b861 000 Ex MR 6001 - C - Renditionfile - 2024 08 20 14 53 11
b861 000 Ex MR 6001 - C - Renditionfile - 2024 08 20 14 53 11
(Document No : B861-000-EX-MR-6001)
Page 1 of 145
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
B861-000-EX-MR- C PLATE & FRAME HEAT EXCHANGER (GASKETED) 3
6001
B861-80-42-LL-6001 A LIST OF ATTACHMENTS 8
B861-80-42-TCL- A TECHNICAL COMPLIANCE STATEMENT 11
6001
B861-80-42-SS-6001 A SCOPE OF WORK AND SUPPLY FOR PLATE & FRAME HEAT 13
EXCHANGERS (GASKETTED)
B861-80-42-SP-6001 A JOB SPECIFICATION FOR PLATE & FRAME HEAT 15
EXCHANGERS (GASKETTED)
B861-700-80-45-SP- B HTD - JOB SPECIFICATIONS 23
0001
B861-000-06-42- 0 JOB SPECIFICATION FOR SURFACE PREPARATION AND 26
PLS-01 PROTECTIVE COATING
B861-000-06-43-IL- 0 JOB SPECIFICATION FOR INSULATION OF PIPING AND 69
S001 EQUIPMENT
B861-000-16-54-DB- 0 SITE SPECIFIC SEISMIC SPECTRA FOR KLL DABHOL 89
0001
B861-000-6-42-VDR- 0 VENDOR DATA REQUIREMENTS FOR PROTECTIVE 93
PLS0001 COATINGS-B861-000-EX-MR-6001
B861-000-80-42- A VENDOR DATA REQUIREMENTS 95
VDR-6001
B861-700-02-42-DS- 3 ETHYLENE GLYCOL WATER (EGW) - METHANOL WATER 98
1401 (MW) (NOTE-7)
B861-02-42-700- A EGW - MW PLATE HEAT EXCHANGER, 700-EP-1001 A 102
1111
B861-02-42-700- A EGW - MW PLATE HEAT EXCHANGER, 700-EP-1001 B 103
1112
B861-02-42-700- A EGW - MW PLATE HEAT EXCHANGER, 700-EP-1001 C 104
1113
B861-02-42-700- A EGW - MW PLATE HEAT EXCHANGER, 700-EP-1001 D 105
1114
B861-02-42-700- A EGW - MW PLATE HEAT EXCHANGER, 700-EP-1001 E 106
1115
6-15-0008 5 Standard specification for plate type heat exchangers 107
6-78-0001 2 Specification For Quality Management System Requirements 116
From Bidders
6-78-0003 2 Specification for Documentation Requirement from Suppliers 123
6-81-0144 2 ITP for plate type heat exchangers (PHE) 134
7-15-0016 6 Earthing lug (shell & tube exchangers) 140
7-15-0017 5 Name plate (shell & tube exchangers) 141
7-12-0038 1 Allowable nozzle loads 142
Page 2 of 145
Project : Engineering Procurement Construction Management Requisition No.
(EPCM) Services for Ambient Air Heating System at KLL B861-000-EX-MR-6001
Rev. C
Job No. Unit/ Main Doc. Sr. No. Rev. Date Divn. Dept.
Area Cost Code
Originator
Centre
Notes :
This is a system generated approved document and does not require signature.
Page 3 of 145
Project : Engineering Procurement Construction Management Requisition No.
(EPCM) Services for Ambient Air Heating System at KLL B861-000-EX-MR-6001
Rev. C
02.00 Deleted
04.00 Deleted
Page 4 of 145
Project : Engineering Procurement Construction Management Requisition No.
(EPCM) Services for Ambient Air Heating System at KLL B861-000-EX-MR-6001
Rev. C
06.00 Deleted
07.00 Deleted
08.00 Deleted
10.00 Deleted
11.00 Deleted
12.00 Deleted
13.00 Deleted
14.00 Deleted
15.00 Deleted
16.00 Deleted
17.00 Deleted
18.00 Deleted
19.00 Deleted
20.00 Deleted
21.00 Deleted
22.00 Deleted
23.00 Deleted
24.00 Deleted
25.00 Deleted
31.00 Deleted
32.00 Deleted
Page 5 of 145
Project : Engineering Procurement Construction Management Requisition No.
(EPCM) Services for Ambient Air Heating System at KLL B861-000-EX-MR-6001
Rev. C
► Bidder shall quote prices in EIL Price Schedule except for Sr.No.09.00. Price for documentation is implied to
be included in the prices quoted against Sr.No. 01.00 to Sr.No. 32.00
Vendor to note that the numbers given in square '[]' and curly '{}' brackets are not for their use and meant for
store purpose only. Items shall be tagged as per main equipment Tag No. only.
Note:
Bidder to note that one fixed price is to be quoted for grouped items. The groups of items are identified by A1,
where A1 indicates one group and so on.
Grouped items shall not be split ordered.
Clause Related
Supply
1. COST OF THIRD PARTY INSPECTION SHALL BE CONSIDERED IN QUOTED PRICE BY
THE BIDDER.
Page 6 of 145
Project : Engineering Procurement Construction Management Requisition No.
(EPCM) Services for Ambient Air Heating System at KLL B861-000-EX-MR-6001
Rev. C
List of Attachments
Sr. Document Title Document No. Revision
No. Rev. Rev. Rev. Rev.
Date Date Date Date
LIST OF ATTACHMENT
1. LIST OF ATTACHMENTS FOR B861-80-42-LL-6001 A
HEAT EXCHANGER 22/04/2024
(PLATES-GASKETTED)
Page 7 of 145
DOCUMENT No.
LIST OF ATTACHMENTS FOR
HEAT EXCHANGER (PLATES- B861-80-42-LL-6001
GASKETTED) Rev. A
Page 1 of 4
LIST OF ATTACHMENTS
FOR
HEAT EXCHANGER (PLATES-GASKETTED)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 8 of 145
DOCUMENT No.
LIST OF ATTACHMENTS FOR
HEAT EXCHANGER (PLATES- B861-80-42-LL-6001
GASKETTED) Rev. A
Page 2 of 4
DATASHEET/P&ID
STANDARD SPECIFICATIONS
Standard specification for plate type heat 6-15-0008
16.
exchangers.
17. Specification for quality management system 6-78-0001
requirements from bidders
18. Specification for Documentation 6-78-0003
Requirement from Suppliers
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 9 of 145
DOCUMENT No.
LIST OF ATTACHMENTS FOR
HEAT EXCHANGER (PLATES- B861-80-42-LL-6001
GASKETTED) Rev. A
Page 3 of 4
STANDARDS
21. Name plate for shell & tube heat exchanger 7-15-0017
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 10 of 145
DOCUMENT No.
TECHNICAL COMPLIANCE B861-80-42-TCL-6001
STATEMENT Rev.A
Page 1 of 2
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 11 of 145
DOCUMENT No.
TECHNICAL COMPLIANCE B861-80-42-TCL-6001
STATEMENT Rev.A
Page 2 of 2
FURTHER AGREED THAT THE TECHNICAL DETAILS FURNISHED IN OUR OFFER WILL BE
REVIEWED BY EIL/KLL DURING DETAILED ENGINEERING STAGE AFTER ORDER AND ANY
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 12 of 145
SCOPE OF WORK AND DOCUMENT No.
SUPPLY FOR PLATE & B861-80-42-SS-6001
FRAME HEAT EXCHANGERS REV A
(GASKETTED) Page 1 of 2
FOR
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 13 of 145
SCOPE OF WORK AND DOCUMENT No.
SUPPLY FOR PLATE &FRAME B861-80-42-SS-6001
HEAT EXCHANGERS REV A
(GASKETTED) Page 2 of 2
EQUIPMENT SCHEDULE
QUANTITY
SL.NO ITEM NO.
NO.OF UNITS
1. 700-EP-1001 A/B/C/D/E FIVE
NOTES:
1. The submission of prices by vendor shall be construed to mean that he has confirmed
compliance with all technical specification of the corresponding item (s).
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 14 of 145
DOCUMENT No.
JOB SPECIFICATION FOR B861-80-42-SP-6001
PLATE & FRAME HEAT Rev. A
EXCHANGERS (GASKETTED)
Page 1 of 8
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 15 of 145
DOCUMENT No.
JOB SPECIFICATION FOR B861-80-42-SP-6001
PLATE & FRAME HEAT Rev. A
EXCHANGERS (GASKETTED)
Page 2 of 8
1.0 SCOPE
1.1 This specification covers the supply of the Plate & Frame heat exchangers
(Gasketted-type) in accordance with Process Data Sheets, this specification, Codes,
standard specifications etc. listed in requisition. Scope of work and supply shall be
as per Doc. No.B861-80-42-SS-6001.
The requirement specified here are supplementary requirement over and above EIL
standard specification for plate type heat exchanger 6-15-0008.
2.0 GENERAL
ASME Section II
ASME Section V
All Codes referred to in various general specifications & EIL Spec # 6-15-0008, and
not included above, also form a part of this specification; latest editions apply.
2.2 Deviations
Bidder shall note that this is a ZERO DEVIATION bid, therefore Licensor’s/EIL
specifications shall be complied with by vendor in totality. No deviations shall be
permitted from licensor’s/EIL specifications. Any comments or requirements
stipulated by licensor/EIL during the vendor document review based on their
experience and as per the requirements of requisition shall be binding on the Vendor
without any extra cost and time.
2.3 Conflict
In case of conflict between this specification and other specifications, Codes and
data sheets, most stringent requirements shall apply. Same shall be referred to
EIL/Owner for clarification and the decision of EIL/ Owner shall be final & binding on
Vendor, without any cost & delivery implications. Generally the order of precedence
shall be as follows:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 16 of 145
DOCUMENT No.
JOB SPECIFICATION FOR B861-80-42-SP-6001
PLATE & FRAME HEAT Rev. A
EXCHANGERS (GASKETTED)
Page 3 of 8
2.4 Safety
It is the intent of Owner that operational hazards are reduced to a minimum. Vendor
shall use sound engineering judgment to complete an installation that will perform
the required process function without compromising this aspect.
Master document index with submission date must be submitted within 15 days after
award of contract. Following order of submission of documents must be adhered to:
Vendor shall prepare Mechanical Data sheets, which includes the following basic
features as a minimum:
i) Design Data
ii) Complete dimensions; size, location & orientation of nozzles, support details,
etc.
iii) Material of construction of all components along with their sizes and thickness
iv) Any specific feature, requirements relating to the equipment.
EIL/Owner shall review these data sheets. Comments, if any, shall be complied with.
EIL’s review/ approval of Vendor’s documents shall not relieve the Vendor of his
responsibilities to supply equipment as per requisition.
a) Seismic load
Seismic forces shall be based on the recommendations of seismic design basis
document EIL Doc. No. B861-000-16-54-DB-0001. (ISSUED AS GUIDE)
attached with requisition.
b) Wind load
Wind loads shall generally be as per IS: 875. The basic wind speed of the site
is taken as 47(HOLD) m/s.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 17 of 145
DOCUMENT No.
JOB SPECIFICATION FOR B861-80-42-SP-6001
PLATE & FRAME HEAT Rev. A
EXCHANGERS (GASKETTED)
Page 4 of 8
Min. Anchor bolt size shall be M24 (anchor bolt size specified is exclusive of
corrosion allowance).
d) Foundation Loads
All parameters required for design of foundation such as wind shear and
moment at base, seismic shear and moment at base, anchor bolt size and
numbers, location, erection weight, operating weight, hydro test weight etc.
shall be furnished by vendor.
3.5 Refer clause 5.1.7 of spec. 6-15-0008, cold rolled 2B finished plates shall be used.
3.7 Design shall be such that separation of plates doesn’t occur due to deposition of
hard scales at inlet ports.
3.5 Nozzle connections shall be WNRF type, projected as indicated in the bottom
picture of Fig 5 of API-667. Nozzles shall be set in type connections. All
process nozzles connected to piping shall be designed for the nozzle loads
indicated in the document 7-12-0038 (instead of loads specified in API-667)
Loads specified in this specification are tentative, which shall be treated as
minimum design loads. But final calculated loads shall be passed on to the
vendor for designing the nozzles. If actual nozzle loads exceed the above
values, the same will be communicated to the successful bidder after the
placement of an order for compliance without cost & delivery implications.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 18 of 145
DOCUMENT No.
JOB SPECIFICATION FOR B861-80-42-SP-6001
PLATE & FRAME HEAT Rev. A
EXCHANGERS (GASKETTED)
Page 5 of 8
Local load analysis of process nozzles and nozzle junction shall be carried out
as per WRC 107 and WRC 297 or Nozzle PRO (FEM analysis) if required.
3.6 If torquing of bolts is required, the vendor shall provide torquing procedures.
3.7 Vendor shall be responsible for the compatibility of gasket material & glue, selected
for specified fluids and design conditions.
3.8 The vendor shall state the anticipated life of the proposed gaskets in the specified
service and in storage. Special requirements for gasket storage to maintain gasket
shelf-life shall be specified.
3.9 Clause no. 4.1.7 & 4.2.2 of specification no. 6-15-0008 shall be ignored.MOC shall
be as per PDS. Nozzle / Flange material shall be the same as that of frame material
i.e. CS. All the material shall be of ASME specification.
3.10 Please refer to Clause 7.7.1 of API 667 Part 1/ISO15547-1, connections shall be
bolted and shall be of flanged design. However, Flanges shall be weld neck forged
flanges. Other types of flanges are not acceptable.
3.11 The port/Nozzle size shall be equal to / nearest to the connection size given in EIL
Process Data Sheets. Where the port/Nozzle size is not equal to the connection
size, vendor shall provide extended type of nozzles with reducer & flange.
3.12 Vendor to ignore the spares indicated in Clause No. 6.1 & 6.2 of EIL spec 6-15-
0008.
3.14 In addition to clause no. 4.5.2 of specification 6-15-0008, the lower carrying bar can
also be bolted to the fixed cover and carrying bar support column.
3.15 The nozzles shall be flanged and projected type with a provision of a flanged 1-1/2"
connection on each nozzle blinded with studs nuts and gaskets. Vendor to ignore
clause no. 4.8.1 of EIL Std. spec. 6-15-0008.
3.16 Exchanger shall be provided with vent and drain connection as per P&ID / PDS. If
not shown in P&ID / PDS; Separate vent and drain will not be provided if vented /
drained by process/other nozzles. Exchangers shall be provided with vent and drain
connection of 40 NB nozzle with blind flange and for clad exchangers, minimum size
of vent and drain nozzle connection shall be 50 NB LWN.
3.17 Heat exchanger fabrication drawings shall be submitted to the licensor for review.
Any comment from the licensor shall be taken care by vendor without any cost &
delivery implication.
3.18 Personnel protection insulation (25 mm) is indicated in PDS to protect against hot
operating surfaces. Personnel protection through sheet application may be
accepted. The same shall be in the Vendor’s scope.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 19 of 145
DOCUMENT No.
JOB SPECIFICATION FOR B861-80-42-SP-6001
PLATE & FRAME HEAT Rev. A
EXCHANGERS (GASKETTED)
Page 6 of 8
4.0 INSPECTION
All materials including those used for internals shall be procured with stage-wise
inspection.
Stage-wise and final inspection of equipment and its components shall be carried
out by following:
a. For Foreign Vendors: Stagewise & final inspection of the equipment including all
components and internals shall be carried out by third-party inspection agency.
Quoted price shall include for the same.
b. For indigenous Vendors: EIL shall be inspection agency for equipments and its
indigenous components. In case internals/forging/plates etc. are procured from
abroad, the inspection shall be carried out by third party inspection agency.
Quoted price shall include charges for the TPIA. Charges for EIL inspection to
be borne by the OWNER.
a. For indigenous Vendors: Stage wise & final inspection as per approved
QAP by TPIA. Final testing of the items shall be witnessed by EIL.QAP/ITP
shall be reviewed by vendor/TPIA and approved by EIL IRN/IC issued by
TPIA and to be endorsed by EIL. EIL reserves the right to carry out stage
wise inspection along with TPIA as and when required based on the
criticality of the equipment if decided during QAP/ITP approval stage. The
quoted price shall include charges for the TPIA. Charges for EIL Witness
(at final Inspection) are to be borne by the OWNER.
b. For acceptable Third-party inspection agencies (TPIA), refer to commercial
documents.
c. Virtual Monitoring for critical fabricated Equipment
"EIL / OWNER would review the actual job progress at place of
fabrication/Manufacturing shop as & when desired or on monthly basis.
Vendor shall have provisions for showing live feed of job status / Work in
progress at place of fabrication / shop floor for the ordered equipment by use of
high resolution cameras / helmet cameras or any suitable electronic device during
virtual progress review. Recording of the job status (in soft) shall be captured &
submitted to EIL / Owner after each review.
Vendor shall ensure that requisite facilities to show virtual job progress/ Work in
Progress are available at their manufacturing shop/place of fabrication and in
case these are not available same shall be installed within one month of award".
4.2 The Purchaser/EIL and Licensor also reserve the right to inspect the equipments at
any time during fabrication and at final stage before dispatch and witness the
testing.
4.3 During inspection, material certificates, shop test data, certificates for bought out
components and other relevant information shall be furnished and testing done as
required so as to ascertain that the specifications and quality is complied with.
Original mill test certificates for all raw materials for pressure parts to be submitted
to the inspection agency for acceptance. This supersedes para-2 of clause 8.2 of
standard spec. 6-15-0008.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 20 of 145
DOCUMENT No.
JOB SPECIFICATION FOR B861-80-42-SP-6001
PLATE & FRAME HEAT Rev. A
EXCHANGERS (GASKETTED)
Page 7 of 8
4.4 Positive material identification (PMI) - Vendor shall ensure that all alloy steel and
stainless steel material are properly identified and finally check tested by a PMI
analyzer before dispatch of equipment as per EIL Specification 6-81-0001. Any
comments by EIL/Owner shall be complied-with without time & cost implication.
4.6 Vendor shall carry out various tests as per applicable codes/standards. Any or all
test including hydro test shall be witnessed at Purchaser’s option by its authorized
representative.
The presence of the authorized inspector shall not reduce the obligation of fabricator
to carry out his own tests and controls. Should any component and / or material be
found not in compliance with requirements specified, the authorized inspector shall
be entitled to reject them even if such non-compliance has not been evidenced in
course of inspection or tests.
5.0 PAINTING
All external surfaces, except gasket faces and machined surfaces, shall be primer
and finish painted. Surfaces to be painted shall be prepared for painting by removing
loose mill scale, rust, oil, grease and other films or substances harmful to the
adhesion of paint by an approved method such as shot blast cleaning.
Surface preparation, shop primer, and finish paint (Final coat i.e field/erection
paint) shall be done at Vendor shop only prior to dispatch of the equipment as
per enclosed painting/coating specification B861-000-06-42-PLS-01, attached
elsewhere in the requisition. Additionally; the Vendor shall supply touch-up
paint for repair at the site.
6.0 GUARANTEE
The Supplier shall be completely responsible for the compliance to Process Data
sheet, Specifications requirement, Code requirements, Mechanical & Thermal
design (including hydraulic), performance, detailing, fabrication, materials, and
workmanship of the exchangers as per the stipulations of the requisition and its
attachments. In this regard, it may be noted that review by Employer/PMC shall not
relieve the Supplier of his responsibility of meeting all requirements and ensuring
satisfactory performance of the equipment. Performance guarantee shall be as per
process datasheets enclosed with requisition Vendor shall upon notice from
purchaser make good at his own expense all defects found during the guarantee
period expeditiously. Guarantee period shall be as per GPC of Employer.
7.0 TRANSPORTATION
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 21 of 145
DOCUMENT No.
JOB SPECIFICATION FOR B861-80-42-SP-6001
PLATE & FRAME HEAT Rev. A
EXCHANGERS (GASKETTED)
Page 8 of 8
After completion of all testing and inspection, the inside of complete equipment shall
be thoroughly drained and dried out. Equipment shall be completely dried by
passing air for sufficient time until no further increase in relative humidity of outgoing
air is observed. Dry out shall be done simultaneously on both Hot & Cold sides. After
drying, the equipment shall be purged and filled with dry N2 at 0.25 kg/cm2. The
equipment shall be provided with pressure gauge to monitor N2 pressure, and ½"
non-return valve. All threaded holes, other than tell-tale holes for testing, shall be
suitably protected with steel bar plugs. All nozzles not provided with blind flange
shall be provided with steel covers, temporary gaskets and bolts.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 22 of 145
DOCUMENT No.
MR INPUT FOR PLATE HEAT B861-700-80-45-SP-0001
EXCHANGERS Rev. B
Page 1 of 3
ADDITIONAL REQUIREMENT
FOR
ETHYLENE GYCOL WATER-METHANOL WATER
EXCHANGER
Page 23 of 145
DOCUMENT No.
MR INPUT FOR PLATE HEAT B861-700-80-45-SP-0001
EXCHANGERS Rev. B
Page 2 of 3
1. Vendor is required to carry out thermal design and supply plate heat exchangers for
Item No. 700-EP-1001 A/B/C/D/E, based on M/s EIL latest process datasheet doc.
no. B861-700-02-42-DS-1401.
2. The plate heat exchangers are to be sized for the fluid flow rates and heat duty, for
all the cases as specified in latest M/s EIL process data sheet.
3. Vendor to ensure area overdesign margin for fouling resistance as per API 667
(formerly API 662-1).
4B.1) Vendor to submit completely filled in thermal data sheet for plate exchanger as
per API 662 Part-1. The thermal datasheet must be in line with latest process
datasheet and should include the following data on and above the data specified
in Process Data sheet
i. Type of exchanger
ii. LMTD
iii. Overall clean and fouled heat transfer coefficient.
iv. Both side calculated pressure drop
v. Plate size (width x thickness)
vi. No of plates.
vii. No. of channels for each side flow.
viii. Material of construction of plates with corrosion allowance
ix. Effective surface area (plane) per plate.
x. Chevron angle.
xi. Average velocity of hot & cold fluid between plates
xii. Vendor to note that calculated pressure drop at full fouled condition must
not exceed the maximum allowable pressure drop, as specified in process
datasheet.
xiii. Flow directions of hot and cold liquors (counter-current / co-current).
xiv. Schematic diagram showing in and out flows.
xv. All the notes specified in the process datasheet
Page 24 of 145
DOCUMENT No.
MR INPUT FOR PLATE HEAT B861-700-80-45-SP-0001
EXCHANGERS Rev. B
Page 3 of 3
5. Performance Guarantee:
Vendor is required to guarantee the performance of the exchanger w.r.t. design heat
duty and pressure drop as per M/s EIL latest process datasheet doc. no. B861-700-
02-42-DS-1401.
Page 25 of 145
JOB SPECIFICATION Document No.
B861-000-06-42-PLS-01
FOR SURFACE PREPARATION
Rev No. 0
AND PROTECTIVE COATING
PAGE 1 OF 40
JOB SPECIFICATION
FOR
SURFACE PREPARATION
AND PROTECTIVE COATING
Rev.
Date Purpose Prepared by Checked by Approved by
No
Page 26 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 2 OF 40
Abbreviations:
AS : Alloy Steel
ASTM : American Society for Testing and Materials
AWWA : American Water Works Association
CS : Carbon Steel
DFT : Dry Film Thickness
GI : Galvanized Iron
ID : Internal Diameter
ISO : International Organization for Standardization
LTCS : Low temperature Carbon Steel
MS : Mild Steel
MR : material requisition
NB : Nominal Bore
NA : Not applicable
OD : Outside Diameter
OSHA : Occupational Safety and Health Act
RCC : Reinforced Cement Concrete
RH : Relative humidity
SS : Stainless Steel
SOR : Schedule of Rate
SSPC : Steel Structure Painting Council
WFT : Wet Film Thickness
Page 27 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 3 OF 40
1.0 General 4
2.0 Scope 4
3.0 Reference codes & standards 6
4.0 Equipment 9
5.0 Surface preparation, shop primer, coating application, repair and 9
documentation
6.0 Paint materials 16
7.0 Coating systems 23
8.0 Storage 30
9.0 Colour Code 31
10.0 Identification of vessels, piping 33
11.0 Quality control, inspection and testing 34
12.0 Guarantee 35
13.0 Qualification criteria of painting CONTRACTOR/Sub-CONTRACTOR 35
Page 28 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 4 OF 40
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 international codes of practice, standard
specifications etc. It is understood that the 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.
1.3 This specification covers the requirement for protective coating for new construction.
1.4 The selected environmental classification for atmospheric environments is C5 (very high
durability), as specified in ISO 12944-2. This classification is designed for coastal
exposure and incorporates the requirements for industrial areas with aggressive
atmospheres.
2.0 SCOPE
2.1 Scope of work covered in the specification shall include, without being limited to, the
following:
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 and chimneys, if any. The items listed in the heading of tables of paint systems
are indicative only. However, the CONTRACTOR is fully responsible for carrying out all
the necessary painting, coating and lining job on external and internal surfaces as per
the tender requirement.
2.2.1 The following surfaces and materials shall require shop, pre-erection and field painting:
- All un-insulated carbon steel and alloy steel equipment like vessels, columns, storage
tanks, exchangers, parts of boilers etc.
- All un-insulated carbon steel and low alloy plant and related piping, fittings and valves
(including painting of identification marks), furnace ducts and stacks.
- All insulated carbon steel, alloy steel and stainless steel parts of equipment, vessels,
boilers, chimneys, stacks, piping and steam piping and other insulated items present, if
any.
Page 29 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 5 OF 40
- All structural steel work, pipes, structural steel supports, walkways, handrails, ladders,
platforms etc.
- Flare lines, external surfaces of MS chimney with or without refractory lining and
internal surfaces of MS chimney without refractory lining.
- Supply of all primers, paints and all other materials required for painting (other than
OWNER supplied materials)
- Repair work of damaged pre-erection/ fabrication and shop primer and weld joints in
the field/site before and after erection.
- All CS piping, equipment, storage tanks and internal surfaces of RCC tanks in ETP
plant.
- Quality control, testing and inspection during all stages of work (surface preparation,
application of coating and testing of applied coating).
2.2.2 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:
In general Galvanized steel doesn’t require painting. However if painting is required due
to OWNERs instructions, contractual or for colour coding requirement then coating
system in Table 4.0 shall be followed.
2.3 Unless otherwise instructed, final paint coating (i.e. application of field primer,
intermediate and top coats) on pre-erection/ shop primed equipment shall be applied at
site, only after all welding, testing on systems are completed as well as after completion
of steam purging.
Page 30 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 6 OF 40
3.1 Without prejudice to the provision of clause 1.1 above and the detailed specifications of
the contract, latest editions of the following codes and standards are applicable for the
work covered by this contract:
International Organization for Standardization (ISO):
ISO 1461: Hot dip galvanized coatings on fabricated iron and steel articles —
Specifications and test methods.
ISO 8501-1/ SIS-05 59 00: Preparation of steel substrates before application of paints
and related products — Visual assessment of surface cleanliness— Part 1: Rust grades
and preparation grades of uncoated steel substrates and of steel substrates after overall
removal of previous coatings
ISO 8502-3: Preparation of steel substrates before application of paints and related
products -Tests for the assessment of surface cleanliness - Part 3: Assessment of dust
on steel surfaces prepared for painting (pressure-sensitive tape method)
ISO 8502-9: Preparation of steel substrates before application of paints and related
products — Tests for the assessment of surface cleanliness — Part 9: Field method for
the conductometric determination of water-soluble salts
Page 31 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 7 OF 40
SSPC VIS 1: Guide and Reference Photographs for Steel Surfaces Prepared by Dry
Abrasive Blast Cleaning
ASTM Volume 6.01: Paint - Tests for Chemical, Physical, and Optical Properties;
Appearance
ASTM Volume 6.03: Paint -- Pigments, Polymers, Resins, Naval Stores, Cellulosic
Esters, and Ink Vehicles
ASTM D5894–16: Standard Practice for Cyclic Salt Fog/UV Exposure of Painted Metal,
(Alternating Exposures in a Fog/Dry Cabinet and a UV/Condensation Cabinet)
ASTM D870–15: Standard Practice for Testing Water Resistance of Coatings Using
Water Immersion
ASTM D2485–18: Standard Test Methods for Evaluating Coatings for High Temperature
Service
ASTM D2247–15: Standard Practice for Testing Water Resistance of Coatings in 100 %
Relative Humidity
ASTM D4417-21: Standard Test Methods for Field Measurement of Surface Profile of
Blast Cleaned Steel
ASTM D4541-22: Standard Test Method for Pull-Off Strength of Coatings Using Portable
Adhesion Testers
ASTM D4060-19: Standard Test Method for Abrasion Resistance of Organic Coatings by
the Taber Abraser
ASTM D4752-20: Standard Practice for Measuring MEK Resistance of Ethyl Silicate
(Inorganic) Zinc-Rich Primers by Solvent Rub
ASTM D4940-15: Standard Test Method for Conductimetric Analysis of Water Soluble
Ionic Contamination of Blast Cleaning Abrasives
ASTM D4285-83: Standard Test Method for Indicating Oil or Water in Compressed Air
Page 32 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 8 OF 40
ASTM C868-02: Standard Test Method for Chemical Resistance of Protective Linings
ASTM G8-96: Standard Test Methods for Cathodic Disbonding of Pipeline Coatings
ASTM B117-19: Standard Practice for Operating Salt Spray (Fog) Apparatus
ASTM D1475-13: Standard Test Method for Density of Liquid Coatings, Inks, and
Related Products
ASTM D823–18: Standard Practices for Producing Films of Uniform Thickness of Paint,
Coatings and Related Products on Test Panels
ASTM D2369-10 (2015): Standard Test Method for Volatile Content of Coatings
ASTM D522/D522M–17: Standard Test Methods for Mandrel Bend Test of Attached
Organic Coatings
ASTM D968–17: Standard Test Methods for Abrasion Resistance of Organic Coatings
by Falling Abrasive
ASTM D1849-95 (2019): Standard Test Method for Package Stability of Paint
ASTM D2247–15: Standard Practice for Testing Water Resistance of Coatings in 100 %
Relative Humidity
The CONTRACTOR shall arrange, at his own cost, to keep a set of latest edition of
above mentioned standards and codes at site. The paint manufacturers’ instructions
shall be followed as far as practicable at all times for the best results. Particular attention
shall be paid to the following:
Page 33 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 9 OF 40
4.0 EQUIPMENT
4.1 All tools, brushes, rollers, spray guns, blast material, hand power tools for cleaning, all
equipment, scaffolding materials, shot & grit blasting equipment , air compressors etc.
required shall be suitable for the work and shall be arranged by the CONTRACTOR in
sufficient quantity at the site. The manufacturers test certificates / data sheets for all the
above mentioned items shall be reviewed by Engineer-In-Charge at site before start of
the work.
4.2 All paint spraying equipment, including mixers, shall be thoroughly cleaned before mixing
of new materials. All coating materials shall be mixed and thoroughly stirred in
accordance with the instructions of the paint Manufacturer. Sufficient agitation to
maintain good mixing shall be applied until the product is used. If air is entrapped in the
product during mixing/stirring, sufficient time should be allowed for the air bubbles to
escape before application. Only thinners specified by the paint Manufacturer shall be
used.
5.1 General
5.1.1 In order to achieve the maximum durability, one or more of the following methods of
surface preparation shall be followed, depending on condition of surface to be painted
and as instructed by the Engineer-In-Charge.
5.1.2 Mill scale, rust, rust scale and foreign matter shall be removed fully to ensure that a
clean and dry surface is obtained. Unless otherwise specified, surface preparation shall
be done as per provisions of relevant tables given elsewhere in this specification.
Before surface preparation by blast cleaning, the surface shall be cleaned to remove all
grease, oil etc. as per SSPC-SP-1.
5.1.3 Irrespective of whether external or internal surface to be coated, blast cleaning shall
not be performed where dust can contaminate surfaces undergoing such cleaning or
during humid weather conditions having humidity >85%. In case of internal coating of
storage tanks, dehumidifier shall be used to control humidity level below 60%.
Dehumidifier should depress the dew point of air in the enclosed space, sufficient
enough so as to maintain it 3⁰C below the metal substrate temperature during entire
period of blasting and coating application. During the interval time between application
of primer coat and subsequent intermediate and top coats or between blast cleaning
Page 34 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 10 OF 40
5.1.4 The Engineer in-Charge shall have the right to disallow usage of dehumidifier if the
performance is not meeting the specified requirements. Under such circumstances, the
CONTRACTOR shall remove the equipment and replace the same with another
equipment to provide satisfactory results without any additional cost to the OWNER.
5.1.5 Irrespective of the method of surface preparation, the first coat of primer must be
applied by airless spray/ air assisted conventional spray as recommended by the paint
manufacturer, on dry surface. This should be done immediately and in any case within
4 hours of cleaning of the surface. However, at times of unfavorable weather
conditions, the Engineer-In-Charge shall have the liberty to control the time period, at
his sole discretion and/or to insist on re-cleaning before primer application is taken up.
In general, during unfavorable weather conditions, blasting and painting shall be
avoided as far as practicable.
5.1.6 The external surface of RCC chimney to be painted shall be dry and clean. Any loose
particle of sand, cement, aggregate etc. shall be removed by scrubbing with soft wire
brush. Acid etching with 10-15% HCl solution for about 15 minutes shall be carried
out. The surface must be thoroughly washed with water to remove acid and loose
particles and then dried completely before application of paint.
The surfaces shall be blast cleaned using one of the abrasives listed below and at an
appropriate distance & angle depending on nozzle size maintaining constant velocity
and pressure. The quality of abrasives shall be free from contaminants and impurities
and shall meet the requirements of SSPC AB1. The compressed air shall be free from
moisture and oil. On completion of blasting operation, the blasted surface shall be
clean and free from any scale or rust.. Blast cleaning shall not be done outdoors in bad
weather without adequate protection. If there is dew on the metal surface, it shall be
cleaned. If possible, a vacuum collector shall be installed to collect and recycle the
abrasives.
The surface roughness profile for carbon steel and low alloy steels to be coated shall
be in accordance with the written recommendations of the paint Manufacturer and shall
be measured as per ASTM D4417, method B. When not specified by the paint
Manufacturer or otherwise specified in this specification, the surface roughness profile
shall be between 40 μm and 70 μm for coatings up to thickness 500 μm and between
70 μm and 125 μm for coating systems over 500 μm thickness. In all cases, the surface
roughness shall have a sharp angular profile.
If stainless steel, hot dip galvanised or non-ferrous metal surfaces are to be painted
then blast cleaning shall be carried out by sweep blasting, using a fine non-iron
containing abrasive.
On galvanised surfaces, the zinc layer shall not be damaged; a smooth uniform surface
roughness shall be achieved. No defects such as break through or crisping of the zinc
Page 35 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 11 OF 40
Abrasives specification
Selection of abrasives
Steel or iron grit is commonly used as recyclable abrasives. When steel shot is used, it
shall be used together with steel grit. The shot content of such a mix shall not exceed
67 %.For blasting stainless steel, non-(free) iron containing abrasive shall be used, e.g.
Garnet or aluminium oxide.
Abrasives used for blast cleaning shall be free from oil, grease, moisture, chloride
contamination etc. and shall have crystalline silica not more than 1%.
Power tool cleaning shall be done by mechanical striking tools, chipping hammers,
grinding wheels or rotating steel wire- brushes. Excessive burnish of the surface shall
be avoided as it can reduce paint adhesion. On completion of cleaning, the detached
rust, mill scale etc. shall be removed by clean rags and /or washed by water/steam and
thoroughly dried with compressed air jet before application of paint.
5.4 Shop coated equipment (coated with primer & finishing coat) should not be repainted
unless paint is damaged. Repair of primer shall be carried out as per Table-3 of paint
Page 36 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 12 OF 40
systems depending upon the compatibility of paint. Intermediate and final coats over
repaired primer shall be as per applicable tables mentioned in this specification.
5.5 Shop primed equipment and surfaces will only be 'spot cleaned' in damaged areas by
means of power tool brush cleaning or hand tool cleaning and then spot primed before
applying one coat of field primer, unless otherwise specified. If shop primer is not
compatible with field primer, then shop coated primer should be completely removed
before application of selected paint system for a particular environment.
5.6 For package units/equipment, shop primer/ coating system should be as per the paint
system given in this specification. However, manufacturers’ standard can be followed
after review by EIL/OWNER but shall adhere to the minimum DFT specified in ISO-
12944-5; C5 (Very high durability). In this case, guarantee of the coating system lies
with package/Original equipment manufacturer. For system under insulation, minimum
guidelines as per NACE RP 0198 shall be followed.
All coatings shall be applied by airless/ air assisted spray except for the following
special cases with prior approval from Engineer-in-charge, where application can be
carried out by brush subject to suitability of the application of the paint product by
brush.
- Spot repair
- Stripe coating on edges
- Small bore parts not suitable for spray application
Irregular surfaces such as sharp edges, welds, small brackets, and interstices may
stripe coated to ensure specified DFT is achieved. Paint manufacturer recommendation
should be followed before deciding for brush application.
5.7.1 Surface shall not be coated in rain, wind or in an environment where injurious airborne
elements exist, when the steel surface temperature is less than 3 0C above dew point,
when the relative humidity is greater than 85%, when the temperature is below 10oC
and when the ambient/substrate temperature is below the paint manufacturers
recommended temperature of application and curing. De-humidifier equipment shall be
used to control RH and Dew point. The paint application shall not be done when the
wind speed exceeds 20 km per hour.
5.7.2 Blast cleaned surface shall be coated with complete application of primer as soon as
practicable but in no case later than 4 hours the same day.
5.7.3 To the maximum extent practicable, each coat of paint shall be applied as a continuous
film with uniform thickness and free of probes. Any spots or areas missed in application
shall be re-coated and permitted to dry before the next coat is applied. Applied paint
should have the desired wet film thickness specified by manufacturer.
Page 37 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 13 OF 40
5.7.4 Each coat shall be in proper state of cure or dryness before the application of
succeeding coat. Material shall be considered dry for re-coating when an additional
coat can be applied without the development of any detrimental film irregularities such
as lifting or loss of adhesion of the under coat. Manufacturer’s instructions shall be
followed for inter coat interval.
5.7.5 When the successive coat of the same colour have been specified, alternate coat shall
be tinted, when practical, sufficiently to produce enough contrast to indicate the
complete coverage of the surface. The tinting material shall be compatible with the
material underneath and shall not be detrimental to its service life and shall be
recommended by the original paint manufacturer.
5.7.6 Airless spray application shall be in accordance with steel structure paint manual Vol.1
& Vol.2 by SSPC, USA
a. Brushes shall be of a style and quality that will enable proper application of paint.
b. Round or oval brushes are most suitable for rivets, bolts, irregular surfaces, and rough/
pitted steel. Wide flat brushes are suitable for large flat areas but they shall not have
width over 5 inches.
5.7.8 For each coat, the painter should know the WFT corresponding to the specified DFT
and standardize the paint application technique to achieve the desired WFT. This has
to be ensured in the qualification trial.
5.8.1 No coat shall be applied until the preceding coat has dried. The material shall be
considered dry for re-coating when another coat can be applied without the
development of any film irregularities such as lifting or loss of adhesion of undercoats.
Drying time of the applied coat should not exceed maximum specified for it as a first
coat. If this exceeds, the paint material has possibly deteriorated or mixing is faulty.
5.8.2 No paint shall be force dried under conditions which will cause chalking, wrinkling,
blistering formation of pores, or detrimentally affect the conditions of the paint.
5.8.3 No drier shall be added to paint on the job unless specifically called for in the
manufacturers’ specification for the paint.
Page 38 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 14 OF 40
5.8.4 Paint shall be protected from rain, condensation, contamination, snow and freezing
until dried to the fullest extent practicable.
5.9.1 Where pre-erection/shop primer has been damaged at isolated localized spots during
handling and transportation or after erection / welding, its repair shall be done as given
below and as per the Table-3 of this specification.
5.9.2 Surface preparation: Quickly remove the primer from damaged area by mechanical
scraping and emery paper conforming to SSPC-SP-3 to expose the white metal. Blast
clean the surface, if possible. Feather the primed surface, over the intact adjacent
surface surrounding the damaged area, by emery paper.
Primer coating: One coat of F-8/F-9/F-12 shall be applied (as per the applicable design
temperature and in conjunction with Table-3) wherever damage was observed on pre-
erection / pre fabrication or shop primer.
5.9.3 If damaged areas are found to be extensive and spread over large areas (as required
by Engineer-in charge), then entire pre-erection/pre-fabrication/shop primer shall be
removed by blasting to achieve SSPC-SP-10 and entire blasted surface shall be
primed again with F-8/ F-9 or F-12, as applicable, for the intended design temperature.
(See note of Table-3). If the prepared surface lies adjacent to a sound coated surface,
the surface preparation shall overlap the coated surface by at least 50mm. The
remainder of existing coated surface shall be properly protected with shields or screens
to prevent any possible damage to the coating.
The paint system to be applied for a specific job shall be arrived at sequentially as
given below:
- Identify the environment from area classification details and choose the appropriate
table.
- Identify the design temperature from the technical documents.
- Identify the specific field paint system and surface preparation requirement from the
above identified table and temperature range.
- Identify the shop priming requirement from based on compatibility of the above paint
system.
- Identify the need of repair of shop primer and execute as per Table-3.
5.11.1 A written quality plan with procedure for qualification trials and for the actual work
including test and inspection plan & procedure for approval before start of work.
5.11.2 Daily progress report with details of weather conditions, particular of applications, no.
of coats and type of materials applied, anomalies, progress of work versus program.
Page 39 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 15 OF 40
5.11.4 Particulars of surface preparation and paint application during trials and during the
work.
The coating applicator must maintain a job record consisting of all the information as
per 5.11.2 -5.11.7 above as well as the approved procedure of work (5.11.1 above).
The job record consisting of information in accordance to 5.11.2 – 5.11.7 shall be
entered on daily basis and should be daily signed by Engineer-in-charge.
Page 40 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 16 OF 40
Typical characteristics and codes of various paint materials used in this specification
are as follows.
Volume solids % 49 37 9
Minimum
DFT per coat,
40-50 40-50 8-10
μ
Theoretical
covering capacity 9.8-12.2 3.4-4.4 m²/kg 9.0-11.2
in m2/coat/ litre
Page 41 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 17 OF 40
Hard dry at
30oC (max.), 8 24 24
hrs
Over-coating
interval, hrs Min. 8 Min. 4 Min. 4-6
Pot life at
30⁰C for two 6-8 NA NA
component
paints, hrs
Adhesion
(ASTM D 4541) >7 NA NA
Temperature
resistance (min)
⁰C 80 50
NA
(ASTM D 2485) (Method A) (Method A)
*Note 8
Page 42 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 18 OF 40
Volume Solids % 40 36 57 98
Minimum.
DFT per coat, μ
30-40 30-40 100-125 250-500
Theoretical
covering
capacity in 10-13.3 9-12 4.6-5.7 2-3.9
m2/coat/litre
Weight per liter in
Kg/litre 1.15±0.03 1.15±0.03 1.42±0.03 1.40±0.03
Touch dry at
30⁰C (max) 30 min. 30 min. 3 hrs 3 hrs
<300 mg /1000
Abrasion Resistance cycles/CS17
(ASTM D4060) or NA NA NA
For 1000 g load <100 mg /1000
cycles/CS10
Temperature
resistance (min.) 80 60 80 120
⁰C (Method A) (Method A) (Method A) (Method A)
(ASTM D 2485)
*Note 8
Page 43 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 19 OF 40
Type & Two pack Two pack A two pack air Heat Single pack
composition polyamide cured epoxy resin drying self resistant silicone resin
epoxy resin based suitable curing solvent synthetic based
blended with pigmented and based medium medium with
coal tar medium, capable of inorganic zinc based two Aluminum
suitably adhering to silicate pack flakes.
pigmented manually coating with Aluminum
prepared minimum 80% paint suitable
surface and old zinc content up to 250°C.
coating. on dry film.
The final cure
of the dry film
shall pass the
MEK rub test
as per ASTM
D4752.
Volume Solids % 62 75 57 35 18
Minimum.
DFT per coat in
100-125 100-125 65-75 15-20 15-20
μ
Theoretical
covering capacity 5-6.2 6-7.5 7.6-8.8 17.5-23.3 9-12
in M2/coat/ litre
Weight per liter in
1.40±0.03 1.41±0.03 2.3±0.03 0.95±0.03 1.00±0.03
Kg/litre
Touch dry at 30oC
(maximum), hrs 4 3 0.5 3 0.5
Hard dry at 30oC
(maximum), hrs 48 24 12 12 24
Page 44 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 20 OF 40
Temperature
resistance (min.) 80 80 400 250 540
⁰C (Method A) (Method A) (Method B) (Method A) (Method B)
(ASTM D 2485)
*Note 8
Page 45 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 21 OF 40
Full cure
30oC (for 168 hrs 168 hrs 168 hrs
NA 96 hrs
immersion (7 days) (7 days) (7 days)
/ high temp (4 days )
service)
Over-coating Min. 6 hrs Min. 36 hrs Min.6 hrs Min. 16 hrs Min. 4 hrs
interval Max.5 days Max.21 days Max. Not Max.21 days Max.3 days
applicable
>7,
Adhesion, MPa Tensile
(ASTM D 4541) >6 >7 NA >8 strength
>20N/mm2
(ASTM D 638)
Temperature
resistance (min.)
125 150 650 150 90
⁰C
(Method A) (Method A) (Method B) (Method A) (Method A)
(ASTM D 2485)
*Note 8 & 9
1. Covering capacity and DFT achieved per coat depends on method of application.
Covering capacity specified above is theoretical. For estimation of actual quantity of
Page 46 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 22 OF 40
paints required, include the losses during application. Minimum specified DFT should be
maintained in any case.
2. All primers and finish coats should be ambient temperature curing and air drying unless
otherwise specified.
3. 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. Wherever a deviation is noticed from the specification
in manufacturer data sheet, more stringent one between the data sheet and the
specification shall prevail e.g. if this specification recommends Sa 2 ½ and the
manufacturer data sheet requires Sa3, the surface preparation shall be done as per Sa
3. However in another case if this specification requires the surface preparation of Sa 2
½ and the manufacturer data sheet recommends only Sa 2 as minimum, the surface
preparation shall be done as per Sa 2 ½.
4. Technical data sheets for all paints shall be supplied at the time of submission of
quotations.
5. Higher specific gravity of F-9 is also acceptable.
6. Internationally recognized & acceptable testing method shall be used for lab testing
wherever testing standards are not mentioned.
7. Touch dry, hard dry, pot life, full cure period, & over coating interval shall be as per
manufacturer’s data sheets and no testing is required. Slight variation in the values of
these parameters along with weight per liter may be permissible with the discretion of
engineer-in-charge only.
8. Temperature resistance tests (ASTM D2485) shall be carried out for minimum required
temperature resistance indicated.
9. Wherever ASTM D 2485 method B is applicable, test results of the panels subjected to
salt spray (ASTM B 117) after muffle furnace exposure shall be submitted for pre-
qualification purpose.
10. F-6A shall be suitable for immersion services in line with recommendations in tables-7
11. F-6C shall be suitable for immersion services of hydrocarbons and DM water ( in line
with recommendations in table-7)
12. F-7 shall be suitable for immersion service of hydrocarbons & underground service up to
80 Deg C minimum.
13. F-14 shall be suitable for under insulation service up to 125 Deg C.
14. F-15 shall be suitable for high temperature immersion & under insulation services in line
with recommendations from table-6 to 11.
15. F-17 shall be suitable for high temperature immersion service and underground services
as recommended in table-7 to 8.
Page 47 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 23 OF 40
Total DFT
Sl. Design Temp. in Surface
o Coating System in Microns Remarks
No. C Preparation
(min.)
1 coat of F-8 @
3.1 -45 to 80 SSPC-SP-3 125
125 µ DFT/coat See Note-1
1 coat of F-9 @ below and
3.2 81 to 400 SSPC-SP-3 65-75 clause
65-75 µ DFT/coat
1 coat of F-12 @ 5.9.3
3.3 401 to 550 SSPC-SP-3 20
20 µ DFT/coat
Notes for Table-3:
Design
Sl. Total DFT
Temp. Coating System Remarks
No. in Microns (min.)
in oC
Hot Dip Galvanizing to 80-85
Special primers
microns (575-610 gm./m2) as per
like etch primer
ISO 1461, surface preparation as
140µ of finish coat may also be
Up to per SSPC SP 16 & ISO 12944-4
4.1 (excluding the thickness considered for
60 &+
of galvanizing ) coating on
1 coat of F-6B @ 100µ DFT/coat
galvanized
+ 1 coat of F-2 @ 40 microns
surfaces
DFT/coat
Page 48 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 24 OF 40
3. After repair of damaged galvanized coating by cold galvanization (P-7), the repaired
area shall be top coated with paint system as given in table-4 above (i.e. 1 coat of F-6B
@ 100µ DFT/coat + 1 coat of F-2 @ 40µ DFT/coat).
4. Galvanized gratings don’t require painting in general until otherwise specified
elsewhere or as per the requirement of the OWNER. Galvanized items may require
painting to meet the colour coding requirement of the OWNER. Contractor has to
ensure the applicable colour coding prior to application of coating as per this clause.
SSPC-SP-10;
-45 to -15 1coat of F-9
5.1 - - 65-75
@ 65-75µ
DFT/
coat
2 coats of F- a) No over
6B @ 100 µ coating on F-
DFT/coat + 9 is allowed
SSPC-SP-10; 1 coat of 1 coat of F-2
-16 to 80 1coat of F-9 P-6 @ @ 40µ b) F-12 shall
5.2 345-355
@ 65-75µ 40 DFT/coat be ambient
DFT/ µ DFT/ (2x100 + temperature
coat coat 40= 240) curing type
2 coats of F-
SSPC-SP-10;
12 @ 20µ
81 to 400 1coat of F-9
5.3 - DFT/coat 105-115
@ 65-75µ
2x20=40
DFT/
coat
2 coats of F-
SSPC-SP-10; 12 @ 20- Surface profile
400-540 2 coats of F-12
5.4 - 25µ 80 for this coating
@ DFT/coat system shall be
20µ DFT/coat (2x20=40) 20-30 µm
Page 49 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 25 OF 40
1. The list of items given in the heading of the above table is not exhaustive. There may
be more items for a particular contract where these specifications are used. The
CONTRACTOR is fully responsible for completing painting including prefabrication
primer for all the items supplied and fabricated as per tender document and scope of
work.
2. If the application of pre-erection/pre-fabrication/shop primer has already been
completed, the same shall not be repeated in the field. In case the damages to the
primer coat are severe and spread over large areas, the Engineer-In-Charge may
decide & advise re-blasting and re-application of the primer coat. Repair of pre-
fabrication/pre-erection primer, if required, shall be done as per Table-3.
3. Flare line within unit or offsite areas shall be coated as per clause 5.3 of Table-5.
4. For external surface of RCC Chimney, 2 coats of F-6 B@ 100µ DFT/coat to obtain a
total DFT of 200 µ shall be applied after proper surface preparation as per guidelines in
clause 5.1.6.
TABLE-6: EXTERNAL COATING SYSTEMS FOR CARBON STEEL AND LOW ALLOY
STEEL STORAGE TANKS
Total
Coating system
Surface (Note-1) DFT
Design
Sl. in
Temp. in Preparation Remarks
No. o Micron
C
Primer Finish Coat s
(min.)
All external surfaces of shell, wind girders, appurtenances, roof tops of all above ground
6.1 tank including top side of external and internal floating roof and associated external
structural works.
1coat of F-9 @ 2 coats of F-6B @
65-75µ DFT/coat 100µ DFT /coat +
345-
6.1.1 -14 to 80 SSPC-SP-10 + 1coat of P-6 @ 1 coat of F-2 @
355
40µ DFT/ coat 40µ DFT/ coat
1 coat of F-15
1 coat of F-15
primer @ 80µ
finish coat @80µ
DFT/ coat + 1
6.1.2 81 to 150 SSPC-SP-10 DFT/ coat + 1coat 280 -
coat of F-15
of F-2 @ 40µ
intermediate coat
DFT/ coat
@ 80µ DFT/coat
Page 50 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 26 OF 40
105-
2 coats of F-12 115
@20 µ DFT/ coat
1coat of F-9 @
6.1.3 151 to 400 SSPC-SP-10 or or
65-75µ DFT/coat
1 coat of F-16 @
125 µ DFT / coat 190-
200
6.2 External surfaces of bottom plate (in contact with soil) for all storage tanks.
F-7 should
3 coats of F-7@
1 coat of F-9 @ 365- be suitable
6.2.1 -14 to 80 SSPC-SP-10 100µ DFT/coat
65-75µ DFT/ coat 375 for
(3x100=300)
immersion
service
1 coat of F-17 1 coat of F-17
800-
6.2.2 81 to 150 SSPC-SP-10 primer @ 400µ finish coat @ -
825
DFT/ coat 400µ DFT/ coat
For underside of the bottom plate (not in contact with soil )
6.3
(in case tank is not lifted during PWHT) (Note- 2)
This coating
system is
also
applicable
-29 to 400 1 coat of F-16 @ 1 coat of F-16 @ 250-
6.3.1 SSPC SP-10 for
125 µ 125 µ 300
temperature
ranges not
covered in
8.2 above
1. All paint coating application including primer for tanks shall be carried out at field after
erection and completion of entire welding.
2. For underside of bottom plate as per clause no.6.3.1:
a) Painting shall be carried out before laying the bottom plate for tanks with non-Post
Weld Heat Treatment (PWHT).
b) For tanks with PWHT, painting shall be carried out after PWHT.
c) In case tank is not lifted during PWHT then painting shall be applied before laying the
bottom plate.
Page 51 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 27 OF 40
TABLE-7: INTERNAL COATING SYSTEMS FOR CARBON STEEL AND LOW ALLOY
STORAGE TANKS
Page 52 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 28 OF 40
Up to 1 coat of F-17 @
7.5.1 SSPC-SP-10 - 375-425 -
150oC 375μ DFT/coat
Ethylene glycol tanks: Internal shell-full height, bottom plate, underside of roof and all
7.6
accessories
3 coats of vinyl
chloride co-
7.6.1 All SSPC-SP10 - -
polymer @ 75µ
/Coat; (3x75=225)
As per
3layer polyethylene (3LPE)
document
8.1.2 25 to 80 - coating as per document
B861-000-06-
B865-000-06-42-PLS-04
42-PLS-04
For all underground plant piping
SSPC-SP-10;
1 coat of F-17 @ 800
8.1.3 81 to 150 - 1 coat of F-17 Note-1
400 DFT/coat
primer @400 µ
DFT/ coat
8.2 External side of underground storage vessels
Page 53 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 29 OF 40
SSPC-SP
-10;
1 coat of 3 coats of F-7 @ 365-
8.2.1 -45 to 80 - -
F-9 @ 100µ DFT/coat 375
65-75µ DFT/
coat
1 coat of F-17
SSPC-SP 1 coat of F-17 800
8.2.2 81 to 150 primer @400 µ Note-1
-10 @400µ DFT/ coat
DFT/ coat
1. This coating system can be used for the lines/equipment/vessels which have operating
temperature between ambient and 150 oC (normal operating temperature) with
occasional rise in the temperature up to 200 oC
TABLE-9: COATING SYSTEMS FOR UNDER INSULATION (ALL UNIT AREAS & OFFSITES)
(For insulated piping, equipment, storage vessels, tanks, columns etc. of CS, LTCS, Alloy steel &
stainless steels in all environments.)
2 coats of
SSPC-SP-10;
F-15 @75µ
9.1.1 -45 to 125 1coat of F-15 @ None 225
DFT/coat
75µ DFT/coat
Note 1
SSPC-SP-10; 1 coat F-16 @
126 to 450
9.1.2 1 coat of F-16 @ None 125µ DFT/coat 250
125µ DFT/coat
Stainless Steel, Duplex Stainless steel, Super Duplex stainless steel & Piping, Tanks,
9.2
Vessels & Equipment etc.
SSPC-SP-16;
(15-25µ surface 2 coats of
9.2.1 -45 to 125 profile) None F-15 @75µ 225
1 coat of F-15 @75 DFT/coat
µ DFT/coat
Page 54 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 30 OF 40
SSPC-SP-16; Note 1
(15-25µ surface
1 coat of
profile)
9.2.2 126 to 650 None F-16 @125μ 250
1 coat of
DFT/coat
F-16 @125μ
DFT/coat
9.3 Cyclic service of CS, LTCS, SS, & Alloy Steels (Note-1)
SSPC-SP-10 For
CS, LTCS & low
Alloy steel. 2 coats of
-45 to 150 SSPC-SP-16 for F-15 @75µ Note-2&3
9.3.1 None 225
(Note-1) SS; (15-25µ DFT/coat
surface profile)
1 coat of F-15 @75
µ DFT/coat
SSPC-SP-10 for
CS, LTCS & Alloy
steel.
SSPC-SP-16 for 1 coat of F-16
SS @ 125µ -
9.3.2 -180 to 650 None 250
(15-25µ surface DFT/coat
profile)
1 coat of F-16 @
125µ DFT/coat
Notes
1. Coating system for any other design temperature range not covered in Sr. No. 9.1 & Sr.
No. 9.2 shall be as per Sr. No. 9.3.2.
2. In case of overlapping of cyclic temperature ranges as mentioned in 9.3.1 and 9.3.2
then clause 9.3.1 shall be followed.
3. Alternatively, for this temperature range, 1 coat of F-17 @ 400 μ is also acceptable.
Page 55 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 31 OF 40
8.1 All paints and painting materials shall be stored in rooms only which are to be arranged
by CONTRACTOR and approved by Engineer-In-Charge for the purpose. All
necessary precautions shall be taken to prevent fire. The storage building shall
preferably be separate from adjacent building. A signboard bearing the word “PAINT
STORAGE- NO NAKED LIGHT-HIGHLY INFLAMMABLE” shall be clearly displayed
outside. Manufacturers’ recommendation shall be followed for storage and handling of
paint materials.
The colour coding system as per Annexure-1 of this specification shall be followed.
9.1 Identification
The system of colour coding consists of a ground colour and secondary colour bands
superimposed over the ground colour. The ground colour identifies the basic nature
of the service and secondary colour band over the ground colour distinguishes the
particular service. The ground colour shall be applied over the entire length of the un-
insulated pipes. For insulated lines, ground colour shall be provided as per specified
length and interval to identify the basic nature of service and secondary colour bands
to be painted on this specified length to identify the particular service. Above colour
code is applicable for both unit and offsite pipelines.
a. At battery limits.
b. Intersection points & change of direction points in piping.
c. Midway of piping section, near valves, across culverts.
d. At 50 m interval on long stretch pipes.
e. At starting and termination points.
NB Width
3” and below 75 mm
Above 3” to 6” NB X 25 mm
Page 56 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 32 OF 40
Above 6” to 12” NB X 18 mm
Above 12” NB X 15 mm
10.1 Equipment number shall be stenciled in black or white on each vessel, column,
equipment & machinery (insulated or un-insulated) after painting. Line number in
black or white shall be stenciled on all the piping of more than one location as
directed by Engineer-In-Charge. Size of letter printed shall be as below:
Page 57 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 33 OF 40
11.1 All painting materials including primers and thinners brought to site by CONTRACTOR
for application shall be procured directly from manufactures as per specifications and
shall be accompanied by manufacturers’ test certificates. Paint formulations without
certificates are not acceptable (see section 13.0 & 14.0).
11.2 The CONTRACTOR must produce test certificate from pre-qualified paint manufacturer
for various tests as detailed out in section 14.0 of this document. The Engineer-In-
Charge shall have the right to test wet samples of paint at random for verifying quality
of paint supplied. CONTRACTOR shall arrange to have such tests, when required by
Engineer-in-Charge, performed at his cost at any one of the NABL accredited
laboratories.
Samples for the test will be drawn at random in presence Engineer-In-Charge or his
representations. Following tests to be carried out if called for by Engineer-in-Charge:
- Specific Gravity
- % solids by weight (% zinc content in case of inorganic or organic zinc primer)
- Drying time (touch dry & full curing)
- Adhesion
- Storage stability (pot life)
Test methods for above tests shall be as per relevant ASTM or ISO Standard.
11.3 The painting work shall be subject to inspection by Engineer-In-Charge at all times. In
particular, following stage-wise inspection will be performed and CONTRACTOR shall
offer the work for inspection and approval of every stage before proceeding with the
next stage. The record of inspection shall be maintained in the registers. Stages of
inspection are as follows:
a) Surface preparation
b) Primer application
c) Each coat of paint
The steel substrate after degreasing as per SSPC-SP-1 shall be tested as per following
procedure to validate absence of oil and grease contamination:
Page 58 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 34 OF 40
a) Visual inspection - continue degreasing until all visible signs of contamination are
removed.
b) Conduct a solvent evaporation test by applying several drops or a small splash of
residue-free tri-chloromethane on the suspect area especially pitting, crevice corrosion
areas or depressed areas. An evaporation ring formation is indicative of oil and grease
contamination. Continue degreasing and inspection till test is passed.
- Tests for surface finish of blasted surface shall be done by visual inspection using
SSPC-VIS1. Clear cellophane tape test as per ISO 8502-3 shall be used to confirm
absence of dust on blasted surface. Checks shall be done on each component at least
once per 200 m2 of blasted surface and a minimum of 3 checks per shift.
- Test for presence of soluble salt as per method ISO 8502-9. Maximum allowable salt
content shall be considered 20 mg/m2.Checks shall be done on each component at
least once per 200 m2 of blasted surface and minimum of 3 checks per shift. In case
salt exceeds specified limit, the contaminated surface shall be cleaned by method as
per Annexure-C of ISO 12944-4 (water cleaning). After cleaning, surface shall be
retested for salt after drying.
The angular profile depth measurement shall be done by profile tape as per method
ASTM D 4417 method B (Profile depth gauge micrometer). Spot measurement shall
be carried out every 15m2 of blasted surface. At each spot three measurements shall
be taken over an area of 10 cm2 and average of measurements to be recorded and
reported. If profile is less than specified range, blasting shall continue till greater
specified depth profile is achieved.
Blasting Media (For every fresh batch of media and one random test during blasting)
Blasting Media shall be visually inspected for absence of contamination and debris
using 10 X magnification.
a) Inspection for the absence of oil contamination shall be conducted using following
procedure :
- Fill a small clean 200 ml bottle half full of abrasive.
- Fill the bottle with potable water, cap and shake the bottle.
- Inspect water for oil film/slick. If present, the blasting media is not to be used.
c) Clean blasting equipment, especially pot and hoses, and then replace blasting media
and retest.
Test for Blasting Air (Once Daily before start of blasting and once at random during
blasting)
Page 59 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 35 OF 40
The air for blasting shall be free from moisture and oil. The compressor air shall be
checked for oil and water contamination per ASTM D 4285.
In addition to above, record should include type of shop primer already applied on
equipment e.g. zinc silicate or zinc rich epoxy or zinc phosphate. Any defect noticed
during the various stages of inspection shall be rectified by the CONTRACTOR to the
entire satisfaction of Engineer-In-Charge before proceeding further. Irrespective of the
inspection, repair and approval at intermediate stages of work, CONTRACTOR shall be
responsible for rectifying any defects found during final inspection/guarantee
period/defect liability period as defined in general conditions of the 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, the extra coat should have prior approval of Engineer-in-charge.
1) Coating dry film thickness check: DFT measurement shall be as per ISO 2808. Type
II electromagnetic gauges should be used for ferrous substrates. DFT gauge calibration,
number of measurement shall be as per SSPC-PA-2. Measured DFT shall be within +
10% of the dry film thickness, specified in the specifications.
2) Adhesion testing: Adhesion of the primer to the steel substrate and inter-coat adhesion
of the subsequent coat(s) after curing for at least a week after application of the topcoat
shall be examined by a knife test in accordance with ASTM D6677. For the knife test, if
the rating is better than 8, the adhesion is considered acceptable. The adhesion is
destructive and tested areas shall be repaired afterward using the spot repair procedure.
Alternatively, the applicator may perform the adhesion test on a steel panel coated using
the same surface preparation and coating application procedure as the work piece.
Adhesion testing shall be carried out for each component at least once per 200 m2 of
coated surface.
3) Holiday detection check: Holiday testing shall be conducted in accordance with NACE
SP0188. For immersion services, 100% of coated area shall be inspected for holidays.
For atmospheric exposure, 10% of coated area which must include weld seams, corners
and edges to be holiday tested. Voltage at which test is to be carried out will depend
upon DFT of coating being tested and shall be as per NACE SP0188. Any holiday is
unacceptable and should be marked and repaired immediately.
The CONTRACTOR shall arrange for spot checking of paint materials for specific
gravity, glow time (ford cup) and spreading rate.
12.0 GUARANTEE
The CONTRACTOR shall guarantee that the chemical and physical properties of paint
materials used are in accordance with the specifications contained herein/to be
provided during execution of work.
Page 60 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 36 OF 40
Painting CONTRACTOR who is awarded any job for EIL, Projects under this standard
must have necessary equipment, machinery, tools and tackles for surface preparation,
paint application and inspection. The CONTRACTOR must have qualified, trained and
experienced surface preparator, paint applicator, inspector and supervisors. The
CONTRACTOR supervisor, inspector, surface preparator and paint applicator must be
conversant with the standards referred in this specification.
CONTRACTOR shall procure the paint materials from the qualified manufacturer
meeting above requirements and after obtaining prequalification testing approval as
per requirements mentioned in clause 15.2 below.
The paint manufacturer engaged by the mechanical contractor shall carry out the tests
in NABL accredited government laboratories like national test house (NTH), as a part of
qualification. Paint manufacturer shall provide the paint samples to laboratory for testing
of the parameters mentioned in Table-2 (typical characteristics) and Table-15 (tests on
coating systems) of this specification. The testing laboratory will confirm the compliance
of the paint material with respect to the acceptance criteria mentioned in the respective
tables. Contractor shall furnish these test certificates along with all necessary
supporting documents/information to EIL for approval/ acceptance. The paint
manufacturer will be qualified and approved by EIL for supply of paints after
review/assessment of the submissions made by the contractor. Test certificates which
are more than 3 years old will not be considered. Paint manufacturers are advised to
carryout pre-qualification testing accordingly for paints supply to EIL projects
Page 61 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 37 OF 40
FOR
ACCEPTANCE
S. No. TEST SYSTEM DURATION
CRITERIA
NUMBER
Cyclic Test Shall pass.
Salt Spray : 72 hrs. No chalking,
Drying in air: 16 hrs. cracking,
1. UV-A340 nm weather meter: 80 hrs. 1 4200 hrs flaking,
One cycle: 168 hrs. blistering or
(25 cycles at 168 hrs. each cycle) peeling shall be
(ASTM D5894) observed.
2. Chemical Resistance Test (ASTM D543)
2a. 10% & 40% NaOH 1000 hrs
Page 62 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 38 OF 40
cracking,
flaking,
blistering or
peeling.
1 to 9
100% Humidity Test
5. (except 1440 hrs Shall pass
(ASTM D2247)
system-2 )
2,3 & 4
(For
Thermal Shock Resistance Test;
system-2,
5 cycles @ 30 minutes in furnace at
testing to Shall pass
6. 120 ⁰ C and 15 minutes in water after -
be done
quenching in water for each cycle.
after
(ASTM D2485 method A)
heating the
panels at
175°C for
2 hrs.)
Cathodic Disbondment Test
7. 3&5 - Shall pass
(ASTM G8 @60°C)
Each coating product to be qualified shall be identified by the Specific gravity of base
and curing agent (ISO 2811). The identification shall be carried out on the batch, which
is used for the pre-qualification testing.
Along with paint products delivery to site from the pre-qualified coating
manufacturer, CONTRACTOR has to produce test certificate (from paint
manufacturer) for each category of product for the following test items. All test
results must mention clearly the batch no. and category of product tested. Tests to
be conducted for following properties:
- Specific Gravity
- % solids by weight (% zinc content in case of inorganic or organic zinc primer)
b) Product information sheet/ technical data sheet for each category of product.
The contractor shall be fully responsible for the quality of the paints products as per
prequalification testing. After the paint materials are supplied to site, the supplier
shall organize random sampling and testing in a NABL laboratory as per discretion
Page 63 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 39 OF 40
(Pre-Qualification tests (sec. 14.2), Batch testing (sec. 14.3) and Inspection testing
(sec. 11.0))
15.2 All test panels should be prepared by testing laboratory. Surface preparation for a
system shall be done in accordance with this specification. For individual products
testing, minimum shall be Sa 2.5. Colour photographs of test panels should be taken
before and after the test and should be enclosed along with test report. Sample batch
no. and manufacturer’s test certificate should be enclosed along with the report. Test
report must contain details of observation and rusting if any, as per the testing code.
15.3 Manufacturers should intimate EIL, details of sample submitted for testing, name
of testing agency, date, and contact personnel of the testing agency.
Page 64 of 145
JOB SPECIFICATION Document No.
FOR SURFACE PREPARATION B861-000-06-42-PLS-01
AND PROTECTIVE COATING Rev No. 0
PAGE 40 OF 40
Page 65 of 145
Page 66 of 145
Page 67 of 145
Page 68 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 1 of 20
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 69 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 2 of 20
Contents
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 70 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 3 of 20
1.0 INTRODUCTION
1.1 Scope
This specification outlines the minimum technical criteria for the design of insulation
system, materials & thickness and application guidelines to detail engineering contractor for
insulation to equipment, and associated piping for Ambient Air heating system for LNG
regasification at Anjanwel, Taluka - Guhagar, District Ratnagiri, Maharashtra, India, of M/s
Konkan LNG Ltd (KLL).
Based on the brief outline of the insulation system and materials provided in this
specification, the contractor shall develop appropriate thermal insulation system required for
various piping, equipments etc. for the desired service conditions specified in process
design conditions. The details of the insulation system and information related to materials
and ancillaries shall be submitted to EIL/KLL for review/approval.
Aspects for HSE for execution of the insulation job shall be separately addressed by the
contractor meeting requirements of health, safety and environment practices of KLL
ASTM C1767 Standard specification for stainless steel jacketing for insulation
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 71 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 4 of 20
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 72 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 5 of 20
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 73 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 6 of 20
Note-1: Supplier shall provide test certificate for each production Batch.
Note-2: Type test certificate no older than 3 years from date of issuance of PO shall be
acceptable.
Note-3: Unless otherwise specified, PUF pipe supports 240 kg/m3 may be used for 12
inches NB or below and 320 kg/m3 shall be used for above 12 inches NB.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 74 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 7 of 20
Primary vapour barrier shall be chlorosulfonated polyethylene (hypalon) rubber based fire
retardant elastomeric polymer mastic, compatible with base insulation, stable in the range
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 75 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 8 of 20
of minus (-)40 to (+)1000C. The mastic is applied in two coats reinforced with glass fiber
cloth sandwiched between two coats. When cured, the film shall be durable, have good
tensile strength and puncture resistance, shall not wrinkle or crack when exposed to the
limiting temperatures for 3 hours.
Characteristics Values
Service temperature range (°C) -60 to 120
Volumetric mass (kg/dm3) 1.93
Tensile Strength, MPa 100
Yield Strength, N/cm 70
Tear resistance, g/mm 400
Water Vapour Permeability, ASTM E96 Procedure E , 37.8°C, 10x 10-6
90% RH) , g/m2.h.mm.Hg
Vapour stop is a thick mastic (min 1.5 mm when dry) similar to primary vapour barrier with
improved flexibility, tensile strength and cryogenic resistance. It is a two component butyl
rubber based elastomeric mastic suitable for temperature range of minus (-) 196 to (+)820C,
shall be suitable for application to PIR foam. The mastic is applied in two coats reinforced
with glass fiber cloth sandwiched between two coats. When cured, the film shall be durable,
have good tensile strength and puncture resistance, shall not wrinkle or crack when
exposed to the limiting temperatures for 3 hours.
3.4 PU-adhesive
High density PUF pipe supports shall be installed to the pipe with a PU adhesive.
Adhesives shall be essentially compatible with the base insulation material and suitable for
the temperature range to which it is exposed.
Typical technical requirement of PU adhesive shall meet the following characteristics given
below
Application temperature Characteristics
Synthetic rubber/ resin based or Thermo setting two
component solvent free urethane based, suitable for
Ambient to (-) 50 deg C the temperature range to which it is exposed, have
average 38% volume solid as per ASTM D1644 and
Leachable chlorides max 90 ppm as per ASTM C871
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 76 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 9 of 20
Sealing tape shall be a three layer laminated foil (~50 micron thickness) made of aluminium
& polyester (25µ aluminum foil sandwithched between two 12µ polyester films. Material
shall have following properties.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 77 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 10 of 20
Equipments and piping shall be protected from corrosion by providing appropriate painting
under insulation, as per applicable painting specification for the project.
3.7.2 Materials for Contraction Joint
The material to be used in the contraction joints shall be light weight fiber glass blanket.
The material shall have the following properties:
Properties Values
Density (kg/m3), ASTM D1622 32
Compressive strength (kPa), at 10% deformation at 24°C, 0.230
ASTM C165
Thermal conductivity (W/mK) at 25°C, max, ASTM C177 0.055
Leachable chlorides content (mg/kg), max, ASTM C-871 10
pH, ASTM C-871 6-10.5
3.7.5 Bands
Band to secure last layer of insulation materials shall be stainless steel to ASTM A-167
Type 316. Banding to secure the weatherproof jacketing shall be stainless steel to ASTM A-
167 Type 316.The band shall be 20 mm width x 24 SWG.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 78 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 11 of 20
completion of hydrostatic test, all welded and mechanical joints shall be left exposed for
testing and subsequently insulated after successful completion of the hydrostatic test.
The insulation thickness may be calculated in a computerized program as per ISO 12241.
Insulation thickness of valves and fittings shall be same as that of the adjoining piping.
The thickness of the insulation on equipment heads shall be the same as that on the
cylindrical parts.
Refer Annexures for typical insulation thickness for various temperature ranges.
4.3 Cold personal protection
Personnel protection insulation shall be used if normal operating temperature is lower than
-7ºC and if the surface is in area accessible to personnel. Personnel protection shall be
provided within 2.5 m vertical or 1 m horizontal from the periphery of platform, walkways, or
ladders. Above -7°C, personal protection shall be provided with metal caging.
The metal cage / guards, wherever used for personnel protection shall typically be placed
at a gap from the surface as given below:
Gap to be maintained from
Pipe / Equipment dimension
cold surface (mm)
Pipe diameter up to 6 inches 50
Pipe diameter greater than 6 inch but less than 10 inch 75
Pipe diameter greater than 10 inch 100
Equipment / vessels 100
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 79 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 12 of 20
All flanges joints, valves, fittings, etc. shall be cold insulated with removable box insulation.
When pumps and compressors are to be insulated, thermal breaks shall be provided to
isolate the base from the steel or concrete foundation.
5.0 STORAGE
5.1 Insulation materials should be stored in covered shed. Ancillary materials like adhesives
have limited shelf life, hence procurement and storage shall be planned. Materials shall be
stored properly to protect damage from adverse environments, such as humidity, moisture,
rain, dust, dirt, sand, mud, salt air, etc.
5.2 Insulation material slabs and sections shall be stored on a flat surface in a horizontal
position. Insulation material shall never be stacked directly on the ground, but stored on
platforms.
5.3 Specific instruction from manufacturer, if any for handling & storage must be followed with
due importance to material safety data, health and safety recommendations.
Page 80 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 13 of 20
insulation coating shall be applied over the carbon/Alloy Steel surfaces to be insulated and
allowed to dry before application of insulation. Paint system shall be as per applicable for
the project.
Austenitic stainless steel especially 300 and 400 series are susceptible for external stress
corrosion cracking (ESCC). For to avoid ESCC in stainless steel as an alternative of
coating, 0.1mm thick aluminium foil can be wrapped with an overlap of 50mm. Overlap joint
shall be sealed with barium chromate sealer or self- adhesive (chloride free) aluminum tape
at the edge of foil. Foil shall be secured in position either by pressure sensitive tape or
aluminium band.
Primary vapour barrier mastic shall be supplied in two sheds. One shed shall be used for
the first coat and the other shed for second coat. The first coat shall be applied to a wet
thickness that contributes half of the required thickness by trowel or other method as may
be specified by the supplier to a smooth finish by covering the insulation joints. At insulation
terminations, including those at flanges, the primary vapour barrier shall extend at least
75 mm beyond the edges of the insulated section onto adjacent uninsulated equipment/
piping.
The fabric (glass cloth) shall be embedded in the wet tack layer such that no wrinkles are
formed and all joints have a minimum overlap of at least 50 mm. Apply the second coat (of
other shed) after a time gap recommended by the mastic supplier (usually within 2 hours) to
a smooth finish fully embedding the fabric and to the required thickness to obtain required
DFT. When cured, the layer shall be durable and have good dry film strength and puncture
resistance. Minimum technical requirement for primary vapour barrier is specified below.
The total dry layer thickness shall conform to the layer thickness specified by the supplier.
There shall not be any cracks, holes, thin spots or open joints in the vapour barrier, which
shall be applied such that no part of the insulation material is uncovered. The connections
with protrusions and in corners shall be carefully finished.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 81 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 14 of 20
Page 82 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 15 of 20
Stainless steel jacketing shall be installed around the insulation. The design for water tight
cladding (water shielded, drain holes etc.) shall be used. All the cladding shall have at least
50 mm overlap joints at their termination edges and joints shall be sealed with suitable
metal sealant. Final jacketing details shall be defined by the insulation contractor.
Valves, flanges etc. if any, shall be wrapped by rockwool blanket with PVC foil on the inner
side and SS-foil on the outer side. A metal box shall be positioned and secured to encase
the valves/ flanges etc. Space inside the metal box shall be injected with PIR/PUR foam to
a minimum density of 40 kg/m3. Jacketing details shall be as defined by the insulation
contractor.
6.8 Application –Vessel and equipment
Insulation shall be applied to the shell using broken joint method, starting with alternate one
half- and full-length curve segments or flat blocks beveled to fit. On Vertical or equipment,
the application of insulation shall start at the insulation support and proceed upward, and on
vertical vessels/equipment, the application shall start at one end and proceed
circumferentially and horizontally. Insulation segments shall be made as large as possible
to minimize the number of joints. The inner layer of insulation shall be bonded to the vessel
with the applicable adhesive. Subsequent layers of insulation shall be bonded to the
preceding layer, with applicable adhesive.
The joint sealer shall be applied to the ends and edges of all sections, including those in the
inner most layers to seal all joints. Care shall be taken to ensure that the adhesive is
evenly spread over the entire surface of application and the insulation is closely butted to
each other both longitudinally and circumferentially.
All the insulation layers except the final shall be secured in position by pressure sensitive
adhesive tape at an interval of 225mm, while the final layer shall first be secured with SS
bands at an interval of 225 mm. Bands shall be staggered on successive layers. Vapour
barrier shall be applied over the insulation as outlined herein this specification.
Vapor barrier shall be protected by stainless steel jacketing. Metal jacketing shall have an
overlap of min. 50mm along the longitudinal and circumferential. Metal jacketing shall be
secured in position by metallic band on the shell at a max. Pitch of 425mm
a) Manufacturer’s datasheet and Compliance datasheet for the insulation and ancillaries
materials
c) Name of the insulation application contractor and bio data of the personnel responsible
for insulation supervision, inspection and quality control
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 83 of 145
JOB SPECIFICATION FOR DOCUMENT No.
INSULATION OF PIPING AND EQUIPMENT B861-000-06-43-IL-S001
KLL, MAHARASHTRA Rev.0
Page 16 of 20
d) List of equipments tools and tackles to be mobilized during the execution of the job
e) Copies of all physical and chemical test certificates (duly endorsed by the inspection
agency) for insulation and ancillaries materials
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 84 of 145
DOCUMENT No.
JOB SPECIFICATION FOR B861-000-06-43-IL-S001
INSULATION OF PIPING AND EQUIPMENT Rev. 0
KLL, MAHARASHTRA Page 17 of 20
Annexure-1
Table-1: Cold conservation (CC Type : PIR) Insulation Thickness (Heat gain 25 W/m2) with 85 % RH
Nominal Pipe Amb. 14 -5 -20 -35 -50 -65 -80 -95 -110 -125 -140
Dia. (Inch)
15 -4 -19 -34 -49 -64 -79 -94 -109 -124 -139 -165
1/2 25 25 40 50 50 60 60 70 70 80 80 90
3/4 25 25 40 50 60 60 60 70 80 90 90 100
1 25 25 50 50 60 70 70 80 90 100 100 110
1 1/2 25 50 50 60 70 70 80 90 100 110 110 120
2 25 50 50 60 70 70 80 90 110 120 120 130
3 25 50 60 70 80 80 90 100 120 130 130 140
4 25 50 60 70 80 80 90 100 120 130 140 150
6 25 50 60 70 80 90 100 110 130 140 150 160
8 25 50 60 70 80 90 100 110 130 140 150 160
10 25 50 60 70 80 90 100 110 130 140 150 160
12 25 60 70 80 90 100 110 120 140 150 160 160
14 25 60 70 80 90 100 110 120 140 150 160 170
16 25 60 70 80 90 100 110 120 140 150 160 170
18 25 60 70 80 90 100 110 120 140 150 160 170
20 25 60 70 80 90 110 120 130 150 160 170 180
24 25 60 70 80 100 110 120 130 150 160 170 180
Above 25 60 70 80 100 110 120 130 150 160 170 180
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 85 of 145
DOCUMENT No.
JOB SPECIFICATION FOR B861-000-06-43-IL-S001
INSULATION OF PIPING AND EQUIPMENT Rev. 0
KLL, MAHARASHTRA Page 18 of 20
Table-2: Surface Condensation (SC type : PIR ) Insulation Thickness (Heat gain 25 W/m2) with 85 % RH
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 86 of 145
DOCUMENT No.
JOB SPECIFICATION FOR B861-000-06-43-IL-S001
INSULATION OF PIPING AND EQUIPMENT Rev. 0
KLL, MAHARASHTRA Page 19 of 20
1/2 25 25 50
3/4 25 25 50
1 25 25 50
1 1/2 30 30 60
2 30 30 60
3 30 30 60
4 30 40 70
6 30 40 70
8 30 40 70
10 30 40 70
12 30 40 70
14 40 40 80
16 40 40 80
18 40 40 80
20 40 50 90
24 40 50 90
Above 40 50 90
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 87 of 145
DOCUMENT No.
JOB SPECIFICATION FOR B861-000-06-43-IL-S001
INSULATION OF PIPING AND EQUIPMENT Rev. 0
KLL, MAHARASHTRA Page 20 of 20
1/2 25
3/4 25
1 25
1 1/2 25
2 25
3 25
4 25
6 25
8 25
10 30
12 30
14 30
16 30
18 30
20 30
24 30
Above 30
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 88 of 145
SITE SPECIFIC SEISMIC SPECTRA Document No.
AMBIENT AIR HEATING SYSTEM B861-000-16-54-DB-0001
KLL, DABHOL Rev. No. 0
Page 1 of 4
Template No. 5-0000-0001-T1 Rev. 2 / 28.11.2014 Copyrights EIL – All rights reserved
Page 89 of 145
SITE SPECIFIC SEISMIC SPECTRA Document No.
AMBIENT AIR HEATING SYSTEM B861-000-16-54-DB-0001
KLL, DABHOL Rev. No. 0
Page 2 of 4
Spectral Acceleration Coefficients (Sa/g) for 5% damping for 10% probability of exceedance in 50
years in the horizontal direction shall be based on the following equation. The spectral
acceleration values for different damping ratio are presented in Figure 1 and Table 1.
0.90
Damping (%)
0.80
Sa (0.5%)
0.70 Sa (1%)
Spectral accln. "Sa/g"
Sa (2%)
0.60 Sa (2.5%)
0.50 Sa (3%)
Sa (4%)
0.40 Sa (5%)
Sa (7%)
0.30
0.20
0.10
0.00
0.0 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 4.5 5.0 5.5 6.0 6.5 7.0 7.5 8.0
Time Period in seconds
Figure 1: Site specific seismic spectra for 10% probability of exceedance in 50 years
Template No. 5-0000-0001-T2 Rev. 2 / 28.11.2014 Copyrights EIL – All rights reserved
Page 90 of 145
SITE SPECIFIC SEISMIC SPECTRA Document No.
AMBIENT AIR HEATING SYSTEM B861-000-16-54-DB-0001
KLL, DABHOL Rev. No. 0
Page 3 of 4
Table 1: Spectral Acceleration Coefficients (Sa/g) for Design Basis Earthquake (DBE)
Template No. 5-0000-0001-T2 Rev. 2 / 28.11.2014 Copyrights EIL – All rights reserved
Page 91 of 145
SITE SPECIFIC SEISMIC SPECTRA Document No.
AMBIENT AIR HEATING SYSTEM B861-000-16-54-DB-0001
KLL, DABHOL Rev. No. 0
Page 4 of 4
NOTES:
1. For methodology of calculation of seismic forces and other seismic design criteria, refer
latest revisions of the following codes:
IS 1893 (Part 1): 2016 General provisions and buildings
IS 1893 (Part 4): 2024 Industrial structures including stack-like structures
2. All parameters shall be in accordance with the above-mentioned codes.
3. When cylindrical storage tanks are designed as per API 650/620 using site-specific
design methods, the percentage of critical damping and response reduction shall be
taken in accordance with the respective design codes.
Template No. 5-0000-0001-T2 Rev. 2 / 28.11.2014 Copyrights EIL – All rights reserved
Page 92 of 145
VENDOR DATA REQUIREMENTS Document No.
B861-000-6-42-VDR-PLS0001
FOR Rev. 0
PROTECTIVE COATINGS-B861-000-EX-MR-
6001 Page 1 of 2
Page 93 of 145
VENDOR DATA REQUIREMENTS Document No.
B861-000-6-42-VDR-PLS0001
FOR Rev. 0
PROTECTIVE COATINGS-B861-000-EX-MR-
6001 Page 2 of 2
The following drawings/documents marked " " shall be furnished by the bidder.
COATING SYSTEMS
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Painting Scheme / Schedule/specifications
(Including particulars of surface conditions,
surface preparation and coating system etc.
and inspection).
3. Paint manufacturer?s Credentials/PTR (Past
Track record)
4. Paint Pre-qualification Certificates as per the
specifications.
5. Paint datasheets and Material safety
Datasheets (MSDS)
6. GA Drawing of the equipment for which the
painting schedule is proposed
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0002: Specification for documentation requirements from Contractors.
7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
8. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
9. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
Page 94 of 145
Document No.
VENDOR DATA REQUIREMENTS B861-000-80-42-VDR-6001
FOR Rev. A
HEAT EXCHANGER (PLATES-GASKETTED) Page 1 of 3
Page 95 of 145
Document No.
VENDOR DATA REQUIREMENTS B861-000-80-42-VDR-6001
FOR Rev. A
HEAT EXCHANGER (PLATES-GASKETTED) Page 2 of 3
The following drawings/documents marked " " shall be furnished by the bidder.
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Thermal design calculation
2. Commissioning, operating & maintenance
instructions
3. Datasheets as per API 662 ( SI units)
completed by the vendor
4. Equipment detail drawings with the location of
connections & supports, materials, Nozzle
allowable forces, moments or movements,
Anchor Bolt Details
5. Commissioning spares list
6. Special tools & tackles required for
maintenance and operation (Recommended by
the Bidder)
7. Additional recommended spares for two years
of operation and maintenance
8. Foundation loading diagrams
9. Mechanical design calculations including wind,
seismic, nozzle load and lifting
10. Complete parts list including materials
11. Mandatory spare parts list
12. Inspection and testing plan (@)
13. Manufacturers data reports including
manufacturing certificates required as per the
codes
14. Equipment detail drawings corrected to show
actual ¿AS BUILT dimensions¿
15. Mill test certificates of all materials showing
location, heat number, chemical analysis, and
physical properties. (@)
16. Welding qualification procedures QW 483, Q
484
(@)
17. Reports of tests made on welded sections, if
any such tests are made
(@)
18. Reports of radiographic examination and
certificates for the results of any required
magentic particle / liquid penetrant test or any
other test
(@)
Page 96 of 145
Document No.
VENDOR DATA REQUIREMENTS B861-000-80-42-VDR-6001
FOR Rev. A
HEAT EXCHANGER (PLATES-GASKETTED) Page 3 of 3
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
19. Pyrometer charts and other detailed records of
heat treatment (post-weld, normalizing, heating
for forming etc.).
(@)
20. Hydro test / pneumatic / other test reports
(@)
21. Approving agency¿s certificate
(@)
22. Nameplate rubbings
(@)
23. Method of packaging with a sketch showing
anchorage etc.
24. Instructions for storage at site, installation and
erection
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.
Page 97 of 145
PLATE & FRAME Document No.
B861-700-02-42-DS-1401
HEAT EXCHANGER Rev. No. 3
PROCESS DATA SHEET Page 1 of 4
PROJECT EPCM Services for Ambient Air Heating System at KLL CLIENT KONKAN LNG LIMITED
UNIT EXISTING PROCESS AREA JOB NO. B861 UNIT NO. 700
ITEM NO 700-EP-1001 A/B/C/D/E
MOUNTING
CASE CASE-2
FLUID HANDLED EGW (36 WT%) (HOT SIDE) MW (30 WT%) (COLD SIDE)
VAPOUR KG/HR
STEAM KG/HR
WATER KG/HR
IF YES,DATASHEET NO
OVER CAPACITY FACTOR
BOTH FLOW & DUTY % of Normal
SURFACE AREA
Page 98 of 145
PLATE & FRAME Document No.
B861-700-02-42-DS-1401
HEAT EXCHANGER Rev. No. 3
PROCESS DATA SHEET Page 2 of 4
PROJECT EPCM Services for Ambient Air Heating System at KLL CLIENT KONKAN LNG LIMITED
UNIT EXISTING PROCESS AREA JOB NO. B861 UNIT NO. 700
ITEM NO 700-EP-1001 A/B/C/D/E
MOUNTING
CASE CASE-1
FLUID HANDLED EGW (36 WT%) (HOT SIDE) MW (30 WT%) (COLD SIDE)
VAPOUR KG/HR
STEAM KG/HR
WATER KG/HR
IF YES,DATASHEET NO
OVER CAPACITY FACTOR
BOTH FLOW & DUTY % of Normal
SURFACE AREA
Page 99 of 145
PLATE & FRAME Document No.
B861-700-02-42-DS-1401
HEAT EXCHANGER Rev. No. 3
PROCESS DATA SHEET Page 3 of 4
PROJECT EPCM Services for Ambient Air Heating System at KLL CLIENT KONKAN LNG LIMITED
UNIT EXISTING PROCESS AREA JOB NO. B861 UNIT NO. 700
CONSTRUCTION DATA
DESIGN TEMPERATURE DEG C (-)25/65
BAFFLES NOTE-2
THERMAL CYCLING NO
IF YES
PRESSURE BAR
TEMPERATURE DEG C
NOTES:
1 REFER BASIC ENGINEERING DESIGN BASIS AND P&ID NO: B861-02-42-700-1111 TO B861-02-42-700-1115 FOR DETAILS
5 VENDOR TO CONFIRM REQUIREMENT AND PROVIDE INSULATION ON PLATE HEAT EXCHANGER TO AVOID SURFACE CONDENSATION.
6 DELETED
L
NOTES:
L
1. FOR GENERAL NOTES, SYMBOLS AND PIPING DETAILS SEE DWG. B861-02-42-001-1191/1192.
NOTE 7
LO
J EGW 24"-EGW-700-1101-A1A-SC J
219
H
TIC-1102 TIC TT TE
I I
224
215
700-1112
will not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower.
H 700-1113 H
H
PDT PDI
1101 1101
700-1114 H
PDI
1102 24"XH"
FF H
METHANOL WATER 24"-MW-700-1501-A1A-SC FI FT PDT
G G
221
RS
TI
1105
NOTE 4
METHANOL WATER 36"-MW-700-1101-A1A-SC RS RS NOTE 2 LO 36"-MW-700-1102-A1A-SC METHANOL WATER
218
214
700-1151 700-1151
36"x24" LO FE-1101 24"XH" 36"x24"
NOTE 5,6 A1A B1A
TE TI NOTE 4 BIA A1A
PDI
F 1107 1106 1104 F
RS
LC
SC
NOTE 7
TT
1107 24"XH"
H
TI PDI
1107 1103 24"-MW-700-1202-A1A-SC METHANOL WATER
L
213
700-1112
E E
FF H
FI FT
321 1102 24"-MW-700-1302-A1A-SC METHANOL WATER
L
220
700-1113
MIN.
LO
EGW 24"-EGW-700-1702-B1A-SC 24"-MW-700-1402-A1A-SC METHANOL WATER
D
223
212
D 701-1117 NOTE 2 700-1114
FE-1102
TI TE PI NOTE 5,6
1104 1103 1101
24"-MW-700-1502-A1A-SC METHANOL WATER
211
700-1115
TT
1103
SLOP
E
2"-MW-700-1103-A1A MW DRAIN
210
TI 700-1151
C
1103 A 18.04.24 ISSUED FOR COMMENTS GSB DR/MS JKS SS
SLOP
E
2"-EGW-700-1103-A1A EGW DRAIN Lka[;k frfFk Lka'kks/ku MWku }kjk tkWp vuqeksfnr
222
LC 701-1122 No. DATE REVISIONS DRN BY CHKD APPD.
A1A -SC A1A
baftfu;LkZ ENGINEERS
bafHkkjr
M;kLkjdkjfyfeVs M INDIA LIMITED
dk mide (A Govt. of India Undertaking)
16 13 14 13 12 11 11 9 8 7
B861 02 42 700 1111 A
EIL-0241-502-REV-0-A DISTRIBUTION CODE
Page 102 of 145
16 15 14 13 12 11 10 9 8 7 6 5 4 3 2 1
L
NOTES:
L
1. FOR GENERAL NOTES, SYMBOLS AND PIPING DETAILS SEE DWG. B861-02-42-001-1191/1192.
NOTE 7
LO
J EGW 24"-EGW-700-1201-A1A-SC J
230
H
TIC-1202 TIC TT TE
I I
239
H H
H
PDT PDI
1201 1201
PDI H
1202 24"XH"
FF H
FI FT PDT
G G
1201 1201 1202
L
RS
TI
1205
NOTE 4
METHANOL WATER 24"-MW-700-1201-A1A-SC RS RS NOTE 2 LO 24"-MW-700-1202-A1A-SC METHANOL WATER
237
225
700-1111 700-1111
LO FE-1201 24"XH"
NOTE 5,6 A1A B1A
TE TI NOTE 4 BIA A1A
PDI
1207 1206
F 1204 F
RS
LC
SC
NOTE 7
TT
1207 24"XH"
H
TI PDI
1207 1203
L
E E
FF H
FI FT
1202 1202
L
MIN.
LO
EGW 24"-EGW-700-1802-B1A-SC
D
238
D 701-1118 NOTE 2
FE-1202
TI TE PI NOTE 5,6
1204 1203 1201
TT
1203
SLOP
E
2"-MW-700-1203-A1A MW DRAIN
231
TI 700-1151
C 1203 A 18.04.24 ISSUED FOR COMMENTS GSB DR/MS JKS SS
SLOP
E
2"-EGW-700-1203-A1A EGW DRAIN Lka[;k frfFk Lka'kks/ku MWku }kjk tkWp vuqeksfnr
232
LC 701-1122 No. DATE REVISIONS DRN BY CHKD APPD.
A1A -SC A1A
baftfu;LkZ ENGINEERS
bafHkkjr
M;kLkjdkjfyfeVs M INDIA LIMITED
dk mide (A Govt. of India Undertaking)
16 13 14 13 12 11 11 9 8 7
B861 02 42 700 1112 A
EIL-0241-502-REV-0-A DISTRIBUTION CODE
Page 103 of 145
16 15 14 13 12 11 10 9 8 7 6 5 4 3 2 1
L
NOTES:
L
1. FOR GENERAL NOTES, SYMBOLS AND PIPING DETAILS SEE DWG. B861-02-42-001-1191/1192.
NOTE 7
LO
J EGW 24"-EGW-700-1301-A1A-SC J
244
H
TIC-1202 TIC TT TE
I I
242
H H
H
PDT PDI
1301 1301
PDI H
1302 24"XH"
FF H
FI FT PDT
G G
1301 1301 1302
L
RS
TI
1305
NOTE 4
METHANOL WATER 24"-MW-700-1301-A1A-SC RS RS NOTE 2 LO 24"-MW-700-1302-A1A-SC METHANOL WATER
241
243
700-1111 700-1111
LO FE-1301 24"XH"
NOTE 5,6 A1A B1A
TE TI NOTE 4 BIA A1A
PDI
1307 1306
F 1304 F
RS
LC
SC
NOTE 7
TT
1307 24"XH"
H
TI PDI
1307 1303
L
E E
FF H
FI FT
1302 1302
L
MIN.
LO
EGW 24"-EGW-700-1902-B1A-SC
D
246
D 701-1119 NOTE 2
FE-1302
TI TE PI NOTE 5,6
1304 1303 1301
TT
1303
SLOP
E
2"-MW-700-1303-A1A MW DRAIN
240
TI 700-1151
C 1303 A 18.04.24 ISSUED FOR COMMENTS GSB DR/MS JKS SS
SLOP
E
2"-EGW-700-1303-A1A EGW DRAIN Lka[;k frfFk Lka'kks/ku MWku }kjk tkWp vuqeksfnr
245
LC 701-1122 No. DATE REVISIONS DRN BY CHKD APPD.
A1A -SC A1A
baftfu;LkZ ENGINEERS
bafHkkjr
M;kLkjdkjfyfeVs M INDIA LIMITED
dk mide (A Govt. of India Undertaking)
16 13 14 13 12 11 11 9 8 7
B861 02 42 700 1113 A
EIL-0241-502-REV-0-A DISTRIBUTION CODE
Page 104 of 145
16 15 14 13 12 11 10 9 8 7 6 5 4 3 2 1
L
NOTES:
L
1. FOR GENERAL NOTES, SYMBOLS AND PIPING DETAILS SEE DWG. B861-02-42-001-1191/1192.
NOTE 7
LO
J EGW 24"-EGW-700-1401-A1A-SC J
250
H
TIC-1402 TIC TT TE
I I
252
H H
H
PDT PDI
1401 1401
PDI H
1402 24"XH"
FF H
FI FT PDT
G G
1401 1401 1402
L
RS
TI
1405
NOTE 4
METHANOL WATER 24"-MW-700-1401-A1A-SC RS RS NOTE 2 LO 24"-MW-700-1402-A1A-SC METHANOL WATER
247
253
700-1111 700-1111
LO FE-1401 24"XH"
NOTE 5,6 A1A B1A
TE TI NOTE 4 BIA A1A
PDI
1407 1406
F 1404 F
RS
LC
SC
NOTE 7
TT
1407 24"XH"
H
TI PDI
1407 1403
L
E E
FF H
FI FT
1402 1402
L
MIN.
LO
EGW 24"-EGW-700-2002-B1A-SC
D
248
D 701-1120 NOTE 2
FE-1402
TI TE PI NOTE 5,6
1404 1403 1401
TT
1403
SLOP
E
2"-MW-700-1403-A1A MW DRAIN
249
TI 700-1151
C 1403 A 18.04.24 ISSUED FOR COMMENTS GSB DR/MS JKS SS
SLOP
E
2"-EGW-700-1403-A1A EGW DRAIN Lka[;k frfFk Lka'kks/ku MWku }kjk tkWp vuqeksfnr
251
LC 701-1122 No. DATE REVISIONS DRN BY CHKD APPD.
A1A -SC A1A
baftfu;LkZ ENGINEERS
bafHkkjr
M;kLkjdkjfyfeVs M INDIA LIMITED
dk mide (A Govt. of India Undertaking)
16 13 14 13 12 11 11 9 8 7
B861 02 42 700 1114 A
EIL-0241-502-REV-0-A DISTRIBUTION CODE
Page 105 of 145
16 15 14 13 12 11 10 9 8 7 6 5 4 3 2 1
L
NOTES:
L
1. FOR GENERAL NOTES, SYMBOLS AND PIPING DETAILS SEE DWG. B861-02-42-001-1191/1192.
NOTE 7
LO
J EGW 24"-EGW-700-1501-A1A-SC J
260
H
TIC-1502 TIC TT TE
I I
254
H H
H
PDT PDI
1501 1501
PDI H
1502 24"XH"
FF H
FI FT PDT
G G
1501 1501 1502
L
RS
TI
1505
NOTE 4
METHANOL WATER 24"-MW-700-1501-A1A-SC RS RS NOTE 2 LO 24"-MW-700-1502-A1A-SC METHANOL WATER
258
256
700-1111 700-1111
LO FE-1501 24"XH"
NOTE 5,6 A1A B1A
TE TI NOTE 4 BIA A1A
PDI
1507 1506
F 1504 F
RS
LC
SC
NOTE 7
TT
1507 24"XH"
H
TI PDI
1507 1503
L
E E
FF H
FI FT
1502 1502
L
MIN.
LO
EGW 24"-EGW-700-2102-B1A-SC
D
257
D 701-1121 NOTE 2
FE-1502
TI TE PI NOTE 5,6
1504 1503 1501
TT
1503
SLOP
E
2"-MW-700-1503-A1A MW DRAIN
259
TI 700-1151
C 1503 A 18.04.24 ISSUED FOR COMMENTS GSB DR/MS JKS SS
SLOP
E
2"-EGW-700-1503-A1A EGW DRAIN Lka[;k frfFk Lka'kks/ku MWku }kjk tkWp vuqeksfnr
255
LC 701-1122 No. DATE REVISIONS DRN BY CHKD APPD.
A1A -SC A1A
baftfu;LkZ ENGINEERS
bafHkkjr
M;kLkjdkjfyfeVs M INDIA LIMITED
dk mide (A Govt. of India Undertaking)
16 13 14 13 12 11 11 9 8 7
B861 02 42 700 1115 A
EIL-0241-502-REV-0-A DISTRIBUTION CODE
Page 106 of 145
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
el ENGINEERS FOR PLATE TYPE HEAT
INDIA LIMITED 6-15-0008 Rev. 5
$11:g-,41 A Govt of India Undertaking) EXCHANGERS Page 1 of 9
STANDARD SPECIFICATION
FOR
PLATE TYPE HEAT EXCHANGERS
Abbreviations:
CONTENTS
1.0 SCOPE 4
2.0 GENERAL 4
3.0 CODES 4
4.0 DESIGN 4
5.0 MATERIALS 6
6.0 SPARES 8
7.0 TESTING 8
8.0 INSPECTION
10.0 GUARANTEE 9
1.0 SCOPE
This Specification defines minimum general requirements governing design, materials, fabrication,
inspection, testing, drawing & documentation and packing of Plate heat exchangers.
2.0 GENERAL
In order to receive due consideration, Supplier shall quote in strict accordance with this and other
applicable codes/specifications. Alternatives may be submitted at the option of the Supplier,
provided such alternatives are clearly indicated and quoted as additions or deductions to the basic -
bid.
3.0 CODES
4.0 DESIGN
4.1. General
4.1.1. The heat exchanger unit shall consist of gasketted plates supported in frame capable of being opened
and closed. The frame provides structural support and the pressure containment for the gasketted
plates and consist of fixed cover, movable cover, upper and lower carrying bars, closing studs/nuts and
carrying bars support columns.
4.1.2. The design shall be such as to enable cleaning by mechanical, chemical means or back flushing, if
possible.
4.1.3. The frame shall be designed to permit future installation of 20% additional plates.
4.1.4. The unit shall be designed for full pressure in each stream with no pressure on other stream.
4.1.5. Lifting lugs to handle the exchanger shall be provided. These shall be designed for twice the
maximum exchanger dry weight.
4.1.6. All SS or other corrosion resistant, weld deposits/cladding shall be minimum 3 mm and all SS
corrosion resistant cladding/deposit/ material welded shall be stabilized/low carbon grades.
4.1.7. All gasket-seating faces shall have weld deposits. Liners are also acceptable.
4.1.8. Design shall be such that separation of plates do not occur due to deposition of hard scales at inlet
ports.
4.1.9. Wind and seismic loads shall be considered in accordance with relevant standards, unless otherwise
specified.
4.2.2. CS components in contact with fluid shall have a corrosion allowance of 3 mm minimum.
4.2.3. Flow induced vibration at all specified operating conditions shall be prevented by properly
considering the effects of the fluid velocity , pressure drop, viscosity and plate support techniques.
4.3.2. Plates shall be fully supported from the top carrying bar and guided only by the bottom bar with
reinforced slots integral with the plate.
4.3.3. The plate pattern shall be such as to ensure adequate metal-to-metal plate contact points to provide
rigidity. The exchanger shall be designed with one type pattern. Care should be taken to have good
flow distribution to eliminate dead zone.
4.4. Covers
Fixed cover is the primary stationary end of the plate heat exchanger. All nozzles shall preferably be
located on fixed cover.
4.5.2. The lower carrying bar shall be either welded or bolted to fixed cover and carrying bar support
column. It shall be sheathed in stainless steel on those three surfaces in contact with the plates and is
a guide bar only, for the plates.
4.6.2. Slotted holes for the tie bars shall be uniformly distributed around the periphery of the covers. The
slot shoulders shall be spot faced.
4.6.3. Min. diameter of rod bars shall be 1 9mm. Nuts with washers shall be provided at both ends.
4.7. Gasket
4.7.1. Gaskets shall be provided to contain the liquids between plates and to separate the liquids where
they flow through the headers formed by the holes or ports in the plates when plates are assembled in
a plate pack. Gaskets shall be single piece and shall be compressed to achieve metal-to-metal contact
between plates. Gasket and gasket grooves shall be designed to facilitate positioning of plates.
4.7.2. An adhesive compound compatible with the gasket material and having a thickness to ensure
bond strength between plates and gaskets shall be applied to the plate gasket groove surface.
Gasket plate surface shall be thoroughly cleaned by means of solvent cleaning or
electropolishing or any other suitable means (sand blasting shall not be used) sand blasting
and dried before application of adhesive. Emery cloth or abrasive powder shall not be used to clean
out gasket groove.
4.7.3. All gaskets shall be identical except, end plates and head.
4.7.4. Relieving grooves shall be provided in the outside gasket in those locations where internal
gasket also is used to avoid cross contamination of liquid without external evidence.
4.7.5. Portholes not feeding passes between plates shall be fully gasketted and vented to the
atmosphere.
4.8. Nozzles
4.8.1. The nozzles shall be flanged and projected type with a provision of a flanged 11/2 " connection
on each nozzle blinded with studs and nuts and gaskets. Integral flanges are also acceptable.
4.8.2. Design should be such as to provide venting & draining of each stream through main nozzles.
4.8.3. Nozzles on movable cover shall be provided with 90° long radius elbow to facilitate opening
of plate pack without disturbing piping.
4.8.4. The nozzle size shall be equal to the size given in Process datasheet/P&ID. Where different
size is required by Supplier, then Supplier shall provide reducer / expander as applicable.
4.8.5. All process nozzles connected to piping shall be designed for nozzle loads given in the
requisition. If not provided in the requisition, nozzle loads as given in API 662 shall be
applied. Local load analysis of process nozzles and nozzle junction shall be carried out as per WRC
107 and WRC 537.
4.9.1. All parameters required for design of support such as wind shear and moment at base, size,
number and locations of anchor bolt, erection weight, operating weight, hydrotest weight etc
shall be furnished by bidder.
5.0 MATERIALS
5.1 Plates
5.1.4. Plates having thickness 16 mm to 50mm (both inclusive) shall be UST as per SA 435.
5.1.5. For thickness above 50mm, UST shall be carried out as per SA 578 with acceptance standard of level-
B. UST shall be done after the specified heat treatment of plates.
5.1.6. CS plates above 50mm in thickness shall also meet the following additional requirements:
Charpy V-notch test as per the supplementary requirement SS specification SA-20. Test temperature
and
5.1.7. SS plates shall be to SA 480 specification. All SS plates shall be either hot rolled annealed and pickled
and shall have No.1 finish on both sides and cold rolled with 2B finish.
5.1.8. Plates representative of each heat shall be intergranular corrosion tested as per ASTM A-262 practice
E or EN ISO 3651-2A for all 300 series SS materials.
5.2 Forgings
5.2.2 CS forgings shall be SA-105 or better for nozzle flanges and SA-266 Cl. II or IV or better for other
pressure forgings.
5.3 Pipes
5.4 Gaskets
5.4.1 Suitable material for the gasket shall be used and the same shall be specified in the bid. Supplier shall
indicate in his bid his experience with the proposed gasket material in similar service conditions.
5.4.2 Supplier shall indicate the anticipated life of the proposed gasket in the specified service and in
storage. Special requirements for gasket storage to maintain gasket shelf life shall be specified.
5.5 Bolting
Bolting shall consist of continuously threaded bolts conforming to ASTM A 193-B7 with nuts in
accordance with ASTM A 194-211, unless otherwise specified.
5.7 Nameplate
Each equipment shall be provided with a SS name plate which shall be attached by SS rivets to
CS (5 thick) bracket welded to cover. Letters shall be stamped & shall include project,
Purchaser, equipment number, fluids circulated, design pressure, design temperature,
hydraulic test pressure, corrosion allowance, equipment weight empty and full of liquid and
other relevant data. Size and font of letters shall be 60 points on Verdana Bold.
6.0 SPARES
6.1 Following shall be supplied as mandatory spares, unless otherwise specified. Supplier shall
include the cost of mandatory spares in the base price:
6.2 Unless otherwise specified following commissioning Spares shall be provided by Supplier
where gaskets are in Supplier's scope and cost to be included in base price:
• Gaskets - 100%
6.3 Two sets of any special tools required for maintenance and operation of this equipment e.g.
torque wrench shall be supplied by Supplier. The list of such special tools will be furnished
along-with bid. Cost of same shall be included in base price.
6.4 Supplier shall advise on the desirability of the optional extra spares in addition to quantities
indicated above for two years of operation and maintenance.
7.0 TESTING
7.1 After completion of assembly, equipment shall be given hydro test at test pressure limits (differential
pressure) for 30 minutes minimum. Also the mechanical strength of the frame shall be tested by
raising the pressure on both sides equivalent to test pressure (1.3 times the design pressure). No
leakage or distortion shall be permitted.
7.2 Minimum water temperature for hydro testing shall not be lower than 15°C (60°F).
7.3 The chloride content in water for hydro testing shall not exceed 25 PPM when the exchanger
contains solid or lined SS.
8.0 INSPECTION
8.1 Exchanger shall be inspected during fabrication and upon final completion to ensure the compliance
8.2 All materials and accessories required for the fabrication of the Plate Heat Exchanger shall be
supplied by the Supplier unless otherwise stated.
8.3 All materials procured from outside India shall be inspected by reputed Third Party Inspection
agency and the cost of the Inspection Agency shall be borne by Supplier. Mill test certificates alone
shall not be sufficient.
8.4 PMI shall be performed for alloy materials as per EIL standard specification6-81-0001.
8.5 The complete exchanger shall be trial assembled at shop. Dimensions and alignment check shall be
conducted and results recorded.
9.1 After final hydro test the equipment shall be drained, dried and cleaned thoroughly of all grease,
loose scale, rust, flux and weld spatter both internally and externally.
9.2 All flange opening shall be provided with steel covers 3mm thick with minimum 8-5/16" bolting to
protect during shipment.
9.3 Each tapped boss shall be provided with forged steel plug at least 76 mm (3 inch) long. Plug shall be
of same material as boss. Each reinforcing pad test hole shall be fitted with plug.
9.4 Each exchanger shall be individually crated in entirety to prevent damage during shipment, transit
and storage at site.
10.0 GUARANTEE
Unless otherwise specified in General Purchase Conditions (GPC) regarding guarantee, the
following shall govern:
The Supplier shall guarantee the equipment for design, materials, workmanship and specified
performance for a period as specified in GPC. Defects/short falls, if any, shall be made good by the
Supplier at his cost by repair and/or replacement without any delay.
The fabrication drawings and other documents shall be submitted in accordance with the
requisition/bid document. EIL's review of documents shall not relieve Supplier of his responsibility
in any manner.
Abbreviations:
CONTENTS
1.0 SCOPE
2.0 DEFINITIONS
2.1 Bidder
For the purpose of this specification, the word “BIDDER” means the person(s), firm,
company or organization who is under the process of being contracted by EIL / Owner for
delivery of some products (including service). The word is considered synonymous to
supplier, contractor or vendor.
2.3 Owner
Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.
Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system shall fully
satisfy all relevant requirements of ISO 9001 “Quality Management Systems –
Requirements.” Evidence of compliance shall be current certificate of quality system
registration to ISO 9001 or a recent compliance audit recommending registration from a
certification agency. The quality system shall provide the planned and systematic control of
all quality related activities for execution of contract. Implementation of the system shall be
in accordance with BIDDER’S Quality Manual and PROJECT specific Quality Plan.
5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER’S Quality Plan shall address all of
the applicable elements of ISO 9001, identify responsible parties within BIDDER’S
organization, for the implementation / control of each area, reference the applicable
procedures used to control / assure each area, and verify the documents produced for each
area. The Project Quality Plan shall necessarily define control or make reference to the
relevant procedures, for design and engineering, purchase, documentation, record control,
bid evaluation, inspection, production / manufacturing, preservation, packaging and storage,
quality control at construction site, pre-commissioning, commissioning and handing over (as
applicable) in line with contract requirement and scope of work.
5.2 BIDDER shall identify all specified or implied statutory and regulatory requirements and
communicate the same to all concerned in his organization and his sub contractor’s
organization for compliance.
5.3 BIDDER shall deploy competent and trained personnel for various activities for fulfillment
of PO / contract. BIDDER shall arrange adequate infrastructure and work environment to
ensure that the specification and quality of the deliverable are maintained.
5.4 BIDDER shall do the quality planning for all activities involved in delivery of order. The
quality planning shall cover as minimum the following:
Resources
Product / deliverable characteristics to be controlled.
Process characteristics to ensure the identified product characteristics are realized
Identification of any measurement requirements, acceptance criteria
Records to be generated
Need for any documented procedure
The quality planning shall result into the quality assurance plan, inspection and test plans
(ITPs) and job procedures for the project activities in the scope of bidder. These documents
shall be submitted to EIL / Owner for review / approval, before commencement of work.
5.6 BIDDER shall plan and carry production and service provision under controlled conditions.
Controlled conditions shall include, as applicable
5.7 BIDDER shall validate any processes for production and service provision where resulting
output cannot be verified by subsequent monitoring and measurement. This includes any
process where deficiencies become apparent only after the product is in use or service has
been delivered.
5.8 BIDDER shall establish a system for identification and traceability of product / deliverable
throughout product realization. Product status with respect to inspection and testing
requirements shall be identified.
5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL property is
lost, damaged or otherwise found to be unsuitable for use, this shall be reported to the EIL /
Owner.
5.10 BIDDER shall ensure the conformity of product / deliverable during internal processing and
delivery to the intended destination. Requirements mentioned in the MR/ tender shall be
adhered to.
5.11 BIDDER shall establish system to ensure that inspection and testing activities are carried out
in line with requirements. Where necessary, measuring equipment shall be calibrated at
specified frequency, against national or international measurement standards; where no such
standard exists, the basis used for calibration shall be recorded. The measuring equipment
shall be protected from damage during handling, maintenance and storage.
5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of contract.
5.13 BIDDER shall monitor and measure the characteristics of the product / deliverable to verify
that product requirement has been met. The inspection (stage as well as final) by BIDDER
and EIL / Owner personnel shall be carried out strictly as per the approved ITPs or ITPs
forming part of the contract. Product release or service delivery shall not proceed until the
planned arrangements have been satisfactorily completed, unless otherwise approved by
relevant authority and where applicable by Owner / EIL.
5.14 BIDDER shall establish and maintain a documented procedure to ensure that the product
which does not conform to requirements is identified and controlled to prevent its unintended
use or delivery
5.15 All non-conformities (NCs) / deficiencies found by the BIDDER’S inspection / surveillance
staff shall be duly recorded, including their disposal action shall be recorded and resolved
suitably. Effective corrective actions shall be implemented by the BIDDER so that similar
NCs including deficiencies do not recur. The BIDDER shall take appropriate actions to
address the Risks and Opportunities in the project.
5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the BIDDER and
appropriate corrective actions shall be implemented. BIDDER shall intimate EIL / Owner of
all such corrective action implemented by him.
5.17 BIDDER should follow the standards, specifications and approved drawings. Concessions /
Deviations shall be allowed only in case of unavoidable circumstances. In such situations
Concession / deviation request must be made by the BIDDER through online system of EIL
eDMS. URL of EIL eDMS is http://edocx.eil.co.in/vportal.
5.19 All project records shall be carefully kept, maintained and protected for any damage or loss
until the project completion, then handed over to EIL / Owner as per contract requirement
(Refer Specification Nos. 6-78-0002 - Specification for Documentation Requirements from
Contractors and 6-78-0003 - Specification for Documentation Requirements from Suppliers),
or disposed as per relevant project procedure.
6.0 AUDITS
BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme shall
cover design, procurement, construction management and commissioning as applicable
including activities carried out by sub-vendors and sub-contractors. This shall be additional
to the certification body surveillance audits carried out under BIDDER’S own ISO 9001
certification scheme.
The audit programmes and audit reports shall be available with bidder for scrutiny by EIL /
Owner. EIL or Owner’s representative reserves the right to attend, as a witness, any audit
conducted during the execution of the WORKS.
In addition to above, EIL, Owner and third party appointed by EIL / Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance and
access to their systems and sub-contractor / vendor systems as required for this purpose.
Any deficiencies noted shall be immediately rectified by BIDDER.
BIDDER shall submit following QMS documents immediately after award of work (Within
one week) for record / review by EIL / Owner/ TPIA, as applicable.
Organization chart (for complete organization structure and for the project)
Project Quality Plan / Quality Assurance Plan
Job specific Inspection Test Plans, if not attached with PR
Job Procedures
Inspection / Test Formats
Quality Manual
Certificate of approval for compliance to ISO: 9001 standard
Procedure for Control of Non-conforming Product
Procedure for Control of Documents
Sample audit report of the QMS internal and external audits conducted during last one
year
Customer satisfaction reports from at least 2 customers,
Project QMS audit report
Technical audit reports for the project
Corrective action report on the audits
Documents as specified above are minimum requirements. BIDDER shall submit any other
document / data required for completion of the job as per EIL / Owner instructions.
Abbreviations:
CONTENTS
Attachments
1.0 SCOPE
This specification establishes the Documentation Requirements from Suppliers.
All documents / data against the PO / PR / MR shall be developed and submitted to EIL /
Owner by the suppliers for review / records, in line with this specification.
2.0 DEFINITIONS
2.1 Supplier
For the purpose of this specification, the word “SUPPLIER” means the person(s), firm,
company or organization who has entered into a contract with EIL / Owner for delivery of
some products (including service). The word is considered synonymous to bidder, contractor
or vendor.
2.2 Owner
Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.
After placement of order, Supplier shall acknowledge order through V-Portal within 7 days
of receipt of FOA / PO. Supplier shall assign a Project Manager for that order though online
portal and provide requisite details. Project Manager details shall include e-mail address,
mailing address, mobile/telephone nos., fax nos. and name of Project Manager. All the
system generated emails pertaining to that order shall be sent to the assigned Project
Manager.
4.2.1 The Supplier shall submit the documents and data against the PO / PR / MR as per the list
given in respective PO / PR / MR.
4.2.2 Review of the supplier drawings / documents by EIL would be only to review the
compatibility with basic designs and concepts and in no way absolve the supplier of his
responsibility / contractual obligation to comply with PR requirements, applicable codes,
specifications and statutory rules / regulations. Any error / deficiency noticed during any
stage of manufacturing / execution / inspection/ installation shall be promptly corrected by
the supplier without any time and cost implications, irrespective of comments on the same
were received from EIL during the drawing review stage or not.
4.2.3 Unless otherwise specified, submission of documents for Review / Records shall commence
as follows from the date of Fax of Intent / Letter of Intent / Fax of Acceptance (FOA) / Letter
of Acceptance (LOA):
QMS - 1 week
Document Control Index - 2 weeks
Other Documents / Drawings - As per approved Document Control Index
4.3.1 All Documents shall be in ENGLISH language and in M.K.S System of units.
4.3.2 Before forwarding the drawings and documents, contractor shall ensure that the following
information are properly mentioned in each drawing:
Purchase Requisition Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Client
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date
4.4.1 The Drawing / Documents shall be reviewed, checked, approved and duly signed / stamped by
supplier before submission. Revision number shall be changed during submission of the
revised supplier documents and all revisions shall be highlighted by clouds. Whenever the
supplier require any sub-supplier drawings to be reviewed by EIL, the same shall be submitted
by the supplier duly reviewed, approved and stamped by the supplier. Direct submission of
sub-supplier’s drawings without contractor’s / suppliers’ approval shall not be entertained.
4.5 Document Category
Following review codes shall be used for review of supplier Drawings / Documents:
Supplier shall create and submit Document Control Index (DCI) for review based on PO / PR
/ MR along with schedule date of submission of each drawing / document on EIL Vendor
Portal. The DCI shall be specific with regard to drawing / document no. and the exact title.
Proper sequencing of the drawings / documents should be ensured in schedule date of
submission.
Wherever approval by any statutory body is required to be taken by Supplier, the Supplier shall
submit copy of approval by the authority to EIL.
Supplier shall prepare manufacturing schedule for the order, with key milestone activities (such
as document submission, sub ordering, manufacturing, Inspection, dispatches, etc) to meet
delivery as per FOA / PO terms. Supplier shall submit manufacturing schedule to concerned
Regional Procurement Office (RPO) of EIL / Owner for review within 2 weeks from date of
FOA / PO.
Supplier shall submit monthly progress (MPR) report and updated procurement, engineering,
manufacturing status, Inspection and dispatch status (schedule vs. actual) and highlight
constraints, if any, along with action plan for mitigation, to the concerned Regional
Procurement Office (RPO) of EIL / Owner by 1st week of every month., First MPR shall be
submitted within 2 weeks from FOA / LOA. In case of exigencies, EIL / Owner can ask for
report submission as required on weekly / fortnightly / adhoc basis depending upon supply
status and supplier shall furnish such reports promptly without any price implication. Format
for progress report shall be submitted by the Supplier during kick off meeting or within 2 weeks
of receiving FOA / LOA, whichever is earlier.
For Package equipment contracts, the supplier shall prepare a list of items / equipment and
their inspection categorization plan for all items included in the scope of supply immediately
after receipt of order and obtains approval for the same from EIL. The items shall be
categorized into different categories depending upon their criticality for the scope of inspection
of TPIA and / or EIL.
Supplier shall perform internal inspection as per ITP/ approved QAP at their works based on
approved documents / drawings. Upon satisfactory internal inspection, supplier shall raise
inspection call to concerned Regional Procurement Office (RPO) of EIL / TPIA / Owner with
advance notice as per contract along with Internal test reports.
All changes w.r.t. PR shall be recorded through agreed variations or Concessions & Deviations.
Conflict, if any, between PR / Job specifications and approved drawings, shall be brought to
the notice of EIL / owner by the supplier / contractor. Decision of EIL / owner will be binding
on the supplier and to be complied without time and cost implications.
Identified bought out items/ raw material shall be procured under TPIA as per ITP.
IRN / IC shall be issued by EIL Inspector / third party inspection agency on successful
inspection, review of test reports / certificates as per specifications & ITP / agreed quality plan
(as applicable) and only after all the drawings / documents as per DCI are submitted and are
accepted under review code-1 or code R. Supplier shall ensure that necessary documents /
manufacturing and test certificates are made available to EIL / TPIA as and when desired.
Note 1: Non fulfilling above requirement shall result into appropriate penalty or with- holding
of payment as per conditions of PO / PR / MR.
Note 2: For items where IRN/IC is issued by TPIA, supplier to ensure that following as a
minimum must be mentioned by TPIA in IRN / IC
a) PR document number
b) List of drawings / documents with EIL approval code
c) Tests witnessed, documents reviewed
d) Compliance statement by TPIA that product meets the requirement as specified in
EIL PR, standard specifications, Inspection Test Plan / QAP and approved
documents.
Weight : 32 MT
Dimensions and weight provided above are inclusive of all nozzles, attachments, transportation
saddles etc.
Physical Rout survey for ODC movement shall be submitted to EIL within 8 weeks of
receiving FOA / LOA.
as soft files), all relevant catalogues, manuals available as soft files (editable copies of
drawings/text documents, while for catalogues / manuals / proprietary information and data,
PDF files can be furnished).
All the above documents shall also be uploaded on the EIL Vendor Portal and if applicable on
Client Server also.
4.10.5 Completeness of Final Documentation
Supplier shall get the completeness of final documentation verified by EIL / TPIA, as
applicable, and attach the Format for Completeness of Final Documentation (Format No. 3-78-
0004) duly signed by EIL Inspector or TPIA as applicable to the final document folder.
Name of Supplier/Contractor :
Customer :
Project :
EIL’s Job No. :
Purchase Order No./ :
Contract No.
Tag. No. :
Supplier’s / Contractor’s Works :
Order No.
Certified that the Engineering Documents / Manufacturing & Test Certificates submitted by the
supplier (as per Index sheet mentioned in Annexure-1) are complete in accordance with the Vendor
Data Requirements of Purchase Requisition / Tender.
Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved
Annexure-1
Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved
Convenor
Chairman
Rev. Prepared Checked Standards Committee
Date Purpose Standards Bureau
No. by by
Approved by
Abbreviations:
Members:
Mr. Rajesh Sinha Mr. Himangshu Pal Mr. R. Muthuramalingam (RPO Representative)
Mr. Chandrashekhar Mr. Avdhesh Agrawal Mr. P V Satyanarayana (Engg. Representative)
Mr. Mahendra Mittal
1.0 SCOPE:
This Inspection Test Plan covers the minimum testing requirements of Plate type Heat Exchangers (Both Gasketted & Welded Type)
SCOPE OF INSPECTION
SL. QUANTUM
STAGE/ACTIVITY CHARACTERISTICS RECORD SUB EIL/
NO. OF CHECK SUPPLIER
SUPPLIER TPIA
1.0 PROCEDURE
1.1 Hydrostatic Test, NDT, Heat Treatment
& Other Procedures (as applicable) Documented Procedure 100% Procedures ---- H R
R – CS
As per PR/ Purchase Specification/ Procedure
1.2 Weld Plan & NDT Plan 100% - H A-AS/SS/
Applicable codes documents
CLAD
Welding Parameters & Qualification WPS, PQR W- New
1.3 WPS, PQR & WPQ 100% - H
Record &WPQ R-Existing
2.0 MATERIAL PROCUREMENT
Plates, Pipes, Forgings, Heat transfer
plates, Fittings, Fasteners, Gaskets, etc Chemical, Mechanical, Heat
2.1 (As applicable) Treatment, NDT and other applicable 100% Mill TC H H R
(Note – 3) properties
SCOPE OF INSPECTION
SL. QUANTUM
STAGE/ACTIVITY CHARACTERISTICS RECORD SUB EIL/
NO. OF CHECK SUPPLIER
SUPPLIER TPIA
2.2 Tie Bars, Studs/ Nuts, Gaskets & other Chemical, Mechanical, Heat
materials for non pressure parts Treatment, NDT and other applicable
properties 100% Mill TC H R R
3.6 PWHT (as applicable) Heat treatment cycle 100% HT Chart --- H R
SCOPE OF INSPECTION
SL. QUANTUM
STAGE/ACTIVITY CHARACTERISTICS RECORD SUB EIL/
NO. OF CHECK SUPPLIER
SUPPLIER TPIA
4.3 Pressure Test (Hydrostatic, Pneumatic,
Helium, as applicable) Leak check 100% Test Report --- H H
Legend: A-Approval, 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).
II
II
\ 14 0 HOLE
(FOR M12 BOLT)
NOTES:
1. ALL DIMENSIONS ARE IN mm UNLESS STATED OTHERWISE.
2. DO NOT WELD EARTHING LUGS TO PRESSURE PARTS. IF REQUIRED,TAKE PRIOR APPROVAL OF COMPANY.
3. EARTHING LUG TO PROTRUDE OUT OF INSULATION, WHEREVER REQUIRED.
4. ALL EXCHANGERS TO BE FITTED WITH 2 EARTHING LUGS.
5. LOCATION OF EARTHING LUGS :—
(i) FOR VERTICAL EXCHANGER WITH 2 LUG SUPPORTS :— ON BOTH LUG SUPPORTS AT VERTICAL WEB.
(ii) FOR VERTICAL EXCHANGER WITH 3 LUG SUPPORTS :— ON ANY TWO AT VERTICAL WEB.
FOR VERTICAL EXCHANGER WITH 4 LUG SUPPORTS :— ON ANY TWO DIAMETRICALLY OPPOSITE AT
VERTICAL WEB.
(iii) FOR HORIZONTAL EXCHANGER :— ONE ON CENTRAL WEB OF EACH SADDLE SUPPORT.
(iv) EARTHING LUG SHOULD BE LOCATED SUCH THAT IT WILL NOT FOUL WITH ANCHOR BOLT
DURING ERECTION.
6. EARTHING LUG SHOULD BE PAINTED / GALVANISED.
6R 4 — 5.5 0 HOLES
NAME OF MANUFACTURER
DESIGNED BY ENGINEERS INDIA LIMITED
MANUFACTURED FOR
ITEM NO.
MANUFACTURER'S SERIAL NO. YEAR BUILT
CODES
INSPECTED BY
CV
SHELL TUBES
DESIGN PRESSURE kg/cm2 g
DESIGN TEMPERATURE *c
TEST PRESSURE (HYD) kg/cm2 g
DATE OF TEST
OPERATING FLUID
CORROSSION ALLOWANCE mm
RADIOGRAPHY
HEAT TREATMENT
DUTY / SURFACE kcal /hr m2
WEIGHT FULL OF WATER kg
TOTAL WEIGHT EMPTY kg
BUNDLE WEIGHT kg
15 4
52 7R 20
150
CFW
NOTES: —
1. ALL DIMENSIONS ARE IN mm UNLESS STATED OTHERWISE.
2. ALL LETTERS AND LETTER BLOCKS SHALL BE ENGRAVED IN BLACK.
* 3. H = 75 OR 'INSULATION THK. + 10 WHICHEVER IS GREATER
4. NAME PLATE SHALL BE RIVETED WITH 5 0 ALUMINIUM RIVETS AND SHALL BE TACK WELDED TO BRACKET
ON ALL FOUR SIDES.
5. BRACKET WITH NAME PLATE TO BE LOCATED AS MARKED ON DRAWING.
MC
y FL
NOTES: -
1. THIS STANDARD COVERS ALLOWABLE NOZZLE LOADS FOR PRESSURE VESSELS & COLUMNS ONLY.
2. EACH PROCESS NOZZLE OF VESSELS SHALL BE ANALYZED FOR THE LOADS PROVIDED IN THIS
STANDARD.
3. THESE LOADS SHALL BE CONSIDERED TO BE ACTING SIMULTANEOUSLY WITH INTERNAL/EXTERNAL
DESIGN PRESSURE. ALLOWABLE STRESS SHALL BE AS PER APPLICABLE DESIGN CODE.
4. STRESS CALCULATIONS SHALL BE CARRIED OUT AS PER WRC BULLETIN NO. 107/297. WRC 107
SHALL BE USED FOR NOZZLES ON DISHED ENDS AND WRC 297 SHALL BE USED FOR NOZZLES
ON CYLINDRICAL SHELL.
5. IN CASE OF FAILURE DUE TO WRC, FEM ANALYSIS / PD 5500 ANALYSIS CAN BE CARRIED
OUT TO ESTABLISH THE ADEQUACY OF PROVIDED CONFIGURATION.
QAVO
I
1 20 06 2019 REAFFIRMED AND REISSUED AS STANDARD DP SK KJH 7 1/
Page 2 of 4
NOZZLE
FA FL FC MT ML MC
SIZES
(Kgf) (Kgf) (Kgf) (Kgf-m) (Kgf-m) (Kgf-m)
(DN)
50 135 200 200 50 40 30
80 202 300 300 112 90 67
100 270 400 400 200 160 120
150 405 600 600 450 360 270
200 540 800 800 800 640 480
250 675 1000 1000 1250 1000 750
300 810 1200 1200 1800 1440 1080
350 945 1400 1400 2450 1960 1470
400 1080 1600 1600 3200 2560 1920
450 1215 1800 1800 4050 3240 2430
500 1350 2000 2000 5000 4000 3000
600 1620 2400 2400 7200 5760 4320
650 1755 2600 2600 8450 6760 5070
700 1890 2800 2800 9800 7840 5880
750 2025 3000 3000 11250 9000 6750
800 2160 3200 3200 12800 10240 7680
850 2295 3400 3400 14450 11560 8670
900 2430 3600 3600 16200 12960 9720
950 2565 3800 3800 18050 14440 10830
1000 2700 4000 4000 20000 16000 12000
1050 2835 4200 4200 22050 17640 13230
1100 2970 4400 4400 24200 19360 14520
1150 3105 4600 4600 26450 21160 15870
1200 3240 4800 4800 28800 23040 17280
1250 3375 5000 5000 31250 25000 18750
1300 3510 5200 5200 33800 27040 20280
1350 3645 5400 5400 36450 29160 21870
1400 3780 5600 5600 39200 31360 23520
1450 3915 5800 5800 42050 33640 25230
1500 4050 6000 6000 45000 36000 27000
1 20 06 2019 REAFFIRMED AND REISSUED AS STANDARD DPW- Kriff KJH .c;k11 RKT
C
0 31 07 2014 ISSUED AS STANDARD GCP KA RKT SC
NOZZLE
FA FL FC MT ML MC
SIZES
(Kgf) (Kgf) (Kgf) (Kgf—m) (Kgf—m) (Kgf—m)
(DN)
50 168 250 250 62 50 37
80 253 375 375 140 112 84
100 337 500 500 250 200 150
150 506 750 750 562 450 337
200 675 1000 1000 1000 800 600
250 843 1250 1250 1562 1250 937
300 1012 1500 1500 2250 1800 1350
350 1181 1750 1750 3062 2450 1837
400 1350 2000 2000 4000 3200 2400
450 1518 2250 2250 5062 4050 3037
500 1687 2500 2500 6250 5000 3750
600 2025 3000 3000 9000 7200 5400
650 2193 3250 3250 10562 8450 6337
700 2362 3500 3500 12250 9800 7350
750 2531 3750 3750 14062 11250 8437
800 2700 4000 4000 16000 12800 9600
850 2868 4250 4250 18062 14450 10837
900 3037 4500 4500 20250 16200 12150
950 3206 4750 4750 22562 18050 13537
1000 3375 5000 5000 25000 20000 15000
1050 3543 5250 5250 27562 22050 16537
1100 3712 5500 5500 30250 24200 18150
1150 3881 5750 5750 33062 26450 19837
1200 4050 6000 6000 36000 28800 21600
1250 4218 6250 6250 39062 31250 23437
1300 4387 6500 6500 42250 33800 25350
1350 4556 6750 6750 45562 36450 27337
1400 4725 7000 7000 49000 39200 29400
1450 4893 7250 7250 52562 42050 31537
1500 5062 7500 7500 56250 45000 33750
NOZZLE FA FL FC MT ML MC
SIZES
(Kgf) (Kgf) (Kgf) (Kgf-m) (Kgf-m) (Kgf-m)
(DN)
50 135 200 200 50 40 20
80 202 300 300 112 90 45
100 270 400 400 200 160 80