involves a change in the
cost of the works (which sort of alteration is hereinafter called a “Variation") shall have
impact on the contract value that shall be dealt towards end of contract. All change
orders shall be approved by the EIC.
25.4 If the contract provides applicable rates for the valuation of the variation in question
the contract price shall be increased or decreased in accordance with those rates. If
the parties agree that the contract does not contain applicable rates then the parties
shall negotiate a revision of the contract price which shall represent the change in
cost of the works caused by the variations. Any change order must be duly approved
by the Employer/Consultant in writing.
25.5 If there is a difference of opinion between Contractor and Employer/Consultant
whether a particular work constitutes a change order or not, the matter shall be
handled in accordance with the procedures set forth in para 25.7.8 and 25.7.9 here
below.
25.6 Within 10(Ten) working days of receiving the comments from the
Employer/Consultant on the documents submitted by the Contractor for approval, the
Contractor's response in writing stating which item(s) is/are potential change (s), if
applicable, will be submitted to the Employer/Consultant.

25.7 Procedure
25.7.1 During execution of work if the Contractor observes that any new requirements which
is not specific or intended in the bidding document has been indicated by
Employer/Consultant, they shall discuss the matter with Employer/Consultant's
representatives
25.7.2 In case such requirement arises from the side of the Contractor they would
also discuss the matter with Employer/Consultant's Representative.
25.7.3 In either of the two cases above, the representatives of both the parties shall discuss
the project requirement and mutually decide whether the project requirement
constitutes a change order.
25.7.4 If it is mutually agreed that the project requirement/Inquiry constitutes a "Change
Order" then a joint memorandum will be prepared to confirm a "Change Order" and
basic ideas of necessary agreed modifications.
25.7.5 Contractor will study the work required in accordance with the Joint memorandum and
assess subsequent schedule and cost effect if any.
25.7.6 The results of this study would be discussed mutually to enable Employer/Consultant
o give a final decision whether Contractor should proceed with the Change Order or
not, in the best interest of the Project.
25.7.7 If Employer/Consultant's representative accepts the change order in writing then
Contractor shall proceed with the work stipulated in the Change order. Time worked
by all workmen employed and a statement showing the description and quantity of all
materials and plant utilized for extra work shall be submitted to Employer/Consultant.
B471

Page 179 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 14 of 37

The Employer/Consultant’s representative shall sign and return to the Contractor the
statement, as agreed. At the end of each month the Contractor shall deliver to the
Employer/Consultant's representative a priced statement of the labour, materials and
plant used. Whenever any dispute arises as to cost allocation between the Contractor
and the Employer/Consultant, the voucher shall nevertheless be signed by the
Employer/Consultant as a record of time worked and materials used. List and
vouchers so signed will be the subject of negotiations between the
Employer/Consultant and the Contractor regarding their costs allocation.
25.7.8 In case, mutual agreement as above that is whether Project Requirement constitutes
a Change order or not, is not reached, then Contractor, in the interest of the project,
shall take up the implementation of the work, if advised in writing to do so by
Employer/Consultant's representative pending settlement between the two parties to
the effect whether the Project Requirement constitutes a change order or not as per
the terms and conditions of Contract Documents.
25.7.9 The time and cost effect in such a case shall be mutually verified for the purpose of
record. Should it be established that the said work is constituting a Change Order, the
same shall be compensated taking into account the records kept and in accordance
with the contract.
25.7.10 Should the amount of Extra Work/ Change Order, if any, which the Contractor may be
required to perform by the Employer/Consultant, fairly entitles the Contractor to
extensions of time beyond the scheduled completion date for completion of either the
whole of the works or for such Extra Work only, the Employer/Consultant and the
Contractor shall mutually discuss and decide the extension of time, if any to be
granted to the Contractor.
26.0 HANDING OVER OF WORKFRONT:
The work involved under this Contract may include such works as have to be taken up
and completed after other agencies have completed their jobs. The CONTRACTOR
will be required and bound to take up and complete such works as and when the fronts
are available for the same and no claim of any sort whatsoever shall be admissible to
the CONTRACTOR on this account. Only extension of time limit shall be admissible, if
the availabilities of work fronts to the CONTRACTOR are delayed due to any reason
not attributable to the CONTRACTOR.

27.0 CONSTRUCTION EQUIPMENT AND SITE ORGANIZATION


CONSTRUCTION EQUIPMENT
27.1 Bidder shall deploy adequate construction equipments at site so as to execute the
contract as per the scope of work and within the stipulated time schedule.
27.2 The Employer/Consultant shall not supply any Construction Equipment.
MANPOWER DEPLOYMENT
27.1.1 Bidder shall deploy adequate manpower at site so as to execute the contract as per
the scope of work and within the stipulated time schedule.
27.2.1 Qualification and experience of Key Supervisory Personnel to be deployed for this
work shall be as per Annexure-IX to this SCC. Contractor shall submit bio-data of
Key Supervisory Personnel meeting the requirement of this Annexure will be reviewed
and approved by Engineer-in charge.

28.0 MECHANISED CONSTRUCTION


28.1 Contractor shall without prejudice to his overall responsibility to execute and complete
the work as per specifications and time schedule adopt as far as practicable,
mechanized construction techniques for major site activities. Contractor agrees that he
will deploy the required numbers and types of the plant & machinery applicable for
B471

Page 180 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 15 of 37

different activities in consultation with the Engineer-in-charge during execution of


works.
28.2 Contractor further agrees that Contract price is inclusive of all the associated costs,
which he may incur for actual mobilization, required in respect of use of mechanised
construction techniques and that the Employer/Consultant in this regard shall entertain
no claim whatsoever.

29.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION


29.1 Contractor shall be responsible for organising the lifting of the equipment in the proper
sequence, that orderly progress of the work is ensured and access routes for erecting
the other equipments are kept open.
29.2 Orientation of all foundation, elevations, lengths and disposition of anchor bolts and
diameter of holes in the supports saddles shall be checked by contractor, well in
advance. Minor rectifications including chipping of foundations as the case may be
shall be carried out at no extra cost by the contractor after obtaining prior approval of
the Engineer-in-Charge. The Contractor shall also be provided with the necessary
structural drawings and piping layouts etc., wherever required for reference. During
the structural member need to be dismantled, to facilitate the equipment erection,
same shall be done by the contractor after ensuring proper stability of main structure
with prior permission of Engineer-in-Charge. All such dismantled members shall be
put in position back after the completion of equipment erection to satisfaction of
Engineer-in-Charge.
29.3 During the performance of the work the Contractor at his own cost, shall keep
structures, materials and equipment adequately braced by guys, struts or otherwise
approved means which shall be supplied and installed by the Contractor as required
till the installation work is satisfactorily completed. Such guys, shoring, bracing,
strutting, planking supports etc. shall not interfere with the work of other agencies and
shall not damage or cause distortion to other works executed by him or other agencies.
29.4 Manufacturer's recommendations and detailed specifications for the installation of the
various equipment and machines will be passed on to the contractor to the extent
available during the performance of work. The requirements stipulated in these
clauses shall be fulfilled by the Contractor.
29.5 Various tolerances required as marked on the drawings and as per specifications and
instructions of the Engineer-in-Charge, shall be maintained. Verticality shall be
maintained. Verticality shall be verified with the Theodolite.
29.6 ERECTION OF EQUIPMENTS
All the erection shall be carried out by Cranes of suitable capacity. Erection by derrick
shall not be permissible. The contractor shall arrange the crane of suitable capacity
required for erection and include cost for same in lumpsum quoted price without any
liability on the part of Employer/Consultant.
Bidder shall submit the indicative erection scheme for equipment and shall undertake
the erection only after obtaining approval of erection scheme by Engineer-in-charge.
Grouting of equipment’s, anchor bolts, pockets and under base plates shall be carried
out as per technical specifications.

30.0 DELETED

31.0 MEASUREMENT OF WORKS


31.1 In addition to the provisions of relevant clause of GCC and associated provisions
thereof, the provisions of Annexure-IV to SCC shall also apply.

B471

Page 181 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 16 of 37

32.0 TERMS OF PAYMENT


32.1 Basis and terms of payment for making “On Account Payment” shall be as set out in
Annexure-V to SCC.

33.0 STATUTORY APPROVALS


33.1 Obtaining all statutory approvals, as defined in the Technical Bidding Document,
including PESO approvals shall be the responsibility of the Contractor. Contractor shall
arrange the inspection of the works by the authorities and necessary co-ordination and
liaison work in this respect. The application on behalf of the Employer for submission
to relevant authorities along with copies of required certificates complete in all respects
shall be prepared and submitted by the CONTRACTOR 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.
33.2 Statutory fees paid, if any, for all inspections and approvals by such authorities shall be
deemed to be included in the quoted prices.
33.3 Any change/ addition required to be made to meet the requirements of the statutory
authorities shall be carried out by the contractor free of charge. The inspection and
acceptance of the work by statutory authorities shall, however, not absolve the
contractor from any of his responsibilities under this contract.
33.4 PROTECTION OF EXISTING FACILITIES
A. CONTRACTOR shall obtain all safety clearance (viz. Excavation, Hot/ Cold work
permit) from Owner, as may be required from time to time, prior to start of work. Work
without safety permit shall not be carried out. Safety permit and fire service facility, if
available, shall be provided on daily allocation basis upon application.
B. CONTRACTOR shall obtain plans and full details of all existing and planned
underground services from Engineer- in- Charge and shall follow these plans closely at
all times during the performance of work. CONTRACTOR shall be responsible for
location and protection of all underground lines and structures at his own cost.
C. Despite all precautions, should any damage to any structure / utility etc. occur, the
Contractor shall contact the Engineer- in- Charge and CONTRACTOR shall forthwith
carry out repair at his expenses under the direction and to the satisfaction of EIL and
Owner/concerned authority.
D. CONTRACTOR shall take all precautions to ensure that no damage is caused to the
existing pipelines, cables etc. during construction. Any such damage during
construction shall be repaired and restored to their original condition by
CONTRACTOR after completion of construction to the complete satisfaction of Owner/
EIL.
E. CONTRACTOR shall in consultation with Owner/ EIL and the concerned authorities,
take adequate measures for strengthening the existing electric poles, telephone poles
etc. in the proximity of the pipeline / cable alignment. CONTRACTOR shall take
adequate protective measures to prevent damage to these facilities during
construction. CONTRACTOR shall have to adopt such method of construction as will
be suitable for working in these areas using the limited space available and without
causing any damage to these facilities. Contractor shall be deemed to have taken
cognizance of all such constraints, etc. while working in this area and Contractor shall
not be entitled to any extra claim at a later stage.

33.5 Statutory Permissions & Working in Wildlife/ Forest areas –Not Applicable
Company has obtained overall/ in-principle approval from Government of India (GOI)
Ministry of Environment & Forests & State wildlife and forest departments. Contractor

B471

Page 182 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 17 of 37

shall comply with all conditions stipulated in these letters.


Though overall permissions have been obtained by the Company, it shall be the
Contractor's responsibility to liaison with and obtain work permits from Authorities/
Agencies having jurisdiction for entering into and for carrying out all works inside
wildlife sanctuary and forest areas.
Contractor to ensure adequate protective measures during construction works to
minimize disturbance to the ecological balance of the region including flora & fauna
Full care shall be taken to ensure that no damage is caused to the forest area while
carrying out the work. Contractor shall indemnify the Company/ Owner from any
damages imposed due to non- conformance to statutory requirements/ norms.

34.0 TESTS AND INSPECTION


34.1 The Contractor shall carry out the various tests as enumerated in the technical
specifications of this bid document and the technical documents that will be furnished
to him during the performance of the work.
34.2 All the tests either on the field or at outside laboratories concerning the execution of
the work and supply of materials by the Contractor shall be carried out by Contractor at
his own cost.
34.3 The work is subject to inspection at all times by the Engineer-in-Charge. The
contractor shall carry out all instructions given during inspection and shall ensure that
the work is being carried out according to the technical specifications of this bid
document, the technical documents and the relevant codes of practice will be
furnished to him during the performance of the work.
34.4 The Contractor shall provide for purposes of inspection access ladders, lighting and
necessary instruments at his own cost.
34.5 Any work not conforming to execution drawings, specifications or codes shall be
rejected forthwith and the Contractor shall carryout the rectifications at his own cost.
34.6 All results of inspection and tests will be recorded in the inspection reports, proforma of
which will be approved by the Engineer-in-Charge. These reports shall form part of the
completion documents.
34.7 For materials supplied by Employer, Contractor shall carryout the tests, if required by
the Engineer-in- Charge, and the Employer shall reimburse the cost of such tests at
actual to the Contractor on production of documentary evidence.
34.8 Statutory fees paid to IBR authorities and for repeat tests and inspection due to
failures, repairs etc. such reasons attributable to the Contractor shall be borne by the
Contractor.
34.9 Inspection and acceptance of work shall not relieve the Contractor from any of his
responsibilities under this Contract.

35.0 INSPECTION OF SUPPLY ITEMS


35.1 All inspection and tests on bought out items shall be made as per the specifications
forming part of this contract. The Contractor shall submit a categorisation plan of all
the supply items indicating the type of inspection required for review by EIL. Various
stages of inspection and testing shall be identified after receipt of Quality Assurance
Programme from the Contractor/ Manufacturer. All supplies are subject to pre-
despatch inspection from any of the following TPI agencies and shall be arranged by
the Contractor at his own cost.
List of TPI agencies:
i. M/s TUV SUD South Asia Pvt Ltd.

B471

Page 183 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 18 of 37

ii. M/s TUV Rheinland (India) Pvt. Ltd.


iii. M/s TUV India Pvt. Ltd. / TUV Nord Group (TUV)
iv. M/s Apave Assessments India Pvt. Ltd. (AAIPL)
v. M/s VCS Quality Services Pvt Ltd
vi. M/s DNV
vii. M/s IR Class Systems and Solutions Pvt Ltd
viii. M/s Projects & Development India Ltd (PDIL)
ix. M/s Tata Projects Ltd
x. M/s Llyods Register (LRS)
xi. M/s Bureau Veritas (BV)
xii. M/s Société Générale de Surveillance (SGS)
xiii. M/s Gulf Lloyds Industrial Services (GLI)
xiv. M/s International Certification Services (ICS)
xv. M/s Bureau Veritas (Ind.) Pvt. Ltd (BVIS)
xvi. M/s Intertek India Pvt. Ltd.
xvii. M/s Moody International (Moody)
xviii. M/s RINA India Pvt. Ltd.
xix. M/s Competent Inspectorate and Consultants LLP
xx. M/s ABS Industrial Verification (India) Pvt. Ltd.
xxi. M/s Certification Engineers International Ltd (CEIL)
35.2 Inspection calls shall be given for associations of Employer/Consultant’s
representative as per mutually agreed programme in prescribed proforma with 15 days
margin, giving details of equipment/ materials and attaching relevant test certificates
and internal inspection report of the Contractor. All drawings, General Arrangement
and other contract drawings, specifications, catalogues etc. pertaining to equipment/
materials offered for inspection shall be got approved from Employer/Consultant and
copies shall be made available to Employer/Consultant before hand for undertaking
inspection.
35.3 The contractor shall ensure full and free access to the inspection Engineer of
Employer/Consultant at the Contractor’s or their sub-contractor’s premises at any time
during contract period to facilitate him to carry out inspection and testing assignments.
35.4 The contractor/ sub-contractor shall provide all instruments, tools, necessary testing
and other inspection facilities to inspection engineer of Employer/Consultant free of
cost for carrying out inspection.
35.5 Where facilities for testing do not exist in the Contractor’s/ sub-contractor’s
laboratories, samples and test pieces shall be drawn by the Contractor/ Sub-
Contractor in presence of Inspection Engineer of Employer/Consultant and duly sealed
by the later and sent for testing in Government approved Test House or any other
testing laboratories approved by the Inspection Engineer at the Contractor’s cost.

36.0 FINAL INSPECTION


36.1 After completion of all tests as per specification the whole work will be subject to a final
inspection to ensure that job has been completed as per requirement. If any defects
B471

Page 184 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 19 of 37

noticed in the work attributable to Contractor, the Contractor at his own cost shall
attend these, as and when the Employer/Consultant brings them to his notice. The
Employer/Consultant shall have the right to have these defects rectified at the risk and
cost of the contractor if he fails to attend to these defects immediately.

37.0 COMPUTERIZED CONTRACTORS BILLING SYSTEM


37.1 Without prejudice to stipulation in General Conditions of Contract, Contractor should
follow following billing system.
37.2 The bills will be prepared by the contractors on their own PCs as per the standard
formats and codification scheme proposed by GAIL/EIL. The contractors will be
provided with data entry software to capture the relevant billing data for subsequent
processing. Contractors will submit these data to Employer/Consultant in an electronic
media along with the hard copy of the bill, necessary enclosures and documents. The
contractor will also ensure the correctness and consistency of data so entered with the
hard copy of the bill submitted for payment.
37.3 Employer/Consultant will utilize these data for processing and verification of the
Contractor's bill and payment."

38.0 TEMPORARY WORKS


38.1 All Temporary and ancillary works including enabling works connected with the work
shall be responsibility of the Contractor and the price quoted by them shall be deemed
to have included the cost of such works which shall be removed by the contractor at
his cost, immediately after completion of his work.

39.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE


To distinguish between work in foundations and superstructures, the following criteria
shall apply:
39.1 For all Equipment pedestals, pipe racks, other foundation and R.C.C. Structures, work
done upto 300 mm level above finished grade level will be taken as work in
foundations and work above this level will be treated as work in superstructures and
payments would be made accordingly.
39.2 For Buildings only, all works upto level corresponding to finished floor level shall be
treated as `Work in foundation' and all works above the finished floor level shall be
treated as "Work in superstructure".
39.3 Irrespective of what has been stated above, all pavements, R.C.C. Retaining wall, all
pipe sleepers and any similar item would be taken as work done in foundations
irrespective of locations, nomenclature and levels given anywhere.
39.4 Where not specifically pointed out all works in Cellars/ sumps, Tank Pads, Cable
trenches, or such similar item would be taken as work in foundation.

40.0 QUALITY MANAGEMENT SYSTEM


40.1 Bidder shall include in his offer the Quality Assurance Programme containing the
overall quality management and procedures, which is required to be adhered to during
the execution of contract. After the award of the contract detailed quality assurance
programme shall be prepared by the contractor for the execution of contract for various
works, which will be mutually discussed and agreed to.
40.2 The Contractor shall establish document and maintain an effective quality assurance
system outlined in recognised codes.
40.3 Quality Assurance System plans/procedures of the Contractor shall be furnished in the
form of a QA manual. This document should cover details of the personnel
B471

Page 185 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 20 of 37

responsible for the Quality Assurance, plans or procedures to be followed for quality
control in respect of Engineering, Procurement, Supply, Installation, Testing and
Commissioning. The quality assurance system should indicate organizational
approach for quality control and quality assurance of the construction activities, at all
stages of work at site as well as at manufacture's works and dispatch of materials.
40.4 The Employer/Consultant/Consultant or their representative shall reserve the right to
inspect/witness, review any or all stages of work at shop/site as deemed necessary for
quality assurance.
40.5 The contractor has to ensure the deployment of Quality Assurance and Quality Control
Engineer(s) depending upon the quantum of work. This QA/QC group shall be fully
responsible to carryout the work as per standards and all code requirements. In case
Engineer-in-Charge feels that Contractor's QA/QC Engineer(s) are incompetent or
insufficient, contractor has to deploy other experienced Engineer(s) as per site
requirement and to the full satisfaction of Engineer-In-Charge.
40.6 In case contractor fails to follow the instructions of Engineer-in-charge with respect to
above clauses, next payment due to him shall not be released unless until he complies
with the instructions to the full satisfaction of Engineer-in-charge.
40.7 The Contractor shall adhere to the quality assurance system as per EIL Specification
enclosed in the Bidding Document as Annexure-VI to SCC.
40.8 The Contractor shall adhere to Specification for Documentation Requirements from
contractors as per EIL Specification.

41.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT


41.1 In addition to the provisions of relevant clause of General Conditions of Contract
(GCC) and associated provisions thereof, the Contractor, during entire duration of the
Contract, shall adhere to HSE requirement as per spec. enclosed in the bidding
document as Annexure-VII to SCC and requirement of OSID-192 & OISD-207
(enclosed as Annexure VIII o SCC)
41.2 The Contractor shall establish document and maintain an effective Health, Safety and
Environment (HSE) management system.

41.3 In case Contractor fails to follow the instructions of Engineer-in-charge with respect to
above clauses, next payment due to him shall not be released till Contractor complies
with the instructions to the full satisfaction of Engineer-in-charge.

41.4 The Contractor shall be required to take a suitable Insurance Policy with a view to
cover themselves against the above penalties and submit a copy of the said policy to
the Engineer-in-Charge before possession of site is given to them.

42.0 SITE CLEANING


42.1 The Contractor shall clean and keep clean the work site from time to time to the
satisfaction of the Engineer- in-Charge for easy access to work site and to ensure
safe passage, movement and working.
42.2 If the work involves dismantling of any existing structure in whole or part, care shall be
taken to limit the dismantling up to the exact point and/or lines as directed by the
Engineer-in-Charge and any damage caused to the existing structure beyond the said
line or point shall be repaired and restored to the original condition at the Contractor's
cost and risks to the satisfaction of the Engineer-in-Charge, whose decision shall be
final and binding upon the Contractor.
42.3 The Contractor shall be the custodian of the dismantled materials till the
Engineer-in-Charge takes charge thereof.

B471

Page 186 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 21 of 37

42.4 The Contractor shall dispose off the unserviceable materials, debris etc.
42.5 The Contractor shall sort out, clear and stack the serviceable materials obtained from
the dismantling/renewal at places as directed by the Engineer-in-Charge.
42.6 No extra payment shall be paid on this account.

43.0 COMPLETION DOCUMENTS


43.1 Notwithstanding the provisions contained in standard specification, upon completion
of work, the Contractor shall complete all of the related drawings and documents to
the "AS BUILT" stage (including all vendor / sub-vendor drawings for bought out
items), all Free-Issue-Material (FIM) documents and provide the Owner/Consultant,
the following:
i. One complete bound set of all original documents as mentioned but not limited
to documents listed elsewhere in the bid document.
ii. Three complete bound sets of documents as mentioned at (i) above, in original
size and in 3 (three) CD-ROM/DVD.
iii. Three complete bound sets of Contractor’s specification including design
calculations.
iv. Three copies of Daily Progress Reports
v. Three sets of all raw data collected / generated for and during execution of
the entire job as specified in documents requirement.
vi. Three sets of Closure report.

43.2 The following documents shall be submitted in hard binder by the CONTRACTOR in 6
(Six) sets, as a part of completion documents:

i. Welding Procedure Qualification Report.


ii. Welder Qualification Report.
iii. Radiographic Procedure Qualification.
iv. Radiographic Report along with radiographs (Radiographs only with the original).
v. Batch Test Certificate from manufacturers for electrodes.
vi. Hydrostatic and other test results & reports.
vii. Electronic Geometry Pigging results & reports as specified in technical document.
viii. Pre-commissioning/ Commissioning checklist.
ix. All other requirements as specified in the respective specifications.
x. As built drawings.
xi. Any other drawing/document/report specified elsewhere in the bidding document.

43.3 The documents as mentioned in Technical Document shall be submitted by the


CONTRACTOR.

44.0 COORDINATION WITH OTHER AGENCIES


44.1 Work shall be carried out in such a manner that the work of other agencies operating
at the site is not hampered due to any action of the Contractor. Proper coordination
with other agencies will be Contractor's responsibility. In case of any dispute, the
decision of Engineer-in-Charge shall be final and binding on the Contractor.

45.0 UNDERGROUND AND OVERHEAD STRUCTURES


45.1 The information to possible extent regarding existing structures/overhead lines,
existing pipelines and utilities are already indicated on alignment sheets. Over and
above contractor may encounter other structure/pipelines/ OFC etc. which may not be
appearing on alignment sheet, the contractor is required to collect such information on
his own before commencing the work. The Contractor shall execute the work in such a
manner that the said structures, utilities, pipelines etc. are not disturbed or damaged,
B471

Page 187 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 22 of 37

and shall indemnify and keep indemnified the Employer/Consultant from and against
any destruction thereof or damages thereto.

46.0 TEST CERTIFICATES


46.1 Bidder shall be required to submit recent test certificates for the material being used in
works from the recognised laboratories. These certificates should indicate all
properties of the materials as required in relevant IS Standards or International
Standards.
46.2 Contractor shall also submit the test certificate with every batch of material supplied
which will be approved by Engineer-in-Charge. No secured advance will be given for
the materials not having test certificate. In case any test is to be carried out, the same
shall be got done in the approved laboratory at the cost of contractor.

47.0 ROYALTY
47.1 Contractor's quoted rate should include the royalty on different applicable items as per
the prevailing Government rates. In case, Employer is able to obtain the exemption of
Royalty from the State Government, the contractor shall pass on the same to Employer
for all the items involving Royalty. Any increase in prevailing rate of Royalty shall be
borne by the Contractor at no extra cost to the Employer. The contractor should
indicate the rate of Royalty considered in their offer.

48.0 EXCAVATION BY BLASTING


48.1 The Contractor shall obtain licence from the District authorities for undertaking blasting
work as well as for obtaining and storing the explosive as per Explosive Rules 1940,
corrected up to date. He shall purchase the Explosives, fuses, detonators etc. only
from a licensed dealer. He shall be responsible for the safe custody and proper
accounting of the explosive materials. The Engineer-in-Charge and his authorised
representative shall have the access to check the contractor's store of explosives and
his accounts. In case where the explosive are required to be transported and stored at
site, relevant clauses of the Explosive rules 1940 as amended subsequently shall
apply. The Contractor shall be responsible for any accident to workman, public or
property, due to blasting operations.

49.0 SITE FACILITIES FOR WORKMEN


49.1 Following facilities are to be ensured at all work places where workmen are
deployed/engaged by Contractor.
i) Arrangement of first aid
ii) Arrangement for clean drinking water.
iii) Toilets
iv) Canteen where tea & snacks are available
v) A crèche where 10 or more women workmen are having children below the
age of 6 years.

50.0 EXECUTION OF ELECTRICAL WORK


50.1 The Contractor shall engage an approved electrical agency for execution of electrical
works, holding valid electrical contractor licence. In case contractor himself executes
electrical works then he shall arrange valid electrical contractor licence before start of
electrical works at site. Notwithstanding, contractor shall adhere to all the safety
standard as included in bidding document.

B471

Page 188 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 23 of 37

51.0 MAKE OF MATERIALS


51.1 The materials required to be supplied by the contractor under this contract shall be
procured only from Employer/Consultant approved vendors. Where the makes of
materials are not indicated in the Bidding document contractor shall furnish the details
of makes and shall obtain prior approval of Engineer-in-Charge of vendors/sub-
vendors before placing order.

51.2 Structural Steel & TMT bar: The methodology for procurement of structure steel & TMT
bar manufacturer shall be as per Annexure – XI of this SCC.

51.3 The methodology for procurement of cement by the contractor shall be as per
Annexure- XII of this SCC.

52.0 ADDITIONAL WORKS / EXTRA WORKS


52.1 Employer/Consultant reserves their right to execute any additional works/ extra works,
during the execution of work, either by themselves or by appointing any other agency,
even though such works are incidental to and necessary for the completion of works
awarded to the Contractor. In the event of such decisions taken by
Employer/Consultant Contractor is required to extend necessary cooperation, and act
as per the instructions of Engineer-in-Charge.

53.0 PRICE REDUCTION SCHEDULE FOR DELAY


53.1 Clause No: 27.0 of GCC, pertaining to Price Reduction Schedule stands modified to
the following extent:

“In case of delay in works, the Price Reduction shall be applied at the rate of ½% of
the total contract value per week of delay or part thereof. The total liability of the
Contractor to Employer/ Consultant on Compensation for Delay/Price Reduction
Schedule shall not exceed 5% (Five Percent) of contract value. The compensation on
account of any liability (ies) other than above shall be as per provisions of Bidding
Documents.

The value referred in PRS clause is excluding taxes and duties reimbursable by
GAIL.
Further, the following will also be applicable:
a. As mentioned in GCC, in case delay in supply/ execution of contract, supplier/
contractor/ service provider will raise invoice for reduced value as per Price
Reduction Clause. If supplier/ contractor/ service provider has raised the invoice
for full value, then supplier/ contractor/ service provider will issue Credit Note
towards the applicable PRS amount.
b. In case supplier/contractor/ service provider fails to submit the invoice for reduced
value or does not issue credit note as mentioned above, GAIL will release the
payment to supplier/ contractor/ service provider after effecting the PRS Clause.

54.0 RESPONSIBILITY OF CONTRACTOR


54.1 It shall be the responsibility of the Contractor to obtain the approval for any revision
and/or modifications decided by the Contractor from the Employer/Consultant/
Engineer-in-charge before implementation. Also such revisions and/or modifications if
accepted/ approved by the Employer/Consultant/Engineer-in-charge shall be carried

B471

Page 189 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 24 of 37

out at no extra cost to the Employer/Consultant. Any changes required during and/or
after approval for detailed construction drawings due to functional requirements or for
efficient running of system keeping the basic parameters unchanged and which has
not been indicated by the Contractor in the data/drawings furnished along with the
offer will be carried out by the Contractor at no extra cost to the Employer/Consultant.
54.2 All expenses towards mobilisation at site and demobilisation including bringing in
equipment, clearing the site etc. shall be deemed to be included in the prices quoted
and no separate payments on account of such expenses shall be entertained.
54.3 It shall be entirely the Contractor's responsibility to provide, operate and maintain all
necessary construction equipment’s, scaffoldings and safety gadgets, cranes and
other lifting tackles, tools and appliances to perform the work in a workman like and
efficient manner and complete all the jobs as per time schedules.
54.4 Preparing approaches and working areas for the movement and operation of the
cranes, levelling the areas for assembly and erection shall also be the responsibility of
the Contractor. The Contractor shall acquaint himself with access availability, facilities
such as railway siding, local labour etc. to provide suitable allowances in his quotation.
The Contractor may have to build temporary access roads to aid his own work, which
shall also be taken care while quoting for the work.
54.5 The procurement and supply in sequence and at the appropriate time of all materials
and consumables shall be entirely the Contractor's responsibility and his rates for
execution of work will be inclusive of supply of all these items.

55.0 CHECKING OF LEVELS


55.1 The Contractor shall be responsible for checking levels, orientation plan of all
foundations, foundation bolts, etc., well in advance of taking up the actual erection
work and bring to the notice of Engineer-in-Charge discrepancies, if any. In case of
minor variations in levels etc. the Contractor shall carry out the necessary rectifications
to the foundations within his quoted price.
55.2 The Contractor shall also be responsible for checking with templates, wherever
necessary, the disposition of foundation bolts with the corresponding bases of
structure and shall effect rectifications, as directed, within his quoted rate.

56.0 CLEARANCE OF SITE ON COMPLETION


Upon the issue of the taking-over certificate the Contractor shall clear away and
remove from the part of the site to which such taking-over certificate relates all
Contractors equipment, surplus material, rubbish and temporary work of every kind
and leave such part of the site and works clean and in a workmanlike condition to the
satisfaction of the Engineer-in-Charge. Provided that the Contractor shall be entitled
to retain on site, until the end of the defects liability period, such materials,
Contractors equipment and temporary works as are required by him for the purpose
of fulfilling his obligations during the defects liability period.

57.0 STORAGE FACILITIES


57.1 The Contractor shall maintain wherever required an air-conditioned room for the
storage of the instruments as well as for calibration and testing of the instruments at
his own cost. The contractor shall provide these facilities within the quoted price.

58.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM

The following schedules/documents/reports shall be prepared and submitted by the


Bidder/Contractor for review/approval at various stages of the contract.

B471

Page 190 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 25 of 37

58.1 After the Award of Contract


A. Time Schedule
The Completion Time Schedule for the work (including mobilization period) as per
Annexure-III to SCC of Tender in all respect, from the date of issue of Fax of
Acceptance.
The Bidder is required to submit a Project Time Schedule in Primavera. The
Schedule shall cover all aspects like sub-ordering, manufacturing and delivery,
indicated in the Bid Document. The Owner interface activities shall be clearly
identified with their latest required dates. Owner reserves the right to disqualify the
Bidder if the above Schedule submitted by the Bidder is not in line with the overall
Project requirement.
B. Scheduling & Monitoring System
The Bidders should describe their system of Project Scheduling and monitoring,
the extent of computerization, level of detailing, tracing methodology etc. with the
name of computer package and sample outputs.
C. Overall Project Schedule
The Contractor shall submit within 1 week of Fax of Acceptance, a sufficiently
detailed overall Project Schedule in the activity network form, clearly indicating the
major milestones, interrelationship/ interdependence between various activities
together with analysis of critical path and floats.
The network will be reviewed and approved by Engineer- in-Charge and the
comments if any shall be incorporated in the network before issuing the same for
implementation. The network thus finalized shall form part of the contract
document and the same shall not be revised without the prior permission from
Engineer-in- Charge during the entire period of contract.
D. Progress Measurement Methodology
The contractor is required to submit within 1 week of award of WORK, the
methodology of progress measurement of sub-ordering, manufacturing/ delivery,
sub- contracting construction and commissioning works and the basis of
computation of overall services/physical progress informed. Owner reserves the
right to modify the methodology in part or in full.
E. Functional Schedules
The contractor should prepare detailed functional schedules in line with network
for functional monitoring and control and submit scheduled progress covers for
each function viz. ordering, delivery and construction.

58.2 Project Review Meetings


The Contractor shall present the programme and status at various review meetings as
required.
A. Weekly Review Meeting

Level of Participation Contractor’s/Consultant’s RCM/ Site In charge &


Job Engineers
Agenda Weekly programme v/s actual achieved in
the past week & programme for next week
Remedial Actions and hold up analysis.
Client query/ approval.

B471

Page 191 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 26 of 37

Venue Site office


B. Monthly Review Meeting

Level of Participation Senior Officers of GAIL/EIL and Contractors.


Progress Status/ Statistics
Completion Outlook
Major hold ups/slippages
Assistance required
Critical issues
Client query/ approval
Venue GAIL/EIL Office/ Site at the
discretion of Owner/ EIL
58.3 Progress Reporting Proforma
A. Monthly Progress Report

This report shall be submitted on a monthly basis within 10 (ten) calendar


days from cut-off date, as agreed upon covering overall scenarios of the work.
The report shall include, but not limited to the following:

i) Brief Introduction of the work.


ii) Activities executed/ achievements during the month.
iii) Schedule versus actual percentage progress and progress curves for
Detail Engg. Sub-ordering, Manufacturing/ Delivery, Sub-contracting,
Construction, Commissioning and Overall and quantum wise status &
purchase orders against schedule.
iv) Area of concern/ problem/ hold-ups, impacts and action plans.
v) Resources deployment status.
vi) Annexures giving status summary for drawings, MRs, deliveries, sub-
contracting and construction.
vii) Procurement status for items to be supplied by Contractor.

B. Weekly Reports

The report will be prepared and submitted by the Contractor on weekly basis
and will cover following items:

i) Activities programmed and completed during the week.


ii) Resource deployed men and machines.
iii) Quantities achieved against target in construction
iv) Record of Mandays lost.
v) Construction percentage progress schedule and actual.

C. Daily Reports
i) Activity programme for the day
ii) Progress of the previous day and commutative progress.
iii) Manpower & machinery deployed.
B471

Page 192 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 27 of 37

D. Any other additional reports/ information as may be required by E.I.C.

58.4 Progress Reports


59.4.1 CONTRACTOR shall make every effort to keep the OWNER adequately informed as to
the progress of the WORK throughout the CONTRACT period.

CONTRACTOR shall keep the OWNER informed well in advance of the construction
schedule so as to permit the OWNER to arrange for requisite inspection to be carried
out in such a manner as to minimize interference with progress of WORK. It is
imperative that close coordination be maintained with the OWNER during all phases of
WORK.

59.4.2 By the 10th (tenth) of each month, CONTRACTOR shall furnish the OWNER a detailed
report covering the progress as of the last day of the previous month. These reports will
indicate actual and scheduled percentage of completion of construction as well as
general comments of interest or the progress of various phases of the WORK. The
frequency of progress reporting by the CONTRACTOR shall be weekly.

59.4.3 Once a week, CONTRACTOR shall submit a summary of the WORK accomplished
during the preceding week in form of percentage completion of the various phases of
the WORK, to the OWNER.

59.4.4 Progress reports shall be supplied by CONTRACTOR with documents such as chart,
networks, photographs, test certificate etc. Such progress reports shall be in the form
and size as may be required by the OWNER and shall be submitted in at least 3 (three)
copies.

59.4.5 Contractor shall prepare daily progress report (DPR) in the desired format and submit it
to Engineer-in-charge along with schedule of next day to Engineer-in-charge.

59.0 INSURANCES IN INDIA


59.1 In addition to the insurance covers specified in the General Conditions of Contract to
be obtained and maintained by the Contractor. Before commencing the execution of
work, the contractor shall also obtain “a Comprehensive Erection All Risk Policy and
Comprehensive Insurance Policy covering Marine and Inland Transit Insurance” for the
total contract value at his own cost & expense in the joint names of Owner &
Contractor (Owner shall be the first beneficiary). The Contractor shall keep the
Insurance Policy as mentioned above valid till the completion of work.
59.2 Irrespective of work acceptance, the responsibility to maintain adequate insurance
coverage at all times during the period of Contract shall be that of CONTRACTOR
alone. CONTRACTOR’s failure in this regard shall not relieve him of any of his
responsibilities and obligations under the contract.
59.3 CONTRACTOR shall provide the OWNER with a copy of all insurance policies
and documents taken out by him in pursuance of the Contract. Such copies of
documents shall be submitted to the OWNER immediately upon the CONTRACTOR
having taken such insurance coverage. CONTRACTOR shall also inform the OWNER
at least 60 (Sixty) days in advance regarding the expiry, cancellation and/or changes in
any of such documents and ensure revalidation/renewal etc., as may be necessary
well in time.
59.4 Statutory clearances, if any, in respect of foreign supply required for the purpose of
replacement of equipment lost in transit and/or during erection, shall be made

B471

Page 193 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 28 of 37

available by the Employer/Consultant. Contractor shall, however, be responsible for


obtaining requisite licenses, port clearances and other formalities relating to such
import. The risks that are to be covered under the insurance shall include, but not be
limited to the loss or damage in handling, transit, theft, pilferage, riot, civil commotion,
weather conditions, accidents of all kinds, fire, war risk (during ocean transportation
only) etc. The scope of such insurance shall cover the entire value of supplies of
equipments, plants and materials to be imported from time to time.
59.5 All costs on account of insurance liabilities covered under this Contract will be to
Contractor’s account and will be included in Contract Price.
59.6 Contractor as far as possible shall cover insurance with Indian Insurance Companies,
including marine Insurance during ocean transportation.

60.0 INSURANCE FOR FREE ISSUE MATERIAL - Deleted

61.0 INSURANCE IN FOREIGN COUNTRIES


61.1 The Contractor shall at his own cost arrange, secure and maintain separate
insurance cover from the reputable insurance companies, for all such amounts and
for such periods as may be necessary to protect the works, Contractor and sub-
contractor’s personnel and the interests of the Employer/Consultant as per applicable
laws of land.
61.2 The form and the limit of insurance cover taken by Contractor shall be satisfactory to
Employer/Consultant and one copy of all insurance policies and related documents
shall be submitted to Employer/Consultant, immediately on execution. Contractor
shall inform Employer/Consultant at least 60 days before any insurance policies
expire or are cancelled or changed.

62.0 ABNORMALLY HIGH RATED ITEMS (AHR ITEMS)


Not Applicable

63.0 BANK GUARANTEE


63.1 The provision relating to submission of Bank Guarantee from any Nationalized Bank
wherever appearing in above documents stand replaced by the following:
i) Bank guarantees towards Bid Security from any Indian scheduled bank or a branch
of an International bank situated in India and registered with Reserve Bank of India
as scheduled foreign bank in case of Indian bidder and from any reputed
International Bank or Indian scheduled bank in case of foreign bidder, may be
accepted. However, other than the Nationalized Indian Banks, the banks whose
BGs are furnished, must be commercial banks having net worth in excess of
Rs.1000 Million and a declaration to this effect should be made by such
commercial bank either in the bank guarantee itself or separately on a letter head.
ii) Similarly, bank guarantees towards Performance and Advance Payments may be
accepted from any Indian scheduled bank or a branch of an International bank
situated in India and registered with Reserve Bank of India as scheduled foreign
bank in case of Indian bidder as well as foreign bidder. However, other than the
Nationalised Indian Banks, the banks whose BGs are furnished, must be
commercial banks having net worth in excess of Rs.1000 Million and a declaration
to this effect should be made by such commercial bank either in the bank
guarantee itself or separately on a letter head.

B471

Page 194 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 29 of 37

64.0 SUBMISSION OF COLOURED PHOTOGRAPHS


64.1 The Contractor shall shoot, prepare and submit colored photographs ( B5 size) in 2
sets along with softcopies to EIL site office along with monthly progress report covering
all the activities (Minimum ten no. photographs covering various phases of each
activity) of pipeline constructions highlighting the progress or other areas of work.
Similarly photographs for problem areas (as required) should be submitted well in
advance with a proposed methodology to execute the works and meet the construction
schedule. The cost of same shall be deemed to be inclusive in the rates and no
separate payment shall be made.

65.0 SPARES: Refer Technical Part of Bidding Document.

66.0 BUILDING AND OTHER CONSTRUCTION WORKER’S ACT


66.1 In order to govern welfare and working conditions of labourers engaged in construction
activities, the Building and other Construction Workers’ (Regulation of Employment
and Conditions of Service “RE &CS”) Act, 1996 came into force. RE&CS Act’1996 is
applicable in respect of building and other construction work. Wherever applicable,
The CONTRACTOR shall strictly comply with the following provisions pertaining to RE
&CS Act’1996.

a. The CONTRACTOR must be registered with the concerned authorities under the
Building and Other Construction Workers’ (RE&CS) Act, 1996 or in case of non-
registration; the CONTRACTOR should obtain registration within one month of
the award of contract.

b. The CONTRACTOR shall be responsible to comply with all provisions of the


Building and Other Construction Workers’ (RE&CS) Act, 1996, the Building and
Other Construction Workers’ Welfare Cess Act, 1996, the Building and other
Construction Workers’ (RE&CS) Rules, 1998 and the Building and Other
Construction Workers Welfare Cess Rules, 1998.

c. Cess as per the prevailing rate, shall be deducted at source from bills of the
CONTRACTOR by the engineer-in-Charge of the contract and remitted to the
“Secretary, Building and Other Construction Workers Welfare Board” of the
concerned State. The CONTRACTOR shall be responsible to submit final
assessment return of the cess amount to the assessing officer after adjusting the
cess deducted at source.

Note: Bidders to note that the works premises at GAIL,Gandhar is


registered under factories act

67.0 SINGLE POINT RESPONSIBILITY

67.1 The entire work as per Scope of Work covered under this contract shall be awarded on
single point responsibility basis.

68.0 ENTRY PASSES, GATE PASSES, WORK PERMITS AND SAFETY REGULATIONS

The works under this contract are to be carried out in areas within the near vicinity of
operating plant. As such, CONTRACTOR is required to abide by safety and security
regulations of OWNER/ EIL enforced from time to time.

68.1 ENTRY PASSES

B471

Page 195 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 30 of 37

69.1.1 The CONTRACTOR has to apply for photo entry passes for his workers & staff in a
prescribed proforma available with OWNER/EIL. The photo entry passes shall be
issued by OWNER/EIL for a maximum period of 3 months and if extension is required
by the CONTRACTOR, he has to apply separately for extension. As a special case
temporary passes for a maximum period of 7 days may be issued.

69.1.2 Unutilised/ Expired entry passes shall have to be submitted immediately to


OWNER/EIL.

69.1.3 In case of loss of any entry pass, the CONTRACTOR has to lodge FIR with local
police station and inform the Engineer-in-charge and shall have to pay Rs. 150/-
against each entry pass. The CONTRACTOR is required to keep track of all entry
passes issued and returned.

69.1.4 Identity card issued by the Security Section should always be carried/ displayed by the
CONTRACTOR's employee or person while working inside the Plant.

68.2 GATE PASSES

69.2.1 To bring materials/ equipments/ tools/ tackles etc. inside the plant for construction
work, the CONTRACTOR has to produce challans/ proper documents to OWNER’s/
EIL's personnel at gate. The materials shall be checked thoroughly by OWNER’s/
EIL's personnel at Gate and recorded in their register before allowing any material to
bring inside the plant by CONTRACTOR. It is CONTRACTOR's responsibility to see
that the recorded entry no., date, signature of OWNER’s/ EIL's authorised
representative with stamp challans/ supporting documents signed by company's
personnel at gate during entry.

68.3 WORK PERMIT

69.3.1 When the work is to be carried out in hazardous areas, hot work permit are to be
obtained before start of work for all the jobs which are capable of generating flame,
spark, heat etc. namely, Gas cutting, grinding, welding, use of any electrical/ diesel/
petrol/ battery operated prime mover/ machine/ tools/ equipment/ generator sets/
mixer machine/ drilling machine/ pumps/crane, fork lifter/ hand truck/ trailor, chipping/
breaking of rocks/concrete, hacksaw cutting and drilling, etc.

69.3.2 Cold work permits are to be obtained for the jobs which are not coming under the
category of hot work and where there is no risk of fire, viz, transportation/ backfilling of
ordinary soil in manual process, piling testing, hydro testing, shuttering, fixing of
reinforcement, hand mix concreting, plastering, brick work etc.

69.3.3 According to nature of work and use of various types of equipments & tools the
CONTRACTOR has to apply for cold/hot permits in a prescribed format at least 2 days
before the work is planned to start. No work permit shall be issued by OWNER/ EIL
unless proper arrangement is made by the CONTRACTOR to ensure safe
performance of work inside the plant. Job wise and area wise permits shall be issued
to the CONTRACTOR and against each permit at least one construction supervisor
and one safety supervisor of required level shall always be made available at site by
the CONTRACTOR. These safety permit shall be issued at one point contact by
OWNER/ EIL.

68.4 VEHICLE PERMIT

Permits are to be obtained separately for entry/use of vehicles/ trailers etc. inside the
plant. The following requirements are to be met to obtain vehicle permit:
i. Vehicle/Equipment etc. should be brought to site in good conditions.
B471

Page 196 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 31 of 37

ii. Valid Road tax certificate, fitness certificate and insurance policy from competent
authority.
iii. Valid operating/ driving licence of driver/operator.

68.5 VALIDITY OF THE WORK PERMIT


i. Permit is valid for 24 hours.
ii. No permit is valid if it is not renewed by the shift incharge/ shift representative in
shifts (Morning & Evening)
iii. The permit shall be issued for a maximum period of one month and if extension is
required, the CONTRACTOR has to apply for fresh permit.
iv. No permit is valid on holidays unless special permission is obtained from the
competent authority.

68.6 SAFETY REGULATIONS

69.6.1 Regarding work Permit


i. The work shall be carried out inside the plant as per safety practices enforced by
OWNER’s/ EIL's safety section and instructions of Engineer-in-charge issued
from time to time. Many times it may happen that the working hours shall be
drastically reduced or increased to meet certain safety requirements and the
CONTRACTOR shall meet these requirements without any argument for time and
financial implications. To obtain work permit and to satisfy all conditions laid
down therein, shall be the responsibility of the CONTRACTOR. No claim for
idling of machinery, plant, manpower etc. for safety reasons or non-issuance of
work permit by incharge, Safety Section shall be considered.
ii. The CONTRACTOR shall abide by all safety regulations of the plant and ensure
that safety equipment for specific job kit as stipulated in the factory act/ safety
handbook is issued to the employee during the execution of work, failing which all
the works at site shall be suspended.
EIL shall permit consultant and his authorised construction personnel to freely
move, in and out of the site, subject to the observance of security and safety
regulations of OWNER/ EIL. In view of specific security requirement for the
refinery installation and its Strictest observance, all personal of consultant or his
authorised construction personnel (skilled/ unskilled) are required to have detail
police verification for the purpose of issue of photo pass required for entry and
free movement at work site.
They will also have to bear with the restriction and limitation of entry/exit to work
site as per the security requirement.

69.6.2 Regarding Hot work


i. When doing hot work inside the plant the CONTRACTOR must ensure that the fire
hose is hooked up with the fire water system and extended to the work spot. Fire
extinguisher must be kept near the working spot. Area around and below the hot
working place must be adequately protected from falling/ coming out of sparks/hot
metals from the booth made of asbestos cloth/sheet and wetting them with water.
The CONTRACTOR must arrange sufficient number of fire hoses and fire
fighting equipment of approved quality at his own cost to carry out hot job inside
the plant.
ii. Welding & electrical cables should be of approved quality, and no jointing and
loose connection shall be permitted.
iii. At the end of the working day the CONTRACTOR must inform electrical section to
switch off power at sub-station end.
B471

Page 197 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 32 of 37

iv. The CONTRACTOR must provide cotton dress, safety shoe, safety helmet, safety
belt, hand gloves of approved quality to his workers to meet the safety
requirement of various jobs to be carried out inside the plant.

69.6.3 Regarding use of Vehicle


i. Vehicle must not ply on any road within the plant at speed exceeding 20KM/hr.
ii. Mobile crane/ loaded trucks/ trailers must not exceed speed limit of 15 KM/hr
inside the plant.
iii. No crane is allowed to move inside the plant with load.
iv. No vehicle is allowed to park inside the plant.
69.0 SURPLUS MATERIALS
69.1 Civil Construction materials comprising sand, bricks, stones and aggregate which are
products of dismantling temporary works erected by the CONTRACTOR shall vest in
and belong to the CONTRACTOR upon completion of the works and/ or earlier
termination of the contract for any cause, with right in the CONTRACTOR, subject to
the other terms & conditions of the contract, to remove the same from the job site
subject to satisfactory proof of supply. No other surplus material will be allowed to be
taken out and deemed to be the property of Employer and the same shall be
transported properly to Employer’s store or as directed by Employer. Accordingly
quoted prices shall be deemed to be inclusive of the same.
70.0 LEADS
70.1 For the various works, in case of contradiction, leads mentioned in the Schedule of
Rates shall prevail over those indicated in the Technical specifications.
71.0 INTEGRITY PACT
71.1 Bidder shall submit copy of Integrity Pact as provided elsewhere in Bidding Document,
duly signed and stamped, as a token of acceptance and compliance.
72.0 COORDINATION WITH PMC
72.1 CONTRACTOR shall coordinate with PMC for his day-to-day activities and provide
free access and assistance during the inspections and other activities to be carried out
by PMC. CONTRACTOR shall comply to the requirements of PMC and obtain all the
clearances from PMC for his work.

73.0 INVOICE & PAYMENT:


73.1 Invoices to be raised on “Office In-charge, GAIL”. Details to be provided after award.
73.2 Payments to be released from respective site offices and ORIGINAL Invoice may be
addressed to “HOD (F&A), GAIL (India) Ltd, Jubilee Tower, B-35 & B-36, Sector-1,
Noida” & a copy of Invoice to be forwarded to GM (PE).

74.0 CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS :


Shall be as per attached Annexure-X to SCC.

75.0 FABRICATION SHED

75.1 Contractor shall provide all weather fabrication sheds at site for all pre-fabrication of
piping works and fabrication of structural steel work to the satisfaction of Engineer-in-
charge. The requirement of fabrication sheds shall be firmed up in consultation with
Engineer-In-Charge for numbers/ size of fabrication shed.

B471

Page 198 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 33 of 37

75.2 In case the Contractor fails to establish the fabrication sheds to the satisfaction of
Engineer-in-charge, 10% (Ten Percent) payment towards pre-fabrication of piping
works and fabrication of structural steel works shall be deducted from RA Bills.

75.3 However, this 10%(Ten Percent) payment shall be released to the CONTRACTOR
upon establishing the fabrication sheds to the satisfaction of Engineer-in-Charge.

76.0 WAREHOUSING

76.1 In line with requirements specified in GCC and specifications, material shall be
properly stored by Contractor in his warehouse to enable easy traceability, handling
and preservation with all material having proper identification marks, colour coding etc.
In case Contractor fails to follow the specified requirements, next payment due to the
Contractor shall not be released till he complies with all the requirements.

77.0 BONUS FOR EARLY COMPLETION


77.1 The Clause 27.3 of GCC for Bonus for early completion is not applicable.

78.0 MARINE COVER AND ERECTION POLICY


78.1 Any loss or damage to the materials during ocean transportation, port/custom
clearance, during inland and port handling, inland transportation, storage, erection,
final test and commissioning, shall be to the account of CONTRACTOR and, the
CONTRACTOR shall be exclusively responsible within the scope of supplies in respect
of materials and within the scope of services in respect of works to make good any
damage or loss to the materials and works by way of repairs and/or replacement, as
the case may be pending insurance claim and no delay shall be made by the
CONTRACTOR in repair/ replacement pending such claim. The CONTRACTOR as
authorised by OWNER shall raise the insurance claim in case of damage to the
materials and/ or works and all supporting documents for such claims shall be handed
over by the CONTRACTOR to the OWNER immediately. CONTRACTOR shall provide
all assistance for such a claim.
78.2 The CONTRACTOR shall bear the entire cost of arranging all documents/ information,
facilitating inspection/ discussions by the officials/ surveyors deputed by the Insurer.
The CONTRACTOR shall make all efforts to get settlement of claim at the earliest and
no time extension for completion of work will be given for delay on this account.
78.3 The cost of all depreciation, if any, shall be borne by the CONTRACTOR.
78.4 CONTRACTOR shall be liable solely to adhere to the requirements of the insurer for
settlement of claims without prejudice to the rights of OWNER/ Insurer. During claim,
following steps, which are not exhaustive, are required to be taken care by
CONTRACTOR:
 Timely information for conducting survey
 .Protecting the rights of insurer while issuing acknowledgements.
 Lodging of monetary claims in time and furnishing of requisite documents to
surveyors/ Insurer.
 Taking necessary precautions so that the loss/ damage is not aggravated further.
 Damaged goods to be protected fully.
78.5 Any money received by the OWNER under any policy or policies of insurance shall be
held by the OWNER for proportionate payment to the CONTRACTOR in respect of
any appropriate repairs undertaken and/ or replacement(s) made by the
CONTRACTOR. Should the CONTRACTOR fail to undertake in whole or part such
repairs and/or replacement(s) and other works necessary consequent upon the
B471

Page 199 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 34 of 37

occurrence of any contingency covered by such insurance, OWNER shall be entitled


to get the work done in whole or parts for such repair/ replacement through any other
agency(ies), without prejudice to any other rights or remedies available to the OWNER,
at the sole risk & cost of the CONTRACTOR.
78.6 All transit insurance for inland transit of materials upto the FOB port of Shipment is
included in the prices quoted by the vendor.
78.7 In order to ensure the insurance cover of all the Consignments, Contractor is required
to file a declaration through Fax stating details like-“Name of Contractor, P.O.no., short
description of materials, value of consignment, transit from and to etc...” to the
insurance company before dispatch of consignments and transmitted copy of Fax must
be submitted to owner along with the documents submitted for payment.
78.8 Contractor to obtain the name of Insurance company and policy no. from the Owner
before dispatch of the consignments
78.9 Scope of all other insurances’ as per GCC shall be to the account of Contractor as per
Bidding Document.

79.0 NO CLAIM AND INDEMNITY BOND

Bidder shall submit NO Claim and Indemnity bond along with the final bill as per the
formats attached in Bidding document.

80.0 LABOUR LICENSE


80.1 Before starting of work at site, Contractor shall obtain a license from concerned
authorities under the contract labour (Abolition and Regulation) Act 1970, and furnish
copy of the same to Owner.
80.2 Contractor shall submit the payment proof of labour cess as applicable against the
executed value of contract. Labour cess amount shall be reimbursed after submission
of proof of the payment of the same.

81.0 SUB-LETTING OF WORKS


The clause no.37 of GCC shall stand modified to the following extent only:
81.1 The contractor shall not, saved with previous consent in writing of the Engineer-in-
charge, sublet, transfer or assign the contract or any part thereof or interest therein or
benefit or advantage thereof in any manner whatsoever. Provided, nevertheless, that
any such consent shall not relieve the contractor from any obligation, duty or
responsibility under the contract.
However, Subletting of WHOLE WORKS is prohibited. An undertaking to this effect
will be given by Vendor/ Contractor along with each invoice/bill.

81.2 DELETED

81.3 PROCEDURE FOR MEASUREMENT AND BILLING OF WORK IN PROGRESS


The sentence “EMPLOYER/CONSULTANT shall be fully responsible for checking the
measurements quantitatively and qualitatively as recorded in the Measurement
Books/Bills” from 88.1.5 of GCC stands modified as per below:
The responsibility for checking the measurements as recorded in the Measurement
Books/Bills shall be as under:
A. Where PMC is EIC (e.g. Project Construction)

B471

Page 200 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 35 of 37

a. PMC will check 100% measurements of executed work.


b. GAIL Site Engineer will check measurements of at least 15% of bill value,
certified by PMC.
c. An officer one level above Site Engineer but not below level of DGM will
further check measurements of 5% of bill value. However, wherever DGM
is not available, an officer of level of CM will check measurements of 5% of
bill value.
B. OIC (or HOD in case of Corporate Office) or an officer of higher level to that of EIC
authorized by OIC may carry out random checking of executed items where the
executed quantity exceeds SOR quantities.
C. While exercising test check of 5%, 15% level and on random basis as above, it
may be ensured that high rate items, AHR items, items exceeding SOR quantity
and concealed items have been covered in the items selected for checking.
D. The superior officer should preferably check such items/quantities other than those
already checked by GAIL executives at lower levels and should also ensure that
the subordinate officer/officers have exercised the requisite check as stipulated in
the procedure.
E. All concerned officers should indicate the measurements of SOR items checked by
them and marked as “Checked and verified”.

82.0 GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT FOR


MECHANICAL / COMPOSITE ITEM RATE CONTRACTS:
Refer Annexure-XIII of SCC attached with Bidding Document.

83.0 ENGAGEMENT OF CONTRACTUAL MANPOWER


While engaging the contractual manpower, Contractors are required to make efforts to
provide opportunity of employment to the people belong to the scheduled castes and
weaker sections of the society also in order to have a fair representations of these
sections. In order to encourage local employment contractor shall endeavour to deploy
personnel pass-out from local institutes including execution of non-critical activities
through local agencies. However, preference should be given to engage more
unskilled manpower resources locally to boost local employment.”

84.0 CONTRACTOR TO ENGAGE CONTRACT MANPOWER BELONGING TO


SCHEDULED CASTES AND WEAKER SECTIONS OF THE SOCIETY
While engaging the contractual manpower, Contractors are required to make efforts to
provide opportunity of employment to the people belonging to the scheduled castes
and weaker sections of the society also in order to have fair representation of these
sections.

85.0 JOINTS MEASUREMENT OF WORK EXECUTED, BILLING, INVOICE AND


PAYMENTS
Measurement shall be recorded as per the methods of measurement spelt out in
Specification/Contract Documents. The PMC/ GAIL Site Engineer/ DGM/ CM will
check the measurement as recorded in the Measurement Books/Bills.
86.0 DOMESTICALLY MANUFACTURED IRON & STEEL POLICY (DMI&SP):
Ministry of Steel (MoS) vide Gazette Notification dated 29.05.2019 and its subsequent
amendment issued vide Gazette Notification dated 31.12.2020 regarding Policy for
Providing Preference to Domestically Manufactured Iron Steel Products in Government
B471

Page 201 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 36 of 37

Procurement and its amendment circulated by MoS shall be applicable and the copy of
the same is enclosed as Annexure –VI to ITB . Contractor should follow the same.
ct shall be .
87.0 PRADHAN MANTRI SURAKSHA BIMA YOJANA (PMSBY) AND PRADHAN MANTRI
JEEVAN JYOTI BIMA YOJANA (PMJJBY):
Contractor shall ensure that all its personnel deployed under this contract have
obtained additional insurance coverage under the Pradhan Mantri Suraksha Bima
Yojana (PMSBY) and Pradhan Mantri Jeevan Jyoti Bima Yojana (PMJJBY) through the
participating banks and submit the proof of such insurance coverage to the satisfaction
of GAIL. The cost of the insurance premium amount for both the above schemes shall
be borne by the contractor giving evidence/proof to GAIL in this respect and Contractor
shall suitably consider the same in their bid.
Both the schemes are to be regulated continuously on yearly basis and the same
should be renewed on each successive relevant date in subsequent years.
88.0 INERTIZATION OF SYSTEM BEFORE COMMISSIONING
Shall be in the Scope of Contractor
89.0 DISPUTE RESOLUTION MECHANISM & DISPUTES BETWEEN
CPSE’S/GOVERNMENT DEPARTMENT’S/ ORGANIZATIONS
Clause No. 44 (DISPUTE RESOLUTION MECHANISM) & 45 (DISPUTES BETWEEN
CPSE’S/GOVERNMENT DEPARTMENT’S/ ORGANIZATIONS) of ITB (Instructions to
Bidder) shall also be part of Special Conditions of Contract (SCC).
90.0 METHODOLOGY FOR PROCESSING TERMINATION FOR DEFAULT:
90.1 Any material breach in contractual obligations shall be dealt on mutual discussion
basis, so as to correct breach. In case of failure to correct the breach, EIL/ Owner shall
initiate Termination action as per the contract.
90.2 In case of non-submission of CPBG within the period stipulated, required CPBG
amount along with interest for the delayed period shall be recovered from the first RA
bill / first Milestone payment, onwards, on proportionate basis, till full recovery.
Note: interest rate (medium terms) at Marginal Cost of Fund based Lending Rate
(MCLR) for one year charged by SBI (applicable on the date of disbursement of
mobilization advance) plus 2.0% p.a
90.3 However, in case, if the contractor submits CPBG before the first RA bill, then interest
shall be recovered from the first RA bill, for the delayed period beyond the period
stipulated for CPBG.
90.4 In case of non-submission of CPBG within one month beyond the period stipulated for
it, coupled with non-mobilization / non-performance within the period stipulated for the
same, the Termination action along with other contractual penal provisions shall be
initiated, as per the contract provisions.
90.5 Further, in case of submission of CBPG within scheduled period, but Contractor being
at default in terms of Contract, a) above shall be applicable.
90.6 In case of occurrence of any of the above specified events, contractor shall be
understood to have defaulted and the EIL/ Owner shall have the right to terminate the
contract, at its sole and absolute discretion by issuing a Show Cause notice of 15
calendar days to the Contractor, stating the reason and the intention of EIL/ Owner to
terminate the Contract and to take other penal actions in terms of the contract
including extant policy for Suspension/ Banning of EIL/ Owner.
90.7 The Contractor may also request for a personal hearing.
90.8 EIL/ Owner based on the contractor’s response to the Show Cause Notice and the

B471

Page 202 of 4396


GAIL (India) Limited Special Conditions of Contract
Bidding Document No. SM/B471-046-MA-T-6001/1001 Page 37 of 37

personal hearing, shall decide the action regarding Termination and/ or Suspension /
Banning or otherwise.
90.9 The decision taken as above shall apply to both Termination as well as Suspension /
Banning.”

Further to above, In case contract/ Purchase order awarded for the tendered
work have to be terminated due to Contractor's/ supplier’s default and a
separate enquiry / tender have to be floated to get the remaining/ complete work
executed, such defaulting Contractor/ supplier will not be considered for
enquiries/ tenders issued for the refloated works of same project.

91.0 PLANNING AND DESIGNING IN PURVIEW OF VULNERABILITY ATLAS OF INDIA:

91.1 Vulnerability Atlas of India (VAI) is a comprehensive document which provides existing
hazard scenario for the entire country and presents the digitized State/UT- wise
hazard, maps with respect to earthquakes, winds and floods for district-wise
identification of vulnerable areas. It also includes additional digitized maps for
thunderstorms, cyclones and landslides. The main purpose of this Atlas is its use for
disaster preparedness and mitigation at policy planning and project formulation stage.
This atlas is one of its kind single point source for the various stakeholders including
policy makers, administrators, municipal commissioners, urban managers, engineers,
architects, planners, public etc. to ascertain proneness of any city/location/site to multi-
hazard which includes earthquakes, winds, floods thunderstorms, cyclones and
landslides. While project formulation, approvals and Page 10f2 Ref.: GAILIND/C&P /G-
25/2021-22/08 Date: 14.06.2021 implementation of various urban housing, buildings
and infrastructures schemes, this Atlas provides necessary information for risk
analysis and hazard assessment. The Vulnerability Atlas of India has been prepared
by Building Materials and Technology Promotion Council under Ministry of Housing
and Urban Affairs, Government of India and available at their website www.bmtpc.org.
it is mandatory for the bidders to refer Vulnerability Atlas of India for multi hazard risk
assessment and include the. relevant hazard proneness specific to project location
while planning and designing the project in terms of i) Seismic zone (II to V)for
earthquakes, ii) Wind velocity (Basic Wind Velocity: 55, 50, 47, 44, 39 & 33 m/s) iii)
Area liable to floods and Probable max, surge height iv) Thunderstorms history v)
Number of cyclonic storms/severe cyclonic storms and max sustained wind specific to
coastal region vi) Landslides incidences with Annual rainfall normal vii) District wise
Probable Max. Precipitation.

B471

Page 203 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

ANNEXURES TO
SPECIAL CONDITIONS
OF CONTRACT

Engineers India Limited


New Delhi

Page 204 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

SCOPE OF WORK
[ANNEXURE - I TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 205 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

SCOPE OF WORK

1.0 The scope of work in general includes scope of work specified in Technical
Documents enclosed and Schedule of Rates/ Prices (SOR/SOP) enclosed in
Commercial Section of the Bidding Document. Further, it includes any other work
not specifically mentioned but required to complete the work as per specifications,
drawings and instructions of Engineer-in-Charge.
2.0 Scope of work shall be read in conjunction with item description of Schedule of
Rates/ Prices (SOR/SOP) and Contractor's scope shall include all activities of work
specified in the item description of Schedule of Rates/Prices.
Rates shall include all cost for the performance of the item considering all parts of
the Bidding Document. In case any activity though specifically not covered in
description of item under `Schedule of Rates/Prices' but is required to complete the
work which could be reasonably implied/ informed from the content of Bidding
Document, the cost for carrying out such activity of work shall be deemed to be
included in the quoted rate.

Engineers India Limited


New Delhi

Page 206 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471
Sheet 1 of 2

SCOPE OF SUPPLY
[ANNEXURE-II TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 207 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471
Sheet 2 of 2

SCOPE OF SUPPLY

1.0 Owner’s Scope of Supply :


NIL.

2.0 Contractor’s Scope of Supply: The Contractor shall supply all the materials,
equipments, tools and tackles required for the completion of work in all respect
within their quoted rates.

Engineers India Limited


New Delhi

Page 208 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B239

TIME SCHEDULE
[ANNEXURE - III TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 209 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B239

TIME SCHEDULE

NAME OF WORK TIME/ COMPLETION SCHEDULE

MOUNDED BULLETS (SITE 14 (FOURTEEN) MONTHS FROM DATE


FABRICATED) FOR SETTING UP OF TWO OF FAX OF ACCEPTANCE FOR
LPG BULLETS AT GANDHAR LPG MECHANICAL COMPLETION AND
PLANT PREMISES OF M/S GAIL(I) THEREAFTER (02) TWO MONTH FOR
LIMITED (BIDDING DOCUMENT NO. PRE-COMMISSIONING &
(SM/B471-046-MA-T-6001/1001) COMMISSIONING.
E-TENDER NO. 8000019361

Note:

1. The Time schedule shall be reckoned from date of award of contract, which shall
be the date of issue of Fax / Letter of Award.

2. It should be noted that the period of completion of all works (for each
Bullets/tanks) includes time required for Design & Engineering, Supply,
mobilisation at Site, carrying out the works as per the requirements of bidding
documents, preparation of all reports in requisite quantities as mentioned in the
Bidding Document, rectifications, if any, rework, etc. complete in all respects to
the entire satisfaction of Engineer-in-Charge.

(SIGNATURE AND STAMP OF BIDDER)

Engineers India Limited


New Delhi

Page 210 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

MEASUREMENT OF WORKS
[ANNEXURE - IV TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 211 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

MEASUREMENT OF WORKS

1.0 Measurement of works shall be based on the execution/final drawings. When such
details are not available or inadequate, physical measurements will be taken by the
Contractor in the presence of the representative of the Engineer-in-Charge.
2.0 Measurement of weights will be in metric tonnes corrected to the nearest kilogram.
Linear measurement will be in meters corrected to the nearest centimetre.
3.0 All measurements shall be in metric system. All the works in progress will be
jointly measured by the representative of the Engineer-in-charge and the
contractor's authorised agent progressively. Such measurements will be either
recorded/typed by the contractor in the numbered measurement sheets to be
supplied by Engineer-in-Charge /Owner or computerized by Contractor
themselves. The measurements shall be signed in token of acceptance by the
contractor or his authorised representative. The contractor shall submit the bill in
the approved performa in quintriplicate to the Engineer-in-Charge of the work.
4.0 PIPING
4.1 Payment will be based on linear measurement as per execution drawings:
i) All lines shall be measured along the centre lines of pipes, curvilinear
centre lines of bends and elbows, centre line of flanges and all other fittings
such as tees, reducers, expansion joints etc. all in line instruments, line
mounted fittings, ejectors, eductors, mixers, sight glasses, trays, filters, de-
super heaters etc. All types of valves shall be excluded from this
measurement.
ii) All Socket weld fittings & hot/cold bends, reducers etc. for size 1-1/2" and
below shall be fabricated and erected as per requirements by the contractor
at no additional cost and his rates for piping of size 1-1/2" and below shall
be inclusive of this work.
iii) The forged tees shall be supplied by the contractor as per the requirement
of the drawings. All other branch connections including reinforcement pads
shall be accomplished by pipe to pipe connections. The rates quoted for
piping shall be inclusive of making branch connections. The reinforcement
pads shall be measured separately.
iv) Vents and drains shall be measured from O.D. of pipe lines and shall be
paid for at the corresponding unit rates for similar sizes of pipe. Other
piping attachment such as couplings, earthing lugs etc. shall be supplied &
erected by the contractor within his quoted rates for piping.
v) Fabrication of spool pieces for temporary use to aid Contractor's work such
as fabrication, erection, flushing and testing of piping etc. shall be done by
Contractor as part of piping work and no separate payment shall be made
for this.
vi) In case of branch piping, the measurement shall be made from outer surface
of the main line except in case of equal size branches, in which case
measurement shall be made from centre line of the branching header.

Engineers India Limited


New Delhi

Page 212 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

vii) Fabrication of Specials


Fabrication of mitre bends and reducers (concentric & eccentric) from the
pipes/Steel plates/ fabricated pipes shall be carried out by contractor within
their quoted prices, payment will be made on numbers of such specials at
the rates given separately in Schedule of Rates. However, the erection of
mitre bends and reducers shall be part of piping erection work and the rates
for piping will be inclusive of this work. Reducers will be paid alongwith
piping of larger diameter except in the case of funnels where they are
welded only to the smaller dia pipes. Payment will be made alongwith
piping of such smaller dia.
viii) Erection of Valves
Erection of all types of valves such as gate/ globe / check / plug / needle/
ball / control/ safety valves etc. will be paid on number basis at the rates
given separately in the Schedule of Rates. Any dismantling and re-erection
of the valves required for the purpose of testing, calibration etc. will be
carried out by the contractor within his quoted rates.
ix) Fabrication of Supports
I) Fabrication of all types of pipe supports, provided as per drawings
& instructions of the Engineer-in-Charge, will be paid on weight
basis. Bolts, nuts and washers including U-bolt will be supplied by
contractor. Weight of bolts, nuts and clamps etc. shall not be added
to the weight of pipe support for payment purpose.
ii) Erection of all types of supports, spring supports and turn buckles,
including grouting of supports, if required, shall be carried out by
the Contractor as part of piping work and no separate payment will
be made for it.
iii) While fabricating the supporting elements, the contractor will
ensure that the dimensions shown in the drawings match with site
conditions. No payment shall be made for rectification arising out
of discrepancies in dimensions of the fabricated items of supporting
elements due to site conditions.
iv) Additional supports as necessary with the site condition shall be
fabricated and erected in accordance with the standard engineering
practices and instructions of Engineer-in-charge.
5.0 RADIOGRAPHY/DYE-PENETRANT EXAMINATIONS/MAGNETIC
PARTICLE TEST (MPT)
Payment for radiography shall be made on the basis of circumferential joints for
different pipe dia. Repeat radiography due to defective films or on repaired joint
due to Contractor's fault or for additional radiography necessitated due to poor
performance of Contractor's welder will be done at Contractor's cost.
Magnetic particle and dye penetrate test will be paid on the weld length
tested/circumferential weld joints as mentioned in schedule of rates.

Engineers India Limited


New Delhi

Page 213 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

6.0 STRUCTURAL STEEL WORK


6.1 Payment for steel work shall be made on basis of admissible weight of the
structure accepted, the weight being determined as described below.
6.2 The weight for payment will be assessed from the approved fabrication drawings
and the respective bill of materials prepared by the contractor and approved by the
Engineer-in-Charge. The weight of structural material/ Plate shall be calculated
wherever necessary on the basis of IS Hand Book. If sections are different from IS
sections, then Manufacturer Hand Book shall be referred to.
6.3 Sections built out of plates/structural shall be paid on the actual weight
incorporated except for gussets which will be paid on the weight of the smallest
rectangle enclosing the shape.
6.4 Gratings shall be paid on the basis of calculated weights as determined from the
dimensions given on the design drawings/ bill of materials. Full deduction shall be
made for all opening above 300 mm size and skews.
6.5 Welds, bolts, nuts, washers etc. shall not be measured. Rate of structural steel
work shall be deemed to include the same.
6.6 No other payment either for temporary works or for any other item such as welds,
shims, packing plates etc., shall be made. Such items shall be deemed to have been
included in the rate quoted for steel work.
7.0 ELECTRICAL WORKS
7.1 Cables
The measurement for cable laying shall be made on the basis of length actually laid
from lug to lug including that of loops provided and paid accordingly.
7.2 The weights mentioned in the drawing or shipping list shall be the basis for
payment. If mountings are sent separately (for panels etc.) to facilitate
transportation then erection weight shall be inclusive of all mountings. For
structural steel measurements/payment shall be made as per finished items.
8.0 INSTRUMENTATION WORKS
8.1 Measurement of primary piping/ tubing between piping or equipment on one side
and the instrument on the other side will be from the first break flange or tubing
fitting upto the first block valve of fabricated instrument manifold or upto first tee
of instrument manifold for integral type manifolds. All piping / fittings at the first
block valve or the piping / equipments side upto break flange or tubing fittings
shall be excluded. Any valve manifold tubing forming part of manifold or drain
connection for instruments upto 1.5 metres individually or each drain connection
shall be excluded.
8.2 Air lines and any other utility lines will be measured from end to end including
valves and pipe fittings.
8.3 Copper tube measurement will be taken between the two fittings of the copper
tube.

Engineers India Limited


New Delhi

Page 214 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

8.4 Direct mounted instrument and instruments mounted on support shall be accounted
in terms of the quantity in numbers.
8.5 Muticore cables/multi-tubes will be measured between the junction box and its
termination inside the control room.
8.6 Two/Three core cables shall be measured between two end terminals.
8.7 No separate payment will be made for receiving, handling and transportation of
owner issued materials from owner's / EIL storage points to contractor's
store/workshop and the same are deemed to be included in the unit rates for the
respective item of work.
8.8 Erection Weights
The weights mentioned in the drawings or shipping list shall be the basis of
payment. If mountings are sent separately (for panel etc.) to facilitate
transportation then erection weight shall be inclusive of all such mountings. For
structural steel, measurements / payment shall be made as per finished items.
9.0 PAINTING ON EQUIPMENTS/PIPING/STRUCTURAL STEEL ETC.
a) EQUIPMENTS
I) For columns, vessels, reactors, Exchangers, furnaces, ejectors etc.,
measurement shall be on square meter basis taken over the painted sur-
face.
II) For pumps, motors and compressors measurement shall be made on
number basis.
b) PAINTING ON PIPING INCLUDING SPECIALS AND FITTINGS
I) Payment will be made on linear measurement in 'Metres' corrected to
the nearest centimeter.
II) Piping shall be measured along the centre line through all types of
fittings and flanges.

III) Rates for painting of pipes shall be inclusive of painting of all types of
pipe supports, flanges, guides, shoes, saddles, clamps, etc. and also all
types of fittings except valves (2" and above) which shall be paid
separately on number basis.
IV) There will be no separate measurements of the colour bands/
identification signs (line numbering), flow direction etc. on un
insulated piping, the rates of painting of linear length of piping shall be
inclusive of cost of such items.
c) PAINTING ON STEEL STRUCTURE
I) Payment for steel structures shall be made on the basis of admissible
weight of structure painted.
II) Welds, bolts, nuts, washers etc. shall not be measured and rates for
painting of structure shall be inclusive of painting such items.

Engineers India Limited


New Delhi

Page 215 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

PAYMENT TERMS
[ANNEXURE - V TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Ltd.

Page 216 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

1.0 MOBILIZATION ADVANCE


No Mobilization Advance shall be paid to the CONTRACTOR.

2.0 SECURED ADVANCE ON MATERIALS


No Secured Advance on materials shall be paid to the CONTRACTOR.

ON ACCOUNT PAYMENTS

Progress Payments shall be released to CONTRACTOR against monthly running account


bills duly certified by Engineer-in-charge. The basis and terms of payment for various
items of Schedule of Lumpsum prices, without prejudice to any other mode of recovery
available to OWNER, shall be as follows:-

The CONTRACTOR shall submit further breakup for various activities through a billing
schedule for Design and Engineering, Procurement and Supplies and Construction which
will be reviewed and approved by Engineer-In-Charge after submission of complete
document in this regard by CONTRACTOR. For the purpose of billing for each
discipline under Construction, further break up such as Civil and Structural, Mechanical,
Piping, Electrical, Instrumentation, Insulation, Painting, etc. shall be made which will be
reviewed and approved by Engineer in charge. The CONTRACTOR shall be paid monthly
running account bills at stages of completion of individual item/work, based on the value
assessment by Engineer-in-charge in the following manner after deductions of necessary
dues payable by CONTRACTOR to the OWNER in accordance with various provisions
made elsewhere in this document.
At any given point of time, the cumulative percent payment made shall not exceed the
cumulative percent of actual physical progress of the PLANT.

DESIGN & ENGINEERING


#
- 60% on submission of drawings and P&ID’s and their approval under Code-II on pro-
rata basis.
- 20% on submission of AFC drawings under Code-I on pro-rata basis.
- 5% on submission of As Built Drawings.
- 5% on achieving Mechanical Completion.
- 5% after commissioning
- 5% on completion of all work in all respect and acceptance thereof and submission of
all final documents against contractor’s certified Final bill.

# Further break up of payment schedule, shall be recommended/approved by Engineer-


In-Charge.

PROCUREMENT & SUPPLY OF ITEMS / MATERIALS (FOR MECHANICAL, PIPING,


ELECTRICAL , INSTRUMENTATION & CATHODIC PROTECTION SYSTEM) (#)
#
- 5% on placement of order on sub vendor and against submission of Bank
Guarantee of equivalent amount to be kept valid upto Materials / Items receipt at
site and acceptance thereof.
#
- 65% against dispatch documents / proof of dispatch of items / materials after
inspection of material by EIL / Third party and against submission of Bank
Guarantee of equivalent amount to be kept valid upto Materials / Items receipt at
site and acceptance thereof.
- 10% on receipt of material at site and acceptance thereof.
- 5% on fabrication & erection / installation, alignment and grouting as required

Engineers India Ltd.

Page 217 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

including testing where involved and required.


- 5% after achieving Mechanical Completion.
- 5% after commissioning
- 5% on completion of all work in all respect and acceptance thereof and submission of
all final documents against contractor’s certified Final bill.

# Further break up of payment schedule, shall be recommended/approved by Engineer-


In-Charge.
CONSTRUCTION / INSTALLATION
Civil, Structural, General Civil & Architectural works including supply of
associated materials

#
- 85% on completion of individual item(s) of work as per Billing Schedule on prorata
basis as certified in monthly progress bill.
- 5% after achieving Mechanical Completion.
- 5% after commissioning
- 5% after completion of work in all respects and acceptance thereof and submission
of all final documents.
# Further break up of payment schedule, shall be recommended/approved by Engineer-
In-Charge.

Structural steel work


- 5% on finalization of quantities, plan and submission of approved fabrication
drawings.
- 50% on supply and acceptance of material at site.
- 10% on completion of fabrication
- 20% on erection, alignment, welding, grouting, painting (as applicable) etc
- 5% after achieving Mechanical Completion
- 5% after commissioning

- 5% on completion of all work in all respect and acceptance thereof and submission
of all final documents against contractor’s certified Final bill

Mechanical work

(A) Piping
- 40% on completion of pre-fabrication, on pro-rata basis against the
CONTRACTOR’s certified Running Account Bill(s).
- 30% on completion of erection and welding, on pro-rata basis against the
CONTRACTOR’s certified Running Account Bill(s).
- 15% on completion of hydro-testing, flushing, draining, drying on pro-rata basis
against the CONTRACTOR’s certified Running Account Bill(s).
- 5% after achieving Mechanical Completion
- 5% after commissioning
- 5% on completion of all work in all respect and acceptance thereof and submission
of all final documents against contractor’s certified Final bill
(B) Insulation & Fire Proofing works
- 85% on completion of Insulation works / Fire Proofing works, on pro-rata basis
Engineers India Ltd.

Page 218 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

against the CONTRACTOR’s certified Running Account Bill(s).


- 5% after achieving Mechanical Completion
- 5% after commissioning
- 5% on completion of all work in all respect and acceptance thereof and submission
of all final documents against contractor’s certified Final bill

(C) Painting

- 85% on completion of painting works, on pro-rata basis against the


CONTRACTOR’s certified Running Account Bill(s).
- 5% after achieving Mechanical Completion
- 5% after commissioning
- 5% on completion of all work in all respect and acceptance thereof and submission
of all final documents against contractor’s certified Final bill

(D) Equipment

- 40% on completion of erection, on pro-rata basis against the CONTRACTOR’s


certified Running Account Bill(s).
- 30% on completion of alignment & grouting, on pro-rata basis against the
CONTRACTOR’s certified Running Account Bill(s).
- 15% on completion of final alignment after pipe hook up, initial fill of lubricants,
providing all instruments/auxiliaries, on pro-rata basis against the CONTRACTOR’s
certified Running Account Bill(s).
- 5% after achieving Mechanical Completion
- 5% after commissioning
- 5% on completion of all work in all respect and acceptance thereof and submission
of all final documents against contractor’s certified Final bill

(E) Vessels etc.- Bullet / Tanks


#
- 40% on completion of pre-fabrication and erection on pro-rata basis against the
CONTRACTOR’s certified Running Account Bill(s).
- 30% on completion of welding, NDT, grouting etc. on pro-rata basis against the
CONTRACTOR’s certified Running Account Bill(s).
- 15% on completion of hydrostatic testing and draining against the CONTRACTOR’s
certified Running Account Bill(s).
- 5% after achieving Mechanical Completion
- 5% after commissioning
- 5% on completion of all work in all respect and acceptance thereof and submission
of all final documents against contractor’s certified Final bill
# Further break up of payment schedule, shall be recommended/approved by Engineer-
In-Charge.

Electrical & Cathodic Protection System Works


- 70% on erection/installation etc. on pro-rata basis against the CONTRACTOR’s
Engineers India Ltd.

Page 219 of 4396


GAIL (India) Limited Special Conditions of Contract
Job No.:B471

certified Running Account Bill(s).


- 15% on testing loops and system on pro-rata basis against the CONTRACTOR’s
certified Running Account Bill(s).
- 5% after achieving Mechanical Completion
- 5% after commissioning
- 5% on completion of all work in all respect and acceptance thereof and submission
of all final documents against contractor’s certified Final bill

Instrumentation

- 70% on erection/installation etc. on pro-rata basis against the CONTRACTOR’s


certified Running Account Bill(s).
- 15% on testing loops and system on pro-rata basis against the CONTRACTOR’s
certified Running Account Bill(s).
- 5% after achieving Mechanical Completion
- 5% after commissioning
- 5% on completion of all work in all respect and acceptance thereof and submission
of all final documents against contractor’s certified Final bill

Hydro Test, Pre-Commissioning, Commissioning & Performance Guarantee

- 95% on successful completion of Hydro test / Pre-commissioning / Commissioning /


Performance Guarantee of the PLANT.
- 5% on completion of all work in all respect and acceptance thereof and submission
of all final documents against contractor’s certified Final bill

SPARES
- 100% on supply of spares at Owner’s designated stores.

ANY OTHER WORK (NOT COVERED ABOVE)


#
- 85% progressively on completion of individual items of work on pro rata basis.
- 5% after achieving Mechanical Completion
- 5% after commissioning
- 5% on completion of all work in all respect and acceptance thereof and submission
of all final documents against contractor’s certified Final bill
(#) Further break up of payment schedule, shall be recommended/approved by EIC.

NOTES:

1. The above progress payments are subject to deductions towards income tax and other
statutory deductions as applicable as per terms of the Contract.

2. In case of delay in Commissioning and Performance Guarantee for more than six
months after Mechanical completion for reasons not attributable to contractor, the
milestone payment for Commissioning and PG shall be made against submission of BG
of equivalent amount.

Engineers India Ltd.

Page 220 of 4396


GAIL (India) Limited Special Conditions of Contract

SPECIFICATION FOR QUALITY


MANAGEMENT SYSTEM
REQUIREMENTS
[ANNEXURE - VI TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 221 of 4396


Page 222 of 4396
SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

ISO - International Organization for Standardization


MR - Material Requisition
PO - Purchase Order
PR - Purchase Requisition
QMS - Quality Management System

QMS Standards Committee

Convener: Mr. S.K. Badlani

Members: Mr. Sanjay Mazumdar (Engg.)


Mr. R.K. Singh (SCM)
Mr. B. Biswas (SCM)
Mr. Ravindra Kumar (Const.)
Mr. Vinod Kumar (CQA)
Mr. Swapnil Vaishnav (Projects)

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

Page 223 of 4396


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 3 of 7

CONTENTS

Clause Title Page


No.
1.0 SCOPE ........................................................................................................................................ 4
2.0 DEFINITIONS ............................................................................................................................ 4
3.0 REFERENCE DOCUMENTS .................................................................................................... 4
4.0 QUALITY MANAGEMENT SYSTEM – GENERAL .............................................................. 4
5.0 QUALITY SYSTEM REQUIREMENTS ................................................................................... 4
6.0 AUDITS ...................................................................................................................................... 7
7.0 DOCUMENTATION REQUIREMENTS .................................................................................. 7

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

Page 224 of 4396


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to be met by


BIDDER for following purpose:

 QMS requirements to be met by suppliers / contractors after award of work / during


contract execution.

2.0 DEFINITIONS

2.1 Bidder

For the purpose of this specification, the word “BIDDER” means the person(s), firm,
company or organization who is under the process of being contracted by EIL / Owner for
delivery of some products (including service). The word is considered synonymous to
supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,


specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0002 Specification for Documentation Requirements from Contractors


6-78-0003 Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM – GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system shall fully
satisfy all relevant requirements of ISO 9001 “Quality Management Systems –
Requirements.” Evidence of compliance shall be current certificate of quality system
registration to ISO 9001 or a recent compliance audit recommending registration from a
certification agency. The quality system shall provide the planned and systematic control of
all quality related activities for execution of contract. Implementation of the system shall be
in accordance with BIDDER’S Quality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS

5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER’S Quality Plan shall address all of
the applicable elements of ISO 9001, identify responsible parties within BIDDER’S
organization, for the implementation / control of each area, reference the applicable
procedures used to control / assure each area, and verify the documents produced for each
area. The Project Quality Plan shall necessarily define control or make reference to the
relevant procedures, for design and engineering, purchase, documentation, record control,
bid evaluation, inspection, production / manufacturing, preservation, packaging and storage,
quality control at construction site, pre-commissioning, commissioning and handing over (as
applicable) in line with contract requirement and scope of work.

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

Page 225 of 4396


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 5 of 7

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirements and
communicate the same to all concerned in his organization and his sub contractor’s
organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities for fulfillment
of PO / contract. BIDDER shall arrange adequate infrastructure and work environment to
ensure that the specification and quality of the deliverable are maintained.

5.4 BIDDER shall do the quality planning for all activities involved in delivery of order. The
quality planning shall cover as minimum the following:

 Resources
 Product / deliverable characteristics to be controlled.
 Process characteristics to ensure the identified product characteristics are realized
 Identification of any measurement requirements, acceptance criteria
 Records to be generated
 Need for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and test plans
(ITPs) and job procedures for the project activities in the scope of bidder. These documents
shall be submitted to EIL / Owner for review / approval, before commencement of work.

5.5 Requirements for sub-ordering of outsourced items / sub-contracting / purchasing of services


specified in MR / contract / tender shall be adhered to. In general all outsourced items will be
from approved vendors of EIL. Wherever requirements are not specified, or approved sub
vendors do not exist, the sub-contractor shall establish and maintain a system for purchasing
/ sub-contracting to ensure that purchased product / service conforms to specified
requirements in concurrence with EIL / Owner. Criteria for selection of sub-contractor,
evaluation, re-evaluation, maintenance of purchasing data and verification of purchased
product (sub-contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlled conditions.
Controlled conditions shall include, as applicable

a) the availability of information that describes the characteristics of the product


b) the availability of work instructions
c) the use of suitable equipment
d) the availability and use of monitoring and measuring devices
e) the implementation of monitoring and measurement
f) the implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision where resulting
output cannot be verified by subsequent monitoring and measurement. This includes any
process where deficiencies become apparent only after the product is in use or service has
been delivered.

5.8 BIDDER shall establish a system for identification and traceability of product / deliverable
throughout product realization. Product status with respect to inspection and testing
requirements shall be identified.

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

Page 226 of 4396


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 6 of 7

5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL property is
lost, damaged or otherwise found to be unsuitable for use, this shall be reported to the EIL /
Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internal processing and
delivery to the intended destination. Requirements mentioned in the MR/ tender shall be
adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities are carried out
in line with requirements. Where necessary, measuring equipment shall be calibrated at
specified frequency, against national or international measurement standards; where no such
standard exists, the basis used for calibration shall be recorded. The measuring equipment
shall be protected from damage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of contract.

5.13 BIDDER shall monitor and measure the characteristics of the product / deliverable to verify
that product requirement has been met. The inspection (stage as well as final) by BIDDER
and EIL / Owner personnel shall be carried out strictly as per the approved ITPs or ITPs
forming part of the contract. Product release or service delivery shall not proceed until the
planned arrangements have been satisfactorily completed, unless otherwise approved by
relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that the product
which does not conform to requirements is identified and controlled to prevent its unintended
use or delivery

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER’S inspection / surveillance
staff shall be duly recorded, including their disposal action shall be recorded and resolved
suitably. Effective corrective actions shall be implemented by the BIDDER so that similar
NCs including deficiencies do not recur. The BIDDER shall take appropriate actions to
address the Risks and Opportunities in the project.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the BIDDER and
appropriate corrective actions shall be implemented. BIDDER shall intimate EIL / Owner of
all such corrective action implemented by him.

5.17 BIDDER should follow the standards, specifications and approved drawings. Concessions /
Deviations shall be allowed only in case of unavoidable circumstances. In such situations
Concession / deviation request must be made by the BIDDER through online system of EIL
eDMS. URL of EIL eDMS is http://edocx.eil.co.in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damage or loss
until the project completion, then handed over to EIL / Owner as per contract requirement
(Refer Specification Nos. 6-78-0002 - Specification for Documentation Requirements from
Contractors and 6-78-0003 - Specification for Documentation Requirements from Suppliers),
or disposed as per relevant project procedure.

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

Page 227 of 4396


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 7 of 7

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme shall
cover design, procurement, construction management and commissioning as applicable
including activities carried out by sub-vendors and sub-contractors. This shall be additional
to the certification body surveillance audits carried out under BIDDER’S own ISO 9001
certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutiny by EIL /
Owner. EIL or Owner’s representative reserves the right to attend, as a witness, any audit
conducted during the execution of the WORKS.

In addition to above, EIL, Owner and third party appointed by EIL / Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance and
access to their systems and sub-contractor / vendor systems as required for this purpose.
Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work (Within
one week) for record / review by EIL / Owner/ TPIA, as applicable.

 Organization chart (for complete organization structure and for the project)
 Project Quality Plan / Quality Assurance Plan
 Job specific Inspection Test Plans, if not attached with PR
 Job Procedures
 Inspection / Test Formats

In addition to above QMS documents, following documentation shall be maintained by the


BIDDER for submission to EIL / Owner on demand at any point of time during execution of
the project.

 Quality Manual
 Certificate of approval for compliance to ISO: 9001 standard
 Procedure for Control of Non-conforming Product
 Procedure for Control of Documents
 Sample audit report of the QMS internal and external audits conducted during last one
year
 Customer satisfaction reports from at least 2 customers,
 Project QMS audit report
 Technical audit reports for the project
 Corrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submit any other
document / data required for completion of the job as per EIL / Owner instructions.

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

Page 228 of 4396


GAIL (India) Limited Special Conditions of Contract

SPECIFICATION FOR HSE


MANAGEMENT
[ANNEXURE - VII TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 229 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
oltaeital- AENONEERS HEALTH, SAFETY &
6-82-0001Rev.0
ig-ZOle11
IFE115Eteg
A2,61E...J40.11
-
111117
- INDIA SITED
(A Govl Irtele Undedak.91
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 1 of 102

th-Ffrur tr-{ 4-ak-t-zr, err


yeilcRui cr-4tT f4rd-tiff

STANDARDSPECIFICATIONFOR
HEALTH, SAFETY&ENVIRONMENTAL
(HSE)MANAGEMENT AT
CONSTRUCTION SITES

0 23/12/2020 REVISED & UPDATED BT RK 1 AKK S Mazumdar


Standards Standards
Bureau
Rev. Prepared Checked Committee
Date Purpose Convenor Chairman
No. by by
Approved by

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

Page 230 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 2 of 102

Abbreviations:
AERB : Atomic Energy Regulatory Board
ANSI : American National Standards Institute
BARC : Bhabha Atomic Research Centre
BS : British Standard
EIL : Engineers India Limited
ELCB : Earth Leakage Circuit Breaker
EPC : Engineering, Procurement and Construction
EPCC : Engineering, Procurement, Construction and Commissioning
ESI : Employee State Insurance
GCC : General Conditions of Contract
GM : General Manager
GTAW : Gas Tungsten Arc Welding
HOD : Head of Department
HSE : Health, Safety & Environment
HIRAC : Hazard, Identification Risk Assessment & Control
HMV : Heavy Motor Vehicle
HV : High Voltage
IS : Indian Standard
ISO : International Organization for Standardization
IE : Indian Electricity
LTI : Lost Time Injuries
LMV : Light Motor Vehicle
LOTO : Lock Out & Tag Out
LPG : Liquefied Petroleum Gas
LSTK : Lump Sum Turn Key
MV : Medium Voltage
OH&S : Occupational Health and Safety
OISD : Oil Industry Safety Directorate
PPE : Personal Protective Equipment
PUC : Pollution Under Control
RC : Registration Certificate
RCCB : Residual Current Circuit Breaker
RCM : Resident Construction Manager or Site-in-Charge, as applicable
SCC : Special Conditions of Contract
SLI : Safe Load Indicator
SWL : Safe Working Load
TPI : Third Party Inspection
TBT : Tool Box Talks

Construction Standards Committee

Convenor: Sh.AK Kundu, ED-I/C (Construction)

Members: Sh. Janak Kishore, ED (Projects)


Sh. Biswajit Mandal, Sr.GM (SCM)
Sh. Udayan Chakravarty, Sr.GM (Piping)
Sh. Ravindra Kumar, GM (Construction)
Sh. Debasish Ghosal, GM(Construction)
Sh. Pankaj Kumar Rai, AGM (Construction)
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 231 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 3 of 102

CONTENTS
CLAUSE TITLE PAGE NO.
1.0 SCOPE ………………………………………………………………………... 5
2.0 REFERENCES ………………………………………………………………... 5
3.0 REQUIREMENT OF HEALTH, SAFETY AND ENVIRONMENTAL
(HSE) MANAGEMENT SYSTEM TO BE COMPLIED BY BIDDERS ........ 5
3.1 Management Responsibility ………………………………………... 5
3.1.1 HSE Policy & Objective ……………………………… 5
3.1.2 Management System ………………………………….. 5
3.1.3 Indemnification ……………………………………….. 5
3.1.4 Deployment &Qualification of Safety Personnel ……. 6
3.1.5 Implementation, Inspection& Monitoring …………… 8
3.1.6 Behavior Based Safety ……………………………….. 8
3.1.7 Awareness …………………………………………….. 9
3.1.8 Fire Prevention &First-Aid …………………………... 9
3.1.9 Documentation ………………………………………... 10
3.1.10 Audit ………………………………………………….. 10
3.1.11 Meetings ………………………………………………. 11
3.1.12 Intoxicating Drinks & Drugs and Smoking …………... 11
3.1.13 Penalty ………………………………………………… 11
3.1.14 Accident/Incident Investigation ……………………… 14
3.2 House Keeping ……………………………………………………… 14
3.3 HSE Measures ……………………………………………………… 15
3.3.1 Construction Hazards …………………………………. 15
3.3.2 Accessibility …………………………………………... 16
3.3.3 Personal Protective Equipments (PPEs) ……………… 16
3.3.4 Working at Height ……………………………………. 17
3.3.5 Scaffoldings …………………………………………... 19
3.3.6 Electrical Installations ………………………………… 20
3.3.7 Welding/Gas Cutting …………………………………. 22
3.3.8 Ergonomics and Tools &Tackles …………………….. 23
3.3.9 Occupational Health …………………………………... 24
3.3.10 Hazardous Substances ………………………………… 25
3.3.11 Slips, Trips & Falls …………………………………… 25
3.3.12 Radiation Exposure …………………………………… 25
3.3.13 Explosives/Blasting Operations ……………………… 26
3.3.14 Demolition/Dismantling ……………………………… 26
3.3.15 Road Safety …………………………………………… 26
3.3.16 Welfare Measures …………………………………….. 27
3.3.17 Environment Protection ………………………………. 27
3.3.18 Rules & Regulations ………………………………….. 28
3.3.19 Weather Protection ……………………………………. 28
3.3.20 Communication ……………………………………….. 28
3.3.21 Confined Space Entry ………………………………… 29
3.3.22 Heavy Lifts ………………………………………….… 29
3.3.23 Key Performance Indicators ………………………….. 29
3.3.24 Unsuitable Land Conditions ………………………….. 30
3.3.25 Under Water Inspection ………………………………. 30
3.3.26 Excavation …………………………………………….. 31

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

Page 232 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 4 of 102

3.4 Tool Box Talks ……………………………………………………... 31


3.5 Training & Induction Programme ………………………………….. 32
3.6 Additional Safety Requirements for Working Inside a Running
Plant ………………………………………………………………… 33
3.7 Self-Assessment and Enhancement ………………………………… 34
3.8 HSE Promotion ……………………………………………………... 34
3.9 LOTO for Isolation of Energy Source ……………………………… 34
4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR ……... 35
4.1 On Award of Contract ……………………………………………… 35
4.2 During Job Execution ………………………………………………. 35
4.3 During Short Listing of the Sub-Contractors ………………………. 37
5.0 RECORDS ……………………………………………………………………. 37
Appendices
1. Standards/Codes on HSE ………………………………. Appendix-A
2. Details of First AID Box ……………………………….. Appendix-B
3. Types of Fire Extinguishers & their Application ………. Appendix-C
4. Indicative List of statutory Acts & Rules ………………. Appendix-D
5. Construction Hazards and their Mitigation …………….. Appendix-E
6. Training Subjects / Topics ……………………………… Appendix-F
7. Construction Power Board (typ.) ……………………..... Appendix-G
8. List of HSE Procedures ………………………………… Appendix-H
Attachments (Reporting Formats)
I Safety Walk through Report …………………………… HSE-1 Rev.0
II Accident/Incident Report ………………………………. HSE-2 Rev.0
III Suppl. Accident/Incident Investigation Report …………. HSE-3 Rev.0
IV Near Miss Incident Report/Dangerous Occurrence …….. HSE-4 Rev.0
V Monthly HSE Report …………………………………… HSE-5 Rev.0
VI Permit for Working at Height …………………………... HSE-6 Rev.0
VII Permit for Working in Confined Space ………………… HSE-7 Rev.0
VIII Permit for Radiation work ……………………………… HSE-8 Rev.0
IX. Permit for Demolishing/ Dismantling ………………….. HSE-9 Rev.0
X Daily Safety Checklist ………………………………….. HSE-10 Rev.0
XI Housekeeping Assessment & Compliance ……………... HSE-11 Rev.0
XII Inspection of Temporary Electrical Booth/ Installation ... HSE-12 Rev.0
XIII Inspection for Scaffolding ……………………………… HSE-13 Rev.0
XIV Permit for Erection / Modification & Dismantling of
Scaffolding ……………………………………………… HSE-14 Rev.0
XV Permit for Heavy Lift/Critical Erection ………………... HSE-15 Rev.0
XVI Permit Energy Isolation & De-Isolation ………………... HSE-16 Rev 0
XVII Permit for Excavation …………………………………... HSE-17 Rev 0
XVIII Environmental Aspect Impact Register ………………… HSE-18 Rev 0
XIX HIRAC Register ………………………………………… HSE-19 Rev 0
XX Checklist for Tower Crane ……………………………... HSE-20 Rev 0
XXI Crane Inspection Checklist ……………………………... HSE-21 Rev 0
XXII Hydra Inspection Checklist …………………………….. HSE-22 Rev 0
XXIII Hydraulic Rig Inspection Checklist ……………….. HSE-23 Rev 0
XXIV Boom Lift Inspection Checklist …………………… HSE-24 Rev 0

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

Page 233 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 5 of 102

1.0 SCOPE

This specification establishes the Health, Safety and Environment (HSE) management
requirement to be complied by Contractors/Vendors including their sub-contractors/sub vendors
during construction.

This specification is not intended to replace the necessary professional judgment needed to
design & implement an effective HSE system for construction activities and the contractor is
expected to fulfill HSE requirements in this specification as a minimum. It is expected that
contractor shall implement best HSE practices beyond whatever are mentioned in this
specification.

Requirements stipulated in this specification shall supplement the requirements of HSE


Management given in relevant Act(s)/ Legislations, General Conditions of Contract (GCC),
Special Conditions of Contract (SCC) and Job (Technical) Specifications. Where different
documents stipulate different requirements, the most stringent shall apply.

2.0 REFERENCES

The document should be read in conjunction with following:

- General Conditions of Contract (GCC)


- Special Conditions of Contract (SCC)
- Building and other construction workers Act,
- Indian Factories Act
- Job (Technical) specifications
- Relevant International/ National Codes (refer Appendix-A for standards/codes on HSE)
- Relevant State & National Statutory requirements.
- Operating Manuals Recommendation of Manufacturer of various construction Machineries
- Occupation Health and Safety Management System (OHSAS 18001:2007/ISO 45001) and
Environmental Management System (ISO 14001:2015)
3.0 REQUIREMENTS OF HEALTH, SAFETY & ENVIRONMENTAL (HSE)
MANAGEMENT SYSTEM TO BE COMPLIED BY BIDDERS

3.1 Management Responsibility


3.1.1 HSE Policy & Objectives

The Contractor should have a documented and duly approved HSE policy &objectives to
demonstrate commitment of their organization to ensure health, safety and environmental
aspects in their line of operations.
3.1.2 Management System

The HSE management system of the Contractor shall cover the HSE requirements &
commitments to fulfill them, including but not limited to what have been specified under
clauses 1.0 and 2.0 above. The Contractor shall obtain the approval of its site specific HSE Plan
from EIL/ Owner prior to commencement of any site works. Corporate as well as Site
management of the Contractor shall ensure compliance of their HSE Plan at work sites in its
entirety in true spirit.

3.1.3 Indemnification

Contractor shall indemnify & hold harmless, Owner/EIL & their representatives, free from any
and all liabilities arising out of non-fulfillment of HSE requirements or its consequences.

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

Page 234 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 6 of 102

3.1.4 Deployment & Qualifications of Safety Personnel

The Contractor shall designate/deploy various categories of HSE personnel at site as indicated
below in sufficient number. In no case, deployment of safety Supervisor / Safety Steward shall
substitute deployment of Safety Officer / Safety Engineer what is indicated in relevant statute of
BOCW Act i.e. deployment of safety officer/Safety Engineer is compulsory at project site. The
Safety supervisors, Safety stewards/Observer etc. would facilitate the HSE tasks at grass root
level for construction sites and shall assist Safety Officer /Engineers.

Contractor shall appoint safety personnel as given below for every work shift (As per table
below):

(i) Safety Observer/Steward: Contractor shall depute one Safety Observer/Steward for
every 100 workers and additionally thereon.
(ii) Safety Supervisor: In addition to above (i), contractor shall depute one Safety
Supervisor for every 250 workers and additionally thereon.
(iii) Safety Engineer: In addition to above (i & ii), one safety engineer/ officer for every
1000 workers and additionally thereon.

Requirement of Safety Personnel for every shift


No. of Workers
deployed Safety Safety Engineer/
Safety Supervisor
Observer/Steward Officer
One
1-100 One (1-250)

101-200 Two

201-300 Three
One
Two (250-500)
301-400 Four

401-500 Five

Up to 1000 Ten Four


Up to 2000 Twenty Eight Two

In case any of the safety personnel leave the contractor the same shall be intimated to the
owner/ Consultant/ EIL. The contractor shall recruit new personnel and fill up the vacancy.
a) Safety Steward/Observer
As a minimum, he shall possess class XII pass certificate and trained in fire-fighting as
well as in safety/occupational health related subjects, with minimum two year of practical
experience in construction work environment and should have adequate knowledge of the
local language spoken by majority of the workers at the construction site.

b) Safety Supervisor
As a minimum, he shall possess a recognized graduation Degree in Science (with Physics
& Chemistry) or a Diploma in Engg. Or Tech. with minimum Two years of practical
experience in construction work environment and should possess requisite skills to deal
with construction safety & fire related day-to-day issues.

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

Page 235 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 7 of 102

c) Safety Officer / Safety Engineer

Safety Officer/Engineer should possess following qualification & experience:

(i) Recognized degree in any branch of Engg. or Tech. or Architecture with practical
experience of working in a building or other construction work in supervisory
capacity for a period of not less than two years, or possessing recognized diploma in
any branch of Engg. or Tech with practical experience of working in a building or
other construction work in supervisory capacity for a period of not less than five
years.
(ii) Recognized degree or one year diploma in Industrial safety (from any Indian
Institutes recognized by AICTE or State Council of Tech. Education of any Indian
State/Union territory) with at least one paper in construction safety (as an elective
subject).
(iii) Preferably have adequate knowledge of the language spoken by majority of the
workers at the construction site.

Alternately
(i) Person possessing Graduation Degree in Science with Physics & Chemistry and
degree or one year diploma in Industrial Safety (from any Indian institutes
recognized by AICTE or State Council of Tech. Education of any Indian State/
Union Territory) with practical experience of working in a building, plant or other
construction works (as Safety Officer, in line with Indian Factories Act, 1948) for a
period of not less than five years, may be considered as Safety Officer.

d) HSE In-Charge

In case there is more than one Safety Officer at any project construction site, one of them,
who is senior most by experience (in HSE discipline), may be designated as HSE In-
Charge. Duties & responsibilities of such person shall be commensurate with that of
relevant statute and primarily to coordinate with top management of EIL/Client and
contractors.
In case the statutory requirements i.e. State or Central Acts and / or Rules as applicable like
the Building and Other Construction Workers’ Regulation of Employment and Conditions
of Service- Act,1996 or State Rules (wherever notified), the Factories Act, 1948 or Rules
(wherever notified), etc. are more stringent than above clarifications, the same shall be
followed.
Contractors shall ensure physical availability of safety personnel at the place of specific
work location, where Hot Work Permit is required/granted. No work shall be started at any
of the project sites until above safety personnel & concerned Site Engineer of Contractor
are physically deployed at site. The Contractor shall submit a HSE Organogram clearly
indicating the lines of responsibility and reporting system and elaborate the responsibilities
of safety personnel in their HSE Plan.
The Contractor shall verify & authenticate credentials of such safety personnel and furnish
Bio-Data/Resume/Curriculum Vitae of the safety personnel as above for EIL/Owner’s
approval, at least 1 month before the mobilization. The Contractor, whenever required,
shall arrange submission of original testimonials/certificates of their Safety personnel, to
EIL/Owner (for verification/scrutiny, etc.)
Imposition/ Realization of penalty shall not absolve the Contractor from his/her
responsibility of deploying competent safety officer at site.
Adequate planning and deployment of safety personnel shall be ensured by the Contractor
so that field activities do not get affected because of non-deployment of competent &
qualified safety personnel in appropriate numbers.

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

Page 236 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 8 of 102

3.1.5 Implementation, Inspection/ Monitoring

a) The Contractor shall be fully responsible for planning, reporting, implementing and
monitoring all HSE requirements and compliance of all laws & statutory requirements.
b) The Contractor shall also ensure that the HSE requirements are clearly understood &
implemented conscientiously by their site personnel at all levels at site.
c) The Contractor shall ensure physical presence of their field engineers / supervisors, during
the continuation of their contract works / site activities including all material transportation
activities. Physical absence of experienced field engineers / supervisors of Contractor at
critical work spot during the course of work may invite halting / stoppage of work.
d) The Contractor shall regularly review inspection report internally and implement all
practical steps / actions for improving the status continuously.
e) Contractor skilled workmen like riggers, scaffold erectors, welders, crane operators etc.
should have sufficient past experience and skill on the relevant job.
f) The Contractor shall ensure important safety checks right from beginning of works at every
work site locations and to this effect format No. HSE-10 “Daily Safety Check List” shall be
prepared by field engineer & duly checked by safety personnel for conformance.
g) The Contractor shall carry out inspection to identify various unsafe conditions of work
sites/machinery/equipment’s as well as unsafe acts on the part of
workmen/supervisor/engineer while carrying out different project related works.
h) Adequate records for all inspections shall be maintained by the Contractor and the same
shall be furnished to EIL/Owner, whenever sought.
i) To demonstrate involvement/commitment of site management of Contractor, at least one
Safety Walk through in a month shall be carried out by Contractor’s head of site (along
with his area manager/field engineers) and a report shall be furnished to EIL/Owner as per
format No: HSE-1” Safety walk through report” followed by compliance for unsatisfactory
remarks.
j) As a general practice lifting tools/tackles, machinery, accessories etc. shall be inspected,
tested and examined by competent person(approved by concerned State authorities) before
being used at site and also at periodical interval (e.g. during replacement, extension,
modification, elongation/reduction of machine/parts, etc.) as per relevant statutes. Hydra,
cranes, lifting machinery, mobile equipment’s/ machinery/ vehicles, etc. shall be inspected
regularly by only competent / experienced personnel at site and requisite records for such
inspections shall be maintained by contractor. Contractor shall also maintain records of
maintenance of all other site machinery (e.g. generators, rectifiers, compressors, cutters,
etc.) &portable tools/equipment’s being used at project related works (e.g. drills, abrasive
wheels, punches, chisels, spanners, etc.).The Contractor shall not make use of arbitrarily
fabricated ‘derricks’ at project site for lifting/ lowering of construction materials.
k) Site facilities /temporary. installations, e.g. batching plant, cement godown, DG-room,
temporary electrical panels/distribution boards, shot-blasting booth, fabrication yards, etc.
and site welfare facilities, like labour colonies, canteen/pantry, rest-shelters, motor
cycle/bicycle-shed, First-aid centers, urinals/toilets, etc. should be periodically inspected by
Contractor (preferably utilizing HR/Admin. personnel to inspect site welfare facilities) and
records to be maintained.

3.1.6 Behaviour Based Safety

a) The contractor shall develop a system to implement Behavior-Based Safety (BBS) through
which work groups can identify, measure and change the behaviors of employees and
workers towards construction safety aspects.
b) The BBS process shall include the following:
- Identify the behaviors critical to achieve required safety performance.
- Communicate the behaviors and how they are performed correctly by all

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

Page 237 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 9 of 102

- Observe the work force and record safe/at risk behaviors. Intervene with workers to
give positive reinforcement when unsafe behaviors are observed. Provide
coaching/correction when at risk behaviors are observed
- Collect and record observation data
- Summarize and analyze observation data
- Communicate observation data and analysis results to all employees
- Provide recognition or celebrate when safe behavior improvements occur
- Change behaviors to be observed or change activators or change consequences as
appropriate.
- Communicate any changes to workforce
c) Contractor through its own HSE committee shall implement the above process.
d) The necessary procedures and Monthly reporting formats shall be developed by the
contractor for approval by EIL/Owner.
e) The HSE committee of contractor shall observe individual’s behavior for safe practices
adapted for utilization/execution of work for followings a minimum:-
- PPE
- Tools & equipment’s
- Hazard Identification & control
- House keeping
- Confined space entry
- Hot works
- Excavation
- Loading & unloading
- Work at height
- Stacking & storage
- Ergonomics

3.1.7 Awareness and Motivation


a) The Contractor shall promote and develop awareness on Health, Safety and Environmental
protection among all personnel working for the Contractor.
b) The contractor shall display safety statistics board at all prominent location .Also shall
provide dedicated notice board for displaying of safety alerts or any other safety related
notices for awareness site workforces.
c) Regular awareness programs and fabrication shop/work site meetings at least on monthly
basis shall be arranged on HSE activities to cover hazards/risks involved in various
operations during construction.
d) Contractor’s workmen & supervisory staff shall participate in common Tool Box
Meeting as & when organized/required at site to avoid any incident/accident or
occupational disease arising out of multidisciplinary jobs/activities being performed
by various contracting agencies in the same location at different elevation.
e) Contractor to motivate & encourage the workmen & supervisory staff by issuing/ awarding
them with tokens/ gifts/ mementos/ monetary incentives/ certificates etc. The motivational
program shall be organized on regular basis.
f) Contractor shall assess & recognize the behavioral change of its site engineers / supervisors
periodically and constantly motivate / encourage them to implement HSE practices at
project works

3.1.8 Fire Prevention & First-Aid

The Contractor shall arrange suitable First-aid measures such as First Aid Box (Refer
Appendix-B for details), stand-by Emergency Vehicle .Additionally separate ambulance with
trained personnel/male or female nurse to administer First Aid shall be provided by the
Contractor beyond deployment of 500 workmen during day/night working hours.

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

Page 238 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 10 of 102

a) The Contractor shall arrange installation of fire protection measures such as adequate
number of steel buckets with sand & water and adequate number of appropriate portable
fire extinguishers (Refer Appendix-C for details) to the satisfaction of EIL/Owner.
b) The Contractor shall arrange EMERGENCY MOCK DRILL like fire, bomb threat, gas
leakage, earth quake, etc. at each site at least once in three months, involving site workmen
and site supervisory personnel & engineers. The Contractor shall maintain record of such
mockdrills at project site.
c) The contractor shall require to tie-up with the hospitals located in the neighborhood for
attending medical emergency.

3.1.9 Documentation

The Contractor shall evolve a comprehensive, planned and documented system covering the
following as a minimum for implementation and monitoring of the HSE requirements and the
same shall be submitted for approval by owner/EIL.
- HSE Organogram
- Site specific HSE Plan
- Safety Procedures, forms and Checklist. Indicative list of HSE procedures is attached as
Appendix :H
- Inspections and Test Plan
- Risk Assessment & HIRAC for critical works.
- HIRAC Register as per Format no: HSE-19 to identify, assess, analyze & mitigate the
construction hazards& incorporate relevant control measures before actually executing site
works.
- Environmental Aspect Impact Register as per Format no: HSE-18 (identify, assess, analyze
& mitigate the environmental impact & incorporate relevant control measures).
- Legal Register to identify and comply to all applicable HSE related legal requirements.
The monitoring for implementation shall be done by regular inspections and compliance of the
observations thereof. The Contractor shall get similar HSE requirements implemented at his
sub-contractor(s) work site/office, if applicable. However, compliance of HSE requirements
shall be the responsibility of the Contractor. Any review/approval by EIL/Owner shall not
absolve contractor of his responsibility/liability in relation to fulfilling all HSE requirements.

3.1.10 Audit

The Contractor shall submit an Audit Plan to EIL/Owner indicating the type of audits covering
following as minimum:
a) Internal HSE audits regularly on six monthly basis by engaging internal qualified auditors
(viz safety officers/Construction personnel having 5years experience in construction safety
and Lead Auditor Course: OHSAS 18001/ISO 45001 certification).However, minimum
two internal HSE audit will have to be conducted irrespective of time period of the
contract.
b) External HSE audits regularly on yearly basis by engaging authorized auditing agencies
(viz. National Safety Council etc.) or qualified external auditors (viz safety
officers/Construction personnel having 10 years experience in construction safety and Lead
Auditor Course : OHSAS 18001/ISO 45001certification). However, minimum one external
HSE audit will have to be conducted irrespective of time period of the contract.

All HSE shortfalls/ non-conformances on HSE matters brought out during review/audit, shall be
resolved forthwith (generally within a week) by Contractor& compliance report shall be
submitted to EIL/Owner.
In addition to above audits by contractor, the contractor’s work shall be subjected to HSE audit
by EIL/Owner at any point of time during the pendency of contract. The Contractor shall take
all actions required to comply with the findings of the Audit Report and issue regular

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

Page 239 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 11 of 102

Compliance Reports for the same to OWNER/ EIL till all the findings of the Audit Report are
fully complied.
Failure to carry-out HSE Audits& its compliance (internal & external) by Contractor, shall
invite penalization.

3.1.11 Meetings
i. The Contractor shall ensure participation of his top most executive at site (viz. Resident
Construction Manager / Resident Engineer/ Project Manager / Site-in-Charge) in Safety
Committee/HSE Committee meetings arranged by EIL/Owner usually on monthly basis or
as and when called for. In case Contractor’s top most executive at site is not in a position
to attend such meeting, he shall inform EIL/Owner in writing before the commencement of
such meeting indicating reasons of his absence and nominate his representative – failure to
do so may invite very stringent penalization against the specific Contractor, as deemed fit
as per Contract. The obligation of compliance of any observations during the meeting shall
be always time bound. The Contractor shall always assist EIL/Owner to achieve the targets
set by them on HSE management during the project implementation.
ii. In addition, the Contractor shall also arrange internal HSE meetings chaired by his top most
executive at site on fortnightly basis and maintain records. Such internal HSE meetings
shall essentially be attended by field engineers / supervisors including safety personnel of
the Contractor and its associates. Records of such internal HSE meetings shall be
maintained by the Contractor for review by EIL/Owner or for any HSE Audits.

iii. Agenda of internal HSE meeting should broadly cover: -


a) Confirmation of record notes /minutes of previous meeting
b) Discussion on outstanding subjects of previous points / subjects, if any
c) Incidents / Accidents (of all types) at project site, if any
d) Current topics related to site activities / subjects of discussion
e) House keeping
f) Behavioral Safety
g) Information / views / deliberations of members / site sub-contractors
h) Report from Owner / Client
i) Status of Safety awareness, Induction programs & Training programs

The time frame for such HSE meeting shall be religiously maintained by one and all.

3.1.12 Intoxicating drinks & drugs and smoking


a) The Contractor shall ensure that his staff members & workers (permanent as well casual)
shall not be in a state of intoxication during working hours and shall abide by any law
relating to consumption & possession of intoxicating drinks or drugs in force.
b) The Contractor shall not allow any workman to commence any work at any locations of
project activity who is/are influenced / effected with the intake of alcohol, drugs or any
other intoxicating items being consumed prior to start of work or working day.
c) Awareness about local laws on this issue shall form part of the Induction Training and
compulsory work-site discipline.
d) The Contractor shall ensure that all personnel working for him comply with “No-Smoking”
requirements of the Owner as notified from time to time. Cigarettes, lighters, auto ignition
tools or appliances as well as intoxicating drugs, dry tobacco powder, etc. shall not be
allowed inside the project / plant complex.
e) Smoking shall be permitted only inside smoking booths, if any, exclusively designated &
authorized by the Owner/EIL.
3.1.13 Penalty
The Contractor shall adhere consistently to all provisions of HSE requirements. In case of non-
compliances and also for repeated failure in implementation of any of the HSE provisions,

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

Page 240 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 12 of 102

EIL/Owner may impose stoppage of work without any cost & time implication to the Owner
and/or impose a suitable penalty.
The amount of penalty to be levied against defaulted Contractor shall be up to a cumulative
limit of
2.0% (Two percent) of the contract value for Item Rate or Composite contracts with an overall
ceiling of 1,00,00,000(Rupees One Crore).
0.5% (Zero decimal five percent) of the contract value for LSTK, OBE, EPC, EPCC or Package
contracts with an overall ceiling of 10,00,00,000(Rupees Ten Crores)

This penalty shall be in addition to all other penalties specified elsewhere in the contract. The
decision of imposing stop-work-instruction and imposition of penalty shall rest with
EIL/Owner. The same shall be binding on the Contractor. Imposition of penalty does not make
the Contractor eligible to continue the work in unsafe manner.
The amount of penalty applicable for the Contractor on different types of HSE violations is
specified below:

Sl.
Violation of HSE Norms Penalty Amount
No.
1. For not using personal protective equipment like Rs.500/- per day/Item / Person
Helmet, Safety Shoes, and other safety gadgets as
applicable as per nature of work.
2. Working without Work Permit/Clearance Rs.20,000/- per occasion
3 Execution of work without deployment of requisite Rs.5,000/- per violation per day
field engineer / supervisor at work spot
4. Unsafe electrical practices (not installing ELCB, Rs.10,000/- per item per day
using poor joints of cables, using naked wire without
top plug into socket, laying wire/cables on the roads,
electrical jobs by incompetent person, etc.)
5. Working at height without full body harness, using Rs.10,000/- per case per day
non-standard/ rejected scaffolding and not arranging
fall protection arrangement as required, like hand-
rails, life-lines, Safety Nets etc.
6. Unsafe handling of compressed gas cylinders (No Rs.1,000/- per item per day
trolley, jubilee clips double gauge regulator, and not
keeping cylinders vertical during storage/handling,
not using safety cap of cylinder).
7. Use of domestic LPG for cutting purpose / not using Rs.5,000/-per occasion
flash back arresters on both the hoses/tubes on both
ends.
8. No fencing/barricading of excavated areas / Rs.5,000/- per occasion
trenches.
9. Not providing shoring/strutting/proper slope and not Rs.5,000/-per occasion
keeping the excavated earth at least 1.5M away from
excavated area.
10. Non display of scaffold tags, caution boards on Rs.1,000/- per occasion per day
erected scaffolds.
11. Traffic rules violations like over speeding of Rs.3,000/-per occasion per day
vehicles, rash driving, talking on mobile phones
during vehicle driving, wrong parking, not using seat
belts, vehicles not fitted with reverse horn / warning
alarms / flicker lamps during foggy weather.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 241 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 13 of 102

Sl.
Violation of HSE Norms Penalty Amount
No.
12. Absence of Contractor’s RCM/SIC or his nominated Rs.10,000/- per meeting
representative (prior approval must be taken for each
meeting for nomination) from site HSE meetings
whenever called by EIL/Owner& failure to nominate
his immediate deputy for such HSE meetings.
13. Failure to maintain HSE records by Contractor Rs.10,000/- per month
Safety personnel, in line with approved HSE
Plan/Procedures/Contract specifications.
14. Failure to conduct daily site safety inspection (by Rs.10,000/- per occasion
Contractor’s Site Engineer & safety officer), internal
HSE meeting, internal HSE Awareness/Motivation
Program and Site HSE Training at predefined
frequencies (as approved in HSE Plan).
15. Failure to fill online/submit the monthly HSE report
Rs10,000/-per occasion and
by 5th of subsequent month to Engineer-in-Charge/ Rs.1,000/-per day of further
Owner delay
16. Poor House Keeping Rs.5,000 /- per occasion per
subject
17. Failure to report &follow-up accident (including Rs.20,000/- per occasion
Near Miss) reporting system within specific time-
frame.
18. Degradation of environment (not confining toxic Rs.10,000/- per occasion
spills, spilling oil/lubricants onto ground)
19. Not medically examining the workers before Rs.5,000/- per occasion per
allowing them to work at height / to work in worker
confined space / to work in shot-blasting / to work
for painting / to work in bitumen or asphalt works,
not providing ear muffs while allowing them to work
in noise polluted areas, made them to work in air
polluted areas without respiratory protective devices,
etc.
20. Violation of any other safety condition as per job Rs.5,000/- per occasion
HSE plan / work permit and HSE conditions of
contract (e.g. using crowbar on cable trenches,
improper welding booth, not keeping fire
extinguisher ready at hot work site, unsafe rigging
practices, non-availability of First-Aid box at site,
not providing dead man handle switch for blasting,
whiplash arrestor for the compressor line, not using
hood with respiratory devices by blaster for
shot//grit blasting, etc.)
21. Penalty for non-deployment of ambulance in case of Rs.3,000 per day
man-power more than 500 or not providing
dedicated emergency vehicle in case of man-power
less than 500.

22. Failure to carry-out Safety audit in time (internal & Rs.20,000/- per occasion (for
external),close-out of identified shortfalls of internal audit &OSA).
Observations of Safety Aspects(OSA),etc. Rs.30,000/-per occasion for
external audit
23. Carrying out sand blasting instead of grit/shot Rs.50,000/- per day
blasting

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

Page 242 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 14 of 102

Sl.
Violation of HSE Norms Penalty Amount
No.
24. Failure to deploy adequately qualified and Rs.10,000/- per day per Officer
competent Safety Officer

25. Utilization of hydra/back-hoe loader for material Rs.25,000/- per occasion


shifting or any other unauthorized /unsafe lifting
works
26. Any Fatal Accident Rs.10,00,000/-per fatality
27. Any violation not covered above To be decided by EIL/Owner.
Note: Penalty amount deducted from the contractor shall be utilized by owner/EIC for the
promotion of the safety during the currency of the project.

The Contractor shall make his field engineers/supervisors fully aware of the fact that they keep
track with the site workmen for their behavior and compliance of various HSE requirements.
Safety lapses / defects of project construction site shall be attributable to the concerned job
supervisor / engineer of the Contractor, (who remains directly responsible for safely executing
field works). For repeated HSE violations, concerned job supervisor / engineer shall be
reprimanded or appropriate action, as deemed fit, shall be initiated (with information to EIL &
Owner) by the concerned Contractor.

Contractor shall initiate verbal warning shall be given to the worker/employee during his first
HSE violation. A written warning shall be issued on second violation and specific training shall
be arranged / provided by the Contractor to enhance HSE awareness/skill including feedback on
the mistakes/ flaws. Any further violation of HSE stipulations by the erring individuals shall call
for his forthright debar from the specific construction site. A record of warnings for each
worker/employee shall be maintained by the Contractor, like by punching their cards / Gate
passes or by displaying their names at the Project entry gate. Warnings, penalizations,
appreciations etc. shall be discussed in HSE Committee meetings by site Head of the
Contractor.

3.1.14 Accident/ Incident investigation

All accidents/incidents shall be informed to EIL/Owner at least telephonically by Contractor


immediately and in writing within 24 hours on Format No. HSE-2 as applicable, by Contractor.
Thereafter, a Supplementary Accident/Incident investigation Report on Format No. HSE-3 shall
be submitted to EIL/Owner within 72 hours. Near Miss incident(s), Dangerous
accidents/incident shall also be reported on Format No. HSE-4 within24 hours. The accident/
incident shall be investigated by a team of Contractor’s senior Site personnel (involving Site-in-
Charge or at least by his deputy) for establishing root-cause and recommending corrective &
preventive actions. Findings shall be documented and suitable actions taken to avoid
recurrences shall be communicated to EIL/Owner. Owner/EIL shall have the liberty to
independently investigate such occurrences and the Contractor shall extend all necessary help
and cooperation in this regard. EIL/Owner shall have the right to share the content of this report
with the outside world.

3.2 House Keeping

The Contractor shall ensure that a high degree of housekeeping is maintained and shall ensure
inter-alia; the followings:
a) All surplus earth and debris are removed/disposed-off from the working areas to designated
location(s).
b) Unused/surplus cables, steel items and steel scrap lying scattered at different places within
the working areas are removed to identify location(s).
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 243 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 15 of 102

c) All wooden scrap, empty wooden cable drums and other combustible packing materials,
shall be removed from work place to identified location(s).
d) Roads shall be kept clear and materials like pipes, steel, sand, boulders, concrete, chips and
bricks etc. shall not be allowed on the roads to obstruct free movement of men &
machineries.
e) Fabricated steel structural, pipes & piping materials shall be stacked properly.
f) Water logging on roads shall not be allowed.
g) No parking of trucks/trolleys, cranes and trailers etc. shall be allowed on roads, which may
obstruct the traffic movement.
h) Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the working
areas.
i) Protective measures to be ensured with projected rebar by suitable means.
j) Trucks carrying sand, earth and pulverized materials etc. shall be covered while moving
within the plant area/ or these materials shall be transported with top surface wet.
k) The contractor shall ensure that the atmosphere in plant area and on roads is free from
particulate matter like dust, sand, etc. by keeping the top surface wet for ease in breathing.
l) At least two exits for any unit area shall be assured at all times – same arrangement is
preferable for digging pits/ trench excavation/ elevated work platforms/ confined spaces
etc.
m) Welding cables and the power cable must be segregated and properly stored and used. The
same shall be laid away from the area of movement and shall be free from obstruction.
n) Schedule for upkeep/cleaning of site to be firmed up and implemented on regular basis.

The Contractor shall carry-out regular checks (minimum one per fortnight) as per format No.
HSE-11 for maintaining high standard of housekeeping and maintain records for the same. The
Contractor shall provide supervisor for housekeeping exclusively for management of day-to-day
housekeeping activities.

3.3 HSE Measures

3.3.1 Construction Hazards

The Contractor shall ensure identification of all Occupational Health, Safety & Environmental
hazards in the type of work he is going to undertake and enlist mitigation measures. Contractor
shall carry out HIRAC specifically for high risk jobs/critical jobs like

a) Working at height (+2.0 Mts height) for cold (incl. colour washing, painting, insulation
etc.) & hot works.
b) Work in confined space,
c) Deep excavations &trench cutting (depth > 2.0 mts.)
d) Operation & Maintenance of Batching Plant.
e) Shuttering / concreting (in single or multiple pour) for columns, parapets & roofs.
f) Erection & maintenance of Tower Crane.
g) Erection of structural steel members / roof-trusses / pipes at height more than 2.0 Mts. with
or without crane.
h) Erection of pipes (full length or fabricated) at height more than 2.0 Mts. height with Crane
of 100T capacity.
i) All lifts using 100T Crane plus mechanical pulling.
j) All lifts using two cranes in unison (Tandem Lifting).
k) Any lift exceeding 80% capacity of the lifting equipments (hydra, crane etc.).
l) Laying of pipes (isolated or fabricated) in deep narrow trenches – manually or
mechanically.
m) Maintenance of crane / extension or reduction of crane-boom on roads or in yards.

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

Page 244 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 16 of 102

n) Erection of any item at >2.0 Mts. height using 100T crane or of higher capacity
o) Hydrostatic test of pipes, vessels & columns and water-flushing.
p) Radiography jobs (in-plant & open field)
q) Work in Live Electrical installations / circuits
r) Handling of explosives &Blasting operations
s) Demolishing/ dismantling activities
t) Welding/ gas cutting jobs at height (+2.0 Mts.)
u) Lifting/placing roof-girders at height (+2.0 Mts.)
v) Lifting & laying of metallic / non-metallic sheet over roof/structures.
w) Lifting of pipes, gratings, equipment’s/vessels at heights (+2.0 Mts.) with & without using
cranes
x) Calibration of equipment, instruments and functional tests at yards / work-sites.
y) Operability test of Pump, Motors (after coupling) & Compressors.
z) Cold or Hot works inside Confined Space.
aa) Transportation & shifting of ODC consignments into project areas.
bb) Working in “Charged/Live” elect. Panels
cc) Stress Relieving works (Electrically or by Gas-burners).
dd) Pneumatic Tests
ee) Card board blasting
ff) Grit Blasting activity
gg) Catalyst loading/unloading
hh) Erection/dismantling of scaffolding
ii) Chemical cleaning

The necessary HSE measures devised shall be put in place, prior to start of an activity &also
shall be maintained during the course of works, by the Contractor. Copies of such HIRAC shall
be kept available at work sites by the Contractor to enable all concerned carrying out checks /
verification.
A list of typical construction hazards along with their effects & preventive measures is given in
Appendix-E.

3.3.2 Accessibility

g) The Contractor shall provide safe means of access(in sufficient numbers)& efficient exit to
any working place including provisions of suitable and sufficient scaffolding at various
stages during all operations of the work for the safety of his workmen and EIL/Owner.
h) The Contractor shall implement use of all measures including use of “life line”, “fall-
arresters”, “retractable fall arresters”, “safety nets” etc. during the course of using all safe
accesses& exits, so that in no case any individual remains at risk of slip & fall during their
travel.
i) A ladder or step- ladder must have a level and firm footing, in case of use of fixed ladders,
sufficient foot hold and hand hold to be provided.
j) The access to operating plant / project complex shall be strictly regulated. Any person or
vehicle entering such complex shall undergo identification check, as per the procedures in
force / requirement of EIL/Owner.
k) Accessibility to ‘confined space’ shall be governed by specific system / regulation, as
established at project site.

3.3.3 Personal Protective Equipment (PPEs)

a) The Contractor workmen shall be permitted entry inside the project premises only with
proper PPEs.
b) The Contractor shall ensure that all their staff, workers and visitors including their sub-
contractor(s) have been issued (records to be kept) & wear appropriate PPEs like nape strap
type safety helmets preferably with head &sweat band with ¾” cotton chin strap (made of

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

Page 245 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 17 of 102

industrial HDPE), High ankle safety shoes with steel toe cap and antiskid sole, Coverall,
full body harness (CЄ marked and conforming to EN361), protective goggles, gloves, ear
muffs, respiratory protective devices, etc. All these gadgets shall conform to applicable IS
Specifications/CE or other applicable international standards. The Contractor shall
implement a regular regime of inspecting physical conditions of the PPEs being issued /
used by the workmen of their own & also its sub-agencies and the damaged / unserviceable
PPEs shall be replaced forthwith.
c) Owner/EIL may issue a comprehensive color scheme for helmets to be used by various
agencies. The Contractor shall follow the scheme issued by the owner/EIL and shall choose
colour other than white (for Owner) or blue (for EIL). All HSE personnel shall preferably
wear dark green band on their helmet or green color safety helmet so that workmen can
approach them for guidance during emergencies .HSE personnel shall preferably wear such
dresses with fluorescent stripes, which are noticeable during night, when light falls on
them.
d) Florescent jackets with respective company logo to be worn by the contractor workmen
with different color coding for categories like supervisor and workmen.
e) Workers required using or handling alkalies, acid or other similar corrosive substance at
site shall be provided with appropriate protective equipment, in accordance with MSDS.
f) For shot blasting, the usage of protective face shield and helmets, gauntlet and protective
clothing is mandatory. Such protective clothing should conform relevant IS Specification.
g) For off-shore jobs/contracts, contractor shall provide PPEs (new) of all types to EIL &
Owner's personnel, at his (contractor's) cost. All personnel shall wear life jacket at all time.
h) An indicative list of HSE standards/codes is given under Appendix-A.
i) Contractor shall ensure procurement & usage of following safety equipment’s/ accessories
(conforming to applicable IS mark / CE standard) by their staff, workmen & visitors
including their subcontractors all through the span of project construction / pre-
commissioning/ Commissioning:-‘

i. PPEs (Helmet with company name/logo, Safety Goggles, Coverall, Ear-muff, Face
Shield, Hand Gloves, High Ankle Safety Shoes, Gum Boot etc.)
ii. Barricading tape / warning signs
iii. Rechargeable Safety torch (flame-proof)
iv. Safety nets (with tie-chords)
v. Fall arresters
vi. Portable ladders (varying lengths)
vii. Life-lines (steel wire-rope, dia. not less than 8.0 mm)
viii. Full body double lanyard Safety harness with Rebar/ladder hook or scaffolding hook.
ix. Lanyard
x. Karabiner
xi. Retractable fall arresters (various length)
xii. Portable fire extinguishers (DCP type) – 5 kg&10 kg capacity
xiii. Portable Multi Gas detector
xiv. Sound level meter
xv. Digital lux meter
xvi. Fire hoses & flow nozzles
xvii. Fire blankets/ Fire retardant cloth (with eyelets)

3.3.4 Working at height

a) The Contractor shall issue permit for working (PFW) at height after verifying and
certifying the checkpoints as specified in the attached permit (Format No. HSE-6). He
shall also undertake to ensure compliance to the conditions of the permit during the
currency of the permit including adherence of personal protective equipment’s.
Contractor’s Safety Officer shall verify compliance status of the items of permit document
after implementation of action is completed by Contractor’s execution / field engineers at

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

Page 246 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 18 of 102

work site. HIRAC for specific works at height duly commented by EIL/Owner, shall be
kept attached with particular Permit for Work (PFW) at site for ready reference & follow-
up.

b) Such PFW shall be initially issued for one single shift or expected duration of normal work
and extended further for balance duration, if required. EIL/Owner can devise block-permit
system at any specific area, in consultation with project specific HSE Committee to specify
the time-period of validity of such PFW or its renewal. This permit shall be applicable in
areas where specific clearance from Owner’s operation Deptt./ Safety Deptt. is not
required. EIL / Owner’s field Engineers/Safety Officers/Area Coordinators may verify and
counter sign this permit (as an evidence of verification) during the execution of the job.

c) All personnel shall be medically examined & certified by registered doctor, confirming
their ‘medical fitness (Vertigo or epilepsy must be covered under test report) for working at
height. The fitness examination shall be done once in six months.
d) In case work is undertaken without taking sufficient precautions as given in the permit,
EIL/Owner Engineers may exercise their authority to cancel such permit and stop the work
till satisfactory compliance/rectification is arranged made. Contractors are expected to
maintain a register for issuance of permit and extensions thereof including preserving the
used permits for verification during audits etc.
e) The Contractor shall arrange (at his cost) and ensure use of Fall Arrester Systems by his
workers. Fall arresters are to be used while climbing/descending tall structures or vessels /
columns etc. These arresters should lock automatically against the anchorage line,
restricting free fall of the user. The device is to be provided with a double security opening
system to ensure safe attachment or release of the user at any point of rope. In order to
avoid shock, the system should be capable of keeping the person in vertical position in case
of a fall. All the fall arrest systems should be cleaned after use and stored in a clean & dry
area .Defective Safety Harness, lanyards & life line must be discarded from workplace and
record to be maintained.
f) The Contractor shall ensure that Full body harnesses with double lanyards conforming
EN361 and having authorized CЄ marking is used by all personnel while working at
height. The lanyards and life lines should have enough tensile strength to take the load of
the worker in case of a fall. One end of the lanyard shall be firmly tied with the harnesses
and the other end with life line. The harness should be capable of keeping the workman
vertical in case of a fall, enabling him to rescue himself.

g) The Contractor shall provide Roof Top Walk Ladders for carrying out activities on sloping
roofs in order to reduce the chances of slippages and falls.
h) The Contractor shall ensure that a proper Safety Net System is used wherever the hazard of
fall from height is present. The safety net, preferably a knotted one with mesh ropes
conforming to IS 5175/ ISO 1140 shall have a border rope & tie cord of minimum 12mm
dia. The Safety Net shall be located not more than 6.0 meters below the working surface
extending on either side upto sufficient margin to arrest fall of persons working at different
heights.
i) In case of accidental fall of person on such Safety Net, the bottom most portion of Safety
Net should not touch any structure, object or ground.
j) Grade separators shall be provided in Pipe-rack/Tech-structures to arrest falling objects like
welding spatters, welding rods, nuts, bolts, tools etc. and to facilitate U/G and A/G works
simultaneously.
k) Beam Clamps may be used for construction of localized temporary working platforms
sheds for welding booths etc. at height in all types of steel structure due to faster
installation and requirement of less scaffolding materials.
l) Hanging Platform, manufactured by Standard HSE equipment vendors must be
encouraged for painting of Buildings etc.

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

Page 247 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 19 of 102

m) All the tools used at height (like spanner, screw driver etc.) shall be provided with securing
arrangement like back-pack/waist pouch to prevent accidental slippage from worker hand.
n) The Contractor shall install temporary lightening arrester in tall structures during
construction to save human life and to avoid damage to equipment’s& machineries. During
the possibility of a thunderstorm, all the work at height where a person can be exposed to
lightning shall be stopped.
o) To the extent possible use Roller arrangement to shift overhead pipes from one end to other
in Pipe Racks Area.
p) Providing of steel scaffold stair tower system with landings at regular intervals as and when
required for height work.
q) The Contractor shall ensure positive isolation while working at different levels like in the
pipe rack areas. The working platforms with toe boards & hand rails shall be sufficiently
strong & shall have sufficient space to hold the workmen and tools & tackles including the
equipment’s required for executing the job. Such working platforms shall have mid-rails, to
enable people work safely in sitting posture.

3.3.5 Scaffoldings& Barricading

a) Suitable steel scaffoldings only shall be provided to workmen for all works that cannot be
safely done from the ground or from solid construction except such short period work that
can be safely done using ladders or certified (by 3rd party competent person) man-basket.
When a ladder is used, an extra workman shall always be engaged for holding the ladder.
The ladder shall be inspected before use for cracked or split stiles, missing, broken, loose
or damaged rungs & splinters. The ladder shall be of adequate length to enable it to extend
to at least 1.0m above the landing place or working point. Metallic ladders shall be only
used as access.
.
b) The Contractor shall ensure that the scaffolds used during construction activities shall be
strong enough to take the designed load. Main Contractor shall always furnish duly
approved construction-design details of scaffold &SWL (from competent designers) free of
charge, before they are being installed/ constructed at site. Owner/EIL reserves the right to
ask the Contractor to submit certification and or design calculations from his Head Office/
Design/Engineering expert regarding load carrying capacity of the scaffoldings. All steel
tubing, couplers and fittings used for scaffolding shall conform to IS 3696 or an acceptable
equivalent. Only metallic scaffold boards shall be allowed to use. Steel tubes shall be free
from cracks, splits. Surface flaws & other defects. All couplers & fittings shall be properly
oiled and maintained. Nuts shall have a free running fit on their bolts. Bolts with worn or
damaged thread shall be replaced.

c) All scaffolds shall be inspected by a competent Scaffolding Inspector (person with


scaffolding related experience in construction field and having a training of scaffolding
supervisor from a institute/agency like National Safety Council etc.). He shall paste a
GREEN tag (duly signed by competent Scaffolding Inspector) on each scaffold found safe
and a RED tag (duly signed by competent Scaffolding Inspector) on each scaffold found
unsafe. Scaffolds with GREEN tag only shall be permitted to be used and Scaffolds with
RED ones shall immediately be made inaccessible. Work being found continuing on
scaffolds with RED tag shall be considered unauthorized work by Contractor and may
invite penalization from EIL/Owner. For every 120-125 m2 /m3 area / volume or its parts
there of minimum one TAG shall be provided.
d) The Contractor shall ensure positive barricading (indicative as well as protective) of the
excavated, radiography, heavy lift, high pressure hydrostatic & pneumatic testing and other
such areas. Sufficient warning signs shall be displayed along the barricading areas.
e) Scaffolding shall be constructed using foot seals or base plates only. Base plates shall be
used below each standard on surface .Sole plate of timber shall be used beneath the base
plate to achieve greater load distribution.

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

Page 248 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 20 of 102

3.3.6 Electrical installations

a) All electrical installations/ connections shall be carried out as per the provisions of latest
revision of following codes/standards, in addition to the requirements of Statutory
Authorities and IE/applicable international rules& regulations:

- OISD STD 173 : Fire prevention & protection system for electrical installations
- SP 30 (BIS) : National Electric Code

b) All electrical installations shall be approved by the concerned statutory authorities.

c) All temporary electrical installations / facilities shall be regularly checked by the


licensed/competent electricians of the Contractor and appropriate records shall be
maintained in format no: HSE-12” Inspection of temporary electrical booth/installation at
project construction site”. Such inspection records are to be made available to EIL/Owner,
whenever asked for.

3.3.6.1 The Contractor shall meet the following requirements:

a. Shall make Single Line Diagram (SLD) for providing connection to each equipments &
machinery and the same (duly approved by EIL/Owner) shall be pasted on the front face of
DBs (distribution boards) or JBs (Junction boxes) at every site.(A typical Switch Board
Sketch is attached as Appendix -G)

b. Ensure that electrical systems and equipment including tools & tackles used during
construction phase are properly selected, installed, used and maintained as per provisions
of the latest revision of the Indian Electrical/ applicable international regulations.

c. Shall deploy qualified & licensed electricians for proper & safe installation and for regular
inspection of construction power distribution system/points including their earthing. A
copy of the license shall be submitted to EIL / Owner for records. Availability of at least
one competent (ITI qualified) / licensed electrician (by State Elec. authorities) shall be
ensured at site round the clock to attend to the normal/emergency jobs.

d. All switchboards / welding machines shall be kept in well-ventilated & covered shed/ with
rain shed protection. The shed shall be elevated from the existing ground level to avoid
water logging inside the shed. Installation of electrical switch board must be done taking
care of the prevention of shock and safety of machine.

e. No flammable materials shall be used for constructing the shed. Also flammable materials
shall not be stored in and around electrical equipment / switchboard. Adequate clearances
and operational space shall be provided around the equipment.

f. Fire extinguishers and insulating mats shall be provided in all power distribution centers.

g. Temporary electrical equipment shall not be employed in hazardous area without obtaining
safety permit.

h. Proper housekeeping shall be done around the electrical installations.

i. All temporary installations shall be tested before energizing, to ensure proper earthing,
bonding, suitability of protection system, adequacy of feeders/cables etc.

j. All welders shall use hand gloves irrespective of holder voltage.

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

Page 249 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 21 of 102

k. Multilingual (Hindi, English and local language) caution boards, shock treatment charts and
instruction plate containing location of isolation point for incoming supply, name &
telephone No. of contact person in emergency shall be provided in substations and near all
distribution boards / local panels.

l. ELCB tester /test meter shall be used for testing the ELCBs operation. ELCBs testing shall
be carried out by using ELCB tester on monthly basis but in specific cases like heavy rain
as decided by owner/EIC. Record of the testing shall be maintained.

m. Regular inspection of all installations at least once in a month. (Ref. Format HSE-12).

3.3.6.2 The following features shall also be ensured for all electrical installations during construction
phase by the contractor:

a. Each installation shall have a main switch with a protective device, installed in an
enclosure adjacent to the metering point. The operating height of the main switch shall not
exceed 1.5 M. The main switch shall be connected to the point of supply by means of
armoured cable.

b. The outgoing feeders shall be double or triple pole switches with fuses / MCBs. Loads in a
three phase circuit shall be balanced as far as possible and load on neutral should not
exceed 20% of load in the phase.

c. The installation shall be adequately protected against overload, short circuit and earth
leakage by the use of suitable protective devices. Fuses wherever used shall be HRC type.
Use of rewirable fuses shall be strictly prohibited. ELCB/RCCB (Residual Current Circuit
Breaker) must be fitted with all Electrical installation. The earth leakage devices shall have
an operating current not exceeding 30 mA.

d. All connections to the hand tools / welding receptacles shall be taken through proper
switches, sockets and plugs.

e. All single phase sockets shall be minimum 3 pin type only. All unused sockets shall be
provided with socket caps.

f. Only 3 core (P+N+E) overall sheathed flexible cables with minimum conductor size of 1.5
mm2 copper shall be used for all single phase hand tools.

g. Only metallic distribution boxes with double earthing shall be used at site. No wooden
boxes shall be used.

h. All power cables shall be terminated with compression type cable glands. Tinned copper
lugs shall be used for multi-strand wires / cables.

i. Cables shall be free from any insulation damage.


j. Minimum depth of cable trench shall be 750 mm for MV & control cables and 900 mm for
HV cables. These cables shall be laid over a sand layer and covered with sand, brick & soil
for ensuring mechanical protection. Cables shall not be laid in waterlogged area as far as
practicable. Cable route markers shall be provided at every 25 M of buried trench route.

When laid above ground, cables shall be properly cleated or supported on rigid poles of
atleast 2.1 M high. Minimum head clearance of 6 meters shall be provided at road
crossings.

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

Page 250 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 22 of 102

k. Underground road crossings for cables shall be avoided to the extent feasible. In any case
no underground power cable shall be allowed to cross the roads without pipe sleeve.

l. All cable joints shall be done with proper jointing kit. No taped/temporary joints shall be
used.
m. An independent earthing facility should preferably be established within the temporary
installation premises. All appliances and equipment shall be adequately earthed. In case of
armored cables, the armour shall be bonded to the earthing system.IS: 3043 Code for
earthing practices shall be followed at project site.

n. All cables (green colour) and wire rope used for earth connections shall be terminated
through tinned copper lugs.

o. In case of local earthing, earth electrodes shall be buried near the supply point and earth
continuity wire shall be connected to local earth plate for further distribution to various
appliances. All insulated wires for earth connection shall have insulation of green colour.
Periodical check tests of all electrodes should be carried out and record shall be maintained
of such checks.

p. Separate core shall be provided for neutral. Earth / Structures shall not be used as a neutral
in any case.

q. ON/OFF position of all switches shall be clearly designated / painted for easy isolation in
emergency.

3.3.7 Welding/ Grinding/Gas cutting

a) Contractor shall ensure that flash back arrestors conforming to BS:6158 or equivalent are
installed on all gas cylinders as well as at the torch end of the gas hose, while in use.
b) All cylinders shall be mounted on trolleys and provided with a closing key. Empty &
filled-up gas cylinders shall be stored separately with TAG, protecting them from direct
sun or rain. Minimum 2 nos. of Portable DCP type fire extinguishers (10 kg) shall be
maintained at the gas cylinder stores. Stacking & storing of compressed gas cylinders shall
be arranged away from DG set, hot works, Elect. Panels / Elec. boards, etc.
c) The burner and the hose placed downstream of pressure reducer shall be equipped with
Flash Back Arrester/Non Return Valve device.
d) The hoses for acetylene and oxygen cylinders must be of different colours. Their
connections to cylinders and burners shall be made with a safety collar.
e) At end of work, the cylinders in use shall be closed and hoses depressurized.
f) Cutting of metals using gases, other than oxygen &acetylene, shall require written
concurrence from Owner.
g) Grinding activity shall not be carried out in confined spaces without a valid work permit.
h) All grinding/cutting machines shall be guarded and fitted with Dead-Man switch and this
shall not be bypassed any time.
i) All welding/grinding machines shall have effective earthing at least at distinctly isolated
two points.
j) In order to help maintain good housekeeping, and to reduce fire hazard, live electrode bits
shall be contained safely and shall not be thrown directly on the ground.
k) The hoses of Acetylene and Oxygen shall be kept free from entanglement & away from
common pathways / walkways and preferably be hanged overhead in such a manner which
can avoid contact with cranes, hydra or other mobile construction machinery.

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

Page 251 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 23 of 102

l) Hot spatters shall be contained / restricted appropriately (by making use of effective fire-
retardant cloth/fabric) and their flying-off as well as chance of contact with near-by
flammable materials shall be stopped. The Fire retardant blanket shall be woven from
ceramic yarn with eyelets.
m) The Contractor shall arrange adequate systems & practices for accumulation / collection of
metal & other scraps and remnant electrodes and their safe disposal at regular interval so as
to maintain the fabrication and other areas satisfactorily clean & tidy.
n) All gas cylinders must have a cylinder cap on at all times when not in use.

3.3.8 Ergonomics and tools & tackles

a) The Contractor shall assign to his workmen, tasks commensurate with their qualification,
experience and state of health. Competency of the crane operator to be thoroughly checked
prior to engaging in crane operation.
b) All lifting tools, tackles, equipment, trailers, trucks/dumpers, accessories including cranes
shall be tested periodically by statutory/competent authority for their condition and load
carrying capacity. Valid test & fitness certificates from the applicable authority shall be
submitted to Owner/EIL for their review/acceptance before the lifting tools, tackles,
equipment, trailers, trucks/dumpers, accessories and cranes are used. Third party inspection
certificate is mandatory for all lifting tools & tackles before put into use.
c) Load testing of Cranes by competent person must be made mandatory after each
modification/alteration of crane configuration/change in boom length. All heavy
equipment’s including cranes must be maintained in good condition &record of such
maintenance shall be maintained. Routine preventive maintenance of the crane to be carried
out& record to be maintained for such preventive maintenance. Healthiness of the crane to
be checked by Crane Expert on regular basis as per manufacturer guidelines.
d) HIRAC/JSA for assembly/dismantling activity of the crane to be submitted for approval of
EIC.
e) No one should stand/work below the mast & boom of the crane. Mast of the crane should
not be used for unintended lifts.
f) Mast of the crane to be kept in right position during dismantling activity of the crane.
g) Log book of all crane to be maintained.
h) Only authorized person shall be allowed to give signal to the operator.
i) Lifting/Loading/Unloading activities shall be carried out by the trained riggers under
supervision of rigging Foreman.
j) Prior to marching/movement of the crane, obstructions free access/route to be ensured.
k) Skilled Technician to be engaged for AC gas checking and refilling of refrigerant and
should follow the safe operating procedure for cranes.
l) Manufacturer’s instructions to be followed without any deviation.
m) The contractor shall not be allowed to use defective equipment or tools not adhering to
safety norms.
n) Adequate capacity of Chain pulley blocks with valid TPI certificate to be used for
lifting/lowering/dragging/erection of piping material .
o) Colour coding system for lifting tools & tackles shall be followed on quarterly basis for a
particular colour as mentioned below:
Period Colour Code
January, February, March Blue
April, May, June Yellow
July, August, September Green
October, November, December Orange
For Quarantine (Unsafe Tools & Tackles) Red

Contractor shall arrange non-sparking tools for project construction works in operating plant
areas / hydrocarbon prone areas.

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

Page 252 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 24 of 102

i. Wherever required the Contractor shall make use of Elevated Work Platforms (EWP) or
Aerial Work Platforms (mobile or stationary) to avoid ergonomical risks and workmen
shall be debarred to board such elevated platform during the course of their shifting /
transportation.
ii. Contractor shall ensure installation of Safe Load Indicator (SLI) on all cranes (while in
use) to minimize overloading risk. SLI shall have capability to continuously monitor
and display the load on the hook, and automatically compare it with the rated crane
capacity at the operating condition of the crane. The system shall also provide visual
and audible warnings at set capacity levels to alert the operator in case of violations.
iii. The contractor shall be responsible for safe operations of different equipments
mobilized and used by him at the workplace like transport vehicles, Tower Crane,
engines, cranes, mobile ladders, scaffoldings, work tools, etc. Strictly avoid standing
close to Hydra/vehicles tyres during operation.
iv. In general Man basket shall not be lifted by Hydra. Generally Crane shall be used for
lifting the man basket.
v. Tower Crane, Crane, Hydra mobile Crane (F-15 or equivalent), Hydraulic Rig &Boom
Lift shall be inspected on fortnightly basis as per Format No. HSE-20, HSE-21, HSE-
22, HSE-23 & HSE-24.
vi. The Contractor shall arrange periodical training for the operators of hydra mobile crane,
crane, excavator, mobile machinery, Tower Crane, etc. at site by utilizing services from
renowned manufacturers.
vii. Hydra mobile crane (F-15 or equivalent) having steering control mechanism shall be
permitted at construction site only for the purpose of loading/unloading. However,
continuous rigger availability during marching of hydraulic crane at site shall be
ensured by contractor.

3.3.9 Occupational Health

a) The contractor shall identify all operations that can adversely affect the health of its
workers and issue & implement mitigation measures.
b) For surface cleaning operations, sand blasting shall not be permitted even if not explicitly
stated elsewhere in the contract.
c) To eliminate radiation hazard, Tungsten electrodes used for Gas Tungsten Arc Welding
shall not contain Thorium.
d) Appropriate respiratory protective devices (hood with respiratory devices) shall be used to
protect workmen from inhalation of air borne contaminants like silica, asbestos, gases,
fumes, etc.
e) Workmen shall be made aware of correct methods for lifting, carrying, pushing & pulling
of heavy loads. Wherever possible, manual handling shall be replaced by mechanical lifting
equipment’s.
f) In view of the congested working environment and associated hazards, deployment of
manpower/machineries shall be in staggered manner keeping adequate safe distance
between two adjacent work spot.
g) For jobs like drilling/demolishing/dismantling/steam blowing/cardboard blasting etc. where
noise pollution exceeds the specified limit of 85decibels, ear muffs shall be provided to the
workers. The Noise level monitoring record shall be maintained.
h) To avoid work related upper limb disorders (WRULD) and backaches, Display Screen
Equipments' workplace stations shall be carefully designed & used with proper sitting
postures. Power driven hand-held tools shall be maintained in good working condition to
minimize their vibrating effects and personnel using these tools shall be taught how to
operate them safely & how to maintain good blood circulation in hands.

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

Page 253 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 25 of 102

i) The Contractor shall arrange health check-up (by registered medical practitioner) for all the
workers at the time of induction. Health check may have to be repeated if the nature of duty
assigned to him is changed necessitating health check or doubt arises about his wellness.
EIL/Owner reserves the right to ask the contractor to submit medical test reports. Regular
health check-ups are mandatory for the workers assigned with Welding, Radiography,
Blasting, Painting, Heavy Lift and Height (>2m) jobs. All the health check-ups shall be
conducted by registered Medical practitioner and records are to be maintained by the
Contractor.
j) The Contractor shall arrange Medical Camps at regular intervals at work sites and labor
colonies to assess health condition of workers.
k) The Contractor shall ensure vaccination of all the workers including their families, during
the course of entire project span.

3.3.10 Hazardous substances

a) Hazardous, inflammable and/or toxic materials such as solvent coating, thinners, anti-
termite solutions, water proofing materials shall be stored in appropriate containers
preferably with lids having spillage catchment trays and shall be stored in a good ventilated
area. These containers shall be labeled with the name of the materials highlighting the
hazards associated with its use and necessary precautions to be taken. Respective MSDS
(Material Safety Data Sheet) shall be made available at site &may be referred whenever
problem arises.
b) Where contact or exposure of hazardous materials are likely to exceed the specified limit or
otherwise have harmful effects, appropriate personal protective Equipment’s such as
gloves, goggles/face-shields, aprons, chemical resistant clothing, respirator, etc. shall be
used.
c) The work place shall be checked prior to start of activities to identify the location, type and
condition of any asbestos materials which could be disturbed during the work. In case
asbestos material is detected, usage of appropriate PPEs by all personnel shall be ensured
and the matter shall be reported immediately to EIL/ Owner.

3.3.11 Slips, trips & falls

a) The contractor shall establish a regular cleaning and basic housekeeping programme that
covers all aspects of the workplace to help minimize the risk of slips, trips & falls. The
contractor shall take positive measures like keeping the work area tidy, storing waste in
suitable containers & harmful items separately, keeping passages, stairways, entrances &
exits especially emergency ones clear, cleaning up spillages immediately and replacing
damaged carpet/ floor tiles, mats & rugs at once to avoid slips, trips & falls.

b) Grating removal permit system should be implemented during construction phase. So that
after permanent gratings are installed on platforms and tech structure floors; removal of
any gratings for whatever purpose (including for lifting piping material etc.) is required to
be sanctioned by signed permit by HSE officers of both contractor and Engineer-in-charge.
The spot where gratings are removed shall be hard-barricaded during course of work. The
removed gratings shall be re-installed immediately after completion of work or at the time
of cessation of work every day whichever is earlier and the permit shall be closed on daily
basis. A register shall be maintained for recording all the grating removal permits and their
closure shall be monitored on daily basis.
3.3.12 Radiation exposure
a) All personnel exposed to physical agents such as ionizing &non-ionizing radiation,
including ultraviolet rays or similar other physical agents shall be provided with adequate
shielding or protection commensurate with the type of exposure involved.

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

Page 254 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 26 of 102

b) For Open Field Radiography works, requirements of Bhabha Atomic Research Centre
(BARC)/ Atomic Energy Regulatory Board (AERB) shall be followed.
c) The Contractor shall implement an effective system of control (as described in the AERB
regulations) at site for handling radiography-sources & for avoiding its misuse & theft.
d) The contractor shall generate the Format No: HSE-8 “Permit for radiation work” before
start of work.
e) In case the radiography work has to be carried out at day time, suitable methodology to be
used so that other works, people are not affected.
3.3.13 Explosives/Blasting operations

a) Blasting operations shall be carried out as per latest Explosive Rules (Indian/ International)
with prior permission. The Contractor shall obtain license from Chief Controller of
Explosives (CCoE) for collection, transportation, storage of explosives as well as for
carrying out blasting operations.
b) The Contractor shall prepare exclusive method statement (in cognizance with statutory
requirements)for rock blasting works &diffusing unfired explosives, if any, at project site
before carrying out actual task. Nowhere blasting shall be carried out by the Contractor or
its agency without the involvement of competent supervisor and licensed blaster.

3.3.14 Demolition/ Dismantling


a) The contractor shall adhere to safe demolishing/ dismantling practices at all stages of work
to guard against unsafe working practices.
b) The contractor shall disconnect service lines (power, gas supply, water, etc.)/ make
alternate arrangements prior to start of work and restore them, if required as directed by
EIL/ Owner at no extra cost.
c) Before carrying out any demolition/dismantling work, the contractor shall take prior
approval of EIL/Owner and generate the Format No.HSE-9. For revamp jobs in operating
plants where location of underground utilities is not known with certainty, the contractor
shall depute an experienced engineer for supervision and shall make adequate arrangements
for Fire-fighting& First-Aid during the execution of these activities.
d) The Contractor shall arrange approved HIRAC/ Method Statement for the specific
demolition / dismantling task and corresponding action plan commensurate with hazards /
risks associated therein. In no case any activity related to demolition / dismantling shall be
carried out by the Contractor without engaging own supervision / field engineer.

3.3.15 Road Safety

a) The Contractor shall ensure adequately planned road transport safety management system.
b) The vehicles shall be fitted with reverse warning alarms & flashing lights / fog-lights and
usage of seat belts shall be ensured.
c) The Contractor shall also ensure a separate pedestrian route for safety of the workers and
comply with all traffic rules & regulations, including maintaining speed limit of 20 KMPH
or indicated by owner for all types of vehicles / mobile machinery. The maximum
allowable speed shall be adhered to.
d) In case of an alert or emergency, the Contractor must arrange clearance of all the routes,
roads, access. The Contractor shall deploy sufficient number of traffic controllers at project
site routes / roads/ accesses, to alert reversing movement of vehicles & machinery as well
as pedestrians. Experienced drivers/operators with valid driving license (LMV/HMV) shall
be allowed to drive/operate the vehicles/ equipments. The Contractor shall maintain copy
of PUC, RC and Insurance etc. for all the vehicles/ equipments.
e) Dumpers, Tippers, etc. shall not be allowed to carry workers within the plant area and also
to & from the labour colony to & from project sites.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 255 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 27 of 102

f) Hydra mobile crane (F-15 or equivalent) shall only be allowed for handling
(loading/unloading) the materials at fabrication/ storage yards and in no case shall be
allowed to transport the materials over project / plant roads.
g) The Contractor shall not deploy any such mobile machinery / Equipment’s, which do not
have competent operator and / or experienced banks-man/signal-man. Such
machinery/equipment’s shall have effective limit-switches, reverse-alarm, front & rear-end
lights etc. and shall be maintained in good working order.
h) The Contractor shall not carry-out maintenance of vehicles / mobile machinery occupying
space on project / plant roads and shall always arrange close supervision for such works.
i) For pipeline jobs, the contractor shall submit a comprehensive plan covering transportation,
loading / unloading of pipes, movement of side booms, movement of vehicles on the ROW,
etc.
j) Height barrier/Restriction to be provided on both side of the HT lines, if required.
k) Contractor’s shall arrange /install visible road signs, diversion boards, caution boards, etc.
on project roads for safe movement of men and machinery.

3.3.16 Welfare measures


Contractor shall, at the minimum, ensure the following facilities at work sites:
a) A crèche at site where 10 or more female workers are having children below the age of 6
years.
b) Adequately ventilated / illuminated rooms at labour camps & its hygienic up-keeping.
c) Reasonable canteen facilities at site and in labour camps at appropriate location depending
upon site conditions. Contractor shall make use of “industrial” variety of LPG cylinder &
satisfactory illumination at the canteens. Necessary arrangement for efficient disposal of
wastes from canteens & urinals /toilets shall also be made and regular review shall be made
to maintain the ambience satisfactorily hygienic &shall also comply with all applicable
statutory requirements.
d) Adequately lighted & ventilated Rest rooms at site (separate for male workers and female
workers).
e) Provision for suitable mobile toilets to be made available by Contractor for remote/scattered
job locations.
f) Urinals, Toilets, drinking water, washing facilities, adequate lighting at site and labour
camps, commensurate with applicable Laws/ Legislation.
g) The contractor shall ensure the test report of drinking water.
h) The contractor at periodic interval shall arrange to prevent mosquito breeding by
fumigation/spraying of insecticides at workplace/fabrication yard.

3.3.17 Environment Protection

Contractor shall ensure proper storage and utilization methodology of materials that are
detrimental to the environment. Where required, Contractor shall ensure that only the
environment friendly materials are selected and emphasize on recycling of waste materials, such
as metals, plastics, glass, paper, oil & solvents. The waste that cannot be minimized, reused or
recovered shall be stored and disposed of safely. In no way, toxic spills shall be allowed to
percolate into the ground. The contractor shall not use the empty areas for dumping the wastes.

The contractor shall ensure availability of stack emission test report of DG set.

Contractor to submit Environmental Aspect Impact Register detailing the list of activities in his
scope, the respective environmental impact and the actions taken to minimize the impact.
Environmental Aspect Impact Register to be prepared as per Format HSE-18 and to be updated
and maintained till job completion.

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

Page 256 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 28 of 102

The contractor shall strive to conserve energy and water wherever feasible.
The contractor shall ensure dust free environment at workplace by sprinkling water on the
ground at frequent intervals. The air quality parameters for dust, poisonous gases, toxic releases,
harmful radiations, etc. shall be checked by the contractor on daily basis and whenever need
arises.
The contractor shall not be allowed to discharge chemicals, oil, silt, sewage, sullage and other
waste materials directly into the controlled waters like surface drains, streams, rivers, ponds. A
discharge plan suggesting the methods of treating the waste before discharging shall be
submitted to EIL/Owner for approval.

For pipeline jobs, top soil shall be stacked separately while making ROW through fields. This
fertile soil shall be placed back on top after backfilling.

For offshore construction barges, arrangements shall be made for safe disposal of human, food
& other wastes and applicable laws in this regard shall be followed.

3.3.18 Rules & Regulations

All persons deployed at site shall be knowledgeable of and comply with the environmental laws,
rules & regulations relating to the hazardous materials, substances and wastes. Contractor shall
not dump, release or otherwise discharge or disposes off any such materials without the express
authorization of EIL/Owner. An indicative list of Statutory Acts & Rules relating to HSE is
given under Appendix-D.

3.3.19 Weather Protection


Contractor shall take appropriate measures to protect workers from severe storms, rain, solar
radiations, poisonous gases, dust, etc. by ensuring proper usage of PPEs like Sun glasses, Sun
screen lotions, respirators, dust masks, etc. and rearranging/ planning he construction activities
to suit the weather conditions. Effective arrangement (without creating inconvenience to project
facilities & permanent installations) for protecting workmen from hailstorm, drizzle in the form
of temporary shelter shall be made at site.

3.3.20 Communication

All persons deployed at the work site shall have access to effective means of communication so
that any untoward incident can be reported immediately and assistance sought by them.

All health & safety information shall be communicated in a simple & clear language easily
understood by the local workforce.

For information to all, typical subjects that should be communicated are: -

Inside the company (Top to down)


a. Quality Policy
b. HSE Policy contents
c. Environment Policy
d. HSE Objectives
e. Safety Cardinal Rules
f. HSE Target – reached or missed
g. Praises & Warnings to personnel for HSE Management
h. Safety Walk Through Reports and safety defects / shortfalls (by management)
i. HSE Audit results
j. Revised Statutory Health & Safety provisions, if any

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

Page 257 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 29 of 102

k. H & S publicity
l. Suggestions

Inside the Company (Bottom to up)


a. Complaints
b. Compliances on safety defects / shortfalls
c. Suggestions
d. Proposals for changes & improvements
e. HSE Reports (including near-miss reports)

3.3.21 Confined Space Entry

The contractor shall generate a work permit (Format No. HSE -7) before entering a confined
space. People, who are permitted to enter into confined space, must be medically examined &
certified by registered doctor, confirming their ‘medical fitness for working in confined space’.
All necessary precautions mentioned therein shall be adhered to. An attendant shall be
positioned outside a confined space for extending help during an emergency. Effective
communication shall be maintained between personnel in confined space and outside by
combination of visual/voice or portable radio. Compressed gas cylinders shall not be taken into
confine space. Entry Register for confined space to be maintained with the name and time of
entry/exit. All appropriate PPEs and air quality parameters shall be checked before entering a
confined space. It shall be ensured that the piping of the equipment which has to be opened is
pressure- free by checking that blinds are in place, vents are open and volume is drained. Inside
confined space works, only electrical facilities / installations of 24V shall be permitted.
Contactor shall ensure usage of safe & suitable arrangement of oxygen supply for individual
workmen (during the course of work in confined space), if oxygen concentration is found to be
less than 19.5% (v/v) there. All persons must be made aware of the risk associated with
Nitrogen &all precautionary measures shall be taken when vessel/sphere/pipelines etc. are being
purged with nitrogen.
Rescue arrangement must be readily available at workplace to fulfill requirement of the
emergency situation.

3.3.22 Heavy Lifts


a) The contractor shall submit detailed rigging study/ plan for EIL/ Owner approval prior to
lifting equipment requiring a crane of approx. 100 MT capacity or more due to constraints
of its dimensions, location of foundation height, approach & weight.
b) Contractor shall generate the format no. HSE-15 “Permit for heavy lift/critical erection”
c) The Safe Working Load (SWL) and manufacturer’s serial numbers shall be clearly marked
on the slings and the lifting gears, either by tagging, stamping, engraving or embossing.
d) Prior to actual lifting activities, contractor shall check the validity of the crane inspection
certificate issued by statutory/ competent authority. This requirement shall also apply to all
rigging equipments utilized for the job.
e) The contractor shall, at all times, be responsible for all rigging activities.
f) The Contractor shall ensure medical fitness of all workmen who are engaged / involved in
erection of equipments, vessels etc. and such fitness checks shall be carried-out every six
months interval with the help of a registered medical practitioner & record shall be
maintained
g) Adequate safety measures such as positive barricading, usage of appropriate PPEs, permit
to work, etc. shall be taken during all heavy or critical lifts.
h) Ground condition should be suitable to sustain the Ground Bearing Load of the Crane with
full load condition.

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

Page 258 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 30 of 102

i) For lifting any material (irrespective of shape, size or volume), at any height, it is always
advisable to prepare a Plan of Erection (PoE) taking into consideration hazards & risks
associated therein – this can enable people to put their own experiences of various natures
& side-by-side establish a practical method for risk-free erection / lifts. The contractor shall
prepare PoE & shall document the same, when risks are identified as “medium” or “high”
and the same shall be approved by its competent / qualified engineer.

3.3.23 Key Performance Indicators

The contractor shall measure an activity in both leading & trailing indicators for statistical and
performance measurement. The activities pertaining to key performance indicators are covered
in Monthly HSE Report (Format No. HSE-5). The contractor shall try to achieve a statistically
fair record and strive for its continual improvement.

Leading Indicators viz:-:

- Number of Safety Inductions carried-out at site (for workmen & staff members)
- Number of HSE inspections carried out
- Number of “Safety Walk Through” carried-out by site-head.
- Number of HSE shortfalls / lapses identified per contractor& closed-out in time.
- Number of Safety Meetings conducted (in-house / with contractors)
- Number of HSE Audits made (internal & external) vis-à-vis non conformances raised
- Number of HSE Awareness / Motivational program conducted by contractors
- Number of HSE Trainings conducted at site for supervisors & workmen
- Study of Near miss case reported
- Encouragements / Awards / Recognitions to workmen, job supervisors & field engineers.
- Suggestions for improvement

Trailing Indicators viz:-:


- Calculation of HSE statistics viz frequency rate, severity rate, LTA free man hours etc.
- Analysis of incidents / accidents (nature, severity, types etc.)
- Study of Incident / Accident with respect to :-

 Variety
 Period of the year / project span
 Timings of the incident / accident
 Age profile of victims
 Body parts involved
 Penalty levied for causing incident / accident

3.3.24 Unsuitable Land Conditions

Contractor shall take appropriate measures and necessary work permits/clearances if work is to
be done in or around marshy areas, river crossings, mountains, monuments, etc. The Contractor
shall make right assessment and take all necessary action for developing work areas to make
them safe & suitable for crane operations or other vehicular movement before carrying out any
project related activity / operation. Contractor shall take all necessary actions to make the
surroundings of its site establishments (site office, stores, lay-down area etc.) work-worthy
safe and secure.

3.3.25 Under Water Inspection

Contractor shall ensure that boats and other means used for transportation, surveying &
investigation works shall be certified seaworthy by a recognized classification society. It shall
be equipped with all life saving devices like life jackets, adequate fire protection arrangements

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

Page 259 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 31 of 102

and shall possess communication facilities like cellular phones, wireless, walkie-talkie. All
divers used for seabed surveys, underwater inspections shall have required authorized license,
suitable life-saving kit. Number of hours of work by divers shall be limited as per regulations.
EIL/ Owner shall have the right to inspect the boat and scrutinize documents in this regard.

3.3.26 Excavation

The Contractor shall obtain permission from competent authorities prior to excavation wherever
required.
The Contractor shall locate the position of buried utilities (water line, cable route, etc.) by
referring to project / plant drawing / in consultation with EIL/Owner. The Contractor shall start
digging manually to locate the exact position of buried utilities & thereafter use mechanical
means.
In case of non-availability of sufficient data/drawings, underground services i.e. underground
cable/ pipe shall be checked by cable detector/pipe locator by the contractor.
The Contractor shall keep soil heaps at least 1.5 M away from edge or a distance equal to depth
of pit (whichever is more)
All excavated pits greater than 10 Sq.M plan area and depth more than 1.5M shall have at least
two access routes for ingress and egress. Also, additional access routes shall be provided such
that distance between any two access routes shall not be more than 20M.
The Contractor shall maintain sufficient “angle of repose” during excavation – shall also
provide slope or suitable bench as decided by EIL / Owner.
The Contractor shall arrange “battering” or “benching” wherever required for preventing
collapse of edge of excavations.
Avoid vertical wall of less than 2mtrs between two adjacent deep excavated pit/area. Further
deep excavation should not be kept open for a longer duration.
The Contractor shall identify & arrange de-watering pump or well-point system to prevent earth
collapse due to heavy rain / influx of underground water.
The Contractor shall arrange protective fencing/hard barricading with warning signal around
excavated pits, trenches, etc. along with minimum 2 (two) entries, exits / escape ladders.
The Contractor must avoid “underpinning” / under-cutting to prevent collapse of chunk of earth
during excavation.
The Contractor shall use “stoppers” to prevent over-run of vehicle wheels at the edge of
excavated pits / trenches. Vehicles movement should be restricted to minimum three meters
away from the excavated pit.

The Contractor shall arrange strengthening of “shoring” & “strutting” proactively to avoid
collapse of earth / edges due to vehicular movement in close proximity of excavated areas / pits/
trenches, etc.

3.4 Tool Box Talks (TBT)

Contractor shall conduct daily TBT with workers prior to start of work and shall maintain
proper record of the meeting. A suggested format is given below. The Job specific TBT is to be
conducted by the immediate supervisor of the workers.

The Contractor shall conduct TBT before start of every morning or evening shift or night shift
activities, for alerting the workers on specific hazards and their appropriate dos & don’ts. The
Contractor shall provide sufficient rests to the site workmen and their foremen to avert fatigue
& thereby endangering their lives during the course of site works.

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

Page 260 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 32 of 102

TOOLBOX TALK RECORDING SHEET


Date & Time
Work Location
Subject (Nature of work)
Presenter
Hazards involved
Precautions to be taken
Worker's Name Signature Section

Remarks, in any

The topics during TBT shall include

- Hazards related to work assigned on that day and precautions to be taken.


- Any forthcoming HSE hazards/events/instruction/orders, etc.

The above record can be kept in local language, which workers can read. These records shall be
made available to EIL/ Owner whenever demanded.

3.5 Training & Induction Programme

a) Initial induction of workers into Construction oriented activities and appraising them about
the methodology of works and how to carry-out safely and the same should not be inter
mixed with Tool Box Talks or HSE Training. In this regard careful action should be made
& maintained for imparting HSE induction to every individual, irrespective of his
task/designation/level of employment, whereas, HSE Training should be imparted to
specific person/group of people who are to carry-out that specific task more than once – for
example, Riggers must be trained for working at heights, welders must be trained for work
in confined space, fitters/carpenters, mesons must be trained for work at heights, etc.

b) Contractor shall conduct Safety induction programme on HSE for all his workers and
maintain records. The Gate Pass shall be issued only to those workers who successfully
qualify the Safety induction programme.

c) The Contractor shall brief the visitors about the HSE precautions which are required to be
taken before their proceeding to site and make necessary arrangements to issue appropriate
PPEs like Aprons, hard hats, ear-plugs, goggles & safety shoes etc., to his visitors. The
Contractor shall always maintain relevant acknowledgement from visitor on providing him
brief information on HSE actions.

d) Contractor shall ensure that all his personnel possess appropriate training to carry out the
assigned job safely. The training should be imparted in a language understood by them and
should specifically be trained about

- Potential hazards to which they may be exposed at their workplace


- Measures available for prevention and elimination of these hazards
The topics during training shall cover, at the minimum: -
- Why safety should be considered during work - explanation
- Education about hazards and precautions required

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

Page 261 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 33 of 102

- Employees’ duties & responsibilities


- Emergency and evacuation plan
- HSE requirements during project activities
- Fire fighting and First-Aid
- Use of PPEs
- Occupational health issues – dos & don’ts
- Local laws on intoxicating drinks, drugs, smoking in force
- Common environmental subjects – lighting, ventilation, vibration, smoke/fumes etc.
e) Records of the training shall be kept and submitted to EIL/ Owner.

f) The Contractor shall make regular program for conducting Safety Training on various
topics related to various activities & their safe-guarding utilizing experienced persons /
outside agency / faculty. A program for Safety Training (indicative list as per Appendix –F)
shall be furnished by the Contractor in its HSE Plan.

g) For offshore and jetty jobs, contractor shall ensure that all personnel deployed have
undergone a structured sea survival training including use of lifeboats, basket landing, use
of radio communication etc. from an agency acceptable to Owner/EIL.

3.6 ADDITIONAL SAFETY REQUIREMENTS FOR WORKING INSIDE A RUNNING


PLANT

As a minimum, the contractor shall ensure adherence to following safety requirements while
working in or in the close vicinity of an operating plant:

a) Contractor shall obtain permits for Hot work, Cold work, Excavation and Confined Space
from Owner in the prescribed format.

b) The contractor shall monitor record and compile list of his workers entering the operational
plant/unit each day and ensure & record their return after completing the job.

c) Contractor’s workers and staff members shall use designated entrances and proceed by
designated routes to work areas only assigned to them. The workers shall not be allowed to
enter units' area, tanks area, pump rooms, etc. without work authorization permit.

d) Work activities shall be planned in such a way so as to minimize the disruption of other
activities being carried out in an operational plant/unit and activities of other contractors.

e) The contractor shall submit a list of all chemicals/toxic substances that are intended to be
used at site and shall take prior approval of the Owner.

f) Specific training on working in a hydrocarbon plant shall be imparted to the work force and
mock drills shall be carried out for Rescue operations/First-Aid measures.

g) Proper barricading/cordoning of the operational units/plants shall be done before starting


the construction activities. No unauthorized person shall be allowed to trespass. The height
and overall design of the barricading structure shall be finalized in consultation with the
Owner and shall be got approved from the Owner.
h) Care shall be taken to prevent hitting underground facilities such as electrical cables,
hydrocarbon piping during execution of work.

i) Barricading with water curtain shall be arranged in specific/critical areas where


hydrocarbon vapors are likely to be present such as near horton spheres or tanks.
Positioning of fire tenders (from owner) shall also be ensured during execution of critical
activities.

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

Page 262 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 34 of 102

j) Emergency evacuation plan shall be worked out and all workmen shall be apprised about
evacuation routes. Mock drill operations may also be conducted.
k) Flammable gas test shall be conducted prior to any hot work using appropriate measuring
instruments. Sewers, drains, vents or any other gas escaping points shall be covered with
flame retardant tarpaulin.

l) Respiratory devices shall be kept handy while working in confined zones where there is a
danger of inhalation of poisonous gases. Constant monitoring of presence of
Gas/Hydrocarbon shall be done.

m) Clearance shall be obtained from all parties before starting hot tapping, patchwork on live
lines and work on corroded tank roof.
n) Positive isolation of line/equipment by blinding for welding/cutting/grinding shall be done.
Closing of valve will not be considered sufficient for isolation.

o) Welding spatters shall be contained properly by using fire retardant blanket and in no case
shall be allowed to fall on the ground containing oil. Similar care shall be taken during
cutting operations.
p) The vehicles, cranes, engines, etc. shall be fitted with spark arresters on the exhaust pipe
and got it approved from Safety Department of the Owner.
q) Plant air should not be used to clean any part of the body or clothing or use to blow off dirt
on the floor.
r) Gas detectors should be installed in gas leakage prone areas as per requirement of Owner's
plant operation personnel.
s) Flame proof electrical distribution board, plug and socket shall be used for electrical
appliances.
t) Experienced full time safety personnel shall be exclusively deployed to monitor safety
aspects in running plants.

3.7 Self-Assessment and Enhancement


The contractor shall develop a method of check & balance through self-assessment&
enhancement techniques and shall explore the opportunities for continual improvement in the
HSE system.

3.8 HSE Promotion


The contractor shall encourage his workforce to promote HSE efforts at workplace by way of
organizing workshops/seminars/training programs, celebrating HSE awareness weeks
&National Safety Day, conducting quizzes & essay competitions, distributing pamphlets,
posters & material on HSE, providing incentives for maintaining good HSE practices and
granting incentives/ bonus for completing the job without any lost time accident.

3.9 Lock Out and Tag Out (LOTO) for Isolation of Energy Source
a) Contractor shall follow the LOTO/Isolation procedure of owner for all energy source
isolations installed/under purview by /of owner i.e. “Brown field”
b) For all the other energy source (not under purview of client/owner)i.e. “Green field”
Contractor shall develop a system to ensure the isolation of equipments, pipelines, Vessel,
electrical panels from the energy source covering following as minimum:-
- Identification of all energy source viz. electrical, mechanical, hydraulic, pneumatic,
chemical, thermal, gravitational, radiation and other forms of stored or kinetic
energy.
- Establishing the energy isolation devices viz. manually operated electrical circuit
breakers, disconnection switches, blind flanges, etc.

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

Page 263 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 35 of 102

- Installation of Lock Out devices for preventing the inadvertent release of stored
energy and Tag Out devices (“Danger”, “Do Not operate” or “Do not Remove” tags)
to indicate that testing, maintenance or servicing is underway and the device cannot
be operated until the tag out device is removed.
- Lock Out and Tag out log book
- Permit for isolation and de-isolation of energy source as per format No.: HSE-16
- Availability of competent persons like experienced operators at substations, pump
house, units etc. supervisors etc.
c) Contractor shall ensure that all the sources are locked out and tagged properly before giving
clearance to start the job.
d) After the completion of job, contractor shall ensure all tools and tackles are removed and
nobody is present in the working area and signing on LOTO log book.
e) Only on confirmation of above the contractor will remove their lock and tag from the
isolation points and give instructions for energizing the same. Only the person carrying out
the task shall himself carry the key for the lock in /Lock out.

4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR


4.1 On Award of Contract
The Contractor shall submit a comprehensive Health, Safety and Environmental Plan or
programme for approval by EIL/Owner prior to start of work. The Contractor shall participate in
the pre-start meeting with EIL/Owner to finalize HSE Plans which shall including the
following:
- HSE policy & Objectives
- Job procedure to be followed by the Contractor for construction activities including
handling of equipment’s, scaffolding, electric installations, etc. describing the risks
involved, actions to be taken and methodology for monitoring each activity. Indicative list
of procedures is enclosed as Annexure-H
- EIL/Owner review/audit requirement.
- Organization structure along with responsibility and authority, on HSE activities.
- Administrative & disciplinary steps involving implementation of HSE requirements
- Emergency evacuation plan/ procedures for site and labour camps
- Procedures for reporting & investigation of accidents and near misses.
- HSE Inspection
- HSE Training programme at project site
- HSE Awareness programme at project site
- Reference to Rules, Regulations and statutory requirements.
- HIRAC
- Environment Aspect Impact Register
- Legal Register
- HSE documentation viz reporting, analysis & record keeping.

4.2 During Job Execution

Contractor shall implement approved Health, Safety and Environment management plan or
programme including but not limited to as brought out under para 3.0. Contractor shall also
ensure:
a) to arrange workmen compensation insurance, registration under ESI Act, third party
liability insurance, registration under BOCW Act etc., as applicable.
b) to arrange all HSE permits before start of activities (as applicable), like permits for hot
work, working at heights (Refer Format No. HSE-6), confined space (Refer Format No.
HSE-7), Radiation Work Permit (Refer Format No. HSE-8), Demolishing/ Dismantling
Work Permit (Refer Format No. HSE-9), Permit for erection/modification & dismantling of

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

Page 264 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 36 of 102

scaffolding (Refer Format No:HSE-14),Permit for heavy lift/critical erection (Refer Format
No:HSE-15), Permit for energy Isolation & De-isolation” (HSE-16) ,storage of
chemical/explosive materials & its use and implement all precautions mentioned therein.
In this regard, requirements of Oil industry Safety Directorate Standard No. Std -105
"Work Permit Systems” shall be complied with while working in existing Oil or Gas
processing plants. List of the persons involved shall be maintained as annexure to the work
permit issued for a particular activity.
c) to submit, timely, the completed checklist on HSE activities in Format No.HSE-1, Monthly
HSE report in Format No.HSE-5 (use of web based package (www.eil.co.in/conthse) is
compulsory wherever the facility is available else a hard copy is to be submitted), accident/
incident reports, investigation reports etc. as per EIL/Owner requirements. Compliance of
instructions on HSE shall be done by Contractor and informed urgently to EIL/Owner.
d) that his top most executive at site attends all the Safety Committee/HSE meetings arranged
by EIL/Owner and carries out safety walk regularly. Only in case of his absence from site
that a second senior most person shall be nominated by him, in advance, and
communicated to EIL/Owner for performing the above tasks.
e) display at site office and at prominent locations HSE Policy, caution boards, list of
hospitals, emergency services available, safety signs like Men at work, Speed Limits,
Hazardous Area, various do’s & don’ts, etc.
f) provide posters, banners for safe working to promote safety consciousness.
g) identify, assess, analyze & mitigate the construction hazards& incorporate relevant control
measures before actually executing site works. (HIRAC = Hazard Identification, Risk
Analysis and Control).
h) identify, assess, analyze & mitigate the environmental impact & incorporate relevant
control measures through Environmental Aspect Impact Register
i) Identify and comply to all applicable HSE related legal requirements by preparing and
maintaining a Legal register
j) arrange testing, examination, inspection of own as well as borrowed construction
equipment’s/ machinery (stationary &mobile) before being used at site and also at
periodical interval, through own resources and also by 3rd party competent agencies (as
deemed fit in statutes). Records of such test, examination etc. shall be maintained & shall
be submitted to EIL/Owner as & when asked for.
k) carryout audits/inspection (internal & external) at his works as well as sub-contractor
works as per approved HSE plan/procedure/programme & submit the compliance reports of
identified shortfalls for EIL/Owner review.
l) Arranging HSE training for site workmen (of his own &subcontractors) through internal or
external faculty at periodical intervals.
m) Assistance& cooperate during HSE audits by EIL/Owner or any other 3rd party and submit
compliance report.
n) Generate& submit of HSE records/report as per this specification.
o) Contractor shall arrange minimum 100 lux illumination level at construction site for night
works& record shall be maintained.
p) The contractor shall assign responsible person as in charge for night works and it shall be
informed to owner/EIL.
q) Appraise EIL/Owner on HSE activities at site regularly.
r) Carry-out all dismantling activities safely, with prior approval of EIL/Owner
representative.
s) The Contractor shall ensure that “Hot works” and painting works do not continue at the
same place/ location at project site for which chance or probability of “fire” incident exists.

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

Page 265 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 37 of 102

4.3 During Short Listing of the Sub-Contractors

The contractor shall review the HSE management system of the sub-contractors in line with the
requirements given in this specification. The contractor shall be held responsible for the
shortcomings observed in the HSE management system of the sub-contractor(s) during
execution of the job.

5.0 RECORDS

At the minimum, the contractor shall maintain/ submit HSE records in the following reporting
formats:
Safety Walk Through Report HSE-1
Accident/ Incident Report HSE-2
Supplementary Accident/ Incident Investigation report HSE-3
Near Miss Incident Report HSE-4
Monthly HSE Report HSE-5
Permit for working at height HSE-5
Permit for working in confined space HSE-7
Permit for radiation work HSE-8
Permit for demolishing/ dismantling HSE-9
Daily Safety checklist HSE-10
Housekeeping Assessment & compliance HSE-11
Inspection of temporary electrical booth/installation HSE-12
Inspection for scaffolding HSE-13
Permit for erection/modification &dismantling of scaffolding HSE-14
Permit for heavy lift/critical erection. HSE-15
Permit for Energy isolation and de-isolation. HSE-16
Permit for Excavation HSE-17
Environmental Aspect Impact Register HSE-18
HIRAC Register HSE-19
Checklist for Tower Crane HSE-20
Crane Inspection Checklist HSE-21
Hydra Crane Inspection Checklist HSE-22
Hydraulic Rig Inspection Checklist HSE-23
Boom Lift Inspection Checklist HSE-24
Inspection reports of Equipment/tools/tackles *
Report of Toolbox Talks As indicated in
specification
PPE issue report/register *
Site inspection reports *
Training records *

(*) The formats shall be developed in consultation with EIL/Owner.

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

Page 266 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 38 of 102

APPENDIX-A
(Sheet 1 of 2)
A. IS CODES ON HSE

SP: 53 Safety code for the use, Care and protection of hand operated tools.
IS: 838 Code of practice for safety & health requirements in electric and gas welding
and cutting operations
IS: 1179 Eye & Face precautions during welding, equipment etc.
IS: 1860 Safety requirements for use, care and protection of abrasive grinding wheels.
IS: 1989 (Pt -II) Leather safety boots and shoes
IS: 2925 Industrial Safety Helmets
IS: 3016 Code of practice for fire safety precautions in welding & cutting operation.
IS: 3043 Code of practice for earthing
IS: 3764 Code of safety for excavation work
IS: 3786 Methods for computation of frequency and severity rates for industrial injuries
and classification of industrial accidents
IS: 3696 Safety Code of scaffolds and ladders
IS: 4083 Recommendations on stacking and storage of construction materials and
components at site
IS: 4770 Rubber gloves for electrical purposes
IS: 5121 Safety code for piling and other deep foundations
IS: 5216 (Pt-I) Recommendations on Safety procedures and practices in electrical works
IS: 5557 Industrial and Safety rubber lined boots
IS: 5983 Eye protectors
IS: 6519 Selection, care and repair of Safety footwear
IS: 6994 (Pt-I) Industrial Safety Gloves (Leather & Cotton Gloves)
IS: 7293 Safety Code for working with construction Machinery
IS: 8519 Guide for selection of industrial safety equipment for body protection
IS: 9167 Ear protectors
IS: 11006 Flash back arrestor (Flame arrestor)
IS: 11016 General and safety requirements for machine tools and their operation
IS: 11057 Specification for Industrial safety nets
IS: 11226 Leather safety footwear having direct moulded rubber sole
IS: 11972 Code of practice for safety precaution to be taken when entering a sewerage
system
IS: 13367 Code of practice-safe use of cranes
IS: 13416 Recommendations for preventive measures against hazards at working place

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

Page 267 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.0
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 39 of 102

APPENDIX-A
(Sheet 2 of 2)

B. INTERNATIONAL STANDARDS ON HSE

Safety Glasses : ANSI Z 87.1, ANSI ZZ 87.1, AS 1337, BS 2092,


BS 1542, BS 679, DIN 4646/ 58311

Safety Shoes : ANSI Z 41.1, AS 2210, EN 345

Hand Gloves : BS 1651

Ear Muffs : BS 6344, ANSI S 31.9

Hard Hat : ANSI Z 89.1/89.2, AS 1808, BS 5240, DIN 4840

Goggles : ANSI Z 87.1

Face Shield : ANSI Z 89.1

Breathing Apparatus : BS 4667, NIOSH

Welding & Cutting : ANSI Z49.1

Safe handling of compressed:P-1 (Compressed Gas Association Gases in cylinders 1235


Jefferson Davis Highway,
Arlington VA 22202 - USA)

Full body harness : EN-361

Lanyard : EN-354

Karabiner : EN-362 and EN-12275

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

Page 268 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 40 of 102

APPENDIX-B
DETAILS OF FIRST AID BOX
------------------------------------------------------------------------------------------------------------------------
SL. DESCRIPTION QUANTITY
NO.
------------------------------------------------------------------------------------------------------------------------

1. Small size Roller Bandages, 1 Inch Wide (Finger Dressing small) 6 Pcs.
2. Medium size Roller Bandages, 2 Inches Wide (Hand & Foot Dressing) 6 Pcs.
3. Large size Roller Bandages, 4 Inches Wide (Body Dressing Large) 6 Pcs.
4. Large size Burn Dressing (Burn Dressing Large) 4 Pkts.
5. Cotton Wool (20 gms packing) 4 Pkts.
6. Antiseptic Solution Dettol (100 ml.) or Savlon 1 Bottle
7. Mercurochrome Solution (100 ml.) 2% in water 1 Bottle
8. Ammonia Solution (20 ml.) 1 Bottle
9. A Pair of Scissors 1 Piece
10. Adhesive Plaster (1.25 cm X 5 m) 1 Spool
11. Eye pads in Separate Sealed Pkt. 4 pcs.
12. Tourniqut 1 No.
13. Safety Pins 1 Dozen
14. Tinc. Iodine/ Betadine (100 ml.) 1 Bottle
15. Polythene Wash cup for washing eyes 1 No.
16. Potassium Permanganate (20 gms.) 1 Pkt.
17. Tinc. Benzoine (100 ml.) 1 Bottle
18. Triangular Bandages 2 Nos.
19. Band Aid Dressing 5 Pcs.
20. Iodex/ Moov (25 gms.) 1 Bottle
21. Tongue Depressor 1 No.
22. Boric Acid Powder (20 gms.) 2 Pkt.
23. Sodium Bicarbonate (20 gms.) 1 Pkt.
24. Dressing Powder (Nebasulf) (10 gms.) 1 Bottle
25. Medicinal Glass 1 No.
26. Duster 1 No.
27. Booklet (English& Local Language) 1 No. each
28. Soap 1 No.
29. Toothache Solution 1 No.
30. Vicks (22 gms.) 1 Bottle
31. Forceps 1 No.
32. Snake –Bite Lancet 1No.
33. Note Book 1 No.
34. Splints 4 Nos.
35. Lock 1 Piece
36. Life Saving/Emergency/Over-the counter Drugs As decided at site

-----------------------------------------------------------------------------------------------------------------
Box size: Suitable size first aid box to be used for first aid items
-----------------------------------------------------------------------------------------------------------------

Note : The medicines prescribed above are only indicative. Equivalent medicines can also be used.
A prescription, in this regard, shall be required from a qualified Physician.

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

Page 269 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 41 of 102

APPENDIX-C

TYPE OF FIRES VIS-À-VIS FIRE EXTINGUISHERS

Fire
Extinguisher
Multi
Fire Water Foam CO2 Dry Powder purpose
(ABC)

Originated from can control can control


  minor 
paper, clothes, wood minor
surface fires surface fires

Inflammable liquids
like alcohol, diesel,     
petrol, edible oils,
bitumen
Originated from
gases like LPG,     
CNG, H2

Electrical fires     

LEGEND :  : CAN BE USED

 : NOT TO BE USED

Note: Fire extinguishing equipment must be checked atleast once a year and after every use by an
authorized person. The equipment must have an inspection label on which the next inspection
date is given. Type of extinguisher shall clearly be marked on it.

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

Page 270 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 42 of 102

APPENDIX-D

List of Statutory Acts & Rules Relating to HSE

- The Indian Explosives Act and Rules


- The Motor Vehicle Act and Central Motor Vehicle Rules
- The Factories Act and concerned Factory Rules
- The Petroleum Act and Petroleum Rules
- The Workmen Compensation Act
- The Gas Cylinder Rules and the Static & Mobile Pressure Vessels Rules
- The Indian Electricity Act and Rules
- The Indian Boiler Act and Regulations
- The Water (Prevention & Control & Pollution) Act
- The Water (Prevention & Control of Pollution) Cess Act
- The Mines & Minerals (Regulation & Development) Act
- The Air (Prevention & Control of Pollution) Act
- The Atomic Energy Act
- The Radiation Protection Rules
- The Indian Fisheries Act
- The Indian Forest Act
- The Wild Life (Protection) Act
- The Environment (Protection) Act and Rules
- The Hazardous Wastes (Management & Handling) Rules
- The Manufacturing, Storage & import of Hazardous Chemicals Rules
- The Public Liability Act
- The Building and Other Construction Workers (Regulation of Employment and Condition of
Service) Act
- Other statutory acts Like EPF, ESIS, Minimum Wages Act.

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

Page 271 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 43 of 102

APPENDIX-E (Sheet 1 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(A) Falling into pit Personal injury Provide guard rails/ barricade with warning
EXCAVATION signal
Provide at least two entries/ exits.
Pit Excavation Provide escape ladders.
upto 3.0m Earth Collapse Suffocation/ Provide suitable size of shoring and strutting,
Breathlessness if required.
Buried Keep soil heaps away from the edge
equivalent to 1.5m or depth of pit whichever
is more.
Don't allow vehicles to operate too close to
excavated areas. Maintain at least 2m
distance from edge of cut.
Maintain sufficient angle of repose. Provide
slope not less than 1:1 and suitable bench of
0.5m width at every 1.5m depth of excavation
in all soils except hard rock.
Battering/benching the sides.
Contact with Electrocution Obtain permission from competent
buried electric Explosion authorities, prior to excavation, if required.
cables Locate the position of buried utilities by
Gas/ Oil referring to plant drawings.
Pipelines Start digging manually to locate the exact
position of buried utilities and thereafter use
mechanical means.
Pit Excavation Same as above Can cause Prevent ingress of water
beyond 3.0m plus drowning situation Provide ring buoys
Flooding due to Identify and provide suitable size dewatering
excessive rain/ pump or well point system
underground
water
Digging in the Building/Structure Obtain prior approval of excavation method
vicinity of may collapse from local authorities.
existing Loss of health & Use under-pining method
Building/ wealth Construct retaining wall side by side.
Structure
Movement of May cause cave-in Barricade the excavated area with proper
vehicles/ or slides. lighting arrangements
Equipments Persons may get Maintain at least 2m distance from edge of
close to the buried. cut and use stop blocks to prevent over-run
edge of cut. Strengthen shoring and strutting

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

Page 272 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 44 of 102

APPENDIX-E: (Sheet 2 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Narrow deep Same as above plus May cause Battering/benching of sides
excavations for Frequent cave-in or severe injuries or Provide escape ladders
pipelines, etc. slides prove fatal
Flooding due to May arise Same as above plus
Hydro- static drowning Bail out accumulated water
testing situation Maintain adequate ventilation.
Rock by Improper handling May prove fatal Ensure proper storage, handling & carrying
excavation of explosives of explosives by trained personnel.
blasting Comply with the applicable explosive acts &
rules.
Uncontrolled May cause Allow only authorized persons to perform
explosion severe injuries or blasting operations.
prove fatal Smoking and open flames are to be strictly
prohibited
Scattering of stone Can hurt people Use PPE like goggles, face mask, helmets
pieces in etc.
atmosphere
Rock Entrapping of May cause Barricade the area with red flags and blow
excavation by persons/ animals. severe injuries or siren before blasting.
blasting (Contd) prove fatal
Misfire May explode Do not return to site for atleast 20 minutes or
suddenly unless announced safe by designated person.
Piling Work Failure of pile- Can hurt people Inspect Piling rigs and pulley blocks before
driving equipment the beginning of each shift.
Noise pollution Can cause Use personal protective equipment’s like ear
deafness and plugs, muffs, etc.
psychological
imbalance.
Extruding Can hurt people Barricade the area and install sign boards
rods/casing Provide first-aid
Working in the Can cause Keep sufficient distance from Live-
vicinity of 'Live- electrocution/ Electricity as per IS code.
Electricity' Asphyxiation Shut off the supply, if possible
Provide artificial/rescue breathing to the
injured
(B) Air pollution by May affect Wear respirators or cover mouth and nose
CONCRETING cement Respiratory with wet cloth.
System
Handling of Hands may get Use gloves & other PPE.
ingredients injured
Protruding Feet may get Provide platform above reinforcement for
reinforcement rods. injured movement of workers or provide end caps
for protection on reinforcement bars.

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

Page 273 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 45 of 102

APPENDIX-E : (Sheet 3 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Earthing of Can cause Ensure earthing of equipments and proper
electrical electrocution/ functioning of electrical circuit before
mixers, asphyxiation commencement of work.
vibrators, etc.
not done.
Falling of Persons may get Use hard hats
materials from injured Remove surplus material immediately from
height work place.
Ensure lighting arrangements during night
hours
Continuous Cause tiredness of Insist on shift pattern
pouring by workers and may Provide adequate rest to workers between
same gang lead to accident. subsequent pours.
Revolving of Parts of body or Allow only mixers with hopper
concrete mixer/ clothes may get Provide safety cages around moving motors
vibrators entrapped. Ensure proper mechanical locking of
vibrator.
Super-structure Same as above Shuttering/props Avoid excessive stacking on shuttering
plus may collapse and material
Deflection in prove fatal Check the design and strength of shuttering
props or material before commencement of work
shuttering Rectify immediately the deflection noted
material during concreting.
Passage to Improperly tied Ensure the stability and strength of passage
work place and designed before commencement of work.
props/planks may Do not overload and stand under the
collapse passage.
(C) REINFOR- Curtailment Persons may get Use PPE like gloves, shoes, helmets, etc.
CEMENT and binding of injured Avoid usage of shift tools
rods
Carrying of Workers may get Provide suitable pads on shoulders and use
rods for short injured their hands safety gloves.
distances/at and shoulders. Tie up rods in easily liftable bundles
heights Ensure proper staging.
Checking of Rods may cut or Use measuring devices like tape, measuring
clear distance/ injure the fingers rods, etc.
cover with
hands
Hitting Persons may get Use safety shoes and avoid standing
projected rods injured and fell unnecessarily on cantilever rods
and standing on down Avoid wearing of loose clothes
cantilever rods.

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

Page 274 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 46 of 102

APPENDIX-E: (Sheet 4 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Falling of material May prove fatal Use helmets
from height Provide safety nets

Transportation of Protruded rods Use red flags/lights at the ends


rods by trucks/ may hit the Do not protrude the rods in front of or by
trailers persons the side of driver's cabin.
Do not extend the rods 1/3rd of deck length
or 1.5m whichever is less
(D)WELDING Welding radiates Radiation can Use specified shielding devices and other
AND GAS invisible damage eyes and PPE of correct specifications.
CUTTING ultraviolet and skin. Avoid thoriated tungsten electrodes for
infra-red rays GTAW
Improper Explosion may Move out any leaking cylinder
placement of occur Keep cylinders in vertical position
oxygen and Use trolley for transportation of cylinders
acetylene cylinders and chain them
Use flashback arrestors
Leakage/ cuts in May cause fire Purge regulators immediately and then turn
hoses off
Never use grease or oil on oxygen line
connections and copper fittings on
acetylene lines
Inspect regularly gas carrying hoses
Always use red hose for acetylene & other
fuel gases and black for oxygen
Opening-up of Cylinder may Always stand back from the regulator while
cylinder burst opening the cylinder
Turn valve slowly to avoid bursting
Cover the lug terminals to prevent short
circuiting
Welding of tanks, Explosion may Empty & purge them before welding
container or pipes occur Never attach the ground cable to tanks,
storing flammable container or pipe storing flammable liquids
liquids Never use LPG for gas cutting

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

Page 275 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 47 of 102

APPENDIX-E: (Sheet 5 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES …(Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(E) Ionizing Radiations may Ensure Safety regulations as per
RADIOGRAPHY radiation react with the skin BARC/AERB before commencement of job.
and can cause Cordon off the area and install Radiation
cancer, skin warning symbols
irritation, Restrict the entry of unauthorized persons
dermatitis, etc. Wear appropriate PPE and film badges issued
by BARC/AERB
Transportation Same as above Never touch or handle radiography source
and Storage of with hands
Radiography Store radiography source inside a pit in an
source exclusive isolated storage room with lock and
key arrangement. The pit should be approved
by BARC/AERB.
Radiography source should never be carried
either in passenger bus or in a passenger
compartment of trains.
BARC/AERB has to be informed before
source movement.
Permission from Director General of Civil
Aviation is required for booking radio
isotopes with airlines.
Loss of Radio Same as above Try to locate with the help of Survey Meter.
isotope Inform BARC/AERB (*)
(F) Short circuiting Can cause Use rubberized hand gloves and other PPE
ELECTRICAL Electrocution or Don't lay wires under carpets, mats or door
INSTALLATION Fire ways.
ANDUSAGE Allow only licensed electricians to perform
on electrical facilities
Use one socket for one appliance
Ensure usage of only fully insulated wires or
cables
Don't place bare wire ends in a socket
Ensure earthing of machineries and
equipment’s
Do not use damaged cords and avoid
temporary connections
Use spark-proof/flame proof type field
distribution boxes.

(*) Atomic Energy Regulatory Board (AERB),


Bhabha Atomic Research Centre (BARC)
Anushakti Nagar, Mumbai – 400 094

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

Page 276 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 48 of 102

APPENDIX-E: (Sheet 6 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY
HAZARD HAZARD
PREVENTIVE MEASURES
Do not allow open/bare connections
Provide all connections through 30mAELCB
Protect electrical cables/equipments from
water and naked flames
Check all connections before energizing
Overloading of Bursting of system Display voltage and current ratings
Electrical can occur which prominently with 'Danger' signs.
System leads to fire Ensure approved cable size, voltage grade and
type
Switch off the electrical utilities when not in
use
Do not allow unauthorized connections.
Ensure proper grid wise distribution of Power
Improper laying Can cause Do not lay unarmoured cable directly on
of overhead and electrocution and ground, wall, roof of trees
underground prove fatal Maintain atleast 3m distance from HT cables
transmission All temporary cables should be laid atleast 750
lines/cables mm below ground on 100 mm fine sand
overlying by brick soling
Provide proper sleeves at crossings/ inter-
sections
Provide cable route markers indicating the
type and depth of cables at intervals not
exceeding 30m and at the
diversions/termination
(G) FIRE Small fires can Cause burn injuries In case a fire breaks out, press fire alarm
PREVENTION become big and may prove fatal system and shout "Fire, Fire".
AND ones and may Keep buckets full of sand & water/ fire
PROTECTION spread to the extinguishing equipment near hazardous
surrounding locations.
areas Confine smoking to 'Smoking Zones' only.
Train people for using specific type of fire
fighting equipments under different classes of
fire.
Keep fire doors/shutters, passages and exit
doors unobstructed.
Maintain good housekeeping and first-aid
boxes (for details refer Appendix-B).
Don't obstruct assess to Fire extinguishers.
Do not use elevators for evacuation during
fire.
Maintain lightening arrestors for elevated
structures.
Stop all electrical motors with internal
combustion.

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

Page 277 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 49 of 102

APPENDIX-E : (Sheet 7 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Move the vehicles from dangerous locations.
Remove the load hanging from the crane
booms
Remain out of the danger areas.
Improper It may not Ensure usage of correct fire extinguisher
selection of Fire extinguish the fire meant for the specified fire (for details refer
extinguisher Appendix-C).
Do not attempt to extinguish Oil and electric
fires with water. Use foam
cylinders/CO2/sand or earth.
Improper Same as above Maintain safe distance of flammable
storage of substances from source of ignition.
highly Restrict the distribution of flammable
inflammable materials to only min. necessary amount.
substances Construct specifically designed fuel storage
facilities.
Keep chemicals in cool and dry place away
from heat. Ensure adequate ventilation.
Before welding operation, remove or shield
the flammable material properly.
Store flammable materials in stable racks,
correctly labeled preferably with catchment
trays.
Wipe off the spills immediately
Short circuiting Same as above Don't lay wires under carpets, mats or door
of electrical Can cause ways
system Electrocution Use one socket for one appliance.
Use only fully insulated wires or cables.
Do not allow open/bare connections.
Provide all connections through 30m
AELCB.
Ensure earthing of machineries and
equipments.
(H) Crossing the Personal injury Obey speed limits and traffic rules strictly.
VEHICULAR Speed Limits Always expect the unexpected and be a
MOVEMENT (Rash driving) defensive driver.
Use seat belts/helmets.
Blow horn at intersections and during
overtaking operations.
Maintain the vehicle in good condition.
Do not overtake on curves, bridges and
slopes.
Adverse Same as Above Read the road ahead and ride to the left.
weather Keep the wind screen and lights clean.
condition Do not turn at speed.
Recognize the hazard, understand the
defense and act correctly in time.

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

Page 278 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 50 of 102

APPENDIX-E : (Sheet 8 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Consuming Same as above Alcohol and driving do not mix well. Either
alcohol before choose alcohol or driving.
and during the If you have a choice between hitting a fixed
driving object or an on-coming vehicle, hit the fixed
operation object
Quit the steering at once and become a
passenger. Otherwise take sufficient rest
and then drive.
Do not force the driver to drive fast and
round the clock.
Do not day dream while driving
Falling objects/ May prove fatal Ensure effective braking system, adequate
Mechanical visibility for the drives, reverse warning
failure alarm.
Proper maintenance of the vehicle as per
manufacturer instructions
(I) PROOF Bursting of May cause injury Prepare test procedure & obtain EIL/owner's
TESTING piping and prove fatal approval.
(HYDROSTATIC/ Collapse of Provide separate gauge for pressurizing
PNEUMATIC tanks pump and piping/equipment.
TESTING) Tanks flying Check the calibration status of all pressure
off gauges, dead weight testers and temperature
recorders.
Take dial readings at suitable defined
intervals and ensure most of them fall
between 40-60% of the gauge scale range.
Provide safety relief valve (set at pressure
slightly higher than test pressure) while
testing with air/ nitrogen.
Ensure necessary precautions, stepwise
increase in pressure, tightening of
bolts/nuts, grouting, etc. before and during
testing.
Keep the vents open before opening any
valve while draining out of water used for
hydro-testing of tanks.
Pneumatic testing involves the hazard of
released energy stored in compressed gas.
Specific care must therefore be taken to
minimize the chance of brittle failure during
a pneumatic leak test. Test temperature is
important in this regard and must be
considered when the designer chooses the
material of construction.

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

Page 279 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 51 of 102

APPENDIX-E : (Sheet 9 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
A pressure relief device shall be provided,
having a set pressure not higher than the test
pressure plus the lesser of 345 KPa (50 psi) or
10% of the test pressure.
The gas used as test fluid, if not air, shall be
nonflammable and nontoxic.
(J) Person can fall May sustain severe Provide guard rails/barricade at the work
WORKING AT down injuries or prove place
HEIGHTS fatal Use PPE like full body harness, life line,
helmets, safety shoes, etc.
Obtain a permit before starting the work at
height above 2 meters
Fall arrest and safety nets, etc. must be
installed
Provide adequate working space(min. 0.6 m)
Tie/weld working platform with fixed support
Use roof top walk ladder while working on a
slopping roofs
Avoid movement on beams
May hit the Keep the work place neat and clean
scrap/material Remove the scrap immediately
stacked at the
ground or in
between
Material can May hit the Same as above plus
fall down workers working at Do not throw or drop materials or equipment
lower levels and from height. i.e. do not bomb materials
prove fatal All tools to be carried in a tool-kit
Bag or on working uniform
Remove scrap from the planks
Ensure wearing of helmet by the workers
working at lower levels.
Multiple activities at same location to be
avoided.

(K) Suffocation/ Unconsciousness, Use respiratory devices, if reqd.


CONFINED drowning death Avoid overcrowding inside a confined space
SPACES Provide Exhaust fans for ventilation
Do not wear loose clothes, neck ties, etc.
Fulfill conditions of the permit

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

Page 280 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 52 of 102

APPENDIX-E: (Sheet 10 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Check for presence of hydrocarbons, O2 level
Obtain work permit before entering a confined
space
Ensure that the connected piping of the
equipment which is to be opened is pressure
free, fluid has been drained, vents are open and
piping is positively isolated by a blind flange
Presence of Inhalation can pose Same as above plus
foul smell and threat to life Check for hydrocarbon and Aromatic
toxic compounds before entering a confined space
substances Depute one person outside the confined space
for continuous monitoring and for extending
help in case of an emergency
Ignition/ Person may sustain Keep fire extinguishers at a hand distance
flame can burn injuries or Remove surplus material and scrap
cause fire explosion may immediately
occur Do not smoke inside a confined space
Do not allow gas cylinders inside a confined
space
Use low voltage (24V) lamps for lighting
Use tools with air motors or electric tools with
max. voltage of 24V
Remove all equipment’s at the end of the day
(L) Failure of load Can cause accident Avoid standing under the lifted load and within
HANDLING lifting and and prove fatal the operating radius of cranes.
AND moving Check periodically oil, brakes, gears, horns and
LIFTING equipment’s tyre pressure of all moving machinery.
EQUIPMENTS Check quality, size and condition of all chain
pulley blocks, slings, U-clamps, D-shackles,
wire ropes, etc.
Allow crane to move only on hard, firm and
leveled ground.
Allow lifting slings as short as possible and
check gunny packings at the friction points.
Do not allow crane to tilt its boom while
moving
Install Safe Load Indicator.
Ensure certification by applicable authority.

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

Page 281 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 53 of 102

APPENDIX-E : (Sheet 11 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Overloading Same as above Safe lifting capacity of derricks and winches
of lifting written on them shall be got verified
equipments The max. safe working load shall be marked on
all lifting equipments
Check the weight of columns and other heavy
items painted on them and accordingly decide
about the crane capacity, boom and angle of
erection
Allow only trained operators and riggers during
crane operation.
Overhead Can cause Do not allow boom or other parts of crane to
electrical electrocution and come within 3m reach of overhead HT cables
wires fire Hook and load being lifted shall preferably
remain in full visibility of crane operators.
(M) Person can Person May sustain Provide guard rails for working at height.
SCAFFOLDING, fall down severe injuries and Face ladder while climbing and use both hands.
FORMWORK prove fatal Ladders shall extend about 1m above landing for
AND LADDERS easy access and tying up purpose.
Do not place ladders against movable objects
and maintain base at 1/4 unit of the working
length of the ladder.
Suspended scaffolds shall not be less than 500
mm wide and tied properly with ropes.
No loose planks shall be allowed.
Use PPE, like helmets, safety shoes etc.
Failure of Same as above Inspect visually all scaffolding materials for
scaffolding stability and anchoring with permanent
material structures.
Design scaffolding for max. load carrying
capacity.
Scaffolding planks shall not be less than 50X250
mm full thickness lumber or equivalent. These
shall be cleated or secured and must extend over
the end supports by at least 150mm and not
more than 300mm.
Don't overload the scaffolds.
Do not splice short ladders to make a longer
one. Vertical ladders shall not exceed 6m.
Material can Persons working at Remove excess material and scrap immediately.
fall down lower level gets Carry the tools in a tool-kit bag only.
injured Provide safety nets.

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

Page 282 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 54 of 102

APPENDIX-E: (Sheet 12 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS &PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(N) Personal Can cause injury or Do not take rest inside rooms built for welding
STRUC- negligence and casualty machines or electrical distribution system.
TURAL danger of fall Avoid walking on beams at height.
WORKS Wear helmet with chin strap and full body
harness while working at height.
Use hand gloves and goggles during grinding
operations.
Cover or mark the sharp and projected edges.
Do not stand within the operating radius of
cranes.

Lifting/ slipping Same as above Do not stand under the lifted load.
of material Stack properly all the materials. Avoid slippage
during handling.
Control longer pieces lifted up by cranes from
both ends.
Remove loose materials from height.
Ensure tightening of all nuts & bolts.

(O)PIPELIN Erection/ Can cause injury Do not stand under the lifted load.
E WORKS lowering failure Do not allow any person to come within the
radii of the side boom handling pipes.
Check the load carrying capacity of the lifting
tools & tackles.
Use safe Load Indicators (SLI).
Use appropriate PPEs.

Other Same as above Wear gum boots in marshy areas.


Allow only one person to perform signaling
operations while lowering of pipes.
Wedges to be provided below the pipe to
prevent spool/pipe roll out.
Provide night caps on pipes.
Provide end covers on pipes for stoppage of
pigs while testing/ cleaning operations.

(P) Pollution in Can cause personal Ensure the blasting is done in enclosed shed.
GRIT neighboring injury Keep safe distance while blasting operations.
BLASTING area, hit by grits Wear positive pressure blast hood or helmet
and high with view-window, ear-muff/plug, gloves,
pressure air overall or leather coat /apron, rubber shoes.

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

Page 283 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 55 of 102

APPENDIX-F

TRAINING SUBJECTS / TOPICS


(For contractors’ personnel)

1. The Law & Safety – Statutory Requirement / Applicable statutes / Duties of employer /
employee.
2. Policy & Administration – Why HSE? / Duties & Responsibilities of Safety Personnel at
project site / Effect of incentive on accident prevention.
3. HSE & Supervision – Duties of Supervisor / HSE integrated supervision / Who should be held
responsible for site accidents?
4. Safety Budget / Cost of Accidents – Direct costs / Indirect costs.
5. Hazard Identification / Type of hazards / HIRAC.
6. Behavioral Safety & Motivation.
7. Housekeeping – Storage / Stacking / Handling of materials / Hydra handling.
8. Occupational Health in Construction sector.
9. Personal Protective Equipments – Respiratory & Non- respiratory.
10. Electricity & Safety – ELCB / Fuse / Powered tools / Project illumination.
11. Handling of Compressed Gas – Transportation / Storage / FBAs / Fire prevention.
12. Machine Safety – Machine guarding / Maintenance.
13. Transportation – Hazards & risks in transp. of materials / ODC consignments.
14. Cranes & Other Lifting machinery – Legal requirements vis-à-vis essential safety
requirements.
15. Communication – HSE Induction / TBTs / Safety Committee / Safety meeting / Safety
propaganda / Publicity.
16. Excavation – Risks & Dangers / Safety measures.
17. Working at Heights – Use of ladder / Work on roofs / Scaffolds / Double harness lanyards /
Life-line / Fall arrester / Safety Nets / Floor openings.
18. Hazards in Welding & important safety precautions.
19. Gas Cutting – Hazards & safety measures.
20. Fire prevention & fire protection.

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

Page 284 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 56 of 102

APPENDIX - G
CONSTRUCTION POWER BOARD (typ.)

DRAFT

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

Page 285 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 57 of 102

APPENDIX-H

LIST OF PROCEDURES (MINIMUM) TO BE FORMING PART OF HSE PLAN:-

A. HSE Management Procedures:

 HSE Risk Management (including HIRA)


 HSE Legal Compliance and Other Requirements
 HSE Objectives & Performance
 HSE Training and Competence (including Induction)
 HSE Motivation &Award Scheme
 HSE Audits
 HSE Sub Contractor Management
 HSE Emergency Management
 HSE Incidents Reporting and Management
 HSE procedure for Behaviour based Safety
 First Aid & Management
 Roles, Responsibility, accountabilities and Authorities

B. Job procedures/Safe Operating procedures

 Setting Up Site & Signages


 Working at Height
 Confined Space Entry
 Permit to Work (including hot works)
 Housekeeping DRAFT

 Transportation of materials including Manual Handling


 Earthmoving Operations & excavation
 Scaffolding
 Fire Prevention/Protection
 Hazardous Substance handling & Storage
 Personal Protective Equipment

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

Page 286 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 58 of 102

FORMAT NO. : HSE-1 REV 0


(Sheet 1 of 6)
SAFETY WALK-THROUGH REPORT
(Name & signature of walk through performer to be inserted at the bottom of each page)

Project : _____________ Report no. : ___________

Date : _____________ Ccontractor : ___________

Inspection by :_____________ Owner : ___________

Frequency : Monthly Job no. : ___________

Note : Write ‘NA’ wherever the item is not applicable


Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
1. HOUSEKEEPING
a) Waste containers provided and used
b) Sanitary facilities adequate and Clean

c) Passageways and Walkways Clear

d) General neatness of working areas

e) Other
2. PERSONNEL PROTECTIVE EQUIPMENT
DRAFT

a) Goggles; Shields
b) Face protection

c) Hearing protection

d) Foot protection
e) Hand protection

f) Respiratory Masks etc.

g) Full body harness conforming to CЄ, EN 361

h) Hard hat (HDPE)

i) Other

3. EXCAVATIONS/OPENINGS

a) Openings properly covered or barricaded


b) Excavations shored

c) Excavations barricaded

d) Overnight lighting provided

e) Other

Safety walk-through performer (Name& Signature)……………………………………….

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

Page 287 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 59 of 102

FORMAT NO. : HSE-1 REV 0


(Sheet 2 of 6)

Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
4. WELDING & GAS CUTTING

a) Gas cylinders chained upright

b) Cables and hoses not obstructing

c) Screens or shields used

d) Flammable materials protected

e) Live electrode bits contained properly

f) Fire extinguisher (s) accessible

g) Other

5. SCAFFOLDING & BARRICADING

a) Fully decked platforms

b) Guard and intermediate rails in place

c) Toe boards in place

d) Adequate shoring DRAFT

e) Adequate access

f) Positive barricading for critical activities

g) Installation of warning signs

h) Other

6. LADDERS

a) Extension side rails 1 m above

b) Top of landing

c) Properly secured

d) Angle + 700 from horizontal

e) Other

Safety walk-through performer (Name & Signature)…………………………………………..

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

Page 288 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 60 of 102

FORMAT NO. : HSE-1 REV 0


(Sheet 3 of 6)

Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
7. HOISTS, CRANES AND DERRICKS

a) Condition of cables and sheaves OK

b) Condition of slings, chains, hooks and eyes


O.K.
c) Inspection and maintenance log-books
maintained
d) Outriggers used

e) Reverse horn installed / active / coupled with


gear
f) Signs/barricades provided

g) Signals observed and understood

h) Qualified operators

i) Other

8. MACHINERY, TOOLS AND EQUIPMENT

a) Proper instruction

b) Safety devices

c) Proper cords

d) Inspection and maintenance

e) Other

9. VEHICLE AND TRAFFIC

a) Rules and regulations observed

b) Inspection and maintenance

c) Licensed drivers

d) Other

Safety walk-through performer (Name& Signature)………………………………

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

Page 289 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 61 of 102

FORMAT NO. : HSE-1 REV 0


(Sheet 4 of 6)

Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
10. TEMPORARY FACILITIES

a) Emergency instructions posted

b) Fire extinguishers provided

c) Fire-aid equipment available

d) Secured against storm damage

e) General neatness

f) In accordance with electrical requirements

g) Other

11. FIRE PREVENTION

a) Personnel trained & instructed to make use


of facility
b) Fire extinguishers checked periodically &
record maintained
c) No smoking in Prohibited areas.
d) Fire Hydrants not obstructed

e) Regular fire drill conducted

12. ELECTRICAL

a) Use of 3-core armored cables everywhere

b) Usage of 'All insulated' or 'double-insulated'


electrical tools
c) All electrical connection are routed through
ELCB
d) Natural Earthing at the source of power
(Main DB)
e) Continuity and tightness of earth conductor

f) Effective covering of junction boxes, panels


and other energized wiring places
g) Ground fault circuit interrupters provided

h) Prevention of tripping hazards maintained

f) DCP extinguishers arranged & licensed


electrician engaged at site

Safety walk-through performer (Name& Signature)…………………………………………

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

Page 290 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 62 of 102

FORMAT NO. : HSE-1 REV 0


(Sheet 5 of 6)

Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
13. HANDLING AND STORAGE OF
MATERIALS
a) Safely stored or stacked
b) Passageways clear / free from obstructions
c) Fire fighting facility in place
14. FLAMMABLE GASES AND LIQUIDS
a) Containers clearly identified / protected from
fire
b) Safe storage & transportation arrangement
made
c) Fire extinguishers positioned nearby
d) Facilities kept away from electric spark, hot
spatters & ignition source.
15. WORKING AT HEIGHT
a) Approved Erection plan and work permit in
place
b) Safe access, Safe work platform & Safety nets
provided
c) Life lines, Fall arrester, Full body harness
with double lanyards used;
d) Health Check record available for workers
going up?
e) Protective handrails arranged around floor
openings
16. CONFINED SPACE
a) Work Permit obtained from requisite authority
b) Test for toxic gas and sufficient availability of
oxygen conducted & status
c) Supervisor present at site & at least one
person outside the confined space for
monitoring deputed
d) Availability of safe means of entry, exit and
ventilation (register for entry & exit
maintained)
e) Fire extinguisher and first-aid facility ensured
f) Lighting provision made by using 24V Lamp
g) Proper usage of PPEs ensured
17. RADIOGRAPHY
a) Proper storage and handling of source as per
BARC/ AERB guidelines (authorized
radiographer available)
b) Work permit obtained

Safety walk-through performer (Name& Signature)…………………………………………

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

Page 291 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 63 of 102

FORMAT NO. : HSE-1 REV 0


(Sheet 6 of 6)

Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
c) Cordoning of the area done
d) Use of appropriate PPE's ensured
e) HSE training to workers/supervisors imparted
during the fortnight (indicate topic)
f) Minimum occupancy of workplace ensured

18. HEALTH CHECKS

a) All Workers medically examined and found


be fit for working at heights (slinging, rigging,
painting etc.)
in confined space
in excavation / trenching
in shot blasting
b) Availability of First Aid box with contents
c) Proper sanitation at site, office and labour
camps
d) Arrangement of medical facilities.

e) Measures for dealing with illness at site


&labour camps.
f) Availability of Potable drinking water for
workmen & staff.
g) Provision of crèches for children.

h) Stand by vehicle / ambulance available for


evacuation of injured
19. ENVIRONMENT
a) Chemical and Other Effluents properly
disposed
b) Cleaning liquid of pipes disposed off properly

c) Seawater used for hydro-testing disposed off


as per agreed procedure
d) Lubricant Waste/Engine oils properly
disposed
e) Waste from Canteen, offices, sanitation etc.
disposed properly
f) Disposal of surplus earth, stripping materials,
Oily rags and combustible materials done
properly
g) Green belt protection

Safety walk-through performer (Name& Signature)…………………………………………

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

Page 292 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 64 of 102

FORMAT NO. : HSE-2 REV 0


(Sheet 1 of 3)

ACCIDENT REPORT

(To be submitted by Contractor after every Accident within 24 hours to EIL/ Owner)

Report No.: ____________________________ Date: ______________________


Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________

Non-disabling injury (Non-LTI) Hospitalized but resumed duty before end of 48 hrs of
accident
Disabling injury (other LTI) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTI): Death / Expiry
First Aid case Resume duty after first aid

Name of the injured:_______________________ Father's name of victim: _________________


Sub Contractor’s Name: ……………………………………………………………………………….
Gate Pass No.:………..Age: _____Yrs. Victim’s medical fitness exam. (Pre-empl.) date: - ______

Date & time of Accident / Incident: _______________________________________________


Names of Witnesses: (1________________ (2)___________________ (3) ________________
Profession of victim:
Bar bender Carpenter Meson
Fitter Helper Gas cutter
Grinder Welder Electrician
Driver Rigger M/c. operator
Engineer Manager Other/specify

Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify

Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above

Location where the incident happened: ___________________________________________


______________________________________________________________________________

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

Page 293 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 65 of 102

FORMAT NO. : HSE-2 REV 0


(Sheet 2 of 3)

Activity / Works that were continuing during incident / accident: -


Excavation Demolition Concrete carrying
Concrete pouring Transportation of materials Transportation of
(manually) materials (mechanically)
Work on or adjacent to water Work at height (+2.0 mts) Scaffold preparation
Scaffold dismantling Piling works Welding
Grinding Gas-cutting Pipe fit-ups & fabrication
Structural fabrications Machine works Hydro-testing works
Electrical works Erection activities Other/specify

What exactly the victim was doing just before the incident / accident? ..........................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify

Parts of body involved in incident / accident


Head Face Eyes
Throat Arm (above wrist) Hand (including wrist)
Fingers Truck (Abdomen / Back / Throat
Chest / Shoulder)
Leg (above ankle) Foot (incl. ankle) Toes
Multiple Other/specify

Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)

Contact with (Temp./ Contact with chemicals or Vehicle accident


extremes) oils
Other/specify

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

Page 294 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 66 of 102

FORMAT NO. : HSE-2 REV 0


(Sheet 3 of 3)

Medical Aid provided:-(indicate specific aids / treatment etc.)-


………………………………………………………………………………………………………….
…………………………………………………………………………………………………………..
-------------------------------------------------------------------------------------------------------------------------
Actions taken to prevent recurrence of similar incident / accident:………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
…………………………………………………………………………………………………………….
.………………………………………………………………………………………………………...

_____________________________________________________________________________

Intimation to local authorities (Dist. Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM/Site-in-charge EIL (3 copies)
Nodal Officer HO through RCM (In case of major accident)
Divisional Head (Constn) through RCM
Project Manager, EIL, through RCM

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

Page 295 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 67 of 102

FORMAT NO. : HSE-3 REV 0


(Sheet 1 of 5)

SUPPLEMENTARY ACCIDENT INVESTIGATION REPORT


TICK THE APPROPRIATE ONEAS APPLICABLE (furnish within 72 hours)
Supplementary to Incident / Accident Report No: ______ (Copy enclosed)
Report No.: ____________________________ Date: ______________________
Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________

Non-disabling injury (Non-LTI ) Hospitalized but resumed duty before end of 48 hrs of
accident.
Disabling injury (other LTI ) Hospitalized & failed to resume duty within next 48 hrs.
Fatal (LTI) Death / Expiry
First Aid case Resume duty after first aid

Name of the injured: _______________________ Father's name of victim: _________________


Sub Contractor’s Name: ……………………………………………………………………………….
Gate Pass No.:……….. Age: _____Yrs. Victim’s medical fitness exam. (Pre-empl.) date: - ______

Date & time of Accident / Incident: _______________________________________________


Names of Witnesses: (1________________ (2)___________________ (3) ________________
Profession of victim:
Bar bender Carpenter Meson
Fitter Helper Gas cutter
Grinder Welder Electrician
Driver Rigger M/c. operator
Engineer Manager Other/specify

Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify

Job Experience
NIL Less than 2 yrs. 2-5 yrs.
5-10 yrs. 11-15 yrs. 15 years and above

Location where the incident happened: ___________________________________________


______________________________________________________________________________

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

Page 296 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 68 of 102

FORMAT NO. : HSE-3 REV 0


(Sheet 2 of 5)
Activity / Works that were continuing during incident / accident: -
Excavation Demolition Concrete carrying
Concrete pouring Transportation of materials Transportation of
(manually) materials (mechanically)
Work on or adjacent to water Work at height (+2.0 mts) Scaffold preparation
Scaffold dismantling Piling works Welding
Grinding Gas-cutting Pipe fit-ups & fabrication
Structural fabrications Machine works Hydro-testing works
Electrical works Erection activities Other/specify

What exactly the victim was doing just before the incident / accident? ....................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….

Particular of tools & tackles being used and condition of the same after incident/accident:
…………………………………………………………………………….........................................
………………………………………………………………………………………………………
Description of Incident/Accident (How the incident was caused) : …………………………………...
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify

Parts of body involved in incident / accident


Head Face Eyes
Throat Arm (above wrist) Hand (including wrist)
Fingers Truck (Abdomen / Back / Throat
Chest / Shoulder)
Leg (above ankle) Foot (incl. ankle) Toes
Multiple Other/specify

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

Page 297 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 69 of 102

FORMAT NO. : HSE-3 REV 0


(Sheet 3 of 5)
Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)

Contact with (Temp./ Contact with chemicals or Vehicle accident


extremes) oils
Other/specify

Name & Designation of person who provided First-Aid to the victim: ___________________________

Name & Telephone number of Hospital where the victim was treated ___________________________

Mode of transport used for transporting victim – Ambulance / Private car / Tempo / Truck / Others

How much time taken to shift the injured person to Hospital________________________________

In case of FATAL incident, indicate clearly the BOCW Registration No. of the
victim/Company…………………………………………………………………………………………

Comments of Medical Practitioner, who treated / attended the victim/injured (attached / described
here)_____________________________________________________________________

What actions are taken for investigation of the incident, please indicate clearly – (Video film /
Photography / Measurements taken etc. ……………………………………………………………..)

Immediate cause (Please tick the right applicable) –


Hazardous methods or Poor housekeeping Inadequate or improper
procedures inadequately PPE
guarded
Environmental hazards improper Working on dangerous
(excess noise/ space illumination/Moving on oval equipment
constraint/ inadequate surface
ventilation

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

Page 298 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 70 of 102

FORMAT NO. : HSE-3 REV 0


(Sheet 4 of 5)

Failure to secure Horse-play Failure to use PPE

Inattention to surroundings Improper use of hands & By-passing safety devices


body-parts
Unsafe mixing or placement Bypassing standard Failure in communication
of tools & tackles procedures
Operating without authority Improper use of equipment drug or alcoholic
or tools & tackles influence
excessive haste Others(specify)

Basic cause

Over confidence Impulsiveness over-exertion


Faulty judgement or poor Failing to keep attention Nervousness & Fear
understanding constantly
Fatigue Defective vision Ill health or sickness

Slow reaction Others(specify)

Root cause

Inadequate Engg Improper Design Inadequate Planning &


organization
Inadequate knowledge Inadequate skill Inadequate training
Inadequate supervision Improper work procedure Inadequate compliance
with standard
Substandard performance Inadequate maintenance Improper inspection

Others(specify)

Loss of man days and impact on site works, (if any) –

Remarks from Contractor’s Safety Officer/ Engineer –

Was the victim performing relevant tasks for which he was engaged /employed? Yes / No
Was the Supervisor present on work-site during the incident? Yes / No
Have the causes of incident rightly identified? Yes / No
Cause of Accident was_________________________________________________________

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

Page 299 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 71 of 102

FORMAT NO. : HSE-3 REV 0


(Sheet 5 of 5)

Remedial measures recommended by Safety Officer of Contractor for avoiding similar incident in
future
: …………………………………………………………………………………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
…………………………………………………………………………………………………………
……………………………………………………………………………………………………….....

Intimation to local authorities (Dist. Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
_____________________________________________________________________________

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM/ Site-in-charge of EIL (3 copies)
Nodal Officer HO through RCM (In case of major accident)
Divisional Head (Constn) through RCM
             Project Manager EIL, through RCM

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

Page 300 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 72 of 102

FORMAT NO. : HSE-4 REV 0

NEAR MISS INCIDENT/ DANGEROUS OCCURRENCE REPORT PROFORMA


(to be submitted within 24 hours)
Report No.: _________________

Name of Site: _________________________ Date: ______________________

Name of work: __________________________ Contractor: __________________


__________________________________________________________________________________
Incident reported by :

Date & Time of Incident :

Location :
_________________________________________________________________________________

Brief description of incident


__________________________________________________________________________________
Probable cause of incident
__________________________________________________________________________________
Suggested corrective action
__________________________________________________________________________________

Steps taken to avoid recurrence Yes No

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

Note:
 Near Miss: Human injury escaped & no damage to property, equipment or
interruption to work.
 Dangerous Occurrence: Occurrences as mentioned below shall be considered as “Dangerous
occurrences”
a. collapse or failure of lifting appliances or hoist or conveyors or other similar equipment for handling
building or construction material or breakage or failure of rope, chain or loose gears; overturning of
cranes used in building or other construction work; falling of objects from height;
b. collapse or subsidence of soil, any wall, floor, gallery, roof or any other part of any structure, platform,
staging, scaffolding or any means of access including formwork;
c. collapse of transmission tower;
d. fire and explosion causing damage to property at Construction site.
e. spillage or leakage of hazardous substances and damage to their container;
f. Collapse, capsizing, toppling or collision of transport equipment;
g. Leakage or release of harmful toxic gases at the construction site.

To :Owner
:RCM/Site-in-charge EIL (3 copies)

Divisional Head (Const) through RCM


Project Manager EIL, through RCM (Applicable for Dangerous Occurrence only)

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

Page 301 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 73 of 102

FORMAT NO. : HSE-5 REV 0


MONTHLY HEALTH, SAFETY &ENVIRONMENTAL (HSE) REPORT
(To be submitted by each Contractor)
Actual work start Date: _______________ For the Month of: __________________
Project: ____________________________ Report No: ________________________
Name of the Contractor: ______________ Status as on: ______________________
Name of Work: _____________________ Job No : __________________________
(Contractor in consultation with EIL shall generate the reports through web based package
(www3.eil.co.in/eilhse)only.
UPTO PREVIOUS
ITEM THIS MONTH CUMULATIVE
MONTH
1) Average number of Staff & Workmen
(average daily headcount, not man days)
2)Total Man-hours worked
3) Number of site personnel undergone HSE Induction
4) Number of HSE meetings organized at site
5) Number of HSE awareness programmes conducted at site
6) Number of Tool Box Talks conducted
7) Number of Loss Time Injuries (LTI) Fatalities
Other LTI
8) Number of Non disabling injury (Non-LTI)
9) Number of First Aid Cases
10) Number of Near Miss Incidents
11) Number of Dangerous Occurrences
12) No. of unsafe acts/ practices detected
13) No. of disciplinary actions taken against staff/ workmen
14) Man-days lost due to injury
15) LTI Free man-hours i.e. LTI free man-hours counted from the Last LTI
(enter date: ……….)
16) Frequency Rate (No. of reportable LTI per 10lacs man-hours worked)
17) Severity Rate (No. of man days lost due to LTI per 10 lacs man-hours
worked)
18) No. of activities for which HIRA Completed
19) No. of incentives/ awards given
20) No. of occasions on which penalty imposed by EIL/ Owner
21) No. of Audits conducted
22) No. of pending NCs in above Audits
23) Compensation cases raised with Insurance
24) Compensation cases resolved and paid to workmen
25) No of Vehicular Accident cases
26) No of fire/Explosion cases
27) Whether workmen compensation policy taken Yes No
28) Whether workmen compensation policy is valid Yes No
29) Whether workmen registered under ESI Act, as applicable Yes No
30) Whether HIRAC Register prepared and updated Yes No
31)Whether Environment Aspect Impact Register prepared and updated Yes No
32) Whether Legal Register prepared and updated Yes No
Remarks, if any
Date:

Prepared by Safety Officer Approved by Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)

To: -
- RCM EIL

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

Page 302 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 74 of 102

FORMAT NO. : HSE-6 REV 0

PERMIT FOR WORKING AT HEIGHTS (ABOVE 2.0 METER)


(In duplicate to be issued daily for site and for office)

Permit No…………….. Name of Main Contractor……………………


Name of work executing agency / sub agency / vendor:…………………………………………………...
Date……………… Exact Location of work……………………………………
Nature of work ……………………………………..Duration of work (from) ………… (to) ……….......
Number of workers covered within this permit……………………………………………………………
(List enclosed with name & gate pass numbers.)

Sl. Status of compliance


Items / Subjects
No. (Yes / No)
1 Work areas / Equipments inspected
2 Work area cordoned off
3 Adequate lighting is provided
4 Precautions against public traffic taken
5 Concerned persons in & around have been alerted & cautioned
Hazards / risks involved in routine / non-routine task assessed and control
6
measures have been implemented at specific task
7 ELCB provided for electrical connection & found working
8 Ladder safely attached / fixed
9 Scaffoldings are checked and TAGs are found used correctly
10 Working platforms are provided and are found sound /safe for use
Safe access & egress arrangements (e.g. ladders, fall arresters, life-lines etc.)
11
are satisfactorily incorporated
a. Openings on platform / floors are effectively cordoned / covered
12
b. Safety Nets are provided wherever required
Use of following safety gadgets by people working at area under this permit, is
checked and found satisfactory -
Safety helmet
13 Safety harness (full body) with double lanyard
Safety Shoes
Safety gloves
Safety goggles
14 Housekeeping of work area found satisfactorily tidy / clean & clear
Adequate measures have been taken for works being continued at the ground
15
level, when simultaneous works are permitted overhead at that very location.
16 Materials are not thrown from heights on to ground
17 Medical examination of workers are made & found satisfactory
Responsible job engineer / supervisor found physically present at work spot for
18
overall administration of work as well as safety of people.

Above items have been checked & compliance has been found in place. Hence work is permitted to
start / continue at the above-mentioned location. Work shall not start till identified lapses are rectified.

Additional Precautions, if any …………………………………………………………….


……………………………………………………………………………………………..

Work Permit issued by Verification By


Contractor Engineer/RCM Contractor Safety Officer

AT THE END OF THE DAY/ WORK:


All works at height are completed & workmen have returned safely from work location at
(time)………….. (date)……………

(Sig. Contractor Engineer)

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

Page 303 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 75 of 102

FORMAT NO. : HSE-7 REV 0

CONFINED SPACE ENTRY PERMIT


Project site ___________________________ Sr.No. _________________________
Name of the work ______________________ Date ___________________________
Name of Contractor ____________________ Nature of work ___________________
Exact location of work _____________

Safety Requirements POSITIVE ISOLATION OF THE VESSEL IS MANDATORY


(A) Has the equipment been ?
Y NR Y NR Y NR
 Isolated from  water flushed &/or  radiation sources
power/steam/air steamed removed
 isolated from liquid or  Man ways open &  proper lighting
gases ventilated provided
 depressurized &/or  cont. inert gas flow 
drained arranged
 blanked/ blinded/  adequately cooled 
disconnected
(B) Expected Residual Hazards
 lack of O2  combustible gas/ liquid  H2S / toxic gases
 corrosive chemicals  pyrophoric iron / scales  electricity / static
 heat/ steam / frost  high humidity  ionizing radiation
  
(C) Protection Measures
 gloves  ear plug / muff  goggles / face shield
 protective clothing  dust / gas / air line mask  personal gas alarm
 grounded air duct/blower  attendant with SCBA/air  rescue
/AC mask equipment/team
 Fire fighting arrangements  safety harness & lifeline  communication
equipment
  
Authorization / Renewal (It is safe to enter the confined space)
Signature Time Signature
No. of
Name of persons
persons Contractor's Contractor's
allowed From To Workman
allowed Supervisor Safety Officer

Permit Closure :

(A) Entry  was closed  stopped  will continue on ...

(B)  Site left in a safe condition  Housekeeping done

(C) Multilock  removed  key transferred

 Ensured all men have come out  Man-ways barricaded

Remarks, if any:

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

Page 304 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 76 of 102

FORMAT NO. : HSE-8 REV 0

RADIATION WORK PERMIT

Project : Sr.No. :
Name of the work : Date :
Name of site contractor : Job No. :

Location of work :

Source strength :

Cordoned distance (m) :

Name of Radiography agency : Approved by Owner/EIL

No. of workers engaged :


(List enclosed with name & gate pass numbers.)

The following items have been checked &compliance shall be ensured during currency of the
permit:

S.
Item description Done
No.
Safety regulations as per BARC/AERB ensured while source in use/in transit & during storage
Area cordoned off / safe working platform provided
Lighting arrangements for working during nights ensured
Warning signs/ flash lights installed
Cold work permit taken (if applicable)
PPEs like film badges, dosimeters used

Additional precautions, if any ______________________________________________________

(Radiography Agency’s BARC/AERB authorized Supervisor)

Permission is granted.

Permit is valid from ___________ AM/PM ____________ Date to ___________ AM/PM _________
Date

(Signature of permit issuing authority-RCM of contractor)


Name : Designation: Date:

Permit renewal:
Sign of issuing
Additional precautions
Permit extended up to authority with date (of
required, if any
site contractor)
Date Time

Work completed/ stopped/ area cleared at ________ Hrs of Date ______________


(Sign. of permit issuing authority)
Name& Signature of site contractor:

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

Page 305 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 77 of 102

FORMAT NO. : HSE-9 REV 0


DEMOLISHING/DISMANTLING WORK PERMIT
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :

Name of sub-contractor : No. of workers to be engaged:


(List enclosed with name & gate pass numbers.)

Line No./ Equipment No./ Structure to be dismantled :


Location details of dismantling/ demolition with sketch : (clearly indicate the area)

The following items have been checked &compliance shall be ensured during currency of the
permit:

S. Not
Item description Done
No. Applicable
Services like power, gas supply, water, etc. disconnected

Dismantling/ Demolishing method reviewed & approved

Usage of appropriate PPEs ensured

Precautions taken for neighboring structures

First-Aid arrangements made

Fire fighting arrangements ensured

Precautions taken for blasting

(Contractor’s Supervisor) (Contractor’s Safety Officer)

Permission is granted.

(Permit issuing authority-Client)

Name :
Date :

Completion report:

Dismantling/ Demolishing is completed on _____________ Date at ____________ Hrs.

Materials/ debris transported to identified location Tagging completed (as applicable)

Services like power, gas supply, water, etc. restored

(Permit issuing authority-Client)

CONTRACTOR’s NAME

Format No. 8-00-0001-F7 Rev. 0

Page 306 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 78 of 102

FORMAT NO. : HSE-10 REV 0

DAILY SAFETY CHECKLIST


(To make use of before start of day’s work)

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Description of Job decided to perform : -

 Use of PPE / Safety Gadgets

Sl. Compliance Sl. Compliance


PPEs PPEs
No (Yes / No) No (Yes / No)
1 Safety Helmets 6 Face Shield
2 Safety Shoes 7 Full body harness
3 Hand Gloves 8 Fall Arrest System
4 Dust Musk 9 Safety net
Horizontal life-line made of
5 Safety Goggles 10 steel wire, (dia not less than
8.0 mm.)
(Serial No. 1 & 2 are compulsory for everyone. Specify & ensure use of other safety gadgets as required for the job)

 Identify following important unsafe conditions: -

Sl. No Conditions Yes / No


1 Access to work site / emergency escape clear
2 Soil / Loose earth kept away from excavated pit / slope / ladder provided
Electrical wire / welding lead lying entangled on ground / welding m/c. booth
3
accessible
4 Elevated work platform / open ends are protected
Ground area cordoned off before lifting works or erection at height / ground
5
area checked & cordoned-off before start of height works
Structural members / erected pipes / wooden boards/pieces etc. are safely
6 anchored at heights and are not likely to fall down on people when working
beneath
Ladders tied-up on tall steel structures, long before are removed to get rid of
7
their use
8 Any Other

 Indicate actions taken, if status of any of the above items is found “No”
……………………………………………………………………………………………………………
…………………………………………………………………………………………………………….

 Specific Safety guidelines / precautions, if any (communicated thro’ TBT)


……………………………………………………………………………………………………………..
….………………………………………………………………………………………………………….

 Above conditions and PPE compliances are checked by undersigned and correct status are indicated after
verification

Prepared by Verification By
Contractor Site Engineer Contractor Safety Officer

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

Page 307 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 79 of 102

FORMAT NO. : HSE-11 REV 0


(Sheet 1 of 2)
HOUSEKEEPING ASSESSMENT& COMPLIANCE
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Name of contractor : Fortnightly

Sl. Satisfactory/ Non


Subjects of Review Remarks Action
No. Yes satisfactory/No
1. Cleanliness at the Main entry / access of site
2. Ground condition / floor areas free from water-
logging / oil spillage
3. Ground & elevated floors free from rubbish /
wastes / accumulated debris / scraps.
4. Manholes / openings are covered / fenced
5. Trenches are barricaded / walkways are in
place
6. Drains are cleaned / not choked / not occupied
by dumped materials
7. Sufficient CAUTION boards / instructions
displayed
8. Construction machinery are maintained &
parked in orderly manner.
9. Movement of site people are not obstructed
because of dumping / storing of construction
materials
10. Access / egress to Electrical Distribution
Boards / Panels clear from wires / cables /
earth-strips etc.
11. Electrical panel rooms / sheds / MCC / Control
rooms / Substations etc. are clean & tidy and
not used for storing dress / clothes, tiffin-box
or bicycles.
12. Passage behind Elec. panels are free for access
13. Fire extinguishers / fire-buckets are accessible
without any difficulty.
14. Stair-steps, platforms & landings are clear &
tidy
15. Sheds / rooms & work areas have got sufficient
illumination as well as ventilation
16. Cables / Wires / welding leads are routed /
hanged appropriately & are not creating unsafe
condition.
17. Stacking / storing of insulation materials or
their packing.
18. Removal or cleanliness of left-over sand,
concrete, brick-bats, insulation-materials,
excess earth, wastes etc.
19. Storing / stacking of sand, metal chips, re-
bars, steel pipes, valves, fittings etc.
20. One escape route at ground & minimum two
escape routes at elevation available.

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

Page 308 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 80 of 102

FORMAT NO. : HSE-11 REV 0


(Sheet 2 of 2)

Sl. Satisfactory/ Non


Subjects of Review Remarks Action
No. Yes satisfactory/No
21. Captions / Posters / Slogans on various safety
instructions are displayed legibly in local
language
22. Cable trenches are water-free or regular
arrangement for taking out accumulated water
exists.
23. Windows of rooms / offices are regularly
cleaned
24. Facilities for cycle sheds, drinking water,
washing, rest-rooms etc. are maintained in tidy
manner.
25. Toilet, Urinals, Canteen / kitchen / pantry etc.
are maintained & free from obnoxious smell.
26. Construction tools / tackles are stored
systematically - the items are tagged / tested /
certified by competent third party.
27. Sufficient numbers of Dust-bins / Waste-bins
found at site and are regularly emptied.

Additional remarks, if any -


………………………………………………………………………………………………………………
………………………………………………………………………………………………………………
……………………………………

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

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

Page 309 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 81 of 102

FORMAT NO. : HSE-12 REV 0

INSPECTION OF TEMPORARY ELECTRICAL BOOTH / INSTALLATION


Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Sub Station No:/Booth No Location:

SL
SUBJECTS OBSERVATION (YES /NO) ACTION TAKEN
NO
Switchboards installed properly are in order and
1
protected from rain & water-logging.
Adequate illumination provided for switchboard
2 operation during night hours & the lamps are protected
from direct human contact.
Voltage ratings, DANGER signs, Shock-Treatment-
3
Chart displayed in the installation / booth
Fire extinguisher (DCP or CO2) & Sand Bucket kept in
4
close vicinity of Switchboards
Valid License & Competent Electrician / Wireman
5 available & name/ license no. displayed at booth /
installation.
General housekeeping in & around booth / installation
6
found in order.
7 Cable-route-markers for U/G cables provided.
Monthly inspection report of Electrical hand tools
8
available in booth / installation.
Electrical Panel door to be in closed condition and
9
Insulated Mat to be provided in front of panel.
10 Rubber hand gloves available/ used by Electricians
Availability of CAUTION boards for shutdown & / or
11
repairing works.
All incoming & outgoing feeders have proper MCCB /
12
HRC fuses / Switches.
Switchboards “earthed” at two distinctly isolated
13
locations.
Switchboards have adequate operating space at the front
14
face & at the rear face too.
15 All connections provided through 30mA ELCB.
16 Testing records of all ELCBs available at site
17 Only industrial type plugs & sockets are used.
Temporary connections are 3-core double insulated &
18 free from cuts & joints and 3rd core is earthed at both
ends
Socket boards are properly mounted on stand &
19
protected from water ingress.
Electrical equipments operating above 250V have two
20
earthing / double earthing.
All incoming / outgoing cables are properly glanded &
21
terminated with “lugs”.
22 Switch-boards are of industrial variety / type.
Sketch for installation / connection (SLD) made &
23
pasted& other safety labels/display boards
24 Labeling of incoming / outgoing feeders made.
25 All hand lamps are protected from direct contact.
26 All electrical cable / joints are in safe condition

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

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

Page 310 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 82 of 102

FORMAT NO. : HSE-13 REV 0


(Sheet 1 of 2)
INSPECTION FOR SCAFFOLDING
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Sl. Actions
Description Yes No N.A.
No taken
1 Whether work permit is obtained to take up work at height above 1.5 Mts?
Whether atmospheric condition is “stormy” or “raining” and works at
2
heights have been permitted?
3 Whether steel pipes scaffoldings are used for units /off-site areas?
Whether scaffolding has been erected on rigid/firm/leveled surfaces /
4 ground? Whether “foot-seals” or “base-plates” are used beneath the up-
rights (vertical steel pipes)
Whether scaffold construction is as per IS specification with toe-board and
5
hand-rails (top-rail as well as mid-rail)?
Whether distance between two successive up-rights are less than 2.5 Mts
6 (height of scaffold & load carrying capacity governs the distance between
two uprights)
Whether all uprights are extended at least 900 mm above the top most
7
working platform (to enable fitting of handrails)?
Whether vertical distance of two successive ledgers is satisfactory?
8
(varying between 1.3 Mts. To 2.1 Mts)
Whether the peripheral areas of working at height are cordoned-off? (for
9
avoiding accident to people arising out of dropped / deflected materials)
10 Whether platform is provided? Is it safely approachable?
Whether end of scaffold platform / board are extended beyond transoms?
11
(125mm to 150 mm)
Whether CE / IS approved quality and worthy conditioned full-body safety
12 harness (with double lanyard & karabiners) are used while working at
heights?
Whether life-line of safety harness is anchored to an independent secured
13
support capable of withstanding load of a falling person?
Whether the area around the scaffold is cordoned off to prohibit the entry of
14
unauthorized person / vehicle?
Whether clamps used are of good condition, of adequate strength and free
15
from defects?
16 Whether ladder is placed at secured and leveled surface?
17 Whether water-pass and oil-spills are avoided around the scaffold structure?
18 Whether ladder is extended 1.5mts. above the landing point at height?
19 Whether more than one access/egress provided to the scaffold?
Whether ladder used are of adequate length and overlapping of short
20
ladders avoided?
Whether metallic ladders are placed much away from near-by electrical
21
transmission line?
22 Whether rungs of ladder are inspected and found in good order?
23 Whether fall-arresters provided on both the access/egress routes?
Whether diagonal (cross) bracings are provided at regular interval on the
24
scaffold?
Whether working platform on the scaffold has been made free from “jolt”
25
or “gap”?
Whether tools or materials are removed after completion of the day’s job at
26
heights?
Whether a valid Permit for Work (PFW) is obtained before taking up work
27
over asbestos or fragile roof?
28 Whether sufficient precaution is taken while working on fragile roof?

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

Page 311 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 83 of 102

FORMAT NO. : HSE-13 REV 0

(Sheet 2 of 2)

Sl. Actions
Description Yes No N. A
No taken
Whether provision is made to arrange duck ladder, crawling board for
29
working on fragile roof?
Whether scaffold has been inspected by qualified civil engineers prior to
30
their use?
Whether the scaffolding has been designed for the load to be borne by the
31
same?
Whether the erection and dismantling of the scaffolding is being done by
32
trained persons and under adequate supervision?
Whether safety net with proper working arrangement and life-line has
33
been provided?
Whether TAGS (Green for acceptable and Red for incomplete/unsafe
34
scaffolds) are used on scaffolds?
Whether sufficient illumination is provided in and around the scaffold
35
and access?
Whether emergency rescue / response arrangements are made in place
36

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

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

Page 312 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 84 of 102

FORMAT NO. : HSE-14 REV 0


(sheet 1 of 2)
PERMIT FOR ERECTION / MODIFICATION & DISMANTLING OFSCAFFOLDING
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………

SL. NOT
SUBJECTS / ITEMS DONE REMARKS
No. DONE
Specific task of Erection / Modification / Dismantling of scaffolds,
1 identified & TAGGED accordingly (before as well as after carrying-out
jobs).
People engaged in doing the job are identified & are certified by Job Names to be
2
Engineer of Main Contractor as experienced / trained. noted
Concerned persons are alerted by the Job Engineer of Main Contractor in
3 connection with possible hazards & what the workmen MUST do /
MUST not do.
Verification by Job Engineer of Main Contractor made for confirming
that all persons permitted to carry-out the jobs are making use of Helmet,
4
Safety Shoes, Goggles, Gloves & Double lanyard safety harness and
other relevant PPEs.
5 Area of work is effectively cordoned-off / barricaded / illuminated.
For taking-up / lowering down Scaffolding members / clamps / couplings
etc. appropriate ropes / pulleys/ chains etc. have been arranged for use
6
(not to throw any item) & the same have been verified as “fit for
purpose”.
Items / members of scaffold, being lowered are removed from the area &
7
stacked correctly.
Ropes, chains, pulley blocks etc. being used for lifting or lowering
scaffold items, are inspected by the Job Engineer & their certifications as
8
well as physical conditions have been found O.K, before signing this
PERMIT.
Safety Net / Life-line / Fall Arresters etc. are arranged in position and Job
9
Engineer has found working conditions favorable for activities to start.
Scaffold erection or dismantling tasks are being supervised by
10
Experienced Engineer / Competent person.
Only competent & experienced people have been selected / engaged in
11
Scaffolding erection, modification or dismantling tasks.
Adequate & effective actions for traffic and movement of people around
12
the cordoned-off area taken to avoid inadvertent incident
13 Working platforms are protected with handrails & toe-boards.
14 Access & Exit (for reach & escape) are safe for use by people.
Tools, tackles to be used for above jobs are verified by job Engineers of
15 Main contractor as genuinely good and tied-up at height (to prevent their
fall).
16 Site important Telephone Nos. are made known to everyone
SOP (Safe Operating Procedure) for the specific task is made & followed
17
too.
18 Emergency vehicle has been arranged at work locations.

 This permit for work shall be available at specific work location all the time.
 After completion of work, permit shall be returned to safety cell of main contractor, without fail.
 This Permit shall be issued maximum upto (Monday to Sunday).
 Additional Precautions, if any
…………………………………………………………………………………………………………………
 ACCORD OF PERMISSION (to be ticked) - YES ( ) / NO ( )

Inspected by Verification By
Contractor Engineer Contractor Safety Officer]

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

Page 313 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 85 of 102

FORMAT NO. : HSE-14 REV 0


(sheet 2 of 2)

Everyday Site working conditions & performance of workmen shall be assessed / checked by Contractor
Site Engr. and Safety Officer shall verify the same.

Name / Sign. MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY SUNDAY


Site
Engr.
Safety
Off.

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

Page 314 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 86 of 102

FORMAT NO. : HSE-15 REV 0

PERMIT FOR HEAVY LIFT/CRITICAL ERECTION

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………
Location of work : Name /Type of crane :
Equipment/Structure to be erected: Wt. of equipment/ structure to be erected

SL. COMPLIANCE STATUS


Description of Item
NO. Remarks
Yes No Not applicable
1) Is the crane type suitable for lift or as per erection
procedure?
2) Is the crane have the correct number of counterweights
fitted?
3) Availability of Load Certification of crane from
authorized agency.
4) Is the load chart of crane available in carne cabin/or with
Crane operator?
5) Is the device to check the Wind speed in crane is working?
Is the safety features in crane are working?
6) Availability of Load certification of slings and other
accessories from authorized agency
7) Availability of Licensee/certificate for crane operator from
authorized agency.
8) Availability of approved HIRAC for the subject activities.
9) Availability of approved erection/rigging procedures.
10) Availability of temporary gratings/ platforms for critical
lifting(as applicable)
11) Tool Box conducted before erection?
12) Has the area been cordoned off?
13) Are the authorized persons during erection are identified?
14) Does each person identified for erection understand their
roles and responsibilities?
15) Is the ground on which crane will rest or outrigger support
are correct?
16) Is hard stand requirement (if any) complied?
17) Is the communication system (viz walkie-talkies, etc.) are
working properly?
18) If more than one crane is lifting the load, is an
Intermediate rigger will supervise the lift?
19) If there is other obstruction within the operating radius of
the crane, have correct precautions been taken to prevent
collision?
20)
All the persons are wearing the requisite PPE?

Inspected & Issued by Verification By


Contractor Engineer/RCM Contractor Safety Officer

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

Page 315 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 87 of 102

FORMAT NO. : HSE-16 REV 0

PERMIT FOR ENERGY ISOLATION & DE-ISOLATION

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
ENERGY ISOLATION PERMIT
 Clearance required from:…..Hrs ………Date To ……..Hrs ….Date
 Name of equipment/ energy source etc. ………………………………………………………………….
 Nature of job to be done: ……………………………………………………………………………….
 Area………………………….Location:…………………………………………………………………..

PERMIT VALIDATION PERFORMING AUTHORITY


I hereby authorize the …………..personnel(performer) The work and precautions will be carried out under my
to isolate the above equipment/energy source from all overall responsibility.(Testing/execution engineer)
sources of power and handover the equipment/energy
source for maintenance/repair.
Signature: Date:
Issuing authority Name:
Area –Incharge/RCM
Signature: Date:
Name:

SAFETY PRECAUTIONS FOR CLEARANCE NORMALISING AFTER CLEARANCE


1. Notify workers of intent to de- energize 1. Notify workers of intent to re- energize
2. Obtain lock, tag or locking/tagging devices 2. Conduct visual inspection to confirm that the
3. Shut down, deenergize, dissipate any danger zone is clear of workers
residual energies. 3. Conduct visual inspection to confirm that tools,
4. Apply lock ,tag and locking and/or tagging equipments danger zone is clear of workers
devices 4. Reposition the safety devices(interlocks,
5. *Any other job specific precautions valves, guards, covers ,sensors, as applicable,
6. Verify effectiveness of lockout by etc.)
attempting to restart. 5. *Any other job specific normalizing details
7. Proper PPE is ensured 6. Remove lock, tag and locking and/or tagging
devices.
I certify that the energy source mentioned above is 7. Re-energize.
isolated from all sources and is safe to start the work. 8. Confirm system is operating properly& safely
I certify that the energy source mentioned above is
Tag No:…… Lock No:…………. isolated from all sources and is safe to start the work.

Issuing authority Tag No:…… Lock No:………….


Area –Incharge/RCM Issuing authority
Signature: Date: Area –Incharge/RCM
Name: Signature: Date:
(*to be included by contractor in consultation with Name:
EIL/owner) (*to be included by contractor in consultation with
EIL/owner)
ENERGY DE-ISOLATION PERMIT
PERMIT VALIDATION PERFORMING AUTHORITY
I hereby authorize the …………..personnel(performer) I hereby certify that the equipment/energy source
to de- isolate the above equipment/energy source from mentioned above has been de-isolated and is ready for
all sources of power and handover the equipment/energy normal operation.(Testing/execution engineer)
source for normal operation..

Issuing authority Signature: Date:


Area –Incharge/RCM Name:
Signature: Date:
Name: Countersigned by Issuing authority

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

Page 316 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 88 of 102

FORMAT NO. : HSE-17 REV 0

PERMIT FOR EXCAVATION (depth 2m and above)


(Sheet 1of 2)
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Job Description : Location:
Size of excavation :

COMPLIANCE STATUS
SL.
Description of Item Not Remarks
NO. Yes No
applicable
1) Suitable and sufficient risk assessments and method
statements has been carried to ensure that the work shall be
undertaken in accordance with specification and standard.
2) Are plans/details of underground services available and the
same has been reviewed?
3) Has survey done to locate the services/obstacles etc.
4) Has the live services (electrical, water line, air line,
telephone line, etc) has been disabled for carrying out the
job.
5) Is adequate barriers/fences to protect the excavation are in
place?
6) Is Adequate warning signs are in place?
7) Is Assessment of ground conditions done and remedial
action (if any) taken?
8) Safe access / egress (e.g. ramp / steps / ladders etc.)
provided for site workmen & supervisors.
9) Is the excavation work being undertaken in proximity of
structure, etc.? If Yes, it’s effect is considered?
10) Availability of competent person for supervising the
excavation work?
11) Adequate safe arrangement to prevent collapse of edges
(e.g. shoring / strutting / benching / sloping etc.) made at
site.
12) Hard barricades (at least 1.0M away from edge & for
excavation near site access roads) with warning
signs/caution boards are provided
13) Accumulation / passage-ways of water at periphery of
excavation / trench stopped/ restricted.
14) Is the equipment being used for excavation has been
checked for adequacy and is in good working condition
having all the safety features?
15) Age & fitness of workmen ensured by medical test before
engagement in job ?
16) Arrangement of Monitoring of possible oxygen deficiency
or obnoxious gases done & action taken?

PERMIT GRANTED - Yes / No

(List enclosed with name & gate pass numbers.)

Name & Signature of Site Engr. Name & Signature of Area – In charge/RCM of

Contractor (Initiator) Contractor (Issuing authority)

Verification by Contractor Safety Officer

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

Page 317 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 89 of 102

FORMAT NO. : HSE-17 REV 0

PERMIT FOR EXCAVATION


(Sheet 2of 2)

NOTES: -

1. Slopes or benches for excavation beyond 2.0M depth shall be designed & approved by Contractor’s site head.
2. Excavated earth to be kept at least 1.5M away from edges
3. Safety helmets, Safety shoes or gum-boots, gloves, goggles, Face shield, Safety Harness shall be essential
PPEs.
4. Permit shall be made in duplicate and original shall be available at site of work.
5. Permit shall be issued for maximum one week only (Monday to Sunday)
6. After completion of works, permit shall be closed & preserved for record purpose

GRANT OF PERMIT AND EXTENSIONS

Issuing
authority
Validity period Initiator (site Review by EIL /
Sl. Working Time (Area In
From ____To Engr. of Main Owner (Remarks
No. From _____To _____ charge/RCM of
____ Contractor) with date
Main
Contractor)

1.

2.

3.

4.

5.

6.

7.

Additional safety instructions if any: -


1.
2.
3.

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

Page 318 of 4396


Page 319 of 4396

STANDARD SPECIFICATION FOR HEALTH, SAFETY & STANDARD SPECIFICATION No.


ENVIRONMENTAL MANAGEMENT 6-82-0001 Rev.0
AT CONSTRUCTION SITES Page 90 of 102

FORMAT NO. : HSE-18 REV 0 (Sheet 1of 2)

IDENTIFICATION OF ENVIRONMENTAL ASPECTS, IMPACT ASSESSMENT AND CONTROL MEASURES

Risk
Environmental Environment Consequences Significant Gaps/
S.No Activity N/A/E Control Measures Level
Aspect Impact Recommendations
A B C D E F G Yes/No

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved


Page 320 of 4396

STANDARD SPECIFICATION FOR HEALTH, SAFETY & STANDARD SPECIFICATION No.


ENVIRONMENTAL MANAGEMENT 6-82-0001 Rev.0
AT CONSTRUCTION SITES Page 91 of 102

(Sheet 2 of 2)

INITIAL ENVIRONMENT REVIEW TECHNIQUE

WP = DNR = Depletion of
Environmental Impacts AP = Air Pollution LC = Land Contamination NP = Noise Pollution
Water Pollution Natural Resources

Legal and other


Scale Quantity (A) Occurrence (B) Severity of Impact (C) Detection (D) Control (E)
requirements (F)
In compliance or not
1 Negligible Very Rare Negligible visual impact Immediately Available & effective at place
applicable
Has in-built Secondary
2 Low Once a month or less Causes Discomfort or Nuisance Within 1 hour
control

3 Moderate Once a day Resource Depletion Within 8 hours Needs human Intervention

Affects Aquatic Life, flora, Mechanism in place but not


4 High Several times a Day Within 24 hours
fauna or global issue reliable

5 Excessive Continuous Human health effect More than 24 hours Absent or no effective control Not in compliance

Risk Level - G : A x B x C x D x Ex F

Aspects with score of 100 and above are considered as significant.


Also, Irrespective of the score, all legal noncompliance’s to be considered as significant

Condition
N NORMAL
A ABNORMAL
E EMERGENCY

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved


Page 321 of 4396

STANDARD SPECIFICATION FOR HEALTH, SAFETY & STANDARD SPECIFICATION No.


ENVIRONMENTAL MANAGEMENT 6-82-0001 Rev.0
AT CONSTRUCTION SITES Page 92 of 102

FORMAT NO. : HSE-19 REV 0 HIRAC

Recommended
Desired Controls & Existing Control Actions Action
Risk Identification Risk Assessment Remarks
Gaps, If Any To Reduce The By
Risk Level
SN Activity Activity Hazards Condition Associat Desired Control Gaps If Probabi Impact Risk Risk
Type (N/An/E) ed Risk Measures Any lity (P) (I) R= Classific
(R/Nr) P*I ation

Likelihood – Possibility of occurrence of risks based on present gaps (technological / operational / competence / measurement and monitoring);

UL: Unlikely, L: Likely, VL: Very Likely, FR: Frequent, C: Continuous

Impact –

SI: Slight Injury, MI: Minor Injury, MJ: Major Injury, SF: Single Fatality, MF: Multiple Fatalities

Level of consequence – Refer Guidance criteria for this i.e. possible degree of damage;

Condition- N: Normal, AN: Abnormal, E-Emergency

Activity Type: R- Routine, NR- Non Routine

RISK –

L: Low Risk, M: Moderate Risk, H: High Risk

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
Page 93 of 102
AT CONSTRUCTION SITES

FORMAT NO.: HSE-20 REV 0

Inspection of Tower Crane

Name of Contractor: Project:


Name of Work: Job No:
Vehicle Identification/Registration No: Date:

Sr. Remarks &


Description Observation
No. Suggestions
1 Serial number plate &SWL marking
2 Valid TPI Certificate
3 Valid Insurance
4 Safe access and egress are provided to the crane operator.
5 Front glass of Operator cabin
6 Operator crane cabin is provided with a locking mechanism so as to
prevent unauthorised entry.
7 A safety bar is fitted across the operator’s cabin window where there is
likelihood of the operator falling through it.
8 Manufacturer Operating Manual and Maintenance Manual are made
available.
9 An updated Operation and Maintenance log book is available in the
operator cabin.
10 All mounting bolts are in good condition.
11 Load chart provided
12 SLI available
13 Crane hooks have got smooth surface and no dent

14 Hook-latch / Dog-clamp in hook is effective


15 Over hoist limit switch
16 Double body earthing of Tower Crane
17 Jib angle indicator is provided (For Luffing Jib Tower Crane).
18 Emergency stop button, which will terminate the operation of the crane
engine, is installed in the operator cabin and correctly identified.
19 Effective braking mechanisms for Hoisting, Derricking, Slewing,
Trolley Travelling maintained:
20 Trolley Travelling limiter to prevent over-travelling of trolley is
functional.
21 Limit switches to prevent over-derricking and over-lowering of jib (For
Luffing Jib Tower Crane) is functional.
22 Slewing limiter to restrict slewing of crane is functional.
23 Over load Limiter to prevent overloading of crane is functional.
24 Load Moment Limiter to prevent over-turning moment is functional.
25 Anti-collision devices are tested to stop the tower crane’s operation
such that the crane-to-crane interference must be maintained at not less
than 3 m.
26 Condition of boom
27 Counter weight placement and pins
28 Winches, pulleys and wire ropes are in good working condition.
29 Colour coding
30 Leakage in hydraulic cylinder
31 Fire Extinguisher

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

Page 322 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
Page 94 of 102
AT CONSTRUCTION SITES

32 Tower crane is adequately grounded or protected against lightning.


33 Wind anemometer is installed and is in good working condition.
34 Aviation lamp is functional (Reqd. for 30mt and above)
35 Pre Medical Check-up& Periodic Medical check-up (every 6 months)
including vision test for Operator
36 Safety Induction for Operator
37 Others

Signature & Name of Signature and name of Job


Operator: Engineer

Signature & Name of Contractor's Safety Officer

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

Page 323 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
Page 95 of 102
AT CONSTRUCTION SITES

FORMAT NO. : HSE-21 REV 0

Crane Inspection Checklist

Name of Contractor: Project:


Name of
Work: Job No:
Vehicle Identification/Registration No: Date:

Remarks &
Sr. No. Description Observation
Suggestions
1 Crane hooks have got smooth surface and no dent

2 Hook-latch / Dog-clamp in hook is effective


3 Over hoist limit switch
4 Over Load Indicator
5 Over Boom limit switch
6 Boom angle indicator
7 Colour coding
8 Condition of boom
9 Condition of wire rope
10 Rope drum / sheaves are in good working condition
11 Swing break & lock
12 Swing Alarm
13 Over hoist break & lock
14 Boom break & lock (For Telescopic Boom)
15 Leakage in hydraulic cylinder
16 Condition of Outrigger (For Tyre Mounted Crane)
17 Outrigger fully extended Marking (For Tyre Mounted
Crane)
18 Condition of Tyre (For Tyre Mounted Crane)
19 Wheel chokes are present and are used whenever
required (For Tyre mounted)
20 Battery & lamps
21 Moving & rotating parts guarded
22 Load chart provided
23 Reverse horn (For Tyre Mounted Crane)
24 Body Condition of crane
25 Front glass of Operator cabin
26 Both side Mirror
27 Number Plate (For Tyre Mounted Crane)
28 Fire Extinguisher
29 Horn
30 Windshield and wipers
31 Working of light & Indicator
32 SLI
33 Spark Arrestor( For Running Refinery/
Petrochemical/Chemical Plant)

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

Page 324 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
Page 96 of 102
AT CONSTRUCTION SITES

34 Foot-steps and hand-holds are in good working


condition for exit /enter in to cabin
35 TPI Certificate
36 RC Document (For Tyre Mounted Crane)
37 Fitness Certificate of Vehicle by authority
38 Insurance
39 PUC
40 HMV License for Operator
41 Pre Medical Check-up& Periodic Medical check-up
(every 6 months) including vision test for Operator
42 Safety Induction for Operator
43 Others

Signature & Name of Signature & Name of Contractor's


Operator: Concern Engineer

Signature & Name of Contractor's Safety


Officer

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

Page 325 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
Page 97 of 102
AT CONSTRUCTION SITES

FORMAT NO. : HSE-22 REV 0

Hydra Crane Inspection Checklist

Name of Contractor: Project:


Name of Work: Job No:
Vehicle Identification/Registration No: Date:

Remarks &
Sr. No. Description Observation
Suggestions

1 Identification number of Hydra crane boldly scribed in


front and rear end of machine
2 Hydra Operator has got adequate document in support of
his competency (i.e. HMV driving license, knowledge &
training)
3 Marking of SWL on hook position is clearly visible

4 Test & examination of Hydra crane by statutory /


competent authority is carried out & document is valid
5 Colour Coding

6 RC Document

7 Fitness Certificate of Vehicle by authority

8 Valid Insurance

9 Valid PUC

10 Pre Medical Check-up& Periodic Medical check-up


(every 6 months) including vision test for Operator
11 Safety Induction for Operator

12 Crane hooks have got smooth surface and no dent

13 Hook-latch / Dog-clamp in hook is effective

14 Over hoist limit switch

15 Over Load Indicator

16 SLI

17 Condition of boom

18 Condition of wire rope

19 Rope drum / sheaves are in good working condition

20 Leakage in hydraulic cylinder

21 Tyre condition

22 Battery

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

Page 326 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
Page 98 of 102
AT CONSTRUCTION SITES

23 Moving & rotating parts guarded

24 Break

25 Parking Break

26 Front horn

27 Reverse horn

28 Hydra cabin body and frame of machine is in good order

29 Both side Mirror

30 Fire Extinguisher

31 Front glass pane of the Hydra operator’s cabin is clean &


clear (i.e. not cracked / damaged / broken)
32 Windshield and wipers condition

33 Working of front & back lights, turn Indicators, parking


lights & fog lamps
34 Spark Arrestor( For Running Refinery/
Petrochemical/Chemical Plant)
35 Wheel chokes are present and are used whenever required

36 Foot-steps and hand-holds are in good working condition


for exit /enter in to cabin
37 Others

Signature & Name of Operator Signature & Name of


Contractor's Concern
Engineer

Signature & Name of Contractor's Safety Officer

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

Page 327 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
Page 99 of 102
AT CONSTRUCTION SITES

FORMAT NO. : HSE-23 REV 0

Hydraulic Rig Inspection Checklist

Name of Contractor: Project:

Name of Work: Job No:

Vehicle Identification/Registration No: Date:

Remarks &
Sr. No. Description Observation
Suggestions

Control panel is clean & all buttons/switches are clearly


1
visible (no paint over spray, etc.)
All switch & mechanical guards are in good condition and
2
properly installed

3 All Safety Indicator lights work

Drive controls function properly & accurately labelled (up,


4
down, right, left, forward, back)

5 Motion alarms are functional

6 Safety decals are in place and readable

Any defects such as cracked welds, fuel leaks, hydraulic


7
leaks, damaged control cables or wire harness, etc.

8 Braking devices are operating properly

Winches, pulleys and wire ropes are in good working


9
condition.

10 Function of interlocks and limit switch

The manufacturer’s operations manual (in all languages of the


11
operators)

12 Oil level, Hydraulic Oil Level, Fuel Level, Coolant Level

13 Battery Charge

14 Outriggers in place or functioning. Associated alarms working

15 Moving & rotating parts guarded

16 Load chart provided

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

Page 328 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
Page 100 of 102
AT CONSTRUCTION SITES

17 Fire Extinguisher

Spark Arrestor, if operated by using fuel( For Running


18
Refinery/ Petrochemical/Chemical Plant)

19 Serial number plate

20 SLI

21 TPI Certificate

22 Colour Coding

23 Insurance

Pre Medical Check-up& Periodic Medical check-up (every 6


24
months) including vision test for Operator

25 Safety Induction for Operator

26 Others

Signature & Name Signature & Name of Contractor's Concern


of Operator: Engineer

Signature & Name of Contractor's Safety Officer

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

Page 329 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
Page 101 of 102
AT CONSTRUCTION SITES

FORMAT NO. : HSE-24 REV 0

Boom Lift Inspection Checklist

Name of Contractor: Project:


Name of Work: Job No:
Vehicle Identification/Registration No: Date:

Remarks &
Sr. No. Description Observation
Suggestions

1 Operating and emergency controls are in proper working


condition, EMO button or Emergency Stop Device
2 Functional upper drive control interlock (i.e. foot pedal,
spring lock, or two hand controls)
3 Emergency Lowering function operates properly

4 Lower operating controls successfully override the upper


controls
5 Both upper and lower controls are adequately protected
from inadvertent operation.
6 Control panel is clean & all buttons/switches are clearly
visible (no paint over spray, etc.)
7 All switch & mechanical guards are in good condition and
properly installed
8 All Safety Indicator lights work

9 Drive controls function properly & accurately labelled


(up, down, right, left, forward, back)
10 Motion alarms are functional

11 Safety decals are in place and readable

12 Guardrails and anchor points are in place, and in good


condition
13 Work platform & extension slides are clean, dry, & clear
of debris
14 Work platform extension slides in and out freely with
safety locking pins in place to lock setting on models with
extension platforms.
15 Any defects such as cracked welds, fuel leaks, hydraulic
leaks, damaged control cables or wire harness, etc.
16 Braking devices are operating properly

17 The manufacturer’s operations manual is stored on AWP


(in all languages of the operators)
18 Oil level, Hydraulic Oil Level, Fuel Level, Coolant Level

19 Battery Charge

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

Page 330 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
Page 102 of 102
AT CONSTRUCTION SITES

20 Outriggers in place or functioning. Associated alarms


working
21 Tyres and wheels are in good condition, with adequate air
pressure if pneumatic
22 Wheel chokes are present and are used whenever required

23 Moving & rotating parts guarded

24 Load chart provided

25 Fire Extinguisher

26 Spark Arrestor, if operated by using fuel( For Running


Refinery/ Petrochemical/Chemical Plant)
27 Serial number plate with Load capacity

28 TPI Certificate

29 Colour Coding

30 Insurance

31 Pre Medical Check-up& Periodic Medical check-up


(every 6 months) including vision test for Operator
32 Safety Induction for Operator

33 Others

Signature & Name of Signature & Name of


Operator: Contractor's Concern
Engineer

Signature & Name of Contractor's Safety


Officer

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

Page 331 of 4396


GAIL (India) Limited Special Conditions of Contract

OISD DOCUMENTS
[ANNEXURE - VIII TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 332 of 4396


ANNEXURE-IX TO SCC

Page 333 of 4396


SAFETY PRACTICES DURING CONSTRUCTION

OISD-GDN-192

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum and Natural Gas

OISD-192

Page 334 of 4396


CONTENTS

SECTION Page No.

1.0 Introduction 1
2.0 Scope 1
3.0 Definitions 1
4.0 General Duties 2
4.1 General Duties Of Execution Agencies 2
4.2 General Duties Of Owners 3
5.0 Safety Practices At Work Places 3
5.1 General Provisions 3
5.2 Means Of Access And Egress 4
5.3 Housekeeping 4
5.4 Precautions Against The Fall Of Materials And Persons, 4
And Collapse Of Structures
5.5 Prevention Of Unauthorised Entry 4
5.6 Fire Prevention And Fire Fighting 4
5.7 Lighting 5
5.8 Plant, Machinery, Equipment and Hand Tools 5
6.0 Construction Activities 6
6.1 Excavation 6
6.2 Scaffolding, Platforms & Ladders 8
6.3 Structural Work, Laying Of Reinforcement & Concreting 10
6.4 Road Work 13
6.5 Cutting/Welding 13
6.6 Working In Confined Spaces 14
6.7 Proof/Pressure Testing 15
6.8 Working At Heights 16
6.9 Handling And Lifting Equipment 17
6.10 Vehicle Movement 21
6.11 Electrical 22
6.12 Offshore 24
6.13 Demolition 27
6.14 Radiography 28
6.15 Sand/Shot Blasting / Spray Painting 28
6.16 Work above Water 29
7.0 Additional Safety Precaution for Units with Hydrocarbons 29
8.0 First Aid 30
9.0 Documentation 31
10.0 Safety Awareness & Training 31
11.0 References 32
Annexure I 33

OISD-192

Page 335 of 4396


SAFETY PRACTICES DURING CONSTRUCTION

replace or supersede the prevailing statutory


1.0 INTRODUCTION requirements, which shall also be followed
as applicable. For Personal Protective
Safety in Construction Management Equipment, OISD-STD-155 (Part I&II) shall
deserves utmost attention especially in the be referred to. The scope of this document
hydrocarbon industry, such as Exploration, does not include the design aspects and
Refineries, Pipelines and Marketing quality checks during construction.
installations, Gas Processing units etc.
Construction is widely recognised as one of 3.0 DEFINITIONS
the accident prone activities. Most of the
accidents are caused by inadequate Definitions of various terminology are given
planning, failure during the construction below:
process and/or because of design
deficiencies. Besides property loss, • Adequate, appropriate or suitable are
accidents also result in injuries and fatalities used to describe qualitatively or
to the personnel; same needs to be quantitatively the means or method
prevented. used to protect the worker.
The reasons for accidents during • Brace: A structural member that holds
construction activities are related to unique one point in a fixed position with respect
nature of the industry, human behaviour, to another point; bracing is a system of
difficult work-site conditions, extended odd structural members designed to prevent
duty hours, lack of training & awareness and distortion of a structure.
inadequate safety management. Unsafe
working methods, equipment failure and • By hand: The work is done without the
improper housekeeping also tend to help of a mechanised tool.
increase the accident rate in construction.
Ensuring good quality of materials, • Competent Authority: A stautory agency
equipment and competent supervision along having the power to issue regulations,
with compliance of standard engineering orders or other instructions having the
practices shall go a long way to in built force of law.
safety into the system.
• Competent person: A person
The objective of this standard is to provide possessing adequate qualifications,
practical guidance on technical and educa- such as suitable training and sufficient
tional framework for safety and health in knowledge, experience and skill for the
construction with a view to: safe performance of the specific work.
(a) prevent accidents and harmful The competent authorities may define
appropriate criteria for the designation
effects on the health of workers
of such persons and may determine the
arising from employment in
construction; duties to be assigned to them.
(b) ensure appropriate safety during
implementation of construction;
• Execution agency:
(c) provide safety practice guidelines Any physical or legal person, having
for appropriate measures of contractual obligation with the owner,
planning, control and enforcement. and who employs one or more workers
on a construction site
2.0 SCOPE
• Owner:
This document specifies broad guidelines on
safe practices to be adhered to during Any physical or legal person for whom
construction activities in oil industry. construction job is carried out.
However, before commencing any job, It shall also include owner's designated
specific hazards and its effects should be representative/consultant/nominee/agent
assessed and necessary , authorised from time to time to act for
corrective/preventive actions should be and on its behalf, for supervising/
taken by all concerned. The document is
intended only to supplement and not to

OISD-192

Page 336 of 4396


coordinating the activities of the construction work so that, there is
execution agency. no risk of accident or injury to health
of workers. In particular,
• Hazard: Danger or potential danger. construction work should be
planned, prepared and undertaken
• Guard-rail: An adequately secured rail so that:
erected along an exposed edge to
prevent persons from falling. (a) dangers, liable to arise at the
workplace, are prevented;
• Hoist: A machine, which lifts materials (b) excessively or unnecessarily
or persons by means of a platform, strenuous work positions and
which runs on guides. movements are avoided;
(c) organisation of work takes into
• Lifting gear: Any gear or tackle by account the safety and health of
means of which a load can be attached workers;
to a lifting appliance but which does not (d) materials and products used are
form an integral part of the appliance or suitable from a safety and health
load. point of view;
(e) working methods are adopted to
• Lifting appliance: Any stationary or safeguard workers against the
mobile appliance used for raising or harmful effects of chemical,
lowering persons or loads. physical and biological agents.

• Means of access or egress:


iii) establish committees with repre-
sentatives of workers and
Passageways, corridors, stairs, plat-
management or make other
forms, ladders and any other means for
arrangement for the participation of
entering or leaving the workplace or for
workers in ensuring safe working
escaping in case of danger.
conditions.
• Scaffold: Any fixed, suspended or iv) arrange for periodic safety inspec-
mobile temporary structure supporting tions by competent persons of all
workers and material or to gain access buildings, plant, equipment, tools,
to any such structure and which is not a machinery, workplaces and review
lifting appliance as defined above. of systems of work, regulations,
standards or codes of practice. The
• Toe-board: A barrier placed along the competent person should examine
edge of a scaffold platform, runway, and ascertain the safety of
etc., and secured there to guard against construction machinery and
the slipping of persons or the falling of equipment.
material.
v) provide such supervision to ensure
• Worker: Any person engaged in that workers perform their work with
construction activity. due regard to safety and health of
theirs as well as that of others.
• Workplace: All places where workers vi) Employ only those workers who are
need to be or to go by reason of their qualified, trained and suited by their
work. age, physique, state of health and
4.0 GENERAL DUTIES skill.

4.1 GENERAL DUTIES OF vii) satisfy themselves that all workers


EXECUTION AGENCIES are informed and instructed in the
hazards connected with their work
4.1.1 Execution agency should: and environment and trained in the
precautions necessary to avoid
i) provide means and organisation to accidents and injury to health.
comply with the safety and health viii) Ensure that buildings, plant,
measures required at the workplace. equipment, tools, machinery or
ii) provide and maintain workplaces, workplaces in which a dangerous
plant, equipment, tools and defect has been found should not be
machinery and organise used until the defect has been
rectified.

OISD-192

Page 337 of 4396


ix) Organise for and remain always substances, running machines or
prepared to take immediate steps to vehicles and heavy equipment etc.
stop the operation and evacuate
xvii) Obtain the necessary
workers as appropriate, where there
clearance/permits as required and
is an imminent danger to the safety
specified by owner
of workers.
x) establish a checking system by xviii) As per the Govt. circular as
which it can be ascertained that all amended from time to time all
the members of a shift, including contractors who employ more than
operators of mobile equipment, have 50 workers or where the contract
returned to the camp or base at the value exceeds Rs. 50 crores, the
close of work on dispersed sites and following facilities are to be provided
where small groups of workers by contractor at site :
operate in isolation. • Arrangement for drinking water
xi) provide appropriate first aid, training • Toilet facilities
and welfare facilities to workers as
per various statutes like the • A creche where 10 or more women
Factories Act, 1948 etc. and, workers are having children below
whenever collective measures are the age of 6 years
not feasible or are insufficient, • Transport arrangement for attending
provide and maintain personal to emergencies
protective equipment and clothing in
line with the requirement as per xix) should deploy a safety officer at site
OISD-STD-155 (Vol. I& II) on 4.2 GENERAL DUTIES OF OWNERS
Personnel Protective Equipment.
They should also provide access to 4.2.1 Owners should:
workers to occupational health
services. i) co-ordinate or nominate a
competent person to co-ordinate all
xii) Educate workers about their right activities relating to safety and
and the duty at any workplace to health on their construction projects;
participate in ensuring safe working ii) inform all contractors on the project
conditions to the extent of their of special risks to health and safety;
control over the equipment and iii) Ensure that executing agency is
methods of work and to express aware of the owner's requirements
views on working procedures and the executing agency's
adopted as may affect safety and responsibilities with respect to
health. safetry practices before starting the
xiii) Ensure that except in an job.
emergency, workers, unless duly 5.0 SAFETY PRACTICES AT
authorised, should not interfere with, WORK PLACES
remove, alter or displace any safety
device or other appliance furnished 5.1. GENERAL PROVISIONS
for their protection or the protection
5.1.1 All openings and other areas likely to
of others, or interfere with any
pose danger to workers should be
method or process adopted with a clearly indicated.
view to avoiding accidents and injury
to health. 5.1.2 Workers & Supervisors should use
the safety helmet and other requisite
xiv) Ensure that workers do not operate Personal Protective Equipment
or interfere with plant and equipment
according to job & site requirement.
that they have not been duly
They should be trained to use
authorised to operate, maintain or personal protective equipment.
use.
5.1.3 Never use solvents, alkalis and
xv) Ensure that workers do not sleep,
other oils to clean the skin.
rest or cook etc in dangerous places
such as scaffolds, railway tracks, 5.1.4 Lift the load with back straight and
garages, confined spaces or in the knees bent as far as possible. Seek
vicinity of fires, dangerous or toxic the help in case of heavy load.

OISD-192

Page 338 of 4396


5.1.5 Ensure the usage of correct and effectively covered or fenced and
tested tools and tackles. Don't allow displayed prominently.
the make shift tools and tackles.
5.4.4 As far as practicable, guardrails and
5.1.6 No loose clothing should be allowed toe-boards should be provided to
while working near rotating protect workers from falling from
equipment or working at heights. elevated workplaces.
5.2 MEANS OF ACCESS AND 5.5 PREVENTION OF
EGRESS UNAUTHORISED ENTRY

Adequate and safe means of access 5.5.1 Construction sites located in built-up
(atleast two, differently located) to areas and alongside vehicular and
and egress from all workplaces pedestrian traffic routes should be
should be provided. Same should be fenced to prevent the entry of
displayed and maintained. unauthorised persons.
5.3 HOUSEKEEPING 5.5.2 Visitors should not be allowed
access to construction sites unless
5.3.1 Ensure: accompanied by or authorised by a
competent person and provided with
i) proper storage of materials and
the appropriate protective
equipment;
equipment.
ii) removal of scrap, inflammable
material, waste and debris at 5.6 FIRE PREVENTION AND FIRE
appropriate intervals. FIGHTING
5.3.2 Removal of loose materials, which
5.6.1 All necessary measures should be
are not required for use, to be
taken by the executing agency and
ensured. Accumulation of these at
owner to:
the site can obstruct means of
access to and egress from i) avoid the risk of fire;
workplaces and passageways. ii) control quickly and efficiently
any outbreak of fire;
5.3.3 Workplaces and passageways, that
iii) bring out a quick and safe
are slippery owing to oil, grease or
evacuation of persons.
other causes, should be cleaned up
iv) Inform unit/fire station control
or strewn with sand, sawdust, ash
room, where construction work
etc.
is carried out within existing
5.4 PRECAUTIONS AGAINST THE operating area.
FALL OF MATERIALS &
5.6.2 Combustible materials such us
PERSONS AND COLLAPSE OF
packing materials, sawdust,
STRUCTURES
greasy/oily waste and scrap wood or
plastics should not be allowed to
5.4.1 Precautions should be taken such as accumulate in workplaces but
the provision of fencing, look-out
should be kept in closed metal
men or barriers to protect any
containers in a safe place.
person against injury by the fall of
materials, or tools or equipment 5.6.3 Places where workers are employed
being raised or lowered. should, if necessary to prevent the
danger of fire, be provided with:
5.4.2 Where necessary to prevent danger,
guys, stays or supports should be i) suitable and sufficient fire-
used or other effective precautions extinguishing equipment, which
should be taken to prevent the should be easily visible and
collapse of structures or parts of accessible;
structures that are being erected, ii) an adequate water supply at
maintained, repaired, dismantled or sufficient pressure meeting the
demolished. requirements of various OISD
standards.
5.4.3 All openings through which workers
are liable to fall should be kept 5.6.4 To guard against danger at places
having combustible material,

OISD-192

Page 339 of 4396


workers should be trained in the d) be operated only by workers who
action to be taken in the event of have been authorised and given
fire, including the use of means of appropriate training.
escape. e) be provided with protective
guards, shields or other devices
5.6.5 At sites having combustible
as required.
material, suitable visual signs
should be provided to indicate ii) Adequate instructions for safe use
clearly the direction of escape in should be provided.
case of fire.
iii) Safe operating procedures should
5.6.6 Means of escape should be kept be established and used for all
clear at all times. Escape routes plant, machinery and equipment.
should be frequently inspected
iv) Operators of plant, machinery and
particularly in high structures and
equipment should not be distracted
where access is restricted.
while work is in progress.
5.7 LIGHTING
v) Plant, machinery and equipment
should be switched off when not in
5.7.1 Where natural lighting is not
use and isolated before any
adequate, working light fittings or
adjustment, clearing or maintenance
portable hand-lamps should be
is done.
provided at workplace on the
construction site where a worker will vi) Where trailing cables or hose pipes
do a job. are used they should be kept as
short as practicable and not allowed
5.7.2 Emergency lighting should be to create a hazard.
provided for personnel safety during
vii) All moving parts of machinery and
night time to facilitate standby
equipment should be enclosed or
lighting source, if normal system
adequately guarded.
fails.
viii) Every power-driven machine and
5.7.2 Artificial lighting should not produce
equipment should be provided with
glare or disturbing shadows.
adequate means, immediately
5.7.3 Lamps should be protected by accessible and readily identifiable to
guards against accidental breakage. the operator, of stopping it quickly
and preventing it from being started
5.7.4 The cables of portable electrical
again inadvertently.
lighting equipment should be of
adequate size & characteristics for ix) Operators of plant, machinery,
the power requirements and of equipment and tools should be
adequate mechanical strength to provided with PPEs, including where
withstand severe conditions in necessary, suitable ear protection.
construction operations.
5.8.2 Hand tools
5.8 PLANT, MACHINERY,
i) Hand tools should be repaired by
EQUIPMENT AND HAND TOOLS
competent persons.
5.8.1 General Provisions ii) Heads of hammers and other shock
tools should be dressed or ground to
i) Plant, machinery and equipment a suitable radius on the edge as
including hand tools, both manual soon as they begin to mushroom or
and power driven, should: crack.
a) be of proper design and iii) When not in use and while being
construction, taking into account carried or transported sharp tools
health, Safety and ergonomic should be kept in sheaths, shields,
principles. chests or other suitable containers.
b) be maintained in good working
order; iv) Only insulated or nonconducting
c) be used only for work for which they tools should be used on or near live
have been designed. electrical installations.

OISD-192

Page 340 of 4396


v) Only non-sparking tools should be c) have devices to stop them from a
used near or in the presence of safe place in an emergency.
flammable or explosive dusts or
vapours. ii) IC engines should not be run in
confined spaces unless adequate
5.8.3 Pneumatic Tools exhaust ventilation is provided.

i) Operating triggers on portable iii) When IC engines are being fuelled:


pneumatic tools should be:
a) so placed as to minimise the risk of a) the engine should be shut off.
accidental starting of the machine. b) care should be taken to avoid
b) so arranged as to close the air inlet spilling fuel;
valve automatically when the c) no person should smoke or have an
pressure of the operator's hand is naked light in the vicinity.
removed. d) a fire extinguisher should be kept
readily available.
ii) Hose and hose connections for
iv) Secondary fuel reservoir should be
compressed air supply to portable
pneumatic tools should be: placed outside the engine room.

a) designed and tested for the


pressure and service for which they 6.0 CONSTRUCTION ACTIVITIES
are intended;
b) fastened securely on the pipe outlet The various common activities in
and equipped with the safety chain, construction are as under:
as appropriate.
• Excavation
iii) Pneumatic shock tools should be
equipped with safety clips or
• Scaffolding, Platforms & Ladders
retainers to prevent dies and tools • Structural Work, Laying of
from being accidentally expelled Reinforcement & Concreting
from the barrel. • Road Work (Laying of roads)
iv) Pneumatic tools should be • Cutting /Welding
disconnected from power and the
pressure in hose lines released • Working in Confined Space
before any adjustment or repair is • Proof/Pressure Testing
made.
• Working at Heights
5.8.4 Electrical Tools • Handling & Lifting Equipments

i) Low voltage portable electrical tools • Vehicle Movement


should generally be used. • Electrical
ii) All electrical tools should be
earthed, unless they are "all
• Offshore
insulated" or "double insulated" tools • Demolition
which do not require earthing. • Radiography
iii) All electrical tools should get • Sand/shot blasting/ spray
inspected and maintained on a painting
regular basis by a competent
electrician and complete records
• Work above water
kept. The safe practices to be followed
during the implementation of above
5.8.5 Engines
construction activities are given
i) Engines should: below:
a) be installed so that they can be 6.1 EXCAVATION
started safely and the maximum
safe speed cannot be exceeded. 6.1.1 All excavation work should be
b) have controls for limiting speed. planned and the method of
excavation and the type of support

OISD-192

Page 341 of 4396


work required should be decided its collapse and thereby endanger
considering the following: any person unless precautions such
as the provision of shoring or piling
i) the stability of the ground;
are taken to prevent the sides from
ii) the excavation will not affect
collapsing.
adjoining buildings, structures or
roadways; 6.1.8 Adequately anchored stop blocks
iii) to prevent hazard, the gas, water, and barriers should be provided to
electrical and other public utilities prevent vehicles being driven into
should be shut off or the excavation. Heavy vehicles
disconnected, if necessary; should not be allowed near the
iv) presence of underground pipes, excavation unless the support work
cable conductors, etc., has been specially designed to
v) the position of culvert/bridges, permit it.
temporary roads and spoil heaps
6.1.9 If an excavation is likely to affect the
should be determined;
security of a structure on which
6.1.2 Before digging begins on site, all persons are working, precautions
excavation work should be planned should be taken to protect the
and the method of excavation and structure from collapse.
the type of support work required
6.1.10 Barricade at 1m height (with red &
decided.
white band/self glowing caution
6.1.3 All excavation work should be board) should be provided for
supervised. excavations beyond 1.5m depth.
Provide two entries/exits for such
6.1.4 Sites of excavations should be
excavation.
thoroughly inspected:
6.1.11 Necessary precautions should be
i) daily, prior to each shift and after
taken for underground utility lines
interruption in work of more than
like cables, sewers etc. and
one day;
necessary approvals/clearances
ii) after every blasting operation;
from the concerned authorities shall
iii) after an unexpected fall of
be obtained before commencement
ground;
of the excavation job.
iv) after substantial damage to
supports; 6.1.12 Water shall be pumped/bailed out, if
v) after a heavy rain, frost or snow; any accumulates in the trench.
vi) when boulder formations are Necessary precautions should be
encountered. taken to prevent entry of surface
water in trenches.
6.1.5 Safe angle of repose while
excavating trenches exceeding 6.1.13 During rains, the soil becomes
1.5m depth upto 3.0m should be loose. Take additional precaution
maintained. Based on site against collapse of side wall.
conditions, provide proper slope,
0 6.1.14 In hazardous areas, air should be
usually 45 ,and suitable bench of
tested to ascertain its quality. No
0.5m width at every 1.5m depth of
one should be allowed entry till it is
excavation in all soils except hard
suitable for breathing.
rock or provide proper shoring and
strutting to prevent cave-in or slides. 6.1.15 In case of mechanised excavation,
precaution shall be taken to not to
6.1.6 As far as possible, excavated earth
allow anybody to come within one
should not be placed within one
meter of extreme reach of the
meter of the edge of the trench or
mechanical shovel. The mechanised
depth of trench whichever is greater.
excavator shall be operated by a
6.1.7 Don't allow vehicles to operate too well-trained experienced operator.
close to excavated area. Maintain When not in operation, the machine
atleast 2m distance from edge of shall be kept on firm leveled ground
excavation. No load, plant or with mechanical shovel resting on
equipment should be placed or ground. Wheel or belt shall be
moved near the edge of any suitably jammed to prevent any
excavation where it is likely to cause accidental movement of the

OISD-192

Page 342 of 4396


machine. Suitable precautions as viii) Tubes should be free from cracks,
per manufacturer guidelines should splits and excessive corrosion and
be taken for dozers, graders and be straight to the eye, and tube ends
other heavy machines. cut cleanly square with the tube
axis.
6.1.16 In case of blasting, follow strictly
IS:4081-1986 & Indian Explosive ix) Scaffolds should be designed for
Act and rules for storage, handling their maximum load as per relevant
and carrying of explosive materials code.
and execution of blasting operation.
x) Scaffolds should be adequately
6.2 SCAFFOLDING, PLATFORMS & braced.
LADDERS
xi) Scaffolds which are not designed to
6.2.1 Metal as material of construction be independent should be rigidly
connected to the building at
i) A scaffold should be provided and designated vertical and horizontal
maintained or other equally safe and places.
suitable provision should be made
xii) A scaffold should never extend
where work cannot safely be done
above the highest anchorage to an
on or from the ground or from part of
extent which might endanger its
a building or other permanent
stability and strength.
structure.
xiii) Loose bricks, drainpipes, chimney-
ii) Scaffolds should be provided with
pots or other unsuitable material
safe means of access, such as
should not be used for the
stairs, ladders or ramps. Ladders
construction or support of any part
should be secured against
of a scaffold.
inadvertent movement.
xiv) Scaffolds should be inspected and
iii) Every scaffold should be
certified:
constructed, erected and maintained
so as to prevent collapse or (a) before being taken into use;
accidental displacement when in (b) at periodic intervals thereafter as
use. prescribed for different types of
scaffolds;
iv) Every scaffold and part thereof
(c) after any alteration, interruption in
should be constructed :
use, exposure to weather or
(a) in such a way so as not to cause seismic conditions or any other
hazards for workers during erec- occurrence likely to have affected
tion and dismantling; their strength or stability.
(b) in such a way so as guard rails
xv) Inspection should more particularly
and other protective devices,
ascertain that:
platforms, ladders, stairs or
ramps can be easily put together; (a) the scaffold is of suitable type
(c) with sound material and of and adequate for the job;
requisite size and strength for the (b) materials used in its construction
purpose for which it is to be used are sound and of sufficient
and maintained in a proper strength;
condition. (c) it is of sound construction and
stable;
v) Boards and planks used for scaf-
(d) that the required safeguards are
folds should be protected against
in position.
splitting.
xvi) A scaffold should not be erected,
vi) Materials used in the construction of
substantially altered or dismantled
scaffolds should be stored under
except by or under the supervision.
good conditions and apart from any
material unsuitable for scaffolds. xvii) Every scaffold should be maintained
in good and proper condition, and
vii) Couplers should not cause
every part should be kept fixed or
deformation in tubes. Couplers
secured so that no part can be
should be made of drop forged steel
or equivalent material.

OISD-192

Page 343 of 4396


displaced in consequence of normal more than 100mm apart, to give
use. support to each plank.
xviii) If out-rigger scaffolding is to be x) Platform plank shall not project
used, it should be specifically beyond its end support to a distance
designed and inspected before exceeding 4 times the thickness of
putting in use. plank, unless it is effectively secured
to prevent tipping. Cantilever planks
6.2.2 Lifting appliances on scaffolds
should be avoided.
i) When a lifting appliance is to be xi) The platform edges shall be
used on a scaffold: provided with 150mm high toe board
to eliminate hazards of tools or other
(a) the parts of the scaffold should
objects falling from platform.
be carefully inspected to
determine the additional xii) Erect ladders in the “four up-one out
strengthening and other safety position”
measures required;
xiii) Lash ladder securely with the
(b) any movement of the scaffold
structure.
members should be prevented;
(c) if practicable, the uprights should xiv) Using non-slip devices, such as,
be rigidly connected to a solid rubber shoes or pointed steel ferules
part of the building at the place at the ladder foot, rubber wheels at
where the lifting appliance is ladder top, fixing wooden battens,
erected. cleats etc.
6.2.3 Prefabricated scaffolds xv) When ladder is used for climbing
over a platform, the ladder must be
i) In the case of prefabricated scaffold of sufficient length, to extend at least
systems, the instructions provided one meter above the platform, when
by the manufacturers or suppliers erected against the platform in “four
should be strictly adhered to. up-one out position.”
Prefabricated scaffolds should have
xvi) Portable ladders shall be used for
adequate arrangements for fixing
heights not more than 4mt. Above
bracing.
4mt flights, fixed ladders shall be
ii) Frames of different types should not provided with at least 600 mm
be intermingled in a single scaffold. landings at every 6mt or less.
iii) Scaffolding shall be erected on firm xvii) The width of ladder shall not be less
and level ground. than 300mm and rungs shall be
spaced not more than 300mm.
iv) All members of metal scaffolding
shall be checked periodically to xviii) Every platform and means of access
screen out defective / rusted shall be kept free from obstruction.
members. All joints should be
xix) If grease, mud, gravel, mortar etc.,
properly lubricated for easy
fall on platform or scaffolds, these
tightening.
shall be removed immediately to
v) Entry to scaffolding should be avoid slippage.
restricted.
xx) Workers shall not be allowed to
vi) Erection, alteration and removal work on scaffolds during storms or
shall be done under supervision of high wind. After heavy rain or
experienced personnel. storms, scaffolds shall be inspected
before reuse.
vii) Use of barrels, boxes, loose bricks
etc., for supporting platform shall not xxi) Don't overload the scaffolding.
be permitted. Remove excess material and scrap
immediately.
viii) Each supporting member of platform
shall be securely fastened and xxii) Dismantling of scaffolds shall be
braced done in a pre-planned sequential
manner.
ix) Where planks are butt-joined, two
parallel putlogs shall be used, not

OISD-192

Page 344 of 4396


6.2.4 Suspended scaffolds/boatwain's engineering works, formwork,
chair falsework and shoring should be
carried out by trained workers only
i) In addition to the requirements for under the supervision of a
scaffolds in general as regards competent person.
soundness, stability and protection
ii) Precautions should be taken to
against the risk of falls, suspended
guard against danger to workers
scaffolds should meet the following
arising from any temporary state of
specific requirements.
weakness or instability of a
(a) platforms should be designed structure.
and built with dimensions that are
iii) Formwork, falsework and shoring
compatible with the stability of
should be so designed, constructed
the structure as a whole,
and maintained that it will safely
especially the length;
support all loads that may be
(b) the number or anchorage should
imposed on it.
be compatible with the
dimensions of the platform; iv) Formwork should be so designed
(c) the safety of workers should be and erected that working platforms,
safeguarded by an extra rope means of access, bracing and
having a point of attachment means of handling and stabilising
independent of the anchorage are easily fixed to the formwork
arrangements of the scaffold; structure.
(d) the anchorage and other
6.3.2. Erection and dismantling of steel
elements of support of the
and prefabricated structures
scaffold should be designed and
built in such a way as to ensure
sufficient strength; i) The safety of workers employed on
the erection and dismantling of steel
(e) the ropes, winches, pulleys or
and prefabricated structures should
pulley blocks should be
designed, assembled, used and be ensured by appropriate means,
such as provision and use of:
maintained according to the
requirements established for (a) ladders, gangways or fixed
lifting gear adapted to the lifting platforms;
of persons according to national (b) platforms, buckets, boatswain's
laws and regulations; chairs or other appropriate
(f) Before use, the whole structure means suspended from lifting
should be checked by a appliances;
competent person. (c) safety harnesses and lifelines,
6.2.5 Bamboo Scaffolding catch nets or catch platforms;
(d) Power-operated mobile working
platforms.
i) In general, it should be avoided as
far as possible. It should not be ii) Steel and prefabricated structures
used in the unit/off-site areas and should be so designed and made
where hot work is to be done. that they can be safely transported
and erected.
ii) For construction and maintenance of
residential and office buildings, iii) In addition to the need for the
situated outside explosive licensed stability of the part when erected,
area, bamboo scaffold, if used, the design should explicitly take
should conform to provisions given following into account:
in lS-3696 (Part 1)-1987.
(a) the conditions and methods of
6.3 STRUCTURAL WORK, LAYING attachment in the operations of
OF REINFORCEMENT & transport, storing and temporary
CONCRETING support during erection or
dismantling as applicable;
6.3.1 General provisions
(b) Methods for the provision of
safeguards such as railings and
i) The erection or dismantling of
working platforms, and, when
buildings, structures, civil
necessary, for mounting them

OISD-192

Page 345 of 4396


easily on the structural steel or (a) be of such shape and dimensions
prefabricated parts. as to ensure a secure grip
without damaging the part;
iv) The hooks and other devices built in
(b) be marked with the maximum
or provided on the structural steel or
permissible load in the most
prefabricated parts that are required
unfavourable lifting conditions.
for lifting and transporting them
should be so shaped, dimensioned x) Structural steel or prefabricated
and positioned as: parts should be lifted by methods or
appliances that prevent them from
(a) to withstand with a sufficient
spinning accidentally.
margin the stresses to which they
are subjected; xi) When necessary to prevent danger,
(b) Not to set up stresses in the part before they are raised from the
that could cause failures, or ground, structural steel or
stresses in the structure itself not prefabricated parts should be
provided for in the plans, and be provided with safety devices such as
designed to permit easy release railings and working platforms to
from the lifting appliance. Lifting prevent falls of persons.
points for floor and staircase
xii) While structural steel or
units should be located (recessed
prefabricated parts are being
if necessary) so that they do not
erected, the workers should be
protrude above the surface;
provided with appliances for guiding
(c) To avoid imbalance or distortion
them as they are being lifted and set
of the lifted load.
down, so as to avoid crushing of
v) Storeplaces should be so hands and to facilitate the
constructed that: operations. Use of such appliances
should be ensured.
(a) there is no risk of structural steel
or prefabricated parts falling or xiii) A raised structural steel or
overturning; prefabricated part should be so
(b) storage conditions generally secured and wall units so propped
ensure stability and avoid that their stability cannot be
damage having regard to the imperiled, even by external agencies
method of storage and atmo- such as wind and passing loads
spheric conditions; before its release from the lifting
(c) racks are set on firm ground and appliance.
designed so that units cannot
xiv) At work places, instruction should be
move accidentally.
given to the workers on the
vi) While they are being stored, methods, arrangements and means
transported, raised or set down, required for the storage, transport,
structural steel or prefabricated lifting and erection of structural steel
parts should not be subjected to or prefabricated parts, and, before
stresses prejudicial to their stability. erection starts, a meeting of all
those responsible should be held to
vii) Every lifting appliance should:
discuss and confirm the
(a) be suitable for the operations and requirements for safe erection.
not be capable of accidental
xv) During transportation within the
disconnection;
construction area, attachments such
(b) be approved or tested as per
as slings and stirrups mounted on
statutory requirement.
structural steel or prefabricated
viii) Lifting hooks should be of the self- parts should be securely fastened to
closing type or of a safety type and the parts.
should have the maximum
xvi) Structural steel or prefabricated
permissible load marked on them.
parts should be so transported that
ix) Tongs, clamps and other appliances the conditions do not affect the
for lifting structural steel and stability of the parts or the means of
prefabricated parts should: transport result in jolting, vibration or
stresses due to blows, or loads of
material or persons.

OISD-192

Page 346 of 4396


xvii) When the method of erection does placed in position and secured
not permit the provision of other against dislodgment.
means of protection against fall of
6.3.3 Reinforcement
persons, the workplaces should be
protected by guardrails, and if
i) Ensure that workers use Personnel
appropriate by toe-boards.
Protective equipment like safety
xviii) When adverse weather conditions helmet, safety shoes, gloves etc.
such as snow, ice and wind or
ii) Don't place the hand below the rods
reduced visibility entail risks of
for checking clear distance. Use
accidents, the work should be
carried on with particular care, or, if measuring devices.
necessary, interrupted. iii) Don't wear loose clothes while
checking the rods.
xix) Structures should not be worked on
during violent storms or high winds, iv) Don't stand unnecessarily on
or when they are covered with ice or cantilever rods.
snow, or are slippery from other
causes. v) To carry out welding/cutting of rods,
safety procedures/precautions as
xx) If necessary, to prevent danger, mentioned in Item No. 6.5 to be
structural steel parts should be followed.
equipped with attachments for
suspended scaffolds, lifelines or vi) For supplying of rods at heights,
safety harnesses and other means proper staging and/or bundling to be
of protection. provided.

xxi) The risks of falling, to which workers vii) Ensure barricading and staging for
moving on high or sloping girders supplying and fixing of rods at
are exposed, should be limited by all height.
means of adequate collective viii) For short distance carrying of
protection or, where this is imposs- materials on shoulders, suitable
ible, by the use of a safety harness pads to be provided.
that is well secured to a strong
support. ix) While transporting material by
trucks/trailers, the rods shall not
xxii) Structural steel parts that are to be protrude in front of or by the sides of
erected at a great height should as driver's cabin. In case such
far as practicable be assembled on protrusion cannot be avoided behind
the ground. the deck, then it should not extend
rd
xxiii) When structural steel or 1/3 of deck length or 1.5M which
prefabricated parts are being ever is less and tied with red
erected, a sufficiently extended area flags/lights.
underneath the workplace should be 6.3.4 Concreting
barricaded or guarded
xxiv) Steel trusses that are being erected i) Ensure stability of shuttering work
should be adequately shored, before allowing concreting.
braced or guyed until they are ii) Barricade the concreting area while
permanently secured in position. pouring at height/depths.
xxv) Load-bearing structural member iii) Keep vibrator hoses, pumping
should not be dangerously concrete accessories in healthy
weakened by cutting, holing or other conditions and mechanically locked.
means.
iv) Pipelines in concrete pumping
xxvi) Structural members should not be system shall not be attached to
forced into place by the hoisting temporary structures such as
machine while any worker is in such scaffolds and formwork support as
a position that he could be injured the forces and movements may
by the operation. effect their integrity.
xxvii) Open-web steel joists that are
hoisted singly should be directly

OISD-192

Page 347 of 4396


v) Check safety cages & guards with aggregate, shall be provided
around moving motors/parts etc. with PVC hand gloves and rubber
provided in concreting mixers. shoes with legging up to knee joints.
vi) Use Personal Protective Equipment 6.4.6 At the end of day's work, surplus hot
like gloves, safety shoes etc. while bitumen in tar boiler shall be
dealing with concrete and wear properly covered by a metal sheet,
respirators for dealing with cement. to prevent anything falling in it,
vii) Earthing of electrical mixers, 6.4.7 If bitumen accidentally falls on
vibrators, etc. should be done and ground, it shall be immediately
verified. covered by sprinkling sand, to
prevent anybody stepping on it.
viii) Cleaning of rotating drums of
Then it shall be removed with the
concrete mixers shall be done from
help of spade.
outside. Lockout devices shall be
provided where workers need to 6.4.8 For cement concrete roads, besides
enter. site barricading and installation of
warning signs for traffic diversion,
ix) Where concrete mixers are driven
safe practices mentioned in the
by internal combustion engine,
chapter on "Concreting", shall also
exhaust points shall be located
be applicable.
away from the worker's workstation
so as to eliminate their exposure to 6.5 CUTTING/WELDING
obnoxious fumes.
6.5.1 Common hazards involved in
x) Don't allow unauthorised person to
welding/cutting are sparks, molten
stand under the concreting area.
metal, flying particles, harmful light
xi) Ensure adequate lighting rays, electric shocks etc. Following
arrangements for carrying out precautions should be taken: -
concrete work during night.
i) A dry chemical type fire extinguisher
xii) Don't allow the same workers to shall be made available in the work
pour concrete round the clock. Insist area.
on shift pattern.
ii) Adequate ventilation shall be
xiii) During pouring, shuttering and its ensured by opening manholes and
supports should be continuously fixing a shield or forced circulation of
watched for defects. air etc, while doing a job in confined
space.
6.4 ROAD WORK
iii) Ensure that only approved and well-
6.4.1 Site shall be barricaded and maintained apparatus, such as
provided with warning signs, torches, manifolds, regulators or
including night warning lamps at pressure reducing valves, and
appropriate locations for traffic acetylene generators, be used.
diversion.
iv) All covers and panels shall be kept
6.4.2 Filled and empty bitumen drums in place, when operating an electric
shall be stacked separately at Arc welding machine.
designated places.
v) The work piece should be
6.4.3 Mixing aggregate with bitumen shall connected directly to Power supply,
preferably be done with the help of and not indirectly through
bitumen batch mixing plant, unless pipelines/structures/equipments etc.
operationally non-feasible.
vi) The welding receptacles shall be
6.4.4 Road rollers, Bitumen sprayers, rated for 63 A suitable for 415V, 3-
Pavement finishers shall be driven Phase system with a scraping earth.
by experienced drivers with valid Receptacles shall have necessary
driving license. mechanical interlocks and earthing
facilities.
6.4.5 Workers handling hot bitumen
sprayers or spreading bitumen vii) All cables, including welding and
aggregate mix or mixing bitumen ground cables, shall be checked for

OISD-192

Page 348 of 4396


any worn out or cracked insulation xxiv) Do not use matches to light torches,
before starting the job. Ground cable use a friction lighter.
should be separate without any
xxv) Move out any leaking cylinder
loose joints.
immediately.
viii) Cable coiling shall be maintained at
xxvi) Use trolleys for oxygen & acetylene
minimum level, if not avoidable.
cylinder and chain them.
ix) An energised electrode shall not be
xxvii) Always use Red hose for acetylene
left unattended.
and other fuel gases and Black for
x) The power source shall be turned off oxygen, and ensure that both are in
at the end of job. equal length.
xi) All gas cylinders shall be properly xxviii) Ensure that hoses are free from
secured in upright position. burns, cuts and cracks and properly
clamped.
xii) Acetylene cylinder shall be turned
and kept in such a way that the xxix) Avoid dragging hoses over sharp
valve outlet points away from edges and objects
oxygen cylinder.
xxx) Do not wrap hoses around cylinders
xiii) Acetylene cylinder key for opening when in use or stored.
valve shall be kept on valve stem,
xxxi) Protect hoses from flying sparks, hot
while cylinder is in use, so that the
slag, and other hot objects.
acetylene cylinder could be quickly
turned off in case of emergency. xxxii) Lubricants shall not be used on Ox-
Use flash back arrestors to prevent fuel gas equipment.
back-fire in acetylene/oxygen
xxxiii) During cutting/welding, use proper
cylinder.
type goggles/face shields.
xiv) When not in use, valves of all
cylinders shall be kept closed. 6.6 WORKING IN CONFINED SPACES

xv) All types of cylinders, whether full or 6.6.1 Following safety practices for
empty, shall be stored at cool, dry working in confined space like
place under shed. towers, columns, tanks and other
vessels should be followed in
xvi) Forced opening of any cylinder
addition to the safety guidelines for
valve should not be attempted.
specific jobs like scaffolding,
xvii) Lighted gas torch shall never be left cutting/welding etc.
unattended.
i) Shut down, isolate, depressurise
xviii) Store acetylene and oxygen
cylinders separately. and purge the vessel as per laid
down procedures.
xix) Store full and empty cylinders
ii) Entry inside the vessel and to carry
separately.
out any job should be done after
xx) Avoid cylinders coming into contact issuance of valid permit only in line
with heat. with the requirement of OISD-STD-
105.
xxi) Cylinders that are heavy or difficult
to carry by hand may be rolled on iii) Ensure proper and accessible
their bottom edge but never means of exit before entry inside a
dragged. confined space.
xxii) If cylinders have to be moved, be iv) The number of persons allowed
sure that the cylinder valves are inside the vessel should be limited
shut off. to avoid overcrowding.
xxiii) Before changing torches, shut off v) When the work is going on in the
the gas at the pressure reducing confined space, there should always
regulators and not by crimping the be one man standby at the nearby
hose. manway.

OISD-192

Page 349 of 4396


vi) Before entering inside the vessels xix) The gas cylinders used for
underground or located at lower cutting/welding shall be kept
elevation, probability of dense outside.
vapours accumulating nearby
xx) All cables, hoses, welding
should also be considered in
equipment etc., shall be removed
addition to inside the vessel.
from confined space at end of each
vii) Ensure requisite O2 level before work day, even if the work is to be
entry in the confined space and resumed in the same space the next
monitor level periodically or other day.
wise use respiratory devices.
xxi) To the extent possible sludge shall
viii) Check for no Hydrocarbon or toxic be cleared and removed from
substances before entry and monitor outside before entering.
level periodically or use requisite
xxii) No naked light or flame or hot work
Personal Protective Equipment.
such as welding, cutting and
ix) Ensure adequate ventilation or use soldering should be permitted inside
respiratory devices. a confined space or area unless it
has been made completely free of
x) Depending upon need, necessary
the flammable atmosphere, tested
respirator system, gas masks and
and found safe by a competent
suit shall be worn by everyone
person. Only non-sparking tools and
entering confined space. In case of
flameproof hand lamps protected
sewer, OWS or in the confined area
with guard and safety torches
where there is a possibility of toxic
should be used inside such confined
or inert gas, gas masks shall be
space or area for initial inspection,
used by everyone while entering.
cleaning or other work required to
xi) Barricade the confined spaces be done for making the area safe.
during hoisting, radiography,
xxiii) Communication should be always
blasting, pressure testing etc.
maintained between the worker and
xii) Use 24V flameproof lamp fittings the attendant.
only for illumination.
6.7 PROOF/PRESSURE TESTING
xiii) Use tools with air motors or electric
tools with maximum voltage of 24V. 6.7.1 Review test procedure before
allowing testing with water or air or
xiv) House keeping shall be well
any other fluid.
maintained.
6.7.2 Provide relief valves of adequate
xv) Safety helmet, safety shoes and
size while testing with air or other
safety belt shall be worn by
gases.
everyone entering the confined
space. 6.7.3 Ensure compliance of necessary
precautions, step wise loading,
xvi) Don't wear loose clothing while
tightening of fasteners, grouting etc.
working in a confined space.
before and during testing.
xvii) In case of the vessels which are
6.7.4 Inform all concerned in advance of
likely to contain pyropheric
the testing.
substances (like Iron Sulphide),
special care need to be taken before 6.7.5 Keep the vents open before opening
opening the vessel. Attempt should any valve for filling/draining of liquid
be made to remove the pyropheric used for hydrotesting. The
substances. Otherwise, these filling/draining should not exceed the
should be always kept wet by designed rate for pressure testing.
suitable means.
6.7.6 Provide separate gauges of suitable
xviii) The cutting torches should also be range for pressurising pump and the
kept outside the vessel immediately equipment to be tested.
after the cutting.
6.7.7 Provide gauges at designated
locations for monitoring of
pressures.

OISD-192

Page 350 of 4396


6.7.8 Check the calibration of all ii) Roof work should only be
pressurising equipment and undertaken by workers who are
accessories and maintain records. physically and psychologically fit
and have the necessary knowledge
6.7.9 Take readings at pre-defined
and experience for such work.
intervals.
iii) Work on roofs shouldn't be carried
6.8 WORKING AT HEIGHTS
on in weather conditions that
6.8.1 General Provision threaten the safety of workers.
iv) Crawling boards, walkways and roof
i) While working at a height of more
ladders should be securely fastened
than 3 meters, ISI approved safety to a firm structure.
belt shall be used.
v) Roofing brackets should fit the slope
ii) While working at a height of more
of the roof and be securely
than 3 meters, permit should be supported.
issued by competent person before
commencement of the job. vi) Where it is necessary for a person
to kneel or crouch near the edge of
iii) Worker should be well trained on the roof, necessary precautions
usage of safety belt including its
should be taken.
proper usage at the time of
ascending/descending. vii) On a large roof where work have to
be carried out at or near the edge, a
iv) All tools should be carried in tool kits
simple barrier consisting of crossed
to avoid their falling.
scaffold tubes supporting a tubing
v) If the job is on fragile/sloping roof, guardrail may be provided.
roof walk ladders shall be used.
viii) All covers for openings in roofs
vi) Provide lifeline wherever required. should be of substantial construction
and be secured in position.
vii) Additional safety measures like
providing Fall Arrestor type Safety ix) Roofs with a pitch of more than 10
belt, safety net should be provided should be treated as sloping.
depending upon site conditions, job x) When work is being carried out on
requirements.
sloping roofs, sufficient and suitable
viii) Keep working area neat and clean. crawling boards or roof ladders
Remove scrap material immediately. should be provided and firmly
secured in position.
ix) Don't throw or drop
material/equipment from height. xi) During extensive work on the roof,
strong barriers or guardrails and toe-
x) Avoid jumping from one member to boards should be provided to stop a
another. Use proper passageway. person from falling off the roof.
xi) Keep both hands free while xii) Where workers are required to work
climbing. Don't try to bypass the on or near roofs or other places
steps of the ladder. covered with fragile material,
xii) Try to maintain calm at height. Avoid through which they are liable to fall,
over exertion. they should be provided with
suitable roof ladders or crawling
xiii) Avoid movements on beam. boards strong enough and when
xiv) Elevated workplaces including roofs spanning across the supports for the
should be provided with safe means roof covering to support those
of access and egress such as stairs, workers.
ramps or ladders. xiii) A minimum of two boards should be
6.8.2 Roof Work provided so that it is not necessary
for a person to stand on a fragile
i) All roof-work operations should be roof to move a board or a ladder, or
pre-planned and properly for any other reason.
supervised.

OISD-192

Page 351 of 4396


6.8.3 Work on tall chimneys c) haul heavy materials or
equipment up and down by hand
i) For the erection and repair of tall to or from the workplace on the
chimneys, scaffolding should be chimney;
provided. A safety net should be d) fasten pulleys or scaffolding to
maintained at a suitable distance reinforcing rings without first
below the scaffold. verifying their stability;
e) work alone;
ii) The scaffold floor should always be
f) climb a chimney that is not
at least 65 cm below the top of the
provided with securely anchored
chimney. ladders or rungs;
iii) Under the working floor of the g) Work on chimneys in use unless
scaffolding the next lower floor the necessary precautions to
should be left in position as a catch avoid danger from smoke and
platform. gases have been taken.
iv) The distance between the inside x) Work on independent chimneys
edge of the scaffold and the wall of should not be carried on in high
the chimney should not exceed 20 winds, icy conditions, fog or during
cm at any point. electrical storms.
v) Catch platforms should be erected 6.9 HANDLING AND LIFTING
over: EQUIPMENT:
(a) the entrance to the chimney; 6.9.1 General Provisions
(b) Passageways and working
places where workers could be Following are the general guidelines
endangered by falling objects. to be followed with regard to all
types of handling and lifting
vi) For climbing tall chimneys, access equipment in addition to the
should be provided by:
guidelines for specific type of
(a) stairs or ladders; equipments dealt later on.
(b) a column of iron rungs securely
embedded in the chimney wall; i) There should be a well-planned
(c) Other appropriate means. safety programme to ensure that all
the lifting appliances and lifting gear
vii) When workers use the outside rungs are selected, installed, examined,
to climb the chimney, a securely
tested, maintained, operated and
fastened steel core rope looped at
dismantled with a view to preventing
the free end and hanging down at the occurrence of any accident;
least 3 m should be provided at the
top to help the workers to climb on
ii) All lifting appliances shall be
to the chimney.
examined by competent persons at
viii) While work is being done on frequencies as specified in "The
independent chimneys the area Factories act".
surrounding the chimney should be
iii) Check thoroughly quality, size and
enclosed by fencing at a safe
condition of all lifting tools like chain
distance.
pulley blocks, slings, U-clamps, D-
ix) Workers employed on the shackles etc. before putting them in
construction, alteration, use.
maintenance or repair of tall
iv) Safe lifting capacity of all lifting &
chimneys should not:
handling equipment, tools and
a) work on the outside without a shackles should be got verified and
safety harness attached by a certificates obtained from competent
lifeline to a rung, ring or other authorities before its use. The safe
secure anchorage; working load shall be marked on
b) put tools between the safety them.
harness and the body or in
v) Check periodically the oil, brakes,
pockets not intended for the
gears, horns and tyre pressure of all
purpose;
moving equipments like cranes,

OISD-192

Page 352 of 4396


forklifts, trailers etc as per i) Hoist shafts should be enclosed with
manufacturer's recommendations. rigid panels or other adequate
fencing at:
vi) Check the weights to be lifted and
accordingly decide about the crane (a) ground level on all sides;
capacity, boom length and angle of (b) all other levels at all points at
erection. which access is provided;
(c) all points at which persons are
vii) Allow lifting slings as short as
liable to be struck by any moving
possible and check packing at the
part.
friction points.
ii) The enclosure of hoist shafts,
viii) While lifting/placing of the load, no
except at approaches should extend
unauthorised person shall remain
where practicable at least 2mt
within the radius of the boom and
above the floor, platform or other
underneath the load.
place to which access is provided
ix) While loading, unloading and except where a lesser height is
stacking of pipes, proper wedges sufficient to prevent any person
shall be placed to prevent rolling falling down the hoistway and there
down of the pipes. is no risk of any person coming into
contact with any moving part of the
x) Control longer jobs being lifted up hoist, but in no case should the
from both ends.
enclosure be less than 1mt in
xi) Only trained operators and riggers height.
should carry out the job. While the iii) The guides of hoist platforms should
crane is moving or lifting the load,
offer sufficient resistance to bending
the trained rigger should be there for
and, in the case of jamming by a
keeping a vigil against hitting any safety catch, to buckling.
other object.
iv) Where necessary to prevent danger,
xii) During high wind conditions and
adequate covering should be
nights, lifting of heavy equipments provided above the top of hoist
should be avoided. If unavoidable to
shafts to prevent material falling
do erection in night, operator and
down them.
rigger should be fully trained for
night signaling. Also proper v) Outdoor hoist towers should be
illumination should be there. erected on firm foundations, and
securely braced, guyed and
xiii) Allow crane to move on hard, firm anchored.
and leveled ground.
vi) A ladderway should extend from the
xiv) When crane is in idle condition for
bottom to the top of outdoor hoist
long periods or unattended, crane towers, if no other ladderway exists
boom should either be lowered or
within easy reach.
locked as per manufacturer's
guidelines. vii) Hoisting engines should be of ample
capacity to control the heaviest load
xv) Hook and load being lifted shall
that they will have to move.
remain in full visibility of crane
operators, while lifting, to the extent viii) Hoists should be provided with
possible. devices that stop the hoisting engine
as soon as the platform reaches its
xvi) Don't allow booms or other parts of
highest stopping place.
crane to come within 3 meters reach
of overhead electrical cables. ix) Winches should be so constructed
that the brake is applied when the
xvii) No structural alterations or repairs
control handle is not held in the
should be made to any part of a operating position.
lifting appliance, which may affect
the safety of the appliance without x) It should not be possible to set in
the permission and supervision of motion from the platform a hoist,
the competent person. which is not designed for the
conveyance of persons.
6.9.2 Hoists

OISD-192

Page 353 of 4396


xi) Winches should not be fitted with
pawl and ratchet gears on which the
• on the platform or cage: the
maximum number of persons
pawl must be disengaged before the to be carried at one time;
platform is lowered.
(c) on hoists for goods only:
xii) Hoist platforms should be capable of
supporting the maximum load that • on every approach to the hoist
they will have to carry with a safety and on the platform: prohi-
factor. bition of use by persons.
xiii) Hoist platforms should be equipped xxi) Hoists intended for the carriage of
with safety gear that will hold the persons should be provided with a
platform with the maximum load if cage so constructed as to prevent
the hoisting rope breaks. any person from falling out or being
xiv) If workers have to enter the cage or trapped between the cage and any
go on the platform at landings there fixed part of the structure when the
should be a locking arrangement cage gate is shut, or from being
preventing the cage or platform from struck by the counterbalance weight
moving while any worker is in or on or by articles or materials tailing
it. down the hoistway.

xv) On sides not used for loading and xxii) On each side in which access is
unloading, hoist platforms should be provided, the cage should have a
provided with toe-boards and gate fitted with devices which
enclosures of wire mesh or other ensure that the gate cannot be
suitable material to prevent the fall opened except when the cage is at
of parts of loads. a landing and that the gate must be
closed before the cage can move
xvi) Where necessary to prevent danger away from the landing.
from falling objects, hoist platforms
should be provided with adequate xxiii) Every gate in the enclosure of the
covering. hoist shaft which gives access from
a landing place to the cage should
xvii) Counterweights consisting of an be fitted with devices to ensure that
assemblage of several parts should the gate cannot be opened except
be made of specially constructed when the cage is at that landing
parts rigidly connected together. place, and that the cage cannot be
xviii) Counterweights should run in moved away from that landing place
guides. until the gate is closed.

xix) Platforms should be provided at all 6.9.3 Derricks


landings used by workers. Stiff-leg derricks
xx) Following notices should be posted
up conspicuously and in very legible i) Derricks should be erected on a firm
characters: base capable of taking the
combined weight of the crane
(a) on all hoists: structure and maximum rated load.
• on the platform: the carrying ii) Devices should be used to prevent
capacity in kilograms or other masts from lifting out of their
appropriate standard unit of seating.
weight; iii) Electrically operated derricks should
• on the hoisting engine: the
be effectively earthed from the sole
plate or framework.
lifting capacity in kilograms or
other appropriate standard iv) Counterweights should be so
unit of weight; arranged that they do not subject
the backstays, sleepers or pivots to
(b) on hoists authorised or certified for
excessive strain.
the conveyance of persons:
v) When derricks are mounted on
wheels:

OISD-192

Page 354 of 4396


a) a rigid member should be used to iii) Gin poles should be fastened at
maintain the correct distance their feet to prevent displacement in
between the wheels; operation.
b) they should be equipped with
iv) Gin poles, which are moved from
struts to prevent them from
place to place and re-erected,
dropping if a wheel breaks or the
should not be taken into use again
derrick is derailed.
before the pole, lifting ropes, guys,
vi) The length of a derrick jib should not blocks and other parts have been
be altered without consulting the inspected, and the whole appliance
manufacturer. has been tested under load.
vii) The jib of a scotch derrick crane v) When platforms or skips are hoisted
should not be erected within the by gin poles, precautions should be
backstays of the crane. taken to prevent them from spinning
and to provide for proper landing.
Guy derricks
6.9.5 Tower cranes
i) The restraint of the guy ropes
should be ensured by fitting stirrups i) Where tower cranes have cabs at
or anchor plates in concrete high level, persons, capable and
foundations. trained to work at heights, should
only be employed as crane
ii) The mast of guy derricks should be
operators.
supported by six top guys spaced
approximately equally. ii) The characteristics of the various
machines available should be
iii) The spread of the guys of a guy
considered against the operating
derrick crane from the mast should
0 requirements and the surroundings
not be more than 45 from the
in which the crane will operate
horizontal.
before a particular type of crane is
iv) Guy ropes of derricks should be selected.
equipped with a stretching screw or
iii) Care should be taken in the
turnbuckle or other device to
assessment of wind loads both
regulate the tension.
during operations and out of service.
v) Gudgeon pins, sheave pins and fool Account should also be taken of the
bearings should be lubricated effects of high structures on wind
frequently. forces in the vicinity of the crane.
vi) When a derrick is not in use, the iv) The ground on which the tower
boom should be anchored to crane stands should have the
prevent it from swinging. requisite bearing capacity. Account
should be taken of seasonal
6.9.4 Gin poles variations in ground conditions.
i) Gin poles should: v) Bases for tower cranes and tracks
for rail-mounted tower cranes should
(a) be straight; be firm and level. Tower cranes
(b) consist of steel or other suitable should only operate on gradients
metal; within limits specified by the
(c) be adequately guyed and manufacturer. Tower cranes should
anchored; only be erected at a safe distance
(d) be vertical or raked slightly from excavations and ditches.
towards the load;
(e) be of adequate strength for the vi) Tower cranes should be sited where
loads that they will be required to there is clear space available for
lift/move. erection, operation and dismantling.
As far as possible, cranes should be
ii) Gin poles should not be spliced and sited so that loads do not have to be
if a gin pole is composed of different handled over occupied premises,
elements, they should be assembled over public thoroughfares, other
in conformity with their intrinsic construction works and railways or
material strength. near power cables.

OISD-192

Page 355 of 4396


vii) Where two or more tower cranes are i) Only ropes with a known safe
sited in positions where their jibs working capacity should be used as
could touch any part of the other lifting ropes.
crane, there should be direct means
ii) Lifting ropes should be installed,
of communication between them
maintained and inspected in
and a distinct warning system
accordance with manufacturers'
operated from the cab so that one
instructions.
driver may alert the other of
impending danger. iii) Repaired steel ropes should not be
used on hoists.
viii) The manufacturers' instructions on
the methods and sequence of iv) Where multiple independent ropes
erection and dismantling should be are used, for the purpose of stability,
followed. The crane should be to lift a work platform, each rope
tested before being taken into use. should be capable of carrying the
load independently.
ix) The climbing operation of climbing
tower cranes should be carried out 6.10 VEHICLE MOVEMENT
in accordance with manufacturers'
6.10.1 Park vehicles only at designated
instructions. The free-standing
places. Don't block roads to create
height of the tower crane should not
extend beyond what is safe and hindrance for other vehicles.
permissible in the manufacturers' 6.10.2 Don't overload the vehicle.
instructions.
6.10.3 Obey speed limits and traffic rules.
x) When the tower crane is left
unattended, loads should be 6.10.4 Always expect the unexpected and
removed from the hook, the hook be a defensive driver.
raised, the power switched off and 6.10.5 Drive carefully during adverse
the boom brought to the horizontal. weather and road conditions.
For longer periods or at times when
adverse weather conditions are 6.10.6 Read the road ahead and ride to the
expected, out of service procedures left.
should be followed. The main jib 6.10.7 Be extra cautious at nights. Keep
should be slewed to the side of the wind screens clean and lights in
tower away from the wind, put into working condition.
free slew and the crane immobilised.
6.10.8 All vehicles used for carrying
xi) A windspeed measuring device workers and construction materials
should be provided at an elevated must undergo predictive/preventive
position on the tower crane with the maintenance and daily checks
indicator fitted in the drivers' cab.
6.10.9 Driver with proper valid driving
xii) Devices should be provided to license shall only be allowed to drive
prevent loads being moved to a the vehicle
point where the corresponding safe
working load of the crane would be 6.10.10 Routes shall be leveled, marked and
exceeded. Name boards or other planned in such a way so as to
items liable to catch the wind should avoid potential hazards such as
not be mounted on a tower crane overhead power lines and sloping
other than in accordance with the ground etc.
manufacturers' instructions. 6.10.11 While reversing the vehicles, help of
xiii) Tower cranes should not be used for another worker should be ensured
magnet, or demolition ball service, at all times
piling operations or other duties, 6.10.12 An unattended vehicle should have
which could impose excessive the engine switched off
loading on the crane structure.
6.10.13 Wherever possible one-way system
6.9.6 Lifting ropes shall be followed
6.10.14 Barriers/fixed stops should be
provided for excavation/openings to
prevent fall of vehicle

OISD-192

Page 356 of 4396


6.10.15 Load should be properly secured xiv) ELCB for all temporary connections
must be provided. Use insulated 3-
6.10.16 The body of the tipper lorry should
pin plug tops.
always be lowered before driving
the vehicle off. xv) All power supply cables should be
laid properly and neatly so that they
6.10.17 Signs/signals/caution boards etc.
don't cause hindrance to persons
should be provided on routes .
working and no physical damage
6.11 ELECTRICAL also takes place to the cables during
various construction activities.
6.11.1 General Provisions
xvi) All Power cables to be properly
i) Only persons having valid licenses terminated using glands and lugs of
should be allowed to work on proper size and adequately crimped.
electrical facilities.
xvii) Use spark-proof/flame proof type
ii) No person should be allowed to electrical fittings in Fire Hazard
work on live circuit. The same, if zones as per area classification
unavoidable, special care and under OISD-STD-113.
authorisation need to be taken. xviii) Check installations of steel
iii) Treat all circuits as "LIVE" unless plates/pipes to protect underground
ensured otherwise. cables at crossings.
iv) Electrical "Tag Out" procedure xix) Don't lay unarmored cable directly
"MUST" be followed for carrying out on ground, wall, roof or trees. All
maintenance jobs. temporary cables should be laid at
least 750 mm below ground and
v) Display voltage ratings prominently cable markers should be provided.
with "Danger" signs. Proper sleeves should be provided
vi) Put caution/notice signs before at road crossings. In case temporary
starting the repair works. cables are to be laid on wooden
poles/steel poles, the minimum
vii) All electrical equipment operating cable heights should be 4.5 M.
above 250V shall have separate and
distinct connections to earth grid. xx) Maintain safe overhead distance of
HT cables as per Indian Electricity
viii) Proper grounding to be ensured for Rules and relevant acts.
all switch boards and equipment
including Portable ones prior to xxi) Don't connect any earthing wire to
taking into service. the pipelines/structures.
ix) Make sure that electrical switch xxii) Don't make any unsafe temporary
boards, portable tools, equipments connections, naked joints/wiring etc.
(like grinding machine etc.) don't get xxiii) Ensure that temporary cables are
wet during their usage. If it happens, free from cuts, damaged insulation,
stop the main supply, make the tools kinks or improper insulated joints.
dry and then only use them. Check
proper earthing. xxiv) Check at periodic intervals that pins
of sockets and joints are not loose.
All temporary switch boards/
KIOSKS put up at work site should xxv) Protect electrical wires/equipments
be suitably protected from rain and from water and naked flames.
the level of same should be high xxvi) Illuminate suitably all the work
enough to avoid contact with water
areas.
due to water logging.
xxvii) All switchboards should be of MS
x) Don't work wet on electrical system. structure only and incoming source
xi) Don't overload the electrical system. should be marked.
xii) Use only proper rated HRC fuses. xxviii) Hand lamps should not be of more
than 24V rating.
xiii) Industrial type extension boards and
Plug sockets are only to be used. xxix) Fire extinguishers (DCP/CO2/Sand
buckets) should be kept near

OISD-192

Page 357 of 4396


temporary switch boards being used ensure suitability for its proposed
for construction purposes. Don't use use.
water for fighting electrical fires.
ii) At the beginning of every shift, the
xxx) Insulating mats shall be provided in person using the electrical
the front and back end of switch equipment should make a careful
boards. external examination of the
equipment and conductors,
xxxi) All parts of electrical installations
especially the flexible cables.
should be so constructed, installed
and maintained as to prevent iii) Apart from some exceptional cases,
danger of electric shock, fire and work on or near live parts of
external explosion. electrical equipment should be
forbidden.
Periodic checking/certification of
electrical safety appliances such as iv) Before any work is begun on
gloves, insulating mats, hoods etc. conductors or equipment that do not
to be done/witnessed along with have to remain live:
maintaining a register at site signed
a) the current should be switched
by competent authority.
off by a responsible authorised
xxxii) A notice displaying following, should person;
be kept exhibited at suitable places: b) precautions should be taken to
prevent the current from being
a) prohibiting unauthorised persons
switched on again;
from entering electrical
c) the conductors or the equipment
equipment rooms or from
should be tested to ascertain that
handling or interfering with elec-
they are dead;
trical apparatus;
d) the conductors and equipment
b) containing directions as to
should be earthed and short-
procedures in case of fire, rescue
circuited;
of persons in contact with live
e) neighbouring live parts should be
conductors and the restoration of
adequately protected against
persons suffering from electric
accidental contact.
shock;
c) specifying the person to be v) After work has been done on
notified in case of electrical conductors and equipment, the
accident or dangerous current should only be switched on
occurrence, and indicating how to again on the orders of a competent
communicate with him. person after the earthing and short-
circuiting have been removed and
xxxiii) No other cables/pipes to be laid n i
the workplace reported safe.
trench used for electrical cables.
xxxiv) Utmost care should be taken while vi) Electricians should be provided with
excavating Earth from cable trench approved and tested tools, and
to avoid damage or any accident. personal protective equipment such
xxxv) Sub-station floor cut-outs meant for as rubber gloves, mats etc.
switch board installations to be
vii) All conductors and equipment
covered wherever installation is
should be considered to be live
incomplete.
unless there is a proof of the
NOTE: A Residual Current Operated Circuit contrary.
Breaker (RCCB) or Earth Leakage
viii) When work has to be done in
Circuit Breaker (ELCB), when
dangerous proximity to live parts the
installed, protects a human being to
current should be cut off. If for
the widest extent. RCCB or ELCB
operational reasons this is not
should be provided as per Indian
possible, the live parts should be
Electricity Rules.
fenced off or enclosed by qualified
6.11.2 Inspection and maintenance staff from the sub-station concerned.

i) All electrical equipment should be


inspected before taking into use to

OISD-192

Page 358 of 4396


6.11.3. Testing 6.12.2 Drilling Rigs

i) Electrical installations should be i) Location of jack up rigs should not


inspected and tested and the results be less than 5 Kms from shipping
recorded. route. Orientation of the rig, wind
direction etc are required for safe
ii) Periodic testing of the efficiency of
landing of helicopter. Information
the earth leakage protective devices
w.r.t. sea currents, wind speed, Hi-
should be carried out.
lo tide etc are required for mooring
iii) Particular attention should be paid to of supply vessels.
the earthing of apparatus, the
ii) Sea bed condition at every location
continuity of protective conductors,
should be ensured for safety of rig.
polarity and insulation resistance,
protection against mechanical iii) Radio and other communication
damage and condition of facilities should be such to maintain
connections at points of entry. contact with base all times.
6.12 OFFSHORE iv) During toeing of rig, the rig deck
should be clear of load, toeing lines
6.12.1 General
should be in good condition and
tensions in various toeing lines
The isolated nature of offshore installations
should be constantly monitored.
are hazardous. They call for greater need for
safety and survival at offshore. Safety at v) Few steps during toeing are:
offshore is safety of installations and safety
a) crane booms should be
of personnel. Safety problems and accidents
secured to their vesta,
at offshore have high risks due to limited
b) all hatches and water tight
space, helicopter operation, sea transport
doors should be closed,
etc. Following are the general safety
c) number of personnel on board
guidelines to be followed in addition to the
should be restricted,
safety guidelines stipulated for specific jobs
d) evacuate in case of emergency
dealt later on:
and operation should be
i) Workers should be well trained to completed preferably in day
do their job independently with high light.
degree of self-control and self-
6.12.3 Drilling
discipline.
ii) On arrival at offshore, everyone i) In view of CO2 and H2S gas cut from
should be briefed about the safety well, effective ventilation should be
rules to be followed at offshore, provided where drilling is in
evacuation system etc. All progress.
personnel should wear overall
ii) Safety alarm shall be checked in
(dangri), helmet and shoes for
advance in view of failure of
personnel protection.
ventilation system.
iii) In case of emergency, workers
iii) Suitable sensors for H2S and
should follow instruction of Field
Methane should be function tested
Production Superintendent (F.P.S.)
time to time and suitable colour
In certain cases instructions may be
code should be given.
given to abandon the offshore
installation and evacuate the iv) Working areas of the crane should
persons to safe location. be illuminated during night to avoid
accident.
iv) To overcome above problems,
offshore personnel must receive v) Clear space should be available for
training for using life saving despatch and receipt of load and, in
appliances and other personal particular, basket transfer of
survival techniques. passengers. Persons engaged in
loading/unloading of materials
v) Any person working at offshore
should be protected from falling into
should have one person as standby
the sea.
for any eventuality.

OISD-192

Page 359 of 4396


vi) Signal light should be fitted at the iii) Surface safety valve or SDV should
top of the jib. be checked for no gas leakage from
vii) Crane hook should be fitted with bleed port / flange etc., in the well
safety latches. head area. It should not be in
"mechanical override" or bypassed
viii) Experienced person should be from panel.
engaged in operation of specific
equipment like winches, cranes etc. iv) High pressure gas lift lines -
blowdown system should be O.K.
ix) At least three cable turns shall
always be there on the winch drum. v) Auto actuation of SDVs in the inlet
of pressure vessels should be O.K.
x) Adequate communication like walkie
talkie, round robin phone should be and in "normal position" from
available between the crane shutdown panels. A record of status
operator, supervisor and helper. of switches normal/bypassed in
auto-con* panels (PSH, PSL, LSL,
xi) Crane operation should be
ILSL) should be maintained.
completely stopped during
helicopter landing/taking off.
∗ Shut Down Panels
xii) Except for helicopter landing deck,
vi) Welders rectifier set and electrical
all decks, platforms, bridges,
connections to it should be checked
ladders should have rigid and fixed
guard rails atleast one meter high and approved by electrical-in-
and should have one intermediate charge for proper electrical safely.
rail midway between the handrail vii) “SCADA" telementry system if
and 100 mm toe board. available should be operational for
xiii) Wooden ladders shall not be used remote opening and closing of wells
at offshore. at unmanned platforms (through
RPMC).
xiv) Flow sensor in the flow line should
be ensured for safe working and to viii) Local ESD/FSD (near the work site)
avoid blow out. should be provided for jobs of very
critical nature, so that the persons
xv) Hydrogen sulphuide gas In offshore
working can access it immediately in
is of great risk and at 10 ppm
(0.001%) concentration in air, a emergency for safety. Safety officer
person should not be exposed for should judge the requirement &
more than 8 hours, If concentration inform FPS for the same.
is more, then breathing apparatus ix) Railings and Gratings etc. in and
should be used. Corrosion of around work area should be O.K.
equipment is also caused by H2S. and inspected to avoid slippage of
xvi) Portable H2S gas detector should man into sea.
be continously used. x) Emergency shut down (ESD)
6.12.4 Production Platforms system is initiated when an
abnormal condition is detected.
i) In case hydrocarbon Is released due ESD should be checked once in six
to overpressure, leak, overflow, gas months.
blow etc., shut down process to stop xi) Platform should be manned round
flow of hydrocarbon. Prevent ignition the clock.
of released hydrocarbon and in case
of fire shut in the process complex xii) Welding and cutting work should be
and follow emergency contigency regulated by hot work permit.
plan. xiii) All detectors should be calibrated as
ii) Sub surface safetv valve (SSSV)) per recommendation of the
below the well head should be manufacturer.
actuated during uncontrolled well - xiv) No system should be by-passed
flow and they should be regularly which affects the system of platform.
checked.

OISD-192

Page 360 of 4396


xv) In H2S field platforms, due care shall accommodate twice the number of
be taken as per recommendations. persons onboard installation.
xvi) Follow the instructions of F.P.S. iii) Launching appliances and life boat
during stay at platform equipment should be checked every
week.
6.12.5 Fire Prevention And Control
iv) Boat landing areas should be
i) Provision be made for safe handling adequately illuminated.
and storage of dirty rags, trash, and
v) Life raft has no power and they rely
waste oil. Flammable liquids and
on drift.
chemicals applied on platform
should be immediately cleaned. vi) Life jacket lifts the wearer after
entering water.
ii) Paint containers and hydrocarbon
samples, gas cylinders for welding vii) Life buoys are used to rescue
and cutting should be stored persons if any person accidentally
properly. Cylinders should be falls in the sea.
transported in hand-cart.
viii) All life saving appliances should be
iii) Smoking should be restricted and inspected by the MMD surveyor /sr.
no smoking area should be officials once a year.
identified.
ix) Every life boat shall be inspected
iv) Special attention should be given to once a week.
crude oil pump seals, diesel and
x) Every life boat and life raft should
gas engines which are potential
be serviced once a year by a
source of ignition in the event of
competent authority,
failure.
6.12.7 Safety Precautions during
v) Fire and smoke detectors i.e.
Helicopter Transportation
ultraviolet heat, thermal and smoke
detector should be function tested
i) Passenger briefing regarding safety
once in three months.
rules while travelling in helicopter
vi) Fire is controlled in offshore by should be carried out before
water spraying, Halon, CO2 boarding the helicopter.
flooding, DCP and sprinkler system.
ii) Emergency procedure should be
vii) Foaming agent is applied for briefed to all the passenger In case
controlling fire in liquid hydrocarbon. helicopter is to ditch into the sea.
The system is not effective in gas
iii) Heli-pad should have a non-skid
fire.
surface. Nylon rope net should be
viii) Light weight breathing system stretched on the deck.
should be used.
iv) Proper drainage should be available
ix) The fire control plan at offshore on helideck.
should reveal control station, fire
v) There should be no obstruction on
alarms and fire detectors, deluge
the helideck itself and within 3
valves and sprinkler, fire
extinguishing appliances, fireman meters of its parameter. Closest
super structure above the helideck
outfit and ventilation system.
should have red obstruction light.
x) Fire fighting equipment should be
maintained in ready to use vi) While landing fire crew of two
persons should be standby adjacent
condition.
to helideck.
6.12.6 Life Saving Appliances
vii) Heli-deck should be properly
illuminated for night landing.
i) Life boats with a speed of 6 knots
and carrying capacity upto 50 viii) During switching off helicopter,
persons are used in offshore. persons should not be allowed to go
out/ towards helicopter
ii) No. of life boats on one installation
should have a capacity to

OISD-192

Page 361 of 4396


6.13 DEMOLITION posted. To protect the public a fence
2m high should be erected
6.13.1. General provisions
enclosing the demolition operations
and the access gates should be
i) When the demolition of any building secured outside working hours.
or structure might present danger to
workers or to the public: vi) The fabric of buildings contaminated
with substances hazardous to health
(a) necessary precautions, methods should be decontaminated.
and procedures should be
Protective clothing and respiratory
adopted, including those for the
devices should be provided and
disposal of waste or residues; worn.
(b) the work should be planned and
undertaken only under the vii) Where plant has contained
supervision of a competent flammable materials, special
person. precautions should be taken to
avoid fire and explosion.
ii) Before demolition operations begin:
viii) The plant to be demolished should
(a) structural details and builders' be isolated from all other plant that
drawings should be obtained
may contain flammable materials.
wherever possible;
Any residual flammable material in
(b) details of the previous use should the plant should be rendered safe by
be obtained to identify any
cleaning, purging or the application
possible contamination and
of an inert atmosphere as
hazards from chemicals, appropriate.
flammables, etc.;
(c) an initial survey should be carried ix) Care should be taken not to
out to identify any structural demolish any parts, which would
problems and risks associated destroy the stability of other parts.
with flammable substances and
x) Demolition activities should not be
substances hazardous to health.
continued under adverse climatic
The survey should note the type
conditions such as high winds,
of ground on which the structure
which could cause the collapse of
is erected, the condition of the
already weakened structures.
roof trusses, the type of framing
used in framed structures and the xi) To prevent hazards parts of struc-
load-bearing walls; tures should be adequately shored,
(d) a method of demolition should be braced or otherwise supported.
formulated after the survey and
xii) Structures should not be left in a
recorded in a method statement
condition in which they could be
having taken all the various
brought down by wind pressure or
considerations into account and
vibration.
identifying the problems and their
solutions; xiii) Where a deliberate controlled
collapse technique is to be used,
iii) All electric, gas, water and steam
expert engineering advice should be
service lines should be shut off and,
obtained, and:
as necessary, capped or otherwise
controlled at or outside the (a) it should only be used where the
construction site before work whole structure is to come down
commences. because it relies on the removal
of key structural members to
iv) If it is necessary to maintain any
effect a total collapse;
electric power, water or other
(b) it should only be used on sites
services during demolition
that are fairly level and where
operations, they should be
there is enough surrounding
adequately protected against
space for all operatives and
damage.
equipment to be withdrawn to a
v) As far as practicable, the danger safe distance.
zone round the building should be
xiv) When equipment such as power
adequately fenced off and sign
shovels and bulldozers are used for

OISD-192

Page 362 of 4396


demolition, due consideration should 6.14.9 All personnel working with
be given to the nature of the building radiography sources should wear
or structure, its dimensions, as well appropriate protective equipment
as to the power of the equipment and film badges issued by BARC.
being used.
6.14.10 Protection facilities such as
xv) If a swinging weight is used for manipulator rod, remote handling
demolition, a safety zone having a tongs, lead pots, radiation hazard
width of at least one-and-a-half placards and means of cordon off
times the height of the building or shall be available at each site.
structure should be maintained
6.14.11 The radiography source shall never
around the points of impact.
be touched or handled directly with
6.13.2. Demolition of structural steelwork hands.
6.14.12 The package containing radiography
i) All precautions should be taken to
cameras and sources should never
prevent danger from any sudden
be carried by public transport like
twist, spring or collapse of
bus, train etc.
steelwork, ironwork or reinforced
concrete when it is cut or released. 6.14.13 Radiography sources and cameras,
when not in use, should be stored
ii) Steel construction should be
inside a source pit with lock and key
demolished tier by tier.
arrangement as approved by BARC.
iii) Structural steel parts should be The storage room should preferably
lowered and not dropped from a be located in an isolated area of
height. minimum occupancy and radiation
level outside the storage room
6.14 RADIOGRAPHY
should not exceed 0.25 mR/hr as
per BARC Regulations.
6.14.1 All radiography jobs shall be carried
out as per BARC Safety Regulations 6.14.14 In case of an accident (due to loss
or of damage to radiography
6.14.2 During field radiography, nearby source), action should be taken in
area around the radiation source line with BARC Safety
should be cordoned off. Rules/Guidelines.
6.14.3 If the field radiography is to be done
at the same location repeatedly, it is 6.15 SAND/SHOT BLASTING/ SPRAY
advisable to provide either a wire PAINTING
fencing around or a temporary brick
enclosure. 6.15.1 Sand blasting should be used only
6.14.4 Special permission/permit should be after approval from competent
taken for radiography from area-in- person.
charge. 6.15.2 Air Compressor used for sand/shot
6.14.5 As far as possible, field radiography blasting/painting should have guard
should be done only during night and positioned away from the work
time when there is little or no place.
occupancy there. 6.15.3 Exhaust of the prime mover, if IC
6.14.6 Radiation warning signals should be engine is used, should be directed
pasted all along the cordoned off away from the work place.
area. 6.15.4 In case of motor driven compressor,
6.14.7 Entry into the restricted area by the body of the motor as well as the
unauthorised persons should be compressor to be properly earthed.
strictly prohibited during exposure. 6.15.5 The hoses used for compressed air
6.14.8 The radiation level alongwith the should be of proper quality, and
cordon should be monitored by a health of the same to be ensured
suitable and well-calibrated radiation through regular check/ test.
survey meter.

OISD-192

Page 363 of 4396


6.15.6 The operator of sand/shot iv) All deck openings including those for
blasting/painting should wear buckets should be fenced.
suitable PPE's including mask.
6.16.2 Rescue & Emergency procedures
6.15.7 Adequate measures to be taken to
suppress dust/spray particle.
i) Persons who work over water
6.15.8 Sand used for sand blasting should should be provided with some form
be suitably covered & protected of buoyancy aid. Life jackets should
from to rain/moisture. provided sufficient freedom of
movement, have sufficient buoyancy
6.15.9 When these activities are done in
to bring persons to the surface and
confined places, adequate measure
keep them afloat face upwards, be
to be taken for proper ventilation.
easily secured to the body, be
6.16 WORK ABOVE WATER readily visible by way of self
luminous paint/strip.
6.16.1 General Provisions ii) Nobody should work alone on or
i) Where work is done over or in close above water.
proximity to water & where iii) Each worker should be trained in the
possibility of drowning exists, procedure to be followed in the
provision should be made for: event of an emergency.
a) Preventing workers from falling into
7.0 ADDITIONAL SAFETY
water;
b) The rescue of workers in danger PRECAUTION FOR UNITS
of drowning; WITH HYDROCARBONS
c) Safe and sufficient transport. In addition to general safety
precautions as outlined above for
ii) Provisions for the safe performance the activities in Clause 6.0, following
of work over or in close proximity to additional safety precautions need
water should include, where to be taken for the sites within the
appropriate, the provision and use of operating area or nearby, where
suitable and adequate: presence of Hydrocarbons cannot
be ruled out.
a) fencing, safety nets and safety
i) No job shall be carried out without a
harnesses;
valid permit. Permit should be in
b) lifebuoys, life jackets and manned
line with OISD-STD-105 "Work
boats;
Permit System".
c) protection against such hazards
as reptiles and other animals. ii) Smoking should be prohibited in all
iii) Gangways, pontoons, bridges, places containing readily
footbridges and other walkways or combustible or flammable materials
work places over water should: and "No Smoking" notices be
a) possess adequate strength and prominently displayed.
stability;
iii) In confined spaces and other places
b) be sufficiently wide to allow safe
where flammable gases, vapours or
movement of workers;
dusts can cause danger, following
c) have level surfaces free from
measures should be taken:
tripping hazards;
d) be adequately lit when natural (a) only approved type electrical
light is insufficient; installations and equipment,
e) where practicable and necessary, to including portable lamps, should
prevent danger, be provided with be used;
toe-boards, guard rails, hand ropes (b) there should be no naked
etc. flames or source of ignition;
f) be secured to prevent (c) oily rags, waste and clothes or
dislodgment by rising water or high other substances liable to
winds; spontaneous ignition should be
g) if necessary, be equipped with removed without delay to a safe
ladders which should be sound, of place;
sufficient strength and length and be (d) ventilation should be provided.
securely lashed to prevent slipping.

OISD-192

Page 364 of 4396


iv) Regular inspections should be made xi) A dry chemical type fire extinguisher
of places where there are fire risks. shall be made available in the work
These include the vicinity of heating area. Also fire protection facilities
appliances, electrical installations like running hoses etc. as per permit
and conductors, stores of flammable should be complied with.
and combustible materials, welding
xii) Wherever required, welding screens
and cutting operations.
shall be put up to protect other
v) Welding, flame cutting and other hot equipment in adjoining areas
work should only be done after against flying sparks. Material used
issuance of work permit in line with should be metal/asbestos/water
the requirement of OISD-STD-105 curtain.
after appropriate precautions, as
xiii) Welding or cutting of vessels/
required, are taken to reduce the
equipments used in Hydrocarbon/
risk of fire. For carrying out other
hazardous chemicals shall be done
jobs also, OISD-STD-105 should be
after proper gas freeing and
followed strictly.
verifying the same with the
vi) Fire-extinguishing equipment should explosive-meter.
be well maintained and inspected at
xiv) The confined space/equipment shall
suitable intervals by a competent
be gas freed and cleaned.
person. Access to fire-extinguishing
equipment such as hydrants, xv) Absence of any toxic gas and any
portable extinguishers and flammable gas above explosion limit
connections for hoses should be shall be ensured with the help of
kept clear at all times. gas detection instrument and
explosive meter respectively.
vii) All supervisors and a sufficient
number of workers should be trained xvi) Used and hot electrode stubs shall
in the use of fire-extinguishing be discarded in a metal bucket.
equipment, so that adequate trained
personnel are readily available xvii) Use approved and certified flame
arrestors for vehicles.
during all working periods.
xviii) Work permit to be obtained, if
viii) Audio means to give warning in
case of fire should be provided construction work is carried out
within existing operating area.
where this is necessary to prevent
danger. Such warning should be 8.0 FIRST AID
clearly audible in all parts of the site
where persons are liable to work. First aid facilities should be provided
There should be an effective in line with various statutory
evacuation plan so that all persons regulations like factory act etc.
are evacuated speedily without However following care should be
panic and accounted for and all taken:
plant and processes shut down.
ix) Notices should be posted at i) First aid, including the provision of
conspicuous places indicating: trained personnel should be ensured
at work sites. Arrangement should
(a) the nearest fire alarm; be made for ensuring the medical
(b) the telephone number and attention of the injured workers. First
address of the nearest aid box should be as per the Factory
emergency services. rules.
x) The work site shall be cleared of all ii) Suitable rescue equipment, like
combustible materials, as Sparks stretchers should be kept readily
and molten metal coming from the available at the construction site.
welding job can easily ignite
combustible materials near or below iii) First-aid kits or boxes, as
the welding site. If the combustible appropriate and as per statutory
materials cannot be removed from requirements, should be provided at
the area, the same shall be properly workplaces and be protected
shielded. against contamination by dust,
moisture etc.

OISD-192

Page 365 of 4396


iv) First-aid kit or boxes should not i) Poster: Posters with safety slogan
keep anything besides material for in humorous, gruesome
first aid in emergencies. demonstrating manner may be used
to discourage bad habits attributable
v) First-aid kits and boxes should
to accidents by appealing to the
contain simple and clear instructions
workers' pride, self-love, affection
to be followed, be kept under the
curiosity or human aspects. These
charge of a responsible person
should be displayed in prominent
qualified to render the first aid and
location(s).
be regularly inspected and stocked.
ii) Safety Sign Boards: Different type
vi) Where the work involves risk of
of message of cautioning, attention,
drowning, asphyxiation or electric
notice etc. should be displayed at
shock, first-aid personnel should be
the appropriate places for learning/
proficient in the use of resuscitation
awareness of the workmen while
and other life saving techniques and
working at site.
in rescue procedures.
iii) Films & Slides: Film(s) narrating
vii) Emergency telephone numbers of
the accident including the causes
nearby Hospitals, Police, Fire
and possible remedial ways of
Station and Administration should
preventing the recurrence of a
be prominently displayed.
similar accident should be displayed
9.0 DOCUMENTATION at regular intervals. Slides consisting
main points of the film show may
The intention of keeping also be shown to workers.
documentation of all types of iv) Talks, lectures & conferences:
accident(s) is to prevent recurrence The success of these events would
of similar accident(s). All accidents depend much on audience’s
should be reported as per OISD understandings of the speaker (s).
Guidelines (OISD-GDN-107) and The speakers are to be
Factories act, 1948. knowledgeable and good presenter.
All accidents (major, minor or near Speakers should know to hold the
miss) should be investigated, attention and to influence the
analysed and recommendations audiences.
should be documented along with v) Competitions: Organise
implementation status. competition(s) between the different
All related data should be well- deptts/categories of workers. The
documented and further analysis sense of reward/recognition also will
highlighting the major cause(s) of improve safety awareness and
accidents be done. This will help in result in enhancing safety levels.
identifying thrust areas and training vi) Exhibitions: Exhibitions also make
needs for prevention of accidents. the workers acquainted with hazards
and means of preventive measures.

10.0 SAFETY AWARENESS & vii) Safety Publication: Safety


TRAINING publications including pocket books
dealing with ways of investigation
and prevention in the field of safety
Safety awareness to all section of
and so on, may be distributed to
personnel ranging from site-in-
workers to promote the safety
charge to workmen helps not only
awareness.
preventing the risk but also build up
the confidence. Time and viii) Safety Drives: From time to time,
expenditures also get saved as a an intensive safety drive by
result. organising a safety day or a safety
week etc. should be launched.
Safety awareness basically seeks to
persuade/inform people on safety ix) Training: Training for covering the
besides supplementing skill also. hazards for different trade should be
Awareness programme may include imparted. Training should also
followings: include the specific hazards related

OISD-192

Page 366 of 4396


to a job in addition to the general iii) Safety & Health in Construction by
safety training as has been dealt in ILO
various chapters and should include
iv) The Building & Other Construction
all workers. Reference may be
Workers (Regulation, Employment
drawn from OISD-STD-154.
and Conditions of Service) Act 1996
11.0 REFERRENCES
i) Factory Act, 1948
ii) Indian Electricity Rules

OISD-192

Page 367 of 4396


ANNEXURE I

LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF


INDIAN STANDARDS

Sr.no Code No. Title

01. IS : 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.
02. IS : 875 Code of practice for Structural safety of buildings: Masonry walls
03. IS : 933 Specification for Portable Chemical Fire Extinguisher, Foam
Type – Second Revision.
04. IS : 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision.
05. IS : 1904 Code of practice for Structural safety of buildings: Shallow
foundations
06. IS : 1905 Code of practice for Structural safety of buildings: Masonry walls
07. IS : 2171 Specification for Portable Fire Extinguishers, Dry Powder Type –
Second Revision.
08. IS : 2361 Specification for Building Grips – First Revision.
09. IS : 2750 Specification for Steel Scaffoldings.
10. IS : 2925 Specification for Industrial Safety Helmets – First Revision.
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision.
12. IS : 3521 Industrial safety belts and harnesses
13. IS : 3696 – Part I Safety Code for Scaffolds and Ladders : Part I – Scaffolds.
14. IS : 3696 – Part II Safety Code for Scaffolds and Ladders : Part II – Ladders.
15. IS : 3764 Safety Code for Excavation Work.
16. IS : 4014 -Part I & II Code of practice for Steel tubular scaffolding
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction
materials at site
19. IS : 4130 Safety Code for Demolition of Buildings – First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and
toe Boards –First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors – First Revision.
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of
27. IS : 7155 Code of recommended practices for conveyor safety
28. IS : 7205 Safety Code for Erection on Structural Steel Works.

OISD-192

Page 368 of 4396


Sr.no Code No. Title

29. IS : 7069 Safety Code for Handling and Storage of Building Materials.
30. IS : 7293 Safety Code for Working with Construction Machinery.
31. IS : 7323 Guidelines for operation of Reservoirs
32. IS : 7969 Safety code for handling and storage of building material
33. IS : 8758 Recommendation for Fire Precautionary Measures in
construction of Temporary Structures and Pandals.
34. IS : 8989 Safety Code for Erection of Concrete Framed Structures.
35. IS : 9706 Code of Practices for construction of Arial ropeways for
transportation of material
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and man-
made fibre roap slings
38. IS : 10291 Safety code for dress divers in civil engineering works
39. IS :10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects.
40. IS :10386 – Part II Safety Code for Construction, Operation and Maintenance of
River Valley Projects.
41. IS : 11057 Code of practice for Industrial safety nets
42. IS : 13415 Code of Practice on safety for Protective barriers in and around
building
43. IS : 13416 Recommendations for preventive measures against hazards at
working places

OISD-192

Page 369 of 4396


OISD – GDN – 207

FOR RESTRICTED
CIRCULATION ONLY

OCTOBER 2002

CONTRACTOR SAFETY

OISD – GUIDELINES – 207

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum & Natural Gas

Page 370 of 4396


CONTRACTOR SAFETY

CONTENTS

SECTION DESCRIPTION

1.0 INTRODUCTION

2.0 SCOPE

3.0 DEFINITIONS

4.0 DUTIES / RESPONSIBILITIES

4.1 Owner

4.2 Contractor

4.3 Consultant

4.5 Designer

5.0 SAFETY MANAGEMENT

5.1 Job Safety Analysis (JSA)

5.2 Criteria of a Selection of a Contractor

5.3 Site Planning and Layout

5.4 Gate Entry Procedure

5.5 Training

5.6 Inspection / Audit

5.7 Penalties for non-compliance

5.8 Incident Reporting and Investigation System

5.9 Safety Committee Meetings

5.10 Safety Equipment / Personnel Protective Equipment

6.0 REFERENCES

ANNEXURE I List of BIS codes / Statutory Regulations

ANNEXURE II Checklist for Safety Inspection / Audit

Page 371 of 4396


CONTRACTOR SAFETY

1.0 INTRODUCTION on its behalf, for supervising / co-ordinating


the activities of the contractor/execution
Oil and Gas operations like Drilling, agency.
Production, Refining, Transportation and
Distribution are inherently hazardous. A Contractor / Executing Agency
large number of contractor workforce is
deployed to carry out construction, A physical or legal person/entity having
maintenance and other jobs. The analysis of contractual obligation with the owner, and
the incidents in the Petroleum Sector who deploys one or more worker on the site.
indicates that a large number of incidents
involved contractor workforce and have Contractor Worker
resulted in either casualty or injury besides
leading to property damage and operational It covers all workmen who are either self-
interruptions and environmental degradation. employed or employed through contractor,
the casual workers and includes contractor’s
In order to improve the safety levels of oil supervisor, working at a location / site
installations, the contractor safety is of employed directly by Owner or through their
utmost importance and there is a need to contractor.
institute a good contractor safety system.
Incident
2.0 SCOPE
An incident is an unplanned, uncontrolled,
This standard covers broadly the guidelines unintended or unforeseen event, caused by
on the management system for enhancing unsafe acts and / or unsafe conditions,
the safety levels of the contractor workforce resulting in or having the potential to result in
deployed in construction, maintenance and personal injury and/or property damage.
operation activities in the hydrocarbon
industry. Consultant

The safety precautions to be taken while Consultant is a physical or legal


carrying out different activities during person/entity engaged by owner to provide
construction / maintenance have separately the consultancy services to owner for
been covered in OISD-GDN-192 on "Safety management of the contract on their behalf
Practices during Construction". or as specified.

3.0 DEFINITIONS Designer

Work station/Work site Designer is a physical or legal person / entity


engaged by owner to provide design
A place/unit where the job is carried out by services of a work site.
contractor/executing agency in specified
manner with safety, during construction Owner's Representative / Engineer In
phase or in operation phase. Charge

Owner The Owner’s representative/Engineer-in-


charge is the one, who has been designated
Any physical or legal person/entity for whom
by the owner to manage the contract.
prescribed job is carried out.
Owner's Safety Officer
It shall also include owner's designated
representative / consultant /nominee / agent,
A properly trained person designated by
authorised from time to time to act for and
owner who ensures safety at work site.

Page 372 of 4396


viii) To specify the requirements of
Health, Safety and Environment (HSE)
4.0 DUTIES/ RESPONSIBILITIES (commensurate with the nature of job)
in Pre- Qualification criteria.
4.1 OWNER
ix) To designate Engineer-in-charge
4.1.1 Owner’s Management and safety officer.

The commitment to safety has to be x) To arrange for a multi-


emphasised by the owner by practice by its disciplinary safety audit team to
own management and employees at all conduct surprise / regular safety
levels. The duties and responsibilities of audits and monitor the implementation
owner should include: of the recommendations.

i) To institute a mechanism for xi) To introduce suitable schemes


identification and compliance of all for motivation of the contractor worker
applicable statutory rules & to adhere to safety guidelines.
regulations (Refer Annexure I for a list
of few important Bureau of Indian xii) To review safety practices & their
Standards & statutory regulations). implementation through periodic
surprise visit of the work sites and
ii) To provide specific information to monthly review meeting.
contractors and make workers aware
on the hazards associated with job xiii) To develop the HSE plans and
assigned. incorporate the same in the tender
document.
iii) To provide information about
Risk Mitigation measures available at xiv) To liaise with external agencies
the place of work. like press, public etc and with law
enforcement, regulatory, statutory
iv) To provide the contractor with agencies etc.
information on Owners Safety Plan &
Regulations, Emergency Management xv) To report to statutory agencies
Plan, lockout/ tag out procedure, on safety compliance and accidents, if
confined space entry, work permit any.
system, excavation/trench permit
system etc. 4.1.2 Owner's Representative/Engineer-
in-charge
v) To specify rules (e.g. for security
including access arrangements) and The duties & responsibilities of engineer-in-
safety rules such as fire protection, charge should include:
first aid arrangements, Work Permit
systems etc. i) To ensure that all Contract
requirements including Health, Safety,
vi) To provide comprehensive list of Environment & Security are complied
statutory regulations / standards and with.
specification, to be complied with
during execution of contract, in the ii) To ensure that contractor workforce
tender document itself. deployed is adequately qualified,
trained and in state of health to
vii) To ensure training of the commensurate with the requirements
contractor workforce, medical of the job.
examination, and proper usage of
safety equipment. iii) To ensure that the Tools / Tackles and
Machinery being used are properly

Page 373 of 4396


tested and are in sound working contracts), which is to be considered
conditions and necessary resources in future when selecting contractors.
proposed for providing safe place of
work and necessary PPE are being xii) To ensure that the Consultant,
used. contractor and sub-contractor employ
/ designate qualified & trained Safety
iv) To take the required necessary Engineer / Officer commensurate with
corrective action immediately upon requirement of the job.
noticing or receipt of a report on
noncompliance or any such condition 4.1.3 Owner's Safety Officer
which poses a threat to health, safety The duties & responsibilities of the Owner's
or environment. If during the course of Safety Officer should include:
execution of the contract, any
situation of non-compliance with the i) To assess the hazards associated
contractor's safety and health plan are with jobs in consultation with all
noticed / reported, the same will be concerned and establish safe working
taken up with the contractor for procedure including identification of
correction. In the event of repeated the escape routes.
non compliance, suitable action to be ii) To establish a written record of factors
initiated as per the contract. which can cause injuries and
illnesses.
v) To ensure that the incidents are
reported to all concerned within iii) To undertake routine/surprise
stipulated timeframe. inspections of all work sites and
identify unsafe conditions & practices,
vi) To ensure submission of a plan for if any. Check for compliance of the
safe working (Method Statement) safety practices being followed with
from contractor and approval of the approved HSE Plan.
same by competent person / iv) To investigate promptly the incidents
department. (including near-miss) in order to
advise corrective and/or preventive
vii) To ensure that Work Permit action.
System in line with OISD-STD-105 is
adhered to. v) To maintain statistical information for
use in analyzing all phases of
viii) To ensure availability of all the incidents and events involving
documentation needed for the contract personnel.
execution of contract. vi) To provide the means for complying
with the reporting requirements for
ix) To ensure that the quality controls occupational injuries and illnesses.
have been maintained during
vii) To check whether the proposed
fabrication/erection and all jobs
working arrangements are safe and
required for safe commissioning have
satisfactory, particularly at the
been carried out.
interface between the contractor's
planned work and owner’s existing
x) To ensure safe dismantling of all
facilities.
temporary facilities/connections put
up by the contractor, after completion
viii) To communicate to the
of work.
Contractor the imposed restrictions
which may affect the work/personnel
xi) To compile a report on the safety
such as the temporary closure of a
performance (at the conclusion of
corridor or electrical isolation of
each contract or periodically such as
equipment.
annually for renewable and long-term

Page 374 of 4396


ix) To review and monitor the contractor's iii) To nominate qualified & trained Safety
adherence to approved HSE plan and Engineers / Officers reporting to the
all applicable environmental, health, Site in charge, for supervision, co-
and safety requirements. ordination and, liaison for the
implementation of the safety plan.
x) To ensure that Consultant,
Contractor’s Managers, Supervisors Similar HSE Plan should be
and workmen at all levels (who will implemented at the sub- contractor’s
plan, monitor, oversee and carry out or supplier’s site /office. However the
the work) undergo Health, Safety and compliance with the HSE Plan is to be
Environmental training in their the sole responsibility of the
respective responsibilities with Contractor.
respect to conducting work safely and
with due regard for the protection of iv) To arrange suitable facilities in liaison
the environment. with the owner for drinking water,
toilets, lighting, canteen, crèche etc as
xi) To identify areas of operations where applicable as per Laws/ Legislation at
specialized training is required to deal site and also arrange for workmen
with potential dangers. compensation insurance, third party
liability insurance, registration under
xii) To document and to bring to the ESI / PF act etc as applicable.
attention of the Owner's Supervisor
and Contractor any non- v) To arrange for fire protection
compliance/violation of the safety equipment as per the advice of owner.
norms against approved safety and
health plan or safety and health vi) To ensure that its employees have
requirements and also raise these completed appropriate health and
issues in the Safety Committee safety training as required by the
Meetings. statute / regulation and also as per
requirements of the Owner /
xiii) To take part in Tool Box Consultant. The documentation of
Meetings at random and to ensure such training imparted to all its
maintenance of records. employees should be maintained and
produced for verification as required.
4.2 CONTRACTOR
vii) To comply with all the security
4.2.1 Contractor's Management arrangements of owner.

Duties & responsibilities of the contractor viii) To ensure that the plant and
should include the following: equipment used on-site by him / his
employees is correctly registered,
i) To implement safe methods and controlled and maintained in sound
practices, deploy appropriate working condition.
machinery, tools & tackles,
experienced supervisory personnel ix) To ensure availability of First Aid
and skilled work force etc. required for boxes and First Aid trained attendant.
execution.
x) To ensure that all incidents including
ii) To prepare a comprehensive and near misses are reported to all
documented plan for implementation, concerned immediately.
monitoring and reporting of Health,
Safety and Environment (HSE) and In construction projects where sub-
implement the same after its approval. contractors are engaged, the contractor
should set out the responsibilities, duties
and safety measures that are expected of

Page 375 of 4396


the sub-contractor’s workforce. These vi) To take immediate action to correct
measures should include the provision and any violation of safety rules observed
use of specific safety equipment, methods of or reported.
carrying out specific tasks on safety and the
inspection and appropriate use of tools. vii) To ensure that the workers likely
to be exposed to hazardous
The responsibilities indicated separately chemicals/materials have access to
under contractor’s Supervisor, Safety Officer appropriate Material Safety Data
and contract worker are contractually that of Sheets (MSDS), wherever applicable,
the Contractor and legally binding on the and provide necessary mitigation
Contractor only. However the specific measures.
detailing as above has been given
separately for guidance and operational viii) To ensure inspection and
convenience. certification of all tools (hand operated
as well as mechanically operated)
The selection of sub contractors, if being used. Defective tools shall be
employed, should be approved by the immediately removed.
owner. Sub-contractor should comply fully
with all safety rules and conditions ix) To ensure that appropriate warning
applicable to the main contractor. signboards or tags are displayed.

4.2.2 Contractor’s Supervisor / Safety x) To ensure that workers have proper


Officer training for their job assignments,
including use of appropriate PPE and
Duties & responsibilities of the Contractor’s first aid fire fighting equipment.
supervisor/Safety Officer should include the
following: xi) To comply with all applicable safety
and health standards, rules,
i) To ensure strict compliance with work regulations and orders issued by
permit system by carrying out work competent authority pertaining to the
only with appropriate work permits assigned activities.
and after ensuring that all safety
precautions / conditions in the permit xii) To ensure that sick and/or
are complied with and closing the injured workers receive appropriate
same after job completion. first aid and/or medical attention.

ii) To ensure that required guards and xiii) To report each incident and/or
protective equipment are provided, injury in accordance with established
used, and properly maintained. procedures and assist in investigation.

iii) To ensure that tools and equipment xiv) To take necessary action for
are properly maintained and tested. correction of any unsafe act /
condition at the workplace. However,
iv) To plan the workload and assign in case the same is outside the limits
workers to jobs in commensuration of authority, it should be reported to
with their qualification, experience and Owner’s Engineer-in-charge
state of health. immediately.

v) To ensure that the workers xv) To conduct daily inspections to


understand the work to be done, the ensure compliance with safety
hazards that may be encountered, standards, codes, regulations, rules
and the proper precautions/procedure and orders applicable to the work
for carrying out the work safely. concerned.

Page 376 of 4396


xvi) To ensure that workers under iii) To wear PPE as stipulated and
their supervision are aware of their necessary for the job.
responsibilities.
iv) To inform promptly to their supervisor
xvii) To arrange daily tool box regarding all work related incidents
meeting and regular site safety resulting in personal injury, illness
meetings and maintain records in the and/or property damage.
required formats. (Refer Clause 5.9.1)
v) To take all necessary and appropriate
xviii) To arrange stand-by supervisor/ safety precautions to protect
worker where situations so demand. themselves, other personnel and the
environment.
xix) To develop methods and display
banners/posters to inculcate safety 4.3 CONSULTANT
consciousness.
The activities and responsibilities covered
xx) To attend training and ensure under the scope of the Owner may be
participation of his workers for training delegated to the consultant in those cases
as per schedule arranged by the as applicable, based on the respective
Owner / Consultant and keeps himself contract conditions. The primary
updated. responsibility of Consultant is to ensure
compliance with agreed HSE plan for the
xxi) To keep records of number of contract by the Contractor. However those
persons working at the site. responsibilities conferred on Owner as
Principal employer cannot be delegated to
xxii) To keep a constant liaison with consultant.
Engg-in-charge / owners’
representative on safety issues. Where the consultant‘s scope involves
Engineering and Design, those factors under
xxiii) To maintain accident & nearmiss Designer should also be applicable.
record in a register.
In all cases, the Consultant's scope should
xxiv) To ensure that only PPE of the include submission of latest HSE plans for
approved type by owner is used at work under his and Contractor's purview and
site. implementing the same till job completion. It
should conform to owner's overall HSE plan.
A separate Safety Officer should be This should include Guidelines and
assigned, where more than 100 workers are Implementation and Reporting Methodology
employed at site. For smaller jobs, the to be followed with required report formats.
supervisor should assume the role of the
safety officer also. Adequate number of Safety Officers shall be
provided by the Consultant with necessary
4.2.3 Contract workers skills required for the work to be performed.

The duties & responsibilities of the The Consultant shall review the documents
contractor worker should include the submitted by the contractor and advise
following: owner on acceptance as well as advise
suitability and number of Contractor's safety
i) To perform work safely as per the job officers / supervisors.
requirement and instructions.
4.4 DESIGNER
ii) To inform all concerned regarding
unsafe conditions/acts. The Process Designer should identify all
hazards and risks likely to be encountered
during fabrication, erection including

Page 377 of 4396


dismantling, Pre-commissioning, accident, causes of injuries and personal
commissioning and Performance run to experience) and determine the
meet the Guarantees and advise the risk preventive measures to overcome these
mitigation measures. hazards
• Apply the controls to the hazards
All the hazards and safety measures to be • Evaluate the controls
adopted while handling Dangerous
chemicals and Catalysts should be detailed 5.2 CRITERIA OF SELECTION OF A
by the Process Licensor and the same CONTRACTOR
should be again included in the scope of the
suppliers. Specific write ups/MSDS should “Contractor Safety” can be ensured to a
be obtained from Patented single source large extent if competent agency for
suppliers also. execution of assignment or job, based on
HSE system agreed upon by owner, is
Designs should recognize, include and apply selected. It is necessary to assess his
safe practice during preparation, capabilities and competencies to perform
construction and subsequent operational work safely.
use and maintenance after completion of the
Project. A databank should be developed for all the
contractors for their past performance on
All documents including drawings and HSE aspects. An attempt should also be
calculations are to be originated, checked made to get similar data from other similar
and approved in accordance with latest industries.
international codes, standards,
specifications and design basis philosophy. The data required will depend upon
complexity involved in the job and type / size
Preferred use of low risk materials, policy of resources required. Format needs to be
on hazardous substances, preferred use suitably developed depending upon size,
of low noise and dust-suppressed nature of the job & hazard associated
equipment etc. should be encouraged. therein. The format designed should also
take care of the skill required to carry out the
5.0 SAFETY MANAGEMENT job.

5.1 JOB SAFETY ANALYSIS (JSA) Performance review is essential for all type
of contractors. It helps in recording actual
Job safety analysis (JSA) provides a performance/experience with contractors
mechanism by which the contractor, safety while the contract is in progress. It is
officer or supervisor take a detailed look at essential that resources agreed as per the
how an individual task is performed and its contract are reviewed at mobilization stage
inherent hazards and preventive measures. for ensuring compliance from the day one
This procedure helps in integrating accepted and thorough effective supervision /
safety and health principles and practices monitoring system are at place.
into a particular operation. In a JSA, each
step of the job is examined to identify This activity also helps in taking timely action
potential hazards and to determine the in case of unsatisfactory performance to
safest way to do the job. correct the situation and ensure safe work
during execution period and deciding about
A job safety analysis includes five steps as suitability of the contractor for future jobs.
below:
The periodicity of such performance review
• Select a job will depend upon size/type/complexity of
• Break the job down into a sequence of contract. However, the performance should
steps be reviewed at least at mobilisation stage
• Identify the hazards against each of and at the end of the contract.
these steps (based on knowledge of

Page 378 of 4396


5.3 SITE PLANNING AND LAYOUT vii) Pedestrian pathways and routes
for vehicular traffic (light/heavy
Before starting the construction/maintenance vehicles including material handling
job at existing workplace in operation or equipment) should be earmarked.
green field locations, following should be
ensured: - viii) Artificial lighting to be provided at
places where work continues or
i) Details regarding location of workers pass by after sunset or in
workshop/ fabrication yard, site office, case natural light is insufficient like
stores, laboratory, electrical confined spaces.
installations, placement of
construction machinery, medical and ix) Keep all equipment /machines under
welfare facilities, lighting underground cover to prevent them from dust,
and above ground piping route, cable rain/flood water, heat etc. and follow
route etc. should be decided prior to storage instructions as applicable for
commencement of the work in each of them.
consultation with owner / Consultants
and implementation should be 5.4 GATE ENTRY PROCEDURE
ensured. Layout should be displayed
at strategic locations. Gate entry at any site / workplace / unit is to
be restricted to ensure entry of only
ii) The resources required to meet any authorised persons / vehicles.
emergency situations like fire fighting,
first aid etc. should be planned and 5.4.1 Entry procedure for all contractor
mobilized as per the job requirement. worker should be as follows:

iii) The sequence or order in which work A. Issuance of Pass


to be done and any hazardous
operations or processes should be i) The passes are to be issued after the
identified. owner’s representative/engineer-in-
charge forwards the application of the
iv) Free access to site shall be provided contractor providing complete details
with clear roads, passage, gangways, of the workers being engaged. The
staircases etc. Access to construction contractor may be asked to submit
site should be leveled, open and free Character & Antecedents (C&A)
from any obstructions like verification of individual worker from
construction material or scrap/waste, concerned authorities.
exposure to hazards such as falling
materials, material handling ii) With regard to issuance of passes for
equipment and vehicles. Any pit or all vehicles including material
ditch shall be covered or barricaded. handling equipment, owner’s
representative / engineer-in-charge
v) Arrangements should be made to should forward the application only
maintain good housekeeping at site. after ensuring that all documents
Scrap and debris generated out of pertaining to the fitness of the
construction work should be vehicle/equipment and valid driving
removed/disposed off at a regular license of the driver etc. are available.
interval as directed. Emergency exit
should be provided in case of iii) The passes should be serially
blockade of primary exit. numbered with address, contractor
name, identification mark, signature of
vi) Suitable warning notices and also the the worker etc.
routes to and from welfare facilities
should be displayed prominently. iv) Special colour code for passes should
be used for persons entering different

Page 379 of 4396


areas like Administrative Block, Unit taken with two copies (one for
area, Project Area (wherever preparing the pass and other for
applicable). attachment with gate register).
Specific advice and recommendation
v) Contractor workers engaged on of User Department may be given due
routine basis for long periods should cognizance. Relevant details are to
be provided with monthly photo pass. be written. The pass should be
collected back at the gate after day’s
vi) Special permit is required separately work.
for working beyond normal working
hours and holidays. 5.4.2 Tank Truck Loading (TTL)
Operation :
B. Gate Entry
At the loading / unloading location, a large
i) Entry of the contractor’s employees no. of Tank Trucks of petroleum products
should be permitted with valid gate enter the installation. Crew members are
passes only. generally not regular entrants. The
procedure should be as follows:
ii) Entry of contractor’s workers should
be allowed in presence of authorized i) The gate pass should be issued to the
representative of contractor. individual crew members on written
request of the transporter
iii) Records of persons at the time of mentioning TT registration nos.,
entry/exit should be maintained. License and certificate of training as
per MV rule 9.
iv) At the entry gate of the location, a
physical checking for non-carrying of ii) Character & Antecedent (C & A)
lighter, matchboxes, explosives etc. verification of the TTL crew through
should be carried out. local police is to be done preferably
and record maintained.
v) Gate passes/Identity Cards should be
displayed on persons at all the times. iii) For loading/unloading purpose,
register entry at security gate is
vi) For Mega-projects at existing / made before allowing entry into the
operating installations, it is preferable premises with recording of names of
to have a separate gate for entry of crew members, time of entry, pass
contractor workers and also the Sr. No., TT no. etc.
project areas should be segregated
fencing from operational area by iv) For loading/unloading, crew is allowed
fencing / other physical means. entry alongwith TT only, after
checking of TT from
vii) No vehicle should be allowed to explosive/security point of view.
enter in an operational area without
proper flame arrestor. v) Out time, invoice no., Destination etc.,
are recorded while TTs go out of the
viii) Awareness on Safety through security gate.
training / posters etc. highlighting Do's
and Don'ts should be spread within 5.5 TRAINING
entire contractor workforce.
Video/Audio tapes on Safety Topics Training is to educate contractor workforce
should be played preferably. on various hazards associated with the
job/workplace and on the respective
ix) For occasionally engaged labourers preventive / mitigation measures to avoid
such as for material handling etc., untoward incidents.
spot photograph may be preferably

Page 380 of 4396


i) Workers should be adequately and equipment and protective
suitably: clothing provided to the worker;

(a) informed of potential safety and (f) general measures for personal
health hazards to which they may hygiene and health protection;
be exposed to at their workplace;
(g) fire precautions to be taken;
(b) instructed and trained in the
measures available for the (h) action to be taken in case of an
prevention, control and protection emergency;
against those hazards.
(i) requirements of relevant safety
ii) No person should be employed in any and health rules and regulations.
work at a workplace unless that
person has received the necessary Copies of the relevant safety and health
information, instruction and training so rules, regulations and procedures should be
as to be able to do the work available to workers upon the
competently and safely. The commencement of and upon any change of
competent authority should, in employment.
collaboration with employers, promote
training programs to enable all the
workers to read and understand the
information / instructions related to 5.5.1 Training Techniques
safety and health matters.
a) Lectures
iii) The information, instruction and
training should be given in a language This technique should be applied when it is
understood by the worker and written, required to transfer information in local
Oral, visual and participative language to a large contractor workforce
approaches should be used to ensure with controlled content and time.
that the worker has assimilated the
information. b) Case Study

iv) Every worker should receive This is an effective technique based on the
instruction and training regarding the presentation of case of real events by
general safety and health measures Trainer to highlight probable causes like
common to the workplace. This Human Error, ignorance about the job etc.
should include:
c) Videos
(a) general rights and duties of
workers at the workplace; Videos, an effective technique of
communication, should be used to display
(b) means of access and egress the right techniques of performing a task in a
both during normal working and safe manner and hazards associated with a
in an emergency; job.

(c) measures for good d) Demonstration at site


housekeeping;
Right way to do a job should invariably be
(d) location and proper use of demonstrated to workers at the site itself.
welfare amenities and first aid The right way is also a safe way. Hazards
facilities provided; due to wrong procedures, short cuts and
their adverse effects etc. should also be
(e) proper use and care of the items highlighted.
of personnel protective

Page 381 of 4396


5.5.2 Training/Awareness Module and
Frequency iii) Importance of First Aid fire
fighting equipment, their use &
A. General Safety Training to all operations
categories of contractor employees
should be imparted before induction iv) Communication system at the
and annually thereafter. No person installation
should be allowed to enter the
installation without undergoing this v) Fire / Accident Reporting
training. This training program may procedure
cover:
vi) General Safety rules
i) Mandatory uses of PPE like Cotton
clothes, Helmet, Safety Shoes, Safety vii) Safety Measures during
Belts etc. execution of job such as:

ii) Probable Hazards - Welding / Cutting / Grinding


- Working at height
iii) Important Telephone No / Escape - Confined space entry
route - X ray / radiation
- Erection / Dismantling of
iv) First Aid scaffolding
- Tank construction and repairs
v) Use of Fire extinguisher - Handling of chemicals etc.

The contractor workers, if engaged in viii) Importance & use of PPE


operation of the plants/facilities, should be
trained in line with Clause No. 4.6 of OISD- ix) Emergency Routes
GDN-206 on “Safety Management System”.
For other categories of contractor workers, x) Assembly Points
training modules for different category
employees are as follows: xi) Job Specific Training

B. Contractor Supervisor D. Consultant / Contractor

Contractor Supervisor should be trained in Awareness program should be carried out


accordance with the provision of clause no. for Consultant / Contractor at the time of
5.1.1.2, 5.2.7, 5.3.10, 5.6.12 and 5.7.8 of induction. This program should cover at
OISD-STD-154 on 'Safety Aspects in least the following:
Functional Training'
i) Responsibility of contractor for safety
C. Contractor Worker of their personnel and work area

Yearly training programme should be carried ii) Hazardous property of Petroleum


out for contractor worker and the records products and chemical used
should be maintained. The training
programme should cover at least the iii) Communication system
following:
iv) Fire / Accident Reporting procedure
i) Worker responsibility for safety
of himself and work area. v) Medical facility available

ii) Associated hazards with the job vi) Statutory requirements


and job area including
electrical shock hazards.

Page 382 of 4396


vii) Importance of First Aid equipment and through site inspection using ready-made
required at the site check lists to ensure that contractors /
agencies abide by the safety rules and
viii) Work Permit system norms while working at operating /
construction sites.
ix) Direct/ Indirect losses due to accident
A checklist, while carrying out different type
x) Safety Measures while executing the of jobs, should be developed based on
jobs such as: hazards associated with the job being
performed and requirements as per OISD-
- Welding / Cutting / Grinding GDN-192 on "Safety Practices during
- Working at height Construction". Typical format is enclosed at
- Confined space entry Annexure II, which should be modified to suit
- X ray / radiation the requirement of the site / job to be done.
- Erection / Dismantling of
scaffolding Before starting the work and at regular
- Tank construction and repairs intervals thereafter, Contractor’s
- Handling of chemicals etc. Supervisor/safety Officer and Owner's
- electrical jobs representative / Engineer-in charge/safety
Officer should inspect as per the checklist so
xi) Safety training needs of their prepared to ensure that contractor has
supervisors and workers prepared to start the work with all safety
precaution required for safe execution of job.
xii) Importance & Use of PPE at the site
5.7 PENALTIES FOR NON-
xiii) General Safety rules at the installation COMPLIANCE

Financial or other type of penalties like


seizure of gate passes, stoppage of work for
E Security Personnel a limited period etc. may be levied on the
contractors or their workers for non-
Training program should be carried out for compliance of safety rules. A provision of
Security personnel at the time of induction suitable accident severity based penalty
and annually thereafter and the records clause for contractor may be incorporated to
should be maintained. The training program ensure adherence of systems and
should cover at least the following: procedures. A few of the usual non-
compliance are as follows:
i) Layout of Plant and Facilities
ii) Vulnerable locations -- Non-usage of PPEs like Safety helmet /
iii) Safety regulations (Statutory and in Safety shoes / Safety goggles /
company) Respiratory protection etc. by the
iv) Fire Protection Facilities and contractor personnel
Locations
v) Role in case of Fire / Disaster -- Non-usage of the safety belt and life line
vi) Emergency Procedure and Drills by the workers while working at height
vii) Industrial First Aid
viii) Use of Personnel Protective -- Non-provision of basic safety
Equipment requirement such as 24 V lamp for
ix) Disaster Management Plan working in confined space, uncertified /
non standard lifting tools, earth leakage
5.6 INSPECTION / AUDIT protection & earthing connections for
electrical appliances as per Indian
Inspection / Audit is a tool to evaluate Electricity Rules, emergency isolation
compliance of all safety requirements. Most switches etc.
of the information could be gathered

Page 383 of 4396


-- Violation of Safety Permit conditions like attend these meetings on random basis.
Fire fighting equipment Tool box meeting should be conducted more
frequently depending upon circumstances.
-- Non-barricading of area while rigging, Record of the same can be maintained in
digging etc. the following typical format.

-- Working without valid work permit TOOLBOX MEETING FORM

-- Unauthorised road closure/blockage SUBJECT :


PRESENTER :
5.8 INCIDENT REPORTING AND DATE :
INVESTIGATION SYSTEM TIME : From….. To…..
CONTENT IN BRIEF :
All the incidents including near-miss should
be reported immediately by contractor’s Participant’s Name Signature
Supervisor to Contractor and owner’s
Supervisor/Engineer-in-charge, who should -------------------- ---------------------
inform to Owner’s Safety Officer and owner’s -------------------- ---------------------
Management. Owner’s Safety Department -------------------- ---------------------
will be required for onward reporting as per
OISD, Statutory requirements. 5.9.2 Site Safety Committee Meeting

All accidents regardless of the extent of Primary purpose of this safety committee is
injury or damage should be investigated in to enable owner, contractor and workers to
order to find probable causes, lessons learnt work together to monitor the site safety and
thereof and remedial measures required to health plan so as to prevent accidents and
prevent its recurrence. improve working condition on site. Its size
and membership will depend on the size and
The incident investigation should be done as nature of job.
per provision of clause no. 4.12 of OISD-
GDN-206 on 'Safety Management System' . The safety committee should include
All the recommendations of investigation / representatives of owner, consultant,
Enquiry Report need to be monitored closely contractor identified as safety
for its implementation. A proper record officer/supervisor. It should be headed by
needs to be maintained to ensure Engineer-in-charge.
implementation of all the recommendations
and same should be reviewed from time to The safety committee should have regular
time. and frequent meetings, atleast fortnightly, to
discuss the safety and health program on
5.9 SAFETY COMMITTEE MEETINGS site and to make suggestions for
improvement. The meetings should be
Following three type of safety committee documented with a time bound action plan.
meetings should be held aiming at raising The functions carried out by safety
the level of safety consciousness at the site: committee should include:

5.9.1 Toolbox meeting i) Review compliance of pending items


of last Safety meetings.
To maintain awareness, update training and
convey important safety and health ii) Consideration of the reports of safety
information, contractor supervisors should personnel.
conduct tool box meetings at least weekly
and also prior to start of any work. All the iii) Discussion of accident/near-miss and
contractor workers should attend this illness reports in order to make
meeting. The owner’s supervisor/Engineer- appropriate recommendation for
in-charge and safety officers should also prevention.

Page 384 of 4396


iv) Examination/evaluation of suggestions 2) OISD-GDN-192 on “Safety During
made by workers. Construction”

v) Dissemination of acquired knowledge 3) OISD-STD-155 Part(I&II) on


through training programs and “Personnel Protective Equipment”
information sharing sessions.
4) Building & Other Construction
vi) Discussion & review of Fire Prevention workers (Regulation of Employment
& Disaster Management Plan. & Condition of Service) Act 1996

vii) To send recommendation to


Apex Body for
consideration/approvals.

5.9.3 Safety Review Meeting by


Location Head

This meeting should be headed by the


Location head and attended by Owner’s
Supervisor/Engineer-in-charge, owner’s
safety Officer and all concerned department
heads. Prime purpose of this review is to
ensure that all the recommendations of
various committees are being complied with
and to take decisions on critical points
raised. This meeting should take place at
least once in every quarter. All the
investigation reports/ audit findings with
status of implementation of
recommendations should be discussed.

5.10 SAFETY EQUIPMENT /


PERSONNEL PROTECTIVE
EQUIPMENT

The type of safety equipment to be used is


decided based on the job requirement.
Selection should be made based on OISD-
GDN-192, OISD-STD-155 (Part I & II) and
the job requirement. Safety equipment /
Personnel Protective Equipment (PPE) shall
be of approved make. Contractor shall
provide necessary training to each employee
regarding proper usage and upkeep of PPE
including its limitation.

A register showing stock and issue of PPE


should be maintained by the contractor at
site and must be available for inspection.

6.0 REFERENCES

1) OISD-GDN-206 on “Safety
Management System”

Page 385 of 4396


ANNEXURE I
LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF
INDIAN STANDARDS

Sl.no. Code No. Title


1 IS: 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.

2 IS: 875 Code of practice for Structural safety of buildings: Masonry


walls

3 IS: 933 Specification for Portable Chemical Fire Extinguisher, Foam


Type – Second Revision.

4 IS: 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision

5 IS: 1904 Code of practice for Structural safety of buildings: Shallow


foundations

6 IS: 1905 Code of practice for Structural safety of buildings: Masonry


walls

7 IS: 1989 – Part II Leather Safety Boots and shoes for heavy metal industry

8 IS: 2171 Specification for Portable Fire Extinguishers, Dry Powder Type
– Second Revision

9 IS: 2361 Specification of Building Grips – First Revision

10 IS: 2750 Specification for Steel Scaffoldings

11 IS: 2925 Specification for Industrial Safety Helmets – First Revision

12 IS: 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision

13 IS: 3521 Industrial Safety Belts and harnesses

14 IS: 3696 – Part I Safety Code for Scaffolds and Ladders: Part I – Scaffolds

15 IS: 3696 – Part II Safety Code for Scaffolds and Ladders: Part II – Ladders

16 IS: 3764 Safety Code for Excavation Work

17 IS: 4014 – Part I & II Code of Practice for Steel Tubular Scaffolding

18 IS: 4081 Safety Code for Blasting and Related Drilling Operations

19 IS: 4082 Recommendations on stacking and storage of construction


materials at site

20 IS: 4130 Safety Code for Demolition of Buildings – First Revision

21 IS: 4138 Safety Code for working in compressed air – First Revision

Page 386 of 4396


22 IS: 4756 Safety Code for Tunneling works

23 IS: 4912 Safety requirements for Floor and Wall openings, Railings and
toe boards – First Revision

24 IS: 5216 – Part I & II Recommendations on safety procedures and practices in


electrical work

25 IS: 5121 Safety code for piling and other deep foundations

26 IS: 5916 Safety Code for Construction involving use of Hot Bituminous
materials

27 IS: 6994 – Part I Specifications for safety gloves: Part I – Leather and Cotton
gloves

28 IS: 5983 Specification for Eye Protectors – First Revision

29 IS: 6922 Criteria for safety and design of structures subject to


underground blasts

30 IS: 7155 Code of recommended practices for conveyor safety

31 IS: 7205 Safety Code for Erection on Structural Steel Works

32 IS: 7069 Safety Code for Handling and Storage of Building Materials

33 IS: 7293 Safety Code for Working with Construction Machinery

34 IS: 7323 Guidelines for operation of Reservoirs

35 IS: 7969 Safety Code for handling and storage of building materials

36 IS: 8758 Recommendation for Fire Precautionary Measures in


construction of Temporary Structures and Pandals

37 IS: 8989 Safety Code for Erection of Concrete Framed Structures

38 IS: 9706 Code of Practices for construction of Arial ropeways for


transportation of material

39 IS: 9759 Guidelines for de-watering during construction

40 IS: 9944 Recommendations on safe working load for natural and


manmade fibre rope slings

41 IS: 10667 Guide for selection of industrial safety equipment for protection
foot and leg

42 IS: 10291 Safety Code for dress divers in civil engineering works

43 IS: 10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects

44 IS: 10386 – Part II Safety Code for Construction, Operation and Maintenance for

Page 387 of 4396


River Valley Projects

45 IS: 11057 Code of Practice for Industrial Safety Nets

46 IS: 13415 Code of Practice on safety for Protective barriers in and around
building

47 IS: 13416 Recommendations for preventive measures against hazards at


working places

Statutory Regulations

Latest Statutory Acts and Rules, as given below, may be referred:-

1. The Petroleum Acts 1934 and Petroleum Rules 2002


2. The Factory Act, 1948 (As amended by Factory Amendment Act 1987) and concerned
Factory Rules
3. The Water (Prevention and Control of Pollution) Act 1974 & Rules 1975
4. The Environment (Protection) Act 1986
5. The Manufacturing, Storage and Import of Hazardous Rules 1989
6. The Hazardous Wastes Management (Management & Handling) Rules 1989
7. The Indian Electricity Act 1901 and Rules 1956
8. The Indian Explosive Acts, 1884 & The Indian Explosive Rules 1983
9. The Gas Cylinder Rules 1981and the static & Mobile Pressure Vessels (Unfired) Rules 1981
10. The Indian Boiler Act 1923 and Regulations 1950
11. The Public Liability Act 1991 as amended in 1992
12. The Motor Vehicle act 1988 and Central Motor Vehicle rules 1989
13. Building & Other Construction workers (Regulation of Employment & Condition of Service)
Act 1996

In addition to above, various other statutory acts like EPF, ESIS, Minimum wage act and other
local statutory requirements shall also be complied with.

Page 388 of 4396


ANNEXURE II
CHECK LIST FOR SAFETY INSPECTION / AUDIT

Job ___________ Location _______________ Date of Audit______Frequency _____________

Inspected by __________________ Contractor (s) __________________________

Sl.no. ITEM YES NO NA REMARKS /


ACTION
1.0 PERSONNEL PROTECTIVE EQUIPMENT (PPE):
Are following PPEs being used as per the job requirements?

1.1 Safety Helmets

1.2 Safety Shoes

1.3 Gum Boots

1.4 Safety Belts with life line

1.5 Gloves

1.6 Ear Plug

1.7 Goggles

1.8 Shield Glass

1.9 Face Protection

1.10 Breathing Apparatus

1.11 Canister Mask

1.12 Hand wash / Eye wash/ Respirating filter /


cloth

1.13 Boiler Suit

1.14 Others

2.0 HOUSE KEEPING

2.1 Whether Waste Bins are provided / used

2.2 Are Passageways / Walkways clear?

2.3 Is General neatness O.K.?

2.4 Is the Ground free from oil, grease etc.


and is not found to be slippery?

2.5 Others

Page 389 of 4396


3.0 EXCAVATION

3.1 Whether soil stability is checked?

3.2 Whether proper shoring for the excavation


is provided to prevent cave-in for side of
slope >45 Degree?

3.3 Whether proper precautions have been


taken if the excavation is adjoining to
heavy structure like building, street and
roadways?

3.4 While excavating whether proper slope


usually 450 & suitable benches of 0.5 m
width at each 1.5 m depth are provided?

3.5 Whether barricading of 1m height with


glowing caution board is provided for
excavation beyond 1.5m depth?

3.6 Whether excavating earth is placed


beyond 1m of the edge of the trench?

3.7 Whether heavy vehicle movement is


restricted to come too close to the
excavating area?

3.8 Whether necessary precaution is taken


for underground pipes, sewers, cables by
contractors?

3.9 Whether excavation hot work permit is


taken?

3.10 Whether extra precaution is taken for


bailing out water properly while
excavating?

3.11 During rains whether the excavation is


done with extra precaution to prevent
caving in?

3.12 Whether two separate entry/ exit points


with necessary ladders / steps, as per
requirement, have been provided?

3.13 Whether one person is available at all the


time to communicate any hazards noticed
with workers working in deep trenches or
excavation?

3.14 Whether necessary precautions like

Page 390 of 4396


regular gas testing are being taken in
areas having hydrocarbons and LPG so
that no gas accumulation takes place in
the trenches.

3.15 Whether IS: 4081-1986 & Indian


Explosive act & rules for storage, handling
& carrying of explosive material and
execution of blasting operation is
followed?

3.16 Whether in case of mechanised


excavation, caution board is provided for
do’s and don’ts like ‘Nobody to enter’
within one meter of the extreme reach?

3.17 Whether the following are inspected


during excavation work :-
a) Boulder formation encountered
b) Collapsing / development of cracks of
sides
c) Marked damage to support
d) Unexpected fall of ground
e) Inspection of site after each blast.

3.18 Others

4.0 PERMITS

4.1 Whether valid work permit is issued to


start any work?

4.2 Whether all conditions of the permit are


fulfilled before starting the job?

4.3 As noted in the permit, whether


compliance of all the recommendations
are ensured?

4.4 Whether permits are available at work site


all the times?

4.5 Whether hot work permit registered in fire


station?

4.6 Whether permits are being closed after


the completion of job?

4.7 Others

5.0 SAFETY IN CUTTING / WELDING/GRINDING

5.1 Whether LPG / Oxygen / Acetylene/ Gas

Page 391 of 4396


cylinders are kept outside only while
working in confined space?

5.2 Are Acetylene /LPG cylinders kept in


upright position and secured at
designated places under shed – wet
gunny bags wrapped around it if the same
is under sun at designated place?

5.3 Check cylinder and cylinder valves for any


kind of damage?

5.4 Whether protective valves are kept on


cylinder while not in use?

5.5 Whether proper means and method for


transportation of cylinders to avoid
dropping and rolling are being adopted /
followed?

5.6 Whether gas cylinders, regulators are


kept away/free from oil and grease?

5.7 Whether all hoses were found to be free


of any damage or crack?

5.8 Whether oxygen and acetylene cylinders


are stored separately?

5.9 Whether color coding is being used for


easy identification of different type of
cylinders and hoses?

5.10 Whether cylinder keys are available near


the cylinder?

5.11 Whether gas torches with NRV with flash


back arrestor of approved make are only
being used?

5.12 Whether pressure gauges are in working


condition and checked from time to time?

5.13 Whether welding shields are used while


welding?

5.14 Whether proper earthing for welding


machines are provided?

5.15 Whether power is taken from approved


sources (welding receptacles)?

5.16 Whether welding receptacles are properly


grounded?

Page 392 of 4396


5.17 Whether welding cables are maintained in
good condition and without any joints/
cuts?

5.18 Whether to avoid short circuit, welding


machines are protected against rain?

5.19 Whether earth connectors are securely


connected to the job and not to the
adjoining pipeline or structure?

5.20 Whether flame arrestor of DG set is of


approved make and quality?

5.21 Others

6.0 SAND / SHOT BLASTING

6.1 Whether sand blasting is used only after


getting approval from competent
authority?

6.2 Whether air compressor used for sand /


shot blasting are positioned away from
work place?

6.3 Whether exhaust of the prime mover is


directed away from the work place?

6.4 Whether in case of motor driven


compressor, the body of the motor as well
as the compressor is properly earthed?

6.5 Whether line operator of sand/shot


blasting wear suitable PPEs including
mask?

6.6 Whether adequate measures are adopted


to confine dust/spray particles?

6.7 Whether adequate measures are taken


for proper ventilation while the work is
done in confined space?

6.8 Others

7.0 SAFETY WHILE WORKING AT HEIGHTS / SCAFFOLDING / LADDERS

7.1 Whether work permit is obtained to take


up work at height above 3 mts?

7.2 Whether steel pipes scaffoldings are used


in unit/off site areas?

Page 393 of 4396


7.3 Whether provision for suitable platform
with all scaffoldings are made? Whether
its construction is as per specification with
toe board and railing?

7.4 Whether the area below working at height


is cordoned?

7.5 Whether suitable platform is provided?

7.6 Whether ISI approved quality and good


condition safety belts are used while
working at heights?

7.7 Whether life line of safety belt is


Anchored to an independent secured
support capable of withstanding load of a
falling person?

7.8 Whether the area around the scaffold is


cordoned off to prohibit the entry of
unauthorized person?

7.9 Whether ropes used are of good condition


and adequate strength free of defects?

7.10 Whether ladder is placed at secured and


leveled surface?

7.11 Whether it is extended 1.5 Mts. Above the


landing point?

7.12 Whether ladder used are of adequate


length and tying short ladder is avoided?

7.13 Whether metallic ladders are placed away


from electrical system?

7.14 Whether tools or materials are removed


after completion of the day’s job at
heights?

7.15 Whether a valid permit is obtained before


taking up work on asbestos or fragile
roof?

7.16 Whether sufficient precaution is taken


while working on fragile roof?

7.17 Whether provision is made to arrange


duck ladder, crawling board for working at
fragile roof?

7.18 Whether scaffolding has been erected on


rigid / firm / levelled surfaces only?

Page 394 of 4396


7.19 Whether scaffold has been inspected by
competent person prior to being put in
use?

7.20 Whether the scaffolding has been


designed for the load to be borne?

7.21 Whether the erection and dismantling of


the scaffolding is being done only by
trained persons and under supervision?

7.22 Whether safety net with proper working


arrangement and life line has been
provided?

7.23 Others

8.0 SAFETY IN CONFINED SPACE

8.1 Whether a permit is obtained to enter a


confined space?

8.2 Whether gas test for hydrocarbon, toxic


gas, oxygen level is obtained before
entering any confined space?

8.3 Whether adequate oxygen level is


ensured in confined space before
entering? If not, whether all precaution
like using of Breathing Apparatus set is
ensured?

8.4 Whether, in case of chance of ingress of


hydrocarbon gases / toxic gases,
Personnel Monitoring System (PMS) is
used or not?

8.5 Whether only in presence of a supervisor,


worker enters in confined space?

8.6 Whether provision of sufficient means of


entry and exit is available?

8.7 Whether provision of ventilation to remove


welding fumes, dust, exhaust gases are
made?

8.8 Whether provision of 24V (Hand lamps


with cage as per OISD-STD-155) light for
working inside space is made?

Page 395 of 4396


8.9 Is it strictly ensured that a stand-by
trained person is standing outside before
a person enters a confined space and
communication is being maintained all the
time with workers working inside?

8.10 Whether life belt with one end under


control of stand-by person outside is kept
while working in confined space?

8.11 Whether Personnel protective Equipment


are in good condition as specified in the
permit?

8.12 Whether absence of Hydrogen Sulfide,


CO or other toxic gas is ensured before
entering into a confined space? If yes,
whether proper required PPE like BA,
Gas Mask are used.

8.13 Whether boxing up is being done only as


per the approved procedures and by
competent persons?

8.14 Whether all the safety precautions listed


in OISD-GDN-192 are taken while
working in sewers, OWS etc.?
8.15 Whether proper house keeping is being
maintained inside the confined space?

8.16 Whether training has been provided to


workers working in the confined space
and the workers only of sound health are
being asked to work in the confined
space?

8.17 Others

9.0 SAFETY IN MATERIAL HANDLING

9.1 Whether all lifting tools, tackles,


machines, chains, ropes etc. are of sound
construction, made of sound material and
maintained in good condition?

9.2 Whether safe working load, date of testing


visibly marked/painted on the equipment?

9.3 Whether lifting tools, tackles are of


adequate strength for the load to be
handled?

9.4 Whether all parts including the working


gears fixed or movable of every lifting
machine, chain, rope, tackles specify the

Page 396 of 4396


following condition:

a) Thoroughly examined by competent


person at least once a year or such
interval as required by statutory
authority.

b) Document of such examination are


maintained and produced to owner
supervisor before use of particular
equipment?

9.5 Whether chain blocks and cables are


inspected before each use to assure their
sound condition?

9.6 Whether hoist and lift if used are:

a) Properly maintained and thoroughly


examined by competent authority at
least once in every year.

b) A register to be maintained to record


particulars of such examination in
prescribed forms and shall be
produced to the owner supervisor
before use.

9.7 Whether area below the movement of


boom of crane is cleared to avoid injury
from falling objects?

9.8 Whether it is ensured that crew of truck


leave the truck in crane handling area
before starting loading / unloading, if not
involved in rigging operation?

9.9 Whether transporting material from one


place to another is done by suitable
means?

9.10 Whether carrier with sufficient capacity


without projecting parts is used for
transporting materials?

9.11 Whether riggers engaged are well trained


and conversant with signaling procedures
including night signalling if required?

9.12 Whether permission of authorized person


is obtained before working on or near an
overhead crane?

9.13 Whether trained riggers are available all


the time along with crane?

Page 397 of 4396


9.14 Whether barricading has been done to
ensure no unauthorised person enters in
the working area of the crane?

9.15 Whether lifting plan has been prepared


and approved before start of the work?

9.16 Whether route of crane movement has


been planned before the crane moves out
of the garage?

9.17 Whether it has been ensured that no


electrical cable come within 3 metres or
safe distance from the boom of the
crane?

9.18 Whether boom is being kept in the


horizontal position or locked while idling?

9.19 Whether material is being stacked /


destacked in trucks with the help of
wedges to ensure no slippage while
loading / unloading takes place?

9.20 Whether the forklift / crane is being


operated only by trained person?

9.21 Others

10.0 ELECTRICAL SAFETY

10.1 Has the Electrical Line Clearance


procedure been followed involving
electrical and other concerned Dept. and
filling of formats?

10.2 Have Danger Signs with Voltage rating/


Men at work signboards been displayed
at both Sub Station as well as the work
site?

10.3 Has the contractor worker understood the


electrical circuit on which he is going to
work with probable electrical hazards and
mitigation measures to be adopted?

10.4 Whether contractor has engaged


electrician (s) having valid electrical
licence in line with provisions in Indian
Electricity Rules?

Page 398 of 4396


10.5 Have all checks prior to switching
operation been carried out and
authorisation of owner/ user section
obtained subsequently?

10.6 Have all earthing links on electrical


conductors removed before charging the
line/ apparatus?

10.7 Have PPE as prescribed under Indian


Electricity Rules been in place, kept
healthy and used?

10.8 Are earthing and bonding arrangement of


non-current carrying metallic parts in line
with provisions of Indian Electricity Rules
– 1956 amended time to time as IS:
3043?

10.9 Have electrical part of OISD-GDN-192


and Clause No. 9.0 for Temporary
installations in OISD-173 been
understood and followed wherever
applicable?

10.10 Are flexible wires having voltage of 240


volts above earth potential taken through
PVC conduits?

10.11 Whether portable hand lamps with a


voltage rating of not more than 24 volts
used with flameproof enclosures in
confined spaces within columns, vessels
etc?

10.12 Have the Switches, MCBs, fuses etc.


been inspected for proper ratings?

10.13 Has Earth Leakage Circuit Breaker (


ELCB) been used on the incoming side to
protect against leakage of current? Is the
device tested every time the work is
started?

10.14 Whether all portable appliances are


provided with insulated Three pin Plugs
and socket arrangement?

10.15 Whether industrial type extension boards


and plug sockets are used?

10.16 Has the electrical equipment brought to


site by contractor been inspected by
owner’s supervisor/ safety officer for
damage/cuts/abrasion etc? Is record of

Page 399 of 4396


Insulation Resistance, wherever required ,
being kept?

10.17 Have standard practices for termination of


conductors/ cables been followed (e.g.
use of proper lugs, crimping tool, cable
glands etc)? Is cable armour in continuity
from feeding point to load?

10.18 Are the Contractor supervisor and


workmen well acquainted with first aid for
electrical shock?

10.19 Are the wires/ cables identifiable along


their route towards the load by using
colour coding and/or markers?

10.20 Others

11.0 ROAD WORK

11.1 Whether site is barricaded and provided


with warning signs including night warning
lamps/ self glowing markers at
appropriate location for diversion of
traffic?

11.2 Whether mixing aggregates with bitumen


is done with the help of batch mixing
plants? If no, whether adequate
precautions have been taken?

11.3 Whether road rollers, bitumen sprayers,


pavement finishers are driven by
experienced drivers with valid driving
licenses?

11.4 Whether the worker handling hot bitumen


sprayers or spreading bitumen aggregate
mix or mixing bitumen with aggregate are
provided with PVC hand gloves rubber
shoes with pegging upto knee joints?

11.5 Others

12.0 FORM WORK, REINFORCEMENT

12.1 Whether form work, shuttering, shoring


etc. are adequately designed and
provided to erect the structure and to
support the expected load?

Page 400 of 4396


12.2 Whether staging (support) for shuttering is
designed for loads like worker movement,
impact load and other incidental loads
during construction?

12.3 Whether workers use PPEs at work site?

12.4 Whether all safety procedures are


adopted while cutting rod?

12.5 Whether proper staging and bundling is


provided for supplying rods at height?

12.6 Whether sufficient cross bracings are


provided for high staging works at
vulnerable points?

12.7 Others

13.0 CONCRETING

13.1 Whether the concreting area is


barricaded?

13.2 Whether vibrator hoses, pumping


concrete accessories are in healthy
condition and mechanically strong?

13.3 Whether it is ensured that no pipe line in


concrete pumping system is attached to
any temporary strut such as scaffolds
etc.?

13.4 Whether it is checked that safety guards


around moving parts are provided in
concrete mixer/ machines?

13.5 Whether earthing of electrical mixers,


vibrator etc. are checked?

13.6 Whether entry of unauthorised person in


the concreting area is restricted?

13.7 Whether adequate lighting arrangement is


made in the concreting area if working
during night?

13.8 Whether PPEs like gum boots, gloves and


dust masks etc. are being used?

13.9 For overhead or underground work,


whether form work and shuttering have
been checked so that the same do not
collapse during concreting?

Page 401 of 4396


13.10 Others

14.0 DEMOLISHING (DEMOLISHING BY BLAST NOT CONSIDERED)

14.1 Has the stability of structure been


examined by competent person and found
OK?

14.2 Are non-sparking tools being used, if


required?

14.3 Is intermittent clearing operation being


done to keep the area reasonably tidy and
clean?

14.4 Whether effective barricading has been


provided?

14.5 Whether Electrical and other facilities like


water, oil, gas pipelines have been
isolated/protected?

14.6 Whether the plan of demolition (including


sequence of activities) has been prepared
and approved prior to start of the work?

14.7 Others

15.0 RADIOGRAPHY

15.1 Are safety precautions for handling of


source as per guidelines of BARC being
followed?

15.2 Is the potency of the source being used


within acceptable limits as per the BARC
regulations?

15.3 Is the area being cordoned with proper


signs during radiography?

15.4 Does proper place exist as per BARC


regulations for storage of source /
Personnel safety equipment?

15.5 Does the radiographer has valid


certificate of radiography from competent
authority (BARC)?

15.6 Is radiographer using Exposure Meter /


Dosi Meter?

15.7 Whether minimum occupancy of the

Page 402 of 4396


premises / workplace is being ensured
while radiography is in progress?

15.8 Is permit system being followed?

15.9 Others

16.0 ADDITIONAL SAFETY PRECAUTION FOR UNITS WITH HYDROCARBONS

16.1 Are jobs being carried out with a valid


work permit only as per OISD-STD-105
"Work Permit System".

16.2 Is smoking prohibited in all places


containing combustible or flammable
materials and "No Smoking" notices
prominently displayed.

16.3
Are only approved type electrical
installations and equipment, including
portable lamps, being used?

16.4 Are oily rags, waste, wooden materials


and clothes or other substances liable to
spontaneous ignition being removed?

16.5 Are the combustible materials properly


shielded in case same cannot be
removed from the area?

16.6 Has welding screens (like metal/asbestos/


water curtain) been put up to protect other
equipment / facilities/ OWS/ drains in
adjoining areas against flying sparks, as
may be required?

16.7 Is Gas-testing being done with the means


of a calibrated Gas detection Meter prior
to start of Hot work and being done
subsequently at regular intervals as per
the requirement?
16.8 Are regular inspections being done of
places where there are fire risks like in the
vicinity of heating appliances, electrical
installations and conductors, stores of
flammable and combustible materials,
welding and cutting operations?

16.9 Are fire-extinguishing equipment being


placed at strategic locations and are kept
well maintained and inspected at suitable
intervals by a competent person.

16.10 Are access to fire-extinguishing


equipment such as hydrants, portable

Page 403 of 4396


extinguishers and connections for hoses
kept clear at all times?

16.11 Are all supervisors and a sufficient


number of workers trained in the use of
fire-extinguishing equipment?

16.12 Are audio means, to give warning in case


of fire provided, audible in all parts of the
site where persons are liable to work?

16.13 Is there an effective evacuation plan in


place so that all persons are evacuated
speedily without panic?

16.14 Others

17.0 EMERGENCY PROCEDURES

17.1 Is signaling / siren system effective?

17.2 Is arrangement for rescuing affected


person adequate?

17.3 Are signs showing emergency exit route


installed?

17.4 Is emergency exit route clear of


obstacles?

17.5 Is communication system adequate?

17.6 Whether emergency vehicle with driver


has been provided to meet any
emergency situation?

17.7 Does any tie-up with hospitals or local


doctors exist?

17.8 Has the assembly point for workers in


case of emergency been identified and
earmarked?

17.9 Has training been provided to a few


workers for First Aid?

17.10 Others

18.0 WELFARE FACILITIES

18.1 Is hygienic conditions prevailing at labour


camps?

18.2 Are First Aid facilities available?

Page 404 of 4396


18.3 Does proper sanitation exist at site office
and labour camps?

18.4 Does any arrangement of medical


facilities like tie ups with nearby hospital
exist?

18.5 Is proper drinking water facility available


for workmen & staff?

18.6 Are crèches provided for children (if


applicable)?

18.7 Is any proper place/canteen/restroom


provided for eating food and taking rest?

18.8 Is any place earmarked for storing /


keeping clothing?

18.9 Is Adequate washing facility available?

18.10 Does proper ventilation at working place


exist?

18.11 Others

19.0 GENERAL

19.1 Are illumination levels at workplace and


passages adequate?

19.2 Is communication system adequate?

19.3 Are display and caution boards provided


at strategic locations?

19.4 Are road barriers being used for blocking


any roads/passage?

19.5 Has the structure been adequately


secured against storm/high winds during
construction/ erection?

19.6 Are the equipment properly earthed?

19.7 Are vehicles being checked like brakes,


oil, lights etc. on regular basis?

19.8 Is compressed air being used only for its


intended purpose and not for any other
purpose?

19.9 Are only proper clothes and not loose


clothes being used while working around

Page 405 of 4396


machinery?

19.10 Are nails or other sharp objects being


removed or bent?

19.11 Are machine guards over moving parts of


machinery such as coupling, pulley, wheel
etc. installed?

19.12 Whether after maintenance of machinery


the guards are securely fitted before
putting into operation?

19.13 Are working platforms / gangways


provided with hand rails & toe guards?

19.14 Are swing platforms provided with chains


& secured adequately when not in use?

19.15 Are the approaches to work sites being


maintained & kept clear of obstacles?

19.16 Whether engines of equipment entering


into the operating area have exhaust and
muffler system with approved spark
arrestor?

19.17 Whether vehicles/engine driven


equipment, electrical equipment and tools
used are certified?

19.18 Whether contractors inform his workers


about hazards and safe procedures?

19.19 Whether sufficient care is taken so that


spark do not go outside working
enclosure & falls below?

19.20 Whether contractor’s qualified / trained


supervisor is present?

19.21 Whether all exhausts of engines are


provided with approved type of flame
arrestors and exhaust is not facing toward
the place where the workers are working?

19.22 Others

Signature of the Auditor

Page 406 of 4396


GAIL (India) Limited Special Conditions of Contract

QUALIFICATION & EXPERIENCE


REQUIREMENT OF KEY
CONSTRUCTION PERSONNEL
[ANNEXURE - IX TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 407 of 4396


QUALIFICATION & EXPERIENCE STANDARD No.
ENGINEERS REQUIREMENT OF KEY CONSTRUCTION 7-82-0003 Rev. 1
s1 INDIA LIMITED PERSONNEL AND PENALTY FOR THEIR
A Govt of India Undertaking)
NON-MOBILIZATION Page 1 of 5

qd-nui chifAcg 31-Elfra


KrE 31-
1,3ra 311-{ afra
‘71diIoiI

QUALIFICATION & EXPERIENCE


REQUIREMENT OF KEY CONSTRUCTION
PERSONNEL AND PENALTY FOR THEIR NON-
MOBILIZATION

1 01.07.2020 Revised & Updated DG AKK SKS a


Doc. No. 9-1940-0001 Rev 1 has been
0 12 06 2015 DJ MD SC
revised and issued as Standard
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL —All rights reserved

Page 408 of 4396


QUALIFICATION & EXPERIENCE STANDARD No.
>fel ENGINEERS REQUIREMENT OF KEY CONSTRUCTION
$11g.fr215i-eg
10E'rr eremite OTIJOrrrall
INDIA LIMITED
IA Govt of Undo Underlalongj PERSONNEL AND PENALTY FOR THEIR
7-82-0003 Rev. 1
NON-MOBILIZATION Page 2 of 5

Abbreviations:

CV • Curriculum Vitae
EPC : Engineering, Procurement & Construction
EPCC : Engineering, Procurement, Construction & Commissioning
ISO International Organization for Standardization
NDT : Non Destructive Testing
QA/QC: Quality Assurance /Quality Control
RT : Radiography Testing
UT Ultrasonic Testing

Construction Standards Committee

Convenor: Sh. A K Kundu, ED (Construction)

Members: Sh. Janak Kishore, ED (Projects)


Sh. Biswaj it Mandal, Sr. GM (SCM)
Sh. Udayan Chakravarty, Sr. GM (Piping)
Sh. Ravindra Kumar, GM (Construction)
Sh. Debasish Ghosal, GM (Construction)
Sh. Pankaj Kumar Rai, AGM (Construction)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 409 of 4396


QUALIFICATION & EXPERIENCE STANDARD No.
k14_.x4 ENGINEERS REQUIREMENT OF KEY CONSTRUCTION
lIgar EllRegW: INDIA LIMITED
Imc7,2RRa2aAJOCNII PERSONNEL AND PENALTY FOR THEIR
7-82-0003 Rev. 1
IA GM ot Ind. Unden.1.9)

NON-MOBILIZATION Page 3 of 5

CONTENTS

1. QUALIFICATION & EXPERIENCE (POST QUALIFICATION) 4

2. PENALTY FOR NON-MOBILIZATION OF KEY CONSTRUCTION PERSONNEL.... 5

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 410 of 4396


QUALIFICATION & EXPERIENCE STANDARD No.
•e-1 ENGINEERS REQUIREMENT OF KEY CONSTRUCTION
Ifgar fdWg 431
INIVR 2122151U 07130,5,
INDIA LIMITED
(A Go vi of India Undertalongl PERSONNEL AND PENALTY FOR THEIR
7-82-0003 Rev. 1

NON-MOBILIZATION Page 4 of 5

Qualification & Experience (Post Qualification)

CATEGORY QUALIFICATION & EXPERIENCE (POST QUALIFICATION) REQUIRED


Degree or Diploma in Engineering with minimum following relevant experience in
construction:
Resident Construction Awarded value (Rs) < 10 Cr. Works 10 - 50 Cr. Works > 50 Cr. Works
Manager/ Resident —,..
Engineer/Site-In-Charge 5 yrs 10 yrs 15 yrs
Degree holders

Diploma holders 8 yrs 13 yrs 20 yrs

Degree or Diploma in relevant Engineering discipline with following minimum


experience in Construction:

Lead Discipline Engineer


(Mechanical, Civil, Electrical, < 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works
Awarded value (Rs) —I" —
Instrumentation)
Degree holders 3 yrs 5 yrs 10 yrs
Diploma holders 5 yrs 8 yrs 13 yrs
Degree or Diploma in Mechanical Engineering/ Metallurgy with the minimum following
experience in Welding & NDT (Non Destructive Testing) and possessing valid Level-II
certificate in the relevant NDT methodology (RT/UT)

Lead Welding /
< 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works
NDT Engineer Awarded value (Rs) —o. —

Degree holders 3 yrs 5 yrs 10 yrs


Diploma holders 5 yrs 8 yrs 13 yrs

Degree or Diploma in Engineering with following experience (refer Note 1 also) :

< 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works


Awarded value (Rs) --4.- —

3 yrs of 5 yrs of 10 yrs of


construction construction construction
Lead QA/QC Engineer Degree holders experience of experience of experience of
which minimum 1 which minimum 2 which minimum 3
years in QA/QC years in QA/QC years in QA/QC
5 yrs of 8 yrs of 13 yrs of
construction construction construction
Diploma holders experience of experience of experience of
which minimum 3 which minimum 5 which minimum 6
years in QA/QC years in QA/QC years in QA/QC
Degree or Diploma in Engineering with following experience in Planning & Scheduling

< 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works


Lead Planning Engineer Awarded value (Rs) _* —
_.
Degree holders 3 yrs 5 yrs 8 yrs
Diploma holders 5 yrs 8 yrs 13 yrs

As per HSE Specification enclosed elsewhere in the bidding document.


Safety Officer / Supervisor

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 411 of 4396


QUALIFICATION & EXPERIENCE STANDARD No.
ENGINEERS
Ogeg fat54ft WA LIMITED REQUIREMENT OF KEY CONSTRUCTION
7-82-0003 Rev. 1
MO, eizme ern.mrnm A God of India Undertaking) PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 5 of 5

Diploma in Engineering or Diploma in Materials Management or Graduate in any


stream with min. following experience in Warehousing/ Stores Management:
Warehouse- In- Charge/
Materials Manager < 10 Cr. Works 10-50 Cr. Works
Awarded value (Rs) --0' - > 50 Cr. Works

Experience 3 years 5 yrs. 10 yrs.


Degree or Diploma in Engineering with minimum following experience in quantity
estimation, field measurement, bill preparation etc. in Construction field:

Quantity Surveyor < 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works
Awarded value (Rs) —0°.

Degree holders 2 yrs 3 yrs 5 yrs


Diploma holders 4 yrs 6 yrs 8 yrs
Degree in relevant Engineering Discipline with minimum 2 years of relevant
experience in construction or Diploma in relevant Engineering Discipline with
Discipline Engineer
minimum 4 years of relevant experience in Construction. Welding / NDT engineer
shall possess valid Level-II certificate in the relevant NDT methodology (RT/UT).

NOTES : (For Table)

1. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 50 crores, the Lead
QA/QC Engineer shall be a qualified internal auditor for ISO 9001.
2. CVs of key construction personnel proposed to be deployed shall be submitted to Owner/Engineer-in-
Charge prior to their mobilization at site. The mobilization of key personnel shall be done at site subject to
prior approval of their CVs by Owner/Engineer-in-Charge.

PENALTY FOR NON - MOBILIZATION OF KEY CONSTRUCTION PERSONNEL

Penalty for non-mobilization per day per person after the contractual mobilization period /
mobilization schedule agreed during Kick off meeting / jointly agreed between contractor and
PMC / Owner based on front availability etc.

Rs. 7000/- for Resident Construction Manager/ Resident Engineer/ Site-in-Charge.

Rs. 4000/- for Lead QA/QC Engineer, Lead Planning Engineer, Warehouse In-charge, Lead
Discipline Engineers, Lead Welding / NDT Engineer and the Quantity surveyor.

Safety Officer (As per HSE Specification).

NOTES : (For Penalty Clauses)


a) All intervening off days (Sundays etc.) and holidays will be counted for levy of penalty.
b) Mobilized personnel shall not be demobilized till contractual completion or based on consent of
Engineer-in-Charge, else penalties as above shall be applied.
c) Total of above penalties shall not exceed 2% of the awarded contract value.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL - All rights reserved

Page 412 of 4396


GAIL (India) Limited Special Conditions of Contract

CONDITIONS FOR ISSUE AND


RECONCILIATION OF
MATERIALS
[ANNEXURE - X TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 413 of 4396


STANDARD No.
afReiel ENGINEERS CONDITIONS FOR ISSUE AND
Ogeif tPteg INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 2
IA Govt Of incha UnOeftaktogj
Page 1 of 9

Mdidi .Kr4- Rct)1Wqzia-


fq RT-4

CONDITIONS FOR ISSUE AND


RECONCILIATION OF MATERIALS

_Lx_oki

2 27.03 2019 Revised & Updated SKG AP AKK


y
RKT
1 24 01 2014 Reaffirmed & Issued as Standard SM DJ RKD SC
Doc No 6-10-0001 Rev 0 has been revised VC
0 21.05 2008 AS GKI SCB
and issued as Standard
Standards Standards
Prepared Checked Committee Bureau
Rev.
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 414 of 4396


STANDARD No.
4-7=. ENGINEERS CONDITIONS FOR ISSUE AND
Er
* eir iRae g
0.12,, eletlAV OA 3.2.i)
•-__.,
INDIA LIMITED
(A Govt of Incle UndertakM)
RECONCILIATION OF MATERIALS 7-82-0001 Rev. 2
Page 2 of 9

Abbreviations:

MS Mild Steel

OFC Optical Fibre Cable

OTDR Optical Time Domain Report

FIM Free Issue Material

Construction Standards Committee

Convenor: Sh. A K Kundu, ED —I/C (Construction)


Members: Sh. Amitava Pal, GGM (Construction)
Sh. Janak Kishore, CGM (Projects)
Sh. Rajeev Jain, GM (SCM)
Sh. Udayan Chakravarty, GM (Piping)
Sh. Ravindra Kumar, GM (Construction)
Sh. S K Goel, AGM (Construction)

Format No 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 415 of 4396


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
Oejitaws INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 2
11.11101 121111i100 J00011 / IA Go' 01 Ind. Undeltalong1
Page 3 of 9

CONTENTS

1.0 CONDITIONS FOR ISSUE OF MATERIALS 4

2.0 RETURN OF UNUSED MATERIAL/ SCRAP 4

3.0 CEMENT 5

4.0 REINFORCEMENT BARS /STRUCTURAL STEEL/PLATES 5

5.0 PIPING MATERIALS 6

6.0 EQUIPMENTS 7

7.0 CABLES 7

8.0 LINE PIPES 8

9.0 OPTICAL FIBRE CABLE 8

10.0 OFC JOINTING KITS 9

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All nghts reserved

Page 416 of 4396


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
Q~i 2151eg
1.112,1 21A,T4VA) INDIA LIMITED
Govt of trtcha Undertaking)
(A
RECONCILIATION OF MATERIALS 7-82-0001 Rev. 2
Page 4 of 9

1.0 CONDITIONS FOR ISSUE OF MATERIALS

Whenever any material is issued as FIM by EIL/Owner, following conditions for issue of
material in addition to other conditions specified in the contract shall be applicable:

1.1 Necessary indents shall be raised by the Contractor as per procedure laid down by the
Engineer-in-Charge from time to time, when the materials are required for incorporation in
permanent works.

1.2 Materials shall be issued only for permanent works and not for temporary works, enabling
works etc. unless specifically approved by the Engineer-in-Charge.

1.3 The Contractor shall bear all other cost including lifting, carting from issue points to work
site/Contractor's store, custody and handling etc. and return of surplus/serviceable scrap
materials to Owner's storage points to be designated by the Engineer-in-Charge. No separate
payment for such expenditure shall be made.

1.4 No material shall be allowed to be taken outside the plant without a gate pass.

1.5 The Contractor shall be responsible for proper storage, preservation and watch & ward of
the materials.

2.0 RETURN OF UNUSED MATERIAL/ SCRAP

2.1 All unused/scrap materials shall be the property of the Owner and shall be returned in good
and acceptable condition category wise by the Contractor at his own cost to Owner's Store(s).

2.2 No credit shall be given to the Contractor for return of scrap. The Contractor should quote the
rates accordingly. Contractor shall make his own arrangements for weighing the cut offs to be
returned to Owner's stores.

2.3 In case the Contractor fails to return unused materials/ accountable scrap, then recovery for
such quantity of materials, not returned by the Contractor shall be affected at following penal
rates from the Contractor's bills or from any other dues of the Contractor to the Owner:

S.
Material Penal Rates
No.
(a) Penal rate for non return of accountable scrap
1. Issue Rate + 25%
Penal rate for return of serviceable materials in or
(b)
excess of permitted % allowances Landed Rate + 25%
(in case issue rate are not
Penal rate for issuance of unplanned OFC jointing indicated in the contract)
(c)
kits

Penal rates for non return of Unused material and Twice the Issue Rates
(a) or penal rate for generating scrap in excess of or
2. permitted % allowances Twice the Landed Rates
(in case Issue Rates are
Penal rate for using excess amount of materials not indicated in the
(b)
like cement than permitted % allowances Contract)

NOTE : 1) Landed Rate shall be arrived from the latest Purchase Order of respective
material received at site by Owner/EIL.

Format No 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 417 of 4396


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
zir tilReg
IaiRfl e4E'.5rZAA,
AAA)
INDIA LIMITED
IA Govt of India Undertaking)
RECONCILIATION OF MATERIALS 7-82-0001 Rev. 2
Page 5 of 9

2) In case more stringent penal rates have been indicated elsewhere in the
Contract (based on Project requirement), the same shall supersede the above
rates.

3.0 CEMENT

In all cases where cement is FIM and supplied by EIL/owner, following methodology shall be
adopted for issue & reconciliation -

3.1 Cement as received from cement Manufacturer/Stockists shall be issued to the Contractor.
The theoretical weight of cement in each bag for issue purpose shall be considered as 50 Kg or
20 bags per MT. However, cement bags weighing upto 4% less shall be accepted by the
Contractors and charged for as full bag.

3.2 The Contractor is required to submit the design mix for different grades of concrete, keeping
in view the requirements stipulated in IS:456 and IS 10262, specifically regarding durability,
slump and water cement ratio and specific gravity of materials brought to site as analyzed in
the laboratories. The design shall be based upon absolute volume method and theoretical
consumption of cement shall be worked out on this basis. For other than concrete items, the
coefficients for consumption of cement shall be adopted as per CPWD practice.

3.3 The permissible variation between Cement actually used on the job and theoretical
consumption worked out on the basis stipulated in above para 3.2 and as determined by
Engineer-in-Charge shall be 3% (Three percent only).

If the actual consumption is more than 103% of the theoretical consumption, then recovery at
the penal rates for the quantity of cement beyond the limit of 103% of theoretical consumption
shall be affected as per clause 2.3 above.

3.4 Unused quantity of cement shall be returned by the Contractor to the Owner's stores in good
condition only.

3.5 The Contractor shall maintain a good store for storing cement issued to him. The flooring of
the storage house, the clearances of cement bags from the side walls/ floor & stack height etc.
shall be as instructed by the Engineer-in-Charge.

3.6 The contractor shall maintain a Cement Register in prescribed format and update the entries
on daily basis.

3.7 The cement store shall be offered for inspection and verification by the Engineer-in-Charge or
his authorized representative at any time when the Engineer-in-Charge feels the need to do so.

3.8 Empty cement bags shall be the property of the Contractor and shall have to be disposed off
by him.

4.0 REINFORCEMENT STEEL BARS / STRUCTURAL STEEL / PLATES

In all cases where Reinforcement Steel Bars/ Structural Steel/ Plates is FIM and supplied by
EIL/owner, following methodology shall be adopted for issue & reconciliation -

4.1 The scrap allowance for the reinforcement bars/structural steel including steel plate issued by
the Owner, shall be total 3% (2.5% accountable and 0.5% unaccountable) of the actual
consumption as incorporated in the works.

4.2 All serviceable reinforcement bars/structural steel/steel plates shall be issued in available
length/shapes/sizes and no claims for extra payment on account of issue of non-standard

Format No 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 418 of 4396


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
acs INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 2
WA's,ZQE,OsetAIJOVIt1/ IA Govt of lode GnOoftaMN/
Page 6 of 9

lengths/shapes/sizes and bending etc. shall be entertained. Reinforcement bars and structural
steel shall be issued on weighment basis as per normal warehousing practice. In exceptional
circumstances, the reinforcement bars/ structural steel, if issued on linear measurement, the IS
coefficients for unit weight shall be considered. For the purpose of billing and accounting,
only linear measurements shall be taken and weight shall be calculated as per IS coefficients
in three decimals. The difference in unit weight as per IS and actual as issued, if any, shall be
to Contractor's account and Contractor is deemed to have considered the same at the time of
bidding.

4.3 Reinforcement bars/structural steel/steel plates shall be issued only for those items where
Owner's supply has been specifically mentioned in Schedule of Rates/ Scope of Supply. The
storage of these items shall be done in such a way so as to avoid rusting/ damage to any kind
to the materials.

4.4 All reinforcement bars/structural steel (except M.S. Plates) in length of 2 meters and above
shall be considered as serviceable materials provided the material is in good and acceptable
condition. Reinforcement bars/structural steel section (except M.S. Plates) in lengths less than
2M shall be treated as scrap.

The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.

4.5 For the purpose of accounting of the plates, all plates measuring not less than 1 Sq.m in area
and having any dimensions not less than 200mm when returned to Owner's store, shall be
considered as serviceable material. All other pieces shall be treated as wastage/scrap. The
Contractor shall prepare a plate cutting diagram in such a way that the minimum scrap is
generated. Also the cut plates should be used at proper places to reduce the scrap.

4.6 The serviceable cut pieces as mentioned in 4.4 & 4.5 above shall be considered as unused
material for reconciliation purpose.

4.7 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

5.0 PIPING MATERIALS

In all cases where Piping Materials e.g. Pipes and Pipe fittings are FIM and supplied by
EIL/owner, following methodology shall be adopted for issue & reconciliation -

5.1 All serviceable pipes shall be issued in available lengths/shapes and no claims for extra
payments on account of issue of non-standard length & shape shall be entertained. Pipes shall
be issued on linear measurement basis. All valves, flanges, fittings etc. shall be issued on
number(s) basis. Contractor shall store the materials in such a way so as to avoid mixing of
different types of material and shall maintain complete identification and traceability at all
times.

5.2 The scrap allowance for pipes issued by the Owner shall be 3% (2.5% accountable + 0.5%
unaccountable) of the actual consumption as incorporated in the works.

5.3 All pipes in length of 2 meters and above shall be considered as serviceable material provided
the material is in good and acceptable condition and has clear identification and traceability
(Manufacturer's name, heat number/batch number and test certificates). Pipes in lengths less
than 2M shall be treated as scrap.

The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.

Format No. 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 419 of 4396


STANDARD No.
ra)ENGINEERS CONDITIONS FOR ISSUE AND
tge..11 tmeg
off, OVOROOffJorNAO
INDIA LIMITED
(A Govt of lode Undeftalong)
RECONCILIATION OF MATERIALS 7-82-0001 Rev. 2
Page 7 of 9

5.4 All unused/scrap pipes, valves, flanges, forged fittings like elbows, reducers tees shall be
returned by the Contractor category wise duly cleaned, greased and spec. marked at his own
cost to Owner's stores.

5.5 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

6.0 EQUIPMENTS/ INSTRUMENTS

In all cases where Equipments/ Instruments are FIM and supplied by EIL/owner, following
methodology shall be adopted for issue & reconciliation -

Various equipment/materials intended for the installation shall be received by Owner in


unpacked, skid mounted, crated, packed or loose condition and shall be stored in the
warehouses and open yards. In general, materials shall be issued to the Contractor in 'as
received' condition. It shall be the Contractor's responsibility to draw, load and transport all
materials from Owner's designated places of issue to the point of installation and return all
packing materials like steel frames, wooden boxes/scrap etc. to Owner's stores.

All materials supplied by the Owner shall be duly protected by the Contractor at his own cost
with appropriate preservative like primer, lacquer coating, grease etc. as required.

7.0 CABLES

In all cases where Cables are FIM and supplied by EIL/owner, following methodology shall
be adopted for issue & appropriation /reconciliation -

7.1 All the surplus and serviceable cables out of the cables quantity (ies) issued by the Owner to
the Contractor shall be returned by the Contractor to the Owner's store in good condition and
as directed by the Engineer-in-Charge.

7.2 The Contractor shall be allowed a cutting/wastage allowance (accountable scrap) of 1.5% for
power cables and 3% for the control cables. This cutting/wastage allowance shall be
computed on the length of cables actually laid, measured and accepted.

73 All cables being returned to store should carry Aluminum sheet tags indicating the size & type
of cable. Cables of less than 15 meters length shall be termed as scrap. Cables of lengths
15M and above shall be termed as serviceable material & shall be returned size wise and
Category wise to the Owner's store in wooden drums. Cables of serviceable length being
returned to stores in drum(s) shall be accepted only after Megger value continuity test and
physical measurement is carried out by the Contractor to the satisfaction of Engineer-in-
Charge. Empty cable drums and major packing material (as decided by Engineer-in-charge)
shall be Owner's property and shall be returned to Owner's Store/designated place without
any additional cost.

The contractor shall strive to avoid generation of cut pieces of length 15m and above, as far as
practicable, by effectively planning & executing the construction works.

7.4 While carrying out material appropriation with the Contractor, the above points shall be taken
into account. All serviceable materials returned by the Contractor (size wise & category wise)
shall be deducted from the quantity (ies) issued to the Contractor for the respective sizes.
Scrap generated for power cable and control cable shall also be returned to Owner's store on

Format No 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 420 of 4396


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
ex Mies INDIA LIMITED
efEme .*Jwoni, RECONCILIATION OF MATERIALS 7-82-0001 Rev. 2
A Govt of Inda UnOettaong)
Page 8 of 9

Lot basis. Wherever applicable, the recovery at penal rates as per clause 2.3 above shall be
affected from the contractor.

8.0 LINE PIPES

In all cases where Line Pipes are FIM and supplied by EIL/owner, following methodology
shall be adopted for issue & appropriation /reconciliation

8.1 All bare/ coated line pipes as per Line Pipe specifications shall be issued on linear
measurement basis. The serviceable line pipes shall be issued in available lengths and shapes
and no claim for extra payment on account of issue of non-standard length and shape shall be
entertained. Contractor shall store and maintain the line pipes in proper manner to avoid
mixing of different classes of pipes. Contractor shall maintain complete identification and
traceability at all times. All cut pieces when returned to Owner's storage points after beveling,
shall be considered as serviceable material provided:

a) Corrosion Protection Coating is intact.

b) Pipe pieces have pipe specifications, manufacturer's logo/name and heat number duly
authenticated with hard stamp of the authorized inspector as per approved procedure.

All cut pieces of pipes measuring less than 2 M shall be treated as wastage/scrap.

The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.

8.2 For the purpose of accounting of bare/ coated line pipes, following allowances shall be
permitted:

a) Unaccountable wastage
upto 100 Km 0.1%
101 to 500 Km 0.07%
beyond 500 Km 0.05%

b) Scrap (All cut pieces of pipes measuring 0.25%


less than 2 Meter)

c) Serviceable materials (All cut pieces of pipe 0.5%


measuring 2 Meter and above)

The percentage allowance shall be accounted on the basis of pipe book chainage for main
pipeline.

8.3 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

9.0 OPTICAL FIBRE CABLE

In all cases where OFC is FIM and supplied by EIL/owner, following methodology shall be
adopted for issue & appropriation /reconciliation -

9.1 For the purpose of accounting of optical fibre cable, all cut pieces measuring in length of 40 m
and above when returned to Owner's storage points shall be treated as serviceable materials.
All cut pieces of cable measuring less than 40 M shall be treated as scrap.

Format No 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 421 of 4396


STANDARD No.
alia.e_i ENGINEERS CONDITIONS FOR ISSUE AND
Ogeirlat51-ag INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 2
I NIPPI FROAZ Z1513,Rffil,
IA Govt of India Undenak..9/
Page 9 of 9

For the purpose of accounting of OFC (Optical Fibre Cable) following allowances shall be
permitted:

a) Unaccountable wastage 0.5%


b) Scrap (All cut pieces of cables measuring less than 40 M) 0.25%
c) Serviceable material (measuring 40m to 750m) 0.25%

The percentage allowance shall be accounted on the basis of pipe book chainage for main
pipeline.

Cables returned in original drum (measuring 750m and above) with Optical Time Domain
Report (OTDR) shall be considered as unused material.

9.2 The contractor shall strive to avoid generation of cut pieces of length 40m and above, as far as
practicable, by effectively planning & executing the construction works.

9.3 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

10.0 OFC JOINTING KITS

The Contractor shall make a schedule for use of Cable jointing kits and get the same approved
from Engineer-in-charge. The quantity mentioned in this schedule shall be termed as
`planned' usage quantity which shall be issued to the Contractor. However, any jointing based
on site requirements as decided by Engineer-in-charge shall be included in planned quantity.

Any unplanned jointing required to be carried out by the Contractor due to reasons not
attributable to Owner/EEL shall be issued from spare quantity, if available with Owner. Such
unplanned OFC Jointing Kits shall be charged from the contractor at penal rates as per clause
2.3 above.

Format No. 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 422 of 4396


GAIL (India) Limited Special Conditions of Contract

STRUCTURAL STEEL AND TMT


MANUFACTURERS
[ANNEXURE - XI TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 423 of 4396


Structural Steel and TMT bar Manufacturers (Annexure-XI to SCC)

1. Steel manufacturers having valid BIS certificate and listed in the BIS website as on date of
procurement of steel shall be allowed for supply of steel (Structural and TMT bars) and
contractor shall procure from them with prior intimation to Engineer-in-charge.

2. Test after receipt of structural steel at site:

In addition to availability of valid BIS license and MTC, testing at site shall be conducted by
the contractor as per following requirement:

 For each category/size of structural steel procured, one sample for every 50 MT or
part thereof shall be drawn and tested in approved laboratory.

 The charges for such testing shall be borne by the contractor.

3. Test after receipt of TMT bars at Site.

In addition to availability of valid BIS license and MTC, testing at site in approved laboratory
shall be conducted by the contractor as per the following requirement:

 Under 10 mm bars one sample (diameter wise) for each 25 MT (or part thereof) for
consignment below 100 MT and one sample (diameter wise) for each 40 MT for consignment
above 100 MT shall be tested.

 For 10 mm to 16 mm bars, one sample (diameter wise) for each 35 MT (or part thereof) for
consignment below 100 MT and one sample (diameter wise) for each 45 MT (or part thereof)
for consignment above 100 MT shall be tested.

 Over 16 mm bars one sample (diameter wise) for each 45 MT (or part thereof) for consignment
below 100 MT and one sample (diameter wise) for each 50 MT (or part thereof) for
consignment above 100 MT shall be tested.

 The charges for such testing shall be borne by the contractor.

Page 424 of 4396


GAIL (India) Limited Special Conditions of Contract

CEMENT MANUFACTURERS
[ANNEXURE - XII TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 425 of 4396


ANNEXURE-XI A TO SCC

CONTRACT CLAUSE FOR ACCEPTANCE OF CEMENT MANUFACTURERS

1. Cement manufacturers having valid BIS certificate and listed in the BIS website as on date of
procurement of cement shall be allowed for supply of cement and contractor shall procure cement
from them with prior intimation to Engineer-in-charge.

2. Test after receipt of cement at site: Each batch of cement (week wise as mentioned on cement bags)
supplied by the contractor after delivery at site shall be subjected to the tests and analysis required
by the relevant Indian Standard Codes. The contractor shall carry out and bear the cost of all tests
and analysis to ensure quality of cement before using in actual works.

Page 426 of 4396


GAIL (India) Limited Special Conditions of Contract

GENERAL REQUIREMENTS OF
RADIOGRAPHY & OTHER NDT
[ANNEXURE - XIII TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 427 of 4396


ANNEXURE-XIII TO SCC

GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT FOR

MECHANICAL / COMPOSITE ITEM RATE CONTRACTS

1. CONTRACTOR shall appoint radiography/ NDT agency(ies) only after acceptance of


such agency(ies) by OWNER/EIL. However, acceptance of radiography/ NDT agency
by OWNER/EIL shall not absolve the CONTRACTOR of his responsibility to execute
radiography work as per requirements of the Contract.

2. CONTRACTOR shall mobilize Radiography/ NDT agency at site along with adequate
number of radiography resources/ NDT equipments & appliances, commensurate with
the welding activity and quantum of Radiography/NDT work load to avoid delays in
Radiography/ NDT and consequent generation of back log. In the event of generation of
back log leading to Delay/ Holdup of subsequent activities OWNER/EIL has right to
engage additional agency for carrying out the radiography at the risk and cost of
CONTRACTOR including 100% overhead charge.

3. Date and extent of mobilization of radiography/ NDT agency/resources shall be agreed


by the CONTRACTOR and the Engineer-in-Charge at the start of work.

4. Radiography Check Shots

a) To verify that radiographs are being taken on the prescribed / selected welds / spots
only, 5% of already radiographed spots shall be selected by the Engineer-in-Charge
or his designated person for check shots. The check shots shall be taken up before
any further radiography work.

b) The CONTRACTOR will be paid for the check shots at the quoted rates if no
variation is found. If mismatch / variation is found in any of the check shot as per
para 1.4 (a), CONTRACTOR shall have to take re-radiography of the entire lot
represented by mismatched check shot (a days production or more as decided by
Engineer In-Charge). In such cases, no payment will be made for the check shots as
well as the re-radiography of the entire lot represented by the check shot.

c) In the event of any non-matching / variation is observed in re-radiography of the


entire lot as per para 1.4(b) above with reference to the earlier radiographs taken,
the radiography agency shall be forthright debarred from site. CONTRACTOR shall
then carryout re-radiography up to maximum of 100% of all the prescribed / selected
welds/ spots radiographed by the debarred radiography agency (as per direction of
the Engineer In-Charge) at his own cost by engaging a separate Radiography
agency acceptable to OWNER/EIL. The process for verification of radiographs
through check shots shall be continued as per clause 1.4(a) above from the lots
selected by the Engineer In- Charge till 2 (two) consecutive lots are found with
matching check shot radiographs to the satisfaction of EIL/ OWNER.

Page 428 of 4396


GAIL (India) Limited Special Conditions of Contract

CALIBRATION REQUIREMENTS
FOR MONITORING AND
MEASURING DEVICES AT
CONSTRUCTION SITES
[ANNEXURE - XIV TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 429 of 4396


CALIBRATION REQUIREMENTS OF STANDARD No.
7111~ei~ ENGINEERS MONITORING AND MESURING DEVICES AT 7-82-0002 Rev. 1
Oge...81E1151eg INDIA LIMITED CONSTRUCTION SITES
(A Govt of India Undertaking)
Page 1 of 5

rtal- ITT 3th- Trrcr4


.1 y ch u tt 3Ttq1iVR' 04K-11V

CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING DEVICES AT
CONSTRUCTION SITES

1 02.07.2020 Revised & Updated AKK SKS 041.1


Doc. No. 9-1940-0030 Rev 0 has been issued MD SC
0 28.04.2015
as Standard
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 430 of 4396


CALIBRATION REQUIREMENTS OF STANDARD No.
ENGINEERS
z ti Elfaft
MR",el2MIZON.A0.11
INDIA LIMITED
IA Gov of India Undertalongi
MONITORING AND MEASURING DEVICES
AT CONSTRUCTION SITES
7-82-0002 Rev. 1
Page 2 of 5

Abbreviations:

BIS : Bureau of Indian Standard


NABL : National Accreditation Board for Testing and Calibration Laboratories
CEIL : Certification Engineers International Ltd.
LRS Llyod's Register Group Limited
BV Bureau Veritas
ABS ABS Consultancy
DNV : Det Norske Veritas
IRS Indian Registrar for Shipping
PMI Positive Material Identification

Construction Standards Committee

Convenor: . Sh. A K Kundu, ED (Construction)

Members: Sh. Janak Kishore, ED (Projects)


Sh. Biswaj it Mandal, Sr. GM (SCM)
Sh. Udayan Chakravarty, Sr. GM (Piping)
Sh. Ravindra Kumar, GM (Construction)
Sh. Debasish Ghosal, GM (Construction)
Sh. Pankaj Kumar Rai, AGM (Construction)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 431 of 4396


CALIBRATION REQUIREMENTS OF STANDARD No.
ENGINEERS MONITORING AND MEASURING DEVICES
ogariiii5teg INDIA LIMITED 7-82-0002 Rev. 1
(n eveaveMacr<1.11 IA Govt of incla Undertakong) AT CONSTRUCTION SITES
Page 3 of 5

Requirement for control of monitoring and measuring devices.

SI. Remarks
Description Calibration requirements Frequency
No.
A. Civil-Survey
To check for permanent Once in a year or Record to be
A.1. Theodolite adjustments by traversing and project duration maintained
observing the closing error. whichever is earlier.
(Refer Note).
To check by backsight /
Level Instruments Record to
A.2. foresight readings, the
(Auto Level / Every use. be maintained
temporary adjustments of
Dumply Level)
level. (Refer Note).
a. "Freemans"
make or BIS
approved make
shall be used.
b. Mutilated, or
A.3. Steel measurement ---- ----
broken tapes
tapes shall not be
used.
c. Marking on the
tape shall be
legible

A.4. Cross staff ___ Same as 3b & 3c


above.
Distomat Actual Physical Before using Records to be
A.S. first time at site. maintained.
Verification at Site.
To check for permanent
Once in a year or Record to be
adjustments by traversing and
A.6. Total Station project duration maintained
observing the closing error,
whichever is earlier.
etc. (Refer Note).
B. Civil Laboratory
All balances - ---
B.1 . Check for zero error Whenever used.
Mechanical
Records to be
Weigh Batcher / Calibration of scales Once in three
B.2. maintained.
Batching Plant Months.

Calibration certificate from As per manufacturer


Cube testing manufacturers or from specification or Records to be
B.3. once a year maintained.
machine calibrating laboratories /
agency. (Refer Note). whichever is earlier
Records to be
B.4. Moisture Meter Calibration of scales . 6 months.
maintained.
Calibration certificate from As per manufacturer
manufacturers or from specification or Records to be
B.5 V icat Appratus maintained.
calibrating laboratories / once a year
agency. (Refer Note). whichever is earlier.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 432 of 4396


CALIBRATION REQUIREMENTS OF STANDARD No.
ENGINEERS MONITORING AND MEASURING DEVICES
Ogeir lageg INDIA UMITED 7-82-0002 Rev. 1
(OWN elezeR Marred:II (A God or India Undertaking) AT CONSTRUCTION SITES
Page 4 of 5

SI.
Description Calibration requirements Frequency Remarks
No.
C. Mechanical/ Electrical/Welding
Calibration certificate from
calibrating laboratories /
C.1 Pressure gauges Records to be
agencies or calibrate by dead Once in 6 months
maintained.
weight testers with standard
weights or with master Gauge.
(Refer Note)
C.2 Dial gauges Check for Zero error. Whenever used ---
Calibration from
manufacturer or
As per manufacturer's Records
calibrating laboratories /
C.3 Dead weight recommendation or (Calibration
agency. Calibration certificate
tester once in a six month certificate) to
shall not be older than one
whichever is earlier. be maintained.
month from the date of
mobilization. (Refer Note).
Vernier caliper / ---
C.4 Check for Zero error. Whenever used.
screw gauge
Calibration from
manufacturer or
calibrating laboratories / Once in 6 months. Records to
C.5 Holiday tester
agency or calibration by zeep be maintained.
meter. (Refer Note).

Check with standard test films Records to


C.6 Elcometer Before use .
supplied by the manufactures. be maintained.
Calibration Certificate
As per manufacturer's
from various third party
Universal Testing recommendation or Records to
C.7 inspection agency. Viz. CEIL,
machine once a year whichever be maintained.
LRS, BV, ABS, DNV or IRS
is earlier.
etc.
Calibration Certificate
Charpy V-notch As per manufacturer's
from various third party
C.8 recommendation or Records to be
Impact testing inspection agency. Viz. CEIL,
machine. once in a year maintained.
LRS, BV, ABS, DNV or IRS
whichever is earlier.
etc.
Hardness Testing Check with the standard test
machine. block supplied with the Before use. Records to be
C.9
machine as per manufacturer's maintained.
Recommendation.
Chemical
Check with the Before use. Records to be
C.10 Analysis, ex :
standard samples. maintained.
PMI etc.
Once in Six
Calibration Certificate from
Various Digital Months or as per
calibrating laboratories / Records to be
C.1 1 and Analog manufacturer's
agencies or the maintained.
meters. recommendation
Manufacturer (Refer Note).
whichever is earlier.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 433 of 4396


CALIBRATION REQUIREMENTS OF STANDARD No.
`ifs. ENGINEERS MONITORING AND MEASURING DEVICES
EVIeg INDIA LIMITED 7-82-0002 Rev. 1
eleelez dAJgan.0 (A Govt of Indta Undertaking) AT CONSTRUCTION SITES
Page 5 of 5

SI. Calibration
Description Frequency Remarks
No. requirements
HIPOT Kit, Multimeter / Calibration Certificate
Clampmeter, Ohmicron from calibrating Records to be
C.12 Once in Six months.
Kit, CT Analyser, CRM laboratories / agencies maintained.
Kit, BDV Kit, (Refer Note).
Tachometer etc.
Calibration from
Temperature / manufacturer or any Once in Six months. Records to be
C.13 maintained
Pressure recorders calibrating laboratories /
agency (Refer Note).
Calibration Certificate To be discarded in
C.14 from Once in Six months.
Temperature gauges case of damage or
calibrating laboratories /
malfunctioning.
agencies (Refer Note).
Manufacturer's
C.15 --- --
Thermocouples Certificate or Chemical
Check
Calibration from To be discarded in
C.16 Vibration probes Once in a year.
calibrating laboratories / case of damage or
agencies (Refer Note). Malfunctioning.
Calibration from To be discarded in
C. 17 Decibel-Meter calibrating laboratories / Once in a year. case of damage or
agencies (Refer Note). Malfunctioning.
As per
Calibration from
manufacturer's
Manual Torque Wrench / manufacturer or any Records to be
C.18 recommendation or
Electric Torque Machine calibrating laboratories / maintained
once in a year
agency (Refer Note).
whichever is earlier.
As per
Calibration from
manufacturer's Records to be
manufacturer or any maintained.
C.19 Mother Oven recommendation or
calibrating laboratories /
once in a year
agency (Refer Note).
whichever is earlier.

Note: If Error is found, it has to be sent to manufacturers or their agents (Calibrating laboratories /
agency) or to any other lab / agency for recalibration / rectification and certification. The
calibrating laboratory / agency shall be NABL accredited or any other lab accredited as per
ISO/IEC:17025 by any of the National/International accreditation body for relevant testing.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL - All rights reserved

Page 434 of 4396


GAIL (India) Limited Special Conditions of Contract

SPECIFICATION FOR
DOCUMENTATION
REQUIREMENTS
[ANNEXURE - XV TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 435 of 4396


Page 436 of 4396
SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 2 of 8

Abbreviations:

DCI - Document Control Index


FOA - Fax of Acceptance
IC - Inspection Certificate
IRN - Inspection Release Note
ITP - Inspection and Test Plan
LOA - Letter of Acceptance
QMS - Quality Management System
URL - Universal Resource Locator
V Portal- Vendor Portal

QMS Standards Committee

Convener: Mr. S.K. Badlani

Members: Mr. Sanjay Mazumdar (Engg.)


Mr. R.K. Singh (SCM)
Mr. B. Biswas (SCM)
Mr. Ravindra Kumar (Const.)
Mr. Vinod Kumar (CQA)
Mr. Swapnil Vaishnav (Projects)

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

Page 437 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 3 of 8

CONTENTS

Clause Title Page No.

1.0 SCOPE ........................................................................................................................................ 4


2.0 DEFINITIONS ............................................................................................................................ 4
3.0 REFERENCE DOCUMENTS .................................................................................................... 4
4.0 DOCUMENTATION AND DATA REQUIREMENTS ............................................................ 4

Attachments

Format for completeness of Final Documentation : Format No. 3-78-0004

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

Page 438 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 4 of 8

1.0 SCOPE

This specification establishes the Documentation Requirements from Contractors

All documents / data against the Tender / Contract shall be developed and submitted to EIL /
Owner by the contractor for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Contractor

For the purpose of this specification, the word “CONTRACTOR” means the person(s), firm,
company or organization who has entered into a contract with EIL / Owner for delivery of
some products and services. The word is considered synonymous to bidder, supplier or
vendor.

2.2 Owner

Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements from


Bidders

4.0 DOCUMENTATION AND DATA REQUIREMENTS

4.1 Order Acknowledgement and Assigning Project Manager

After placement of order, Contractor shall acknowledge order through V-Portal within 7 days
of receipt of FOA / PO. Contractor shall assign a Project Manager for that order though
online portal and provide requisite details. Project Manager details shall include e-mail
address, mailing address, mobile / telephone nos., fax nos. and name of Project Manager. All
the system generated emails pertaining to that order shall be sent to the assigned Project
Manager.

4.2 Documents / Data to be submitted by the Contractor

4.2.1 The contractor shall submit the documents and data against the Tender / Contract as per the
list specified in respective Tender / Contract.

4.2.2 Review of the contractor drawings / Documents by EIL would be only to review the
compatibility with basic designs and concepts and in no way absolve the contractor of his
responsibility / contractual obligation to comply with Tender / Contract requirements,
applicable codes, specifications and statutory rules / regulations. Any error / deficiency
noticed during any stage of manufacturing / execution / inspection / installation shall be
promptly corrected by the contractor without any extra cost or time, whether or not comments
on the same were received from EIL during the drawing review / inspection stage.

4.2.3 Unless otherwise specified, submission of documents for Review / Records shall commence
as follows from the date of Fax of Intent / Letter of Intent/ Fax of Acceptance (FOA) / Letter
of Acceptance (LOA):
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 439 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 5 of 8

QMS - 1 week
Document Control Index - 2 weeks
Other Documents/Drawings - As per approved Document Control Index

4.2.4 Documents as specified in Tender / Contract are minimum requirements. Contractor shall
submit any other document / data required for completion of the job as per EIL / Owner
instructions.

4.3 Style and Formatting

4.3.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.3.2 Before submitting the drawings and documents, contractor shall ensure that the following
information are properly entered in each drawing:

Tender Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Owner
Main Contractor (if work is sub-contracted)
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

4.4 Review and Approval of Documents by Contractor

4.4.1 The Drawing / Documents shall be reviewed, checked, approved and duly signed / stamped by
contractor before submission. Revision number shall be changed during submission of the
revised contractor documents and all revisions shall be highlighted by clouds. Whenever the
contractor require any sub- contractor drawings to be reviewed by EIL, the same shall be
submitted by the contractor duly reviewed, approved and stamped by the contractor. Direct
submission of sub- contractor’s drawings without contractor’s approval shall not be
entertained.

4.5 Document Category

4.5.1 Review Category

Following review codes shall be used for review of contractor Drawings / Documents:

Review Code 1 - No comments. Proceed with Manufacture /


Fabrication / Construction as per the document.
Review Code 2 - Proceed with Manufacture / Fabrication / Construction
as per commented document. Revised document
required.
Review Code 3 - Document does not conform to basic requirements as
marked. Resubmit for review.
R - Document is retained for Records. Proceed with
Manufacturing / fabrication as per Tender/ Contract
Requirement.

V - Void

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

Page 440 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 6 of 8

4.6 Methodology for Submission of Documents to EIL / Owner

4.6.1 Document Control Index (DCI)


Contractor shall create and submit Document Control Index (DCI) for review based on PO /
PR / MR along with schedule date of submission of each drawing / document on EIL Vendor
Portal. The DCI shall be specific with regard to drawing / document no. and the exact title.
Proper sequencing of the drawings / documents should be ensured in schedule date of
submission.

4.6.2 Submission of Drawings / Documents / Data


Drawings / documents, data and DCI shall be uploaded on the EIL Vendor Portal. The detail
guidelines for uploading documents on EIL Vendor Portal are available on following URL
http://edocx.eil.co.in/vportal

4.6.3 Statutory Approvals


Wherever approval by any statutory body is required to be taken by Contractor, the Contractor
shall submit copy of approval by the authority to EIL.
4.6.4 Schedule and Progress Reporting
Contractor shall submit monthly progress report (MPR) and updated procurement, engineering
and manufacturing status (schedule vs. actual) and highlight constraints, if any, along with
action plan for mitigation, to the EIL / Owner by 1st week of every month. One month Look-
ahead schedule including the mobilization plan shall be submitted within 2 weeks from FOA /
LOA. In case of exigencies, EIL / Owner can ask for report submission as required on weekly
/ fortnightly / adhoc basis depending upon supply status and contractor shall furnish such
reports promptly without any price implication. Format for progress report shall be submitted
by the contractor during kick off meeting or within one week of receiving FOA / LOA,
whichever is earlier.

4.6.5 Quality Assurance Plan / Inspection and Test Plan


Inspection and test plans attached if any, to the tender are generic and indicative only.
Immediately after receipt of the order, contractor shall submit within one week of receiving
FOA / LOA, job specific ITPs based on the indicative ITPs. Further, contractor shall also
submit Quality Assurance Plan for project activities in the scope of contract, starting from
manufacturing to handing over / commissioning, these plans shall cover / identify the activities,
relevant procedure, if any, code of conformance, resources for performance and checking /
monitoring, approval requirements and authority, records to be generated and audit scope by
EIL/Owner.
For EPCC / LSTK / Package contracts, the contractor shall prepare a list of items / equipment
and their inspection categorization plans for all items included in the scope of supply
immediately after receipt of order and obtain approval for the same from EIL. The items shall
be categorized into different categories depending upon their criticality for the scope of
inspection of TPIA and / or EIL.

4.6.6 Inspection Release Note (IRN)/ Inspection Certificate (IC)


Contractor shall ensure that all documents viz. documents reviewed, manufacture’s test
certificate etc., mentioned in Inspection Release Note (IRN), issued by EIL / third party against
the materials supplied by contractor, are sent to EIL along with the IRN.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 441 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 7 of 8

IRN / IC shall be issued by EIL Inspector / third party inspection agency only after all the
drawings/documents as per DCI are submitted and are accepted under review code-1 & code
R. Material / Equipment dispatch from contractor’s / sub vendor’s works shall not commence
till above condition is met.

Note 1: Non fulfilling above requirement shall result into appropriate penalty or with- holding
of payment as per conditions of Tender / Contract.

Note 2: For items where IRN/IC is issued by TPIA, supplier to ensure that following as a
minimum must be mentioned by TPIA in IRN/IC
a) Tender document number
b) List of drawings / documents with EIL approval code
c) Tests witnessed, documents reviewed
d) Compliance statement by TPIA that product meets the requirement as specified in EIL
standard specifications, Inspection Test Plan / QAP and approved documents.

4.6.7 Pre Commissioning & Commissioning Activities Management System (PCAMS)


Pre Commissioning & Commissioning activities management system software shall be
followed for Mechanical completion, check listing of loops, punch points, hydro test and issue
of Formats during the Pre Commissioning and Commissioning activities and the same can be
accessed on following URL
https://pcams.eil.co.in/

4.7 Final Documentation


4.7.1 As built Drawings
Minor Shop / Site changes made by contractor after approval of drawings under ‘Code 1’ by
EIL and deviations granted through online system , if any, shall be marked in hard copies of
drawings which shall then be stamped ‘As-built’ by the contractor. These ‘As-built’ drawings
shall be reviewed and stamped by EIL Inspector / Site engineer / TPIA also, as the case may
be. Format for completeness of final documents (Format No. 3-78-0004) is attached with this
specification. Contractor shall prepare scanned images files of all marked – up ‘As – built’
drawings. Simultaneously contractor shall incorporate the shop / site changes in the native soft
files of the drawings also.

4.7.2 As built Final Documents


As built final documents shall be submitted as listed in Tender / Contract

4.7.3 Packing / Presentation of Final Documents


Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be inserted
in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm) with an extra strip
of 12 mm wide for punching so that drawings are well placed.

Final Documentation shall be bound in hard board plastic folder(s) of size 265 mm x 315 mm
(101/2 inch x 121/2 inch) and shall not be more that 75 mm thick. It may be of several volumes
and each volume shall have a volume number, index of volumes and index of contents of that
particular volume. Where numbers of volumes are more, 90mm thickness can be used. Each
volume shall have top PVC sheet of minimum 0.15 mm thick duly fixed and pressed on folder
cover and will have 2 lever clips. In case of imported items documents, 4 lever clip shall also
be accepted. All four corners of folders shall be properly metal clamped. Indexing of contents
with page numbering must be incorporated by contractor. Spiral / Spico bound documents
shall not be acceptable. As mentioned above, books should be in hard board plastic folders
with sheets punched and having 2/4 lever clips arrangement.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 442 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 8 of 8

Each volume shall contain on cover a title block indicating Tender No., name of project, name
of customer, package equipment tag no. & name (if applicable). Each volume will have hard
front cover and a reinforced spine to fit thickness of book. These spines will also have the title
printed on them. Title shall include also volume number (say 11 of 15) etc.

4.7.4 Submission of Soft copies


Contractor shall submit to EIL, the scanned images files as well as the native files of drawings
/ documents, along with proper index.
In addition to hard copies, contractor shall submit soft copies of all the final drawings and
documents in pen drive or any other specified medium with proper identification tag, all text
documents prepared on computer, scanned images of all important documents (not available
as soft files), all relevant catalogues, manuals available as soft files (editable copies of drawings
/ text documents, while for catalogues / manuals / proprietary information and data PDF files
can be furnished).
All the above documents shall also be uploaded on the EIL Vendor Portal and if applicable on
Client Server also.

4.7.5 Completeness of Final Documentation


Contractor shall get the completeness of final documentation verified by EIL / TPIA and attach
the Format for Completeness of Final Documentation (Format No. 3-78-0004) duly signed by
EIL or TPIA as applicable to the final document folder.

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

Page 443 of 4396


COMPLETENESS OF FINAL
DOCUMENTATION
Page 1 of 2

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor :
Customer :
Project :
EIL’s Job No. :
Purchase Order No./ :
Contract No.

Purchase Requisition No./ :


Tender No. Rev. No. :

Name of the Work/ Equipment :

Tag. No. :
Supplier’s / Contractor’s Works :
Order No.

Certified that the Engineering Documents / Manufacturing & Test Certificates submitted by the
supplier (as per Index sheet mentioned in Annexure-1) are complete in accordance with the Vendor
Data Requirements of Purchase Requisition / Tender.

Signature : ………………………………. Signature : ……………………………….


Date : ………………………………. Date : ……………………………….
Name : …………………………….. Name : ……………………………..
Designation : ……………………………… Designation : ………………………………
Department : ……………………………… Department : ………………………………

Supplier / Contractor EIL / TPIA

Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved

Page 444 of 4396


COMPLETENESS OF FINAL
DOCUMENTATION
Page 2 of 2

Annexure-1

Final Documentation Index Sheet


PR/PO/Tender Rev. No.
No.

Serial No. Document Title Page/ No. of Pages


Folder No.

Signature : ………………………………. Signature : ……………………………….


Date : ………………………………. Date : ……………………………….
Name : …………………………….. Name : ……………………………..
Designation : ……………………………… Designation : ………………………………
Department : ……………………………… Department : ………………………………

Supplier / Contractor EIL / TPIA

Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved

Page 445 of 4396


Page 446 of 4396
SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 2 of 9

Abbreviations:

DCI - Document Control Index


eDMS - Electronic Document Management System
FOA - Fax of Acceptance
IC - Inspection Certificate
IRN - Inspection Release Note
ITP - Inspection and Test Plan
LOA - Letter of Acceptance
MR - Material Requisition
PO - Purchase Order
PR - Purchase Requisition
PVC - Polyvinyl Chloride
QAP - Quality Assurance Plan
QMS - Quality Management System
RPO - Regional Procurement Office
TPIA - Third Party Inspection Agency
URL - Universal Resource Locator
V-Portal- Vendor Portal

QMS Standards Committee

Convener: Mr. S.K. Badlani

Members: Mr. Sanjay Mazumdar (Engg.)


Mr. R.K. Singh (SCM)
Mr. B. Biswas (SCM)
Mr. Ravindra Kumar (Const.)
Mr. Vinod Kumar (CQA)
Mr. Swapnil Vaishnav (Projects)

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

Page 447 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 3 of 9

CONTENTS

Clause Title Page No.

1.0 SCOPE ........................................................................................................................................ 4


2.0 DEFINITIONS ............................................................................................................................ 4
3.0 REFERENCE DOCUMENTS .................................................................................................... 4
4.0 DOCUMENTATION REQUIREMENTS .................................................................................. 4

Attachments

Format for completeness of Final Documentation : Format No. 3-78-0004

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

Page 448 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 4 of 9

1.0 SCOPE
This specification establishes the Documentation Requirements from Suppliers.
All documents / data against the PO / PR / MR shall be developed and submitted to EIL /
Owner by the suppliers for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Supplier

For the purpose of this specification, the word “SUPPLIER” means the person(s), firm,
company or organization who has entered into a contract with EIL / Owner for delivery of
some products (including service). The word is considered synonymous to bidder, contractor
or vendor.

2.2 Owner

Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements from


Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Order Acknowledgement and Assigning Project Manager

After placement of order, Supplier shall acknowledge order through V-Portal within 7 days
of receipt of FOA / PO. Supplier shall assign a Project Manager for that order though online
portal and provide requisite details. Project Manager details shall include e-mail address,
mailing address, mobile/telephone nos., fax nos. and name of Project Manager. All the
system generated emails pertaining to that order shall be sent to the assigned Project
Manager.

4.2 Documents / Data to be submitted by the Supplier

4.2.1 The Supplier shall submit the documents and data against the PO / PR / MR as per the list
given in respective PO / PR / MR.

4.2.2 Review of the supplier drawings / documents by EIL would be only to review the
compatibility with basic designs and concepts and in no way absolve the supplier of his
responsibility / contractual obligation to comply with PR requirements, applicable codes,
specifications and statutory rules / regulations. Any error / deficiency noticed during any
stage of manufacturing / execution / inspection/ installation shall be promptly corrected by
the supplier without any time and cost implications, irrespective of comments on the same
were received from EIL during the drawing review stage or not.

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

Page 449 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 5 of 9

4.2.3 Unless otherwise specified, submission of documents for Review / Records shall commence
as follows from the date of Fax of Intent / Letter of Intent / Fax of Acceptance (FOA) / Letter
of Acceptance (LOA):
QMS - 1 week
Document Control Index - 2 weeks
Other Documents / Drawings - As per approved Document Control Index

4.2.4 Documents as specified in PO / PR / MR are minimum requirements. Supplier shall submit


any other document / data required for completion of the job as per EIL / Owner instructions.

4.3 Style and Formatting

4.3.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.3.2 Before forwarding the drawings and documents, contractor shall ensure that the following
information are properly mentioned in each drawing:
Purchase Requisition Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Client
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

4.4 Review and Approval of Documents by Supplier

4.4.1 The Drawing / Documents shall be reviewed, checked, approved and duly signed / stamped by
supplier before submission. Revision number shall be changed during submission of the
revised supplier documents and all revisions shall be highlighted by clouds. Whenever the
supplier require any sub-supplier drawings to be reviewed by EIL, the same shall be submitted
by the supplier duly reviewed, approved and stamped by the supplier. Direct submission of
sub-supplier’s drawings without contractor’s / suppliers’ approval shall not be entertained.
4.5 Document Category

4.5.1 Review Category

Following review codes shall be used for review of supplier Drawings / Documents:

Review Code 1 - No comments. Proceed with Manufacture /


Fabrication as per the document.
Review Code 2 - Proceed with Manufacture / Fabrication as per
commented document. Revised document
required.
Review Code 3 - Document does not conform to basic requirements as
marked. Resubmit for review.

R - Document is retained for Records. Proceed with


Manufacturing / Fabrication as per PR / Tender
requirements.
V - Void

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

Page 450 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 6 of 9

4.6 Methodology for Submission of Documents to EIL/Owner

4.6.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based on PO / PR
/ MR along with schedule date of submission of each drawing / document on EIL Vendor
Portal. The DCI shall be specific with regard to drawing / document no. and the exact title.
Proper sequencing of the drawings / documents should be ensured in schedule date of
submission.

4.6.2 Submission of Drawings / Documents / Data


Drawings / documents, data and DCI shall be uploaded on the EIL Vendor Portal as per
approved DCI. The detailed guidelines for uploading documents on EIL Vendor Portal are
available on following URL
http://edocx.eil.co.in/vportal

4.6.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, the Supplier shall
submit copy of approval by the authority to EIL.

4.6.4 Manufacturing Schedule

Supplier shall prepare manufacturing schedule for the order, with key milestone activities (such
as document submission, sub ordering, manufacturing, Inspection, dispatches, etc) to meet
delivery as per FOA / PO terms. Supplier shall submit manufacturing schedule to concerned
Regional Procurement Office (RPO) of EIL / Owner for review within 2 weeks from date of
FOA / PO.

4.6.5 Schedule and Progress Reporting

Supplier shall submit monthly progress (MPR) report and updated procurement, engineering,
manufacturing status, Inspection and dispatch status (schedule vs. actual) and highlight
constraints, if any, along with action plan for mitigation, to the concerned Regional
Procurement Office (RPO) of EIL / Owner by 1st week of every month., First MPR shall be
submitted within 2 weeks from FOA / LOA. In case of exigencies, EIL / Owner can ask for
report submission as required on weekly / fortnightly / adhoc basis depending upon supply
status and supplier shall furnish such reports promptly without any price implication. Format
for progress report shall be submitted by the Supplier during kick off meeting or within 2 weeks
of receiving FOA / LOA, whichever is earlier.

4.7 Inspection and Testing

4.7.1 Quality Assurance Plan / Inspection and Test Plan


If Inspection and test plans (ITP) are attached with MR / PR same shall be followed along with
additional tests requirement (if any) mentioned in MR/ PR. However for cases wherein EIL
Standard ITPs not available / have not been attached with MR / PR, Supplier shall submit
within one week of receiving FOA / LOA, the Quality Assurance Plan for inspection & testing
at various stages of production, quality control records for critical bought out items / materials
and site assembly & testing as may be applicable to the specific order and obtain approval from
concerned Regional procurement Office of EIL / third party inspection agency, as applicable.

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

Page 451 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 7 of 9

For Package equipment contracts, the supplier shall prepare a list of items / equipment and
their inspection categorization plan for all items included in the scope of supply immediately
after receipt of order and obtains approval for the same from EIL. The items shall be
categorized into different categories depending upon their criticality for the scope of inspection
of TPIA and / or EIL.

4.7.2 Inspection Requisition:

Supplier shall perform internal inspection as per ITP/ approved QAP at their works based on
approved documents / drawings. Upon satisfactory internal inspection, supplier shall raise
inspection call to concerned Regional Procurement Office (RPO) of EIL / TPIA / Owner with
advance notice as per contract along with Internal test reports.

All changes w.r.t. PR shall be recorded through agreed variations or Concessions & Deviations.
Conflict, if any, between PR / Job specifications and approved drawings, shall be brought to
the notice of EIL / owner by the supplier / contractor. Decision of EIL / owner will be binding
on the supplier and to be complied without time and cost implications.

Identified bought out items/ raw material shall be procured under TPIA as per ITP.

4.7.3 Inspection Release Note (IRN)/ Inspection Certificate (IC)

IRN / IC shall be issued by EIL Inspector / third party inspection agency on successful
inspection, review of test reports / certificates as per specifications & ITP / agreed quality plan
(as applicable) and only after all the drawings / documents as per DCI are submitted and are
accepted under review code-1 or code R. Supplier shall ensure that necessary documents /
manufacturing and test certificates are made available to EIL / TPIA as and when desired.

Note 1: Non fulfilling above requirement shall result into appropriate penalty or with- holding
of payment as per conditions of PO / PR / MR.

Note 2: For items where IRN/IC is issued by TPIA, supplier to ensure that following as a
minimum must be mentioned by TPIA in IRN / IC

a) PR document number
b) List of drawings / documents with EIL approval code
c) Tests witnessed, documents reviewed
d) Compliance statement by TPIA that product meets the requirement as specified in
EIL PR, standard specifications, Inspection Test Plan / QAP and approved
documents.

4.8 Transportation Plan


Transportation Plan for Over Dimensional Consignments (ODC), if any, shall be submitted
within 2 weeks of receiving FOA / LOA, for approval. Consignment with parameters greater
than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

Dimensions and weight provided above are inclusive of all nozzles, attachments, transportation
saddles etc.

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

Page 452 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 8 of 9

Physical Rout survey for ODC movement shall be submitted to EIL within 8 weeks of
receiving FOA / LOA.

4.9 Dispatch Details


Upon receipt of IRN / IC from EIL inspector / TPIA, supplier shall dispatch items within 2
days. Supplier shall submit dispatch details to concerned RPO of EIL / Owner within a day of
dispatch. Dispatch details shall include Lorry Receipt (LR) number / Dispatch Number,
Transporter Name, Date of dispatch, Packing list, Invoice copy etc.
4.10 Final Documentation
4.10.1 Supplier shall prepare final documents in line with VDR (Vendor Document Requirements)
attached with PR/Tender. A copy of final document along with filled in Format for
Completeness of Final Documentation (Format No. 3-78-0004) to be submitted to EIL
Inspector / TPIA for review & approval within 2 weeks from dispatch. Upon receipt of
EIL/TPIA endorsement on Completeness of Final Documents, supplier shall submit soft / hard
copies of Final documents to EIL / Owner in requisite quantity as per PO / PR details, along
with covering letter. A copy of covering letter to be submitted to the concerned Regional
Procurement Office (RPO) of EIL/Owner.
4.10.2 As Built Drawings
Minor Shop changes made by Supplier after approval of drawings under ‘Code 1’ by EIL and
deviations granted through online system ,if any, shall be marked in hard copies of drawings
which shall then be stamped ‘As-built’ by the supplier. These ‘As-built’ drawings shall be
reviewed and stamped by EIL Inspector / TPIA. Supplier shall prepare scanned images files
of all marked – up ‘As – built’ drawings. Simultaneously Supplier shall incorporate the shop
changes in the native soft files of the drawings also.
4.10.3 Packing / Presentation of Final Documents
Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be inserted
in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm) with an extra strip
of 12 mm wide for punching so that drawings are well placed.
Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x 315 mm
(101/2 inch x 121/2 inch) and shall not be more that 75 mm thick. It may be of several volumes
and each volume shall have a volume number, index of volumes and index of contents of that
particular volume. Where number of volumes are more, 90mm thickness can be used. Each
volume shall have top PVC sheet of minimum 0.15 mm thick duly fixed and pressed on folder
cover and will have 2 lever clip. In case of imported items documents, 4 lever clip shall also
be accepted. All four corners of folders shall be properly metal clamped. Indexing of contents
with page numbering must be incorporated by supplier. Spiral/Spico bound documents shall
not be acceptable. As mentioned above, books should be in hard board plastic folders with
sheets punched and having 2/4 lever clips arrangement.
Each volume shall contain on cover a Title Block indicating package Equipment Tag No. &
Name, PO / Purchase Requisition No., Name of Project and Name of Customer. Each volume
will have hard front cover and a reinforced spine to fit thickness of book. These spines will
also have the title printed on them. Title shall include also volume number (say 11 of 15) etc.
4.10.4 Submission of Soft Copies
Supplier shall submit to EIL, the scanned images files as well as the native files of drawings /
documents, along with proper index.
In addition to hard copies, Supplier shall submit soft copies of all the final drawings and
documents in pen drive or any other specified medium with proper identification tag, all text
documents prepared on computer, scanned images of all important documents (not available
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 453 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 9 of 9

as soft files), all relevant catalogues, manuals available as soft files (editable copies of
drawings/text documents, while for catalogues / manuals / proprietary information and data,
PDF files can be furnished).
All the above documents shall also be uploaded on the EIL Vendor Portal and if applicable on
Client Server also.
4.10.5 Completeness of Final Documentation
Supplier shall get the completeness of final documentation verified by EIL / TPIA, as
applicable, and attach the Format for Completeness of Final Documentation (Format No. 3-78-
0004) duly signed by EIL Inspector or TPIA as applicable to the final document folder.

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

Page 454 of 4396


COMPLETENESS OF FINAL
DOCUMENTATION
Page 1 of 2

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor :
Customer :
Project :
EIL’s Job No. :
Purchase Order No./ :
Contract No.

Purchase Requisition No./ :


Tender No. Rev. No. :

Name of the Work/ Equipment :

Tag. No. :
Supplier’s / Contractor’s Works :
Order No.

Certified that the Engineering Documents / Manufacturing & Test Certificates submitted by the
supplier (as per Index sheet mentioned in Annexure-1) are complete in accordance with the Vendor
Data Requirements of Purchase Requisition / Tender.

Signature : ………………………………. Signature : ……………………………….


Date : ………………………………. Date : ……………………………….
Name : …………………………….. Name : ……………………………..
Designation : ……………………………… Designation : ………………………………
Department : ……………………………… Department : ………………………………

Supplier / Contractor EIL / TPIA

Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved

Page 455 of 4396


COMPLETENESS OF FINAL
DOCUMENTATION
Page 2 of 2

Annexure-1

Final Documentation Index Sheet


PR/PO/Tender Rev. No.
No.

Serial No. Document Title Page/ No. of Pages


Folder No.

Signature : ………………………………. Signature : ……………………………….


Date : ………………………………. Date : ……………………………….
Name : …………………………….. Name : ……………………………..
Designation : ……………………………… Designation : ………………………………
Department : ……………………………… Department : ………………………………

Supplier / Contractor EIL / TPIA

Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved

Page 456 of 4396


SECTION-VI
SCHEDULE OF PRICES

Page 457 of 4396


SCHEDULE OF PRICE
NAME OF WORK: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF M/S GAIL(I) LIMITED

BIDDING DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

Name of Bidder:

INDEX TO PRICE SCHEDULE

SL. NO. DESCRIPTION No. OF SHEETS

1 PREAMBLE TO SCHEDULE OF PRICE 1

1 TOTAL LUMPSUM PRICE (FORM-SP0) 1

1.1 BREAK UP OF TOTAL LUMPSUM PRICE OF FORM-SP0

a SCHEDULE OF PRICE FOR RESIDUAL DESIGN AND DETAILED ENGINEERING (FORM-SP1)


1
b SCHEDULE OF PRICE FOR SUPPLY PORTION (FORM-SP2)

c SCHEDULE OF PRICE FOR CONSTRUCTION / INSTALLATION PORTION (FORM-SP3)

1.1.1 FURTHER BREAKUP OF PRICES OF FORM-SP-1, FORM-SP-2 & FORM-SP-3

a BREAKUP OF PRICE FOR RESIDUAL DESIGN AND DETAILED ENGINEERING (FORM-SP4)


4
b BREAKUP OF PRICE FOR SUPPLY PORTION (FORM-SP5)

c BREAKUP OF PRICE FOR CONSTRUCTION / INSTALLATION PORTION (FORM-SP6)

2 RECOMMENDED SPARES FOR TWO YEARS NORMAL OPERATION & MAINTENANCE (O&M) (FORM-SP7) 1

3 DETAILS OF TAXES & DUTIES (FORM-SP8) 1

4 BIUILT -IN-CIF-IMPORT CONTENT (FORM SP-9) 1

BILLING BREAK UP IS PROVIDED FOR PRORATA PAYMENT IN RA BILLS AND NOTE FOR PURPOSE OF ANY ALTERATION IN WORK. APPROVAL OF ALL DRAWINGS PESO
Note:
SHALL BE IN CONTRACTOR SCOPE

Page 458 of 4396


SCHEDULE OF PRICE
NAME OF WORK: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF M/S GAIL(I) LIMITED

BIDDING DOCUMENT NO.: SM/B471-046-MA-T-6001/1001


Name of Bidder:

PREAMBLE TO SCHEDULE OF PRICE

1. The schedule of Price (SOP) shall be read with all other sections of this Bidding document. Schedule of Price (SOP) and Schedule of Rates (SOR) wherever mentioned in the bidding document shall mean same.

2. The Contractor is deemed to have studied the drawings, specifications and details of works to be done within the Time Schedule and should have acquainted himself of the conditions prevailing at site.

Bidder to clearly indicate 'Quoted' against each Sr. No. in the price column in the unpriced Schedule of Price and % of taxes/ duties against relevant columns in taxes and duties form. Bidders to submit Price part of above
3.
Price schedule in their Priced Bid and Unpriced part with the Unpriced Bid.
4. Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped. For any deviation to the formats, offer may be rejected.

All items of work mentioned in the Schedule of Prices shall be carried out as per the specifications, drawings and instructions of Employer/Consultant and the rates are deemed to be inclusive of material, consumable, labour,
5.
supervision, tools & tackles and detailing of construction/fabrication drawings, isometric wherever required as called for in the detail specification and conditions of the Contract.

The price quoted shall be lumpsum price on turnkey basis for the entire scope of work, whether specifically mentioned or not. Unless the basic parameter changes or additional/ extra requirements are made, total payments to
6.
be made to the Contractor shall be limited to total lumpsum price indicated/ finally accepted as per FORM SP-0 only.

Obligation of the Contractor is not limited to the quantities that the Contractor may either indicate in the Breakup of Lumpsum Prices along with his bid or in further detailed breakup of lumpsum prices furnished after award of
7.
Work. Contractor shall carry entire scope of work/supplies/Services as detailed in various sections/volumes of the Bidding Document within the total Lumpsum Price.

Total Lumpsum prices shall include cost of any other supplies/work(s) /Services not specifically mentioned in the Bidding Document but necessary for the efficient, trouble free operation of the Plant/System and to make this
8.
package job complete.

9. Contractor to note that breakup of lumpsum price is for interim payment purposes only and total price payable under the Contract shall be restricted to the Total Lumpsum Price/Contract Price.

10. The quoted prices shall be inclusive of all taxes and duties except Goods & Service Taxes which shall be paid extra, as applicable with respect to Contractor’s scope of work / scope of supply.

11. In case GST rate is not mentioned in price bid then applicable rate of GST on Contract value as indicated in agreed terms and conditions (Format-5) shall be considered for evaluation and award.

12. Complete Insurance for the subject tender is to be arranged and borne by bidder. Insurance shall include but not be limited to Transit Insurance, Storage cum erection Insurance etc. upto handing over of the system to Client.

Lumpsum and break-up of lumpsum price shall be inclusive of Comprehensive insurance (Marine cum transit cum storage and erection) till handing over of the package, as per provision of the bidding document. All other
13.
insurances, if required, if any, is to be taken by contarctor and shall also be included in the Lumpsum and break-up of lumpsum price.

14. The Price for Residual Design & Engineering Component quoted in FORM - SP1 shall not exceed 5% (Five percent) of the Total Lumpsum Price.
15. The Total of Price for Supply component (FORM - SP2) shall not exceed 55% (Fifty Five percent) of the Total Lumpsum Price.
16. In case the Break-Up of Lumpsum price(s) exceed the limits specified under 14 & 15 herein above, the excess amount shall be paid in final bill.
The Prices quoted for Pre-Commissioning & Commissioning shall be minimum 04% ( Four percent) of the Total Price quoted of Construction/Installation Portion. In case a supplier quotes Pre-Commissioning &
17 Commissioning charges less than 04% of the total Quoted Construction/Installation Portion, the differential amount shall be paid in final bill.

18 Spares for start-up/commissioning and mandatory spares required are in CONTRACTOR's scope and are deemed to be included in their total Lumpsum Prices.

In case of any contradiction between lumpsum price mentioned in SP-0 and breakup of lumpsum price mentioned in SP-1, SP-2, SP-3, SP-4, SP-5, SP-6 the following precedence shall apply:
(i) SP-0;
19 (ii) SP-1, SP-2, SP-3;
(iii) SP-4, SP-5, SP-6;

Note: Lumpsum Price Quoted by bidder in Form SP-0 shall be considered for Evaluation and Award.
Following Forms of Schedule of Price are also enclosed.
i) Form SP-7, indicating 2 years O&M spares,
20
ii) Form SP-8, indicating the details of Taxes & Duties.
iii) Form SP-9, indicating value of import conent included in quoted lumpsum price
21 Bidder shall indicate the percentage break-ups in Form SP4, Form SP-5, Form SP-6 to be submitted along with their Un-Priced Bid.
(SIGNATURE AND STAMP OF BIDDER)

Page 459 of 4396


SCHEDULE OF PRICE
NAME OF WORK: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF M/S GAIL(I) LIMITED

BIDDING DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

Name of Bidder:

FORM SP-0
TOTAL LUMPSUM PRICE

Total Price in Figures Total Price in Words


S. No. DESCRIPTION UNIT
CURRENCY: INDIAN RUPEES (INR) CURRENCY: INDIAN RUPEES (INR)

Detailed engineering, design/residual design, procurement and supply of all material and bought out
components as per P&ID,scope of workof individual disciplines enclosed with the bidding document,
fabrication, construction, erection, inspection & testing, post weld heat treatment, painting/coating (Internal
& External), cathodic protection, calibration, fireproofing, including complete electrical work, complete
instrumentation work,complete Civil & Structural works including foundation, retaining wall, Micro Grading
& Leveling, paving, barricading, road crossing works, preparing mound etc., fire fighting systems, piping
1 LUMPSUM
works including underground piping & above ground piping and pipe support & pipe spring supports, pre-
commissioning & commissioning completing all the work in all respects including supply of mandatory &
commissioning spares on turn-key basis within the battery limits as defined in the P&IDs, layout drawing,
engineering drawings, EIL specification/standards etc. and detailed scope of work and supply defined in
different sections of bidding documents on Turnkey basis to the entire satisfaction of inspecting authority and
Engineer-in-charge.

Notes:

1) Total LUMPSUM PRICE as per FORM SP-“0” is inclusive of all taxes, duties, levies etc. but excluding Goods & Service Tax (GST). GST shall be quoted by bidders sepearately in Form SP-8.

2) Break up of TOTAL LUMPSUM PRICE (Total Lumpsum Price) has been furnished as per FORM SP-1 (schedule of lumpsum price for residual design and detailed engineering), FORM SP-2
(schedule of lumpsum price for supply) and FORM SP-3 (schedule of lumpsum price for construction/Installation).
3) Further break up of FORM SP-1, SP-2 and SP-3 has been furnished as per FORM SP-4, SP-5 and SP-6 respectively.
4) This Lumpsum Price is inclusive of Pre-commissioning/Commissioning Spares, Mandatory Spares and All Consumables. On no account revision /change in the Lumpsum Price shall be allowed.

5) In case of any discrepency between Prices quoted 'in Figures' and 'In words', the price quoted 'In Words' shall be considered for evaluation and award.

Page 460 of 4396


SCHEDULE OF PRICE
NAME OF WORK: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF M/S GAIL(I) LIMITED

BIDDING DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

Name of Bidder:

FORM SP-1

BREAK UP OF LUMPSUM PRICE


Schedule of Lump-sum Price For Residual Design And Detailed Engineering

S. No. DESCRIPTION UNIT Total Price in Figures (Currency: INR) Total Price in Words (Currency: INR)

1 A. LUMP-SUM PRICE TOWARDS RESIDUAL DESIGN AND DETAIL ENGINEERING


Detailed engineering, design/ residual design, preparation of fabrication, construction drawings, schemes of Erection,
construction, PWHT, hydro-testing, preparation of drawings, layouts, GADs, Isometrics etc pre-commissioning &
commissioning procedures, chemical cleaning & passivation procedures ( as applicable) and all other documents, including "as LUMPSUM
built drawings" etc. For review and approval from appropriate authorities, supply of all documents, manuals at all stages as per
requirements detailed out in various sections of bid document.

FORM SP-2

BREAK UP OF LUMPSUM PRICE


Schedule of Lump-sum Price for Supply

S. No. DESCRIPTION UNIT Total Price in Figures (Currency: INR) Total Price in Words (Currency: INR)

1 B. PROCUREMENT AND SUPPLY


Procurement, supply, and inspection at appropriate stages of all metallic and non-metallic materials and bought out components ,
equipments consumables and all other items including commissioning spares, ocean freight/air freight, all complete as per scope LUMPSUM
of supply and work detailed in various sections of Bidding documents, drawings, specifications, other documents and directions
of Engineer-In-Charge for the following items :-

FORM SP-3

BREAK UP OF LUMPSUM PRICE


Schedule of Lump-sum Price for Construction/Installation

S. No. DESCRIPTION UNIT Total Price in Figures (Currency: INR) Total Price in Words (Currency: INR)

1 C. CONSTRUCTION/ INSTALLATION/ COMMISSIONING PORTION

All charges at Indian port of entry including Port and customs clearance charges, customs duty, handling, forwarding charges etc.
and inland (within India) transportation charges by road of all supplies from Indian port of entry / Bidder's/ sub Vendor's works
in India upto project site and transit Insurance, Fabrication at Contractor's Shop/Fabrication Yard/Site, Construction, Erection,
Assembly, Installation, PWHT, Site grading & Levelling, painting, cathodic protection, calibration, fireproofing, including
complete electrical,instrumentation, piping work including undrground & above ground piping work, complete civil & LUMPSUM
structural works including paving, Barricading, road crossing works etc, fire fighting systems, Inspection, Testing, Final hook-up,
chemical cleaning & passivation, pre-commissioning, commissioning including any balance field engineering, supply of all
labour, materials (excluding those covered in supply portion), spares (pre-commissioning & commissioning), providing all
machineries, equipments, tools, tackles, aids for construction/ erection, all complete in accordance with approved drawings,
specifications, data sheets for the following items :-

Notes: 1) Prices mentioned above shall be exclusive of Goods & Service Tax (GST).
2) In case of any discrepency between Prices quoted 'in Figures' and 'In words', the price quoted 'In Words' shall be considered for evaluation and award.

Page 461 of 4396


SCHEDULE OF PRICE
NAME OF WORK: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF M/S GAIL(I)
LIMITED
BIDDING DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

Name of Bidder:
FORM SP-4
FURTHER BREAKUP OF PRICE FOR
DESIGN & DETAILED ENGG
Percentage Break-up w.r.t Price
S.No. DESCRIPTION
quoted in SP-1

DETAILED ENGINEERING OF TWO NEW LPG BULLETS AND ASSOCIATED PUMPING FACILITIES AT GAIL GANDHAR (Break up of SP-1 Price) AS
1.A.0
DEFINED IN THE BIDDING DOCUMENT

1.A.1 Engineering /Detailed Engineering

1.A.2 All As-Built Documentation including vendors final documents for supply items duly certified by EIL Inspection / Site

Note: 1) In case of any discrepency between Prices quoted 'in Figures' and 'In words', the price quoted 'In Words' shall be considered for evaluation and award.

2) The Sum of the individual percentage break-up mentioned against 1.A.1 & 1.A.2 above shall be equal to 100%

Page 462 of 4396


SCHEDULE OF PRICE
NAME OF WORK: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF M/S GAIL(I)
LIMITED
BIDDING DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

Name of Bidder:
FORMSP-4
FORM SP-5
FURTHER BREAK-UP OF PRICE FOR SUPPLIES PORTION
Percentage Break-up w.r.t Price
S. No. DESCRIPTION OF ACTIVITY/EQUIPMENT/MATERIAL
quoted in SP-2
Procurement and Supply of equipments/materials (Break up of SP-2 Price) (other than supply of materials for Structural, General civil which shall be included in SP-
1B.0 3/SP-6) and as defined in the bidding document.

1B.1 Cost of Equipment 046-T-1001 A/B (LPG MOUNDED BULLETS), up to first flange but excluding cost of items 1B.3 to 1B.11
1B.2 Cost of Equipment 1002 A/B/C- CENTRIFUGAL PUMPS , up to first flange but excluding cost of items 1B.3 to 1B.11
1B.3 Electrical Works including Cathodic Protection, Earthing and Lightening Protection
1B.4 Instrumentation works
1B.5 Piping works
1B.6 Fire Fighting System
1B.7 Fire Proofing Works
1B.8 Painting/Coating
1B.9 Chemical Cleaning & Passivation work (as applicable)
1B.10 Pre-commissioning / commissioning and Mandatory Spares
1B.11 Other Miscellaneous Items (mention the items, if any)
Note: Lumpsum Price mentioned for LPG Mounded Bullets (Tag No. 046-T-1001 A/B) shall be for both tags i.e. 046-T-1001 A and 046-T-1001 B

Lumpsum Price mentioned for Centrifgal Pumps (Tag No. 1002 A/B/C) shall be for three tags i.e. 1002 A , 1002 B and 1002 C
1) The minor materials for Mechanical Equipment/Piping and Electrical/Instrumentation which are required in connection with site installation activities are included
Note: under construction –Form: SP-6 in relevant items.
2) In case of any discrepency between Prices quoted 'in Figures' and 'In words', the price quoted 'In Words' shall be considered for evaluation and award.

3) The Sum of the individual percentage break-up mentioned against 1.B.1 to 1.B.11 above shall be equal to 100%

Page 463 of 4396


SCHEDULE OF PRICE
NAME OF WORK: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF M/S GAIL(I)
LIMITED
BIDDING DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

Name of Bidder:
FORMSP-4
FORM SP-6
BREAKUP OF PRICE FOR CONSTRUCTION / INSTALLATION PORTION
Percentage Break-up w.r.t Price
S. No. DESCRIPTION OF ACTIVITY
quoted in SP-3
1C.0 CONSTRUCTION / INSTALLATION / COMMISSIONING (Break up of SP-3 Price.) as defined in the Bidding Document.
1C.1 Mechanical construction / installation / commissioning of Equipment 046-T-1001 A/B (LPG MOUNDED BULLETS), up to first flange.
1C.2 Mechanical construction / installation / commissioning of Equipment 1002 A/B/C- (CENTRIFUGAL PUMPS) , up to first flange.
1C.3 General Civil works including foundation (including supply of materials)
1C.4 Structural works((including paving, barricading, road crossing works etc ) (including supply of materials such as Cement, Reinforcement steel,
Aggregates, Bricks, Anchor bolts, GI/SCI/CI/HCL pipes and fittings, Wire fabric and grouting materials)
1C.5 Site grading & levelling
1C.6 Fire fighting systems
1C.7 Electrical Works including Cathodic Protection, Earthing and Lightening Protection
1C.8 Instrumentation works
1C.9 Piping works
1C.10 Fire proofing works
1C.11 Painting/Coating
1C.12 Hydro testing
1C.13 Chemical cleaning & passivation (as applicable)
1C.14 Transportation of all supply item/ material Upto site
1C.15 Pre commissioning & commissioning
1C.16 Other miscellaneous (please mention the miscellaneous work, if any) work required for completion of work in all respects
NOTE: 1) Lumpsum Price mentioned for LPG Mounded Bullets (Tag No. 046-T-1001 A/B) shall be for both tags i.e. 046-T-1001 A and 046-T-1001 B
2) Lumpsum Price mentioned for Centrifgal Pumps (Tag No. 1002 A/B/C) shall be for three tags i.e. 1002 A , 1002 B and 1002 C
3) The breakup of prices given above are exclusive of supply of materials covered in SP-5 but are inclusive of materials for Civil/General Civil, Structural etc
4) In case of any discrepency between Prices quoted 'in Figures' and 'In words', the price quoted 'In Words' shall be considered for evaluation and award.
5) The Sum of the individual percentage break-up mentioned against 1.C.1 to 1.C.16 above shall be equal to 100%
6) The Prices quoted for Pre-Commissioning & Commissioning shall be minimum 04% ( Four percent) of the Total Price quoted Construction/Installation Portion. In
case a supplier quotes Pre-Commissioning & Commissioning charges less than 04% of the total Quoted Construction/Installation Portion, the differential amount shall
be paid in final bill.

Page 464 of 4396


SCHEDULE OF PRICE
NAME OF WORK: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF
M/S GAIL(I) LIMITED
BIDDING DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

Name of Bidder:

FORM SP-7
PRICE SCHEDULE OF RECOMMENDED SPARES FOR TWO YEARS OPERATION AND MAINTENANCE
QTY (IN UNIT SUPPLY RATE UNIT FREIGHT
S. No. DESCRIPTION OF RECOMMENDED SPARES UNIT
NOS) (INR) CHARGES (IN INR)
1. 2 3 4 5 6
A.
1
2
3
4
5
6
7
8
9
10
1) Contractor to provide itemized priced list of two years Operation and Maintenance (O&M) spares, which is inclusive of all taxes, duties, levies etc.
excluding GST. GST shall be paid in line with percentage quoted in SP-8. Prices of 2 Years O&M spares shall be kept valid upto Guarantee/ warranty
period. Owner reserves the right to place the order for such O & M spares.
NOTE
2) Bidders can add rows against each items, if required.

3) Bidder shall mandatorily fill the Qty in figs against each item quoted.

Page 465 of 4396


SCHEDULE OF PRICE
NAME OF WORK: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL(I) LIMITED

BIDDING DOCUMENT NO.: SM/B471-046-MA-T-6001/1001


Name of Bidder:
SP-8
DETAILS OF GST (CGST & SGST/ UTGST or IGST) EXCLUDED IN QUOTED PRICES
Ceiling amount of on which GST is Applicable rate of GST (CGST &
applicable (CGST & SGST/ UTGST or SGST/ UTGST or IGST) (in HSN/SAC CODE
Duty/ Tax IGST) in India (IN INR) Percentage)
(A) (B) (C)
CGST & SGST/ UTGST OR 100% of quoted contract value as per
IGST SP-0

Note :In case this Form SP-8 is not found in Price Bid then applicable rate of GST on contract value (as per SP-0) as indicated in
Agreed Terms & Conditions (Format F-5) shall be considered for evaluation & Award.

Page 466 of 4396


CIF VALUE OF IMPORTED MATERIALS (INDIAN BIDDER)

NAME OF WORK: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF M/S GAIL(I) LIMITED SP-9

BIDDING DOCUMENT NO.: SM/B471-046-MA-T-6001/1001

NAME OF BIDDER:

DESCRIPTION CIF value of Import Content RATE OF CUSTOM DUTY INCLUDED IN QUOTED LS PRICES
S no. For Item no./ Sl . No. Description of Imported items Unit of Quantity included in quoted LS CUSTOM BASIC SOCIAL IGST (%) TOTAL
as per price schedule Measurement prices TARRIF NO. CUSTOMS WELFARE CUSTOM DUTY
format (INR) DUTY (%) SURCHARGE (%)
(%)

10
a. Bidder to specify whether rates has been quoted considering Project rates as specified in ITB (Yes / No):
b. If reply to S no. a) is 'No', please indicate the reasons:
Note:
1 Bidder to furnish the above details separatly for each Tags.

2 Bidder has to ensure that currency quoted in this format shall be same with the currency quoted in the main price schedule format.

3 Un-priced copy shall be furnished exactly duplicate of price schedule duly indicating rate of duties except for CIF value.

4 The CIF Value(s) indicated by the vendor shall be deemed to be the maximum value(s) for the purpose of payment of variation in Basic Custom Duty and Customs Education Cess.

Page 467 of 4396


GAIL (INDIA) LIMITED

BIDDING DOCUMENT NO. SM/B471-046-MA-T-6001/1001


GAIL E-TENDER NO.: 8000019361

BIDDING DOCUMENT FOR

MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF


TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF
M/S GAIL (I) LIMITED

(TECHNICAL PART)

Prepared & Issued by:

Page 468 of 4396


COMPOSITE TENDER FOR

MOUNDED BULLETS

TENDER No. B471-046-80-42-MA-T-6001

Page 469 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-42-LLC-6001
Rev B
Page 1 of 15

MASTER LIST OF ATTACHMENT

COMPOSITE TENDER FOR

MOUNDED BULLETS

TENDER No. B471-046-80-42-MA-T-6001

PROJECT : SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG


PLANT PREMISES

CLIENT : M/s GAIL (INDIA) LTD

EPCM : M/s ENGINEERS INDIA LTD.

JOB NO. : B471

B 11.02.2022 REVISED & ISSUED FOR TENDER CK/BD PKP TK

A 15.01.2022 ISSUED FOR TENDER CK/BD PKP TK


Rev. Prepared Checked
Date Purpose Approved by
No by by

Template No-5-0000-0001-T1 Rev1 Copyright EIL – All rights reserved

Page 470 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-43-LLC-6001
Rev B
Page 2 of 15

LIST OF ATTACHMENTS

S. No. DESCRIPTION DOCUMENT NO. REV. No.

A STATIC AND MACHINERY EQUIPMENT


JOB SPECIFICATIONS

1. Master List Of Attachments B471-046-80-42-LLC-6001 B

2. Scope Of Work and Supply B471-046-80-42-SOW-6001 B

3. Job Specification for Mounded Bullets B471-046-80-42-SP-6001 A

Job Specification for Site Facilities for Mounded


4. Bullets
B471-046-80-42-SP-6002 A

5. Technical Check List (Static Equipment) B471-80-42-TCL-6001 B

6. Vendor Data Requirements B471-046-80-42-VDR-6001 A


Job Specification for Composite bid document
7. (Static and Machinery Equipment-PE) B471-046-80-42-SP-6001A B

Technical confirmation list For


8. Composite bid document B471-046-80-42-TCL-6001A B
(Static and Machinery Equipment-PE)
Vendor list For Composite tender
9. (Static and Machinery Equipment-PE)
B471-046-80-42-VL-6001A A
Job Specification For Static & Machinery
10. Equipment -RED
B471-046-80-42-SP-6004 B

11. Experience Record - Centrifugal Pump (Vertical) B471-000-80-42-ER-0001 A


Technical Confirmation List
12. (Static & Machinery Equipment) Rotating
B471-000-80-42-TCL-0001 A
Vendor List Static & Machinery Equipment
13. Rotating Equipment’s
B471-000-80-42-VL-0001 A

14. Engineering Desig Basis -SME B471-000-80-42-EDB-1001_RevA A

DATASHEETS/DRAWINGS

1. MDS FOR LPG BULLETS (046-T-1001A/B) B471-046-80-42-DS-3001 C

2. Data sheet (CP Block) B471-046-80-42-DS-6001A A


Data Sheet For Centrifugal Pump – Vertical Barrel
3. (SPP)
B471-000-80-42-DS-0001 B

SPECIFICATIONS / STANDARDS

1. GENERAL SPEC. FOR PRESSURE VESSELS 6-12-0001 6


SUPPLEMENTARY SPEC. FOR PRESSURE
2. VESSELS
6-12-0002 8

3. STD. SPEC. FOR BQCS PLATES 6-12-0011 8


STD. SPEC. FOR STRUCTURAL QUALITY
4. PLATES
6-12-0014 6

5. VESSEL TOLERANCES 7-12-0001 6

6. MANHOLE WITH DAVIT 7-12-0010 7

7. LADDER RUNG FOR MANHOLE 7-12-0011 6

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 471 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-43-LLC-6001
Rev B
Page 3 of 15

S. No. DESCRIPTION DOCUMENT NO. REV. No.

8. STANDARD BOLT HOLE ORIENTATION 7-12-0015 6

9. Vortex Breakers 7-12-0019 6

10. Earthing Lug 7-12-0026 6

11. Name Plate 7-12-0027 6

12. Manufacturer Name Plate 7-12-0028 6

13. Bracket For Name Plate 7-12-0029 6

14. Detail For Forged Nozzles 7-12-0031 5

15. Support For Internal Feed Pipe 7-12-0032 5

16. SR Nozzle Neck 7-12-0037 4


Eil Standard Specification For Centrifugal Pumps
17. (Special Purpose Process Service)
6-41-0007 0
Eil Standard Specification For Erection Of
18. Equipment’s And Machineries
6-76-001 4
Specification for quality management system
19. requirements from bidders
6-78-001 2
Specification for documentation requirements from
20. contractors
6-78-002 2
Specification for documentation requirements from
21. suppliers
6-78-003 2

22. Standard specification for chain pulley block. 6-61-0015 5


Standard Specification For Health, Safety &
23. Environment Management At Construction Sites
6-82-0001 10

24. ITP for pressure vessels / columns carbon steel 6-81-0011 4

B PIPING
Refer document no. B471-046-16-43-LL-6001

C INSTRUMENTATION
JOB SPECIFICATION

1. Engineering Design Basis Instrumentation B471-046-16-51-DB-1001 A

2. Job Specification (Instrumentation) B471-046-16-51-SP-6001 A

3. Scope of work & Supply (Instrumentation) B471-046-16-51-S0W-6001 A

4. Vendor Data Requirements (Instrumentation) B471-046-16-51-VDR-6001 A

5. Mandatory spares Parts list (Instrumentation) B471-046-16-51-SL-6001 0

6. Technical Confirmation List B471-046-16-51-TCL-6001 0

7. Standard Specifications (Instrumentation)


B471-046-16-51-MD-9991
0

8. Installation Standards (Instrumentation)


B471-046-16-51-MD-9992
0
Suppliers List for Instrumentation - B471 (Vendor
9. List)
B471-16-51-VL-6001 A

DATASHEETS/DRAWINGS
Typical Schematic for Instrument Air supply
1. distribution with Manifold
B471-046-16-51-SK-1001 0

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 472 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-43-LLC-6001
Rev B
Page 4 of 15

S. No. DESCRIPTION DOCUMENT NO. REV. No.

SPECIFICATIONS / STANDARDS

1. Std. Spec. for orifice plates and flanges 6-52-0004 5

2. Std. specification for restriction orifice plate 6-52-0006 5


Standard specification for variable area
3. flowmeters.
6-52-0007 4

4. Standard specification for tank level instruments 6-52-0014 4


Standard specification for magnetic level
5. instruments
6-52-0015 2
Standard specification for pressure, differential
6. pressure and vaccum gauges
6-52-0016 5

7. Standard specification for pressure switches. 6-52-0017 5


Standard specification for temperature gauges and
8. thermowells.
6-52-0021 5

9. Standard specification for pressure relief valves. 6-52-0026 5

10. Standard specification for control valves. 6-52-0031 5

11. Standard specification for electronic instruments. 6-52-0032 5

12. Standard specification for solenoid valves. 6-52-0034 5

13. Standard specification for on-off valves 6-52-0037 3


Standard specification for thermocouples, RTDs
14. and thermowells.
6-52-0042 5

15. Standard specification for signal cables. 6-52-0046 8


Standard specification for junction boxes and
16. cable glands.
6-52-0048 5
Standard specification for control panel and
17. accessories.
6-52-0049 4
Standard specification for instrumentation of
18. package units.
6-52-0052 4
Standard specification for erection tender.
19. 6-52-0060 2
Standard specification for instrument tube fittings.
20. 6-52-0067 6
Standard specification for instrument tubing.
21. 6-52-0068 5
Standard specification for instrument valves and
22. manifolds.
6-52-0069 6
Standard specification for special level
23. instruments.
6-52-0071 4
Standard specification for self actuated control
24. valves/regulators.
6-52-0079 5
Standard specification for gas detection system.
25. 6-52-0080 4
Standard specification for fire detection system
26. (UV/IR).
6-52-0081 4

2.0 General standards

2.1 Inst. Connection on Vessels, Standpipes & Tanks 7-52-0001 6

2.2 Inst. Connection on Pipes 7-52-0002 5

2.3 Thermowell 7-52-0035 4

2.4 Thermocouple/RTD Assembly with Thermowell 7-52-0036 5

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 473 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-43-LLC-6001
Rev B
Page 5 of 15

S. No. DESCRIPTION DOCUMENT NO. REV. No.


Orifice Plates & Flanges Dimensional details
2.5 7-52-0041 5

2.6 Tubing Hook Up Standards


Tubing hook-up control valve with positioner and
2.6.1 7-52-1912 0
I/P converter
Tubing hook-up control valve with indicator, I/P
2.6.2 7-52-1914 0
converter and positioner
2.6.3 Tubing hook-up control valve with solenoid valve 7-52-1915 0
Tubing hook-up control valve with solenoid valve
2.6.4 7-52-1916 0
and I/P converter
Tubing hook-up control valve, positioner solenoid
2.6.5 7-52-1917 0
valve and I/P converter
2.7 Installation Standards
Flow instrument DP type liquid and cond. vap.
2.7.1 7-52-1329 0
service intg. manifold meter below
Flow instrument DP type dry gas service intg.
2.7.2 7-52-1332 0
manifold meter above
Flow instrument DP type liquid and cond. vap.
2.7.3 7-52-1312 0
service intg. manifold, meter below
Flow instrument DP type gas service intg. manifold
2.7.4 7-52-1347 0
meter above
2.7.5 7-52-1112 0
Pressure gauge liquid / gas service
2.7.6 7-52-1113 0
Pressure gauge steam service
Pressure gauge with straight 3 way valve manifold
2.7.7 7-52-1121 0
liquid / gas service
Pressure instrument liquid and cond. vapour
2.7.8 7-52-1131 0
service meter below
2.7.9 Pressure instrument gas service meter above 7-52-1134 0
Pressure instrument liquid and cond. vapour
2.7.10 7-52-1151 0
service meter below
2.7.11 Pressure instrument gas service meter above 7-52-1153 0
Differential pressure instrument DP - type meter
2.7.12 7-52-1171 0
below
2.7.13 Diff. pressure instrument DP-type meter below 7-52-1137 0

2.7.14 Displacer level instrument side-side connection 7-52-1510 0


Level / diff. press. instrument DP type on vessel
2.7.15 7-52-1515 0
meter below
2.7.16 Level 7-52-1535 0
Level / diff. press. instrument DP type on vessel
2.7.17 7-52-1536 0
meter below
Diff. press. instrument DP-type on vessel meter
2.7.18 7-52-1551 0
above
Level instrument DP-type on stand pipe meter
2.7.19 7-52-1552 0
below
Level instrument DP type on vessel-on stand pipe
2.7.20 7-52-1537 0
meter below
2.7.21 7-52-1518 0
Level gauge on vessel
2.7.22 7-52-1519 0
Level gauge on stand pipe
2.7.23 7-52-1313 0
Flow instrument diaphragm seal type
Flow instrument DP type liquid and cond. vap.
2.7.24 7-52-1361 0
service horizontal line

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 474 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-43-LLC-6001
Rev B
Page 6 of 15

S. No. DESCRIPTION DOCUMENT NO. REV. No.

2.7.25 Instruments support (Single) 7-52-0101 3

2.7.26 Instruments support (Double) 7-52-0102 3

2.7.27 Support details of junction boxes 7-52-0104 4

2.7.28 Canopy for instruments 7-52-0105 4

2.7.29 Perforated tray supports & cable clamping 7-52-0107 4

2.7.30 Ladder tray details 7-51-0333 0


Inspection and test plan for orifice plates and
2.8.1 6-81-2004 4
flanges
Inspection and test plan for restriction orifice
2.8.2 6-81-2006 4
plates
Inspection and test plan for variable area flow
2.8.3 6-81-2007 4
meters
2.8.4 Inspection and test plan for tank level instruments 6-81-2014 4
Inspection and test plan for magnetic level
2.8.5 6-81-2015 3
instruments
Inspection and test plan for receiver and pressure
2.8.6 6-81-2016 4
gauges
Inspection and test plan for temperature gauges
2.8.7 6-81-2021 4
and thermo wells
2.8.8 Inspection and test plan for pressure relief valves 6-81-2026 4

2.8.9 Inspection and test plan for control valves 6-81-2031 4

2.8.10 Inspection and test plan for electronic equipments 6-81-2032 4

2.8.11 Inspection and test plan for solenoid valves 6-81-2034 4

2.8.12 Inspection and test plan for on-off valves 6-81-2037 3


Inspection and test plan for thermocouples, RTDs
2.8.13 6-81-2042 4
and thermo wells
2.8.14 Inspection and test plan for signal cables 6-81-2046 4
Inspection and test plan for junction boxes and
2.8.15 6-81-2048 4
cable glands
Inspection and test plan for main control panel and
2.8.16 6-81-2049 4
accessories
2.8.17 ITP for instrument tube fittings 6-81-2067 5

2.8.18 Inspection and test plan for instrument tubing 6-81-2068 4


Inspection and test plan for instrument valves and
2.8.19 6-81-2069 4
manifolds
Inspection and test plan for special level
2.8.20 6-81-2071 3
instruments
Inspection and test plan for self actuated control
2.8.21 6-81-2079 5
valves / regulators
Inspection and test plan for gas detection system
2.8.22 6-81-2080 4
(LEL / H2S)
Inspection and test plan for fire detection system
2.8.23 6-81-2081 4
(UV / IR)
D STRUCTURAL (STRUCTURAL)
JOB SPECIFICATION

1. Engineering Design Basis B471-000-81-41-EDB-1001 A

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 475 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-43-LLC-6001
Rev B
Page 7 of 15

S. No. DESCRIPTION DOCUMENT NO. REV. No.

2. Scope of Work B471-046-81-41-SOW-6001 A


List of approved products for use in Civil-Structural
3. B471-046-81-41-LL-6001 A
works
Vendor data requirements for mounded bullets
4. B471-046-81-41-VDR-6001 A
package
SPECIFICATIONS / STANDARDS

1. Metal Inserts 7-68-0056 7

2. M.S. Anchor Bolt Assemblies 7-68-0417 8

3. Handrails 7-68-0060 1

4 Steel Stairs 7-68-0506 7

5 Ladder 7-68-0507 8
Standard specification civil - structural lump-sum
6 turn-key works (L.S.T.K works) general 6-68-0021 1
requirements
Standard specification : civil and structural LSTK
7 works - material and construction 6-68-0022 1

Standard Specification for Passive fire proofing of 9


8 6-68-0033
steel structures (Hydrocarbon Pool fire)
Standard specification for health, safety &
9 environment (HSE) management at construction 6-82-0001 0
sites
Inspection and test plan (ITP) for civil, structural 3
10 6-82-2700
and architectural works (EPCC / LSTK contracts)

E STRUCTURAL (GENERAL CIVIL)


JOB SPECIFICATIONS

1. EDB GENERAL CIVIL B471-046-81-45-EDB-1001 B

2. EDB FIRE PROTECTION SYSTE B471-046-81-45-EDB-1002 B

3. APPROVED VENDOR LIST B471-046-81-45-LL-6001 A

4. MANDATORY SPARE LIST B471-046-81-45-SL-6001 A

5. SCOPE OF WORK AND SUPPLY B471-046-81-45-SOW-6001 B

6. JOB SPECIFICATION FOR MVSPRAY SYSTEM B471-046-81-45-SP-6001 A

7. TECHNICAL COMPLIANCE LIST B471-046-81-45-TQS-6001 A

8. VENDOR DATA REQUIREMENT B471-046-81-45-VDR-6001 A

DATASHEETS / DRAWINGS

1. OVERALL PLOT PLAN B471-046-81-45-00001 C

2. LAYOUT OF FIRE WATER SYSTEM B471-046-81-45-04441 C

3. SCOPE DRAWING B471-046-81-45-04561 1


DETAILS OF CHAIN LINKFENCING (IRON
4. B471-046-81-45-34751 A
ANGLE POST)
DETAILS OF RCC STORMWATER DRAIN
5. B471-046-81-45-34752 A

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 476 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-43-LLC-6001
Rev B
Page 8 of 15

S. No. DESCRIPTION DOCUMENT NO. REV. No.


DATASHEET FOR QUARTZOIDBULB
6. B471-046-81-45-DS-4802 A
DETECTORS
DATASHEET FOR MV SPRAYNOZZLES
7. B471-046-81-45-DS-4803 A
DATASHEET FOR DELUGEVALVE
8. B471-046-81-45-DS-4804 A
DATASHEET FOR RESTRICTIONORIFICE
9. B471-046-81-45-DS-4805 A
PLATE
DATASHEET FOR WATER CUMFOAM
10. B471-046-81-45-DS-4806 A
MONITOR (750 USGPM)
DATASHEET FOR WATER CUMFOAM
11. MONITOR (500-100GPM) B471-046-81-45-DS-4807 A

DATASHEET FOR DOUBLEHEADED HYDRANT


12. B471-046-81-45-DS-4808 A

13. DATASHEET FOR HOSE BOXCABINET B471-046-81-45-DS-4809 A

SPECIFICATIONS / STANDARDS
Standard specification for earthwork for
1. 6-65-0006 4
underground piping.

2. Standard specification for compound wall. 6-65-0010 6

3. Standard specification for chain link fencing. 6-65-0013 4

Standard specification for roads and flexible


4. 6-65-0014 2
pavements (upto WMM layer)
Standard specification for classification of soil for
5. 6-65-0016 4
Earth Work in site grading
Standard specification for site grading and rock
6. 6-65-0017 6
cutting for site grading

7. Standard specification for concrete pavement. 6-65-0019 4

Standard specification for pipe culverts & ERC /


8. 6-65-0021 4
IRC crossing.

9. Standard specification for gravel filling. 6-65-0024 4

Standard specification for underground and above


10. 6-65-0027 5
ground G.I. pipeline system (water services)
Standard specification for fabrication and Laying of
11. 6-65-0030 5
Underground piping.
Standard specification for underground sewer
12. 6-65-0042 4
system pre cast RCC pipes.
Standard specification for general civil works
13. 6-65-0066 3
(package unit).
Standard specification for piping works and
14. erection of pumps & drives for water services 6-65-0067 3
(package unit)
15. Standard specification for portable fire extinguisher 6-66-0004 1

Standard specification for standard post type fire


16. 6-66-0012 4
hydrant (with or without pumper connection)
Standard specification for stand post type water
17. 6-66-0021 4
monitor
Standard specification for water cum foam monitor
18. 6-66-0027 5
single barrel type (fixed & variable flow)
Standard specification for water spray nozzle for
19. 6-66-0046 4
cooling.

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 477 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-43-LLC-6001
Rev B
Page 9 of 15

S. No. DESCRIPTION DOCUMENT NO. REV. No.

20. Standard specification for hose cabinet. 6-66-0047 4

Standard specification for deluge valve (with


21. 6-66-0048 3
hydraulic detection system).
Standard specification for 50 kg. & 75 kg. capacity
22. 6-66-0061 4
dry chemical powder extinguisher.
Standard specification for Fixed cooling system
23. 6-66-0071 5
package for spheres/bullets.

24. Standard specification for fire hydrant system. 6-66-0074 3

25. Civil & Structural works-General scope 6-68-0001 5

26. Civil & Structural works-Materials 6-68-0002 6

27. Civil & Structural works-Earthwork 6-68-0003 6

Civil & Structural works-Plain and Reinforced


28. 6-68-0004 7
Cement Concrete
Civil & Structural works- Reinforced Cement
29. 6-68-0005 6
Concrete for Liquid Retaining Structures

30. Civil & structural works - Structural steel works 6-68-0006 7

31. Civil & structural works -Miscellaneous steel works 6-68-0008 7

32. Civil & Structural works-Brick Masonry 6-68-0009 5

Civil & structural works- Demolition and


33. 6-68-0012 5
dismantling.

34. Civil & Structural works-Miscellaneous items 6-68-0013 4

35. Civil & Structural works- Precast Concrete 6-68-0014 1

36. Abbreviations, legends and equipment symbols. 7-65-0001 4

37. Cable crossings under road (PVC pipes). 7-65-0006 5

38. Detail of pipeway bridge spans 3500 & 2000 7-65-0007 5

39. Pipe sleeve details 7-65-0008 4

40. Road curves and crossing. 7-65-0010 5

41. Cross section of road 7-65-0011 1

42. Pipe culvert for storm water drainage. 7-65-0103 4

43. Box culvert type I, II, III and IV. 7-65-0104 5

44. Box culvert type V & VI. 7-65-0106 5

Details of rungs for manholes, valve pits, tanks,


45. 7-65-0211 5
etc.

46. Standard miscellaneous details for manholes. 7-65-0212 5

47. Conc. bedding and encasement for pipes. 7-65-0213 5

48. Vents for manholes. 7-65-0219 5

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 478 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-43-LLC-6001
Rev B
Page 10 of 15

S. No. DESCRIPTION DOCUMENT NO. REV. No.

49. Typical detail of bend pipe for manholes. 7-65-0230 4

50. Manhole type-6 for depth <= 3m, (ø <= 800). 7-65-0256 5

51. Manhole type-7 for depth <= 3m, (ø <= 800). 7-65-0257 5

52. Manhole type-10 for depth < 3m for pipe ø < 500 7-65-0260 5

53. Manhole type-11for depth < 5m for pipe ø < 800 7-65-0261 6

54. Manhole type-12 for depth < 5m for pipe ø < 1000 7-65-0262 5

55. Manhole type-13 for depth ¿ 5m (ø ¿ 800) 7-65-0263 5

56. Manhole type-14 for depth ¿ 3m for pipe ø ¿ 500 7-65-0264 5

57. Unit drainage details (equipment drain funnels). 7-65-0266 5


Unit drainage details (O.W.S manhole type-15) (for
58. Ø ¿ 600). 7-65-0267 5

Unit drainage details (for OWS / CRWS manhole


59. type-16) (for pipe ø <= 500) 7-65-0268 5

Unit drainage details typ. branch connection for


60. C.B.D./O.W.S. 7-65-0271 4

61. Unit drainage details (rectangular ditch details). 7-65-0272 5

62. Clean out for OWS & SS 7-65-0274 1

63. Steps on earthern dykes and road embankments. 7-65-0308 5

64. Brick masonry compound wall. 7-65-0391 6

65. RCC pavement details. 7-65-0404 4

66. Paver brick footpath 7-65-0405 4

67. Details of anchor sleepers. 7-65-0415 5

68. Installation details of fire water hydrant. 7-65-0420 4

Installation details of water or water cum foam


69. 7-65-0421 3
monitor, long range foam / water monitor.

70. Concrete sliding sleeper cast in-situ Type-VI 7-65-0423 4

71. Concrete sliding sleeper cast in-situ Type-VII 7-65-0424 5

72. Concrete sliding sleeper cast in-situ Type VIII 7-65-0425 4

73. Pedestal for stair / ladder. 7-67-0008 8

74. Transformer gate details (upto 6000mm width) 7-75-0051 6

75. Transformer gate details (beyond 6000mm width) 7-75-0052 5

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 479 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-43-LLC-6001
Rev B
Page 11 of 15

S. No. DESCRIPTION DOCUMENT NO. REV. No.

76. Steel gate (for entrances upto 6.0m width) 7-75-0054 5

F STRUCTURAL (GEOTECH)
1. Geotechnical Data For LPG Mounded Bullets B471-046-81-47-SP-0011 0

G CONSTRUCTION
JOB SPECIFICATIONS

1. Construction Supervision And Management B471-00-046-19-41-0001 0

2. Technical Compliance Format-Construction B471-00-046-19-41-TC01 0

SPECIFICATIONS / STANDARDS
Standard Specification For Health, Safety & Environment
1. (Hse) Management At Construction Sites
6-82-0001 10
Standard specification for positive material
2. identification (PMI) at construction sites 6-82-0002 4

3. Standard specification for colour coding of piping


material 6-82-0003 3

H INSPECTION
ITP for civil, structural & architectural works
1. (EPCC / LSTK contracts)
6-82-2700 3
Standard specification for positive material
2. identification (PMI) at supplier's works
6-81-0001 3

3. ITP for welded pipes 6-81-0002 5

4. ITP for seamless pipes 6-81-0003 5

5. ITP for valves 6-81-0004 6

6. ITP for forged, seamless & welded fittings. 6-81-0005 8

7. ITP for flanges, spectacle blinds & drip rings 6-81-0006 5

8. ITP for bolting material 6-81-0007 4

9. ITP for gaskets 6-81-0008 4

10. ITP for insulating joints 6-81-0102 3

11. ITP for spray nozzles. 6-81-0113 4

12. ITP for sample coolers 6-81-0132 3

13. ITP for strainers 6-81-0133 3

14. ITP for hose pipe and coupling 6-81-0135 3

15. ITP for restriction orifice plates 6-81-2006 4


ITP for solenoid valves
16. 6-81-2034 3

I PROCESS
JOB SPECIFICATIONS/ DATASHEETS / DRAWINGS

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 480 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-43-LLC-6001
Rev B
Page 12 of 15

S. No. DESCRIPTION DOCUMENT NO. REV. No.

1. PROCESS DESIGN BASIS B471-02-42-PDB-046 2

2. NEW LPG ROAD LOADING PUMPS B471-046-02-42-DS-1601 0

3. LPG MOUNDED STORAGE B471-046-02-42-DS-1701 0

4. PRESSURE INSTRUMENT B471-046-02-DS-2024 0

5. PRESSURE INSTRUMENT B471-046-02-DS-2025 0

6. PRESSURE INSTRUMENT B471-046-02-DS-2026 0

7. PRESSURE INSTRUMENT B471-046-02-DS-2051 1

8. PRESSURE INSTRUMENT B471-046-02-DS-2052 0

9. TEMPERATURE INSTRUMENT B471-046-02-DS-2124 0

10. TEMPERATURE INSTRUMENT B471-046-02-DS-2152 0

11. LEVEL INSTRUMENT B471-046-02-DS-2224 0

12. LEVEL INSTRUMENT B471-046-02-DS-2225 0

13. LEVEL INSTRUMENT B471-046-02-DS-2293 0

14. FLOW INSTRUMENT B471-046-02-DS-2324 1

15. FLOW INSTRUMENT B471-046-02-DS-2325 1

16. FLOW INSTRUMENT B471-046-02-DS-2326 1

17. FLOW INSTRUMENT B471-046-02-DS-2351 1

18. FLOW INSTRUMENT B471-046-02-DS-2352 1

19. SHUTDOWN VALVE B471-046-02-DS-2424 0

20. CONTROL VALVE B471-046-02-DS-2425 0

21. CONTROL VALVE B471-046-02-DS-2426 1

22. CONTROL VALVE B471-046-02-DS-2451 (deleted)

23. SAFETY VALVE B471-046-02-DS-2524 1

24. SAFETY VALVE B471-046-02-DS-2525 1

25. GAS DETECTOR B471-046-02-DS-2724 0

26. GAS DETECTOR B471-046-02-DS-2725 0

27. LINE LIST B471-046-2-42-LS-1100 1


PRECOMMISSIONING & COMMISSIONING
28. TECH SPECIFICATIONS & PHILOSOPHY
B471-046-2-42-MDX-1001 1
PROCESS DESCRIPTION & CONTROL
29. PHILOSOPHY
B471-046-2-42-PD-1001 0
PIPING & INSTRUMENTATION DIAGRAMS
30. (P&IDS)
B471-046-2-42-PID-1124 2
PIPING & INSTRUMENTATION DIAGRAMS
31. (P&IDS)
B471-046-2-42-PID-1125 2
PIPING & INSTRUMENTATION DIAGRAMS
32. (P&IDS)
B471-046-2-42-PID-1126 2

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 481 of 4396


DOCUMENT NO.
MASTER LIST OF ATTACHMENT B471-046-80-43-LLC-6001
Rev B
Page 13 of 15

S. No. DESCRIPTION DOCUMENT NO. REV. No.


PIPING & INSTRUMENTATION DIAGRAMS
33. (P&IDS)
B471-046-2-42-PID-1127 0
PIPING & INSTRUMENTATION DIAGRAMS
34. (P&IDS)
B471-046-2-42-PID-1128 1
PIPING & INSTRUMENTATION DIAGRAMS
35. (P&IDS)
B471-046-2-42-PID-1151 2
PIPING & INSTRUMENTATION DIAGRAMS
36. (P&IDS)
B471-046-2-42-PID-1152 1
PIPING & INSTRUMENTATION DIAGRAMS
37. (P&IDS)
B471-046-2-42-PID-1191 0
PIPING & INSTRUMENTATION DIAGRAMS
38. (P&IDS)
B471-046-2-42-PID-1192 0
PIPING & INSTRUMENTATION DIAGRAMS
39. (P&IDS)
B471-046-2-42-PID-1193 0

J ELECTRICAL
Refer document no. B471-046-16-50-LL-6001

K SMMS
JOB SPECIFICATIONS

1. CP System Specification for Bullets B471-046-6-45-CPS-01 0

2. Vendor Data Requirment B471-046-06-45-VDR-6001 A

3. Specification for Protective Coating System B471-000-06-41-PCS-0001 0

4. Specification for Protective Coating System B471-000-06-41-PCS-0002 0

5. Welding Specification Chart B471-000-06-41-WSC-0002 0

6. Welding Specification B471-000-06-41-WSP-0001 0

7. Chemical Cleaning Specification B471-000-06-41-CCS-0001 0

SPECIFICATIONS / STANDARDS
Specification for cathodic protection system
1. 6-45-0031 0
for mounded bullets
Specification for installation, pre-
commissioning, testing and commissioning of
2. 6-45-0057 0
cathodic protection system for mounded
bullets
L ETD-ANALYSIS

1. Site Specific Seismic Spectra B471-000-16-54-DB-0001 0

M PLANNING

1. Planning Inputs B471-046-27-44-A-001 A

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 482 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 1 of 21

SCOPE OF WORK AND SUPPLY


FOR
COMPOSITE TENDER
(STATIC AND MACHINERY EQUIPMENT)
TENDER: B471-046-80-42-MA-T-6001

PROJECT : SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG


PLANT PREMISES

CLIENT : M/s GAIL (INDIA) LTD

EPCM : M/s ENGINEERS INDIA LTD.

JOB NO. : B471

B 14.01.2022 ISSUED FOR TENDER CK/KK/MB BD/JSD/RRS TK

A 14.01.2022 ISSUED FOR TENDER CK/KK/MB BD/JSD/RRS TK


Rev. Prepared Approved
Date Purpose Checked by
No by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 483 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 2 of 21

CONTENTS

INDEX OF CONTENTS

DESCRIPTION PAGE NO
SL. NO.
SECTION-A
1.0 (ROTATING EQUIPMENT) 3~7

2.0 SECTION-B
( PACKAGE EQUIPMENT 8~10

3.0 SECTION-C
(STATIC EQUIMENT) 11~21

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 484 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 3 of 21

PART- A
(ROTATING EQUIPMENT)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 485 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 4 of 21

SCOPE OF WORK & SUPPLY

1.0 SCOEP OF WORK

1.1 This specification along-with EIL standard specification (6-41-007 & 6-76-0001) defines the
minimum requirements for design, engineering, supply, erection, assembly, installation, pre-
commissioning, commissioning and field testing of new Rotating equipment referred in this
tender document.
1.2 Contractor’s scope of supply and work shall include design, engineering, supply (Including
supply of all mandatory spares (Also, for electrical and instrumentation mandatory spares
requirement, refer elsewhere in the tender), special tools and tackles (As recommended by
OEM) including normal maintenance tool kits, commissioning spares (As recommended by
OEM), all consumables and first fill of lubricants (As recommended by OEM), inspection,
testing and assembly at manufacturer's shop and complete erection, commissioning &
testing at site of all the rotating equipments as listed below:

Table-1

S. Equipment Qty Eqpt. Desc. Type of Eqpt.


No
Tag No.
1 046-P-1002 A/B/C 3 Nos New LPG road Vertical barrel pump (centrifugal
loading pumps type)-VS6 API pump along with seal
system

 Electrical and instrumentation items for Rotating equipment package shall be as per
electrical and instrumentation specifications requirements attached elsewhere in tender

 Pumps conditions shall be referred from process package attached elsewhere in tender.

2.0 SCOPE OF SUPPLY/WORK FOR PROCUREMNET OF ROTATING EQUIPMENT

Contractor shall carry out the following activities for procurement of Rotating Equipment
listed in table-1 above:

2.1 Contractor shall prepare the enquiry specifications/ documents for Rotating equipment to be
purchased including mandatory spares, OEM recommended erection & commissioning
spare, Quote for two-year normal operation spares and OEM recommended special tools
and tackles , OEM recommended first fills of consumables, lubricating oils etc.
2.2 Contractor shall fill all the required data/information in the Equipment data sheet formats
forming part of the tender package for preparation of enquiry specifications/ documents.
Contractor shall refer and include job specification, EIL standard specification and codes etc
attached/referred in tender for preparation of enquiry specifications.
2.3 Contractor shall submit the following documents for the finally selected equipment make and
model in one lot, for OWNER/CONSULTANT’s Review/ Records/Approval as per VDR
documents:
- Filled in Equipment data sheets (EIL format)
- Equipment Manufacturer’s Latest Catalogue
- General reference List & PTR in EIL format (ERP)
- GAD along with foundation design drawing

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 486 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 5 of 21

- P&IDs if applicable
- Purchase Specification of Rotating Equipment
- OEM recommended consumables, lubricating oils (along with its Indian equivalent)
2.4 Contractor shall prepare the detailed Purchase Requisition / specification for Rotating
Equipment
2.5 Contractor shall carry out the detailed review and approval of data sheets, engineering &
fabrication drawings and other technical data furnished by the respective Equipment
Vendors to ensure a safe, smooth and reliable operation at site.
2.6 Contractor shall submit all engineering drawings/ documents/ data as specified in “B471-
046-80-42-VDR-6001” forming part of the tender package.
2.7 Contractor shall ensure that, all inspection and tests are conducted for all equipment at
Vendor’s shops/site as specified in the tender package. Contractor shall also submit the
schedule of witnessed tests of all rotating equipment well in advance.
2.8 Contractor shall furnish a quotation of spares recommended by the equipment vendor for
two year normal operation along with firm unit prices (only quotation).
2.9 Contractor shall include supply of all the Commissioning spares as required by the
equipment vendor (OEM) during testing and commissioning. Contractor shall procure the
same from the equipment vendors and make it available well before start of commissioning
of Rotating Equipment. In case, any additional spare is consumed during commissioning the
same to be provided by the contractor at no additional cost or time implication to the Owner.
Un-used commissioning spares shall be handed over to owner.
2.10 Special tools and tackles for Rotating Equipment to be supplied by contractor to Owner.
Such tools/tackles shall be as per OEM’s recommendation.
2.11 Contractor’s scope shall include complete supply, transportation of Rotating equipment
package from vendor’s shop to site, receipt of material at site, handling at site and
arrangement for storage at site as per the requirements indicated in this tender package.
2.12 Equipment, which is transported by sea, shall have sea-worthy packing. The Contractor
shall strictly follow the recommended preservation procedures during the period of storage
for all equipment
2.13 Contractor’s scope shall include compliance to OISD requirements. Contractor to include
reputed safety instrumentations as per OISD requirement in vendor scope accordingly.

3.0 ERECTION OF ROTATING EQUIPMENT/EQUIPMENT PACKAGE:

3.1 The Contractor shall carefully study the vendor drawings, manuals and other data before
start of the job to ensure correct erection, alignment, pre-commissioning and commissioning.
3.2 Contractor shall carry out the erection of each Rotating equipment package at the specified
location on the respective foundation as per this tender package [Refer 6-76-0001 for
details]
3.3 The contractor shall use the proper specified/supplied handling equipments / lifting tools and
manufacturer recommended / safe handling procedure for erection of the Rotating
Equipment. Contractor shall follow owner/consultant HSE requirements/procedures at site
during entire tenure of contract execution.
3.4 The contractor shall ensure that the lifting tools /accessories are attached to the equipments
at the place where ever it has been recommended by the manufacturer. In case the
manufacturer has not recommended the place of attaching the lifting tools / accessories on

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 487 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 6 of 21

the equipments, the contractor shall decide the place such that there is no damage is
occurred to the equipment or any part of that. All lifting tools, machineries and accessories
deployed for erection work shall have valid test certificate as on date of execution of work
etc.
3.5 In case the equipments are received in knocked down condition (example: Seal system lube
oil system & other auxiliaries) various parts shall be assembled as per manufacturer’s
instructions. On the basis of the part list provided and the handling procedures with the
equipment, the Contractor shall make suitable arrangements to move the assemblies and
sub assemblies to the site.
3.6 The alignment between the driver and the driven equipments of the complete train shall be
rechecked and corrected precisely as per the recommendations of the equipment
manufacturers.
3.7 Contractor to ensure the presence of rotating equipment manufacturer (Vendor) at site for
supervision of pre-commissioning and commissioning for all Rotating Equipment. Contractor
shall also ensure that equipment manufacturer (Vendor) checks the correctness of erection
of all rotating equipment prior to pre-commissioning. No extra price is tenable for OEM (or
Vendor) efforts as it is deemed to be included in the contractor scope.
3.8 The contractor shall arrange for removal of all scrap and debris generated during erection
activities from the site before handing over the equipment for commissioning activities.

4.0 PRE-COMMISSIONING AND COMMISSIONING OF EQUIPMENT


4.1 The Contractor shall arrange a team of skilled labor for the pre-commissioning and
commissioning of Rotating Equipment. Contractor shall carry out the pre-commissioning and
commissioning activity in presence of vendor [Refer 6-76-0001 for details]
4.2 Contractor shall arrange first/ initial fill of consumables, lubricants (Mineral oil based and
synthetic), sealing fluid etc. required for start up, pre-commissioning, commissioning and
field testing of all Rotating equipment at site. The contractor shall carryout initial charge (for
flushing/cleaning of systems) of the lubricants. All the oil systems shall be run, flushed and
the oils changed by fresh charge. No extra price is tenable as it is deemed included in the
scope.
4.3 [Note: A consolidated list of all consumable for all Rotating equipment shall be provided by
the contractor indicating type of lubricant, seal fluid, grease & other consumable etc. giving
specifications, quantities & brand name etc to OWNER for future need].
4.4 Cooling Water (if available), Lube Oil, seal oil and all other auxiliary systems shall be run /
operated at rated pressures and the leaks shall be checked and corrected.
4.5 All strainers shall be installed after their cleanliness checked.
4.6 If some defects are noticed during commissioning and are attributed to Contractor, the
Contractor shall arrange to rectify to the satisfaction of Engineer-in-Charge.
4.7 The Contractor will return all the unused material/items identifying as per the packing list to
OWNER.
4.8 Contractor shall provide sufficient space for maintenance, dismantling and platforms for
maintenance.
4.9 All the rotating equipment will be subjected to trial runs for a continuous operation of 72
hours. In case of motor driven rotating equipments, motors shall be decoupled and turned
over for testing and no load running of motors. After the no load runs of motors are
satisfactorily completed, the Contractor shall re-couple the motors to the rotating equipment
and recheck the alignment. The trial run of the rotating equipment shall be started only after

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 488 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 7 of 21

the above is completed. Contractor shall provide, as part of his work, necessary skilled
personnel (excluding the operating personnel) for conducting the trial runs round the clock
during the trial runs period. Final inspection of bearing etc. shall be carried out by the
Contractor after the Machinery had gone through the trial run and defects if any, shall be
made good for rendering the rotating equipment ready for start up. Defects due to
Contractor's fault noticed during trial runs shall be rectified by him.

5.0 LIST OF ATTACHMENTS

Rev
Sno. Document Description Document No.
1 Technical confirmation list B471-000-80-42-TCL-0001 A

2 Job Specification for Static & Machinery B471-046-80-42-SP-6001 A


Equipment
3 Data Sheet for Centrifugal Pump-Vertical B471-000-80-42-DS-0001 A

4 Experience record proforma B471-000-80-42-ER-0001 A

6 Standard specification for QMS 6-78-0001 1


requirements from bidders
7 Standard specification for documentation 6-78-0002 1
requirements from Contractors
8 Standard specification for centrifugal 6-41-0007 0
pumps (General purpose process)
9 Standard specification for erection of 6-76-001 3
equipment & machinery

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 489 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 8 of 21

SECTION-B
(PACKAGE EQUIPMENT)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 490 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 9 of 21

1.0 SCOPE OF WORK (PACAKGE EQUIPMENT )

1.1 Contractor’s s c o p e o f w o r k s h a l l i n c l u d e a l l a c t i v i t i e s e . g . design,


engineering, manufacture, procurement, painting, inspection, supply,
transportation, site storage, installation, testing at works and site, commissioning
and performance guarantee of equipment as described in this SOW, Job
Specification, data sheet and other attachments attached elsewhere in the bid
documents .

1.2 Contractor shall supply commissioning spares as required during commissioning


of equipment. Contractor shall procure spares from the original equipment
manufacturers (as per their recommendation) and shall make them available at
Site well before the start of commissioning activities. Any additional spares
required during commissioning shall not be taken from the two years operating
spares; instead such spares shall be supplied by the Contractor free of cost.

1.3 Contractor shall prepare specification as per the general considerations & Specific
requirements specified in Job specification of Packaged equipments, Standards
Specification, Data sheets and other standards enclosed with the bid document.
EPC Contractor shall work out equipment sizing wherever applicable for
engineering as per general considerations, Specific Requirements, data sheet and
specifications.
1.4 First fill of lubricants & consumables required for equipment during erection and
commissioning shall be supplied by the Contractor.
1.5 Contractor shall submit drawings, documents, specification, inspection & test
reports, performance test procedures etc. as defined in Vendor data requirement of
Packaged Equipments attached elsewhere in the bid document.
1.6 Painting shall be done as per EIL Painting Specification attached elsewhere in
the bid document.
1.7 The Contractor should carry out requisitioning activities including Technical Bid
Evaluation (TBEs) .
1.8 All equipment/items shall be sourced from EIL/Client approved vendors only as
attached in elsewhere in the bid document.

1.9 Any other item though specifically not asked for in the document but required for
safe and efficient operation of the plant and equipments.

2.0 SCOPE OF SUPPLY

2.1 Contractor’s Scope of supply shall pertain to the following Package /Material handling
equipment.
 Material Handling facilities s u c h a s C h a i n Pulley Block
with geared trolley and monorail for maintenance of Pumps
in pump house (hazardous area application).

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 491 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 10 of 21

3.0 LIST OF ATTACHMENT

CONTRACTOR shall carry out all works strictly in accordance with the following
documents as attached elsewhere in the bid document.
S.No. REV
Doc Title Document No.

1. Job Specification for Static A


B471-046-80-42-SP-
& Machinery Equipment -
6001A
PE.
2. Vendor data requirement B471-046-80-42-VDR- A
(S&ME) 6001
3. B471-046-80-42-DS- A
Data Sheet (CP BLOCK )
6001A
4. B471-046-80-42-VL- A
Project Vendor List
6001A
5. Technical Confirmation list A
(Static & Machinery B471-046-80-42-TCL-
Equipment-Package 6001A
Equipment)
6. Standard specification for 5
6-61-0015
Chain Pulley Block.
7. Standard specification for 4
erection of equipment & 6-76-0001
machinery
8. Specification for quality 2
management system 6-78-0001
requirements from bidders.
9. Specification for 2
documentation requirements 6-78-0002
from contractors.
10. Specification for 2
documentation requirements 6-78-0003
from suppliers.
11. Standard specification for 10
Health, Safety and
6-82-0001
Environment management
at construction sites

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 492 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 11 of 21

SECTION-C
(STATIC EQUIPMENT)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 493 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 12 of 21

SCOPE OF WORK AND SUPPLY (STATIC EQUIPMENT)

1.0 INTRODUCTION

This document is intended to provide the scope of works, supply & specification for
Mounded Storage vessel (LPG) at LPG Plant, Gandhar (M/s GAIL). This document shall
be read in conjunction with job specification B471-046-80-42-SP-6001.

This tender document covers design / residual design, detailed engineering, procurement
of material and bought out components, fabrication, construction, erection, inspection &
testing, post weld heat treatment, transportation of straight / rolled plates, crown and petals
for dished end to site, unloading at site, simultaneous hydrotest of all mounded bullets in
single mound, Site Grading & Leveling, coating & painting, cathodic protection, electrical,
instrumentation, piping work, necessary civil & structural works, fire protection, pre-
commissioning & commissioning of LPG storage & transfer facilities in accordance with
datasheets, drawings, job specifications, Codes, standard specifications etc. of various
discipline as listed in this package including supply of mandatory, commissioning &
recommended spares.

Total single point responsibility of satisfactory execution of entire work shall rest with the
bidder.

It is not the intent to completely specify all the details of design and construction;
nevertheless the unit shall conform in all respects to high standards of design, engineering
and workmanship. Any piece of unit or equipment or accessories not specifically
mentioned in this specification, but required to make the unit complete, safe, operable and
consistent with good engineering practices shall be provided by the contractor at no extra
cost and shall be deemed to have been specified.

These following items are required for LPG import terminal at Haldia :

Sl. No Description Qty Mechanical Data Sheet No.

046-T-1001 A/B
1 (LPG MOUNDED BULLET) 2 B471-046-80-42-DS-3001

For detailed scope of work, refer respective discipline specifications/documents


attached elsewhere in the tender document.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 494 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 13 of 21

2.0 SCOPE OF SUPPLY

2.1 OWNER’S SCOPE OF SUPPLY

Refer to site facilities / GCC / SCC as enclosed elsewhere in the bid package.

2.2 CONTRACTOR’S SCOPE OF SUPPLY

2.2.1 Procurement and supply in sequence and at the appropriate time, all metallic and non
metallic materials, consumables whatsoever required for the complete construction,
fabrication, simultaneous hydrotest of all mounded bullets in single mound, supply of
equipment (tagged/untagged) along with associated piping, instrumentation, structural
platforms, ladders/stairs, supports, associated Civil work, Cathodic Protection, Fire fighting
sprinkler system etc. within the specified battery limits and installation of the complete
system at site shall be in contractor’s scope of supply.
All the materials in Contractor’s scope of supply shall be new and of first quality and shall
be supported with test certificates. Plates and other materials shall be procured meeting
code requirements and tender specifications strictly.

2.2.2 Design / Detailed engineering and other requirements shall be as per respective Discipline
Specification attached in the bid document. The details of facilities to be provided and the
demarcation of scope of work have been marked on the P&ID’s / Process Documents /
Layout attached elsewhere in the tender.

2.2.3 Plates, Forged Flanges, SR nozzle necks and fittings.

2.2.4 All materials for internal piping etc. dome extensions, nozzle necks.

2.2.5 Gaskets and fasteners for manholes and nozzles showing mating flanges.

2.2.6 All materials required for preparation of sand beds, mound, hard stand, soil strengthening,
inspection tunnel/trench, barricades, fences.
Spring supports for Bottom Outlet nozzle (B) including design of the same. Number of
spring supports shall be decided by Vendor / Contractor based on design.

2.2.7 Welding consumables, electrodes and gases.

2.2.8 All materials for surface preparation & primer and finish painting / coating of external and
internal surface.

2.2.9 All cable, electric wire, tubing, junction box, etc. required for instruments and electrical
works within battery limit.

2.2.10 All materials including instruments, electrical cables required for cathodic protection
system.

2.2.11 Radiography films and other consumables etc. for radiography and all other destructive/
non destructive examinations and test.

2.2.12 All materials and tools and tackles required for PWHT of vessels.

2.2.13 All materials required for fire fighting sprinklers system including heat detector, remote
operated deluge valves, spray nozzles, etc. and all material required for fire proofing of the
exposed portion of vessel including piping up to first ROV.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 495 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 14 of 21

2.2.14 All materials for external piping and instruments up to battery limit as per layout and
P&IDs.

2.2.15 Permanent instruments to be mounted on the mounded vessel and elsewhere in the
system.

2.2.16 Cement and reinforcing steel for civil work. Fire proofing material, to be used on mounded
bullet nozzle and bottom outlet upto ROV shall be as per specification enclosed elsewhere
in the tender.

2.2.17 Spares :
A. Mandatory Spares
Contractor / vendor shall supply the followings as mandatory spares required during
operation. Cost of these spares shall be included in the base price. These spares shall
not be used during construction, erection or commissioning.

Sl. No. PART DESCRIPTION QUANTITY REQUIRED


1. Fasteners for Nozzles 100 % of Installed Fasteners

2. Gaskets for Nozzles Two sets for each installed gasket

B. Commissioning Spares
Vendor / contractor shall recommend and provide spare parts required for start-up and
commissioning over and above those specified in requisition and shall form a part of his
lump sum supply. Contractor to furnish the list of the Commissioning spares with offer.
Cost of these spares shall be included in the base price.

2.2.18 Recommended Spares for Normal Operation & Maintenance (NOT to be included in the
Quoted price)

Contractor shall indicate spares for two years normal operation & maintenance (over and
above mandatory & commissioning spares) along with the bid (list and item wise prices to
be given for recommended spares) and the proposal for customer to order the same
separately.

All materials / consumables which are not specifically listed above, but are required
for satisfactory completion of mounded storage vessels and their support bed,
mound and cathodic protection system in all respect in battery limit to make storage
vessel ready for commissioning and for accomplishment for all other work required
as per the instructions of Engineer-In-Charge / Site In-Charge shall be within
contractor’s scope of supply.

2.3 CONTRACTOR’S SCOPE OF WORK

Detailed engineering, preparation of all fabrication drawings/schemes, review/approval of


document from appropriate authorities, procurement of all materials including electrical and
instrumentation, supply, receipt, storage, conservation, preservation and handling of
material at site of all metallic and non-metallic materials and consumables required for
work, transportation of materials, fabrication/construction/erection, assembly, PWHT,
inspection, testing, unloading at site, erection / installation on foundation at site,
simultaneous hydrotest of all mounded bullets in single mound, coating/painting, cathodic

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 496 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 15 of 21

protection etc. including necessary civil work such as sand bed, mound, hard stand, soil
strengthening, tunnel/trenches, foundation, construction of barricading etc., all piping,
electrical, instruments works within battery limit, fire protection system, retaining wall, curb
and mound, insulation, fire proofing, painting etc. Supply of instruments/gauges etc. for
testing, providing all temporary works and equipments for completion, pre-
commissioning/commissioning and mandatory and commissioning spares, supply of
lubricants/chemicals as required, supply of special tools and tackles, final hook-up with
owner facilities, completing all the work in all respects on turn-key basis within the battery
limits as defined in the P&IDs, layout drawing, engineering drawings, EIL
specification/standards etc. and detailed scope of work and supply defined in different
sections of bidding documents and its attachments, pre-commissioning, commissioning,
obtaining applicable statutory approvals, supply of consumables, hardwares etc. deploying
suitable staff, labour, all tools and tackles etc. and system performance guarantee of
mounded storage vessels and associated systems to the entire satisfaction of inspecting
authority and Engineer-in-charge.

- Preparation of all detailed and working drawings for vessels, foundations, corrosion
protection systems including submission of the same for EIL’s review.

- Procurement of all metallic and non-metallic materials and consumables falling under
contractor’s scope of supply.

- Storage, movement and handling of materials at site.

- Construction of sand bed foundation, hard stand, soil strengthening, complete fabrication
of vessel, installation of the vessel on bed, construction of mound over the vessel,
providing all equipment machinery, lifting and erection tools, tackles, temporary structures,
all labours, supervision, etc. required for the vessel.

- Civil Structural works as per specifications, standards etc attached elsewhere in the
tender.

- General civil works as per specifications, standards etc attached elsewhere in the tender.

- Instrumentation works within the battery limit as per specifications, standards etc attached
elsewhere in the tender.

- Carrying out Post Weld Heat Treatment (PWHT) of vessel.

- Carrying out all inspection (stage wise and final), hydrostatic and other test as mentioned
and specified in design code, EIL specifications, including supply of all necessary material,
labour, equipment, supervision etc.

- Fire protection system including design, supply of materials, erection, testing and
commissioning and fire proofing as required shall be as per specifications, standards etc
attached elsewhere in the tender.

- Fabrication, erection, inspection and testing of external piping with supporting


arrangements within battery limit. Scope of work shall be as per specifications, standards
etc attached elsewhere in the tender.

- Electrical work as per specifications, standards etc attached elsewhere in the tender.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 497 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 16 of 21

- Installation/ supply of cathodic protection and coating system as per specifications,


standards etc attached elsewhere in the tender.

- Carrying out all works as per specifications attached with the bid documents.

- Installation / supply of fireproof coatings for connected lines of bullets and ROVs.

- Calibration of vessels including preparation and submission of calibration charts for getting
approval from competent authority / owner as per applicable standards (Latest editions).

- Surface preparation and application / coating of primer / finish paint for external and
internal protection of mounded storage vessels as per specification attached elsewhere in
the tender.

- Construction supervision and management shall be as per specifications attached


elsewhere in the tender.

- Architectural works shall be as per specifications, standards etc attached elsewhere in the
tender.

- Inspection methodology shall be as per specifications, standards etc attached elsewhere in


the tender.

- Procurement, supply and installation of insulation on external piping.

- Final Hook-up for Piping, Electrical and Instruments with owner's facilities at battery limit.

- Obtaining statutory approvals (CCE/PESO, TAG etc) within battery limit including mounded
Bullets. For statutory approval (CCE/PESO, TAG etc) within battery limit, refer respective
discipline specification enclosed elsewhere in the tender.
All statutory approvals including PESO for the complete installation specified in the tender
shall be obtained by bidder.

- Supply of all documents/manuals as per vendor data requirements.

- Accomplishment of all other items of work required to make the storage vessels ready for
commissioning and to the complete satisfaction of Site-in-Charge.

- Pre-commissioning and commissioning.

- All drawings shall be thoroughly checked and duly signed by contractor. Unchecked
drawings and drawings without revisions clearly marked shall not be reviewed. Successive
reviews of the same drawings shall apply only to comments on the previous submission.
Drawings and documents returned to contractor for correction shall be resubmitted to EIL.

- Review of contractor’s drawings and documents shall not relieve the contractor of his
responsibilities to supply equipment as per specification

3.0 GENERAL NOTES

3.1 All possible efforts have been made to establish a link between Standards and
Specifications so that the Contractor has clear cut frame work of guidelines within which
the detailed engineering would be performed by him. Despite this, it may still be required to
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 498 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 17 of 21

apply judgment and reason to certain areas based on experience and sound engineering
practice to achieve desired results.

However, contractor must understand and undertake clearly that it is the sole responsibility
of the Contractor to complete all works in all respect leading to mechanical completion,
commissioning and make the system ready in all respect.

3.2 Deviations are not acceptable in general. However deviation with intent to improve upon
the equipment life or performance may be quoted separately and it shall be EIL/Owner’s
prerogative to accept them or not. Any deviation, which dilutes the specifications or brings
down the quality, is not acceptable at all. Such deviation, if taken, may lead to technical
rejection without any further reference to contractor. For successful contractor, any
deviation at the execution stage, which becomes unavoidable, shall be submitted for
EIL/Owner approval and contractor shall not proceed with such deviation till acceptance of
deviation by EIL/Owner. Time taken/delay, if any, in processing of the deviation permit or
its rejection shall be solely to contractor’s account.

3.3 In the event of conflict between various documents, the following order of precedence shall
govern:

a. Statutory requirements.
b. Equipment datasheets.
c. Specification of various discipline
d. Specifications/standards as listed in the Specification of various discipline
e. Codes & standards.

As a rule most stringent shall govern.

3.4 Contractor or the vendor performing fabrication of the same must comply with all
requirements of Bid document. Documentary proof/details must be submitted and
approved by EIL/Owner before proceeding with the job. In case design and fabrication is
performed by different agencies, separate details for both agencies shall be submitted for
EIL/Owner’s approval.

3.5 After award of contract, contractor shall arrange kick off meeting with the following agenda:

a. Selection of sub-vendor(s) for fabrication of equipment’s along with details of sub-


vendor(s).
b. Review & finalization of master document schedule.
c. Any clarification on the data sheets & specification enclosed in Bid package.

3.6 Documents submitted by contractor for review/information shall be strictly as per vendor
data requirement.

Complete list of drawings/documents with submission date must be submitted within 15


days after award of contract. Contractor must adhere to the following order of submission
of documents/drawings.

a. Master document index with schedule of submissions.


b. Requisition (After placement of order).
c. Detailed General Arrangement/fabrication drawings / other document as per
respective discipline specification.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 499 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 18 of 21

3.7 Quality & Inspection plan of contractor shall comply with all requirements as specified by
Inspection elsewhere in Bid package. In addition to the above requirements following
minimum requirements must also be complied by contractor:
a. Inspection must be carried out only after drawings are reviewed in code-2 by
EIL/Owner.
b. Inspection plan must specify various stages of inspection. Comments of EIL/Owner
on inspection plan shall be complied with by contractor without time and cost
implication.
c. Material requisition must contain chapter on inspection plan specify all minimum
requirements of inspection including above mentioned requirements.

4.0 MANDATORY REQUIREMENTS

1. All Vessels shall be inspected by TPIA as Indicated in the tender. Fabrication shall not
commence before their approval except as noted at SI. No. 2 & 3.

2. Raw material procurement may proceed prior to approval of contractor's drawings on the
basis of contract.
3. Shell rolling/welding and dished - head fabrication shall commence without awaiting
fabrication drawing approval.

4. If any discrepancy is found during fabrication stages, the contractor shall inform ElL
immediately and shall obtain necessary clarification/approval before proceeding with that
portion of the job any further.

ElL's review of contractor's drawings and documents must not be considered as a check
and shall not relieve the contractor of his responsibilities to supply equipment as per
requisition. Contractor shall remain responsible for conflicts between his
drawings/documents and ElL drawings/documents.

5. English language and metric units shall be used in all documents. Drawings shall be
prepared in prescribed sizes as standardised by bureau of Indian standards (BIS) and shall
be preferably in the sizes such as 210 x 297, 297 x 420, 420 x 597, 597 x 841, 841 x 1189
mm.

6. All contractor's drawings submitted to ElL shall be based on contract documents and shall
bear reference number and revision of the corresponding ElL drawings. In addition, it shall
indicate item number, client's name, project name, fabricator's name, contract number,
drawing number, revision number etc. all in the lower right hand corner. All revisions shall
be clearly marked by encircling with revision marks.

7. Submission of required drawings/documents shall be the responsibility of contractor. In the


event of contractor's failure to meet this requirement, the supply of equipment shall be
considered as incomplete.

8. Drawing index shall be prepared for each item giving serial number, description of drawing,
drawing number and revision number. Updated index shall be forwarded along with each
submission.

9. All drawings shall be thoroughly checked and duly signed by contractor. Unchecked
drawings and drawings without revisions clearly marked shall be returned without review.
Successive review of the same contractor's drawing shall apply only to ElL's latest data
sheet/comments on the previous revision. Drawings and documents returned to contractor
for revision shall be resubmitted preferably within ten days a receipt.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 500 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 19 of 21

10. It shall be the sole responsibility of the contractor to co-ordinate with his sub vendors. Sub-
vendor’s documents/drawings shall not be submitted to EIL/Owner directly. These must be
reviewed and signed by the contractor prior to submission to EIL/Owner. All sub-vendor’s
queries/correspondence must be forwarded to EIL/Owner only through the contractor.

11. All purchase requisitions issued to its sub-vendors by the contractor shall be reviewed by
EIL/Owner. It shall be contractor’s responsibility to take care of all comments raised by
EIL/Owner.

12. Process conditions and performance requirements for various equipments of this unit are
specified in respective datasheets for these equipments attached elsewhere in this bid
package. The contractor shall be solely responsible for performance as specified in these
specifications, general terms and conditions.

13. Contractor shall be solely responsible for the installation of the complete system at site.
Any facilities required and coordination with various sub-vendors shall be contractor’s
responsibility. Complete unit after installation shall be reviewed by EIL. Any comments
given by EIL during and/or after installation shall be taken care of by the contractor.

14. It is mandatory that all equipments, machines and bulk materials are procured only from
approved vendors. In case vendor list of a particular item is not available, the Contractor
shall specifically seek approval on the proposed list of vendors.

15. Dimensions of flanges 24” NB and below shall be as per ASME B16.5 and dimension of
flanges above 24" NB shall be as per ASMEI B16.47 series B unless otherwise stated.

16. All drawings submitted to EIL shall indicate item number, client name, project name,
vendor’s name, purchase order number/purchase requisition number, revision number etc.,
all in the lower right hand corner. All revisions shall be clearly marked by encircling with
revision marks.

Note: All fabrication drawings shall be made TO THE SCALE.

17. Fabrication drawings shall be submitted in following stages:

Stage-I

- Fabrication/installation/ testing/ PWHT procedure.

- Drawing for foundation, soil strengthening, hard stand and other civil work.

- General arrangement drawing indicating design data, fabricated equipment's


weight, general notes, nozzle schedule, detail of shell, heads, supporting
arrangement, main weld seams and nozzle orientation plan.

- Detail of all nozzles, manholes, accessories etc.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 501 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 20 of 21

- Drawing for external piping.


- Details of Cathodic Protection system.

- Bill of material for each item showing part size, quantity, material specification,
scope of supply and weight etc.

Stage-II

- Detail of internals.

- Detail of external clips for ladder, platform, pipe support, insulation, fire proofing,
pipe davit, lifting lugs etc.

- Shell development drawing incorporating all attachments and weld seams.

- Bill of material for each item showing part size, quantity, material specification,
scope of supply and weight etc.

- Details of Electricals and Instrumentation works.

- Details of Mercaptan dosing piping & instrumentation.

18. After receipt of order, contractor shall submit to EIL, the planning of fabrication which shall
indicate the details and scheduled date of:

- Sub orders.

- Purchase of materials such as plates, pipes, forged flanges, bolting, gaskets, and
other bought out items, accessories and instruments.

- Start of construction of foundation and civil work.

- Start of fabrication of dished ends and shell, welding of shell and heads.

- Welding of nozzles and external attachments such as cleats etc.

- Phased programme of shop/site fabrication of equipment section, assembly,


erection, PWHT, testing etc.

- Phased programme for supply, installation, erection, testing etc. of Piping,


Electrical, instruments and other associated systems.
This planning shall be established to extend from purchasing of equipment
components to the end of completion, final commissioning/acceptance of system.

- All drawings shall be drawn in AUTOCAD R-14 or above. No hand drawn drawings
shall be accepted. All residual calculations shall be computerized.

- Documents and letters shall be furnished in electronic format. The software used
shall be as follows.

a) MS OFFICE 97 or above

b) ADOBE ACROBAT 4.0 & ABOVE

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 502 of 4396


SCOPE OF WORK AND SUPPLY DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SOW-6001
(STATIC AND MACHINERY
EQUIPMENT) Rev. B
Page 21 of 21

5.0 INSPECTION

The procurement of all materials including bought out components, stage wise and final
inspection of mounded bullets & its components including testing & commissioning shall be
carried out by the Third Party Inspection Agency (TPIA). For, list of approved TPIA, refer
commercial documents. Charges for TPIA shall be borne by the contractor. Bidder shall quote
price accordingly.
The bidder shall propose third party inspection agency (for inspection of mechanical works of
bullets at site) along with credentials, including PESO approved inspector. Same will be reviewed
and accepted by M/s GAIL/ EIL. Charges for TPIA are to be included in quoted price by the
bidder. Inspection of mechanical works for mounded bullets shall be approved by PESO inspector
(a person included in TPIA) at site.
For other inspection requirements, refer requirements specified elsewhere in the tender
documents.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 503 of 4396


DOCUMENT NO.
JOB SPECIFICATION FOR B471-046-80-42-SP-6001
MOUNDED BULLETS Rev A
(STATIC EQUIPMENT)
Page 1 of 6

JOB SPECIFICATION
FOR
MOUNDED BULLETS
(STATIC AND MACHINERY EQUIPMENT)

TENDER: B471-046-80-42-MA-T-6001

PROJECT : SETTING UP OF TWO LPG BULLETS AT


GANDHAR LPG PLANT PREMISES

CLIENT : M/s GAIL (INDIA) LTD

EPCM : M/s ENGINEERS INDIA LTD.

JOB NO. : B471

A 14.01.2022 ISSUED FOR TENDER CK/BD PKP TK


Rev. Prepared Checked
Date Purpose Approved by
No by by

Template No-5-0000-0001-T1 Rev1 Copyright EIL – All rights reserved

Page 504 of 4396


DOCUMENT NO.
JOB SPECIFICATION FOR
MOUNDED BULLETS B471-046-80-42-SP-6001
(STATIC EQUIPMENT) Rev A
Page 2 of 6

1.0 SCOPE

1.1 This technical specification covers additional requirements for fusion welded mounded
bullets in carbon steel used for bulk storage of LPG at Gandhar LPG plant premises of
M/s GAIL (INDIA) LTD.

1.2 It is intended to supplement to General Specification for Pressure Vessels (6-12-0001)


along with Supplementary Specification for Carbon Steel Vessel (6-12-0002) in their
latest revision and Scope of works & Supply B471-046-80-42-SOW-6001.

2.0 REFERENCES/ DESIGN CODES

Following codes in their latest edition including their addenda at the time of bidding
shall form the basis of material procurement, fabrication, inspection, testing and
acceptance of equipment.

ASME Sec. VIII Div.2 - Rules for Construction of Pressure Vessels


(Alternative Rules)

OISD STD – 150 - Design and Safety requirements for LPG mounded
Storage facility

ASME SEC II - Material Specification

ASME SEC V - Non – Destructive Examination

ASME SEC IX - Welding Procedure & Welder’s Qualification

ASTM - American Society of Testing & Materials

NACE MR 0103 - Materials Resistant to Sulfide Stress Cracking in


Corrosive Petroleum Refining Environments

All Codes referred to in various general specifications, and not included above, also
Form a part of this specification; latest editions apply.

3.0 ENGINEERING:

3.1 Equipment shall be fabricated, inspected, tested, simultaneous hydrotest of all


mounded bullets in single mound & supplied in accordance with the specifications and
standards as mentioned, but not limited to, in the list of attachment of this tender.

3.2 Engineering drawings which include material specifications, principal dimensions,


minimum thickness of major components, general requirements, codes, etc. shall be
furnished by ElL

3.3 It shall be Contractor's responsibility to furnish all necessary documents as given


below, but not limited to, along with documents as stipulated in ElL's specification 6 -
12-0001 and 6-12-0002.

a) List of components to be fabricated at site and activities which shall be


performed at site. Procedure for assembly / erection / installation, simultaneous
hydrotest of all mounded bullets in single mound / testing on sand bed.

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 505 of 4396


DOCUMENT NO.
JOB SPECIFICATION FOR
MOUNDED BULLETS B471-046-80-42-SP-6001
(STATIC EQUIPMENT) Rev A
Page 3 of 6

b) Design of lifting lugs and checking of bullet stability during erection /


installation.

c) Weld-map of complete bullet and chart showing code / specification inspection /


test requirement at various stages of fabrication and testing on each type of
welds.

d) Procedure for post welds heat treatment.

e) Measurement and record of settlement during hydrotest / construction.

f) Procedure / sequence of application of corrosion protective coating material


and spark test.

g) Procedure for installation, maintenance and operation manual for cathodic


protection.

h) Procedure for preparation of sand bed foundation & mound for erection /
installation on foundation at site.

3.4 All longitudinal welds of cylindrical shell shall be oriented in such a way that they are
away from support bed to allow for accessibility for inspection during hydro-test on
foundation.

3.5 Each manhole shall have a permanent ladder up to the bottom of the bullet.

4.0 MATERIALS

All materials whatsoever required for the fabrication, supply of equipment, inspection &
testing, installation at site (including sand bed / foundation) shall be in contractor’s
scope of supply. All the materials shall be new and of first quality and shall be
supported with test certificates.

5.0 FABRICATION

a) Contractor may bring pre-fabricated sections of shell and dish-end from


his shop and use fabrication yard for making required diameter segments
which will be transported to site for further assembly and Welding. Rolling
of plates is allowed at Site / Fabrication yard.

b) The bullet(s) shall be completed, before installation on foundation, including


anti-corrosion coating. A final load test, with all bullets in single mound full of
water, shall be carried out on the foundation at site.

c) It shall be contractor's responsibility to conduct route survey up to the project


site and inside the project site to assess the transportation constraints. No. of
shell sections / joints shall be firmed up on the basis of transport constraints
between fabrication yard & actual site of installation of mounded bullets.

In case final circumferential weld(s) is to be carried out on the foundation, anti


corrosion coating on all surfaces including welds covered by sand pad shall be
carried out prior to installation on foundation while all exposed welds shall be
coated after hydrostatic and magnetic particle tests.

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 506 of 4396


DOCUMENT NO.
JOB SPECIFICATION FOR
MOUNDED BULLETS B471-046-80-42-SP-6001
(STATIC EQUIPMENT) Rev A
Page 4 of 6

d) Procedure for weld, installation/erection, PWHT, hydrotest shall be developed


by the Contractor and submitted to EIL for approval.

e) If any discrepancy is found during design and fabrication stages, the contractor
shall inform EIL immediately and shall obtain necessary clarification/approval
before proceeding with that portion of the job any further.

5.1 Production Weld Test

Production weld tests shall be applicable for all the mounded bullets irrespective of
thickness.

5.1.1 No. of production test coupons and tests on them shall be as stipulated in EIL
Specification 6-12-0002 and Design Code. As a general rule, the most stringent
requirements shall govern.

6.0 INSPECTION AND TESTING

6.1 General

The materials, fabrication and testing shall be open to inspection by the authorised
inspector in addition to any inspection required by the specified code/specifications or
by local authorities having jurisdiction over the installation.

Inspection shall be carried out both during fabrication and before installation and also
for sub-ordered materials, if any. In addition to final inspection and certification by
inspector; during the course of manufacture, authorised inspector's written approval
shall be obtained by the vendor at all stages of job execution.

The presence of the authorised inspectors shall not modify or reduce the obligation of
the vendor to carry out his own tests and control. Should any material and/or
equipment be found not in compliance with the requirements specified, the authorised
inspectors or their delegates shall be entitled to reject them, even if such non
compliance has not been evidenced in the course of inspection and/or tests.

The supplier shall notify the authorised inspector sufficiently in advance of any
fabricating operations to permit him to arrive at the vendor's shop in time to witness the
operations.

The supplier shall provide to the authorised inspector, free access to his shop / sites at
all times. He shall also supply all tools and tackles to the authorised inspector for
carrying out the inspection. The supplier shall also arrange for similar facilities at his
sub-contractor's shops.

The supplier must satisfy the authorised inspector that the welding procedures,
welders, electrodes, fluxes, welding wires etc. are in accordance with the requirements
of the relevant codes. Further the welder's qualification tests must be carried out in the
presence of the authorised inspector.

6.2 Wherever DPT is mentioned in EIL specification and design code MPT shall be
employed. All MPT shall be wet fluorescent type.
6.3 Weld edges of plates shall receive 100% MPT over a width of 50 mm on either side of
plates for lamination control.

6.4 All butt welds in bullets including stiffener welds shall be 100% radiographed.

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 507 of 4396


DOCUMENT NO.
JOB SPECIFICATION FOR
MOUNDED BULLETS B471-046-80-42-SP-6001
(STATIC EQUIPMENT) Rev A
Page 5 of 6

6.5 100% wet fluorescent MP test shall be carried out on inside and outside surface of all
pressure containing welds (both butt and fillet welds), shell to stiffener ring welds,
flange to web weld of stiffening ring and nozzle welds etc. after PWHT.

6.6 All bullets in a single mound at site shall be hydrotested simultaneously and the
water in the bullets shall be retained for long enough time to ensure complete
settlement.

6.7 All circumferential welds located in the lower 1200 of sand bed shall undergo 100%
ultrasonic examination after hydrostatic test.

6.8 After hydrostatic pressure test (HPT) all welds except as indicated in 6.5 above shall
be subjected to 100% MPT on all welds on inner surface and also on outer surface of
all accessible welds.

6.9 Hardness survey shall be carried out at every 2500mm distance after final PWHT and
shall include all welds mentioned in cl. 6.4 above. Hardness in parent metals,
HAZ/Weld of production test coupon and on actual weld of bullets shall not be more
than 200 BHN.

6.10 Impact test value of production test coupon shall meet the requirement of Design Code
for minimum design metal temperature.

7.0 EXTERNAL CORROSION PROTECTION

The foundation and the mound shall be regarded as a potentially corrosive


environment. A heavy duty corrosion protection system shall be installed, consisting of
a coating and cathodic protection.

7.1 External Coating

7.1.1 The coating shall be applied in accordance with ElL MDS (Mechanical Data Sheet),
Specifications attached with bidding document.

7.1.2 The applied coating shall be fully tested for the absence of holidays using a low
voltage holiday/pinhole detection test.

7.1.3 The contractor shall develop the procedure of handling of coated bullets so that
coating does not get damaged during moving / lifting / backfilling, etc. If during
handling any damage is incurred, this shall be duly repaired by the contractor.

7.2 Cathodic Protection

Cathodic protection system shall be designed and installed as per ElL Specification
attached along with the bidding document.

7.3 Internal Coating

7.3.1 The coating shall be applied to the inner side of bullets in accordance with ElL
Specifications attached with bidding document.

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 508 of 4396


DOCUMENT NO.
JOB SPECIFICATION FOR
MOUNDED BULLETS B471-046-80-42-SP-6001
(STATIC EQUIPMENT) Rev A
Page 6 of 6

8.0 FOUNDATION, MOUND AND SETTLEMENT

Because of critical relationship between the foundation and bullet design it is


responsibility of the contractor to construct sand-bed/foundation in strict adherence to
EIL specification/drawing attached with bidding document.

8.1.1 Trenches required for local PWHT, erection and welding of closing seams should be
carefully backfilled with the sand and fully compacted.

8.1.2 Bullets shall be always lifted onto the foundation and never rolled.

8.2 Mound

After hydrotest all bullets shall be covered with compact sand, sandy loom, soil, etc. as
per EIL specification and drawing.

8.3 Settlement Monitoring

During construction period, preload period and hydrotest period, settlement (total and
differential both) shall be monitored and recorded to allow for foundation design
verification.

8.3.1 Permanent reference point shall be installed / identified on top of bullets to monitor
bullet settlements. Maximum spacing of these reference points shall be approximately
two times bullets diameter. A minimum of four reference points shall be installed to
identify possible bullets bending (i.e. two near bullet ends and one in the middle).

8.3.2 During hydrotest the settlement shall be observed for different fills (0, 25, 50, 75 and
100% filling) of water and after 48 hours with bullets completely filled. The settlement
rate during this testing period must diminish with time otherwise there would be a
danger of instability. If the latter would be the case, the contractor shall immediately
inform EIL.

8.3.3 Loading stages, loading rate, retention period, rate of unloading and recording. of
settlement and acceptance criteria shall be as covered elsewhere in the tender.

8.3.4 Predicted settlement shall be compared with actual settlement. It is responsibility of


the contractor to inform these settlements to EIL.

8.3.5 During the operational lifetime also, the bullet settlements shall be monitored
periodically and result shall be compared with predicted settlements.

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 509 of 4396


SITE FACILITIES DOCUMENT No
FOR MOUNDED BULLETS B471-046-80-42-SP-6002
Rev. A
(STATIC EQUIPMENT) Page 1 of 3

SITE FACILITIES
FOR
MOUNDED BULLETS
(STATIC AND MACHINERY EQUIPMENT)

TENDER: B471-046-80-42-MA-T-6001

PROJECT : SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG


PLANT PREMISES

CLIENT : M/s GAIL (INDIA) LTD

EPCM : M/s ENGINEERS INDIA LTD.

JOB NO. : B471

A 14.01.2022 ISSUED FOR TENDER CK/BD PKP TK


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 510 of 4396


DOCUMENT No
SITE FACILITIES
FOR MOUNDED BULLETS B471-046-80-42-SP-6002
(STATIC EQUIPMENT) Rev. A
Page 2 of 3

SITE FACILITIES

A) LAND/SHOP FACILITIES

Land of suitable size inside the plant premises (Refer Overall plot plan) for
prefabrication/ fabrication of mounded bullets and other components, shall be made
available by Owner.

Contractor to submit detailed proposal along with the offer details of


shop/temporary shop where mounded bullets prefabrication/fabrication shall be
carried out. Details shall include shop size, shop facilities keeping in view
quantum of present job.

B) TRANSPORTATION

It shall be the responsibility of Contractor to undertake route survey, arrange and


provide all loading/unloading facilities, transportation of bullet sections/segments
from vendor’s shop to fabrication yard and from fabrication yard to site/mound
inside the petrochemical complex including crane(s), labour etc. Contractor shall
conduct complete survey and shall strengthen all weak areas. Contractor shall
remove and restore (after completion of fabrication work/transportation of mounded
bullets) all route hindrances to facilitate transportation of bullet
sections/segments to fabrication yard and further transportation of bullets/bullet
segments/sections from fabrication yard to site/mound. Quoted price shall include
all charges towards all activities not specifically mentioned but required to
transport the bullet sections/segments from vendor’s shop to site/fabrication yard
inside the plant. Contractor shall submit transportation scheme along with the offer.

Contractor shall carry out complete route survey taking into account the overall
dimensions of Bullet sections from Vendor’s shop to fabrication yard and within site.
It is the responsibility of the contractor to obtain approval (as applicable) from
various statutory bodies such as follows for the movement of the consignment. The
list may include but not limited to following:-

Electricity Board
Railways
P.W.D.
Local Authorities
Mercantile Marine Dept.
Irrigation authorities
Environment authorities

C) STORAGE

No storage of bullet sections is envisaged in the installation area. The


bullet sections shall be placed on the prepared sand bed.

D) HARD STAND

Hard stand required for erection area and loading / unloading area is in
Contractor's scope.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 511 of 4396


DOCUMENT No
SITE FACILITIES
FOR MOUNDED BULLETS B471-046-80-42-SP-6002
(STATIC EQUIPMENT) Rev. A
Page 3 of 3

E) ERECTION

Erection of bullets on prepared sand bed shall be in Contractor's scope


using suitable capacity crane supplied by Contractor. All lifting tools & tackles
of appropriate capacity shall be in Contractor's scope.

Contractor shall submit erection scheme along with the offer as specified else
where in the tender.

F) WATER

As per the commercial terms & conditions provided elsewhere in the tender.

Water filling and water draining arrangements shall be done by the Contractor,
as directed by Engineer-in-Charge.

G) POWER

As per the commercial terms & conditions provided elsewhere in the tender.

H) PRE-COMMISSIONING AND COMMISSIONING

Refer Pre-commissioning & Commissioning Guidelines for Mounded Bullets


attached elsewhere in the requisition.

I) CRANE

i) Minimum numbers of crawler cranes of adequate capacity shall be mobilized.

ii) Crane capacity shall be decided by Bidder/Contractor.

J) GENERAL

i). Contractor shall establish his site office required for completion of job
as specified in the tender document.

ii). Arranging and assembly of crane, load test, dismantling of crane


and clearing the area are included in Contractor's scope of work.

K) CONFLICT

In case of conflict between this specification and GCC / SCC, later shall govern.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 512 of 4396


DOCUMENT NO.
TECHNICAL CHECK LIST
B471-80-42-TCL-6001
(STATIC EQUIPMENT)
Rev B
Page 1 of 5

TECHNICAL CHECK LIST


(STATIC EQUIPMENT)
TENDER : B471-046-80-42-MA-T-6001

PROJECT : SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG


PLANT PREMISES

CLIENT : M/s GAIL (INDIA) LTD

EPCM : M/s ENGINEERS INDIA LTD.

JOB NO. : B471

B 08.02.2022 ISSUED FOR TENDER CK/BD PKP TK

A 14.01.2022 ISSUED FOR TENDER CK/BD PKP TK


Rev. Prepared Checked
Date Purpose Approved by
No by by

Template No-5-0000-0001-T1 Rev1 Copyright EIL – All rights reserved

Page 513 of 4396


DOCUMENT NO.
TECHNICAL CHECK LIST
(STATIC EQUIPMENT) B471-80-42-TCL-6001
Rev B
Page 2 of 5

1.0 TECHNICAL MEMORANDUM.

THE CONTRACTOR MUST CONFIRM CATEGORICALLY / ANSWER SPECIFICALLY THE


FOLLOWING POINTS FAILING WHICH HIS OFFER IS LIABLE TO BE REJECTED.

Query Bidder’s Confirmation

1. Confirm that all items/works as per bid document has been


quoted.

2. Confirm that the scope of supply and scope of work is exactly


as per requirements of bid document.

3. Confirm that:

a. The shape of dished end, crown radius, Knuckle


Radius, straight face and overall height shall be as
per engineering drawing.

b. Minimum thickness of shell and dished end shall be


achieved taking into account thinning and scaling etc.

c. Nos. & Details of stiffeners shall be as indicated in


Engineering drawing.

4. Confirm that:

a. Wherever hot forming and subsequent heat treatment


is involved, adopted procedure shall not impair the
mechanical properties of the material beyond the
limits specified in respective material specification.

b. For low temperature equipment and hot formed parts,


number of production coupons and the tests thereon
shall be as per applicable code / specification.

5. Confirm that all non destructive testing like radiography,


ultrasonic testing, magnetic particle/dye penetrant
examination etc. shall be conducted as per requirement of
tender document.

6. Confirm that:

i) A detailed procedure for site fabrication, assembly,


erection, post weld heat treatment, testing etc. including
welding procedures and qualifications shall be
submitted to the inspecting authority by the contractor.

ii) All site work including compaction of ground, equipment


assembly, welding, radiography, post weld heat
treatment, testing etc. shall be in contractor's scope and

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 514 of 4396


DOCUMENT NO.
TECHNICAL CHECK LIST
(STATIC EQUIPMENT) B471-80-42-TCL-6001
Rev B
Page 3 of 5

Query Bidder’s Confirmation


shall be executed by contractor's personnel. Cranes,
tools, tackles, consumables, devices for inspection and
testing etc. shall also be in bidder's scope.

7. Contractor shall note and confirm the following:

a. The quoted price includes for the “Holds ”details of


which are indicated on the drg.

b. The weights indicated on EIL engineering drawings


are approximate and shall not form the basis for offer.

c. Workmanship and materials in contractor’s scope


of supply shall be guaranteed.

8. Confirm compliance with following EIL specifications for


quality of materials in contractor's scope of supply:

a. Standard specification for Boiler Quality Carbon Steel


Plates (6-12-0011)
b. Job specification

9. Contractor shall confirm that dished ends and hot formed


pressure parts shall have 10% or 2mm (whichever is higher)
allowance for scaling and thinning, in order to achieve
minimum thickness specified on the drawing.

10. Confirm guarantee for the following:

a) Materials and supplies


b) Workmanship for construction/fabrication/ installation
c) Satisfactory performance and system completeness.

11. Confirm that following details/information are furnished /


attached along with the offer.

a) Scheme of fabrication/erection / testing including


hydrotest & PWHT of mounded LPG storage bullets as
envisaged in the bid document.

b) Past experience record of contractor along with


references/other necessary documents for meeting the
qualifying requirements as per NIT / Bid document.

c) MOU with Equipment Fabricator and CP system


CONTRACTOR (as applicable) to cover the guarantee
of equipment.

12. Contractor to note that work or part of it, as permitted in

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 515 of 4396


DOCUMENT NO.
TECHNICAL CHECK LIST
(STATIC EQUIPMENT) B471-80-42-TCL-6001
Rev B
Page 4 of 5

Query Bidder’s Confirmation


tender, can be contracted, only to agencies approved by EIL/
GAIL. Approval from EIL/GAIL shall be taken prior to
contracting any work.

13. Contractor shall get himself familiar with site conditions,


approach to mounded storage area constraints etc. before
quoting.

14. Contractor to note that all statutory approvals including PESO


for the complete installation specified in the tender shall be
obtained by bidder.
Confirm that quoted price includes approval of drawings,
documents, stage wise inspection and final certification of
equipment from PESO Nagpur. Please note that getting
approval from PESO is the sole responsibility of bidder.
Quoted price also includes obtaining all statutory approval
within battery limit.

15. Confirm that price for special tools & tackles, if any, and
mandatory spares and commissioning spares (as
recommended by bidder) as per B471-046-80-42-SOW-6001
have been included in the base offer.

16. Confirm that technical compliance format B471-00-046-19-41-


TC01 (construction division) is duly filled and attached with the
bid.

17. Confirm that the contractor shall provide Material


certificate in accordance with Type 3.2 as per EN10204.

18. Bidder to confirm coordination with EIL/GAIL and statutory


authorities for arranging necessary approvals.
(Finite Element Analysis Report of mounded bullet shall be
provided to successful bidder to arrange statutory approval.)

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 516 of 4396


DOCUMENT NO.
TECHNICAL CHECK LIST
(STATIC EQUIPMENT) B471-80-42-TCL-6001
Rev B
Page 5 of 5

BIDDER:

NAME & SIGNATURE :

STAMP :

Template No 5-0000-0001-T2 Rev1 Copyright EIL – All rights reserved

Page 517 of 4396


Document No.
VENDOR DATA REQUIREMENTS B471-046-80-42-VDR-6001
FOR Rev. A
MOUNDED BULLETS-COMPOSITE TENDER Page 1 of 5

VENDOR DATA REQUIREMENTS


FOR
MOUNDED BULLETS-COMPOSITE TENDER

A 15-JAN-2022 Issued for tender BD/MB RRS/T TK


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

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

Page 518 of 4396


Document No.
VENDOR DATA REQUIREMENTS B471-046-80-42-VDR-6001
FOR Rev. A
MOUNDED BULLETS-COMPOSITE TENDER Page 2 of 5

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. DEVIATION LIST
2. SUPPORTING DOCUMENTATION & PTR
FORMATS/REFERENCE LIST TOWARDS
MEETING THE PUBLISHED BQC
3. TECHNICAL MEMORANDUM / TECHNICAL
COMPLIANCE STATEMENT, DULY FILLED
IN, SIGNED & STAMPED
4. GENERAL ARRANGEMENT DRAWING
INDICATING DESIGN DATA FABRICATED
EQUIPMENT WEIGHT, GENERAL NOTES,
NOZZLE SCHEDULE, DETAIL OF SHELL,
HEADS, SUPPORTING ARRANGEMENT,
MAIN WELD SEAMS, NOZZLE ORIENTATION
PLAN, CUTTING LAYOUT ETC.
5. DETAIL OF NOZZLES, MANHOLES,
ACCESSORIES ETC
6. DETAIL OF EXTERNAL CLIPS SUCH AS
LADDER, PLATFORM, PIPE SUPPORT.
7. DETAIL OF INSULATION, FIRE PROOFING
8. DETAIL OF LIFTING LUG, TRUNION AND
TAILING LUG ETC.
9. DETAIL OF FOAM SYSTEM Duration of
Submission 6-8
Weeks.
10. INFORMATION ON ALL BOUGHT OUT
COMPONENTS I.E VENDORS, SIZE, MODEL Duration of
NO, CATALOGUES, INSTALLATION & Submission 8-10
OPERATING MANUEL, DRAWINGS AND Weeks.
CALCULATIONS AS APPLICABLE.
11. SHELL DEVELOPMENT DRAWINGS
INCORPORATING ALL ATTACHMENTS AND
WELD SEAMS
12. CERTIFIED 'AS BUILT' DRAWINGS
INCORPORATING ACTUAL DIMENSIONS
AND MATERIAL USED, DULY CERTIFIED BY
THE INSPECTOR
13. DATA FOLDER AS PER SPECIFICATION
14. INSPECTION AND TESTING PLAN @
15. WELDING PROCEDURES AND
QUALIFICATION TEST REPORTS @
16. DESTRUCTIVE AND NON-DESTRUCTIVE
TEST REPORTS @
17. MATERIAL TEST CERTIFICATES @

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

Page 519 of 4396


Document No.
VENDOR DATA REQUIREMENTS B471-046-80-42-VDR-6001
FOR Rev. A
MOUNDED BULLETS-COMPOSITE TENDER Page 3 of 5

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
18. RADIOGRAPHIC EXAMINATION REPORTS
WITH FILMS @
19. HEAT TREATMENT PROCEDURE AND TIME
TEMPERATURE CHARTS @
20. CODE CERTIFICATES (INCLUDING
INSPECTION CERTIFICATE, HYDROSTATIC
TEST CERTIFICATE, LOCAL CODE
REQUIREMENTS, RUBBING OF CODE
STAMP AND NAME PLATE ETC.) @
21. PACKING AND FORWARDING
INSTRUCTIONS @
22. LIST OF SPARES INCLUDING MANDATORY Duration of
Submission 6-8
SPARES Weeks.
23. FABRICATION SCHEDULE Duration of
Submission 2-3
Weeks.
24. VENDOR'S QUALITY ASSURANCE
PRACTICES
25. APPROVAL CERTIFICATES FROM After completion.
STATUTORY AUTHORITIES

DOCUMENTS/ DRAWINGS FOR OWNERS/ PMCS REVIEW

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Drawing submission schedule
2. Purchase requisition for all Rotating
Equipments consisting of filled in Equipment
Data Sheet along with performance curves,
equipment specific Deviation List, equipment
Manufacturers latest Catalogue, filled in
Experience Record Proforma/ Equipment
Manufacturers general reference list & List of
Insurance / Mandatory Spares.
3. General Arrangement Drawing, Cross-sectional
drawings with bill of materials & Schematic
drawing / P&ID
4. Combined General Arrangement drawing for
each Skid showing the driver, driven equipment
and other auxiliary Equipment
5. Plot plan showing layout of all skids, elevations,
column Locations, access and maintenance
space and Crane size
(For multi skid equipment packages)
6. P & I Diagram with bill of material for process
fluid, lube oil system, seal oil system nitrogen,
instrument air, cooling water, steam systems
etc. for the complete package
7. Utility consumption list (start up, normal
operation &shutdown)

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

Page 520 of 4396


Document No.
VENDOR DATA REQUIREMENTS B471-046-80-42-VDR-6001
FOR Rev. A
MOUNDED BULLETS-COMPOSITE TENDER Page 4 of 5

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
8. All Other drawings/data as specified in API and
related Process Licensors /EIL Standard
Specifications
9. PURCHASE REQUISITIONS

Purchase Requisitions (except for maintenance


equipment) containing:
a) Vendors scope of supply / work
b) Duly filled in equipment data sheets
(approved copy)
c) Performance curves (approved copy)
d) List of Agreed Deviations (approved copy)
e) List of Mandatory / Insurance spares
(approved copy)
f) List of Commissioning spares
g) List of Special tools / tackles
h) Completely filled in Experience record format
(approved copy)
i) Detailed Vendor Data Requirement (i.e. GA
drawing; C/S drawing; Layout drawing, P&ID
etc.)
10. FINAL DOCUMENTATION
Mechanical Catalogue containing the following:
i)All certified as built documents as stated
above
ii)All inspection & test records
iii)Operation and maintenance manuals
iv)Spare parts manual
v)List of Tools & Tackles
vi)Manufacturers Catalogue for various
instruments and accessories.
11. The contractor shall submit the following
document for final selected vendor for all the
SME (RE) equipment's tendered for the
contractor supply.
A) Rotating Equipment:
1) Filled in Equipment Data Sheet along with
performance curves
2) Filled in Experience Record
Proforma/Equipment Manufacturers general
reference list
3) Approved process data sheet/Process
package along with the above documents.
4) Vendor catalogue along with model
description etc.

The vendor shall be approved by EIL based on


the above documents in form of PTR

CP BLOCKS

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

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

Page 521 of 4396


Document No.
VENDOR DATA REQUIREMENTS B471-046-80-42-VDR-6001
FOR Rev. A
MOUNDED BULLETS-COMPOSITE TENDER Page 5 of 5

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
2. Filled in Technical Confirmation list and letter of
waiver (Doc B471-046-80-42-TCL-6001A)
3. Filled in Mechanical Data Sheet
4. GA Drawings and cross-section drawings of
individual parts showing major dimensions and
MOC with individual equipment weight, wheel
load & rail fixing details.
5. List of Commissioning Spares
6. Quality Assurance Plan (QAP) @

7. Inspection Test Reports as per QAP @

8. Installation, operation & maintenance manuals


containing all certified drawings & documents.

Notes :
1. "TICK" denotes applicability
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. Refer - 6-78-0001: Specification for quality management system from Bidders.
4. Refer - 6-78-0002: Specification for documentation requirements from Contractors.
5. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
6. Bill of Material shall form part of the respective drawing.
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. Electrical
9. Instrumentation
10. General Civil
11. Piping
12. "@" indicates submission of inspection related documents (e.g. ITP / QAP / WPS - PQR etc.) directly to the
concerned Inspection Agency.
13. All post order documents shall be submitted / approved through EIL V-portal.
14. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL V-Portal.

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

Page 522 of 4396


JOB SPECIFICATION DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SP-6001A
(STATIC AND MACHINERY
EQUIPMENT-PE) Rev. A
Page 1 of 3

JOB SPECIFICATION
FOR
COMPOSITE TENDER
(STATIC AND MACHINERY EQUIPMENT-PE)

PROJECT : SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG


PLANT PREMISES

CLIENT : M/s GAIL (INDIA) LTD

EPCM : M/s ENGINEERS INDIA LTD.

JOB NO. : B471

A 14.01.2022 ISSUED FOR TENDER MB RRS TK


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 523 of 4396


JOB SPECIFICATION DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SP-6001A
(STATIC AND MACHINERY
EQUIPMENT-PE) Rev. A
Page 2 of 3

1.0 MATERIAL HANDLING EQUIPMENTS

1.1 CHAIN PULLEY BLOCKS

a) EIL Standard specification for chain pulley block (Doc. No. 6-61-0015) and
the specifications/codes/standards referred therein shall be followed.

b) Capacity of CP block shall be as per IS 3832 for M2 duty.

c) The Chain pulley blocks shall be engineered, manufactured, tested and


supplied as per this specification and the specifications referred therein with
all attachments.

d) Chain Pulley Block complete with plain trolleys, adequate length of hand
chain & load chain, trough for collecting load chain, etc.

e) The Contractor shall procure Chain Pulley Block from approved vendors.
Refer “List of approved vendors for CP Block” as attached elsewhere in the
Bid document.

f) Capacity and number of Chain Pulley Block with travelling trolley shall be
worked out by contractor during detail engineering stage and submitted for
HSEPL’s approval.

g) Relevant structural specifications & approved for construction (AFC)


drawings shall be referred to, for arriving at most appropriate &
suitable monorail (i.e. beam size of monorail etc.) size for mounting of the
trolley of CP Block. Supply & installation of monorail is also included in
Contractor’s scope of supply.

h) CP block shall be designed according to the area classification as


specified in the Electrical specifications attached elsewhere in the BID
DOCUMENT.

i) For Chain pulley block which is to operate in areas classified as


hazardous, material of construction for rubbing non-lubricated metallic parts
should be selected in such a way that the possibility of sparking during
operation is eliminated. This is normally done by having one part in every
such pair made from a suitable non-ferrous material such Aluminum Bronze
or High Tensile Brass. The parts thus specified are, ratchet wheel, load
chain wheel, hand chain wheels, chain guides for lifting mechanism, rims of
ungeared runners, geared runners, hand chain wheel for trolley mechanism
etc.

j) “MOC of hook shall be bronze coated forged alloy steel or forged


stainless steel” for hazardous area application.

k) The minimum capacity of chain pulley blocks with monorail shall be


weight of the largest components to be handled plus design margin of ten
percent as a minimum. Wherever two chain pulley blocks are required, each
of 75% capacity of the total weight shall be provided

l) Inspection and Testing and Performance Guarantee Testing shall be


carried out as per clause no. 4.0 of EIL standard specification

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 524 of 4396


JOB SPECIFICATION DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-SP-6001A
(STATIC AND MACHINERY
EQUIPMENT-PE) Rev. A
Page 3 of 3

no. 6-61-0015, Rev 5

2.0 CONFLICT
In the event of conflict between various documents forming a part of this tender, the
following order of precedence shall generally prevail:
- Scope of work
- This Job specification
- Data Sheet
- EIL Standard specifications
- Codes and standard
Any discrepancy identified after award of work, the same shall be brought to the
EIL/OWNER and EIL/OWNER’s decision shall be final and binding on the
CONTRACTOR for which time & price implication shall not be entertained.

3.0 DEVIATION CONTROL:

Contractor shall strictly comply with the Bid Document in toto and no deviations will be
permitted. Contractor shall confirm complete compliance with the Bid Document. If any
deviations become absolutely necessary contractor shall submit a Deviation Schedule
clearly identifying the deviations and reasons thereof. No deviation is permissible for
saving in time and cost. At post award stage no deviations shall be permitted.
However, if the need for deviation arises under exceptional circumstances, such
deviations shall be subject to approval of EIL/OWNER. Contractor shall obtain prior
approval from EIL/OWNER for any deviation taken by the sub vendor before
placement of order on the sub vendor. Such approved deviations shall be highlighted
in the form of an approved deviation format, which shall be submitted to EIL/OWNER
as part of the Vendor Data Requirement.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 525 of 4396


TECHNICAL CONFIRAMTION LIST DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-TCL-6001A
(STATIC AND MACHINERY
EQUIPMENT-PE) Rev. A
Page 1 of 5

TECHNICAL CONFIRMATION LIST


FOR
COMPOSITE TENDER
(STATIC AND MACHINERY EQUIPMENT-PE)

PROJECT : SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG


PLANT PREMISES

CLIENT : M/s GAIL (INDIA) LTD

EPCM : M/s ENGINEERS INDIA LTD.

JOB NO. : B471

A 14.01.2022 ISSUED FOR TENDER MB RRS TK


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 526 of 4396


TECHNICAL CONFIRAMTION LIST DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-TCL-6001A
(STATIC AND MACHINERY
EQUIPMENT-PE) Rev. A
Page 2 of 5

Bidder to note that Bidder’s offer shall be evaluated (technically) based on Bidder’s
reply/confirmation to this technical checklist only. Bidder’s offer shall be considered
incomplete and may not be considered for technical evaluation by purchaser if duly filled-
in, signed & stamped check list is not submitted along with bid. Bidder is required to give
categorical reply to each point of this technical checklist, so that Bidder’s offer can be properly
evaluated.

Bidder's reply "Not Confirmed" is not warranted and may lead to technical rejection of their
bid. However, Bidder may provide certain clarification, incase absolutely necessary, without
deviating to tender requirement. Written confirmation shall have precedence over any clarification
whatsoever.

SL BIDDER’S
No. ANSWER CLARIFICATION
Description
(Confirmed / Not (If Any)
Confirmed)
1. Please note that this is a “No deviation” bid. Hence
no deviation to the tender specification/ technical
amendment (if any) is acceptable. Bidder to submit
all their clarification during the pre-bid query stage
only. No further deviation/ clarifications shall be
allowed in the technical offer. Bidder to confirm that
there is no technical deviation in their offer w.r.t.
the tender specification/ technical amendment (if
any).
Bidder is also required to submit duly filled, signed
and stamped ANNEXURE-I of this document as a
confirmation/compliance along with the bid.
2. 2Bidder to confirm that the Bidder has quoted for the
total scope of supply & services for all equipment/
package as specified in the tender.
Note: In case of any deviation to this requirement,
the bid shall be considered as incomplete and liable
for technical rejection.
3. 3Bidder to note that specifications, data sheets,
drawings and other technical details submitted with
bid shall not be reviewed & will be retained for
information only.
Documents/ drawings shall be reviewed as per the
“Vendor Data Requirements. (Doc No. B471-046-80-
42-VDR-6001)” during detailed engineering (only) for
checking/ensuring compliance with Tender
specification/Contract requirement.
Confirm compliance.
4. 4Bidder to note that, if any observation/comment
arises during detail engineering from EIL/OWNER (to
ensure compliance with Tender Specification/
Contract requirement), same shall be incorporated by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 527 of 4396


TECHNICAL CONFIRAMTION LIST DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-TCL-6001A
(STATIC AND MACHINERY
EQUIPMENT-PE) Rev. A
Page 3 of 5

SL BIDDER’S
No. ANSWER CLARIFICATION
Description
(Confirmed / Not (If Any)
Confirmed)
Bidder without any additional price and time
implication to EIL/OWNER.
Confirm compliance.
5. 6Confirm that wherever the materials of construction
(MOC) of Equipment components / parts have been
specified in the Bid specification/Process Data sheet,
the same or superior MOC have been offered.
6. 7Bidder to confirm that in case during commissioning,
if additional spares are required over and above the
quoted commissioning spares, then the same shall
be supplied by Bidder without any time and
commercial implication.

7. 8Confirm that commissioning spares have been


quoted and price of the same is included in the
lumpsum price of the main equipment.

8. 9Bidder to confirm that Special Tools and Tackles (if


required) for normal operation and maintenance have
been included by the Bidder in the base price of
equipment.
List of all such Special Tools and Tackles (if any)
shall be provided during detailed engineering.
9. 1Bidder to confirm that Mandatory Spares as
1mentioned in tender shall be supplied and the cost of
mandatory spares has been included in the quoted
lump sum price.
10. 1Confirm that makes of all bought-outs shall be
3procured from EIL approved vendors only. Any
additional vendors if proposed by Bidder for any
item(s) where EIL vendor list is not available, the
makes/vendor of such bough out items along with
sufficient Proven Track Record (PTR) & Experience
Record Proforma (ERP) shall be submitted to
OWNER / EIL approval prior to placement of order.

Any observation/comment from EIL/OWNER (to


ensure compliance with Tender Specification/
Contract requirement) shall be incorporated by
Bidder without any additional cost and time
implication to EIL/OWNER during post order stage.
11. 1Bidder to note that data sheets, drawings and other
4technical details are not required to be submitted
along with his offer.
In the event of order , Bidders/Vendor’s documents/
drawings shall be reviewed as per the “Vendor Data
Requirement (Doc No. B471-046-80-42-VDR-6001)”
during post order stage for checking/ ensuring

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 528 of 4396


TECHNICAL CONFIRAMTION LIST DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-TCL-6001A
(STATIC AND MACHINERY
EQUIPMENT-PE) Rev. A
Page 4 of 5

SL BIDDER’S
No. ANSWER CLARIFICATION
Description
(Confirmed / Not (If Any)
Confirmed)
compliance with Tender specifications/ Contract
requirements.

Confirm compliance.

12. 1Bidder to confirm that all the documents before


5submission for EIL/OWNER’s review shall be duly
checked and approved by Bidder.
13. 1Bidder to confirm that the Inspection & Testing
6requirements as specified in the tender document
shall be complied.

__________ ___________________________________
Bidder’s Seal with date Signature of Authorized Representative

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 529 of 4396


TECHNICAL CONFIRAMTION LIST DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-TCL-6001A
(STATIC AND MACHINERY
EQUIPMENT-PE) Rev. A
Page 5 of 5

ANNEXURE-1 (FORMAT FOR LETTER OF WAIVER)

Above format to be filled in and signed by the bidder and shall be submitted along with the offer which shall
form basis of Technical evaluation without taking cognizance of any technical details provided in the offer.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 530 of 4396


VENDOR LIST DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-VL-6001A
(STATIC AND MACHINERY
EQUIPMENT-PE) Rev. A
Page 1 of 3

VENDOR LIST
FOR
COMPOSITE TENDER
(STATIC AND MACHINERY EQUIPMENT-PE)

PROJECT : SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG


PLANT PREMISES

CLIENT : M/s GAIL (INDIA) LTD

EPCM : M/s ENGINEERS INDIA LTD.

JOB NO. : B471

A 14.01.2022 ISSUED FOR TENDER MB RRS TK/NK


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 531 of 4396


VENDOR LIST DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-VL-6001A
(STATIC AND MACHINERY
EQUIPMENT-PE) Rev. A
Page 2 of 3

PACKAGE EQUIPMENT:

A. CHAIN PULLEY BLOCK, EIL Item Code-07AH

SL NO Supplier Code VENDOR NAME COUNTRY


1. W005 BRADY & MORRIS ENGINEERING CO. LTD. INDIA
2. H129 HERCULES HOISTS LTD INDIA
3. 3921 BAKELITE ELECTRICAL MFG CO.PVT LTD INDIA

GENERAL NOTES

1. CONTRACTOR shall necessarily procure all the material / equipment forming permanent
part of the unit / plant from OWNER / EIL approved vendors only. This shall include sub-
ordered items / components also. The “Approved Vendors” shall be item specific.
2. OWNER / EIL approved vendor list for the various items is enclosed in this section.
3. CONTRACTOR may procure material from any of OWNER / EIL approved vendors.
However, current validity, holiday status and range of approval as per EIL enlistment letter,
workload, stability and solvency need to be verified by the CONTRACTOR with vendor
before placement of order. CONTRACTOR is also required to ensure that equipment
qualification criteria, specified elsewhere in the bid document, are also simultaneously met.
4. Vendors on OWNER / EIL holiday list shall not be considered for ordering. CONTRACTOR
shall comply with this requirement without any time or cost implication to the OWNER/EIL.
If a vendor is put on OWNER / EIL’s holiday list subsequent to CONTRACTOR placing an
order, it shall be CONTRACTOR’s responsibility to ensure quality work and timely supply
from the vendor.
5. For items not covered in the above list, the vendors list shall be approved by OWNER / EIL
prior to placement of order by CONTRACTOR. CONTRACTOR shall list down the
proposed suppliers /vendors for such items and submit the same for OWNER / EIL’s
review / approval along with necessary documents / credentials. “Approval status”
documents / credentials to be furnished bythe vendors in such cases shall solely be the
responsibility of the CONTRACTOR. OWNER /EIL’s decision on approval shall be final and
non negotiable. Non –acceptance of a particular proposed vendor due to any reasons
whatsoever shall not be a cause of schedule and cost implication.
6. CONTRACTOR shall make an independent assessment of capability of all the vendors for
timely deliveries of material / equipment. Any delays in deliveries by vendor(s) shall not be
a cause of schedule and cost implication.
7. At any stage of the project, if it comes to the notice of OWNER / EIL that CONTRACTOR
has procured material / equipment, intentionally or unintentionally whatsoever, from an
unapproved vendor and / or items not falling in approved range of vendor(s), the same
shall be rejected fort with and CONTRACTOR shall be liable to replace such material /
plant / machinery without any schedule and cost implication to the OWNER/EIL.
8. List of vendors appearing anywhere else in the contract document in case of duplication of
the items at two or more places shall not be considered by CONTRACTOR and shall be
superseded by the vendor list enclosed herewith. And if in this vendor list also, items

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 532 of 4396


VENDOR LIST DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-VL-6001A
(STATIC AND MACHINERY
EQUIPMENT-PE) Rev. A
Page 3 of 3

seems to be duplicated / repeated then CONTRACTOR shall get clarified the issue by
OWNER / EIL before proceeding ahead for procurement activity.
9. It is understood that should the name of vendor be changed due to change in their
company or corporate shareholding, OWNER/EIL may accept such vendors under its new
name with prior approval.Any such approval shall however, not absolve the
CONTRACTOR from any of his obligations under the contract; neither shall any such
approval signify nominations or instruction to use such a vendor. All approved vendors are
deemed to have been freely chosen by the CONTRACTOR at his own risk.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 533 of 4396


JOB SPECIFICATION DOCUMENT No.
FOR B471-046-80-42-SP-6004
STATIC & MACHINERY EQUIPMENT Rev. B
Page 1 of 9

JOB SPECIFICATION
FOR
STATIC & MACHINERY EQUIPMENT

PROJECT : SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG


PLANT PREMISES

CLIENT : M/s GAIL (INDIA) LTD

EPCM : M/s ENGINEERS INDIA LTD.

JOB NO. : B471

B 28.01.2022 ISSUED WITH TENDER KK JSD/TK NK

A 21.01.2022 ISSUED WITH TENDER KK JSD/TK NK


Rev. Prepared Checked
Date Purpose Approved by
No by by

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 534 of 4396


JOB SPECIFICATION DOCUMENT No.
FOR B471-046-80-42-SP-6004
STATIC & MACHINERY EQUIPMENT Rev. B
Page 2 of 9

(ROTATING EQUIPMENT)

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 535 of 4396


JOB SPECIFICATION DOCUMENT No.
FOR B471-046-80-42-SP-6004
STATIC & MACHINERY EQUIPMENT Rev. B
Page 3 of 9

SECTION-1: GENERAL

1.1 SCOPE

This Job Specification, along with attached data sheet, standard specification etc. and codes
& standards referred to, describes the minimum requirements for design, engineering,
manufacturing, supply/procurement, testing, commissioning and requirements with regard to
spare parts & special tools of LPG Loading pumps etc. required for “Setting up of two LPG
bullets at Gandhar LPG plant premises” project of M/s GAIL India Ltd

Electrical items, Instrumentation & Controls, Piping etc. associated with rotating equipment
shall comply with the design requirements as given in the respective specifications forming
part of the Bid Package.

1.2 CONFLICTING REQUIREMENTSError! Bookmark not defined.


In case of any conflict between the requirements specified in this specification & other
enquiry documents, following order of precedence shall be followed:
a) Process datasheet and P&ID
b) Equipment Data Sheets
c) This job specification
d) Indian and International Codes / Standards, as applicable.

However any such conflict shall be brought to the notice of Owner/Purchaser/Consultant by


the bidder during pre-bid meeting and Owner’s/Purchaser’s/Consultant’s decision shall final
and binding in this regard. Suitable addendum/amendment/revision shall be issued prior to
the submission of the bids.

Bidder shall submit all relevant documents along with the offer. Incomplete bids will not be
considered for evaluation, as no technical memorandums are envisaged to be issued for
technical clarifications after receipt of bids.

1.3 UNIT RESPONSIBILITY

1.3.1 PUMPS:
All pumps shall be procured along with its drivers, from the respective driven equipment
manufacturers, complete with all associated auxiliary systems. The unit responsibility shall
rest with the pump manufacturer.

1.4 UNITISATION
1.4.1 Pumps shall be unitized at the respective driven equipment manufacturer’s works only.

1.5 APPLICABLE CODES AND STANDARDS


International Standards/Codes along with applicable EIL Standard Specifications as per the
Table - 1 shall be the basis of design, selection, manufacture, inspection/testing of the
equipment.

1.6 QUALIFICATION CRITERIA(QC) :

Offered pump shall meet the QC as given in clause no. 1 of standard specification 6-41-007
(Standard Spec. for centrifugal pumps)
The Contractor shall use formats for Experience Record Proforma (B471-000-80-42-ER-
0001) as attached with tender package for furnishing the necessary PTR to the
OWNER/CONSULTANT during detailed engineering.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 536 of 4396


JOB SPECIFICATION DOCUMENT No.
FOR B471-046-80-42-SP-6004
STATIC & MACHINERY EQUIPMENT Rev. B
Page 4 of 9

Equipment design and engineering shall incorporate adequate safety features (as per
applicable specifications of respective equipment as well as Health, Safety and Environment
Codes & Standards applicable for the subject project) to provide protection to operating
personnel, equipment and environment.

1.7 EQUIPMENT SELECTION AND SIZING CRITERIA


1.7.1 Selection of Rotating Equipment shall be based upon the following considerations:
- Suitability for the specified duty conditions.
- Standard Models under vendor's regular range of manufacture.
- Proven Track record in similar service as specified under acceptance criterion.

1.7. 2 Maximum allowable working pressure & temperature of the rotating equipment shall neither
be less than the design pressure & temperature specified in the equipment data sheet (if
any) nor less than those specified in the specifications codes & standards.

1.7.3 All rotating equipment & drivers (including gear units and couplings if any) shall be designed
to perform satisfactorily under specified start up conditions, part load operation and
maximum differential pressure operation and relief valve set pressure and up to full speed.

1.8 EQUIPMENT SUPPLIERS


Unless otherwise specified by the Client, the equipment suppliers shall be as per EIL’s
vendor list.

1.9 SEALING SYSTEM SELECTION CRITERIA


1.9.1 The type of mechanical seal shall be as defined in the process package. In case not defined
the seal selection shall be based on seal vendor’s recommendation / pump vendors past
experience.

1.9.2 Unless otherwise specified, mechanical seals shall conform to API Standard 682, 4th edition.

1.9.3 Stuffing Box Dimensions shall be as per API Standard 610, 11th edition (ISO:13709).

1.9.4 The type of mechanical seal & seal plans for pumps shall be as defined in the pump
datasheet. The pump manufacturer shall also obtain seal manufacturer recommendations
regarding the above & furnish the same along with his proposal.

1.9.5 Mechanical seals and seal systems shall be suitable for max shutoff pressure/casing design
pressure under static condition.

1.9.6 Mechanical seals (as per API Std. 682, 4th Edn.) shall be any of the following vendors:

(a). M/s John Crane


(b). M/s Flowserve
(c). M/s Eagle Burgmann
(d). M/s Chetra Dichtungstechnik AG
(e). M/s Leak proof engg (I) Pvt. Ltd
(f). M/s AES Seals PLC
(g). M/s Sealmatic India Pvt. Ltd.

1.9.7 Sealing Plan (wherever applicable)


a) The complete sealing system along with instruments and all accessories shall be
mounted/installed on the pump base/mounting plate. Aux. Seals/Flushing Systems &

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 537 of 4396


JOB SPECIFICATION DOCUMENT No.
FOR B471-046-80-42-SP-6004
STATIC & MACHINERY EQUIPMENT Rev. B
Page 5 of 9

Plans/Cooling Systems & Plans shall be as per API 682 requirements & also as per the
attached specification requirements.
b) Vendor shall furnish recommended Buffer/Barrier Fluids for various pump items in their
offer. Fluid shall be suitable for the seal operating environment and approved by the
mechanical seal supplier. Process compatibility of the recommended fluids shall be
checked at purchaser’s end and final Buffer/Barrier fluids shall be firmed up during
detailed engineering stage. Consideration shall be given to minimize the number of
fluids the refiner has to stock.

1.9.8 Seal coolers shall of water cooled type. Seal coolers shall be as per manufacturer’s standard
design.

1.10 DRIVE ARRANGEMENT


1.10.1 Generally rotating equipment shall either be directly driven or driven through a gearbox.

1.11 COUPLINGS

1.11.1 Unless otherwise specified, couplings shall be of metallic, non-lubricated, flexible element
type (i.e. either diaphragm or disc type) with spacer, for all pumps.

1.11.2 Unless otherwise specified, all the couplings shall be selected for a minimum service factor
of 1.5.

1.12 ALLOWABLE NOISE LEVEL


1.12.1 Equipment noise level (Driver + Driven equipment train + auxiliaries) shall not exceed 85
dBA when measured at one-meter distance from the equipment skid in any direction.

1.13 EQUIPMENT STORAGE


All rotating equipment shall be packed for an outside storage period of six (6) months.

1.14 INITIAL FILL


The initial fill of lubricants, sealing fluid & other consumables shall be included in the scope
of Contractor.

1.15 INSTALLATION CRITERIA

1.15.1 Pumps
All pumps shall be suitable for outdoor installation. No equipment shelter is envisaged.

1.16 MATERIALS
1.16.1 The material of construction of the wetted parts of rotating equipment shall be as specified in
the process package.

1.17 SAFETY
1.17.1 Equipment design and engineering shall incorporate adequate safety features [as per
applicable specifications of respective equipment as well as environment codes (if any)
& standards applicable for the subject project] to provide protection to equipment and
environment.

1.17.2 All electrical components & installations, instruments shall be suitable for the electrical
area classification and grouping in which the equipment is installed.

1.18 INSPECTION AND TESTING

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 538 of 4396


JOB SPECIFICATION DOCUMENT No.
FOR B471-046-80-42-SP-6004
STATIC & MACHINERY EQUIPMENT Rev. B
Page 6 of 9

1.18.1 Each pump shall be subjected to mechanical run test at vendor’s works.

1.18.2 Each pump shall be subjected to a performance test at vendor’s works

1.18.3 All other requirement with regard to inspection & testing shall be as specified elsewhere
in the bidding document.

1.19 SCOPE OF SUPPLY AND WORK


Scope of supply and work (Doc no B471-000-80-42-SOW-0001) shall be as indicated in the
bid documents.

1.20 INTERFACE
1.21 Equipment nozzles especially at purchaser's interface shall be as per purchaser’s piping
specifications and are in pump vendor’s scope.

In case, non-standard sizes are unavoidable, companion flanges along with gaskets and
fasteners shall be procured from the equipment vendor.

1.22 ERECTION OF EQUIPMENT


Erection of all rotating equipment shall be carried out under the supervision of equipment
vendor.

1.23 INSPECTION AND TESTING

Inspection and test specified in the bid package shall be carried out by the Equipment
Vendor at his works. The Contractor shall conduct inspection and witness tests of all
equipment at vendor’s works and furnish inspection and test reports to the owner.

Owner and/or his Consultant may participate along with the Contractor’s inspectors in any
inspection and tests. The Contractor shall notify to owner of all inspection and tests at least
four weeks before the scheduled date of inspection and test and reconfirm the same at least
one week before the date of inspection and testing.

SECTION-2: SPECIAL REQUIREMENTS FOR VERICAL PUMPS

2.1 SPECIAL REQUIREMENTS


In addition to the requirements indicated in the standard specifications as listed in Table-I for
the relevant rotating equipment, the special requirement as specified below shall also
govern.

2.2 CENTRIFUGAL PUMPS

2.2.1 Centrifugal multistage pumps shall be VS-6 type.

2.2.2 Suction flange rating shall be the same as that of discharge flange rating for all pumps.

2.2.3 Centrifugal Pumps shall meet requirements as specified in Process Data Sheet, P&IDs, this
specification, EIL Specification 6-41-0007 and other Specification referred therein.

2.2.4 No cast iron pressure containing parts shall be used for hydrocarbon service except for shaft
driven lube oil pump.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 539 of 4396


JOB SPECIFICATION DOCUMENT No.
FOR B471-046-80-42-SP-6004
STATIC & MACHINERY EQUIPMENT Rev. B
Page 7 of 9

2.2.5 Inducers shall not be used except for Sundyne or equivalent type of pumps.

2.2.6 Vertical pumps guide bushing shall be lubricated by pumping liquid.

2.2.7 NPSH/min submergence test shall be witnessed mandatorily for all pumps at vendor’s shop.

2.2.8 Baseplate drain shall be provided with flanged connection.

SECTION-2A: SPECIAL REQUIREMENTS FOR LPG LOADING PUMPS

3.1 Pump type has been specified in data sheet. Vendor to strictly follow the same. No deviation
to same is acceptable. Pumps shall be designed to API 610 11th edn.

3.2 Performance / Characteristic Curves of the Pumps shall be furnished by the contractor
during detail engineering stage/PR stage. Pumps shall be selected to have their rated
operating point falling in the range of 70% to 110% of best efficiency point (BEP) flow,
applicable to the rated impeller diameter. The manufacturer’s proposal shall include the
power consumption curve and NPSHR curves from minimum continuous flow to end of curve
flow.
[Rated operating point means the Maximum Flow rate & differential head as specified in
each PDS]

3.3 Maximum allowable working pressure & temperature of the equipment shall neither be less
than the design pressure & temperature as specified in the data sheet nor less than those
specified in specifications, codes & standards.

3.4 Suction flange rating shall be same as that of discharge flange.

3.5 Inducers shall not be used for these pumps.

3.6 No cast iron pressure containing parts shall be used for hydrocarbon service.

3.7 All pumps shall be provided with bearing isolators.

3.8 Vendor shall provide sufficient drain & vent connection in the pump casing to allow the
draining & venting of the pumping liquid completely.

3.9 Bearing housing shall be equipped with magnetic drain Plugs.

3.10 As a minimum piping material shall be stainless steel for seal flushing plans.

3.11 Equipment noise level (Driver + Driven equipment train + auxiliaries) shall not exceed 85
dBA when measured at One-meter distance from the equipment skid in any direction.

3.12 Pump shall be sized for starting against open discharge valve condition and continuous
operation at pump end of curve at rated speed. The above sizing shall be achieved on the
basis of max. sp. gr. and max. Viscosity specified on respective pump process data sheet.

3.13 The maximum shut-off pressure of pumps shall be calculated considering maximum suction
pressure and maximum sp. gravity (as mentioned in respective datasheets).

3.14 Contractor to furnish the quantities of utilities required for the following (Bidder to furnish item
wise breakup for the utilities required):

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 540 of 4396


JOB SPECIFICATION DOCUMENT No.
FOR B471-046-80-42-SP-6004
STATIC & MACHINERY EQUIPMENT Rev. B
Page 8 of 9

- Sealing fluid required.


- Auxilliary Electric Power requirement.
- Other utility requirements (if any).

SECTION-3: SPARES & SPECIAL TOOLS

3.1 MANDATORY SPARES


Mandatory spares shall be procured along with the main equipment. Such spares shall be as
per table-2 given below. These spares include only those spares, which are critical for
equipment and require longer delivery periods. Unit price of each of the listed spares shall
be obtained separately in the Proposal.

3.2 COMMISSIONING SPARE PARTS


Commissioning Spare Parts shall be procured along with the main equipment as per
equipment manufacturer’s recommendations. The list of such recommended spares shall be
obtained along with the offer. Any commissioning spare consumed over and above the
recommended commissioning spares, during commissioning shall be supplied free of cost
by the equipment vendor.

3.3 SPECIAL TOOLS/TACKLES


Special Tools/Tackles shall be procured along with the main equipment as per equipment
manufacturer’s recommendations and same shall be handed over to Owner along with the
equipment. The list of such recommended special tools/tackles shall be obtained along with
the offer and furnished to EIL/ Owner
.
3.4 SPARE PARTS FOR TWO YEARS NORMAL OPERATION
As per rotating equipment manufacturer’s recommendations, a quotation for spare parts for
two-year normal operation along with unit price shall be obtained with the proposal for Client
to order the same separately. For additional information regarding spare philosophy refer
elsewhere in the bidding document

SECTION-4: DOCUMENT, DATA & DRAWINGS


4.1 GENERAL
The Contractor shall develop detailed specifications for vendor data requirements pertaining
to each type of Rotating Equipment as applicable in accordance with the owner’s
requirements specified Table-3 of this specifications. This specification shall form part of the
Contractor’s purchase requisition for that type of Rotating Equipment.

The Contractor shall be responsible for the review & approval of all Vendor Data & Drawings
submitted by the Equipment manufacturer. Owner’s / PMC’s review / approval shall be
limited to the vendor drawings and other documents as specified in the document entitled
“Vendor Data, Document & Drawings for Owner / PMC review”

4.2 DRAWINGS AND DOCUMENTS REQUIRED ALONG WITH BID


The Contractor shall furnish the following along with the bid:
(a) Technical Compliance Pro-forma, duly completed.
(b) List of deviations if any, to the applicable specifications.

4.3 DRAWINGS AND DOCUMENTS REQUIRED DURING DETAILED ENGINEERING


The Contractor shall submit all the documents and drawings pertaining to design,
engineering and procurement of all Rotating Equipment as specified in Vendor Data
Requirements for Owner’ review and record. Number of prints to be submitted shall be as
specified in the Contract

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 541 of 4396


JOB SPECIFICATION DOCUMENT No.
FOR B471-046-80-42-SP-6004
STATIC & MACHINERY EQUIPMENT Rev. B
Page 9 of 9

The Contractor shall use the typical formats for Equipment Data Sheets and Experience
Record Proformas as attached elsewhere for preparing Purchase Requisitions and for
furnishing the necessary information to the Purchaser/ Owner during detailed engineering.

TABLE – 1: Applicable codes & Standards

Sl no Standards / Codes EIL Standard Remarks


Description Specification
Number
A PUMPS:
1.1 Centrifugal Pumps (Special API Std. 610, 11th Ed. 6-41-0007
Purpose Process Service)
1.2 Shaft sealing for centrifugal & API 682 4th edition ----
rotary pumps
1.3 Specification for erection of - 6-76-001
equipment’s and machineries

TABLE – 2: Mandatory spare list


Sl no Part Description Description of Mandatory spares Remarks
(Quantity per item tag no.)
(i.e. Total quantity for working and
standby units of item no)
CENTRIFUGAL HORIZONTAL/VERTICAL PUMPS
1 Impellers 1 set
2 Mechanical seals 1 set
3 Shafts 1 set

(1) The word ‘Set’ means the quantity required for full replacement of that part in one machine.
(2) Spare parts shall be identical in all respects to the parts fitted on the main equipment,
including dimensions, material of construction & heat treatment.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 542 of 4396


EXPERIENCE RECORD PROFORMA Document No.
B471-000-80-42-ER-0001 Rev A
CENTRIFUGAL PUMP (VERTICAL)
ITEM NO. :___________
Page 1 of 4
Format Rev 1 Issue Date: 01/07/2009

EXPERIENCE RECORD - CENTRIFUGAL PUMP (VERTICAL)

PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS


SL. PROPOSED MODEL Ref.- 1 Ref.-2 Ref.-3
NO.
1. 2. 3. 4. 5. 6. 7.
1 GENERAL
1.1 Make
1.2 Model Number
1.3 Type of driver
(Electric Motor / Steam Turbine / Gas Turbine / IC Engine)
1.4 Driver rated kW / Speed(rpm)
1.5 Shop where pump is designed, manufactured, packaged,
tested & supplied with address

2 OPERATING CONDITIONS
2.1 Fluid handled
2.2 Fluid temperature (Min / Max) C
2.3 Capacity (m3/hr)
2.4 Differential Head, Rated (m)
2.5 Differential Pressure, Rated (kg/cm²)
2.6 Minimum Submergence Required (mm)
2.7 Setting depth / Column Length (mm)
(distance between bottom face of the mounting flange /
plate and first stage impeller suction eye)

2.8 BKW, Rated (kW)


2.9 Rated Speed (rpm)
2.10 MAWP casing (kg/cm²G)
@ 15C
@ pumping temperature
3 CONSTRUCTION
3.1 No. of stages (single / two)

Format No 1645-ERP-105 Rev.1 Copyrights EIL – All rights reserved


Page 543 of 4396
EXPERIENCE RECORD PROFORMA Document No.
B471-000-80-42-ER-0001 Rev A
CENTRIFUGAL PUMP (VERTICAL)
ITEM NO. :___________
Page 2 of 4
Format Rev 1 Issue Date: 01/07/2009

PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS


SL. PROPOSED MODEL
Ref.- 1 Ref.-2 Ref.-3
NO.
1. 2. 3. 4. 5. 6. 7.
3.2 Impeller diameter - Rated/ Maximum / Minimum (mm)
3.3 Type of mechanical seal (Single / Double)
4 MATERIAL OF CONSTRUCTION
4.1 API - 610 Material Code
4.2 Casing
4.3 Impellers
5 OTHER INFORMATION ON INSTALLATIONS
5.1 Date of supply of entire unit
5.2 Purchaser's Name and Address
Name (Company / Organization)
Name of Contact Person
Address

Telephone No.
Fax No.
email-id

Format No 1645-ERP-105 Rev.1 Copyrights EIL – All rights reserved


Page 544 of 4396
TECHNICAL CONFIRMATION LIST Document No.
(STATIC & MACHINERY B471-000-80-42-TCL-0001
EQUIPMENT) Rev. A
Page 1 of 4

TECHNICAL CONFIRMATION LIST


(STATIC & MACHINERY EQUIPMENT)
ROTATING

PROJECT : SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG


PLANT PREMISES

CLIENT : M/s GAIL (INDIA) LTD

EPCM : M/s ENGINEERS INDIA LTD.

JOB NO. : B471

A 14.01.2022 ISSUED AS TENDER INPUT KK JSD/TK NK


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

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 545 of 4396


TECHNICAL CONFIRMATION LIST Document No.
(STATIC & MACHINERY B471-000-80-42-TCL-0001
EQUIPMENT) Rev. A
Page 2 of 4

Bidder to note that bidder’s offer shall be evaluated (technically) based on bidder’s
reply/confirmation to this technical checklist only. Bidder’s offer shall be considered
incomplete and may not be considered for technical evaluation by purchaser if duly
filled-in, signed & stamped check list is not submitted along with bid. Bidder is required
to give categorical reply to each point of this technical checklist, so that bidder’s offer can be
properly evaluated.

Bidder's reply "Not Confirmed" is not warranted and may lead to technical rejection of
their bid. However, Bidder may provide certain clarification, incase absolutely necessary,
without deviating to bid requirement. Written confirmation shall have precedence over any
clarification whatsoever.

Sl. Description BIDDER’S ANSWER


No. (Confirmed / Not
Confirmed)
1. Please note that this is a “No deviation” bid. Hence no deviation
to the tender specification/ technical amendment (if any) is
acceptable. Bidder to submit all their clarification during the pre-
bid query stage only. No further deviation/ clarifications shall be
allowed in the technical offer. Bidder to confirm that there is no
technical deviation in their offer w.r.t. the tender specification/
technical amendment (if any).
2. Bidder to confirm that the bidder has quoted for the total scope of
supply & services for all equipment/ package as specified in the
tender.
Note: In case of any deviation to this requirement, the bid shall be
considered as incomplete and liable for technical rejection.
3. Bidder to note that data sheets, drawings and other technical
details are not required to be submitted along with his offer.
Vendor’s documents/ drawings shall be reviewed as per the
“Vendor Data Requirement (Doc No. B471-000--80-42-VDR-
6001)” during post order stage for checking/ ensuring compliance
with Tender specifications/ Contract requirements.
Confirm compliance.
4. Bidder to note that, if any comment arises during detail
engineering from EIL/ Owner to ensure compliance with Tender
Specifications/Contract requirements, the same shall be
incorporated by Bidder without any time and price implication.
Confirm compliance.
5. Bidder to confirm that all equipment/packages shall be sourced
from vendors as per Project Master Vendor List (Project
MVL/MSL) attached with Tender document.
6. Bidder to confirm that the material of construction of equipment/
components shall be as per Process Package attached with
Tender document.
7. Bidder to confirm that Commissioning Spares for all equipment/
packages, as required have been included by the bidder in the
quoted lump sum price.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 546 of 4396


TECHNICAL CONFIRMATION LIST Document No.
(STATIC & MACHINERY B471-000-80-42-TCL-0001
EQUIPMENT) Rev. A
Page 3 of 4

Sl. Description BIDDER’S ANSWER


No. (Confirmed / Not
Confirmed)
8. Bidder to confirm that in case during commissioning, additional
spares are required over and above the quoted commissioning
spares, then the same shall be supplied by bidder without any
time and commercial implication.
9. Bidder to confirm that Mandatory Spares as mentioned in tender
shall be supplied and the cost of mandatory spares has been
included in the quoted lump sum price.
10. Bidder to confirm that the list of recommended spares for two (2)
years’ of normal operation & maintenance with itemized price
along with quantity (as recommended by the Original Equipment
Manufacturer) for all equipment/ packages shall be provided after
placement of order. Owner shall order these spares separately, if
required.
11. Bidder to confirm that special tools and tackles for each
equipment system, as required, for their normal operation and
maintenance have been included by the bidder in the quoted
lump sum price.
12. Bidder to confirm that the Inspection & Testing requirements as
specified in the tender document shall be complied.
13. Bidder to confirm that all consumables, chemicals, lubricants, ,
sealing fluids (buffer/ barrier), etc. for initial charge and
replenishment of any loss of these during commissioning and for
operation & maintenance of six (6) months after commissioning
for all equipment/ packages shall be supplied and cost of the
same have been included in the quoted lump sum price.
14. Bidder to confirm that in the event of order, all drawings,
documents and data shall be furnished in accordance with
“Vendor Data Requirements”- Equipment Division (B471-000--
80-42-VDR-6001).
15. Bidder to confirm that all the documents before submission for
OWNER/ EIL’s/ Licensor review shall be duly checked and
approved by Contractor.
16. Confirmation specific to Rotating Equipment only
16.1 Single Point Responsibility Vendor for Complete Package

Bidder shall procure complete Rotating Equipment Package


consisting of driver, driven equipment, all associated auxiliary
systems, instrumentation & controls etc. from the Single Point
Responsibility Vendor defined for various Rotating Equipment in
Engineering Design Basis- Rotating Equipment (Doc. No. B471-
000-80-42-EDB-1001). No separate procurement of driver, seal
& sealing system, Lube Oil System, Auxiliaries or any other
critical items of the package by bidder is allowed.
16.2 Requirements to be met prior to placement of Purchase
order

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 547 of 4396


TECHNICAL CONFIRMATION LIST Document No.
(STATIC & MACHINERY B471-000-80-42-TCL-0001
EQUIPMENT) Rev. A
Page 4 of 4

Sl. Description BIDDER’S ANSWER


No. (Confirmed / Not
Confirmed)
Bidder to confirm that bidder shall ensure the following
requirements while placing the orders of rotating equipment:

(a) Ensuring that equipment meets the specified service


operating & design conditions and meets the stipulated
technical specifications, enclosed with the bid package.

(b) Ensuring equipment meeting the past supply reference/


qualification requirements as specified in the bid package &
obtaining approval of the same.

Note:

1. Bidder shall note that vendor specific deviations to specified standards &
codes (if any) as well as EIL Standard Specifications shall be subject to
review and approval of Owner/EIL during detail engineering. Bidder to note
that only those deviations to specified standards & codes (if any), shall be
permitted which are technically infeasible to meet, provided suitable
justification for the same is furnished. Deviations, which can be complied
with extra cost and or time implication, shall not be permitted.
2. For the finally selected equipment make and model, Contractor shall submit
the documents as specified in “Vendor Data Requirements- Equipment
Division (Doc. No. B471-000--80-42-VDR-6001)”.

___________________ _________________________________
Bidder’s Seal with date Signature of Authorised Representative

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 548 of 4396


VENDOR LIST DOCUMENT No.
STATIC & MACHINERY EQUIPMENT B471-000-80-42-VL-0001
Rev. A
Page 1 of 4

VENDOR LIST

STATIC & MACHINERY EQUIPMENT


ROTATING EQUIPMENT’S

PROJECT : SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG


PLANT PREMISES

CLIENT : M/s GAIL (INDIA) LTD

EPCM : M/s ENGINEERS INDIA LTD.

JOB NO. : B471

A 14.01.2022 ISSUED WITH TENDER KK JSD/TK NK


Rev.
Date Purpose Prepared by Checked by Approved by
No

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 549 of 4396


DOCUMENT No.
SUB-VENDOR LIST
STATIC & MACHINERY EQUIPMENT B471-000-80-42-VL-0001
Rev. A
Page 2 of 4

1.0 VENDOR LIST (REFER ANNEXURE-A)

1.1 PUMP CENTRIFUGAL VERTICAL (SPP)

Refer approved supplier list for, Group Item Code-04BB

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 550 of 4396


DOCUMENT No.
SUB-VENDOR LIST
STATIC & MACHINERY EQUIPMENT B471-000-80-42-VL-0001
Rev. A
Page 3 of 4

GENERAL NOTES

1.0 CONTRACTOR shall necessarily procure all the material / equipment forming permanent part
of the unit / plant from OWNER / EIL approved vendors only. This shall include sub-ordered
items / components also. The “Approved Vendors” shall be item specific.

2.0 OWNER / EIL approved vendor list for the various items is enclosed in this section.

3.0 CONTRACTOR may procure material from any of OWNER / EIL approved vendors. However,
current validity, holiday status and range of approval as per EIL enlistment letter, workload,
stability and solvency need to be verified by the CONTRACTOR with vendor before placement
of order. CONTRACTOR is also required to ensure that equipment qualification criteria,
specified elsewhere in the bid document, are also simultaneously met.

4.0 Vendors on OWNER / EIL holiday list shall not be considered for ordering. CONTRACTOR
shall comply with this requirement without any time or cost implication to the OWNER. If a
vendor is put on OWNER / EIL’s holiday list subsequent to CONTRACTOR placing an order, it
shall be CONTRACTOR’s responsibility to ensure quality work and timely supply from the
vendor.

5.0 For items not covered in the above list, the CONTRACTOR shall approach OWNER / EIL for
that list or the vendors list shall be approved by OWNER / EIL prior to placement or order by
CONTRACTOR. CONTRACTOR shall list down the proposed suppliers / vendors for such
items and submit the same for OWNER / EIL’s review / approval along with necessary
documents / credentials. “Approval status” documents / credentials to be furnished by the
vendors in such cases shall solely be the responsibility of the CONTRACTOR. OWNER / EIL’s
decision on above shall be final and non-negotiable. Acceptance or non-acceptance of a
particular proposed vendor due to any reasons whatsoever shall not be a cause of schedule
and cost implication.

6.0 CONTRACTOR shall make an independent assessment of capability of all the vendors for
timely deliveries of material / equipment. Any delays in deliveries by vendor(s) shall not be a
cause of schedule and cost implication.

7.0 At any stage of the project, if it comes to the notice of OWNER / EIL that CONTRACTOR has
procured material / equipment, intentionally or unintentionally whatsoever, from an unapproved
vendor and / or items not falling in approved range of vendor(s), the same shall be rejected fort
with and CONTRACTOR shall be liable to replace such material / plant / machinery without
any schedule and cost implication to the OWNER.

8.0 List of vendors appearing anywhere else in the contract document in case of duplication of the
items at two or more places shall not be considered by CONTRACTOR and shall be
superseded by the vendor list enclosed herewith. And if in this vendor list also, items seems to
be duplicated / repeated then CONTRACTOR shall get clarified the issue by OWNER / EIL
before proceeding ahead for procurement activity.

9.0 It is understood that should the name of vendor be changed due to change in their company or
corporate shareholding. OWNER may accept such vendors under its new name with prior
approval.
10.0 Any such approval shall however, not absolve the CONTRACTOR from any of his obligations
under the contract; neither shall any such approval signify nominations or instruction to use
such a vendor. All approved vendors are deemed to have been freely chosen by the
CONTRACTOR at his own risk.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 551 of 4396


DOCUMENT No.
SUB-VENDOR LIST
STATIC & MACHINERY EQUIPMENT B471-000-80-42-VL-0001
Rev. A
Page 4 of 4

ANNEXURE-A

(VENDOR LIST STATIC & MACHINERY EQUIPMENT)

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 552 of 4396


DOCUMENT No.
SUB-VENDOR LIST
STATIC & MACHINERY EQUIPMENT B471-000-80-42-VL-0001
Rev. A
Page 5 of 4

List of approved manufacturer for centrifugal vertical


Pumps
1) RUHRPUMPEN INDIA PRIVATE LIMITED
2) KIRLOSKAR EBARA PUMPS LTD
3) FLOWSERVE INDIA CONTROLS PVT LTD
4) SULZER PUMPS INDIA PRIVATE LIMITED
5) KSB LIMITED
6) ITT CORPORATION INDIA PVT LTD

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 553 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 1 of 36

ENGINEERING DESIGN BASIS


STATIC & MACHINERY EQUIPMENT
(EQUIPMENT DIVISION)

JOB NO: B471

PROJECT: PMC Services for GAIL LPG Bullets

CLIENT: GAIL - CORPORATE OFFICE

EIL SIGNATURE:

CLIENT SIGNATURE:

CHANDAN CHANDAN
A 10/Dec/2021 Issued For Client Comments TARUN KUMAR
KUMAR KUMAR

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

Legend:Bold italic te xt denotes change with respect to previous revision.

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

Page 554 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 2 of 36

Table of Contents
1.0 STATIC EQUIPMENT ........................................ 9
1.1.0 SCOPE ............................................... 9
1.2.0 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS ........ 9
1.2.1 ABBREVIATIONS .................................... 9
1.2.2 CODES & STANDARDS / PUBLICATIONS................... 9
1.3.0 GENERAL / DESIGN CONSIDERATIONS ..................... 10
1.3.1 EQUIPMENT SIZING ................................. 10
1.3.2 MINIMUM SHELL / HEAD THICKNESS .................... 10
1.3.3 EQUIPMENT END CLOSURES.......................... 11
1.3.4 DESIGN PRESSURE ................................. 11
1.3.5 TEST PRESSURE ................................... 11
1.3.6 DESIGN TEMPERATURE ............................. 11
1.3.7 CORROSION ALLOWANCE ............................ 12
1.3.8 WIND CONSIDERATION .............................. 12
1.3.9 EARTHQUAKE CONSIDERATION ....................... 12
1.3.10 CAPACITY ....................................... 12
1.3.11 SUPPORTS ...................................... 12
1.3.12 MANHOLES ...................................... 12
1.3.13 FLOATING ROOF .................................. 13
1.3.14 FLANGES ........................................ 13
1.3.15 INTERNALS ...................................... 13
1.3.16 PIPE DAVIT ...................................... 13
1.3.17 VENT/DRAIN NOZZLE CONNECTIONS................... 13
1.3.18 MP CONNECTIONS FOR PG/TI ........................ 13
1.3.19 IMPORTANT CONSIDERATIONS ....................... 13
1.3.20 HEAT EXCHANGERS ............................... 13
1.3.21 AIR COOLERS .................................... 13
1.3.22 BOUGHT OUT SUPPLIERS ........................... 14
1.4.0 SPECIFIC DESIGN REQUIREMENTS ........................ 14
1.4.1 LPG STORAGE SPHERES/BULLETS ..................... 14
1.4.2 TALL COLUMNS .................................... 14
1.4.3 STORAGE TANKS................................... 14
1.4.4 MOUNDED BULLET ................................. 14
1.4.5 REACTORS ....................................... 14
1.4.6 SILENCERS/VENT S ILENCERS ......................... 15

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

Page 555 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 3 of 36

1.5.0 OWNER / CLIENT SPECIFIC REQUIREMENTS ................. 15


1.6.0 MATERIAL HANDLING FACILITIES FOR NORMAL MAINTENANCE OF
EQUIPMENT .............................................. 16
1.6.1 TUBE BUNDLE EXTRACTOR ........................... 16
1.7.0 SPARE PARTS ........................................ 16
1.7.1 MANDATORY SPARES ............................... 16
1.7.2 COMMISSIONING SPARES ............................ 16
1.7.3 RECOMMENDED SPARES FOR NORMAL OPERATION &
MAINTENANCE ........................................ 16
1.7.4 SPECIAL TOOLS AND TACKLES ........................ 16
2.0 PACKAGE EQUIPMENT..................................... 17
2.1.0 SCOPE .............................................. 17
2.2.0 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS ....... 17
2.2.1 ABBREVIATIONS ................................... 17
2.2.2 CODES & STANDARDS / PUBLICATIONS .................. 17
2.3.0 GENERAL / DESIGN CONSIDERATIONS ..................... 17
2.4.0 SPECIFIC DESIGN REQUIREMENTS ........................ 17
2.4.1 VAPOUR RECOVERY SYSTEM ......................... 17
2.4.1.1 GENERAL...................................... 17
2.4.1.2 INDOOR DESIGN CONDITIONS ...................... 17
2.4.1.3 OUTDOOR DESIGN CONDITIONS .................... 17
2.4.1.4 OUTDOOR AIR QUALITY ........................... 17
2.4.1.5 ADDITIONAL DESIGN REQUIREMENT ................. 17
2.4.2 BASKET FILTER .................................... 17
2.4.3 BELT CONVEYORS (CONVENTIONAL TYPE) ............... 18
2.4.4 BELT FEEDER ..................................... 18
2.4.5 CARTRIDGE FILTER ................................. 18
2.4.6 CHAIN PULLEY BLOCK ............................... 18
2.4.7 COKE DRUM UNHEADING SYSTEMS .................... 18
2.4.8 CRYOGENIC AIR SEPARATION PLANT ................... 18
2.4.9 DUST COLLECTION SYSTEM: BAG FILTER TYPE ........... 18
2.4.10 ELECTRIC TRACTION LIFT ........................... 18
2.4.11 ELECTRIC WIRE ROPE HOIST ........................ 18
2.4.12 EOT & HOT CRANE ................................. 18
2.4.13 FEED FILTER ..................................... 18
2.4.14 FILTER SEPERATOR/COALESCER ..................... 18
2.4.15 FLARE STACK COMPONENTS ........................ 18

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

Page 556 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 4 of 36

2.4.16 HYDRAULIC DECOKING SYSTEM ...................... 19


2.4.17 INSTRUMENT AIR DRYER............................ 19
2.4.18 LOADING ARM .................................... 19
2.4.19 PASTILLATOR .................................... 19
2.4.20 PIPE CONVEYER .................................. 19
2.4.21 PRESSURISATION AND VENTILATION SYSTEM ........... 19
2.4.22 PSA HYDROGEN PLANT ............................. 19
2.4.23 PSA NITROGEN PLANT.............................. 19
2.4.24 REFRIGERATION SYSTEM (FOR PROCESS APPLICATIONS) .. 19
2.4.25 ROLL CRUSHER ................................... 19
2.4.26 STACKER CUM RECLAIMER .......................... 19
2.4.27 TERTIARY SEPARATOR SYSTEM ...................... 19
2.4.28 WEIGH BRIDGE-RAIL (IN-MOTION TYPE) ................ 19
2.4.29 WEIGH BRIDGE (ROAD) ............................. 20
2.4.30 BAGGING AND PALLETISATION UNIT ................... 20
2.4.31 EXTRUSION AND PELLETIZATION SYSTEM .............. 20
2.4.32 PNEUMATIC CONVEYING SYSTEM ..................... 20
2.4.33 ADDITIONAL PACKAGE/EQUIPMENT.................... 20
2.5.0 OWNER / CLIENT SPECIFIC REQUIREMENTS ................. 20
2.6.0 MATERIAL HANDLING FACILITIES FOR NORMAL MAINTENANCE OF
EQUIPMENT .............................................. 20
2.7.0 SPARE PARTS ........................................ 20
2.7.1 MANDATORY SPARES ............................... 20
2.7.2 COMMISSIONING SPARES ............................ 20
2.7.3 RECOMMENDED SPARES FOR NORMAL OPERATION &
MAINTENANCE ........................................ 20
2.7.4 SPECIAL TOOLS AND TACKLES ........................ 20
3.0 ROTATING EQUIPMENT .................................... 21
3.1 SCOPE ............................................... 21
3.2 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS ........ 21
3.2.1 ABBREVIATIONS ................................... 21
3.2.2 CODES & STANDARDS / PUBLICATIONS .................. 21
3.3.0 GENERAL / DESIGN CONSIDERATIONS ..................... 21
3.3.1 UNIT RESPONSIBILITY ............................... 21
3.3.2 UNITISATION ...................................... 22
3.3.3 EQUIPMENT SELECTION AND SIZING CRITERIA ............ 22
3.3.4 ECONOMIC COMPARISION OF VENDORS OFFER ........... 22

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

Page 557 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 5 of 36

3.3.4.1 NO OF MANDAYS ................................ 22


3.3.5 EQUIPMENT QUALIFICATION CRITERIA (EQC) ............. 22
3.3.6 EQUIPMENT SUPPLIERS ............................. 22
3.3.7 SEALING SYSTEM SELECTION CRITERIA ................. 22
3.3.7.1 CENTRIFUGAL PUMPS ............................ 22
3.3.7.2 CENTRIFUGAL/SCREW COMPRESSORS .............. 23
3.3.7.3 ADDITIONAL EQUIPMENT .......................... 23
3.3.8 DRIVE ARRANGEMENT .............................. 23
3.3.9 COUPLINGS ....................................... 23
3.3.10 ALLOWABLE NOISE LEVEL ........................... 23
3.3.11 EQUIPMENT STORAGE ............................. 23
3.3.12 INITIAL FILL ...................................... 24
3.3.13 INSTALLATION CRITERIA ............................ 24
3.3.13.1 PUMPS ....................................... 24
3.3.13.2 COMPRESSORS ................................ 24
3.3.13.3 STEAM TURBINE GENERATORS .................... 24
3.3.13.4 DIESEL/GAS/CRUDE OIL ENGINE & GAS TURBINE DRIVEN
GENERATING SETS ................................... 24
3.3.13.5 GENERAL ..................................... 24
3.3.14 MATERIALS ...................................... 24
3.3.15 HEAT EXCHANGERS ............................... 24
3.3.15.1 LUBE OIL COOLERS ............................. 25
3.3.16 SAFETY ......................................... 25
3.3.17 INSPECTION AND TESTING .......................... 25
3.3.18 SCOPE OF SUPPLY AND WORK ....................... 25
3.3.19 INTERFACE ...................................... 25
3.3.20 ERECTION OF EQUIPMENT .......................... 25
3.4.0 SPECIFIC DESIGN REQUIREMENTS ........................ 25
3.4.1 CENTRIFUGAL PUMPS ............................... 25
3.4.2 RECIPROCATING PUMPS ............................. 26
3.4.3 PACKAGED INTEGRALLY GEARED CENTRIFUGAL AIR
COMPRESSOR......................................... 26
3.4.4 RECIPROCATING COMPRESSORS ..................... 26
3.4.5 LIQUID RING VACUUM PUMPS/COMPRESSORS ............ 26
3.4.6 POSITIVE DISPLACEMENT (ROOTS TYPE) BLOWER ......... 26
3.4.7 SEALLESS PUMPS .................................. 26
3.4.8 CRYOGENIC PUMPS ................................ 26

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

Page 558 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 6 of 36

3.4.9 SPECIAL PURPOSE GEAR UNITS ....................... 27


3.4.10 ADDITIONAL EQUIPMENTS ........................... 27
3.5.0 OWNER / CLIENT SPECIFIC REQUIREMENTS ................. 27
3.6.0 MATERIAL HANDLING FACILITIES FOR NORMAL MAINTENANCE OF
EQUIPMENT .............................................. 27
3.6.1 MATERIAL HANDLING FACILITIES ...................... 27
3.7.0 SPARE PARTS ........................................ 27
3.7.1 MANDATORY SPARES ............................... 27
3.7.2 COMMISSIONING SPARES ............................ 28
3.7.3 RECOMMENDED SPARE PARTS FOR NORMAL OPERATION &
MAINTAINENCE ........................................ 28
3.7.4 SPECIAL TOOLS AND TACKLES ........................ 28
3.8.0 INSTRUMENTATION ASSOCIATED WITH EQUIPMENTS .......... 28
3.8.1 MACHINE HEALTH MONITORING THROUGH DEDICATED MACHINE
CONDITION MONITORING SYSTEM ......................... 28
3.8.2 MACHINE HEALTH MONITORING THROUGH PLC / DCS ...... 28
3.8.3 VIBRATION MONITORING INSTRUMENTATION ............. 28
3.8.4 TEMPERATURE MONITORING INSTRUMENTATION ......... 29
3.8.5 GENERAL INSTRUMENTATION ......................... 29
3.9 VENDOR DATA REQUIREMENT ............................. 29
4.0 MASS TRANSFER MECHANICAL EQUIPMENT .................... 30
4.1.0 TRAY AND TOWER INTERNALS ........................... 30
4.1.1 SCOPE........................................... 30
4.1.2 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS .... 30
4.1.2.1 ABBREVIATIONS ................................ 30
4.1.2.2 CODES & STANDARDS / PUBLICATIONS ............... 30
4.1.3 USAGE OF EXISTING INTERNALS(FOR REVAMP CASE) ...... 30
4.1.4 TECHNICAL/DESIGN CONSIDERATIONS .................. 30
4.1.4.1 PROCESS PARAMETERS, DESIGN CONDITIONS & SELECTION
OF INTERNAL ........................................ 30
4.1.4.2 MECHANICAL REQUIREMENTS ..................... 30
4.1.4.2.1 DESIGN LOADING ............................ 30
4.1.4.2.2 ALLOWABLE STRESS AND DEFLECTION ........... 30
4.1.4.2.3 MATERIALS ................................. 30
4.1.4.2.4 MINIMUM THICKNESS OF INTERNALS ............. 30
4.1.4.2.5 CORROSION ALLOWANCE ...................... 31
4.1.5 ARRANGEMENT / DETAIL OF INTERNALS ................. 31
4.1.5.1 TRAYS ........................................ 31
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Page 559 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 7 of 36

4.1.5.2 PACKING ...................................... 31


4.1.5.3 SUPPORT PLATE ................................ 31
4.1.5.4 DISTRIBUTOR / REDISTRIBUTOR .................... 31
4.1.5.5 FLASH FEED DISTRIBUTOR ........................ 31
4.1.6 FABRICATION ..................................... 31
4.1.6.1 TOLERANCE ................................... 31
4.1.6.2 WELDING ...................................... 32
4.1.6.3 MISCELLANEOUS ................................ 32
4.1.7 SPARE PARTS ..................................... 32
4.1.7.1 MANDATORY SPARES ............................ 32
4.1.7.2 ERECTION & COMMISSIONING SPARES (CONSTRUCTIONAL
SPARES)............................................ 32
4.1.7.3 RECOMMENDED SPARES FOR NORMAL OPERATION &
MAINTENANCE ....................................... 32
4.1.8 OWNER / CLIENT SPECIFIC REQUIREMENTS .............. 32
4.1.9 EXECUTION PHILOSOPHY ............................ 32
4.1.10 SITE INSTALLATION AND SUPERVISION ................. 32
4.1.11 INSPECTION & TESTING............................. 32
4.1.11.1 GENERAL ..................................... 32
4.1.11.2 STAGEWISE INSPECTION DURING FABRICATION ....... 32
4.1.11.3 TRIAL ASSEMBLY ............................... 33
4.1.11.4 LEAK TESTING ................................. 33
4.1.11.5 DISTRIBUTOR PERFORMANCE TESTING ............. 33
4.1.11.6 SPRAY NOZZLES ............................... 33
4.2.0 CRUDE OIL DESALTER .................................. 33
4.2.1 SCOPE........................................... 33
4.2.2 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS .... 33
4.2.2.1 ABBREVIATIONS ................................ 33
4.2.2.2 CODES & STANDARDS / PUBLICATIONS ............... 33
4.2.3 GENERAL / DESIGN CONSIDERATIONS .................. 33
4.2.3.1 METEOROLOGICAL DATA ......................... 33
4.2.3.2 PROCESS DATA ................................. 33
4.2.4 SPECIFIC DESIGN REQUIREMENTS ..................... 34
4.2.5 TEST METHODS .................................... 34
4.2.6 OWNER / CLIENT SPECIFIC REQUIREMENTS .............. 34
4.2.7 VENDOR DATA REQUIREMENTS ....................... 34
4.2.8 SITE INSTALLATION AND SUPERVISION.................. 34

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

Page 560 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 8 of 36

4.2.9 SAFETY .......................................... 34


4.2.10 SPARE PARTS .................................... 34
4.2.10.1 MANDATORY SPARES ........................... 34
4.2.10.2 ERECTION & COMMISIONING SPARES ............... 34
4.2.10.3 SPECIAL TOOLS & TACKLES ...................... 34
4.2.11 PROCUREMENT PHILOSOPHY ........................ 34
4.2.12 EXECUTION PHILOSOPHY ........................... 35
4.2.13 INSPECTION ..................................... 35
4.3.0 VACUUM EJECTOR SYSTEM ............................. 35
4.3.1 SCOPE........................................... 35
4.3.2 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS .... 35
4.3.2.1 ABBREVIATIONS ................................ 35
4.3.2.2 CODES & STANDARDS / PUBLICATIONS ............... 35
4.3.3 GENERAL / DESIGN CONSIDERATIONS .................. 35
4.3.3.1 EJECTOR DESIGN CRITERIA ....................... 35
4.3.3.2 EJECTOR SYSTEM DESIGN CRITERIA ................ 35
4.3.4 SPECIFIC DESIGN REQUIREMENTS ..................... 35
4.3.4.1 CONDENSERS .................................. 35
4.3.4.2 VACUUM PUMP SYSTEM .......................... 35
4.3.5 PROCUREMENT PHILOSOPHY ......................... 36
4.3.6 OWNER / CLIENT SPECIFIC REQUIREMENTS .............. 36
4.3.7 VENDOR DATA REQUIREMENT ........................ 36
4.3.8 SPARES PHILOSOPHY ............................... 36
4.3.8.1 ERECTION & COMMISSIONING SPARES (Ejector, Condenser &
Separator) ........................................... 36
4.3.8.2 MANDATORY SPARES (Ejector, Condenser & Separator) .... 36
4.3.9 EXECUTION PHILOSOPHY ............................ 36
4.3.10 INSPECTION METHODOLOGY ........................ 36

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

Page 561 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 9 of 36

1.0 STATIC EQUIPMENT

1.1.0 SCOPE

This Specification covers the design criteria for the purpose of carrying out Engineering for
Procurement of various static equipment required including requirements with regard to
spare parts & special tools.

Electrical items, Instrumentation & Controls, Piping, Rotating Equipment etc. associated with
Static Equipment shall comply with the design requirements as given in the respective
discipline specifications.

1.2.0 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS

1.2.1 ABBREVIATIONS

Code Description
SMPV Static and Mobile Pressure Vessel
MDMT Minimum Metal Design Temperature
CA Corrosion Allowance

1.2.2 CODES & STANDARDS / PUBLICATIONS

The following codes and standards in their latest edition including latest addenda as on the
date of first issue of this design basis shall be followed unless otherwise specified in the
requisition for the design, fabrication, inspection and testing of Vessels, Spheres, Storage
Tanks:

S.No. Description Standards / Codes Edition


1 For Pressure Vessels ASME SEC. VIII DIV.1 Latest
3 For Pressure vessels ASME SEC. VIII DIV.2 Latest
5 For Atmospheric Storage Tanks API 650/IS: 803 Latest
6 For Low Pressure Storage Tanks API 620 Latest
7 For Tank Inspection, Repair, API 653 Latest
Alteration & Reconstruction
8 For workmanship of Vessels not ASME SEC. VIII DIV.1 Latest
categorized under any other
code
9 For Mounded Vessel ASME SEC. VIII Latest
DIV.2/PD 5500/EEUMA
190
10 For material specification ASME SEC. II Latest
11 For material specification ASTM/IS Latest
12 For wind load consideration IS:875/SITE DATA Latest
13 For seismic design consideration IS:1893/SITE DATA Latest
14 For welding ASME SEC. IX Latest
15 For flanges ASME B 16.5 Latest
16 For large diameter flanges ASME B 16.47 Latest
17 For gaskets ASME B 16.20/ B 16.21 Latest
18 Materials Resistant to Sulfide NACE MR 0103 Latest
Stress Cracking in Corrosive
Petroleum Refining
Environments.

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

Page 562 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 10 of 36

S.No. Description Standards / Codes Edition


19 Petroleum and natural gas NACE MR 0175/ ISO Latest
industries - Materials for use in 15156
H2S containing environments in
oil and gas production
20 Local Stresses in Spherical & WRC Bulletin #107 Latest
Cylindrical Shells due to External
Loadings
21 Local Stresses in Cylindrical WRC Bulletin #297 Latest
Shells due to External Loadings
on Nozzles
22 Methods and Controls to Prevent NACE-RP-0472 Latest
in-Service Environmental
Cracking of Carbon Steel
Weldments in Corrosive
Petroleum Refining
Environments

STATUTORY PROVISIONS

National laws and statutory provisions such as Indian Boiler Regulation and Petroleum and
Explosives Safety Organization, Nagpur, India together with any local by-laws for the state
shall be complied with. Static and Mobile Pressure Vessel (SMPV) rules and OISD norms as
applicable shall also be complied with.

1.3.0 GENERAL / DESIGN CONSIDERATIONS

S.No. Project Philosophy


1 Equipment shall be designed in compliance with the latest design code requirements
and applicable standards/ specifications. All design calculations shall be performed
considering all applicable loads for erection, operating and hydro test conditions.

1.3.1 EQUIPMENT SIZING

S.No. Equipment Type Project Philosophy


1 Vessels Based on inside diameter (Based on OD
for vessels fabricated from pipe).

1.3.2 MINIMUM SHELL / HEAD THICKNESS

S.No. Project Philosophy


1 Minimum thickness of equipment wall/components shall be as given below:
1.1 For carbon and low alloy steel vessels - 6mm (For corrosion allowance upto 3.0 mm.
In case of higher corrosion allowance, thickness to be increased accordingly), but
not less than that calculated as per following

For diameters less than 2400 mm


Wall thickness = (Dia./1000) + 1.5 + CA (if any)

For diameters 2400 mm and above


Wall thickness = (Dia./1000) + 2.5 + CA (if any)

All dimensions are in mm.

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

Page 563 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 11 of 36

S.No. Project Philosophy


1.2 For Storage tanks Minimum thickness shall not be less than those indicated in
applicable design code nor less than the mentioned below
1) Shell-6mm

2) Bottom (Sketch/annular) plate 8mm/10mm

3) Roof-6mm

1.3.3 EQUIPMENT END CLOSURES

S.No. Project Philosophy


1 Unless specified otherwise, Deep Torispherical Dished End with 80 % crown radius
and 15% knuckle radius or alternatively 2:1 semi Ellipsoidal Dished End shall be
used for pressure vessels.
2 Hemispherical Ends shall be considered when the thickness of shell exceeds 70
mm.
3 Flanged Covers (consisting of standard forged WN flanges and blind flange as per
ASME B16.5/16.47) shall be used for Vessels/Columns of Diameter <= 900mm
having internals.

1.3.4 DESIGN PRESSURE

S.No. Project Philosophy


1 Design pressure shall be as per Process datasheet. If design pressure is not
specified in Process datasheet, the same shall be as per BEDP.
2 Design pressure specified shall be at the highest point of equipment. The design
pressure at any lower point is to be determined by adding the maximum operating
liquid head and any existing pressure gradient within the equipment (like differential
pressure as mentioned in Process Data Sheet , pressure exerted by
catalyst/packing).
3 Equipment shall be designed for steam out conditions as specified by process data
sheet.

1.3.5 TEST PRESSURE

S.No. Project Philosophy


1 Unless specified otherwise, equipment shall be hydrostatically tested in the
fabricator''s shop/site as per design code.
2 Unless otherwise specified in applicable design code allowable stress during hydro
test in tension shall not exceed 90% of yield point.
3 Storage tanks shall be tested as per applicable code.

1.3.6 DESIGN TEMPERATURE

S.No. Project Philosophy


1 Design Temperature shall be as per Process datasheet. If design temperature is not
specified in Process datasheet the same shall be as per BEDP.
2 Unless otherwise specified in process datasheet, Minimum Metal Design
Temperature (MDMT) shall be lower of minimum atmospheric temperature and
minimum temperature envisaged during operation.

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

Page 564 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 12 of 36

1.3.7 CORROSION ALLOWANCE

S.No. Project Philosophy


1 Corrosion allowance shall be as per Process datasheet. If Corrosion allowance is
not specified in Process datasheet the same shall be as per BEDP.
2 Corrosion allowance for nozzles and manhole neck shall be at least equal to that
specified for the equipment. No Corrosion allowance is required for flange faces.
3 Removal CS/LAS internal parts bolted or clamped-in-place, shall have extra
thickness equal to half of specified corrosion allowance over each exposed surface
unless otherwise specified.
4 Fixed CS/LAS internal parts shall have extra thickness equal to specified corrosion
allowance over each exposed surface, unless otherwise specified.

1.3.8 WIND CONSIDERATION

S.No. Project Philosophy


1 Wind load shall be calculated on the basis of IS 875.

a) Drag coefficient for cylindrical vessels shall be 0.7 minimum.


b) Basic wind speed of 44 m/s shall be considered
c) Other factors shall be as below
K1 = 1.0
K2 shall be based on Category 3 for units and 2 for offsite
K3 = 1.0
A contingency factor of 1.1 shall be applied to wind pressure.

1.3.9 EARTHQUAKE CONSIDERATION

S.No. Project Philosophy


1 Earthquake loads for equipment shall be calculated in accordance with IS 1893 /site-
specific seismic spectra as specified in the project specification.

1.3.10 CAPACITY

S.No. Equipment Type Project Philosophy


1 Bullets (above ground or underground)
1.1 Nominal capacity is the geometric
capacity of Bullet.
1.2 Stored capacity shall be 85% of nominal
capacity.

1.3.11 SUPPORTS

S.No. Project Philosophy


NOT APPLICABLE

1.3.12 MANHOLES

1. Vessels with diameter from 900 mm up to 1200 mm shall be provided with min. 500 NB
manholes. For vessels and with diameter greater than 1200 mm manhole size shall be 600
NB min. Manhole size shall be increased (if required) to facilitate easy passage of
removable internals.

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

Page 565 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 13 of 36

1.3.13 FLOATING ROOF

NOT APPLICABLE

1.3.14 FLANGES

S.No. Project Philosophy


1 Nozzle flanges up to 600 NB shall be as per ASME B16.5 and above 600 NB shall
be as per ASME B 16.47 (SERIES 'B') except that for high pressure heat exchanger.
Non-standard flanges shall be designed as per ASME Sec. VIII Div. 1.
2 Unless otherwise specified, W.N. Flanges shall be used for all classes.

1.3.15 INTERNALS

S.No. Project Philosophy


1 Unless otherwise specified removable internals shall be bolted type and material of
bolting shall be stainless steel TP 304.

1.3.16 PIPE DAVIT

S.No. Project Philosophy


NOT APPLICABLE

1.3.17 VENT/DRAIN NOZZLE CONNECTIONS

S.No. Project Philosophy


NOT APPLICABLE

1.3.18 MP CONNECTIONS FOR PG/TI

S.No. Equipment Type Project Philosophy


NOT APPLICABLE NOT APPLICABLE

1.3.19 IMPORTANT CONSIDERATIONS

S.No. Project Philosophy


1 All vessels shall be capable of withstanding water full condition during system
testing in corroded condition.
2 In addition, all vessels, shall be designed so as to permit site testing of the
equipment with water at the test pressure on the top of the equipment considering
33% of design wind load. The design shall be based on fully corroded condition.

1.3.20 HEAT EXCHANGERS

S.No. Type Project Philosophy


NOT APPLICABLE

1.3.21 AIR COOLERS

S.No. Type Project Philosophy

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

Page 566 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 14 of 36

S.No. Type Project Philosophy


NOT APPLICABLE

1.3.22 BOUGHT OUT SUPPLIERS

As per approved Project Vendor List.

1.4.0 SPECIFIC DESIGN REQUIREMENTS

1.4.1 LPG STORAGE SPHERES/BULLETS

S.No. Project Philosophy


NOT APPLICABLE

1.4.2 TALL COLUMNS

S.No. Type Project Philosophy


NOT APPLICABLE

1.4.3 STORAGE TANKS

S.No. Project Philosophy


NOT APPLICABLE

1.4.4 MOUNDED BULLET

S.No. Type Project Philosophy


1 Cathodic Protection Impressed current cathodic protection system shall
be designed and installed as per the EIL
Specification.
2 External Coating Applied protection shall be fully tested for absence of
holidays using high voltage spark tester.
3 Internal Coating Bottom 90 Deg. of internal surface of vessel shall be
coated with anti-corrosion coating suitable for stored
product.
4 Location / Spacing of Minimum spacing of vessels and other safety
Vessels regulation shall be as per OISD - STD- 150.
5 Mound Load
5.1 Weight of mound shall be calculated for saturated
mound and specific gravity of mound shall be taken
not less than 2.0 for this purpose. Load of mound on
a vessel shall be calculated with arching effect.
5.2 Mound depth above top of the vessel shall be as per
OISD-STD-150 and load shall be as per EEMUA-
190.

1.4.5 REACTORS

S.No. Project Philosophy


NOT APPLICABLE

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

Page 567 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 15 of 36

1.4.6 SILENCERS/VENT SILENCERS

S.No. Project Philosophy


NOT APPLICABLE

1.5.0 OWNER / CLIENT SPECIFIC REQUIREMENTS

S.No. Description Selected Option Remarks


1 Storage Tanks
1.1 Type of External Floating NOT APPLICABLE NOT APPLICABLE
Roof/ Internal Floating
Roof
1.2 Primary Drain NOT APPLICABLE NOT APPLICABLE
1.3 Primary Seal NOT APPLICABLE. NOT APPLICABLE.
1.4 Type of Floating Roof ( for Not Applicable. Not Applicable.
conversion of existing cone
roof to covered floating
roof )
1.5 Requirement of primary No No
drain for internal floating
roof tanks
1.6 Steps/Platforms Painted NOT APPLICABLE
Or
Hot dip Galvanized,Bolting
to be electrogalvanised
1.7 Hand Railing on Tanks GI pipe bolted to NOT APPLICABLE
stairway,Bolting to be
electrogalvanised
Or
CS with Painting
1.8 Clean out Doors for tanks Not Applicable. Not Applicable.
1.9 Minimum size of Shell 20" NB / 24" NB / 30" NB NOT APPLICABLE
manholes
1.10 Minimum size of Roof 20" NB / 24" NB / 30" NB NOT APPLICABLE
manholes

1.11 Camouflage painting Not Required Not Required


requirement meeting
Defence/Strategic Location
1.12 Under tank leak detection Not Required Not Required
and subgrade protection
for caustic & alkaline tanks
1.13 Emergency overflow slots Not Required Not Required
for internal floating roof
tanks (non-pressure type)
1.14 Emergency drain for single Not Required Not Required
deck External Floating
Roof tanks
1.15 Pipe davit Not Required Not Required
2 Air Cooler Not Applicable.
2.1 Roof on air cooler tube Not Required Not Applicable.
bundle
3 Heat Exchangers Not Applicable.
3.1 Tube bundle extractor Not Required Not Applicable.

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

Page 568 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 16 of 36

Any other specific requirement of Owner:

1.6.0 MATERIAL HANDLING FACILITIES FOR NORMAL MAINTENANCE OF


EQUIPMENT

1.6.1 TUBE BUNDLE EXTRACTOR

1.7.0 SPARE PARTS

1.7.1 MANDATORY SPARES

S.No. Equipment Type Project Philosophy


1 Vessels Gaskets : Two sets for each installed
gasket.
Fasteners : 10% (Min. 2 in each size) of
installed fasteners
Sight/Light Glass : 4 sets for each
installed glass.

1.7.2 COMMISSIONING SPARES

Commissioning Spare Parts shall be procured along with the main equipment as per
equipment manufacturer's recommendations. The list of such recommended spares shall be
obtained along with the offer. Any commissioning spare consumed over and above the
recommended commissioning spares, during commissioning shall be supplied free of cost
by the equipment vendor. Any leftover (unused) spares after commissioning, out of those
included by vendor in his offer, shall be handed over to the owner.

1.7.3 RECOMMENDED SPARES FOR NORMAL OPERATION & MAINTENANCE

As per static equipment manufacturer's recommendations, a quotation for spare parts for
two-years normal operation (over and above mandatory spares) along with unit price shall
be obtained with the proposal for customer to order the same separately.

1.7.4 SPECIAL TOOLS AND TACKLES

Special Tools and Tackles shall be procured along with the main equipment as per
equipment manufacturer's recommendations. The list of such recommended special
tools/tackles shall be obtained along with the offer.

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

Page 569 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 17 of 36

2.0 PACKAGE EQUIPMENT

2.1.0 SCOPE

NOT APPLICABLE

2.2.0 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS

2.2.1 ABBREVIATIONS

2.2.2 CODES & STANDARDS / PUBLICATIONS

NOT APPLICABLE

STATUTORY PROVISIONS

National laws and statutory provisions, such as, Department of Explosives, Nagpur, India,
together with any local by-laws for the State shall also be complied with.

2.3.0 GENERAL / DESIGN CONSIDERATIONS

NOT APPLICABLE

2.4.0 SPECIFIC DESIGN REQUIREMENTS

2.4.1 VAPOUR RECOVERY SYSTEM

2.4.1.1 GENERAL

S.No. Project Philosophy


NOT APPLICABLE

2.4.1.2 INDOOR DESIGN CONDITIONS

NOT APPLICABLE

2.4.1.3 OUTDOOR DESIGN CONDITIONS

NOT APPLICABLE

2.4.1.4 OUTDOOR AIR QUALITY

NOT APPLICABLE

2.4.1.5 ADDITIONAL DESIGN REQUIREMENT

NOT APPLICABLE

2.4.2 BASKET FILTER

NOT APPLICABLE

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

Page 570 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 18 of 36

2.4.3 BELT CONVEYORS (CONVENTIONAL TYPE)

NOT APPLICABLE

2.4.4 BELT FEEDER

NOT APPLICABLE

2.4.5 CARTRIDGE FILTER

NOT APPLICABLE

2.4.6 CHAIN PULLEY BLOCK

NOT APPLICABLE

2.4.7 COKE DRUM UNHEADING SYSTEMS

NOT APPLICABLE

2.4.8 CRYOGENIC AIR SEPARATION PLANT

NOT APPLICABLE

2.4.9 DUST COLLECTION SYSTEM: BAG FILTER TYPE

NOT APPLICABLE

2.4.10 ELECTRIC TRACTION LIFT

NOT APPLICABLE

2.4.11 ELECTRIC WIRE ROPE HOIST

NOT APPLICABLE

2.4.12 EOT & HOT CRANE

NOT APPLICABLE

2.4.13 FEED FILTER

NOT APPLICABLE

2.4.14 FILTER SEPERATOR/COALESCER

NOT APPLICABLE

2.4.15 FLARE STACK COMPONENTS

NOT APPLICABLE

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

Page 571 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 19 of 36

2.4.16 HYDRAULIC DECOKING SYSTEM

NOT APPLICABLE

2.4.17 INSTRUMENT AIR DRYER

NOT APPLICABLE

2.4.18 LOADING ARM

NOT APPLICABLE

2.4.19 PASTILLATOR

NOT APPLICABLE

2.4.20 PIPE CONVEYER

NOT APPLICABLE

2.4.21 PRESSURISATION AND VENTILATION SYSTEM

NOT APPLICABLE

2.4.22 PSA HYDROGEN PLANT

NOT APPLICABLE

2.4.23 PSA NITROGEN PLANT

NOT APPLICABLE

2.4.24 REFRIGERATION SYSTEM (FOR PROCESS APPLICATIONS)

NOT APPLICABLE

2.4.25 ROLL CRUSHER

NOT APPLICABLE

2.4.26 STACKER CUM RECLAIMER

NOT APPLICABLE

2.4.27 TERTIARY SEPARATOR SYSTEM

NOT APPLICABLE

2.4.28 WEIGH BRIDGE-RAIL (IN-MOTION TYPE)

NOT APPLICABLE

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

Page 572 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 20 of 36

2.4.29 WEIGH BRIDGE (ROAD)

NOT APPLICABLE

2.4.30 BAGGING AND PALLETISATION UNIT

NOT APPLICABLE

2.4.31 EXTRUSION AND PELLETIZATION SYSTEM

NOT APPLICABLE

2.4.32 PNEUMATIC CONVEYING SYSTEM

NOT APPLICABLE

2.4.33 ADDITIONAL PACKAGE/EQUIPMENT

NOT APPLICABLE

2.5.0 OWNER / CLIENT SPECIFIC REQUIREMENTS

NOT APPLICABLE

2.6.0 MATERIAL HANDLING FACILITIES FOR NORMAL MAINTENANCE OF


EQUIPMENT

NOT APPLICABLE

2.7.0 SPARE PARTS

NOT APPLICABLE

2.7.1 MANDATORY SPARES

NOT APPLICABLE

2.7.2 COMMISSIONING SPARES

NOT APPLICABLE

2.7.3 RECOMMENDED SPARES FOR NORMAL OPERATION & MAINTENANCE

NOT APPLICABLE

2.7.4 SPECIAL TOOLS AND TACKLES

NOT APPLICABLE

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

Page 573 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 21 of 36

3.0 ROTATING EQUIPMENT

3.1 SCOPE

This Specification covers the design criteria for the purpose of carrying out Engineering for
Procurement of various rotating equipment required including requirements with regard to
spare parts & special tools. Electrical items, Instrumentation & Controls, Piping, Pressure
Vessels, Heat exchangers etc. associated with rotating equipment shall comply with the
design requirements as given in the respective discipline specifications.

3.2 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS

3.2.1 ABBREVIATIONS

Code Description
API American Petroleum Institute
EDB Engineering Design Basis
EQC Equipment Qualification Criteria
MOC Material of Construction
MVL Master Vendor List
PMC Project Management Consultant / Consultancy
PTR Proven Track Record
QAP Quality Assurance Plan
SPRV Single Point Responsibility Vendor
SQT Seal Qualification Test

3.2.2 CODES & STANDARDS / PUBLICATIONS

International Standards/Codes along with applicable EIL Standard Specifications as per the
table given below shall be the basis of design, selection, manufacture, inspection/testing of
the equipment.

For design aspects not specifically covered by Data Sheets, Specifications, Codes and
Standards or Regulations, the design shall be based on good engineering practice.

S.No. Description Standards / Codes Edition Note


A PUMPS
i Centrifugal Pumps API Std. 610 11th Note-1
(Special Purpose edition
Process Service)
ii Shaft sealing for API Std. 682 4th
centrifugal & rotary edition
pumps

Notes:
1 LPG loading pumps are special purpose process service pumps which are meant for
hydrocarbon process service.

3.3.0 GENERAL / DESIGN CONSIDERATIONS

3.3.1 UNIT RESPONSIBILITY

S.No. Equipment Type Unit Responsibility

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

Page 574 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 22 of 36

S.No. Equipment Type Unit Responsibility


3.3.1.1 Centrifugal pumps Unit responsibility shall rest with the driven equipment
manufacturer, who shall also be the SPRV (Single Point
Responsibility Vendor) for the complete equipment unit
including driver, driven equipment & all other associated
auxiliary systems, instrumentation & controls etc. All
Rotating Equipment drivers shall be procured from the
respective driven equipment manufacturers.

3.3.2 UNITISATION

Rotating equipment units shall be unitised along with their respective drivers as under:

S.No. Equipment Unit Unitisation Location


3.3.2.1 Centrifugal pumps At pump manufacturer''s works

3.3.3 EQUIPMENT SELECTION AND SIZING CRITERIA

S.No. Project Philosophy


3.3.3.1 Selection of Rotating Equipment shall be based upon the following considerations:
- Suitability for the specified duty conditions
- Standard Models under vendor''s regular range of manufacture
- Proven Track record as specified under qualification criterion
3.3.3.2 All pumps & drivers including gear units and couplings (if any) shall be designed to
perform satisfactorily under specified start up condition, part load operation,
maximum differential pressure operation & relief valve set pressure and up to full
speed.
3.3.3.3 Maximum Allowable Working Pressure & Temperature of the rotating equipment
shall be most stringent out of : - Design pressure & temperature as specified in
mechanical/process datasheets

3.3.4 ECONOMIC COMPARISION OF VENDORS OFFER

3.3.4.1 NO OF MANDAYS

3.3.5 EQUIPMENT QUALIFICATION CRITERIA (EQC)

All Rotating Equipment shall meet the EQC as specified in the standard specification/job
specification of the relevant rotating equipment, as applicable. Rotating Equipment Vendor
shall complete the Experience Record Proforma enclosed with the inquiry document to
amply prove that the offered Rotating Equipment meet the EQC for technical acceptance.

3.3.6 EQUIPMENT SUPPLIERS

The equipment shall be sourced from one of the EIL approved suppliers only.

3.3.7 SEALING SYSTEM SELECTION CRITERIA

3.3.7.1 CENTRIFUGAL PUMPS

S.No. Project Philosophy


a The type of mechanical seal (i.e. single or dual un-pressurised / pressurised) shall
be as defined in the process package.

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

Page 575 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 23 of 36

S.No. Project Philosophy


b Unless otherwise specified, mechanical seals shall conform to API Standard 682,
4th edition for centrifugal pumps.
c Seal Qualification tests (SQT) shall have been conducted on the proposed
mechanical seal model(s) for standard API 682 seals.
d Mechanical seals to be suitable for maximum shut off pressure/casing design
pressure under static conditions.
e In case the offered mechanical seal is intended to be supplied by the Indian
counterparts of the seal manufacturers, following requirements shall be met: - For
standard mechanical seals, for which SQT has been conducted by the principals,
critical components such as Bellows, Springs and Seal Faces shall be sourced from
their principals. - For Engineered seals, the complete mechanical seal along with
sleeve and gland plate shall be sourced from their principals or from their own
manufacturing works subject to availability of PTR.
f Seal & seal system shall be procured from EIL approved supplier only.

3.3.7.2 CENTRIFUGAL/SCREW COMPRESSORS

S.No. Project Philosophy


a Not Applicable

3.3.7.3 ADDITIONAL EQUIPMENT

S.No. Project Philosophy


a Not Applicable

3.3.8 DRIVE ARRANGEMENT

S.No. Project Philosophy


a All pumps shall be directly driven.

3.3.9 COUPLINGS

S.No. Project Philosophy


1 Unless otherwise specified, Couplings shall be of metallic, non-lubricated, flexible
element type (i.e. either diaphragm or discs) with spacer, for all equipment. All
coupling models shall be selected for a minimum service factor of 1.5 over driver
rating.DBSE shall be more than the seal cartridge length. Removable coupling guard
shall be provided for all pumps (Horizontal/vertical) which shall be fabricated from
non-sparking material. For horizontal pumps, coupling guard shall be open at the
bottom to permit manual shaft rotation. The same shall be sufficiently rigid to
withstand deflections as a result of bodily contact of nominally 100 kg(not applicable
for vertical pumps)

3.3.10 ALLOWABLE NOISE LEVEL

S.No. Project Philosophy


1 Equipment noise level (Driver + Driven equipment train + auxiliaries) shall not
exceed 85 dBA when measured at One-meter distance from the equipment skid in
any direction.

3.3.11 EQUIPMENT STORAGE

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

Page 576 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 24 of 36

All pumps shall be packed (export boxing) for an outside storage period of at least 12
months.

The following shall be ensured before dispatch of rotating equipment: - All the openings shall
be plugged and sealed conditions during dispatch.
- Instruments shall be removed from the main equipment and dispatched separately to avoid
damage to these components while transportation handling and erection.
- In addition to normal packing the pump and motor skids shall be separately covered with
transparent polyethene cover with opening of piping.

3.3.12 INITIAL FILL

Consumables, Lubricants etc. required for pre-commissioning, commissioning including first


fill for LPG loading pumps are included in contractor scope as part of composite tender.

3.3.13 INSTALLATION CRITERIA

3.3.13.1 PUMPS

S.No. Project Philosophy


i All pumps shall be suitable for outdoor installation. No equipment shelter is
envisaged. However, Piping dept EDB shall be followed.

3.3.13.2 COMPRESSORS

S.No. Project Philosophy


i Not Applicable

3.3.13.3 STEAM TURBINE GENERATORS

S.No. Project Philosophy


i Not applicable

3.3.13.4 DIESEL/GAS/CRUDE OIL ENGINE & GAS TURBINE DRIVEN


GENERATING SETS

S.No. Project Philosophy


i Not applicable

3.3.13.5 GENERAL

S.No. Project Philosophy


i Not applicable

3.3.14 MATERIALS

The material of construction of the wetted parts of rotating equipment shall be as specified in
the process package.

3.3.15 HEAT EXCHANGERS

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

Page 577 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 25 of 36

3.3.15.1 LUBE OIL COOLERS

S.No. Project Philosophy


i Not applicable

3.3.16 SAFETY

S.No. Project Philosophy


a Equipment design and engineering shall incorporate adequate safety features [as
per applicable specifications of respective equipment as well as environment codes
(if any) & standards applicable for the subject project] to provide protection to
equipment and environment.
b Thermal relief valves shall be provided for components that may be blocked in by
isolation valves (including any cooling water return circuit piping of a cooler or a
jacket).
c All electrical components & installations, instruments shall be suitable for the
electrical area classification and grouping in which the equipment is installed.

3.3.17 INSPECTION AND TESTING

S.No. Project Philosophy


a Each pump shall be subjected to mechanical run test at vendor''s works.
b Each pump shall be subjected to a performance test at vendor''s works
c All other requirement with regard to inspection & testing shall be as specified in the
inquiry document.

3.3.18 SCOPE OF SUPPLY AND WORK

Scope of supply and work shall be as indicated in the inquiry/bid document.

3.3.19 INTERFACE

Equipment nozzles especially at purchaser's interface shall be as per purchaser's piping


specifications. Matching companion flanges, gaskets, bolts & nuts etc. at ALL terminating
points requiring purchaser's interface shall be in Contractor scope(for LPG loading pumps).

3.3.20 ERECTION OF EQUIPMENT

Erection of all rotating equipment shall be carried out by the composite works contractor.
Supervision of equipment vendor shall be arranged by contractor & per diem rate shall be
paid by contractor.

3.4.0 SPECIFIC DESIGN REQUIREMENTS

Specific design Requirements shall be as indicated in the standard specifications for the
relevant rotating equipment. Refer Table-1 for the applicable standard specifications.

3.4.1 CENTRIFUGAL PUMPS

S.No. Project Philosophy

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

Page 578 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 26 of 36

S.No. Project Philosophy


- LPG loading pumps shall be of API 610 compliant .

- Suction flange rating shall be same as that of discharge flange for all pumps.
_ No cast iron pressure containing parts shall be used for hydrocarbon service except
for shaft driven lube oil pumps.
- Inducers shall not be used
- All rotating equipment base plates shall have jacking provision for aligning the prime
movers.
- Baseplate drain shall be provided with 2" flanged connection.
- For the bearing housings, a gate valve and a magnetic drain plug shall be provided
for inspecting the oil level while the pump is running.
- For the bearing housings, a gate valve and a magnetic drain plug shall be provided
for inspecting the oil level while the pump is running.
- All pumps shall be provided with constant level oiler (Alternate design may be
accepted based on PTR) & bearing isolators suitable for both oil mist as well as
normal splash lubrication. Bearing isolators shall be of non contact type and shall
meet the requirements of API 610.

3.4.2 RECIPROCATING PUMPS

S.No. Project Philosophy


i Not Applicable

3.4.3 PACKAGED INTEGRALLY GEARED CENTRIFUGAL AIR COMPRESSOR

S.No. Project Philosophy


i Not Applicable

3.4.4 RECIPROCATING COMPRESSORS

S.No. Project Philosophy


i Not Applicable

3.4.5 LIQUID RING VACUUM PUMPS/COMPRESSORS

S.No. Project Philosophy


i Not Applicable

3.4.6 POSITIVE DISPLACEMENT (ROOTS TYPE) BLOWER

S.No. Project Philosophy


i Not Applicable

3.4.7 SEALLESS PUMPS

S.No. Project Philosophy


i Not Applicable

3.4.8 CRYOGENIC PUMPS

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

Page 579 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 27 of 36

S.No. Project Philosophy


i Not Applicable

3.4.9 SPECIAL PURPOSE GEAR UNITS

S.No. Project Philosophy


i Not Applicable

3.4.10 ADDITIONAL EQUIPMENTS

S.No. Project Philosophy


i Not applicable

3.5.0 OWNER / CLIENT SPECIFIC REQUIREMENTS

S.No. Project Philosophy


- Client to provide if any

Notes:

3.6.0 MATERIAL HANDLING FACILITIES FOR NORMAL MAINTENANCE OF


EQUIPMENT

3.6.1 MATERIAL HANDLING FACILITIES

Equipment layout shall incorporate adequate maintenance platforms, support structures,


hand rails, operational access, material handling facilities for inspection and maintenance of
equipment & for operation of these facilities. Non-skid decking covering all walk & work
areas shall be provided on top of the base plate, as required.

Material handling facilities for normal maintenance of rotating equipment shall be provided
as per the following criteria:

S.No. Type of Equipment Type of Maintenance Facility


a Centrifugal Pumps Refer Piping EDB

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

Note-2: Where the equipments are installed in open area, no permanently installed material
handling facility shall be provided.

3.7.0 SPARE PARTS

3.7.1 MANDATORY SPARES

Mandatory spares shall be procured along with the main equipment, if specified by the client.
Such spares for each equipment item shall be as per the below table. These spares include
only those spares, which are critical for equipment and require longer delivery periods.
Spare rotors where supplied shall be boxed in a metal containers for vertical storage with N2
purging. Unit price of each of the listed spares shall be indicated separately in the Proposal.

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

Page 580 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 28 of 36

S.No. Description Description of Mandatory Spares(Qty


per Item Tag No.)(i.e. Total qty for
working and standby)
# Centrifugal Vertical barrel Pumps 1 set of shaft & impellers + 1 set of
(Special Purpose Process Service) (LPG mechanical seals
loading pumps)

Notes:
1 The word "set" means the quantity required for full replacement of that part in one
machine.

3.7.2 COMMISSIONING SPARES

Commissioning Spare Parts shall be procured along with the main equipment as per
equipment manufacturer's recommendations. The list of such recommended spares shall be
obtained along with the offer. Any commissioning spare consumed over and above the
recommended commissioning spares, during commissioning shall be supplied free of cost
by the equipment vendor. Any leftover (unused) spares after commissioning, out of those
included by vendor in his offer, shall be handed over to the owner. For contractor's supplied
pumps, commissioning spares shall be arranged by contractor

3.7.3 RECOMMENDED SPARE PARTS FOR NORMAL OPERATION &


MAINTAINENCE

As per rotating equipment manufacturer's recommendations, a quotation for spare parts for
two-years normal operation (over and above mandatory spares) along with unit price shall
be obtained with the proposal for customer to order the same separately. For contractor's
supplied pumps, such quote shall be arranged by contactor

3.7.4 SPECIAL TOOLS AND TACKLES

Special Tools and Tackles shall be procured along with the main equipment as per
equipment manufacturer's recommendations. The list of such recommended special
tools/tackles shall be obtained along with the offer. For contractor's supplied pumps, special
tools and tackles shall be arranged by contractor

3.8.0 INSTRUMENTATION ASSOCIATED WITH EQUIPMENTS

3.8.1 MACHINE HEALTH MONITORING THROUGH DEDICATED MACHINE


CONDITION MONITORING SYSTEM

S.No. Project Philosophy


i Not Applicable

3.8.2 MACHINE HEALTH MONITORING THROUGH PLC / DCS

S.No. Project Philosophy


i Not applicable

3.8.3 VIBRATION MONITORING INSTRUMENTATION

Vibration monitoring instrumentation shall be provided as follows:

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

Page 581 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 29 of 36

S.No. Project Philosophy


i Not Applicable

3.8.4 TEMPERATURE MONITORING INSTRUMENTATION

For temperature monitoring instrumentation shall be fitted as follows:

S.No. Project Philosophy


i Not Applicable

3.8.5 GENERAL INSTRUMENTATION

S.No. Project Philosophy


- Refer Electrical Specifications for Instrumentation requirements w.r.t. motors.

3.9 VENDOR DATA REQUIREMENT

Vendor Data Requirement as indicated in the respective equipment Material Requisitions


shall be followed. Only critical vendor data/documents such as Equipment Data Sheets,
P&ID's, Foundation Drawing, Equipment Layout, Major Inspection & Test Procedures etc.
shall be taken for Owners/Consultant's review. All other drawings/documents shall be
retained for Owners/Consultant's records.

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

Page 582 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 30 of 36

4.0 MASS TRANSFER MECHANICAL EQUIPMENT

4.1.0 TRAY AND TOWER INTERNALS

4.1.1 SCOPE

NOT APPLICABLE

4.1.2 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS

4.1.2.1 ABBREVIATIONS

Code Description
NOT APPLICABLE

4.1.2.2 CODES & STANDARDS / PUBLICATIONS

NOT APPLICABLE

4.1.3 USAGE OF EXISTING INTERNALS(FOR REVAMP CASE)

NOT APPLICABLE

4.1.4 TECHNICAL/DESIGN CONSIDERATIONS

4.1.4.1 PROCESS PARAMETERS, DESIGN CONDITIONS & SELECTION OF


INTERNAL

As per BEDB & Process Datasheets

4.1.4.2 MECHANICAL REQUIREMENTS

4.1.4.2.1 DESIGN LOADING

S.No. Project Philosophy


NOT APPLICABLE

4.1.4.2.2 ALLOWABLE STRESS AND DEFLECTION

S.No. Project Philosophy


NOT APPLICABLE

4.1.4.2.3 MATERIALS

NOT APPLICABLE

4.1.4.2.4 MINIMUM THICKNESS OF INTERNALS

NOT APPLICABLE

(*10 USSG is also acceptable in lieu of 3.5 mm)


(** Random Packing thickness shall be suitable for test load comprising of dead weight of

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

Page 583 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 31 of 36

the packed bed + 10% liquid load. Maximum compression shall be limited to 5% of the bed
height without damaging the bottom packing.)

All bolting shall be minimum M10 for Internals and M16 for Lattice Girders. All bolt head/nuts
shall be hexagonal.

Minimum corroded thickness of the internals for the loading condition as per Clause 1.4.2.1
S. No. 4 Para (i) and (ii) above, shall be 3.0 mm.

4.1.4.2.5 CORROSION ALLOWANCE

S.No. Project Philosophy


NOT APPLICABLE

4.1.5 ARRANGEMENT / DETAIL OF INTERNALS

S.No. Project Philosophy


NOT APPLICABLE

4.1.5.1 TRAYS

S.No. Project Philosophy


NOT APPLICABLE

4.1.5.2 PACKING

S.No. Project Philosophy


NOT APPLICABLE

4.1.5.3 SUPPORT PLATE

S.No. Project Philosophy


NOT APPLICABLE

4.1.5.4 DISTRIBUTOR / REDISTRIBUTOR

S.No. Project Philosophy


NOT APPLICABLE

4.1.5.5 FLASH FEED DISTRIBUTOR

S.No. Project Philosophy


NOT APPLICABLE

4.1.6 FABRICATION

4.1.6.1 TOLERANCE

S.No. Project Philosophy


NOT APPLICABLE

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

Page 584 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 32 of 36

4.1.6.2 WELDING

S.No. Project Philosophy


NOT APPLICABLE

4.1.6.3 MISCELLANEOUS

S.No. Project Philosophy


NOT APPLICABLE

4.1.7 SPARE PARTS

4.1.7.1 MANDATORY SPARES

NOT APPLICABLE

4.1.7.2 ERECTION & COMMISSIONING SPARES (CONSTRUCTIONAL SPARES)

NOT APPLICABLE

4.1.7.3 RECOMMENDED SPARES FOR NORMAL OPERATION &


MAINTENANCE

NOT APPLICABLE

4.1.8 OWNER / CLIENT SPECIFIC REQUIREMENTS

S.No. Project Philosophy


NOT APPLICABLE

4.1.9 EXECUTION PHILOSOPHY

S.No. Project Philosophy


NOT APPLICABLE

4.1.10 SITE INSTALLATION AND SUPERVISION

S.No. Project Philosophy


NOT APPLICABLE

4.1.11 INSPECTION & TESTING

4.1.11.1 GENERAL

S.No. Project Philosophy


NOT APPLICABLE

4.1.11.2 STAGEWISE INSPECTION DURING FABRICATION

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

Page 585 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 33 of 36

S.No. Project Philosophy


NOT APPLICABLE

4.1.11.3 TRIAL ASSEMBLY

S.No. Project Philosophy


NOT APPLICABLE

4.1.11.4 LEAK TESTING

S.No. Project Philosophy


NOT APPLICABLE

4.1.11.5 DISTRIBUTOR PERFORMANCE TESTING

S.No. Project Philosophy


NOT APPLICABLE

4.1.11.6 SPRAY NOZZLES

S.No. Project Philosophy


NOT APPLICABLE

4.2.0 CRUDE OIL DESALTER

4.2.1 SCOPE

NOT APPLICABLE

4.2.2 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS

4.2.2.1 ABBREVIATIONS

Code Description
NOT APPLICABLE

4.2.2.2 CODES & STANDARDS / PUBLICATIONS

NOT APPLICABLE

4.2.3 GENERAL / DESIGN CONSIDERATIONS

4.2.3.1 METEOROLOGICAL DATA

NOT APPLICABLE

4.2.3.2 PROCESS DATA

NOT APPLICABLE

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

Page 586 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 34 of 36

4.2.4 SPECIFIC DESIGN REQUIREMENTS

S.No. Project Philosophy


NOT APPLICABLE

4.2.5 TEST METHODS

S.No. Project Philosophy


NOT APPLICABLE

4.2.6 OWNER / CLIENT SPECIFIC REQUIREMENTS

S.No. Project Philosophy


NOT APPLICABLE

4.2.7 VENDOR DATA REQUIREMENTS

NOT APPLICABLE

4.2.8 SITE INSTALLATION AND SUPERVISION

NOT APPLICABLE

4.2.9 SAFETY

S.No. Project Philosophy


NOT APPLICABLE

4.2.10 SPARE PARTS

4.2.10.1 MANDATORY SPARES

NOT APPLICABLE

Mandatory spares for Electrical and Instrumentation shall be as per Respective EDB / Job
specification.

4.2.10.2 ERECTION & COMMISIONING SPARES

NOT APPLICABLE

4.2.10.3 SPECIAL TOOLS & TACKLES

NOT APPLICABLE

4.2.11 PROCUREMENT PHILOSOPHY

S.No. Project Philosophy


NOT APPLICABLE

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

Page 587 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 35 of 36

4.2.12 EXECUTION PHILOSOPHY

S.No. Equipment Type Unit Responsibility


NOT APPLICABLE

4.2.13 INSPECTION

S.No. Project Philosophy


NOT APPLICABLE

4.3.0 VACUUM EJECTOR SYSTEM

4.3.1 SCOPE

NOT APPLICABLE

4.3.2 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS

4.3.2.1 ABBREVIATIONS

Code Description
NOT APPLICABLE

4.3.2.2 CODES & STANDARDS / PUBLICATIONS

NOT APPLICABLE

4.3.3 GENERAL / DESIGN CONSIDERATIONS

4.3.3.1 EJECTOR DESIGN CRITERIA

S.No. Project Philosophy


NOT APPLICABLE

4.3.3.2 EJECTOR SYSTEM DESIGN CRITERIA

S.No. Project Philosophy


NOT APPLICABLE

4.3.4 SPECIFIC DESIGN REQUIREMENTS

4.3.4.1 CONDENSERS

S.No. Project Philosophy


NOT APPLICABLE

4.3.4.2 VACUUM PUMP SYSTEM

S.No. Project Philosophy

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

Page 588 of 4396


Engineering Design Basi s (SME) Document No.
B471-000-80-42-EDB-1001
Rev No. A
Page 36 of 36

S.No. Project Philosophy


NOT APPLICABLE

4.3.5 PROCUREMENT PHILOSOPHY

S.No. Project Philosophy


NOT APPLICABLE

4.3.6 OWNER / CLIENT SPECIFIC REQUIREMENTS

S.No. Project Philosophy


NOT APPLICABLE

4.3.7 VENDOR DATA REQUIREMENT

NOT APPLICABLE

4.3.8 SPARES PHILOSOPHY

4.3.8.1 ERECTION & COMMISSIONING SPARES (Ejector, Condenser &


Separator)

4.3.8.2 MANDATORY SPARES (Ejector, Condenser & Separator)

NOT APPLICABLE

Spares for other items shall be as per other departments respective EDB’s. Special Tools &
Tackles shall be procured as per vendor recommendations.

4.3.9 EXECUTION PHILOSOPHY

S.No. Project Philosophy


NOT APPLICABLE

4.3.10 INSPECTION METHODOLOGY

S.No. Project Philosophy


NOT APPLICABLE

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

Page 589 of 4396


The drawing, design and details given below 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 written consent given by the lender to the

NOZZLES AND CONNECTIONS GENERAL NOTES SPECIFICATIONS DESIGN DATA


MARK QTY
NOM. SCH./ FLANGES PROJECTION PAD
SERVICE
UNLESS STATED OTHER WISE X DENOTES APPLICABLITY CODE ASME SEC VIII DIV.2 & OISD STD-150 (LATEST)
DIA THK. # CLASS TYPE FACING NOTE-4 WxT 1 ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED. X GENERAL SPEC. FOR PRESSURE VESSELS 6-12-0001 WORKING PRESSURE (kg/cm 2g) 9.7

F 1 150 120 300 SRWN RF REF DRG


REFER SHEET
FEED/RECIRCULATION
2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRE LINE. X SUPP. SPEC FOR PRESSURE VESSELS 6-12-0002 DESIGN PRESSURE (kg/cm g)2
14.5 (AT TOP) EXT. *#
4 OF 4 3 NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN VIEW. X STD. SPEC. FOR BQCS PLATES 6-12-0011 WORKING TEMPERATURE (0C) AMB. (6 - 47)

B 1 350
20
300 SRWN RTJ REF DRG
REFER SHEET BOTTOM OUTLET 4 (A) FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM VESSEL CENTER LINE X STD. SPEC. FOR STRUCTRAL QUALITY PLATES 6-12-0014 DESIGN TEMPERATURE 0
( C) (-)27 TO (+)55
THK. 4 OF 4 (PUMP SUCTION) (NOTE-10) TO FLANGE CONTACT FACE.
X SPEC. FOR MOUNDED PRESSURE VESSEL B471-046-80-42-SP-6001 MDMT ( 0C) (-)27
150 REFER SHEET LEVEL INSTRUMENT 4 (B) FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD T.L TO FLANGE B471-000-06-41-PCS-0001 & CORROSION ALLLOWANCE (mm) INT. 1.5 EXT. NIL *
LT3 1
(HOLD)
120 300 SRWN RF REF DRG 4 OF 4 (SERVO TYPE WITH 150NB STILL WELL) CONTACT FACE. X PROTECTIVE COATING SPECIFICATION 0002 TYPE OF HEAD HEMISPHERICAL, DOME:TORISPHERICAL

LT1 1
200
120 300 SRWN RF REF DRG
REFER SHEET LEVEL TRANSMITTER 5 THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER CONSTRUCTION. X SPEC. FOR CATHODIC PROTECTION B471-046-6-45-CPS-01 JOINT EFFICIENCY SHELL 1.0 HEAD 1.0
(HOLD) 4 OF 4 (RADAR TYPE WITH 200NB STILL WELL) RADIOGRAPHY SHELL FULL HEAD FULL
200 6 FLANGE GASKET FACE SHALL HAVE 125 AARH FINISH.
STANDARDS POST WELD HEAT TREATMENT YES (COMPLETE VESSEL)
LT2 1 120 300 SRWN RF REF DRG
REFER SHEET LEVEL TRANSMITTER
(HOLD) 4 OF 4 (RADAR TYPE WITH 200NB STILL WELL) 7 DIMENSIONS OF FLANGES FOR NOZZLES UPTO 600NB SHALL BE AS PER ANSI B16.5 X VESSEL TOLERANCES 7-12-0001 HEAT TREATMENT HEAD AS PER SPEC.
50.8 AND FOR NOZZLE ABOVE 600NB SHALL BE AS PER ASME B16.47 SERIES B UNLESS 7-12-0002 OPERATING MEDIUM LPG
PT 1 - 300 LWN RF REF DRG - PRESSURE TRANSMITTER SUPPORT FOR HORIZONTAL VESSEL
SPECIFIED OTHERWISE.
I.D. (WITH 50NB STILL WELL) WOODEN PILLOWS FOR SADDLE SUPPORT 7-12-0003 SP. GRAVITY 0.5-0.55
REFER SHEET MULTIPOINT TEMP. INST. 8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING ID OF NOZZLE SKIRT BASE DETAILS 7-12-0004 WIND SPECIFICATION ---
TE 1 80 160 300 SRWN RF REF DRG 4 OF 4 PIPE/SHELL. SEISMIC IS 1893 + SITE SPECTRA
(WITH 80NB STILL WELL) SKIRT OPENING DETAILS 7-12-0005
SV REFER SHEET 9 OPERATING WEIGHT PER VESSEL INCLUDES: ANGLE LEG SUPPORT 7-12-0006 CAPACITY (M ) 3
735 NOMINAL ** 600 STORED
2 200 120 300 SRWN RF REF DRG SAFETY VALVE(NOTE-17)
1-2 4 OF 4 i) ERECTION WEIGHT = 220,000 Kg PIPE LEG SUPPORT 7-12-0007 PAINTING/CLEANING AS PER PAINTING JOB SPEC.
M 24 REFER SHEET MANHOLE WITH BLIND ii) OPERATING LIQUID WEIGHT= 330,000 Kg BRACKET SUPPORT FOR VERTICAL VESSEL 7-12-0008 INSULATION THICKNESS (mm) NIL HOT COLD
2 800 300 SRWN RF REF DRG
1-2 THK 4 OF 4 FLANGE & DAVIT iii) PLATFORM/WALKWAY WT.=3000 Kg MANHOLE WITH HINGED COVER 7-12-0009 FIRE PROOFING (SEE NOTE-19) X YES NO

S 1
50.8
- 300 LWN RF REF DRG - SPARE WITH BLIND
10 BOTTOM ROV FLANGE TO BE MINIMUM 3 METER AWAY FROM THE VERTICAL X MANHOLE WITH DAVIT 7-12-0010 HYDROSTATIC TEST (kg/cm2g) HORIZONTAL VERTICAL (AT TOP)
I.D. SHADOW OF BULLET.
X LADDER RUNGS FOR MANHOLE/DEMISTER 7-12-0011 PRESSURE (NEW & COLD) 20.74 (AT TOP)
REFER SHEET 11 VORTEX BREAKER SHALL BE AS PER EIL STANDARD TYPE-2A. RETAINING PLATE 7-12-0012 INSPECTION BY EIL CIB TPIA
VB 1 200 120 300 SRWN RF REF DRG 4 OF 4
VAPOR BALANCE ALL WELD METAL & HAZ FOR PROCEDURE & PRODUCTION TEST COUPONS SHALL BE
12 NOZZLE REINFORCEMENT AND PROJECTION 7-12-0013 MATERIAL OF CONSTRUCTION
IMPACT TESTED AT (-)27°C. IMPACT STRENGTH SHALL MEET DESIGN CODE PAD NOZZLES FOR VESSELS 7-12-0014 (AS PER ASME / IS OR EQUIVALENT)
REQUIREMENT.
X STANDARD BOLT HOLE ORIENTATION 7-12-0015
13 EXTERNAL AND INTERNAL SURFACE PREPARATION AND PAINTING OF VESSEL SHALL ALLOY LINER DETAILS 7-12-0016 SHELL/BOOT @ SA-516 Gr.60
BE AS PER FOLLOWING JOB SPECIFICATIONS: 7-12-0017 REINFORCEMENT PAD/INSERT PLATE -
SIGHT GLASSES FOR PRESSURE VESSELS
(i) SPECIFICATION FOR SURFACE PREPARATION AND PROTECTIVE COATING SYSTEM: INTERNAL FLANGES 7-12-0018 HEADS @ SA-516 Gr.60
B471-000-06-41-PCS-0001.
X VORTEX BREAKERS 7-12-0019 SHELL FLANGES -
(ii) SPECIFICATION FOR EXTERNAL AND INTERNAL COATING SYSTEM OF MOUNDED INLET DEFLECTOR BAFFLE 7-12-0020 NOZZLE FLANGES & SR NOZZLE SA 350 GR LF2 CL 1
BULLETS: B471-000-06-41-PCS-0002. SUPPORT RING AND BOLTING BAR 7-12-0021 NOZZLE NECK EXTENSION SA 333 GR.6 /@ SA-516 Gr.60
(iii) WELDING AND INSPECTION OF MOUNDED BULLET B471-000-6-41-WSP-0001. SUPPORT RING SIZES FOR PACKED TOWERS 7-12-0022 NOZZLE NECK ABOVE 250 NB -
PIPE DAVIT 7-12-0023 PIPE FITTINGS SA 420 WPL6
14 THE RTJ FLANGE SHALL NOT HAVE HARDNESS GREATER THAT 140BHN AND 63 AARH LIFTING LUG TOP HEAD TYPE 7-12-0024 GASKET EXTERNAL REFER NOTE-15
FINISH. FIRE PROOFING AND INSULATION SUPPORTS 7-12-0025 GASKET INTERNAL -
15 OCTAGONAL RING TYPE GASKETS (AS PER ASME B16.20) FOR RTJ FLANGE X EARTHING LUG 7-12-0026 EXTERNAL STUDS/BOLTS/NUTS SA 320 GR.L7/SA 194 GR.7
MATERIAL=SOFT IRON (HARDNESS 90 BHN MAX.). FOR RF FLANGE, SS316 SPIRAL
WOUND WITH GRAFFOIL FILLER & CS CENTRE RING, DIMENSION TO ASME B16.20
X NAME PLATE 7-12-0027 INTERNAL STUDS/BOLTS/NUTS SS 304
X MANUFACTURER NAME PLATE 7-12-0028 SKIRT/ SUPPORT -
16 VESSEL SHALL BE COATED WITH ANTI CORROSIVE COATING SUITABLE FOR CAUSTIC X BRACKET FOR NAME PLATE 7-12-0029 SKIRT/ SUPPORT BASE -
AND H2S ENVIRONMENT AS PER OISD STD.EXTERNAL AND INTERNAL PAINTING OF 7-12-0030 INTERNAL PARTS (WELDED) @ SA-516 Gr.60/SA 333 GR.6 (SEAMLESS)
NAME PLATE FOR SMALL EQUIPMENT
VESSEL SHALL BE CARRIED OUT AS PER JOB SPECIFICATIONS, ENCLOSED IN THE
TENDER. (HOLD) X DETAILS OF FORGED NOZZLES 7-12-0031 INTERNAL PARTS (BOLTED) @ SA-516 Gr.60/SA 333 GR.6 (SEAMLESS)
X SUPPORTS FOR INTERNAL FEED PIPE 7-12-0032 CLIPS & ATTACHMENTS (EXTERNAL) @ SA-516 Gr.60/SA 333 GR.6 (SEAMLESS)
17 TWO NO. PSV (1W+1S) SHALL BE MOUNTED ON THE SAME NOZZLE 'SV' FOR EACH HOT INSULATION SUPPORT FOR HORIZONTAL VESSEL 7-12-0033 WRAPPER PLATE -
BULLET. PIPE DAVIT SUPPORT FOR COLD INS. VESSELS 7-12-0034 DEMISTER/GRID -
18 7-12-0036 PAD FOR EXTERNAL ATTACHEMENT @ SA-516 Gr.60
AFTER PWHT OF VESSEL/SECTIONS NO WELDING/CUTTING OF TEMPORARY
TYP. DETAILS OF WIRE MESH DEMISTER SUPPORTS
ATTACHMENTS IS PERMITTED.
X S.R NOZZLE NECK 7-12-0037 MANWAY NECK EXTENSION @ SA-516 Gr.60
19 THE FIRE PROOFING OF THE EXPOSED PARTS AND NOZZLES OF THE VESSEL SHALL
BE DONE UPTO THE FIRST ROV AS PER SPEC. (REMOTE OPERATED VALVE). FIRE * FOR BURIED CONDITION WITH CATHODIC PROTECTION
PROOFING TO PROVIDE RELIABLE PROTECTION AGAINST FIRE FOR MINIMUM TWO
@ IMPACT TESTED AT (-) 40°C, IMPACT ENERGY VALUE = 40 J
HOURS.
*# BLAST PRESSURE- 0.23 Kg/cm²
20 EACH MANHOLE SHALL HAVE A PERMANENT LADDER UPTO THE BOTTOM OF THE ** WITH 15% OF VAPOUR SPACE.
VESSEL.
21 ALL REQUIREMENTS OF NON DESTRUCTIVE TESTINGS OF CHAPTER 5 AND APPENDIX-
G OF EEMUA PUBLICATION NO.-190 AND MENTIONED IN JOB SPEC. SHALL BE MET
FOR THE VESSEL.

22 THE TOP AND SIDE SOIL COVER TO BE OF NEUTRAL MATERIAL WHICH IS WELL
COMPACTED TO PREVENT WATER AND SOIL EROSION.THE MOUND SHOULD HAVE
GOOD DRAINAGE TO PREVENT ANY WATER ACCUMULATION ON THE
MOUND.MATERIAL SHOULD BE FREE FROM ABRASIVE MATERIAL OR PARTICLES C REFERENCE DRAWINGS
WHICH ARE LIKELY TO DAMAGE THE FACILITIES.
23 CATHODIC PROTECTION TO BE PROVIDED FOR EXTERNAL SURFACE AS PER
JOB SPECIFICATION, EIL STD. SPECIFICATION ENCLOSED IN TENDER.
X NOZZLE ORIENTATIONS NOZZLE ORIENTATION BY CONTRACTOR
LADDERS/PLATFORM CLEATS
24 ALL DRAWINGS, DOCUMENTS, DESIGN CALCULATIONS, STAGE WISE INSPECTION PIPE SUPPORT CLEATS
AND CERTIFICATION SHALL BE GOT APPROVED BY STATUTORY AUTHORITY AS
TRAY SUPPORT AND BOLTING BARS
APPLICABLE
DEMISTER DATA SHEET
25 FIRE FIGHTING FACILITIES SHALL BE PROVIDED AS PER CODE/SPECIFICATIONS.
26 THE MOUND SHOULD HAVE GOOD DRAINAGE TO PREVENT ANY WATER
ACCUMULATION ON THE MOUND.
27 DIFFERENTIAL SETTELMENT OF THE VESSEL SHALL BE MONITOERED REGULARLY AND
C SHALL BE LIMITED TO 38MM.
FILE NAME : B471-046-80-42-DS-3001-B-1

28 WEIGHT SHOWN IN THIS DRG. ARE EXCLUDING MOUND WEIGHT ABOVE VESSEL.
29 IT IS VENDOR'S RESPONSIBILITY TO OBTAIN ALL STATUTORY AND / OR BY- LAWS STATUTORY REGULATIONS
APPROVALS. C HOLD UPS INDIAN BOILER REGULATIONS (IBR)
LICENSOR'S SPECIFICATION
FOUNDATION LOADING DATA (OPERATING CONDITION)
30 VESSEL SHALL BE SLOPED TOWARDS THE BOTTOM OUTLET NOZZLE AS PER SKETCH. NOZZLE ORIENTATIONS X SIZE OF NOZZLES STATUTORY AUTHORITY (AS APPLICABLE)
31 ALL VESSELS IN A SINGLE MOUND AT SITE SHALL BE HYDROTESTED NOZZLE ELEVATIONS PIPE SUPPORT CLEATS
SIMULTANEOUSLY AND THE WATER IN THE VESSEL SHALL BE RETAINED FOR LONG SUPPORT HEIGHT LADDER/PLATFORM CLEATS APPROXIMATE WEIGHT (kgs) (PER ITEM) §
TYPE MAX MOMENT AT BASE (M) (kgm) MAX. SHEAR FORCE AT BASE (H) (kg) ENOUGH TIME TO ENSURE COMPLETE SETTLEMENT.
X DETAILS OF INTERNALS@@ TRAY SUPPORT/BOLTING BARS OPERATING
borrower for the intended use.

ERECTION 220,000 560,000


SEISMIC 32 INSPECTION TUNNEL SHALL BE PROVIDED FOR BOTTOM OUTLET NOZZLE. PIPE DAVIT (NOTE-9)
LICENSOR'S STANDARD (DB) XXXX XXXX 33 FEED NOZZLE SHALL BE WITH SLOTTED PIPE FOR VAPOUR-LIQUID DISENGAGEMENT. HYDROTEST
34 ALL TOP NOZZLES TO BE ABOVE EARTH LEVEL/ MOUND. (SHOP)
XXX HYDROTEST ( FIELD ) 955,000
SEISMIC
(MC) XXXX XXXX
NUMBER OF ITEMS : TWO (02)
WIND XXXX XXXX @@-TO BE DECIEDED BY CONTRACTOR § EXCLUDES MOUND OVER THE VESSEL

DESIGN DATA fMtkbu MkVk


ENGINEERS INDIA LIMITED
JOB NO: B471 UNIT NO. 046 DRAWING NUMBER REV

CLIENT : GAIL
C 09.02.2022 REVISED & ISSUED FOR BIDS/ENGG. NS CK/BD TK LPG MOUNDED BULLET ,y ih th ekmUMsM cqysV B471-046-80-42-DS-3001 C
NEW DELHI B 14.01.2022 REVISED & ISSUED FOR BIDS/ENGG. NS CK/BD TK
A 04.01.2022 ISSUED FOR BIDS/ENGG. NS CK/BD TK
PLANT : GANDHAR LPG PLANT REVISION APPROVED
ITEM NO. 046-T-1001 A/B vkbVse ua 046&Vh&1001 ,@ch SHEET 1 OF 4
REV DATE PREPARED CHECKED
FORMAT NO.3-1646-0210 REV.0 (12.12.2011) A3-420 X 297

Page 590 of 4396


6000 I.D.
22000 T.L. TO T.L.
(36 THK.)

osLksy fMtkbu MkVk


LPG MOUNDED ,y ih th ekmUMsM
BULLET cqysVl
vkbVe uEcj 046&Vh&1001 ,@ch

Page 591 of 4396


osLksy fMtkbu MkVk
LPG MOUNDED ,y ih th ekmUMsM
BULLET cqysVl
vkbVe uEcj 046&Vh&1001 ,@ch

Page 592 of 4396


osLksy fMtkbu MkVk
LPG MOUNDED ,y ih th ekmUMsM
BULLET cqysVl
vkbVe uEcj 046&Vh&1001 ,@ch

Page 593 of 4396


DATA SHEET DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-DS-6001A
(STATIC AND MACHINERY
EQUIPMENT) Rev. A
Page 1 of 2

DATA SHEET (CP BLOCK)


FOR
COMPOSITE TENDER
(STATIC AND MACHINERY EQUIPMENT)

PROJECT : SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG


PLANT PREMISES

CLIENT : M/s GAIL (INDIA) LTD

EPCM : M/s ENGINEERS INDIA LTD.

JOB NO. : B471

A 04.01.2022 ISSUED FOR TENDER MB RRS TK


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 594 of 4396


DATA SHEET DOCUMENT No.
FOR COMPOSITE WORKS B471-046-80-42-DS-6001A
(STATIC AND MACHINERY
EQUIPMENT) Rev. A
Page 2 of 2

1.0 DATASHEET FOR CHAIN PULLEY BLOCK

Project : * Client : *
Job No. : * Item No.: *
Vendor : * Quantity : *
OPERATING PARAMETERS
Capacity : * Lift : *
Location : * Type : *
Area Classification: * Duty Class : M2
Operating Level * Rail size : *
Beam Size : *
CONSTRUCTION FEATURES
Make : * Model : *
Overall size: * Overall weight: *
MATERIAL OF CONSTRUCTION
Trolley Frame: *
Trolley wheel : *
Load Chain : * Hand Chain * :
Load Chain wheel: * Hand Chain wheel: *
Gear : *
Ratchet Wheel : *
Hooks : *
Hook material : *
No. of Trolley Wheels: * Wheel Diameter : *
No. of hand chain falls : * No. of Load chain falls: *
Pull for Hoisting : * Type of Load brake: *
Bearings: *
Lower Hook suspension : * Upper Hook suspension: *
Hand chain length : *
Hand chain trough details: *
Weight of chain pulley blocks kg : *
Rims of geared/ungeared runners for *
trolley :
Painting *

Note: All the above data (*) shall be filled by CONTRACTOR/VENDOR.

i. Bidder to fill in the data sheet completely and submit post order. Bidder may furnish their own
filled in data sheet also for better understanding of their offer including the minimum
information mentioned/ sought in this data sheet.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 595 of 4396


CENTRIFUGAL PUMP – VERTICAL BARREL
Document No.
(SPECIAL PURPOSE PROCESS) B471-000-80-42-DS-0001
Rev. B
Page 1 of 3
1 GENERAL
2 Project: EIL Job No.:
3 Employer: Site:
4 Purchaser: Unit: Unit No.:
5 Item No.: Service:
6 No. Reqd: Working: Standby: Parallel Operation Required:  Yes No
7 Applicable to  Proposal  Purchase  As Built
8  Scope, option & Info. Specified by purchaser  Info. Required from & option left to vendor. Vendor to cross  the selected option.
9 Driver: Working: E. Motor Standby: E. Motor Driver Supplied & Mounted By:  Pump Mfr.  Others
10 OPERATING CONDITIONS  Other
11
12 Liquid Handled Capacity (m3/hr): Min/Nor/Max:
13 Pumping Temperature (°C) Discharge Pressure (kg/cm²,G):
14 Specific Gravity at P.T./15°C: Suction Pressure: Nor. / Max. (kg/cm²G):
15 Vap. Pressure at P.T. (kg/cm²,A): Diff. Pressure (kg/cm²) @ Rated Capacity:
16 Viscosity at P.T. (cP/cSt): Diff. Head (m) @ Rated Capacity:
17 Corr. /Eros. Caused by: NPSH Available (m)
18 Pour point (for Congealing Serv.) (C)
19 MANUFACTURER'S SPECIFICATIONS
20 Pump Manufacturer: Model No.:
21 CONSTRUCTION:  VS6  VS7 NPSH Calculations (m):
22 Pump Type: NPSHR @ 1st stage suction impeller C/L (m):
23 Vertical Sump Turbine  Submerged Motor NPSHA @ Pump Suction Nozzle C/L (m):
24  Vertical Double Casing Diff. Between Pump suction nozzle C/L and
25  Single Volute  Double Volute  Diffuser first stage suction impeller C/L(F+D-B):
26 Casing Connections:  Vent Drain  Gauge NPSHA @ 1st stage suction impeller C/L:
27 Line Shaft: Difference between NPSHA & NPSHR @ 1st stage Suc. Imp. :
28  Open  Enclosed Bowl Head Calculations (m):
29 Shaft Dia. (mm): No. of Shaft Segments: Differential Head
30 Spacing between Shaft Guide Bushing (mm): Difference between Minimum liquid level and
31 Coupling: Make Bottom of mounting plate:
32 Type: Flexible Metallic with Spacer Difference between mounting plate bottom &
33 Non-spark Guard:  Yes  No Discharge flange centerline/Top of flange:
34 Line Shaft Coupling Type:  Threaded  Muff-Type Friction losses:
35 Column Type:  Threaded  Flanged Total (Bowl) Differential Head (m):
36 Column NB (mm): No. of Col. Segments:
37 Nozzles Size ANSI Rating Facing Position PERFORMANCE

38 Suction 300# RF Side Proposal Curve No.


39 Discharge 300# RF Side Visc. Corr. Factor: C CQ CH
40 Imp.(mm) Max: Rated: Min: Type: F/L Speed (rpm):
41 Guide Bushing: Material: Carbon No.
42 Guide Bushing Lubrication: No. of stages:
43 Pumpage / Self  Oil  Other Efficiency (%):
44  No Pre-lubrication Required Rated BKW (0% Tol.) (kW):
45 Driver Half cplg. mtd. by:  Pump Mfr.  Others Max. BKW rated. Imp. (kW):
46 Packing: Not applicable Size: No. of rings: BKW @ MCF(=1.0):
47 Mech. Seal: Mechanical seal plan 52 Make: As per seal vendor list Rec. Driver Rating (kW):
48 Model: API Code: Max. head rated imp.(m):
49 Mounting Plate:  Yes  No Fnd. Bolts: Yes No Cap @ BEP(m3/hr):
50 Mtg Plate Gasket:  Yes  No Mntg. Bolts:  Yes No MCF (m3/hr): Stable: Thermal:
51 Motor Mtg Stool:  Yes  No M.A.W.P @ 15°C/P.T./Design temperature:
52 Balancing Device:  Yes  No Hydrostatic Test pressure (kg/cm²,G): (1.5xMAWP)
53 Suction Strainer: Yes  No Material: Rotation facing coupling end:  CW  CCW
54 Type: T-Type Mesh Size: Later Seal flush/ Quench plan: 52 Material: SS316/SS 316L
55 C.W. Plan: Material:
56 WEIGHT DATA: Ext. seal flush fluid: LPM: @ kg/cm²G/ °C
57 Weight of the Pump (kg): Seal Buffer fluid: LPM: @ kg/cm²G/ °C
58 Weight of the Mounting. Plate (kg): Ext. quench fluid: LPM: @ kg/cm²G/ °C
59 Weight of the Mounting. Stool (kg): C.W. Reqmt. LPM: @ kg/cm²G/ °C
60 Weight of the Driver (kg): Thrust (kg) Up: Max. Min.
61 Total Weight of Seal Plan (kg): Thrust (kg) Down: Max Min.

Format No. 1645-DS-105 Rev. 1 Copyrights EIL – All rights reserved

Page 596 of 4396


CENTRIFUGAL PUMP – VERTICAL BARREL
Document No.
(SPECIAL PURPOSE PROCESS) B471-000-80-42-DS-0001
Rev. B
Page 2 of 3
62 Total Weight of the Pump Unit (kg):
63 INSPECTION & TESTS (EACH PUMP)
64 Witness Observe Witness Observe
65  Shop Test / Inspection    NPSH Test  Per Spec. Mandatory  
66  Material Certificates    Dismantle Inspection & Reassembly after Test  
67  Hydrostatic    Unitisation/Check for direction of rotation of pump & driver  
68  Performance/Sound Level    Visual, Dimension & skid completeness check  
69 Materials Class (API 610): S-5
70 Materials: MOC AUXILIARY PIPING INTERFACE CONNECTIONS
71 Casing (External) KCS (All interface connections shall be terminated. with a flange block valves)
72 Impeller KCS Size Rating(ANSI) Facing
73 Inner Case parts KCS Lantern Ring Inlet/Outlet
74 Sleeve Packed / Stuffing Box Ext. flush fluid Inlet/Outlet
75 Sleeve Seal L Seal Quench fluid Inlet
76 Casing wear ring H-BHN Seal pot vent/ drain 300# RF
77 Impeller wear ring =50(Min.) Casing vent/ drain 300# RF
78 Shaft Driver X C.W Inlet/ Outlet
79 Shaft Intermediate Base plate drain (only flanged)
80 Shaft Pump X
81 Column / Column Flange Steam Inlet/Outlet for Jacket
82 Mounting Plate A516 Gr70
83 Discharge Pipe Nitrogen Connection
84 Throttle Bush
85 Suction Barrel
86 Suction/Discharge Head
87 Stud/Bolts (Wetted Fastners)
88 Legend: I-Cast Iron; B-Bronze; S- KCS; C-11 to 13% Chrome Steel; h-Hardened; f-Faced; K-SS 304L; L-SS 316; X-AISI 410
89  Driver suitable for Pump starting with open Discharge Valve condition.
90 First dry Critical Speed of Pump assembly in Vertical Condition_______________.(Bidder to furnish)
91 Applicable Specification: API 610 11th edition.
92 REMARKS:- 1). Maximum allowable working pressure for all Pressure containing parts shall not be less than _40__ kg/cm², g @ _65__°C.
93 Vendor shall indicate the MAWP and Hydro-test Pressure for the Following parts:
94 Sl. Pump parts Barrel Suction Head Discharge Head Bowl & Column Pipe
No. (≥40 kg/cm2g) (≥40 kg/cm2g) (≥40 kg/cm2g) (≥40 kg/cm2g)
95 (i) MAWP (kg/cm²G) @ 15C/Pump Temp./Design Temp. ____/_ / __ /_____ ____/_ / __ /_____ ____/_ / __ /_____ ____/_ / __ /_____
96 (ii) Hydro-Test Pressure (kg/cm²G) ___@______C ___@______C ___@______C ___@______C
97 2). Down Stream Design Pressure is __19_ kg/cm²g. Maximum shut-off, considering max suction pressure, including all tolerances shall not exceed
98 this value.
99 3). Accessories & Instrumentation shall be as per approved EIL makes only. Please refer Approved Vendor lists attached elsewhere in the inquiry
100 Document.
101 4). The NPSHA indicated is at the Suction nozzle centerline. Bidder shall select the elevation of the Pump Suction Nozzle and the overall shaft length
such that the margin between NPSHA and NPSHR @ 1st Stage impeller meets the requirements of EIL Std. Spec. 6-41-0007 Rev. 0.
102 5). Unitization of pump & driver shall be done in the bidder’s shop.
103 6). Guide Bush (Line Shaft) bearings to be suitable for dry-running and start-up.
104 7). Pump manufacturer shall furnish the Dimensional Details as per the sketch (Page 3 of 3 of this datasheet).
105 8). Studs / Bolts (wetted) should be of SS-316.
106 9) Pump motor to be designed for end of curve operation and open discharge condition.
107 10) Seal failure alarms to be provided by pump vendor
108
109
110
111
112
113
114
115
116
117
118
119 B KK JSD/TK NK
A KK JSD/TK NK
Rev Prepared By Reviewed By Prepared By

Format No. 1645-DS-105 Rev. 1 Copyrights EIL – All rights reserved

Page 597 of 4396


CENTRIFUGAL PUMP – VERTICAL BARREL
Document No.
(SPECIAL PURPOSE PROCESS) B471-000-80-42-DS-0001
Rev. B
Page 3 of 3

NOTE:
1. Draining arrangement shall be such that it should be possible to
drain off the Barrel completely without removing the Pump.

2. Vendor shall furnish the following Dimensions in MM.

3. Vendor to indicate the Crane Hook Clearance required from


Pump C.L.

4. Vendor to provide a connection for Pressurizing the Barrel with


N2.
5. Foundation Bolts: ________ x ___________mm long.

6. Sufficient Clearance shall be provided between Body flange and


mounting plate to allow through bolting.

7. This Sketch is indicative only and the nozzle elevations are


typical. The same may vary from case to case to satisfy NPSH
requirements.

8. Seal Plan to be located near the Pump. Seal Plan to be of free


standing type.

[Type a quote from


[Type
the a quoteorfrom
document the
Format No. 1645-DS-105 Rev. 1
summary of an the
the document or
Copyrights EIL – All rights reserved
summary of
interesting an
point.
Page 598 of 4396 interesting point.
petuesei sp.16p — 113 I46pAdo0 0 •Aa2i 1d- 1000-00-8 'ON lew.iod
Aq penoiddxf
Aq Acq ON
ueuulet.lo Jouenuop asodind oleo
neaing P0)130110 peJedoid .nab
eawwW03
spiepuels spiepuels
SV OA 1NNV as N33dS a1S SV C1311SSI38 aNY Cl3SIA98 •176"2 Z
IW NINHO 1NNV 1)18 .NO3dS 'OIS SY CI3fISS138 CINV CI3SIA32:1 00'90 SI. £
Nvna N Mit/ EIA 03dS a1S SV 0311SSI32i 03SIA31 60' 11 OZ
iHvna N INCl/V\INV VN 03dS .CUS SV 03fISSI321 CINV 03S1A321 010Z 90'0£ 9
17121 /1.) HfN 03dS 'a1S SV 0311SSI32I CINV 03SIA32i 810Z'90 8Z 9
NtIrf
SlaSSAA a2if1SSUIld
1101
NOELVDIJIDadS
.1464P4, he-6111114 Ik
91. 40 867d- 16uoleuapun elpui Ino9 v PAPAr. MAW
S13SS3A 321fISS32Id
9 'Aeld 1.000-2I-9 2104
C13111N11 VIGNI psi 9 e_Jet Jags
SNANION3 Pr?oPEP
•ortj NOLLV3IA133dS aavaNvis NOLLVOIJI33dS 1V1:13N30
Page 599 of 4396
pamasai sli/61.111V —113 41/6pAdo0 0 nab Id-MOO-00-8 ON leULLIOd
(uo9oadsui) ueuumfuteure-Na •JIN
(ssapoid) tesotip s ..q/v
(spoloid) tumir yki
urcuenN tpumps .41
qs!uy "IN
setunN
numN Japui -xyv
Jutunm utuy %ITN
ninicatrufuy•NuN
irpumzew icefuusuw
:siaqtuaw
u2u1AejeN %LIN uouantioj
aamunuop spaupumsluatudimba 39e1s
• 4
1w-twat' wail P1CM isod
uoggs!uggio /Claps son!soldxg 2g) umalanad °sad
wog feu!tuoN gN
uo9usqugpirels ioj uoges!treau touogetuolui OSI
suo!win2ax Jallog impui 11$21I
se2p3A, 31SIONI ANC'
snattOug reo!urtioaw 3o Xpfoos ueopauy 3IAISV
Jopodusi paspotpy IV
:stiopuptaiqqv
91. 0 Z 96ed Munevapurt opus w 000 rl
S13SS3A 32:111SS3Nd
9 'AM 1000-Z1-9 2103 aluwn 5agiAlF-oP
oN NO111/31A103dS CRIVONVIS NOI1V31A103c1S1V1131439 SN33 NO
Page 600 of 4396
pamesai sly69 pV —113 N69Aclo3 0 'nab Id- WOO-00-9 'ON leLwo
4 0
171 21aG10.1 KING 0.6
171 mou,Daxa CNV /•10IIVDRIEWA ELLIS 0'8
171 aaimvuvrio o'L
Z1 AlcIdaS 0'9
6 °mum monDadsm o's
9 NOLLVDRIERTA 017
moisaa 0.£
saomaNaaax crz
j7 adODS 0'1
SINIMLNO3
£ abed
Sl3SS3A 32111SS32Id MumuaPun Mut JO 4.00 v)
9 'Aetl 1000-21-9 HOA IONI
S1G]
•oN NOLLV3IAI33dS aavaNvis NOLLVOIA103dS 1V1:13N30
4311
S 3N19N c3
WAic'P 21P
V '-`71 .Pr?n—
Page 601 of 4396
patuasal sp46p nv —113 146pAclo3 0 .nab Ld- L000-00-8 ON wW.103
.romougej aye Xq tp!m pagdwoo aq lsntu pasn aq spssan Janaragm
awls JO iallITIO0 3111 10j
smni-Xq Fool Cue Imm ratga0o1. suoguin8a! puu smel puouum
suopeintau
•-gg atom tenordde uanum .tags Xpo pasn aq Imo apui2 lualun!nba jo suoueogloads Jotpo
•uoueogpacls prupuuls tre!pui (q)
'Ir3S 01103 IOSS3A 3ITISSald puu JOHOEI aWSV (g)
: uuojuoo geqs pasn aq o. ppamAl
saP03 Z'Z
.(alquogddu ranauatim) 1861 sainx (pargun) spssaA amssard allqopv puu °gels aqi (p)
.(alquogddu .mnauagm) 2IHI -suogulnOag rallog tre!pui (0)
'A 03S Pun XI u01100S apop pssaA OITISSOld pue rallog giNsy (q)
•alquogddu se z MG JO I 'Am giA uogoas apoD lassaA 0111SSOld puu ragog awsy (u)
: luawd!nba jo aouuldapou puu 2ugsa4 `uogoadsu! `uogeouquj `tta!sap roj s!suq
aye uuoj Hugs paqsump atp u! o4 pailNal Eptiappe pue uompa ay4 u! sapoo Ou!mogoj ata
sopop uN!saa I'Z
O'Z
•uogeogclun Tsoo puu °tug Cue morg!im
OulpuR aq Hugs 'j / imp Jo uo!spaa •ampujnumu Oullmoord apojaq uogonusu!
IIg/ imp umlqo ol Ougum ut -Ha / Imp O4 spgjuoo alp raja! Xgchuord Hugs ropuan 'age°
!ions ut `13A0MOH *unno0 Hugs °nogg age jo ono waulaqnbar luaOupls Isom atl1 luraua8 uI
sapop (3
sprupuns puu suoguogpads (q
Ou!murp Oupaau!Oug (u
: smogoj st aq !lugs aouapaoard jo rap() 041 lo!guoo jo asgo uI C'T
-slassan amssard pals g\i% zAE uoguogpads krunlawaiddns 8000-Z1-9 (0
•slassan pup pals ssalumls .roj uoguogpads kreluatuaiddns L000-Z1-9 (P
•slassan pals ssaiums ou!ualsnu roj uogeogpads Ximuatuaiddns 9000-Z1-9 (0
-slassan pals Amu mot ioj not uogpads Xruluatuaiddns £000-ZI-9 (q
•slassan pais uoq.mo roj uogrogpads XruluawalcIdns Z000-Z I-9 (u
:suoguogpads kruluatuaiddns ay1 ate 01.1!M01104 %lam
asuipind JO / pug uog!s!nbaN mpamiNay1 ut o1 pallajar aq Hugs uoguogpads sng o4 upuappu
°yew uaqm `uogeogpads kruluatuaiddns •tuano0 Hugs puu uogeogpads stye o4 upuappu
uuoj gulls sluatuannbar puomppu JO ppads Ouguo!put uogeogpads kmuatuaiddns Z'T
•sapoo aiquolldcte amp guatual!nbal umuqunu alp Tuatuarldns
papualut s! puu slassan amssard pargun jo Xicldns puu Ougsal 'uouoadsu! %op=
`clnisuuunpom `uogeouquj `ta!sap JOJ sluatuannbar praua8 ay1 &moo uoguogpads s!qJ
adODS
gLot7 abed (e..M.Pufl .0.1P 1A.0 V) (wow= axte. taut)
Sl3SS3A 3111199321d
9 'AGH 1000-Z1-9 210A CRIBA111 VICTNI 2afig irP21P
"oN NOIIVOIdIO3dS aavaNvis NOI1VOIA103dS 1V213N30 Pr??1ID
Page 602 of 4396
pamasai sly6P IIV -113 1116pAdoo 0 °A91:I Id-MO0-00-8 'ON jetiLlOd
•apop algep!iddeJad se aq !legs amleJadwal Asap le ssaps anemoliv E•9•E
•awid jo ssouvuil
papaw° agl si alaim pol!wg aq Hugs uogoagap alqumoge `sowid Jod £
•tuuog atg jo pluoi
atl st amok curl of pal!wg aq Hugs uogoagop algumoge `sureog poddns 'o,3 I'9'£
S1E1.1.101111 9*£
•ola Sugsal
pue uogoodsu! `uouuopguj `uogongsuoo jo ppoww `s2inmuip `ta!sop 2uwwpad (osad)
uoguswaJo Xpjus san!soidxg wnajogad wog funoiddu w2 of Xl!pq!suodsaJ siJopuon
aq Hugs 1.i iossaA owssaid °Now puu Oguls jo mapund alp Japun 2wwoo siossan Jod Z.S.£
•ow 2uusal pug uopoodsu! `uogeopguj `uog.ongsuoo
Jo wpalutu `s2u!nnwp 'a!sap of 2uwwpad saupownu Hai wag onaiddu w2 w Xpq!suodsai
mopuon aq Hugs 1.! `suouviaox Jollog tre!pui jo mopund aw Japun 2wwoo siasson Jod £
stuAoaddv Xioinjuis S'£
'3U00p0140 SUMS piano Hu Joj wo poling aq Hugs Adefiloww
%00 i •uou!s!nbai ut pag!oods aspvuowo ssoiun `Jowatew 2u!upipu ow jo %pi wwwww
se pua gouo w swim' apiontni glinn adki powoopoi. su pou.2!sap aq Hugs sioonpai powoo
ssans olgumogu °pop :3A!SSaldU103 (q)
ploIJ( 1113!clum JO %06 : allSUOI
:2upinollo3 aw poaoxo Jou op (!sal alts Joj ssampug
papo.uoo uo pasuci) wauodwoo gags Xuu ui sossags powpwo ww. poppkwd oa, aq Hugs gags
Joj spoddns atp. `uopsod pnuozuoq u! suoppuoo !sal-awA 311s/dogs 10 IlogeOpCiEj 2upnct £.£
•sluowqoupu pump uo spam was puu pimp asyo u! Ouguas
Jo Vuaus Joj i(russooau ssampug woltl ow of poppy aq ins oouumogu uo!sonoo £. £
•slualuoo josson of posodxo °pupils
goy' uo aguumoge uo!so.poo pag!oods alp Rug of Tunba ssourup wpca pm papAoid aq Hugs
`amid u! poi:1mq° JO palm are go!qm (skug jo uoudooxa alp pm) spud jutualu! aigunowox Z.Z.£
•spud amssaid-uou
lutuaw! paxg Jaw° puu s2up poddns 1e'1 3o saps woq of poppy xi Hugs aourmogu uo!solloD £
oauumoliv no!so.uo3
losson otp uppm Jualpw2 amssoid Cue puu puog pinbq
2uguJado umunxutu ow 2u!ppu Xq powupolop aq gulls pod lamoi AUy w amssaid tb3!sap aqi r I•E
•13SSOA wwozpog
jo Julod lsotpq ow w lassan pogion jo dw ow. lu aq Rugs pag!oods amssold thi!saa
ainSSaid a!Saa I•£
NIDISHa OT
log 36ed
Sl3SS3A 321f1SS32Id (6..Neu2Pun erom O inoo V)
9 'Aet1 1000-21.-9 NOA C1311VV11 VIGNI 7w,-ifiarr
•oN NOLIVOIA103dS aavaNvis NOL1VOIA103dS 1;213N30 9133NI9N3 Pr?Ml—
ILV
Page 603 of 4396
pefuesai sp.& IIV -113 146pAdoo 0 A921 1•J-1000-00-9 ON lewmA
•Jatautulp mu I muumuu icq qm ual reutiou uutp Jo2uoi aq pugs (JauoIsuat mloq ollnuipicq Cq
paualq2p aq om) spills/smog •tpual pnj (op pap-camp aq pugs spnms 2g speaup z Act Tsual mu smnu
puoicaq pualxa pugs spms - pappads as!mlamo ssaiun 2u!puaup osi anuq pugs spntsistioq IId j•vt
smalsu9 pue saauamsug 1717
*Wm „176 SIN utut 009 ump JamaJ2 sazts JOJ ,g, sopos LV9I g HIAISV su
puu (gN „tz) EIN tutu 009 oidn saz!s Joj S•9I g gyqs-v .tad su aq pugs sa2trup jo suo!suamm Z• £•t
*J3A00 0111 ut aq pugs aouj alutuaj
JO anoatil am `utopoq am ui patuool s! aizzou am uaqm `JOA0M01-1 '021.mu aizzou ui aq pugs
aouj airmaj JO anooJO `pasn are sattup paouj °Tema.' puu mutt JO anooJ2 puu an2uot uaqm
sa2tteig £17
•atuus aqm Joj pagnbai st mpuiad uopolnap Numbs oN •Xoua2NT uogoadstq
wag funoiddu am pm puu suo!suaup o!sgq ut auuqo ou Si magi paranoid pasn aq uuo
pawads uutm ssaulopi iati2!q jo &maims JO sawid aippus 'spud 2u!oJoju!ai `samuld JadduJitA S.Z.17
•tassan aqm jo Isoi oipAt aqm nee pal-gownt aspmiaqmo ssaran asuaB piuq tram pond aq ins
spud 2a!oloju!ai atgm ut saloq awm-llai To mom om aotreqo u anuq saiqqnq duos ati asnuoaq
osiu puu sIsp 2u!nuudw000u jo asnuoaq papuatutuopai mou ate sainssaid Isom iatpll -sattuu
uo dqs Joj mno pawn aq om paimbai aq osiu Hugs msam spa .(2) ztuo/21 cz• i jo ainssaid u tram
Tsai uopnios duos J!-e Joj iredu 08i pawocq sajoq paddem JAN (tutu E) „8/I omm tram paranoid
aq Hugs spud 2u!oioju!aJ IIV •paraam s! 1.t qopim om muauodutoo iassan aqm su waren!nba
JO lEIJOIEW alms alp jo aq pugs apoD JO s2utautp .tad su papbat Janauaqm spud 2watojma21 17'Z•17
Tenoidde .toed grim pasn aq uuo mopq puu EN pc az!s Joj
avzou odic). uo las •uows!nbal ul pagloads as!mJamo ssawn u!-mas aq Hugs saizzou tid Z.t7
*LIME
Jo stpui umtupw u grim wows jjo paputhat aq pegs saioqpuuHisaToquuw jo sapa ap!sui Z. Z.17
- saipueq 2upjll aipps grim pap!AaKI aq pugs J3A00
aloqpuEH puu pmpums J3C1 su awq Jo qAup u gpim pap!nold aq pegs JOAO° 010qtrUIN I .Z.17
swamp-coy puu saiottpuull saioqueN ‘saizzom Z*17
- uogeop!oads miatutu
angoadsal ut pappads squill am puoicaq te!Jmetu atp jo sapladaid luomutpatu am quduu
mou pugs ampaooid paldope `paitionut st manual]. waq wanbasqns puu 2umuoj poq Janataqm £.1.17
•pud u!atojwair aloquetty aizzou aqm uugm Jan' aq praoqs
°meld UMOJO atp `pua paqs!p atp jo anuao atp mu pauorasod st aloquutu u .to ajzzou u Janauaqm
- awid UMOJO ssaluteas u anuq isntu pt `satuid oml uum WOW Jo Opum st pua palsy u Janauaqm Z. I17
•Jowo!Nej atp mo pap.= aq Hulls `kiessaoau patap!suoo A '1113ml-eau Joaq
ampauumur2uwado aizzou nap pugs turas tupioqo puu Jalaute!p TIEN atp Jo p.ngm auo trap
ssai aq iou pm algid rupioqo jo tpp!m am `sasuo Bons ui •alquidaoau are urns ppm lupiotio
auo gpim spua paqs!p `JanamoH -uopounsuoo ssapueas Jo aq i(Tquiajaid pugs spua patisla 1.1.17
spud paqsmipum
NoLivanisiva
51.10 g abed (64.guaoun mow w Nog v)
S13SS3A 321f1SS32Id
9 'AM 1000-Z1.-9 1:10d 431.1%All1 VIGNI "4?
'"6-14733P
'0181 NOI1V3IA133dS asvaNvis NOLLVOIA103dS 1V213N30 9:133NION3 Pr?Mil9P
Page 604 of 4396
pamasaJ sp46P 11V — 113 Iii6pAdo0 0 •Ao?:1 Id-1.000-00-8 'ON leuno
.°13slluq110U1OSAIMO jo 2tupeolun/2u!pro! `tiogoadsu! annnj .ioj kigmssaoor awsua
•oia sken Oupcnupolnqpis!p `spp2 poddns 'swam qsatu Joj papInaid aq Hugs slaured Xumurew
`Xlieuopippy - pag!oads as!mimpo ssalun uo!s!niadns mopuan Japun °vs Jolornuo°
reoungoaw Xq panotual aq Hugs tionim stutuaw! alp Ougioddns Joj pappkaid aq hugs (poiinbai
j!) sa2pam X.reiodwai -pang sigtuaw! gRim 2uoir papodsurn aq Hugs swawdutba -uows!nbal
ui palmoads as!miatpo ssalun dogs p pang aq Hugs swatudInba jo •ola Joloalloo lapno
`sad!c1 JoIngpism `sicen 5upgunk1owqpistp poddns `SIJ30JOS gsatu `slaNsug imam agi 9'5'17
.10 1(q 13011sImInJ
sp-wap alp imm aotrep000r ui JoIropqrj lassan Xq !wpm puu pagddns aq Hugs lassan alp of
papiam spoddns umaq `sirtualut IIu puu &mg BugIoq Jatuoaumop `s2up poddns tied was/Swi S.5.17
-amid wag pairopgrj aq Imo 2u!d!d awssaid-uou
Joj tetualu! JanamoH -sa5treg pa Joj aq Hugs 2u!dird amssaid Joj saugg lutuang 17. S't
add papiam JO ssapiteas Jaw aq Imo Ouult4 awssaid-uou !minim! JanamoH .2tud!d
paloatwoo tetualxa ago su uoprog!oads aures jo puu ssapuras aq Hugs Swd!d anissaid mutant' £.S.17
-Hags Lassan alp par
Ind atp uaamiaq uo!suedxa tetwatp lugualajm mop suratu wpm pap!Aold aq Hugs lassan
alp jo Jalaturm JO pogo u Suwurds sirtualu! Jatpo JO sureaq poddns /can `sauseg Z.S.17
-alogurtu atp g2nomp ssud Hugs sirtualu! amenowai Hy 1.5.17
stuuialxa puu slut:Liam
H Puu OZ'9Ig MAISV 01 ULLIOJUO0 Hugs slalsro
-aaej apes Rogipua pins atp 4u 2upputu
Joloo lounsm Xq pagguap! aq °sir Hugs gnu 2g grog iginuelatu SS/J(01Iu Itu J°J 1041111.1
'gajC 1.1920S 4aNsg2 atp 2wcptusgi wowtm Nog alp "eau pmpetu Round aq Huts azts alp
Nog paddw jo asuotq -sans' aw jo auo uo pa3prui Round azIs ow a/mg Hugs sinu aw XpErs
•priis ago Jo spua ago jo aut uo p331.MUI Bound Xprap aq hugs az!s tuoprog!oads irpnew
MAISV ui pag!oads su !Naas mannorwu-etu 2g suogrog!oads aw jo Otudwels w uon!ppe uI 17'17'17
-anneJadutal Jag2!g Joj apuldinsm tunuapq/clow !ppm pur 3000Z (On
an-uwadulal 5uppom J0J OSEOB a4igdeJ2 gpm palropqn! aq Hugs 2uplog irwapca uo spraigi £ .17.17
-mu aignop tp!m pap!noid aq Hugs sqoq irtuaw! Hy Z.17.17
•siolundas plop
2g loll pm S1013.0311 ICEH-ODA/SGHCILLCIIICl/J331orioawicll Joj /quo algrogddv
(ft) sioirJudasisiolorai jo saugg aizzou gouanb puu lapno law'
300LE anocir annwadwai tiO!saci mm 8E oi tutu sz
(ft) sioluirdas/siopeat jo saugg aizzou gouanb par ppm 'mu'
DopLE anoge annwadwai a!saci
(2 worBN L < ua5oipXH JO aitISSOld
z mind) amnias ua&)JpX}i
°Amp puu 009 ssup tutu pc 04 puu unu 8E
snip!. °&.1u1J III' JOAOpue unu pc
suoprogloads loacomposuami ssaoold /Cq pag!oads uagm S3Z!S Ily
suompuoa az!s moll ieu!tuusi
:uows!nbaN alp w pag!oads as!mlawo ssawn Jopuan /cc! pagddns
aq Hugs pure suon!puo° puu saz!s nog 5wmollo3 Joj pasn aq Hugs Jaumsual mog ogruripicH
9 1. Jo L °Bed 16.... Pun .P.1P No9 P OnCIPED2E12.11:21.0.2.1
S13SS3A 31:111SS32Id
9 'AGM 1.000-Z1.-9 NOA C131RA/11 VIGNI 92t1BrPEIP
'0N NOLLVOIA103dS aavaNvis NOL1V3IAI33dS 1Ve13N30 S2133N1I9N3 Pr?MEP
Page 605 of 4396
p9A18S9J sp.& IIV — 113 I46pAdoo 0 '^9:1 Id-1.000-00-8 'oN leunod
pud Owo.kgwal tplm saizzoN (q
•swpgr anuottoo tpoows tp!m papptaid aq hogs ppm ppg pssan aizzoN
•saizzou Jo uopupulsw Jauu apis qoua uo aizzou Jo .131.3mulp ammo Jo satup g•
.a.i aizzou Jo ialaurem aplswo Jo smug £ of pub° g ual u pawurexa ututpuad
aicp puu pagdeBo!pw Xpnj aq pugs Ouluado aizzou quiet Ougnoj areas piano Cud 0!
•a0pa aizzou (3.4 lwod Isamu
wag painsuatu apis qoua uo tutu 001 04 pub° tp2uai a tu paupuuxa lueuauad
aicp puu paqdw2o!pw Xpnj aq pegs (=as plane gum Ougnoj 1ou lnq) uluu
pc unplm saizzou 04 (a0pa ppm 04 °Op ppm) aotruls!p Oupveq mum ppm Cud 0
pud Owatojwannotwm saizzoN
:Xidde hugs swatuaqnbat Owmopoj ammo/ mu su atuus
atp ageo ul .(a0pa ppm of a0pa ppm) tuntwunn !nut pc Xq sOup Otquagps puu swap `soup
poddns Amu; 'wapiti! 'sped watuaawjwat taizzou Jo nap aq pugs suruas ppm wew IIV g. t
•tpp!m sl! ao!Au aq weal lu pugs 4110!aq 54t pug ssatop!tp upis
alp 04 priba aq pugs pua upts w ppm alp Jo tpp!m walls wup Ownau!Oua alp ui pawo!pu!
as!miatpo ssalun ppm paaej lul3 tpoows u tptm aputu aq putts puag pssan puu upis Imampq
suopoauuoD •spiam uing uopanauad pnj gum °pew aq pugs ppis 21quoddns to sums
•spiam uopanauad
pnj quiet pssan of pagoeue aq putts spud luatuaatojwat .qatp puu siCumuulAI pug saizzoN
•pasn aq lot pugs
sd!us Ouppeq tammadwal onz-qns 4od tuog funaidde 'oud Otqutelqo pug /quo pasn
aq two dims Ouplogg •uopeuauad pnJ amsua ou pasn aq uuo (pa) ssaoald sup uatg ualsOuni
uru low glum sw!of unq pappm al2ws `Xl!pq!ssaoovu! 01 anp alq!ssod lot! s! 2u!ppm Opts
puooas uaqm •sw!or pappm amnop `uogulauad IIn3 aq pugs sppm unq 2upgaq amssatd
4
•sa0pa Jo Xiputopun uou pug uopEmoioosq)
tuwauquap `Outs anotual of paqnba! su 4o4uouquj atp Aq punatO aq pegs sa0pa inn attre14
u!PlaA1 L't
•sp.mpuuls
II3 tad su algid alum lampujnuutu puu amid auruu -pa quiet pagcldns aq pugs pssan pug
aigia atugm 917
.awes
lioddns of paq 4sAieleo moiaq pap/wig aq iieqs aup lioddns !IN 'as!Nuatuo pagpads ssaiun 6*S*47
•aioquutu lsanau tiSnaup ssud maw aq pptoqs puu
as!mialpo pag!oads ssalun adX4 aiqunoutat aq pugs pssan atp ap!su! mid paiwojiad teu.tang 8- g.t.
—pa cq paqs!tunj
spupp atp quiet aourp000u u! Anuouquj pssan pappm puu pagddns aq pegs sretnauca IIV Ct
-uopupwsui puu uopuogilwap! ppg pangl aq molls
small magi lassan tplm tiowds!p loj pawn puu panowal !pm 'pug aq pegs swatudwba
Jo •op 104001loo pun° `sacl!d lowq!usIp `sicuu Oupowilowq!usm ioddns 'swans
qsaw `spIsuq [umlau! atp `uop!sInbal .tad su asooi pagcldns aq ou alE spluanq alp asuotg
51 jo 8 abed
S13SS3A 321f1SS32Id
9 "AM 1.000-21.-9 1:104 anitAin viam (0,27c-kEng irP2IP
•orti NOLLV31d103c1S ativaNvis NOI1V3ld103cIS 1V213N30 SIB3NION3 pr` 'P
Page 606 of 4396
pemasai sp46P Ily -113 I460d00 .Aa:1 ld-1.000-00-9 'ON leuucu
•alquogonid
Janatagm Iloddnsitspis 2tutpuput 4iun ataldwoo u sg patnan wag ppm 4sod aq Hugs slassaA Z.8.17
•apoo age ui pagtoads imp untp ssal aq patulopad tuauggan wag plane 4sod aquings asgo
ou ut •s2tumnip 2wJaaut2ua aqt uo pagtoads uaqm pateau Iraq ppm 4sod aq gals slassaA 1'8'17
junumail, wall PPM 4sod 817
LIMOS f : Jatattrew allow 9 coldn OJTOULI b 1.110.1J slassan )
LIMOS Z : Jatatuntp allow t cudn allow z wog slassan (q )
areas i Jatatuum anatu z ouln slassan )
:smogoj
su aq !tugs swum reutpnu2uoi jo •ou wnwpcm •anatu i aq !lugs gyp& °smut° gags tuntwum L. t
•paptAaul aq !lugs
Jnowoo annottoo snonua2 pun wows punat2 aq Hugs pats /Coign moi Joj Jaq2u4 pun 30S 1,
pun pats uogino Joj Jatt2p4 pun 300LE augnJadtuat uStsap gum slassan `Jamo! pun 3o6Z(-)
angendwat u2Isap qpM SI3SS3A pun ao!Ans ogoico 'ao!Alas ua2cupiCH jo OSUO stuauodwoo
amssaid pssan alp sppm tau gum (•ota swap `saizzou) stuatugonun inwapcannuJaw!
.2tuppm Joj paXoldwa aq !lugs ampaoald paulaoon atg u! paggurtb ain oqm sJappm /quo 6' L'17
•panauldn are sampaomd patuaotwo atg ssalun aouatutuoo tou gulls 2wpiam 8' L' t
•atumnip uognopqnj ut pateo!pu! aq !Tugs pun
3 Ind IF 03S apop lassaA amssaJd pun Jallog Hylsy Jad se aq Hugs saignuunsuoo 2utplam L. L't
•algutdaoon aq osin ins snuJaA riming pun Aar ANQ `spicoli
`Tap Japun (116d) piooax uognoggen6 ampaoald 2wpiam paggunb XIsnotnaJd
0 'XI u°933S 0p03 •
slassaA amssaid pun JagoEl giAlsy .tad sr In/mid& Joj angutuasaulat pastiotpue JO Joloadsu!
magegoind !wow uutwogifunb pun uognolpoads ampaoaul 2utplam utuqns Hugs JopuaA 9•L•t7
luautgonun pus
Aun Jo 2tuppm a.iojaq pauguexa tungauad aXp pun pa id-m.2011)-w Xlinj `gsng punat2 aq !lugs
opts gaga uo t2ua! um ON snid twtugarge atg Japun 2u!tuoo uoipod tunas ppm mg 'tunas
ppm gum 2ugnoj s! -op strap `s2up poddns knit trutuatut wig stuatugonun Jaw asno tti
•aps gaga uo
tutu 00I + ped tuautaatojwat mopq tunas ppm jo uotpod of puha tp2ual JO opts
Ilona uo aizzou Jo Jatatuntp ap!swo jo smut g• i •a•t aizzou jo Jatatuntp ap!suto
jo south £3o Jaq2N innba tplual n paulaunxa tunuauad aXp pun pagdat2o!put
Xlinj `gsng punadi aq gulls 21quado aizzou gum 2ugnoj tunas ppm Amy,
'31)1s
Lima uo tutu NI pnd 11101I100.10jU!al Mopq tunas ppm jo uogiod fertba tp2ual
n paunuexa tungauad acp pun pagdwilatput Xgrg `tisng punadi aq gulls pnd
tuatuaaugutai Japun 2u!woo tug 2uwado aizzou gum 2tulnoj tou tunas ppm Cud 0!
.a2pa pnd 5utaugwal w!od 1.SajBOU
Wag pamsnaw opts Ilona uo tutu 00! tenba t2ual n pawutexa tungauad acp
pun pagdeBotpui Xlinj aq gags (tunas ppm qum 2ugnoj tou tnq) tutu oc tugum
pnd 2watojutat (a2pa ppm ot a2pa ppm) aountstp 2wAng tunas ppm Cud
91. 0 6 a6ed
Sl3SS3A 31311SS32ld
9 'Ae21 1000-U-9 210A VICINI 1111k 2?-1421 11720
'01•1 NO1/V0IA103dS aavaNvis NOLLV3IA103dS 11/113N30 521-ANON] PrW9P
Page 607 of 4396
pemesai sp.& IIV — 113 iy6pAdo3 0 'Ae?:J ld-1,000-00-8 'ON lewioj
- slassan Joj watuannbal umw!ww s! ialdw2o!pw
Jods JanamoH •apoo pagpads ssai aq uoguinutexa o!gdw2olveJ
Hugs asuo ou •aulAnwp Otniaaw2ua uo pagpads aq Hugs icgduBo!pw jo luaixa I .17.
Xgdy.Mnpra t'S
.5untnud puu Jaw!Jd 'uoguJudaJd aoujins (o
- ow ssaupieg 'uo!solloo Joj gons wal wpads Jamo (u
•Osal onumnaudiogulsoipicH)Jsai amssald (w
- swawn.nsu! Owinsuatu jo sploom uonulggeD (I
.2u!Aagai ssans (31
- uogutnutuxa apg.red ogamiumuoguuntrexa Juanauad aicu
•uoguunuexa onideJ,Sollaux
'310340 1[6010!SUOWM (q
- 51nuas aizzoN (5
.2wpiam aiojaq 2u!Jeap ssud wow
suogoas jo Juatually
suogoas funp!Agmn uo 30uuniol. 2uHioN (P
•sureas tewptupuoi jo Juatually (3
4 4
*StIORCITIIEI Joj rag° juns!A ti!pniou! '21npiam Joj uogundaid a2pa (a
uoguogguap! wpm!!! Anux
:ft!molloj atp panuall Jug '21npnpu!
uogeopqvj Jo saSuls w Jampujnuum am icq patnelqo aq Hugs witaiddu uan9An silopadsui
`Joloadsui icq uonuogglao puu uogoadsw pug uoggwv tri •icuu j! `sw!Jawm paJapJo-qns
Joj osiu pug /Ciampi) apjaq pue uoguo!Jquj 2tninp moq papuuo aq Hugs uonoadsui i'S
•siopu.nuoo-qns SiOpeil.u00 Jo sdogs llom ol ssaoau aag °Aug Hugs siopadsui VS
•Jopadsu! paspotpnv Jasugoind uogoadsu! Joj pang° aq Hugs siassan VS
OISILLS31 moupaastsa ws
- aolpuid 5utJaauigua
poo2 lad su suo!suaunp wennutu Hugs Jowo!iguj `saouuJaiw gpm pappkold Jou suo!suawm Jod Z.6.17
•apoo/parepums/Bwmwp Jaci su aq Hugs saouwapi 1'6'17
saaumoiol, 617
luaunuan wag ppm wod 2wInp uogup!xo lanau papamid Xiqunns aq Hugs saouj aSuug Hy E-817
Sl Jo 01. e6ed (6.1e4aPun .1.110
SlaSS3A 3211199321d y) aught`uaAsuaidakei
9 *A821 1000-Z1.-9 NOA VIGNI 1121V
NOILVOIJ103dS CINVCINVIS NOI1VOld103dS 1V213Na0 S2113NION3 Pr?MoP
Page 608 of 4396
pe/U9S8.1 SILI6P Hy — 113 ill6pAd00 0 'Ao2:1 IA-1000-00-8 'ON leueod
•I c ma wud apop lad su aq pugs upaluo aouuldaooy (A
Ln uuojiod paicoidap aq pugs suoslad Dam paggunO (J:
•uan!2 aq pugs walsics Inv .natp
puu sawed ag43o iunaiddu ago go!qm uo pasug •anpu4uasaida4 jo TISIA alts aw 2uunp
uaalos aims alp u! uopuniuna goajap ago puu aupputu Inv jo killutuduo aw. Agrussaoons
aimusuowap pugs 404ddng agZ •MO!Aal -Ha Joj asn o4 .toad plooai rug alp tp!m
2uoru pappuqns aq pugs Xqdw2o!pw jo nag ut paicoidap aq o4 pasodaid s! Imp tualsics agZ (a
•iquo aoupns auo wag 244utruos
apqm ap!sul su gam su ap!sino uo sloajap 2upoalap jo alguduo aq wogs drips •aoupns
ap!sut pug ap!sino UO S)IOEI3 0SJ3ASUEll. SE gam su Tutun42uoi aluintws satplou aigmws
anug pugs Noolq uourIggeD -pasn aq pugs ssauloppituummu .4upuus jo Nooiq uopulgllup (I)
jo nag u! panp!suoo 0g icutu UO3.10S apws r uo Xisnoauminuus susai wog Owicuids!p pue
papadsut aq o4 snip!' alp 2uoiu sasianup Xpuoputuolnu 4144 s!ssugo atuus alp uo palunoui
/Cully pasugd puu ado' sagoid oqoa asind puu ado' 2upwothoout in mummy (a
.(apoD icg paugap su nnofjo kw2aw3) •w!o[pua
pagsm tuopagds!waqw gags ldaoxa ni!of g iGio2a4u3 to d kw2a103 40q4a Si nip!. ata (q
•unu EI uutp JairaiS st piam jo ssau)Ioup ata (g
:244mopo3 loalqns sigualutu lams Xopy puu lams uog.tuD Ioj aiguldaoou st awes
alp '( 7) (u) 1g mn used apop uo pasug pj jo nag 4.4 uuopad wum iallddns asuo uI 8.17'S
•sluoulaw-tbal apop ago 5upaaw
samnn aiguidaom aonpaid Xill!qudeo mopu0A maid 01 Id iapun Ono pal.uuo aq pings
map ualp 'anburtioal Agdeao!pull pawdwoD Aq Agd1u2o!pui ono £UEO 04 spuawt lopuan jI
woo alp jo walualwbal ago laaw pugs pananiougmenb ppm alp pug paXoLdwa anburgoal 041
..L1-1Md pauuopad aq Hugs uopuu!tuuxa
owosuppi 'iganputualte JO XtiduBo!pui puop!ppe uu allmd °RIJN pauuopad 3I •(.mmd)
luauguau wag piamisod .Toga .to awjag pauuopad aq /tutu spiam jo Xgdw2o!pai palpoods aqi
•icur
jt luauguan wag pug 2u!uuoj law pagdw2o!pw %00I aq pugs spua patwoj jo suruas piam
•2144g o4 aduI puu ad!d
ad!d Vau aizzou o4 02trug aizzou 2u!pniout spiam ung Iiu jo Ono pal.uuo aq jugs Xgdw2o!pul
%00I Itiatualwbal ao!mas o4 anp pag!oads s! AtideBo!pw iind uaqm •pagduhlo!pw
%00I aq pugs 'aluid jo ssauppp Jo an!padsau! 'aiuid wag paluouguj saizzou
•paqdw2o!pw
aq o4 SEOJE ago 2upputu ut paqnsuoo aq pugs via •poup.trexa aq pugs Iomado 2u!piamipapiam
`ampaoald 4.41:40m goua wag sppm •paloaias aq osiu pugs mum ruguanjtunago gm°
ut mu+1auo lsual 4u Apuuop!ppy limas imnpnOuoi 2g lugualajuma4o qua 14 paloalas aq
Hugs pods auo lununt4w puu 4124.40! u! (ww05 1) sagow 20s jo umuqww u aq Hugs gdw2o!pw
wds pug quatuaunbal wnw!unu u su ZS-ma gdw2uxed IIIA-u9P3S MISV
tp!m aouup.woou ut paqdw2o!pw pods aq pugs ppm 244u!u4uoo amssaid g JO V ic10201E0 gong
I aotstnIu IIIA uo PaS MANY ut pag!oads sluatuagnbal
age wawaiddns pugs swawaigibal 2wmopoj 044 'pag!oads s! Xgdw2o!pul wds uagm Z.17.
9 40 l l abed (NPRIPPurl opus P 1.09 y) (1.1213Elaa.mak21,21.1
S13SS3A 3111ISS32Id
9 'AGN 1.000-Z1,-9 110A cauvvn VIGNI 11?3P
•oN NOILV31A193cIS aavaNvis NOLLVOIJI03dS 1)1213N30 S2133NION3 ICIP
Pr?a,
Page 609 of 4396
pamesai sly6P — 113 Iti6pAdo0 0 •nad L3 - 6000-00-8 'ON leuno
1114m
midwoo aq ow Hugs sluawannbal 2wmoHo3 agl `suog!puon asugnind iwauaD of uon!ppu uI
2uppelk V9
.2ugu!ud rung puu uogoaia °Agog a2mols
pue 1!suan 2winp 32.m-up JO uoiso.uoo luanaid of palmed aq Hugs spoddns iw2alu!
puu sp«is 2u!pnioui suumioo puu siassan Jo saoujms io!Japca Iiu `saoupns pauniouvu J03 ldaoxg 17'1'9
- 2unuon anguanad
Isni glom paloalaid JO pasuai2 aq Hugs saoupns pawqouw Jaw puv saouj pa2uug Hy £'r'9
- num u2!alo3 pue .[alum
`puus 1.qp 'alum aA01110.1 of Alluwaixa puu All-maw! pauuaio aq Hugs luawd!nba palaidwoo Hy Z'1'9
.2u!muip 2upaaw2ua uo pag!oads sluauwannua
atp iad su papaias aq Hugs lualsXs lured -alquo!iddu su uogeolyoads gof 'ad su JO (170001717-9)
2uguled Nag pure dogs ioj uoguog!oads piupums iad sv aq Hugs 2uguired puu 2uweap aoujins 1.1.9
3upiqud pug 2tquirao aaqins 1'9
ArlddflS 0'9
•1000-18-9 lad su luawd!nba jo goludsm wojaq Jaziquuu u palsal loop icuvug puu
pagguap! Xpadoid aiv lupalutu pals ssannuls puu pals 'cop He Imp mato 111E14S Jopu3A 8'S
- spagsulup
ui as!mialgo pagIoads ssalun smog st act Hugs aura 2wpioll -sloaqsnup u! as!miaglo
pagloads ssalun (-tqw) .ig/Do00t xi Hugs 2ull000 jo alvg lunoidde Joj 1coua2v uogoadsui
of pau!wqns aq Hugs ampaoald alp pug suoggwon u2!sap fume atp jo anguluasaidal
aq Hugs uoippuoo Isal auZ ino ppm aq Hugs 'sal. 2u!puogsm ua2o1p/CH 'DoggE
uutn annwadwal u2!sap tp!m ao!nias szll JO ua2oip1cq ui pasn siCupano ppm iiu JOA
•spoddns ampus Amodwal agl lu repalutu °quo w2uans pia!X 0114
30 % 06 2wpaaoxa wog Hags sassags [coo' p!onu of ualul aq Hugs AM Isalovicq 2u!ina V9* C
- pasn aq Tau Hugs 'alum vas isawipicti Joj pasn aq Hugs Jalum alqulod Imo E.9.c
%nu Lip 2wmoiq Xq papp 1(10110.1°w.
aq Hugs iassan '2ugsal ogulsolpicq logy luauguau luaq ppm Tsod !we uogeo!iquj aialdwoo
nue s2u!mwp 2upaaw2ua ui pauoguatu samssaid lu papnpuo0 aq Hugs 4504 ogulsoipicll Z.9'S
*I3SS3A wag
panowai aq Hugs -op pip `aluos twus ppm `Jaguds pram He ogulsoipeCti 01 io!id -apop
lad su aq Hugs wwpaw 2ugsal jo angwadwal aqZ -ails IE puu dogs alp u! Isal ogelsoipXq
2winp anuoug aplpq jo lswau p.run2 of umful aq Hugs suognunaid klussanau Hy '9.
pal 39e)soapiCH 9'S
•uoguwurexa luugauad
-aki plowed opau2uw /Cc' pawurexa aq Hugs (umi teu!A puu loox) spiam Hags of aizzou Hy S'S
56;o Zl a6ed
Sl3SS3A 32111SS32ld Mum...Pun .P.I W .00 v) aeflfe.la<2eo26. idale)
9 'AM 1000-21-9 NOA C13111A111 VICINI 117 21P
•coN NOIIVOIdIO3dS aavaNvis NOLLVOIA103dS 1V2I3N30 SNTiNDN3 preJL
IDP
Page 610 of 4396
pamasai sly6P Ily - 113 41460:100 0 •na1:1 1A-1.000-00-9 "ON ieW.10j
%tam as-n[0nd
am jo stunt. Jug/kola' atp Tim aottepnoag ut auop aq pegs Juatudmba jo satpwdsap [iv
luatudms z•E•9
•panalatcl aq osp pugs pappm aq of uogoas Joj saleid Jo sop •pua papoddns-uou
gaga lg snuajps ktunduial panaloid aq pugs suopoas pawo!nuj-aid (0
1!sua1 pug 2m[pugq
Supnp alum lstugag panalaid XpupacIsa aq pugs guauoduno pamqoptu Jo aguid (p
•sStild pap-gaup angq pugs sami!Jo pacIdgi •tpludsap anjaq as-03A pug tp!m
pa Enid aq pegs salmi °WI, LIN IIV -aizzou of pain sagq opsncl kt-eaq Imm pannoo
XpEuomppg aq pugs sSumado paSugu luatud!qs ugaoo .rod -(alqulda00-e Jou s! S.13A00
uo ST.U.UA) 'snoq Inoj isgapg tt[sn (Itl tutu g umtumuu) slanoo [maw uo sqoq qqm
pap!noid aq pugs sa2un3 •panalold Aiqultns aq pegs suo!stunidisuopoauuoo [iv (0
alts qocw uop!sod ut paogicl s! matud!nba agl [gun paAOLLIal aq
Jou pegs spoddns asaqi .5m[pugq pug uoggpodsugil 2u[unp uoputuJojap iCue JuanaJd
of spoddns jo nqumu awnbapg pug acIki alcrelms tp!m pap!nald aq pegs Juatuclutba (q
luawd!nba atp jo tp2ual alp uo puadap [lugs
2upgds saippes -tutugt Jo aougnap puop!ppg uu mid '911011.14mm panauuo0 agl
jo tp2ual panaion tunuuxuut atp of puodsalloo pegs alppes atp Jo 1142-!aq wnw!mul
aua •spoi uo!sual pug sap paw pm saippes pawittapoom alq-nins tp!m pap!noicl
aq pugs `uogoanid auma ioj sawpgs paw umo .nags tp!m pap!nold ssalun `slassaA
2upped I•£'9
:tp!m
palldutoo aq osig pegs Juatuaunbai 2u!mopo3 atp `suompuop asulpind renuaD of uomppg ul
4
luauulms pue 2upped £'9
•Xiquiassg
u! Iona Xue luonaid cf pavetu tplutu pug partypuap! Alit-1pm aq pugs sot
pug smauodwoo iie uoggpodsug4 Joj spud Juanipp olut pun alp Nuncios of ktussaoau s! It 3I 9.Z.9
•tulud alcplaput
qqm pauddu „sulaumooa„ 1.10!s mong 5mAjpuap! ug tpim uopoauuoo gags g ap!sut pattaw-gj
adoianua 1.429 Jawm u ut pasopua innww aql Augdw000r pugs Jsll uplo-gd Jo Xdo0 v CZ*9
'0A0440 pug sauum
g Suuppm sull iagaq pe to3 pap!nold aq pugs S'u!u!is Joj JmucI al!qm tp!m 5upp-etu ogpads vz.9
1OSSOA
jo ap!smo atp uo uopiod apq!s!A alp uo paue!Jd 2mm-um alcfnuts u angq pegs "on Jaqqn1
`ss-e15 `peal -5.3 paqcIdg ug 3/Veg Jo pawau Teal ppm sod 1.100q ONOLf tp!qm slassaA C.Z.9
ituud altgM tplm pa/MUI itinap
aq pugs jo aqua° tplm 2uote JsaAvtpnosAsuTtploN se tions suo!wo!pu! iguop!ppv Z.Z.9
•op suo!suattup Itpam lag pug ssoJ2 'Jammu
Japlo `Jaciumu tual! `Jaqwnu go!. `Jaail!suo0 `aau0!suoo `nacold all Joj aq pugs
pug sawn ut pap-ed aq pugs •on snIs-g2 `sJatisum 'gnu `sprus se inns swauodwoo asool [iv
S1.10 efied (f.i..Pun 009 0)
S13SS3A 32111SS321d
9 vtam 1000-Z1-9 210A 43111A111 VIGNI 27
,40 Ire3P
•°N NOLLV31J103dS alivaNvis NOI1VOl1lO3dS 1Vel3N30 S1133NrJN3 PrWEP
Page 611 of 4396
pamasei sly6p IIV - 113 pApAcloo 0 ./19 :i Id- WOO-We ON leW.10d
.1g2!am
uolioala prig sy, puu suo!suaullp Jima sy, 2upsnogs iassan jo 2u!Anuip uopuougud (q
aluog!pap apop mainloejnuew
poradsui Xq pappiao Xplp uopeuuoju! 2u!mopoj age uwwoo pugs Jam,' sIgi
•Jap asugoind u! paigibaJ su Jam,' um) jo sa!doo alls!nbai alaiduloo pugs Januoujnuew
IIMV103 viva 0'6
•pagloads asthuaglo ssapin
umuuu!ul joTouj iouduli uu gi!nn pau5Isap aq pugs s2ni 2upwl puu suo!uniliani 2uppi tiv
•alIs ino pauno aq Xeul IHMd woo' io alaidtuoo 'IHMd 2uu!nballuauld!nba Joj
.dogs sanuai uo!loas jo pud age aJojaq
lowouquj alp Xq aputu xi pugs dogs agl u! palaiduloo spiam ioj sluaulai!nbai oulduAo!pui
luatudulba atop 2uppueg ag dni.g J3doJc1 amsua
Jowouquj alp Xq pap!nald aq pugs suid 2upuool puu an' 2u!lluv ant uopoala ay:plus Z.E.8
ualjualaip gowul saoa!d puu Jowouquj
alp Xq au° luaou[pu aip uopoas goua puu suopoas out do 1g dogs aq pugs saoa!d iid FE.8
:Xidde pegs sluaulagnbai puop!ppu 5u!mopo3 'sage° (mg anoqu aquo anima ui £'8
•suopuotpoadspapio asugaind aFreopdde °quo suo!s!naid uppit
aougu000u touts ut uop!sod wo!pan ut azis w Joreouquj iassan Xq palaiduloo aq pugs 2upsai.
puu Xiquiasse `uouoaq •uop!s!nbaJ ut paugap su suopoas pop ouquj dogs jo Jacpunu digs
pugs Jowouquj agl '0300 aplus ut loam atcpssodul! 1.! salmi iassan jo adegs JO az!s =gm V8
•uppeop!oadspapio alquo!idde Jo suo!s!noid alp tp!At aougpi000v
lopls ut (siagio Xq uopoaia ioj) uou!sod muozuog ut alts w .Iowouquj iassan Xq palaiduloo aq
Bugs 2upsal puu Xppuassy •uoms!nbai ut paugap su suopoas pareouquj dogs jo iacpunu digs
pugs Jowouquj `aoalcl auo u! 2.! digs apussodult salmi iassan jo adugs az!s =gm V8
NOLL3a113 NOLLVDRISIVI 1iIS W8
•uogeop!oads sup jo suo!spkoid Hu Trio 2u!kupo .ioj Xilpq!suodsai Xuu jo Januoujnuuul alp
anapai JO Onapi Xum ou uI pugs luauld!gs .ioj siassan jo amp.' JO '-lid iCq 3IJOM JO lEA0Jddy £'L
Bons jo a011UULIOjiad AJolagsges amsua iCilllcilsuodsal su4 Jo ugg map.'
lou !pm u.2!sap su.1 jo tenoidde •ului Xq ono pauno 3pom u2!sap Xuu ajcpsuodsai
Xplaidwoo aq pugs Jaupoujnumu agi •asnuio aamenn2 NT wag papnioxa aq pugs u2!sap
piOM alp ‘iia lno Num uaaq smg uil!sap uagm •suop!puop asEgoind tuJauaD uI paugap
su uopump u ioj d!gsueuppom puu SIE!JOWILI MEJ `u2!sap ioj paamenn2 aq pugs (s)iassan L
•aouunaddu puu uuoj
`Xillunb 2upue2ai loajap Xuu wag aag a.lu puu ampaoaid aouuldaoou arein2ai papuuqns
wag mug pm Mau a.IE luawd!nba ut pasn stuumul pc imp °mama pugs JampojnuciAl FL
: Unita pugs
2u!Atopo3 ago `aaluunn2 2uppaat suo!ppuoo asugaind plaua9 u! 'woods as!Auaglo ssaiun
aaINIVIIVf19 WL
;140 41 abed S13SSBA 321fISS32Id (150muarsun 01001 JO S00 01 (1.1.C1021t02.21.124!)
9 'Ae21 1000-ZI-9 d01 C1311W11 VICIN1,1421
11,"th27 JP3
'ON NOL1V313133cIS aavaNvis NOLLVOIJI03dS 1V2I3N30 S1133NI9N3 pr?K__,
10P
Page 612 of 4396
paivasai ii36pAcloo 0 •Aei 13-1000-00-9 'ON ieuuoj
• $
•Japio osegamdiuoms!nboi asugoind ui pai!nbai su uoguluatunoop .lotpo icuy
ainld auuuu jo 2u!qqnx
(oputunoud Joipuu ogelscupicH) Aso amssaid Jo yrego !wool'
(olquolldclu j!) tiolou A /Wimp
(alquollckte j!) uodnoo uo!lonpaid
(olquoliddu j!) apico luotaTeau appluoo 2u!mogs sump !wool'
(alquolldde j!) spiooai Aso Ami pun uoiso.uoo `ssoupigH
(alquogdclu j!) sunsal Aso lue.uouad-ok! `alopiud `o!uosuilin
ouldu.ao!pux
spodal uopuogifenb ..!apiom
spodal uoguotptunb ampooad 2u!plom
slaqumu pun wag/ lsuo twAt saluog9133 Asa j luporew
9140 91. e6ed
Sl3SS3A 32lf1SS321c1 tE...*UaPurl Mul W $0 VI aesabria22=A2
9 •AG1:1 1.000-Z1.-9 IOd annAin viam 92MB 1,?3P
•oN NOI1VOIA133dS ativaNvis NOLLVOIA133cIS 1V1:13N30 993NON3 PI7BLIP
Page 613 of 4396
SUPPLEMENTARY STANDARD SPECIFICATION No.
ENGINEERS
ei SPECIFICATION FOR
sigem faReg INDIA LIMITED 6-12-0002 Rev. 8
t41,215 Venn ...3-Rassil IA Govt of India Undertaking) CARBON STEEL VESSELS Page 1 of 7

(-dlo th7R4
Tff fq-1--#7-r

SUPPLEMENTARY SPECIFICATION
FOR
CARBON STEEL VESSELS

+.0t- •
REAFFIRMED AND REISSUED AS STD.
8 26.06.2018 SK KJH f RKT
SPEC.
7 30.06.2010 REVISED AND REISSUED AS STD. SPEC. KA RKT AKM/DM N.DUARI

6 25.09.09 REVISED AND REISSUED AS STD. SPEC. VB RKG AKM N.DUARI

5 12.04.04 REVISED AND REISSUED AS STD. SPEC. DNN AKM SSA SKG

4 18.09.00 REVISED AND REISSUED AS STD. SPEC. RKT AKM CRMN MI


Standards Standards
Committee 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 614 of 4396


150-4:le? ENGINEERS SUPPLEMENTARY STANDARD SPECIFICATION No.
ititeg INDIA LIMITED SPECIFICATION FOR 6-12-0002 Rev. 8
(WM melee arratakrart (A Govt o India Undertaking)
CARBON STEEL VESSELS Page 2 of 7

Abbreviations:

ASME American Society of Mechanical Engineers

BHN Brinell Hardness Number

HAZ Heat Affected Zone

LWN Long Weld Neck

NB Nominal Bore

PWHT Post Weld Heat Treatment

UTS Ultimate Tensile Strength

Static Equipment Standards Committee

Convenor: Mr. K.J Hari Narayanan


Members: Mr.Sanjay Mazumdar
Mr.K.Anjaneyulu
Mr. Arun Kumar
Mr. hider Kumar
Mr. Tarun Kumar
Mr. Srikanth Karanam
Mr. M.Azim (Projects)
Mr. S. Ghosal (Process)
Mr. T.Kamalakannan (Inspection)

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

Page 615 of 4396


n t
Og acs
da e N
ENGIEERS
INDIA LIMITED
SUPPLEMENTARY
SPECIFICATION FOR
STANDARD SPECIFICATION No.

6-12-0002 Rev. 8
I 411E7T 212,58 4AJR1.1) to Govt of India Undertaking)
CARBON STEEL VESSELS Page 3 of 7

CONTENTS

1.0 SCOPE 4

2.0 DESIGN 4

3.0 ELECTRODES 4

4.0 FABRICATION 5

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

Page 616 of 4396


1 ENGINEERS SUPPLEMENTARY STANDARD SPECIFICATION No.
Ogen laffleg INDIA LIMITED SPECIFICATION FOR 6-12-0002 Rev. 8
1.11171 eIRIAE MAMA) (A Goo. of India Undertaking)
CARBON STEEL VESSELS Page 4 of 7

1.0 SCOPE

This supplementary specification indicating additional requirements for fusion welded


carbon steel vessels shall form addenda to General Specification for Pressure Vessels
(6-12-0001) in its latest revision.

2.0 DESIGN

Reinforcement for nozzle openings of size 80 NB (3") and above shall be self
reinforced forged nozzle for equipments where nominal thickness of shell/head
exceeds 50 mm.

For nozzles of size up to 50 NB LWN can be used in place of self reinforced nozzles.

3.0 ELECTRODES

3.1 Electrodes conforming to following specification shall be used. In case of any


deviation, prior approval from EIL shall be obtained.

S.No. Material to be welded Electrode Specification

1. General Structure Welding ASME IIC SFA 5.1 E-6013

2. Pressure Parts

a. Steels with UTS ASME IIC SFA 5.1 E7016/


upto 70,000 psi E7018

b. Steels with UTS ASME IIC SFA 5.5 E8016-X/


upto 80,000 psi E8018-XX depending upon the alloy
element.

c. Low temperature service

Below 0°C and upto ASME IIC SFA 5.1 E 7016-1/


(-) 46°C Steels to E7018-1
SA-516 / 516M, SA-537 / 537M,
SA-333 / 333M Gr. 6 and
SA-350 / 350M LF2

3.2 All electrodes and fluxes shall be properly baked/dried as per manufacturer's
recommendation before use.

3.2.1 All bare electrodes and fluxes shall be selected as per ASME IIC weld metal shall
have equal or better mechanical properties than the parent metal.

3.2.2 Only dry flux shall be used.

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

Page 617 of 4396


SUPPLEMENTARY STANDARD SPECIFICATION No.
INIRae? ENGINEERS
tiikegw INDIA LIMITED SPECIFICATION FOR 6-12-0002 Rev. 8
Imferf 2.kmareosi3,10%1) (A Govt of India Unde!taking)
CARBON STEEL VESSELS Page 5 of 7

4.0 FABRICATION

4.1 Plate Forming

4.1.1 Forming of shell plates and heads shall be carried out by machine, either hot or cold,
in such a way so as to preserve the specified material properties and to produce a
regular finish.

4.1.2 Magnetic particle/Dye penetrant examination shall be carried out on the outside and
inside surfaces including edges of torispherical or elliptical heads in knuckle zone,
after forming, for detection of cracks.

4.2 Edge Preparation

4.2.1 The preparation of edges to be welded shall be done by machining, chipping,


grinding, cold shearing, Oxy- acetylene flame cutting or a combination of these.

4.2.2 Chipping shall be followed by grinding to a smooth and regular finish.

4.2.3 Oxy-acetylene flame cutting done in any circumstances, shall be followed by


machining or grinding to eliminate any discolouration of material affected.

4.2.4 All welding edges shall be checked by Magnetic particle/Dye penetrant examination
for detection of cracks, laminations or segregations.

4.2.5 No welding shall be carried out when ambient temperature is less than 10° Celsius
unless preheating is carried out.

43 Heat Treatment

4.3.1 Heat treatment of formed parts shall be carried out as per following:

a. Cold formed dished ends or knuckles shall be stress relieved, unless otherwise
specified in requisition.

b. Hot formed dished ends or similar parts, which have not been uniformly
heated in the normalising range in the final stages of manufacture shall be
normalised.

c. When the completed vessel involves post weld heat treatment, heat treatment
recommended in (a) above shall not be applicable.

4.3.2 Vessels in Hydrogen/Amine/ Sour (H2 S)/Cyclic service shall be PWHT.

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

Page 618 of 4396


SUPPLEMENTARY STANDARD SPECIFICATION No.
‘s-dt-aeirei. ENGINEERS
Ogeji leltifeg INDIA LIMITED SPECIFICATION FOR 6-12-0002 Rev. 8
(A Gout. of India Undertaiong)
CARBON STEEL VESSELS Page 6 of 7

4.4 Production Weld Tests

Production Weld Tests shall be applicable for vessels over 50 mm nominal thickness.
The following requirements shall apply:

a. Two production test plate coupons representative of one longitudinal and


another circumferential seam shall be provided for each procedure, position
and thickness in each vessel shell.

b. One production test plate representative of the weld seams shall be provided
for each procedure, position and thickness for welded dished ends/cones.

c. The production test plate shall be from material of the same heat and
thickness as of shell/head. During and after welding, the test plates shall be
subjected to same heat treatment as and together with the course they
represent. Extra coupons shall be preserved to take care of eventuality of
retests.

d. The tests mentioned below shall be carried out as per methods of testing in
governing codes:

i. One transverse tension test

ii. Two side bend tests with weld located in the centre of bend.

iii. Hardness test on production test coupon weld & HAZ (The hardness
value shall not exceed 200 BHN)

iv. Micro & macro examination of welds

v. Charpy V notch tests on weld and HAZ.

a. For low temperature service (0°C & colder) impact test


temperature shall be lowest of minimum ambient
temperature, design temperature and minimum design metal
temperature.

b. For vessel over 50 mm nominal thickness used for warmer


service, the test temperature shall be lower of 0°C or lowest
ambient temperature of the site.

c. The acceptance criteria for energy absorption shall be as per


Table A 2.15 of SA-20 / 20M. Incase the acceptance criteria
is not available in SA-20, then applicable design code shall be
referred unless otherwise specified in requisition.

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

Page 619 of 4396


SUPPLEMENTARY STANDARD SPECIFICATION No.
(31
-1fRe_iel ENGINEERS
*Igen feffiteg INDIA LIMITED SPECIFICATION FOR 6-12-0002 Rev. 8
IA 6004 of India Undenalong)
CARBON STEEL VESSELS Page 7 of 7

4.5 Hardness Survey

For vessels required to meet stress corrosive conditions (such as Hydrogen/Caustic/


Sour (H2S)/Amine), one Brinell hardness reading shall be taken on the inside of each
shell section, head, longitudinal weld, circumferential weld and nozzle longitudinal
weld after final post weld heat treatment. The value shall be limited to the specified
value as per requisition.

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

Page 620 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
‘31 el ENGINEERS BOILER QUALITY CARBON
$tazir 251e-6 INDIA LIMITED 6-12-0011 Rev. 8
AMIAPOP3,19.1 , IA Govt of locha Undsrtal.og)
STEEL PLATES Page 1 of 7

GIN(YR craiiciz1 74e1


I vi fq-W

STANDARD SPECIFICATION FOR


BOILER QUALITY CARBON
STEEL PLATES

7
19.01.2017

30.06.2010
REVISED & REISSUED AS STD. SPEC.

REVISED & REISSUED AS STD. SPEC.


RK

KA
SK/KJH

RKT
1W1A,
AKM/DM
RN

N.DUARI

6 10.09.09 REVISED & REISSUED AS STD. SPEC. VB RKG AKM N.DUARI

5 16.04.04 REVISED & REISSUED AS STD. SPEC. DNN AKM SSA SKG

4 26.11.99 REVISED & REISSUED AS STD. SPEC. RKT AKM CRMN A SONI
Standards Standards
Rev. Committee Bureau
Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8 00 0001 F1 Rev. 0


- - - Copyright Ell — All rights reserved

Page 621 of 4396


STANDARD SPECIFICATION No.
711 elei
- ENGINEERS STANDARD SPECIFICATION FOR
51g- 1 faf5leu INDIA LIMITED BOILER QUALITY CARBON 6-12-0011 Rev. 8
I wen cArame an X21(.4) (A Govt of India Undertaking) STEEL PLATES
Page 2 of 7

Abbreviations:

ASME American Society of Mechanical Engineers


EN European Norm
HIC Hydrogen Induced Cracking
IBR Indian Boiler Regulations
SSC Sulphide Stress Cracking

Static Equipment Standards Committee

Convenor: Mr. K.J. Hari Narayanan


Members: Mr. P.Bhattacharjee
Mr. Sanjay Mazumdar
Mr. PP.Pandey
Mr. Nalin Kumar
Mr. K. Anjaneyulu
Mr. Arun Kumar
Mr. Inder Kumar
Mr. Tarun Kumar
Mr. Anish Trehan
Mr. M.Azim (Projects)
Mr. S. Ghosal (Process)
Mr. T. Kamalakannan (Inspection)

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

Page 622 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
511gar m Eiardu INDIA LIMITED BOILER QUALITY CARBON 6-12-0011 Rev. 8
Mln ciltaxed31J031.1/ G01.4 01 India Uncle'taking)
STEEL PLATES
Page 3 of 7

CONTENTS

1.0 SCOPE 4
2.0 GENERAL 4
3.0 SUPPLEMENTARY TECHNICAL REQUIREMENTS 4
4.0 CERTIFIED DOCUMENTS 6
5.0 PAINTING AND COATING 7
6.0 INSPECTION AUTHORITY 7

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

Page 623 of 4396


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION FOR
51gzir agjeg INDIA LIMITED BOILER QUALITY CARBON 6-12-0011 Rev. 8
10117710,0me 0113900:0 (A Goof. 01 India UndeItaking)
STEEL PLATES
Page 4 of 7

1.0 SCOPE

1.1 This specification covers requirements for carbon steel plates intended primarily for pressure
vessels/heat exchangers. The steel plates shall meet the requirements of ASME Boiler and
Pressure Vessel Code Section II (latest). This is intended to supplement the minimum
applicable requirements of the material specification indicated in the material requisition.

1.2 Following codes, standards etc shall be followed in their latest edition and addenda, errata,
amendments unless specified otherwise:

1.2.1 ASME Sec VIII Div 1

1.2.2 ASME Sec II part A

1.2.3 EN 10163: Delivery Requirements for Surface Conditions.

1.2.4 EN 10204: metallic products — Types of Inspection Documents.

2.0 GENERAL

2.1 Plates supplied to this specification shall conform to specification SA-20 of ASME sec II part
A with additional requirements mentioned herein.

2.2 The tolerance on thickness of steel plates shall be positive only.

2.3 Final Rolling shall be lengthwise.

2.4 The plates shall be free from injurious defects and shall have workmanlike finish.
Reconditioning/repair of plates by welding shall not be permitted. Surface conditions shall
meet requirements of EN 10163 Class A Subclass 3.

3.0 SUPPLEMENTARY TECHNICAL REQUIREMENTS

3.1 All plates shall be supplied in normalised condition except when the applicable material
specifications require supply of plates in quenched and tempered condition.

3.2 a. One product analysis of each heat shall be carried out and reported. Chemical
analysis shall be as per applicable specification.

b. The carbon content for plates shall not exceed 0.23%.

Additionally, one of the following requirements for carbon equivalent based on heat
analysis, shall be also satisfied:

Ceq = C + Mn < 0.42 (Eqn. - 1)


6

Ceq = C + Mn + Cr+Mo+V + Cu+Ni < 0.43 (Eqn. - 2)


6 5 15

Equation-1 shall be used when applicable material specification specifies C and Mn


only.

Equation-2 shall be used when applicable material specifies the above elements or
restricted chemical requirements are specified or supplementary requirements S 19 and
S21 of SA-20 are specified in material requisition.

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

Page 624 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
k31 ENGINEERS
Igar Elf5ieg INDIA LIMITED BOILER QUALITY CARBON 6-12-0011 Rev. 8
lairen rIrAme an JqiNA) (A Govt al India Undeltaking)
STEEL PLATES
Page 5 of 7

For HIC services, these requirements shall be as listed separately.

3.3 Ultrasonic Examination of Plates

a. Plates having thickness 16 mm to 50 mm (both inclusive) shall be examined


ultrasonically as per SA-435.
b. For thicknesses above 50mm ultrasonic examination shall be carried out as per SA-
578 and shall have acceptance standard of level-B.
c. For quenched and tempered steel plates, ultrasonic examination shall be done after the
heat treatment of plates.

3.4 Simulated Heat Treatment of Test Coupons

The following heat treatment shall be conducted on the test coupons representative of heat
treated plates before the specified mechanical testing like tensile, bend, impact tests, etc. to
meet minimum ASME Sec. II Part - A requirements and these details shall also be recorded on
the test certificates.

a. All plates supplied in Normalised condition and intended for hot rolling / hot
forming:

Heat Treatment Cycle

One normalising* + One stress relieving as per UCS-56 of ASME Sec. VIII Div.1
complying with UCS-85 of ASME Section VIII Div. 1.

Note: Any other special requirement shall be specified in MR.

b. All plates supplied in Quenched & Tempered condition and intended for hot rolling/
hot forming:

Heat Treatment Cycle

One normalising* + quenched & tempering + One stress relieving as per UCS-56
ASME Section VIII Div.1 complying with UCS-85 of ASME Section VIII Div.1 .

Note : Tempering temperature shall be at least 20° C above highest stress relieving
temperature.

* Recommended normalising cycle :


i) Soaking temperature: 900°C to 1000°C
ii) Holding time one hour per 25 mm thickness but not less than half an hour
iii) Cooling in still air

c. All plates supplied in Quenched & Tempered condition and intended for cold
forming:

Heat Treatment Cycle

One stress relieving as per UCS-56 ASME Section VIII Div.1 complying with UCS-
85 of ASME Section VIII Div.1 .

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

Page 625 of 4396


STANDARD SPECIFICATION No.
tri-draelei ENGINEERS STANDARD SPECIFICATION FOR
$fgar faoleg INDIA LIMITED BOILER QUALITY CARBON 6-12-0011 Rev. 8
laarn riecnir ansgar,a) (A Govt Ind.. Undertaking)
STEEL PLATES
Page 6 of 7

3.5 Impact test requirements shall be ascertained as per ASME Sec VIII Div.1 or Div.2 as
applicable. When required, Impact testing shall be performed as per supplementary
requirement of S5 of specification SA-20 and acceptance criteria for energy absorption shall
be as per table A2.15 of SA-20.

3.6 If specified in the material requisition, plates shall meet the requirements of Indian Boiler
Regulations (IBR).

3.7 Additional Requirements for High Thickness Plates

Plates above 50mm thickness shall meet following additional requirements:

a. Vacuum Degassing treatment as per the supplementary requirement Si of


specification SA-20. If vacuum degassing is not reported in the test certificates, then
through thickness tests as per SA 770 shall be conducted and minimum reduction in
area of 35% shall be ensured.

b. Charpy V-notch impact test as per the supplementary requirement S5 of specification


SA-20.

Material meant to be used for design temperature warmer than 0°C, impact test shall
be carried out at 0°C or MDMT whichever is lower and acceptance criteria for energy
absorption shall be as per Table A2.15 of SA-20. Incase the acceptance criteria is not
available in SA-20, then applicable design code shall be referred unless otherwise
specified in material requisition.

c) Simulated heat treatment of test coupons for all plates as per Clause 3.4 mentioned
above.

4.0 CERTIFIED DOCUMENTS

The supplier shall furnish certificates/documents (number of copies as specified in requisition)


inclusive of all the following tests required as per specification duly certified by the Inspecting
Authority before shipment of plates. The actual values obtained shall be recorded in the test
certificates/documents. Material certificates shall conform to EN 10204 Type 3.1/3.2 as
required.
a. Chemical Analysis

b. Mechanical Tests

c. Data of heat treatment i.e. initial temperature, heating rate, soaking temperature,
cooling rate, etc.

d. Simulated Heat Treatment of Mechanical Test coupons (S3 of SA-20) at indicated


Heat Treatment Cycle (if specified in the requisition or whenever applicable)

e. Ultrasonic Examination (S8 or S12 of SA-20)

f. Charpy V-notch impact tests (S5 of SA-20 if specified in the requisition or whenever
applicable)

g. Certification as per IBR (if specified in the requisition)

h. SSC and/or HIC tests (if specified in material requisition)

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

Page 626 of 4396



STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION FOR
5fgar &Reg INDIA LIMITED BOILER QUALITY CARBON 6-12-0011 Rev. 8
NEW efeont onoTiM A Govt of India Uncle, talong) STEEL PLATES Page 7 of 7

Additional tests (if specified in requisition).

5.0 PAINTING AND COATING

No painting/coating of any kind is permitted on the steel plates, except stencil marking.
However steel plates shall be carefully protected and packed against any damage during transit
and shall be of sea worthy condition.

6.0 INSPECTION AUTHORITY

Material test certificates, duly certified by Mill's Quality Assurance Department are acceptable
i.e. 3.1 certification as per EN 10204. However, if third party inspection is required
specifically for plates in material requisition, all test certificates and documents shall be duly
certified by the third party. i.e. 3.2 certification as per EN 10204.

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

Page 627 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
t31 ei (ft ENGINEERS WELDABLE STRL. QUALITY STEEL
ogej, EII51-es.W INDIA LIMITED PLATES FOR STORAGE TANKS 6-12-0014 Rev. 6
1 V.A.7A(AA) (A Govt of India Undeftak.9)
AND VESSELS Page 1 of 5

1:MR UI Ch *(:1 4R-Ytrr


4 '&(%1 Ct CI I Fri a ci -61.
4-1 lot) f-4-9fti

STANDARD SPECIFICATION FOR


WELDABLE STRUCTURAL QUALITY
STEEL PLATES FOR STORAGE
TANKS AND VESSELS

6 22.09.2017 REVISED AND REISSUED AS STD. SPEC. SK KJH RKT RN

5 30.06.2010 REVISED AND REISSUED AS STD. SPEC. KA RKT AKM/DM N.DUARI

4 15.09.09 REVISED & REISSUED AS STD. SPEC. VB RKG AKM, N.DUARI

3 08.04.04 REVISED & REISSUED AS STD. SPEC. DNN AKM SSA SKG

2 19.09.00 REVISED & REISSUED AS STD. SPEC. KPS AKM CRMN MI


Standards Standards
Committee 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 628 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS WELDABLE STRL. QUALITY STEEL
Offleg
lawn riemll M13.70.0
INDIA LIMITED
(A Govt of India UndertakIng)
PLATES FOR STORAGE TANKS AND 6-12-0014 Rev. 6
VESSELS Page 2 of 5

Abbreviations:

EN European Norm

IS Indian Standard

Static Equipment Standards Committee

Convenor: Mr. R.K. Trivedi

Members: Mr. K.J Hari Narayanan


Mr. P. Bhattacharjee
Mr. Sanjay Mazumdar
Mr. P.P. Pandey
Mr. Nalin Kumar
Mr. K. Anjaneyulu
Mr. Arun Kumar
Mr. Inder Kumar
Mr. Tarun Kumar
Mr. Anish Trehan
Mr. Srikanth Karanam
Mr. M. Azim (Projects)
Mr. S. Ghosal (Process)
Mr. T. Kamalakannan (Inspection)

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

Page 629 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
alReA ft, ENGINEERS: - WELDABLE STRL. QUALITY STEEL
o1 at ofwegv_v INDIA LIMITED
aaJoirtal) (A Govt of India Undertaking)
PLATES FOR STORAGE TANKS AND 6-12-0014 Rev. 6
VESSELS Page 3 of 5

CONTENTS

1.0 SCOPE 4

2.0 GENERAL 4

3.0 SUPPLEMENTARY TECHNICAL REQUIREMENTS 4

4.0 CERTIFIED DOCUMENTS 4

5.0 PAINTING AND COATING 5

6.0 INSPECTION AUTHORITY 5

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 630 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
45-tifR_Ie-i ft ENGINEERS WELDABLE STRL. QUALITY STEEL
Ogell lEffiregW INDIA LIMITED PLATES FOR STORAGE TANKS AND 6-12-0014 Rev. 6
(A Govt of moo uneertakm91
VESSELS Page 4 of 5

1.0 SCOPE

1.1 This specification covers additional and supplementary requirements for weldable structural
quality Steel Plates to IS: 2062 (latest), intended primarily for storage tanks and vessels.

1.2 Following Codes, standards etc. shall be followed in their latest edition and addenda, errata,
amendments unless specified otherwise:

1.3 IS:2062, IS:1852, IS:10842

1.4 EN 10163: Delivery for Surface Condition.

1.5 EN 10204: Metallic products — Types of Inspection Documents.

2.0 GENERAL

2.1 The maximum under tolerance permissible on the thickness of plate shall be 0.25 mm.
Tolerances on other dimensions of plates shall be as per IS: 1852.

2.2 Direction of final rolling shall be lengthwise.

2.3 Reconditioning/Repair of plates by welding shall not be permitted. Surface finish shall be
ground/flush smooth and shall be free from any surface imperfection.

3.0 SUPPLEMENTARY TECHNICAL REQUIREMENTS

3.1 Heat analysis and product analysis shall be carried out for each heat and chemical composition
shall meet the limits as specified in IS: 2062.

3.2 Y-groove weld crackability test as per IS: 10842 shall be carried out for plates conforming to
Gr. E250 C having thickness 12mm and above.

3.3 Charpy impact test shall be carried out on the plates having thickness greater than 12 mm
conforming to Grade E250 BR, E250 BO & E250 C. Test temperature and acceptance criteria
for energy absorption shall be as mentioned in Table-2 of the specification IS: 2062.

4.0 CERTIFIED DOCUMENTS

The supplier shall furnish certificates/documents (number of copies as specified in requisition)


inclusive of all the following tests required as per specification, duly certified by the
Inspecting Authority before shipment of plates. The actual values obtained during tests shall
be recorded in the test certificates/documents. Material certificates shall conform to EN 10204
Type 3.1/3.2 as required.

a. Chemical Analysis
b. Mechanical Tests
c. Data of heat treatment
d. Charpy V-notch impact tests
e. Y- groove crackability test

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

Page 631 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
4arael ENGINEERS WELDABLE STRL. QUALITY STEEL
51gem faitegW INDIA LIMITED PLATES FOR STORAGE TANKS AND 6-12-0014 Rev. 6
21EvoR tolJoilta) (A Govt of Inds Undeftakmg)
VESSELS Page 5 of 5

5.0 PAINTING AND COATING

No painting/coating of any kind is permitted on the steel plates except stencil marking.
However steel plates shall be carefully protected and packed against any damage during transit
and shall be of sea worthy conditions.

6.0 INSPECTION AUTHORITY

Material test certificates, duly certified by Mill's Quality Assurance Department are acceptable
i.e. 3.1 certification as per EN 10204. However, if third party inspection is required specially
for plates in material requisition, all test certificates and documents shall be duly certified by
the third party. i.e. 3.2 certification as per EN 10204.

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

Page 632 of 4396


STANDARD No.

diar 134GIsEERS
eb-NNA LIMITED
... (A Govt of Indk, U.d.riakin9)
VESSEL TOLERANCES 7-12-0001 Rev. 6
Page 1 of 2

®
4- I-- 11----1-

L ,_ so
so
r II-
-

&
— – – -L =-)) REF. PLANE

1— — --

-c)

1
(§, 1
6 It
wv.l
j% 11"ij
6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH .,/ SK/KJH RKT RN
5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 633 of 4396
STANDARD No.
ENG/NEF36 VESSEL TOLERANCES 7-12-0001 Rev. 6
OkilirbeNDIA Utv'dTEll (A Govt. of India Undertaking)
Page 2 of 2

NOTES
1. REFERENCE LINES SHALL BE LIGHTLY PUNCH—MARKED INSIDE AND OUTSIDE AROUND THE CIRCUMFERENCE OF
THE SHELL PLATE ON THE TANGENT LINES OF THE VESSEL
2. a) OUT OF ROUNDNESS (OVAUTY) SHALL BE AS PER APPLICABLE CODE.
b) OUTSIDE CIRCUMFERENCE OF SHELL SHALL BE WITHIN THE FOLLOWING LIMITS.
± 10 mm FOR NOMINAL DIAMETER 1200 mm AND UNDER.
± 12 mm FOR NOMINAL DIAMETER 1201 mm THROUGH 2400 mm.
± 20 mm FOR NOMINAL DIAMETER ABOVE 2400 mm.
c) FOLLOWING TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH FOR VESSELS WITH TRAYS
AND / OR PACKING. (FOR CARTRIDGE TYPE TRAY REFER SPECIAL NOTE—E).
VESSEL NOM. DIA. TOLERANCE ON NOM. DIA.
2000 mm AND UNDER ± 0.5%
2001 mm TO 4000 mm GREATER OF ± 10 mm OR ± 0.35%
4001 mm TO 8000 mm GREATER OF ± 14 mm OR ± 0.25%
ABOVE 8000 mm TO BE SPECIFIED ON VESSEL DRAWING.
3. TOLERANCE FOR LENGTH ± 5 mm PER 3000 mm, MAXIMUM 15 mm.
4. OUTSIDE SURFACE OF CYLINDER MAY BE OUT OF ALIGNMENT / STRAIGHTNESS NOT MORE THAN 6 mm PER 6000 mm
STRAIGHT LENGHT, BUT NOT MORE THAN 20 mm FOR ANY LENGTH.
5. TOLERANCE FOR CENTRE TO CENTRE DISTANCE BETWEEN ANY PAIR OF INSTRUMENT CONNECTIONS TO BE AS FOLLOWS:—
DISTANCE BETWEEN NOZZLES : * 1 mm
ORIENTATION : f 1 mm
NOZZLE FACE INCLINATION : * 1/4 °
6. ELEVATIONS FROM REFERENCE PLANE MAY VARY AS FOLLOWS:—
MANHOLE: ± 12 mm, NOZZLE ± 6 mm, INTERNAL SUPPORTS: ± 3 mm, EXCEPT THAT LOCATIONS OF MANHOLES
AND NOZZLES NEAR THE TRAY SHALL NOT VARY MORE THAN ± 3 mm FROM THE TRAY.
7. PROJECTION OF FLANGE FACE FROM SHELL CENTRAL LINE / TANGENT UNE MAY VARY ± 5 mm FOR NOZZLES
AND ± 12 mm FOR MANHOLES.
8. CIRCUMFERENTIAL AND RADIAL DEVIATION OF NOZZLES, MANHOLES AND SUPPORTS FROM THE TRUE POSITION SHALL
NOT VARY MORE THAN I 3 mm.
9. BOLT HOLE ORIENTATION OF NOZZLES MAY VARY ± 2 mm AT BOLT CIRCLE.
10. VERTICAL AND HORIZONTAL DEFLECTION OF NOZZLE FLANGE FACES FROM PLANES NORMAL TO NOZZLE CENTRE LINES
OR PARALLEL TO VESSEL CENTRE UNE SHALL NOT BE MORE THAN ± 1/2?
11. ALL TOLERANCES OF TRAY SUPPORTS TO BE AS PER TRAY SPECIFICATIONS / DRAWING.
12. THE BASE RING BOLT CIRCLE DIAMETER MAY VARY ± 5 mm. FOR ANY DIAMETER MEASURED AT POINTS 90* APART,
DISTANCE BETWEEN TWO CONSECUTIVE HOLES MAY VARY BY ± 5 mm.
13. a) DEVIATION OF SUPPORT BASE FROM HORIZONTAL MAY BE AS FOLLOWS:—
FOR VESSEL DIA. 1500 mm AND UNDER 3 mm
FOR VESSEL DIA. OVER 1500 mm TO 2000 mm 5 mm
FOR VESSEL DIA. OVER 2000 mm TO 4000 mm 6 mm
FOR VESSEL DIA. OVER 4000 mm TO 5000 mm 8 mm
FOR VESSEL DIA. OVER 5000 mm 10 mm
b) DEVIATION OF SUPPORT BASE FOR BRACKET TYPE SUPPORT / SADDLE SUPPORT FROM HORIZONTAL MAY BE ±
14. DISTANCE BETWEEN CL TO CL OF SUPPORTS AND BOLT HOLES IN SUPPORTS FOR HORIZONTAL VESSELS MAY VARY ± 3 mm.
15. DISTANCE BETWEEN CENTRE UNE OF HORIZONTAL VESSEL AND BOTTOM OF SUPPORT MAY VARY ± 3 mm.
16. a) TOLERANCE FOR CENTRE TO CENTRE DISTANCE BETWEEN ANY PART OF EXTERNAL STRUCTURAL
ATTACHMENT SHALL NOT VARY MORE THAN ± 3 mm.
b) TOLERANCE FOR DISTANCE FROM REFERENCE PLANE TO BASE OF VERTICAL SUPPORTS AND CENTRE UNE OF
SADDLE SUPPORT MAY VARY ± 6 mm.

SPECIAL NOTES
A. CUMULATIVE TOLERANCES ON CONSECUTIVE DIMENSIONS SHALL BE LIMITED BY OVERALL DIMENSIONAL TOLERANCES.
ALL TOLERANCES ARE FROM REFERENCE PLANE UNLESS OTHERWISE INDICATED.
B. INTERFERENCE BETWEEN INTERNAL AND EXTERNAL PARTS OR ANY RESTRICTION TO THE INTENDED FUNCTION OF ANY
PART SHALL BE KEPT IN VIEW WHERE TOLERANCES ARE CUMULATIVE.
C. SPECIFIC TOLERANCES FOR ANY PART SHOWN ON EIL DRAWING SHALL BE GIVEN PREFERENCE TO THOSE GIVEN
IN THIS STANDARD.
D. UNUSUALLY LARGE OR COMPLEX VESSELS MAY BE EXECUTED AS PER FABRICATOR'S STANDARD WHEN THE TOLERANCES
AS SHOWN ARE UNREASONABLE. IN SUCH INSTANCES FABRICATOR'S TOLERANCES & LIMITS MUST BE SUBMITTED
FOR APPROVAL.
E. VESSEL UPTO AND INCLUDING 750 mm NOMINAL DIAMETER SHALL HAVE CARTRIDGE TYPE TRAY. FOLLOWING
TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH.
VESSEL NOMINAL DIAMETER TOLERANCE
500 mm AND UNDER VESSEL I.D. *- oI own
m1"
501 mm TO 750 mm VESSEL I.DY1 + 3 run
AvA
i/
\
6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/J 01 RN
5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00 - 0001 - F4 Rev.0 Copyright EIL - All rights reserved
Page 634 of 4396
STANDARD No.

ORMOENGNEERS
A INDIA LIMITED
( Govt. of Indio Undertaking)
MANHOLE WITH DAVIT 7-12-0010 Rev. 7
Page 1 of 2

20 0 x 25 LG. SNAP
HEAD RIVET

240 ROD
B(C0)+70 1.5 THK. S.S. WASHER
PIPE 'B' SCH. 80
30 VENT
10 THK. RIB

10

6R 15

PIPE 'A' 1NO. 60


DRAIN HOLE

1NO. 3mm NPT DETAIL 'X'


TELL TALE HOLE

3N0.—M16 SS JACK SCREWS


ON BOLT CIRCLE DIAMETER
( SEE NOTE-3 )

DETAIL OF EYE BOLT

M16

07;4 [..:110
BOND
FLANGE 20 0

I M16

TYP. DETAIL FOR SR MANHOLE DETAIL OF JACK SCREW

7 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH _ 4s1Z)1-


KJH
fr.j7--
RN
6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
Page 635 of 4396
STANDARD No.
INGNEIRS MANHOLE WITH DAVIT 7-12-0010 Rev. 7
41i1MO INDIA UWE"
to Govt. of Indko UndortokIng)
Page 2 of 2

160 ROD FOR S.S. VESSEL


B(00)+20 / 200 ROD FOR C.S. AND
PIPE '8' SCH. 80 LOW ALLOY STEEL VESSEL
1.5 THK. VESSEL INSIDE
S.S. WASHER IMO 0
BSI 10 THK. RIB 20R 0

II
g
260 350
(32 0)
4OR
WI7—\
DETAIL OF HAND GRIP
■ ••
HAND GRIP

—F-
20 0 x 25 LG. SNAP
250
// PIPE 'A'
//
//
//

30 VENT

I/ o
//
//
//
//
././
Y 41

3N0.-M16 SS JACK SCREWS


ON BOLT CIRCLE DIAMETER
(SEE NOTE-3)
INO. 6 0
DRAIN HOLE
/11 I15
DETAIL 'Y'
INO.-3mm NPT
TELL TALE HOLE

mak CLASS
SIZE
( NB) A (NB) B (NB)

.111 1°V.:111 _-.....0111111/11111 400 50 NB SCH. 80 40

1 200 200
20 0 ROD HANDLE
150
450
500
50 NB SCH. 80
65 NB SCH. 40
40
50
600 65 NB SCH. 40 50
400 65 NB SCH. 40 50
450 65 NB SCH. 40 50
300
500 65 NB SCH. 40 50
NOTES
600 90 NB SCH. 40 80
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. DIMENSIONS IN BRACKETS ARE FOR CLASS 900. 400 80 NB SCH. 40 65
3. B.C.D. OF JACK SCREWS IS TO BE SUITABLY CHANGED IF MANHOLE
450 90 NB SCH. 40 80
STUDS INTERFERE WITH JACK SCREWS. 600
4. THE SLEEVE PIPE 'A' SHOULD BE IN TRUE VERTICAL POSITION WITHIN 500 125 NB SCH. 80 100
A TOLERANCE OF 2 1/2 DEGREE, AFTER WELDING TO THE FLANGE.
600 125 NB SCH. 80 100
5. EDGES SHALL BE ROUNDED OFF IF SQUARE ROD IS USED
FOR HANDGRIP. 400 125 NB SCH. 80 100
6. MATERIAL OF DAVIT COMPONENTS SHALL BE C.S. UNLESS OTHERWISE
SPECIFIED IN ENGINEERING DRAWING. 450 125 NB SCH. 80 100
900
7. ALL FILLET WELDS SHALL BE 6mm MINIMUM. 500 150 NB SCH. 80 125
8. THIS STANDARD IS NOT APPLICABLE FOR LOW TEMPERATURE SERVICES.
600 150 NB SCH. 80 125
9. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.

7 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT livdrotr


6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
Page 636 of 4396
STANDARD No.
LADDER RUNGS FOR
ENGINEERS 7-12-0011 Rev. 6
ORM.) (A Govt. of India Undertaking)
INDIA LIMITED MANHOLE / DEMISTER
Page 1 of 1

TOP OF DEMISTER

.!.!..t.!-:•!•,..:•!•!•!•!•:•:•!•!•!>!•!•!•!•:•!•!•!•!•:-!•!•!•:•'."_?..

HORIZONTAL VESSEL

TOP LADDER RUNGS EQUISPACED AT BOTH LEVELS


2—NOS. FOR DIA. < 1000.
4—NOS. FOR 1000 < DIA. < 2000
6—NOS. FOR 2000 < DIA. 3000
8—NOS. FOR DIA. > 3000

175 175

MANHOLE Q

ti
200
DETAIL—X
DETAIL—X

175 175

20(16)RODFI
VERTICAL VESSEL C.S. AND LOW ALLOY
STEEL (NOTE-7)
20R

HANDGRIP

NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
• 2. VARIATION IN SPACING BETWEEN LADDER RUNGS IS PERMITTED
IN CASE OF INTERFERENCE WITH SOME NOZZLE OR INTERNALS.
HOWEVER THE SPACING OF RUNGS SHALL BE EQUAL.
3. SQUARE RODS MAY BE USED FOR HANDGRIP / LADDER RUNGS.
IF FABRICATED FROM PLATE THE EDGES ARE TO BE ROUNDED OFF.
4. MATERIAL SHALL BE AS PER ENGINEERING DRAWING.
5. ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
6. ORIENTATION OF LADDER RUNGS SHALL BE SAME AS OF MANHOLE.
7. DIMENSIONS SHOWN IN BRACKETS ARE FOR STAINLESS STEEL MATERIAL.

gi-
6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SING SK/KJH Rif RN
5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 637 of 4396
STANDARD No.
STANDARD BOLT HOLE
ENGINEERS 0 MIA WITH) 7-12-0015 Rev. 6
41114= (A Govt. of WIG Undortoldng) ORIENTATION
Page 1 of 1

HORIZONTAL VESSEL
(ELEVATION)
et_

VERTICAL VESSEL
(PLAN)

6
5
31.10.2016

23.05.2011
REAFFIRMED AND REISSUED AS STANDARD JIT SINGH ,..••••• SK/KJH h:T) RN
REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 638 of 4396
STANDARD No.

arr ENGINEERS
esONDIALINTED
munawirorows (A Govt. of Wig Undortaking)
VORTEX BREAKERS 7-12-0019 Rev. 6
Page 1 of 1

50 FOR NOZZLES MO 250 NB


AND 80 FOR NOZZLES MOVE
250 NB

60 DRAIN HOLE FLUSH


WITH VESSEL WALL CLAD/WELD OVERLAYED NOZZLE
(TYP.)
UNUNED NOZZLE (TYP.)

TYPE — 1A TYPE — 2A
FOR NOZZLE NB > 100

3D0

60 DRAIN HOLE FLUSH


PLAN VIEW FOR
WITH VESSEL WALL 1B AND 2B

TYPE — 1B TYPE — 2B
FOR NOZZLE NB < 100

ALLOY / ALLOY CLAD/


VESSEL CONCRETE LINED
CARBON STEEL/LOW ALLOY STEEL ALLOY LINED
MATERIAL (NOTE-3b)

CORROSION
ALLOWANCE 1.5 3 4.5 6 — —

THICKNESS 't' 6 8 12 14 5 5

WELD SIZE 'W' 6 6 8 8 5 5

NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
3.a) FOR ALLOY LINED VESSELS, THE BAFFLE MATERIAL SHALL BE SAME AS ALLOY LINING.
b) FOR CONCRETE LINED VESSELS, THE BAFFLE MATERIAL SHALL BE ALLOY AS SPECIFIED
IN ENGINEERING DRAWING.
4. REFER ENGINEERING DRAWING FOR DIMENSION 'B'.
5. 'D. DENOTES NOMINAL BORE SIZE OF SUBJECT NOZZLE.

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/KJHM RIOWfr fr RN


5 30.07.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
Page 639 of 4396
STANDARD No.

ORMO ENGINEERS NDIALIMITED


porrinnormsero (A G.A. of Ind. U.O.A.PAA9)
EARTHING LUG 7-12-0026 Rev. 6
Page 1 of 1

10 THK. PLATE
VESSEL PART

re)

to
N
to

\ 14 DIA. HOLE
(FOR M12 BOLT)
75 25

NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. ALL EQUIPMENTS SHALL BE PROVIDED WITH TWO(2) EARTHING
LUGS, UNLESS OTHERWISE STATED.
340 EARTHING LUGS SHALL BE LOCATED DIAMETRICALLY OPPOSITE ON
NORTH—SOUTH CENTER LINE ON SKIRT SUPPORTED EQUIPMENTS,
ON ANY TWO(2) LEGS OF THREE(3) LEG SUPPORTED VERTICAL VESSEL,
ON DIAMETRICALLY OPPOSITE LEGS OF FOUR(4) LEG SUPPORTED
VERTICAL VESSEL AND ON EACH SADDLE OF HORIZOTAL VESSEL.
(b) TWO(2) EATHING LUGS ARE TO BE LOCATED ON EACH SADDLE OF
HORIZONTAL VESSEL OF LENGTH GREATER THAN 20 METERS.
(c) FOR SPHERE, TOTAL 4—NOS. OF EARTHING LUGS SHALL BE PROVIDED
PREFERABLY ON DIAMETRICALLY OPPOSITE AND EQUALLY SPACED LEGS.
(SPHERES ARE USUALLY PROVIDED WITH LEGS IN NUMBERS WHICH ARE
MULTIPLE OF 4 FOR THE SYMMETRY)
4. DO NOT WELD EARTHING LUG ON PRESSURE PART.
5. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
6. MATERIAL OF CONSTRUCTION SHALL BE CARBON STEEL.

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/KJH 114- RN


5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 640 of 4396
O
z
P

0
6
8

1:1
C

REAFFIRMED AN D REI SS UED AS STANDARD

REAFF IRME D AN DREISS UED AS STANDARD


- 13 L_
17
0)
0)

m O
6)
3lVld 31AWN

C)
cr o

a
NOTES

1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.

C) 2. ALL LETTERS, BLOCKS AND BORDER SHALL BE OF RAISED POLISHED FACE.


3. BACK GROUND SHALL BE BLACK.
4. NAME PLATE SHALL BE TACK—WELDED TO THE BRACKET. WHERE NOT POSSIBLE IT MAY BE RIVETTED.
NC12:1VONVIS

5. REFER STANDARD 7-12-029 FOR BRACKET DETAIL OF NAME PLATE.


'0

9.nati LZO0-Z1-1.

0
6. NAME PLATE SHALL BE OF STAINLESS STEEL OF 2mm THICK.

Page 641 of 4396


ii
0

0
fD

000-00-9"oN
0

DESIGNED BY
MANUFACTURED FOR
ITEM NUMBER
MANUFACTURER SERIAL NO.
YEAR OF FABRICATION
CODES

DESIGN PRESSURE TEST PRESSURE

ONVCINVIS SY 03119S 131:1CINV 0 3140:1 1ddVal


REAFF IRMED AND REISS UED AS STANDARD
DESIGN TEMPERATURE DATE OF TEST
CAPACITY CORROSION ALLOW.
OPERATING FLUID RADIOGRAPHY
-0 TOTAL WEIGHT EMPTY HEAT TREATMENT
s<

cn
311/ldMANN21 3211110VAIINVIN

0.
0
0 NOTES
3 U)
C)
9 3. 1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. ALL LETTERS, BLOCKS AND BORDER SHALL BE OF RAISED POLISHED FACE.
3. BACK GROUND SHALL BE BLACK.
4. NAME PLATE SHALL BE TACK—WELDED TO THE BRACKET. WHERE NOT POSSIBLE IT MAY BE RIVETTED.
oN C1 1:1VCI NVIS
.

9'net! 8200- Z1.-L

5. REFER STANDARD 7-12-029 FOR BRACKET DETAIL OF NAME PLATE.


c3
z 6. NAME PLATE SHALL BE OF STAINLESS STEEL OF 2mm THICK.

Page 642 of 4396


STANDARD No.
ENG11•1336 BRACKET FOR NAME PLATE 7-12-0029 Rev. 6
(AINDIAof LIMITED
Co. Indio Undartak110
Page 1 of 1

0 O
O
tn
La

10 R

BRACKET

O
N NAME PLATE

4-
EIL NAME PLATE

4-
E
O
M

MANUFACTURER NAME PLATE


0

<TYP.
2V

—L_

200

230

NOTES

1. ALL DIMENSIONS ARE IN run UNLESS OTHERWISE STATED.


2. BRACKET MATERIAL SHALL BE SAME AS SHELL MATERIAL.

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH ,„..•-•" SK/KJH RN


5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 643 of 4396
STANDARD No.
B•IGNIRS DETAILS OF FORGED NOZZLE 7-12-0031 Rev. 5
Oitag
mitnrwroweino
eN31A LIMITED
Cwt. d Indk, Und•naldne)
Page 1 of 1

3 3

100

X > 225 150 4 X 4 225

ANSI - 150 - 600 CLASS, W.N.


SIZE PIPE PIPE I.D. t PIPE t
O.D. B.D.' .D. t SCH. I. D.
N.B. SCH. SCH.

15 21.3 40 80 13.84 3.73 160 11.74 4.78 XXS 6.36 7.47

20 26.7 45 80 18.88 3.91 160 15.58 5.56 XXS 11.06 7.82

25 33.4 55 80 24.3 4.55 160 20.7 6.35 XXS 15.22 9.09

30 42.2 70 80 32.5 4.85 160 29.5 6.35 XXS 22.8 9.7

40 48.3 80 80 38.14 5.08 160 34.02 7.14 XXS 27.9 10.2

50 60.3 85 80 49.22 5.54 160 42.82 8.74 XXS 38.1 11.1

ANSI - 900 CLASS W.N.


SIZE PIPE .D. PIPE I.D. t
O.D. B.D.' t
N.B. SCH. SCH.

15 21.3 40 80 13.84 3.73 160 11.74 4.78

20 26.7 45 80 18.88 3.91 160 15.58 5.56

25 33.4 55 80 24.3 4.55 160 20.7 6.35

30 . 42.2 70 80 32.5 4.85 XXS 22.8 9.7

40 48.3 80 160 34.02 7.14 XXS 27.9 10.2

50 60.3 105 160 42.82 8.74 XXS 38.1 11.1

NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE SPECIFIED.
2. ALL PIPES FOR NECKS TO BE SEAMLESS AND FROM FORGED MATERIALS.
3. FLANGE DIMENSIONS AND FACING ARE AS PER ANSI 8.16.5
4. FOR TYPE OF FLANGE FACING REFER VESSEL DRAWING.
5. SET ON NOZZLE ATTACHMENT TO VESSEL IS NOT PERMITTED.
6. THE ABOVE ARRANGEMENT SHALL BE USED ON VESSELS WHEN THICKNESS OF VESSEL
WALL EXCEEDS 50mm OR WHEN REQUIRED BY APPLICABLE CO E/STANDARD

5 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD


9SK/rwH i;
RN
4 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 644 of 4396
SUPPORTS STANDARD No.

diarftraC
EN MED FOR 7-12-0032 Rev. 5
WIII1111•10 (A Gs& of WI. UndArtal*Ig)
INTERNAL FEED PIPE Page 1 of 2

SEE
VESSEL DRG. 0
0

TYPE—IA

100
VENT HOLE
SEEVESS EL D RG.

50 TO 75
AS PER
PIPE SIZE
it

TYPE—I

INTERNAL FEED PIPE FOR HORIZONTAL VESSEL


SPARGER/FEED PIPE SUPPORT
NOTE TYPE—IA IS APPLICABLE FOR LARGE THERMAL EXPANSION (AIR / GAS SERVICE)

(6+2xC.A.)
THK. MIN. FLAT

TYPE-2
INTERNAL SPLASH FEED PIPE FOR HORIZONTAL VESSEL

65
15 0 HOLE IN PIPE CLEAT (6+2xC.A.)
& 30 LONGx15 WIDE SLOTTED THK. MIN. FLAT
HOLE IN SHELL CLEAT

SUPPORT CLEAT
FOR VERTICAL VESSEL
TYPICAL DETAIL OF BOLTING CLEATS

5 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH


/164
SK/KJH
°; 14.T
q/t
tt":"41N RN
4 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 645 of 4396
SUPPORTS STANDARD No.
ENGIM336 FOR 7-12-0032 Rev. 5
Ofiar gOINDIALIMTED
(A cwt. of Indio Undotioking)
INTERNAL FEED PIPE Page 2 of 2

TS

20 MIN. D NB

SHELL

REINFORCEMENT PAD
(NOTE-6)

TYPE-A
(FOR PIPES UPTO 250NB)

TS
20 MIN.

TI
SHELL
II
REINFORCEMENT PAD
(NOTE-6)
10
C.5
ul

0.5G
0

TYPE-B
(FOR PIPES ABOVE 250NB)

INTERNAL FEED PIPE FOR VERTICAL VESSEL/COLUMN

T
PIPE N.B.
BOLT SIZE E F G
D CA=O CA=1.5 CA=3 CA=5 CA=7

50 — 80 M 12 6 10 12 16 20 60 40 60

100 — 200 M 16 10 14 16 20 25 100 50 100

250 ,..- OVER M 16 14 18 20 25 28 150 100 150

NOTES
1 ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. IN CASE OF CONFLICT VESSEL ENGG. DRAWING SHALL GOVERN.
3. MATERIAL OF CLEATS SHALL BE AS PER VESSEL ENGG. DRAWING.
4. ALL FILLET WELDS TO BE ALL AROUND & SIZE OF WELDS ARE (6+1xC.A.) MINIMUM UNLESS OTHERWISE STATED.
5. ALL INTERNAL BOLTS SHALL BE MIN. M 12 SIZE AND OF STAINLESS STEEL WITH DOUBLE NUTS.
6. REINFORCING PAD SHALL BE LARGER BY 50mm ALL AROUND THAN BRACKET CLEATS. NO PAD IS REQUIRED FOR
VESSELS WITH WALL THICKNESS GREATER THAN 25mm.

12
j eh K1611
5 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SK/
4 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
Page 646 of 4396
STANDARD No.

S. R. NOZZLE NECK 7-12-0037 Rev. 4


1611111.11111•1111111.1PNI (A Get. of Indio Undortoklog)
Page 1 of 1

SELF REINFORCED NOZZLE

NOTES :— SELF REINFORCED WELD ENDS


1. DESIGN CALCULATION FOR ALL THE DIMENSIONS OF S.R. NOZZLES / WELD
ENDS SHALL BE APPROVED BY EIL
2. ANY DEVIATION IN THE OVERALL PROJECTION FROM THE SPECIFIED DESIGN
DATA SHALL BE MADE ONLY AFTER OBTAINING PRIOR APPROVAL FROM EIL.
3. FLANGES MAY BE FORGED INTEGRALLY WITH S.R. NOZZLE NECK.
4. I.D. OF FORGING SHALL BE AS SPECIFIED ON ENGG. DATA SHEET.
* 5. APPLICABLE FOR ASME SEC. VIII DIV.1 EQUIPMENT ONLY.
6. ALL SHARP CORNERS SHALL BE ROUNDED—OFF SMOOTH.

4 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGHlk' SK/KJH R it2 RN


3 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 647 of 4396
Page 648 of 4396
STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 2 of 27

Abbreviations:
API : American Petroleum Institute
ARV : Automatic Recirculation Valve
ASME : The American Society of Mechanical Engineers
BEP : Best Efficiency Point
BLO : Balance Leak off
DCI : Document Control Index
EC : Experience Criteria
eDMS : Electronic Document Management System
FFT : Fast Fourier Transform
HPRT : Hydraulic Power Recovery Turbine
ISA : Instrumentation Society of America
ISBL : Inside Battery Limits
MAWP : Maximum Allowable Working Pressure
MCF : Minimum Continuous Flow
MCR : Maximum Continuous Rating
MCS : Maximum Continuous Speed
MKS : Meter, Kilogram, Seconds
MMS : Machine Monitoring System
MOP : Main Oil Pump
MRT : Mechanical Run Test
NPSH : Net Positive Suction Head
NPSHA : Net Positive Suction Head Available
NPSHR : Net Positive Suction Head Required
NPSH3 : Net Positive Suction Head 3%
OSBL : Outside Battery Limits
P&ID : Piping and Instrumentation Diagram
PTC : Power Test Codes
PTR : Proven Track Record
VDM : Vendor Document Management System
VDR : Vendor Data Requirements
VMS : Vibration Monitoring System

Rotating Equipment Standards Committee

Convener: Mr. Nalin Kumar

Members: Mr. Tarun Kumar


Mr. Anukul Mandal
Mr. J S Duggal
Mr. Abhay Kumar
Mr. Mahesh Easwaran
Mr. Mahesh Gupta
Mr. Ayush Mathur (Projects)

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

Page 649 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 3 of 27

CONTENTS
Page No.
1 Scope.......................................................................................................................... 4 
1A  Amendments / Supplements to API Standard 610 .................................................... 4 
1B Experience Criteria .................................................................................................... 4 
1  Scope.......................................................................................................................... 5 
3  Terms and Definitions ............................................................................................... 5 
3.21  Maximum Allowable Working Pressure ................................................................... 5 
3.22  Maximum Discharge Pressure ................................................................................... 5 
3.60  Supplier / Vendor ....................................................................................................... 5 
4  General ....................................................................................................................... 5 
4.1  Unit Responsibility .................................................................................................... 5 
5  Requirements ............................................................................................................. 6 
5.1  Units ........................................................................................................................... 6 
5.3  Requirements ............................................................................................................. 6 
6  Basic Design .............................................................................................................. 6 
6.1  General ....................................................................................................................... 6 
6.2  Pump types................................................................................................................. 8 
6.3  Pressure Casings ........................................................................................................ 8 
6.4  Nozzles and pressure casing connections .................................................................. 9 
6.5  External nozzle forces and moments ......................................................................... 9 
6.7  Wear Rings And Running Clearances ....................................................................... 9 
6.8  Mechanical Shaft Seals ............................................................................................ 10 
6.9  Dynamics ................................................................................................................. 10 
6.10  Bearings and Bearing Housings............................................................................... 10 
6.11  Lubrication ............................................................................................................... 10 
6.12  Materials .................................................................................................................. 10 
7  Accessories .............................................................................................................. 11 
7.1  Drivers ..................................................................................................................... 11 
7.2  Couplings & Guards ................................................................................................ 12 
7.3  Base Plates ............................................................................................................... 12 
7.4  Instrumentation ........................................................................................................ 13 
7.5  Piping & Appurtenances .......................................................................................... 13 
8  Inspection Testing and Preparation for Shipment ................................................... 14 
8.1  General ..................................................................................................................... 14 
8.2  Inspection ................................................................................................................. 14 
8.3  Testing ..................................................................................................................... 17 
8.4  Preparation For Shipment ........................................................................................ 19 
9  Specific Pump Types ............................................................................................... 19 
9.1  Single Stage Overhung Pump .................................................................................. 19 
9.2  Between Bearing Pumps .......................................................................................... 19 
9.3  Vertically Suspended Pumps (types VS1 through VS7) ......................................... 21 
10  Vendor’s Data .......................................................................................................... 22 
10.1  General ..................................................................................................................... 22 
10.2  Proposals .................................................................................................................. 22 
10.3  Contract Data ........................................................................................................... 23 
Annex-C: Hydraulic power recovery turbines ..................................................................... 24 
C.1  General ..................................................................................................................... 24 
C.2  Terminology ............................................................................................................ 24 
C.3  Design ...................................................................................................................... 24 
C.4  Testing ..................................................................................................................... 26 

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

Page 650 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 4 of 27

1 Scope

i. This specification together with the attendant Data Sheets and other
specifications/attachments to inquiry / order defines the minimum requirements for vertical
and horizontal centrifugal pumps including pumps running in reverse direction as hydraulic
power recovery turbines and their accessories / auxiliaries for use in the petroleum,
petrochemical and natural gas industries.

ii. Vendor shall comply with the requirement of this specification and other
specifications/attachments to inquiry/order. No deviation or exception shall be permitted
without the written approval of the purchaser.

iii. Compliance with this Specification shall not relieve the vendor of the responsibility of
furnishing equipment and accessories /auxiliaries of proper design, materials and
workmanship to meet the specified start up and operating conditions.

In case the vendor considers requirement of additional instrumentation, controls, safety


devices and any other accessories/auxiliaries essential for safe and satisfactory operation of
the equipment, they shall recommend the same along with reasons in a separate section
along with his proposal and include the same in their scope of supply.

1A Amendments / Supplements to API Standard 610

1A.1 Except as modified herein, the centrifugal pumps shall be designed, manufactured, tested
and supplied strictly in accordance with the API Standard 610 - Centrifugal Pumps for
Petroleum, Petrochemical and Natural gas industries, Eleventh Edition, September
2010.

1A.2 Except for new paragraphs, the number and title of the paragraphs in this specification
correspond to the respective sections and paragraphs of the above standard. Paragraphs not
addressed in this specification shall be strictly in accordance to API Standard 610,
Eleventh Edition, September 2010requirements.

The word in parenthesis following the number or title of a paragraph indicates the
following:
(Addition) : An addition to a part, section or paragraph referred to.
(Modification) : An amplification or rewording has been made to a part of the
corresponding section or paragraph but not a substitution replacing
the entire section or paragraph.
(Substitution) : A substitution has been made for the corresponding section or
paragraph of the standard in its totality.
(New) : A new section or paragraph having no corresponding section or
paragraph in the Standard.
(Delete) : The paragraph is deleted.
.
1B Experience Criteria

1B.1 The pump model offered shall be from the existing pump model series and shall be from
the regular manufacturing range of the vendor (Prototypes are not acceptable).

The mechanical design as well as the hydraulic performance (including NPSHR) for the
complete range of operation of the offered model shall have been established in the shop
test. (Details to be furnished, if required).

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

Page 651 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 5 of 27

The offered pump model with identical hydraulics and design shall be field proven (at least
ONE unit) with minimum operating experience of one year for similar operating/design
conditions& driver rating, rotor dynamics, mechanical design, pumping liquid and material
of construction, supplied in the last Ten (10) years, from the proposed manufacturing plant,
as on bid due date.
(Note: Similar operating/design conditions& driver rating would mean approx. 80% or
higher)

1B.2 The vendor shall complete the Experience Record Proforma enclosed with the inquiry
document to amply prove that the offered pump model meets the above criteria by
furnishing details of similar operating/design conditions {flow, head, operating/design
pressures & temperatures, viscosity, speeds, efficiencies, driver rating, no. of stages,
bearing span/column length etc.}, Rotor Dynamics {Impeller Arrangement, No. of
Impellers, Bearing Span, Speeds etc.}, Mechanical Design {Bearing Type & Lubrication,
MAWP etc.}, pumping liquid & material of construction etc. as applicable in the format.

Past Test Curves shall also be submitted (when requested) to justify the quoted efficiencies.

Multiple references may be furnished to justify the above.

In addition, manufacturer's catalogue and general reference list for “Centrifugal Pumps-
Special Purpose Process Service” shall also be furnished along with the proposal.

1 Scope
Paragraph 1 of API Standard 610 - Centrifugal Pumps for Petroleum, Petrochemical
and Natural gas industries, Eleventh Edition, September 2010 stands modified as per
para 1, para 1A and para 1B above.

3 Terms and Definitions

3.21 Maximum Allowable Working Pressure (Addition)


MAWP shall not be less maximum discharge pressure calculated as per 3.22 below and
must satisfy the pressure and temperature parameters consistent with the discharge flange
rating.

3.22 Maximum Discharge Pressure (Modification)


- Replace ‘normal relative density’ by ‘maximum specified relative density at any specified
operating condition’ (including start-up/commissioning with water, if specified).
- "Maximum Differential Pressure" by "Maximum Differential Pressure with including all
test tolerances".

3.60 Supplier / Vendor (Substitution)


Unless otherwise specified, Supplier / Vendor shall be the manufacturer of centrifugal
pumps (special purpose),as per API 610, having adequate design, engineering,
manufacturing, packaging and testing facilities and shall have supplied similar centrifugal
pumps (special purpose) package as a single point responsibility vendor. The vendor shall
also be the manufacturer of the proposed centrifugal pumps (special purpose).

4 General

4.1 Unit Responsibility (Substitution)


Vendor shall have UNIT RESPONSIBILITY of complete centrifugal pump package &
shall be responsible for complete design, engineering, manufacturing, packaging, testing,
supply & supervision of erection & commissioning of total package as per specification
requirements. Vendor’s scope shall include but not limited to the responsibility for
execution, coordination of all technical aspects of equipment and its auxiliary systems,
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 652 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 6 of 27

their selection & integration into a complete package constituting total order. All
drawings/documents, including sub vendor’s drawings, pertaining to the order shall be duly
reviewed &approved by the vendor before onward submission.

5 Requirements

5.1 Units (Modification)


Unless otherwise specified, MKS system of units shall be used.

5.3 Requirements (Substitution)


In case of conflict between this specification and the attendant data sheets, job
specifications (if any) and other attached specification the following order of precedence
shall govern:

1. Process Data Sheet / P&IDs / Process Package


2. Mechanical Data Sheets.
3. Job Specifications/scope of work (if any)
4. This specification
5. Other standards & specifications
6. Other referred codes and standards

The editions of referenced publication that are in effect at the time of inquiry or at a date
specified in the inquiry documents shall be applicable.

In case of any ambiguity in the above documents, the vendor/supplier shall seek
clarification from the owner/purchaser and the decision of the owner/purchaser shall be
final and binding.

6 Basic Design

6.1 General

6.1.3 (Addition)
Unless otherwise specified, pump minimum continuous flow (MCF) shall be less than
process normal flow. Pumps having MCF greater than Process Normal Flow are not
acceptable.

6.1.4 (Modification)
The words "different hydraulic design, variable speed capability" stands deleted.

6.1.8 (Addition)
Unless otherwise specified, pumps where difference between NPSHA and NPSHR/NPSH3
from quoted minimum flow to rated flow is less than 0.6 meter are not acceptable. The
said NPSHR/NPSH3 value shall correspond to the maximum value of NPSHR/NPSH3
from rated flow down to the recommended minimum continuous stable flow specified by
the vendor. Further, in case of parallel operation and/or auto start against open discharge
valve condition, NPSHR/NPSH3 upto 120% of best efficiency point shall not exceed
specified NPSHA in addition to above margin requirement.

Pumps (except for OH6 type pumps) fitted with inducers for reducing NPSHR/NPSH3 is
not acceptable.

Note: Actual datum for NPSHA (i.e. grade level, top of foundation level or any other level as
defined in enquiry) shall be referred from the data sheets forming part of enquiry document.

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

Page 653 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 7 of 27

6.1.11 (Substitution)
Pumps shall have stable head/flow-rate curves (continuous head rise to shutoff) for all
applications. If parallel operation is specified, the head rise from rated point to shutoff shall
be at least 10%. Unless otherwise specified, discharge orifice shall not be used to achieve
required head rise to shut off, even in case of parallel operation.

6.1.12 (Substitution)
Pumps shall have preferred operating region of 70% to 120% of best efficiency flow-rate of
the pump as furnished. Rated flow shall be within 70% to 110% of best efficiency flow-rate
of the rated impeller except for intermittent duty applications, low flow pumps (< 20
m3/hr) and pump rated BKW upto 15 kW. Vendor shall indicate “Preferred Operating
Range” and “Allowable Operating Range” on the characteristic curve.

6.1.14 (Modification)
The last sentence of this paragraph reading “the equipment…for guidance” stands
substituted with the following:

Unless otherwise specified, the maximum permissible sound pressure level of the complete
equipment (pump + driver) train including all ancillaries & auxiliaries shall not exceed 85
dBA measured at 1 meter from equipment surface in any direction for the recommended
range of operation at site.

6.1.17 (Modification)
Unless otherwise specified, vendor shall offer their standard cooling plan (as per API
Annex B) guaranteeing safe and satisfactory operation of the pump package.

The need for cooling shall be determined by the vendor, and the method shall be agreed
upon by the purchaser. However water cooling shall be provided to bearing housing for all
pumps with fluid temperature greater than 250°C operating in ISBL areas.

6.1.20 (Modification)
Unless otherwise specified, water cooling systems (jackets, heat exchangers and so forth)
shall be designed for the following conditions on the water side:

Velocity over heat exchanger surface : 1.5 - 2.5 m/sec.


Maximum Allowable Working Pressure (MAWP) : > 8.0 kg/cm²g
Test Pressure : = 1.5 x MAWP
Maximum Pressure Drop : 0.7 kg/cm²
Maximum Inlet Temperature : 33°C
Maximum Outlet Temperature : 45°C
Maximum Temperature Rise : 12°C
Minimum Temperature Rise : 6°C
Fouling Factor on Water Side : 0.0004 m² hr°C/kcal
Shell Side Corrosion allowance (not for tubes) : 3.2 mm

Note: TSV set pressure (in CW isolatable circuits) shall not exceed the design pressure of
purchaser’s CW header.

6.1.28 (Addition)
Unless otherwise specified, equipment shall be designed to be suitable for outdoor
installation without a roof.

6.1.35 (New)
For balancing axial thrust in multi-stage pumps, only the following arrangements shall be
used:
- Opposed arrangements of impellers.
- A balancing piston
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 654 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 8 of 27

6.1.36 (New)
Unless otherwise specified, for rated flows exceeding 1000 m3/hr or with differential head
above 200 m, only “Between Bearing Type” pump shall be supplied.

6.1.37 (New)
Unless otherwise specified, electric motor driven pumps shall be directly driven.

6.1.38 (New)
Unless otherwise specified, for vertical pumps, material of guide bushing shall be suitable
for dry running during start-up / transient conditions as well as running on lubrication by
pumping fluid/external source.
Vendor shall select a suitable material (Metallic/Non Metallic) based on their experience
and guarantee satisfactory operation. Past supply references to be provided on request.

6.1.39 (New)
Single and two-stage pumps operating at temperatures less than 150°C and multi-
stage pumps operating at temperatures less than 120°C shall be suitable for instantaneous
start-up from ambient to full operating temperature without any warm-up.

For operating temperatures higher than the above, unless otherwise specified, the pump
vendor shall provide casing warm-up arrangement with suitable hardware (i.e. flanged
piping, valves, orifice & fittings) within pump skid battery limits. Warm up flow shall be
added to the rated flow for pump/driver sizing and selection and the same shall be reflected
on data sheet and performance curves. Flanged warm-up connection shall be provided
at the skid edge for the further interfacing by purchaser. Casing warm up schematic
shall be provided by pump vendor in their proposal.

As part of the operating manual, an appropriate start-up procedure shall be provided by


pump vendor.

Required monitoring equipment (i.e. skin thermo- couples, temperature transmitters etc.) to
ensure that the pump, including seal(s), does not incur damage due to rapid heat up,
shall be supplied by pump vendor.

6.2 Pump Types (Modification)


Unless otherwise specified, pump types as listed in Table 3 shall not be offered.

6.3 Pressure Casings

6.3.1 (Substitution)
The maximum discharge pressure shall be the maximum suction pressure plus the
maximum differential pressure including all test tolerances, the pump is able to develop,
when operating with the furnished impeller at the rated speed and specified maximum
relative density at any specified operating condition’ (including start-up/commissioning
with water at normal suction pressure, if specified).

6.3.3 (Modification)
The ‘NOTE’ stands modified as under:
Vendor to note that the criteria specified in a) above shall also be used for design of
purchaser’s associated piping system.

6.3.5 (Modification)
Unless otherwise specified, OH2, OH6, BB1 and BB2 pumps shall be equipped with ANSI
300# flanges / PN50 flanges.

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

Page 655 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 9 of 27

6.3.6 (Modification)
Unless otherwise specified, regions of vertically suspended, double-casing and horizontal
multistage pumps (pumps with three or more stages) that are subjected only to suction
pressure shall be designed for the same MAWP as that of discharge section.

6.3.10 (Modification)
The second line “Gaskets other than spiral-wound may be proposed and furnished, if
proven suitable for service and approved by the purchaser” stands deleted.

6.3.11 (Modification)
The words “except as allowed in 9.2.1.2” stand deleted.

6.4 Nozzles and pressure casing connections

6.4.3 Auxiliary connections

6.4.3.1 (Addition)
All drain and vent connections shall be terminated at the skid edge along with instructions
that the same are to be further connected to either an open drain or a closed drain.

6.4.3.16 (New)
In case, Balance-leak-off (BLO) line is connected to suction source of the pump, the
balance line shall be provided with pressure gauge, orifice& pressure relief valve upto
vendors battery limit. Vendor shall ensure that BLO flow has already been considered in
pump & driver sizing and the rated capacity is dischargedfrom pump discharge. Screwed
connections are not allowed. Balance leak off line shall be designed for the pump casing
MAWP.

6.5 External Nozzle Forces and Moments

6.5.1 (Modification):
The pump’s pressure casing and their base-plates shall be suitable to withstand twice the
forces and moments in Table 5 applied simultaneously to the pump through each nozzle,
plus internal pressure, without distortion that would impair operation of the pump or seal.

Note:
1. Vendor to note that the above criteria shall be used for design of purchaser’s associated piping
system.
2. Annex F of API 610 may be utilised for pumps with Automatic Recirculation Valve (ARV)
mounted on the pump discharge nozzle.

6.7 Wear Rings and Running Clearances

6.7.3 (Modification)
Tack welding shall not be employed for fitting of the wear rings.

6.7.4d) (New)
The maximum permissible running clearances shall not be less than twice the new running
clearances.
Note: While selecting the running clearances, galling tendency of the offered wear rings shall be
taken into consideration.

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

Page 656 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 10 of 27

6.8 Mechanical Shaft Seals

6.8.1 (Addition)
For the applicable flushing plans, the vendor shall also include in his scope of supply, all
items shown as optional items in Annex-G of API 682 4th edition (Standard Flush Plan and
auxiliary Hardware) along with other additional specified/ required items, if any.

6.9 Dynamics

6.9.2 TORSIONAL ANALYSIS

6.9.2.10 (Modification)
Replace the words ‘If specified’ by ‘If torsional analysis is performed’.

6.9.3 VIBRATION

6.9.3.2 (Modification)
Fast Fourier Transform (FFT) during MRT is to be used for Multi-stage pumps with
hydrodynamic bearings, fed with forced lube oil system & equipped with VMS.

6.9.3.3 (Modification)
The words ‘if specified’ in the last sentence stand deleted.

6.10 Bearings and Bearing Housings

6.10.2 BEARING HOUSINGS

6.10.2.6 (Modification)
Bearing housings shall be equipped with suitable replaceable noncontact type bearing
isolators where shaft passes through the housing.

6.10.2.11 (Substitution)
A flat surface at least 25 mm in diameter shall be supplied for the location of magnetic
based vibration measuring equipment, whether or not vibration measuring equipment is
included in the vendor’s scope of supply. Pumps shall also have provision for mounting
accelerometers (X & Y) on each bearing housing.

6.10.2.13 (New)
Bearing housing shall be equipped with magnetic drain plug except for multistage pumps
where vendor’s standard design may not permit this.

6.11 Lubrication

6.11.3 (Substitution)
Provision shall be made for pure/purge oil mist lubrication as specified.

6.12 Materials.

6.12.1.6 (Substitution)
Unless otherwise specified, casing in cast iron construction shall not be offered

6.12.1.8 (Modification)
The words ‘if specified’ stand deleted.

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

Page 657 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 11 of 27

6.12.1.12 (Modification)
Where even trace quantities of wet H2S are indicated to be present, reduced hardness
materials in accordance with NACE MR0175/MR0103 shall be provided by the vendor.

6.12.2.5 (Modification)
The words ‘if specified’ stand deleted.
The second sentence also stands deleted.

6.12.3.4 (Modification)
e) Requirements of additional examination shall be as specified vide clause 8.2.1.3 of
this specification.

6.12.4.3 (Modification)
ASME Sec VIII, Div 1 shall apply with regard to impact testing requirements.

7 Accessories

7.1 Drivers

7.1.4 (Modification)
Electric motor drivers shall have a maximum continuous rating (MCR) (i.e. service factor
equal to 1) not lower than the following unless higher rating is dictated by the Note 1 and /
or Note 2:

Pump Rated BKW* Motor MCR (% of Pump Rated BKW)


Up-to 22 kW : To suit maximum BKW indicated on pump data sheet
or 125% of rated pump BKW, whichever is higher.

22 kW to 55 kW : 115%

Higher than 55 kW : 110%


Note: * including all mechanical & transmission losses & with 0% +ve tolerance.

The electric motor shall be suitable for the electrical area classification specified on the
data sheet.

Note:
1. The motor nameplate rating for pumps under parallel operation or for pumps with
auto-start operation shall not be less than the max. BKW indicated on pump data sheet
(maximum power at any point on the pump performance curve from shutoff to end of
the curve for the rated impeller) or shall have the specified margin as per this clause
whichever is greater. The pump motors shall also be suitable for start-up under open
discharge valve condition.

2. The motor nameplate rating for applications where the specific gravity of pumped fluid
is less than 1.0 shall either be 100% of the BKW of pump at minimum continuous
stable flow with clean cold water of sp. gravity 1.0 or shall have the specified margin
as per this clause, whichever is greater.

7.1.9 (Modification)
Unless otherwise specified, steam turbine drivers shall be sized to deliver continuously
110% of pump rated power at minimum inlet and maximum exhaust steam conditions.

The steam turbine rating (with minimum inlet and maximum exhaust steam conditions) for
pumps under parallel operation or for pumps with auto-start operation shall not be less than
the max. BKW indicated on pump data sheet (maximum power at any point on the pump
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 658 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 12 of 27

performance curve from shutoff to end of the curve for the rated impeller). The turbine
shall also be suitable for start-up under open discharge valve condition.

In any case, Turbine Rating shall be at least equal to the Motor Rating of the standby
pump.

7.2 Couplings and Guards

7.2.3 (Substitution)
Couplings shall be balanced to ISO 1940-1, grade G2.5.

7.2.4 (Substitution)
Unless otherwise specified, all couplings required for multistage pump package(s) (greater
than two stages) shall conform to API standard 671 where either the driver rating is greater
than 160 kW or the maximum continuous speed is greater than 3000 rpm.
However in case of gear box driven multistage pump units, both low speed and high speed
couplings shall conform to API standard 671 if any of the above criteria of speed or power
is satisfied.

7.2.7 (Addition)
The coupling service factor shall not be less than 1.5 over the driver rating.However,
during selection of coupling, vendor to ensure that the maximum service factor (actual SF)
for the coupling shall not exceed the allowable stresses of the drive train. Further, for the
pumps equipped with gear box, max service factor for coupling shall not exceed the gear
box service factor.

7.2.13 a) (Addition)
Coupling guard shall be open at the bottom to permit manual shaft rotation.

7.2.13d) (Modification)
Coupling guard shall be fabricated from non-sparking material.

7.3 Base Plates

7.3.1 (Addition)
Pumps in corrosive service shall have provision to collect and drain the leakage from
mechanical seal or packing, through a drip pan of metallurgy equivalent or superior to
pump casing. Leakages from drip pan shall be piped to base-plate with a flanged
connection for onward disposal by purchaser. Where the design of bearing prohibits
provision of drip pan, the material of bearing bracket shall be suitable for the corrosive
service. Base plates shall have jacking provision for aligning the prime movers & shall be
provided with 2" 150# flanged connection.

7.3.5 (Modification)
Replace “if specified” by “For all multistage pumps”.

7.3.19 (Modification)
The pump manufacturer shall furnish the anchor bolts.

7.3.21 (Modification)
All pumps offered shall have been tested for nozzle load test (either by physical testing or
by computer simulation study using finite element analysis) in the past for twice the API
loads meeting shaft deflection criteria as per Table-13 for baseplate intended for grouting
limits and shall be demonstrated through the past test reports for the offered model.
Categorical compliance to the above is mandatory and report may be furnished on demand.

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

Page 659 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 13 of 27

In case pipe load test has not been conducted in the past, the vendor shall demonstrate the
pipe load test with the above defined loads & shaft deflection as per Table-13 (either by
physical testing at their manufacturing shop or by computer simulation study using finite
element analysis) for the proposed pump model(s). Unless otherwise specified, this is not a
witness test and only report is required.

7.3.22 (New)
Skid layout of pump trains along-with their auxiliary systems (i.e. seal flushing plans) shall
be designed in a manner so as to ensure that there is enough space within the skid for
maintenance and operation. Special care shall be taken for pumps provided with seal
flushing plans 23, 52, 53, 75, etc so that couplings and seals can be attended for
maintenance without disturbing any seal piping/cables/other items located on the skid. As
far as possible, area on motor terminal box side shall be left clear of all piping and
accessories for ease of maintenance.

7.4 Instrumentation

7.4.2.2 (Modification)
The words ‘if specified’ stand deleted. The vendor shall supply the detectors.

7.4.2.3 (Modification)
The words ‘if specified’ stand deleted.

7.4.2.4 (Modification)
The words ‘if specified’ stand deleted.

7.4.2.5 (New)
Horizontal multistage pumps intended for pumping temperature above 120°C shall be
provided with pump casing skin temperature monitoring system consisting of the
following:
- Four thermocouples for number of stages > 4& minimum two thermocouples for number
of stages < 4, along-with yoke mounted temperature transmitters with integral indicator
for each thermocouple.
- One Junction Box (JB) to be mounted on the pump base-plate.
- Cables between the thermocouples and transmitters.
- Cables between transmitters and junction box.

For multistage pumps in pipeline applications, where MCF recirculation line is generally
not provided, casing skin temperature monitoring as defined above shall be provided
irrespective of the pumping temperature.

7.5 Piping and Appurtenances

7.5.1 GENERAL

7.5.1.6 (Modification)
The words ‘if specified’ stand deleted.

7.5.1.7 (Modification)
Flange fasteners on stainless steel piping systems shall be of stainless steel.

7.5.2 AUXILIARY PROCESS FLUID PIPING

7.5.2.3 (Modification)
Auxiliary process fluid piping material shall be SS-316 as a minimum.

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

Page 660 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 14 of 27

7.5.2.6 (Substitution)
Casing shall be provided with drain connection with nipple, threaded and seal welded and
provided with a socket welded gate valve terminated at edge of the base plate. Gate valve
shall be of 800# rating with material of construction (MOC) equal or superior to the pump
casing. For multistage pumps with more than one drain point, block valves at each drain
point shall be provided and the piping shall be terminated at edge of the base plate with a
flange. Unless made self venting design, vent connections shall also be provided with a
nipple, threaded and seal welded and terminated with a gate valve. Pressure gauge
connection shall not be provided unless specifically required in the inquiry. Nipples shall
meet the requirements of 6.4.3.4, 6.4.3.5&6.4.3.9.

7.5.2.8 (Modification)
Flanges are required instead of socket welded unions for all auxiliary process fluid piping.

7.5.2.11 (New)
Unless otherwise specified, material for seal flushing liquid cooler shall be as under:
Tube or Coil : Type 316 stainless steel or Monel.
Casing (or Shell) : Carbon Steel.
Cooling water shall be on the casing (Shell) side.

7.5.3 COOLING WATER PIPING

7.5.3.3 (Addition)
Sight flow indicator shall have ball or flag for easy verification of water flowing through
pipes.

7.5.3.4 (New)
Thermal relief valve (in each isolatable cooling water circuit) shall be provided upstream of
globe valve on the cooling water outlet line. Set pressure of thermal relief valve shall be
equal to the design pressure of cooling water piping system.

8 Inspection, Testing and Preparation for Shipment

8.1 General
8.1.7 (New)
Prior to start of test, manufacturer shall furnish the certificate of latest calibration / re-
calibration of driver and measuring instruments for review by purchaser’s inspection
agency.

Unless electrical or mechanical failure occurs, driver used for shop testing need not be
recalibrated and original calibration certificate shall remain valid.

Duration of recalibration for all measuring instruments shall be as per the recommendations
of HI Standards.

8.2 Inspection

8.2.1 GENERAL
8.2.1.3 (Substitution)
The minimum inspection requirements for pressure containing casing shall be as per the
following:
Inspection Inspection requirement Remarks
category
CATEGORY A Visual inspection and Magnetic C1. Liquid penetrant inspection
Particle or Liquid Penetrant shall be performed only
inspection of following when specified magnetic
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 661 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 15 of 27

Inspection Inspection requirement Remarks


category
components as a minimum: particle inspection is not
- Nozzle weld feasible.
- Butt welds on pressure
containing components C2. Magnetic particle or liquid
- Fillet welds on pressure Penetrant inspection shall be
containing components. carried out in accordance with
- Shaft Table 14.
Radiographic or ultrasonic
inspection of the following as a C3. Ultrasonic inspection shall
minimum: be carried out when
- Nozzle weld radiography is not feasible.
- Butt welds on pressure Radiography or ultrasonic
containing components. inspection shall be carried out
in accordance with Table 14.
CATEGORY B Visual inspection and Magnetic B1. Liquid penetrant inspection
Particle or Liquid Penetrant shall be performed only
inspection of following when specified magnetic
components as a minimum: particle inspection is not
- Nozzle weld feasible.
- Butt welds on pressure
containing components B2. Magnetic particle or liquid
- Fillet welds on pressure penetrant inspection shall be
containing components. carried out in accordance with
- Shaft Table 14.
CATEGORY C As per vendor’s standard Quality
Assurance Plan
Note:
Category A:
This category is applicable for services with process design pressure above 70 kg/cm²g or process design
temperature below -29°C or above 300°C.

Category B:
This category is applicable for services within the design pressure and temperature range other than
covered under category A above and category C below.

Category C:
This category is applicable for carbon steel and cast iron for services with process design pressure up to 40
kg/cm²g and design temperature from 0 to 150°C.

8.2.1.5 (New)
Inspection shall also include dimensional check of pump, driver and auxiliaries (if any)
duly mounted on the base plate, in accordance with certified general assembly drawing.
This will include all main pump dimensions, base plate dimensions, location of foundation
bolt holes, size/position/rating of flanges, coupling guard arrangement, verification of the
required material certificates and their trace-ability to the respective components. In
addition, following checks shall also be carried out:
- A measurement of the actual running clearances throughout the pump.
- A check for the hardness of wear rings.
- A check for good workmanship and finish throughout.

8.2.1.6 Inspection & Testing requirements: (New)

A. Pump-Centrifugal Horizontal (SPP) / Pump-Centrifugal Vertical (SPP) / Pump-


Centrifugal Canned Motor / Pump-Centrifugal Submerged Motor (Cryogenic) / High
Speed Integrally Geared Centrifugal Pumps:

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

Page 662 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 16 of 27

S.no. Inspection & Tests Scope of Inspection (Note-1)


1 Shop Test / Inspection R
2 Material Certificates R
3 Hydrostatic test R
4 Performance Test / Sound level Test W
5 NPSH Test as required (as per specification) / W
Minimum Submergence Test (for Vertical
pumps)
6 Dismantle Inspection & Re-assembly after W (Note-2)
test
7 Unitization / Check of direction of rotation of O (but not required for PMC
pump jobs; to be governed by
contractor’s quality plan)
8 Visual, dimension and skid completeness W (Conventional jobs)
check R (PMC jobs)

B. Pump-Centrifugal Horizontal Multistage (SPP) / Pump-Centrifugal (BFW)

S.no. Inspection & Tests Scope of Inspection (Note-1)


1 Shop Test / Inspection R
2 Material Certificates R
3 Hydrostatic test W
4 Rotor Dynamic Balancing (Both Main & Spare O
Rotor)
5 Performance Test / Sound level Test W
6 NPSH Test as required (as per specification) W
7 Dismantle Inspection & Re-assembly after test W
8 Unitization / Check of direction of rotation of O (but not required for PMC
pump jobs; to be governed by
contractor’s quality plan)
9 Visual, dimension and skid completeness check W (Conventional jobs)
R (PMC jobs)
10 Complete Unit Test W (Note-3)

Legends:
R: Required: Reviewing of manufacturer's shop test reports shall be considered as
adequate.
O: Observed: Purchaser shall be notified but work may proceed after scheduled date.
W: Witnessed: A HOLD shall be applied and work shall not proceed without
approval.

Notes:
1. The inspection & test requirements specified are applicable for each pump unless
otherwise specified.
2. Dismantle Inspection of pump after performance test shall be applicable only in case
of abnormality in mechanical behavior (such as excessive noise & vibration, bearing
temperature rise etc.) during performance test.
3. All the pumps (except for steam turbine drive pump) with forced feed lubrication
system shall undergo complete unit test at rated speed. Job drive, job mechanical seal
& job coupling shall be used (with motor getting loaded only upto its full load current
value). Shop LO system, Shop machine monitoring instrumentation & controls & shop
sealing system can be utilized for this test. All pumps with a discharge pressure above
100 bar and or an absorbed power above 750 kW shall be subjected to complete unit
test.

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

Page 663 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 17 of 27

8.2.2 MATERIAL INSPECTIONS

8.2.2.6 (Modification)
The words “if specified” stand deleted.

8.2.2.7 (Modification)
The words “if specified” stand deleted.

8.3 Testing

8.3.1 GENERAL

8.3.1.1 (Modification)
The words ‘if specified’ stand substituted with ‘Unless otherwise specified’

8.3.1.2 (Modification)
Table 16 stands modified as under:
Rated Head : Zero negative tolerance @ rated flow rate & rated speed
Shut-off Head : Following criteria shall apply:
a) Positive tolerance permitted as long as maximum shutoff
pressure corresponding to shut-off head (as observed during
the shop performance test) and the maximum suction pressure
(as specified on pump data sheet), does not exceed the
downstream design pressure (as specified on pump data
sheet).
b) Negative tolerance (as per Table 16 of API Std. 610, 11th
edition) may be permitted only if test curve still shows rising
characteristics.
c)Negative tolerance is permitted as long as curve is
continuously rising and shutoff head is minimum 110% of
rated head.
[Note: Generally shutoff head should be limited within 120%
of rated head.]”
NPSHR : Zero positive tolerance.
Rated BKW : Zero positive tolerance. (However, pumps may be accepted
up-to 104% of guaranteed BKW subject to Penalties as
defined elsewhere.

8.3.1.4 (New)
Unless otherwise specified the following tests shall be witnessed by the Purchaser or by
their authorised representative or by both together.
1. Hydrostatic test as per 8.3.2 for Multistage Pumps.
2. Performance test as per 8.3.3.
3. NPSHR test as per 8.3.4.3 when specified in the material requisition or when the
difference between NPSHA and NPSHR is less or equal to one (1) meter.
4. Unitization of Pump with Job Driver at shop.
5. Dismantling inspection and reassembly, after the running test
6. Dynamic balancing of Complete Rotor in case of Multistage Pumps
7. Sound level test.
Test Certificates for Hydrostatic Test & Dynamic Balancing of Impeller(s) will suffice for
single & two stage pumps. These test certificates shall be furnished to purchaser’s inspector
for review prior to performance testing.

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

Page 664 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 18 of 27

8.3.2 HYDROSTATIC TEST

8.3.3 PERFORMANCE TEST

8.3.3.2 j) (New)
Shop driver shall be used for testing and the rating of the driver shall not exceed 150% of
power that may be consumed while running at duty point with water; or power at full valve
open condition, whichever is higher. The limitation of 150% is applicable only for medium
voltage motors.

8.3.3.3 a) (Addition)
At 100% rated flow, shall also be included.

8.3.3.5 c) (Modification)
During the performance test, rise in temperature of bearing oil shall be measured and
results recorded on the test log. If specified, pumps provided with oil mist lubrication
(Purge/Pure) shall be tested with shop oil mist system & suitable performance at vendor’s
shop shall be demonstrated.

8.3.3.7 b) (Modification)
The words ‘if specified’ stand deleted.

8.3.4 OPTIONAL TESTS

8.3.4.2 Mechanical run test

8.3.4.2.1 (Delete)

8.3.4.2.2 (Modification)
The words ‘if specified’ stand deleted.

8.3.4.3 NPSHR Test

8.3.4.3.1 (Substitution)
If NPSHR test is specified or if it is required to be done as per para 8.3.1.4, NPSHR shall
be determined at each test point defined in 8.3.3.3.a) except shut-off and in-case of parallel
operation additionally at 120% of BEP.

8.3.4.5 Sound Level Test (Modification)


The words “if specified” stand deleted.

During the performance test, the equipment shall be checked for its sound level at
minimum flow, at rated flow, at flow at best efficiency point and at 120% BEP flow.

The maximum allowable value shall not exceed the value specified under clause 6.1.14or
as specified in the datasheet, whichever is lower, when measured at one (1) meter from
pump surface.
Where complete unit test is specified, vendor is required to demonstrate the noise levels
within the maximum permissible sound level for the complete unit.

Recorded sound levels during shop test shall be taken for reference only & not for final
acceptance or rejection. However sound level as specified in the inquiry document shall be
guaranteed at site.

8.3.4.6 Auxiliary Equipment Test(Modification)


The words “if specified” stand deleted.

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

Page 665 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 19 of 27

8.4 Preparation for Shipment


8.4.1 (Modification)
Unless otherwise specified, the equipment shall be protected for an outdoor storage of 12
months at site. If any extra precaution is to be taken by the Purchaser for storage beyond 12
months the same shall be explicitly indicated in the operation and maintenance manuals.

8.4.6 (Substitution)
Two copies of the manufacturer’s job specific installation manual shall be packed and
shipped with the equipment.

9 Specific Pump Types


9.1 Single Stage Overhung Pump

9.1.1 (Addition)
Unless otherwise specified, overhung pumps for rated flow exceeding 1000 m3/hr or
differential head above 200 m are not acceptable.

9.1.1.3 (Substitution)
The shaft flexibility index shall be calculated in accordance with K.2 and shall be indicated
by the pump vendor in his proposal / technical data sheet. The value of shaft flexibility
index for overhung pumps, ISF, for the given pump size factor, Kt shall not exceed 1.2 times
the equation K.4 (SI units) or K.5 (US units).

9.1.3 INTEGRAL GEAR DRIVEN (TYPE OH6) PUMPS

9.1.3.6 (Modification)
Diameter of gauges shall be 100mm (4 in.) as a minimum.

9.2 Between Bearing Pumps

9.2.1.2 (Substitution)
Pumps for all services shall be centreline mounted irrespective of pumping temperature.

9.2.2.3 (Modification)
The words ‘if specified’ stand deleted.

9.2.2.5 (New)
Unless otherwise specified, Maximum number of stages shall not exceed 12 for horizontal
pumps subject to meeting PTR with respect to Bearing Span & Speed and similar service.
Unless otherwise specified, Maximum number of stages shall not exceed 15 for vertical
pumps subject to meeting PTR with respect to Bearing Span & Speed and similar service.

9.2.4 DYNAMICS

9.2.4.1.2 Table 18-Decision logic for rotor lateral analysis (Modification)


The words ‘similar or’ stand deleted from step-2.

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

Page 666 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 20 of 27

9.2.6 LUBRICATION

9.2.6.2 (Modification)
The words ‘ISO 10438-3’ shall be replaced with ‘ISO 10438/API standard 614, Part 3’

9.2.6.4 (Modification)
The words ‘ISO 10438-2’ shall be replaced with ‘ISO 10438/API standard 614, Part 2’
9.2.6.5 (New)
The pump manufacturer shall supply all the specified/required instrumentation. However,
purchaser shall approve the make, type and the specification.

9.2.6.6 (New)
In case a pressure lubrication system is required and is supplied with shaft-driven main oil
pumps (MOP), the MOP shall be suitable for safe coast down of the complete equipment
train without necessitating the requirement of overhead rundown tank.

In case MOP is not suitable for safe shutdown of the complete equipment train, the vendor
in his offer may propose for purchaser’s consideration any special arrangement/provision
provided for equipment safety and protection when the equipment decelerates. Provision
shall be adequate for coast down time and cool-off time as applicable.

Due to space constraints, mechanical seals for lube oil pump can be as per API 610 / API
676.

9.2.6.7 (New)
External pressure-lubrication systems shall comply with the following additional
requirements:
- Pumps, filters, strainers, coolers, traps, valves and all other components that retain oil
under pressure and are external to the reservoir shall be made of steel.
- Except in case of shaft driven pumps, if a positive displacement type of oil pump is
supplied, a separate relief valve (not integral with the pump) shall be provided. The
relief valve shall not be used for pressure regulation. Horizontal oil pumps shall not
be installed on top of the oil reservoir.
- A removable tube bundle design is required for shell and tube coolers with more than
0.5 m².
- The oil side operating pressure of the oil cooler shall be higher than the water-side
operating pressure to prevent contamination of oil in case of cooler failure.
- Filters shall be equipped with a continuous flow transfer valves and an equalising line.
- Oil system shall have drain rim or pan to catch oil spills.
- Unless otherwise specified, heating element shall not be provided. However, if in the
opinion of vendor such an arrangement is required (especially in view of the lowest
ambient temperature prevailing at job site), the same shall be supplied by the pump
manufacturer with specific approval of the purchaser.

9.2.7 TESTING

9.2.7.1 (Modification)
The words ‘ISO 10438-3’ shall be replaced with ‘ISO 10438/API standard 614, Part 3’

9.2.7.5 (Modification)
The words ‘if specified’ stand deleted.

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

Page 667 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 21 of 27

9.2.8 PREPARATION FOR SHIPMENT

9.2.8.2 (Modification)
The words ‘if specified’ stand deleted.

9.2.8.3 (Modification)
The words ‘if specified’ stand deleted.

9.2.8.4 (Modification)
The words ‘if specified’ stand deleted.

9.3 Vertically Suspended Pumps (types VS1 through VS7)


9.3.1 GENERAL
9.3.1.1 (Modification)
Hydraulic performance shall also be corrected for friction head losses in the inlet strainer.
9.3.1.3 (New)
Unless otherwise specified, in case of tank-mounted pumps, the setting depth shall be so
arrived that the pump minimum submergence is ensured within the boot of the vessel, i.e.
minimum liquid level shall be considered to correspond to bottom of the tank level for
ensuring complete evacuation of the tank.

9.3.1.4 (New)
Single casing Vertically suspended Pump speed shall be less than or equal to 1500 RPM.

9.3.2 PRESSURE CASINGS


9.3.2.4 (New)
Bowls and columns shall be flanged and bolted.

9.3.3 ROTORS
9.3.3.2 (Addition)
Multi-piece vertical pump line shaft shall not be joined by threaded couplings.

9.3.6 BUSHINGS AND BEARINGS


9.3.6.2 (Modification)
Pump thrust shall not be transferred to driver motor. Vertical pumps shall be provided with
their own thrust bearing to carry rotor weight and pump generated axial forces.
Thrust bearing shall be positively locked on the pump shaft (shouldered shaft) and the
bearing housing.

9.3.7 LUBRICATION (Addition)


For self-lubricated vertical pumps, the guide bushings / line shaft bearings shall be suitable
for dry running during start-up. For vertical pumps handling liquid containing solids,
external lubrication arrangement for line-shaft bearings may be provided.

9.3.8 ACCESSORIES
9.3.8.1.1 Drivers (Modification)
For vertical pumps, not provided with non-reverse ratchet, vendor shall describe the
precaution taken, to prevent damage due to reverse rotation.

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

Page 668 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 22 of 27

9.3.8.3 Mounting Plates

9.3.8.3.1 (Modification)
The words ‘if specified’ stand deleted.

9.3.8.3.3 (Modification)
The words ‘if specified’ stand substituted with ‘unless otherwise specified’.

9.3.10 SINGLE CASE DIFFUSER (VS1) AND VOLUTE (VS2) PUMPS

9.3.10.5 (Modification)
The words ‘if specified’ stand deleted.

9.3.13 DOUBLE CASING DIFFUSER (VS6) AND VOLUTE (VS7) PUMPS


9.3.13.2 (Modification)
The words ‘if specified’ stand deleted.
9.3.13.5 (Modification)
The words ‘if specified’ stand deleted.

10 Vendor’s Data
10.1 General.
10.1.2a) (Substitution)
The purchaser’s/owner’s/consultant’s corporate name

10.1.3 CO-ORDINATION MEETING (Substitution)


When specified, a co-ordination meeting shall be held at Purchaser's office, preferably
within 4 weeks of order.
An agenda shall be prepared for this meeting and would include the following points
related to technical aspects:
- Any clarifications required by the vendor on purchaser's order.
- Document Control Index (DCI).
- Vendor Data Review/approval modalities.
- Sub-vendor lists proposed by vendor.
- Utility requirements.
- Preliminary General Arrangement & layout drawings & purchaser's interface
drawings.

10.2 Proposals
10.2.1 GENERAL (Substitution)
The vendor's proposal shall as a minimum include the following:
- All data sheets, drawings and documents specified under "WITH BID" Section in the
Vendor Data Requirement Form.
Note: Clearance less than those required by Table 6 shall be stated as an exception to
API 610.

10.2.4 (Modification)
The second line of this clause “Except for low specific speed design … … shall be
indicated” stands deleted.

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

Page 669 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 23 of 27

10.3 Contract Data


10.3.1 GENERAL (Substitution)

10.3.1.1 Drawings and data as required after purchase order has been specified in Vendor Data
Requirement. Vendor to note that the drawing/document descriptions/titles as given in the
Vendor Data Requirement are generic in nature. It is possible that against one drawing /
document specified there are several drawings to be furnished by the vendor or vice versa.

10.3.1.2 All vendor data/drawings/documents shall be in English Language and in Metric Systems.
All post order documents shall be submitted / approved through EIL VDM portal.

10.3.1.3 Final documentation shall be submitted in hard copy and soft (CDs/ DVDs) in addition to
submission through EIL VDM portal. The number of prints and/or reproducible required to
be submitted by vendor are specified in Purchaser's inquiry/order.

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

Page 670 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 24 of 27

Annex-C: Hydraulic power recovery turbines

C.1 General

C.1.1 EXPERIENCE CRITERIA

C.1.1 1 The HPRT model offered shall be from the existing HPRT model series and shall be from
the regular manufacturing range of the vendor (Prototypes are not acceptable).

The mechanical design as well as the hydraulic performance for the complete range of
operation of the offered model shall have been established in the shop test. (Details to be
furnished, if required).

The offered HPRT model shall be field proven (at least ONE unit) with minimum operating
experience of one year for similar operating/design conditions & power generated, rotor
dynamics, mechanical design, pumping liquid and material of construction, supplied in the
last Ten (10) years, from the proposed manufacturing plant, as on bid due date.
(Note: Similar operating/design conditions & power generated would mean approx. 80% or
higher)

C.1.1.2 The vendor shall complete the Experience Record Proforma enclosed with the inquiry
document to amply prove that the offered HPRT model meets the above criteria by
furnishing details of similar operating/design conditions {flow, head, operating/design
pressures & temperatures, % vapour handled at discharge, speeds, efficiencies, power
generated, no. of stages, bearing span etc.}, Rotor Dynamics {Impeller Arrangement, No.
of Impellers, Bearing Span, Speeds etc.}, Mechanical Design {Bearing Type &
Lubrication, MAWP etc}, pumping liquid & material of construction etc. as applicable in
the format.

Past Test Curves of HPRT tested as HPRT shall also be submitted (when requested) to
justify the quoted efficiencies.

Multiple references may be furnished to justify the above. Only pumps working as HPRT
will be construed as valid reference.

In addition, manufacturer's catalogue and general reference list for “Centrifugal Pumps-
Special Purpose Process Service working as HPRT” shall also be furnished along with the
proposal.

C.2 Terminology (Addition)


Unless otherwise specified, all the requirements for centrifugal pumps, specified herein this
Standard Specification, shall be applicable for HPRT, as applicable. However, the word
‘Centrifugal Pump’ shall be read as ‘HPRT’.

C.3 Design

C.3.1 Liquid Characteristics

C.3.1.2 (Addition)
Vendor shall estimate the vapour volumes expected at each stage of the HPRT and furnish
a stage- wise profile of the vapour evolution. Vendor shall justify that the HPRT is capable
of handling the expected vapour volumes with suitable references and supporting design
documents.

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

Page 671 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 25 of 27

C.3.3 Overspeed Trip

C.3.3.1 (Addition)
The Hydraulic Power Recovery Turbine (HPRT) shall be provided with a speed detector
and a non- over latching over- speed trip contact (Mechanical/ Electronic through Speed
Transmitters (2oo3 voting logic)) and an additional contact for pre- alarm. The over- speed
trip contact will be incorporated into shutdown system by the Purchaser to close the inlet
valve of the HPRT. Pump operation shall, however, be allowed without interruption.

The over speed trip setting for HPRT shall be verified at Manufacturer’s test bed during
Performance Testing. In case of any limitation at Vendor’s Works, the same shall be
demonstrated during Field Trial Run Test.

C.3.4 Dual Drivers

C.3.4.2 (Substitution)
Power availability from HPRT shall not be considered for the purpose of motor sizing as
pumps are supposed to run even without HPRT and motor shall be sized for full load.

C.3.4.3 (Substitution)
The HPRT shall be equipped with an overrunning (one way i.e., a clutch that transmits
torque in one direction and freewheels in the other) clutch- coupling for connection with
the Electric Motor driving the Pump. The clutch coupling shall be designed for 1.7 times
the maximum recoverable kW of the HPRT. Vendor shall propose clutch Manufacturer
having suitable past supply references for similar power ratings and speed and same shall
be subject to Purchaser’s review and approval during Detailed Engineering Stage.

C.3.4.5 (Substitution)
Unless otherwise specified, the HPRT cum Electric Motor driven Pump trains shall consist
of a double ended motor with pump on one side and an overrunning clutch with HPRT on
the other side.

Train configuration with HPRT + PUMP + Single Ended Motor may be permitted only in
case of axially split pump design.

Pump operation shall, however, be allowed without interruption, in case of HPRT outage.

C.3.6 Throttle Valves (Addition)


All the trips connected to the HPRT will only be configured to shutdown the inlet valve of
the HPRT, thereby allowing the pump operation without interruption.

C.3.9 Miscellaneous Technical Requirements (New)

C.3.9.1 The rated speed of the Pump- HPRT Train shall not exceed 3000 rpm (synchronous). No
gear box is normally envisaged.

C.3.9.2 Dual Pressure Rating (Suction/ Discharge) for HPRT is not acceptable

C.3.9.3 Impeller of HPRT shall also be positively locked against axial movement in the direction
opposite to normal hydraulic thrust.

C.3.9.4 Maximum Allowable Working Pressure (MAWP) & Maximum Allowable Working
Temperature (MAWT) of HPRT shall neither be less than the Upstream Design Pressure/
Maximum Suction Pressure (as the case may be) & Design Temperature, as specified in the
respective Process Datasheets nor less than those specified in specifications, codes &
standards.

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

Page 672 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 26 of 27

The HPRT casing shall also be suitable for operation at maximum pressure available at
HPRT minimum flow with Specific Gravity= 1.0 (i.e. water). This is required during Shop
Performance test with water at Rated Speed.

C.3.10 Base plate (New)


The Pump, Electric Motor and HPRT with Clutch assembly shall be mounted on a common
base plate, to be erected at site at Grade. However, if found infeasible due to transportation
constraints, the Pump and Electric Motor shall be mounted on one base plate and the HPRT
with clutch assembly may be mounted on one separate base plate for ease of assembly at
site. Vendor shall provide both the base plate sections with machined mating surfaces and
all provisions for integrating (dowelling/ bolting etc.) and matching for accurate field
reassembly and unitizing the two base plate sections to make one single common base plate
under pump train at site. For this, horizontal and vertical jack screws shall be provided for
ease in alignment. LO Console & SO Console may be mounted on separate base plates
subject to Purchaser’s approval.

C.4 Testing
C.4.1 Performance Test (Substitution)

a) Test Facilities, Arrangements & Procedures:


The vendor shall have the testing facility for testing HPRT as HPRT and not as a
Centrifugal Pump to establish Guaranteed Power recovered from HPRT. A high pressure
source (or another pump) shall be used to run the HPRT for Performance Test and power
output from HPRT shall be measured at various points as per details below.

Vendor shall furnish the details of the proposed test arrangements and testing procedures to
be followed on conducting the Performance Tests of HPRT and the Complete Unit Test
(Mechanical Run), during detailed engineering stage. However, detailed test procedures for
testing of HPRT shall be subject to Purchaser’s review/ approval.
Note: Sample test procedures of test conducted in the past by the vendor should be furnished in
proposal. Past supply references of jobs wherein proposed testing of HPRT is carried out as HPRT
should also be furnished by the vendor, in the proposal.

b) Performance Test of Hydraulic Power Recovery Turbines (HPRTs):


Performance test of the HPRT at its full load and full speed with Job / Contract Mechanical
Seals, shall be carried out at Manufacturer’s shop either as separate performance test as
HPRT or during complete pump-HPRT train complete unit test. HPRT shall be
performance tested as HPRT and not as a pump.

The performance Test shall establish the guarantee power output and shall also fully
establish the performance curves covering at least four (4) points. Dismantling inspection
of all close clearance parts, bearings & seals, shall follow the performance test in case
abnormality in mechanical behavior such as excessive noise, bearing temperature rise, etc.
is encountered.
Note: Vendor shall provide brief technical proposal for the HPRT performance test along with the
Bid.

Performance Test shall be followed by Mechanical Run Test for four (4) hours and Over-
speed trip demonstration test.

C.4.2 Performance Tolerances (Addition)

No negative tolerance on power for the specified operating conditions, as per Process/
Mechanical Datasheet is permitted.

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

Page 673 of 4396


STANDARD SPECIFICATION No.
STANDARD SPECIFICATION FOR
CENTRIFUGAL PUMPS 6-41-0007 Rev. 0
(SPECIAL PURPOSE PROCESS SERVICE) Page 27 of 27

C.4.5 Complete Unit Test (New)

Unless Otherwise specified/ agreed, Complete Unit Test (applicable for all the Pump-
HPRT Trains) of the Pump, along with Job Coupling, Job Mechanical Seal, Job Electric
Motor driver, Job HPRT and Job Probes (except Job Lube Oil System & Job Seal System),
shall be performed for at least four (4) hours at Pump Manufacturer’s Shop. Use of Shop
Panel/ Monitoring System & Shop Strainers, is acceptable.

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

Page 674 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS FOR ERECTION OF EQUIPMENT 6-76-0001 Rev. 4
ligar tif5teg
AT 1 JW.11
INDIA LIMITED
& MACHINERY
(Men eve:me (A Govt of India Undeltaking) Page 1 of 22

34t-chi v4- 4* mrtwr


t°,' RR*" iPaqr

STANDARD SPECIFICATION
FOR
ERECTION OF EQUIPMENT &
MACHINERY

4 30.03.2019 Reaffirmed & Reissued

3 21.01.2013 Revised & Reissued

2 03.09.2008 Revised & Reissued DM PKR AA VC

1 30.05.2008 Revised & Reissued DM PKR AA VC

0 25.04.2001 Issued as Standard Specification DM AM MR MI


Standards Standards
Committee 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 675 of 4396


ENGINEERS STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.

oaem tmeg INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4


tneforefoiJoudit (A Govt of India Undenaking)
MACHINERY Page 2 of 22

Abbreviations:

ASME American Society of Mechanical Engineers


EC Erection Contractor
EIC Engineer-in-charge
ELCB Earth Leakage Circuit Breaker
GAD General Arrangement Drawing
IS Indian Standard
NDT Non Destructive Testing
SS Stainless Steel

General Engineering Standards Committee

Convenor : Ms R Priyamvada

Members : Mr BR Bhogal (Elect.)


Mr Rajan Srivastava (Strl.)
Mr RB Bhutda (EWS)
Mr Amrendra Kumar (Piping)
Ms NP Guha (Projects)
Mr Amit Prakash (FEM)
Mr KJ Harinarayanan (SME)
Mr VK Tonger (Process-1)
Mr Satyabrata Biswas (Process-2)

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

Page 676 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
~umotzl~I ENGINEERS
Oge.II Eiffleg INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
INV?,Man a% aqam) (A Goof of Ind(0 Undertaking) MACHINERY Page 3 of 22

CONTENTS

1.0 SPECIFICATION FOR ERECTION OF EQUIPMENT AND MACHINERY 4

2.0 ERECTION OF COLUMNS, TANKS, VESSELS AND DRUMS ETC. 5

3.0 ERECTION OF MECHANICAL EQUIPMENT 8

4.0 HEAT AND MASS TRANSFER EQUIPMENT 10

5.0 ERECTION OF ROTATING EQUIPMENT 16

6.0 EQUIPMENT GROUTING 19

7.0 REFERENCE EIL STANDARDS/ SPECIFICATIONS 22

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

Page 677 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
5Igar fafas
Wired virottentlatorn)
INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
IA Govt at India Undertalong)
MACHINERY Page 4 of 22

1.0 SPECIFICATION FOR ERECTION OF EQUIPMENT AND MACHINERY

1.1 Scope

This specification covers technical requirements for erection of all static and rotating
equipment by erection contractor at site. This specification is applicable for all the erection
tenders operated by EIL.

1.2 General

1.2.1 All necessary handling equipments, tools, tackles and precision instruments for carrying out
the works as specified shall be provided by the Erection Contractor (EC) at his cost. EC must
provide all tools and gauges for erection and alignment. Special tools, if any, received as part
of machinery, will be given to EC for erection purposes, which shall be returned in good
condition after use. Suitable deductions will be made by the Engineer-in-Charge (EIC) in case
of loss or damage of the special tools. The value of such loss or damage will be decided by
the EIC and EC shall be bound by such a decision.

1.2.2 Equipment Manufacturer's recommendations regarding preservation during storage at site and
detailed specifications for the installation alongwith layout drawings, general
arrangement/equipment outline drawings and sub-assembly drawings of the various equipment
and machinery will be provided to EC during the performance of work. The requirements
stipulated in these shall be fulfilled by EC in addition to what is stated in this specification.
Erection shall be carried out as per the instructions and supervision of Machinery
manufacturer's representative, wherever such supervisory services are applicable.

1.2.3 All the items of work covered in the tender shall be carried out as per this Specification and
other details to be furnished to EC. However, EIC reserves the right to give
additional/alternative specifications and instructions, at any time, for execution of any
particular work and EC shall execute such works in accordance with such
additional/alternative specifications and instructions of the EIC. Such a step taken by the EIC
shall not constitute a breach of the contract.

1.3 Preparation for Erection

1.3.1 EC shall be responsible for organising the lifting of the equipment in the proper sequence, so
that orderly progress of the work is ensured and access routes for erecting the other equipment
are kept open.

Rigging procedure for all the major lifts (above 10 MT) and at maximum crane capacity shall
be submitted by EC for the approval of EIC. However, approval to rigging procedure
proposed by EC shall not relieve EC from his responsibility in following the proper
lifting/erection methods on ensuring orderly.

1.3.2 Orientation of all foundations, elevations, length and disposition of anchor bolts and diameter
of holes in the supports saddles shall be checked by EC, well in advance. Minor rectifications
including chipping of foundations as the case may be, shall be carried out by EC after
obtaining prior approval of EIC. EC shall also be provided with the necessary structural
drawings and piping layouts etc. wherever required for reference. EC shall crosscheck such
piping and structural drawings with actual construction at site and in case of any mismatch
inform the EIC before taking up the erection.

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

Page 678 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
O eliazie ENGINEERS
Ogell acs® INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
(A Govt of India Undenak.n9)
MACHINERY Page 5 of 22

1.3.3 During the performance of the work, EC shall keep structures, materials or equipments
adequately braced by guys, struts or otherwise approved means which shall be supplied and
installed by EC as required till the installation work is satisfactorily completed. Such guys,
shoring, bracing, strutting, planking supports etc. shall not interfere with the work of other
agencies and shall not damage or cause distortion to other works executed by him or other
agencies.

2.0 ERECTION OF COLUMNS, TANKS, VESSELS AND DRUMS ETC.

2.1 Scope of work of Erection Contractor

(a) Preparation of erection scheme and rigging procedure and obtaining its approval from
EIC wherever necessary.

(b) Withdrawal of equipments from Owner's storage point, checking and reporting its
conditions, transporting the same to EC's stores of work site including unloading etc.

(c) Erection on foundations furnished by Owner including aligning, levelling and grouting.

(d) Assembly and fixing of demisters, grids, internal distributors and other internal fittings in
Columns, Vessels etc.

(e) Filling of Columns, Reactors, Vessels/ Drums etc. with Raschig rings, supporting
elements, sand, concrete etc. as required.

(f) Welding of washers for equipments, erection of pipe davit & minor welding of their parts
as per specifications and instruction of EIC.

(g) Assembly & erection of Agitator (Mixer) along with drive unit (Motor) including all
accessories for vessels/drums/reactors (wherever indicated) as per specification drawings
& instructions of EIC.

(h) Flushing, cleaning and drying of Columns, Vessels/Drums etc.

(i) Completing the equipments in all respects for commissioning the plant as per drawings,
specifications & instructions of EIC.

(j) Any modification in the erected Columns, Reactors, Vessels/Drums to the complete
satisfaction of EIC.

2.2 General Conditions of Erection

2.2.1 Unless otherwise specified Columns, Vessels, Drums etc. will be generally supplied to the
Erection Contractor in single piece and EC will not be required to carry out any assembly or
welding. In case column is supplied in multiple pieces and erection of the equipment is not
possible in single piece, EC shall be responsible for lifting the pieces, for aligning, welding
and hydrotest etc. in vertical position under the supervision of column Supplier (Fabricator).
However, EIC shall be responsible for coordination between Erection Contractor &
Fabricator. The schedule of quantities (SOQ) for equipment erection enclosed with the tender
document outlines details of each equipment such as diameter, overall height, type of support
(saddle/skirt/leg/bracket), position (horizontal or vertical) and approximate erection weight
etc. However the erection elevation and location of equipment shall be as per the piping
layout drawing enclosed with the tender.

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

Page 679 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
farieg INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
I Men soeove P1130115'A) (A Govt 01 Ind. unowtasungi MACHINERY Page 6 of 22

2.2.2 Rigging procedures and erection schemes for all the heavy lifts weighing 10 MT & above
shall be prepared by EC and got approved by EIC. Approval by EIC shall not relieve EC of
his responsibilities. The details to be submitted will include the location of equipment from
where it will be lifted, location of crane(s), details of crane(s) (like configuration, boom
length, operating radius, boom point elevation, clearance underside the boom and the
equipment, lifting capacity, counter weights to be deployed, holds on any neighbouring
foundations, structures, equipments etc.), the load chart of the crane(s), design of the lifting
tackles like spreader beam, D-shackles, wire rope slings etc. Unless the erection scheme and
rigging procedures are approved by EIC, erection of such equipments shall not be undertaken
in any case by EC.

2.2.3 Before starting the erection of Columns, Vessels etc., top surface of the foundations is to be
cleared/chipped, roughened to obtain proper bond, while grouting. Also the sleeves are to be
cleaned before erecting the equipments. Line (orientation) and levels are to be marked on all
the foundations to facilitate checking of alignment.

EC shall also check the correct elevation and orientation of civil, structural foundations, before
proceeding with the erection work. Discrepancy, if any, shall be brought to the notice of EIC.
However, minor rectifications and chipping of foundations upto a thickness of 15 mm in
foundation height shall be carried out at no extra cost, by the EC. EC shall be responsible for
supply of levelling plates, (if required) and shall carry out levelling of equipment under the
directions of EIC.

2.2.4 While handling, transporting or erecting the equipments, care shall be taken not to damage the
nozzles, instrument connections, structural clips etc. EC shall also take care of the orientation
of the nozzles and other connections of the equipments while erecting the same and ensure
compliance with the drawings and specifications supplied. Discrepancy, if any, in the
number/orientation of the nozzles, cleats etc. should be brought to the notice of the EIC before
actual erection is started.

2.2.5 Verticality of the Columns, ReactorsNessels shall be checked with theodolites. After erection
the equipment shall be levelled and properly aligned with necessary shims and wedges
supplied by EC, at his cost. After the level, alignment and verticality etc. are checked and
approved by EIC, EC shall carry out grouting.

2.2.6 EC shall produce recent test certificates of the slings which they will be using for erection
work. However, retesting of the slings shall be done at site by EC at his cost, as and when
required by EIC. The weights of test loads shall be as per IS-807. The test loads shall be
supplied by EC at his cost. Tested slings will be punched for test loads and date of testing as
directed by EIC.

2.2.7 EC shall also carry out the assembly, erection, levelling and alignment of all types of weir
plates, baffles, distributors, collectors, spray nozzles, demisters, grids and other internal
fittings etc. Work shall be carried out as per manufacturer's standards/specifications which
shall be made available to EC at the time of erection. Raschig rings, molecular sieves, intalax
saddles packing and other types of tower packings such as sand, catalyst etc. and SS wire
mesh shall be loaded into sections of Vessels, Columns as per specifications and drawings.
Details for internals to be installed by EC shall be as per separate schedule of quantities
enclosed with the tender document. All packings except clay and lime stone shall be washed
with water before filling. Bottom layers, if required, shall be arranged as directed and random
filling shall be done afterwards with equipment filled with water. Installation of packings,
shall be done only after flushing and cleaning of ColumnsNessels and completed to the
satisfaction of EIC.

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

Page 680 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
Oge..11 taPeg INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
(A Govt of main Untiertakong)
MACHINERY Page 7 of 22

2.2.8 EC shall carry out minor welding for attachment of prefabricated pipe davit parts such as rain
covers, handles etc. with pipe davit, during or after erection of the same as per the
manufacturer's specifications, at no extra cost to the Owner.

2.2.9 EC shall execute erection of wooden pillow for saddle support for cold horizontal vessels
wherever necessary as indicated on the drawings/ EIL STD 7-12-0003 and as per the
instructions of EIC.

2.2.10 EC shall execute assembly & erection of agitator/mixer along with drive unit including all
accessories as per supplier's instructions, specification drawings & instructions of EIC.

2.3 Flushing & Cleaning of Columns, Vessels, Drums etc.

2.3.1 After the erection, alignment and grouting of these equipments are complete, flushing and
cleaning shall be carried out by EC as per specifications and instructions of EIC.

2.3.2 After flushing, cleaning and draining, equipments shall be dried by compressed air at the
pressure and for duration decided by the EIC. The Vessel interior shall be thoroughly
inspected to the complete satisfaction of EIC before it is finally boxed up. Boxing up of
manholes and handholes shall be leak proof. All joints which need remaking, shall be remade.
Compressed air for drying shall be arranged by EC.

2.4 Inspection and Acceptance Limits for Level and Alignment

2.4.1 Co-ordinates of foundations/supporting structures/mounting holes etc. shall be checked with


respect to the plot plans by EC.

2.4.2 Before equipments are placed on foundations, orientations shall be checked with respect to
piping drawings.

2.4.3 When equipments are firmly bolted down but prior to grouting, verticality of all the Columns,
vertical vessels etc. shall be checked by using theodolite. Tolerances for equipment after
erection shall be as per EIL Standard 7-12-0001. The allowable deviation from plumb line
shall be 1 mm per metre height, subject to maximum of 15 mm unless otherwise stated on the
drawings.

2.4.4 Horizontal Vessels shall be checked for level across machined face of nozzle flanges with
precision level.

2.5 Additional requirements for Underground buried vessels

2.5.1 Underground vessels for operating temp upto 60°C

The vessels shall be supplied at site with one coat of inorganic zinc silicate primer duly
applied on its external surfaces as per Spec. 6-79-0020. All other works such as application of
coaltar enamel, as per EIL Spec. 6-79-0020 and wrapping and coating as per EIL Spec. 6-79-
0011 shall be carried out by EC. This shall include necessary materials, tools and tackles to
complete the Job in all respect as per the instructions of EIC.

2.5.2 Underground Vessels for operating temp. Above 60°C and upto 300°C

The vessels shall be supplied at site with one coat of inorganic zinc silicate primer as per Spec.
6-79-0020 duly applied on its external surfaces. EC shall be required to carryout touch-up and
repair of outside primer before erection of equipment.

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

Page 681 of 4396


Ion ei STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
5sar iftWeg INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
lairen 2.121151eanJW,
A, (A Govt of India Undertaking)
MACHINERY Page 8 of 22

2.5.3 EC shall do the necessary excavation, backfilling and removal of surplus earth at the site as
per the directions of the EIC. EC's rate shall include the excavation, blast cleaning, painting,
wrapping by kraft paper, placing and fixing of Vessels, backfilling and removal of excess
earth.

3.0 ERECTION OF MECHANICAL EQUIPMENT

3.1 Scope of Work of Erection Contractor

The scope of EC shall consist of withdrawal and transportation of equipments and accessories
from Owner's stores to site, assembly of loose supplied components/parts erection of
equipment on foundations, levelling, aligning and grouting, preparation of equipments for trial
runs and hand over in fit condition for the start up of the plant as per instructions of EIC.

3.2 Details of Owner Supplied Equipments

Equipments to be erected shall be supplied by the owner. Equipments may be supplied in any
of the following conditions.

- Single equipment such as filter, static mixer, silencer etc.


- Skid mounted equipment, fully assembled.
- Skid mounted equipment with some items supplied loose or as subassemblies involving
interconnections also.
System comprising of many equipments, skids with interconnected piping & hook up.

3.3 Technical Requirements

3.3.1 All equipment/machinery erection shall be done by experienced fitters. For this purpose EC
shall employ an experienced erection supervisor and crew who have done similar jobs.

3.3.2 EC shall study the layout drawings, for the machineries and equipments with their auxiliaries,
controls defining scope of supply.

3.3.3 Equipments shall be checked for any damages as a result of transport, handling and defects, if
any, shall be reported to the EIC. Rectification of defects shall be carried out in accordance
with approved procedure.

3.3.4 Correct procedures for handling of equipment & installation on the foundation shall be
followed as given in the manufacturer's manual. In case of non-availability of such
procedures, EC shall develop & submit handling procedures for all equipment weighing more
than 10 metric tonnes. The handling procedure shall be approved by the EIC.

3.3.5 EC shall check the correctness of equipment foundations or supporting structures as per the
drawings. Equipment/Skid foot print dimensions shall be verified to match with the
foundation. Minor chipping of foundation, pockets if required shall be carried out by EC.

3.3.6 All accessories like pressure gauges, seal oil, cooling water & Lube oil headers etc., shall be
tagged and separately kept in Contractor's stores till erection. All flanged connections and
openings shall be kept blanked with dummies, plugs to prevent entry of foreign particles.

3.3.7 Equipments shall be installed on the foundations in proper sequence. Incase the equipments
are delivered in subassemblies, EC shall do the assembly work as per manufacturer's
instructions.

3.3.8 Equipments shall be installed in the correct orientation and alignment.

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

Page 682 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
51g-ar tal
eg INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
(1W! oteavl J,WFA (A Govt of lode undenak.9) MACHINERY Page 9 of 22

3.3.9 After installation and levelling the equipment shall be grouted with the specified grouting
applied to the baseplate and support.

3.3.10 EC shall remove all the packing and protective devices used during transport and handling
from the equipment such as shock absorbent materials from machined faces, blocking of shafts
or rolling bearings & restraining devices from instruments, safety devices and protective
equipments.

3.3.11 After the grouting is set & cured, the foundation bolts shall be checked to make sure that they
are in straight and vertical position and properly tightened. Shims, if used, shall be on either
side of the foundation bolts.

3.3.12 Desiccant, catalyst where supplied loose shall be loaded on to the respective vessels in
specified quantities as per the suppliers instructions.

3.3.13 Internals, where supplied loose shall be assembled as per the drawings and manufacturer's
instructions.

3.3.14 Unless otherwise specified, all the instruments such as pressure gauges, sight glasses
temperature recorders etc. including instrument panels, if any, supplied along with the
equipment with necessary connections, shall be installed by EC as part of Equipment erection.

3.3.15 Equipments shall be checked for final cleanliness before boxing up.

3.3.16 Any interconnected piping & ducting shall be properly installed and supported. EC shall
connect the gas, steam, air, utility piping, instruments, oil piping etc. as per manufacturer's
drawings, specifications and instructions of the EIC.

3.3.17 Safety devices shall be correctly installed.

3.3.18 Ladders, platforms, walkways shall be correctly installed with handrails, and flooring shall be
properly secured.

3.3.19 Field welding, where specified shall be in accordance with the specified procedures and NDT
tests where specified shall be carried out. Results of NDT tests shall be recorded.

3.3.20 Equipment alignment & couplings shall comply with tolerances specified in manufacturer's
drawings and manuals. Provisions of dowel pins or similar arrangements for retaining the
alignment shall be carried out.

3.3.21 After the piping has been connected, the alignment shall be checked by EC again, to ensure
that piping connections do not induce any undue stresses on the Equipments. After making
necessary corrections on the piping, if any, realignment shall be done by EC to ensure that no
undue stresses are induced on the equipment.

3.3.22 Painting, insulation & fireproofing where specified shall be carried out in accordance with the
applicable specifications attached in the tender document.

3.3.23 Any alterations, deviations made during equipment erection with respect to manufacturer's
drawings or instructions shall be duly recorded and approval shall be taken from the EIC.

3.3.24 Any special tools, tackles supplied along with the equipment and used during installation shall
be returned to the stores through the EIC.

3.3.25 Any protection of the equipment after installation, if required shall be carried out in
accordance of the instructions of the EIC.

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

Page 683 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
5'fg-ar5fi
tlfiljeg INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
(011Tet rIronr4,3r10,711 IA Gov. of India Undertaking)
MACHINERY Page 10 of 22

3.4 Trial Runs

3.4.1 Wherever specified, Machinery & Equipment erected & installed by EC under the supervision
of Machinery/Equipment supplier shall be subjected to trial runs in accordance with clause 5.4
of this specification. Job specific trial run procedure, if specified, supersedes the trial run
procedure as described in clause 5.4.

3.5 System Start-up

During this phase of work, EC shall provide as part of his work necessary skilled personnel as
per requirement of EIC. Any defects noticed in the Equipment shall be made good by EC at
his cost if such defects are attributable to him.

4.0 HEAT AND MASS TRANSFER EQUIPMENT

This section covers the minimum requirements for erection of the following equipment by the
EC.

Deaerator
Trays/ Tower Internals and Tower Packings
Separators and Internals
Shell and Tube Heat Exchangers
Double Pipe Exchangers
Electric Heaters
Plate Exchangers
Plate Fin Exchangers
Sulphur Recovery Unit Equipment like Combustion Chambers, Waste Heat Boilers,
Sulphur Condensers, Incinerators, Burners, Etc.
Waste Heat Recovery Units
Desalters
Vacuum Ejectors
Ejector Condensers

4.1 Scope of Work of Erection Contractor

4.1.1 Preparation of erection scheme and rigging procedure and obtaining its approval from EIC
wherever necessary.

4.1.2 Withdrawal of equipment from Owner's storage point, checking and reporting its conditions,
transporting the same to EC's stores and work site including unloading etc.

4.1.3 Preparation of foundation by chipping & installation of base plates for foundations. Minor
rectifications & chipping of foundations up to a thickness of 15 mm due to error in foundation
height, shall be carried out by the EC at no extra cost

4.1.4 Before starting the erection, top surface of the foundations are to be
cleaned/chipped/roughened to obtain proper bond while grouting. Line (Orientation) & Levels
are also to be marked on the respective foundations prior to erection to facilitate checking of
alignment.

4.1.5 Supply of necessary shims, levelling plates, wedges, sliding base plate.

4.1.6 Erection on foundations furnished by Owner including aligning, levelling and grouting.

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

Page 684 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
tzar wes INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
IA GoM of India Undeftak.o9)
MACHINERY Page 11 of 22

4.1.7 Assembly and fixing of trays, tower internals (distributor, bed limiter, support plate, chimney
trays, vapour distributor etc.), demisters, grids, internal distributors and other internal fittings
in columns, vessels etc.

4.1.8 Installation of transformers on desalters and their electrical connection to electrode grid etc.

4.1.9 Welding of chimney trays, lattice girders, beams etc. wherever required.

4.1.10 Carrying out minor adjustments, modifications, seal welding of seal plates etc. wherever
necessary during installation.

4.1.11 Checking of installed trays & tower internals and filling of installation formats as referred in
6-14-0016.

4.1.12 Filling of columns, vessels/drums etc. with Raschig rings/Pall rings/ Structured packing, as
required.

4.1.13 Welding of washers for equipment, erection of pipe davit & minor welding of their parts as
per specifications and instruction of EIC.

4.1.14 Hydrotesting of shell and tube heat exchangers if the time gap between last hydrotest is more
than six months or in case it is found to be necessary by EIC. Procedure is given in para 4.3 &
4.4 below. EC to note that any equipment which are refractory lined at shop shall not be
hydrotested.

4.1.15 Flushing, cleaning and drying of equipment using compressed air and blinding to prevent
ingress of rain, dust etc.

4.1.16 Installation of refractory lining, brick lining, ceramic boards etc., as per specifications,
recommendations of manufacturer and instructions of EIC.

4.1.17 Mounting of instruments like safety valves, rupture disks, sight glasses etc as required.

4.1.18 Completing the equipment in all respects for the commissioning of the plant as per drawings,
specifications & instructions of EIC.

4.1.19 Any modification in the equipment to the complete satisfaction of EIC.

4.1.20 In addition to the above EC may be called upon to do other jobs like rectification of defects
etc. as per instructions of EIC.

4.2 General Conditions of Erection

4.2.1 All carbon steel components of trays/tower internals shall be cleaned to remove rust
preventive coating.

4.2.2 All welding shall be done by qualified welders only. The electrodes/filler material to be used
shall be compatible with the metallurgy of component and shall be used only after prior
approval of EIC.

4.2.3 A proposed Welding Procedure Specification (WPS) shall be submitted to EIL/ Owner's
Inspector for his approval. On approval, a Procedure Qualification Test (PQT) shall be
conducted which shall be witnessed by EIL/Owner's Inspector. On acceptance of all tests as
per ASME Section IX, a final WPS along with Procedure Qualification Record (PQR) shall be
submitted. Production welding shall start only after approval of final WPS/PQR and

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

Page 685 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
Zlf fai
(017,, ewc.,,..3.4,m)
INDIA LIMITED
IA Govi of Indo Undertak.9)
ERECTION OF EQUIPMENT &
MACHINERY
6-76-0001 Rev. 4
Page 12 of 22

qualification of welders as per ASME Section IX. EIL/Owner's Inspector may accept
previously qualified WPS/PQR at his sole discretion.

4.2.4 Lattice girders wherever provided for supporting tray & tower internals have been designed in
such a way that various components pass through column manway. Components/parts of
lattice girders are to be welded inside the column as per respective drawings. EC shall also
ensure that all parts of lattice girder are properly welded & levelness of the lattice girder shall
be checked before & after the welding. The limits of levelness as mentioned in GA drawings
shall be adhered to.

4.2.5 The rigging procedure shall include the following as a minimum:

Location of equipment from where it will be lifted, location of crane(s), details of crane(s)
(like configuration, boom length, operating radius, boom point elevation, clearance underside
the boom and the equipment, lifting capacity, counter weights to be deployed, holds on any
neighbouring foundations, structures, equipment etc.), the load chart of the crane(s), design of
the lifting tackles like spreader beam, D-shackles, wire rope slings etc. Unless the erection
scheme and rigging procedures are approved by the EIC, erection of equipment shall not be
undertaken in any case by the EC.

4.2.6 While handling, transporting or erecting the equipment, care shall be taken not to damage the
nozzles, instrument connections, structural clips, refractory lining etc. EC shall also take care
of the orientation of the nozzles and other connections of the equipment while erecting the
same and ensure compliance with the drawings and specifications supplied. Discrepancy, if
any, in the number/orientation of the nozzles, cleats etc. should be brought to the notice of the
EIC before actual erection is started.

4.2.7 After erection, the equipment shall be levelled and properly aligned with necessary shims and
wedges supplied by EC, at his cost. After the level, alignment and verticality etc. are checked
and approved by EIC, EC shall carry out grouting.

4.2.8 EC shall produce recent test certificates of the slings which they will be using for erection
work. However, retesting of the slings shall be done at site by the EC at his cost, as and when
required by the EIC. The weights of test loads shall be as per IS-807. The test loads shall be
supplied by EC at his cost. Tested slings will be punched for test loads and date of testing as
directed by EIC.

4.2.9 EC shall also carry out the assembly, erection, levelling and alignment of all types of weir
plates, baffles, distributors, collectors, spray nozzles, demisters, grids and other internal
fittings etc. Work shall be carried out as per manufacturer's standards/specifications which
shall be made available to EC at the time of erection. Raschig rings/Pall rings/Structured
packing, molecular sieves, intalox saddles packing and other types of tower packing such as
sand, catalyst etc. and SS wire mesh shall be loaded into sections of vessels, columns as per
specifications and drawings. Details for internals to be installed by EC shall be as per separate
schedule of quantities enclosed with the tender document. All packing except clay and lime
stone shall be washed with water before filling. Bottom layers, if required, shall be arranged as
directed and random filling shall be done afterwards with equipment filled with water.
Installation of packing, shall be done only after flushing and cleaning of columns/vessels and
completed to the satisfaction of EIC.

4.2.10 EC shall carry out minor welding for attachment of prefabricated pipe davit parts such as rain
covers, handles etc. with pipe davit, during or after erection of the same as per the
manufacturer's specifications, at no extra cost to the Owner.

4.2.11 EC shall install base plate over the sliding end foundation before erection of shell and tube
exchangers.

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

Page 686 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
tifgleg
if INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
lailEref 2.11,151?af1aOilsA0 (A Gout of India Uncle!taking) MACHINERY Page 13 of 22

4.2.12 Levelling and plumbness shall be approved by EIC and shall be checked using theodolite
before grouting and final finishing of the foundations. The record of the same shall be
maintained.

4.2.13 EC to ensure that shell and tube exchangers shall be firmly bolted down to foundations at the
fixed end. Further EC to ensure that foundation bolts at the sliding saddle end are at the centre
of slotted holes & nuts at sliding end are only hand tightened. Projected bolt threads shall be
properly protected by application of grease etc. to avoid rusting and for facilitating free
movement of nuts.

4.2.14 EC shall ensure that no equipment is subjected to any corrosion during any stage during his
period of work till handling over to EIC/Client.

4.2.15 Instruments, as required, shall be mounted by EC. On instructions of EIC, EC shall also
remove and hand over the instruments to EIC for calibrations. During this period, EC shall
cover all openings to protect the equipment.

4.2.16 Before transportation to site, EC shall check and report to EIC on the condition of equipment,
specifically highlighting the nitrogen pressure indicated in the nitrogen gauges and the absence
of blinds on any of the nozzles.

4.2.17 In case the shell and tube exchangers are to be stacked, but have been stored as single shells at
the store, then EC shall erect the bottom most shell, then erect other shell(s) sequentially using
the nozzle gaskets/bolting and saddle bolting supplied by owner. Additional shims, if
necessary, shall be supplied by EC. If the exchangers do not have interconnecting nozzles,
then nozzle elevations shall be maintained as per piping GAD.

4.2.18 All equipment, consumable and other accessories required for completion of the job shall be
arranged by the EC. This would include but not limited to cranes, tools and tackles,
manpower etc; machinery for cutting, grinding , drilling etc. of base plates; instruments like
dumpy level, plumb lines, Engineer's levels, precision levels, theodolite, straight edges etc. for
checking the alignment/erection accuracy, hydrostatic testing pumps, potable water for
hydrotesting, necessary materials including making the arrangements for hydro-testing, hoses,
compressed air supply, pressure gauge, sealing taps, blinds, shims and wedges for alignment
etc.

4.2.19 EC shall execute the erection of wooden pillows for saddle supports for cold equipment as
indicated in schedule of quantities, EIL standard 7-12-002 and instructions of EIC.

4.2.20 For bought out items like plate exchangers, plate fin exchangers, electric heater, etc. vendor's
instructions shall be followed.

4.2.21 For erection of piping of ejector system, EC shall follow relevant erection specification of
piping for the project.

4.2.22 EC shall check the health of the equipment refractory lined at shop on receipt and shall report
any defect or damage in the same to EIC. During installation all precautions shall be taken to
avoid any damage to refractory lining. Any damage to refractory during erection shall be
repaired by EC at his own cost without loss of time.
4.2.23 Wherever equipment with refractory are bolted or welded at the girth joints, the gaps between
the refractory shall be suitably filled with ceramic fiber of suitable grade as given in the
drawings or other relevant documents of the equipment.

4.2.24 Refer section 1.0 (General) for additional requirements.

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

Page 687 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
'e--1 ENGINEERS
ligar taws INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
1.41WIriecnW an3vm.rr (A Goof of India Undeftaktog)
MACHINERY Page 14 of 22

4.3 Hydrotesting of Shell and Tube Exchangers including Condensers

4.3.1 These shall hydrotested at site using potable water. Hydrotesting of both shell and tube sides
shall be carried out as per procedure given below or as per instructions of EIC. For
exchangers fitted with SS bellow or SS part, potable water with max. 25 ppm chlorides shall
be used for hydrotesting.

4.3.2 Suitable pump set, piping, test pressure gauges and other instruments, water-hoses, temporary
gaskets, metallic blinds, bolts, nuts, consumable and other temporary arrangements and
equipment for testing shall be provided by the EC at his cost. Test pressure gauges shall be
calibrated by the EC and got approved from EIC.

4.3.3 Stacked exchangers shall be hydrotested in stacked conditions.

4.3.4 Test pressure shall be as indicated in the name plates mounted on each exchangers. Duration
of hydrotest shall be at least one hour. Test pressures and duration of hydrotest may be
reduced by EIC. Minimum test water temperature shall be 20°C.

4.3.5 Any defects noticed during hydrotesting shall be repaired by EC as per the procedure
approved by EIC. Cost for rectifying defects, not attributable to the EC shall be paid
separately.

4.3.6 No equipment shall in general form part of the piping loop during hydrotesting and shall be
blinded off, except when instructed otherwise by EIC.

4.3.7 EC to take adequate care during pressurising & depressurising the equipment. EC shall also
take care of any instruction given regarding hydrotest in the exchanger drawing.

4.4 Hydrotesting Procedure

4.4.1 Shell side & tube side shall be hydrotested separately, unless specified otherwise. If both sides
are to be tested together, a warning plate would be fixed to the exchanger, and the instructions
given therein are to be followed.

4.4.2 The side, shell or tube which ever to be tested at higher pressure shall be taken first.

4.4.3 During hydrotest all gasket joints should be checked for any leakage. In case of leakage from
any gasket joint, bolting at that joint shall be further tightened following proper tightening
sequence (bolts should not be overtightened or tightened by hammering). In case it is not
possible to stop leakage by bolt tightening, drain the water in exchanger & replace gasket at
that joint by new gasket (gasket will be supplied by owner). After replacing gasket exchanger
must be again hydrotested with same procedure to ensure leak tightness.

4.4.4 In case of floating head heat exchangers, if it is found during hydrotest that the pressure is
dropping, while the external gasketed joints are not leaking, this could be due to floating head
gasket joint leakage. This shall be further investigated, by removing shell cover &
pressurising tube side to check the floating head gasket joint leakage. In case of leakage
observed at floating head flange joint, replace floating head gasket by new gasket. After
replacing gasket exchanger must be again hydrotested first on tube side & then on shell side
with same procedure to ensure leak tightness of gasket joints.

In case of heat exchangers with shell side hydrotest pressure higher than tube side, it is
possible that above procedure (with tube side hydrotest to detect floating head gasket leakage)
may not help. Absence of leakage during this test is not conclusive in such a case, as the shell
side pressure was dropping during hydrotest. In such a case, floating head gasket shall in any
case be replaced and then equipment retested to ensure leak tightness.

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

Page 688 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
faz.ir Wes INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
IA Goof of Ind Undertalco9)
MACHINERY Page 15 of 22

4.4.5 When hydrotested as per above procedure after floating head gasket replacement, if it is
observed that test pressure is still dropping, this could mean leakage from tube to tubesheet
joint. For such cases matter shall be reported to EIC for further investigations/instructions.

4.5 Flushing & Cleaning

4.5.1 After the erection, alignment and grouting of these equipment are complete, and after
hydrotest if any, flushing and cleaning shall be carried out by EC as per specifications and
instructions of the EIC.

4.5.2 After flushing, cleaning and draining, equipment shall be dried by compressed air at the
pressure and for duration decided by EIC. The equipment interior shall be thoroughly
inspected to the complete satisfaction of EIC before it is finally boxed up. Boxing up of
manholes and handholes shall be leak proof. All joints which need remaking, shall be remade.
Compressed air for drying shall be arranged by EC at his cost.

4.6 Inspection and Acceptance Limits for Level & Alignment

4.6.1 Co-ordinates of foundations/supporting structures/mounting holes etc. shall be checked with


respect to the plot plans by EC.

4.6.2 Before equipment are placed on foundations, orientations shall be checked with respect to
piping drawings.

4.6.3 When equipment are firmly bolted down but prior to grouting, verticality of all equipment
shall be checked by using theodolite. Tolerances for equipment after erection shall be as per
EIL Standard 7-12-0001. The allowable deviation from plumb line shall be 1 mm per metre
height, subject to maximum of 6 mm.

4.6.4 Horizontal equipment shall be checked for level across machined face of nozzle flanges with
precision level.

4.6.5 Difference in elevation of centerline from one end to the other end shall not be more than 1
mm per meter and limited to ± 3 mm maximum. Further elevation difference shall be such as
to ensure complete draining of equipment.

4.6.6 Survey of column inside and checking the levelness of support rings, location of bolting bars
to ensure that the same are as per column drawings and within tolerances specified in standard
7-14-0001. In case these are not within permissible tolerances, the same shall be reported to
EIC for necessary rectification/modification.

4.7 Safety, Health & Environment

EC shall install an exhaust fan for exhaling welding/ cutting fumes etc. and to maintain
adequate oxygen level, before any work is started inside confined spaces (i.e. columns).
Adequate ventilation shall be maintained at all times. Gas/LPG cylinders shall not be taken
inside confined space. When a worker/supervisor enters a confined space, it shall be
mandatory to have a second man as standby. Safety belts shall be worn while entering
columns, if there is a danger of falling. All ladders/stair cases shall be in place before any item
is offered to owner's inspectors. Rope ladders/scaffolding shall be provided inside the column
in case tower internals are not easily approachable from column manhole. Low voltage (24 V)
lamps equipped with guards shall be used to prevent accidental contact with bulb. All
electrical connections shall be through ELCB's and proper earthing shall be ensured. Acids
and other materials used for pickling shall be disposed off to a designated place as directed by
owner/EIL. All statutory Regulations and owner's safety, health and environment requirements

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

Page 689 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
Ogar Riles INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
tame, viraneMIJWRI) IA Govt of Indo UnOeftak,o9)
MACHINERY Page 16 of 22

shall be complied with. Inspection aids for carrying out the inspection of internals shall also be
provided.

5.0 ERECTION OF ROTATING EQUIPMENT

5.1 Scope of Work of Erection Contractor

The scope of work shall consist of transportation of Rotating Equipments and accessories from
Owner's stores to site, assembly of sub-assemblies/parts, erection of Rotating Equipments on
foundations, levelling, aligning and grouting, preparation of Rotating Equipments for trial
runs, carrying out no load/trial runs, return of any unused material to the owners stores and
hand over in fit condition for the start- up of the Plant, as per instructions of EIC.

Defects due to EC's fault noticed during trial runs shall be rectified by him. Schedule of
Quantities, indicate estimated numbers, dimensions and weights of the Rotating Equipments.
The actual data on dimensions and weights will be in the vendor data manuals.

The term 'Rotating Equipment' includes all pumps, compressors, steam & gas turbines, fans
and blowers, diesel engine/steam turbine/gas turbine generator sets along with drivers
accessories & auxiliary systems.

5.2 General Conditions of Erection

5.2.1 All Rotating Equipment erection shall be done by experienced fitters. For this purpose EC
shall employ experienced and suitably qualified erection supervisor and crew who have done
similar jobs.

5.2.2 The Rotating Equipment manufacturer's instructions as available regarding installation and
trial runs will be passed on to EC during the course of work. The requirements prescribed
therein shall be met in addition to what is stated in this specification. Erection shall be carried
out as per instructions of the Rotating Equipment manufacturer's representative and under
their supervision whenever the manufacturer is present at site. In all other cases instructions
of the EIC, regarding procedure/sequence of erection shall be binding on EC.

5.2.3 For all Rotating Equipment, EC shall follow the proper sequence for assembly and erection.
For Rotating Equipment received along with driver in coupled condition, the coupling bolts
shall be dismantled by EC, and alignment shall be rechecked. Realignment, if required, shall
be done before recoupling.

Where drivers and couplings are provided separately, drilling and tapping of holes in the base
plates for fixing drivers, fixing of couplings on shafts, after enlarging the pilot bores to the
correct size with key way etc. and dowelling including provision of dowel pins, alignment
screws, jack-up screws or similar arrangements for retaining the alignment shall be carried out
by EC as part of erection work. Shims & wedges as required for alignment shall be supplied
by EC.

5.2.4 Process and utility (such as cooling water, steam flushing, quenching, lubricating oil, sealing
etc.) connections connected with rotating equipment and its auxiliaries shall be fabricated
and/or installed by EC from materials supplied by the Owner as per drawings, specifications
and instructions of the EIC.

5.2.5 Piping and accessories supplied with the rotating equipment such as seal oil/Gas system,
cooling water system & Lube oil system etc. shall be tagged separately and kept in EC's stores
till erection. All flanged connections and openings shall be kept blanked with dummies/plugs
to prevent entry of foreign matter.

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

Page 690 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
ge.ff fd5reg INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
INTM ereV12 MIJWIM)
A GoA of Intim Und.ftak..3) MACHINERY Page 17 of 22

5.2.6 The local mounted instruments such as pressure gauges, sight glasses, temperature gauges etc.
and Local instrument panels, if any, with necessary connections, shall be installed by EC as
part of rotating equipment erection.

5.2.7 After initial alignment, the Rotating Equipments shall be properly grouted. Grouting shall be
carried out as per this specification. Wherever grout holes are provides in the base plates,
grout shall be filled through them also.

Epoxy grout where recommended by the rotating equipment manufacturer, shall be provided
by EC and shall be as specified in this standard.

5.2.8 Alignment between the Driver and driven equipment shall be done without connecting the
equipment nozzles to respective piping. After completion of alignment, the equipment shall
be connected to Piping. After the piping has been connected, the alignment shall be re-
checked by EC, to ensure that piping connections do not induce any undue stresses on the
Rotating Equipments. After making necessary corrections on the piping, if any, re-alignment
shall be done by EC and he will ensure that no undue stresses are induced on the Rotating
Equipment.

5.3 Special Instructions

EC in addition to general instructions for erection as out lined in para 5.2 above, shall also
follow the following special instructions.

5.3.1 Pumps

Depending upon the size of equipment, Pump train will be supplied for erection in any of the
following modes :

(a) Pumps with drivers and accessories fully assembled on a common skid (Base plate).

(b) Pumps mounted on base plate and couplings and driver supplied loose in separate packs.

(c) Various major components such as pump, drivers, couplings, gear boxes & base plates
auxiliary systems like lube, seal flush equipment in separate packs.

5.3.2 Reciprocating Type Compressors

5.3.2.1 Reciprocating compressors may be supplied for erection in knocked down condition in
multiple packaged subassemblies such as frame assembly, distance pieces, fly wheels, cylinder
block assemblies, valve assemblies etc. and other accessories such as, drivers, couplings, gear
boxes (if any), control panels, gauge boards, coolers, lube oil systems, cooling water systems,
etc. would be in separate packages.

Besides the above there would be other packages for loose supplied items such as instruments,
pre-fabricated piping, and piping/tubing in commercial lengths.

Lifting devices for erection shall be arranged by EC depending on the weight of packages and
elevation of installation.

5.3.2.2 In case of Rotating Equipments received in knocked down condition, the various parts shall be
assembled as per instructions of the EIC and as per manufacturer's instructions. All parts of
the Compressor shall be thoroughly cleaned with solvents to remove protective compounds if
any, before assembly.

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

Page 691 of 4396


t_711 eiei ENGINEERS STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
Self tifiteg INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
(A Govt of India Undertaking(
MACHINERY Page 18 of 22

5.3.2.3 The compressor, driver and other accessories shall be erected on their respective foundations
and the compressor, couplings, gear box and driver shall be aligned and grouted as per the
manufacturer's instructions and instructions of EIC and the manufacturers supervisor (when
present). There-after all process and utility, drain & vent connections shall be completed as
per the relevant drawings/instructions of equipment manufacturer and advice of EIC.

5.3.2.4 Final alignment shall be done after all the piping connections such as water, steam, drains and
connection to coolers etc. are made. Tolerances for alignment shall be maintained as
specified in the Manufacturer's Instruction Manual. To ensure that piping connections do not
induce any undue stresses on the Rotating Equipment, the alignment shall be checked once
again by EC after the piping has been connected. Any correction necessary for proper
alignment shall be done by EC.

5.3.2.5 EC shall carefully study the vendor drawings, manuals and other data before start of the job to
ensure correct erection, alignment and commissioning.

5.3.3 Centrifugal Compressors & Expanders

5.3.3.1 Centrifugal Compressors are supplied for erection in multiple packages such as,

Compressor casings
Drivers (Electrical motors, Steam/Gas turbines - • )
{ • : Steam/Gas turbines would be further supplied in multiple packages}
Base plates (or skids)
Lube oil/control oil systems
Sealing systems
- Air filters (for gas turbines & compressors for air service)
Temporary strainers
- Couplings
- Gear boxes
- Coolers
- Gauge boards
- Control panels
- Lube & Seal Oil tanks
Fire systems (for gas turbines)
Condensers (for steam turbines)
- Condensate systems (for steam turbines)
- Loose supply items
Pre-fabricated & Commercial lengths piping, tubing.
Other miscellaneous packages

5.3.3.2 Other requirements shall be same as defined in para's 5.3.2.2 to 5.3.2.5 above.

5.4 Trial Runs of Machinery

5.4.1 Any construction defects shall be intimated to EIC before start-up. All protective and safety
guards shall be installed and rotating equipment shall be checked for free movement by
manual barring over. All foundation bolts and alignment shall be checked before starting the
trial runs, if damaged, rotating equipment may have to be opened and repaired as directed by
EIC. Prior to carrying out the trial runs, the rotating equipment will be subjected to necessary
checks by the EIC and the trial runs shall be commenced only after the approval of the EIC.

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

Page 692 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
tifajes
Ogt11 2122151? 0,10,E1.4) INDIA LIMITED
(A Govt of India undettalangj
ERECTION OF EQUIPMENT &
MACHINERY
6-76-0001 Rev. 4
Page 19 of 22

5.4.2 Unless otherwise specified, all the rotating equipment will be subjected to trial runs for a
continuous operation of 72 hours. In case of motor driven rotating equipments, motors shall
be decoupled and turned over to other agencies doing electrical work for testing and no load
running of motors. After the no load runs of motors are satisfactorily completed, EC shall
recouple the motors to the rotating equipment and recheck the alignment. The trial run of the
rotating equipment shall be started only after the above is completed. EC shall provide, as part
of his work, necessary skilled personnel (excluding the operating personnel) for conducting
the trial runs round the clock during the trial runs period. The duration of trial run may be
extended if it is considered necessary in the opinion of EIC and EC shall provide personnel for
such extended period also. Final inspection of bearing etc. shall be carried out by EC after the
Machinery had gone through the trial run and defects, if any, shall be made good for rendering
the rotating equipment ready for start up.
5.4.3 During the trial runs, readings of bearing temperature, cooling water inlet and outlet
temperatures, lube oil inlet/outlet temperature and pressure, rotating equipment discharge
pressure and temperature, starting in current, no load/full load current etc. shall be recorded,
wherever necessary, by EC. Trial reports shall be prepared in the approved proforma by EC
containing all the above details and submitted to the EIC as part of completion documents.
5.4.4 EC shall also provide necessary improvised fencing and watch & ward personnel as safety
measures during trial runs.

5.5 System Start up


During start-up, EC shall provide necessary skilled personnel as per requirement of EIC, to
rectify defects noticed in the rotating equipment, if such defects are attributed to him.

6.0 EQUIPMENT GROUTING


All anchor bolt sleeves/pockets and space under Base plates/machine base frames/shoe plates,
etc. shall be grouted with either free flow non shrink cementitious or epoxy grout as per the
following categorisation:

Sr.
Type of Grout Application
No.
1 Non shrink All static and rotating equipments, unless covered in 2)
cementitious grout below, viz Static equipments like tall columns, vertical silo,
blender etc. and horizontal vessel, drum, sphere, bullets,
filter, heat exchangers, coolers etc. and other similar
equipments, steel stack/chimney, furnace etc.

Low frequency, medium frequency, high frequency rotating


machines like compressors (centrifugal, reciprocating,
diaphram, screw, gear type etc.). Induced draft fan, forced
draft fan, air blowers, pumps (centrifugal, reciprocating,
diaphram, gear type etc.), expanders, turbine, generator,
diesel generator, air coolers (fin fan cooler) and other
similar equipment.

Machine like screen vibrator, extractor, centrifuge


pulverizer, dryer, drop hammer, ball mill, crushers, bagging
machine and general workshop equipment.

2 Epoxy grout Specifically if requested by the Machine Vendor.

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

Page 693 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
laraeitziENGINEERS
5sai fifieg INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 4
NTT etenke 9513.4.) (A Govt ol India Undedaking)
MACHINERY Page 20 of 22

6.1 Grout (Material)

All material used for grout shall be in EC's scope. Only approved grout material shall be
used. EC shall submit details of grout materials for prior approval of EIC.

6.1.1 Non-Shrink Grout

Non-shrink grout shall be premix type of cementitious (cement pregraded fibre and additive)
non-shrink, ready to use grout in dry powder form. It shall have free flow property when
mixed with required quantity of water. It shall have initial setting time of 30 minutes.

It shall have the following features:

Non corrosive to anchor bolts, base plate/saddle/frame, sliding plate.


Not harmful to concrete and reinforcing steel.
Non toxic
Frost, oil and fire resistant
Require normal curing
Suitable to use under restraints and grout thickness required
Expansive to counteract initial shrinkage
Ensure high early strength without surface crack.
- Suitable for temperature of above 0 deg.0 to 200 deg.C.
- Maximum flow distance is compatible to the dimensions of base plate/ saddle/frame.
It should be resisted to the chemicals, gases etc. being handled in equipment/machines.

It should have the following physical properties:

- Min. Compressive strength at 3 days 25 N/mm2


7 days 30 N/mm2
28 days 40 N/mm2

- Min. Tensile strength at 28 days 3.5 N/mm2

- Min. Bond strength at 7 days 12 N/mm2

- Max. Onstrained Expansion in 2 hours 4%

- Min. Density 2000 kg/m3

6.1.2 Epoxy Grout

Epoxy grout shall consist of epoxy resin base, hardener and filler component like graded and
blended aggregate. Components of epoxy grout shall be of desired grade and mixed in
proportion recommended by manufacturer such that it is injectable under base
plate/frame/saddle etc., has low viscosity to meet the flow distances according to dimensions
of base plate saddle/frame, it is suitable for the desired thickness, it is homogenous, free from
segregation, attains high early and high final strength. It shall have minimum Pot life of 30
minutes. It shall have all the features as specified in clause 6.1.1 except for expansive
properties.

It should have the following physical properties :

- Min. compressive strength at 1 day 75 N/mm2


7 days 85 N/mm2

- Min. Flexural strength 7 days 25 N/mm2

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

Page 694 of 4396


ENGINEERS STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ei ERECTION OF EQUIPMENT &
5'fgar lagieG INDIA LIMITED 6-76-0001 Rev. 4
(A Govt of India Unclertak.N)
MACHINERY Page 21 of 22

6.2 Grouting (Placement)

6.2.1 Surface Preparation

Prior to positioning of equipment/machine etc. over concrete pedestal, foundation, slab, beam,
etc. all laitance & loose material shall be removed by wire brushing & chipping. The bearing
concrete surface shall be sufficiently levelled, hacked with flat chisels to make it rough, clean
(using compressed air). Additional chipping, if required, to suit level of base plate and/or
minimum thickness of grout shall also be done. In case of use of cementitious grout surface
shall be thoroughly wet. All pockets for anchor bolts shall also be similarly cleaned. Any
excess water shall be removed. In case of use of epoxy grout, it shall be ensured that
surface/pocket to receive grout is totally dry. After erection, alignment/plumbing of
equipment/machine in required level, orientation and plumb and installation of sliding plate.
Forms shall be constructed around and joints made tight to prevent leakage of the grout.

6.2.2 Preparation of Grout

6.2.2.1 In case of premix type of grout water shall be added in required quantity as specified by
supplier and/or EIC. Any specific instruction of manufacturer will be strictly followed.

6.2.2.2 In case of epoxy grout required quantity of all constituents shall be mixed in proportion
recommended by manufacturer/supplier and/or EIC. All specific requirements of
manufacturer/ supplier shall be strictly followed.

6.2.2.3 Required quantity of grout shall be made considering initial setting/pot life of grout. Any
grout not used within initial setting time/pot life shall be rejected and in no case used for
grouting.

6.2.3 Placement of Grout

6.2.3.1 Placing of grout shall be taken up only after level, orientation, alignment of
equipment/machine has been approved by EIC and anchor bolts are placed in pocket.

6.2.3.2 In case of epoxy grout EC shall give details of grouting scheme and get approval of EIC.

6.2.3.3 The grout mixture shall be poured/injected continuously (without interruption till completion)
by grouting pump/injecting gun from one side of base plate and spread uniformly with flexible
steel strip and rammed with rods till the space is filled solidly and grout mixture carried to the
other side of base plate and fill all pockets. Any specific requirement of manufacturer/
supplier shall be strictly followed. Epoxy grout shall be done by or under supervision of
manufacturer/supplier and/or agency having adequate experience in this field as per direction
of EIC.

Total work shall be done under supervision and direction of EIC and care shall be taken that
alignment of equipment/machine is not disturbed.

6.2.3.4 Grout mixture shall be allowed to harden for a period of minimum 7 days or as required by
manufacturer/supplier of grout and/or as decided by EIC. At the end of this period, the
shims/edges/pack plate may be removed and anchor bolts tightened uniformly. Alignment of
equipment/machine shall be rechecked and if found correct, the voids left by the removal of
shims/wedges/pack plate (if removed) must be filled up with a similar mixture of grout. In
case after checking, serious misalignment is indicated, the grout shall be removed completely
and fresh grouting is done after making appropriate correction of alignment.

6.2.3.5 Minimum thickness of grout shall be 25mm for all types of grout and maximum thickness
shall be 40mm for non-shrink grout. For epoxy grout the maximum thickness shall be as per
manufacturer's recommendation and/or as specified in drawing.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 695 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
faajeg
larre'er to i'aMaq,IAI
INDIA LIMITED
to Govt of India Undertaking)
ERECTION OF EQUIPMENT &
MACHINERY
6-76-0001 Rev. 4
Page 22 of 22

7.0 REFERENCE EIL STANDARDS/ SPECIFICATIONS

6-14-0003 Installation Procedure for Trays & Tower Internals


6-14-0011 Specification for Packing the Column
6-14-0016 Standard Specification for Review of Site Installation of Column
Internals.
6-79-0011 Standard Specification for Corrosion Protection Tape Coating for
Underground Steel Piping.
6-79-0020 Standard Specification for Surface Preparation and Protective Coating
(New Construction)
7-12-0001 Vessel Tolerances.
7-12-0002 Support for Horizontal Vessel
7-12-0003 Wooden Pillow for Saddle Support
7-12-0004 Skirt Base Details
7-12-0024 Lifting Lug Top Head Type
7-14-0001 Construction Tolerance for Welded Supports for Tray / Tower
Internals

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

Page 696 of 4396


Page 697 of 4396
SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

ISO - International Organization for Standardization


MR - Material Requisition
PO - Purchase Order
PR - Purchase Requisition
QMS - Quality Management System

QMS Standards Committee

Convener: Mr. S.K. Badlani

Members: Mr. Sanjay Mazumdar (Engg.)


Mr. R.K. Singh (SCM)
Mr. B. Biswas (SCM)
Mr. Ravindra Kumar (Const.)
Mr. Vinod Kumar (CQA)
Mr. Swapnil Vaishnav (Projects)

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

Page 698 of 4396


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 3 of 7

CONTENTS

Clause Title Page


No.
1.0 SCOPE ........................................................................................................................................ 4
2.0 DEFINITIONS ............................................................................................................................ 4
3.0 REFERENCE DOCUMENTS .................................................................................................... 4
4.0 QUALITY MANAGEMENT SYSTEM – GENERAL .............................................................. 4
5.0 QUALITY SYSTEM REQUIREMENTS ................................................................................... 4
6.0 AUDITS ...................................................................................................................................... 7
7.0 DOCUMENTATION REQUIREMENTS .................................................................................. 7

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

Page 699 of 4396


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to be met by


BIDDER for following purpose:

 QMS requirements to be met by suppliers / contractors after award of work / during


contract execution.

2.0 DEFINITIONS

2.1 Bidder

For the purpose of this specification, the word “BIDDER” means the person(s), firm,
company or organization who is under the process of being contracted by EIL / Owner for
delivery of some products (including service). The word is considered synonymous to
supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,


specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0002 Specification for Documentation Requirements from Contractors


6-78-0003 Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM – GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system shall fully
satisfy all relevant requirements of ISO 9001 “Quality Management Systems –
Requirements.” Evidence of compliance shall be current certificate of quality system
registration to ISO 9001 or a recent compliance audit recommending registration from a
certification agency. The quality system shall provide the planned and systematic control of
all quality related activities for execution of contract. Implementation of the system shall be
in accordance with BIDDER’S Quality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS

5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER’S Quality Plan shall address all of
the applicable elements of ISO 9001, identify responsible parties within BIDDER’S
organization, for the implementation / control of each area, reference the applicable
procedures used to control / assure each area, and verify the documents produced for each
area. The Project Quality Plan shall necessarily define control or make reference to the
relevant procedures, for design and engineering, purchase, documentation, record control,
bid evaluation, inspection, production / manufacturing, preservation, packaging and storage,
quality control at construction site, pre-commissioning, commissioning and handing over (as
applicable) in line with contract requirement and scope of work.

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

Page 700 of 4396


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 5 of 7

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirements and
communicate the same to all concerned in his organization and his sub contractor’s
organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities for fulfillment
of PO / contract. BIDDER shall arrange adequate infrastructure and work environment to
ensure that the specification and quality of the deliverable are maintained.

5.4 BIDDER shall do the quality planning for all activities involved in delivery of order. The
quality planning shall cover as minimum the following:

 Resources
 Product / deliverable characteristics to be controlled.
 Process characteristics to ensure the identified product characteristics are realized
 Identification of any measurement requirements, acceptance criteria
 Records to be generated
 Need for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and test plans
(ITPs) and job procedures for the project activities in the scope of bidder. These documents
shall be submitted to EIL / Owner for review / approval, before commencement of work.

5.5 Requirements for sub-ordering of outsourced items / sub-contracting / purchasing of services


specified in MR / contract / tender shall be adhered to. In general all outsourced items will be
from approved vendors of EIL. Wherever requirements are not specified, or approved sub
vendors do not exist, the sub-contractor shall establish and maintain a system for purchasing
/ sub-contracting to ensure that purchased product / service conforms to specified
requirements in concurrence with EIL / Owner. Criteria for selection of sub-contractor,
evaluation, re-evaluation, maintenance of purchasing data and verification of purchased
product (sub-contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlled conditions.
Controlled conditions shall include, as applicable

a) the availability of information that describes the characteristics of the product


b) the availability of work instructions
c) the use of suitable equipment
d) the availability and use of monitoring and measuring devices
e) the implementation of monitoring and measurement
f) the implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision where resulting
output cannot be verified by subsequent monitoring and measurement. This includes any
process where deficiencies become apparent only after the product is in use or service has
been delivered.

5.8 BIDDER shall establish a system for identification and traceability of product / deliverable
throughout product realization. Product status with respect to inspection and testing
requirements shall be identified.

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

Page 701 of 4396


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 6 of 7

5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL property is
lost, damaged or otherwise found to be unsuitable for use, this shall be reported to the EIL /
Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internal processing and
delivery to the intended destination. Requirements mentioned in the MR/ tender shall be
adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities are carried out
in line with requirements. Where necessary, measuring equipment shall be calibrated at
specified frequency, against national or international measurement standards; where no such
standard exists, the basis used for calibration shall be recorded. The measuring equipment
shall be protected from damage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of contract.

5.13 BIDDER shall monitor and measure the characteristics of the product / deliverable to verify
that product requirement has been met. The inspection (stage as well as final) by BIDDER
and EIL / Owner personnel shall be carried out strictly as per the approved ITPs or ITPs
forming part of the contract. Product release or service delivery shall not proceed until the
planned arrangements have been satisfactorily completed, unless otherwise approved by
relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that the product
which does not conform to requirements is identified and controlled to prevent its unintended
use or delivery

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER’S inspection / surveillance
staff shall be duly recorded, including their disposal action shall be recorded and resolved
suitably. Effective corrective actions shall be implemented by the BIDDER so that similar
NCs including deficiencies do not recur. The BIDDER shall take appropriate actions to
address the Risks and Opportunities in the project.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the BIDDER and
appropriate corrective actions shall be implemented. BIDDER shall intimate EIL / Owner of
all such corrective action implemented by him.

5.17 BIDDER should follow the standards, specifications and approved drawings. Concessions /
Deviations shall be allowed only in case of unavoidable circumstances. In such situations
Concession / deviation request must be made by the BIDDER through online system of EIL
eDMS. URL of EIL eDMS is http://edocx.eil.co.in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damage or loss
until the project completion, then handed over to EIL / Owner as per contract requirement
(Refer Specification Nos. 6-78-0002 - Specification for Documentation Requirements from
Contractors and 6-78-0003 - Specification for Documentation Requirements from Suppliers),
or disposed as per relevant project procedure.

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

Page 702 of 4396


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 7 of 7

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme shall
cover design, procurement, construction management and commissioning as applicable
including activities carried out by sub-vendors and sub-contractors. This shall be additional
to the certification body surveillance audits carried out under BIDDER’S own ISO 9001
certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutiny by EIL /
Owner. EIL or Owner’s representative reserves the right to attend, as a witness, any audit
conducted during the execution of the WORKS.

In addition to above, EIL, Owner and third party appointed by EIL / Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance and
access to their systems and sub-contractor / vendor systems as required for this purpose.
Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work (Within
one week) for record / review by EIL / Owner/ TPIA, as applicable.

 Organization chart (for complete organization structure and for the project)
 Project Quality Plan / Quality Assurance Plan
 Job specific Inspection Test Plans, if not attached with PR
 Job Procedures
 Inspection / Test Formats

In addition to above QMS documents, following documentation shall be maintained by the


BIDDER for submission to EIL / Owner on demand at any point of time during execution of
the project.

 Quality Manual
 Certificate of approval for compliance to ISO: 9001 standard
 Procedure for Control of Non-conforming Product
 Procedure for Control of Documents
 Sample audit report of the QMS internal and external audits conducted during last one
year
 Customer satisfaction reports from at least 2 customers,
 Project QMS audit report
 Technical audit reports for the project
 Corrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submit any other
document / data required for completion of the job as per EIL / Owner instructions.

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

Page 703 of 4396


Page 704 of 4396
SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 2 of 8

Abbreviations:

DCI - Document Control Index


FOA - Fax of Acceptance
IC - Inspection Certificate
IRN - Inspection Release Note
ITP - Inspection and Test Plan
LOA - Letter of Acceptance
QMS - Quality Management System
URL - Universal Resource Locator
V Portal- Vendor Portal

QMS Standards Committee

Convener: Mr. S.K. Badlani

Members: Mr. Sanjay Mazumdar (Engg.)


Mr. R.K. Singh (SCM)
Mr. B. Biswas (SCM)
Mr. Ravindra Kumar (Const.)
Mr. Vinod Kumar (CQA)
Mr. Swapnil Vaishnav (Projects)

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

Page 705 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 3 of 8

CONTENTS

Clause Title Page No.


1.0 SCOPE ........................................................................................................................................ 4
2.0 DEFINITIONS ............................................................................................................................ 4
3.0 REFERENCE DOCUMENTS .................................................................................................... 4
4.0 DOCUMENTATION AND DATA REQUIREMENTS ............................................................ 4

Attachments

Format for completeness of Final Documentation : Format No. 3-78-0004

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

Page 706 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 4 of 8

1.0 SCOPE

This specification establishes the Documentation Requirements from Contractors

All documents / data against the Tender / Contract shall be developed and submitted to EIL /
Owner by the contractor for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Contractor

For the purpose of this specification, the word “CONTRACTOR” means the person(s), firm,
company or organization who has entered into a contract with EIL / Owner for delivery of
some products and services. The word is considered synonymous to bidder, supplier or
vendor.

2.2 Owner

Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements from


Bidders

4.0 DOCUMENTATION AND DATA REQUIREMENTS

4.1 Order Acknowledgement and Assigning Project Manager

After placement of order, Contractor shall acknowledge order through V-Portal within 7 days
of receipt of FOA / PO. Contractor shall assign a Project Manager for that order though
online portal and provide requisite details. Project Manager details shall include e-mail
address, mailing address, mobile / telephone nos., fax nos. and name of Project Manager. All
the system generated emails pertaining to that order shall be sent to the assigned Project
Manager.

4.2 Documents / Data to be submitted by the Contractor

4.2.1 The contractor shall submit the documents and data against the Tender / Contract as per the
list specified in respective Tender / Contract.

4.2.2 Review of the contractor drawings / Documents by EIL would be only to review the
compatibility with basic designs and concepts and in no way absolve the contractor of his
responsibility / contractual obligation to comply with Tender / Contract requirements,
applicable codes, specifications and statutory rules / regulations. Any error / deficiency
noticed during any stage of manufacturing / execution / inspection / installation shall be
promptly corrected by the contractor without any extra cost or time, whether or not comments
on the same were received from EIL during the drawing review / inspection stage.

4.2.3 Unless otherwise specified, submission of documents for Review / Records shall commence
as follows from the date of Fax of Intent / Letter of Intent/ Fax of Acceptance (FOA) / Letter
of Acceptance (LOA):
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 707 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 5 of 8

QMS - 1 week
Document Control Index - 2 weeks
Other Documents/Drawings - As per approved Document Control Index

4.2.4 Documents as specified in Tender / Contract are minimum requirements. Contractor shall
submit any other document / data required for completion of the job as per EIL / Owner
instructions.

4.3 Style and Formatting

4.3.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.3.2 Before submitting the drawings and documents, contractor shall ensure that the following
information are properly entered in each drawing:

Tender Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Owner
Main Contractor (if work is sub-contracted)
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

4.4 Review and Approval of Documents by Contractor

4.4.1 The Drawing / Documents shall be reviewed, checked, approved and duly signed / stamped by
contractor before submission. Revision number shall be changed during submission of the
revised contractor documents and all revisions shall be highlighted by clouds. Whenever the
contractor require any sub- contractor drawings to be reviewed by EIL, the same shall be
submitted by the contractor duly reviewed, approved and stamped by the contractor. Direct
submission of sub- contractor’s drawings without contractor’s approval shall not be
entertained.

4.5 Document Category

4.5.1 Review Category

Following review codes shall be used for review of contractor Drawings / Documents:

Review Code 1 - No comments. Proceed with Manufacture /


Fabrication / Construction as per the document.
Review Code 2 - Proceed with Manufacture / Fabrication / Construction
as per commented document. Revised document
required.
Review Code 3 - Document does not conform to basic requirements as
marked. Resubmit for review.
R - Document is retained for Records. Proceed with
Manufacturing / fabrication as per Tender/ Contract
Requirement.

V - Void

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

Page 708 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 6 of 8

4.6 Methodology for Submission of Documents to EIL / Owner

4.6.1 Document Control Index (DCI)


Contractor shall create and submit Document Control Index (DCI) for review based on PO /
PR / MR along with schedule date of submission of each drawing / document on EIL Vendor
Portal. The DCI shall be specific with regard to drawing / document no. and the exact title.
Proper sequencing of the drawings / documents should be ensured in schedule date of
submission.

4.6.2 Submission of Drawings / Documents / Data


Drawings / documents, data and DCI shall be uploaded on the EIL Vendor Portal. The detail
guidelines for uploading documents on EIL Vendor Portal are available on following URL
http://edocx.eil.co.in/vportal

4.6.3 Statutory Approvals


Wherever approval by any statutory body is required to be taken by Contractor, the Contractor
shall submit copy of approval by the authority to EIL.
4.6.4 Schedule and Progress Reporting
Contractor shall submit monthly progress report (MPR) and updated procurement, engineering
and manufacturing status (schedule vs. actual) and highlight constraints, if any, along with
action plan for mitigation, to the EIL / Owner by 1st week of every month. One month Look-
ahead schedule including the mobilization plan shall be submitted within 2 weeks from FOA /
LOA. In case of exigencies, EIL / Owner can ask for report submission as required on weekly
/ fortnightly / adhoc basis depending upon supply status and contractor shall furnish such
reports promptly without any price implication. Format for progress report shall be submitted
by the contractor during kick off meeting or within one week of receiving FOA / LOA,
whichever is earlier.

4.6.5 Quality Assurance Plan / Inspection and Test Plan


Inspection and test plans attached if any, to the tender are generic and indicative only.
Immediately after receipt of the order, contractor shall submit within one week of receiving
FOA / LOA, job specific ITPs based on the indicative ITPs. Further, contractor shall also
submit Quality Assurance Plan for project activities in the scope of contract, starting from
manufacturing to handing over / commissioning, these plans shall cover / identify the activities,
relevant procedure, if any, code of conformance, resources for performance and checking /
monitoring, approval requirements and authority, records to be generated and audit scope by
EIL/Owner.
For EPCC / LSTK / Package contracts, the contractor shall prepare a list of items / equipment
and their inspection categorization plans for all items included in the scope of supply
immediately after receipt of order and obtain approval for the same from EIL. The items shall
be categorized into different categories depending upon their criticality for the scope of
inspection of TPIA and / or EIL.

4.6.6 Inspection Release Note (IRN)/ Inspection Certificate (IC)


Contractor shall ensure that all documents viz. documents reviewed, manufacture’s test
certificate etc., mentioned in Inspection Release Note (IRN), issued by EIL / third party against
the materials supplied by contractor, are sent to EIL along with the IRN.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 709 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 7 of 8

IRN / IC shall be issued by EIL Inspector / third party inspection agency only after all the
drawings/documents as per DCI are submitted and are accepted under review code-1 & code
R. Material / Equipment dispatch from contractor’s / sub vendor’s works shall not commence
till above condition is met.

Note 1: Non fulfilling above requirement shall result into appropriate penalty or with- holding
of payment as per conditions of Tender / Contract.

Note 2: For items where IRN/IC is issued by TPIA, supplier to ensure that following as a
minimum must be mentioned by TPIA in IRN/IC
a) Tender document number
b) List of drawings / documents with EIL approval code
c) Tests witnessed, documents reviewed
d) Compliance statement by TPIA that product meets the requirement as specified in EIL
standard specifications, Inspection Test Plan / QAP and approved documents.

4.6.7 Pre Commissioning & Commissioning Activities Management System (PCAMS)


Pre Commissioning & Commissioning activities management system software shall be
followed for Mechanical completion, check listing of loops, punch points, hydro test and issue
of Formats during the Pre Commissioning and Commissioning activities and the same can be
accessed on following URL
https://pcams.eil.co.in/

4.7 Final Documentation


4.7.1 As built Drawings
Minor Shop / Site changes made by contractor after approval of drawings under ‘Code 1’ by
EIL and deviations granted through online system , if any, shall be marked in hard copies of
drawings which shall then be stamped ‘As-built’ by the contractor. These ‘As-built’ drawings
shall be reviewed and stamped by EIL Inspector / Site engineer / TPIA also, as the case may
be. Format for completeness of final documents (Format No. 3-78-0004) is attached with this
specification. Contractor shall prepare scanned images files of all marked – up ‘As – built’
drawings. Simultaneously contractor shall incorporate the shop / site changes in the native soft
files of the drawings also.

4.7.2 As built Final Documents


As built final documents shall be submitted as listed in Tender / Contract

4.7.3 Packing / Presentation of Final Documents


Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be inserted
in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm) with an extra strip
of 12 mm wide for punching so that drawings are well placed.

Final Documentation shall be bound in hard board plastic folder(s) of size 265 mm x 315 mm
(101/2 inch x 121/2 inch) and shall not be more that 75 mm thick. It may be of several volumes
and each volume shall have a volume number, index of volumes and index of contents of that
particular volume. Where numbers of volumes are more, 90mm thickness can be used. Each
volume shall have top PVC sheet of minimum 0.15 mm thick duly fixed and pressed on folder
cover and will have 2 lever clips. In case of imported items documents, 4 lever clip shall also
be accepted. All four corners of folders shall be properly metal clamped. Indexing of contents
with page numbering must be incorporated by contractor. Spiral / Spico bound documents
shall not be acceptable. As mentioned above, books should be in hard board plastic folders
with sheets punched and having 2/4 lever clips arrangement.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 710 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 8 of 8

Each volume shall contain on cover a title block indicating Tender No., name of project, name
of customer, package equipment tag no. & name (if applicable). Each volume will have hard
front cover and a reinforced spine to fit thickness of book. These spines will also have the title
printed on them. Title shall include also volume number (say 11 of 15) etc.

4.7.4 Submission of Soft copies


Contractor shall submit to EIL, the scanned images files as well as the native files of drawings
/ documents, along with proper index.
In addition to hard copies, contractor shall submit soft copies of all the final drawings and
documents in pen drive or any other specified medium with proper identification tag, all text
documents prepared on computer, scanned images of all important documents (not available
as soft files), all relevant catalogues, manuals available as soft files (editable copies of drawings
/ text documents, while for catalogues / manuals / proprietary information and data PDF files
can be furnished).
All the above documents shall also be uploaded on the EIL Vendor Portal and if applicable on
Client Server also.

4.7.5 Completeness of Final Documentation


Contractor shall get the completeness of final documentation verified by EIL / TPIA and attach
the Format for Completeness of Final Documentation (Format No. 3-78-0004) duly signed by
EIL or TPIA as applicable to the final document folder.

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

Page 711 of 4396


COMPLETENESS OF FINAL
DOCUMENTATION
Page 1 of 2

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor :
Customer :
Project :
EIL’s Job No. :
Purchase Order No./ :
Contract No.

Purchase Requisition No./ :


Tender No. Rev. No. :

Name of the Work/ Equipment :

Tag. No. :
Supplier’s / Contractor’s Works :
Order No.

Certified that the Engineering Documents / Manufacturing & Test Certificates submitted by the
supplier (as per Index sheet mentioned in Annexure-1) are complete in accordance with the Vendor
Data Requirements of Purchase Requisition / Tender.

Signature : ………………………………. Signature : ……………………………….


Date : ………………………………. Date : ……………………………….
Name : …………………………….. Name : ……………………………..
Designation : ……………………………… Designation : ………………………………
Department : ……………………………… Department : ………………………………

Supplier / Contractor EIL / TPIA

Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved

Page 712 of 4396


COMPLETENESS OF FINAL
DOCUMENTATION
Page 2 of 2

Annexure-1

Final Documentation Index Sheet


PR/PO/Tender Rev. No.
No.

Serial No. Document Title Page/ No. of Pages


Folder No.

Signature : ………………………………. Signature : ……………………………….


Date : ………………………………. Date : ……………………………….
Name : …………………………….. Name : ……………………………..
Designation : ……………………………… Designation : ………………………………
Department : ……………………………… Department : ………………………………

Supplier / Contractor EIL / TPIA

Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved

Page 713 of 4396


Page 714 of 4396
SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 2 of 9

Abbreviations:

DCI - Document Control Index


eDMS - Electronic Document Management System
FOA - Fax of Acceptance
IC - Inspection Certificate
IRN - Inspection Release Note
ITP - Inspection and Test Plan
LOA - Letter of Acceptance
MR - Material Requisition
PO - Purchase Order
PR - Purchase Requisition
PVC - Polyvinyl Chloride
QAP - Quality Assurance Plan
QMS - Quality Management System
RPO - Regional Procurement Office
TPIA - Third Party Inspection Agency
URL - Universal Resource Locator
V-Portal- Vendor Portal

QMS Standards Committee

Convener: Mr. S.K. Badlani

Members: Mr. Sanjay Mazumdar (Engg.)


Mr. R.K. Singh (SCM)
Mr. B. Biswas (SCM)
Mr. Ravindra Kumar (Const.)
Mr. Vinod Kumar (CQA)
Mr. Swapnil Vaishnav (Projects)

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

Page 715 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 3 of 9

CONTENTS

Clause Title Page No.


1.0 SCOPE ........................................................................................................................................ 4
2.0 DEFINITIONS ............................................................................................................................ 4
3.0 REFERENCE DOCUMENTS .................................................................................................... 4
4.0 DOCUMENTATION REQUIREMENTS .................................................................................. 4

Attachments

Format for completeness of Final Documentation : Format No. 3-78-0004

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

Page 716 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 4 of 9

1.0 SCOPE
This specification establishes the Documentation Requirements from Suppliers.
All documents / data against the PO / PR / MR shall be developed and submitted to EIL /
Owner by the suppliers for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Supplier

For the purpose of this specification, the word “SUPPLIER” means the person(s), firm,
company or organization who has entered into a contract with EIL / Owner for delivery of
some products (including service). The word is considered synonymous to bidder, contractor
or vendor.

2.2 Owner

Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements from


Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Order Acknowledgement and Assigning Project Manager

After placement of order, Supplier shall acknowledge order through V-Portal within 7 days
of receipt of FOA / PO. Supplier shall assign a Project Manager for that order though online
portal and provide requisite details. Project Manager details shall include e-mail address,
mailing address, mobile/telephone nos., fax nos. and name of Project Manager. All the
system generated emails pertaining to that order shall be sent to the assigned Project
Manager.

4.2 Documents / Data to be submitted by the Supplier

4.2.1 The Supplier shall submit the documents and data against the PO / PR / MR as per the list
given in respective PO / PR / MR.

4.2.2 Review of the supplier drawings / documents by EIL would be only to review the
compatibility with basic designs and concepts and in no way absolve the supplier of his
responsibility / contractual obligation to comply with PR requirements, applicable codes,
specifications and statutory rules / regulations. Any error / deficiency noticed during any
stage of manufacturing / execution / inspection/ installation shall be promptly corrected by
the supplier without any time and cost implications, irrespective of comments on the same
were received from EIL during the drawing review stage or not.

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

Page 717 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 5 of 9

4.2.3 Unless otherwise specified, submission of documents for Review / Records shall commence
as follows from the date of Fax of Intent / Letter of Intent / Fax of Acceptance (FOA) / Letter
of Acceptance (LOA):
QMS - 1 week
Document Control Index - 2 weeks
Other Documents / Drawings - As per approved Document Control Index

4.2.4 Documents as specified in PO / PR / MR are minimum requirements. Supplier shall submit


any other document / data required for completion of the job as per EIL / Owner instructions.

4.3 Style and Formatting

4.3.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.3.2 Before forwarding the drawings and documents, contractor shall ensure that the following
information are properly mentioned in each drawing:
Purchase Requisition Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Client
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

4.4 Review and Approval of Documents by Supplier

4.4.1 The Drawing / Documents shall be reviewed, checked, approved and duly signed / stamped by
supplier before submission. Revision number shall be changed during submission of the
revised supplier documents and all revisions shall be highlighted by clouds. Whenever the
supplier require any sub-supplier drawings to be reviewed by EIL, the same shall be submitted
by the supplier duly reviewed, approved and stamped by the supplier. Direct submission of
sub-supplier’s drawings without contractor’s / suppliers’ approval shall not be entertained.
4.5 Document Category

4.5.1 Review Category

Following review codes shall be used for review of supplier Drawings / Documents:

Review Code 1 - No comments. Proceed with Manufacture /


Fabrication as per the document.
Review Code 2 - Proceed with Manufacture / Fabrication as per
commented document. Revised document
required.
Review Code 3 - Document does not conform to basic requirements as
marked. Resubmit for review.

R - Document is retained for Records. Proceed with


Manufacturing / Fabrication as per PR / Tender
requirements.
V - Void

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

Page 718 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 6 of 9

4.6 Methodology for Submission of Documents to EIL/Owner

4.6.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based on PO / PR
/ MR along with schedule date of submission of each drawing / document on EIL Vendor
Portal. The DCI shall be specific with regard to drawing / document no. and the exact title.
Proper sequencing of the drawings / documents should be ensured in schedule date of
submission.

4.6.2 Submission of Drawings / Documents / Data


Drawings / documents, data and DCI shall be uploaded on the EIL Vendor Portal as per
approved DCI. The detailed guidelines for uploading documents on EIL Vendor Portal are
available on following URL
http://edocx.eil.co.in/vportal

4.6.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, the Supplier shall
submit copy of approval by the authority to EIL.

4.6.4 Manufacturing Schedule

Supplier shall prepare manufacturing schedule for the order, with key milestone activities (such
as document submission, sub ordering, manufacturing, Inspection, dispatches, etc) to meet
delivery as per FOA / PO terms. Supplier shall submit manufacturing schedule to concerned
Regional Procurement Office (RPO) of EIL / Owner for review within 2 weeks from date of
FOA / PO.

4.6.5 Schedule and Progress Reporting

Supplier shall submit monthly progress (MPR) report and updated procurement, engineering,
manufacturing status, Inspection and dispatch status (schedule vs. actual) and highlight
constraints, if any, along with action plan for mitigation, to the concerned Regional
Procurement Office (RPO) of EIL / Owner by 1st week of every month., First MPR shall be
submitted within 2 weeks from FOA / LOA. In case of exigencies, EIL / Owner can ask for
report submission as required on weekly / fortnightly / adhoc basis depending upon supply
status and supplier shall furnish such reports promptly without any price implication. Format
for progress report shall be submitted by the Supplier during kick off meeting or within 2 weeks
of receiving FOA / LOA, whichever is earlier.

4.7 Inspection and Testing

4.7.1 Quality Assurance Plan / Inspection and Test Plan


If Inspection and test plans (ITP) are attached with MR / PR same shall be followed along with
additional tests requirement (if any) mentioned in MR/ PR. However for cases wherein EIL
Standard ITPs not available / have not been attached with MR / PR, Supplier shall submit
within one week of receiving FOA / LOA, the Quality Assurance Plan for inspection & testing
at various stages of production, quality control records for critical bought out items / materials
and site assembly & testing as may be applicable to the specific order and obtain approval from
concerned Regional procurement Office of EIL / third party inspection agency, as applicable.

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

Page 719 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 7 of 9

For Package equipment contracts, the supplier shall prepare a list of items / equipment and
their inspection categorization plan for all items included in the scope of supply immediately
after receipt of order and obtains approval for the same from EIL. The items shall be
categorized into different categories depending upon their criticality for the scope of inspection
of TPIA and / or EIL.

4.7.2 Inspection Requisition:

Supplier shall perform internal inspection as per ITP/ approved QAP at their works based on
approved documents / drawings. Upon satisfactory internal inspection, supplier shall raise
inspection call to concerned Regional Procurement Office (RPO) of EIL / TPIA / Owner with
advance notice as per contract along with Internal test reports.

All changes w.r.t. PR shall be recorded through agreed variations or Concessions & Deviations.
Conflict, if any, between PR / Job specifications and approved drawings, shall be brought to
the notice of EIL / owner by the supplier / contractor. Decision of EIL / owner will be binding
on the supplier and to be complied without time and cost implications.

Identified bought out items/ raw material shall be procured under TPIA as per ITP.

4.7.3 Inspection Release Note (IRN)/ Inspection Certificate (IC)

IRN / IC shall be issued by EIL Inspector / third party inspection agency on successful
inspection, review of test reports / certificates as per specifications & ITP / agreed quality plan
(as applicable) and only after all the drawings / documents as per DCI are submitted and are
accepted under review code-1 or code R. Supplier shall ensure that necessary documents /
manufacturing and test certificates are made available to EIL / TPIA as and when desired.

Note 1: Non fulfilling above requirement shall result into appropriate penalty or with- holding
of payment as per conditions of PO / PR / MR.

Note 2: For items where IRN/IC is issued by TPIA, supplier to ensure that following as a
minimum must be mentioned by TPIA in IRN / IC

a) PR document number
b) List of drawings / documents with EIL approval code
c) Tests witnessed, documents reviewed
d) Compliance statement by TPIA that product meets the requirement as specified in
EIL PR, standard specifications, Inspection Test Plan / QAP and approved
documents.

4.8 Transportation Plan


Transportation Plan for Over Dimensional Consignments (ODC), if any, shall be submitted
within 2 weeks of receiving FOA / LOA, for approval. Consignment with parameters greater
than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

Dimensions and weight provided above are inclusive of all nozzles, attachments, transportation
saddles etc.

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

Page 720 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 8 of 9

Physical Rout survey for ODC movement shall be submitted to EIL within 8 weeks of
receiving FOA / LOA.

4.9 Dispatch Details


Upon receipt of IRN / IC from EIL inspector / TPIA, supplier shall dispatch items within 2
days. Supplier shall submit dispatch details to concerned RPO of EIL / Owner within a day of
dispatch. Dispatch details shall include Lorry Receipt (LR) number / Dispatch Number,
Transporter Name, Date of dispatch, Packing list, Invoice copy etc.
4.10 Final Documentation
4.10.1 Supplier shall prepare final documents in line with VDR (Vendor Document Requirements)
attached with PR/Tender. A copy of final document along with filled in Format for
Completeness of Final Documentation (Format No. 3-78-0004) to be submitted to EIL
Inspector / TPIA for review & approval within 2 weeks from dispatch. Upon receipt of
EIL/TPIA endorsement on Completeness of Final Documents, supplier shall submit soft / hard
copies of Final documents to EIL / Owner in requisite quantity as per PO / PR details, along
with covering letter. A copy of covering letter to be submitted to the concerned Regional
Procurement Office (RPO) of EIL/Owner.
4.10.2 As Built Drawings
Minor Shop changes made by Supplier after approval of drawings under ‘Code 1’ by EIL and
deviations granted through online system ,if any, shall be marked in hard copies of drawings
which shall then be stamped ‘As-built’ by the supplier. These ‘As-built’ drawings shall be
reviewed and stamped by EIL Inspector / TPIA. Supplier shall prepare scanned images files
of all marked – up ‘As – built’ drawings. Simultaneously Supplier shall incorporate the shop
changes in the native soft files of the drawings also.
4.10.3 Packing / Presentation of Final Documents
Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be inserted
in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm) with an extra strip
of 12 mm wide for punching so that drawings are well placed.
Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x 315 mm
(101/2 inch x 121/2 inch) and shall not be more that 75 mm thick. It may be of several volumes
and each volume shall have a volume number, index of volumes and index of contents of that
particular volume. Where number of volumes are more, 90mm thickness can be used. Each
volume shall have top PVC sheet of minimum 0.15 mm thick duly fixed and pressed on folder
cover and will have 2 lever clip. In case of imported items documents, 4 lever clip shall also
be accepted. All four corners of folders shall be properly metal clamped. Indexing of contents
with page numbering must be incorporated by supplier. Spiral/Spico bound documents shall
not be acceptable. As mentioned above, books should be in hard board plastic folders with
sheets punched and having 2/4 lever clips arrangement.
Each volume shall contain on cover a Title Block indicating package Equipment Tag No. &
Name, PO / Purchase Requisition No., Name of Project and Name of Customer. Each volume
will have hard front cover and a reinforced spine to fit thickness of book. These spines will
also have the title printed on them. Title shall include also volume number (say 11 of 15) etc.
4.10.4 Submission of Soft Copies
Supplier shall submit to EIL, the scanned images files as well as the native files of drawings /
documents, along with proper index.
In addition to hard copies, Supplier shall submit soft copies of all the final drawings and
documents in pen drive or any other specified medium with proper identification tag, all text
documents prepared on computer, scanned images of all important documents (not available
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 721 of 4396


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 9 of 9

as soft files), all relevant catalogues, manuals available as soft files (editable copies of
drawings/text documents, while for catalogues / manuals / proprietary information and data,
PDF files can be furnished).
All the above documents shall also be uploaded on the EIL Vendor Portal and if applicable on
Client Server also.
4.10.5 Completeness of Final Documentation
Supplier shall get the completeness of final documentation verified by EIL / TPIA, as
applicable, and attach the Format for Completeness of Final Documentation (Format No. 3-78-
0004) duly signed by EIL Inspector or TPIA as applicable to the final document folder.

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

Page 722 of 4396


COMPLETENESS OF FINAL
DOCUMENTATION
Page 1 of 2

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor :
Customer :
Project :
EIL’s Job No. :
Purchase Order No./ :
Contract No.

Purchase Requisition No./ :


Tender No. Rev. No. :

Name of the Work/ Equipment :

Tag. No. :
Supplier’s / Contractor’s Works :
Order No.

Certified that the Engineering Documents / Manufacturing & Test Certificates submitted by the
supplier (as per Index sheet mentioned in Annexure-1) are complete in accordance with the Vendor
Data Requirements of Purchase Requisition / Tender.

Signature : ………………………………. Signature : ……………………………….


Date : ………………………………. Date : ……………………………….
Name : …………………………….. Name : ……………………………..
Designation : ……………………………… Designation : ………………………………
Department : ……………………………… Department : ………………………………

Supplier / Contractor EIL / TPIA

Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved

Page 723 of 4396


COMPLETENESS OF FINAL
DOCUMENTATION
Page 2 of 2

Annexure-1

Final Documentation Index Sheet


PR/PO/Tender Rev. No.
No.

Serial No. Document Title Page/ No. of Pages


Folder No.

Signature : ………………………………. Signature : ……………………………….


Date : ………………………………. Date : ……………………………….
Name : …………………………….. Name : ……………………………..
Designation : ……………………………… Designation : ………………………………
Department : ……………………………… Department : ………………………………

Supplier / Contractor EIL / TPIA

Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved

Page 724 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ei ENGINEERS FOR
Ogeir EVreg INDIA LIMITED
CHAIN PULLEY BLOCK
6-61-0015 Rev. 5
RAM 217.17 MI JVMSI (A Govt of India Undenak.n9) Page 1 of 6

. r.

■11•711011-q -q71§11' KIM IzR


1-111ch i ci

STANDARD SPECIFICATION FOR


CHAIN PULLEY BLOCK

CliktiolA0- J
Ml e-4. 1\frjr
5 14/12/16 REVISED AND REISSUED AK PB
' KC PLC/ RN

4 01/08/12 REVISED AND REISSUED SPC PB AKN DM

3 01/06/10 REVISED AND REISSUED SPC PB MK/DM ND

2 31/07/06 REVISED AND REISSUED PPP AK SMA VJN

1 10/04/99 REVISED AND REISSUED YKS MST NN AS


ISSUED AS STANDARD SPECIFICATION RCPC
0 22/06/90 GVGC NN KNP
(RECOMPOSED IN AUGUST 1995)
Standards Standards
Committee 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 725 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED FOR 6-61-0015 Rev. 5
(A Goof of India Undertaking)
CHAIN PULLEY BLOCK Page 2 of 6

Abbreviations:

IS : Indian Standard
QA : Quality Assurance

Machinery Equipment Standards Committee

Convenor : Mr. R.K. Trivedi

Members: Mr. P. Bhattacharjee


Mr. Sanjay Mazumdar
Mr. P.P. Pandey
Mr. Nalin Kumar
Mr. Tarun Kumar
Mr. Anukul Mandal
Mr. Shishupal Choudhary
Mr. R. R. Shrivastava
Mr. J.S. Duggal
Mr. K.C. Paikar
Mr. A. Natarajan
Mr. K.V.K. Naidu (Projects)

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

Page 726 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
$50-zeMENGINEIRS
- INDIA UNITED
g.artaiileg w FOR 6-61-0015 Rev. 5
1.41414 PRO4 ....10wiso IA Go. of InOn Undettaiung)
CHAIN PULLEY BLOCK Page 3 of 6

Contents

1.0 GENERAL 4
2.0 CODES AND STANDARDS 4
3.0 TECHNICAL REQUIREMENTS 4
4.0 INSPECTION AND TESTING 5
5.0 PROTECTION AND PAINTING 6
6.0 PACKAGING AND IDENTIFICATION 6
7.0 SPARE PARTS 6

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

Page 727 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
00z:1E4M, ENGINEERS
ligar tagteg W.INDIA LIMITED FOR 6-61-0015 Rev. 5
warn *wow,.
„memo 0, Goo 01 ,o0o UNIerta.g)
CHAIN PULLEY BLOCK Page 4 of 6

1.0 GENERAL

This specification outlines the minimum requirements under which the manufacturer shall
design, manufacture, test and supply the Chain Pulley Block with or without trolley.

2.0 CODES AND STANDARDS

2.1 This standard is based on following Indian Standard, and the standards referred therein,
which shall be deemed to be part of this standard.

IS - 3832 Hand operated Chain Pulley Blocks- Specification.

Latest revision of the above-mentioned standard as on the date of enquiry shall be applicable.

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

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

3.0 TECHNICAL REQUIREMENTS

Technical requirements of Chain Pulley Block shall be as per Indian standards referred in
clause 2.1 above, subject to the following additions, deletions and modifications:

3.1 Addition / Deletion / Modification to IS 3832: 2005 (Reaffirmed 2015)

i) Clause no. 4.2.1 (Modification): Mechanism class 2 shall be considered for design of
chain pulley Block unless otherwise specified in the data sheet.

ii) Clause no. 5.0 (Addition): Chain Pulley Block shall be detachable type suitable for
mounting on geared trolleys of the same ratings/capacities, unless otherwise specified
in job specification/data sheet.

iii) Clause no. 5.1 (Addition): The frame shall be built from steel plates with
bolted/welded construction.

iv) Clause no. 5.2 (Addition): All gears shall be machine cut.

v) Clause no. 5.5 (Modification): Only anti friction bearing shall be used. Bearing shall
have L 10 life of minimum 25000 hrs. Bearings shall be of SKF/FAG/ NTN make only.

vi) Clause no. 5.6 (Modification): The block shall be provided with adequate facilities for
lubrication and same shall be clearly indicated in the maintenance manual.

vii) Clause no. 5.7.1(Addition): Hook(s) (top -if applicable and bottom) shall be provided
with safety latches to prevent accidental unhooking unless otherwise stated.

viii) Clause no. 5.7.1.2 (Modification): First line to be modified as "Bottom hook shall be
provided with thrust bearing to enable it to rotate freely under load so as to prevent
twisting of the load chain.

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

Page 728 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
051Weift
. ENGINEERS
4fgeg WegViifII IA ED FOR 6-61-0015 Rev. 5
MR, PRIEDers.,1121., IA Go. d loft Undertalung
CHAIN PULLEY BLOCK Page 5 of 6

ix) Clause no. 5.10.3 (Modification): The length of hand chain shall be such that the
lowest point of the suspended loop shall be 400 mm (maximum) above operating
level.

x) Clause no. 5.11 (Addition): The trolley for the chain pulley block shall be geared type,
fabricated construction, 4 wheeled, driven by hand chain and shall have provision for
mounting the chain pulley block. Trolley shall be designed to suit the suitable
monorail beam size and the hoisting capacity.

xi) Clause no. 11.1 (Addition): Following shall also be marked on Chain Pulley block:
a) Tag number.
b) "Non Sparking Type" on chain pulley block suitable for hazardous area
classification.
3.2 For offshore applications, load, hand and trolley chains shall be galvanized.

3.3 Special Requirements for Hazardous Area Chain Pulley Block

The materials for non-lubricated rubbing parts shall be of non-sparking type (non- ferrous).
The suggested materials for such components are as follows:

Part/Component Material of Construction

A Lifting Mechanism

Ratchet wheel, chain guides Solid construction in Aluminium Bronze (IS -


305)/ High Tensile Brass (IS - 304)

Hand chain wheel Solid construction of Aluminium Bronze/ High


Tensile Brass (IS- 304)/ Phosphor Bronze (IS-
28)

Load chain wheel Solid construction in Aluminium Bronze (IS -


305)/ High Tensile Brass (IS - 304)

Hook (Top & bottom) Bronze coated Forged Steel / bronze coated
Forged alloy Steel/Forged Stainless Steel.

B Trolley Mechanism

Hand chain wheel guides Solid construction in Aluminium Bronze (IS-


305)/ High Tensile Brass (IS-304)/ Phosphor
Bronze (IS-28)

Hand chain wheel Solid construction of Aluminium Bronze (IS-


305)/ High Tensile Brass (IS-304)/ Phosphor
Bronze (IS-28)

Ungeared and geared wheels Solid construction in Aluminium Bronze (IS -


305)/ High Tensile Brass (IS - 304) or tyre of
Aluminium Bronze (IS-305)/ High Tensile
Brass (IS-304) shrunk fitted on core wheel of
C55Mn75.

4.0 INSPECTION AND TESTING

4.1 Equipment shall be subjected to stagewise expediting, inspection and testing at


vendor's/subvendor's works by purchaser/its authorised inspection agency. Vendor shall

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

Page 729 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
5ittaziel-IkENONEERS
Og taiReg W INDIA LIMITED
A2W701AAP.) (A Go. d MO. Undettaidow
FOR
CHAIN PULLEY BLOCK
6-61-0015 Rev. 5
Page 6 of 6

submit Quality Assurance (QA) procedures before commencement of fabrication. Approved


QA procedures shall form the basis for equipment inspection.

4.2 Testing at Works

4.2.1 Vendor shall perform operational Proof Test, as a minimum, necessary to ensure that the
material and workmanship conform to the requirement of Clause 9.2 of IS- 3832.

4.2.2 The trolley (if applicable) shall be tested for smooth operation under loaded condition.

4.2.3 Certificate of test and examination shall be issued with all the chain pulley blocks as
specified in clause 10.2 of IS — 3832.

4.2.4 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.

5.0 PROTECTION AND PAINTING

5.1 Surface preparation and painting shall be done as per vendor's standard painting suitable for
corrosive industrial environment, unless otherwise specified in the Job Specification.

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 shall
be properly packed to 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 years 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 and their quantities shall take into account related factors of equipment
reliability, effect of equipment downtime upon production or safety, cost of parts and
availability of vendor's service facilities around the proposed location of equipment.

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

Page 730 of 4396


STANDARD SPECIFICATION No.
INSPECTION AND TEST PLAN
ENGINEERS FOR 6-81-0011 Rev. 4
ligar faleg
litreT MrIlmi.rva%NI
INDIA LIMITED
INDIA
IA Govt of India Undertaking) PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 1 of 7

taei thri- *FR- cpieldi ar4e-


fAttaTur a trttalur 44101(di

INSPECTION AND TEST PLAN


FOR
PRESSURE VESSELS/ COLUMNS CARBON STEEL
LoC
4 14.05.2020 REVISED AND RE-ISSUED RKS SKS

3 09.09.2013 REVISED AND RE-ISSUED TKK RKS SCG DM

2 15.07.2011 REVISED AND RE-ISSUED HP SCG AKC DM

28.09.2007 REVISED AND RE-ISSUED PD RB MVKK VC

0 10.12.2002 ISSUED FOR IMLEMENTATION NKN SPS AKB GRR

Convenor Chairman
Rev. Prepared Checked Standards Committee Standards Bureau
Date Purpose
No. by by
Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 731 of 4396


STANDARD SPECIFICATION No.
INSPECTION AND TEST PLAN
FOR 6-81-0011 Rev. 4
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 2 of 7

Abbreviations:

AS / CS / SS Alloy Steel / Carbon Steel / Stainless Steel MRT : Mechanical Run Test
CEIL : Certification Engineers International Limited NDT : Non Destructive Testing
CIMFR : Central Institute of Mining & Fuel Research NPSH : Net Positive Suction Head
CE : Carbon Equivalent PO : Purchase Order
DFT : Dry Film Thickness PESO : Petroleum Explosive Safety Organization
DPT : Dye Penetrant Testing PQR : Procedure Qualification Record
DHT : De-hydrogen Heat Treatment PR : Purchase Requisition
ERTL : Electronics Regional Test Laboratory PMI : Positive Material Identification
FCRI : Fluid Control Research Institute PWHT : Post Weld Heat Treatment
HT : Heat Treatment RT : Radiography Testing
HIC : Hydrogen Induced Cracking SSCC : Sulphide Stress Corrosion Cracking
ITP : Inspection and Test Plan TC : Test Certificate
IP : Ingress Protection TPI or TPIA : Third Party Inspection Agency
IHT : Intermediate Heat Treatment UT : Ultrasonic Testing
IC : Inspection Certificate VDR : Vendor Data Requirement
IGC : Inter Granular Corrosion WPS : Welding Procedure Specification
MPT/MT : Magnetic Particle Testing WPQ : Welders Performance Qualification
MTC : Material Test Certificate
:

Inspection Standards Committee

Convenor : Mr. R K Singh

Members:
Mr. Rajesh Sinha Mr. Himangshu Pal Mr. R. Muthuramalingam (RPO Representative)
Mr. Chandrashekhar Mr. Avdhesh Agrawal Mr. P V Satyanarayana (Engg. Representative)
Mr. Mahendra Mittal

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved

Page 732 of 4396


STANDARD SPECIFICATION No.
INSPECTION AND TEST PLAN
FOR 6-81-0011 Rev. 4
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 3 of 7

1.0 SCOPE

This Inspection and test plan covers the minimum testing requirements of Pressure vessels/ Columns carbon steel

2.0 REFERENCE DOCUMENTS

PO/PR/ Standards referred there in/ Job specifications /approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER

1.0 Procedures

Hydro test, heat treatment,


Procedure
1.1 NDT, hot forming and other Documented procedures. 100% - H R
documents
Procedures
As per PR/ Purchase Procedure
1.2 Weld Plan & NDT Plan 100% - H R
Specification/ Applicable codes documents

Procedure R-Existing
1.3 WPS/ PQR /WPQ Documented procedures. 100% - H
documents W-New

2.0 Materials Procurement

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved

Page 733 of 4396


STANDARD SPECIFICATION No.
INSPECTION AND TEST PLAN
FOR 6-81-0011 Rev. 4
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 4 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Plates, pipes, Forgings,
Expansion Bellows, Fittings,
As per PR/Purchase
2.1 Fasteners, Gaskets, etc 100% Mill TC H H R
Specification
(As applicable)
(Note-3)
Internals like Demister,
As per PR/Purchase
2.2 Johnson screen, support grid 100% Mill TC H H R
Specification
etc (As applicable) (Note-4)
3.0 In process inspection
Review of test certificates,
markings Material
Materials identification for
3.1 visual & dimensional inspection, 100% clearance - H H
plates, pipes (pressure parts)
identity correlation & transfer of record
identity
Material identification for Review of test certificates, Material
3.2 forgings, fittings, fasteners, markings 100% clearance - H R
gaskets (pressure parts) Identity correlation. record
Non pressure parts (including Material test
3.3 Review of test certificates 100% W R R
internals, supports etc.) certificate
NDT Reports /
NDT of weld seam as applicable 100% H H R
Inspection of formed Films
3.4 components (cold or hot NDT (dished ends and tori-cone)
formed) 100% Inspection
on inside & outside surfaces in H H R
report
knuckle zone and edges.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved

Page 734 of 4396


STANDARD SPECIFICATION No.
INSPECTION AND TEST PLAN
FOR 6-81-0011 Rev. 4
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 5 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER

HT chart review as applicable 100% HT Chart W W R

Inspection
Test coupon as applicable 100% H H W
report
Visual & dimensional (min.
100% Inspection
thickness, profile, ovality etc ) H H H
report
inspection
100% Batch test
3.5 Welding consumable Chemical & mechanical properties W R R
certificates
Visual & dimensional inspection,
Inspection
weld edge, root gap, offset, 100% - W -
Weld edge preparation & set check list
3.6 alignment, cleanliness etc
up of pressure parts

NDT of weld edges, as applicable 100% NDT Reports - W R

Intermediate inspection of Inspection


3.7 Visual, Welding Parameters, NDT 100% - W -
welds report
4.0 Final inspection
Visual and dimensional Visual, dimensions, completeness
inspection (internals & of assembly and weld visual for Inspection
4.1 100% - H H
externals) including welds reinforcement, undercuts, Surface report
(before PWHT as applicable) defects, etc.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved

Page 735 of 4396


STANDARD SPECIFICATION No.
INSPECTION AND TEST PLAN
FOR 6-81-0011 Rev. 4
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 6 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Each Inspection
4.2 PMI (AS/SS components) Chemical check W RW
component report

4.3 Pneumatic test of RF pads Leak check 100% Test report - W R

Trial assembly of internals and


Dimensions, completeness of Inspection
4.4 column/vessel sections as 100% - H W
assembly and alignment report
applicable

PWHT as applicable 100% HT chart W R


4.5
Inspection of completed welds
NDT Reports /
NDT as applicable 100% - W R
RT Films
Hardness check on all welds, 100% Inspection
4.6 Hardness - W RW
HAZ as applicable report
Production test coupon as As per Inspection
4.7 Production test coupon testing - H H
applicable spec/drg. report

4.8 Hydrostatic test Leak check 100% Test report - H H

5.0 Template Inspection


Foundation Template & Visual & Dimensions, Orientation Inspection
5.1 100% - H H
Gauge plate inspection markings report
6.0 Painting

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved

Page 736 of 4396


STANDARD SPECIFICATION No.
INSPECTION AND TEST PLAN
FOR 6-81-0011 Rev. 4
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 7 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Visual inspection (after surface
preparation and final painting for Inspection
6.1 Final painting 100% - H -
workmanship, uniformity) DFT report
check
7.0 Documentation and IC

Final stamping, review of IC /


Verifying stamping details and
7.1 inspection documents and 100% Inspection - H H
review of inspection documents
issue of IC reports
Verification & compilation of
Final
7.2 Final documents as per PR inspection & test records for 100% - H H
dossier
submission to customer

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)),
R-Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable):


1. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be
applicable. (Unless otherwise agreed upon)
2. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.
3. Third Party Certifications shall be as per EN 10204 Type 3.2 for CS Plates (NACE/H2/HIC), Forgings, Fittings and Expansion Bellows and TPIA
shall be arranged by supplier. Certifications shall be as per EN 10204 Type 3.1 for Pipes, CS Plates (non-NACE/H2/HIC), Gaskets and Fasteners.
4. Inspection of Internals shall be as per EIL Std ITP no. 6-81-0060.
5. For EPC jobs, all inspection shall be carried out by TPIA, unless notified otherwise.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved

Page 737 of 4396


DOCUMENT No.
LIST OF DRAWINGS & B471-046-16-43-LL-6001
DOCUMENTS Rev 0
Page 1 of 6

GAIL (INDIA) LIMITED

LIST OF DRAWINGS & DOCUMENTS-PIPING

PROJECT : SETTING UP OF TWO LPG MOUNDED


BULLETS AT GANDHAR LPG PLANT
OWNER : GAIL
CONSULTANT : ENGINEERS INDIA LIMITED
JOB NO. : B471

0 06.01.2022 ISSUED FOR TENDER AG PK SU


Rev. Prepared Chkd Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 738 of 4396


DOCUMENT No.
LIST OF DRAWINGS & B471-046-16-43-LL-6001
DOCUMENTS Rev 0
Page 2 of 6

S.NO. TITLE DOCUMENT NO. Rev No

SCOPE OF WORK
B471-046-16-43-SOW-
1. Piping Scope Of Work And Supply 0
6001
JOB SPECIFICATION & STANDARDS

B471-999-16-43-EDB- 1
1. Engineering Design Basis Piping
1001

2. Piping Material Specification B471-6-44-0005 0

Job Specification for Non Destructive


3. B471-6-44-0016 0
Examination Requirement of Piping
4. Valve Material Specification B471-6-44-0006 0
Specification for Insulating Gasket B471-046-16-43-SP-
5. 0
Assembly. 0001
Specification for 3D Modelling by B471-046-16-43-SP-
6. A
LSTK contractor 0002
B471-046-16-43-ATR-
7. Additional Technical Requirements A
6001

INSPECTION & TEST PLAN

Inspection & test plan for welded Pipes 6-81-0002 5


1.

Inspection & test plan for seamless


2. 6-81-0003 5
Pipes

3. Inspection & Test Plan for Valves 6-81-0004 6

Inspection & test plan for forged,


4. 6-81-0005 8
seamless and welded Fittings

Inspection & test plan for Flanges,


5. 6-81-0006 5
Spectacle Blinds And Drip Rings.

Inspection & test plan for Bolting


6.
6-81-0007 4
Material

7.
Inspection & test plan for Gaskets 6-81-0008 4

8. Inspection & test plan for insulating 6-81-0102 3

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 739 of 4396


DOCUMENT No.
LIST OF DRAWINGS & B471-046-16-43-LL-6001
DOCUMENTS Rev 0
Page 3 of 6

S.NO. TITLE DOCUMENT NO. Rev No


joints

Inspection & Test plan for Sample


9.
6-81-0132 3
Coolers

10.
Inspection & Test plan for Strainers 6-81-0133 3

Inspection & Test plan for Hose & Hose


11.
6-81-0135 3
Coupling

EIL STANDARDS

1. Stub-in standard 7-44-0032 5


2. Details Of Mitered Elbows 7-44-0033 6
Chain Operation Attachment for ANSI
3. 7-44-0050 5
Valves (150#, 300#, & 600#)
Standard For Spacers And Blinds > 26”
4. 7-44-0162 5
(150#, 300#, & 600# FF)
Temporary strainer RF (all ratings), FF
5. 7-44-0300 6
125# - 300#.
T-strainer type-1 2" - 4" (150CL RF, 300
6. 7-44-0303 6
CL RF and RTJ, 600 CL RF and RTJ)
T Strainer Type-1 6”-24” (150# RF,
7. 7-44-0304 7
300# RF and RTJ, 600# RF and RTJ)
Vents & Drains (On Lines 1.5" And
8. 7-44-0350 5
below)
Vents & Drains (On Lines 2.0" And
9. 7-44-0351 5
Above)
Orientation of Orifice Tap (600# &
10. 7-44-0352 5
below)
11. Well installation 7-44-0353 5
12. Pressure Tapings 7-44-0354 5
Welding Of Pipe With Different
13. 7-44-0476 5
Thickness
14. Butt Welding End Preparation 7-44-0477 5
15. Fillet Weld Details 7-44-0478 5
Welding Details Of Branch Connections
16. 7-44-0479 5
(not breaking into)
17. Butt Weld Details (dimensions) 7-44-0480 5
18. Butt Weld Details (sequence of welds) 7-44-0481 5
Welding Details Of Branch Connections
19. 7-44-0482 5
(Stub-In)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 740 of 4396


DOCUMENT No.
LIST OF DRAWINGS & B471-046-16-43-LL-6001
DOCUMENTS Rev 0
Page 4 of 6

S.NO. TITLE DOCUMENT NO. Rev No

20. Branch Connection (Breaking In To) 7-44-0483 5


21. Branch Connection (Not Breaking In To) 7-44-0484 5
Field Manufacture Of Concentric
22. 7-44-0485 5
Reducers
23. Tolerances For Field Fabrication 7-44-0486 5
Method Of Cutting And Dimensions Of
24. Field Manufacture Of Eccentric 7-44-0487 6
Reducers
Clearance Requirements for Orifice
25. 7-44-0504 4
Flange Instrument Piping
26. Piping Support Standards*** -------- -

EIL SPECIFICATIONS

Standard Specification For Fabrication 6-44-0012 5


1.
& Erection Of Piping
Standard Specification For Inspection,
Flushing And Testing Of Piping 6-44-0013 5
2.
Systems
3. Piping specification for package units 6-44-0015 1
Standard specification for fabrication of
4. 6-44-0018 1
piping spools
Standard specification for hot tapping
5. 6-44-0021 0
on piping
6. Technical Notes for Pipes 6-44-0051 7

7. Technical Notes for Valves 6-44-0052 7


Technical Notes for Flanges, Spectacle
8. 6-44-0053 7
Blinds And Drip Rings
Technical Notes for butt welded, socket
9. 6-44-0054 7
welded and screwed Fittings
10. Technical Notes for Gaskets 6-44-0056 6

11. Technical Notes for Bolts & Nuts 6-44-0057 5


Technical Notes for Hose & Hose
12. 6-44-0064 2
Coupling

13. Technical Notes for Strainers 6-44-0067 2


Standard specification for hot insulation
14. 6-79-0026 0
of vessels, piping and equipment

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 741 of 4396


DOCUMENT No.
LIST OF DRAWINGS & B471-046-16-43-LL-6001
DOCUMENTS Rev 0
Page 5 of 6

S.NO. TITLE DOCUMENT NO. Rev No


Standard specification for positive
15. material identification (PMI) at supplier’s 6-81-0001 3
works
Standard specification for application of
16. torque and hydraulic bolt tension for 6-76-0002 3
flange joints
Specification for quality management
17. 6-78-0001 2
system requirements from bidders
Specification for documentation
18. 6-78-0002 2
requirements from contractors
Specification for documentation
19. 6-78-0003 2
requirements from suppliers
Welding Specification for fabrication of
20. 6-77-0001 4
piping
Standard specification for positive
21. material Identification (PMI) at 6-82-0002 4
construction sites
Standard specification for colour coding
22. 6-82-0003 3
for piping material
Standard specification for tape coating
23. 6-79-0011 2
for underground steel pipelines
DRAWINGS

1. Plot Plan B471-000-81-45- ….


00001**
DATASHEETS

1. B471-046-16-43-DS-
Datasheet for Strainers 0
6001
2. Datasheet for Hoses And Hose B471-046-16-43-DS-
0
Couplings 6002
3. B471-046-16-43-DS-
Datasheet for Insulating Joints 0
6003
4. Datasheet for Insulating Gaskets B471-046-16-43-DS-
0
Assembly 6004

SKETCHES
Scope Drawing for piping & hook-up of B471-046-16-43-SK-
1. 0
LPG mounded storage 0001
SUB VENDOR LIST

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 742 of 4396


DOCUMENT No.
LIST OF DRAWINGS & B471-046-16-43-LL-6001
DOCUMENTS Rev 0
Page 6 of 6

S.NO. TITLE DOCUMENT NO. Rev No

B471-046-16-43- 0
1. Sub Vendor List (Piping)
VL-6001

VENDOR DATA REQUIREMENTS


B471-046-16-43-VDR- 0
1. Vendor Data Requirement-Piping
6001
MANDATORY SPARES
Piping Mandatory Spares For Above B471-046-16-43-MS- A
1.
Ground Works 6001

Notes:

** Plot plan is attached elswhere in the tender docccument. Execution shall be as per latest
revision of plot plan.

*** Shall be given to successful bidder.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 743 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 1 of 25

GAIL (INDIA) LIMITED

PIPING SCOPE OF WORK AND SUPPLY

PROJECT : SETTING UP OF TWO LPG MOUNDED


BULLETS AT GANDHAR LPG PLANT

OWNER : GAIL INDIA LIMITED

PMC : ENGINEERS INDIA LTD.(EIL)

JOB NO : B471

0 03.01.2022 ISSUED FOR TENDER AG PK SU


Rev. Prepared Chkd Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 744 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 2 of 25

1.0 GENERAL

M/s GAIL (India) Limited, a Maharatna PSU and India's flagship Natural Gas
Company is integrating all aspects of the Natural Gas value chain (including
Exploration & Production, Processing, Transmission, Distribution and Marketing)
and its related services.

GAIL India Limited, Gandhar is producing LHC (LPG, PROPANE & SBP)
products. For storage of these products different storage facilities are available.

GAIL intends to set up two LPG mounded bullets of 300MT holding capacity at
its Gandhar LPG plant premises.

Engineers India Limited (EIL) has been entrusted by GAIL (India) to provide
PMC services for setting up of two LPG mounded bullets and integrate with the
existing LPG mounded bullets and associated pumping facilities.

1.1 Definitions wherever used in the present document, unless otherwise specified,
the following terms will have the meanings as indicated against them.

AMENDMENTS: Documents issued after the issue of the TENDER which add,
delete or modify the scope of services and supplies of the Contractor.

BEDP: The basic engineering design package consisting of the set of


documents defining the basic design of facilities to be provided for the project.
These are included in the TENDER.

TENDER: The enquiry document defining the facilities to be provided and


asking for bids to execute the project.

OWNER: Client on behalf of whom the plant is being set up, namely, M/s GAIL
(GAIL India Limited)

PMC: Project Management Consultant

CONTRACTOR: The contractor that shall quote for the tender.

EPC: Engineering, Procurement and Construction

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 745 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 3 of 25

2.0 PIPING SCOPE OF WORK & SUPPLY

2.1 The piping scope of work envisaged under this tender broadly consists of but
not limited to the piping work associated with design, supply, fabrication,
installation, testing, hook-up and commissioning of piping, instruments etc for
setting up of two 300MT LPG mounded bullets along with associated facilities.
Contractor shall carry out the detail engineering and prepare drawings &
documents approved for construction in accordance with requirements of P&IDs
including Plot Plan, Engineering Design Basis (B471-999-16-43-EDB-1001),
Piping scope drawing, additional technical requirements-Piping, Standard
Specifications, Standards Drawings, codes and any other document attached
elsewhere with contract document in providing final details for all the Piping
Layout, design, detailed engineering and associated work for the various
facilities covered under this contract.

The requirements contained in the Process package, specifications, drawings,


documents etc. enclosed with the bid document are minimum requirements
which the contractor shall follow. In case of any discrepancy between various
drawing/document most stringent condition shall be followed.

In the absence of any Standard/Specification/Codes covering any part of work


covered in this tender document, the instruction of Engineer-In-Charge shall be
binding on the contractor.

2.2 The Contractor’s scope of works shall include complete design, detail
engineering, preparation of Piping Drawings / documents,3D modelling, supply,
procurement and transportation of all materials and consumables as per
attached standard and specifications, deploying positive material identification
instruments at construction site (if required) and vendor works , flexibility
analysis, pipe supporting, fabrication, laying/erection at all heights, hydro
testing/pneumatic testing maintenance provisions as required, chemical
cleaning, testing, flushing, commissioning and pre-commissioning including
drying, complete in all respects, of all piping in accordance with the Bid
Documents which will result in successful, commissioning and operation.
The CONTRACTOR's scope shall also include painting and insulation, of piping
& Pipe supports as per the P&ID's, line schedule and specifications, and also
obtaining all statutory approvals and clearance wherever applicable.

2.3 Supply, design, fabrication and installation of pipe supports are in contractor’s
scope of work. Contractor shall develop piping support drawings and submit the
same to Owner/EIL for review.

2.4 Site survey to assess the extent of works required w.r.t. installation of new
piping/equipments/facilities, integration / hookup with piping system.

3.0 CODES & STANDARDS

3.1 All piping shall be designed as per ASME B31.3 & EIL specifications contained in
the Bid Package. Bullet design and installation shall follow guidelines mentioned
in OISD-STD-150. Also vendor work supplies and fabrication shall comply with
all codes and standards. Where the Job Specification stipulates requirements in

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 746 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 4 of 25

addition to those contained in the Standard Codes & Specifications, these


additional requirements shall also be satisfied. In the absence of any
Standard/Specification/Codes covering any part of work covered in this tender
document, the instruction of Engineer-In-Charge shall be binding on the
contractor

4.0 DETAILED PIPING ENGINEERING SCOPE

4.1 Following minimum drawings and documents shall be prepared by the


CONTRACTOR and submitted to OWNER/EIL for review/information for
execution of piping works.

- Preparation of General Arrangement Drawings in plans, elevations, and sections,


with all trenches, monorails, hoist, vendor data incorporated. Approaches and roads
around drop out areas, maintenance areas and construction requirements clearly
marked.

- Key Plan and Area Division.

- Isometrics

- Nozzle Orientation for all Equipments/Tanks showing all nozzles.

- Specification for flexibility analysis and flexibility Analysis reports.

- Engineering Data/sketches for other miscellaneous items.

- Quality Plan for piping activities.

- Bolt Tensioning Specification, Bolt Torquing Specification.(If applicable)

- Special support drawings and pipe support cleats on Equipment. Pipe support
standards/drawings that cover entire piping.

4.2 Contractor shall follow EIL PMS (B471-6-44-0005) and VMS (B471-6-44-0006).
Any service/size/item not available in EIL PMS & if it is required for successful
commissioning/operation of plant, contractor shall develop the PMS/VMS &
submit for approval.
While updating/adding, practices followed in EIL PMS shall be followed. The
updated Piping Material Specification shall give necessary details in the format
used in enclosed PMS. These details shall be given for piping components like
pipe, flanges, fittings, valves, studs/nuts, gaskets, strainers etc. and shall
include, but not limited to the following:

 Size range, Temp./Pressure range


 Dimensional Standard, material description
 Schedules, ends, ratings, facing, finish
 Branch tables

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 747 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 5 of 25

 Standard and specific notes


 Service description in full in each piping class details
 Other applicable codes and standards

All calculations for pipe thickness are to be submitted along with the updated
Piping Material Specification for piping classes not covered in the enclosed EIL
PMS.
For sizes not covered in the detailed specification, contractor to do the pipe
thickness calculations as per the criteria given in Piping design basis.
Pipe wall thickness shall be calculated for all combinations of pressure-
temperature and highest thickness shall be selected. For lines where thickness
is to be calculated for actual line pressure-temperature conditions (as per
criteria given in piping EDB), thickness shall be selected at that combination of
pressure-temperature, which results in maximum calculated thickness.
Proper corrosion allowance and mill tolerance shall be considered while
selecting nominal thickness. All pipes (seamless & welded) shall have uniform
negative wall thickness tolerance of 12.5% for wall thickness calculations
purpose. While submitting thickness calculations for review, these aspects shall
be demonstrated by contractor with documents. Pipe thickness shall be as per
ASME B31.3. Contractor shall accordingly update PMS.
Thicknesses given in the enclosed Piping Material Specifications are minimum
& cannot be lowered. Any upward revision in the thickness as a result of pipe
wall thickness calculation carried out by the contractor shall be accommodated
by the contractor at no extra cost or schedule impact. Updated PMS shall also
reflect all the necessary Piping Classes. All additions in the PMS shall be
consistent with the given parameters and specifications and in no case inferior
to the items already covered therein. Necessary changes shall be carried out by
the contractor in all relevant documents from consistency point of view.

Any change to contractor’s proposal for updation during OWNER/OWNER’S


REPRESENTATIVE review shall not entitle contractor to claim extra cost or
schedule extension.

4.3 Contractor shall follow EIL Welding specification attached in tender.

4.4 "AS BUILT" GADs, Isometrics , 3D model, Nozzle Orientation, Equipment


Layout, different view elevations, Key-plan, Area Division Plan, Special support
etc.

4.5 The scope of work shall be read in conjunction with the standard specification
for fabrication and erection of piping (6-44-0012).

4.6 Contractor to make sure to the extent possible that all Drain Leg flanges shall
have minimum clearance of 300 mm from FGL (Finished Grade Level) & all pipe
flanges shall have minimum clearance of 500 mm from FGL.

4.7 Final Piping Bill of Materials / Material Summary. Final Support material
Summary.

4.8 Procedure for stress analysis outlining methods and scope of stress control.
Pipe flexibility calculations shall conform to ASME 31.3 and associated codes of
practice. The procedure shall clearly highlight the various possible cases.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 748 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 6 of 25

4.9 Stress index of critical line list. Sketches for stress analysis and
calculations/reports of all lines as per stress index.

4.10 Contractor shall generate special support drawings with “Teflon pads” for piping
to be supported on top of the mound to stop the cathodic protection currents
leakages to any support/pipe. Generated special support drawings shall be duly
approved by GAIL/EIL. Pads must possess necessary UV resistance to
withstand outdoor atmosphere.

4.11 Contractor shall use bulk material control system. The system shall be capable
of monitoring and controlling all phases of the piping procurement cycle from
enquiry requisition through to delivery on SITE, including shortages and surplus
reports. At the time of handing over the inventory, Contractor shall provide
materials as per the mandatory spares for the piping items.

4.12 Contractor is suggested to conduct site survey to understand the site conditions,
construction front, terrain, available approach and available space etc.

5.0 PIPING FOR CONSTRUCTION

5.1 Fabrication including prefabrication, lifting, laying, erection, bolt tensioning, bolt
torquing, supporting and installation, pre and post weld heat treatment,
inspection, non-destructive examination including radiography and hydrostatic
test, water / steam flushing, air drying, and other testing of piping installations,
above and below ground. Installation of all valves and other miscellaneous in
line / on line items is also included. Open ends of piping valves shall be
protected with wooden blanking plates securely fastened with wire or by plastic
insert plugs.

5.2 Transportation of personnel and required piping materials (as described in


CL.5.2.1), pipe support materials (as described in CL.5.4) & all other necessary
piping materials from owner's storage point or Contractor's storage point (in
case of Contractor's scope of supply) to work site/shop including raising store
requisitions for issue of materials in the prescribed format & maintaining an
account of the materials received from owner's stores & reconciliation of all
Owner supplied free issue materials.

5.2.1 Piping materials include the following but is not limited to the same:

a) Pipes (All sizes, types and schedules)


b) Flanges (All sizes, types and Pressure ratings)
c) Fittings (All sizes, types and schedules)
d) Valves (All sizes, types and ratings)
e) Gaskets (All sizes, types and ratings)
f) Studs, Nuts or M/c Bolts (all types)
g) Specialty items like Springs (All types), Snubbers, Expansion joint /
Bellows (All types), Sample coolers, injection nozzles, MOVs, strainers,
sight glasses, spray nozzles, air traps, steam traps hoses etc.
h) Online instruments like control valves, SDVs, ROSOVs, orifice flanges,
restriction orifice, rotameters, safety valves, pilot operated safety valves,
rupture disc, Annubar, magnetic flow meter etc.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 749 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 7 of 25

i) Installation of silencers, traps, strainers, ejectors, sight glasses, sample


coolers, insulating joints and online instruments.

5.3 Shop & field fabrication and erection of piping in accordance with documents
listed under CL. 6.0 i.e., 'BASIS OF WORK' including erection of all piping
materials enumerated above.

5.4 Fabrication and erection of pipe supports like shoes, saddles, guides, dummy
pipes, stops, anchors, clips, cradles, hangers, turn buckles, special supports,
supporting fixtures, brackets, cantilevers, lubrite /graphite/PTFE low friction
pads, roller supports, struts, tee-posts, including erection of spring supports,
expansion bellows, steam and condensate manifolds and sway braces.

5.5 Site Fabrications of piping items including but not limited to the same:

a. Fabrication of piping specials like special radius bends, reducers, miters,


etc.

b. Fabrication of plain and threaded nipples from pipes as required during


erection

c. Fabrication of swage nipples as and when required.

d. Fabrication of flanges, reducing flanges, blind flanges, spectacle blinds,


crosses, jump overs etc. as and when required.

e. Fabrication of circular pipe for, fire water lines, utility lines at all levels and
elevations.

f. Fabrication of stub in connections with or without reinforcement.

g. Grinding of edges of pipes, fittings, flanges, etc. to match mating edges


of uneven/different thickness wherever required as per specifications
including bevelling of plain end pipes.

h. Fabrication of chain operation arrangement of chain operated valves


including chain of required length as per EIL std. 7-44-0050. All material
required for this modification shall be supplied by contractor.

i. Extension of valve stem, locking arrangement of valves etc wherever


required.

j. Threading of all small bore piping as per piping material specifications.

k. Drilling on blind flange for inserting / joining small bore lines.

l. Fabrication and welding of reinforcement pads at branch pipe locations


wherever required.

5.6 Chemical cleaning shall be performed as per applicable specification attached in


the tender, the scope shall be considered from marked up P&ID with related

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 750 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 8 of 25

lines, equipment highlighted. Supply of chemicals, consumables, DM water,


equipment boilers and the resting equipment required for chemical
cleaning/pickling of lines is also in contractor scope.

5.7 Modifications like providing additional cleats for extension of stem of valve,
locking arrangement of valves, providing chain operation facility etc. as and
when required. All materials required for these modifications shall be supplied
by the contractor.

5.8 Obtaining approval from statutory authority, for drawing prepared by contractor
wherever required as per instructions of Engineer-in-charge.

5.9 Non-destructive examination / testing (e.g. Radiography. Stress relieving dye-


penetrant test, magnetic particle test, wet fluorescent magnetic particle test etc.)
as per Job Specification for Non Destructive Examination Requirements of
Piping Specification No.B471-6-44-0016. Digital radiography shall be done as
per the job specifications (shall be given to successful contractor). In addition to
this, welded reinforcing pads shall be pneumatically leak tested.

5.10 Fabrication and erection of small structures/ platforms for pipe supports and
valve operation / attending some instruments etc., providing brackets from
heater structure and other structures for pipe supports, modification / extension
of platforms, providing additional platforms / ladders for improving / providing
accessibility, including supply of necessary materials.

5.11 Inspection, Flushing and testing of all piping systems as per Standard
Specification for Inspection, flushing and pressure testing of erected piping
systems No. 6-44-0013. The accessories required for blinding the line like
flange, blind flange, gasket (all sizes, type and rating), stud-bolts, flexible hoses
etc. are to be arranged by the Contractor. During flushing the discharged water /
air shall be drained / routed as directed by the Engineer – In Charge.

5.12 Fire Fighting System (Above Ground, in RCC trenches and underground)

a) Firewater CS piping & foam piping above ground shall be fabricated/


erected/ tested etc. as per normal above ground CS piping.

b) Refer elsewhere in the tender document i.e. Structural/ Civil section for the
following :-

i) Supply & installation of fire fighting equipments viz. double headed


hydrants, landing valves, hose cabinets, portable fire extinguishers, first
aid hose reel, spray nozzles etc on the Fire water system.

ii) Procurement, supply, fabrication, erection of the above ground


Galvanized Sprinkler Fire water system (as per FW P&ID) including the
testing of the piping systems.

5.13 Refer elsewhere in the tender document i.e. Structural/ UG Civil section for the
details regarding the procurement / supply of G.I above ground piping,
preparation of engineering details and fabrication.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 751 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 9 of 25

5.14 Providing brackets from structures for pipe supports; modification / extension
of platforms, providing additional platforms / ladders for improving / providing
accessibility.

5.15 Wherever piping class breaks of high pressure/ low pressure are involved, the
high pressure circuit shall be tested up to piping class spec break and the low
pressure circuit shall be done up to the nearest flange of high pressure piping.

5.16 Providing insert plates with anchor fasteners in concrete structures / paved
floors, openings for pipes in floor and repair of platform gratings around pipe
openings and providing suitable members for support under the platform
grating. Materials required for above are in Contractor’s scope of supply.

5.17 Hydraulic bolt tensioning & torquing shall be performed on flange joints as per
the requirements specified in “Specification for application of Torque & Hydraulic
Bolt Tension for flange joints” (6-76-0002). For determining the lines requiring
torquing as per clause 5.1.2 of 6-76-0002, PMS class shall be referred wherever
sizes / piping class are not covered in this specification, the same shall be
furnished to successful contractor.

5.18 Contractor shall follow the welding specification charts B471-000-6-41-WSC-


0002 Rev.0.

5.19 Contractor shall prepare welding specifications for all weld joints where
dissimilar welding to be performed, and obtain approval from EIL.

5.20 Contractor scope shall include electrical tracing as per P&ID and shall be done
as per specifications attached elsewhere.

5.21 Casting of concrete pedestals and fabrication and erection of small structures
for pipe supports including supply of necessary materials.

5.22 Providing stiffeners for all small bore (1.5” and below) branches wherever
required. As a rule, for all lines in 600# & above classes, lines having two phase
flow and lines having Pulsating flow such as discharge of reciprocating
compressors & reciprocating pumps, all small bore branches, e.g. vents, drain,
orifice taps, pressure tappings, temperature tapings, sample connections, PSV
inlet, TSV inlet etc. shall be provided with 2 number stiffeners at 90º to each
other from the main pipe to impart adequate stiffness to the branch connection.
The stiffeners shall be made of 6mm thick flats of material equivalent to the pipe
material. Further , irrespective of line rating, the stiffeners shall be provided for
all orifice taps, all small bore tappings from PSV inlet / outlet lines and all small
bore tappings from Control Valve manifolds, and all small bore branches from
pump and compressor suction & discharge lines, e.g. Vents, drain, orifice taps,
pressure tappings, temperature tappings, sample connections, TSV inlet, etc.
Materials required for above are in Contractor’s scope of supply.

5.23 Contractor shall obtain all necessary work permits from Engineer-In-Charge/
Client at site.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 752 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 10 of 25

5.24 Contractor to ensure meeting all requirements for carrying out work in Shutdown
in running plant.

5.25 All piping must have high point vents and low point drains. P&ID requirements
are to be followed for the size and type of vents and drains.

5.26 Transportation and installation of all Safety valves from storage point to testing
yard and testing them (set pressure test, leak test) etc.

5.27 Dismantling/modification of already laid pipeline, if required for routing of new


lines. All necessary clearances have to be taken by contractor from client (M/S
GAIL).

5.28 Removal, Separation and disposal of insulation material, transportation of


dismantled pipe, fittings, flanges, valves, pipe supports etc. after flushing with
air/water to owne/r storage area and reconciliation of all dismantled material.

5.29 Positive Material identification during storage and before fabrication in


accordance with 6-82-0002.The instruments required for PMI is to be arranged
by the Contractor.

5.30 PMI test shall be carried out by contractor when piping loop has been cleaned
for hydrotest irrespective of PMI done at earlier stages.

5.31 Scope for mechanical completion: Fabrication, erection, flushing & testing
shall be carried out as per drawings (P&ID & GAD) and as per instruction of
engineer-in-charge. The accessories required for blinding the line with suitable
plates are to be arranged by contractor. After testing the plate, blind shall be cut
and pipe ends shall be prepared as per piping specification.

5.32 Contractor shall supply and erect structural davits or monorails for safety
Valves, ROSOVs, MOVs and wherever required as per operating conditions of
the plant, as per the requirement of Engineer-In-Charge.

5.33 Wherever bare lines require corrosion pads, the pads shall be of same
metallurgy at all required support locations as per piping design basis. Welding,
Stress relieving and Pneumatic testing of pads shall be provided by the
contractor as required.

5.34 Providing barricading wherever required to prevent hot gases affecting adjacent
work area etc., as required by EIL/GAIL.

5.35 AS BUILT: Contractor shall prepare the as-built isometrics, sketches, nozzle
orientations, GADs and get it approved by Engineer In-charge. CDs and hard
copies of as-built drawings shall be supplied as per Special Condition of
Contract. Contractor shall provide updated 3D model with all editable files
related to 3D model. Contractor shall provide as-built GADs. All the above said
works are to be completed within quoted prices and no separate payment shall
be made on this account. Contractor shall hand over all editable drawings & 3D
model after completion of the as-built work to EIL/GAIL

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 753 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 11 of 25

5.36 For specific requirements of materials to be supplied by the contractor other


than those mentioned in the technical specifications refer General condition of
contract and Inspection and testing of contractor supplied items refer special
condition of contract.

5.37 Contractor shall necessarily procure all the bulk & special piping item from EIL
approved vendors only. However, current validity, holiday status and range
of approval as per EIL enlistment letter, workload, stability and solvency
need to be verified by the CONTRACTOR with vendor before placement of
order.

5.38 Providing skilled/unskilled manpower assistance during pre-


commissioning/commissioning activities.

5.39 Pre-commissioning activities and any assistance required therein is included in


contractor’s scope but not limited to are as follows:

Typical pre-commissioning /commissioning activities to be performed by


contractor but not limited to, are as following:

a) Carry-out/Monitor water flushing followed by air drying of pipes.


b) Air blowing / card board blasting of ducts & other piping systems.
c) Dropping of control valve /MOV/Check valve/PSV flanges etc. at all elevation
and reinstatement of same.
d) Dropping of in-line piping instrument like orifice & other instrument on equipment
as required and reinstatement of the same.
e) Final box up of equipment, pipeline fittings.
f) Carry-out leak test/tightness & integrated leak test with soap solution or by other
means.
g) Installation of temporary or permanent blind, spool piece or valve for carrying
out any activities as mentioned above.
h) Attending leaks by tightening to the required torque/replacement of
faulty gaskets where necessary.
i) Cleaning strainers/filters in the pump /piping circuits.
j) Topping up of bearing oil/lube oil in rotary equipment. Flushing,
draining, cleaning and filling up of small hydraulic oil consoles, seals / tanks of
rotary equipment.
k) Hose connections/removal for flushing, blowing, drying, leak test or any other
activities.
l) Rechecking of alignments for the rotating equipment.
m) Providing skilled/semiskilled/unskilled manpower for assisting Vendor’s
representative for equipment preparation/minor repair and any other similar
activity as per the commissioning requirement.
n) Fabrication of valve keys/blinds ,Installation of locks and chains for locking of
valves.
o) Provide skilled/semiskilled/unskilled manpower for carrying out trial run of
pumps.
p) Removal of scrap to identified area and maintain good housekeeping in plant
area to maintain safe working condition at all time.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 754 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 12 of 25

q) Provide skilled/semiskilled/unskilled manpower for commissioning of safety


systems like fire hydrants, clean agent, car sealing of safety valves, blinding/de-
blinding as required.
r) Provide manpower for checking pipe hangers/supports and setting guides for
hot & cold setting.
s) To remove and reinstate inline fittings & in line small strainers etc.
t) Make scaffolding arrangement wherever required as per safety standard and
removal of the same after completion of job.
u) To carry out torque tightening works for pipe flanges and bolted fittings and
valves and any other equipment which require torque tightening.
v) The flange opening & closing also include, hot loosening for easy opening and
hot tightening during / after start up.
w) To remove and clean all type of filters and strainers. Cleaning of area / oil
spillage, after the job.
x) Dropping, cleaning by means of compressed air or water jet and re-
fixing various fixtures after inspection.
y) Cleaning and lubrication of fasteners is to be done before box-up.

Typical Tools & Tackles and Machinery:

a) Welding machine, electrodes, Gas cutters, Welding generator, filler wire, etc.
b) All rigging tools-tackles like Trailer, tractor trolley, hand trolley, chain pulley
block of different capacities, ropes, material shifting trolley/push cart for local
movement of the material.
c) Necessary hand tools like all sizes of spanner, Impact wrench, & non sparking
tools for working in explosive area/hydrogen handling unit. These tools must be
supplied along with supplied manpower.
d) Different valve key for operating valve. These must be supplied along with
supplied manpower.
e) Dewatering electric pump, temporary air compressor etc. with consumable.
f) Grinding machine with consumable.
g) Lifting tools like Hydra crane, assorted wire slings, web belts, D-Shackles, hook
chuck.
h) Wire brushes, Painting brushes, Measuring Taps & PP/Manila ropes. These can
be cash procured or supplied along with supplied manpower.
i) Aluminium Ladders.
j) Condition monitoring tools for rotary equipment.

Typical Consumables:

a) Required PPE for supplied manpower like cotton gloves, safety goggles, face
shield, gas/dust mask, ear muff/ear plugs, raincoat, heat resistant
aprons/jackets and any other PPE necessary for carrying out activities safely.
This is mandatory requirement and must be supplied by contractor along with
supplied manpower.
b) Temporary rubber hose, fire hose etc. for flushing / pressure testing.
c) Necessary barricaders and indication tape.
d) Grease, rustoline etc.
e) Paint for temporary mark-up.
f) Cardboard & Temporary Gasket sheet.
g) Soap Solution & Squeeze bottles.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 755 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 13 of 25

h) Pressure gauge for card board blasting, leak test or any other activity.
i) Emery papers, masking tape.
j) Marking Pencils.

5.40 In case certain equipment are required to be included as a part of piping


hydrotest / pneumatic test circuit, Contractor’s scope shall include making
necessary arrangements thereof and equipment drying after hydrotest.
Contractor shall take adequate care to ensure that no damage to equipment or
its auxiliaries take place. The rates of piping shall be inclusive of said equipment
testing and separate payment shall not be made on this account.

5.41 Other than fabrication, erection and painting of piping in the packages
Contractor shall also facilitate the work of different other package vendors for
successful mechanical completion.

5.42 Hook-up points shall be very clearly identified with proper stenciling at site on
the adjacent structure & on the pipes. All hook-ups with the existing piping
system shall be hydrotested upto the nearest isolation valve/ flange. In case it is
not feasible to hydrotest as stated above, then philosophy of golden joints may
be adopted, which will be done only at the discretion of Engineer-In-Charge.

5.43 Contractor shall also coordinate and liaison with respective package vendor for
any ambiguity in engineering and design inputs. The contractor shall also make
necessary coordination for successful erection of these items.

5.44 Contractor shall be also responsible for flushing systems and install initial
charge of filler consumables lubricants (for e.g. API Plans in Pumps).
Contractor shall dispose all flushing oil in accordance with Owner’s instructions.

5.45 Contractor shall carry out removal of all temporary support, bracing or other
foreign objects that were installed in vessels, piping or other equipment to
prevent damage during shipping, storage and erection and repair any damage
sustained.

5.46 If any aboveground line is taken to underground then necessary coating &
wrapping of the underground line shall be done as per document no. 6-79-0011.

5.47 The contractor shall supply all testing apparatus, appurtenances and fittings and
the like and specialist testing fluids where required.

5.48 The contractor shall arrange suitable numbers of PMI equipment at site to
enable Owner/PMC to verify the bulk piping material supplied.

5.49 The contractor shall execute all mechanical jobs identified during Owner/
Consultant/ Statutory agencies check list, technical audits, pre-commissioning
and commissioning, including additional supports required to restrain pipe
movement avoiding interference with nearby structural/piping.

5.50 Development of a system base for Mechanical completion in agreement with


EIL and hand over of sections of the work. The contractor shall adopt Owner’s
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 756 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 14 of 25

requirements regarding sequence of system completion and hand over. All units
shall be completed as one system within the battery limit.

5.51 Installation of any necessary blind or additional valving not identified on P&ID’s
to isolate lines to facilitate phased commissioning and start-up.

5.52 Testing of welded/flanged joints not subjected to hydro testing.

5.53 Contractor’s scope also includes joint measurement wherever required.

5.54 Contractor shall clear off all temporary arrangements, sheds, and materials
arranged by him after execution of the project and ensure proper disposal of the
same.

5.55 Contractor shall arrange for the inspection of the works by the concerned
statutory authorities and will undertake necessary coordination and liaison
required and shall not be entitled to any extension of time for any delay in
obtaining such approvals. Any deficiencies as pointed out by any such authority
shall be rectified by the contractor within the scope of supply and/or work at no
extra cost.

5.56 Any damage to Painting and insulation on the existing equipment and piping
shall be made good by the Contractor. The EIL specifications for Insulation &
Painting shall be followed in such cases.

5.57 Any damage to existing structure and services due to upcoming of new plant
shall be repaired, replaced, tested and commissioned by the contractor without
any extra cost.

5.58 Any road widening, modification of existing structure to enable transport of


equipment and tools for erection at site, the same shall be done by the
contractor at no extra cost. The work shall be carried out in consultation with
Owner/PMC. Any permits required for the same shall be obtained by the
contractor.

5.59 The entire threaded high pressure/high temperature instrument tapping and
critical service tapping, shall be seal welded by the contractor.

5.60 Any other incidental/ intermediate/ ancillary or any enabling work not
specifically mentioned in any specification but required to complete the work.

5.61 Hot tapping/Hot works/ Cold tapping for hook ups modification shall be provided
as per owner requirement. Site preparation for hot work including cleansing oily
sludge storm water channel.

5.62 HOOK–UP OF ALL THE TIE-IN POINTS.

a) The Contractor shall identify the exact location of the hook-up as per piping
drawings/sketches by checking/marking exactly w.r.t site conditions and
thereafter plan to execute the hook-ups. In the absence of the availability of the
piping details at the hook-up locations, the contractor can remove insulation (if
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 757 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 15 of 25

any) of existing lines at these hook-up locations with prior approval from
Owner/Engineer-in-charge for finding out the details of existing piping , in order
to ascertain material, size, rating etc. Insulation shall be put back properly by
contractor after ascertaining of piping details. Insulation material, scaffolding etc
and whatever is required shall be in the scope of contractor.

b) Hooking-up with existing systems wherever required as per the directions of the
engineer-in-charge. Hot tapping/Hot work requirements of refinery/plant shall be
followed wherever hot work is directed/ required.

c) All the necessary materials and hot tap fittings, if required, for the hot tapping is
in the scope of the contractor and shall be arranged by the successful contractor
upon award of contract. The material selected for the job shall be such that it
shall withstand the design conditions of the piping. The proposed scheme of the
hot taping shall be clearly defined by the contractor in the technical part of the
bid. EIL/GAIL decision in hot tapping shall be final and binding on the contractor.
Preparation of safe approaches by filling soil / sand bags /sleepers / wooden
blocks and provision of scaffoldings for crane/machinery/personnel to the
hot-tapping locations/escape route for any emergency including providing of the
skilled manpower for the above listed activities and as required by EIL/GAIL is in
the scope of contractor.

d) In cases where a new pipe is being hooked up with an existing piping system,
the hydrotesting of associated existing piping may be required. In all hook-ups
with the existing piping the system shall be hydro tested upto the nearest
isolation valve / flange. In case it is not feasible to hydro test as stated above
then philosophy of golden joints (i.e. 100% radiography) may be adopted.
However this will be done only at the discretion of engineer in charge.

e) Shop/site fabrication, erection and welding of piping including flushing and


hydrostatic testing, any other test etc. complete with all fittings, in line
instruments etc.

f) Carrying out radiography, DP/MP test, hydrostatic, pneumatic, vacuum and


other tests including existing piping .

g) Meeting all the safety requirements for carrying out the work in the Shutdown /
Running plant. Shutdown is not planned, but in case of shutdown, the contractor
shall do detailed planning & all back-up activities so that the shut-down activities
can be minimized for reducing the shut down duration. Prior to shutdown /
taking up the hook-up activities the contractor shall ensure the following:-

i. Contractor shall pre-fabricate to the maximum possible extent.


ii. The field welds, adjustment welds shall be kept to a minimum.
iii. Pre-fabricated parts along with loose piping components shall be tagged
and kept properly. Based on the actual material requirements, contractor
shall prepare shortage as well as surplus material list and provide the same
to Owner/ EIL for necessary action.
iv. Contractor shall make field engineering team which shall mark all the hook-
up Points and paint the lines / part of these lines with the agreed colors that
require dismantling.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 758 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 16 of 25

v. The drawings/sketches provided by the Owner/ EIL shall be verified by the


Contractor as per actual site conditions before taking up prefabrication.
Existing nozzle flange type, rating etc. shall also be checked.
vi. Temporary supports required for the dismantling works shall be
prefabricated to the extent possible.
vii. Welding for prefabrication of hook-ups, Non-destructive examination, stress
relieving, hardness test, insulation, painting, installation of valves for the
hook-ups, pipe supporting, reinforcement pad etc shall be treated as normal
piping work and payment for these works shall be made accordingly.

The above are specific in nature with respect to hook-up related works and
balance works, if any, necessary for the successful execution of the activities
shall be completed as per references provided elsewhere and as per the
detailed directions and supervisions of the Site-engineer in charge.

5.63 Statutory Approvals - Obtaining statutory approvals from


MPPCB/IBR/OISD/PESO or any other statutory authorities wherever required
as per instructions of Engineer-in-charge / GAIL.

6.0 BASIS FOR WORK

6.1 Process package including all documents like PFD/P&IDs, line lists, various
guidelines, Data Sheets, Equipment list, Standards and Specifications etc. by
EIL. Engineering design basis, List of document & drawing for review, Plot Plan,
piping scope drawing, Equipment layouts in process package, PMS, VMS,
Specifications, additional technical requirements related to piping item
procurement, ITPs etc. Specification/Documents as below.

a. Piping and Instrumentation Diagram (P&ID)

b. Piping Material Specification (B329-6-44-0005)

c. Valve material Specification (B329-6-44-0006)

d. Piping Support Standards

e. Line List (Line Schedule)

f. Job Specification of Non-Destructive Examination requirement of piping (B471-


6-44-0016)

g. Specification for welding charts B471-000-6-41-WSC-0002.

h. Piping standard specification for inspection, flushing and testing piping system (6-
44-0013)

i. Welding specification for fabrication of piping (6-77-0001)

j. Standard specification for hot insulation of vessels, piping and equipment


Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 759 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 17 of 25

(6-79-0026)

k. Any other EIL or other specification attached with piping material specification or
elsewhere and special conditions of the contract

l. Procedure for storage, preservation and positive identification of materials at


Contractors works/ stores.

m. Specification for application of torque & hydraulic bolt tension for flange joints (6-
76-0002). The classes/sizes not covered by this specification shall be given to
successful contractor subsequently.

n. P&ID’s for fire water system.

o. Painting, color coding, surface preparation etc. shall be as per Standard


Specification for surface preparation & protective coating doc no. B471-000-06-
41-PCS-0001

p. Vendor drawing/GAD for package units.

6.2 Following Codes, Standards and Regulations:

i. ASME B 31.3 Process Piping

ii. ASME Sec. VIII Code for Unfired Pressure Vessel.

iii. IS: 823 Code for Procedure for Manual Metal Arc Welding of Mild
Steel (for structural steel).

iv. ASME Sec. V Boiler and Pressure Vessel Code

All the codes referred above shall be of the latest edition, at the time of award of
contract.
6.3 Contractor is advised to conduct a site survey for better understanding of
location, site, approach for material movement etc.

6.4 List of deliverables mentioned in B471-046-16-43-VDR-6001 (List of


documents/drawing for review). Contractor to note that this list to be considered
as minimum requirement. Any drawing / document beyond this list related to
project if required by OWNER/EIL shall be submitted by contractor without any
time & cost implication.

7.0 SCOPE OF SUPPLY FOR TENDER (PIPING)

7.1 OWNER’S SCOPE OF SUPPLY

NIL

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 760 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 18 of 25

7.2 CONTRACTOR’S SCOPE OF SUPPLY

The procurement and supply in sequence and at appropriate time of all


materials and consumables required for the completion of the works shall be the
responsibility of the contractor and prices quoted shall be deemed to be
inclusive of such materials. The supply of these materials shall include but not
limited to the following:

a) Supply of piping items:

Material take-off (MTO) from drawing, procurement, supply and


transportation upto site of following items as per EIL specifications & from
EIL approved vendors:

i. Pipes (All sizes, types and schedules in random lengths)


ii. Flanges (All sizes, types and pressure ratings)
iii. Fittings (All sizes, types and schedules)
iv. Valves (All types including MOVs of all sizes and pressure ratings)
v. Gaskets (All sizes, types and ratings)
vi. Studs, Nuts or M/C Bolts (all types) except structural bolting.
vii. Hose and hose couplings
viii. Compact steam trap assembly
ix. Insulating Joint and Insulating Gasket assembly
x. Strainers
xi. Teflon pads (for cathodic protection current insulation) for support.

Quantities given in tender documents are tentative and contractor shall


establish the quantities from the drawings.
Suitable escalation for gasket & bolt for pre commissioning/
commissioning, cleaning, Flushing, Dropping of valves, opening of flanges
etc. shall be in contractor scope. No separate payments for such items
shall be done.

b) Spring

c) Specialty items like sample coolers, sprays nozzles, sight glasses,


corrosion probes, air traps.

d) Online instruments like SDVs, ROSOVs, Orifice flange, Annubar, Magnetic


Flow meter, Restriction Orifice, Rotameter, Safety Valve etc.

e) Pipes for supporting of Piping.


Quantities given in tender documents are tentative and contractor shall
establish the quantities from the drawings. The final payment shall be done
on actual installed quantities including spares required by client.

f) All cutting, fitting, welding, brazing, cleaning, grinding, threading tools &
tackles. All equipments (like torque wrench and hydraulic bolt tensioning
equipments) required to tighten the flange joints to desired level.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 761 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 19 of 25

g) All industrial gases such as oxygen, acetylene, inert gases, all types of
electrodes, filler wire, flux wire, brushes, etc.

h) All structural steel materials including MS flats, Bolts / Anchor fasteners,


nuts, washers, spring washer including hangers, U-bolts with nuts, clamps,
structural steel plates, angles/sections for pipe supports, rigid hangers and
all miscellaneous steel structures, graphite and Teflon pads to achieve low
friction in supports, wires, and strip for attachment of steam tracers etc.

i) Shims, wedges, and packing plates (machined wherever required).

j) All materials such as hydraulic pumps, metallic blinds, temporary gaskets


etc. and arrangement required for pressure testing.

k) Arrangement for compressed air, blinds, temporary gaskets etc. and


arrangement required for pneumatic pressure testing including suitable
compressor. Compressor for pneumatic testing shall be suitable for testing
the lines at 7 to 8 Kg/cm2g pressure

l) All materials and arrangement required for all types of non-destructive


tests such as radiography, dye-penetrant, magnetic particle, Pneumatic
Testing for reinforcement pad, PMI instruments etc.

m) Arrangement & supply of chemicals, consumables, DM Water, equipments,


boilers, coupons and other testing equipments required for chemical
cleaning, pickling & passivation of lines. The contractors shall submit his
proposed circuit which shall be duly approved by EIL.

n) All sealing and protecting materials required for protecting


materials/equipments supplied by owner/contractor.

o) Oil, grease, graphite, Teflon pads, molykote, sealing tapes, cleaning


agents including acids for cleaning of internals/packing/trough/tray etc.

p) Suitable material and water hoses for fire and safety protection as
required.

q) Chain pulley block and all other material handling equipments as per
requirements.

r) Supply of all items required for erection comprising of:


- Cranes/trailers & all other material handling equipments.
- Manually operated ground winch
- Hoisting rope
- Direction pulley on ground
- Guide pulleys
- Motor for hoisting rope, along with fixing bolts and structural support
members, as required.
- Thimble for fastening hoisting rope to lifting beam.
- Supports for ground winch and direction pulley with foundation bolts,
as necessary.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 762 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 20 of 25

- Welding/fixing of bearing brackets on the platform and support arms


on the stack.
- Structural members as necessary for supporting the guides for lifting
beam during lowering/hoisting.
- Tip lowering/hoisting guides.
- Supply of pipe (IS-1239 pipe) for handrails and chequered plates
- DM water for hydro testing
- Arrangement of electric power to complete all works under this tender
is in contractor scope.

s) All safety equipments required to conduct the job and avoid accident and
keep good housekeeping and environment.

t) Supply, fabrication, welding of hot dip galvanized plates, for earth wire lug
connection required for earthling of pipes.

u) All consumables and materials required for firefighting system other than
supplied by Owner as free issue.

v) Tape / Tape coating material for U/G piping as required.

w) Wherever valves require extended spindle, the valves have been generally
procured with extended spindle. If anywhere the same is not
procured/available then the extended spindle shall be provided by the
contractor. The arrangement for the extended spindle shall be prepared by
Contractor and submitted to Engineer-in-charge for approval.

x) All grouting material required and specified as per EIL Specification,


drawings and two sets of instructions of the Engineer-in-charge.

y) Contractor shall hand over one complete set of hydraulic bolt tensioning
Equipment and torque wrenches along with all adaptors covering all sizes
of nuts, to the Owner after commissioning of the plant. Material requisition
shall be submitted by contractor for review before procurement.

z) All tools and tackles required for assistance in pre-


commissioning/commissioning

aa) Structural steel required for modifications/ extension of platform, providing


additional platforms, ladders, jumpovers etc. to improve accessibility,
wherever required.

bb) Paints Materials etc which are under contractor’s Scope of supply will
require the approval of EIL / OWNER with necessary required tests at no
extra cost.

cc) All items required for hydro testing / blinding / deblinding / flushing etc.

dd) Safety net & Fall arrester.

ee) Cranes/farana other lifting tools required for erection


Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 763 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 21 of 25

ff) All other materials though not specified above but required for completion
of the work as per specification, drawings and instructions of the Engineer-
in-charge.

8.0 SCOPE OF WORK (PAINTING)

The scope of work broadly consists of painting of piping, inline items, pipe
supports and structural steel work for pipe supports as detailed in schedule of
rates as per drawings, Job Specification for surface preparation & protective
coating, document no. B471-000-06-41-PCS-0001, and instructions of
Engineer-in-charge.

The scope of work shall consist of surface preparation as required, selection


and application of required primers & paints on surfaces of piping, inline items
,pipe supports and structural steel work for pipe supports etc. including but not
limited to:

a) All un-insulated piping and fittings including flanges and valves (Including
providing identification marks) and Instrument impulse lines.

b) All equipment like tanks, vessels, Heat Exchangers, pumps, collection pots
etc. and other miscellaneous equipments as specified.

c) Painting of surface to be insulated as per requirement.

d) Any other surface as directed by Engineer-in-charge including all surfaces.

e) Identification, color bands on all painted surface of equipments/piping.


Color coding shall be carried out as per Job Specification for surface
preparation & protective coating, doc no. B471-000-06-41-PCS-0001. In case of
any doubt/ ambiguity on the color codes, the owner’s/EIL decision shall prevail.

f) Identification lettering/numbering on all painted surface of


equipments/piping.

g) Painting of instrument lines/Impulse line as per specification and instruction


of engineer in charge

h) Hazardous content marking/identification signs on painted surface of


equipments/piping.

i) Cleaning up the working areas regularly during the course of work for
purpose of good housekeeping as well as cleaning up the site on completion of
the work as directed by the Engineer-in-charge.

j) Providing scaffolding for all heights, all other incidental/auxiliary


/ancillary/accessories, labor, material, tools and tackles / consumables,
supervision etc. or any enabling work not specifically mentioned in the
specifications but necessary for the execution and completion of work as
envisaged in the tender document.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 764 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 22 of 25

k) Fire Water CS piping above-ground shall be painted as per specification.

l) Wherever the lines are painted; all valves, flanges and blind flanges shall
also be painted.

m) The quantum and scope of painting shall be assured by the contractor


himself based on drawings and documents such as P&IDs, Line lists, typical
drawings, hook-up drawings and other documents and specifications. However
complete painting works are necessary shall be in the scope of the contractor.

n) Repainting/ Touch up of existing paint on piping exposed/spoiled while


making hook-up or damage of piping during erection and fabrication.

o) All other incidental/ auxiliary/ ancillary/ accessory or any enabling work/


material not specifically mentioned in the specifications but necessary for the
erection and completion of work as envisaged in the tender document.

p) All structural steel work including trestles, T-supports, U portals, walkway,


hand rail, pipe support, ladder etc. as per specification.

9.0 SCOPE OF SUPPLY (PAINTING)

9.1 Owner’s scope of supply

Painting - Nil

9.2 Contractor’s scope of supply

Painting

All primers and finish paints as per painting specifications.


All equipments for surface preparation.
All consumable for surface preparation.
All equipments for paint application like brushes, spray, nozzles, spray
Pumps/blowers etc.
All equipments like dust collector, protection shield etc. for conducting the job.

10.0 SCOPE OF WORK FOR INSULATION WORKS

The scope of work shall include hot Insulation, safety insulation, of equipments,
vessels, exchangers, piping, valve & flange assemblies, instrument impulse /
lines etc. as detailed in schedule of rates and as per this document and as
per General Specification no. 6-79-0026 for hot Insulation of vessels,
piping & equipments. The insulated lines may undergo painting as per
specification no. B471-000-06-41-PCS-0001.

The work in brief shall include the following but not limited to this only:-
Scope of works includes supply/erection of insulation (hot, safety in offsite).

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 765 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 23 of 25

(i) Supply of all insulation and ancillary material like spacer-ring , stays,
asbestos millboard, lacing and binding wires, screws, bands, asbestos
felt, studs, flats, support ring clips, sealant and mastic, cement, glass
cloth, aluminum sheets/ GI sheets necessary drillings and fixing of
bolts/nuts, washers etc., wherever specified and required. All insulation
material shall be new and of approved quality with complete test
certificates and in accordance with the specifications

(ii) Application of insulation with weather proofing on vessels, columns,


Package Equipments, equipments like filters, Heat Exchangers and piping
including valves, flanges etc. and instrumentation as per specifications
and instructions of Engineer-in-charge.

(iii) Insulation of any other surface as per instruction of Engineer-in-charge.

(iv) Providing scaffolding for all heights, all other incidental/auxiliary


/ancillary/accessories, labour, material, tools and tackles / consumables,
supervision etc. or any enabling work not specifically mentioned in the
specifications but necessary for the execution and completion of work as
envisaged in the tender document.

(v) Providing besides all materials and consumables labour and supervision
required for carrying out the insulation work, all safety devices,
equipments, apparatuses, instruments etc. necessary and incidental
requirements to perform the work in workmanship and efficient manner
within the stipulated time period.

(vi) Color coding, identification of equipments, vessels, heat exchangers,


process column, piping, instruments etc. after insulation as per relevant
specification doc no. 6-79-0026 and its Addendum and instruction of
Engineer-in-charge.

(vii) Proper storage and protection of insulation material and consumables


brought to site by the contractor at all stages of work.

(viii) Providing insulation plugs and windows at all locations as per drawings,
specifications and instructions of Engineer-in-charge.

(ix) Keeping the working area clean and tidy during course of execution and
cleaning the work site to the full satisfaction of the engineer-in-charge
after completion of work.

(x) Any other incidental/intermediate/ancillary or any enabling work/materials


not specifically mentioned in the specifications but necessary for the
execution and completion of work as envisaged in the tender document.

(xi) Certain equipment and piping require chain guards, screens for personnel
protection etc. because insulation cannot be provided directly on the
equipment/ piping. Contractor shall provide the same as per approved
drawings and instructions of Engineer-in-charge.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 766 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 24 of 25

(xii) Any lines requiring dismantling of the insulation for inspection / repair /
maintenance, erection of any other equipment shall be done by contractor
and again secured back in place after completion of the subject activity.

(xiii) Any line which Owner feels requires insulation during the process of
commissioning shall also be done by contractor.

(xiv) Painting of surfaces which require painting under insulation is also in


contractor’s scope.

11.0 BASIS FOR WORK FOR INSULATION

The complete Insulation work shall be carried out in accordance with the
following:

a) ‘Approved for construction’ drawings and sketches issued by EIL to the


contractor- Layouts and GAD.

b) Drawing, sketches and documents prepared by Contractor duly approved


by Engineer-in-charge.

c) EIL specifications / Documents as below:

i) Piping and Instrumentation Diagram (P&ID).

ii) Piping support standards.

iii) Line list.

iv) Any other EIL or other specification attached elsewhere and special
Conditions of contract.

v) General Specification for Insulation 6-79-0026 and as per the scope


mentioned above.

vi) Job specification for surface preparation and protective coating


B471-000-06-41-PCS-0001.

12.0 SCOPE OF SUPPLY FOR INSULATION TENDER (PIPING)

12.1 OWNER’S SCOPE OF SUPPLY : NIL

12.2 CONTRACTOR’S SCOPE OF SUPPLY

The procurement and supply in sequence and at appropriate time of all


materials and consumables required for the completion of Insulation and
Painting (Color coding identification) works shall be the responsibility of the
contractor and prices quoted shall be deemed to be inclusive of such materials.

The supply of these materials shall include but not limited to the following:

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 767 of 4396


DOCUMENT No.
PIPING SCOPE OF WORK &
SUPPLY FOR MECHANICAL B471-046-16-43-SOW-6001
WORKS Rev 0
Page 25 of 25

a. All items required to complete Insulation (Insulation material, attachment


material, fixing materials, vapor barrier material, bolting, screws,
inspection window, structural attachment, material for color coding
identification etc.) as per EIL standards, specifications and instructions of
Engineer-in-charge.

b. All consumables and equipments which is required for job completion at


all elevations and any location.

c. All sealing and protecting materials required for protecting


materials/equipments supplied by Owner/ Contractor.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 768 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 1 of 33

ENGINEERING DESIGN BASIS


PIPING

JOB NO: B471

PROJECT: PMC Services for GAIL LPG Bullets

CLIENT: GAIL - CORPORATE OFFICE

EIL SIGNATURE:

CLIENT SIGNATURE:

ARUNACHALAM PANKAJ SUNDER


1 03/Jan/2022 Issued For Engineering
VIJAY ANAND KUMAR UJJAINWAL
ARUNACHALAM PANKAJ SUNDER
0 10/Dec/2021 Issued For Implementation
VIJAY ANAND KUMAR UJJAINWAL
Rev.
Date Purpose Prepared by Reviewed by Approved by
No.

Legend:Bold italic te xt denotes change with respect to previous revision.

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

Page 769 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 2 of 33

Table of Contents
1.0 SCOPE .................................................. 5
2.0 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS ........... 5
2.1 ABBREVIATIONS ......................................... 5
2.2 CODES & STANDARDS / PUBLICATIONS ....................... 5
3.0 GENERAL / DESIGN CONSIDERATIONS ......................... 6
3.1 EQUIPMENT LAYOUT ..................................... 6
3.1.1 BASIS OF EQUIPMENT LAYOUT ......................... 6
3.1.2 DEVELOPMENT OF EQUIPMENT LAYOUT.................. 6
3.1.3 PIPE RACK ......................................... 6
3.1.4 TOWERS AND VERTICAL VESSELS ...................... 7
3.1.5 REBOILER ......................................... 7
3.1.6 HORIZONTAL VESSELS ............................... 7
3.1.7 PUMPS ........................................... 7
3.1.8 EXCHANGERS ...................................... 7
3.1.9 AIR COOLERS ...................................... 8
3.1.10 FIRED HEATERS ................................... 8
3.1.11 COMPRESSORS AND THEIR PRIME MOVERS .............. 8
3.1.12 ACCESSIBILITY .................................... 8
3.1.13 LAYOUT AND ACCESS REQUIREMENTS FOR PLATFORM ..... 8
3.1.14 CLEARANCES ..................................... 9
3.1.15 ELEVATOR ........................................ 9
3.2 UNIT PIPING ............................................ 9
3.2.1 BASIS OF UNIT PIPING ................................ 9
3.2.2 PIPE WAYS/RACK PIPING.............................. 9
3.2.3 COLUMN / VESSEL PIPING & CONTROL VALVES ........... 10
3.2.4 EXCHANGER PIPING ................................ 10
3.2.5 FIRED HEATER PIPING............................... 10
3.2.6 PUMP PIPING ...................................... 10
3.2.7 COMPRESSOR P IPING ............................... 11
3.2.8 RELIEF SYSTEM /BLOW DOWN SYSTEM PIPING ........... 11
3.2.9 BOILER REGULATION REQUIREMENTS .................. 11
3.2.10 STEAM HEADER AND SUPPLY LINES ................... 11
3.2.11 STEAM TRACING .................................. 12
3.2.12 STEAM JACKETING ................................ 12
3.2.13 UTILITY STATIONS ................................. 12
3.2.14 ADDITIONAL REQUIREMENTS ........................ 12

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

Page 770 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 3 of 33

3.3 OFFSITE & YARD PIPING .................................. 12


3.4 TANK FARM PIPING...................................... 13
3.5 FLARE PIPING .......................................... 13
3.6 UNDERGROUND PIPING SYSTEM ........................... 14
3.7 FLEXIBILITY ANALYSIS AND SUPPORTING .................... 14
3.7.1 PIPE SUPPORTING CRITERIA & GENERAL GUIDELINES ...... 14
3.7.2 BASIC SPANS, GUIDES SPACING ....................... 14
3.7.3 SUPPORTING...................................... 15
3.7.4 CORROSION PAD REQUIREMENT ...................... 15
3.7.5 TRUNNION SUPPORTS .............................. 15
3.7.6 SUPPORTING FOR SMALL BORE LINES .................. 15
3.7.7 SUPPORTING OF COLD INSULATED LINES................ 16
3.7.8 ANALYSIS TEMPERATURE ............................ 16
3.7.9 LINES REQUIRING MANDATORY FORMAL ANALYSIS ........ 16
3.7.10 ADDITIONAL REQUIREMENTS ........................ 17
3.8 MATERIALS ............................................ 17
3.8.1 PIPE ............................................ 17
3.8.1.1 THICKNESS .................................... 17
3.8.1.2 BASIS FOR WALL THICKNESS CALCULATION ........... 18
3.8.1.3 PIPE SIZE...................................... 19
3.8.1.4 TYPE ......................................... 19
3.8.2 FITTINGS ......................................... 19
3.8.3 FLANGES ......................................... 20
3.8.4 GASKETS......................................... 20
3.8.5 VALVES .......................................... 21
3.8.6 STRAINERS ....................................... 21
3.8.7 TRAPS ........................................... 21
3.8.8 NDE REQUIREMENTS (IF NOT SPECIFIED IN PMS) .......... 21
3.9 THERMAL INSULATION OF PIPING, EQUIPMENT & VESSELS ....... 22
3.10 PAINTING ............................................ 22
3.11 WELDING ............................................ 22
3.12 MISCELLANEOUS ...................................... 23
4.0 SPECIFIC DESIGN REQUIREMENTS ........................... 23
4.1 HYDROGEN SERVICE REQUIREMENTS ....................... 23
4.2 TECHNICAL REQUIREMENTS FOR PIPING MATERIAL ............ 23
4.2.1 GENERAL ........................................ 23

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

Page 771 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 4 of 33

4.2.2 PIPES ........................................... 24


4.2.3 FITTINGS ......................................... 24
4.2.4 FLANGES ......................................... 24
4.2.5 VALVES .......................................... 25
4.2.5.1 GENERAL...................................... 25
4.2.5.2 VALVE OPERATION REQUIREMENT .................. 26
4.2.6 STRAINERS ....................................... 27
4.2.7 TRAPS ........................................... 27
4.2.8 HOSES........................................... 27
4.2.9 EXPANSION JOINTS ................................. 28
4.2.10 SUPPORTS AND SPRING ASSEMBLIES ................. 28
4.2.11 GASKETS ........................................ 28
4.2.12 STUDS, BOLTS, NUTS .............................. 29
4.2.13 SPECIAL SERVICE REQUIREMENTS .................... 29
4.2.14 INSPECTION AND TESTING .......................... 29
4.2.15 MARKING ........................................ 30
4.2.16 DISPATCH ....................................... 30
5.0 OWNER / CLIENT SPECIFIC REQUIREMENTS .................... 30

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

Page 772 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 5 of 33

1.0 SCOPE

The Design Basis briefly covers the basic requirements for the design of Piping systems for
Setting up of Two LPG bullets at Gandhar LPG plant Premise covered by ASME B31.3.
These shall be adhered to by PMC, Engineering / LSTK / Composite Contractor(s) or his
subcontractor(s) during the course of engineering, procurement & construction

2.0 ABBREVIATIONS, CODES & STANDARDS / PUBLICATIONS

2.1 ABBREVIATIONS

Code Description
EDB Engineering Design Basis
PMC Project Management Consultant
LSTK Lumpsum Turnkey
EPCC Engineering, Procurement, Construction &
Commissioning
OISD Oil Industry Safety Directorate
ISBL Inside Battery Limit
OSBL Outside Battery Limit
HAZ Heat Affected Zone
BHN Brinell Hardness Number

2.2 CODES & STANDARDS / PUBLICATIONS

The following codes & standards in their latest edition including latest addenda as on the
date of first issue of this design basis shall be followed.

S.No. Description Standards / Edition Remarks


Codes
1 International Latest
Codes/Standards
1.1 Process Piping ASME B31.3 Latest
1.2 Pipe Flanges and ASME B16.5 Latest
Flanged Fittings
1.3 Welding and Brazing ASME BPV Sec. Latest
Qual. IX
1.4 Non Destructive ASME BPV Sec.V Latest
Examination
1.5 Welding rods, electrodes ASME BPV Sec.II Latest
& filler materials Pt.C
1.6 Indian Boiler IBR Latest
Regulations
1.7 Expansion Joints EJMA Standards Latest
Manufacturers'
Association
1.8 Layouts for Oil and Gas OISD-118 Latest
Installations
1.9 Sizing, Selection & API RP 520 Latest
Installation of Pressure
Relieving Devices in
Refineries

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

Page 773 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 6 of 33

S.No. Description Standards / Edition Remarks


Codes
1.10 Centrifugal Pumps for API Std. 610 Latest
Petroleum, Heavy Duty
Chemical and Gas
Industry Service
2 EIL Standards Latest
2.1 Clearances 7-44-0501 Latest
2.2 Accessibility for valves 7-44-0502 Latest
and Instruments
2.3 Table of Basic Span 7-44-0506 Latest
2.4 Maximum Spacing of 7-44-0507 Latest
Guides for Vertical and
Horizontal Pipes
2.5 Standard Spec for Hot 6-79-0026 Latest
Insulation
2.6 Standard Spec for Cold 6-79-0027 Latest
Insulation
2.7 Standard specification 6-76-0002 Latest
for application of torque
and hydraulic bolt
tension for flange joints
2.8 Welding Specification for 6-77-0001 Latest
fabrication of Piping
2.9 Standard specification 6-82-0002 Latest
for positive material
identification (PMI) at
construction sites

3.0 GENERAL / DESIGN CONSIDERATIONS

3.1 EQUIPMENT LAYOUT

3.1.1 BASIS OF EQUIPMENT LAYOUT

NOT APPLICABLE

3.1.2 DEVELOPMENT OF EQUIPMENT LAYOUT

NOT APPLICABLE

3.1.3 PIPE RACK

S.No. Type Description


1 Pipe Rack Configurations Preferably Straight. However, L/T/U/H/Z can be
used based on area available
2 Preferred Pipe rack width Single Bay : 6M/8M/10M/12M
depending on project Double bay : 14M/16M/18M/20M/24M
requirements
3 Maximum Tiers 4
4 Portal Spacing 8M(standard). All other spacing as per job
requirements. Intermediate structural member
shall be provided in pipe rack for supporting pipes
as per requirement

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

Page 774 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 7 of 33

S.No. Type Description


5 Clearance beneath Pipe Rack - 4.75M Vertical X 3M Horizontal;
Units First Tier at 6M
6 Road Clearance 7M : Main Road
5M : Secondary Road
7 Pipe Rack Clearance - Offsites 2.2M
8 Space for Future Expansion - As per Clause 5.0 S.No. 3.
Units
9 Space for Future Expansion - As per Clause 5.0 S.No. 3.
Offsites
10 Water lines on Pipe Rack As per Clause 5.0 S.No. 4.
11 Minimum Sleeper Height As per Clause 5.0 S.No. 5.
12 Interconnecting platforms Interconnecting platforms shall be provided
between pipe rack & technological structures.

3.1.4 TOWERS AND VERTICAL VESSELS

NOT APPLICABLE

3.1.5 REBOILER

NOT APPLICABLE

3.1.6 HORIZONTAL VESSELS

S.No. Type Description


1 Location Perpendicular to Pipe Rack and Min. 4M
away from it.
2 Minimum Clearance Minimum 2M
Minimum 900mm clear aisle.

3.1.7 PUMPS

S.No. Type Description


1 Location As per Clause 5.0 S.No. 7. Wherever possible, centerline
of discharge shall be kept on common straight line.
2 Minimum Clearance Minimum 900mm clear aisle between pumps
Gap between each pump foundation and foundation of
technical structure should be sufficient after piping, for
access.
3 Maintenance
3.1 As per Clause 5.0 S.No. 8.
3.2 Sufficient space to be available for maintenance below
pipe rack.
Clear access of 4.0M vertically and 3M horizontally shall
be provided centrally under main pipe ways for small
mobile equipment to service pumps/motors, wherever
these are installed under pipe ways with prior specific
approval. Pumps outside rack shall be approachable by
mobile equipments etc. from road/paved area.

3.1.8 EXCHANGERS

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

Page 775 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 8 of 33

NOT APPLICABLE

3.1.9 AIR COOLERS

NOT APPLICABLE

3.1.10 FIRED HEATERS

NOT APPLICABLE

3.1.11 COMPRESSORS AND THEIR PRIME MOVERS

NOT APPLICABLE

3.1.12 ACCESSIBILITY

S.No. Type Description


1 Crane access
1.1 Equipment, Structures shall be arrange to permit
crane access.
2 Pumps Maintenance As per Clause 3.1.7
3 Access to lowering piping Clear access shall be provided at grade on the
components access side for lowering external & internal fittings,
PSVs, Control valves etc. from elevated equipment
(Column, Tower etc.) by providing pipe Davits.

3.1.13 LAYOUT AND ACCESS REQUIREMENTS FOR PLATFORM

S.No. Type Description


1 Platform requirement
1.1 Inter connecting platforms between adjacent towers shall
be provided wherever feasible, taking into consideration
expansion of towers.
1.2 Platforms shall be provided for columns/vertical vessels
as per Clause 5.0 S.No. 35.
2 Access to Platforms - This clause is applicable for new construction. There is
ladders and stairs (For no change envisaged in existing construction.
new construction)
2.1 Two means of access (i.e. two ladders or one ladder and
one stair case) shall be provided for any elevated
platform, which serves three or more vessels and for
battery limit valves operating platform.
2.2 Platforms, ladders & stairways shall be consistent with
access & safety requirements.
2.3 Stairway for tanks to be provided on upstream of
predominant wind direction.
2.4 Dual access (i.e. one staircase and one ladder) shall be
provided at large elevated structure if any part of platform
has more than 22.65M (75 ft) of travel. Maximum
distance to escape ladder/staircase shall not be more
than 22.65M from any point on the platform. Additional
ladders to ensure this shall be provided as required.

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

Page 776 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 9 of 33

S.No. Type Description


2.5 Platforms shall be provided with stair access in the case
of platforms provided for normal monitoring (once a day
or more) or where samples are taken, where vessels or
equipment items have operator attention such as
compressors, heaters, boilers etc and main pipe rack at
battery limits.
2.6 Ladder access shall be provided in the case of platforms
for items that require occasional operating access
including valves, spectacle blind and motor operated
valves, heater stack sampling points and Man-ways
above grade on equipment.
3 Ladder Design
3.1 Wherever practicable, ladder shall be so arranged that
users face equipment or platform rather than facing open
space.
3.2 Landings shall be staggered. No ladder shall be more
than 6M in one flight.
3.3 Ladder shall preferably have side entry to platform.

3.1.14 CLEARANCES

S.No. Project Philosophy


1 Clearance requirements shall be as per 7-44-0501

3.1.15 ELEVATOR

NOT APPLICABLE

3.2 UNIT PIPING

3.2.1 BASIS OF UNIT PIPING

S.No. Project Philosophy


1 Piping & Instrument Diagrams
2 Equipment layout
3 Equipment Data sheet & Setting plan
4 Line list
5 Instrument Data sheet
6 Structural 3D model & building drawings
7 Topography of the plant
8 Piping material specification
9 Overall Plot Plan
10 Proper access to all operating points including valves and for all orifice -tapping
points, instruments in particular (refer 7-44-0502).
11 Proper access to interrelated operating points for specific purpose and for
maintenance

3.2.2 PIPE WAYS/RACK PIPING

S.No. Project Philosophy

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

Page 777 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 10 of 33

S.No. Project Philosophy


1 Racks shall be designed to give the piping shortest possible run and to provide clear
head rooms over main walkways, secondary walkways and platforms.
2 Predominantly process lines are to be kept at lower tier and utility & hot process
lines on upper tier. Generally, hot lines and cold lines shall be kept apart in different
groups on a tier.
3 Generally the top tier is to be kept for Electrical cable trays (if not provided in
underground trench) and Instrument cable ducts/trays. Cable tray laying to take care
of necessary clearances for the fire proofing of structure.
4 Generally the bigger size lines shall be kept nearer to the rack column.
5 Minimum spacing between adjacent lines shall be decided based on O.D. of bigger
size flange (minimum rating 300# to be considered), O.D. of the smaller pipe,
individual insulation thickness and additional 25 mm clearance. Even if flange is not
appearing the min. spacing shall be based on above basis only.
6 Actual line spacing, especially at 'L' bend and loop locations, shall take care of
thermal expansion / thermal contraction / non-expansion of adjacent line. Non-
expansion / thermal contraction may stop the free expansion of the adjacent line at
'L' bend location.
7 Anchors on the racks are to be provided on the anchor bay if the concept of anchor
bay is adopted. Otherwise anchors shall be distributed over two to three consecutive
bays.
8 Anchors shall be provided within unit on all hot lines leaving the unit.
9 Process lines crossing units (within units or from unit to main pipeway) are normally
provided with a block valve, spectacle blind and drain valve. Block valves are to be
grouped and locations of block valves in vertical run of pipe are preferred. If the
block valves have to be located in an overhead pipe-way, staircase access to a
platform above the lines shall be provided.
10 Branches from main headers shall be preferably from top.

3.2.3 COLUMN / VESSEL PIPING & CONTROL VALVES

NOT APPLICABLE

3.2.4 EXCHANGER PIPING

NOT APPLICABLE

3.2.5 FIRED HEATER PIPING

NOT APPLICABLE

3.2.6 PUMP PIPING

S.No. Project Philosophy


1 Pump drives shall have clear access.
2 Pump suction piping shall be as short as possible and shall be arranged to avoid
vapour pockets.
3 Reducers immediately connected to the pump suction shall be eccentric type with
flat side up to avoid the accumulation of gas pocket.
4 For pump suction, elbows shall not be directly connected to the suction flange. A
straight piece minimum 3 times the line size shall be provided at the suction nozzle.
5 Pump discharge check valve if installed in vertical lines shall be fitted with a drain
connection as close as possible downstream of the valve.

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

Page 778 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 11 of 33

S.No. Project Philosophy


6 All small bore piping connected to pump (drain to OWS & CBD, seat and gland leak
drain) shall have break up flanges for removal of pumps.
7 Piping shall be so arranged that the forces and moments imposed on the pump
nozzle do not exceed the manufacturer recommended values / Double the allowable
values of API 610.
8 Pump discharge piping should be routed away from the motor side.
9 Pump cooling water connection shall be taken from the top of circulating cooling
water header.

3.2.7 COMPRESSOR PIPING

NOT APPLICABLE

3.2.8 RELIEF SYSTEM /BLOW DOWN SYSTEM PIPING

S.No. Project Philosophy


1 Wherever the inlet line size is higher than the safety valve inlet size, reducer shall be
installed adjacent to inlet of safety valve.
2 Relief valve discharging steam, air or other non flammable vapour or gas directly to
atmosphere shall be equipped with weep-hole / drain to prevent accumulation of
liquid at valve outlet.
3 Liquid-phase blowdown piping connected to a gravity flow closed system shall be
self draining to the blowdown system.
4 Liquid-vapour phase relief valves shall discharge into the flare header at an angle 45
degrees in the direction of header flow, to minimize the effect of kinetic energy and
to avoid accumulation of liquid.
5 Pockets in the flare header and blowdown system shall be prohibited.
6 Relief valve discharge piping shall be taken to safe location as per following:
3M above top platform of column or structure, within 6M radius for steam and 8M for
hydrocarbon/ toxic discharge
25M Horizontally away from fired heater for hydrocarbon.
50M Horizontally away from fired heater, if more than one hydrocarbon relief system
of different set pressures is discharging into one common riser of vent stack.
7 Inlet and outlet piping of pressure relief valve shall be adequately supported to take
care of the thrust induced by the relief valve during popping.
8 Reaction forces including both momentum & static pressure effects due to safety
valve popping shall be ascertained in the connected piping according to API RP520
for systems discharging to atmosphere. The effect of these forces on the piping
supports and the anchors of the piping system shall be calculated to ascertain that
the allowable limits at these locations are not exceeded. The supporting structure
also shall be adequately designed so that when subjected to these reaction forces
the supporting elements connected to piping as well as the basic supporting
structure i.e. platform members etc. are capable of withstanding them.

3.2.9 BOILER REGULATION REQUIREMENTS

NOT APPLICABLE

3.2.10 STEAM HEADER AND SUPPLY LINES

NOT APPLICABLE

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

Page 779 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 12 of 33

3.2.11 STEAM TRACING

NOT APPLICABLE

3.2.12 STEAM JACKETING

NOT APPLICABLE

3.2.13 UTILITY STATIONS

S.No. Project Philosophy


1 Requisite number of utility stations shall be provided throughout the unit to cater to
the utility requirement. Number of utility stations shall be such that all equipments
shall be approachable from at least one utility station. The approach of utility station
shall be considered 15M all around the station location.
2 Utility stations shall have three connections [one for LP steam (SL), one for Plant Air
(AP) and one for Service Water (WS)] each of 1"NB unless otherwise specified in
P&ID. Air and water lines shall have quick type hose connection and steam line shall
have flanged type hose connection and shall be directed downward. All connections
shall have globe valve for isolation purpose. Inert gas hose, when required, shall
have built in non return valve and quick connection coupling at piping end.
3 The Utility stations shall generally be located adjacent to pipe-rack column. The
utility stations shall also be provided on elevated structures like technological
structure, operating platforms of vertical equipments etc. Operating platforms having
manholes must be accessible from utility station.

3.2.14 ADDITIONAL REQUIREMENTS

S.No. Type Description


1 Safety Shower / Eye Wash As per Clause 5.0 S.No. 16
2 Fire Fighting Refer General Civil/EWS Design Basis

3.3 OFFSITE & YARD PIPING

S.No. Type Description


1 General philosophy In general, offsites piping (except tankages area), electrical
cable and instrumentation cable shall be laid as per Clause
5.0 Point 10, 13 and 14. The movement area along
sleepers shall be approachable from the road at a distance
of every 500 meters.
2 Road Crossings Pipes at road crossing shall be as per Clause 5.0 Point 12.
Culverts / overhead pipe bridges shall be adequately
designed to take care of future requirements
3 Layout

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

Page 780 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 13 of 33

S.No. Type Description


3.1 Clearances between lines shall be minimum 'C' as given
below.

C=(Do+Df)/2 + 25 mm + Insulation thickness(es)

Where, Do - outside diameter of smaller pipe (mm)


Df - outside diameter of flange(min 300#) of bigger pipe
(mm)

However this 'C' spacing between the offsite piping on the


rack/sleeper can be suitably increased so that the lines
should not touch each other after insulation/lateral
expansion.
3.2 Adequate clearance shall be provided for every long &
high temperature lines to avoid clashing at the bends.
Actual line spacing, especially at 'L' bend and loop
locations, shall take care of thermal expansion / thermal
contraction / non-expansion of adjacent line. Non-
expansion / thermal contraction may stop the free
expansion of the adjacent line at 'L' bend location.
3.3 Expansion loops for all lines shall generally be kept at the
same location.
3.4 Vents shall be provided on all high points & drains shall be
provided at all low points. Drain valves at sleeper piping
shall be kept outside the sleeperway if the same is not
accessible and valves shall be put in horizontal only. At all
such places where piping is extended to make drain valves
accessible - 2 nos. of stiffeners, irrespective of pipe rating,
shall be provided at 90º to each other from the main pipe
to impart adequate stiffness to the branch connection. The
stiffeners shall be made of 6mm thick flats of material
equivalent to the pipe material.
3.5 Spacing of guides on each line on a pipe bay shall not
exceed the value given in 7-44-0507.

3.4 TANK FARM PIPING

NOT APPLICABLE

3.5 FLARE PIPING

S.No. Type Description


1 Layout Flare header shall be sloped towards flare knock-out
drum. Expansion loop shall be provided in horizontal plane
as per requirement to accommodate thermal expansion.
The desired slope shall be ensured throughout including
flat loop. Flare header shall be supported on shoe of
height ranging from 100mm to 400mm.

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

Page 781 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 14 of 33

S.No. Type Description


2 Stress Analysis and Proper thermal analysis temperature shall be established
supporting including the possibility of temperature gradient along the
line before providing expansion loops. Efforts shall be
made to minimize the number of loops.
Flare line between knock out drum and water seal drum
shall be designed for pressure fluctuations and adequately
supported to avoid vibrations.

3.6 UNDERGROUND PIPING SYSTEM

S.No. Type Description


1 Design and Layout As per General Civil Design Basis

3.7 FLEXIBILITY ANALYSIS AND SUPPORTING

3.7.1 PIPE SUPPORTING CRITERIA & GENERAL GUIDELINES

Piping system shall be properly supported taking into account the following:

S.No. Project Philosophy


1 Sustained Loads including weight of Piping (Bare pipe, service fluid, valves, flanges
etc), Weight of Insulation (if any), - Weight of snow (if any), Weight of online
equipments (if any), Weight of instruments (if any).

Thermal loads due to operating/design/steam out/decoking or any other possible


abnormal condition.

Occasional Loads such as Wind/Seismic loads(as and when required).

Pressure relief loads due to safety valve operation,

Dynamic loads due to pulsating flow/two phase with slug flow,

Pressure-Thrust loads in case of expansion joints,


Differential settlement for tanks.
2 The design of piping systems shall take into account the different conditions
expected during operation, start-up, shut-down, cold branch in case of standby
pump, tracing, etc. Hydrocarbon lines shall be designed for steam-out conditions, if
so specified in Process document. System where combination of different operating
conditions are envisaged, such system shall be analysed for all pos sible
combinations e.g. ejector system etc.

3.7.2 BASIC SPANS, GUIDES SPACING

S.No. Project Philosophy


1 Pipe supporting shall preferably follow the basic span as given in 7-44-0506 except
for flare line in offsite on trestles in which case the basic span shall be restricted to
max. 18.0 metres. For sizes not covered in 7-44-0506, basic span shall be
established based on project requirement. For piping on rack or sleeper, as a
minimum, providing resting support on every grid of pipe rack/sleeper is mandatory.
2 Guides shall be provided on straight run of pipes at intervals as specified in 7-44-
0507, unless specifically becomes non-viable due to flexibility problems.

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

Page 782 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 15 of 33

3.7.3 SUPPORTING

S.No. Project Philosophy


1 Guides, anchors, special supports like spring supports and sway braces shall be
provided based upon detailed analysis of piping system to restrict the forces on
nozzles of critical equipments like pumps, compressors, turbines, exchangers, Air
coolers etc.
2 A permanent support, either resting or spring support shall be provided for lines
which do not need any supporting otherwise but require supporting during
maintenance.
3 Piping passing through the technology structure or passing near the concrete
column etc. should have adequate space to avoid restriction of line movement
during thermal expansion. The gap should take care the thermal expansion along
with insulation thickness.
4 Pipe support design shall be such that deflection in piping systems due to sustained
loads shall not exceed 15mm, between two adjacent supports.
5 The use of expansion joints shall be considered only when space or pressure drop
limitation does not permit pipe bends. Expansion joint of axial type shall generally
be avoided.
6 All pipes supports shall be so designed that there is no undue tension on equipment
flanges. Forces and moments due to weight, thermal loads and other imposed loads
on the equipment nozzle must not exceed the allowed loads for the equipment. In
case the same is exceeded, categorical written confirmation of acceptance of the
higher loads shall be obtained from the equipment supplier.

3.7.4 CORROSION PAD REQUIREMENT

S.No. Project Philosophy


1 As per Clause 5.0 S.No. 49.

3.7.5 TRUNNION SUPPORTS

S.No. Project Philosophy


1 As far as possible long trunnion types of supports (more than 0.5 mtr.) are to be
avoided. In case long trunnion support is unavoidable in straight length of pipe,
trunnion height to be preferably restricted to 0.5m and balance height to be made up
by providing extended structure.

3.7.6 SUPPORTING FOR SMALL BORE LINES

S.No. Project Philosophy


1 Adequate care shall be taken for small bore (1.5" and below) branch from piping. As
a rule, for all lines in 600# & above classes, lines having two phase flow and lines
having Pulsating flow such as discharge of reciprocating compressors &
reciprocating pumps, all small bore branches, e.g. vents, drain, orifice taps, pressure
tappings, temperature tapings, sample connections, PSV inlet, TSV inlet etc. shall
be provided with 2 number stiffeners at 90º to each other from the main pipe to
impart adequate stiffness to the branch connection. The stiffeners shall be made of
6mm thick flats of material equivalent to the pipe material. Further , irrespective of
line rating, the stiffeners shall be provided for all orifice taps, all small bore tappings
from PSV inlet / outlet lines and all small bore tappings from Control Valve
manifolds.

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

Page 783 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 16 of 33

3.7.7 SUPPORTING OF COLD INSULATED LINES

NOT APPLICABLE

3.7.8 ANALYSIS TEMPERATURE

S.No. Project Philosophy


1 All lines shall be analysed at analysis temperature. In the absence of analysis
temperature, lines shall be analysed at operating temperature if difference between
operating & design temperatures is less than or equal to 30 deg.C, otherwise it shall
be analysed at design temperature. However, analysis of flare line & calculation of
thermal growth of tall equipments shall be done as per Process input.

All hydrocarbon lines shall be analysed at Steam out temperature. Steam out
temperature shall be taken as per the line list. In case of non-availability of line-list, it
shall be taken as 30 deg.C less than the saturation temperature of type of steam.

3.7.9 LINES REQUIRING MANDATORY FORMAL ANALYSIS

S.No. Project Philosophy


1 All process lines to and from fired heaters and steam generators
2 All process lines to and from centrifugal compressor and blower
3 All lines to and from turbines
4 All pump lines (6" & above and analysis temp > 120°C or less than -60°C) & air
cooler lines.
5 Reboiler piping, Flare header/sub headers, Jacketed lines, Non metallic Piping
6 All other lines as below:
6" to 8" with analysis temp above 300°C or less than -100°C
10" to 14" with analysis temp above 150°C or less than -80°C
16"& above with analysis temp above 100°C or less than -80°C
7 Lines requiring Dynamic/Seismic/Wind analysis or composite stress analysis (Piping
along with Structure and Equipment)
8 Lines requiring Flange leakage check, i.e.
26" & above except air & water lines (upto 600 rating)
4" & above for hydrogen lines (900 rating and above)
8" & above, other lines (900 rating and above)
9 All other critical lines (connecting to sensitive equipments). Such as Platefin
exchangers, Cold boxes (sizes 6" and above and analysis temp. > 120°C or less
than -60°C)
10 For lines involving pulsating flow such as those connected to reciprocating pumps &
compressors, in addition to thermal analysis, analog study for acoustic & mechanical
vibration shall be done along with equipments, by approved vendor / Agency.
11 Dynamic analysis shall be performed as per Clause 5.0 S.No. 43.

The fundamental frequency of the piping system shall be well above the imposed
frequencies, if any, to avoid resonance. The minimum acceptable frequency for
transfer lines shall be 7 Hz and for remaining lines with slug flow, it shall be 6 Hz.

12 Seismic Analysis shall be performed as per Engineering Technology Development


Department Seismic analysis Design Basis.

13 Wind Analysis shall be performed as per Engineering Technology Development


Department Wind analysis Design Basis.

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

Page 784 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 17 of 33

3.7.10 ADDITIONAL REQUIREMENTS

S.No. Type Description


1 Software As per Clause 5.0 S.No. 34.

3.8 MATERIALS

S.No. Type Description


1 Basic Material of Basic material selection of particular line depending on
Construction its service, temperature and corrosivity shall be as
spelt out in process package. Detailed material
specification shall follow the requirements stated
herewith, except wherever specified as per Licensor's
requirement.

3.8.1 PIPE

3.8.1.1 THICKNESS

S.No. Project Philosophy


1 Calculation of pipe thickness and branch reinforcement shall be based on
requirements of ASME B31.3 / IBR as applicable. Proper corrosion allowance and
mill tolerance shall be considered while selecting nominal thickness.

2 For carbon steel and low alloy steel pipes minimum pipe thickness shall be as
follows:
'S160' up to 0.75"NB(except steam tracing),
'XS' up to 0.75"NB(for steam tracing),
'XS' for 1" to 2"NB,
'STD' for above 2NB.
3 For stainless pipes minimum pipe thickness shall be as follows:
'80S' up to 0.75"NB,
'40S' for 1"NB to 2"NB,
'10S' for above 2"NB
4 The philosophy of minimum thickness / schedule is applicable for both seamless
and welded pipes but is not applicable to category -D classes ( for services in A3A,
A3Yspecs etc) and firewater service(A33A) specification where IS pipes are being
used.
5 All pipes (seamless & welded) shall have uniform negative wall thickness tolerance
of 12.5% for wall thickness calculations purpose.
6 For thicknesses exceeding minimum thickness/schedule criteria, schedule XS
shall be selected for CS & AS classes (for 2" & above). Intermediate schedules
between STD & XS shall be ignored. Similarly for SS classes (2" & above) S10, S20,
S30 & 40S may be selected beyond minimum thickness/schedule criteria.
7 Maximum 10% of corrosion allowance may be reduced in special cases, to optimize
the pipe schedules.
8 For Cat-D classes, for aboveground applications, ‘D/t’ ratio shall be taken as
120(max.). For other than Cat-D services, ‘D/t’ ratio shall be generally restricted to
100 (except for Flare, Cooling water, Vacuum, O/H Vapour and Transfer lines. For
these lines minimum thickness specified in clause 3.8.1.1(2) shall be followed). ‘D’
is nominal dia. and ‘t’ is nominal thickness.
9 Pipe wall thickness shall be calculated at Class condition except as defined in
Clause 3.8.1.2

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

Page 785 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 18 of 33

3.8.1.2 BASIS FOR WALL THICKNESS CALCULATION

In general, the pressure-temperature combination to calculate wall thickness shall be as


given. Deviation to this clause can be permitted with specific permission from HOD-Piping
and Client.

Material For Groups

Group A1
(1) C.S. (A106 GR.B, API-5L GR.B, A672)
(2) LTCS (A333 GR.6)

Group A2
(1) Low Alloys
(2) 1.25% Cr-0.5% Mo
(3) 2.25% Cr-1.0% Mo
(4) 5%Cr-0.5% Mo
(5) 9%Cr-1.0% Mo
(6) 9%Cr-1.0% Mo-V

GroupB
(1)SS(A312 TP304, 304L, 304H, 316, 316L, 316H, 321, 321H, 347, 347H)
(2)SS(A358 TP304, 304L, 304H, 316, 316L, 316H, 321, 321H, 347, 347H)

Group C
(1) Higher Alloys

S.No. GROUP CLASS SIZE DESIGN CONDITION


1 A1/A2 150 upto 24" Class condition
2 A1/A2 150 above 24" Line condition (Note-1,4)
3 A1/A2 300 upto 14" Class condition
4 A1/A2 300 above 14" Line condition (Note-1,4)
5 A1/A2 600 upto 8" Class condition
6 A1/A2 600 above 8" Line condition (Note-2,4)
7 A1/A2 900 upto 8" Class condition
8 A1/A2 900 above 8" Line condition (Note-2,4)
9 A1/A2 1500, 2500 upto 4" Class condition
10 A1/A2 1500, 2500 above 4" Line condition (Note-4)
11 B 150 up to 24" Class condition
12 B 150 above 24" Line condition (Note-3,4)
13 B 300 upto 14" Class condition
14 B 300 above 14" Line condition (Note-3,4)
15 B 600 upto 6" Class condition
16 B 600 above 6" Line condition (Note-3,4)
17 B 900, 1500 upto 4" Class condition
18 B 900, 1500 above 4" Line condition(Note-4)
19 B 2500 upto 2" Class condition
20 B 2500 above 2" Line condition(Note-4)
21 C 150 upto 6" Class condition
22 C 150 above 6" Line condition(Note-4)
23 C 300 to 2500 all sizes Line condition(Note-4)

NOTES:

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

Page 786 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 19 of 33

1. Only If the thickness / schedule as per class condition exceeds 16.0mm for Group A1 and
XS for Group A2, the thickness shall be calculated based on actual design service conditions
subject to a minimum of 80% class rating upto 20mm thickness. Above 20 mm thickness, it
should be based on actual/design service conditions subject to minimum 20mm.

2. Only If the thickness / schedule as per class condition exceeds 18.0mm for Group A1 and
XS for Group A2, the thickness shall be calculated based on actual design service conditions
subject to a minimum of 80% class rating upto 20mm thickness. Above 20 mm thickness, it
should be based on actual/design service conditions subject to minimum 20mm.

3. Only If the thickness / schedule as per class condition exceeds 40S The thickness shall
be calculated based on actual design service conditions subject to a minimum of 80% class
rating upto 20mm thickness. Above 20 mm thickness, it should be based on actual/design
service conditions subject to minimum 20mm.

4. "Line Condition" is defined as the maximum line condition for the entire job considering all
lines for which thickness is to be calculated on line conditions.

3.8.1.3 PIPE SIZE

S.No. Project Philosophy


1 Pipe sizes shall normally be 0.5", 0.75", 1.0", 1.5", 2.0", 3", 4", 6", 8", 10", 12", 14",
16", 18", 20", 24", 26", 30",32", 36", 40", 42", 44", 48", 52", 54", 56", 60", 64", 72",
76", 78", 80"

3.8.1.4 TYPE

S.No. MATERIAL SIZE TYPE


1 CS, LTCS, AS Upto 14" Seamless
2 CS, LTCS, AS 16" and Above E.F.S.W.
3 SS Upto 8" Seamless
4 SS 10" and Above E.F.S.W.

3.8.2 FITTINGS

S.No. Type Description


1 Material
2 Type Type of Fittings shall be equivalentto pipe type except in
Cat-D services where welded fittings shall be used for
size 8" and above.
3 Thickness / Rating Thickness of fittings at ends to match pipe thickness for
BW fittings

SW fittings shall be 3000#, 6000#or 9000# depending on


the pipe thicknesses S80, S160 and above S160
respectively.
4 Branch Connections
4.1 Upto 600# 1.5" NB and below : Half Couplings/Tees
2" and above : Tees/Pipe to Pipe with or without
reinforcement
4.2 900# and above Equal tee/unequal tee shall be used for all sizes. In case
of non availability of unequal tees, o-lets may be used.
Usage of sweepo-let shall be avoided due to poor
availability globally.

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

Page 787 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 20 of 33

S.No. Type Description


5 Mitres Mitres shall be used in Category 'D' service above
14"NB. Elbows(seamless/welded) are acceptable in
place of mitres, however, thickness of elbows shall be
same as mitres. Seamless elbows are acceptable in
place of welded elbows.

For other than Category 'D' fluid in 150# and 300# Class
mitres can be permitted for sizes above 48". Mitres to
be designed as per ASME B31.3. However, use of
mitres shall be minimum.
6 Unions Union shall not to be used in lines other than Cat-D
water lines.

3.8.3 FLANGES

S.No. Type Description


1 Type
1.1 For 150 class rating Upto 1.5" :
SW RF (with Non-metallic Gasket),
WN RF (with metallic/Spiral Wound
gasket)
2" and above :
WN RF for CS (other than Cat.D),AS&SS
SO RF for Cat.D service up to 24" and
SO FF for Cat.D service 26" and above
1.2 For 300,600 class rating Upto 1.5" : SW RF
2" and above : WN RF
1.3 For 900 class rating and above All sizes : WN RTJ
2 Hydraulic Bolt Tensioning Shall be performed to the extent and as
defined in 6-76-0002

3.8.4 GASKETS

S.No RATIN MATERIAL/SERVIC TEMPERATUR TYPE GASKET OR


. G E E STRIP
MATL+FILLER
MATL/RTJ
GASKET MATL
1 150 CS & SS(utilities & up to 371 Deg.C PLAIN BS 7531 Gr. X
except steam)
2 150 CS & LTCS (Process up to 371 Deg.C Spiral SS316+Grafoil+I
and steam) wnd ring
3 150 AS (all services) up to 371 Deg.C Spiral SS316+Grafoil+I
wnd ring
4 300 & CS up to 427 Deg.C Spiral SS316+Grafoil+I
600 wnd ring
5 300 & AS All Spiral SS316+Grafoil+I
600 wnd ring

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

Page 788 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 21 of 33

S.No RATIN MATERIAL/SERVIC TEMPERATUR TYPE GASKET OR


. G E E STRIP
MATL+FILLER
MATL/RTJ
GASKET MATL
6 150, SS (other than All Spiral SS316+Grafoil+I
300, utilities ) wnd ring (where trim
600 material is
SS304/316)
SS316L+Grafoil+
I ring (where trim
material is
SS304L/316L
7 300(*), CS All Octagona Soft Iron
600(*), l RTJ
900,
1500
2500
8 300(*), AS All Octagona 5Cr-Alloy steel
600(*), l RTJ
900,
1500
2500
9 300(*), SS All Octagona SS
600(*), l RTJ
900,
1500
2500

(*) Only if RTJ is specially mentioned in PMS.

3.8.5 VALVES

S.No. Type Description


1 SW Valves Upto 1.5 inch, for 150#, 300#, 600#
(except ball & plug valves).
2 Flanged Valves Above 1.5 inch for 150#, 300#, 600#. Ball
& Plug valves shall be flanged for all
sizes.
3 BW Valves 900# and above

3.8.6 STRAINERS

S.No. Type Description


1 Y-Strainers As per Clause 5.0 S.No. 42.1.
2 T-Strainers As per Clause 5.0 S.No. 42.2.

3.8.7 TRAPS

NOT APPLICABLE

3.8.8 NDE REQUIREMENTS (IF NOT SPECIFIED IN PMS)

S.No. Type Description

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

Page 789 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 22 of 33

S.No. Type Description


1 General Extent of NDE in all cases shall depend on
severity of application. In case of any conflict in
NDE specifications, more stringent NDE shall
apply.
2 No radiography Category 'D' service as per B31.3
3 5% Radiography of Butt welds 150#, 300#, 600# Normal Hydrocarbon
and DP/MP testing of Fillet welds service, CS & SS & LTCS
4 10% Radiography of Butt welds 150#, 300#, 600# in IBR, Firewater
and DP/MP testing of Fillet welds
5 20% Radiography of Butt welds 150#, 300#, 600# up to 3% Cr AS - General
and DP/MP testing of Fillet welds Services.
150#, 300#, 600# NACE, Caustic - CS & SS.
150#, 300# Hydrogen & Oxygen- CS & SS.
6 100% Radiography of Butt welds All ratings for Cryo, 5%Cr and above AS, High
and DP/MP testing of Fillet welds temp. applications (>500 deg.C), severe cyclic
Piping.
900# and above for all services .
600# and above for hydrogen & oxygen in CS
& SS
NACE, Oxygen, Hydrogen, Caustic for all
ratings for up to 3% Cr AS.

In case of any conflict amongst the radiography requirements above or any other
specifications, the more stringent requirement shall be followed.

3.9 THERMAL INSULATION OF PIPING, EQUIPMENT & VESSELS

S.No. Type Description


1 Hot Insulation As per 6-79-0026
2 Cold Insulation As per 6-79-0027

3.10 PAINTING

S.No. Type Description


1 Shop and Field Painting As per Clause 5.0 S.No. 23.
2 Colour Coding requirements As per Clause 5.0 S.No. 24.
3 Environment As per Clause 5.0 S.No. 21.

3.11 WELDING

S.No. Type Description


1 Applicable Codes & Stds. Process Piping - B31.3 (all requirements)
Indian Boiler Regulations (all
requirements)
ASME BPV Sec. IX(Welding and Brazing
Qual.)
ASME BPV Sec.V (Non Destructive
Examination)
ASME BPV Sec.II Pt.C (Welding rods,
electrodes & filler materials)
2 Welding Specification As per 6-77-0001

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

Page 790 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 23 of 33

3.12 MISCELLANEOUS

S.No. Type Description


1 Positive Material Identification Positive material identification (PMI) test at
construction site shall be done as per 'Standard
Specification for positive material identification
PMI at construction site, 6-82-0002'.

4.0 SPECIFIC DESIGN REQUIREMENTS

4.1 HYDROGEN SERVICE REQUIREMENTS

NOT APPLICABLE

4.2 TECHNICAL REQUIREMENTS FOR PIPING MATERIAL

This is applicable over and above the requirements specified in Clause 3.8.

4.2.1 GENERAL

S.No. Type Description


1 Ends : Unless otherwise SW/SCRD : ASME B16.11
specified, the ends shall BW : ASME B16.25
be to the given standard FLANGED : ASME B16.5 and ASME B16.47 SERIES
'B'
THREADING : ASME/ANSI B1.20.1 (NPT, Taper
threads) up to 1.5" and IS-554 for 2" to 6"

2 Face Finish shall be to Stock Finish : 250-1000 µ in AARH


MSS-SP-6/ASME B46.1 Serrated Finish /Smooth Finish/125 AARH : 125-250 µ in
/ ASME B16.5 / AARH
B16.47.The Extra Smooth Finish/63 AARH : 32-63 µ in AARH
interpretation shall be as
given
3 Austenitic Stainless
Steel requirements
3.1 All items/parts shall be supplied in solution annealed
condition
3.2 For all Austenitic Stainless steels, Intergranular
Corrosion (IGC) Test shall be conducted as per following
:
ASTM A262 Practice 'B' with acceptance criteria of 60
mils/year (max.) for casting. OR
ASTM A262 Practice 'E' with acceptance criteria of 'No
cracks as observed from 20Xmagnification' &
microscopic structure to be observed from 250 X
magnification" for other than casting.
For IGC test, two sets shall be drawn from each solution
annealing lot; one set corresponding to highest carbon
content and other set corresponding to the highest
rating/thickness.

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

Page 791 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 24 of 33

S.No. Type Description


3.3 For all items of stabilised SS grades (SS321, SS347),
stabilizing heat treatment shall also be done.It shall be
carried out subsequent to normal solution annealing.
Soaking temperature and holding time shall be 900ºC
and 4hrs respectively
4 Threaded joints Upto 204 deg.C, threaded joints shall be made with 1"
width PTFE joining tape. Above 204 deg.C, threaded
joints shall be seal welded with a full strength fillet weld.
All threaded joints, irrespective of pressure and
temperature, for critical services including toxic fluid,
hydrogen etc shall be seal welded with a full strength
fillet weld.
5 Piping used in fire Piping used in fire fighting shall be marked as such.
fighting system

4.2.2 PIPES

Unless specifically exempted, welded pipes shall be acceptable only with longitudinal weld
made employing automatic welding.

S.No. Project Philosophy


1 Spiral Weld pipes shall be acceptable only for Category D and Fire Water services.
2 Unless mentioned otherwise in the material code, double seam 180 deg. apart is
allowed for sizes 36" and larger only.
3 Galvanised Pipes shall be only Hot Dip galv. to ASTM A53.

4.2.3 FITTINGS

S.No. Project Philosophy


1 All fittings shall be seamless in construction unless otherwise specified.
2 For reducing BW fittings having different wall thickness at each end, the greater one
shall be employed and the ends shall be matched to suit respective thickness.
3 All welded fittings shall have maximum negative tolerance equivalent to pipe
selected.
4 All welded fittings shall be double welded. Inside weld projection shall not exceed
1.6mm, and the welds shall be ground smooth at least 25mm from the ends.
5 For fittings made out of welded pipe, the pipe itself shall be of double welded type,
manufactured with the addition of filler material and made employing automatic
welding only.
6 All welded fittings shall be normalized for CS, normalized & tempered for AS; and
100% radiographed by X-ray for all welds made by fitting manufacturer as well as for
welds on the parent material.
7 Bevel ends of all BW fittings shall undergo 100% MP/DP test.
8 Those used in fire fighting facilities shall be marked.

4.2.4 FLANGES

S.No. Project Philosophy


1 Bore of weld neck flange shall correspond to the inside diameter of pipe for specified
schedule/thickness. Ends shall be beveled to suit the specified schedule / thickness.
2 For RTJ flanges, only octagonal section ring joint flanges shall be used.

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

Page 792 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 25 of 33

S.No. Project Philosophy


3 Minimum Hardness of groove of RTJ flanges of given materials, blinds and spacers
shall be as given :
Carbon Steel : 140BHN
1% Cr to 5%, 9% Cr : 150BHN
Type 304, 316, 321, 347 : 160BHN
Type 304L, 316L : 140BHN
4 For RTJ flanges, blinds & spacers, the hardness of the groove shall be specified on
the test report.

4.2.5 VALVES

4.2.5.1 GENERAL

S.No. Type Description


1 Valves of Class 900 & above shall be pressure-
seal type. Threaded and seal welded or welded
bonnet may be employed upto sizes 1.5".
2 All flanged valves (except forged) shall have
flanges integral with the valve body. Weld-on
flanges shall be made by full penetration joints
and 100% radiographed.
3 Forgings are acceptable in place of Castings but
not vice-versa.
4 No cast iron valves to be used in firewater or any
other service except in drinking water service.
Valves used in drinking water service shall be of
ductile cast iron.
5 Valve under LTCS (Low temperature Carbon
Steel temperature below -29°C to -45°C) and
cryogenic service (below -45°C) shall meet the
requirements of BS-6364 and shall be procured
from pre-qualified vendor. Pre-qualification test as
per BS-6364 is mandatory regardless of intended
service.
6 Face-to-Face/End-to-End dimension shall be as
per ANSI B16.10. In case the same is not
covered under B16.10, the dimension shall be as
per BS 2080/Manufacturer’s Std.
7 By pass arrangement
7.1 A globe type valve shall be Class Rating Size of valve requiring bypass
provided as bypass for the
given sizes of gate valves. Size 150 26" and above
of bypass valve shall be 0.5" for 300 16" and above
main valve up to 4", 0.75" for 600 6" and above
main valve of 6" and 8" size and 900 4" and above
1" for main valves 10" and 1500 4" and above
above. 2500 3" and above

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

Page 793 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 26 of 33

S.No. Type Description


7.2 Bypass piping, fittings and valves shall be of
compatible material and design. By-pass
attachment to the main valve body shall not be
screwed. All fillet welds for by-pass installation
shall be 100% examined by DP/MP test and Butt-
weld joints shall be 100% examined by
radiography. NDT of bypass valve shall be in line
with main valve.
8 Radiography of castings All casting shall be of radiographic quality. This
requirement to be ensured by sample radiography
before proceeding with the actual production.
Radiography procedure, areas of casting to be
radiographed, and the acceptance criteria shall be
as per ASME B16.34. Percentage of radiography
shall be as given below.
8.1 Stabilized grades of SS 100% radiography irrespective of size or rating
8.2 All services other than those Class 150 CS : 5% up to 24" and 100% for 26"
mentioned at Clause 4.2.5.1 and above
S.Nos. 8.1 above, Category D Class 150 AS & SS : 10% up to 24" and 100% for
services, Fire water 26" & above
Class 300 : 10% up to 16" and 100% for 18" and
above
8.3 All services Class 600 & above : 100% radiography for all
sizes
8.4 Category `D¿ , Fire water NIL
9 Ball/Plug /Butterfly valve
requirements
9.1 Each valve shall be supplied with a lever / wrench
except for gear operated / motor operated valves
9.2 Soft-seated ball, plug & butterfly valves shall be
supplied with antistatic devices.
9.3 The ball of ball valve shall not protrude outside
the end flanges of valve.
9.4 Ball valves shall be of floating 150# : Up to 8"-Floating ball;10" & above-
ball / trunnion mounted type as Trunnion mounted
given: 300# : Up to 4"- Floating ball; 6" & above-
Trunnion mounted
600# and above : Up to 1.5"- Floating ball; 2" &
above- Trunnion mounted
9.5 Use of soft seated ball/plug/butterfly valves shall
be suitably selected based on temperatures
handled.
9.6 Butterfly valves shall be suitable for throttling
application.
9.7 For Process (Hydrocarbon) services butterfly
valve shall be triple offset, high performance type.
9.8 Quarter-turn valves shall have "open" position
indicators with limit stops.
9.9 Fire safe valves shall be used for all Hydrocarbon
services.

4.2.5.2 VALVE OPERATION REQUIREMENT

Manual mode of operation shall also be provided for all MOVs. Requirement of Gear
operator for manual mode of operation shall be defined below.
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Page 794 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 27 of 33

Gear operation shall be provided as given. For sizes lower than these ranges, hand wheel /
lever / wrench shall be provided. For pressure balance plug valves manufacturer’s
recommendation shall be acceptable. Hand wheel diameter shall not exceed 750mm and
lever length shall not exceed 500mm on either side. Effort to operate shall not exceed 35 Kg
at hand wheel periphery. However, failing to meet the above requirements, vendor shall offer
gear operation.

Gear operator shall be so designed as to operate effectively with the differential pressure
across the closed valve equal to the cold non-shock pressure rating.

Group Valve Type

A Gate Valve, Globe Valve & Diaphragm Valve


B Ball Valve / Plug Valve (Other than pressure balance plug valves)
C Butterfly Valve

S.No. VALVE GROUP CLASS SIZE REQUIRING GEAR-


OPERATOR
1 A 150 Class 12" and larger
2 A 300 Class 12" and larger
3 A 600 Class 10" and larger
4 A 900 Class 6" and larger
5 A 1500 Class 3" and larger
6 A 2500 Class 3" and larger
7 B 150 Class 6" and larger
8 B 300 Class 6" and larger
9 B 600 Class 4" and larger
10 B 900 Class 3" and larger
11 B 1500 Class 3" and larger
12 C 150, 300 Class 6" and larger

4.2.6 STRAINERS

S.No. Project Philosophy


1 Allowable pressure drop when specified shall be certified by vendor along with the
offer. If asked specifically, vendor shall furnish pressure drop calculations.
2 All 2" & higher sized Y type strainers shall be provided with 0.75" threaded tap and
solid threaded plug as drain connection on the blind flange. For less than 2", this
shall be 0.5" size.
3 Bottom flange of Y-type strainer shall not have tapped hole. Full length standard size
studs shall be used for joining blind flange.
4 For fabricated strainers, all BW joints shall be fully radiographed and fillet welds shall
be 100% DP/MP.
5 All the strainers shall be hydrostatically tested at the lower of twice the design
pressure and 1.5 times the class rating as per ASME B16.5 at ambient temperature.

4.2.7 TRAPS

NOT APPLICABLE

4.2.8 HOSES

S.No. Project Philosophy

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

Page 795 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 28 of 33

S.No. Project Philosophy


1 Manufacturer shall guarantee suitability of hoses for the service and working
conditions specified in the requisition, even if the material is not specified in the
Material Requisition for any particular service.
2 All hoses shall be clearly marked with service and working pressure at both ends.
3 Hoses shall be resistant to ageing, abrasion and suitable for outdoor installations.
4 Complete Hose assembly shall be tested at two times the design pressure.
5 Rubber Steam hoses shall be subject to steam resistance test.

4.2.9 EXPANSION JOINTS

S.No. Project Philosophy


1 The applicable codes are ASME B31.3 and EJMA (Expansion Joint Manufacturer's
Association).
2 Bellows shall be formed from solution annealed sheet conforming to the latest ASTM
Spec.
3 Any longitudinal weld shall be 100% radiographed. The finished longitudinal weld
must be of the same thickness and same surface finish as the parent material.
Circumferential welds are not permitted.
4 Bellows are to be hydraulically or expansion (punched) formed. Rolled formed
bellows are not acceptable. Noticeable punch or die marks resulting from expansion
operation are not acceptable.
5 No repairs of any kind are allowed on the bellows after forming. Deep scratches and
dents are not acceptable.
6 The out of roundness shall be limited to ± 3mm. This is the max. deviation between
the max. & min. diameter.
7 The actual circumference of the welding end shall be maintained to ± 3mm of the
theoretical circumference.
8 Apart from the usual requirements, the vendor shall also furnish Design calculations
to justify stiffness and fatigue life, Axial, lateral stiffness, angular stiffness, effective
pressure thrust area, Installation/maintenance manual and Moments & forces due to
stiffness & pressure thrust due to expansion joint.

4.2.10 SUPPORTS AND SPRING ASSEMBLIES

S.No. Project Philosophy


1 The Material, Design, Manufacture and Fabrication shall be generally as per MSS-
SP-58/ MSS-SP-89 and/or BS 3974.
2 Testing of springs shall be as per BS1726

4.2.11 GASKETS

S.No. Project Philosophy


1 Asbestos shall not be used for gaskets and fillers.
2 Full face gaskets shall have bolt holes punched out
3 Non-metallic ring gaskets as per ASME B16.21 shall match flanges to ASME B16.5
upto 24", and ASME B16.47 or AWWA for sizes > 24" unless otherwise specified.
4 Spiral wound gaskets as per ASME B16.20 shall match flanges to ASME B16.5 upto
24", and ASME B16.47 series 'B' for sizes > 24" unless otherwise specified.

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

Page 796 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 29 of 33

S.No. Project Philosophy


5 Inner ring shall be provided for the following:
a) As per code (B 16.20) requirement.
b) For sizes 26" & above in all classes.
c) For vacuum, cryo and hydrogen service.
d) For SS321, SS347 and H-grade SS classes.
e) For classes where temperature is higher than 427°C.
f) For 900# rating and above classes.(If PMS specifies
spiral wound gasket)
6 In case of RTJ gaskets, only octagonal section ring gaskets shall be used & shall
have proper marking stamped. Material certificate shall be available for the gasket.
Hardness of RTJ gaskets shall be 20 BHN(min) less than the corresponding flange
groove hardness.

4.2.12 STUDS, BOLTS, NUTS

S.No. Project Philosophy


1 All bolting shall be as per ASME B18.2.1 for Studs, M/C Bolts and Jack screws, and
ASME B18.2.2 for nuts.
2 Threads shall be unified (UNC for ≤ 1" dia and 8UN for > 1" dia) as per ANSI B1.1
with class 2A fit for Studs, M/C Bolts and class 2B fit for nuts.
3 Stud bolts shall be threaded full length with two heavy hex nuts. Length tolerance
shall be in accordance with the requirement of ASME B16.5
4 The nuts shall be double chamfered, semi-finished, heavy hexagonal type and shall
be made by the hot forged process.
5 All the stud/ bolt should have metallurgical certificates in case of alloy/ SS metallurgy
with identified colour marking at the stud ends/ bolt side face.
6 Heads of jack screws and M/C bolts shall be heavy hexagonal type. Jack screw end
shall be rounded.
7 Wherever bolt tensioning is specified stud bolt length shall be longer by minimum
one diameter to suit bolt tensioner. Excess threads shall be protected by a threaded
nut.

4.2.13 SPECIAL SERVICE REQUIREMENTS

S.No. Type Description


1 IBR IBR stands for Indian Boiler Regulation. For steam
services, it is statutory obligation to meet IBR
requirements. For items under IBR material composition
restrictions, test reports, painting, etc. shall be as per
IBR's stipulations.
2 Impact Tests Welded Pipes and Fittings used below ASME Temp. -29
°C shall be impact tested as per requirement of ASME
B31.3.

4.2.14 INSPECTION AND TESTING

S.No. Project Philosophy


1 All items and their parts shall be subjected to all mandatory as well as
supplementary (wherever specified) tests and checks called for in the respective
codes/standards/data sheets.
2 The examining personnel shall have the requisite qualification and experience.
3 Client and its authorized representative reserve the right to vet and suggest changes
in vendor's procedures.

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

Page 797 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 30 of 33

S.No. Project Philosophy


4 Vendor's works and facilities shall be accessible to the Client/Representative at all
reasonable times.
5 Test reports for all mandatory as well as supplementary tests wherever specified
shall be furnished.
6 Positive material identification test at vendor’s works shall be done as per
‘Standard specification for positive material identification PMI at vendor’s works, 6-
81-0001'.

4.2.15 MARKING

S.No. Project Philosophy


1 All items shall be marked (stamped/etched) in accordance with the applicable
code/standard/specification. In addition, the item code, if available, shall also be
marked.
2 For ease of identification, the colour of painted strip (wherever required) shall be as
per the applicable standard.
3 Paint or ink for marking shall not contain any harmful metal or metal salts which can
cause corrosive attack either ordinarily or in service. Special items/smaller items
shall have attached corrosion resistant tag providing salient features.

4.2.16 DISPATCH

S.No. Project Philosophy


1 All items shall be dry, clean and free from moisture, dirt and loose foreign material of
all kinds.
2 All items shall be protected from rust, corrosion, and mechanical damage during
transportation, shipment and storage.
3 Rust preventive on machined surfaces to be welded shall not be harmful to welding
and shall be easily removable with a petroleum solvent.
4 Ends shall be suitably protected, and the protectors shall be securely and tightly
attached.
5 Each variety and size of item shall be supplied in separate packaging marked with
the purchase order no., item code (if available), and the salient specifications.
6 Carbon steel, LTCS and low alloy steel valves shall be painted with one coat of
inorganic zinc silicate primer.

5.0 OWNER / CLIENT SPECIFIC REQUIREMENTS

S.No. Description Selected Option


1 Equipment spacing (ISBL) Generally OISD norms / Licensor requirements /
EIL
spec 7-44-0501
2 Minimum pipe rack width (Main As per plot plan / layout
Pipe Rack)
3 Spare capacity on Rack / 10% for Units and 25% for Offsites.
Sleeper
4 Cooling water lines On rack upto 36"
Underground above 36"
4.1 FW lines (in Units) As per Engineering Design Basis for Refinery &
petrochemicals (Plot Plan & Fire Protection
system).

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

Page 798 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 31 of 33

S.No. Description Selected Option


5 Minimum height of sleeper 300mm (with pavement/ gravel below pipe-way)
or
500mm without pavement
6 Air cooler location NOT APPLICABLE
7 Location of pumps:
7.1 In Units Pump discharge 1m outside rack with motor
towards rack
7.2 In Offsites Under shed
8 Requirements of monorail on
pumps:
8.1 Under pipe rack / shed For all pumps
8.2 Open area None
9 Means for Exchanger bundle
removal:
9.1 In Open area at grade and on NOT APPLICABLE
Tech Structures top floor open to
sky
9.2 On Tech Structures except top NOT APPLICABLE
floor open to sky
10 Offsites Piping (On sleepers / Generally Pipe Rack, however, sleepers may be
Pipe Rack) considered in localized areas, if required
11 Battery limit valves' operation:
11.1 OSBL Piping on sleepers Operable from ground / platform at grade level
11.2 OSBL Piping on Piperack : Valves at grade level, Operable from
Valves at grade level / Valves at ground/platform at grade level
piperack level
11.2.1 Valves at grade level Operable from ground / platform at grade level
11.2.2 Valves at Piperack level Operable from platform
12 Pipe way road crossing Culvert / Overhead pipe bridges, as applicable
13 Electrical cable routing As per Electrical Design Basis
underground / above ground
14 Instrument cable routing As per Instrumentation Design Basis
underground / above ground
15 Any requirement of statutory IBR regulations for projects in India
approval.
16 Safety shower / eye wash As per P & ID
17 Requirement of elevators As per Specific requirement of Client/Licensor
18 Compressor house for ISBL &
OSBL:
18.1 Location NOT APPLICABLE
18.2 Maintenance requirement NOT APPLICABLE
19 Instrument Air Drier Shed None
20 Insulation material: Material selection and thickness as per agreed
Hot Process Design Basis
Cold
Safety
Electrical heat tracing
21 Type of environment for selection Environment as per 6-79-0020.
of painting system
22 Method of surface preparation: Blast cleaning (Grit blasting)
Mechanical tools No sand blasting is permitted
Power tool cleaning
Blast cleaning

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

Page 799 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 32 of 33

S.No. Description Selected Option


23 Corrosion protection below
insulation:
23.1 CS Pipe (upto 125 DEG C As per EIL Painting spec 6-79-0020
operating temperature)
23.2 SS Pipe: As per EIL Painting spec 6-79-0020
Cold Insulated
Hot insulated
24 Specific colour coding As per EIL Painting Spec 6-79-0020
requirements
25 Usage of IS grade material Limited to Cat-D services as per ASME B31.3 &
Fire water service
26 Usage of asbestos sheet gasket Not permitted
27 Provision for high settlement in Flexibility of piping
tank farm:
Usage of dresser coupling in
tank farms
Flexibility of piping
28 Steam tracing NOT APPLICABLE
29 Bulk Material Supplier EIL approved vendor list
30 Engineering Drawing mode Electronic - ISBL/OSBL
31 Specific software package for PDMS/E3D/SP3D for Units and Offsites.
engineering drawings: AutoCAD for revamp jobs.
32 Material Control System EIL in-house software package (for Jobs for
which detail engineering is done by EIL) & LSTK
Vendor's software for Packages
33 Item Coding system EIL practice( for Jobs for which detail
engineering is done by EIL) & LSTK Vendor's
coding for Packages
34 Stress analysis package CAESAR-II
35 Access to nozzles of columns Platform for 'manholes, nozzles with valves,
spectacle blinds and instruments' (However,
ladder access may be provided for Instrument
connections)
36 Staircase / Ladders for tall Ladder
columns
37 Provision of breakup flanges for Nil
removal of tube bundles of heat
exchangers
38 Height of pipe support pedestals 150 mm
39 Mandatory Bulk Material EIL Standard (for Jobs for which detail
Escalation engineering is done by EIL) & LSTK Vendor's
standard for Packages
40 Cathodic Protection of Tankage As per SED (Static Eqpt. Dept.) Design Basis
and U/G Piping
41 Cast iron valves None, except in drinking water service for sizes
2" NB and above
42 Strainers:
42.1 Y Type Upto 1.5" irrespective of service
2" & above in steam service
42.2 T type 2" & above in services other than steam
43 Dynamic stress analysis Required for:
Two phase flow lines with slug/plug flow
Transfer lines

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

Page 800 of 4396


Engineering Design Basi s Document No.
(Piping) B471-999-16-43-EDB-1001
Rev No. 1
Page 33 of 33

S.No. Description Selected Option


44 Piping isolation valve for As per P&ID/ Process Design Basis
instruments/ Stand Pipes
45 Disposal of nonrecoverable As per Process Design Basis
condensate in units & offsites:
Through U/G header to storm
water sewer
Soak Pit
46 Sequence of burner piping near NOT APPLICABLE
peep-doors
47 Sea Water Piping NOT APPLICABLE
48 Spiral Weld pipes IS pipes for Category D services & Fire Water
service.
49 Corrosion Pad on bare pipe For 14" NB and above on pipe
rack/sleeper/structure
50 Special requirements for NOT APPLICABLE
Hydrogen service

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

Page 801 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 1 of 70

PIPING MATERIAL SPECIFICATION


(B471-6-44-0005)

Client : GAIL

Project : GAIL,GANDHAR

Location : GANDHAR,GUJRAT

Job No. : B471

0 20/12/2021 ISSUED FOR ENGINEERING TS PK SU

Rev. No Date Purpose Prepared by Checked by Approved by

Template No. 5-0000-0001-T1 Rev. 1 Copyright EIL- All rights reserved

Page 802 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 2 of 70

Abbreviations:

PMS : Piping Material Specifications

M : Matching (Schedule/ Thickness)

IBR : Indian Boiler Regulations

NACE : National Association of Corrosion Engineers

HDPE : High Density Poly Ethylene

NDT : Non Destructive Testing

PE : Plain End

BE : Bevel End

PBE : Plain Both Ends

ASTM : American Society for Testing & Materials

API : Ameriacn Petroleum Institute

ASME : American Society of Mechanical Engineers

SW : Socket Weld

BW : Butt Weld

BHN : Brinell Hardness Number

MP Test: Magnetic Particle Test

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

Page 803 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 3 of 70

CONTENTS

Sl. No. Description Pages

1 Piping Material Specifications (B471-6-44-0005) Rev 0 70

2 Annexure-I, Job Piping Material Specification General Notes, (B471-6-44-0005-A1) Rev 0. 15

3 Annexure -II, Piping Material Specification Extracts, (B471-6-44-005-A2) Rev. 0. 7

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

Page 804 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 4 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT

PIPING MATERIAL SPECIFICATION INDEX


Piping Spl. Basic
Sl. No Class Rating C.A Service Remarks
Reqt. Material

1 A11A 150 3 CARBON STEEL MILD SOUR FLARE (NON NACE) - REFER LPG FLARE
NOTE 34.

2 A1A 150 1.5 CARBON STEEL NON CORROSIVE/ FLAMMABLE / NON


FLAMMABLE/ NON LETHAL -PROCESS &
HYDROCARBONS; HYDROCARBON FLARE ;
LUBE OIL BEFORE FILTER; AMMONIA,
STEAM & CONDENSATE (NON IBR);
UTILITIES- INST AIR(BEYOND A3A IN
OFFSITES), PLANT AIR, NITROGEN,
CARBONDIOXIDE; WATER - BEYOND A3A

3 A3A 150 1.5 CARBON STEEL NON CORROSIVE UTILITIES (ABOVE


GROUND) CATEGORY "D" FLUID - COOLING
WATER, INSTRUMENT AIR(2" & ABOVE-IN
OFFISTES), PLANT AIR, INERT GAS, CARBON
DI OXIDE (DRY), NITROGEN, CONDENSATE &
BOILER FEED SUCTION (NON IBR). THIS
CLASS DOES NOT COVER UNDERGROUND
PIPING AND THE FIRE WATER SERVICE. FOR
SIZES ABOVE 30", TEMPERATURE AND
PRESSURE RATINGS SHALL BE 70 DEG.C &
7.0 KG/CM2G RESPECTIVELY.

4 A92A 150 1.5 CARBON STEEL UNDER GROUND COOLING WATER COOLING WATER
(CATEGORY-'D') U/G

5 A93A 150 1.5 CARBON STEEL CATEGORY 'D' FLUID, CONTAMINATED RAIN CRWS-A/G &U/G
WATER SEWER(CRWS) / STORM SEWER
(ABOVE GROUND & UNDER GROUND).

6 A94A 150 1.5 CARBON STEEL FIRE WATER-WATER & FOAM SOLUTION FIREWATER-A/G &
(UNDER GROUND AND ABOVE GROUND) U/G

7 A96A 150 1.5 CARBON STEEL OWS (ABOVE GROUND & UNDER GROUND) OWS-A/G &U/G

8 B1A 300 1.5 CARBON STEEL NON CORROSIVE PROCESS - FLAMMABLE /


NON FLAMMABLE, NON LETHAL -
HYDROCARBONS, AROMATICS, AMMONIA,
SWEET GAS, FLUSHING OIL AND OTHER
UTILITIES -MP CONDENSATE, INSTRUMENT
AIR(OFFSITES), PLANT AIR, NITROGEN,
AMMONIA GAS ETC. ABOVE CLASS 'A1A'.

9 B1K 300 0 SS 304 PURE PROCESS LIQUID, VAPOUR AND GAS


OR MILD CORROSIVE HYDROCARBON -
FLAMMABLE/ NON FLAMMABLE & NON
LETHAL HYDROCARBONS, CHEMICAL,
ODORANT ETC.

Package : IPMCS
Report No. : 50

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

Page 805 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 5 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT

PIPING MATERIAL SPECIFICATION INDEX


Piping Spl. Basic
Sl. No Class Rating C.A Service Remarks
Reqt. Material

10 J2A 150 0 CS (Galv.) POTABLE WATER (ABOVE GROUND ONLY),


FIRE WATER-SPRINKLER SYSTEM AFTER
ORIFICE, BURIED INSTRUMENT AIR LINE TO
DELUGE VALVE

11 J95A 150 0 CS (Galv.) DRINKING WATER(POTABLE WATER)-A/G & POTABLE WATER,


U/G, WATER SPRAY- A/G & U/G WATER SPRAY-
A/G & U/G

Notes : 1. For PMS General notes refer Annexure-I of this document


2. For PMS Extracts refer Annexure-II of this document

Package : IPMCS
Report No. : 50

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

Page 806 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 6 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A11A Sheet 1 of 6

PIPE CLASS : A11A


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 7.5 7.5 7.5 7.5 7.5 7.5 7.5 7.5 7.5

SERVICE
MILD SOUR FLARE (NON NACE) - REFER NOTE 34.

NOTES
1 NDT REQUIREMENTS AS PER EIL STANDARD SPECIFICATION B471-6-44-0016.
3 USE PIPE OF CLASS 22 INSTEAD OF CLASS 12 IF PIPE THICKNESS EXCEEDS 25.00 MM.
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.
34 MAXIMUM HARDNESS IN WELD JOINTS SHALL BE LIMITED TO 200 BHN.
92 GATE VALVES OF SIZE 26" AND ABOVE SHALL BE IN ACCORDANCE WITH B-16.34 AND FLANGE ENDS SHALL BE IN
ACCORDANCE WITH ASME B16.47 SERIES B.

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 A11A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 807 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 7 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A11A Sheet 2 of 6

84.00 84.00
80.00 80.00
76.00 76.00
72.00 72.00
70.00 70.00
68.00 68.00
66.00 66.00
64.00 64.00
62.00 62.00
60.00 60.00
58.00 58.00
56.00 56.00
54.00 54.00
52.00 52.00
50.00 50.00
48.00 48.00
46.00 46.00
44.00 44.00

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

42.00 42.00
40.00 40.00
38.00 38.00
36.00 36.00
34.00 34.00
32.00 32.00
30.00 T 30.00
28.00 T R 28.00
26.00 T R R 26.00
24.00 T P R R 24.00
22.00 22.00
20.00 T P P P R 20.00
18.00 T P P P P R 18.00
16.00 T P P P P P R 16.00
14.00 T P P P P P P R 14.00
12.00 T P P P P P P P P 12.00
10.00 T P P P P P P P P P 10.00
8.00 T P P P P P P P P P P 8.00
6.00 T P P P P P P P P P P R 6.00
5.00 5.00
4.00 T P P P P P P P P P P P R 4.00
3.50 3.50
3.00 T P P P P P P P P P P P P R 3.00
2.50 2.50
2.00 T P P P P P P P P P P P P P P 2.00
1.50 T T H H H H H H H H H H H H H H 1.50
1.25 1.25
1.00 T T H H H H H H H H H H H H H H H 1.00
0.75 T T T H H H H H H H H H H H H H H H 0.75
0.50 T T T T H H H H H H H H H H H H H H H 0.50
10.00
12.00
14.00
16.00
18.00
20.00
22.00
24.00
26.00
28.00
30.00
1.00
1.25
1.50
2.00
2.50
3.00
3.50
4.00
5.00
6.00
8.00
.50
.75

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 : IPMCS
Report No. : 50 A11A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 808 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 8 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A11A Sheet 3 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 16 30 STD B-36.10 A672GR.B60 CL.12 BE, E.FS.W PI2H613Z0


(200 BHN MAX)
NIP NIPPLE .5 .75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

NIP NIPPLE 1 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.WN .5 24 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0

FLG FLNG.WN 26 30 M B-16.47-B ASTM A 105 150, RF/125AARH FWB0127Z0

FLB FLNG.BLIND .5 24 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0

FLB FLNG.BLIND 26 30 B-16.47-B ASTM A 105 150, RF/125AARH FBB0127Z0

FEF FLNG.FIG.8 .5 8 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0


B16.48
FEF SPCR&BLND 10 24 ASME- ASTM A 105 150, FF/125AARH FCK0121Z0
B16.48
FEF SPCR&BLND 26 30 ASME ASTM A 516 GR.70 150, FF/125AARH FCU6321Z0
B16.47B/EIL'
STD
Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2 14 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10


GR.WPB
ELB90 ELBOW.90 16 30 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 .5 .75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1 1.5 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2 14 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10


GR.WPB
ELB45 ELBOW.45 16 30 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W

Package
Report No.
: IPMCS
: 50
A11A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 809 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 9 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A11A Sheet 4 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2 14 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TEQ T.EQUAL 16 30 M B-16.9 ASTM A 234 BW WEG754ZZ0
GR.WPB-W
TRED T.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2 14 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
TRED T.RED 16 30 M, M B-16.9 ASTM A 234 BW WRG754ZZ0
GR.WPB-W
REDC REDUC.CONC 2 14 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 16 30 M, M B-16.9 ASTM A 234 BW WUG754ZZ0
GR.WPB-W
REDE REDUC.ECC 2 14 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 16 30 M, M B-16.9 ASTM A 234 BW WVG754ZZ0
GR.WPB-W
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

CAP CAP 2 30 M B-16.9 ASTM A 234 BW WFG684ZZ0


GR.WPB
CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLH CPLNG.HALF .5 .75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1 1.5 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLL CPLNG.LH .5 .75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1 1.5 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLR CPLNG.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

Package
Report No.
: IPMCS
: 50
A11A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 810 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 10 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A11A Sheet 5 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Valves Group
GAV VLV.GATE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL
GAV VLV.GATE 2 42 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 51301ZZZ0 92
10434 GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 51301
SEATS-STELLITED
GLV VLV.GLOBE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2 16 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52301ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 52301
SEATS-STELLITED
CHV VLV.CHECK .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2 24 BS 1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53301ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 53301
SEATS-STELLITED
BLV VLV.BALL .5 16 BS EN ISO BODY-ASTM A 105 FLGD, 150, B-16.5, 54301ZZZ0
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54301
BODY SEAT-
RPTFE
PLV VLV.PLUG .5 24 BS-5353 BODY-ASTM A 105 FLGD, 150, B-16.5, 55301ZZZ0
/A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 55301
PLUG-HARDENED
Bolt Group
BOS BOLT.STUD .5 30 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 24 B-16.20- SP.WND SPIRAL, 150 GK66272Z0
ANSI B16.5 SS316+GRAFIL+ I
RING
GAS GASKET 26 30 B-16.20- SP.WND SPIRAL, 150 GK56272Z0
ANSI SS316+GRAFIL+ I
B16.47B RING
Trap/Strainer Group
TSR STRNR.TEMP 1.5 24 EIL'STD B:A516GR.70;INT:S CONETYPE, ST16831Z0
S304 150,FF/125AARH
PSR STRNR.PERM .5 1.5 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 2 14 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0


T:SS304

Package
Report No.
: IPMCS
: 50
A11A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 811 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 11 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A11A Sheet 6 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Trap/Strainer Group
PSR STRNR.PERM 16 24 M EIL'STD B:A234GR.WPBW;I BW, T-TYPE SP13644Z0
NT:SS304

Package
Report No.
: IPMCS
: 50
A11A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 812 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 12 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A1A Sheet 1 of 6

PIPE CLASS : A1A


RATING : 150
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 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
NON CORROSIVE/ FLAMMABLE / NON FLAMMABLE/ NON LETHAL -PROCESS & HYDROCARBONS; HYDROCARBON
FLARE ; LUBE OIL BEFORE FILTER; AMMONIA, STEAM & CONDENSATE (NON IBR); UTILITIES- INST AIR(BEYOND A3A IN
OFFSITES), PLANT AIR, NITROGEN, CARBONDIOXIDE; WATER - BEYOND A3A

NOTES
1 NDT REQUIREMENTS AS PER JOB SPECIFICATION B471-6-44-0016.
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.
36 THIS IS A PRESSURE BALANCED PLUG VALVES WHICH SHALL BE USED ONLY IF SPECIFIED IN P&ID.
92 GATE VALVES OF SIZE 26" AND ABOVE SHALL BE IN ACCORDANCE WITH B-16.34 AND FLANGE ENDS SHALL BE IN
ACCORDANCE WITH ASME B16.47 SERIES B.

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 A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 813 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 13 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A1A Sheet 2 of 6

84.00 84.00
80.00 80.00
76.00 76.00
72.00 72.00
70.00 70.00
68.00 68.00
66.00 66.00
64.00 64.00
62.00 62.00
60.00 60.00
58.00 58.00
56.00 56.00
54.00 54.00
52.00 52.00
50.00 50.00
48.00 T 48.00
46.00 T R 46.00
44.00 T R R 44.00

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

42.00 T R R R 42.00
40.00 T R R R R 40.00
38.00 T 38.00
36.00 T R R R R R 36.00
34.00 T R R R R R R 34.00
32.00 T R R R R R R R 32.00
30.00 T R R R R R R R R 30.00
28.00 T R R R R R R R R R 28.00
26.00 T R R R R R R R R R R 26.00
24.00 T R R R R R R R R R R R 24.00
22.00 T R R R R R R R R R R R R 22.00
20.00 T R R R R R R R R R R R R R 20.00
18.00 T P R R R R R R R R R R R R R 18.00
16.00 T P P R R R R R R R R R R R R R 16.00
14.00 T P P P R R R R R R R R R R R R R 14.00
12.00 T P P P P R R R R R R R R R R R R R 12.00
10.00 T P P P P P R R R R R R R R R R R R R 10.00
8.00 T P P P P P P R R R R R R R R R R R R R 8.00
6.00 T P P P P P P P R R R R R R R R R R R R R 6.00
5.00 T P P P P P P P P R R R R R R R R R R R R R 5.00
4.00 T P P P P P P P P P R R R R R R R R R R R R R 4.00
3.50 T P P P P P P P P P P R R R R R R R R R R R R R 3.50
3.00 T P P P P P P P P P P P R R R R R R R R R R R R R 3.00
2.50 T 2.50
2.00 T P P P P P P P P P P P P P R R R R R R R R R R R R 2.00
1.50 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 1.50
1.25 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 1.25
1.00 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 1.00
0.75 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 0.75
0.50 T 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 0.50
10.00
12.00
14.00
16.00
18.00
20.00
22.00
24.00
26.00
28.00
30.00
32.00
34.00
36.00
38.00
40.00
42.00
44.00
46.00
48.00
1.00
1.25
1.50
2.00
2.50
3.00
3.50
4.00
5.00
6.00
8.00
.50
.75

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 : IPMCS
Report No. : 50 A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 814 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 14 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A1A Sheet 3 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 16 36 STD B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0


GR.B60 CL.12
PIP PIPE 40 48 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0
GR.B60 CL.12
NIP NIPPLE .5 .75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

NIP NIPPLE 1 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.WN .5 24 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0

FLG FLNG.WN 26 48 M B-16.47-B ASTM A 105 150, RF/125AARH FWB0127Z0

FLB FLNG.BLIND .5 24 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0

FLB FLNG.BLIND 26 48 B-16.47-B ASTM A 105 150, RF/125AARH FBB0127Z0

FEF FLNG.FIG.8 .5 8 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0


B16.48
FEF SPCR&BLND 10 24 ASME- ASTM A 105 150, FF/125AARH FCK0121Z0
B16.48
FEF SPCR&BLND 26 48 ASME ASTM A 516 GR.70 150, FF/125AARH FCU6321Z0
B16.47B/EIL'
STD
Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2 14 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10


GR.WPB
ELB90 ELBOW.90 16 48 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 .5 .75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1 1.5 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2 14 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10


GR.WPB

Package
Report No.
: IPMCS
: 50
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 815 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 15 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A1A Sheet 4 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
ELB45 ELBOW.45 16 48 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W
TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2 14 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TEQ T.EQUAL 16 48 M B-16.9 ASTM A 234 BW WEG754ZZ0
GR.WPB-W
TRED T.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2 14 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
TRED T.RED 16 48 M, M B-16.9 ASTM A 234 BW WRG754ZZ0
GR.WPB-W
REDC REDUC.CONC 2 14 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 16 48 M, M B-16.9 ASTM A 234 BW WUG754ZZ0
GR.WPB-W
REDE REDUC.ECC 2 14 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 16 48 M, M B-16.9 ASTM A 234 BW WVG754ZZ0
GR.WPB-W
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

CAP CAP 2 48 M B-16.9 ASTM A 234 BW WFG684ZZ0


GR.WPB
CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLH CPLNG.HALF .5 .75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1 1.5 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLL CPLNG.LH .5 .75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1 1.5 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLR CPLNG.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

Package
Report No.
: IPMCS
: 50
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 816 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 16 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A1A Sheet 5 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
CPLR CPLNG.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

Valves Group
GAV VLV.GATE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL
GAV VLV.GATE 2 42 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 51301ZZZ0 92
10434 GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 51301
SEATS-STELLITED
GLV VLV.GLOBE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2 16 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52301ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 52301
SEATS-STELLITED
CHV VLV.CHECK .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2 24 BS 1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53301ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 53301
SEATS-STELLITED
BLV VLV.BALL .5 16 BS EN ISO BODY-ASTM A 105 FLGD, 150, B-16.5, 54301ZZZ0
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54301
BODY SEAT-
RPTFE
PLV VLV.PLUG .5 24 BS-5353 BODY-ASTM A 105 FLGD, 150, B-16.5, 55301ZZZ0
/A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 55301
PLUG-HARDENED
PLV/1 VLV.PLUG .5 36 BS-5353 BODY-ASTM A 105 FLGD, 150, B-16.5, 55315ZZZ0 36
/A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 55315
PLUG-HARDENED
BFV VLV.BTRFLY 3 24 BS EN 593 BODY-ASTM A 216 WAFL, 150, B-16.5, 56301ZZZ0
GR.WCB,TRIM- WAF/125AARH, SHT
13% CR.STEEL NO.- 56301
BFV VLV.BTRFLY 26 48 BS EN 593 BODY-ASTM A 216 FLGD, 150, B-16.47 B, 56315ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 56315
Bolt Group
BOS BOLT.STUD .5 48 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H

Package
Report No.
: IPMCS
: 50
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 817 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 17 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A1A Sheet 6 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Gasket Group
GAS GASKET .5 24 B-16.20- SP.WND SPIRAL, 150 GK66272Z0
ANSI B16.5 SS316+GRAFIL+ I
RING
GAS GASKET 26 48 B-16.20- SP.WND SPIRAL, 150 GK56272Z0
ANSI SS316+GRAFIL+ I
B16.47B RING
Trap/Strainer Group
TRP TRAP.STEAM .5 1.5 MNF'STD B:A105;T:13%CR;S: FLGD, THRMDNMC, TR3065530
SS304 150,RF/125AARH
TSR STRNR.TEMP 1.5 24 EIL'STD B:A516GR.70;INT:S CONETYPE, ST16831Z0
S304 150,FF/125AARH
PSR STRNR.PERM .5 1.5 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 2 14 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0


T:SS304
PSR STRNR.PERM 16 24 M EIL'STD B:A234GR.WPBW;I BW, T-TYPE SP13644Z0
NT:SS304

Package
Report No.
: IPMCS
: 50
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 818 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 18 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A3A Sheet 1 of 8

PIPE CLASS : A3A


RATING : 150
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP 0 38 50 65 100 150 186
PRESS 10.55 10.55 10.55 10.55 10.55 10.55 10.55

SERVICE
NON CORROSIVE UTILITIES (ABOVE GROUND) CATEGORY "D" FLUID - COOLING WATER, INSTRUMENT AIR(2" & ABOVE-
IN OFFISTES), PLANT AIR, INERT GAS, CARBON DI OXIDE (DRY), NITROGEN, CONDENSATE & BOILER FEED SUCTION
(NON IBR). THIS CLASS DOES NOT COVER UNDERGROUND PIPING AND THE FIRE WATER SERVICE. FOR SIZES ABOVE
30", TEMPERATURE AND PRESSURE RATINGS SHALL BE 70 DEG.C & 7.0 KG/CM2G RESPECTIVELY.

NOTES
1 NDT REQUIREMENTS AS PER JOB SPECIFICATION B471-6-44-0016.
6 FOR FABRICATED REDUCERS,REFER EIL'STD 7-44-0485 & 7-44-0487. FOR MITRES, REFER EIL'STD 7-44-0033.
10 USE 5 PIECES 90 DEG MITRE FOR SIZE(S) 16 - 18, 24, 32 - 40, 44 - 50, 54 - 60, 64-70; 6 PIECES 90 DEG MITRE FOR SIZE(S)
20, 26, 42, 52, 62, 72 - 76 ; 7 PIECES 90 DEG MITRE FOR SIZE(S) 28, 30, 80; 45 DEG MITRE REQUIRES ONE PIECE LESS
31 USE BUTTERFLY VALVES INSTEAD OF GATE VALVES FROM 10" ONWARDS IN WATER SERVICE AND UPTO 70 DEG C.
DESIGN PRESSURE FOR BUTTERFLY VALVES IS LIMITED UPTO 10 BAR.
32 CORROSION ALLOWANCE HAS BEEN ADJUSTED TO SELECT OPTIMUM SCH. REFER GENERAL NOTES TO PMS.
65 FORGINGS ARE ACCEPTABLE IN LIEU OF PLATE MATERIAL FOR BLIND FLANGES AND SPACER & BLINDS.
76 FOR PERMANENT BW STRAINERS,REFER EIL'STD 7-44-0303 & 7-44-0304; AND FOR TEMPORARY STRAINERS,REFER
EIL'STD 7-44-0300.
77 FOR SIZES > 24", SPACER & BLIND SHALL BE DESIGNED BY THE MANUFACTURER AS PER ASME B31.3.
86 BUTTERFLY VALVES FOR THE SPEC ARE PN10 RATED WITH A MAXIMUM PRESSURE OF 10.2 KG/CM2G.
98 FOR SIZES ABOVE 30", TEMPERATURE AND PRESSURE RATINGS SHALL BE 70 DEG.C & 7.0 KG/CM2G RESPECTIVELY.
99 BLIND FLANGES AND SPACER & BLINDS SPECIFIED TO MANUFACTURER'S STANDARD SHALL BE DESIGNED FOR 70
DEG.C AND 7.0 KG/CM2G TO SUIT 150#, FF, 125AARH, AWWA C207 CL.D FLANGES.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING 3000 LBS.

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-350, DF3

ON LINES >= 2.0" 0.75" OR AS PER P&ID. REFER EIL STD. 7-44-351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-350, VC1

ON LINES >= 2.0" 0.75" OR AS PER P&ID. REFER EIL STD 7-44-351, V1

TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-353

PRESS.CONN 0.75" SW, SH HVY NIPPLE WITH GATE VALVE TO SPEC AS PER EIL STD
7-44-354

Package : IPMCS
Report No. : 50 A3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 819 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 19 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A3A Sheet 2 of 8

84.00
80.00
76.00
72.00
70.00
68.00
66.00 T
64.00 T P
62.00 T P P
60.00 T P P P
58.00 T P P P P
56.00 T P P P P
54.00 T P P P P P
52.00 T P P P P P P
50.00 T P P P P P P P
48.00 T P P P P P P P P
46.00 T P P P P P P P P P
44.00 T P P P P P P P P P P
BRANCH PIPE ( SIZE IN INCHES)

42.00 T P P P P P P P P P P P
40.00 T P P P P P P P P P P P P
38.00 T P P P P P P P P P P P P P
36.00 T P P P P P P P P P P P P P P
34.00 T P P P P P P P P P P P P P P P
32.00 T P P P P P P P P P P P P P P P P
30.00 T P P P P P P P P P P P P P P P P P
28.00 T R P P P P P P P P P P P P P P P P P
26.00 T R R P P P P P P P P P P P P P P P P P
24.00 T R R R P P P P P P P P P P P P P P P P P
22.00
20.00 T P R R R P P P P P P P P P P P P P P P P P
18.00 T R P R R R P P P P P P P P P P P P P P P P P
16.00 T P R P R R R P P P P P P P P P P P P P P P P P
14.00 T P P P P P R R P P P P P P P P P P P P P P P P P
12.00 T P P P P P P R R P P P P P P P P P P P P P P P P P
10.00 T P P P P P P P R R P P P P P P P P P P P P P P P P P
8.00 T P P P P P P P P R R P P P P P P P P P P P P P P P P P
6.00 T P P P P P P P P P R R P P P P P P P P P P P P P P P P P
5.00
4.00 T P P P P P P P P P P R R P P P P P P P P P P P P P P P P P
3.50
3.00 T P P P P P P P P P P P R R P P P P P P P P P P P P P P P P P
2.50
2.00 T P P P P P P P P P P P P P R P P P P P P P P P P P P P P P P P
1.50 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 H H
1.25
1.00 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 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 H H H
0.50 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 H H H
10.00
12.00
14.00
16.00
18.00
20.00
22.00
24.00
26.00
28.00
30.00
32.00
34.00
36.00
38.00
40.00
42.00
44.00
46.00
48.00
50.00
52.00
54.00
56.00
58.00
60.00
62.00
64.00
66.00
1.00
1.25
1.50
2.00
2.50
3.00
3.50
4.00
5.00
6.00
8.00
.50
.75

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 : IPMCS
Report No. : 50 A3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 820 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 20 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A3A Sheet 3 of 8

84.00
80.00
76.00
T 72.00
T P 70.00
T P P 68.00
P P P 66.00
P P P 64.00
P P P 62.00
P P P 60.00
P P P 58.00
P P P 56.00
P P P 54.00
P P P 52.00
P P P 50.00
P P P 48.00
P P P 46.00
P P P 44.00
BRANCH PIPE (SIZE IN INCHES)

P P P 42.00
P P P 40.00
P P P 38.00
P P P 36.00
P P P 34.00
P P P 32.00
P P P 30.00
P P P 28.00
P P P 26.00
P P P 24.00
22.00
P P P 20.00
P P P 18.00
P P P 16.00
P P P 14.00
P P P 12.00
P P P 10.00
P P P 8.00
P P P 6.00
5.00
P P P 4.00
3.50
P P P 3.00
2.50
P P P 2.00
H H H 1.50
1.25
H H H 1.00
H H H 0.75
H H H 0.50
68.00
70.00
72.00

Package : IPMCS
Report No. : 50 A3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 821 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 21 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A3A Sheet 4 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 16 16 8.0 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0

PIP PIPE 18 20 8.0 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0

PIP PIPE 24 30 10.0 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0

PIP PIPE 32 42 10 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0 98

PIP PIPE 44 52 12 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0 98

PIP PIPE 54 62 14 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0 98

PIP PIPE 64 80 16 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0 98

NIP NIPPLE .5 .75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

NIP NIPPLE 1 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 150, RF/125AARH FSC0127Z0

FLG FLNG.SO 2 24 B-16.5 ASTM A 105 150, RF/125AARH FNC0127Z0

FLG FLNG.SO 26 80 AWWA-C207 ASTM A 516 GR.70 150, FF/125AARH FN46321Z0


CL.D
FLB FLNG.BLIND .5 24 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0

FLB FLNG.BLIND 26 48 AWWA-C207 ASTM A 516 GR.70 150, FF/125AARH FB46321Z0


CL.D
FEF FLNG.FIG.8 .5 8 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0
B16.48
FEF SPCR&BLND 10 24 ASME- ASTM A 105 150, FF/125AARH FCK0121Z0
B16.48
FEF SPCR&BLND 26 80 AWWA ASTM A 516 GR.70 150, FF/125AARH FCT6321Z0
C207D/EIL'S
TD
Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

Package
Report No.
: IPMCS
: 50
A3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 822 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 22 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A3A Sheet 5 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2 6 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10


GR.WPB
ELB90 ELBOW.90 8 14 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 .5 .75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1 1.5 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2 6 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10


GR.WPB
ELB45 ELBOW.45 8 14 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W
MIT90 MITRE.90 16 28 M EIL'STD IS-3589 GR.410 BW, 1.5D WDKF241Z0

MIT90 MITRE.90 30 30 M EIL'STD IS-3589 GR.410 BW, 1.5D WDKF241Z0 32

MIT90 MITRE.90 32 80 M EIL'STD IS-3589 GR.410 BW, 1.5D WDKF241Z0

MIT45 MITRE.45 16 28 M EIL'STD IS-3589 GR.410 BW, 1.5D WGKF241Z0

MIT45 MITRE.45 30 30 M EIL'STD IS-3589 GR.410 BW, 1.5D WGKF241Z0 32

MIT45 MITRE.45 32 80 M EIL'STD IS-3589 GR.410 BW, 1.5D WGKF241Z0

TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2 6 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TEQ T.EQUAL 8 48 M B-16.9 ASTM A 234 BW WEG754ZZ0
GR.WPB-W
TRED T.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2 6 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
TRED T.RED 8 48 M, M B-16.9 ASTM A 234 BW WRG754ZZ0
GR.WPB-W
REDC REDUC.CONC 2 6 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 8 14 M, M B-16.9 ASTM A 234 BW WUG754ZZ0
GR.WPB-W

Package
Report No.
: IPMCS
: 50
A3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 823 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 23 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A3A Sheet 6 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
REDC REDUC.CONC 16 80 M, M EIL'STD IS-3589 GR.410 BW WUKF24ZZ0

REDE REDUC.ECC 2 6 M, M B-16.9 ASTM A 234 BW WVG684ZZ0


GR.WPB
REDE REDUC.ECC 8 14 M, M B-16.9 ASTM A 234 BW WVG754ZZ0
GR.WPB-W
REDE REDUC.ECC 16 80 M, M EIL'STD IS-3589 GR.410 BW WVKF24ZZ0

SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

CAP CAP .5 1.5 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0

CAP CAP 2 6 M B-16.9 ASTM A 234 BW WFG684ZZ0


GR.WPB
CAP CAP 8 48 M B-16.9 ASTM A 234 BW WFG684ZZ0
GR.WPB
CAP CAP 50 80 CALC ASME-VIII ASTM A 285 GR.C BW WF3J54ZZ0

CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLH CPLNG.HALF .5 .75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1 1.5 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLL CPLNG.LH .5 .75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1 1.5 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLR CPLNG.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

UNN UNION .5 .75 BS-3799 ASTM A 105 SW, 6000 WQH02D3Z0

UNN UNION 1 1.5 BS-3799 ASTM A 105 SW, 3000 WQH02D2Z0

Valves Group
GAV VLV.GATE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL
GAV VLV.GATE 2 24 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 51321ZZZ0
10434 GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 51321

Package
Report No.
: IPMCS
: 50
A3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 824 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 24 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A3A Sheet 7 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Valves Group
SEATS-STELLITED

GLV VLV.GLOBE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2 16 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 52321
SEATS-STELLITED
CHV VLV.CHECK .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2 24 BS 1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 53321
SEATS-STELLITED
CHV VLV.CHECK 26 48 API-594 BODY-ASTM A 105 FLGD, 150, 53316ZZZ0
/A AWWAC207,
216GR.WCB,TRIM- FF/125AARH, SHT
13%CR.STEEL, NO.- 53316
SEATS-STELLITED
BLV VLV.BALL .5 16 BS EN ISO BODY-ASTM A 105 FLGD, 150, B-16.5, 54321ZZZ0
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54321
BODY SEAT-
RPTFE
BFV VLV.BTRFLY 3 24 BS EN 593 BODY-ASTM A 216 WAFL, 150, B-16.5, 56321ZZZ0
GR.WCB,TRIM- WAF/125AARH, SHT
13% CR.STEEL NO.- 56321
BFV VLV.BTRFLY 26 48 BS EN 593 BODY-ASTM A 216 FLGD, 150, 56316ZZZ0
GR.WCB,TRIM- AWWAC207,
13% CR.STEEL FF/125AARH, SHT
NO.- 56316
Bolt Group
BOS BOLT.STUD 18 80 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
BOM BOLT.M/C .5 16 B-18.2 BOLT:A307 GR.B, BM41418Z0
NUT:A563 GR.B
Gasket Group
GAS GASKET .5 24 B-16.21- NONASBESTOS RING, 150, 2 MM GKBAX52Z0
ANSI B16.5 BS7531 GR X
GAS GASKET 26 80 AWWA-C207 NONASBESTOS FULLFACE, 150, 2 MM GK2AX22Z0
CL.D BS7531 GR X
Trap/Strainer Group
TRP TRAP.STEAM .5 1.5 MNF'STD B:A105;T:13%CR;S: FLGD, THRMDNMC, TR3065530
SS304 150,RF/125AARH

Package
Report No.
: IPMCS
: 50
A3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 825 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 25 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A3A Sheet 8 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Trap/Strainer Group
TSR STRNR.TEMP 1.5 24 EIL'STD B:A285GR.C;INT:S CONETYPE, ST14431Z0
S304 150,FF/125AARH
PSR STRNR.PERM .5 1.5 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 2 6 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0


T:SS304
PSR STRNR.PERM 8 24 M EIL'STD B:A234GR.WPBW;I BW, T-TYPE SP13644Z0
NT:SS304

Package
Report No.
: IPMCS
: 50
A3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 826 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 26 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A92A Sheet 1 of 6

PIPE CLASS : A92A


RATING : 150
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP 0 38 50 65
PRESS 10.55 10.55 10.55 10.55

SERVICE
UNDER GROUND COOLING WATER (CATEGORY-'D')

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.
65 FORGINGS ARE ACCEPTABLE IN LIEU OF PLATE MATERIAL FOR BLIND FLANGES AND SPACER & BLINDS.
86 BUTTERFLY VALVES FOR THE SPEC ARE PN10 RATED WITH A MAXIMUM PRESSURE OF 10.2 KG/CM2G.
101 NDT REQUIREMENTS AS PER EIL STANDARD B471-6-44-0016.
127 ALL UNDERGROUND PIPING SHALL BE PROVIDED WITH CORROSION RESISTANCE PROTECTION AS PER APPLICABLE
SPECIFICATION NO 6-79-0011
153 SOIL CONDITIONS FOR UNDER-GROUND PIPING ARE AS FOLLOWS:
(a) MODULUS OF ELASTICITY : 45 kg/cm2 to 60 kg/cm2
(b) BULK DENSITY OF SOIL : 1750 kg/m3 to 1800 kg/m3
(c) K Mu FACTOR : 0.19
154 ANGLE OF FRICTION OF FILL MATERIAL ( EXCAVATED MATERIALS FROM TRENCH) WITH 90% COMPACTION OF
STANDARD PROCTOR DRY DENSITY) = 26-28°.
155 (a) THE WIDTH OF THE TRENCH SHALL BE AS PER IS: 783
(b) BEDDING ANGLE : 90 TO 120 DEG
(c) THE U/G PIPES SHALL BE DIRECTLY LAID IN TRENCHES WHICH SHALL BE FILLED AFTER LAYING
(d) ALL THE ABOVE SYSTEMS ARE PERMANENT IN NATURE
156 FOR U/G SERVICES, PIPE WALL THICKNESSES ARE CALCULATED BASED ON SOIL PERAMETERS, BURIAL DEPTH OF
1500MM & LINE DESIGN CONDITIONS OF 10.55 KG/ SQ.CM G AT 65 DEG C.
183 USE BUTTERFLY VALVES INSTEAD OF GATE VALVES FROM 10" ONWARDS IN WATER SERVICE AND UPTO 70 DEG C.
DESIGN PRESSURE FOR BUTTERFLY VALVES IS LIMITED UPTO 10 BAR.

Package : IPMCS
Report No. : 50 A92A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 827 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 27 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A92A Sheet 2 of 6

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING, 3000 LBS.

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EIL STD 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 JOB STD A545-7-44-0353

PRESS.CONN 0.75" SW NIPPLE WITH GLOBE VALVE TO SPEC AS PER JOB STD A545-
7-44-0354

Package : IPMCS
Report No. : 50

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

Page 828 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 28 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A92A Sheet 3 of 6

84.00 84.00
80.00 80.00
76.00 76.00
72.00 72.00
70.00 70.00
68.00 68.00
66.00 66.00
64.00 64.00
62.00 62.00
60.00 60.00
58.00 58.00
56.00 56.00
54.00 54.00
52.00 52.00
50.00 50.00
48.00 48.00
46.00 46.00
44.00 44.00 BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42.00 42.00
40.00 40.00
38.00 38.00
36.00 36.00
34.00 34.00
32.00 32.00
30.00 30.00
28.00 28.00
26.00 26.00
24.00 24.00
22.00 22.00
20.00 20.00
18.00 18.00
16.00 16.00
14.00 T 14.00
12.00 T P 12.00
10.00 T P P 10.00
8.00 T P P P 8.00
6.00 T P P P P 6.00
5.00 5.00
4.00 T P P P P P 4.00
3.50 3.50
3.00 T P P P P P P 3.00
2.50 2.50
2.00 T P P P P P P P 2.00
1.50 T T H H H H H H H 1.50
1.25 1.25
1.00 T T H H H H H H H H 1.00
0.75 T T T H H H H H H H H 0.75
0.50 T T T T H H H H H H H H 0.50
10.00
12.00
14.00
1.00
1.25
1.50
2.00
2.50
3.00
3.50
4.00
5.00
6.00
8.00
.50
.75

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 : IPMCS
Report No. : 50 A92A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 829 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 29 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A92A Sheet 4 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

NIP NIPPLE .5 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 150, RF/125AARH FSC0127Z0

FLG FLNG.SO 2 14 B-16.5 ASTM A 105 150, RF/125AARH FNC0127Z0

FLB FLNG.BLIND .5 14 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0

FEF FLNG.FIG.8 .5 8 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0


B16.48
FEF SPCR&BLND 10 14 ASME- ASTM A 105 150, FF/125AARH FCK0121Z0
B16.48
Fitting Group
ELB90 ELBOW.90 .5 1.5 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 2 6 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10


GR.WPB
ELB90 ELBOW.90 8 14 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 .5 1.5 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 2 6 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10


GR.WPB
ELB45 ELBOW.45 8 14 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W
TEQ T.EQUAL .5 1.5 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 2 6 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TEQ T.EQUAL 8 14 M B-16.9 ASTM A 234 BW WEG754ZZ0
GR.WPB-W
TRED T.RED .5 1.5 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 2 6 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
TRED T.RED 8 14 M, M B-16.9 ASTM A 234 BW WRG754ZZ0
GR.WPB-W

Package
Report No.
: IPMCS
: 50
A92A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 830 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 30 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A92A Sheet 5 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
REDC REDUC.CONC 2 6 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 8 14 M, M B-16.9 ASTM A 234 BW WUG754ZZ0
GR.WPB-W
REDE REDUC.ECC 2 6 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 8 14 M, M B-16.9 ASTM A 234 BW WVG754ZZ0
GR.WPB-W
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

CAP CAP .5 1.5 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0

CAP CAP 2 6 M B-16.9 ASTM A 234 BW WFG684ZZ0


GR.WPB
CAP CAP 8 14 M B-16.9 ASTM A 234 BW WFG684ZZ0
GR.WPB
CPLF CPLNG.FULL .5 1.5 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLH CPLNG.HALF .5 1.5 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLL CPLNG.LH .5 1.5 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLR CPLNG.RED .5 1.5 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

Valves Group
GAV VLV.GATE .5 1.5 API 602/ ISO BODY-ASTM A SW, 800, 6000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
13%CR.STEEL,
SEATS-
HARDFACED
GAV VLV.GATE 2 24 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 51321ZZZ0
10434 GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL, NO.- 51321
SEATS-
HARDFACED
GLV VLV.GLOBE .5 1.5 API 602/ ISO BODY-ASTM A SW, 800, 6000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
13%CR.STEEL,
SEATS-
HARDFACED
GLV VLV.GLOBE 2 16 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 52321
CHV VLV.CHECK .5 1.5 API 602/ ISO BODY-ASTM A SW, 800, 6000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
13%CR.STEEL,
SEATS-

Package
Report No.
: IPMCS
: 50
A92A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 831 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 31 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A92A Sheet 6 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Valves Group
HARDFACED

CHV VLV.CHECK 2 24 BS-1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53321ZZZ0


GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 53321
BFV VLV.BTRFLY 3 24 API-609 BODY-ASTM A 216 WAFL, 150, B-16.5, 56321ZZZ0
GR.WCB,TRIM- WAF/125AARH, SHT
13% CR.STEEL NO.- 56321
Bolt Group
BOS BOLT.STUD .5 14 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 14 B-16.21- NONASBESTOS RING, 150, 2 MM GKBAX52Z0
ANSI B16.5 BS7531 GR X
Trap/Strainer Group
TSR STRNR.TEMP 1.5 14 EIL'STD B:A516GR.70;INT:S CONETYPE, ST16831Z0 5
S304 150,FF/125AARH
PSR STRNR.PERM .5 1.5 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 2 14 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0 5


T:SS304

Package
Report No.
: IPMCS
: 50
A92A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 832 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 32 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A93A Sheet 1 of 7

PIPE CLASS : A93A


RATING : 150
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP 0 38 50 65
PRESS 10.55 10.55 10.55 10.55

SERVICE
CATEGORY 'D' FLUID, CONTAMINATED RAIN WATER SEWER(CRWS) / STORM SEWER
(ABOVE GROUND & UNDER GROUND).

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.
6 FOR FABRICATED REDUCERS,REFER EIL'STD 7-44-0485 & 7-44-0487. FOR MITRES, REFER EIL'STD 7-44-0033.
65 FORGINGS ARE ACCEPTABLE IN LIEU OF PLATE MATERIAL FOR BLIND FLANGES AND SPACER & BLINDS.
77 FOR SIZES > 24", SPACER & BLIND SHALL BE AS PER EIL'STD 7-44-0164.
101 NDT REQUIREMENTS AS PER EIL STANDARD B471-6-44-0016.
127 ALL UNDERGROUND PIPING SHALL BE PROVIDED WITH CORROSION RESISTANCE PROTECTION AS PER APPLICABLE
SPECIFICATION NO 6-79-0011
128 USE 5 PIECES 90 DEG MITRE FOR SIZE(S) 16 - 24; 45 DEG MITRE REQUIRES ONE PIECE LESS
153 SOIL CONDITIONS FOR UNDER-GROUND PIPING ARE AS FOLLOWS:
(a) MODULUS OF ELASTICITY : 45 kg/cm2 to 60 kg/cm2
(b) BULK DENSITY OF SOIL : 1750 kg/m3 to 1800 kg/m3
(c) K Mu FACTOR : 0.19
154 ANGLE OF FRICTION OF FILL MATERIAL ( EXCAVATED MATERIALS FROM TRENCH) WITH 90% COMPACTION OF
STANDARD PROCTOR DRY DENSITY) = 26-28°.
155 (a) THE WIDTH OF THE TRENCH SHALL BE AS PER IS: 783
(b) BEDDING ANGLE : 90 TO 120 DEG
(c) THE U/G PIPES SHALL BE DIRECTLY LAID IN TRENCHES WHICH SHALL BE FILLED AFTER LAYING
(d) ALL THE ABOVE SYSTEMS ARE PERMANENT IN NATURE
158 FOR U/G SERVICES, PIPE WALL THICKNESSES ARE CALCULATED BASED ON SOIL PERAMETERS, BURIAL DEPTH OF
2000MM & LINE DESIGN CONDITIONS OF 7 KG/ SQ.CM G AT 65 DEG C.

Package : IPMCS
Report No. : 50 A93A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 833 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 33 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A93A Sheet 2 of 7

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, VC1

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V1

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

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

Page 834 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 34 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A93A Sheet 3 of 7

84.00 84.00
80.00 80.00
76.00 76.00
72.00 72.00
70.00 70.00
68.00 68.00
66.00 66.00
64.00 64.00
62.00 62.00
60.00 60.00
58.00 58.00
56.00 56.00
54.00 54.00
52.00 52.00
50.00 50.00
48.00 48.00
46.00 46.00
44.00 44.00

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

42.00 42.00
40.00 40.00
38.00 38.00
36.00 36.00
34.00 34.00
32.00 32.00
30.00 30.00
28.00 28.00
26.00 26.00
24.00 T 24.00
22.00 22.00
20.00 T R 20.00
18.00 T P R 18.00
16.00 T P P R 16.00
14.00 T P P P P 14.00
12.00 T P P P P P 12.00
10.00 T P P P P P P 10.00
8.00 T P P P P P P P 8.00
6.00 T P P P P P P P P 6.00
5.00 5.00
4.00 T P P P P P P P P P 4.00
3.50 3.50
3.00 T P P P P P P P P P P 3.00
2.50 2.50
2.00 T P P P P P P P P P P P 2.00
1.50 T T H H H H H H H H H H H 1.50
1.25 1.25
1.00 T T H H H H H H H H H H H H 1.00
0.75 T T T H H H H H H H H H H H H 0.75
0.50 T T T T H H H H H H H H H H H H 0.50
10.00
12.00
14.00
16.00
18.00
20.00
22.00
24.00
1.00
1.25
1.50
2.00
2.50
3.00
3.50
4.00
5.00
6.00
8.00
.50
.75

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 : IPMCS
Report No. : 50 A93A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 835 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 35 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A93A Sheet 4 of 7

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 16 24 6 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0

NIP NIPPLE .5 .75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

NIP NIPPLE 1 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 150, RF/125AARH FSC0127Z0

FLG FLNG.SO 2 24 B-16.5 ASTM A 105 150, RF/125AARH FNC0127Z0

FLB FLNG.BLIND .5 24 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0

FEF FLNG.FIG.8 .5 8 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0


B16.48
FEF SPCR&BLND 10 24 ASME- ASTM A 105 150, FF/125AARH FCK0121Z0
B16.48
Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2 6 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10


GR.WPB
ELB90 ELBOW.90 8 14 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 .5 .75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1 1.5 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2 6 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10


GR.WPB
ELB45 ELBOW.45 8 14 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W
MIT90 MITRE.90 16 24 M EIL'STD IS-3589 GR.410 BW, 1.5D WDKF241Z0 128

MIT45 MITRE.45 16 24 M EIL'STD IS-3589 GR.410 BW, 1.5D WGKF241Z0 128

Package
Report No.
: IPMCS
: 50
A93A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 836 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 36 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A93A Sheet 5 of 7

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2 6 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TEQ T.EQUAL 8 24 M B-16.9 ASTM A 234 BW WEG754ZZ0
GR.WPB-W
TRED T.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2 6 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
TRED T.RED 8 24 M, M B-16.9 ASTM A 234 BW WRG754ZZ0
GR.WPB-W
REDC REDUC.CONC 2 6 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 8 14 M, M B-16.9 ASTM A 234 BW WUG754ZZ0
GR.WPB-W
REDC REDUC.CONC 16 24 M, M EIL'STD IS-3589 GR.410 BW WUKF24ZZ0

REDE REDUC.ECC 2 6 M, M B-16.9 ASTM A 234 BW WVG684ZZ0


GR.WPB
REDE REDUC.ECC 8 14 M, M B-16.9 ASTM A 234 BW WVG754ZZ0
GR.WPB-W
REDE REDUC.ECC 16 24 M, M EIL'STD IS-3589 GR.410 BW WVKF24ZZ0

SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

CAP CAP .5 1.5 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0

CAP CAP 2 24 M B-16.9 ASTM A 234 BW WFG684ZZ0


GR.WPB
CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLH CPLNG.HALF .5 .75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1 1.5 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLL CPLNG.LH .5 .75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

Package
Report No.
: IPMCS
: 50
A93A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 837 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 37 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A93A Sheet 6 of 7

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
CPLL CPLNG.LH 1 1.5 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLR CPLNG.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

UNN UNION .5 .75 BS-3799 ASTM A 105 SW, 6000 WQH02D3Z0

UNN UNION 1 1.5 BS-3799 ASTM A 105 SW, 3000 WQH02D2Z0

Valves Group
GAV VLV.GATE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL
GAV VLV.GATE 2 24 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 51321ZZZ0
10434 GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 51321
SEATS-STELLITED
GLV VLV.GLOBE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2 16 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 52321
SEATS-STELLITED
CHV VLV.CHECK .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2 24 BS 1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 53321
SEATS-STELLITED
Bolt Group
BOS BOLT.STUD .5 24 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 24 B-16.21- NONASBESTOS RING, 150, 2 MM GKBAX52Z0
ANSI B16.5 BS7531 GR X
GAS GASKET 26 36 AWWA-C207 NONASBESTOS FULLFACE, 150, 2 MM GK2AX22Z0
CL.D BS7531 GR X
Trap/Strainer Group
TSR STRNR.TEMP 1.5 24 EIL'STD B:A516GR.70;INT:S CONETYPE, ST16833Z0
S304 150,RF/125AARH
PSR STRNR.PERM .5 1.5 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

Package
Report No.
: IPMCS
: 50
A93A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 838 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 38 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A93A Sheet 7 of 7

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Trap/Strainer Group
PSR STRNR.PERM 2 6 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0
T:SS304
PSR STRNR.PERM 8 24 M EIL'STD B:A234GR.WPBW;I BW, T-TYPE SP13644Z0
NT:SS304

Package
Report No.
: IPMCS
: 50
A93A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 839 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 39 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A94A Sheet 1 of 5

PIPE CLASS : A94A


RATING : 150
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP 0 38 50 65
PRESS 14.7 14.7 14.7 14.7

SERVICE
FIRE WATER-WATER & FOAM SOLUTION (UNDER GROUND AND ABOVE GROUND)

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.
88 10% OF THE BUTT WELD JOINTS SHALL BE RADIOGRAPHED. HOWEVER, 50% OF THESE BUTT WELD JOINTS SHALL
BE FIELD WELD JOINTS.
101 NDT REQUIREMENTS AS PER EIL STANDARD B471-6-44-0016.
127 ALL UNDERGROUND PIPING SHALL BE PROVIDED WITH CORROSION RESISTANCE PROTECTION AS PER APPLICABLE
SPECIFICATION NO 6-79-0011
153 SOIL CONDITIONS FOR UNDER-GROUND PIPING ARE AS FOLLOWS:
(a) MODULUS OF ELASTICITY : 45 kg/cm2 to 60 kg/cm2
(b) BULK DENSITY OF SOIL : 1750 kg/m3 to 1800 kg/m3
(c) K Mu FACTOR : 0.19
154 ANGLE OF FRICTION OF FILL MATERIAL ( EXCAVATED MATERIALS FROM TRENCH) WITH 90% COMPACTION OF
STANDARD PROCTOR DRY DENSITY) = 26-28°.
155 (a) THE WIDTH OF THE TRENCH SHALL BE AS PER IS: 783
(b) BEDDING ANGLE : 90 TO 120 DEG
(c) THE U/G PIPES SHALL BE DIRECTLY LAID IN TRENCHES WHICH SHALL BE FILLED AFTER LAYING
(d) ALL THE ABOVE SYSTEMS ARE PERMANENT IN NATURE
157 FOR U/G SERVICES, PIPE WALL THICKNESSES ARE CALCULATED BASED ON SOIL PERAMETERS, BURIAL DEPTH OF
1500MM & LINE DESIGN CONDITIONS OF 14.7 KG/ SQ.CM G AT 65 DEG C.

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, VC1

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V1

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 A94A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 840 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 40 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A94A Sheet 2 of 5

84.00 84.00
80.00 80.00
76.00 76.00
72.00 72.00
70.00 70.00
68.00 68.00
66.00 66.00
64.00 64.00
62.00 62.00
60.00 60.00
58.00 58.00
56.00 56.00
54.00 54.00
52.00 52.00
50.00 50.00
48.00 48.00
46.00 46.00
44.00 44.00

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

42.00 42.00
40.00 40.00
38.00 38.00
36.00 36.00
34.00 34.00
32.00 32.00
30.00 30.00
28.00 28.00
26.00 26.00
24.00 T 24.00
22.00 22.00
20.00 T R 20.00
18.00 T R R 18.00
16.00 T R R R 16.00
14.00 T R R R R 14.00
12.00 T P R R R R 12.00
10.00 T P P R R R R 10.00
8.00 T P P P R R R R 8.00
6.00 T P P P P R R R R 6.00
5.00 5.00
4.00 T P P P P P R R R R 4.00
3.50 3.50
3.00 T P P P P P P R R R R 3.00
2.50 2.50
2.00 T P P P P P P P R R R R 2.00
1.50 T T H H H H H H H H H H H 1.50
1.25 1.25
1.00 T T H H H H H H H H H H H H 1.00
0.75 T T T H H H H H H H H H H H H 0.75
0.50 T T T T H H H H H H H H H H H H 0.50
10.00
12.00
14.00
16.00
18.00
20.00
22.00
24.00
1.00
1.25
1.50
2.00
2.50
3.00
3.50
4.00
5.00
6.00
8.00
.50
.75

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 : IPMCS
Report No. : 50 A94A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 841 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 41 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A94A Sheet 3 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 16 20 6 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0

PIP PIPE 24 24 8 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0

NIP NIPPLE .5 .75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

NIP NIPPLE 1 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 150, RF/125AARH FSC0127Z0

FLG FLNG.SO 2 24 B-16.5 ASTM A 105 150, RF/125AARH FNC0127Z0

FLB FLNG.BLIND .5 24 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0

FEF FLNG.FIG.8 .5 8 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0


B16.48
FEF SPCR&BLND 10 24 ASME- ASTM A 105 150, FF/125AARH FCK0121Z0
B16.48
Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2 6 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10


GR.WPB
ELB90 ELBOW.90 8 24 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 .5 .75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1 1.5 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2 6 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10


GR.WPB
ELB45 ELBOW.45 8 24 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W
TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

Package
Report No.
: IPMCS
: 50
A94A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 842 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 42 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A94A Sheet 4 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
TEQ T.EQUAL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2 6 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TEQ T.EQUAL 8 24 M B-16.9 ASTM A 234 BW WEG754ZZ0
GR.WPB-W
TRED T.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2 6 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
TRED T.RED 8 24 M, M B-16.9 ASTM A 234 BW WRG754ZZ0
GR.WPB-W
REDC REDUC.CONC 2 6 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 8 24 M, M B-16.9 ASTM A 234 BW WUG754ZZ0
GR.WPB-W
REDE REDUC.ECC 2 6 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 8 24 M, M B-16.9 ASTM A 234 BW WVG754ZZ0
GR.WPB-W
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

CAP CAP .5 1.5 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0

CAP CAP 2 24 M B-16.9 ASTM A 234 BW WFG684ZZ0


GR.WPB
CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLH CPLNG.HALF .5 .75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1 1.5 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLL CPLNG.LH .5 .75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1 1.5 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLR CPLNG.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

Package
Report No.
: IPMCS
: 50
A94A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 843 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 43 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A94A Sheet 5 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
UNN UNION .5 .75 BS-3799 ASTM A 105 SW, 6000 WQH02D3Z0

UNN UNION 1 1.5 BS-3799 ASTM A 105 SW, 3000 WQH02D2Z0

Valves Group
GAV VLV.GATE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL
GAV VLV.GATE 2 24 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 51321ZZZ0
10434 GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 51321
SEATS-STELLITED
GLV VLV.GLOBE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2 16 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 52321
SEATS-STELLITED
CHV VLV.CHECK .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2 24 BS 1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 53321
SEATS-STELLITED
Bolt Group
BOS BOLT.STUD .5 24 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 24 B-16.21- NONASBESTOS RING, 150, 2 MM GKBAX52Z0
ANSI B16.5 BS7531 GR X
Trap/Strainer Group
TSR STRNR.TEMP 1.5 24 EIL'STD B:A516GR.70;INT:S CONETYPE, ST16833Z0
S304 150,RF/125AARH
PSR STRNR.PERM .5 1.5 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 2 6 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0


T:SS304
PSR STRNR.PERM 8 24 M EIL'STD B:A234GR.WPBW;I BW, T-TYPE SP13644Z0
NT:SS304

Package
Report No.
: IPMCS
: 50
A94A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 844 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 44 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A96A Sheet 1 of 5

PIPE CLASS : A96A


RATING : 150
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP 0 38 65
PRESS 7 7 7

SERVICE
OWS (ABOVE GROUND & UNDER GROUND)

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.
101 NDT REQUIREMENTS AS PER EIL STANDARD B471-6-44-0016.
127 ALL UNDERGROUND PIPING SHALL BE PROVIDED WITH CORROSION RESISTANCE PROTECTION AS PER APPLICABLE
SPECIFICATION NO 6-79-0011
153 SOIL CONDITIONS FOR UNDER-GROUND PIPING ARE AS FOLLOWS:
(a) MODULUS OF ELASTICITY : 45 kg/cm2 to 60 kg/cm2
(b) BULK DENSITY OF SOIL : 1750 kg/m3 to 1800 kg/m3
(c) K Mu FACTOR : 0.19
154 ANGLE OF FRICTION OF FILL MATERIAL ( EXCAVATED MATERIALS FROM TRENCH) WITH 90% COMPACTION OF
STANDARD PROCTOR DRY DENSITY) = 26-28°.
155 (a) THE WIDTH OF THE TRENCH SHALL BE AS PER IS: 783
(b) BEDDING ANGLE : 90 TO 120 DEG
(c) THE U/G PIPES SHALL BE DIRECTLY LAID IN TRENCHES WHICH SHALL BE FILLED AFTER LAYING
(d) ALL THE ABOVE SYSTEMS ARE PERMANENT IN NATURE
158 FOR U/G SERVICES, PIPE WALL THICKNESSES ARE CALCULATED BASED ON SOIL PERAMETERS, BURIAL DEPTH OF
2000MM & LINE DESIGN CONDITIONS OF 7 KG/ SQ.CM G AT 65 DEG C.

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 A96A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 845 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 45 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A96A Sheet 2 of 5

84.00 84.00
80.00 80.00
76.00 76.00
72.00 72.00
70.00 70.00
68.00 68.00
66.00 66.00
64.00 64.00
62.00 62.00
60.00 60.00
58.00 58.00
56.00 56.00
54.00 54.00
52.00 52.00
50.00 50.00
48.00 48.00
46.00 46.00
44.00 44.00

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

42.00 42.00
40.00 40.00
38.00 38.00
36.00 36.00
34.00 34.00
32.00 32.00
30.00 30.00
28.00 28.00
26.00 26.00
24.00 T 24.00
22.00 22.00
20.00 T P 20.00
18.00 T P P 18.00
16.00 T P P P 16.00
14.00 T P P P P 14.00
12.00 T P P P P P 12.00
10.00 T P P P P P P 10.00
8.00 T P P P P P P P 8.00
6.00 T P P P P P P P P 6.00
5.00 5.00
4.00 T P P P P P P P P P 4.00
3.50 3.50
3.00 T P P P P P P P P P P 3.00
2.50 2.50
2.00 T P P P P P P P P P P P 2.00
1.50 T T H H H H H H H H H H H 1.50
1.25 1.25
1.00 T T H H H H H H H H H H H H 1.00
0.75 T T T H H H H H H H H H H H H 0.75
0.50 T T T T H H H H H H H H H H H H 0.50
10.00
12.00
14.00
16.00
18.00
20.00
22.00
24.00
1.00
1.25
1.50
2.00
2.50
3.00
3.50
4.00
5.00
6.00
8.00
.50
.75

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 : IPMCS
Report No. : 50 A96A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 846 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 46 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A96A Sheet 3 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 16 24 STD B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0


GR.B60 CL.12
NIP NIPPLE .5 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.WN .5 24 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0

FLB FLNG.BLIND .5 24 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0

FEF FLNG.FIG.8 .5 8 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0


B16.48
FEF SPCR&BLND 10 24 ASME- ASTM A 105 150, FF/125AARH FCK0121Z0
B16.48
Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2 14 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10


GR.WPB
ELB90 ELBOW.90 16 24 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 .5 .75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1 1.5 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2 14 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10


GR.WPB
ELB45 ELBOW.45 16 24 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W
TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2 14 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TEQ T.EQUAL 16 24 M B-16.9 ASTM A 234 BW WEG754ZZ0
GR.WPB-W

Package
Report No.
: IPMCS
: 50
A96A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 847 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 47 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A96A Sheet 4 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
TRED T.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2 14 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
TRED T.RED 16 24 M, M B-16.9 ASTM A 234 BW WRG754ZZ0
GR.WPB-W
REDC REDUC.CONC 2 14 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 16 24 M, M B-16.9 ASTM A 234 BW WUG754ZZ0
GR.WPB-W
REDE REDUC.ECC 2 14 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 16 24 M, M B-16.9 ASTM A 234 BW WVG754ZZ0
GR.WPB-W
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

CAP CAP .5 .75 B-16.11 ASTM A 105 SCRF, 6000 WF60283Z0

CAP CAP 1 1.5 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0

CAP CAP 2 24 M B-16.9 ASTM A 234 BW WFG684ZZ0


GR.WPB
CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLH CPLNG.HALF .5 .75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1 1.5 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLL CPLNG.LH .5 .75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1 1.5 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLR CPLNG.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

Valves Group
GAV VLV.GATE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL

Package
Report No.
: IPMCS
: 50
A96A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 848 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 48 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : A96A Sheet 5 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Valves Group
GAV VLV.GATE 2 42 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 51301ZZZ0
10434 GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 51301
SEATS-STELLITED
GLV VLV.GLOBE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2 16 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52301ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 52301
SEATS-STELLITED
CHV VLV.CHECK .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2 24 BS 1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53301ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 53301
SEATS-STELLITED
BLV VLV.BALL .5 16 BS EN ISO BODY-ASTM A 105 FLGD, 150, B-16.5, 54301ZZZ0
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54301
BODY SEAT-
RPTFE
PLV VLV.PLUG .5 24 BS-5353 BODY-ASTM A 105 FLGD, 150, B-16.5, 55301ZZZ0
/A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 55301
PLUG-HARDENED
Bolt Group
BOS BOLT.STUD .5 24 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 24 B-16.20- SP.WND SPIRAL, 150 GK66272Z0
ANSI B16.5 SS316+GRAFIL+ I
RING
Trap/Strainer Group
TSR STRNR.TEMP 1.5 24 EIL'STD B:A516GR.70;INT:S CONETYPE, ST16831Z0 5
S304 150,FF/125AARH
PSR STRNR.PERM .5 1.5 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510 5

PSR STRNR.PERM 2 14 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0 5


T:SS304
PSR STRNR.PERM 16 24 M EIL'STD B:A234GR.WPBW;I BW, T-TYPE SP13644Z0 5
NT:SS304

Package
Report No.
: IPMCS
: 50
A96A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 849 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 49 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : B1A Sheet 1 of 6

PIPE CLASS : B1A


RATING : 300
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93 149 204 260 316 343 371 399 427
PRESS 52.02 52.02 47.8 46.05 44.64 42.53 40.07 38.66 37.26 35.5 28.82

SERVICE
NON CORROSIVE PROCESS - FLAMMABLE / NON FLAMMABLE, NON LETHAL - HYDROCARBONS, AROMATICS,
AMMONIA, SWEET GAS, FLUSHING OIL AND OTHER UTILITIES -MP CONDENSATE, INSTRUMENT AIR(OFFSITES), PLANT
AIR, NITROGEN, AMMONIA GAS ETC. ABOVE CLASS 'A1A'.

NOTES
1 NDT REQUIREMENTS AS PER JOB SPECIFICATION B471-6-44-0016.
3 USE PIPE OF CLASS 22 INSTEAD OF CLASS 12 IF PIPE THICKNESS EXCEEDS 25.00 MM.
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.
32 CORROSION ALLOWANCE HAS BEEN ADJUSTED TO SELECT OPTIMUM SCH. REFER GENERAL NOTES TO PMS.
105 GLOBE VALVE SHALL BE OF ANTI FREEZE TYPE
106 VALVES SHALL BE SPRING LOADED HANDLE (DEAD MAN'S TYPE VALVE) & HANDLE ATTACHED WITH THE SPRING
SHALL RETURN TO ITS CLOSED POSITION AUTOMATICALLY WHEN IT IS RELEASED FROM ITS OPERATING POSITION.

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 B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 850 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 50 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : B1A Sheet 2 of 6

84.00 84.00
80.00 80.00
76.00 76.00
72.00 72.00
70.00 70.00
68.00 68.00
66.00 66.00
64.00 64.00
62.00 62.00
60.00 60.00
58.00 58.00
56.00 56.00
54.00 54.00
52.00 52.00
50.00 50.00
48.00 48.00
46.00 46.00
44.00 44.00

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

42.00 42.00
40.00 40.00
38.00 38.00
36.00 36.00
34.00 34.00
32.00 32.00
30.00 30.00
28.00 28.00
26.00 26.00
24.00 T 24.00
22.00 22.00
20.00 T R 20.00
18.00 T R R 18.00
16.00 T R R R 16.00
14.00 T R R R R 14.00
12.00 T R R R R R 12.00
10.00 T R R R R R R 10.00
8.00 T R R R R R R R 8.00
6.00 T R R R R R R R R 6.00
5.00 5.00
4.00 T R R R R R R R R R 4.00
3.50 3.50
3.00 T P R R R R R R R R R 3.00
2.50 2.50
2.00 T P P R R R R R R R R R 2.00
1.50 T T H H H H H H H H H H H 1.50
1.25 1.25
1.00 T T H H H H H H H H H H H H 1.00
0.75 T T T H H H H H H H H H H H H 0.75
0.50 T T T T H H H H H H H H H H H H 0.50
10.00
12.00
14.00
16.00
18.00
20.00
22.00
24.00
1.00
1.25
1.50
2.00
2.50
3.00
3.50
4.00
5.00
6.00
8.00
.50
.75

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 : IPMCS
Report No. : 50 B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 851 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 51 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : B1A Sheet 3 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 16 20 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0


GR.B60 CL.12
PIP PIPE 24 24 S30 B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0 32
GR.B60 CL.12
NIP NIPPLE .5 .75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

NIP NIPPLE 1 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 300, RF/125AARH FSC0147Z0

FLG FLNG.WN 2 24 M B-16.5 ASTM A 105 300, RF/125AARH FWC0147Z0

FLG/300 FLNG.WN 2 24 M B-16.5 ASTM A 105 300, RTJ/63AARH FWC0149Z0

FLB FLNG.BLIND .5 24 B-16.5 ASTM A 105 300, RF/125AARH FBC0147Z0

FEF FLNG.FIG.8 .5 8 ASME- ASTM A 105 300, FF/125AARH FGK0141Z0


B16.48
FEF SPCR&BLND 10 24 ASME- ASTM A 105 300, FF/125AARH FCK0141Z0
B16.48
Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2 14 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10


GR.WPB
ELB90 ELBOW.90 16 24 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 .5 .75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1 1.5 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2 14 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10


GR.WPB
ELB45 ELBOW.45 16 24 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W

Package
Report No.
: IPMCS
: 50
B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 852 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 52 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : B1A Sheet 4 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2 14 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TEQ T.EQUAL 16 24 M B-16.9 ASTM A 234 BW WEG754ZZ0
GR.WPB-W
TRED T.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2 14 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
TRED T.RED 16 24 M, M B-16.9 ASTM A 234 BW WRG754ZZ0
GR.WPB-W
REDC REDUC.CONC 2 14 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 16 24 M, M B-16.9 ASTM A 234 BW WUG754ZZ0
GR.WPB-W
REDE REDUC.ECC 2 14 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 16 24 M, M B-16.9 ASTM A 234 BW WVG754ZZ0
GR.WPB-W
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

CAP CAP 2 24 M B-16.9 ASTM A 234 BW WFG684ZZ0


GR.WPB
CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLH CPLNG.HALF .5 .75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1 1.5 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLL CPLNG.LH .5 .75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1 1.5 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLR CPLNG.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

Package
Report No.
: IPMCS
: 50
B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 853 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 53 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : B1A Sheet 5 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Valves Group
GAV VLV.GATE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL
GAV VLV.GATE 2 24 API 600/ ISO BODY-ASTM A 216 FLGD, 300, B-16.5, 51401ZZZ0
10434 GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 51401
SEATS-STELLITED
GLV VLV.GLOBE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2 12 BS-1873 BODY-ASTM A 216 FLGD, 300, B-16.5, 52401ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 52401
SEATS-STELLITED
GLV/1 VLV.GLOBE 2 12 BS-1873 BODY-ASTM A 216 FLGD, 300, B-16.5, 52491ZZZ0 105
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 52491
SEATS-STELLITED
CHV VLV.CHECK .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2 24 BS-1868 BODY-ASTM A 216 FLGD, 300, B-16.5, 53401ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 53401
SEATS-STELLITED
BLV VLV.BALL .5 16 BS EN ISO BODY-ASTM A 105 FLGD, 300, B-16.5, 54401ZZZ0
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54401
BODY SEAT-
RPTFE
BLV/2 VLV.BALL .5 16 BS EN ISO BODY-ASTM A 105 FLGD, 300, B-16.5, 54492ZZZ0 106
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54492
BODY SEAT :
RPTFE
BLV/1 VLV.BALL .5 24 API-6D/ISO BODY-ASTM A 105 FLGD, 300, B-16.5, 54491ZZZ0
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54491
BODY SEAT :
RPTFE
Bolt Group
BOS BOLT.STUD .5 24 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 24 B-16.20- SP.WND SPIRAL, 300 GK66274Z0
ANSI B16.5 SS316+GRAFIL+ I
RING

Package
Report No.
: IPMCS
: 50
B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 854 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 54 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : B1A Sheet 6 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Gasket Group
GAS/30 GASKET 6 14 B-16.20- SOFT IRON OCT-RING, 300 GK67234Z0
0 ANSI B16.5
Trap/Strainer Group
TRP TRAP.STEAM .5 1.5 MNF'STD B:A105;T:13%CR;S: FLGD, THRMDNMC, TR30655B0
SS304 300,RF/125AARH
TSR STRNR.TEMP 1.5 24 EIL'STD B:A516GR.70;INT:S CONETYPE, ST16839Z0
S304 300,FF/125AARH
PSR STRNR.PERM .5 1.5 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 2 14 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0


T:SS304
PSR STRNR.PERM 16 24 M EIL'STD B:A234GR.WPBW;I BW, T-TYPE SP13644Z0
NT:SS304

Package
Report No.
: IPMCS
: 50
B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 855 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 55 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : B1K Sheet 1 of 5

PIPE CLASS : B1K


RATING : 300
BASE MATERIAL : SS 304
CORROSION ALLOWANCE : 0 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93 149 204 260 316 343 371 399 427 454
PRESS 50.5 50.5 42.18 37.96 34.8 32.69 30.93 30.23 29.52 29.17 28.47 27.77

SERVICE
PURE PROCESS LIQUID, VAPOUR AND GAS OR MILD CORROSIVE HYDROCARBON - FLAMMABLE/ NON FLAMMABLE &
NON LETHAL HYDROCARBONS, CHEMICAL, ODORANT ETC.

NOTES
1 NDT REQUIREMENTS AS PER JOB SPECIFICATION B471-6-44-0016.
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.
48 FOR INSULATED FLANGED JOINTS BEYOND 427 DEG.C. IN THIS CLASS, USE A453 GR.660 CL.A
51 DESIGN PRESSURE AT -29 DEG.C. AND 38 DEG.C. FOR THIS PRESSURE HAS BEEN REDUCED FROM 50.62 KG/CM2G TO
50.50 KG/CM2G TO OPTIMISE THE THICKNESS FOR 6" SIZE.
74 STRESS RUPTURE TEST AS DETAILED IN ASTM A453 SHALL BE CARRIED OUT FOR ALL ASTM A453 GR.660A BOLTING
MATERIALS.

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. 7-44-350, 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 B1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 856 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 56 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : B1K Sheet 2 of 5

84.00 84.00
80.00 80.00
76.00 76.00
72.00 72.00
70.00 70.00
68.00 68.00
66.00 66.00
64.00 64.00
62.00 62.00
60.00 60.00
58.00 58.00
56.00 56.00
54.00 54.00
52.00 52.00
50.00 50.00
48.00 48.00
46.00 46.00
44.00 44.00
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42.00 42.00
40.00 40.00
38.00 38.00
36.00 36.00
34.00 34.00
32.00 32.00
30.00 30.00
28.00 28.00
26.00 26.00
24.00 24.00
22.00 22.00
20.00 20.00
18.00 T 18.00
16.00 T R 16.00
14.00 T R R 14.00
12.00 T R R R 12.00
10.00 T R R R R 10.00
8.00 T R R R R R 8.00
6.00 T R R R R R R 6.00
5.00 5.00
4.00 T R R R R R R R 4.00
3.50 3.50
3.00 T R R R R R R R R 3.00
2.50 2.50
2.00 T P R R R R R R R R 2.00
1.50 T T H H H H H H H H H 1.50
1.25 1.25
1.00 T T H H H H H H H H H H 1.00
0.75 T T T H H H H H H H H H H 0.75
0.50 T T T T H H H H H H H H H H 0.50
10.00
12.00
14.00
16.00
18.00
1.00
1.25
1.50
2.00
2.50
3.00
3.50
4.00
5.00
6.00
8.00
.50
.75

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 : IPMCS
Report No. : 50 B1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 857 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 57 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : B1K Sheet 3 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Pipe Group
PIP PIPE .5 .75 80S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0

PIP PIPE 1 1.5 40S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0

PIP PIPE 2 2 40S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0

PIP PIPE 3 4 10S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0

PIP PIPE 6 6 10S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0 51

PIP PIPE 8 8 6.35 B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0

PIP PIPE 10 10 6.35 B-36.19 ASTM A 358 TP304 BE, E.FS.W PI35513Z0
CL.1
PIP PIPE 12 12 8.38 B-36.19 ASTM A 358 TP304 BE, E.FS.W PI35513Z0
CL.1
PIP PIPE 14 14 7.92 B-36.19 ASTM A 358 TP304 BE, E.FS.W PI35513Z0
CL.1
PIP PIPE 16 18 9.53 B-36.19 ASTM A 358 TP304 BE, E.FS.W PI35513Z0
CL.1
PIP PIPE 20 24 CALC B-36.19 ASTM A 358 TP304 BE, E.FS.W PI35513Z0
CL.1
NIP NIPPLE .5 .75 M B-36.19 ASTM A 312 TP304 PBE, SEAMLESS PN33567Z0

NIP NIPPLE 1 1.5 M B-36.19 ASTM A 312 TP304 PBE, SEAMLESS PN33567Z0

Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 182 300, RF/125AARH FSC4147Z0
GR.F304
FLG FLNG.WN 2 24 M B-16.5 ASTM A 182 300, RF/125AARH FWC4147Z0
GR.F304
FLB FLNG.BLIND .5 24 B-16.5 ASTM A 182 300, RF/125AARH FBC4147Z0
GR.F304
FEF FLNG.FIG.8 .5 8 ASME- ASTM A 182 300, FF/125AARH FGK4141Z0
B16.48 GR.F304
FEF SPCR&BLND 10 24 ASME- ASTM A 182 300, FF/125AARH FCK4141Z0
B16.48 GR.F304
Fitting Group
ELB90 ELBOW.90 .5 1.5 B-16.11 ASTM A 182 SW, 3000 WA642D2Z0
GR.F304
ELB90 ELBOW.90 2 8 M B-16.9 ASTM A 403 BW, 1.5D WAG874Z10
GR.WP304-S
ELB90 ELBOW.90 10 24 M B-16.9 ASTM A 403 BW, 1.5D WAG894Z10
GR.WP304-WX
ELB45 ELBOW.45 .5 1.5 B-16.11 ASTM A 182 SW, 3000 WB642D2Z0
GR.F304

Package
Report No.
: IPMCS
: 50
B1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 858 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 58 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : B1K Sheet 4 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
ELB45 ELBOW.45 2 8 M B-16.9 ASTM A 403 BW, 1.5D WBG874Z10
GR.WP304-S
ELB45 ELBOW.45 10 24 M B-16.9 ASTM A 403 BW, 1.5D WBG894Z10
GR.WP304-WX
TEQ T.EQUAL .5 1.5 B-16.11 ASTM A 182 SW, 3000 WE642D2Z0
GR.F304
TEQ T.EQUAL 2 8 M B-16.9 ASTM A 403 BW WEG874ZZ0
GR.WP304-S
TEQ T.EQUAL 10 24 M B-16.9 ASTM A 403 BW WEG894ZZ0
GR.WP304-WX
TRED T.RED .5 1.5 B-16.11 ASTM A 182 SW, 3000 WR642D2Z0
GR.F304
TRED T.RED 2 8 M, M B-16.9 ASTM A 403 BW WRG874ZZ0
GR.WP304-S
TRED T.RED 10 24 M, M B-16.9 ASTM A 403 BW WRG894ZZ0
GR.WP304-WX
REDC REDUC.CONC 2 8 M, M B-16.9 ASTM A 403 BW WUG874ZZ0
GR.WP304-S
REDC REDUC.CONC 10 24 M, M B-16.9 ASTM A 403 BW WUG894ZZ0
GR.WP304-WX
REDE REDUC.ECC 2 8 M, M B-16.9 ASTM A 403 BW WVG874ZZ0
GR.WP304-S
REDE REDUC.ECC 10 24 M, M B-16.9 ASTM A 403 BW WVG894ZZ0
GR.WP304-WX
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 182 PBE WNH426ZZ0
GR.F304
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 182 PBE WPH426ZZ0
GR.F304
CAP CAP 2 24 M B-16.9 ASTM A 403 BW WFG874ZZ0
GR.WP304-S
CPLF CPLNG.FULL .5 1.5 B-16.11 ASTM A 182 SW, 3000 WJ642D2Z0
GR.F304
CPLH CPLNG.HALF .5 1.5 B-16.11 ASTM A 182 SW, 3000 WK642D2Z0
GR.F304
CPLL CPLNG.LH .5 1.5 B-16.11 ASTM A 182 SW, 3000 WL642D2Z0
GR.F304
CPLR CPLNG.RED .5 1.5 B-16.11 ASTM A 182 SW, 3000 WM642D2Z0
GR.F304
Valves Group
GAV VLV.GATE .5 1.5 API 602/ ISO BODY-ASTM A 182 SW, 800, 3000, B- 51045ZZZ0
15761 GR.F304,TRIM- 16.11, SHT NO.- 51045
STELLITED,STEM-
SS 316
GAV VLV.GATE 2 24 API 600/ ISO BODY-ASTM A 351 FLGD, 300, B-16.5, 51445ZZZ0
10434 GR CF8,TRIM-SS RF/125AARH, SHT
316 NO.- 51445

Package
Report No.
: IPMCS
: 50
B1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 859 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 59 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : B1K Sheet 5 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Valves Group
GLV VLV.GLOBE .5 1.5 API 602/ ISO BODY-ASTM A 182 SW, 800, 3000, B- 52045ZZZ0
15761 GR.F304,TRIM- 16.11, SHT NO.- 52045
STELLITED,STEM-
SS 316
GLV VLV.GLOBE 2 12 BS-1873 BODY-ASTM A 351 FLGD, 300, B-16.5, 52445ZZZ0
GR.CF8,TRIM-SS RF/125AARH, SHT
316 NO.- 52445
CHV VLV.CHECK .5 1.5 API 602/ ISO BODY-ASTM A 182 SW, 800, 3000, B- 53045ZZZ0
15761 GR.F304,TRIM- 16.11, SHT NO.- 53045
STELLITED
CHV VLV.CHECK 2 24 BS-1868 BODY-ASTM A 351 FLGD, 300, B-16.5, 53445ZZZ0
GR.CF8,TRIM-SS RF/125AARH, SHT
316 NO.- 53445
BLV VLV.BALL .5 16 BS EN ISO BODY-ASTM A 351 FLGD, 300, B-16.5, 54445ZZZ0
17292 GR.CF8 / ASTM A RF/125AARH, SHT
182 GR.F304,TRIM- NO.- 54445
SEAT-RPTFE
Bolt Group
BOS BOLT.STUD .5 24 B-18.2 BOLT:A193 GR.B7, BS40404Z0 48
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 24 B-16.20- SP.WND SPIRAL, 300 GK66274Z0
ANSI B16.5 SS316+GRAFIL+ I
RING
Trap/Strainer Group
TSR STRNR.TEMP 1.5 24 EIL'STD B:A240TP304;INT:S CONETYPE, ST14139Z0
S304 300,FF/125AARH
PSR STRNR.PERM .5 1.5 MNF'STD B:A182GR.F304;IN SW, Y-TYPE, 800 SP307D510
T:SS304
PSR STRNR.PERM 2 8 M EIL'STD B:A403GR.WP304- BW, T-TYPE SP15344Z0
S;INT:SS304
PSR STRNR.PERM 10 24 M EIL'STD B:A403GR.WP304- BW, T-TYPE SP15444Z0
WX;INT:SS304

Package
Report No.
: IPMCS
: 50
B1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 860 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 60 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : J2A Sheet 1 of 5

PIPE CLASS : J2A


RATING : 150
BASE MATERIAL : CS (Galv.)
CORROSION ALLOWANCE : 0 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP 0 38 65
PRESS 10.55 10.55 10.55

SERVICE
POTABLE WATER (ABOVE GROUND ONLY),
FIRE WATER-SPRINKLER SYSTEM AFTER ORIFICE, BURIED INSTRUMENT AIR LINE TO DELUGE VALVE

NOTES
1 NDT REQUIREMENTS AS PER JOB SPECIFICATION B471-6-44-0016.
19 THREADED JOINTS SHALL BE MADE WITH 1" WIDTH PTFE JOINING TAPE.
20 SURFACES WHERE GALVANISING HAS BEEN BURNT OFF SHALL BE WIRE BRUSHED AND COLD GALVANISED WITH
ZINC COATING COMPOUND.
21 NO FIELD HYDROSTATIC TESTING IS PERMITTED IN INSTRUMENT AIR SERVICE.
104 FOR BRANCH CONNECTION "X", USE EQUAL TEE/REDUCING TEE WITH NIPPLE AND REDUCING COUPLING.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE 1.5" & BELOW UNIONS (SCRF) TO BE KEPT MINIMUM
JOINTS
2" & ABOVE FLANGED (SCREWED) TO BE KEPT MINIMUM

PIPE JOINTS UPTO 4" SCREWED COUPLING

6" & ABOVE BUTT WELDED

DRAINS ON LINES <= 1.5" REFER EIL STD 7-44-0350, DC3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D3

VENTS ON LINES <= 1.5" REFER EIL STD 7-440350, VC3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V3

TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353

PRESS.CONN 0.75" SCRD NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354

Package : IPMCS
Report No. : 50 J2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 861 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 61 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : J2A Sheet 2 of 5

84.00 84.00
80.00 80.00
76.00 76.00
72.00 72.00
70.00 70.00
68.00 68.00
66.00 66.00
64.00 64.00
62.00 62.00
60.00 60.00
58.00 58.00
56.00 56.00
54.00 54.00
52.00 52.00
50.00 50.00
48.00 48.00
46.00 46.00
44.00 44.00
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42.00 42.00
40.00 40.00
38.00 38.00
36.00 36.00
34.00 34.00
32.00 32.00
30.00 30.00
28.00 28.00
26.00 26.00
24.00 24.00
22.00 22.00
20.00 20.00
18.00 18.00
16.00 16.00
14.00 14.00
12.00 T 12.00
10.00 T P 10.00
8.00 T P P 8.00
6.00 T P P P 6.00
5.00 5.00
4.00 T P P P P 4.00
3.50 3.50
3.00 T T P P P P 3.00
2.50 2.50
2.00 T T T P P P P 2.00
1.50 T T T T H H H H 1.50
1.25 1.25
1.00 T T T T T H H H H 1.00
0.75 T T T T T X H H H H 0.75
0.50 T T T T T X X H H H H 0.50
10.00
12.00
1.00
1.25
1.50
2.00
2.50
3.00
3.50
4.00
5.00
6.00
8.00
.50
.75

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 : IPMCS
Report No. : 50 J2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 862 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 62 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : J2A Sheet 3 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 SCRM, SEAMLESS PI22297Z0
GR.B(GALV)
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 SCRM, SEAMLESS PI22297Z0
GR.B(GALV)
PIP PIPE 2 2 XS B-36.10 ASTM A 106 SCRM, SEAMLESS PI22297Z0
GR.B(GALV)
PIP PIPE 3 4 STD B-36.10 ASTM A 106 SCRM, SEAMLESS PI22297Z0
GR.B(GALV)
PIP PIPE 6 12 STD B-36.10 ASTM A 106 BE, SEAMLESS PI22217Z0
GR.B(GALV)
Flange Group
FLG FLNG.SCRD .5 4 B-16.5 ASTM A 150, FF/125AARH FTC0721Z0
105(GALV.)
FLG FLNG.SO 6 12 B-16.5 ASTM A 150, FF/125AARH FNC0721Z0
105(GALV.)
FLB FLNG.BLIND .5 12 B-16.5 ASTM A 150, FF/125AARH FBC0721Z0
105(GALV.)
FEF FLNG.FIG.8 .5 8 ASME- ASTM A 150, FF/125AARH FGK0721Z0
B16.48 105(GALV.)
FEF SPCR&BLND 10 12 ASME- ASTM A 150, FF/125AARH FCK0721Z0
B16.48 105(GALV.)
Fitting Group
ELB90 ELBOW.90 .5 4 B-16.11 ASTM A SCRF, 3000 WA60882Z0
105(GALV)
ELB90 ELBOW.90 6 6 M B-16.9 ASTM A 234 BW, 1.5D WAG714Z10
GR.WPB(GALV)
ELB90 ELBOW.90 8 12 M B-16.9 ASTM A 234 BW, 1.5D WAG764Z10
GR.WPB-W(GALV)
ELB45 ELBOW.45 .5 4 B-16.11 ASTM A SCRF, 3000 WB60882Z0
105(GALV)
ELB45 ELBOW.45 6 6 M B-16.9 ASTM A 234 BW, 1.5D WBG714Z10
GR.WPB(GALV)
ELB45 ELBOW.45 8 12 M B-16.9 ASTM A 234 BW, 1.5D WBG764Z10
GR.WPB-W(GALV)
TEQ T.EQUAL .5 4 B-16.11 ASTM A SCRF, 3000 WE60882Z0
105(GALV)
TEQ T.EQUAL 6 6 M B-16.9 ASTM A 234 BW WEG714ZZ0
GR.WPB(GALV)
TEQ T.EQUAL 8 12 M B-16.9 ASTM A 234 BW WEG764ZZ0
GR.WPB-W(GALV)
TRED T.RED .5 4 B-16.11 ASTM A SCRF, 3000 WR60882Z0
105(GALV)
TRED T.RED 6 6 M, M B-16.9 ASTM A 234 BW WRG714ZZ0
GR.WPB(GALV)
TRED T.RED 8 12 M, M B-16.9 ASTM A 234 BW WRG764ZZ0
GR.WPB-W(GALV)

Package
Report No.
: IPMCS
: 50
J2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 863 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 63 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : J2A Sheet 4 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
REDC REDUC.CONC 6 6 M, M B-16.9 ASTM A 234 BW WUG714ZZ0
GR.WPB(GALV)
REDC REDUC.CONC 8 12 M, M B-16.9 ASTM A 234 BW WUG764ZZ0
GR.WPB-W(GALV)
REDE REDUC.ECC 6 6 M, M B-16.9 ASTM A 234 BW WVG714ZZ0
GR.WPB(GALV)
REDE REDUC.ECC 8 12 M, M B-16.9 ASTM A 234 BW WVG764ZZ0
GR.WPB-W(GALV)
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A TBE WNH08EZZ0
105(GALV)
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A TBE WPH08EZZ0
105(GALV)
CAP CAP .5 4 B-16.11 ASTM A SCRF, 3000 WF60882Z0
105(GALV)
CAP CAP 6 12 M B-16.9 ASTM A 234 BW WFG714ZZ0
GR.WPB(GALV)
CPLF CPLNG.FULL .5 4 B-16.11 ASTM A SCRF, 3000 WJ60882Z0
105(GALV)
CPLH CPLNG.HALF .5 4 B-16.11 ASTM A SCRF, 3000 WK60882Z0
105(GALV)
CPLL CPLNG.LH .5 4 B-16.11 ASTM A SCRF, 3000 WL60882Z0
105(GALV)
CPLR CPLNG.RED .5 4 B-16.11 ASTM A SCRF, 3000 WM60882Z0
105(GALV)
UNN UNION .5 4 B-16.11 ASTM A SCRF, 3000 WQ60882Z0
105(GALV)
Valves Group
GAV VLV.GATE .5 1.5 IS:778 CL.2 BODY-IS 318 SCRF, CL.2, 3000, B- 51080ZZZ0
GR.LTB2 (LEADED 1.20.1, SHT NO.- 51080
TIN
BRONZE),TRIM- IS
320 ALLOY HT2
GAV VLV.GATE 2 6 IS:14846 BODY-IS 210 FLGD, PN1.6, B-16.1, 51380ZZZ0
GR.FG 200,TRIM- FF/125AARH, SHT
IS 320 ALLOY HT2 NO.- 51380
GLV VLV.GLOBE .5 1.5 IS:778 CL.2 BODY-IS 318 SCRF, CL.2, 3000, B- 52080ZZZ0
GR.LTB2 (LEADED 1.20.1, SHT NO.- 52080
TIN
BRONZE),TRIM- IS
320 ALLOY HT2
CHV VLV.CHECK .5 1.5 IS:778 CL.2 BODY-IS 318 SCRF, CL.2, 3000, B- 53080ZZZ0
GR.LTB2 (LEADED 1.20.1, SHT NO.- 53080
TIN
BRONZE),TRIM- IS
320 ALLOY HT2
CHV VLV.CHECK 2 6 IS:5312 (PT- BODY-IS 210 FLGD, PN1.6, B-16.1, 53380ZZZ0
1) GR.FG 200,TRIM- FF/125AARH, SHT
IS 320 ALLOY HT2 NO.- 53380

Package
Report No.
: IPMCS
: 50
J2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 864 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 64 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : J2A Sheet 5 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Bolt Group
BOM BOLT.M/C .5 12 B-18.2 BOLT:A307 BM41519Z0
GR.B(GALV),
NUT:A563
GR.B(GALV)
Gasket Group
GAS GASKET .5 12 B-16.21- BUTYL RUBBER FULLFACE, 150, 2 MM GKB0422Z0
ANSI B16.5

Package
Report No.
: IPMCS
: 50
J2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 865 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 65 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : J95A Sheet 1 of 6

PIPE CLASS : J95A


RATING : 150
BASE MATERIAL : CS (Galv.)
CORROSION ALLOWANCE : 0 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP 0 38 65
PRESS 14 14 14

SERVICE
DRINKING WATER(POTABLE WATER)-A/G & U/G, WATER SPRAY- A/G & U/G

NOTES
1 NDT REQUIREMENTS AS PER EIL STANDARD B471-6-44-0016.
19 THREADED JOINTS SHALL BE MADE WITH 1" WIDTH PTFE JOINING TAPE.
20 SURFACES WHERE GALVANISING HAS BEEN BURNT OFF SHALL BE WIRE BRUSHED AND COLD GALVANISED WITH
ZINC COATING COMPOUND.
21 NO FIELD HYDROSTATIC TESTING IS PERMITTED IN INSTRUMENT AIR SERVICE.
104 FOR BRANCH CONNECTION "X", USE EQUAL TEE/REDUCING TEE WITH NIPPLE AND REDUCING COUPLING.
127 ALL UNDERGROUND PIPING SHALL BE PROVIDED WITH CORROSION RESISTANCE PROTECTION AS PER APPLICABLE
SPECIFICATION NO 6-79-0011
153 SOIL CONDITIONS FOR UNDER-GROUND PIPING ARE AS FOLLOWS:
(a) MODULUS OF ELASTICITY : 45 kg/cm2 to 60 kg/cm2
(b) BULK DENSITY OF SOIL : 1750 kg/m3 to 1800 kg/m3
(c) K Mu FACTOR : 0.19
154 ANGLE OF FRICTION OF FILL MATERIAL ( EXCAVATED MATERIALS FROM TRENCH) WITH 90% COMPACTION OF
STANDARD PROCTOR DRY DENSITY) = 26-28°.
155 (a) THE WIDTH OF THE TRENCH SHALL BE AS PER IS: 783
(b) BEDDING ANGLE : 90 TO 120 DEG
(c) THE U/G PIPES SHALL BE DIRECTLY LAID IN TRENCHES WHICH SHALL BE FILLED AFTER LAYING
(d) ALL THE ABOVE SYSTEMS ARE PERMANENT IN NATURE
160 FOR U/G SERVICES, PIPE WALL THICKNESSES ARE CALCULATED BASED ON SOIL PERAMETERS, BURIAL DEPTH OF
1500MM & LINE DESIGN CONDITIONS OF 14 KG/ SQ.CM G AT 65 DEG C.

Package : IPMCS
Report No. : 50 J95A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 866 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 66 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : J95A Sheet 2 of 6

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE 1.5" & BELOW UNIONS (SCRF) TO BE KEPT MINIMUM
JOINTS
2" & ABOVE FLANGED (SCREWED) TO BE KEPT MINIMUM

PIPE JOINTS UPTO 4" SCREWED COUPLING

6" & ABOVE BUTT WELDED

DRAINS ON LINES <= 1.5" REFER EIL STD 7-44-0350, DC3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D3

VENTS ON LINES <= 1.5" REFER EIL STD 7-440350, VC3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V3

TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353

PRESS.CONN 0.75" SCRD NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354

Package : IPMCS
Report No. : 50

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

Page 867 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 67 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : J95A Sheet 3 of 6

84.00 84.00
80.00 80.00
76.00 76.00
72.00 72.00
70.00 70.00
68.00 68.00
66.00 66.00
64.00 64.00
62.00 62.00
60.00 60.00
58.00 58.00
56.00 56.00
54.00 54.00
52.00 52.00
50.00 50.00
48.00 48.00
46.00 46.00
44.00 44.00
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42.00 42.00
40.00 40.00
38.00 38.00
36.00 36.00
34.00 34.00
32.00 32.00
30.00 30.00
28.00 28.00
26.00 26.00
24.00 24.00
22.00 22.00
20.00 20.00
18.00 18.00
16.00 16.00
14.00 14.00
12.00 T 12.00
10.00 T P 10.00
8.00 T P P 8.00
6.00 T P P P 6.00
5.00 5.00
4.00 T P P P P 4.00
3.50 3.50
3.00 T T P P P P 3.00
2.50 2.50
2.00 T T T P P P P 2.00
1.50 T T T T H H H H 1.50
1.25 1.25
1.00 T T T T T H H H H 1.00
0.75 T T T T T X H H H H 0.75
0.50 T T T T T X X H H H H 0.50
10.00
12.00
1.00
1.25
1.50
2.00
2.50
3.00
3.50
4.00
5.00
6.00
8.00
.50
.75

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 : IPMCS
Report No. : 50 J95A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 868 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 68 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : J95A Sheet 4 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 SCRM, SEAMLESS PI22297Z0
GR.B(GALV)
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 SCRM, SEAMLESS PI22297Z0
GR.B(GALV)
PIP PIPE 2 2 XS B-36.10 ASTM A 106 SCRM, SEAMLESS PI22297Z0
GR.B(GALV)
PIP PIPE 3 4 STD B-36.10 ASTM A 106 SCRM, SEAMLESS PI22297Z0
GR.B(GALV)
PIP PIPE 6 12 STD B-36.10 ASTM A 106 BE, SEAMLESS PI22217Z0
GR.B(GALV)
Flange Group
FLG FLNG.SCRD .5 4 B-16.5 ASTM A 150, FF/125AARH FTC0721Z0
105(GALV.)
FLG FLNG.SO 6 12 B-16.5 ASTM A 150, FF/125AARH FNC0721Z0
105(GALV.)
FLB FLNG.BLIND .5 12 B-16.5 ASTM A 150, FF/125AARH FBC0721Z0
105(GALV.)
FEF FLNG.FIG.8 .5 8 ASME- ASTM A 150, FF/125AARH FGK0721Z0
B16.48 105(GALV.)
FEF SPCR&BLND 10 12 ASME- ASTM A 150, FF/125AARH FCK0721Z0
B16.48 105(GALV.)
Fitting Group
ELB90 ELBOW.90 .5 4 B-16.11 ASTM A SCRF, 3000 WA60882Z0
105(GALV)
ELB90 ELBOW.90 6 6 M B-16.9 ASTM A 234 BW, 1.5D WAG714Z10
GR.WPB(GALV)
ELB90 ELBOW.90 8 12 M B-16.9 ASTM A 234 BW, 1.5D WAG764Z10
GR.WPB-W(GALV)
ELB45 ELBOW.45 .5 4 B-16.11 ASTM A SCRF, 3000 WB60882Z0
105(GALV)
ELB45 ELBOW.45 6 6 M B-16.9 ASTM A 234 BW, 1.5D WBG714Z10
GR.WPB(GALV)
ELB45 ELBOW.45 8 12 M B-16.9 ASTM A 234 BW, 1.5D WBG764Z10
GR.WPB-W(GALV)
TEQ T.EQUAL .5 4 B-16.11 ASTM A SCRF, 3000 WE60882Z0
105(GALV)
TEQ T.EQUAL 6 6 M B-16.9 ASTM A 234 BW WEG714ZZ0
GR.WPB(GALV)
TEQ T.EQUAL 8 12 M B-16.9 ASTM A 234 BW WEG764ZZ0
GR.WPB-W(GALV)
TRED T.RED .5 4 B-16.11 ASTM A SCRF, 3000 WR60882Z0
105(GALV)
TRED T.RED 6 6 M, M B-16.9 ASTM A 234 BW WRG714ZZ0
GR.WPB(GALV)
TRED T.RED 8 12 M, M B-16.9 ASTM A 234 BW WRG764ZZ0
GR.WPB-W(GALV)

Package
Report No.
: IPMCS
: 50
J95A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 869 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 69 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : J95A Sheet 5 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Fitting Group
REDC REDUC.CONC 6 6 M, M B-16.9 ASTM A 234 BW WUG714ZZ0
GR.WPB(GALV)
REDC REDUC.CONC 8 12 M, M B-16.9 ASTM A 234 BW WUG764ZZ0
GR.WPB-W(GALV)
REDE REDUC.ECC 6 6 M, M B-16.9 ASTM A 234 BW WVG714ZZ0
GR.WPB(GALV)
REDE REDUC.ECC 8 12 M, M B-16.9 ASTM A 234 BW WVG764ZZ0
GR.WPB-W(GALV)
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A TBE WNH08EZZ0
105(GALV)
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A TBE WPH08EZZ0
105(GALV)
CAP CAP .5 4 B-16.11 ASTM A SCRF, 3000 WF60882Z0
105(GALV)
CAP CAP 6 12 M B-16.9 ASTM A 234 BW WFG714ZZ0
GR.WPB(GALV)
CPLF CPLNG.FULL .5 4 B-16.11 ASTM A SCRF, 3000 WJ60882Z0
105(GALV)
CPLH CPLNG.HALF .5 4 B-16.11 ASTM A SCRF, 3000 WK60882Z0
105(GALV)
CPLL CPLNG.LH .5 4 B-16.11 ASTM A SCRF, 3000 WL60882Z0
105(GALV)
CPLR CPLNG.RED .5 4 B-16.11 ASTM A SCRF, 3000 WM60882Z0
105(GALV)
UNN UNION .5 4 B-16.11 ASTM A SCRF, 3000 WQ60882Z0
105(GALV)
Valves Group
GAV VLV.GATE .5 1.5 IS:778 CL.2 BODY-IS 318 SCRF, CL.2, 3000, B- 51080ZZZ0
GR.LTB2 (LEADED 1.20.1, SHT NO.- 51080
TIN
BRONZE),TRIM- IS
320 ALLOY HT2
GAV VLV.GATE 2 6 IS:14846 BODY-IS 210 FLGD, PN1.6, B-16.1, 51380ZZZ0
GR.FG 200,TRIM- FF/125AARH, SHT
IS 320 ALLOY HT2 NO.- 51380
GLV VLV.GLOBE .5 1.5 IS:778 CL.2 BODY-IS 318 SCRF, CL.2, 3000, B- 52080ZZZ0
GR.LTB2 (LEADED 1.20.1, SHT NO.- 52080
TIN
BRONZE),TRIM- IS
320 ALLOY HT2
CHV VLV.CHECK .5 1.5 IS:778 CL.2 BODY-IS 318 SCRF, CL.2, 3000, B- 53080ZZZ0
GR.LTB2 (LEADED 1.20.1, SHT NO.- 53080
TIN
BRONZE),TRIM- IS
320 ALLOY HT2
CHV VLV.CHECK 2 6 IS:5312 (PT- BODY-IS 210 FLGD, PN1.6, B-16.1, 53380ZZZ0
1) GR.FG 200,TRIM- FF/125AARH, SHT
IS 320 ALLOY HT2 NO.- 53380

Package
Report No.
: IPMCS
: 50
J95A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 870 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
B471-6-44-0005 Rev. 0
SPECIFICATION
Page 70 of 70

Client :GAIL Dept./Sect. : 16/43


Project :GAIL,GANDHAR
Location GANDHAR,GUJRAT Pipe Class : J95A Sheet 6 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)
Bolt Group
BOM BOLT.M/C .5 12 B-18.2 BOLT:A307 BM41519Z0
GR.B(GALV),
NUT:A563
GR.B(GALV)
Gasket Group
GAS GASKET .5 12 B-16.21- BUTYL RUBBER FULLFACE, 150, 2 MM GKB0422Z0
ANSI B16.5

Package
Report No.
: IPMCS
: 50
J95A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved

Page 871 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION
GENERAL NOTES B471-6-44-0005-A1 Rev. 0
Page 1 of 15

ANNEXURE – I (TO PMS)

JOB
PIPING MATERIAL SPECIFICATION
GENERAL NOTES

CLIENT : GAIL

PROJECT : GAIL, GANDHAR

LOCATION : GANDHAR, GUJARAT

JOB NO. : B471

0 16.12.2021 ISSUED FOR ENGINEERING TS PK SU


Reviewed Approved
Rev. No Date Purpose Prepared by
by by

Template No. 5-0000-0001-T1 Rev. 1 Copyrights EIL – All rights reserved

Page 872 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION
GENERAL NOTES B471-6-44-0005-A1 Rev. 0
Page 2 of 15

Abbreviations:

PMS : Piping Material Specification


AARH : Arithmetic Average Roughness Height
ANSI : American National Standards Institute
API : American Petroleum Institute
ASME : American Society of Mechanical Engineers
ASTM : American Society for Testing and Materials
AWWA : American Water Works Association
BIS : Bureau of Indian Standards
BSI : British Standards Institute
BW : Butt Weld
CA : Corrosion Allowance
DIN : Deutsches Institut für Normung
FRP : Fiber Reinforced Plastic
GOST : Russian Standard (Gosudarstvennyy Stan dart)
HDPE : High Density Poly Ethylene
IBR : Indian Boiler Regulations
JIS : Japanese Industrial Standards
LTCS : Low Temperature Carbon Steel
MSS : Manufacturers Standardization Society
NACE : National Association of Corrosion Engineers
NDT : Non Destructive Testing
PMS : Piping Material Specification
PP : Poly Propylene
PTFE : Poly Tetra Flouro Ethylene
PVC : Poly Vinyl Chloride
PVDF : Poly Vinylidene Flouride
RTJ : Ring Type Joint
SW : Socket Weld

Template No. 5-0000-0001-T1 Rev. 1 Copyrights EIL – All rights reserved

Page 873 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 3 of 15

CONTENTS

Sl. No. Description Page No.


1.0 SCOPE 4
2.0 REFERRED CODES & STANDARDS 4
3.0 MATERIAL SPECIFICATIONS 4
4.0 CLASS DESIGNATION CODE 4
5.0 PIPES 5
6.0 FLANGES 5
7.0 FITTINGS 6
8.0 BENDS, MITRES & REDUCERS FABRICATED FROM PIPE 6
9.0 GASKETS 6
10.0 BOLTING 6
11.0 THREADS 7
12.0 VALVES 7
13.0 NDT SPECIFICATIONS 8
14.0 WELDING SPECIFICATIONS 8
15.0 CAUSTIC SODA SERVICE GRAPH 8
TABLE FOR MIDDLE NUMBER 9
TABLE FOR PRESSURE-TEMPERATURE RATING FOR BALL, PLUG 12
AND BUTTERFLY VALVES
INSTRUCTIONS TO PROCESS USER 13
INSTRUCTION TO PIPING ENGINEERS FOR PREPARATION OF JOB 15
SPECIFICATIONS

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

Page 874 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 4 of 15

SCOPE

This specification (PMS) covers the various piping classes for Process and utility Piping.

Deviations from this specification may be necessary to conform to specific job requirements.

REFERRED CODES & STANDARDS

All Piping shall be designed in accordance with the Process Piping Code, ASME B31.3. A particular
edition (indicated in Design Basis), once selected shall be followed throughout the job.

Editions and addenda (if any) of referred Codes and Standards shall be as per the Job Engineering
Design Basis (Piping).

For the sake of brevity, the initials of the society to which the codes are referred to may be omitted in
the specification. For example; B16.5 is a code referring to ASME; A106 is a standard
referring to ASTM.

For Standard PMS, Rev. 7 ‘ASME B31.3-2016’ & ‘ASME B16.5-2017’ have been followed.

MATERIAL SPECIFICATIONS

Individual piping Class has been generally designed to cover a set of services operating within
pressure-temperature combination as per ASME B16.5 / B16.34 or part of it.

The PMS shall be strictly adhered to in the design, requisitioning, purchasing, fabrication and testing
of the piping system. However, deviations of material may occur due to design conditions
and/or availability. All substitutions must be duly approved.

Unless mentioned otherwise, pipe thicknesses in the specs are for above ground piping.

CLASS DESIGNATION CODE

The class designation shall consist of not more than three components made up of a letter,
number & letter; e.g.B1A.

The first letter indicates pressure rating.

A 150 Class D 600 Class G 2500 Class


B 300 Class E 900 Class J 125/150 Class
C 400 Class F 1500 Class K UNCLASSIFIED

The middle number indicates difference in the specifications within the same rating and material as
enlisted in the Table attached.

The third letter indicates type of material.

A Carbon
B Carbon Moly. (This material is not recommended)
C 1.0 % Cr., 0.5 % Moly. (This material is not recommended)
D 1.25 % Cr., 0.5 % Moly.
E 2.25 % Cr., 1.0 % Moly.
F 5.0 % Cr., 0.5 % Moly.
G 9.0 % Cr., 1.0 % Moly.
H 3.5 % Ni.

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

Page 875 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 5 of 15

I
J Nickel / Titanum
K Stainless steel type 304, 304H, 304L.
L Aluminium
M Stabilised stainless steel type 321, 347 and Stainless steel type 316, 316H.
N 316L
P Monel / Alloy 20
Q Hastalloy / Inconel / Incoloy
R Lead
S PVC & FRP, PP / FRP, PVDF / FRP
T Cast Iron / Silicon Iron
U
V Duplex Stainless Steel
W Cupro-Nickel
Y Lined steel (Rubber Lined, Teflon Lined, Cement lined etc).
Z HDPE / PDVF / Teflon / PVC

5.0 PIPES

Pipe dimension shall be in accordance with ASME B36.10, IS:1239 & IS:3589 for wrought steel and
wrought iron pipe; to B36.10 / B36.19 for stainless steel pipe and respective ASTM Standard
for non-ferrous and non- metallic pipes.

Pipe made by acid-bessemer process shall not be acceptable, steel pipe shall be made by open hearth,
electric furnace or basic Oxygen process.

All pipe threads shall conform to ASME B1.20.1 except where otherwise noted.

Pipe thicknesses not covered in different classes of this specification shall be calculated to meet
specific job requirement based on actual max. design condition to economise on thickness.
However, in such cases the thickness shall be calculated at not less than 80% of class rating
unless defined otherwise in the Job Engineering Design Basis (Piping).

Maximum of 10% of Corrosion Allowance may be adjusted to optimize on pipe schedule. However,
if CA is suffixed by 'minimum', this downward adjustment shall not be used.

Non-standard pipe sizes 1¼", 2½", 3½", 5" and 22" shall not be treated as a part of this specification
unless these sizes are separately called out.

FLANGES

Flanges shall be in accordance with the following codes, except where otherwise noted: Upto

24" (150# -1500#) ASME B16.5


Upto 12" , 2500# ASME B16.5
Above 24" ASME B16.47 SERIES 'B' / AWWA / EIL' STD.

Flanges to ASME B16.47 SERIES 'A' or any other standard (e.g. DIN, GOST, JIS etc.) may
be specified to mate with equipment or valve flanges with the corresponding bolting.

Finish of steel flange faces shall be as follows:

Stock Finish : 1000 µin AARH max.


Serrated Finish / 125 AARH / : Serrations with 125-250µin AARH
Smooth finish
63 AARH : 32 TO 63 µin AARH

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

Page 876 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 6 of 15

Brinnel hardness for RTJ groove shall be atleast 20 BHN more than that of corresponding gasket as
specified.

Fig.8 Fl and SPCR & BLN shall be as per B16.48 upto 24" (150-1500#) & upto 12" for 2500#. For
other sizes, refer EIL Std 7-44-0162.

FITTINGS

Forged steel SW and threaded fittings shall be in accordance with ASME B16.11, unless otherwise
specified. For items not covered under B16.11, reference may be made to BS 3799 or
appropriate MSS-SP-Std.

BW Fittings shall be in accordance with ASME B16.9, unless otherwise specified.

Dimensions of steel BW fittings for sizes not covered in ASME B16.9 shall conform to MSS- SP-48.

Usage of unions shall be restricted to utilities only.

BENDS, MITRES AND REDUCERS FABRICATED FROM PIPE

Mitres and Reducers fabricated from Pipe may be used if specified in particular Piping Class. Mitres
require higher thickness than corresponding Pipe / Elbow to hold the same pressure (Refer
ASME B31.3).

GASKETS

Non-metallic gaskets shall conform to B16.21 (corresponding to B16.5) upto 24", and B16.21
(corresponding to B16.47B) beyond 24", unless otherwise specified.

Spiral wound gaskets (SP.WND or SPWD) and Ring Joint gaskets shall conform to B16.20.

BOLTING

All bolts shall conform to B18.2.1, nuts to be B18.2.2. Reference shall also be made to B16.5 for
studs.

Threads shall be to coarse Thread Series, B1.1, having Class 2A allowances for bolts and studs, and
Class 2B tolerance for nuts.

Nuts for Bolts and Studs shall be the American Standard Hexagon Heavy Series.

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

Page 877 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 7 of 15

THREADS

Threads for threaded Pipes, Fittings, Flanges and Valves shall be in accordance with B1.20.1 taper
threads, unless otherwise specified.

Upto 204 deg.C, threaded joints shall be made with 1" width PTFE joining tape.

Above 204 deg.C, threaded joints shall be seal welded with a full strength fillet weld.

All threaded joints irrespective of pressure and temperature on lines carrying toxic fluid shall be seal
welded with a full strength fillet weld.

VALVES

Face to Face / End to End dimension of valves shall conform to B16.10 to the extent covered. For
valves not covered in B16.10, reference shall be made to BS EN 558-1 for PN Designated
Flanged valves, BS EN 558-2 for Class designated Flanged valves and BS EN 12627 for Butt
Welding end valves and / or the manufacturer's drawings.

Flange / weld ends of the valve shall be as per the corresponding Flange / Fitting ends of the piping
class, unless otherwise specified.

Pressure-temperature rating for flanged and butt welding end valves shall be as per ASME B16.34
except for ball, plug & butterfly valves. For these valves refer TABLE FOR PRESSURE-
TEMP RATING FOR BALL, PLUG AND BUTTERFLY VALVES. Wall thickness of valve
body at different locations should not be less than as calculated as per B16.34.

Unless called-out specifically, valves shall be as per the following Standards:

Valve Size Rating Des. Std. Testing Std.


Gate 1/2"- 1-1/2" 800 / 1500 ‘API 602/ ISO 15761’ API-598
Globe / Check -do- 800 / 1500 ‘API 602/ ISO 15761’ API-598
Gate 2"-24" 150 / 300 / 600 ‘API 600/ ISO 10434’ API-598
Gate 26"-42" 150 / 300 B-16.34 ‘API 598’/ ‘BS EN
12266-1’
Globe 2"-16" 150 BS-1873 ‘BS EN 12266-1’
-do-
Globe 2"-12" 300/600 BS-1873
Check 2"-24" -do- BS-1868 -do-
Gate/ 2"-8" 900 / 1500 / 2500 B-16.34 ‘API 598’ / ‘BS EN
Globe/Check (Refer 12.6 also) 12266-1’
Ball 1/2"-16" 150 / 300 / 600 ‘BS EN ISO 17292’ / ‘BS EN 12266-1’ /
‘API 6D’ ‘API-598’
Ball 1/2"-8" 900/ 1500 API 6D API-598
Plug 1/2"-12" All ‘API-599’ /‘BS 5353’ ‘API-598’ / ‘BS EN
12266-1’
Btrfly 3" & above All ‘API-609’ / ‘BS EN ‘API-598’ /’ BS EN
593’ / ‘AWWA C504’ 12266-1’/ ‘AWWA’

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

Page 878 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 8 of 15

Diaphram ALL - BS-5156 ‘BS EN 12266-1’


Bronze RELEVANT IS STD. RELEVANT IS STD.
Cast Iron RELEVANT IS STD. RELEVANT IS STD.

If not covered in 12.3, the valve shall be as per B16.34 / relevant MSS-SP Standard.

For details of the valves specifications, refer specifications 6-44-0006. Features not covered by 6-
44-0006 and the relevant code shall be to the manufacturer's standard.

Unless otherwise specifically called for, upto 600# rating, 2" and larger size steel Gate, Globe &
Check valves in Hydrocarbon and utility service shall have bolted bonnets. Pressure-seal
bonnets or covers shall be used for Classes 900# and above to minimize bonnet leakage.
However, valves with Pr-seal Bonnet shall have wall thickness & stem diameter as per API-
600, (if required). Welded bonnets or screwed & seal welded bonnets are acceptable for sizes
lower than 2" for Classes 900# & above.

13.0 For Non-Destructive Testing (NDT) specification , refer EIL' STD 6-44-0016.

14.0 For Welding specifications, refer EIL specs. ‘Welding Specification for fabrication of piping(6-
77-0001)' & ‘Welding charts for piping classes(6-77-00005)’.

15.0 For ‘Caustic Soda service graph' refer sheet 15 of 15.

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

Page 879 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 9 of 15

TABLE FOR MIDDLE NUMBER

Middle Carbon Steel AlloySteel SS304 / SS304H / SS 316 / 316H / 321 /


Number SS304L 321H / 347
A B, C, D, E, F, G, H K M
1 CA=1.5 CA=1.5 CA=NIL CA=NIL
(SS304) (SS316)
2 CA=1.5 CA=1.5 (IBR) CA=NIL CA=NIL
(IBR) (SS304-CRYO) (SS321-CRYO)
3 CA=1.5 CA=6.0 CA=NIL CA=1.5
(CAT'D) (CAT 'D' SS304) (SS321)
4 CA=1.5 CA=3.0 CA=1.5 CA=NIL
(LTCS) (SS304H) (SS321)
5 CA=1.5 CA=1.5 CA=3.0 CA=NIL
(Hydrogen) (Hydrogen)>230OC (SS304H) (SS316H) – H2
6 CA=4.5 CA=4.5 CA=1.5 CA=NIL
(SS304L) (SS316H)
7 CA=1.5 CA=NIL CA=NIL
(Vacuum) (SS304L-Vacuum) (SS347)
8 CA=1.5 CA=1.5 CA=1.5
(Conc.Sulphuric (SS304L-CRYO) (SS347)
Acid)
9 CA=3.0 CA=1.5 CA=1.5
(SS304) (SS316)
10 CA=1.5
(Offsites)
11 CA=3.0 CA=NIL
(Hardness controlled) (SS304L)
12 CA=NIL
(SS304-IBR)
13 CA=6.0

15 CA=3.0 CA=1.5 CA=1.5


(Liquid Sulphur) (SS304 H2 & CO2) (SS321H - H2)
16 CA=4.5 CA=4.5 (NACE) CA=1.5 CA=1.5
(NACE) (SS304L - NACE) (SS321 - NACE)
17 CA=3.0
(dry Chlorine)
18 CA=1.5 CA=NIL
(Oxygen) (SS304L-Oxygen)
19 CA=3.0
(Caustic / Amine,
Stress relieved)
20 CA=1.5
(Jacket for A15A)
32 CA=1.5 CA=NIL
(Tracing) (Tracing)
33 CA=1.5
(Fire Water)
39 CA=1.5 (10Kg/cm2g)
(Cooling Water)

NOTE: USE MIDDLE NUMBERS 21 TO 30, 91 TO 99 OR TWO ALPHABETS (EXCEPT THAT


SECOND ALPHABET SHALL NOT BE “S” OR “X”) FOR PROJECT DEPENDENT CLASSES.

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

Page 880 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 10 of 15

TABLE FOR MIDDLE NUMBER

Middle SS316L NICKEL ALLUMINIUM MONEL / ALLOY 20


Number /TITANUM
N J L P
1 CA=NIL CA=NIL (NICKEL) CA=NIL (MONEL)

2 CA=1.5 (CRYO) CA=1.5 (NICKEL) CA=1.5 (MONEL)

3 CA=NIL CA=NIL(ALLOY 20)


(TITANUM)
4 CA=1.5 CA=1.5 (ALLOY 20)
(TITANUM)
5 CA=1.5 H2

6 CA=NIL (Vacuum)

10

11 CA=NIL

12

13

14

15

16 CA=1.5(NACE)

17

18 CA=NIL (MONEL)
OXYGEN
19

20

32

33

NOTE: USE MIDDLE NUMBERS 21 TO 30, 91 TO 99 OR TWO ALPHABETS (EXCEPT THAT


SECOND ALPHABET SHALL NOT BE “S” OR “X”) FOR PROJECT DEPENDENT CLASSES.

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

Page 881 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 11 of 15

TABLE FOR MIDDLE NUMBER

Middle Hastelloy / PVC / FRP LINED STEEL HDPE / PVDF /


Number Inconel / TEFLON
Incoloy S Y Z
Q
1 CA=NIL CA=NIL CA = NIL CA=NIL
(INCONEL (PVC) (TEF LINED) (HDPE) H2SO4
600)
2 CA=1.5
(PVC / FRP)
3 CA = NIL CA=NIL CA = NIL
(INCOLOY (FRP) (RUBBER LINED -
800) SOFT)
4 CA = 1.5 CA = NIL (RUBBER CA = NIL (HDPE) 30%
(INCOLOY LINED – SEMI HARD) HCL
800) 30% HCL
5 CA = 3.0 (<= 2”) & NIL CA = NIL (HDPE) 50%
(>= 3”) (CEMENT HF
LINED) CAT ‘D’ SEA
WATER
6 CA = 1.5
(INCOLOY
800H)
7

10

11

12

13

14
15
16
17
18
19
20
32
33 CA = 3.0 (<= 2”) & NIL
(>= 3”) (CEMENT
LINED) FIRE WATER
(SEA)

NOTE: USE MIDDLE NUMBERS 21 TO 30, 91 TO 99 OR TWO ALPHABETS (EXCEPT THAT


SECOND ALPHABET SHALL NOT BE “S” OR “X”) FOR PROJECT DEPENDENT CLASSES.

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

Page 882 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 12 of 15

TABLE FOR PRESSURE TEMPERATURE RATING FOR BALL, PLUG & BUTTERFLY
VALVES

PRESSURE IN kg / cm2
SIZE
PRESSURE RATING TEMPERATURE IN OC
ITEM RANGE (NB
(PIPING CLASS)
INCHES)
-29 TO
50 65 100 120 150 175 204 >204
38
150# (AS PER PMS) 19.99 19.58 19.2 17.93 17.2 16.12 15.22 7.03
BALL
(RPTFE/PTFE 300# (AS PER PMS) Upto 16” 52.00 51.02 49.8 41.85 37.3 27.4 19.15 7.03
Seated) DO
600# (AS PER PMS) 104.1 98.46 91.4 64.61 49.3 38.6 29.68 17.6 NOT
USE
PLUG 150# (AS PER PMS) 19.33 19.3 18.63 17.6 16.89 15.82 14.93 14.06
(RPTFE/PTFE Upto 8”
Seated) 300# (AS PER PMS) 52.02 50.35 48.26 43.4 40.0 37.4 35.23 28.1

150# (AS PER PMS) 19.99 19.58 19.12 18.05 17.28 16.12 15.15 14.28
PLUG
300# (AS PER PMS) Upto 12” 52.0 51.1 49.96 47.3 46.82 46.1 45.5 44.6
(Lubricated)
600# (AS PER PMS) 104.1 102.2 99.95 94.7 93.74 92.3 91.1 89.4
150# (A3A, A5Y) 10.55 10.55 10.55
DON’T USE DO
Butterfly (Soft 150# (A33A, A33Y)
Upto 48” 16 16 16 NOT
Seat)
USE
150# (RPTFE/PTFE
19.99 19.58 19.2 17.93 17.20 16.12 15.22 7.03
Seat)

NOTE: IF THE CLASS PRESSURE / TEMPERATURE IS LOWER THAN THIS TABLE, CLASS
PRESSURE / TEMPERATURE TO BE FOLLOWED.

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

Page 883 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 13 of 15

INSTRUCTIONS TO PROCESS USER

1. Piping Material Specification (Extracts) are meant only for the Process Engineers. Process
Engineers require some specific standard information of each Piping Class for their use. The
Extract attempts to condense the STD PMS by extracting the relevant portions required by the
Process Engineers. The extent of the relevant extract required has been discussed with
Process and has their concurrence. If the Process Department after a period of use requires
any further data, the same can be added to this extract.

2. For all EIL jobs only the EIL STD PMS shall be used unless otherwise the Process Licensor
imposes his specification.

3. The following method of working is suggested for Process department:

a) Piping department is issuing to Process Dept one legible copy of the standard PMS and its
extracts. It is requested that each Process Engineer may please be provided with a copy of the
extract for their regular use.

b) For every job, the Process Engineer shall use this extract of the PMS, however the full PMS
can be referred to as and when required.

c) During the course of preparation of Process Package, if any new Class (not covered in STD
PMS) is required the Process Engineer shall contact the Lead Piping Engineer. The Lead
Piping Engineer will get the new piping class designation from the Piping Department
Standardisation Cell and convey to Lead Process Engineer.

d) Process Engineer shall ensure the following during Process Package:

i) Correct Piping Class based on the service selected.

ii) Design pressure / design temperature of various lines are within the range of the
selected Piping Class.

iii) Only the type of valves restricted to size ranges indicated are used.

iv) Special care for using soft seated valves (Ball, Plug & Butterfly) in view of reduced
Press / Temp capability.

4. At the end of the Process Package the Lead process Engineer is requested to hand over a copy
of the extract to the Lead Piping Engineer clearly marking up the following:

a) List of all Piping Classes used in the Process Package.

b) Any extra sizes of any Piping Classes as required, Any extra type of valve with size range as
required.

c) For the new Piping Classes, details of piping material class, ASME rating, size range,
corrosion allowance, service, various types of valves with size range and basic pipe material
shall be marked up in the blank Piping Material Class format available with the extracts.

d) Even if there is no change required in the STD PMS, Process should send back one copy of
the Extracts identifying the Classes.

After receiving the marked up extracts, Piping shall make necessary revisions / updations and issue job
PMS.

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

Page 884 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 14 of 15

INSTRUCTIONS TO PIPING ENGINEERS


FOR PREPARATION OF JOB SPECIFICATIONS

1. The process department is provided with STD PMS along with its extracts. The extracts
include instructions to process users and outlines the procedure to be followed by process
engineers while using STD PMS for various jobs. Piping engineers are also requested to
follow the procedure outlined in the instructions to process department.

2. After getting the marked up copies of extracts of STD PMS for the job from Lead Process
Engineer the Lead Piping Engineer shall issue JOB PMS as per Procedure for Preparation of
Job Piping Material Specification (Doc. No. 5-1643-2001)

3. Revisions in the STD PMS for making the JOB PMS to be carried by Piping Department is
strictly restricted to the following:

a) Additions / changes desired by Licensor / Process Lead Engineer.

b) Changes desired by the Client.

Attempts should be made to minimize revisions asked by Client / Licensor. If any such
revision in any piping class becomes unavoidable, the changes are permitted only in respective
job specification but the class designation should not be changed and the changes are to be
considered special for the particular project.

4. The piping lead engineer should thoroughly go through the general notes of std PMS before
making the job specification and in case any new class designation is required to be made the
lead piping engineer should contact piping standardisation group. Development of PMS for
new classes should be done in consultation with Piping Standardisation Group / Process

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

Page 885 of 4396


JOB PIPING MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0005-A1 Rev. 0
GENERAL NOTES Page 15 of 15

CAUSTIC SODA SERVICE GRAPH

DEGREE BAUME aBE

14.6 26.4 36 44 50.2


280

260
AREA – ‘C’
APPLICATION OF NICKEL ALLOYS TO BE CONSIDERED IN THIS
240 AREA

220 NICKEL ALLOY TRIM


FOR VALVES IN
AREA – ‘B’ AREAS ‘B’ AND ‘C’
200

CARBON STEEL
180
STESS RELIEVE WELDS & BENDS
TEMPERATURE OF

160

140

120

AREA – ‘A’
100

CARBON STEEL
80

NO STESS RELIEF NECESSARY


60

40

20

0
0 10 20 30 40 50
CONCENTRATED NaOH, % BY WEIGHT

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

Page 886 of 4396


JOB SPECIFICATION No.
PIPING MATERIAL
SPECIFICATION EXTRACTS B471-6-44-0005-A2 Rev. 0
Page 1 of 7

ANNEXURE - II (TO PMS)

PIPING MATERIAL SPECIFICATION


EXTRACTS

Client : GAIL

Project : GAIL,GANDHAR

Location : GANDHAR,GUJRAT

Job No. : B471

0 20/12/2021 ISSUED FOR ENGINEERING TS PK SU

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

Template No. 5-0000-0001-T1 Rev.1 Copyright EIL - All rights reserved


Page 887 of 4396
JOB SPECIFICATION No.
PIPING MATERIAL
SPECIFICATION EXTRACTS B471-6-44-0005-A2 Rev. 0
Page 2 of 7

Abbreviations:

PMS : Piping Material Specifications.

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


Page 888 of 4396
JOB SPECIFICATION No.
PIPING MATERIAL
SPECIFICATION EXTRACTS B471-6-44-0005-A2 Rev. 0
Page 3 of 7

CONTENTS

Sl. No. Description Pages

1. Piping Material Specification Extracts, (B471-6-44-0005-A2) Rev.0 Annexure - II 7

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


Page 889 of 4396
JOB SPECIFICATION No.
PIPING MATERIAL
SPECIFICATION EXTRACTS B471-6-44-0005-A2 Rev. 0
Page 4 of 7

Client : GAIL Dept./Sect. 16/43


Project : GAIL,GANDHAR Job No. : B471
Location :GANDHAR,GUJRAT

INDEX OF SPECIFICATIONS
A11A REV 0 , A1A REV 0 , A3A REV 0 , A92A REV 0 ,
A93A REV 0 , A94A REV 0 , A96A REV 0 , B1A REV 0 ,
B1K REV 0 , J2A REV 0 , J95A REV 0

Package : IPMCS
Report No. : 56

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


Page 890 of 4396
JOB SPECIFICATION No.
PIPING MATERIAL
SPECIFICATION EXTRACTS B471-6-44-0005-A2 Rev. 0
Page 5 of 7

Client : GAIL Dept./Sect. 16/43


Project : GAIL,GANDHAR Job No. : B471
Location :GANDHAR,GUJRAT

PIPING MATERIAL CLASS : A11A REV : 0 GASKET MATERIAL : SP.WND SS316+GRAFIL+ I RING
PIPE MATERIAL : A672GR.B60 CL.12 (200 BHN MAFROM 16.000 TO 30.000
CORROSION ALLOWANCE : 03.00 MM
PIPE MATERIAL : ASTM A 106 GR.B FROM 00.500 TO 14.000
ANSI RATING : 150

Temp (deg. C) - 29.0 38.0 93.0 149.0 204.0 260.0 316.0 343.0 371.0
Press (Kg/sq. cm g) 7.50 7.50 7.50 7.50 7.50 7.50 7.50 7.50 7.50

SERVICE : VALVE DETAILS


MILD SOUR FLARE (NON NACE) - REFER NOTE 34. TYPE FROM TO
GATE 00.250 42.000
GLOBE 00.250 16.000
CHECK 00.250 24.000
BALL 00.500 16.000
PLUG 00.500 24.000
PIPING MATERIAL CLASS : A1A REV : 0 GASKET MATERIAL : SP.WND SS316+GRAFIL+ I RING
PIPE MATERIAL : ASTM A 106 GR.B FROM 00.500 TO 14.000
CORROSION ALLOWANCE : 01.50 MM
PIPE MATERIAL : ASTM A 672 GR.B60 CL.12 FROM 16.000 TO 48.000
ANSI RATING : 150

Temp (deg. C) - 29.0 38.0 93.0 149.0 204.0 260.0 316.0 343.0 371.0
Press (Kg/sq. cm g) 20.03 20.03 18.28 16.17 14.06 11.95 9.84 8.78 7.73

SERVICE : VALVE DETAILS


NON CORROSIVE/ FLAMMABLE / NON FLAMMABLE/ NON LETHAL -PROCESS & TYPE FROM TO
HYDROCARBONS; HYDROCARBON FLARE ; LUBE OIL BEFORE FILTER; GATE 00.250 42.000
AMMONIA, STEAM & CONDENSATE (NON IBR); UTILITIES- INST AIR(BEYOND GLOBE 00.250 16.000
A3A IN OFFSITES), PLANT AIR, NITROGEN, CARBONDIOXIDE; WATER - BEYOND CHECK 00.250 24.000
A3A
BALL 00.500 16.000
PLUG 00.500 36.000
BTRFLY 03.000 48.000
PIPING MATERIAL CLASS : A3A REV : 0 GASKET MATERIAL : NONASBESTOS BS7531 GR X
PIPE MATERIAL : IS-3589 GR.410 FROM 16.000 TO 80.000
CORROSION ALLOWANCE : 01.50 MM
PIPE MATERIAL : ASTM A 106 GR.B FROM 00.500 TO 14.000
ANSI RATING : 150

Temp (deg. C) 0.0 38.0 50.0 65.0 100.0 150.0 186.0


Press (Kg/sq. cm g) 10.55 10.55 10.55 10.55 10.55 10.55 10.55

SERVICE : VALVE DETAILS


NON CORROSIVE UTILITIES (ABOVE GROUND) CATEGORY "D" FLUID - COOLING TYPE FROM TO
WATER, INSTRUMENT AIR(2" & ABOVE-IN OFFISTES), PLANT AIR, INERT GAS, GATE 00.250 24.000
CARBON DI OXIDE (DRY), NITROGEN, CONDENSATE & BOILER FEED SUCTION GLOBE 00.250 16.000
(NON IBR). THIS CLASS DOES NOT COVER UNDERGROUND PIPING AND THE FIRE CHECK 00.250 48.000
WATER SERVICE. FOR SIZES ABOVE 30", TEMPERATURE AND PRESSURE
RATINGS SHALL BE 70 DEG.C & 7.0 KG/CM2G RESPECTIVELY. BALL 00.500 16.000
BTRFLY 03.000 48.000
PIPING MATERIAL CLASS : A92A REV : 0 GASKET MATERIAL : NONASBESTOS BS7531 GR X
PIPE MATERIAL : ASTM A 106 GR.B FROM 00.500 TO 14.000
CORROSION ALLOWANCE : 01.50 MM
ANSI RATING : 150

Temp (deg. C) 0.0 38.0 50.0 65.0


Press (Kg/sq. cm g) 10.55 10.55 10.55 10.55

SERVICE : VALVE DETAILS


UNDER GROUND COOLING WATER (CATEGORY-'D') TYPE FROM TO
GATE 00.500 24.000
GLOBE 00.500 16.000
CHECK 00.500 24.000
BTRFLY 03.000 24.000

Package : IPMCS
Report No. : 56

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


Page 891 of 4396
JOB SPECIFICATION No.
PIPING MATERIAL
SPECIFICATION EXTRACTS B471-6-44-0005-A2 Rev. 0
Page 6 of 7

Client : GAIL Dept./Sect. 16/43


Project : GAIL,GANDHAR Job No. : B471
Location :GANDHAR,GUJRAT

PIPING MATERIAL CLASS : A93A REV : 0 GASKET MATERIAL : NONASBESTOS BS7531 GR X


PIPE MATERIAL : IS-3589 GR.410 FROM 16.000 TO 24.000
CORROSION ALLOWANCE : 01.50 MM
PIPE MATERIAL : ASTM A 106 GR.B FROM 00.500 TO 14.000
ANSI RATING : 150

Temp (deg. C) 0.0 38.0 50.0 65.0


Press (Kg/sq. cm g) 10.55 10.55 10.55 10.55

SERVICE : VALVE DETAILS


CATEGORY 'D' FLUID, CONTAMINATED RAIN WATER SEWER(CRWS) / STORM TYPE FROM TO
SEWER GATE 00.250 24.000
(ABOVE GROUND & UNDER GROUND). GLOBE 00.250 16.000
CHECK 00.250 24.000
PIPING MATERIAL CLASS : A94A REV : 0 GASKET MATERIAL : NONASBESTOS BS7531 GR X
PIPE MATERIAL : IS-3589 GR.410 FROM 16.000 TO 24.000
CORROSION ALLOWANCE : 01.50 MM
PIPE MATERIAL : ASTM A 106 GR.B FROM 00.500 TO 14.000
ANSI RATING : 150

Temp (deg. C) 0.0 38.0 50.0 65.0


Press (Kg/sq. cm g) 14.70 14.70 14.70 14.70

SERVICE : VALVE DETAILS


FIRE WATER-WATER & FOAM SOLUTION (UNDER GROUND AND ABOVE TYPE FROM TO
GROUND) GATE 00.250 24.000
GLOBE 00.250 16.000
CHECK 00.250 24.000
PIPING MATERIAL CLASS : A96A REV : 0 GASKET MATERIAL : SP.WND SS316+GRAFIL+ I RING
PIPE MATERIAL : ASTM A 672 GR.B60 CL.12 FROM 16.000 TO 24.000
CORROSION ALLOWANCE : 01.50 MM
PIPE MATERIAL : ASTM A 106 GR.B FROM 00.500 TO 14.000
ANSI RATING : 150

Temp (deg. C) 0.0 38.0 65.0


Press (Kg/sq. cm g) 7.00 7.00 7.00

SERVICE : VALVE DETAILS


OWS (ABOVE GROUND & UNDER GROUND) TYPE FROM TO
GATE 00.250 42.000
GLOBE 00.250 16.000
CHECK 00.250 24.000
BALL 00.500 16.000
PLUG 00.500 24.000
PIPING MATERIAL CLASS : B1A REV : 0 GASKET MATERIAL : SP.WND SS316+GRAFIL+ I RING
PIPE MATERIAL : ASTM A 672 GR.B60 CL.12 FROM 16.000 TO 24.000
CORROSION ALLOWANCE : 01.50 MM
PIPE MATERIAL : ASTM A 106 GR.B FROM 00.500 TO 14.000
ANSI RATING : 300

Temp (deg. C) - 29.0 38.0 93.0 149.0 204.0 260.0 316.0 343.0 371.0 399.0 427.0
Press (Kg/sq. cm g) 52.02 52.02 47.80 46.05 44.64 42.53 40.07 38.66 37.26 35.50 28.82

SERVICE : VALVE DETAILS


NON CORROSIVE PROCESS - FLAMMABLE / NON FLAMMABLE, NON LETHAL - TYPE FROM TO
HYDROCARBONS, AROMATICS, AMMONIA, SWEET GAS, FLUSHING OIL AND GATE 00.250 24.000
OTHER UTILITIES -MP CONDENSATE, INSTRUMENT AIR(OFFSITES), PLANT AIR, GLOBE 00.250 12.000
NITROGEN, AMMONIA GAS ETC. ABOVE CLASS 'A1A'. CHECK 00.250 24.000
BALL 00.500 24.000

Package : IPMCS
Report No. : 56

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


Page 892 of 4396
JOB SPECIFICATION No.
PIPING MATERIAL
SPECIFICATION EXTRACTS B471-6-44-0005-A2 Rev. 0
Page 7 of 7

Client : GAIL Dept./Sect. 16/43


Project : GAIL,GANDHAR Job No. : B471
Location :GANDHAR,GUJRAT

PIPING MATERIAL CLASS : B1K REV : 0 GASKET MATERIAL : SP.WND SS316+GRAFIL+ I RING
PIPE MATERIAL : ASTM A 358 TP304 CL.1 FROM 10.000 TO 24.000
CORROSION ALLOWANCE : 00.00 MM
PIPE MATERIAL : ASTM A 312 TP304 FROM 00.500 TO 08.000
ANSI RATING : 300

Temp (deg. C) - 29.0 38.0 93.0 149.0 204.0 260.0 316.0 343.0 371.0 399.0 427.0 454.0
Press (Kg/sq. cm g) 50.50 50.50 42.18 37.96 34.80 32.69 30.93 30.23 29.52 29.17 28.47 27.77

SERVICE : VALVE DETAILS


PURE PROCESS LIQUID, VAPOUR AND GAS OR MILD CORROSIVE TYPE FROM TO
HYDROCARBON - FLAMMABLE/ NON FLAMMABLE & NON LETHAL GATE 00.500 24.000
HYDROCARBONS, CHEMICAL, ODORANT ETC. GLOBE 00.500 12.000
CHECK 00.500 24.000
BALL 00.500 16.000
PIPING MATERIAL CLASS : J2A REV : 0 GASKET MATERIAL : BUTYL RUBBER
PIPE MATERIAL : ASTM A 106 GR.B(GALV) FROM 00.500 TO 12.000
CORROSION ALLOWANCE : 00.00 MM
ANSI RATING : 150

Temp (deg. C) 0.0 38.0 65.0


Press (Kg/sq. cm g) 10.55 10.55 10.55

SERVICE : VALVE DETAILS


POTABLE WATER (ABOVE GROUND ONLY), TYPE FROM TO
FIRE WATER-SPRINKLER SYSTEM AFTER ORIFICE, BURIED INSTRUMENT AIR GATE 00.500 06.000
LINE TO DELUGE VALVE GLOBE 00.500 01.500
CHECK 00.500 06.000

PIPING MATERIAL CLASS : J95A REV : 0 GASKET MATERIAL : BUTYL RUBBER


PIPE MATERIAL : ASTM A 106 GR.B(GALV) FROM 00.500 TO 12.000
CORROSION ALLOWANCE : 00.00 MM
ANSI RATING : 150

Temp (deg. C) 0.0 38.0 65.0


Press (Kg/sq. cm g) 14.00 14.00 14.00

SERVICE : VALVE DETAILS


DRINKING WATER(POTABLE WATER)-A/G & U/G, WATER SPRAY- A/G & U/G TYPE FROM TO
GATE 00.500 06.000
GLOBE 00.500 01.500
CHECK 00.500 06.000

Package : IPMCS
Report No. : 56

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


Page 893 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 1 of 50

VALVE MATERIAL SPECIFICATION


(B471-6-44-0006)

Client : GAIL

Project : GAIL,GANDHAR

Location : GANDHAR,GUJRAT

Job No. : B471

0 23/12/2021 ISSUED FOR ENGINEERING TS PK SU

Rev.
Date Purpose Prepared by Checked by Approved by
No

Template No. 5-0000-0001-T1 Rev. 1 Copyright EIL-All rights reserved


Page 894 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 2 of 50

Abbreviations:
VMS : Valve Material Specifications

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


Page 895 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 3 of 50

CONTENTS

Sl. No. Description Pages

1 Valve Material Specifications (B471-6-44-0006) Rev.0 50


2 Annexure-I: Job Valve Material Specifications General Notes,(B471-6-44-0006-A1) Rev. 0 5
3 Annexure-II: Valve Material Specifications Extracts,(B471-6-44-0006-A2) Rev. 0 7

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


Page 896 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 4 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT

INDEX OF VALVE TAG NOS.


Gate Valve
51001 Rev. 6 51045 Rev. 7 51080 Rev. 7 51301 Rev. 7 51321 Rev. 7 51380 Rev. 7
51401 Rev. 7 51445 Rev. 8
Globe Valve
52001 Rev. 6 52045 Rev. 7 52080 Rev. 6 52301 Rev. 7 52321 Rev. 7 52401 Rev. 7
52445 Rev. 7 52491 Rev. 0
Check Valve
53001 Rev. 6 53045 Rev. 6 53080 Rev. 7 53301 Rev. 7 53321 Rev. 7 53380 Rev. 6
53401 Rev. 7 53445 Rev. 7
Ball Valve
54301 Rev. 7 54321 Rev. 6 54401 Rev. 7 54445 Rev. 2 54491 Rev. 0 54492 Rev. 0
Plug Valve
55301 Rev. 8 55315 Rev. 2
Butterfly Valve
56301 56315 56316 56321

Notes: 1. For VMS General Notes, refer Annexure-I of this document.

2. For VMS Extracts, refer Annexure-II of this document.

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


Page 897 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 5 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 51001 Sheet No. 1 of 1

GATE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 51001 PIPING CLASS : A11A, A1A, A3A, A92A, A93A, A94A, A96A, STANDARD:
B1A,
RATING : 800 STANDARD : API 602/ ISO 15761 MFGRS CAT/FIG:
SIZE RANGE : 0.25" TO 1.5" ENDS : SW 3000 TO B-16.11 RATING: ENDS:

DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL


BODY FORGED ASTM A 105

BONNET BOLTED ASTM A 105

STEM RISING 13% CR.STEEL (NO CASTING)

WEDGE DISC SOLID STELLITED

BODY SEAT RING RENEWABLE STELLITED

STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE


VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL NON RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR 2H

BONNET GASKET SP.WND SS316- GRAFOIL FILLER

SPECIAL SERVICE MAX TEMP. 427 DEG. C.


CONDITIONS
BACK SEAT & INTEGRAL
SHOULDER
OTHERS O.S & Y.

HYDROSTATIC TEST BODY : 2975 PSIG. SEAT : 2175 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES AS PER API-602 AND TESTING AS PER API-598 ARE ALSO ACCEPTABLE. &
SEAL
OF MANUFACTURER

SHEET REV. NO. 2 3 4 5 6

DATE 02/01/1995 14/12/2000 28/05/2001 30/06/2009 26/04/2018 51001


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 898 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 6 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 51045 Sheet No. 1 of 1

GATE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 51045 PIPING CLASS : B1K, STANDARD:
RATING : 800 STANDARD : API 602/ ISO 15761 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 1.5" ENDS : SW 3000 TO B-16.11 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM A 182 GR.F304

BONNET BOLTED ASTM A 182 GR.F304

STEM RISING SS 316; (NO CASTING)

WEDGE DISC SOLID STELLITED

BODY SEAT RING RENEWABLE STELLITED

STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE


VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL NON RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR.2H

BONNET GASKET SP WND SS316-GRAFOIL FILLER

SPECIAL SERVICE MAX TEMP 454 DEG.C.


CONDITIONS
BACK SEAT & INTEGRAL
SHOULDER
OTHERS O.S & Y.

HYDROSTATIC TEST BODY : 2900 PSIG SEAT : 2125 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES AS PER API-602 AND TESTING AS PER API-598 ARE ALSO ACCEPTABLE. &
SEAL
OF MANUFACTURER

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 51045


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 899 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 7 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 51080 Sheet No. 1 of 1

GATE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 51080 PIPING CLASS : J2A, J95A, STANDARD:
RATING : CL.2 STANDARD : IS:778 CL.2 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 1.5" ENDS : SCRF 3000 TO B-1.20.1 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST IS 318 GR.LTB2 (LEADED TIN BRONZE)

BONNET BOLTED/SCREWED IS 318 GRLTB2

STEM RISING IS 320 ALLOY HT2 HIGH TENSILE BRASS

WEDGE DISC SOLID IS 318 GR LTB2

BODY SEAT RING RENEWABLE IS 318 GR LTB2

STEM PACKING RENEWABLE WITH PTFE


VALVE OPEN ON
STREAM
HAND WHEEL NON RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS IS 1367 CLAUSE 4.6 & 4 / ASTM A193 GR B7

BONNET NUTS IS 1367 CLAUSE 4.6 & 4 / ASTM A194 GR 2H

BONNET GASKET RUBBER

SPECIAL SERVICE MAX TEMP 75 DEG.C.


CONDITIONS
BACK SEAT & IS 320 ALLOY HT2
SHOULDER
OTHERS

HYDROSTATIC TEST BODY : 348 PSIG SEAT : 232 PSIG


PRESSURE
TEST PRESSURE
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER IS:778 CL.2 &
SEAL
OF MANUFACTURER

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 06/08/2002 30/06/2009 26/04/2018 51080


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 900 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 8 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 51301 Sheet No. 1 of 1

GATE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 51301 PIPING CLASS : A11A, A1A, A96A, STANDARD:
RATING : 150 STANDARD : API 600/ ISO 10434 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 42.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

BONNET BOLTED ASTM A 216 GR.WCB

STEM RISING 13% CR.STEEL (NO CASTING)

WEDGE DISC SOLID/FLEXIBLE 13% CR STEEL FACING/13% CR. STEEL

BODY SEAT RING RENEWABLE/NON STELLITED


RENEWABLE
STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE
VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL NON RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR 2H

BONNET GASKET SP WND SS316-GRAFOIL FILLER/CORRUGATED


SS 316
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE MAX TEMP 371 DEG.C.
CONDITIONS
BACK SEAT & 13% CR STEEL
SHOULDER
OTHERS O.S & Y.

HYDROSTATIC TEST BODY : 450 PSIG SEAT : 325 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 GATE VALVES OF SIZE 26" AND ABOVE SHALL BE IN ACCORDANCE WITH ANSI B-16.34 WITH TESTING AS PER &
API 598 AND FLANGE ENDS SHALL BE IN ACCORDANCE WITH ASME B16.47 SERIES B. SEAL
5 5% VALVE CASTINGS UPTO 24" AND 100% VALVE CASTINGS 26" AND ABOVE SHALL UNDERGO OF MANUFACTURER
RADIOGRAPHIC EXAMINATION.
6 FOR VALVE SIZE UPTO 24", VALVES AS PER API-600 AND TESTING AS PER API-598 ARE ALSO ACCEPTABLE.

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 51301


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 901 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 9 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 51321 Sheet No. 1 of 1

GATE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 51321 PIPING CLASS : A3A, A92A, A93A, A94A, STANDARD:
RATING : 150 STANDARD : API 600/ ISO 10434 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 24.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

BONNET BOLTED ASTM A 216 GR.WCB

STEM RISING 13% CR.STEEL (NO CASTING)

WEDGE DISC SOLID/FLEXIBLE 13% CR STEEL FACING/13% CR. STEEL

BODY SEAT RING RENEWABLE/NON STELLITED


RENEWABLE
STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE
VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL NON RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR 2H

BONNET GASKET SP WND SS316-GRAFOIL FILLER/CORRUGATED


SS 316
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
GEAR OPERATOR VALVES.
SPECIAL SERVICE
CONDITIONS
BACK SEAT & 13% CR STEEL
SHOULDER
OTHERS O.S & Y.

HYDROSTATIC TEST BODY : 450 PSIG SEAT : 325 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 RADIOGRAPHY OF VALVE CASTINGS NOT REQUIRED. &
5 VALVES AS PER API-600 AND TESTING AS PER API-598 ARE ALSO ACCEPTABLE. SEAL
OF MANUFACTURER

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 51321


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 902 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 10 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 51380 Sheet No. 1 of 1

GATE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 51380 PIPING CLASS : J2A, J95A, STANDARD:
RATING : PN1.6 STANDARD : IS:14846 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 6.0" ENDS : FLGD TO B-16.1 FF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST IS 210 GR.FG 200

BONNET BOLTED IS 210 GR.FG 200

STEM NON RISING HIGH TENSILE BRASS IS:320 GR HT2/ IS-6912 GR.
FHTB2
WEDGE DISC SOLID/FLEXIBLE IS 210 GR. FG 200

BODY SEAT RING RENEWABLE/NON LEADED TIN BRONZE IS:318 GR.LTB2


RENEWABLE
STEM PACKING RENEWABLE WITH PTFE/ RUBBER IS: 638 TYPE B
VALVE OPEN ON
STREAM
HAND WHEEL NON RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS IS 1363 PT-1 CL. 4.6

BONNET NUTS IS 1363 PT-3 CL. 4.0

BONNET GASKET BUTYL RUBBER

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE POTABLE WATER
CONDITIONS
BACK SEAT & IS:320 GR HT2
SHOULDER
OTHERS

WEDGE FACING LEADED TIN BRONZE IS 318 GR. LTB2/ IS: 320
RINGS & NUT GR. HT2
HYDROSTATIC TEST BODY : 348 PSIG SEAT : 232 PSIG
PRESSURE
TEST PRESSURE
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER IS:14846 &
5 FLANGE END SHALL BE FLAT FACE DRILLED TO ANSI B16.1, 125 # . SEAL
6 RADIOGRAPHY OF VALVE CASTINGS NOT REQUIRED. OF MANUFACTURER

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 16/04/2002 30/06/2009 26/04/2018 51380


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 903 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 11 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 51401 Sheet No. 1 of 1

GATE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 51401 PIPING CLASS : B1A, STANDARD:
RATING : 300 STANDARD : API 600/ ISO 10434 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 24.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

BONNET BOLTED ASTM A 216 GR.WCB

STEM RISING 13% CR.STEEL (NO CASTING)

WEDGE DISC FLEXIBLE/SOLID 13% CR STEEL FACING/13% CR. STEEL

BODY SEAT RING RENEWABLE/NON STELLITED


RENEWABLE
STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE
VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL NON RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR 2H

BONNET GASKET SP WND SS316-GRAFOIL FILLER

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE MAX TEMP 427 DEG.C.
CONDITIONS
BACK SEAT & 13% CR STEEL
SHOULDER
OTHERS O.S & Y.

HYDROSTATIC TEST BODY : 1125 PSIG SEAT : 825 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 10% VALVE CASTINGS UPTO 16" AND 100% VALVE CASTINGS 18" AND ABOVE SHALL UNDERGO &
RADIOGRAPHIC EXAMINATION. SEAL
5 VALVES AS PER API-600 AND TESTING AS PER API-598 ARE ALSO ACCEPTABLE. OF MANUFACTURER

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 51401


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 904 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 12 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 51445 Sheet No. 1 of 1

GATE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 51445 PIPING CLASS : B1K, STANDARD:
RATING : 300 STANDARD : API 600/ ISO 10434 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 24.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 351 GR CF8

BONNET BOLTED ASTM A 351 GR.CF8

STEM RISING SS316; (NO CASTING)

WEDGE DISC FLEXIBLE SS 316

BODY SEAT RING NON- SS 316


RENEWABLE/RENE
WABLE
STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE
VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL NON RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR 2H

BONNET GASKET SP WND SS316-GRAFOIL FILLER

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE MAX TEMP 454 DEG.C.
CONDITIONS
BACK SEAT & SS316
SHOULDER
OTHERS O.S & Y.

HYDROSTATIC TEST BODY : 1100 PSIG SEAT : 800 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 10% VALVE CASTINGS UPTO 16" AND 100% VALVE CASTINGS 18" AND ABOVE SHALL UNDERGO &
RADIOGRAPHIC EXAMINATION. SEAL
5 ALL CASTINGS SHALL BE SOLUTION HEAT TREATED. OF MANUFACTURER
6 WELD REPAIRS, IF ANY, SHALL BE CARRIED OUT BEFORE SOLUTION HEAT TREATMENT.
7 VALVES AS PER API-600 AND TESTING AS PER API-598 ARE ALSO ACCEPTABLE.

SHEET REV. NO. 3 4 5 6 7 8

DATE 14/12/2000 28/05/2001 01/11/2007 30/06/2009 26/04/2018 09/12/2019 51445


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 905 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 13 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 52001 Sheet No. 1 of 1

GLOBE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 52001 PIPING CLASS : A11A, A1A, A3A, A92A, A93A, A94A, A96A, STANDARD:
B1A,
RATING : 800 STANDARD : API 602/ ISO 15761 MFGRS CAT/FIG:
SIZE RANGE : 0.25" TO 1.5" ENDS : SW 3000 TO B-16.11 RATING: ENDS:

DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL


BODY FORGED ASTM A 105

BONNET BOLTED ASTM A 105

STEM RISING 13% CR.STEEL (NO CASTING)

DISC LOOSE PLUG TYPE STELLITED

BODY SEAT RING RENEWABLE/NON STELLITED


RENEWABLE
STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE
VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR 2H

BONNET GASKET SP WND SS316-GRAFOIL FILLER

OTHERS OS&Y

SPECIAL SERVICE MAX TEMP 427 DEG.C.


CONDITION
BACK SEAT & INTEGRAL
SHOULDER

HYDROSTATIC TEST BODY : 2975 PSIG SEAT : 2175 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
&
SEAL
OF MANUFACTURER

SHEET REV. NO. 2 3 4 5 6

DATE 02/01/1995 14/12/2000 28/05/2001 30/06/2009 26/04/2018 52001


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 906 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 14 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 52045 Sheet No. 1 of 1

GLOBE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 52045 PIPING CLASS : B1K, STANDARD:
RATING : 800 STANDARD : API 602/ ISO 15761 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 1.5" ENDS : SW 3000 TO B-16.11 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM A 182 GR.F304

BONNET BOLTED ASTM A 182 GR.F304

STEM RISING SS 316; (NO CASTING)

DISC LOOSE PLUG TYPE STELLITED

BODY SEAT RING RENEWABLE/NON STELLITED


RENEWABLE
STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE
VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR.2H

BONNET GASKET SP WND SS316-GRAFOIL FILLER

OTHERS OS&Y

SPECIAL SERVICE MAX TEMP 454 DEG. C.


CONDITION
BACK SEAT & INTEGRAL
SHOULDER

HYDROSTATIC TEST BODY : 2900 PSIG SEAT : 2125 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
&
SEAL
OF MANUFACTURER

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 52045


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 907 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 15 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 52080 Sheet No. 1 of 1

GLOBE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 52080 PIPING CLASS : J2A, J95A, STANDARD:
RATING : CL.2 STANDARD : IS:778 CL.2 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 1.5" ENDS : SCRF 3000 TO B-1.20.1 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST IS 318 GR.LTB2 (LEADED TIN BRONZE)

BONNET BOLTED/SCREWED IS 318 GR.LTB2

STEM RISING IS 320 ALLOY HT2 HIGH TENSILE BRASS

DISC LOOSE PLUG TYPE IS 318 GR.LTB2

BODY SEAT RING RENEWABLE/NON IS 318 GR.LTB2


RENEWABLE
STEM PACKING RENEWABLE WITH PTFE
VALVE OPEN ON
STREAM
HAND WHEEL RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS IS 1367 CLAUSE 4.6 & 4 / ASTM A 193 GR B7

BONNET NUTS IS 1367 CLAUSE 4.6 & 4 / ASTM A 194 GR 2H

BONNET GASKET RUBBER

OTHERS

SPECIAL SERVICE MAX TEMP 75 DEG CENT.


CONDITION
BACK SEAT & IS 320 GR HT2
SHOULDER

HYDROSTATIC TEST BODY : 348 PSIG SEAT : 232 PSIG


PRESSURE
TEST PRESSURE
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER BS EN 12266-1/ IS STD. &
5 SCREWED ENDS OF VALVES SHALL BE FEMALE TYPE AS PER ANSI B 1.20.1 SEAL
OF MANUFACTURER

SHEET REV. NO. 3 4 5 6

DATE 14/12/2000 28/05/2001 30/06/2009 26/04/2018 52080


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 908 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 16 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 52301 Sheet No. 1 of 1

GLOBE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 52301 PIPING CLASS : A11A, A1A, A96A, STANDARD:
RATING : 150 STANDARD : BS-1873 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 16.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

BONNET BOLTED ASTM A 216 GR.WCB

STEM RISING 13% CR.STEEL (NO CASTING)

DISC LOOSE PLUG 13% CR STEEL FACING/13% CR STEEL


TYPE/BALL TYP
BODY SEAT RING RENEWABLE/NON STELLITED
RENEWABLE
STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE
VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR 2H

BONNET GASKET SP WND SS316-GRAFOIL FILLER/ CORRUGATED


SS316
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
OTHERS OS&Y

SPECIAL SERVICE MAX TEMP 371 DEG. C.


CONDITION
BACK SEAT & 13% CR STEEL
SHOULDER

HYDROSTATIC TEST BODY : 450 PSIG SEAT : 325 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER BS EN 12266-1. &
5 5% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION SEAL
OF MANUFACTURER

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 52301


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 909 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 17 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 52321 Sheet No. 1 of 1

GLOBE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 52321 PIPING CLASS : A3A, A92A, A93A, A94A, STANDARD:
RATING : 150 STANDARD : BS-1873 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 16.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

BONNET BOLTED ASTM A 216 GR.WCB

STEM RISING 13% CR.STEEL (NO CASTING)

DISC LOOSE PLUG 13% CR STEEL FACING/13% CR STEEL


TYPE/BALL TYP
BODY SEAT RING RENEWABLE/NON STELLITED
RENEWABLE
STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE
VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR 2H

BONNET GASKET SP WND SS316-GRAFOIL FILLER/ CORRUGATED


SS316
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
GEAR OPERATOR VALVES.
OTHERS OS&Y

SPECIAL SERVICE
CONDITION
BACK SEAT & 13% CR STEEL
SHOULDER

HYDROSTATIC TEST BODY : 450 PSIG SEAT : 325 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER BS EN 12266-1. &
5 RADIOGRAPHY OF VALVE CASTINGS NOT REQUIRED. SEAL
OF MANUFACTURER

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 52321


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 910 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 18 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 52401 Sheet No. 1 of 1

GLOBE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 52401 PIPING CLASS : B1A, STANDARD:
RATING : 300 STANDARD : BS-1873 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 12.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

BONNET BOLTED ASTM A 216 GR.WCB

STEM RISING 13% CR.STEEL (NO CASTING)

DISC LOOSE PLUG 13% CR STEEL FACING/13% CR STEEL


TYPE/BALL TYP
BODY SEAT RING RENEWABLE/NON STELLITED
RENEWABLE
STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE
VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR 2H

BONNET GASKET SP WND SS316-GRAFOIL FILLER

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
OTHERS OS&Y

SPECIAL SERVICE MAX TEMP 427 DEG.C.


CONDITION
BACK SEAT & 13% CR STEEL
SHOULDER

HYDROSTATIC TEST BODY : 1125 PSIG SEAT : 825 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER BS EN 12266-1. &
5 10% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION. SEAL
OF MANUFACTURER

SHEET REV. NO. 2 3 4 5 6 7

DATE 02/01/1995 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 52401


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 911 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 19 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 52445 Sheet No. 1 of 1

GLOBE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 52445 PIPING CLASS : B1K, STANDARD:
RATING : 300 STANDARD : BS-1873 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 12.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 351 GR CF8

BONNET BOLTED ASTM A 351 GR.CF8

STEM RISING SS316; (NO CASTING)

DISC LOOSE PLUG SS 316


TYPE/BALL TYP
BODY SEAT RING RENEWABLE/NON SS 316
RENEWABLE
STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE
VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR 2H

BONNET GASKET SP WND SS316-GRAFOIL FILLER

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
OTHERS OS&Y

SPECIAL SERVICE MAX TEMP 454 DEG. C.


CONDITION
BACK SEAT & SS316
SHOULDER

HYDROSTATIC TEST BODY : 1100 PSIG SEAT : 800 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER BS EN 12266-1. &
5 10% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION. SEAL
6 ALL CASTINGS SHALL BE SOLUTION HEAT TREATED. OF MANUFACTURER
7 WELD REPAIR, IF ANY, SHALL BE CARRIED OUT BEFORE SOLUTION HEAT TREATMENT.

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 52445


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 912 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 20 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 52491 Sheet No. 1 of 1

GLOBE VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 52491 PIPING CLASS : B1A, STANDARD:
RATING : 300 STANDARD : BS-1873 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 12.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

BONNET BOLTED ASTM A 216 GR.WCB

STEM RISING 13% CR.STEEL (NO CASTING)

DISC LOOSE PLUG 13% CR STEEL FACING/13% CR STEEL


TYPE/BALL TYP
BODY SEAT RING RENEWABLE/NON STELLITED
RENEWABLE
STEM PACKING RENEWABLE WITH CORROSION INHIBITED DIE FORMED FLEXIBLE
VALVE OPEN ON GRAPHITE WITH BRAIDED ANTI EXTRUSION
STREAM RINGS
HAND WHEEL RISING MALLEABLE IRON/CAST ST/FAB.ST/DUCT. IRON

BONNET BOLTS ASTM A193 GR B7

BONNET NUTS ASTM A194 GR 2H

BONNET GASKET SP WND SS316-GRAFOIL FILLER

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
OTHERS OS&Y

SPECIAL SERVICE MAX TEMP 427 DEG.C.


CONDITION
BACK SEAT & 13% CR STEEL
SHOULDER

HYDROSTATIC TEST BODY : 1125 PSIG SEAT : 825 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER BS EN 12266-1. &
5 10% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION. SEAL
6 VALVE SHALL BE ANTI FREEZE TYPE. VALVES SHALL BE PROVIDED WITH EXTENDED BONNET AS PER BS OF MANUFACTURER
6364 (NON COLD BOX APPLICATION).

SHEET REV. NO. 0

DATE 25/11/2021 52491


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 913 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 21 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 53001 Sheet No. 1 of 1

CHECK VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 53001 PIPING CLASS : A11A, A1A, A3A, A92A, A93A, A94A, A96A, STANDARD:
B1A,
RATING : 800 STANDARD : API 602/ ISO 15761 MFGRS CAT/FIG:
SIZE RANGE : 0.25" TO 1.5" ENDS : SW 3000 TO B-16.11 RATING: ENDS:

DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL


BODY FORGED ASTM A 105

COVER BOLTED ASTM A 105

DISC/PISTON STELLITED

BODY SEAT RING RENEWABLE/NON STELLITED


RENEWABLE
DISC HINGE/HINGE
PIN
COVER STUD BOLT ASTM A193 GR B7

COVER NUT ASTM A194 GR 2H

COVER GASKET SP WND SS316-GRAFOIL FILLER

TYPE LIFT CHECK TYPE

OTHERS

SPECIAL SERVICE MAX TEMP 427 DEG.C.


CONDITIONS
WASHER,NUT,PIN

HYDROSTATIC TEST BODY : 2975 PSIG SEAT : 2175 PSIG


PRESSURE
TEST PRESSURE
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES SHALL BE OF STANDARD BORE DESIGN. &
SEAL
OF MANUFACTURER

SHEET REV. NO. 2 3 4 5 6

DATE 02/01/1995 14/12/2000 28/05/2001 30/06/2009 26/04/2018 53001


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 914 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 22 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 53045 Sheet No. 1 of 1

CHECK VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 53045 PIPING CLASS : B1K, STANDARD:
RATING : 800 STANDARD : API 602/ ISO 15761 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 1.5" ENDS : SW 3000 TO B-16.11 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM A 182 GR.F304

COVER BOLTED ASTM A 182 GR.F304

DISC/PISTON STELLITED

BODY SEAT RING RENEWABLE/NON- STELLITED


RENEWABLE
DISC HINGE/HINGE
PIN
COVER STUD BOLT ASTM A193 GR B7

COVER NUT ASTM A194 GR 2H

COVER GASKET SP WND SS316-GRAFOIL FILLER

TYPE LIFT CHECK TYPE

OTHERS

SPECIAL SERVICE MAX TEMP 454 DEG. C.


CONDITIONS
WASHER,NUT,PIN

HYDROSTATIC TEST BODY : 2900 PSIG SEAT : 2125 PSIG


PRESSURE
TEST PRESSURE
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES SHALL BE OF STANDARD BORE DESIGN. &
SEAL
OF MANUFACTURER

SHEET REV. NO. 2 3 4 5 6

DATE 02/01/1995 14/12/2000 28/05/2001 30/06/2009 26/04/2018 53045


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 915 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 23 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 53080 Sheet No. 1 of 1

CHECK VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 53080 PIPING CLASS : J2A, J95A, STANDARD:
RATING : CL.2 STANDARD : IS:778 CL.2 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 1.5" ENDS : SCRF 3000 TO B-1.20.1 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST IS 318 GR.LTB2 (LEADED TIN BRONZE)

COVER BOLTED IS 318 GR.LTB2

DISC/PISTON IS 318 GR LTB2

BODY SEAT RING RENEWABLE IS 318 GR LTB2

DISC HINGE/HINGE
PIN
COVER STUD BOLT IS 1367 CLAUSE 4.6 & 4 / ASTM A 193 GR B7

COVER NUT IS 1367 CLAUSE 4.6 & 4 / ASTM A 194 GR 2H

COVER GASKET RUBBER

TYPE LIFT CHECK TYPE

OTHERS

SPECIAL SERVICE MAX TEMP 75 DEG CENT.


CONDITIONS
WASHER,NUT,PIN IS 320 ALLOY HT2

HYDROSTATIC TEST BODY : 348 PSIG SEAT : 232 PSIG


PRESSURE
TEST PRESSURE
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER BS EN 12266-1 / IS 778 CL2. &
SEAL
OF MANUFACTURER

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 06/08/2002 30/06/2009 26/04/2018 53080


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 916 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 24 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 53301 Sheet No. 1 of 1

CHECK VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 53301 PIPING CLASS : A11A, A1A, A96A, STANDARD:
RATING : 150 STANDARD : API-602 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 24.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

COVER BOLTED ASTM A 216 GR.WCB

DISC FACED WITH 13% CR.STEEL/13% CR.STEEL

BODY SEAT RING RENEWABLE/NON STELLITED


RENEWABLE
HINGE PIN 13% CR STEEL(NO CASTING)

DISC HINGE 13% CR STEEL/A216 GR WCB/A515 GR 70

COVER STUD BOLT ASTM A193 GR B7

COVER NUT ASTM A194 GR 2H

COVER GASKET SP WND SS316-GRAFOIL FILLER/CORRUGATED


SS316
BY PASSES

TYPE SWING CHECK TYPE

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


RADIOGRAPHY VALVES.
OTHERS

SPECIAL SERVICE MAX TEMP 371 DEG. C.


CONDITIONS
WASHER,NUT,PIN 13% CR STEEL(NO CASTING)/SS410/SS304

HYDROSTATIC TEST BODY : 450 PSIG SEAT : 325 PSIG


PRESSURE
TEST PRESSURE
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER BS EN 12266-1. &
5 5% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION. SEAL
OF MANUFACTURER

SHEET REV. NO. 2 3 4 5 6 7

DATE 02/01/1995 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 53301


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 917 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 25 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 53321 Sheet No. 1 of 1

CHECK VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 53321 PIPING CLASS : A3A, A92A, A93A, A94A, STANDARD:
RATING : 150 STANDARD : BS 1868 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 24.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

COVER BOLTED ASTM A 216 GR.WCB

DISC FACED WITH 13% CR.STEEL/13% CR.STEEL

BODY SEAT RING RENEWABLE/NON STELLITED


RENEWABLE
HINGE PIN 13% CR STEEL(NO CASTING)

DISC HINGE 13% CR STEEL/A216 GR WCB/A515 GR 70

COVER STUD BOLT ASTM A193 GR B7

COVER NUT ASTM A194 GR 2H

COVER GASKET SP WND SS316-GRAFOIL FILLER/CORRUGATED


SS316
BY PASSES

TYPE SWING CHECK TYPE

OTHERS

SPECIAL SERVICE
CONDITIONS
WASHER,NUT,PIN 13% CR STEEL(NO CASTING)/SS410/SS304

HYDROSTATIC TEST BODY : 450 PSIG SEAT : 325 PSIG


PRESSURE
TEST PRESSURE
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER BS EN 12266-1. &
5 RADIOGRAPHY OF VALVE CASTINGS NOT REQUIRED. SEAL
OF MANUFACTURER

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 53321


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 918 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 26 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 53380 Sheet No. 1 of 1

CHECK VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 53380 PIPING CLASS : J2A, J95A, STANDARD:
RATING : PN1.6 STANDARD : IS:5312 (PT-1) MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 6.0" ENDS : FLGD TO B-16.1 FF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST IS 210 GR.FG 200

COVER BOLTED IS 210 GR.FG 200

DISC/PISTON IS 210 GR.FG 200

BODY SEAT RING RENEWABLE LEADED TIN BRONZE IS 318 GR LTB2

HINGE PIN HIGH TENSILE BRASS IS 320 GR. HTB2

DISC HINGE IS:210 GR.FG 200

COVER STUD BOLT IS 1363 PT-1 CL. 4.6

COVER NUT IS 1363 PT-3 CL.4.0

COVER GASKET RUBBER

BY PASSES

TYPE SWING CHECK TYPE

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


RADIOGRAPHY VALVES.
OTHERS

SPECIAL SERVICE
CONDITIONS
DOOR FACES NATURAL OR SYNTHENIC MOULDED RUBBER

HYDROSTATIC TEST BODY : 350 PSIG SEAT : 250 PSIG


PRESSURE
TEST PRESSURE
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER BS EN 12266-1. &
5 FLANGE END SHALL BE FLAT FACE DRILLED TO ANSI B16.1, 125# SEAL
6 FOR 6" SIZE VALVE RATING SHALL BE PN 1.0 OF MANUFACTURER
7 RADIOGRAPHY OF VALVE CASTINGS NOT REQUIRED.

SHEET REV. NO. 2 3 4 5 6

DATE 02/01/1995 14/12/2000 28/05/2001 30/06/2009 26/04/2018 53380


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 919 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 27 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 53401 Sheet No. 1 of 1

CHECK VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 53401 PIPING CLASS : B1A, STANDARD:
RATING : 300 STANDARD : BS-1868 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 24.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

COVER BOLTED ASTM A 216 GR.WCB

DISC FACED WITH 13% CR.STEEL/13% CR.STEEL

BODY SEAT RING RENEWABLE/NON STELLITED


RENEWABLE
HINGE PIN 13% CR STEEL(NO CASTING)

DISC HINGE 13% CR STEEL/A216 GR WCB/A515 GR. 70

COVER STUD BOLT ASTM A193 GR B7

COVER NUT ASTM A194 GR 2H

COVER GASKET SP WND SS316-GRAFOIL FILLER

BY PASSES

TYPE SWING CHECK TYPE

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


RADIOGRAPHY VALVES.
OTHERS

SPECIAL SERVICE MAX TEMP 427 DEG. C.


CONDITIONS
WASHER,NUT,PIN 13% CR STEEL(NO CASTING)/ SS 410/SS 304

HYDROSTATIC TEST BODY : 1125 PSIG SEAT : 825 PSIG


PRESSURE
TEST PRESSURE
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER BS EN 12266-1. &
5 10% VALVE CASTINGS UPTO 16" AND 100% VALVE CASTINGS 18" AND ABOVE SHALL UNDERGO SEAL
RADIOGRAPHIC EXAMINATION. OF MANUFACTURER

SHEET REV. NO. 2 3 4 5 6 7

DATE 02/01/1995 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 53401


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 920 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 28 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 53445 Sheet No. 1 of 1

CHECK VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 53445 PIPING CLASS : B1K, STANDARD:
RATING : 300 STANDARD : BS-1868 MFGRS CAT/FIG:
SIZE RANGE : 2.0" TO 24.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 351 GR CF8

COVER BOLTED ASTM A 351 GR.CF8

DISC/PISTON SS 316

BODY SEAT RING RENEWABLE/NON- SS 316


RENEWABLE
DISC HINGE SS 304/SS 316

HINGE PIN SS316 (NO CASTING)

COVER STUD BOLT ASTM A193 GR B7

COVER NUT ASTM A194 GR 2H

COVER GASKET SP WND SS316-GRAFOIL FILLER

BY PASSES

TYPE SWING CHECK TYPE

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


RADIOGRAPHY VALVES.
OTHERS

SPECIAL SERVICE MAX TEMP 454 DEG. C.


CONDITIONS
WASHER,NUT,PIN SS 316 (NO CASTING)

HYDROSTATIC TEST BODY : 1100 PSIG SEAT : 800 PSIG


PRESSURE
TEST PRESSURE
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 TESTING SHALL BE AS PER BS EN 12266-1. &
5 10% VALVE CASTINGS UPTO 16" AND 100% VALVE CASTINGS 18" AND ABOVE SHALL UNDERGO SEAL
RADIOGRAPHIC EXAMINATION. OF MANUFACTURER
6 ALL CASTINGS SHALL BE SOLUTION HEAT TREATED
7 WELD REPAIR, IF ANY, SHALL BE CARRIED OUT BEFORE SOLUTION HEAT TREATMENT.

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 28/05/2001 30/06/2009 26/04/2018 09/12/2019 53445


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 921 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 29 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 54301 Sheet No. 1 of 2

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 54301 PIPING CLASS : A11A, A1A, A96A, STANDARD:
RATING : 150 STANDARD : BS EN ISO 17292 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 16.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGD/CAST ASTM A 105 / A 216GR.WCB

STEM ANTI BLOWOUT 13% CR.STEEL/SS316; (NO CASTING)

BALL SOLID 13% CR.STEEL/SS304/SS316

BODY SEAT RPTFE WITH SECONDARY METAL TO METAL

GLAND BOLTED/ RETAINED ASTM A105/13% CR STEEL/SS 316/SS 304


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL/PTFE V-RINGS+GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL/PTFE

BODY STUD ASTM A193 GR.B7

BODY NUT ASTM A194 GR 2H

OTHERS

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE MAX TEMP 204 DEG C.
CONDITIONS
SPRING INCONEL X-750

HYDROSTATIC TEST BODY : 450 PSIG SEAT : 325 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API 6D VALVES,MIN BODY WALL &
THICKNESS SHALL BE PER ASME B16.34. SEAL
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER API 607 VI EDITION /(API 607/ ISO OF MANUFACTURER
10497) /API RP 6FA.
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
7 FOR TRUNNION MOUNTED BALL,BODY SEAT SHALL BE SPRING LOADED.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
9 5 % VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 16/10/2001 24/10/2001 30/06/2009 26/04/2018 54301


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 922 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 30 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Sheet No. 2 of 2

NOTES
10 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 16/10/2001 24/10/2001 30/06/2009 26/04/2018 54301


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 923 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 31 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 54321 Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 54321 PIPING CLASS : A3A, STANDARD:
RATING : 150 STANDARD : BS EN ISO 17292 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 16.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGD/CAST ASTM A 105 / A 216GR.WCB

STEM ANTI BLOWOUT 13% CR.STEEL/SS316; (NO CASTING)

BALL SOLID 13% CR.STEEL/SS304/SS316

BODY SEAT RPTFE WITH SECONDARY METAL TO METAL

GLAND BOLTED/ RETAINED ASTM A105/13% CR STEEL/SS 316/SS 304


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL/PTFE
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL/PTFE

BODY STUD ASTM A193 GR.B7

BODY NUT ASTM A194 GR 2H

OTHERS

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
SPECIAL SERVICE MAX. TEMP 186 DEG.C.
CONDITIONS
SPRING INCONEL X750

HYDROSTATIC TEST BODY : 450 PSIG SEAT : 325 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API 6D VALVES,MIN BODY WALL &
THICKNESS SHALL BE PER ASME B16.34. SEAL
5 TESTING SHALL BE AS PER BS EN 12266-1/API 6D. OF MANUFACTURER
6 FOR TRUNNION MOUNTED BALL,BODY SEAT SHALL BE SPRING LOADED.
7 ALL VALVES SHALL BE BIDIRECTIONAL.
8 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
9 RADIOGRAPHY OF VALVE CASTINGS NOT REQUIRED.
10 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.

SHEET REV. NO. 3 4 5 6

DATE 14/12/2000 24/10/2001 30/06/2009 26/04/2018 54321


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 924 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 32 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 54401 Sheet No. 1 of 2

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 54401 PIPING CLASS : B1A, STANDARD:
RATING : 300 STANDARD : BS EN ISO 17292 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 16.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGD/CAST ASTM A 105 / A 216GR.WCB

STEM ANTI BLOWOUT 13% CR.STEEL/SS316; (NO CASTING)

BALL SOLID 13% CR.STEEL/SS304/SS316

BODY SEAT RPTFE WITH SECONDARY METAL TO METAL

GLAND BOLTED/ RETAINED ASTM A105/13% CR STEEL/SS 316/SS 304


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL/PTFE V-RINGS + GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL/PTFE

BODY STUD ASTM A193 GR.B7

BODY NUT ASTM A194 GR 2H

OTHERS

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE MAX TEMP 204 DEG C.
CONDITIONS
SPRING INCONEL X-750

HYDROSTATIC TEST BODY : 1125 PSIG SEAT : 825 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API 6D VALVES,MIN BODY WALL &
THICKNESS SHALL BE PER ASME B16.34. SEAL
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER API 607 VI EDITION /(API 607/ ISO OF MANUFACTURER
10497) /API RP 6FA.
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
7 FOR TRUNNION MOUNTED BALL,BODY SEAT SHALL BE SPRING LOADED.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
9 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 16/10/2001 24/10/2001 30/06/2009 26/04/2018 54401


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 925 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 33 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Sheet No. 2 of 2

NOTES
10 10% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.

SHEET REV. NO. 3 4 5 6 7

DATE 14/12/2000 16/10/2001 24/10/2001 30/06/2009 26/04/2018 54401


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 926 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 34 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 54445 Sheet No. 1 of 2

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 54445 PIPING CLASS : B1K, STANDARD:
RATING : 300 STANDARD : BS EN ISO 17292 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 16.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST / FORGED ASTM A 351 GR.CF8 / ASTM A 182 GR.F304

STEM ANTI BLOWOUT SS 304/SS 316; (NO CASTING)

BALL SOLID SS 304/SS 316

BODY SEAT RPTFE WITH SECONDARY METAL TO METAL

GLAND BOLTED/ RETAINED SS 304 / SS 316


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL/PTFE V-RINGS + GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL/PTFE

BODY STUD ASTM A 193 GR.B7

BODY NUT ASTM A 194 GR.2H

OTHERS

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
GEAR VALVES.
RADIOGRAPHY
SPECIAL SERVICE MAX. TEMP 204 DEG. C.
CONDITIONS
SPRING INCONEL X-750

HYDROSTATIC TEST BODY : 1100 PSIG SEAT : 800 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API-6D VALVES, MIN BODY WALL &
THICKNESS SHALL BE AS PER ASME B16.34. SEAL
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER API 607 VI EDITION /(API 607/ ISO OF MANUFACTURER
10497) /API RP 6FA.
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
7 FOR TRUNNION MOUNTED BALL, BODY SEAT SHALL BE SPRING LOADED.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
9 10% VALVES SHALL UNDERGO HYDROSTATIC TEST OF SEAT . SOFT SEAT SHALL BE REPLACED AFTER
HYDROSTATIC TEST. AFTER THIS ALL VALVES (INCLUDING BALANCE 90%) SHALL BE AIR TESTED.

SHEET REV. NO. 0 1 2

DATE 24/10/2001 30/06/2009 26/04/2018 54445


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 927 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 35 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Sheet No. 2 of 2

NOTES
10 10% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.
11 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
12 ALL CASTINGS SHALL BE SOLUTION HEAT TREATED.
13 WELD REPAIRS ,IF ANY, SHALL BE CARRIED OUT BEFORE SOLUTION HEAT TREATMENT.
14 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.

SHEET REV. NO. 0 1 2

DATE 24/10/2001 30/06/2009 26/04/2018 54445


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 928 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 36 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 54491 Sheet No. 1 of 2

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 54491 PIPING CLASS : B1A, STANDARD:
RATING : 300 STANDARD : API-6D/ISO 17292 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 24.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGD/CAST ASTM A 105 / A 216GR.WCB

STEM ANTI BLOWOUT 13% CR.STEEL/SS316; (NO CASTING)

BALL SOLID 13% CR.STEEL/SS304/SS316

BODY SEAT RPTFE WITH SECONDARY METAL TO METAL

GLAND BOLTED/ RETAINED ASTM A105/13% CR STEEL/SS 316/SS 304


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL/PTFE V-RINGS + GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL/PTFE

BODY STUD ASTM A193 GR.B7

BODY NUT ASTM A194 GR 2H

OTHERS FULL BORE

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE MAX TEMP 204 DEG C.
CONDITIONS
SPRING INCONEL X-750

HYDROSTATIC TEST BODY : 1125 PSIG SEAT : 825 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API 6D VALVES,MIN BODY WALL &
THICKNESS SHALL BE PER ASME B16.34. SEAL
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER API 607 VI EDITION /(API 607/ ISO OF MANUFACTURER
10497) /API RP 6FA.
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
7 FOR TRUNNION MOUNTED BALL,BODY SEAT SHALL BE SPRING LOADED.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
9 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.

SHEET REV. NO. 0

DATE 25/11/2021 54491


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 929 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 37 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Sheet No. 2 of 2

NOTES
10 10% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.

SHEET REV. NO. 0

DATE 25/11/2021 54491


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 930 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 38 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 54492 Sheet No. 1 of 2

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 54492 PIPING CLASS : B1A, STANDARD:
RATING : 300 STANDARD : BS EN ISO 17292 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 16.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGD/CAST ASTM A 105 / A 216GR.WCB

STEM ANTI BLOWOUT 13% CR.STEEL/SS316; (NO CASTING)

BALL SOLID 13% CR.STEEL/SS304/SS316

BODY SEAT RPTFE WITH SECONDARY METAL TO METAL

GLAND BOLTED/ RETAINED ASTM A105/13% CR STEEL/SS 316/SS 304


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL/PTFE V-RINGS + GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL/PTFE

BODY STUD ASTM A193 GR.B7

BODY NUT ASTM A194 GR 2H

OTHERS

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE MAX TEMP 204 DEG C.
CONDITIONS
SPRING INCONEL X-750

HYDROSTATIC TEST BODY : 1125 PSIG SEAT : 825 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API 6D VALVES,MIN BODY WALL &
THICKNESS SHALL BE PER ASME B16.34. SEAL
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER API 607 VI EDITION /(API 607/ ISO OF MANUFACTURER
10497) /API RP 6FA.
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
7 FOR TRUNNION MOUNTED BALL,BODY SEAT SHALL BE SPRING LOADED.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
9 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.

SHEET REV. NO. 0

DATE 25/11/2021 54492


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 931 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 39 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Sheet No. 2 of 2

NOTES
10 10% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
12 VALVES SHALL BE WITH SPRING LOADED HANDLE (DEAD MAN'S TYPE VALVE) & HANDLE ATTACHED WITH
THE SPRING SHALL RETURN TO ITS CLOSED POSITION AUTOMATICALLY WHEN IT IS RELEASED FROM IT'S
OPERATING POSITION.

SHEET REV. NO. 0

DATE 25/11/2021 54492


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 932 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 40 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 55301 Sheet No. 1 of 1

PLUG VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 55301 PIPING CLASS : A11A, A1A, A96A, STANDARD:
RATING : 150 STANDARD : BS-5353 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 24.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED/CAST ASTM A 105 / A 216GR.WCB

COVER BOLTED ASTM A 105/ASTM A 216 GR.WCB

PLUG & STEM TAPER ASTM A 105/A 216GR.WCB, HARDENED / SS304

GLAND BOLTED ASTM A 105/A216 WCB

STEM SEAL/GLAND RENEWABLE GRAFOIL RINGS


PACKING
LUBRICANT SCREW WITH CHECK SS 410/ASTM A105
VALVES
COVER BOLTS ASTM A 193 GR. B7

COVER NUTS ASTM A 194 GR. 2H

COVER GASKET SP WND SS316-GRAFOIL FILLER

OTHERS LUBRICATED TYPE

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE HYDROCARBON, MAX. TEMP 250 DEG. C.
CONDITIONS

HYDROSTATIC TEST BODY : 450 PSIG SEAT : 325 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 PLUG VALVES IN ACCORDANCE WITH API-599 / API-6D ARE ALSO ACCEPTABLE. &
5 FOR API 6D STD VALVE MIN. BODY WALL THICKNESS SHALL BE AS PER API 599/BS 5353. SEAL
6 TESTING SHALL BE AS PER BS EN 12266-1/API 598/API 6D AS CALLED OUT IN RESPECTIVE DESIGN OF MANUFACTURER
STANDARDS.
7 FOR WRENCH OPERATED VALVES, SEPARATE WRENCH REQUIRED FOR EACH VALVE.
8 VALVE POSITION INDICATOR SHALL BE PROVIDED.
9 VALVES SHALL BE FIRE-SAFE DESIGN AS PER API 607 VI EDITION /(API 607/ ISO 10497)/ API-6FA.
10 VENDOR SHALL CONFIRM SUITABILITY OF LUBRICANT WITH RESPECT TO SERVICE AND SERVICE
CONDITIONS SPECIFIED.
11 BIDDER TO SUPPLY LUBRICANT FOR TWO YEARS OF NORMAL OPERATION.
12 5% VALVE CASTINGS SHALL UNDERGO RADIOGRAPIC EXAMINATION.
13 UNLESS OTHERWISE SPECIFIED IN MR, VALVES SHALL BE SHORT PATTERN TYPE UPTO 12" AND VENTURI
TYPE ABOVE 12" SIZE.
14 GLAND PACKING MATERIAL SHALL BE PROVIDED WITH CORROSION INHIBITOR.

SHEET REV. NO. 4 5 6 7 8

DATE 14/12/2001 20/02/2002 01/03/2005 30/06/2009 26/04/2018 55301


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 933 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 41 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 55315 Sheet No. 1 of 2

PLUG VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 55315 PIPING CLASS : A1A, STANDARD:
RATING : 150 STANDARD : BS-5353 MFGRS CAT/FIG:
SIZE RANGE : 0.5" TO 36.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED/CAST ASTM A 105 / A 216GR.WCB

COVER BOLTED ASTM A 105/ASTM A 216 GR.WCB

PLUG & STEM INVERTED, TAPER ASTM A 105/A 216GR.WCB, CASE HARDENED &
BONDED WITH LOW FRICTION COATING /
SS304
GLAND BOLTED ASTM A 105/A216 WCB

STEM SEAL/GLAND RENEWABLE GRAFOIL RINGS


PACKING
LUBRICANT SCREW WITH CHECK SS 410/ASTM A105
VALVES
COVER BOLTS ASTM A 193 GR. B7

COVER NUTS ASTM A 194 GR. 2H

COVER GASKET SP WND SS316-GRAFOIL FILLER

OTHERS LUBRICATED,
PRESSURE
BALANCED
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE HYDROCARBON, MAX. TEMP 250 DEG. C.
CONDITIONS

HYDROSTATIC TEST BODY : 450 PSIG SEAT : 325 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 PLUG VALVES IN ACCORDANCE WITH API-599 / API-6D ARE ALSO ACCEPTABLE. PLUG VALVES OF SIZE 26" &
AND ABOVE SHALL BE DESIGNED IN ACCORDANCE WITH API 6D AND FLANGED ENDS SHALL BE IN SEAL
ACCORDANCE WITH ASME B16.47B SERIES. OF MANUFACTURER
5 FOR API 6D STD VALVE MIN. BODY WALL THICKNESS SHALL BE AS PER API 599/BS 5353. FOR PLUG VALVES
OF SIZE 26" AND ABOVE, MIN. BODY WALL THICKNESS SHALL BE AS PER ASME B16.34.
6 TESTING SHALL BE AS PER BS EN 12266-1/API 598/API 6D AS CALLED OUT IN RESPECTIVE DESIGN
STANDARDS.
7 FOR WRENCH OPERATED VALVES, SEPARATE WRENCH REQUIRED FOR EACH VALVE.
8 VALVE POSITION INDICATOR SHALL BE PROVIDED.
9 VALVES SHALL BE FIRE-SAFE DESIGN AS PER API 607 VI EDITION /(API 607/ ISO 10497)/ API-6FA.
10 VENDOR SHALL CONFIRM SUITABILITY OF LUBRICANT WITH RESPECT TO SERVICE AND SERVICE
CONDITIONS SPECIFIED.
SHEET REV. NO. 0 1 2

DATE 01/03/2005 30/06/2009 26/04/2018 55315


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 934 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 42 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Sheet No. 2 of 2

NOTES
11 BIDDER TO SUPPLY LUBRICANT FOR TWO YEARS OF NORMAL OPERATION.
12 5% VALVE CASTINGS UPTO 24" AND 100% VALVE CASTINGS 26" AND ABOVE SHALL UNDERGO RADIOGRAPIC
EXAMINATION.
13 UNLESS OTHERWISE SPECIFIED IN MR, VALVES SHALL BE SHORT PATTERN TYPE UPTO 12" AND VENTURI
TYPE ABOVE 12" SIZE.
14 GLAND PACKING MATERIAL SHALL BE PROVIDED WITH CORROSION INHIBITOR.

SHEET REV. NO. 0 1 2

DATE 01/03/2005 30/06/2009 26/04/2018 55315


Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 935 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 43 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 56301 Sheet No. 1 of 2

BUTTERFLY VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 56301 PIPING CLASS : A1A, STANDARD:
RATING : 150 STANDARD :BS EN 593 MFGRS CAT/FIG:
SIZE RANGE : 3.0" TO 24.0" ENDS : WAFL TO B-16.5 WAF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

DISC CAST, TRIPLE ASTM A 216 GR.WCB/ASTM A 105/ASTM A 351


OFFSET GR.CF8M/A351 GR.CF8/13% CR.STEEL
SHAFT ANTI STATIC. 17-4PH/A 479 XM19/13% CR.STEEL/
SS316/SS304(NO CASTING)
DISK SEAL RPTFE/UNS S31803(DUPLEX)+GRAPHITE/
SS316+GRAPHITE
SHAFT BUSHING PTFE/SS316

BODY SCREWS/PIN SS304/SS316

BODY SEATS 13% CR.STEEL/SS304/SS316/STELLITED

SHAFT SEAL PTFE+GRAFOIL/GRAFOIL

CLAMPING RINGS(IF ASTM A 515 GR.70/SS316/SS304/13% CR.STEEL


REQD.)
GASKET SP.WND SS316+GRAFOIL FILLER

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE MAX TEMP 204 DEG.C.
CONDITIONS
THRUST BEARING SS316

HYDROSTATIC TEST BODY : 450 PSIG SEAT : 325 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVE CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API 609, CATEGORY-B. &
5 VALVE TESTING SHALL BE AS PER BS EN 12266-1/API 598. SEAL
6 VALVES SHALL BE HIGH PERFORMANCE TYPE, TIGHT SHUT-OFF AND BI-DIRECTIONAL. OF MANUFACTURER
7 VALVE SHALL BE LUGGED WAFER TYPE(WAFL) AND VALVE ENDS TO SUIT B16.5 RF/125AARH.
8 FACE-TO-FACE DIMENSIONS SHALL BE AS PER BS EN 558-2 (SERIES 20) FOR BS EN 593 VALVES AND AS PER
CATEGORY-B VALVES FOR API 609 VALVES.
9 VALVES SHALL BE SUITABLE FOR BOTH 'ON-OFF' AS WELL AS 'THROTTLING SERVICE' UNDER MAXIMUM
DIFFERENTIAL PRESSURE FOR THE RATING.
10 DISC STRENGTH TEST SHALL BE CONDUCTED AS PER CODE.
11 5% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.

SHEET REV. NO.

DATE 56301
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 936 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 44 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Sheet No. 2 of 2

NOTES
12 BOLTINGS FOR TAPPED HOLES IN BODY, IF ANY, SHALL BE SUPPLIED BY VENDOR IN MATERIAL ASTM A 193
GR.B7/A 194 GR.2H
13 VALVES SHALL BE PROVIDED WITH POSITION INDICATOR AND LOCKING DEVICE AT ANY POSITION.
14 CROSS-SECTIONAL DETAIL OF BODY SEAT/SEAL ARRANGEMENT SHALL BE SUBMITTED ALONG WITH THE
OFFER.
15 VENDOR SHALL SUBMIT VALVE DRAWING FOR APPROVAL.
16 VALVE SHALL BE CERTIFIED SUITABLE FOR THE SERVICE AND SERVICE CONDITIONS SPECIFIED IN THE
DATA SHEET FOR BUTTERFLY VALVES (FORMAT NO. 3-1643-0092).
17 BUTTERFLY VALVES WITH SEAL RINGS BUILT INSIDE THE BODY ARE ALSO ACCEPTABLE. IN SUCH CASE THE
SEAL RING MATERIAL SHALL BE SS316+GRAPHITE AND THE DISC EDGE COMING IN CONTACT WITH THE SEAL
RING SHALL BE STELLITED.
18 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER API 607 VI EDITION /(API 607/ISO
10497)/API RP 6FA, AS APPLICABLE.
19 BIDDER TO FURNISH DISK SEAL/SOFT BODY SEAT DETAILS AND TYPE, GRADE & CLASS SELECTED FOR RPTFE
FROM ASTM D4745 WITH MANUFACTURER'S RECOMMENDATIONS LIKE PRESSURE-TEMPERATURE RATING
CURVE/TABLE.
20 SHAFT SEAL MATERIAL(GRAFOIL) SHALL BE PROVIDED WITH CORROSION INHIBITOR.
21 DISK SEAL/BODY SEAL MATERIAL SHALL BE SOFTER THAN THE MATING SEAT/DISC MATERIAL
RESPECTIVELY.

SHEET REV. NO.

DATE 56301
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 937 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 45 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 56315 Sheet No. 1 of 2

BUTTERFLY VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 56315 PIPING CLASS : A1A, STANDARD:
RATING : 150 STANDARD :BS EN 593 MFGRS CAT/FIG:
SIZE RANGE : 26.0" TO 48.0" ENDS : FLGD TO B-16.47 B RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

DISC CAST, TRIPLE ASTM A 216 GR.WCB/ASTM A 351 GR.CF8M/ A


OFFSET 351 GR.CF8/13% CR.STEEL
SHAFT ANTI STATIC. 17-4PH/13% CR.STEEL/A 479
XM19/SS316/SS304(NO CASTING)
DISK SEAL SS316/SS316+GRAPHITE

SHAFT BUSHING PTFE/SS316

BODY SCREWS/PIN SS304/SS316

BODY SEATS 13% CR.STEEL/SS304/SS316/STELLITED

SHAFT SEAL PTFE+GRAFOIL/GRAFOIL

CLAMPING RINGS(IF ASTM A 515 GR.70/SS316/SS304/13% CR.STEEL


REQD.)
GASKET SP.WND SS316+GRAFOIL FILLER

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE MAX TEMP 204 DEG.C.
CONDITIONS
THRUST BEARING SS316

HYDROSTATIC TEST BODY : 450 PSIG SEAT : 325 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVE CAN ALSO BE SUPPLIED ALSO BE SUPPLIED AS PER API 609, CATEGORY-B. &
5 VALVE TESTING SHALL BE AS PER BS EN 12266-1/ API 598. SEAL
6 VALVES SHALL BE HIGH PERFORMANCE TYPE, TIGHT SHUT-OFF AND BI-DIRECTIONAL. OF MANUFACTURER
7 VALVES SHALL BE DOUBLE FLANGED TYPE TO ASME B16.47B,RF/125AARH.
8 FACE-TO FACE DIMENSIONS SHALL BE AS PER BS EN 558-2 FOR BS EN 593 VALVES AND AS PER CATEGORY-B
VALVES (SHORT PATTERN) FOR API-609 VALVES.
9 VALVES SHALL BE SUITABLE FOR BOTH 'ON-OFF' AS WELL AS 'THROTTLING SERVICE' UNDER MAXIMUM
DIFFERENTIAL PRESSURE FOR THE RATING.
10 DISC STRENGTH TEST SHALL BE CONDUCTED AS PER CODE.
11 100% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.

SHEET REV. NO.

DATE 56315
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 938 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 46 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Sheet No. 2 of 2

NOTES
12 BOLTINGS FOR TAPPED HOLES IN BODY, IF ANY, SHALL BE SUPPLIED BY VENDOR IN MATERIAL ASTM A 193
GR.B7/A 194 GR.2H
13 VALVES SHALL BE PROVIDED WITH POSITION INDICATOR AND LOCKING DEVICE AT ANY POSITION.
14 CROSS-SECTIONAL DETAIL OF BODY SEAT/SEAL ARRANGEMENT SHALL BE SUBMITTED ALONG WITH THE
OFFER.
15 VENDOR SHALL SUBMIT VALVE DRAWING FOR APPROVAL.
16 VALVE SHALL BE CERTIFIED SUITABLE FOR THE SERVICE AND SERVICE CONDITIONS SPECIFIED IN THE
DATA SHEET FOR BUTTERFLY VALVES (FORMAT NO. 3-1643-0092).
17 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER API 607 VI EDITION /(API 607/ISO
10497)/API RP 6FA, AS APPLICABLE.
18 SHAFT SEAL MATERIAL(GRAFOIL) SHALL BE PROVIDED WITH CORROSION INHIBITOR.

SHEET REV. NO.

DATE 56315
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 939 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 47 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 56316 Sheet No. 1 of 2

BUTTERFLY VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 56316 PIPING CLASS : A3A, STANDARD:
RATING : 150 STANDARD :BS EN 593 MFGRS CAT/FIG:
SIZE RANGE : 26.0" TO 48.0" ENDS : FLGD TO AWWAC207 FF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

DISC CAST(NOTE-18) ASTM A 216 GR.WCB

SHAFT ANTI STATIC. 17-4PH/13%CR ST/SS316 (NO CASTING).

DISK SEAL/LINER REPLACEABLE/ NON NITRILE RUBBER/EPDM


REPLACEABLE
SHAFT BUSHING LEADED TIN-BRONZE/ PTFE LINED CS/EPDM

BODY SCREWS/PIN SS 316

BODY SEATS 13% CR STEEL/ SS316

SHAFT SEAL NITRILE RUBBER/ BUNA N/ EPDM/ VITON

CLAMPING RINGS(IF ASTM A 515 GR.70/13% CR.STEEL/SS316


REQD.)

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
SPECIAL SERVICE COOLING WATER; MAX TEMP 65 DEG.C. MAX.
CONDITIONS PRESS. 10.2 KG/CM2G.
THRUST BEARING SS316/PTFE

HYDROSTATIC TEST BODY : 220 PSIG SEAT : 160 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVE CAN ALSO BE SUPPLIED ALSO BE SUPPLIED AS PER API 609, CATEGORY-B. &
5 VALVE TESTING SHALL BE AS PER BS EN 12266-1/ API-598. SEAL
6 VALVES SHALL BE TIGHT SHUT-OFF TYPE AND BIDIRECTIONAL. OF MANUFACTURER
7 VALVE SHALL BE DOUBLE FLANGED TYPE TO AWWA C207 CL.D, FF/125AARH.
8 FACE-TO FACE DIMENSIONS SHALL BE AS PER BS EN 558-2 FOR BS EN 593 VALVES AND AS PER CATEGORY-B
VALVES (SHORT PATTERN) FOR API-609 VALVES.
9 PN10 RATED VALVES AS PER BS EN 593 ARE ALSO ACCEPTABLE.
10 VALVE SHALL BE SUITABLE FOR BOTH "ON-OFF" AS WELL AS "THROTTLING" APPLICATIONS UNDER
MAXIMUM DIFFERENTIAL PRESSURE OF 10.2 KG/CM2G
11 DISC STRENGTH TEST SHALL BE CONDUCTED AS PER CODE.
12 GASKET USED, IF ANY, SHALL BE TO BS 7531 GR.X.
13 BOLTINGS FOR TAPPED HOLES IN BODY, IF ANY, SHALL BE SUPPLIED BY VENDOR IN MATERIAL ASTM A 193
GR.B7/A 194 GR.2H
14 VALVES SHALL BE PROVIDED WITH POSITION INDICATOR AND LOCKING DEVICE AT ANY POSITION.

SHEET REV. NO.

DATE 56316
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 940 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 48 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Sheet No. 2 of 2

NOTES
15 CROSS-SECTIONAL DETAIL OF BODY SEAT/SEAL ARRANGEMENT SHALL BE SUBMITTED ALONG WITH THE
OFFER.
16 VENDOR SHALL SUBMIT VALVE DRAWING FOR APPROVAL.
17 VALVE AS WHOLE AND LINER/DISK SEAL IN PARTICULAR SHALL BE CERTIFIED SUITABLE FOR THE SERVICE
AND SERVICE CONDITIONS SPECIFIED IN THE DATA SHEET FOR BUTTERFLY VALVES (FORMAT NO. 3-1643-
0092).
18 FOR LINER MATERIAL OF NITRILE RUBBER/EPDM, DISK MATERIAL SHALL BE SS316/13%CR.STEEL/ASTM A216
GR.WCB(WITH SS316 EDGE)
19 SPARK TESTING SHALL BE CARRIED OUT FOR NON REPLACEABLE LINER AS PER IS 4682 PART-I/BS 6374 PART-
5.
20 DISK SEALS SHALL BE PROVIDED FOR VALVES WITH METALLIC SEATS ONLY.
21 BODY AND DISK MATERIAL IN DUCTILE IRON AS PER ASTM A 536 GR.65-45-12/60-40-18 OR DIN GGG40 ARE
ALSO ACCEPTABLE.
22 RADIOGRAPHY OF VALVE CASTINGS NOT REQUIRED.

SHEET REV. NO.

DATE 56316
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 941 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 49 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Tag No: 56321 Sheet No. 1 of 2

BUTTERFLY VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 56321 PIPING CLASS : A3A, A92A, STANDARD:
RATING : 150 STANDARD :BS EN 593 MFGRS CAT/FIG:
SIZE RANGE : 3.0" TO 24.0" ENDS : WAFL TO B-16.5 WAF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 216 GR.WCB

DISC CAST(NOTE-17) ASTM A 216 GR.WCB

SHAFT ANTI STATIC. 17-4PH/13%CR ST/SS316 (NO CASTING).

DISK SEAL/LINER REPLACEABLE/ NON NITRILE RUBBER/EPDM


REPLACEABLE
SHAFT BUSHING LEADED TIN-BRONZE/ PTFE LINED CS/EPDM

BODY SCREWS/PIN SS 316

BODY SEATS 13% CR STEEL/ SS316

SHAFT SEAL NITRILE RUBBER/ BUNA N/ EPDM/ VITON

CLAMPING RINGS(IF ASTM A 515 GR.70/13% CR.STEEL/SS316


REQD.)

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
SPECIAL SERVICE COOLING WATER; MAX TEMP 65 DEG.C. MAX.
CONDITIONS PRESS. 10.2 KG/CM2G.
THRUST BEARING SS316/PTFE

HYDROSTATIC TEST BODY : 220 PSIG SEAT : 160 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVE CAN ALSO BE SUPPLIED ALSO BE SUPPLIED AS PER API 609, CATEGORY-A. &
5 VALVE TESTING SHALL BE AS PER BS EN 12266-1/API 598. SEAL
6 VALVES SHALL BE TIGHT SHUT-OFF TYPE AND BIDIRECTIONAL. OF MANUFACTURER
7 VALVE SHALL BE LUGGED WAFER TYPE(WAFL) AND VALVE ENDS TO SUIT B16.5 RF/125AARH.
8 FACE-TO-FACE DIMENSIONS SHALL BE AS PER BS EN 558-2 (BASIC SERIES 20) FOR BS EN 593 VALVES AND AS
PER CATEGORY-A VALVES FOR API 609 VALVES.
9 VALVE SHALL BE SUITABLE FOR BOTH "ON-OFF" AS WELL AS "THROTTLING" APPLICATIONS UNDER
MAXIMUM DIFFERENTIAL PRESSURE OF 10.2 KG/CM2G
10 DISC STRENGTH TEST SHALL BE CONDUCTED AS PER CODE.
11 GASKET USED, IF ANY, SHALL BE TO BS 7531 GR. X.
12 BOLTINGS FOR TAPPED HOLES IN BODY, IF ANY, SHALL BE SUPPLIED BY VENDOR IN MATERIAL ASTM A 193
GR.B7/A 194 GR.2H
13 VALVES SHALL BE PROVIDED WITH POSITION INDICATOR AND LOCKING DEVICE AT ANY POSITION.

SHEET REV. NO.

DATE 56321
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 942 of 4396
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION B471-6-44-0006 Rev. 0
Page 50 of 50

Client : GAIL Dept./Sect. : 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT Sheet No. 2 of 2

NOTES
14 CROSS-SECTIONAL DETAIL OF BODY SEAT/SEAL ARRANGEMENT SHALL BE SUBMITTED ALONG WITH THE
OFFER.
15 VENDOR SHALL SUBMIT VALVE DRAWING FOR APPROVAL.
16 VALVE AS WHOLE AND LINER/DISK SEAL IN PARTICULAR SHALL BE CERTIFIED SUITABLE FOR THE SERVICE
AND SERVICE CONDITIONS SPECIFIED IN THE DATA SHEET FOR BUTTERFLY VALVES (FORMAT NO. 3-1643-
0092).
17 FOR LINER MATERIAL OF NITRILE RUBBER/EPDM, DISK MATERIAL SHALL BE SS316/13%CR.STEEL/ASTM A216
GR.WCB(WITH SS316 EDGE)
18 DISK SEALS SHALL BE PROVIDED FOR VALVES WITH METALLIC SEATS ONLY.
19 SPARK TESTING SHALL BE CARRIED OUT FOR NON REPLACEABLE LINER AS PER IS 4682 PART-I/BS 6374 PART-
5.
20 BODY AND DISK MATERIAL IN DUCTILE IRON AS PER ASTM A 536 GR.65-45-12/60-40-18 OR DIN GGG40 ARE
ALSO ACCEPTABLE.
21 RADIOGRAPHY OF VALVE CASTINGS NOT REQUIRED.
22 PN10 RATED VALVES AS PER BS EN 593 ARE ALSO ACCEPTABLE.

SHEET REV. NO.

DATE 56321
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
Page 943 of 4396
JOB VALVE MATERIAL JOB SPECIFICATION No.
SPECIFICATION
GENERAL NOTES B471-6-44-0006-A1 Rev. 0
Page 1 of 5

ANNEXURE – I (TO VMS)

JOB
VALVE MATERIAL SPECIFICATION
GENERAL NOTES

CLIENT : GAIL

PROJECT : GAIL, GANDHAR

LOCATION : GANDHAR, GUJARAT

JOB NO. : B471

0 23.12.2021 ISSUED FOR ENGINEERING TS PK SU

Rev. No Date Purpose Prepared by Reviewed by Approved by

Template No. 5-0000-0001-T1 Rev. 1 Copyrights EIL – All rights reserved

Page 944 of 4396


JOB VALVE MATERIAL JOB SPECIFICATION No.
SPECIFICATION
GENERAL NOTES B471-6-44-0006-A1 Rev. 0
Page 2 of 5

Abbreviations:

AS : Alloy Steel
ASME : American Society of Mechanical Engineers
ASTM : American Society for Testing & Materials
CS : Carbon Steel
SS : Stainless Steel
VMS : Valve Material Specification

Template No. 5-0000-0001-T1 Rev. 1 Copyrights EIL – All rights reserved

Page 945 of 4396


JOB VALVE MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0006-A1 Rev.0
GENERAL NOTES Page 3 of 5

CONTENTS

Sl. No. Description Page No.


1.0 SCOPE 4
2.0 REFERRED CODES & STANDARDS 4
3.0 VALVE TAG NUMBERS 4
4.0 OTHER DETAILS 5

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

Page 946 of 4396


JOB VALVE MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0006-A1 Rev.0
GENERAL NOTES Page 4 of 5

1.0 SCOPE

This specification covers commonly used valves for process, utility and steam services. Any
additional valve specification not covered in this standard specification shall be prepared in
consistence with the parameters of this specification

REFERRED CODES & STANDARDS

Editions and addenda (if any) of referred Codes and Standards shall be as per the ‘Job
Engineering Design Basis (Piping)'/'Technical Notes for Valves'.

For the sake of brevity, the initials of the society to which the codes are referred to may be
omitted in the specification. For example; B16.5 is a code referring to ASME;
A351 Gr.CF8 is a standard referring to ASTM.

VALVE TAG NUMBERS

Valve specification sheet numbering shall comprise of five digits (51001 to 67999).

The first two digits indicate the type of valve:

Digits Type of Valve

51 Gate
52 Globe
53 Check
54 Ball
55 Plug
56 Butterfly
57 Diaphragm
58 Needle
59 Miscellaneous
60 Angle
61 3-Way Plug
62 Y-Type Globe
63 Angle Stop
64 Piston
65 Y-Stop Check
66 3-Way Ball
67 Rising Stem Ball

Third digit indicates the pressure rating:

a) Forged Valves:

Digit Pressure Rating

0 800#
1 1500#
2 2500#

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

Page 947 of 4396


JOB VALVE MATERIAL JOB SPECIFICATION No.
SPECIFICATION B471-6-44-0006-A1 Rev.0
GENERAL NOTES Page 5 of 5

b) Cast Valves:

Digit Pressure Rating

3 150#
4 300#
5 600#
6 900#
7 1500#
8 2500#
9 (REFER CLAUSE 4.0)

Last two digits indicate valve metallurgy/service:

Digits Metallurgy

01 to 25 Carbon Steel
26 to 44 Alloy Steel
45 to 74 Stainless Steel
75 to 89 Miscellaneous trims, Plastic / Lined valves
90 to 99 Job Specific
ALPHA REFER 3.3.1

3.3.1 The following shall be the numbering philosophy for alpha 4th and 5th digit Valve tag
numbers:

4th digit: “A-Z” except “S”, “X”, “I” and “O”

For the 5th digit, following shall be the philosophy followed:

5th digit : “A, B, C, D, E” : Carbon Steel


5th digit : “F, G, H, J, K” : Alloy Steel
5th digit : “L, M, N, P, Q” : Stainless Steel
5th digit : “R, S, T, U, V, W, X, Y, Z” : Miscellaneous Material

4.0 Third digit “9” may be used for Job specific VMS sheets in addition to “ Job specific” sheets
referred under clause 3.3 (Digits 90 to 99). When third digit is “9”, pressure ratings are as
indicated below:-

Third Digit Fourth & Fifth Digit Rating


9 01-19 (*) 800#
9 20-39 (*) 150#
9 40-59 (*) 300#
9 60-79 (*) 600#
9 80-99 (*) 900#/1500#/2500#

*Metallurgy (CS/AS/SS etc.) may be job specific.

5.0 For other details, refer Technical Notes for Valves (6-44-0052).

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

Page 948 of 4396


JOB SPECIFICATION NO.
VALVE MATERIAL SPECIFICATION B471-6-44-0006-A2 Rev. 0
EXTRACTS Page 1 of 7

ANNEXURE - II (TO VMS)

VALVE MATERIAL SPECIFICATION


EXTRACTS

Client : GAIL

Project : GAIL,GANDHAR

Location : GANDHAR,GUJRAT

Job No. : B471

0 23/12/2021 ISSUED FOR ENGINEERING TS PK SU

Rev. Date Purpose Prepared by Checked by Approved by


No.

Template No. 5-0000-0001-T3 Rev. 1 Copyright EIL - All rights reserved

Page 949 of 4396


JOB SPECIFICATION NO.
VALVE MATERIAL SPECIFICATION B471-6-44-0006-A2 Rev. 0
EXTRACTS Page 2 of 7

Abbreviations:
VMS: Valve Material Specifications

Template No. 5-0000-0001-T3 Rev. 1 Copyright EIL - All rights reserved

Page 950 of 4396


JOB SPECIFICATION NO.
VALVE MATERIAL SPECIFICATION B471-6-44-0006-A2 Rev. 0
EXTRACTS Page 3 of 7

CONTENTS

Sl. No. Description Pages


1 Valve Material Specifications Extracts, (B471-6-44-0006-A2) Rev. 0 Annexure - II 7

Template No. 5-0000-0001-T3 Rev. 1 Copyright EIL - All rights reserved

Page 951 of 4396


JOB SPECIFICATION NO.
VALVE MATERIAL SPECIFICATION B471-6-44-0006-A2 Rev. 0
EXTRACTS Page 4 of 7

Client : GAIL Dept./Sect.: 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT

Valve Piping Class Size Range Material


Ends Rating Standard Rev. Remarks
Tag No Body Trim No.
Gate Valves
51001 A11A, A1A , 0.25" TO 1.5" BODY-ASTM A 105 TRIM-13%CR.STEEL, SEATS- SW 3000 TO B-16.11 800 API 602/ ISO 6
HARDFACED 15761
A3A , A92A,
A93A, A94A,
A96A, B1A ,

51045 B1K , 0.5" TO 1.5" BODY-ASTM A 182 GR.F304 TRIM-STELLITED,STEM-SS 316 SW 3000 TO B-16.11 800 API 602/ ISO 7
15761
51080 J2A , J95A , 0.5" TO 1.5" BODY-IS 318 GR.LTB2 (LEADED TIN TRIM- IS 320 ALLOY HT2 SCRF 3000 TO B-1.20.1 CL.2 IS:778 CL.2 7
BRONZE)
51301 A11A, A1A , 2.0" TO 42.0" BODY-ASTM A 216 GR.WCB TRIM-13%CR.STEEL, SEATS- FLGD TO B-16.5 RF/125AARH 150 API 600/ ISO 7
STELLITED 10434
A96A,

51321 A3A , A92A, 2.0" TO 24.0" BODY-ASTM A 216 GR.WCB TRIM-13% CR.STEEL, SEATS- FLGD TO B-16.5 RF/125AARH 150 API 600/ ISO 7
A93A, A94A, HARDFACED 10434

51380 J2A , J95A , 2.0" TO 6.0" BODY-IS 210 GR.FG 200 TRIM- IS 320 ALLOY HT2 FLGD TO B-16.1 FF/125AARH PN1.6 IS:14846 7

51401 B1A , 2.0" TO 24.0" BODY-ASTM A 216 GR.WCB TRIM-13%CR.STEEL, SEATS- FLGD TO B-16.5 RF/125AARH 300 API 600/ ISO 7
STELLITED 10434
51445 B1K , 2.0" TO 24.0" BODY-ASTM A 351 GR CF8 TRIM-SS 316 FLGD TO B-16.5 RF/125AARH 300 API 600/ ISO 8
10434
Globe Valves
52001 A11A, A1A , 0.25" TO 1.5" BODY-ASTM A 105 TRIM-STELLITED,STEM-13%CR SW 3000 TO B-16.11 800 API 602/ ISO 6
A3A , A92A, STEEL 15761

A93A, A94A,
A96A, B1A ,

52045 B1K , 0.5" TO 1.5" BODY-ASTM A 182 GR.F304 TRIM-STELLITED,STEM-SS 316 SW 3000 TO B-16.11 800 API 602/ ISO 7
15761

Template No. 5-0000-0001-T3 Rev. 1 Copyright EIL - All rights reserved

Page 952 of 4396


JOB SPECIFICATION NO.
VALVE MATERIAL SPECIFICATION B471-6-44-0006-A2 Rev. 0
EXTRACTS Page 5 of 7

Client : GAIL Dept./Sect.: 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT

Valve Piping Class Size Range Material


Ends Rating Standard Rev. Remarks
Tag No Body Trim No.
Globe Valves
52080 J2A , J95A , 0.5" TO 1.5" BODY-IS 318 GR.LTB2 (LEADED TIN TRIM- IS 320 ALLOY HT2 SCRF 3000 TO B-1.20.1 CL.2 IS:778 CL.2 6
BRONZE)
52301 A11A, A1A , 2.0" TO 16.0" BODY-ASTM A 216 GR.WCB TRIM-13%CR.STEEL, SEATS- FLGD TO B-16.5 RF/125AARH 150 BS-1873 7
STELLITED
A96A,

52321 A3A , A92A, 2.0" TO 16.0" BODY-ASTM A 216 GR.WCB TRIM-13%CR.STEEL, SEATS- FLGD TO B-16.5 RF/125AARH 150 BS-1873 7
STELLITED
A93A, A94A,

52401 B1A , 2.0" TO 12.0" BODY-ASTM A 216 GR.WCB TRIM-13%CR.STEEL, SEATS- FLGD TO B-16.5 RF/125AARH 300 BS-1873 7
STELLITED
52445 B1K , 2.0" TO 12.0" BODY-ASTM A 351 GR.CF8 TRIM-SS 316 FLGD TO B-16.5 RF/125AARH 300 BS-1873 7

52491 B1A , 2.0" TO 12.0" BODY-ASTM A 216 GR.WCB TRIM-13%CR.STEEL, SEATS- FLGD TO B-16.5 RF/125AARH 300 BS-1873 0
STELLITED
Check Valves
53001 A11A, A1A , 0.25" TO 1.5" BODY-ASTM A 105 TRIM-STELLITED SW 3000 TO B-16.11 800 API 602/ ISO 6
15761
A3A , A92A,
A93A, A94A,
A96A, B1A ,

53045 B1K , 0.5" TO 1.5" BODY-ASTM A 182 GR.F304 TRIM-STELLITED SW 3000 TO B-16.11 800 API 602/ ISO 6
15761
53080 J2A , J95A , 0.5" TO 1.5" BODY-IS 318 GR.LTB2 (LEADED TIN TRIM- IS 320 ALLOY HT2 SCRF 3000 TO B-1.20.1 CL.2 IS:778 CL.2 7
BRONZE)
53301 A11A, A1A , 2.0" TO 24.0" BODY-ASTM A 216 GR.WCB TRIM-13%CR.STEEL, SEATS- FLGD TO B-16.5 RF/125AARH 150 API-602 7
STELLITED
A96A,

53321 A3A , A92A, 2.0" TO 24.0" BODY-ASTM A 216 GR.WCB TRIM-13%CR.STEEL, SEATS- FLGD TO B-16.5 RF/125AARH 150 BS 1868 7
STELLITED
A93A, A94A,

Template No. 5-0000-0001-T3 Rev. 1 Copyright EIL - All rights reserved

Page 953 of 4396


JOB SPECIFICATION NO.
VALVE MATERIAL SPECIFICATION B471-6-44-0006-A2 Rev. 0
EXTRACTS Page 6 of 7

Client : GAIL Dept./Sect.: 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT

Valve Piping Class Size Range Material


Ends Rating Standard Rev. Remarks
Tag No Body Trim No.
Check Valves
53380 J2A , J95A , 2.0" TO 6.0" BODY-IS 210 GR.FG 200 TRIM- IS 320 ALLOY HT2 FLGD TO B-16.1 FF/125AARH PN1.6 IS:5312 (PT-1) 6

53401 B1A , 2.0" TO 24.0" BODY-ASTM A 216 GR.WCB TRIM-13%CR.STEEL, SEATS- FLGD TO B-16.5 RF/125AARH 300 BS-1868 7
STELLITED
53445 B1K , 2.0" TO 24.0" BODY-ASTM A 351 GR.CF8 TRIM-SS 316 FLGD TO B-16.5 RF/125AARH 300 BS-1868 7

Ball Valves
54301 A11A, A1A , 0.5" TO 16.0" BODY-ASTM A 105 / A 216GR.WCB TRIM-BODY SEAT-RPTFE FLGD TO B-16.5 RF/125AARH 150 BS EN ISO 17292 7
A96A,

54321 A3A , 0.5" TO 16.0" BODY-ASTM A 105 / A 216GR.WCB TRIM-BODY SEAT-RPTFE FLGD TO B-16.5 RF/125AARH 150 BS EN ISO 17292 6

54401 B1A , 0.5" TO 16.0" BODY-ASTM A 105 / A 216GR.WCB TRIM-BODY SEAT-RPTFE FLGD TO B-16.5 RF/125AARH 300 BS EN ISO 17292 7

54445 B1K , 0.5" TO 16.0" BODY-ASTM A 351 GR.CF8 / ASTM A TRIM-SEAT-RPTFE FLGD TO B-16.5 RF/125AARH 300 BS EN ISO 17292 2
182 GR.F304
54491 B1A , 0.5" TO 24.0" BODY-ASTM A 105 / A 216GR.WCB TRIM-BODY SEAT : RPTFE FLGD TO B-16.5 RF/125AARH 300 API-6D/ISO 17292 0

54492 B1A , 0.5" TO 16.0" BODY-ASTM A 105 / A 216GR.WCB TRIM-BODY SEAT : RPTFE FLGD TO B-16.5 RF/125AARH 300 BS EN ISO 17292 0

Plug Valves
55301 A11A, A1A , 0.5" TO 24.0" BODY-ASTM A 105 / A 216GR.WCB TRIM-PLUG-HARDENED FLGD TO B-16.5 RF/125AARH 150 BS-5353 8
A96A,

55315 A1A , 0.5" TO 36.0" BODY-ASTM A 105 / A 216GR.WCB TRIM-PLUG-HARDENED FLGD TO B-16.5 RF/125AARH 150 BS-5353 2

Butterfly Valves
56301 A1A , 3.0" TO 24.0" BODY-ASTM A 216 GR.WCB TRIM-13% CR.STEEL WAFL TO B-16.5 150 BS EN 593
WAF/125AARH
56315 A1A , 26.0" TO 48.0" BODY-ASTM A 216 GR.WCB TRIM-13% CR.STEEL FLGD TO B-16.47 B 150 BS EN 593
RF/125AARH

Template No. 5-0000-0001-T3 Rev. 1 Copyright EIL - All rights reserved

Page 954 of 4396


JOB SPECIFICATION NO.
VALVE MATERIAL SPECIFICATION B471-6-44-0006-A2 Rev. 0
EXTRACTS Page 7 of 7

Client : GAIL Dept./Sect.: 16/43


Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT

Valve Piping Class Size Range Material


Ends Rating Standard Rev. Remarks
Tag No Body Trim No.
Butterfly Valves
56316 A3A , 26.0" TO 48.0" BODY-ASTM A 216 GR.WCB TRIM-13% CR.STEEL FLGD TO AWWAC207 150 BS EN 593
FF/125AARH
56321 A3A , A92A, 3.0" TO 24.0" BODY-ASTM A 216 GR.WCB TRIM-13% CR.STEEL WAFL TO B-16.5 150 BS EN 593
WAF/125AARH

Template No. 5-0000-0001-T3 Rev. 1 Copyright EIL - All rights reserved

Page 955 of 4396


JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 1 of 13

JOB SPECIFICATION FOR


NON DESTRUCTIVE EXAMINATION
REQUIREMENTS OF PIPING

PROJECT - PROJECT MANAGEMENT CONSULTANCY


SERVICES FOR SETTING UP TWO LPG
BULLETS OF 300MT HOLDING CAPACITY AT
GANDHAR LPG PLANT

JOB NO. - B471

LOCATION- GANDHAR, GUJARAT

0 20.12.2021 ISSUED AS JOB SPECIFICATION TS PK SU


Rev. Prepared Checked Approved
Date Purpose
No by by by

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


Page 956 of 4396
JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE
B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 2 of 13

Abbreviations:

DP/LP : Dye/Liquid Penetrant

MP : Magnetic Particle

CS : Carbon Steel

AS : Alloy Steel

SS : Stainless Steel

ASTM : American Society for Testing & Materials

ASME : American Society of Mechanical Engineers

IBR : Indian Boiler Regulations

PMS: Piping Material Specification

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

Page 957 of 4396


JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE
B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 3 of 13

CONTENTS

S.NO TITLE PAGE NO.

1. GENERAL 4

2. VISUAL EXAMINATION 4

3. NON DESTRUCTIVE EXAMINATION 6

4. TABLE-1 (With applicable Notes to Table-1) 7

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

Page 958 of 4396


JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE
B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 4 of 13

1. GENERAL

1.1 SCOPE

This specification covers the general requirements for non destructive examination of
shop & field fabricated piping.

1.2 RELATED CODES & ENGINEERING STANDARDS

Referred codes / standards / job specifications are as follows. Latest editions of the
Codes/Standards / job specifications referred to shall be followed.

a) ASME Boiler & Pressure Vessel Codes, Section V & VIII (Div.1) including addenda.

b) ASME B31.3

c) ASME B16.5

d) ASME B16.34

e) Piping Material Specification, B471-6-44-0005

f) Welding Specification Charts for Piping Classes, 6-77-0005 and job specific charts.

g) Standard Specification for Fabrication & Erection of Piping 6-44-0012.

h) ASTM E10

i) Welding specification for fabrication of piping, 6-77-0001.

j) Design Guide for Radiography Requirements, 8-77-0010

k) Indian Boiler Regulations (IBR)

2. VISUAL EXAMINATION

2.1 Weld shall be visually inspected wherever accessible in accordance with the following
requirements:

a) Internal misalignment 1.5 mm or less

b) Cracks or lack of fusion Not permitted

c) Incomplete penetration Depth shall not exceed the lesser of 0.8mm or 0.2
times thickness of thinner component joined by
butt-weld. The total length of such imperfections
shall not exceed 38 mm in any 150 mm of weld
length.

d) Surface porosity and Not permitted


exposed slag inclusions
(For nom. wall thickness
4.7 mm and less)

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

Page 959 of 4396


JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE
B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 5 of 13

e) Concave root surface For single sided welded joints, concavity of the
root surface shall not reduce the total thickness
(Suck up) of joint, including reinforcement, to less than the
thickness of the thinner of the components being
joined.

f) Weld ripples irregularities 2.5 mm or less.

g) Lack of uniformity in bead 2.5 mm or less.


width

h) Lack of uniformity of leg 2.5 mm or less.


length

i) Unevenness of bead 2.0 mm or less.

j) Weld undercutting 0.8 mm or 1/4 thickness of thinner components


joined by butt weld, whichever is less. (shall be
smooth finished)

k) Overlap 1.5 mm or less

l) Bead deflection 2.5 mm or less

m) External weld reinforcement and internal weld protrusion (when backing rings are
not used) shall be fused with and shall merge smoothly into the component
surfaces. The height of the lesser projection of external weld reinforcement or
internal weld protrusion from the adjacent base material surface shall not exceed
the following limits:

Wall thickness of thinner Weld reinforcement or internal weld protrusion


component joined by butt (mm) max
weld (mm)

6.4 and under 1.6


Over 6.4 -12.7 3.2
Over 12.7 -25.4 4.0
Over 25.4 4.8

n) Throat thickness of fillet welds:

Nominal thickness of the thinner component x 0.7 or more.

o) Flattening

Flattening of a bend, as measured by difference between the nominal outside


diameter and minimum or maximum diameter at any cross section shall not
exceed 5 % of the nominal outside diameter of pipe.

p) Reduction of wall thickness

Reduction of wall thickness of a bend, as measured by difference between the


nominal thickness and minimum thickness shall not exceed 10 % of the nominal
wall thickness of pipe.

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

Page 960 of 4396


JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE
B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 6 of 13

2.2 Welds having any of imperfections which exceed the limitations specified in various
clauses of 2.1 shall be repaired by welding, grinding or overlaying etc. Number of times
of repair welding for the same weld, however shall conform to applicable notes to Table
1- Note 6(b) b.5.

3. NON DESTRUCTIVE EXAMINATION

3.1 The type and extent of weld examination shall be in accordance with Table-1. All visual
and supplementary methods of girth weld examination shall be in accordance with ASME
B31.3 & the requirements of this standard specification.

3.2 Welds between dissimilar materials shall be examined by method & to the extent required
for the material having the more stringent examination.

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

Page 961 of 4396


JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE
B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 7 of 13

4. TABLE-1 (With applicable notes)

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION

INSPECTION CLASS: I


INSPN. SERVICE MATERIAL P.NO. TEMP. PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) DEG.C CLASS PIPING EXAMINATION
B16.5/ CLASS
B16.34 GIRTH SOCKET ATTACH- FAB. FAB.
BUTT WELD MENT BRANCH WELDS
WELD (NOTE 2) WELD WELD OF
(NOTE 1) MITRES /
REDUC.

1 2 3 4 5 6 7 8 9 10 11 12 13

I CATEGORY 'D' CARBON 1 0 150# A3A,


FLUID STEEL TO UPTO A92A,A93A,
SERVICE 186 10.55 J2A
KG/CM2 a)
100% 100 % 100% 100% 100%
VISUAL

b) ---
--- --- 5% 10 %
LP (NOTE 4, 6,9,)

REMARKS FOR ABOVE TABLE:

1. LP TEST NOT APPLICABLE TO NON-METALLIC CLASSES.

2. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS.

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

Page 962 of 4396


JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE
B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 8 of 13

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)

INSPECTION CLASS: II

INSPN. SERVICE MATERIAL P. TEMP PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) NO. . CLASS PIPING EXAMINATION
DEG. B16.5/ CLASS
C B16.34 GIRTH SOCKET ATTACH FAB. FAB.
BUTT WELD -MENT BRANCH WELDS OF
WELD (NOTE 2) WELD WELD MITRES/
(NOTE 1) REDUC.

1 2 3 4 5 6 7 8 9 10 11 12 13

II a)
ALL SERVICES CARBON 1 - 29 150# A1A,A11A,
COVERED STEEL TO TO A96A,
UNDER 427 600# B1A,J95A
INSPECTION
CLASS-I, BUT,
EXCEEDING
CATAGORY 'D'
PR./T EMP
LIMITATIONS.

b)
ALL SERVICES 100%
a) 100% 100% 100% 100%
OTHER THAN
VISUAL
THOSE
COVERED
b)
UNDER
INSPECTION
RADIOGRAPHY 5% --- --- --- 20%
AUSTENITIC 8 -29 B1K (NOTE 5,6)
CLASS-I BUT
NON-TOXIC, NOT STAINLESS TO
c)
SUBJECTED TO STEEL 500
MP/ LP (NOTE --- 5% --- 5% 20%
SEVERE CYCLIC
4,6,10,11)
CONDITIONS.
d)
c)
HARDNESS NOTE 7 NOTE 7 NOTE-7 NOTE-7 NOTE-7
TOXIC, NON-
LETHAL &
FLAMMABLE.

d) FLAMMABLE /
NON
FLAMMABLE &
TOXIC / NON-
TOXIC; NOT
SUBJECT TO
SEVERE CYCLIC
CONDITIONS

REMARKS FOR ABOVE TABLE:

1. EXTENT OF HARDNESS TEST FOR A11A IS 100%

2. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS

3. NOTE-7 FOR HARDNESS IS NOT VALID FOR P NO.8

4. FOR J95A RADIOGRAPHY SHALL BE APPLICABLE FOR WELDED JOINTS ONLY.

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

Page 963 of 4396


JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE
B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 9 of 13

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)

INSPECTION CLASS: III

INSPN. SERVICE MATERIAL P. TEMP. PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) NO. DEG.C CLASS PIPING CLASS EXAMINATION
B16.5/
B16.34
GIRTH SOCKET ATTAC FAB. FAB.
H BRANCH WELDS
BUTT WELD WELDS OF
-MENT (NOTE 1) MITRES /
WELD (NOTE 2) REDUC.)
WELD
2 3 4 3 6 9 10 11 12 13

III FIREWATER CARBON 1 -29 150# A94A a) VISUAL 100% 100% 100% 100% 100%
AND IBR STEEL(FIRE TO TO
SERVICES WATER) 427 600#

b) RADIOGRAPHY 10% ----- --- ---- 50%


(NOTE 5,6)

c) ----
10% 10%
LP / MP (NOTE --- ---
4,6,11)

d)
HARDNESS NOTE 7 NOTE 7 NOTE 7 NOTE 7 NOTE 7

REMARKS FOR ABOVE TABLE:

1. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS

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

Page 964 of 4396


JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE
B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 10 of 13

Applicable Notes to Table I

1. Branch welds shall consist of the welds between the pipe & reinforcing element
(if any), nozzles & reinforcing element and the pipe & nozzle under the
reinforcing element. Reinforcing element to be interpreted as pads, saddles,
weldolets, sockolets etc.

2. Seal welds of threaded joints shall be given the same examination as socket welds.

3. Unless specifically stated, all materials shall be for "Non-IBR" service.

4. Magnetic Particle & the Liquid Penetrant method of examination shall be in


accordance with Section V of the ASME Boiler and Pressure Vessel Code,
Article VII and VI respectively. The entire area of the accessible finished weld
surface shall be examined. Selected root runs, subject to a maximum of 10%,
before finished weld, may also be examined, at the discretion of the engineer-in-
charge.

a) Wherever MP / LP testing is specified, either MP or LP test may be


used. But wherever only MP test is specified, LP method of examination
may be used only if MP examination is impracticable in the field as
concurred by EIL site-in charge.

b) "Random 5%" of Liquid Penetrant / Magnetic Particle test shall mean


testing, by applicable test, one weld for each twenty welds or less made
by the same welding procedure. "Random 10%" shall mean testing, by
applicable test, one weld for each ten welds or less made by the same
welding procedure. Similarly "Random 20%" shall mean testing, by
applicable test, one weld for each five welds or less made by the same
welding procedure. The welds to be examined in each designated lot shall
include the work product of each welder or welding operator whose
welds are part of the lot.

c) When Liquid Penetrant examination is specified, the surface shall be free


of peened discontinuities.

d) Inspection shall be performed in the welds excluding those for which


radiography has been done.

e) Girth weld, branch weld, attachment weld & socket weld of 3-1/2% Ni
steel shall be Liquid Penetrant tested only when welded with austenitic
material where MP test has been specified.

5. Radiography:

a) "Random 5%, 10% or 20% radiography" shall mean examining not less
than one from each 20 welds or less in case of "Random 5%
radiography", not less than one fiom each 10 welds or less in case
of"Random 10% radiography", not less than one from each five welds or
less in case of "Random 20% radiography" made by the same welding
procedure. The welds to be examined in each designated lot shall include
the work product of each welder or welding operator whose welds are
part of the lot. Irrespective of percentage, no. of welds to be radiographed
shall be minimum 1. However first two welds made by each welder shall
also be radiographed in case of "Random radiography". Welds selected
for examination shall not include flange welds and shall be radiographed
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 965 of 4396


JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE
B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 11 of 13

for their entire length. However, where it is impossible or impracticable to


examine the entire weld length of field welds for either random or 100%
radiography, and if the same impossibility is agreeable to EIL site-in-
charge, then a single 120 deg. exposure of the weld length may be given
a Magnetic Particle test or Liquid Penetrant test. However in such cases
for ferro-magnetic materials, only MP test shall be acceptable for classes
higher than 600#.
b) In-process examination shall not be substituted for any required
radiographic
examination.

c) Number of radiographs per one circumferential weld shall be as per ASME


Sec.V Articles 2 and 22

6. When radiography or other non destructive inspection is specified, acceptance


criteria for repairs or defects shall be as follows:

a) In case of 100% examination, any unacceptable weld shall be repaired and


reinspected.

b) If required random examination reveals a defect requiring repair, then:

b.1 Two additional examinations of same type shall be made of the


same kind of item (if welded joint, then by the same welding
procedure and same welder or welding operator).

b.2 If the group of items examined as required by b.1 above is


acceptable, the items requiring repair shall be repaired or
replaced and reexamined as required and all items represented
by this additional examination shall be accepted.

b.3 If any of the items examined as required by b.1 above reveals a


defect requiring repair, two further comparable items shall be
examined for each defective item found by examination.

b.4 If all the items examined as required by b.3 are acceptable, the
items requiring repair shall be repaired or replaced and reexamined
as required, and all items represented by this further examination
shall be accepted.

b.5 Number of times repair welding could be done for the same weld
before acceptance shall be as follows:

Material No. of times repair welding is


allowed

C.S. upto 300 # 3 or less

C.S. above 300 # 2 or less

Killed steel 2 or less

Low alloy steel 2 or less

Austenitic S.S. 2 or less

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

Page 966 of 4396


JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE
B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 12 of 13

3.5 Ni steel 2 or less

Al & Al base alloy 2 or less

Cu & Cu base alloy 2 or less

Others 2 or less

b.6 Welds not found acceptable for allowed number of times of repair as
per b.5 above shall be replaced and reexamined.

b.7 If any of the items examined as required by b.4 above reveals a defect
requiring repair, all items represented by these examinations shall be
either:

- repaired or replaced and reexamined as required.

- fully examined and repaired or replaced as necessary, and


reexamined as necessary

7. Hardness Test:

a) Hardness test shall be in accordance with ASTM specification


E10. Hardness tests of the heat affected zone shall be made at a
point as near as practicable to the edge of the weld. One test per
weld shall be performed.

b) Hardness test where specifically called out in Table-1 of this


specification or in PMS, shall be carried out irrespective of
thickness and to the extent (%age) as mentioned therein.

c) All welds which are given heat treatment shall be hardness tested.
Hardness test shall be performed after final heat treatment.

d) A minimum of 10% of welds, hot bends, and hot formed


components in each furnace heat treated batch and 100% of
those which are locally heat treated shall be hardness tested.

e) Hardness test requirement not covered in this specification shall


be as per Engineering Specifications.

f) The hardness limit applies to the weld and heat affected zone.
Following hardness values shall be maintained:

Base Metal Group Maximum Hardness (BHN/RC)

CS 238BHN/RC22

CS (NACE) , Caustic, Amine, 200BHN


H2

Cr Upto 2% 225BHN

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

Page 967 of 4396


JOB SPECIFICATION SPECIFICATION NO.
FOR NON DESTRUCTIVE
B471-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 13 of 13

Cr 2.25%-10% 241BHN

18/8 SS (NACE) RC22

g) In case hardness values are mentioned in both Welding Specification


Charts for Piping Classes, (6-77-0005) & table given in Note-7(f), the
lower of the two values shall be applicable.

8. For IBR service lines, following IBR requirements shall apply in addition to the notes 4,
5, 6, 7, 12 and Table 1. In case of conflict between above notes and these requirements,
the more stringent ones shall apply. IBR piping shall be erected of IBR inspector
approved material and construction procedure. Erected piping shall be hydrotested,
inspected and approved by IBR inspector.

a) Piping over 102 mm (4") bore:

10% of welds made by each welder on a pipeline with a minimum of two welds per
welder, selected at random, shall be subjected to radiography.

b) Piping 102 mm (4") bore and under, but not less than 38 mm (1-1/2") bore:

Two percent of welds made by each welder on a pipeline with a minimum of one
weld per welder, selected at random, shall be subjected to radiography or may be cut
for visual examination and tests.

c) Piping less than 38 mm (1.5") bore:

Special tests are not normally required but 2% of welds by each welder on a pipe
line may be cut out from the pipeline for the visual examination and bend tests.

d) Retests:

If any test specimen is unsatisfactory, two further weld specimens for retests shall be
selected from the production welds and subjected to tests. In the event of failure of
any retest specimens, the production welds carried out by this welder subsequent to
the previous test shall be given special consideration.

9. For fabricated fittings LP test shall be done on the final pass of welding only,
in addition to visual examination.

10. For mitres and fabricated reducers, LP / MP test shall be done on root pass in
addition to radiography applicable to circumferential joint of respective piping
class.

11. For branch connections, LP/MP test shall be done on root pass and final pass.

12. 10% of the butt weld joints shall be radiographed, however, 50% of these butt
weld joints shall be field weld joints.

13. All joints including butt weld joints for A16A, B16A and D16A and any other
NACE classes shall be wet fluorescent magnetic particle tested. Percentage of
wet fluorescent magnetic particle testing of butt weld joints shall be 100% and
this testing shall be in addition to radiography.

14. For lined specs, testing (MP/LP/Radiography etc.) shall be performed before
lining.

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

Page 968 of 4396


SPECIFICATION FOR DOCUMENT No.
INSULATING GASKET B471-046-16-43-SP-0001 Rev.0
ASSEMBLY
Page 1 of 6

GAIL (INDIA) LIMITED

SPECIFICATION FOR INSULATING GASKET ASSEMBLY

PROJECT : SETTING UP OF TWO LPG MOUNDED


BULLETS AT GANDHAR LPG PLANT
OWNER : GAIL
CONSULTANT : ENGINEERS INDIA LIMITED
JOB NO. : B471

0 03.01.2022 ISSUED FOR TENDER AG PK SU


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 969 of 4396


SPECIFICATION FOR DOCUMENT No.
INSULATING GASKET B471-046-16-43-SP-0001 Rev.0
ASSEMBLY
Page 2 of 6

CONTENTS

1.0 SCOPE ........................................................................................................................................ 3

2.0 DESIGN AND CONSTRUCTION ............................................................................................. 3

3.0 MATERIALS .............................................................................................................................. 3

3.1 Gaskets ............................................................................................................................. 3

3.2 Insulating Materials .......................................................................................................... 3

3.3 Bolting .............................................................................................................................. 4

4.0 INSPECTION AND TESTING .................................................................................................. 4

5.0 TEST CERTIFICATES ............................................................................................................... 5

6.0 MARKING AND SHIPMENT ................................................................................................... 5

7.0 DOCUMENTATION .................................................................................................................. 5

8.0 BIDDER’S QUALIFICATION CRITERIA ............................................................................... 6

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 970 of 4396


SPECIFICATION FOR DOCUMENT No.
INSULATING GASKET B471-046-16-43-SP-0001 Rev.0
ASSEMBLY
Page 3 of 6

1.0 SCOPE

This specification covers the design, fabrication, inspection and supply of insulating gasket
kit to be installed in pipelines handling LPG for absolute flange sealing and electrical
isolation of the section of piping. This specification does not cover monolithic/mono-block
type insulating joints.

2.0 DESIGN AND CONSTRUCTION

2.1 All the items used in the construction of insulating gasket kit including bolt/stud sleeve,
their dimensions, tolerances, chemical composition, physical properties, heat treatment, if
any, testing etc. shall conform to the Codes and Standards specified for the item.

2.2 Manufacturer shall guarantee that Insulating Gasket shall with stand test pressure equal to
1.5 times design pressure of Pipeline.

2.3 No parts of the insulating gasket assembly shall be painted.

2.4 Fire safe tests shall be carried out as per API 6FB. The test shall be witnessed and certified
by Third party inspection agency authorized by OWNER/CONSULTANT. Vendor has to
submit test certificate for the insulating gasket offered.

3.0 MATERIALS

3.1 Gaskets

3.1.1 Type of gasket to be used and manufacturing standard for the gasket shall be as indicated in
the Data Sheet. The process of manufacture, dimensions and tolerances not specified in the
applicable manufacturing standards/specifications shall be as per Manufacturer’s standard.

3.1.2 Full-face gaskets, when specified, shall have bolt holes punched out.

3.1.3 Asbestos shall not used.

3.2 Insulating Materials

3.2.1 Materials used in the fabrication of insulating components such as insulating gaskets,
sleeves, washers etc. shall be Glass Reinforced Epoxy (GRE) NEMA Grade G-10
Materials with following electrical properties:

Dielectric Strength (min) = 550 VPM


Electrical Resistance = 25 Mega Ohm
(When tested with 500-1000V DC megger)

3.2.2 The Non Metallic Gasket as per ASME B 16.21 shall match flanges to ASME B 16.5 upto
24” (except size 22”). The insulating gasket and washers shall have adequate compressive
strength to permit proper tightening of flange bolts for leak proof joint. However, minimum
compressive strength of GRE insulating material shall be 65000 PSI.

3.2.3 The insulating material shall have maximum water absorption of 0.05%.

3.2.4 The insulating material shall be suitable for pressure and temperature indicated in Data
Sheet under connecting pipe details and shall be resistant to the fluid to be handled through
the pipeline.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 971 of 4396


SPECIFICATION FOR DOCUMENT No.
INSULATING GASKET B471-046-16-43-SP-0001 Rev.0
ASSEMBLY
Page 4 of 6

3.2.5 I.D. and O.D. of insulating washers shall be designed to fit over insulating sleeves and
within spot faces on flanges.
3.2.6 Insulating Sleeves shall be made of either Mylar tubing or Glass Reinforced epoxy
according to NEMA standard.

3.3 Bolting

3.3.1 The material for the bolts/studs and nuts shall be as specified in Data Sheet.

3.3.2 All bolting shall be as per ASME B 18.2.1 for bolts/studs and ASME B 18.2.2 for nuts.

3.3.3 Threads shall be unified (UNC for  1" dia. and 8UN for > 1" dia.) as per ASME B.1.1 with
class 2A fit for bolts/studs and class 2B for nuts.

3.3.4 Studs/bolts shall be threaded full length with two heavy hexagonal nuts. Length tolerance
shall be in accordance with the requirement of table D2 of Annexure D of ASME B16.5.

3.3.5 The nuts shall be double chamfered, semi-finished, and heavy hexagonal type and shall be
made by the hot forged process and stamped as per respective material specification.

3.3.6 Bolts/studs and nuts of material of construction as B7 and 2H respectively shall be 100%
hardness tested as per supplementary requirement S3 of ASTM A193.

3.3.7 Thickness and material for steel washers shall be as indicated in Data Sheets.

4.0 INSPECTION AND TESTING

4.1 The manufacturer shall perform all inspections and tests as per the requirements of this
specification and the applicable codes at his works prior to shipment. All material shall be
3.2 certified as per EN 10204. Such inspections and tests shall be, but not be limited to the
following:

4.1.1 All the insulating gasket assemblies shall be visually inspected.

4.1.2 One Insulating flange assembly for each size shall be hydrostatically tested to a pressure
equal to 1.5 times design Pressure in following manner;

 5 minutes at a hydro-test pressure.


 Reduce to Zero.
 Repeat the above procedure twice

4.1.3 Insulating flange assembly shall be tested with air at 5 kg/cm2 for 10 minutes. The
tightness shall be checked by immersion or with a frothing agent. No leakage shall be
accepted.

4.1.2 Dimensional checks shall be carried out as per Purchaser Approved Drawings.

4.1.3 Chemical composition and mechanical properties shall be checked as per relevant material
standards and this specification, for each heat of material used.

4.1.5 Each insulating gasket shall be tested for dielectric integrity at 5000 V A.C., 50 Hz for one
minute and the leakage current before and after shall be equal. Testing time, voltage and
leakage shall be recorded and certified. The test shall be carried out in dry conditions.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 972 of 4396


SPECIFICATION FOR DOCUMENT No.
INSULATING GASKET B471-046-16-43-SP-0001 Rev.0
ASSEMBLY
Page 5 of 6

The insulation resistance of each insulating gasket assembly shall be at least 25 mega ohms
when checked with 500V - 1000V D.C. This test shall be carried out in dry conditions.

Each Insulating Gasket Assembly shall be Dielectric Tested before and after hydrostatic
Test.

4.2 Purchaser reserves the right to perform stage wise inspection and witness tests as indicated
above at Manufacturer’s Works prior to shipment. Manufacturer shall give reasonable
notice of time and shall provide, without charge, reasonable access and facilities required
for inspection by the Inspector.

Inspections and tests performed/witnessed by the Inspector shall in no way relieve the
Manufacturer of his obligation to perform the required inspection and tests.

5.0 TEST CERTIFICATES

5.1 Manufacturer shall submit the following test certificates:

a. Test certificates related to the chemical analysis and mechanical tests for the materials
used for construction as per this specification and relevant standards and this
specification.

b. Certificate stating that for each insulating gasket assembly shall be capable of
withstanding hydrostatic test pressure of 1.5 times of Design pressure of piping
without any leakage.

c. Test certificates for electrical tests.

d. Manufacturer’s test certificates for material.

e. All material shall be 3.2 certified as per EN 10204.

6.0 MARKING AND SHIPMENT

6.1 All the items shall be stamped in accordance with the requirements of applicable Codes and
Standards.

6.2 All the items shall be dry, clean and free from moisture, dirt and loose foreign materials of
any kind.

6.3 All the items shall be protected from rust, corrosive and mechanical damage during
transportation, shipment and storage etc.

6.4 Rust preventive on machined surfaces to be welded shall be easily removable with a
petroleum solvent and the same shall not be harmful to welding.

7.0 DOCUMENTATION

7.1 At the time of bidding, the manufacturer shall furnish following information:

a. List of deviations to this specification, if any.

b. Catalogues, cross sectional drawings of the proposed insulating gasket assembly


including design features and material of construction, QA/QC procedures etc.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 973 of 4396


SPECIFICATION FOR DOCUMENT No.
INSULATING GASKET B471-046-16-43-SP-0001 Rev.0
ASSEMBLY
Page 6 of 6

7.2 After placement of order, the manufacturer shall submit, but not limited to, the following
documents for Purchaser’s approval:
a. Fabrication drawings indicating material of construction.

b. Inspection and testing procedures.

Once the documents are approved by the Purchaser; any change in design, material or
method of manufacturer shall be implemented only after approval of Purchaser in writing.

7.3 Prior to shipment, the manufacturer shall submit test certificates as listed in clause 5.0 of
this specification.

8.0 BIDDER’S QUALIFICATION CRITERIA

8.1 At the time of bidding, the bidder/ manufacturer shall fulfill following requirements:

a. Bidder shall be a manufacturer of Insulating gasket assembly.

b. Bidder shall have manufactured, tested and supplied from the proposed manufacturing
plant at least one (1) number of Insulating gasket assembly, identical in terms of
design, and equal or higher in terms of size and rating as quoted for in the last seven
(7) years reckoned from Bid Due Date.

All documentary proof like PTR, PO, IRN shall be furnished by manufacturer /contractor
before placement of order.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 974 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D B471-046-16-43-SP-0002
MODELLING BY LSTK Rev. A
CONTRACTOR Page 1 of 13

GAIL (INDIA) LIMITED

SPECIFICATION FOR 3D MODELING

PROJECT : SETTING UP OF TWO LPG MOUNDED


BULLETS AT GANDHAR LPG PLANT

OWNER : GAIL INDIA LIMITED

PMC : ENGINEERS INDIA LTD.(EIL)

JOB NO : B471

A 03.01.2022 ISSUED FOR TENDER AG PK SU


Rev. Prepared Chkd Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 975 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D B471-046-16-43-SP-0002
MODELLING BY LSTK Rev. A
CONTRACTOR Page 2 of 13

CONTENTS:

1.0 GENERAL ...................................................................................... 3


2.0 SOFTWATRE ................................................................................. 3
3.0 SCOPE AND EXTENT OF MODELING .......................................... 3
4.0 PROJECT SETUP & DATA MANAGEMENT .................................. 6
5.0 REFERENCE DATA BASES .......................................................... 8
6.0 DATA CONSISTENCY CHECK ...................................................... 9
7.0 DISCIPLINE INTERFACE............................................................... 9
8.0 INTERFERENCE MANAGEMENT ................................................. 9
9.0 DESIGN REVIEW ......................................................................... 10
10.0 DELIVERABLES & DRAWING EXTRACTION.............................. 13

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 976 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D
MODELLING BY LSTK B471-046-16-43-SP-0002
CONTRACTOR Rev. A
Page 3 of 13

1.0 GENERAL

The specifications given herein describe the minimum requirements and guidelines to
the Scope of Work of 3D modeling of LPG bullets and associated facilities at Gandhar
plant by LSTK CONTRACTOR as per scope defined in the FEED.

2.0 SOFTWATRE

PDMS software shall be used for 3D modeling. Version 12.1.SP4.44 of the software
shall be used.

3.0 SCOPE AND EXTENT OF MODELING

The objective of this 3D modeling is to deliver to CLIENT i.e. M/s GAIL a complete 3D
model which shall be utilized for all future maintenance, operation, revamping and
any debottlenecking of the plant. The 3D Design Reviews through dynamic walk-
through shall assist client’s operation and maintenance personnel in reviewing the
project prior to construction and suggest modifications for efficient operation &
maintenance of the plant. It shall also be used for frequent review of design by
GAIL/EIL.

All plant engineering activities beginning from Plot plan development, Equipment
layout development to generation of Piping GADs, Isometrics drawings, as-built
drawings etc. shall be done using 3D modeling. All plant items listed below shall be
modeled for completeness of 3D model and for extraction of deliverables from model.

Discipline wise scope of modeling for LSTK CONTRACTOR is as under:

3.1 ABOVE GROUND PIPING

a) Overall system co-ordination.


b) All equipment to be modeled with exact geometry including but not limited to:
manholes with davits, pipe davits on top platforms, nozzles, stiffener rings,
bellows, break-up flanges, lifting lugs, piping clips etc., for all the equipment in
the plant like, unloading arms, vessels, columns, reactors, receivers, pumps
with motors, air coolers with motors and fans, filters, blow down drums, heat
exchangers etc.
c) Maintenance areas around equipment, davit swing areas, swing elbows,
sweep areas bundle removal areas, drop out areas to be modeled as soft
envelopes and should be used for clash detections.
d) Equipment supports: skirts, support legs/lugs, saddles etc.
e) Above ground (AG) piping, big bore and small bore shall be. This shall include
all pipes, valves, flanges, fittings, reducers, spectacle blinds, drains,
temperature/pressure connections, sample points, drip legs, jacketed pipes
etc.
f) All in-line instruments like control valves, safety valves, rota-meters, orifice
plate, flow meter etc.
g) All piping special items like expansion bellows, slide valves, special valves
with purge/bleed points, Steam traps, strainers, insulating joints etc.
h) Complete vessel trims with level gauges, level switches, level transmitters,
equipment/instrument vents/drains, utility connections, temperature / pressure
gauges etc.
i) Insulation type, Insulation thickness operating/design pressure/temperature
etc.
j) Manhole vents piping to atmosphere etc.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 977 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D
MODELLING BY LSTK B471-046-16-43-SP-0002
CONTRACTOR Rev. A
Page 4 of 13

k) Steam supply and condensate recovery stations up to the first valves in tracer
lines.
l) All pipe supports with complete details.
m) Tagging of all Line nos., Instruments nos., special items, Equipment nos. shall
be as marked in the P&IDs.
n) All Equipment, special Piping items, inline instrument items, trims etc. shall be
modeled with exact geometry, to the extent possible.
o) Incorporation of Site changes during fabrication and erection with 3D Model in
order to deliver a complete as built model.

3.2 PLOT PLAN & UNDERGROUND FACILITIES

The scope of modeling for underground facilities shall include but not limited to the
following:

a) Complete underground facilities including but not limited to Underground (UG)


Piping, Equipment break-up flanges, funnels, manholes, catch pits, etc. to be
modeled by LSTK contractor.
b) Complete Fire water network (UG Piping).
c) Envelopes to be modeled on top of manholes and catch pits and shall be used
for interference detection.
d) Overall Plot plan, unit approaches from main roads, main roads outside the
units, paving, Site grading, Earth Dyke, Earth Pond, fencing shall be modeled.
Hard stands, fabrication space, crane access, Pipe sleepers (up to 500mm
Height from FGL), Instrument Road Crossing, Electrical Road crossing
(IRC/ERC) and Box culvert shall also be modeled.
e) Modeling of Tankages (including dyke) /Spheres/Bullets/Flare shall be
modeled by LSTK CONTRACTOR for extraction of deliverables.

3.3 STRUCTURAL

The scope of modeling for structural shall include but not limited to the following:

a) Main steel/secondary steel equipment support beams, bracing, columns,


stiffener plates, platforms, platform openings, ladders, pipe racks, stair cases,
walkways, wind shield supports, claddings, monorails, EOT support and entire
technological structure etc. shall be modeled in exact geometry.
b) Structural shall model moment connections, stiffener plates, gusset plates etc.
with tentative sizes at initial stage of modelling.
c) Handrails, gratings to be modeled in approximate geometry.
d) Skid supports, platforms, ladders & Equipment supports inside skids are to be
modeled in exact geometry. No welds to be modeled.
e) Equipment and structure foundations, Equipment supporting structure and any
other concrete structure to be modeled in exact geometry with exact locations
of all insert plates.
f) Foundation and structure for platforms, gratings, hand rails etc. for packaged
item and skid mounted items are also included.
g) Structural steel members used for the pipe supports to be modeled in
complete details based on Structural input furnished by Piping on Model.
h) For applicable Buildings, Control Rooms, Doors, Ceiling and Floors,
compressor house asbestos sheeting etc, shall be modeled. Modeling of
buildings shall include all doors, windows, trenches, walls, openings in walls
etc. and shall be imported from architecture model.
i) Structural supports for:
1. Instrumentation cable ducts on main pipe rack (MPR),

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 978 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D
MODELLING BY LSTK B471-046-16-43-SP-0002
CONTRACTOR Rev. A
Page 5 of 13

2. Duct interconnection of MPR and all technical structures, fired


heaters, compressors, major package skids and all columns /
vessels of heights 50m and above;
LSTK CONTRACTOR shall provide these supports even if branch pipe racks
are not available. The structural supports shall be at main duct elevation as far
as possible. Structural shall ensure modelling of the above supports before
60% model review

3.4 INSTRUMENTATION

The modeling for instrumentation facilities shall include the following:

a) Instrument cable Duct (Instrument ducts are of minimum 400mm width).


b) Following instrument entities shall be modeled:
- Analyser Shelter / House, Analyser Racks/ Cabinets located in the field
to be modeled near exact geometry
- Local Control Panels
c) Prefabricated Assemblies (Hook-ups)
d) Gas detectors
e) Closed Circuit Television (CCTV)
f) Instrument Stanchions
g) Instrument Air lines from the Air Header to the consumer
h) Instrument Junction Boxes
i) Input to Structures Division for Instrument Cable Trench (Concrete/Buried),
Sleeves and Culvert.
j) Instrumentation ducts connectivity between main pipe rack & all technical
structures, heaters, compressors, major package skids, columns above 50m
height, etc.

3.5 ELECTRICAL

The modeling for electrical facilities shall include the following:

a) Electrical Cable Trays of size 100mm & above.


b) Local Control Stations in the field for motor/other equipment.
c) Lighting & power panels.
d) Light fixtures, plugs, sockets, welding receptacle, lighting masts, lighting poles
in the field.
e) Earth strips, earth electrodes and earth plates in the field.
f) Plant communication system equipment including field call stations, paging
loudspeakers and telephones in the field.
g) FA system equipment including break glass units in the field.
h) Sleeves for cables in the field

3.6 OTHERS / MISCELLANEOUS MODELS

 Packaged units /modular units are to be treated like the main units and all the
requirements of modeling shall be followed for such units by the vendor.
 Skid mounted Equipments to be modeled with exact geometry.
 Skid to be tagged as main equipment.
 All sub-equipments of all skids to have skid tag as a prefix.
 All sub-equipments to be modeled with exact geometry.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 979 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D
MODELLING BY LSTK B471-046-16-43-SP-0002
CONTRACTOR Rev. A
Page 6 of 13

 Extent of internal Piping of the skid with all inline and online instruments to be
modeled.

4.0 PROJECT SETUP & DATA MANAGEMENT

4.1 Software

LSTK CONTRACTOR’s Piping department shall be the overall coordinator for the 3D
systems. LSTK CONTRACTOR to use PDMS software for 3D modeling.

4.2 Project Database Setup

LSTK CONTRACTOR shall carry out the project creation activity. Major steps
involved are:

 Creating directory structure in the server.


 Creation of Project databases for all disciplines.
 Copying of reference database / files / catalogues etc. from master, reference
project.
 If the project consists of multiple units then one project master to be maintained
for all the specs & catalogs for ease of maintenance & uniformity. All the units
shall refer to this one project master.
 Any new catalog requirement is to be created in the project master.
 Once the project is complete, the project specific catalogs have to be reviewed
by the respective department and added in the master project catalog.
 Creating user login for all disciplines.

 Setting up of Project back-up systems.


 Configuration of database files in case 3D modeling is being carried out at
multiple locations.
 Other misc. activities required for project creation.
 Completed project databases and Master catalog shall be maintained at one
location (central repository)

LSTK CONTRACTOR’s Piping administrator will create the project database and
inform respective disciplines’ administrators. Administrators of respective disciplines
shall be responsible for creation / updation and maintenance of specifications and
catalogues used for their part of work.

4.3 Creation of Areas / Model Files And Design Databases

This activity shall be carried out by piping on finalization of the plot plan/equipment
layout and area division drawings. It involves creation of areas / model files /
databases for piping, equipment, structure disciplines. The advantages of creating
several areas / models are to break-up a big plant into smaller parts and facilitate
simultaneous working of several persons of a discipline. Area division shall conform
generally to piping area division. However, multiple areas can be clubbed together for
modeling ease and shall be termed as modeling zones. Organization of areas shall
generally be uniform for all disciplines and any variation shall be in consultation with
piping and well documented. Maintaining uniformity in areas for various departments
shall help in organizing data properly and facilitate generation of deliverables, reports
and interference management.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 980 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D
MODELLING BY LSTK B471-046-16-43-SP-0002
CONTRACTOR Rev. A
Page 7 of 13

4.4 Project Database & Naming Convention

Standard project naming convention for PDMS Modeling shall be followed as under:

Separate models to be generated for each discipline


Discipline Model Identifier
- Piping above ground - PI
- Piping under-ground - PI
- Equipment - EQ
- HVAC - HV
- Structural - ST
- Architectural - AR
- Electrical - EL
- Instrumentation - IN

Within each discipline, models to be generated based on the Zone Division


developed by piping. The Naming conventions for model Database in PDMS
shall be as follows:

XX ZONE XX
Model Identifier Levels Zone Number
as given above
- Above ground and underground piping shall always be in different
models.

Database Hierarchy in PDMS

All databases used in project including database for catalog to database for
designing shall be numbered according to database number range as
provided by EIL.
No foreign database for catalog or any reference purpose shall be used in
project. Any such database shall be included in project and renumbered
accordingly.
Modeling of different discipline viz. Piping, Structural, Equipment, Structural
U/G (underground), Electrical and Instrumentation shall be done in different
databases. Each database shall be named properly and shall contain 3D
Model of a particular discipline.

Piping
a) PIPE NAME:
Line No. Label - XX
Under Zone/Area
Score No
b) Branch Name:
PIPE NAME/B1,B2

c) TAG NOS:
For all Inline Instruments, Special items tag numbering philosophy to be
followed in PDMS.

XXX - XXX XXXX -X


UNIT DASH INST. INST. 1,2,3..
No. TYPE NO./ Only if same
i.e. PSV, SPECIAL no. is getting
FV, PV ITEM NO. repeated

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 981 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D
MODELLING BY LSTK B471-046-16-43-SP-0002
CONTRACTOR Rev. A
Page 8 of 13

d) Structure:

All Structures shall be individually modeled in Zones, including all associated


with Electrical / Instrumentation Supports, Saddle Supports, Pipe Supports
etc.
Naming
/XXX/TSXX Tech Structure
/XXX/MPRXX Container for Main Pipe Rack
/XX-CC-XXX/STR Container for Structural Foundation and
Platforms
/XX-CC-XXX/FDN Foundation for the Equipment
/XX-VV-XXX/STR Container for Saddle Support for Vessel, all
Associated Platforms etc.

Line information required in PDMS model:

The following attributes must be keyed in while modeling:

 Line operating/design, temperature/pressure in deg.C and Kg/cm2g


respectively.
 Insulation type i.e. IH/IC/IJ/IC etc
 Operator Code;

Line number label should be as per the P&ID with the following attributes:

 Line size + unit no. + line sequence no.+ sub-line no. + Piping material
specification + Insulation Type + Model Zone number.
 Pre-requisite attributes viz., PMS, Insulation and Model Zone (for hierarchy) to
be ensured before creating Pipe as per Line List and Zone-Division.

5.0 REFERENCE DATA BASES

The complete material specifications and component catalogues developed by the


LSTK CONTRACTOR on PDMS shall be delivered including but not limited to the
following.

 Piping Material Specifications


 Insulation Specifications
 Bolt specification
 Nozzle specifications
 Complete Piping component catalogues with write-up on naming conventions
used for CATALOGUE references, component references for Property Database,
Bolt References for Single and multi-bolts.
 Detail texts along with the symbol keys & R texts.
 Material texts with X Texts.
 Any symbol key library developed for special items where Isometric Symbols by
Cad Centre were not available.
 Property Database with nominal bore and outside diameter developed for the
project.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 982 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D
MODELLING BY LSTK B471-046-16-43-SP-0002
CONTRACTOR Rev. A
Page 9 of 13

6.0 DATA CONSISTENCY CHECK

Modelers shall be responsible for performing a data consistency check on each pipe
at completion of its respective input and shall correct all errors and or inconsistencies
reported. The modelers shall ensure that:

 Adjacent items are connected


 Connection types are compatible
 Bores are consistent
 No gaps exist in the pipe and all branches are within the network
 Components are geometrically aligned
 All branch connections are made and complete
 All vessels connections are made and complete
 Tube lengths are acceptable
 Elbow angles are acceptable

7.0 DISCIPLINE INTERFACE

3D Systems shall be customized to extract all reports and deliverables (eg. General
arrangement drawings for structures, electrical and instrumentation, piping GAD’s,
Isometrics, MTO’s etc.) directly from the model so that correct and coherent
information and data flows across the project. All the inter-discipline inputs shall be
furnished in the model and validation of the data shall be through 3D model platform.

Structural department will match the location & elevations of equipment foundations
with respect to the modeled equipments and resolve any discrepancy in consultation
with piping. Any change in equipment location during detail engineering stage shall
be communicated to structural department by piping.

Floor / platform penetrations shall be taken / verified from the completed piping area
models and shall be modeled by structures so that these are not reported as clashes
during interference checking. Coordination for any subsequent change shall be done
by piping.

Structures while modeling secondary members and bracings shall keep the piping
model in view and locate these members so as to clear piping. Resolutions to
problems if any, shall be carried out in consultation with piping.

All underground Piping & trenches being modeled shall be checked for interference
with structural foundations.

Co-ordination with Electrical, Instrumentation & Piping departments for cable


trenches, pipe sleeves and road crossings.

8.0 INTERFERENCE MANAGEMENT

Modeling of all the disciplines shall progress concurrently in order to have effective
interference detection. Interference checking is a progressive activity and shall
depend on the modeling status of piping, equipment & structures. The following
methodology shall be adopted to check interference:

a) All disciplines to ensure clash-free design prior to extraction of deliverables


from the model.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 983 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D
MODELLING BY LSTK B471-046-16-43-SP-0002
CONTRACTOR Rev. A
Page 10 of 13

b) All lines / areas shall be checked for interference by piping.


c) All equipments being modeled shall also be checked for interference and also
when these are being modified they shall be checked for interference by
piping.
d) All structures being modeled by structural department shall also undergo
interference checking as and when the structures are completed and also
subsequently as and when any structure is modified. This activity shall be
performed by structure group.
e) Piping and structures shall coordinate to resolve interference, sitting on the
terminals at the earliest as and when interference is detected.
f) At the 100% model completion stage each area shall once again be checked
by piping for clash detection.
g) During the modeling activities, it is mandatory that all modelers attach / display
the models of all disciplines for that particular zone so as to minimize clashes.
Modelers can also use the clash detection facility of the 3D modeling system
on regular (preferably weekly basis) for their respective zones.
h) The complete 3D model must be clash checked prior to any model review,
internal review as well as review with the client.
i) The modeler is responsible for correcting any clashes that are highlighted by
this utility as they occur and resolve them with the model coordinator of
respective discipline.
j) In case of clash between two items modeled by different disciplines, then the
resolution will be found after mutual discussion between concerned
disciplines. e.g. if there is a clash between rack foundation & Electrical UG
cable trench it will be discussed & resolved by General Civil, Electrical and
Piping.
k) Before release of APPROVED FOR CONSTRUCTION drawings, all entities
will be checked for clashing, reports will be generated and clashes if any will
be resolved. Once the APPROVED FOR CONSTRUCTION drawings are
released, the respective models shall be locked by the concerned discipline
coordinator, if further modification are required, the models shall be unlocked
by respective model coordinator after proper intimation to all the disciplines
concerned. Proper record of this activity with reasons shall be maintained.

9.0 DESIGN REVIEW

The 3D model is an intelligent to the scale and specification driven electronic replica
of the plant to be constructed by LSTK CONTRACTOR which is amenable to review
by GAIL/EIL. Stage wise reviews shall be carried out with active participation by
Piping, Structural, Instrumentation, Electrical, Structural U/G (underground), Process,
Plant Operation and Safety Department, Construction disciplines of GAIL/EIL.

Review by GAIL/EIL shall be done after the completion of 30%, 60% and 90%
modeling by LSTK CONTRACTOR. This activity shall be coordinated by EIL- Project
Manager.
Design review for the project shall be carried out in two stages.

- Internal Model Review


- GAIL / EIL Model Review

9.1 Internal Model Review

3D Model Review shall be conducted internally by LSTK CONTRACTOR’s individual


engineering disciplines to check the model for completeness of inputs, hold

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 984 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D
MODELLING BY LSTK B471-046-16-43-SP-0002
CONTRACTOR Rev. A
Page 11 of 13

identification, progress review, identification & resolution of model queries and


interface with other engineering disciplines. Internal Model Review shall be conducted
regularly (preferably on monthly basis).

Regular Inter-discipline reviews are crucial to create consensus on the plant layout
and avoiding future rework.

The review shall be carried out on the system and comments if any shall be jointly
finalized so that the respective engineering disciplines can update the model
accordingly. Subsequent to updation of the model, a second review shall be carried
out to verify the incorporation of the comments.

9.2 GAIL / EIL Model Review

Review by GAIL/EIL shall be done at the completion of 30%, 60% and 90% modeling
by LSTK CONTRACTOR. The Review shall be carried out on the system and all
finalized comments originating as a result of this review shall be compiled by the
LSTK CONTRACTOR and incorporated by respective engineering disciplines of the
LSTK CONTRACTOR in the model.

The model created by the LSTK CONTRACTOR shall be reviewed by GAIL/ EIL in
the presence of the relevant discipline Engineers/Designers of the LSTK
CONTRACTOR, GAIL & EIL, to discuss accessibility, operability, maintainability and
constructability aspects.

Model review report will be prepared listing all action points with comments and
recommendations. Modifications / changes if suggested by GAIL / EIL shall be
mutually agreed. The same will be issued as MOM after the review.

Model review comment-Action close out report will be issued by LSTK


CONTRACTOR once all the actions are taken incorporating model review comments.

The review schedule for 3D Model shall be as follows:

FIRST MODEL REVIEW (30% REVIEW):

The objective of the 30% model review is to consolidate the Equipment, Piping and
platform layouts focusing mainly on the constructability, maintenance and safety
(HSE) aspects. Consequently this review includes a safety review, constructability
review and Basic Design review.

The model content must consist of the following items:

 All equipment with nozzles.


 All 8” inch and above lines with associated instruments.
 All Buildings (as a block), Shelters (with main frames).
 All package Units (as a block).
 Major maintenance areas (bundle pulling, dropping areas, etc).
 Main Pipe rack and sleepers.
 Electrical Cable Tray/Trenches & Instrumentation items that impact plot plan
 Main platforms, ladders and stairs.
 Roads and plot limits.
 Location of all critical instruments.
 Escape routes.
 Main fires fighting equipments.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 985 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D
MODELLING BY LSTK B471-046-16-43-SP-0002
CONTRACTOR Rev. A
Page 12 of 13

 Plant Boundary.
 Main headers of underground piping (other than fire water) and majority of
branch connections and funnel points. All underground networks shall be
completed within two months of the completion of 30% model review
 Underground trenches

SECOND MODEL REVIEW (60% REVIEW):

This review is the design review intended to confirm the entire plant layout. The main
focus will be on operability, accessibility, process design review and maintenance of
the facilities. All action items of 30% model review shall be resolved before 60%
model review.

The model content must consist of the following items:

 All 2” inch and above lines and associated instruments


 All buildings and shelters with detailing as applicable
 All Equipment with trims such as stand pipes / level gauges/transmitters etc.
 All package units (as a block with limited details if required).
 All structures & supports
 All platforms, ladders, stairs
 All fire fighting systems (including hydrant, monitors)
 All Underground Systems
 Branch cable tray/trench routing & support
 Main earth strips, earth electrodes and earth plates
 Instrumentation duct routings and support
 CCTV, Fire and Gas Detectors, Part of Instrument Junction Boxes.

THIRD & FINAL MODEL REVIEW (90% review):

The third & final model review is intended to confirm the results of the other
outstanding details of the 60% model review. The model must be complete with only
minor items under “HOLD”.

 All small bore piping and associated instruments


 Offline instruments
 Utility stations
 Instrumentation facilities including local operation panels
 Instrument Duct & Electrical branch cable tray routing & supports
 Instrument Prefabricated Hookups
 All safety systems (eye-washer, safety showers, escape routes).
 Instrument Air line distribution
 Instrument Junction Boxes, Instrument Stanchions
 All Cable Trenches /Trays
 All lighting fixtures, lighting & power panels, junction boxes, control gear boxes
 All earth strips, earth electrodes and earth plates
 All fire alarm equipments
 All PA system equipments
 All local control stations for motors
 All available package vendor models.

9.3 Milestones for Model Review

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 986 of 4396


DOCUMENT No.
SPECIFICATION FOR 3D
MODELLING BY LSTK B471-046-16-43-SP-0002
CONTRACTOR Rev. A
Page 13 of 13

Model review shall be done accordingly to the Milestones as referred above. LSTK
CONTRACTOR shall notify the date and venue of the various 3D Model reviews to
GAIL / EIL..
LSTK CONTRACTOR shall furnish the review model CD and other documents as per
clause 9.4 at least 2 weeks prior to schedule model review.

9.4 Documents Required before 3D Model Review

LSTK CONTRACTOR shall furnish the following documents to GAIL / EIL.

 Compliance statement on milestones as defined.


 Compliance statement on tag points of previous model reviews.
 List of items not modeled.

10.0 DELIVERABLES & DRAWING EXTRACTION

All reports and deliverables for various disciplines like Piping, Structural U/G
(underground)l, Structures, Electrical and Instrumentation shall be extracted from the
system so that correct and coherent information and data flows across the project.

10.1 Complete 3D model along with as built GAD’s, Isometrics, MTO reports
extracted and 3D models for all disciplines, with any other document generated
from 3D model and naming conventions with as-built updates along with
complete reference databases, component catalogues for all the size range.
Apart from the 3D Model, all drawings like GADs, Isometrics etc. extracted from
the model shall also be submitted by the LSTK CONTRACTOR in Electronic
form. 3D model along with complete Project databases shall be submitted at
each model review stage and as final as-built.

10.2 Smooth handover of the deliverables with detailed index of all the models
GADs, ISOs any other document/drawing to GAIL personnel shall be performed
by the LSTK CONTRACTOR along with some minor modification works which
might be required as per GAIL’s requirements at the time of handing
over/commissioning the 3D model.

a) GAD Extraction

Piping General Arrangement Drawings (GAD’s) are to be extracted from the


3D Model on A0 Size with a scale of 1:33 1/3. Separate plans shall be made
for each level. Dimensions shall be in millimeters while levels and coordinates
in meters. Vital installations and Battery limits shall be marked with
coordinates. All locating dimensions like spacing for Equipments, Structural
columns, pipe to pipe, etc. shall be marked on the GAD’s. Equipment Tag
numbers, Line numbers, Instrument and Specialty Item Tag numbers shall be
marked on the GAD’s. Electrical/Instrument ducts shall be marked and
labeled. Access ways, Maintenance corridors, Dropout areas, bundle removal
areas shall be marked on the GAD’s. LSTK CONTRACTOR shall show
section / elevation view where the details are not clear from Plan View.

b) Isometric Extraction

Isometrics shall be extracted from 3D model along with Bill of Material and
logical pipe supports.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 987 of 4396


DOCUMENT No.
ADDITIONAL TECHNICAL B471-046-16-43-ATR-6001
REQUIREMENTS Rev. A
Page 1 of 2

ADDITIONAL TECHNICAL
REQUIREMENTS

A 03.01.2022 ISSUED FOR BIDS AG PK SU

Rev. No Date Purpose Prepared by Checked by Approved by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 988 of 4396


DOCUMENT No.
ADDITIONAL TECHNICAL B471-046-16-43-ATR-6001
REQUIREMENTS Rev. A
Page 2 of 2

ADDITIONAL TECHNICAL REQUIREMENTS

1. Bidder to note that no correspondence whatsoever shall be entered into or


entertained after the bid submission.

2. The submission of prices by the Bidder shall be construed to mean that he has
confirmed compliance with all technical specifications attached in tender.

3. All manual isolation valves in LPG service shall be Tight Shut-off (class-6).

4. Teflon pads used in special support to isolate piping from Bullets to avoid
cathodic protection currents leakage shall possess necessary UV resistance to
withstand outdoor atmosphere.

5. Chinese vendors/ Manufacturers shall not be considered for


procurement/supply.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 989 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
lailfaeJel ENGINEERS
frf iEgleg INDIA LIMITED FOR 6-81-0002 Rev. 5
1.11F, erefWe an ) IA Govt of India Undenakingj
WELDED PIPES Page 1 of 6

A-4z f?)
f4-ftuur trtuur
INSPECTION AND TEST PLAN
FOR
WELDED PIPES
licV
/ A
5 19.09.2016 REVISED AND RE-ISSUED TKK HP RKS RN

4 17.06.2013 REVISED AND RE-ISSUED TKK RKS SCG DM

3 15.07.2011 REVISED AND RE-ISSUED TKK SCG AKC DM

2 30.06.2010 REVISED AND RE-ISSUED


RKB VKJ SKP ND

1 28.09.2007 REVISED AND RE-ISSUED PD RB MVKK VC

Prepare Standards Committee Standards Bureau


Rev. Checked Convenor Chairman
Date Purpose d
No. By
By Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright Ell. — All rights reserved

Page 990 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
ENGINEERS
lig-ar fag& INDIA LIMITED FOR 6-81-0002 Rev. 5
Man MeltterlaJOInall (A Govt. of India Undertaking)
WELDED PIPES Page 2 of 6

Abbreviations:

CELL Certification Engineers International Limited MRT Mechanical Run Test


CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NPSH' Net Positive Suction Head
DFT Dry Film Thickness PO Purchase Order
DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
IC Inspection Certificate VDR Vendor Data Requirement
IGC Inter Granular Corrosion WPS Welding Procedure Specification
MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification
MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. R.K. Singh

Members:
Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur
Mr. T Kamalakannan Mr. Mahendra Mittal Mr. Deepak Gupta (Project)

Format No. 8-00-0001-F7 Rev. 0 Copyright El L — All rights reserved

Page 991 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
IOU el i ll ENGINEERS
faf5itg INDIA LIMITED FOR 6-81-0002 Rev. 5
A Govt. of India Undertaking)
IHRTIFIRIW7M1.710.1)
WELDED PIPES Page 3 of 6

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements for Welded Pipes.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
SL QUTUM
AN
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedure
Hydrostatic Test, Heat Procedure
1.1 Treatment, NDT and Documented Procedures 100% - R
Documents
Other Procedures
W- New
R- Existing
Welding Parameters & WPS,PQR
1.2 WPS,PQR & WPQ 100% - H ( Qualified
Qualification Record &WPQ under reputed
TPIA)
2.0 Material Inspection
Review of MTC for Chemical & Test
2.1 Raw Material Inspection 100% - H
Mechanical Properties Certificates

3.0 In Process Inspection

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 992 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
(31 ENGINEERS
fageg INDIA LIMITED FOR 6-81-0002 Rev. 5
IMION elrane anaqsam (A Govt of India Undettaing)
WELDED PIPES Page 4 of 6

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Welding Parameters as per WPS / Inspection
3.1 Welding 100% - H -
PQR Reports
Stress Relieving, Normalising, •
Heat Treatment Tempering, Solution Annealing,
3.2 100% HT chart - H R
Stabilization Heat Treatment etc.
as applicable
Inspection
Ferrite Check of SS Pipes Random On
3.3 % Ferrite Check Report - H R
(as Applicable) Weld
UT / RT RT Films, R
PR / Purchase
3.4 As applicable Surface & Internal Imperfections Reports & UT - H (Film review for
Specification
Reports RT)
Product Chemical, Tensile,
Identification of Test Lot as per H
3.5 Hardness, Impact, IGC and Other Test Reports - H
Samples specification.
test as applicable
PR / Purchase
3.6 Product Analysis Chemical Composition Test Reports - H R
Specification

Destructive Testing Tensile, Hardness, Impact, IGC Lot as per H


3.7 Test Reports - H
and Other test as applicable specification.
Inspection
Galvanizing
3.8 Integrity Of Galvanised Coating 100% Report - H R
(If Applicable)

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 993 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
nee M ENGINEERS
CEL-
a ell Ewan,
Eigieg
I #11W1 alumni)
INDIA LIMITED FOR 6 81 0002 Rev. 5
- -

lot, Govt. of Indio Undellaking)


WELDED PIPES Page 5 of 6

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER

4.0 Final Inspection

Leak Check 100% RW


4.1 Hydrostatic Testing Test Report - H
(Min.5%)

Surface Condition, Straightness,


End Finish, Bevel Angle, Inspection RW
Visual and Dimensional 100%
4.2 Root Face, Outer Dia, Profile - H
Inspection (VDI) Report (Min.5%)
Thickness, Length,
End Finish, Marking etc

Weight Checking as Inspection


4.3 Weight 100% - H -
applicable Report
As Per EIL
PMI Check Spec. Inspection
4.4 Chemical Check - H RW
6-81-0001 report

Stamping of
Pipes which are Inspection
4.5 Final Stamping Stamping of Accepted Pipes - H H
witnessed by Report
EIL/TPIA.

5.0 Painting

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 994 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
dalReat4 ENGINEERS
$1g-ar feifiles INDIA LIMITED FOR 6-81-0002 Rev. 5
ORR FROAVA MOM (A Govt. of Indio Undettaking)
WELDED PIPES Page 6 of 6

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Rust Preventive Coating
Visual & Color Coding as Inspection
5.1 & Color Coding (As 100% - -
applicable Report
applicable)

6.0 Documentation & IC


Review of Stage Inspection
Documentation & Manufacturer
6.1 Reports / Test Reports & Issue of 100% - H H
Inspection Certificate(IC) TC & IC
— IC

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-
Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable):


1. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be
applicable.(Unless otherwise agreed upon)
2. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.
3. For orders placed on stockist, items shall be accepted based on manufacturer's TC with EN10204 type 3.2 certification from EIL approved suppliers.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 995 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
ENGINEERS FOR 6-81-0003 Rev. 5
$11g-ar tigitg INDIA LIMITED
011,771 eiro,r1 399.3) IA Govt of India Undettalong)
SEAMLESS PIPES Page 1 of 6

44\9
fkturir trtuur

INSPECTION AND TEST PLAN


FOR
SEAMLESS PIPES

5. 19.09..2016 REVISED AND RE-ISSUED TKK HP 'Ff----


( 2'
RN
.

4. 17.06..2013 REVISED AND RE-ISSUED TKK RKS SCG DM

3 15.07.2011 REVISED AND RE-ISSUED TKK SCG AKC DM

2 30.06.2010 REVISED AND RE-ISSUED ND


RK VKJ SKP

1 28.09.2007 REVISED AND RE-ISSUED PD RB MVKK VC

Rev. Prepared Checked Standards Committee Standards Bureau


Date Purpose
No. By By Convenor Chairman
Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 996 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
al ENGINEERS
$1g-ZIT kit154tt INDIA LIMITED FOR 6-81-0003 Rev. 5
WWI MOsIVOIIJOI/Fil) IA Goa of Indio Undertaking) SEAMLESS PIPES
Page 2 of 6

Abbreviations:

CELL Certification Engineers International Limited MRT Mechanical Run Test


CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent • NPSH Net Positive Suction Head
DFT Dry Film Thickness PO Purchase Order
DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP Inspection and Test Plan TC Test Certificate
Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
IC Inspection Certificate VDR Vendor Data Requirement
IGC Inter Granular Corrosion WPS Welding Procedure Specification
MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification
MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. R.K. Singh

Members: Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur
Mr. T Kamalakannan Mr. Mahendra Mittal Mr. Deepak Gupta (Project)

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 997 of 4396


STANDARD SPECIFICATION No.
ENGINEERS INSPECTION AND TEST PLAN
INDIA LIMITED FOR 6-81-0003 Rev. 5
(WM MOM OANInall IA Govt of India Undertaking)
SEAMLESS PIPES
Page 3 of 6

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Seamless Pipes.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.


3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
SL. QU AN UM
STAGE/ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK OF SUPPLIER EIL/ TPIA
SUPPLIER
1.0 Procedure
Hydrostatic Test, Heat Procedure
1.1 Treatment, NDT and Documented Procedures 100% - H R
Documents
Other Procedures
2.0 Material Inspection
Review of MTC for Chemical,
2.1 Raw Material Inspection Mechanical Properties, size & 100% Test - H
Certificates
steel making process, etc.

3.0 In Process Inspection

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 998 of 4396


STANDARD SPECIFICATION No.
ENGINEERS INSPECTION AND TEST PLAN
INDIA LIMITED FOR 6 - 81 - 0003 Rev. 5
ID1 I IA Govt of India Undedalong)
SEAMLESS PIPES
Page 4 of 6

SCOPE OF INSPECTION
SL. QUANTUM OF
STAGE/ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/ TPIA
SUPPLIER
Normalizing, Tempering, Solution
Heat Treatment
3.1 Annealing, Stabilization Heat 100% HT chart - H R
Treatment etc. as applicable
NDT
3.2 PR / Purchase
As applicable Surface & Internal Imperfections NDT Reports - H R
Specification
Product Chemical, Tensile,
Identification of Test Lot as per H
3.3 Hardness, Impact, IGC and Other Test Reports - H
Samples specification (Note-1)
test as applicable
3.4 Product Analysis Lot as per
Chemical Composition Test Reports - H R
specification
Destructive Testing Tensile, Hardness, Impact, IGC Lot as per H
3.5 Test Reports - H
and Other test as applicable specification (Note-1)

Galvanizing Inspection
3.6 Integrity Of Galvanised Coating 100% Report - H R
(If Applicable)
4.0 Final Inspection

4.1 Hydrostatic Testing 100 % RW


Leak Check Test Report - H
(Note 1)

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 999 of 4396


STANDARD SPECIFICATION No.
eit4 ENGINEERS INSPECTION AND TEST PLAN
Og ern f51 INDIA LIMITED FOR 6-81-0003 Rev. 5
(A Govt. of India Undettaking) SEAMLESS PIPES
Page 5 of 6

SCOPE OF INSPECTION
SL. • QUANTUM OF
STAGE/ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/ TPIA
SUPPLIER
Surface Condition,
Straightness,
End Finish,
Bevel Angle,
Root Face, RW
Visual and Dimensional 100% Inspection
4.2 Outer Dia., - H
Inspection (VDI) Report (Note 1)
Thickness,
Length, '
End Finish,
Marking,
End Caps etc
Weight Checking as Inspection
4.3 Weight 100% By Supplier - H -
applicable Report
As Per EIL, Spec.
pection RW
4.4 PMI Check Chemical Check 6-81-0001 - H
Inseport
r

Stamping of Pipes
which are
witnessed by
Inspection
4.5 Final Stamping Stamping of Accepted Pipes EIL/TPIA..0ther - H H
Report
pipes to have
suppliers
identification

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 1000 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
Ogar fa5teg INDIA LIMITED FOR 6-81-0003 Rev. 5
Wren e,virrke J,77.1) Govt of 1000 Undertaking)
SEAMLESS PIPES
Page 6 of 6

SL. QUANTUM OF SCOPE OF INSPECTION


STAGE/ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/ TPIA
SUPPLIER

5.0 Painting

Rust Preventive Coating


5.1 & Color Coding Visual & Color Coding as Inspection
100% - W -
applicable Report
(As applicable)

6.0 Documentation & IC

Documentation & Review of Stage Inspection


6.1 Reports / Test Reports & Issue of Supplier TC
Inspection Certificate(IC) 100% - H H
IC & IC

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)),
R-Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable):


1. Carbon Steel Pipes (Other than LTCS & Pipes for special services like NACE, H2, HIC, etc.) up to size 12" will be accepted on review of Supplier Test
Certificates. Supplier Test Certificate to be reviewed by EIL/TPIA.
2. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be
applicable.(Unless otherwise agreed upon)
3. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.
4. For orders placed on stockist, items shall be accepted based on manufacturer's TC with EN 10204 type 3.2 certification from EIL approved suppliers.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 1001 of 4396


STANDARD SPECIFICATION NO
INSPECTION AND TEST PLAN
ratSejegeriv,I,tUMITED FOR 6-81-0004 Rev. 6
(A GoN al kIdu UnOxiakmg)
VALVES
Page 1 of 7

curl *
Ml‘crar A trukTur 4 111
INSPECTION AND TEST PLAN
FOR
VALVES
6 14 11 2018 REVISED AND RE-ISSUED

5 17 06 2013 REVISED AND RE-ISSUED TKK RKS SCG DM

4 15 07 2011 REVISED AND RE-ISSUED TKK SCG AKC DM

3 30 06 2010 REVISED AND RE-ISSUED RKB VKJ SKP ND

2 31 01 2008 REVISED AND RE-ISSUED CS SS MVKK VC

Standards Committee Standards Bureau


Rev Prepared Checked Convenor Chairman
Date Purpose by by
No
Approved by

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1002 of 4396


STANDARD SPECIFICATION NO.
?ENGINEERS INSPECTION AND TEST PLAN
sLA fafaieg ®INDIA LIMITED
Govt of ;ma Undertaking)
FOR 6-81-0004 Rev. 6
VALVES
Page 2 of 7

Abbreviations:

CELL Certification Engineers International Limited MRT Mechanical Run Test


CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NPSH Net Positive Suction Head
DFT Dry Film Thickness PO Purchase Order
DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PM1 Positive Material Identification
HT : Heat Treatment RT Radiography Testing
HIC : Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP : Inspection and Test Plan TC Test Certificate
IP : Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
IC Inspection Certificate VDR Vendor Data Requirement
IGC Inter Granular Corrosion WPS Welding Procedure Specification
MPT/MT : Magnetic Particle Testing WPQ Welders Performance Qualification
MTC : Material Test Certificate

Inspection Standards Committee

Convenor : Mr. R K. Singh

Members:
Mr. Rajeev Kumar Mr. Neeraj Mathur Mr. Himangshu Pal Mr R Muthu Ramalingam (RPO Rep.)
Mr. T Kamalakannan Mr. Mahendra Mittal Mr Deepak Gupta (Projects)

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1003 of 4396


STANDARD SPECIFICATION NO
*ENGINEERS
,- INSPECTION AND TEST PLAN
fittlWregW; INDIA LIMITED FOR 6-81-0004 Rev. 6
Cori of IMW Undertitrngi
VALVES
Page 3 of 7

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Valves.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SL SCOPE OF INSPECTION
QUANTUM
/ ACTIVITY CHARACTERISTICS RECORD
NO OFCHEC
KCECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedure
Hydrostatic Test,
Heat Treatment, NDT,
1.1 Procedure
Helium Leak Test Documented Procedures 100% H R
Documents
and
Other Procedures

Welding Parameters & W- New


1.2 WPS, PQR & WPQ 100% WPS, PQR &WPQ - H
Qualification Record R- Existing

Fire safe, As per PR /


1.3 Pre-Qualification Tests H
Cryogenic & Other Test Purchase Acceptance Report - H
(If new)
as applicable Specification

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1004 of 4396


STANDARD SPECIFICATION NO.
p,"-M; ENGINEERS INSPECTION AND TEST PLAN
IgtlitailegW, INDIA LIMITED FOR 6-81-0004 Rev. 6
VALVES
Page 4 of 7

SL SCOPE OF INSPECTION
QUANTUM
STAGE / ACTIVITY CHARACTERISTICS RECORD
NO OF CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER

2.0 Material Inspection

Chemical, Mechanical,
Castings & Forgings Heat Treatment, NDT,
2.1 100% Test Certificates H R R
(Body, Bonnet, Disc, Stem, Body ring) IGC & Other Properties
as applicable

Castings & Forgings


2.2 Visual & Dimension 100% Inspection Report H H -
(Body, Bonnet, Disc, Stem, Body ring)

As per PR /
2.3 Radiography
Body and Bonnet Castings Purchase Films and report H R R
Examination
Specification

2.4 Bars for Trim material Test Certificates &


Chemical Analysis Each Heat H R -
Lab Report

Gaskets, Gear units, Fasteners, Gland, Physical / Chemical Test Certificates &
2.5 100% H R
Packings, etc. Properties Lab Report

Performance,
2.6 Actuators as applicable Test Certificates,
Statutory Certificates as 100% H H R
Inspection report
applicable

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1005 of 4396


STANDARD SPECIFICATION NO
aaLlt4ft- ENGINEERS INSPECTION AND TEST PLAN
Igar WagW. INDIA LIMITED FOR 6-81-0004 Rev. 6
eVaile
VALVES
Page 5 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE / ACTIVITY CHARACTERISTICS RECORD SUB
NO OF CHECK SUPPLIER EIL/TPIA
SUPPLIER

3.0 In Process Inspection

Welding Parameters as
3.1 Welding 100% Inspection Reports - H -
per WPS / PQR

3.2 Machining of components Visual / Dimension 100% Inspection Reports - H -

4.0 Final Inspection

As per PR /
Hydrostatic / Pneumatic Test and RW
4.1 Leak Check Purchase Test Report - H
Helium Leak test as applicable (Note 1)
Specification

Surface & Dim ension RW


4.2 Visual / Dimension 100% Test Report - H
Check (Note 1)

Functional Test for Actuator Operated Satisfactory 100%


4.3 Test Report - H RW
Valves Performance

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1006 of 4396


liSiiftega,ENGINEERS INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
W: INDIA LIMITED FOR 6-81-0004 Rev. 6
(A GOA of Into Undenalmol
VALVES
Page 6 of 7

SL QUANTUM SCOPE OF INSPECTION


STAGE / ACTIVITY CHARACTERISTICS RECORD
NO OF CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
As per EIL
4.4 PMI Check Chemical Spec. Inspection Report - H RW
6-81-0001
Verify Components & As per PR /
4.5 Strip Check (As applicable) Differential hardness if Purchase Inspection Report - RW
H
applicable Specification (Note-1)

Stamping of
4.6 Final Stamping Stamping of Accepted Valves which H
Valves Inspection Report - H
are witnessed by (Note-1)
EIL/TPIA.

5.0 Painting

5.1 Painting and Color coding as applicable Visual / DFT Check 100% Inspection Report FI

6.0 Documentation & IC

Review of Stage
6.1 Documentation & Inspection Certificate Inspection Reports /
(IC) Test Reports & Issue of 100% Supplier TC & IC - H H
IC

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1007 of 4396


STANDARD SPECIFICATION NO.
ISMENGINEERS INSPECTION AND TEST PLAN
INDIA LIMITED
SI-II M 5 ®INDIA
JA,AA
FOR 6-81-0004 Rev. 6
IA CAN of Endo Underlatingi
VALVES
Page 7 of 7

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-
Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable):

1. Non NACE & Non Hydrogen service Carbon Steel Cast Valves up to size 12"-300ANSI Class and Carbon Steel Forged Valves up to size 1.5"- 800 ANSI Class will
be accepted on review of Supplier Test Certificates. Supplier Test Certificate along with back up reports to be reviewed by EIL/TPIA
2. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be applicable. (Unless
otherwise agreed upon)
3. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred therein /Job Specification /Approved Documents.

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1008 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
0 eJ ENGINEERS
Ogen tale-g INDIA LIMITED
I illErer </ea,' e 051,3P4.1)
IA Govt of 'Mita Undertaking)
FOR 6-81-0005 Rev. 8
FORGED, SEAMLESS & WELDED FITTINGS Page 1 of 6

ch-t4, Tr1-014 -0- ATi


- - T Ichttrii‘ A- icri
r4ffl-ur .4 -ctk-Tur th-q—ir

INSPECTION AND TEST PLAN


FOR
FORGED, SEAMLESS & WELDED FITTINGS
g_
8 01 06 2019 REVISED AND RE-ISSUED
AA RS RR RKT

7 14 11 2018 REVISED AND RE-ISSUED


KC NM RKS RKT

6 19 09 2016 REVISED AND RE-ISSUED RKS DM


TKK HP

5 17 06 2013 REVISED AND RE-ISSUED SCG DM


TKK RKS

4 15 07 2011 REVISED AND RE-ISSUED TKK SCG AKC DM


Standards Committee Standards Bureau
Rev. Prepared Checked Convener Chairman
Date Purpose
No. by by
Approved by

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1009 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
Jt5 ENGINEERS
err faWes
iallik,
INDIA LIMITED
(A Govt of India Undertaking)
FOR 6-81-0005 Rev. 8
FORGED, SEAMLESS & WELDED FITTINGS Page 2 of 6

Abbreviations:

CEIL Certification Engineers International Limited MRT Mechanical Run Test


CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NPSH Net Positive Suction Head
DFT Dry Film Thickness PO Purchase Order
DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
IC Inspection Certificate VDR Vendor Data Requirement
IGC Inter Granular Corrosion WPS Welding Procedure Specification
MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification
MTC Material Test Certificate

Inspection Standards Committee

Convener: Mr. R.K. Singh

Members:
Mr. Rajesh Sinha Mr. Himangshu Pal Mr. Chandrashekhar
Mr. Muthuramalingam Mr. Avdhesh Agrawal Mr. Deepak Gupta- Project
Mr. Mahendra Mittal

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1010 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
101 el ENGINEERS
51g211 lif5reg INDIA LIMITED FOR 6-81-0005 Rev. 8
I MW? ereOW MI J,
R5,
1) IA Govt al India Undertaking)

FORGED, SEAMLESS & WELDED FITTINGS Page 3 of 6

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Forged, Seamless & Welded Fittings.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER

1.0 Procedure

Procedure H R
1.1 Heat Treatment / NDT Documented Procedures 100% -
Documents

Welding Parameters & WPS,PQR W- New


1.2 WPS,PQR & WPQ 100% -H
Qualification &WPQ R- Existing

2.0 Material Inspection

Raw Material Identification Mill test


(Billets, Rounds, Pipes, Coil, Plates, certificate,
Chemical and Mechanical
etc.) 100% Supplier's - H W* / R
2.1 Properties, Size & Steel
(*Alloy steels and Special services like Inspection .
making practice etc.
NACE, H2, HIC, Wet H2S,LTCS, Report
UOP, AXEN etc.)

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1011 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
&31 41 ENGINEERS
'Jf ' INDIA LIMITED FOR 6-81-0005 Rev. 8
MVP! eltcrrV4151JVCIM, IA Gov, of Indta Undeilalong)

FORGED, SEAMLESS & WELDED FITTINGS Page 4 of 6

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER

3.0 In Process Inspection

Forming & Welding Supplier's


3.1 Forming &Welding 100% - H -
Parameters records
Inspection
Ferrite Check Of SS Welds 100% Report - H R
3.2 % Ferrite Check
(If Applicable)
Stress Reliving, Normalizing,
Heat Treatment Tempering, Solution HT chart / R
3.3 100% - H
Annealing, Stabilization Heat Report
Treatment etc. as applicable

R
NDT-RT Surface & Internal As per PR/Purchase RT Films (Films
3.4 - H
As Applicable Imperfections Specification & Reports Review)

NDT — UT Surface & Internal As per PR/Purchase H R


3.5 UT Report -
(as applicable) Imperfections Specification

NDT — DPT/MPT on Bevel Ends Surface & Internal Test Report - H RW


3.6 100%
(as applicable) Imperfections

Product Chemical, Test


Per heat, per heat - H H
3.7 Identification of Test Samples Mechanical, Impact, IGC and Reports
treatment lot (Note-4)
Other test as applicable

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1012 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
...1 ei ENGINEERS
Ifgar feOleg INDIA LIMITED FOR 6-81-0005 Rev. 8
ROO, (A Govl 01 Indo Unde(tak(n9)

FORGED, SEAMLESS & WELDED FITTINGS Page 5 of 6

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER
As per PR/Purchase Test R
3.8 Product Analysis Chemical Composition - H
Specification Reports
Mechanical, Impact, IGC,
Destructive Testing Test H
3.9 Hardness and Other test as 100% - H
Reports
applicable
Inspection
Galvanizing Integrity Of Galvanized Report - H R
3.10 100%
(If Applicable) Coating

4.0 Final Inspection

Size, Thickness / Schedule, Inspection RW


4.1 Visual and Dimension Dimensions, Surface quality, 100% - H
Report
Marking, etc.
Hardness testing on finished fittings of
Alloy steels and Special services (like
Hardness value of Base metal Test Report - H RW
4.2 NACE, H2, HIC, Wet H2S, UOP, Random 10%
& Welds/HAZ.
AXEN etc.) & any other services as
applicable.

PMI Check As Per EIL Spec. Inspection RW


4.3 Chemical Check - H
6-81-0001 report

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1013 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
loth ei ENGINEERS
Igar faigitg INDIA LIMITED FOR 6-81-0005 Rev. 8
ml
1.11E7r elecr/1 x41.1) IA Govt of Ind,. UndertaR.O1
FORGED, SEAMLESS & WELDED FITTINGS Page 6 of 6

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER
Stamping of Fittings H
Stamping Of Accepted Inspection
4.4 Final Stamping which are witnessed - H
Fittings Report
by EIL/TPIA.

5.0 Painting

Rust Preventive Coating & Color Visual & Color Coding as Inspection -
5.1 100% - W
Coding applicable Report

6.0 Documentation & IC

Review of Stage Inspection Supplier


Documentation & Inspection 100% - H H
6.1 Reports / Test Reports & TC & IC
Certificate(IC)
Issue of IC
Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% (min.1 no. of each size and type of Bulk item)), R-
Review, W-Witness (Give due notice, work may proceed after scheduled date).
NOTES (As applicable):
1. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be applicable
(unless otherwise agreed upon).
2. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.
3. For orders placed on stockiest, items shall be accepted based on manufacturer's TC with EN10204 type 3.2 certification from EIL approved suppliers.
4. Test piece marking shall be carried out from the product for each heat of raw material and for each heat treatment batch at shop floor.

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1014 of 4396


STANDARD SPECIFICATION No
INSPECTION AND TEST PLAN
faiae5ft ENGINEERS
Saga 1612egNilr INDIA LIMITED FOR 6-81-0006 Rev. 5
GUN d intha undettakm FLANGES, SPECTACLE BLINDS & DRIP RINGS
Page 1 of 6

tlet-40 mr i fir Riii fT


r
fiNTar trukTur

INSPECTION AND TEST PLAN


FOR
FLANGES, SPECTACLE BLINDS & DRIP RINGS
5 14 11 2018 REVISED AND RE-ISSUED

4 17 06 2013 REVISED AND RE-ISSUED TKK RKS SCG DM

3 15 07 2011 REVISED AND RE-ISSUED TKK SCG AKC DM

2 30 06 2010 REVISED AND RE-ISSUED RKB VKJ SKP ND

1 28 09 2007 REVISED AND RE-ISSUED PD RB MVKK VC

Standards Committee Standards Bureau


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

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1015 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED FOR
141letAT'ejeg IA GON alines underiakingi
FLANGES, SPECTACLE BLINDS & DRIP RINGS
6-81-0006 Rev. 5
Page 2 of 6

Abbreviations:

CELL Certification Engineers International Limited MRT Mechanical Run Test


CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NPSH Net Positive Suction Head
DFT Dry Film Thickness PO Purchase Order
DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
IC Inspection Certificate VDR Vendor Data Requirement
IGC Inter Granular Corrosion WPS Welding Procedure Specification
MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification
MTC Material Test Certificate

Inspection Standards Committee

Convenor Mr. R.K. Singh

Members:
Mr. Rajeev Kumar Mr. Neeraj Mathur Mr. Himangshu Pal Mr R Muthu Ramalingam (RPO Rep )
Mr T Kamalakannan Mr. Mahendra Mittal Mr Deepak Gupta (Projects)

Format No 6-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1016 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
15iligklega ENGINEERS
sLII Elqe.sW INDIA LIMITED
alaa ekaraa minaa IA Gar% al India Undertakingi
FOR 6-81-0006 Rev. 5
FLANGES, SPECTACLE BLINDS & DRIP RINGS
Page 3 of 6

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Flanges, Spectacle Blinds & Drip Rings.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SL SCOPE OF INSPECTION
STAGE / ACTIVITY QUANTUM OF
NO. CHARACTERISTICS RECORD
CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedure

Heat Treatment, NDT and Procedure


1.1 Documented Procedures 100% - H R
Other Procedures Documents

1.2 Welding Parameters & W- New


WPS, PQR & WPQ 100% WPS, PQR & WPQ - H
Qualification Record R- Existing

2.0 Material Inspection

2.1 Chemical & Mechanical


Raw Material Inspection 100% Test Certificates - H R
Properties

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1017 of 4396


STANDARD SPECIFICATION No.
INSPECTION AND TEST PLAN
sZ7(® INDIA LIMITED FOR 6-81-0006 Rev. 5
FLANGES, SPECTACLE BLINDS & DRIP RINGS
Page 4 of 6

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE / ACTIVITY CHARACTERISTICS RECORD
NO. CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER

3.0 In Process Inspection

Forging /Welding
3.1 Welding / Forging 100% Inspection Reports - El
Parameters
Stress Relieving,
Normalising, Tempering,
Solution Annealing,
3.2 Heat Treatment 100% HT chart - H R
Stabilization Heat
Treatment etc. as
applicable
Product Chemical,
Identification of Test H
33 Mechanical, Impact, IGC 100% Test Reports - H
Samples (Note-1)
and Other test as applicable
As per
Product Analysis
3.4 Chemical Composition PR/Purchase Test Reports - H R
(As applicable)
Specification

Mechanical, Impact, IGC H


3.5 Destructive Testing 100% Test Reports - H
and Other test as applicable (Note-1)

As per
Surface & Internal
36 NDT as applicable PR/Purchase NDT Reports H R
Imperfections
Specification

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1018 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No
laraZida ENGINEERS
1£71 c W INDIA LIMITED FOR 6-81-0006 Rev. 5
co.. DI India laidenakingl
FLANGES, SPECTACLE BLINDS & DRIP RINGS
Page 5 of 6

SL QUANTUM OF SCOPE OF INSPECTION


STAGE / ACTIVITY CHARACTERISTICS RECORD
NO. CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
Galvanizing Integrity of Galvanised
3.7 100% Inspection Report H R
(If Applicable) Coating

4.0 Final Inspection

1. Visual
4.1 2 Dimensions H
Final Inspection 100% Inspection Report H
3. Hardness (Note-1)
4. Marking etc

4.2 PMI Check As Per EIL Spec.


Chemical Check Inspection report - H RW
6-81-0001

Stamping of
4.3 Stamping of Accepted Items which are H
Final Stamping Inspection Report - H
Items witnessed by (Note — 1)
EIL/TPIA.

5.0 Painting

Rust Preventive Coating & Visual & Color Coding as


5.1 100% Inspection Report H -
Color Coding applicable

Format No 8-00-0001-F7 Rev 0 Copyright EIL—All rights reserved

Page 1019 of 4396


STANDARD SPECIFICATION No
INSPECTION AND TEST PLAN
aktt4 ENGINEERS
FOR
LII faWs INDIA LIMITED 6-81-0006 Rev. 5
A cone India Unaenak FLANGES, SPECTACLE BLINDS & DRIP RINGS
Page 6 of 6

SCOPE OF INSPECTION
SL QUANTUM
STAGE / ACTIVITY CHARACTERISTICS RECORD
NO. CHECK OF SUB
SUPPLIER EIL/TPIA
SUPPLIER

6.0 Documentation & IC

Review of Stage Inspection


Documentation &
6.1 Reports / Test Reports & 100% Supplier TC & IC - H H
Inspection Certificate (IC)
Issue of IC

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-
Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable):

I. Non NACE & Non Hydrogen service Carbon Steel Flanges, Spectacle Blinds & Drip Rings up to size 24"-300ANSI Class Will be accepted on review of Supplier
Test Certificates. Supplier Test Certificate along with back up reports to be reviewed by EIL/TPIA
2. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be applicable. (unless
otherwise agreed upon)
3. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred therein /Job Specification /Approved Documents.

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1020 of 4396


ex ..
?
INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED FOR 6-81-0007 Rev. 4
wen rircntero, IA Govt of India Undertaking)
BOLTING MATERIAL Page 1 of 6

tr"e4r AaRqm
fkftut a trftur
INSPECTION AND TEST PLAN
FOR
BOLTING MATERIAL

4 19.09.2016 REVISED AND RE-ISSUED TKK HP teRN

3 17.06.2013 REVISED AND RE-ISSUED TKK RKS SCG DM

2 15.07.2011 REVISED AND RE-ISSUED TKK SCG AKC DM

1 28.09.2007 REVISED AND RE-ISSUED PD RB MVKK VC

0 23.04.02 ISSUED FOR IMPLEMENTATION NKN SPS AKB SB

Convenor Chairman
Rev. Prepared Checked
Date Purpose Standards Committee Standards Bureau
No. by by
Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 1021 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
■31 el ENGINEERS
Ifgzrr Elf51eg INDIA LIMITED FOR 6-81-0007 Rev.4
ING71 mtm atiOrAt IA Govt. of Indio Undettaking)
BOLTING MATERIAL Page 2 of 6

Abbreviations:

CELL Certification Engineers International Limited MRT Mechanical Run Test


CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NPSH Net Positive Suction Head
DFT Dry Film Thickness PO Purchase Order
DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
IC Inspection Certificate VDR Vendor Data Requirement
IGC Inter Granular Corrosion WPS Welding Procedure Specification
MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification
MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. R.K. Singh

Members:
Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur
Mr. T Kamalakannan Mr. Mahendra Mittal Mr. Deepak Gupta (Project)

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 1022 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
1,531ReJe1 eh ENGINEERS
ftitMes NW INDIA LIMITED
1.11771 ereCIRE
FOR 6-81-0007 Rev.4
BOLTING MATERIAL Page 3 of 6

1.0 SCOPE:

This Inspection and Test Plan covers the minimum testing requirements of Bolting Material.

2.0 REFERENCE DOCUMENTS:

PO/PR/ Standards referred there in/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS:

SCOPE OF INSPECTION
SL NO. QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedure

Heat Treatment & NDT Procedure


1.1 Documented Procedures 100% - H R
Procedures Documents
2.0 Material Inspection

2.1 Chemical, Steel making Test


Raw Material Inspection 100% H H R
process, Macro Etch , etc. Certificates
3.0 In Process Inspection
Thread Rolling,
3.1 Hot forging of Nuts/Bolt Inspection
Process Parameters 100% - H -
Heads, Machining Report

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 1023 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
eJel. ENGINEERS
INDIA LIMITED FOR 6 81 0007 Rev.4
- -
I.tryn rirowe (A Govt of India Undertalongj
BOLTING MATERIAL Page 4 of 6

SCOPE OF INSPECTION
SL NO. QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Normalising & Tempering,
Quenching & Tempering
Solution Annealing,
Heat Treatment Inspection
3.2 Stabilization Heat 100% - H R
Report
Treatment, Strain
Hardening, Nitriding etc.
as applicable
3.3 NDT (as applicable) Defects detection 100% Test Reports - H R
Product Chemical, Proof
Load Test, Stress Rupture,
Identification of Test Lot as per
3.4 Tensile, Hardness, Impact, Test Reports - H W
Samples specification.
and Other test as
applicable
Product Chemical, Proof
Destructive Testing Load Test , Stress Rupture, Lot as per
3.5 Test Reports - H W
Mechanical, Impact and specification.
Other test as applicable
.
Galvanizing Inspection
3.6 Integrity Of Galvanised
(If Applicable) 100% Report - H R
Coating

4.0 Final Inspection

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 1024 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
aem laaj eg INDIA LIMITED FOR 6-81-0007 Rev.4
WWI m.o,fecolawanil IA Govt. of Indio Undefteking)
BOLTING MATERIAL Page 5 of 6

SCOPE OF INSPECTION
QUANTUM
SL NO. STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
100% by
Visual Marking & supplier & Inspection RW
4.1 Visual & Dimension -
Dimensions Random by EIL Report (Note-3)
/ TPIA
Stamping of
bolting material
which are
Stamping of Accepted witnessed by Inspection _
4.2 Final Stamping H W
Bolting Material EIL/TPIA. Report
Others to have
suppliers
identification.
As Per ElL
PMI Check Inspection _
4.3 Chemical Check Spec. - H W
report
repo
6-81-0001

5.0 Painting

Rust Preventive & Color Visual & Color Coding as Inspection


5.1 100% - H -
Coding (as applicable) applicable Report

6.0 Documentation & IC

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL —All rights reserved

Page 1025 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
401 ei
ENGINEERS
1g-a faiteg INDIA LIMITED
(.112Fr frelAVIRMINA) (A Gout at India Undedaking)
FOR 6-81-0007 Rev.4
BOLTING MATERIAL Page 6 of 6

SCOPE OF INSPECTION
QUANTUM
SL NO. STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Review of Stage
Documentation & Supplier TC
6.1 Inspection Reports / Test 100% - H H
Inspection Certificate(IC) & IC
Reports & Issue of IC

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness {As specified or 10% Max. ( min.1 no. of each size and type of Bulk
item)), R-Review, W-Witness (Give due notice, work may proceed after scheduled date).
Notes (as applicable):
1. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be
applicable.( unless otherwise agreed upon)
2. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.

3. Final visual and dimension shall be checked as per below sampling plan:

Lot Size (Nos.) Sample Size (Minimum)

Upto 100 2% (Min. 2 Nos.)

101 to 500 1% (Min. 3 Nos.)

501 and above 0.5% (Min.5Nos.)

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 1026 of 4396


STANDARD SPECIFICATION No.
INSPECTION AND TEST PLAN
0151-zieS-ENGINEERS
i NWINDIA LIMITED
leffaleg FOR
GASKETS
6-81-0008 Rev. 4
Page 1 of 5

ill et' *
fitvur ISTuf I All

INSPECTION AND TEST PLAN


FOR
GASKETS

4 14 11 2018 REVISED AND RE-ISSUED

3 17 06 2013 REVISED AND RE-ISSUED TKK RKS SCG DM

2 15 07 2011 REVISED AND RE-ISSUED TKK SCG AKC DM

1 02 01 2008 REVISED AND RE-ISSUED AM SS MVKK VC

Standards Committee Standards Bureau


Rev. Prepared Checked Convenor Chairman
Date Purpose
No By By
Approved by

Format No 8-00-0001-F7 Rev 0 Copyright EIL —All rights reserved

Page 1027 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ERS
,gzirsia-AerNN8IiklEIMITED
(A GEM al hal undertaking)
FOR 6-81-0008 Rev. 4
GASKETS
Page 2 of 5

Abbreviations:

CEIL : Certification Engineers International Limited MRT Mechanical Run Test


CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE : Carbon Equivalent NPSH Net Positive Suction Head
DFT Dry Film Thickness PO Purchase Order
DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
IC Inspection Certificate VDR Vendor Data Requirement
IGC Inter Granular Corrosion WPS Welding Procedure Specification
MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification
MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. R.K. Singh

Members:
Mr. Rajeev Kumar Mr. Neeraj Mathur Mr. Himangshu Pal Mr. R Muthu Ramalingam (RPO Rep.)
Mr. T Kamalakannan Mr. Mahendra Mittal Mr Deepak Gupta (Projects)

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1028 of 4396


STANDARD SPECIFICATION No
aatlEqENGINEERS INSPECTION AND TEST PLAN
Ird-efalWag,
g INDIA LIMITED FOR 6-81-0008 Rev. 4
Goset of India Undertaking)
GASKETS
Page 3 of 5

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Gaskets.

2.0 REFERENCE DOCUMENTS

PO/PR/ Standards referred there in/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
SL Q UANTUM
STAGE / ACTIVITY CHARACTERISTICS RECORD
NO. OF CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER

1.0 Procedure

Procedure
1.1 HT & Test Procedure Documented Procedures 100% H R
Documents
2.0 Material Inspection
Chemical, Physical and other
2.1 Raw Material Inspection properties as per applicable 100% Test Certificates H H -
material specification

3.0 In Process Inspection

3.1 Punching & Finishing Finish & Dimension 100% Inspection Report - H -

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1029 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
laraZIeTft ENGINEERS
learcan
El5legW INDIA LIMITED FOR 6-81-0008 Rev. 4
GASKETS
Page 4 of 5

SL QUANTUM SCOPE OF INSPECTION


STAGE / ACTIVITY CHARACTERISTICS RECORD
NO. OF CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
Heat Treatment for RTJ
3.2 Gaskets Time & Temperature 100% HT Chart H R
(As applicable)
4.0 Final Inspection

Compressibility, Recovery,
Final Visual, Dimension & Seal ability, Groove Hardness
41 Testing for Ring & Tongue Joint etc as 100% Inspection Report - H R
applicable and Visual /
Dimension

4.2 Final Stamping Stamping of Accepted Gaskets 100% Inspection Report - H -

4.3 PMI Check (as applicable) As per EIL


Spec
Chemical Check Inspection Report - H R
: 6-81-001
5.0 Painting
Rust Preventive & Color Visual & Color Coding as
5.1 100 % Inspection Report H
Coding as applicable applicable

6.0 Documentation & IC

Review of test reports,


6.1 Documentation & IC Inspection documents & Issue Supplier Records /
100% - H H
of IC IC

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1030 of 4396


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
wIlReleit ENGINEERS
lIg7E
t (Wleg INDIA LIMITED FOR 6-81-0008 Rev. 4
(A Govt of inda Undeftakingj
GASKETS
Page 5 of 5

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.! no. of each size and type of Bulk item)), R-
Review, W-Witness (Give due notice, work may proceed after scheduled date).

Notes (as applicable):

1. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be applicable. (unless
otherwise agreed upon)
2. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred therein /Job Specification /Approved Documents.

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved

Page 1031 of 4396


Page 1032 of 4396

STANDARD SPECIFICATION NO

I- I-
°z rto z

-
a in
a
C.)

W5
p
0

u_

-,
Z
J

6
REVISEDANDRE-ISSUED

REVISED AND RE- ISSUED

CO
N

N
CO
N

z
0_
N

N
0

Revised andReissued
-

0
N
0
co

Issuedfor imp lementation

-13
a

03 re
v_ 0

03
E

m .c
Nc
a

Oc

•C
0
col E

3
U
0
.c

i
a.

_Ne
ma
as
C

n

>
20.
FormatNo 8-00-0001-F7Rev 0 CopyrightEIL — All rights reserved
CopyrightEIL — All rights reserved
STANDARDSPECIFICATI ON NO.

6-81-0102 Rev. 3

11) 0
tC 0
•1:'
1;
N01) 0
0
003 0
00 - ..Y 0 •C)!
,..2 0
Mr. R Muthu Ramalingam (RPO Rep.)

C >,, ca u
0 0 0
.
ci
0 •...
cdt.0
'LI 4.8 4Ei U I
L .1.-
d r+C
. ,..
ct (.6. tr. Q emi
Z
to a) at .- •0
ct-
< I) u
.5, = ch o t e E ca. ‘-'
(fl an c 0 4... a 0) 104) 1. o 0 a) va a.)
c.,
.> 8 .0 -0 .0 5 — •'-' 0
F F -,,,,- V tin e i.. g
C a) u 0 9z. -7, -,,ii f) r.) 0 0- --,
1:L. Cr 0 -00
> up
c4 -.,., = ..d
Na-
kTide —a-
5 Fi (LA 'I 2 4u1 c4z3 S)1+-.
....001:40 u0
° 0 T"' ra) a ° r4 2 2 t) 4-1 1.) .).
0 `,Y) • ) . . . uE 2 0 0 01 u E , , 4 • 0 0 ) ,A
. 2 0 . 4) (I) ° 0 4) 0 /-' 'CI E.
Etroo cu-oo,>go •-c3 ,no....a.)
0 -0
2 0 ... 2 . r, 00 ••--.
... •
cA .e CL 4."
CA • 1-)
•-. 1-. 0 C) 0
cg e ) ° 0 0 ''. 0 0 0 0 .-0 ' - -' (1) ''..
,4 Z Z a„ a. 4.; a. a. co E— E— > P-
,--..
r:14 CA
A.+
F 0
a)
F H v) Ohm U 8 c4vI cy 6E-f
.24c)g-ioLvaIxE-)urtf—o..._ g-,Q-, ct
,c Z Z a. a. a. a. a, R4 v) E- E-, >55 'a '-'
a. a
= 0-
..= 0
°
C >4
INSPECTIO

41 ,..
o
• E EU-
= )
-te
a.)=
..-.
•'-'
c.)
1.)
±. ±.
E o
a)
;LI rt,
Tdr4 b
c — o
6.
o 0 Ea 'a
a E-6 82
-0 = ..z
0.) 47; = 1E tEi 0
0
A .2 E r, t
tiEi ,a)
....-- = E c g 0
•-,
0
CA E o o
u. — to a) T.) i?. 5.. 0.) 0 • 7, 1C) V, 6.,
u r, .z,• tii 0 1_2 tc.; 0 -t
O c„ .5 Ell 70. 0 0
._ 0 —
•s 0 4-a' 0 6 „:1 0 v, u E_, g r,,H4t, 0 a) F .) z
,.." 0 a.) j [.., U',F„) c 4
) o ... o ..E - u TS
_ u
W
—in- "z'
o -8 Q )-) =
> • .... 0 CU •-• a) -cl C - — U La 't ....•
a o -0 ,
c "Cj ' a. Eg CO
c''-.
1
4 U'
2()— c1 ,13
0 ,,, E—,4.7; , at —c.)
5 -c 0
cn —c 0 c C 1... . C = c a. F_,
'l c4
E Et 2 .E 0 o 0 0 a. ;€5 o 5 .2 —
,c-) — e — .. -a o u Ez
' 0
o a)
a a)
o g 0 c
-E c., 0 c,_,
,.' i- a._0
>, -to , )... c a) ,_ C
C -5-E, • m -0 P. to
a.) . o — P. 5) C
“ 0
.2 cn .2 0 0 0
a, ee
LE
• CJUOIOCIWwtZ = = t c c -OS
,... H o
. .-
E 7,4
E > 5
C a) 0

FormatNo 8-00-0001-F7 Rev 0


Ua)
'cri
-
o
it a4 i-
i.
o
Po ±.; ±-

I
S
Abbreviations:
it.°
con ..
F e
ce 2
*.w 0 6
u e cu
[_, F F ce 0 FU 0
Lu -- 41 L,.• 0., = 5
44 0 4)
uuurztEW4c-2,ZIELIg-z
ETho
‘da451
4 u
Page 1033 of 4396
Page 1034 of 4396

STANDARD SPECIFICATIONNO.

6-81-0102 Rev. 3

"6
0_
rn
This Inspection and Test Plan covers the minimum testing requirements of Insulating Joints.

It
O
U

PO/PR/Standards referred therein/ Job specifications /Approveddocuments.


M

SCOPEOF INSPECTION
,.
un z

STAGE/ACTIVITY QUANTAM

tip po
CHARACTERISTICS

UoP

Pei '4
oi

OF CHECK

a
4
t
SUPPLIER

ct

CC
p.,
.4
c::

Procedure

NDT and Other procedure Procedure


,--

.— ._

o
gg
Documented Procedure

cG
X
(as applicable) Record

•:.R z
aG
Procedure

F. 14
ta,
N

WPS/ PQR /WPQ

o
Documented procedures.

3
documents
N
C

Material Inspection

Fittings, Forged Ring, Chemical/ Mechanical Properties, NDT, MTC &


Si

0
0
Gasket, Pipe, Insulating

t
g
HT and other requirement as per purchase

ce
z
Inspection
Ring, Fi lling Material, etc. specification. records

3.0 In Process Inspection

Welding Parameters, NDT (as applicab le) NDT Records /


rn

7-5
T)

0
0
g

c4
C
to
.

RT Film
4. Final Inspection
0

Format No 8-00-0001-F7Rev 0 CopyrightEIL — All rights reserved


Page 1035 of 4396

STANDARD SPECIFICATION NO.

(.)
uj
z
co
a.

W
0-
IL 1

o
u z
6-81-0102 Rev. 3

<0
6
z

Z
/-
SCOPE OF INSPECTION
ct 4
s4 CS

STAGE / ACTIVITY QUANTAM


CHARACTERISTICS

(..)
OF CHECK SUB

c..4
'l
t
d
P.
SUPPLIER
SUPPLIER
Hydro Testing, Air Leak
4
-I

test, Vacuum test

g
0o
o
--i
LeakCheck Test Report

x
(As applicable)
Visual and Dimension Inspection
N

g
Visual/ Dimension checkup

ct,
--,

z
Checkup RW

I
Report
43 Dielectric Test Inspection

0
g
o
Insulating Resistance

--i

rze
3

3
.
Report
R
in

Painting
Final painting Paint Scheme, Visual & Paint thickness Inspection
'-
vi

;35•.'
o
0

.
(as applicable) check Report
•.0
R

Documentation
Stamping and review of
Review of documents for compliance as per
,4:3

00
'-'

inspection documents, issue

O'L.'
o
0

z
PR.
of IC
Dossier /
Review of final Comp ilation of documents as per V DR
N

.--.
O'N'
o
a

z
Completion

x
documentation attached with PR.
cert ificate

NOTES (As applicable):

Any additional test or Inspection scope if specified in contract documents shall also be applicable.

FormatNo 8-00-0001-F7 Rev 0 CopyrightEIL — AII rights reserved


Page 1036 of 4396

STANDARD SPECIFICATION No

INSPECTION ANDTESTPLAN FORSAMPLE COOLERS 6-81-0132 Rev. 3

CL

N
it
0)
a)
z

REVISED AND RE- ISSUED


0)
O

N
N

0
H

co
REVISEDANDRE-ISSUED
N
O
O

0
O

28 09 2007

0
2
Issuedfor implementation
re

C
a

a
0
FormatNo 8-00-0001-F7 Rev 0 Copyright El L — All rights reserved
CopyrightEIL — All rights reserved
No.
STANDARDSPECIFICATION

641-0132Rev. 3

0
PO 0
a
tv: C 0
-X tit'
ED, 10 c 0 Oct
Mr. R Muthu Ramalingam (RPO Rep.)

t... MI >-, •'"! U


Co .0 0 tvl W.
4, 8 i (...) =
g,a'
u •-
u rz4 0
to 0,1
I, c,..
a a eg
.- _
0 < -0 a)
' 5 cy0
= up 0
....6., .,....8 a a
G c).0
> -i-- g-86
: 4 6D
. a_ _ • 0 %,09'- CO'-'20 ri.))... 0
HH.C' ;1 .-
4;1•10
C o a .- 0 fiC..)
... r: OcCi`Pp
CD cn 0 ra, 'it CL) 77)
= > , ,, IC Cl. ‘-Cil • H cA ,a V) c4 9 .?
c4 '4- - 7D k 0 Cr 0 - 0 6., 0 0 Y co
G.O 0 0 463 -O 2 . - e t.
EDO -E' 0 A 0, -
= 0 d d 0 d 0 to
cotrzi 0 cal 0-0 0 2: 0 :Eu_ cp 0.pa)
15 = 15 s: 8 46 4-e, is 0.,..-• 12, ? -,Li'12
4) 0 0 a" t 2 a- 6' coLS 1( 2 ...a .41 0 .1.) l'.)
,4 Z Z a. a. a, a. a. c4 v) E-i E-i > P- 7-
INSPECTIONANDTEST PLAN FOR SAMPLECOOLERS

"
H r
o cy
F.
m. 0-, 0 LI7 CY a4 c'75 u EC i-- Et Et
ro, al. al. fo. o. c4 uo F. E- :D
• ..=
••E
-• 0
- ,...,
g
;L1 r,
--ca. a4 0
g r
•- 7 L. ,
e L=. , .00 ..
..? 0 )10
+2 be) 0 o)0 17; 0
0 •'
O
a)
0 .= .i.J
E 40,4 c 5 a bf)
•. .C4
: ' C
00
N bl) 0 4) ca a) 0
u. CI) a) 0 .0 )4. E5
0 0 0
0 ce, .p
- p!: ct -- u.
col C.) 4-. Et 1- 0 °E pr.,
•'-' 0 0 ii) rd 0 cn 0 H
0
d 0 0
0
C.. ) .0
t4 0 tu 4.) .,__ 0 w 4: 0 a) 0
L5 , g 7;›I; ._ H= Pa, °4 .. TD
2 ,i =7 2' &) .1E
CD c) 18 7tg4-4
L)
g, .4.: .z c9 0 E °4 2 e m m . 0 c) -- d vi
-re 1.0) Cr= i= to 6 tt 4, u 14 - z 0.4 °)
0 0 8:: 1 - 5 g g .,0 '-'
tt - LI
o, '-'
tzi E 0 LE o^ e L' o -0 2 -2 0 o8 “2to... c„ o •.... 6. •-• 0
•.' .... 4..1 7) ,F.• 0.) CI) t) 6,
E t) C") • ' CO 04 ;^ CD Q. bl) o
N
a) a) ce L.' >., 6 0 z a) >-. d 0/ co- d 2 0 0

Inspection Standards Committee


CJC-)c)CI z m L'Ti z z 4 4 4 4 4

Mr. R.K. Singh

FormatNo 8-00-0001-F7Rev 0
Abbreviations:
F-
o4
F-1
m g Lt. x ca.5 U at, f"" C.)ft ()
U Li.) :C Fa' F" al" U
Page 1037 of 4396
Page 1038 of 4396

STANDARD S PECIFICATION No

ICI
INSPECTION AND TESTPLAN FOR SAMPLECOOLERS 641-0132Rev. 3

.16
co

t--
rn
a)
a)
0
cn

This Inspection andTest Plan covers the minimum testing requirements of Sample Coolers.
U
O

ct)
PO/PR/ Standards referred there in/ Job specifications / Approveddocuments.

INPECTIONANDTESTREQUIREMENTS

SCOPEOFINSPECTION
QUANTUM
i-a
ct

FORMATOF
STAGE/ACTIVITY CHARACTERISTICS SUB
ci
z

OFCHECK REPORT

5
a
4
w
SUPPLIER
SUPPLIER
C
-4

PROCEDURES

NDT (Level3 certified) and Other Procedure


Documented procedures. 100%
Procedures documents

.,,,,,
Ly
c4
Procedure

47: 6. .
to

0
o
o
WPS/ PQR/ Weld test plan

=
Documented procedures.
documents


...4
C

MATERIALINSPECTION

Chemical Analysis & Physical


Mill Test
N

._.

0
o
o
Incoming material

a
Properties, IGC, Hardness etc.

x
Cert ificates
(as applicable)

Chemical and Mechanical Batch


We lding Consuma b les
N
N

,:4
0
00

p4
Properties / IGC (as applicable ) Cert ificates

FormatNo 8-00-000 1-F7Rev 0 Copyright EIL — All rights reserved


Page 1039 of 4396

STANDARDSPECIFICATION No.

u_jz:
INSPECTIONAND TEST PLAN FOR SAMPLECOOLERS

Fg
o
yy~ _
6-81-0132 Rev. 3

SCOPE OF INSPECTION
.1
ci) 4

QUANTUM FORMAT OF
STAGE/ACTIVITY CHARACTERISTICS OFCHECK SUB
d

REPORT

it,4
k4

a
t
SUPPLIER
SUPPLIER

INPROCESSINSPECTION
c::
en

Review of Test Cert ificates,


Markings, Visual and Material
Materialidentification for Pressure Parts
Dimensionalinspection, identity
re;
-

0
0
0

x
Clearance
(Plates, Pipes)
co-relation & Transfer of Record
ident ification marks
Material identification for Pressure Parts Material
Review of Test Certificates, %00I C learance
Cl
en

(Forgings, Fittings, Fasteners, Gaskets,

e4
x
.
Markings, identity co-relation
etc.) Record
Non Pressure Parts MaterialTest
re:
en

,-
0
0
o

3
Review of Test Certificates
(Supports, Internals, etc.) Certi ficates

.
NDT of weld seam, as NDT Report /

0 0 0
0

=
x

e4
applicable RT Films

NDTOn knuc kle portion after

=
x

e4
NDT Report
forming - ins ide & outs ide
Inspection of FormedComponents
-1-
en

(As applicable )
.

FITGraph &
HT as applica ble

c4
record
Visual & Dimensional
0
-
0

e4
Inspection (Min. Thickness,

X
Test Report
profile, ovality etc.)

FormatNo 8-00-0001-F7 Rev 0 CopyrightEIL — All rights reserved


Page 1040 of 4396

STANDARD SPECIFICATION No.

INSPECTION AND TEST PLAN FOR SAMPLE COOLERS 6-81-0132 Rev. 3

r—
t)-
rn
a)
co
SCOPEOF INSPECTION
V) 4
.-4 d

STAGE / ACTIVITY QUANTUM FORMAT OF


CHARACTERISTICS SUB
OF CHECK REPORT

1-4
tcL
LI1

al
At
SUPPLIER
SUPPLIER
Visual&dimensional, We ld
Inspection
edge, root gap, offset, 100% Fl
Report
alignment, cleanliness etc.
We ldEdge &Set up of pressure parts
re;
i.,,

NDTfor surface / sub-surface Inspection

;;e.
--
0
o

X
defects (as applicable) Report

Visual, Interpass temperature, Inspection

--,
0
0
0

X
DPT (as applicable) Report
‘,0
rei

Intermediate Inspection of Welds


HT Graph &
Heat Treatment (as applicable)

;;CD
--.
0
0

x
record
Visualinspection for

,o
t 0
ci,
=
a) 0.
n. r:4
.;5?,1
--,
0
0
reinforcement, undercuts,

.
t
0
surface defects, etc.
Inspection of fin ished Welds
r.--
ri

Non Destructive Testing NDT Report /

--.
0
0
0

=
(As applicable) RT Films

Visual and dimension checkbefore Dimensions, Surface defects, Inspection


00
er;

;;`...'
,--.
0
0

ce
PWHT. Completeness of equipment. report

HT Graph &
E-
rei
0,

c..
X

--
0
0
c:'
PWHT (as applicable)

f2
record
Testing of coil pipe after heat treatment Mechanical/ Impact /IGC, etc
3.10
0
0
0

=
(As applicab le) Test Report
(As applicable)

Format No 8-00-0
0
LL

Copyright EIL — All rights reserved


Page 1041 of 4396

STANDARDSPECIFICATION No.
INSPECTION AND TEST PLANFORSAMPLE COOLERS 6-81-0132 Rev. 3

SCOPEOF INSPECTION
rt
-1 40

QUANTUM FORMAT OF

::
cip

0
6t4

C. .)

>
d

F
F

E
CHARACTERISTICS OFCHECK REPORT SUB SUPPLIER

,0. 71
5
4
SUPPLIER
Each
PMI (as applicable ) Inspection
-:
r,;

5
a-
component &

c4
.
Report
we ld
c
4

FINAL INSPECTION
Dimensions, Surface defects,
Visual & Dimensional Inspection after Inspection
-
4

.
a
gg

=
Completeness of equipment,

c4
.
PWHT Report
Hardness etc.
Inspection
,-,1
4

0
a
Hydrostatic Test LeakCheck

x
.
Report
<=:

.e-
In

to.
p.
os

I'D
E.

V isualinspection (after surface


preparation andfinal painting Inspection
Final painting (As applicab le )
-
in'

0
0
a

z
.

I
for workmanship, uniformity) report
DFT check
C
‘.©

Documentation and IC

Final stamping, review of inspection Ver ifying stamping details and IC/ Inspection

0
-
mi

a0

x
.
documents and issue of IC review of inspection documents reports

Format No 8-00-0001-F7Rev 0 Copyrig htE IL — Allrights reserved


Page 1042 of 4396

STANDARDSP ECIFICATIONNo.

INSPECTION AND TEST PLAN FORSAMPLECOOLERS 6-81-0132 Rev. 3

CL

t-.
N-
rn
a)
C5
SCOPEOFINSPECTION
QUANTUM FORMATOF
STAGE/ACTIVITY CHARACTERISTICS OFCHECK SUB SUPPLIER EIL/TPIA
O
4

REPORT
SUPPLIER
Ver ification & comp ilation of
Final

z
0
cp

z
g...'
‘o
Cl

Finaldocuments as per PR inspection & test records for


dossier
submission to customer

NOTES (as applicable):

.15

C
Ct
I

71.
Ct

tr-im
-a
H

Cr
E

Cr
I-

Cr

Cr
0
0
0
0.

0.

0
0

0)
C)

a.

c0
cc)

cyl
L

0
0
E".
E ro u

C)

0
0•

a)

a
o-
C)

co.
o

C)
cc) a Cr

CA

>1

0.)
bq
o
CJ

sQ
)5
<

11 the activities shallbe as per PO/PR/STANDARDS referred therein /Job Specification /Approved Documents
Z

"
U

a
o

Format No 8-00-000 1-F7Rev 0 CopyrightEIL — All rights reserved


Page 1043 of 4396

STANDARDSPECIFICATION No

i—
11
I=

ILI 2
a.

co 1U
00

z
a

C
tD

CD
2
to
ro

5.
REVISEDANDRE-ISSUED
0 0
co n
N N

REVISEDANDRE-ISSUED

U
Cn
O
CD

REVISEDANDRE-ISSUED

0
N

ISSUEDFORIMPLEMENTATION

2
a

Ql
co
N

N
O

O
O
c‘i

N
C Z

0
2

0
a
co
0

0
a
FormatNo 8-00-0001-F7Rev 0 CopyrightEIL — All rights reserved
CopyrightEll_ — All rights reserved
STANDARDSPECIFICATION No.

6-81-0133 Rev. 3

In
0
Z
0
0)
CO i
N
0-
•....
C
t
C
C 0
0 •+0
:CC-
Mr. R Muthu Ramalingam (RPO Rep.)

119 -0 0 et
0 0 >,
•C 0
0 0 0 V 0 0 t.6:

0 -it = C..) • .-
-o . .0 0
a' . 3
to u 00 (..00a.) cLc c.:10- a
o .:(to t, 0a) a
a
• .5
-•-• = en s la' 8 a E a0
CA CI) = 0 4.' = 4.)
51 .2 -° 1..0 ch
E-1 E- • , ci •.> (. ,.... 2 0
(7) Ezi .t' — t ', u r.) a.. E 1.9 cci
=
a a) = cr
C a) 9, L., ° • - .E'2 .0d 4) „, ,„ a. 64.-, 0 -ti E
= > - 6 CI. 03 7 1-. E-1 n -4 % ,Z,, VI 04 4.) 0
) >, a.) et 4 a) 0 (8 Et
C4 .411 CII "0 X C cr „2,,
° t-i W CY 0 cis = -a 0 F ,...
p., °
o .1-otuED
t a c 1-1 00 r
•.-• cn -. CD 1p 1.) Cd A
0 eu (,) rd, '''' a, c Li c f.;
c rc 0 7 01 7 > -•••-o 5-,
..0 ,-,
0c
a, -a 0 a.) = •„,, 0 „a -o 0 -o -o -o
U 1... c.) 0 • --. :0 CI, -1--. •-. b c .- —
T.) 2 a' 8 0 a 8 .a u 0 0)
• 40 Z15a.66.a. a. a. a ce v) E F >
a. ,-..
.
E- t
Q
E-i E- „, 0 •,
(-) 8. rx cA CY
%0 4 0 a C a.o - u
c4
-0, _
ctFE-
arai
= a
a CO
C
0 ..00
5 a)e-
•-
= o
-• -a
•- ,..0 ±4
_I0a)
i-a 8
Ca4 o
O- Q E -rt
5 4-, 8 V.
E
_0 a ..a0 ••i
0 .,th -.
ic, to c 0
2Cno c
= E t,,a = -x c E bo -6-
2 rd 0 0e -•-• g .= c., „
01) E H 0 'rr.: 8 —• tl,tz.1
i— =71. 0)
`,1) +-. r..0 •17E) +a c‘..3 —. t-. cy° u 06- E
=
° u
C 0 03 0 cn 0
u t 01 t E-1 ....
,ti (i)
0 0 tc 0 0 0
t Z
'bi) c 0 cL.) .,.. 0
:
L4
• 0 cyi>0 •-
•-•0 = ceo z -0a t,
a -cs 0 x a)
t ,0•-
a .,...
•t -- „a 0, — 0 5 a o ,0 0)
V) 0.1--. I-. a Cel ,C 4_,
O l
c
o C- tn_i..-Ct0
• C 4" 0 Z et C = $.4 . C =
V, "'l LLE`) 2'E000 00. --8 07 .c_.?.
- s-•'0
to till En o '..., E •-• '-is
e0E. d. o.7„a.>•:- 0 Ete 0 ‘../N*C a
-e' lala) 1.., 0>,ia)Eff)0 72
N tab -CI, ua.,to2-•-•u cn •1‘.
6 t4 412 s... 0
7
- o 0 0
0)0 a a
U 0 U 0 0 0 r4 Fa; t t .E. 0° 4 4 t
....
E d
0 "ivi
E 71
E
O 0 5
0

Format No 8-00-0001-F7 Rev 0


V
(...)
en
6 7H
O 124 E-.
S.
et
'0
I) 0

Abbreviations:
V ,
0 0
1:4 -,- e it:
1--.
E-i U 0 0
.--i F aL 0 0.
(...) E-i
cU
0.. c
C.T.) G L.Q L.I• 0. Z r:4 (...) E-, ..-. CI'l H
0 , i
UUU0C)OFT-HL.rtHr:i'l=UC
4 c.)
Page 1044 of 4396
Page 1045 of 4396

STANDARDSPECIFICATION No

LLI
CI) re
PO

I— CO
C.) 11-

< F.
0)
a.

0 cc
Z
Z

a.
ia 47(
w

z
cc
6-81-0133 Rev. 3
0

0
U
P
Wi

This Inspection and Test Plan covers the minimum testing requirements of Strain
U

PO/PR/ Standards referred there in/ Job specifications /Approveddocume


eg)

SCOPEOFINSPECTION
.1cncsz

QUANTUM
STAGE/ACTIVITY CHARACTERISTICS RECORD SUB
OFCHECK

at•
W
t
SUPPLIER SUPPLIER
,-;

it
C

L
C.o
cu>

cu

NDT (Level 3 cert ified) and Other Procedure

o
o
Zg

a4
—.

Documented Procedures

X
Procedures Documents

We lding Parameters & W- New

.g
o
c

WPS, PQR & WPQ WPS, PQR& WPQ

x
Qualification Record R- Existing
el

MaterialInspection
Chemical , Mechanical,
Impact, IGC, Heat Treatment,
;j:•Z Test Certificates
N

0
Raw Material Inspection 0

a4
Z

x
NDT, Hardness and other
.ro.erties as a. dicable

FormatNo 8-00-0001-F7 Rev 0 Copyright EIL — All rights reserved


Page 1046 of 4396

STANDARDSPECIFICATION No.

PO

<1_
0.

u)
zco
Zg
0 ix
cn
ULL

z
w
0_
6-81-0133 Rev. 3

ul
Z
_
y
QUANTUM SCOPE OF INSPECTION
.4c3
ci ) 4

STAGE/ACTIVITY

ai

§
0
U
W
W
CHARACTERISTICS SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
en
c:

In Process Inspection

We lding Parameters as per


re;

0
.2'

o
Welding

Z
Inspection Reports

.
WPS / PQ R

PWHT as applicable
N4
rei

, rt'
0,
o
Heat Treatment

Z
HT chart

t:4
'
RT PR/ Purchase
en
en

ae
Weld Defects RT films & Reports
As Applicable Spec ification

NDT Surface & Internal PR/ Purchase


en
7

x
Test Reports
As applicab le Specification

.
Imperfections
7
R

Final Inspection

3
a4 o
.71-
—.

0o
-
0
c'

=
Hydrostatic Testing Leak Check Test Report

!>
Visual and Dimensional Inspection Surface Con dition & RW
.1-
ei

=
_
(VDI) Inspection Report (Note- 1)
Dimensions
As Per EIL

ce 0
3!>
rn
'I:

=
PMICheck Chemical Check Spec. Inspection Report

.
6-81-0001

FormatNo 8-00-0001-F7 Rev 0 CopyrightEIL — All rights reserved


Page 1047 of 4396

STANDARDSPECIFICATIONNo.

z
0
z
0

P0

i-
LLI uj

a.
o

u)

cit
Z CO
Z
0 CC
6-81-0133 Rev. 3

„Tc
Z
QUANTUM SCOPE OF INSPECTION
-4
cf) 4

STAGE / ACTIVITY

(..)
0
ai

§
CHARACTERISTICS
OFCHECK SUB SUPPLIER
d

Iti4
P.
G4
t
SUPPLIER
Stamping of
Strainers

=a
Stamping of Accepted
which are
,t
-1-.

=
FinalStamping Inspection Report

.--1
,---,
Strainers

0
witnessedby
EIL/TPIA.
c
kr,

Painting

Visual, DFT & Color Coding


Painting & Color Cod ing

‘;',..'

=
o
v-;

Inspection Report

as applicable

'
o
vi

Documentation & IC
Review of Stage Inspection
Documentation & Inspection
Suppl ier TC&IC
1 /46

,-

=
0
o
o"

x
Reports / Test Reports & Issue
Cert ificate (IC)

I
of IC

NOTES (As applicable):

.1) in

(0•-•

. C.) a
r'
it 0

V:.
U 2 z

Co et

U
tE
o
o .411
t5
Q? -
< E

cn ti)
Z g ea,

Z
W
X

P. 9

o 5,
n

52
u

3 70
0 )=.
Q E
" ra.

vl
-
0 %).0

00
N

a •-
o (,)
o o
o
o" .0
7
C.) u)
0

0 6)

0
° o
C C).

tl U
.

•C

.
=

-cq
.0
-o

-to
-0

C
(en)

0
0

cd
"

0
e

EA

>,

ta'

tri

ta,
o • ta.

5
0.

".
.;)
s v
o<

4) 0

a.

.0
• •—

-0
Cr
2

gt(
0
a.
a.
li

"
C.

C)

a)
ctl

C
0

cd
U

U
to.
to.
ad

a)
a)
a)
cti
tl

Format No 8-00-0001-F7 Rev 0 Copyright EIL — All rights rese rved


Page 1048 of 4396

STANDARDSPECIFICATION No

z
LU

1— 0
111
OD

J
QC 40

CO 0
O.

as

0 u)
Z

Z
t

te
Z0
—1 :I.
ICI
EI

Qn

0_
t1
6-81-0135 Rev. 3

Iv
REVISEDANDRE-ISSUED
0
CV

CO
a N-
CO

REVISED ANDRE-ISSUED
0

0
Co
O
0
co 0
X
Co
CV

REVISEDANDRE-ISSUED

0
CO
0

0
CO
N-

0
0
0
O


o.
co

Issuedfor implementation

P. .c8
LI

mm
co

Ec

• =
E
In

0
.a
0

AC

E
Et Z

o
c
m
an
0
2

to

a
G

FormatNo 8-00-0001-F7Rev 0 CopyrightEIL — All rights reserved


Copyright EIL — All rights reserved
STANDARD S PECIFICATIONNo.

6-81-0135 Rev. 3

Le)
0 C
0
a)
rn N
to C
0_ a a 0a.
C cis 0 0
Mr. R Muthu Ramalingam ( RPO Rep.)

>
8 gi 0 1... 01 ' :0 0
0 tr.,
4a),1:84 0 0 C '0 . t;
,..,
bo caii c4, ??0 "" -C71'
ct = .v 2 < "
a) c) a.) =
..S. = cf) o i- ,,ca 2 ad
aa a., = a) 7: c a.) to ,.., - oC 1.) v) 8
E,' g .2 .- >a c'd -- o -a--a ,-. 0 .- 1c) op -5 2 5
= 0 t ca .t...5 :`5 7,
1 . Ir'n c..) 0 a cr a a
• > z -Ecri3 "s •,::: E,'-'tua,̀31,ci.) ) "7, t
.•-•),..,t
R4
— t cf)
a) 2_ w a 0.) cr L.) E $-. o p- ^ '1?) 1..
• •.t 11U 5 ad a4 , l o ri,s E" c),
tA 9:1
cd Li)
ocrio-02>bo_r,
(1) = = '1;) I) 124 0 _o_.
L = i^
.4 0., ,-2 0 ,o .2 ••••• .2 civi 0 ..0
- 8 2 .73 -c) 9- 17, - it a -,3 0
° = ..-. 2 L
.-9
4 Z0 Z0 a.
a a.
10 1:-, = 0 01 111.) ,-0
a. a. a. cA H H > 5
11.1 .-,_
re
0
U.
z co
< CD
z
O. n 0 c — 8 2 c4 cn a •O
1- a. aAa o w c4 a.
V) Z a. a. a. a. a. tz4 v) E- > 33 a.
"
la 0 C C
'
00 vi
3 z

z —-
Ccc:
Ow C.8)
O0(0 -o
Q ..2
a.
z .-. c.)
— ,_
E o
a. — o
a b n
5 t'"
a — o
o
— 2 7,1
a-, 5 0
2 • •
5 0 'y tip
di a +4
C cis
ai .Co ....
t, a .- -4 2 bo 45
2 i...20.) c.) 2 a 2 a) •n
ci, 2
CIO 2 • a) cd
1.. -^
0., ct 0 •„, 48
0 0 ''&1 0 o
CGI
a) V
,,, 2 E-, -cil ct U -•-• FI Z ',Ezi 0 0 tg I) CI
• W
•'-' 0 '5 0 cn rsogi -0
a)H a) C-A-. a)
0;1= 0 tit
tO a) t 4? a) • a)
0 a .-..) c.) — c09 •T, t
a)
ri . _
1.4 1.4
1•4 , .S. i. . . c?:i . 2 - . d
• c ES 79 'zi
C •,o z ..2<t u oE22.,200--icis cn
2 , ., .n o - Hi 1 a O o
bi ) .c1 . -b
c rt = 2 , .°. .<d 6 soE a' H
5 i• LQ E Q , 0 a) a.)o w :5 c. 2 a'
c) -- C —-,p,>-,1-,
47.204
a) -17 a ( j " tilt w a) 6.,. " 4 al
Fc)0inc.)c,a.) c
tE a' f. >, a)
te t :: 18 45 fa k-i
a) , o3 1-, >1 a) a) it)n 5 C).al L ho
-, a) >, Ea c-s., 4.--. cn 4.- 03 w
tv

Inspection Standards Committee


ro
(.n.)U:MC:nilIZZ c C C C c 5 C
• 71

Mr. R.K. Singh


aC Ct
a) ct

Format No 8-00-0001-F7Rev 0
'on
H
1.4
Abbreviations:
ra4
H u H H
LI U
w t E LH
= z 0U
Page 1049 of 4396
Page 1050 of 4396

STANDARD SPECIFICATION No.

0
LL
.J Z

re
a
<<
Ow
Z0
Zz
00

0- M

Zw
iUY

6-81-0135Rev. 3

EL
0
0
T his Inspection and Test Plan covers the minimum testing requirements of Hose pipes andCouplings

z
E-1
O
17

FT4
z

Ct
U

PO/PR/Standards referred there in/ Job specifications /Approveddocuments.


eqi

INSPECTION ANDTESTREQUIREMENTS

QUANTUM SCOPEOFINSPECTION
,V]_ d4

U0
C.
STAGE/ACTWITY CHARACTERISTICS OFCHECK SUB

Ill
6Ta

al
t
SUPPLIER
SUPPLIER
.4c

Procedure

NDT (Level3 certified) and other Procedure

O
Z
-.

'rig
0
0
Documented Procedures

Procedures. Documents

We lding Parameters & WPS, PQR & R- Existing

=
0
0
OC
N

WPS, PQR & WPQ


_.

Qualification Record WPQ

:'
W-For New
N
c,

MaterialInspection

Chemical& Mechanical
Incoming materials

H "-
Properties.

U it
in 0
(Rubbe r hose/ SS pipe/SS wire
,-,i__,

O
Z
0
0
0
&IGC (For SS Items if

t
grn

U
U

U
braid ing/ Flanges/ coup l ing)
a I licab le.)

CopyrightEIL — All rights reserved


LL

FormatNo 8-0
N
Page 1051 of 4396

STANDARD SPECIFICATION No.

It CO

LL
K
CO
O.

OW

▪0
Z

0.

"

0
< cc

z co
Zz
00
I'Ll 0
6-81-0135 Rev. 3

I
0

z
0.

In
0
C1)
a)
ea
SCOPE OF INSPECTION
.4
(/) 4

QUANTUM

0
c...)
STAGE / ACTIVITY CHARACTERISTICS OFCHECK SUB
ci

i=4

a
4
t
SUPPLIER
SUPPLIER
c
en

In Process Inspection

;0 We lding Parameters as per Inspection


re;

.r)

O
c::,
ct

X
tO
C WPS/ PQR

.
Reports
NDT as applicable
ri
en

,,,

tx
o
cz)

x
Weld soundness Test Reports

.
7
c

Final Inspection
7

iX
o
c)
g

=
Hydrostatic/Pneumatic Testing Leak Check Test Report

.
Vacuum test, Steam Resistance,
7
ci

O
O
g'

ce
Electrical Continuity and other tests as

Z
Leak& Soundness Check Test Report

.
applicable
Surface Condit ion & Inspection
rei
4

ce
o
cp
,,:'

x
Visual and Dimensional Inspection

.
Dimensions Report
As Per EIL
Inspection
P MICheck
7
4

r4
X
Chemical Check Spec.

.
report
6-81-0001

Inspection
4
in

o
o
g

z
Final Stamping Stamping of Accepted Items
Report
0
tri

Painting

Visual, DFT & Color Coding Inspection


--
tr;

o
o
g
Painting & Color Coding

x
as applicable Report

Format No 8-00-0001-F7Rev 0 Copyrig ht EIL — All rig hts reserved


Page 1052 of 4396

STANDARD SPECIFICATION No.

00

0
L1J X

re
u-
0 w

11.1
1_

< CD
r

• C.)

z cn
Q cc
0.

a. 7,
Z

Z z
0
NI

6-81-0135 Rev. 3

0.
Z
SCOPE OF INSPECTION
,_z

QUANTUM

U
C
P
STAGE / ACTIVITY CHARACTERISTICS OFCHECK SUB SUPPLIER

0.
Lx1

0.
t
SUPPLIER

Documentation &IC
1c
/44

Review of Stage Inspection


Documentation &Inspection Supplier TC &
1 /46

,:t'
a

=
0
Reports / Test Reports & Issue
Certificate (IC) IC

1
of IC

NOTES (As applicable):


.0
E-• O <

41:1

LE1

e..6.

Ct
Ct
"0

'O
-0 H

_o
+(.1
— 0

4-+
I—

F a
Ett es

PI

P.
0

U
O
c0

b0

C.)
C.)

C.)

Ct
a) a

01CA

a)

0.

0.
o

O
o.,

col

cat

cal
N
.o
ra. cn
to Z
N

"Ea

-o
2

-o

-to
0.1

an
cn
U

Ct

C.)

P.
al

0
a

aC

0
O

0
03

CI.

C)
.

FormatNo 8-00-0001-F7 Rev 0 i CopyrightEIL — All rights reserved


STANDARD No.
ENGINEERS
$'1gzil Oa&
(fi.a7.1
INDIA LIMITED ABBREVIATIONS 7-44-0002 Rev. 5
1.11Pff F172152 0513,121.1) IA Govt of India Undertaking)

Page 1 of 2

API AMERICAN PETROLEUM INSTITUTE FAB. FABRICATED


ANSI AMERICAN NATIONAL STDS. INSTITUTE FF FLAT FACE
ASME AMERICAN SOCIETY OF MECHANICAL ENGINEERS FFL FINISHED FLOOR LEVEL
ASTM AMERICAN SOCIETY FOR TESTING AND MATERIALS FGL FINISHED GRADE LEVEL
AWWA AMERICAN WATER WORKS ASSOCIATION FHY. FIRE HYDRANT
AG ABOVE GROUND FLR FLOOR
ANC. ANCHOR FLGD FLANGED
BBE BEVEL BOTH ENDS FLG. FLANGE
BE BEVEL ENDS FS FORGED STEEL
BF BLIND FLANGE FTG FITTING
B/L BATTERY LIMIT FDN FOUNDATION
BLDG BUILDING FCN FIELD CHANGE NOTE
BLE BEVEL LARGE END FSD FLAT SIDE DOWN
BOM BILL OF MATERIAL FSU FLAT SIDE UP
BOP BOTTOM OF PIPE FW FIELD WELD
B&S BELL & SPIGOT GALV. GALVANIZED
BS EN BRITISH STANDARD EUROPEAN NORM GPM GALLONS PER MINUTE
BSE BEVEL SMALL END GR. GRADE
BTU BRITISH THERMAL UNIT HDR HEADER
BW BUTT WELD HOR. HORIZONTAL
CFM CUBIC FEET PER MINUTE HC HOSE COUPLING
Q CENTRELINE HEX. HEXAGONAL
CAT CATALYST HP HIGH PRESSURE OR HORSE POWER
CI CAST IRON HS HOSE STATION
COL. COLUMN HPP HIGH POINT OF PAVEMENT
CONN. CONNECTION ID INSIDE DIAMETER
CONC. CONCENTRIC INS. INSULATION/INSULATED
CPLG COUPLING INST INSTRUMENT
CS CARBON STEEL OR COLD SPRING INV. INVERT
CSO CAR SEALED OPEN ISBL INSIDE BATTERY LIMIT
CSC CAR SEALED CLOSED IH HOT INSULATION
CR. CHROME IS SAFETY INSULATION

DC DRAIN CONNECTION IT STEAM TRACED

DCN IE ELECTRICAL TRACED


DESIGN CHANGE NOTE
IC COLD INSULATION
DF DRAIN FUNNEL
DIA. DIAMETER LB POUND

DIM. DIMENSION LC LOCK CLOSED

DISCH. DISCHARGE LF LARGE FEMALE


DN DIAMETER NOMINAL LJ LAP JOINT

DWG DRAWING LM LARGE MALE

ECC. ECCENTRIC LO LOCK OPEN

EL. ELEVATION LR LONG RADIUS


LT LARGE TONGUE
ELB. ELBOW
LW LAP WELD
EOL. ELBOLET
LWN LONG WELDING NECK
EXH. EXHAUST
EWSS EYE WASH & SAFETY SHOWER

5 10.09.18 REAFFIRMED AND ISSUED AS STANDARD ik SH MI Rl<1


4 31.07.13 REVISED & ISSUED AS STANDARD UK SH RN ATD DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1053 of 4396


STANDARD No.
kl1I6kJ ENGINEERS
5ar iXes d INDIA LIMITED ABBREVIATIONS 7-44-0002 Rev. 5
14.117ReieameM3,WM IA Govt of India Undertaking)

Page 2 of 2

M&F MALE & FEMALE SO SLIP ON


MI MALLEABLE IRON SOL. SOCKOLET
MOV MOTOR OPERATED VALVE SP. GR SPECIFIC GRAVITY
MOLY OR MO MOLYBDENUM SR SHORT RADIUS
MR MATERIAL REQUISITION SS STAINLESS STEEL
MTO MATERIAL TAKE OFF ST STEAM TRAP
MS MILD STEEL STN STATION
MSS MANUFACTURER'S STANDARD SOCIETY STM STEAM
MH MANHOLE STD STANDARD
NPT NATIONAL PIPE THREAD SW SOCKET WELD
NPS NOMINAL PIPE SIZE SWG SWAGE NIPPLE / STD WIRE GAGE
NPSH NET POSITIVE SUCTION HEAD STA STEAM TRAP ASSEMBLY
NIP. NIPPLE TOG TOP OF GRATING
NTS NOT TO SCALE TEMP. TEMPERATURE
OD OUTSIDE DIAMETER TL TANGENT LINE
P&ID PIPING AND INSTRUMENTATION DIAGRAM TOL. THREADOLET
PC.MK PIECE MARK T&C THREADED & COUPLED
PE PLAIN END THRD THREADED
PBE PLAIN BOTH ENDS T&G TONGUE & GROOVE
PL PLATE TBE THREADED BOTH ENDS
PLTF. PLATFORM TLE THREADED LARGE END
PS PIPE SUPPORT TSE THREADED SMALL END
PSE PLAIN SMALL END TOS TOP OF STEEL
PRESS. PRESSURE TOE THREADED ONE END
PSI POUNDS PER SQUARE INCH TYP. TYPICAL
POE PLAIN ONE END UC UTILITY CONNECTION
PSIG POUNDS PER SQUARE INCH GAUGE VC VENT CONNECTION
RAD OR R RADIUS VERT. VERTICAL
RED. REDUCER VF VENDOR FURNISHED
RF RAISED FACE WAFL WAFER LUGGED
R/L RANDOM LENGTH WP WORKING PRESSURE,WORKING POINT
REF. REFERENCE TY INVERT LEVEL OF PIPE
RPM REVOLUTIONS PER MINUTE V BOTTOM LEVEL OF THE PIPE
RTJ RING TYPE JOINT 7 CENTRELINE ELEVATION OF PIPE
SH SPRING HANGER WN WELD NECK
SHT. SHEET WT WEIGHT
SCH. SCHEDULE WOL. WELDOLET
SCRD SCREWED WLD WELD
SC SAMPLE CONNECTION XS EXTRA STRONG
SG SIGHT GLASS XXS DOUBLE EXTRA STRONG
SMLS SEAMLESS

NOTE :

1. FOR ABBREVIATIONS RELATED TO CIVIL ENGINEERING/UNDERGROUND PIPING WORK,


REFER CIVIL ENGINEERING STANDARD 7-65-0001.

5 10.09.18 REAFFIRMED AND ISSUED AS STANDARD PK SH `)1‘


4 31.07.13 REVISED & ISSUED AS STANDARD UK SH RN ATD DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1054 of 4396


STANDARD No.
ENGINEERS SYMBOLS OF PIPING
eg INDIA LIMITED
Ogariaal ELEMENTS ON DRAWINGS 7-44-0003 Rev. 5
IA Govt of India Undertaking)
Page 1 of 4

DESCRIPTION FLANGED SCREWED WELDED SOCKET WELD


(NOTE-1)
I
90' ELBOW
ELBOW
--il— - -1— L---

ELBOW
(TURNED UP) /-11— 3- (l
iVe— IP'

ELBOW
(TURNED DOWN) C----II- C C CH"
MITERED BEND 90'
---.)

MITERED BEND 45'


IL
45 ELBOW
-‹ .-
45 ELBOW
(T
(TURNED UP) a -0 1 _._, _,0 i.
45' ELBOW
(TURNED DOWN) KC 1 (3- —6-0.---- al C
-1.—

TEE
EQUAL/UNEQUAL -11 11_._, I tt
f I • • GI le
TEE
(OUTLET UP)
--IH11— I (10 I —.1k.---
TEE
(OUTLET DOWN)
iTh
---11-----11---
•..../
I "Th
\_./ I
e\_./. el
C I.

...
CROSS —II I-rII— I • -
. ____o___+____
_• -.•

CONCENTRIC REDUCER -1 MM. IIIII ---C-=3

ECCENTRIC REDUCER -ir---, -F-Th , --irmi


DEAD END I
I 1 D -----4/-]

LATERAL
—iI III— I /I • /./. 4 24F

SIGHT GLASS —Ii-0-11— —6-© • °—

UNION ------\. .----------


—11I— Hi.—

HALF COUPLING
V II
I
FULL COUPLING

COUPLING
HOSE COUPLING ►
HI €

5 06.12.19 REAFFIRMED & ISSUED AS STANDARD SG 1


1r8SH MI
4 01.09.14 REAFFIRMED & ISSUED AS STANDARD SH AK RN /ATD SC
Prepared Stds. Committee Stds. Bureau
Rev. Checked
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EL - All rights reserved

Page 1055 of 4396


STANDARD No.
ENGINEERS SYMBOLS OF PIPING
tge..n 056
(Oen FIERIAF af13,41.1)
INDIA LIMITED
(A Govt of Incha Undertaking) ELEMENTS ON DRAWINGS
7-44-0003 Rev. 5
Page 2 of 4

DESCRIPTION FLANGED SCREWED WELDED SOCKET WELD


(NOTE)
GATE VALVE
(PLAN) —1><II- ----C><1 -->a----
_}.::::k_
GATE
GATE VALVE
-1- * -1`z -
4 --1"•=4
(ELEVATION)
GLOBE VALVE
(PLAN) ---1><— -
GLOBE VALVE
(ELEVATION) tea
11K El- 11

ANGLE VALVE
(PLAN) I— ( ( • 04
ANGLE VALVE
(ELEVATION)
-4ZZZ2PF-
T
—4-zz:4F1-- —4.zzl--- —1-•:zic4—

CHECK VALVE --11.—.-N4.—


(PLAN OR
OR ELEVATION) 111— ---1.•-11—
ANGLE STOP CHECK
0<3:11--- 0<a}---
VALVE (PLAN)
ANGLE STOP CHECK
I-
VALVE (ELEVATION)
(ELEVATION) T 1— V•
PLUG
(PLAN) VALVE —1101I—
PLUG VALVE
(ELEVATION) —I >ki
BALL VALVE
—I L)0(1H ---1)01--- ---64::01:1*-- ---f›)(/---
(PLAN)

BALL VALVE
(ELEVATION) —11>C11— —DECI— ---61)EQ-e-- ---f)C5-(f---

NEEDLE VALVE
(PLAN OR ELEVATION) —1>t<H
RELIEF VALVE
(PLAN) CI) o CD o e o'0 o
RELIEF VALVE
(ELEVATION)
CD T
.4 0 Al 4 Al © Al
CONTROL VALVE
GLOBE TYPE (PLAN)
0 0
CONTROL VALVE
GLOBE TYPE (ELEV) liortil CI .
1 © 10
. J
IP-

CONTROL VALVE
BUTTERFLY TYPE(PLAN) H 0H 0 0 0
CONTROL VALVE
BUTTERFLY TYPE(ELEV) ---13 IF-- --H Y 1---- ---.I I.---
---d -
Y 1- --
SOLENOID OPERATED
VALVE (PLAN OR ELEV) _I C::::::::zl H ---4:
771--- —6-DT:::1-8— —4>T1*—
BUTTERFLY VALVE
(PLAN OR ELEVATION) —I 1 / 1ff
AA, 7 t.I - adVAA
RK
5 06.12.19 REAFFIRMED & ISSUED AS STANDARD SG SH MI
4 01.09.14 REAFFIRMED & ISSUED AS STANDARD SH AK RN /ATD SC
Rev. Prepared Checked Stds. Committee Stds. Bureau

No. Date Purpose by by


Convenor Chairman
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Page 1056 of 4396


STANDARD No.
4afaeiel ENGINEERS SYMBOLS OF PIPING
4gegfailes INDIA LIMITED ELEMENTS ON DRAWINGS 7-44-0003 Rev. 5
owe! eger:ere asiJaplair
A Govt of India Undertaking)

Page 3 of 4

DESCRIPTION FLANGED SCREWED WELDED SOCKET WELD


(NOTE-1)
DIAPHRAGM VALVE
(PLAN OR ELEVATION) —1 IAll— —IA1—
--.-IAI-.—
—HAI'

3-WAY PLUG VALVE —4


(PLAN OR ELEVATIO N) 7
J_
4-WAY PLUG VALVE
(PLAN OR ELEVATION) —1 1--
—101—
EXPANSION JOINT —1E711—

ANGLE CONTROL
CONTROL VALVE —6--
- 1 --- —6---(F— -41E- 51.— --€- 6--
-1-
CHAIN OPERATING
VALVE (TYP)

GEAR OPERATED VALVE a y 1-4 INDICATES


LL
BEVEL PINION
(BEVEL GEAR) PLAN I LOCATION

GEAR OPERATED VALVE ..inilipiitloic,Ares


(SPUR GEAR) PLAN PINION
. LOCATION

MOTOR OPERATING
VALVES it)
A

STEAM TRAP —I • I— --e-U • —1-0 I.


Y-STRAINER II— II. I \f • w .1 \ITi


\

DESCRIPTION SYMBOL DESCRIPTION SYMBOL

SLIP-ON FLANGE — /—
STUB - IN
(WITH OR WITHOUT REINF)
WELDNECK FLANGE i
• I

SCREWED FLANGE
I STUB - IN —I I-
(SADDLE REINF)
SOCKET WELD FLANGE 4

SPACER
I i STUB - IN WITH REINF
(IN PLAN)
R.P.

SPACER BLIND HEEE:05-4


1
SPECTACLE FIG. 8
(BLIND)
SPECTACLE FIG. 8
INSULATED
(LINES 12" AND BELOW) E;,- - ---I
(OPEN) 1'
,-4 -
5 06.12.19 REAFFIRMED & ISSUED AS STANDARD Ve. te' S MI
v
4 01.09.14 REAFFIRMED & ISSUED AS STANDARD SH AK RN /ATD SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1057 of 4396


STANDARD No.
laiReAft ENGINEERS SYMBOLS OF PIPING
elf wegwINDIA
(111PR7I1VIEMIJOO.0 LIMITED
(A Gov( of India Uneleffaion9) ELEMENTS ON DRAWINGS
7-44-0003 Rev. 5
Page 4 of 4

DESCRIPTION SYMBOL DESCRIPTION SYMBOL

INSULATED
CONICAL STRAINER
(LINES 14" & ABOVE)
41> 4-- —!
-a

T—TYPE STRAINER STEAM TRACED


—U—
T—STRAINER

DRIP—RING H WELDOLET —<)--

NOTES :
1. WELD DOTS NOT TO BE SHOWN ON PIPING G.A.Ds.
2. FOR SYMBOLS/LEGENDS RELATED TO CIVIL ENGINEERING/UNDERGROUND PIPING WORK,
REFER CIVIL ENGINEERING STANDARD 7-65-0001.

5 06.12.19 REAFFIRMED & ISSUED AS STANDARD G 311.SH MI


4 01.09.14 REAFFIRMED & ISSUED AS STANDARD SH AK RN /ATD SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1058 of 4396


STANDARD No.
5vma el ENGINEERS
0514e
-1 u
(MR eliMsTZ tD73,g1.1)
INDIA LIMITED
IA Govt of India Undertaking)
STUB-IN STANDARD 7-44-0032 Rev. 5

Page 1 of 2

NOTES:—

DIMENSIONS GIVEN ARE ONLY MINIMUM


REQUIREMENTS FOR STUB—IN CONNECTIONS.
ALL FABRICATION SHALL BE DONE AS
PER ISOMETRIC SHEETS.

(WITHOUT REINFORCEMENT)
(WITH REINFORCEMENT)

d A C B d A C B d A C B D d A C B
2" 2" 110 150 110 16" 12" 310 460 370 26" 12" 310 460 520 32" 12" 310 460 580

3" 2" 120 150 130 14" 320 490 380 14" 320 490 520 14" 320 490 580

3" 140 190 140 16" 360 530 400 16" 360 530 520 16" 360 530 580

4" 2" 130 150 130 18" 2' 150 180 360 18" 380 590 560 18" 380 590 620

3" 140 190 150 3" 160 210 360 20" 420 640 560 20" 420 640 620

4" 160 220 160 4' 180 240 370 24" 470 750 620 24" 470 750 680
6" 2" 120 160 180 6" 220 300 370 26" 500 800 660 26" 500 800 720

3" 140 190 180 8" 240 340 390 28" 2" 150 180 500 28" 520 850 750

4" 160 220 200 10" 280 400 400 3" 160 210 510 30" 550 900 780

6" 180 280 200 12" 310 460 410 4' 170 240 520 32" 570 950 810
8" 2" 120 160 210 14" 320 490 420 6" 220 300 520 36" 2" 150 180 610

3" 140 190 260 16" 360 530 430 a' 240 340 520 3' 160 210 620

4" 160 220 240 20" 18" 380 590 440 10" 280 400 520 4' 170 240 620

6" 200 280 240 2" 150 180 390 12" 310 460 540 6" 220 300 620

8" 220 330 240 3' 160 210 400 14" 320 490 540 8" 240 340 620

10" 2" 120 160 250 4" 180 240 400 16" 360 530 540 10" 280 400 620

3" 140 190 260 6' 220 300 400 18" 380 590 580 12" 310 460 640

4" 160 220 270 8" 240 340 420 20" 420 640 580 14" 320 490 640

6" 200 280 280 10" 280 400 420 24" 470 750 640 16" 360 530 640

8" 220 330 280 12" 310 460 440 26" 500 800 680 18" 380 590 680

10" 270 400 300 14" 320 490 440 28" 520 850 710 20" 420 640 680
12" 2" 120 160 250 16" 360 530 460 30" 2" 150 180 530 24" 470 750 740

3" 140 190 260 18" 380 590 480 3" 160 210 540 26" 500 800 760

4" 160 220 270 20" 420 640 500 4' 170 240 540 28" 520 850 790

6 200 290 280 2" 150 180 450 6" 220 300 540 30" 550 900 810

8" 220 330 280 24" 3" 160 210 460 8" 240 340 540 32" 570 950 840

10" 270 400 320 4" 170 240 470 10" 280 400 540 36" 620 1050 910

12" 300 450 330 6' 220 300 470 12" 310 460 560

14" 2" 130 170 310 8" 240 340 480 14" 320 490 560

3" 150 200 320 to" 280 400 480 16" 360 530 560
4" 160 230 330 12" 310 460 500 18" 380 590 600

210 290 330 14" 320 490 500 20" 420 640 600

8" 220 330 340 16" 360 530 520 24' 470 750 660

to" 270 400 360 18" 380 590 540 26" 500 800 700

12" 300 460 370 20" 420 640 560 28" 520 850 720

14" 320 490 380 24" 470 750 600 30" 550 900 760

16" 2" 150 180 330 26" 2" 150 180 480 32" 2' 150 180 760

3" 160 210 340 3" 160 210 490 3" 160 210 550

4' 180 240 350 4" 170 240 500 170 240 560

6" 220 300 350 6" 220 300 500 220 300 560

240 340 360 8' 240 340 500 8" 240 340 560

10" 280 400 360 10" 280 400 500 10" 280 400 560

5 06.12 19 REAFFIRMED & ISSUED AS STANDARD G %APISH Aeg


RKT id ,tk
4 01.09.14 REAFFIRMED & ISSUED AS STANDARD SH AK RN /AID SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Page 1059 of 4396


STANDARD No.
ofei
ENGINEERS
/fgar acs INDIA LIMITED
21745rea5131,1%11 (A Govt of India Undertaking)
STUB-IN STANDARD 7-44-0032 Rev. 5
Page 2 of 2

NOTES: —

DIMENSIONS GIVEN ARE ONLY MINIMUM


REQUIREMENTS FOR STUB—IN CONNECTIONS.
THESE ARE BASED ON ASME B16.9 FLANGES
FOR SIZES UPTO 24"NB & ASME B16.47B
FOR SIZES 26" & ABOVE. ALL FABRICATION
SHALL BE DONE AS PER ISOMETRIC SHEETS (WITHOUT REINFORCEMENT)
(WITH REINFORCEMENT)

D d A C B D d A C B D d A C B D d A CB

2" 2" 180 220 180 16" 12" 450 600 500 26" 12" 450 600 650 32' 12" 480 630 710

3" 2" 200 230 200 14" 460 630 520 14" 460 630 660 14" 490 660 720

3" 220 270 220 16" 500 670 540 16" 500 670 670 16" 530 700 730
4" 2" 210 240 220 18" 2" 310 340 430 18" 520 730 720 18" 550 760 780

3" 220 270 230 3" 320 370 440 20" 560 780 720 20" 590 810 780

4" 240 300 250 4" 340 400 450 24" 610 890 790 24" 640 920 850
6" 2" 220 260 250 6" 380 460 470 26" 640 940 800 26" 670 970 860

3" 240 290 260 8" 400 500 500 28" 2' 300 330 570 28' 690 1020 900

4" 260 320 280 10" 440 560 520 3" 310 360 580 30" 720 1070 940

6' 280 380 300 12" 470 620 540 4" 320 390 610 32" 740 1120 980
8" 2" 230 260 280 14" 480 650 560 6" 370 450 620 36" 2" 330 360 680
3" 250 300 300 16" 520 690 580 8' 390 490 630 3" 340 390 700

4" 270 330 320 18" 540 750 600 10" 430 550 640 4- 350 420 710

6" 300 390 340 20" 2" 310 350 460 12" 460 610 670 6" 400 480 720

8" 330 440 350 3" 320 380 480 14" 470 640 680 8" 420 520 730
10" 2" 240 280 320 4" 340 410 490 16" 510 680 690 10" 460 580 740

3" 260 310 340 6" 380 470 500 18" 530 740 740 12" 490 640 770

4" 280 340 350 8" 400 510 530 20" 570 790 740 14" 500 670 780

6" 320 400 380 10" 440 570 550 24" 620 900 810 16" 540 710 790

8" 340 450 390 12" 480 620 570 26" 650 950 820 18" 560 770 840

10" 390 520 420 14" 490 650 580 28" 670 1000 860 20" 600 820 840

12" 2" 260 300 350 16" 520 700 600 30" 2' 310 340 600 24" 650 930 910

3" 280 330 380 18' 540 750 640 3" 320 370 620 26" 680 980 900

4" 290 360 390 20" 580 810 670 4" 330 400 630 28" 700 1030 940

6" 330 420 410 24" 2" 320 350 570 6" 380 460 640 30" 730 1080 970

8" 350 460 420 3" 330 380 540 8" 400 500 650 32" 750 1130 1010
10" 400 530 440 4" 340 410 560 10" 440 560 660 36" 800 1230 1080
12" 430 580 460 6" 390 470 570 12" 470 620 690

14" 2" 270 310 380 8" 410 510 590 14" 480 650 700

3" 290 340 400 10" 450 570 600 16" 520 690 710
4" 300 370 410 12" 480 630 630 18' 540 750 760

6' 350 430 430 14" 490 660 650 20" 580 800 760

8" 360 470 450 16" 530 700 660 24" 630 910 830

10" 410 540 480 18" 550 760 700 26" 660 960 840

12" 440 600 500 20" 590 810 720 28" 680 1010 870

14" 460 630 520 24" 640 920 770 30' 710 1060 920

16" 2' 230 320 400 26" 2" 290 320 550 32" 2" 320 350 620

3" 310 350 420 3" 300 350 570 3' 330 380 640

4" 330 380 440 4" 310 380 590 4" 340 410 650

6" 370 440 450 6" 360 440 600 6" 390 470 660

8" 380 480 470 8' 380 480 610 8" 410 510 670

10" 420 540 480 10" 420 540 620 10" 450 570 680
. a.

5 06.12.19 REAFFIRMED & ISSUED AS STANDARD 6 '4 ‘5(4 SH AIA


4 01.09.14 REAFFIRMED & ISSUED AS STANDARD SH AK RN /ATD SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Page 1060 of 4396


STANDARD No.
dapkteidaENGINEERS DETAILS OF MITERED
Igar falAtsw INDIA LIMITED 7-44-0033 Rev. 6
MEAT =WO (A Got 01 inaa unoutoidow
ELBOW
Page 1 of 2

W L.Li 2 2 2 2 2 2 2 2 2 2 2 I 2 2
0- N r 2 0 N 1- (1) CO 0 N * CO CO 0 N .21- cfa
:o- E_ (7) co co .- ..- - .-- .- cv N 0.I CV CV NI VI 1.0 rn
.X. 012IM .>-.. 3 1,3' CA
0 N <
3 Wm! , 7-14 ;I.
0 NI 1- if) (0 r•-• 0) 0 0. N * (0 CO f--- I--
to (3)
cr, CO
..1 0
p w
0
_I CD o 03 * 0 (D N 03 LO •- I"- NI 0) ul .- f-- ,-, 0 Li 1-
CO
ta N N) el 4- 1- In (0 (0 N N 03 0) 0) '-'
.- .- _I Lalii
0
w 0- .._(
<W
0 ef P Al
i kr
=-' ca .-. r" ''iosa .-. .- .- .- N N N N CV La ca (1) ca
0
0) 0) CO 0) ,- .- .- 0 ,-- CV in * 1.0 CO r-- 03 L Ca
1 La 0 0 N in 1- 10 f--- CO 0) .- •-• •.- s-- .- ,- •- ,- .- MU N li Z 0
La,-w 4 W411/
cp
- g in} m
0
i= Z
AO to ._ (0 N r-- N r-- N I-- N CO NI 1-Z r <0
0
IT -....-
.4. - c0 .- (C) .- 0 N NI al c0 00 0) s- N * 1.0 r•-• CE

F
ta . CO .4- (.0 N. m .- .-- .- .- .- .- .- 04 N N N N 0z CO La
c.) -
in .,:c -J
0 II. W- la- 0
1±1 3a m z
a. 13 La N) (,) ,- N N N N N In In N) NI NI- .4- m La.1 <
in a
Csi N 0 CV 1- CD OD 0 04 ..:1- CO 03 0 CV .4- CO ZI
CL
< up 00 .- - .- .- .- N cv 0.1 01 CV NI NI NI in Ow b0
s-11 i
W
.4- la CC
corn 03 I.0 0 r, CV co to a) IL) - n CV CO 0 C-1 0 L1-1
0 (0 CV 1.--- NI 0) .4- 0 tO ,- CO CV a) r) 0) * 0 wo ar u_ 0-
A. 013/A 4.
44 ‘-'
.-- N CV 01 in NI- (C) a) (.0 CO 1--- I-- 03 03 CD 0_1- nW
X a
o 0
MITERED ELBC

rr r z L.,..
o) o o

C
(3) N) (0 0 1.11 N .- * 03 ..- Ul Lj (7)
0 CA CO 0) ill 0 CV NI 1.11 (0 1--- 0) 0 z 0
I.)
M LO LO N. a) N N N N ..ciT, w O ui
TYPE — II
(3 WELDS)

m El
L n

Z 6-1 W J 3g
90'

ILle fei CV cV NI PO -4' .4- a) IL) (0 (0 a) I-- r-- CO --: , N


ANL..
'•4/ _ AB 03 •-• N 0 CV * Co 03 0 CV V- (0 a) 0 N -4- (0 x0 lal (n
(c) (0 ,- ,- ,,- .- a- CV CV N N N NI NI 14) NI cn _1I Mw
wr IR_ • . 0_Ce
...-- La
MO
-.I
,A,
0< ID a .- 0) (0 0 03 III CV 0) N .21- •-- 03 CO M 0 aE 0 z
ta md La ‘-
00 .--
1.1 (13 0)
•- .- -
V- r-- 0) N I[)CO 0 N) (0 (3)
N N N N in NI NI -4- 1- * * Lo 3
E° w w _I o
cT_ i? 3 O mZ i- < 1=<
* < _I .- 5 r -i2 C.) .-
3 2,1 La La t- w 10 t7_ i
= 5
0
CO
.X. a-am -_ 4.0 -,
N 0
1- 0)
ro n
N) 00 CV I.--- CV (0 .- In .- al 0 .4- 0) *-
CV (0 ..- U) 0 -21- 0) in CO CV n- In 0 1-0 2 y
w w z -
-J ..- CI 04 NI rn 1- *- -(1- al tO (.0 (D t-- r-- co mw w ° Oa_
La m w w: 6 :-'
o
-0 Lai .--. N CV r•-• a) o o - C4 .41- in ca r•-.. n 0) wow :z ci
L,_m.?_ -
RI .i
x u) 0 0 .- 0 N .4- (0 0) ,-- NI in I-. CD .--- 1,1 in n a 1.3 -I
ci. 1- z La
i ca 0 CO CO .- .- .--- ,- .-- N N N N N N) N) In NI i_
u_ La
1- -i 1
2 in
6
la ...e la
.. t-sr. ,
411111/L 12-.
0-
,
00_ 2 ._
. c....„ 1-0
04 „V- n
0
0 v)
..-.2 o
1- o
I._
W rK'
?- bN
I- 03 ...-' 0 CO 0) (.0_
ln CA
u) n
to n st ..t
o) o c.4 ,i.
to in
tr) u
o p ,n
(C) 03 CV ill a) ,- *- I-- ‘.-- -21- r-- 0 NI (.0
00
<9`84 0 X
Nillblir LL.1- LD 1-- 5 , a Z=
Lai 62
o
lal 03 9
,„ 0 N .4- m * r...
m ,- r•-) (C) t--- 0) ,-- M 1.0 00
n C4 (C. 0 .4- 00 NI I-- .- 1.11 )_op
cLo -, e ;0
zi o
>c n c:60- I:L
LAA-li
cT_ 3 < to n - in a) in
- .-- CNI CV CNI in PO .4- -4- In a) a) 03 CO r-- I--
a: --1:
M MXZ LA
.....,
TY PES

2,,.... o D i-.,,c 0 Z
z wi
I DENTICAL
FOR ALL

cr)
0 oce x 0
0 CO -4- .- N- r":""N 1=1.a" w *
min.--nroo(c)C4 Ofi.in
Wad Z --Cam
N 0 03 (0 In •- CO (0 in .,- 0) t° 't .- °I 1.--
R

CO
(1-1.1430 (a(09"00N13V3 31‘1433 __I
La CV NI M -4- (1) (0 CO I,- 00 CD 0) ° " Cs( rl C_I L1 - < ZIA) Z i-. td a3
_, f<
La ct..
ur0
ii 3A0080 01 NO 11S 0,_ 0w (ON
7, mU.1_Z - <1 -Zs_
J 00
_i _.-
TONGU E /

TI- in Tr NI N 01 ,-- 0
_4• 0
0N001C0(01.0K)
0) I 000 1 I I I I I

.LA.1 9 °NOW TIVN Li t„.) N) 1- Ul al CO I-- cc) 0) ,- Cn


b
<
zi-<::
-: 10
! ! (n
td
tl
cr
n 1-
1.:
0-1-1 )1+1
: (/)
Z
r Ct1+..
MALE

0 0-
_i c 0 ---
V 300N01 01 80 NS rn (NI rn to 1I- 1 O
0 0 ''' 0 w .-.
d in 0) co co
ON.- coNtod-r).-- I h. I I I I I I 0 L._ - i'd 0 ".
3
ID , ct In
- in 1- * a) c0 r-. 03 0) 0 - 00w_,, E _Icaa ix 1
iz
,... r 9 1- z
_. .0 cr, -. Li m .......
E wr-
,
cr) 2 9 ONI3V4 INI0e ONI21
o
1-1- in ,d. f--- N) 03 0) NI- ,- CV r-- ----.
FACE/ GROOV RI NG J OINT

d,- 0) * N ,- 0 03 co 0(7) Z 1+1(D a (A- 10


0
3
0 ° 14) N (00 LO
0) *.
CO *
U) K) 0 O_ cv N) -4- -4- tr) II-z 0 0
La r -A co 03
0 to .4- to Cl) co N co)
In ,-.-- L w W IT] M <
- Ln Z
W (/)
La
i- - 4 I,
0 - f--, 0X
I ONIOYA 03SIIVel 80 WU ,4- rn ai 03 (0 in N in
ci I-- ::7-
- 0:
03 03
_, z ;c: : : U. Ct.i .
)133N 013M 01 CO r-- ro '4- in -
to I o I I I I I I
M I- -, . ce
o La .x. crom - M Nt •ch ll) (0 N 03 -IL a 4 C VI La (n 0 u-
La Cl- 0 _ . ..
/FEMALE

-_, - NI N (0 (.0 .- r-- 03 NI p w 0 - w co


FLAT/ RA ISED

_ 0 (0 (13 CO s to '0 in "4"


°3 r(0
` Lo
o co to - o co (z) in
c4 to r) * In
la_x•AC - (1)<
cr 1-- 0 2 n = 0 lal
0
La- w -. 0
z M I- a)
0 cln\I "-- * a) r-- "4" "
03 0) o o ..-- ,- ,....
A 0 lal _J Uj
AL •Ae 0 -I La M -I
_I
. 2= -J 2 la D 0
(7) Ak (0 N -) 1--- al a) M cn1- < 0 < 3 3 Z U.
I Z cc
•-" -' In ° N
- 41) NI 'CV 0 r---
1° 4-- 00 (1) 00
0 (D cNO co (V rn 4 iri 6
la

o co n
-+. - M in In -4- .4- (t) CO N op a) cy) 0 0 - ( \1 n 't "4-
i
I Li ca 2222222222222 vi
0_ (--1 2 0 N 1- (0 00 0 N -4- (C) CO 0 N -4- CO La
E (7) co 2co - - - - ,.- CI 0.1 CV N N r) N) (.1 in O

6 23.09.20 REVISED & ISSUED AS STANDARD ,,a41


7
`4 -
5 01.07.15 REAFFIRMED & ISSUED AS STANDARD SH AK RN SC
Prepared Checked Stds. Committee Stds. Bureau
Rev.
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 0-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1061 of 4396


STANDARD No.
daRexilek ENGINEERS DETAILS OF MITERED
1ga laPez-w NIDIA WITH) ELBOW 7-44-0033 Rev. 6
24RPT0,31.0.0 (A Govt. al India Undatednw
Page 2 of 2

FOR FIGURES
REF.EIL STANDARD NO.7-44-0033(SHT.1 OF 2)

`L' FOR TYPE—I TYPE—II TYPE—Ill


PIPE FF OR RF 'R' IDENTICAL PIPE
SIZE FOR ALL TYPES SIZE
150# 300# A B C D A B C D A B C D

38" 1572 1640 1448 800 600 400 848 517 388 259 1060 384 288 192 1160 38"

40" 1653 1722 1524 842 631 421 893 544 408 273 1116 404 303 202 1221 40"

42" 1733 1805 1600 884 663 442 937 572 429 286 1171 424 318 213 1282 42"

44" 1813 1890 1676 926 694 463 982 599 449 299 1227 445 333 222 1343 44"

46" 1898 1975 1753 968 726 484 1027 626 470 313 1283 465 349 233 1404 46"

48" 1978 2053 1829 1010 758 505 1071 653 490 327 1339 485 363 243 1465 48"

50' 2059 2140 1905 1052 789 526 1116 681 510 340 1395 505 379 253 1526 50"

52" 2138 2224 1981 1094 821 547 1160 708 531 354 1450 525 394 263 1587 52"

54" 2219 2297 2057 1136 852 568 1205 735 551 367 1506 546 409 273 1648 54"

56" 2301 2402 2134 1178 884 589 1250 762 572 381 1562 566 424 283 1710 56"

58" 2385 2485 2210 1220 915 610 1295 790 592 395 1618 586 440 293 1770 58"

60" 2465 2558 2286 1263 947 631 1339 817 613 408 1673 606 455 303 1831 60"

•1
0b
6 23.09.20 REVISED & ISSUED AS STANDARD SC
5 01.07.15 REAFFIRMED & ISSUED AS STANDARD SH AK RN SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1062 of 4396


lot ei ENGINEERs CHAIN OPERATION ATTACHMENT STANDARD No.

0151-egWff' INDIA LIMITED FOR ANSI VALVES 7-44-0050 Rev. 5


UMW! Ri7E512 a513TIVA)
Goat of India Undertaking)
V.4
(150# ,300# ,600#) Page 1 of 1

MALLEABLE IRON OR
FABRICATED SPROCKET

RECESS

0
z

PITCH CHAIN

1 16""
X 4 X 16 (30mmX2OmmX5mm)

VENDORS SCOPE OF SUPPLY :


1. SPROCKET
2. CHAIN GUIDE LEVER WITH FIXING ITEMS.
3. POSITIONING BOLT / WASHERS.
4. CHAIN LENGTH AS PER REQUISITION.

NOTES:
1. THIS IS A SCHEMATIC ARRANGEMENT FOR QUOTATIONS ONLY.
2. VENDOR DESIGN TO BE BASED ON THE SCHEMATIC ARRANGEMENT SHOWN.
3. VENDOR TO SUBMIT DETAIL DRAWING.

5 06.12.19 REAFFIRMED & ISSUED AS STANDARD .SG ArSH 41SYMI


4 01.09.14 REAFFIRMED & ISSUED AS STANDARD SH AK RN /AID SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1063 of 4396


STANDARD FOR SPACERS STANDARD No
INGIMIRS AND BLINDS > 26"
ligar6wor iNDA LIMITED
1
loom ~me examown (A Govt. d India Undettakm)
(150# ,300# AND 600# FF TO 7-44-0162 Rev. 5
B 16.47 SERIES B) Page 1 of 3

E d0 Dia. Hole E
13mm0 Hole for Spacer Welded lifting
plate
Welded
lifting plate

6mm(Typ) Dia., rating &


material to be
Dia., rating & marked here.
a. Note-5
material to be
marked here
E
E
CD

Alignment guidc SPACER Alignment guidc BLIND


(Width= "F") (Width= "F")

NOTES:
1. Both surfaces shall have a resultant surface finish of 125pin to 250pin average
roughness with either a concentric or spiral serrated finish.
2. Dimensions are for flanges to ASME B 16.47B (erstwhile API 605) for sizes 26" to 60".
3. Diameter, rating & material specification shall be marked on welded fixed plate.
Material as per line class.
4. Thickness 'A' is based on ASTM A285 Gr.0 with corrosion allowance of 1.5mm on each face.
5. Welding and heat treatment requirements shall be in accordance with ASME 831.3
6. Alignment Guide shall be welded in the middle of thickness of Spacer & Blind.
7. All dimensions are in mm unless otherwise specified.

DIA. 150# WEIGHT KG(APPROX)


NB A B C D E F d t BLIND SPACER
26 40 711 473 648 35 15 20 9 137 34
28 42 762 499 698 33 15 20 9 165 40
30 45 813 524 749 30 15 20 9 201 46
32 48 864 551 800 30 15 20 12 243 55
34 50 921 583 851 42 15 20 9 287 65
36 53 972 609 902 40 15 20 10 340 76
38 54 1022 642 925 48 15 20 17 382 100
40 59 1079 668 1003 44 15 20 10 465 102
42 61 1130 693 1054 41 18 20 11 528 113
44 64 1181 718 1105 38 18 20 11 605 126
46 67 1235 751 1156 62 18 20 16 693 145
48 70 1289 776 1205 56 18 20 12 789 167
52 75 1391 827 1306 45 18 26 12 984 201
56 80 1492 880 1406 42 27 26 17 1208 240
60 86 1600 943 1505 59 27 26 25 1493 300
TOL ±0.3 ±0.5 ±0.5 ±0.5 . .
44-
5 04.05.20 REAFFIRMED & ISSUED AS STANDARD SH S
4 31.03.15 REVISED & ISSUED AS STANDARD SH AK RN/ ATD SC
Prepared Checked Stds Committee Stds Bureau
Rev
Date Purpose Convenor Chairman
No by by
Approved by
Format No 8-00-0001-F4 Rev 0 Copynght EIL - All nghts reserved

Page 1064 of 4396


STANDARD FOR SPACERS STANDARD No.
(311-cielei -ft MINERS AND BLINDS > 26"
lfgar tiReGNIF INDIA UMFTED
lallUR rime an ) (A Gat. al India ivg)
(150#, 300# AND 600# FF TO) 7-44-0162 Rev. 5

B 16.47 SERIES B) Page 2 of 3


E dos Dia. Hole
13mm0 Hole for Spacer Welded lifting
only plate
Welded F
lifting plate

6m m(Typ) Dia., rating &


material to be
Dia., rating & Note-5 marked here.
material to be Note-5
marked here
E
cE

Alignment guide Alignment guidc


SPACER BLIND
(Width= "F") (Width= "F")

NOTES:
REFER PAGE 1 OF 3 FOR NOTES.

DIA. 300# WEIGHT KG(APPROX)


NB A B C D E F d t BLIND SPACER
26 60 737 514 641 37 15 20 29 221 70
28 65 787 541 689 33 15 20 33 273 84
30 69 845 576 738 35 15 20 36 334 104
32 73 902 607 787 48 15 20 33 403 126
34 77 952 634 835 42 15 20 36 473 144
36 82 1010 666 886 54 18 20 33 567 173
38 86 1060 691 941 47 18 20 33 655 189
40 91 1114 717 992 41 18 20 30 766 218
42 95 1168 747 1038 54 18 26 27 879 252
44 100 1219 772 1092 47 27 26 27 1008 278
46 104 1270 810 1140 61 27 26 42 1138 310
48 107 1327 836 1183 53 27 26 36 1278 361
52 116 1429 887 1286 42 35 26 36 1606 431
56 125 1537 963 1381 76 40 32 52 2003 543
60 133 1651 1019 1478 71 40 36 50 2459 679
TOL ±0.3 ±0.5 ±0.5 ±0.5

5 04.05.20 REAFFIRMED & ISSUED AS STANDARD SH SKS


4 31.03.15 REVISED & ISSUED AS STANDARD SH AK RN/ ATD SC
Rev Prepared Checked Stds Committee Stds Bureau
Date Purpose Convenor Chairman
No by by
Approved by
Format No 8-00-0001-F4 Rev 0 Copynght EIL - All nghts reserved

Page 1065 of 4396


STANDARD FOR SPACERS STANDARD No.
40iReit4A ENGINEERS AND BLINDS > 26"
Oge.,11 tWitsmir INDIA UMFTED (150#, 300# AND 600# FF TO 7-44-0162 Rev. 5
OW memo maaoolO (A Govt of India Undationg)
B 16.47 SERIES B) Page 3 of 3

E dO Dia. Hole E
13mm0 Hole for Spacer Welded lifting
only plate
Welded F
lifting plate

6mm(Typ) Dia., rating &


material to be
Dia., rating & Note-5 marked here.
0. Note-5
material to be
marked here IT
E
E 0
ra

0 CO

••

Alignment guidc Alignment guidc


(Width= "F") SPACER (Width= "F") BLIND

NOTES:
REFER PAGE 1 OF 3 FOR NOTES.

DIA. 600# WEIGHT KG(APPROX)


NB A B C D E F d t BLIND SPACER
26 82 727 524 632 38 15 20 33 294 94
28 88 784 556 681 42 15 20 30 367 117
30 95 841 591 732 46 15 20 33 456 144
32 100 895 623 779 49 18 20 33 543 171
34 107 952 661 829 70 18 20 39 658 208
36 113 1010 687 879 56 18 20 33 776 241
38 119 1054 715 930 63 18 26 46 897 267
40 125 1111 741 975 51 27 26 39 1046 318
42 130 1168 782 1022 70 27 26 46 1203 371
44 137 1225 807 1073 57 27 26 39 1394 428
46 143 1276 836 1122 63 35 32 46 1579 476
48 149 1333 877 1172 63 35 32 51 1796 542
52 161 1435 941 1267 68 40 32 58 2248 665
56 172 1543 1007 1364 72 40 36 65 2777 817
60 185 1657 1077 1462 110 40 36 71 3445 1023
TOL. ±0.3 ±0.5 ±0.5 ±0.5

5 04.05.20 REAFFIRMED & ISSUED AS STANDARD )46461.4"G SKS


4 31.03.15 REVISED & ISSUED AS STANDARD SH AK RN/ ATD SC
Rev Prepared Checked Stds Committee Stds Bureau
Date Purpose Convenor Chairman
No by by
Approved by
Format No 8-00-0001-F4 Rev 0 Copyright EIL - All nghts reserved

Page 1066 of 4396


TEMPORARY STRAINER STANDARD No.
ENGINEERS
42ex Mies INDIA LIMITED RF (ALL RATINGS) 7-44-0300 Rev. 6
INITef rir..1t751.17;17#1) IA Govt of India Undettakmg) FF 125# - 300#
Page 1 of 1

01
O

GRIND SMOOTH
7
WIRE SCREEN
\\\\\NNNNY CONE
//lr\NNNNN\NN

3mm0EQUISPACED
\\\\NN\NNNNIK/ NNNN\N\NN1
STIFFENER RODS
SCREEN HOLDING RING
NOTE 1,2

CONT. WELD
STRAINER ASSEMBLY CLEAN ALL
WELD SPATTERS

NOM AREA OF PIPE EFFEC. OPEN A B C DIA. LENGTH NO. OF MESH SPECIFICATIONS
PIPE NOTE 6 AREA AREA OF DIA. OF STIFF. (SCREEN)
SIZE x OF SCREEN NOTE 4 PROJ.PL. RODS NOTE 2
Y 125#& 250#& RAISED
SCREEN
cm2 150# 300# FACE ALL D
(INCH) crn2 cm2 cm2
FF FF RATINGS NOTE 3
1 1/2" 13.14 11.40 20.1 13.2 35 32 127 156 73 90 - 4x4 STD. STOCK S.S. WIRE
MESH 0.047"DIA. WIRE,
2" 21.65 19.05 30.3 20.0 44 38 152 165 92 100 -
0 203" SQ.OPENING, 65.9%
2 1/2" 30.90 27.35 52.3 35.4 57 51 176 190 105 115 - OPEN AREA

3" 47.68 42.58 76.3 43.9 70 67 190 210 127 130 3 3x3 STD. STOCK S.S. WIRE
4" 82.13 74.19 229 254 157 140 4 MESH - 0.080"DIA. WIRE,
131.2 75.6 95 83
0.253" SQ. CLEAR, 57.6%
6" 186.45 168.39 293.2 168.9 137 127 279 318 216 150 4 OPEN AREA
8" 322.58 294.84 477.9 275.3 191 140 343 381 270 165 6
10" 509.03 483.22 653.8 376.6 238 140 406 444 324 190 6
12" 729.7 721.9 877.2 505.3 289 140 483 521 381 205 6
14" 889.7 866.1 1054 607.0 327 140 533 584 413 190 8
16" 1 178.7 1140.0 1340 772.0 378 140 597 648 470 205 8
18" 1507.7 1464.9 1665 958.8 429 140 635 711 533 215 8
20" 1877.4 1829.0 2004 1154 479 140 698 775 584 230 10
124" 2741.9 2677.4 2846 1640 581 140 813 914 692 270 10
NOTES
1. SCREEN HOLDING RING SHALL BE MADE FROM 3mm. THICK CARBON STEEL PLATE UNLESS OTHERWISE SPECIFIED.
2. SCREEN HOLDING RING FOR FLAT FACE FLANGES SHALL HAVE STANDARD ANSI DRIWNG
3. 3mm THK.x2Omm WIDE x"D" LENGTH CARBON STEEL PROJECTING PLATE FOR MARKING & HANDLING SHALL
BE WELDED TO SCREEN HOLDING RING, THE LENGTH D OF PROJECTING PLATE FOR FLAT FACE FLANGES SHALL
BE 40mm. ITEM NO.,DIAMETER & RATING SHALL BE MARKED ON THIS PLATE
4. DIMENSION "A" IS FOR MAX. WALL THICKNESS OF SCH. 80 FOR SIZES UPTO 10" & 12.7mm WALL FOR SIZES
12" & LARGER, FOR HIGHER THICKNESS PIPES DIMENSION 'A" SHOULD BE REDUCED TO SUIT.
5. IN CASE OF SYSTEMS WITH CRMCAL PRESSURE DROP OR IN CASE OF HIGHLY VISCOUS UOUIDS THE MESH
SPECIFICATION SHALL BE REVIEWED BY PROCESS
6. AREA OF PIPE ARE FOLLOWING THICKNESS:
(a) AREA X-SCH. 40 UPTO 10",9.53mm WALL 12" & LARGER
(b) AREA Y-SCH. 80 UPTO 10",12.7mm WALL 12" & LARGER
7. EFFECTIVE AREA OF SCREEN IS THE ACTUAL SCREEN AREA MINUS THE STIFFENER ROD AREA

6 24.08.2021 REAFFIRMED & ISSUED AS STANDARD *N". SG SH SM

5 30.03.2017 REAFFIRMED AND ISSUED AS STANDARD PK SH MI RN


Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No R-nn-0001 -F4 RPV n Convrinht FII - All rinhts rtaservori
Page 1067 of 4396
NOM SCH C DEHG P
STIFFENER OG 0 150CL 300CL 300CL 600CL 600CL
+0 RF RF RTJ RF RTJ
L., _2
40, STD 154 160 168 170 171 51
2" 80, XS 152 158 166 168 169 48 58 8 6 6X6

owit 160 149 155 163 165 166 40

L
XXS 147 153 163 164 35
1115111IS 40, STD 177 183
161
190 192 198 61
IMI• ■■ ••••IIIM
MM••••MM SEE DETAIL-1 1 -
194
MMXIINI•••••////w
MWV.11./WW/N/ 2/2 80, XS 175 181 190 196 57 64 8 6 6X6..
WIMIRIM”../Mr
\*Ilw
160 172 179 192 188 194 51
40, STD 194 204 211 213 214 76
80, XS 192 202 209 211 212 72 64 8 6 6X6
160 189 198 206 208 209 64
XXS 185 194 202 204 205 54

40, STD 232 242 250 264 266 100


80, XS 229 239 247 261 263 95 64 8 6 6X6
4- 120 227 237 245 259 261 89

AS PER MESH SPECIFICATION 160 224 234 242 256 258 83

231 239
(NOTE 1) XXS 221 253 255 75

DETAIL-1

MESH SPECIFICATIONS (NOTE-1)


STIFFENER OG MESH OPEN MESH -
SERVICE OPENING (IN)
SPECIFICATION AREA% DESIGNATION
LOW
VISCOCITY 0.097 8 MESH 22 SING 62.2 TYPE 4
EQUAL TEE (MATERIAL & o<y< 2
THICKNESS AS PER SPEC.) MIDIUM
VISCOSITY 0.111 7 MESH 21 SING 60.3 TYPE 3
2 Sy 8
E HIGH
VISCOSITY 0.202 4 MESH 18 SING 65.3 TYPE 2
1> 8
GASOLINE, 0.053 TYPE 5
EQUAL SECTION FRAME ATTACHED BY PROPANE
14 MESH 26 SWG 55.1
INTERMITTENT WELD SIZE P
WATER 0.053 14 MESH 26 SWG 55.1 TYPE 5
BLIND FLANGE (MATERIAL PRESSURE
RATING & FACING AS PER SPEC.)

NOTES:-
1. THE MESH SPECIFICATIONS AS GIVEN IN THE TABLE ARE TO BE USED WHEN STRAINER
IS INTENDED TO BE USED AS PERMANENT STRAINER. IN CASE OF TEMPORARY STRAINER
THE MESH SPECIFICATION SHALL BE AS FOLLOWS:
FOR LINES UPTO 2 1/2"—
S.S STD. STOCK MESH 0.047" DIA WIRE X0.203 SQ.CLEAR OPENING-65.9 % OPEN AREA
FOR LINES 3"& ABOVE —
3/4"0
SCREWED S.S STD. STOCK MESH 0.08" DIA WIRE X0.253 SQ.CLEAR OPENING— 57.6 % OPEN AREA.
PLUG 2. MATERIAL AS PER LINE SPECIFICATION.

WELD NECK FLA GE (MATERIAL, PRESSURE 3. 3/4"0 SCREWED PLUG FOR DRAIN CONNECTION SHALL BE PROVIDED.
PCD (NO. OF BOLTS & BOLT DIMENSIONS RATING & FACING AS PER SPEC.)
& MATERIAL TO SU!T SPEC.)

6 22.03.18 REAFFIRMED AND ISSUED AS STANDARD .51T`V


SH MI
t•44Y
RN STANDARD No.
lagiaddakENGNERs 5 28.03.13 REVISED AND ISSUED AS STANDARD UK SH RN ATD DM T-STRAINER TYPE-1 2"-4"
oft tiolegmy ism LIMITED
emeiVirlagalio (A Govt. of India Undertaking)
Rev.
Date Purpose
Prepared Checked Stds. Committee
Convenor
Stds. Bureau
Chairman (150CL RF,300CL RF AND RTJ, 600CL RF AND RTJ)
7-44-0303 Rev. 6
No. by by Page 1 of 1
Approved by
Format No. 8-00-0001-F5 Rev. 0 Copyright EIL - All rights reserved

Page 1068 of 4396


H G FLAT BAR SQ
'FLAT BAR—A NOM SCH C J
L K BAR
0 150# 300# 300# 600# 600# 150# 300# 300# 600# 600# M
E A
RF RF RTJ RF RTJ RF RF RTJ RF RTJ
AS PER MESH SPEC.
40 308 318 331 343 349 151 131 121 131 144 156 162
(NOTE-1)
80 304 314 327 339 345 143 123 129 139 152 164 170
C/2 15X5 10X5 10X5
156 168 174 7 8 10X10
120 301 311 324 336 342 137 117 133 143
FLAT BAR-A FLAT BAR-A 297 139 149 162 174 180
160 307 321 332 338 129 109
32'
XXS 293 303 316 328 334 122 102 144 154 167 179 185

FLAT BAR -D 20-30 382 391 404 420 425 203 183 129 138 151 167 172

40-60 378 387 400 416 421 197 177 132 141 154 170 175

376 386 399 415 420 192 172 137 147 160 176 181 15X5 10X5 10X5 7 8 10X10
a" 80

_„,,\ 120
XXS-160
370
366 -
380
376
393

389
409
405
414
410
180 160
171 151
146
154
156
164
169
177
185
193
190
198
FLAT BAR-D \ FLAT BAR-E 446 462 475 503 125 141 154 182 188
20-30 509 256 216
444 460 473 127 143 156 184 191
HI 40 501 508 253 213

60 441 457 470 498 504 246 206 133 149 162 190 196
SECTION—A FILTER DETAIL SECTION —B 439 455 496 241 201 153 194 200 15X5 20X10 20X5 7 14 10X10
10" 80 468 502 137 166

432 448 489 147 163 176 204 210


B 120 461 495 228 188
215 221
160 482 488 214 174
LAT BAR-A I FLAT BAR-A
20 523 539 552 571 577 310 270 132 148 161 180 186

30 521 537 550 569 575 305 265 137 153 166 185 191

STD-40 519 535 548 567 573 302 262 139 155 168 187 193

12" XS-60 515 531 544 563 569 294 254 145 161 199 12X12
FLAT BAR-E FLAT BAR-A 174 193 15X5 20X10 20X5 8 14
PERSPECTIVE VIEW 512 528 541 560 566 287 247
80 151 167 180 199 205
L
120 504 520 533 552 558 271 231 163 179 192 211 217
0
160 544 550 255 215 224 230
I FLAT BAR -D FLAT BAR- D
10 577 593 606 621 627 341 291 148 164 177 192 198

BLIND FLANGE (MATERIAL PRESSURE 20 575 591 604 619 625 338 288 150 166 179 194 200
RATING & FACING AS PER SPEC.) 30-40 572 588 601 616 623 332 282 155 171 184 199 206 15X5 25X10 25X6 10 16 12X12
FLAT BAR-A 14"
C/2 XS 570 586 614 620 328 278 187
P.C.D.(NO.OF BOLTS, BOLT DIMN. 599 158 174 202 208

& MATERIAL TO SUIT SPEC.) 60 584 597 612 618 324 274 177 190 205 211

80 580 593 608 614 316 266 183 196 211 217
PLAN VIEW
4/7 16"
10
20
30
628
627
625
647
646
644
660
659
657
686
685
683
691
690
688
392 332
389 329
386 326
135
138

140
154
157

159
167
170

172
193
196

198
198
201

203 20X5 30X12 30X7 10 16 14X14

XS-40 641 654 680 685 379 319 165 178 204 209
...
./...' 1 i 60 676 681 371 311 210 215
./.., •
..,./ II I
.e....,
./.." II I 80 671 676 361 301 218 223
....".,
T. II
__, _ __ ___4___ __ _ __!..1 _ -_ - -- _
I
10 704 724 737 755 761 443 373 146 166 179 197 203
"...i -......... i I II I 735 149 181 199
I 20 703 722 753 759 440 370 168 205
A‘ I I II
/\\ I 1 II I 701 720 751 757 437 367 151 170 183 201
STD 733 207
/ \•
-..., II I
/ _mot
--:::- 44 18" 30 700 719 732 750 756 433 363 155 174 187 205 211 20X5 35X12 35X7 10 16 14X14
I
/ 698 717 730 748 754 430 360 157 176 189 207 213
/ XS
v.. 0 747 753 427 357 215
OUTSIDE INTERMITTENT ao 209
3/4"10
OUTSIDE INTERMITENT SCREWED WELD 60
743 749 419 349 216 222
C/2
PLUG 493 413 170 185 205 212
WELD SECTION -C 10 773 790 805 825 832 153
C 802 822 829 487 407 156 174 189 209 216
MESH SPECIFICATION(NOTE- 1) STD-20 769 787
WELD NECK FLANGE (MATERIAL PRESSURE
766 784 799 819 826 480 400 162 180 195 215 222
SERVICE STRAINER OPENING MESH OPEN MESH RATING & FACING AS PER SPEC.) 20" XS-30 20X5 40X15 40X8 11 20 14X14
SIZE NOM.(IN) (IN) SPECIFICATION AREA % DESIGNATION 816 823 476 396 217 224
40
EQUAL TEE (MATERIAL &
LOW 6" 0.097 8MESH 22SWG 60.2 TYPE 4 SECTION —D 60 811 818 464 384 227 234
THICKNESS AS PER SPEC.) 199
n VISCOC1TY 132 148 164 190
10 882 898 914 940 949 594 504
1.-) 0 <1)< 2 8-AND ABOVE 0.111 7MESH 21SWG 60.3 TYPE 3
937 588 498 136 152 168 194 203
STD-20 879 895 911 946
-I - MEDIUM 6' 0.111 7MESH 21SWG 60.3 TYPE 3 208 20X5 45X15 45X8 20 14X14
934 582 492 141 157 173 199 11
6Z VISCOSITY
65.3 TYPE 2
24" XS 876 892 908 943
(-7) 2 <1)4 a trAND ABOVE 0.202 4MESH 18SWG 201 210
30 932 941 579 489
0
c.)
co HIGH 6* 0.202 4MESH 18SWG 65.3 TYPE 2 928 937 572 482 206 215
VISCOSITY ao
I) > 8 8-AND ABOVE 0.269 3MESH 16SWG 65.2 TYPE 1 NOTES:-
1. THE MESH SPECIFICATION AS GIVEN IN THE TABLE IS TO BE USED WHEN STRAINER IS INTENDED TO BE USED AS PERMANENT STRAINER IN CASE OF TEMPORARY STRAINER
GASOLINE
6" AND 8" 0.053 14MESH 26SWG 55.1 TYPE 5 THE MESH SPECIFICATIONS SHALL BE AS FOLLOWS: FOR LINE UPT02 1/ -S.S STD. STOCK MESH 0.07" DIA WIRE X0.203 SQ.CLEAR OPENING-65.9% OPEN AREA
PROPANE 10"AND ABOVE 0.087 MESH 22SWG 60.2 TYPE 4 FOR LINES 3"& ABOVE S.S.STD. STOCK MESH 0.08" DIA WIRE X0.253 SQ.CLEAR OPENING- 57.6% OPEN AREA.
2 MATERIAL AS PER LINE SPECIFICATION
WATER 6* ABOVE 0.115 7MESH 21SWG 60.3 TYPE 3
3. 3/4'4 SCREWED PLUG FOR DRAIN CONNECTION SHALL BE PROVIDED

7 24.08.2021 REAFFIRMED & ISSUED AS STANDARD %„c1S`14"-SH GB STANDARD No.


T STRAINER TYPE-1
laFtERVAI -- ENGINEERS 6 30/03/2017 Revised and Issued as Standard PK SH MI RN
6"-24" (150# RF, 300# RF AND RTJ, 7-44-0304 Rev. 7
lazziMeg WNDIA
inerivimmage.,0
UNTIED (A Govt. of India Undertaking)
Rev.
Date Purpose
Prepared Checked Stds. Committee
Convenor
Stds. Bureau
Chairman 600# RF AND RTJ)
Page 1 of 1
No. by by Approved by
Copyright EIL - All rights reserved
Formai No. 8-00-0001-F5 Rev. 0
Page 1069 of 4396
STANDARD No.
101 ENGINEERS VENTS AND DRAINS
filarfafAeg
laiRMFIRR151FMLTAWA)
INDIA LIMITED (ON LINES 1 1/2" AND BELOW) 7-44-0350 Rev. 5
(A Govt of India Undertaking)

Page 1 of 1

TYPE TYPE

TEE EQU
S
VC1 R E DUCINGALL/t DC1
3/4
3/4"
VF1 TEE EQUAL REDUCING DF1

VP1 ON LINE 3/4"-1 1/2" DP1

ON LINE 3/4"-1 1/2"


EQUAL TEE

VC2 DC2

VF2 DF2
3/4" in
VP2 DP2
J_L
ON UNE 1"-1 1/2"
ON LINE 3/4"— 1/2"

TEE EQUAL
VC3 REDUCING DC3
3/4"(NOTE 2) ON UNE 1"— 1 1/2"
V (NOTE 2)
3/4 "A
VF3 TEE EQUAL DF3
DC7
REDUCI
VP3 DP3
DF7 JL
ON UNE 3/4"-1 1/2"
DP7 ON LINE 3/4""-1 1/2"

DC4

DF4
VC4
DP4
VF4
200
VP4

ON UNE 1"-1 1/2" TEE EQU


REDUCING

(NOTE 2) 3/4" i S
VF5 TEE EQU S
TEE EQUAL
REDUCING A
-- DC5
(NOTE 2) X 3/4"
VP5 DF5
ON UNE 3/4 —1 1/2"
ON UNE 3/4"-1 1/2"
ON UNE 3/4"— 1 1/2"

VF6 DC8
DF8
VP6
DP8

DC6

VENT ON UNE 1"— 1 1/2" DF6


ON UNE 1"— 1 1/2"

NOTES :
1. DIMENSIONS INDICATED ARE VAUD FOR 50mm(1.4AX) INSULATION. FOR HIGHER INSULATION THICKNESS, INCREASE DIMENSIONS
AS REQUIRED. DIMENSIONS MARKED 'C' ARE MAXIMUM AND MAY BE REDUCED TO SUIT.
2. VALVES TO BE PROVIDED SHALL BE SIMILAR TO UNE ISOLATION VALVE (GATE, BALL OR PLUG VALVE ETC., WITH FLGD, S.W.
OR SCR'D ENDS) UNLESS OTHERWISE SPECIFIED IN PMS, BRANCH—OFFS UKE TEES(EQUAL OR REDUCING)/HALF COUPUNGS
S.W. OR SCR'D)/SOCKOLETS/WELDOLETS AND END CONNECTIONS UKE CAP/PLUG/FLANGE & BLIND FLANGE SHALL BE AS
PER PIPING MATERIAL SPECIFICATION.
3. LEGEND : V = VENT; D = DRAIN; C = CAP; F = FLANGE; RED. = REDUCER, COUPUNG OR SWAGE; P = PLUG.
4. PLUGGED END OF VALVE OR FITTING SHALL BE THREADED.

5 06.12.19 REAFFIRMED & ISSUED AS STANDARD SG s SH MI

4 01.09.14 REAFFIRMED & ISSUED AS STANDARD SH AK RN / ATD SC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All nghts reserved

Page 1070 of 4396


STANDARD No.
loi aft
-- ENGINEERS VENTS AND DRAINS
*laJT2154--eg
,,o13oosail
w INDIA LIMITED
(A Govt of India Undertalon9)
(ON LINES 2" AND ABOVE) 7-44-0351 Rev. 5
Page 1 of 1

TYPE VENT DRAIN TYPE

V1 D1
VP1 3/4" DP1

D2

3/4"
V2

D3
DP3

V3
VP3

D4

V4

D5
(NOTE 2)
g3/4"

V5

NOTES :
MIN.
1. DIMENSIONS INDICATED ARE VALID FOR 75mm (MAX) INSULN.
THICKNESS. FOR HIGHER INSULATION THICKNESS INCREASE (NOTE 2)

DIMENSION AS REQUIRED
DC9
DF9
2. VALVES TO BE PROVIDED SHALL BE SIMILAR TO UNE ISOLATION DP9
VALVE (GATE, BALL OR PLUG VALVE ETC., WITH FLGD, SW OR SCR'D
ENDS) UNLESS OTHERWISE SPECIFIED IN PMS.
BRANCH—OFFS UKE HALF CPLG(SW OR SCRI))/SOCKOLET/WELDOLET
& END CONNECTIONS UKE CAP/PLUG/FLANGE & BUND FLANGE
SHALL BE AS PER PIPING MATERIAL SPECIFICATIONS.

3. VENTS/DRAINS CAN BE PROVIDED ON FLAT SIDE OF


ECCENTRIC REDUCER ON SIZES 4" & ABOVE

4. LEGEND V=VENT, D=DRAIN, C=CAP, F=FLANGE, P=PLUG


■ DC10
5. PLUGGED END OF VALVE OR FITTING SHALL BE THREADED 3/4' (NOTE 2) DF10
DP10
2 le

5 06.12.19 REAFFIRMED & ISSUED AS STANDARD 6G SH .50-41 411


(

4 01.09.14 REAFFIRMED & ISSUED AS STANDARD SH AK RN / ATD SC


Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No 8-00-0001-F4 Rev.O Copyright EIL - All nghts reserved

Page 1071 of 4396


STANDARD No.
doiReleita ENGINEERS ORIENTATION OF ORIFICE
Oaeliwas
maw (013gam
WM.
wINDIA
Govt of
LIMITED
(A India Uncrallarig)
TAPS 7-44-0352 Rev. 5
(CLASS 600 & BELOW) Page 1 at 2

FOR LIQUID FOR GAS LINES & STEAM LINES FOR VERTICAL LINES
(NOTE-1o)

DETAIL— 0 DETAIL— 0 DETAIL— 3 n


,/„. 1 /2-
,, n
... A
_A. 1 1 ,
PIA
Al
0

A„ ' ..41111kg.,
7. 1r
1,2 .
.„0011

?

141
.
. * FOR STEAM dc CONDENSIBLES, LOWER
BLOCK VALVE SHALL BE RAISED TO
Sdi
THE LEVEL OF THE UPPER BLOCK VALVE

FOR LIQUID LINES ON PIPE RACK FOR STEAM & GAS LINES ON PIPE RACK
WITH OPERATING TEMP > = O'C & LIQUID LINES WITH TEMP BELOW VC FOR TAPS ON PIPE RACK
NOTE-5
DETAIL— ® 00; DETAIL— 0 1/2- NOTES-5
.--
DETAIL— © FI
1D 1D/2

• 1/2' INST.
. 1 /2' 1/2'1 PIPING 1/2'

1/2" FLOW III 10111111

1/2- 1 /
DETAIL— C) r
0; DETAIL— . . 2' I I

PI
• /00";
UNE FLANGES
PER.SPEC.
ik• ORIENTATON OF TAPS SHALL BE

A. 1/2'

I.
..1
'
1 /2"

0 Oa
UQUID LINES WITH OPERATING TEMP. >,---- O'C •
45' FROM VERTICAL DOWNWARDS
STEAM, GAS & LIQUID UNES WITH OP.TEMP < VC •
45' FROM VERTICAL UPWARDS

INSTRUMENT SCOPE PIPING SCOPE


A. ORIFICE FLANGES ASSEMBLY WITH BOLTS/NUTS AND GASKETS A. TAPPING NIPPLE, COUPLINGS AND VALVES
B. IMPULSE LINE STARTING AFTER THE TAPPING VALVE

NOTES •
1 ORIFICE FLANGES IN HORIZONTAL LINES SHALL BE PREFERED.
2. TAPS SHALL BE ORIENTED TO SUIT
LOCATION OF INSTRUMENT.
3. TAPS ON PIPE LINES INSTEAD OF ORIFICE FLANGES SHALL BE GENERALLY USED FOR 16" & ABOVE (DETAIL-6)
UNLESS OTHERWISE SPECIFIED. IN WHICH CASE FLANGES SHALL BE SAME AS LINE FLANGES AND SHALL BE
IN PIPING SCOPE.
4. IN CASE OF VERTICAL UNES FLOW SHALL BE UPWARDS FOR LIQUIDS CONTAINING VAPOUR & DOWNWARDS FOR WET
GASES & STEAM.
5. THE ORIENTATION OF TAPPING IN CASE OF DETAILS 4 & 5 SHALL BE AS FOLLOWS:
FOR LIQUID LINES WITH OPERATING TEMPERATURE >= 0'C :
4,8 &16 BOLT FLANGE - AT 45' TO VERTICAL POINTING DOWNWARDS
12 BOLT FLANGE - AT 60' TO VERTICAL POINTING DOWNWARDS
20 BOLT FLANGE - AT 54' TO VERTICAL POINTING DOWNWARDS.
FOR LIQUID LINES WITH OPER. TEMP. < O'C AND STEAM AND GAS LINES :
4,8 & 1 6 BOLT FLANGE - AT 45' TO VERTICAL POINTING UPWARDS,
12 BOLT FLANGE - AT 60' TO VERTICAL POINTING UPWARDS
20 BOLT FLANGE - AT 54' TO VERTICAL POINTING UPWARDS.
6. DETAILS 4 & 5 SHALL NOT BE USED FOR PRE-FABRICATED HOOK-UPS.
7. FOR CLEARANCE REQUIREMENT AROUND ORIFICE FLANGE REFER EIL STD. 7-44-0504
8. FOR DETAILS OF ORIFICE TAPPINGS AND ORIENTATION, REFER EIL STD. 7-52-0005.
9 IN CASE OF PRE-FABRICATED HOOKUP, NIPPLE & ISOLATION VALVE SHALL BE SUPPLIED BY PREFABRICATION VENDOR.
10. FOR STEAM LINES, DETAIL-1 CAN BE CONSIDERED IN CASE OF SPACE CONSTRAINTS OR AS PER LICENSOR REQUIREMENT.

5 24.01.20 REVISED & ISSUED AS STANDARD AO'S G ***/‘H


4 21.10.14 REVISED & ISSUED AS STANDARD SH AK RN /ATD SC
Rev. Prepared Chedced Stds. Committee Stds. Bureau
Na.
Date Purpose
by
Cceivenor Chaiiman
by Approved by
Ramat No. 11-00-0001-Fi Rev.° EL- Al dips resented

Page 1072 of 4396


STANDARD No.
da(leitcoft ENGINEERS ORIENTATION OF ORIFICE
Zigti Etife--5 W INDIA LIMITED TAPS 7-44-0352 Rev. 5
(41101mrerge =lawn> IA Govt. at Ind Undertaking)
(CLASS 900 & ABOVE) Pags2 d 2
FOR GAS LINES & STEAM LINES
FOR LIQUID (NOTE-10) FOR VERTICAL LINES

DETAIL- 0 DETAIL- 0 DETAIL- 0


0
0 4
.
4
A
11 3'4' it

A .... h...„,....
b, 1 MI
3/4" I. 1
3/4- 4, v
„ 0 11' , , ,„,01
ti 3/4"
3/4" .'" •-•
,.. IP

IIP~1
-
"11 * FOR STEAM & CONDENSIBLES, LOWER
ICA
rff'_„pe .
, BLOCK VALVE SHALL BE RAISED TO
5V' THE LEVEL OF THE UPPER BLOCK VALVE

FOR LIQUID LINES ON PIPE RACK FOR STEAM & GAS LINES ON PIPE RACK
FOR TAPS ON PIPE RACK
WITH OPERATING TEMP > = 0"C & LIQUID LINES WITH TEMP BELOW OT
NOTE-5 3/4' A NOTES-5
00 DETAIL- 0 „,
DETAIL- ® ©
-.
-do-'
DETAIL- .- • .,
3/4" .

.
. - OfFf 10 10 2

A • ..... 3 4"
. ,
A
V'
3/4 Ah,
V
INST.
PIPING A 3/4"

V
A A
3/4- -, -
FLOW 41 Illke

3/4"1. :3 / 4'
DETAIL- 0 or
gi DETAIL- 0 .4 N.
-4,
I I
UNE FLANGES
PER. SPEC.
ORIENTATON OF TAPS SHALL BE

.
. P. 3/4"
3/4 "...
„oil LIQUID LINES WITH OPERATING TEMP. > = 0"C :
45' FROM VERTICAL DOWNWARDS
STEAM, GAS & LIQUID UNES WITH OP.TEMP < CFC :
45' FROM VERTICAL UPWARDS

INSTRUMENT SCOPE PIPING SCOPE

A. ORIFICE FLANGES ASSEMBLY WITH BOLTS/NUTS AND GASKETS A. TAPPING NIPPLE, COUPLINGS AND VALVES
B. IMPULSE LINE STARTING AFTER THE TAPPING VALVE
NOTES ;
1. ORIFICE FLANGES IN HORIZONTAL LINES SHALL BE PREFERED.
2. TAPS SHALL BE ORIENTED TO SUIT LOCATION OF INSTRUMENT.
3. TAPS ON PIPE LINES INSTEAD OF ORIFICE FLANGES SHALL BE GENERALLY USED FOR 14" & ABOVE (DETAIL-6)
UNLESS OTHERWISE SPECIFIED IN WHICH CASE FLANGES SHALL BE SAME AS LINE FLANGES AND SHALL BE
IN PIPING SCOPE.
4. IN CASE OF VERTICAL LINES FLOW SHALL BE UPWARDS FOR LIQUIDS CONTAINING VAPOUR & DOWNWARDS FOR WET
GASES & STEAM.
5 THE ORIENTATION OF TAPPING IN CASE OF DETAILS 4 & 5 SHALL BE AS FOLLOWS:
FOR LIQUID LINES WITH OPERATING TEMPERATURE >= CIC :
4,8 &16 BOLT FLANGE - AT 45* TO VERTICAL POINTING DOWNWARDS
12 BOLT FLANGE - AT 60" TO VERTICAL POINTING DOWNWARDS
20 BOLT FLANGE - AT 54' TO VERTICAL POINTING DOWNWARDS.
FOR LIQUID LINES WITH OPER. TEMP. < OT AND STEAM AND GAS LINES :
4,8 & 16 BOLT FLANGE - AT 45" TO VERTICAL POINTING UPWARDS,
12 BOLT FLANGE - AT 60' TO VERTICAL POINTING UPWARDS
20 BOLT FLANGE - AT 54' TO VERTICAL POINTING UPWARDS.
6. DETAILS 4 & 5 SHALL NOT BE USED FOR PRE-FABRICATED HOOK-UPS.
7. FOR CLEARANCE REQUIREMENT AROUND ORIFICE FLANGE REFER EIL STD. 7-44-0504
8. FOR DETAILS OF ORIFICE TAPPINGS AND ORIENTATION, REFER EIL STD. 7-52-0005.
9. IN CASE OF PRE-FABRICATED HOOKUP, NIPPLE & ISOLATION VALVE SHALL BE SUPPLIED BY PREFABRICATION VENDOR.
.43.b.,
10 FOR STEAM LINES, DETAIL-1 CAN BE CONSIDERED IN CASE OF SPACE CONSTRAINTS OR AS PER LICENSOR REQUIREMENT
,s G KT
5 24.01.20 REVISED & ISSUED AS STANDARD SH
4 21.10.14 REVISED & ISSUED AS STANDARD SH AK RN /ATD SC
Prepared Checked Stds. Committee Stds. Bureau
Rev.
Date Purpose Convenor Chakrnan
No.
Format o.

Page 1073 of 4396


WELLS INSTALLATION STANDARD No.
daaeleigft ENGINEERS
Odes Em e.w
tillUFFIRDIFIEURFFil
INDIA LIMITED
(A Govt. d Indio linden:1km)
1W' DIA. TAPS
( UP TO CLASS 600 )
7-44-0353 Rev. 5
Page 1 of 2

0<4"

04"
PIPES & FLANGES
0I I'll AS PER SPEC.(1YP)

NOTE-2
NOTE-3
NOTE-2 /

NOTE-3

TYPE o0
NOTE-2 TYPE
TW —6 8e NOTE-3 TW —9
00

TYPE F0.
TW-7 o
111
MEM 00.
00 O

111111MMIIIII
Mr=

O
O O
O
NOTE-2

MIlli
*, I IIMI
V

200
TYPE
TW —8 TYPE
MINIMUM CLEARANCE FOR
LINE DIA.
REMOVAL TW-10
4" 630
6" 630
8" 670
NOTES:-
10" 670
1 BOLTS, NUTS AND GASKETS BY PIPING. 12" 670
TYPE — 6 : ELBOW MIN. 4" DIA. OR LARGER
2 BRANCH FITTING SHALL BE AS PER P MS
14" 670
3 IF BRANCH FITTING IS A COUPLING, TYPE TW— 7 : VERTICAL LINE 4' DIA. OR LARGER
16" 670
IT SHALL BE OF SPECIAL LENGTH. TYPE TW — 8 . HORIZONTAL LINE 4" DIA. OR LARGER
4 THE ARRANGEMENT CAN BE USED FOR 18" 670
DOWNWARD FLOW ALSO, IF CONFIRMED TYPE TW-9 : VERTICAL UNE DIA. LESS THAN 4"
20" AND LARGER 750
BY INSTRUMENTATION. TYPE TW — 10: HORIZONTAL UNE DIA. LESS THAN 4"
VESSELS 750

5 24.01.20 REVISED & ISSUED AS STANDARD SH


4 21.10.14 REVISED & ISSUED AS STANDARD SH AK RN /ATD SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convertor
No. by bY
Format No. 8-00-0001-F4 Rev.O - All ridlfs reserved

Page 1074 of 4396


WELLS INSTALLATION STANDARD No.
r DIA. TAPS 7-44-0353 Rev. 5
(CLASS 900 & ABOVE) Page 2 ri 2
200 UPTO 1 500

BY PIPING
PIPES & FLANGES

AS PER SP EC.(TYP)

TYPE
TW -3

UNE DIA. MINIMUM CLEARANCE


FOR RE
LEARANCE
L
4' 630
6" 630
NOTES:-
8' 670
1 BOLTS, NUTS AND GASKETS BY PIPING. 10" 670
2 BRANCH FITTING SHALL BE AS PER PMS.
12" 670
3 THE ARRANGEMENT CAN BE USED FOR
DOWNWARD FLOW ALSO. IF CONFIRMED 14" 670
BY INSTRUMENTATION.
16' 670 TYPE TW-1 : ELBOW MIN. 4' 0 OR LARGER
TYPE TN-2 : VERTICAL UNE 4' 0 OR LARGER
18" 670
TYPE TIN-3 : HORIZONTAL UNE 4' 0 OR LARGER
20' & MN 750 TYPE TW-4 . VERTICAL UNE DLA. LESS THAN 4'
VESSELS 750 TYPE TM-5 : HORIZONTAL UNE 0Ik LESS THAN 4'

5 24.01.20 REVISED & ISSUED AS STANDARD SH MI O'CA'


4 21.10.14 REVISED & ISSUED AS STANDARD SH AK RN /AID SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose
by
COOVIMIC, Chairman
by !.* oved
o.

Page 1075 of 4396


STANDARD No.
daMexiaft ErsIONEERS PRESSURE TAPPINGS
zgat mow Lemma w INDIA LIMITED (PA. PG, PC, PT, PIC ETC) 7-44-0354 Rev. 5
IA Govt d Indio Undertalung)
Pap 1 of 1

INST.
z
UPTO50 THK IN
33/4"
/4" PIPING.
INST. (NOTES 2&3)
INST.
P RED COUPLING
PIPING. 0. 3/4- L_PIPING.
(NOTES 2&3) (NOTES 2&3)

a.

PC-2 ON LINE 1 "-1/2" PC-3 ON LINE 1"— 1/2"


PC-1 ON LINE 1/2" & 3/4"

""*N.,
D 1
an to INST.
INST. g
0
3/4" (NOTES 2&.3) 4. PIPING.
PIPING (NOTES 2&3)
SWAGE NIPPLE SWAGE

PC-4 ON LINE 1"— 1/2" PC-6 ON LINE 1"—

INST.
INST.

PIPING.
PIPING.
3/4" 3/4" (NOTES 2&3)
(NOTES 2&3)

'0 II

PC-10 ON LINE 2" & ABOVE PC-11 ON LINE 2" & ABOVE

--0-1(FOR 0
FLANGED VALVE)
(NOTES 2&3)

NOTE-3

PIPING INST.

FOR 2" & ABOVE


PC-15 ON VESSELS / COLUMNS
NOTES :
1. THE INDICATED DIMENSIONS ARE MINIMUM WHICH ALSO COVER INSULATION TO THE EXTENT SHOWN ABOVE.
IN CASE OF HIGHER THICKNESS OF INSULATION THAN INDICATED THE DIFFERENCE SHALL BE ADDED IN THE
DIMENSIONS SHOWN ABOVE.

2. PRESSURE TAPPING SHALL BE PROVIDED WITH VALVE SIMILAR TO UNE ISOLATION VALVE (GATE, BALL OR PLUG VALVE ETC..
WITH FLGD, S.W. OR SCR'D ENDS) UNLESS OTHERWISE SPECIFIED IN PUS, TEE(EQUAL OR REDUCING)/HALF COUPLING(S.W.
OR SCR'D)/STUB IN/SOCKOLET/WELDOLET SHALL BE AS PER PIPING MATERIAL SPECS. DOUBLE ISOLATION VALVE SHALL BE
USED FOR CLASS 900 & ABOVE.
3 IN CASE OF FLGD VALVES BOLTING & GASKET ON BOTH SIDES OF VALVE SHALL BE IN PIPING SCOPE
4 IN CASE OF TAPPING PROVIDED OTHER THAN INDICATED IN THIS STD FOR LAYOUT REASONS
DETAILED DIMENSIONS WILL BE CALLED OUT.
5. IN CASE OF PRE—FABRICATED HOOKUP, ISOLATION VALVE WITH NIPPLE SHALL BE SUPPUED BY PREFABRICATION VENDOR.
HOWEVER, 3/4' WEU3OLET/SOCKOLET/HALF COUPLING/EQUAL TEE/RED TEE ETC. AS PER PMS SHALL BE IN PIPING SCOPE.

5 24.01.20 REVISED & ISSUED AS STANDARD SG SH MI Al-


4 21.10.14 REVISED & ISSUED AS STANDARD SH AK RN /ATD SC
Rev. Prepared Checked Stds. Coalmine* Stds. Bureau
Date Purpose Convenor Chairman
No. bY
or..7-r— I 11 a

Page 1076 of 4396


STANDARD No.
..SifR.J ENGINEERS WELDING OF PIPE WITH
5,igar fameg INDIA LIMITED 7-44-0476 Rev. 5
I 4iTUT e32215re 3,R1531) IA Govt of We Undertaking) DIFFERENT THICKNESS
Page 1 of 1

PERMITTED MISALIGNMENT
OF 1.5mm

30' MAX

THICKER PIPE TAPER BORED TO ALIGN

(AS PER ASME B31.3)

5 10.09.18 REAFFIRMED AND ISSUED AS STANDARD .k)%-•'PK MI RrKT


4 31.07.13 REAFFIRMED & ISSUED AS STANDARD UK SH RN ATD DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1077 of 4396


STANDARD No.
k39fRq..4 ENGINEERS BUTT WELDING
OgegEfilegirel, INDIA LIMITED END PREPARATION 7-44-0477 Rev. 5
(...a5F30541) (A Govt of )nde Undertaking)
Page 1 of 1

0.8-2.4mm

END PREPARATION FOR MITRE BEND

37 1/2*±21/2' 20.+21/ 2.

E
E

1.6+0.8mm

(A) WALL THICKNESS 5-22mm INCLUSIVE


(AS PER ASME 831.3)

10'±2/2'
20'+_21/2'
OVER 22mm

-11.6+0.8mm

(C) WALL THICKNESS OVER 22mm


(AS PER ASME 831.3)

NOTES :

1. SQUARE ENDS MAY BE USED FOR WALL THICKNESS LESS THAN 5mm

2. PIPE ENDS SUPPLIED WITH BEVEL ANGLE OF 30'4.


_F• NEED NOT BE BEVELED FURTHER.

5 06.12.19 REAFFIRMED & ISSUED AS STANDARDWr SG


4 23.09.14 REAFFIRMED & ISSUED AS STANDARD SH AK RN/ATD SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1078 of 4396


STANDARD No.
Ofaeiel ENGINEERS FILLET WELD DETAILS
*Iges acsW7: INDIA LIMITED
(WM elenAVCIAJWISM Govt of India Undertaking)
7-44-0478 Rev. 5

Page 1 of 1

X MIN.

X MIN.
F

t OR 6.4mm WHICHEVER 1.6mm APPROX.


11
IS SMALLER

SLIP ON FLANGE SOCKET WELDED FLANGE

X MIN. = 1.4t OR THE THICKNESS OF HUB, WHICHEVER IS SMALLER.


= PRESSURE DESIGN THICKNESS.(NOT CONSIDERING CORROSION ALLOWANCE AND MANUFACTURING
TOLERANCE.)

t=PRESSURE DESIGN THICKNESS

1.6mmAPPROX.

SOCKET WELDING FITTINGS

Cx (MIN)=1.25t BUT NOT LESS THAN 3.2mm

FILLET WELD DETAILS


(AS PER ASME B31.3)

.,../-
5 06.12.19 REAFFIRMED & ISSUED AS STANDARD,scic SG „Sti4 H ...1.1VMI RKT
r
4 01.09.14 REAFFIRMED & ISSUED AS STANDARD SH AK RN /ATD SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1079 of 4396


STANDARD No.
WELDING DETAIL FOR
INGINEERS
ligar VII5legruW NDIA LIMITED BRANCH CONNECTIONS 7-44-0479 Rev. 5
Own realm =mum) (A Gott al India Undettakiig)
(NOT BREAKING INTO) Page 1 of 1

RECOMMENDED MIN 45 RECOMMENDED MIN 45

0.8-2.4mm
45

tc(min)

1.6 to 3.2mm

1.6 to 3.2mm

tc: MINIMUM OF 0.7T & 6.4mm

SECTION X AT CROTCH OF
RIGHT ANGLE BRANCH
SECTION Y AT FLANK

0. T min tc(min)
45
min.
VENT HOLE 10mme

1 •• -tics!
'141&

tc: MINIMUM OF 0.71 & 6.4mm

DETAIL FOR REINFORCED BRANCH

0.8-2.4mm

0.8-2.4mm

exr-70'
1.6 to 3.2mm
1.6-3.2mm

45"MIN

SECTION W AT FLANK OF SECTION Q AT BACK OF SECTION Z AT CROTCH OF


EQUAL BRANCH SLOPING BRANCH SLOPING BRANCH

NOTES :-
1. THIS TYPE IS TO BE USED WHEN BRANCH IS EQUAL TO OR ONE SIZE SMALLER THAN MAIN PIPE.
2. REFER STANDARD 7-44-0484 FOR DIMENSIONAL DETAILS.

5 23.09.20 REAFFIRMED & ISSUED AS STANDARDV~SG


4 01.07.15 REAFFIRMED & ISSUED AS STANDARD
H 4, SM
SC
SH AK RN
Stds. Committee Stds. Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1080 of 4396


STANDARD No.
OfaeJtli ENGINEERS BUTT WELD DETAILS
ligZ
- ir (Wes a
(4,,,,wawasuwA)
=
INDIA LIMITED
IA Govt of India Undertaking)
( DIMENSIONS) 7-44-0480 Rev. 5
Page 1 of 1

371/7-4-21/7

-I,

1.6-3.2 mm

_t < 19.1 mm
4.8 mm <
X MAX = 1.5 mm FOR PIPES 2" AND BELOW
3.0 mm FOR PIPES ABOVE 2"

5
4
10.09.18 REAFFIRMED AND ISSUED AS STANDARD
31.07.13 REAFFIRMED & ISSUED AS STANDARD
'111.,PK
UK
nSH RN
...---
MI
ATD
T
DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1081 of 4396


STANDARD No.
alfi itsifi=a ENGINEERS BUTT WELD DETAILS
halfms'sW INDIA LIMITED A Govt of inde Undertaking) ( SEQUENCE OF WELDS) 7-44-0481 Rev. 5
Page 1 of 1

1 6 mm
0.8-1.6 mm

APPROX 1.6 —3.2 mm

STANDARD 'V' BEVEL


BUTT JOINT

APPROX.3mm

SEQUENCE OF WELDS

4.8 mm < t < 19.1 mm

NOTES :
1. MAXIMUM INTERNAL WELD PROTRUSION SHALL BE AS PER ASME B31.3

5 31.12.18 REVISED & ISSUED AS STANDARD PRITV--aFSt JJ'S


MI
RKT
4 31.12.13 REAFFIRMED & ISSUED AS STANDARD UK SH AK RN SC
Rev. Prepared Checked Stds. Committee Stds Bureau
Date Purpose Convenor Chairman
No by by
Approved by
Format No 8-00-0001-F4 Rev 0 Copynght EIL - All nghts reserved

Page 1082 of 4396


STANDARD No.
WELDING DETAIL FOR
( tENGINEERS
lafazi f
5gat Wag wir INDIA LIMITED BRANCH CONNECTIONS 7-44-0482 Rev. 5
(A Govt of nda Undertaking)
(STUB IN) Page 1 of 1

RECOMMENDED MIN 45 RECO ENDED MIN 451

NOTES

1 THIS TYPE IS TO BE USED WHEN


BRANCH IS MORE THAN ONE SIZE
SMALLER OF MAIN PIPE.

2 FOR LINES COMING UNDER THE


PURVIEW OF IBR RECOMMENDED
16 TO 32 mm MIN ANGLE SHALL BE 60'.
II
3. MAXIMUM INTERNAL PROTRUSION
SECTION X AT CROTCH OF RIGHT SECTION Y AT FLANK OF WELD SHALL BE AS PER
ANGLE BRANCH ASME B31 3

tc(min)

0 ST (mm)

tc=MIN OF 0 7T & 6 4mm


VENT HOLE 10mm0

kNN

tc(min )
1 6 to 3 2mm

1 6 to 3 2mm
II
SECTION 0 AT BACK OF SECTION Z AT CROTCH OF
SLOPING BRANCH SLOPING BRANCH

5 31.12.18
Tr'
PK *I/5H MI
REVISED & ISSUED AS STANDARD
4 31.12.13 REAFFIRMED & ISSUED AS STANDARD UK SH AK RN SC
Rev Prepared Checked Stds Committee Stds Bureau
Date Purpose Convenor Chairman
No by by
Approved by
Format No 8-00-0001-F4 Rev 0 Copynght EIL - All nghts reserved

Page 1083 of 4396


STANDARD No.
0;;14-1t4 ft r INGINEERS BRANCH CONNECTION
Ifgar(APUT
NReGliiie INDIA LIMITED 7-44-0483 Rev. 5
remea.340.0 IA Gat al India Mistaking) (BREAKING INTO)
Page 1 of 1

A=2d

10 0 TAPPED HOLE
FOR TESTING

2 VENT HOLES 0 3mm


(PLUG BY WELD AFTER WELDING OF PAD)

SYMBOL ON GADS SYMBOL ON ISOMETRICS

REINFORCEMENT PAD
0 X THK.
REINF. PAD
0 X THK.

PLAN (SINGLE LINE) PLAN (DOUBLE UNE)

NOTES :-
1. THIS TYPE IS TO BE USED WHEN BRANCH IS MORE THAN ONE SIZE SMALLER THAN MAIN
PIPE
2. THE REINFORCING PLATE SHALL BE OBTAINED FROM PIPE SPOOL OF THE SAME SCHEDULE
AND DIAMETER OF MAIN PIPE UNLESS OTHERWISE STATED

3. THE REINFORCEMENT PAD CALCULATIONS SHALL BE MADE IN ACCORDANCE WITH ASME 831.3
OR IBR AS APPLICABLE
4. ALSO SEE STANDARD 7-44-0484
5. REFER STANDARD 7-44-0482 FOR WELDING DETAILS.

5 23.09.20 REAFFIRMED & ISSUED AS STANDARD Z SH


4 01.07.15 REAFFIRMED & ISSUED AS STANDARD SH AK RN SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1084 of 4396


STANDARD No.
BRANCH CONNECTION
4*.
31 LMTED (NOT BREAKING INTO) 7-44-0484 Rev. 5
(A Govt a .we Uncierichw
Page 1 of 1

10 0 TAPPED HOLE
FOR TESTING
1

'5mm
,MIN.

2 VENT HOLES 0 3mm PLUG BY


WELD AFTER WELDING OF PAD

REINF. PAD
0 x THK.

SYMBOL ON ISOMETRICS

NOTES :
1. THIS TYPE IS TO BE USED WHEN BRANCH IS EQUAL TO OR ONE SIZE SMALLER THAN MAIN PIPE
2. THE REINFORCEMENT PAD SHALL BE OBTAINED FROM PIPE SPOOL OF THE SAME SCHEDULE AND
DIAMETER AS MAIN PIPE UNLESS OTHERWISE STATED.
3. THE REINFORCEMENT PAD CALCULATION SHALL BE MADE IN ACCORDANCE WITH ASME 831.3 OR
IBR AS APPLICABLE.
4. ALSO SEE STANDARD 7-44-0483
5. REFER STANDARD 7-44-0479 FOR WELDING DETAILS.

5 23.09.20 REAFFIRMED & ISSUED AS STANDARD 4.k7i 4511


;-I[
4 01.07.15 REAFFIRMED & ISSUED AS STANDARD SH AK RN SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1085 of 4396


METHOD OF CUTTING AND DIMENSIONS STANDARD No.
laitrnift,ENGINEERS
51g73T Weal, INDIA UMITED OF FIELD MANUFACTURED 7-44-0485 Rev 5
,AGoN of Inda Undellaingl CONCENTRIC REDUCERS
Page 1 of 1

LENGTH OF REDUCER

NUMBER OF ANGLE SIZE OF LENGTH CIRCUMFERENCE


DIFFERENCE
IN DIAMETER PIECES TO BE BETWEEN CUT OUT OF OF 01 MINUS
DI — D2 CUT OUT CUT X OUTS REDUCER CIRCUMFERENCE OF D2
Y

1" 2 180' - DI 3 1/8'


1
2' 3 120' 21/4" DI 6 /4-

3' 1
3' 3 120' DI 9 /2'
1
4' 4 90' 3' DI 12 /2"

5' 4 90' 4" DI 15 3/ 4'

6' 4 90' 4 3/ 4' Dl 18 3/4'

7" 6 60" 3 3/4' DI 22"

8" 6 60' 4 1/4" 1 IXDI 25"

9" 6 60' 4 3/ 4' 1 IXDI 28 1/4"

10" 8 45' 4" I 1XDI 31 1/ 2'

12" 8 45' 4 3/4' 1 1 XDI 37 3/4"

14" 10 36' 4 1/2- 1 I XD1 44"

16" 12 317 4 1/4" 1 I %DI 501/ 4'

18" 12 30' 4 3/ 4' 1 1 XDI 56 1/2'

20" 12 30' 5 1/4' I IXDI 62 3/4'

NOTES —

1 CUT OUT REQUIRED NUMBER OF PIECES IN ACCORDANCE WITH TABLE HEAT & BEND ENDS
OF PIPE TO CONFORM WIN DIAMETER D2 WELD ALL AROUND
2 RADIOGRAPHY SHALL BE PERFORMED IN ACCORDANCE WITH REQUIREMENTS OF INDIVIDUAL PIPING CLASSES

5 31.12.18 REAFFIRMED & ISSUED AS STANDARD pr \ A:FAH


4 31.12 13 REAFFIRMED & ISSUED AS STANDARD UK SH AK RN SC
Rev Prepared Stds Committee Stds Bureau
Date Purpose Convenor Chairman
No by
Approved by
Format No 8-00-0001-F4 Rev 0 Copyright EIL - All nghts reserved

Page 1086 of 4396


STANDARD No.
OfazitaENGINEERS TOLERANCES FOR
fa5leglwINDIA LIMITED
WW1 FIRDT °UEFA) (A GM Of 11104a Undertaking) FABRICATION
7-44-0486 Rev. 5
Page 1 of 1

TANGENT
SECTION

A ±3mm. MAX FROM INDICATED DIMENSIONS FOR FACE TO FACE


CENTER TO FACE LOCATION OF ATTACHMENTS ETC TOLERANCE
CAN NOT BE ADDED

B ±1 5mm MAX. LATERAL TRANSLATION IN ANY DIRECTION FROM


THE INDICATED POSMON

C +1 5mm MAX. ROTATION FROM THE INDICATED POSMON MEASURED


AS SHOWN.

D +1mm MAX OUT OF ALIGNMENT FROM THE INDICATED POSMON


MEASURED ACROSS ANY DIAMETER AS SHOWN

E FLATTENING. MEASURED AS DIFFERENCE BETWEEN THE MAX


MD MIN OD AT ANY CROSS SECTION
—3% MAX FOR PIPE WITH EXTERNAL PRESSURE
8% MAX FOR PIPE WITH INTERNAL PRESSURE

5 31.12.18 REAFFIRMED & ISSUED AS STANDARD PK At)ZSH MI


4 31 12.13 REAFFIRMED & ISSUED AS STANDARD UK Ski AK RN SC
Rev Prepared Checked Stds Committee Stds Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No 8-00-0001-F4 Rev 0 Copynght EIL - All nghts reserved

Page 1087 of 4396


STANDARD No.
ENGIN/IRS METHOD OF CUTTING AND
fge_s fad&
I illE71 FIWIR7 0113,RIFF0
INDIA LIMITED DIMENSIONS OF FIELD 7-44-0487 Rev. 6
("GmA c'''''thaun'ert'ung) MANUFACTURED ECC. REDUCERS Page 1 of 1

E
11

3xA

SIDE VIEW END VIEW

.....................
..............

....................................

....................................

COMPLETED REDUCER

A = 1/8 OF SMALL PIPE CIRCUMFERENCE.


B = 3/12 DIFFERENCE BETWEEN CIRCUMFERENCES.
C = 2/12 DIFFERENCE BETWEEN CIRCUMFERENCES.
D = 1/12 DIFFERENCE BETWEEN CIRCUMFERENCES.
E = 1.5 x O.D. OF LARGER PIPE.

NOTES :-

1. REDUCER SHALL BE FABRICATED OUT OF LINE PIPE.

2. ALL WELDS SHALL BE RADIOGRAPHED AS PER THE


PIPING CLASS NDT REQUIREMENTS.
3. THE DIFFERENCE BETWEEN D1 & D2 SHALL NOT BE
MORE THAN 20" NOMINAL BORE.

6 06.12.19 REAFFIRMED & ISSUED AS STANDARD SG SH J) MI RKT


5 23.09.14 REVISED & ISSUED AS STANDARD SH AK RN /ATD SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev 0 Copyright EIL - All nghts reserved

Page 1088 of 4396


CLEARANCE REQUIREMENTS STANDARD No.
FOR ORIFICE FLANGE 7-44-0504 Rev. 4
diaregerlDMIED
(A Covt of Indio Undatokiwg) INSTRUMENT PIPING Page 1 of 3

T 150 CLEAR TO
REMOVE CAP

KEEP THIS
AREA CLEAR

FLOW

N
4-
750 MIN.

ELEVATION

PLAN

90' TOP TAPS — DRY GAS SERVICE / HF ACID

G1
‘ .
4 23.09.20 REAFFIRMED & ISSUED AS STANDARD M;H GB
3 01.07.15 REAFFIRMED & ISSUED AS STANDARD SH AK RN SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1089 of 4396


CLEARANCE REQUIREMENTS STANDARD No.
FOR ORIFICE FLANGE 7-44-0504 Rev. 4
Normumarounno (A Coot. of Indio Undortakig) INSTRUMENT PIPING Page 2 of 3

PLAN END VIEW

90' HORIZONTAL TAPS — LIQUID OR STEAM SERVICE


90'

ELEVATION END VIEW

45' BOTTOM TAPS — HORIZONTAL LIQUID SERVICE

4 23.09.20 REAFFIRMED & ISSUED AS STANDARD iSG PriSH SM


3 01.07.15 REAFFIRMED & ISSUED AS STANDARD SH AK RN SC
Prepared Checked Stds. Committee Stds. Bureau
Rev.
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1090 of 4396


STANDARD No.
CLEARANCE REQUIREMENTS
OggiMM LranD
IE
FOR ORIFICE FLANGE 7-44-0504 Rev. 4
flIONAIONRUIDIMI (A Govt Inas Undertalchg)
INSTRUMENT PIPING Page 3 of 3

450

1450 /UP THIS AREA CLEAR FOR


CLOSE COUPLED INST.

PLAN END VIEW


90' HORIZONTAL TAPS STEAM SERVICE W/CONDENSATE POTS

KEEP THIS AREA CLEAR

1
0

FLOW

750 MIN

ELEVATION END VIEW


45* TOP TAPS — HORIZONTAL GAS SERVICE

4 23.09.20 REAFFIRMED & ISSUED AS STANDARD AC •) :(


14 1 SM
3 01.07.15 REAFFIRMED & ISSUED AS STANDARD SH AK RN SC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 1091 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS FOR FABRICATION AND
ligar ta54-eg INDIA LIMITED 6-44-0012 Rev. 5
I NWT eleMIU OA XiMil (A Govt of India Undettakio91 ERECTION OF PIPING Page 1 of 15

-ErrfciTr .-1. k-cill air cti-rcr9.

t 4-illon fqfit-r

STANDARD SPECIFICATION FOR


FABRICATION AND ERECTION OF
PIPING

REVISED AND ISSUED AS STANDARD a•\441- .-- -


5 31 12 19
SPECIFICATION PK SH MI RKT
REVISED AND ISSUED AS STANDARD
4 30 07 14
SPECIFICATION SH AK RN ATD SC
REVISED AND ISSUED AS STANDARD
3 31 03 09
SPECIFICATION RN VKB SC ND
PMI REQT. INCLUDED AND ISSUED AS
2 05 06 03
STANDARD SPECIFICATION RN DM BN SKG
REAFFIRMED AND ISSUED AS STD
1 . 15 09 98 SH BRB NS AS
SPECIFICATION
Standards Standards
Rev. Prepared Checked Committee Bureau
Date Purpose Convenor Chairman
No by by
Approved by

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

Page 1092 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
lolfflue? ENGINEERS
FOR FABRICATION AND
ligar Eit51-ag
1.11,2T/ eIRIIIE,1713,71VA)
INDIA LIMITED
(A GoK of India Undeltalongi ERECTION OF PIPING
6-44-0012 Rev. 5
Page 2 of 15

Abbreviations:

A.S. : Alloy Steel


ASME : American Society of Mechanical Engineers
C.I. : Cast lion
C.S. : Carbon Steel
IBR : Indian Boiler Regulations
LTCS : Low Temperature Carbon Steel
NACE : National Association of Corrosion Engineers
NB : Nominal Bore
NDT : Non Destructive Testing
P&ID : Piping and Instrumentation Diagram
PMI : Positive Material Identification
S.S. : Stainless Steel

Piping Standards Committee

Convenor : Mr. M. Ismaeel

Members : Mr. Mr. Amrendra Kumar


Mr. G. Balaji
Mr. Udayan Chakravarty
Mr. K.J. Harinarayanan (S&ME)
Mr. S. Ghoshal (Process-2)
Mr. S.C. Maity (Structural)
Mr. G.K. Iyer (Projects)
Mr. P.K. Rai (Construction)

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

Page 1093 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
lafauei ENGINEERS
owegmr INDIA LIMITED
A Govt of India Undertaking)
FOR FABRICATION AND
ERECTION OF PIPING
6-44-0012 Rev. 5
Page 3 of 15

CONTENTS

1.0 SCOPE 4

2.0 SCOPE OF WORK OF CONTRACTOR .4

3.0 BASIS OF WORK .7

4.0 FABRICATION 8

5.0 ERECTION 11

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

Page 1094 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
Igai. lakg INDIA LIMITED FOR FABRICATION AND 6-44-0012 Rev. 5
laIRTI MOW 1,
13WW) (A Gout of IndA Undertaking)
ERECTION OF PIPING Page 4 of 15

1.0 SCOPE

This specification covers general requirements of fabrication and erection of above ground
and trench piping systems at site. The specification covers the scope of work of Contractor,
basis of work to be carried out by Contractor and standards, specifications and normal practice
to be followed during fabrication and erection by the Contractor.

2.0 SCOPE OF WORK OF CONTRACTOR

Generally the scope of work of Contractor shall include the following:

2.1 Transportation of required piping materials (as described in C1.2.1.1), pipe support (material
as described in Cl. 2.3) and all other necessary piping materials from Owner's storage point
or Contractor's storage point (in case of Contractor's scope of supply) to work site/shop
including raising store requisitions for issue of materials in the prescribed format &
maintaining an account of the materials received from Owner's stores.

2.1.1 Piping materials include the following but not limited to the same.

a. Pipes (All sizes and schedule)

b. Flanges (All sizes, types & Pressure ratings).

c. Fittings (All sizes, types and schedule)

d. Valves (All sizes, types and Ratings)

e. Gaskets (All sizes, types & Ratings)

f. Bolts, Nuts or M/C Bolts (All types)

g. Expansion Joint/Bellows (All types)

h. Specialty items like online filters, ejectors, sample coolers, steam traps, strainers, air
traps, springs, silencers, snubbers, steam and condensate manifolds, injection nozzles,
MOVs, sight glass, spray nozzles, integrated steam traps, hoses, hose couplings, etc.

i. Online instruments like control valve, orifice flange, rotameter, safety valves,
restriction orifice, rupture disc, de-super heaters, corrosion probes, annubar, magnetic
flow meter, ultrasonic flow meter, Coriolis mass flow meters, venturi PG/PT/ Flow
transmitter, ejectors, static mixers, flame arrestors, thermal flow switches, pre-
fabricated hook-ups etc.

j. Shut Down Valves with and without fire box.

2.2 Shop & field fabrication and erection of piping in accordance with documents listed under
C1.3.0 i.e. 'BASIS OF WORK' including erection of all piping materials enumerated above.

2.3 Fabrication and erection of pipe supports like shoe, saddle, guide, stops, anchors, clips,
cradles, hangers, turn-buckles, supporting fixtures, bracket cantilevers, struts, tee-posts
including erection of spring supports, sway braces, dummy pipes, corrosion pads/protection
shields, low friction pads, clamps, special support, expansion bellows, steam and condensate
manifolds supports etc. Corrosion Pads/Protection shields, stiffeners and stiffening rings, if
not covered in the specifications/standards, shall be of the same material as of parent pipes.

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

Page 1095 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
t3lIaei ENGINEERS
$ifgar 0151-eg INDIA LIMITED FOR FABRICATION AND 6-44-0012 Rev. 5
orfETT eiowe an Xforn) IA Gout of Inds UndeftakIng)
ERECTION OF PIPING Page 5 of 15

2.4 Site fabrication of Piping items

Site fabrication of Piping items shall include but not be limited to the following

2.4.1 Fabrication of piping specials like special radius bends, reducers, mitres etc.

2.4.2 Fabrication of plain and threaded nipples from pipes as required during erection.

2.4.3 Fabrication of swage nipples as and when required.

2.4.4 Fabrication of odd angle elbow like 60°, 30° or any other angle from 90°/45° elbows as and
when required.

2.4.5 Fabrication of flange, reducing flange, blind flange, spectacle blinds as and when required.

2.4.6 Fabrication of stub-in connection with or without reinforcement.

2.4.7 Grinding of edges of pipes, fittings, flanges etc. to match mating edges of uneven/different
thickness wherever required.

2.4.8 Fabrication of circular pipe for steam rings, fire water lines, utility lines.

2.4.9 Threading of all small bore piping as per piping material specifications.

2.4.10 Drilling on blind flange for inserting / joining small bore lines.

2.4.11 Fabrication and welding of reinforcement pads at branch pipe locations wherever required.

2.4.12 Equipment nozzle reinforcement with pads, jacket & stiffeners wherever required.

2.4.13 Fabrication of injection nozzles as per details provided wherever required.

2.4.14 Fabrication of chain operation arrangement for valves, wherever required. All material
required for this modification shall be supplied by Contractor.

2.4.15 Fabrication and erection in position of funnels required for OWS/ SS/ Condensate blow down
system as per direction of Engineer-in-charge.

2.4.16 Grinding/ finishing of uneven surfaces/ joints after welding. Internal grinding of welds of
orifice flanges to render smooth surface.

2.4.17 Tapping and drilling of holes in flanges, blind flanges, piping connections for jack screw, if
required.

2.4.18 Providing bird screens at the outlet of lines open to atmosphere.

2.5 Modifications like providing additional cleats, extension of stem of valve, locking
arrangement of valves etc. as and when required.

2.6 Piping isometrics for main process/utility lines shall be provided to the Contractor for Units. 1

Preparation of miscellaneous small bore isometrics with bill of materials for process and
utility lines (up to l'A" size) like instruments & pump flushing / cooling, sample connection,
purging, pump casing vents & drains, pump base plate drains, control valve drains / vent to
flare, instrument drains & vents, steam tracing (non-IBR) from steam supply stations up to
condensate recovery station, and lines specified as field routed within the Unit battery limit

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

Page 1096 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
lairaeitg ENGINEERS M-
FOR FABRICATION AND
Itgar 2151eg w INDIA LIMITED 6-44-0012 Rev. 5
(AIIVA2124WE'4AJACA711 (A Govt of indo Undertaking) ERECTION OF PIPING Page 6 of 15

as and when required are in Contractor's scope of work. Approval for these isometrics
prepared by the Contractor shall be taken from Engineer-in-charge before erection.

Small bore piping isometrics given by Owner shall be rechecked by Contractor before erection
and installation.

2.7 Obtaining approval for drawings prepared by Contractor from statutory authority, if required.
Contractor shall also arrange all necessary permits for hot work etc.

2.8 Spun concrete lining of the inside of pipes 3" NB & above including fittings and flanges as
required in accordance with specification.

2.9 Rubber lining inside pipes, fittings, flanges as and when required,' in accordance with
specification.

2.10 Radiography, stress relieving, dye penetratidn, magnetic particle test etc. as required in
specification.

2.11 Performing PMI using alloy analyzers as per 'Standard Specification for Positive Material
Identification at Construction Sites, 6-82-0002'.

2.12 Casting of concrete pedestals and Fabrication and erection of small structures/ platforms for
pipe supports and valve operation / attending some instruments, spectacle blinds etc.,
providing brackets, modification / extension of platforms, providing additional platforms /
ladders for improving / providing accessibility.

2.13 Providing insert plates with anchor fasteners in concrete structures / paved floors and repair
of platform gratings around pipe openings and providing suitable members for support under
the platform grating.

2.14 Making material reconciliation statement and return of Owner's supply left over materials to
Owner's storage.

2.15 Flushing and testing of all piping systems as per standard specification for inspection, flushing
and testing of piping systems (Specification No. 6-44-0013). The accessories required for
blinding the line like flange, blind flange, gasket (all sizes, type and rating), stud-bolts,
flexible hoses etc. are to be arranged by the Contractor. During flushing the discharged water
/ air shall be drained / routed as directed by the Engineer — In Charge.

2.16 Contractor shall prepare welding specifications for all weld joints where dissimilar welding
will be performed, and obtain approval from EIL.

2.17 Contractor to ensure meeting all requirements for carrying out work in shutdown/running
plant.

2.18 Pickling (as and when applicable) as per Job specification(s) for chemical cleaning of CS
suction piping of compressors, SS Piping, Weldments etc, as applicable.

2.19 Chemical Cleaning/ Hydro jet cleaning as per marked-up P&IDs with supply of chemicals,
consumables, DM water, equipments, boilers, coupons, tools & tackles and other testing
equipments required for the same.

2.20 For Offsites, only Piping General Arrangement drawings shall be issued. Isometrics, if
required, shall be prepared by the Contractor.

Copyright EIL—All rights reserved


Format No 8-00-0001-F1 Rev 0

Page 1097 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
doi ei L'm ENGINEERS FOR FABRICATION AND
Igar ta5leg INDIA LIMITED 6-44-0012 Rev. 5
I NWT ereERIF MI JP41,11) (A Govt of India Undertaking)
ERECTION OF PIPING Page 7 of 15

3.0 BASIS FOR WORK

3.1 The complete piping work shall be carried out in accordance with the following:

3.1.1 "Approved for Construction" drawings and sketches issued by EIL to the Contractor - Plans
and/or Isometrics.

3.1.2 "Approved for Construction" drawings and sketches issued by Turn-key bidders to the
Contractor - Plans and/or Isometrics.

3.1.3 Approved Process Licensor's standards and specifications.

3.1.4 Drawings, sketches and documents prepared by Contractor duly approved by Engineer-in-
Charge (such as isometrics of small bore piping and offsite piping etc.).

3.1.6 EIL specifications/documents as below:

a. Process and Instrument Diagram.

b. Job Piping Materials Specification (****-6-44-0005). **** denotes job number.

c. Piping support, engineering standards.

d. Line list

e. Piping support indices (only in offsite), if supports are not shown in plan.

f. Job specification of Non-destructive Requirement of Piping (****-6-44-0016)

g. Job Welding Specification Charts for Piping Classes (****-6-77-0005)

h. Job Welding specification for fabrication of piping (****-6-77-0001).

i. Any other EIL or OTHER specifications attached with Piping Material Specification or
special condition of contract (such as standard for cement lining of pipe, standard of
jacketed piping, standard for steam tracing, Dimensional Tolerances etc.)

j. Standard specification for positive material identification (PMI) at construction sites,


6-82-0002

k. Standard Spec for application of torque & hydraulic bolt tension for flange joints (6-
76-0002) and its addendum, if any.

3.1.7 Following codes, standards and regulations

a. ASME B 31.3 Process Piping

b. ASME Sec. VIII Code for unfired pressure vessel.

c. IBR Regulations

d. ASME Sec. IX Qualification standard for welding and brazing


procedures, welders, brazers and welding and brazing
operators.

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

Page 1098 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
ligat INDIA LIMITED FOR FABRICATION AND 6-44-0012 Rev. 5
I aiRM 21WI21.J.4.1) (A Govt of India Undertaking)
ERECTION OF PIPING Page 8 of 15

e. NACE Std. Code for Sour Services material requirements


MR-0175/MR0103/Job spec(NACE), as applicable

Note : All codes referred shall be latest edition, at the time of award of contract.

3.2 Deviations

Where a deviation from the "Basis of Work" and approved job procedure described above is
required or where the basis of work does not cover a particular situation, the matter shall be
brought to the notice of Engineer-in-Charge and the work carried out only after obtaining
written approval from him in each case.

4.0 FABRICATION

4.1 Piping Material

Pipe, pipe fittings, flanges, valves, gaskets, studs bolts etc. used in a given piping system shall
be strictly as per the "Piping Material Specification" for the "Pipe Class" specified for that
system. To ensure the above requirement, all piping material supplied by the Owner /
Contractor shall have proper identification marks as per relevant standards / EIL specifications
/ Licensors specification. Contractor shall provide identification marks on left over pipe
lengths wherever marked up pipe lengths have been fabricated/erected. Material- traceability
is to be maintained for A.S., S.S., NACE, LTCS, material for Hydrogen service and other
exotic materials by way of transferring heat number, etc. (hard punching) as per approved
procedure. This shall be in addition to colour coding for all piping materials to avoid mix-up.

For the purpose of common understanding the construction job procedure, to be submitted by
the Contractor, shall include proposal for

Maximizing prefabrication, inspection and testing at fabrication shop with minimum


field joints.

Positive material identification, handling, storage & preservation.

4.2 Dimensional Tolerances

Dimensional tolerances for piping fabrication shall be as per EIL Standard No. 7-44-0486.
The Contractor shall be responsible for working to the dimensions shown on the drawings.
However, the Contractor shall bear in mind that there may be variations between the
dimensions shown in the drawing and those actually existing at site due to minor variations
in the location of equipments, inserts, structures etc. To take care of these variations "Field
Welds" shall be provided during piping fabrication. An extra pipe length of 100 mm over and
above the dimensions indicated in the drawing may be left on one side of the pipe at each of
the field welds. During erection, the pipe end with extra length at each field weld, shall be
cut to obtain the actual dimension occurring at site. Isometrics, if supplied may have the field
welds marked on them. However, it is the responsibility of the Contractor to provide adequate
number of field welds. In any case no extra claims will be entertained from the Contractor on
this account. Wherever errors / omissions occur in drawings and Bills of Materials it shall be
the Contractor's responsibility to notify the Engineer-in-Charge prior to fabrication or
erection.

4.3 IBR Piping

4.3.1 Contractor shall obtain approval for the piping systems falling under purview of IBR from the
statutory Indian Boiler Regulations (IBR) authority of the state where the plant is situated.
The Owner shall provide documentation for the IBR System. The Contractor shall carry out

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

Page 1099 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
loi ei ENGINEERS
$'1?-a1.1‘71
r iillaleg INDIA LIMITED FOR FABRICATION AND 6-44-0012 Rev. 5
erew JA)
mg IA Govt of fricka undeflak.91 ERECTION OF PIPING Page 9 of 15

the fabrications, erection and testing of this piping as per requirements of Indian Boiler
Regulations and to the entire satisfaction of the local Boiler Inspector. The Contractor shall
also get the approval of IBR inspector for all fabrication and testing done by him at his own
cost. All certificates of approval shall be in proper IBR forms.

4.3.2 IBR Package for residual, field routed and site modified steam lines shall be prepared by the
Contractor. IBR approval for the same shall be in Contractor's scope, at his own cost.

4.4 Pipe Joints

The piping class of each line specifies the type of pipe joints to be adopted. In general, joining
of lines 2" and above in process and utility piping shall be accomplished by butt-welds.
Joining of lines 1-1/2" and below shall be by socket welding/butt welding/threaded joints as
specified in "Piping Material Specifications". However, in piping 1-1/2" and below where
socket welding/ threaded joints are specified butt - welds may be used with the approval of
Engineer-in-Charge for pipe to pipe joining in long runs of piping. This is only applicable for
non-galvanized piping without lining.

Flange joints shall be used at connections to Vessels, Equipment's, Valves and where required
for ease of erection and maintenance as indicated in drawings.

4.5 Butt Welded and Socket Welded Piping

End preparation, alignment and fit-up of pipe pieces to be welded, welding, pre-heating, post-
heating and heat treatment shall be as described in the Job welding specification (****-
6-77-0005) and NDT specification (****-6-44-0016).

4.6 Screwed Piping

In general, Galvanized piping shall have threads as per IS:554 or ANSI B2.1 NPT as required
to match threads on fittings, valves etc. All other piping shall have threads as per ANSI B2.I,
tapered unless specified otherwise.

Threads shall be clean cut, without any burrs or stripping and the ends shall be reamed.
Threading of pipes shall be done preferably after bending, forging or heat treating operations.
If this is not possible, threads shall be gauge checked and chased after welding heat treatment
etc.

During assembly of threaded joints, all threads of pipes and fittings shall be thoroughly
cleaned of cuttings, dirt, oil or any other foreign matter. The male threads shall be coated with
thread sealant and the joint tightened sufficiently for the threads to seize and give a leakproof
joint. Threaded joints to be seal-welded shall be cleaned of all foreign matter, including
sealant and made up to full thread engagement before seal welding.

4.7 Flange Connections

All flange facings shall be true and perpendicular to the axis of pipe to which they are attached.
Flanged bolt holes shall straddle the normal centerlines unless different orientation is shown
in the drawing.

Wherever jack screws are to be provided, drilling and tapping for the jack screws in the flange,
shall be done as per EIL Standard before welding it to the pipe.

Copyright EIL — All rights reserved


Format No 8-00-0001-F1 Rev 0

Page 1100 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
/gar taf54
1-e
1g INDIA LIMITED FOR FABRICATION AND 6-44-0012 Rev. 5
1.11FR evissre em avow) (A Govt of India UndeltaMng) ERECTION OF PIPING Page 10 of 15

4.8 Branch Connections

Branch connections shall be as indicated in the piping material specifications. For end
preparation, alignment, spacing, fit-up and welding of branch connections refer welding
specifications. Templates shall be used wherever required to ensure accurate cutting and
proper fit-up.

For all branch connections accomplished either by pipe to pipe connections or by using forged
tees the rates quoted for piping shall be inclusive of this work.

Reinforcement pads shall be provided wherever indicated in drawings/ specifications etc.


Reinforcement pads shall be pneumatically tested at 1.05 kg/cm2g with soap solution. This
test shall be carried out before hydrostatic testing.

4.9 Bending

Bending shall be as per ASME B31.3 except that corrugated or creased bends shall not be
used.

Cold bends for lines 1-1/2" and below, with a bend radius of 5 times the nominal diameter
shall be used as required in place of elbows wherever allowed by piping specifications.
Bending of pipes 2" and above may be required in some cases like that for headers around
heaters, reactors etc.

The completed bend shall have a smooth surface, free from cracks, buckles, wrinkles, bulges,
flat spots and other serious defects. They shall be true to dimensions. The flattening of a bend,
as measured by the difference between the maximum and minimum diameters at any cross-
section, shall not exceed 8% and 3% of the nominal outside diameter, for internal and external
pressure respectively.

4.10 Forging and Forming

Forging and forming of small bore fittings, like reducing nipples for piping 1-1/2" and below,
shall be as per ASME B 31.3.

4.11 Mitre Bends and Fabricated Reducers

The specific application of welded mitre bends and fabricated reducers shall be governed by
the Piping Material Specifications. Reducers shall be fabricated as per directions of Engineer-
in-Charge. The radiographic requirements shall be as per Material Specifications for process
and utility systems and NDT Specification for steam piping under IBR, radiographic
requirements of 1BR shall be complied with.

4.12 Cutting and Trimming of Standard Fittings & Pipes

Components like pipes, elbows, couplings, half-couplings etc. shall be cut / trimmed / edge
prepared wherever required to meet fabrication and erection requirements, as per drawings
and instructions of Engineer-in-Charge. Nipples as required shall be prepared from straight
length piping.

4.13 Galvanized Piping

Galvanized carbon steel piping shall be completely cold worked, so as not to damage
galvanized surfaces. This piping involves only threaded joints and additional external
threading on pipes may be required to be done as per requirement.

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

Page 1101 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
0 ei ENGINEERS FOR FABRICATION AND
Itgar 18154-eg INDIA LIMITED 6-44-0012 Rev. 5
1.1¢rr ef2nsfe On 340.1) IA Govt of India UndertaAMI ERECTION OF PIPING Page 11 of 15

4.14 Jacketed Piping

The Jacketing shall be done in accordance with EIL Specification or Licensors specification
as suggested in material specification or special condition of contract.

Pre-assembly of jacketed elements to the maximum extent possible shall be accomplished at


shop by Contractor. Position of jump-over and nozzles on the jacket pipes, fittings etc. shall
be marked according to pipe disposition and those shall be prefabricated to avoid damaging
of inner pipe and obstruction of jacket space. However, valves, flow glasses, in line
instruments or even fittings shall be supplied as jacketed.

4.15 Shop Fabrication / Prefabrication

The purpose of shop fabrication or pre-fabrication is to minimize work during erection to the
extent possible. Piping spool, after fabrication, shall be stacked with proper identification
marks, so as facilitate their withdrawal at any time during erection. During this period all
flange (gasket contact faces) and threads shall be adequately fabricated by coating with
removable rust preventive. Care shall also be taken to avoid any physical damage to flange
faces and threads.

4.16 Miscellaneous

4.16.1 Contractor shall fabricate miscellaneous elements like flash pot, seal pot, sample cooler,
supporting elements like turn-buckles, extension of spindles and interlocking arrangement of
valves, operating platforms as required by Engineer-in-Charge.

4.16.2 Spun Concrete Lining

The work of inside spun concrete lining of pipes and specials of diameter 3" and above shall
be done as per material specifications and special condition contract.

4.16.3 Fabrication of pipes from plate

Pipes shall be fabricated at site as and when required as per the specifications and the actual
Piping Material Specification.

5.0 ERECTION

5.1 Cleaning of Piping before Erection

Before erection all pre-fabricated spool pieces, pipes, fittings etc. shall be cleaned inside and
outside by suitable means. The cleaning process shall include removal of all foreign matter
such as scale, sand, weld spatter chips etc. by wire brushes, cleaning tools etc. and blowing
with compressed air/or flushing out with water. Special cleaning requirements for some
services, if any, shall be as specified in the piping material specification or isometric or line
list. S.S jacketed piping requiring pickling shall be pickled to remove oxidation and
discolouring due to welding.

5.2 Piping Routing

No deviations from the piping route indicated in drawings shall be permitted without the
consent of Engineer-in-Charge.

Pipe to pipe, pipe to structure / equipments distances / clearances as shown in the drawings
shall be strictly followed as these clearances may be required for the free expansion of piping

Copyright EIL — All rights reserved


Format No 8-00-0001-F1 Rev 0

Page 1102 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
IOtil6kj r ENGINEERS
tge.j, Ofiteg INDIA LIMITED FOR FABRICATION AND 6-44-0012 Rev. 5
IA Goof of India Undertalongi ERECTION OF PIPING Page 12 of 15

/ equipment. No deviations from these clearances shall be permissible without the approval
of Engineer-in-Charge.

In case of fouling of a line with other piping, structure, equipment etc. the matter shall be
brought to the notice of Engineer-in-Charge and corrective action shall be taken as per his
instructions.

5.3 Cold Pull

Wherever cold pull is specified, the Contractor shall maintain the necessary gap, as indicated
in the drawing. Confirmation in writing shall be obtained by the Contractor from the
Engineer-in-Charge, certifying that the gap between the pipes is as indicated in the drawing,
before drawing the cold pull. Stress relieving shall be performed before removing the gadgets
for cold pulling.

5.4 Slopes

Slopes specified for various lines in the drawings / P&ID shall be maintained by the
Contractor. Corrective action shall be taken by the Contractor in consultation with Engineer-
in-Charge wherever the Contractor is not able to maintain the specified slope.

5.5 Expansion Joints / Bellows

Installation of Expansion Joints/Bellows shall be as follows:

5.5.1 All Expansion joints / Bellows shall be installed in accordance with the specification and
installation drawings, supplied to the Contractor.

5.5.2 a. Upon receipt, the Contractor shall remove the Expansion Joints/ Bellows from the
case(s) and check for any damage occurred during transit.

b. The Contractor shall bring to the notice of the Engineer-in- Charge any damage done to
the bellows / corrugations, hinges, tie-rods, flanges/ weld ends etc.

c. Each Expansion Joint / Bellow shall be blown free of dust / foreign matter with
compressed air or cleaned with a piece of cloth.

5.5.3 a. For handling and installation of Expansion Joints, great care shall be taken while
aligning. An Expansion Joints shall never be slinged from bellows corrugations/
external shrouds, tie / rods, angles.

b. An Expansion Joints / Bellow shall preferably be slinged from the end pipes / flanges
or on the middle pipe.

5.5.4 a. All Expansion Joints shall be delivered to the Contractor at "Installation length",
maintained by means of shipping rods, angles welded to the flanges or weld ends or by
wooden or metallic stops.

b. Expansion Joints stop blocks shall be carefully removed after hydrostatic testing.
Angles welded to the flanges or weld ends shall be trimmed by saw as per
manufacturer's instructions and the flanges or weld ends shall be ground smooth.

5.5.5 a. The pipe ends in which the Expansion Joint is to be installed shall be perfectly aligned
or shall have specified lateral deflection as noted on the relevant drawings.

b. The pipe ends / flanges shall be spaced at a distance specified in the drawings.

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

Page 1103 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
5Igz:ITE1151-
ag WINDIA LIMITED FOR FABRICATION AND 6-44-0012 Rev. 5
,alfrA292.2anagOval (A Govt of 'oda Undertaking) ERECTION OF PIPING Page 13 of 15

5.5.6 The Expansion Joint shall be placed between the mating pipe ends / flanges and shall be tack
welded/bolted. The mating pipes shall again be checked for correct alignment.

5.5.7 Butt-welding shall be carried out at each end of the expansion joint. For flanged Expansion
Joint, the mating flanges shall be bolted.

5.5.8 After the Expansion Joint is installed the Contractor shall ensure that the mating pipes and
Expansion Joints are in correct alignment and that the pipes are well supported and guided.

5.5.9 The Expansion Joint shall not have any lateral deflection. The Contractor shall maintain
parallelism of restraining rings or bellows convolutions.

5.5.10 Precautions

a. For carrying out welding, earthing lead shall not be attached with the Expansion Joint.

b. The Expansion bellow shall be protected from arc weld spot and welding spatter.

c. Hydrostatic Testing of the system having Expansion Joint shall be performed with
shipping lugs in position. These lugs shall be removed after testing and certification is
over.

5.6 Flange Connections

While fitting up mating flanges, care shall be exercised to properly align the pipes and to
check the flanges for trueness, so that faces of the flanges can be pulled together, without
inducing any stresses in the pipes and the equipment nozzles. Extra care shall be taken for
flange connections to pumps, turbines, compressors, cold boxes, air coolers etc. The flange
connections to these equipments shall be checked for misalignment, excessive gap etc. after
the final alignment of the equipment is over. The joint shall be made up after obtaining
approval of Engineer-in-Charge.

Hydraulic bolt tensioning & torque tensioning shall be performed on flange joints as per the
requirements specified in "Standard Specification for application of Torque & Hydraulic Bolt
Tension for flange joints," 6-76-0002 and its addendum, if any.

Temporary protective covers shall be retained on all flange connections of pumps, turbines,
compressors and other similar equipments, until the piping is finally connected, so as to avoid
any foreign material from entering these equipments.

The assembly of a flange joint shall be done in such a way that the gasket between these flange
faces is uniformly compressed. To achieve this, the bolts shall be tightened in a proper
sequence. All bolts shall extend completely through their nuts but not more than 1/4".

Steel to C.I. flange joints, if any, shall be made up with extreme care, tightening the bolts
uniformly after bringing flange flush with gaskets with accurate pattern and lateral alignment.

5.7 Vents and Drains

High point vents and low point drains shall be provided as per the instructions of Engineer-
in-Charge, even if these are not shown in the drawings. The details of vents and drains shall
be as per piping material specifications / job standards.

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

Page 1104 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS FOR FABRICATION AND
Igar lat51-i-eg
1.1171 evERR 051.770.1)
INDIA LIMITED
(AGot of ind.unde,takm) ERECTION OF PIPING
6-44-0012 Rev. 5
Page 14 of 15

5.8 Valves

Valves shall be installed with spindle / actuator orientation / position as shown in the layout
drawings. In case of any difficulty in doing this or if the spindle orientation / position is not
shown in the drawings, the Engineer-in-Charge shall be consulted and work done as per his
instructions. Care shall be exercised to ensure that globe valves, check valves, and other uni-
directional valves are installed with the "Flow direction arrow "on the valve body pointing in
the correct direction. If the direction of the arrow is not marked on such valves, this shall be
done in the presence of Engineer-in-Charge before installation.

Fabrication of stem extensions, locking arrangements and interlocking arrangements of valves


(if called for), shall be carried out as per drawings/ instructions of Engineer-in-Charge.

5.9 Instruments

Installation of in-line instruments such as control valve, orifice flange, rotameter, safety
valves, restriction orifice, rupture disc, de-super heaters, corrosion probes, annubar, magnetic
flow meter, ultrasonic flow meter, Coriolis mass flow meters, venturi PG/PT/ Flow
transmitter, ejectors, etc. and Shut Down Valves with fireboxes shall form a part of piping
erection work.

Fabrication and erection of piping upto first block valve / nozzle / flange for installation of
offline Instruments for measurement of level, pressure, temperature, flow etc. shall also form
part of piping construction work. The limits of piping and instrumentation work will be shown
in drawings / standards / specifications. Orientations / locations of take-offs for temperature,
pressure, flow, level connections etc. shown in drawings shall be maintained.

Flushing and testing of piping systems which include instruments mentioned above and the
precautions to be taken are covered in flushing, testing and inspection of piping (EIL Spec. 6-
44-0013). Care shall be exercised and adequate precautions taken to avoid damage and entry
foreign matter into instruments during transportation, installation, testing etc.

5.10 Line Mounted Equipments / Items

Installation of line mounted items like filters, strainers, steam traps, air traps, desuperheaters,
ejectors, samples coolers, mixers, flame arrestors, sight glasses etc including their supporting
arrangements shall form part of piping erection work.

5.11 Bolts and Nuts

The Contractor shall apply molycoat grease mixed with graphite powder (unless otherwise
specified in piping classes) all bolts and nuts during storage, after erection and wherever
flange connections are broken and made-up for any purpose whatsoever. The grease and
graphite powder shall be supplied by the Contractor within the rates for piping work.

5.12 Pipe Supports

Pipe supports are designed and located to effectively sustain the weight and thermal effects
of the piping system and to prevent its vibrations. Location and design of pipe supports will
be shown in drawings for lines 2" NB & above. For lines 11/2"NB & below Contractor shall
locate and design pipe supports in line with EIL Stds. In case of IBR Lines 11/2"NB & below
only indicative supporting shall be provided & detailing of such supports is in Contractor's
scope. Contractor shall obtain approval of Engineer - in - Charge on drawings prepared by
Contractor, before erection. However, any extra supports desired by Engineer-in-Charge shall
also be installed.

Copyright EIL — All rights reserved


Format No 8-00-0001-F1 Rev 0

Page 1105 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
401 elf f ENGINEERS
FOR FABRICATION AND
ligzir efgleg INDIA LIMITED 6-44-0012 Rev. 5
(OM eIZIWZThy) IA Govt of Indla Undertak.91 ERECTION OF PIPING Page 15 of 15

No pipe shoe / cradle shall be offset unless specifically shown in the drawings.

Hanger rods shall be installed inclined in a direction opposite to the direction in which the
pipe move during expansion.

Piping (including small bore) shall not be supported directly from gratings of platforms
including equipment platforms.

Preset pins of all spring supports shall be removed only after hydrostatic testing and insulation
is over. Springs shall be checked for the range of movement and adjusted if necessary to obtain
the correct positioning in cold condition. These shall be subsequently adjusted to hot setting
in operating condition. The following points shall be checked after installation, with the
Engineer-in-Charge and necessary confirmation in writing obtained certifying that:

All restraints have been installed correctly.


Clearances have been maintained as per support drawings.
Insulation does not restrict thermal expansion.
All temporary tack welds provided during erection have been fully removed.
All welded supports have been fully welded.

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

Page 1106 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS INSPECTION, FLUSHING AND
rif
INDIA UMITED 6-44-0013 Rev. 5
IA GPM of In Undettalting) TESTING OF PIPING SYSTEMS Page 1 of 9

trrftrr fiwrz4 P-Faqur, ~r air


ttqui 1-11vich fq-raftr

STANDARD SPECIFICATION FOR


INSPECTION, FLUSHING AND
TESTING OF PIPING SYSTEMS

REAFFIRMED & ISSUED AS STANDARD


5 31.07.18 PK frS7
1 MI RKT
SPECIFICATION
REVISED & ISSUED AS STANDARD
4 01.07.13 UK SH RN ATD DM
SPECIFICATION
REVISED & ISSUED AS STANDARD
3 27.08.07 RN ATD DM VC
SPECIFICATION
PMI REQT. INCLUDED AND ISSUED AS
2 05.06.03
STANDARD SPECIFICATION RN DM BN SKG
REAFFIRMED AND ISSUED AS STD.
1 15.09.98 SH BRB NS AS
SPECIFICATION
Standards Standards
Rev. Committee Bureau
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 1107 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION
ENGINEERS FOR INSPECTION, FLUSHING No.
if INDIA LIMITED
) IA Gore of India Undertaking) AND TESTING OF PIPING 6-44-0013 Rev. 5
SYSTEMS Page 2 of 9

Abbreviations:

ASME : The American Society of Mechanical Engineers

IBR : Indian Boiler Regulations

PMI : Positive Material Identification

ppm Parts per million

SS Stainless Steel

Piping Standards Committee

Convenor : Mr. M. Ismaeel

Members : Mr. Amrendra Kumar


Mr. G. Balaji
Mr. Udayan Chakravarty
Mr. K.J. Harinarayanan (S&ME)
Mr. S. Ghosal (Process-2)
Mr. G.K. Iyer (Projects)
Mr. Pankaj Kumar Rai (Construction)
Mr. S. C. Maity (Structural)

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

Page 1108 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION
daaeieldik
r- ENGINEERS FOR INSPECTION, FLUSHING No.
51&.41 kitiReglilir INDIA LIMITED 6-44-0013 Rev. 5
1.11OPI rRONVotratItooll (A Govt of Mr Undertaking) AND TESTING OF PIPING
SYSTEMS Page 3 of 9

CONTENTS

1.0 SCOPE 4

2.0 REFERENCES 4

3.0 INSPECTION 4

4.0 FLUSHING 4

5.0 PRESSURE TESTING 5

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

Page 1109 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION
31 ENGINEERS FOR INSPECTION, FLUSHING No.
feVieg
I 4.11VI 212Mre J,10,71)
INDIA LIMITED
(A Govt of Intha Undertaking) AND TESTING OF PIPING 6-44-0013 Rev. 5
SYSTEMS Page 4 of 9

1.0 SCOPE

This specification covers the general requirements for inspection, flushing and testing of piping
systems. However, testing of steam lines falling under IBR shall also be governed by Indian
Boiler Regulations.

Flushing and testing of all piping systems shall be witnessed by the Engineer-In-Charge.

2.0 REFERENCES

ASME B31.3 Process Piping

IBR Indian Boiler Regulations

6-82-0002 Standard Specification for Positive Material Identification


(PMI) at Construction Sites

3.0 INSPECTION

During various stages and after completion of fabrication and erection, the piping system shall
be inspected by the Engineer-In-Charge to ensure that:

Proper piping material has been used.

PMI has been performed as per EIL specification '6-82-0002'.

Piping has been erected as per drawings and instructions of Engineer-In-Charge.

All supports have been installed correctly.

Test preparations mentioned in this specification have been carried out.

4.0 FLUSHING

Flushing of all lines shall be done before pressure testing.

Flushing shall be done by 'fresh potable water' or by 'dry compressed air wherever water
flushing is not desirable to clean the pipe of all dirt, debris or loose foreign material.

Required pressure for water flushing shall meet the fire hydrant pressure or utility water
pressure. For air flushing, the line/system shall be pressurized by compressed air at the required
pressure which shall be 3.5 kg/cm2 g maximum. The pressure shall then be released by quick
opening of a valve, already in line or installed temporarily for this purpose. This procedure
shall be repeated as many times as required till the inside of the pipe is fully cleaned.

In line instruments like control valves, orifice plates, rotameters, safety valves and other
instruments like thermowells which may interfere with flushing shall not be included in flushing
circuit.

The screens/meshes shall be removed from all permanent strainers before flushing.
Screens/meshes shall be reinstalled after flushing but before testing.

During flushing temporary strainers shall be retained. These shall be removed, cleaned and
reinstalled after flushing, but, before testing.

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

Page 1110 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION
ENGINEERS FOR INSPECTION, FLUSHING No.
Eit5teg TOY INDIA LIMITED 6-44-0013 Rev. 5
0., maw ret amen) (A Govl of Inch. Undenak.9) AND TESTING OF PIPING
SYSTEMS Page 5 of 9

In case any equipment such as column, vessel, exchanger etc. form part of a piping circuit during
flushing, this shall be done with the approval of Engineer-In-Charge. However, equipments thus
included in the circuit shall be completely drained and dried with compressed air after flushing
is completed.

During flushing discharged water/air shall be drained to the place directed by the Engineer-In-
Charge. If necessary, proper temporary drainage shall be provided by the contractor.

Care shall be taken during flushing so as not to damage/spoil work of other agencies.
Precautions shall also be taken to prevent entry of water/foreign matter into equipments, electric
motors, instruments, electrical installations etc. in the vicinity of lines being flushed.

The contractor shall carry out all the activities required before, during and after the flushing
operation, arising because of flushing requirements, such as but not limited to the following:

Dropping of valves, specials, distance pieces, inline instruments and any other piping part before
flushing. The flanges to be disengaged for this purpose shall be envisaged by the contractor and
approved by the Engineer-In-Charge. These flanges shall be provided with temporary gaskets
at the time of flushing.

After flushing is completed and approved, the valve distance pieces, piping specials etc. shall
be reinstalled by the contractor with permanent gaskets. However, flanges at equipment nozzles
and other places where isolation is required during testing, only temporary gaskets shall be
provided.

Records in triplicate shall be prepared and submitted by the contractor for each piping system
for the flushing done in the proforma provided/approved by the Engineer-in-Charge.

5.0 PRESSURE TESTING

Pressure testing, in general shall be as per clause 345 of ASME B31.3, unless otherwise
specified, herein. Lines carrying highly hazardous/poisonous fluids must have a sensitive leak
test. For IBR lines, `IBR Regulations' shall also be followed.

5.1 Extent of Testing

With the exclusion of instrumentation, piping systems fabricated or assembled in the field
shall be tested irrespective of whether or not they have been pressure tested prior to site
welding or fabrication.

To facilitate the testing of piping systems, vessels and other equipments may be included in the
system with the prior approval of Engineer-In-Charge if the test pressure specified is equal to
or less than that for the vessels and other equipments.

Pumps, compressors and other rotary equipments shall not be subjected to field test pressure.

Lines which are directly open to atmosphere such as vents, drains, safety valves discharge need
not be tested, but all joints shall be visually inspected. Wherever necessary, such lines shall be
tested by continuous flow of fluid to eliminate the possibility of blockage. However, such lines
if provided with block valve shall be pressure tested up to the last block valve.

Seats of all valves shall not be subjected to a pressure in excess of the maximum cold working
pressure of the valve. Test pressure applied to valves shall not be greater than the manufacturer's
recommendation nor less than that required by the applicable code. Where allowable seat
pressure is less than test pressure, test shall be made through an open valve.

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

Page 1111 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION
Ill6ki ENGINEERS No.
Ifgar lapteg FOR INSPECTION, FLUSHING
INDIA LIMITED 6-44-0013 Rev. 5
eIiikorenalJnonal IA Govt of India Undertaking) AND TESTING OF PIPING
SYSTEMS Page 6 of 9

Instruments in the system to be tested shall be excluded from the test by isolation or removals,
unless approved otherwise by the Engineer-In-Charge.

Restrictions which interfere with filling, venting, draining such as orifice plates etc. shall not be
installed unless testing is complete.

Control valves shall not be included in the test system. Where bypasses are provided test shall
be performed through the bypass and/or necessary spool shall be used in place of the control
valve.

Pressure gauges which are part of the finished system, but cannot withstand test pressure shall
not be installed until the system has been tested. Where piping systems to be tested are directly
connected at the battery limits to piping for which the responsibility rests with other agencies,
the piping to be tested shall be isolated from such piping by physical disconnection such as
valve or blinds.

5.2 General Requirements / Test Preparation for Testing

Testing shall be carried out with permanent gaskets installed unless specified otherwise or
instructed by the Engineer-in-Charge.

No pressure test shall be carried out against closed valve unless approved by the Engineer-
in-Charge

The Engineer-in-Charge shall be notified in advance by the Contractor, of the testing sequence
and programme, to enable him to be present for witnessing the test. The Contractor shall be
fully responsible for making arrangements with the local boiler inspector to witness the tests for
steam lines falling under IBR. IBR certificates for these tests shall be obtained in the relevant
IBR forms and furnished to the Engineer-in-Charge.

Before testing, all piping shall be cleaned by flushing to make it free from dirt, loose scale,
debris and other loose foreign materials.

All piping systems to be hydrostatically tested shall be vented at the high points and the systems
purged of air before the test pressure is applied.

Wherever in the line any void exists due to any reasons, like absence of control valves, safety
valves, check valves etc. it shall be filled with temporary spools.

All joints welded, screwed or flanged shall be left exposed for examination during the test.
Before pressurizing the lines, each weld joint shall be cleaned by wire brush to free it from rust
and any other foreign matter.

Where a system is to be isolated at a pair of companion flanges, a blank shall be inserted between
the companion flanges. Minimum thickness of the blank shall be designed in accordance with
applicable design code.

Open ends of piping system where blanks cannot be used, such as pumps, compressors, turbines
or wherever equipment or pipe spools have been recovered or disconnected prior to hydrostatic
testing, shall be blinded off by using standard blind flanges of same rating as the piping system
being tested.

Pressure gauges used in testing shall be installed as close as possible to the lowest point in the
piping system to be tested, to avoid overstressing of any of the lower portions of the system. For
longer lines and vertical lines, two or more pressure gauges shall be installed at locations
decided by the Engineer-in-Charge.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 1112 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
1=g-ar idOles INDIA LIMITED INSPECTION, FLUSHING AND 6-44-0013 Rev. 5
cleans' 0,13ER7.1) (A Govt of India UnOeflaking)
TESTING OF PIPING SYSTEMS Page 7 of 9

For lines containing check valves any of the following alternatives shall be adopted for
pressure testing:

Whenever possible pressurize up-stream side of valve.

Replace the valve by a temporary spool and reinstall the valve after testing.

Provide blind on valve flanges and test the upstream and downstream of the line
separately and remove the blind after testing. At these flanges, temporary gaskets shall
be provided during testing and shall be replaced by permanent gaskets subsequently.

For check valves in lines P/2" and below flapper or seat shall be removed during
testing (if possible). After completion of testing the flapper/seat shall be refitted.

Gas lines when hydrostatically tested shall be provided with additional temporary supports
during testing as directed by the Engineer-in-Charge.

Piping which is spring or counter-weight supported shall be temporarily supported, where the
weight of the fluid would overload the support. Retaining pins for spring supports shall be
removed only after testing is completed and test fluid is completely drained.

When testing any piping system, air or steam of approximately 2 kg/ cm2g may be used as
preliminary test to detect missing gaskets etc. as this avoids the necessity of draining the line
to make repairs. However, steam shall not be used for this purpose, if the steam temperature is
more than the design temperature of the line.

For jacketed pipes testing of core pipes shall be done on individual pieces where the pipe is
continuously jacketed, before it is jacketed. The outer jacket shall be tested separately as a
system. For piping with discontinuous jacketing the core pipe and the jacket shall be tested as
separate continuous systems.

5.3 Testing Media, Test Pressure and Test Pressure Gauges

5.3.1 Testing Media

In general all pressure tests shall be hydrostatic using iron free water, which is clean and free
of silt. Maximum chloride content in water for hydrostatic testing for SS piping shall be 15-
20 ppm.

Air shall be used for testing only if water would cause corrosion of the system or overloading
of supports etc. in special cases as directed by Engineer-in-Charge.

If operating fluid in the line is much lighter than testing fluid, the additional weight of testing
fluid may render piping supports (as designed) inadequate. This will call for additional
temporary supports. The typical examples are flare and vapor lines. It is preferable that
hydrostatic testing is avoided in such systems and instead pneumatic testing may be specified.

Where air/water tests are undesirable, substitute fluids such as gas oil, kerosene, methanol etc.
shall be used as the testing medium, with due consideration to the hazards involved. These test
fluids shall be specified in the line list given to the contractor.

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

Page 1113 of 4396


ENGINEERS STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ir 056
fg-zwren INDIA LIMITED INSPECTION, FLUSHING AND 6-44-0013 Rev. 5
rf eme m..r.row)
TESTING OF PIPING SYSTEMS Page 8 of 9

5.3.2 Test Pressure

The hydrostatic/ pneumatic test pressure shall be as indicated in the line list or as per the
instruction of Engineer-in-Charge.

The selection of the piping system for one individual test shall be based on the following:

Test pressure required as per line list.

Maximum allowable pressure for the material of construction of piping.

Depending upon the above requirements and based on construction progress, maximum length
of piping shall be included in each test.

5.3.3 Test Pressure Gauge

All gauges used for field testing shall have suitable range so that the test pressure of various
systems falls in 35% to 65% of gauge scale range. Pressure gage dial shall be minimum of 150
mm. Size of Bourdon shall not be less than 75% of nominal diameter of dial range. Gauge
shall be of a good quality and in first class working condition.

Prior to the start of any test or periodically during the field test programme, all test gauges
shall be calibrated using a standard dead weight gauge tester or other suitable approved testing
apparatus. Any gauge showing an incorrect zero reading or error of more than ± 2% of full
scale range shall be discarded .The Engineer-in-Charge shall check the accuracy of master
pressure gauge used for calibration. Calibration certificate shall be furnished for the pressure
gages.

5.4 Testing Procedure

5.4.1 Hydrostatic Test

All vents and other connections used as vents shall be left open while filling the line with test
fluid for complete removal of air. In all lines for pressurizing and depressurizing the system,
temporary isolation valves shall be provided if valved vents, drains do not exist in the system.

Pressure shall be applied only after the system / line is ready and approved by the Engineer-in-
charge.

Pressure shall be applied by means of a suitable test pump or other pressure source which shall
be isolated from the system as soon as test pressure is reached and stabilized in the system.

A pressure gauge shall be provided at the pump discharge for guidance in bringing the system
to the required pressure.

The pump shall be attended constantly during the test by an authorized person. The pump shall
be isolated from the system whenever the pump is to be left unattended.

Test pressure shall be maintained for a sufficient length of time not less than 10minutes. Test
pressure shall be released only after physical checking of all the joints and attachments are
completed, to permit thorough inspection of all joints and connections for leakage or signs of
failure. Any joint found leaking during a pressure test shall be retested to the specified
pressure after repair.

The pump and the piping system to be tested are to be provided with separate pressure
indicating test gauges.

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

Page 1114 of 4396


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
fsral
(11W!
acs
1731,1,1.11
INDIA LIMITED INSPECTION, FLUSHING AND
TESTING OF PIPING SYSTEMS
6-44-0013 Rev. 5
Page 9 of 9

Care shall be taken to avoid increase in the pressure due to temperature variation during the
test.

5.4.2 Pneumatic Test

When testing with air, pressure shall be supplied by means of a compressor. The compressor
shall be portable type with a receiver, after cooler and oil separator.

Piping to be tested by air shall have joints covered with a soap and water solution so that the
joints can be examined for leaks.

All other details shall be same as per hydrotesting procedure (specified above).

5.5 Completion of Testing

After the hydrostatic test has been completed, pressure shall be released by opening the vents,
in a manner and at a rate so as not to endanger personnel or damage equipments.

All vents shall be opened before the system is to be drained and shall remain open till all
draining is complete, so as to prevent formation of vacuum in the system. After draining,
lines/ systems shall be dried by air. In services like dry air, ethylene etc., small traces of water
can cause problem. For such lines hot air drying is to be done after hydro-test.

After testing is completed the test blinds shall be removed and equipment / piping isolated
during testing shall be connected using the specified gaskets, bolts and nuts. These
connections shall be checked for tightness in subsequent pneumatic tests to be carried out by
the contractor for complete loop / circuit including equipments (except rotary equipments).

Pressure test shall be considered complete only after approved by the Engineer-in-Charge.
Defects, if any, noticed during testing shall be rectified immediately and retesting of the
system / line shall be done by the contractor at his cost.

5.6 Test Records

Records in triplicate shall be prepared and submitted by the contractor for each piping system,
for the pressure test done in the proforma provided/approved by the Engineer-in-Charge.
Records shall also be submitted for the PMI undertaken as per EIL Std. Specification No.
6-82-0002.

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

Page 1115 of 4396


STANDARD SPECIFICATION NO.
ENGINEERS
k-11 el PIPING SPECIFICATION FOR
Ogell Rateg INDIA LIMITED PACKAGE UNITS 6 44 0015 Rev. 1
- -

IA Govt of India Undertaking)


Page 1 of 6

fffR
TOT 1-4-44-r

PIPING SPECIFICATION FOR


PACKAGE UNITS

REAFFIRMED AND ISSUED AS STANDARD


1 13.07.17 dLPK SH v MI RN
SPECIFICATION

0 21.10.10 ISSUED AS STANDARD SPECIFICATION SH ATD SC DM ND


Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F3 Rev. 0 Copyright EIL — All rights reserved

Page 1116 of 4396


STANDARD SPECIFICATION NO.
ENGINEERS PIPING SPECIFICATION FOR
INDIA LIMITED PACKAGE UNITS 6 44 0015 Rev. 1
- -
10WR eiomre agral, (AG. of India Undertaking)
Page 2 of 6

Abbreviations:

IBR Indian Boiler Regulations

PMS Piping Material Specification

VMS Valve Material Specification

ASME American Society of Mechanical Engineers

B/L Battery Limit

P&IDs Piping and Instrumentation Diagrams

Piping Standards Committee

Convenor : Mr. M. Ismaeel

Members : Mr. Amrendra Kumar


Mr. G. Balaji
Mr. Udayan Chakravarty
Mr. K.J. Harinarayanan (S&ME)
Mr. S. Ghoshal (Process-2)
Mr. G.K. Iyer (Projects)
Mr. Pankaj Kumar Rai (Construction)

Format No. 8-00-0001-F3 Rev. 0 Copyright EIL — All rights reserved

Page 1117 of 4396


STANDARD SPECIFICATION NO.
el ENGINEERS PIPING SPECIFICATION FOR
Ogez fElf5teg INDIA LIMITED PACKAGE UNITS 6 44 0015 Rev. 1
- -

(A Govt of India Undertaking)


Page 3 of 6

CONTENTS

1.0 SCOPE 4

2.0 REFERENCES 4

3.0 PIPING DESIGN 4

4.0 DRAWINGS AND DOCUMENTS 6

5.0 DEVIATIONS 6

6.0 ATTACHMENTS 6

Format No. 8-00-0001-F3 Rev. 0 Copyright EIL — All rights reserved

Page 1118 of 4396


STANDARD SPECIFICATION NO.
ot
ifaeit4 F7iMp
—. ENGINEERS PIPING SPECIFICATION FOR
Og en idigieg INDIA LIMITED PACKAGE UNITS 6-44-0015 Rev. 1
(A Govt of India Undertaking)
Page 4 of 6

1.0 SCOPE
This standard specification briefly covers the design requirements, materials and guidelines
for the design and engineering of piping systems inside package units. This standard
specification is generally applicable to following packages; however the same can be adapted
for other packages with similar scope of piping systems.

1. Dosing Skids
2. Nitrogen Package
3. Feed Filters
4. Air Dryers
5. Refrigeration Package
6. PSA
7. Filtration Package
8. Pelletizer
9. Extruders

This specification is not applicable for packages like process gas compressors, mounded
bullets, Heaters, Incinerator etc where extensive process piping is included in the vendor
scope. This specification is also not applicable for Utility packages like Raw Water Plant,
DM Plant, Cooling Tower, Captive Power Plant etc.

2.0 REFERENCES
The design and engineering shall conform to the following standards as applicable:

1. ASME B 31.3 "Process Piping"


2. ASME B 31.5 "Refrigeration Piping and Heat Transfer Components "
3. IBR " Indian Boiler Regulations"

3.0 PIPING DESIGN


3.1 Piping Design Basis
3.1.1 Preferred level of bottom of piping at grade shall be 500 mm.

3.1.2 Minimum level of overhead piping shall be such that a clear 2.2 M headroom is available
below pipe/insulation/supports.

3.1.3 Minimum height of equipment foundations shall be 300 mm from finished grade level.

3.1.4 All open vents to atmosphere shall be vented to safe location at least 3 M above nearest
operating floor or platform located within a radius of 6 M for steam and 8 M for
hydrocarbon/toxic discharge.

3.1.5 Hydrostatic test, Leak test, Non destructive Examination shall be carried out as per applicable
piping design codes.

3.1.6 Hydrostatic Vents and Drains shall be provided at High Point and Low points respectively as
per approved PMS and or good engineering practice.

3.1.7 Piping systems shall be adequately flexible to cater for thermal expansion/contraction under
start-up, operating and shut down conditions. A comprehensive computerized flexibility
analysis should be carried out for lines of sizes 6" & above with design temperature greater
than 120°C connected to rotating machines to ensure that the stresses and loads do not exceed

Format No. 8-00-0001-F3 Rev. 0 Copyright EIL — All rights reserved

Page 1119 of 4396


STANDARD SPECIFICATION NO.
ENGINEERS PIPING SPECIFICATION FOR
fge_jiEffiiteg INDIA LIMITED PACKAGE UNITS 6-44-0015 Rev. 1
(A Govt 01 lottia Undoctolon9t
Page 5 of 6

the values permitted in the applicable code or those provided by equipment manufacturer. All
hydrocarbon lines shall be designed considering steam out temperature.

3.1.8 All instruments and valves requiring attention during normal operation shall be conveniently
operable.

3.1.9 Adequate space shall be provided for removal of equipment components for routine
maintenance.

3.2 Pipe Support Design Basis


All piping shall be adequately supported, guided or anchored so as to prevent undue vibration,
deflection/expansion or loads on connected equipment and leakage at flanged joints. Piping
at valves and equipments such as heat exchangers and pumps, requiring periodic
maintenance, shall be supported in such a way so that the valves and Equipments can be
removed with a minimum necessity of installing temporary pipe supports. Pedestal height
for pipe supports on paved area shall be 150mm above HPP. In case of unpaved area, the
pedestal height shall be 300 mm.

3.3 Piping Material Specification/ Valve Material Specification


The job piping material specification as applicable to incoming and outgoing lines is provided
as Annexure I, II. Vendor shall follow these piping classes if shown in P&IDs. Basic details
for valves are provided in the Piping Material Specification. Detail Valve material
specification shall be provided to the successful bidder. In case of variation in
material/components from this specification it shall be the responsibility of the vendor to
ensure suitability and establish equivalence of proposed material.
3.4 Battery Limit
All incoming and outgoing Piping shall be terminated by the vendor at one location with
isolation valves/flanges as per the approved P&IDs. B/L interface orientation shall be
finalized during detail engineering. Battery Limit Drawing shall indicate exact location,
levels and scope of package piping for all incoming and outgoing lines. All piping at Battery
Limit shall be anchored.
3.5 Insulation, Painting & Welding
3.5.1 Hot Insulation and Cold Insulation

3.5.1.1 Insulation with appropriate thickness shall be provided wherever required as per process and
safety requirements.

3.5.1.2 Insulation material, cladding, ancillaries etc shall be provided as per established industry
practice.

3.5.1.3 Suitable protective system shall be provided to eliminate the corrosion under insulation.

3.5.2 Painting
The protective paint system shall be provided to protect external surface of all alloy steel and
carbon steel piping and equipments which are not insulated. The painting system shall be
suitable for the type of environment where package unit is to be installed.

Format No. 8-00-0001-F3 Rev. 0 Copyright EIL — All rights reserved

Page 1120 of 4396


STANDARD SPECIFICATION NO.
ei
101
Ogem fafgleg
.791 ENGINEERS
INDIA LIMITED
PIPING SPECIFICATION FOR
6-44-0015 Rev. 1
IA Govt of India Undertaking)
PACKAGE UNITS
Page 6 of 6

3.5.3 Welding
Welding procedure qualification, welder's qualification, all welding work, equipment for
welding, heat treatment, other auxiliary functions and the welding personnel shall meet the
requirements of the accepted national/international standards and practices.

4.0 DRAWINGS AND DOCUMENTS


Vendor shall furnish battery limit interface piping drawing for review. The drawing shall
have details as referred in clause 3.4 above.

5.0 DEVIATIONS
Vendor shall not take any deviations to the specifications included herein. However, if
absolutely necessary deviations shall be listed separately in appropriate format at the bidding
stage.

6.0 ATTACHMENTS
No. Description
1. Job Piping Material Specification
2. Job Piping Material Specification - General Notes
3. Job Valve Material Specification (will be provided to successful bidder)
4. List of standards/Specification referred in Job PMS
5. B/L Sketch

Format No. 8-00-0001-F3 Rev. 0 Copyright EIL — All rights reserved

Page 1121 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
‘31 rft ENGINEERS FOR FABRICATION OF PIPING 6-44-0018 Rev. 1
IgIIIfaRegw INDIA LIMITED SPOOLS
lartETV etionfOoswoora) IA Govt of India Undertaking) Page 1 of 11

- 71-47 Tp.
11114)

STANDARD SPECIFICATION FOR


FABRICATION OF
PIPING SPOOLS

REVISED & ISSUED AS STANDARD SM


1 31.03.21 PK SH
SPECIFICATION

0 01.07.15 ISSUED AS STANDARD SPECIFICATION SH AK RN SC


Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

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

Page 1122 of 4396


ENGINEERs STANDARD SPECIFICATION STANDARD SPECIFICATION No. c
ea ogieglipINDIA LIMITED FOR FABRICATION OF PIPING 6-44-0018 Rev. 1
keen elemeneandia41 IA Govt of India Undertaking)
SPOOLS Page 2 of 11

Abbreviations:

ANSI American National Standards Institute


ASME American Society of Mechanical Engineers
IBR Indian Boiler Regulations
BW Butt Welded
IS Indian Standards
LTCS Low Temperature Carbon Steel
MR Material Requisition
NDE Non-Destructive Examination
PMS Piping Material Specification
SS Stainless Steel
SW Socket Welded

Piping Standards Committee

Convenor : Mr. G. Balaji

Members : Mr. Mahesh Kumar


Mr. Udayan Chakravarty
Mr. R. Giridhar
Mr. K. Anjaneyulu (S&ME)
Mr. S. Ghoshal (Process-2)
Mr. S.C. Maity (Structural)
Mr. G.K. Iyer (Projects)
Mr. Pankaj Kumar Rai (Construction)

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

Page 1123 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
Ifgat kffaegWily INDIA IJMITED FOR FABRICATION OF PIPING 6-44-0018 Rev. 1
tagtio, Vtarreaoa000tt)
SPOOLS
IA Gout of India Undertaking)
Page 3 of 11

CONTENTS

1.0 SCOPE 4

2.0 SCOPE OF WORK OF CONTRACTOR .4

3.0 BASIS OF WORK .4

4.0 SUPPLY OF PIPING MATERIALS .6

5.0 FABRICATION .8

6.0 INSPECTION AND TESTING 10

7.0 MARKING 10

8.0 DOCUMENTATION .10

9.0 HANDLING, STORAGE AND DESPATCH 11

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

Page 1124 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
t_Wkiel— ENGINEERS -
aft FOR FABRICATION OF PIPING
Ogar tilaegW; INDIA LIMITED 6-44-0018 Rev. 1
1.4117f etivetitavJoarat (A Govt India Undertaktngt
SPOOLS Page 4 of 11

1.0 SCOPE

This specification covers general requirements of fabrication of piping spools. The


specification covers the basis of work to be carried out by Contractor and applicable codes,
standards, specifications and normal practice to be followed during fabrication by the
Contractor.

2.0 SCOPE OF WORK OF CONTRACTOR

Generally the scope of work of Contractor shall include the following:

2.1 Supply (unless mentioned otherwise) and fabrication of Piping materials including the
following

a. Pipes (All sizes and schedule)

b. Flanges (All sizes, types & Pressure ratings).

c. Fittings (All sizes, types and schedule)

d. SW/BW Valves (<2", for vents, drains and instrument connections)

e. Attachments for supporting/branch reinforcement made of parent pipe/equivalent


material e.g., protection shields, dummy pipes, low supports, reinforcement pad, etc.

f. Supports made of Structural Steel and welded to Pipe, e.g., shoe supports, lug
supports, stiffeners etc.

g. Cleats for application of insulation (by others), supporting etc., if applicable.

2.2 Shop fabrication of piping in accordance with documents listed under C1.3.0 i.e. 'BASIS OF
WORK'.

2.3 Obtaining approval for drawings prepared by Contractor from statutory authority, if
required.

2.4 Radiography, stress relieving, dye penetration, magnetic particle test etc. as required in
specifications attached.

2.5 Any spool joint which fails during Hydrostatic testing at site shall be replaced/repaired to
the satisfaction of Owner within Owner stipulated time frame with no cost implication.

2.6 All piping materials used for spool fabrication shall be identified and documented as
traceable.

2.7 The heat no. and Material Test Certificate of all piping bulk material supplied by Contractor
shall be recorded and filed for the material trace ability

3.0 BASIS FOR WORK

3.1 The complete piping work shall be carried out in accordance with the following:

3.1.1 "Approved for Construction" drawings and sketches issued by EH, to the Contractor - Plans
and/or Isometrics.

3.1.2 Approved standards and specifications.

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

Page 1125 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
.
dadaeleiENGINEIRS
Oges faMegw- LIMITED FOR FABRICATION OF PIPING 6-44-0018 Rev. 1
,A God d Inda undegtiong) SPOOLS Page 5 of 11

3.1.3 Specifications/documents as below:

a. Job Piping Materials Specification (XXXX-6-44-0005)

b. Job Valve Material Specification (XXXX-6-44-0006)

c. Relevant Piping support standards.

d. Job specification of Non-destructive Requirement of Piping (XXXX-6-44-0016)

e. Standard specification for surface preparation and protective coating (new


construction), (6-79-0020)

f. Process Line schedule.

g. Job Welding Specification Charts for Piping Classes (XXXX-6-77-0005)

h. Job Welding specification for fabrication of piping. (XXXX-6-77-0001)

i. Technical Notes for Purchase of piping items

j. Job Standards for Non-Standard Items

k. Any other specifications attached with Piping Material Specification or special


condition of contract (such as standard for Dimensional Tolerances etc.)

1. Standard Specification for Positive Material Identification at Supplier's Works (6-81-


0001)

m. Standard Specification for Positive Material Identification at Construction Sites (6-82- I


0002)

3.1.4 Following codes, standards and regulations

a. ASME B 31.3 Process Piping

b. ASME Sec. VIII Code for unfired pressure vessel.

c. ASME Sec. IX Qualification standard for welding and brazing


procedures, welders, brazers and welding and
brazing operators.

d. IBR Indian Boiler Regulations

Note : All codes referred shall be latest edition, at the time of award of contract.

3.2 Deviations

Where a deviation from the "Basis of Work" and approved job procedure described above is
required or where the basis of work does not cover a particular situation, the matter shall be
brought to EIL and the work carried out only after obtaining written approval in each case.

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

Page 1126 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
4a1;k1e1, 1ftENONBERS
Ogeji INDIA LIMITED FOR FABRICATION OF PIPING 6-44-0018 Rev. 1
rawer eexatlerreJearso (A Gov. of India Undertaking)
SPOOLS Page 6 of 11

4.0 SUPPLY OF PIPING MATERIALS

4.1 Supply of all piping materials except tagged items, strainers, traps, orifice flanges, all
flanged valves, SW/BW valves greater than 1.5", blinds, Spectacle blinds, bolts, nuts and
gaskets is in scope of Contractor unless otherwise specified.

4.2 All material used for fabrication shall be in line with PMS and shall be procured as per
applicable Technical specification for purchase of the same where supply of materials is in
Contractor's scope. The materials shall be procured from the approved Vendor list attached
with the MR.

4.3 Pipe, pipe fittings, flanges and valves used in a given piping system shall be strictly as per
the "Piping Material Specification" for the "Pipe Class" specified for that system. To ensure
the above requirement, all piping material supplied by the Owner / Contractor shall have
proper identification marks as per relevant standards / Ell, specifications / Licensors
specification. Material traceability is to be maintained for S.S., LTCS and other exotic
materials. This shall be in addition to colour coding for all piping materials to avoid mix-up.

4.4 The Contractor shall ensure that for materials procured, Positive material identification as
per Standard Specification for Positive Material Identification at Supplier's Works, 6-81-
0001 has been performed. The Contractor shall perform Positive Material Identification as
per Standard Specification for Positive Material Identification at Construction Site (6-82-
0002) at his workshop.

4.5 Supply of valves is limited to SW/BW valves required for vents, drains and instrument
connections.

4.6 The Contractor must note that BOM given in Isometric is the exact material requirement.
Any cutting/wastage allowance as required by Contractor needs to be taken separately. No
payment shall be made for this allowance which needs to be considered at the time of
quotation. No allowance shall be considered for fittings/flanges/valves.

4.7 In case Supply of Piping Materials is in the scope of Owner, Owner shall supply pipes
considering a cutting/wastage allowance on 2.5%. No allowance shall be considered on
fittings/flanges/valves.

4.8 In cases where supply of Piping Materials for fabrication of Spools is included in the scope
of Contractor, the following minimum material shall be loose supplied as spare for every
individual item covered in the Material Requisition. Any loose supply material over and
above this minimum requirement shall also be supplied by Contractor as required. The rate
for all loose supplied material shall be same as that for supply as quoted in SOR:

ITEM SIZE % OF MR MIN. QUANTITY


NB (NPS) QUANTITY TO BE (PIPES -METRES
LOOSE SUPPLIED OTHERS - NOS.)
AS SPARE
PIPES Upto 1.5 15 12
C.S. 2-4 10 12
6-10 5 6
12 - 20 4 6
22 & Above 4 6
PIPES Upto 1.5 10 12
A.S., S.S.&Higher Alloys 2-4 8 6
6-10 5 6
12 - 20 4 6
22 & Above 4 6

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

Page 1127 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
~'iszlr laiReg -
W: INDIA LIMITED FOR FABRICATION OF PIPING 6-44-0018 Rev. 1
evivolVovJOOttit IA Gout N IndsO tAtOOttako.9)
SPOOLS Page 7 of 11

ITEM SIZE % OF MR MIN. QUANTITY


NB (NPS) QUANTITY TO BE (PIPES -METRES
LOOSE SUPPLIED OTHERS - NOS.)
AS SPARE
FITTINGS (Other than Upto 1.5 10 5
0-lets. for reducing fittings, 2—4 5 / 10 (for Elbows) 2
higher size shall govern) 6 —10 4 / 10 (for Elbows) 2
C.S. 12 — 20 3 / 5 (for Elbows) 1
22 & Above 2 / 5 (for Elbows) -

0-LETS (Given size is Upto 1.5 10 3


Branch size) 2—4 5 -
C.S. , A.S., S.S.& Higher 6 —10 4 -
Alloys 12 — 20 3 -
22 & Above 2 -
FITTINGS (Other than Upto 1.5 10 3 / 5 (for Elbows)
0-lets. for reducing fittings, 2—4 4 / 10 (for Elbows) - / 2 (for Elbows)
higher size shall govern) 6 — 10 3 / 10 (for Elbows) - / 2 (for Elbows)
A.S., S.S. & Higher Alloys 12 — 20 2 / 5 (for Elbows) - / 1 (for Elbows)
22 & Above 2 / 5 (for Elbows) -

FLANGES Upto 1.5 10 10


C.S 2—4 8 5
6-10 8 3
UPTO 300# 12 — 20 5 2
22 & Above 2 -
FLANGES Upto 1.5 5 5
C.S. 2—4 4 3
6-10 4 2
600# & ABOVE 12- 20 3 1
22 & Above 2 -
FLANGES Upto 1.5 10 5
A.S., S.S. & Higher Alloys 2—4 7 3
UPTO 300# 6 —10 6 2
12 — 20 4 1
22 & Above 2 -
FLANGES Upto 1.5 5 3
A.S., S.S. & Higher Alloys 2—4 4 1
600# & ABOVE 6 —10 3 1
12 & Above 2 -
VALVES Upto 1.5 10 5
C.S.
150# & 300#; (FLGD/BW)
VALVES Upto 1.5 5 5
C.S.
600# & ABOVE;
(FLGD/BW)

(SW/SCRD) 800#/ 1500# 0.5, 0.75 15 / 10 10 / 5


(SW/SCRD) 800# / 1500# 1, 1.5 10 / 5 10 / 5
VALVES Upto 1.5 5 5
A.S., S.S. & Higher Alloys
150# & 300#; (FLGD/BW)
VALVES Upto 1.5 5 5
A.S., S.S. & Higher Alloys
600#&ABOVE; (FLGD/BW)

(SW/SCRD) 800# / 1500# 0.5, 0.75 15 / 10 10 / 5


(SW/SCRD) 800# / 1500# 1, 1.5 5/3 5/2

4.9 In case of any revision in Spool after fabrication and dispatch, Contractor shall supply all
material required for carrying out the revision as loose supply in addition to the material
listed in C1.4.8

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

Page 1128 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
t31 ENGINEERS
$•geir 015ftWiF INDIA LIMITED FOR FABRICATION OF PIPING 6-44-0018 Rev. 1
(.172'n elivore,o1Joimil
(A Govt d India Undertaking)
SPOOLS Page 8 of 11

5.0 FABRICATION

5.1 Pipe Spool Generation

It is the Contractor's responsibility to make detailed spool drawings based on the inputs
provided. Field welds shall be clearly marked. Spool generation software shall be used for
this activity. The IPMF files for all spools shall be provided by Contractor for spool
management at Site.

IDF files shall be provided where possible. The AFC drawings/sketches shall be governing.
Any mismatch between IDF and PDF shall be brought to notice of Owner/EIL.

All Spools shall have a unique Spool identification number.

Pipe Spools shall be identified so as to minimize field welds. In no case shall the field welds
exceed 30% of total welds in any isometric.

Pipe Spools are to be sectionalized to fit into a box 12.0m x 3.0m x 3.0m in accordance with
Shipping length.

5.2 Dimensional Tolerances

Dimensional tolerances for piping fabrication shall be as per EIL Standard No. 7-44-0486.
The Contractor shall be responsible for working to the dimensions shown on the drawings.

53 Pipe Joints

The piping class of each line specifies the type of pipe joints to be adopted. In general,
joining of lines 2" and above in process and utility piping shall be accomplished by butt-
welds. Joining of lines 1.5" and below shall be by socket welding/butt welding/threaded
joints as specified in "Piping Material Specifications".

5.4 Butt Welded and Socket Welded Piping

End preparation, alignment and fit-up of pipe pieces to be welded, welding, pre-heating,
post-heating and heat treatment shall be as described in the Job welding specification
and NDE specification (XXXX-6-44-0016).

5.5 Flange Connections

All flange facings shall be true and perpendicular to the axis of pipe to which they are
attached. Flanged bolt holes shall straddle the normal centerlines unless different orientation
is shown in the drawing.

5.6 Branch Connections

Branch connections shall be as indicated in the piping material specifications. For end
preparation, alignment, spacing, fit-up and welding of branch connections refer welding
specifications. Templates shall be used wherever required to ensure accurate cutting and
proper fit-up.

In case of branches, for sizes 1.5" and below, only branch fitting shall be provided on main
pipe and for sizes 2" and above, pipe stub of length 500mm shall be provided on main pipe
as a minimum.

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

Page 1129 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ift
L; ENGINEERS
ogela
imegw: INDIA LIMITED FOR FABRICATION OF PIPING 6-44-0018 Rev. 1
MKT! eiERVE 213130i.) IA Govt of haw unciettakmg)
SPOOLS Page 9 of 11

For all branch connections accomplished either by pipe to pipe connections or by using
forged tees the rates quoted for piping shall be inclusive of this work.

Reinforcement pads shall be provided wherever indicated in drawings/ specifications etc.


Reinforcement pads shall be pneumatically tested at 1.05 kg/cm2g with soap solution.

5.7 Bending

Bending shall be as per ASME B31.3 except that corrugated or creased bends shall not be
used.

The completed bend shall have a smooth surface, free from cracks, buckles, wrinkles,
bulges, flat spots and other serious defects. They shall be true to dimensions. The flattening
of a bend, as measured by the difference between the maximum and minimum diameters at
any cross-section, shall not exceed 8% and 3% of the nominal outside diameter, for internal
and external pressure respectively.

5.8 Forging and Forming

Forging and forming of small bore fittings, like reducing nipples for piping 1.5" and below,
shall be as per ASME B 31.3.

5.9 Mitre Bends and Fabricated Reducers

The specific application of welded mitre bends and fabricated reducers shall be governed by
the Piping Material Specifications. The radiographic requirements shall be as per Material
Specifications for process and utility systems and NDE Specification.

5.10 Cutting and Trimming of Standard Fittings & Pipes

Components like pipes, elbows, couplings, half-couplings etc. shall be cut / trimmed / edge
prepared wherever required to meet fabrication and erection requirements, as per drawings
and instructions of Engineer-in-Charge. Nipples as required shall be prepared from straight
length piping.

5.11 Cleaning of Piping

All pre-fabricated spool pieces, pipes, fittings etc. shall be cleaned inside and outside by
suitable means. The cleaning process shall include removal of all foreign matter such as
scale, sand, weld spatter chips etc. by wire brushes, cleaning tools etc. and blowing with
compressed air/or flushing out with water. Special cleaning requirements for some services,
if any, shall be as specified in the piping material specification or isometric or line list. S.S
piping requiring pickling shall be pickled to remove oxidation and discolouring due to
welding.

5.12 Vents and Drains

High point vents and low point drains shall be provided even if not shown on isometric
drawing. The details of vents and drains shall be as per piping material specifications / job
standards / Valve material Specifications.

5.13 If the pipe contains a longitudinal weld, this weld shall not be located at the bottom of the
pipe; it should be located at least 45° from the bottom of the pipe.

5.14 Non-destructive testing/Post-weld Heat treatment is part of fabrication.

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

Page 1130 of 4396


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
isk ENGINEERS
51geji EVeglir INDIA LIMITED FOR FABRICATION OF PIPING 6-44-0018 Rev. 1
(Wel 212traVonJortra1 IA Govt of India Undertaking)
SPOOLS Page 10 of 11

5.15 Pipe pieces of less than 2M in length are not acceptable in Piping Spools unless required in
Isometric.

5.16 For reinforced branch connections, Inch-dia considered shall be two times the branch
diameter with branch pipe fabrication rate.

For Pipe-to-pipe connections without reinforcement, only single branch diameter shall be
considered for pipe fabrication rate.

5.17 Fillet welds for attachment of protection shield/supports to pipes shall be considered part of
fabrication of supports. The rate shall be included in the tonnage-wise rate for supports
which includes supply and fabrication. Cost of any Non destructive testing or Post-weld
treatment of attachment welds for supports shall be included in this tonnage-wise cost. The
weight of supports shall be calculated on the basis of weight of plates/pipes used for
fabrication of support. No wastage allowance shall be considered.

5.18 Welds between dissimilar materials shall be examined by the method and to the extent
required for the material requiring the more stringent examination. Welding Procedure
specification for dissimilar welding and electrode qualification test record shall be submitted
for approval.

6.0 INSPECTION AND TESTING

6.1 Contractor shall submit the Quality Assurance procedure for approval. The Contractor shall
establish and maintain such quality assurance system as are necessary to ensure that goods
or services supplied comply in all respects with the requirements of this specification.

6.2 Refer to specification number 6-81-0153 for Inspection and Test Plan for Piping Spools.

7.0 MARKING

Surface preparation and shop primer application shall be as per painting specification. Line
number in black or white shall be stenciled on the pipe spool for identification purposes.

Spools are to be identified by their line number and spool suffix, which shall be painted or
stenciled as characters at least 50 mm high. The size of character shall be suitable with size
of the pipes. Painted numbers shall be located, and repeated as necessary, in such a manner
that any spool may be easily identified without turning or lifting it.

In addition, Line number with spool suffix shall be placed by cold rolling or low stress dot
marking on the outside surface of the spool at an approximate distance of 350mm from both
ends on each spool.

All loose supplied material shall be marked in accordance with Technical Notes for
Purchase of piping items attached with the MR. It may be noted that EIL 17-digit item code
shall be used for marking and identification purposes of loose supplied items.

8.0 DOCUMENTATION

8.1 Documentation with Dispatch

a) List of Spools in Consignment


b) Spool Drawings
c) Inspection Release Note
d) Inspection and Testing Reports (Welding, NDE, Materials, PMI etc)

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

Page 1131 of 4396


STANDARb SPECIFICATION STANDARD SPECIFICATION No.
4afaziela ENGINEERS FOR FABRICATION OF PIPING
fafae_g INDIA LIMITED 6-44-0018 Rev. 1
Mery ereesiramJedee) (A Gout al India Undertaking) SPOOLS Page 11 of 11

e) Line History Sheet


f) Any other document required for completion of dispatch formalities

8.2 Final Documentation

a) All documents sent with Dispatch


b) Documents as per Final Documentation Procedure.

9.0 HANDLING, STORAGE AND DESPATCH

The Contractor shall load, unload, transport and stockpile the piping material using suitable
means and in a manner to avoid damage. Branches shall be braced if required to prevent
damage during transit.

Pre-fabricated pipe spools shall be properly protected against corrosion and damage during
storage and transport to site. Flanges shall be fitted with flange protectors, including a
proven protection against corrosion for the flange face. Plain and beveled pipe ends shall be
provided with plastic covers.Care shall be exercised and adequate precautions taken to avoid
damage and entry foreign matter during transportation, installation, testing etc.

Small pieces shall be boxed or wired together to avoid loss in transit.

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

Page 1132 of 4396


STANDARD SPECIFICATION No.
laraei ENGINEERS STANDARD SPECIFICATION FOR
6-44-0021 Rev. 0
51garRgitu
werr evaxe ern atM.1)
INDIA LIMITED
(A Govt of India Undeltalong)
HOT TAPPING ON PIPING
Page 1 of 8

trr-4-1-cirr IR TO rep-r
-k. r(Yi Hilion fe-4-4-r

STANDARD SPECIFICATION
FOR
HOT TAPPING ON PIPING

0 31 12 19 ISSUED AS STANDARD SPECIFICATION 4VAre'YSH


I4
Ijr MI ii
.KT
------------------
Standards Standards
Committee 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 1133 of 4396


STANDARD SPECIFICATION
ENGINEERSTED STANDARD SPECIFICATION No.
zgzir 02-eg IANDIUMI
FOR HOT TAPPING ON PIPING 6-44-0021 Rev. 0
(.1U,2¢,r,24,1Jati.1) ( A Govl of India undettakong)
Page 2 of 8

Abbreviations:

API American Petroleum Institute


ASME American Society of Mechanical Engineers
NDT Non Destructive Testing
WPS Welding Procedure Specification
PQR Procedure Qualification Record

Piping Standards Committee

Convenor: Mr. M Ismaeel

Members: Mr. Amrendra Kumar


Mr. G Balaji
Mr. Udayan Chakravarty
Mr. K J Harinarayanan (S&ME)
Mr. S Ghosal (Process-2)
Mr. S C Maity (Structural)
Mr. G.K Iyer (Projects)
Mr. Pankaj Kumar Rai (Construction)

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

Page 1134 of 4396


STANDARD SPECIFICATION
larazif ENGINEERSTED STANDARD SPECIFICATION No.
lig-aria51-
eg IN LIMI
DIA 6-44-0021 Rev. 0
FOR HOT TAPPING ON PIPING
1.172n etutftleatUtitt.11 IA Govt of Intim Undertaiong)

Page 3 of 8

CONTENTS

1.0 SCOPE 4

2.0 REFERENCE CODE 4

3.0 MATERIALS 5

4.0 PROCEDURE 5

5.0 WELDING 6

6.0 INSPECTION AND TESTING 7

7.0 CUTTING OPERATION 7

8.0 COMPLETION 8

9.0 DOCUMENTATION 8

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

Page 1135 of 4396


STANDARD SPECIFICATION
ENGINEERS STANDARD SPECIFICATION No.
ogar ta51a
-g
INIVI eleirl? 011J.RIFAl
INDIA LIMITED
IA Goof of India Undertaking) FOR HOT TAPPING ON PIPING 6-44-0021 Rev. 0
Page 4 of 8

1.0 SCOPE

This specification covers the minimum requirements of safety, procedure and equipment to be
utilized for carrying out hot-tapping work for operational piping systems handling non—sour
hydrocarbons in liquid or gaseous phase and utility service fluids.

This specification is not intended to be all inclusive, and the use of guidelines set forth herein
does not relieve the Contractor of his responsibility of performing the WORK safely and
completing the WORK capable of performing the intended service.

This specification shall be read in conjunction with the conditions of all specifications and
documents included in the CONTRACT between Owner and Contractor.

2.0 REFERENCE CODE

2.1 The hot-tapping works shall be carried out in accordance with the latest edition of API RP- 2201
- "Safe Hot Tapping Practices in the Petroleum & Petrochemical Industries" and this
specification. All requirements given in API RP-2201 as "recommendatory" shall be considered
as mandatory requirements.

2.2 Reference has also been made in this specification to the latest edition (edition enforce at the
time of issue of enquiry) of the following Codes, Standards and Specifications.

ASME B31.3 : ASME Code for Process Piping

ASME Section II : Specifications for Welding rods , Electrodes and filler metals
Part C

ASME Section VIII : Boiler and Pressure Vessel Code — Rules for Construction of
Pressure Vessels

MSS -SP-44 : Steel Pipeline Flanges

MSS-SP-75 : High Strength , Wrought, Butt — Welding Fittings

MSS-SP-97 : Integrally Reinforced Forged Branch outlet Fittings — Socket


Welding, Threaded and Butt Welding Ends.

API 510 : Pressure Vessel Inspection Code: Maintenance Inspection,


Rating, Repair, and Alteration

6-44-0005 - Piping Material Specification

6-44-0051 : Technical Notes for Pipes

6-44-0054 : Technical notes for butt welded, socket welded and screwed
fittings.

6-77-0001 : Welding specification for fabrication of piping

In case of conflict between the requirements of API RP-2201 or other Codes / Standards listed
above and this specification, the requirements of this specification shall govern.

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

Page 1136 of 4396


STANDARD SPECIFICATION
kli ei STANDARD SPECIFICATION No.
@em 251-afrs
lawn mew cmatliff71)
INDIA MI
TED FOR HOT TAPPING ON PIPING 6-44-0021 Rev. 0
IA GUN of Indta undenak.ng)

Page 5 of 8

3.0 MATERIALS

3.1 All materials shall meet the requirements of specification for piping materials, included
elsewhere in the CONTRACT between Owner and the Contractor and shall be suitable for the
service and applicable Class Rating for which they are to be used. In case, the Contractor
proposes to modify certain requirements of these specifications specifically to suit the hot
tapping procedure to be adopted, he may do so, after obtaining the Owner/EIL's approval in
writing. In any case, prior Owner/EIL approval is required for all materials supplied by the
Contractor.

3.2 Material of fitting (split tee, welded outlet fittings) shall be compatible with the material of the
Run-pipe to be hot-tapped in terms of metallurgy and weldability. Statutory requirements, if
applicable, are to be complied with.

3.3 Hot-tap welding should not normally be performed on materials, which requires post weld heat
treatment. Therefore, material of split tee shall be selected in such a way, that there is no
requirement of post weld heat treatment.

3.4 Manufacturer shall submit all the test certificates in respect of the materials supplied as required
by the specifications and statutory requirements.

4.0 PROCEDURE

4.1 The Contractor shall obtain necessary permissions from the Owner for all hot-works. For lines
requiring statutory approval, Contractor shall obtain approval from the Competent Authority.
The Contractor shall ensure that he has requisite permissions from the Competent Authority as
well as valid hot work permit before initiating any work whatsoever.

4.2 All taps shall be made using a full-encirclement fitting having a design suitable for Contractor's
proposed procedure.

4.3 Prior to starting of work, the Contractor shall submit for Owner/EIL's approval, a detailed
procedure proposed to be adopted Rif- hot tapping. Such procedure shall contain, but not limited
to, the following details:

Preparation for hot works, viz., selection of location on pipe for hot tap, ultrasonic
testing to check the adequacy of available wall thickness and absence of laminations,
imperfections and out of roundness to ensure that pipe at the hot tap location is suitable
for welding, pre-heating (if required) and cutting operations, etc.

Method of ensuring and monitoring recommended minimum and maximum velocity of


fluid in the piping.

Connection details.

Detailed welding procedure including sequence of welding to be performed.

Procedure for non-destructive testing of weld and hydrostatic test of assembly including
test pressures, etc.

Details of all materials and equipment

Hot-tapping procedure.

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

Page 1137 of 4396


STANDARD SPECIFICATION
FL-_,4 ENGINEERS
i__ STANDARD SPECIFICATION No.
5fgar Eteag
lawn Mow telJninall
INDIA LIMITED
(A Gout of Incite Undertaking) FOR HOT TAPPING ON PIPING 6-44-0021 Rev. 0
Page 6 of 8

Safety instructions, and safety measures viz., gas detection tests, tests for presence of
toxic environment, etc., and safety measures for installations, equipment, personnel,
etc.
Approval from Statutory Authority as applicable.

Any additional requirements deemed necessary by Owner/EIL or by Authorities having


jurisdiction for execution of any or all phases of the work shall be binding on the Contractor.

Contractor shall proceed with construction only after obtaining approval of the procedure from
Owner/EIL in writing.

4.4 Contractor shall carry out all checks as recommended by Hot tapping equipment manufacturer,
before hot-tapping work is attempted.

4.5 The exact location of the hot tap on the pipe shall be carefully identified and marked in the field
and Owner/EIL's approval shall be obtained.

4.6 All necessary gas detection tests shall be conducted by the Contractor to ensure safe
environment.

4.7 Adequate safety arrangements shall be made for the protection of adjacent installations, exposed
personnel and equipment.

4.8 Contractor shall supply and erect the scaffolding required for the performance of hot tapping.
The scaffolding has to be erected in such a way that two separate and independent access will
be available for the temporary platforms erected for hot tapping.

4.9 No hot-tapping work shall be performed in adverse conditions of weather, such as rain, fog, high
dusty winds, etc., which may be detrimental to the quality of the work performed.

4.10 Contractor shall provide supports wherever required for existing pipe as per site condition to
take care of extra load of hot tapping stub, valve, blinds etc.

4.11 Contractor shall prepare safe approaches by filling soil/sand/sand bags/sleepers/wooden blocks
etc., for cranes, machineries, personnel to various hot tapping locations as required.

5.0 WELDING

5.1 Methods for welding procedure qualification and qualification of welders shall be prepared and
submitted by the Contractor for Owner/EIL's review and approval in accordance with Standard
Specification No. 6-77-0001. Upon receipt of approval from Owner/EIL, the Contractor shall
prepare for the tests and conduct them in the presence of Owner/EIL's representative. Separate
qualification tests shall be carried out for each grade of steel and each size of weld. All welding
shall be carried out by qualified welders and qualified welding procedures. For welding of
piping, falling under the purview of Statutory Regulations, only those welders certified
by/acceptable to the concerned regulatory authority shall be employed.

5.2 The manual arc process of welding using shallow penetration low hydrogen electrodes shall be
used.

5.3 Test certificates for each batch of electrodes and other welding materials obtained from the
Manufacturer(s) shall be submitted for the approval of Owner/EIL . Additional tests, if any, as
per the applicable welding specification chart shall be carried out prior to start of work.
Owner/EIL reserves the right to reject such material at any time, in the event these materials do
not perform to the requirements of this specification.

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

Page 1138 of 4396


STANDARD SPECIFICATION
,31fRe.i ENGINEERS STANDARD SPECIFICATION No.
5ifgarEttge.s INDIA LIMITED FOR HOT TAPPING ON PIPING 6-44-0021 Rev. 0
IsiRR evimisr2 maw.) (A Govt of India Undertakingj
Page 7 of 8

5.4 The weld attaching the fitting to the pipe shall be circumferential to the pipe.

5.5 Welds shall be made in the following sequence - longitudinal welds first, then one end
circumferential weld, then the other.

5.6 The heat input shall be controlled during welding operation to prevent undue overheating of
pressurized pipe or vessel.

5.7 The surface to be welded shall be smooth, uniform, free of fins, laminations, tears, scales, slag,
grease, paint and other deleterious materials, which might adversely affect the welding and its
quality.

5.8 All weld joints shall be cleaned of slag and other irregularities before the deposition of the next
pass. Defective welds shall be completely removed or repaired in accordance with the qualified
welding procedure before further welding and when instructed by Owner/EIL.

5.9 Tack welds, if allowed, shall be executed as per qualified welding procedure. Defective tack
welds shall be completely removed prior to final welding.

5.10 Prior to commencement of final welding, Contractor shall obtain approval from Owner/EIL for
proper joint fit-up and alignment.

6.0 INSPECTION AND TESTING

6.1 Dye Penetrant / Magnetic particle test shall be performed for the first pass and after completion
of all welds. In addition, radiographic and/or ultrasonic tests of the welds shall be carried out.
For piping requiring statutory approval, testing/examination required as per statute also shall
also be complied with.

6.2 After successful completion of the welding of split Tee including acceptance of all applicable
NDT and before start of the cutting operation, assembly including full bore ball valve/ gate
valve, kept in open position, shall be hydrostatically tested to a pressure equal to or greater than
the operating pressure and not exceeding the internal design pressure of the run pipe. The test
pressure shall be maintained for a minimum period of one hour. Owner/EIL's representative
shall witness and grant approval on satisfactory completion of the hydrostatic test.

6.3 Before using valves in the hot tapping, leak testing is to be done at site to check for any leakage
as per valve spec.

6.4 Pneumatic test of reinforcement pads at a pressure of 1.05 Kg/en-eg with soap solution to be
done wherever pads are required as per piping specification.

6.5 All welds, which, in the opinion of Owner/EIL, are found to be defective by hydrostatic testing,
pneumatic testing or by NDT, shall be repaired or cut and re-welded, as directed by Owner/EIL,
and re-tested. Repair of a repaired weld is not permitted.

7.0 CUTTING OPERATION

7.1 Instructions given by the Manufacturer of the hot-tapping machine shall be strictly followed
while installing the machine and during the cutting operation.

7.2 Cutting operation shall begin only after all welds have been tested and approved by Owner/EIL.

7.3 Contractor shall ensure that the full bore ball valve or the gate valve is precisely centered on the
tee-connection and is cleaned of all dirt, etc.

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

Page 1139 of 4396


STANDARD SPECIFICATION
ENGINEERS STANDARD SPECIFICATION No.
Igar 0154°-1eg
-"
lallET, 212.15re
011.3,105.1)
INDIA LIMITED
(A Govt of India undertakmin FOR HOT TAPPING ON PIPING 6-44-0021 Rev. 0
Page 8 of 8

7.4 Boring bar of the hot tap equipment shall be run several times through the valve to ensure that
the cutter does not jam or drag.

7.5 All bolted joints shall be checked for possible leakage. Packing of hot-tap machine, bleed valve,
bolts of cutter, pilot bit and blank catcher shall be checked before starting the cutting operation.

7.6 After the cutting operation is complete, the boring bar shall be extracted, the valve closed and
the machine shall be depressurized by opening the bleed valve. Machine shall be dismantled
after these operations have been completed and when authorized by Owner/EIL.

7.7 A blind flange shall be provided on the valve after removal of hot tap equipment.

8.0 COMPLETION

8.1 The hot-tap work shall be considered complete when it has been certified in writing by
Owner/EIL that all the works have been satisfactorily completed.

8.2 The Contractor shall clear-off the area removing all equipment and left over material, etc. from
the job site after completion of the work.

9.0 DOCUMENTATION

9.1 Documentation to be submitted by Vendor/Contractor to Owner/EIL is summarized below.

Number of Copies (Hard copies / soft copies etc.) shall be as indicated in CONTRACT
document.

9.2 Following documents shall be submitted:

• Hot Tapping Procedure.

• Approved WPS and PQR.

• General Arrangement Drawings (dimensional drawings)

• Sketches of the location where hot tapping is performed.

• Details/data sheet of components including tees, valves etc. including size, rating and
material details.

• Welding Records.

• Line pipe material thickness records.

• Weld inspection and NDT records.

• Hydrostatic test Reports.

• Statutory Approvals

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

Page 1140 of 4396


STANDARD SPECIFICATION No.
Ion ei ENGINEERS TECHNICAL NOTES FOR
a,..,,E12-e-g
MR. efecnft an ,Froull
INDIA LIMITED PIPES 6-44-0051 Rev. 7
IA Go. of Ind. Undenak.91 Page 1 of 10

91441 *- rtii
cichl cb dui ultil

TECHNICAL NOTES
FOR PIPES

REVISED AND ISSUED AS STANDARD


7 16 01 20
SPECIFICATION PK SH MI ‘i RKT
REVISED AND ISSUED AS STANDARD
6 25 09 14
SPECIFICATION SH AK RN ATD SC
REVISED AND ISSUED AS STANDARD
5 31 12 13
SPECIFICATION UK SH AK RN SC
REVISED AND ISSUED AS STANDARD
4 04 07 08
SPECIFICATION RN SC DM VC
REVISED AND ISSUED AS STANDARD AS
3 15 03 00 RN BRB NS
SPECIFICATION
Standards Standards
Committee 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 1141 of 4396


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
1i INDIA UMITED
INDIA PIPES 6-44-0051 Rev. 7
WWI 2121,1W 011.7r4.1) V, Govt of indo Undertaking)
Page 2 of 10

Abbreviations:

ANSI American National Standards Institute


API American Petroleum Institute
ASME American Society of Mechanical Engineers
ASTM American Society for Testing & Materials
BHN Brinell Hardness Number
BIS Bureau of Indian Standards
E.FS.W Electric Fusion Weld
E.R.W Electric Resistance Weld
HAZ Heat Affected Zone
HIC Hydrogen Induced Cracking
IBR Indian Boiler Regulations
IGC Inter Granular Corrosion
IS Indian Standard
LT Low Temperature
MR Material Requisition
NACE MR National Association of Corrosion Engineers : Material Requirement
NB Nominal Bore
NPT Nominal Pipe Thread
PMI Positive Material Identification
PR Purchase Requisition
SMYS Specified Minimum Yield Strength
SS Stainless Steel

Piping Standards Committee

Convenor : Mr. M. Ismaeel

Members : Mr. Mr. Amrendra Kumar


Mr. G. Balaji
Mr. Udayan Chakravarty
Mr. K.J. Harinarayanan (S&ME)
Mr. S. Ghoshal (Process-2)
Mr. S.C. Maity (Structural)
Mr. G.K. Iyer (Projects)
Mr. P.K. Rai (Construction)

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

Page 1142 of 4396


STANDARD SPECIFICATION No.
lamexim ENGINEERS TECHNICAL NOTES FOR
6-44-0051 Rev. 7
litatag VW INDIA LIMITED PIPES
I ifVeff7=3,112.1) /A Owl of India UndedOfong)
Page 3 of 10

CONTENTS

1.0 GENERAL 4
2.0 IBR PIPES 6
3.0 ACCEPTABLE DEVIATIONS 7
4.0 HYDROSTATIC TEST 7
5.0 MARKING AND DESPATCH 10
6.0 REFERENCES 10

Copyright EIL — All rights reserved


Format No 8-00-0001-F1 Rev 0

Page 1143 of 4396


STANDARD SPECIFICATION No.
‘.711-aziei It ENGINEERS TECHNICAL NOTES FOR
$1gziTialittg INDIA LIMITED PIPES 6-44-0051 Rev. 7
It11W, Matte 4f,Jgtlf71/ IA Govt of India undertmong)
Page 4 of 10

1.0 GENERAL

1.1 All pipes and their dimensions, tolerances, chemical composition, physical properties, heat
treatment, hydrostatic test and other testing and marking requirements shall conform to the
latest codes and standards specified in the material requisition (MR). Supplier shall strictly
comply with MR/PR stipulations and no deviations shall be permitted. Post Order
Concession/Deviation as mentioned in Cl. 5.17 of Specification for Quality Management
System Requirements from Bidders (6-78-0001) is not applicable.

1.2 Testing

1.2.1 Test reports shall be supplied for all mandatory tests as per the applicable material
specifications. Test reports shall also be furnished for any supplementary tests as specified in
the MR & Clauses 1.10 & 1.11.

1.2.2 Material test certificates (physical property, chemical composition & heat treatment report)
shall also be furnished for the pipes supplied.

1.2.3 PMI shall be performed as per the scope and procedures as defined in the spec for PMI at
Supplier's Works (6-81-0001).

1.2.4 Refer to specification nos. 6-81-0002 and 6-81-0003 for Inspection & Test plans for welded
pipes and seamless pipes respectively.

1.3 Manufacturing Processes

1.3.1 Steel made by acid Bessemer process shall not be acceptable.

1.3.2 All longitudinally welded pipes should employ only automatic welding.

1.4 Pipe shall be supplied in single or double random length of 4 to 7 and 7 to 14 meters
respectively.

1.5 a. Seamless and E.R.W. pipes shall not have any circumferential seam joint in a random
length. However, in case of E.FS.W pipe, in one random length one welded
circumferential seam of same quality as longitudinal weld is permitted. This weld
shall be at least 2.5 m from either end. The longitudinal seams of the two portions
shall be staggered by 90°. Single random length in such cases shall be 5 to 7 m.

b. Unless otherwise mentioned in the respective material code, E.FS.W pipes < 36" shall
not have more than one longitudinal seam joint and E.FS.W pipes 36" shall not
have more than two longitudinal seam joints.

1.6 Pipes with screwed ends shall have NPT external taper pipe threads conforming to
ASME/ANSI B1.20.1.

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

Page 1144 of 4396


STANDARD SPECIFICATION No.
laraeit4 ENGINEERS TECHNICAL NOTES FOR
oge.litateg
I 441V71 292Effe MI JPCIVA)
INDIA LIMITED
1.4 Govt of India Undettaiong)
PIPES 6-44-0051 Rev. 7
Page 5 of 10

1.7 Pipe with beveled ends shall be in accordance with ASME B16.25. Weld contours shall be as
follows:

Material Wall Thickness Weld Contour


Up to 22 mm Figure 2 Type A
Carbon Steel (Except
Low Temp. Carbon Steel) > 22 mm Figure 3 Type A

Up to 10 mm Figure 4
Alloy Steel,
Stainless Steel & > 10 mm & Up to 25 mm Figure 5 Type A
Low Temp. Carbon Steel
> 25 mm Figure 6 Type A

1.8 Galvanized pipes shall be coated with zinc by hot dip process conforming to IS 4736 for pipes I
to Indian Standards and ASTM A53 for pipes to ASTM Standards.

1.9 All austenitic stainless steel pipes shall be supplied in solution annealed condition. All types
of 321 or 347 stainless steel pipes shall be in a stabilized heat treated condition. Stabilizing
heat treatment shall be carried out subsequent to the normal solution annealing. Soaking time
& holding temp. for stabilizing heat treatment shall be 4 hrs & 900°C respectively.

1.10 I.G.C. Test for Stainless Steels

1.10.1 For all austenitic stainless steel pipes inter-granular corrosion test shall have to be conducted
as per following:

ASTM A262 Practice "B" with acceptance criteria of "60 mils/year (max.)".
OR
ASTM A262 Practice E : The bent specimen shall be examined under 20X magnification. The
acceptance criteria is that there will be no crack or fissure in the bent specimen. The bent
specimen shall also be subjected to metallographic examination at 250X magnification to
ensure no crack or fissure. The photograph of the bent specimen along with comments shall be
submitted for review.

1.10.2 When specifically asked for in MR for high temperature application of some grades of
austenitic stainless steel (eg.SS 309, 310, 316, 316H etc.) ASTM A262 Practice "C" with
acceptance criteria of "15 mils/year (max.)" shall have to be conducted.

1.10.3 For the IGC test as described in 1.10.1 & 1.10.2, two sets of samples shall be drawn from each
solution annealing lot; one set corresponding to highest carbon content and the other set
corresponding to the highest pipe thickness.

All welded pipes indicated as `CRY0' & 'LT' in MR shall be impact tested per requirement
& acceptance criteria of ASME B31.3. The impact test temperature shall be -196°C & -45°C
for stainless steel and carbon steel respectively unless specifically mentioned otherwise in
MR.

1.12 NACE/HIC Requirements

1.12.1 Pipes under "NACE" category and those designated as "HIC1" shall meet the requirements
given in NACE MR-0103 unless mentioned otherwise.

1.12.2 Pipes made from plates and designated as "HIC1" shall meet the HIC requirements of EIL
specification 6-79-0013 unless mentioned otherwise.

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

Page 1145 of 4396


STANDARD SPECIFICATION No.
q..it4 ENGINEERS TECHNICAL NOTES FOR
5.g-errs
(...i,,-,....X0.3)
INDIA LIM ITED
In Govt of India Undenalting)
P IPES 6-44-0051 Rev. 7
Page 6 of 10

1.13 Specified heat treatment for carbon steel and alloy steel and solution annealing for stainless
steel pipes shall be carried out after weld repairs. Number of weld repairs at the same spot
shall be restricted to maximum two by approved repair procedure.

1.14 For black or galvanized pipes to IS 1239, the minimum percentage of elongation shall be
20%.

1.15 All 1Cr-1/2Mo and l'ACr-1/2Mo seamless pipes shall be normalised and tempered.

1.16 For all welded alloy steel pipes with mandatory requirement of heat treatment and
radiography, radiography shall be performed after heat treatment.

1.17 For Hydrogen service pipes following special requirements shall also be met:

1.17.1 All carbon steel pipes having wall thickness 9.53 mm (0.375") and above shall be normalised.
Cold drawn pipes shall be normalised after the final cold draw pass for all thicknesses.

1.17.2 All alloy steel (Cr-Mo) pipes shall be normalised and tempered. The normalising and
tempering shall be a separate heating operation and not a part of the hot forming operation.
The maximum room temperature tensile strength shall be 100,000 prig.

1.17.3 For carbon steel Pipes, hardness of weld and HAZ shall be 200 BHN (max.). For alloy steel
Pipes, hardness of weld and HAZ shall be 225 BHN (max.).

1.17.4 For all Carbon steel and Alloy steel pipes with wall thickness over 20mm, Charpy-V Notch
impact testing shall be carried out in accordance with paragraph UG-84 of ASME Section
VIII, Div-1 for weld metal and base metal from the thickest item per heat of material and per
heat treating batch. Impact test specimen shall be in complete heat treated condition and
accordance with ASTM A370. Impact energies at 0°Celsius shall average greater than 27J (20
ft-lb) per set of three specimens, with a minimum of 20J (15 ft-lb).

1.18 For dual grades of SS where specified, chemical composition and mechanical properties of
both grades specified shall be ensured.

2.0 IBR PIPES

2.1 IBR Documentation

2.1.1 Pipes under purview of IBR shall be accompanied with IBR certificate original in Form III-A
duly approved and countersigned by IBR authority/local authority empowered by the Central
Boiler Board of India (Photocopy of the original certificate duly attested by the local boiler
inspector where the supplier is located is the minimum requirement for acceptance) .

2.1.2 For materials l'ACr - Y2Mo (ASTM A335 Gr.P11 / A691 Gr.1 'ACr), 21ACr - IMo (ASTM
A335 Gr.P22 / A691 Gr.21/4Cr) & 9Cr -1Mo-V (A335 Gr.P91/A691 Gr.91), Form III-A
approved by IBR shall include the tabulation of Et, Sc & Sr values for the entire temperature
range given below. Et, Sc & Sr values shall be such that throughout the temperature range

Et / 1.5

Sr / 1.5 SA

Sc >

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

Page 1146 of 4396


STANDARD SPECIFICATION No.
..i ENGINEERS TECHNICAL NOTES FOR
e.fi egreg INDIA LIMITED PIPES 6-44-0051 Rev. 7
1.11-qn etiWZ an .3‘,Wil (A Gout of India Undertak,o9)
Page 7 of 10

SA Allowable stress at the working metal temperature.


Et Yield point (0.2% proof stress at the working metal temperature)
Sc The average stress to produce elongation of 1%(creep) in 100000 hrs at the
working metal temperature.
Sr The average stress to produce rupture in 100000 hrs at the working metal
temperature and in no case more than 1.33 times the lowest stress to produce
rupture at this temperature.

SA (psi)

Temp(°F) 850 900 950 1000 1050 1100


500 600 650 700 750 800
Material
A335 Gr.P11 16200 15700 15400 15100 14800 14400 14000 13600 9300 6300 4200 2800

A691 Gr.11/4Cr 18900 18300 18000 17600 17200 16800 16400 13700 9300 6300 4200 2800
A335 Gr.P22 /
17900 17900 17900 17900 17900 17700 17100 13600 10800 8000 5700 3800
A691 Gr.21/4Cr
A335 Gr.P91/
28100 27700 27300 26700 25900 24900 23700 22300 20700 18000 14000 10300
A691 Gr.91
Note : SA values shall be as per the latest edition of ASME B31.3 prevailing.

2.2 For carbon steel pipes under IBR the chemical composition shall conform to the following:

Carbon (max) 0.25%


Others (S, P, Mn) As prescribed in IBR.

The chemical composition as indicated in this clause is not applicable for pipes other than IBR
services.

3.0 ACCEPTABLE DEVIATIONS

3.1 Pipes to IS 3589 Gr.410 are acceptable in place of IS 3589 Gr.330.

3.2 Pipes of Grades SS317 of corresponding material are acceptable in place of Grades SS316 or
SS316(2.5 Mo min.).

3.3 Pipes of Grades SS317L of corresponding material are acceptable in place of Grades SS316L
or SS316L(2.5Mo min.).

3.4 Seamless pipes are acceptable in place of welded pipes except in the case of welded
SS321/SS321H pipes with nominal thickness greater than 9.53mm.

4.0 HYDROSTATIC TEST

4.1 All pipes shall be hydrostatically tested.

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

Page 1147 of 4396


STANDARD SPECIFICATION No.
1.1 ENGINEERS TECHNICAL NOTES FOR
INDIA LIMITED PIPES 6-44-0051 Rev. 7
I MI 1 (A Govt of India Undertakongi
Page 8 of 10

4.2 The mill test pressure shall be as follows:

4.2.1 Seamless, E.R.W. & Spiral Welded

a) Carbon Steel
Material Std. Test Pressure Std.

ASTM A106 Gr.B ASTM A530

API 5L Gr.B, Seamless API 5L

API 5L, E.R.W. API 5L

API 5L, Spiral API 5L

ASTM A333 Gr.3 & 6, Seamless ASTM A530

ASTM A333 Gr.3 & 6, E.R.W. ASTM A530

b) Seamless Alloy Steel


Material Std. Test Pressure Std.

ASTM A335 Gr.P1, P12, P11, P22, P5, P9 ASTM A530

ASTM A268 TP 405, TP410 ASTM A530

c) Seamless Stainless Steel


Material Std. Test Pressure Std.
ASTM A312 Gr.TP 304, 304L, 304H, 316, ASTM A999
316L, 316H, 321, 347

d) Seamless Nickel Allo


Material Std. Test Pressure Std.

ASTM B161 UNS N02200 ASTM B161

ASTM B165 UNS N04400 ASTM B165

ASTM B167 UNS N06600 ASTM B167

ASTM B444 UNS N06625 ASTM B444

ASTM B407 UNS N08800 ASTM B407

ASTM B423 UNS N08825 ASTM B423

e) Welded Nickel Allo


Material Std. Test Pressure Std.

ASTM B725 UNS N02200, N04400 ASTM B725

ASTM B517 UNS N06600 ASTM B517

ASTM B443/B474 UNS N06625 ASTM B474

ASTM B424/B474 UNS N08825 ASTM B474

ASTM B514 UNS N08800 ASTM B514

Copyright EIL — All rights reserved


Format No 8-00-0001-F1 Rev 0

Page 1148 of 4396


STANDARD SPECIFICATION No.
ei ENGINEERS TECHNICAL NOTES FOR
Ifgar tlfgteu
LIRA 2/2a52,1,13Vil.1)
INDIA LIMITED
(A Govt of Inca Undettaiong)
PIPES 6-44-0051 Rev. 7
Page 9 of 10

4.2.2 Electric Fusion Welded

a) Carbon Steel & Alloy Steel E.FS.W (16" & above)

Material Std. Test Pressure Std.


API 5L Gr.B P = 2ST/D
ASTM A671 Gr.CC65, 70 (C1.32) S = 90% of SMYS
ASTM A672 Gr.C60, 65, 70 (C1.12,22) Except for API 5L Gr.B
ASTM A671 Gr.CF60, 65, 66, 70 (C1.32) S = 85% of SMYS
ASTM A691 Gr.V2Cr, 1Cr, 11/40., 21/40., For API 5L Gr.B
5Cr, 9Cr (C1.42) T = Nominal Wall Thickness
D = O.D of Pipe

b) Stainless Steel E.FS.W (2" to 6")

The hydrostatic test pressure in kg/cm' for the following materials shall be as given
below :

Material Gr.1 :ASTM A312 TP 304 / 304H / 316 / 316H / 321 / 347 welded.
Material Gr.2 :ASTM A312 TP 304L / 316L welded.

Size Pipe Schedule : 10S Pipe Schedule : 40S Pipe Schedule : 80S
Material Material Material Material Material Material
Gr. 1 Gr.2 Gr.l Gr.2 Gr.l Gr.2
2" 100 80 155 130 230 190

3" 80 60 155 130 230 190

4" 80 50 155 130 230 190

6" 65 35 90 75 155 130

c) Stainless Steel E.FS.W (8" and above).

Material Std. Test Pressure Std.


ASTM A358 TP 304L, 304, 304H, 316L, P = 2ST/D
316, 316H, 321, 347 (Classes 1, 3 & 4) S = 85% of SMYS
T = Nominal Wall Thickness
D = O.D of Pipe
ASTM A358 TP 304L, 304, 304H, 316L, P = 2ST/D
316, 316H, 321, 347 (Classes 2 & 5) S = 72% of SMYS
T = Nominal Wall Thickness
D = O.D of Pipe

4.2.3 Carbon Steel Pipes to BIS Standards

Material Std. Test Pressure Std.


IS 1239 IS 1239

IS 3589 IS 3589

4.3 Hydrostatic pressure testing shall be performed using iron free water, which is clean and free
of silt. Maximum chloride content in water for hydrostatic testing for SS piping shall be 50
ppm.
Copyright EIL — All rights reserved
Format No 8-00-0001-F1 Rev 0

Page 1149 of 4396


STANDARD SPECIFICATION No.
,39r-ae,
ENGINEERS TECHNICAL NOTES FOR
ag INDIA LIMITED
5fg-ar 182- PIPES 6-44-0051 Rev. 7
1.177,1 maw MAJWA) (A Govt of India Undertaking)
Page 10 of 10

5.0 MARKING AND DESPATCH

5.1 All pipes shall be marked in accordance with the applicable codes, standards and
specifications. In addition the purchase order number, the item code & special conditions like
"IBR", "CRYO", "NACE", "H2" etc. shall also be marked.

5.2 Pipes under "IBR","CRYO", "NACE" & "H2" shall be painted with one circumferential
stripe of colour red, light purple brown, canary yellow & white respectively for easy
identification. Width of stripe shall be 12mm for pipe sizes less than 3" and 25mm for pipes
3" and above.

5.3 Paint or ink for marking shall not contain any harmful metal or metallic salts such as zinc, lead
or copper which cause corrosive attack on heating.

5.4 Pipes shall be dry, clean and free from moisture, dirt and loose foreign materials of any kind.

5.5 Pipes shall be protected from rust & corrosion.

5.6 Rust preventive used on machined surfaces to be welded shall be easily removable with a
petroleum solvent and the same shall not be harmful to welding.

5.7 Both ends of the pipe shall be protected with the following material:

Plain end Plastic cap


Bevel end Wood, Metal or plastic cover
Threaded end Metal or plastic threaded cap

5.8 Pipes may be provided with plastic push-fit type end caps/ steel caps without belt wire.

5.9 Steel end protectors to be used on galvanized pipes shall be galvanized. Plastic caps can also
be used as end protectors for galvanised pipe ends.

6.0 REFERENCES

6.1 6-81-0001: Specification for Positive Material Identification (PMI) at Supplier's Works.

6.2 6-81-0002: Inspection & test plan for welded pipes.

6.3 6-81-0003: Inspection & test plan for seamless pipes.

6.4 6-79-0013: Material requirements for carbon steel components used in sour service for
petroleum refinery environments

Copyright EIL — All rights reserved


Format No 8-00-0001-F1 Rev 0

Page 1150 of 4396


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES
fg0j1 fetWeg INDIA LIMI TED FOR VALVES 6-44-0052 Rev. 7
(A Govt of India Undertaking)
Page 1 of 12

vilcni rd uAluiii*

TECHNICAL NOTES FOR VALVES

7 13.07.17
REVISED AND ISSUED AS STANDARD 01/4
SPECIFICATION ‘ )t.144<-1 MI RN
REVISED AND ISSUED AS STANDARD
6 04.08.10
SPECIFICATION RN ATD SC DM ND
REVISED AND ISSUED AS STANDARD
5 04.07.08 RN SC DM VC
SPECIFICATION
REVISED AND ISSUED AS STANDARD
4 15.11.00 RN BRB NS MI
SPECIFICATION
3 04.04.94 ISSUED IN LINE WITH GENERAL REVISION AKG NS GRR AS
Standards Standards
Committee 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 1151 of 4396


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES
taleg
ailErf t-recnr11513‘grai
INDIA LIMITED
(A Govt of India Undertaking)
FOR VALVES 6-44-0052 Rev.7
Page 2 of 12

Abbreviations:

AARH : Arithmetic Average Roughness Height


ANSI American National Standards Institute
API American Petroleum Institute
ASME : American Society of Mechanical Engineers
ASTM : American Society for Testing & Materials
BGO Bevel Gear Operator
BHN Brinnel Hardness Number
BIS Bureau of Indian Standards
BS • British Standard
BVIS ▪ Bureau Veritas Industrial Services
BW • Butt Weld
CAT • Category
CEIL • Certification Engineers International Limited
CS Carbon Steel
DFT Dry Film Thickness
DNV Det Norske Veritas
DP Dye-Penetrant
eDMS : Electronic Document Management System
IBR Indian Boiler Regulations
IGC Inter Granular Corrosion
IS Indian Standard
LT • Low Temperature
LTCS • Low Temperature Carbon Steel
MOV • Motor Operated Valve
MP • Magnetic Particle
MR • Material Requisition
NDT • Non Destructive Testing
PMI • Positive Material Identification
PO Purchase Order
PR Purchase Requisition
RFQ Request for Quotation
SCRD : Screwed
SS Stainless Steel
SW Socket Weld

Piping Standards Committee

Convenor : Mr M. Ismaeel

Members : Mr. Amrendra Kumar


Mr. G. Balaji
Mr. Udayan Chakravarty
Mr. K.J. Harinarayanan (S&ME)
Mr. S. Ghoshal (Process-2)
Mr. G.K. Iyer (Projects)
Mr. Pankaj Kumar Rai (Construction)

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

Page 1152 of 4396


STANDARD SPECIFICATION No.
1f lots
ENGINEERS TECHNICAL NOTES
Igar 0151-e-G INDIA LIMITED
tole,r rievore tri.ltrovn) (A Govt of India Undertaking)
FOR VALVES 6-44-0052 Rev.7
Page 3 of 12

CONTENTS

1.0 GENERAL 4
2.0 DOCUMENTATION 4
3.0 DESIGN AND CONSTRUCTION 5
4.0 OPERATION 9
5.0 INSPECTION AND TESTING 9
6.0 RADIOGRAPHY OF CAST VALVES 10
7.0 IBR CERTIFICATION 11
8.0 MARKING 11
9.0 DESPATCH 11
10.0 ATTACHMENTS 12
11.0 REFERENCES 12

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

Page 1153 of 4396


STANDARD SPECIFICATION No.
LIIdel ENGINEERS TECHNICAL NOTES
$1gziT tif4leg INDIA LIMITED FOR VALVES 6-44-0052 Rev.7
MIRFC eleax, 45134115-41) IA Govt of Ind ia Undertaking)
Page 4 of 12

1.0 GENERAL

1.1 Vendor shall supply valves in accordance with the valve specification sheets along with
auxiliaries, if any, such as gear operator, bypasses, drains, locking arrangements etc. wherever
specified in the specification sheets, subject notes and other enclosures to the material
requisition (MR).

1.2 Vendor shall quote in strict accordance with the valve data / specification sheets, subject
technical notes and all other enclosures to the MR. For 'Cat-I valves', no deviations
whatsoever shall be accepted. Post Order Waiver/ Deviation format 5-0000-0180-F1 as
mentioned in Cl. 5.17 of specification for Quality Management System Requirements from
Bidder (6-78-0001) is not applicable for Cat-I valves. For Cat-II Valves, if exceptions/
deviations become absolutely must, the same shall be requested as explained in clause 2.3.6
giving reasons for seeking such exceptions/ deviations.

1.3 All codes and standards for manufacture, testing, inspection etc. shall be of latest editions as
on issue date of RFQ.

2.0 DOCUMENTATION

2.1 All document submissions to EIL shall be through EIL eDMS.

2.2 For 'Cat-I' valves, no documents shall be submitted with the offer.

2.3 For 'Cat-IF valves, vendor shall submit the following documents with the offer:

2.3.1 Manufacturer's complete descriptive and illustrative catalogue / literature.

2.3.2 Detailed dimensioned cross section drawing with parts / material lists, weight etc.

2.3.3 Drawings for valves with accessories like gear operator, hydraulic / pneumatic operator,
motor, extension bonnet, extended stems with stands, bypass etc. giving major salient
dimensions.

2.3.4 One copy of the valve specification sheets signed as "Accepted" by the manufacturer.
Deviations, if any shall be marked as applicable on the valve specification sheet.

2.3.5 If the valve is regretted or has no deviation, the manufacturer shall write clearly on valve
specification sheets as "Regret" or "No Deviation".

2.3.6 For 'CAT-II' valves, if there is any deviation, the same shall be listed clausewise.

2.3.7 On failure to submit documents as specified in clauses 2.1.1 to 2.1.6 above, the offer is likely
to be rejected.

2.4 The following documents shall be submitted through eDMS of EIL after placement of the
order:

2.4.1 For Cat-I valves to manufacturers' standard specified in MR/valve specification sheet,
detailed dimensioned cross section drawing with parts, materials, weight, etc. shall be
submitted for records/information.

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

Page 1154 of 4396


STANDARD SPECIFICATION No.
laffaad ENGINEERS TECHNICAL NOTES
$/fg-ar kites INDIA LIMITED FOR VALVES 6-44-0052 Rev.7
(Merl e4tax,...13,63.0 (A Govt of India undertaking)
Page 5 of 12

2.4.2 For 'Cat-II' valves, Vendor shall submit for review drawings mentioned in clauses 2.1.2 &
2.1.3 before start of manufacture. No other drawings shall be submitted for review.

2.4.3 Test report shall be supplied for all mandatory tests as per the applicable code. Test reports
shall also be furnished for any supplementary tests as specified in clauses 3.13, 3.14 & 3.15.

2.4.4 Material test certificates (physical properties, chemical composition & heat treatment report)
of the pressure containing parts shall be furnished for the valves supplied. Material test
certificates for the other parts shall also be furnished for verification during inspection.

2.5 In addition to submissions through EIL eDMS, Catalogues/Drawings shall be in submitted in


hard copies (6 sets) and soft copies (2 CDs/DVDs) along with delivery for Purchaser's record
for all categories/types of valves.

3.0 DESIGN AND CONSTRUCTION

3.1 Valve shall be designed, manufactured, tested, inspected and marked as per the manufacturing
standards, design codes and standards indicated in the respective valve specification sheets.
Any conflict between the requisition, enclosures, specification sheets and referred standards/
codes shall be brought to the notice of the purchaser for clarifications and resolution, before
proceeding with the manufacture. The purchaser's decision shall be final and binding to the
vendor. The drawings submitted for review shall not include any deviations except as
communicated in writing in Deviation permits. The Drawings shall be reviewed only for
design and construction features.

3.2 All flanged valves shall have flanges integral (except forged valves) with the valve body.
Flange face finish shall be normally specified in the valve specification sheet as 125 AARH
etc. The interpretation for range of face finish shall be as follows:

Stock Finish : 1000 p. in AARH max.


125 AARH : Serrations with 125 to 250 p in AARH
63 AARH : 32 to 63 p. in AARH

33 For all weld end valves with bevel end as per ASME B 16.25, the contour of bevel shall be as
follows:

Material Wall Thickness Weld Contour


Carbon Steel (Except Upto 22 mm Figure 2 Type A
Low Temp. Carbon Steel)
> 22 mm Figure 3 Type A
Alloy Steel, Upto 10 mm Figure 4
Stainless Steel &
Low Temp. Carbon Steel > 10 mm & Upto 25 mm Figure 5 Type A
> 25 mm Figure 6 Type A

Valve ends shall match thickness of the connecting pipe. Sloping of inside contour of valves
shall be done wherever necessary to achieve this.

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

Page 1155 of 4396


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES
r..11 feitReg
411M eiecnte J,,RfrA
INDIA LIMITED
IA Govt or India Undertaking)
FOR VALVES 6-44-0052 Rev.7
Page 6 of 12

3.4 For flanged valves with ring joint flanges the hardness shall be as follows:

Flange Material Min. Hardness of Groove (BHN)


Carbon Steel 140
1% Cr to 5% Cr, 9% Cr 150
Type 304, 316, 321, 347 160
Type 304L, 316L 140

3.5 Following requirements for check valves shall be met over and above the valve specification
sheet requirements:

3.5.1 Unless specified otherwise in the data sheet all check valves 3" & above (except in 900#,
1500# & 2500# rating) shall have a drain boss at location "G" (Refer Fig.No.1 of ASME
B16.34) where pocket is formed in valve body. A tapped drain hole with plug shall be
provided as per ASME B 16.34. Threads shall be as per ASME B 1.20.1 (Taper) NPT.

3.5.2 For heavy check valves, provisions shall be available for lifting by way of lugs, eye bolts and
other such standard devices.

3.6 If an overlay weld-deposit is used for the body seat ring seating surface, the corrosion
resistance of the seat ring base material shall be at least equal to the corrosion resistance of the
material of the shell.

3.7 Following valve bypass requirements shall be met:

3.7.1 By-pass requirement for Gate valves shall be as follows unless otherwise mentioned.

ASME 150 Class On sizes 26" and above


ASME 300 Class On sizes 16" and above
ASME 600 Class On sizes 6" and above
ASME 900 Class On sizes 4" and above
ASME 1500 Class On sizes 4" and above
ASME 2500 Class On sizes 3" and above

3.7.2 The by-pass piping arrangement shall be such that clearance between main valve body and by-
pass assembly shall be the minimum possible for layout reasons. Vendor shall follow the
sketch enclosed in Specification No. 6-44-0052-Al.

3.7.3 By-pass valve shall be a globe valve. The sizes shall be as under:

On main valve 4" 1/2"


On main valve 6" to 8" 3/4"
On main valve 10" & above 1"

By-pass piping shall be of same metallurgy as main valve. The by-pass piping, fittings and
valve tag numbers shall be as specified in Specification No. 6-44-0052-A2. In case details of
by-pass arrangement for any Valve tag number is missing, Vendor shall bring the same to
notice of EIL and provide by-pass as per details specified.

3.7.4 Vendor shall supply the by-pass valve duly tested and fitted to the main valve. Valves with
by-pass shall have the direction of flow marked on the main valve. By-pass attachment to the
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 1156 of 4396


STANDARD SPECIFICATION No.
, 31 ENGINEERS TECHNICAL NOTES
Ogell ttfaeg INDIA LIMITED
IA Govt of India Undertaking)
FOR VALVES 6-44-0052 Rev.7
Page 7 of 12

main valve body shall not be screwed. All fillet welds for by-pass installation shall be 100%
examined by DP/MP test and Butt-weld joints shall be 100% examined by radiography.

3.8 Valve body / bonnet shall be forged / cast as specified. Forgings are acceptable in place of
casting but not vice-versa.

3.9 Stem shall be forged or machined from forged / rolled bar. No casting is permitted. However,
integral stem of cast material is acceptable for Plug valves.

3.10 Stelliting / hardfacing by deposition, shall be minimum 1.6 mm.

3.11 Renewable seat rings shall be seal welded for valves of size 3" and above to prevent loosening
in service.

3.12 For Low Temperature & Cryogenic valve requirements, refer Specification.No.6-44-0052-A3
unless otherwise specified.

3.13 For Hydrogen service valve requirements, refer Specification.No.6-44-0052-A4 unless


otherwise specified.

3.14 Valves under `NACE' category shall meet the requirements specified in MR-0103 unless
otherwise specified.

3.15 For all austenitic stainless steel valves Inter Granular Corrosion (IGC) test shall be conducted
as per the following:

3.15.1 ASTM A262 Practice 'B' with acceptance criteria of '60 mils/year (max.)' for all materials -
forged, rolled, wrought and casting.
Or
ASTM A262 Practice `E' with acceptance criteria of 'No cracks as observed from 20X
magnification' for all materials other than castings. 'Microscopic structure to be observed
from 250X magnification' in addition.

3.15.2 When specifically asked for in MR for high temperature application of some grades of
austenitic stainless steel (eg. SS309, 310, 316, 316H etc.) ASTM A262 Practice 'C' with
acceptance criteria of ' 15 mils/year (max.)' shall be conducted.

3.15.3 For the IGC test as described in Clauses 3.15.1 & 3.15.2, two sets of samples shall be drawn
from each solution annealing lot. One set shall correspond to the highest Carbon content and
the other to the highest pressure rating. When testing is conducted as per practice `E',
photograph of the microscopic structure shall be submitted for record.

3.16 All types of 321 or 347 stainless steel valves shall be in a stabilised heat treated condition.
Stabilising heat treatment shall be carried out subsequent to the normal solution annealing.
Soaking temperature and holding time for stabilising heat treatment shall be 900°C and 4
hours respectively.

3.17 Spiral wound bonnet gaskets are to be provided with inner/outer ring except when
encapsulated gaskets type body-bonnet joints are employed. Outer ring may be avoided in
case of non-circular spiral wound gasket used in 150# valve provided the outermost layer of
spiral touches the bolts ascertaining the centering.

3.18 All Stainless Steel Castings shall be solution heat treated.

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

Page 1157 of 4396


STANDARD SPECIFICATION No.
101 tGI J ENGINEERS TECHNICAL NOTES
Ogen EtOleg S INDIA LIMITED
IrkRer eteakeott3tratTO (A Govt of India Undertaking)
FOR VALVES 6-44-0052 Rev.7
Page 8 of 12

3.19 Only normalized and tempered material shall be used in the following specifications :

Castings A217 Gr.WC1, A217 Gr.WC4, A217 Gr.WC5, A217 Gr.WC6, A217
Gr.WC9, A217 Gr.C5, A217 Gr.C12

Forgings : A182 Gr.F11 C1.2, A182 Gr.F12 C1.2

3.20 Ball / Plug / Butterfly Valves

3.20.1 As a prequalification, fire safe test as per API 607 / API 6FA / BS EN ISO 10497 (Supersedes
BS 6755 Part II) shall be carried out on soft seated ball, plug & butterfly valves and also on
lubricated plug valves The test shall be witnessed and certified by a third party inspection
agency like Lloyds, BVIS, DNV or EIL/ CEIL unless otherwise specified. The vendor has to
submit test certificate for the particular design of the valve offered, if fire safe design is
required as per the Valve Material Specification sheet..

3.20.2 Each valve shall be supplied with a lever / wrench except for gear operated / motor operated
valves.

3.20.3 Soft-seated ball, plug & butterfly valves shall be supplied with antistatic devices.

3.20.4 BW / SW end ball valves shall have a 100 mm long seamless pipe nipple welded to each end
of the valve. Nipples are to be welded prior to assembling Teflon seats / seals. Specifications
of the nipples shall be as indicated in the MR.

3.20.5 The face-to-face dimensions of all ball valves shall be same as those of gate valves of the
corresponding ANSI class (except 10" onwards in Class 150 where the face-to-face
dimensions shall be as per API 6D long pattern).

3.20.6 The ball of ball valve shall not protrude outside the end flanges of valve.

3.20.7 Ball valves shall be of floating ball/trunnion mounted type as per following:

150# 8" & below Floating ball


10" & above Trunnion mounted

300# 4" & below Floating ball


6" & above Trunnion mounted

600# 1.5" & below Floating ball


& above 2" & above Trunnion mounted

3.20.8 Unless otherwise specified in the data sheets, bore of all reduced bore ball valves shall be
limited to one size lower than the nominal bore.

3.21 The MOVs are to be installed in an open area and the actuators shall be suitable for all
weather conditions. The testing of complete assemblies of MOVs along with the actuators
shall be done by the supplier at his works.

3.22 Ends of flanged valves of 22" size shall match corresponding flanges to MSS-SP44 unless
otherwise specified.

3.23 Yoke material shall be same as bonnet material where maximum temperature specified is
more than 427°C.

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

Page 1158 of 4396


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES
/gar Ea&
(ORR MEW MI 3‘17.3)
INDIA LIMITED
(A Govt. of India undertaking,
FOR VALVES 6-44-0052 Rev.7
Page 9 of 12

4.0 OPERATION

4.1 Gear operation shall be provided as under:

Valve Type Class Size Requiring Gear-Operator


Gate Valve, Globe Valve & 150 Class 12" and larger
Diaphragm Valve 300 Class 12" and larger
600 Class 10" and larger
900 Class 6" and larger
1500 Class 3" and larger
2500 Class 3" and larger
Ball Valve / Plug Valve 150 Class 6" and larger
(Other than pressure balance 300 Class 6" and larger
plug valves)
600 Class 4" and larger
900 Class 3" and larger
1500 Class 3" and larger
Butterfly Valve 150, 300 Class 6" and larger

For sizes lower than these ranges, hand wheel / lever / wrench shall be provided. For pressure
balance plug valves manufacturer's recommendation shall be acceptable provided the
requirements specified in clause 4.6 are met.

4.2 Gear operator shall be provided, with position indicators for open / close positions and with
limit stops. (Limit stops are not applicable for gate and globe valves).

4.3 Where gear operator is not called for as per Clause 4.1 but vendor recommends a gear
operator, the same shall be highlighted.

4.4 Gear operator shall be so designed as to operate effectively with the differential pressure
across the closed valve equal to the cold non-shock pressure rating.

4.5 Ball, plug and butterfly valves, shall have "Open" position indicators with limit stops.

4.6 Hand wheel diameter shall not exceed 750mm and lever length shall not exceed 500mm on
either side. Effort to operate shall not exceed 35 Kg at handwheel periphery. However, failing
to meet the above requirements, vendor shall offer gear operated valve and quote as per clause
4.3.

5.0 INSPECTION AND TESTING

5.1 Every valve shall be subjected to all the mandatory tests and checks called in the respective
codes / data sheet by EIL inspection or any third party as approved by the purchaser. For IBR
valves refer clause 7.0.

5.2 Every valve, its components and auxiliaries must be subjected to all the mandatory tests and
checks called for in the respective codes, data sheets etc. by the manufacturer.

5.3 Though the extent of inspection shall be as under, exact extent with hold points shall be
decided by EIL regional inspection office and recorded in the form of inspection plan. In case
of third party inspection, the inspection plan shall be approved by the purchaser.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 1159 of 4396


STANDARD SPECIFICATION No.
Reie?(7
ENGINEERS
-A TECHNICAL NOTES
Ogelf idaeg INDIA LIMITED
eIreel ,too e MI OW.) IA Govt of India Undertaking)
FOR VALVES 6-44-0052 Rev.7
Page 10 of 12

Forged Valves:

1. Visual and dimensional inspection.


2. Review of material test certificates.
3. Any mandatory or supplementary test.
4. Hydrostatic test on 10% valves selected on random basis.
5. Strip check is required for 1% of total ordered quantity of Gate & Globe valves (min. 1
No.) for each Valve sheet no., however, strip check is not required for CS/ Brass/ Bronze
material valves with 13% Cr/ Brass/ Bronze trims.

Cast Steel Valves:

1. Visual and dimensional inspection.


2. Review of material test certificates.
3. Review of radiographs/radiographic reports or any other NDT tests wherever applicable
as per data sheet.
4. Any mandatory or supplementary test.
5. Hydrostatic test 100% for body, 10% other test.
6. Strip check is required for 1% of total ordered quantity of Gate & Globe valves (min. 1
No.) for each Valve sheet no., however, strip check is not required for CS/ Brass/ Bronze
material valves with 13% Cr/ Brass/ Bronze trims.

Samples for strip check shall be selected at random and shall generally be in the highest
size in the lot.

5.4 In case of motor operated or actuator operated valves, functional / operational checks as per
the requirements of the specifications shall be made on each valve.

6.0 RADIOGRAPHY OF CAST VALVES

6.1 Valve castings shall undergo radiographic examination as specified below.

Material Rating Size Range Radiography


All 150# 24" and below NIL**
26" and above* 100%
300# 16" and below NIL**
18" and above 100%
600# & above All sizes 100%

* No radiography is required for valves of size 26" and above in cooling water service.

**For sizes 24" & below in 150# and 16" & below in 300#, radiography percentage if
specifically mentioned in individual valve material spec sheet shall govern.

Radiography specified as random 10% or 20% etc. in the respective valve data sheet implies
10% or 20% etc. of number of valves ordered against each item number with a minimum of
one valve against each item.

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

Page 1160 of 4396


STANDARD SPECIFICATION No.
rn~r el ENGINEERS TECHNICAL NOTES
fEff5teg INDIA LIMITED
(A Govt of India Unclertalcing)
FOR VALVES 6-44-0052 Rev.7
Page 11 of 12

6.2 Radiography procedure, areas of casting to be radiographed shall be as per ASME B 16.34 and
acceptance criteria shall be as per ASME B 16.34 Annexure-B. However for areas of casting
to be radiographed for types of valves not covered in ASME B 16.34, vendor shall radiograph
castings in line with ASME B 16.34.

6.3 For random radiography wherever specified in individual data sheets, the sampling shall be
per size of the quantity ordered for each foundry.

6.4 Radiography wherever specified in the data sheets or as per clause 6.1 shall be done by X-ray /
'y-ray to get the required sensitivity.

7.0 IBR CERTIFICATION

7.1 For valves described "IBR", valves shall be in accordance with the latest IBR (Indian Boiler
Regulation) including the requirements specified in the specification.
7.2 For SW / BW end carbon steel valves under IBR, the chemical composition shall conform to
the following:

Carbon (Max) 0.25%


Others (S, P, Mn) As per IBR

7.3 Valves coming under the purview of "IBR"(Indian Boiler Regulations) shall each be
individually accompanied by IBR certificate original in Form III-C duly approved by IBR
authority / local authority empowered by the Central Boiler Board of India. Photocopy of
original certificate duly attested by the local boiler inspector where the supplier is located is
the minimum requirement for acceptance.

7.4 All "IBR" valves shall be painted red in body-bonnet / body-cover joint.

8.0 MARKING

8.1 Valve markings, symbols, abbreviations etc. shall be in accordance with MSS-SP-25 or the
standard referred in specification sheet as applicable. Vendor's name, valve rating, material
designation, nominal size, direction of flow (if any) etc. shall be integral on the body.

8.2 Each valve shall have a corrosion resistant tag giving size, valve tag / code no., securely
attached to the valve body.

8.3 Paint or ink for marking shall not contain any harmful metal or metal salts such as zinc, lead
or copper which cause corrosive attack on heating.

8.4 Carbon Steel / Alloy Steel valves shall be painted with one coat of inorganic zinc silicate
(minimum DFT 65 to 75 microns).

9.0 DESPATCH

9.1 Valve shall be dry, clean and free from moisture, dirt and loose foreign materials of any kind.

9.2 Valves shall be protected from rust, corrosion and any mechanical damage during
transportation, shipment and storage.

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

Page 1161 of 4396


STANDARD SPECIFICATION No.
,511faeie`i Lfth ENGINEERS TECHNICAL NOTES
Q41 k1Rs INDIA LIMITED FOR VALVES 6-44-0052 Rev.7
(A Govt of India Undertaking)
Page 12 of 12

9.3 Rust preventive on machined surfaces to be welded shall be easily removable with a
petroleum solvent or shall not be harmful to welding.

9.4 Each end of valve shall be protected with the following materials:

Flange Face Wood or Plastic Cover


Bevelled End Wood or Plastic Cover
SW & SCRD. End Plastic Cap

9.5 End protectors of wood / plastic to be used on flange faces shall be attached by at least three
bolts and shall not be smaller than the outside diameter of the flange. However, plastic caps
for SW & SCRD end valves shall be press fit type.

9.6 End protectors to be used on bevelled end shall be securely and tightly attached.

9.7 For special service valves additional requirement for despatch shall be as prescribed in data
sheet.

10.0 ATTACHMENTS

6-44-0052-A 1 Bypass Piping Arrangement

6-44-0052-A2 Specifications for Bypass Piping, Fittings and Valves

6-44-0052-A3 Special Requirements for Low Temperature and


Cryogenic Valves

6-44-0052-A4 Special Requirements for Hydrogen Service Valves

11.0 REFERENCES

6-78-0001 Specification for Quality management system


requirements from bidders

6-78-0003 Specification for documentation requirements from


suppliers

6-81-0001 Specification for Positive Material Identification


(PMI) at Supplier's Works

6-81-0004 Inspection and Test plan for Valves

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

Page 1162 of 4396


STANDARD SPECIFICATION No.
1514-zA ENGINEERS BYPASS PIPING
51guttf54- ag
INDIA LIMITED
(4.,,,,,N,L15,78..) (A Govt of India Undertaking)
ARRANGEMENT 6-44-0052-Al Rev.7
Page 1 of 1

BYPASS PIPING ARRANGEMENT


L7
(minimum)
Bevel Gear
Operator (BGO)

L6

L5

L4
300 mm
(approx.)
Globe valve
for BOO valves
L3 as per spec.
sht. indicated
in the MR.
ote-8
150 mm
(approx.)
for non-BOO valves

L2 Pipe bend

Flow

L1
(minimum possible)
NOTES :
1. The orientation & location of handwheel of bevel gear operator & the bypass arrangement
shall be strictly as per this sketch.

2. The bypass connection ends shall be socket welded upto 600# and butt welded for 900#
and above rating.

3. The bypass arrangement shall be properly clamped to & supported by the body of the
main valve.

4. Basic design of bypass shall be to MSS-SP-45.

5. Material of bypass pipe & 90° elbows shall be same or equivalent to the body material as
indicated in Specification No. 6-44-0052-A2.

6. This sketch is applicable for both BGO & NON-BGO Valves.

7. Vendor shall furnish dimensions Ll to L8.

8. Stem shall not be horizontal in the case of CRYO Valves

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

Page 1163 of 4396


STANDARD SPECIFICATION No.
ENGINEERS SPECIFICATIONS FOR BYPASS
INDIA LIMITED PIPING, FITTINGS AND VALVES 6-44-0052-A2 Rev.7
I etecnie ref 34ore) (A Govt of India Undertaking)
Page 1 of 3

SPECIFICATIONS FOR BYPASS PIPING, FITTINGS AND VALVES

Bypass
Class (Main Valve Sht.no.) Pipe Fittings Valve
Sht.no.
A1A(51301), A3A(51321),
A9A(51301), A10A(51301), ASTM A106 Gr.B (SMLS) ASTM A105
Al 1A(51301), A33A(51301), 0.5"-0.75": S160 0.5"-0.75": SW 6000# 52001
B1A(51401), B9A(51401), 1.0"-1.5" : XS 1.0"-1.5" : SW 3000#
D1A(51501), D9A (51501)
ASTM A106 Gr.B (SMLS) ASTM A105
A6A(51301), B6A(51401) 0.5"-0.5" : XXS 0.5"-0.5" : SW 9000# 52001
0.75"-1.5": S160 0.75"-1.5": SW 6000#
ASTM A106 Gr.B (SMLS) ASTM A105
A13A(51301), B13A(51401) 52001
0.5"-1.5" : XXS 0.5"-1.5" : SW 9000#
ASTM A106 Gr.B (SMLS)- IBR ASTM A105 - IBR
A2A(51302), B2A(51402), 52002
0.5"-0.75": S160 0.5"-0.75": SW 6000#
D2A (51502) 1.0"-1.5" : SW 3000#
1.0"-1.5" : XS
ASTM A350Gr.LF2-
ASTM A333 Gr.6 (SMLS)- LT
A4A (51303), B4A (51403), LT
0.5"-0.75": S160 52003
D4A (51503) 0.5"-0.75": SW 6000#
1.0"-1.5" : XS
1.0"-1.5" : SW 3000#
ASTM A106 Gr.B (SMLS) -H2 ASTM A105 - H2
A5A (51304), BSA (51404), 52004
0.5"-0.75": S160 0.5"-0.75": SW 6000#
D5A (51504)
1.0"-1.5": XS 1.0"-1.5" : SW 3000#
ASTM A106 Gr.B (SMLS) ASTM A105
A7A (51307) 0.5"-0.75" : S160 0.5"-0.75": SW 6000# 52007
1.0"-1.5": XS 1.0"-1.5" : SW 3000#
ASTM A106 Gr.B (SMLS) -
ASTM A105 - NACE
Al6A (51311), B16A (51411), NACE
0.5"-0.5" : SW 9000# 52011
D16A (51511) 0.5"-0.5" : XXS
0.75"-1.5": SW 6000#
0.75"-1.5": S160
ASTM A106 Gr.B (SMLS) ASTM A105
A19A (51313), B19A (51413),
0.5"-0.75" : 5160 0.5"-0.75": SW 6000# 52013
D19A (51513) 1.0"-1.5" : SW 3000#
1.0"-1.5": XS
ASTM A234 Gr.WPB/
ASTM A106 Gr.B (SMLS)
ElA (51601), FlA (51701) ASTM A105 52101
0.5"-1.5" : S160
0.5"-1.5" : BW, S160
ASTM A234 Gr.WPB/
ASTM A106 Gr.B (SMLS) - IBR
E2A (51602), F2A (51702) ASTM A105 - IBR 52102
1.5 : S160
0.5"-"
0.5"-1.5" : BW, S160
ASTM A234 Gr.WPB/
ASTM A106 Gr.B (SMLS) - H2
E5A (51604), F5A (51704) ASTM A105 - H2 52104
0.5"-1.5" : S160
0.5"-1.5" : BW, S160
ASTM A106 Gr.B (SMLS) ASTM A234 Gr.WPB/
0.5"-1.5" : SCH XXS ASTM A105
E9A (51605), F9A (51705) 52105
0.5"-1.5" : BW, SCH
XXS
ASTM A106 Gr.B (SMLS) ASTM A234 Gr.WPB/
0.5"-1.5" : SCH XXS ASTM A105
E19A (51613), F19A (51713) 52113
0.5"-1.5" : BW, SCH
XXS

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

Page 1164 of 4396


STANDARD SPECIFICATION No.
01 el ENGINEERS SPECIFICATIONS FOR BYPASS
INDIA LIMITED PIPING, FITTINGS AND VALVES 6-44-0052-A2 Rev.7
(A Govt of India Undertaking)
Page 2 of 3

Bypass
Class (Main Valve Sht.no.) Pipe Fittings Valve
Sht.no.
ASTM A106 Gr.B ;(SMLS) ASTM A105
A5Y (51384), A33Y (51384) 0.5"-1.5" : S160 ' 0.5"-1.5" : SW 6000# 52085
4
ASTM A182
ASTM A335Gr.P11(SMLS)
MD (51330), BM (51430), Gr.F11C1.2
0.5"-0.75" : S160 52030
D1D (51530) 0.5"-0.75": SW 6000#
1.0"-1.5": XS
1.0"-1.5" : SW 3000#
ASTM A335Gr.P11 (SMLS) - ASTM A182
IBR Gr.F11C1.2 - IBR
D2D (51531) 52031
0.5"-0.75" : S160 0.5"-0.75": SW 6000#
1.0"-1.5": XS 1.0"-1.5" : SW 3000#
ASTM A182
ASTM 335Gr.P11(SMLS)- H2
Gr.F11C1.2 - H2
B5D (51432), D5D (51532) 0.5"-0.75" : S160 52032
0.5"-0.75": SW 6000#
1.0"-1.5": XS
1.0"-1.5" : SW 3000#
ASTM A182
ASTM A335Gr.P22(SMLS) 0.5"-
Gr.F22C1.3
BlE (51433) 0.75" : S160 52033
0.5"-0.75": SW 6000#
1.0"-1.5": XS
1.0"-1.5" : SW 3000#
ASTM A182
ASTM A335Gr.P22(SMLS) - H2
Gr.F22C1.3 - H2
D5E (51534) 0.5"-0.75" : S160 52034
0.5"-0.75": SW 6000#
1.0"-1.5": XS 1.0"-1.5" : SW 3000#
ASTM A335 Gr.P5(SMLS) ASTM A182 Gr.F5
A4F (51336), B4F (51436) 0.5"-0.75" : S160 0.5"-0.75": SW 6000# 52036
1.0"-1.5": XS 1.0"-1.5" : SW 3000#
B3F (51436) ASTM A335 Gr.P5(SMLS) ASTM A182 Gr.F5
52036
0.5"-1.5" : XXS 0.5"-1.5" : SW 9000#
ASTM A335 Gr.P9(SMLS) ASTM A182 Gr.F9 52039
A4G (51339), B4G (51439) 0.5"-0.75: SW 6000#
0.5"-0.75" : S160
1.0"-1.5": XS 1.0"-1.5" : SW 3000#
ASTM
ASTM A335 Gr.P11 (SMLS) - A234Gr.WP11C1.1/
F2D (51731) IBR A182 Gr.F11C1.2 - 52131
0.5"-1.5" : S160 IBR
0.5"-1.5" : BW, S160
ASTM
ASTM A335 Gr.P22(SMLS) -
A234Gr.WP22C1.1/
H2 52134
E5E (51634) A182 Gr.F22C1.3 - H2
0.5"-0.75" : S160
0.5"-0.75" : BW, S160
1.0"-1.5": XS
1.0"-1.5" : BW, XS
ASTM A312 TP304(SMLS) ASTM A182 Gr.F304
A1K (51345), A3K (51345), 0.5"-1.5" : SW 3000# 52045
0.5-0.75" : 80S
B1K (51445), D1K (51545)
1.0"-1.5": 40S
ASTM A312 TP304(SMLS) - ASTM A182 Gr.F304
A2K (51346), B2K (51446), CRY() - CRYO
52046
D2K (51546) 0.5"-0.75" : 80S 0.5"-1.5" : SW 3000#
1.0"-1.5": 40S
ASTM A182
ASTM A312 TP304H (SMLS)
B4K (51448), B5K (51448) Gr.F304H 52048
0.5"-1.5" : 80S
0.5"-1.5": SW 3000#

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 1165 of 4396


STANDARD SPECIFICATION No.
dl ENGINEERS SPECIFICATIONS FOR BYPASS
INDIA LIMITED PIPING, FITTINGS AND VALVES 6-44-0052-A2 Rev.7
(anen eienne aA 3vpRil (A Govt of India Undertaking)
Page 3 of 3

Bypass
Class (Main Valve Sht.no.) Pipe Fittings Valve
Sht.no.
ASTM A182
ASTM A312 TP304L (SMLS)
Gr.F304L
Gr.
A6K (51350), B6K (51450) 0.5"-0.75" : 80S 52050
0.5"-1.5": SW 3000#
1.0"-1.5": 40S
ASTM A312 TP316(SMLS) ASTM A182 Gr.F316
AIM (51361), B1M (51461) 0.5"-0.75" : 80S 0.5"-1.5": SW 3000# 52061
1.0"-1.5": 40S
ASTM A312 TP316H (SMLS) - ASTM A182
H2 Gr.F316H - H2
B5M (51462) 52062
0.5"-0.75" : 80S 0.5"-1.5": SW 3000#
1.0"-1.5": 40S
ASTM A312 TP321(SMLS) ASTM A182 Gr.F321
B3M (51463) 0.5"-0.75" : 80S 0.5"-1.5": SW 3000# 52063
1.0"-1.5": 40S
ASTM A182
ASTM A312 TP 316L (SMLS)
Gr.
Gr.F316L
A1N (51366), 131N (51466) 0.5"-0.75" : 80S 52066
0.5"-1.5": SW 3000#
1.0"-1.5": 40S
ASTM A182
ASTM A312 TP316L (SMLS) Gr.F316L
B6N (51471) 0.5"-0.75" : 80S 0.5"0.5"-1.5": SW 52071
1.0"-1.5": 40S 3000#

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

Page 1166 of 4396


SPECIAL REQUIREMENTS FOR STANDARD SPECIFICATION No.
iH6i ENGINEERS
51g-zufM5Veg INDIA LIMITED LOW TEMPERATURE & 6-44-0052-A3 Rev.7
own ,limiwre Mn .3P011) (A Govt of Me Undertaking)
CRYOGENIC VALVES Page 1 of 2

SPECIAL REQUIREMENTS FOR LOW TEMPERATURE & CRYOGENIC VALVES

1.0 SCOPE

All valves of Low Temperature Carbon Steel (LTCS) and all grades of austenitic SS
(CRYO) material are categorized as cryogenic valves. All these valves shall have
extended bonnet as per BS 6364 except check valves.

Following qualification criteria shall be met by the valve vendors to quote valves for
cryogenic services:

2.0 QUALIFICATION CRITERIA

i) Both cryogenic test (clause 2.1) and reference list (clause 2.2) together shall be
considered for vendor qualification and vendor shall furnish the same, along with his
offer.

ii) Vendors who do not have cryogenic test reports and reference list covering valves of
all sizes, materials and ratings required by MR, should confirm / furnish the following
for consideration of their offer:

a. Evidence of having conducted successfully at least one cryogenic test as per


BS 6364. Test certificate shall be furnished with the offer.

b. Vendor shall confirm to conduct cryogenic test per clauses 2.1 & 2.3 for the
remaining valves not later than 12 weeks from the date of purchase order.

c. Vendor shall also furnish reference list for valves supplied for non-cryo
service if reference list referred in 2.2.1 does not cover all the sizes of MR.

Offers of vendors who do not comply with above requirements would be rejected.

2.1 Cryogenic Test

Vendors to furnish copies of cryogenic test certificate for tests conducted as per details
given below:

2.1.1 Test shall be as per BS 6364.

2.1.2 Test temperature, unless specifically called for otherwise in the individual MR,
shall be -45°C for LTCS and -196°C for all grades of austenitic stainless steel.

2.1.3. Tests carried out on a particular size of one type of valve, pressure rating and
material shall qualify all sizes equal to and below the test valve size for the
same type, pressure rating and material. In case of austenitic SS any one grade
would qualify for all other grades of austenitic SS.

2.1.4. Tests should have been witnessed and certified by any one of the following
third party inspection agencies; M/s Lloyd, BV, DNV, TUV or EIL/ CEIL.

2.1.5. Cryogenic test need not be conducted for every order. Test conducted
previously and witnessed by inspection agencies listed above shall be
considered acceptable and need not be repeated.

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

Page 1167 of 4396


Gil ENGINEERS
eiC1 SPECIAL REQUIREMENTS FOR STANDARD SPECIFICATION No.
Ogeg tameg INDIA LIMITED
eieEDIZ an 3.7.1) IA Govt of India Undertaking)
LOW TEMPERATURE &
CRYOGENIC VALVES
6-44-0052-A3 Rev.7
Page 2 of 2

2.2 Reference List

Vendor shall furnish reference list for valves supplied for cryogenic service indicating the
name of client, year of supply, size, material, pressure rating, type of valve and quantity.

2.3 Post Order Testing Procedure

2.3.1. Before conducting post order testing, vendor shall submit the following for
approval:

a. Test procedure (as per BS 6364).


b. Cross-section drawing of the valve with material of construction.
c. Schematic of test rig (as per BS 6364) with complete details.

2.3.2. Test has to be conducted irrespective of the service on largest size for each type of
valve and for each material and class rating. Vendor shall offer one, two or three
valves for selection of test valve by inspector depending upon whether quantity of
largest valve in the order is one, two or three and more than three respectively.

In the event of failure of the test valve to meet the specification requirements, the
vendor shall conduct test on two more valves. These two valves which pass test
successfully, are of lower size, then the qualification will be valid only to sizes
upto which test has been conducted successfully.

2.3.3. In case of non-conductance of cryogenic test(s) within 12 weeks or failure in the


test(s) conducted after receipt of order, the owner reserves the right to invoke any
of the provisions of the purchase order including cancellation of the purchase
order at the risk and cost of vendor.

3.0 Bonnet extension, wherever specified in the valve sheet to BS 6364 shall be for "non
cold box application" unless otherwise specified in the MR. Even if not called for in
valve sheet, valves indicated as "LT" or "CRYO" shall be supplied with bonnet
extension.

4.0 Bonnet and Gland extension joints shall be of butt welded/integrally cast construction. I

5.0 Repair welding procedure for austenitic stainless steel valves in "CRYO" service shall
have to be qualified for impact test as per ASME B31.3. Minimum acceptable impact
energy shall be 20 J or lateral expansion of 0.38 mm at temperature of -196°C.

6.0 Wherever impact test of SS studs / nuts is called for in the data sheet, the impact value
shall be 27 J at the intended service temperature specified in the data sheets.

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

Page 1168 of 4396


STANDARD SPECIFICATION No.
‘31 ENGINEERS SPECIAL REQUIREMENTS FOR
Ogelftlf5teg INDIA LIMITED HYDROGEN SERVICE VALVES 6-44-0052-A4 Rev.7
OMR e9eeR2,1313‘10.1) (A Govt of India Undertaking)
Page 1 of 2

SPECIAL REQUIREMENTS FOR HYDROGEN SERVICE

1.0 GENERAL

1.1 These requirements are applicable for valves used in Hydrogen service. These are in
addition to the requirements described in "Technical Notes for Valves" Spec. No. 6-44-
0052, and shall be read in conjunction with this specification.

1.2 All cast valve flanges & bodies with flange rating of Class 900 or greater shall be
examined in accordance with paragraphs 7.2 through 7.5 of Appendix-VII of ASME
SEC-VIII, DIV.1, regardless of casting quality factor.

1.3 Body / bonnet / cover joints & stuffing box of all valves shall have low emission. One
valve per metallurgy, per rating, per size shall be helium leak tested as per ASME Sec.V,
Subsection A, Article 10 (Detector Probe Technique), Appendix IV at a minimum of
25% of the allowable (rated) cold working pressure. Selection of valves for helium leak
test shall be at random. Test duration shall be as follows:

Test Duration in Minutes


Pressure Class
Nominal Size
Upto 300 600 800 & 900 1500 2500

Upto 2" 3 6 9 12 12

3" to 6" 6 9 12 15 18

8" to 16" 9 9 12 15 18

18" to 24" 9 12 15 18 21

The valve shall show no leakage. No leakage is defined as a total leakage rate of less than
0.0001 ml/s of helium.

2.0 Only normalized and tempered material shall be used in the following specifications:

Castings A217 Gr.WC1, A217 Gr.WC4, A217 Gr.WC5, A217 Gr.WC6, A217
Gr.WC9, A217 Gr.C5, A217 Gr.C12

Forgings A182 Gr.F11 C1.2

3.0 CS & AS VALVES

3.1 Bend test and Magnetic Particle inspection of the entire surface of body and bonnet
casting shall be in accordance with ASTM A217. Supplementary requirement S3 & S4
evaluation of magnetic particle, inspection shall be in accordance with MSS-SP-53
except that no linear discontinuities shall be allowed.

3.2 The Brinell hardness of heat treated casting shall not exceed 200 BHN for carbon steel &
225 for alloy steel.

3.3 Repair to defective casting shall be outlined in writing to the purchaser before repair
starts. Repair method to be approved prior to welding.

3.4 Casting shall be preheated to a minimum of 400°F prior to welding and all Chromium-
Molybdenum alloys shall be postweld heat treated after welding is complete. Stress
relieving is essential for welds.
Copyright EIL — All rights reserved
Format No. 8-00-0001-F1 Rev. 0

Page 1169 of 4396


STANDARD SPECIFICATION No.
t3t
77.1) ENGINEERS SPECIAL REQUIREMENTS FOR
fell5reg
(7

Oge.il INDIA LIMITED HYDROGEN SERVICE VALVES 6-44-0052-A4 Rev.7


IA Govt of India Undertaking)
Page 2 of 2

3.5 Carbon steel shall be normalised and alloy steels shall be normalised & tempered.

3.6 Dye Penetrant test of welds shall be in accordance with ASTM B165 Procedure B-2.
Interpretation as per Appendix-8 of ASME-VIII Div. 1.

3.7 The tensile stress for AS shall be less than 100,000 psi.

3.8 Charpy V-notch impact testing is to be done for valve material (average 20 ft-lb for set of
3 [minimum value 15 ft-lb] at 30°F).

3.9 For radiography and acceptance criteria for valve castings, refer Cl. 4.2.

4.0 SS VALVES

4.1 Valve casting shall be in solution heat treated and pickled condition.

4.2 Critical body and bonnet casing section typically defined by ASME B 16.34 shall be
radiographed and shall meet ASTM E446 (upto 2" thick) Category A, B & CA Level 2,
Category CB, OC & CD Level 3, Category D, B & F Level 0. For wall thickness 2" to
4.5" comparable plates of ASTM E186 shall be used. ASTM E94 and ASTM E142 shall
be used for recommended practice & controlling quality of radiography as guide. The
entire surface of all castings shall be dye-penetrant inspected after pickling.

4.3 Welds shall be 100% radiographed and evaluated in accordance with paragraph 344.5 of
ASME B31.3 with a minimum casting quality factor of 0.95. Dye Penetration test shall
be as per ASTM E165 Procedure B-2, Interpretation as per Appendix-8 of ASME-VIII
Div.l.

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

Page 1170 of 4396


TECHNICAL NOTES FOR STANDARD SPECIFICATION No.
0 Zit'? ENGINEERS FLANGES, SPECTACLE BLINDS
Iftr Meg
1.112?)eiVasTU )
INDIA LIMITED
(A Govt of India UnOmtak,o9) AND DRIP RINGS
6-44-0053 Rev. 7
Page 1 of 8

V171, 44-acno co(%- la


r5,1-1 rk4 * kekl dChlfIChel rdLLIFUNT

TECHNICAL NOTES FOR FLANGES,


SPECTACLE BLINDS AND DRIP RINGS

REVISED & ISSUED AS STD V1:1


:K...-' SH
7 16 01 20
SPECIFICATION
REVISED & ISSUED AS STD SH AK RN SC
6 25 09 14 UK
SPECIFICATION
REVISED & ISSUED AS STD SH AK RN SC
5 31 12 13 UK
SPECIFICATION
REVISED & ISSUED AS STD RN SC DM VC
4 04 07 08 SPECIFICATION
REVISED & ISSUED AS STD RN BRB NS MI
3 01 11 00 SPECIFICATION
Standards Standards
Committee 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 1171 of 4396


TECHNICAL NOTES FOR STANDARD SPECIFICATION No.
ei ENGINEERS
eg INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 7
511g-aolver
r Eif5i-
evinpr
tR1010,
411 Gort of Ind UndeftakM1 AND DRIP RINGS Page 2 of 8

Abbreviations:

AARH Arithmetic Average Roughness Height


ANSI American National Standards Institute
API American Petroleum Institute
ASME American Society of Mechanical Engineers
ASTM American Society for Testing & Materials
AWWA American Water Works Association
BHN Brinell Hardness Number
HIC Hydrogen Induced Cracking
IBR Indian Boiler Regulations
IGC Inter Granular Corrosion
IS Indian Standard
MR Material Requisition
MSS Manufacturer's Standardization Society
NACE MR National Association of Corrosion Engineers : Material Requirement
PMI Positive Material Identification

Piping Standards Committee

Convenor : Mr. M. Ismaeel

Members : Mr. Mr. Amrendra Kumar


Mr. G. Balaji
Mr. Udayan Chakravarty
Mr. K.J. Harinarayanan (S&ME)
Mr. S. Ghoshal (Process-2)
Mr. S.C. Maity (Structural)
Mr. G.K. Iyer (Projects)
Mr. P.K. Rai (Construction)

Copyright EIL — All rights reserved


Format No 8-00-0001-F1 Rev 0

Page 1172 of 4396


TECHNICAL NOTES FOR STANDARD SPECIFICATION No.
ENGINEERS
Ogerff Oft INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 7
Govt of Ma Undertak.n9)
(A
AND DRIP RINGS Page 3 of 8

CONTENTS

1.0 GENERAL 4
2.0 IBR REQUIREMENTS 6
3.0 ACCEPTABLE DEVIATIONS 6
4.0 MARKING AND DESPATCH 7
5.0 REFERENCES 7

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

Page 1173 of 4396


TECHNICAL NOTES FOR STANDARD SPECIFICATION No.
401 elei ENGINEERS
51gar eu
E1151-
INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 7
,m7Ter
ereas??4,13,42F71) IA Govt of InOta Undonak,o91 AND DRIP RINGS Page 4 of 8

1.0 GENERAL

1.1 All items, their dimensions, tolerances, chemical composition, physical properties, heat
treatment and testing etc. shall conform to the latest codes and standards specified in the
requisition. Supplier shall strictly comply with MR/PR stipulations and no deviations shall be
permitted. Post Order Concession/Deviation as mentioned in Cl. 5.17 of Specification for
Quality Management System Requirements from Bidders (6-78-0001) is not applicable.

1.2 Testing

1.2.1 Test reports shall be supplied for all mandatory tests as per the relevant material
specifications. Test reports shall also be furnished for any supplementary tests as specified in
the requisition & Clauses 1.11, 1.12 & 1.15.

1.2.2 Material test certificates (physical property, chemical composition & heat treatment report)
shall also be furnished for the flanges supplied.

1.2.3 Positive Material Identification (PMI) shall be performed as per the scope and procedures as
defined in the 'Specification for Positive Material Identification (PMI) at Supplier's Works'
(No. 6-81-0001).

1.2.4 Refer to specification no. 6-81-0006 for Inspection and Test plans for flanges, spectacle blinds
& drip rings.

1.3 Ends of weld neck flanges shall be beveled to suit the schedule / thickness of matching pipe,
as specified in the requisition.

1.4 Bevel end details for welding neck flanges shall be as per ASME B16.25. Contour of bevel
end shall be as follows:

Material Wall Thickness Weld Contour

Carbon Steel (Except Upto 22 mm Figure 2 Type A


Low Temp. Carbon Steel)
> 22 mm Figure 3 Type A

Alloy Steel, Upto 10 mm Figure 4


Stainless Steel &
Low Temp. Carbon Steel
> 10 mm & Upto 25 mm Figure 5 Type A

> 25 mm Figure 6 Type A

1.5 Bore of socket weld flanges & reducing blind flanges shall suit the outside diameter and
schedule / thickness of matching pipe.

1.6 Bore of slip on flanges shall suit the outside diameter of matching pipe.

1.7 Flange face finish shall be normally specified in the requisition as serrated finish, 125 AARH
etc. The interpretation for range of face finish shall be as follows:
Stock Finish . 1000 µ in AARH max.
Serrated Finish/125 AARH Serrations with 125 to 250µin AARH
63 AARH 32 TO 63 µ in AARH

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

Page 1174 of 4396


TECHNICAL NOTES FOR STANDARD SPECIFICATION No.
ENGINEERS
$1g-ar fEtiai
eg INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 7
Mk', r 3%.) IA Govt of India Undertaiong)
AND DRIP RINGS Page 5 of 8

1.8 Galvanized flanges shall be coated with zinc by hot dip process conforming to IS 4736 /
ASTM A153.

1.9 Ends of screwed flanges unless otherwise specified shall have taper threads as per
ASME/ANSI B1.20.1.

1.10 For ring joint flanges, blinds and spacers the hardness shall be as follows:

Flange Material Min. Hardness of Groove (BHN)


Carbon Steel 140
1% Cr to 5%, 9% Cr 150
Type 304, 316, 321, 347 160

Type 304L, 316L 150

1.11 For ring joint flanges, blinds and spacers, the hardness shall be recorded in the test report.

1.12 NACE/HIC Requirements

1.12.1 Flanges, blinds, drip rings under "NACE" category and those designated as "HIC1" shall meet
the requirements given in NACE MR-0103 unless otherwise specified.

1.12.2 Flanges, blinds, drip rings made from plates and designated as "HIC1" shall meet the HIC
requirements of EIL Specification 6-79-0013 unless otherwise specified.

1.13 All austenitic stainless steel flanges shall be supplied in solution annealed condition.

1.14 I.G.C. Test for Stainless Steels:

1.14.1 For all austenitic stainless steel flanges, blinds, drip rings & Fig.8 flanges intergranular
corrosion test shall have to be conducted as per following:

ASTM A262 Practice `B' with acceptance criteria of "60 mils/year (max.)".
OR
ASTM A262 Practice E : The bent specimen shall be examined under 20X magnification. The
acceptance criteria is that there will be no crack or fissure in the bent specimen. The bent
specimen shall also be subjected to metallographic examination at 250X magnification to
ensure no crack or fissure. The photograph of the bent specimen along with comments shall be
submitted for review.

1.14.2 When specifically asked for in requisition for high temperature application of some grades of
austenitic stainless steel (like SS309, 310, 316, 316H etc.) ASTM A262 Practice 'C' with
acceptance criteria of "15 mils/year" shall have to be conducted.

1.14.3 For the IGC test as described in 1.14.1 & 1.14.2 two sets of samples shall be drawn from each
solution treatment lot; one set corresponding to highest carbon content and the other
corresponding to the highest rating / thickness.

1.15 All types of 321 or 347 stainless steel flanges shall be in a stabilized heat treated condition.
Stabilizing heat treatment shall be carried out subsequent to the normal solution annealing.
Soaking temperature and holding time for stabilizing heat treatment shall be 900 C and 4
hours respectively.

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

Page 1175 of 4396


TECHNICAL NOTES FOR STANDARD SPECIFICATION No.
ENGINEERS
IgZ11006 INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 7
eVer3re0030.4) (A G0A of Ind Undetaking)
AND DRIP RINGS Page 6 of 8

1.16 For dual grades of SS where specified, chemical composition and mechanical properties of
both grades specified shall be ensured.

1.17 AWWA C207 flanges shall be ring type.

1.18 Dimensions for handle projection for Spacers & Blinds shall be as specified in EIL Std. 7-44-
0166.

1.19 Where ever two sizes have been specified in the MR for flanges, it shall be considered a
reducing flange.

1.20 All 1Cr-1/4Mo and 11/4Cr-V2Mo flanges shall be normalised and tempered.

1.21 Ring Joint Fig-8 Flanges, Spacers & Blinds shall be female type only.

1.22 The handle for spacers & blinds for classes 900# & above shall be designed by the vendor.
The handle may be integral or attached to the line blank / spacer by welding. In case of
attachment by welding heat treatment & welding shall be in accordance with B31.3.

1.23 For Hydrogen service following special requirements shall also be met:

a. All carbon steel flanges having wall thickness 9.53 mm and above shall be normalised.
The normalising heat treatment shall be a separate heat treatment operation and not a part
of the hot forming operation.

b. All alloy steel (Cr-Mo) flanges shall be normalised and tempered. The normalising and
tempering shall be a separate heat treatment operation and not a part of the hot forming
operation.

c. For all carbon steels and alloy steels with wall thickness over 20mm, Charpy-V Notch
impact testing shall be carried out in accordance with paragraph UG-84 of ASME Section
VIII, Div-1 per heat of material and per heat treating batch. Impact test specimen shall be
in accordance with ASTM A370. Impact energies at 0 C shall average greater than 27J (20
ft-lb) per set of 3 specimens, with a minimum of 20J (15ft-lb).

2.0 IBR REQUIREMENTS

2.1 IBR Documentation

2.1.1 Flanges coming under the purview of IBR (Indian Boiler Regulations) shall be accompanied
with IBR Certificate original in Form III G duly approved and countersigned by IBR
authority/ local authority empowered by Central Boiler Board of India. Photocopy of original
certificate duly attested by the local boiler inspector where the supplier is located is the
minimum requirement for acceptance.

2.2 For carbon steel pipes under IBR the chemical composition shall conform to the following:
Carbon (max) 0.25%
Others (S, P, Mn) As prescribed in IBR.

The chemical composition as indicated in this clause is not applicable for pipes other than IBR
services.

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

Page 1176 of 4396


TECHNICAL NOTES FOR STANDARD SPECIFICATION No.
101 --1 ENGINEERS
$1?-ar fet5reg INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 7
IOWTr riroxeflf1JOOM IA Govt of India UndertaloN1 AND DRIP RINGS Page 7 of 8

3.0 ACCEPTABLE DEVIATIONS

3.1 Blind Flanges and Spacers & Blinds if specified as plate materials are acceptable in forging
materials also in the corresponding material grades.

3.2 Flanges/Spectacle Blinds/Drip rings of Grades SS317 of corresponding material are


acceptable in place of Grades SS316 or SS316(2.5Mo min.).

3.3 Flanges/Spectacle Blinds/Drip rings of Grades SS317L of corresponding material are


acceptable in place of Grades SS316L or SS316L(2.5Mo min.).

4.0 MARKING AND DESPATCH

4.1 All items shall be legibly and conspicuously stamped in accordance with the requirements of
applicable ASME, API and MSS Standards. In addition, EIL item code, purchase order
number & special conditions like "IBR", "CRYO", "NACE" "H2" etc. shall also be stamped.

4.2 All items coming under the purview of "IBR", "CRYO" , "NACE" & "H2"(hydrogen) shall
be painted with one stripe of colour red, light purple brown, canary yellow & white
respectively for easy identification. Width of stripe shall be 25mm and it shall be painted
longitudinally across the complete thickness of flange other than hub.

4.3 Paint or ink for marking shall not contain any harmful metal or metal salts such as zinc, lead
or copper which cause corrosive attack on heating.

4.4 All items shall be dry, clean and free from moisture, dirt and loose foreign materials of any
kind.

4.5 All items shall be protected from rust, corrosion and mechanical damage during
transportation, shipment and storage.

4.6 Rust preventive on machined surfaces to be welded shall be easily removable with a
petroleum solvent and the same shall not be harmful to welding.

4.7 Each end of flange shall be protected with the following materials:

Flange face Wood, metal or plastic cover


Bevelled end Wood, metal or plastic cover
Threaded end Plastic plug
Socket welding end Plastic cover or plug

4.8 Each size of flanges, blinds, etc. shall be supplied in separate packagings marked with the
purchase order number, item code number, material specification, size and rating.

5.0 REFERENCES

6-81-0001 Specification for Positive Material Identification (PMI) at Supplier's


Works.

6-81-0006 Inspection & test plan for flanges, spectacle blinds & drip rings

6-79-0013 Material requirements for carbon steel components used in sour


service for petroleum refinery environments

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

Page 1177 of 4396


TECHNICAL NOTES FOR STANDARD SPECIFICATION No.
lot ra ENGINEERS
0?ell iiirRegVir INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 7
1011001012000 MAMBA/
undettakmg)
IA Gout 01 MUM
AND DRIP RINGS Page 8 of 8

7-44-0162 Standard for Spacers & Blinds 26" (150CL, 300CL & 600CL FF)

7-44-0164 Standard for Spacers & Blinds 26" (For AWWA Flanges)

7-44-0166 Dimensions for Handle projection for Spacers & Blinds Y2"-24"

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

Page 1178 of 4396


TECHNICAL NOTES FOR BUTT STANDARD SPECIFICATION No.
WELDED, SOCKET WELDED 6-44-0054 Rev. 7
INDIA LIMITED
ligar atg ENGINEERS
laivOrerrasrennJWA) (A Govt of Indo Undeftak.9) AND SCREWED FITTINGS Page 1 of 9

fc5ftril * ro d al iii chi re.u4 ru NT

TECHNICAL NOTES FOR BUTT


WELDED, SOCKET WELDED AND
SCREWED FITTINGS

7 20 01 20 REVISED AND ISSUED AS STD SPECN Pt'AjV \M.)


VY
I SH MI RT
6 25 09.14 REVISED AND ISSUED AS STD SPECN SH AK RN ATD SC

5 31 12 13 REVISED AND ISSUED AS STD SPECN UK SH AK RN SC

4 04 07 08 REVISED AND ISSUED AS STD SPECN


RN SC DM VC
3 15/03/00 REVISED AND ISSUED AS STD SPECN RN BRB NS AS
Standards Standards
Committee 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 1179 of 4396


TECH. NOTES FOR BUTT STANDARD SPECIFICATION No.
0eJ f ENGINEERS
Ogar2154- au
(MIE.,292M12 4,13q0.1)
INDIA LIMITED
A Govt of 'mita Undatak.g)
WELDED, SOCKET WELDED
AND SCREWED FITTINGS
6-44-0054 Rev. 7
Page 2 of 9

Abbreviations:

AARH Arithmetic AVerage Roughness Height


ANSI American National Standards Institute
API American Petroleum Institute
ASME American Society of Mechanical Engineers
ASTM American Society for Testing & Materials
BHN Brinell Hardness Number
CS Carbon Steel
DP Dye Penetrant
HAZ Heat Affected Zone
HIC Hydrogen Induced Cracking
IBR Indian Boiler Regulations
IGC Inter Granular Corrosion
IS Indian Standard
LT Low Temperature
MP Magnetic Particle
MR Material Requisition
MSS Manufacturer's Standardisation Society
NACE MR National Association of Corrosion Engineers : Material Requirement
NB Nominal Bore
PMI Positive Material Identification
PO Purchase Order
PR Purchase Requisition
SMYS Specified Minimum Yield Strength
SS Stainless Steel

Piping Standards Committee

Convenor : Mr. M. Ismaeel

Members : Mr. Mr. Amrendra Kumar


Mr. G. Balaji
Mr. Udayan Chakravarty
Mr. K.J. Harinarayanan (S&ME)
Mr. S. Ghoshal (Process-2)
Mr. S.C. Maity (Structural)
Mr. G.K. Iyer (Projects)
Mr. P.K. Rai (Construction)

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

Page 1180 of 4396


TECH. NOTES FOR BUTT STANDARD SPECIFICATION No.
..1 ENGINEERS
Ogar1.11.2i,
El151- eg INDIA umiTED WELDED, SOCKET WELDED 6-44-0054 Rev. 7
MEW 0,13,111.1)
'A G" of Ind4 Und"") AND SCREWED FITTINGS Page 3 of 9

CONTENTS

1.0 GENERAL 4
2.0 IBR REQUIREMENTS 8
3.0 ACCEPTABLE DEVIATIONS 8
4.0 MARKING AND DESPATCH 9
5.0 REFERENCES 9

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

Page 1181 of 4396


TECH. NOTES FOR BUTT STANDARD SPECIFICATION No.
afReit.-7 0
= ENGINEERS
IgafEiWeS INDIA LIMITED WELDED, SOCKET WELDED 6-44-0054 Rev. 7
aivei (A Govt of India (Jndertakong)
AND SCREWED FITTINGS Page 4 of 9

1.0 GENERAL

1.1 Chemical composition, physical properties, tests, dimensions and tolerances, heat treatment and
marking shall conform to the applicable latest codes / standards / specifications as specified in
the material requisition (MR). Supplier shall strictly comply with MR/PR stipulations and no
deviations shall be permitted. Post Order Concession/Deviation as mentioned in Cl. 5.17 of
Specification for Quality Management System Requirements from Bidders (6-78-0001) is not
applicable.

1.2 Testing

1.2.1 Test reports shall be supplied for all mandatory tests as per the material specifications. Test
reports shall also be furnished for any supplementary tests as specified in the MR & Clauses
1.7, 1.8, 1.9, 1.10 & 1.11. Material test certificates (physical properties, chemical composition
& heat treatment report) shall also be furnished for fittings supplied.

1.2.2 Positive Material Identification (PMI) shall be performed as per scope and procedures defined
in the Specification for Positive Material Identification (PMI) at Supplier's Works (6-81-0001).

1.2.3 Refer to specification no.6-81-0005 for Inspection and Test plan for forged, seamless and
welded fittings.

1.3 All fittings shall be seamless in construction unless otherwise specified. If fittings are specified
as welded, the same shall conform to clause 1.7.

1.4 Outside diameters and wall thickness (unless otherwise mentioned) of butt welded fittings shall
be in accordance with ASME B36.10 and ASME B36.19 as applicable.

1.5 For reducing butt weld fittings having different wall thicknesses at each end, the greater wall
thickness of the fitting shall be employed and inside bore at each end shall be matched with the
specified inside diameter.

1.6 Beveled ends for all fittings shall conform to ASME B16.25. Contour of bevel shall be as
follows:

Material Wall Thickness Weld Contour


Carbon Steel (Except Upto 22 mm Figure 2 Type A
Low Temp. Carbon Steel)
> 22 mm Figure 3 Type A

Alloy Steel, Upto 10 mm Figure 4


Stainless Steel &
Low Temp. Carbon Steel > 10 mm & Upto 25 mm Figure 5 Type A
> 25 mm Figure 6 Type A

1.7 Welded Fittings

1.7.1 All welded fittings shall be double welded. Inside weld projection shall not exceed 1.6 mm.
Welds shall be ground smooth at least 25 mm from the ends.

1.7.2 For fittings made out of welded pipe, the welded pipe shall be double welded type & shall be
manufactured with the addition of filler metal.

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

Page 1182 of 4396


TECH. NOTES FOR BUTT STANDARD SPECIFICATION No.
1A
1.„, ENGINEERS
ia5leUW INDIA LIMITED WELDED, SOCKET WELDED 6-44-0054 Rev. 7
eVasrgerragarki) IA Goof of India Undertaking)
AND SCREWED FITTINGS Page 5 of 9

1.7.3 Welded tees/Lateral Tees shall not be of fabricated (stub-in/stub-on) type unless otherwise I
specified in the MR.

1.7.4 All welded fittings shall be normalized & 100% radiographed by X-ray on all welds made by
fitting manufacturers & also on the parent materials.

1.7.5 Welded pipes employed for manufacture of fittings shall be made by automatic welding only.

1.7.6 Specified heat treatment for carbon steel & alloy steel fittings shall be carried out again after
weld repairs.

1.7.7 Irrespective of the material code requirement, all welded fittings indicated in the MR as
"Cryo"& "LT" shall meet impact test requirements of ASME B31.3. The impact test
temperature shall be -196°C & -45°C for stainless steel & carbon steel respectively unless
specifically mentioned otherwise in the MR.

1.8 Stainless Steel Fittings

1.8.1 All stainless steel fittings shall be supplied in solution heat treated condition.

1.8.2 Solution annealing for stainless steel fittings shall be carried out again after weld repairs.

1.8.3 For all stainless steel fittings Inter Granular Corrosion (IGC) test shall have to be conducted as
per the following:

ASTM A 262 Practice "B" with acceptance criteria of "60 mils/year (max.)".
Or
ASTM A262 Practice E : The bent specimen shall be examined under 20X magnification. The
acceptance criteria is that there will be no crack or fissure in the bent specimen. The bent
specimen shall also be subjected to metallographic examination at 250X magnification to ensure
no crack or fissure.

1.8.4 When specifically asked for in MR for high temperature application of some grades of austenitic
stainless steel (eg. SS309, 310,316,316H etc.) ASTM A 262 Practice "C" with acceptance
criteria of "15 mils/year" shall have to be conducted.

1.8.5 For the IGC test as described in Clauses 1.8.3 & 1.8.4, two sets of samples shall be
drawn from each solution treatment lot, one set corresponding to the highest carbon content and
other set to the highest fitting thickness. When testing is conducted as per ASTM A 262 Practice
"E", the photograph of the bent specimen along with comments shall be submitted for review.

1.8.6 For dual grades of SS where specified, chemical composition and mechanical properties of both
grades specified shall be ensured.

1.9 NACE/HIC Requirements

1.9.1 Fittings under "NACE" category or those designated as "HIC1" shall meet the requirements of
NACE MR-0103 unless otherwise specified.

1.9.2 Fittings made from plates and designated as "HIC1" shall meet the HIC requirements of EIL
specification 6-79-0013 unless otherwise specified.

1.10 Thickness/schedule lower or higher than specified for the finished product shall not be accepted. I

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

Page 1183 of 4396


TECH. NOTES FOR BUTT STANDARD SPECIFICATION No.
ENGINEERS
51g-a,,.. WELDED, SOCKET WELDED
...,,,r fett5Itg, INDIA LIMITED
(A Govt of India UnderMong)
AND SCREWED FITTINGS
6-44-0054 Rev. 7
Page 6 of 9

The gasket contact surfaces of stub ends shall be flat with face finish specified in the requisition.
Interpretation on the specified face finish is as follows:
125 AARH Serrations with 125 to 250 [t in AARH

1.12 Seamless stub ends shall not have any welds on the body. Stub ends shall be long pattern type.

1.13 Galvanized fittings shall be coated with zinc by hot dip process conforming to IS 4736 / ASTM
A153.

1.14 Threaded ends shall have NPT taper threads in accordance with ASME/ANSI B1.20.1 up to
1.5" NB & IS 554 from 2" to 6" NB.

1.15 Unless and otherwise specified in the MR, all socket welded and screwed fittings shall be in
accordance with ASME B16.11 to the extent covered in the specification except for unions
which shall be in accordance with MSS-SP-83.

1.16 Special fittings like weldolet, sockolet, sweepolet, latrolet, elbolet etc., the dimensions of which
are not covered in ASME, MSS-SP & EIL Standards, shall be as per manufacturer's std.
Contours of these fittings shall meet the requirements of ASME B31.3. Manufacturer shall
submit drawings / catalogues of these items for records after acceptance of offer.

1.17 Length of all long half couplings shall be 100 mm unless otherwise specified in the MR.

1.18 For reducers to manufacturers' standard, length of reducer shall not be less than 0.7D where D
is the outside diameter of the larger end.

1.19 All seamless pipes employed for manufacturing of fittings shall be required to have undergone
hydrostatic test to ASTM A 530. Welded pipes employed for manufacture of fittings shall be
tested as given below :

Welded Pipe Employed For Manufacture Of Welded Fittings. Test Criteria


ASTM A671 Gr. C65,70 (C1.32) P= 2ST /D
ASTM A672 Gr. C60,65,70 (C1.12, 22) S = 90% of SMYS.
ASTM A671 Gr. CF60,65,70,66 (C1.32) T = Nom. Wall Thickness
ASTM A691 Gr. 1/2Cr, 1Cr, l'ACr, 21/4Cr, 5Cr, 9Cr (C1.42), 91 D = 0.D. of Pipe.
(C1.42)
API 5L P = 2ST /D
ASTM A358 TP 304, 304L, 304H, 318, 318L, 318H, 321, 347 S = 85% of SMYS.
(CI.1, 3, 4) T = Nom. Wall Thickness
D = 0.D. of Pipe.
ASTM B725 ASTM B725
ASTM B517 ASTM B517
ASTM B514 ASTM B514

1.20 The bevel ends of all butt weld fittings shall undergo 100% MP / DP test.

1.21 Abbreviations for ends of swages and nipples shall be as follows:


PBE Plain Both Ends
TBE Threaded Both Ends
TOE Threaded One End
TSE Threaded Small End
TLE Threaded Large End
Format No 8-00-0001-F1 Rev 0 Copyright EIL — All rights reserved

Page 1184 of 4396


TECH. NOTES FOR BUTT STANDARD SPECIFICATION No.
0 el ENGINEERS
$igar aReg INDIA LIMITED WELDED, SOCKET WELDED 6-44-0054 Rev. 7
f MOWZMIJOOvvit
Ottl, I A Govt of India Unclettalon91 AND SCREWED FITTINGS Page 7 of 9

1.22 All types of SS321 or SS347 fittings shall be in stabilized heat treated condition. Stabilizing
heat treatment shall be carried out subsequent to normal solution annealing. Soaking
temperature and holding time for stabilizing heat treatment shall be 900°C and 4 hours
respectively.

1.23 For Hydrogen service fittings following special requirements shall also be met:

a. All carbon steel fittings having wall thickness 9.53 mm (0.375") and above shall be
normalised. Cold drawn fittings shall be normalised after the final cold draw pass for all
thicknesses. In addition, fittings made from forgings shall have Carbon- 0.35 % max. and
Silicon- 0.35 % max. The normalising heat treatment shall be a separate heating operation
and not a part of the hot forming operation

b. All alloy steel (Cr-Mo) fittings shall be normalised and tempered. The normalising and
tempering shall be a separate heating operation and not a part of the hot forming operation.
The maximum room temperature tensile strength shall be 100,000 psi.

c. For carbon steel fittings, hardness of weld and HAZ shall be 200 BHN (max.). For alloy
steel fittings, hardness of weld and HAZ shall be 225 BHN (max.).

d. For all Carbon steel and Alloy steel fittings with wall thickness over 20mm, Charpy-V
Notch impact testing shall be carried out in accordance with paragraph UG-84 of ASME
Section VIII, Div-1 for weld metal and base metal from the thickest item per heat of material
and per heat treating batch. Impact test specimen shall be in complete heat treated condition
and accordance with ASTM A370. Impact energies at 0°Celsius shall average greater than
27J (20 ft-lb) per set of three specimens, with a minimum of 20J (15 ft-lb).

1.24 For all welded alloy steel fittings with mandatory requirements of heat treatment and
radiography, radiography shall be performed after heat treatment.

1.25 All 1Cr-0.5Mo & 1.25Cr-0.5Mo fittings shall be normalized and tempered. All 2.25Cr-1Mo,
5Cr-0.5Mo, 9Cr- 1 Mo & 9Cr-lMo-V welded fittings shall be normalized and tempered.

1.26 Fitting material as per ASTM A234 Gr.WP5/WP9/WP91, wherever specified, shall be as per
1C1.11, unless otherwise specified.

1.27 Materials designated as structural steel grades like IS 2062, SA 36 etc. or similar specification
are not permitted for manufacture of fittings.

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

Page 1185 of 4396


TECH. NOTES FOR BUTT STANDARD SPECIFICATION No.
ENGINEERS
01:alii91101Ong
t
\r
‘,. .Z1
INDIA LIMITED WELDED, SOCKET WELDED 6-44-0054 Rev. 7
RIPMOW.1
,13MM (A Govt of hew undertaking) AND SCREWED FITTINGS Page 8 of 9

2.0 IBR REQUIREMENTS

2.1 IBR Documentation Required

You might also like