+ All Categories
Home > Documents > EPCM Services for the India-Bangladesh Friendship ... - image

EPCM Services for the India-Bangladesh Friendship ... - image

Date post: 18-Mar-2023
Category:
Upload: khangminh22
View: 0 times
Download: 0 times
Share this document with a friend
318
EPCM Services for the India-Bangladesh Friendship Pipeline (IBFPL) Project in Bangladesh ENQUIRY DOCUMENT (Document No : B185-000-GN-MR-4010-5-RFQ) Page 1 of 318
Transcript

EPCM Services for the India-Bangladesh Friendship Pipeline (IBFPL)

Project in Bangladesh

ENQUIRY DOCUMENT

(Document No : B185-000-GN-MR-4010-5-RFQ)

Page 1 of 318

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

Table of ContentsDocument Number Rev. Document Title Page

NumberB185-000-GN-MR-4010-5-RFQ

A ENQUIRY DOCUMENT 3

B185-000-GN-MR-4010

A BASKET FILTERS 119

B185-000-80-43-SI-4010

A SPECIAL INSTRUCTIONS TO BIDDERS 123

B185-000-80-43-SP-4010

A JOB SPECIFICATION (S&ME) 125

6-24-0303 2 Standard MR Specification for Basket Filter 129B185-000-80-43-DS-4010

A DATASHEET 150

B185-000-80-43-VDR-4010

A VENDOR DATA REQUIREMENTS (S&ME) 153

B185-030-02-42-DS-1901

1 GAS OIL (HSD) 156

B185-010-02-42-DS-1901

2 GAS OIL (HSD) 157

B185-000-2-42-PID-1192

A PIPING &INSTRUMENTATION DIAGRAMS (P&IDS); 158

B185-010-2-42-PID-1113

A PIPING &INSTRUMENTATION DIAGRAMS (P&IDS); 159

B185-030-2-42-PID-1118

A PIPING &INSTRUMENTATION DIAGRAMS (P&IDS); 160

B185-000-83-41-SP-0010

0 PIPING MATERIAL SPECIFICATION [INCLUDING ANNEXURE-I& II]

161

B185-000-80-43-VL-4010

A VENDOR LIST 191

6-78-0001 1 Specification for quality management system requirements frombidders

193

6-78-0003 1 Specification for documentation requirement from suppliers 2003-78-0004 1 Format for completeness of final documentation 2096-12-0030 8 Standard specification for pressure vessels for package items. 2106-81-0029 3 ITP for basket filter 2297-12-0001 6 Vessel tolerances. 2357-12-0006 6 Angle leg support. 2377-12-0007 6 Pipe leg support. 2397-12-0010 7 Manhole with davit. 2407-12-0013 6 Nozzle reinforcement and projection. 2427-12-0014 6 Pad nozzles for vessels. 2447-12-0015 6 Standard bolt hole orientation. 2457-12-0020 6 Inlet deflector baffle. 2467-12-0023 7 Pipe davit. 2477-12-0024 8 Lifting lug top head type (for vertical vessels / columns). 2507-12-0026 6 Earthing lug. 2517-12-0027 6 Name plate. 2527-12-0028 6 Manufacturer name plate. 2537-12-0029 6 Bracket for name plate. 2547-12-0030 5 Name plate for small equipment. 2557-12-0038 0 Allowable nozzle loads 2566-79-0020 0 Standard specification for surface preparation and protective

coating (new construction)260

Page 2 of 318

Page 1 of 5

Regd. Office: Engineers India Bhawan, 1 Bhikaiji Cama Place, New Delhi - 110 066, India

TEL: NO. : +91 11 26762121: FAX NO. : +91 11 26167664 / 26191714

REQUEST FOR QUOTATION (RFQ) RFQ No.: SM/B185-000-GN-MR-4010/05 CPP PORTAL TENDER ID:- 2019_EIL_470467_1 Date: 17.05.2019

The invitation of bid is open only to suppliers to whom this RFQ is issued.

Client :M/s NUMALIGARH REFINERY LIMITED (NRL) Project: INDO BANGLADESH FRIENDSHIP PIPELINE MR No.: B185-000-GN-MR-4010 REV.A (CAT-I) Item: BASKET FILTER Due Date & Time: 07.06.2019; Up to 1200 Hrs. (IST)

UNPRICED BID OPENING: At 1400 Hrs. (IST) on 10.06.2019

PRE-BID MEETING : NOT APPLICABLE

PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER

Zero Deviation Bidding: The enquiry is issued on “Zero Deviation Bidding” basis.

GENTLEMEN,

1. M/s NRL intends to install approx. 130.361 km long transnational pipeline from the Siliguri marketing Terminal (SMT) of the Numaligarh Refinery Limited (NRL) in India to the Parbatipur depot of the Bangladesh Petroleum Corporation (BPC) in Bangladesh for transportation of Gasoil (HSD).

2. Online electronic Bids are requested on behalf of our Client M/s NUMALIGARH REFINERY LIMITED (NRL) under limited competitive bidding basis for the subject item in complete accordance with RFQ Documents. All enquires shall be issued through NIC’s Central Public Procurement portal (http://eprocure.gov.in/eprocure/app) only. Link of the Enquiry will be available EIL tender website http://tenders.eil.co.in.

3. Bidder can download the RFQ Documents from e-tendering website of CPP portal (http://eprocure.gov.in/eprocure/app). All amendments, time extension, clarifications etc. will be uploaded on Portals. Bidders should regularly visit the websites to keep themselves updated. No extension in the bid due date / time shall be considered on account of delay in receipt of any document by mail.

4. Please submit your Acknowledgement against the RFQ on EIL’s website http://tenders.eil.co.in within 5 days of issuance of enquiry document, with reasons(s) of not participating in the bidding in case of regret/negative acknowledgment.

5. Bidders are required to upload the bid along with all supporting documents including priced part only on the e-tendering website (http://eprocure.gov.in/eprocure/app), on or before the due date and time for submission of bid. Bidders are required to register themselves at http://eprocure.gov.in/eprocure/app. No registration fee would be charged from the bidders.

6. Bidders to refer E-Tendering methodology enclosed with this RFQ cover letter. Various links such as “Help for Contractor”, “Information about DSC”, “FAQ”, “Resources Required”, “Bidders Manual

Page 3 of 318

Page 2 of 5

Kit” etc. are available on home page of http://eprocure.gov.in/eprocure/app facilitating vendors to participate in the bidding process. Bidder are advised to download & utilize the available information/documents under these links for activities like Registration in CPPP, obtaining User ID & Password, uploading & submission of e-bids etc. Bidders are advised in their own interest to carefully go through Instructions for E-tendering and other related document available against various help links so as to ensure that bids are uploaded in E-tendering website well before the closing date and time of bid submission.

7. NIC Portal mandates that the bidders are to be registered on the portal before any enquiry can be issued to them. In order to expedite issue of enquiries, the enquiry is being issued through EIL Tender Portal and also being published on Central Public Procurement Portal. The enquiry shall be issued to the bidders on the NIC e-Procurement Portal as soon as their registration is completed in the NIC Portal (http://eprocure.gov.in/eprocure/app).

8. The bid has to be necessarily submitted on the NIC Portal and only those bidders who are issued the enquiry through NIC Portal will be eligible to submit their bids. In case a bidder does not register on the NIC Portal and as a consequence, cannot be issued the enquiry through NIC Portal, it shall be deemed that he is not interested in bidding against this enquiry and no further correspondence will be entertained.

9. In future, EIL shall be issuing all enquiries through NIC Portal alone and bidders who do not register with NIC Portal may not be able to submit their bids. Therefore, it is in the interest of the bidders that they register on the NIC Portal at the earliest.

10. The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt, the vendor may contact the undersigned.

11. In the event of failure in bidder’s connectivity with EIL/NIC Portal during the last few hours on account of problem on bidders account, they are likely to miss the deadline for bid submission. Due date extension request due to this reason will not be entertained. In view of the same, bidders are advised to upload their bid in advance.

12. NRL / EIL reserves the right to use in-house information for assessment of bidder’s capability for consideration of bid.

13. Bidding Document is non-transferable.

14. NRL / EIL reserves the right to reject any or all the bids received and to annul the bidding process at its discretion without assigning any reason whatsoever.

15. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification of their bid.

16. Contact Persons for this RFQ are:

Mr. Amit Kumar, Dy. Manager (SCM), Contact No. 011 2676 3167, email: [email protected],

Mr. Vivek Dixit, Manager (SCM), Contact No. 011 2676 3209, email: [email protected]

Ms. Sunita Mitra, GM (SCM), Contact No. 011 2676 3504 email: [email protected]

*Please specify Ref. No. (SM/B185-000-GN-MR-4010/05) in all Correspondence. THIS IS NOT AN ORDER Very truly yours,

For & on Behalf of NRL

(SUNITA MITRA) GM (SCM) ENGINEERS INDIA LIMITED

Page 4 of 318

Page 3 of 5

Enclosure:

DOCUMENT

A) Annexure- I: Bid Data Sheet (BDS)

B) Other Commercial documents:

i) Price Schedule Format (for Indian Bidders)

ii) Instruction to Bidder (ITB) along with its Appendix (E-Tendering Methodology) and Annexures

iii) Bidding Forms

iv) Special Purchase Conditions (SPC) and Annexures

v) Packing, Marking, Shipping and Documentation Specifications for Indigenous Materials

vi) General Purchase Conditions (GPC) (Indigenous) along with Guarantee Formats

C) Technical document: B185-000-GN-MR-4010 REV.A

Page 5 of 318

Page 4 of 5

RFQ No.: SM/B185-000-GN-MR-4010/05 ITEM: BASKET FILTER

Annexure – I to RFQ

BID DATA SHEET (INDIGENOUS)

S.NO. Content Applicability

1. Delivery Period Supply: Within 06 Months from the date of award, on FOT Terminal/warehouse on freight pre-paid & door delivery basis. The date of receipt of materials at designated Terminal/warehouse shall be considered as the date of delivery. For locations of Terminal/warehouse, refer Enquiry document.

2. Bid Validity 3 Months from final bid due date.

3. Part Order Not Applicable

4. Repeat Order Not Applicable

5. Payment Terms For Supply:

- 5% against approval of drawings, wherever required (identified in PO/ PR)

at least in Code-2.

- 15% against identification of raw materials at Supplier’s works and against

submission of ABG of equivalent amount.

- 55% (60% where drawing/doc approval not required) against despatch

documents (along with copy of LR/GR and IRN) directly to NRL together

with transportation charges and GST, in line with provisions of SPC.

- 10% against receipt of material at site.

- 5% on receipt of all Final/As built Drawings/Documents/Data/Manual in

requisite number of copies/sets/CDs as per VDR specified in Purchase

Requisition.

- 10% on receipt of all material at site and submission of PBG for 10% of

total order value valid till full guarantee period plus 3 months claim period.

Note:- Payment against dispatch/ shipping document shall be modified

to the extent that the 10% payment out of this milestone payment shall

be released after completion of this milestone as well as submission of

certification towards achievement of Local Content (if order is placed

under PPLC policy), as per provision of enquiry document. Alternatively,

this payment can be released against submission of additional bank

guarantee valid till completion schedule, plus 3 months or as required by

NRL.

6. Customs Duty Merit Rate

7. Consortium/ Unincorporated Joint Venture

Not Allowed

8. Earnest Money Deposit Not Applicable

Page 6 of 318

Page 5 of 5

9. Documentation required Shall be as per Clause No.13 of ITB EXCEPT TECHNICAL DOCUMENTS

10. Preference to MSE Applicable as per ITB

11. Power of Attorney Not Applicable

12. Integrity Pact Not Applicable

13. Policy for providing Preference to Domestically Manufactured Iron & Steel Products in Government Procurement (DMI&SP)

Not Applicable

14. Purchase Preference (linked with local content) (PP-LC)

Applicable as per ITB.

15. Reverse Auction Not Applicable

Page 7 of 318

Indo-Bangla Friendship Pipeline Project

Job No.:B185 ITB Rev.0_LIMITED

Page 1 of 27

INDO-BANGLA FREINDSHIP

PIPELINE PROJECT

INSTRUCTIONS TO BIDDERS (ITB)

Page 8 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 2 of 27

INDEX

CONTENTS 1. SCOPE OF BID .................................................................................................................................................... 3 2. ELIGIBLE BIDDERS ............................................................................................................................................ 3 3. FRAUDULENT PRACTICES ............................................................................................................................... 3 4. ONE BID PER BIDDER (MULTIPLE/ ALTERNATIVE BIDS) .............................................................................. 4 5. COST OF BIDDING ............................................................................................................................................. 4 6. SITE VISIT, IF APPLICABLE ............................................................................................................................... 4 7. CONTENTS OF BIDDING DOCUMENT .............................................................................................................. 4 8. ACKNOWLEDGEMENT ...................................................................................................................................... 5 9. CLARIFICATION ON BIDDING DOCUMENTS, IF APPLICABLE ...................................................................... 5 10. PRE-BID MEETING ............................................................................................................................................. 5 11. AMENDMENT OF BIDDING DOCUMENTS ........................................................................................................ 5 12. LANGUAGE OF BID ............................................................................................................................................ 6 13. DOCUMENTS COMPRISING THE BID ............................................................................................................... 6 14. INTEGRITY PACT (IF APPLICABLE AS PER BDS) ........................................................................................... 7 15. BID PRICES ......................................................................................................................................................... 7 16. BID CURRENCY AND PAYMENT ....................................................................................................................... 8 17. BID VALIDITY ...................................................................................................................................................... 8 18. OFFER WITHOUT ANY DEVIATION ................................................................................................................... 8 19. DOCUMENTATION FOR MSE BIDDER ................................................................................................................... 8 20. SUBMISSION OF BIDS ....................................................................................................................................... 9 21. DEADLINE FOR SUBMISSION OF BID ............................................................................................................ 10 22. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE .................................................... 10 23. MODIFICATION AND WITHDRAWAL OF BIDS ................................................................................................ 10 24. UN-PRICED BID OPENING ............................................................................................................................... 10 25. PROCESS TO BE CONFIDENTIAL ................................................................................................................... 10 26. CONTACTING NRL/ EIL REPRESENTATIVE ................................................................................................... 10 27. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS .................................................... 11 28. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS .............................................. 11 29. PRICE BID OPENING ........................................................................................................................................ 11 30. ARITHMETIC CORRECTIONS .......................................................................................................................... 11 31. BID REJECTION CRITERIA .............................................................................................................................. 12 32. PRICE EVALUATION & COMPARISON AND LOADING CRITERIA ................................................................ 12 33. PREFERENCE TO MICRO OR SMALL ENTERPRISES .................................................................................. 12 34. POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY MANUFACTURED IRON & STEEL

PRODUCTS IN GOVERNMENT PROCUREMENT (DMI&SP): ......................................................................... 14 35. PROVISION REGARDING POLICY TO PROVIDE PURCHASE PREFERENCE (LINKED WITH LOCAL

CONTENT) (PP-LC): .......................................................................................................................................... 15 36. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER ARE AS UNDER ................................................ 19 37. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICE BIDS ........................................................ 19 38. AWARD OF WORK ............................................................................................................................................ 19 39. QUANTITY VARIATION ..................................................................................................................................... 20 40. NRL'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID ................................................................... 20 41. NOTIFICATION OF AWARD .............................................................................................................................. 20 42. CARTEL FORMATION ....................................................................................................................................... 21 43. ORDER OF PRECEDENCE .............................................................................................................................. 21

Page 9 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 3 of 27

A. GENERAL:

1. SCOPE OF BID

1.1. M/s NRL intends to install approx. 130.361 km long transnational pipeline from the Siliguri

marketing Terminal (SMT) of the Numaligarh Refinery Limited (NRL) in India to the Parbatipur depot of the Bangladesh Petroleum Corporation (BPC) in Bangladesh for transportation of Gasoil (HSD).

1.2. EIL hereinafter “the consultant” on behalf of The Purchaser/Owner/Employer/NRL as defined in the General Purchase Conditions, hereinafter “the Owner” wishes to receive bids as described in the Bidding Documents herein after shall also mean RFQ Documents.

1.3. SCOPE OF WORK: The scope of work shall be as defined in the Material Requisition included in the RFQ covering letter.

1.4. The successful bidder will be expected to complete the Scope of work within the period stated in

Bidding Document.

1.5. Throughout this Bidding Documents, the term “Bid” and “Tender” and their derivatives

(“Bidder/Tenderer”, “Bid/Tendered/Tender”, “Bidding/Tendering”, etc.) are synonymous, and day

means calendar day. Singular shall also means plural and vice versa.

2. ELIGIBLE BIDDERS

2.1 A bidder shall not be affiliated with a firm or entity:

(i.) that has provided consulting services related to the work to the NRL during the preparatory stages of the works or of the project of which the works form a part, or

(ii.) that has been hired by the NRL as engineer/EIL for the contract.

2.2 The bidder shall not be under a declaration of ineligibility by NRL/EIL for corrupt or

fraudulent practices.

3. FRAUDULENT PRACTICES

3.1.1 NRL requires that Bidders/ Vendors/ Supplier observe the highest standard of ethics during the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in order to influence the award of a Contract to the detriment of NRL/EIL, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the NRL of the benefits of free and open competition.

3.1.2 NRL/EIL will reject a proposal for award if it determines that the bidder recommended for award has engaged in fraudulent practices in competing for the Contract in question.

Bidder is required to furnish the complete and correct information/ documents required for evaluation of their bids. If the information/ documents forming basis of evaluation is found to be false/ forged, the same shall be considered adequate ground for rejection of bids.

3.1.3 In case, the information/ document furnished by the Bidder/ Vendor/ Supplier forming basis of evaluation of his bid is found to be false/ forged after the award of the contract, NRL/EIL shall have full right to terminate the contract and get the remaining job executed at the risk & cost of such Bidder/ Vendor/ Supplier without any prejudice to other rights available to NRL/EIL under the contract such as forfeiture of PBG/ Security Deposit, withholding of payment etc.

Page 10 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 4 of 27

3.1.4 In case, this issue of submission of false documents comes to the notice after execution of supply/work, NRL/EIL shall have full right to forfeit any amount due to the Bidder/ Vendor/ Supplier along with forfeiture of PBG furnished by the bidder/vendor/ Supplier.

3.1.5 Further, such bidder/ vendor/ Supplier shall be put on Blacklist/ Holiday/ Negative List of NRL/EIL debarring them from future business with NRL/EIL for a time period, as per the prevailing policy in NRL/EIL.

4. ONE BID PER BIDDER (MULTIPLE/ ALTERNATIVE BIDS)

4.1 A bidder (i.e. the bidding entity) shall, on no account submit more than one bid either directly (as a

single bidder or as a member of consortium) or indirectly (as a sub-contractor) failing which

following actions shall be initiated:

(i) All bids submitted by such bidder (say „A‟) directly & indirectly, shall stand rejected and EMD, if

any, in case of direct bid submitted by bidder „A‟ shall be forfeited.

(ii) If another bidder (say „B‟) has proposed bidder „A‟ as a sub-contractor then bidder „B‟‟s bid

shall also be rejected. However, in case the bidder „B‟ has also proposed an alternative sub-

contractor who is other than the bidder „A‟, then bidder „B”s bid shall be evaluated with the

proposed alternative sub-contractor only. Hence, every bidder shall ensure in his own interest

that his proposed sub-contractor is not submitting alternative/ multiple bid.

Note: However, in case NRL/ EIL has proposed a list of sub-contractors/ sub-vendors in the

enquiry document itself which shall be common for all the Bidders, the provisions at (b) above

shall not be applicable as long as only the sub-contractors / sub-vendors are common in case of

various bidders.

5. COST OF BIDDING

The bidder shall bear all costs associated with the preparation and submission of the bid, and NRL / EIL, will in no case be responsible or liable for this cost, regardless of the conduct or outcome of the bidding process.

6. SITE VISIT, IF APPLICABLE

6.1. The bidder is advised to visit and examine the site or / locations of warehouse and its

surroundings and obtain for itself, at its own responsibility, all the information that may be necessary for preparing the bid and entering into the Contract. The cost of visiting the site shall be at the bidder's own expense.

6.2. The bidder or any of its personnel or agents will be granted permission by the NRL to enter

upon its premises and land for the purpose of such visits, but only upon the express condition that the bidder, its personnel, and agents will indemnify the NRL and its personnel and agents from and against all liabilities in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection.

B. BIDDING DOCUMENT, CLARIFICATION AND AMENDMENT

7. CONTENTS OF BIDDING DOCUMENT

7.1. The Bidding Documents has been hosted on Website mentioned in the RFQ covering letter/ Notice Inviting Bid/ Letter Inviting Bid and also in https://eprocure.gov.in/eprocure/app.

Page 11 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 5 of 27

7.2. The bidder is expected to examine Bidding Documents, bidding guidelines received from EIL or available on tender website (https://eprocure.gov.in/eprocure/app), all instructions, formats, terms, specifications and drawings etc., enclosed in the Bidding Documents. The invitation for bid (bidding) together with all its attachment thereto, shall be considered to be read, understood and accepted by the bidder. 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 the Bid.

8. ACKNOWLEDGEMENT

8.1. Within 5 days of issuing of Enquiry Document, bidder shall acknowledge and confirm his intention to bid for the requested item / work on EIL website http://tenders.eil.co.in

8.2. Bidders should respond to this enquiry either by submitting their bids or by explaining the reason for non-submission of the offer. In case there is no response either way continuously, the bidder shall be liable for suitable action including review of their enlistment with EIL for that particular item.

9. CLARIFICATION ON BIDDING DOCUMENTS, IF APPLICABLE

A prospective bidder requiring any information or clarification on the Bidding Documents, may notify the EIL in writing only in the enclosed format by e-mail/fax at EIL's mailing address indicated in the bidding document. All question/ queries should be referred to EIL by cut off date specified in bidding document prior to date of pre-bid meeting. Reply to Pre-Bid Queries shall be hosted on https://eprocure.gov.in/eprocure/app. The response to pre-bid queries shall not form part of the bidding document unless issued as an amendment. Any modification of the Bidding Document, which may become necessary as a result of the pre-bid discussion, shall be intimated to all bidders through the issue of an Addendum/Amendment.

10. PRE-BID MEETING

10.1. Wherever pre-bid meeting is applicable, as specified in the BDS, bidder in their own interest are advised to take part in the pre-bid meeting seriously by issuing their genuine queries and also by attending the pre-bid meeting by their competent personnel.

10.2. Bidder shall submit their queries strictly within cut-off date after which, Owner /EIL shall reserve the right not to entertain any queries.

10.3. Pre-bid meeting shall be attended by competent representative(s) of the Bidder.

10.4. Replies to Pre-Bid Queries shall be hosted on website.

10.5. Based on pre bid discussion and clarifications thereof, bidder shall endeavor to submit techno-commercially compliance bid.

11. AMENDMENT OF BIDDING DOCUMENTS

11.1. At any time prior to the deadline for submission of bids, NRL/EIL may, for any reason, whether on its own requirement or in response to a clarification requested by prospective bidders, modify the Bidding Documents by issuing addenda.

Any addendum thus issued shall be part of the Bidding Documents. The addendum will be hosted on the website https://eprocure.gov.in/eprocure/app and bidders are requested to check on the e-procurement website https://eprocure.gov.in/eprocure/app on regular basis. Bidders have to take into consideration of all the addendum(s) / corrigendum (s) issued/ web hosted, before submitting the bid.

Page 12 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 6 of 27

11.2. NRL/EIL may, at its discretion, extend the date of submission of Bids in order to allow the bidders a reasonable time to furnish their most competitive bid taking into account the amendments issued.

C. PREPARATION OF BIDS

12. LANGUAGE OF BID

12.1. The Bid prepared by the bidder, all correspondence/drawings and documents relating to the

bid exchanged by the bidder with NRL/EIL shall be in English Language alone. Any printed

literature furnished by the bidder may be written in another language so long as accompanied by

an English translation, in which case, for the purpose of interpretation of the bid, the English

translation shall govern.

12.2. In the event of submission of any document/ certificate by the Bidder in a language other than

English, the English translation of the same duly certified, signed and stamped by local

Chamber of Commerce or Indian Embassy in their country or their Embassy in India or any

translator in India recognized / authorized by their Embassy shall also be provided.

13. DOCUMENTS COMPRISING THE BID

13.1. No Physical Bids / Offers shall be submitted. The offers/bids submitted online through Central

Public Procurement Portal (CPPP) of Government of India

(http://eprocure.gov.in/eprocure/app) shall only be considered for evaluation and ordering.

Bidders are required to upload the Bid/offer along with all supporting documents, unpriced

and Priced on the E-Tendering website (http://eprocure.gov.in/eprocure/app) only.

13.2. The bid shall be submitted by uploading relevant document in respective folders provided in

the e-tendering website.

13.2.1 PART - I - TECHNO-COMMERCIAL/ UNPRICED BID:

i. Offer Covering letter (on bidder‟s letter head)

ii. Techno-commercial compliance to the RFQ terms & Conditions (Form-A).

iii. Salient Feature of offer giving basic details on Despatch Point, taxes/ duties (GST) etc. (Form-B).

iv. Bank Certified Mandate Form as per Form-C, duly signed and stamped with the Banker‟s certification along with cancelled cheque.

v. Unpriced copy of Price Schedule (Excel file) (available in the .xls format which is uploaded on Tender portal) indicating „Q‟ in place of price and „NQ‟ for not quoted.

vi. Integrity Pact in accordance, if applicable as per BDS alongwith Affidavit confirming that bidder is not involved in any case of transgression in terms of Integrity Pact

vii. Addendum / Amendment (if any) duly signed & stamped.

viii. Technical Compliance/ datasheets/ documents, required as per Material Requisition.

ix. Declaration by bidder regarding Black listing/ Holiday listing, Liquidation, court receivership or similar proceedings etc. (FORM–E)

x. Documentary evidence in case bidder is MSE bidder in accordance with ITB.

xi. Compliance to requirement of pan no., tax residency certificate and form no.10F as per relevant forms provided in Bidding Forms (applicable for foreign bidder in case of Site work / services in India is required as per scope of Enquiry Document).

xii. any other document required as per, Technical Specifications; and

Page 13 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 7 of 27

xiii. any other document if required as per BDS.

13.2.2 PART-II (Priced Bid)

Prices in Price Schedule Formats issued with enquiry document shall be uploaded at the designated place of the CPP Portal http://eprocure.gov.in/eprocure/app

Note: 1. Part-II shall be uploaded in “FINANCE” folder in e-tendering portal

2. Deviation to terms & conditions, presumptions etc. shall not be stipulated in Priced part of bid. In case of any conditions stipulated in price bid, the bids of such bidders shall be summarily rejected and shall not be considered for further evaluation. Evaluation shall be carried out excluding such bidder(s).

14. INTEGRITY PACT (IF APPLICABLE AS PER BDS)

14.1. Bidder shall submit, the scanned copy of the Integrity Pact duly signed and stamped in token of compliance in Part-I of the Bid (available in RFQ documents), wherever required as per Bid Data Sheet. Non submission of Integrity pact shall lead to rejection of the bid.

14.2. The bidder shall submit the same format of signed integrity pact (as provided in the bidding document duly signed by the buyer) duly filled-in, signed & stamped by the authorised signatory of bidder.

14.3. In case of partnership firm, Integrity Pact must be signed by all partners.

14.4. Bidder shall be required to submit affidavit confirming that he is not involved in any case of transgression in terms of Integrity Pact. In case of consortium bids, such affidavit shall be submitted by all consortium members. Non- submission of same shall lead to rejection of the offer.

15. BID PRICES

15.1. Prices shall be furnished strictly in the appropriate Price Schedule format(s) enclosed with the

bidding document. Quoted prices shall be net of discount, if any. Conditional discounts, if offered by a bidder, shall not be considered for evaluation.

15.2. Price quoted by the bidder, shall remain firm & fixed until completion of the contract and will not be subject to any variation, except statutory variation in taxes, duties & levies pursuant to relevant provisions of Special Purchase Conditions (SPC).

15.3. The bidder shall quote the price for item in the Price Schedule after careful analysis of cost involved for the performance of complete work considering all parts of the RFQ/Bidding Documents. In case, any activity though specifically not covered but is required to complete the work as per scope of work, scope of supply, specifications, standards, drawings, GPC, SPC or any other part of RFQ Document, the prices quoted shall be deemed to be inclusive of cost incurred for such activity.

15.4. Material to be delivered at SMT, Siliguri located at Siliguri in India: Indian Bidder shall quote price on FOT despatch point basis and transportation by road from supplier‟s works up to SMT, Siliguri, India.

15.5. Material to be delivered at warehouse in Parbatipur, Bangladesh: Bidder shall quote price on FOT despatch point basis and transportation by road from supplier‟s works up to warehouse at Parbatipur, Bangladesh.

15.6. Foreign bidder shall quote FOB International seaport of exit basis and ocean transportation from FOB International seaport of exit to port of entry (Kolkata) in India.

Page 14 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 8 of 27

Note:

a) Customs Clearance shall be arranged by NRL by engaging competent CHA for export documentation in India and for customs clearance in Bangladesh.

15.7. Indian bidder to consider Merit rate of custom duty for their built in imported raw materials incorporated in the goods being offered. Bidder shall ascertain the applicable merit rate of customs duty and shall be solely responsible towards applicability and correctness of such rates. The evaluation and ordering shall be carried out based on the merit rates of customs duty considered by the bidder. The bidder(s) must indicate quantity, maximum CIF value, name of material to be imported & rate of custom duty considered in the Price Schedule.

16. BID CURRENCY AND PAYMENT

16.1. Bidding currency shall be Indian Rupees (INR) for Indian bidder and USD/Euro/ INR for foreign

bidder.

16.2. Quoted prices shall be firm and fixed and NRL/EIL shall not be compensating for any foreign exchange rate fluctuation.

16.3. Payment shall be released to the supplier in the currency of quote.

17. BID VALIDITY

17.1. The bid shall remain valid for acceptance for the period mentioned in RFQ cover letter / BDS

from the bid due date. NRL/EIL shall reject a bid submitted for a shorter validity period being non-responsive.

17.2. In exceptional circumstances, prior to expiry of the original bid validity period, NRL/EIL may

request that the bidder extend the period of validity for a specified additional period. The requests and the responses thereto shall be made in writing (by post/e-mail).

18. OFFER WITHOUT ANY DEVIATION

NRL/EIL will appreciate submission of offer strictly based on the terms and conditions in the enclosed SPC, GPC, ITB, Scope of Work, and Technical Specification etc. to avoid wastage of time and money in seeking clarifications on technical/ commercial aspect of the offer. Bids having any deviation to the RFQ Terms & Conditions shall make Bidder‟s offer liable for rejection.

19. DOCUMENTATION FOR MSE BIDDER

19.1. MSE bidder shall submit the following:

1) Micro or Small Enterprises shall submit the documentary evidence that the bidder is a

Micro or Small Enterprises registered with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises. With effect from 18.09.2015, the MSEs registered under Udyog Aadhar Memorandum are also eligible to avail benefits under PP Policy for MSEs. Accordingly, Udyog Aadhar Memorandum stating bidder‟s registration in Micro & Small category shall also be considered.

Page 15 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 9 of 27

2) Micro & Small Enterprises shall be considered as owned by SC/ ST Entrepreneurs as per the below definition:

In case of proprietary MSE, proprietor should be SC/ST.

In case of partnership MSE, the SC/ST partner(s) should be holding at least 51% shares in the unit.

In case of Limited companies, at least 51% share should be held by SC/ ST shareholder(s).Definition of MSEs owned by SC/ST Entrepreneurs shall be specified as follows:

In order for MSE owned by SC/ST Entrepreneurs to qualify for benefits available under Public Procurement Policy for MSEs order 2012 to SC/ST Entrepreneurs, the MSE shall additionally submit a relevant SC/ ST certificate in the name of SC/ ST proprietor or partner(s) holding minimum 51% shares in case of partnership or person(s) holding minimum 51% shares in limited companies, issued by any of the following:

District Magistrate/ Additional District Magistrate/ Collector/ Deputy Commissioner/ Deputy Collector/ Ist Class Stipendiary Magistrate/ City Magistrate/ Sub-Divisional Magistrate/ Taluka Magistrate/ Excutive Magistrate/ Extra Assistant Commissioner (not below the rank of Ist Class Stipendiary Magistrate).

Chief Presidency Magistrate/ Additional Chief Presidency Magistrate/ Presidency Magistrate.

Revenue Officers not below the rank of Tehsildar

Sub-Divisional Officer of the area where the candidate and/ or his family normally resides.

Administrator/ Secretatry to Administrator/ Development Officer (Lakshdweep Islands).

3) Micro & Small Enterprises shall be considered as owned by Women Entrepreneurs as per the below definition:

In case of proprietary MSE, proprietor should be Women.

In case of partnership MSE, the Women partner(s) should be holding at least 51% shares in the unit.

In case of Limited companies, at least 51% share should be held by Women shareholder(s).

In order for MSE owned by Women Entrepreneurs to qualify for benefits available under Public Procurement Policy for MSEs order 2012 to Women Entrepreneurs, the MSE shall additionally submit the following:

In case of a proprietorship firm, the name and address of proprietor, and certified copy of Bank Account Details.

In case bidder is a partnership firm, certified copy of the partnership deed.

In case of company (whether private or public), certified copy of the `Certificate of Incorporation' together with certified copy of Memorandum/Articles of Association.

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

19.3. The scanned copy of the valid certificate as per above shall be uploaded by the Bidder in e-tendering website.

20. SUBMISSION OF BIDS

Submission of Physical bids / offers shall not be permitted. The offers submitted through Central Public Procurement Portal (CPPP) of Government of India shall only be considered for evaluation & ordering. Bidders are required to upload the bid along with all supporting documents

Page 16 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 10 of 27

including priced bid on the e-tendering website (http://eprocure.gov.in/eprocure/app) only, as per instruction specified in the Annexure-I of Instruction to bidders (ITB).

21. DEADLINE FOR SUBMISSION OF BID

21.1. The e-Bids must be submitted on or before the last date and time mentioned in the RFQ.

21.2. The NRL / EIL may, in exceptional circumstances and at its discretion, on giving reasonable

notice to all prospective bidders, extend the deadline for the submission of e-bids in such a case all rights and obligations of the NRL /EIL and bidders, previously subject to the original deadline will thereafter be subject to deadline as extended.

22. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE

22.1. No bid will be received after the deadline of submission of bid.

22.2. Unsolicited bids or bids being submitted in the manner other than that specifically stipulated in the

bid documents will not be considered for opening / evaluation / award.

23. MODIFICATION AND WITHDRAWAL OF BIDS

23.1. There are two specific features in CPPP viz, “Withdraw” and “Re-Submission”. Bidders should not

use the feature “withdraw” unless they have decided to withdraw their bids. It is to be noted that once “withdraw” feature is used they will not be allowed to re-submit their bid against this RFQ. In case a Bidder desires to change his bid for any reason before bid due date, Bidder shall use “Re-Submission” feature.

23.2. The bidder may modify or withdraw his bid after the Bid's submission but prior to the due date prescribed for submission of Bids by selecting the “Re-Submission” option available in the e- tender portal.

23.3. No bid shall be modified subsequent to the deadline for submission of bids.

23.4. No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the bidder.

24. UN-PRICED BID OPENING

24.1. The un-priced Bids shall be opened online through e-tender portal, at the specified date and

time given in the RFQ document or extended otherwise. The Bidders who have submitted their bid will be able to view online the name & status of all the Bidders at their respective windows, after un-priced Bid opening by NRL/EIL.

D. E-BID OPENING AND EVALUATION

25. PROCESS TO BE CONFIDENTIAL

Information relating to the examination, clarifications, evaluation and comparison of bids, and recommendations for the award of Order shall not be disclosed to bidders or any other person officially concerned with such process.

26. CONTACTING NRL/ EIL

26.1. From the time of the bid opening to the time of the award, if any bidder wishes to contact NRL/EIL

for any matter relating to the bid, it should be done in writing.

Page 17 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 11 of 27

26.2. Any effort by a bidder to influence NRL/EIL in any manner in respect of bid evaluation or award, will result in the rejection of that bid.

27. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

27.1. NRL/EIL will examine the bids to determine whether they are complete, whether any computational

errors have been made, whether the documents have been properly signed, and whether the bids are generally in order.

27.2. Prior to the detailed evaluation, NRL/EIL will determine whether each bid is of acceptable quality, is generally complete and is responsive to the RFQ/Bidding Documents. For the purposes of this determination, a responsive bid is one that conforms to the terms, conditions and specifications of the RFQ without deviations, objections, conditionality or reservations.

27.3. Bidder shall not be allowed to submit any Price Implication or Revised Price after submission of Bid, unless there is change in the stipulations of the RFQ/ Bidding Document and such changes are incorporated through an Amendment. In case Exceptions and Deviations submitted by Bidder along with Bid are not considered as acceptable and no Amendment is issued, then in such a case the Bidders would be required to withdraw such Exceptions/Deviations in favour of stipulations of the RFQ and Bidders would not be eligible for submission of Price Implication/Revised Price, failing which such Bid(s) shall be considered as non responsive and rejected.

27.4. NRL/EIL determination of a bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by NRL/EIL, and may not subsequently be made responsive by the bidder by correction of the nonconformity.

28. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS

28.1. In the event of any suo-moto increase/decrease in price sought by a Bidder subsequent to the bid

due date and which is not as a result of any change in scope of supply or terms and conditions, the bid of such a Bidder shall be rejected for the items in which suo-moto increase is made.

28.2. In the event of any suo-moto decrease in price sought by a Bidder subsequent to the bid due date and which is not as a result of any change in scope of supply or terms and conditions, the reduction in price shall not be considered for evaluation however the same shall be considered for ordering in case the bidder happens to be lowest.

29. PRICE BID OPENING

29.1. NRL/EIL shall inform the time, date and venue for price bid opening to only those bidders, whose

bids are technically and commercially acceptable. 29.2. NRL/EIL will open price bids of all bidders notified to attend price bid opening in presence of

authorized bidder‟s representatives present at the time of priced bid opening. The bidder's representatives who are present shall sign bid-opening register as an evidence of their attendance and take of acceptance of the process.

29.3. The bidder's name, prices, and such other details as NRL/EIL, may consider appropriate will be announced and recorded at the time of bid opening. Decision of NRL/EIL shall be final and binding in this regard.

30. ARITHMETIC CORRECTIONS

If there is correction/wrong entry or a difference between the values entered in figures and in words, the following procedure shall be adopted for evaluation:

i) When there is a difference between the rate in figures and in words for an item, the

rate which corresponds to the amount worked out by the Bidder for the item based on

Page 18 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 12 of 27

the notional quantity specified, shall be taken as correct.

ii) When the rate quoted by the Bidder in figures and words tallies but the amount is

incorrect, the rate quoted by the Bidder shall be taken as correct

iii) When it is not possible to ascertain the correct rate as detailed above, the rate quoted in

words for the item shall be adopted as the quoted rate.

iv) If the total amount written against an item does not correspond to the rate written in

figures and if the rate in words is not written by the bidder, then the higher of the rates, i.e. higher of the rates worked out by dividing the amount by the quantity and the rate quoted shall be considered for evaluation. In the event that such a bid is determined as the lowest bid, the lower of the two rates as worked out above shall be indicated for ordering.

31. BID REJECTION CRITERIA

The bidders shall adhere to the provisions of the Bidding Document without taking any deviations, failing which the Bid shall be considered to be non-responsive and be liable for rejection.

32. PRICE EVALUATION & COMPARISON AND LOADING CRITERIA

32.1. Evaluation criteria for comparison of bids shall be as per Special Purchase Conditions (SPC).

33. PREFERENCE TO MICRO OR SMALL ENTERPRISES

33.1. For claiming price preference against enquiries in which provision of price preference is to be

extended to the MSE Bidders, per the RFQ covering letter / BDS, the MSE certificate should be valid as on the date of opening of Enquiry/tender.

33.2. The NRL reserves the right to allow purchase preference to Micro & Small enterprises (MSEs) as well

as MSEs Owned by SC/ST entrepreneur and MSEs Owned by Women entrepreneur, as admissible under the prevailing procurement policy for MSEs.

33.3. The quantity against the item(s) of MR may be split to enable ordering of 25% quantity against the

item(s) of MR to MSE bidder(s) within the price range of L1 bidder‟s evaluated price + 15%, subject to the MSE bidder(s) matching L1 bidder‟s price, inline with purchase preference as admissible under the prevailing procurement policy for MSEs. Accordingly, the overall discount offered by MSE bidder(s) to match L1 bidder‟s price shall be applied uniformly across all the items. The quoted prices this arrived at against various items of MR shall remain valid in case of splitting of quantities of the items in view of the same. Out of this 25% from MSEs, 4% is to be from MSEs owned by SC/ ST entrepreneurs. However, in event of failure of MSEs owned by SC/ ST entrepreneurs to participate in the bidding process or their inability to meet the tender requirements and L1 price, 4% will be met from other MSEs. Additionally, out of 25% from MSEs, 3% is to be from MSEs owned by Women. However, in event of failure of MSEs owned by Women to participate in the bidding process or meet the tender requirements and L1 price, 3% will be met from other MSEs.

33.4. In case where quantity against a line item cannot be split (i.e., minimum 25% to MSEs) or

items with single quantity or in grouped item, the complete line item/ group shall be awarded on MSE bidder within the price range of L1 bidder’s evaluated price + 15% subject to their matching L1 bidder’s price.

Page 19 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 13 of 27

In case, quantity(ies) against an item/ group cannot be split among MSEs owned by SC/ ST entrepreneurs, MSEs owned by Women and non- SC/ ST or non-women MSE entrepreneurs, first opportunity shall be given to MSEs owned by Women than to MSEs owned by SC/ ST entrepreneurs and lastly to other MSEs, within the price range of L1 non-MSE bidder‟s evaluated price + 15%.

33.5. Minimum and maximum Item wise quantity to be offered to MSE bidders, which shall be calculated

as follows:

i. Since there is a possibility that few MSE bidder may not agree to match the L1 bidder evaluated prices, in such case, 25% quantity shall be distributed proportionately / equally among the MSEs who have agreed to match the L1 prices. In order to ensure this, the minimum and max quantity that can be ordered on each MSE for each item where MSE bidder is within L1+15% is required to be identified and offered to MSE bidders, e.g.,:

If two MSEs are within price range then the max quantity shall be 25% and min shall be 1/2th of 25% each.

If three MSEs are within price range then the max quantity shall be 25% and min shall be 1/3rd of 25% each….. and so on

ii. In case for these items, if MSEs owned by SC/ST entrepreneurs are also involved, then the

quantity to be ordered on MSEs shall be distributed proportionately/ equally among all the MSEs, ensuring that the MSEs owned by SC/ST entrepreneurs in total getting minimum 4% subject to their agreeing to match the prices of L1 bidder.

iii. Similarly, in case for these items, if MSEs owned by Women entrepreneurs are also involved, then

the quantity to be ordered on MSEs shall be distributed proportionately/ equally among all the MSEs, ensuring that the MSEs owned by Women entrepreneurs in total getting minimum 3% subject to their agreeing to match the prices of L1 bidder.

33.6. In case an item can‟t be split equally among all the MSE bidders, who have accepted to take order for partial qty as above, first preference shall be given to MSE whose evaluated prices are near to L1 bidder evaluated prices. However, in case among these MSEs, there are Women or SC/ ST entrepreneur(s) also, than first preference shall be given to Women entrepreneur(s) and then next to SC/ ST entrepreneur(s).

33.7. The price preference to MSEs for the following cases, since division of corresponding quantity in

75:25 ratio shall not be possible, shall be as detailed below subject to all the activities elaborated above:

MR is on lump-sum basis

MR is on group wise / block wise basis

Line items having single (01) quantity

line item which cannot be split (i.e., minimum 25% to MSEs) In all the above cases, if the evaluated price of MSE bidder is within the price range of L1+15% where L1 bidder is non MSME, then the entire MR (on lumpsum basis) or the entire order for group or line items having single quantity or line item which cannot be split (i.e., minimum 25% to MSEs), shall be placed on MSE bidder, provided the MSE bidder agrees to match the prices of L1 bidder. However, in case among these MSEs, there are Women or SC/ ST entrepreneur(s) also, than first preference shall be given to Women entrepreneur(s) to match the prices and then next to SC/ ST entrepreneur(s).

Page 20 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 14 of 27

It is clarified that in case, 25% quantity works out to a fraction of quantity, MSEs shall be considered for next higher quantity.

33.8. While granting purchase preference as above, procurement of goods through MRs may include certain small work, or some services, which are incidental or consequential to supply of such goods such as transportation, insurance, installation, commissioning, training & maintenance.

33.9. Government of India has implemented the Trade Receivables Discounting System (TReDS). TReDS is an institutional mechanism set up in order to facilitate the financing of trade receivables of MSMEs from corporate buyers through invoice financing by multiple financiers. EIL is already registered on the following TReDS Platform:

A.TReDS Limited

Website : www.invoicemart.com Address : A.TReDS Ltd., A3, 11th Floor, Ashar IT Park, Road no. 16Z, Wagle Industrial Estate, Thane (West) – 400 604 MSME bidders are requested to register on the TReDS platform.”

33.10. Bidders to note that the purchase preference under this policy shall not be extended to a bidder if the bidder has participated as trader/agent.

34. POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY MANUFACTURED IRON & STEEL PRODUCTS IN GOVERNMENT PROCUREMENT (DMI&SP):

Ministry of Steel, Govt. of India, vide their notification “The Gazette of India, Extraordinary Part II no. 357 dated 09.05.2017”, notified the “Policy for providing Preference to Domestically Manufactured Iron & Steel Products in Government Procurement” (copy enclosed as Annexure-II to ITB ):

1) Under the policy, purchase of the Iron & Steel Products covered under column „a‟ of Appendix – A of the policy, shall be subject to minimum value addition as stipulated in the Appendix. Value addition shall be determined by formula specified in clause 7.2 of the policy.

2) The supplier of these iron and steel product shall be the manufacturer of offered product except if the specific enquiry permits Sole Selling / Authorized Distributors / Authorized Dealers / Authorized Supply Houses etc. of the domestic manufacturers.

3) In case of detection of mis-declaration by the bidder of the prescribed domestic value addition, in the tender document, at any stage before or after award, the following actions shall be taken by NRL/EIL:

a. Forfeiture of EMD/CPBG depending upon the stage of detection.

b. Banning of business dealings in line with policy.

4) In case of any complaint or doubt regarding the domestic value addition furnished by a bidder in his bid, NRL shall reserve the right to verify the domestic value addition. The bidder shall provide unhindered access to his relevant records in this regard, to the authorized representatives of NRL . In case of such verification, if the bidder‟s claim is found to be incorrect, in addition to the actions stipulated in 3 above, the bidder shall pay Rs. 10 Lakh to NRL as the lumpsum cost of verification.

5) Bidder shall furnish affidavit as per format enclosed with the policy else bid of such bidder shall be rejected or an undertaking that this will be submitted after placement of order. As per the aforesaid Policy, the above self-certification needs to be submitted in the

Page 21 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 15 of 27

name of Domestic Manufacturer. In case Bidder are themselves not the manufacturers of Iron & Steel Products, a affidavit in line with the policy for providing preference to Domestically Manufactured Iron and Steel Products shall be submitted in the name of domestic manufacturer.

35. PROVISION REGARDING POLICY TO PROVIDE PURCHASE PREFERENCE (LINKED WITH

LOCAL CONTENT) (PP-LC): 35.1. MOPNG has notified the Purchase Preference (linked with local content) for the procurement of

goods and services under Oil & Gas Projects in India. Under this Policy, the bidders are allowed to avail the Purchase preference linked with attaining the stipulated Local Content. Various definitions shall be as per this policy. Copy of the policy is attached as Annexure to Instructions to Bidders (ITB).

35.2. Project owner reserves the right to allow Manufacturers or Suppliers or Service providers, purchase preference as admissible under the prevailing policy, subject to their complying with the requirements/ conditions defined herein and submitting documents required to support the same.

35.3. In order to avail the Purchase preference under this policy, bidder shall achieve minimum Local Content (LC) of 22%. The Policy shall be implemented in the following manner:

a) In case the lowest (L1) bidder meets the stipulated LC criteria, the order shall be

awarded to such bidder.

b) In case none of the bidders meets the stipulated LC criteria, the order shall be

awarded to the lowest bidder.

c) In case the lowest bidder does not meet the stipulated LC criteria, the bidders shall

be ranked in the ascending order of evaluated prices and next bidder meeting

minimum stipulated LC and with his evaluated price within a price band of (+) 10%

of lowest bidder‟s evaluated price, shall be given opportunity to supply 50% of the

requirement by matching the lowest bidder‟s evaluated price. However, if 50%

quantity works out to a fraction of quantity, the bidder shall be considered for next

higher quantity. In case the quantity cannot be split, the order shall be placed with

the entire quantity.

d) In case there are more than one bidder within the price band of (+) 10% of lowest

bidder‟s evaluated price, they shall be ranked in ascending order of their evaluated

prices. The opportunity of matching the price shall be accorded starting from the

lowest bidder out of these bidders and in case of his refusal, to the next bidder,

and so on.

e) In case none of the bidders who meet the stipulated LC criteria agree to match the

lowest price, the natural lowest bidder will be awarded the job.

f) The option in case of MSE bidders qualifying under both Policies, namely,

Purchase Preference under the Public Procurement Policy - 2012 (PPP-2012) for

MSE bidders and Purchase Preference Linked with Local Content (PP-LC 2017)

shall be exercised as under:

i. The MSE bidder can avail only one out of the two applicable purchase

preference policies, i.e., PP-LC 2017 or PPP-2012 and therefore, bidder will

be required to furnish the option under which he desires to avail purchase

preference. This option must be declared within the offer and in case bidder

fails to do so although he is eligible for both the Policies, NRL/EIL shall

evaluate his offer considering PPP-2012 as the default chosen option.

Page 22 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 16 of 27

In case a MSE bidder opts for preference under PPP-2012, he shall not be

eligible to claim benefit under PP-LC 2017 (irrespective of the fact whether

he furnishes the details of LC in his offer and this LC meets the stipulated

LC criteria).

ii. In case a MSE bidder opts for purchase preference based on PP-LC 2017,

he shall not be entitled to claim benefit of purchase preference benefit as

applicable for MSE bidders under PPP-2012. However, the exemptions from

furnishing Bidding Document fee and Bid security shall continue to be

available to such a bidder.

g) In view of the above, the bidder‟s quoted prices against various items of enquiry

shall remain valid even in case of splitting of quantities of the items, except in case

of items where the quantity cannot be split since these are to be awarded in a Lot

or as a package or Group.

h) While evaluating the bids, for price matching opportunities and distribution of

quantities among bidders, the order of precedence shall be as under:

MSE bidder (PPP-2012)

PP-LC complied bidder (PP-LC)

Examples of Purchase Preference:

Non divisible item

L1 bidder is non MSE, non PP-LC bidder

L2 bidder is PP-LC (within 10%)

L3 bidder is MSE bidder (within 15%)

MSE bidder shall be given preference to match the L1 price. If L3 bidder matches the L1

price, order shall be placed on him, otherwise, option for matching the L1 price shall be

given to L2 bidder (PP-LC).

Divisible item

L1 bidder is non MSE, non PP-LC bidder

L2 bidder is PP-LC (within 10%)

L3 bidder is MSE bidder (within 15%)

MSE bidder shall be given preference to match the L1 price. If bidder matches the L1 price,

order shall be placed on him for the quantity specified in the bidding document. For the

balance quantity (i.e. 50% of tendered quantity/value) option for matching the L1 price shall

be given to L2 bidder (PP-LC). Balance quantity shall be awarded to natural lowest bidder.

For further clarification, in case an item has quantity 4 nos. then 1 no. can be given to MSE

bidder, 2 to PP-LC bidder and left out 01 no. to natural L1 bidder.

i) In case lowest bidder is a MSE bidder, the entire work shall be awarded to him

without resorting to purchase preference to bidders complying with Local Content.

j) In case lowest bidder is a PP-LC bidder, purchase preference shall be resorted to

MSE bidder as per provisions specified in the enquiry document w.r.t. PPP-2012

only.

Page 23 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 17 of 27

k) Certification of Local Content:

Manufacturers of goods and/or providers of service, seeking Purchase Preference

under the PP-LC policy, shall be obliged to certify as under:

At bidding stage:

Bidder shall furnish the percentage of the local content, taking into account the

factors and criteria listed out in the policy. These details shall be required only at

aggregate level like supply value, transport value and other heads given in the

price schedule.

The bidder claiming the PP-LC benefit shall comply the following:

The bidder shall submit an undertaking from the authorised signatory of

bidder having the Power of Attorney alongwith the bid stating the bidder

meets the mandatory minimum LC requirement and such undertaking shall

become a part of the contract.

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

Undertaking submitted by the bidder shall be supported by a certificate

from the statutory auditor or cost auditor of the company (in the case of

companies) or from a practising cost accountant or practising chartered

accountant (in respect of other than companies) giving the percentage of

local content.

However, in case of foreign bidder, certificate from the statutory auditor or

cost auditor of their own office or subsidiary in India giving the percentage

of local content is also acceptable. In case office or subsidiary in India

does not exists or Indian office/ subsidiary is not required to appoint

statutory Auditors or cost auditor, certificate from practising cost

accountant or practising chartered accountant giving the percentage of

local content is also acceptable.

Note:

i) Sample formats for calculation of LC are enclosed as Annexure -1, 2 & 3 (as

applicable). These formats are for bidder‟s reference only and not to be included

in the bid.

ii) Bidder shall furnish the undertaking/ declaration in the enclosed Form-1 in the

unpriced part of the bid duly signed, seal & stamp.

Format for providing the certification from the statutory auditor / cost auditor /

practising cost accountant / practising chartered accountant, is enclosed as Form-

2.

iii) LC of goods shall be computed on the basis of the cost of domestic components

in goods, compared to the whole cost of product. The whole cost of product shall

be constituted of the cost spent for the production of goods, covering: direct

component (material) cost; direct manpower cost, factory overhead cost and shall

exclude profit, company overhead cost and taxes for the delivery of goods.

iv) However, 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. The total cost of

service shall be constituted of the cost spent for rendering of service, covering: a)

Page 24 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 18 of 27

cost of component (material) which is used; b) manpower and consultant cost;

cost of working facility; c) general service cost, excluding profit, company

overhead cost, taxes and duties.

The onus of submission of appropriately certified documents lies with the bidder and the purchaser shall not have any liability to verify the contents and will not be responsible for the same.

However, in case the procuring company has any reason to doubt the authenticity of the Local Content, it reserves the right to obtain the complete back up calculations before award of work failing which the bid shall be rejected.

After award of contract:

The bidder shall submit an undertaking from the authorised signatory of bidder

having the Power of Attorney alongwith the bid stating the bidder meets the

mandatory minimum LC requirement and such undertaking shall become a part of

the contract.

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

submitted by the bidder shall be supported by a certificate from the statutory

auditor or cost auditor of the company (in the case of companies) or from a

practising cost accountant or practising chartered accountant (in respect of other

than companies) giving the percentage of local content.

However, in case of foreign bidder, certificate from the statutory auditor or cost

auditor of their own office or subsidiary in India giving the percentage of local

content is also acceptable. In case office or subsidiary in India does not exists or

Indian office/ subsidiary is not required to appoint statutory Auditors or cost

auditor, certificate from practising cost accountant or practising chartered

accountant giving the percentage of local content is also acceptable.

However, procuring company shall also have the authority to audit as well as

witness production processes to certify the achievement of the requisite local

content and/or to obtain the complete back up calculation before award of work

failing which the bid shall be rejected and appropriate action may be initiated

against the bidder.

35.4. Failure of bidder in complying with the local content post award:

In case a bidder, who has specified in his bid that the bid meets the minimum Local Content

specified in the enquiry document, fails to achieve the same, the following actions shall be taken

by the procuring company:

a. Pre-determined penalty @ 10% of total contract value.

b. Banning business with the supplier/contractor for a period of one year.

To ensure the recovery of above pre-determined penalty, payment against dispatch/ shipping

document shall be modified to the extent that the 10% payment out of this milestone payment shall

be released after completion of this milestone as well as submission of certification towards

achievement of Local Content, as per provision of enquiry document. Alternatively, this payment

can be released against submission of additional bank guarantee valid till completion schedule,

plus 3 months or as required by purchasing company.

Page 25 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 19 of 27

35.5. 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.

35.6. Purchase Preference in case where Negotiation is also required: In case purchase preference is applicable, but negotiation is to be conducted with L1 bidder, negotiation shall be carried out. MSE and/or LC-complied bidder shall be offered to match the negotiated prices (even if, post negotiation, they are higher by more than 15 % (for MSE) / 10% (for PPLC) as compared to L1 bidder provided they were within 15 % (for MSE) / 10% (for PPLC) of L1 bidder as per original quoted prices) and left out quantity, if any, as per provisions of enquiry document shall be awarded to that bidder.

36. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER ARE AS UNDER

36.1. The prices quoted in the price schedule is to be considered for evaluation and no cognizance will

be taken of the supplementary/supporting document attached to the price bid, break-up of prices, etc.

37. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICE BIDS

37.1. After opening of price bid, if the party increases the price, though within the validity period and

even though the offer remains lowest, the bid should be rejected. Such bidders shall be debarred for future enquiries for such action of bidders as a penal measure.

37.2. Suo-moto Price reduction after price bid opening are to be ignored for evaluation. However, if the same party happens to be the lowest based on original price bids, the benefit of such reduction may be availed of.

E. AWARD OF CONTRACT

38. AWARD OF WORK

38.1. NRL will award the order to the successful bidder (s) whose bid has been determined to be lowest.

38.2. SINGLE ORDER

Usually single PO to be issued for item(s) in a material requisition.

However, in case any particular material requisition has material to be supplied both in India and Bangladesh, separate POs shall be placed as below:

FOR INDIAN BIDDERS:

ONE PO for the FIRST PART for material to be delivered at the SMT warehouse on FOT despatch point basis. Transportation by road from supplier‟s works up to SMT warehouse shall be arranged by the supplier. However, as the ownership of the material shall be passed on to NRL immediately after invoicing and despatch from supplier‟s works, transit insurance coverage for the material will be with NRL (Mega Risk Policy).

OTHER PO for the SECOND PART for material to be delivered at Bangladesh warehouse. Bidder to offer price for movement by road (FOT Parbatipur, Bangladesh offering Ex-works price and Freight from ex-works till warehouse at Parbatipur,

Page 26 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 20 of 27

Bangladesh.

NRL shall place the PO on FOT Parbatipur, Bangladesh basis.

Export will happen in border by NRL as merchant exporter. Ownership of material will be passed on to NRL immediately after invoicing and despatch from supplier‟s works (ex-Factory). After ex-Factory dispatch Vendor shall act as pure Agent of NRL to deliver the goods at Parbatipur, Bangladesh. NRL will arrange for necessary transit insurance.

Ownership of material at Bangladesh shall be with BPC. Necessary documentation will be executed to pass on the ownership from BPC to NRL at Bangladesh. Transit insurance coverage in Bangladesh for the material will be with NRL through a separate insurance policy.

FOR FOREIGN BIDDERS:

Order shall be placed on FOB, International seaport of exit basis. Bidder shall offer FOB international seaport of exit price and ocean freight upto port of entry in India i.e., Kolkata.

In cases where the RFQ requires the bidder to quote Ocean freight, NRL reserves the right to ask the bidder to arrange shipment through the bidder‟s own freight forwarder at the quoted freight rates.

38.3. For purchases involving site work, single order shall be issued indicating supply, transportation

and site work/services separately.

39. QUANTITY VARIATION

39.1. NRL/EIL reserves the right to vary the quantity of goods, if specified in MR, without any change in

quoted unit price or other terms and conditions.

39.2. NRL/EIL reserves the right to delete the requirement of any one or more items of MR without assigning any reason.

40. NRL'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID

NRL/EIL reserves the right to accept or reject any bid, and to annul the bidding process and at any time prior to award of the order without thereby incurring any liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground for NRL/EIL's action.

41. NOTIFICATION OF AWARD

41.1. Prior to the expiration of period of bid validity NRL /EIL will notify the successful bidder in writing by

fax/e-mail that his bid has been accepted. The notification of award / Fax of Acceptance will constitute the formation of the Order.

41.2. The Delivery Schedule shall commence from the date of notification of award / Fax of Acceptance (FOA).

41.3. Award of Contract/Order will be by issuing Fax of Acceptance (FOA). FOA will contain price, delivery and other salient terms of bid and RFQ Document.

Bidder will be required to confirm receipt of the same by returning "Copy of the FOA" duly

Page 27 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 21 of 27

signed and stamped by the bidder as a token of acknowledgement to NRL and EIL. On receipt of acknowledgement without any deviation / condition, detailed Purchase Order / Contract will be issued in quadruplicate. Three copies of the same without any condition / deviation will be returned duly signed and stamped by the bidder, as a token of acknowledgement to NRL and EIL.

42. CARTEL FORMATION

42.1. In case any bidder is found to be involved in cartel formation, his bid will not be considered for

evaluation /placement of order. Such bidder will also be debarred from bidding in future. 43. ORDER OF PRECEDENCE

The documents forming the Purchase Order are to be taken as mutually explanatory of one another. If there is any ambiguity or discrepancy in the Term & Conditions defined in the various documents, the order of Precedence shall be as follows:

Purchase Order and its enclosures along with Purchase Requisition

Amendment to Bidding Document, if any

RFQ letter along with Bid Data Sheet

Job Specifications

Drawings

Special Purchase Conditions (SPC)

Technical specifications

Instructions to Bidders (ITB)

General Purchase Conditions (GPC) & Packing, Marking, Shipping and Documentation Specification

Other Documents

A variation or amendment issued after the execution of the formal contract shall take precedence over respective clauses of the formal contract and its Annexure(s).

Page 28 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 22 of 27

Annexure-1

LC of Goods

Table: Sample Calculation Methodology of Local Content- Goods [Only for reference- Do not quote the prices in below table]

Name of manufacturer Calculation of manufacturer cost per one unit of product

Cost component Cost (Domestic Component)

Cost (Imported Component)

Cost total Rs./ US$

% domestic component

a b c=a+b d=a/c

i. Direct material cost ii. Direct Labor cost iii. Factory overhead iv. Total Production cost

Note:

% of LC goods= Total cost (iv c)- Total imported cost (iv b) x 100

Total Cost (iv c)

% of LC goods= Total domestic component cost (iv a) x 100

Total Cost (iv c)

Not to be

quoted

Page 29 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 23 of 27

Annexure-2

LC of Services

Table: Sample Calculation Methodology of Local Content- Services [Only for reference- Do not quote the prices in below table]

Not to be

quoted

Page 30 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 24 of 27

Annexure-3

LC of EPC Contracts

Table: Sample Calculation Methodology of Local Content- EPC Contracts [Only for reference- Do not quote the prices in below table]

Not to be

quoted

Page 31 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 25 of 27

FORM - 1

Declaration/ Undertaking for availing purchase preference under PP-LC Policy

Bidders are requested to select ‘Yes’ or ‘No’ by putting ‘√’ mark against declaration column from Sr. No. 1 to 5 below.

Sr. no.

Parameter Declaration Remarks

1

We confirm that our offer is in compliance to Policy to provide purchase preference (linked with local content) as per the provision of enquiry.

Yes / No

2

We meet the mandatory minimum Local content requirement of 22% specified for claiming Purchase Preference under policy to purchase preference (linked with local content).

Yes/ No

3 Whether bidder is an MSE bidder? Yes/ No

If „yes‟ Necessary documents to be attached along with unpriced part of the bid.

4

(This is to be filled by a bidder who is qualified to get Preference for both MSE and PPLC) Whether bidder wants to avail purchase preference under Public Procurement Policy-2012 (PPP-2012) for MSEs as per the provision of enquiry? OR Whether bidder wants to avail Purchase Preference applicable under policy to provide purchase preference (linked with local content) as per the provision of enquiry

MSE/ PPLC (tick on one)

Preference will be given as per Sl.no. (a) in note below.

If yes to PP-LC Policy-

i) In case a bidder opts for Purchase Preference applicable under policy to provide purchase preference (linked with local content), the bidder shall not be entitled to claim purchase benefit available to MSE Bidders as applicable to MSE bidder under PPP-2012.

ii) Bidder shall comply the requirement of policy to provide purchase preference (linked with local content) & provide the necessary documentation in unpriced bid.

Note:

a) While evaluating the bids, the order of precedence shall be as under: 1. MSE bidder (PPP-2012) 2. PP-LC complied bidder (as per PP-LC Policy)

b) Bidder to indicate preference against any one policy defined in sr. no. 4.

c) Where the total quoted value is INR 10 Crore or above, the bidder claiming the Purchase Preference applicable under policy to provide purchase preference (linked with local content) in addition to above format shall be required to furnish Certificate from the Statutory Auditor / Cost Auditor / Practising Cost Accountant / Practising Chartered Accountant, as applicable, as per the provision of PP-LC policy enclosed with the enquiry.

Bidder’s signature: __________________________________ (With Seal/ Stamp)

Note : This undertaking shall be certified by the authorized signatory of the bidder having the Power of Attorney.

Page 32 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 26 of 27

FORM – 2

CERTIFICATION BY STATUTORY AUDITOR / COST AUDITOR / PRACTISING COST ACCOUNTANT / PRACTISING CHARTERED TOWARDS LOCAL CONTENT

(IN CASE SEEKING BENEFIT UNDER PP-LC POLICY)

(IN CASES OF PROCUREMENT FOR A VALUE IN EXCESS OF RS. 10 CRORES)

To, M/s Engineers India Limited Item : ____________________

Enquiry no. : ____________________

We, _________________________________, the Statutory Auditor / Cost Auditor / Cost Accountant /

Chartered Accountant (not being an employee / Director of the company) of M/s ____________ (name of

the bidder) having our registered office address _____________________________ hereby certify that

M/s ____________ (name of the bidder) meet the mandatory minimum Local content of ___% specified for

claiming Purchase Preference under the policy to purchase preference (linked with local content) in the

offer no. ________ dated _________ submitted against the enquiry no. __________ by M/s

____________ (name of the bidder).

Name of Statutory Auditor / Cost

Auditor / Cost Accountant /

Chartered Accountant:

[signature of Authorized signatory]

Name :

Designation

Seal :

Membership no. :

Note :

1. This undertaking shall be certified by statutory auditor or cost auditor of the company (in the case

of companies) or from a practicing cost accountant or practicing chartered accountant (in respect

of suppliers other than companies).

2. The above format is indicative, the Statutory Auditor / Cost Auditor / Cost Accountant / Chartered

Accountant can modify the format without changing the intent of certification.

Page 33 of 318

Indo-Bangla Friendship Pipeline Project JOB NO. B185 ITB Rev.0_LIMITED

Page 27 of 27

ANNEXURE-I to ITB

Page 34 of 318

Instructions to Bidders for e-Tendering

Sheet 1 of 4

Instructions to Bidders for e-Tendering

[ANNEXURE-I TO INSTRUCTIONS TO

BIDDER]

Page 35 of 318

Instructions to Bidders for e-Tendering

Sheet 2 of 4

1.0 INSTRUCTIONS TO BIDDERS FOR E-TENDERING

The bidders are required to submit soft copies of their bids electronically on the CPP Portal

(URL: http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions

given below are meant to assist the bidders in registering on the CPP Portal, prepare their

bids in accordance with the requirements and submitting their bids online on the CPP Portal.

Various links such as “Help for Contractor”, “Information about DSC”, “FAQ”, “Resources

Required”, “Bidders Manual Kit” etc. are available on home page of

http://eprocure.gov.in/eprocure/app facilitating vendors to participate in the bidding process.

Bidder are advised to download & utilize the available information/documents under these

links for activities like Registration in CPPP, obtaining User ID & Password, uploading &

submission of e-bids etc. Bidders are advised in their own interest to carefully go through

Instructions for E-tendering and other related document available against various help links

so as to ensure that bids are uploaded in E-tendering website well before the closing date

and time of bid submission.

More detailed information useful for submitting online bids on the CPP Portal may be

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

2.0 REGISTRATION

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

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

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

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

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

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

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

3.0 SEARCHING FOR TENDER DOCUMENTS

3.1 There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal.

3.2 Once the bidders have selected the tenders they are interested in, the same can be moved to

Page 36 of 318

Instructions to Bidders for e-Tendering

Sheet 3 of 4

the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.

3.3 The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

4.0 PREPARATION OF BIDS

4.1 Bidder should take into account any corrigendum published on the tender document before submitting their bids.

4.2 Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

4.3 To avoid Network congestion, Bidder is recommended to upload file size of up to Maximum 35 MB per part. However, in case file size exceeds 35 MB, bidder may compress the files by scanning with 75 dpi setting as per s.no 4 below and can use additional 25 MB space (“My Documents”) provided to the bidder as per s.no 5 below.

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

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

5.0 SUBMISSION OF BIDS

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

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

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

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

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

5.6 The server time (which is displayed on the bidders’ dashboard) will be considered as the

Page 37 of 318

Instructions to Bidders for e-Tendering

Sheet 4 of 4

standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

5.7 All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.

5.8 The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

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

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

6.0 RETENDER

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

7.0 WITHDRAWAL OF BID

7.1 It may please be noted that bidders now have an additional feature of withdrawing their bids before due date and time. After submitting the bid on the CPP Portal, if the bidder wishes to withdraw his bid, he can do so. However, if the bidder withdraws his bid, he will be exempted from further participation in the tender and won’t be able to submit his bid again for that particular tender.

8.0 ASSISTANCE TO BIDDERS

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

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

Page 38 of 318

ANNEXURE-II to ITB

Page 39 of 318

Page 40 of 318

Page 41 of 318

Page 42 of 318

Page 43 of 318

Page 44 of 318

Page 45 of 318

Page 46 of 318

admin
Sticky Note

Page 47 of 318

Page 48 of 318

Page 49 of 318

Page 50 of 318

Page 51 of 318

Page 52 of 318

Page 53 of 318

Page 54 of 318

Page 55 of 318

Page 56 of 318

Page 57 of 318

Page 58 of 318

Page 59 of 318

Page 60 of 318

Page 61 of 318

Page 62 of 318

Page 63 of 318

Page 64 of 318

Page 65 of 318

Page 66 of 318

Page 67 of 318

Page 68 of 318

Pag

e 69

 of 

318

Pag

e 70

 of 

318

Pag

e 71

 of 

318

Pag

e 72

 of 

318

Pag

e 73

 of 

318

Job No. B185 Bidding Forms

Sheet 1 of 8

BIDDING FORMS

Page 74 of 318

Job No. B185 Bidding Forms

Sheet 2 of 8

TABLE OF CONTENTS

FORM NO. DESCRIPTION

A COMPLIANCE TO BID REQUIREMENT

B SALIENT FEATURE OF OFFER

C BANK MANDATE FORM

D FORMAT FOR BIDDERS’ QUERIES

E SELF DECLARATION

Page 75 of 318

Job No. B185 Bidding Forms

Sheet 3 of 8

FORM-A

COMPLIANCE TO BID REQUIREMENT

(AS PER ITB)

RFQ No.: ________________________________________________________________

We ……………………………………………………… (*) hereby agree to fully comply with, abide

by and accept without variation, deviation or reservation all technical, commercial and other

conditions of the Bidding Document and its Technical & Commercial Amendments, issued by

EIL/NRL.

We confirm that during detailed engineering, we will review and recommend the required

Special tools & tackles and Commissioning spares, wherever specified in the enquiry document

and supply the same without any additional cost and time implication to Purchaser.

We further hereby waive, withdraw and abandon any and all assumptions, deviations,

variations, objections or reservations whatsoever hereto set out, given or indicated in our offer,

clarifications, correspondence, communications, or otherwise with a view that the price bid and

price implication (if any) submitted may be treated to conform to, in all respects, with the terms

and conditions of the said RFQ / Enquiry Document including all Technical and Commercial

Amendments, if any.

**

For and on behalf of

Authorised signatory

Date:

*Here fill in the name of bidder.

** The Letter of Waiver must be signed by the person (s) authorized to sign.

Page 76 of 318

Job No. B185 Bidding Forms

Sheet 4 of 8

FORM-B (Sheet 1 of 2)

SALIENT FEATURE OF OFFER (FOR INDEGENOUS SUPPLIERS)

BIDDER’s NAME:M/s._________________________________________________________________

RFQ No.: ____________________________________________________________________________

Bidder’s Offer Ref. No. : _______________________________Dated: ___________________________

Tel No. : ____________________________________ Fax No.: _________________________________

Contact Person: ______________________________Mobile No: _______________________________

E-Mail: ______________________________________________________________________________

Bidder confirms the following:

1. DESPATCH POINT ___________________________

2. GSTIN OF DESPATCH POINT

3. SPECIFY INVOICING PLACE

4. GSTIN NO. OF INVOICING PLACE

5. Freight Charges Extra Upto Project Site Quoted in Price Schedule.

6. HSN Code for Goods

7. SAC Code for Services (Supervision/Training/Site work/PWAMC etc.)

8. Applicable rate of GST on supply

8.1. Applicable rate of IGST on Interstate Supply (only for supplies in India)

____________%

8.2. Applicable rate of CGST & SGST/ UTGST on Intrastate Supply

In case of Intrastate supply, rate

of IGST mentioned above at 9.1

shall be divided into CGST &

SGST/ UTGST equally for

evaluation and ordering

9. Rate of GST on Freight Charges (only for supplies in India)

(in case not quoted, GST on freight shall be considered as Not

Applicable) ____________%

NOTE:- Bidder shall indicate applicable rate of GST in % for supplies in India in the above format.

GST for material to be exported to Bangladesh shall be considered as 0.10%, in line with

provisions of SPC.

Page 77 of 318

Job No. B185 Bidding Forms

Sheet 5 of 8

FORM-B(Sheet 2 of 2)

SALIENT FEATURE OF OFFER (FOR INDEGENOUS SUPPLIERS)

BIDDER’s NAME: M/s. ________________________________________________________________

RFQ No.: ___________________________________________________________________________

Bidder’s Offer Ref. No. : ______________________________ Dated: ___________________________

Bidder confirms the following:

10. Built-in import content in the offer (Tick one whichever is applicable).

(In case no option is selected, Built-in import content shall be considered to be not applicable)

APPLICABLE

NOT APPLICABLE

11. The bidder is a Micro or Small Enterprise under the Micro, Small & Medium Enterprises Development Act, 2006.

YES NO

SUBMITTED

12. The MSEs is owned by SC/ST Entrepreneurs.

13. The MSEs is owned by Women Entrepreneurs.

Supporting documentary evidence with respect to MSEs is owned by Woman/ SC/ST Entrepreneurs in original required as per RFQ to avail preference to MSEs owned by SC/ST.

YES NO

YES NO

SUBMITTED

BIDDER’S SIGNATURE: _______________________________ WITH SEAL/STAMP

Page 78 of 318

Job No. B185 Bidding Forms

Sheet 6 of 8

FORM-C

BANK MANDATE FORM

(for Indian supplier)

(As per ITB

1. Bidder Name :

2. Bidder Code :

3. Address of the Bidder :

4. Particulars of Bank Account of Bidder :

a. Name of the Bank :

b. Name of the Branch and Address of the Branch :

c. Branch Code :

d. 9-Digit MICR code Number of the Bank & Branch

(As appearing in the MICR Cheque issued by the bank)

(Please do not give multicity cheque book code

Number)

e. Type of account (Saving Bank, Current or Cash Credit) :

f. Account Number :

g. RGTS/IFSC Code (11 digit) :

h. NEFT Code No. :

5. E-mail address of the Bidder :

6. Contact Person(s) of the Bidder :

I/we declare that the particulars given above are correct and complete and I/we accord our

consent

for receiving all our payments through Electronic Mechanism.

______________________________________________________

(Signature and designation of the Authorised person(s) of Bidder)

Official seal of the Bidder

Place :

Date :

BANK CERTIFICATION

Certified that the particulars furnished above are correct as per our records.

Place :

Date :

_____________________________________

Signature of the Authorised Official of the Bank

Bank’s Stamp

Page 79 of 318

Job No. B185 Bidding Forms

Sheet 7 of 8

FORM–D

FORMAT FOR BIDDERS’ QUERIES

(AS PER ITB) SL. NO.

REFERENCE OF ENQUIRY DOCUMENT

BIDDER'S QUERY

EIL REPLY

PART/VOL.

PAGE NO.

CLAUSE NO.

SUBJECT

NOTE:

1. The Pre-Bid Queries may be sent on fax numbers and also by e-mail to concern persons, the details of which is provided in RFQ. 2. Also send the editable soft format through email.

SIGNATURE OF BIDDER : ___________________________

NAME OF BIDDER : ___________________________

Page 80 of 318

B185 Bidding Forms

Sheet 8 of 8

FORM –E

SELF DECLARATION

BIDDER’s NAME: M/s. ________________________________________________________________

RFQ No.: ___________________________________________________________________________

Bidder’s Offer Ref. No. : ______________________________ Dated: ___________________________

Bidder’s declaration as furnished in the here shall supersede the stipulations mentioned elsewhere in

their bid.

SL. NO. DESCRIPTION BIDDER'S DECLARATION

1.

We confirm that we are not on holiday / negative

list of EIL/NRL as on date of submission of our

bid.

CONFIRMED

2.

We confirm that we are not banned or delisted

or black listed by any government department/

public sector under Ministry of Petroleum and

Natural Gas as on date of submission of our bid.

CONFIRMED

3. We confirm that we are not under liquidation,

court receivership or similar proceedings.

CONFIRMED

4.

Whether any of the directors of bidder is a

relative of any director of EIL/NRL or the bidder

is a firm in which any director of EIL/NRL or his

relative is a partner of the bidder or a private

company in which any director of EIL.NRL is a

director.

YES/ NO

(TICK ANY ONE)

5.

We confirm that the content of the Enquiry

Document including Price Schedule and

Corrigendum / Addendum (if any) have not been

altered or modified.

CONFIRMED

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Page 81 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 1 of 16

INDO-BANGLA FREINDSHIP

PIPELINE PROJECT

SPECIAL PURCHASE CONDITIONS

(SPC)

Page 82 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 2 of 16

TABLE OF CONTENTS

1.0 DEFINITIONS .............................................................................................................................. 3

2.0 PAYMENT TERMS ...................................................................................................................... 3

3.0 TAXES/DUTIES: .......................................................................................................................... 3

4.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS .......................................................... 9

5.0 GENERAL .................................................................................................................................. 10

6.0 INSPECTION ............................................................................................................................. 12

7.0 CANCELLATION ....................................................................................................................... 12

8.0 METHODOLOGY FOR PROCESSING TERMINATION ........................................................... 13

9.0 TRANSPORTATION .................................................................................................................. 13

10.0 WAREHOUSE ........................................................................................................................... 13

11.0 INSURANCE .............................................................................................................................. 13

12.0 ERROR IN INTERPRETATION OF TAXES & DUTIES ............................................................ 14

13.0 SHIFTING .................................................................................................................................. 14

14.0 CHANGE IN POINT OF DESPATCH / PORT OF SHIPMENT ................................................. 14

15.0 DELIVERY DATES .................................................................................................................... 14

16.0 DELAYED DELIVERY ............................................................................................................... 14

17.0 DELAYS DUE TO FORCE MAJEURE ...................................................................................... 15

18.0 PENALTY FOR NON MOBILIZATION / DELAY IN MOBILIZATION ........................................ 16

19.0 ADDITIONAL BG FOR SUPERVISION .................................................................................... 16

20.0 TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER ............................ 16

Page 83 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 3 of 16

1.0 DEFINITIONS

1.1. EIL hereinafter called "the Consultant" on behalf of the Numaligarh Refinery

Limited (NRL) as defined in the General Purchase Conditions, hereinafter called "the

Owner/ Purchaser/Employer" wishes to receive bids as described in the Bidding

Documents, RFQ documents and Bidding Documents shall have same meaning.

1.2. Throughout this Bidding Documents, the term "bid" and "tender" and their derivatives

("bidder/ tenderer", "Bid/tendered/tender", "bidding/tendering", etc.) are

synonymous, and day means calendar day. Singular also means plural.

2.0 PAYMENT TERMS

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

2.1 Payment Terms:

2.1.1 As per bid data sheet (BDS)

2.2 General:

2.2.1 No initial advance payment along with order shall be made by the Owner against supplies as well as services (i.e., transportation, erection, site work etc.). If a supplier insists on the same, the offer shall be rejected.

2.2.2 Bank Guarantee(s) shall be issued through Scheduled commercial bank in India/ Indian

Branch of foreign Bank, directly to NRL as per pro-forma enclosed and Vendor shall enclose copy of the same along with invoice.

2.2.3 All payments shall be released within 30 days of receipt of invoice and all requisite documents, complete in all respects.

2.2.4 Billing schedule shall be submitted to EIL& NRL by the vendor for approval within 30 days from the date of Purchase Order wherever specified in the purchase order. No payment against pro-rata dispatch shall be made without approval of billing schedule.

3.0 TAXES/DUTIES:

A. Price basis w.r.t inclusion/exclusion of taxes

1. The quoted price shall be deemed to be inclusive of all the taxes and duties except GST

(i.e. IGST or CGST and SGST/UTGST applicable in case of interstate supply or intra

state supply respectively and GST compensation cess, if applicable).

2. In case of foreign bidders, bidders shall submit their prices on FOB international sea port

of exit basis (INCOTERM 2010), unless otherwise stated in the bid document. FOB prices

quoted shall be inclusive of all applicable taxes upto FOB international port of exit.

3. Transportation charges (as per price schedule) upto respective project site shall be

exclusive of GST.

4. Site work prices, if applicable shall be inclusive of all taxes and duties but exclusive of

GST. All necessary registrations, if required, for carrying out the site activities shall be

done by the bidder and costs towards the same shall be included in quoted site work

prices.

Page 84 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 4 of 16

5. Prices of per diem supervision charges, training/AMC, if applicable shall be exclusive of

GST. However, GST shall not be applicable on training provided at foreign bidder’s

work/training facilities in their country.

B. TAX CLAUSES

1. GOODS AND SERVICES TAX

a. Contractor/vendor shall be required to issue tax invoice in accordance with GST act

and/or rules. In the event that the contractor/vendor fail to provide the invoice in the

form and manner prescribed under the GST act read with GST invoicing rules there

under, Owner shall not be liable to make any payment on account of GST against

such invoice.

b. GST shall be paid against receipt of tax invoice and proof of payment of GST to

Government (or auto-population of input tax credit on GSTIN portal). In case of non-

receipt of tax invoice and/or non-payment of GST by the contractor/vendor (or non-

auto-population of input tax credit on GSTIN portal), Owner shall with hold the

payment of GST.

c. GST payable under reverse charge for specified services/goods under GST act or

rules, if any shall not be paid to the contractor/vendor but will be directly deposited to

the government by Owner.

d. Where Owner has the obligation to discharge GST liability under reverse charge

mechanism and Owner has paid or is liable to pay GST to the Government on which

interest/penalty becomes payable as per GST law for any reason which is not

attributable to Owner or Input Tax Credit w.r.t. such payment is not available to

Owner for any reason which is not attributable to Owner, then Owner shall be

entitled to deduct/set off /recover such amount against any amounts paid/payable by

Owner to contractor/supplier.

e. The vendor/ contractor shall always comply with the requirements of applicable laws

and provide necessary documents as prescribed under the rules and regulations, as

applicable from time to time. In particular, if any tax credit, refund or any other

benefit Is denied/delayed to Owner due to any non-compliance/ delayed compliance

by the vendor/ contractor under the GST act (including but not limited to failure to

upload the details of the sale on GSTN portal, failure to pay GST to the government

or due to non-furnishing or furnishing of incorrect or incomplete documents, non-

filing of GST return by the supplier), the vendor/ contractor shall be liable to

reimburse Owner for all such losses and other consequences including but not

limited to the tax loss, interest and penalty. Owner shall be entitled to recover such

amount from the contractor/vendor by way of adjustment from the next invoice,

encashment of PBG or by way of any other means.

f. TDS under GST, if applicable shall be deducted from contractors/ vendors bills at

applicable rates and a certificate as per rules for tax so deducted shall be provided

to contractor/vendor.

g. The vendor/ contractor will be under obligation for charging correct rate of tax as

prescribed under the respective tax laws. Further the vendor/ contractor shall avail

and pass on benefits of all exemptions/concessions available under tax laws.

h. The vendor/ contractor will be liable to ensure to have registered with the respective

tax authorities and to submit self-attested copy of such registration certificates and

the vendor/ contractor will be responsible for procurement of material in its own

registration (GSTIN).

i. In case bidder is covered under composition scheme under GST law, then bidder

shall quote the price inclusive of GST. Further, such bidder should mention “cover

under composition system” in column for GST of price schedule. In case,

Page 85 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 5 of 16

subsequently such vendor/ contractor gets covered under regular GST regime, the

price including GST under regular GST regime shall not exceed the price quoted by

the bidder under composition scheme.

j. Owner will prefer to deal with registered supplier of goods/services under GST.

Therefore, bidders are requested to get themselves registered under GST, If not

registered yet. However, in case any unregistered bidder is submitting their bid and

Reverse Charge Mechanism is applicable, their prices will be loaded with applicable

GST as per clause E2 of Bid Evaluation Methodology.

k. Bidders will be required to quote applicable tax rate (along with applicable SAC/

HSN Code) as per provisions of GST law for all the line items forming part of the

enquiry. Any higher rate of tax actually invoiced in excess of quoted rate of tax

(except in compliance with provisions of Statutory Variation clause) shall be adjusted

in price.

l. E-way bills shall be issued by Vendor/ Contractor except in cases of direct imports

by Owner where e-way bill shall be issued by Owner.

m. In case of foreign bidders, for supervision/site-work/training, services by foreign

supervisor at project site, GST shall be paid by Owner to tax authorities, if

applicable.

2. IMPORT DUTIES

a. Direct supplies by foreign suppliers where, Owner becomes consignee:

i. For imported materials sold and consigned directly by foreign suppliers to

Owners, import duties i.e. Basic custom duty, Social welfare surcharge and

IGST as applicable in India shall be directly paid by Owner to tax authority.

ii. Bill of entry shall be filed by Owner.

b. Imported supplies by Vendors/ Contractors as built in import content

i. Custom duties on the imported material shall be included in the quoted prices

and supplier/contractor shall be responsible for the timely payment of the

custom duties to the relevant government authority. All harbor dues/ pilotage

fees, port fees, wharf fees, unloading costs incurred in India in respect of any

imported goods shall be to supplier’s/contractor’s account.

Bidder to indicate CIF value of the import content and applicable merit rate,

social welfare surcharge on custom duty and IGST included in quoted price, in

the price schedule.

The vendor/ contractor shall be responsible for, and shall exercise due

diligence in properly classifying the goods and materials, undertaking the

payment of custom duties, and/or otherwise complying with all applicable laws

w.r.t. any import of the goods and materials.

In case Owner/ EIL is exposed to any penal action, interest /penalties by the

custom authorities for incorrect declaration and /or valuation of the goods or

material by the supplier, or otherwise on account of any breach of applicable

laws in the course of the import of the goods and material by supplier, the

supplier shall indemnify and hold harmless, Owner/EIL for any and all costs,

expenses or losses suffered or incurred by Owner/EIL in this regard.

If bidder does not furnish built in CIF value and confirm that quoted prices are

firm and fixed, in that case bidder shall not be entitled to claim any variation in

Page 86 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 6 of 16

the custom duties even if bidder has quoted their prices considering custom

duties.

c. General points:

i. The bidder must ascertain and confirm along with supporting documents in the

bid, if any custom duty exemption/waiver is applicable to the products being

supplied by him under any notifications (allowing lower rate of Custom

Duty)/CEPA/FTA/multi-lateral/bi-lateral trade agreements between India and

bidder’s country.

ii. The bidder shall be liable to provide all documentation to ensure availment of

the exemption/waiver.

In case the bidder defaults on this due to any reason, whatsoever, he shall be

liable to bear the incremental custom duty applicable if any.

iii. Any custom duty applicability on account of any change in the notifications

(allowing lower rate of Custom Duty)/CEPA/FTA/multi-lateral/bi-lateral trade

agreement shall be to bidder’s account.

iv. Documentation to be furnished for availing the exemption/waiver of custom

duty shall be specifically listed in the letter of credit also as a prerequisite for

release of payment against shipping documents and this documentation shall

necessarily form a part of shipping documents.

3. INCOME TAX

a. Foreign supervisors/contractors/vendors

Prices of site work, contracts and other services of foreign vendor shall be gross of

income tax i.e., inclusive of Indian income tax at the applicable prevailing rate as per

Indian income tax rules.

Owner shall deduct tax at source the tax as applicable while making payments

against each invoice for the services in India. Certificate for TDS shall be provided

to the seller.

In case foreign bidder still quotes Prices of site work, contracts and other services

net of income tax i.e., exclusive of Indian income tax at the applicable prevailing rate

as per Indian income tax rules, Owner shall deposit tax at source as applicable after

grossing up the sums due while making payments against each invoice for the

services in India.

Foreign supplier shall furnish the information required in line with the prevalent

provisions of income tax including but not limited to tax residency certificate, form

10F, PAN etc.

Failing to provide above, the payment to supplier/contractor/consultant shall be

subject to additional TDS as per the provisions of Indian income tax act/rules.

b. Indian resident supervisors/contractors/vendors

Prices for site-work, contracts and other services of Indian vendors/contractors shall

be inclusive of income tax.

Tax shall be deducted at source by owner on all sums due in accordance with the

provisions of Indian income tax act/rules as in force at the relevant point of time.

Page 87 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 7 of 16

Owner shall issue a tax deduction certificate to the bidder evidencing the tax

deducted or withheld and deposited by Owner on payments made to the bidder to

enable the bidder to claim the credit of Tax deducted by Owner.

Personal including technician brought in from India for execution of project shall not

be subject to local income tax in Bangladesh. They will also be exempted from other

taxes and duties as mutually agreed upon, during their entire stay in Bangladesh.

C. INVOICING METHODOLOGY W.R.T. TAXATION

1. In case of domestic / foreign PO’s, invoice shall be raised in the name of Owner

and consignee shall be Owner. However, for material to be exported to Bangladesh

invoices shall be billed to NRL and shipped to Bangladesh Petroleum Corporation

(BPC) Consignee shall be BPC.

2. In case of package MR’s and tenders, vendor/ contractor shall bring material at site

in their own name and Vendor/ Contractor shall be consignee. Invoice shall be

raised by Vendor/ Contractor in the name of Owner.

D. APPLICABILITY OF TAX CREDIT

Being Pipeline job outside factory premises, No Input Tax Credit of GST is available

to Owner.

E. EVALUATION METHODOLOGY W.R.T TAXES

Following shall be loaded for evaluation:

1. Applicable rate of custom duty (including BCD, surcharge, Anti –dumping duty etc

but excluding IGST, which shall be dealt with per bid evaluation methodology

given in E2 below) shall be loaded for the price bid evaluation in respect of

supplies for which Bill of Entry has to be filed by Owner.

2. GST loading: GST quoted by vendors/contractors shall be loaded for price

bid evaluation.

3. Income tax, in case foreign bidder quoted net of taxes.

F. STATUTORY VARIATION (MR’s)

No variation on account of taxes and duties, statutory or otherwise, shall be payable

to vendor except for the following:

1. Any statutory variation in GST or introduction of any new taxes/ levies pursuant to this contract till the contractual completion date (CCD) shall be paid to contractor against submission of copy of relevant Govt. Notification and Tax Invoice. However, in case of delay beyond CCD , for reasons attributable to contractor/ vendor, introduction of any new taxes or levies and any increase in GST shall be borne by the contractor/ vendor, however decrease in GST shall be passed on to Owner.

2. Basic Custom Duty & Social welfare surcharge : If after the due date of submission

of last price bid and upto 2/3rd of contractual delivery date (including extended contractual delivery date for the reasons attributable to Owner or due to Force Majeure condition), any increase/decrease occurs in the applicable rate of Basic Customs duty & Social welfare surcharge on materials imported, the variation in such Basic Customs duty & Social welfare surcharge shall be to Owner’s account and shall be adjusted (increase/decrease) to/from the vendor’s invoices based on the documentary evidence.

Any increase in Basic Customs duty & Social welfare surcharge on materials

imported after 2/3rd of contractual delivery date (including contractual time for import

Page 88 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 8 of 16

of material due to reasons attributable to Owner or due to Force Majeure) shall be to vendor’s account.

However, any decrease in the rate of Basic Customs Duty & Social welfare surcharge on materials imported shall be passed on to Owner. For calculating Statutory Variations ceiling amount of CIF value as declared by the Bidder in price schedule shall only be considered.

Note: Statutory variations on IGST (included in quoted prices) in case of imported materials from outside India in vendor’s name shall be to vendor account.

For the purpose of applicability of statutory variations on taxes and duties (including

imposition of any new taxes/duties/levies, etc.) under above terms, each staggered

delivery of lots (due in a specific month as per delivery schedule for bulk items) shall

be considered as delivery date for the respective lot(s).

G. TAXATION INPUTS FOR PIPELINE JOB IN BANGLADESH:

1. Services:

Services by Indian Contractors: No GST in India shall be applicable in case

location of supplier of service is outside India and place of supply is outside India in

compliance with GST law in India.

National Board of Revenue (NBR), GOB shall exempt the products, payments and

services for all supplies made by Government of India agencies and authorities

under this project from all applicable duties (i.e. customs, taxes, levies, royalties,

demurrages, VAT, all types of cess and other fiscal levies etc.) which may be

imposed in Bangladesh. If not exempted, then shall be reimbursed by NRL against

documentary evidence.

Services by Other than Indian Contractors: National Board of Revenue (NBR),

GOB shall exempt the products, payments and services for all supplies made by

Government of India agencies and authorities under this project from all applicable

duties (i.e. customs, taxes, levies, royalties, demurrages, VAT, all types of cess and

other fiscal levies etc.) which may be imposed in Bangladesh. If not exempted, then

shall be reimbursed by NRL against documentary evidence.

Since, no tax is applicable in India in case of such services, no loading on account of

GST shall be done.

2. Supplies:

Supplies by Indian Entities: In this case NRL will acts as merchant exporter and

accordingly GST shall be applicable @ 0.10% subject to compliance to conditions

mentioned in GST notification no. 40/2017- Central Tax (Rate) and 41/2017-

Integrated Tax (Rate). The GST so applicable in India shall be loaded for the purpose

of Price Bid Evaluation.

National Board of Revenue (NBR), GOB shall exempt the products, payments and

services for all supplies made by Government of India agencies and authorities under

this project from all applicable duties (i.e. customs, taxes, levies, royalties,

demurrages, VAT, all types of cess and other fiscal levies etc.) which may be imposed

in Bangladesh. If not exempted, then shall be reimbursed by NRL against

documentary evidence.

Page 89 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 9 of 16

Supplies by other than Indian Entities: No GST shall be applicable in India. National

Board of Revenue (NBR), GOB shall exempt the products, payments and services for

all supplies made by Government of India agencies and authorities under this project

from all applicable duties (i.e. customs, taxes, levies, royalties, demurrages, VAT, all

types of cess and other fiscal levies etc.) which may be imposed in Bangladesh. If not

exempted, then shall be reimbursed by NRL against documentary evidence.

4.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS

4.1 Where only Indian Bids are under comparison

4.1.1 For the material supplied to SMT Siliguri India: Bids shall be evaluated on the basis of

net effective price i.e. landed cost at SMT Siliguri including transportation up to SMT

Siliguri and prevailing rate of GST.

4.1.2 For the material supplied to Bangladesh: Bids shall be evaluated on the basis of net effective price i.e. landed cost at warehouse at Parbatipur, Bangladesh and prevailing rate of GST plus custom clearance charges @2% (on FOT dispatch point prices).

4.2 Where only Foreign Bids are under comparison

4.2.1 Bids shall be evaluated on CFR Kolkata port basis considering firm ocean freight as quoted by bidders.

4.2.2 Comparison shall be done on equivalent Indian Rupees considering RBI reference rate of

foreign exchange published on the day of opening of the Price Bids.

4.3 Where Indian as well as Foreign Bids are under comparison:

Domestic Bidder

4.3.1 Bids shall be evaluated on the basis of landed cost at Site as per clause no. 4.1 above considering EIL inspection charges @1.25% of FOT Dispatch point price. Foreign Bidders:

4.3.2 Bids shall be evaluated on the basis of landed cost at Site including the charges of inspection by third party inspection agency, all duties, taxes and transportation charges:

Sr. No. Head Basis

1. F.O.B. Price As quoted by the bidder (including stowage charges in case of pipes*) and Third Party Inspection charges. * Stowage charges, if not included in the quoted FOB Price, the same shall be loaded @ 10% of freight quoted by the bidder.

2. Add Ocean freight: Firm freight as quoted by bidders.

3. Add Marine insurance @1% of FOB price.

4. Add Customs Duty incl. Social Welfare Surcharge

Prevailing rate on CIF value.

5. Add Port handling charges @ 2% of CIF value.

6. Add Inland freight charges from Port of Entry in India to Project site(s)

1% of landed cost, i.e., S. No. 1 to 5.

Page 90 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 10 of 16

Sr. No. Head Basis

7. Add L/C Charges @ 1% of FOB Price

8. CHA at Indo-Bangla border for material to be transported to Bangladesh

@ 2% on CIF

9. FOT SITE PRICE Sum (1 to 8)

4.4 In case GST is stated as not applicable on freight charges presently, and if they are applicable at the time of delivery due to any reasons other than statutory, the same will be borne by the Supplier.

4.5 In case in the un-priced bid, it appears that bidder has not quoted per diem charges for any services such as Supervision, Training or indicated as “Extra at actuals” then the bid shall be rejected.

4.6 In case in the unpriced bid, it appears that bidder has not quoted Taxes & Duties (as per RFQ) or indicated as “Extra at actuals” against Taxes & Duties, confirmation shall be sought from bidder that same are quoted in their priced bid. In case, bidder has not indicated even in the price bid then the same shall be sought from the bidder or verified by HSN code as provided by the bidder.

4.7 In case in the un-priced bid, it appears that bidder has not quoted freight / Ocean Freight charges or has indicated extra at actuals etc., (as per RFQ), confirmation shall be sought from bidder that same are quoted in your priced bid and if not, the bidder is willing to absorb the same in their quoted bids, price bid of the bidder shall be opened based on this confirmation, else the bid shall rejected. In case, it is subsequently found that bidder has not indicated even in the price bid then the same shall be absorbed by bidder in their quoted prices. If bidder does not agree to the same, their bid shall be rejected.

4.8 Applicable IGST/CGST/SGST as quoted by bidder shall be considered for evaluation for

the supplies to be made to SMT India. GST for material to be exported to Bangladesh shall be considered as 0.10%.

5.0 GENERAL

5.1 CGST & SGST or IGST shall be released only on receipt of GST Invoice containing the following details:- (a) Name, address and GSTIN of the supplier; (b) A consecutive serial number of the invoice; (c) Date of issue; (d) Name, address and GSTIN or UIN, if registered of the recipient; (e) Name and address of the recipient and the address of the delivery, along with the

State and its code, (f) HSN Codes or Accounting Code of services; (g) Description of goods or services; (h) Total value of supply of goods or services; (i) Taxable value of supply of goods or services taking into discount or abatement if any; (j) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union

Territory Tax or cess); (k) Amount of tax charged in respect of taxable services (Central Tax, State Tax,

Integrated Tax (for inter-state supply), Union Territory Tax or cess); (l) Place of supply along with the name of State, in case of supply in the course of inter-

state trade or commerce; (m) Address of the dispatch point where the same is different from the place of supplier; (n) Signature or digital signature of the supplier or his authorized representative. (o) For material to be exported to Bangladesh invoices shall be billed to NRL and

shipped to Bangladesh Petroleum Corporation (BPC) Consignee shall be BPC.

5.2 The indicative list of documentation required for material clearance which is to be exported to Bangladesh. Requirement may vary at the time of execution.

Page 91 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 11 of 16

5.2.1 Suppliers shall be registered with GSTIN. 5.2.2 Export documents to contain the following-

i) Name and address of exporter (NRL)/importer (BPC):

ii) Document No. and date (Invoice No & date)

iii) Port of discharge

iv) Port of destination

v) Country of Origin (India)

vi) Description of goods (As per the PO item description)

vii) Marks and Nos, Model nos. (if any) (As per the Invoice description, as

applicable)

viii) Weight, unit of measurement (As per the invoice description)

ix) ITC HS Code, Exchange rate (HS code as per invoice, Exchange rate as per

invoice date)

x) Terms of payment (As per the PO Terms)

xi) Terms of shipment (As per the PO Terms)

xii) Unit Value, Total Value & Currency ((As per Invoice)

xiii) GSTIN, IEC Code, BIN etc. (of NRL)

xiv) LUT Number and date (of NRL for the FY 2019-20)

5.2.3 NRL, as a merchant exporter, shall provide following documents to the

suppliers to get benefit of concessional GST.

i) Copy of Agreement / MoU with project approving authority (i.e. MOU with

ministry of Ext Affairs, GOI)

ii) Copy of GSTIN

iii) Copy of registration certificate with Export Promotion Council (i.e. Project

Exports Promotion Council of India). (RCMC)

iv) Supplier to submit copy of above referred documents with their Jurisdictional

Tax Officer.

5.2.4 If the goods move directly to the port , following needs to be done

i) The supplier shall intimate their jurisdictional tax officer for the purpose of

sealing of export consignment and certifying the documents.

ii) Taxable Invoice (Bill to: NRL, Siliguri and Ship to/Delivery Address: Port of

Loading/LCS, India in the Taxable Invoice).

iii) Annexure C-1 (Examination Report): Shall be prepared by the supplier and

must be signed by the Superintendent of CGST, Supplier range office and

supplier’s representative.

iv) Packing List

v) E-Way Bill

vi) Certificate of Origin

vii) Certificate of inspection/quality-if required

5.2.5 Though not envisaged at this stage, if the goods for the purpose of export move the said goods to registered Warehouse of NRL and then exported therefrom, the supplier shall provide following documents-

i) Taxable Invoice (Bill to /Delivery Address: NRL, Siliguri)

ii) Packing List:

iii) E-Way Bill:

iv) Certificate of Origin:

v) Certificate of inspection/quality-if required

Page 92 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 12 of 16

5.3 Bidder to ensure that the benefit of a reduction in the tax rate or the input tax credit availed by any registered taxable person has resulted in commensurate reduction in the price of goods/service supplied by such person. Failure on the part of bidder to ensure the same shall attract the provision of Anti Profiteering as notified by the Govt. of India.

6.0 INSPECTION 6.1.1 Inspection of items supplied by Indian bidders shall be carried out by EIL. Alternately NRL

may arrange TPI other than EIL for specific requirements. In the case of an Indian bidder sourcing materials from abroad, the bidder shall arrange inspection through agency out of LRIS/BV/DNV/ABS/CEIL in the country of origin and bear charges towards the same.

6.1.2 Foreign vendors shall include third party inspection charges. In the case of foreign party sourcing items from India the inspection shall be by EIL, no additional charges shall be payable to seller on account of the same. However there shall be no change in third party inspection charges in case of any change in sourcing from sub-vendors subject to the condition that in the case of sourcing is shifted from abroad to India after placing the order, discount @ 1.25% of FOT Despatch point price of the part sourced from India shall be passed on to NRL.

7.0 CANCELLATION

7.1 CANCELLATION / TERMINATION FOR DEFAULT

7.1.1 NRL reserves the right to cancel the Purchase Order or any part thereof and shall be entitled to rescind the Purchase Order wholly or in part by a written notice of 10 days to the Seller if:

a. The Seller fails to comply with the terms of the Purchase Order. b. The Seller fails to adhere to delivery schedule of manufacturing and fails to deliver

the goods on time and/or replace the rejected goods promptly. c. The Seller becomes bankrupt or goes into liquidation. d. The Seller makes a general assignment for the benefit of creditors. e. A receiver is appointed for any of the property owned by the Seller.

7.1.2 Upon receipt of the said cancellation notice, the Seller shall discontinue all work on the

Purchase Order and matters connected with it.

7.1.3 NRL in that event will be entitled to procure the material in the open market and recover excess payment over the Seller’s agreed price, if any, from the Seller reserving to itself the right to forfeit the Performance Bank Guarantee (PBG), if any.

7.2 CANCELLATION FOR CONVENIENCE

7.2.1 NRL may at any time, by written notice of 10 days sent to the SELLER, Cancel the CONTRACT, in whole or part, for his convenience. The notice of cancellation shall specify that cancellation is for the PURCHASER's convenience, the extent to which performance of work under the CONTRACT is cancelled and the date upon which such cancellation becomes effective.

7.2.2 The GOODS that are complete and ready for shipment within 30 days after the SELLER's receipt of notice of cancellation shall be purchased by the PURCHASER at the CONTRACT terms and prices. For the remaining GOODS, the PURCHASER may opt:

I. to have any portion completed and delivered at the CONTRACT terms and prices, and /or

II. to cancel the remainder and pay to the SELLER an agreed amount for partially completed GOODS and for materials and parts previously procured by the SELLER.

Page 93 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 13 of 16

8.0 METHODOLOGY FOR PROCESSING TERMINATION

The methodology for processing Termination for default shall be as follows:

a) 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, NRL shall initiate Termination action as per the Purchase Order. NRL shall have the right to terminate the Purchase Order, at its sole and absolute discretion by issuing a Show Cause notice of 15 calendar days to the supplier, stating the reason and the intention of NRL to terminate the Purchase Order and to take other penal actions in terms of the Purchase Order including extant policy for Suspension/ Banning of NRL.

b) NRL based on the supplier’s response to the Show Cause Notice, shall decide the action regarding Termination and/ or Suspension / Banning or otherwise.

c) The decision taken as above shall apply to both Termination as well as Suspension / Banning.

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.

9.0 TRANSPORTATION

9.1 For Indian Bidders:

Material shall be delivered on door delivery basis (upto SMT, India and Parbatipur,

Bangladesh).

9.2 For Foreign Bidders Ocean transportation from FOB Port of Exit to the designated Indian Port i.e, Kolkata shall

be arranged by NRL. Bidder shall arrange handing over the material to NRL freight

forwarder at the designated port of exit.

The RFQ requires the bidder to quote ocean freight. NRL reserve the right to ask the

bidder to arrange shipment through the bidder’s own freight forwarder at quoted freight

rates.

9.3 Custom Clearance: shall be arranged by NRL by engaging competent CHA for export documentation in India and for customs clearance in India & Bangladesh.

10.0 WAREHOUSE

For temporary storage of delivered material, warehouses will be arranged by NRL

(i) In/ around Siliguri Marketing Terminal (SMT) of NRL, India

(ii) Parbatipur, Bangladesh.

11.0 INSURANCE

11.1 Materials to be transported to SMT under NRL’s scope.

11.2 Material to be transported to Bangladesh will be insured through a separate policy by NRL. Transit insurance shall be effective once the title of the goods gets passed on to NRL from Vendor.

Page 94 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 14 of 16

11.3 For storage and erection coverage in India and Bangladesh portion, separate project insurance policy to be obtained.

12.0 ERROR IN INTERPRETATION OF TAXES & DUTIES

Any errors of interpretation of applicability of taxes & duties by bidders shall be to bidders account.

13.0 SHIFTING

i) In order to avoid splitting of order on number of bidders, particularly when

order value is small, shifting shall be resorted to so that time and effort on ordering, expediting, inspection etc. is saved in dealing with extra suppliers, For the purposes of shifting, cost of order management per order is considered as Rs.2,00,000/-.

ii) Based on lowest evaluated item wise prices the shifting shall be carried out provided the following conditions are met :

Shifting shall be done only if shifting cost of each order is upto Rs.2,00,000/-.

Shifting shall not be resorted to if the value of the order is more than 25% of the total order value of the recommendation. However, this ceiling will not be applicable where total order value of recommendation is upto Rs. 8.0 Lakh.

In case the order value on L1 bidder is more than Rs. 5,00,000/- then shifting shall not be resorted.

If L1 bidder is MSE bidder, no shifting shall be resorted.

With above shifting the selected bidder for award will be deemed to be L1 bidder

14.0 CHANGE IN POINT OF DESPATCH / PORT OF SHIPMENT

The seller shall not be allowed to change the point of dispatch / Port of shipment after

only quoting, unless the seller absorbs any additional cost on account of the changes

only with prior approval from EIL/NRL.

15.0 DELIVERY DATES

Time of delivery as mentioned in the Purchase Order shall be the essence of the agreement and no variation shall be permitted except with prior authorization in writing from the Purchaser. Goods should be delivered securely packed and in good order and condition at the place and within the time specified in the Purchase Order for their delivery. The Purchaser reserves the right to defer the period of delivery in writing.

16.0 DELAYED DELIVERY

16.1 Price reduction schedule for delay in delivery shall be applicable as per GPC which states

the following.

The delivery period quoted/ agreed shall be strictly followed. Failing supplies in time, NRL

reserves the right to cancel the order and take alternative procurement action solely at the

risk and cost of the vendor.

Page 95 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 15 of 16

In case of delay in execution of the order, NRL may at its option, recover from the vendor

price reduction of 0.5% of the value of delayed goods per week of delay or part thereof

subject to a maximum of 5% of the total order value of goods.

16.2 However, wherever MR contains packages/ equipments delay for delivery shall be

applicable for total order value (i.e. 0.5% to 5% of the total order value of supply items).

16.3 The invoice shall be raised after equivalent reduction in the Invoice value before

presenting to Purchaser/ Bank for payment. The acceptance of delayed delivery is without

prejudice to Purchaser’s right of cancelling the purchase order wholly or in part for any

delay exceeding the period of maximum price reduction and the Seller shall be liable for

all consequences thereof.

17.0 DELAYS DUE TO FORCE MAJEURE

17.1 Clause no. 31 of GPC i.e., Force majeure stands modified as below:

17.2 In the event of causes of Force Majeure occurring within the agreed delivery terms, the

delivery dates can be extended by the Purchaser on receipt of application from the Seller

without imposition of price reduction. Only the following shall be considered as force

majeure:

a. Act of terrorism;

b. Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not), civil war, rebellion, revolution, insurrection of military or usurped power;

c. Ionizing, radiation or contamination, radio activity from any nuclear fuel or from any nuclear waste from the combustion of nuclear fuel, radioactive toxic explosive or other hazardous properties of any explosive assembly or nuclear component;

d. Epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural disaster, but excluding weather conditions regardless of severity; and

e. Freight embargoes, strikes at national or state-wide level or industrial disputes at a national or state-wide level in any country where Works are performed, and which affect an essential portion of the Works but excluding any industrial dispute which is specific to the performance of the Purchase Order.

17.3 For the avoidance of doubt, inclement weather, third party breach, delay in supply of materials (other than due to a nationwide transporters’ strike) or commercial hardship shall not constitute a Force Majeure event.

17.4 The Seller must advise the Purchaser by a registered letter duly certified by a statutory authorities, the beginning and the end of the delay immediately, but in no case later than 10 days of the beginning and end of each cause of Force Majeure condition as defined above.

17.5 The extension of time shall be the sole remedy of the Seller for any delay under this clause and the Seller shall not be entitled in addition to or in lieu of such extension to claim any damages or compensation on any account whatsoever whether under the law governing contracts or any other law in force, and the Seller hereby waives and disclaims any and all contrary rights.

Page 96 of 318

Special Purchase Conditions (Rev.0) Indo-Bangla Friendship Pipeline Project Job No.:B185 Page 16 of 16

17.6 In case force majeure conditions persists for period exceeding 02 (Two) Months, the Purchaser reserves the right to cancel the Purchase order or part of it.

18.0 PENALTY FOR NON MOBILIZATION / DELAY IN MOBILIZATION

Where erection / commissioning supervision, commissioning assistance is required from

the vendor, penalty for non-mobilization / delay in mobilization as per order shall also be

applied. The penalty shall generally be 1.5 times the perdiem rate for each day of delay of

reporting to site and shall be in addition to price reduction for delayed delivery.

19.0 ADDITIONAL BG FOR SUPERVISION

Where ever supervision is included in the scope of MR, bidder shall provide additional BG

of an amount equal to the perdiem charges for the number of days considered for

evaluation, over and above 10% PBG. The BG shall be furnished along with last 10%

payment and shall be valid upto six months which shall be extended based on the

request. The BG shall be released upon reporting of erection/ commissioning personnel

at site.

20.0 TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER

20.1 The transfer of property shall be deemed to have taken place as follows subject to the

provisions herein contained:

a. F.O.T. despatch point: On handing over the equipment to the carrier against receipt and such receipt having been passed over to the Purchaser.

b. F.O.T. Project Site: on receipt of material at Project site. c. Equipment sent freight/ carriage paid to the Refinery site: On receipt of goods at site. d. Equipment erected by the Seller: on acceptance at job site. e. Equipment commissioned by the Seller: On taking over by the Purchaser for regular

operation after test run at maximum capacity for specified period satisfactorily performed.

Page 97 of 318

NUMALIGARH REFINERY LIMITED General Purchase Conditions (Indigenous)

Definition:

1. 'NRL' means 'Numaligarh Refinery Limited'. 2. 'Vendor' means a Person or Firm or Company, to whom the order is addressed, for supply of goods and/or

services. 3. Banker: Unless otherwise specified, NRL's banker at Numaligarh shall be: State Bank of India, NRL Complex,

P.O. NR Project, Pin: 785699, Dist. Golaghat, Assam. Bank Code: 5377.

1 Price Basis

Prices are to be quoted on FOT NRL Site, Numaligarh basis (or, FOT NRL Guwahati/New Delhi/Calcutta basis, as the case may be) showing break-up of taxes, duties, packing & forwarding, freight and transit insurance charges, (all in % age).

2 Firm Price

Quoted prices shall remain firm and fixed till complete execution of the order.

3 Payment Term

Unless otherwise specified/agreed, the payment term shall be "100% within 30 days of receipt and acceptance of goods."

4 Weights & Measurements

All weights and measurements recorded by NRL on receipt of materials shall be treated as final and binding.

5 Qty. Tolerance

For items like Structural Steel, Tor Steel, Cement, Bulk Chemical 0.5 % qty tolerance by weight and for Cable and Pipe materials 0.5 % qty tolerance by length shall be permissible.

6 Transportation

Unless otherwise agreed upon, transportation of goods upto the specified destination shall be in vendor's scope. The materials to be dispatched through a transporter registered as per Carriage by Road Act 2007 and Carriage by Road Rules 2011. The Consignment Note/ Lorry receipt must carry the registration number as per the rules stated in The Carriage by Road Rules, 2011 Material shall be delivered in a truck/vehicle having valid documents like Vehicle Registration Certificate, Insurance Certificate, Pollution Under Control Certificate, Fitness Certificate. The vehicle shall not be overloaded and drivers shall have valid driving license

7 Despatch

Unless otherwise specified, all LR/RR etc. must be in the name of Numaligarh Refinery Limited and not 'Self'. Any demurrage or wharfage paid by NRL to the carriers due to consignments being booked as 'Self' will be recovered from the vendor. No consignment shall be booked on 'Said to Contain' basis. If so, it will be at vendor's own responsibility and risk.

8 Packing,

Marking, Shipping & Documentation

All consignments must be securely and appropriately packed and should conform to Standard Material Transport Regulations. The vendor will be held liable for any damages to the goods due to insufficient or defective packing as well as for corrosion due to insufficient protection. Each package shall be clearly marked with indelible paint with the Purchase Order No., From (Name & Add.), To (Name & Add.), Destination, Item Net & Gross

Page 98 of 318

Weight, Case No. (Sl. No. of Total Cases) & Dimensions, and shall contain copies of despatch documents and packing list. Details given in the "Packing, Marking, Shipping and Documentation Specification for Indigenous Materials" - wherever enclosed with a Purchase Order shall be strictly followed.

9 Test Certificate

Test certificate of representative samples conforming to PO specifications from the manufacturer/Govt. approved laboratory/NRL nominated agency must be furnished along with supplies. In case of 3rd Party Inspection, the Inspection Reports must accompany all despatch documents as well as supplies.

10 GUARANTEE / WARRANTY:

10.1.Materials shall be guaranteed against manufacturing defects, materials, workmanship and design for a period of 12 months from the date of commissioning or 24 months from the date of last dispatch whichever is earlier. Warranty for replacement of material/accessories should be provided free of charges at our premises. The above guarantee/warranty will be without prejudice to the certificate of inspection or material receipt note issued by us in respect of the materials.

10.2.All the materials including components and sub contracted items should be guaranteed by the vendor within the warranty period mentioned above. In the event of any defect in the material, the vendor will replace / repair the material at NRL's concerned location at vendor's risk and cost on due notice.

10.3.In case, vendor does not replace / repair the material on due notice, rejected material will be sent to the vendor on "Freight to pay" basis for free replacement. Material after rectification of defects shall be dispatched by the vendor on "Freight Paid" basis. Alternatively, NRL reserves the right to have the material repaired / replaced at the locations concerned, at the vendor's risk, cost and responsibility.

10.4.The Vendor shall provide similar warrantee on the parts, components, fittings, accessories etc. so repaired and / or replaced.

10.5.The replacement goods/services shall follow the same Quality Assurance Plan.

11 Insurance Charges

Transit insurance shall be in NRL's scope only when specifically agreed upon. In such cases, vendor shall intimate despatch details and value of goods in advance per fax for transit insurance coverage.

12 Bank Charges

Unless otherwise specified, in case of payment through bank, respective bank charges shall be to respective account.

13 Offer Validity

The vendor's offer shall be valid for acceptance for a period of 90 days from the final due date of the enquiry.

14 Taxes & Duties

In case of applicability of Excise Duty (ED), relevant ED paid challan-cum-invoice must accompany supplies. For claiming Sales Tax, particulars of Sales Tax registration certificate shall be furnished along with invoices. Statutory variation in taxes & duties within the contractual delivery period shall be borne by NRL. However, in case of delay on a/c of vendor, any new or additional taxes & duties imposed after the contractual delivery date shall be borne by the vendor. NRL’s …………… CST No. : 18329903946 TIN No. (Assam) : 18190032390

Page 99 of 318

PAN : AAACN6984B Excise Regn No. : AAACN6984BXM001 ECC : AAACN6984BXM001; Excise Range : Golaghat – 1 (Assam) ; Division: Jorhat (Assam); Collectorate : Shillong (Meghalaya). Service Tax Regn No. AAACN6984BST001

15 Delivery Period & Delayed Delivery

The delivery period quoted/agreed shall be strictly followed. Failing supplies in time, NRL reserves the right to cancel the order and take alternative procurement action solely at the risk and cost of the vendor. In case of delay in execution of the order, NRL may at its option, recover from the vendor price reduction of 0.5% of the value of delayed goods per week of delay or part thereof subject to a maximum of 5% of the total order value of goods.

16 Repeat Order

Repeat Order shall be acceptable to the vendor within 6 months from the date of the Basic Order at the same prices, terms & conditions as that in the Basic Order.

17 Part Order

Part Order shall be acceptable to the vendor. However, the quantity mentioned in the enquiry documents for each item shall be ordered on one vendor. All applicable lumpsum charges, if any, shall be pro-rata on value basis.

18 Changes in Terms & Conditions

NRL reserves the right to make changes at any time in quantities of items ordered or in specification and drawings. If such changes cause an increase or decrease in the amount due or in the delivery period, an equitable adjustment shall be made. Any claim for adjustment under this provision must be assessed within 10 days from the date when the changes are ordered

19 Right of Rejection

NRL reserves the unfettered right to reject any or all offers without assigning any reasons thereof.

20 Arbitration

SETTLEMENT OF DISPUTES FOR THE SETTLEMENT OF DISPUTES WITH THE PRIVATE PARTIES: All disputes of difference whatsoever which shall at any time arise between the parties hereto touching or concerning the works or supply or the execution or maintenance thereof of this contract/supply or the rights touching or concerning the works or the execution effect thereof or to the rights or liabilities or the construction meaning , operation or effect thereof or to the rights or liabilities of the parties or arising out of or in relation thereto whether during or after completion of the Contract/supply or whether before or after determination, foreclosure or breach of the contract/supply ( other than those in respect of which the decision of any person is by the contract/supply expressed to be final and binding) shall be endeavored to be amicably settled by the parties in the following manner: a) At the first instance by the Engineer-In-Charge/ Purchase Officer b) At the second instance by the Chief Executive of NRL (Presently Managing Director) or authorized representatives of Chief Executive of NRL. c) Parties may opt for conciliation under Arbitration and Conciliation Act 1996 as amended by the Arbitration and Conciliation (Amendment) Act, 2015 or any statutory modification or re-enactment thereof. d) In case party is not satisfied with the above, the matter will be referred to Arbitration. e) The option of amicably settling the dispute will be open at any time during

Page 100 of 318

and post arbitration or court litigation or Tribunal or in any other jurisdictional forum and/or before or after award, order, judgement etc. passed by arbitrator(s), court(s), tribunal(s) or any other jurisdictional forum(s).

Arbitration Clause:

(a) Any dispute or difference of any nature whatsoever, any claim, cross-claim, counter-claim or set off of NRL (hereinafter Company) against the Contractor/Vendors or of the Contractor/Vendors against company or regarding any right, liability, act, omission on account of any of the parties hereto arising out of or in relation to this agreement shall be resolved through Arbitration under Arbitration and Conciliation Act 1996 as amended by the Arbitration and Conciliation (Amendment) Act, 2015 or any statutory modification or re-enactment thereof.

(b) Reference to Arbitration shall be made by writing a letter to the Managing Director of the Company, with copy to the Contractor/Vendor or Company, as the case may be.

(c ) Managing Director, on receipt of the letter referring the dispute to Arbitration, shall, within 30 days from the receipt of the said letter, appoint a sole Arbitrator, who is not disqualified to act as such Arbitrator under the Arbitration and Conciliation Act 1996, as amended by the Arbitration and Conciliation (Amendment) Act, 2015 or any statutory modification or re-enactment thereof to adjudicate the dispute(s) between the parties.

(d) In the event the parties desire that the Arbitration will be by a Tribunal consisting of three Arbitrators, then each party will nominate one person to act as Arbitrator and the two Arbitrators so nominated will select the third and Presiding Arbitrator to adjudicate the dispute. The arbitrators so nominated / selected shall not be disqualified to act as such Arbitrators under the Arbitration and Conciliation Act 1996, as amended by the Arbitration and Conciliation (Amendment) Act, 2015 or any statutory modification or re-enactment thereof.

e)Subject to the provisions of the Arbitration and Conciliation Act, 1996, as amended by the Arbitration and Conciliation (Amendment) Act, 2015 or any statutory modification or re- enactment thereof, the award of the Arbitrator or the Arbitrators, as the case may be, shall be final, conclusive and binding on both parties to the Agreement.

f)The party(ies) against whom the Arbitration proceedings have been initiated, that is to say, the Respondents in the proceedings, shall be entitled to prefer a Cross-Claim, Counter- Claim or set off before the Arbitrator(s) in respect of any matter or issue arising out of or in relation to the Agreement without seeking a formal reference to arbitration for such Counter-Claim, Cross Claim or set off and the Arbitrator(s) shall be entitled to consider and deal with the same as if the matters arising there from has/have been referred to him/them originally and deemed to form part of the reference made to Arbitration. g)Place of arbitration shall be in Numaligarh only unless otherwise fixed by the parties.

The parties hereby agree that, unless the Arbitration and Conciliation Act,1996, as amended by the Arbitration and Conciliation (Amendment) Act, 2015 or any statutory modification or re-enactment thereof prohibits, the courts in the city of Golaghat alone shall have jurisdiction to entertain any application or other proceedings in respect of anything arising under this agreement and any award or awards made by the Sole Arbitrator / Arbitral tribunal shall be filed in the concerned courts in the city of Golaghat only.

Page 101 of 318

FOR THE SETTLEMENT OF DISPUTES WITH PSEs / Government (except a dispute or difference concerning the Railways, Income Tax, Customs and Excise Duties): As per Government guidelines / circulars, etc prevailing at the time of reference of the disputes

21 Jurisdiction

All disputes, actions and proceedings arising out of this contract shall be under the jurisdictions of the courts in the city of Golaghat only.

22 RECEIPT & CONFIRMATION OF ORDER

The vendor shall acknowledge the receipt of the purchase order within 10 days of mailing the same. The vendor shall sign, stamp the acknowledgement copy of the purchase order and return the same to NRL.

23 Distribution of Documents

Invoices and other original despatch documents in case of direct payment and advance copies of despatch documents in case of thro' Bank payments, shall be sent to the Commercial & Warehouse of NRL individually.

24 Conflict among other Terms and Conditions

In case of conflict between these General Terms & Conditions and any other special or typed conditions agreed to for a particular Purchase Order, the latter shall prevail to the extent applicable.

25 Non Assignment

The Purchase Order shall not be assigned by the vendor to any other party without prior written permission from NRL.

26 Control Regulations

Vendor shall arrange for supply and despatch in strict conformity with the control regulations applicable and after obtaining permits, if any, under the regulations in force from time to time.

27 Govt. Policy

The existing policy of the Government of India with regard to Purchase Preference to Public Sector Enterprises shall be applicable.

28 PURCHASE PREFERENCE TO MSE :

NRL reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to time under the existing Govt. policy. Purchase preference to a MSE and a MSE owned by SC/ST entrepreneurs shall be decided based on the price quoted by the said MSEs being within specified percentage as compared to L1 vendor at the time of evaluation of the price bid and its agreeing to L1 rates.

29 Performance Bank Guarantee

Vendor will have to provide Performance Bank Guarantee for 10% of the basic value of purchase order unless otherwise specified. This bank guarantee shall be valid (shall remain in force) for guarantee period (as mentioned in the guarantee clause), with an invocation period of six months thereafter. In the case of Indigenous vendors, the Performance Bank Guarantee shall be given on a non-judicial stamp paper of appropriate value (currently Rs 100). Proforma of Bank Guarantee for Indigenous Purchase (Performance) is available at www.nrl.co.in in Tender Room section. In case, PBG is not provided by the Vendor, 10% of the basic value shall be retained in lieu of PBG, till the expiry of guarantee and claim period.

30 Spare Parts

The vendor must furnish itemized and price list of spare parts required for two year’s operation of equipments wherever applicable. The vendor shall provide the necessary cross sectional drawings to identify the spare parts numbers and their location as well as in interchangeability chart, wherever applicable.

31 Force Majeure

Definition: The term "Force Majeure" means any event or circumstance or combination of events or circumstances that affects the performance by the vendor of its obligations pursuant to the terms of this Agreement (including by preventing,

Page 102 of 318

hindering or delaying such performance), but only if and to the extent that such events and circumstances are not within the vendor's reasonable control and were not reasonably foreseeable and the effects of which the vendor could not have prevented or overcome by acting as a Reasonable and Prudent person or, by the exercise of reasonable skill and care. Force Majeure events and circumstances shall in any event include the following events and circumstances to the extent they or their consequences satisfy the requirements set forth above in this Clause: (i) the effect of any element or other act of God, including any storm, flood, drought, lightning, earthquake, tidal wave, tsunami, cyclone other natural disaster; (ii) fire, accident, loss or breakage of facilities or equipment, structural collapse or explosion; (iii) epidemic, plague or quarantine; (iv) air crash, shipwreck, or train wreck; (v) acts of war (whether declared or undeclared), sabotage, terrorism or act of public enemy (including the acts of any independent unit or individual engaged in activities in furtherance of a programme of irregular warfare), acts of belligerence of foreign enemies (whether declared or undeclared), blockades, embargoes, civil disturbance, revolution, rebellion or insurrection, exercise of military or usurped power, or any attempt at usurpation of power; (vi)radioactive contamination or ionizing radiation; Notice and Reporting: The Vendor shall as soon as reasonably practicable after the date of commence of the event of Force Majeure, but in any event no later than seven (7) days after such commencement date, notify NRL in writing of such event of Force Majeure. Mitigation Responsibility: The Vendor shall use all reasonable endeavour, acting as Reasonable and Prudent Person, to circumvent or overcome any event or circumstance of Force Majeure as expeditiously as possible, and relief under this Clause shall cease to be available to the Vendor claiming Force Majeure if it fails to use such reasonable endeavour during or following any such event of Force Majeure. Consequences of Force Majeure. Provided that the Vendor has complied and continues to comply with the obligations of this Clause, the obligations of the Parties under this Agreement to the extent performance thereof is prevented or impeded by the event of Force Majeure shall be suspended and the Parties shall not be liable for the non-performance thereof for the duration of the period of Force Majeure. Force Majeure Events Exceeding 60 Days : If an event or series of events (alone or in combination) of Force Majeure occur, and continue for a period in excess of 60 consecutive days then NRL shall have the right to terminate this agreement, whereupon the Parties shall meet to mitigate the Impediments caused by the Force Majeure event.

32 Sales Conditions

On the issue of Purchase Order after process of tender, vendor waives and considers as cancelled any of his general sales conditions.

33 New & Unused Materials

All the material supplied by the vendor shall be brand new, unused and of recent manufacture.

34 LIMITATION OF LIABILITY (FOR INDIAN/ FOREIGN BIDDERS)

The aggregate liability of the vendor to the owner (whether bases on contract or tort including negligence and strict or absolute liability) arising out of or under this contract shall not exceed purchase price of this contract provided that no such limit shall apply in respect of: i. Any liability pursuant to vendors indemnity obligations under the contract; or ii. Any loss resulting from fraud, intention or willful misconduct or illegal or

Page 103 of 318

unlawful acts or omissions of vendor, its affiliates or any sub-vendor of any supplier or any of its or their respective officers, directors, employees, servants of agents; or

iv. Any liability to rectify, repair, restore or replace any materials and / or works or deficiencies therein in terms of the Contract;

v. Any liability under clause 15.0 of General Purchase Conditions (indigenous) of NRL and clause 5.0 of General Purchase Conditions (imports) of NRL.

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. However, neither party shall be liable to the other party for any indirect and consequential losses on account of production, revenue or profit.

35 Compliance of Regulations

Vendor warrants that all goodsl Materials covered by this order have been produced, sold, dispatched, delivered and furnished in strict compliance with all applicable laws, regulations, labour agreement, working condition and technical codes and statutory requirements as applicable from time to time. The vendor shall ensure compliance with the above and shall indemnify owner against any actions, damages, costs and expenses of any failure to comply as aforesaid.

36 Integrity Pact

Vendors are requested to sign & return our pre-signed IP document, if applicable. This document is essential & binding. Vendor's failure to return the IP document duly signed along with Bid Document may result in the bid not being considered for further evaluation.

37 Anti-Competitive Agreements/ Abuse of Dominant Position

The Competition Act, 2002 as amended by the Competition Amendment) Act 2007 (the Act), prohibits anti-competitive practices and aims at fostering competition and at protecting Indian markets against anti- competitive practices by enterprises. The Act prohibits anti-competitive agreements, abuse of dominant position by enterprises, and regulates combinations (consisting of acquisition, acquiring of control and M&A) wherever such agreements, abuse or combination causes, or is likely to cause, appreciable adverse effect on competition in markets in India. NRL reserves the right to approach the Competition Commission established under the Act of Parliament and file information relating to anti-competitive agreements and abuse of dominant position. If such a situation arises, then Vendors are bound by the decision of the Competitive Commission and also subject to penalty and other provisions of the Competition Act.

***********************

Page 104 of 318

1 10-09-2018 ISSUED FOR COMPLIANCE DDC DRC ED (SCM)

0 05-12-2012 ISSUED FOR COMPLIANCE DDC DRC GM (I)

Rev. No Date Purpose Prepared by Reviewed

by Approved

by Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No. 8-1843-0002 Rev. No.1

Page 1 of 11

PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS MATERIALS

स्वदेशी साम�ग्रय� के �लए पै�कंग, मा�क� ग, �श�पगं और दस्तावेज �व�नद�श

PACKING, MARKING, SHIPPING AND

DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS

MATERIALS

Page 105 of 318

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No. 8-1843-0002 Rev. No 1

Page 2 of 11

PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS MATERIALS

Abbreviations: CM - Centimeters EIL - Engineers India Limited E-way bill - Electronic Way Bill Kg - Kilograms FTL - Full Truck / Trailer Load KGS - Kilograms L.R. - Lorry Receipt / Goods Receipt mm - Millimetre MT - Metric Ton NO. / NOS. - Number / Numbers P.O. - Purchase Order RCM - Resident Construction Manager Document drafting Committee Members: Shri. V.S.Krishnaswamy, Manager (SCM-Shipping)

Shri Ashish Mathur, Manager (SCM-Shipping) Document review Committee Members: Shri Uttam Kumar, Manager (SCM-C&P) Shri R K Singh, Sr. G.M (SCM) & Head (Shipping)

Shri Rajeev Kumar, Sr. G.M (SCM-Inspection)

Page 106 of 318

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No. 8-1843-0002 Rev. No 1

Page 3 of 11

PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS MATERIALS

1. GENERAL

1.1 Purpose

This specification details the minimum requirements for the preservation, packing, marking, shipping and documentation of Products, materials and equipment as specified in the respective Purchase Orders or Contracts. This specification forms an integral part of the Purchase Order or Contract issued. However, whenever specific instructions are detailed in the Purchase Order and are in conflict with this specification, particular instructions mentioned in the individual Purchase Order or Contract shall prevail over this general specification.

1.2 Requirements and Conditions

The following requirements are intended as minimum requirements, and compliance to these requirements in no way absolves or relieves Supplier of any responsibility or obligation outlined in the Purchase Order. Equivalent or better packing methods may be deployed wherever supplier’s own packing standards are more stringent to the requirements mentioned herein. Supplier shall submit the packing procedure or its equivalent for purchaser's approval during detailed engineering. In all circumstances, the packing will be designed and constructed in order to support materials during transportation as well as to prevent the materials from damage due to impact, extreme climatic conditions, sun and rain. It must be ensured that the materials and equipments are delivered to the job site by sea, road or air, in good condition. The Supplier shall, at its own cost, ensure items to be transported are carefully packed and protected in accordance with best practice, having due regard to the climatic conditions encountered during the passage, method of carriage and handling / loading / unloading processes. In addition to any of the measures detailed within this Specification, the Supplier shall apply any other measures that, in its experience, are required to safeguard the particular item. The Supplier shall obtain the approval of EIL / Owner for any variation to the packing, marking and shipping requirements outlined in this Specification.

1.3 Responsibility and liability

Supplier shall be held responsible for any damages and / or losses of all and any kind that may occur by not respecting these specifications. Owner / EIL reserves the right to reject any packing when the packing does not conform to these specifications / instructions and / or when the packing does not ensure perfect protection of the goods and materials. Supplier is responsible for the weights and dimensions declared and the marking of the packages. Supplier will be held responsible in the event goods and materials becoming useless, broken or damaged as a result of poor packing and / or stowing or due to corrosion because of insufficient or inadequate protection. All direct and indirect costs resulting thereof will be back charged to Supplier.

2. CLEANING AND PRESERVATION

2.1 Cleaning

All equipment, materials and parts shall be thoroughly cleaned inside and outside and shall be free from grease, oil, weld spatter, rust and all other foreign matter prior to preservation.

Page 107 of 318

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No. 8-1843-0002 Rev. No 1

Page 4 of 11

PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS MATERIALS

2.2 Preservation

Articles may be exposed to severe environmental or climatic conditions, moisture and dust. All materials and equipment shall be packaged suitable to prevent damage and deterioration during transportation and storage. Where damage occurs due to inadequate packaging of items, the liability for costs associated with rectification of the damage will be to the Supplier’s account. All metals subject to corrosion shall be treated with a corrosion preservative suitable for the purpose intended. Products susceptible to corrosion must be packaged in a dry non-corrosive environment for the duration of shipment and storage, for a minimum of 1 year. All bright and machined parts shall be coated with a recognized rust preventative suited to the particular application concerned. All internal parts of machinery shall be treated with lubricant containing rust and oxidation inhibitors to protect equipment from any possible damage. Such lubricants shall be compatible with those which will subsequently be used in service and shall be identified by appropriate tagging. Electrical equipment and instrumentation shall be packed with a suitable desiccant. Delicate equipment such as instruments, electrical switchboards and panels etc. shall be packed for protection to eliminate the effects of vibration.

Wherever necessary, desiccant packs shall be kept to avoid excessive moisture in the packing.

3. PACKING 3.1 General

The instructions herein shall be considered as general directives and minimal requirements, which are applicable to the packing of all equipment and materials. The Supplier is responsible for the correct and adequate packing of the equipment and materials so that these equipment and materials will arrive at destination undamaged and the packing itself in such a condition that, if not otherwise required, it will be suitable for a minimum of 1 year storage.

3.2 Packaging Materials

All packaging together with packaging and protective materials shall be new, maintain its integrity and perform its intended function while being transported, handled and stored. The quality of packing shall provide maximum protection against damage, breakage and pilferage during transport, storage and multiple handling, including handling by hoisting, lifting devices and / or forklift trucks. Material used for packaging, packing, wrapping, sealers, moisture resistant barriers and corrosion preservatives shall be of recognized brands and grades and shall conform to the best world standards. Packaged Products showing any damage, defect or shortage resulting from improper packaging, packaging materials or packing procedure or having concealed damage or being short at the time of unpacking shall be subject to rejection and be replaced at the Supplier’s cost

3.3 Packing requirements 3.3.1 Wooden Boxes and Crates

Interior support board shall be of strength to withstand multiple handling. Tops of crates shall be one piece wherever possible to avoid seepage through cracks; otherwise a top coating is required. Waterproof lining shall be used for sides, ends and top of crates, proper venting of cargo boxes containing machinery is required, as well as sufficient use

Page 108 of 318

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No. 8-1843-0002 Rev. No 1

Page 5 of 11

PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS MATERIALS

of desiccants. Crates shall be diagonally braced on all faces and suitable for hooks, slings and forklifts. Heavy items shall be secured with wood braces. Fragile items shall be cushioned. Material packed in large boxes shall be layered between plywood sheets to maintain load integrity during transit. Banding shall be used on all boxes to prevent distortion / deformation of the box.

3.3.2 Pallets

When equipment and/or materials are packed on pallets (wood or synthetic), these should be solid double deck pallets that provide adequate load support during transportation and storage (under not always ideal conditions). The pallets should have a dynamic load capacity, enough to carry the mass loaded on the pallet. Where feasible, the top surface of the pallet must be flat. The pallet design must enable safe handling by forklift, cranes etc. and storage on rough surface. Pallets shall be covered with wrapping. All corners, horizontal and vertical shall be protected with cardboard protection strips. The pallet must be tide on all sides with steel or synthetic straps.

3.4 Packaging

All equipment and materials shall be properly fixed (by bolts, clamps, supporting beams, etc.) in such a way that internal movements and / or loosening is impossible. Under the top cover (roof) depending on the case and crate length, a. sufficient number of strong beams shall be placed and properly fixed in order to allow stacking of the cases and crates avoiding any compression. Equipment parts and materials which may be subject to damage by vibration and /or shock must be protected using shock-absorbing material. All equipment and materials which may be damaged by moisture shall be packed in airtight bags in which sufficient desiccant material (e.g. silica gel) is placed. All openings on the equipment must be closed with wooden / metal or plastic covers to prevent damage to the openings and interiors. Fragile and loose parts easily damageable pertaining to the equipment must be securely and properly packed in a separate case.

3.5 Waterproofing

Cases including the cover shall be internally lined with a strong type of waterproof paper or plastic foil. Equipment and materials shall always be packed in a foil (polyethylene or aluminum) for extra (double) protection against rainfall. Those foils shall be applied in such a way that they are self draining.

3.6 Hazardous cargo

The hazardous materials shall be packed in accordance with and in cognizance to the applicable rules, regulations and tariff of all Governmental Authorities and other Governing bodies. Hazardous materials shall always be packed and documented separately from any other material. It shall be the responsibility of the seller of hazardous materials to designate the materials as hazardous and to identify each material by its proper commodity name and its hazardous materials class code. Safety and emergency procedures shall be displayed outside the package. Any certificates required for transportation or for authorities to be supplied before shipment of the goods

4. GUIDELINES FOR PACKING GOODS

In subsequent paragraphs details of different types of packing for different types of goods are defined. Supplier shall make packing details / procedure based on the guidelines and submit for approval. Chemicals in powder form, catalysts, refractories & like materials etc. shall be packed in drums only.

Page 109 of 318

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No. 8-1843-0002 Rev. No 1

Page 6 of 11

PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS MATERIALS

4.1 Pipe

All pipes 2" included and below shall be packed in crates. All pipes to be capped and ends sealed with waterproof tape. Pipes over 2" up to 6", shall be bundled and banded in bundles of uniform length. Bundling is carried out with U-IRON or traversal planks, joined with threaded connecting rods with locknuts.. Bundle weight shall not exceed 2,000 kg. All pipes are to be capped and ends sealed with waterproof tape (tape is not necessary if end caps are of the pre-shrunk or self-sealing type).Pipes larger than 6" shall be shipped as single lengths with the ends capped. End caps are to be of the recessed type to enable the use of soft faced hooks, but still completely sealing the end and also protecting the weld. All stainless steel / non-ferrous piping must be packed separately in wooden crates. Any banding of bundles is to be with the same material. The bundling and packing of pipe and instrument tubing shall enable the safe discharge of pipe on site using clamps and forklifts. All pipes shall be supported along their lengths to prevent bending / flexing during transport. During loading / unloading slings shall be applied to the center of the load as well as each end to prevent bowing. Pipe and rigid conduit smaller than DN50 diameter shall be bundled in units not to exceed 1000 kg. Threaded and coupled pipe shall be equipped with plastic thread protectors. All material shall be segregated and shipped by generic material type to prevent cross contamination. Where wire rope or chains are used, adequate padding shall be used at points of contact with pipe. Care must be taken to prevent any chafing of pipes against each other or against the metal structures of the vehicle during transportation. Where necessary, such metal structures must be padded with planks or plastic tubes. Skids and dunnage must be used between the bundles in transit as well as in the storage of coated pipes.

4.2 Pipe Fittings, Flanges, Valves and Gaskets

All pipe fittings, flanges and valves up to 6", are to be packed in cases / crates. For items over 6", these may be fixed securely to a pallet base and enclosed in a crate, for protection. All flange faces / bevel ends shall be suitable protected with plastic caps / end protectors. Where valves have actuators attached, rigidity must be ensured for the valve and actuator. The vulnerable parts of the actuator are to be completely protected within a wooden crate. Empty spaces shall be filled with expanded PU foam to restrict movement in the crate. All stainless steel fittings, flanges and valves of all sizes, must be packed separately in wooden crates. Any strapping is to be with the same material. Gaskets are considered fragile and shall be treated as such. Individual gasket sizes shall be boxed and labeled separately.

All threaded fittings and pipes should be greased and provided with plastic caps.

4.3 Steel Structure and Plates

Structural steel sections and plates shall be strapped in bundles of convenient size and weight for handling. Rolled and shaped plates shall be provided with suitable bracing to eliminate distortion during transit, and shall be bundled in uniform lengths. Each bundle shall be marked with a metal tag, hard stamped, secured under steel wrapping. A 2000 kg limitation shall be imposed for lifts in this category unless exempted.

4.4 Itemized Equipment

Units or parts belonging to main equipment but separately packed shall be clearly marked for easy identification with the main equipment to which they relate.

Page 110 of 318

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No. 8-1843-0002 Rev. No 1

Page 7 of 11

PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS MATERIALS

All flanges, machined working surfaces and threaded parts of all equipment shall be suitably protected. All flanged connections of vessels shall be protected by metal plates correctly casketed by wooden plugs or plastic caps suitably secured in position. Vessels shall, where possible, be packed on skid constructions and secured with adjustable steel straps. Manholes and other major openings shall be protected with cover flanges or metallic plates firmly secured. Smaller openings shall be closed with plastic plugs / caps. All vessel internals and items not installed by Supplier at works including accessories such as small parts, bolts, nuts, gaskets, etc. shall be packed in wooden cases separately for each vessel or apparatus and marked with the same item number as the vessel / apparatus in order to protect all parts from loss or damage in transit. Internals, bolts and gaskets for service / testing operations shall be supplied with the vessels / items by Supplier and all internals shall be boxed separately and marked according to marking procedure; each item shall be supplied correctly and identified for field installation by others. All vessels / heat exchangers or items of such construction shall be dried, thoroughly cleaned inside and be free of all dirt and loose foreign materials. The equipment shall be filled with Nitrogen. Make up arrangement for loss of Nitrogen along with a pressure gauge shall be installed. All commissioning spare parts shall be packed separately and marked with the relevant main item number. Pumps, compressors, rotating equipment, turbines and motors will require specific packing and preservation as per the relevant Technical Specification. For skidded equipment openings, flange faces, threaded connections, wires, valve stems, and other component parts that may be subjected to mechanical damage or corrosion shall be adequately protected. This protection shall be applied to all components, both those removed and boxed and those remaining in place on the skid assembly. Each skid shall have one box strapped to it containing a complete set of drawings together with a manual covering installation and operating instructions and other pertinent instructions required for reassembly of components that were disassembled for shipment.

4.5 Control Panels and Electrical Devices

Equipment such as control panels, instruments and electrical devices shall be packed in an interior moisture / vapor-proof barrier with silica gel or comparable desiccant. Desiccants shall be bagged to avoid dispersing in containers. The quantity of desiccant shall be calculated in accordance with the manufacturer’s recommendations. Equipment must be secured to the case with bolts, blocks or straps. Adequate precautions (for example, shaft locks to prevent longitudinal / rotational movement of rotor shafts in motors) shall be included in the packaging of all equipment which has plain, ball or roller bearings so as to minimize the risk of bearing damage.

4.6 Instruments

Instruments shall be thoroughly clean, dry and free from rust and individually wrapped using polythene sheets / U foam / Thermocol sheets depending upon the items and then packed in wooden boxes. The left out spaces and top of the boxes should be filled with rubberized coir to get proper cushioning effect. Special attention shall be paid for arresting movements of their operating mechanism during transportation. Silica gel or

Page 111 of 318

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No. 8-1843-0002 Rev. No 1

Page 8 of 11

PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS MATERIALS

other approved desiccant shall be strapped inside but shall not come into contact with the paintwork.

4.7 Cables

All electric cables to be packed in new cable drums made of steel and painted with epoxy resin paint. Cable ends to be carefully protected before packing. Polythene sheet should be wrapped over the cables and sealed properly. Cable drum can be put in wooden crates for ease in handling and transportation.

4.8 Saddles, Supports, Spiders and Lifting Equipment

All items which cannot be transported without independent supports must be supplied with Shipping saddles suitable for land and / or ocean transit. Such transport saddles are to be included within the scope of supply. Supplier is to advise of any requirement for lifting beams or other specialized lifting equipment and will include provision for use of such equipment for loading purposes. The Supplier is responsible for ensuring that all modules and oversize items are adequately braced and where required, plastic wrapped suitable for transport. Modules and oversize items shall be packaged to prevent damage during transport.

4.9 Assortment Of Package / Spare Parts for Erection and Commissioning

Equipment and / or parts of different item numbers shall not be packed together in the same package. Small goods such as accessories, spare parts for erection and commissioning and special tools shall be packed separately in respective inner boxes with tags or labels attached there being clearly indicating their contents. In case such accessories, spare parts and special tools are packed in separate boxes / crates, item no. of main equipment shall be clearly mentioned in Main Shipping Mark for easy identification. .

5. MARKING 5.1 General

The purpose of the marking is to identify the packages and detail the weight and dimensions to assure efficient and correct handling during transport and upon arrival at destination.

5.2 Marking Instructions & dispatch details

Packages and crates will be marked with indelible black paint. Marking must be perfectly legible. All packages shall be clearly and properly marked in English language if not otherwise specified.

The shipping marks, which will be shall be stenciled on two sides and one end in clear characters at least 5 centimeters high (where crate size permits, otherwise use optimum size for each package dimension).

The texts shall be printed by means of stamps, stencil-plates or electronically. The use of stickers is not allowed, unless securely covered by plastic. Bundles shall be marked by embossing on two metal tags bearing the shipping marks and placed on each side of the package and securely attaching them to the goods. Paint shall be used on metal surfaces.

Labels or tags to be clearly visible and shall be of a quality to remain visible and attached during transit, handling and storage for a minimum period of 12 Months.

Page 112 of 318

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No. 8-1843-0002 Rev. No 1

Page 9 of 11

PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS MATERIALS

Crates containing fragile articles must be packed with special precaution against risk of breakage and must be stenciled on all sides "FRAGILE - HANDLE WITH CARE". Where crates are not to be overturned, Supplier must show on the crates, clear and readily visible identification, to ensure they are kept in the correct position.

Packages / equipment of 2,000 kg or more must be marked with slinging points on all sides, in addition to the centre of gravity marks.

Number packages consecutively i.e. 1 of 10, 2 of 10, etc. Do not duplicate package numbers. SUPPLIER is responsible for any loss or damage caused by incorrect marking.

All cases/crates shall also be marked with the appropriate international standard graphic symbols for handling. As a minimum, all cases/crates are to be marked clearly on all four sides with:

"HANDLE WITH CARE" "RIGHT SIDE UP" "KEEP DRY"

In the case of packages with a single gross weight totaling 2,000 kg and / or a height of more than 1m, the centre of gravity shall be clearly marked with the symbol on two adjoining sides. For all items of equipment with an eccentric centre of gravity this symbol shall be marked at the bottom, side and top of the package.

The slinging and lashing points shall be marked with a chain symbol.

When packing in cases / crates, these packages shall also have metal corners at the slinging points.

External front and rear sides of the boxes shall be planed for writing instructions. To facilitate identification, the required colour coding as per the specifications shall be carried out on each package and on corners of pipes & plates. In case of bundles or other packages wherever marking cannot be stenciled, the same shall be embossed on metal or similar tag and wired securely at minimum two convenient points and both ends shall be protected / covered with gunny bags upto 18” (Eighteen Inches). In case of loose pipes, sticker of above markings should be pasted on inner wall corner of each pipe on both sides

Dispatch details such as consignor / consignee address, contract and case details, stacking instructions shall be written on one side of the boxes. One copy of packing slip wrapped in polyethylene bag covered with aluminum packing slip holder to be nailed on the external surface of the box. A packing list and preservation instructions shall be enclosed in a clear weatherproof plastic re-sealable envelope stapled to the box such that the receiver may determine contents without opening the container. An additional packing list is to be enclosed in a clear waterproof plastic re-sealable envelope stapled inside the container. Stapling of the envelopes shall not prevent removal of the documents.

Page 113 of 318

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No. 8-1843-0002 Rev. No 1

Page 10 of 11

PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS MATERIALS

5.3 Shipping Marks

Each package shall be marked on three sides with proper paints / indelible waterproof ink as follows:

(OWNER)

PROJECT

WITH COMPLETE

ADDRESS (DESTINATION)

PURCHASE ORDER NO. ------------------------------------------------------------------------- NET WEIGHT ---------------------- KGS. GROSS WEIGHT ----------------------- KGS. DIMENSIONS ----------------------- X ------------------------- X ----------------------- CMS PACKAGE NOS. (SL. NO. OF PACKAGE) OF (TOTAL NO. OF PACKAGES) TAG / ITEM NO. ---------------------- SUPLLIER’S NAME--------------------------------------------------------------------------------

The details of the Owner / Project are defined specifically in the Purchase Order / Contract.

5.4 Storage Code

The type of storage required is required to be specified, it will be shown on each packaging in RED colour X Crates or packages to be stored outdoor without covers XX Crates or packages to be stored under tarpaulin XXX Crates or packages to be stored in covered or enclosed premises XXXX Crates or packages which must be stored in air-conditioned premises

6. SHIPMENT

Dispatch of material shall be made in accordance with the relevant terms of Purchase Order. Name of the owner, Project, location and other relevant information shall be as per the relevant annexure(s) to the Purchase Order / Contract. Any change in mode of transport shall be resorted to only after prior approval in writing. Supplier shall ensure dispatch of equipment / materials immediately after they are

Page 114 of 318

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No. 8-1843-0002 Rev. No 1

Page 11 of 11

PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS MATERIALS

inspected and released. All consignments should be booked in the name of ‘owner’ and not under ‘self’ basis.

6.1 Dispatch By Road:

a) The Materials shall be dispatched on Door-Delivery basis (smalls or FTL) through a

registered transporter.

However, in case, the transporter is nominated by EIL / Owner, the goods shall be dispatched through the same only.

b) The supplier shall ensure with Transport Company the delivery of materials within a

reasonable transit period. A complete set of dispatch documents (Delivery Challan / Invoice / Packing List / Test Certificate / L.R. / E-way Bill number etc.) shall be sent to Head (Shipping) at EIL New Delhi and the Resident Construction Manager (RCM) at site.

6.2 Shipment By Air: Whenever supplier is instructed by EIL/ Owner to airfreight any material, the supplier shall take prompt action for the same. Immediately after air-shipment is effected, the vendor shall intimate by e-mail, the details of Airway Bill number and date, the flight No., Number of packages etc. to Head-Shipping, EIL New Delhi and Resident Construction Manager at EIL (Site).

6.3 Destination:

The consignments should be dispatched to the Consignee / Address as detailed in the Purchase Order.

6.4 Advance Information:

Immediately after a shipment is made supplier shall intimate Underwriter, Head (Shipping) and RCM vide mail regarding particulars of materials, value, Purchase Order No., date of dispatch, L.R. number, E-way Bill No., truck no., name of Transport Company.

6.5 Transmission of Dispatch Documents : Supplier shall, within 48 hrs. of the dispatch of the materials depending upon the payment terms of the Purchase Order, either negotiate through Owner’s / EIL’s Bankers or forward directly, by Courier the complete set of dispatch Documents (as detailed in Purchase Order) to Owner / EIL. The supplier shall be responsible for any delay in clearance of the consignment at destination and consequent wharfage / demurrage, if any, due to delay in transmittal of the required documents.

7. TRANSIT RISK INSURANCE

All equipments / materials will be insured for transit risk by (Owners) unless otherwise specified. The insurance cover will be provided from warehouse-to- warehouse.

Page 115 of 318

PROFORMA OF BANK GUARANTEE FOR INDIGENOUS PURCHASE (PERFORMANCE)

This deed of Guarantee made this ______________.day of _____ ___. by ________________. Company registered under ____________ and having its registered office at __________________________. and wherever the context so requires includes its successors and assigns (hereinafter called "The Surety") for the favour of M/s Numaligarh Refinery Limited, a company under Public Sector, registered under Indian Companies Act of 1956 having its registered office at 147-Udayan, R.G.Baruah Road, Guwahati-781005 wherever the context so requires includes its successors and assigns (hereinafter called as "The Company"). WHEREAS 1. The Company has placed an Order No. __________ Dated ________ (hereinafter referred to

as "the order") with M/s _____________ a company registered under Indian Companies Act 1956 having its registered office at ________ ________________. and whereas the context so requires includes its successors and assigns (hereinafter called or referred to as "the Supplier".

2. Under the terms of the order, the Supplier is required to furnish the Company at his own cost

a Bank Guarantee for an amount of Rs. ________, being the amount equivalent to ____________percentage of the total value of the order for fulfilling the contract.

3. The Surety at the request of the Suppliers, agreed to issue Bank Guarantee in terms of the said

order on behalf of the Supplier and the Company has agreed to accept the same. It is hereby stipulated and agreed that the Supplier shall repair or replace free of cost Equipment, Machinery, its parts and components found defective on account of workmanship or defective material or inferior manufacturer, as mentioned in Warranty and Guarantee Clause of the Order for period of _____ from the date of commissioning/installation OR from the date of delivery.

4. The Surety binds himself to pay to the extent of _________ Rs. ______ in case of failure on

the parts of the Supplier to perform this Guarantee provided the Company informs the Surety in writing to this effect.

5. Notwithstanding anything contained hereinafter the liability of the Surety in respect of this

Guarantee is restricted to Rs. ______. (Rupees _______________ only) and it will remain in force till ______. This Guarantee will remain in force upto _________. in the first instance. However, if the contract for which this Guarantee is given is not completed or fully performed, the Surety (Bank) hereby agrees to further extend the Guarantee till such time as is required to fulfil the contract.

6. The Surety shall not be discharged or released from this Guarantee by any arrangement

between the Company and the Supplier with or without the consent of the Surety or by any alteration in the obligation of the parties or by any indulgence, forbearance, whether as to payment, time performance or otherwise.

In witness whereof the said Surety Subscribed and set its name and seal hereupto ________ the day.

***

Page 116 of 318

1

NUMALIGARH REFINERY LIMITED

GUARANTEE AGAINST PROGRESSIVE PAYMENT This Deed of Guarantee made this ________ day of __________ between _______________________ _________________________and wherever the context so required includes its successors and assignees hereinafter called “the Surety” and M/s Numaligarh Refinery Limited an existing company within the companies Act, 1956, having its Registered Office at 122A, G.S. Road, Christianbasti Guwahati-781 005, Assam and wherever the context so required includes its successors and assignees, hereinafter called “the employer”. Whereas M/s ________________________________a company Registered under the companies Act,1956 having its Registered Office at ______________________ _________________(wherever applicable) and wherever the context so requires includes its successors and assignees, hereinafter called “the Contractor” has undertaken to …….…………………….on the terms and conditions mentioned in the Letter/Telex/Fax of Intent/ Purchase Order No. …………………..……. dated ………..…………. addressed by employer to contractor hereinafter referred to as “the said contract” And whereas the Employer has agreed to make an advance of Rs. ____________ (Rupees ____________ ___________________________________) being ___% (percent) value of the order on ………………………………………………………………hereinafter referred to as “the said advance” to the contractor carrying no interest. AND WHEREAS the Contractor has agreed with the employer authorizing him to deduct the said advance under the terms of the said contract from the amount that becomes due and payable to the contractor as per the terms and conditions described under the clause “Terms and Conditions of payment” of the purchase order on proper execution of the order. Now this deed witnesseth that in consideration of the said advance or any balance thereof made by the employer to the Contractor, the surety hereby GUARANTEES the payment of the said advance by the Contractor and undertakes to pay the employer on demand the said sum of Rs. …………..…… subject to the following conditions. a) “Surety hereby gives an irrevocable guarantee and declares that its liability under this bond shall

extend to the payment of the whole amount viz. Rs. _____________paid as advance against ………………………………………… as referred to above as “the said advance”.

b) This guarantee shall remain in force and effect so long as the said advance or any part thereof

remains outstanding and shall expire and become ineffectual only after the recovery of entire sum of Rs. ………………..covered by the Guarantee and upon intimation thereof being given by the employer to the Surety, in which event, the surety shall be discharged by the employer.

c) The Surety shall not be discharged or released from the Guarantee by any arrangement made

between the employer and the Contractor with or without the consent of the Surety or by any alteration in the obligations of the parties or by any indulgence forbearance, whether as to payment, performance or otherwise.

d) The guarantee shall come into force from the date contractor receives from the employer the said

advance.

Page 117 of 318

2

e) Notwithstanding anything stated above, the liability of the Surety under the Guarantee is restricted to Rs. ………………….. (Rupees ……………………………..) and this guarantee will remain in force up to ……………….in the first instance. However, if the contract for which this guarantee is given is not completed or fully performed the Surety (Bank) hereby agrees to further extend the Guarantee till such time as is required to fulfill the contract.

Place : Authorised Signatory of Banker Date :

Page 118 of 318

ENGINEERS INDIA LIMITED

NEW DELHI Client: NRL

Project: INDO-BANGLA FRIENDSHIP PIPELINE PROJECT(IBFPL)

Fi

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.1

A4-

210x

297.

Sheet 1 of 4

ITEM DESCRIPTION: FILTER - BASKET

GROUP ITEM CODE: 06EC DESTINATION: As per Commercial Documents

MR CATEGORY: I DELIVERY PERIOD: As per Commercial Documents

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

03/04/2019 80

JOB NO. UNIT/ AREA

MAINCOST

CENTRE

DOC.CODE

SR. NO. REV. DATE

43

DIVN. DEPT.

ORIGINATOR

NOTES :12

3

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

REV. DATE BY CHK. APPD. DETAILS

A 03/04/2019 ISSUED FOR BIDSRP/NJB RRS NK

MATERIAL REQUISITION (TOP SHEET)

000 GN MR 4010 AB185

This is a system generated approved document and does not require signature.

Page 119 of 318

ENGINEERS INDIA LIMITED

NEW DELHI Client: NRL

Project: INDO-BANGLA FRIENDSHIP PIPELINE PROJECT(IBFPL)

Fi

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.1

A4-

210x

297.

Sheet 2 of 4

REQUISITION NO. REV.

AB185-000-GN-MR-4010

SR. NO.TAG NO/

ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.00

02.00

03.00

04.00

05.00

06.00

07.00

08.00

09.00

10.00

11.00

12.00

13.00

14.00

15.00

16.00

17.00

18.00

Design, engineering, manufacture,procurement of materials and bought outcomponents, fabrication, assembly atshop, inspection, testing atmanufacturer's works, painting (shopprimer + finish paint), packing & supplyof the following BASKET FILTERS,including supply of all mandatory spares,commissioning spares & special tools andtackles (if any), erection material &documentation as per the enclosed EILstandard MR specification, jobspecification, PDS, P&IDs and other codesand standards attached or referred.

<< DELETED >>

<< DELETED >>

<< DELETED >>

Quotation for Two (2) Years normalOperation and Maintenance Spares as percl. no. 2.1.1.13 of Standard MRspecification for Basket filiter(s) (doc.no. 6-24-0303)<< DELETED >>

<< DELETED >>

Supervision of installation andcommissioning of items specified at item1.00 above, as per cl. no. 2.2.7 ofStandard MR specification for Basketfilters (doc. no. 6-24-0303) (Note-2)

Drawings and documents as per attachedVendor Data requirement for all suppliesand services covered above in Sr.Nos.1.00to Sr.No.8.00<< DELETED >>

<< DELETED >>

<< DELETED >>

<< DELETED >>

<< DELETED >>

<< DELETED >>

<< DELETED >>

<< DELETED >>

<< DELETED >>

Lot

Lot

01.01

01.02

01.03

01.04

08.01

08.02

08.03

08.04

010-GN-BK-101 A

010-GN-BK-101 B

030-GN-BK-101 A

030-GN-BK-101 B

{08}010-GN-BK-101 A

{08}010-GN-BK-101 B

{08}030-GN-BK-101 A

{08}030-GN-BK-101 B

BASKET FILTER @ Dispatch Station -Siliguri

BASKET FILTER @ Dispatch Station -Siliguri

BASKET FILTER @ Receipt Sation -Parbatipur

BASKET FILTER @ Receipt Sation -Parbatipur

For Sr. No. 01.01

For Sr. No. 01.02

For Sr. No. 01.03

For Sr. No. 01.04

1 Nos

1 Nos

1 Nos

1 Nos

1 /diem rate

1 /diem rate

1 /diem rate

1 /diem rate

A1

A1

A1

A1

A1

A1

A1

A1

Page 120 of 318

ENGINEERS INDIA LIMITED

NEW DELHI Client: NRL

Project: INDO-BANGLA FRIENDSHIP PIPELINE PROJECT(IBFPL)

Fi

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.1

A4-

210x

297.

Sheet 3 of 4

REQUISITION NO. REV.

AB185-000-GN-MR-4010

SR. NO.TAG NO/

ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

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

Vendor to note that the numbers given in square '[]' and curly '{}' brackets arenot for their use and meant for store purpose only. Items shall be tagged as permain equipment Tag No. only.

Note:Bidder to note that,one fixed price is to be quoted for grouped items. The groupsof items are identified by A1 where A1 indicates one group and so on.Grouped items shall not be split ordered.

Page 121 of 318

ENGINEERS INDIA LIMITED

NEW DELHI Client: NRL

Project: INDO-BANGLA FRIENDSHIP PIPELINE PROJECT(IBFPL)

Sheet 4 of 4Fi

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.1

A4-

210x

297.

REQUISITION NO. REV.

AB185-000-GN-MR-4010

LIST OF ATTACHMENTS

SL.No. DOCUMENT TITLE DOCUMENT NO.

REVISION

REV. REV. REV. REV.DATE DATE DATE DATE

In case of any subsequent revision of MR or PR, only revised sheets of theattachments listed above shall be issued alongwith the revision.

GENERAL NOTES:1) For list of attachments, refer "TABLE OF CONTENTS"

2) For commercial evaluation purpose, total of eight (8) Mandays for all basketfilters (i.e. 2 Manday / filter tag no.) will be considered for supervision ofinstallation & commissioning at project site. However, for payment, actual no. ofdays consumed at site shall be applicable.

Page 122 of 318

SPECIAL INSTRUCTIONS TO BIDDERS

(CATEGORY-1) BASKET FILTER

DOCUMENT No.

B185-000-80-43-SI-4010 Rev. A

Page 1 of 2

A 03.04.2019 ISSUED WITH MR RP/NJB RRS NK

Rev.No

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

SPECIAL INSTRUCTIONS TO BIDDERS

(CATEGORY – 1)

BASKET FILTER

PROJECT : PIPELINE LAYING AND TERMINAL WORKS

CLIENT : M/s NUMALIGARH REFINERY LIMITED (NRL)

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : B185

Page 123 of 318

SPECIAL INSTRUCTIONS TO BIDDERS

(CATEGORY-1) BASKET FILTER

DOCUMENT No.

B185-000-80-43-SI-4010 Rev. A

Page 2 of 2

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

INSTRUCTIONS TO BIDDERS 1.0 Bidders must follow the following guidelines while submitting their offer. Offers

not complying with these guidelines will be liable to be summarily rejected without any intimation or reference to the Bidder.

a) This is a “No Technical deviation Bid” Hence, Technical offer is not to be

submitted. Only the prices filled-in by the bidder in the price schedule shall be

referred. Bidder must not write any technical conditions/clarifications/comments in

the price schedule or elsewhere in the offer document.

b) The prices indicated in the price schedule shall include prices for all accessories,

inspection & testing and applicable statutory certificate requirements.

c) Bidder to note that no correspondence shall be entered into or entertained after the

bid submission. Bidder shall furnish quotations only for those items which he

can supply, strictly as per MR specifications and for which he is approved by

EIL.

d) MR specifications (i.e., job specification, data sheets, standard MR specifications

and other attachments) shall be FULLY (REPEAT FULLY) complied with. NO

DEVIATION of any type shall be entertained. The submission of prices by the

bidder shall be construed to mean that he has confirmed compliance with all

technical specifications in totality.

2.0 The bidder is responsible for selection of equipment including accessories and their suitability to meet the requirements of MR in toto. If at any stage, till the completion of order, the offered equipment and accessories are found to be defective/ deficient in service or not meeting MR requirements, vendor shall replace/rectify/modify the same to meet the MR specifications without any time or price implication to the OWNER/EIL.

3.0 Offers will be evaluated as received on the basis of criteria set forth in clauses 1.0

and 2.0 above and no Technical Clarifications/ Questionnaire will be raised by OWNER/EIL. However, should bidders essentially feel the requirement of certain clarifications; they shall seek clarifications on such points within 1 week of receipt of RFQ, so that the same could be clarified well ahead of bid due date.

4.0 Vendor shall submit necessary drawings/documents as per vendor data requirement

(doc. no. B185-000-80-43-VDR-4010) after order.

Page 124 of 318

JOB SPECIFICATION

FOR BASKET FILTER

DOCUMENT No.

B185-000-80-43-SP-4010 Rev. A

Page 1 of 4

A 03.04.2019 ISSUED WITH MR RP/NJB RRS NK

Rev.No

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

JOB SPECIFICATION

FOR

BASKET FILTER

PROJECT : PIPELINE LAYING AND TERMINAL WORKS

CLIENT : M/s NUMALIGARH REFINERY LIMITED (NRL)

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : B185

Page 125 of 318

JOB SPECIFICATION

FOR BASKET FILTER

DOCUMENT No.

B185-000-80-43-SP-4010 Rev. A

Page 2 of 4

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

1.0 This Job Specification is over and above the requirements given in the document “Standard MR Specification for Basket Filter(s) (doc. no. 6-24-0303)”. Bidder shall refer this document in conjunction with the Standard MR specification.

(Before award of contract, the term “Vendor” refers to “Bidder”)

2.0 SCOPE OF SUPPLY

Vendor scope shall include the supply of following basket filters (including mandatory spares, commissioning spares, special tools & tackles (if any)) as per this job specification, Standard MR Specification (doc. no.6-24-0303), process datasheets, P&IDs and other attachments enclosed with this requisition.

Sl. No.

TAG NO. DESCRIPTION QTY (No.)

ASME “U” stamped- Quick opening closure

1. 010-GN-BK-101 A/B Basket Filters @ Dispatch station - Siliguri

Two (2) YES

2. 030-GN-BK-101 A/B Basket Filters @ Receipt station - Parbatipur

Two (2) YES

For list of Mandatory spares requirement, refer cl. no. 2.1.1.11 of Standard MR Specification for Basket filters (doc. no.6-24-0303).

3.0 AMENDMENT TO STANDARD MR SPECIFICATION FOR BASKET FILTER(S) (DOC. 6-24-0303)

Sl. No.

Clause no. / Page no.

Addition/ Deletion/

Modification (A/D/M)

Description

1. 2.1.1.1 /

6 of 21 A

The following sentence shall also be considered as included in vendor’s scope in addition to existing clause:

“For each filter tag no., Companion flanges for nozzles (inlet, outlet, vent, drain) and blind flange for utility connection nozzle alongwith their respective fasteners -studs,nuts and gaskets as per P&ID (doc. no. B185-02-42-000-1192), applicable PMS & respective filter Process datasheet (PDS) shall be supplied by vendor”

2. 2.1.1.2 /

6 of 21 M

Clause “Top / Shell cover flange.........job specification/datasheet” shall be read as :

“ASME U Stamped Quick opening closure along with davit/hinge, all installed gaskets/seals/O rings (as applicable) & other accessories etc.,”

3. 2.1.1.4 /

6 of 21 D The referred clause stands deleted.

4. 2.1.1.6 /

6 of 21 D The referred clause stands deleted.

Page 126 of 318

JOB SPECIFICATION

FOR BASKET FILTER

DOCUMENT No.

B185-000-80-43-SP-4010 Rev. A

Page 3 of 4

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Sl. No.

Clause no. / Page no.

Addition/ Deletion/

Modification (A/D/M)

Description

5. 2.1.1.7/

6 of 21 D The referred clause stands deleted.

6. 2.1.1.8/

6 of 21 M

Clause “Surface……Specification” shall be read as

“Surface preparation and painting (shop primer + finish coat), including supply of touch up paint at site (in case of any damage during transportation & site installation) considering “Industrial Environment – For all Unit Areas” as per EIL painting specification (6-79-0020).”

7. 2.1.1.10/

6 of 21 M

Sentence “Special tools… instrumentation” shall be read as:

“Special tools & tackles, if any. All other requirements shall be supplied by vendor as per existing clause.”

8. 2.1.1.11 (e) /

6 of 21 D The referred clause stands deleted.

9. 2.1.1.12 /

7 of 21 M

Sentence “ Spare… instrumentation” shall be read as:

Spare parts for commissioning and start-up.

10. 2.1.1.13 /

7 of 21 M

Sentence “ Quotation… specifications” shall be read as:

“Quotation of recommended spares for two years normal operation and maintenance.”

11. 5.9 /

9 of 21 M

The differential pressure as indicated in sentence “Basket shall be properly..... minimum 3.0 kg/cm2... or failure” shall be considered as

“5.0 kg/cm2 as per their respective filter PDS. All other requirements shall be met by vendor as per existing clause.””

12. 5.11 /

9 of 21 D The referred clause stands deleted.

13. 5.16 /

10 of 21 D The referred clause stands deleted.

14. 5.17.6 /

10 of 21 D The referred clause stands deleted.

15. 5.17.13 /

10 of 21

M

The requirement pertaining to seismic load shall be read as follows:

“Seismic forces shall be based on spectra as defined in IS1893 (Part 1 & 4) (Zone IV – Siliguri terminal, Zone II – Parbatipur)”

Page 127 of 318

JOB SPECIFICATION

FOR BASKET FILTER

DOCUMENT No.

B185-000-80-43-SP-4010 Rev. A

Page 4 of 4

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Sl. No.

Clause no. / Page no.

Addition/ Deletion/

Modification (A/D/M)

Description

16. 5.17.14 /

10 of 21

M

Clause “Nozzles shall be designed---------Specification/data Sheets)” shall be read as:

“The inlet / outlet nozzles of all filters shall be designed for a minimum load & moments as per doc. no. 7-12-0038”

17. 5.21 /

11 of 21 D The referred clause stands deleted.

18. SECTION -2: INSTRUMEN-

TATION D All clauses mentioned in SECTION -2 stands

deleted.

19.

SECTION -3: GENERAL

8.2 g) / 19 of 21

D The referred clause stands deleted.

Page 128 of 318

REVISED AND ISSUED AS STANDARD MR 2 22/02/17 DK PB/RKT RN SPECIFICATION

45414 T E D mow= IA Gobi of Indio Unleftengi

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6 -24-0303 Rev. 2

Page 1 of 21

oit4c. (vet1W7

RTRW MUTT{ fe44ST

STANDARD MR

SPECIFICATION

FOR

BASKET FILTER

1 25/06/14 ISSUED AS STANDARD MR SPECIFICATION DS

SPC

PB

SC

0 23/04/12 ISSUED AS STANDARD MR SPECIFICATION SPC PB AKN DM

Rev. No Date Purpose Prepared by Checked by

Standards Standards Committee Bureau Convenor Chairman

Approved by

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 129 of 318

ENGINEERS INDIA LIMITED (ram,

ei 1i Mieg

N1271 cleme EfflaqinzI) f A Govt of India Undertaking)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 2 of 21

Abbreviations:

AARH - . Arithmetic Average Roughness Height AISI • . American Iron and Steel Institute ANSI • . American National Standard Institute API - . American Petroleum Institute A SME - . American Society of Mechanical Engineers ATEX • . ATmospheres EXplosives BASEEFA • . British Approval Service for Electrical Equipments for Flammable Atmospheres CCOE • . Chief Controller Of Explosives CMRI • . Central Mining Research Institute DP • . Dye Penetrant DTM : . Device Tool Manager EDDL • . Electronic Device Description Language eDMS • . electronic Document Management System EIL • . Engineers India Limited ERTL • . Electronic Regional Testing laboratory FISCO • . Fieldbus Intrinsic Safe Concept FM • . Factory Mutual FOA • . Fax Of Acceptance FDT • . Field Device Tool GA • . General Arrangement IBR • . Indian Boiler Regulations IEC • . International Electrotechnical Commission ITK • . Interoperability Test Kit IS • . Indian Standard ISA • . Instruments Society of America LAS - . Link Activity Scheduler LCD • . Liquid Crystal Display LCIE • . Laboratoire Central Des Industries Electrique MOC • . Material of Construction MP • . Magnetic Particle MR • . Material Requisition NPT • . National Pipe Thread PDS • . Process Data Sheet P&ID • . Piping & Instrumentation Diagram PA • . Public Address PESO • . Petroleum and Explosives Safety Organisation P.O. - . Purchase Order PSV • . Pressure Safety Valve PTB • . Physikalisch-Technische Bundesanstalt PTR • . Proven Track Record PWHT • . Post Weld Heat Treatment QAP • . Quality Assurance Procedure QOC • . Quick Opening Closure SS • . Stainless Steel UL • . Underwriters Laboratories URV • . Upper Range Value WC • . Water Column

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 130 of 318

ENGINEERS INDIA LIMITED (A Goof of India Undedaking)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 3 of 21

fg-zir 256 Wren rieofte =Joao',

Packaged Equipment Standards Committee:

Convenor : Mr. P. Bhattacharjee

Members: • . Mr. K.J. Harinarayanan • . Mr. Sanjay Mazumdar • . Mr. P.P. Pandey • Mr. Nalin Kumar • Mr. Shishupal Choudhary • Mr. R. R. Shrivastava • Mr. Kalachand Paikar • Mr. A. Natarajan • • Mr. M. Azim

Instrumentation Representative: Mrs. K. Sreedevi

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 131 of 318

ENGINEERS INDIA LIMITED (A Gov( of India Undertaking)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 4 of 21

$igaffen5teg IM len crane ast341.1)

CONTENTS

SECTION-1: MECHANICAL 5

1.0 GENERAL 6

2.0 SCOPE OF SUPPLY & SERVICES 6

3.0 EXCLUSIONS 7

4.0 CODES AND STANDARDS 7

5.0 TECHNICAL REQUIREMENTS 9

SECTION-2: INSTRUMENTATION 12

6.0 SCOPE OF WORK 13

7.0 TECHNICAL REQUIREMENTS 13

SECTION-3: GENERAL 18

8.0 INSPECTION & TESTING 19

9.0 PROTECTION AND PAINTING 20

10.0 PACKAGING AND IDENTIFICATION 20

11.0 SPARE PARTS 20

12.0 ORDER OF PRECEDENCE 21

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 132 of 318

l-il elel'

, <krone de )

ENGINEERS INDIA LIMITED (A Govt of India Undertaking)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 5 of 21

SECTION-1: MECHANICAL

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 133 of 318

31 elb ENGINEERS err W INDIA LIMITED (a„,

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 6 of 21

(A Govt of India Undertaking)

1.0 GENERAL

1.1 This specification outlines the minimum requirements for the design, engineering, manufacture, inspection, testing, painting and supply of Basket filter.

1.2 The Basket Filter to be supplied shall be complete in all respect, ready for installation and operation. It is not the intent of purchaser to specify every piece of equipment / item. As such any item not specifically mentioned in this specification but required as per good engineering practice and safe and trouble free operation of the system shall be deemed to have been specified by the purchaser and shall be included in Vendor's scope of supply & services.

2.0 SCOPE OF SUPPLY & SERVICES

2.1 Scope of Supply

2.1.1 Vendor's scope of supply shall include Basket Filter(s) as per job specification and respective data sheet attached.

The scope of supply shall include, but not limited to the following for each basket filter:

2.1.1.1 Filter vessel along with necessary filtering basket and its supports, deflector for the feed nozzle (if required), necessary vessel supports, lifting lugs, nozzles etc.

2.1.1.2 Top/Shell cover flange along with stud bolts/nuts and gaskets or ASME code stamped Quick opening closure as specified in job spec ification/datasheet.

2.1.1.3 Foundation/Anchor bolts, nuts and washers.

2.1.1.4 Insulation cleats if specified in job specification/data sheet as per attached EIL standard to suit the insulation thickness as per attached insulation thickness table.

2.1.1.5 Platform and ladder cleats, as necessary.

2.1.1.6 Design, supply & installation of Steam tracing with supporting cleats for filter as specified in job specification/ PDS/ P&ID.

2.1.1.7 Instrumentation (as applicable) as per Instrumentation specification.

2.1.1.8 Surface preparation and painting as per attached painting specification.

2.1.1.9 Drawings and documents as per Vendor Data Requirement attached with Requisition.

2.1.1.10 Special tools & tackles, if any, including those required for instrumentation. Vendor shall give list of quoted special tools and tackles during detail engineering separately for each tag (for example wherever filter tag is suffixed with A/B, special tools & tackles to be considered common for A & B). Price of these special tools & tackles shall be included in respective main equipment base price.

2.1.1.11 Mandatory spares as given below for each filter (for example wherever filter tag is suffixed with A/B, mandatory spares for 'A' and '13' filters to be considered separately).

a) Fasteners - 10% (2 min.) for each type and size. b) Two sets of gaskets for each type and size. c) Two sets of seal (gasket/o ring/ lip seal etc.) for each type and size for Quick

Opening Closure (if applicable). d) One set of installed basket with corresponding gaskets & fasteners for each filter. e) Instrumentation mandatory spares as per instrumentation specification (Refer sub-

clause no. 7.2.5).

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 134 of 318

$1:gar fat5teg ROM otrofte nn JOIToit

ENGINEERS INDIA LIMITED (A Govt Of Ind. Undellalong)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 7 of 21

2.1.1.12 Spare parts for commissioning and start-up including those required for instrumentation. Price of these spares shall be included in the respective main equipment base price. Vendor shall submit the list of quoted spares during detail engineering for each filter tag (for example wherever filter tag is suffixed with A/B, commissioning spares to be considered common for A & B) separately. Any and all spares required during commissioning, over & above quoted spares shall also be supplied by vendor without any time & price implication to Owner.

2.1.1.13 Quotation of recommended spares for two years normal operation and maintenance including those required for instrumentation as specified in the respective specifications. Itemized price list to be submitted along with the bid separately for each filter tag (for example wherever filter tag is suffixed with A/B, spares for two years normal operation and maintenance to be considered common for A & B). Owner shall order these spares separately.

2.1.1.14 Any other item not specifically mentioned but required for safe and efficient operation of the filters.

2.2 Scope of Services

2.2.1 Design, engineering and selection of equipment.

2.2.2 Procurement of raw materials and components from sub vendors.

2.2.3 Manufacture and assembly.

2.2.4 Shop inspection & testing.

2.2.5 Surface preparation and painting. Complete painting (primer and finish) shall be done at vendor's shop only.

2.2.6 Packing and supply.

2.2.7 Supervision of installation and commissioning of the filters on per diem rate basis. Two (2) man-days per filter shall be considered for price comparison during evaluation.

However, vendor shall be paid for supervision on actual no. of days required during installation and commissioning.

2.2.8 Preparation and submission of drawings and documents online through V-Portal/eDMS as specified under Vendor Data Requirement.

3.0 EXCLUSIONS

The following are excluded from Vendor's scope of supply and services:

3.1 Equipment foundations. However, the necessary load data and foundation plan required for the design and construction of foundation shall be provided by vendor.

3.2 Insulation of equipment including supply of material. However, insulation cleats to be provided by vendor (as applicable).

3.3 Erection & Installation of equipment.

4.0 CODES AND STANDARDS

4.1

Latest editions including their addenda, as on date of issue of enquiry, of following codes & standards shall be followed.

ASME SEC.VIII DIV. 1

Boiler and Pressure Vessel Code

ASME SEC. IX

Welding and Brazing Qualifications

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 135 of 318

it ENGINEERS kiffileg„ INDIA LIMITED

(A Govt of India Undertaking)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 8 of 21

ASME SEC. II & ASTM : Material Specifications

ASME B 16.5 : Pipe Flanges and Flanged Fittings

ASME B 16.11 : Forged Fittings, Socket -Welding & Threaded

ASME B 36.10 : Welded & Seamless Wrought Steel Pipe

ASME B 16.47 : Large Diameter Steel Flanges

IS 1893 : Criteria for earthquake resistant design for structures

IS 875, part-3 : Code of practice for design loads (other than earthquake ) for building and structures-wind load

EIL Spec. 6-81-0029 : Inspection & test plan for basket filter

EIL Spec. 6-78-0001 : Specification for Quality Management System Requirement from Bidders.

EIL Spec. 6-78-0003 : Specification for Documentation Requirement from Suppliers

EIL Spec. 6-12-0030 : Standard Spec. of pressure vessels for package items

EIL Std. 7-12-0001 : Vessel Tolerance

t_In

EIL Std. 7-12-0002 : Support for horizontal vessels

EIL Std. 7-12-0004 : Skirt Base Details

EIL Std. 7-12-0006 : Angle Leg Support

EIL Std. 7-12-0007 : Pipe leg support

EIL Std. 7-12-0008 : Bracket support for vertical vessels

EIL Std. 7-12-0010 : Manhole with davit

EIL Std. 7-12-0013 : Nozzle Reinforcement & Projection

EIL Std. 7-12-0015 : Standard Bolt-hole Orientation.

EIL Std. 7-12-0020 : Inlet Deflector Baffle

EIL Std. 7-12-0023 : Pipe Davit

EIL Std. 7-12-0024 : Lifting Lug top head type

EIL Std. 7-12-0025 : Fire-Proofing & Insulation Supports

EIL Std. 7-12-0026 : Earthing Lug

EIL Std. 7-12-0027 : Name plate

EIL Std. 7-12-0028 : Manufacturer name plate

EIL Std. 7-12-0029 : Bracket name plate

EIL Std. 7-12-0030 : Name plate for small equipment

EIL Std. 7-12-0033 : Hot Insulation Support for Horizontal vessel

EIL Std. 7-12-0038 : Allowable Nozzle Loads

4.2 Other International Standards may also be acceptable subject to their being equivalent or superior with prior approval of purchaser.

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 136 of 318

0 el ENGINEERS IiOf5reg INDIA LIMITED

IA GOA of Ind. finoleff OWN) lArert

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 9 of 21 o,ra„rf,JtitrAr

4.3 For provision not covered by the above codes and standards, applicable engineering

practices and norms shall govern.

4.4 National Law and statutory provisions together with any local bylaws for the state wherein package is required to be installed shall be complied with.

5.0 TECHNICAL REQUIREMENTS 5.1 The filter basket shall be removable and reusable type. Vendor shall furnish the details of

the arrangement required for removal/replacement of the basket during detailed engineering. Filter basket and its supports shall be designed in such a way that the arrangement can withstand a load equivalent to atleast one third of basket volume.

5.2 The mesh size selected shall meet the particle retention/removal specifications. The clean pressure drop across the filter shall not exceed the value specified in data sheet. Thickness of stainless steel perforated sheet which supports the wire mesh shall be minimum 3.0 mm.

5.3 Free and Gross area of the basket shall be as per Process Datasheet (PDS). In case PDS does not specify any particular requirement, then free area of basket shall be minimum 8 times of the inlet nozzle area and gross area of basket shall be minimum 20 times of the inlet nozzle area. Vendor shall furnish calculations for the actual gross and free area of basket. Basket shall be of straight cylindrical shape. Both concentric and pleated type baskets shall not be accepted. Inside diameter and Standard schedule thickness shall be considered for calculation of inlet nozzle area. While calculating area of basket, only straight cylindrical portion shall be considered, bottom portion shall not be considered.

5.4 Percentage open area in perforated sheet of basket shall not exceed 60%.

5.5 The ratio of filter basket length to diameter shall not exceed 2.5.

5.6 There shall be a clear radial gap of min. 50 mm between OD of basket & ID of Vessel.

5.7 Vessel outside diameter shall be minimum twice the outside diameter of inlet nozzle.

5.8 Flow direction shall be inside to outside of filter basket unless otherwise specified.

5.9 Basket shall be properly stiffened to withstand differential pressure of minimum 3.0 kg/cm 2 (unless otherwise specified in datasheet) without breaking or failure. Apart from top and bottom of the basket intermediate portion shall also be adequately stiffened to avoid collapse of the basket due to differential pressure.

5.10 Vendor to ensure proper flow distribution to utilise the full basket area available for filtration. Under no circumstances, the inlet fluid shall be allowed to directly impinge on the filter basket.

5.11 Vendor to note that the size of PSV inlet nozzle on filter vessel (if applicable) shall be higher than the PSV inlet size. Exact size of PSV nozzle on filter vessel shall be confirmed to the vendor during detail engineering after submission of PSV relief load data and PSV sizing calculation by the vendor. However as a minimum, the PSV inlet nozzle on filter vessel shall be at least one size higher than the PSV inlet size

5.12 Nozzles/davit/leg orientation shall be as per orientation drawing to be released to successful vendor at post order stage.

5.13 Filter vessel support length shall be decided during detailed engineering based on actual layout requirement.

5.14 Equipment shall be designed and built to ensure that all equipment along with the accessories are mounted suitably for convenient and safe operation. Adequate access within the equipment shall be provided for removal and fixing of basket filter element.

5.15 Material of construction of various parts of the filters shall be as specified in datasheet/ job- specification.

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 137 of 318

fg.ar Eta& S ENGINEERS INDIA LIMITED

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 10 of 21

mien eizaneMIJMN.1) Goo. of India Undertaking)

5.16 For filters with Inlet nozzle size higher than 16", multiple baskets may be provided (with prior approval from purchaser) considering difficulty in strengthening and maintenance. In case of multiple basket filters, cumulative free area and gross are of the baskets shall be considered as 15 times and 30 times respectively of the Inlet nozzle area. The ratio of basket length to its diameter may go upto 3.5 in such cases. However, baskets shall be properly stiffened/ strengthened to prevent any kind of distortion.

5.17 Filter-Vessel

5.17.1 Filter Vessel shall conform to EIL Standard Specification 6-12-0030.

5.17.2 Vessels of diameters 300 NB and below shall be made from seamless pipe only. For bigger diameters, the shell shall be fabricated by rolling the plates and welding with specified radiography and applicable welding procedures shall be followed. The rolling for making shell shall be lengthwise.

5.17.3 In case the vendor's fabrication shop is not EIL approved for the thickness of vessel involved, the vendor shall either (i) get the vessel fabricated by any other EIL approved vendor or (ii) get the vessel rolled by one of the EIL approved vendor and get the fabrication done at his own shop, subject to welding procedure qualification by EIL.

5.17.4 Minimum corrosion allowance for carbon steel parts shall be 3.0 mm, unless otherwise specified in job specification/data sheets.

5.17.5 Dished ends shall be of seamless construction, deep tori-spherical or 2:1 ellipsoidal type and shall be heat treated after forming as per EIL Standard Specification 6-12-0030.

5.17.6 Full vessel diameter size shell flange shall be provided for removal of basket. The matching cover shall be a forged blind flange. Suitable number of dowel pins shall be provided for proper location of the cover. The standard stud bolt and nut arrangement shall be provided for the cover unless specified otherwise.

5.17.7 The cover and blind flanges weighing more than 15 kg shall be provided with lifting davit as per EIL standard 7-12-0010.

5.17.8 Calculations for vessel supports shall be submitted for purchaser's approval. Or else, Vessel supports shall be as per EIL Standards 7-12-0004/ 7-12-0006/ 7-12-0007 corresponding to the type of supports provided.

5.17.9 Filter vessel shall be provided with suitable lifting lugs (EIL Standard 7-12-0024) and earthing lugs (EIL Standard 7-12-0026).

5.17.10 All removable internals including nuts and bolts shall be of stainless steel (SS-304L) irrespective of material of construction of filter vessel.

5.17.11 The nozzles shall be provided with reinforcement pads when required by the applicable code. The calculations for reinforcement pads as per ASME shall be submitted for purchaser's approval. Alternatively, EIL standard 7-12-0013 shall be followed. Nozzle projections shall be in line with EIL standard 7-12-0013. However, the nozzle projection length should also cover the minimum projection length as required as per thickness of insulation, fire proofing thickness.

5.17.12 All nozzles shall be self-reinforced type (SRWN) in case vessel thickness is more than 50 mm.

5.17.13 The vessel shall be designed for wind load and seismic load as per IS 875 and IS 1893 unless and otherwise specified in job specification.

5.17.14 Nozzles shall be designed as per nozzle load furnished in Job Specification/ Datasheet.

5.17.15 For vessel in stainless steel construction, lower allowable stress values mentioned in ASME code shall be considered.

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 138 of 318

ENGINEERS ligar faieg INDIA LIMITED

NR71 2:RUAF 0313,10,19

(A Govt of India Undertaking)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 11 of 21

5.18 Quick Opening Closure (QOC)

5.18.1 The filter shall be provided with Quick Opening Closure (QOC), if specified in job specification/data sheet for easy removal & replacement of filter element during maintenance. The diameter of QOC shall be same as that of filter vessel diameter unless otherwise specified in job specification/data sheet. The QOC shall be conforming to ASME code requirements and will carry ASME code stamp.

5.18.2 The Closure shall be equipped with locking device, which can be opened only when the vessel is completely depressurized. Quick opening closure shall be of double yoke / Band lock design only. Swing bolt type, threaded type and other designs are not acceptable as a QOC. A davit/hinge arrangement shall be provided by QOC vendor for the closure for convenient handling as per their standard model. The closure shall have perfect sealing arrangement to prevent leakage.

5.18.3 QOC shall be procured from the EIL approved vendors as per the list attached with MR..

5.19 Welding

Full penetration weld shall be employed for joining pressure parts. Where both sides are not accessible for welding, root run by tungsten inert gas process or backing strip shall be used to ensure full penetration. Backing strip, if used, shall be removed after welding, wherever possible.

5.20 Post Weld Heat Treatment

Vessels shall be post weld heat treated whenever it is required due to service requirement or due to code requirements. Vessels shall be post weld heat treated as a complete unit and no welding shall be permitted once the post weld heat treatment is performed.

5.21 Fire Proofing and Insulation

Insulation/fireproofing cleats of specified width shall be provided on the vessels, if indicated in the job specification/data sheets. The pitch and other details of the cleats shall be as per EIL standard 7-12-0025/7-12-0033.

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

Page 139 of 318

ENGINEERS Ogem Elgleg INDIA LIMITED

1.5071292,1W051300,31)

(A Gov[. of India Undertaking)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 12 of 21

SECTION-2: INSTRUMENTATION

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL —All rights reserved

Page 140 of 318

ENGINEERS idaeg INDIA LIMITED

IA Gout of India Undertaking)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 13 of 21 larRA vivant arT3grettir

6.0 SCOPE OF WORK

6.1 Vendor's scope of work includes complete Design, Engineering and Procurement for all field instruments of Basket Filters as per job specification

6.2 Vendor shall Carry out / witness shop testing and calibration of all instruments as per approved Inspection Test Plan. EIL/ Owner or their authorised representative may witness the shop testing.

7.0 TECHNICAL REQUIREMENTS

7.1 General

7.1.1 All Field Equipment / Instruments are located in Hazardous area

7.1.2 All Enclosures for Instruments shall be Weatherproof to IP65, as a minimum.

7.1.3 All Instruments shall be intrinsically safe in general. Increased safety/ non-incendive concept for instruments is not acceptable. Certification for use in hazardous area shall be as follows:

a) All intrinsically safe / explosion / flameproof equipment / instruments which are manufactured abroad and certified by any statutory authority like BASEEFA, FM, UL, PTB, ATEX, LCIE etc. should also have the approval of PESO (Petroleum and Explosives Safety Organisation) / CCOE (Chief Controller Of Explosives), Nagpur.

b) For all flame proof equipments manufactured locally (indigenously, the testing shall be carried out by any of the approved test house like CMRI / ERTL etc. The instruments shall in addition bear the valid approval from PESO (Petroleum and Explosives Safety Organisation) / CCOE (Chief Controller Of Explosives), Nagpur and a valid BIS license.

c) For all intrinsically safe equipment manufactured locally (indigenously, the testing shall be carried out by any of the approved test house like CMRI / ERTL etc. The equipment shall in addition bear the valid approval from PESO (Petroleum and Explosives Safety Organisation) / CCOE (Chief Controller Of Explosives), Nagpur.

Approvals other than above shall neither be offered nor will these be acceptable.

7.1.4 SS Tag Plates shall be provided for all instruments.

7.1.5 Threaded end connections for instruments shall be NPT as per ANSI B 1.20.1. Flanged end connections shall be as per ANSI B 16.5. All flanges and flanged valves shall have smooth surface finish (125 — 250 AARH) as per ASME B 46.1.

7.2 Specifications for Instruments

7.2.1 Pressure Relief Valve

7.2.1.1 All pressure relieving devices shall be designed in accordance with ASME code for 'Boilers and Pressure Vessels', API-521 and Indian Boiler Regulations.

7.2.1.2 Pressure relief valves shall be full nozzle full lift type except for thermal relief valves which shall be modified nozzle type.

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

Page 141 of 318

401 el ENGINEERS Oge.11 faliteg INDIA LIMITED

(A Govt of India Undertakong)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 14 of 21

1.112'er rirme an JERmi)

7.2.1.3 Conventional valves shall be specified for constant back pressure while bellows seal type valves shall be specified for variable back pressure more than 10% of set pressure. Pilot operated pressure relief valves shall be used for special services and where set pressure is closer than 10% of the operating pressure or back pressure is more than 90% of set pressure or as per Process/ Licensor requirements, in general. Spring loaded PSV vents connected to flare/ pressurised lines shall be provided with balanced bellows. Also this bellow shall isolate the spring and guiding surface from the corrosive and dirty fluids. Test gag shall be provided for all pressure relief valves.

7.2.1.4 Lifting lever shall be provided for valves in steam, air or water service above 65 deg C. Open bonnet shall be used for steam service.

7.2.1.5 The percentage accumulation in case of pressure relief valves/safety valves shall be as follows: a) Steam Service

- ASME SEC I 3% - IBR (Before steam let-down station) 5% - IBR (Distribution & utilities) and ASME Section VIII 10%

b) Gas, Vapour or liquid 10% c) Liquid for thermal Relief 25% d) Fire exposure on unfired vessels 21%

7.2.1.6 3/4" x 1" threaded (NPT) modified nozzle type valves with typically 0.38 cm 2 orifice size shall be specified for thermal relief.

7.2.1.7 The body material shall, as a minimum, be as per piping specifications. Nozzle and disc material shall be SS316 as a minimum with machined stainless steel guide and spindle.

7.2.1.8 Whenever semi nozzle designs are unavoidable, body material shall be at least same as nozzle material.

7.2.1.9 The spring material of pressure relief valves shall be as follows unless otherwise necessary because of process conditions; 29 deg C to 230 deg C: Cadmium/ nickel plated carbon steel. Above 230 deg C: Tungsten alloy steel. Below — 29 deg C: Stainless steel 316

7.2.1.10 Flanged connection shall be for standard sizes 1" or larger. Minimum flange rating shall be 150 pounds ANSI.

7.2.2 Pressure Gauges

7.2.2.1 Pressure gauge dial shall be white, non-rusting plastic with black figures. The dial face shall be marked with pressure element material. Pointers shall have micrometer adjustment.

7.2.2.2 Pressure gauges shall be weatherproof to IP55 as per IEC-60529 with dial size of 150 mm and shall have features like screwed bezels, externally adjustable zero, over range protection (at least 130% of max. operating pressure) and blowout discs. Glass shall be shatter proof glass. Pressure gauge sensing element shall be of SS 316 and movement of SS 304, as a minimum. Pressure gauges shall have SS 304 casing.

7.2.2.3 Pressure gauges shall have an accuracy of ±1% of URV as a minimum. Differential pressures gauges may have an accuracy of 2% of URV. Range shall be so selected that gauge normally operates in middle third of the scale and shall confirm to IS-3624 standard dials whenever possible.

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 142 of 318

ENGINEERS fg ,ell fail& INDIA LIMITED

(A Govt of Incha Undettaking)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 15 of 21 Rive, elezne oacr.1)

7.2.2.4 The pressure element shall be Bourdon, diaphragm or bellows depending upon process condition.

7.2.2.5 Over range protector and pulsation dampener, whenever used, shall be of SS 304, as a minimum. Pulsation dampener shall be used for all pulsating services. It shall be floating pin type, externally mounted and externally adjustable.

7.2.2.6 Pressure gauge shall have 1/2" NPT (M) bottom connection except for diaphragm seal where 1.5" flanged connection shall be used in general.

7.2.2.7 Diaphragm seals, filled type or mechanical type shall be furnished for congealing and viscous services where plugging of the element may occur or where suitable material is not available in highly corrosive services. When chemical seals are required, they shall be of the clean out type with flushing connection. Where vibrations and pressure fluctuations are expected, glycerine filled type shall be used.

7.2.3 Pressure / Differential Pressure Transmitter

7.2.3.1 Pressure/ Differential pressure transmitter shall be Field bus/ SMART type as specified in Job Specific Requirements and shall have electronic state-of-art capacitance or any other type of sensor meeting all functional specifications. Element material for transmitters shall be SS316, as a minimum.

7.2.3.2 The transmitter shall be microprocessor based and it shall incorporate a non-volatile memory which shall store complete configuration data of transmitter and sensor characterization. All necessary signal conversions, including conversion to produce output with the required protocol shall be carried out in the transmitter electronics. The configuration data of the instruments shall be stored in a non-volatile memory such that this remains unchanged because of power fluctuations or power off condition. In case vendor standard instrument has battery backed RAM, vendor to ensure that battery drain alarm is provided as diagnostic maintenance message. Transmitter shall also run complete diagnostic subroutines and shall provide diagnostic alarm messages for sensor as well as transmitter healthiness. In the event of detection failure, the output shall be driven to a predefined value, which shall be field configurable.

7.2.3.3 Diaphragm seal element with capillary shall be used for congealing, corrosive and highly viscous services. In these cases the flange material shall be in accordance with piping classes. The flange size for pressure transmitters shall be 1.5" & for differential pressure transmitter shall be 3". Spacer ring shall be provided along with vent and drain. Spacer ring material shall be same as the diaphragm material (minimum SS 316). Capillary shall be minimum AISI 316SS with AISI 304 SS armouring. Length of capillary shall be minimum 5m for each side. Seal fluid shall be suitable for the process temperature.

7.2.3.4 The rangeability and accuracy of transmitters shall be as below:

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

Direct 760 mm WC and above Equal to or better than ±0.075%

Direct Less than 760 mm WC Equal to or better than ±0.15%

Diaphragm seal 500 mm WC and above Equal to or better than ±0.25%

Diaphragm seal Less than 500 mm WC Equal to or better than ±0.5%

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

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

Page 143 of 318

lafaeiei r s

1.11M riecnie 431,ACIrrfl) (A Govt of India Undertaking (

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 16 of 21

ENGINEERS INDIA LIMITED

7.2.3.5 As a minimum, pressure and differential pressure Transmitter shall meet the following requirement :

Update rate for Pressure and Differential Pressure transmitters shall be at least 125msec (8 times per second).

- Field transmitter with range of 760mmwc or more shall have a response time of 500 milliseconds or better and transmitter with range below 760mmwc, shall have response time 1 second or better. The response time of the transmitter shall be considered as the sum of dead time and 63.2% step response time of the transmitter.

- Foundation field bus digital transmitter block execution time shall not be more than 50milisecond for Analog input block, input selector block, Arithmetic block, signal characterizer block and integrator block

- Unless specified otherwise, the over-range/static pressure protection of the transmitter shall be as follows

Range of Transmitter Over range/ static pressure

Pressure Transmitter (kg/cm2)

Differential Pressure Transmitter(kg/m 2)

20 0 <0<250 mmWC 20 250 < 0 < 1000 mm WC 45 52 1000 < 0 < 5000 mm WC 45 70 5000 < 0 < 10000 mm WC 45 160 1 < 0 < 10 kg/cm2 52 160 10 < 0 < 100 kg/cm2 160 210 > 100 kg/cm2 210 210

7.2.3.6 However, if the Over range/ static pressure value specified above is less than the maximum/ design pressure of service conditions, offered instrument shall be suitable for the maximum/ design pressure.

7.2.3.7 All transmitters shall have an integral output meter (LCD type Display output, user configurable in engineering units). Remote mounted meters may be provided if required in addition.

7.2.4 Fieldbus Instruments Specifications

7.2.4.1 All instruments must satisfy the requirements of the field bus registration Laboratory with applicable checkmark of foundation field bus.

7.2.4.2 All instruments shall be polarity in-sensitive. Also transmitter shall have LAS capability whenever specified in data sheet.

7.2.4.3 All instruments shall have Analog Input (AI) block and Proportional, Integration and differential (PID) control block, as a minimum.

7.2.4.4 All instruments must be interoperable and shall have valid interoperability test clearance like ITK latest version for foundation field bus or equivalent for profibus PA, as applicable.

7.2.4.5 The field bus instruments shall support peer to peer communication with two wire communication and bus powered supply.

7.2.4.6 The field bus instruments in hazardous area shall be certified as per entity concept or FISCO approved as specified in purchaser's data sheets.

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 144 of 318

ENGINEERS 5fga g INDIA LIMITED

IA Govt of India Undertaking)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 17 of 21 fawn vIrcAte tn ■ JvcnvO

7.2.4.7 All instruments shall support to EDDL or FTD/DTM requirements.

7.2.4.8 Internal software shall be configured by the vendor including the following information such as serial number, Device Tag (Tag Number) and Process description.

7.2.4.9 All instruments shall be capable of supporting incremental Device descriptor (DD) for extra functionality and /or software revisions in device memory. Also compatible DD files shall be furnished to the purchaser along with the transmitter.

7.2.4.10 Fieldbus based field indicator shall be able to indicate all signals available in the fieldbus segment, selectively.

7.2.5 Mandatory Spares

7.2.5.1 Pressure Gauges, Pressure/ Differential Pressure Transmitters- 10% subject to minimum 1 No. of each type and size.

7.2.6 Proven Track Record

7.2.6.1 All the instruments as being offered / supplied should have been operating trouble —free under similar process conditions for at least 6 months.

7.2.7 Vendor List

7.2.7.1 Vendor list for instrumentation items shall be attached to the MR as per Project philosophy. Vendor to follow the same. For items not appearing in vendor list, vendor shall furnish proposed sub-vendor list for purchaser's approval.

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

Page 145 of 318

401 ei Ifgar iaffleg

Clemie ONJEICRA)

ENGINEERS INDIA LIMITED (A Goal of India Undertaking)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 18 of 21

SECTION-3: GENERAL

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL —All rights reserved

Page 146 of 318

ENGINEERS INDIA LIMITED c_fElF) $1?-ar €12-eg

Ie rrefore onager,/ (A Govt of India Undertaking)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 19 of 21

8.0 INSPECTION & TESTING

8.1 Equipment shall be subjected to stagewise inspection and testing at vendor's/subvendor's works by purchaser/its authorised inspection agency. Vendor shall submit Quality Assurance (QA) procedures before commencement of fabrication. Inspection and Test Plan for Basket Filter (Doc. No. 6-81-0029) shall form the basis of QA Procedure. Approved QA procedures shall form the basis for equipment inspection.

8.2 Testing at vendor's works shall include the following:

a) Non destructive tests such as radiography, DP/MP Test, etc.

b) Charpy Impact test, wherever applicable

c) PWHT as per ASME code.

d) Hydrostatic test as per ASME code.

e) Review of Material test certificates

0 Review of welder qualification and welding procedure

g) All instrumentation test as per instrumentation specification

h) Any other tests as per data sheets/standards/codes.

The Vendor shall furnish all material test certificates for scrutiny by Purchaser/ its authorized inspection agency.

8.3 Pressure Testing

All vessels shall be hydrostatically or pneumatically tested as per the code. Necessary precaution shall be taken to guard against the risk of brittle fracture during hydrostatic test. Test water temperature shall not be lower than 17°C plus minimum design metal temperature meeting the requirements of UG-99 of ASME Sec.VIII Div.1 .

8.4 Radiography/ Non-destructive Testing

8.4.1 The extent of radiography shall be as specified in the data sheet. In no case, the radiographic examination shall be less than that specified in the code. However, spot radiography is the minimum requirement for all vessels.

8.4.2 When spot radiography is specified, the following requirements shall supplement the requirements specified in ASME Section VIII Division 1:

i) All T joints shall be radiographed.

ii) Minimum 5% of total weld length excluding T joints shall be radiographed.

8.4.3 All nozzles fabricated from plate irrespective of thickness of plate shall be 100% radiographed.

8.4.4 All nozzle to shell welds (Root and Final run) shall be examined by magnetic particle/Dye penetrant test. Nozzle to shell welds for thickness greater than 25mm shall be examined by Ultrasonic Testing.

In case Vendor want to perform UT by TOFD/PAUT technique in lieu of RT, the same is acceptable subject to the following:

a) Thickness of plate is greater than 38mm.

b) With Code Case 2235, Automated UT incorporating TOFD and pulse echo probes or TOFD and Phased Array mounted on the same chassis that automatically traverses

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

Page 147 of 318

ENGINEERS ligar fafi INDIA LIMITED

erelA2

0M ,3WRA)

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 20 of 21

(A Soot al India Undertaking)

along the joints to be inspected and displaying both results simultaneously on a single screen may be considered in lieu of RT.

c) Calibration block of similar material/thickness shall be used. Calibration block shall have suitable notches to simulate longitudinal as well as transverse cracks on outside and inside surface. Setup should be capable of detecting defects on outside as well as inside while scanning from one surface only.

d) The system that is proposed to be deployed in lieu of radiography shall be submitted along with the track record prior to use for EIL review. The vendor shall demonstrate successfully the capability of AUT machine and the defects evaluation in the same screen during the site visit of EIL inspector/EIL representative. Based on which, the approval of the parties and their AUT system shall be given.

e) Qualified NDT persons shall be deployed.

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

9.0 PROTECTION AND PAINTING

Surface preparation and painting shall be as per attached painting specification suitable for industrial environment as specified in job specification for all carbon steel parts including final coat in shop & supply of paint for touch up at site of any damage to painting during transportation and site installation. Field painting mentioned anywhere in the MR implies shop painting.

10.0 PACKAGING AND IDENTIFICATION

10.1 All packaging shall be done in such a manner as to reduce the volume. The equipment may be dismantled into major components, suitable for shipment and shall be properly packed to provide adequate protection during shipment. All assemblies shall be properly match marked for site erection.

10.2 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.

10.3 Detailed packing list in water-proof envelope shall be inserted in the package together with equipment.

10.4 Each equipment shall have an identification plate giving salient equipment data, make, year of manufacture, equipment number, name of manufacturer etc.

11.0 SPARE PARTS

11.1 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.

11.2 Recommended spares and their quantities should take into account related factors of equipment reliability, effect of equipment downtime upon production or safety, cost of parts and availability of vendor's service facilities around the proposed location of equipment.

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL—All rights reserved

Page 148 of 318

ENGINEERS $"gar fitaleg INDIA LIMITED

(A Govt of India UndettakM

STANDARD MR SPECIFICATION

FOR BASKET FILTER

STANDARD SPECIFICATION No.

6-24-0303 Rev. 2

Page 21 of 21 aiR71 c.ieare 370,73)

11.3 Vendor shall also submit a list of commissioning spares with quantities. The commissioning spares shall be sufficient for trouble free commissioning of the system at site. Any commissioning spares required during commissioning, over and above, the commissioning spares supplied, shall be made available by the vendor without any cost and time implication to purchaser. If for any reason, during commissioning, vendor needs to utilise spares from 2 years' operation spares, the same shall be replenished by vendor within a reasonable time without any cost implication to purchaser. Any unused commissioning spares shall be handed over to owner.

12.0 ORDER OF PRECEDENCE

In case of conflict among various documents, in general following order of precedence shall govern.

- Job specification

- Process Data Sheet/P&ID

- Mechanical Data Sheet

- This standard MR specification

- EIL codes and standards

- Other codes and standards

However, all conflicts / discrepancies in the above mentioned documents shall be submitted to EIL/ Owner for approval and EIL/Owner decision shall be final without commercial Implication.

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

Page 149 of 318

DOCUMENT No.

B185-000-80-43-DS-4010 Rev. A

Page 1 of 3

DATA SHEET

FOR

BASKET FILTERS

A 03.04.2019 ISSUED WITH MR RP/NJB RRS NK

Rev. Date Purpose Prepared Checked Approved

No. by by by

DATASHEET

FOR

BASKET FILTERS

Page 150 of 318

1

2

3

4

5 n o

6

7

8

9

10

11

12

13

14

15

16

17

18

19 o

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44

45

46

47

48 n o o

49 o

50

51

52

53

54

55

56

57

58

59

60

PAGE 2 OF 3

Rev. DatePrepared

By

Checked

By

Approved

By

Notes:

1) Filled in data sheet shall be submitted during detail engineering (*- to be filled by vendor).

A 03.04.2019 RP/NJB RRS NK

2) Refer PDS (Doc. No.B185-010-02-42-DS-1901)

3) Refer PMS (B185-000-83-41-SP-0010)

Impact test

As per code

(for flanges refer PMS)Hydrotesting As per code

Painting Refer doc no. 6-79-0020

Radiography FULL (100%) ASME "U" STAMP Yes (for QOC)

DP /MP test As per code PWHT As per code

Material test certificate Required during Inspection

Saddle

Insulation Cleat Not Applicable Bracket

INSPECTION, TESTING AND PAINTING

Operating/Hydrotest Weight,kg */* Empty Weight of vessel / basket , kg * / *

ACESSORIES

Davit for QOC YesVessel Support Type

Leg Skirt

DIMENSIONS AND WEIGHTS

Filter basket, ODxLength, mm * Shell Diameter (ID), mm *

Inlet flange to outlet flange, (mm) * TL-TL / Overall Height, mm * / *

Head connection * Wire Diameter,mm *

Flange finish Refer PMS Mesh no. / particle size, µm * / *

DESIGN AND CONSTRUCTION

Basket Area (Gross/Free) mm2 * / * Actual Press. drop across the filter in clean condition, kg/cm

2 *

Fixing detail of basket * Flange Type *

Gaskets SP.WND SS316 + GRAFIL Stud Bolts/Nuts (External) - Pr. Parts Refer PMS

Other Internals SS 304 L

Filter Element SS316L

Vessel support SA 516 Gr.70/IS 2062 Gr. B Nozzles SA 106 Gr.B

Refer PMS for MOC

(including charpy test) .Nozzle Flanges

MATERIAL OF CONSTRUCTION (MOC)

Shell SA 516 Gr. 70 Cover flange for QOC SA350LF2

QOC SA350LF2Dished end

Reinforcement Pad SA 516 Gr. 70

SA 516 Gr. 70

Drain Pressure gauge

Vent Safety Valve Inlet

Outlet Flushing Connection

Inlet Utility Connection

3

NOZZLE DETAILS "*"(Nozzle details shall be as per PDS and P&ID of the item)

Service: Size, inch Rating (#) Size, inch Rating (#)

Element differential (bursting)pressure (kg/cm2) 5.0 Steam pressure,kg/cm2g Not Applicable

Steam Tracing (refer PDS) Yes o No n Corrosion allowance {body} (mm)

Yes No n

MDMT 0 ° C Steam temp. (Deg C) Not Applicable

Is design for IBR code required Yes o No n Is vessel subjected to steam out conditions

n

Design Temp (Deg C) Refer PDS Is design for NACE code required Yes o No n

Design Pressure, (kg/cm2 g) Refer PDS Full vacuum design required Yes o No

Viscosity,(cP) @ op. pr. & Temp. Refer PDS Max allowable pressure drop (Dirty/Clean), (kg/cm2) Refer PDS

DESIGN CONDITIONS (Note-2)

Design Code:ASME Sec VIII Div. 1 and its latest addendum.

Inlet temp, Deg C Refer PDS Inlet pressure (kg/cm2 g) Refer PDS

Density (kg/m3)@ op. pr.&Temp. Refer PDS Clear Mesh Opening,mm Refer PDS

Minimum Corrosive Constituents Refer PDS

Particle retention size, µm Refer PDS Surface tension,(dyne/cm),

OPERATING CONDITIONS

Flow Rate (m3/hr), Normal Refer PDS Fluid handled / Service GAS OIL (HSD)

Maximum Refer PDS Filtration Efficiency,% Refer PDS

Type : Basket Filter Configuration: Vertical Horizontal

Vendor : * Model no. : *

Client : NRL Item no. : 010-GN-BK-101A/B Quantity : Two (1W+1S)

GENERAL INFORMATION

Project :INDO-BANGLA FRIENDSHIP PIPELINE PROJECT

Job No. : B185

Unit : Dispatch station at Siliguri Unit no. : 010

Format No. 1644-DS-102 Rev. 0 Copyrights EIL – All rights reserved

Page 151 of 318

1

2

3

4

5 n o

6

7

8

9

10

11

12

13

14

15

16

17

18

19 o

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44

45

46

47

48 n o o

49 o

50

51

52

53

54

55

56

57

58

59

60

PAGE 3 OF 3

SS 304 LOther Internals

Material test certificate Required during Inspection

Rev. DatePrepared

By

Checked

By

Approved

By

3) Refer PMS (B185-000-83-41-SP-0010)

A 03.04.2019 RP/NJB RRS NK

Painting Refer doc no. 6-79-0020

Notes:

1) Filled in data sheet shall be submitted during detail engineering (*- to be filled by vendor).

2) Refer PDS (Doc. No.B185-030-02-42-DS-1901)

DP /MP test As per code PWHT As per code

Impact test

As per code

(for flanges refer PMS)Hydrotesting As per code

INSPECTION, TESTING AND PAINTING

Radiography FULL (100%) ASME "U" STAMP Yes (for QOC)

ACESSORIES

Davit for QOC YesVessel Support Type

Leg Skirt Saddle

Insulation Cleat Not Applicable Bracket

Inlet flange to outlet flange, (mm) * TL-TL / Overall Height, mm * / *

Operating/Hydrotest Weight,kg */* Empty Weight of vessel / basket , kg * / *

Flange finish Refer PMS Mesh no. / particle size, µm * / *

DIMENSIONS AND WEIGHTS

Filter basket, ODxLength, mm * Shell Diameter (ID), mm *

Fixing detail of basket * Flange Type *

Head connection * Wire Diameter,mm *

DESIGN AND CONSTRUCTION

Basket Area (Gross/Free) mm2 * / * Actual Press. drop across the filter in clean condition, kg/cm

2 *

Vessel support SA 516 Gr.70/IS 2062 Gr. B Nozzles SA 106 Gr.B

Gaskets SP.WND SS316 + GRAFIL Stud Bolts/Nuts (External) - Pr. Parts Refer PMS

Reinforcement Pad SA 516 Gr. 70Nozzle Flanges Refer PMS for MOC

(including charpy test) .Filter Element SS316L

MATERIAL OF CONSTRUCTION (MOC)

Shell SA 516 Gr. 70 Cover flange for QOC SA350LF2

Dished end SA 516 Gr. 70 QOC SA350LF2

Drain Pressure gauge

Vent Safety Valve Inlet

Outlet Flushing Connection

Inlet Utility Connection

3

NOZZLE DETAILS "*"(Nozzle details shall be as per PDS and P&ID of the item)

Service: Size, inch Rating (#) Size, inch Rating (#)

Element differential (bursting)pressure (kg/cm2) 5.0 Steam pressure,kg/cm2g Not Applicable

Steam Tracing (refer PDS) Yes o No n Corrosion allowance {body} (mm)

Yes No n

MDMT 0 ° C Steam temp. (Deg C) Not Applicable

Is design for IBR code required Yes o No n Is vessel subjected to steam out conditions

n

Design Temp (Deg C) Refer PDS Is design for NACE code required Yes o No n

Design Pressure, (kg/cm2 g) Refer PDS Full vacuum design required Yes o No

Viscosity,(cP) @ op. pr. & Temp. Refer PDS Max allowable pressure drop (Dirty/Clean), (kg/cm2) Refer PDS

DESIGN CONDITIONS (Note-2)

Design Code:ASME Sec VIII Div. 1 and its latest addendum.

Inlet temp, Deg C Refer PDS Inlet pressure (kg/cm2 g) Refer PDS

Density (kg/m3)@ op. pr.&Temp. Refer PDS Clear Mesh Opening,mm Refer PDS

Minimum Corrosive Constituents Refer PDS

Particle retention size, µm Refer PDS Surface tension,(dyne/cm),

OPERATING CONDITIONS

Flow Rate (m3/hr), Normal Refer PDS Fluid handled / Service GAS OIL (HSD)

Maximum Refer PDS Filtration Efficiency,% Refer PDS

Type : Basket Filter Configuration: Vertical Horizontal

Vendor : * Model no. : *

Client : NRL Item no. : 030-GN-BK-101A/B Quantity : Two (1W+1S)

GENERAL INFORMATION

Project :INDO-BANGLA FRIENDSHIP PIPELINE PROJECT

Job No. : B185

Unit : Receipt station at Parbatipur Unit no. : 030

Format No. 1644-DS-102 Rev. 0 Copyrights EIL – All rights reserved

Page 152 of 318

VENDOR DATA REQUIREMENTS

FOR

BASKET FILTERS

A 03-APR-2019 ISSUED WITH MR RP/NJ RRS NK

Rev.No.

Date Purpose Prepared by Checked by Approved by

VENDOR DATA REQUIREMENTSFOR

BASKET FILTERS of 3

Document No.B185-000-80-43-VDR-4010

Rev. A

Page 1

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

Page 153 of 318

VENDOR DATA REQUIREMENTS

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

BASKET FILTERS

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. List of recommended spare parts for 2(two)years normal operation and maintenance (withitemized price)

2. List of commissioning spares

3. List of Mandatory Spares

4. List of Special Tools & Tackles, if any

5. GA drawing of basket filters (for each filtertag.no. & installation location) including cross -section drawing showing major dimensions,basket fixing & stiffening details, Material ofConstruction (MOC), nozzle orientation detailswith load data & foundation plan.

6. Mechanical design calculations for each filtervessels(Only software based vessel designcalculations preferably (PVelite) shall besubmitted. No manual calculation shall beaccepted.)

7. Filled in Data Sheets

8. Schedule of quantity for insulating material

9. As Built Drawings Part of final documentsubmission

10. Quality Assurance Plan @

11. Test Certificates - Material Test Certificates @

12. Test Certificates - Manufacturer's testcertificate for sub-ordered items

@

13. Test Certificates - Hydrostatic Test Certificate @

14. Test Certificates - Charpy impact test reports @

15. Test Certificates - Non destructive test reports @

16. Test Certificates - Dimensional Check @

17. Test Certificates - PWHT Test Reports @

18. Any other Test Report, as required @

19. Installation, operation & maintenance manualscontaining all certified drawings & documents

Part of final documentsubmission

20. Basket sizing calculations GA & designcalculations shall besubmitted afterapproval of basketsizing calculationsonly.

VENDOR DATA REQUIREMENTSFOR

BASKET FILTERS of 3

Document No.B185-000-80-43-VDR-4010

Rev. A

Page 2

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

Page 154 of 318

Notes :

1. "TICK" denotes applicability

2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).

3. All post order documents shall be submitted / approved through EIL eDMS portal

4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to

submission through EIL eDMS.

5. Refer - 6-78-0001: Specification for quality management system from Bidders.

6. Refer - 6-78-0002: Specification for documentation requirements from Contractors.

7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.

8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /

contractor / supplier during finalization of Document Control Index (DCI).

9. "@" indicates submission of documents to Inspection Agency.

10. Bill of Material shall form part of the respective drawing.

VENDOR DATA REQUIREMENTSFOR

BASKET FILTERS of 3

Document No.B185-000-80-43-VDR-4010

Rev. A

Page 3

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

Page 155 of 318

FILTERDocument No.

PROCESS DATA SHEETRev. No.

PROJECT

UNIT NO.JOB NO.

CLIENT

UNIT

Indo-Bangla Friendship Pipeline Project NRL

B185-030-02-42-DS-1901

Receipt Station at Parbatipur 030

1

B185

Page 1 of1

ITEM NO.

TYPE

OPERATING CONDITIONS

NORMAL

MAXIMUM

MINIMUM

INLET PRESSURE

INLET TEMPERATURE

ALLOWABLE PRESSURE DROP

SIZE OF PARTICLES TO BE REMOVED

FILTERATION EFFICIENCY

CORROSIVE COMPONENTS

FLUID PROPERTIES @ OPERATING P & T

DENSITY

PRESENCE OF CORROSIVE COMPONENTS

VISCOSITY

MECHANICAL DATA

DESIGN TEMPERATURE

MATERIAL OF CONSTRUCTION

DESIGN PRESSURE

BODY

FILTER ELEMENT

CORROSION ALLOWANCE

BODY

FILTER ELEMENT

SERVICE

030-GN-BK-101A/B

GAS OIL (HSD)

BASKET FILTER

152

M3/HR 175

M3/HR

KG/CM2 G 2 - 5

deg C 05 - 40

KG/CM2 G 0.2 MAX. (CLEAN) / 0.5 MAX. (DIRTY)

MICRON

FLOW RATE

<=40 MESH

> 98%

KG/M3 825

CP 2.5 - 5.0 CSt (25 - 40 DEG C)

KG/CM2 G 70

DEG C 0/65

CS

SS (WIRE MESH) NOTE-3

3.0

M3/HR

NOZZLE DETAILS

SERVICERATINGNUMBER SIZE, IN RevMARK

INLET600#1 8I

OUTLET600#1 8O

DRAIN600#1 4D

VENT600#1 2V

UTILITY CONNECTION600#1 2UC

1

(1W+1S)

1 REFER TO P & ID NUMBER B185-02-42-030-1113 FOR DETAILS.

2 FILTERS SHALL BE DESIGNED FOR A MAXIMUM FLOWRATE OF 175 M3/HR.

3 FILTER ELEMENT MUST WITHSTAND A DIFFERENTIAL PRESSURE OF 5.0 KG/CM2 WITHOUT CRACKING AND FAILING.

4 FILTER COVER (DOOR) SHALL BE QUICK OPENING / CLOSING TYPE. DOOR OPENING MECHANISM TO BE CONSTRUCTED SUCH

THAT THE DOOR CANNOT BE OPENED UNLESS THE FILTER IS FULLY DEPRESSURIZED.

NOTES

1 Issued For Engineering ABHINEET28-MAR-2019 BAJRANG ABHINEET

0 Issued For Engineering HKP31-JAN-2019 BAJRANG ABHINEET

A Issued For Comments HKP17-OCT-2018 ABHINEET ABHINEET

Approved ByReviewed ByPrepared ByPurposeDateRev. No.

Page 156 of 318

FILTERDocument No.

PROCESS DATA SHEETRev. No.

PROJECT

UNIT NO.JOB NO.

CLIENT

UNIT

Indo-Bangla Friendship Pipeline Project NRL

B185-010-02-42-DS-1901

Dispatch Station at Siliguri 010

2

B185

Page 1 of1

ITEM NO.

TYPE

OPERATING CONDITIONS

NORMAL

MAXIMUM

MINIMUM

INLET PRESSURE

INLET TEMPERATURE

ALLOWABLE PRESSURE DROP

SIZE OF PARTICLES TO BE REMOVED

FILTERATION EFFICIENCY

CORROSIVE COMPONENTS

FLUID PROPERTIES @ OPERATING P & T

DENSITY

PRESENCE OF CORROSIVE COMPONENTS

VISCOSITY

MECHANICAL DATA

DESIGN TEMPERATURE

MATERIAL OF CONSTRUCTION

DESIGN PRESSURE

BODY

FILTER ELEMENT

CORROSION ALLOWANCE

BODY

FILTER ELEMENT

SERVICE

010-GN-BK-101 A/B

GAS OIL (HSD)

BASKET FILTER

152

M3/HR 175

M3/HR

KG/CM2 G 3 - 6

deg C 05 - 40

KG/CM2 G 0.2 MAX. (CLEAN) / 0.5 MAX. (DIRTY)

MICRON

FLOW RATE

<=40 MESH

> 98%

KG/M3 825

CP 2.5 - 5.0 CSt (25 - 40 DEG C)

KG/CM2 G 13

DEG C 0/65

CS

SS (WIRE MESH) NOTE-3

3.0

M3/HR

NOZZLE DETAILS

SERVICERATINGNUMBER SIZE, IN RevMARK

INLET150#1 8I

OUTLET150#1 8O

DRAIN150#1 4D

VENT150#1 2V

UTILITY CONNECTION150#1 2UC

2

(1W+1S)

1 REFER P&ID NUMBER B185-02-42-010-1111 FOR DETAILS.

2 FILTERS SHALL BE DESIGNED FOR A MAXIMUM FLOWRATE OF 175 M3/HR.

3 FILTER ELEMENT MUST WITHSTAND A DIFFERENTIAL PRESSURE OF 5.0 KG/CM2 WITHOUT CRACKING AND FAILING.

4 FILTER COVER (DOOR) SHALL BE QUICK OPENING / CLOSING TYPE. DOOR OPENING MECHANISM TO BE CONSTRUCTED SUCH

THAT THE DOOR CANNOT BE OPENED UNLESS THE FILTER IS FULLY DEPRESSURIZED.

NOTES

2 Issued For Engineering ABHINEET28-MAR-2019 BAJRANG ABHINEET

1 Issued For Engineering HKP31-JAN-2019 BAJRANG ABHINEET

0 Issued For Engineering HKP31-JAN-2019 BAJRANG ABHINEET

A Issued For Comments ABHINEET17-OCT-2018 ABHINEET HKP

Approved ByReviewed ByPrepared ByPurposeDateRev. No.

Page 157 of 318

Page 158 of 318

Page 159 of 318

Page 160 of 318

PIPING MATERIAL SPECIFICATION

Template No. 5-0000-0001-T1 Rev. 1 Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010Page 1 of 18

PIPING MATERIAL SPECIFICATION

Client :

Project :

Location :

NRL

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPUR

Rev. No Purpose Prepared by Checked by

0 ISSUED FOR ENGINEERING

Date

12/02/2019

Approved by

Job No. : B185

Spec Name : B185-000-83-41-SP-0010

Spec Desc. : PMS

Dept/Sec. : 83/41

VS PN/ GDS MSG

Page 161 of 318

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Template No. 5-0000-0001-T2 Rev.

Page 2 of 18

Abbreviations:

Page 162 of 318

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Template No. 5-0000-0001-T2 Rev.

Page 3 of 18

CONTENTS

Sl. No. Description Pages

1

2

3

Piping Material Specifications (B185-000-83-41-SP-0010) Rev 0

Annexure-I, Job Piping Material Specification General Notes, (B185-000-83-41-SP-0010-AI)Rev 0.

Annexure -II, Piping Material Specification Extracts, (B185-000-83-41-SP-0010-AII) Rev. 0.

Page 163 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 4 of 18

PIPING MATERIAL SPECIFICATION INDEX

Sl. NoPipingClass Rating C.A Spl.

Reqt.Basic Material Service Remarks

AA1A

AA1K

DA1A

150

150

600

1.5

0

1.5

CARBON STEEL

SS 304

CARBON STEEL

NON CORROSIVE/ FLAMMABLE / NONFLAMMABLE/ NON LETHAL -PROCESS &HYDROCARBONS; LUBE OIL BEFORE FILTER;AMMONIA, STEAM & CONDENSATE (NONIBR); UTILITIES- INST AIR(BEYOND A3A),PLANT AIR, NITROGEN, CARBONDIOXIDE;WATER - BEYOND A3A AND A10A; INOFFSITES ONLY BEYOND A10A;

PURE NON CORROSIVE OR MILD CORROSIVEHYDROCARBONSFLAMMABLE/NON FLAMMABLE & NONLETHAL HYDROCARBONS, LUBE OIL (AFTERFILTERS), CHEMICALS ETC.

NON CORROSIVE PROCESS - FLAMMABLE /NON FLAMMABL AND NON LETHAL -PETROLEUM PRODUCTS: FO. FG, SWEET GAS,INHIBITOR SOLUTION, NH3, BRINE (MINUS 10DEG C), CO2,

1

2

3

Notes : 1. For PMS General notes refer Annexure-I of this document

2. For PMS Extracts refer Annexure - II of this document.

Page 164 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 5 of 18

AA1APIPE CLASS :150RATING :CARBON STEELBASE MATERIAL : 1.5CORROSION ALLOWANCE : SPECIAL REQUIREMENT :

MM

SERVICENON CORROSIVE/ FLAMMABLE / NON FLAMMABLE/ NON LETHAL -PROCESS & HYDROCARBONS; LUBE OIL BEFOREFILTER; AMMONIA, STEAM & CONDENSATE (NON IBR); UTILITIES- INST AIR(BEYOND A3A), PLANT AIR, NITROGEN,CARBONDIOXIDE; WATER - BEYOND A3A AND A10A; IN OFFSITES ONLY BEYOND A10A;

NOTES101

102

103

104

105

106

107

109

111

112

ALL VENTS & DRAINS, INCLUDING HYDROTEST VENTS & DRAINS, SHALL BE PROVIDED WITH PLUG VALVE & BLINDFLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN THE PIPING & INSTRUMENTATION DIAGRAM.PIPING DESIGN AS PER ASME B 31.4, OISD 141 & PNGRB-G.S.R INFRA/T4S/P&PPPL/01/2014.

PIPING DESIGN AS PER ASME B 31.4, OISD 141 & PNGRB.

ALL VALVES SHALL BE AS PER THE APPLICABLE VALVE DATA SHEETS AS LISTED IN ANNEXURE-II OF THISSPECIFICATION.NDT OF WELDS WITHIN THE TERMINALS SHALL BE AS FOLLOWS:RADIOGRAPHY : 100% FOR ALL BUTT WELDS; MPI : 100% FOR ALL SOCKET WELDS. ALL OTHER REQUIREMENTSSHALL BE AS PER SPECIFICATION NO. 6-44-0016.FOR STRAINERS REFER DATA SHEETS AS LISTED IN ANNEXURE-II OF THIS SPECIFICATION.

ALL STUD BOLTS AND NUTS SHALL BE HOT DIPPED GALVANIZED AS PER ASTM A 153.

CHARPY TESTING REQUIRED.

ASTM A694 GR.52 SOCKOLETS, ASTM A694 GR.F52 (CHARPY) WELDOLETS SHALL BE USED FOR BRANCHCONNECTION WHERE RUN PIPE SIZE IS 16 INCH TO 24 INCH AND MATERIAL IS API 5L GR.X52 PSL2.ASTM A 105 SOCKOLET, ASTM A 105 (CHARPY) WELDOLETS SHALL BE USED FOR BRANCH CONECTION WHERE RUNPIPE SIZE IS BELOW 16 INCH AND MATERIAL IS API 5L GR. B PSL-2/ ASTM A 106 GR. B, ASTM A 106 GR.B (CHARPY).

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODEMAINTAINENCEJOINTS

PIPE JOINTS

DRAINS

VENTS

TEMP.CONN

PRESS.CONN

ALL

1.5" & BELOW

2.0" & ABOVE

ON LINES <= 1.5"

ON LINES >= 2.0"

ON LINES <= 1.5"

ON LINES >= 2.0"

1.5"

.75"

FLANGED, TO BE KEPT MINIMUM

SW COUPLING

BUTTWELDED

REFER EILSTD 7-44-0350, DF3

AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

REFER EIL STD. 7-44-0350, VF3

AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

FLANGED, INSTALLATION AS PER EIL STD 7-44-0353, EXCEPTSKIN TEMPERATURE MEASUREMENT

SW PLUG VALVE UNLESS OTHERWISE INDICATED IN P & ID

TEMP

PRESS 20.03 20.03 18.28

0 38 93

Sheet 1 of

TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS

Pipe Class : AA1A

AA1A

5

Page 165 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 6 of 18

Sheet 2 ofPipe Class : AA1A

T T T T S S S S S S S S S S S S S0.5T T T T S S S S S S S S S S S S0.75

T T T S S S S S S S S S S S S1.01.25

T T T T S S S S S S S S S S1.5T T T W W W W W W W W W W2.0

2.5T T T W W W W W W W W W3.0

3.5T T T T W W W W W W W4.0

5.0T T T T T T W W W W6.0

T T T T T T T W W8.0T T T T T T T T10.

T T T T T T T12.T T T T T T14.

T T T T T16.T T T T18.

T T T20.T T22.

T24.26.28.30.32.34.36.38.40.42.44.46.48.50.52.54.56.58.60.62.64.66.68.70.72.

.500

.750

1.0

00

1.2

50

1.5

00

2.0

00

2.5

00

3.0

00

3.5

00

4.0

00

5.0

00

6.0

00

8.0

00

10.

000

12.

000

14.

000

16.

000

18.

000

20.

000

22.

000

24.

000

BR

AN

CH

PIP

E (

SIZ

E I

N I

NC

HE

S)

0.50.751.01.251.52.02.53.03.54.05.06.08.010.12.14.16.18.20.22.24.26.28.30.32.34.36.38.40.42.44.46.48.50.52.54.56.58.60.62.64.66.68.70.72.

BR

AN

CH

PIP

E (SIZ

E IN

INC

HE

S)

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION

F

H

P

R

S

T

W

I

X

L

JSADDLE FUSED JT

H. COUPLING

PIPE TO PIPE

REINFORCED

SOCKOLETS

TEES

WELDOLETS

INSTRUMENT TEE

Refer Notes

SWEEPOLET

THREADOLET

AA1A

5

Page 166 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 7 of 18

Sheet 3 ofPipe Class : AA1A

InputId.

Item Type

LowerSize

Upper Size

Sch/Thk DescriptionMaterial

CommodityCode

NoteNoDmn. STD

(Inch) (Inch)

Pipe Group

Flange Group

Fitting Group

Note :(The shaded portion of PMS body shows Field Fabricated Items)

PIPE

PIPE

PIPE

PIPE

PIPE

PIPE

PIPE

PIPE

NIPPLE

NIPPLE

FLNG.SW

FLNG.WN

FLNG.WN

FLNG.BLIND

FLNG.BLIND

FLNG.FIG.8

FLNG.FIG.8

SPCR&BLND

ELBOW.90

ELBOW.90

ELBOW.90

.75

1.5

4

6

14

18

20

24

.75

1.5

1.5

8

24

1.5

24

1.5

8

24

.75

1.5

14

S160

XS

XS

STD

6.4

7.1

7.9

8.7

M

M

M

M

M

M

PE, SEAMLESS

PE, SEAMLESS

BE, SEAMLESS

BE, SEAMLESS

BE, SEAMLESS

BE, SAW

BE, SAW

BE, SAW

PBE, SEAMLESS

PBE, SEAMLESS

150, RF/125AARH

150, RF/125AARH

150, RF/125AARH

150, RF/125AARH

150, RF/125AARH

150, FF/125AARH

150, FF/125AARH

150, FF/125AARH

SW, 6000

SW, 3000

BW, 1.5D

PI21977Z0

PI21977Z0

PI2H717Z0

PI2H717Z0

PIAF817Z0

PIAG516Z0

PIAG516Z0

PIAG516Z0

PN21967Z0

PN21967Z0

FSC0127Z0

FWC9827Z0

FWCA227Z0

FBC0127Z0

FBC9827Z0

FGK0121Z0

FGK9821Z0

FCK9821Z0

WA602D3Z0

WA602D2Z0

WAGM84Z10

B-36.10

B-36.10

B-36.10

B-36.10

API 5L

API 5L

API 5L

API 5L

B-36.10

B-36.10

B-16.5

B-16.5

B-16.5

B-16.5

B-16.5

ASME-B16.48

ASME-B16.48

ASME-B16.48

B-16.11

B-16.11

B-16.9

PIP

PIP

PIP

PIP

PIP

PIP

PIP

PIP

NIP

NIP

FLG

FLG

FLG

FLB

FLB

FEF

FEF

FEF

ELB90

ELB90

ELB90

ASTM A 106 GR.B

ASTM A 106 GR.B

ASTM A 106 GR.B(CHARPY)

ASTM A 106 GR.B(CHARPY)

API 5L GR.B PSL2

API 5L GR.X-52PSL2

API 5L GR.X-52PSL2

API 5L GR.X-52PSL2

ASTM A 106 GR.B

ASTM A 106 GR.B

ASTM A 105

ASTM A 105(CHARPY)

ASTM A 694 GR.F-52 (CHARPY)

ASTM A 105

ASTM A 105(CHARPY)

ASTM A 105

ASTM A 105(CHARPY)

ASTM A 105(CHARPY)

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB(CHARPY)

AA1A

.5

1

2

6

8

16

20

24

.5

1

.5

2

10

.5

2

.5

2

10

.5

1

2

(mm)

5

Page 167 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 8 of 18

Sheet 4 ofPipe Class : AA1A

InputId.

Item Type

LowerSize

Upper Size

Sch/Thk DescriptionMaterial

CommodityCode

NoteNoDmn. STD

(Inch) (Inch)

Fitting Group

Note :(The shaded portion of PMS body shows Field Fabricated Items)

ELBOW.90

ELBOW.45

ELBOW.45

ELBOW.45

ELBOW.45

T.EQUAL

T.EQUAL

T.EQUAL

T.EQUAL

T.RED

T.RED

T.RED

T.RED

REDUC.CONC

REDUC.CONC

REDUC.ECC

REDUC.ECC

SWAGE.CONC

SWAGE.ECC

CAP

CAP

24

.75

1.5

14

24

.75

1.5

14

24

.75

1.5

14

24

14

24

14

24

3

3

.75

1.5

M

M

M

M

M

M, M

M, M

M, M

M, M

M, M

M, M

M, M

M, M

BW, 1.5D

SW, 6000

SW, 3000

BW, 1.5D

BW, 1.5D

SW, 6000

SW, 3000

BW

BW

SW, 6000

SW, 3000

BW

BW

BW

BW

BW

BW

PBE

PBE

SCRF, 6000

SCRF, 3000

WAUG24Z10

WB602D3Z0

WB602D2Z0

WBGM84Z10

WBUG24Z10

WE602D3Z0

WE602D2Z0

WEGM84ZZ0

WEUG24ZZ0

WR602D3Z0

WR602D2Z0

WRGM84ZZ0

WRUG24ZZ0

WUGM84ZZ0

WUUG24ZZ0

WVGM84ZZ0

WVUG24ZZ0

WNHM76ZZ0

WPHM76ZZ0

WF60283Z0

WF60282Z0

MSS-SP75

B-16.11

B-16.11

B-16.9

MSS-SP75

B-16.11

B-16.11

B-16.9

MSS-SP75

B-16.11

B-16.11

B-16.9

MSS-SP75

B-16.9

MSS-SP75

B-16.9

MSS-SP75

BS-3799

BS-3799

B-16.11

B-16.11

ELB90

ELB45

ELB45

ELB45

ELB45

TEQ

TEQ

TEQ

TEQ

TRED

TRED

TRED

TRED

REDC

REDC

REDE

REDE

SWGC

SWGE

CAP

CAP

MSS SP-75GR.WPHY-52

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB(CHARPY)

MSS SP-75GR.WPHY-52

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB(CHARPY)

MSS SP-75GR.WPHY-52

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB(CHARPY)

MSS SP-75GR.WPHY-52

ASTM A 234GR.WPB(CHARPY)

MSS SP-75GR.WPHY-52

ASTM A 234GR.WPB(CHARPY)

MSS SP-75GR.WPHY-52

ASTM A 105(CHARPY)

ASTM A 105(CHARPY)

ASTM A 105

ASTM A 105

AA1A

16

.5

1

2

16

.5

1

2

16

.5

1

2

16

2

16

2

16

.5

.5

.5

1

(mm)

5

Page 168 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 9 of 18

Sheet 5 of 5Pipe Class : AA1A

InputId.

Item Type

LowerSize

Upper Size

Sch/Thk DescriptionMaterial

CommodityCode

NoteNoDmn. STD

(Inch) (Inch)

Fitting Group

O'let Group

Bolt Group

Gasket Group

Note :(The shaded portion of PMS body shows Field Fabricated Items)

CAP

CAP

CPLNG.FULL

CPLNG.FULL

CPLNG.HALF

CPLNG.HALF

CPLNG.LH

CPLNG.LH

CPLNG.RED

CPLNG.RED

SOCKOLET

SOCKOLET

SOCKOLET

SOCKOLET

WELDOLET

WELDOLET

WELDOLET

BOLT.STUD

GASKET

14

24

.75

1.5

.75

1.5

.75

1.5

.75

1.5

.75

1.5

1.5

.75

4

8

4

24

24

M

M

M,S160

M,STD

M, XS

BW

BW

SW, 6000

SW, 3000

SW, 6000

SW, 3000

SW, 6000

SW, 3000

SW, 6000

SW, 3000

SW, 6000

SW, 3000

SW, 6000

SW, 6000

BW

BW

BW

SPIRAL, 150

WFGM84ZZ0

WFUG24ZZ0

WJ602D3Z0

WJ602D2Z0

WK602D3Z0

WK602D2Z0

WL602D3Z0

WL602D2Z0

WM602D3Z0

WM602D2Z0

YSS02D3Z0

YSS02D2Z0

YSSC3D3Z0

YSSC3D3Z0

YWSM74ZZ0

YWSN34ZZ0

YWSN34ZZ0

BS40513Z0

GK65072Z0

B-16.9

MSS-SP75

B-16.11

B-16.11

B-16.11

B-16.11

B-16.11

B-16.11

B-16.11

B-16.11

MSS-SP97

MSS-SP97

MSS-SP97

MSS-SP97

MSS-SP97

MSS-SP97

MSS-SP97

B-18.2

B-16.20-ANSI B16.5

CAP

CAP

CPLF

CPLF

CPLH

CPLH

CPLL

CPLL

CPLR

CPLR

SLT

SLT

SLT/2

SLT/1

WLT

WLT

WLT/1

BOS

GAS

ASTM A 234GR.WPB(CHARPY)

MSS SP-75GR.WPHY-52

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 694 GR.F-52

ASTM A 694 GR.F-52

ASTM A 105(CHARPY)

ASTM A 694 GR.F-52 (CHARPY)

ASTM A 694 GR.F-52 (CHARPY)

BOLT:A193GR.B7(GALV),NUT:A1942H(GALV)

SP.WNDSS316+GRAFIL

112

112

111

111

112

111

111

107

AA1A

2

16

.5

1

.5

1

.5

1

.5

1

.5

1

1

.5

2

6

2

.5

.5

(mm)

Page 169 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 10 of 18

AA1KPIPE CLASS :150RATING :SS 304BASE MATERIAL : 0CORROSION ALLOWANCE : SPECIAL REQUIREMENT :

MM

SERVICEPURE NON CORROSIVE OR MILD CORROSIVE HYDROCARBONSFLAMMABLE/NON FLAMMABLE & NON LETHAL HYDROCARBONS, LUBE OIL (AFTER FILTERS), CHEMICALS ETC.

NOTES101

103

104

106

108

120

ALL VENTS & DRAINS, INCLUDING HYDROTEST VENTS & DRAINS, SHALL BE PROVIDED WITH PLUG VALVE & BLINDFLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN THE PIPING & INSTRUMENTATION DIAGRAM.PIPING DESIGN AS PER ASME B 31.4, OISD 141 & PNGRB.

ALL BRANCH CONNECTIONS INCLUDING VENT, DRAIN, PRESSURE & TEMPERATURE CONNECTIONS SHALL BE ASPER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE. THE BRANCH DETAILS INDICATED IN APPLICABLESTANDARDS SHALL BE IGNORED.FOR STRAINERS REFER DATA SHEETS AS LISTED IN ANNEXURE-II OF THIS SPECIFICATION.

NDT OF WELDS WITHIN THE TERMINALS/ STATIONS SHALL BE AS PER SPECIFICATION NO. 6-44-0016.

ALL STUD BOLTS & NUTS SHALL BE HOT DIPPED GALVANIZED AS PER ASTM A153.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODEMAINTAINENCEJOINTS

PIPE JOINTS

DRAINS

VENTS

TEMP.CONN

PRESS.CONN

ALL

1.5" & BELOW

2.0" & ABOVE

ON LINES <= 1.5"

ON LINES >= 2.0"

ON LINES <= 1.5"

ON LINES >= 2.0"

1.5"

.75"

FLANGED, TO BE KEPT MINIMUM

SW COUPLING

BUTTWELDED

REFER EILSTD 7-44-0350, DF3

AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

REFER EIL STD. 7-44-0350, VF3

AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

FLANGED. INSTALLATION AS PER EIL STD. 7-44-0353, EXCEPTSKIN TEMPERATURE MEASUREMENT

FLANGED WITH SW PLUG VALVE UNLESS OTHERWISEINDICATED IN P & ID

TEMP

PRESS 19.33 19.33 16.17

0 38 93

Sheet 1 of

TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS

Pipe Class : AA1K

AA1K

4

Page 170 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 11 of 18

Sheet 2 ofPipe Class : AA1K

T T T T S S0.5T T T T S0.75

T T T S1.01.25

T T T1.5T T2.0

2.5T3.0

3.54.05.06.08.010.12.14.16.18.20.22.24.26.28.30.32.34.36.38.40.42.44.46.48.50.52.54.56.58.60.62.64.66.68.70.72.

.500

.750

1.0

00

1.2

50

1.5

00

2.0

00

2.5

00

3.0

00

BR

AN

CH

PIP

E (

SIZ

E I

N I

NC

HE

S)

0.50.751.01.251.52.02.53.03.54.05.06.08.010.12.14.16.18.20.22.24.26.28.30.32.34.36.38.40.42.44.46.48.50.52.54.56.58.60.62.64.66.68.70.72.

BR

AN

CH

PIP

E (SIZ

E IN

INC

HE

S)

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION

F

H

P

R

S

T

W

I

X

L

JSADDLE FUSED JT

H. COUPLING

PIPE TO PIPE

REINFORCED

SOCKOLETS

TEES

WELDOLETS

INSTRUMENT TEE

Refer Notes

SWEEPOLET

THREADOLET

AA1K

4

Page 171 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 12 of 18

Sheet 3 ofPipe Class : AA1K

InputId.

Item Type

LowerSize

Upper Size

Sch/Thk DescriptionMaterial

CommodityCode

NoteNoDmn. STD

(Inch) (Inch)

Pipe Group

Flange Group

Fitting Group

Note :(The shaded portion of PMS body shows Field Fabricated Items)

PIPE

PIPE

PIPE

NIPPLE

NIPPLE

FLNG.WN

FLNG.BLIND

FLNG.FIG.8

ELBOW.90

ELBOW.90

ELBOW.45

ELBOW.45

T.EQUAL

T.EQUAL

T.RED

T.RED

REDUC.CONC

REDUC.ECC

SWAGE.CONC

SWAGE.ECC

CAP

CAP

.75

1.5

3

.75

1.5

3

3

3

1.5

3

1.5

3

1.5

3

1.5

3

3

3

3

3

1.5

3

80S

40S

40S

M

M

M

M

M

M

M, M

M, M

M, M

M, M

M, M

M

PE, SEAMLESS

PE, SEAMLESS

BE, SEAMLESS

PBE, SEAMLESS

PBE, SEAMLESS

150, RF/125AARH

150, RF/125AARH

150, FF/125AARH

SW, 3000

BW, 1.5D

SW, 3000

BW, 1.5D

SW, 3000

BW

SW, 3000

BW

BW

BW

PBE

PBE

SCRF, 3000

BW

PI33577Z0

PI33577Z0

PI33517Z0

PN33567Z0

PN33567Z0

FWC4127Z0

FBC4127Z0

FGK4121Z0

WA642D2Z0

WAG874Z10

WB642D2Z0

WBG874Z10

WE642D2Z0

WEG874ZZ0

WR642D2Z0

WRG874ZZ0

WUG874ZZ0

WVG874ZZ0

WNH426ZZ0

WPH426ZZ0

WF64282Z0

WFG874ZZ0

B-36.19

B-36.19

B-36.19

B-36.19

B-36.19

B-16.5

B-16.5

ASME-B16.48

B-16.11

B-16.9

B-16.11

B-16.9

B-16.11

B-16.9

B-16.11

B-16.9

B-16.9

B-16.9

BS-3799

BS-3799

B-16.11

B-16.9

PIP

PIP

PIP

NIP

NIP

FLG

FLB

FEF

ELB90

ELB90

ELB45

ELB45

TEQ

TEQ

TRED

TRED

REDC

REDE

SWGC

SWGE

CAP

CAP

ASTM A 312 TP304

ASTM A 312 TP304

ASTM A 312 TP304

ASTM A 312 TP304

ASTM A 312 TP304

ASTM A 182GR.F304

ASTM A 182GR.F304

ASTM A 182GR.F304

ASTM A 182GR.F304

ASTM A 403GR.WP304-S

ASTM A 182GR.F304

ASTM A 403GR.WP304-S

ASTM A 182GR.F304

ASTM A 403GR.WP304-S

ASTM A 182GR.F304

ASTM A 403GR.WP304-S

ASTM A 403GR.WP304-S

ASTM A 403GR.WP304-S

ASTM A 182GR.F304

ASTM A 182GR.F304

ASTM A 182GR.F304

ASTM A 403GR.WP304-S

AA1K

.5

1

2

.5

1

.5

.5

.5

.5

2

.5

2

.5

2

.5

2

2

2

.5

.5

.5

2

(mm)

4

Page 172 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 13 of 18

Sheet 4 of 4Pipe Class : AA1K

InputId.

Item Type

LowerSize

Upper Size

Sch/Thk DescriptionMaterial

CommodityCode

NoteNoDmn. STD

(Inch) (Inch)

Fitting Group

O'let Group

Bolt Group

Gasket Group

Note :(The shaded portion of PMS body shows Field Fabricated Items)

CPLNG.FULL

CPLNG.HALF

CPLNG.LH

CPLNG.RED

SOCKOLET

BOLT.STUD

GASKET

1.5

1.5

1.5

1.5

1.5

3

3

SW, 3000

SW, 3000

SW, 3000

SW, 3000

SW, 3000

SPIRAL, 150

WJ642D2Z0

WK642D2Z0

WL642D2Z0

WM642D2Z0

YSS422Z0

BS40404Z0

GK66272Z0

B-16.11

B-16.11

B-16.11

B-16.11

MSS-SP97

B-18.2

B-16.20-ANSI B16.5

CPLF

CPLH

CPLL

CPLR

SLT

BOS

GAS

ASTM A 182GR.F304

ASTM A 182GR.F304

ASTM A 182GR.F304

ASTM A 182GR.F304

ASTM A 182GR.F304

BOLT:A193 GR.B7,NUT:A194 GR.2H

SP.WNDSS316+GRAFIL+ IRING

120

AA1K

.5

.5

.5

.5

.5

.5

.5

(mm)

Page 173 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 14 of 18

DA1APIPE CLASS :600RATING :CARBON STEELBASE MATERIAL : 1.5CORROSION ALLOWANCE : SPECIAL REQUIREMENT :

MM

SERVICENON CORROSIVE PROCESS - FLAMMABLE / NON FLAMMABL AND NON LETHAL - PETROLEUM PRODUCTS: FO. FG,SWEET GAS, INHIBITOR SOLUTION, NH3, BRINE (MINUS 10 DEG C), CO2,

NOTES101

102

104

105

107

109

110

111

112

ALL VENTS & DRAINS, INCLUDING HYDROTEST VENTS & DRAINS, SHALL BE PROVIDED WITH PLUG VALVE & BLINDFLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN THE PIPING & INSTRUMENTATION DIAGRAM.PIPING DESIGN AS PER ASME B 31.4, OISD 141 & PNGRB-G.S.R INFRA/T4S/P&PPPL/01/2014.

ALL VALVES SHALL BE AS PER THE APPLICABLE VALVE DATA SHEETS AS LISTED IN ANNEXURE-II OF THISSPECIFICATION.NDT OF WELDS WITHIN THE TERMINALS SHALL BE AS FOLLOWS:RADIOGRAPHY : 100% FOR ALL BUTT WELDS; MPI : 100% FOR ALL SOCKET WELDS. ALL OTHER REQUIREMENTSSHALL BE AS PER SPECIFICATION NO. 6-44-0016.ALL STUD BOLTS & NUTS SHALL BE HOT DIPPED GALVANIZED AS PER ASTM A153.

CHARPY TESTING REQUIRED.

THIS FLANGE SHALL BE USED FOR MAILINE CONNECTION WITH SCRAPER TRAP.

ASTM A694 GR.52 SOCKOLETS, ASTM A694 GR.F52 (CHARPY) WELDOLETS SHALL BE USED FOR BRANCHCONNECTION WHERE RUN PIPE SIZE IS 16 INCH AND MATERIAL IS API 5L GR.X52 PSL2. SAME SHALL ALSO BE USEDWHERE RUN PIPE IS MAIN PIPELINE (10 INCH, MATERIAL-API 5L GR. X60 PSL 2).ASTM A 105 SOCKOLET, ASTM A 105 (CHARPY) WELDOLETS SHALL BE USED FOR BRANCH CONECTION WHERE RUNPIPE SIZE IS BELOW 16 INCH AND MATERIAL IS API 5L GR. B PSL-2/ ASTM A 106 GR. B, ASTM A 106 GR.B (CHARPY).

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODEMAINTAINENCEJOINTS

PIPE JOINTS

DRAINS

VENTS

TEMP.CONN

PRESS.CONN

ALL

1.5" & BELOW

2.0" & ABOVE

ON LINES <= 1.5"

ON LINES >= 2.0"

ON LINES <= 1.5"

ON LINES >= 2.0"

1.5"

.75"

FLANGED, TO BE KEPT MINIMUM

SW COUPLING

BUTTWELDED

REFER EILSTD 7-44-0350, DF3

AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

REFER EIL STD. 7-44-0350, VF3

AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

FLANGED INSTALLATION AS PER EIL STD. 7-44-0353, EXCEPTSKIN TEMPERATURE MEASUREMENT

SW PLUG VALVE UNLESS OTHERWISE INDICATED IN P & ID

TEMP

PRESS 104.05 104.05 95.6 92.09 88.92 84.71 79.79 77.33 74.52 71.35 58

0 38 93 149 204 260 316 343 371 399 427

Sheet 1 of

TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS

Pipe Class : DA1A

DA1A

5

Page 174 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 15 of 18

Sheet 2 ofPipe Class : DA1A

T T T T S S S S S S S S S0.5T T T T S S S S S S S S0.75

T T T S S S S S S S S1.01.25

T T T T S S S S S S1.5T T T W W W W W W2.0

2.5T T T W W W W W3.0

3.5T T T T W W W4.0

5.0T T T T T T6.0

T T T T T8.0T T T T10.

T T T12.T T14.

T16.18.20.22.24.26.28.30.32.34.36.38.40.42.44.46.48.50.52.54.56.58.60.62.64.66.68.70.72.

.500

.750

1.0

00

1.2

50

1.5

00

2.0

00

2.5

00

3.0

00

3.5

00

4.0

00

5.0

00

6.0

00

8.0

00

10.

000

12.

000

14.

000

16.

000

BR

AN

CH

PIP

E (

SIZ

E I

N I

NC

HE

S)

0.50.751.01.251.52.02.53.03.54.05.06.08.010.12.14.16.18.20.22.24.26.28.30.32.34.36.38.40.42.44.46.48.50.52.54.56.58.60.62.64.66.68.70.72.

BR

AN

CH

PIP

E (SIZ

E IN

INC

HE

S)

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION

F

H

P

R

S

T

W

I

X

L

JSADDLE FUSED JT

H. COUPLING

PIPE TO PIPE

REINFORCED

SOCKOLETS

TEES

WELDOLETS

INSTRUMENT TEE

Refer Notes

SWEEPOLET

THREADOLET

DA1A

5

Page 175 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 16 of 18

Sheet 3 ofPipe Class : DA1A

InputId.

Item Type

LowerSize

Upper Size

Sch/Thk DescriptionMaterial

CommodityCode

NoteNoDmn. STD

(Inch) (Inch)

Pipe Group

Flange Group

Fitting Group

Note :(The shaded portion of PMS body shows Field Fabricated Items)

PIPE

PIPE

PIPE

PIPE

PIPE

PIPE

PIPE

PIPE

NIPPLE

NIPPLE

FLNG.SW

FLNG.WN

FLNG.WN

FLNG.WN

FLNG.BLIND

FLNG.BLIND

FLNG.FIG.8

FLNG.FIG.8

SPCR&BLND

ELBOW.90

ELBOW.90

ELBOW.90

.75

1.5

6

8

10

12

14

16

.75

1.5

1.5

8

16

10

1.5

16

1.5

8

16

.75

1.5

14

S160

XS

XS

11.1

14.3

15.9

17.5

14.3

M

M

M

M

M

6.4

M

PE, SEAMLESS

PE, SEAMLESS

BE, SEAMLESS

BE, SEAMLESS

BE, SEAMLESS

BE, SEAMLESS

BE, SEAMLESS

BE, SAW

PBE, SEAMLESS

PBE, SEAMLESS

600, RF/125AARH

600, RF/125AARH

600, RF/125AARH

600, RF/125AARH

600, RF/125AARH

600, RF/125AARH

600, FF/125AARH

600, FF/125AARH

600, FF/125AARH

SW, 6000

SW, 3000

BW, 1.5D

PI21977Z0

PI21977Z0

PI2H717Z0

PIAF817Z0

PIAF817Z0

PIAF817Z0

PIAF817Z0

PIAG516Z0

PN21967Z0

PN21967Z0

FSC0167Z0

FWC9867Z0

FWCA267Z0

FWCA467Z0

FBC0167Z0

FBC9867Z0

FGK0161Z0

FGK9861Z0

FCK9861Z0

WA602D3Z0

WA602D2Z0

WAGM84Z10

B-36.10

B-36.10

B-36.10

API 5L

API 5L

API 5L

API 5L

API 5L

B-36.10

B-36.10

B-16.5

B-16.5

B-16.5

B-16.5

B-16.5

B-16.5

ASME-B16.48

ASME-B16.48

ASME-B16.48

B-16.11

B-16.11

B-16.9

PIP

PIP

PIP

PIP

PIP

PIP

PIP

PIP

NIP

NIP

FLG

FLG

FLG

FLG/600

FLB

FLB

FEF

FEF

FEF

ELB90

ELB90

ELB90

ASTM A 106 GR.B

ASTM A 106 GR.B

ASTM A 106 GR.B(CHARPY)

API 5L GR.B PSL2

API 5L GR.B PSL2

API 5L GR.B PSL2

API 5L GR.B PSL2

API 5L GR.X-52PSL2

ASTM A 106 GR.B

ASTM A 106 GR.B

ASTM A 105

ASTM A 105(CHARPY)

ASTM A 694 GR.F-52 (CHARPY)

ASTM A 694 GR.F-60 (CHARPY)

ASTM A 105

ASTM A 105(CHARPY)

ASTM A 105

ASTM A 105(CHARPY)

ASTM A 105(CHARPY)

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB(CHARPY)

110

DA1A

.5

1

2

8

10

12

14

16

.5

1

.5

2

10

10

.5

2

.5

2

10

.5

1

2

(mm)

5

Page 176 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 17 of 18

Sheet 4 ofPipe Class : DA1A

InputId.

Item Type

LowerSize

Upper Size

Sch/Thk DescriptionMaterial

CommodityCode

NoteNoDmn. STD

(Inch) (Inch)

Fitting Group

Note :(The shaded portion of PMS body shows Field Fabricated Items)

ELBOW.90

ELBOW.45

ELBOW.45

ELBOW.45

ELBOW.45

T.EQUAL

T.EQUAL

T.EQUAL

T.EQUAL

T.RED

T.RED

T.RED

T.RED

REDUC.CONC

REDUC.CONC

REDUC.ECC

REDUC.ECC

SWAGE.CONC

SWAGE.ECC

CAP

CAP

16

.75

1.5

14

16

.75

1.5

14

16

.75

1.5

14

16

14

16

14

16

3

3

.75

1.5

M

M

M

M

M

M, M

M, M

M, M

M, M

M, M

M, M

M, M

M, M

BW, 1.5D

SW, 6000

SW, 3000

BW, 1.5D

BW, 1.5D

SW, 6000

SW, 3000

BW

BW

SW, 6000

SW, 3000

BW

BW

BW

BW

BW

BW

PBE

PBE

SCRF, 6000

SCRF, 3000

WAUG24Z10

WB602D3Z0

WB602D2Z0

WBGM84Z10

WBUG24Z10

WE602D3Z0

WE602D2Z0

WEGM84ZZ0

WEUG24ZZ0

WR602D3Z0

WR602D2Z0

WRGM84ZZ0

WRUG24ZZ0

WUGM84ZZ0

WUUG24ZZ0

WVGM84ZZ0

WVUG24ZZ0

WNHM76ZZ0

WPHM76ZZ0

WF60283Z0

WF60282Z0

MSS-SP75

B-16.11

B-16.11

B-16.9

MSS-SP75

B-16.11

B-16.11

B-16.9

MSS-SP75

B-16.11

B-16.11

B-16.9

MSS-SP75

B-16.9

MSS-SP75

B-16.9

MSS-SP75

BS-3799

BS-3799

B-16.11

B-16.11

ELB90

ELB45

ELB45

ELB45

ELB45

TEQ

TEQ

TEQ

TEQ

TRED

TRED

TRED

TRED

REDC

REDC

REDE

REDE

SWGC

SWGE

CAP

CAP

MSS SP-75GR.WPHY-52

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB(CHARPY)

MSS SP-75GR.WPHY-52

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB(CHARPY)

MSS SP-75GR.WPHY-52

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB(CHARPY)

MSS SP-75GR.WPHY-52

ASTM A 234GR.WPB(CHARPY)

MSS SP-75GR.WPHY-52

ASTM A 234GR.WPB(CHARPY)

MSS SP-75GR.WPHY-52

ASTM A 105(CHARPY)

ASTM A 105(CHARPY)

ASTM A 105

ASTM A 105

DA1A

16

.5

1

2

16

.5

1

2

16

.5

1

2

16

2

16

2

16

.5

.5

.5

1

(mm)

5

Page 177 of 318

NRLClient :

INDO BANGLA FRIENDSHIP PIPELINE

SILIGURI, PARBATIPURLocation :

83/41Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

B185-000-83-41-SP-0010

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 18 of 18

Sheet 5 of 5Pipe Class : DA1A

InputId.

Item Type

LowerSize

Upper Size

Sch/Thk DescriptionMaterial

CommodityCode

NoteNoDmn. STD

(Inch) (Inch)

Fitting Group

O'let Group

Bolt Group

Gasket Group

Note :(The shaded portion of PMS body shows Field Fabricated Items)

CAP

CAP

CPLNG.FULL

CPLNG.FULL

CPLNG.HALF

CPLNG.HALF

CPLNG.LH

CPLNG.LH

CPLNG.RED

CPLNG.RED

SOCKOLET

SOCKOLET

SOCKOLET

SOCKOLET

WELDOLET

WELDOLET

BOLT.STUD

GASKET

14

16

.75

1.5

.75

1.5

.75

1.5

.75

1.5

.75

1.5

1.5

.75

4

3

24

24

M

M

M, XS

M, XS

BW

BW

SW, 6000

SW, 3000

SW, 6000

SW, 3000

SW, 6000

SW, 3000

SW, 6000

SW, 3000

SW, 6000

SW, 3000

SW, 3000

SW, 6000

BW

BW

SPIRAL, 600

WFGM84ZZ0

WFUG24ZZ0

WJ602D3Z0

WJ602D2Z0

WK602D3Z0

WK602D2Z0

WL602D3Z0

WL602D2Z0

WM602D3Z0

WM602D2Z0

YSS02D3Z0

YSS02D2Z0

YSSC3D2Z0

YSSC3D3Z0

YWSM74ZZ0

YWSN34ZZ0

BS40513Z0

GK65076Z0

B-16.9

MSS-SP75

B-16.11

B-16.11

B-16.11

B-16.11

B-16.11

B-16.11

B-16.11

B-16.11

MSS-SP97

MSS-SP97

MSS-SP97

MSS-SP97

MSS-SP97

MSS-SP97

B-18.2

B-16.20-ANSI B16.5

CAP

CAP

CPLF

CPLF

CPLH

CPLH

CPLL

CPLL

CPLR

CPLR

SLT

SLT

SLT/2

SLT/1

WLT

WLT/1

BOS

GAS

ASTM A 234GR.WPB(CHARPY)

MSS SP-75GR.WPHY-52

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 694 GR.F-52

ASTM A 694 GR.F-52

ASTM A 105(CHARPY)

ASTM A 694 GR.F-52 (CHARPY)

BOLT:A193GR.B7(GALV),NUT:A1942H(GALV)

SP.WNDSS316+GRAFIL

112

112

111

111

112

111

107

DA1A

2

16

.5

1

.5

1

.5

1

.5

1

.5

1

1

.5

2

2

.5

.5

(mm)

Page 178 of 318

PIPING MATERIAL

SPECIFICATION – GENERAL NOTES – ANNEXURE-I

DOCUMENT No.

B185-000-83-41-SP-0010-AI Rev. 0

Page 1 of 8

0 07.02.19 Issued for Bids VS PN MSG

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

,

ANNEXURE – I

PIPING MATERIAL SPECIFICATION GENERAL NOTES

(PIPELINE ENGINEERING)

PROJECT : INDO- BANGLA FRIENDSHIP PIELINE PROJECT

OWNER : NRL

JOB NO. : B185

Page 179 of 318

1 PIPING MATERIAL

SPECIFICATION – GENERAL NOTES – ANNEXURE-I

DOCUMENT No.

B185-000-83-41-SP-0010-AI Rev. 0

Page 2 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

TABLE OF CONTENTS

1.0 SCOPE

2.0 CODES AND STANDARDS

3.0 MATERIAL SPECIFICATIONS

4.0 CLASS DESIGNATION CODES

5.0 PIPELINE

6.0 PIPES

7.0 FITTINGS

8.0 BENDS

9.0 FLANGES

10.0 GASKETS

11.0 BOLTING AND THREADS

12.0 THREAD SEALANT

13.0 VALVES

14.0 QUICK OPENING END CLOSURE

15.0 HYDROTESTING VENTS AND DRAINS

16.0 PIPELINE SPECIALITY ITEMS

Page 180 of 318

1 PIPING MATERIAL

SPECIFICATION – GENERAL NOTES – ANNEXURE-I

DOCUMENT No.

B185-000-83-41-SP-0010-AI Rev. 0

Page 3 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

1.0 SCOPE

1.1 This specification (PMS) covers various piping classes for process and utility

piping and minimum requirements for various piping/pipeline materials necessary

for the design of the piping/pipeline facilities.

This specification shall be read in conjunction with various Codes and Standards

as applicable.

2.0 CODES AND STANDARDS

2.1 Pipeline and pipeline terminal facilities envisaged as part of this project shall be

designed and engineered primarily in accordance with the provisions of the latest

edition of the following codes:

(i) ASME B 31.4 - Pipeline Transportation Systems for Liquids

and Slurries

(ii) ASME B 31.3 - Process Piping.

(iii) OISD 141 - Design and Construction requirements for

cross country hydrocarbon pipelines

(iv) PNGRB Regulations - Technical standards and specifications

including safety standards for Petroleum and

Petroleum Products Pipelines.

2.2 All codes, standards and specifications referred herein shall be the latest edition

of such documents.

2.3 In addition, EIL specifications and standards for various piping and pipeline

materials shall also be applicable.

3.0 MATERIAL SPECIFICATIONS

3.1 Individual piping class has been generally designed to cover a set of service

operating within pressure-temperature consideration as per ASME B16.5/ B16.34

or part of it.

3.2 The PMS shall be strictly adhered to in design, requisitioning, purchasing,

fabrication and testing of the piping system. However, deviations of material from

class specifications may occur due to specific design conditions and/or

availability. These deviations are permissible if they equal or better the individual

class requirements and shall be subjected to approval on case-to-case basis.

All materials shall conform to detailed specifications listed in annexure-II of this

specification as applicable.

4.0 CLASS DESIGNATION CODE

The piping class designation shall generally consist of four digits made up of a

letter, letter, number & letter e.g. AA1A, BA1A etc. as follows:

First & Second letter indicates ASME class rating, e.g.,

AA - 150 Class; BA - 300 Class; DA- 600 Class; EA- 900 Class

Page 181 of 318

1 PIPING MATERIAL

SPECIFICATION – GENERAL NOTES – ANNEXURE-I

DOCUMENT No.

B185-000-83-41-SP-0010-AI Rev. 0

Page 4 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

The Third indicates differences in the specifications within the same class rating

and material, e.g.

Middle No. Carbon Steel (A) SS304/SS304H/SS304L

1 CA=1.5 mm CA=NIL

3 CA=1.5 -

(LTCS)

The Fourth letter indicates type of material, e.g.,

A - Carbon steel; K – Stainless Steel

Class designation code in P&ID, datasheets, PMS and other documents are as

Follows:

S.No. Class Designation code

As per PMS As per P&ID

1 AA1A AA1A

2 AA1K AA1K

3 DA1A DA1A

5.0 PIPELINE

5.1 Line pipe material grade and wall thickness details are indicated below:-

S.No. Size (inch) Material Grade Wall thickness, mm

1 10 API 5L Gr. X-60 PSL2 6.4

6.0 PIPES

6.1 Carbon steel pipe shall be made by open hearth, electric furnace or basic oxygen

process only. The steel used shall be fully killed and made with fine grain structure. The grade and wall thickness of various sizes of pipes shall be as per piping material specification for the applicable class.

6.2 Pipe dimensions shall be in accordance with ASME B 36.10 for carbon steel

ASTM standard pipes & API 5L for carbon steel API 5L Grade pipes.

6.3 All pipe threads shall conform to American Standard taper as per ASME B 1.20.1

NPT, unless otherwise specified.

6.4 For butt weld end, bevel shall be in accordance with API specification 5L or ASME

B16.25 as applicable.

7.0 FITTINGS

7.1 Fully killed carbon steel shall be used in the manufacture of fittings. The fitting

shall have carbon equivalent not exceeding 0.45, based on check analysis.

7.2 Threaded joints, if used, shall conform to American Standard taper as per ASME B1.20.1 NPT.

Page 182 of 318

1 PIPING MATERIAL

SPECIFICATION – GENERAL NOTES – ANNEXURE-I

DOCUMENT No.

B185-000-83-41-SP-0010-AI Rev. 0

Page 5 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

7.3 Dimensions of socket welded/screwed fittings shall conform to ASME B 16.11. Swage shall be as per BS 3799.

7.4 Dimensions of steel butt welded fittings shall be as per ASME B 16.9/MSS-SP-75, as applicable.

7.5 Bore of socket welded fittings shall suit outside diameter (OD) of pipe and its thickness.

7.6 Butt welding ends shall conform to API specification 5L or ASME B 16.25 as applicable. In case of difference in thickness of matching ends, requirements of ASME B 31.4 shall apply.

7.7 Integrally reinforced forged branch fittings such as Sockolet, Weldolet etc. shall

be as per MSS-SP-97. Fittings not covered in ASME B16.9 and MSS-SP-97 shall conform to manufacturer’s standard.

7.8 Fittings thickness tolerances shall match pipe thickness tolerance.

8.0 BENDS

8.1 Unless otherwise specified for process piping, elbow of radius R = 1.5 D shall only

be used.

8.2 In order to accommodate changes in vertical and horizontal alignment in piggable

section of pipeline, cold field bends R=30D (D is nominal dia. of pipe) shall be

used. The radius of cold field bends shall not be less than 30 times the pipe

nominal diameter for pipe size 273.1 mm (10") NB.

8.3 Limited use of R=6D bends (shop bends) may be permitted for reason of space

constraints. For induction bends, only HFW pipe shall be used as applicable.

Induction bends shall be used at space constraint locations, station approaches

and above ground/Buried transition.

D = Specified Outside Diameter

8.4 Miter bends shall not be used.

9.0 FLANGES

9.1 Pressure Temperature rating of flanges shall conform to B16.5 Series A, as

applicable.

9.2 Dimensions of flanges shall be in accordance with

ASME B16.5 - (For sizes NPS1/2 through NPS24)

9.3 Neck of weld neck (WN) flanges shall suit pipe bore and thickness.

9.4 Bore of socket welded (SW) flanges shall suit pipe O.D. and its thickness.

9.5 Threads for screwed flanges, if used, shall conform to American Standard taper

as per ASME B 1.20.1 NPT.

Page 183 of 318

1 PIPING MATERIAL

SPECIFICATION – GENERAL NOTES – ANNEXURE-I

DOCUMENT No.

B185-000-83-41-SP-0010-AI Rev. 0

Page 6 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

9.6 Sizes for blind flanges shall be indicated by nominal pipe size.

9.7 Steel flange faces shall have smooth finish as indicated in the piping material

specification. Flange faces shall have smooth finish to 125-250 µ AARH as per

MSS-SP-6 for ASME class 150#, 600#.

9.8 Butt welding ends of WN flanges shall conform to ASME B 16.25.

9.9 Spectacle blind/spacer & blinds shall be in accordance with ASME B 16.48/EIL

standard 7-71-0030.

9.10 Two jack screw, 1800 apart shall be provided in spectacle blind or spacer & blind

assemblies as per EIL standard No. 7-44-0252.

10.0 GASKETS

10.1 Spiral wound metallic gasket with grafoil filler shall conform to ASME B 16.20/

ANSI B 16.5 for sizes up to 24”. All spiral wound gaskets shall be provided with

carbon steel outer ring ring. Spiral wound gasket shall be self aligning type.

11.0 BOLTING & THREADS

11.1 Nuts for stud bolts shall be American Standard Hexagon Heavy Series and double

chamfered.

11.2 Dimension and tolerances for stud bolts and nuts shall be as per ASME B 18.2.1

and 18.2.2 with full threading to ASME B 1.1 Class 2A thread for bolts and Class

2B for nuts. Diameter and length of stud bolts shall be as per ASME B 16.5 with

full threading.

11.3 Threads for nuts shall be as per ASME B 1.1

Nuts for stud bolts dia ¼" to 1" : UNC-2B

Nuts for stud bolts dia 1⅛" to 3¼" : 8UN-2B

11.4 Threads for stud bolts shall be as per ASME B 1.1, as follows:

Stud bolts dia ¼" to 1" : UNC-2A

Stud bolts dia 1⅛" to 3¼" : 8UN-2A

11.5 Threads for threaded pipe, fitting, flanges and valve shall be in accordance with B

1.20.1 taper threads, unless specified otherwise.

11.6 Heads of jack screws shall be heavy hexagonal type. Jack screw end shall be

rounded. Stud bolts shall be fully threaded with two hexagonal nuts.

12.0 THREAD SEALANT

Page 184 of 318

1 PIPING MATERIAL

SPECIFICATION – GENERAL NOTES – ANNEXURE-I

DOCUMENT No.

B185-000-83-41-SP-0010-AI Rev. 0

Page 7 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

12.1 Threaded joints shall be made with 1" wide PTFE jointing tape.

13.0 VALVES

13.1 Valve ends shall be as per valve sheets (enclosed in Annexure-II) for various

piping class.

13.2 Sectionalizing valves, Block valves and other isolation valves installed on the

main pipeline shall be ball valves with butt welding ends.

13.3 All buried valves shall be provided with stem extension, sealant, vent/drain and

shall have butt welded ends as per relevant specification/ data sheet.

13.4 Flange dimensions and face finish of flanged end valves shall conform to clause

9.0 of this specification.

13.5 Butt welding ends of butt welded valves shall conform to ASME B 16.25.

However, all butt welded ball valves shall be provided with pup pieces in which

case butt welding ends shall be as per ASME B 31.4.

13.6 Face to face and end to end dimensions shall conform to API 6D.

13.7 Valves shall conform to following standards. Valve datasheets shall be referred for

the applicable valve standards.

Flanged/Socket Welded end valves (1½" and below)

Design STD. for Process lines

Gate Valves : ISO EN 15761/ API 602

Globe Valves : ISO EN 15761/ API 602

Ball Valves : ISO EN 17292

Plug Valves : BS 5353

Flanged/Butt Welded end valves (2" and above)

Design STD. for Process Lines

Gate Valves : API 6D

Globe Valves : BS 1873

Check Valves : API 6D

Ball Valves : API 6D

Plug Valves : API 6D

All valves installed at scraper stations shall be Motor operated as per P&IDs. Wherever underground valves are provided, valves shall be provided with pup pieces and a stem extension in such a way that the center line of the rim of the hand wheel on a horizontal shaft or center of power actuator is at approximately 1.0 m above the finished ground level. Valve surface shall be provided with corrosion protection coating. First isolation valve for branch connections from pipeline shall be butt welded.

Page 185 of 318

1 PIPING MATERIAL

SPECIFICATION – GENERAL NOTES – ANNEXURE-I

DOCUMENT No.

B185-000-83-41-SP-0010-AI Rev. 0

Page 8 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

13.8 All manual operated valves shall be provided with wrench / hand wheel or gear operator as specified here in below.

13.8.1 Globe Valves

For ANSI class 150 and 600 - Hand Wheel operated for all size

13.8.2 Ball valves

For all ANSI class - Wrench operated for size ≤ 4" NB.

Gear operated for size > 6”, unless

mentioned otherwise in valve data sheet

13.8.3 Plug valves

For all ANSI class - Wrench operated for size ≤ 4" NB.

Gear operated for size > 6”, unless

mentioned otherwise in valve data sheet

13.8.4 Actuated Valves

Requirement of actuated valves shall be as per P & IDs. The actuator shall have

provision for remote operation as per P & IDs. All actuated valves shall have

additional provision of hand wheel operation.

14.0 QUICK OPENING END CLOSURE

Quick opening end closure to be installed on scraper traps shall be designed in

accordance with Section VIII of ASME Boiler and Pressure Vessel Code and

equipped with safety locking devices in compliance with Section VIII, division 1,

UG-35.2 of ASME Boiler and Pressure Vessel Code.

15.0 HYDROTESTING VENTS AND DRAINS

In terminal piping, high point vents and low point drains required for the purpose

of hydrotesting shall be of size 0.75". These vents & drains shall consist of ball

valve with pup piece and blind flange assembly.

16.0 PIPELINE SPECIATLITY ITEMS

Pipeline specialty items viz. scraper traps, flow tees, insulating joints, LR bends etc. shall be as per Data Sheets and Specifications enclosed in Annexure II.

Page 186 of 318

PIPING MATERIAL SPECIFICATION – LIST OF

SPECIFICATIONS & STANDARDS ANNEXURE-II

DOCUMENT No.

B185-000-83-41-SP-0010 AII Rev. 0

Page 1 of 4

0 07.02.19 Issued for Bids VS PN GDS

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL 1641-1924 Rev. 1

Copyright EIL – All rights reserved

ANNEXURE – II

PIPING MATERIAL SPECIFICATION LIST OF SPECIFICATION & STANDARDS

(PIPELINE ENGINEERING)

INDO BANGLA FRIENDSHIP PIPELINE PROJECT

Page 187 of 318

PIPING MATERIAL SPECIFICATION – ANNEXURE-II

DOCUMENT No.

B185-000-83-41-SP-0010 A2 Rev. 0

Page 2 of 4

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

TABLE OF CONTENTS

1.0 LIST OF SPECIFICATIONS

2.0 LIST OF STANDARDS

3.0 LIST OF DATASHEETS

Page 188 of 318

PIPING MATERIAL SPECIFICATION – ANNEXURE-II

DOCUMENT No.

B185-000-83-41-SP-0010 A2 Rev. 0

Page 3 of 4

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

1.0 LIST OF SPECIFICATIONS

Following detailed EIL specifications shall be used for procurement of materials against various piping classes.

S.No.

Title Specification No.

1. Technical Notes for Pipes 6-44-0051

2. Technical notes for butt welded, socket welded and screwed fittings.

6-44-0054

3. Technical Notes for Gaskets 6-44-0056

4. Technical Notes for Valves 6-44-0052

5. Standard specification for surface preparation and protective coating (new construction)

6-79-0020

6. Standard specification for non destructive examination requirements of piping

6-44-0016

2.0 LIST OF STANDARDS

Following EIL standards shall be used for procurement of piping materials.

S.No.

Title Standard No.

1. Dimensions for handle projection for spacers and blinds, ½"-24" NB (150#,300#, & 600# FF)

7-44-0166

2. Gasket thickness 7-44-0170

3. Stud bolts RF 150#, 300#, 600# dimensions (ASME B16.5).

7-44-0250

4. Jack screw for spectacle blind fig.8 and spacer & blind (150#, 300#, 600# RF)

7-44-0252

5. Vents & drains (on lines 1.5" & below). 7-44-0350

6. Vents and drains (on lines 2" and above)

7-44-0351

7. Wells installation 1½” dia taps (up to class 600)

7-44-0353

8. Fillet Weld Details 7-44-0478

9. Butt weld details 7-44-0481

Page 189 of 318

PIPING MATERIAL SPECIFICATION – ANNEXURE-II

DOCUMENT No.

B185-000-83-41-SP-0010 A2 Rev. 0

Page 4 of 4

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

3.0 LIST OF DATASHEETS

Following Datasheets shall be used for procurement of Valves below 2inch.

S.No. Title Data Sheet No.

1. B185-000-83-41-DS-9001 Data Sheet for Ball Valve- 0.5”-1.5”-800#_SW.

2. B185-000-83-41-DS-9002 Data Sheet for Ball Valve- 0.5”-1.5”-800#_SS_SW.

3. B185-000-83-41-DS-9003 Data Sheet for Plug Valve- 0.5”-1.5”-800#_SW.

4. B185-000-83-41-DS-9004 Data Sheet for Plug Valve- 0.5”-1.5”-800#_SS_SW.

5. B185-000-83-41-DS-9005 Data Sheet for Globe Valve-0.5”-1.5”-800#_SW.

6. B185-000-83-41-DS-9006 Data Sheet for Gate Valve-0.5”-1.5”-800#_SW.

Page 190 of 318

VENDOR LIST

DOCUMENT No.

B185-000-80-43-VL-4010 Rev. A

Page 1 of 2

A 03.04.2019 ISSUED WITH MR RP/NJB RRS NK

Rev.No

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

VENDOR LIST

PROJECT : PIPELINE LAYING AND TERMINAL WORKS

CLIENT : M/s NUMALIGARH REFINERY LIMITED (NRL)

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : B185

Page 191 of 318

VENDOR LIST

DOCUMENT No.

B185-000-80-43-VL-4010 Rev. A

Page 2 of 2

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Notes: a) Vendor shall procure following Equipment from any of EIL approved vendors as

mentioned below. However current validity and range of approval as per EIL enlistment letter, workload, stability and solvency needs to be verified by the Vendor before placement of order.

1.0 QUICK OPENING CLOSURE

i) FLASHPOINT EQUIPMENTS PVT LTD (PUNE)

ii) GD ENGINEERING

iii) GRANDPRIX ENGINEERING PVT LTD (FARIDABAD)

iv) MULTITEX FILTRATION ENGINEERS LTD (NOIDA (UP))

v) PECO FACET

vi) VEE KAY VIKRAM & COMPANY LLP (KALOK-GANDHINAGAR)

Page 192 of 318

QMSStandardsCommittee

1 12.03.15 General Revision

QMS

QMS0 04.06.09 Issued as Standard Specification

Standards

Standards SCT

NDCommittee

Committee

Rev.No Date Purpose Prepared by Checked

by

StandardsCommitteeConvener

StandardsBureau

Chairman

QMSStandardsCommittee

MPJ

SC

ENGINEERSlakgINDIA LIMITED

(A Gavt at India Undertaking)

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEMREQUIREMENTS FROM

BIDDERS

STANDARD SPECIFICATION No.

6-78-0001 Rev. 1Page 1 of 7

mren ewaire mjvam)

64)(11 Chrlf qu i ciall -51-04ffu tea aliikrrat t ?drift'

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEM

REQUIREMENTS FROM BIDDERS

Approved by

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 193 of 318

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev. 1lft2 (AG'"ind'Undelt6ung) REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

CV Curriculum Vitae

ISO International Organization for Standardization

MR Material Requisition

PO Purchase Order

PR Purchase Requisition

QA Quality Assurance

QMS Quality Management System

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)Mr. S.K. Kaul (C&P)Mr. R.K. Trivedi (Engg.)Mr. Ravindra Kumar (Const.)Mr. Tilak Raj (Projects)Mr. Vinod Kumar (CQA)

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

Page 194 of 318

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev.'A

Govt At ' nth' Und"k"V) REQUIREMENTS FROM BIDDERS Page 3 of 7Igar llks

Oiren

CONTENTS

Clause Title Page

No.

1.0 SCOPE 4

2.0 DEFINITIONS 4

3.0 REFERENCE DOCUMENTS 4

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL 4

5.0 QUALITY SYSTEM REQUIREMENTS 4

6.0 AUDITS 7

7.0 DOCUMENTATION REQUIREMENTS 7

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

Page 195 of 318

el ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

$1g-zg faReg INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1

own 120.2 .I J40.9) IA GOVt of India Undertaking) REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to bemet by BIDDER for following purpose:

• QMS requirements to be met by suppliers/contractors after award of work/during contract execution.

2.0 DEFINITIONS

2.1 Bidder

For the purpose of this specification, the word "BIDDER" means the person(s), firm,company or organization who is under the process of being contracted by EIL /Owner for delivery of some products (including service). The word is consideredsynonymous to supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are beingpurchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0002

Specification for Documentation Requirements fromContractors

6-78-0003

Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality systemshall fully satisfy all relevant requirements of ISO 9001 "Quality ManagementSystems — Requirements." Evidence of compliance shall be current certificate ofquality system registration to ISO 9001 or a recent compliance audit recommendingregistration from a certification agency. The quality system shall provide theplanned and systematic control of all quality related activities for execution ofcontract. Implementation of the system shall be in accordance with BIDDER'SQuality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS

5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / QualityAssurance Plan for contracted scope / job. The BIDDER'S Quality Plan shalladdress all of the applicable elements of ISO 9001, identify responsible partieswithin BIDDER'S organization, for the implementation / control of each area,reference the applicable procedures used to control / assure each area, and verifythe documents produced for each area. The Project Quality Plan shall necessarilydefine control or make reference to the relevant procedures, for design andengineering, purchase, documentation, record control, bid evaluation, inspection,production/manufacturing, preservation, packaging and storage, quality control at

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 196 of 318

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1(A Gavt of India undertaking' REQUIREMENTS FROM BIDDERS Page 5 of 7

construction site, pre-commissioning, commissioning and handing over (asapplicable) in line with contract requirement and scope of work.

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirementsand communicate the same to all concerned in his organization and his subcontractor's organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities forfulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and workenvironment to ensure that the specification and quality of the deliverable aremaintained.

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:

ResourcesProduct / deliverable characteristics to be controlled.Process characteristics to ensure the identified product characteristics are

realizedIdentification of any measurement requirements, acceptance criteriaRecords to be generatedNeed for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and testplans (ITPs) and job procedures for the project activities in the scope of bidder.These documents shall be submitted to EIL/Owner for review/approval, beforecommencement of work.

5.5 Requirements for sub-contracting / purchasing of services specified in contract /tender shall be adhered to. In general all outsourced items will be from approvedvendors of EIL. Wherever requirements are not specified, or approved sub vendorsdo not exist, the sub-contractor shall establish and maintain a system for purchasing/ sub-contracting to ensure that purchased product / service conforms to specifiedrequirements. Criteria for selection of sub-contractor, evaluation, re-evaluation,maintenance of purchasing data and verification of purchased product (sub-contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlledconditions. Controlled conditions shall include, as applicable

the availability of information that describes the characteristics of the productthe availability of work instructionsthe use of suitable equipmentthe availability and use of monitoring and measuring devicesthe implementation of monitoring and measurementthe implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision whereresulting output cannot be verified by subsequent monitoring and measurement.This includes any process where deficiencies become apparent only after theproduct 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 inspectionand testing requirements shall be identified.

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

Page 197 of 318

ei ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

lge.ji id5fez INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1IA Govt of India undettaking) REQUIREMENTS FROM BIDDERS Page 6 of 7

Oren erRRIZ .71.1.113,70

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 / EILproperty is lost, damaged or otherwise found to be unsuitable for use, this shall bereported to the EIL / Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internalprocessing and delivery to the intended destination. Requirements mentioned in thetender shall be adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities arecarried out in line with requirements. Where necessary, measuring equipmentsshall be calibrated at specified frequency, against national or internationalmeasurement standards; where no such standard exists, the basis used forcalibration shall be recorded. The measuring equipments shall be protected fromdamage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processesinvolved in production and other related processes for delivery of the scope ofcontract.

5.13 BIDDER shall monitor and measure the characteristics of the product/deliverable toverify that product requirement has been met. The inspection (stage as well asfinal) by BIDDER and EIL / Owner personnel shall be carried out strictly as per theITPs forming part of the contract. Product release or service delivery shall notproceed until the planned arrangements have been satisfactorily completed, unlessotherwise approved by relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that theproduct which does not conform to requirements is identified and controlled toprevent 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 berecorded and resolved suitably. Effective corrective and preventive action shall beimplemented by the BIDDER so that similar NCs including deficiencies do not recur.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by theBIDDER and appropriate corrective and preventive actions shall be implemented.BIDDER shall intimate EIL / Owner of all such corrective and preventive actionimplemented 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 BIDDERthrough online system of EIL eDMS. URL of EIL eDMS ishttp://edocx.eil . co . in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damageor loss until the project completion, then handed over to EIL / Owner as per contractrequirement (Refer Specification Nos. 6-78-0002 - Specification for DocumentationRequirements from Contractors and 6-78-0003 - Specification for DocumentationRequirements from Suppliers), or disposed as per relevant project procedure.

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

Page 198 of 318

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1(A Goof of India UndertakIngi REQUIREMENTS FROM BIDDERS Page 7 of 7

eiJrIft kif51ft.wirer riraxem3Tmil

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programmeshall cover design, procurement, construction management and commissioning asapplicable including activities carried out by sub-vendors and sub-contractors. Thisshall be additional to the certification body surveillance audits carried out underBIDDER'S own ISO 9001 certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutinyby EIL / Owner. EIL or Owner's representative reserves the right to attend, as awitness, any audit conducted during the execution of the WORKS.

In addition to above EIL, Owner and third party appointed by EIL/Owner may alsoperform Quality and Technical compliance audits. BIDDER shall provide assistanceand access to their systems and sub-contractor / vendor systems as required for thispurpose. Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work(Within one week) for record / review by EIL / Owner.

Organization chart (for complete organization structure and for the project)Project Quality Plan/Quality Assurance PlanJob specific Inspection Test Plans, if not attached with PRJob ProceduresInspection/Test Formats

In addition to above QMS documents, following documentation shall be maintainedby the BIDDER for submission to EIL / Owner on demand at any point of time duringexecution of the project.

Quality ManualCertificate of approval for compliance to ISO: 9001 standardProcedure for Control of Non-conforming ProductProcedure for Control of DocumentsSample audit report of the QMS internal and external audits conducted duringlast one yearCustomer satisfaction reports from at least 2 customers, during the last oneyearProject QMS audit reportTechnical audit reports for the projectCorrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submitany other document/data required for completion of the job as per EIL/Ownerinstructions.

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

Page 199 of 318

1 12.03.15 General Revision

C)(415----2QMS QMS

Standards StandardsCommittee Committee

SC

∎31 ENGINEERSligar lafgesW INDIA LIMITED

(411W1 292,51V MIJ‘10571) Govt o India Undertalongj

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATION No.

6-78-0003 Rev. 1Page 1 of 8

affrirewufat 74ER

*mat t feituSPECIFICATION FOR

DOCUMENTATION REQUIREMENTSFROM SUPPLIERS

QMS QMS0 04.06.09 Issued as Standard Specification

Standards Standards SCT NDCommittee Committee

Rev.No Date Purpose Prepared Checked

by by

Standards StandardsComm ifte BureauConvener Chairman

Approved by

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

Page 200 of 318

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 2 of 8

(t,ft. ENGINEERS1i laWGNIIY INDIA LIMITEDogire, efiTIWAnowAl (A Govt of Into Undertaking(

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

Abbreviations:

DCI - Document Control Index

eDMS - Electronic Document Management System

FOA Fax of Acceptance

HOD Head of Division / Department

IC Inspection Certificate

IRN Inspection Release Note

ITP Inspection and Test Plan

LOA Letter of Acceptance

MOU Memorandum of Understanding

MR Material Requisition

PO Purchase Order

PR Purchase Requisition

PVC Polyvinyl Chloride

QMS Quality Management System

TPIA Third Party Inspection Agency

URL Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)Mr. S.K. Kaul (C&P)Mr. R.K. Trivedi (Engg.)Mr. Ravindra Kumar (Const.)Mr. Tilak Raj (Projects)Mr. Vinod Kumar (CQA)

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

Page 201 of 318

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 3 of 8

ei ENGINEERSOaez idiWIeg INDIA LIMITED

011E71 ewaxedaagem) (A Govt of India Undertaking)

CONTENTS

Clause Title PageNo.

1.0 SCOPE 42.0 DEFINITIONS 43.0 REFERENCE DOCUMENTS 44.0 DOCUMENTATION REQUIREMENTS 4

Attachments

Format for completeness of Final Documentation Format No. 3-78-0004

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 202 of 318

ENGINEERSINDIA LIMITED(A Govt of Intha Undertakongt

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROM

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1dol

5'gzir tlf5ltuI.VOM

SUPPLIERS Page 4 of 8

1.0 SCOPE

This specification establishes the Documentation Requirements from Suppliers.

All documents/data against the PO / PR / MR shall be developed and submitted toEIL/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 is under the process of being contracted by EIL /Owner for delivery of some products (including service). The word is consideredsynonymous to bidder, contractor or vendor.

2.2 Owner

Owner means the owner of the project for which services / products are beingpurchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirementsfrom Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Documents/Data to be Submitted by the Supplier

4.1.1 The Supplier shall submit the documents and data against the PO/PR/MR as per thelist given in respective PO/PR/MR.

4.1.2 Review of the supplier drawings by EIL would be only to review the compatibility withbasic designs and concepts and in no way absolve the supplier of hisresponsibility/contractual obligation to comply with PR requirements, applicablecodes, specifications and statutory rules/regulations. Any error/deficiency noticedduring any stage of manufacturing/execution/installation shall be promptly correctedby the supplier without any time and cost implications, irrespective of comments onthe same were received from EIL during the drawing review stage or not.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shallcommence as follows from the date of Fax of Intent / Letter of Intent/ Fax ofAcceptance (FOA)/ Letter of Acceptance (LOA):

QMS - 1 weekDrawing/Document Control Index - 2 weeksOther Documents/Drawings - As per approved Drawing/Document Control

Index/Schedule

4.1.4 Documents as specified in PO/PR/MR are minimum requirements. Supplier shallsubmit any other document/data required for completion of the job as per EIL/Ownerinstructions.

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 203 of 318

'7f 11I OfiTt cYeawlnn

ENGINEERSINDIA LIMITED(A Govt of India UndenakIngi

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 5 of 8

4.2 Style and Formatting

4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.2.2 Before forwarding the drawings and documents, contractor shall ensure that thefollowing information are properly mentioned in each drawing:

Purchase Requisition NumberName of Equipment / PackageEquipment / Package Tag No.Name of ProjectClientDrawing / Document TitleDrawing / Document No.Drawing / Document Revision No. and Date

43 Review and Approval of Documents by Supplier

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and dulysigned/stamped by supplier before submission. Revision number shall be changedduring submission of the revised supplier documents and all revisions shall behighlighted by clouds. Whenever the supplier require any sub-supplier drawings to bereviewed by EIL, the same shall be submitted by the supplier after duly reviewed,approved and stamped by the supplier. Direct submission of sub-supplier's drawingswithout contractor's approval shall not be entertained.

4.4 Document Category

4.4.1 Review Category

Following review codes shall be used for review of supplier Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/fabrication as per the document.

Review Code 2 Proceed with manufacture/fabrication as percommented document. Revised documentrequired.

Review Code 3 Document does not conform to basicrequirements as marked. Resubmit for review

R Document is retained for Records. Proceedwith manufacture/fabrication.

V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based onPO/PR/MR along with schedule date of submission of each drawing/document on EILeDMS. The DCI shall be specific with regard to drawing/document no. and the exacttitle. Proper sequencing of the drawings/documents should be ensured in scheduledate of submission.

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

Page 204 of 318

r1.7-14 ENGINEERS51g-a feff5leg INDIA LIMITED

1.17,124ifflsrefloJOORI1 IA GUN. of India Undertaking,

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 6 of 8

4.5.2 Submission of Drawings/Documents

Drawings/documents and data shall be uploaded on the EIL eDMS Portal as per DCI.The detail guidelines for uploading documents on EIL eDMS Portal are available onfollowing URL

http://edocx.eil.co.in/vportal

4.5.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, theSupplier shall submit copy of approval by the authority to EIL.

4.5.4 Details of Contact Persons of Supplier

After placement of order supplier shall assign a Project Manager for that order. Thedetails are to be filled online through the portal. The details include e-mail address,mailing address, telephone nos., fax nos. and name of Project Manager. All the systemgenerated emails pertaining to that order shall be sent to the assigned ProjectManager.

4.5.5 Schedule and Progress Reporting

Supplier shall submit monthly progress report and updated procurement, engineeringand manufacturing status (schedule vs. actual) every month, beginning within 2 weeksfrom FOA/LOA. In case of exigencies, EIL/Owner can ask for report submission asrequired on weekly/fortnightly/adhoc basis depending upon supply status and suppliershall furnish such reports promptly without any price implication. Format for progressreport shall be submitted by the Supplier during kick off meeting or within one week ofreceiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan

Inspection and test plans (ITP) attached if any, to the MR/PR are to be followed.However for cases wherein ITPs have not been attached with MR/PR, Supplier shallsubmit within one week of receiving FOA/LOA, the Quality Assurance Plan formanufacturing, covering quality control of critical bought out items/materials,inspection & testing at various stages of production, quality control records and siteassembly & testing as may be applicable to the specific order and obtain approvalfrom concerned Regional procurement Office of EIL/third party inspection agency, asapplicable.

For Package equipment contracts, the supplier shall prepare a list of items/equipments and their inspection categorization plan for all items included in the scopeof supply immediately after receipt of order and obtains approval for the same fromEIL. The items shall be categorized into different categories depending upon theircriticality for the scope of inspection of TPIA and/or EIL.

4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)

IRN/ IC shall be issued by EIL Inspector/ third party inspection agency on the basis ofsuccessful inspection, review of certificates as per specifications & agreed quality plan(as applicable) and only after all the drawings/documents as per DCI are submittedand are accepted under review code-1 or code R. Supplier shall ensure that necessarydocuments/manufacturing and test certificates are made available to EIL/TPIA as andwhen desired.

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

Page 205 of 318

ENGINEERSOgell 0151jeg INDIA LIMITED

IA Govt of India Unclettalong)1.127, owtore o43frosso

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-holding of payment as per conditions of PO/PR/MR.

4.5.8 Transportation Plan

Transportation Plan for Over Dimensional Consignments (ODC), if any, shall besubmitted within 2 weeks of receiving FOA/LOA, for approval. Consignment withparameters greater than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

4.6 Final Documentation

4.6.1 As Built Drawings

Shop changes made by Supplier after approval of drawings under `Code 1' by EIL anddeviations granted through online system , if any, shall be marked in hard copies ofdrawings which shall then be stamped 'As-built' by the supplier. These 'As-built'drawings shall be reviewed and stamped by EIL Inspector/ TPIA also. Supplier shallprepare scanned images files of all marked — up 'As — built' drawings. SimultaneouslySupplier shall incorporate the shop changes in the native soft files of the drawingsalso.

4.6.2 As Built Final Documents

As built final documents shall be submitted as listed in PO/PR/MR.

4.6.3 Packing/Presentation of Final Documents

Final Documents shall be legible photocopies in A4, A3 size only. Drawings will beinserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)with an extra strip of 12 mm wide for punching so that drawings are well placed.

Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x315 mm (10 1 /2 inch x 12 1 /2 inch) and shall not be more that 75 mm thick. It may be ofseveral volumes and each volume shall have a volume number, index of volumes andindex of contents of that particular volume. Where number of volumes are more,90mm thickness can be used. Each volume shall have top PVC sheet of minimum0.15 mm thick duly fixed and pressed on folder cover and will have 2 lever clip. Incase of imported items documents, 4 lever clip shall also be accepted. All four cornersof folders shall be properly metal clamped. Indexing of contents with page numberingmust be incorporated by supplier. Spiral/Spico bound documents shall not beacceptable. As mentioned above, books should be in hard board plastic folders withsheets punched and having 2/4 lever clips arrangement.

Each volume shall contain on cover a Title Block indicating package Equipment TagNo. & Name, PO/Purchase Requisition No., Name of Project and Name of Customer.Each volume will have hard front cover and a reinforced spine to fit thickness of book.These spines will also have the title printed on them. Title shall include also volumenumber (say 11 of 15) etc.

4.6.4 Submission of Soft Copies

Supplier shall submit to EIL, the scanned images files as well as the native files ofdrawings/documents, along with proper index.

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

Page 206 of 318

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 8 of 8

C,'(L:ED'D ENGINEERSINDIA UMITEDIA Govt of India Undertaking)

ligar idf5lesI MT riernfO7IJOCFAI

In addition to hard copies, Supplier shall submit electronic file (CD-ROM) covering softcopies of all the final drawings and documents, all text documents prepared oncomputer, scanned images of all important documents (not available as soft files), allrelevant catalogues, manuals available as soft files (editable copies of drawings/textdocuments, while for catalogues/manuals/proprietary information and data, PDF filescan be furnished).

All the above documents shall also be uploaded on the EIL eDMS portal.

4.6.5 Completeness of Final Documentation

Supplier shall get the completeness of final documentation verified by EIUTPIA andattach the Format for Completeness of Final Documentation (Format No. 3-78-0004)duly signed by EIL Inspector or TPIA as applicable to the document folder.

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

Page 207 of 318

$afg7:11 tel5legMen eRali• 4,30.0

ENGINEERS COMPLETENESS OF FINAL

INDIA LIMITED DOCUMENTATION(A Gort of hula Undertakog)

fEr)

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor

Customer

Project

EIL's Job No.

Purchase Order No./Contract No.

Purchase Requisition No./Tender No. Rev. No. :

Name of the Work/Equipment

Tag. No.

Supplier's/ Contractor'sWorks Order No.

Certified that the Engineering Documents/ Manufacturing & Test Certificates submitted by thesupplier are complete in accordance with the Vendor Data Requirements of PurchaseRequisition.

Signature

Date

Name

Designation

Department

Signature

Date

Name

Designation

Department

Supplier/Contractor EIL/TPIA

arTilittl/APPROVED

gTffTeR/ Sig eilegiltktvi .

4/ Name: ......... .. . ......................

f4-41--/ Date: ..... ••••••• .... ........................

Copyright EIL — All rights reservedFormat No. 3-78-0004, Rev. 1/ 12.03.2015

Page 208 of 318

COMPLETENESS OF FINAL DOCUMENTATION

Format No. 3-78-0004, Rev. 1/ 12.03.2015 Copyright EIL – All rights reserved

COMPLETENESS OF FINAL DOCUMENTATION Name of Supplier/Contractor :

Customer :

Project :

EIL’s Job No. :

Purchase Order No./ Contract No.

:

Purchase Requisition No./ Tender No.

: Rev. No. :

Name of the Work/ Equipment

:

Tag. No. :

Supplier’s/ Contractor’s Works Order No.

:

Certified that the Engineering Documents/ Manufacturing & Test Certificates submitted by the supplier are complete in accordance with the Vendor Data Requirements of Purchase Requisition. Signature : ……………………………….

Date : ……………………………….

Name : ……………………………..

Designation : ………………………………

Department : ………………………………

Signature : ……………………………….

Date : ……………………………….

Name : ……………………………..

Designation : ………………………………

Department : ………………………………

Supplier/Contractor EIL/TPIA

Page 209 of 318

pemasai s146!) IIV - 113 1q6uAclo0 0 • A9:11-J-1,000-00-8 oNlewmj

Aq pencuddy Aq

pad p Aq

paiedaid esothnd oleo ON

.AaN JOUGAU00 aeivwwoo sruepuen

ONd IAINV/SdS VNV NOI1VOIA103dS 'WS SV cmnssi 88 ZI• £Z £

MARJO VOW Sd)4 03dS CIS SV C1311SSI3H Gl3S1A32l L6 L0'60

INNV ONIJ dIA1A 03dS aLS SV 03f1SSI3H C13S1A32:1 Z0.90 1.£ 9

VSS INNV NNO 03dS 013 SV conssoa '9 031AINIAJV3H PO £0 LC 9

VOW °Nei EIA 03dS 013 SVO311SS1321 '9 CI3S1A3e1 60 Ca LZ L

NS 03dS 015 SV 0311SS132:1'8 03S1A32:1 81. 90 .13Z 8

ueLtu!eq3 fleeing

spepuels

NV

SV

2:12is

Nvna N

a9V313Vd 1101 SrlaSSJA anassalld

JO N1011V31,413adS atlyaNIVIS

.1.44P.4. 40 1-- Ft

1-4

61, to L a6ed SIA1311 30VMOVd 8 'Ae21 0£00-21.-9 210d S13SS3A 3211ISS321c1 CI3111A111 VIGNI

9133NON3 •ON NOI1VOI3103dS 02:1V0NVIS AO NOI1VOIA103dS ONVONVIS

HOW 14,1c1,1, .21/<,

244g 112P=0

?r"P—JEP

Page 210 of 318

0 .nab 1.d-1000-00-9 'c1N1 lewiod paluesei si46P IIV —113 446pAdo0

(wps) uuumrefutuuN (ssaoord) jusoin •S (spa cord) truzy 1A1 ryl ureumN qureNus

tregari qs!uy rIAI serunN unni r1A1 seumN rapui •11A1 surunN uruy rjAI

niniCauuluy •N 4/1 supurnzuw iculuus : sragtuaw

UUUE/CEMI.11.1•Eff f N •11/1 : .10U0A110D

aamtutuop spepueis juartriturba arle3s

pais ssaiutrels • SS

mot. adAi Oura • WI

3.101:[ IuururoN •

gN UOI 0!.1.1.31N

sprupuuls tre!pui SI

uclsono3 suinuerp ram DDI

suogulaax Japog uurpui ITER

OuppaiD paonpui uaorpicll • DIH

o9sum paalojupx ssrip mild dlId

sp.rupuuls uuadoina • Na

ssomPRI, tulld

IdCE

pals uocueD SD

osm pudruoD QD

racitunN ssauPigH 113uPil

NEM

simualupv 7g 2uusai .10j Xj.0100S UU01.101.1.1V

FLLSV

sraaurOug reo!uutpaw Jo kraroos uuor.rawy gysIsv

auuusui umaio.uad ueopatuy IdV

:stio9mAalqqy

61. JO Z abed SIN311 30V)I3Vd

'0N NOLLV3IA103cIS cwvaNvis AO NOI1VOIA193cIS aNvaNvis SIMNON3 8 'A821 0£00-21-9

NOA S13SS3A 3211188321d C31IN/11 VICINI '6261476V Pr?tIl9P

16.4.u.pun awi w 4A0o vi

Page 211 of 318

0 ne1:11.d-l000-00-8 letmod pamasai sq6ij iv —113 146pAdo0

91 SNIA11110D 11VI dO AIMOSOIIHd Nmisau Al

t I NOLLDallS IVRIAIVIAI III

(.1opum an /cc! ui palm al °I) £ I IISSAA 3llfISSAI1d110A IHRHS KING

sminxamiqv

z SINAMIDVIIV dO ISI1 0.91

ii IVIIANAD 0. CI

I ONIINIV(1 (INV ONINV'113 0171

IT NOLLV1fISNI GNV DNIA001Id AIM WEI

01 ONILSHI HAIIDMIISAG NON/AHdVIIDOIGVII O'ZI

OI IN1IALLVH11.1 IVAH CRAM ISOd 011

OI ONICIIIM 00T

6 oNusai 1I1ISSId 0-6

6 NOIIDUSNI 0.8

6 SIONV1A O'L

6 SAIZZON (KV STIOHGNVH/SHIOHNVIA1 09

Suva 0.5

9 SIVIIIHIVIAI 017

17 SISVH NDISAG 0E

17 SNOLLV1f10311 (KV SNOUNDIAIDAdS `SACIOD

AdODS 01

simaimoD

61. 10 £ afied SW311 3010Vd (E.Neu.n.OUI I. NO0 v) fits12hCKU2.211,21.1

8 'AeN 0£00-Z1.-9 210A S-13SS3A 32111SSMId annAin VIONI 22,4fg IrPaS .0N NOI1V31A103c1S aavaNvis AO NOLLV3IAI33dS atIVONVIS 9133NON3 w pr?MEP

Page 212 of 318

patuasei s;q6P IIV —113 146pAdo0 *Aai Id-IMO-00-9 'ON wwiod

aouumoiw uo!sonop c-i •u!sa = ssaurlip IIuM

mut 001'Z NVELL SSal 110.1

: 5wmotioj pawinowo ssai you inq '(unti 0-c 5wpaaoxa tou aouumoite uo!solloo unu9 - siassan pais Aoiiu min puu uoqiuo iod

(g

:suinutioj ii!motioj pawitualap will. twill ssai aq ssaup!ty. aqt [rugs ou u!lnq `sapoo pm aougp000u ui `anuwadwai puu amssaid u2!sap pm pawinoreo sassamiom Hum tunw!ww anuq Hugs spuag puu Hags lassaA

ssaulami Hem tuntumm VC

SISVil Nnisaa trc

-pagIoads as!mlawo ssaiun spnpuuts tire!pui lire/kola! aouupi000u ui pawinowo aq Hugs speoi alunbwea puu puiM

(q

•kimq!suodsal moptiaA aq Hugs sappowne kuunwis wag sBui!melp pug 0!sap Jo ignaiddv •pm palldwoo aq Tsniu pap= aq (an) s! (s)iassan =gm

awls JO kuunoo atp JOJ smut-aXq pool pm .1014102ot suoggiraai w snivel puoguN (g

suopelaall

-apui2 luaiunwba jo uoguoispads p.mpums tig!pui (q

II gopos awsv (g

uuojuoo Hugs pasn aq stupawIAT

suocjempads lepainv

•114-amxouuv u! uan0 saullap!n2 lad su no ppm aq Hugs inunioo Ouploddns-jias jo ta!sap poltruqoaw

(p

'3090eid - I AIQ IIIA '03S 31300 HIAISV10c1 su Fols31 puu papadsw `paTuppqr;

`pata!sap aq Ins (5)ztu0/5N 0. i > ainssaid a!sap glim Jo/pug p!nbll jo iinj siassaA (o

(IsNEI) Z AIQ IIIA '03S 31)03 awsv nd su Palsol puu paioadsu! `paluopquj `paid!sap

aq hugs (5)zU13/2)1 01Z 01 puha JO Imp Jawai2 amssaid thl!sap ipIm siassan lly (q

(Is3121) I 'ARI IIIA

01z tivig ssai puu OVID/2N 0•T pub° JO MLR Jawa.12 amssaid a!sap siassaA •oas °pop mAisy lad sr paisai puu papadsu! `paluoluquj `paa!sap aq Hugs Mzitio/BN

(g

C'Z

Z.Z

sapop Opaa I'Z

smouvrinDau awv smoiivaimaaas `sagoa frz

1-ainxauuy iod su siassan Jo slalatuund u2!sap iiu wuqns

Hugs ..topitaA -paiyoads as!Auaipo ssalun adoos mopuan u! aq Hugs IBIsacOu!zis iassaA Z'I

-siassan ainssaid jo 2u9sal

puu uo!pala `tioguopcpj `ii.3!sap `wpaigui .ioj swatualinbal imatia2 SJOA00 uogeog!oads siq,l 1'T

Haoas wit

61. ;01, G6ed SW311 3 OV)l abed (5 ..pun ...poia N09

9 •Aam 0£00-U-9 210J S13SS3A 32111SS32Id C3IRA/11 VIGNI •oN NOLLVOIA103dS aavaNvis JO NOI1VOI3103dS ativaNvis SI133NION3

It LL Pr?Mt9P

Page 213 of 318

pemasai si46P Ily — 113 1460d00 0 .nab 1.3-1.000-00i ON leunod

.anuwadwal 2upwado lsamoi aq ins anuwadwai ta!sap .o moiaq Oupwado iassan Iod (q

.3 0g9 ssai aq iou Bugs altuwadtual ta!sap JanamoH -3 .cI stnd ainmadwal 2upriado aq pugs an-uwadwal ta!sap alp `.rano puu 3 00 2upwado siassan .cod

(g

:ampud alp ut aiatimasia pag!oads as!miatpo ssalun 2u!Ano1oj atp lad su pamnowo aq pugs anuwadwal ta!saa

ampiadulai tOsaa £.£

OA) ggyj jo awssald Imam

tuptialapp Ioj pau2!sap aq pugs (tunnoun pplud .to) wnnoun lapun Owl:undo TassaA

(0

.lassaA alp uninm wa!put2 /cue puu peaq pub!' 2upwado

wtrupcutu alp 2tuppe Aq patuttuawp aq of st mod .cannot /cue w awssaul u2!sasa

(q

.(zwo/ON L umunnw) %c stqd auissaid upwado runba aq pugs anissaid tbl!sap alp `(5) zum/2)1 0L JOAO s! amssaul 2upwado uatim

.amssaId 2upwado uutp mu! (zwoAN 0.i jo tununum) %01 snid iassan ut mod lsatplq .to lassan jo ainssaid 1.1pwado tunwpzutu

fenba aq pugs ainssaid ta!sap atp (2) zw3/2)I OL oldn s! oinssaid 2upwado uaqm

(u

:a2mped atp ut ataqmasia pag!oads as!Auawo ssapin 2wmopoj atp lad su poi nowo aq putts awssaid awaa

ainssaid Opaa

-ssattpup umunww of pappu xi pugs `Xuu J! `aouumopu uo!sollo3

.ww g - SJOMovsuumloo paw /Cope Out puu paw ssalums and (3

(mm p•E 2wpaaoxa iou

aottemope uo!solloo 2u!ptnou!) mwg - siamovsutunio3 paw 'cope moi pug uoqmo .rod (p

.X1211Iplooar paa!sap aq pugs puu mut-goo su paJap!suoo aq pegs IOSSOA uatp (a) Jaiatump swim g uutp Jawafil st atni waum Jo aspq wag (H) 1142!aq lassan alp ji

.ssaupup wwwww 01 pappu aq j! `aouumopu uo!sono3

0001 g*Z + = (unit) ssou3131111 HEM

lutuopg i limp atom laww-em JoJ 2wmopoj Jad sr pal:quote° uutp ssal Iou inq `unu E - siassan Paw 'cop tp!ti puu siassan paw ssapnms .rod

'WU' UT ace suo!suamp IId

0001 aotremouv ucqsallop c.z + = ssauloup IleM

HAOUV UNIV ulul 0017.Z S2I3 L IIAIVIQ 1104 0001

SW311 30VNOVd 8 ',MA 0£00-21-9 1:10d 813SS3A 32111SS32ld (HIM VIGNI

•oN NOLLV3I3103dS GINCINVIS dO NOIIVOld103dS MIVCINVIS SII33NI9N3

(3

(q

61. 10 9 °Bed (5U01e1.0.n .PUI 10 1009 0) (1.1,13C.T.06, WAN)

2244P1 jr?2/P

PPOLICIP

Page 214 of 318

0 •Aa?:11A-1.000-00-9 'ON ;EW.10j pamesal sly6p — 113 It.i6pAcloo

.0Z-VS uouuog!oads jo IZS 6ISJo swatuagnbaI krewawaiddns Joj swatuagnbal kusuuago palouwal Joj aiquogdde s! (z) -uouunba

•Aiuo tgAi puu Apoads pualum algeogdde uagm pasn 0g Hugs (I) - uogenbg

(Z)*** £V0 # 5 I/ON+nD) +5/(A + 01AI + JD) +9/uIAI + = bap

Z17.0 # 9/uIAI + = bap

•pags!ws ag Hugs s!sAteue wag uo pasgq (bap) smign!nba uogseo Joj swatuagnbat 2u!molloj jo 0uo 'Xituuomppv

•yocz•H 2uIpaaoxa luawoo uogruo tp!m suouuogpads aiggogdde iad 0g Hugs s!syqvuu wouuag3 •papodal pue mum ag Hugs wag goua jo s!sicteue lonpold au°

(ct

•pappluad Tou Hugs 2u!piam sawid jo .quday&quompuooaN •pasn

aq Hugs gs!ug algueunpom pm major) snout-11u! wag aaij samd pasHuuuou icluo

(u

'Up.1131.1 pauouuaut swaum!nbai puomppu OZ-VS uogeog!oods jo anss! Isom uuojuoo Hutis pasn sawid

spiquuy igapuatip

saium pais uctqlea Jo suopeaupads

•sao!Ansitiompuoo musnpu! telaua2 Joj - anixauuy uan!2 alqui lad su paloalas ag Hugs luatud!nba jo spud snouen jo siguaww

SIVIIITINW 017

-aura' p!g 041. tp!m pagoeuu j! `alls aguo uwp o!uw!as poOoppoalatu uo pang 0g

Hugs II Jo £681 :SI IltuPuulS ue!pig tplm aouqu000e u! commie° ag Hugs saatoj avnbgpug £

•aulaud alp gi!im

patinae j! uwp pu!m °wads gL8 si piupums ue!pui Jad su pamnowo aq Hugs puoi pum 11.9.£

spec)/ Nuisps puu pum 9*£

PluPuuTS uggng u! pag!oads ag Hugs sHog logoure pue siagulatu wiruotuls Joj sassaus aigumollu

Z.5.£

•apoo ta!sap mil u! pagpods sanren alp ag Hugs •ow sluauodtuoo Jagio pug spuag `Hags Joj sassam aigumoite o!svg I•c•E

sassailS alclemoIlV s*£

-02-eloud atp u! aiagmasia pag!oads as!Atuatpo ssalun tutu 0•E ag Hugs stassan pals uogno Joj aouumme uo!sonoo wnuqum

aougmolly uoilso.m3 17"£

•uogendo 2uunp pages!nua aimundwal tunuqu!ul pue ainwiadtual ouagdsoluw umugu!ul jo Jamoi ag Hugs CuNcHAD ammadwai paw ta!saa tuntu!um

(0

61. Jo 9 afied SIA13.1.1 39V)10Vd

8 "AG21 0£00-Z1-9 S-13SS3A 311118831:1d CI3111A111 VICINI -oN NOLLVOIJ103dS aavaNvis JO NOLLVOIJI33dS C11:1VaNVIS S1133NION3 ("4601s3P

Pr-JLIcIP

Page 215 of 318

pamasai sILIN iiv —113 I46pAdo3

0 'Ae?:1 LJ-1000-00-8 'oN leuuoj

I 33Pu-A Z9Z V IAIISV iad sE sisal uolsolloo .1[EinuaM Jaini of papaiqns aq ins wag qoua jo anguluasaidal s2umg puu au!aioj `sadld `saluid paiyoads aspiumpo ssaiun

(q

luaunuan wag uogezmqms uan0 aq Hugs Cola LtE SS `IZE SS) SS Jo 3I3u12 P3z IIu `uoIlIPPu uI '08t-VS uogeolpoads aouaiajai topn saps tooq uo qslug i •oN anuq Hugs puu pappd `paluauuu `pauoi log aq Hugs saiEld tiy

(g

•upiati pauoguatu swawaqnbai tuuuRIPPu glint oat-vs uogeolpoods jo anss! isaiEj oT uuojuoo Hugs pasn saluid

2uOioNadmisapid pals ssapquis Jo Hopeawaads Z*17

.uop.uolyoads snp jo E. ut asneio iad sE uodnoo 1S31 luonteqoatu jo luatuman. TEN paTuinuqs (p

•umoi jo uogoaqp ati of asiansumu Ji? Ism jo uogumapo

'0Z-VS uogeolyoads jo grzy aiqui iad sy - upalpo aouridaooy

'3 06Z suu!ul ammadtual Tsai

'3 00 mil .10111.1EM annundwal u2!sap Joj pasn aq of maul tupawiAl (o

'0Z-VS uoguoiyoads jo cs Tuatuaqnbai kruluatuaiddns alp Jad su isaT tiolou-A icdruqj (q

'oz-vs uoguotmoods Jo Is luatuaqnbai kmuatuaiddns .tad sE luattquan tunnouA (u

•Ruatuaqnbai reuomppu 2pAnolgo3 paw Hums ssatnioNi ut tutu og anoqu saiEld 9'I't

.(suoguin2a2l Jallog trumui) -amp sluatuaimbal alp paw Hugs siassan 2Ig1.Joj papaau

•sao!mas ammadutal mot Joj affnuiadtual u2!sap iE Tito mite° aq oT OZ-VS uoquogpads jo SS iad o 2u9sal Indult! tiolou-A XdruqD t' I 't

tit! SiillooD (..i .inoq uE jpq uuto ssai iou inq ssatnion.p.

mm gz Jad inoq auo aum 21qpioli (u)

aJn utadutai 2upluos

: atoicp 2tqslluttuom papuatuwooaN

I'AKE IIIA '33S 'aPoD 3IA1SV JO 9g-s3n -tad su I -2unwojrBuffloiloti Joj papuaR &lima' ssans auo + 4,2tqs1IutuJou auo I ssaulonp 1.11U1 91 3noqu sareid .10.1 ;_.._

suodno3 waturgaii leag paluintu!s E' I '17

luattnuaq luati pagpads ay. .tabu Trio papoo aq Hugs uolluunuuxa oluosuiqn `saluid pals paiadtual puu paqouanb .rod

(0

•g-lanal jo psuptrels aouuldaoou °Aug Hugs puu 8L5-VS uo9uoiyoads .tad su ino pal.uuo aq Hugs suoguu!utuxa oniost.tiln 'tutu og anoqu ssaurnp and

(q

Et-VS uoguogpads .tad sE Xtreo!uosanin patqurexa aq Hugs (anismou! Tog) mm OS of tutu 91 ssaurno 2upwq saluid

sapid Jo suoDeupLuexg apiosualia z• I'17

61 10 Le6ed SW31.1 30VNOVd (6uofeuapon emus I. IAGO v) aftneem, Jazaka Ia. I

8 "AG21 0£00-21.-9 210A Sl3SS3A 3211188321d 43IRA/11 %/GNI t.M.A,27,-ifilgil2gP •oN NOI1V3IA103dS aavaNvis JO NOLLVOIA109dS aNvaNvis S2133NION3 AIWPI Pr?MEIP

00001 °I D 0006

Page 216 of 318

•Aa:1 1d-1.000-00-8 'oN leuxod pamasai sILAP 11V - 113 I46pAc100

-ao!masmatudInba Juin°!Ind Joj palluo icipowoads (!

:s1sIxa suoippuoo 2ulm000j atop Xue ssaiun papauue uognios aq lOu Hugs spssaA SS jo spua pagsm pauuoj plop • t

:ADINITIVIIIAI SS 1103 (q

•aiquolldde aq lou Hugs anogu (I) ui papuaupooai luatawan wag luaulwan wag ppm Isod samonui pssan papidwoo oip uagm

• £

•pas!puuou aq Hugs an-noujnuutu jo saRew [mg ag1 u! a2u-eJ 5u!s!reuuou ago u! pawag Xiuuojlun wag Iou anug gonim 'spud winuls JO spua pagsw pauuoj Toll

*Z

•uon!s!nbai ui pag!oads as!miatoo ssaiun `panallai ssaus 0g Hugs sai)lotunt JO spua pagsm pauuoj PLOD • I

:5u!molioj Jad su in° pauwo aq Hugs sued pauuoj jo luatuwan 123H

SD Noa

savax o.s

•alquonddu su uogeo!noads qoliad su JO ao!mas !woods .ioj t000117-9 uogeotlloads pm aougp000t: ai aq Hugs 2uutqud puu Jawpd jo uogeo!iddu pug uogundaid aoujins

aaujins 'Lewin no tuptned £.17.

..170Z-90-9 UOguogpadS 'Z8917 SI .tad su mop aq Hugs `spssan Jo ap!sul uo 2u!ull Jaqqiu Jo uonuollddv

&gun Jaqqnll Z.17".17

.2unni auk) uogeoHdde amjag uouutuJoj wru luanaid 01 2unreap Jaw pauddu Xpw!paunuu aq um (Ida uoionu SL of gz) Xxoda pamo appireiciod Jo woo Jatuud •uoio!w gL, 01 8E aq Hugs 00EJ.111S JO ailjoid Jogotre pug o I-dS-DcISS -rad SE palsuig an!su.Kw aq Hugs aouj.ms pais ata (!!

•ao!ivas papualu! 011 iins O4 Janag Jo luawn!nba 'Jam pCu!A aq Hugs pasn u!sai alp pa!noads si luatud!nba jo ap!su! uo 2unni au Janalagm

2unin

2uptqadAtqun intualuI .co; inpamAT

•t £ adi.L 11)Z° I Na 01 uuojuoo Hugs saluo!junD tupaww lassan jo uogeouguj aiojag Joloadsu! -ila O4 paunugns aq Hugs icipoglne 5unoadsul paguno icinp 'wag pannbal s1SOI LIE jo quatunoop puu sawoguno jo sa!doo xi

•E-lanai JO psupuuls aoundaoau anug Hugs pug 8Lg-ys uonuogloads Jad su leo pal.uuo aq Hugs suoumnurexa o!uosumn `tutu og anoqu ssaurno Jod

I'17'.17

VP

pou!utexa aq lialS

•gEt-vs uonvolyoads Jad sE Affeo!uosanin (anwnpui gloq) utmog 01 WW9I ssaulono u!Aug sawki (0

X 00Z JO uo9uog!ugew E paunnexa aq Hugs uaunoads Ism puag a41 lepawm sapas 00£ 0I4 IIE 10J

6l dog abed S1N31130)519Vd (5uoruaPun mut 10.9 0.1213f actaa 'Jaw

8 'AG21 0£00-Z1.-9 NOA Sl3SS3A 3211188321d cumin VIONIft„.274421 iPtIP *oN NOL1V31J103dS aavaNvis AO NOLLVOIA133dS 01:IVONVIS S1133NION3 wirl,w?M, 10P

Page 217 of 318

paAJ8S9J sly6p lly —119 it46pAdo3

0 •Aa2:1 Ld-L000-00-9 'ON leutiod

.3 091 uutp ssai aq lou Xiquiajaid hugs puu unici IRA •03s HIAISV JO 66-On jo swaulannbaz aqi loolu Hugs p!ng Aso jo anumadtual ogulsoip/cq 5uunp ainiouij al ug Jo lsp lsu!g5u pJun5ajus

Japio uI •apoo alp .Lad su poisal Xlluogutunaud JO XtreopulsalpAq aq Hugs siassan Iid

9NILLS3.1 3 I11SSII2Id 0'6

•slopuan-qns sp4 JO Jopuan jo sdoqsvom ssaoou aolj anuq Hugs Joradsui

•Joloadsuir paspotpue spi .10 lasugoind uogoodsu! [Rug Joj su Ham su as!m-agels paiajjo aq nulls S1OSSOA 11V

NOLLDadSNI 0'8

•pagpads as!nual.po ssalun f.L2i J0j S3OgjillS 1031SE5 0Auti hugs 3noqu pm 006 ssup JO S051JEU

(0

•panutuad Tou azu sa5uuu uo dlls •adki )loauplam jo aq Hulls sauu

1€1 13 IIV

EII\1009 anoqu azIs ioj (g salias) L17.9I-H puu gN009 do az!s J0j 5.9tg awsy Jad su aq Hugs sa5uulj Joj suo!suaunia

SHDNIVIa IIL

•adX1 aq pugs anoqu puu gN08 saizzou adAlluatuaolojupi -jjas •unu 05 spaaoxa Hum iassan Jo SSOU31011.11 uaqm spiupumsiapoo alquoqddu

• icq pagnbai uaqm add FeBanu aq Hugs 2uluado saizzou aqi Joj luatuaalojupi aqs

0

•adi(1.11! has aq Hugs puaqivaqs Tualuqouuu saizzou ire apt tunua5 u sy

(3

•pappkoid aq Hugs saueg

Hags `SIMI101111 31CreA011131 51.1!Auq puu unu 006 uutp ssai Jalatuum 1.mm. S1OSS3A .101 (p

•uopoadsu! 10j S01014 pueq gN 00 usou z pappkoid aq Hugs E1N. 00£ iunba JO uutp ssal

siassaA •U011.00CISU1 J0j S310L1 puuq gN 051 °Au rpm papnald aq Hugs Sl3SSOA 11gUIS

(o

•a5uul .10 Ilse!) u twm pappkoid aq hugs JOAO° 0101.11LIBIAT

(q

-pawoads as!mialpo ssalun gN tutu 057 tununupu aq Hugs saloquew

salzzatsi UNY STIOIKINVH/STIOHNVIAI 0'9

•pafeauur uognios aq Hulls siassaA SS JO spua paqsm patuJoj SOH *Z

•anoqu tuin9i su aluld jo ssauloup tuuunoN(p!

•Nlig 5Ez Sp333X3 51.1pILI0j JOUB 3111BA SSatlpiefl

6 6 abed SIA1311 30VMOVA le4Przuap.n evui p 1009 v)

8 "AGN 0£00-ZL-9 2103 S13SS3A 31:111SS321d alum VICINI -oN NOILVOIJ103c1S awaNvis AO NOI1V013103dS al:IVONVIS 92133NON3

27,41121"3P Pr?BEP

Page 218 of 318

patuasai s;461.1 11V -113 4146pAdoo 0 •Ae:i L3-6000-00-9 'ON leuxoj

jo nag ut pamp!suoo aq )(mu imams aiOms a uo Xisnoattegnugs sqnsat Tog 2utkuidsm pun

/Cully pasugd pue (Bpi sagaid ogoa mind puu ado' 5uHundnoui in mummy panadsm aq of stmoi agt 2uore sastanutt Xlleolwwolne iugi s!ssego autus alp uo Flamm

(P

•(apop iCq pulp!) su ltgoijo /Clamp) qupoi pua pagsw popagdstwag of gags ulaoxa Imo!' g /Clamp .to V kla01"03 S! 11.11!01011I (3

ulul E i uutp lawahl Si ppm jo ssatt)loup 0111 (q

•syi SD latma Si uogottusuoo jo te9awyl (g :2mmollo3 agi of na[qns aiggidaoou st sures

alp `(p) (v) i c Mn mud apop uo page(' Jo nag Itt in uuojiad of tuum Jagddns asuo tg Z I

isat tuauauad aXcuaroHnd oHaugetu Xq pamurexa aq Hugs (utu mud pue tool° spiam hags of aizzou Hy 9'ZI

•apoo aguo watuagnbat agi tam hugs pana!gou Xigenb ppm agi puu pacoidum anbutgoat 0141 S'ZI

•Auu jt luatuwau wag pue 2muumj .raga pagdei5o!put %NI aq dugs spua pattuoj jo sums ppm t'ZI

-pagdeBo!p-ei %00 I aq Hugs `ssauloup jo anHoadsau! `awid tuag pawo!iguj saizzou Hy C'ZI

•pauunexa aq Hugs Jowiado 2u!piamipapiam `ampaooid Bugqam goua wag spiam •paloaias aq osp Hugs mum luguatajumago goua u! guoc-i auo is-eat iu Xffuttomppy 1mm reugmOuoi 2g imuanjumago goua ui panalas aq Bugs cods auo umtumuu puu tpuai u! (tutugc sagout xis jo muumuu' a aq Hugs gduao!put pods goua quamagnbat umugmtu e se zc-mn gdadund `I-uo!s!Am HIA-uolnaS MANY gitm aottupnoou ut pagdu.ao!puJ cods aq Hugs plain 2mmultioo amssaid g .to 'claw° goua Z Z I

•slassan nj tuatuagnbat muumuu' Nil si Xlide.ao!pet pods `JOA3MOH woo alp ut pag!oads wtp uutp ssai aq uogetgutuxa opiduzSolpui

atqi hugs asuo ou uI -agered atqi ut pag!oads se aq Hugs /CgdeBowei jo tuatxa oqj I Z I

91%111S31 3AII3f111,1Saa O'ZI

'x 00Z Jo eo!leog!tauut a ie patgmexa aq hugs =moods isai puaq oqj -trguauuu uourqos jo ssaumuoajja puu kggclugns utepaose of pag!oads as!miatgo ssaiun a 00!Peid Z9Z V IAIISV .tad se Isal, DDT puu tsat &imp ()nut' Xq pamogoj aq gums it Ino pap.= Si tools ssaiums uo tuatuwau wag Janatagm

(q

•patuJojiad si tuauuwau wag ppm isod aouo patpuund aq Hugs 21gpiam ou pue gun ataidutoo a su pawau wag-plain isod aq Hugs siassaA •stuatuagnbat °pc:* of anp JO luatuaimbal ao!Ans of anp paunbat Si it lanauagm pawau-wag aq Hugs siassaA

(u

imamavala 1VIH arI3Act ISOd WTI

•argssod Janatagm `ft!piam nue panowal aq of s! `pasn j! `d!.us 2uppug •uo!witauad Hnj amsua of pasn aq Xutu d!.us 2uploug ssaoald suS you! uats2utu Act uru tow `01gpiam Joj alcussaoou iou ate saps tpoq atagm .salted amssaid t.t!tgol ioj paXoidtua aq gulls plain uoguitauad gu4

9NlarIVA O'OI

61. 10 01. abed SIA1311 39V)l0Vd (6.1eu.mn .vut ro 009 vi

9 •noti 0£00-21-9 210d S13SS3A atifISSMIcl C111.1%A/11 VIGNI -oN NOI/V013132dS aavaNvis JO NOLLV31J133dS amvaNvis SIIANION3

11:11113C10221.21:21d21.1 9?!.Ir?3P Pr?MEP

Page 219 of 318

0 'ixe1 1.,-1000-00-8 'oN 181.1.1.10j pamesai sly6PIIV —113 ly6pAdo0

-suoneogIoods o2uNoud sad su aq o4 •oto luould!gs puu siosson uo 2upprew '2uppect `oowaten9 8*ST

•os!mtoiluoi oq outs Hogs Joj mid jo uonoagp 2umox L'S1

•gN ww pp uuto ssoi oq jou Hugs SIOSSOA .I0j posn suogoouuoo 3IZZON 9-S1

•Xitto od!d ssaTuruos wog opuut oq ins moloq puu EN mai 00E Jotourem lossoA S'ST

1-tedu 06 Tu !wpm stattajjgs long tutu 9 x apron tutu pi, jo Joqumu z g4inn pouojjgs oq Hugs oz!s EN tutu oc (win soizzoN VS!

•ot patotipu oq ins suogeog!oads/spmpuuts gig ut potuo!put saougiolol uogeopq-ed

•ssui2 pogutsu! tpuo .ioj stos upy-yups

•siouotsuj pountsu! jo (ozIs pea ut ow wnuntqw) ohoj siouotsud

pogelsu! goua Joj slos ones stoNsup

:Ntoloq tion.!2 su sands Xiddns Hugs Jampujnuew Z*SI •Xiessnou j! `s2ni 2u!llut tp!An popinoid oq gulls

siasson popoddns ITN •Oni 2uppi to!nn poppkoid -oq Hugs iii 0-g Imp WOW 2u!tpIontt IossoA VST

rrniaman wsj

'1110LUI.10.11AU3 potyoods .10J too° -117-9 TIM oottupionou Ixt poling(' pug potupd 'pimp oq Hugs sonujins tuu.topco IId

(0

•tsotatpX4 nue 08 £V-1ALIS V uoguog!oads tp!An ootrupi000u ut poten!sged puu popp!cl aq gals ammo puu op!su! Tog sooujins jam ssoftquis

(q

.2unisruq aqm Xq lupoTuut u2!atoji.up 'aims mom' 01 Xgetuoun pottuolo aq Hugs siossoA

(u

DMIINIVA (MTV ommvala OTT

•uonuog!oods sni ut patiOjal p.repurets Zig _tad su spoddns to!At pap/void oq owls 2ugoald aig Jo/puu uogginsu! 2u!i!nbat siossoA

NOLLVII1SNI (NV 9N14001Id 3111.4 OTT

•ig mn wed °pop .tad su oq Rugs upotilio oouutdonoy (q

an uuoj.toci o4 pacoldop oq Hugs suosiad pogllunO (2

•uom2 oq gutis wolsics Inv .note puu sogred 0144 30 [mud& 044 `tiogim uo posug •ongewosatclat jo 4tsin 04!s alp 2u!inp uoatos owes alp ut uoguniuno spasm alp puu atntputu Inv jo Xt!llquduo 0144 Xorgss000ns omnsuoulop owls Ja!icidns 041 -M0!Aal Zig .10J osn o4 Jolud piooat Nowt. alp pm 2uote pon!wqns oq Hugs Xtidat2o!pui jo nog ut pacoldop oq o4 posodoid st tutp tuotsXs 0141

•Xfuo ooujins auo wag 2u!uuuns olltim op!sut su Mann su op!stno uo stnajop 8u!po4op jo oiquduo oq wogs &nos •ooupns op!sut puu op!stno uo slam os.tansuu.n se Mann su tutnpnOuoi areputns ot sogotou oiquInts mug Hugs loom uogeNgeD •posn oq gulls ssotnionpaupoww sulluns jo poiq uoguNgED

61. lo 14 36ed SIAI311 30V)I9Vd teumuavun oPui io 1.00 v) olgarmu.s.ka Leat.1

8 "AGM 0£00-Z I.-9 dOd 813SS3A 3211188321d 4EWN/11 VICIN14.27,4eg tr?20 •°N NOLLVOIJI03dS aavaNvis dO NOLLVOIJI33dS atwaNvis S2133NONSWF pr-emp9P

Page 220 of 318

pamesai s;q6P Ily —113 Iii6pAdo0

0•n921 1A-1.000-00-8 'ON ieunoj

( appollcIde se) uogeogpads qout000-117-9 21191.qed Nog 7s• clogs Joj uogeolpoads pmpuuls

• s2umj ag sa e A '2u!d!d sp Jo uopoloid Lamm! Au 2umi .ioj uogeolpoods

ioddng adm pad futualui

spoddns uop.Einsui pug 5ugooid-acid

sa2uurj

uogeinopo 01011 llog prepums

liptuu qpM aloquew

MOD 021.1H-11.111M 0101ILIEW

IOSSOA IE09.13A 10j poddns Tolouig

poddns 2a1 adm

poddns 2o-1 apuy

3suEE PPIS

lassoA MUOZ!.101-1.10j poddnS

0011E13101 tossaA

170Z-90-9

Z£00-ZI-L •

SZOO-ZI-L

8I00-ZI-L

SI00-ZI-L

0I00-ZI-L

6000-Z I -L

8000-Z I-L

L000-Z I -L

9000-Z I -L

17000-Z I -L

Z000-Z I -L

I000-ZI-L

ON INHIAlf1DOCI HULL

SINIMIAIHDVI,LV ,40 ISIrI 0'91

6l io Z L 96ed SIA131.1 30V)10Vd (6,00,0,0n.,0,0000 (ware= alax make)

8 'AGM 0E00-Z1-9 NOA S13SS3A 321118S321d cumin viamft 92mB IrP3P -oN NOIIVOld193dS auvaNvis AO NOIIVOIJIORdS aeriaNvis 9131•119N3 --w.kx-W9P

Page 221 of 318

pamasai sp.i6P IIV —113 101-1Ac100 0 '1\9:1 Id-1.000-00-8 'ON ;emu

IHI 110,4 CEHDVIIV ION SI DNIMVIIG DON3 IIHAMIHHM 111140 HIIM DNOTV VIVCI C3LH1dIAIOD limns TIVHS 110CINHA 31.0114

LHoaans onalinis

(TVNIIHINI)SIHNSVD

(IVNIIHIXI)SIHNSVD

SDNIIIIA gclIcI

ND IN AVM-NVIAI

N33N WIZZON

LN3Ini3HInO DI Ton•tao IIHHIO ANY

(1VNIIHIXH) SINHIAIHDVIIV cII1D

sLnN/SUI Ls ~VNHI X3

SIIIVd

SHONVI,1 IJZZON

SHONVII TIHHS

SHNOD/SCIVBE

saw It\owa3110dt\ilall VIHHS

NOIIDIIIIISIs103 AO SIVIIINIVIAI

.EVICT CEIHM ISOd

Timis AHdVHDOIQVH

(Wall

TINS

IHDI3H pal/ JAHNS

[ l qvpuxan [ IV LNOZRIOH

$ [ •c[Oau ION [ •c[Oali

[ SIHHIO [ [ Szfl

(0. ) axamaawai

(2zulN2N) minssaud

SNOLLICINOD DNIIVII3d0

:'ON

:gDYNDVd

:'ON >30f

timanD

ADIUIDIdda INIOf

(um) IHDIRE

(mm) xaimAnau

laSSHA 3O UdAI

IISSHA IQISNI HSINH H3Y.41111S TVIDadS

(unuYIgATI

HDIAIIHS

HaNYMOTIV NOIS011110D

(0a) aufavliacHniai

(2zu10/2x) axassam

NOLLICENOD NDISHO

NOILDIIIIISNOD (INV NOISHCI 110J HCEOD

imaNdinOR

:'ON Wall

:IINfl

:IDIf011d

(lopu3A alp /cq ul poug oci on riassan awissa-aa 2103 iaaHs VIVA

I - alifixamNv

61. Jo El abed (64,4VePaPVn VIIV,1 w 40.,v3 SIA131.1 30VMOVd 8 'AM 0£00-21-9 210A 813SS3A 32IIISS32Id anivgn VIGNI^22k-Ifig Ir?3P

131•1 NOIIVOIJ103dS CRIVaNYIS JO NOII.VOIA103dS amvaNvis 91ENI9N3*.pr Pr?MoP

Page 222 of 318

00/U9S9.1 sp46p Ike — lig 146Odo3

0 •A91:1 LA-1000-00-9 •(:IN le LUJOd

1-1 1.66 'H 91.6 'HVOC

JO 6L6 VS SINVd

311f1SS31Id sv avivs

SIIIVd 31111SS31Id SV aclvs

SIIIVd 3110SS311d SV MAWS

(.1341301IVH NIVUIS)

8 MO 661 VS 8E019 £61 VS

H162'H91E '11602

S30VIID 68I VS

11162 14912 'HPOE 3dAI

216 VS

`11912 `1160£ 3dAl

9LE VS /612 VS

'HI 62 1191£

'FIPOE 119 016 VS

518 01.111 005 anoctv

(U.10 11410100)

OH 1;i0 'AZ siavd

311fISS3Nd SV 3PIVS

S.LMVd 31111SSI11d SV 31ANS

snrva aanssa-ad SV 31AIVS

2'110 661 VS co

MD £61 VS

ZZd 119 922 VS

ZZd MD 681 VS ZZI 216 VS

ZZd 522 VS

Z 13/1 13 16 ND L82 VS

Z 13/1'13 ZZ )19 L82 VS

£65 OIdfl 825 3A0EIV

1.66 '161.6-140£ A9 6L1 VS

8 119 661 VS

83 119 £6I-VS SfliVd 3)IfISS311d

SV 3:1AIVS SIfiVd

3)111SSI11d SV awes

LIM MO 6 N9 661 VS

91£1 )10 £61 VS

162 '912 '40£ 1681 VS

162 '912'602

dl £16 VS

162 '912'102

3dA1 9LE VS

/61£ VS

(P 310N 33S) IZE`91£170£

3dAl OPZ VS 005 Oldfl

LZE, 3A0EIV

(A110 .16)14400)

OIN%--10%I.

8 119 661 VS

8/3 119 £61-VS SINVd 31111SS3Ild

SV MAWS SITIVd

alifISSald SV 3INVS

6 119 461 VS 919119 £61 VS

ZI1 )10 Z8I VS

III 119 Z8I VS

Z11 £1Z VS 11.1 216 VS

Zld 522 VS

I Id i 522 VS

Z 13/113 ZI 119 L82 VS

6'13/1'13 I 1119 L82 VS

815 Oldfl LZ17 3A013V

3N1111/N3cl6i31a3 1VA3 13

SIIIVd 3119SS311d SV 30V110

31/8VS

(A110 .110)110100)

0019 JO 'Al.

(a aioN) (Alavno

318V013M) Z906 -SI

8 110 661-VS

89)10261-VS

8'110 461 VS

8E1'11901-VS

L )19 110 v119 661-VS

89110261-VS

9110 901 VS

SINVd 3110SS31ld SV 3INVS

13 119 901 VS

SIIIVd 3TEISS311d SV ION'S

SIIIVd 31111SS3lld SV EINVS

(a aioN) (S31V1d) Z90Z-Sl

HZ 119 661-VS LEI £61-VS

L ND NO 17'119 461 VS

LECIID £61 VS

HZ 1101761-VS LEI £61-VS

162 '1 912'1602

3681 VS

111119 Z8I VS

99Z-VS 501-VS

EZ2 '1912 1602 dl

£1Z-VS

111E19 £16 VS

6L I VS

162 di. 9L£-VS

162`191£ 160E dl

Z I £-VS

IldND 522 VS

fl '119 901 VS

(17310)1 Has) 162

'1912'11702 3dA1 OK VS

Z 13/1 13 I I')19 L82 VS

(sgavoo 11V) 915 VS

Lzt, 'awn 0 3A0fiV

31:1O1VH3dIN3 1 31)/10 aril:13 INI

,(1

03111)1 SO

8 MD 66I-VS

8E1N-9261-VS 9')10901 VS (saavuo

TIV NO 915-VS

HZ 119 661-VS

LH 119 £6I-VS

(2 310N 33S)

99Z VS /S01 VS

(2 310N 33S)

I MO 9 219 622 VS

(2 aLON Has) El ")19

901 VS

(2-3It/N gas)

(SHCEVEID TIV) 915 VS

6Z (-) Oldfl oat:clop

MO (oNaz) 0

031101 SO

819 1761 VS

89'110261 VS 9 MO £22 VS (S3CIVII9

11V NI) 9I5-VS

L MD MO 6 119 661 VS

L1119 062 VS Z11 MID 052 VS

I EEO 110 9)I9

422 VS

IND NO 9 NO

£££ VS

(1-a10)1 gas) (131S31 13Vd60

(S30V)19 TIV) 916 VS

56 (-) Oldfl 6Z (-) NVIII

1130103

agllot so

8 119 661 VS

89119261 VS E ND £22 VS 113 La VS

L MD NO 4'110 661 VS

L1062 VS £3111'9 052 VS

2')10 P22 VS

2 ND £22 VS

(1 -310N 33S)

031591 13VdINI

1'13 LES VS

09 001411 50(-) twin

II3C1103

09111)1 SO

8 MD 461 VS

89 '1119£61 VS £119 £££ VS a MO 206 VS

0

L)10 xo 17119 661 VS

LI OZ £ VS £11119 052 VS

2'110 PEC VS

£ MD £22 VS

(I-3LON 335)

031531 Jovapa

3 ND fOZ VS

os (-) °Lan 09 (-) NVH1

113(1103

32111.1.VeladV13.1. MO1

saeni SV 31NVS

301119 SS &Lova aunssaod SV MAWS

18'38 'S 119 661 VS

(13N3(1)1V11 NIVILIS

108'89119 062 VS

ZZ5 VS

`LPCIZE 91£`191£1 '160£3`60£

1119'Z8 I VS

8 IID KC VS

LVE 162'1912 '912'1602 POE 3dAl

E I Z VS

8 MD CU VS

LVE `162`191£ `912`11,02 602 3dAl

Z1 £ VS

V MD £55/£S£ VS

LPEIZE 1912'912

'60£`160E.119 OPZ VS

961 (-) oian

08 (-) NVHI 11911103

19IE'L4E 91£`140£`40£ 1 )19`Z81 VS

L6e191£ `912'100£ 60£ 3,17,1

£16 VS

L17E`191£ '912'1602 POE 3,1A1

612 VS

(CEIS91 13VdINI) LVE

1912'912 '601`11702'110

OPZ vs

65Z( -) Oldfl 961

(-) nrvm. aaaloa

31N390A113

SOON 311

IVNI113.1.10 91.9N1

S1'109 SGIIIS Sidld '1V(.9131.N1

'311 SdRI1S 914101'IS

`ONIIVAS ' S11011 ail `sitioaans

`ViatLIVEI 'slava 311fISSalld

01 (319'13A1 IN1314913VLIV 1VIIILL.311111S

(8 aiom aas) '1V10131X3

S111N /SUMS /S1'1011

(11 310N 33S) 91419903

(11-310N 335)

S2133VdS '538n1 3d1.1 31V1.1

3.41831 N91S311

S.1.21Vd 3NOSS321d NON SiNticl 3NOSS321d

•Josuao!q ssaoola atp nq paw° s you s1 uouon.usuoo Jo te9alutu JOAO-MI/A am: madam 112!sop uo posug luotud!nba aquo spud amssaid

umspud oinssaid snopun Joj uouoalas repaTuul saullapn5 luioup5 son!5 5u!molloj aqZ

NOULDarias rirmaiviv II - allf1X3NNV

61. 10 41. abed SW31I 30V)I9Vd P v 0 V)

8 'AG IJ 0£00-21.-9 NOA Sl3SS3A 32inss32Id alum VICINI •oN NOL1VOIAI03dS aavaNvis 30 NOL1V3IA103dS amvaNvis 9131•119N3

lai[1130121.1221:21t21.1

24%4 IrP2IP Pr?M,ILV

Page 223 of 318

OI

.6

•sped amssald se awes aq ppoqs sluawqme sage° Jaw lIe u! wnwpcetu j .2au

pup amiwadwal oldn spud amssaid w !wpm lou sluawqogue Joj pasn aq Hugs Z9OZ SI •£I

•s2w2-10J SVI/SS Pmpuels-uou Ja2treqoxa wall Joj pasn aq Hugs g96 VS *Z I

•uoipausuoo ssalweas jo aq Hugs say-411V

"unu000I Jo umui!u!ul u pm Jaddn aql Joj Hags uumpo pssan jo su ig!JaJew awes all aq Hulls Inv uumloo pssan Joj repaiew

-uogepuawwoow oupads uo pasuq papaps aq Hugs pun anoqe pOJOA00 loo are sXolig Jadns pug repalew snonaj-uoN

*•-19 £1761 V 9 •JD 1761 V £ •JD 1761 V

*•10 £61 V X 9£1 'ID £61 V

SEE £61 V

GIIIS IVRIMLVIAI S,LfIN

:smolloj se pup JO mos te!Jalutu opts Hags jo s!seq alp uo impalas aq Hulls 2uHloqiutualtq

-apoo sad se uoHwainsuop lE11034:1S 113M2

aq Ins z uo!s!Alu HIA uo!pas awsv of 2u!pp000e pau2!sap slassan amssald Joj te!JaIew

•Josuaoll ssaooid Jo uoggpuatutuooal ogpads uo paseq papaps aq Hulls Dui + OOLAJOS mos ro aowas mos `ao!AJas oHsneo Joj ste!JaIew

.a1cluollddu sg OZ9 IdV/0g9 IdV sad su P3 10313s aq Hugs sie!Jamv •sNuel aauJois amssald moi/opatidsowle Joj aneolldde Jou st amyl spa

-Josuaoll ssaoald uogepuaunuooal ssaooid uo paseq aq HET repaiew pals ssaitnws jo uwpaps •t7

"SS31.1310!111

1.1Ed pug amluladwal Juappwoo Joj '99-s3n lad se JuatuaJp-tbal 2uHsal pedun Joj3pat3

JUOIJIMJ1. Igaq X4Z1 pauapieq aqlouugo qopim `adX1 tams ssapnws owualsne ue jo Jo te!JaJew awes alp jo aq pinoqs pals plow %6 of icipanp pappm wampum watteuuad IIV

•d•og snutut le OZ VS Jo SS waulaiddns sad sivawannbaJloudun lam! of `pasquuLioN .139.1D 91g vs -smolloj se st uogeogpads te!Jalew teoplki tOZ VS awsv Pmpuels jo `SS luawapldns jo swawannbal pedun

atplaaw of pant:no st repalutu pals uoyeD •aawas ammadwal moi Joj samd tenp!A!pu! jo 2wisal sannbaJPPIAA `0Z-VS HMV PIEPugls 31P30 watuannbal alp w paseqamd are sawid '1

8

L

• •

'9

•£

*Z

•ss jo appl2 awes / alqqedwoD *

•Jallaq a.tu sie!mew opts hags jt panoidun aq Hulls pug 2uHloq lemma Joj pagpads se aq Hugs repaiew 2u!qoq jo killenb •upu `samIeladwal moi Jod

1/Z-21D £1761 V IALLSV JAIL-H.119 £61 V IAIISV

pals ssapnws mann % ET aulano %g

-JD %! of do ag pals uoyup

patuasal sNb!J 11V -113 146pAc100

0 *Ao?:11A-1•000-00-8 'ON leWJOJ

61. 40 91. abed S1N311 30V)I9Vd (6.NePOPUn 0.0 (k2113C16)Ticia.,,dak0

2104 Sl3SS3A 32IfISS321d alown VICNI ft •ciN NOI1V313103dS advaNvis JO NOLLVOIA103dS ativaNvis S2133NION]

8 'AGM 0£00-21-9

Page 224 of 318

paniesai s4146P IIV— 113 ILAJAdo0

0 .Aa:11..J-1•000-00-8 'ON ieWJO

./Cpuaainauoa 2u9av paiamsuoa aq Ilegs pup% pue aleinbqpea

•paninsuoo aq Hugs siumuqame inpniout uunnoo pawinsu!-un uo puoi putts palpoads jo snid Jawm qilm palm `ainssaid iapun (uowpuoo mono° u!) uwnio3

•saaioj avnbqvua .to `putts uado suo!loalaid INT° Ire qnm utunio3 pawinsu! uo `putts iinj snid -ow pgibll Wuguado pug uogeinsin 'utunioo uo pawnowllociai '.1appui `suuojwid 'S'Ind!d `steu.law! aignotuai `sice.n. 'swan papiam Ouniniou! 'ainssaid u0!sap Japun (uo!npuoo papaw° u!) utuniop

•uumpo uo putts iinj snid swatuqoulw papiam qnm inq •ow ̀situojwid 'uogeinsu! inotinm 'uogupunoj uo moan (papollooun) uumioD

uompuo3

uopqmop 2u9ciad0

uompuoa tiogaaia

C'Z

Z'Z

I'Z

: suo!npuoo 2inmoiloj ioj no pap.= aq Huns s!sicpuy

uompuop 21qpro7 O'Z

•ow `Jasuapuoo '.ialloqa.i/xnual Jo Sugunout JO watutpunu anp sassans ssos5 puu pasquooi u! 5u9insai s2u!puo1

S'I

•uoguninsuoo anp uan!2 aq mons ivatud!nba paqoum pug 2u!d!d tiappei tuuojwid swatuqoulle teunixa anp mut-goo uo Ou!puoi putts imomppy •a5mioud IN alp tinm pagonw jt Epp putts ogloads ails JO (uompa Isom) flied cL8 si tinm aoltep000u ut aq Hulls iCiampadsai s!siquuu o!muuXp puE swaulowisaaioj jo uo!windwoo aqi Joj (sirenbs

uoguinp Jogs Jo spinm anp 2inpniou!) knooian puiM pue anissaid putts o!suH t'T

'XI3/1903c1S3J %z pite z su paiap!suoo aq Hugs lua!ogjaoo ti!dtirup pue Joiani aougpodiut pagloads aspitiaqio ssaiun •auloud IN alp gum paqoune j! `anis aqi jo uwp o!tus!as pure Fuo!2oialoalaui uo pasuq aq hugs I!

JO (uo!npa isa121) £68I SI tIllm aoimpopou paindwoo aq Hugs sivatuoui puu saaioj opus!as C'T

•aiquo!iddu Jana.iaqm `I•ARI IIIA '00S °13°3 HMV Jo ZZ-Dfl ut palpoads su s5inpuoi Jaqico

•pasoioua .tad su aq Hugs panp!suoo aq swatuqounu Jo iqS!am aqi •ow limb!! 2ugundo puu uogeinsu! `sluatunome aiqunoulai puu

papiam `sicu.n 'saizzou taioquum `siappui tuuojwid '2u!d!d jo amsniout uwnioo jo iipam jias Z'T

•swans nep ssaoaid uo pag!oads ainssaid u2!sap punixa .to /pug remain' 1'T

: apniou! Hugs Jamoyinunioo gel 2u!poddns jias u SinuO!sap ut paiap!suoo aq sSn!peol ata

ampecri O'I

•spuoi snopun JO uogeinquioo 2upap!suoo ono papno aq Hugs loom a2u.ioqouu sit puu uunnoo Hui u!i.ioddns jias jo uSlsap teo!uuqoaw

SNIAIIVIOD AO AMOSOIII-1411\191S311

HI - allaxammv

6l 10 91. ofied SIAI311 30VMOVd

•Aati 0£00-2I-9 210J S-I3SS3A 32111SS32Id C131RAII1VICINI -oN NOI1V3Id103dS aavaNvis JO NO11\101J103dS atwaNvis S2133NON3

(1.11bC192 A.012 v2.1

274gig KPIV

Pr?e_EP

160.Nevapun v)

Page 225 of 318

paniasai sitAp IIV — 113 1146pAdo0

0 •AaH LA-L000-00-9 'oN

"Ong Aq papopi lalatuepo panuni aq puns aptupdtuu outreuAp aiqumopu puu OL su uarl aq ireqs munioo/s.tannoi.

paupun ao3 npoej uopuoguauut papuatutuooat anZ luncadde Joj -pg of papunqns aq pugs uumioo qoua Joj suopuptoigo puu aououtd thl!sap psupums .tad sn suopuiqo paonpui puon aSIOASUEll Japun Xitpqms ioj ino pa!lluo aq pens uumioo goua jo s!sicteuu outteuica

uumlop Jo s!siquev apuemia

•uo!nsod u! iuiod 1satpui and papdde aq pugs puu uou!sod 2upuiado sir ut j3SSOA JO 111!Od lsatpq atp p pamseatu amssaid alp 01. /cid& pugs amssani Aso uuol ags .(66-on astwiD) j'AKE IIIA 11(0933S °ND HMVUipagtoads su `Jopuj uouoalloo ammadtual x amssaid u2!sap x f p 01 tunba aq puns antssaid isainipXH tuntuuniAl

ainssam 03341111CH tuntumm

•trioj jo aidpitun u► aq puns swig uopepunoj 3o -sox •pappnoid aq pugs spoq uopepunoj g jo Jacpunu tununuuu d -(putts JO OpliSpS JO JOW312) luatuout 2intun1-tano uo paseq patB!sap aq pugs •oi.a 2u!noq uourpunoj `21ni uo!ssaidwoo 'snug° Jotiouu `aluid mug 2u!pniou! 2uutoddns asug

assn poddes Jim

•z-aiqui .tad su snuni tutinm sassans atp. daal oI uasogo ici2u!pi000u 3JE sassaurm TA!G[ 'HA uopoaS HIAISV J0.3 ktoatgi ssaus red!oupd umw!xeut 2u!sn pau!quioo aq pugs speoi ouns!asipuon 142!ann `amssaid anp sassaus ata

mein ssails

-slump °Nu/Amu uumm spina uopoapap alp pp sptumdn 2u!paaooni pin Inv anoqu asinoo tuouoq wag 2uptuls auo auo pasuatou! aq Hums sasmoo Hags 3o ssaurnp atp 'quip amentopu uppon uouoapap aup 2uputtp ut aiunbapuu! anaid sdals oiski anoqu atp

.33.1.2ap 63o nun' umuqxrut sagouat atioo Jo aptre Rug JO sittup upwn spej uopoapap atp ji paddols aq pugs lapis Jo 2upuid •uouoapap an; aonpai pang Xpenpui.2 aq pens pm `aiunbapeut si dais anoqu atpji

l!tu!I aiqunnopu unpion situj uopoagap alp J! paddois aq pugs as!ataxa sup pue ssaurup ultimo° oip 01 funba anten tunin!xetu u oidn iu!n ist!J su pasuatoui aq pens ppis Jo ssattrup otp 'num apiemoire anoqu atp spaaoxa utunioo Jo uouoapap atp

•turiunxutu unuppE P31!w!I 00Z Xcl pap!Api ultimo° alp jo np!ati tenba aq pugs utunioo Jo doi iu uopoapap aiqunnopu tuntu!xuw

uumpa Jo uoDaagaa

O'L

0'9

O'S

0'17

ET

ZT

IT

0'£

61. 40 LI. 06ed SlA13.11 30V)10Vd (BuinalWorl .Pul J. lA.9 V) (1.111JCIM2=121:2 LAW

8 'AGM 0£00-21-9 1:10d 813SS3A 3211188321d annAni VICINIft127,40 It.P3 '01i1 NOIIVOIA103dS aavaNvis JO NOLLVOIA133dS atIVaNVIS S2133NON3 w..kir?McIP

Page 226 of 318

0 13-1.000-00-9 'ON IBULLIOJ peAJOSeJ SILI6p IIV-113 11.16pAdoo

punare Ire palapsuoo aq Hulls uuojwid • I I

z tu/ N OL 1 sumpuld jo 1112I3M '01

um 0001

(uo!mndwoo pool pupa Joj) uuojwjd jo 1112!ati Tuatumnba .6

•aoujins uogeinsu! utunioo wag `Jalatu I < -um utunioo .Ioj Will

pozi roue um-goo •u!p Jalaut I olcIn Will 006 uuojwid jo uogoacom .8

ull11 00017

suuojwid angnoasuoo uaam.laq aounsm umuuxuw •L,

mm 0001 •xoJcIdy aloquew qma moiaq uuojwid Jo aouuism .9

unit 00E

Jappui paReo uo pool pupit .ioj paiamsuoo aq of uouoalaidlualumnba -g

111/)I LE .13ppui pa5go jo itpam •17

lu/N SI lappvl u!uid jo upam • E

•w/N OZ I z *P alapsuoo aq oi. (mall Imm) siCau jo IT42!am •z

LO

(uoguinopo aoloj pupn.lop Bags Joj Jopuj aduqs •i

INaTAIHDVELV MAI11103 40 IH913AA (INV

61. 10 SI. abed SIA1311 39VNOVd ,Buoies.pun ov., w Noy y,

9 'Ael 0£00-21.-9 ?MA Sl3SS3A 32I11SS32Id 43111A111 MGM •oN NOI1V31A133dS ativaNvis AO NOLLV313103dS aNvaNvis SIMNION]

Zigalr'-as .PrW9P *71

Page 227 of 318

pemasei sly6p IIV — -113 ;Op/Woo 0 •^92:1 IA-LO0O-00-9 'ON lew.mj

odic' uo!ssaldwoo s! lultofj! ̀SOLO (q

•odicl nags s! lu!orj! `s6i7•0 (u

: 2u!mollo3 iad se aq Hugs Imp!' Hogs ol un sossam oplumolly : DION

re9olutu Hogs jo tpuo.us pp!A = dA

luosaid Si pool opusps Jo pupn uaqm anion optemollu oisuq 2u!sualou! Joj Joloud = )I

•Atide.ao!pui jo ppm uo 2u!puadap 'ppm fupuanjumago Jo icouo!ogja lu!of ppm = a

.(c1)£Z-on osnuo Jad se poluinoluo awn ag,

• T•A!,3

IIIA '03S 31303 HI' ISVJo ME on osnuip Jad su ssaps apsuai aiquAnollu o!sug

aloqm

3xdAx06'0 a(Sx)1- SSaILLS glismai IVIINalladIAIIIDNID

£1 HX)I Efx)I SS)lLS aAISSMIIAIOD TVNICEMLIDI•101

axclikx06*0 axSx)I 33(Sx)1 SSHILLS alisNoi IVNIGIIII9N101

imaialAIV NIDISHU INJIHV1V allflidliadIAIRI

CEGONNOD UNION-NOD mam agamnioD xo maNt

ISai 9MIVIlad0 NO1133113

SaSSIHIS AO adAi 'avaiimothatsioa laSSaA

SNOLLIGNO3

9N1111101 aaNIEHA103 11103 SaSSMIIS TISIVMOTIV

Z-31fIVI

61. Jo 61. abed S W31.1 3 OV)I3V d mu...pun .voi 0 rod V) talaf K. 2.araa 1124.1

g •Aati 0£00-21-9 tIOA Sl3SS3A 32IfISS32Icl CHLBAill VICINI ,, -- ih-,27,-iglg Ir?2IP •oN NOL1V3IJI03dS aavaNvis AO NOLLV3IA103dS amvaNvis SIONIONO W' Pr?M pp, P

Page 228 of 318

ENGINEERS INDIA LIMITED IA Govt of lode UndertakIng)

INSPECTION AND TEST PLAN FOR

BASKET FILTER

STANDARD SPECIFICATION No.

6-81-0029 Rev.3

Page 1 of 6

ATTEfrd fkftur a trtuur znv9-r

INSPECTION AND TEST PLAN FOR

BASKET FILTER

3 09.09.13 REVISED AND RE-ISSUED TKK RKS DM

2 15.07.11 REVISED AND RE-ISSUED HP SCG AKC DM

1 21.01.08 REVISED AND RE-ISSUED CS SS MVKK VC

0 23.07.02 ISSUED FOR IMPLEMENTATION SKT NKN AKB GRR

Convener Chairman Rev. No. Date Purpose

Prepared by

Checked by

Standards Committee Standards Bureau

Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 229 of 318

ei IIIT Itgar Of54-eg

14112n esrezn-re mucram,

ENGINEERS INDIA LIMITED (A Govt o7 india Undertaking)

INSPECTION AND TEST PLAN FOR

BASKET FILTER

STANDARD SPECIFICATION No.

6-81-0029 Rev.3

Page 2 of 6

Abbreviations:

CEIL Certification Engineers International Limited MRT Mechanical Run Test CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing CE Carbon Equivalent NPSH Net Positive Suction Head DFT Dry Film Thickness PO Purchase Order DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record ERTL Electronics Regional Test Laboratory PR Purchase Requisition FCRI Fluid Control Research Institute PMI Positive Material Identification HT Heat Treatment RT Radiography Testing HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking ITP Inspection and Test Plan TC Test Certificate IP Ingress Protection TPI or TPIA Third Party Inspection Agency IHT Intermediate Heat Treatment UT Ultrasonic Testing IC Inspection Certificate VDR Vendor Data Requirement IGC Inter Granular Corrosion WPS Welding Procedure Specification MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. S C Gupta

Members:

Mr. R.K. Singh

Mr. Rajeev Kumar Mr. Himangshu Pal Mr.Neeraj Mathur

Mr. T Kamalakannan Mr. Deepak Gupta (Project) Mr. Mayank Jain

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 230 of 318

ENGINEERS tagteg INDIA LIMITED

IA Govt 01 India Undertaking)

INSPECTION AND TEST PLAN FOR

BASKET FILTER

STANDARD SPECIFICATION No.

6-81-0029 Rev.3

Page 3 of 6

1.0 SCOPE:

This Inspection Test Plan covers the minimum testing requirements of Basket filter

2.0 REFERENCE DOCUMENTS:

PO/PR/ Standards referred there in/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS:

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF CHECK

RECORD SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

1.0 Procedures

1.1 Hydro test ,heat treatment, NDT,

hot forming, and other Procedures

Documented procedures. 100% Procedure Document

s - H R

1.2 WPS/ PQR /WPQ Documented procedures. 100% Procedure documents

- H R-Existing

W-New

2.0 Materials inspection

2.1 Plates, pipes, forging,

fittings ,etc

Chemical analysis & mechanical properties as per

PR/data sheet. 100%

Mill test certificate s and TPI

reports

H H R

3.0 In process inspection

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 231 of 318

14-17-17, er,fre■ 451,5n+11

STANDARD SPECIFICATION No.

6-81-0029 Rev.3

Page 4 of 6

g 1.3 ENGINEERS INDIA LIMITED

IA Govt of India Undertaking)

INSPECTION AND TEST PLAN FOR

BASKET FILTER

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF CHECK

RECORD SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

3.1 Materials identification for

plates, pipes (pressure parts)

Review of test certificates, markings

visual & dimensional inspection, identity

correlation & transfer of identity

100% Material clearance

record - H H

3.2 Material identification for forgings, fittings, fasteners,

gaskets (pressure parts)

Review of test certificates, markings identity correlation

. 100%

Material clearance

record - H R

3.3 Non pressure parts (including

internals, supports etc.) rt

Review of test certificates 100 %

Material test

certificate - R R

3.4 Inspection of formed

components

NDT of weld seam as applicable

100% NDT

Reports / RT Films

H H R

DPT on knuckle portion (both inside and out side)

100% Inspection report

H H R

HT chart review as applicable

100% HT Chart H W R

Test coupon as applicable 100% Inspection

report H W W

Visual & dimensional (min. thickness, profile, ovality

etc ) inspection

100% report

Inspection H H W

3.5 Weld edge preparation & set up of pressure parts

Visual & dimensional inspection, weld edge, root

gap, offset, alignment, cleanliness etc

100% Inspection check list

- W R

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 232 of 318

2-1-,vre S.D.

STANDARD SPECIFICATION No.

6-81-0029 Rev.3

Page 5 of 6

ENGINEERS 0511-eg w INDIA LIMITED

(A Govt .1 Ind. Undertaking)

INSPECTION AND TEST PLAN FOR

BASKET FILTER

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF CHECK

RECORD SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

3.6 Welding consumable Chemical , mechanical

properties & IGC as applicable

100% Batch test certificate

s H H R

4.0 Final inspection

4.1 Visual and dimensional

inspection (internals & externals) including welds

Visual/ dimensions, completeness of assembly

and weld visual for reinforcement, undercuts,

Surface defects, etc.

100% Inspection

report - H H

4.2 Air test of pads Leak check 100% Test

report - W R

4.3 Inspection of completed welds

PWHT as applicable 100% HT chart H R

NDT as applicable 100% NDT

report / RT films

- H R

Production test coupon testing as applicable

as per specification /

drawing

Inspection report

- H H

Weld chemical for undiluted chemistry as applicable

Each component for each welding

process.

Inspection report

- H R

Hardness for weld /HAZ as applicable

As per spec. Inspection

report H R

4.4 PMI as applicable Chemical check Each component

and weld Inspection Insp

report - H R

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 233 of 318

I +00710005W 10 JVCD-41)

STANDARD SPECIFICATION No.

6-81-0029 Rev.3

Page 6 of 6

0 el ENGINEERS 5fgar faiWtg INDIA LIMITED

(A Go0 01 Ind. Undertaking)

INSPECTION AND TEST PLAN FOR

BASKET FILTER

SL NO.

CHARACTERISTICS QUANTUM OF CHECK

RECORD SCOPE OF INSPECTION

STAGE/ ACTIVITY SUB SUPPLIER

SUPPLIER EIL/TPIA

4.5 Hydrostatic test Leak check 100% Test

report - H H

4.6 Mesh/Basket Installation Fitment 100% Test

Report - H

5.0 Painting

5.1 Final painting (As applicable)

Visual inspection (after surface preparation and final painting for workmanship,

uniformity) DFT check

100% Inspection

report - H -

6.0 Documentation and IC

6.1 Final stamping, review of

inspection documents and issue of IC

Verifying stamping details and review of inspection

documents 100%

IC / Inspection

reports - H H

6.2 Final documents as per PR Verification & compilation of inspection & test records for submission to customer

100% Final

dossier - H H

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (as applicable): 1. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be

applicable.( unless otherwise agreed upon) 2. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 234 of 318

(§, It

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH .,/

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL

wv.lj% 11"ij SK/KJH RKT RN

RKT AKM/SC DM

6 1

Rev.

No. Date Purpose

Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by

diar 134GIsEERS eb-NNA LIMITED ... (A Govt of Indk, U.d.riakin9)

VESSEL TOLERANCES

STANDARD No.

7-12-0001 Rev. 6

Page 1 of 2

®

4- I-- 11----1-

so L ,_

so -r II-

&

— – – -L =-)) REF. PLANE

1— — --

-c)

1

Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Page 235 of 318

ENG/NEF36 OkilirbeNDIA Utv'dTEll

(A Govt. of India Undertaking)

VESSEL TOLERANCES

STANDARD No.

7-12-0001 Rev. 6

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. * I m1" - o own 501 mm TO 750 mm VESSEL I.DY1 + 3 run

\ 6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/J 01

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Rev. No. Date Purpose

Prepared

by

Checked

by

AKM/SC

AvAi/

RN

DM

Stds. Committee Stds. Bureau Convenor Chairman

Approved by Format No. 8-00-0001 -F4 Rev.0 Copyright EIL - All rights reserved

Page 236 of 318

PAD AS PER ENGINEERING DRAWING

6 THK. COVER PLATE

113 N

0 0

fIREF. TABLE ON SHT. 2 OF 2 HOLE DIA.= BOLT DIA.

+ 6mm

0

NOTCH TO %,/ CLEAR WELD

VL

WELD UNE

WOK UN

B.C.D.=VESSEL 0/D-50

HE

IGH

T O

F SU

PPO

RT

(

0 0 •fir

SUPPORT BASE DETAIL

diegM ENONEERS OIN1A LIVdTBID

(A Govt. of bfdlo Undortoking)

ANGLE LEG SUPPORT

STANDARD No.

7-12-0006 Rev. 6

Page 1 of 2

NOTES 1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED. 2. THIS STD. IS APPLICABLE FOR VESSEL DIAMETER UPTO AND INCLUDING 2000mm, MAXIMUM SHELL THICKNESS OF 20mm

AND MAXIMUM LENGTH (T.L. TO T.L.) OF 3000mm VESSELS BEYOND ABOVE RANGE REQUIRE SPECIAL CONSIDERATION. 3. FOR CALCULATION, FOLLOWINGS PARAMETERS HAVE BEEN CONSIDERED.

a) WIND PRESSURE 200 Kg/m2 SHAPE FACTOR 0.7 BASIC SEISMIC CO—EMCENT (a0 ) 0.08 SOIL FOUNDATION SYSTEM FACTOR ( /I ) 1.5 IMPORTANCE FACTOR (I) 2.0

b) EMPTY WEIGHT WITH WIND LOADING OR HYDROSTATIC WEIGHT WITH SEISMIC LOADING. 4. HEIGHT AND NUMBER OF LEG SUPPORTS AND SIZE OF ANCHOR BOLTS SHALL BE AS PER ENGINEERING DRAWING. 5. MINIMUM BOLT SIZE SHALL BE M 20. 6. MAXIMUM INSULATION THICKNESS CONSIDERED IS 150 mm. 7. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN. 8. ALL FILLET WELDS SHALL BE 6 mm MINIMUM. 9. MATERIALS SHALL BE AS PER ENGINEERING DRAWING.

10. EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026.

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/KJH RN

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev.

No. Date Purpose Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Page 237 of 318

Rev. No. Date Purpose

Prepared Checked by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by

ageEINIGNIRS N:MA LIMITED (A Govt. d 'oda Undortolting)

ANGLE LEG SUPPORT

STANDARD No.

7-12-0006 Rev. 6

Page 2 of 2

LEG SUPPORT SIZES

VESSEL 0/0(mm)

NO.OF LEGS

LEG SIZE

BASE PLATE SIZE (mm)

X (mm)

MAXIMUM ALLOWABLE LOAD OF VESSEL

(Kg.) MAX. VESSEL LENGTH (T.L TO T.L) UP TO AND INCLUDING 3.0 N

L = 1.5 M L = 2.0 M L = 2.5 M

500 3 ISA 100x100x8 ISA 100x100x10 ISA 110x110x15 170x170x16 THK. 40 1500

800 4 ISA 100x100x10 ISA 130x130x8 ISA 130x130x12 200x200x16 THK. 45 3150

1000 4 ISA 100x100x12 ISA 130x130x10 ISA 150x150x12 230x230x16 THK. 45 4600

1250 4 ISA 110x110x15 ISA 150x150x10 ISA 150x150x12 230x230x16 THK. 45 6750

1600 4 ISA 130x130x 15 ISA 150x150x15 ISA 150x150x18 230x230x16 THK. 60 9500

1750 4 ISA 150x150x12 ISA 150x150x18 ISA 200x200x12 300x300x16 THK. 60 12700

2000 4 ISA 150x150x18 ISA 200x200x12 ISA 200x200x15 300x300x20 THK. 75 16400

NOTES FOR A VESSEL WITH MAXIMUM SUPPORT LEG HEIGHT OF 1500mm, FOLLOWING ALTERNATIVE LEG SIZES MAY BE USED :—

a) ISA 65x65x8 WITH HYDROSTATIC WEIGHT UPTO 500 Kg.

b) ISA 80x80x8 WITH HYDROSTATIC WEIGHT 501 Kg. TO 1000 Kg.

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/KJH

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

RYtAik titAN

AKM/SC

DM

Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Page 238 of 318

STANDARD No.

7-12-0007 Rev. 6

Page 1 of 1

PIPE LEG SUPPORT terir ENGNEERS eggiNDIA UNITED

(A Govt. of India Undertaking)

HOLE DA =BOLT DIA + 6mm

NOTES 1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED. 2. FOR DESIGN OF SUPPORT, FOLLOWINGS PARAMETERS HAVE BEEN CONSIDERED.

a) WIND PRESSURE 200 Kg/m2

SHAPE FACTOR 0.7 BASIC SEISMIC CO—EFFICENT (a0) 0.08 SOIL FOUNDATION SYSTEM FACTOR (3 ) 1.5 IMPORTANCE FACTOR (I) 2.0

b) EMPTY WEIGHT WITH WIND LOADING OR HYDROSTATIC WEIGHT WITH SEISMIC LOADING.

3. HEIGHT AND NUMBER OF LEG SUPPORTS AND SIZE OF ANCHOR BOLTS SHALL BE AS PER ENGINEERING DRAWING.

4. MINIMUM BOLT SIZE SHALL BE M 20. 5. MAXIMUM INSULATION THICKNESS CONSIDERED IS 150 mm. 6. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN. 7. ALL FILLET WELDS SHALL BE 6 mm MINIMUM. 8. MATERIALS SHALL BE AS PER ENGINEERING DRAWING. 9. EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026.

10. SUITABLE PAD FOR SS VESSEL SHALL BE PROVIDED.

Rev.

No. Date Purpose

Prepared Checked by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by Copyright EIL - All rights reserved Format No. 8-00-0001-F4 Rev.O

Y WELD UNE

TANGENT UNE

V

SECTION-YY

SUPPORT BASE DETAIL

LEG PIPE SIZE A B C E t

MAXIMUM ALLOWABLE LOAD PER LEG (Kgs) MAXIMUM HEIGHT OF SUPPORT (L) IN METERS

2.0 2.5 3.0

5ONB x EXTRA STRONG 120 230 140 36 20 2300 2050 1800

8ONB x EXTRA STRONG 180 250 160 36 25 5700 5500 4900

100NB x EXTRA STRONG 230 310 185 42 25 9000 8600 8300

150NB x EXTRA STRONG 320 370 235 44 25 18500 18000 17500

44t.t/Vhii 6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SNKJH RN

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

NOTCH TO

6mm THK. COVER PLATE

Is

CLEAR WELD

HE

IGHT

OF

SUPP

OR

T (

L)

EARTHING LUG

Page 239 of 318

30 VENT

1

10

6R

1NO. 60 DRAIN HOLE

15

DETAIL 'X'

DETAIL OF EYE BOLT

B(C0)+70 1.5 THK. S.S. WASHER 240 ROD

PIPE 'B' SCH. 80

10 THK. RIB

PIPE 'A'

1NO. 3mm NPT TELL TALE HOLE

3N0.—M16 SS JACK SCREWS ON BOLT CIRCLE DIAMETER

( SEE NOTE-3 )

TYP. DETAIL FOR SR MANHOLE

M16

O

07;4 [..:110 BOND

FLANGE 20 0

I M16

DETAIL OF JACK SCREW

ORMOENGNEERS INDIA LIMITED

(A Govt. of Indio Undertaking)

MANHOLE WITH DAVIT

STANDARD No.

7-12-0010 Rev. 7

Page 1 of 2

20 0 x 25 LG. SNAP HEAD RIVET

4s1Z)1- JIT SINGH _ KJH

fr.j7-- RN DM

7 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD

6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC

Rev.

No. Date Purpose

Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by Format No. 8-00-0001-F4 Rev.O

Copyright EIL - All rights reserved

Page 240 of 318

160 ROD FOR S.S. VESSEL / 200 ROD FOR C.S. AND

LOW ALLOY STEEL VESSEL VESSEL INSIDE

20R 0 0

350 260 (32 0)

4OR

g II

—F-

250

I/ //

// //

// ././

Y

■••

WI7—\

HAND GRIP

// //

// //

20 0 x 25 LG. SNAP

30 VENT

41

I15 INO. 6 0 /11 DRAIN HOLE

CLASS SIZE( NB) A (NB) B (NB)

400 50 NB SCH. 80 40

450 50 NB SCH. 80 40 150

500 65 NB SCH. 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

600 90 NB SCH. 40 80

400 80 NB SCH. 40 65

450 90 NB SCH. 40 80 600

500 125 NB SCH. 80 100

600 125 NB SCH. 80 100

400 125 NB SCH. 80 100

450 125 NB SCH. 80 100 900

500 150 NB SCH. 80 125

600 150 NB SCH. 80 125

NOTES 1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED. 2. DIMENSIONS IN BRACKETS ARE FOR CLASS 900. 3. B.C.D. OF JACK SCREWS IS TO BE SUITABLY CHANGED IF MANHOLE

STUDS INTERFERE WITH JACK SCREWS.

4. THE SLEEVE PIPE 'A' SHOULD BE IN TRUE VERTICAL POSITION WITHIN A TOLERANCE OF 2 1/2 DEGREE, AFTER WELDING TO THE FLANGE.

5. EDGES SHALL BE ROUNDED OFF IF SQUARE ROD IS USED FOR HANDGRIP.

6. MATERIAL OF DAVIT COMPONENTS SHALL BE C.S. UNLESS OTHERWISE SPECIFIED IN ENGINEERING DRAWING.

7. ALL FILLET WELDS SHALL BE 6mm MINIMUM. 8. THIS STANDARD IS NOT APPLICABLE FOR LOW TEMPERATURE SERVICES. 9. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.

HANDLE

mak

.111 1°V.:111 _-.....0111111/11111 11

INO.-3mm NPT TELL TALE HOLE

20 0 ROD 200 200

41i1MOINGNEIRS

INDIA UWE" to Govt. of Indko UndortokIng)

MANHOLE WITH DAVIT

STANDARD No.

7-12-0010 Rev. 7

Page 2 of 2

B(00)+20

PIPE '8' SCH. 80

1.5 THK.

S.S. WASHER

IMO BSI

10 THK. RIB

3N0.-M16 SS JACK SCREWS ON BOLT CIRCLE DIAMETER (SEE NOTE-3)

PIPE 'A'

o

DETAIL OF HAND GRIP

DETAIL 'Y'

livdrotr 7 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT

6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Rev. Prepared Checked No.

Date Purpose by by

AKM/SC

DM

Stds. Committee Stds. Bureau Convenor Chairman

Approved by Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 241 of 318

DM RKT/SC 6 07.06.2013 REVISED AND REISSUED AS STANDARD NIKHIL

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL

Rev.

No. Date Purpose

Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by Fnrmat Nn 8-110-n0(11-F4 RPV fl r.nnvrinht Fit - All rinhts msprvori

1-30 NPT TELLTALE HOLE (REFER NOTE-7)

F—

A

0 15-

O

NOMINAL PIPE SIZE

OUTSIDE DIAMETER

L (WIDTH OF PAD) C) PROJECTION 'A' SEE NOTE-4,5,9800

SHELL WELD EFF.=0.85

SHELL WELD EFF.=1.0 CLASS 150 CLASS 300 CLASS 600 CLASS 900

BELOW 3" STANDARD - - 150 150 150 150

3" 88.9 40 45 200 200 200 200

4" 114.3 50 60 200 200 200 200

6" 168.3 70 85 200 200 200 250

8" 219.0 95 110 200 200 250 250

10" 273.0 115 135 200 200 250 300

12" 323.8 135 160 200 200 250 300

14" 355.6 150 175 250 250 250 300

16" 406.4 170 200 250 250 250 300

18" 457.2 195 225 250 300 300 350

20" 508.0 215 250 250 300 300 350

24" 609.6 255 300 250 300 300 400

26" 660.4 285 330 250 300 350 450

28" 711.2 305 355 250 300 350 450

30" 762 325 380 250 300 400 450

32" 812.8 350 405 300 350 400 500

34" 863.6 370 430 300 350 400 500

36" 914.4 390 455 300 350 - -

38" 965.2 410 480 300 350 - -

40" 1016 435 505 300 350 - -

42" 1066.8 455 530 300 400 - -

44" 1117.6 475 555 300 400 - -

46" 1168.4 500 585 300 400 - -

48" 1219.2 520 610 300 400 - -

STANDARD No.

7-12-0013 Rev. 6

Page 1 of 2

NOZZLE REINFORCEMENT

AND PROJECTION

ENGN33IS INDIA LIMITED

111111171,1111,11MIND (A Govt. of loft Undertaking)

Page 242 of 318

STANDARD No.

7-12-0013 Rev. 6

Page 2 of 2

NOZZLE REINFORCEMENT

AND PROJECTION

INGINEERS INDIA LIMITED

MR wow staxiso (A Govt. of India Undertaking)

NOTES

1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.

2. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.

C) 3. WIDTH IS MINIMUM AND SHALL BE CHECKED AGAINST CODE REQUIREMENT. CHECK REINFORCEMENT REQUIREMENT FOR ALL EXTERNAL PIPING LOADING ALSO.

4. NOZZLE PROJECTIONS ARE BASED ON INSULATION THICKNESS EQUAL TO 75mm. FOR INSULATION THICKNESS GREATER THAN 75mm, THE NOZZLE PROJECTION IS 'A' + [INSULATION THICKNESS(mm)-75].

5. PROJECTION 'A' FOR SELF—REINFORCED NOZZLE SHALL BE BASED ON DESIGN OF REINFORCEMENT SUBJECT TO MINIMUM REQUIREMENTS AS PER THIS STD.

6. EXTEND PAD LOCALLY FOR MANHOLE DAVIT SUPPORT, IF REQUIRED.

7. EXTERNAL REINFORCING PADS SHALL HAVE A MINIMUM OF 1 NO. TELL—TALE HOLE EXCEPT THAT PADS FOR NOZZLES GREATER THAN 10"NB(250NB) SHALL HAVE MINIMUM TWO NOS. TELL—TALE HOLES AND NOZZLES IN EXCESS OF 36"NB (900NB) SHALL HAVE 4 NOS. TELL—TALE HOLES. PAD INSTALLED IN SECTIONS SHALL HAVE ATLEAST ONE TELL—TALE HOLE PER SECTION. TELL—TALE HOLES ON REINFORCEMENT PADS SHALL BE EQUALLY SPACED IN CIRCUMFERENTIAL DIRECTION OF PAD.

8. TELL—TALE HOLE SHALL NOT BE PLUGGED AND SHALL BE FILLED WITH HARD GREASE ONLY, AFTER HYDROTEST/PNEUMATIC TEST OF EQUIPMENT.

9. o) FOR COLUMNS & VERTICAL VESSELS, PROJECTION OF NOZZLE ON TOP HEAD SHALL BE 400mm MINIMUM FROM OUTSIDE.

b) FOR HORIZONTAL VESSELS, PROJECTION OF NOZZLES ON TOP SIDE OF SHELL SHALL BE 300mm MINIMUM FROM OUTSIDE.

10. PROJECTIONS ARE BASED ON ASME 816.5 FLANGES FOR UPTO AND INCLUDING 24"NB NOZZLES AND ASME 816.47 SERIES 'B' FLANGES FOR NOZZLE SIZES ABOVE 24"NB.

6 07.06.2013 REVISED AND REISSUED AS STANDARD N K L

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL

RKT/SC DM

.11

RKT

Rev.

No. Date Purpose

Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by Format Nn 8-nn-onni-F4 Rpv n

nonvrinht FII - All rinhts rpsprypri

Page 243 of 318

r

RAISED FACE TYPE

< I

GROOVE TYPE

dieMOENGNEERS NDIA LW. PAD NOZZLES FOR VESSELS osurewnwoomo (A Cosi. of Indio Undertoldrp)

STANDARD No.

7-12-0014 Rev. 6

Page 1 of 1

TYPE OF GASKET FACING OF FLANGE

BORE AS PER ENGINEERING DRAWING

1NO. 3mm NPT TELL TALE HOLE LOCATED BETWEEN TAPPED HOLES

SHELL OR HEAD INSIDE DO NOT DRILL THROUGH

TYPE - 1 TYPE - 2

774

FEMALE TYPE

RING JOINT TYPE

NOMINAL PIPE SIZE

OR BORE

CLASS 150 CLASS 300 CLASS 600 CLASS 900

A BA BA B L A B L

40 28 20 36 28 40 32 46 46 38 54

50 34 24 36 28 40 32 46 48 38 54

65 34 24 36 28 42 34 48 50 38 56

80 34 24 38 30 44 34 52 50 40 58

100 34 24 40 30 48 38 54 56 44 62

150 38 30 44 34 52 42 60 58 48 66

200 40 30 46 36 58 48 66 64 54 72

250 44 34 48 38 64 54 72 70 60 78

300 44 34 50 40 68 58 76 74 64 82

350 48 38 54 44 70 60 78 86 76 98

400 48 38 58 48 76 66 84 88 78 100

450 54 44 58 48 82 72 91 102 92 115

500 54 44 58 48 88 78 99 108 98 122

600 58 48 66 56 102 92 113 120 130 156

NOTES

1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED. 2. PAD NOZZLE OUTSIDE DIAMETER, FACING, STUD CIRCLE DIAMETER, NUMBER AND SIZE

OF STUDS AND TOLERANCES SHALL BE AS PER ASME B 16.5 LATEST EDITION. 3. MATERIAL SHALL BE AS PER ENGINEERING DRAWING. 4. FABRICATOR SHALL SUPPLY REQUIRED NUMBER OF GASKETS AND STUDS. 5. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.

*6. DIMENSION '12 INCLUDES HEIGHT OF RAISED FACE. 7. THESE TYPE OF NOZZLES ARE NOT TO BE USED FOR HYDROGEN RVICE, UNLES

SPECIFICALLY REQUIRED BY LICENSOR.

%SK/KJH 6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SING4- RKT RN

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev.

No. Date Purpose Prepared

by Checked

by

Stds. Committee Convenor

Stds. Bureau Chairman

Approved by Copyright EIL - All rights reserved Format No. 8-00-0001 -F4 Rev.O

Page 244 of 318

HORIZONTAL VESSEL (ELEVATION)

et_

Rev.

No. Date Purpose

Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by

41114= ENGINEERS 0 MIA WITH)

(A Govt. of WIG Undortoldng)

STANDARD BOLT HOLE

ORIENTATION

STANDARD No.

7-12-0015 Rev. 6

Page 1 of 1

VERTICAL VESSEL (PLAN)

h:T) RN

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH ,..••••• SK/KJH

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Page 245 of 318

VESSEL INSIDE INSIDE

HALF PIPE OF NOMINAL PIPE SIZE = 2d **6 (5) V **6 5

2—RATS*6 (5) THK. (NOT REQUIRED FOR

'd' < 150 NB)

TYPE-1 TYPE-2

**6 (5)

1///4/ 41/411,4•4 111411

r

'0

to

d 2 50 MIN.

4IBMOB4G14336

INDIA WM. Gect. am. Undarteldng)

INLET DEFLECTOR BAFFLE

STANDARD No.

7-12-0020 Rev. 6

Page 1 of 1

NOTES

1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED. 2. ix = 30' UNLESS OTHERWISE STATED (TO BE ADJUSTED TO PREVENT

BLOWING INTO SEAL PAN). 3. MATERIALS SHALL BE AS PER ENGINEERING DRAWING. 4. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN. 5. DIMENSIONS IN BRACKETS ARE FOR STAINLESS STEEL.

* 6. INDICATED THICKNESS OF INTERNAL BAFFLE PLATE IS MINIMUM TO WHICH TWICE THE CORROSION ALLOWANCE IS TO BE ADDED.

**7. ALL FILLET WELD SIZE SHALL BE OF 6MM MINIMUM TO WHICH THE CORROSSION ALLOWANCE IS TO BE ADDED.

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/KJFACw' RKf AlC4 RN

5 30.07.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev.

No. Date Purpose Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by

Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Page 246 of 318

4 0 HO

DETAIL-Z

z TAPPED HOLE x

VIM MI6 BOLT 8 Cu U

60*

A (NOTE-3)

ANGLE SIZE

DETAIL IN SHT. 2

TOP OF PLATFORM I

PIPE SIZE 'IV I

DAVIT SUPPORT

AIL-10

ce U

cr a

NAME PLATE

160 LOCKING PIN

DETAIL—X

8-180 HOLES

DETAIL—Y

DETAIL—K

16 DI 200 225

D (NB)

100

150

120

175

0

I HI 0

Rev.

No. Date Purpose

Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by

INGNEERS OitgrgeNDIA LIMITED

(A Go& of Mcb UndorWedng)

PIPE DAVIT

STANDARD No.

7-12-0023 Rev. 7

Page 1 of 3

DETAIL IN SHT. 2

LOCKING PIN DETAIL-X LOCKING PLATE DETAIL-Y

I 0

I U TOP OF

'PLATFORM

POSITIONING PLATE 10 THK. (DETAIL= K')

--, .

o ' \ Id -4111116%• mimmotonii.. ......" 7v

TAPPED HOLE WITH TM 1 6 BOLT

.......

4 TOP BRACKET

40R

200

DETAIL

H CM

60

6l4 1-• 1 "; lu I TO )UIT PIPE O/D.

A (MAX) (mm)

B (rim)

CAPACITY (kgs.)

PIPE SIZE D

ANGLE SIZE S

121 R2 r t

1000

,<40

00 (

NO

TE

-13

)

500 100NBxSCH.160 75x75x6 75 60 10 20

1000 150NBxSCH.80 100x100x8 110 60 12 25

2000

500 150NBxSCH.80 100x100x8 110 60 10 20

1000 200NBxSCH.80 150x150x10 140 60 12 25

3000

500 200NBxSCH.B0 150x150x10 140 60 10 20

1000 200NBxSCH.160 150x150x12 140 60 12 25

(TYPE-1) DEVIT FOR TOP

MOUNTED PLATFORM

(TYPE-2) DEVIT FOR SIDE

MOUNTED PLATFORM

3 THK. DEFLECTOR CONE RI

DETAIL—Z (DAVIT EYE)

K 7 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SK/ ft RN

DETAIL—P

6 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD

POREL

RKT

AKM/SC

DM

Format No. 8-00-0001-F4 Rev.0

_

Copyright EIL - All rights reserved

Page 247 of 318

Date Purpose Rev.

No.

LOCKING PLATE

TOP OF PLATFORM

LOCKING PIN

LOCKING ARRANGEMENT OF DAVIT PIPE PASSING THROUGH PLATFORM

LOCKING PIN

TOP OF PLATFORM

EXTENSION ANGLE ---

LOCKING PLATE

LOCKING ARRANGEMENT OF DAVIT PIPE PASSING THROUGH SIDE OF PLATFORM

RADIUS TO SUIT PIPE O.D.

PLATFORM

v

018 HOLE

EXTENSION ANGLE BY MECH. CONTRACTOR

DETAIL — Q

25NB SCH.80 PIPE SLEEVE

020 TURNING

030x10 THK.

TURNING HANDLE DETAIL

7 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD

6 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD

REF. LEVEL

GUSSET FOR BOTTOM SUPPORT ONLY

ELEVATION

REF. AXIS

co

PLAN (TOP BRACKET)

12 THK.

REF. AXIS

PLAN (BOTTOM BRACKET)

DAVIT SUPPORTS

JIT &-KJH frISRN

POREL RKT AKM/SC DM

Prepared

by

Checked

by

Stds. Committee Convenor

Stds. Bureau Chairman

Approved by

leziMON)v■ uvam (A Govt. of bleb Uodertoldng)

PIPE DAVIT

STANDARD No.

7-12-0023 Rev. 7

Page 2 of 3

Format No. 8-00-0001-F4 Rev.0

Copyright EIL - All rights reserved

Page 248 of 318

0 KGS RN

15 25 10 20 17 17 60

CAPACITY

ferIM INGIsEERS ONDIA MIRED

ONIPVIIIIIIIR1101111111 (A Govt. of Indio Undertaking)

PIPE DAVIT

STANDARD No.

7-12-0023 Rev. 7

Page 3 of 3

170

NAME PLATE

NOTES 1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED. 2. NAME PLATE

a) MATERIAL STAINLESS STEEL 2mm THICK. b) NAME PLATE IS TO BE TACK WELDED TO THE DAVIT PIPE. c) THE LETTERS AND NUMBERS SHALL HAVE RAISED POLISHED FACE. d) BACKGROUND SHALL BE BLACK.

3. DIMENSION 'A' SHALL BE SUCH THAT THE DAVIT EYE EXTENDS PREFERABLY BY 900 mm OUTSIDE PLATFORM. 4. REFER ENGINEERING DRAWING FOR DIMENSIONS A, B, C, E, CAPACITY OF DAVIT AND INSULATION THICKNESS. 5. THE DAVIT USED SHALL CLEAR HANDRAIL OF THE EQUIPMENT. 6. MATERIAL OF PIPE SHALL BE A-53 / IS:1978 OR EQUIVALENT AND STRUCTURAL PARTS SHALL BE IS:2062 GR.B

OR EQUIVALENT. 7. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.

8. FOR THIN WALLED EQUIPMENT, DESIGNER SHALL ANALYSE THE STIFFNESS OF SHELL AT THE BRACKET LOCATIONS. 9. DETAIL DIMENSIONS AND NOTES IN ENGINEERING DRAWING TAKE PRECEDENCE OVER THOSE SHOWN HERE.

10. LOCKING PLATE (DETAIL —Y), LOCKING PIN (DETAIL —X) WITH CHAIN, POSITIONING PLATE (DETAIL —K), DEFLECTOR CONE (DETAIL—P) AND LOCKING SUPPORT CHANNEL (DETAIL —Q) SHALL BE SUPPLIED LOOSE BY FABRICATOR AND WELDED AT SITE BY MECHANICAL CONTRACTOR.

11. ALL FILLET WELDS SHALL BE 6 mm MINIMUM. 12. FOR LOW TEMPERATURE SERVICE, BRACKET DETAILS SHALL BE AS PER EIL STD. 7-12-0034 13. IN CASE DIMENSIONS 'B' IS BEYOND THIS STANDARD, IT IS RECOMMENDED TO INSTALL PIPE DAVIT

ON STRUCTURAL PLATFORM.

7 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SK/KJH RKT RN

6 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau

No. Date Purpose by by Convenor Chairman

Approved by

\\\\\\\

Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Page 249 of 318

T

ORNERS TO BE ROUNDED OFF

(NOTE-6)

V 200 BAR (NOTE-6)

T.L

W.L.

0 z 0

CD

LIFTING LUG

®ENGNffRS TOP HEAD TYPE UNDIA 'tad"' (FOR VERTICAL VESSELS / COLUMNS)

STANDARD No.

7-12-0024 Rev. 8

Page 1 of 1

SECTION XX

MAX. ERECTION WT. OF VESSEL (TONNES) <10 25 45 90 140 180

THICKNESS OF PLATE (MINIMUM) T 12 28 40 50 70 80

WIDTH W 200 230 300 400 500 610

LENGTH L 400+E 460+E 580+E 750+E 900+E 1080+E

DIAMETER OF HOLE D 60 75 75 100 130 150

HEIGHT OF NOTCH & SIDE WELD H 130 130 150 200 250 300

RADIUS OF NOTCH R 40 40 50 75 90 100

WELD SIZE ( SEE NOTE 5 ) A 10 14 20 30 38 46

BOTTOM OF BRACE TO TOP OF LUG F 200 230 300 400 500 600

BOTTOM OF BRACE TO T.L. OF HEAD E SEE NOTE 2

T.L. OF VESSEL TO BOTTOM OF LUG B 200 230 280 350 400 480

C 30 40 50 70 90 100

TOP OF LUG TO Q OF HOLE J 90 90 115 150 180 230

K 30 40 50 70 80 100

NO. OF LUGS 2 2 2 2 2 2

NOTES 1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.

*2. DIMENSION 'E' IS TO BE DETERMINED BY THE SHAPE OF HEAD IN CONJUNCTION WITH DIMENSION 'K'. 3. DETAIL, DIMENSIONS AND NOTES GIVEN IN ENGINEERING DRAWING TAKE PRECEDENCE OVER THOSE SHOWN HERE. 4. FOR THIN WALLED EQUIPMENTS, DESIGNER SHALL ANALYSE THE STIFFENESS OF SHELL AT THE LIFTING LUG LOCATION. 5. IF PADS ARE USED ON STAINLESS STEEL EQUIPMENTS THE SIZE OF FILLET WELD BETWEEN SHELL AND STAINLESS

STEEL PAD SHALL BE ANALYSED. 6. MATERIAL SHALL BE COMPATIBLE WITH HEAD MATERIAL. 7. FOR INTERMEDIATE ERECTION WEIGHT, NEXT HIGHER SIZE OF LIFTING LUG SHALL BE USED. 8. LIFTING LUG SHALL BE MACHINED TO COVER OFFSET BETWEEN OUTER DIAMETERS OF SHELL AND HEAD.

8 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/KJH

7 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD

POREL RKT

AKM/SC DM

Rev.

No. Date Purpose Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by

SEE NOTE— . 4 .

Format No. 8-00-0001-F4 Rev.O

Copyright EIL - All rights reserved

RN

Page 250 of 318

75

\14 DIA. HOLE (FOR M12 BOLT)

25

10 THK. PLATE

re)

to N to

VESSEL PART

ORMOENGINEERS NDIA LIMITED

porrinnormsero (A G.A. of Ind. U.O.A.PAA9)

EARTHING LUG

STANDARD No.

7-12-0026 Rev. 6

Page 1 of 1

NOTES

1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED. 2. ALL EQUIPMENTS SHALL BE PROVIDED WITH TWO(2) EARTHING

LUGS, UNLESS OTHERWISE STATED.

340 EARTHING LUGS SHALL BE LOCATED DIAMETRICALLY OPPOSITE ON

NORTH—SOUTH CENTER LINE ON SKIRT SUPPORTED EQUIPMENTS,

ON ANY TWO(2) LEGS OF THREE(3) LEG SUPPORTED VERTICAL VESSEL,

ON DIAMETRICALLY OPPOSITE LEGS OF FOUR(4) LEG SUPPORTED

VERTICAL VESSEL AND ON EACH SADDLE OF HORIZOTAL VESSEL.

(b) TWO(2) EATHING LUGS ARE TO BE LOCATED ON EACH SADDLE OF

HORIZONTAL VESSEL OF LENGTH GREATER THAN 20 METERS.

(c) FOR SPHERE, TOTAL 4—NOS. OF EARTHING LUGS SHALL BE PROVIDED

PREFERABLY ON DIAMETRICALLY OPPOSITE AND EQUALLY SPACED LEGS.

(SPHERES ARE USUALLY PROVIDED WITH LEGS IN NUMBERS WHICH ARE

MULTIPLE OF 4 FOR THE SYMMETRY)

4. DO NOT WELD EARTHING LUG ON PRESSURE PART.

5. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN. 6. MATERIAL OF CONSTRUCTION SHALL BE CARBON STEEL.

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/KJH 114- RN

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. No. Date Purpose

Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by

Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Page 251 of 318

REAFFIRMED AN D REISSUED AS STANDARD L_ 6)

1:1

C -

13

17

00)) C)

cr

o a

O

O 6 8 0

z

P 0

REAFFIRME D AND REISSUED AS STANDARD C)

0

3lVld 31AWN

O m

'0N C12:1VONVIS

9 .nati LZO0-Z1-1.

NO

TES

1.A

LL

DIM

EN

SIO

NS

AR

E I

N m

m U

NL

ESS

OT

HE

RW

ISE

ST

AT

ED

.

2.A

LL

LE

TT

ER

S, B

LO

CK

S A

ND

BO

RD

ER

SH

AL

L B

E O

F R

AIS

ED

PO

LIS

HE

D F

AC

E.

3.B

AC

K G

RO

UN

D S

HA

LL

BE

BL

AC

K.

4.N

AM

E P

LA

TE

SH

AL

L B

E T

AC

K—

WE

LD

ED

TO

TH

E B

RA

CK

ET

. WH

ER

E N

OT

PO

SSIB

LE

IT

MA

Y B

E R

IVE

TT

ED

.

5.R

EF

ER

ST

AN

DA

RD

7-1

2-02

9 F

OR

BR

AC

KE

T D

ET

AIL

OF

NA

ME

PL

AT

E.

6.N

AM

E P

LA

TE

SH

AL

L B

E O

F S

TA

INL

ES

S S

TE

EL

OF

2m

m T

HIC

K.

Pag

e 25

2 o

f 31

8

000-00-9 "oN

0

DE

SIG

NE

D B

Y

MA

NU

FAC

TUR

ED

FO

R

ITE

M N

UM

BE

R

MA

NU

FAC

TUR

ER

SE

RIA

L N

O.

YE

AR

OF

FAB

RIC

ATI

ON

C

OD

ES

DE

SIG

N P

RE

SS

UR

E

TES

T P

RE

SS

UR

E

DE

SIG

N T

EM

PE

RA

TUR

E

DA

TE

OF

TE

ST

C

APA

CIT

Y C

OR

RO

SIO

N A

LLO

W.

OP

ER

ATI

NG

FLU

ID

RA

DIO

GR

APH

Y TO

TAL

WE

IGH

T E

MP

TY

HE

AT

TRE

ATM

EN

T

ONVCINVIS SY 03119S131:1CINV 03140:11ddVal

REAFFIRMED AND REISSUED AS STANDARD cn

311/ld MANN 213211110VAIINVIN 9 'net! 8200-Z1.-L

.oN C11:1VCINVIS

ii

0

0

fD -0

s<

0.

0

0

3 9

3.

U)

C)

NO

TES

1.A

LL

DIM

EN

SIO

NS

AR

E I

N m

m U

NL

ESS

OT

HE

RW

ISE

ST

AT

ED

.

2.A

LL

LE

TT

ER

S, B

LO

CK

S A

ND

BO

RD

ER

SH

AL

L B

E O

F R

AIS

ED

PO

LIS

HE

D F

AC

E.

3.B

AC

K G

RO

UN

D S

HA

LL

BE

BL

AC

K.

4.N

AM

E P

LA

TE

SH

AL

L B

E T

AC

K—

WE

LD

ED

TO

TH

E B

RA

CK

ET

. WH

ER

E N

OT

PO

SSIB

LE

IT

MA

Y B

E R

IVE

TT

ED

.

5.R

EF

ER

ST

AN

DA

RD

7-1

2-02

9 F

OR

BR

AC

KE

T D

ET

AIL

OF

NA

ME

PL

AT

E.

c3 z

6. N

AM

E P

LA

TE

SH

AL

L B

E O

F S

TA

INL

ES

S S

TE

EL

OF

2m

m T

HIC

K.

Pag

e 25

3 o

f 31

8

ENG11•1336 INDIA LIMITED (A Co. of Indio Undartak110

STANDARD No.

BRACKET FOR NAME PLATE 7-12-0029 Rev. 6

Page 1 of 1

0

O

O

tn La

10 R

BRACKET

N NAME PLATE O

4-

4-

EIL NAME PLATE

E O M

MANUFACTURER NAME PLATE

0

2 V <TYP.

—L_

200

230

NOTES

1. ALL DIMENSIONS ARE IN run UNLESS OTHERWISE STATED. 2. BRACKET MATERIAL SHALL BE SAME AS SHELL MATERIAL.

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH ,„..•-•" SK/KJH

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

RN

AKM/SC DM

Rev.

No. Date Purpose

Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by

Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Page 254 of 318

i-tu

125 1- I co_

-KF- NAME OF MANUFACTURER _61,_

DESIGNED BY I I OWNER I

ITEM NO. I I JOB NO. I P.O. NO. I I YEAR OF FABRICATION I 1

-.-

1

CODES I I INSPECTED BY I DESIGN PRESSURE I I DESIGN TEMPERATURE I

CORROSION AU.OW.I I RADIOGRAPHY I

TEST PRESSURE I I EMPTY WEIGHT I q- 4) ^3 % DATE OF TEST I I

Ink `ill/

5R

CNI

CNI

U,

U)

U)

U)

tt,

U)

qrge o, GeN711.■ UWE,

NAME PLATE FOR

SMALL EQUIPMENT

STANDARD No.

7-12-0030 Rev. 5

Page 1 of 1

4.50 HOL 2 28 28 26

20+

INS

ULA

TIO

N

(,) 1

r,) 7° BRACKET

NAME PLATE

NOTES

1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE SPECIFIED. 2. ALL LETTERS, BLOCKS AND BORDERS SHALL BE RAISED POLISHED FACE. 3. BACKGROUND SHALL BE BLACK. 4. NAME PLATE SHALL BE TACK—WELDED TO THE BRACKET. WHERE NOT POSSIBLE

IT MAY BE RIVETTED. 5. NAME PLATE SHALL BE OF STAINLESS STEEL OF 2mm THICK. 6. BRACKET MATERIAL SHALL BE SAME AS SHELL MATERIAL.

+A^' 5 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/KJ 1.4‘14) RN

4 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev.

No. Date Purpose

Prepared

by

Checked Stds. Committee Convenor

Stds. Bureau Chairman

by Approved by

Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved

Page 255 of 318

ALLOWABLE NOZZLE LOADS (afreFr oirasrt .151,3,1,15.1)

STANDARD No.

7-12-0038 Rev. 0

Page 1 of 4

ENGINEERS Ogzu laW5 INDIA LIMITED

IA Govt of India Undertaking)

MC

FL

NOTES: —

1. THIS STANDARD COVERS ALLOWABLE NOZZLE LOADS FOR PRESSURE VESSELS & COLUMNS ONLY.

2. EACH PROCESS NOZZLE OF VESSELS SHALL BE ANALYZED FOR THE LOADS PROVIDED IN THIS STANDARD.

3. THESE LOADS SHALL BE CONSIDERED TO BE ACTING SIMULTANEOUSLY WITH INTERNAL/EXTERNAL DESIGN PRESSURE. ALLOWABLE STRESS SHALL BE AS PER APPLICABLE DESIGN CODE.

4. STRESS CALCULATIONS SHALL BE CARRIED OUT AS PER WRC BULLETIN N0. 107/297. WRC 107

SHALL BE USED FOR NOZZLES ON DISHED ENDS AND WRC 297 SHALL BE USED FOR NOZZLES ON CYLINDRICAL SHELL.

5. IN CASE OF FAILURE DUE TO WRC, FEM ANALYSIS / PD 5500 ANALYSIS CAN BE CARRIED OUT TO ESTABLISH THE ADEQUACY OF PROVIDED CONFIGURATION.

0 31.07.14 ISSUED AS STANDARD

GCP KA

RKT

SC

Rev.

No. Date Purpose

Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 256 of 318

ALLOWABLE NOZZLE LOADS 1.12'ff ,-1,m,,121513405.1)

STANDARD No.

7-12-0038 Rev. 0

Page 2 of 4

4 ENGINEERS -e- $'g-ar 21 1 g. INDIA LIMITED

(A Govt ind.a Underlak.9)

CARBON STEEL AND LOW ALLOY STEEL EQUIPMENTS (CLASS 150 AND CLASS 300)

NOZZLE

SIZES

(DN)

FA

(Kgf)

FL

(Kgf)

FC

(Kgf)

MT

(Kgf—m)

ML

(Kgf—m)

MC

(Kgf—m)

50 135 200 200 50 40 30

80 202 300 300 112 90 67

100 270 400 400 200 160 120

150 405 600 600 450 360 270

200 540 800 800 800 640 480

250 675 1000 1000 1250 1000 750

300 810 1200 1200 1800 1440 1080

350 945 1400 1400 2450 1960 1470

400 1080 1600 1600 3200 2560 1920

450 1215 1800 1800 4050 3240 2430

500 1350 2000 2000 5000 4000 3000

600 1620 2400 2400 7200 5760 4320

650 1755 2600 2600 8450 6760 5070

700 1890 2800 2800 9800 7840 5880

750 2025 3000 3000 11250 9000 6750

800 2160 3200 3200 12800 10240 7680

850 2295 3400 3400 14450 11560 8670

900 2430 3600 3600 16200 12960 9720

950 2565 3800 3800 18050 14440 10830

1000 2700 4000 4000 20000 16000 12000

1050 2835 4200 4200 22050 17640 13230

1100 2970 4400 4400 24200 19360 14520

1150 3105 4600 4600 26450 21160 15870

1200 3240 4800 4800 28800 23040 17280

1250 3375 5000 5000 31250 25000 18750

1300 3510 5200 5200 33800 27040 20280

1350 3645 5400 5400 36450 29160 21870

1400 3780 5600 5600 39200 31360 23520

1450 3915 5800 5800 42050 33640 25230

1500 4050 6000 6000 45000 36000 27000

0 31.07.14 ISSUED AS STANDARD

Rev.

No. Date Purpose

\651p

Prepared Checked

by by

RKT SC Stds. Committee Stds. Bureau

Convenor Chairman Approved by

KA

Copyright EIL - All rights reserved Format No. 8-00-0001-F4 Rev.O

Page 257 of 318

0 31.07.14 ISSUED AS STANDARD

Rev. No. Date Purpose

GCP KA

Prepared Checked by by

RKT SC Stds. Committee Stds. Bureau

Convenor Chairman Approved by

ENGINEERS 1i faf-A5 INDIA LIMITED

(A Govt of Incha Undeltaking)

ALLOWABLE NOZZLE LOADS

STANDARD No.

7-12-0038 Rev. 0

Page 3 of 4

CARBON STEEL AND LOW ALLOY STEEL EQUIPMENTS

(CLASS 600 AND ABOVE)

NOZZLE

SIZES

(DN)

FA

(Kgf)

FL

(Kgf)

FC

(Kgf)

MT

(Kgf—m)

ML

(Kgf—m)

MC

(Kgf—m)

50 168 250 250 62 50 37

80 253 375 375 140 112 84

100 337 500 500 250 200 150

150 506 750 750 562 450 337

200 675 1000 1000 1000 800 600

250 843 1250 1250 1562 1250 937

300 1012 1500 1500 2250 1800 1350

350 1181 1750 1750 3062 2450 1837

400 1350 2000 2000 4000 3200 2400

450 1518 2250 2250 5062 4050 3037

500 1687 2500 2500 6250 5000 3750

600 2025 3000 3000 9000 7200 5400

650 2193 3250 3250 10562 8450 6337

700 2362 3500 3500 12250 9800 7350

750 2531 3750 3750 14062 11250 8437

800 2700 4000 4000 16000 12800 9600

850 2868 4250 4250 18062 14450 10837

900 3037 4500 4500 20250 16200 12150

950 3206 4750 4750 22562 18050 13537

1000 3375 5000 5000 25000 20000 15000

1050 3543 5250 5250 27562 22050 16537

1100 3712 5500 5500 30250 24200 18150

1150 3881 5750 5750 33062 26450 19837

1200 4050 6000 6000 36000 28800 21600

1250 4218 6250 6250 39062 31250 23437

1300 4387 6500 6500 42250 33800 25350

1350 4556 6750 6750 45562 36450 27337

1400 4725 7000 7000 49000 39200 29400

1450 4893 7250 7250 52562 42050 31537

1500 5062 7500 7500 56250 45000 33750

Copyright EIL - All rights reserved Format No. 8-00-0001-F4 Rev.O

Page 258 of 318

IA Govt of India Untleftaking) 5fg-U faW5

la4TO 051.3,1-55N)

ENGINEERS INDIA LIMITED

STANDARD No.

7-12-0038 Rev. 0

Page 4 of 4

ALLOWABLE NOZZLE LOADS

RKT SC C CP KA 0 31.07.14 ISSUED AS STANDARD

STAINLESS STEEL EQUIPMENTS

(ALL CLASSES)

NOZZLE

SIZES

(DN)

FA

(Kgf)

FL

(Kgf)

FC

(Kgf)

MT

(Kgf—m)

ML

(Kgf—m)

MC

(Kgf—m)

50 135 200 200 50 40 20

80 202 300 300 112 90 45

100 270 400 400 200 160 80

150 405 600 600 450 360 180

200 540 800 800 800 640 320

250 675 1000 1000 1250 1000 500

300 810 1200 1200 1800 1440 720

350 945 1400 1400 2450 1960 980

400 1080 1600 1600 3200 2560 1280

450 1215 1800 1800 4050 3240 1620

500 1350 2000 2000 5000 4000 2000

600 1620 2400 2400 7200 5760 2880

650 1755 2600 2600 8450 6760 3380

700 1890 2800 2800 9800 7840 3920

750 2025 3000 3000 11250 9000 4500

800 2160 3200 3200 12800 10240 5120

850 2295 3400 3400 14450 11560 5780

900 2430 3600 3600 16200 12960 6480

950 2565 3800 3800 18050 14440 7220

1000 2700 4000 4000 20000 16000 8000

1050 2835 4200 4200 22050 17640 8820

1100 2970 4400 4400 24200 19360 9680

1150 3105 4600 4600 26450 21160 10580

1200 3240 4800 4800 28800 23040 11520

1250 3375 5000 5000 31250 25000 12500

1300 3510 5200 5200 33800 27040 13520

1350 3645 5400 5400 36450 29160 14580

1400 3780 5600 5600 39200 31360 15680

1450 3915 5800 5800 42050 33640 16820

1500 4050 6000 6000 45000 36000 18000

Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by Copyright EIL - All rights reserved

Purpose Rev.

No. Date

Format No. 8-00-0001-F4 Rev.O

Page 259 of 318

siitaet5Keg

RI AQFIV CA ,

ENGINEERSSTANDARD SPECIFICATION

INDIA LIMITED FOR SURFACE PREPARATIONIA GOO Of N. Undeflangl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 1 OF 59

(Cr)

tin a K4

1-49-br

(7q. Wu! tg)

STANDARD SPECIFICATION

FOR

SURFACE PREPARATION

AND PROTECTIVE COATING

(NEW CONSTRUCTION)

6-44-0004 REV. 3 REVISED, RE-0 30.08.12 NUMBERED 8 ISSUED AS STANDARD A.SRIDHAR R.CHAUDHURY P.P.LAHIRI D.MALHOTRA

SPECIFICATION

Rev.No Date Purpose Prepared

by Checked byStandards StandardsCommittee BureauConvenor Chairman

Approved by

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

Page 260 of 318

02-zieLa ENGINEERS STANDARD SPECIFICATION$1?-eir la Me ear INDIA LIMITED FOR SURFACE PREPARATION

HIM eknillcIAJAA.M IA GNI al India LInderlaIm9/ AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 2 OF 59

Abbreviations:

AS Alloy SteelCS Carbon SteelDFT : Dry Film ThicknessDM De-mineralizedGI Galvanized IronID Internal DiameterIRN Inspection Release NoteLTCS : Low Temperature Carbon SteelMS Mild SteelNB Nominal BoreOD Outside DiameterRCC : Reinforced Cement ConcreteSS Stainless SteelTSAC : Thermally Sprayed Aluminium CoatingWFT : Wet Film Thickness

SMMS Standards Committee

Convener : Mr. P.P. Lahiri

Members : Mr. A. Amin (SMMS)Mr. R. Chaudhury (SMMS)Mr. S. Ghosal (SMMS)Mr. G.S. Hegde (SMMS)Mr. P. Saha (SMMS)Mr. R Nanda (Piping)Mr. Raj Kishore (Pipeline)Mr. A.K. Gupta (HMTD)Mr. S. Mukharjee (Construction)Mr. A.R. Purushottam (POSD)Mr. R. Muthulingam (Inspection)Mr. M.P. Jain (Projects)

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

Page 261 of 318

OfteituvaNEERs STANDARD SPECIFICATIONlaiReedi INDIA LIMITED FOR SURFACE PREPARATION

PIM FRW ZIRJR140 IA Go.4 ei India unden.lono AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 3 OF 59

CONTENTS

SL. DESCRIPTION PAGENO NO.

1.0 General 42.0 Scope 43.0 Reference Codes & Standards 64.0 Equipment 75.0 Surface Preparation, Shop Primer,Coating Application & Repair and Documentation 76.0 Paint Materials 167.0 Coating Systems 218.0 Coating System for Gratings, Rolling & Stationery Ladders, Spiral Stairways and

Hand Rails in All Location 239.0 Coating System for Offsite Area (Inland Plants) 2410.0 Coating System For Unit Areas as well as DM, CPP, Cooling Tower of Inland Plants

and for All Areas (Unit, Offsite, DM, CPP, etc.) of Coastal Plants 2511.0 Coating System for Effluent Treatment Plant (ETP) 2712.0 External Coating Systems for Uninsulated Carbon Steel and Low Alloy Steel Storage

Tanks (For All Plant Locations, Coastal or Inland) - All Process Units & Off-Sites 2813.0 Internal Coating Systems for Carbon Steel and Low Alloy Storage Tanks - All

Process Units & Off-Sites 3014.0 Coating Systems for External Side of Underground Carbon Steel Plant Piping and

Underground Vessels 3215.0 Coating Under Insulation (Coastal Or Inland Plants) All Units Areas & Off-Sites 3316.0 Coating System for Carbon Steel Components of Coolers / Condensers (Internal

Protection) for Fresh Water Service 3417.0 Coating System (Internal Protection) for Galvanized or Non Ferrous or Stainless

Steel/ Duplex Stainless Steel Components of Coolers/ Condensers for Fresh WaterService 35

18.0 Storage 3519.0 Colour Code 3520.0 Identification of Vessels, Piping etc 4221.0 Painting for Civil Defence Requirements 4222.0 Quality Control, Inspection and Testing 4223.0 Guarantee 4624.0 Qualification Criteria of Painting Contractor/Sub-Contractor 4625.0 Qualification/Acceptance Criteria for Paint Coating System 4626.0 Method of Sampling & Dispatch for Laboratory Testing 48

Annexure-I Specification For TSAC 50

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

Page 262 of 318

StilMziet- ENONEERS STANDARD SPECIFICATIONOar iiiRtg Ter INDIA LIMITED FOR SURFACE PREPARATION

own ARAW/INJOSA) /A Govt a htha Unden•ingi AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 4 OF 59

1.0 GENERAL

1.1

This technical specifications shall be applicable for the work covered by the contract, andwithout prejudice to the provisions of various international codes of practice, standardspecifications etc. It is understood that contractor shall carry out the work in all respects withthe best quality of materials and workmanship and in accordance with the best engineeringpractice and instructions of Engineer-In-Charge.

1.2 Wherever it is stated in the specification that a specific material is to be supplied or a specificwork is to be done, it shall be deemed that the same shall be supplied or carried out by thecontractor.

Any deviation from this standard without written deviation permit from appropriateauthority will result in rejection of job.

1.3 This specification coven the requirement for protective coating for new construction.

2.0 SCOPE

2.1 Scope of work covered in the specification shall include, without being limited to thefollowing.

2.1.1 This specification defines the requirements for surface preparation, selection and applicationof primers and paints on external surfaces of equipment, vessels, machinery, piping, ducts,steel structures, external & internal protection of storage tanks for all services and chimneysif any. The items listed in the heading of tables of paint systems is indicative only, however,the contractor is fully responsible for carrying out all the necessary painting, coating andlining on external and internal surfaces as per the tender requirement.

2.2 Extent of Work

2.2.1 The following surfaces and materials shall require shop, pre-erection and field painting:

All uninsulated Carbon Steel & Alloy Steel equipments like vessels, Columns, storageTanks, Exchangers if any, parts of boilers etc.

All uninsulated carbon steel and low alloy plant and related piping, fittings and valves(including painting of identification marks), furnace ducts and stacks.

All insulated parts of vessels, boilers, chimneys, stacks, piping and steam piping and ifany other insulated items present.

All items contained in a package unit as necessary.

All structural steel work, pipe, structural steel supports, walkways, handrails, ladders,platforms etc.

Flare lines, external surfaces of MS chimney with or without refractory lining andinternal surfaces of MS chimney without refractory lining. (If present)

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

Page 263 of 318

0a-zetaENGINEERS STANDARD SPECIFICATION51gar fatilegW INDIA WIRD FOR SURFACE PREPARATION

laiRrIMENVOIMBIll (A GoN ot India undertaiongi AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 5 OF 59

Identification of colour bands on all piping as required including insulated aluminiumclad, galvanized, SS and nonferrous piping.

Identification lettering/ numbering on all painted surfaces of equipment/piping insulatedaluminium clad, galvanized, SS and non-ferrous piping.

Marking / identification signs on painted surfaces of equipment/piping includinghazardous service.

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

Over insulation surface of equipments and pipes wherever required.

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

Painting of pre-erection/fabrication and Shop primer.

Repair work of damaged pre-erection/ fabrication and shop primer and weld joints in thefield/site before and after erection as required.

All CS Piping, equipments, storage tanks and internal surfaces of RCC tanks in ETPplant.

Quality control, testing and inspection during all stages of work (surface preparation,application of coating and testing of furnished coating).

2.2.2 The following surfaces and materials shall not require painting in general. However, if thereis any specific requirement by the owner, the same shall be painted as per the relevantspecifications:

Uninsulated austenitic stainless steel.

Plastic and/or plastic coated materials

c. Non-ferrous materials like aluminum, Cu-Ni alloy, galvanized steel.

2.3 Documents

2.3.1 The contractor shall perform the work in accordance with the following documents issued tohim for execution of work.

Bill of quantities for piping, equipment, machinery and structures etc.

Piping Line List.

c. Painting specifications including special civil defence requirements.

2.4 Unless otherwise instructed, final paint coating (i.e., application of field primer,wherever required, intermediate and top coats) on pre-erection/ shop primed

Format No. 8-00-0901-F1 Rev. 0 Copyright EIL —All rights reserved

Page 264 of 318

151fraeLA ENGINEERS STANDARD SPECIFICATIONItgar 'Matt INDIA umnB) FOR SURFACE PREPARATION

(NM Fletifie Maga,/ IA Gobi al India uncienaton9/ AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 6 OF 59

equipments shall be applied at site, only after all welding, testing on systems arecompleted as well as after completion of steam purging wherever required .

2.5 Changes and deviations required for any specific job due to clients requirement or otherwiseshall be referred to E1L for deviation permit.

3.0 REFERENCE CODES & STANDARDS

3.1 Without prejudice to the provision of Clause 1.1 above and the detailed specifications of thecontract, latest editions of the following codes and standards are applicable for the workcovered by this contract.

IS-5 : Colour codingRAL DUTCH : International Standard for colour shade (Dutch Standard)IS-101 : Methods of test for ready mixed paints and enamelsIS-2379 : Indian Standard for Pipe line identification-colour codeISO-12944 : Corrosion Protection of steel Structures by Protective Paint

SystemASTM-Vol 6.01&6.03 : American standard test methods for Paints and Coatings.ANSI A 13.1 : Scheme for identification of piping systems: American

National Standards InstitutionSSPC : Steel Structures Painting Council

3.2 Surface Preparation Standards

The latest editions of any of the following standards shall be followed for surfacepreparation:

3.2.1 ISO 8501-1 / SIS-05 59 00: ISO standard for Preparation of steel substrates beforeapplication of paints and related products. This standard contains photographs of the variousstandards on four different degrees of rusted steel and as such is preferable for inspectionpurpose by the Engineer-In-Charge.

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

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

3.2.4 Various International Standards equivalent to Swedish Standard for surface preparations aregiven in Table-I.

3.3 The contractor shall arrange, at his own cost, to keep a set of latest edition of above standardsand codes at site.

3.4 The paint manufacturer's instructions shall be followed as far as practicable at all times forbest results. Particular attention shall be paid to the following:

Instructions for storage to avoid exposure as well as extremes of temperature.

Surface preparation prior to painting shall be followed as per Table 8.0 to 16.0 ofthis standard shall be followed.

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

Page 265 of 318

1511teTa ENONEERS STANDARD SPECIFICATIONoga naleuw INDIA umn-ED FOR SURFACE PREPARATION

Men KROP7m3R6311 IA GOY/ India Undatalang/ AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 7 OF 59

Mixing and thinning.

Application of paints and recommended limit on time intervals in between coats.

4.0 EQUIPMENT

4.1 All tools, brushes, rollers, spray guns, blast material, hand power tools for cleaning and allequipments, scaffolding materials, shot & grit blasting equipments & air compressors etc.required to be used shall be suitable for the work and all in good order and shall be arrangedby the contractor at site and in sufficient quantity. The manufacturer's test certificates / datasheets for all the above items shall be reviewed by Engineer-in-charge at site before start ofwork.

4.2 Mechanical mixer shall be used for paint mixing operations in case of two pack systemsexcept that the Engineer-In-Charge may allow the hand mixing of small quantities at hisdiscretion in case of specific requirement for touch up work only.

5.0 SURFACE PREPARATION, SHOP PRIMER COATING APPLICATION & REPAIRAND DOCUMENTATION

5.1 General

5.1.1 In order to achieve the maximum durability, one or more of following methods of surfacepreparation shall be followed, depending on condition of surface to be painted and asinstructed by Engineer-In-Charge. Adhesion of the paint film to surface depends largely onthe degree of cleanliness of the metal surface. Proper surface preparation contributes more tothe success of the paint protective system.

Abrasive blast cleaning

Mechanical or power tool cleaning

5.1.2 Mill scale, rust, rust scale and foreign matter shall be removed fully to ensure that a clean anddry surface is obtained. Unless otherwise specified, surface preparation shall be done as perprovisions of relevant tables given elsewhere in this specification. The minimum acceptablestandard, in case of thermally sprayed metal coatings, in case of mechanical or power toolcleaning it shall be St. 3 or equivalent. In case of blast cleaning it shall be Sa 2-1/2 as perSwedish Standard SIS-055900 (latest edition) or SSPC-SP or ISO 8501-01.Blast cleaningshall be Sa 3 as per Swedish Standard in case thermally sprayed metal coatings.

Before surface preparation by blast cleaning, the surface shall be degreased by aromaticsolvent to remove all grease, oil etc.

5.1.3 Irrespective of whether external or internal surface to be coated, blast cleaning shall not beperformed where dust can contaminate surfaces undergoing such cleaning or during humidweather conditions having humidity exceed 85%. In case of internal coating of storage tanks,dehumidifier shall be used, to control humidity level below 60%. Dehumidifier shoulddepress the dew point of air in the enclosed space, sufficient enough so as to maintain it 3°C

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

Page 266 of 318

Oa ft ENGINEERS STANDARD SPECIFICATIONOg a 'Meg INDIA LIMITED FOR SURFACE PREPARATION

MON FIXOW COIORFM /A Govt kW Undertaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 8 OF 59

below the metal substrate temperature during centre period of blasting and coatingapplication. During the interval time between application of primer coat and subsequentintermediate and top coats or between blast cleaning completion and start of application ofprimer coat, dehumidifier unit should be in continuous operation to ensure that nocondensation occurs on substrate.

Dehumidifier should be able to maintain grain drop (moisture removal) at the rate of 25grains per pound of air per hour. Dehumidifier should have capacity of at least 2 air changesper hour of the enclosed space. All necessary psychometric data should be collected bycontractor for the given site conditions before starting operation of dehumidifier to ensurethat desired values of dew point, moisture content in enclosed scope is achieved.

Dehumidification to be maintained round the clock for surface preparation and painting tillthe total coating application is over.

Dehumidifier shall not be stopped under any condition till the entire blasted surface is primedto the satisfaction of the technical representative of the paint manufacturer interested withquality assurance for the work. In case the dehumidifier breaks down in middle of the job, thesame shall be replaced at the risk and the cost of the contractor and the entire unfinishedwork shall be repeated.

5.1.4 The Engineer in-charge shall have the right to disallow usage of dehumidifier if theperformance is not meeting the specified requirements. Under such circumstances thecontractor shall remove the equipment and replace the same with another equipment toprovide satisfactory results without any additional cost to the owner.

5.1.5 Irrespective of the method of surface preparation, the first coat of primer must be applied byairless spray/ air assisted conventional spray if recommended by the paint manufacturer ondry surface. This should be done immediately and in any case within 4 hours of cleaning ofsurface. However, at times of unfavorable weather conditions, the Engineer-In-Charge shallhave the liberty to control the time period, at his sole discretion and/or to insist on re-cleaning, as may be required, before primer application is taken up. In general, duringunfavorable weather conditions, blasting and painting shall be avoided as far as practicable.

5.1.6 The external surface of R.C.C. chimney to be painted shall be dry and clean. Any looseparticle of sand, cement, aggregate etc. shall be removed by scrubbing with soft wire brush.Acid etching with 10-15% HCL solution for about 15 minutes shall be carried and surfacemust be thoroughly washed with water to remove acid & loose particles and then driedcompletely before application of paint.

5.2 Procedure for Surface Preparation

5.2.1 Air Blast Cleaning with abrasives

The surfaces shall be blast cleaned using one of the abrasives like angular chilled cast iron orsteel grit, copper slag or Nickel slag, Al 203 particles at pressure of 7kg/cm 2 at an appropriatedistance and angle depending of nozzle size maintaining constant velocity and pressure.Chilled cast iron or steel shall be in the form of shot or grit of size in the range of G16 — G42conforming to SSPC AB I and 5250 grade size of steel shots (maximum) to obtain a desiredsurface profile of 35-50 microns trough to peak. For all other abrasives, size shall be in the

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

Page 267 of 318

aielMENGINEERS STANDARD SPECIFICATIONIguemegwir INDIA LIMITED FOR SURFACE PREPARATION

Men AMR =MOM (A GS of India UndedaIngl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 9 OF 59

range of G16 — G24. The combination of steel grits and shots shall be normally in the ratio of3:1. The quality of abrasives shall be free from contaminants and impurities and shall meetthe requirements of SSPC AB I . Compressed air shall be free from moisture and oil. Theblasting nozzles should be venturi style with tungsten carbide or boron carbide as thematerials for liners. Nozzles orifice may vary from 3/16" to %". On completion of blastingoperation, the blasted surface shall be clean and free from any scale or rust and must show agrey white metallic luster. Primer/first coat of paint shall be applied within 4 hours of surfacepreparation. Blast cleaning shall not be done outdoors in bad weather without adequateprotection or when there is dew on the metal, which is to be cleaned. Surface profile shall beuniform to provide good key to the paint adhesion (i.e. 35 to 50 microns). If possiblevacuum collector shall be installed for collecting the abrasives and recycling.

5.2.2 Mechanical or Power Tool Cleaning

Power tool cleaning shall be done by mechanical striking tools, chipping hammers, grindingwheels or rotating steel wire- brushes. Excessive burnish of surface shall be avoided as it canreduce paint adhesion. On completion of cleaning, the detached rust mill scale etc. shall beremoved by clean rags and /or washed by water or steam and thoroughly dried withcompressed air jet before application of paint.

5.3 Non-Compatible Shop Coat Primer

For equipments on which application of total protective coating (Primer + Intermediate + topcoat) is carried out at shop, compatibility of finish coat with primer should be checked withpaint manufacturer. If the shop coat is in satisfactory condition showing no major defect uponarrival at site, the shop coat shall not be removed.

5.4 Shop coated equipments (coated with Primer & Finishing coat) should not be repainted unlesspaint is damaged. Repair shall be carried out as per Table 7.2 of paint systems dependingupon compatibility of paint.

5.5 Shop primed equipment and surfaces will only be 'spot cleaned' in damaged areas by meansof power tool brush cleaning or hand tool cleaning and.then spot primed before applying onecoat of field primer unless otherwise specified. If shop primer is not compatible with fieldprimer then shop coated primer should be completely removed before application of selectedpaint system for particular environment.

5.6 For Package units/equipment, shop primer should be as per the paint system given in thisspecification. However, manufacturer's standard can be followed after review.

As mentioned in section 2.4, all coating application at field (field primer, intermediate andtop coat) on equipments, structures, piping, etc, shall be carried out only after its erection andall welding, testing, steam purging (wherever carried out) have been completed.

5.7 Coating Procedure and Application

All paint coatings shall be applied by airless spray excepting at the following specialcases where application can be carried out by brush subject to suitability of theapplication of the paint product by brush.

Spot repairStripe coating on edges

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — MI rights reserved

Page 268 of 318

samzEift. ENGINEERS STANDARD SPECIFICATION51?eg faitegW: INDIA LIMITED FOR SURFACE PREPARATION

MUT fIRIVOIMIPM (A Ga.( al Oda undenakm AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 10 OF 59

- Small bore parts not suitable for spray application.

Irregular surfaces such as sharp edges, welds, small brackets, and interstices may stripecoated to ensure specified DFT is achieved. Paint manufacturer recommendationshould be followed before deciding for brush application.

5.7.1 Surface shall not be coated in rain, wind or in environment where injurious airborne elementsexists, when the steel surface temperature is less than 5°F above dew point when the relativehumidity is greater than 85% or when the temperature is below 40°F and when theambient/substrate temp is below the paint manufacturer's recommended temperature ofapplication and curing. De-humidifier equipment shall be used to control RH and Dew point.The paint application shall not be done when the wind speed exceeds 20km per hour.

5.7.2 Blast cleaned surface shall be coated with one complete application of primer as soon aspracticable but in no case later than 4 hrs the same day.

5.7.3 To the maximum extent practicable, each coat of material shall be applied as a continuousfilm uniform thickness free of probes. Any spots or areas missed in application shall berecoated and permitted to dry before the next coat is applied. Applied paint should have thedesired wet film thickness.

5.7.4 Each coat shall be in proper state of cure or dryness before the application of succeedingcoat. Material shall be considered dry for recoating when an additional coat can be appliedwithout the development of any detrimental film irregularities, such as lifting or loss ofadhesion of the under coat. Manufacturer instruction shall be followed for inter coat interval.

5.7.5 When the successive coat of the same colour have been specified, alternate coat shall betinted, when practical, sufficiently to produce enough contrast to indicate complete coverageof the surface. The tinting material shall be compatible with the material and not detrimentalto its service life and shall be recommended by the original paint manufacturer.

5.7.6 Airless spray application shall be in accordance with the following procedure: as per steelstructure paint Manual Vol.1 & Vol.2 by SSPC, USA, Air less spray relies on hydraulicpressure rather than air atomization to produce the desired spray. An air compressor orelectric motor is sued to operate a pump to produce pressures of 1000 to 6000 psi. paint isdelivered to the spray gun at this pressure through a single hose within the gun, a single paintstream is divided into separate streams, which are forced through a small orifice resulting inatomization of paint without the use of air. This results in more rapid coverage with less overspray. Airless spray usually is faster, cleaner, more economical and easier to use thanconventional air spray.

Airless spray equipment is mounted on wheels, and paint is aspirated in a hose that suckspaint from any container, including drums. The unit shall have in built agitator that keep thepaint uniformly mixed during the spraying. The unit shall consist of in built strainer. Usuallyvery small quantity of thinning is required before spray. In case of high build epoxy coating(two pack). 30:1 pump ratio and 0.020-0.023" tip size will provide a good spray pattern.Ideally fluid hoses should not be less than 3/8" ID and not longer than 50 ft to obtainoptimum results.

In case of gun choking, de-choking steps shall be followed immediately.

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

Page 269 of 318

1512-ada INGINEERS STANDARD SPECIFICATION#arepeow INDIA umirED FOR SURFACE PREPARATION

OfferleIRPRIM3aqi/ IA Gov1 a/ India UnclettSagl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 11 OF 59

5.7.7 Brush application of paint shall be in accordance with the following:

Brushes shall be of a style and quality that will enable proper application of paint.

Round or oval brushes are most suitable for rivets, bolts, irregular surface, andrough or pitted steel. Wide flat brushes are suitable for large flat areas, but theyshall not have width over five inches.

Paint shall be applied into all corners.

Any runs or sags shall be brushed out.

There shall be a minimum of brush marks left in the applied paint.

Surfaces not accessible to brushes shall be painted by spray, doubers, or sheepkin.

5.7.8 For each coat the painter should know the WFT corresponding to the specified DFT andstandardize the paint application technique to achieve the desired WFT. This has to beensured in the qualification trial.

5.8 Drying of Coated Surfaces

5.8.1 No coat shall be applied until the preceding coat has dried. The material shall be considereddry for re-coating when another coat can be applied without the development of any filmirregularities such as lifting or loss of adhesion of undercoats. Drying time of the applied coatshould not exceed maximum specified for it as a first coat; if it exceeds the paint material haspossibly deteriorated or maxing is faulty.

5.8.2 No paint shall be force dried under conditions which will cause chalking, wrinkling,blistering formation of pores, or detrimentally affect the conditions of the paint.

5.8.3 No drier shall be added to paint on the job unless specifically called for in the manufacturer'sspecification for the paint.

5.8.4 Paint shall be protected from rain, condensation, contamination, snow and freezing until dryto the fullest extent practicable.

5.9 Spot Repair of Damaged Primer

5.9.1 Where pre erection shop primer has been damaged at isolated localized spots during handlingand transportation, or after erection / welding, the repair of damaged coating of pre-erection /pre-fabrication or shop primer shall be done as given below and as per the Table 7.2 of thisspecification.

5.9.2 Repair of damaged inorganic zinc silicate pre-erection / pre-fabrication or shop primer(F9) after erection / welding in the design temperature of -90°C to 400°C and damagedsilicone aluminium (F-12) pre-erection / pre-fabrication or shop primer after erection /welding for design temperature range of 401 — 550 °C.

Surface Preparation: Quickly remove the primer from damaged area by mechanical scrapingand emery paper conforming to SSPC-SP-3 to expose the white metal. Blast clean the

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

Page 270 of 318

0R-4:Aft ENGINEERS STANDARD SPECIFICATIONSiga tilaiegel INDIA LIMITED FOR SURFACE PREPARATION

11412712013Valgarff / IA Gott of Ha undertaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 12 OF 59

surface, if possible. Feather the primed surface over the intact adjacent surface surroundingthe damaged area by emery paper.

Primer coating: One coat of F-9 shall be applied wherever damage was observed on pre-erection / pre fabrication or shop primer of inorganic zinc silicate coating (F-9). Similarlyone coat of F-12 shall be applied wherever damage observed on pre-erection / pre-fabrication shop primer of silicone aluminium (F-12).

5.9.3 Wherever if damaged areas are found extensive and spread over large areas, then entire pre-erection / pre-fabrication or shop primer shall be removed by blasting to achieve SSPC-SP-10 then entire blasted surface shall be primed again with F-9 or F-12 as applicable for theintended design temp. (See note under table 7.2).

5.10 Paint Application

5.10.1 Shop priming/pre-erection priming with F9 or F12 shall be done only on blasted surface(SSPC-SP-10)

5.10.2 Shop priming / pre-erection priming with F9 or F 12 shall be done only with airless spray.

5.10.3 Assessment of Painting Requirement

The paint system to be applied for a specific job shall be arrived at sequentially as givenbelow:

- Identify the environment from area classification details and chose the appropriate table.

- Identify the design temperature from the technical documents

- Identify the specific field paint system and surface preparation requirement from the aboveidentified table and temperature range.

- Identify the shop priming requirement from Table 7.1 based on compatibility of the abovepaint system.

- Identify the need of repair of shop primer and execute as per Table 7.2.

5.11 Documentation / Records

5.11.1 A written quality plan with procedure for qualification trials and for the actual workincluding test and inspection plan & procedure for approval before start of work.

5.11.2 Daily progress report with details of weather conditions, particular of applications, no ofcoats and type of materials applied, anomalies, progress of work versus program.

5.11.3 Results of measurement of temperatures relative humidity, surface profile, film thickness,holiday detection, adhesion tests with signature of appropriate authority.

5.11.4 Particulars of surface preparation and paint application during trials and during the work.

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

Page 271 of 318

02zielt. ENGINEERSSTANDARD SPECIFICATION

I@Tif WeVITIV INDIA LIMITED FOR SURFACE PREPARATIONINIPPIFIRINVMMICID (A Gov of Inda Underliong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 13 OF 59

5.11.5 Details of non-compliance, rejects and repairs.

5.11.6 Type of testing equipments and calibration.

5.11.7 Code and batch numbers of paint materials used.

The coating applicator must maintain a job record consisting of all the information as per5.11.2 -5.11.7 above as well as the approved procedure of work (5.11.1 above). The jobrecord consisting of information as required in accordance to 5.11.2 — 5.11.7 shall be enteredon daily basis and should be daily signed by Engineer-in-charge.

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

Page 272 of 318

1515036a ENGINEERS STANDARD SPECIFICATIONKiegW WA LIMITED FOR SURFACE PREPARATION

l aildleRzer7013Rdill Cdd d India Underldm9) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 14 OF 59

TABLE-1 (FOR CLAUSE 5.0)

SURFACE PREPARATION STANDARDS

SI.No. DESCRIPTION

VARIOUS INTERNATIONALSTANDARDS (EQUIVALENT) REMARKSISO 8501-1/

SIS-05 59 00SSPC-SP,

USANACE,

USA

1

Manual or hand toolcleaning

Removal of loose rust, loosemill scale and loose paint,chipping, scrapping,standing and wire brushing.Surface should have a faintmetallic sheen

ST.2 SSPC-SP-2 --

This method isapplied when thesurface is exposed tonormal atmosphericconditions whenother methods cannotbe adopted and alsofor spot cleaningduring maintenancepainting.2

Mechanical or power toolcleaning

Removal of loose rust loosemill scale and loose paint todegree specified by powertool chipping, de-scaling,sanding, wire brushing andgrinding, after removal ofdust, surface should have apronounced metallic sheen.

ST.3 SSPC-SP-3 --

3

Dry abrasive Blast cleaning

There are four commongrades of blast cleaning

3.1

White metal

Blast cleaning to white metalcleanliness. Removal of all.visible rust. Mill scale, paint& foreign matter 100%cleanliness with desiredsurface profile.

SA 3 SSPC-SP-5 NACE#1

Where extremelyclean surface can beexpected for prolonglife of paint system.

3.2

Near white metal

Blast cleaning to near whitemetal cleanliness, until atleast 95% of each element ofsurface area is free of allvisible residues with desiredsurface profile. SA 21/4 SSPC-SP-10 NACE#2

The minimumrequirement forchemically resistantpaint systems such asepoxy, vinyl,polyurethane basedand inorganic zinc.silicatelicate paints, alsofor conventional paintsystems used underfairly corrosiveconditions to obtaindesired life of paintsystem.

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

Page 273 of 318

Isdozesk-r ENGINEERS STANDARD SPECIFICATIONfatalegwv INDIA mem FOR SURFACE PREPARATION

laiRn FRaW !NW) GoA a/ India Undenaly.91 AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 15 OF 59

SI.No. DESCRIPTION

VARIOUS INTERNATIONALSTANDARDS (EQUIVALENT) REMARKS

ISO 8501-1/SIS-05 59 00

SSPC-SP,USA

NACE,USA

3.3

Commercial Blast

Blast cleaning until at leasttwo-third of each element ofsurface area is free of allvisible residues with desiredsurface profile.

SA 2 SSPC-SP-6 NO.3

For steel required tobe painted withconventional paintsfor exposure tomildly corrosiveatmosphere for longerlife of the paintsystems.

3.4

Brush-off Blast

Blast cleaning to white metalcleanliness, removal of allvisible rust, mill scale, paint& foreign matter. Surfaceprofile is not so important

SA 1 SSPC-SP-7 NO.4

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

Page 274 of 318

15illtea ENGINEERS STANDARD SPECIFICATIONItgai Bakst INDIA map FOR SURFACE PREPARATION

Men eiMEORMCFM (A Govt of India Undertalung) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 16 OF 59

6.0 PAINT MATERIALS

Paint manufacturers shall furnish the characteristics of all paints materials on original printedliterature, alongwith the test certificate for all specified characteristics given in thisspecification. All the paint materials shall be of first quality and conform to the followinggeneral characteristics as per the tables 6.1, 6.2, 6.3 and 6.4.

PAINT MATERIALS

TABLE No. 6.1 PRIMERS

SI.No.

DESCRIPTION P-2 P-4 P-6 P-7

1 Technical name

Chlorinatedrubber ZincPhosphate primer.

Etchprimer/washprimer

Epoxy zincphosphate primer

ZINGA,LOCKTITE orZRCcold galvanizing

2 Type and composition

Single pack, airdrying chlorinatedrubber basedmediumplasticised withunsaponifiableplasticizer,pigmented withzinc phosphate.

Two packpolyvinyl butyralresin mediumcured withphosphoric acidsolutionpigmented withzinc tetroxychromate.

Two componentpolyamine curedepoxy resinmedium,pigmented withzinc phosphate.

One packSynthetic Resinbased zincgalvanizingcontaining min92% of electrolyticzinc dust of99.95% purity.

3 Volume Solids % 40±3 10±1 50±1 37%

4DFT (Thy Filmthickness) per coat inmicrons

40-45 8-10 40-50 40-50p

5 Theoritical coveringcapacity in M2/coat/ litre 8-10 8-10 8-10 4m2/kg

6 Weight per litre inkgs/litre 1.3±0.05 1.2±0.05 1.4±0.05 2.67 kg at 15°C

7 Touch dry at 30°C(minimum) 30 minutes 2 hrs. After 30 min. 10 minutes

8 Hard dry at 30°C(maximum.) 8 hrs. 24 hrs. 8 hrs 24 hrs.

9 Overcoating interval Min.: 8 hrs Min: 4-6 hrs. Min.:Shrs. Min.:4 hrs

10 Pot life at 30°C for twocomponent paints

NotApplicable Not applicable 6 - 8 hrs. Unlimited

11 Temperature (Resistance(minimum)

60 °CDry service

NADry service

80°CDry service

50°CDry service

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

Page 275 of 318

15ifiziEgftENIONEERS STANDARD SPECIFICATIONstar taRegWINDIA LIMITED FOR SURFACE PREPARATION

011iTIF01112451W1, (A GM al Se Undertab19) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 17 OF 59

PAINT MATERIALS

TABLE No. 6.2 FINISH PAINTS

SI.No

DESCRIPTION F-2 F-3 F-6A/I3 F-6C F-7

1 Technical nameAcrylicPolyurethanefinish paint

Chlorinatedrubber basedfinish paint

Epoxy-High Build.coati ngSolvent lessepox coating

High build coaltar epoxycoating.

2 Type andcomposition

Two-packaliphaticisocynatecured acrylicfinish paint.

Single packplasticisedchlorinatedrubber basedmedium withchemical andweatherresistantpigments.

F-6A Two-packAromatic aminecured epoxy resinmedium suitablypigmented.F-6B: polyamidecured epoxy resinmedium suitablypigmented

Two pack,cured withAmineAdduct;catalyzedepoxy resinsuitably.pigmented

Two packpolyamidecured epoxyresin blendedwith coaltarmedium,suitablypigmented

3 Volume Solids % 40 ± 3 38±2 60±3 99+1 65±3

4DFT (Dry Filmthickness) per coat inmicrons

30-40g 30-40 100-125g 200-500 100-125g

5Theoritical coveringcapacity inM2/coat/litre

11-15 11-15 5-6 2-3 5.2-6.5

6 Weight per liter inkgs/litre 1.15±0.03 1.150.03 1.41+0.03 1.40+0.03 1.40±0.03

7 Touch dry at 30°C 30 minutes 30 minutes. 3 hrs. 3 hrs. 4 hrs.

8

Hard dry at 30°C(max)Full cure at 30°C (forimmersion/ hightemperature service)

8 hrs 8 hrs16 hrs

5 days 16 hrs48 hrs

5 days

9 Over-coating intervalat 30°C

Min.12 hrs. Min.:Overnight

Min.: OvernightMax.: 5 days

Min.: 8 hrs.Max.: 48 hrs.

Min.: 24 hrsMax.: 5 days.

10Pot life (approx.) at30°C for twocomponent paints

6-8 hrs. otapplicable 4-6 hrs 30 minutes 4-6 hrs.

11

TemperatureResistance(minimum)

80 °CDry service

min

60 °CImmersion

service80°C

Dry service

120°C(Diyservice),

50°C(Immersion

service)

125°CImmersion

service

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

Page 276 of 318

Owes ENGINERS STANDARD SPECIFICATIONoges kveg INDIA Limo) FOR SURFACE PREPARATION

Wien diereer eagatale deort d India Undertaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 18 OF 59

PAINT MATERIALS

TABLE No. 6.3 FINISH PAINTS

SI.No DESCRIPTION F-8 F-9 F-11 F-12

1 Technical name

Self priming typesurface tolerant

high build epoxycoating (complete

rust controlcoating).

Inorganic zincsilicate coating

Heat resistantsynthetic mediumbased two pack

Aluminium paintsuitable upto

250°C dry temp.

Heat resistantsilicone

Aluminium paintsu table upto

500 °i C dry temp.

2 Type & composition

Two pack epoxyresin based

suitablepigmented and

capable ofadhering tomanually

prepared surfaceand old coating.

A two pack airdrying self curing

solvent basedinorganic zinc

silicate coating withminimum 80% zinccontent on dry film.

The final cure ofthe dry film shallpass the MEK rub

test.

Heat resistantsynthetic mediumbased two pack

Aluminium paintsuitable upto

250°C.

Single packsilicone resinbased medium

with Aluminiumflakes.

3 Volume Solids % 7813 60±3 3810.03 2012

4DFT (Dry Filmthickness) per coat inmicrons

100-125 65-75p 15-20g 15-20g

5Theoritical coveringcapacity in M2/coat/litre

6.0-7.2 8-9 10-12 8-10

6 Weight per liter inkgs/litre 1.4110.03 2.310.03 0.95±0.03 1.0010.03

7 Touch dry at 30°C(maximum) 3 hrs. 30 minutes. 3 hrs. 30 minutes.

8

Hard dry at 30°C(maximum)Full cure 30°C (forimmersion thightemperature service)

24 hrs

5days

12

NA

12 hrs

NA

24 hrs

NA

9 Over-coating interval Min.: 10 hrs Mm.: 12 hrsMb. . at 20°C& 50 % RH 24 lin Mb.: 24 hrs

10 Pot life at 30°C for twocomponent paints 90 minutes. 4-6 hrs. Not applicable Not applicable

11 TemperatureResistance (minimum)

80 °CDry service

400 °CDry service

250°CDry service

500°CDry service

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

Page 277 of 318

ate ENGINEERSazir Wear INDIA LIMITED

NOM MN ?AMMO (A GS of kola tAlerlicing)

STANDARD SPECIFICATIONFOR SURFACE PREPARATIONAND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 19 OF 59

PAINT MATERIALS

TABLE No. 6.4 FINISH PAINTS

SI.No

DESCRIPTION F-14 F-15 F-16 F-17

1 Technical name Polyamine curedcoal tar epoxy

Two-componentEpoxy phenoliccoating cured withPolyamine adducthardner system(primer +intermediate coat+ finish paint)

Ambient temperaturecuring Poly Siloxanecoating/High buildcold aapplied inorganiccopolymer basedaluminium coatingsuitable for under.Insulation coating ofCS and SS piping forhigh temperatureservice.

Two componentsolvent free typehigh build epoxyphenolic/novalacepoxy phenoliccoating cured withPolyamine adducthardner system

2 Type & composition

Speciallyformulatedpolyamine curedcoal tar epoxysuitable forapplication underinsulation

Two pack ambienttemperature curingepoxy phenoliccoating systemsuitable forapplication underinsulation ofCS/SS piping

Amercoat 738 fromPPG Protective &Marine Coatings orIntertherm 751 CSA ofInternational (AkzoNobel). Note: 6

Two componentsolvent free typehigh build epoxyphenolic/novalacepoxy phenoliccoating cured withPolyamine adducthardner system

3 Volume Solids % 70±3 70±3 60±2 98-100

4DFT (Dry Filmthickness) per coat inmicrons

100-125 75-100 75-100 125- 150

5Theoritical coveringcapacity in M2/coat/litre

5-8 4-5 7.0- 9.0 6.5 - 8

6 Weight per liter inkgs/litre (mix paint) 1.4540.03 1.650.03 1.3 1.7

7 Touch dry at 30°C(maximum) 4 hrs 3 hrs 1 hr 2 hrs

8

Hard dry at 30°C(maximum)Full cure 30°C (forimmersion Thightemp. service)

24 hrs

168 hrs (7 days)

24 hrs

168 hrs (7 days)

16 hrs

-

24 hrs

168 hrs (7 days)

9 Over-coating interval Min. 6 hrsMax.S days

Min. 36 hrsMax.21 days

Min.16 hrsMax. Not applicable

Min. 16 hrsMax.21 days

10Pot life at 30°C fortwo componentpaints

4 hrs 4-6 hrs 1 hr 1 hr

11

TemperatureResistance

-45°C to 125°Cunder insulationAnd immersion

-45°C to 150°Cunder insulation &

immersion(Note: 5)

upto 400 °C for C.Steel & S. Steel forIntertherm 751 CSAupto 480 °C for C.

Steel & upto 600 °Cfor S. Steel forAmercoat 738

-45°C to 150°C forimmersion service

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

Page 278 of 318

0151-43-eta ENGINEERSSTANDARD SPECIFICATION

Igtlf Emegw INDIA LIMIIID FOR SURFACE PREPARATIONIMWIFIRMFMWD IA Gobi of Incl. Unded*V AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 20 OF 59

NOTES (for tables 6.1 to 6.4):

Covering capacity and DFT depends on method of application. Covering capacityspecified above are theoretical. Allowing the losses during application, min specifiedDFT should be maintained.

All primers and finish coats should be cold cured and air drying unless otherwisespecified.

All paints shall be applied in accordance with manufacturer's instructions for surfacepreparation, intervals, curing and application. The surface preparation, quality andworkmanship should be ensured. In case of conflict between this specification andmanufacturer's recommendation, the same shall be clarified through EIL SMMSdepartment.

Technical data sheets for all paints shall be supplied at the time of submission ofquotations.

F-15: Two-component Epoxy phenolic coating cured with Polyamine adduct hardnersystem (primer + intermediate coat + finish paint) suitable upto 225°C (Intertherm 228from M/s Akzo Nobel Coatings India Pvt Ltd. Bangalore). For all other companies, thetemperature resistance shall be a maximum of 150°C.

F-16: Ambient temperature curing epoxy poly siloxane Coating or high build coldapplied inorganic co-polymer based aluminium coating.

Amercoat 738 from PPG Protective & Marine coatings. Mumbai, is suitable up to480°C for CS surfaces and 600°C for SS surfaces.

Intertherm 751 from Akzo Nobel Coatings India Pvt Ltd. Bangalore, Inorganic co-polymer cold applied Aluminium spray coating is suitable upto 400°C of CS & SSsurfaces.

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

Page 279 of 318

fit ENGINEERS STANDARD SPECIFICATIONligar ta2eg ie INDIA LIMITED FOR SURFACE PREPARATION

1 11101.124112=3WRI■ IA Gen a/ Ind4a Undertalng) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 21 OF 59

7.0 COATING SYSTEMS

The coating system should be selected based on the Plant location as given below:

Classification based on Plant Location:

a) Plant located in Inland area (more than 50 km from coast);Environment Classification — Industrial

For offsite areas: Table 9.0 to be followed

For all unit areas including DM,CPP and Cooling Tower: Table 10.0 to befollowed

b) Plant located on sea coast or within 50 km from sea coast;Environment classification- Industrial marine

-

For offsite area, as well as all unit area including DM, CPP, Cooling Tower:Table 10.0 to be followed

c) For external surface of above ground tanks, table 12.0 to be followed for alllocations (Inland or coastal)

Notes:

Coating systems (Primers, Finish Paints etc.) based on Areaclassification/environments/Applications are tabulated in Table 8.0 to Table 17.0

Primers & Finish paints covered in Tables 8.0 to 17.0 are listed in Table 7.1.

3. Repair of Pre-Erection/Pre-Fabrication & Shop priming after erection/ welding shall bedone as per Table 7.2.

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

Page 280 of 318

el ENGINEERS STANDARD SPECIFICATION

lita Raft INDIA LIMITED FOR SURFACE PREPARATION

imeneRanuoim IA GNI d Undertakng) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 22 OF 59

TABLE 7.1: LIST OF PRIMERS & FINISH COATS COVERED IN TABLE NOS. 8 to 18.0

PRIMERS

P-2 Chlorinated rubber zinc Phosphate Primer

P-4 Etch Primer/Wash Primer

P-6 Two component Epoxy Zinc Phosphate Primer cured with polyamine hardener

P-7Single pack, cold galvanizing compounds containing minimum 92% electrolytic zinc in dry film.

make ZINGA, LOCKTITE (of HENKEL) or ZRC

FINISH COATS / PAINTS

F-2 Two component Acrylic — Polyurethane finish paint

F-3 Chlorinated Rubber finish paint

F-6A High Build Epoxy finish coating cured with polyamine hardener

F-6B High Build Epoxy finish coating cured with polyamide hardener

F-6C Solvent less Epoxy Coating cured with poly amine hardener

F-7 High. build Coal Tar epoxy coating cured with polyamine hardener

F-8 Self priming surface Tolerant High Build epoxy coating. cured with polyamine hardener

F-9 Two component Inorganic Zinc Silicate coating

F-11 Heat resistant synthetic medium based Aluminium paint

F-12 Two component Heat resistant Silicone Aluminium paint.

F-14 Specially formulated coal tar epoxy coating. cured with polyamine hardener

F-15 Two component Epoxy phenolic coating cured with Polyamine adduct hardener system

F-16Engineered Epoxy poly Siloxane Coating or high build cold applied inorganic co-polymer based

aluminium coating

F-17Two component solvent free type high build epoxy phenolic/novalac epoxy phenolic coating cured

with Polyamine adduct hardener system

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

Page 281 of 318

latrazieLre ENGINEERS STANDARD SPECIFICATIONlgaf Efieg NDIA LIMITED FOR SURFACE PREPARATION

lageR21201701JMAI (A Govt Lea Undertakin) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 23 OF 59

TABLE 7.2 REPAIR OF PRE-ERECTION/PRE-FABRICATION OR SHOP PRIMERAFTER ERECTION/WELDINGFor all un-insulated CS, LTCS & low allow steel items in all Environments

SI.No. Design Temp. in °C Surface

Preparation Coating SystemTotal DFTin Microns

(min.)Remarks

7.2.1 -90 to 400 SSPC-SP-3 1 coat of F-9 65-75 See notebelow and

7.2.2 401 to 550 SSPC-SP-3 1 coat of F-12 20 clause 5.9.3

NOTES

1 The application and repair of pre-erection/pre-fabrication or Shop Primer given in above tablesshall be done for all the items to be painted. In case the damages of primer are severe and spreadover large area, entire primer shall be removed by blasting to achieve SSPC-SP-10 and surfacesto be primed again with F-9 or F-12 as applicable.

TABLE 8.0 COATING SYSTEM FOR GRATINGS, ROLLING & STATIONERYLADDERS, SPIRAL STAIRWAYS AND HAND RAILS IN ALL LOCATION

SI.No.

DesignTemp. in

°CCoating System Total DFT

in Microns (min.)

8.1 Up to 60

Hot Dip Galvanizing to 80-85 microns (600-610gm/m2)as per IS 4759, 2629, 4736, 2633 +

1 coat of P-6 @ 40u DFT/coat + 1 coat of F-2 @ 40microns DFT/coat

80 microns of finish coat(excluding the thickness of(excluding

)

NOTES:

1 No galvanized specimen shall have thickness less than 80 microns.

2 Repair of the damaged area of galvanized coatings due to welding during erection shall becarried out as per recommended practice IS 11759 using cold galvanizing spray process.Organic Paint systems are not acceptable for repair.

3 After repair of damaged galvanized coating by Cold Galvanized, the repaired area shall be topcoated with paint system as given in Table 8.0 above (i.e., 1 coat of P-6 @ 40g DFT/coat + 1coat of F-2 @ 40g DFT/coat).

4 Approved Cold Galvanizing manufacturers are ZINGA, LOCKTITE or Z.R.C.

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

Page 282 of 318

PlitiegaENONIEERS STANDARD SPECIFICATIONOga ft W INDIA UMITED FOR SURFACE PREPARATION

AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 24 OF 59

lam mewl:limn.) IA Gal of w. undmanno

TABLE 9.0 COATING SYSTEM FOR OFFSITE AREA (INLAND PLANTS)For external surfaces of Un-insulated & aboveground (atmospheric exposure)Structures, Piping, Vessels, Equipments, Pumps, etc. (Note-1); (For Carbon Steel,LTCS & Low Alloy Steel). See Note Below*

SI.No.

DesignTemp. in

° C

SurfacePreparation &

Pre-erection/ShopPrimer

Coating System(Post-erection / Field)

Total FinalDFT

in Microns(min.)

RemarksPrimer Finish Coat

9.1 -90 to -15SSPC-SP-10;

lcoat of F-9 @65-75p DFT/coat

None None 65-75No over-coating to bedone on

lead to mudcracking.

F-12 shall beambienttemperaturecuring type

9.2 -14 to 60SSPC-SP-10;

1 coat of F-9 @65-75p DFT/coat

None I coat of F-2 @40p DFT/coat

F-9 as it will105-115

9.3 61 to 80SSPC-SP-10;

lcoat of F-9 @65-75g OFT/coat

None 1 coat of F-2 @40g DFT/coat 105-115

9.4 81 to 250SSPC-SP-10;

I coat of F-9 @65-75p DFT/coat

None

2 coats of F-1120p

DFT@/coat;(2x20=40)

105

9.5 251 to 400SSPC-SP-10;

1 coat of F-9 @65-75p DFT/coat

None

2 coats of F-12@ 20p

DFT/coat(2x20=40)

105-115

9.6 401 to 550SSPC-SP-10;

lcoat of F-12 @20g DFT/coat

None2 coats of F-12@20g DFT/coat

(2x20=40)60

* Flare line within unit or offsite areas shall be coated as per Clause 10.3 of Table 10.0, buthaving finish coat of 2 coats of F-12.

NOTES:

1 The list of items given in the heading of the above table is not exhaustive. There may be moreitems for a particular contract where these specifications are used. The Contractor is fullyresponsible for completing painting including prefabrication primer for all the items suppliedand fabricated through his scope of work as per tender document.

2 If the Pre-erection/Pre-fabrication & Shop Primer has already been completed, the same shall notbe repeated again in the field. In case the damages of primer are severe and spread over largeareas, the engineer-in-charge may decide & advise re-blasting and priming again. Repair of pre-fabrication/pre-erection primer, if required, shall be done as per Table 7.2.

3 In case of Paint systems as per SI. Nos. 9.5 and 9.6, the color bands shall be applied over theAluminum paint as per the Color coding requirement for specific service of piping given inClause 19.0.

4 All coating system including surface preparation, primer, and finish coat for piping shall be doneat field only.

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

Page 283 of 318

15Naega- ENGNEERSSTANDARD SPECIFICATION

5litaf talateltli INDIA LMTED FOR SURFACE PREPARATIONeRternorni IA God al Indo Undenalogl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 25 OF 59

TABLE 10.0 COATING SYSTEM FOR UNIT AREAS AS WELL AS DM, CPP,COOLING TOWER OF INLAND PLANTS AND FOR ALL AREAS (UNIT,OFFSITE, DM, CPP, etc.) OF COASTAL PLANTS

For external surfaces of un-insulated and above ground (atmospheric exposure)structures, piping, vessels, equipments, external surface of MS chimney/stacks,RCC chimney, internal surface of MS chimney without refractory lining, towers,columns, pumps, compressors, blowers etc. of carbon steel, LTCS & low alloysteels (note-1)

SI.No.

DesignTemp. in °C

Surface Preparation &Pre-erection/Shop

Primer

Coating System(Post-erection / Field)

Total DFTin

Microns(min.)

RemarksPrimer Finish Coat

10.1 -90 to -15SSPC-SP-10;

lcoat of F-9 @65-75g DFT/coat

None None 65-75No over-

coating to bedone onF 9 as it willlead to mudcracking.

temperaturecuring type

c) Finish coatincludingprimercompatiblewith finishcoat (i.e. fieldprimer) shallbe applied atsite only.Finishcoating is notpermitted atequipmentmanufactureshop.

10.2 -14 to 80SSPC-SP-I 0;

lcoat of F-9 @65-75p DFT/coat

1 coat of P-6@ 40 p

DFT/coat

2 coats of F-6A@ 100 g

DFT/coat + 1coat of F-2 @4 0p DFT/coat;(2x100 + 40=

240)

F-12 shallbe ambient

345_355

10.3 81 to 400SSPC-SP-10;

lcoat of F-9 @65-75p DFT/coat

None

2 coats of F-12@ 20p

DFT/coat2x20=40

105-115

10.4 401 to 550SSPC-SP-10;

lcoat of F-12 @20p DFT/coat

None

2 coats of F-12@ 20p

DFT/coat;(2x20=40)

60

NOTES:

The list of items given in the heading of the above table is not exhaustive. There may be moreitems for a particular contract where these specifications are used. The Contractor is fullyresponsible for completing painting including prefabrication primer for all the items suppliedand fabricated through his scope of work as per tender document.

If the Pre-erection/Pre-fabrication & Shop Primer has already been completed, the same shall notbe repeated again in the field. In case the damages of primer are severe and spread over large

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

Page 284 of 318

ail-ileaENGINEERS STANDARD SPECIFICATION Eififtw INDIA LIMITED FOR SURFACE PREPARATION

imprriWREM3001411 (A GS of In& Undertalargl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 26 OF 59

areas, the engineer-in-charge may decide & advise re-blasting and priming again. Repair of pre-fabrication/pre-erection primer, if required, shall be done as per Table 7.2.

For external surface of MS chimney with or without refractory lining and for internal surfacewithout refractory lining, paint system as per 10.3 above shall be followed.

For external surface of RCC Chimney, 2 coats of F-6 @ 10012 DFT/coat to obtain total DFT of200 p. shall be applied after proper surface preparation as per guidelines in 5.1.6.

In case of paint systems as per SI. Nos. 10.3 and 10.4, the colour bands shall be applied over theAluminum paint as per the Color coding requirement for specific service of piping given inClause 19.0.

All coating system including surface preparation, primer, finish coat for piping shall be done atsite/field only.

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

Page 285 of 318

OWIETte. ENONEERS STANDARD SPECIFICATION1ga fa2e3 WV INDIA LIMITED FOR SURFACE PREPARATION

Olen eiROIMMICR)A GM a/ Incia Undertalong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 27 OF 59

TABLE 11.0 COATING SYSTEM FOR EFFLUENT TREATMENT PLANT (ETP)

SI.No.

Design Temp.in °C Surface Preparation

Coating System TotalDFT inMicrons(min.)

RemarksPrimer Finish Coat

11.1For Extemal Surfaces of C.S./M.S. items: Screens, Walk way bridges, Baffles, Dual media filters,Vertical pumps, piping in treated effluent sump, bio sludge pump, Screw pump and pump house, CStanks, sumps and vessels.

-14 to 80 SSPS-SP-101 coat of F-9@ 65-75gDFT/coat

2 coats ofF-6A @100gDFT/coat + 1

of F-2 @coat40g

DFT/coat;(2x100+40=2

40)

305-315 -

11.2 For Internal Surfaces of CS/MS Items: Bio-sludge sump, Fil er feed sump, Process sump, Sanitarysump, Transfer ump, Sludge, Slop oil tank, scrapping mechanism in Clarifier

-14 to 80 SSPS-SP-101 coat of F-9@ 65-75gDFT/coat.

3 coats ofF-6A @100g

DFT/coat(3x100=300)

365-375 Note:1

11.3 All R.C.C./concrete surfaces exposed to effluent water / liquid such as tanks, structures, drains etc. inProcess sump, TPI separator (Process and Oil), Aeration Tank and Transfer sump etc.

-14 to 80

Blast cleaning to SSPC-SPguide lines and Acidetching with 10-15% HCIacid followed by thoroughwater washing.

Epoxy Screed lining

applied as per

3mm

Epoxy screedlining shall be

specificmanufacturerand Engineer-in-Chargeinstructions

11.4 C.S/M.S Dual media filters (Internal), Chemical dosing tanks(intemal such as Di-AmmoniumPhosphate (DAP) and Urea

Up to 60 SSPC-SP-10Natural Rubber Lining(As per IS 4682, Part 1) 4.5mm

NaturalRubber lining

shall beapplied as per

specificmanufacturerand Engineer-

in-Chargeinstructions

NOTES

1. The paint /coating manufacturers shall provide their Quality control test certificate of coatingmaterials (F-6A) for immersion service of the exposed effluent given in 11.2.

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

Page 286 of 318

azdZICS ENGNEERS STANDARD SPECIFICATIONOa' 111e W INDIA LIMITED FOR SURFACE PREPARATION

(02,121POIRCOMWM (A Sort el In& Undeftmg ) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 28 OF 59

TABLE 12.0 EXTERNAL COATING SYSTEMS FOR UNINSULATED CARBON STEELAND LOW ALLOY STEEL STORAGE TANKS (For all plant locations, coastalor inland)

All Process Units & Off-sites

SI.No.

Design Temp.in °C

SurfacePreparation

(Field)

Coating system (Field)(see note 1 below)

TotalDFT

inMicrons(min.)

Remarks

Primer Finish Coat

12 1'All external surfaces of shell, wind girders, appurtenances, roof tops of all above ground tank including top

.side of external and internal floating roof and associated external structural works.

12.1.1 -14 to 80 SSPC-SP-10lcoat of F-9 @ 65-75pDFT/coat + lcoat of P-6@ 40p DFT/ coat ;

2 coats of F-6A @100p DFT /coat + 1coat of F-2 @ 40pDFT/ coat;

345-355

F-6 shouldbe suitable

foroccasional

waterimmersion

12.1.2 81 to 150 SSPC-SP-101 coat of F-15 primer @80p DFT/ coat + 1 coatof F-15 intermediatecoat @ 80p DFT/coat ;

1 coat of F-15 finishcoat @80p DFT/ coat +lcoat of F-2 @ 40pDFT/ coat;

280 -

12.1.3 151 to 500 SSPC-SP-10 lcoat of F-9 @ 65-75pDFT/coat

2 coats of F-12 @20 pDFT/ coator

1 coat of F-16 @ 50 pDFT / coat

105or

115 -

12.2 External surfaces of bottom pla e (soil side) for all storage tanks.

12.2.1 -14 to 80 SSPC-SP-10 1 coat of F-9 @65-75p DFT/ coat

3 coats of F-7@ 100pDFT/coat (3x100=300)

365_375

F-7 shouldbe suitable

forimmersionservice of

theproducts

given

12.2.2 81 to 150 SSPC-SP-10

1 coat of F-15 primer @80p DFT/ coat + 1 coatof F-15 intermediatecoat @ 80p DFT/coat ;(80+80=160)

1 coat of F-15 finishcoat @ 80p DFT/ coat 240 -

12.2.3 151 to 550 SSPC-SP-10 1 coat of F-16 @ 125 pDFT /coat

1 coat of F-16 @ 125 pDFT /coat 250 -

12.3 For underside of the bottom plate (in case tank is not lifted during PWHT) (see Note 2c)

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

Page 287 of 318

5Rizth ft ENGINEERS

1@U Elffleg NDIA LIMITED

leiarr FIROIMIWII IA Gut d India Undedalung)

STANDARD SPECIFICATIONFOR SURFACE PREPARATIONAND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 29 OF 59

For CSSSPC SP-6Commercial

Productsfrom

JOTUN or

12.3.1 -180 to 650 Blast 1 coat of inert polymericmatrix coating @ 125 u

2 coats of inertpolymeric matrixcoating @ 125 Ft

350-400

HI-TEMPcoatings or

SKFORMULA TIONS are

recommended.

For SSSSPC SP-1with non-chlochloridesolvent

NOTES

All paint coating application including primer for tankage shall be carried out at field aftererection and completion of all welding.

For underside of bottom plate :Painting shall be carried out before laying of bottom plate for tanks with Non-Post WeldHeat Treatment (PWHT).For tanks with PWHT, painting shall be carried out after PWHT.

c) In case tank is not lifted during PWHT then painting shall be applied before laying of bottomplate, clause no. 12.3.1 shall be followed.

Caution: PWHT temperature shall not exceed 650°C.

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

Page 288 of 318

151fizieta ENCINEERS STANDARD SPECIFICATION

Oga tiRegs INDIA LMTED FOR SURFACE PREPARATIONINF 212(INVINMER) (A Gout of kb Undettiong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 30 OF 59

TABLE 13.0 INTERNAL COATING SYSTEMS FOR CARBON STEEL AND LOW ALLOYSTORAGE TANKS

All Process Units & Off-sites

SI.No.

DesignTemp. in °C

SurfacePreparation

(Field)

Coating system (Field)(see note 1 below)

TotalDFT

inMicrons(min.)

Remarks

Primer Finish Coat

CRUDE OIL, ATF, TURPENTINE OIL, LUBRICAT NG OIL AND VEGETABLE OILUnderside of floating roof, internal surface of cone roof, inside of bottom plate, Internal surfaces of Shell

13.1 - including wetted and free board height, oil side surfaces of deck plates, oil side surfaces of pon oons,roof structures, structural steel, ladders and other CS internals

1 coat of F-15intermediate coat @

13.1.1 -14 to 90 SSPC-SP-10 1 coat of F-15 primer a—800 DFT/ coat 800 DFT/coat + 1 coat

of F-15 finish coat @240-300 -

80p DFT/ coat,

PETROLEUM PRODUCTS & INTERMEDIATES like LDO, HSD , GAS OIL, FEEDS ofFCC-PC, FCC-LCO, VGO-HDT, ISOM, DHDT, REFORMATE, DCU, NHT & GASOLINE,

13.2 NAPHTHA, ISOMERATE AND KEROSENE.Underside of Floating roofs, internal surface of cone roof, inside of bottom plate, internal surfaces ofBare shell for full height, underside of floating roof, oil side surfaces of deck plates, oil side surfaces ofpontoons, support structures and ladders etc.

13.2.I -14 to 45 SSPC-SP-10 I coat of F-9 @

75 0 DFT/coat - 75 Note 2

1 coat of F-15

13.2.2 46 to 90 SSPC-SP-10 1 coat of F-15 primer @

80p DFT/ coat

intermediate coat @80p DFT/coat + 1 coatof F-15 finish coat @

240-300 -

800 DFT/ coat;

13.3 POTABLE AND FIRE WATERAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.3.1 -14 to 60 SSPC-SP-10 1 Coats of P-6 @

100 0 DFT/coat;

2 Coats of F-6A @1000 DFT/ Coat;

(2x100=200)300-350 Note-4

13.4 DE-MINERALIZED (DM) WATERAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.4.1 -14 to 60 SSPC-SP-i0 1 Coats of P-6 @

1000 DFT/coat;

2 coats of F-6C @200p DFT/ coat;

(2x200=400)400-450 -

1 coat of F-15intermediate coat @

13.4.2 61 to150 SSPC-SP-10 1 coat of F-15 primer @

800 DFT/ coat800 DFT/coat + 1 coatof F-15 finish coat @ 240-300

800 DFT/ coat;(80+80=160)

13.5 HYDROCHLORIC ACID (HCI) 10 %All internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.5.1 -14 to 60 SSPC-SP-10 None Natural Rubber Lining 4.5 mm -

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

Page 289 of 318

ofteiftENGINEERS STANDARD SPECIFICATIONogaiEgRegewr INDIA um-rED FOR SURFACE PREPARATION

114M MK,'"UMR0 IA GS of Undertaiong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 31 OF 59

13.6AGGRESSWE SOLVENTS LIKE HEXANE, HEXENE, BENZENE, XYLENE AND TOLUENEAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.6.1 -14 to 65 SSPC-SP-10 1 coat of F-9 @ 75p

DFT/ coat --- 75

13.7 ETHYLENE GLYCOL (EG) TANKSInternal shell-full height, bottom plate, underside of roof and all accessories

13.7.1 All SSPC-SP-10 None

3 coats of vinylchloride co-polymerAMERCOAT 23 @

75p /Coat;(3x75=225)

225 -

13.8 Inside pontoon and inside of double deck of all floatingroofs13.8.

1 - 14 to 80 SSPC-SP-3 1 coat of F-8 @ 100p 1 coat of F-8 @ 100pDFT/coat DFT/coat 200

13.9 WET SLOPS, AMINE soluCons, SOUR WATER , WATER DRAW OFFAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.9.1 -14 to 90 SSPC-SP-]0 1 coat of F-15 primer @

80p DFT/ coat

1 coat of F-15intermediate coat @

80p DFT/coat + 1 coatof F-15 finish coat @

80p DFT/ coat;(80+80=160)

240

13.10

VACUUM RESIDUE, FUEL OIL , DRY SLOP, BITUMEN AND OTHER HIGH TEMPERATUREHYDROCARBON LIQUIDSUnderside of floating roof, internal surface of cone roof, bottom plate, inside of bare shell — includingwetted and non wetted surfaces, oil side surfaces of deck plates, oil side surfaces of pontoons, roofstructures, structural steel and ladders

13.10.1 Up to 150°C SSPC-SP-10 1 coat of F-17 primer

@ 125p DFT/ coat

1 coat of F-17intermediate coat @

125p DFT/coat + 1 coatof F-17 finish coat@125p DFT/ coat.

(125+125=250)

375 _.. N..ote:3

13.11 ALKALIS UP TO 50 % CONCENTRATIONAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.111 Up to 60°C SSPC-SP-10 1 coat of F-15 primer

80p DFT/ coatmer @ 2 Coats of F-6 A @

100p DFT/coat;(2x100=200)

280-100 -

NOTESI. All paint coating application including primer shall be carried out after erection and completion

of all welding work at site.

F-6A should be suitable and resistant for immersion service for the respective Hydrocarbons.

This system can be used where maximum operating temperature is below 150°C and designtemperature is upto 200°C. Cases of operating temperature > 150°C are not covered in this spec,such cases shall be covered in the job specifications.

4 F-6 A shall be suitable for drinking water service and should have competent authoritycertification.

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

Page 290 of 318

ateaftINGINEERSSTANDARD SPECIFICATION

Igar fitileuW WA LIMITED FOR SURFACE PREPARATIONIiik717421191PONAZIPI) IA GM al Ma Undslasn91 AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 32 OF 59

TABLE 14.0 COATING SYSTEMS FOR EXTERNAL SIDE OF UNDERGROUNDCARBON STEEL PLANT PIPING AND UNDERGROUND VESSELS

SI.No.

DesignTemp. in

°C

SurfacePreparation

&Shop Primer

Coating system (Field) Total FinalDFT

in Microns(min.)

RemarksSurfacePreparation &

min.)Finish Coat

14.1 Underground carbon steel plant piping

14.1.1 25 to 65 ---

SSPC-SP-10;

1 coat of syntheticfast drying primer25 @it DFT/ coat

I layer of coaltar tapecoating @ 2mm +1

coat of synthetic fastdrying primer 25 @u

OFT/ coat + 1 layer ofcoal tar tape coating @

2mm /layer as perEIL Standard

Specification No6-79-0011

4 mm

The primerDFT is notmeasurable.

Reconciliationprimer shallbe done bycoverage of

maximum 10sq.m/litre

14.2.1 66 to 150 ---

SSPC-SP-10;

1 coat of F-17primer @ 125u

DFT/ coat

1 coat of F-17intermediate coat @125u DFT/coat + Icoat of F-17 finish

coat @125u DFT/ coat

375 -

14.2.2 151 to 400 ---

SSPC-SP-10;

1 coat of F-I6primer @l25µ

DFT/ coat

1 coat of F-16 finishcoat @125u DFT/ coat 250 -

14.3 External side of un-insulated underground storage vessels

14.3.1 -40 to 80

SSPC-SP-10;

I coat of F-9@

65-75u DFT/coat

-- 3 coats of F-7 @ 100uDFT/coat 365-375 -

14.3.2 81 to 150

SSPC-SP-10;

1 coat of F-17primer @

125u DFT/coat

---

I coat of F-17intermediate coat @125u DFT/coat + 1coat of F-17 finishcoat @12512 DFT/ coat

375 -

143.3 151 to 400

SSPC-SP-10;

I coat of F-16primer @

125u DFT/coat

--- 1 coat of F-16 finishcoat @125u DFT/ coat 250 -

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

Page 291 of 318

sfillteifitENONEERS STANDARD SPECIFICATIONazo eies INDIA utsiTED FOR SURFACE PREPARATION

IMIPWd3,0111 IA GOA d loan Undeglaan9) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 33 OF 59

TABLE 15.0

COATING UNDER INSULATION (COASTAL OR INLAND PLANTS). ALLUNITS AREAS & OFF-SITESFor insulated Piping, Equipments, Storage vessels, tanks, Columns etc of CarbonSteel, LTCS, Low Alloy Steel & Stainless Steels

SI.No.

DesignTemp. in °C

SurfacePreparation &

Pre-erection/Shop

Primer

Coating System(Post-erection / Field)

TotalFinalDFT

inMicrons(min.)

RemarksPrimer/

Intermediate Finish Coat

15.1 Carbon steel, LTCS and low Alloy steel Piping

15.1.1 -45 to 120SSPC-SP-10;

'coat of F-15 @75p DFT/coat

1 coat of F-15 @75p DFT/coat

2 coats of F-15 @75p DFT/coat;

(2x75= 150)225- 250 -

15.1.2 121-540SSPC-SP-10;

'coat of F-12 @20p DFT/coat

None2coat of F-I2 @20p DFT/coat;

(2x20=40)60 -

15.2 Carbon steel, LTCS and low Alloy steel - Storage vessels, Reactors, Columns & Equipments

15.2.1 -45 to 120SSPC-SP-10;

'coat of F-15 @75p DFT/coat

1 coat of F-15 @75p DFT/coat

2 coats of F-15 @75p DFT/coat;

(2x75= 150)225- 250 -

15.2.2 121 to 540

Temporary oilbased varnishcoating to beprovided fortransport and

storage

Thermally Sprayed Aluminium coating(TSAC)

Refer ANNEXURE-I - -

153 Stainless Stee (SS) including Alloy-20 piping (Note:2)

15.3.1 -180 to Zero

For CSSSPC SP-6

Commercial Blast 1 coat of inertpolymeric matrixcoating @ 125 p

2 coats of inertpolymeric matrixcoating @ 125 p

350-400

Products fromJOTUN or HI-

TEMP coatings orSK

FORMULATIONSare recommended.

For SSSSPC SP-1 with

non-chloridesolvent

15.3.2 0 to 125

SSPC-SP-10(15-25p surface

profile)1 coat of F-15@80 p DFT/coat

1 coat of F-15intermediate coat

@80 p DFT/coat

1 coat of F-15finish coat@ 80

p DFT/coat;240

If the piping &equipments arealready erected

then surface shallbe prepared bycleaning with

emery paper and wash/flush with

chloride free DMwater followed by

wiping withorganic solvent

15.3.3 126 to 400SSPC-SP-10

1 coat of F-16 @125 g DFT/coat

None 1 coat of F-16 @125 0 DFT/coat 250

Not recommendedfor operatingtemperature

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

Page 292 of 318

laizEtha ENGINEERS STANDARD SPECIFICATIONGlga tiOtegmv INDIA UNITED FOR SURFACE PREPARATION

1011PFT 21R077 ttUatf 0 IA Govl of Yea Undetlicingi AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 34 OF 59

15.3.4 401 to 600

SSPC SP-10;1 coat of

Amercoat 738@125 it DFT/coat

NoneI coat of

Amercoat 738@125 g DFT/coat

250

between60 - 120 °C

15.4 Coating system for Cyclic Service of Carbon Steel, LTCS, Low Alloy Steel & Stainless Steel

15.4.1 - 40 to 150

SSPC-SP-10(15-25g surface

profile)1 coat of F-15 @80 p DFT/coat

1 coat of F-15intermediate coat@ 80g DFT/coat

1 coat of F-15finish coat @

80m DFT/coat;240

Apcothem EPN200 of M/s Asian

Paints LtdOR

Equivalent

15.4.2 -180 to 650

For CSSSPC SP-6

Commercial Blast 1 coat of inertpolymeric matrixcoating @ 125 g

2 coats of inertpolymeric matrixcoating @ 125 g

350-400

Products fromJOTUN or HI-

TEMP coatings orSK

FORMULATIONSare recommended.

For SSSSPC SP-1 with

non-chloridesolvent

15.5 No painting is required for insulated Monel, Incoloy and Nickel lines.

NOTES

"Cyclic Service" is characterized by rapid temperature fluctuation.The blast cleaning abrasives for SS and Alloy steel surfaces shall be Aluminium oxidegrits/shots or garnet.

3. In case of overlapping of temperature ranges as mentioned in 15.4.1 and 15.4.2, clause 15.4.1shall be followed.

TABLE 16.0 COATING SYSTEM FOR CARBON STEEL COMPONENTS OF COOLERS /CONDENSERS (INTERNAL PROTECTION) FOR FRESH WATER SERVICEFresh Water boxes, channels, partition plates, end covers and tube sheets etc.

SI.No.

DesignTemp. in .C

Surface Preparation& Pre-erection/Shop

Primer

Coating System(Post-erection / Field)

TotalFinal DFTin Microns

(min.)

RemarksPrimer Finish paint

16.1 Up to 80 °C SSPC-SP-10 1 coat of F-15@ 80 microns

2 coats of F-15 @80p DFT/coat; 240

16.2 80 to 140 SSPC-SP-10

1 coat of GlassFibre ReinforcedNovolac epoxy of

1.5 mm DFT

1500 -

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

Page 293 of 318

laitairiENONEERS STANDARD SPECIFICATION5fgaitameni, INDIA umiTED FOR SURFACE PREPARATION

MR" eleanSFM (A Gm 0/ India Undertiongi AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 35 OF 59

TABLE 17.0 COATING SYSTEM (INTERNAL PROTECTION) FOR GALVANIZED ORNON FERROUS OR STAINLESS STEEL/ DUPLEX STAINLESS STEELCOMPONENTS OF COOLERS/ CONDENSERS FOR FRESH WATERSERVICE

SI.No.

DesignTemp. in °C

Surface Preparation& Pre-erection/Shop

Primer

Coating System(Post-erection / Field)

Total FinalDFT

in Microns(min.)

RemarksPrimer Finish paint

17.1 Up to 80 Sweep Blasting 1 coat of F-15 @80g DFT/coat;

1 coat of F-15 @80g DFT/coat; 160 -

17.2 80 to 140 Sweep Blasting ---

I coat of GlassFibre ReinforcedNovolac epoxy of

1.5 mm DFT

1500 -

18.0 STORAGE

18.1 All paints and painting materials shall be stored only in rooms to be arranged by contractorand approved by Engineer-in-charge for the purpose. All necessary precautions shall betaken to prevent fire. The storage building shall preferably be separate from adjacentbuilding. A signboard bearing the word "PAINT STORAGE - NO NAKED LIGHT -HIGHLY INFLAMABLE" shall be clearly displayed outside. Manufacturer'srecommendation shall be followed for storage of paint materials.

19.0 COLOUR CODE

The following colour coding system shall be followed. However alternate colour coding mayalso be followed as per Owner's colour coding practice/scheme.

19.1 IDENTIFICATION

The system of colour coding consists of a ground colour and secondary colour bandssuperimposed over the ground colour. The ground colour identifies the basic nature of theservice and secondary colour band over the ground colour distinguishes the particular service.The ground colour shall be applied over the entire length of the un-insulated pipes. Forinsulated lines ground colour shall be provided as per specified length and interval to identifythe basic nature of service and secondary colour bands to be painted on these specified lengthto identify the particular service. Above colour code is applicable for both unit and offsitepipelines.

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

Page 294 of 318

,S RS STANDARD SPECIFICATION0?atitatuvoy INDIA LIMITED FOR SURFACE PREPARATION

Sifflirel3qtall IA Govt d Irda Undenkr9) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 36 OF 59

COLOUR CODING

SR.No.

SERVICE RECOMMNDED COLOUR FORPAINT SYSTEM

RAL COLOUR CODE

BASECOLOUR

BANDCOLOUR

HYDROCARBON LINES (UNINSULATED)

1 CRUDE SOUR Dark Admiralty grey with 1 orange band 7012 20112 CRUDE SWEET Dark Admiralty grey with I red band 7012 30013 LUBE OILS Dark Admiralty grey with 1 green band 7012 60104 FLARE LINES Heat Resistant Aluminium 90065 LPG Orange with 1 oxide red band 2011 30096 PROPYLENE Orange with 2 blue bands 2011 50137 NAPTHA Orange with 1 green band 2011 60108 M.S. Orange with 1 dark admiralty grey band 2011 70129 AV.GASOLINE (96 RON) Orange with 1 band each of green, white

and red bands2011 6010 9010 3001

10 GASOLINE (regular, leaded) Orange with 1 black band 2011 900511 GASOLINE (premium,

leaded)Orange with 1 blue band 2011 5013

12 GASOLINE (white) Orange with 1 white band 2011 901013 GASOLINE (Aviation

100/130)Orange with 1 red band 2011 3001

14 GASOLINE (Aviation115/145)

Orange with 1 purple band 2011 4006

15 N-PENTANE Orange with 2 blue bands 2011 501316 DIESEL OIL (White) Oxide red with 1 white band 3009 901017 DIESEL OIL (Black) Oxide red with 1 yellow band 3009 102318 KEROSENE Oxide red with 1 green band 3009 601019 HY.KEROSENE Oxide red with 2 green bands 3009 601020 DISUFIDE OIL (EX-

MEROX)Oxide red with 1 black band 3009 9005

21 M.T.0 Oxide red with 3 green bands 3009 601022 DHPPA Oxide red with 2 white bands 3009 901023 FLUSHING OIL Oxide red with 2 black bands 3009 900524 LAB FS Oxide red with 2 dark admiralty grey

bands3009 7012

25 LAB RS Oxide red with 3 dark admiralty greybands

3009 7012

26 LAB (Off. Spec) Oxide red with 1 light grey band 3009 703527 N-PARAFFIN Oxide red with 1-blue band 3009 501328 HEAVY ALKYLATE Oxide red with red band 3009 300129 BLOW DOWN, VAPOR

LINEOff white / Aluminum with 1-Brownband

9006 8004

30 SLOWDOWN Off white / Aluminum with 2 brownbands

9006 8004

31 A.T.F. Leaf brown with 1 white band 8003 901032 TOULENE Leaf brown with 1 yellow band 8003 102333 BENZENE Leaf brown with 1 green band 8003 601034 LAB PRODUCT Leaf brown with 1 blue band 8003 501335 FUEL OIL Black with 1 yellow band 9005 1023

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

Page 295 of 318

OfraeliftENGINEERS STANDARD SPECIFICATIONogeg gaituw INDIA umn-ED FOR SURFACE PREPARATION

INIMMER1101MOR0 IA GOA d India Undedakingl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 37 OF 59

36 FULE OIL (Aromatic rich) Black with 2 yellow bands 9005 102337 ASPHALT Black with 1 white band 9005 901038 SLOP AND WASTE OILS Black with 1 orange band 9005 201139 SLOP AROMATICS Black with 2 orange bands 9005 2011

CHEMICAL LINES

40 TRI-SODIUM PHOSPHATE Canary yellow with 1 violet band 1012 500041 CAUSTIC SODA Canary yellow with 1 black band 1012 900542 SODIUM CHLORIDE Canary yellow with 1 white band 1012 901043 AMMONIA Canary yellow with 1 blue band 1012 501344 CORROSION INHIBITOR Canary yellow with 1 Aluminum band 1012 900645 HEXAMETA PHOSPHATE Canary yellow with 2 black bands 1012 900546 ACID LINES Golden Yellow with 1 red band 1004 300147 RICH AMINE Canary yellow with 2 blue bands 1012 501348 LEAN AMINE Canary yellow with 3 blue bands 1012 501349 SOLVENT Canary yellow with 1 green band 1012 601050 LCS Canary yellow with 1 smoke grey 1012 7031

WATER LINES

51 RAW WATER Sky blue with 1 black band 5015 900552 INDUSTRIAL WATER Sky blue with 2 signal red band 5015 300153 TREATED WATER Sky blue with 1 oxide red band 5015 300954 DRINKING WATER Sky blue with 1 green band 5015 601055 COOLING WATER Sky blue with 1 light brown band 5015 101156 SERVICE WATER Sky blue with 1 signal red brown 5015 300157 TEMPERED WATER Sky blue with 2 green bands 5015 6010

58 DM WATER Sky blue with 1 aluminum band 5015 900659 DM WATER ABOVE 150°F Sky blue with 2 black bands 5015 9005

60 SOUR WATER Sky blue with 2 yellow bands 5015 101361 STRIPPED WATER Sky blue with 2 blue bands 5015 501362 ETP TREATED WATER Sky blue with 2 oxide red bands 5015 3009

FIRE PROTECTION SYSTEM (ABOVE GROUND)

63 FIRE WATER FOAM &EXTINGUISHERS

Post office red 3002

AIR & OTHER GAS LINES (UNINSULATED)

64 SERVICE MR Sea green with 1 signal red band 6018 300165 INSTRUMENT AIR Sea green with 1 black band 6018 900566 NITROGEN Sea green with 1 orange band 6018 201167 FREON Sea green with 1 yellow band 6018 102368 CHLORINE Canary yellow with 1 oxide band 1012 300969 SO2 Canary yellow with 2 white bands 1012 901070 H2S Orange with 2 red oxide bands 2011 300971 GAS (Fuel) Orange with 1 aluminum band 2011 900672 GAS (Sour) Orange with 2 aluminum bands 2011 9006

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

Page 296 of 318

olgra14 ENGINEERS STANDARD SPECIFICATIONogatimever NA UNITED FOR SURFACE PREPARATION

1 4*Vi MeRnm agara) (AGutsneauncleilaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 38 OF 59

73 GAS (Sweet) Orange with 2 signal red band 2011 300174 HYDROGEN Orange with 1 light green band 2011 6021

STEAM AND CONDENSATE LINES (UNINSULATED)

75 HP STEAM Off white / Aluminum with 1 yellow band 9006 102376 MP STEAM Off white / Aluminum with 1 red band 9006 300177 MLP STEAM Off white / Aluminum with 1 orange band 9006 201178 LP STEAM Off white / Aluminum with 1 light green

band9006 6021

79 CONDENSATE Sky blue with 1 white band 5015 901080 CONDENSATE ABOVE

150°FSky blue with 3 oxide red band 5015 3009

81 BFW Sky blue with 2 red bands . 5015 3001Note: For all insulated steam lines, the colour coding shall be follow as given for un insulated lines with thespecified length of color bands.

INSULATED HYDROCARBON PIPING

82 IFO SUPPLY 1Black ground colour with 1 yellow bandin centre 102390059

83 IFO RETURN Black ground colour with 1 green band incentre

9005 6010

84 HPS Black ground colour with 1 red band incentre

9005 3001

85 BITUMEN Black ground colour with 2 red bands incentre

9005 3001

86 CLO Black ground colour with 1 brown bandin centre

9005 8004

87 VB TAR Black ground colour with 2 brown bandsin centre

9005 8004

88 VR AM (BITUMEN / VBUFEED)

1 Black ground colour with 1 blue bandin centre

9005 5013

89 VR BH 1 Black ground colour with 2 blue bandsin centre

9005 5013

90 VAC. SLOP 1 Black ground colour with 1 white bandin centre

9005 9010

91 SLOP 1 Black ground colour with 1 orange bandin centre

9005 2011

92 CRUDE SWEET 1 Dark admiralty grey ground colour with1 red band in centre

7012 3001

93 CRUDE OUR 1 Dark admiralty grey ground colour with1 orange band in centre

7012 2011

94 VGO / HCU 1 Oxide red ground colour with 2 steelgrey bands in centre

3009 7011

95 OHCU BOTOM / FCCUFEED

1 Oxide red ground colour with 2 steelgrey bands in centre

3009 7011

UNINSULATED EQUIPMENTS, TANKS AND STRUCTURES

96 HEATER STRUCTURE Steel grey 701197 HEATER CASING Heat resistant aluminium 900698 VESSELS & COLUMNS Aluminium 9006

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

Page 297 of 318

15ilfraqt ENGINEERSSTANDARD SPECIFICATION

igeg Eveglief INDIA umiTED FOR SURFACE PREPARATIONINA/ 2ROWMACNI) IA Cal el India Undertaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 39 OF 59

99 HYDROGEN BULLETS Pink 3014100 LPG VESSELS Oxide red 3009101 SO2 VESSEL Canary yellow 1012102 HEAT EXCHANGER Heat resistant aluminium 9006103 FO TANK AND HOT

TANKSBlack 9005

104 ALL OTHER TANKS Aluminum / Off white 9006105 CAUSTIC / AMINE / ACID

TANKSGolden yellow 1004

106 SOUR WATER Sky Blue 5015107 OUTER SURFACE IN

BOILER HOUSEHeat resistant aluminum 9006

108 COMPRESSORS ANDBLOWERS

Dark admiralty grey 7012

109 PUMPS Navy blue 5014110 MOTORS & SWITCH GEAR Bluish green 5024111 HAND RAILING Signal red 3001112 STAIRCASE, LADDER

AND WALKWAYSBlack 9005

113 LOAD LIFTINGEQUIPMENT ANDMONORAILS ETC

Leaf brown 8003

114 GENERAL STRUCTURE Black 9005

PIPES AND FITTINGS OF ALLOY STEEL AND SS MATERIAL IN STORE

115 IBR Signal red 3001116 9Cr-lMo Verdigris green 6021117 5Cr-0.5Mo Satin blue 5012118 2 1 ,4Cr-1 Mo Aircraft yellow 1026119 1,,4Cr- 1/2 Mo Traffic Yellow 1023120 SS-304 Dark blue grey 5008121 SS-316 Dark violet 4005122 SS-321 Navy blue 5014

SAFETY COLOUR SCHEMES

123 DANGEROUSOBSTRUCTION

Black and alert orange band 9005 2008

124 DANGEROUS OREXPOSED PARTS OFMACHINERY

Alert orange 2008

Note: All LPG service PSVs shall be painted Deep Blue.

All drains & Vents shall be painted in Main line colour.The colour code scheme is for identification of piping service group, It consists of a groundcolour and 1 / 2 colour bands.

19.2 Ground ColourOn uninsulated pipes, the entire pipe has to be painted in ground colour., and on metal claddedinsulated lines, minimum 2M long portion should be painted.

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

Page 298 of 318

el ENGNERS STANDARD SPECIFICATIONlazir faiatowNDIAumn-ED FOR SURFACE PREPARATION

7ROW ,a MOM IA God d Ada Undertaking / AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 40 OF 59

19.3 Colour BandsLocation of colour bands:

At Battery LimitsIntersection points & change of direction points in pipingMidway of piping section, near valves, across culvertsAt 50 M interval on long stretch pipesAt starting and termination points.

Minimum width:

NB Width75 mmNB X 25 MMNB X 18 MMNB X 15 MM

3" and belowAbove 3" to 6"Above 6" to 12"Above 12"

II! Note:For insulated pipes, NB indicatesOD of the insulation

Sequence :Colour bands shall be arranged in sequence showing Table above and the sequence follows thedirection of flow. The width of the l st Band to 2nd band is 4:1,

!!! Note : Wherever deemed required by Process Department or Safety, pipes handling hazardoussubstances will be given hazard marking of 30 mm wide diagonal stripes of Black and Golden Yellowas per IS : 2379.

19.4 Special Camouflage Painting for Uninsulated Crude and Product Storage Tanks.

Paint specification shall be as per standards.

Camouflage painting scheme for Defense requirement in irregular patches will be applied with3 colours

Dark Green Light green Medium Brown5

3 2

The patches shall be irregular and asymmetrical and inclined at 30 to 60 Degrees.

Patches should be continuous at surface meeting lines / points.

Slits / holes shall be painted in dark green shade.

Width of patches shall be 1 to 2 meters.

19.5 Identification Markings on Equipment / Piping

Equipment tag Numbers shall be Stenciled / neatly painted using normal 'Arial' LetteringStyle on all equipment and piping (Both insulated & uninsulated) after completion of all paintworks. Lettering colour shall be either BLACK or WHITE, depending upon the background,so as to obtain good contrast.

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

Page 299 of 318

02-zieLft ENGINEERS STANDARD SPECIFICATIONIgZIT gate* WA LIMITED FOR SURFACE PREPARATION

IMEAMIIInM 3AIFAI IA GoN d India Undeoliongl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 41 OF 59

Operations Group shall specify location.

Sizes shall be:Columns, Vessels, Heaters: 150 mmPumps and other M/c 50 mmPiping OD / 2 with Maximum 100 MM.Storage Tanks (As per Drawings)

19.6. Colour Coding for Control Valve

Carbon steel body - Light grey

Alloy steel body - Canary yellow

Stainless steel body - Natural

The actuator of the Control valve shall be painted as :

Direct action (open on air failure) valves - Green

Reverse acting (close on air failure 1 valves - Red

The painting Status shall be comprehensively updated every 6 months for compliance

19.7 Colour Coding for Structural & Others

SINo

Item Color

1 Pipe rack structurals Dark Admiraltry Grey2 Chequered Plate ( Both faces) Black3 Grating Black4 Ladder Rungs & Railing Vertical Posts Black5 Hand Rail, Middle rail, Toe Plate Signal Red6 Ladder Verital Posts Signal Red7 Building Structurals, Steel Columns; brackets,

beams, bracings, roof trusses, purlings, sidegirts, louvers, stringers

Dark Admiratry Grey

8 OverHead Monorail Signal Red9 Gantry Girder & Monorail Dark Green10 Monorail Stopper Plates Signal Red.11 Coke Cutting System Signal red12 EOT / HOT Cranes Canary Yellow13 Transformers, & Battery room structurals Dark Admiraltry Grey

14 Electrical Motors Dark Blue

Indicative

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

Page 300 of 318

OWES ENGINEERS STANDARD SPECIFICATIONSaga €10e3W INDIA LIMITED FOR SURFACE PREPARATION

PRA panne an) IA Govt Crl hda Undertakng ) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 42 OF 59

20.0 IDENTIFICATION OF VESSELS, PIPING ETC

20.1 Equipment number shall be stencilled in black or white on each vessel, column, equipment &machinery (insulated or uninsulated) after painting. Line number in black or white shall bestencilled on all the pipe lines of more than one location as directed by Engineer-In-Charge;Size of letter printed shall be as below:

Column & Vessels 150mm (high)Pump, compressor & other machinery 50mm (high)Piping 40-150 mm

20.2 Identification of Storage Tanks

The storage tanks shall be marked as detailed in the drawing.

21.0 PAINTING FOR CIVIL DEFENCE REQUIREMENTS

21.1 Following items shall be painted for camouflaging if required by the client.All ColumnsAll tanks in OffsitesLarge VesselsSpheres

21.2 Two coats of selected finishing paint as per defense requirement shall be applied in aparticular pattern as per 20.3 and as per the instructions of Engineer-In-Charge.

21.3 Method of Camouflaging

21.3.1 Disruptive painting for camouflaging shall be done in three colours in the ratio of 5:3:2 (allmatte finish).

Dark Green Light Green Dark Medium Brown5

3 2

21.3.2 The patches should be asymmetrical and irregular.

21.3.3 The patches should be inclined at 30° to 60° to the horizontal.

21.3.4 The patches should be continuous where two surfaces meet at an angle.

21.3.5 The patches should not coincide with corners.

21.3.6 Slits and holes shall be painted in dark shades.

21.3.7 Width of patches should be 1 to 2 meters.

22.0 QUALITY CONTROL, INSPECTION AND TESTING

22.1 All painting materials including primers and thinners brought to site by contractor forapplication shall be procured directly from manufactures as per specifications and shall be

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

Page 301 of 318

OPzEtt, ENGINEERS STANDARD SPECIFICATION laatuilir INDIA UMITED FOR SURFACE PREPARATION

1142710IROW WWI/ IA Gait pi India Uadettiong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 43 OF 59

accompanied by manufacturer's test certificates. Paint formulations without certificates arenot acceptable (see section 24.0).

22.2 The contractor must produce Test Certificate from Pre Qualified Paint Manufacturer forvarious tests as detailed out in section 25.1 of this document, for each batch & for eachcategory of product. The Engineer-in-Charge shall have the right to test wet samples of paintfrom each batch at random for verifying quality of paint supplied. Contractor shall arrange tohave such tests, when called for by Engineer-in-Charge, performed at his cost any one of theindependent laboratories listed in the 25.1 of this document.

Samples for the test will be drawn at random in presence Engineer-in-Charge or hisrepresentations. Following tests to be carried out if called for by Engineer-in-Charge:

Specific Gravity- % solids by weight (% zinc content in case of inorganic or organic zinc primer)

Drying time (touch dry & full curing)- Adhesion

Flexibility- Hardness

Storage stability (pot life)

Test methods for above tests shall be as per relevant ASTM or ISO Standard.

22.3 The painting work shall be subject to inspection by Engineer-In-Charge at all times. Inparticular, following stage-wise inspection will be performed and contractor shall offer thework for inspection and approval of every stage before proceeding with the next stage. Therecord of inspection shall be maintained in the registers. Stages of inspection are as follows:

Surface preparationPrimer application

(c) Each coat of paint

During surface preparation, following tests are to be carried out:

Test for absence oil & grease after degreasing before blasting as per procedure given insec 6.7 of Annexure-I of this specification (specification for thermally sprayedAluminium Coating).Tests for surface finish of blasted surface shall be done by visual inspection using SSPC-VISI. Clear cellophane tape test as per ISO 8502-3 shall be used to confirm absence ofdust on blasted surface. Checks shall be done on each component atleast once per 200 m2of blasted surface and minimum of 3 checks per shift.Test for presence of soluble salt as per method ISO 8502-9. Maximum allowable saltcontent shall be considered 20 mg/m 2 (2 mg/cm 2). Checks shall be done on eachcomponent atleast once per 200 m2 of blasted surface and minimum of 3 checks per shift.In case salt exceeds specified limit, the contaminated surface shall be cleaned by methodas per Annexure-C of IS 12944-4 (water cleaning). After cleaning surface shall beretested for salt after drying.Blast profile measurement — This shall be done as described in sec 6.2 of Annexure-I ofthis specification (Specification for thermally sprayed Aluminium).Test for blasting Media and Blasting air- this shall be done as described in sec 6.6 ofAnnexure-I of this specification (Specification for thermally sprayed Aluminium).

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

Page 302 of 318

161daelela, ENGINEERS STANDARD SPECIFICATIONOgzir tapeg w NDR

LIDFOR SURFACE PREPARATION

Mien FIRM WWI) IA Gad of Nu Uncle/01V AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 44 OF 59

In addition to above, record should include type of shop primer already applied on equipmente.g. zinc silicate, or zinc rich epoxy, or zinc phosphate.

Any defect noticed during the various stages of inspection shall be rectified by the contractorto the entire satisfaction of Engineer-In-Charge before proceeding further. Irrespective of theinspection, repair and approval at intermediate stages of work, contractor shall be responsiblefor making good any defects found during final inspection/guarantee period/defect liabilityperiod as defined in general condition of contract. Dry film thickness (DFT) shall be checkedand recorded after application of each coat and extra coat of paint should be applied to make-up the DFT specified without any extra cost to owner, the extra coat should have priorapproval of Engineer-in-charge.

22.4 Primer Application

After surface preparation, the primer should be applied to cover the crevices, corners, sharpedges etc. in the presence of inspector nominated by Engineer-In-Charge.

22.5 The shades of successive coats should be slightly different in colour in order to ensureapplication of individual coats, the thickness of each coat and complete coverage should bechecked as per provision of this specification. This should be approved by Engineer-In-Charge before application of successive coats.

22.6 The contractor shall provide standard thickness measurement instrument with appropriaterange(s) for measuring.

Dry film thickness of each coat, surface profile gauge for checking of surface profile in caseof sand blasting. Holiday detectors and pinhole detector and protector whenever required forchecking in case of immersion conditions.

22.7 Prior to application of paints on surfaces of chimneys, the thickness of the individual coatshall be checked by application of each coat of same paint on M.S.test panel. The thickness ofpaint on test panels shall be determined by using gauge such as 'Elkometer'. The thickness ofeach coat shall be checked as per provision of this specification. This shall be approved byEngineer-In-Charge before application of paints on surface of chimney.

22.8 At the discretion of Engineer-In-Charge, the paint manufacturer must provide the experttechnical service at site as and when required. This service should be free of cost and withoutany obligation to the owner, as it would be in the interest of the manufacturer to ensure thatboth surface preparation and application are carried out as per their recommendations. Thecontractor is responsible to arrange the same.

22.9 Final inspection of finished coating shall consist of measurement of:Paint dry film thickness (DFT),Adhesion, and,

3) Holiday detection check as well as for finish and workmanship.

1) Coating DFT measurement shall be as per ISO 2808. Type II electromagnetic gaugesshould be used for ferrous substrates. DFT gauge calibration, number of measurement

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

Page 303 of 318

agraes ENGINEERS STANDARD SPECIFICATIONazit ta5tegWV INDIA LIMITED FOR SURFACE PREPARATION

ilMwegawo (A GM of Inda Undertalcmg) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 45 OF 59

shall be as per SSPC-DA 2. Measured DFT shall be within + 10% of the dry filmthickness, specified in the specifications.

Adhesion of the primer to the steel substrate and intercoat adhesion of the subsequentcoat(s) after curing for at least a week after application of the topcoat shall be examined bya knife test in accordance with ASTM D 6677. For the knife test, if the rating is better than8, the adhesion is considered acceptable. The adhesion is destructive and tested areas shallbe repaired afterward using the spot repair procedure. Alternatively, the applicator mayperform the adhesion test on a steel coupon coated using the same surface preparation andcoating application procedure as the work piece. Adhesion testing shall be carried out foreach component at least once per 200 m2 (2000 ft2) of coated surface.

Holiday testing shall be conducted in accordance with NACE SP 0188. For immersionservices, 100% of coated area shall be inspected for holidays. For atmospheric exposure,10% of coated area which must include weld seams, corners and edges to be holidaytested. Voltage at which test is to be carried out will depend upon DFT of coating beingtested and shall be as per NACE SP 0188. Any holiday is unacceptable and should bemarked and repaired immediately.

22.10 The contractor shall arrange for spot checking of paint materials for Specific gravity, glowtime (ford cup) and spreading rate.

22.11 Final Inspection of coating system

A final inspection shall be conducted prior to the acceptance of the work. The coatingcontractor and the facility owner shall both be present and they shall sign an agreed inspectionreport. Such reports shall include:General

Names of the coating contractor and the responsible personnelDates when work was performed

Coating Materials- Information on coating materials being applied- Condition of coating materials received

Environmental Conditions- Weather and ambient conditions- Coating periods

Surface PreparationCondition of surface before preparationTools and methods used to prepare surfaceCondition of surface after preparation

Coating Application- Equipment used- Mixing procedure prior to application- Coating application techniques used

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

Page 304 of 318

15i1frita ENGINEERS STANDARD SPECIFICATION

V_IF INDIA UNITED FOR SURFACE PREPARATIONle FROWCPWO (A Gpi of Irda usertakm9) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 46 OF 59

TestingType and calibration of inspection instruments usedType of quality control tests performed, and results

23.0 GUARANTEE

23.1 The contractor shall guarantee that the chemical and physical properties of paint materials usedare in accordance with the specifications contained herein/to be provided during execution ofwork.

24.0 QUALIFICATION CRITERIA OF PAINTING CONTRACTOR/SUB-CONTRACTOR

Painting contractor who is awarded any job for EL, Projects under this standard must havenecessary equipments, machinery, tools and tackles for surface preparation, paint applicationand inspection. The contractor mush have qualified, trained and experienced surfacepreparator, paint applicator, inspector and supervisors. The contractor supervisor, inspector,surface preparator and paint applicator must be conversant with the standards referred in thisspecification.

25.0 QUALIFICATION/ACCEPTANCE CRITERIA FOR PAINT COATING SYSTEM

25.1 Pre-Qualification of Paint Coating Manufacturer and his Products

Paint Coating manufacture meeting the following requirements shall be considered for supplyof their products. Contractor is advised to select coating manufacturer. Only after obtainingprequalification from EL for the manufacturer based on following requirements. Even thosemanufacturers, whose names are appearing elsewhere in the tender document, under the list of"EIL's Recommended or Approved Vendors", will also be required to meet the followingprequalification requirements.

Manufacturer should have been in continuous business of paint coating formulation andmanufacturer for at least past 5 years.

Manufacturer should posses past experience of supplying his products to hydrocarbonprocessing industry or offshore platforms in the past 5 years.

- Coating manufacturer should have supplied at least 10000 litre of an individual productto hydrocarbon processing industry or offshore platform.

The manufacturer's manufacturing procedure & QA/QC system shall meet ISO 9001requirements and preferably should posses ISO 14000 certificate.

The Quality control set up should be manned by qualified paint technologists whose biodata should be sent along with quality control organization chart.

Pre-Qualification Testing:Manufacturer should have got his products tested at least one time in last 3 years at areputed independent laboratory for the following test items. Test certificates which aremore than 3 years old will not be considered.

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

Page 305 of 318

OFEET ENONEERS STANDARD SPECIFICATIONIariaffleg41, INDIA UNITED FOR SURFACE PREPARATION

iwnewa.mgarm IA Gart Inda Undertaar0 AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 47 OF 59

Test Test MethodSpecific gravity ASTM D 1475Dipping properties ASTM D 823Film characteristics -Solids content by weight ASTM D 2369Drying time ASTM D 1640Flexibility ASTM D 1737/ D 522Hardness ASTM D 3363Adhesion ASTM D 2197Abrasion resistance ASTM D 968/ D 1044DFT/coat As per SSPC guidelinesStorage Stability ASTM D 1849Resistance to moisture vapour permeability for 2000 hrs ASTM D 2247Cyclic Test for the duration of 4200 h (25 cycles a 168hours)

ISO 7253, ASTM G53

% Zn in Dry film for Inorganic ZincSilicate primer

-

Chemical Resistance test- 10% & 40% NaOH (applicable only for F-6 & F-15)- 10% H2SO4 (applicable only for F-6 & F-15)- 10 % Nitric Acid test (applicable only for F-6 & F-15)- Benzene / Toluene (applicable only for F-6 & F-15)- Kerosene (applicable only for F-6 & F-15)- Sea water (applicable only for F-6 & F-15)- MIBK test (applicable only for F-6 & F-15)

ASTM D 543

Resistance to water using water immersion (applicableonly for F6-, F-7, F-8, F-14 & F-15)

ASTM D 870

Dry Heat Resistance test(applicable only for F-9, F-6A/B, F-2, F-15, F-16,polysiloxane, heat resistance Al silicone)Thermal shock resistance test(only for F-9, F-6, polysiloxane)

ASTM D2485 - 91

Each coating product to be qualified shall be identified by the following

An infrared scan (fingerprint), for Part A and B, each component as per ASTMD 2621

Specific gravity of Base and curing agent (Ref. ISO 2811)3) Ash content (ASTM D1650), volatile and non-volatile matters (ISO 3251) of each

component

The identification shall be carried out on the batch, which is used for the Pre-qualification testing. Pre-qualification of the products shall be carried out at anindependent laboratory.

Test shall be carried out at any one of the following laboratories and tests to be witnessed &certified by third party inspection agency (TUV, BV, DNV).

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

Page 306 of 318

000:eftENGINEERS STANDARD SPECIFICATIONsiges eg W: WA LIMITED FOR SURFACE PREPARATION

men eeteRtel3AARI (A God d( Undell/A1A) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 48 OF 59

IICT, HyderabadHBTI, KanpurDMSRDE, KanpurBIS LaboratoriesUICT, Matunga, MumbaiRITES, KolkataPDIL, SindriNTH, Kolkata

Contractor shall furnish to EIL for approval/ acceptance of all necessarydocuments/information including test certificates to prove that the paint manufacturers, fromwhom he intends to procure paint products, meet the various requirements for fulfilling thepre-qualification criteria as given under section 25.1 above. The paint manufacturer shall bequalified and approved for supply after review/assessment of the submission made by thecontractor.

25.2 Information to be furnished during delivery of coating system:

Contractor along with delivery of paint material has to furnish following information frompaint manufacturer to EIL for acceptance/approval of products.

Batch test certificates (Batch Testing)

Along with delivery to site of the paint products from pre-qualified coating manufacturer.Contractor has to produce test certificate from paint manufacturer for each batch and foreach category of product for the following test items. Test to be witnessed & certifiedby third party inspection agency. All test results must mention clearly the batch no. andcategory of product tested. Tests to be conducted for following properties:

Infrared scan for Part A and B, each component- Specific Gravity- % solids by weight (% zinc content in case of inorganic or organic zinc primer)

Product information sheet/ technical data sheet for each category of product.

26.0 METHOD OF SAMPLING & DISPATCH FOR LABORATORY TESTING(Pre-Qualification tests (sec. 25.1), Batch testing (sec. 25.2) and Inspection testing (sec.22.0))

26.1 Samples of coating materials should be submitted to the Govt. laboratory in sealed containerswith batch no. and test certificate on regular format of manufacturer's testing laboratory. Thesampling shall be certified and sealed by a certifying agency.

26.2 All test panels should be prepared by Govt. testing agency coloured photographs of testpanels should be taken before and after the test and should be enclosed along with test report.

Sample batch no. and manufacturer's test certificate should be enclosed along with thereport. Test report must contain details of observation and rusting if any, as per the testingcode.

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

Page 307 of 318

Oftieta ENGINEERS STANDARD SPECIFICATIONTif Ell5leg4TV WA LIMITED FOR SURFACE PREPARATIONMien a21017 ./L7RIM IA GM of India Undeddimal AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 49 OF 59

26.3 Manufacturers should intimate the company, details of sample submitted for testing, name ofGovt. testing agency, date, contact personnel of the govt. testing agency. At the end of thetest the manufacturer should submit the test reports to the company for approval.

26.4 Coating systems for panel test shall be decided after discussion with EIL

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

Page 308 of 318

151Rat ENGINEERS STANDARD SPECIFICATION11;471E1071ft%, INDIA LIMITED FOR SURFACE PREPARATION

MM.'MOWS° IA GM India Underlimg ) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 50 OF 59

ANNEXURE-I

SPECIFICATION FOR THERMALLY SPRAYED ALUMINIUM (TSA) COATING

1.0 SCOPE

The following sections outlines the requirement of supply, application and testing of thermallysprayed aluminum coatings (TSAC) for corrosion protection of insulated carbon steel pipingand equipments with design temperature not exceeding 540 ° C.

2.0 ITEMS TO BE THERMALLY SPRAYED

Steel Structures/equipments to be protected by TSAC shall be as per Tables 15.0 of thisstandard specification. Structures, components thermally sprayed shall not have any uncoatedarea or shall not be in mechanically connected by flanges etc to any uncoated bare steel work.Such adjacent areas to TSA coated areas, if not coated by TSA shall have suitable paintcoating system as per the standard specification.

3.0 TSAC REQUIREMENTS

3.1 Surface Preparation

All the parts to be sprayed shall be degreased according to SSPC-SP 1. The absence of oil andgrease after degreasing shall be tested by method given elsewhere in the specification (ReferSec. 6.7). Thereafter the surface to be abrasive blasted to white metal finish as per NACE1/SSPC-SP 5 for marine and immersion service. Using SSPC VIS 1, it is to be visuallyassessed that the blast cleaned surface meets requirement of SSPC-SP 5. Thereafter clearcellophane tape test as per ISO 8502-3 shall be used to confirm absence of dust on the blastedsurface Finally blasted surface shall be tested for presence of soluble salts as per method ISO8502-9. Maximum allowable salt content shall be considered 50mg/m 2 . (5 micrograms/cm2).In case salt content exceeds specified limit. The contaminated surface shall be cleaned bymethod as per Annex C of IS 12944-4 (Water Cleaning). After cleaning the surface shall beretested for salt content after drying. Testing shall be carried out at least on each component,once per 200 m2 and a min of 3 times per shift during progress of work.

The blasting media shall be either chilled iron or angular steel grit as per SSPC-AB-3 of meshsize G-16 to G-40. Copper, Nickel slag, Garnet or Aluminum Oxide as abrasives will also besuitable having mesh size in the range of G16 to G24 (10-30 mesh), conforming to SSPC-AB-1. Mesh size shall be required as appropriate to the anchor tooth depth profile requirement andblasting equipment used. The blasted surface should be having angular profile depth not lessthan 65 microns with sharp angular shape but shall not exceed 85 microns. The profile depthshall be measured according to NACE standard RP 0287 (Replica Tape) or ASTM D 4417method B (Profile depth gauge).

For manual blasting one profile depth measurement shall be taken every 10-20 m 2 of blastedsurface.

Surface preparation shall be completed in one abrasive blast cleaning operation whereverpossible.

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

Page 309 of 318

agraift ENGINEERS STANDARD SPECIFICATION$1g a fifReall INDIA UNITED FOR SURFACE PREPARATION

(NMI MIRMIARI/ (A Gout al lita Underlakin3) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 51 OF 59

If rust bloom (visual appearance of rust) appears on the blast cleaned surface before thermalspraying, the affected area shall be reblasted to achieve specified degree of cleanliness afterwhich only thermal spraying shall commence.

Air blasting pressure at nozzle shall be normally maintained at 100 psi. Air pressure andmedia size should be reduced and adjusted to preclude damage/distortion to thin gaugematerials. Blasting time on work piece should be adjusted to only clean the surface and cutrequired anchor tooth with minimum loss of metal. Blast angle should be as close toperpendicular as possible but in no case greater than ± 30 ° from perpendicular to worksurface. Blasting media must be free of debris, excessive fines, and contaminants such asNaCI and sulfur salts (Ref. SEC 6.0 of this Spec). Blast cleaning shall not be performed whenthe surfaces to be blasted are wet or less than 5°C above dew point temperature or when therelative humidity in the vicnicity of the work is greater than 90%.

3.1.1 Blasting Equipment

The TSAC applicator shall use mechanical (centrifugal wheel) or pressure pot blast cleaningequipment and procedures. Suction blasting equipment shall not be used. Sec 6.6.2 shall beused to validate clean and dry air.

3.1.2 Feed Stock

The feed stock shall be in the form of wire. The feed stock shall be 99.5% aluminum ofcommercial purity grade, its composition shall be in accordance with requirement of BS 1475or ASTM B833 or ISO 209-1 type Al (wrought aluminum and aluminum alloys, wire). Wireshall be supplied in protective wrapping indicating batch number and other details.

3.1.3 Thickness Requirement

The nominal thickness of finished TSAC shall be 250 microns having minimum value of 225microns at low thickness areas (valleys) and not more than 275 microns at peak areas.

The finished thickness shall be measured using SSPC-PA 2 type 2 fixed probe gauge(Magnetic Gauge).

3.1.4 Coating Bond Strength Requirement

The TSAC coating shall have a minimum individual tensile-bond strength value of 1000 psifor flame sprayed and 1500 psi for arc sprayed coating with an average of 2000 psi for arcsprayed coatings. Minimum tensile bond strength should be achieved by proper anchor toothprofile of blasted surface, laying down the TSA thickness in multiple passes and carrying outTSA application under controlled environment

3.1.5 Porosity

All thermally sprayed metallic coatings will have porosity. For thermally sprayed aluminumcoatings porosity shall not exceed 15% of total surface area for flame sprayed coating and 8%for arc spray coating.

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

Page 310 of 318

lafteleENIONEERS STANDARD SPECIFICATIONes iiptew INDIA umn-ED FOR SURFACE PREPARATION(MRPI FRaRVINJWMil IA GO. Dna Wean) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 52 OF 59

4.0 THERMAL SPRAY APPLICATION PROCEDURE

Items in the atmospheric zone to be coated by TSA shall be applied by either Flamespray or Arc spray method only. For coating under insulation, application shall be byarc wire method.

4.1 Equipment Set Up

4.1.1 Thermal spray equipment shall be set up calibrated, operated (1) according to manufacturerinstructions/technical manuals and also TSAC applicators refinement thereto and (2) asvalidated by Procedure Qualification (Sec 7.0 of this specification).

4.1.2 Spray Parameters

Spray parameters (see 4.1.3 below) and thickness of each crossing pass shall be set and shallbe validated with bend test (See 6.5 of this Spec).

4.1.3 Spray Parameters

Spray Parameters Method of Application

Arc voltageArc wire Spray Flame Wire Spray

27 V -Air pressure 80 psi 80 psi

Steel surface cleanliness NACE-1 white metal NACE-1 white metal /or Near white metal

Steel surface profile 75 microns (minimum) 75 microns (min.)Arc current 250-280A -

Coating thickness 225 microns (nominal) 225 microns(Nominal)Coating adhesion > 1500 psi (Total coating),see 3.1.4 >1000 psiCoating porosity Less than 8% Less than 15%.

Spray distance (spray Gunwork piece) 6-8" 5-7"

Spray Pass width 40mm 20 mm

The above parameters to be validated with a bend test by the contractor before start of work(for details of bend test see Sec 6.5 of this Spec).

4.2 Post Blasting Substrate Condition and Thermal Spraying Period.

4.2.1 The steel surface temperature shall be at least 5°C above dew point of ambient air temperature.

Steel substrate surface temperature shall be recorded by with a contact pyrometer.Thermal spraying should commence within 15 minutes from the time of completion of blasting

4.2.2 Holding Period

Time between the completion of final anchor tooth blasting and completion of thermalspraying of blasted surface should be no more than four hours. If within this period rust bloomappears Sec 4.4.1of this specification will apply.

Format No. 8-00.0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 311 of 318

azdzieft ENGINEERS STANDARD SPECIFICATION1&11€151erilV INDIA LIMITED FOR SURFACE PREPARATION

imerreRaRtitM11711 IA Gat al InCia UNIeltaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 53 OF 59

4.3 Pre-Heating

For flame spraying, the initial starting area of 1-2 square feet to be preheated to approx.120°Cto prevent condensation of moisture in the flame on the substrate. For arc spraying thepreheating is not required.

4.4 Thermal Spraying

Spraying should commence only after validation of equipment set up by procedurequalification test and spray parameter validation tests described in Sec 7.0 and 6.5respectively. Thermal spraying must commence within 15 minutes from the time ofcompletion of blast cleaning

The specified coating thickness shall be applied in several crossing passes. The coating bondstrength is greater when the spray passes are kept thin. Laying down an excessively thick spraypass increases the internal stresses in TSAC and decreases the bond strength of total TSAC.The suitable thickness for crossing passes shall be determined by procedure qualification testdescribed in Sec 7.0 of this specification.

For manual spraying, spraying to be done in perpendicular crossing passes to minimize thinspots in coating. Approx. 75-100 microns of TSAC shall be laid down in each pass.

The surface geometry of the item or area to be sprayed should be inspected before application.The spraying pass and sequence shall be planned according to following.

Maintain Gun as close to perpendicular as possible and within ± 30° from perpendicular tothe substrate.Maintain nominal standoff distance and spray pass width as given below:

Spray method Standoff (Inches) Spray pass width(Inches)

Arc Wire 6-8 1 'A( 40mm )Flame wire 5-7 %( 20mm )

4.4.1 Rust Bloom (Visual appearance of rust or Discoloration)

If Rust bloom appears on the blasted surface before thermal spraying, the affected area shall bereblasted to achieve the specified level of cleanliness.

If Rust bloom in form of discoloration, or any blistering or a degraded coating appears at anytime during application of TSAC, then spraying shall be stopped and acceptable sprayed areashall be marked off. The unsatisfactory areas shall be repaired to the required degree of surfacecleanliness and profile.

Blast the edges of the TSAC to provide for 2-3" feathered area overlap of the new work intoexisting TSAC.

Then apply TSAC to the newly prepared surfaces and overlap the existing TSAC to the extentof feathered edge so that overlap is a consistent thickness.

Format No. 8-00-0001-F1 Rev. 0 Copyright Ell. —AI rights reserved

Page 312 of 318

latazidie ENGINEERS STANDARD SPECIFICATIONsigtaReW INDIA LIMITED FOR SURFACE PREPARATION

2174WZAJWIRD (A Go..4 Inda Undedalungl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 54 OF 59

4.4.2 Masking

Masking all those parts and surfaces which are not required to be thermally sprayed asinstructed by purchaser should be inspected by applicator to ensure that they are properlymarked and covered by purchaser.

Complex geometries (flanges, valve manifolds, intersections) shall be masked by applicator tominimize overspray i.e. TSAC applied outside spray parameters (primarily gun to substratedistance and spray angle).

4.4.3 TSAC Finish

The deposited TSAC shall be uniform without blisters, cracks, loose particles, or exposed steelas examined with 10 X magnification.

5.0 SEALER

Sealant shall be applied after satisfactory application of TSAC and completion of all testingand measurements of the finished TSAC as per Sec 6.0 of this specification.

For shop workSealer shall be applied immediately after thermal spraying and for field worksealer shall be applied within 8 hours. The sealcoat shall be thin enough to penetrate into thebody of TSAC.

The sealant shall be Silicone Alkyd Aluminium paint having DFT not more than 35-40 micron.Typically seal coat shall be applied at a spreading rate resulting in theoretical 38 microns DFT.The seal coat shall be applied in accordance with SSPC-PA 1 and the paint manufacturerinstruction for sealing.

6.0 TESTING AND MEASUREMENT SCHEDULE

6.1 Surface Finish

That the blasted cleaned surface meets the required criteria (NACE 1/SSPC-SP 5) shall bevisually inspected using SSPC-VIS 1. The clear cellophane-tape test as per ISO 8502-3 shallbe used to confirm absence of dust or foreign debris on the cleaned surface. Checks shall bedone on each component at least once per 200 m2 of blasted surface and minimum of 3 checksper shift.

6.2 Blast Profile Measurement: (In-Process testing during actual production before applicationof TSA coating)

The angular profile depth measurement shall be done by profile tape as per method NACEStandard RP 0287 or ASTM D 4417 method B (Profile depth gauge micrometer). Spotmeasurement shall be carried out every 15m2 of blasted surface. At each spot threemeasurements shall be taken over an area of 10 cm 2 and average of measurements to berecorded and reported.If profile is <65 microns blasting shall continue till grater than 65 microns depth profile isachieved.

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

Page 313 of 318

Oftela ENGINEERS STANDARD SPECIFICATIONfelliteCe INDIA LIMITED FOR SURFACE PREPARATION

awn maw nem) (A Gem al inda Underlikog AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 55 OF 59

6.3 TSAC Thickness (In-Process Testing For finished coating during regular production)

6.3.1 TSAC finished thickness shall be measured using SSPC-PA 2 type 2 fixed probe gauge.

6.3.2 For flat surfaces, measurements shall be taken along a straight measurement line, onemeasurement line for every 15 m2 of applied TSAC shall be selected along which 5measurements to be taken at 25 mm internal and average to be reported.

6.3.3 For curved surface or complex geometry, 5 measurements shall be taken at a spot measuring10 cm2 in area. One spot to be taken for every 15 m2 of applied TSAC area.

6.3.4 The TSAC thickness in surface changes or contour changes, welds and attachments shall bealso measured and reported.

6.3.5 If TSAC is less than specified minimum thickness, apply additional TSAC until specifiedthickness range is achieved.

6.3.6 All locations and values of TSAC thickness measurements shall be recorded in Job Record(JR).

6.4 Tensile Bond Testing (In-Process testing for finished coating during regular production)

Tensile Bond strength of the TSAC finish coat shall be determined according toASTM D 4541 using a self-aligning adhesion tester.

One measurement shall be made every 50 m2. If tensile bond at any individual spotis less than 1000 psi for flame sprayed coating and 1500 psi for arc sprayed coatingthe degraded TSAC shall completely removed and reapplied.

The tensile bond portable test instrument to be calibrated according to ASTM C 633

6.5 Bend Tests

Bend test shall be carried out at beginning of each work shift. Bend tests shall also beconducted on sample coupons before start of thermal spraying work to qualify the following asmentioned earlier in this specification.

To qualify spray parameters and thickness of each crossing pass.

6.5.1 Test Procedure

Five corrosion control steel coupons each of dimension 50 mm x 150 mm x 1.3 mmthk. to be prepared.

Surface shall be prepared by dry abrasive blast cleaning as per this specification.

TSAC shall be applied as per specified thickness range. TSAC should be sprayed incrossing passes laying down approx. 75-100 microns in each pass.

TSAC applied coupons shall be bent 180 ° around a 13 mm diameter mandrel.

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

Page 314 of 318

g,,ENGINEERS(gale tiregw INDIA LMTED

STANDARDSTANDARD SPECIFICATIONFOR SURFACE PREPARATION

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 01411MeRePWW) IA Govt al India Undertiong) AND PROTECTIVE COATINGPAGE 56 OF 59

e) Bend test shall be considered passed if on bend radius there is

- No cracking or spalling or lifting by a knife blade from the substrate- Only minor cracking that cannot be lifted from substrate with a knife blade.

Bend test fails if coating cracks with lifting from substrate.

6.6 Tests for blasting media, blasting air

6.6.1 Blasting Media (For every fresh batch of media and one random test during blasting)

Blasting Media shall be visually inspected for absence of contamination and debris using 10 Xmagnification.

Inspection for the absence of oil contamination shall be conducted using followingprocedure :

Fill a small clean 200 ml bottle half full of abrasive.

Fill the bottle with potable water, cap and shake the bottle.

Inspect water for oil film/slick. If present, the blasting media is not to be used.

Soluble salt contamination if suspected shall be verified by method ASTM D 4940. Ifpresent, media to be replaced.

c) Clean blasting equipment, especially pot and hoses, and then replace blasting mediaand retest.

6.6.2 Test for Blasting Air (Once Daily before start of blasting and once at random during blasting)

The air for blasting shall be free from moisture and oil. The compressor air shall be checkedfor oil and water contamination per ASTM D 4285.

6.7 Test for presence of oil/grease and contamination

The steel substrate after degreasing as per SSPC-SP 1 shall be tested as per followingprocedure to validate absence of oil and grease contamination.

Visual inspection - Continue degreasing until all visible signs of contamination are removed.Conduct a solvent evaporation test by applying several drops or a small splash of residue-freetrichloromethane on the suspect area especially pitting, crevice corrosion areas or depressedareas. An evaporation ring formation is indicative of oil and grease contamination.Continue degreasing and inspection till test is passed.

7.0 TSAC APPLICATOR QUALIFICATION

Following tests to be carried out as part of procedure qualification test for the applicator.Thickness measurementCoating bond strengthPorosity test

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

Page 315 of 318

loirif&JelitENIGINERS STANDARD SPECIFICATIONgtIf WegNEW INDIA LIMITED FOR SURFACE PREPARATION

MDR [111,3M11/ IA Gael d hdia Underlain)) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 57 OF 59

Bend strength

TSAC applicator's surface finishing and application process and equipment set up, calibrationand operation shall be qualified by application of TSA on a reference sample which shall beused as a comparator to evaluate the suitability of application process. Only that applicator willbe permitted to carry out the work when test specimens coated by the applicator meets thedesired requirements as cited below.

The sample shall be made of a steel plate measuring approx. 18"x 18" x Vo" thick. If the actualwork is less than 1/4" thick then the sample to be made from material of representativethickness.

The surface preparation, TSAC application shall be made with actual field equipments andprocess/spray parameters and procedures as per the specification. The depth profile of blastedsurface, TSAC coating thickness for each cross pass and total thickness range shall be as perspecification.

The surface preparation and thermal spraying shall be carried out in representativeenvironmental conditions spraying with makeshift enclosure.

7.1 After application of coating, thickness and tensile bond measurements shall be made infollowing manner.

Divide the sample piece into four quadrants.

Measure thickness along the diagonal line of each quadrant.

Four each quadrant five in-line thickness measurements at 1" interval shall be doneusing SSPC -PA 2 type 2 fixed probe gauge. Thus a total of four "five in line"thickness measurements to be done for the whole sample.

One tensile bond measurement using ASTM D 4541 type III or IV portable selfaligning test instrument to be done at centre of each quadrant. Total of 4 measurementsfor the sample.

One porosity evaluation test by Metallographic examination shall be conducted todemonstrate the achievement of porosity within the limits specified. Sample shall beprepared for Metallographic examination as per ASTM E — 3.

The procedure shall be considered qualified if thickness and tensile-bond strength andporosity values meet the specification requirement.

7.2 Bend test: Bend test shall be carried out as detailed at sec. 6.5 of this specification.

Applicators thermal spray equipment set-up, operation and procedure of application includingin-process QC checkpoints adopted during procedure qualification as described above shouldbe always subsequently followed during entire duration of work.

8.0 DOCUMENTATION

The following information shall be provided by TSAC applicator before award of work.

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

Page 316 of 318

SfilOze ift ENONEERS STANDARD SPECIFICATIONligaf 215leg ire INDIA WAITED FOR SURFACE PREPARATION

1411PMFIRFROMPI) IA &vet Incha Undertaang/ AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 58 OF 59

TSAC application process consisting of equipment capabilities and their technicalparameters, feed stock material and source of procurement.

Detailed application procedure and in-process quality control check points for (a)surface preparation (b) thermal spraying (c) seal coats.

Type and specification of instruments to be deployed for measurement of blast profiledepth, TSAC thickness and tensile bond.

Paint manufacturer data sheet for the selected sealing coat to be applied.

9.0 RECORDS

The TSAC applicator shall maintain job record to record production and QCinformation. All the results of the tests and quality control checks shall be entered inthe record for each component/part thermally sprayed. All the result of tests(thickness, tensile bond, bend tests) and other validation tests (e.g. procedurequalification test, test for surface cleanliness after abrasive blasting, test forcleanliness of abrasives and air) shall also be recorded and duly signed by owner.

All the information mentioned in Sec 8.0 above should also form part of the Jobrecord.

Any modification affected after procedure qualification in the procedure, QC, sprayparameter, equipment spec to the original information (submitted before award of thework) must also form part of Job record.

10.0 WARRANTY

The TSAC applicator shall warrant the quality of material used by providing the purchaserwith a certificate of materials used to include

Spray feed stock: Alloy type/designation, Lot Number, wire diameter, chemicalanalysis, name of supplier, manufacturer.

Sealant: Name of manufacturer, application data sheet.

11.0 SAFETY

The TSAC applicator shall follow all safety procedures required by the purchaser/owner.Owner shall also give compliance requirement to be followed by applicator. The applicatorshall follow all appropriate regulatory requirements.

12.0 CODES AND STANDARDS

This specification shall apply in case of conflict between specification and followingapplicable standards:

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

Page 317 of 318

(3ti1tael4t ENGINEERS STANDARD SPECIFICATION5gaia2egwiNDIA umn-ED FOR SURFACE PREPARATION

Wen FRa W ',AMER) IA Govi al India Undeltalangl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 59 OF 59

AWS C. 2.17 Recommended Practice for Electric arc Spray.ASTM C 633 Test Method for Adhesive/Cohesive Strength of Flame Sprayed Coatings.

ASTM D 4285 Method for indicating Oil or Water in Compressed Air.ASTM D 4417 Test Method for Field Measurement of Surface Profile of Blasted Steel.

BS 2569 Specification for Sprayed Metal Coating.NACE Standard RP

0287Field Measurement of Surface Profile of Abrasive Blast Cleaned SteelSurfaces Using a Replica Tape.

ASTM D 4541Test method for Pull-Off Strength of Coating Using Portable AdhesionTesters.

ANSI/AWS C2.18Guide for the Protection of Steel with Thermal Spray Coatings ofAluminum, Zinc and Their Alloys and Composites.

NACE No. 12/AWSC2.23M/SSPC-CS

23.00

Specification for the application of thermal spray coatings (Metallizing) ofaluminum, zinc, and their alloys and composites for the corrosionprotection of steel.

SSPC Publication The inspection of coatings and linings: A Handbook of Basic practice forInspectors, Owners, and Specifiers.

SSPC-AB 1 Mineral and Slag Abrasives.SSPC-AB 3 Ferrous Metallic Abrasives.SSPC-PA 1 Shop, Field, and Maintenance Painting of Steel.SSPC-PA 2 Measurement of Dry Coating Thickness with Magnetic Gages.

NACE No. 1/SSPC-SP 5

White Metal Blast Cleaning.

NACE No. 2/SSPC-SP 10

Near —White Metal Blast Cleaning.

SSPC-VIS 1Guide and Reference Photographs for Steel Surfaces Prepared by DryAbrasive Blast Cleaning.

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

Page 318 of 318


Recommended