Pipeline Equipment Procurement
Pipeline Equipment Procurement
VOLUME – II OF II
ITEM : BI-DIRECTIONAL SCRAPER TRAP WITH PIG SIGNALLERS, PSVs and QOECs
(for Blow down Line)
MATERIAL REQUISITION
Item Description Tag No. Qty. Remarks Destination
No. / Store
Design, Manufacture & Fabrication, Procurement of Materials and bought out components, assembly at
1.0 shop, inspection, testing at manufacturer's works, preparation of shipment / packing, transport, delivery,
Unloading and stacking of the Bi-Directional Scrapper Trap System suitable for accommodating
intelligent pigs & other cleaning / displacement / gauging pigs, welded with Quick Opening End Closure
(QOEC) suitable for horizontal installation including all accessories required to make above Bi-
Directional Scrapper Trap system complete operational and QOEC shall be hand operated by a single
lever operation and operable by one operator. Scope of supply shall include but not limited to supply &
placement of perforated SS Tray inside the Bi-Directional Scrapper Trap, supply and mounting of Pig
Signaller on the Bi-Directional Scrapper Trap, supply of Pig Signaller with welded isolation ball valve for
mounting on pipeline, supply of Pig Handling (insertion / retraction) System, supply of Jib Crane of
sufficient capacity including supply of matching flanges for all the flanged end nozzle. Required studs,
Nuts, bolts, Gaskets and foundation Bolts for Bi-Directional Scrapper Trap & associated accessories as
described below are included in scope of supply. Scope of supply shall include supply of all
commissioning spares & documentation as per the Material Requisition, Notes to Material Requisition,
Data sheet, MECON’s Standard specifications etc. and other codes and standards attached or referred.
1.1 For supply of Bi-Directional Scrapper Trap ( i.e., for Pig Launcher/Receiver of Size 30”x24”
NB & ANSI Class 600#) System along with accessories
1.1.1 Supply of Bi-Directional Scrapper Trap (i.e., Pig - 02
Launcher/Receiver of Size 30”x24” NB & ANSI Class Nos.
600#) along with Quick Opening End closure as per
Specification No. MEC/TS/05/28/007, Edn.-0, Rev-0
& as per Data Sheet No.
MEC/23V9/05/28/M/001/DS/ST-001
1.1.2 Supply of Non Intrusive Pig Signallers mounted on Bi- - 6
Directional Scrapper Trap mentioned in 1.1.1 above Nos.
as per Technical specification and Data Sheet
attached.
1.1.3 Supply of Door Seal for Quick Opening End Closure - 04 Commissionin
(QOEC) welded on Bi-Directional Scrapper Traps as Nos. g Spares (@
mentioned in item no. 1.1.1 above 2 Nos./
Scrapper
Trap)
1.1.4 Supply of Non Intrusive Pig Signaller for mounting on - 02
24" NB Pipeline as per as per Technical specification Nos.
and Data Sheet attached.
1.1.5 Supply of jib crane of capacity 3.0 ton to suit the pig - 04
handling for scrapper trap specified in 1.1.1 above.
1.2.5 Supply of jib crane of capacity 1.0 ton to suit the pig 06
handling for scrapper trap specified in 1.2.1 above.
2.0 Design, Engineering, Manufacture & Fabrication, Procurement of Materials and bought out
components, assembly at shop, inspection, testing at manufacturer's works, preparation of
shipment / packing, transport / delivery of the Quick Opening End Closure suitable for
vertical installation at height of 3.0 metre from working platform / ground level on Blow
down lines and capable of operation from working platform / ground level. Scope of supply
shall include supply of all commissioning spares & documentation as per the Material
Requisition, Notes to Material Requisition, Data sheet, MECON’s Standard specifications
etc. and other codes and standards attached or referred.
2.1 For Supply of QOEC system suitable for vertical installation of size 8”NB, 600#
2.2.2 Supply of ‘O’ Ring for Quick Opening End Closure - 28 Commissionin
(QOEC) mentioned in item no. 2.2.1 above g Spares (@
2 Nos./
QOEC)
Notes:
1. Compliance with Specification: The Vendor shall be completely responsible for the
design, materials, manufacture & fabrication, testing, inspection, preparation for
shipment and transport of the above equipment strictly in accordance with the MR
and all attachment thereto. All pressure containing parts of all the items shall be
provided with EN 10204-3.2 certificates.
2. Vendor’s Scope: Vendor scope of work includes the equipment with all internals
and accessories shown on the datasheets, specifications and all unmentioned parts
necessary for a satisfactory operation and testing except those which are indicated to
be out of the vendor’s supply.
3. Inspection: Inspection:
The Successful Vendor shall propose minimum four (4) nos. of TPIA’s from the below
listed TPIA’s along with QAP submission. GAIL/MECON shall approve any one TPIA
out of the four (4) nos. proposed TPIA’s. The Successful Vendor shall appoint the
approved TPIA for inspection purpose and mention name of the approved TPIA in
QAP.
4.1 The table hereunder specifies the quantities and the nature of the documents to be
submitted by the Vendor to Purchaser.
4.1.1 The documents required at the inquiry stage and to be included in the bid are listed
under column A of table below under note no. 4.6.
4.1.2 The documents required after award of the Contract and subject to the written
approval of the Purchaser are listed under column B of table below under note no.
4.6.
4.1.3 The final and certified documents are listed under column C of table below under
note no. 4.6.
4.2 Any document, even when preliminary, shall be binding and therefore duly identified
and signed by the Vendor. It shall bear the Purchaser’s Project reference, the
Material Requisition number and the identification number.
4.5 The successful Bidder/ Supplier shall submit a prerecorded Training CDs/DVDs and
it shall comprise the basic theories and fundamentals, related standards, design
parameters, manufacturing & inspection methods, operating & maintenance
instructions and other relevant details. The CDs/DVDs shall have to be self-
contained, user-friendly using animation/videos and other multimedia techniques.
4.6 THE DOCUMENTS ARE FULLY PART OF THE SUPPLY WHICH SHALL BE
COMPLETE ONLY IF AND WHEN THE DOCUMENTS COMPLYING FULLY WITH
THE MATERIAL REQUISITION REQUIREMENTS ARE RECEIVED BY THE
PURCHASER.
A B C
Item Documents & Data Required Required Date
No. of No. of No. of
Date (before
Copies Copies Copies
(from FOI) Despatch)
2 Weeks
Completed Data
1. 3 3 1 Week 3 (with final
Sheets
technical file)
Drawing / Data
2 Weeks +
2. Submittal list / - 3 3 2 Weeks
monthly
schedule
Fabrication, test and
2 Weeks +
3. delivery schedule 3 3 3 2 Weeks
monthly
(per item)
2 Weeks +
4. Progress Report - 3 3 2 Weeks
monthly
Catalogues / With final
5. 3 - - 3
References technical file
GA drawings +
Sectional drawings +
Material specification With final
6. 3 3 2 Weeks 3
+ Unit weight. + Unit technical file
volume + Package
dimensions per unit
“Way of Shipping” as
7. per Note no. 6 of 3 3 7 days - -
Material Requisition
A B C
Item Documents & Data Required Required Date
No. of No. of No. of
Date (before
Copies Copies Copies
(from FOI) Despatch)
Packing / shipping 2 Weeks 2 Weeks
8. list with weights and 3 3 before 3 (with final
dimensions shipping technical file)
A B C
Item Documents & Data Required Required Date
No. of No. of No. of
Date (before
Copies Copies Copies
(from FOI) Despatch)
Installation
2 Weeks
instructions &
21. - - - 3 (with final
Site inspection
technical file)
procedure
2 Weeks
Material certificate as (with final
22. - - - 3
per EN 10204 - 3.2 technical file)
A B C
Item Documents & Data Required Required Date
No. of No. of No. of
Date (before
Copies Copies Copies
(from FOI) Despatch)
NOTES
I. In case of e-bids, only single copy of documents / drawings / data under column A need
be uploaded.
II. Durations in column B (required date) are weeks after FOI/FOA or as indicated in
Table.
III. Final technical file shall be supplied in hard copy as indicated and in electronic format
(.pdf Acrobat files) on six (6) CD-ROMs.
The above documents & data requirements shall also be supplemented by all
requirements of clause 10.0 of MECON’s T.S. No. MEC/S/05/62/007, R-1. ; clause 1.3 of
MECON’s T.S. No. MEC/TS/05/62/056, Rev-1. ; clause no. 10.0 of MECON’s T.S. No.
MEC/TS/05/21/013, Edn.-1, Rev-1
5. Vendor to indicate in his offer the gross weight (in kg or Metric Tonne) per unit,
volume (in m3) per unit and dimensions (L x B x H) of package (wooden box, etc.) to
accommodate unit quantity.
6. The successful Bidder, within 7 days from the receipt of FOI/FOA, shall provide the
"Way of Shipping", i.e., break bulk / container along with dimensions (length,
breadth and height), weight of packaged cargo and the size(s), type(s) and nos. of
containers to be used for shipment. In case Bidder fails to furnish this information
within the stipulated time, the dimensions, etc., as provided in techno-commercial
offer shall be used for determining ocean freight amount and decision for converting
Purchase Order from FOB to CFR shall be taken accordingly. In case the ocean
freight amount increases on account of changes in dimensions / weight / volume of
final cargo (with respect to earlier provided information), Purchaser reserves the right
to recover the excess amount paid on this account.
8. Vendors to note that for minimum inspection and testing requirement of the supplied
item shall be governed by attached QAP with this MR. However, Vendor shall submit
their QAP for Approval covering the requirement specified in attached QAP.
9. Bidders to note that all the documents/drawings submitted by them as a part of bid
shall be considered only to assess Bidder’s technical capability and shall in no way
absolve them from complying with all the requirements of the Tender. All items to be
supplied by the Bidder shall be strictly in accordance with tender requirements.
10. In the event of Conflict/inconsistency among the documents attached/ referred, the
following order of precedence generally shall govern in interpretation of various
requirements / data.
Material / Purchase Requisition
Datasheets
Technical Specification
Codes and Standards
Vendor’s Standards
However, Owner/Consultant reserves the right to consider most stringent
requirement among the document attached / referred.
In case bidder propose PSV manufacturers other than above list of preferred
manufacturers, bidder shall submit in support of PTR, all details/ documents for PSV
complying to the requirement of specification and datasheet enclosed. Submitted
PTR should contain successful supply record of minimum one number of respective
item of same size & rating (or higher) as quoted for.
12.0 Refer to Pig Signaller Data sheet attached for Pig Signaller make.
14.0 Inspection requirements pertaining to NON Intrusive Pig Signaller shall be covered in
QAP submitted by the vendor. The same shall be reviewed and finalised post award.
15.0 Spares List (Start-Up & Commissioning– Bi-Directional Scrapper Trap With Pig
Signallers, PSV & QOEC And Spares List (2 Years Normal Operation)– Bi-
Directional Scrapper Trap With Pig Signallers, PSV & QOEC are attached herewith.
16.0 Scrapper Trap functional test: Vendor shall demonstrate unrestricted passage of
guage plate having minimum diameter of 95% of the I.D. of minor barrel. Guage plate
to be mounted on suitable bi directional pig and the same shall be inserted using pig
handling provisions to be supplied with scrapper trap. Guage plate should be
launched using kicker connection provided with scrapper trap.
17.0 Pig signaller functional test: During the Scrapper Trap functional test (refer cl. 16.0
above) functioning of pig signaller shall also be verified.
TECHNICAL SPECIFICATION
FOR
PRESSURE SAFETY VALVES
CONTENTS
1.0 GENERAL 2
4.0 NAMEPLATE 7
6.0 SHIPPING 9
7.0 GUARANTEE 9
8.0 REJECTION 9
1.0 GENERAL
1.1 Scope
1.1.1 This sp ecification t ogether wit h t he at tached d ata sheet s covers the requirements for
the de sign, mate rials, name plate marking, testing and shipping of pre ssure safe ty
valves.
1.1.2 The related standards refe rred t o herein and ment ioned below shall be of the latest
editions prior to the date of the Purchaser's enquiry :
ASME B 16.20 : Ring joint gaskets and grooves for steel pipe flanges
ASME Sec.VIII : Boiler & pressure vessels codes for unfired pressure
vessel
1.1.3 In the event of any conflict between this specification, data sheets, related standards,
codes e tc, th e Ve ndor sh ould re fer th e m atter to the Purchaser for clarifications and
only after obtaining the same, sho uld p roceed wit h t he manufact ure o f t he it ems in
question.
1.1.4 Purchaser's data sheet s ind icate t he select ed v alve's reliev ing area, mat erials fo r t he
body, bonnet, disc, nozzle, spring, indic ative inlet/outlet connection sizes, bellows etc.
However, this does not relieve the Vendor of the responsib ility for proper selection with
respect to the following :
a) Sizing calculations and selection of valv e with proper relieving area t o meet the
operating conditions indicated.
b) Selection of materials for all parts of the valve suitable for t he fluid and it s
conditions indicated.
1.1.5 All process-wetted parts, metallic and non-metallic, shall be suitab le for the fluids and
service specified by the P urchaser. T he se rvice gas composition shall be as given in
Annexure-I.
1.2 Bids
1.2.1 Vendor's quotation shall in clude a d etailed specification sheet for each p ressure safety
valve which shall provide all th e details regarding type, construction materials, relieving
area, re lieving c apacity, orif ice letter de signation, ove rpressure, blowdown, ope rating
pressure, etc., and any other valve accessories.
1.2.2 All the units of measurement for various items in the Vendor's specification sheets shall
be to the same standards as those in Purchaser's data sheets.
1.2.3 All the material specifications for various parts in the Vend or's specification sheets shall
be to the same standards as those in Purchaser's data sheets.
1.2.4 Deleted.
1.2.5 Vendor shall enclo se catalogues giving detailed technical spec ifications and other
information for each type of pressure safety valve covered in the bid.
1.2.6 Vendor's quotation, c atalogues, drawin gs, operating and mainte nance manual, e tc.,
shall be in English.
1.2.7 Vendor’s quotation shall incl ude detailed sizing calculation for each pressure safet y
valve. Published data for certified discharge coefficient and certified flow capacities and
actual discharge area shall be furnished. Data u sed by Ve ndor w ithout th e above
mentioned supported documentation shall, on prima-facie basis, be rejected.
1.2.8 All valves shall have been type tested for capacity as per ASME. A copy of the certificate
shall be provided.
a) Two y ears recommended operat ional spar es fo r each p ressure relief v alve and
its accessories. List of such spares without price shall be indicated alongwith
technical bid and separately with price.
b) Any specific tools needed for maintenance work.
1.2.10 Vendor’s quot ation shall include genera l arrang ement and sect ional drawings showing
all features and major parts with reference numbers and material specification.
IMPORTANT
1.2.11 Vendor’s quotation shall include Quality Assurance Plan (QAP) enclosed with this tender
duly signed, stamped & accepted.
1.3.1 Detailed drawings, data, catalogues req uired fro m t he Vendor are indic ated by the
Purchaser in this spec ification. The required number or reproducibles an d prints should
be dispatched to the address mentioned, adhering to the time limits indicated.
1.3.2 Within two we eks of plac ement of orde r, Vendor shall submit si x co pies o f cert ified
drawings and specification sheets for each pr essure safety valve for Purchaser’s final
approval. These documents shall specially include the following :
1.3.3 Vendor shall provide test certificates for all the tests indi cated in clause 5. 0 o f t his
specification. In addition Vendor shall provide the Manufacturer’s certificate of
conformity to Purchaser’s specifications as per clause 2.2 of Din 50049.
1.3.4 Within 30 days from the approval date , Manufacturer shall subm it to Purchaser one
reproducible and six c opies of the approved drawings, documents and spe cifications as
listed in clause 1.3.2 above.
1.3.5 Prior to shipment, Manufac turer shall submit one reproduc ible and six copies of the
following:
a) Test certificates for all the tests indicated in clause 5.0 of this specification.
b) Manual for installation, erection, m aintenance a nd operation instructions,
including a list of recommended spares for the valves.
2.1 Sizing shall be carried out using the form ulae ment ioned in t he following standards,
whenever the sizing code mentioned in the Purchaser's data sheets refers to them:
ASME ASME boiler and pressure vessel code section VIII titled
- Unfired pressure vessels
2.2 Discharge co-efficient of Vendor's pressure safety valves shall be minimum 0.975 as per
API – 520. However, for valves covered under IBR, regulations of IBR shall govern.
2.3 For flanged pressure safety valves, the orifice letter designatio n and the corresponding
relieving area indicated in the P urchaser's data sheet sh all be as per AP I 526. For a
valve of given inlet and outlet sizes and letter designation, relieving area o f the valves
offered by Vendor shall meet those in API-526, as a minimum.
2.4 The discharge capacit y of se lected pressure safety valves shall be calculated based on
certified ASM E cap acity curv es o r b y using ASME certified discharge coefficient and
actual orifice area. Higher valve size shall be selected in case pressure relief valve
discharge capacity is less than the required flow rate.
2.5 The de finitions of various terminologies used in Purchaser's data sheets are as per
paragraph 3.1 of API RP 520 Part-I.
3.1 Body
c) Flanged face finish shall be serrat ed conc entric to paragraphs 6.3.4.1, 6.3.4.2
and 6.3.4.3 of ASME B 16.5. T he face finish as specified in data sheets, shall
have serrations as follows.
3.1.2 For flanged valves, inlet and outlet sizes & ratings and center to flange face dimensions
shall be in accordance with AP I-526. Dime nsional tolerances sh all be as mentioned
therein.
3.1.3 Body drain with a plug shall be provided as a standard feature on every pressure safety
valve.
3.2 Trim
3.2.1 The term `trim' covers all the pa rts of th e va lves e xposed to a nd in c ontact w ith th e
process fluid except for the body and bonnet assembly.
3.2.2 Valves shall in general be of the full nozzle full lift type, unless otherwise specified.
3.2.3 Wherever stelliting of disc and nozzle has been specifie d, it stands for stelliting of the
seat joint and the entire disc contour, unless otherwise mentioned.
3.2.4 Resilient seat/ seal or `O ’ rings wherever used shall be suitable for pressure and
temperature conditions specified.
3.3.1 All valves shall be provided with a cap over the adjusting bolt.
3.3.2 Lifting lever shall be provided whenever the fluid to be relieved is steam or air.
3.3.3 Valve spring design shall permit an adjustment ± 5% of the set pressure as a minimum.
3.3.6 Bonnet shall be of the enclosed type in general. Open type of bonnet may be used only
for non-toxic fluids.
3.4 Pilot
3.4.1 Wherever pilot operated valves are specified, pilot shall be non-flowing type and shall
be designed fail safe.
3.4.2 All accessories like back flow preventer, pilot filter etc. required for proper operation of
pilot operated valves as per indicated service conditions shall be included.
3.4.3 Wherever the body is part of flow path, body material shall be same as trim material, as
a minimum.
4.0 NAMEPLATE
4.1 Each pressure safety valve shall hav e a S.S. nameplate attached firmly to it at a v isible
place, furnishing the following information:
Unit of the above pressures shall be mark ed in the same units as those followed in
Purchaser's data sheets.
5.1 Unless otherwise specified, Purchaser reserves the right to test and inspect all the items
at the Vendor’s works.
5.1.1 Purchaser's Inspector shall perform insp ection and w itness te st on a ll va lves a s
indicated in the Quality Assurance Plan (QAP) attached with this specification.
5.2 Vendor shall submit the follo wing test certificates and test reports fo r Purchaser’s
review:
a) Material test cert ificate from t he foundry (MIL certificate) for each v alve b ody
and bonnet castings, nozzle, disc etc.
b) Certificate of radiography / x -ray for valve castings. 100% radiography shall be
carried out for all valve castings with body rating of 600# and above. A
minimum of t wo shot s shall be t aken fo r all curved portion of the body and
bonnet.
c) Hydrostatic te st re ports for all valve bodi es and funct ional t est report s for all
valves as per clause 5.3 and 5.4 of this specification.
d) IBR certificate in Form III item 11 and sh all be furnished for all safety valves in
steam service in addition to Form III C. Form III C shall also be furnished for
pressure relief valves in distribution network.
5.3.1 Each pressure safety valve body and nozzle shall undergo hydrostatic test as per outlet
flange and inlet flange ANSI rating, respectively. However all the safety valves castings
covered under IBR shall be tested as per IBR regulations. There shall not be any visible
leakage during this test.
Pressure relief valve shall be tested fo r o pening at specified set pressure and
also for seat tightness.
Where bubble tightness has been specified, there shall be no leakage or bubbles
of air at the specified percentage of set pressure.
All pressure safety valves shall be offered for pre-despatch inspection for following as a
minimum :
In the event of te sts be ing n ot w itnessed by Purchaser, the te sts shall anyway be
completed by the Vendor and documents for same submitted for scrutiny.
6.0 SHIPPING
6.1 Valves shall be supplied as a whole, comp lete with all the accessories like cap, lifting
lever, test gag, etc.
6.2 All threaded and flanged opening shall be suitably protected to prevent entry of foreign
material.
7.0 GUARANTEE
7.1 Manufacturer shall guarant ee t hat t he materials and machining of v alves and fit tings
comply with the requirements in this specification and in the Purchase Order.
7.2 Manufacturer is bound to replac e or repair all valve parts wh ich should result defective
due to inadequate engineering or to the quality of materials and machining.
7.3 If valve defect or malfuncti oning cannot be elim inated, Manufact urer shall replace the
valve without delay,
7.4 Any defect occurring during the period of Guarantee shall be attended to by m aking all
necessary modifications and repair of defective parts free of charge to the Purchaser as
per the relevant clause of the bid document.
8.0 REJECTION
8.1 Vendor shall mak e his o ffer in d etail wit h resp ect t o ev ery it em of the Purchaser's
specifications. Any offer not conforming to this shall be summarily rejected.
SPECIFICATION
FOR
QUICK OPENING END CLOSURE
EDITION : 1
CONTENTS
Sl.No. Description
1.0 SCOPE
3.0 MATERIALS
8.0 GUARANTEE
9.0 SPARES
10.0 DOCUMENTATION
EDITION : 1
1.0 SCOPE
This specification covers the minimum re quirements for de sign and manufacture of
quick opening end closures to be installed at various blow- down points of the pipeline
handling Natural Gas. This sp ecification does not cover qu ick opening end closures for
sour hydrocarbons service as defined in NACE standard MR0175-98.
Reference has been made in this specific ation to th e latest edition of the following
codes, standards and specification :
2.2 In c ase of c onflict be tween th e re quirements o f t his sp ecification and any code,
Standard and Specificat ion referred in Clause 2. 1 above. Order of precedence shall be
as follows :
• Data Sheets
• This Specification
• Other Referred Codes & Standards
• Manufacturer’s Standard.
3.0 MATERIALS
3.1 Material u sed in th e m anufacture of pr essure c ontaining parts of quic k ope ning e nd-
closure shall be fully killed carbon steel, forg ed construction. In a ddition, the material
shall also meet the requirements specified herein.
MECON LIMITED STANDARD TECHNICAL SPECIFICATION
REGD. OFF: RANCHI
834002 OIL & GAS SBU, DELHI
EDITION : 1
3.2 Material of the ends to be field welded by Purchaser shall hav e carbon equivalent not
more than 0.45 based on check analysis, for each heat of steel used, calculated as per
the following formula:
Mn Cr + Mo + V Ni +Cu
CE = C+ ---------- + --------------------- + -------------
6 5 15
3.3 Unless specified otherwise, Ch arpy V-notch t est shall be conduct ed for each heat of
steel, in accordance with the impact test provisions of AST M A 370 at temperature of
0oC. The average absorbed impact energy values of three full-sized specimens shall be
27 joules.
The minimum imp act energ y v alue o f any o ne specimen of the three specimens
analysed as above, shall not be less than 80% of the above mentioned average values.
3.4 Hardness test shall be carried out as per ASTM A 370 for each heat of steel used. A full
thickness cross section shall be taken for this purpose and the maximum hardness of
base metal, weld meta l and HAZ of all pressure contai ning parts shall not ex ceed 248
HV10.
4.1 End closure shall be designed in accordance with the provisions of ANSI B 31.8 and
ASME Sec. VIII Division 1. Corrosion allowance and design factor as indicated in the
data sheets shall be considered in the design of end closure.
4.2 Diameter, thickness, material, ANSI Rat ing of the pipeline with which t he end closure
to be welded is indicated in the Data Sheet s. End closure supplied shall be suitable for
the same.
4.3 End c losure shall be of c lamp ring, band lock or equivalent ty pe and ope rable by a
single lever operation. The threaded closures are not acceptable.
4.4 End closure shall be of hinge d and quic k opening t ype and shall consist of a safet y
system allowing the opening only when there is no pressure in the line.
4.5 End closure shall be suitable for installation in vertical position at an elevation of 2.0
meters ab ove g round lev el. T he safet y sy stem and t he lev er fo r o perating t he
closure shall be at a conv enient position so that easy access is possible for operator
from ground without usage of any structure or platform.
MECON LIMITED STANDARD TECHNICAL SPECIFICATION
REGD. OFF: RANCHI
834002 OIL & GAS SBU, DELHI
EDITION : 1
4.6 When closed, the closure shall provide a positive seal without any leakage. Gaskets or
seals when provided for this purpose shall be self sealing and suitable for the service
condition indicated in Annexure-I & Data Sheets.
4.7 For vertical installation, a suitable lifting device shall be provided to hinge the closure
plug, head or door, clear for vertical access int o the opened closure. The lever of the
closure shall be provided in vertical plane so t hat v ertical up and down operat ion is
achievable.
4.8 The handling device shall be attached to th e welding end hub, which shall be suitable
for such attachment.
4.9 End c losure shall be provide d with a butt-welding e nd for dire ct we lding with the
pipeline. The weld end shall be prepared in accordance with ANSI B31.8.
4.10 All welds shall be made by we lders and we lding proc edures 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 3.3 and 3.4 of this
specification and shall meet the requirements as specified therein.
4.11 Completed assembly shall be stress relieved as per the provisions of the design codes.
5.1.3 Dimensional check shall be carried out as per the approved drawings.
5.1.4 Hydrostatic test shall be conducted for all end closures complete in all respects, at a
pressure equal to 1.5 time s the design pressure. Test duration shall be as 15 minutes.
No leakage is allowed.
5.1.5 All butt welds shall be 100% radiographically inspected. P rocedure and acceptance
criteria shall be as per API 1104.
5.1.7 All finished wrought weld ends shall be ultrasonically inspecte d f or la mination type
MECON LIMITED STANDARD TECHNICAL SPECIFICATION
REGD. OFF: RANCHI
834002 OIL & GAS SBU, DELHI
EDITION : 1
defects for a distance of 50mm from the end. Any lamination larger than 6.35mm shall
not be accepted.
5.1.8 A minimum of two closing and opening cycles shall be performed and correct operation
of both quick opening and safety system shall be established.
5.2 Purchaser's Representative reserves the right to pe rform inspection and witness tests
including h ydrostatic te st, as indic ated in para 5.1 at manufacturer's works prior to
shipment. Manufacturer shall give reasonable not ice of time and shall provide without
charge reasonable access an d facilities required for inspection, to the Purchaser's
Representative.
Inspection and tests perfor med/ witne ssed by Pu rchaser's Representa tive shall in no
way relieve the Manufacturer's obligation to perform the required inspection and tests.
a) Test certificates relevant to chemical and mechanical propert ies of the material
used as per the relevant standards.
b) Hydrostatic test certificates.
c) Report on Non-Destructive examination.
d) Certificate of satisfactory performance of end closure as per clause 5.1.8.
e) Certificates of stress relieving.
The certificates shall be considered va lid o nly when sig ned b y t he Purchaser's
inspector.
7.1 After all inspection and tests required have been carried out, all external surfaces shall
be thoroughly c leaned to re move grease, dust and rust . Surface preparat ion shall be
carried out by sh ot bla sting to S P-6 in a ccordance w ith "S teel S tructures Pa inting
Council - Visual Standard - SSPC-VIS-1". Machined parts shall b e coated with anti-rust
removable paint and non-machined parts shall be applied with two c oats of protective
paint. Manufacturer shall indicate the type of paints used in the drawings submitted for
approval.
7.2 Marking shall be done on a st ainless steel plate and affix ed to the body permanently.
Marking shall include the following :-
a) Manufacturer's Name
b) Suitable for dia. X Thick Pipeline.
c) ANSI Rating
d) Tag Number
e) Year of Manufacturer
MECON LIMITED STANDARD TECHNICAL SPECIFICATION
REGD. OFF: RANCHI
834002 OIL & GAS SBU, DELHI
EDITION : 1
7.3 Before shipme nt, c losures shall be prope rly pac ked against damage during
transportation. Bevel ends shall be protected with metallic & high impact plastic
bevel protectors.
7.4 Only those clo sures, which hav e b een inspe cted and c ertified by Purc haser’s
Representative, shall be shipped.
8.0 GUARANTEE
8.1 Manufacturer shall guarant ee t hat t he closure alongwit h t he dav its is in compliance
with the requirements of this specification for material and workmanship. Manufacturer
shall replace or repair all parts which should result de fective d ue t o inad equate
engineering of quality of mate rial or wo rkmanship. In case t he defect cannot be
eliminated, Manufact urer sha ll replace t he clo sure wit hout any d elay. Any d efects
occurring within th e tim e pe riod spe cified elsewhere shall b e req uired mak ing all
necessary modifications and repair of defective parts free of charge ot the purchaser.
9.0 SPARES
9.1 Manufacturer shall furnish list of recommended spares and accessories for Quick
Opening End Closures required during start up and commissioning. Cost of such spares
shall be included by the Manufacturer in the item rates indicated in Purchase
Requisition.
9.2 Manufacturer shall furnis h separately a list of recomme nded sp ares and accesso ries
required for t wo y ears of normal operat ion and maint enance of Quick Opening E nd
Closures.
10.0 DOCUMENTATION
10.1 Manufacturer shall furnish at the time of bidding, the following documents:-
a) General Arrang ement Drawing s o f end clo sure wit h o ver all dimensions and
showing the operational arrangement.
b) Clause wise list of devi ation from this specification, if any listed at one place in
the document.
c) Reference list of similar supplies for the past five years including project, client,
year of supply & contact person.
e) Quality Assurance P lan (QAP ) enclo sed wit h t his tender duly signed, stamped
and accepted.
10.2 Within two weeks of placement of order, the manufacturer shall submit four copies of,
but not limited to, the following drawings, documents and specifications for approval :-
MECON LIMITED STANDARD TECHNICAL SPECIFICATION
REGD. OFF: RANCHI
834002 OIL & GAS SBU, DELHI
EDITION : 1
b) Closure assembly and sectional drawing showing all parts with m aterials a nd
dimensions.
Once the above said documents have been approved by the Purchaser, any change in
design, material and method of manufacture shall be notified to the Purchaser, whose
approval in writing of a ll changes shall be obtained b efore t he clo sures are
manufactured.
10.3 Within four weeks from the approval date, Manufacturer shall submit one reproducible
and six copies of Approved drawings, documents and specifications listed in clause 10.2
of this specification.
10.4 Prior to shipment, the Manufacturer shall submit one reproducible and six copies of the
following :-
DS No. : MEC/05/E5/DS-NIPS
DS No. : MEC/05/E5/DS-NIPS
1. Reference has been made in this specification to the latest edition (edition inforce at the
time of issue of enquiry) of the following codes, standards and specifications.
2. The Pig Signaller shall be capable of detecting all type of pigging devices as indicated
below :
3. The Pig Signaller shall be clamped to the external surface of the pipe or the scraper trap's
major & minor barrel through which the pig passes.
DATASHEET
of
Non-Intrusive Type Pig Signaller
DS No. : MEC/05/E5/DS-NIPS
4. Documents (Purchase Order (P.O.) / Work Order (W.O.), Inspection Release Note of
relevant previous supplies (having cross reference to P.O.), Datasheet, Performance
Certificate and any other relevant document deemed necessary) of similar supplies of pig
signaller which have been successfully commissioned and working for 6 months in last
seven (07) years reckoned from the bid due date have to be submitted for prior approval.
c) Sectional arrangement drawings showing all parts with reference numbers and material
specification including mounting details of pig signallers on the pipeline.
e) Test Certificates.
g) Manufacturer shall provide standard installation drawing for mounting of sensor on pipe,
which should indicate the welding details of the support brackets to the pipe as a minimum
PRESSURE SAFETY VALVES
UNITS : Flow > Liquid - m /hr , Gas-Sm /day, Steam - kg/hr. Pressure -> kg/cm2g, Temperature-°C, Level/ Length-> mm
3 3
2
Orifice 41 Calculated Area-inch W
42 Sel. Area-inch2 Orifice Design W W
43 No. of Valves Reqd. for capacity W
44 Total Area-inch2 W
45 Actual Flow Capacity, SCFM -
46 Relief Load W
47 Model No. W
48 Radiography & Charpy Test Reqd. (100%)
49 IBR Certification Not Required
Notes:
W VENDOR TO SPECIFY/ CONFIRM.
WW GAS COMPOSITION & OTHER PROPERTIES WILL BE PROVIDED TO SUCESSFUL BIDDER.
1. VENDOR SHALL FURNISH SIZING CALCULATIONS TO SUPPORT HIS VALVE SELECTION.
2. VALVES SHALL BE 100% RADIOGRAPHED.
3. VENDOR TO CONSIDER COEFFICIENT OF DISCHARGE AS PER ASME-SEC-VIII (Latest).
4. FOR SAFETY VALVE SIZING, FURNISH CERTIFIED CAPACITIES AS PER API-520.
5. SIZE, SET PRESSURE & RATING OF PSVs SHALL BE DECIDED DURING DETAIL ENGINEERING.
6. PSV SHALL BE SUPPLIED WITH INLET AND OUTLET COMPANION FLANGE.
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be
copied or used for other projects unless expressly permitted by MECON.
DATA SHEET FOR
VERTICAL QUICK OPENING END CLOSURE (FOR VENTING)
1 QUICK OPENING END CLOSURE MFR. :
3 SIZE : 8" NB
15 MATERIALS SPECIFICATION :
(EQUIVALENT OR SUPERIOR)
a. BODY/ PRESSURE CONTAINING PARTS : ASTM A-350 Gr. LF2, Cl-1
b. INSERTS/ GASKETS : VITON
b. OTHER COMPONENT : AS PER MANUFACTURE'S STANDARD BUT MATERIALS
USED SHALL BE SUITABLE FOR SERVICE MENTIONED ABOVE.
MANUFACTURER'S SHALL FURNISH MATERIAL SPECIFICATION
OF EACH PARTS USED AT THE TIME OF BIDDING.
16 CHARPY V-NOTCH TEST : REQUIRED AT (-) 46°C, CV (Avg.) - 20 J & CV (Min.) - 16 J (Min. 3 Samples)
19 PAINTING : Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard
SIS-055 909. Three coats of paint shall be applied with minimum thickness of 300 micron.
(Permissible thickness in each coat shall be within 80 to 120 micron.)
3 SIZE : 6" NB
15 MATERIALS SPECIFICATION :
(EQUIVALENT OR SUPERIOR)
a. BODY/ PRESSURE CONTAINING PARTS : ASTM A-350 Gr. LF2, Cl-1
b. INSERTS/ GASKETS : VITON
b. OTHER COMPONENT : AS PER MANUFACTURE'S STANDARD BUT MATERIALS
USED SHALL BE SUITABLE FOR SERVICE MENTIONED ABOVE.
MANUFACTURER'S SHALL FURNISH MATERIAL SPECIFICATION
OF EACH PARTS USED AT THE TIME OF BIDDING.
16 CHARPY V-NOTCH TEST : REQUIRED AT (-) 46°C, CV (Avg.) - 20 J & CV (Min.) - 16 J (Min. 3 Samples)
19 PAINTING : Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard
SIS-055 909. Three coats of paint shall be applied with minimum thickness of 300 micron.
(Permissible thickness in each coat shall be within 80 to 120 micron.)
LIST OF COMMISSIONING SPARES AND ACCESSORIES FOR START-UP & COMMISSIONING FOR SCRAPPER TRAPS,
QOC, PIG SIGNALLERS, PSV & QOEC
1.
2.
3.
4.
5.
NOTES:
1. Bidder to indicate in the table above, the start-up and commissioning spares required for Scrapper Traps, QOC, Pig
Signallers, PSV & QOEC other than those already mentioned in Material Requisition.
2. Bidder to include the cost of above start-up and commissioning spares for Scrapper Traps & Pig Signallers in the quoted
price for Scrapper Traps, QOC, Pig Signallers, PSV & QOEC.
To be filled, signed and stamped by Bidder.
LIST OF SPARES AND ACCESSORIES FOR TWO YEARS OF NORMAL OPERATION FOR FOR SCRAPPER TRAPS, QOC ,
PIG SIGNALLERS, PSV & QOEC
1.
2.
3.
4.
5.
NOTE:
1. Bidder to indicate in the table above, the spares & accessories for two years normal operation for scraper
traps, QOC, pig signallers, PSV & QOECs as per price schedule Format / Performa.
2. Bidder to quote must for Item mentioned above in SL. No. 1 separately as per price schedule Format /
Performa.
CONTRACTOR QUALITY ASSURANCE PLAN PROJECT : SRIKAKULAM TO ANGUL NATURAL GAS PIPELINE
ORDER NO. & DATE FOR PACKAGE NO. :05/51/23V9/GAIL/007
SUB-CONTRACTOR STRUCTURAL AND MECHANICAL PACKAGE NAME : BI-DIRECTIONAL SCRAPPER TRAP, PIG SIGNALLERS, PSV & QOEC
ORDER NO. & DATE EQUIPMENT ITEM NAME : BI-DIRECTIONAL SCRAPPER TRAP FITTED WITH QOEC AND PIG SIGNALLERS
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Description Code Description Code DOCUMENTS:
of assembly/sub-assembly & part/component or for group of equipment 1. Visual 18. Amplitude Test 34. Internal Inspection Report D1. Approved GA drawings
having same specification. 2. Dimensional 19. Sponge Test by Contractor D2. Information and other
2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 20. Dust/ Water Ingress Test 35. Hardness Test reference drg/ stamped
submission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 21. Friction Factor Test 36. Spark Test for Lining drgs released for mfg.
for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) 22. Adhesion Test 37. Calibration D3. Relevant catalogues
and equipment 6. Ultrasonic Test 23. Performance Test/Characteristic 38. Safety Device Test D4. Bill of matl./Item no./
3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) Curve 39. Ease of Maintenance Identification
indicated wherever equipment having same specifications belonging 8. Radiography Test 24. No Load/ Free Running Test 40. Fire Test (Type Test) D5. Matchmarks details
to different facilities are grouped together. 9. Dye Penetration Test 25. Load/ Overload Test 41. Charpy V-Notch Test D6. Line/ Layout diagram
4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 26. Measurement of Speeds 42. Operational Torque Test D7. Approved erection
Estimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 27. Accoustical Test 43. ENP (Electroless Nickel Plating) procedures
available. Weld Procedure Test 28. Geometrical Accuracy Execution D8. Unpriced sub P.O. with
12. Approval of Test and Repair 29. Repeatability and Positioning 44. Painting specification and amend-
Procedure Accuracy 45. Anti-Static Test ments, if any
ABBREVIATIONS USED : 13. Heat Treatment 30. Proving Test 46. Hydrostatic Double Block & D9. Calibration Certificate of
SV : SUB VENDOR 14. Pressure Test 31. Surface Preparation Bleed Test all measuring instruments
MFR : MANUFACTURER 15. Leakage Test 32. Manufacturer's Test Certificates 47. Functional Test and gauges
TPI : THIRD PARTY INSPECTION AGENCY 16. Balancing for bought-out items 48. Pneumatic Double Block & D10. X-Ray Reports
H : HOLD KEY TO SYMBOLS : 17. Vibration Test 33. IBR/ Other Statutory agencies Bleed Test
R : REVIEW ** : TEST TO BE PERFORMED, IF APPLICABLE compliance certificate 49. Cyclic Test
W : WITNESS * : Manufacturer to fill
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria REMARKS/
Sl. Description (with equipment Identification Quantity Unit Manufacturer's Expected Raw Material and In-Process Final Inspection/ Test by Documents to be Standards/ IS/ BS/ SAMPLING PLAN
No. heading, place of use and brief No. No./M Weight Name and Address Schedule of Stage Inspection submitted to MECON ASME/ Norms and
specifications) (MR Item No.) (Kg) Final Inspn. MFR/SV TPI MECON MFR/SV TPI MECON Documents
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1.0 Scrapper Launcher/Receiver( Bidrectional) As per P.O. As per * * * As per attached sheet 2 to 6 100%
(30" x 24", 600#) P.O.
(24" x 18", 600#)
NOTE : Vendor to propose the names of 4 TPIA while submitting QAP for approval as defined in notes to MR.
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria Inspection Codes REMARKS
Sl. Description (with equipment Identification Quantity Unit Raw Material and In-Process Final Inspection/ Test by Documents to be Standards/ IS/ BS/ & Sampling Plan
No. heading, place of use and brief No. No./M Weight stage inspection submitted to MECON ASME/ Norms and
specifications) (Kg) MFR/SV TPI MECON MFR/SV TPI MECON Documents MFR/SV TPI MECON
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria Inspection Codes REMARKS
Sl. Description (with equipment Identification Quantity Unit Raw Material and In-Process Final Inspection/ Test by Documents to be Standards/ IS/ BS/ & Sampling Plan
No. heading, place of use and brief No. No./M Weight stage inspection submitted to MECON ASME/ Norms and
specifications) (Kg) MFR/SV TPI MECON MFR/SV TPI MECON Documents MFR/SV TPI MECON
7** 7** 7** - - - Test Report 1. MECON's T.S. H W R Wet MPI for 100%
of internal surfaces
of all castings &
forgings & bevel
surfaces (MPI/ DP)
13 13 13 - - - Report/ Material Test 1. Relevant Material H R R
Certificates Standard
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria Inspection Codes REMARKS
Sl. Description (with equipment Identification Quantity Unit Raw Material and In-Process Final Inspection/ Test by Documents to be Standards/ IS/ BS/ & Sampling Plan
No. heading, place of use and brief No. No./M Weight stage inspection submitted to MECON ASME/ Norms and
specifications) (Kg) MFR/SV TPI MECON MFR/SV TPI MECON Documents MFR/SV TPI MECON
2.03 Heat Treatment 13* 13* 13* Test Report 1. Relevant Material H R R
Standard
2. MECON's T.S.
3. MECON's D.S.
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria Inspection Codes REMARKS
Sl. Description (with equipment Identification Quantity Unit Raw Material and In-Process Final Inspection/ Test by Documents to be Standards/ IS/ BS/ & Sampling Plan
No. heading, place of use and brief No. No./M Weight stage inspection submitted to MECON ASME/ Norms and
specifications) (Kg) MFR/SV TPI MECON MFR/SV TPI MECON Documents MFR/SV TPI MECON
3.01 Assembled Scrapper trap including Material - - - 1,2, 3 1,2, 3 1,2, 3 1. D1 1. D1 H H W/R
QOEC As per MR/ 2. Report 2. Relevant Material
Alternate Standard
Material 3. Manufacturer's
accepted Specification
by MECON - - - 13** 13** 13** Report/ Material Test 1. Relevant Material H H W/R
Certificates Standard
CONTRACTOR QUALITY ASSURANCE PLAN PROJECT : SRIKAKULAM TO ANGUL NATURAL GAS PIPELINE
ORDER NO. & DATE FOR PACKAGE NO. :05/51/23V9/GAIL/007
SUB-CONTRACTOR STRUCTURAL AND MECHANICAL PACKAGE NAME : BI-DIRECTIONAL SCRAPPER TRAP, PIG SIGNALLERS, PSV & QOEC
ORDER NO. & DATE EQUIPMENT ITEM NAME : QOEC (For Blow down Line)
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Description Code Description Code DOCUMENTS:
of assembly/sub-assembly & part/component or for group of equipment 1. Visual 18. Amplitude Test 34. Internal Inspection Report D1. Approved GA drawings
having same specification. 2. Dimensional 19. Sponge Test by Contractor D2. Information and other
2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 20. Dust/ Water Ingress Test 35. Hardness Test reference drg/ stamped
submission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 21. Friction Factor Test 36. Spark Test for Lining drgs released for mfg.
for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) 22. Adhesion Test 37. Calibration D3. Relevant catalogues
and equipment 6. Ultrasonic Test 23. Performance Test/Characteristic 38. Safety Device Test D4. Bill of matl./Item no./
3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) Curve 39. Ease of Maintenance Identification
indicated wherever equipment having same specifications belonging 8. Radiography Test 24. No Load/ Free Running Test 40. Fire Test (Type Test) D5. Matchmarks details
to different facilities are grouped together. 9. Dye Penetration Test 25. Load/ Overload Test 41. Charpy V-Notch Test D6. Line/ Layout diagram
4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 26. Measurement of Speeds 42. Operational Torque Test D7. Approved erection
Estimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 27. Accoustical Test 43. ENP (Electroless Nickel Plating) procedures
available. Weld Procedure Test 28. Geometrical Accuracy Execution D8. Unpriced sub P.O. with
12. Approval of Test and Repair 29. Repeatability and Positioning 44. Painting specification and amend-
Procedure Accuracy 45. Anti-Static Test ments, if any
ABBREVIATIONS USED : 13. Heat Treatment 30. Proving Test 46. Hydrostatic Double Block & D9. Calibration Certificate of
SV : SUB VENDOR 14. Pressure Test 31. Surface Preparation Bleed Test all measuring instruments
MFR : MANUFACTURER 15. Leakage Test 32. Manufacturer's Test Certificates 47. Functional Test and gauges
TPI : THIRD PARTY INSPECTION AGENCY 16. Balancing for bought-out items 48. Pneumatic Double Block & D10. X-Ray Reports
H : HOLD KEY TO SYMBOLS : 17. Vibration Test 33. IBR/ Other Statutory agencies Bleed Test
R : REVIEW ** : TEST TO BE PERFORMED, IF APPLICABLE compliance certificate 49. Cyclic Test
W : WITNESS * : Manufacturer to fill
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria REMARKS/
Sl. Description (with equipment Identification Quantity Unit Manufacturer's Expected Raw Material and In-Process Final Inspection/ Test by Documents to be Standards/ IS/ BS/ SAMPLING PLAN
No. heading, place of use and brief No. No./M Weight Name and Address Schedule of Stage Inspection submitted to MECON ASME/ Norms and
specifications) (MR Item No.) (Kg) Final Inspn. MFR/SV TPI MECON MFR/SV TPI MECON Documents
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1.0 Quick Opening End Closures * * * As per attached sheet 2 to 4 100%
(6", 600#) , (8",600#) As per P.O. As per P.O.
NOTE : Vendor to propose the names of 4 TPIA while submitting QAP for approval as defined in notes to MR.
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria Inspection Codes REMARKS
Sl. Description (with equipment Identification Quantity Unit Raw Material and In-Process Final Inspection/ Test by Documents to be Standards/ IS/ BS/ & Sampling Plan
No. heading, place of use and brief No. No./M Weight stage inspection submitted to MECON ASME/ Norms and
specifications) (Kg) MFR/SV TPI MECON MFR/SV TPI MECON Documents MFR/SV TPI MECON
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria Inspection Codes REMARKS
Sl. Description (with equipment Identification Quantity Unit Raw Material and In-Process Final Inspection/ Test by Documents to be Standards/ IS/ BS/ & Sampling Plan
No. heading, place of use and brief No. No./M Weight stage inspection submitted to MECON ASME/ Norms and
specifications) (Kg) MFR/SV TPI MECON MFR/SV TPI MECON Documents MFR/SV TPI MECON
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria Inspection Codes REMARKS
Sl. Description (with equipment Identification Quantity Unit Raw Material and In-Process Final Inspection/ Test by Documents to be Standards/ IS/ BS/ & Sampling Plan
No. heading, place of use and brief No. No./M Weight stage inspection submitted to MECON ASME/ Norms and
specifications) (Kg) MFR/SV TPI MECON MFR/SV TPI MECON Documents MFR/SV TPI MECON
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Description Code Description Code DOCUMENTS:
of assembly/sub-assembly & part/component or for group of equipment 1. Visual 18. Amplitude Test 34. Internal Inspection Report D1. Approved GA drawings
having same specification. 2. Dimensional 19. Sponge Test by Contractor D2. Information and other
2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 20. Dust/ Water Ingress Test 35. Hardness Test reference drg/ stamped
submission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 21. Friction Factor Test 36. Spark Test for Lining drgs released for mfg.
for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) 22. Adhesion Test 37. Calibration D3. Relevant catalogues
and equipment 6. Ultrasonic Test 23. Performance Test/Characteristic 38. Safety Device Test D4. Bill of matl./Item no./
3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) Curve 39. Ease of Maintenance Identification
indicated wherever equipment having same specifications belonging 8. Radiography Test 24. No Load/ Free Running Test 40. Fire Test (Type Test) D5. Matchmarks details
to different facilities are grouped together. 9. Dye Penetration Test 25. Load/ Overload Test 41. Charpy V-Notch Test D6. Line/ Layout diagram
4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 26. Measurement of Speeds 42. Operational Torque Test D7. Approved erection
Estimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 27. Accoustical Test 43. ENP (Electroless Nickel Plating) procedures
available. Weld Procedure Test 28. Geometrical Accuracy Execution D8. Unpriced sub P.O. with
12. Approval of Test and Repair 29. Repeatability and Positioning 44. Painting specification and amend-
Procedure Accuracy 45. Anti-Static Test ments, if any
ABBREVIATIONS USED : KEY TO SYMBOLS : 13. Heat Treatment 30. Proving Test 46. Hydrostatic Double Block & D9. Calibration Certificate of
CONTR : CONTRACTOR * : MFR/ CONTRACTOR - AS APPLICABLE 14. Pressure Test 31. Surface Preparation Bleed Test all measuring instruments
MFR : MANUFACTURER ** : TEST TO BE PERFORMED, IF APPLICABLE 15. Leakage Test 32. Manufacturer's Test Certificates 47. Functional Test and gauges
H : HOLD 16. Balancing for bought-out items 48. Pneumatic Double Block & D10. X-Ray Reports
R : REVIEW 17. Vibration Test 33. IBR/ Other Statutory agencies Bleed Test
W : WITNESS compliance certificate
P : PERFORM
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria REMARKS/
Sl. Description (with equipment Identification Quantity Unit Manufacturer's Expected Raw Material and In-Process Final Inspection/ Test by Documents to be Standards/ IS/ BS/ SAMPLING PLAN
No. heading, place of use and brief No. No./M Weight Name and Address Schedule of Stage Inspection submitted to MECON ASME/ Norms and
specifications) (Kg) Final Inspn. Documents
MFR TPI MECON MFR TPI MECON
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1,2,3 P 1,2,4 W - 1,2,3 P 1,2,3 W 1,2,3 R 1,2,3,4,5,8,14,15 D1,D3,D8,D10 47
SAFETY RELIEF VALVE (PSV) - - - 4,5 P 5,41 W - 14,15 P 14,15 W 14,47 R 31,32,34,41,44,47 ASME SEC-VIII,DIV-1 100%
8,41 P 8 R 31,32 P 44,47 W MECON TS
44,47 P 31,32 R APPROVED DS