Technical - Volume Scraper Trap
Technical - Volume Scraper Trap
P101-MRR-P002
FOR BI-DIRECTIONAL Rev. B
SCRAPER LAUNCHER/
RECEIVER & SIGNALLER Page 1 of 8
MATERIAL REQUISITION
FOR BI-DIRECTIONAL SCRAPER
LAUNCHER/ RECEIVER & SIGNALLER
ABBREVIATIONS
NG Natural Gas
MT Metric Tonne
EN European Norm
Pr. Pressure
Conn. Connection
SS Stainless Steel
CONTENTS
ABBREVIATIONS ........................................................................................................................... 2
1.0 BACKGROUND ................................................................................................................... 4
2.0 PURPOSE ........................................................................................................................... 4
3.0 DEFINITION ........................................................................................................................ 4
4.0 PROJECT BRIEF ................................................................................................................ 5
5.0 DOCUMENT PRECEDENCE .............................................................................................. 5
6.0 SCOPE OF SUPPLY ........................................................................................................... 5
7.0 INSTALLATION LOCATION ................................................................................................ 6
8.0 LIST OF ATTACHMENTS ................................................................................................... 8
1.0 BACKGROUND
Assam Gas Company Ltd. (AGCL) is a 60 years old Natural Gas transmission and distribution
company, wholly owned by the Govt. of Assam with its registered office at Duliajan, Dist: Dibrugarh,
Assam 786602.
The company transports Natural Gas through its integrated pipeline infrastructure to several market
segments i.e. Power, Fertilizer, Petrochemicals, Industrial, Commercial and Domestic consumers
primarily located in upper Assam. The present infrastructure of the company has a transportation
capacity of about 6.0 MMSCM of gas per day.
Besides other sources, AGCL is going to transport Natural Gas from the gas fields of ONGCL in
Khoraghat region of Golaghat District through its 12” & 8” NB 97 km Khoraghat/ Nambor Uriumghat
– Golaghat gas pipeline(N-G-N).
Company is expecting additional transportation of around 130,000 SCMD of Natural gas from the
above-mentioned Pipeline. AGCL is planning to supply this additional gas to Brahmaputra Cracker
and Polymer Limited (BCPL) through Proposed Golaghat - BCPL Lakwa Pipeline.
Pipeline Engineering Consultants Pvt. Ltd. has been appointed as Engineering Consultant by AGCL
for Consultancy services (Engineering, Procurement, RFP preparation and Project Management for
the Project.
2.0 PURPOSE
This document is for the design, manufacturing and purchase of Bi-directional Scraper Launcher/
Receiver & Signaller for Construction of Cross-Country Natural Gas Pipelines in Golaghat BCPL
Lakwa Districts of Assam
3.0 DEFINITION
Where used in this document, the following terms shall have the meanings indicated below, unless
clearly indicated by the context to this order.
EPMC Pipeline Engineering Consultants Pvt. Ltd. (PLECO) the party to act
for and on behalf of OWNER for the Detailed Engineering Services and
Project Management.
VENDOR/ Party, which manufactures and supplies equipment and services to the
MANUFACTURER OWNER or to CONTRACTOR
The brief project details of Golaghat to BCPL, Lakwa pipeline are as follows:
AGCL wants to extend its existing N-G-N pipeline network from Golaghat to BCPL Lakwa Terminal.
This project foresees transportation of 1,30,000 SCMD Gas to BCPL via 12” OD cross-country
pipeline. The project broadly consists of:
Laying of 12” x 122 KM (approx.) Carbon Steel Pipeline from Golaghat Station to BCPL plant
Laying of 12” x 2 (approx.) KM long Carbon Steel Pipeline from BCPL plant to AGCL “O” Point
It shall be the responsibility of the MANUFACTURER/ VENDOR to inform the PURCHASER of any
errors, ambiguities, inconsistencies, discrepancies or conflict of information that may be found to
exist in any document, specification or drawing submitted by the PURCHASER.
a. Data Sheet
b. MR
As a general rule in the event of any discrepancy between technical matter and local laws/
regulations (and documents above listed) the most stringent shall be applied.
MANUFACTURER/ VENDOR shall notify PURCHASER of any apparent conflicts between MR,
specifications, related datasheets, any code and standards and any other specifications noted
herein. (Resolution and/ or interpretation precedence shall be obtained from PURCHASER in writing
before proceeding with the design/ manufacturer or completion of services.)
documentation as per the enclosed engineering standard, specifications and data sheets etc.
attached or referred.
Qty.
S. No. Item Description Data Sheet No.
(Nos.)
18” X 12”, 300# Bi-Directional Scraper Launcher/ Receiver, Pig Signallers and
Accessories
1 (Including supply of Pig handling system (trolley) matching flanges for the entire
flanged end nozzle. Required studs, Nuts, bolts, Gaskets and foundation Bolts)
2 Portable jacking tool for removing pig signaller for online maintenance. 2
Quantity
S. NO. Location Size & Rating
(Nos)
Pig Signaller (For 12” Main Line & 18” x 12” Bi-Directional Scraper Launcher/
Receiver)
1 No- Mounted on Scraper
Golaghat NGL Terminal 2 Launcher/ Receiver
1.2 1 No. – Welded on pipeline
&
1 Nos – Mounted on Scraper
1.3
BCPL Lakwa 2 Launcher/ Receiver
Pipeline Service : NG
11. Bidder shall furnish quotation for all item of MR only in case he can supply all material strictly as per
this MR and specification/ data sheets forming part of MR.
12. The submission of prices by the bidder shall be construed to mean that he has confirmed compliance
with all technical specifications of the corresponding item(s). Prices quoted against all items shall be
inclusive of Pig handling system & prices of recommended spares and accessories required during
start-up and commissioning. Pig lifting devices (davit etc.) are not in vendor’s scope of supply.
13. If the offer contains any technical deviations or clarifications or stipulates any technical specifications
(even if in line with MR requirements) and does not include complete scope & Technical/
Performance Data required to be submitted with the offer, the offer shall be liable for rejection.
14. Bidder must submit all documents/ drawings/ calculations as specified in relevant specification along
with his offer and after award of order.
15. Bidder must submit duly filled up and signed data sheets, Checklist, Compliance Statement,
Deviation Sheet, reference list and other forms along with his offer.
16. In the absence of this information, Company reserves the right to reject bidder’s offer without any
reference to Bidder in this regard.
Rev.
DATA SHEET FOR BI-DIRECTIONAL SCRAPER LAUNCHER/ RECEIVER Sht. 2 of X X B
31.12.21 05.03.22
GENERAL PARAMETERS
Scrapper Trap Manufacturer …………..
Scrapper Trap Specification No. P-SPC-313
Type of Scrapper Trap Bi-directional, Pig Launcher/ Receiver suitable for Intelligent pig
Design Pressure (kg/cm2 g) 49
Design Temperature (°C) -29 to 65
Pipeline Design Code ASME B31.8
Design Code -Scraper Trap & QOEC ASME B31.8 & ASME Section VIII, Division I
Corrosion Allowance, mm 3
Design Factor 0.5
ANSI Rating 300#
Design Life 25 Year
Tag No. (s) As per P&IDs
PIPELINE DETAILS
Pipeline Nominal Diameter, mm (inch) 323.3 (12”) Thickness, mm 7.1
Pipeline Material API 5L GR X-42, PSL-2 Service NATURAL GAS (NG)
4 End Closure Forged Quick Opening ASTM 105 (CHARPY) 18"/ 300#
N9
Pig Signaler As per Pig Signaler Data Sheet No. P101-DSH-P002
(XX1)
Rev.
DATA SHEET FOR BI-DIRECTIONAL SCRAPER LAUNCHER/ RECEIVER Sht. 2 of X X B
31.12.21 05.03.22
DIMENSION DETAILS
Legend: BW– Butt Welded, WNRF– Weld Neck Raised Face, SW – Socket welded, SAW-Longitudinal Seam Submerged Arc Welded
NOTES
1 Charpy and hardness test shall be carried out with as per specification no. P-SPS-313
2 Nozzles numbers, nozzle orientation & naming of all the nozzles are indicative only and shall be confirmed & approved by Company during manufacturer’s drawing approval stage.
The dimensions shown in above table are suggested dimension only. The Manufacturer shall check and provide dimensions suitable for accommodating latest online inspection tool and by considering
3
other technical criteria. Final dimensions shall be approved by Company.
4 Charpy and hardness test shall be carried out with as per specification no. P-SPS-313
5 Manufacturer shall check thickness of the scraper based on pipeline design conditions and manufacturing requirements, and submit necessary calculations to Company for approval.
7 Flanges welded on Scraper trap shall have smooth face finish to 125-250 AARH. Flanged end, if specified shall have flanges as per ASME B16.5 for size up to NB 600 mm 24”
All carbon steel fittings/ flanges made from ASTM A105 material shall be heat treated by normalizing in accordance with ASTM A961. All carbon steel fittings and flanges made from ASTM A105 material
8
shall be finish forged i.e. forged to be the required shape. Machined fittings and flanges are not acceptable. Machining is permitted for weld end preparation and flange face finish preparation.
9 All Weldolets shall be as per MSS-SP-97 & all Nippolets shall be as per Manufacturer’s Standard. Stub-in or pipe to pipe connection shall not use for making branch connections.
12 Circumferential weld on scraper trap body and neck shall not be permitted.
Butt weld end, if specified shall have ends prepared as per ASME B16.25. However, end preparation for butt welding end having unequal thickness with respect to connecting pipe shall be as per ASME
13
B 31.8 as applicable.
14 The thickness of eccentric reducer shall match with the adjoining body/ neck.
GOLAGHAT-BCPL LAKWA PIPELINE PROJECT
Rev.
DATA SHEET - PIG SIGNALLER Sht. 2 of 3 X B
03.01.22 05.03.22
Corrosion Allowance, mm 3
Fluid Handled NG
Internals SS-316
Enclosure WEATHER PROOF TO IP67 & FLAME PROOF Exd. ENCLOSURE CERTIFIED FOR AREA CLASSIFICATION.
Notes:
1. Pig Signallers with shall be provided with an isolation Ball valve.
2. Pig Signallers shall be intrusive type with scarfed base
3. Pig Signallers shall be Bi-Direction
ASSAM GAS COMPANY LIMITED JOB NO. 101
Rev.
DATA SHEET - PIG SIGNALLER Sht. 3 of 3 X B
03.01.22 05.03.22
Design Conditions
Corrosion Allowance, mm 3
Fluid Handled NG
Internals SS-316
TBA – To Be Ascertained
Notes:
1. Pig Signallers shall be intrusive type.
2. Signallers shall be Bi-Directional type.
STANDARD SPECIFICATION SPECIFICATION NO.
FOR SCRAPER TRAPS P-SPC-313
(ONSHORE) Page 1 of 9
STANDARD SPECIFICATION
FOR
SCRAPER TRAPS
(ONSHORE)
P-SPC-313
ABBREVIATIONS
CONTENTS
1.0 SCOPE ........................................................................................................................................................4
2.0 REFERENCE DOCUMENTS ......................................................................................................................4
3.0 MATERIALS.................................................................................................................................................4
4.0 DESIGN AND CONSTRUCTION REQUIREMENTS ..................................................................................5
5.0 INSPECTION AND TESTS..........................................................................................................................7
6.0 TEST CERTIFICATES.................................................................................................................................7
7.0 PAINTING, MARKING AND SHIPMENT .....................................................................................................8
8.0 SPARES ......................................................................................................................................................8
9.0 DOCUMENTATION .....................................................................................................................................8
1.0 SCOPE
1.1 Coverage
This specification covers the minimum requirements for design, manufacture, testing and supply of
scraper launching and receiving traps to be installed in onshore pipeline systems transporting non-
sour hydrocarbons in liquid or gaseous phase including Liquefied Petroleum Gas (LPG).
2.0 REFERENCE DOCUMENTS
Reference has also been made in this specification to the latest edition (edition enforce at the time of
issue of enquiry) of the following Codes, Standards and Specifications.
ASME B31.4 - Pipeline Transportation Systems for Liquids and Slurries.
ASME B31.8 - Gas Transmission and Distribution Piping Systems.
ASME B 16.5 - Steel Pipe Flanges and Flanged Fittings.
ASME B 16.9 - Factory made Wrought Steel Butt Welding Fittings.
ASME B 16.11 - Forged Fittings, Socket- Welding and Threaded.
ASME B 16.25 - Butt-welding Ends.
ASME B 16.47 - Large Diameter Steel Flanges
API 1104 - Specification for Welding Pipeline and Related Facilities.
MSS-SP-53 - Quality Standard for Steel Castings and Forgings for Valves,
Flanges and Fittings and other Piping Components —
Magnetic Particle Examination Method.
MSS-SP-75 - Specification for High Test Wrought Butt Welding Fittings.
MSS-SP-97 - Integrally Reinforced Forged Branch outlet Fittings- Socket
Welding, Threaded & Butt Welding Ends.
SSPC-VIS-I - Steel Structures Painting Council-Visual Standard.
ASME Sec VIII - Boiler and Pressure Vessel Code - Rules for Construction of
Pressure Vessels
ASME Sec IX - Boiler and Pressure Vessel Code - Welding and Brazing
Qualification
ASTM A 234 - Specification for Piping Fittings of Wrought Carbon Steel
and Alloy Steel for Moderate and High Temperature Service.
ASTM A-370 - Standard Test Methods and Definitions for Mechanical
Testing of Steel Products.
2.3 In case of conflict between the requirements of this specification and the Codes, Standards and
Specifications referred to in this specification, the requirements of this specification shall govern.
3.0 MATERIALS
3.1 Materials of main components used in manufacture of traps shall be as indicated in the Data Sheet.
Other components shall be as per Manufacturer's Standard (suitable for the service conditions
indicated in Data Sheet) and shall be subject to approval by Company. In addition, the material shall
also meet the requirements specified hereinafter.
The SMYS of steel used for manufacture of Quick Opening End Closure (QOEC) shall be as indicated
in data sheet.
3.2 Carbon Steel used in the manufacture of traps and end closures shall be fully killed.
3.3 Material of the ends to be field welded by Company shall have carbon equivalent less than or equal to
0.45, based on check analysis for each heat of steel, calculated according to the following formula::
3.4 Charpy V-notch test shall be conducted on each heat of steel used in the manufacture of pressure
containing parts of Scraper Traps. The test procedure shall conform to ASTM A370. Unless specified
otherwise, the Charpy V-notch test shall be conducted at 0°C. Results of Charpy test shall be recorded.
The average absorbed impact energy values of three full-sized specimens of base metal, weld metal
and HAZ shall be 27 Joules, unless otherwise indicated in the Data Sheet. The minimum impact energy
value of any one specimen of the three specimens analysed as above, shall not be less than 22 Joules.
When Low Temperature Carbon Steel (LTCS) materials are specified in Data Sheet or offered by
Manufacturer, the Charpy V-notch test requirements of applicable material standard shall be complied
with.
3.5 Hardness test shall be carried out as per ASTM A 370 for each heat of steel used in the manufacture
of pressure containing parts of traps. A full thickness cross section shall be taken for this purpose and
the maximum hardness of base metal, weld metal and HAZ of all the pressure containing parts shall
not exceed 248 HV10. Hardness shall be recorded.
4.0 DESIGN AND CONSTRUCTION REQUIREMENTS
4.1 Scraper traps shall be designed and manufactured in accordance with the provisions of Codes,
Standards and Specifications referred in clause 2.0 of this specification. In addition, design parameters
indicated in the data sheets, shall be taken into account for design of scraper traps.
4.2 The scraper traps shall be suitable for handling scraper / cleaning / gauging / batching / instrumented
pigs and shall conform to the minimum dimensions given in scraper trap data sheets. Dimensions not
shown specifically in the Data Sheet shall be as per manufacturer's standard and shall be subject to
approval by Company.
4.3 The cylindrical portion of the trap shall be designed as per design code and design factor indicated in
the Data Sheet. Scraper trap shall be provided at the end with Quick Opening End Closure (QOEC)
as indicated in Data Sheet. Quick end closure shall be designed, as per ASME Sec. VIII, Div. 1 with
allowable stress level limits/design factor applicable for traps, for the design conditions indicated in the
Data Sheet. A corrosion allowance, as indicated in the Data Sheet shall be considered in design of the
traps and closures. Quality of welding shall be such that weld efficiency factor of 1.0 is achieved.
4.4 The trap body/neck diameter and minimum length shall be as indicated in the Data Sheets.
Circumferential weld on scraper trap body and neck shall not be permitted.
4.5 Concentric or eccentric reducer used in the manufacture of traps shall be seamless type for sizes up
to and including NPS 16 and welded type for sizes NPS 18 and above. Reducers shall conform to
ASME B 16.9/ MSS-SP-75 as indicated in the data sheet. End thicknesses of reducer shall match with
the adjoining body/ neck thickness.
4.6 Connections for vents and drains shall be provided on each trap. Sizes for vents and drains shall be
as indicated in Data Sheet. The traps shall be provided with a suitable slope and the drain location
shall be such that complete drainage of the trap is possible.
4.7 All branch connections shall be made by weldolet/ nippolet/ sockolet or by extrusion as indicated in
Scraper Trap Data Sheet. All weldolets shall conform to MSS-SP-97 and all nippolet shall be as per
Manufacturer's Standard. The extruded openings shall be adequately heat-treated and stress relieved.
Stub-in or pipe-to-pipe connection shall not be used for making branch connections.
4.8 End connections of traps shall be flanged or butt-welded as indicated in data sheets.
a) Flanged end, if specified, shall have flanges as per ASME B16.5 for sizes up to NB 600 mm (24")
excluding NB 550 mm (22") and as per MSS-SP-44/ASME B16.47 Series A for sizes NB 550 mm (22")
and for NB 650 mm (26 inches) and above. Flange face shall be either raised face or ring joint type
(RTJ) as indicated in Data Sheet. Flange face finish shall be serrated or smooth as indicated in Data
Sheet. In case of RTJ flanges, the groove hardness shall be minimum 140 BHN.
b) Butt weld ends, if specified, shall have ends prepared as per ASME B 16.25. However, end preparation
for butt-welding ends having unequal thicknesses with respect to connecting pipe shall be as per
ASME B31.4/ ASME B31.8, as applicable.
4.9 The quick opening end closure shall be of clamp ring/band-lock type or equivalent design and shall
consist of a safety pressure release system allowing the opening only when there is no pressure in the
trap. End closure shall be hand operated by a single lever operation and operable by one operator.
End closures of size NB 600 (24") and above shall be fitted with worm gear operator for the opening
of the closure. Hinge of the closure shall be so designed that the weight of the end closure is fully
supported without sagging. Screwed type or plug-in type of end closures are not permitted.
4.10 Receiving traps shall be provided with a pig signaller at a location indicated in the Scraper Trap Data
Sheet. Pig signaller shall be suitable for bi-directional operation and shall have visual flag and manual
reset mechanism. The pig signaller shall also have provision for remote indication, when indicated in
Pig Signaller Data Sheet. The pig signaller shall conform to the requirements of relevant pig signaller
specification and data sheet.
4.11 The pig receiving traps shall be equipped with a half internal removable filtering basket consisting of a
punched plate with at least five rows of drain holes. The filtering basket shall slide on guides/rails or
wheels and in all cases the material of the parts being in contact with each other shall be of anti-spark
type. The filtering basket shall be provided with suitable stops. Lock bracket shall be provided to such
that the basket does not slide within the trap. Rear end of the basket shall be provided with suitable
lug to enable retrieval of the basket by hooks. The handling system (for inserting and retracting the
scraper and instrumented pigs from the trap) shall be complete with handling devices. In case any rails
are required for sliding of the handling system, the same shall be provided by the scraper trap
manufacturer.
4.12 Fabricated steel supports, minimum two numbers at suitable spacing shall be provided with traps for
mounting on concrete blocks. These supports will not be subjected to pipeline anchorage forces and
shall be free sliding supports. Support base plate shall not have any holes. No foundation bolts shall
be supplied. The material of support shall be compatible with trap material for welding purposes. All
welds shall be examined by magnetic particle method.
4.13 Completed assembly shall be stress relieved as per the provisions of applicable design codes.
4.14 All welds shall be made by welders and welding procedures qualified in accordance with the provisions
of ASME Sec. IX. The procedure qualification shall also include impact test and hardness test when
required as per Clause 3.4 and 3.5 of this specification and shall meet the requirements as specified
therein.
4.15 Repair by welding on parent metal is not allowed. Repair of welds by welding shall be carried out only
after specific approval by Company's Inspector for each repair. The repair welding shall be carried out
by the welders and welding procedures duly qualified as per ASME Sec. IX and records for each repair
shall be maintained. The repair welding procedure qualification shall also include impact test and
hardness test when required as per Clause 3.4 and 3.5 of this specification and shall meet the
requirements as specified therein. Radiography and heat treatment shall be repeated after the weld
repair.
4.16 The tolerance on internal diameter and out of roundness at the ends for the welding end of the neck
(at the end where connecting pipeline will be welded) shall be as per applicable connected pipe
specification as indicated in the Data Sheet.
5.0 INSPECTION AND TESTS
5.1 The manufacturer shall perform all inspection and tests as per the requirements of this specification
and the relevant codes, standards and specifications, prior to shipment at his Works. Such inspections
and tests shall be, but not limited to, the following:
5.1.1 All traps shall be visually inspected. The internal and external surfaces of the scraper traps shall be
free from any strikes, gouges and other detrimental defects.
5.1.2 Dimensional check shall be carried out as per the Company approved drawings.
5.1.3 Chemical composition and mechanical properties shall be checked as per relevant material standards
and this specification, for each heat of steel used.
5.1.4 Hydrostatic test shall be conducted for all scraper traps complete in all respects including QOEC,
including mounting of pig indicators at a pressure equal to 1.25 & 1.5 times the design pressure for
liquid & gas service respectively unless otherwise indicated in the data sheet. The test pressure shall
be maintained and held for a minimum period of one hour.
5.1.5 All butt welds shall be 100% radiographically inspected. Procedure and acceptance criteria shall be
as per API 1104.
5.1.6 Ultrasonic or magnetic particle inspection shall be carried out on all welds, which in Company
Inspector's opinion cannot be radiographically inspected. Procedure and acceptance criteria shall be
as per ASME Sec. VIII, Appendix U and Appendix VI respectively.
5.1.7 All finished wrought weld ends shall be 100% ultrasonically inspected for lamination type defects for a
distance of 50mm from the end. Any laminations larger than (1/4") 6.35 mm shall not be acceptable.
5.1.8 All forgings shall be wet magnetic particle examined on 100% of the forged surfaces. Method and
acceptance shall comply with MSS-SP-53.
5.1.9 A minimum of two closing and opening cycles shall be performed and correct operation of both quick
opening closure and safety system shall be ascertained.
5.2 Company's Inspector reserves the right to perform stage wise inspection and witness tests, including
hydrostatic test, as indicated in specification at Manufacturer's Works prior to shipment. Manufacturer
shall give reasonable notice of time and shall provide without charge reasonable access and facilities
required for inspection, to the Company's Inspector. Inspection and tests performed/witnessed by
Company's Inspector shall in no way relieve the Manufacturer's obligation to perform the required
inspections and tests and of specific integrity of the scraper traps.
6.0 TEST CERTIFICATES
a) Test certificates relevant to the chemical and mechanical properties of the materials used for
manufacture of trap as per relevant standards and this specification.
b) Hydrostatic test certificates.
c) Test Reports on radiography, ultrasonic inspection and magnetic particle examination.
d) Test Reports on heat treatment carried out, if any.
a) General arrangement drawing of scraper trap, quick opening end closure and pig
signallers with overall dimensions and list of spares as per clause no. 8.0.
b) Reference list of similar supplies for the past five years including project, client, year
of supply, client, location, size, rating, service and contact person.
9.2 After placement of order, the Manufacturer shall submit the following drawings, documents and
specifications for company's information & review:
a) Trap assembly and sectional drawings showing all parts and accessories with materials and
dimensions.
b) Support Assembly drawing. Hydrotest load on both the supports of the Scraper Trap.
c) Arrangement & details of foundation bolts for pig handling and lifting system, where applicable.
9.3 Prior to shipment, the Manufacturer shall submit the following:
STANDARD SPECIFICATION
FOR
INTRUSIVE TYPE PIG SIGNALLERS
(ONSHORE)
P-SPC-314
ABBREVIATIONS
CE : Carbon Equivalent
DN : Nominal Size
NB : Nominal Bore
OD : Outside Diameter
RJ : Ring Joint
CONTENTS
1.0 SCOPE ........................................................................................................................................................4
2.0 REFERENCE DOCUMENTS ......................................................................................................................4
3.0 MATERIAL ...................................................................................................................................................4
4.0 DESIGN AND CONSTRUCTION REQUIREMENT.....................................................................................4
5.0 INSPECTION AND TESTS..........................................................................................................................5
6.0 TEST CERTIFICATES.................................................................................................................................5
7.0 PAINTING, MARKING AND SHIPMENT .....................................................................................................6
8.0 SPARES AND ACCESSORIES ..................................................................................................................6
9.0 DOCUMENTATION .....................................................................................................................................6
1.0 SCOPE
This specification covers the minimum requirements for the design, manufacture, testing and supply
of Intrusive Type Pig Signallers, used for the detection of passage of scraper and instrumented
gauging pigs, to be installed in onshore pipelines transporting non-sour hydrocarbons in liquid or
gaseous phase including Liquefied Petroleum Gas (LPG).
2.0 REFERENCE DOCUMENTS
Reference has also been made in this specification to the latest edition (edition enforce at the time of
issue of enquiry) of the following Codes, Standards and Specifications.
a) ASME B 31.4 : Pipeline Transportation Systems for Liquids and Slurries.
d) ASTM A 370 : Standard Test Methods and Definitions for Mechanical Testing Steel
Products
e) ASME SecVIII-DIV. 1: Boiler and Pressure Vessel Code - Rules for Construction of Pressure
Vessels.
f) ASME Sec IX : Qualification Standard for Welding, Brazing, and Fusing Procedures;
Welders; Brazers; and Welding, Brazing, and Fusing Operators
In case of conflict between the requirements of this specification and the Codes, Standards and
Specifications referred above, the requirements of this specification shall govern.
3.0 MATERIAL
3.1 Material for major components of the pig signallers shall be as indicated in Pig Signaller Data Sheet.
Other components shall be as per Manufacturer's Standard suitable for the service conditions
indicated in Data Sheet, which will be subject to approval by Company. In addition, the material shall
also meet the requirements specified hereinafter.
3.2 Carbon Steel used in the manufacture of Pig Signallers shall be fully killed.
3.3 Scarfed welding base shall have Carbon Equivalent (CE) not greater than 0.45 on check analysis,
calculated as per the following formula:
4.3 Design of pig signallers shall be such that any possibility of signaller being operated by line pressure
is eliminated. Design of pig signallers shall also be such that repair and installation of
internal/accessories are possible under pressure, without removing the unit from the line.
4.4 Pig signallers shall be provided with a visual indicator to indicate the passage of pigs, by means of
spring loaded metal shaft. The arm shall lock in down position when manually reset.
4.5 When specified in Data Sheet, pig signallers shall be fitted with sealed, weather proof and explosion
proof microswitch for remote signal indication. The area classification and rating of microswitch shall
be as indicated in Data Sheet.
4.6 All welds shall be made by welders and welding procedures qualified in accordance with the provisions
of ASME Section IX.
4.7 When specified in the Data Sheet, pig signallers shall be provided with extension, suitable for
installation on underground pipeline.
5.0 INSPECTION AND TESTS
5.1 The Manufacturer shall perform all inspections and tests as per the requirements of this specification
and the relevant codes, standards and specifications, prior to shipment at his Works. Such inspections
and tests shall be, but not limited to, the following:
5.1.1 All pig signallers shall be visually inspected. The internal and external surfaces shall be free from any
strikes, gouges and other detrimental defects. The surfaces shall be thoroughly cleaned and free from
dirt, rust and scales.
5.1.2 Hydrostatic test shall be conducted at a pressure equal to 1.25/ 1.5 times the design pressure for liquid
/ gas service as indicated in data sheet. Hydrotest duration shall be 15 minutes.
5.1.3 All weld joints shall be non-destructively examined by ultrasonic method for butt welded joints and by
ultrasonic method/ magnetic particle method for Socket welded joints. The acceptance criteria shall
be as per ASME Section VIII Division 1, Appendix 12 (for ultrasonic method) & Appendix 6 (for
magnetic particle method).
5.1.4 The welding end up to 50 mm shall be inspected ultrasonically over the entire circumference for
lamination type defects. Laminations shall not be acceptable. The Bevel shall be examined for
detection of Crack by Ultrasonic Test/ Magnetic Particle Test/ Die Penetrant Test. Crack is not
acceptable.
5.1.5 All forgings shall be wet magnetic particle examined on 100% of the forged surfaces. Method and
acceptance shall comply with MSS-SP-53.
5.1.6 Manufacturers shall perform functional tests to establish satisfactory performance of both manual and
electrical indications.
5.2 Company's Inspector reserves the right to perform stage wise inspection and witness tests, including
hydrostatic test, as indicated in specification, at Manufacturer's Works prior to shipment. Manufacturer
shall give reasonable notice of time and shall provide without charge reasonable access and facilities
required for inspection, to the Company's Inspector.
Inspection and tests performed/witnessed by Company's Inspector shall in no way relieve the
Manufacturer's obligation to perform the required inspection and tests.
6.0 TEST CERTIFICATES
6.1 Test certificates for material compliance as per relevant material standards.
6.2 Test certificates of hydrostatic and functional tests.
6.3 Test reports of ultrasonic/magnetic particle/ Die Penetrant inspection.
7.0 PAINTING, MARKING AND SHIPMENT
7.1 After all inspection and tests required have been carried out, the exterior surface of the pig signaller
shall be thoroughly cleaned, freed from rust and grease and applied with sufficient coats of corrosion
resistant paint. In case of pig signallers with extension, the buried portion shall be painted with 100%
solid high build epoxy with a minimum dry film thickness of 800 microns or 1.5 mm thick Polyurethane
coating. Manufacturer shall indicate the type and corrosion resistant paint used in the drawings
submitted for approval.
7.2 A corrosion resistant metal tag shall be permanently attached with each unit, with the following
marking:
i) Manufacturer's name.
ii) Suitable for installation in mm dia. pipeline
iii) ANSI Rating
iv) Tag No.
7.3 Each unit shall be suitably protected to avoid any damage during transit. Care shall be exercised during
packing to prevent any damage to the welding ends. All machined surfaces subject to corrosion shall
be well protected by a coat of grease or other suitable materials.
8.0 SPARES AND ACCESSORIES
8.1 Manufacturer shall furnish list of recommended spares and accessories for pig signallers required
during start-up and commissioning and supply of such spares shall be included in the price quoted by
Manufacturer.
8.2 Manufacturer shall furnish list of recommended spares and accessories (including jacketing bracket)
required for two years of normal operation and maintenance of pig signallers and price for such spares
shall be quoted separately.
9.0 DOCUMENTATION
STANDARD SPECIFICATION
FOR
PAINTING
P-SPC-410
CONTENTS
1.0 GENERAL 3
2.0 CODES & STANDARDS 4
3.0 CONDITIONS OF DELIVERY 5
4.0 COMPOSITION OF THE PAINT PRODUCTS USED 5
5.0 IDENTIFICATION 6
6.0 SURFACE PREPARATION STANDARDS 6
7.0 PREPARATION OF THE SURFACES 7
8.0 METALLISATION 13
9.0 COATING PROCEDURE AND APPLICATION 14
10.0 PAINT MATERIAL 15
11.0 MANUFACTURERS 21
12.0 COLOR CODE FOR PIPING: 21
18.0 PAINT SYSTEMS 24
19.0 GROUND-LEVEL TRANSITION POINT 29
20.0 USE OF SCAFFOLDING 30
21.0 QUALITY CONTROLS AND GUARANTEE 30
1.0 GENERAL
1.1 This technical specification shall be applicable for the work covered by the contract, and without
prejudice to the provisions of various codes of practice, standard specifications etc. It is understood
that contractor shall carry out the work in all respects with the best quality of materials and
workmanship and in accordance with the best engineering practice and instructions of Engineer-In-
Charge.
Wherever it is stated in the specification that a specific material is to be supplied or a specific work is to
be done, it shall be deemed that the same shall be supplied or carried out by the contractor. Any
deviation from this standard without written deviation permit from appropriate authority will result in
rejection of job.
1.2 SCOPE
1.2.1 Scope of work covered in the specification shall include, without being limited to the following.
1.2.2 This specification defines the requirements for surface preparation, selection and application of primers
and paints on external surfaces of equipment, vessels, machinery, piping, ducts, steel structures,
external & internal protection of storage tanks for all services, MS Chimney without Refractory lining
and Flare lines etc. The items listed in the heading of tables of paint systems is indicative only,
however, the contractor is fully responsible for carrying out all the necessary painting, coating and
lining on external and internal surfaces as per the tender requirement.
1.2.3.1 The following surfaces and materials shall require shop, pre-erection and field painting:
a. All un-insulated C.S. & A.S. equipment like columns, vessels, drums, storage tanks (both external
& internal surfaces), heat exchangers, pumps, compressors, electrical panels and motors etc.
b. All un-insulated carbon and low alloy piping, fittings and valves (including painting of identification
marks), furnace ducts and stacks.
d. All structural steel work, pipe, structural steel supports, walkways, handrails, ladders, platforms etc.
e. Flare lines, external surfaces of MS chimney with or without refractory lining and internal surfaces
of MS chimney without refractory lining.
f. Identification colour bands on all piping as required including insulated aluminium clad, galvanised,
SS and nonferrous piping.
i. Supply of all primers, paints and all other materials required for painting (other than Owner
supplied materials)
k. Painting under insulation for carbon steel, alloy steel and stainless steel as specified.
m. Repair work of damaged pre-erection/fabrication and shop primer and weld joints in the field/site
before and after erection as required.
n. All CS Piping, equipments, storage tanks and internal surfaces of RCC tanks in ETP plant.
1.2.3.2 The following surfaces and materials shall not require painting in general. However, if there is any
specific requirement by the owner, the same shall be painted as per the relevant specifications:
1.2.4 Documents
1.2.4.1 The contractor shall perform the work in accordance with the following documents issued to him for
execution of work.
1.2.5 Unless otherwise instructed, final painting on pre-erection/ shop primed pipes and equipments shall be
painted in the field, only after the mechanical completion, testing on systems are completed as well as
after completion of steam purging wherever required.
1.2.6 Changes and deviations required for any specific job due to clients requirement or otherwise shall be
referred to PLECO for deviation permit.
Without prejudice to the specifications of the contract, the following codes and standards shall be
followed for the work covered by this contract.
IS: 101 Methods of test for ready mixed paints and enamels,
IS: 2074 Specifications for ready mixed paint, red oxide zinc chrome priming.
IS: 2932 Specification for enamel, synthetic, exterior (a) undercoating. (b) Finishing.
Packaging
Every recipient will be fitted with a hermetically-sealed lid with an opening that is sufficiently large to
allow the contents to be stirred: the outside and inside are protected against oxidation, and, the lid, are
marked with a strip of color identical to the contents.
a) Quality
The composition and quality of the products may not differ from batch to batch. A batch is all of
the products of a specified manufacture. If the analyses of products bring to light that the
composition does not conform to the specifications of the paint manufacturer, the OWNER
may refuse to use this batch of products. The paint products must comply with the following
conditions
They must have the viscosity necessary for the described use and the established
condition: use of the brush - paint roller (spray gun only for special cases and in the
workshop)
While the works are in progress on the construction site, the OWNER may carry out sampling
on the paint being used for the purpose of checking conformity. The paint products must be
made available free of charge to the laboratory or the approved supervisory body in sufficient
quantities so that all the tests can be carried out on the same batch.
Before proceeding the work, a product that does conform will be required. The only Purpose of
the analysis is to reveal any nonconformity of the composition of the products. Their purpose is
therefore not to assess the quality of the different components. The analyses concerned are
not acceptance tests of the products supplied and in no way affect the obligations of the
contractor specified in the contract towards the OWNER.
5.0 IDENTIFICATION
Batch no
At the time of delivery, this packaging must bear labels in conformity with the legal stipulations in force.
After completion of a job a general clean-up shall be carried out by the Contractor to remove all debris,
materials or irregularities that his work has brought to the site so that it is left tidy:
The Contractor will make the required repairs to any damage after refitting the supports.
5. IS-1477-1971 (Part-1) - Code of Practice for Painting of Ferrous metals in Buildings. (Part 1,
Pre-treatment)
a) The contractor shall arrange, at his own cost to keep a set of latest edition of above
standards and codes at site.
b) The paint manufacturer's instruction shall be followed as far as practicable at all times.
Particular attention shall be paid to the following:
The cases that occur in practice on building sites, with regard to painted surfaces, can be broken down
as follows:
Good preparation of surface is the best guarantee for good anti-corrosion protection.
Paintwork may never begin until the surface to be treated is dry and is independent of the base coat
and cleared of dirt, dust, rust, scale, grease, salt attack, cement powder, cement mud-scale, sand, oil,
etc.
Based on the environmental conditions of coastal and saline nature, the Painting specification for
station pipes defines the complete requirements like:
The pipeline passes through the coastal and marine environment, the Table-4 of this specification to
be followed for the painting works.
The method of preparation of the surface will be implemented in accordance with the preparation
methods described below:
Bright blast-cleaning
Mechanical or Power tool cleaning
Manual or hand tool cleaning
The Contractor should have the required material at his disposal to clean the surfaces to be coated
thoroughly in accordance with the preparation methods regardless of the form or the condition of such
surfaces. The cleaning devices that might be damaged during the surface preparation shall be
screened off by the Contractor.
Before beginning cleaning by blasting, the person carrying out the work will take the following
measures:
To prevent rust forming quickly as the result of humidity on the blasted surface, cleaning by blasting
may only be carried out when the temperature of the steel surface is at least 3°C higher than the dew-
point of the ambient air.
Blasting may not be carried out if the relative degree of humidity exceeds 80%. The choice of the type
of blasting medium used depends on local circumstances such as the possible presence of gas and
the material to be blasted.
The abrasive to be used must conform to the local law i.e. it may contain no carbon and less than 1%
free silicon dioxide. The Sa 3 will always be requested and must at least reach Sa 2½ during the initial
stage of the paintwork. For blasting followed by metallization, the surface preparation degree to be
achieved is always Sa 3. The degree of cleanliness to be obtained will be inspected in accordance with
the Swedish standard SVENSK STANDARD ISO 8501-1-1988 SIS 05.5900.
Sa 3: surface blasted down to the bare metal; when the surface is inspected with a magnifying
glass, scale, rust and foreign bodies must be completely removed and it should be possible to
raise a metallic -shine on the treated surface.
Sa 2 1/2: blasted very carefully. Scale, rust and foreign bodies must be removed in such a way
that anything left behind will only be visible as nuances (shading) or strips.
The blast-cleaning will be carried out by means of compressed air free of water and oil.
After the blasting and before painting, the surface should be completely cleaned of blasting material
and so forth with a soft brush, a dry cloth or dry compressed air.
If sandblasting is not permitted or if the metal structures are not easily accessible for blasting or
blasting for one reason or other is technically unfeasible, mechanical de rusting can be used instead.
With mechanical cleaning by means of chipping, rotating steel brushes and sanding discs, a degree of
cleanliness St. 3 should be reached.
St 3: removal of the old paint layers of which the adhesion leaves something to be desired and/or of
which the paint layer no longer fulfills the requirements.
If parts are present that are so corroded that St 3 is difficult to achieve, this should be notified to the
OWNER representative prior to the start of the works.
N.B:
St. 3: means removal of every old paint layer. Retouching means local polishing with St. 3 or Sa 3
followed by application of the desired painting system.
After mechanical cleaning, the surface should be made dust-flee with a cloth or a so brush, washed
with an organic solvent and thoroughly dried off with a dry cloth (e.g. with 1.1.1. Trichoroethane such
as Solvethane, Chloroethene).
Manual derusting with the aid of scrapers. steel brushes, sandpaper etc. shall only be permitted in
exceptional cases for local repairs. Any deviation there from must be requested from the OWNER/
OWNER 's Representative.
With manual derusting, a surface preparation degree St 3 must be obtained. The length of the handles
of the equipment used may not exceed 50 cm.
This layer is in general applied by the manufacturer, for example, on valves, regulators etc. Layers of
this kind will be checked for their proper adhesion in accordance with ASTM D 3359, method A
(Standard Test Method for measuring adhesion by tape test). The adhesion should be at least.
If the paint layer shows less adhesion or is incompatible with the rest of the system it should be
completely removed. If the paint layer is not removed, the Contractor accepts it in the state in which the
coating is found and the guarantee remains in force. The adhesion does not have to be examined if
system 63 has already been applied in the workshop on behalf of the OWNER.
The Contractor, who must provide for the protection on the construction site, must therefore obtain the
information regarding the treatment of the surface and the quality of the paint that was used and must,
moreover, examine the adhesion of the layer on the construction site, the percentage of damage and
weathering as well as the value of the preparation of the surface in the workshop together with the
thickness thereof that must be supplemented if necessary.
a) Galvanized surface
Galvanized surfaces, both old and new will be carefully roughened up. Every foreign body
(concrete splatters, chalk marks, grease and oil stains, etc.) will be removed. Thereafter, rub
the surfaces with abundant water and, if necessary, with cleaning products.
To this end, nylon brushes will be used for every kind of dirt as well as for removing zinc salt
residue. Thereafter, the surfaces will be treated in accordance with system 21. Where the zinc
layer is lacking, it will be derusted manually to a degree of cleanliness St 3, after which a
primer coat will be applied in accordance with system 22.
If the paint layer adheres well and is applied on a clean base, the painting system described may be
continued. If the percentage of damage and weathering does not exceed 5 % m. retouching may be
considered. These partial repairs will be carried out.
If on the other hand, the percentage of damage does exceed 5 %/m or if the layer applied in the
workshop comes loose the Contractor must draw the attention of the OWNER to this and carry out the
complete application system.
7.6 Preparation of surfaces covered with earlier paint layers that show different degrees of weathering.
If the surfaces do not show deep weathering limited to the spread of rust by small pitted areas or non-
penetrative rust in spots, it will very often be sufficient to clean the surfaces with abrasives or with an
abrasive disc, then to rub them down with steel wool, remove the dust and wash off. If thick rust
appears, in spots, scale rust and active rust canker, this should be removed with needle hammers or
stripped away directly by blasting, removing the dust and washing off.
Remove unsound paint layers and loose components with scrapers, blades or rotating steel brushes.
Thoroughly clean the entire surface with water containing ammonia. Thoroughly remove moss, algae
and fungal growths. Where these growths have been removed, treat the area with a fungicide in
accordance with the instructions for use.
Once the entire area is completely dry, brush off the dead residue of moss, algae and fungus with a
hard brush. In the case of reinforcement steel that has been laid bare, remove as rust, dust and grease
as possible and treat with a printer coat. When painting concrete surfaces, they must first be checked
for cracks. Cracks larger than 0.3 mm must be repaired with an appropriate system in accordance with
the type and extent of the repairs (e.g. injection with epoxy mortar). Repair damage such as cracks and
bursts to concrete parts with a two-component mortar or preferably with micro-mortars. Finally check
the alkalinity of the surface with the aid of litmus paper and neutralize it if necessary.
It is sometimes necessary to use solvents when the surfaces to be painted are streaked with grease or
oil. In this case a suitable organic solvent should be applied. The operation should be carried out with
the aid of clean brushes or rags and clean solvent.
All the legal specifications in connection with solvents etc. must be adhered to. The
OWNER/OWNER's Representative will be informed in advance of any toxicity or flammability. All
measures must be taken to prevent any risk of fire and to nick out any possibility of poisoning
(ventilation). The Contractor will provide drip collectors to keep the environment free of pollution.
The Contractor must have the equipment necessary for the removal of asphalt from the pipe without
damaging the latter (scratching, impact, etc,). The Contractor undertakes to carry out the work in
accordance with an approved procedure.
Removal of loose
rust, loose mill scale
1 and loose paint, ST.2 SSPC-SP-2 -
chipping, scrapping,
standing and wire
brushing. Surface This method is
should have a faint applied when the
metallic sheen surface is exposed to
Mechanical or power normal atmospheric
tool cleaning conditions when other
methods cannot be
Removal of loose adopted and also for
rust loose mill scale and spot cleaning during
loose paint to degree maintenance painting.
specified by power tool
2 ST.3 SSPC-SP-3 -
chipping, de-scaling,
sanding, wire brushing
and grinding, after
removal of dust, surface
should have a
pronounced metallic
sheen.
Dry abrasive
Blast cleaning
3
There are four
common grades of blast
cleaning
White metal
The minimum
requirement for
Near white metal chemically resistant
paint systems such as
Blast cleaning to near epoxy, vinyl,
white metal cleanliness, polyurethane based
3.2 until at least 95% of SA 2½ SSPC-SP-10 NACE#2 and inorganic zinc
each element of surface silicate paints, also
area is free of all visible for conventional paint
residues with desired systems used under
surface profile. fairly corrosive
conditions to obtain
desired life of paint
system.
Commercial Blast
For steel required to
be painted with
Blast cleaning until at
conventional paints
least two-third of each
3.3 SA 2 SSPC-SP-6 NO.3 for exposure to
element of surface area
mildly corrosive
is free of all visible
atmosphere for longer
residues with desired
life of the paint
surface profile.
systems.
Brush-off Blast
8.0 METALLISATION
Metallization is carried out as rapidly as possible after blasting in order to limit corrosion of the pipes
(max. 3 hours later). With metallization, a surface preparation degree Sa 3 is compulsory. The
roughness of the blasted surfaces should be from 25 to 50µ R Max.
The metallizing is always carried out on dry parts in good weather conditions (maximum
relative humidity 80 %);
For metallization, a wire composed of 85 % zinc and 15 % aluminum with a minimum guaranteed
degree of purity of 99.5 % is used (subject to other specifications). The application thereof is
always carried out in accordance with the conditions of the manufacturer and may at all times be
submitted to the OWNER’s representative.
The sealant must be thinned and applied as per the present specifications. A visual
inspection whereby the sealant completely covers the metallization will suffice here.
When evaluating the metallization, a negative deviation from the minimum coating
thickness, to 80 µ for 20% of the measurements will be permitted.
All preparatory work and painting may only he carried out in dry weather and at a minimum
temperature of 10C, except for special eases requested by the OWNER's Representative.
Unless otherwise stipulated in the specifications of the paint supplier, application of the paint is
forbidden if it is forecast that the temperature will fall to below 0C before the paint is dry. The
temperature of-the surface to be painted must be at least 3°C higher than the dew point of the ambient
air. Application of the paint is also not permitted if there is a danger that the coat of paint will not be dry
before dew or condensation sets in.
If the temperature of the surface to be painted is higher than that described by the supplier.
In rain, snow, mist or fog or when the relative humidity is higher than 80 %.
Coats that have not yet dried and have been exposed to frost, mist, snow or rain and might thereby be
damaged must be removed after drying and the surfaces must be repainted at the expense of the
Contractor.
The first coat of paint must be applied maximum 3 hours after the preparation of the surface of the
relative humidity of the air is between 50% and 80%. This time span may be increased to 6 hours if the
relative humidity is less than 50%. In all cases, the preparation of the surface must exhibit degree Sa 3
and at the very least the appearance of degree Sa 2 ½ at the time of painting.
The coats of paint may only be applied on carefully cleaned surfaces that must be dry and free of
grease and dust.
Painting may be carried out when the Contractor can be sure that the instructions of the paint supplier
have been scrupulously followed with regard to the parameters in the following (non-exhaustive) list:
Ambient temperature.
Surface temperature.
Relative humidity.
Dew point.
Drying times.
The Contractor must in this respect be able to produce the instructions for the paint on the site. The
OWNER/CONSULTANT will guarantee 100% supervision in this regard during the execution of the
work.
In addition, the paintwork may only be carried out to a minimum ambient temperature of 5°C and/or to
a maximum relative degree of humidity of 85 %. Application of the paint is also not permitted if there is
a danger that the coat of paint will not be dry before dew or condensation sets in.
Manufacturers shall furnish the characteristics of all paints indicating the suitability for the
required service conditions. Primer and finish coats shall be of class-I quality and shall
conform to the following:
a) Primer (P-1)
Type and Composition Single pack, Modified phenolic alkyd medium pigmented
with red oxide and zinc chromate.
b) Primer (P-2)
Type and Composition Single pack, Air Drying Chlorinated rubber medium
Plasticized with unsaponifiable plasticiser pigmented with
zinc phosphate
c) Primer (P-3)
Type and Composition Single Pack, Synthetic medium, pigmented with zinc
phosphate.
d) Primer (P-4)
Type and Composition Two pack Poly vinyl butyral resin medium cured with
phosphoric acid solution pigmented with zinc tetroxy
chromate.
e) Primer (P-5)
Type and Composition Two packs, Polyamide cured epoxy resin medium
pigmented with zinc chromate.
f) Primer (P-6)
Type and Composition Two packs, Polyamide cured Epoxy resin medium
pigmented with zinc phosphate.
g) Primer (P-7)
Type and composition two pack Poly Polyamide cured epoxy resin medium
pigmented with micaceous iron oxide. Volume solids 7- 8%
h) Primer (P-8)
Type and Composition two pack. Polyamine cured epoxy resin pigmented with Red
oxide and Zinc phosphate.
i) Primer (P-9)
Epoxy based tie coat (suitable for conventional alkyd based coating prior to application of
acrylic polyurethane epoxy finishing coat)
Type and Composition Two packs, Polyamide cured epoxy resin medium
suitably pigmented.
Synthetic Enamel
Type and Composition Single pack, Alkyd medium pigmented with superior
quality water and weather resistant pigments
DFT 20 - 25 microns/coat
Type and Composition Two pack, Acrylic resin and iso-cyanate hardener
suitably pigmented.
Type and Composition Single pack, Plasticised chlorinated rubber medium with
chemical & weather resistant pigments.
Type and Composition Single pack Chlorinated rubber based high build pigmented
with micaceous iron oxide.
DFT 65 - 75 microns/coat
Type and Composition Two pack. Polyamide-amine cured epoxy resin medium
suitably pigmented.
Type and Composition Two pack, Polyamine cured epoxy resin blended with Coal
Tar.
Type and Composition Two packs. Polyamide-amine cured epoxy resin suitably
pigmented. Capable of adhering to manually prepared surface
and old coatings.
Type and Composition Two packs, self-cured solvent based inorganic zinc silicate
coating.
DFT 65 - 75 microns/coat
Type and Composition Single pack. Reinforced bituminous composition phenol based
resin.
Type and Composition Duel container (paste & medium). Heat resistant spec varnish
medium combined with aluminium flakes.
Type and Composition Single pack Silicone resin based with aluminium flakes.
Type and Composition Single Pack, Synthetic medium rubber medium combined with
leafing Aluminium,
Notes:
1 Covering capacity and DFT depends on method of application Covering capacity specified
above is theoretical. Allowing the losses during application, min specified DFT should be
maintained.
2. All paints shall be applied in accordance with manufacturer's instructions for surface
preparation, intervals, curing and application. The surface preparation quality and workmanship
should be ensured.
3. Selected chlorinated rubber paint should have resistance to corrosive atmosphere and suitable
for marine environment,
4 All primers and finish coats should be cold cured and air-drying unless otherwise specified.
5. Technical data sheets for all paints shall be supplied at the time of submission of quotations.
6. In case of use of epoxy tie coat, manufacturer should demonstrate satisfactory test for inter
coat adhesion. In case of limited availability of epoxy tie coat (P-9) alternate system may be
used taking into the service requirement of the system.
7. In case of F-6, F-9, F-1 1 & F-1 2 Finish Coats, No Primer are required.
11.0 MANUFACTURERS
The paints shall conform to the specifications given above and Class-I quality in their products range of
any of the-following manufacturer or other approved vendors:
STORAGE
All paints and painting material shall be stored only in rooms to be provided by contractor and
approved by OWNER/ OWNER 's Representative for the purpose. AlI necessary precautions shall be
taken to prevent fire. The storage building shall preferably be separate from adjacent, building.
A signboard bearing the words given below shall be clearly displayed outside:
PAINT STORAGE No NAKED LIGHT highly -inflammable
i) For identification of pipelines, the color code as per Table -1 shall be used.
ii) The color code scheme is intended for identification of the individual group of the pipeline. The system of
color coding consists of a ground color and color bands superimposed on it.
iii) Colors (Ground) as given in Table-2 shall be applied throughout the entire length of un insulated
pipes, on the metal cladding & on surfaces. Ground color coating of minimum 2m length or of adequate
length not to be mistaken as color band shall be applied at places requiring color bands. Color bands
shall be applied as per approved procedure.
iv) Line coating shall meet DIN 30670 standard for external coating and API 5L RP – 2 for internal coating.
v) The thickness for the epoxy should be 180 microns, adhesive 200 microns and balance should be PE .
vi) The minimum coating thickness on weld seam shall be 3.2 mm and minimum coating thickness on body
should be 3.2.
vii) Minimum thickness for liquid epoxy for internal coating should be 100 ± 20 microns.
Max design temperature for coating should be considered +80 ºC.
COLOR CODE:
1 COMPRESSED AIR
2 GASES
3 ALL EQUIPMENT
IDENTIFICATION SIGN
i) Colors of arrows shall be black or white and in contrast to the color on which they are
superimposed.
ii) Product names shall be marked at pump inlet, outlet and battery limit in a suitable size as
approved by OWNER.
a) Color Bands
b) Whenever it is required by the OWNER to indicate that a pipeline carries a hazardous material,
a hazard marking of diagonal stripes of black and golden, yellow as per IS:2379 shall be
painted on the ground color.
IDENTIFICATION OF EQUIPMENT
All equipment shall be stenciled in black or white on each vessels, column, equipment, and painting as
per approved procedure.
2. The painting work shall be subject to inspection by OWNER/ OWNER's Representative at all
times. In particular, following stage wise inspection will be performed and contractor shall offer
the work for inspection and approval at every stage before proceeding with the next stage.
In addition to above. record should include type of shop primer already applied on equipment e.g. Red
oxide zinc chromate or zinc chromate or Red lead primer etc.
Any defect noticed during the various stages of inspection shall be rectified by the contractor to the
entire satisfaction of OWNER/ OWNER's Representative before proceeding further. Irrespective of the
inspection, repair and approval at intermediate stages of work. Contractor shall be responsible for
making good any defects found during final inspection/guarantee period/defect liability period as
defined in general condition of contract. Dry film thickness (DFT) shall be checked and recorded after
application of each coat and extra coat of paint should be applied to make-up the DFT specified
without any extra cost to OWNER.
PRIMER APPLICATION
i. The contractor shall provide standard thickness measurement instrument with appropriate
range(s) for measuring.
Dry film thickness of each coat, surface profile gauge for checking of surface profile in case of
sand blasting. Holiday detectors and pinhole detector and protector whenever required for
checking in case of immerse conditions.
ii. At the discretion of OWNER/ OWNER's Representative, contractor has to provide the paint
manufacturers expert technical service at site as and when required. For this service, there
should not be any extra cost to the OWNER.
iii. Final Inspection shall include measurement of paint dry film thickness, check of finish and
workmanship. The thickness should be measured at as many points/ locations as decided by
OWNER/ OWNER's Representative and shall be within +10% of the dry film thickness.
iv. The contractor shall produce test reports from manufacturer regarding the quality of the
particular batch of paint supplied. The OWNER shall have the right to test wet samples of paint
at random for quality of same. Batch test reports of the manufacturer's for each batch of paints
supplied shall be made available by the contractor.
The paint system should vary, with type of environment envisaged in and around the plants. The types
of environment as given below are considered for selection of paint system. The paint system is also
given for specific requirements.
Notes 1. Primers and finish coats for any particular paint systems shall be from same
manufacturer in order to ensure compatibility.
TABLE 18.1: LIST OF PRIMERS & FINISH PAINTS
PRIMERS
P-6 Two component Epoxy Zinc Phosphate Primer cured with polyamine hardener
F-6 High Build Epoxy finish coating cured with polyamide 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-11 Heat resistant synthetic medium based Aluminium paint suitable for 250 deg C
F-12 Two component Heat resistant Silicone Aluminium paint. suitable for 400 deg C
Table – 18.2: Painting System for Normal Industrial Environment for Piping and Equipment (Above
Ground)
Two coats
Two coats of
P-1, 25
F-1, 20
2 21 to 60 SSPC-SP-6 microns/ 90 -
microns/coat
coat
(min)
(min.)
Three coats
Paint application at ambient
of F-11, 20
4 81 to 250 SSPC-SP-6 - 60 temp. curing at elevated
microns/ coat
temp. during start-up.
(min)
Three coats
of F-12, 20
5 251 to 400 SSPC-SP-10 - 60 -do-
microns/ coat
(min)
Table – 18.3: Painting System for Corrosive Industrial Environment for Piping and Equipment (Above
Ground)
One coats
F- 6, 100
Two
coats P- microns
6, 35 coat (min.) Paint application
1 -14 to 80 SSPC-SP-10 microns / and one 210
coats F- 2 at ambient temp.
coat 40
(min.)
microns
coat (min.)
Table – 18.4 : Painting System for Coastal and Marine Environment for Piping and Equipment
(Above Ground)
Two coats F-
Two coats 6, 100
Primer and Finish
P-6. 35 microns /coat
1 -14 to 80 SSPC-SP-10 (min.) and one 310 coat application
Microns.
coats F-2 40 at Ambient temp.
coat (Min.) Microns /coat
(min.)
Paint application.
- Three coats
F- 12, 20 at ambient temp,
2 81 to 400 SSPC-SP-I0 - 60
Microns / coat and curing at
(min.)
250oC for 4 hours
Table – 18.5 : Painting System for External Side of Underground Tanks in all areas.
Neither the environment of the site nor the marking labels of devices may be covered with paint nor
must they be kept free of paint splashes. To this end, it is advisable to use removable masking tape.
Paint splashes, leaks, etc. on any adjacent installations such as measuring apparatus, valves, pipes.
Sources of light, insulation, heat insulators, walls, concrete, etc, must immediately be wiped up and the
damage repaired before the paint is dry.
Otherwise, the OWNER will be obliged to have the cleaning carried out at the expense of the
Contractor. The paint recipient will only be opened at the time of use (unless otherwise specified by the
manufacturer).
The product will be mixed in the recipient with the aid of suitable tools and thus homogenized.
Normally, three methods of application will be used on the construction site for the paint products. i.e.
with a brush, with a roller or with a spray gun.
The brush method makes it possible to obtain good penetration of the paint over irregularities in the
metal.
Only this method will be used for application of the base coats, for retouching and for protrusions,
welded areas, riveted joints or bolted joints:
The roller method may be used on large flat surfaces for the intermediate and topcoats.
The spray gun method must be used in accordance with the instructions of the manufacturer and
carried out by qualified personnel.
The Contractor must guarantee that all safety measures have been taken for such work. The spray gun
method may only he used on site for places that are difficult to reach with the brush. In this case, a
request must be made to the OWNER/ OWNER's Representative for a deviation.
All paintwork will be carried out with good brushes or rollers that are suitable for the type of paint being
used and for the form of the material to be painted and fitted with short handles. The maximum length
of the brush and roller handles will be 50 cm; longer handles may only be used for places that are
absolutely inaccessible. The maximum width of a brush will be 13 cm.
Application of the paint will be carried out in accordance with best practice in order to obtain a
homogeneous and continuous layer. The OWNER or the Approved Supervisory body demands that
painting of a layer will only be started after acceptance by them of the surface preparation or of the
previous layer of paint.
The layers of paint must have a uniform thickness. They must he spread in such a way that all concave
parts are dried out and that the surface is completely covered and has a glossy appearance without
leaving brush marks and without exhibiting bubbles, foam, wrinkles, drips, craters, skins or gums that
arise from weathered paint,
Each layer must have the color stipulated in the tables of the present specifications, which clearly
differs from the previous layer, taking account of the Color of the top layer, all of which for the purpose
of being able to identify the number of coats and their order of sequence. If the color of the coats is not
mentioned in the tables the color difference in consecutive coats must, if possible, he at least 100 RAL.
The color of the top layer is given in the table.
The coating power should be such that the underlying layer is not visible. Only 1 layer per day may be
applied, unless otherwise specified by the OWNER or the Approved Supervisory Body.
The drying times prescribed by the paint manufacturer must be strictly observed in relation to the
environmental conditions before proceeding with the application of the next layer.
The dry coating thickness indicated in the description of the paint systems are minimum thickness. In
this connection, the Contractor is obliged to contact the paint manufacturer and conform to his
guidelines. The Contractor must respect the thickness specified by the supplier.
In the case of works being carried out in a workshop, the metal structures will be surrounded by
ventilated contraction film that prevents damage during transportation. This film may only be applied
after complete polymerization of the paint.
The Contractor will provide system 02 over the entire length of the pipes above ground and below
ground and up to a height of 20 cm and a depth of 40 cm. perpendicular to the ground level mark. In
each case, he must ensure that the jointing below the asphalt is in good condition and assures'
faultless adhesion. He will apply the following products over the entire surface area, prepared in
accordance with is Sa 3:
2) Reinforced polyester ± 20 cm above the ground level marker and ± 5 cm on the asphalt cleaned
beforehand (application of reinforced polyester is carried out in accordance with the work
method prescribed by the manufacturer). Moreover, in the case of PE, in contrast to asphalt,
he will apply a polygon primer to PE immediately before applying the reinforced polyester.
3) He will then apply the other coats of system 01a to the surface section and thus cover the
reinforced polyester with about 5 cm.
4) For new constructions, the polygon primer will be applied to PE and then subsequently
processed as described under point 2.
Mounting, maintenance and dismantling of scaffolding for carrying out adaptation and/or paintwork to
surface gas pipes or gas transport installations in use;
The Contractor will specify the cost of scaffolding in the price list.
The supplementary rental price for delays attributable to the Contractor will be charged to him:
In his price quotation the Contractor should present the OWNER with diagrams of the scaffolding
that he intends to install for carrying out the works of the OWNER.
21.1 The Contractor is responsible for checking the weather conditions to ascertain whether the paintwork
can be carried out within the technical specifications.
The Contractor should have the required calibrated monitoring apparatus for this purpose on site (with
calibration certificates). The personnel who will have to use this apparatus should have the training for
this purpose.
The OWNER or his representative and possibly the approved supervisory body indicated by the
OWNER will maintain supervision during the works and inspect the works with random checks. A daily
report will be drawn up in relation to the department that maintains supervision of these works.
The supplementary inspection and the supervision by the OWNER or the approved supervisory body
do not diminish in any way the liability of the Contractor. The proper execution of the work and the
materials used may be checked at any time.
At the start of the works. The OWNER or the approved supervisory body will indicate a few surfaces
that the Contractor will prepare and cover in accordance with the recognized method of operation
under the inspection and to the satisfaction of all parties; the OWNER or his representative, the
approved supervisory body, the contractor and possibly the paint manufacturer. These reference
surfaces will serve as a point of comparison for the good adhesion of the paint on the installations as a
whole. The parties will together work out a system for the identification of these surfaces in order to be
able to monitor the conditions of the coatings over time. If the paintwork on a section of the installations
is in a worse condition than the reference surfaces, the Contractor may be obliged to treat these parts
again.
If on delivery of the works no agreement can be reached between the Contractor and the OWNER
regarding the conformity of the works to the requirements of these specifications, an Approved
Supervisory Body will he Called in. The Approved Supervisory Body will then carry out inspections' on
site whereby the following assessment criteria will be used:
The Swedish standards ISO 8501-1 1988 SS 05.5900 concerning the degree of
cleanliness of the areas derusted by blasting, by machine or by hand.
The wet film thickness of the paint will be measured in accordance with ISO 2808 or
ASTM DI 212;
The dry layer thickness of the film will be measured electronically, will complete
statistical information. in accordance will, ISO 2808 or ASTM D 1186.
The thickness of each layer will be measured in accordance with ISO 2808. ASTM 4138
or DIN 50986.
Adhesion tests will be carried out in accordance with ISO 2409. ASTM 3359 or DIN
53151.
Traction tests will he carried out in conformity with ISO 4624 or ASTM D 4541.
The non-porosity will be measured with a test tension depending on the type of coating,
the layer thickness and after consultation with the Paint manufacturer.
Any defects in the paint film may be inspected visually by means of a magnifying glass
or microscope. If necessary a photographic report may be drawn up in accordance with
ASTM Standard D 4121-82.
The final judgment of the Approved Supervisory Body is irrevocable and binding for the Contractor and
the OWNER. In the event of non-conformity of the works with the criteria of these specifications, all
costs arising from the inspection by the Approved Supervisory Body shall be borne by the Contractor.
21.4 Guarantee
a) General Principles
The properties of the environment to which the surfaces to be covered are: subject.
The observance of all stipulations of the specifications for paintwork regarding, among other
things:
The Contractor will carry out the requested repair work as promptly as possible.
Format : PLECO-F-006 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR
PL-ITP-011
SCRAPER LAUNCHER/ RECEIVER
Page 2 of 9
(ONSHORE)
REVISION RECORD
Revision
Rev. Revision Date Prepared by Checked by Approved by Authorized by
Description
04.01.2022
PNS MD AD SK
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR
PL-ITP-011
SCRAPER LAUNCHER/ RECEIVER
Page 3 of 9
(ONSHORE)
ABBREVIATIONS:
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR
PL-ITP-011
SCRAPER LAUNCHER/ RECEIVER
Page 4 of 9
(ONSHORE)
1.0 SCOPE
This Inspection and Test Plan covers the minimum testing requirements of Scraper Launcher/ Receiver (Onshore).
2.0 REFERENCES
SCOPE OF INSPECTION
S.NO. STAGE/ACTIVITY CHARACTERISTICS QUANTUM FORMAT OF
OF CHECK REPORT
SUB SUPPLIER TPIA
SUPPLIER
1.0 PROCEDURES
Hydro-test, Heat
Treatment, NDT and Documented Procedure
1.1 100% - H R
other procedures (as Procedures Documents
applicable)
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR
PL-ITP-011
SCRAPER LAUNCHER/ RECEIVER
Page 5 of 9
(ONSHORE)
SCOPE OF INSPECTION
S.NO. STAGE/ACTIVITY CHARACTERISTICS QUANTUM FORMAT OF
OF CHECK REPORT
SUB SUPPLIER TPIA
SUPPLIER
Chemical, Physical
Plates, Pipes, Tubes,
2.1 and other properties 100% H H
forgings, Fittings, Mill Test Certificates R
as per purchase
Fasteners, Gaskets, etc.
specification
Review of Test
Certificates, Markings,
Material identification for Visual and
3.1 100% Material Clearance - H
Pressure Parts (Plates, Dimensional H
Record
Pipes) inspection, identity co-
relation & Transfer of
identification marks
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR
PL-ITP-011
SCRAPER LAUNCHER/ RECEIVER
Page 6 of 9
(ONSHORE)
SCOPE OF INSPECTION
S.NO. STAGE/ACTIVITY CHARACTERISTICS QUANTUM FORMAT OF
OF CHECK REPORT
SUB SUPPLIER TPIA
SUPPLIER
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR
PL-ITP-011
SCRAPER LAUNCHER/ RECEIVER
Page 7 of 9
(ONSHORE)
SCOPE OF INSPECTION
S.NO. STAGE/ACTIVITY CHARACTERISTICS QUANTUM FORMAT OF
OF CHECK REPORT
SUB SUPPLIER TPIA
SUPPLIER
Visual, Inter-pass
temperature, DPT as 100% Inspection report - W -
3.6 Intermediate Inspection applicable
of Welds
Heat Treatment as 100% - W
HT Graph & record R
applicable
Visual inspection for
reinforcement, 100% - W
Inspection report -
undercuts, surface
3.7 Inspection of finished
defects, etc.
welds
Non-Destructive 100% NDT Report / RT - W R
Testing Films
Dimensions, Surface
Visual and dimension
3.8 defects, 100% - H
check before PWHT (as Inspection report R
Completeness of
applicable)
equipment.
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR
PL-ITP-011
SCRAPER LAUNCHER/ RECEIVER
Page 8 of 9
(ONSHORE)
SCOPE OF INSPECTION
S.NO. STAGE/ACTIVITY CHARACTERISTICS QUANTUM FORMAT OF
OF CHECK REPORT
SUB SUPPLIER TPIA
SUPPLIER
Each
3.10 PMI as applicable PMI Component Inspection report H W R
& weld
Dimensions, Surface
defects,
4.1 Visual & Dimensional - H
Completeness of 100% Inspection report H
Inspection after PWHT
equipment, Hardness
etc.
5.0 Painting
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR
PL-ITP-011
SCRAPER LAUNCHER/ RECEIVER
Page 9 of 9
(ONSHORE)
SCOPE OF INSPECTION
S.NO. STAGE/ACTIVITY CHARACTERISTICS QUANTUM FORMAT OF
OF CHECK REPORT
SUB SUPPLIER TPIA
SUPPLIER
Review of Stage
6.1 Documentation & Inspection Reports / Manufacturer TC & - H
100% H
Inspection Certificate (IC) Test Reports & Issue IC
of IC
Compilation of
Final data folder/
6.2 Final Document Inspection reports, - H
100% Completeness H
submission drawings, etc as per
certificate
VDR / PR
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).
vc
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 : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR PL-ITP-012
PIG SIGNALLERS Page 1 of 7
Format : PLECO-F-006 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR PL-ITP-012
PIG SIGNALLERS Page 2 of 7
REVISION RECORD
Revision
Rev. Revision Date Prepared by Checked by Approved by Authorized by
Description
04.01.2022
PNS MD AD SK
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR PL-ITP-012
PIG SIGNALLERS Page 3 of 7
ABBREVIATIONS:
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR PL-ITP-012
PIG SIGNALLERS Page 4 of 7
1.0 SCOPE
This Inspection and Test Plan covers the minimum testing requirements of Pig Signallers.
2.0 REFERENCES
SCOPE OF INSPECTION
1.0 Procedure
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR PL-ITP-012
PIG SIGNALLERS Page 5 of 7
Material
2.0
Inspection
Plates, Pipes,
Chemical Properties
Forgings for
Material Test
Trigger, Mounting As per
2.1 Tensile/Impact/Hardness/ HIC & Certificates/
Nozzle, Gaskets, Purchase H H R
other applicable tests Lab Test
Visual Indicator, Specification
Reports
Limit Switch,
NDT (As Applicable)
Fasteners etc.
In Process
3.0
Inspection
Identification of
3.1 Review of test certificates & Co-relation Inspection
Plates & Pipes 100% - H -
of marking Report
for pressure parts
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR PL-ITP-012
PIG SIGNALLERS Page 6 of 7
3.2 Machining of
Visual & Dimensional 100% HT Charts - H -
Components
Visual
Inspection
3.3 Inspection of
Applicable NDT 100% Reports/ RT - H R
Welds
Film
3.4 HT Chart/
Heat Treatment Heat Treatment as applicable 100% - H R
Record
Visual &
Dimensions & Completeness of Inspection
4.3 Dimensional 100% - H R
Assembly Report
Inspection
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
INSPECTION AND TEST PLAN FOR PL-ITP-012
PIG SIGNALLERS Page 7 of 7
5.0 Painting
Corrosion
Painting Scheme
Resistant
5.1 Painting & / or Inspection
Visual Check 100% - H -
Antifouling Report
Coating (As
Final DFT Check
Applicable)
6.0 Documentation
& IC
IC &
6.1 Documentation & Issue of IC & Final document Document
As per PR - H H
IC completeness certificates completeness
certificate
Legend: H – Hold (Do not proceed without approval), P – Perform, RW – Random Witness (As specified or 10% (min. 1 no. of each size and type of Bulk
item), R – Review, W – Witness (Give due notice, work may proceed after scheduled date).
1. 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 as per PO/PR/STANDARDS referred therein/ Job Specification/ Approved Documents.
Format : EN-030-06 © Pipeline Engineering Consultants Pvt. Ltd. All rights reserved.
DOCUMENT NO.
CHECKLIST - TECHNICAL P-STD-001
CHECKLIST – TECHNICAL
Compiled by
S.NO. Requirements
Bidder(Tick)
COMPLIANCE STATEMENT
Bidder’s
S.No Requirement
Confirmation
Bidder confirms that all spares and accessories required for two
3
years of normal operation have been quoted separately.
Proposed Deviation by
Contractor’s Contractor’s Cost Impact, if Contractor’s
S.No. Supplier, with Technical
Inquiry Reference Requirement any Conclusions
Justification
NOTES
1- Bidder confirms that apart of from the deviations/exceptions/clarifications listed above, the bid is in full
compliance with Inquiry requisition.
2- Bidder shall submit this sheet duly filled up and signed by him along with his bid. In case there is no
deviation, then also supplier shall submit this sheet along with his bid indicating NIL deviation.
Successful Bidder shall submit four copies unless noted otherwise, each of the following:
1. Inspection & test reports for all mandatory tests as per the applicable code as well as test reports for
any supplementary tests, in nicely bound volumes.
2. Filled in Quality Assurance Plan (QAP) for Purchaser's/ Consultant's approval. These QAPs shall be
submitted in two copies within 15 days from LOI/ FOI.
3. Detailed completion schedule activity wise (Bar Chart), within one week of placement of order.
NOTE:- U All drawings, instructions, catalogues, etc., shall be in English language and all dimensions
shall be metric units.
INSTRUCTION TO BIDDERS
1. Bidder to note that no correspondence shall be entered into or entertained after the bid
submission.
2. Bidder shall furnish quotation only in case he can supply material strictly as per this Material
Requisition and specification/data sheet forming part of Material Requisition.
3. If the offer contains any technical deviations or clarifications or stipulates any technical
specifications
(even if in line with MR requirements) and does not include complete scope & technical/
performance data required to be submitted with the offer, the offer shall be liable for rejection.
4. Bidder must submit all documents as listed in checklist with his offer.
5. Supplier must note that stage wise inspection for complete fabrication, testing including the raw
material inspected to be carried out.
6. Vendors for bought out items to be restricted to the approved vendor list attached with bid
document. Approval of additional vendor if required, for all critical bought out items shall be
obtained by the supplier from the purchaser before placement of order. Credentials/PTR of the
additional vendor proposed to be submitted by supplier for review and approval of Purchaser/
Purchaser’s representative
REFERENCE LIST
VENDOR DRAWINGS
DOCUMENT SCHEDULE
Status:
Vendor Drawing/ Document Submission Schedule
Date:
PO No.
Address
Item Description
Date
Contact Person: Fax:
Scheduled date of
Equipment/ Item Drg./Doc. Vendor Drg./ Category Review Form Electronic/
S. No. Vendor Drg./Doc. Title 1st submission Remarks
Number Nomenclature Doc. Number (R) / Records Print
(Rev.0)
22,Sarvodaya
1 Tata Projects Ltd. 0265-2392863 0265-2785952
Society,Nizampura,Baroda-390002
404,Mayuresh Chambers,Sector-
ABS Industrial Verification
4 11,CBD Belapur(E),Navi Mumbai- 022-27578780 /1 /2 022-27578784 / 5
Ltd., Mumbai
400614
Web : www.meenaar.in
Meenar Global M: +91-9711212783
13 Mr. Nitin Taneja (Project Manager) Email :
Consultants T: +91-129-4072836
[email protected]