Professional Documents
Culture Documents
Gail Tender
Gail 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
(COMMERCIAL PART)
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
9. ANNEXURES TO SCC
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
-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
To,
PROSPECTIVE BIDDERS
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.
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
E-TENDER
TYPE OF MANUAL
(D)
TENDER
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
Date : 02.03.2022
Time : 1100 HRS (IST)
-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
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.
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]:-
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):
(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.
12.0 SAP generated Request for Quotation (RFQ), if any shall also form an integral part of the
Tender Document.
.
(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
From: To:
=======================================
-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
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.
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.
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.
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.
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
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.
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.
- 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
- 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
--------------------------------------------------------------------------------------------------------------------------------------
- 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).
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.
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
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
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.
- 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:
Total quoted price/ Final amount [which shall be inclusive of all taxes and duties
excluding Goods & Services tax (GST)]
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.
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:
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.
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.
(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
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
Ref.: Date :
To,
Dear Sir,
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.
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
To,
___________________
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).
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:
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.
- 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
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.
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.
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.
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.
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
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___________________
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
“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.”
- 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
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,
- 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
- 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
- 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
--------------------------------------------------------------------------------------------------------------------------------------
[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
--------------------------------------------------------------------------------------------------------------------------------------
[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.
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
--------------------------------------------------------------------------------------------------------------------------------------
*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).
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.
11.1 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:-
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.
- 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).
13.16 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:
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.
16.1 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.
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
--------------------------------------------------------------------------------------------------------------------------------------
18.1 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).
19.1 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
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.
22.1 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.
24.1 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.
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
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
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.
29.1 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
Not Applicable. All bids submitted must be in the currency specified at clause 14 of ITB.
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
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.
36.1 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
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.
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.
40.1 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.
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
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%
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.
- 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.
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
--------------------------------------------------------------------------------------------------------------------------------------
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.
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.
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.
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.
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
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.
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.
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.
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:
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:
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:
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
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.
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.2.1 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.
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.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.
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
--------------------------------------------------------------------------------------------------------------------------------------
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
4.0 EXCLUSIONS:
The following would be excluded from the scope of evaluation of performance of Vendors/
Suppliers/Contractors/ Consultants :
- 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.
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)
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.
Monitoring and Evaluation of consultancy jobs will be carried out in the same way as described in para 5.1
for Projects.
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)
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) 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.
- 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.
(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).
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
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 :
- 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
A. FOR WORKS/CONTRACTS
or
B. FOR SUPPLIES
- 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).
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
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
A. FOR WORKS/CONTRACTS
or
B. FOR SUPPLIES
- 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).
- 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
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
--------------------------------------------------------------------------------------------------------------------------------------
NOT APPLICABLE
B. BIDDING DOCUMENT
ITB clause Description
8.1 For clarification purposes only, the communication address is:
C. PREPARATION OF BIDS
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
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:
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
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
Note : Bidder also to refer clause No- M(v) of section-II for submission of
CPS/SD
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
NOT APPLICABLE
49 Applicability of provisions relating to Startups:
APPLICABLE
NOT APPLICABLE
- 83 -
ANNEXURE-V TO SECTION-III
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.
2.5 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.
- 84 -
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.
2.14 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 -
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.
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 -
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.
6.1 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.
** 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.
(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 -
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:
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:
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.
- 88 -
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.
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.
8.1 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’:
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 -
• 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.
• 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 -
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 -
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 -
NOT APPLICABLE
- 93 -
To,
SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL
Dear Sir
We, M/s____________ (Name of Bidder) confirm that as per the definition of mentioned in PP-
LC Policy we are:
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.
- 94 -
To,
SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL
Dear Sir
- 95 -
ANNEXURE-VI TO SECTION-III
2.0 DEFINITIONS
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.
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
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 -
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.
2.1 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.
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 -
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.
4.2 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.
- 98 -
X100%
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 -
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.
6.1 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.
- 100 -
Format for Affidavit of Self Certification regarding Domestic Value Addition in Iron
& Steel Products to be provided on Rs.100/- Stamp Paper Date:
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.
SELF - CERTIFICATE
(On Bidder’s Letter Head)
To,
SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL
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.
- 102 -
- 103 -
- 104 -
SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL
1 Bidder Name
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
- 105 -
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.
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 ____________.
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 -
WITNESS:
(SIGNATURE) (SIGNATURE)
(NAME) (NAME)
Designation with Bank Stamp
--------------------------------------------------------------------------------------------------------
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 -
[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
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:
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 -
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.
- 110 -
- 111 -
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 -
F-5
SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL
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.
- 113 -
- 114 -
- 115 -
Bidder also confirms that they are not under any liquidation,
court receivership or similar proceedings or 'bankruptcy'.
- 116 -
- 117 -
To,
SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL
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:
- 118 -
F-7
BIDDER’S EXPERIENCE
To,
SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT
GANDHAR LPG PLANT PREMISES OF M/S GAIL
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)
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.
120
121
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.
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.
For Example
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
124
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
(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.
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:
*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]
126
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
F-11
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.
In consideration of the above premises and agreements all the Members to this Consortium/JV
do hereby now agree as follows:
128
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.
129
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.
130
F-12
BIDDER'S QUERIES FOR PRE BID MEETING
To,
SUB: MOUNDED BULLETS (SITE FABRICATED) FOR SETTING UP OF TWO LPG BULLETS AT GANDHAR LPG PLANT PREMISES OF
M/S GAIL
NOTE: The Pre-Bid Queries may be sent by e-mail before due date for receipt of Bidder's queries.
F-13
E-Banking Mandate Form
(To be issued on vendors letter head)
1. Vendor/customer Name :
2. Vendor/customer 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
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
EIL is only an agent and constituted Attorney of Owner and Contractor/Seller shall not invoke any
dispute against EIL.
133
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.
(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.
134
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
F-16
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.
136
F-17
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
Dear Sir,
We _______________________ (Name of the Supplier) hereby confirm that E-Invoice provision as per
the GST Law is
(i) Applicable to us [ ]
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.
F-18
INTEGRITY PACT
138
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
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.
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.
140
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
ANNEXURE-2
INTEGRITY PACT
Between GAIL (India) Limited, a' Government of India Public Sector, (here-in-after
referred to as "Principal ").
AND
(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.
1. The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following Principles:-
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.
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.
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.
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.
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".
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.
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"
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.
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.
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.
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.
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.
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
, .
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.
Place -~~~-~~-----------------
__
112~)~~_~~ _
Date
Witness 1:
(Name & Address) ................................................
................................................
................................................
Witness 2:
(Name & Address) ................................................
................................................
........ - .
http://gailtenders.in/Gailtenders/gccs.asp
SECTION-V
SPECIAL CONDITIONS
OF CONTRACT
B471
INDEX
B471
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
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
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.
B471
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.
recovered
11.2 Any errors of interpretation of applicability of taxes/ duties by Bidders shall be to their
account.
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.
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
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.
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
17.0 DELETED
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.
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:
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.
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.
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
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.
30.0 DELETED
B471
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
B471
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.
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.
41.3 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.
B471
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.
43.2 The following documents shall be submitted in hard binder by the CONTRACTOR in 6
(Six) sets, as a part of completion documents:
and shall indemnify and keep indemnified the Employer/Consultant from and against
any destruction thereof or damages thereto.
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.
B471
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.
“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.
B471
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.
B471
B471
B. Weekly Reports
The report will be prepared and submitted by the Contractor on weekly basis
and will cover following items:
C. Daily Reports
i) Activity programme for the day
ii) Progress of the previous day and commutative progress.
iii) Manpower & machinery deployed.
B471
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.
B471
B471
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.
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.
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.
B471
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.
69.1.3 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.
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.
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.
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
ii. Valid Road tax certificate, fitness certificate and insurance policy from competent
authority.
iii. Valid operating/ driving licence of driver/operator.
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.
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
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.
Bidder shall submit NO Claim and Indemnity bond along with the final bill as per the
formats attached in Bidding document.
81.2 DELETED
B471
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
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.
91.1 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
ANNEXURES TO
SPECIAL CONDITIONS
OF CONTRACT
SCOPE OF WORK
[ANNEXURE - I TO SPECIAL CONDITIONS OF CONTRACT]
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.
SCOPE OF SUPPLY
[ANNEXURE-II TO SPECIAL CONDITIONS OF CONTRACT]
SCOPE OF SUPPLY
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.
TIME SCHEDULE
[ANNEXURE - III TO SPECIAL CONDITIONS OF CONTRACT]
TIME SCHEDULE
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.
MEASUREMENT OF WORKS
[ANNEXURE - IV TO SPECIAL CONDITIONS OF CONTRACT]
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.
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.
PAYMENT TERMS
[ANNEXURE - V TO SPECIAL CONDITIONS OF CONTRACT]
ON ACCOUNT PAYMENTS
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.
#
- 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.
- 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.
(C) Painting
(D) Equipment
Instrumentation
SPARES
- 100% on supply of spares at Owner’s designated stores.
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.
Abbreviations:
CONTENTS
1.0 SCOPE
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.
2.3 Owner
Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.
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.
5.1 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.
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.
5.6 BIDDER shall plan and carry production and service provision under controlled conditions.
Controlled conditions shall include, as applicable
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.
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.
5.19 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.
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.
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
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.
STANDARDSPECIFICATIONFOR
HEALTH, SAFETY&ENVIRONMENTAL
(HSE)MANAGEMENT AT
CONSTRUCTION SITES
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
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
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.
2.0 REFERENCES
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.
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.
101-200 Two
201-300 Three
One
Two (250-500)
301-400 Four
401-500 Five
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.
(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.
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.
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
- 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
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.
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
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.
The time frame for such HSE meeting shall be religiously maintained by one and all.
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
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
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
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.
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
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.
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.
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.
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
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)
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
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.
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.
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.
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
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.
i. All temporary installations shall be tested before energizing, to ensure proper earthing,
bonding, suitability of protection system, adequacy of feeders/cables etc.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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
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.
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.
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.
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.
3.3.20 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.
k. H & S publicity
l. Suggestions
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.
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.
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.
- 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
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
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.
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
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.
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.
Remarks, in any
The above record can be kept in local language, which workers can read. These records shall be
made available to EIL/ Owner whenever demanded.
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
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.
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.
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.
3.9 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.
- 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.
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
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.
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 *
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
APPENDIX-A
(Sheet 2 of 2)
Lanyard : EN-354
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.
APPENDIX-C
Fire
Extinguisher
Multi
Fire Water Foam CO2 Dry Powder purpose
(ABC)
Inflammable liquids
like alcohol, diesel,
petrol, edible oils,
bitumen
Originated from
gases like LPG,
CNG, H2
Electrical fires
: 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.
APPENDIX-D
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
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.
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.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Falling of material May prove fatal Use helmets
from height Provide safety nets
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.
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.
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.
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.
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.
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.
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.
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.
(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.
APPENDIX-F
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.
APPENDIX - G
CONSTRUCTION POWER BOARD (typ.)
DRAFT
APPENDIX-H
e) Other
2. PERSONNEL PROTECTIVE EQUIPMENT
DRAFT
a) Goggles; Shields
b) Face protection
c) Hearing protection
d) Foot protection
e) Hand protection
i) Other
3. EXCAVATIONS/OPENINGS
c) Excavations barricaded
e) Other
Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
4. WELDING & GAS CUTTING
g) Other
e) Adequate access
h) Other
6. LADDERS
b) Top of landing
c) Properly secured
e) Other
Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
7. HOISTS, CRANES AND DERRICKS
h) Qualified operators
i) Other
a) Proper instruction
b) Safety devices
c) Proper cords
e) Other
c) Licensed drivers
d) Other
Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
10. TEMPORARY FACILITIES
e) General neatness
g) Other
12. ELECTRICAL
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
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
ACCIDENT REPORT
(To be submitted by Contractor after every Accident within 24 hours to EIL/ Owner)
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
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
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
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)
_____________________________________________________________________________
Intimation to local authorities (Dist. Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
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
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
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
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
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
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. ……………………………………………………………..)
Basic cause
Root cause
Others(specify)
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_________________________________________________________
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 ………………………………………………………………………………………..
_____________________________________________________________________________
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
Location :
_________________________________________________________________________________
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)
To: -
- RCM EIL
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.
Permit Closure :
Remarks, if any:
Project : Sr.No. :
Name of the work : Date :
Name of site contractor : Job No. :
Location of work :
Source strength :
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
Permission is granted.
Permit is valid from ___________ AM/PM ____________ Date to ___________ AM/PM _________
Date
Permit renewal:
Sign of issuing
Additional precautions
Permit extended up to authority with date (of
required, if any
site contractor)
Date Time
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
Permission is granted.
Name :
Date :
Completion report:
CONTRACTOR’s NAME
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Description of Job decided to perform : -
Indicate actions taken, if status of any of the above items is found “No”
……………………………………………………………………………………………………………
…………………………………………………………………………………………………………….
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
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
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
(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
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]
Everyday Site working conditions & performance of workmen shall be assessed / checked by Contractor
Site Engr. and Safety Officer shall verify the same.
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
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:…………………………………………………………………..
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?
Name & Signature of Site Engr. Name & Signature of Area – In charge/RCM of
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
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.
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
(Sheet 2 of 2)
WP = DNR = Depletion of
Environmental Impacts AP = Air Pollution LC = Land Contamination NP = Noise Pollution
Water Pollution Natural Resources
3 Moderate Once a day Resource Depletion Within 8 hours Needs human Intervention
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
Condition
N NORMAL
A ABNORMAL
E EMERGENCY
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);
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;
RISK –
Remarks &
Sr. No. Description Observation
Suggestions
1 Crane hooks have got smooth surface and no dent
Remarks &
Sr. No. Description Observation
Suggestions
6 RC Document
8 Valid Insurance
9 Valid PUC
16 SLI
17 Condition of boom
21 Tyre condition
22 Battery
24 Break
25 Parking Break
26 Front horn
27 Reverse horn
30 Fire Extinguisher
Remarks &
Sr. No. Description Observation
Suggestions
13 Battery Charge
17 Fire Extinguisher
20 SLI
21 TPI Certificate
22 Colour Coding
23 Insurance
26 Others
Remarks &
Sr. No. Description Observation
Suggestions
19 Battery Charge
25 Fire Extinguisher
28 TPI Certificate
29 Colour Coding
30 Insurance
33 Others
OISD DOCUMENTS
[ANNEXURE - VIII TO SPECIAL CONDITIONS OF CONTRACT]
OISD-GDN-192
OISD-192
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
OISD-192
OISD-192
OISD-192
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
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
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
OISD-192
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
OISD-192
OISD-192
OISD-192
OISD-192
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.
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
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
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
FOR RESTRICTED
CIRCULATION ONLY
OCTOBER 2002
CONTRACTOR SAFETY
CONTENTS
SECTION DESCRIPTION
1.0 INTRODUCTION
2.0 SCOPE
3.0 DEFINITIONS
4.1 Owner
4.2 Contractor
4.3 Consultant
4.5 Designer
5.5 Training
6.0 REFERENCES
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
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.
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
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
(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.
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:
6.0 REFERENCES
1) OISD-GDN-206 on “Safety
Management System”
4 IS: 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision
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
12 IS: 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision
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
17 IS: 4014 – Part I & II Code of Practice for Steel Tubular Scaffolding
18 IS: 4081 Safety Code for Blasting and Related Drilling Operations
21 IS: 4138 Safety Code for working in compressed air – First Revision
23 IS: 4912 Safety requirements for Floor and Wall openings, Railings and
toe boards – First Revision
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
32 IS: 7069 Safety Code for Handling and Storage of Building Materials
35 IS: 7969 Safety Code for handling and storage of building materials
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
46 IS: 13415 Code of Practice on safety for Protective barriers in and around
building
Statutory Regulations
In addition to above, various other statutory acts like EPF, ESIS, Minimum wage act and other
local statutory requirements shall also be complied with.
1.5 Gloves
1.7 Goggles
1.14 Others
2.5 Others
3.18 Others
4.0 PERMITS
4.7 Others
5.21 Others
6.8 Others
7.23 Others
8.17 Others
9.21 Others
10.20 Others
11.5 Others
12.7 Others
13.0 CONCRETING
14.7 Others
15.0 RADIOGRAPHY
15.9 Others
16.3
Are only approved type electrical
installations and equipment, including
portable lamps, being used?
16.14 Others
17.10 Others
18.11 Others
19.0 GENERAL
19.22 Others
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
NON-MOBILIZATION Page 3 of 5
CONTENTS
NON-MOBILIZATION Page 4 of 5
Lead Welding /
< 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works
NDT Engineer Awarded value (Rs) —o. —
Quantity Surveyor < 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works
Awarded value (Rs) —0°.
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 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. 4000/- for Lead QA/QC Engineer, Lead Planning Engineer, Warehouse In-charge, Lead
Discipline Engineers, Lead Welding / NDT Engineer and the Quantity surveyor.
_Lx_oki
Abbreviations:
MS Mild Steel
CONTENTS
3.0 CEMENT 5
6.0 EQUIPMENTS 7
7.0 CABLES 7
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.
2.1 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.
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.
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
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.
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.
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.
In all cases where Equipments/ Instruments are FIM and supplied by EIL/owner, following
methodology shall be adopted for issue & reconciliation -
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
Lot basis. Wherever applicable, the recovery at penal rates as per clause 2.3 above shall be
affected from the contractor.
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:
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%
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.
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.
For the purpose of accounting of OFC (Optical Fibre Cable) following allowances shall be
permitted:
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.
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.
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.
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.
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.
CEMENT MANUFACTURERS
[ANNEXURE - XII TO SPECIAL CONDITIONS OF CONTRACT]
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.
GENERAL REQUIREMENTS OF
RADIOGRAPHY & OTHER NDT
[ANNEXURE - XIII TO SPECIAL CONDITIONS OF 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.
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.
CALIBRATION REQUIREMENTS
FOR MONITORING AND
MEASURING DEVICES AT
CONSTRUCTION SITES
[ANNEXURE - XIV TO SPECIAL CONDITIONS OF CONTRACT]
CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING DEVICES AT
CONSTRUCTION SITES
Abbreviations:
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
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).
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.
SPECIFICATION FOR
DOCUMENTATION
REQUIREMENTS
[ANNEXURE - XV TO SPECIAL CONDITIONS OF CONTRACT]
Abbreviations:
CONTENTS
Attachments
1.0 SCOPE
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.
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.
4.2.1 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
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.
4.3.1 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
4.4.1 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.
Following review codes shall be used for review of contractor Drawings / Documents:
V - Void
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.
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
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.
Name of Supplier/Contractor :
Customer :
Project :
EIL’s Job No. :
Purchase Order No./ :
Contract No.
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.
Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved
Annexure-1
Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved
Abbreviations:
CONTENTS
Attachments
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.
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.
4.2.1 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.
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
4.3.1 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
4.4.1 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
Following review codes shall be used for review of supplier Drawings / Documents:
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.
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.
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.
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.
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.
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.
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.
Weight : 32 MT
Dimensions and weight provided above are inclusive of all nozzles, attachments, transportation
saddles etc.
Physical Rout survey for ODC movement shall be submitted to EIL within 8 weeks of
receiving FOA / LOA.
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.
Name of Supplier/Contractor :
Customer :
Project :
EIL’s Job No. :
Purchase Order No./ :
Contract No.
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.
Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved
Annexure-1
Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved
Name of Bidder:
2 RECOMMENDED SPARES FOR TWO YEARS NORMAL OPERATION & MAINTENANCE (O&M) (FORM-SP7) 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
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)
Name of Bidder:
FORM SP-0
TOTAL LUMPSUM PRICE
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.
Name of Bidder:
FORM SP-1
S. No. DESCRIPTION UNIT Total Price in Figures (Currency: INR) Total Price in Words (Currency: INR)
FORM SP-2
S. No. DESCRIPTION UNIT Total Price in Figures (Currency: INR) Total Price in Words (Currency: INR)
FORM SP-3
S. No. DESCRIPTION UNIT Total Price in Figures (Currency: INR) Total Price in Words (Currency: INR)
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.
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.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%
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%
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.
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.
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.
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
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.
(TECHNICAL PART)
MOUNDED BULLETS
MOUNDED BULLETS
LIST OF ATTACHMENTS
DATASHEETS/DRAWINGS
SPECIFICATIONS / STANDARDS
B PIPING
Refer document no. B471-046-16-43-LL-6001
C INSTRUMENTATION
JOB SPECIFICATION
DATASHEETS/DRAWINGS
Typical Schematic for Instrument Air supply
1. distribution with Manifold
B471-046-16-51-SK-1001 0
SPECIFICATIONS / STANDARDS
3. Handrails 7-68-0060 1
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
DATASHEETS / DRAWINGS
SPECIFICATIONS / STANDARDS
Standard specification for earthwork for
1. 6-65-0006 4
underground piping.
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
F STRUCTURAL (GEOTECH)
1. Geotechnical Data For LPG Mounded Bullets B471-046-81-47-SP-0011 0
G CONSTRUCTION
JOB SPECIFICATIONS
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
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
I PROCESS
JOB SPECIFICATIONS/ DATASHEETS / DRAWINGS
J ELECTRICAL
Refer document no. B471-046-16-50-LL-6001
K SMMS
JOB SPECIFICATIONS
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
M PLANNING
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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
PART- A
(ROTATING EQUIPMENT)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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
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.
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
- 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.
3.1 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
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
Rev
Sno. Document Description Document No.
1 Technical confirmation list B471-000-80-42-TCL-0001 A
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
SECTION-B
(PACKAGE EQUIPMENT)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
2.1 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
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
SECTION-C
(STATIC EQUIPMENT)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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 :
046-T-1001 A/B
1 (LPG MOUNDED BULLET) 2 B471-046-80-42-DS-3001
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Refer to site facilities / GCC / SCC as enclosed elsewhere in the bid package.
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.
2.2.4 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.
2.2.8 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
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.
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
- 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 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.
- Electrical work as per specifications, standards etc attached elsewhere in the tender.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
- 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.
- Architectural works shall be as per specifications, standards etc attached elsewhere in the
tender.
- 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.
- 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.
- 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
3.1 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
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.
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:
3.6 Documents submitted by contractor for review/information shall be strictly as per vendor
data requirement.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
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.
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
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.
Stage-I
- Drawing for foundation, soil strengthening, hard stand and other civil work.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
- 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.
- Bill of material for each item showing part size, quantity, material specification,
scope of supply and weight etc.
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 fabrication of dished ends and shell, welding of shell and heads.
- 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
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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
JOB SPECIFICATION
FOR
MOUNDED BULLETS
(STATIC AND MACHINERY EQUIPMENT)
TENDER: B471-046-80-42-MA-T-6001
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.
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.
OISD STD – 150 - Design and Safety requirements for LPG mounded
Storage facility
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:
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
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.
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.
6.1 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.
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.
7.1.1 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.
Cathodic protection system shall be designed and installed as per ElL Specification
attached along with the bidding document.
7.3.1 The coating shall be applied to the inner side of bullets in accordance with ElL
Specifications 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.
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.
8.3.5 During the operational lifetime also, the bullet settlements shall be monitored
periodically and result shall be compared with predicted settlements.
SITE FACILITIES
FOR
MOUNDED BULLETS
(STATIC AND MACHINERY EQUIPMENT)
TENDER: B471-046-80-42-MA-T-6001
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.
B) TRANSPORTATION
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
D) HARD STAND
Hard stand required for erection area and loading / unloading area is in
Contractor's scope.
E) ERECTION
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.
I) CRANE
J) GENERAL
i). Contractor shall establish his site office required for completion of job
as specified in the tender document.
K) CONFLICT
In case of conflict between this specification and GCC / SCC, later shall govern.
3. Confirm that:
4. Confirm that:
6. Confirm that:
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.
BIDDER:
STAMP :
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 @
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
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)
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
CP BLOCKS
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Document Control Index
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) @
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.
JOB SPECIFICATION
FOR
COMPOSITE TENDER
(STATIC AND MACHINERY EQUIPMENT-PE)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
a) EIL Standard specification for chain pulley block (Doc. No. 6-61-0015) and
the specifications/codes/standards referred therein shall be followed.
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
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
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
SL BIDDER’S
No. ANSWER CLARIFICATION
Description
(Confirmed / Not (If Any)
Confirmed)
compliance with Tender specifications/ Contract
requirements.
Confirm compliance.
__________ ___________________________________
Bidder’s Seal with date Signature of Authorized Representative
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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
VENDOR LIST
FOR
COMPOSITE TENDER
(STATIC AND MACHINERY EQUIPMENT-PE)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
PACKAGE EQUIPMENT:
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
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
JOB SPECIFICATION
FOR
STATIC & MACHINERY EQUIPMENT
(ROTATING EQUIPMENT)
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.
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.
1.3.1 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.
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.
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. 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.
1.9.2 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:
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.
1.11 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.
1.15.1 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.
1.18.1 Each pump shall be subjected to mechanical run 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.
1.20 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.
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.
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.
2.2.5 Inducers shall not be used except for Sundyne or equivalent type of pumps.
2.2.7 NPSH/min submergence test shall be witnessed mandatorily for all pumps at vendor’s shop.
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.
3.6 No cast iron pressure containing parts shall be used for hydrocarbon service.
3.8 Vendor shall provide sufficient drain & vent connection in the pump casing to allow the
draining & venting of the pumping liquid completely.
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):
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”
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.
(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.
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)
Telephone No.
Fax No.
email-id
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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
VENDOR LIST
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.
ANNEXURE-A
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.
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
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.
1.2.1 ABBREVIATIONS
Code Description
SMPV Static and Mobile Pressure Vessel
MDMT Minimum Metal Design Temperature
CA Corrosion Allowance
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:
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.
3) Roof-6mm
1.3.10 CAPACITY
1.3.11 SUPPORTS
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.
NOT APPLICABLE
1.3.14 FLANGES
1.3.15 INTERNALS
1.4.5 REACTORS
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.
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.
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.
2.1.0 SCOPE
NOT APPLICABLE
2.2.1 ABBREVIATIONS
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.
NOT APPLICABLE
2.4.1.1 GENERAL
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
2.4.19 PASTILLATOR
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
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.
3.2.1 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
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.
Notes:
1 LPG loading pumps are special purpose process service pumps which are meant for
hydrocarbon process service.
3.3.2 UNITISATION
Rotating equipment units shall be unitised along with their respective drivers as under:
3.3.4.1 NO OF MANDAYS
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.
The equipment shall be sourced from one of the EIL approved suppliers only.
3.3.9 COUPLINGS
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.
3.3.13.1 PUMPS
3.3.13.2 COMPRESSORS
3.3.13.5 GENERAL
3.3.14 MATERIALS
The material of construction of the wetted parts of rotating equipment shall be as specified in
the process package.
3.3.16 SAFETY
3.3.19 INTERFACE
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.
Specific design Requirements shall be as indicated in the standard specifications for the
relevant rotating equipment. Refer Table-1 for the applicable standard specifications.
- 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.
Notes:
Material handling facilities for normal maintenance of rotating equipment shall be provided
as per the following criteria:
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.
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.
Notes:
1 The word "set" means the quantity required for full replacement of that part in one
machine.
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
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
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
4.1.1 SCOPE
NOT APPLICABLE
4.1.2.1 ABBREVIATIONS
Code Description
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
4.1.4.2.3 MATERIALS
NOT APPLICABLE
NOT APPLICABLE
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.
4.1.5.1 TRAYS
4.1.5.2 PACKING
4.1.6 FABRICATION
4.1.6.1 TOLERANCE
4.1.6.2 WELDING
4.1.6.3 MISCELLANEOUS
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
4.1.11.1 GENERAL
4.2.1 SCOPE
NOT APPLICABLE
4.2.2.1 ABBREVIATIONS
Code Description
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
4.2.9 SAFETY
NOT APPLICABLE
Mandatory spares for Electrical and Instrumentation shall be as per Respective EDB / Job
specification.
NOT APPLICABLE
NOT APPLICABLE
4.2.13 INSPECTION
4.3.1 SCOPE
NOT APPLICABLE
4.3.2.1 ABBREVIATIONS
Code Description
NOT APPLICABLE
NOT APPLICABLE
4.3.4.1 CONDENSERS
NOT APPLICABLE
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.
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.
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
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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 *
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
NOTE:
1. Draining arrangement shall be such that it should be possible to
drain off the Barrel completely without removing the Pump.
(-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
5 12.04.04 REVISED AND REISSUED AS STD. SPEC. DNN AKM SSA SKG
Abbreviations:
NB Nominal Bore
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
1.0 SCOPE
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
2. Pressure Parts
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.
4.0 FABRICATION
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.
4.2.4 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.
Production Weld Tests shall be applicable for vessels over 50 mm nominal thickness.
The following requirements shall apply:
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:
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)
7
19.01.2017
30.06.2010
REVISED & REISSUED AS STD. SPEC.
KA
SK/KJH
RKT
1W1A,
AKM/DM
RN
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
Abbreviations:
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
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:
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.
2.4 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.
3.1 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.
Additionally, one of the following requirements for carbon equivalent based on heat
analysis, shall be also satisfied:
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.
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:
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.
b. All plates supplied in Quenched & Tempered condition and intended for hot rolling/
hot forming:
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.
c. All plates supplied in Quenched & Tempered condition and intended for cold
forming:
One stress relieving as per UCS-56 ASME Section VIII Div.1 complying with UCS-
85 of ASME Section VIII Div.1 .
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).
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.
b. Mechanical Tests
c. Data of heat treatment i.e. initial temperature, heating rate, soaking temperature,
cooling rate, etc.
f. Charpy V-notch impact tests (S5 of SA-20 if specified in the requisition or whenever
applicable)
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.
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.
3 08.04.04 REVISED & REISSUED AS STD. SPEC. DNN AKM SSA SKG
Abbreviations:
EN European Norm
IS Indian Standard
CONTENTS
1.0 SCOPE 4
2.0 GENERAL 4
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:
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.
2.3 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.
3.1 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.
a. Chemical Analysis
b. Mechanical Tests
c. Data of heat treatment
d. Charpy V-notch impact tests
e. Y- groove crackability test
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.
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.
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
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
M16
07;4 [..:110
BOND
FLANGE 20 0
I M16
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
mak CLASS
SIZE
( NB) A (NB) B (NB)
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.
TOP OF DEMISTER
.!.!..t.!-:•!•,..:•!•!•!•!•:•:•!•!•!>!•!•!•!•:•!•!•!•!•:-!•!•!•:•'."_?..
HORIZONTAL VESSEL
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
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
arr ENGINEERS
esONDIALINTED
munawirorows (A Govt. of Wig Undortaking)
VORTEX BREAKERS 7-12-0019 Rev. 6
Page 1 of 1
TYPE — 1A TYPE — 2A
FOR NOZZLE NB > 100
3D0
TYPE — 1B TYPE — 2B
FOR NOZZLE NB < 100
CORROSION
ALLOWANCE 1.5 3 4.5 6 — —
THICKNESS 't' 6 8 12 14 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.
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.
0
6
8
1:1
C
m O
6)
3lVld 31AWN
C)
cr o
a
NOTES
9.nati LZO0-Z1-1.
0
6. NAME PLATE SHALL BE OF STAINLESS STEEL OF 2mm THICK.
0
fD
000-00-9"oN
0
DESIGNED BY
MANUFACTURED FOR
ITEM NUMBER
MANUFACTURER SERIAL NO.
YEAR OF FABRICATION
CODES
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
.
0 O
O
tn
La
10 R
BRACKET
O
N NAME PLATE
4-
EIL NAME PLATE
4-
E
O
M
<TYP.
2V
—L_
200
230
NOTES
3 3
100
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
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
(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
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)
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
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.
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
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
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.
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).
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.
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.
4 General
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
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.
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:
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
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.
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.
6.3.1 (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.
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.
6.4.3.1 (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.
6.5.1 (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.
6.7.3 (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.
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
6.9.2.10 (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.
6.10.2.6 (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.
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:
22 kW to 55 kW : 115%
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
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.
7.2.3 (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.
7.3.1 (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.
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.
7.5.1 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.
7.5.2.3 (Modification)
Auxiliary process fluid piping material shall be SS-316 as a minimum.
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.
7.5.3.3 (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.
8.1 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
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.
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.
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.
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.
8.3.4.2.1 (Delete)
8.3.4.2.2 (Modification)
The words ‘if specified’ stand deleted.
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.
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.
8.4.6 (Substitution)
Two copies of the manufacturer’s job specific installation manual shall be packed and
shipped with the equipment.
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).
9.1.3.6 (Modification)
Diameter of gauges shall be 100mm (4 in.) as a minimum.
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
9.2.6 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.
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.
9.3.1.4 (New)
Single casing Vertically suspended Pump speed shall be less than or equal to 1500 RPM.
9.3.3 ROTORS
9.3.3.2 (Addition)
Multi-piece vertical pump line shaft shall not be joined by threaded couplings.
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.
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’.
9.3.10.5 (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
10.2 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.
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.
C.1 General
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.3 Design
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.
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.3.4.2 (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.3.9.1 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.
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.4 Testing
C.4.1 Performance Test (Substitution)
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.
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.
No negative tolerance on power for the specified operating conditions, as per Process/
Mechanical Datasheet is permitted.
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.
STANDARD SPECIFICATION
FOR
ERECTION OF EQUIPMENT &
MACHINERY
Abbreviations:
Convenor : Ms R Priyamvada
CONTENTS
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.
1.3.1 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.
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.
(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.
(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.
2.2.1 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.
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.
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.
2.3.1 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.
2.4.2 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.
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.
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.
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.
Equipments to be erected shall be supplied by the owner. Equipments may be supplied in any
of the following conditions.
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.
3.3.9 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.
3.3.18 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.
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.
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.
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
4.1.1 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.
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.
4.1.20 In addition to the above EC may be called upon to do other jobs like rectification of defects
etc. as per instructions of EIC.
4.2.1 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
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.
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.
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.
4.3.1 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.
4.3.4 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.
4.4.1 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.
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.
4.5.1 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.
4.6.2 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.
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
shall be complied with. Inspection aids for carrying out the inspection of internals shall also be
provided.
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.
5.2.1 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.
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.
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.
5.3.2.1 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.
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.
5.3.3.1 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.
5.4.1 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.
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.
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.
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.
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.
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.
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.
6.2.2.1 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.
6.2.3.1 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
Abbreviations:
CONTENTS
1.0 SCOPE
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.
2.3 Owner
Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.
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.
5.1 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.
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.
5.6 BIDDER shall plan and carry production and service provision under controlled conditions.
Controlled conditions shall include, as applicable
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.
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.
5.19 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.
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.
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
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.
Abbreviations:
CONTENTS
Attachments
1.0 SCOPE
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.
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.
4.2.1 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
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.
4.3.1 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
4.4.1 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.
Following review codes shall be used for review of contractor Drawings / Documents:
V - Void
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.
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
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.
Name of Supplier/Contractor :
Customer :
Project :
EIL’s Job No. :
Purchase Order No./ :
Contract No.
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.
Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved
Annexure-1
Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved
Abbreviations:
CONTENTS
Attachments
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.
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.
4.2.1 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.
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
4.3.1 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
4.4.1 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
Following review codes shall be used for review of supplier Drawings / Documents:
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.
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.
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.
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.
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.
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.
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.
Weight : 32 MT
Dimensions and weight provided above are inclusive of all nozzles, attachments, transportation
saddles etc.
Physical Rout survey for ODC movement shall be submitted to EIL within 8 weeks of
receiving FOA / LOA.
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.
Name of Supplier/Contractor :
Customer :
Project :
EIL’s Job No. :
Purchase Order No./ :
Contract No.
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.
Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved
Annexure-1
Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved
. r.
CliktiolA0- J
Ml e-4. 1\frjr
5 14/12/16 REVISED AND REISSUED AK PB
' KC PLC/ RN
Abbreviations:
IS : Indian Standard
QA : Quality Assurance
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
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.
2.1 This standard is based on following Indian Standard, and the standards referred therein,
which shall be deemed to be part of this standard.
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.
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:
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.
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.
The materials for non-lubricated rubbing parts shall be of non-sparking type (non- ferrous).
The suggested materials for such components are as follows:
A Lifting Mechanism
Hook (Top & bottom) Bronze coated Forged Steel / bronze coated
Forged alloy Steel/Forged Stainless Steel.
B Trolley Mechanism
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.
5.1 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.
6.1 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.
7.1 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.
Convenor Chairman
Rev. Prepared Checked Standards Committee Standards Bureau
Date Purpose
No. by by
Approved by
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
:
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
1.0 SCOPE
This Inspection and test plan covers the minimum testing requirements of Pressure vessels/ Columns carbon steel
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures
Procedure R-Existing
1.3 WPS/ PQR /WPQ Documented procedures. 100% - H
documents W-New
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.
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
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
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
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
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).
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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
7.
Inspection & test plan for Gaskets 6-81-0008 4
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
10.
Inspection & Test plan for Strainers 6-81-0133 3
EIL STANDARDS
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
EIL SPECIFICATIONS
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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
B471-046-16-43- 0
1. Sub Vendor List (Piping)
VL-6001
Notes:
** Plot plan is attached elswhere in the tender docccument. Execution shall be as per latest
revision of plot plan.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
JOB NO : B471
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
OWNER: Client on behalf of whom the plant is being set up, namely, M/s GAIL
(GAIL India Limited)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
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.
3.1 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
- Isometrics
- 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:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
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
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.
5.1 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.
5.2.1 Piping materials include the following but is not limited to the same:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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:
e. Fabrication of circular pipe for, fire water lines, utility lines at all levels and
elevations.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
5.10 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)
b) Refer elsewhere in the tender document i.e. Structural/ Civil section for the
following :-
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
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.
5.19 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
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.
5.30 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
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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
h) Pressure gauge for card board blasting, leak test or any other activity.
i) Emery papers, masking tape.
j) Marking Pencils.
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.
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.
5.54 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.
5.59 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.
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
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.
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:-
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.
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.
h. Piping standard specification for inspection, flushing and testing piping system (6-
44-0013)
(6-79-0026)
k. Any other EIL or other specification attached with piping material specification or
elsewhere and special conditions of the contract
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.
iii. IS: 823 Code for Procedure for Manual Metal Arc Welding of Mild
Steel (for structural steel).
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.
NIL
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
b) Spring
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
g) All industrial gases such as oxygen, acetylene, inert gases, all types of
electrodes, filler wire, flux wire, brushes, 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.
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.
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.
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.
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.
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.
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.
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.
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
l) Wherever the lines are painted; all valves, flanges and blind flanges shall
also be painted.
Painting - Nil
Painting
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
(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
(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.
(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.
(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
(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.
The complete Insulation work shall be carried out in accordance with the
following:
iv) Any other EIL or other specification attached elsewhere and special
Conditions of contract.
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
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
EIL SIGNATURE:
CLIENT SIGNATURE:
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
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
2.1 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
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.
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
3.1.5 REBOILER
NOT APPLICABLE
3.1.7 PUMPS
3.1.8 EXCHANGERS
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
3.1.12 ACCESSIBILITY
3.1.14 CLEARANCES
3.1.15 ELEVATOR
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
Piping system shall be properly supported taking into account the following:
3.7.3 SUPPORTING
NOT APPLICABLE
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.
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.
3.8 MATERIALS
3.8.1 PIPE
3.8.1.1 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
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
NOTES:
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.
3.8.1.4 TYPE
3.8.2 FITTINGS
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
3.8.4 GASKETS
3.8.5 VALVES
3.8.6 STRAINERS
3.8.7 TRAPS
NOT APPLICABLE
In case of any conflict amongst the radiography requirements above or any other
specifications, the more stringent requirement shall be followed.
3.10 PAINTING
3.11 WELDING
3.12 MISCELLANEOUS
NOT APPLICABLE
This is applicable over and above the requirements specified in Clause 3.8.
4.2.1 GENERAL
4.2.2 PIPES
Unless specifically exempted, welded pipes shall be acceptable only with longitudinal weld
made employing automatic welding.
4.2.3 FITTINGS
4.2.4 FLANGES
4.2.5 VALVES
4.2.5.1 GENERAL
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
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.
4.2.6 STRAINERS
4.2.7 TRAPS
NOT APPLICABLE
4.2.8 HOSES
4.2.11 GASKETS
4.2.15 MARKING
4.2.16 DISPATCH
Client : GAIL
Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT
Abbreviations:
PE : Plain End
BE : Bevel End
SW : Socket Weld
BW : Butt Weld
CONTENTS
1 A11A 150 3 CARBON STEEL MILD SOUR FLARE (NON NACE) - REFER LPG FLARE
NOTE 34.
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
Package : IPMCS
Report No. : 50
Package : IPMCS
Report No. : 50
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
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
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
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
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
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 A11A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
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
Package
Report No.
: IPMCS
: 50
A11A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
A11A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
A11A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
A11A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
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
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
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
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
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
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
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
Package
Report No.
: IPMCS
: 50
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
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
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
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
ON LINES >= 2.0" 0.75" OR AS PER P&ID. REFER EIL STD. 7-44-351, D4
ON LINES >= 2.0" 0.75" OR AS PER P&ID. REFER EIL STD 7-44-351, V1
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
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
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 A3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
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
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
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
Package
Report No.
: IPMCS
: 50
A3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
A3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
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
Note :(The shaded portion of PMS body shows Field Fabricated Items)
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
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
A3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
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
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
PRESS.CONN 0.75" SW NIPPLE WITH GLOBE VALVE TO SPEC AS PER JOB STD A545-
7-44-0354
Package : IPMCS
Report No. : 50
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
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 A92A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
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
Package
Report No.
: IPMCS
: 50
A92A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
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
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
A92A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
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
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V1
PRESS.CONN 0.75" SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354
Package : IPMCS
Report No. : 50
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
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
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 A93A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
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
Package
Report No.
: IPMCS
: 50
A93A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
A93A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
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
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
A93A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
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
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V1
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
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
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
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 A94A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
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
Package
Report No.
: IPMCS
: 50
A94A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
A94A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
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
Package
Report No.
: IPMCS
: 50
A94A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
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
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
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
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
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
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 A96A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
Flange Group
FLG FLNG.WN .5 24 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0
Package
Report No.
: IPMCS
: 50
A96A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
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
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
A96A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
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
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
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
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
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
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
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
Package
Report No.
: IPMCS
: 50
B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
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
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
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
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
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 B1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
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
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
B1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
B1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
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
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D3
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V3
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
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
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 J2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
J2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
J2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
J2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
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
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D3
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V3
PRESS.CONN 0.75" SCRD NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354
Package : IPMCS
Report No. : 50
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
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 J95A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
J95A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
J95A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package
Report No.
: IPMCS
: 50
J95A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB
PIPING MATERIAL SPECIFICATION
GENERAL NOTES
CLIENT : GAIL
Abbreviations:
CONTENTS
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.
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.
The class designation shall consist of not more than three components made up of a letter,
number & letter; e.g.B1A.
The middle number indicates difference in the specifications within the same rating and material as
enlisted in the Table attached.
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.
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
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.
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.
Dimensions of steel BW fittings for sizes not covered in ASME B16.9 shall conform to MSS- SP-48.
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.
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.
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)’.
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
10
11
12
13
14
15
16
17
18
19
20
32
33 CA = 3.0 (<= 2”) & NIL
(>= 3”) (CEMENT
LINED) FIRE WATER
(SEA)
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.
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.
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.
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:
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.
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:
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
260
AREA – ‘C’
APPLICATION OF NICKEL ALLOYS TO BE CONSIDERED IN THIS
240 AREA
CARBON STEEL
180
STESS RELIEVE WELDS & BENDS
TEMPERATURE OF
160
140
120
AREA – ‘A’
100
CARBON STEEL
80
40
20
0
0 10 20 30 40 50
CONCENTRATED NaOH, % BY WEIGHT
Client : GAIL
Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT
Abbreviations:
CONTENTS
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
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
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
Package : IPMCS
Report No. : 56
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
Package : IPMCS
Report No. : 56
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
Package : IPMCS
Report No. : 56
Client : GAIL
Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT
Rev.
Date Purpose Prepared by Checked by Approved by
No
Abbreviations:
VMS : Valve Material Specifications
CONTENTS
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
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
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
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.
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
STEM NON RISING HIGH TENSILE BRASS IS:320 GR HT2/ IS-6912 GR.
FHTB2
WEDGE DISC SOLID/FLEXIBLE IS 210 GR. FG 200
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
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
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.
OTHERS OS&Y
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
OTHERS OS&Y
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
OTHERS
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
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
SPECIAL SERVICE
CONDITION
BACK SEAT & 13% CR STEEL
SHOULDER
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
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
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.
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).
DISC/PISTON STELLITED
OTHERS
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
DISC/PISTON STELLITED
OTHERS
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
DISC HINGE/HINGE
PIN
COVER STUD BOLT IS 1367 CLAUSE 4.6 & 4 / ASTM A 193 GR B7
OTHERS
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
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
OTHERS
SPECIAL SERVICE
CONDITIONS
WASHER,NUT,PIN 13% CR STEEL(NO CASTING)/SS410/SS304
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
BY PASSES
SPECIAL SERVICE
CONDITIONS
DOOR FACES NATURAL OR SYNTHENIC MOULDED RUBBER
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.
BY PASSES
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
DISC/PISTON SS 316
BY PASSES
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.
OTHERS
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.
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.
OTHERS
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.
OTHERS
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.
NOTES
10 10% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
OTHERS
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.
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.
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.
NOTES
10 10% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
OTHERS
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.
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.
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.
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
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
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
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.
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
JOB
VALVE MATERIAL SPECIFICATION
GENERAL NOTES
CLIENT : GAIL
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
CONTENTS
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
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 specification sheet numbering shall comprise of five digits (51001 to 67999).
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
a) Forged Valves:
0 800#
1 1500#
2 2500#
b) Cast Valves:
3 150#
4 300#
5 600#
6 900#
7 1500#
8 2500#
9 (REFER CLAUSE 4.0)
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:
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:-
5.0 For other details, refer Technical Notes for Valves (6-44-0052).
Client : GAIL
Project : GAIL,GANDHAR
Location : GANDHAR,GUJRAT
Abbreviations:
VMS: Valve Material Specifications
CONTENTS
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
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,
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
Abbreviations:
MP : Magnetic Particle
CS : Carbon Steel
AS : Alloy Steel
SS : Stainless Steel
CONTENTS
1. GENERAL 4
2. VISUAL EXAMINATION 4
1. GENERAL
1.1 SCOPE
This specification covers the general requirements for non destructive examination of
shop & field fabricated piping.
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
f) Welding Specification Charts for Piping Classes, 6-77-0005 and job specific charts.
h) ASTM E10
2. VISUAL EXAMINATION
2.1 Weld shall be visually inspected wherever accessible in accordance with the following
requirements:
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.
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.
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:
o) Flattening
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.
3.1 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.
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
b) ---
--- --- 5% 10 %
LP (NOTE 4, 6,9,)
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
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#
c) ----
10% 10%
LP / MP (NOTE --- ---
4,6,11)
d)
HARDNESS NOTE 7 NOTE 7 NOTE 7 NOTE 7 NOTE 7
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.
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
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:
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:
7. Hardness Test:
c) All welds which are given heat treatment shall be hardness tested.
Hardness test shall be performed after final heat treatment.
f) The hardness limit applies to the weld and heat affected zone.
Following hardness values shall be maintained:
CS 238BHN/RC22
Cr Upto 2% 225BHN
Cr 2.25%-10% 241BHN
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.
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.
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. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
CONTENTS
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
2.1 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.
2.4 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.
3.2.1 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:
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
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.
4.1 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:
4.1.2 One Insulating flange assembly for each size shall be hydrostatically tested to a pressure
equal to 1.5 times design Pressure in following manner;
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
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.
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.
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:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
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.
8.1 At the time of bidding, the bidder/ manufacturer shall fulfill following requirements:
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
JOB NO : B471
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
CONTENTS:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
The scope of modeling for underground facilities shall include but not limited to the
following:
3.3 STRUCTURAL
The scope of modeling for structural shall include but not limited to the following:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
3.4 INSTRUMENTATION
3.5 ELECTRICAL
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
Extent of internal Piping of the skid with all inline and online instruments to be
modeled.
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.
LSTK CONTRACTOR shall carry out the project creation activity. Major steps
involved are:
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.
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
Standard project naming convention for PDMS Modeling shall be followed as under:
XX ZONE XX
Model Identifier Levels Zone Number
as given above
- Above ground and underground piping shall always be in different
models.
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
d) Structure:
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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:
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.
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:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
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.
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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
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 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”.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
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
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
ADDITIONAL TECHNICAL
REQUIREMENTS
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
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
Abbreviations:
Members:
Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur
Mr. T Kamalakannan Mr. Mahendra Mittal Mr. Deepak Gupta (Project)
1.0 SCOPE
This Inspection and Test Plan covers the minimum testing requirements for Welded Pipes.
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
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
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Stamping of
Pipes which are Inspection
4.5 Final Stamping Stamping of Accepted Pipes - H H
witnessed by Report
EIL/TPIA.
5.0 Painting
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)
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).
44\9
fkturir trtuur
Abbreviations:
Members: Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur
Mr. T Kamalakannan Mr. Mahendra Mittal Mr. Deepak Gupta (Project)
1.0 SCOPE
This Inspection and Test Plan covers the minimum testing requirements of Seamless Pipes.
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.
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
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
5.0 Painting
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).
curl *
Ml‘crar A trukTur 4 111
INSPECTION AND TEST PLAN
FOR
VALVES
6 14 11 2018 REVISED AND RE-ISSUED
Abbreviations:
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)
1.0 SCOPE
This Inspection and Test Plan covers the minimum testing requirements of Valves.
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
SL SCOPE OF INSPECTION
QUANTUM
STAGE / ACTIVITY CHARACTERISTICS RECORD
NO OF CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
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
As per PR /
2.3 Radiography
Body and Bonnet Castings Purchase Films and report H R R
Examination
Specification
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
SCOPE OF INSPECTION
SL QUANTUM
STAGE / ACTIVITY CHARACTERISTICS RECORD SUB
NO OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Welding Parameters as
3.1 Welding 100% Inspection Reports - H -
per WPS / PQR
As per PR /
Hydrostatic / Pneumatic Test and RW
4.1 Leak Check Purchase Test Report - H
Helium Leak test as applicable (Note 1)
Specification
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
Review of Stage
6.1 Documentation & Inspection Certificate Inspection Reports /
(IC) Test Reports & Issue of 100% Supplier TC & IC - H H
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).
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.
Abbreviations:
Members:
Mr. Rajesh Sinha Mr. Himangshu Pal Mr. Chandrashekhar
Mr. Muthuramalingam Mr. Avdhesh Agrawal Mr. Deepak Gupta- Project
Mr. Mahendra Mittal
1.0 SCOPE
This Inspection and Test Plan covers the minimum testing requirements of Forged, Seamless & Welded Fittings.
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
SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER
R
NDT-RT Surface & Internal As per PR/Purchase RT Films (Films
3.4 - H
As Applicable Imperfections Specification & Reports Review)
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
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
Abbreviations:
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)
1.0 SCOPE
This Inspection and Test Plan covers the minimum testing requirements of Flanges, Spectacle Blinds & Drip Rings.
SL SCOPE OF INSPECTION
STAGE / ACTIVITY QUANTUM OF
NO. CHARACTERISTICS RECORD
CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedure
SCOPE OF INSPECTION
SL QUANTUM OF
STAGE / ACTIVITY CHARACTERISTICS RECORD
NO. CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
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
As per
Surface & Internal
36 NDT as applicable PR/Purchase NDT Reports H R
Imperfections
Specification
1. Visual
4.1 2 Dimensions H
Final Inspection 100% Inspection Report H
3. Hardness (Note-1)
4. Marking etc
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
SCOPE OF INSPECTION
SL QUANTUM
STAGE / ACTIVITY CHARACTERISTICS RECORD
NO. CHECK OF SUB
SUPPLIER EIL/TPIA
SUPPLIER
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).
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.
tr"e4r AaRqm
fkftut a trftur
INSPECTION AND TEST PLAN
FOR
BOLTING MATERIAL
Convenor Chairman
Rev. Prepared Checked
Date Purpose Standards Committee Standards Bureau
No. by by
Approved by
Abbreviations:
Members:
Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur
Mr. T Kamalakannan Mr. Mahendra Mittal Mr. Deepak Gupta (Project)
1.0 SCOPE:
This Inspection and Test Plan covers the minimum testing requirements of Bolting Material.
SCOPE OF INSPECTION
SL NO. QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedure
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
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
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:
ill et' *
fitvur ISTuf I All
Abbreviations:
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)
1.0 SCOPE
This Inspection and Test Plan covers the minimum testing requirements of Gaskets.
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
3.1 Punching & Finishing Finish & Dimension 100% Inspection Report - H -
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
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).
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.
STANDARD SPECIFICATION NO
I- I-
°z rto z
-
a in
a
C.)
W5
p
0
u_
-,
Z
J
6
REVISEDANDRE-ISSUED
CO
N
N
CO
N
z
0_
N
N
0
Revised andReissued
-
0
N
0
co
-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
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
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
.— ._
—
o
gg
Documented Procedure
cG
X
(as applicable) Record
•:.R z
aG
Procedure
F. 14
ta,
N
—
o
Documented procedures.
3
documents
N
C
Material Inspection
0
0
Gasket, Pipe, Insulating
t
g
HT and other requirement as per purchase
ce
z
Inspection
Ring, Fi lling Material, etc. specification. records
7-5
T)
0
0
g
c4
C
to
.
RT Film
4. Final Inspection
0
(.)
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
(..)
OF CHECK SUB
c..4
'l
t
d
P.
SUPPLIER
SUPPLIER
Hydro Testing, Air Leak
4
-I
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
'-'
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
Any additional test or Inspection scope if specified in contract documents shall also be applicable.
STANDARD SPECIFICATION No
CL
N
it
0)
a)
z
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.)
"
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
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
.,,,,,
Ly
c4
Procedure
47: 6. .
to
—
0
o
o
WPS/ PQR/ Weld test plan
=
Documented procedures.
documents
›
...4
C
MATERIALINSPECTION
._.
—
0
o
o
Incoming material
a
Properties, IGC, Hardness etc.
x
Cert ificates
(as applicable)
,:4
0
00
p4
Properties / IGC (as applicable ) Cert ificates
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
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
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
=
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.)
r—
t)-
rn
a)
co
SCOPEOF INSPECTION
V) 4
.-4 d
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.,,
;;e.
--
0
o
X
defects (as applicable) Report
--,
0
0
0
X
DPT (as applicable) Report
‘,0
rei
;;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
--.
0
0
0
=
(As applicable) RT Films
;;`...'
,--.
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
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.
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
STANDARDSP ECIFICATIONNo.
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
.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
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
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
SCOPEOFINSPECTION
.1cncsz
QUANTUM
STAGE/ACTIVITY CHARACTERISTICS RECORD SUB
OFCHECK
at•
W
t
SUPPLIER SUPPLIER
,-;
it
C
L
C.o
cu>
cu
o
o
Zg
a4
—.
Documented Procedures
X
Procedures Documents
.g
o
c
—
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
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
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
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
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
‘;',..'
=
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
.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
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
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
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
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
INSPECTION ANDTESTREQUIREMENTS
QUANTUM SCOPEOFINSPECTION
,V]_ d4
U0
C.
STAGE/ACTWITY CHARACTERISTICS OFCHECK SUB
Ill
6Ta
al
t
SUPPLIER
SUPPLIER
.4c
Procedure
O
Z
-.
'rig
0
0
Documented Procedures
—
Procedures. Documents
=
0
0
OC
N
:'
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.)
FormatNo 8-0
N
Page 1051 of 4396
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
.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
o
o
g
Painting & Color Coding
x
as applicable Report
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
,:t'
a
=
0
Reports / Test Reports & Issue
Certificate (IC) IC
1
of IC
•
.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)
.
Page 1 of 2
Page 2 of 2
NOTE :
ELBOW
(TURNED UP) /-11— 3- (l
iVe— IP'
ELBOW
(TURNED DOWN) C----II- C C CH"
MITERED BEND 90'
---.)
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___+____
_• -.•
LATERAL
—iI III— I /I • /./. 4 24F
HALF COUPLING
V II
I
FULL COUPLING
COUPLING
HOSE COUPLING ►
HI €
ANGLE VALVE
(PLAN) I— ( ( • 04
ANGLE VALVE
(ELEVATION)
-4ZZZ2PF-
T
—4-zz:4F1-- —4.zzl--- —1-•:zic4—
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
Page 3 of 4
ANGLE CONTROL
CONTROL VALVE —6--
- 1 --- —6---(F— -41E- 51.— --€- 6--
-1-
CHAIN OPERATING
VALVE (TYP)
MOTOR OPERATING
VALVES it)
A
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.
INSULATED
CONICAL STRAINER
(LINES 14" & ABOVE)
41> 4-- —!
-a
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.
Page 1 of 2
NOTES:—
(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
NOTES: —
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.
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'
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
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
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
FOR FIGURES
REF.EIL STANDARD NO.7-44-0033(SHT.1 OF 2)
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
MALLEABLE IRON OR
FABRICATED SPROCKET
RECESS
0
z
PITCH CHAIN
1 16""
X 4 X 16 (30mmX2OmmX5mm)
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.
E d0 Dia. Hole E
13mm0 Hole for Spacer Welded lifting
plate
Welded
lifting plate
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.
NOTES:
REFER PAGE 1 OF 3 FOR NOTES.
E dO Dia. Hole E
13mm0 Hole for Spacer Welded lifting
only plate
Welded F
lifting plate
0 CO
••
NOTES:
REFER PAGE 1 OF 3 FOR NOTES.
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
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
231 239
(NOTE 1) XXS 221 253 255 75
DETAIL-1
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.)
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
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
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
Page 1 of 1
TYPE TYPE
TEE EQU
S
VC1 R E DUCINGALL/t DC1
3/4
3/4"
VF1 TEE EQUAL REDUCING DF1
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
(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
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.
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.
FOR LIQUID FOR GAS LINES & STEAM LINES FOR VERTICAL LINES
(NOTE-1o)
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- 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
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.
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
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.
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
BY PIPING
PIPES & FLANGES
AS PER SP EC.(TYP)
TYPE
TW -3
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.
""*N.,
D 1
an to INST.
INST. g
0
3/4" (NOTES 2&.3) 4. PIPING.
PIPING (NOTES 2&3)
SWAGE NIPPLE SWAGE
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.
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.
PERMITTED MISALIGNMENT
OF 1.5mm
30' MAX
0.8-2.4mm
37 1/2*±21/2' 20.+21/ 2.
E
E
1.6+0.8mm
10'±2/2'
20'+_21/2'
OVER 22mm
-11.6+0.8mm
NOTES :
1. SQUARE ENDS MAY BE USED FOR WALL THICKNESS LESS THAN 5mm
Page 1 of 1
X MIN.
X MIN.
F
1.6mmAPPROX.
.,../-
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
0.8-2.4mm
45
tc(min)
1.6 to 3.2mm
1.6 to 3.2mm
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&
0.8-2.4mm
0.8-2.4mm
exr-70'
1.6 to 3.2mm
1.6-3.2mm
45"MIN
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.
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
1 6 mm
0.8-1.6 mm
APPROX.3mm
SEQUENCE OF WELDS
NOTES :
1. MAXIMUM INTERNAL WELD PROTRUSION SHALL BE AS PER ASME B31.3
NOTES
tc(min)
0 ST (mm)
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
A=2d
10 0 TAPPED HOLE
FOR TESTING
REINFORCEMENT PAD
0 X THK.
REINF. PAD
0 X THK.
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.
10 0 TAPPED HOLE
FOR TESTING
1
'5mm
,MIN.
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.
LENGTH OF REDUCER
3' 1
3' 3 120' DI 9 /2'
1
4' 4 90' 3' DI 12 /2"
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
TANGENT
SECTION
E
11
3xA
.....................
..............
....................................
....................................
COMPLETED REDUCER
NOTES :-
T 150 CLEAR TO
REMOVE CAP
KEEP THIS
AREA CLEAR
FLOW
N
4-
750 MIN.
ELEVATION
PLAN
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
450
1
0
FLOW
750 MIN
t 4-illon fqfit-r
Abbreviations:
CONTENTS
1.0 SCOPE 4
4.0 FABRICATION 8
5.0 ERECTION 11
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.
2.1 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.
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.
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.
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.
2.4.4 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.
2.4.7 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.
2.4.14 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.
2.5 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
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.
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.
3.1.4 Drawings, sketches and documents prepared by Contractor duly approved by Engineer-in-
Charge (such as isometrics of small bore piping and offsite piping etc.).
d. Line list
e. Piping support indices (only in offsite), if supports are not shown in plan.
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.)
k. Standard Spec for application of torque & hydraulic bolt tension for flange joints (6-
76-0002) and its addendum, if any.
c. IBR 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 the notice of Engineer-in-Charge and the work carried out only after obtaining
written approval from him in each case.
4.0 FABRICATION
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
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.
4.3.1 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
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.
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.
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).
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.
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.
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.
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.
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.
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.
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.
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.
The Jacketing shall be done in accordance with EIL Specification or Licensors specification
as suggested in material specification or special condition of contract.
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.
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.
Pipes shall be fabricated at site as and when required as per the specifications and the actual
Piping Material Specification.
5.0 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.
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
/ 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.
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.
5.5.1 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.
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.
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.
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.
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.
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.
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.
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.
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.
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:
Abbreviations:
SS Stainless Steel
CONTENTS
1.0 SCOPE 4
2.0 REFERENCES 4
3.0 INSPECTION 4
4.0 FLUSHING 4
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
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:
4.0 FLUSHING
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.
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.
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.
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.
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.
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
For lines containing check valves any of the following alternatives shall be adopted for
pressure testing:
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.
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.
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:
Depending upon the above requirements and based on construction progress, maximum length
of piping shall be included in each test.
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.
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.
Care shall be taken to avoid increase in the pressure due to temperature variation during the
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).
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.
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.
fffR
TOT 1-4-44-r
Abbreviations:
CONTENTS
1.0 SCOPE 4
2.0 REFERENCES 4
5.0 DEVIATIONS 6
6.0 ATTACHMENTS 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:
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
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.
3.5.1.1 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.
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.
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
- 71-47 Tp.
11114)
Abbreviations:
CONTENTS
1.0 SCOPE 4
5.0 FABRICATION .8
7.0 MARKING 10
1.0 SCOPE
2.1 Supply (unless mentioned otherwise) and fabrication of Piping materials including the
following
f. Supports made of Structural Steel and welded to Pipe, e.g., shoe supports, lug
supports, stiffeners etc.
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
3.1 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.
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.
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:
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
5.0 FABRICATION
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.
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.
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".
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).
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.
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.
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.
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.
Forging and forming of small bore fittings, like reducing nipples for piping 1.5" and below,
shall be as per ASME B 31.3.
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.
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.
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.
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.
5.15 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.
6.1 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
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.
trr-4-1-cirr IR TO rep-r
-k. r(Yi Hilion fe-4-4-r
STANDARD SPECIFICATION
FOR
HOT TAPPING ON PIPING
Abbreviations:
Page 3 of 8
CONTENTS
1.0 SCOPE 4
3.0 MATERIALS 5
4.0 PROCEDURE 5
5.0 WELDING 6
8.0 COMPLETION 8
9.0 DOCUMENTATION 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.
2.1 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 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
6-44-0054 : Technical notes for butt welded, socket welded and screwed
fittings.
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.
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.
Connection details.
Procedure for non-destructive testing of weld and hydrostatic test of assembly including
test pressures, etc.
Hot-tapping procedure.
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.
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.
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.
6.1 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.
7.1 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.
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
Number of Copies (Hard copies / soft copies etc.) shall be as indicated in CONTRACT
document.
• Details/data sheet of components including tees, valves etc. including size, rating and
material details.
• Welding Records.
• Statutory Approvals
91441 *- rtii
cichl cb dui ultil
TECHNICAL NOTES
FOR PIPES
Abbreviations:
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
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.
1.3.2 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.
1.7 Pipe with beveled ends shall be in accordance with ASME B16.25. Weld contours shall be as
follows:
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.
1.10.1 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.
1.12.1 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.
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.
2.1.1 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
SA (psi)
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:
The chemical composition as indicated in this clause is not applicable for pipes other than IBR
services.
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.
a) Carbon Steel
Material Std. Test Pressure Std.
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
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
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.
5.6 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:
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.
6.4 6-79-0013: Material requirements for carbon steel components used in sour service for
petroleum refinery environments
vilcni rd uAluiii*
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
Abbreviations:
Convenor : Mr M. Ismaeel
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
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
2.2 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:
2.3.2 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.
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.
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:
33 For all weld end valves with bevel end as per ASME B 16.25, the contour of bevel shall be as
follows:
Valve ends shall match thickness of the connecting pipe. Sloping of inside contour of valves
shall be done wherever necessary to achieve this.
3.4 For flanged valves with ring joint flanges the hardness shall be as follows:
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.
3.7.1 By-pass requirement for Gate valves shall be as follows unless otherwise mentioned.
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:
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
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.
3.11 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.
3.14 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.
3.19 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
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:
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.
4.0 OPERATION
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.
5.1 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
Forged Valves:
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.
* 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.
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.
7.1 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:
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.
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:
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
11.0 REFERENCES
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.
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.
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
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#
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#
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:
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:
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.
Vendors to furnish copies of cryogenic test certificate for tests conducted as per details
given below:
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.
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.
2.3.1. Before conducting post order testing, vendor shall submit the following for
approval:
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.
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.
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:
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
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
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.
Abbreviations:
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
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:
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
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:
1.11 For ring joint flanges, blinds and spacers, the hardness shall be recorded in the test report.
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.
1.14.1 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.
1.16 For dual grades of SS where specified, chemical composition and mechanical properties of
both grades specified shall be ensured.
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).
2.1.1 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.
3.1 Blind Flanges and Spacers & Blinds if specified as plate materials are acceptable in forging
materials also in the corresponding material grades.
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:
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
6-81-0006 Inspection & test plan for flanges, spectacle blinds & drip rings
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"
Abbreviations:
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
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:
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.
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.
1.8.1 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.
1.9.1 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
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 :
1.20 The bevel ends of all butt weld fittings shall undergo 100% MP / DP test.
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.