20.08.2013 Views

Rewari Kanpur Pipeline Project Bid Document for Supply o

Rewari Kanpur Pipeline Project Bid Document for Supply o

Rewari Kanpur Pipeline Project Bid Document for Supply o

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

Hindustan Petroleum Corporation Ltd.<br />

(A Government of India Enterprise)<br />

<strong>Rewari</strong> <strong>Kanpur</strong> <strong>Pipeline</strong> <strong>Project</strong><br />

<strong>Bid</strong> <strong>Document</strong> <strong>for</strong> <strong>Supply</strong> of Ball<br />

Valves( Manual & Motor Operated <strong>for</strong><br />

<strong>Rewari</strong>)<br />

Tender No.: 13000022-HD-10129<br />

Prepared and issued by:<br />

WorleyParsons Sea India Pvt. Ltd,<br />

Raheja Plaza First Floor,<br />

LBS Marg, Ghatkopar (W),<br />

Mumbai – 400086,<br />

India<br />

Tel: 91-22-67818000 Fax:91-22-67818080<br />

MH2145-C000-PP-RFQ-0026 Page 1 of 131


CHAPTERS<br />

TABLE OF CONTENTS<br />

DESCRIPTION<br />

1 REQUEST FOR QUOTATION INCLUDING CUT-OUT SLIPS<br />

2 INSTRUCTIONS TO BIDDERS<br />

3 GENERAL PURCHASE CONDITIONS<br />

4 SPECIAL CONDITIONS OF PURCHASE<br />

5 PRICE SCHEDULE<br />

6 DELIVERY SCHEDULE<br />

7 TECHNICAL SPECIFICATIONS.<br />

8 PROFORMA, ANNEXURES & APPENDIX-1 FOR UN-PRICED BID<br />

MH2145-C000-PP-RFQ-0026 Page 2 of 131


Chapter – 1<br />

Request <strong>for</strong> Quotation RFQ with Cut-out slips<br />

MH2145-C000-PP-RFQ-0026 Page 3 of 131


REQUEST FOR QUOTATION (RFQ)<br />

INTERNATIONAL PUBLIC COMPETITIVE BIDDING<br />

DOCUMENT NO. 13000022-HD-10129<br />

WORLEYPARSONS Limited, (hereinafter referred as CONSULTANT) on behalf of M/s Hindustan<br />

Petroleum Corporation Limited (HPCL) (hereinafter referred as OWNER), invites sealed bids<br />

under two bid system from Suppliers <strong>for</strong> procurement of Ball Valves <strong>for</strong> RKPL PIPELINE <strong>Project</strong>.<br />

1.0 BRIEF DETAILS OF BID DOCUMENT:<br />

i. a)Type of Tender<br />

b)Mode of Tendering<br />

ii. <strong>Bid</strong> <strong>Document</strong> No. ( to be referred in<br />

all future correspondence)<br />

iii. <strong>Bid</strong> <strong>Document</strong> on Website (s)<br />

iv. <strong>Bid</strong> Submission Due Date & Time<br />

INTERNATIONAL PUBLIC<br />

COMPETITIVE BIDDING<br />

Manual Global<br />

13000022-HD-10129<br />

<strong>Bid</strong>ding documents can be<br />

viewed and downloaded from<br />

HPCL OR WorleyParsons<br />

websites. Downloaded bid can be<br />

submitted in hard copies along<br />

with Fee and other documents as<br />

per the provisions of Tender<br />

documents.<br />

sites<br />

www.hindustanpetroleum.com or<br />

http://www.worleyparsons.com/mu<br />

mbaitender<br />

Up to 15.00 Hrs.(IST) On<br />

14.06.2013<br />

v. Unpriced <strong>Bid</strong> Opening Date & Time At 17.00 Hrs.(IST) on 14.06.2013<br />

Venue:<br />

WorleyParsons Sea India Pvt.<br />

Ltd, Raheja Plaza First Floor,<br />

LBS Marg , Ghatkopar (W),<br />

Mumbai – 400086,Maharashtra,<br />

India<br />

MH2145-C000-PP-RFQ-0026 Page 4 of 131


vi.<br />

Vii<br />

Viii<br />

ix.<br />

x.<br />

xi.<br />

<strong>Bid</strong> <strong>Document</strong> Fee (Non-Refundable) For Indian <strong>Bid</strong>ders : Rs. 10,000 /-<br />

in the <strong>for</strong>m of crossed Demand Draft<br />

in favour of Hindustan Petroleum (Rupees TenThousand Only)<br />

Corporation Limited (HPCL), payable<br />

For Foreign <strong>Bid</strong>ders :USD 200<br />

at Delhi ( Refer clause 12 of ITB)<br />

(US dollar Two Hundred only)<br />

Sale of <strong>Bid</strong> <strong>Document</strong> From 17.05.2013 @ 1000Hrs .(IST)<br />

to 12.06.2013 @ 1500 Hrs (IST)<br />

Pre-bid Meeting<br />

NOT APPLICABLE<br />

Last date <strong>for</strong> receipt of bidders queries Up to 1700 Hrs on 03.06.2013<br />

(Date shall be 10 days be<strong>for</strong>e bid<br />

due date)<br />

Price <strong>Bid</strong> Opening Date & time shall be intimated to<br />

techno-commercially accepted<br />

bidders only at a later stage be<strong>for</strong>e<br />

price bid opening.<br />

Basis of Evaluation Refer clause 11.9 & 14.2 of ITB.<br />

xii. <strong>Bid</strong> Security Refer clause no. 3.0 of RFQ<br />

xiii. <strong>Bid</strong> Validity 120 days; <strong>for</strong> details refer clause 5.0<br />

of ITB. Annexure-3 , 9 of Chapter 8<br />

xiv. Delivery Period Refer chapter 6 <strong>for</strong> details.<br />

xv. Concessional “C” Form (applicable to No C <strong>for</strong>m shall be provided by<br />

Indian bidder only).<br />

HPCL; <strong>for</strong> details refer clause<br />

3.9.1.10 of SCP & Preamble to<br />

SOR; clause no. 14.6 A ii) of ITB &<br />

point no. 10.3 (i) of ATC<br />

xvi. Integrity pact Refer cl. 21 of ITB.<br />

xvii. Request <strong>for</strong> extension of bid due date Refer clause no. 4.3 of ITB.<br />

Note: If the particular day is happens to be a declared holiday in WORLEYPARSONS/HPCL, Delhi<br />

and the next working day shall be considered.<br />

1.0 SCOPE OF SUPPLY<br />

Design, Engineering, manufacture, testing , packing and supply of the Ball Valves as per<br />

specifications mentioned in the Material Requisition (MR),<br />

MH2145-C000-PP-RFQ-0026 Page 5 of 131


2. 0 BIDDER QUALIFICATION CRITERIA (BQC) –<br />

2.1 FINANCIAL:<br />

2.1.1 Average Annual financial turnover:<br />

Location<br />

<strong>Bid</strong>der shall be required to meet the criteria as stated below:<br />

Indian <strong>Bid</strong>der Foreign <strong>Bid</strong>der<br />

Average Annual financial turnover<br />

during the last 3 years, ending 31st<br />

March 2012, should be at least Rs. In<br />

INR<br />

Average Annual financial turnover<br />

during the last 3 years, should be at least<br />

US<br />

Dollars (in Thousands)<br />

<strong>Rewari</strong> 38.0 lakhs 71.00<br />

2.1.2 Net Worth (For all Items)<br />

Net worth of the bidder <strong>for</strong> financial year ending 31 st March 2012* should be positive.<br />

However it will not be applicable <strong>for</strong> PSUs approved by HPCL.<br />

Note: (*): In case <strong>Bid</strong>ders’ financial statements are audited in calendar year,<br />

bidder’s Average Annual financial turnover during the last 3 years, ending Dec,<br />

2012 shall be checked against criteria stated at clause no. 2.1.1 above & Net worth<br />

ending Dec, 2012 against criteria stated at clause no. 2.1.2 above.<br />

2.2 TECHNICAL<br />

2.2.1 PROVEN EXPERIENCE OF SUPPLY<br />

<strong>Bid</strong>der shall be a reputed manufacturer of motorised valves (Ball valves) and<br />

shall have proven track record of having successfully designed, manufactured,<br />

assembled, tested, supplied and commissioned at least 2 nos of ball valves of<br />

18” dia and 600 class from the proposed manufacturing plant <strong>for</strong> hydrocarbon<br />

applications during last 7-year reckoned from 30.04.2013.<br />

2.2.2 The bidder or its proposed supplier of actuator to be installed on valves should have<br />

designed , manufactured , assembled, tested, supplied and commissioned atleast 2-nos<br />

of actuators of equal or higher in rating from the proposed manufacturing plant during<br />

last 7-years reckoned from 30.04.2013.<br />

2.2.3 VALID LICENSES: The vendor should be having valid License/certificate to use<br />

official API-6D monogram on the Ball Valves. Vendor to submit relevant valid certificates<br />

in support. In case of expiry at a later date, the same has to be renewed <strong>for</strong> the entire<br />

contractual period.<br />

MH2145-C000-PP-RFQ-0026 Page 6 of 131


2.2.4 <strong>Bid</strong>ders shall have experience of having successfully carried out and completed<br />

similar work during the last 7 years reckoned from 30.04.2013, as per either of the<br />

following <strong>for</strong> respective Part(s):<br />

Location<br />

I.<br />

One (1) similar(*)<br />

completed works<br />

each costing not<br />

less<br />

than the following<br />

amount:<br />

Indian<br />

<strong>Bid</strong>der<br />

Rs.<br />

(Lakhs)<br />

Foreign<br />

<strong>Bid</strong>der<br />

US Dollars<br />

OR<br />

MH2145-C000-PP-RFQ-0026 Page 7 of 131<br />

II.<br />

Two (2) similar(*)<br />

completed works each<br />

costing not less than<br />

the following amount:<br />

Indian<br />

<strong>Bid</strong>der Rs.<br />

(Lakhs)<br />

Foreign<br />

<strong>Bid</strong>der<br />

US Dollars<br />

OR<br />

III.<br />

Three (3) similar(*)<br />

completed works each<br />

costing not less than<br />

the following amount:<br />

Indian<br />

<strong>Bid</strong>der Rs.<br />

(Lakhs)<br />

Foreign<br />

<strong>Bid</strong>der<br />

US Dollars<br />

<strong>Rewari</strong> 102 191000 64 119000 51 95000<br />

Definition of Similar Work: The vendor should have successfully Manufactured<br />

and Supplied Motor Operated Ball Valves<br />

.<br />

2.3 WHO CAN BID: Parties who are affiliates of one another can decide which Affiliate<br />

will make a bid. Only one affiliate may submit a bid. Two or more affiliates are not<br />

permitted to make separate bids directly or indirectly. If 2 or more affiliates submit a bid,<br />

then any one or all of them are liable <strong>for</strong> disqualification. However up to 3 affiliates may<br />

make a joint bid as a consortium, and in which case the conditions applicable to a<br />

consortium shall apply to them. “Affiliate” of a Party shall mean any Company or legal<br />

entity which:<br />

(a) Controls either directly or indirectly a Party, or<br />

(b) Which is controlled directly or indirectly by a Party; or<br />

(c) Is directly or indirectly controlled by a Company, legal entity or partnership<br />

which directly or indirectly controls a Party. “Control” means actual control or<br />

ownership of at least a 50% voting or other controlling interest that gives the<br />

power to direct, or cause the direction of, the management and material,<br />

business decisions of the controlled entity.<br />

2.3.1 <strong>Bid</strong>s may be submitted by:<br />

(a) A single person/ entity (called sole bidder);<br />

(b) A newly <strong>for</strong>med incorporated joint venture (JV) which has not completed 3<br />

financial years from the date of commencement of business.<br />

(c) A consortium (including an unincorporated JV) having a maximum of 3 (three)<br />

members<br />

(d) An Indian arm of a <strong>for</strong>eign company.<br />

2.3.2 Fulfilment of Eligibility criteria and certain additional conditions in respect of each of<br />

the above 4 types of bidders are stated below, respectively:


(a) The sole bidder (including an incorporated JV which has completed 3<br />

financial years after date of commencement of business) shall fulfil each<br />

eligibility criteria.<br />

(b) In case the bidder is a newly <strong>for</strong>med and incorporated joint venture and which has<br />

not completed three financial years from the date of commencement of business,<br />

then either the said JV shall fulfill each eligibility criteria or any one constituent<br />

member/ promoter of such a JV shall fulfill each eligibility criteria. If the bid is<br />

received with the proposal that one constituent member/ promoter fulfils each<br />

eligibility criteria, then this member/promoter shall be clearly identified and he/it<br />

shall assume all obligations under the contract and provide such com<strong>for</strong>t<br />

letter/guarantees as may be required by HPCL. The guarantees shall cover inter<br />

alia the commitment of the member/ promoter to complete the entire work in all<br />

respects and in a timely fashion, being bound by all the obligations under the<br />

contract, an undertaking to provide all necessary technical and financial<br />

support to the JV to ensure completion of the contract when awarded, an<br />

undertaking not to withdraw from the JV till completion of the work, etc.<br />

(c) In case the bidder(s) is/are a consortium (including an unincorporated JV), then<br />

the following conditions shall apply:<br />

1) Each member in a consortium may only be a legal entity and not an<br />

individual person.<br />

2) The <strong>Bid</strong> shall specifically identify and describe each member of the<br />

consortium;<br />

3) The consortium member descriptions shall indicate what type of legal<br />

entity the member is and its jurisdiction of incorporation (or of<br />

establishment as a legal entity other than as a corporation) and<br />

provide evidence by a copy of the articles of incorporation (or<br />

equivalent documents);<br />

4) One participant member of the consortium shall be identified as the<br />

“Prime member” and contracting entity <strong>for</strong> the consortium;<br />

5) This prime member shall be solely responsible <strong>for</strong> all aspects of the <strong>Bid</strong>/<br />

Proposal including the execution of all tasks and per<strong>for</strong>mance of all<br />

consortium obligations;<br />

6) The prime member shall fulfill each eligibility criteria;<br />

7) A commitment shall be given from each of the consortium members in<br />

the <strong>for</strong>m of a letter signed by a duly authorized officer clearly<br />

identifying the role of the member in the <strong>Bid</strong> and the member’s<br />

commitment to per<strong>for</strong>m all relevant tasks and obligations in support of<br />

the Prime/lead member of the Consortium and a commitment not to<br />

withdraw from the consortium;<br />

8) No change shall be permitted in the number, nature or share holding<br />

pattern of the Consortium members after pre-qualification, without the<br />

prior written permission of the HPCL.<br />

9) No change in project plans, timetables or pricing will be permitted as a<br />

consequence of any withdrawal or failure to per<strong>for</strong>m by a consortium<br />

MH2145-C000-PP-RFQ-0026 Page 8 of 131


member;<br />

10) No consortium member shall hold less than 25% stake in a<br />

consortium;<br />

11) Entities which are affiliates of one another are allowed to bid either as<br />

a sole bidder or as a consortium only;<br />

12) Any person or entity can bid either singly or as a member of only one<br />

consortium.<br />

(d) In case the bidder is an Indian arm (subsidiary, authorized agent, branch<br />

office or affiliate) of a <strong>for</strong>eign bidder, then the <strong>for</strong>eign bidder shall have to fulfill<br />

each eligibility criteria. If such <strong>for</strong>eign company desires that the contract be<br />

entered into with the Indian arm, then a proper back to back continuing<br />

(parent company) guarantee shall be provided by the <strong>for</strong>eign company clearly<br />

stating that in case of any failure of any supply or per<strong>for</strong>mance of the<br />

equipment, machinery, material or plant or completion of the work in all<br />

respects and as per the warranties/ guarantees that may have been given,<br />

then the <strong>for</strong>eign company shall assume all obligations under the contract.<br />

Towards this purpose, it shall provide such com<strong>for</strong>t letter/guarantees as may<br />

be required by HPCL. The guarantees shall cover inter alia the commitment<br />

of the <strong>for</strong>eign company to complete the entire work in all respects and in a<br />

timely fashion, being bound by all the obligations under the contract, an<br />

undertaking to provide all necessary technical and financial support to the<br />

Indian arm or to render the same themselves so as to ensure completion of<br />

the contract when awarded, an undertaking not to withdraw from the contract<br />

till completion of the work, etc.<br />

2.4 INFORMATION/DOCUMENTS REQUIRED ALONG WITH BID<br />

2.4.1 Technical: <strong>Bid</strong>der shall furnish documentary evidence of his meeting the<br />

requirements of clause 2.2.1 to 2.2.5 along with the bid such as copies of<br />

purchase order together with inspection release note/Completion certificate/ end<br />

user certificate (having cross reference to the P.O.) of relevant previous<br />

supplies, Copies of valid API licence, details of agencies providing after sales<br />

support in India or an undertaking of setting up maintenance & service base in<br />

India as required.<br />

2.4.2 Financial: Audited Annual reports including Balance sheet & Profit & Loss<br />

accounts statement <strong>for</strong> the preceding three financial years as required under<br />

clause no. 2.1.1 & 2.1.2.<br />

In case of Foreign bidder, if the required documents <strong>for</strong> establishing the<br />

qualification criteria, such as duly audited Balance Sheet, Annual Reports,<br />

Purchase Order, Completion certificate etc., are not in English language, then the<br />

English translation copy of the same shall be furnished duly certified, stamped and<br />

signed by Local Chamber of Commerce of <strong>Bid</strong>der’s country along with the original<br />

Balance Sheet, Annual report, Purchase Orders, Completion Certificate etc. with the<br />

unpriced bid.<br />

MH2145-C000-PP-RFQ-0026 Page 9 of 131


However, <strong>for</strong> member countries of Hague Convention 1961, supporting document<br />

pertaining to pre-qualification criteria certified by “Apostille” of <strong>Bid</strong>ders country shall<br />

also be acceptable. In the absence of requisite documents Owner / Consultant<br />

reserves the right to carry out evaluation on the basis of the documents submitted<br />

by the bidder<br />

Note:<br />

i) <strong>Bid</strong>s are only acceptable from Manufacturer.<br />

ii) The <strong>for</strong>eign suppliers shall submit their quotations directly & not through the Indian<br />

representative. In case any other services of Indian representative are considered by the<br />

bidder, It will be necessary <strong>for</strong> the <strong>for</strong>eign bidder to identify and disclose alongwith copy<br />

of the agreement, the Indian representative, while responding to the tender.<br />

iii) In the event of any breach or default on the part of the <strong>for</strong>eign supplier to disclose the<br />

agency arrangements in India, there would be a penalty of banning business dealings<br />

and also payment of specified sum.<br />

3. 0 <strong>Bid</strong> Security:<br />

3.1 Amount of <strong>Bid</strong> Security shall be as per following:-<br />

Location<br />

<strong>Bid</strong> Security Requirement<br />

Indian <strong>Bid</strong>der (Rs.) Foreign <strong>Bid</strong>der (US Dollars)<br />

<strong>Rewari</strong> 2.5 lakhs 4600.00<br />

Note: i) Public Sector Enterprises and Small scale industries (Registered with<br />

NSIC) are exempted from submission of <strong>Bid</strong> Security. However to claim<br />

the exemption Public Sector Enterprises shall submit a declaration as per<br />

attached <strong>for</strong>mat ( Annexure – 13 of Chapter 8) on their letter head and Small<br />

Scale Industries shall submit valid copy of NSIC Registration Certificate<br />

3.1.1 The bid security/EMD is required to protect the Owner against the risk of <strong>Bid</strong>der’s<br />

conduct, which would warrant the security’s <strong>for</strong>feiture.<br />

EMD shall be accepted in the <strong>for</strong>m of demand draft/ pay order, banker’s cheque (in<br />

favour of Hindustan Petroleum Corporation Ltd, payable at Delhi), issued by any<br />

scheduled bank other than cooperative bank or in the <strong>for</strong>m of Irrevocable Bank<br />

Guarantee issued by any Scheduled Bank other than cooperative bank in case of<br />

Indian <strong>Bid</strong>der and, in case of <strong>for</strong>eign bidder in the <strong>for</strong>m of demand draft/ pay order,<br />

banker’s cheque (in favour of Hindustan petroleum Corporation Ltd, payable at Delhi)<br />

issued by any reputed international bank or in the <strong>for</strong>m of Irrevocable bank<br />

guarantee from any reputed international bank with bank guarantee to<br />

be confirmed by a scheduled bank other than co-operative bank located in<br />

MH2145-C000-PP-RFQ-0026 Page 10 of 131


India.<br />

In case EMD is submitted in the <strong>for</strong>m of Bank Guarantee by Indian <strong>Bid</strong>der, it should<br />

be made on non-judicial stamp paper of appropriate value (denomination) and should<br />

be valid <strong>for</strong> SIX (6) months from due date / extended due date of the tender (in the<br />

<strong>for</strong>mat at Annexure - 4 of Chapter-8), however, demand draft / pay order/ Banker’s<br />

Cheque may be valid <strong>for</strong> three months <strong>for</strong> Indian as well as <strong>for</strong>eign bidders.<br />

EMD in any other <strong>for</strong>m shall be treated as offer without EMD and shall not be<br />

acceptable.<br />

3.1.2 EMD (original instrument: DD/Pay order/ Banker’s Cheque OR Bank Guarantee)/<br />

EMD exemption document should be kept in separate envelope (super-scribed with<br />

tender number, job & due date) and should be deposited by tender due date and<br />

time, in the tender box provided in the office of WorleyParsons Sea India Pvt. Ltd,<br />

Procurement Dept Raheja Plaza First Floor, LBS Marg , Ghatkopar (W),<br />

Mumbai – 400086, India Tel: 91-22-67818000 Fax: 91-22-67818080.<br />

3.1.3 In case the EMD (original instrument) is not deposited in the tender box (as<br />

mentioned above) by tender due date and time, the offer of bidder shall be<br />

rejected.<br />

Owner / Consultant shall not be responsible <strong>for</strong> any postal delays or non-receipt of<br />

EMD by tender due date and time, reasons whatsoever.<br />

3.1.4 <strong>Bid</strong>ders are suggested to advise their BANKS not to post Bank Guarantee/or any<br />

other EMD /<strong>Bid</strong> security document directly to HPCL, as the <strong>Bid</strong> Security/EMD is to be<br />

submitted as detailed above. However, In case EMD is sent directly by the bankers to<br />

the tender box it should be sent in an envelope superscribed as Envelope – 1 and<br />

bearing tender number. In case of non-receipt of the Original Bank Guarantee by the<br />

tender due date and time, the bid shall be rejected.<br />

3.1.5 The EMD shall be held interest free and no bank charges shall be payable by Owner /<br />

Consultant towards the EMD submitted by the bidders.<br />

“Tenders received without Earnest Money Deposit will be rejected.”<br />

3.2 EMD FORFEITURE (In case EMD is applicable) AND FURTHER ACTION AS PER<br />

CORPORATION’S (HPCL) POLICY:-<br />

EMD submitted by the bidder <strong>for</strong> subject tender shall be <strong>for</strong>feited in following cases:-<br />

I. Withdrawal of bid in between the deadline <strong>for</strong> submission of bids and the<br />

expiration of the period of bid validity specified by the bidder (To be read<br />

in conjunction with clause no. 6.3 of ITB).<br />

II. Unsolicited post bid modification (To be read in conjunction with clause<br />

no. 11.4 of ITB).<br />

MH2145-C000-PP-RFQ-0026 Page 11 of 131


III. Price changes against technical/commercial clarification, if any, in line with<br />

terms & conditions of enquiry documents are not allowed. (To be read in<br />

conjunction with clause no. 1 1.4b) of ITB)<br />

IV. Where based on workability assessment by authority(HPCL), the vendor's<br />

bid is found non-workable as per clause 16.2 of ITB<br />

V. Conditional Price <strong>Bid</strong>s.<br />

VI. Non –Withdrawal (by evaluated lowest bidder) of deviations mentioned<br />

elsewhere other than deviation sheet. (To be read in conjunction with<br />

clause no. 24 of ITB)<br />

VII. Any new deviation stipulated after tender due date (To be read in<br />

conjunction with point no. 24 iv of ITB)<br />

VIII. Unsolicited Post <strong>Bid</strong> Revision in Taxes & Duties.<br />

IX. Violation of Integrity Pact<br />

DISCLAIMER: - Besides above, Owner/Consultant reserves the right to <strong>for</strong>feit the EMD of<br />

bidder (In case EMD is applicable) and take further action as per<br />

corporation’s (HPCL’s) policy in case bidder deviates from his submitted<br />

offer/adopt unfair practice.<br />

3..3 REFUND OF BID SECURITY / EARNEST MONEY DEPOSIT<br />

Unsuccessful <strong>Bid</strong>der’s bid security will be discharged/returned as promptly as<br />

possible but not later than 60 days after the expiry of the period of bid validity<br />

prescribed by the Owner.<br />

The successful <strong>Bid</strong>der’s bid security will be discharged upon the <strong>Bid</strong>der’s accepting<br />

the Contract/ Purchase Order, and furnishing the requisite bank guarantee / security<br />

Deposit in line with the tender terms and conditions.<br />

4.0 DELIVERY SCHEDULE:<br />

Please refer Chapter-6<br />

5.0 PRE-BID MEETING: DELETED<br />

6 . 0 General<br />

6.1 <strong>Bid</strong>der to note that complete Tender <strong>Document</strong> has been web uploaded at<br />

https://www.hindustanpetroleum.com and at<br />

www.worleyparsons.com/MumbaiTenders website <strong>for</strong> viewing / downloading, however,<br />

bids shall be submitted at WORLEYPARSONS , Mumbai in physical <strong>for</strong>m only.<br />

6.2 No extension in the bid due date shall be considered on account of delay in receipt of<br />

bid document by mail.<br />

MH2145-C000-PP-RFQ-0026 Page 12 of 131


6.3 <strong>Bid</strong> <strong>Document</strong> is non-transferable. <strong>Bid</strong>s received from bidders in whose name bid<br />

document has been issued shall only be considered.<br />

6. 4 OWNER/CONSULTANT will not be responsible <strong>for</strong> cost incurred in preparation and<br />

delivery of bids, regardless of the conduct of outcome of the bidding process.<br />

6. 5 OWNER/CONSULTANT reserves the right to extend price / purchase preference as<br />

per the prevailing guidelines of Government of India.<br />

6. 6 OWNER/ CONSULTANT reserves the right to accept any tender in whole or in part<br />

or reject any or all tenders without assigning any reason. HPCL reserves right to<br />

accept any or more tenders in part. Decision of OWNER/CONSULTANT in this<br />

regard shall be final and binding on the bidder.<br />

6. 7 OWNER/ CONSULTANT will not be responsible <strong>for</strong> delay due to any reason<br />

including Postal delays in receiving the hard copies of documents as<br />

specified in the tender from <strong>Bid</strong>ders.<br />

6. 8 <strong>Bid</strong>s received after stipulated due date and time, due to any reasons whatsoever<br />

including postal delays, will not be considered.<br />

6. 9 Offer shall be on the hard copy of tender sent by WP to the bidder.<br />

6.10 <strong>Bid</strong>s sent through Fax/ E-mail / Computer Floppy shall not be accepted.<br />

6.11 Time & Date of opening of Price <strong>Bid</strong>s shall be intimated only to qualified and techno<br />

commercially acceptable bidder(s) at a later date. Incomplete offers shall not be<br />

considered <strong>for</strong> evaluation.<br />

6.12 Each bidder shall submit only one offer in compliance with the requirements of the<br />

bidding document, including the basic technical design as indicated in the drawing<br />

and specifications. Alternatives will not be considered. Submission of more than one<br />

bid <strong>for</strong> one package will cause all the proposals with the bidder’s participation to be<br />

disqualified.<br />

6.14 In case, bidder submits the copy of PO having PO values in the currency other than<br />

USD , then the same shall be converted in USD/INR as per procedure given at<br />

clause no.14.5 of ITB.<br />

6.15 <strong>Bid</strong>der shall send duly filled in “Acknowledgement Cum Consent letter” through<br />

return fax to, Manager- Procurement & Contracts, WorleyParsons Sea India Pvt.<br />

6.16 TENDER FEES:<br />

<strong>Bid</strong> <strong>Document</strong> (non-transferable) can be purchased from Lead Engineer – II, Procurement,<br />

Worley Parsons Sea India Pvt. Ltd, Raheja Plaza First Floor, LBS Marg , Ghatkopar (W),<br />

Mumbai – 400086, India Tel: 91-22-67818000 Fax:91-22-67818080. on any working day as<br />

defined above from 1000 hours to 1600 hours against a written request and payment of<br />

requisite document fee by Crossed Bank Draft from a first class International Bank or an<br />

MH2145-C000-PP-RFQ-0026 Page 13 of 131


Indian Nationalized /scheduled Bank (other than Co operative bank), in favor of Hindustan<br />

Petroleum Corporation Limited, payable at Delhi. If any of the day identified above happen to<br />

be holiday, the next working day shall be implied. <strong>Bid</strong>der can download the <strong>Bid</strong> <strong>Document</strong><br />

from HPCL’s website http://www.hindustanpetroleum.com or Worley Parson’swebsite<br />

www.worleyparsons.com/MumbaiTenders In case bidder opts to quote on the basis of such<br />

downloaded document from website, the bidder shall enclose the requisite bid document<br />

fee by crossed bank draft as explained above, along with the bid. <strong>Bid</strong>der shall intimate in<br />

writing his intent to participate after downloading the document.<br />

Tender fee shall be non refundable.<br />

Units registered under NSIC are also entitled to exemption from payment of fee <strong>for</strong> tender<br />

documents and security deposit <strong>for</strong> per<strong>for</strong>mance upto monetary limits specified in the<br />

NSIC certificate.<br />

7.0 Grievance Redressal Mechanism:<br />

Hindustan Petroleum Corporation Limited (HPCL) has developed a “Grievance<br />

Redressal Mechanism” to deal with references / grievances if any that are received<br />

from parties who participated / intend to participate in the Corporation Tenders. The<br />

details of the same are available on HPCL’s website www.hindustanpetroleum.com<br />

8.0 A firm which is not a PSU or an associate or a joint venture of a PSU and which<br />

has been engaged to provide goods or works <strong>for</strong> a project and any of its affiliates will be<br />

disqualified from providing consultancy services <strong>for</strong> the same project. Conversely, a<br />

firm which is not a PSU or an associate or a joint venture of a PSU, hired to provide<br />

consultancy services <strong>for</strong> the preparation or implementation of a project, and any of its<br />

affiliates, will be disqualified from subsequently providing goods or works or services<br />

related to the initial assignment <strong>for</strong> the same project.<br />

Consultants or any of their affiliates who are not PSUs or an associate or a joint<br />

venture of a PSU will not be hired <strong>for</strong> any assignment, which by its nature, may be<br />

in conflict with another assignment of the consultants.<br />

The above clauses, however, will not be applicable to a firm engaged in preparation<br />

of Detailed Feasibility Report (DFR) but will apply to an EPC (Engineering<br />

Procurement Contractor) or PMC (<strong>Project</strong> Management Consultant)<br />

If a bidder submits his bid, qualifies and does not get the Contract because of his<br />

being not the lowest evaluated bid, he will be prohibited from working as a<br />

subcontractor <strong>for</strong> the contractor who is executing the Contract.<br />

Manager-Procurement & Contracts,<br />

WorleyParsons Sea India Pvt. Ltd,<br />

Raheja Plaza First Floor, LBS Marg ,<br />

Ghatkopar (W),<br />

Mumbai – 400086, India<br />

Tel: 91-22-67818000<br />

Fax:91-22-67818080.<br />

MH2145-C000-PP-RFQ-0026 Page 14 of 131


ACKNOWLEDGEMENT CUM CONSENT LETTER<br />

(On receipt of tender document/ in<strong>for</strong>mation regarding the tender, bidder shall acknowledge<br />

the receipt and confirm his intention to bid or reasons <strong>for</strong> non-participation against the<br />

enquiry/ tender through e-mail/ fax to concerned executive in WORLEYPARSONS issued the<br />

tender, by filling up the <strong>for</strong>mat)<br />

To,<br />

Sunil Kumar Upadhyay<br />

Manager- Procurement & Contracts, Worley Parsons Sea India Pvt. Ltd,<br />

Raheja Plaza First Floor, LBS Marg, Ghatkopar (W),<br />

Mumbai – 400086, India Tel: 91-22-67818000 Fax: 91-22-67818080.<br />

Sub.: Tender No. ..................................................... dated ....................... <strong>for</strong><br />

.......................................... (Name of Item/ Job)<br />

Dear Sir,<br />

We hereby acknowledge receipt of a complete set of bidding document alongwith enclosures <strong>for</strong><br />

subject item/ job and / or the in<strong>for</strong>mation regarding the subject tender.<br />

We intend to bid as requested <strong>for</strong> the subject item/ job and furnish following details<br />

with respect to our quoting office:-<br />

Postal Address with Pin Code :<br />

Telephone Number :<br />

Fax Number :<br />

Contact Person :<br />

Date :<br />

MH2145-C000-PP-RFQ-0026 Page 15 of 131


Seal / Stamp :<br />

We are unable to bid <strong>for</strong> the reasons given below:-<br />

Reasons <strong>for</strong> non submission of bid<br />

Agency Name :<br />

Signature :<br />

Name :<br />

Designation :<br />

Date :<br />

Seal / Stamp :<br />

Note : <strong>Bid</strong>der shall send duly filled in “Acknowledgement Cum Consent letter”<br />

through return fax or latest by within 7 days of date of issue to Manager-Procurement<br />

& Contracts), WORLEYPARSONS, Mumbai.<br />

MH2145-C000-PP-RFQ-0026 Page 16 of 131


CUT-OUT SLIP<br />

DO NOT OPEN- THIS IS A QUOTATION<br />

(Envelope No 1 - BID SECURITY & TENDER FEE Part I)<br />

Client : Hindustan Petroleum Corporation Limited<br />

<strong>Project</strong> : <strong>Rewari</strong> <strong>Kanpur</strong> <strong>Pipeline</strong> <strong>Project</strong><br />

<strong>Bid</strong> <strong>Document</strong> No. : 13000022-HD-10129<br />

Item : Ball Valves <strong>for</strong> <strong>Rewari</strong><br />

<strong>Bid</strong> Due date & Time : Upto - 15.00 HRS. (IST) on 14.06.2013.<br />

From : To :<br />

Manager- Procurement & Contracts<br />

WorleyParsons Sea India Private Limited<br />

Raheja Plaza , First Floor, LBS Marg ,<br />

Ghatkopar (W),<br />

Mumbai – 400086, India<br />

(To be pasted on the outer envelope containing bid security & tender<br />

fee)<br />

MH2145-C000-PP-RFQ-0026 Page 17 of 131


CUT-OUT SLIP<br />

DO NOT OPEN- THIS IS A QUOTATION<br />

(Envelope No 2 – Unpriced bids Part-II)<br />

Client : Hindustan Petroleum Corporation Limited<br />

<strong>Project</strong> : <strong>Rewari</strong> <strong>Kanpur</strong> <strong>Pipeline</strong> <strong>Project</strong><br />

<strong>Bid</strong> <strong>Document</strong> No. : 13000022-HD-10129<br />

Item : Ball Valves <strong>for</strong> <strong>Rewari</strong><br />

<strong>Bid</strong> Due date & Time : Upto - 15.00 HRS. (IST) on 14.06.2013.<br />

From : To :<br />

Manager- Procurement & Contracts<br />

WorleyParsons Sea India Private Limited<br />

Raheja Plaza , First Floor, LBS Marg ,<br />

Ghatkopar (W),<br />

Mumbai – 400086, India<br />

(To be pasted on the outer envelope containing Unpriced bids)<br />

MH2145-C000-PP-RFQ-0026 Page 18 of 131


CUT-OUT SLIP<br />

DO NOT OPEN- THIS IS A QUOTATION<br />

(Envelope No. “3”- PRICED BID PART-III)<br />

Client : Hindustan Petroleum Corporation Limited<br />

<strong>Project</strong> : <strong>Rewari</strong> <strong>Kanpur</strong> <strong>Pipeline</strong> <strong>Project</strong><br />

<strong>Bid</strong> <strong>Document</strong> No. : 13000022-HD-10129<br />

Item : Ball Valves <strong>for</strong> <strong>Rewari</strong><br />

<strong>Bid</strong> Due date & Time : Upto - 15.00 HRS. (IST) on 14.06.2013.<br />

From : To :<br />

Manager- Procurement & Contracts<br />

WorleyParsons Sea India Private Limited<br />

Raheja Plaza , First Floor, LBS Marg ,<br />

Ghatkopar (W),<br />

Mumbai – 400086, India<br />

(To be pasted on the outer envelope containing - Priced bid)<br />

MH2145-C000-PP-RFQ-0026 Page 19 of 131


QUOTATION AGAINST TENDER ENQUIRY<br />

(Envelope containing Envelope 1, 2 & 3)<br />

Client : Hindustan Petroleum Corporation Limited<br />

<strong>Project</strong> : <strong>Rewari</strong> <strong>Kanpur</strong> <strong>Pipeline</strong> <strong>Project</strong><br />

<strong>Bid</strong> <strong>Document</strong> No. : 13000022-HD-10129<br />

Item : Ball Valves <strong>for</strong> <strong>Rewari</strong><br />

<strong>Bid</strong> Due date & Time : Upto - 15.00 HRS. (IST) on 14.06.2013.<br />

From : To :<br />

Manager- Procurement & Contracts<br />

WorleyParsons Sea India Private Limited<br />

Raheja Plaza , First Floor, LBS Marg ,<br />

Ghatkopar (W),<br />

Mumbai – 400086, India<br />

(To be pasted on the outer envelope containing Unpriced bid, bid<br />

security & priced bids)<br />

MH2145-C000-PP-RFQ-0026 Page 20 of 131


CHAPTER-2<br />

INSTRUCTIONS TO BIDDERS (ITB)<br />

MH2145-C000-PP-RFQ-0026 Page 21 of 131


INDEX<br />

ARTICLE<br />

SR. NO.<br />

DESCRIPTION<br />

1. 0 COST OF BIDDING<br />

2.0 BID DOCUMENT<br />

3.0 LANGUAGE OF BID<br />

4.0 BID DUE DATE & TIME<br />

5.0 PERIOD OF VALIDITY OF BIDS<br />

6. 0 MODIFICATION & WITHDRAWAL OF BIDS<br />

7.0 BID PARTS / SEALING & MARKING OF BID<br />

8.0 DOCUMENTS COMPRISING OF THE BIDS<br />

9.0 BID<br />

10. 0 OPENING OF BIDS<br />

11.0 EVALUATION OF BIDS<br />

12. 0 REJECTION CRITERIA<br />

13. 0 VOID<br />

14. 0 COMPARISON OF BID<br />

15. 0 CONTACTING THE OWNER/CONSULTANT<br />

16. 0 AWARD CRITERIA<br />

17. 0 OWNER’S/CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO<br />

REJECT ANY OR ALL BIDS<br />

18. 0 NOTIFICATION OF AWARD<br />

19.0 ISSUE OF ORDER<br />

20.0 LATE BIDS<br />

21.0 INTEGRITY PACT<br />

22.0 REBATE<br />

23.0 APPOINTMENT OF WORLEYPARSONS BY OWNER (HPCL)<br />

24.0 DEVIATIONS TO TENDER TERMS<br />

25.0 FOREIGN BIDDER CONDITION<br />

MH2145-C000-PP-RFQ-0026 Page 22 of 131


INSTRUCTIONS TO BIDDERS (ITB)<br />

1. 0 COST OF BIDDING<br />

The <strong>Bid</strong>der shall bear all costs associated with the preparation and submission of the bid,<br />

including the costs & expenses <strong>for</strong> visiting site(s). OWNER/CONSULTANT will in no<br />

case, be responsible or liable <strong>for</strong> these costs, regardless of the conduct or outcome of the<br />

bidding process.<br />

2.0 BID DOCUMENT<br />

2. 1 The bidder is expected to examine all instructions, <strong>for</strong>ms, terms and<br />

specifications in the bid document. The Invitation <strong>for</strong> <strong>Bid</strong>s together with all its<br />

attachments thereto, shall be considered to be read, understood and accepted by the<br />

bidder, unless deviations are specifically stated seriatim by the bidder. Failure<br />

to furnish all in<strong>for</strong>mation required by the bid document or submission of a bid not<br />

substantially responsive to the bid documents in every respect will be at bidder’s risk and<br />

may result in the rejection of his bid.<br />

2.2 The bidder's scope of supplies as specified in the Material Requisition/technical<br />

Specifications shall be in strict compliance with the scope detailed therein and in the bid<br />

document.<br />

3.0 LANGUAGE OF BID<br />

The bid prepared by the <strong>Bid</strong>der and all correspondence/ drawings and documents<br />

relating to the bid exchanged by <strong>Bid</strong>der and the Owner/Consultant shall be written in<br />

HINDI / ENGLISH language, provided that any printed literature furnished by the <strong>Bid</strong>der<br />

may be written in another language so long as accompanied by an ENGLISH translation,<br />

in which case, <strong>for</strong> the purpose of interpretation of the bid, the ENGLISH translation shall<br />

govern.<br />

In the event of submission of any document/ certificate by the <strong>Bid</strong>der in a language<br />

other than English, the English translation of the same duly authenticated by<br />

Chamber of Commerce of <strong>Bid</strong>der’s country shall be submitted by the <strong>Bid</strong>der<br />

4. 0 BID DUE DATE AND TIME<br />

4.1 <strong>Bid</strong>s must be received by the WORLEYPARSONS at the address specified in the<br />

Request <strong>for</strong> Quotation (RFQ) not later than the date and time specified in the <strong>Bid</strong><br />

<strong>Document</strong>.<br />

4.2 The Owner/WORLEYPARSONS may, at its discretion, on giving reasonable<br />

notice by letter/fax/e-mail, or any written communication to all prospective <strong>Bid</strong>ders who<br />

have been issued the bid documents, extend the bid due date, in which case all rights and<br />

obligations of the Owner and the <strong>Bid</strong>ders, previously subject to the bid due date, shall<br />

thereafter be subject to the new bid due date as extended.<br />

4.3 Request <strong>for</strong> extension of tender submission due date, if any, shall be considered<br />

at the sole discretion of HPCL / WORLEYPARSONS , however, request <strong>for</strong> extension<br />

MH2145-C000-PP-RFQ-0026 Page 23 of 131


eceived within three (3) days of tender submission due date /time shall not be<br />

considered.<br />

4.4 AMENDMENT OF BID DOCUMENT<br />

At any time prior to the bid due date, the Owner/ Consultant may, <strong>for</strong> any reason, whether<br />

at its own initiative or in response to a clarification requested by a prospective <strong>Bid</strong>der,<br />

modify the <strong>Bid</strong> <strong>Document</strong>.<br />

The amendment will be notified in writing to all prospective <strong>Bid</strong>ders who have been<br />

issued the <strong>Bid</strong> <strong>Document</strong> and will be binding on them.<br />

In order to af<strong>for</strong>d prospective <strong>Bid</strong>der, reasonable time in which to take the<br />

amendment into account in preparing their bids, the Owner/ Consultant may, at its<br />

discretion, extend the bid due date.<br />

5.0 PERIOD OF VALIDITY OF BIDS:<br />

5. 1 <strong>Bid</strong>s shall be kept valid <strong>for</strong> 120 days from the final bid due date. A bid valid <strong>for</strong><br />

shorter period shall be rejected as per clause 12.0 (Rejection Criteria) of Chapter – 2<br />

(Instructions to <strong>Bid</strong>ders). The bidder shall not be entitled during the said period of 120<br />

days, without the consent in writing of the Owner / Consultant to revoke or cancel its bid<br />

or to vary the bid given or any term thereof. In case of bidder revoking or cancelling its<br />

bid without the consent of the Owner in writing, the Owner shall <strong>for</strong>feit the <strong>Bid</strong> Security<br />

furnished by <strong>Bid</strong>der.<br />

5.2 Notwithstanding above, the Owner may solicit the <strong>Bid</strong>der’s consent to an<br />

extension of the period of bid validity. The request and the responses thereto shall be<br />

made in writing or through any other means of communication decided by the owner.<br />

The bid security/EMD shall also be accordingly extended by the bidder at no extra cost<br />

to the owner.<br />

6. 0 MODIFICATION AND WITHDRAWAL OF BIDS<br />

6. 1 The <strong>Bid</strong>der may modify or withdraw his bid after the bid’s submission, provided<br />

that the modification/ withdrawal notice is received by the Owner / Consultant prior to<br />

the bid due date & time.<br />

The <strong>Bid</strong>der’s modification or withdrawal notice shall be prepared, sealed, marked and<br />

despatched in accordance with the provisions of bid document. A withdrawal<br />

notice may also be sent by Cable or Telefax or e-mail but must be followed by a signed<br />

confirmation copy dated not later than the deadline <strong>for</strong> submission of bids.<br />

6.2 No bid shall be modified subsequent to the due date & time or extension, if any,<br />

<strong>for</strong> submission of bids. <strong>Bid</strong>der(s) to note that unsolicited price changes (including<br />

changes in taxes, duties mentioned & their applicability) after submission of bid<br />

shall not be allowed. In case any bidder gives unsolicited revised prices/price<br />

implication, his bid shall be rejected and EMD/ <strong>Bid</strong> security submitted by the bidder shall be<br />

<strong>for</strong>feited, however, any unilateral rebate shall be dealt as per clause no. 22 of ITB.<br />

6.3 No bid shall be allowed to be withdrawn in the interval between the deadline <strong>for</strong><br />

MH2145-C000-PP-RFQ-0026 Page 24 of 131


submission of bids and the expiration of the period of bid validity specified by the <strong>Bid</strong>der.<br />

Withdrawal of a bid during this interval shall result in the <strong>for</strong>feiture of <strong>Bid</strong>der’s EMD/<strong>Bid</strong><br />

security and further action as per corporation (HPCL) policy.<br />

6.4 No new deviation will be received/ accepted from bidder after bid due date &<br />

time. Incase bidder submits new deviation, his bid will be rejected. At the sole discretion<br />

of the owner bidder may be given opportunity to withdraw the deviation and in case the<br />

same is not withdrawn by the bidder, the offer of the bidder shall be rejected & EMD/ <strong>Bid</strong><br />

security submitted by the bidder shall be <strong>for</strong>feited.<br />

7.0 BID PARTS / SEALING & MARKING OF BID<br />

7.1 <strong>Bid</strong>s shall be submitted separately in THREE PARTS in sealed envelopes super<br />

scribed with the <strong>Bid</strong> <strong>Document</strong> number, bid due date and time, item and nature of bid as<br />

under:<br />

7.1.1 PART - I (Envelope No. 1): <strong>Bid</strong> Security and Tender Fee:<br />

<strong>Bid</strong> security in accordance with Clause no. 3 of RFQ and Tender Fees (if<br />

applicable) in accordance with clause no. 1.0 of RFQ.<br />

<strong>Bid</strong>der shall submit their offer on the hard copies of tender sent by WP to the bidder.<br />

7.1.2 PART - II (Envelope No. 2): Unpriced <strong>Bid</strong>: (Only un-priced bid all the parts can be<br />

put in one envelope)<br />

One (1) Original in hard copy + One (1) CD containing soft copy of complete<br />

documents comprising of:<br />

7.1.2.1 In<strong>for</strong>mation and documentary evidence establishing bidder’s claim <strong>for</strong> meeting<br />

qualification criteria as stipulated in RFQ under Chapter -1. This part/envelope should<br />

necessarily contain all the required back-up documents <strong>for</strong> <strong>Bid</strong> Qualification.<br />

7.1.2.2 UNPRICED BID complete with all technical and commercial details and unpriced<br />

copy of price Schedule with prices substituted with ‘QUOTED’ or ‘NOT QUOTED’ or ‘NOT<br />

APPLICABLE’. Original hard copy & soft copy in CD shall be completely identical in all<br />

respects & in case of any variance, original hard copy shall prevail.<br />

7.1.2.3 No Rates / Prices shall be submitted in Unpriced <strong>Bid</strong>.<br />

7.1.3 PART - III (Envelope No. 3): Priced <strong>Bid</strong>:<br />

One (original) set of PRICED BID WITH FULL PRICE DETAILS sealed in a<br />

envelope. The price bid shall contain prices only in the prescribed price<br />

schedule <strong>for</strong>mats given in Chapter–5, without any technical and<br />

commercial deviations/conditions. Technical specifications or commercial<br />

terms given in un-priced bid will only be evaluated and the same will be binding on the<br />

<strong>Bid</strong>der.<br />

MH2145-C000-PP-RFQ-0026 Page 25 of 131


The bidder shall quote the prices along with details of taxes, Cess, duties and<br />

other levies in ‘PRICE SCHEDULE FORMAT’ given in Chapter 5 of bid document<br />

ONLY. Prices quoted in any other <strong>for</strong>mat shall be liable <strong>for</strong> rejection.<br />

The ‘FORMAT FOR PRICE BID’ shall be struck-off and enclosed in the Envelope No. 3.<br />

7.2 The envelopes containing Part -I, Part -II, Part -III of bid shall be enclosed in a<br />

larger envelope duly sealed and pasted with the enclosed CUT-OUT Slip and shall<br />

bear the name and address of the <strong>Bid</strong>der.<br />

7.3 <strong>Bid</strong>der to note that if <strong>Bid</strong> Security (in the pro<strong>for</strong>ma attached with these<br />

documents) in original (if the <strong>Bid</strong> <strong>Document</strong> is downloaded) is kept in Priced bid<br />

envelope and not found in envelope no. 1 or envelope No.2 as per clause 7.1.1, the<br />

offer of the bidder(s) will be REJECTED during opening.<br />

7.4 <strong>Bid</strong>der to note that prices are to be quoted in the Format provided in the price<br />

schedule <strong>for</strong>mats provided along with the tender and as given in Chapter-5 without any<br />

conditions. Price bids submitted in any other <strong>for</strong>mat and conditional price bids will be<br />

liable <strong>for</strong> rejection. Price bids received in open condition (not in sealed envelope) will also<br />

be liable <strong>for</strong> rejection.<br />

7.5 If the outer envelope is not sealed and not marked as required, the HPCL/<br />

WORLEYPARSONS will assume no responsibility <strong>for</strong> the <strong>Bid</strong>'s misplacement or<br />

premature opening.<br />

7.6 <strong>Bid</strong>ders in their own interest shall ensure that they send their bid complete in all<br />

respects well in time to reach the specified office within the specified bid due date and<br />

time. No relaxation shall be given <strong>for</strong> delay due to any un<strong>for</strong>eseen event in submission of<br />

bid.<br />

7.7 Central Public Sector Enterprises and Firms registered with NSIC are exempted<br />

from submission of <strong>Bid</strong> Security. Central Public Sector Enterprises are requested to give<br />

a self-declaration on their letter head to this effect, which should be submitted in a<br />

sealed envelope marked as <strong>Bid</strong> Security as mentioned in Cl no. 7.1.1 above.<br />

7.8 <strong>Bid</strong>ders registered with NSIC are also requested to submit self declaration on<br />

their letter head to this effect along with a copy of their Valid Registration certificate,<br />

specifying limit of volume and other details which should be submitted in a separate<br />

sealed envelope no. 1 marked as <strong>Bid</strong> security as mentioned in Cl no. 3.1.1 above.<br />

7.9 <strong>Bid</strong> Security strictly in the pro<strong>for</strong>ma attached with these documents shall be<br />

submitted in Original along with the <strong>Bid</strong>. <strong>Bid</strong>s received without original bid<br />

security except PSUs and NSIC (self declaration in case of Public Sector Enterprises<br />

OR copy of valid registration certificate in case of units registered with NSIC) , shall<br />

not be opened <strong>for</strong> evaluation.<br />

8. 0 DOCUMENTS COMPRISING THE BIDS<br />

8.1 The bid prepared by the <strong>Bid</strong>der shall comprise the following components:<br />

8.1.1 ORIGINAL BID SECURITY & TENDER FEES (Part - I):<br />

Original <strong>Bid</strong> Security & Tender Fee - Original DD/ BG in physical <strong>for</strong>m to be received<br />

MH2145-C000-PP-RFQ-0026 Page 26 of 131


on or be<strong>for</strong>e <strong>Bid</strong> due date and time.<br />

In case <strong>Bid</strong> Security / EMD is not received as per clause no. 3.0 of Request <strong>for</strong> Quotation<br />

(RFQ), the offer of the bidder shall be rejected.<br />

<strong>Bid</strong>ders are suggested to advise their BANKS not to post Bank Guarantee/or any<br />

other EMD /<strong>Bid</strong> security document directly to HPCL, as the <strong>Bid</strong> Security/EMD is to be<br />

submitted as detailed above. However, In case EMD is sent directly by the bankers to<br />

the tender box it should be sent in an envelope superscribed as Envelope – 1 and<br />

bearing tender number. In case of non-receipt of the Original Bank Guarantee by the<br />

tender due date and time, the bid shall be rejected.<br />

8.1.2 UNPRICED BID (PART-II):<br />

a. <strong>Document</strong>ary evidence in support of <strong>Bid</strong>der Eligibility criteria (if applicable)<br />

stipulated in the <strong>Bid</strong> <strong>Document</strong>.<br />

b. <strong>Document</strong>ary evidence establishing <strong>Bid</strong>der’s eligibility to bid and that the<br />

offered Goods con<strong>for</strong>m to the <strong>Bid</strong> <strong>Document</strong>.<br />

c. Integrity Pact<br />

d. Power of Attorney in Original in physical <strong>for</strong>m in favour of signatory of<br />

the bid.<br />

e. Tender document including Corrigendum, if any, and subsequent<br />

correspondences duly stamped and signed on each page as a token of<br />

acceptance.<br />

f. All <strong>for</strong>m and <strong>for</strong>mat dully filled in.<br />

g. An Undertaking from the <strong>Bid</strong>der Confirming that their Plant / Facility has<br />

Adequate Capacity to handle Concurrent Orders and the Supplies to be<br />

made to HPCL will not get delayed due to the concurrent orders from<br />

other Clients as per Annexure-10 of Chapter-8<br />

h. Copies of Purchase Orders, Financial Statement (Balance Sheet and<br />

Profit & Loss Account) <strong>for</strong> last three preceding financial years.<br />

i. Taxes & Duties Statement – A copy of price schedule with “Quoted” or<br />

not “Quoted” in rate column and taxes / duties as mentioned in price<br />

bid shall be submitted in unpriced bid (WITHOUT MENTIONING<br />

RATES). In case of discrepancy in taxes/ duties, mentioned in price<br />

bid & unpriced bid, the taxes / dutes mentioned in price bid shall<br />

prevail.<br />

j. Un-Priced Schedule (with words “Quoted (Q) / Not Quoted (NQ)”<br />

against each of the items quoted) completed in accordance with the<br />

requirements specified in the bid document. This schedule is<br />

attached as Appendix -1 in Chapter-8.<br />

MH2145-C000-PP-RFQ-0026 Page 27 of 131


8.1.2 PRICED BID (PART-III):<br />

9.0 BID<br />

k. Agreed Terms & Conditions duly filled-in.<br />

l. Declaration with the bid qualification criteria that bidder has not been<br />

banned or delisted by any Government or quasi Government agencies<br />

or PSU's as per Annexure-8 at Chapter-8 of the <strong>Bid</strong> <strong>Document</strong>.<br />

m. <strong>Bid</strong> <strong>for</strong>m duly filled, signed & stamped with signature of witness as per<br />

Annexure-9 of Chapter-8.<br />

n. Letter of Authority duly filled, signed & stamped with signature of<br />

representatives as per Annexure-1 1 of Chapter-8.<br />

o. Deviation sheet as per Annexure-1 2 of Chapter-8.<br />

p. NSIC certificate details, if applicable as per Annexure-13 of Chapter-8.<br />

q. Certificate <strong>for</strong> Non-Involvement of Agent as per Annexure-14 of<br />

Chapter-8 or Details of Indian Agent as per Annexure-15 of Chapter-8.<br />

r. Any other in<strong>for</strong>mation/details/documents/data required as per <strong>Bid</strong><br />

<strong>Document</strong>.<br />

s. Addenda/Corrigenda to the <strong>Bid</strong> <strong>Document</strong>, if issued, must be<br />

signed and submitted along with the bid.<br />

<strong>Bid</strong> Form and Price Schedule (as Annexure-9 & Chapter-5 of tender) duly filled along<br />

with signed & Stamped by the <strong>Bid</strong>der.<br />

9.1 PREPARATION & SUBMISSION OF BID<br />

9.1.1 <strong>Bid</strong>s shall be submitted at the address given in Cut out Slips by the due date &<br />

time. Owner/ consultant shall be not responsible <strong>for</strong> <strong>Bid</strong>s submitted at any other office of<br />

Consultant or the Owner.<br />

9.1.2 <strong>Document</strong>s mentioned in the <strong>Bid</strong> <strong>Document</strong> shall be submitted along with the<br />

bid by the <strong>Bid</strong>der.<br />

9.1.3 Addenda/Corrigenda to the <strong>Bid</strong> <strong>Document</strong>, if issued, must be signed and<br />

submitted along with the un-priced bid.<br />

9.1.4 <strong>Bid</strong>ders are advised to submit bids based strictly on the terms & conditions<br />

and specifications contained in the <strong>Bid</strong> <strong>Document</strong> and not to stipulate any deviations.<br />

Each <strong>Bid</strong>der shall submit only one bid. A <strong>Bid</strong>der who submits more than one<br />

bid or Alternative bids will be rejected.<br />

MH2145-C000-PP-RFQ-0026 Page 28 of 131


9.2 FORMAT AND SIGNING OF BID<br />

9.2.1 The <strong>Bid</strong>der shall prepare required number of copies of the bid, clearly marking<br />

each ‘Original <strong>Bid</strong>’ and ‘Copy of <strong>Bid</strong>’ as appropriate. In the event of any<br />

discrepancy between them, the ‘Original <strong>Bid</strong>’ shall govern.<br />

9.2.2. The original and all copies of the bid shall be typed or written in indelible ink and<br />

shall be signed by the <strong>Bid</strong>der or a person or persons duly authorised to sign on behalf of<br />

the bidder on all pages of the bid. Such authorization shall be indicated by written Power<br />

of Attorney accompanying the bid. The name and position held by each person signing<br />

must be typed or printed below the signature. The person or persons signing the bid shall<br />

initial all pages of the bid, except <strong>for</strong> un amended printed literature.<br />

9.2.3 The complete bid shall be without alterations, interlineations or erasures, except<br />

as may be necessary to correct errors made by the <strong>Bid</strong>der, in which case such<br />

corrections shall be rewritten & initialled by the person or persons signing the bid.<br />

9.2.4 <strong>Bid</strong>der shall submit the <strong>Bid</strong> document, duly signed and stamped along with the<br />

offer. In case of downloading of bid document from Website, bidder shall submit<br />

the hard copy of the same, duly signed by them along with the offer.<br />

9.2.5 All the pages of the priced bid must be signed and stamped by the authorised<br />

signatory.<br />

10.0 OPENING OF BIDS<br />

10.1 <strong>Bid</strong>s will be opened by Consultant at WorleyParsons Sea India Pvt. Ltd, Raheja Plaza<br />

First Floor, LBS Marg, Ghatkopar (W), Mumbai – 400086, India Tel: 91-22-67818000<br />

Fax:91-22-67818080 in the presence of bidders/bidders authorized representatives<br />

(duly authorized by a competent person and having the letter of authority as per<br />

pro<strong>for</strong>ma at Chapter-8).<br />

10.2 BID SECURITY & TENDER FEE (if applicable) (PART-I) AND UNPRICED BID (PART-II):<br />

10.2.1 On the day and time of bid opening, <strong>Bid</strong> security& Tender Fee (Envelop 1) and<br />

Unpriced <strong>Bid</strong> (Envelope 2) shall be opened in presence of attending bidders.<br />

10.2.2 The <strong>Bid</strong>der’s representatives, who are present, shall sign a register/attendance<br />

sheet evidencing their attendance.<br />

10.2.3 The <strong>Bid</strong>der(s) names, presence or absence of requisite bid security will be<br />

announced at the opening.<br />

10.2.4 <strong>Bid</strong>der (s), whose bids are not opened <strong>for</strong> any reason, including non receipt of<br />

original bid security, will not be allowed to be present during bid opening.<br />

10.3 PRICED BID OPENING (PART -III):<br />

10.3.1 Only those bidders whose are technically/commercially acceptable shall be<br />

called <strong>for</strong> opening of Priced bid (Envelop 3) at a later date, in<strong>for</strong>med in advance.<br />

MH2145-C000-PP-RFQ-0026 Page 29 of 131


10.3.2 The <strong>Bid</strong>der’s representatives, who are present, shall sign a register/ attendance<br />

sheet evidencing their attendance.<br />

10.3.3 <strong>Bid</strong>der(s), whose bids are not opened <strong>for</strong> any reason, will not be allowed to be<br />

present during bid opening.<br />

11.0 EVALUATION OF BIDS<br />

11.1 The Owner/CONSULTANT will examine the bids to determine whether they are<br />

complete, whether any computational errors have been made, whether the<br />

documents have been properly signed and stamped whether the bids are generally<br />

in order.<br />

11.2 The bids without requisite <strong>Bid</strong> Security and/or not in the prescribed pro<strong>for</strong>ma will not be<br />

considered and bids of such <strong>Bid</strong>der(s) shall be rejected at the sole discretion of Consultant /<br />

HPCL.<br />

11.3 Qualification of <strong>Bid</strong>der: The experience details and financial and technical<br />

capabilities of the <strong>Bid</strong>der(s) shall be examined to determine whether the <strong>Bid</strong>der(s)<br />

meet the Qualification Criteria as mentioned in the Request <strong>for</strong> Quotation (RFQ).<br />

11.4 a) After tender submission due date & time/ extended due date & time (as the case<br />

may be) the bidders shall not make any subsequent price changes/Changes on taxes<br />

quoted, whether resulting or arising out of any technical / commercial clarifications<br />

sought/allowed on any deviations or exceptions mentioned in the bid unless discussed<br />

and agreed by HPCL / consultant in writing.<br />

11 .4b) To assist in the examination, evaluation and comparison of Unpriced bids, the<br />

Owner/Owner’s Consultant may, at its discretion, ask the <strong>Bid</strong>der clarifications on the bid.<br />

The request <strong>for</strong> such clarifications and the response thereto shall be in writing and shall<br />

be binding on the bidder.<br />

<strong>Bid</strong>der(s) to note that Price changes against Technical/Commercial clarification, if any,<br />

in line with terms & conditions of enquiry documents are not allowed. In case, any bidder<br />

gives revised prices/price implications (including revision in taxes /duties & their<br />

applicability) against such clarification, it would amount to unsolicited post bid modification<br />

by the bidder and action shall be taken by the owner as per clause “MODIFICATION<br />

AND WITHDRAWAL OF BIDS” mentioned above. However, the owner/Owner’s<br />

consultant reserves the right to seek cost implication/revised rates from all the vendors in<br />

case of a revision in technical specification/scope of job.<br />

11.5 Prior to the evaluation and comparison of the bid, the Owner/ Owner’s<br />

Consultant will determine the substantial responsiveness of each bid to the bidding<br />

documents. For the purpose of this Article, a substantially responsive bid is one, which<br />

con<strong>for</strong>ms to all the terms and conditions of the bidding document without material<br />

deviations or reservations. The Owner’s determination of a bid<br />

responsiveness is to be based on the contents of the bid itself without recourse to the<br />

extrinsic evidence.<br />

11.6 A bid determined as substantially non-responsive will be rejected by the<br />

Owner/Owner’s Consultant and shall not subsequently be allowed by the<br />

MH2145-C000-PP-RFQ-0026 Page 30 of 131


Owner/Owner’s Consultant to be made responsive by the <strong>Bid</strong>der by correction of the noncon<strong>for</strong>mity.<br />

11.7 <strong>Bid</strong>ders are requested to accept tender terms/conditions in totality and should<br />

avoid deviations.<br />

11.8 In case deviations to tender terms/conditions are unavoidable, the same should<br />

be mentioned in DEVIATION SHEET. Deviations mentioned elsewhere shall not be<br />

considered by HPCL/CONSULTANT.<br />

11.9 The price bids of techno-commercially accepted bidders shall only be opened.<br />

The evaluation criteria shall be lowest delivered cost basis.<br />

11.10 No set off (including set off on account of taxes/duties) shall be considered in<br />

evaluation <strong>for</strong> deciding L1 bidder.<br />

11.11 In case, bidder is evaluated L1 bidder and has mentioned deviation to tender<br />

terms not in deviation sheet, but elsewhere and is not withdrawing those deviations, HPCL<br />

shall <strong>for</strong>feit the EMD/<strong>Bid</strong> security of the bidder in such cases.<br />

11.12 In case any deviation sought by bidder is accepted by Owner / Consultant,<br />

Owner / Consultant reserves the right to suitably load the bidder <strong>for</strong> evaluation purpose<br />

only.<br />

11.13 Evaluation shall be carried out based on price quoted by bidder including stated<br />

Taxes & duties as on date of opening of unpriced bid. For import content also, if any, no<br />

exchange rate variation / Customs duty variation shall be considered.<br />

11.14 All the Sl. Nos. and columns in the ‘Price Schedule’ shall be quoted pertaining to<br />

quoted items / group as the case be. If no prices is entered <strong>for</strong> any of the entries<br />

against quoted items /group as the case be, it will be dealt as per following:<br />

a) If bidders fills “NIL” or “ Not Applicable” : Its prices shall be deemed to be included in<br />

the quoted prices <strong>for</strong> the purpose of evaluation as well as placement of order<br />

b) If bidder fills ‘-‘ or ‘ leaves cell blank’ than:<br />

i) For Basic Rate or Freight (other than taxes & duties) - Its prices shall be deemed to<br />

be included in the quoted prices <strong>for</strong> the purpose of evaluation as well as placement of<br />

order.<br />

ii) For Taxes and Duties - The offer shall be loaded by highest quote by any other<br />

bidder in the tender <strong>for</strong> the purpose of evaluation. However, same shall be paid extra<br />

at actual, in case bidders turns out to be lowest after evaluation.<br />

11.15 Foreign exchange variation/import duty variations shall not be considered during<br />

evaluation in case of domestic bidder.<br />

11.16 Non acceptance of commercial terms and conditions may result in rejection of<br />

your offer, or suitable commercial loading e.g. <strong>for</strong> non-acceptance of PRS clause, loading @<br />

as defined <strong>for</strong> PRS shall be imposed.<br />

MH2145-C000-PP-RFQ-0026 Page 31 of 131


11.17 Indian <strong>Bid</strong>ders shall be required to quote and arrange transit insurance. In case an<br />

Indian <strong>Bid</strong>der quotes transit insurance or states that material shall be delivered at<br />

HPCL location at his risk, there would be no loading however if a bidder states that<br />

transit insurance shall be arranged by HPCL, the offer shall be rejected.”<br />

In all other cases the offer shall be loaded by the highest transit insurance charges<br />

quoted by any bidder in the tender.<br />

11.18 “Indian bidders shall separately quote octroi /entry tax in the price schedule and in case<br />

bidder does not quote the same, offer shall be suitably loaded with highest of octroi /entry<br />

tax quoted by any other bidder in the tender. In case of <strong>for</strong>eign bidders offer shall be<br />

suitably loaded with highest octroi /entry tax quoted by any Indian bidder in the same<br />

tender <strong>for</strong> evaluation purpose.<br />

.<br />

1 2..0 REJECTION CRITERIA<br />

12.1 <strong>Bid</strong>der’s <strong>Bid</strong> shall be considered non-responsive and rejected as explained<br />

below, if bidder deviates from the under mentioned provisions of <strong>Bid</strong> <strong>Document</strong>s by the<br />

<strong>Bid</strong>der:<br />

SL.<br />

NO.<br />

CLAUSE REFERENCE DOCUMENT<br />

i) <strong>Bid</strong> Security (EMD)<br />

(To be submitted with Part I or II of the bid)<br />

Clause No. 3 of RFQ &<br />

Clause no. 7.3 of ITB<br />

ii) Tender Fees As per RFQ<br />

iii) Mention rates anywhere else in the tender<br />

other than Price <strong>Bid</strong><br />

Clause no. 12.10<br />

Chapter-2.<br />

of ITB<br />

iv) Contract Per<strong>for</strong>mance Bank Guarantee Clause No 6.0 of SCP, Chapter- 4.<br />

v) Period of validity of bids shorter than Clause No 5.0 of ITB, Chapter 2.<br />

vi)<br />

Specified<br />

Force Majeure Clause No 19 of GPC, Chapter-3.<br />

vii) Guarantee / Warranty Clause No 29 of GPC, Chapter-3.<br />

viii) Firm Prices Clause No 3.2 of SCP, Chapter-4.<br />

ix) Delivery extends beyond stipulated period Chapter- 6<br />

x) Unsolicited Price change/implication Clause. no. 6.2 of ITB, Chapter-2.<br />

(including revision in taxes / duties & their<br />

applicability) after bid submission due date /<br />

extended due date; however, any unilateral<br />

rebate shall be dealt as per clause no. 22 of<br />

ITB.<br />

xi) Payment terms Clause no. 9 of SCP, Chapter-4.<br />

xii) Integrity Pact Annexure 3, Chapter-8<br />

xiii) Arbitration Clause Clause no.39 of GPC, Chapter-3 & 15 of<br />

SCP, Chapter-4.<br />

xiv) Non Submission of declaration of not<br />

banning from Government of India<br />

/ministries of Govt. of India<br />

Not applicable<br />

xv) Non-con<strong>for</strong>mance of scope of work Chapter-7<br />

/technical specifications.<br />

MH2145-C000-PP-RFQ-0026 Page 32 of 131


xvi) Any advance payment sought by <strong>Bid</strong>der Clause No 9.0 of SCP,<br />

Chapter-4<br />

xvii) Workability Clause Refer Clause no. 16.2 of ITB<br />

For SL. No. iv) to xvii), OWNER/CONSULTANT reserves the right to provide<br />

opportunity to the bidder to withdraw the deviation. In case bidder fails to withdraw<br />

the deviation within the date & time specified by OWNER/CONSULTANT, the bid shall be<br />

rejected.<br />

Abbreviation:<br />

SCP: Special Conditions of Purchase<br />

RFQ: Request <strong>for</strong> Quotation<br />

ITB : Instructions to <strong>Bid</strong>ders<br />

GCP: General Condition of Purchase<br />

12.2 <strong>Bid</strong>s that do not meet the bidder eligibility criteria (BEC),as specified in the bid<br />

document shall also be rejected.<br />

12.3 A bid with incomplete scope of work/supply and/or which does not meet the<br />

technical requirements as specified in the bid document shall be considered as nonresponsive<br />

and rejected.<br />

12.4 Conditional price bids shall be rejected. Also price bids submitted in any other<br />

<strong>for</strong>mat or received in open condition (not in sealed envelope) or kept in any<br />

other Part of the bid (i.e. Part - I or II) will also be liable <strong>for</strong> rejection.<br />

12.5 After tender submission due date & time/ extended due date & time (as the case<br />

may be) the bidders shall not make any subsequent price changes, whether resulting or<br />

arising out of any technical / commercial clarifications sought/allowed on any deviations<br />

or exceptions mentioned in the bid unless discussed and agreed by HPCL in writing.<br />

12.6 Price must be furnished in the Price Schedule <strong>for</strong>mat enclosed and shall be<br />

strictly based on the terms specified under "<strong>Bid</strong> Prices" & "Taxes & Duties" specified in<br />

the bid document. Non-compliance of this requirement shall make the bid liable <strong>for</strong><br />

rejection.<br />

12.7 Non acceptance of commercial terms and conditions may result in rejection of<br />

your offer, or suitable commercial loading.<br />

12.8 Owner / Consultant reserves the right to reject offers not meeting its Technical<br />

requirements and/ or commercial conditions.<br />

12.9 For overall evaluation (as per clause no. 11.9 of ITB), it is mandatory to quote all items.<br />

12.10 Please do not quote / mention rates anywhere else in the tender other than price<br />

bid (Chapter 5). In case bidders quote rates at any other place (other than price<br />

bid), THE OFFER OF PARTY SHALL BE REJECTED.<br />

12..11 WRONG INFORMATION<br />

MH2145-C000-PP-RFQ-0026 Page 33 of 131


If the <strong>Bid</strong>der deliberately gives wrong in<strong>for</strong>mation in his <strong>Bid</strong> to create circumstances <strong>for</strong><br />

the acceptance of his <strong>Bid</strong>, Owner/ WORLEYPARSONS reserves the right to reject his<br />

BID without any reference to the <strong>Bid</strong>der.<br />

12.12 In case bidder states that Transit Insurance shall be taken by HPCL, the bid shall<br />

be liable of rejection.<br />

12.13 In case bidder is on the holiday list of HPCL, his offer shall not be considered <strong>for</strong><br />

evaluation.<br />

13.0 VOID<br />

14.0 COMPARISION OF BID<br />

14.1 The Owner / Consultant will evaluate and compare bids previously determined to<br />

be substantially responsive pursuant to the provisions of the bid document.<br />

14.2 The “Price Schedule” as quoted <strong>for</strong> lowest delivered cost basis (as stated in RFQ /<br />

Price Schedule) shall be taken up <strong>for</strong> evaluation. Cost <strong>for</strong> Mandatory spares shall also be<br />

taken up <strong>for</strong> evaluation.<br />

14.3 Arithmetical errors will be rectified on the following basis:-<br />

If there is a discrepancy between the unit price and the total price that is obtained by<br />

multiplying the unit price with quantity and with quoted taxes, the unit price shall prevail<br />

and the total price shall be corrected considering the taxes quoted by the bidder and<br />

applicability of taxes / duties defined by the bidder in his bid.<br />

If some discrepancies are found between the quoted rates by bidders given in words and<br />

figures of the amount in the tender, the following procedure shall be applied:<br />

(a) When there is a difference between the rates in figures and words,<br />

The rate which corresponds to the amount worked out by the tenderer<br />

shall be taken as correct.<br />

(b) When the rate quoted by the tenderer in figures and words tallies but the<br />

amount is incorrect, the rate quoted by the tenderer shall be taken as<br />

correct.<br />

(c) When it is not possible to ascertain the correct rate in the manner<br />

prescribed above the rate as quoted in words shall be adopted.<br />

14.4 The comparison of price bids <strong>for</strong> techno-commercially accepted bidders shall be<br />

done as per evaluation criteria defined under clause 11 of ITB.<br />

14.5 Conversion to Single Currency: To facilitate evaluation & comparison, the<br />

Owner/Consultant shall convert all <strong>Bid</strong> prices of <strong>for</strong>eign <strong>Bid</strong>der’s expressed in various<br />

currencies, to Indian Rupees at the TT Bill selling rates of State Bank of India as was<br />

applicable on the date of opening of tender (unpriced bid opening date ). In case,<br />

exchange rate is not available of State Bank of India, alternative sources viz. Economics<br />

Times shall be considered <strong>for</strong> all the currencies.<br />

MH2145-C000-PP-RFQ-0026 Page 34 of 131


Foreign exchange variation/import duty variations shall not be considered during evaluation<br />

in case of domestic bidder.<br />

14.6 Owner’s Consultant/Owner’s evaluation and comparison of prices of previously<br />

determined substantially responsive bids shall take following in account:-<br />

Evaluation & Comparison of <strong>Bid</strong>s<br />

Evaluation and comparison of prices of previously determined substantially responsive bids<br />

shall take following into account:-<br />

A) In case of Domestic <strong>Bid</strong>der the evaluated price shall include the<br />

following:-<br />

i) FOT Dispatch Point Price including loading on to trailers / Trucks<br />

and mandatory spares prices, if applicable.<br />

ii) All taxes / duties / education Cess, Octroi / Entry tax as applicable on<br />

finished goods. CST without Form-‘C’ shall be considered.<br />

iii) Freight charges & Transit Insurance as quoted by the bidder and<br />

service tax on freight.<br />

iv) Charges towards Supervision of Erection/Installation, Testing &<br />

Commissioning based on number of days as specified in Chapter-5<br />

& Service Tax @ 12.36% on supervision of Erection/Installation,<br />

Testing & Commissioning shall be considered <strong>for</strong> evaluation as well<br />

as <strong>for</strong> placement of order.<br />

v) Technical / Commercial Loading, if any<br />

B) In case of Foreign <strong>Bid</strong>der the evaluated price shall include the following:-<br />

i) FOB Port of Shipment prices as quoted and Mandatory Spares<br />

prices, if applicable.<br />

ii) Ocean Freight : Freight charges as quoted by <strong>Bid</strong>der<br />

OR<br />

9% of FOB value <strong>for</strong> countries in American continent and 6% of<br />

FOB values <strong>for</strong> others, in case <strong>Bid</strong>der has not quoted the freight<br />

charges.<br />

iii) Marine insurance charges @ 1% of FOB Price.<br />

iv) Port Levies/Port Handling etc. @ 2% of estimated CIF Value<br />

MH2145-C000-PP-RFQ-0026 Page 35 of 131


14.7 PURCHASE/PRICE PREFERENCE<br />

v) Imports duty at prevailing rates (Merit rate of customs duty)<br />

vi) Letter of Credit (L/C) charges @ 1.05% of FOB prices<br />

vii) Inland freight (including Transit Insurance) @ 1% of [(i) + (ii) + (iii)<br />

+ (iv) + (v) + (vi)] + Service Tax @ 3.09% on inland freight.<br />

viii) Octroi / Entry tax highest amount quoted by Indian <strong>Bid</strong>der in the<br />

tender in case the same is not mentioned by bidder.<br />

ix) Loading on account of technical / commercial parameters, if any<br />

x) Charges towards Supervision of Erection/Installation, Testing &<br />

Commissioning based on number of days as specified in Chapter-<br />

5 & Service Tax @ 12.36% on supervision of Erection/Installation,<br />

Testing & Commissioning shall be considered <strong>for</strong> evaluation as<br />

well as <strong>for</strong> placement of order.<br />

14.7.1 HPCL will follow purchase / price preference policy as per prevailing guidelines of<br />

Government of India. Currently, domestic manufactures of capital goods supplied to<br />

fertilizer, power and petroleum projects under international competitive bidding would be<br />

accorded a price preference as explained below under clause 14.7.2 Besides above<br />

price preference up to 15 % over the lowest tender can be extended to small scale<br />

industries (registered with NSIC). The actual quantum of price preference up to<br />

maximum 15 % shall be decided on the merits of each case. However in all cases the<br />

SSI certificate should contain the items to be purchased. The situation where price<br />

preference shall not be granted to small scale industries (NSIC registered) shall be as<br />

per clause 14.7.6<br />

14.7.2 To offset Central Sales Tax levied on Indian Manufacturer of capital goods, price<br />

preference to the extent of 4% or actual whichever is less, would be accorded, subject to<br />

30% of local content norm (required documentary evidence will be as decided by Owner).<br />

The supplies of materials and equipment by Domestic bidders are eligible, as per<br />

Government directives to following preference:<br />

EXTENT OF DOMESTIC VALUE<br />

ADDED<br />

Less than 30% NIL<br />

EXTENT OF PRICE PREFERENCE<br />

30% and more Domestic preference shall be limited to<br />

Off-setting of Central Sales Tax to the extent<br />

of 4% or actuals whichever is lower plus<br />

Octroi at actuals.<br />

MH2145-C000-PP-RFQ-0026 Page 36 of 131


The domestic value addition shall be calculated with the following <strong>for</strong>mula:<br />

% Value Addition ={Ex-Works price excluding Customs Duty, Excise<br />

Duty, Sales tax - CIF value of imports} x 100<br />

Ex-Works price excluding Customs Duty, Excise Duty, Sales tax<br />

In the above <strong>for</strong>mula the customs duty shall be considered as applicable on imported raw<br />

materials/components and Excise Duty and Sales Tax shall be considered on finished goods.<br />

14.7.3 Once quoted the extent of Domestic Value addition shall remain unaltered.<br />

<strong>Bid</strong>der shall submit Chartered Accountant certificate in original, confirming that<br />

Domestic value addition is more than or equal to 30% as above <strong>for</strong> availing<br />

Domestic preference.<br />

14.7.4 The evaluated price of all the domestic <strong>Bid</strong>ders and the evaluated price of all the<br />

<strong>for</strong>eign <strong>Bid</strong>ders as stated herein be<strong>for</strong>e shall be compared together to arrive at<br />

the lowest bid.<br />

14.7.5 Owner reserves the option to place order on Foreign <strong>Bid</strong>der(s) on FOB or on<br />

CFR basis.<br />

14.7.6 Situations where preference not granted to Small Scale Units (Registered with<br />

NSIC):<br />

To make the grant of price preference more meaningful, price preference shall<br />

be accorded on a tender to tender basis. The question of granting price<br />

preference will not arise in the following situations:<br />

(1) Where the Small Scale Unit had succeeded in securing orders <strong>for</strong> same<br />

items, in competition (i.e. without price preference) with the large scale<br />

units during the preceding 12 months. For this purpose the SSI Unit will<br />

be required to give a declaration in writing in case they have obtained<br />

orders on the above lines.<br />

(2) Where Small Scale Unit is lowest <strong>for</strong> some items without price preference<br />

and lowest <strong>for</strong> other items with price preference. (In such case, order <strong>for</strong><br />

items where SSI is lowest with price preference will be placed only if SSI<br />

matches the rates with lowest delivered rates <strong>for</strong> those items).<br />

(3) Where competition is amongst Small Scale Units alone.<br />

(4) Where the items are exclusively reserved <strong>for</strong> purchase from the Small<br />

Scale Units.<br />

(5) Where tenders are received from both Small Scale and Large Scale<br />

Units; and the lowest offer is from the Small Scale Unit and its capacity is<br />

more than sufficient to meet the requirement.<br />

(6) Where the value of the tender exceeds the value limit given in the<br />

MH2145-C000-PP-RFQ-0026 Page 37 of 131


certificate produced by the SSI Unit or where the certificate does not<br />

cover the commodity tendered <strong>for</strong>.<br />

15.0 CONTACTING THE OWNER/ OWNER’S CONSULTANT<br />

15.1 No <strong>Bid</strong>der shall contact the Owner/Owner’s Consultant on any matter relating to<br />

its bid, from the time of bid opening to the time the Contract is awarded.<br />

15.2 Any ef<strong>for</strong>ts by a <strong>Bid</strong>der to influence the Owner/Owner’s Consultant in the<br />

Owner’s/ Owner’s Consultant’s bid evaluation, bid comparison or contract award decisions<br />

may result in the rejection of the <strong>Bid</strong>der’s bid.<br />

16.0 AWARD CRITERIA<br />

16.1 The Owner will award the Contract to the successful <strong>Bid</strong>der whose bid has been<br />

determined to be the lowest responsive bid evaluated on the basis as defined at point no.<br />

1.0 of RFQ/ clause no. 11 of ITB, subsequent to the bid being declared Techno-<br />

Commercially qualified and the bid is determined to be workable as per workability clause<br />

given below (delivered cost basis).<br />

16..2 Workability Clause<br />

Where the lowest bid is very low compared to the cost estimate and other higher bids, the<br />

Owner/ Consultant shall review the lowest offered bid <strong>for</strong> workability of rates and shall<br />

ascertain whether <strong>Bid</strong>der has properly quoted with reference to the scope. In such<br />

cases, Owner/ Consultant may require the lowest <strong>Bid</strong>der to produce detailed price<br />

analysis <strong>for</strong> any or all items to demonstrate the internal consistency of these prices.<br />

After evaluation of the price analysis, Owner/ Consultant may require that the amount<br />

of the per<strong>for</strong>mance security is increased to a level sufficient to protect the Owner<br />

against financial loss in the event of default of the successful <strong>Bid</strong>der under the contract<br />

and same shall be provided by the bidder.<br />

Where based on workability assessment by authority (HPCL), the vendor's bid is found<br />

non-workable, the same will be rejected and EMD, if any, <strong>for</strong>feited.<br />

16.3 The price bids of techno-commercially accepted bidders shall only be opened.<br />

16.4 In case of <strong>for</strong>eign bidder, order shall be placed on FOB basis. However,<br />

owner reserve the right to convert the same to CFR basis within 3 months from<br />

the date of award (Date of Letter of Intent (LOI) / Fax of Intent (FOI)).<br />

17.0 OWNER’S/OWNER’S CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO<br />

REJECT ANY OR ALL BIDS<br />

17.1 Owner/ Owner’s Consultant reserves the right to accept or reject any bid, and to<br />

annul the bidding process and reject all bids, at any time prior to award of contract,<br />

without thereby incurring any liability to the affected <strong>Bid</strong>der or <strong>Bid</strong>ders or; any obligations<br />

to in<strong>for</strong>m the affected <strong>Bid</strong>der or <strong>Bid</strong>ders of the ground <strong>for</strong> the Owner’s/Owner/s Consultant’s<br />

action.<br />

17.2 The submission of any bid connected with these documents and specifications<br />

MH2145-C000-PP-RFQ-0026 Page 38 of 131


shall constitute an agreement that the <strong>Bid</strong>der shall have no cause <strong>for</strong> action or claim,<br />

against the Owner/ Owner's Consultant <strong>for</strong> rejection of his bid. The Owner/ Owner's<br />

Consultant shall always be at liberty to reject or accept any bid or bids at his sole<br />

discretion and any such action will not be called into question and the <strong>Bid</strong>der shall have no<br />

claim in that regard against the Owner/ Owner's Consultant.<br />

18.0 NOTIFICATION OF AWARD<br />

18.1 Prior to the expiration of period of bid validity, the Owner will notify the successful<br />

<strong>Bid</strong>der in writing or by fax or by e-mail , that his bid has been accepted. The Notification<br />

of Award will constitute the <strong>for</strong>mation of the Contract.<br />

18.2 Completion Period shall be counted from the date of notification of award.<br />

(Letter/Fax of Intent).<br />

19.0 ISSUE OF ORDER<br />

19.1 After the successful <strong>Bid</strong>der has been notified that his bid has been accepted, the<br />

Owner will send to such <strong>Bid</strong>der a detailed Order incorporating all the terms and conditions<br />

agreed between the parties.<br />

19..2 Within 15 days of receipt of the detailed Order, the <strong>Bid</strong>der shall sign and return it<br />

to the Owner, in token of acceptance of the Order.<br />

20.0 LATE BIDS<br />

20.1 Any bid received by the Consultant after the bid due date and time prescribed<br />

in RFQ will not be opened and shall be rejected.<br />

20.2 Telex/ Telegraphic/ Telefax/ E-mail offers will not be considered and shall be<br />

rejected.<br />

21.0 INTEGRITY PACT<br />

The successful tenderer shall execute Integrity Pact with Owner as per the<br />

enclosed Draft Integrity Pact Agreement. Hard copy of the same duly filled signed,<br />

stamped by authorized person and witnessed to be <strong>for</strong>warded alongwith EMD in physical<br />

condition so as to be received at WORLEYPARSONS prior to bid due date and time.<br />

22.0 REBATE<br />

22.1 If a bidder offers a rebate unilaterally after the closing date and time of the bid, it<br />

will not be taken into account <strong>for</strong> evaluating purposes, but if that bidder emerges as the<br />

lowest evaluated, the rebate offered will be taken into account and shall be binding on<br />

the bidder <strong>for</strong> award of work.<br />

23.0 APPOINTMENT OF WORLEYPARSONS LIMITED BY OWNER (HPCL)<br />

23.1 WORLEYPARSONS will function/act as EPMC consultant <strong>for</strong> the project. HPCL has<br />

all rights to <strong>for</strong>ward bids to consultant <strong>for</strong> evaluation purpose.<br />

MH2145-C000-PP-RFQ-0026 Page 39 of 131


23.2 After placement of PO <strong>for</strong> tendered item, EPMC will take care of all technical<br />

aspects of PO, execution of PO, inspection etc.<br />

24.0 DEVIATIONS TO TENDER TERMS:<br />

24.1 Void<br />

i) <strong>Bid</strong>ders are requested to accept tender terms/conditions in totality and should<br />

avoid deviations.<br />

ii) In case deviations to tender terms/conditions are unavoidable, the same should<br />

be mentioned in DEVIATION SHEET. Deviations mentioned elsewhere shall not<br />

be considered by HPCL.<br />

iii) In case, bidder is evaluated L1 bidder and has mentioned deviation to tender<br />

terms not in online deviation sheet , but elsewhere and is not withdrawing those<br />

deviations, HPCL shall <strong>for</strong>feit the EMD (IF APPLICABLE) of the bidder in such<br />

cases.<br />

iv) No new deviation will be received/ accepted from bidder after bid due date. Incase<br />

bidder submits new deviation, his bid will be rejected. At the sole discretion of the<br />

owner bidder may be given opportunity to withdraw the deviation and in case the<br />

same is not withdrawn by the bidder, the offer of the bidder shall be rejected &<br />

EMD/ bid security (if applicable) submitted by the bidder shall be <strong>for</strong>feited.<br />

24.2 In case any deviations sought by bidder are accepted by HPCL, HPCL reserves<br />

the right to suitably load the bidder <strong>for</strong> evaluation purpose only.<br />

25.0 FOREIGN BIDDER CONDITION:<br />

25.1 In case of <strong>for</strong>eign bidder the tender shall be submitted directly and not through the<br />

Indian Representative. In the event of any breach of default on the part of the supplier to<br />

disclose the agency arrangements in India, there would be a penalty of banning<br />

business dealings and also payment of specified sum.<br />

MH2145-C000-PP-RFQ-0026 Page 40 of 131


CHAPTER 3<br />

GENERAL PURCHASE CONDITIONS<br />

MH2145-C000-PP-RFQ-0026 Page 41 of 131


INDEX<br />

1. DEFINITION<br />

2. REFERENCE FOR DOCUMENTATION<br />

3. CONFIRMATION OF ORDER<br />

4. SALES CONDITIONS<br />

5. COMPLETE AGREEMENT<br />

6. INSPECTION-CHECKING-TESTING<br />

7. OFFICIAL INSTITUTIONAL TESTING<br />

8. EXPEDITING<br />

9. WEIGHTS AND MEASUREMENTS<br />

10. DISPATCH INSTRUCTIONS<br />

11. OILS & LUBRICANTS<br />

12. SPARE PARTS<br />

13. PACKING AND MARKING<br />

14. SHIPMENT/DESPATCH AND SHIPMENT NOTICES<br />

15. CONTROL REGULATIONS<br />

16. TRANSIT RISK<br />

17. RESPECT FOR DELIVERY DATES<br />

18. DELAYED DELIVERY<br />

19. DELAYS DUE TO FORCE MAJEURE<br />

20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT<br />

21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE OWNER<br />

22. PRICE<br />

23. TERMS OF PAYMENT<br />

24. INVOICING<br />

25. RECOVERY OF SUMS DUE<br />

26. CHANGES<br />

27. CANCELLATION<br />

28. PATENTS AND ROYALTIES<br />

29. PERFORMANCE GUARANTEE<br />

30. NON WAI VER<br />

31. NON ASSIGNMENT<br />

32. PART ORDER / REPEAT ORDER<br />

33. VENDOR S DRAWINGS AND DATA REQUIREMENT<br />

34. TECHNICAL INFORMATION<br />

35. SERVICES OF VENDOR S PERSONNEL<br />

36. VENDOR S LIABILITY<br />

37. OWNER S MATERIAL<br />

38. HEADINGS<br />

39. ARBITRATION<br />

40. JURISDICTION<br />

41. IMPORT LICENCE:<br />

42. DELAYS AND NON-CONFORMANCE:<br />

43. SUBSTITUTION AND WRONG SUPPLIES<br />

44. EFFECT AND VALIDITY OF OFFER<br />

MH2145-C000-PP-RFQ-0026 Page 42 of 131


1. DEFINITIONS<br />

The following expressions used in the Purchase Order shall have meaning<br />

indicated against each of these:<br />

1.1 “OWNER/ PURCHASER” means Hindustan Petroleum Corporation Limited, a<br />

company incorporated in India having its registered office at 17, Jamshedji Tata<br />

Road, Mumbai -400 020, and shall include its successors and assignees.<br />

1.2 OWNER’s CONSULTANT/ CONSULTANT” means M/s WORLEYPARSONS SEA<br />

INDIA (P) LTD appointed <strong>for</strong> the <strong>Project</strong> of REWARI KANPUR PIPELINE<br />

PROJECT by HPCL.<br />

1.3 "GOODS / MATERIALS" shall mean any of the articles, materials, machinery,<br />

equipments, supplies, drawings, data and other property and all services<br />

including but not limited to design, delivery, installation, inspection, testing and<br />

commissioning specified to complete the order.<br />

1.4 "VENDOR / SELLER" shall mean the person, firm or corporation to whom this<br />

purchase Order is issued. The terms Vendor includes its successors and assigns.<br />

1.5 "CONTRACTUAL DELIVERY DATE" shall mean the date on which goods shall<br />

be Delivered at agreed delivery point/ destination in accordance with the terms of the<br />

Purchase Order. This contractual delivery date / period is inclusive of all the lead<br />

time <strong>for</strong> engineering, procurement of raw materials, manufacturing, inspection,<br />

testing packing and any other activity whatsoever required to be accomplished <strong>for</strong><br />

affecting the delivery at the agreed delivery point.<br />

1.6 "PROCUREMENT COORDINATORS / MANAGERS and CONSULTANTS"<br />

shall mean Owner’s/ Purchaser’s authorized representatives appointed as<br />

Procurement Coordinator / Managers & Consultants'.<br />

1.7 "INSPECTORS" shall mean Inspectors deputed by Owner or Procurement<br />

Coordinator / Managers & Consultants.<br />

1.8 "PROJECT" means REWARI KANPUR PIPELINE PROJECT HINDUSTAN<br />

PETROLEUM CORPORATION LIMITED.<br />

1.9 The terms ‘<strong>Bid</strong>der’, ‘Contractor’, `Seller’, `Supplier’ or ‘Vendor’ stated anywhere<br />

in the <strong>Bid</strong> <strong>Document</strong> carry the same meaning.<br />

1.10 The terms `Client’, Owner’, Purchaser’ stated any where in the <strong>Bid</strong> <strong>Document</strong><br />

refer to Hindustan Petroleum Corporation Limited (HPCL).<br />

1.11 The term Contract’, Order’ or Purchase Order’ stated anywhere in the <strong>Bid</strong><br />

<strong>Document</strong> carry the same meaning.<br />

1.12 The term MR means Material Requisition’ containing technical requirements and<br />

scope of work (technical), GPC means General Purchase Conditions’ containing<br />

commercial terms & conditions, PR means Purchase Requisition’ issued after<br />

MH2145-C000-PP-RFQ-0026 Page 43 of 131


award of contract incorporating agreed deviations in MR, ATC means Agreed<br />

Terms & Conditions’ , RFQ means Request For Quotation’.<br />

1.13 For the purpose of contract, the trade terms FOB, CFR and C&F shall have the<br />

meanings as assigned to them by INCOTERMS 2000 published by ICC, Paris.<br />

1.14 'TOTAL ORDER VALUE' shall be construed to include only basic rate, exclusive<br />

of duties / taxes / freights etc. <strong>for</strong> the purpose of calculation of :<br />

a) Price reduction on account of delay<br />

b) Per<strong>for</strong>mance bank Guarantee Amount<br />

c) Payment of advance, if any to be made.<br />

1.15 Item: Item word with reference to Price Schedule / Price Evaluation would<br />

mean a single item as per its description given in price schedule & scope<br />

defined in tender document.<br />

1.16 Group / Schedule: Group / Schedule word with reference to Price<br />

Schedule / Price Evaluation would mean a number of items clubbed<br />

together <strong>for</strong>ming a Group / Schedule as per its description given in price<br />

schedule & scope defined in tender document.<br />

1.17 Package: Package word with reference to Price Schedule / Price Evaluation<br />

would mean all the items as per its description given in price schedule & scope<br />

defined in tender document.<br />

2 . REFERENCE FOR DOCUMENTATION<br />

Purchase Order number must appear on order continuation, correspondence,<br />

drawings, invoices, shipping notes, pickings and on any documents or papers<br />

connected with the order.<br />

3 . CONFIRMATION OF ORDER<br />

The Vendor shall acknowledge the receipt of the Purchase Order within 15<br />

(Fifteen) days following the mailing of this order and shall thereby confirm his<br />

acceptance of this Purchase Order in its entirety without exceptions. The<br />

acknowledgment will bear on both purchase order and General Purchase<br />

Conditions.<br />

4 . SALES CONDITIONS<br />

With Vendor's acceptance of provisions of this Purchase Order, he waives and<br />

considers as cancelled any of his general sales conditions. Vendor's standard sales<br />

conditions, If any, shall not be applicable to the offer and only the Purchaser's<br />

“General Purchase Conditions” shall apply with the exception deviations<br />

specifically agreed between the vendor and the Purchaser and brought out in the<br />

Purchase Order.<br />

MH2145-C000-PP-RFQ-0026 Page 44 of 131


5 . COMPLETE AGREEMENT<br />

The terms and conditions of this Purchase Order shall constitute the entire<br />

agreement between the parties hereto. Changes will be binding only if the<br />

amendments are made in writing and signed by an authorized representative of the<br />

Owner and the Vendor.<br />

6. INSPECTION-CHECKING-TESTING<br />

The equipment, materials and workmanship covered by the Purchase Order shall<br />

be subject to inspection and testing at any time prior to shipment and or dispatch and<br />

to final inspection within a reasonable time after arrival at the place of delivery.<br />

Inspectors shall have the right to carry out the inspection and testing which will<br />

include the raw materials at manufacturer’s shop, at fabricator's shop and at the time<br />

of actual dispatch be<strong>for</strong>e and after completion of packing.<br />

All tests, mechanical and others and particularly those required by codes will be<br />

per<strong>for</strong>med at the Vendor's expenses and in accordance with Inspector's instructions.<br />

The Vendor will also bear the expenses concerning preparation and rendering of tests<br />

required by Boiler Inspectorate or such other statutory testing agencies or by any<br />

other reputed inspection agencies as may be nominated by the Owner or by<br />

authorized TPIA by Consultant as may be required.<br />

The salaries and fees of Inspectors and their travelling, lodging and boarding<br />

expenses will not be borne by the Vendor unless inspection becomes infructuous due<br />

to any omission or commission on the part of the Vendor. Be<strong>for</strong>e shipping or dispatch,<br />

the equipment and or materials will have to be checked and stamped by inspectors<br />

who are authorized also to <strong>for</strong>bid the use and dispatch of any equipment and / or<br />

materials which during tests and inspection fail to comply with the specifications,<br />

codes and testing requirements.<br />

The vendor shall in<strong>for</strong>m Procurement Coordinators / Managers at least eight days<br />

in advance of the exact place, date and time of rendering the equipment or materials <strong>for</strong><br />

required inspection.<br />

Provide free access to inspectors during normal working hours to Vendor's or<br />

his/its sub Vendor's works and place at their disposal all useful means of<br />

per<strong>for</strong>ming, checking, marking, testing, inspection and final stamping.<br />

Even if the inspections and tests are fully carried out, Vendor would not be<br />

absolved to any degree from his responsibilities to ensure that all equipments and<br />

materials supplied comply strictly with requirements as per agreement both during<br />

construction, at the time of delivery, inspection, on arrival at site and after its<br />

erection or start-up and guarantee period as stipulated in clause 29 hereof.<br />

The Vendor's responsibility will not be lessened to any degree due to any<br />

comments made by Procurement Coordinators / Managers and Inspectors on the<br />

Vendor's drawings or by Inspectors witnessing any chemical or physical tests.<br />

In any case, the equipment and materials must be in strict accordance with the<br />

Purchase order and/or its attachments failing which the Owner shall have the right<br />

to reject the goods and hold the Vendor liable <strong>for</strong> non-per<strong>for</strong>mance of contract.<br />

MH2145-C000-PP-RFQ-0026 Page 45 of 131


7 . OFFICIAL INSTITUTIONAL TESTING<br />

In addition to testing and inspection by Inspectors mentioned above, nominated<br />

agencies or similar institutional agencies like Boiler Inspectorate may be<br />

assigned <strong>for</strong> official testing of all coded equipment. The Vendor shall ensure that all<br />

Procedures <strong>for</strong> preparation and per<strong>for</strong>mance of tests prescribed by such<br />

Institutions shall be completed scrupulously.<br />

The Vendor is required to send to such institutions as may be designed by the<br />

Owner at least three sets of construction drawings <strong>for</strong> each equipment and<br />

calculations. All manufacturer's mill's tests certificates and analytical reports from<br />

material laboratories in respect of all raw materials and components employed shall<br />

have to be presented to such institution's Inspectors in the number of copies<br />

required. Vendor shall be responsible <strong>for</strong> any delay in submission of necessary<br />

certificates. The Vendor shall maintain close liaison with Procurement Coordinators and<br />

Institution's Inspectors to maintain schedule and delay, if any in this process will not<br />

be taken into consideration as a cause of Force Majeure.<br />

8 . EXPEDITING<br />

Procurement Coordinators / Managers have been assigned to expedite both<br />

manufacture and shipment of equipment and materials covered by the Purchase<br />

Order. The Procurement Coordinators / Managers shall have free access to<br />

Vendor's shop and/or sub suppliers' shop at any time and they shall be provided all<br />

the necessary assistance and in<strong>for</strong>mation to help them per<strong>for</strong>m their job.<br />

In order to facilitate over-all execution of the order within the contractual delivery date,<br />

Vendor shall furnish to Procurement Coordinators / Managers within 4 weeks of'<br />

receipt of Purchase Order the required number of copies of documents such as, but<br />

not limited to, schedules/pert charts. Unpriced copies of sub orders / sub-contracts,<br />

phased program of item wise manufacturing, testing and delivery<br />

and any other in<strong>for</strong>mation / documentation as may be called <strong>for</strong> the<br />

correspondence procurement co-ordinators / Managers. All post order<br />

correspondence shall be addressed to the Chief Manager -RKPL PIPELINE<br />

PROJECT , HPCL, / WORLEYPARSONS (CONSULTANT).<br />

9 . WEIGHTS AND MEASUREMENTS<br />

All weights and measurements recorded by Procurement Coordinators /<br />

Managers on receipt of goods at site will be treated as final.<br />

Vendor's shipping/ dispatch documents and invoices must contain the following data:<br />

I ) Unit net weight<br />

I I ) Unit gross weight (packing included)<br />

III) Dimensions of packing<br />

MH2145-C000-PP-RFQ-0026 Page 46 of 131


1 0 . DISPATCH INSTRUCTIONS<br />

10.1 Unless otherwise specifically advised in writing, goods shall not be dispatched<br />

without prior inspection, testing and Release Order / Materials Acceptance<br />

Certificates issued by Inspectors.<br />

10.2 In case dispatch by rail is specified in the Purchase Order. Vendor shall exercise<br />

due care and ensure that the consignment shall be booked under appropriate<br />

railway classification, failing which, any additional freight incurred by Owner due to<br />

Vendor's booking the material under a wrong classification shall be to Vendor's<br />

account.<br />

10.3 The goods shall be consigned in the name of consignee, which will be in<strong>for</strong>med<br />

in due course, by the most economical road transport as specified in Purchase<br />

Order.<br />

Owner’s warehouse is open to receive Material between 9 AM and 3 P.M on all<br />

working days. No goods will be accepted after 3 PM.<br />

10.4 Owner / Procurement Coordinators / Managers reserve the right to advise any<br />

change in dispatching point / destination and / or mode of transport, as may be<br />

required.<br />

10.5 OILS & LUBRICANTS (IF APPLICABLE)<br />

The first filling of oils and lubricant, if any, required <strong>for</strong> every equipment shall be<br />

included in the price and appropriate product manufactured by Hindustan<br />

Petroleum Corporation Ltd. shall be used. The Vendor shall also recommend the<br />

quality / quantity of oils and lubricants required <strong>for</strong> one year continuous<br />

operation.<br />

11. SPARE PARTS (IF APPLICABLE)<br />

The Vendor must furnish itemised price list of spare parts required <strong>for</strong> two years<br />

operation of the main equipment and prime movers also.<br />

The Vendor shall provide the necessary cross sectional drawing to identity the spare<br />

parts numbers and their location as well as inter-changeability chart.<br />

12. PACKING AND MARKING FOR INDIGENOUS SUPPLY<br />

All fragile and all exposed parts will be packed with care and the packages shall bear<br />

the words: "WITH CARE" both in English and Hindi.<br />

All nozzles, pipes and all sheets shall be marked with strips bearing progressive<br />

numbers.<br />

All holes and openings as also all delicate surfaces, shall be carefully protected<br />

against bad weather.<br />

MH2145-C000-PP-RFQ-0026 Page 47 of 131


All threaded fittings shall be greased and provided with plastic caps. All<br />

manufactured surface shall be painted with rust proof paint.<br />

All small pieces shall be packed in cases.<br />

The Vendor shall be held liable <strong>for</strong> all damages or breakage to the goods due to<br />

detective or insufficient packing as well as <strong>for</strong> corrosion due to insufficient<br />

protections. On three sides of the packages, the following marks shall appear clearly<br />

visible and in indelible paint and at Vendor's care and expenses:<br />

From :<br />

For : Hindustan Petroleum Corporation Limited,<br />

PIPELINES <strong>Project</strong><br />

Destination :<br />

Order No. :<br />

Rev. No. :<br />

Item :<br />

Net weight :<br />

Gross Weight :<br />

Case No. :<br />

Of total cases :<br />

Dimensions :<br />

For every order and every shipment, package must be marked with serial progressive<br />

numbering. All packages that require special handling and transport should have their centres of<br />

gravity and points at which they may be slung or gripped clearly indicated and marked:<br />

"ATTENTION SPECIAL LOAD HANDLE WITH CARE" both in Hindi and English language.<br />

FOR IMPORTED SUPPLY<br />

a. PACKING:<br />

Packing should be capable to withstand rough sea weather <strong>for</strong> a minimum period of 4 to 6<br />

months and should be commensurate with best commercial export practices. AII<br />

packaging shall be done in such a manner as to reduce volume as much as possible.<br />

Fragile articles should be adequately packed with special packing materials depending on<br />

MH2145-C000-PP-RFQ-0026 Page 48 of 131


type of materials.<br />

All delicate surfaces on equipment material should be carefully protected and painted<br />

with protective paint compound and wrapped to prevent rusting and damage.<br />

All mechanical and electrical equipment and other heavy articles should be securely<br />

fastened to the bottom of the case and shall be blocked and braced to prevent movement.<br />

Attachments and spare parts of equipments and all small pieces shall be packed separately<br />

in wooden Cases with adequate protection inside the case and wherever possible<br />

should be sent along with the main equipment. Each item shall be tagged so as to identify<br />

it with the main equipment and part number and reference number shall be indicated.<br />

All protrusions shall be suitably protected and opening shall be blocked by wooden<br />

covers.<br />

Wherever required equipment/materials shall be packed in polyethylene bags and<br />

silicagel or similar dehydrating compound shall be put inside the bags to protect them.<br />

Pipes/ tubes made of stainless steel, copper etc. shall be packed in wooden cases<br />

Irrespective of sizes.<br />

The supplier shall be held liable <strong>for</strong> all damages or breakages to the goods due- to the<br />

defective or insufficient packing as well as <strong>for</strong> corrosion due to insufficient packing.<br />

Detailed packing list in water proof envelope shall be inserted in each package together<br />

with equipment/materials. One copy of “Detailed Packing List", shall be fastened outside of<br />

the package in water proof envelope and covered by metal cover.<br />

SPECIAL PACKAGING REQUIREMENT<br />

“All raw/solid wood packaging material used <strong>for</strong> packaging shall be appropriately treated<br />

and marked as per ISPM-15 (International Standards of Phyto-sanitary measures 15) OR<br />

shall be accompanied by a Phytosanitary Certificate with the treatment endorsed.<br />

The treatment of raw/solid wood packaging material prior to export shall include either<br />

Methyl Bromide (MB) @ 48 g/m3 <strong>for</strong> 16 hrs at 21° C and above or any equivalent thereof<br />

or heat treatment (HT) at 56° C <strong>for</strong> 30 min (core temperature of wood) or Kiln Drying<br />

(KD) or Chemical Pressure Impregnation (CPI) or any other treatments provided that<br />

these meet the HT specifications of the ISPM-15.<br />

However, the above conditions shall not be applicable to wood packaging material<br />

wholly made of processed wood products such as ply wood, particle board, oriental<br />

strand board of veneer that have been created using glue, heat and pressure or<br />

combination thereof. The above conditions shall also not be applicable to wood<br />

packaging material such as veneer peeler cores, wood wool & shavings and thin wood<br />

pieces (less than 6mm thickness) unless they are found to be harboring any pests.”<br />

MH2145-C000-PP-RFQ-0026 Page 49 of 131


. MARKING:<br />

Each package shall be marked on three sides, with proper paint/indelible water proof inks as<br />

follows:<br />

HINDUSTAN PETROLEUM CORPORATION LTD. RKPL PIPELINE PROJECT<br />

PURCHASE ORDER NO ..................................................................................<br />

NET WEIGHT ........................................................... KGS.GR. WT ........................ KGS<br />

DIMENSIONS ....................................................... X .................. X ........................ CMS<br />

PACKAGE NO. (SI. No. of total packages)<br />

TAG/ITEM NO ................................................................... . .........<br />

COUNTRY OF ORIGIN ...........................................................................................<br />

SHIPPER'S NAME ............................................................................................................<br />

Additional marking such as 'handle with care' 'this side up' 'fragile' or any other additional<br />

Indications <strong>for</strong> protection and safe handling shall be added depending on the type of materials.<br />

All cases will have warning signs on the outside denoting 'Centre of Gravity' and 'Sling Mark'.<br />

Letters, figures, marks etc. used <strong>for</strong> marking shall be stenciled printed. Handwriting<br />

should be avoided as far as possible. Size of letter shall be optimum <strong>for</strong> each package<br />

dimensions.<br />

In case of Bundle or other packages wherever marking cannot be stenciled the same shall be<br />

embossed on metal or similar tag and Wired securely at minimum two convenient points.<br />

14. SHIPMENT/ DESPATCH AND SHIPMENT/ DESPATCH NOTICES<br />

The Vendor shall make shipment/ dispatch only after prior approval by Inspectors<br />

whenever specifically mentioned. In the event of the Vendor having been advised to hold<br />

shipment(s)/ dispatch <strong>for</strong> any reason whatsoever the Vendor shall hold the materials in his/its<br />

warehouse <strong>for</strong> at least 30 days without any compensation; or without prejudice to any reduction<br />

in price already accrued on account of delay.<br />

Immediately after shipment/ dispatch, Vendor shall in<strong>for</strong>m dispatch particulars to Owner /<br />

Procurement Coordinators as under<br />

1 Copy of dispatch advice to Chief Manager - RKPL PIPELINE PROJECT<br />

2 Copy of dispatch advice to CONSULTANT<br />

3 Copies of dispatch advice to Resident Construction Manager,<br />

CONSULTANT C/o. HPCL as applicable.<br />

The Vendor shall carefully note the destination of materials.<br />

The demurrage or other expenses incurred owing to any negligence, delay, default on the<br />

part of the Vendor will be to Vendor's account.<br />

MH2145-C000-PP-RFQ-0026 Page 50 of 131


ADDITIONALLY FOR IMPORTED SUPPLY<br />

a. SHIPPING<br />

The shipping arrangement will be made in consultation with the Secretary, Shipping<br />

Co-ordination committee. Ministry of Shipping and Transport (cable Transport, New Delhi.<br />

Telex Vahan ND 2312) through their <strong>for</strong>warding agent as under to whom notice of no less<br />

six weeks about the readiness of each cargo <strong>for</strong> shipment should be given <strong>for</strong> finalizing the<br />

shipping arrangements. .<br />

"Shipping arrangements will be made by the shipping Co-ordination and Chartering<br />

Division, Ministry of shipping and Transport, New Delhi through their respective, Forwarding<br />

Agents Nominees as mentioned below to whom adequate notice of not less than six<br />

weeks/about the readiness of cargo <strong>for</strong> shipment should be given by the sellers from<br />

time to time <strong>for</strong> final/sing the shipping arrangements.<br />

Area Forwarding Agents/Nominee<br />

Shall be provided by HPCL<br />

All shipment of materials shall be made by direct vessels. All shipments shall be under<br />

deck unless carriage on deck is unavoidable.<br />

b. DOCUMENTATION<br />

i) The documents shall be in English Language.<br />

ii) <strong>Document</strong>s required be<strong>for</strong>e shipment:<br />

Seventy five (75) days be<strong>for</strong>e the contractual delivery date, pro<strong>for</strong>ma, packing lists and<br />

sketches of over dimensioned cargo shall be air mailed as follows:<br />

H.P.C.L. MUMBAI 2 COPIES<br />

Consultant HQO 2 COPIES<br />

Consultant Site Office 2 COPIES<br />

HPCL Site Office 2 COPIES<br />

The over dimension cargo shall mean any package exceeding any of the following limits<br />

Weight 20 MT<br />

Length 13.719 Meters<br />

Width 2.997 Meters<br />

Height 2.743 Meters<br />

iii) <strong>Document</strong>s required after shipment:<br />

The supplier shall air-mail the shipping documents stated here in below as quickly<br />

as possible after the shipment has been made so that the same are received at<br />

least two weeks prior to the arrival of vessel at destination port. The supplier shall<br />

be fully responsible <strong>for</strong> any delay and/or demurrage that may become payable at<br />

destination port on account of delay transmittal of shipping documents.<br />

MH2145-C000-PP-RFQ-0026 Page 51 of 131


Copy of <strong>Document</strong>s<br />

HPCL<br />

SITE HQO<br />

HPCL Consultant<br />

SITE<br />

(a) Bill of lading 4 2 2 2<br />

(b) Commercial Invoice 4 2 2 4<br />

(c) Detailed Packing list 4 2 2 4<br />

(d) Freight Memo 2 2 2 2<br />

(e) Test Certificate 2 2 2 2<br />

(f) Certificated of Origin 2 2 2 -<br />

(g) Certificate of Measurement & Weight 2 2 2 2<br />

(h) Catalogue and/or drawing 1 1 1 1<br />

(i) Payment Certificate 2 2 2 2<br />

(Amount received by vendor)<br />

Note: In addition to above, complete set of documents are required to be sent to (Purchaser)<br />

through bank in terms of Letter of Credit.<br />

iv) Bill of lading:<br />

Bill of Lading shall be 'Clean on Board', Ocean Bill of Lading should be made In favour of<br />

HPCL ASPL <strong>Project</strong> order and the notify column should Indicate HPCL<br />

Commercial Invoice:<br />

Commercial Invoice shall, inter alia indicate (i) Purchase Order No. (ii) Import License<br />

Policy numbers and (iii) Country of Origin. Besides, the cases in the voice shall be in<br />

con<strong>for</strong>mity with order.<br />

v) Packing List:<br />

Packing List must show apart from other particulars actual contents in each case, net<br />

and gross weights and dimensions and the total numbers of packages .<br />

SHIPPING ADVICE:<br />

Within 24 hours after shipment, the supplier shall send shipping advice giving Particulars<br />

of the shipment, Vessel's Name, Port of shipment, Bill of Lading number and date,<br />

contents in brief, Purchase Order number, Total F.O.B. and Freight Values, number of<br />

packages and total gross weight by way of Fax / Telex to :<br />

Chief Manager– RKPL PIPELINE PROJECT<br />

Hindustan Petroleum Corporation Limited, Delhi<br />

15. CONTROL REGULATIONS<br />

The supply, dispatch and delivery of goods shall be arranged by the Vendor in strict<br />

con<strong>for</strong>mity with the statutory regulations including provision of Industries<br />

(Development and Regulation) Act 1951 and may amendment thereof as<br />

MH2145-C000-PP-RFQ-0026 Page 52 of 131<br />

ND


applicable from time to time. The Owner disowns any responsibility <strong>for</strong> any<br />

irregularity or contravention of any of the statutory regulations in manufacture or<br />

supply of the stores covered by this order.<br />

16. TRANSIT RISK<br />

Indian <strong>Bid</strong>der - Transit Risk insurance shall be in the scope of vendor and shall be<br />

covered by the Vendor in his quoted price.<br />

Foreign <strong>Bid</strong>der - Transit insurance from F.O.B port of shipment or by Air shall be<br />

arranged by the Owner. However, all transit insurance charges <strong>for</strong> inland transit<br />

upto FOB Port of Shipment or airport should be included by the vendor in their<br />

prices. Comprehensive MCE Insurance policy details shall be provided<br />

upon placement of order.<br />

17. RESPECT FOR DELIVERY DATES.<br />

Time of delivery as mentioned in the Purchase Order shall be the essence of the<br />

contract and no variation shall be permitted except with prior authorization in writing<br />

from the Owner. Goods should be delivered securely packed and in good order and<br />

condition at the place and within the time specified in the Purchase Order <strong>for</strong> their<br />

delivery. Where no delivery period is expressly stated, it shall be construed as seven<br />

days from the date of placing the order. The Owner reserves the right to defer the<br />

period of delivery in writing. Where no delivery is expressly stated, it shall be<br />

construed as seven days (from the date of LOI).<br />

1 8 . DELAYED DELIVERY – Please refer cl. No. 7- Price Reduction Schedule of<br />

Special Conditions of Purchase ( Chapter no. 4.0)<br />

19. DELAYS DUE TO FORCE MAJEURE<br />

i) In the event of causes of Force Majeure occurring within the agreed<br />

delivery terms, the delivery dates can be extended by the Owner on receipt of<br />

application from the Vendor without imposition of Price Reduction <strong>for</strong> Delay. Only<br />

those causes which depend on natural calamities, civil wars and national strikes<br />

which have a duration of more than seven consecutive calendar days are considered<br />

the causes of <strong>for</strong>ce majeure. Causes like strikes / lockout at Vendor's works <strong>for</strong><br />

more than ten consecutive days and Government Act such as major power cut <strong>for</strong><br />

a consecutive minimum period of 30 days and other direct legislative<br />

en<strong>for</strong>cement, shall also constitute Force Majeure. Any delay in or failure of the<br />

per<strong>for</strong>mance of either part hereto shall not constitute default hereunder or give rise<br />

to any claims <strong>for</strong> damage, if any, to the extent such delays or failure of<br />

per<strong>for</strong>mance is caused by occurrences such as Acts of God or an enemy,<br />

expropriation or confiscation of facilities by Government authorities, acts of war,<br />

rebellion, sabotage or fires, floods, explosions, riots, or strikes. The Contractor shall<br />

keep records of the circumstances referred to above and bring these to the notice of<br />

MH2145-C000-PP-RFQ-0026 Page 53 of 131


the Engineer-in-Charge/Site-in-Charge in writing immediately on such occurrences. The<br />

amount of time, if any, lost on any of these counts shall not be counted <strong>for</strong> the<br />

Contract period. Decision of the Owner arrived at after consultation with the<br />

Contractor, shall be final and binding. Such a determined period of time be<br />

extended by the Owner to enable the Contractor to complete the job within such<br />

extended period of time.<br />

i. i ) The Vendor must advise the Owner and Procurement Coordinator /<br />

Managers by Registered letter duly certified by local Chamber of Commerce<br />

or statutory authorities, the beginning and the end of the cause of delay<br />

immediately, but in no case later than 10 days from the beginning and end of such<br />

cause of Force Majeure condition as defined above.<br />

2 0 . REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT<br />

In case the testing and inspection at any stage by Inspectors reveal the<br />

equipment, material and workmanship do not comply with specification and<br />

requirements, the same shall he removed by the Vendor at his its own expense and<br />

risk within the time allowed by the Owner. The Owner shall be at liberty to dispose of<br />

such rejected goods in such manner as may think appropriate. In the event, the<br />

Vendor fails to remove the rejected goods within the period as a<strong>for</strong>esaid, all<br />

expenses incurred by the Owner <strong>for</strong> such disposal shall be to the account of the<br />

Vendor. The freight paid by the Owner, if any, on the inward journey of the rejected<br />

materials shall be reimbursed by the Vendor to the Owner be<strong>for</strong>e the rejected<br />

materials are removed by the Vendor.<br />

The Vendor will have to proceed with the replacement of that equipment or part of<br />

equipment without claiming any extra payment if so required by the Owner. The<br />

time taken <strong>for</strong> replacement in such event will not be added to the contractual delivery<br />

period.<br />

21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE OWNER<br />

22. PRICE<br />

The transfer of property shall be deemed to have taken place as FOR destination<br />

location: On taking delivery from the transporters at the destination location.<br />

Unless otherwise agreed to in the terms of the Purchase Order the price shall be<br />

Firm and not subject to escalation <strong>for</strong> any reason whatsoever till the execution of<br />

entire order, even though it might be necessary <strong>for</strong> the order execution to take<br />

longer than the delivery period specified in the order.<br />

23. TERMS OF PAYMENT<br />

Please refer Special Condition of Purchase.<br />

MH2145-C000-PP-RFQ-0026 Page 54 of 131


24. INVOICING<br />

Please refer Special Condition of Purchase.<br />

25. RECOVERY OF SUMS DUE<br />

Whenever any claim against the Vendor <strong>for</strong> payment of a sum of money arises out<br />

of or under tile contract, the Owner shall be entitled to recover such sums from any<br />

sum due to them or which at any time thereafter may become due from the Vendor<br />

under this or any other contract with the Owner and should this sum be not<br />

sufficient to cover tile recoverable amount, tile Vendor shall pay to the Owner on<br />

demand tile balance remaining due.<br />

26. CHANGES<br />

The Owner has the option at any time to make changes in quantities ordered or in<br />

specification and drawings. If such changes cause an increase or decrease in the<br />

price or in the time required <strong>for</strong> supply, an equitable adjustment under this provision<br />

must be finalised within 10 days from the date when change is ordered.<br />

27. CANCELLATION<br />

The Owner reserves the right to cancel this Purchase Order or any part thereof and<br />

shall be entitled to rescind the contract wholly or in part in a written notice to the<br />

Vendor if,<br />

i. The Vendor fails to comply with the terms of this Purchase Order.<br />

ii. The Vendor fails to deliver the goods on time and or replace the<br />

Rejected goods promptly.<br />

iii. The Vendor becomes bankrupt or goes into liquidation<br />

iv. The Vendor makes a general assignment <strong>for</strong> the benefit of creditors<br />

v. A receiver is appointed <strong>for</strong> any of the property owned by the Vendor<br />

Upon receipt of the said cancellation notice, the Vendor shall discontinue all work on<br />

the Purchase Order and matters connected with it.<br />

The Owner in that event will be entitled to procure the requirement in the Open<br />

market and recover the excess payment over the Vendor's agreed price, if any, from<br />

the Vendor, reserving to itself the right to <strong>for</strong>feit the security deposit, if any made by<br />

the Vendor against the contract.<br />

The Vendor is aware that the said goods are required by the Owner <strong>for</strong> the<br />

ultimate purpose of materials production and that non delivery may cause loss of<br />

production and consequently loss of profit to the Owner, In the event of the Owner<br />

exercising the option to claim damages <strong>for</strong> non-delivery other than by way of<br />

difference between the market price and the contract price, the Vendor shall pay to<br />

the Owner the fair compensation to be agreed upon between the Owner and the<br />

MH2145-C000-PP-RFQ-0026 Page 55 of 131


Vendor.<br />

The provision of this clause shall not prejudice the right of tile Owner from<br />

invoking the provisions of clause' Delayed Delivery/ Price Reduction Schedule as<br />

stated in the tender.<br />

The Owner may terminate the order at any time if the Vendor does not adhere to or<br />

all agreed terms and conditions. In such case the Owner has the option to buy complete<br />

or incomplete components with or without verification/Inspection at mutually agreed<br />

prices.<br />

28. PATENTS AND ROYALTIES<br />

Vendor shall protect and fully indemnify the purchaser from any claims <strong>for</strong><br />

infringement of patents, copy right, trade make or the like.<br />

Vendor shall also protect and fully indemnify the Purchaser from any claims from<br />

Vendor's Work men employees, their heirs, dependents, representatives etc. or from<br />

any other person/persons or bodies/companies etc. <strong>for</strong> any act of commission<br />

or omission while executing the order.<br />

Vendor shall be responsible <strong>for</strong> compliance with all requirements under the laws and<br />

shall protect and indemnify completely the Purchaser from any claim/ penalties<br />

arising out of any infringements.<br />

On acceptance of this order, the Vendor will be deemed to have entirely<br />

indemnified the Owner and Procurement Coordinators/Managers from any legal<br />

action or claims regarding compensation <strong>for</strong> breach of any patent rights.<br />

29. PERFORMANCE GUARANTEE<br />

The Vendor shall guarantee that any and all materials used in execution of the<br />

Purchase Order shall be in strict compliance with characteristics, requirements and<br />

specifications agreed upon and that the same shall be free from any defects.<br />

Checking of Vendor's drawings by Procurement Coordinators/Managers and their<br />

approval and permission to ship or dispatch the equipment and materials, granted<br />

by inspectors shall not relieve the Vendor of any part of his/its responsibilities<br />

of proper fulfillment of the requirements. The Vendor will guarantee that all<br />

materials and equipment shall be repaired or replaced as the case may be at his<br />

own expense in case tile same have been found to be defective in respect of<br />

materials, workmanship or smooth and rated operation within a period of 12<br />

months after the same have been put in service or 24 months from the date of<br />

shipment whichever is earlier.<br />

The guarantee period <strong>for</strong> the replacement part shall be twelve months starting from<br />

the date on which the replacements are put in service. Acceptance by the Owner or<br />

Inspectors of any equipment and materials or their replacement will not relieve the<br />

Vendor of his/its responsibility concerning tile above guarantees. The Vendor shall<br />

furnish a bank guarantee to support Vendor's per<strong>for</strong>mance. Please refer clause no.<br />

6.0 of SCP <strong>for</strong> details of Bank Guarantee.<br />

MH2145-C000-PP-RFQ-0026 Page 56 of 131


3 0 . N O N W A I V E R<br />

Failure of the Owner/Procurement Coordinators/consultants to insist upon any of the<br />

terms or conditions incorporated in the Purchase Order or failure or delay to exercise<br />

any right or remedies or by law or failure to properly notify Vendor in the event of<br />

breach, or the acceptance of, or payment of any goods hereunder or approval of<br />

design shall not release tile Vendor and shall not be deemed a waiver of any<br />

right of the owner or procurement Coordinators / Managers to insist upon the<br />

strict per<strong>for</strong>mance thereof or of any of his or their rights or remedies as to any<br />

such goods regardless of when goods are shipped, received or accepted nor shall<br />

any purported oral modification or revision of the order by Procurement Coordinators /<br />

Managers act as waiver of tile terms hereof.<br />

3 1 . NON ASSIGNMENT<br />

The Purchase Order shall not be assigned to any other agency by the Vendor<br />

without obtaining prior written consent of Owner. Any assignment of this<br />

Purchase Order or of any of the rights hereunder in any manner or under any<br />

certificates by operation of the law or otherwise shall be void without prior written<br />

consent at the Purchaser.<br />

3 2 . PART ORDER / REPEAT ORDER<br />

32.1 PART ORDER<br />

Vendor hereby agrees to accept part orders at Owner's option without any<br />

limitation whatsoever; however individual quantity will not be split unless<br />

otherwise specified. All lump sum charges quoted by the vendor will be<br />

calculated on pro rata basis in case of part order.<br />

32.2 REPEAT ORDER<br />

A repeat order can be placed within 1 (one) year of the issuance of the original Order<br />

upto 100% of the original quantity (item wise) subject to value limit of individual<br />

items not more than 1(one) crore at the sole discretion of Owner / Consultant.<br />

3 3 . VENDOR'S DRAWINGS AND DATA REQUIREMENT<br />

The Vendor shall submit drawings, data and documentation in accordance with but<br />

not limited to what is specified in the requisition and / or in Vendor drawings and data<br />

<strong>for</strong>m attached to the Purchase Order as called <strong>for</strong> in clause 8, viz, 'Expediting'<br />

above. The types, quantities and time limits of submitting this must be respected in<br />

its entirety failing which the Purchase Order shall not be deemed to have been<br />

executed <strong>for</strong> all purposes including settlement of payment since the said submission is<br />

an integral part of Purchase Order execution. For all purposes the Owner reserve the<br />

right to withhold and / or deduct from any payments due to the seller.<br />

3 4 . TECHNICAL INFORMATION<br />

Drawings, specifications & details shall be the property of the Owner and shall be<br />

MH2145-C000-PP-RFQ-0026 Page 57 of 131


eturned by the Vendor on demand. The Vendor shall not make use of drawing and<br />

specifications <strong>for</strong> any purpose at any time save and except <strong>for</strong> the purpose of the<br />

Owner.<br />

The Vendor shall not disclose the technical in<strong>for</strong>mation furnished to or gained by the<br />

Vendor under or by virtue or as a result of the implementation of this Purchase<br />

Order to any person, firm or body or corporate authority and shall make all<br />

endeavors to ensure that the technical in<strong>for</strong>mation is kept<br />

CONFIDENTIAL.<br />

The technical in<strong>for</strong>mation imparted and supplied to the Vendor by the Owner shall<br />

at all times remain the absolute Property of the Owner.<br />

3 5 . SERVICES OF VENDOR'S PERSONNEL (IF APPLICABLE)<br />

Upon two weeks advance notice, the Vendor shall depute the necessary<br />

personnel to site <strong>for</strong> supervision of erection and start up of the equipment and train<br />

few of the Owner's personnel <strong>for</strong> the operation and maintenance of the equipment if<br />

required, by the Owner. The terms and conditions <strong>for</strong> the services of the Vendor shall<br />

be mutually settled.<br />

3 6 . VENDOR'S LIABILITY<br />

The Vendor's workmen or employees shall under no circumstances be deemed<br />

to be in Owner's employment and the Vendor shall hold himself responsible fo any<br />

claim or claims which they or their heirs, dependents, personal<br />

representatives may have or make <strong>for</strong> damages or compensation <strong>for</strong> anything done<br />

or committed to be done in the course of carrying out the work covered by this<br />

Purchase Order whether arising on Owner premises or elsewhere and agrees to<br />

indemnify the Owner against any such claim or claims if made against the Owner<br />

and all cost ( between attorney and client) of proceedings, suits or action which the<br />

Owner may incur / sustain in respect of the same. The Vendor shall also procure and<br />

keep in <strong>for</strong>ce at his own cost comprehensive Automobile Liability insurance <strong>for</strong><br />

adequate coverage in respect of all his vehicles visiting or plying in project premises.<br />

The Vendor shall also be responsible <strong>for</strong> compliance of existing laws in respect of<br />

their workman and employees.<br />

37. OWNER'S MATERIAL<br />

(a) Owner's material shall be delivered to the Vendor against submission of<br />

Bank Guarantee <strong>for</strong> indemnifying the full value there of strictly in the<br />

manner and as per pro<strong>for</strong>ma of bank Guarantee approved by the Owner.<br />

(b) Wherever possible the material shall be consigned to Vendor's siding. In<br />

the event the Vendor does not have any siding, materials shall be<br />

consigned to the Public siding/goods depot to be specifically confirmed by<br />

Vendor Loading / Unloading and any handling from the siding/destination<br />

shall be arranged by the Vendor at his responsibility and cost<br />

(c) The Vendor shall give a firm and binding list of Owner issue materials and<br />

MH2145-C000-PP-RFQ-0026 Page 58 of 131


38. HEADINGS<br />

the desired schedule of its delivery to Shop floor strictly in accordance<br />

with the sequence of fabrication vis-a-vis the contract delivery period.<br />

(d) Unused material or scrap from material supplied by the Owner to the<br />

Vendor shall be returned by the Vendor to the Owner.<br />

The headings of the conditions hereof shall not affect construction thereof:<br />

39. ARBITRATION<br />

39 a) INDIAN BIDDER<br />

1) All disputes and differences of whatsoever nature, whether existing or<br />

which shall at any time arise between the parties hereto touching or concerning the<br />

agreement, meaning, operation or effect thereof or to the rights and liabilities of the<br />

parties or arising out of or in relation thereto whether during or after completion of the<br />

contract or whether be<strong>for</strong>e after determination, <strong>for</strong>eclosure, termination or breach of the<br />

agreement (other than those in respect of which the decision of any person is, by the<br />

contract, expressed to be final and binding) shall, after written notice by either party to<br />

the agreement to the other of them and to the Appointing Authority hereinafter mentioned,<br />

be referred <strong>for</strong> adjudication to the Sole Arbitrator to be appointed as hereinafter provided.<br />

2) The appointing authority shall either himself act as the Sole Arbitrator or nominate some<br />

officer/retired officer of Hindustan Petroleum Corporation Limited (referred to as owner or<br />

HPCL) or a retired officer of any other Government Company in the Oil Sector of the<br />

rank of Ch. Manager & above or any retired officer of the Central Government not below<br />

the rank of a Director, to act as the Sole Arbitrator to adjudicate the disputes and<br />

differences between the parties. The contractor/vendor shall not be entitled to raise<br />

any objection to the appointment of such person as the Sole Arbitrator on the ground that<br />

the said person is/was an officer and/or shareholder of the owner, another Govt.<br />

Company or the Central Government or that he/she has to deal or had dealt with the<br />

matter to which the contract relates or that in the course of his/her duties, he/she has/had<br />

expressed views on all or any of the matters in dispute or difference.<br />

3) In the event of the Arbitrator to whom the matter is referred to, does not accept the<br />

appointment, or is unable or unwilling to act or resigns or vacates his office <strong>for</strong> any<br />

reasons whatsoever, the Appointing Authority a<strong>for</strong>esaid, shall nominate another person as<br />

a<strong>for</strong>esaid, to act as the Sole Arbitrator.<br />

4) Such another person nominated as the Sole Arbitrator shall be entitled to proceed with the<br />

arbitration from the stage at which it was left by his predecessor. It is expressly agreed<br />

between the parties that no person other than the Appointing Authority or a person<br />

nominated by the Appointing Authority as a<strong>for</strong>esaid, shall act as an Arbitrator. The<br />

failure on the part of the Appointing Authority to make an appointment on time shall only<br />

give rise to a right to a Contractor to get such an appointment made and not to have any<br />

other person appointed as the Sole Arbitrator.<br />

5) The Award of the Sole Arbitrator shall be final and binding on the parties to the<br />

Agreement.<br />

MH2145-C000-PP-RFQ-0026 Page 59 of 131


6) The work under the Contract shall, however, continue during the Arbitration<br />

proceedings and no payment due or payable to the concerned party shall be withheld<br />

(except to the extent disputed) on account of initiation, commencement or pendency of<br />

such proceedings.<br />

7) The Arbitrator may give a composite or separate Award(s) in respect of each dispute or<br />

difference referred to him and may also make interim award(s) if necessary.<br />

8) The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by<br />

the parties unless the Sole Arbitrator otherwise directs in his award with reasons. The<br />

lumpsum fees of the Arbitrator shall be Rs. 40,000/-per case <strong>for</strong> transportation<br />

contracts and Rs. 60,000/<strong>for</strong> engineering contracts and if the sole Arbitrator completes<br />

the arbitration including his award within 5 months of accepting his appointment, he<br />

shall be paid Rs. 10,000/-additionally as bonus. Reasonable actual expenses <strong>for</strong><br />

stenographer, etc. will be reimbursed. Fees shall be paid stagewise i.e. 25% on<br />

acceptance, 25% on completion of pleadings/documentation, 25% on<br />

completion of arguments and balance on receipt of award by the parties.<br />

9) Subject to the a<strong>for</strong>esaid, the provisions of the “Arbitration and Conciliation Act, 1996”<br />

orany statutory modification or re-enactment thereof and the rules made thereunder,<br />

shall apply to the Arbitration proceedings under this Clause.<br />

10) The Contract shall be governed by and constructed according to the laws in <strong>for</strong>ce in<br />

India. The parties hereby submit to the exclusive jurisdiction of the Courts situated at<br />

Mumbai <strong>for</strong> all purposes. The Arbitration shall be held at Mumbai and conducted in<br />

English language.<br />

11) The Appointing Authority is the Functional Director of Hindustan Petroleum<br />

Corporation Limited.<br />

39 (b) 1. Foreign <strong>Bid</strong>der<br />

Disputes or difference arising out of or in relation to this agreement shall be<br />

settled by Arbitration in India. The arbitration shall be by a Sole Arbitrator<br />

appointed by HPCL.<br />

The Sole Arbitrator will adjudicate the disputes and differences between the<br />

parties except those in respect of which the decision of any person is by the<br />

agreement expressed to be final and binding.<br />

2. In the event of the Sole Arbitrator to whom the matter is originally referred to, is unable<br />

to act or he/she vacates the office, HPCL, shall nominate another Sole Arbitrator to<br />

settle the said disputes and differences.<br />

3. The second Sole Arbitrator shall be entitled to proceed with the arbitration from the<br />

stage at which it was left by his/her predecessor.<br />

4. The award of the arbitrator shall be final, conclusive and binding on all the parties to<br />

the agreement subject to the provisions of the # Arbitration & Conciliation Act, 1996,<br />

as in <strong>for</strong>ce in India and the rules made thereunder and <strong>for</strong> the time being in <strong>for</strong>ce. This<br />

agreement shall be covered by the laws of India.<br />

MH2145-C000-PP-RFQ-0026 Page 60 of 131


5. The award shall be made in writing and shall be published by the Sole Arbitrator within<br />

six months after entering upon reference or within such further time mutually<br />

extended by the parties. The Sole Arbitrator shall have power to order and direct the<br />

parties to abide by, observe and per<strong>for</strong>m such directions as the Sole Arbitrator may<br />

think fit and proper to issue having regard to the fact that the arbitration proceedings<br />

have to be completed within the specified period solely on the principles of Natural<br />

Justice.<br />

6. The Sole Arbitrator shall be at liberty to appoint, if so necessary, any Accountant or<br />

Engineer or other person to assist him/her and act by the opinion so taken.<br />

The Sole Arbitrator shall have powers to make one or more awards whether<br />

interim or otherwise in respect of the disputes and differences, and in<br />

particular, shall make separate awards in respect of each claim or cross claim of<br />

the parties.<br />

8. The Sole Arbitrator shall be entitled to direct any of the parties to pay the cost of<br />

arbitration in such a manner and to such an extent as the Sole Arbitrator may in his<br />

discretion determine and shall also be entitled to require one or both the parties to<br />

deposit funds in such proportions to meet the arbitration expenses. The parties to<br />

arbitration, whenever called upon to do so, shall be bound to comply with such<br />

directions without any demur.<br />

9. Notwithstanding anything contained to any other law, the parties hereby agree that<br />

the courts in the city of Mumbai alone shall have jurisdiction in respect of all or<br />

anything arising under this agreement and any award(s) made by the Sole Arbitrator<br />

hereunder shall be filed in the court in the city of Mumbai only.<br />

40. JURISDICTION<br />

The Vendor hereby agrees that the Courts, situated in Mumbai alone shall have the<br />

jurisdiction to hear and determine all actions and proceedings arising out of this<br />

contract.<br />

41. IMPORT LICENCE:<br />

Relevant particulars of the Import license / Import policy shall be duly indicated In the<br />

shipping documents and Invoice.<br />

42. DELAYS AND NON-CONFORMANCE:<br />

In case of Delivery schedule not being adhered to in progressing the<br />

manufacture of supply the Purchaser has the right to:<br />

(i) Cancel the order wholly or in part-without any liability to Cancellation charges<br />

and procure the goods elsewhere, In which case Vendor shall make good the<br />

difference between the cost of goods procured elsewhere and price set <strong>for</strong>th in<br />

the order with the Vendor.<br />

(ii) Hire <strong>for</strong> the period of delay goods meeting the specifications from elsewhere at<br />

Vendor's cost.<br />

MH2145-C000-PP-RFQ-0026 Page 61 of 131


In the event of rejection of non-con<strong>for</strong>ming goods, the Vendor shall be allowed to<br />

correct the non-con<strong>for</strong>mities without extension in delivery period. If vendor fails to<br />

do so within the stipulated time, the Purchaser shall have the right to recover<br />

actual expenses incurred by Purchaser in installing and removing the noncon<strong>for</strong>ming<br />

goods. This shall not prejudice the right of the Purchaser <strong>for</strong> invoking<br />

the provisions of price reduction <strong>for</strong> delayed deliveries as a<strong>for</strong>esaid.<br />

43. SUBSTITUTION AND WRONG SUPPLIES<br />

Unauthorised substitution or materials delivered in error or of wrong description<br />

or quality or supplied in excess quantity or rejected goods shall be returned to the<br />

Vendor at the Vendors cost and risk.<br />

44. EFFECT AND VALIDITY OF OFFER:<br />

The submission of any bid with connected documents and specification<br />

contained under’s request <strong>for</strong> quotation shall constitute a bid and the vendor shall<br />

have no cause <strong>for</strong> action or claim against the consultant / purchaser <strong>for</strong> rejection<br />

of his <strong>Bid</strong>. The consultant / purchaser shall always be at liberty to accept or reject<br />

any or all bids at their sole discretion and any such action will not be called into<br />

question and the vendor shall have no claim in this regard against consultant /<br />

purchaser<br />

MH2145-C000-PP-RFQ-0026 Page 62 of 131


CHAPTER: 4<br />

SPECIAL CONDITIONS OF PURCHASE<br />

MH2145-C000-PP-RFQ-0026 Page 63 of 131


INDEX<br />

1.0 BRIEF SCOPE OF WORK<br />

2.0 VOID<br />

3.0 BID PRICES<br />

4.0 DELIVERY PERIOD<br />

5.0 VOID<br />

6.0 CONTRACT PERFORMANCE BANK GUARANTEE<br />

7.0 PRICE REDUCTION FOR DELAY IN DELIVERY<br />

8.0 INSURANCE<br />

9.0 PAYMENT TERMS<br />

10.0 RECOVERY OF FAILURE OF ITEMS<br />

11.0 OVERALL LIABILITY<br />

12.0 LIABILITY CLAUSE<br />

13.0 GOVT. ACTS/ REGULATIONS<br />

14.0 INDEMNIFY OWNER<br />

15.0 ARBITRATION<br />

16.0 INSPECTION<br />

17.0 SELLER’S STANDARD CONDITIONS<br />

18.0 PATENTS, INFRINGEMENT & INDEMNITY<br />

19.0 SUBSTITUTION, WRONG SUPPLIES AND SHORT SUPPLIES<br />

20.0 BANK CHARGES/ STAMP DUTIES/ TAXES<br />

21.0 HIGH SEA SALES<br />

22.0 TERMS AND CONDITIONS FOR SUPERVISION OF ERECTION,<br />

TESTING AND COMMISSIONING<br />

23.0 DETAILS TO BE SUBMITTED BY FOREIGN BIDDER<br />

MH2145-C000-PP-RFQ-0026 Page 64 of 131


The following articles shall supplement the Instructions to <strong>Bid</strong>ders and General Purchase<br />

Conditions. In case of any conflict between Instructions to <strong>Bid</strong>ders and General Purchase<br />

Conditions and Special Conditions of Purchase, the latter shall prevail to the extent applicable.<br />

1.0 BRIEF SCOPE OF WORK<br />

2.0 VOID<br />

<strong>Bid</strong>der’s scope of supplies shall be in strict compliance with the enclosed<br />

Technical specifications.<br />

3. 0 BID PRICES<br />

3.1 Prices shall be furnished strictly in the appropriate price Schedule <strong>for</strong>mat<br />

enclosed with the bid document (Chapter-5).<br />

3.2 Quoted prices <strong>for</strong> supply/ services shall remain firm and fixed till complete<br />

execution of order irrespective of any change in cost of raw material,<br />

labour, statutory or otherwise and or variation in quantities as per clause 3.7<br />

of SCP.<br />

3.3 Quoted prices shall be inclusive of all testing and inspection requirements<br />

(including stage wise and final inspection by Owner/ Owner’s Consultant <strong>for</strong> which<br />

no extra charges shall be paid) as specified in the bid document. However, Personal and<br />

incidental expenses of Owner’s / Owner’s Consultant’s inspectors are not in<br />

vendor’s scope. Transit Insurance shall be arranged as per clause no.16 of GPC,<br />

Chapter-3.<br />

3.4 <strong>Bid</strong>der’s quoted prices shall be deemed to include entire scope of work and all<br />

obligations and responsibilities to be carried out/ executed by the <strong>Bid</strong>der as per<br />

terms of bid document.<br />

3.5 The supplier / contractor agrees to and does hereby accept full and exclusive<br />

liability <strong>for</strong> the payment of Anti Dumping Duty now or hereafter imposed,<br />

increased, modified. Tax deductions will be made as per the rules and<br />

regulations in <strong>for</strong>ce in accordance with acts prevailing from time to time.<br />

3.6 Quoted prices must be net of discount, if any.<br />

3. 7 Quantity Variation<br />

Owner reserves the right, at the time of award of contract, to increase or<br />

decrease the quantity of goods <strong>for</strong> all items as specified in the bid document up to<br />

+/-25% without any change in the unit prices (as well as lump sum prices, if any)<br />

and other terms and conditions. <strong>Bid</strong>der’s quoted prices shall be valid <strong>for</strong> such<br />

quantity variation.<br />

3.8 Income Tax / Corporate Tax:<br />

3.8.1 As regards Income Tax, Surcharge on Income Tax or any other Corporate Tax<br />

payable by the <strong>Bid</strong>der <strong>for</strong> reason of the contract awarded, and / or on their<br />

MH2145-C000-PP-RFQ-0026 Page 65 of 131


expatriate personal, the Owner shall not bear any Tax liability whatsoever,<br />

irrespective of the mode of construction of contract / order. The <strong>Bid</strong>der shall be liable<br />

and responsible <strong>for</strong> payment of such tax, if attracted under the provision of Indian<br />

Income Tax Act.<br />

3.8.2 <strong>Bid</strong>der may note that if any tax is deductible at source as per Indian Income Tax<br />

Law, the same will be so deducted be<strong>for</strong>e releasing any payment to the <strong>Bid</strong>der and<br />

a TDS (Tax deducted at source) certificate will be furnished to the <strong>Bid</strong>der.<br />

Accordingly, <strong>Bid</strong>der shall have the responsibility to check and include such<br />

provision of taxes in the prices.<br />

3.8.3 In case of delay in delivery due to reasons attributable to bidder, any new or<br />

additional taxes or duties levied by statutory authorities during this period shall be<br />

borne by the <strong>Bid</strong>der.<br />

3.9 Taxes & Duties<br />

3.9.1 Indian <strong>Bid</strong>der<br />

3.9.1.1 <strong>Bid</strong>der shall to correctly ascertain all applicable taxes & duties (including Octroi /<br />

entry tax, if applicable) and quote rates accordingly. The bidder shall be<br />

exclusively responsible <strong>for</strong> taxes & duties quoted in the offer and evaluation (on the<br />

basis as defined at point no. 1.0 of RFQ)) as well as payment shall be made against<br />

the quoted taxes & duties (including Octroi & entry tax, if applicable) only as per<br />

actual against documentary evidence.<br />

3.9.1.2 <strong>Bid</strong>der shall not be allowed to change taxes/duties after tender due<br />

date/extended due date without the written consent of Owner / Consultant.<br />

3.9.1.3 Variations of taxes and duties quoted in the bid and arising out of the<br />

amendments to the Central / State enactments and introduction of new tax on<br />

finished goods, in respect of sale of goods / services covered under this bid shall be<br />

to HPCL’s account, so long as :They relate to the period after the opening of the unprice<br />

bid, but be<strong>for</strong>e the contracted completion period ( excluding permitted<br />

extensions due to delay on account of the contractors, if any) or the actual<br />

completion period, whichever is earlier; and> The vendor furnishes<br />

documentary evidence of incurrence of such variations.> The variation as<br />

above shall be paid <strong>for</strong> any new statutory tax/levy<br />

introduced <strong>for</strong> the first time as per the above referred period. However, any<br />

increase in the rate of these taxes and duties beyond the contractual delivery<br />

period shall be to Seller’s account.<br />

3.9.1.4 In case of delay in delivery/Delay in completion due to reasons attributable to<br />

MH2145-C000-PP-RFQ-0026 Page 66 of 131


idder, any new or additional taxes or duties levied by statutory authorities during this<br />

period shall be borne by the <strong>Bid</strong>der.<br />

3.9.1.5 Any decrease in the rate of these taxes and duties shall be passed on to the<br />

Purchaser even after contractual delivery period.<br />

3.9.1.6 Irrespective of taxes/duties quoted by bidder in the tender, bidder shall be fully<br />

responsible <strong>for</strong> the payment of any and all taxes, duties, octroi, rates, cess, levies<br />

and statutory payments payable under all or any of the statutes etc.<br />

3.9.1.7 <strong>Bid</strong>der would be required to submit tax invoice (with service tax / VAT<br />

registration number) at the time of payment (in case job is awarded to the<br />

bidder).<br />

3.9.1.8 However if any new taxes etc. is in substitute of existing taxes, same will<br />

be considered on merit of each case.<br />

3.9.1.9 No set off (including set off on account of taxes/duties) shall be considered in<br />

evaluation <strong>for</strong> deciding L1 bidder.<br />

3.9.1.10 BIDDERS TO QUOTE CONSIDERING CST/VAT/SALESTAX APPLICABLE AT<br />

FULL RATES SINCE FOR THIS TENDER HINDUSTAN PETROLEUM<br />

CORPORATION LIMITED SHALL NOT ISSUE “C” FORM.<br />

3.9.1 .11 Until & unless specified explicitly in tender, Road Permit shall not be issued by<br />

HPCL<br />

.<br />

3.9.2 Foreign <strong>Bid</strong>der<br />

Foreign <strong>Bid</strong>ders prices shall include all taxes, duties, levies and any other<br />

charges including export licensing, if any, upto the FOB international Port of<br />

Shipment.<br />

3.10 Indian (domestic) <strong>Bid</strong>der<br />

3.10.1 Indian bidder shall quote their prices in Indian Rupees only.<br />

3.10.2 Domestic <strong>Bid</strong>ders shall quote prices on FOT Dispatch Point basis including<br />

Packing & <strong>for</strong>warding. Firm Freight charges shall be quoted from bidder’s<br />

dispatch point upto destinations.<br />

3.10.3 The Contract Price shall include the following duties i.e. Custom Duties, CVD,<br />

additional CVD <strong>for</strong> all materials and consumables envisaged to be imported <strong>for</strong><br />

incorporation in the permanent works. It shall be clearly understood by the<br />

Contractor that custom duty shall neither be paid nor reimbursed by<br />

Employer/Consultant. Contractor shall be fully responsible <strong>for</strong> port clearance<br />

including stevedoring, handling, unloading, loading, storage, inland<br />

transportation and receipt of materials at site etc. and cost thereof shall be<br />

included in the contract price. The contractor shall also be fully responsible <strong>for</strong><br />

any delays, penalties, demurrages, shortages and other charges and losses, if any,<br />

in this regard.<br />

MH2145-C000-PP-RFQ-0026 Page 67 of 131


3.10.4 In case bid is based on certain imported raw materials/components required <strong>for</strong><br />

manufacture of offered goods, such <strong>Bid</strong>der shall furnish his prices based on the<br />

basis of Merit Rate of custom duty and same shall be included in the quoted price.<br />

3.10.5 <strong>Bid</strong>der shall furnish the quantum of imports involved <strong>for</strong> imports of necessary raw<br />

materials and components giving CIF value on unit basis of imports considered and<br />

included in quoted FOT dispatch point prices.<br />

3.10.6 In case of bidder’s proposal on the basis of Merit Rate of Customs Duty <strong>for</strong> their<br />

built-in import content, bidder shall ascertain the applicable merit rate(s) of<br />

Customs duty, and shall be solely responsible towards applicability and<br />

correctness of such rates.<br />

3.10.7 The bidder is required to check the applicability of Customs duty, CVD,<br />

Education Cess etc. at the present rates at the time of bid. <strong>Bid</strong>der shall be solely<br />

responsible <strong>for</strong> obtaining such benefits, under the above said notification, which were<br />

considered in their bid and in case of failure to receive such benefits; the Owner will<br />

not compensate the bidder. Further compliance of necessary statutory stipulations<br />

including obtaining requisite license and liasioning with statutory authorities <strong>for</strong><br />

completing all <strong>for</strong>malities in this regard shall be solely the bidder’s responsibility. Owner<br />

shall not be responsible <strong>for</strong> any non-compliance and/or lack of in<strong>for</strong>mation on the<br />

part of bidder in this respect. Also, Indian <strong>Bid</strong>der shall produce documents to the<br />

satisfaction of Customs Authorities/ Owner/ Owner’s consultant that the materials<br />

imported have been exclusively and fully utilized <strong>for</strong> the execution of the supplies<br />

covered in the purchase order only.<br />

3.10.8 Any <strong>for</strong>eign exchange rate variation on the actual CIF value of import content but<br />

subject to the maximum of such variation payable on quoted CIF value, as<br />

applicable on the date of bill of lading (TT Selling rate) of import content, shall be to<br />

Owner’s account. However, any increase in CIF value of import content on account<br />

of such exchange rate variation beyond the contractual delivery period, shall be to<br />

<strong>Bid</strong>der’s account and any decrease shall be passed on to Owner.<br />

3.10.9 In the event raw materials/component’s procurement is delayed beyond the<br />

contractual delivery Schedule, <strong>for</strong>eign exchange rate and customs duty rate<br />

prevailing on the last date of such contractual delivery Schedule, or actuals,<br />

whichever is lower shall be taken as the base <strong>for</strong> payment of variation on these<br />

accounts.<br />

3.10.10 <strong>Bid</strong>der shall consider the exchange rate (TT selling rate) of the date, as on one<br />

week prior to bid due date/ extended due date (as per SBI, Mumbai) <strong>for</strong><br />

conversion of built-in CIF import content in their quoted FOT dispatch point prices.<br />

3.10.11 Foreign Exchange rate variation and Customs duty variation on CIF content as<br />

referred above shall be payable on documentary evidence like Bill of Entry, Bank<br />

advice etc. or any other document as sought by HPCL shall be submitted by the<br />

bidder along with each invoice <strong>for</strong> such adjustment.<br />

3.10.12 Any statutory variation in the rate of customs duty on the date of actual<br />

imports(including any consequential variation in customs duty on account of<br />

<strong>for</strong>eign exchange rate variation) on the actual CIF value of import content, but<br />

subject to maximum of such duty payable on quoted CIF value, shall be to<br />

MH2145-C000-PP-RFQ-0026 Page 68 of 131


Owner’s account. However, any increase in the rate of customs duty beyond the<br />

contractual delivery period shall be to <strong>Bid</strong>der’s account and any decrease shall be<br />

passed on to Owner.<br />

No variation in CVD shall be payable by Owner.<br />

3.10.13 It is the responsibility of <strong>Bid</strong>der to take into consideration the applicable rates <strong>for</strong><br />

Customs duty, CVD, Education Cess etc. and indicate rates considered along with<br />

the customs classification.<br />

3.10.14 In case, there is no Import Content in the quoted prices, <strong>Bid</strong>ders to mention "NA"<br />

(Not Applicable) in the relevant columns of related <strong>for</strong>mat).<br />

3.11 Foreign <strong>Bid</strong>der<br />

3.11.1 Foreign <strong>Bid</strong>der shall quote their prices in US Dollars OR in the Currency of<br />

Country of Origin.<br />

3.11.2 Ocean Transportation:<br />

3.11.2.1 In case of FOB Contracts, the shipping arrangements shall be made through the<br />

nominated agents of Ministry of Surface Transport (Govt. of India) in accordance with<br />

clause 14.a of enclosed “General Purchase Conditions”.<br />

3.11.2.2 However, in case of CFR Contracts, no such restriction <strong>for</strong> shipment shall apply<br />

and arrangements <strong>for</strong> shipment can be made through any reputed shipping<br />

company by first class direct vessels approved by Lloyds or any other such<br />

Agency applicable in the country of shipment.<br />

3.11.2.3 Foreign <strong>Bid</strong>ders shall quote their CFR prices <strong>for</strong> Ocean transportation to Indian<br />

Ports of Entry- Mumbai Port / Navasheva (JNPT-Jawaharlal Nehru Port Trust) Port.<br />

3.11.2.4 Owner reserves the right to place the order on FOB or on CFR basis. Owner may<br />

initially place order on FOB basis and the order may be converted to CFR basis within<br />

three months from the date of Fax of Intent. Accordingly, <strong>Bid</strong>ders quoted CFR prices<br />

shall remain valid upto 3 months from the date of Fax of Intent.<br />

3.11.2.5 All shipments shall be under deck only.<br />

3.11.2.6 <strong>Bid</strong>der to note that “Special Packaging Requirements” shall be complied in<br />

accordance with clause no. 13.a of GPC.<br />

4.0 DELIVERY PERIOD<br />

4.1 The Delivery schedule <strong>for</strong> each item shall be as stipulated in Chapter-6 of bid<br />

document.<br />

4.2 In case <strong>Bid</strong>der gets order <strong>for</strong> more than one item, the delivery schedule, as per<br />

Chapter-6 shall be adhered to <strong>for</strong> individual items respectively.<br />

4.3 It may be noted that bids offering delivery beyond the delivery schedule as<br />

MH2145-C000-PP-RFQ-0026 Page 69 of 131


specified in Chapter-6 will be treated as non-responsive and rejected.<br />

4.4 The delivery period shall be reckoned from the date of Letter of Intent / Fax of<br />

Intent. The Delivery Date shall be reckoned as under:<br />

Order Basis Delivery Date<br />

a. Indian <strong>Bid</strong>der FOT site / Door Delivery Date of handing over and receipt of<br />

material by Owner.<br />

b. Foreign <strong>Bid</strong>der FOB port of exit / CFR Date of clean bill of lading<br />

4.5 After award of order, vendor may improve the deliveries when compared to that<br />

stipulated under Chapter-6 of bid document.<br />

5.0 VOID<br />

6.0 CONTRACT PERFORMANCE BANK GUARANTEE [CPBG / PBG]<br />

6.1 Further to Terms specified in clause 29 of General Purchase Conditions , as a<br />

Per<strong>for</strong>mance security, the successful <strong>Bid</strong>der, to whom the work is awarded, shall be<br />

required to furnish within 15 days of notification of award of contract (Letter of Intent /<br />

Fax of Intent) a Per<strong>for</strong>mance Bank Guarantee as per pro<strong>for</strong>ma attached herewith in<br />

favor of the Owner.<br />

6.2 The Bank Guarantee amount shall be equal to TEN PERCENT (10%) of the<br />

Total Order Value and it shall guarantee the faithful per<strong>for</strong>mance of the Order in<br />

accordance with the Terms and conditions specified in the documents and<br />

specifications. In case of <strong>for</strong>eign bidder an additional BG equivalent to 5% of order<br />

value need to be submitted as mentioned at cl. No. 9.2.3 of Special Conditions of<br />

Purchase.<br />

6.3 Indian <strong>Bid</strong>der - The CPBG shall be in the <strong>for</strong>m of an irrevocable Bank<br />

Guarantee (in the <strong>for</strong>mat at Annexure-5 of Chapter-8 ) issued by any Scheduled Bank<br />

other than Co-operative Bank. Bank Guarantee shall be in favour of ‘M/s Hindustan<br />

Petroleum Corporation Limited.<br />

Foreign <strong>Bid</strong>ders- The CPBG shall be in the <strong>for</strong>m of an irrevocable Bank Guarantee (in the<br />

<strong>for</strong>mat at Annexure-5 of Chapter-8) issued by any reputed international bank with bank<br />

guarantee to be confirmed by a scheduled bank other than co-operative bank<br />

located in India. Bank Guarantee shall be in favour of ‘M/s Hindustan Petroleum Corporation<br />

Limited.<br />

6.4 The Bank Guarantee shall be valid <strong>for</strong> the entire period of the Contract, namely,<br />

till the end of the guarantee / warranty period plus 03 (three) months. The<br />

guarantee amount shall be payable without demur and demand to the Owner in the<br />

currency of the Contract.<br />

6.5 The Total Order Value <strong>for</strong> CPBG purpose shall be as under:<br />

MH2145-C000-PP-RFQ-0026 Page 70 of 131


Indian <strong>Bid</strong>ders:<br />

FOT dispatch value including Loading on to Trailers/ Trucks but excluding Excise Duty,<br />

Sales Tax, transportation charges etc.,<br />

Foreign <strong>Bid</strong>ders:<br />

In case Order is placed on FOB/ CFR basis, the FOB value<br />

6.6 In case, the Contract Per<strong>for</strong>mance Bank Guarantee stated above gets reduced/<br />

deducted <strong>for</strong> reasons of non fulfillment of any Contractual obligations upto the<br />

completion of guarantee period, the <strong>Bid</strong>der shall immediately take action to<br />

increase the value of Bank Guarantee to TEN PERCENT (10%) of the Contract<br />

price, to cover his guarantee/ warranty obligations.<br />

6.7 The Per<strong>for</strong>mance Guarantee will be returned to the <strong>Bid</strong>der without any interest at<br />

the end of the warranty / guarantee period subject to fulfillment of all contractual<br />

obligations by the <strong>Bid</strong>der.<br />

6.8 The PBG shall be held interest free and no bank charges shall be payable by<br />

Owner / Consultant towards the PBG submitted by the bidders.<br />

7.0 PRICE REDUCTION FOR DELAY IN DELIVERY<br />

7.1 The clause no. 18 of General Purchase Conditions shall be read as stated<br />

below:<br />

The time and date of delivery of stores / materials / equipment as stipulated in the<br />

order shall be deemed to be the essence of contract. In case of delay in execution<br />

of the order beyond the' date of delivery as stipulated in the order or any extension<br />

sanctioned, the Owner may at his option either:<br />

i) Accept delayed delivery at prices reduced by a sum equivalent to ONE<br />

HALF OF ONE percent (1/2%) of the value of any goods not delivered<br />

<strong>for</strong> every week of delay or part thereof, limited to a maximum of 5% OF<br />

TOTAL ORDER VALUE (as defined below), or<br />

ii) Cancel the order in part or full and purchase such cancelled quantities<br />

from elsewhere on account and at the risk of Vendor, without prejudice to its<br />

rights under (i) above in respect of goods delivered. All costs and expenses<br />

incurred by HPCL, if any, resulting from cancellation of order shall be<br />

recovered from seller.<br />

Further, incase, of delay in delivery, the bidder shall calculate the applicable<br />

price reduction <strong>for</strong> delayed delivery and raise their invoices net of the same.<br />

7.2 The Total Order Value <strong>for</strong> PRS purpose shall be as under:<br />

MH2145-C000-PP-RFQ-0026 Page 71 of 131


Indian <strong>Bid</strong>ders:<br />

FOT dispatch value including Loading on to Trailers/ Trucks but excluding Excise Duty, Sales<br />

Tax, transportation charges etc.,<br />

Foreign <strong>Bid</strong>ders:<br />

In case Order is placed on FOB/ CFR basis, the FOB value.<br />

7.3 In case seller fail’s to execute the order (if order placed on seller and<br />

delayed beyond 10 WEEKS AFTER SCHEDULED DELIVERY/COMPLETION PERIOD)<br />

as per tender terms & conditions, Owner / Consultant reserves the right to get the job<br />

done / material supplied through separate agency at seller’s risk & cost.<br />

7.4 Delivery dates will however, be extended without being subject to clause “Price<br />

Reduction Schedule <strong>for</strong> Delay in Delivery”, in the event of cause due to <strong>for</strong>ce majeure in<br />

accordance with clause no. 19.0 of GPC within the Contractual delivery periods.<br />

8.0 INSURANCE<br />

Transit Insurance shall be arranged as per clause no.16 of GPC, Chapter-3.<br />

9.0 PAYMENT TERMS<br />

<strong>Bid</strong>ders to note that Advance Payment is not permissible in the contract.<br />

9.1 INDIAN BIDDER<br />

9.1.1 90 % of supply after 15 days from the date of receipt of certified bills at HPCL’s<br />

Disbursement Section.<br />

All payments shall be released within 15 days of receipt of duly certified<br />

bill complete in all respects (as per tender by) HPCL disbursement<br />

section at Delhi except final bill which shall be paid within 30 days of<br />

receipt of certified at HPCL disbursement section, complete in all<br />

respects as per tender.<br />

9.1.2 Balance 10% of supply in 30 days after receipt of copy of PBG <strong>for</strong> 10% amount.<br />

9.1.3 Payment against invoice shall be made on receipt of equipment / materials at site<br />

against submission of following documents along with your Bill / Invoice:<br />

i) Delivery Challan / Lorry Receipt<br />

ii) Manufacturer's Test Certificate<br />

iii) Third Party inspection / Clearance report<br />

iv) Manufacture's Guarantee Certificate<br />

v) Copy of Per<strong>for</strong>mance Bank Guarantee <strong>for</strong> 10% Basic Order Value<br />

vi) Any other document specified in the Purchase Order.<br />

MH2145-C000-PP-RFQ-0026 Page 72 of 131


The financial settlement of Vendor's invoice is liable to be withheld in the event the<br />

Vendor has not complied with submission of drawing data and such<br />

documentation as called <strong>for</strong> in Purchase Order and ! or as required otherwise.<br />

9.1.4 Payment shall be made in accordance with the following provisions:<br />

The time <strong>for</strong> payment of invoices shall run only from the date of approval<br />

specified in the order or from the date of receipt of Vendor's correct invoices,<br />

whichever is later.<br />

Wherever possible, payment shall be tendered to the contractor in electronic mode<br />

(e-payment) through any of the designated banks. The contractor will comply by<br />

furnishing full particulars of Bank account (mandate) to which the payments will be<br />

routed. Owner reserves the right to make payment in any alternate mode also.<br />

IN CASE THE ORDER IS FINALISED ON YOU AND THE MANDATE FOR<br />

PROCESSING E-PAYMENT HAS NOT BEEN SUBMITTED BY YOU, THEN THE<br />

PAYMENT MAY NOT BE EFFECTED TILL THE SUBMISSION OF E- MANDATE<br />

BY YOU AND UPDATION OF NECESSARY AT OUR END. ANY CONSEQUENT<br />

DELAYS IN PAYMENT WILL BE TO YOUR ACCOUNT AND HPCL SHALL NOT<br />

BE RESPONSIBLE FOR THE SAME.<br />

IN CASE THE E-MANDATE HAS BEEN SUBMITTED EARLIER THE SAME IS NOT<br />

REQUIRED TO BE RE-SUBMITTED.<br />

9.2 FOREIGN BIDDER<br />

9.2.1a 95 % (Ninety Five Percent) of supply against shipping document shall be paid<br />

through an irrevocable letter of credit established in favour of the seller through a<br />

Bank in his country. <strong>Bid</strong>der shall also submit copy of CPBG (as original already<br />

submitted), while raising their invoice.<br />

9.2.1b Balance 5% of supply on receipt of final drawings/documents etc. as specified in<br />

Material Requisition and completion of supervision of per<strong>for</strong>mance testing and<br />

successful commissioning at site as specified in Material Requisition.<br />

9.2.2 Shipping document consist of Bill of lading, invoice, packing list, freight memo,<br />

country of origin certificate, test certificate, Purchaser / Consultant’s inspection<br />

release note, drawing catalogue etc. as specified in MR.<br />

9.2.3 Letter of Credit shall be opened after receipt of unconditional acknowledgement<br />

of order and the vendor shall furnish a bank guarantee in the enclosed pro<strong>for</strong>ma <strong>for</strong><br />

15% order value valid <strong>for</strong> the warranty period <strong>for</strong> covering 10% Per<strong>for</strong>mance Guarantee<br />

and 5% price reduction or Delayed Deliveries.<br />

9.3 SUPERVISION OF ERECTION, TESTING & COMMISSIONING (IF<br />

APPLICABLE):<br />

Payment shall be 100% against monthly bills to be submitted by Seller duly<br />

certified by Site In-charge within 30 days of receiving duly certified bills.<br />

MH2145-C000-PP-RFQ-0026 Page 73 of 131


9.4 Payment Office:-<br />

Finance Department - RKPL <strong>Project</strong>,<br />

Hindustan Petroleum Corporation Limited 8th<br />

Floor, Scope Minar,<br />

North Tower,<br />

Laxmi Nagar, Delhi-110092.<br />

9.5 INVOICING<br />

9. 6 Notes<br />

CENVATABLE Invoices and other documents such as TR/RR/GC note, delivery<br />

challan etc. shall be sent as hereunder:<br />

Original + Two (02) copies to Sr. Manager (Finance), <strong>Project</strong> Finance Dept. HPCL,<br />

8 th Floor Scope Minar, Laxmi Nagar, New Delhi-110092.<br />

Two (2) copies to Resident Construction Manager of the <strong>Project</strong><br />

One (1) copy to Procurement Dept. of the Consultant.<br />

One (1) copy to <strong>Project</strong> Manager, Site.<br />

The bills will be reduced by the amount recoverable, if applicable, towards Price<br />

Reduction <strong>for</strong> delay in delivery.<br />

a. Foreign <strong>Bid</strong>ders<br />

i) All <strong>for</strong>eign currency payments (<strong>for</strong> supplies) to <strong>for</strong>eign <strong>Bid</strong>der shall be<br />

released through an irrevocable Letter of Credit, which shall be opened through<br />

Government of India Nationalized Bank and hence shall not be confirmed.<br />

In case any <strong>Bid</strong>der insists on confirmation, charges towards confirmation shall be<br />

borne by him. LC shall be established within 30 days after receipt of unconditional<br />

acceptance of Letter/ Fax of Intent together with Contract Per<strong>for</strong>mance Bank Guarantee<br />

<strong>for</strong> 10% of Total Order value.<br />

(ii) The bills will be reduced by the amount recoverable towards Price<br />

reduction <strong>for</strong> delay, in case of delay in delivery. For this purpose the <strong>Bid</strong>der<br />

shall negotiate the Invoice with the reduced amount.<br />

(iii) Only the charges of Owner’s Bank in India shall be to Owner’s account. All<br />

other Bank charges including those in <strong>Bid</strong>der’s country shall be to <strong>Bid</strong>der’s<br />

account.<br />

(iv) All payments shall be made in the Currency quoted.<br />

(v) No Interest charges <strong>for</strong> delay in payments, if any, shall be payable by the Owner.<br />

(vi) Invoices <strong>for</strong> the payment shall be restricted to maximum three numbers against<br />

MH2145-C000-PP-RFQ-0026 Page 74 of 131


. INDIAN BIDDER<br />

supply.<br />

(vii) Owner will open LC’s as below.<br />

a) For <strong>Supply</strong><br />

b) For Supervision of Erection and Commissioning & Training<br />

i) The bills will be reduced by the amount recoverable towards Price<br />

reduction <strong>for</strong> delay, in case of delay in delivery. For this purpose the<br />

<strong>Bid</strong>der shall negotiate the Invoice with the reduced amount.<br />

ii) All payments shall be made in the INR.<br />

iii) No Interest charges <strong>for</strong> delay in payments, if any, shall be payable by the<br />

Owner.<br />

iv) In case of Indian <strong>Bid</strong>der (<strong>Bid</strong>der), variation, if any, on account of <strong>for</strong>eign<br />

exchange rate and/or customs duty on their built-in import content, as per terms<br />

of bid document, shall be claimed separately by <strong>Bid</strong>der after receipt of goods<br />

at site(s). However, any price benefits to the Owner, on account of such<br />

variation as per terms specified in the bid document, shall be passed on to<br />

the Owner along with invoicing itself.<br />

v) Invoices <strong>for</strong> the payment shall be restricted to maximum three numbers<br />

against supply.<br />

10.0 RECOVERY OF FAILURE OF ITEMS:<br />

Pursuant to clause 29 of General Purchase Conditions , in case the items<br />

supplied by the supplier fails during fabrication and or erection due to<br />

manufacturing defect the supplier shall become liable to reimburse to HPCL the<br />

landed cost <strong>for</strong> replacing the defective items, including all costs incurred up to<br />

delivery thereof at site, all duties, freight, insurance, labour, material, charges <strong>for</strong><br />

cutting, removing, replacement, engineering and construction supervision<br />

charges of consultant, and relaying of defective part(s), including cost of<br />

incidental activities.<br />

11.0 OVERALL LIABILITY:<br />

Seller’s over all liability towards execution of this order will not exceed 100% (One<br />

hundred Percent) of the total contract price without prejudice to any other rights the<br />

purchaser may have as per terms & conditions of the contract.<br />

12.0 LIABILITY CLAUSE<br />

It is expressly understood and agreed by and between <strong>Bid</strong>der and M/s Hindustan<br />

Petroleum Corporation Limited, (Indian Public Sector Undertaking) that M/s<br />

Hindustan Petroleum Corporation Limited is entering into this agreement solely on<br />

its own behalf and not on behalf of any other person or entity. In particular, it is<br />

expressly understood and agreed that the Government of India is not a party to this<br />

agreement and has no liabilities, obligations or rights hereunder. It is expressly<br />

understood and agreed that M/s Hindustan Petroleum Corporation Limited is an<br />

independent legal entity with power and authority to enter into contracts solely on its<br />

MH2145-C000-PP-RFQ-0026 Page 75 of 131


own behalf under the applicable Laws of India and general principles of Contract Law.<br />

The <strong>Bid</strong>der expressly agrees, acknowledges and understands that M/s Hindustan<br />

Petroleum Corporation Limited. is not an agent, representative or delegate of the<br />

Government of India. It is further understood and agreed that the Government of<br />

India is not and shall not be liable <strong>for</strong> any acts, omissions, commissions, breaches<br />

or other wrongs arising out of the contract. Accordingly <strong>Bid</strong>der hereby expressly<br />

waives, releases and <strong>for</strong>egoes any and all actions or claims, including cross claims,<br />

impleader claims or counter claims against the Government of India arising out of this<br />

contract and covenants not to sue to Government of India as to any manner, claim,<br />

cause of action or thing whatsoever arising of or under this agreement.<br />

13.0 GOVT. ACTS/ REGULATIONS<br />

13.1 Any reference to the Govt. Acts / Regulations etc. in the <strong>Bid</strong> <strong>Document</strong> is only<br />

indicative, and it is entirely <strong>for</strong> the <strong>Bid</strong>der to ascertain the applicable Acts /<br />

Regulations.<br />

14.0 INDEMNIFY OWNER<br />

Owner has absolutely no liability whatsoever concerning the employees of the<br />

<strong>Bid</strong>der. The <strong>Bid</strong>der shall indemnify Owner against any loss or damage or liability<br />

arising out of or in the course of his/their employing persons or relation with<br />

his/their employees<br />

15.0 ARBITRATION<br />

In clause no. 39 (a) of GPC the following clause is appended:-<br />

Arbitration between Public Sector v/s. Government Department or vice versa :<br />

In case of contracts/agreement to be executed between Public Sector<br />

Enterprises / Government Departments, the following clause will be incorporated.<br />

"In the event of any dispute or difference between the parties hereto, such<br />

dispute or difference shall be resolved amicably by mutual consultation or<br />

through the good offices of empowered agencies of the Government. If such<br />

resolution is not possible, then, the unresolved dispute or difference shall be<br />

referred to arbitration of an arbitrator to be nominated by Secretary, Department of<br />

Legal Affairs ("Law Secretary"). The Arbitration & Conciliation Act, 1996) shall not be<br />

applicable to the Arbitration under this clause. The award of the arbitrator shall be<br />

binding upon the parties to the dispute, provided, however, that any party<br />

aggrieved by such award may appeal <strong>for</strong> setting aside or revision of the award to<br />

Law Secretary whose decision shall bind the parties finally and conclusively.<br />

The said appeal should be filed within the period specified in the award of the<br />

arbitrator."<br />

It is essential that, to avoid delay in nomination of arbitrator or initiation of<br />

arbitration proceeding, the Arbitration Clause or Agreement, as the case may be, is<br />

<strong>for</strong>warded without fail at the time of making request <strong>for</strong> reference to the Law Secretary<br />

or Department of Legal Affairs.<br />

MH2145-C000-PP-RFQ-0026 Page 76 of 131


16.0 INSPECTION<br />

All inspection shall be per<strong>for</strong>med by Consultant or Consultant appointed<br />

organization, approved by Owner and statutory bodies in accordance with data<br />

sheets, drawings and specification incorporated in the commitment documents<br />

transmitted to the vendor.<br />

17.0 SELLER’S STANDARD CONDITIONS :<br />

Seller’s standard conditions if any shall not be applicable to this Order and only<br />

Purchaser’s general conditions/Special Conditions of contract and additional /<br />

revised conditions as agreed between Maker(s) / Seller and Purchaser or bought out<br />

in the reference documents of this Order shall apply.<br />

18.0 PATENTS, INFRINGEMENT & INDEMNITY :<br />

a) Seller shall protect and fully indemnify Purchaser from any claims <strong>for</strong><br />

infringement of patents, copyright, trade mark or the like.<br />

b) Seller shall also protect and fully indemnity Purchaser from any claims<br />

from Seller’s workmen/employees, their heirs, dependents,<br />

representatives etc. Or from any other persons/persons or bodies/<br />

companies etc. <strong>for</strong> any act of commission or omission while executing this<br />

Order.<br />

c) Seller shall be responsible <strong>for</strong> compliance with requirements under the<br />

laws and shall protect and indemnify completely Purchaser from any<br />

claims/penalties arising out of any infringements.<br />

19.0 SUBSTITUTION, WRONG SUPPLIES AND SHORT SUPPLIES:<br />

Unauthorized substitution or materials delivered in error, other than those<br />

mentioned in the Purchase order, or material of sub-standard quality or supplied<br />

in excess quantity (unless authorised by the buyer), shall be rejected and the<br />

rejected goods if any shall be returned to Seller at Seller’s cost and risk.<br />

20.0 BANK CHARGES/ STAMP DUTIES/ TAXES (Applicable <strong>for</strong> Foreign <strong>Bid</strong>der):<br />

(i) All Bank Charges and Stamp Duties payable in supplier’s country in<br />

connection with the payments to be made under this Purchase order shall be<br />

borne by the Vendor. All Bank charges and Stamp Duties payable in India<br />

shall be borne by the Purchaser<br />

(ii) All taxes, duties and levies of any kind that may be payable upto the stage of<br />

putting the material in FOB position shall be borne by the Vendor.<br />

(iii) All taxes and duties payable in India on the materials shall be payable by the<br />

Purchaser.<br />

(iv) In case of amendments to LC arising out of supplier requirement / default, all<br />

charges shall be borne by Supplier.<br />

MH2145-C000-PP-RFQ-0026 Page 77 of 131


21.0 HIGH SEA SALE BASIS<br />

High sea sales not acceptable.<br />

22.0 TERMS AND CONDITIONS FOR SUPERVISION OF ERECTION, TESTING<br />

AND COMMISSIONING<br />

22.1 <strong>Bid</strong>der shall quote per diem charges which shall include Air/ Rail fare, lodging,<br />

boarding, Traveling ,medical , local transport, all insurances, income/corporate<br />

(as may be applicable) ,incidental charges and all other expenses .<br />

The present service tax rate is 12.36%. The same shall be considered by the<br />

bidders while quoting <strong>for</strong> the per diem charges <strong>for</strong> supervision. Any variation in<br />

the service tax rate within contractual completion period shall be borne by<br />

Purchaser and variation beyond contractual completion date shall be borne by<br />

<strong>Bid</strong>der. <strong>Bid</strong>der to note that tax deposited at source under Income Tax Act 1961<br />

(withholding tax) shall be borne by bidder.<br />

22.2 No payment will be made <strong>for</strong> travel days/period.<br />

22.3 <strong>Bid</strong>der will be responsible <strong>for</strong> all liabilities towards corporate tax, personal income<br />

tax and service tax (as may be applicable) <strong>for</strong> their personnel deputed <strong>for</strong> the<br />

supervision job. Any variation (s), including statutory, shall be to Vendor’s<br />

account and the Owner shall not be liable <strong>for</strong> the same. Such tax(s) shall be<br />

deducted at source by Owner while making payments against each invoice.<br />

22.4 Working hours prevailing at site, normally 8 hours/day – Monday through<br />

Saturday and holidays as applicable to Owner’s site personnel shall apply.<br />

22.5 Vendor’s supervisory personnel to observe/abide by the working conditions,<br />

safety codes & Indian law.<br />

22.6 Vendor’s personnel shall be required to reach site within 15 days from the days<br />

from the date of intimation from HPCL/WORLEYPARSONS <strong>for</strong> the supervision. In<br />

case the vendor fails to deploy his personnel <strong>for</strong> supervision, HPCL reserves the<br />

right to invoke PBG submitted by the vendor.<br />

22.7 The successful bidder shall be paid <strong>for</strong> actual number of days spent <strong>for</strong><br />

installation & commissioning OR number of man days quoted <strong>for</strong> installation &<br />

commissioning WHICHEVER IS LOWER.<br />

However, <strong>for</strong> evaluation of bids, supervision charges shall be added to the rates<br />

quoted against supply items. The supervision charges per item shall<br />

be calculated as follows –<br />

Supervision charges = No. of Mandays X Per diem rate quoted <strong>for</strong> per item<br />

quoted by the bidder.<br />

MH2145-C000-PP-RFQ-0026 Page 78 of 131


23.0 DETAILS TO BE SUBMITTED BY FOREIGN BIDDER<br />

Besides other details stated elsewhere in the tender document, the following<br />

shall be submitted by bidder:<br />

a) <strong>Bid</strong>ders shall provide requisite details of supplies including consignment<br />

details, packing list with weight , volume etc. within 15 days of placement<br />

of order <strong>for</strong> shipping purpose.<br />

b) Requisite details as per Annexure-16, Chapter-8 of items <strong>for</strong> Insurance by<br />

HPCL.<br />

24.0 No mandatory spares are required. This clause supersedes all clauses mentioned<br />

elsewhere regarding Mandatory spares.<br />

MH2145-C000-PP-RFQ-0026 Page 79 of 131


CHAPTER 5<br />

PRICE SCHEDULE<br />

MH2145-C000-PP-RFQ-0026 Page 80 of 131


SL.<br />

NO<br />

.<br />

PRICE SCHEDULE FOR INDIAN BIDDERS (PRICED BID)<br />

Unit Price<br />

Excise Duty CST/LST/VAT Unit Freight Service Tax Unit Transit Unit Octroi / Total Price Total Import Duty<br />

Valve Type<br />

Size<br />

(NPS)<br />

SCH/<br />

RATING<br />

COMMODITY CODE/ PIPE<br />

ACTUATOR REF No CLASS<br />

DESCRIPTION<br />

Qty<br />

(nos)<br />

Ex-works<br />

incl. P & F<br />

charges,<br />

taxes &<br />

duties incl<br />

custom<br />

Destination duties if<br />

HPCL any on Total Price<br />

component Exworks<br />

s<br />

excluding ED<br />

and raw & ST<br />

material on finished<br />

but<br />

goods<br />

In INR In INR<br />

(Applicable Without charges extra including cess on Insurance Entry Tax FOT site<br />

extra on concessional upto<br />

Freight Charges charges extra upto including all<br />

Col. 6) <strong>for</strong>m respective (applicable extra on extra upto respective taxes It duties,<br />

<strong>Project</strong><br />

(applicable<br />

Col. 10) respective project Freight, Service<br />

site(s)<br />

extra on<br />

project site.(Applica<br />

including all<br />

Tax on Freight,<br />

Col. 6+8) taxes & duties<br />

site (Applicable ble extra on Transit<br />

except Transit<br />

extra on Col. 6) Col.( 6+8+9) Insurance upto<br />

Insurance,<br />

) respective project<br />

Octori /<br />

site It Octroi/<br />

Entry Tax &<br />

Tax etc.<br />

Service Tax<br />

[{ (6)+(8)+(9)+<br />

(10)+(11)+(12)+<br />

% Amount % Amount In In INR % Amount % Amou % Amount Amount In<br />

CIF<br />

Value<br />

of<br />

Impo<br />

rt<br />

Cont<br />

ent<br />

include<br />

d in<br />

Col.<br />

7<br />

In INR<br />

amount<br />

considered on CIF<br />

value at Col.15<br />

and included in<br />

Col. 7<br />

[Item-wise details<br />

to be filled in<br />

Format CIF/ CD<br />

(as enclosed<br />

herewith)]<br />

Amount In INR<br />

In INR INR<br />

In INR<br />

nt In INR INR<br />

In<br />

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (9) (10) (11) (12) (13) (14) (15) (16)<br />

1 Ball Valve<br />

2 Ball Valve<br />

3 Ball Valve<br />

4 Ball Valve<br />

5 Ball Valve<br />

Note:<br />

8<br />

18<br />

12 600<br />

18 600<br />

8 600<br />

600 BA-C610-RG C1<br />

600 BA-C610-RG C1<br />

60-MOV-<br />

1010/1041 C1<br />

60-MOV-<br />

1016/1017 C1<br />

60-MOV-<br />

1018/1019/1<br />

020/1021<br />

C1<br />

BODY/BONNET – ASTM A216 WCB, TRIM -<br />

SS 316 SEALS PTFE. DIMENSIONS /<br />

DESIGN AS PER B 16.10 / BS EN ISO<br />

17292, API 6D. FLOATING BALL UP TO 3”.<br />

TRUNNION BALL ≥ 4”. REDUCED BORE,<br />

GEAR OP., RF<br />

BODY/BONNET – ASTM A216 WCB, TRIM -<br />

SS 316 SEALS PTFE. DIMENSIONS /<br />

DESIGN AS PER B 16.10 / BS EN ISO<br />

17292, API 6D. FLOATING BALL UP TO 3”.<br />

TRUNNION BALL ≥ 4”. REDUCED BORE,<br />

GEAR OP., RF<br />

MOTORISED WITH MANUAL OPERATION.<br />

RAISED FINISH / SERRATED FINISH 125<br />

AARH<br />

MOTORISED WITH MANUAL OPERATION.<br />

RAISED FINISH / SERRATED FINISH 125<br />

AARH<br />

MOTORISED WITH MANUAL OPERATION.<br />

RAISED FINISH / SERRATED FINISH 125<br />

AARH<br />

01 <strong>Rewari</strong><br />

02 <strong>Rewari</strong><br />

02 <strong>Rewari</strong><br />

02 <strong>Rewari</strong><br />

04 <strong>Rewari</strong><br />

1) Evaluation shall be done on LOWEST DELIVERED COST BASIS. <strong>Bid</strong>der must quote <strong>for</strong> all items.<br />

2) For Detailed description of each item, please refer Material Requisition (MR).<br />

3) In case of discrepancy between rate of taxes, duties, transit insurance, octroi/ entry tax etc in % and amount quoted, rates in % shall prevail.<br />

4) In case entry tax & octroi both are applicable, bidder should mention the same under two separate columns.<br />

MH2145-C000-PP-RFQ-0026 Page 81 of 131<br />

Signature & Stamp of <strong>Bid</strong>der


Name of <strong>Bid</strong>der : PRICE SCHEDULE FOR INDIAN BIDDERS (PRICED BID)<br />

PROJECT: RKPL PACKAGE<br />

PACKAGE: BALL VALVES<br />

2. SUPERVISION CHARGES:<br />

Sr.<br />

No.<br />

1<br />

Description<br />

(2)<br />

Per Diem rates <strong>for</strong><br />

Assistance in<br />

Testing and<br />

Commissioning of<br />

MOV’s (DBIV & Ball<br />

Valves). The price<br />

shall be inclusive of<br />

Airfare, Boarding,<br />

Lodging, Local<br />

Transport, Incidental,<br />

Traveling etc. & all<br />

other expenses. For<br />

<strong>Rewari</strong><br />

Unit<br />

(3)<br />

DIEM<br />

rate<br />

(Per<br />

Man<br />

Day)<br />

Qty.<br />

(4)<br />

Unit Price per Man-day inclusive of all cost<br />

towards Air/ Rail fare, lodging,<br />

boarding, Traveling ,medical , local<br />

transport, all insurances,<br />

income/corporate<br />

(as may be applicable) ,incidental charges<br />

and all other expenses, taxes It<br />

duties etc. but excluding service tax<br />

(5)<br />

Note:<br />

1) <strong>Bid</strong>der to indicate the number of days required <strong>for</strong> Supervision and also Per Diem Rates <strong>for</strong> the same.<br />

Service Tax including cess applicable on<br />

Col. (5)<br />

(@ 12.36%)<br />

(6)<br />

MH2145-C000-PP-RFQ-0026 Page 82 of 131<br />

Total Price inclusive of all cost towards Air/ Rail fare,<br />

lodging, boarding, Traveling<br />

,medical , local transport, all insurances,<br />

income/corporate (as may be applicable)<br />

,incidental charges and all other expenses , taxes It<br />

duties etc. including service tax<br />

(7) = (5 + 6) x 4<br />

2) <strong>Bid</strong>der not indicating number of days will be evaluated based on maximum no. of days other bidder has quoted and shall be paid on minimum no of days other<br />

bidder has quoted<br />

3) Supervision Charges shall not be considered <strong>for</strong> evaluation purpose.<br />

Signature & Stamp of <strong>Bid</strong>der


NAME OF BIDDER :<br />

PROJECT: RKPL PROJECT<br />

Package: BALL VALVES<br />

DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT, ITEM DETAILS OF IMPORT CONTENT AND RATES OF IMPORTS DUTY CONSIDERED AND INCLUDED IN QUOTED FOT<br />

DESPATCH POINT PRICES UNDER PRICE SCHEDULE<br />

Sl.<br />

No.<br />

1.1<br />

1.2<br />

1.3<br />

1.4<br />

Item No.<br />

as per<br />

MR/ SOR<br />

DESCRIPTION<br />

Description of<br />

Imported Items<br />

TOTAL CIF IMPORT CONTENT<br />

Qty. of Imported<br />

Items<br />

(as applicable)<br />

(Unit____) *(1)<br />

CIF value of Import<br />

Content<br />

included in quoted<br />

supply prices<br />

on per (as<br />

applicable ) basis<br />

Currency<br />

Considered<br />

CUSTO<br />

M<br />

TARRIF<br />

NO.<br />

MH2145-C000-PP-RFQ-0026 Page 83 of 131<br />

RATE OF CUSTOM DUTY INCLUDED IDN QUOTED SUPPLY PRICES<br />

BASIC<br />

CUSTO<br />

MS<br />

DUTY<br />

(%)<br />

CVD + EDU. EDU.<br />

CESS ON CESS ON<br />

CVD CUSTOM<br />

(%) DUTY (%)<br />

NOTE: *(1) <strong>Bid</strong>der shall indicate CIF value against each quoted item and give description of goods along with its quantities (UNIT TO BE SPECIFIED BY THE BIDDER)<br />

location wise.<br />

(2) <strong>Bid</strong>der has to ensure that currency quoted in this <strong>for</strong>mat shall be same with the currency quoted in the Price schedule <strong>for</strong>mat.<br />

SAD<br />

(%)<br />

Signature & Stamp of <strong>Bid</strong>der<br />

TOTAL CUSTOM<br />

DUTY (%)


NAME OF BIDDER :<br />

PROJECT: RKPL PROJECT<br />

Package: VALVES<br />

Location: REWARI<br />

PRICE SCHEDULE FOR FOREIGN BIDDERS (PRICED BID)<br />

Unit FOB Total FOB<br />

SL.<br />

NO.<br />

Type<br />

Size<br />

SCH /<br />

RATING<br />

COMMODITY<br />

CODE<br />

PIPE<br />

CLASS<br />

Description of Items as per MR<br />

International sea International<br />

Total Price on<br />

port of sea port of exit Unit Price on CFR CFR Mumbai ”Qty<br />

Shipping Net Wt ( MT )<br />

Qty<br />

exit Price including Price<br />

Mumbai X Unit CFR price”<br />

(Nos.)<br />

storage including storage<br />

(3x6)<br />

/ Gross Wt ( MT )<br />

/ Volume ( M3)<br />

(3 x 4 )<br />

Amount Amount<br />

(Currency____ ) (Currency____ )<br />

(Currency____ ) (Currency____ )<br />

(1) (2) (3) (4) (5) (6)<br />

BODY/BONNET – ASTM A216 WCB, TRIM - SS 316 SEALS PTFE.<br />

(7) (8) (9) (10) (11) (12)8)<br />

1 Ball Valve<br />

8<br />

600 BA-C610-RG C1<br />

DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D.<br />

FLOATING BALL UP TO 3”. TRUNNION BALL ≥ 4”. REDUCED BORE,<br />

GEAR OP., RF<br />

BODY/BONNET – ASTM A216 WCB, TRIM - SS 316 SEALS PTFE.<br />

01<br />

2 Ball Valve<br />

18<br />

600 BA-C610-RG C1<br />

DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D.<br />

FLOATING BALL UP TO 3”. TRUNNION BALL ≥ 4”. REDUCED BORE,<br />

GEAR OP., RF<br />

02<br />

3 Ball Valve 12 600<br />

4 Ball Valve 18 600<br />

5 Ball Valve 8 600<br />

60-MOV-<br />

1010/1041<br />

60-MOV-<br />

1016/1017<br />

60-MOV-<br />

1018/1019/1<br />

020/1021<br />

C1<br />

C1<br />

C1<br />

MOTORISED WITH MANUAL OPERATION. RAISED FINISH / SERRATED<br />

FINISH 125 AARH<br />

MOTORISED WITH MANUAL OPERATION. RAISED FINISH / SERRATED<br />

FINISH 125 AARH<br />

MOTORISED WITH MANUAL OPERATION. RAISED FINISH / SERRATED<br />

FINISH 125 AARH<br />

MH2145-C000-PP-RFQ-0026 Page 84 of 131<br />

02<br />

02<br />

04<br />

Signature & Stamp of <strong>Bid</strong>der


2. SUPERVISION CHARGES:<br />

Sr.<br />

No.<br />

(1)<br />

1<br />

Description<br />

(2)<br />

Per Diem rates <strong>for</strong> Assistance in Installation, Testing and<br />

Commissioning of Shutdown Valve .The price shall be<br />

inclusive of Airfare, Boarding, Lodging, Local Transport,<br />

Incidental, Traveling etc. & all other expenses. For<br />

<strong>Rewari</strong><br />

PRICE SCHEDULE FOR FOREIGN BIDDERS (PRICED BID)<br />

Note:<br />

1) <strong>Bid</strong>der to indicate the number of days required <strong>for</strong> Supervision and also Per Diem Rates <strong>for</strong> the same.<br />

Unit<br />

(3)<br />

DIEM<br />

rate<br />

(Per<br />

Man<br />

Day)<br />

Qty.<br />

(4)<br />

2) <strong>Bid</strong>der not indicating number of days will be evaluated based on maximum no. of days other bidder has quoted and shall be paid on minimum no of days other<br />

bidder has quoted<br />

3) Supervision Charges shall not be considered <strong>for</strong> evaluation purpose.<br />

Unit Price per Man-day<br />

inclusive of all cost towards Air/<br />

Rail fare, lodging, boarding,<br />

Traveling, medical , local<br />

Currency transport, all insurances,<br />

(5) income/corporate (as may be<br />

applicable) ,incidental charges<br />

and all other expenses, taxes &<br />

duties etc. but excluding<br />

service tax (6)<br />

MH2145-C000-PP-RFQ-0026 Page 85 of 131<br />

Service Tax including cess<br />

applicable on<br />

Col. (6)<br />

(@ 12.36%)<br />

(7)<br />

Total Price inclusive of all cost towards Air/ Rail<br />

fare, lodging, boarding,<br />

Traveling ,medical , local transport, all<br />

insurances, income/corporate (as may<br />

be applicable) ,incidental charges and all other<br />

expenses , taxes & duties etc.<br />

including service tax<br />

(8) = (6 + 7) x 4<br />

Signature & Stamp of <strong>Bid</strong>der


CHAPTER 6<br />

DELIVERY SCHEDULE<br />

MH2145-C000-PP-RFQ-0026 Page 86 of 131


DELIVERY SCHEDULE:<br />

Indian <strong>Bid</strong>ders: Within 28 weeks from the date of issue of Letter of Intent /Fax of Intent on FOT site Basis.<br />

Foreign <strong>Bid</strong>ders: Within 24 weeks from the date of issue of Letter of Intent /Fax of Intent on FOB port Basis<br />

The detailed addresses of sites are mentioned below:-<br />

REWARI<br />

HINDUSTAN PETROLEUM CORPORATION LTD.<br />

<strong>Rewari</strong> Depot<br />

<strong>Rewari</strong> Bawar Road,<br />

Village Karnawas,<br />

<strong>Rewari</strong> -123401<br />

Contact person: Dharampal<br />

Contact no: 09996620171<br />

MH2145-C000-PP-RFQ-0026 Page 87 of 131


CHAPTER 7<br />

TECHNICAL SPECIFICATION<br />

(Refer Vol. II of II)<br />

MH2145-C000-PP-RFQ-0026 Page 88 of 131


CHAPTER-8<br />

PROFORMA, ANNEXURES & APPENDIX-1 FOR UN-PRICED BID<br />

MH2145-C000-PP-RFQ-0026 Page 89 of 131


1 ANNUAL TURNOVER STATEMENT<br />

2 BIDDER’S GENERAL INFORMATION<br />

3 INTEGRITY PACT , IF APPLICABLE<br />

4 BID SECURITY FORM<br />

CHAPTER-8<br />

PROFORMA & ANNEXURES<br />

5 BANK GUARANTEE FOR PERFORMANCE GUARANTEE<br />

6 ADVICE FROM SUPPLIER/CONTRACTOR FOR E-PAYMENT<br />

7 CIF DETAILS<br />

8 DECLARATION OF NOT BANNED<br />

9 BID FORM<br />

10 UNDERTAKING OF ADEQUATE CAPACITY<br />

11 LETTER OF ATHOURITY<br />

12 DEVIATION SHEET<br />

13 NSIC CERTIFCATE DETAILS<br />

14 CERTIFICATE OF NON-INVOLVEMENT OF AGENT<br />

15 PROFORMA FOR DETAILS OF INDIAN AGENT<br />

16 DECLARATION DETAILS FOR MARINE TRANSIT INSURANCE (TO BE<br />

SUBMITTED BY FOREIGN BIDDER)<br />

MH2145-C000-PP-RFQ-0026 Page 90 of 131


ANNUAL TURNOVER STATEMENT<br />

ANNEXURE -1<br />

The <strong>Bid</strong>der shall indicate herein his annual turnover during preceding 3 years based on the audited balance<br />

sheet/profit & loss account statement.<br />

Financial Year Annual Turnover<br />

(Rs.)<br />

2009-2010<br />

2010-2011<br />

2011-2012<br />

Net Worth<br />

NOTE:<br />

Copies of audited balance sheets with Profit & Loss account statement <strong>for</strong> last 3 years are enclosed along<br />

with the bid.<br />

MH2145-C000-PP-RFQ-0026 Page 91 of 131<br />

(Rs.)<br />

1. <strong>Bid</strong>der shall work out Net worth on following basis: Net Worth : Reserve + Capital -<br />

Accumulated loss<br />

Stamp and Signature of <strong>Bid</strong>der


BIDDER’S GENERAL INFORMATION<br />

To<br />

HPCL<br />

1.1 <strong>Bid</strong>der Name:<br />

1.2 Number of Years in Operation:<br />

1.3 Registered Address :<br />

1.4 Operation Address :<br />

if different from above<br />

1.5 Telephone Number :<br />

(Country Code) (Area Code) (Tel. Number)<br />

1.6 E-mail address & Web Site :<br />

1.7 Telefax Number :<br />

(Country Code) (Area Code) (Tel. Number)<br />

ANNEXURE-2<br />

1.8 ISO Certification, if any (if yes, please furnish details)<br />

Stamp and Signature of <strong>Bid</strong>der<br />

MH2145-C000-PP-RFQ-0026 Page 92 of 131


Annexure – 3<br />

INTEGRITY PACT<br />

MH2145-C000-PP-RFQ-0026 Page 93 of 131


MH2145-C000-PP-RFQ-0026 Page 94 of 131


MH2145-C000-PP-RFQ-0026 Page 96 of 131


MH2145-C000-PP-RFQ-0026 Page 97 of 131


MH2145-C000-PP-RFQ-0026 Page 98 of 131


MH2145-C000-PP-RFQ-0026 Page 99 of 131


MH2145-C000-PP-RFQ-0026 Page 100 of 131


BANK GUARANTEE IN LIEU OF EARNEST MONEY<br />

(On Non-Judicial stamp paper of appropriate value)<br />

TO :<br />

HINDUSTAN PETROLEUM CORPORATION LIMITED<br />

8TH FLOOR, SCOPE MINAR, LAXMI NAGAR,<br />

NEW DELHI- 110092<br />

ANNEXURE- 4<br />

IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION<br />

LIMITED a Government of India Company registered under the Companies Act, 1956,<br />

having its registered office at 17, Jamshedji Tata Road, Bombay-20<br />

(hereinaftercalled “the Corporation” which expression shall include its successor in<br />

business and assigns)issued a t e n d e r o n M e s s r s . a p a r t n e r s h i p<br />

firm/sole proprietor business/a company registered under the<br />

Companies A ct, 1956 having its office at (hereinafter called “the Tenderer” which<br />

expression shall include its executors,<br />

administrators and assigns) against Tender no dated (hereinafter called<br />

‘thetender’ which expression shall include any amendments/ alterations to ‘the tender’<br />

issued by “the Corporation”) <strong>for</strong> the supply of goods to/execution of services <strong>for</strong> “the<br />

Corporation” and “the Corporation” having agreed not to insist upon immediate payment of<br />

Earnest Money <strong>for</strong> the fulfillment of the said tender in terms thereof on production of an<br />

acceptable Bank Guarantee <strong>for</strong> an amount of Rs (Rupees only).<br />

We, .................................. Bank having office at ............................................... Bombay<br />

(hereinafter referred to as “the Bank” which expression shall include its successors<br />

and<br />

assigns) at the request and on behalf of “the Tenderer” hereby agree to pay to<br />

the<br />

Corporation without any demur on first demand an amount not exceeding Rs ........... (Rupees<br />

................................... only)against any loss or damage, costs, charges and expenses<br />

caused to or suffered by “the Corporation” by reason of non per<strong>for</strong>mance and fulfillment<br />

or <strong>for</strong> any breach on the part of “the Tenderer” of any of the terms and conditions of<br />

thesaid ‘tender’.<br />

2. We, .................................... Bank further agree that “the Corporation” shall be sole<br />

Judge whether the said ‘Tenderer’ has failed to per<strong>for</strong>mor fulfill the said ‘tender’<br />

in terms thereof or committed breach of any of the terms and conditions of ‘the<br />

order’ and the extent of loss, damage, cost, charges and expenses suffered or<br />

incurred or would be suffered or incurred by “the Corporation” on account thereof<br />

and we waive in favour of “the Corporation” all the rights and defences to which we<br />

as guarantors and/or “the Tenderer” maybe entitled to.<br />

3. We, ............................... Bank further agree that the amount demanded by “the<br />

Corporation” as such shall be final and binding on “the Bank” as to “the Bank” 's<br />

liability to pay and the amount demanded and “the Bank” to undertake to pay “the<br />

Corporation” the amount so demanded on first demand and without any demur<br />

notwithstanding any dispute raised by “the Tenderer” or any suit or other legal<br />

proceedings including arbitration pending be<strong>for</strong>e any court, tribunal or arbitrator<br />

relating thereto, our liability under this guarantee being absolute and<br />

MH2145-C000-PP-RFQ-0026 Page 101 of 131


unconditional.<br />

4. We, .................................... Bank further agree with “the Corporation” that “the<br />

Corporation” shall have the fullest liberty without our consent and without affecting<br />

in any manner our obligations hereunder to vary any of the terms and conditions<br />

of the said ‘tender’/or to extend time of per<strong>for</strong>mance by “the Tenderer” from time<br />

to time or to postpone <strong>for</strong> any time to time any of the powers exercisable by “the<br />

Corporation” against “the Tenderer” and to <strong>for</strong>bear to en<strong>for</strong>ce any of the terms<br />

and conditions relating to “the tender” and we shall not be relieved from our liability<br />

by reason of any such variation or extension being granted to “the Tenderer” or <strong>for</strong><br />

any <strong>for</strong> be arance, act or ommission on the part of “the Corporation” or any<br />

indulgence by “the Corporation” to “the tenderer” or by any such matter or<br />

things whatsoever which under the law relating to sureties would but <strong>for</strong> this<br />

provision have the effect of relieving us.<br />

5. NOTWITHSTANDING anything hereinbe<strong>for</strong>e contained, our liability under<br />

this Guarantee is restricted to Rs. (Rupees only).<br />

O u r liability under this guarantee shall remain in <strong>for</strong>ce until expiration of six<br />

months from the due date of opening of the said ‘tender’. Unless a demand or<br />

claim under this guarantee is made on us in writing within said period, that<br />

is, on or be<strong>for</strong>e all rights of “the Corporation” under the said<br />

g u a r a n t e e s h a l l be <strong>for</strong>feited and we shall be relieved and discharged from<br />

all liabilities thereunder.<br />

6. We, ............... Bank further undertake not to revoke<br />

this<br />

guarantee during its currency except with the previous consent of the “the<br />

corporation” in writing.<br />

7.0 We, ........................................ Bank lastly agree that “the Bank” 's liability under this<br />

guarantee shall not be affected by any change in the constitution of “the Tenderer” .<br />

8.0 “The Bank” has power to issue this guarantee in favour of “the Corporation” in terms<br />

of the documents and/or the A greement/Contract or M OU entered into between “the<br />

Tenderer” and “the Bank” in this regard.<br />

IN WITNESSW HEREOF the Bank has executed this document on this ........................ day<br />

of ......................... <strong>for</strong> ........................ Bank<br />

(by its constituted attorney)<br />

(Signature of a person authorised<br />

to sign on behalf of “the Bank”)<br />

MH2145-C000-PP-RFQ-0026 Page 102 of 131


BANK GUARANTEE FOR PERFORMANCE OF THE OBLIGATIONS OF<br />

SUPPLIER / CONTRACTOR<br />

(on non-judicial stamp paper of appropriate value)<br />

To,<br />

HINDUSTAN PETROLEUM CORPORATION LIMITED<br />

8TH FLOOR, SCOPE MINAR, LAXMI NAGAR,<br />

NEW DELHI- 110092<br />

ANNEXURE - 5<br />

IN CONSIDERATION OF THE HINDUSTAN PETROLEUM CORPORATION LTD. a<br />

Government of India Company registered under the Companies Act,1956, having its<br />

registered office at 17, Jamshedji Tata Road, Bombay -400 020 (hereinafter called "the<br />

Corporation" which expression shall include its successors and assigns) having awarded to<br />

M / s a p a r t n e r s h i p f i r m / s o l e<br />

proprietor business/a company registered under the Companies Act, 1956 having its office at<br />

(hereinafter referred to as "the Supplier" which<br />

expression shall wherever the subject or context so permits includes its successors and<br />

assigns) a supply contract in terms inter alia, of "the Corporation's" Order No. ___________<br />

dated ___________________ and the General purchase conditions of "the Corporation" and<br />

upon the condition of "supplier's" furnishing security <strong>for</strong> the per<strong>for</strong>mance of "the Supplier's"<br />

obligations and/or discharge of "the supplier's" liability under and/or in connection with the<br />

said supply contract upto a sum of Rs.<br />

(Rupees _____________________ ) amounting to 10% (ten percent) of the total contract<br />

value.<br />

We, __________________ (hereinafter called "the Bank" which expression shall<br />

include its successors and assigns) hereby jointly and severally undertake and guarantee to<br />

pay to "the Corporation" in rupees <strong>for</strong>thwith on demand in writing and without protest or<br />

demur of any and all moneys anywise payable by "the Supplier" to "the Corporation" under,<br />

in respect of or in connection with the said supply contract inclusive of all the Corporation's<br />

losses and damage and costs, (inclusive between attorney and client) charges, and<br />

expenses and other moneys anywise payable in respect of the above as specified in any<br />

notice of demand made by "the Corporation" to the Bank with reference to this Guarantee<br />

upto and aggregate limit of Rs. (Rupees )<br />

and "the Bank" hereby agrees with "the Corporation" that:<br />

1 This Guarantee/Undertaking shall be a continuing Guarantee / Undertaking and shall<br />

remain valid and irrecoverable <strong>for</strong> all claims of "the Corporation" and liabilities of "the Supplier"<br />

arising upto and until midnight of _____________________________<br />

2 This Guarantee/Undertaking shall be in addition to any other guarantee or security<br />

whatsoever that "the Corporation" may now or any time anywise have in relation to "the<br />

Supplier's obligation/liabilities under and/or connection with the said supply contract, and<br />

"the Corporation" shall have full authority to take recourse to or en<strong>for</strong>ce this security in<br />

preference to the other security(ies) at its sole discretion and no failure on the part of "the<br />

Corporation" to en<strong>for</strong>cing or requiring en<strong>for</strong>cement to any<br />

other security shall have the effect of releasing "the Bank" from its full liability hereunder.<br />

3 "The Corporation" shall be at liberty without reference to "the Bank" and without<br />

affecting the full liability of "the Bank" hereunder to take any other security in respect of "the<br />

Supplier's" obligation and/or liabilities under or in connection with the said supply contract<br />

and to vary the term vis-a-vis "the supplier" of the said supply contract or to grant time<br />

and/or indulgence to "the Supplier" or to reduce or to increase or otherwise vary the prices<br />

MH2145-C000-PP-RFQ-0026 Page 103 of 131


of the total contract value or to release or to <strong>for</strong>ebear from en<strong>for</strong>cement of all or any of the<br />

obligations of "the supplier" under the said supply contract and/or the remedies of "the<br />

Corporation" under any other security(ies) now or hereafter held by "the Corporation" and<br />

no such dealing(s), variation(s) or other indulgence(s) or agreement(s) with "the supplier" or<br />

release of <strong>for</strong>bearance whatsoever shall have the effect of releasing "the Bank" from its full<br />

liability to "the Corporation" hereunder or of prejudicing rights of "the Corporation" against<br />

"the Bank".<br />

4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or<br />

winding up, dissolution or change of constitution or insolvency of "the supplier" but shall in<br />

all respects and <strong>for</strong> all purposes be binding and operative until payment of all moneys payable<br />

to "the Corporation" in terms hereof<br />

5. "The Bank" hereby waives all rights at any time inconsistent with the terms of this<br />

Guarantee/Undertaking and the obligations of "the Bank" in terms hereof shall not be anywise<br />

affected or suspended by reason of any dispute having been raised by "the suppliers" (whether<br />

or not pending be<strong>for</strong>e any arbitrator, officer, tribunal or court) or any denial of liability by<br />

"the supplier" or any other order of communication whatsoever by "the supplier" stopping<br />

or preventing or purporting to stop or prevent any payment by "the Bank" to "the<br />

Corporation" in terms hereof.<br />

6. The amount stated in any notice of demand addressed by "the Corporation" to "the<br />

Bank" as liable to be paid to "the Corporation" by "the supplier" or as suffered or incurred<br />

by "the Corporation" on account of any losses or damages or costs, charges/and/or<br />

expenses shall be as between "the Bank" and "the Corporation" be<br />

conclusive of the amount so liable to be paid to "the Corporation" or suffered or incurred by<br />

"the Corporation", as the case may be, and payable by "the Bank" to "the Corporation", in terms<br />

hereof.<br />

7. Not withstanding anything contained herein above:<br />

i) ........................................................................................... Our liability under<br />

this guarantee shall not exceed R ...............................<br />

ii) This Bank Guarantee shall be valid upto and including ....................... ;<br />

iii) We are liable to pay the guarantee amount or any part thereof under this Bank<br />

Guarantee only and only if you serve upon us a written claim or demand on or<br />

# be<strong>for</strong>e the expiry of 30 days from the date of expiry of this guarantee.<br />

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms<br />

of the documents and/or the agreement/contract or MOU entered into between "the supplier"<br />

and "the Bank" in this regard.<br />

IN WITNESS Where of ____________________ Bank, has executed this document at<br />

on 20....<br />

Bank<br />

(by its constituted attorney)<br />

(signature of a person authorized to<br />

sign on behalf of "the Bank")<br />

MH2145-C000-PP-RFQ-0026 Page 104 of 131


ADVICE FROM SUPPLIER/CONTRACTOR FOR E-PAYMENT<br />

(ON LETTER HEAD)<br />

HINDUSTAN PETROLEUM CORPORATION LIMITED<br />

8TH FLOOR, SCOPE MINAR, LAXMI<br />

NAGAR,<br />

NEW DELHI- 110092<br />

Dear Sirs,<br />

ANNEXURE- 6<br />

The following is a confirmation/ updation of may bank details and I hereby affirm my our<br />

choice to opt <strong>for</strong> payment of amounts due to me under various contracts through electronic<br />

mode. I understand that Hindustan Petroleum Corporation Limited also reserves the right to<br />

send the payments due to me by a cheque/ demand draft/ electronics mode or through a<br />

banker.<br />

A) Supplier/Contractor Details<br />

1. Supplier/Contractor Name<br />

2. Supplier Contractor Code<br />

3. Address (including Pin Code)<br />

4. Controlling officer name/SBU: E&P<br />

5. P.A. No.<br />

6. E-mail ID<br />

B) Particulars of bank Account<br />

1. Bank Name<br />

2. Branch Name & branch code<br />

3. Branch Address (incl. Pin Code)<br />

4. 9 digit MICR No. of Bank and Branch<br />

(As appearing on the cheque)<br />

5. Account Type (Saving/Cash Credit/Current)<br />

6. Account Number (as appearing on cheque)<br />

7. IFSC Code of the Branch (<strong>for</strong> RTGS)<br />

8. IFSC Code of the Branch (<strong>for</strong> NEFT)<br />

I hereby confirm that the particulars given above are correct and the complete and also<br />

undertake to promptly advise and changes to the above details to HPCL. If the transaction is<br />

delay or not effected <strong>for</strong> reasons of incomplete or incorrect in<strong>for</strong>mation or banking delays. I<br />

shall not hold Hindustan Petroleum Corporation Limited responsible. I also agree <strong>for</strong> printing<br />

of the bank details on the cheque or DD if the payment is effected by cheque/DD. The<br />

charges, if any, levied by my bank shall be settled by me/us.<br />

Name (in capital) & signature of supplier / contractor Date:<br />

Note<br />

1. Bank details (B. 1 to 8) to be confirmed by the bankers. Such confirmation shall duly<br />

signed & stamped by the bankers. Supplier code, bank account number and<br />

RTGS/NEFT number required essentially<br />

2. Please enclosed cancelled /photocopy of a cheque<br />

MH2145-C000-PP-RFQ-0026 Page 105 of 131


ANNEXURE-7<br />

PROFORMA OF DETAILS OF BUILT-IN-CIF VALUE OF IMPORT<br />

CONTENT, ITEM DETAILS OF IMPORT CONTENT AND RATES OF<br />

IMPORTS DUTY CONSIDERED AND INCLUDED IN QUOTED SUPPLY<br />

PRICES UNDER PRICE SCHEDULE<br />

FORMAT ATTACHED WITH PRICE SCHEDULE FOR INDIAN BIDDER<br />

MH2145-C000-PP-RFQ-0026 Page 106 of 131


DECLARATION<br />

(To be submitted along with Un-priced bid)<br />

ANNEXURE-8<br />

(M/s. ______________________ ) hereby declare / clarify that we have not been banned<br />

or delisted by Government of India / Ministries of Government of India/Government of India<br />

Enterprises.<br />

We also confirm that we have not been put on holiday/ blacklisted by HPCL or black listed by any<br />

Government Department/ Public Sector on due date of submission of bid.<br />

Note:<br />

Stamp and Signature of <strong>Bid</strong>der<br />

This Declaration should be on the letter head of the <strong>Bid</strong>der and should be signed by a<br />

person competent and having the power of attorney to bind the <strong>Bid</strong>der.<br />

MH2145-C000-PP-RFQ-0026 Page 107 of 131


BID FORM<br />

To: (Name and address of Owner/Consultant) Date:<br />

Gentlemen,<br />

ANNEXURE -9<br />

Having examined the Conditions of Contract and Specifications of tender document<br />

including Addendum(s) / Corrigendum(s) in respect of Procurement of SHUTDOWN<br />

VALVE the receipt of which is hereby duly acknowledged, we the undersigned, offer to<br />

supply and delivery (Description of Goods and Services) in con<strong>for</strong>mity with the said Drawings,<br />

Conditions of Contract and specifications <strong>for</strong> the same (total bid amount in words and<br />

figures) or such other sums as may be ascertained in accordance with the Schedule of<br />

Prices attached herewith and made part of this bid.<br />

We undertake if our bid is accepted, complete delivery as agreed and specified in the RFQ<br />

document. If our bid is accepted we will obtain the guarantee of a Bank in a sum not<br />

exceeding (10)% of the Contract price <strong>for</strong> the due per<strong>for</strong>mance of the Contract.<br />

We agree to abide by this bid <strong>for</strong> a period of 120 days from the date fixed <strong>for</strong> bid opening<br />

under Instructions to <strong>Bid</strong>ders and it shall remain binding upon us and may be accepted at<br />

any time be<strong>for</strong>e the expiration of that period.<br />

Until a <strong>for</strong>mal contract is prepared and executed, this bid, together with your written<br />

acceptance thereof in your notification of award (Fax of Intent) shall constitute a binding<br />

Contract between us.<br />

We understand that you are not bound to accept the lowest or any bid, you may receive.<br />

Dated this Day of<br />

Signature<br />

In the capacity of duly authorized to sign bid <strong>for</strong> an on behalf of<br />

Witness<br />

Address<br />

Note : To be submitted on letter head of company.<br />

Signature<br />

MH2145-C000-PP-RFQ-0026 Page 108 of 131


UNDERTAKING OF ADEQUATE CAPACITY<br />

ANNEXURE‐10<br />

An Undertaking from the <strong>Bid</strong>der Confirming that their Plant / Facility has Adequate Capacity to<br />

handle Concurrent Orders and the Supplies to be made to HPCL will not get delayed due to<br />

the concurrent orders from other Clients<br />

Note : To be submitted on letter head of company<br />

Stamp and Signature of <strong>Bid</strong>der<br />

MH2145-C000-PP-RFQ-0026 Page 109 of 131


LETTER OF AUTHORITY<br />

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT<br />

NEGOTIATIONS/CONFERENCES<br />

No. Date:<br />

Hindustan Petroleum Corporation Ltd.,<br />

(Address as applicable)<br />

Dear Sir,<br />

ANNEXURE-11<br />

We hereby authorize following<br />

representative(s) to attend Pre <strong>Bid</strong> Meeting, un-priced bid opening and price bid opening and<br />

<strong>for</strong> any other correspondence and communication against above <strong>Bid</strong>ding <strong>Document</strong>:<br />

Name & Designation __________________________ Signature<br />

Name & Designation __________________________ Signature<br />

We confirm that we shall be bound by all commitments made by a<strong>for</strong>ementioned authorised<br />

representatives.<br />

Yours faithfully,<br />

Signature<br />

Name & Designation<br />

For and on behalf of<br />

Note: This letter of authority should be on the letterhead of the bidder and should be signed<br />

by a person competent and having the power of attorney to bind the bidder.<br />

Not more than two persons are permitted to attend techno –commercial un-priced and price<br />

bid opening.<br />

<strong>Bid</strong>der’s authorized executive is required to carry a copy of this authority letter while<br />

attending the Pre <strong>Bid</strong> Meeting, unpriced bid opening and price bid opening and submit the<br />

same to HPCL / WORLEYPARSONS .<br />

MH2145-C000-PP-RFQ-0026 Page 110 of 131


DEVIATION SHEET<br />

NAME OF SUPPLY : ......................................<br />

BIDDING DOCUMENT NO. : .............................................<br />

EXCEPTION AND DEVIATIONS STATEMENT<br />

ANNEXURE – 12<br />

<strong>Bid</strong>der shall list all the deviations in the following given <strong>for</strong>mat only. <strong>Bid</strong>der may stipulate<br />

exceptions and deviations to <strong>Bid</strong>ding <strong>Document</strong>, if considered unavoidable as per the<br />

following <strong>for</strong>mat:<br />

Sl.<br />

No.<br />

Page No. of Tender<br />

<strong>Document</strong><br />

Note : To be submitted on letter head of company.<br />

Clause No. Subject Deviations<br />

Stamp and Signature of <strong>Bid</strong>der<br />

MH2145-C000-PP-RFQ-0026 Page 111 of 131


NSIC CERTIFICATE DETAILS<br />

TO BE FILLED BY BIDDERS REGISTERED WITH NSIC<br />

1 NAME OF BIDDER<br />

2 WHETHER REGISTERED WITH NSIC : YES /<br />

NO<br />

3 WHETHER COPY OF NSIC CERTIFICATE<br />

ENCLOSED : YES / NO<br />

4 NSIC REGISTRATION CERTIFICATE IS VALID<br />

U PTO<br />

5 MONETARY LIMIT OF NSIC REGISTRATION<br />

CERTIFICATE<br />

6 WHETHER ITEM QUOTED IS COVERED IN<br />

NSIC REGISTRATION CERTIFICATE IF YES,<br />

PLEASE MENTION THE ITEM NAME IN NSIC<br />

CERTIFICATE UNDER WHICH TENDERED<br />

ITEM IS COVERED<br />

7 Whether you have succeeded in securing orders<br />

<strong>for</strong> same items (item quoted), in competition (i.e.<br />

without price preference) with large scale units<br />

during the preceding 12 months (from the date of<br />

this tender. (say : yes or no)<br />

ANNEXURE-13<br />

Stamp and Signature of <strong>Bid</strong>der<br />

MH2145-C000-PP-RFQ-0026 Page 112 of 131


CERTIFICATE OF NON-INVOLVEMENT OF AGENT<br />

Hindustan Petroleum Corporation Limited<br />

New Delhi-110092<br />

Dear Sir,<br />

ANNEXURE‐ 14<br />

This is to certify that we have not engaged involve any Agent /Consultant/Retainer/Associate<br />

who is not an employee of (name of your company) <strong>for</strong> payment<br />

of any remuneration thereof in India or abroad. There<strong>for</strong>e, no Agent’s / Representative’s /<br />

consultant’s commission is payable in India or abroad against this Contract.<br />

Notes:<br />

1. This certificate should be issued in the Letter Head of the <strong>Bid</strong>der.<br />

Stamp and Signature of <strong>Bid</strong>der<br />

2. This certificate is to be issued only if there is no Agent /Consultant/Retainer/Associate is<br />

involved.<br />

MH2145-C000-PP-RFQ-0026 Page 113 of 131


PROFORMA FOR DETAILS OF INDIAN AGENT<br />

Hindustan Petroleum Corporation Limited<br />

New Delhi-110092<br />

Dear Sir,<br />

Following are the details of Indian agent/ consultant/representative<br />

.<br />

ANNEXURE-15<br />

S. No. Description <strong>Bid</strong>der’s response<br />

1. Name & address of agent / consultant /<br />

representative in India.<br />

2.<br />

The precise relationship between th<br />

bidder and their<br />

agent/consultant/representative in India.<br />

3. The mutual interest which the bidder and<br />

Agent / Consultant / Representative in<br />

India have in the Business of each other.<br />

4. Any payment which the Agent / Consultant<br />

/ Representative in India or abroad<br />

receives from the bidder whether as a<br />

commission <strong>for</strong> the contract or as a<br />

general retainer fee.<br />

5. Permanent Income Tax Account number of<br />

Agent / Consultant / Representative in India<br />

6. Permanent Income Tax account of bidder<br />

in his country and also in India, if<br />

applicable<br />

7. All services to be rendered by the Agent /<br />

Consultant / Representative<br />

8. <strong>Bid</strong>der to confirm copy of agreement with<br />

their Indian Agent is enclosed in unpriced<br />

bid.<br />

Stamp and Signature of <strong>Bid</strong>der<br />

Note: A<strong>for</strong>ementioned in<strong>for</strong>mation’s need to be supported with necessary documents<br />

MH2145-C000-PP-RFQ-0026 Page 114 of 131


DECLARATION DETAILS FOR MARINE TRANSIT INSURANCE<br />

( TO BE SUBMITTED BY FOREIGN BIDDER)<br />

1 Name of vessel<br />

2 Earliest Time Arrival (ETA)<br />

3 B/L No. No. & date<br />

4 Port of Loading<br />

5 Port of Discharge<br />

6 Final Place of Discharge<br />

7 Commodity<br />

8 No. & Type of Packages/<br />

packing dimensions/ weight<br />

9 Total Invoice Value (FOB) in<br />

<strong>for</strong>eign currency<br />

10 C & F Value (in INR) To be filled by<br />

11 Letter of Credit<br />

12 Purchase Order No. & Date<br />

13 Nature of shipment<br />

14 party / Supplier<br />

Signature & Stamp of the <strong>Bid</strong>der<br />

Annexure-16<br />

MH2145-C000-PP-RFQ-0026 Page 115 of 131


CHAPTER - 9<br />

BRIEF SUMMARY<br />

OF<br />

AGREED TERMS & CONDITIONS<br />

(A T & C)<br />

MH2145-C000-PP-RFQ-0026 Page 116 of 131


AGREED TERMS AND CONDITIONS<br />

This questionnaire duly filled shall be returned along with each copy of Un-priced bid.<br />

Clauses confirmed hereunder should not be repeated in the bid. ALL THE<br />

COMMERCIAL TERMS AND CONDITIONS SHOULD BE INDICATED IN THIS<br />

FORMAT ONLY. IF REQUIRED DETAILS INCLUDING DEVIATION TO GPC, IF ANY,<br />

SHOULD BE INDICATED AS AN ANNEXURE TO THIS FORMAT.<br />

In view of the rejection clause no. 12.0 of Chapter-2, will be strictly adhered to, bidders are<br />

advised to comply to the terms and conditions of the bid document in the First Instance itself.<br />

S.NO. DESCRIPTION BIDDER'S CONFIRMATION<br />

1 Confirm Your Offer is in complete compliance<br />

with the scope of supplies as specified in the<br />

<strong>Bid</strong> document<br />

2 Confirm you have quoted your prices strictly<br />

in the applicable Price schedule <strong>for</strong>mat<br />

(enclosed with the <strong>Bid</strong> document) along with<br />

Unit and Total Prices<br />

3 Specify Country of Origin of Goods offered<br />

4 Specify the Currency of quote (in accordance<br />

with terms specified in <strong>Bid</strong> document)<br />

5 Indicate estimated shipping<br />

weight and Volume<br />

net and gross<br />

6 INSPECTION :<br />

7<br />

Confirm your quoted prices are inclusive of all<br />

testing and inspection requirements as<br />

specified in the bid document. However, in<br />

addition to <strong>Bid</strong>der’s own inspection, goods<br />

and services will be subject to inspection<br />

(stage wise and final as specified in MR) by<br />

Owner/Owner’s Consultant <strong>for</strong> which no extra<br />

charges shall be payable by Owner, since all<br />

travel, personal and incidental expenses of<br />

Owner’s inspectors shall be borne by<br />

Owner/owners’ consultant.<br />

Confirm acceptance / compliance with the<br />

following conditions /clauses of the <strong>Bid</strong><br />

document<br />

(i) Confirm price basis of your offer is strictly in<br />

accordance with Cl. nos 1 and 3 of Special<br />

Conditions of Purchase.<br />

(ii) Confirm You have furnished <strong>Bid</strong> security<br />

(Bank Guarantee) <strong>for</strong> the requisite amount<br />

in the required <strong>for</strong>mat as per terms of bid<br />

MH2145-C000-PP-RFQ-0026 Page 117 of 131


S.NO. DESCRIPTION BIDDER'S CONFIRMATION<br />

document<br />

(iii) Confirm that You shall furnish Contract<br />

Per<strong>for</strong>mance Bank Guarantee<br />

(Per<strong>for</strong>mance Security) as per terms of <strong>Bid</strong><br />

document.<br />

(iv) Confirm your Firm delivery period shall be<br />

strictly as per requirement specified in the<br />

<strong>Bid</strong> <strong>Document</strong>.<br />

(v) Confirm that Your offer will remain Valid <strong>for</strong><br />

acceptance <strong>for</strong> a period of 120 days from<br />

the <strong>Bid</strong> due date or extended due date (if<br />

the same is extended).<br />

(vi) Confirm that the quoted prices shall remain<br />

FIRM AND FIXED till complete execution<br />

of Order<br />

(vii) Confirm that Guarantee / Warranty shall<br />

be as per Special Conditions of Purchase.<br />

(viii) Confirm that the Force Majeure shall be<br />

as per General Purchase Conditions<br />

(ix) Confirm acceptance of Price Reduction <strong>for</strong><br />

delay in delivery as per Chapter-4 , Special<br />

Conditions of Purchase<br />

(x) Confirm total acceptance to Payment<br />

Terms as per Chapter-4, Special<br />

Conditions of Purchase<br />

(xi) Arbitration clause shall be as per<br />

tender<br />

xii) All the pages of the priced bid shall be<br />

signed by the authorised signatory. In case<br />

all the pages of the priced bids are not<br />

signed, the bid shall be liable <strong>for</strong> rejection.<br />

Please confirm<br />

xiii) Please confirm that your quoted price<br />

shall also include mandatory spares (if<br />

specified in the MR/ technical<br />

specifications) required <strong>for</strong> commissioning of<br />

the item.<br />

8 Confirm Terms related to Taxes and Duties<br />

shall be as per Provisions of <strong>Bid</strong> document<br />

MH2145-C000-PP-RFQ-0026 Page 118 of 131


S.NO. DESCRIPTION BIDDER'S CONFIRMATION<br />

9 All correspondence must be in English<br />

Language Only<br />

10 This clause is <strong>for</strong> Indian <strong>Bid</strong>ders only<br />

10.1 Indicate dispatch Point<br />

10.2 Confirm Quoted prices are inclusive of transit<br />

Insurance upto FOT site<br />

10.3 Indicate Rate of Central / Local Sales Tax<br />

(CST / LST) payable extra on finished goods<br />

10.4(i)<br />

(i) CST without Concessional Form C<br />

(ii) Local Sales Tax (in case supplies are<br />

made from Originating state) without<br />

concessional <strong>for</strong>m<br />

Indicate Present rate of Excise duty plus<br />

Education Cess applicable extra on finished<br />

goods<br />

(ii) Confirm that Excise Duty amount shall be<br />

reimbursed to seller only against receipt of<br />

CENVATABLE copy of Excise Invoice by<br />

Owner.<br />

10.5 If there is any variation in excise duty plus<br />

education cess on finished goods at the time<br />

of Supplies due to turnover, Confirm the<br />

same will be borne by the <strong>Bid</strong>der.<br />

10.6 In case (10.5) above is not acceptable,<br />

indicate maximum rate of Excise duty plus<br />

Education Cess chargeable.<br />

10.7 Statutory variation in Excise duty plus<br />

Education Cess and Sales tax during the<br />

contractual delivery period on Finished goods<br />

only will be to Owner's account as per tender<br />

terms.<br />

10.8 Confirm, if there is delay beyond contractual<br />

delivery date <strong>for</strong> reasons attributable to<br />

<strong>Bid</strong>der, any increase in Sales tax and / or<br />

excise duty plus education cess will be borne by<br />

the <strong>Bid</strong>der and any decrease shall be<br />

passed on to Owner in line with the tender terms<br />

10.9 Confirm, in case of delay in delivery, due to<br />

reasons attributable to <strong>Bid</strong>der, any new or<br />

additional taxes and duties imposed after<br />

contractual delivery dates shall be to <strong>Bid</strong>der's<br />

account.<br />

Excise Duty : _____ %<br />

Ed. Cess : _____%<br />

MH2145-C000-PP-RFQ-0026 Page 119 of 131


S.NO. DESCRIPTION BIDDER'S CONFIRMATION<br />

10.10 If offer is based on certain imported raw<br />

materials / components required <strong>for</strong> goods<br />

offered, Please note and specify the following<br />

:<br />

(i) Owner will not provide any Import License<br />

<strong>for</strong> the same<br />

(ii) Confirm that you have quoted prices on<br />

Merit rate of Customs duty<br />

essentiality certificate)<br />

(iii) Confirm you have furnished built in CIF<br />

import content in your price bid.<br />

(iv) Indicate rate of customs duty considered<br />

and included in the quoted prices<br />

(v) Indicate classification(s) under which<br />

<strong>Bid</strong>der intents to import<br />

(vi) Confirm that any upward variation due to<br />

wrong classification(s) considered in<br />

Offer shall be absorbed by the <strong>Bid</strong>der,<br />

whereas any downward variations on<br />

account of the same shall be passed on<br />

to the Owner.<br />

(vii) Please note and confirm that any<br />

variations in Foreign Exchange rates<br />

and in Customs duty shall be to Owner's<br />

account as per terms specified in the bid<br />

document.<br />

(viii) Confirm <strong>Bid</strong>der shall claim variation on<br />

account of Customs duty and / or <strong>for</strong>eign<br />

exchange rate, separately after receipt of<br />

goods at site, against documentary<br />

evidence<br />

10.11 In case there is a discrepancy in the taxes<br />

mentioned by bidders in un-priced bid and<br />

price bid, the taxes & duties as quoted in<br />

price bid shall prevail <strong>for</strong> evaluation and<br />

placement of Purchase Order (PO).<br />

11 This clause is <strong>for</strong> Foreign <strong>Bid</strong>ders only<br />

11.1 Indicate International sea Port of Exit( in case<br />

more than one, please indicate name of port<br />

with item nos. as per Price Schedule)<br />

11.2 (i) Letter of Credit shall be opened through a<br />

MH2145-C000-PP-RFQ-0026 Page 120 of 131


scheduled Bank and hence need not be<br />

confirmed.<br />

(ii) In case You insist <strong>for</strong> a confirmed LC,<br />

confirmation charges will be to your account.<br />

Confirm acceptance.<br />

11.3 Confirm your quoted prices include transit<br />

Insurance upto FOB Port of Shipment<br />

11.4 All taxes, duties and levies of any kin<br />

payable upto FOB Port of shipment shall be<br />

borne by the <strong>Bid</strong>der.<br />

11.5 All Bank Charges and Stamp duties payable<br />

outside India in connection with the payments<br />

to be made under the Purchase Order shall<br />

be borne by the <strong>Bid</strong>der. All Bank Charges<br />

and Stamp duties payable in India (only<br />

Owner's banker) shall be borne by the<br />

Owner.<br />

However, in case of amendment to LC arising<br />

out of supplier requirement / default all<br />

charges shall be borne by the supplier.<br />

11.6 Tender submitted directly by bidder and not<br />

through their Indian Representative. Please<br />

confirm<br />

11.7 In case of Foreign <strong>Bid</strong>der insisting <strong>for</strong> having<br />

Indian Agent, furnish the following :<br />

(i) The Unavoidable justification <strong>for</strong> engaging<br />

the Indian Agent<br />

(ii) Name and complete address of Indian<br />

Agent including Telephone & Fax<br />

number<br />

(iii) RBI Registration Number<br />

(iv) Agency's commission(including service<br />

tax @ 12.36%) included in Quoted prices<br />

as % of quoted FOB prices (Payable in<br />

equivalent non-convertible Indian<br />

Rupees upon complete execution of<br />

Order and supplies are received and<br />

acceptable at sites).<br />

(v) Submit Copy of agreement between<br />

Foreign <strong>Bid</strong>der and Indian Agent.<br />

(vi) In the event of any breach or default on<br />

the part of the supplier to disclose the<br />

agency arrangements in India, there<br />

would be penalty of banning business<br />

dealing and also payment of specified<br />

sum.<br />

MH2145-C000-PP-RFQ-0026 Page 121 of 131<br />

%


11.8<br />

Please Indicate the name and address of<br />

your Bankers<br />

12 Please confirm that you have not been<br />

banned or delisted by any Government or<br />

Quasi Government agencies or PSUs. If you<br />

have been banned, then this fact must clearly<br />

be stated. This does not necessarily be cause<br />

<strong>for</strong> disqualification. However, if this<br />

declaration is not furnished the bid shall be<br />

rejected as non-responsive.<br />

13 Please confirm that you have filled in, signed<br />

and attached the enclosed “Pro<strong>for</strong>ma of<br />

Declaration of Black Listing/Holiday Listing”<br />

along with your Unpriced offer.<br />

14 Confirm acceptance to part order. Offer <strong>for</strong><br />

items as per the terms specified in the bid<br />

document. For all items individual quantities<br />

will not be split.<br />

15<br />

Owner reserves the right to make any<br />

changes in the terms and conditions of bid<br />

document. Confirm.<br />

16 The <strong>Bid</strong>der is required to state whether any of<br />

the Director's <strong>Bid</strong>der is a relative of any<br />

Director of Owner or the <strong>Bid</strong>der is a firm in<br />

which any Director of Owner or his relative is<br />

a partner.<br />

MH2145-C000-PP-RFQ-0026 Page 122 of 131


17 (a) Confirm acceptance in Toto of the Terms<br />

and Conditions contained in the <strong>Bid</strong><br />

document<br />

(i) Instructions to <strong>Bid</strong>ders.<br />

(ii) Special Conditions of Purchase<br />

(iii) General Purchase conditions (GPC) <strong>for</strong><br />

indigenous and imports<br />

(iv) All other commercial documents /<br />

attachments / Chapters of the bid<br />

document<br />

(b) I n case of reservations, confirm that<br />

clause wise comments have been<br />

specified as annexure to this <strong>for</strong>mat.<br />

(c) All the terms and conditions have been<br />

indicated in this <strong>for</strong>mat (including<br />

Annexure, if any) and have been<br />

repeated in the <strong>Bid</strong> elsewhere. It is noted<br />

that terms and conditions<br />

indicated<br />

elsewhere including any printed terms and<br />

conditions shall not be considered by the<br />

owner<br />

18 Furnish Financial Turnover figures of last 3<br />

MH2145-C000-PP-RFQ-0026 Page 123 of 131


S.NO. DESCRIPTION BIDDER'S CONFIRMATION<br />

years of bidder / manufacturer and or trading<br />

company (house) which ever is applicable<br />

TURNOVER<br />

19.<br />

20. Deleted<br />

BIDDERS NAME :<br />

ADDRESS :<br />

SIGNATURE & SEAL:<br />

TEL NO.:<br />

FAX NO:<br />

2009-2010 (2009)<br />

2010-2011 (2010)<br />

2011 - 2012 (2011)<br />

In support of above <strong>Bid</strong>der shall<br />

enclose copies of its published Annual<br />

reports of preceding 3 years. Confirm<br />

compliance.<br />

<strong>Bid</strong>der to confirm they have Quoted <strong>for</strong> the no<br />

of days & Per Diem Rate <strong>for</strong> the Supervision<br />

Charges in their Price <strong>Bid</strong> only.<br />

MH2145-C000-PP-RFQ-0026 Page 124 of 131


Note:<br />

APPENDIX- 1<br />

UNPRICED SCHEDULE<br />

1. BELOW FORMAT SHOULD BE FILLED WITH QUOTED / UNQUOTED<br />

AGAINST EACH LINE ITEM & ATTACHED ALONGWITH UNPRICED BID<br />

(ENVELOPE NO 2)<br />

2. NO PRICE SHALL BE INDICATED IN UNPRICED BID. IF PRICES ARE<br />

INDICATED, THE BID SHALL BE LIABLE FOR REJECTION.<br />

3. PRICES SHALL BE INDICATED ONLY IN PRICED BID (ENVELOPE NO 3)<br />

MH2145-C000-PP-RFQ-0026 Page 125 of 131


SL.<br />

NO<br />

.<br />

UN-PRICED SCHEDULE CONFIRMATION FOR INDIAN BIDDERS (UNPRICED BID)<br />

Unit Price<br />

Excise Duty CST/LST/VAT Unit Freight Service Tax Unit Transit Unit Octroi / Total Price Total Import<br />

Valve Type<br />

Size<br />

(NPS)<br />

SCH/<br />

RATING<br />

COMMODITY CODE/ PIPE<br />

ACTUATOR REF No CLASS<br />

DESCRIPTION<br />

Qty<br />

(nos)<br />

Ex-works<br />

incl. P & F<br />

charges,<br />

taxes &<br />

duties incl<br />

custom<br />

Destination duties if<br />

HPCL any on Total Price<br />

component Exworks<br />

s<br />

excluding ED<br />

and raw & ST<br />

material on finished<br />

but<br />

goods<br />

In INR In INR<br />

(Applicable Without charges extra including cess on Insurance Entry Tax FOT site<br />

extra on concessional upto<br />

Freight Charges charges extra upto including all<br />

Col. 6) <strong>for</strong>m respective (applicable extra on extra upto respective taxes It duties,<br />

<strong>Project</strong><br />

(applicable<br />

Col. 10) respective project Freight, Service<br />

site(s)<br />

extra on<br />

project site.(Applica<br />

including all<br />

Tax on Freight,<br />

Col. 6+8) taxes & duties<br />

site (Applicable ble extra on Transit<br />

except Transit<br />

extra on Col. 6) Col.( 6+8+9) Insurance upto<br />

Insurance,<br />

) respective project<br />

Octori /<br />

site It Octroi/<br />

Entry Tax &<br />

Tax etc.<br />

Service Tax<br />

[{ (6)+(8)+(9)+<br />

(10)+(11)+(12)+<br />

% Amount % Amount In In INR % Amount % Amou % Amount Amount In<br />

CIF<br />

Value<br />

of<br />

Impo<br />

rt<br />

Cont<br />

ent<br />

include<br />

d in<br />

Col.<br />

7<br />

In INR<br />

amou<br />

considered<br />

value at<br />

and inclu<br />

Col.<br />

[Item-wise<br />

to be f<br />

Format<br />

(as e<br />

herewit<br />

Amount In<br />

In INR INR<br />

In INR<br />

nt In INR INR<br />

In<br />

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (9) (10) (11) (12) (13) (14) (15) (16<br />

1 Ball Valve<br />

2 Ball Valve<br />

3 Ball Valve<br />

4 Ball Valve<br />

5 Ball Valve<br />

8<br />

18<br />

12 600<br />

18 600<br />

8 600<br />

600 BA-C610-RG C1<br />

600 BA-C610-RG C1<br />

60-MOV-<br />

1010/1041 C1<br />

60-MOV-<br />

1016/1017 C1<br />

60-MOV-<br />

1018/1019/1<br />

020/1021<br />

C1<br />

BODY/BONNET – ASTM A216 WCB, TRIM -<br />

SS 316 SEALS PTFE. DIMENSIONS /<br />

DESIGN AS PER B 16.10 / BS EN ISO<br />

17292, API 6D. FLOATING BALL UP TO 3”.<br />

TRUNNION BALL ≥ 4”. REDUCED BORE,<br />

GEAR OP., RF<br />

BODY/BONNET – ASTM A216 WCB, TRIM -<br />

SS 316 SEALS PTFE. DIMENSIONS /<br />

DESIGN AS PER B 16.10 / BS EN ISO<br />

17292, API 6D. FLOATING BALL UP TO 3”.<br />

TRUNNION BALL ≥ 4”. REDUCED BORE,<br />

GEAR OP., RF<br />

01 <strong>Rewari</strong><br />

02 <strong>Rewari</strong><br />

MOTORISED WITH MANUAL OPERATION.<br />

RAISED FINISH / SERRATED FINISH 125<br />

AARH 02 <strong>Rewari</strong><br />

MOTORISED WITH MANUAL OPERATION.<br />

RAISED FINISH / SERRATED FINISH 125<br />

AARH<br />

MOTORISED WITH MANUAL OPERATION.<br />

RAISED FINISH / SERRATED FINISH 125<br />

AARH<br />

02 <strong>Rewari</strong><br />

04 <strong>Rewari</strong><br />

Q / NQ XXXX XX<br />

Q / NQ XXXX XX<br />

Q / NQ XXXX XX<br />

Q / NQ XXXX XX<br />

Q / NQ<br />

XXXX XX<br />

MH2145-C000-PP-RFQ-0026 Page 126 of 131<br />

XXX Q / NQ<br />

XXX Q / NQ<br />

XXX Q / NQ<br />

XXX Q / NQ<br />

XXX Q / NQ<br />

XXXX<br />

XXXX<br />

XXXX<br />

XXXX<br />

XXXX<br />

XXXX<br />

XXXX<br />

XXXX<br />

XXXX<br />

XXXX<br />

XXX XXXXXXXX XXXXX XXXXX<br />

XXX XXXXXXXX XXXXX XXXXX<br />

XXX XXXXXXXX XXXXX XXXXX<br />

XXX XXXXXXXX XXXXX XXXXX<br />

XXX XXXXXXXX XXXXX XXXXX


Note:<br />

1. BIDDERS ARE ADVICED NOT TO MENTION ANY RATES ON THE ABOVE SCHEDULE / SHEET.<br />

2. XXXX- In the above table indicates bidder has quoted <strong>for</strong> that item.<br />

MH2145-C000-PP-RFQ-0026 Page 127 of 131<br />

Signature & Stamp<br />

of <strong>Bid</strong>der


Name of <strong>Bid</strong>der :<br />

PROJECT: RKPL PACKAGE<br />

PACKAGE: BALL VALVES<br />

2. SUPERVISION CHARGES:<br />

Sr.<br />

No.<br />

1<br />

Description<br />

(2)<br />

Per Diem rates <strong>for</strong><br />

Assistance in<br />

Testing and<br />

Commissioning of<br />

MOV’s (DBIV & Ball<br />

Valves). The price<br />

shall be inclusive of<br />

Airfare, Boarding,<br />

Lodging, Local<br />

Transport, Incidental,<br />

Traveling etc. & all<br />

other expenses. For<br />

<strong>Rewari</strong><br />

Unit<br />

(3)<br />

DIEM<br />

rate<br />

(Per<br />

Man<br />

Day)<br />

Qty.<br />

(4)<br />

Unit Price per Man-day inclusive of all cost<br />

towards Air/ Rail fare, lodging,<br />

boarding, Traveling ,medical , local<br />

transport, all insurances,<br />

income/corporate<br />

(as may be applicable) ,incidental charges<br />

and all other expenses, taxes It<br />

duties etc. but excluding service tax<br />

(5)<br />

Q/NQ<br />

Note:<br />

1. BIDDERS ARE ADVICED NOT TO MENTION ANY RATES ON THE ABOVE SCHEDULE / SHEET.<br />

2. XXXX- In the above table indicates bidder has quoted <strong>for</strong> that item.<br />

Service Tax including cess applicable<br />

on<br />

Col. (5)<br />

(@ 12.36%)<br />

MH2145-C000-PP-RFQ-0026 Page 128 of 131<br />

(6)<br />

Total Price inclusive of all cost towards Air/ Rail fare,<br />

lodging, boarding, Traveling<br />

,medical , local transport, all insurances,<br />

income/corporate (as may be applicable)<br />

,incidental charges and all other expenses , taxes It<br />

duties etc. including service tax<br />

(7) = (5 + 6) x 4<br />

XXXXXXXXXXXXXXXXXXXXXXXXX XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX<br />

Signature & Stamp of <strong>Bid</strong>der


NAME OF BIDDER :<br />

PROJECT: RKPL PROJECT<br />

Package: BALL VALVES<br />

DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT, ITEM DETAILS OF IMPORT CONTENT AND RATES OF IMPORTS DUTY CONSIDERED AND INCLUDED IN<br />

QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE<br />

Sl.<br />

No.<br />

1.1<br />

1.2<br />

1.3<br />

1.4<br />

Item No.<br />

as per<br />

MR/ SOR<br />

DESCRIPTION<br />

Description of<br />

Imported Items<br />

TOTAL CIF IMPORT CONTENT<br />

Qty. of Imported<br />

Items<br />

(as applicable)<br />

(Unit____) *(1)<br />

CIF value of Import<br />

Content<br />

included in quoted<br />

supply prices<br />

on per (as<br />

applicable ) basis<br />

Currency<br />

Considered<br />

CUSTO<br />

M<br />

TARRIF<br />

NO.<br />

MH2145-C000-PP-RFQ-0026 Page 129 of 131<br />

RATE OF CUSTOM DUTY INCLUDED IDN QUOTED SUPPLY PRICES<br />

BASIC<br />

CUSTO<br />

MS<br />

DUTY<br />

(%)<br />

CVD + EDU. EDU.<br />

CESS ON CESS ON<br />

CVD CUSTOM<br />

(%) DUTY (%)<br />

NOTE: *(1) <strong>Bid</strong>der shall indicate CIF value against each quoted item and give description of goods along with its quantities (UNIT TO BE SPECIFIED BY<br />

THE BIDDER) location wise.<br />

(2) <strong>Bid</strong>der has to ensure that currency quoted in this <strong>for</strong>mat shall be same with the currency quoted in the Price schedule <strong>for</strong>mat.<br />

SAD<br />

(%)<br />

Signature & Stamp of <strong>Bid</strong>der<br />

TOTAL CUSTOM<br />

DUTY (%)


NAME OF BIDDER :<br />

PROJECT: RKPL PROJECT<br />

Package: VALVES<br />

Location: REWARI<br />

SL.<br />

NO. Type<br />

Size<br />

UN-PRICED SCHEDULE CONFIRMATION FOR FOREIGN BIDDERS (UNPRICED BID)<br />

SCH /<br />

RATING<br />

COMMODITY<br />

CODE /<br />

ACTUATOR<br />

REF NO<br />

PIPE<br />

CLASS<br />

Description of Items as per MR<br />

MH2145-C000-PP-RFQ-0026 Page 130 of 131<br />

Qty<br />

(Nos.)<br />

Unit FOB<br />

International sea<br />

port of<br />

exit Price<br />

including storage<br />

Total FOB<br />

International<br />

sea port of exit Price<br />

including storage (3 x<br />

4 )<br />

(Currency____ ) (Currency____ )<br />

Unit Price on CFR<br />

Mumbai<br />

Amount<br />

(Currency____ )<br />

Total Price on CFR<br />

Mumbai ”Qty X Unit<br />

CFR price”<br />

(3x6)<br />

Amount<br />

(Currency____ )<br />

Shipping Net Wt ( MT ) /<br />

Gross Wt ( MT )<br />

/ Volume ( M3)<br />

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (12)8)<br />

1 Ball<br />

Valve<br />

2 Ball<br />

Valve<br />

3 Ball<br />

Valve<br />

4 Ball<br />

Valve<br />

5 Ball<br />

Valve<br />

8<br />

18<br />

12<br />

18<br />

600 BA-C610-RG C1<br />

600 BA-C610-RG C1<br />

600<br />

600<br />

8 600<br />

60-MOV-<br />

1010/1041<br />

60-MOV-<br />

1016/1017<br />

60-MOV-<br />

1018/1019/1<br />

020/1021<br />

C1<br />

C1<br />

C1<br />

BODY/BONNET – ASTM A216 WCB, TRIM - SS 316 SEALS<br />

PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO<br />

17292, API 6D. FLOATING BALL UP TO 3”. TRUNNION BALL<br />

≥ 4”. REDUCED BORE, GEAR OP., RF<br />

BODY/BONNET – ASTM A216 WCB, TRIM - SS 316 SEALS<br />

PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO<br />

17292, API 6D. FLOATING BALL UP TO 3”. TRUNNION BALL<br />

≥ 4”. REDUCED BORE, GEAR OP., RF<br />

01 Q / NQ<br />

02 Q / NQ<br />

MOTORISED WITH MANUAL OPERATION. RAISED FINISH /<br />

SERRATED FINISH 125 AARH 02 Q / NQ<br />

MOTORISED WITH MANUAL OPERATION. RAISED FINISH /<br />

SERRATED FINISH 125 AARH 02 Q / NQ<br />

MOTORISED WITH MANUAL OPERATION. RAISED FINISH /<br />

SERRATED FINISH 125 AARH<br />

Note:<br />

1. BIDDERS ARE ADVICED NOT TO MENTION ANY RATES ON THE ABOVE SCHEDULE / SHEET.<br />

2. XXXX- In the above table indicates bidder has quoted <strong>for</strong> that item.<br />

04 Q / NQ<br />

XXXXXXXX XXXXXX XXXXXXX<br />

XXXXXXXX XXXXXX XXXXXXX<br />

XXXXXXXX XXXXXX XXXXXXX<br />

XXXXXXXX XXXXXX XXXXXXX<br />

XXXXXXXX XXXXXX XXXXXXX<br />

Signature & Stamp of <strong>Bid</strong>der<br />

XXXXXXXXX<br />

XXXXXXXXX<br />

XXXXXXXXX<br />

XXXXXXXXX<br />

XXXXXXXXX


2. SUPERVISION CHARGES:<br />

Sr.<br />

No.<br />

(1)<br />

1<br />

Description<br />

(2)<br />

Per Diem rates <strong>for</strong> Assistance in Installation, Testing and<br />

Commissioning of Shutdown Valve .The price shall be<br />

inclusive of Airfare, Boarding, Lodging, Local Transport,<br />

Incidental, Traveling etc. & all other expenses. For<br />

<strong>Rewari</strong>.<br />

MH2145-C000-PP-RFQ-0026 Page 131 of 131<br />

Unit<br />

(3)<br />

DIEM<br />

rate<br />

(Per<br />

Man<br />

Day)<br />

Qty.<br />

(4)<br />

Unit Price per Man-day<br />

inclusive of all cost towards Air/<br />

Rail fare, lodging, boarding,<br />

Traveling, medical , local<br />

Currency transport, all insurances,<br />

(5) income/corporate (as may be<br />

applicable) ,incidental charges<br />

and all other expenses, taxes &<br />

duties etc. but excluding<br />

service tax (6)<br />

Q/NQ<br />

Note:<br />

1. BIDDERS ARE ADVICED NOT TO MENTION ANY RATES ON THE ABOVE SCHEDULE / SHEET.<br />

2. XXXX- In the above table indicates bidder has quoted <strong>for</strong> that item.<br />

Service Tax including cess<br />

applicable on<br />

Col. (6)<br />

(@ 12.36%)<br />

(7)<br />

Total Price inclusive of all cost towards Air/<br />

fare, lodging, boarding,<br />

Traveling ,medical , local transport, all<br />

insurances, income/corporate (as may<br />

be applicable) ,incidental charges and all ot<br />

expenses , taxes & duties etc.<br />

including service tax<br />

(8) = (6 + 7) x 4<br />

XXXXXXXXXXXXXXXX XXXXXXXXXXXXXXXXXXXXX<br />

Signature & Stamp of <strong>Bid</strong>der


11111 WorleyParsons<br />

resources & energy<br />

EPMC Services <strong>for</strong> <strong>Rewari</strong>-<strong>Kanpur</strong> <strong>Pipeline</strong><br />

Material Requisition <strong>for</strong> Carbon Steel 8all<br />

Valves<br />

MH2145-COOO-PI-RFQ-0001<br />

29 April 2013<br />

Raheja Plaza 101, 1st Floor,<br />

LBS Marg, Ghatkopar (W),<br />

Mumbai- 400086, India<br />

Tel: +91 226781 8000<br />

Fax: +91 226781 8080<br />

© 2013Hydrocarbons


1111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

TABLE OF CONTENT<br />

1 SCOPE ................................................................................... 4<br />

1 . 1 Introduction ...................................................................................... 4<br />

1.2 Specific Definitions ........................................................................... 4<br />

2 CODES, REGULATIONS AND STANDARDS ............................... 4<br />

2.1 Codes and Standards ........................................................................ 4<br />

2.2 Reference <strong>Document</strong>s ....................................................................... 6<br />

2.3 <strong>Document</strong> Precedence ....................................................................... 6<br />

3 SCOPE OF WORK .................................................................... 7<br />

4 FINAL INSPECTION ................................................................. 7<br />

5 PREPARATION FOR SHiPMENT ................................................ 7<br />

6 SUPPLIER (VENDOR) DATA REQUIREMENT LIST (VDRL) .......... 8<br />

7 SPARES .................................................................................. 9<br />

8 GUARANTEE AND WARRANTY ................................................. 9<br />

9 DOCUMENT INDEX ................................................................ 10<br />

9.1 <strong>Project</strong> Specifications ...................................................................... 10<br />

9.2 Data Sheets ................................................................................... 10<br />

9.3 Material Take Off (MTO) .................................................................. 11<br />

N:\S13-MH-214S-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH214S-COOO-PI­<br />

RFQ-0001_REV O.DOC<br />

MH214S-COOO-PI-RFQ-0001<br />

Page 3 of 17


Iml WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

1 SCOPE<br />

1.1 Introduction<br />

This specification defines the minimum requirements <strong>for</strong> the Design, Fabrication,<br />

Inspection, Testing, <strong>Supply</strong> and Guarantee of Carbon Steel Ball Valves. These are to<br />

be procured <strong>for</strong> the RKPL <strong>Project</strong> by HPCL.<br />

1.2 Specific Definitions<br />

MANUFACTURER/<br />

SUPPLIER / VENDOR<br />

(SUPPLIER) The party which manufactures and/or supplies<br />

valves, technical documents / drawings and<br />

services to per<strong>for</strong>m the duties specified by<br />

OWNER<br />

2 CODES, REGULATIONS AND STANDARDS<br />

2.1 Codes and Standards<br />

SUPPLI ER shall meet or exceed the requirements of the latest edition of the following<br />

codes, regulations and standards, except as superseded herein. In case where more<br />

than one code, regulations or standard apply to the same condition, the most stringent<br />

shall be followed. In the event of conflict between this specification and other<br />

specifications or correspondence, the OWNER shall be consulted and a ruling in<br />

writing, shall be obtained be<strong>for</strong>e any work is started.<br />

The following codes and standards, to the extent specified herein, <strong>for</strong>m a part of this<br />

specification. When an edition date is not indicated <strong>for</strong> any code or standard, the latest<br />

edition in <strong>for</strong>ce at the time of Contract award shall apply:<br />

• ASME Boiler and Pressure Vessel Code, all applicable sections.<br />

• ASME B 16.34, Valves - Flanged, Threaded and Welding End<br />

• ASME B31.3, Process Piping<br />

N:\513-MH-2145-RKPL\ 11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH2145-COOO-PI·<br />

RFQ-0001_REV O.DOC<br />

MH2145-COOO-PI-RFQ-0001<br />

Page 4 of 17


1111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

• ASME B31.4, <strong>Pipeline</strong> transportation systems <strong>for</strong> Hydrocarbons and other<br />

liquids.<br />

• ASME B 1.1, Unified inch screw threads<br />

• ASME B 1.20.1, Pipe threads, general purpose (inch)<br />

• ASME B16.47, Large diameter steel flanges<br />

• ASME B16.5, Pipe flanges and flanged fittings<br />

• ASME B 16.10, Face-to-face and End-to-end dimensions of valves<br />

• ASME B 16.11, Forged fittings, socket-welding and threaded<br />

• ASME B16.9, Factory-Made Wrought Steel Butt Welding Fittings<br />

• API 594, Check valves: wafer and wafer-lug, and double flanged type.<br />

• API 598, Valve Inspection and Testing<br />

• API 599, Metal Plug Valves-Flanged, Threaded and Welding Ends<br />

• API 6FA, Specification <strong>for</strong> Fire test <strong>for</strong> valves<br />

• API 600, Steel Gate Valves - Flanged and Butt-welding ends, Bolted and<br />

Pressure seal bonnets<br />

• API 602, Compact Steel Gate Valves - Flanged, Threaded, Welding and<br />

Extended-body ends<br />

• API 607, Fire test <strong>for</strong> Soft-Seated quarter-turn valves<br />

• API 608, Metal Ball Valves - Flanged, Threaded, and Welding Ends<br />

• API 609, Lug and wafer type butterfly valves<br />

• API 60, Specification <strong>for</strong> pipeline valves (Gate, Plug, Ball and Check<br />

valves)<br />

• Annual book of ASTM standards<br />

• BS 1868, Steel Check valves (Flanged and Butt-welding ends) <strong>for</strong> the<br />

petroleum, petrochemical and allied industries<br />

• BS 1873, Steel Globe and Globe stop and Check valves (Flanged and Buttwelding<br />

ends) <strong>for</strong> the petroleum, petrochemical and allied industries<br />

N:\S13-MH-214S-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH214S-COOO-PI­<br />

RFQ-0001_REV O.DOC<br />

MH214S-COOO-PI-RFQ-0001<br />

Page 5 of 17


Iml WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

• BS 5351, Steel Ball valves <strong>for</strong> petroleum, petrochem ical and allied<br />

Industries<br />

• BS 5352, Steel wedge Gate, Globe and Check valves - 50mm and smaller<br />

<strong>for</strong> the petroleum and petrochemical and allied industries<br />

• BS 6755 Part 1, Testing of valves Part 1: Production pressure testing<br />

requirements<br />

• BS 6755 Part 2, Testing of valves Part 2: Specification <strong>for</strong> Fire-type testing<br />

requirements<br />

• BS EN 10204, Metallic products - Types of inspection documents<br />

• ISO 10474, Steel and steel products -Inspection documents<br />

2.2 Reference <strong>Document</strong>s<br />

The following general specification shall be used in conjunction with this specification<br />

where applicable:<br />

<strong>Project</strong> Specifications<br />

MH2145-COOO-PI-SPC-0001<br />

MH2145-COOO-PI-SPC-0002<br />

MH2145-COOO-PI-SPC-0003<br />

Piping Material Specification<br />

Specification <strong>for</strong> NDE<br />

Piping specification <strong>for</strong> welding<br />

M H2145-COOO-PI-S PC-0004 Specification <strong>for</strong> External Painting & Protective<br />

Coating<br />

MH2145-COOO-PI-SPC-0005 Specifica <strong>for</strong> Piping Fabrication and Erection<br />

MH2145-COOO-PI-SPC-0006 Specification <strong>for</strong> Valve<br />

MH2145-COOO-PI-SPC-0007 SpeCification <strong>for</strong> Pressure Testing of piping<br />

2.3 <strong>Document</strong> Precedence<br />

The SUPPLIER shall notify the OWNER of any conflict between this specification, the<br />

related Data Sheets, the Codes, Standards and any other Specifications referenced<br />

herein. Resolution and/or interpretation precedence shall be obtained from the<br />

OWNER in writing be<strong>for</strong>e proceeding with the Design or Manufacture.<br />

In case of conflict, the order of Precedence shall be:<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH2145-COOO-PI­<br />

RFQ-0001_REV O.DOC<br />

MH2145-COOO-PI-RFQ-0001<br />

Page 6 of 17


Iml WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

• Purchase Order<br />

• Valve Data Sheet(s)<br />

• <strong>Project</strong> Specifications and Standards<br />

• Referenced I ndustry Codes and Standards<br />

3 SCOPE OF WORK<br />

The SUPPLIER's scope of supply shall include the complete mechanical design,<br />

engineering, materials, fabrication, assembly, inspection, testing, painting,<br />

documentation, supply and shipment of carbon steel ball valves, in accordance with<br />

data sheet, all referenced specifications, drawings, codes and standards, <strong>for</strong> RKPL<br />

<strong>Project</strong>.<br />

4 FINAL INSPECTION<br />

Following the completion of painting of carbon steel ball valves, the SUPPLIER shall<br />

per<strong>for</strong>m a final inspection prior to preparation <strong>for</strong> shipment.<br />

5 PREPARATION FOR SHIPMENT<br />

One complete set of installation, operating and maintenance instructions shall be<br />

packed and shipped.<br />

All openings, flange facings, etc., shall be sealed with waterproof coverings <strong>for</strong><br />

shipping.<br />

Each valve item having a nameplate as specified by the Purchase Order and/or Valve<br />

Data Sheet shall have the nameplate permanently protected during welding, painting<br />

and shipping. The following in<strong>for</strong>mation shall be stamped on the nameplate:<br />

• Owner Name<br />

• Purchase Order Number:<br />

• Valve Tag Number<br />

• Valve Type<br />

• Valve Size & Rating<br />

• Manufacturer:<br />

• Serial Number:<br />

• Hydrostatic Test Pressure: (required on nameplate)<br />

• Year Built:<br />

• Maximum Working Pressure:<br />

• Maximum Temperature:<br />

• Maximum Test Pressure:<br />

• Design Code:<br />

N:\S13-MH-214S-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH214S-COOO-PI­<br />

RFQ-0001_REV O.DOC<br />

MH214S-COOO-PI-RFQ-0001<br />

Page 7 of 17


Iml WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

6 SUPPLIER (VENDOR) DATA REQUIREMENT LIST (VORL)<br />

The VENDOR shall supply three (3) copies of the Manufacturing Dossier, which shall<br />

contain as a minimum the following:<br />

(i) Certified mill test certification showing the chemical and physical properties of<br />

material used.<br />

(ii) Weld Procedures <strong>for</strong> all welding per<strong>for</strong>med.<br />

(iii) Weld Procedure Qualification <strong>for</strong> all welding per<strong>for</strong>med including Non­<br />

Destructive and Mechanical Test Results.<br />

(iv) Welder Qualification Certificates.<br />

(v) Fabrication weld map drawings identifying each weld with a unique weld<br />

number and the welder's identification clearly marked against it.<br />

(vi) Inspection and testing reports carried out. The reports shall contain, where<br />

applicable, the following:<br />

• Ultrasonic Testing Results<br />

• Radiography Results<br />

• Visual I nspection Reports<br />

• Magnetic Particle / Dye Penetrant I nspection Reports<br />

(vii) A Certified Copy of all Hydrostatic Pressure Test Charts<br />

(viii) Recommended two years Operational Spare Parts List<br />

(ix) Vendor drawings complete with keyed parts lists <strong>for</strong> all valves<br />

(x) Installation, operation and maintenance manuals<br />

Inspection <strong>Document</strong>ation and Material Certification shall con<strong>for</strong>m to EN 10204 Type<br />

"8" Certificates (ISO 10474, 3.1 B).<br />

All original radiographs shall be available to the OWNER <strong>for</strong> review upon request.<br />

All final "As-Built" VENDOR data shall be supplied in electronic copy, in addition to<br />

hard copies.<br />

N:\S13-MH-214S-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH214S-COOO-PI­<br />

RFQ-0001_REV O.DOC<br />

MH214S-COOO-PI-RFQ-0001<br />

Page 8 of 17


11111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

7 SPARES<br />

The three basic categories of spare parts are as follows:<br />

• Commissioning Spare Parts<br />

All spare parts shall meet all specifications and quality standards as the original parts<br />

and shall be packaged <strong>for</strong> shipment and storage in accordance with requirements of<br />

OWNER.<br />

8 GUARANTEE AND WARRANTY<br />

The SUPPLIER shall guarantee that all valves and its internals within his scope of<br />

supply shall meet the per<strong>for</strong>mance requirements as stated in the data sheets,<br />

specification and other applicable documents when operating under the specified<br />

design and operating conditions.<br />

The SUPPLIER shall be responsible <strong>for</strong> Mechanical Guarantee <strong>for</strong> the Valves.<br />

The SUPPLIER shall warrantee the mechanical design, material, workmanship and<br />

per<strong>for</strong>mance requirements as stated in this requisition continuously <strong>for</strong> all conditions<br />

stated, <strong>for</strong> 24 months after commissioning or 36 months after shipment, whichever is<br />

earlier.<br />

During the warranty period, any part of the valves proves defective; VENDOR shall at<br />

its option either repair or replace such defective parts at their own cost and expenses.<br />

The SUPPLIER shall guarantee that all work will be per<strong>for</strong>med in accordance with<br />

good and sound engineering and construction practices and within the requirements of<br />

this requisition.<br />

The SUPPLIER shall agree to promptly correct, at his own cost at site, all the defects<br />

and mal-per<strong>for</strong>mance of the valves supplied by SUPPLIER to comply with obligation<br />

expressed or implied under the Request <strong>for</strong> Quotation (RFQ) and to extend the<br />

warranty period <strong>for</strong> the duration required to remedy such defects.<br />

The SUPPLIER shall guarantee the stability of the material of construction <strong>for</strong> the<br />

duties required, even if the COMPANY has specified the type and the grade of<br />

material to be used.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH2145-COOO-PI·<br />

RFQ-0001_REV O.Doe<br />

MH2145-COOO-PI-RFQ-0001<br />

Page 90117


1111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

9.3 Material Take Off (MTO)<br />

<strong>Document</strong> Number <strong>Document</strong> Title Rev<br />

MH2145-C060-PI-MTO-0006 6" and above Ball Valve MTO at <strong>Rewari</strong> 0<br />

MH2145-C090-PI-MTO-0006 6" and above Ball Valve MTO at Bharatpur 0<br />

MH2145-C100-PI-MTO-0006 6" and above Ball Valve MTO at Mathura 0<br />

MH2145-C110-PI-MTO-0006 6" and above Ball Valve MTO at Saiyyadpur Pran 0<br />

M H2145-C 120-PI-MTO-0006 6" and above Ball Valve MTO at <strong>Kanpur</strong> 0<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH2145-COOO-PI·<br />

RFQ-0001_REV O.DOC<br />

MH2145-COOO-PI-RFQ-0001<br />

Attached<br />

(Yes/No)<br />

Yes<br />

Yes<br />

Yes<br />

Yes<br />

Yes<br />

Page 11 of 17


1111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

APPENDIX A1: DATA SHEET<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH2145-COOO-PI­<br />

RFQ-0001_REV O.DOC<br />

MH2145-COOO-PI-RFQ-0001<br />

Page 12 of 17


'ml WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

APPENDIX A2: PROJECT SPECIFICATION<br />

N:\S13-MH-214S-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH214S-COOO-PI­<br />

RFQ-0001_REV O.DOC<br />

MH214S-COOO-PI-RFQ-0001<br />

Page 13 of 17


Worley Parsons<br />

resources & energy<br />

EPMC Services <strong>for</strong> <strong>Rewari</strong>-<strong>Kanpur</strong><br />

<strong>Pipeline</strong><br />

MH214S-COOO-PI-SPC-0002<br />

10 April 2013<br />

Raheja Plaza,1 st Floor,<br />

LBS Marg, Ghatkopar (West),<br />

Mumbai- 400086, India<br />

Telephone: +91 226781 8000<br />

Fax: +91 226781 8080<br />

www.worleyparsons.com<br />

© 2013Hydrocarbons<br />

Specification <strong>for</strong> NDE


11111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI - KANPUR PIPELINE<br />

SPECIFICATION FOR NDE<br />

SYNOPSIS<br />

This document presents the Specification <strong>for</strong> NDE <strong>for</strong> the EPMC Services <strong>for</strong> <strong>Rewari</strong>-<strong>Kanpur</strong><br />

<strong>Pipeline</strong>.<br />

This report has been prepared on behalf of and <strong>for</strong> the exclusive use of HPCL, and is subject to and<br />

issued in accordance with the agreement between HPCL and WorleyParsons. WorleyParsons<br />

accepts no liability or responsibility whatsoever <strong>for</strong> it in respect of any use of or reliance upon this<br />

report by any third party.<br />

Copying this report without the permission of HPCL or WorleyParsons is not permitted.<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

REV DESCRIPTION ORIG<br />

o ISSUED FOR USE<br />

SAWS<br />

REVIEW WORLEY­<br />

PARSONS<br />

APPROVAL<br />

PISK! TELS ARYV<br />

DATE CLIENT DATE<br />

APPROVAL<br />

1 D-APR-2013<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR NDE\MASTER COPy\MH2145-COOO-PI­<br />

SPC-0002_REV O.DOC<br />

MH2145-COOO-PI-SPC-0002 Page 2 OF 10


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR NDE<br />

TABLE OF CONTENTS<br />

1.0 INTRODUCTION ................................................................................................................ 4<br />

2.0 SCOPE ............................................................................................................................... 5<br />

3.0 CODES, REGULATIONS AND STANDARDS .................................................................. 5<br />

4.0 VISUAL INSPECTION ........................................................................................................ 6<br />

5.0 NON DESTRCTIVE EXAMINATION .................................................................................. 8<br />

6.0 APPLICABLE NOTES ....................................................................................................... 9<br />

ATTACHEMENT -1<br />

(TABLE-1: CLASS, TYPE & EXTENT OF WELD EXAMINATION)<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR NDE\MASTER COPy\MH2145-COOO-PI-SPC-<br />

0002_REV O.DOC<br />

MH2145-COOO-PI-SPC-0002 Page 3 OF 10


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR NDE<br />

1.0 INTRODUCTION<br />

Hindustan Petroleum Corporation Limited (hereinafter referred to as "HPCL") proposes to lay cross<br />

country multiproduct white oil pipeline (440 Km) <strong>for</strong> distribution of products in Northern India. The<br />

pipeline is proposed to be laid to transfer EURO-III MS, EURO-IV MS, EURO-III HSD, EURO-IV<br />

HSD and SKO from the existing Tap Off location at <strong>Rewari</strong> in Mundra Delhi <strong>Pipeline</strong> (MDPL) in<br />

Haryana upto <strong>Kanpur</strong> in Uttar Pradesh. The pipeline shall be laid from the existing Terminal at<br />

<strong>Rewari</strong>, in Haryana up to <strong>Kanpur</strong> in Uttar Pradesh. The product shall be made available from the<br />

existing Mundra - Delhi <strong>Pipeline</strong> and newly commissioned Guru Gobind Singh Refinery (GGSR) at<br />

Raman Mandi, Punjab thru Raman Mandi - Bahadurgarh <strong>Pipeline</strong>.<br />

HPCL has laid 1054 km Mundra Delhi <strong>Pipeline</strong> (herein after referred to as "MDPL) <strong>for</strong> transportation<br />

of multiproduct white oil from Mundra, in the state of Gujarat to Bahadurgarh, in Haryana (Near<br />

Delhi) Delhi <strong>Pipeline</strong> in the year 2007 <strong>for</strong> handling 5 grades of products. And 250 kms long cross<br />

country pipeline from Raman Mandi (Punjab) up to existing Terminal at Bahadurgarh (hereinafter<br />

referred to as 'RMBPL") <strong>for</strong> evacuation of white oil products from Guru Gobind Singh Refineries<br />

(hereinafter referred to as "GGSR"). Both the pipe lines have been commissioned and are in<br />

operation<br />

The brief details of the proposed new <strong>Rewari</strong>-<strong>Kanpur</strong> pipeline based on reconnaissance Survey and<br />

DFR are presented hereunder:<br />

<strong>Rewari</strong>- <strong>Kanpur</strong> <strong>Pipeline</strong><br />

Originating Point - <strong>Rewari</strong> (Existing Tap off Point of MDPL)<br />

Tap off Point - Mathura (Existing) & Bharatpur Depot (Existing)<br />

End Point - <strong>Kanpur</strong> (New Terminal)<br />

Products - 2 grades of MS (EURO III & EURO IV), 2 grades of HSD (EURO III &<br />

EURO IV) & SKO<br />

SECTION WISE PIPELINE DETAILS<br />

Section<br />

REWARI- BHARATPUR<br />

BHARATPUR-MATHURA<br />

MATHURA- SAIYYADPUR PRAN<br />

SAIYYADPUR PRAN - KANPUR<br />

Length in Kms<br />

138.50<br />

21.50<br />

118.80<br />

158.20<br />

Elevation in meters<br />

<strong>Rewari</strong> - 253<br />

Bharatpur - 179<br />

Mathura - 181<br />

Saiyyadpur Pran- 155<br />

<strong>Kanpur</strong>-130<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\ 11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR NDE\MASTER COPy\MH2145-COOO-PI-SPC-<br />

0002_REV O.DOC<br />

MH2145-COOO-PI-SPC-0002 Page 40F 10


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR NDE<br />

The product <strong>for</strong> the proposed pipeline shall be catered predominantly by Mundra Delhi <strong>Pipeline</strong> but<br />

provisions shall be made to utilize the products from GGSR refinery, by directly routing the product<br />

being pumped from Raman Mandi (By by-passing Bahadurgarh Tanks) or by pumping ex­<br />

Bahadurgarh Terminal tanks or both to be finalized during the course of detailed engineering.<br />

HPCL has engaged WorleyParsons Sea India Pvt. Ltd (Hereinafter referred to as "WorleyParsons")<br />

as the Engineering <strong>Project</strong> Management Consultant (hereinafter referred to as "EPMC") to engineer,<br />

organize and manage the project.<br />

Scope of EPMC services include Basic Engineering, Process Design, Detailed Engineering <strong>for</strong><br />

procurements, construction works and services, Tendering & submission of Techno-commercial<br />

recommendations, Inspection, material management, <strong>Project</strong> Management Services, Construction<br />

management / supervision, Quality Assurance and quality control, Safety Health & Environment, Precommissioning<br />

and commissioning, etc.<br />

2.0 SCOPE<br />

This specification covers the general requirements <strong>for</strong> non-destructive examination of shop<br />

& field fabricated piping.<br />

3.0 CODES, REGULATIONS AND STANDARDS<br />

3.1 Contractor shall meet or exceed the requirements of the latest edition of the following codes,<br />

regulations and standards, except as superseded herein. In cases where more than one code,<br />

regulation or standard apply to the same condition, the most stringent shall be followed. In the<br />

event of a conflict between this specification and other speCifications or correspondence, the<br />

OWNER shall be consulted and a ruling, in writing, shall be obtained be<strong>for</strong>e any work is started.<br />

• ASME Boiler and Pressure Vessel Code, all applicable sections.<br />

• ASME B31.3 & ASME B31.4<br />

• ASME B16.5 & B16.34<br />

• ASTM E10<br />

• API 1104, Welding of <strong>Pipeline</strong>s and Related Facilities<br />

• PFI ES-5, Cleaning of Fabricated Piping<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR NDE\MASTER COPy\MH2145-COOO-PI-SPC-<br />

0002_REV O.DOC<br />

MH2145-COOO-PI-SPC-0002 Page 5 OF 10


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR NDE<br />

3.2 The following General Specifications shall be used in conjunction with this specification<br />

where applicable:<br />

• MH2145-COOO-PI-BOD-0001 Piping Design Basis<br />

• MH2145-COOO-PI-SPC-0006 Specification <strong>for</strong> Valve<br />

• MH2145-COOO-PI-SPC-0003 Piping Specification <strong>for</strong> Welding<br />

• MH2145-COOO-PI-SPC-0001 Piping Materials specification<br />

3.3 Some requirements in this specification may be modified by specific requirements in the<br />

Purchase Specification. In case of conflict, the specific requirements supersede this<br />

specification.<br />

3.4 Any deviation from this specification must be approved, in writing, by OWNER. Such written<br />

approval must be obtained prior to the commencement of any work which would constitute<br />

such a deviation.<br />

4.0 VISUAL INSPECTION<br />

4.1 Weld shall be visually inspected wherever accessible in accordance with the following<br />

requirements:<br />

a) Internal misalignment 1.5 mm or less<br />

b) Cracks or lack of fusion Cracks or lack of fusion<br />

c) Incomplete penetration Depth shall not exceed the lesser of 0.8mm or<br />

(For other than 100% radiography butt 0.2 times thickness of thinner components joined<br />

weld) by butt weld. The total length of such<br />

imperfections shall not exceed 38 mm in any<br />

150mm of weld length<br />

d) Surface porosity and exposed slag Not permitted<br />

inclusions (4.7mm nom. Wall thickness<br />

and less)<br />

e) Concave root surface For single sided weld joints, concavity of the root<br />

surface shall not the total thickness of the joint,<br />

including rein<strong>for</strong>cement, to less than the<br />

N:\513-MH-2145-RKPL\ 11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR NDE\MASTER COPy\MH2145-COOO-PI-SPC-<br />

0002_REV O.DOC<br />

MH2145-COOO-PI-SPC-0002 Page 60F 10


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR NDE<br />

5.0 NON DESTRCTIVE EXAMINATION<br />

5.1 The type and extent of weld examination shall be in accordance with Summary of Piping<br />

Classes specified in Piping Material Specification (Doc. No. MH2145-COOO-PI-SPC-0001). All<br />

visual and supplementary methods of girth weld examination shall be in accordance with ASME<br />

B31.3 and the requirements of this specification.<br />

5.2 Welds between dissimilar materials shall be examined by method & to the extent required <strong>for</strong> the<br />

material having the more stringent examination.<br />

5.3 Certain categories of critical piping are classified under inspection Class IV (100% Radiography)<br />

as follows:<br />

a) High Pressure Classes above 600 #.<br />

b) Severe Cyclic As defined by ASME B31.3.<br />

c) Low Temperature Below temperature of -45 CC & all materials.<br />

d) Critical Service Hydrogen, Oxygen, NACE, Caustic, Chlorine & such<br />

other critical services.<br />

e) High Alloys 5 Cr & above <strong>for</strong> all pressure classes.<br />

tj High Temperature Above 500'C<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR NDE\MASTER COPy\MH2145-COOO-PI-SPC-<br />

0002_REV O.DOC<br />

MH2145-COOO-PI-SPC-0002 Page 8 OF 10


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR NDE<br />

6.0 Applicable Notes<br />

6.1 Branch welds shall consist of the welds between the pipe & rein<strong>for</strong>cing element (if any), nozzles<br />

& rein<strong>for</strong>cing element and the pipe & nozzle under the rein<strong>for</strong>cing element. Rein<strong>for</strong>cing element<br />

to be interpreted as pads, saddles, weldolet, sockolet, etc.<br />

6.2 Seal welds of threaded joints shall be given the same examination as socket welds.<br />

6.3 The Magnetic Particle & the Liquid Penetrant method of examination shall be in accordance with<br />

Section V of the ASME Boiler & Pressure Vessel Code, Article VII and VI respectively. The entire<br />

area of the accessible finished weld surface shall be examined. Selected root runs, subjected to<br />

a maximum of 10%, be<strong>for</strong>e finished weld, may also be examined, at the discretion of the<br />

Engineer-in-charge.<br />

a) Wherever MP 1 LP testing is specified, either MP or LP test may be used. Wherever only MP<br />

test is specified, LP method of examination may be used only if MP examination is impracticable<br />

in the field as concurred by ElL site-in charge.<br />

For 100% radiography classes fillet welds shall be 100 % MP tested <strong>for</strong> CS/AS classes and<br />

100% DP tested <strong>for</strong> SS classes.<br />

b) "Random 10%" of Liquid Penetrant 1 Magnetic Particle test shall mean testing, by applicable<br />

test, one weld <strong>for</strong> each ten welds or less made by the same welding procedure or operator or<br />

both. Similarly "Random 20%" shall mean testing, by applicable test, one weld <strong>for</strong> each five<br />

welds or less made by the same welding procedure or operator or both.<br />

c) When Liquid Penetrant examination is specified, the surface shall be free of peened<br />

discontinuities. Abrasive blast cleaning shall be followed by light surface grinding prior to Liquid<br />

Penetrant examination.<br />

d) Inspection shall be per<strong>for</strong>med in the welds excluding those <strong>for</strong> which radiography has been<br />

done.<br />

e) Girth weld, branch weld, attachment weld & socket weld of 3-1/2 Ni steel shall be Liquid<br />

Penetrant tested only when welded with austenitic material where MP test has been specified.<br />

6.4 Radiography:<br />

a) "Random 10% or 20% radiography" shall mean examining not less than one from each 10<br />

welds or less in case of "Random 10% radiography" or one from each five welds or less in case<br />

of "Random 20% radiography" made by the same welding procedure or welder or both.<br />

Irrespective of percentage, no. of welds to be radiographed shall be minimum 1. However first<br />

two welds made by each welder shall also be radiographed in case of "Random radiography".<br />

Welds selected <strong>for</strong> examination shall not include flange welds and shall be radiographed <strong>for</strong> their<br />

entire length. However, where it is impossible or impracticable to examine the entire weld length<br />

of field welds <strong>for</strong> either random or 1 00% radiography, and if the same impossibility is agreeable<br />

to ElL site-in- charge, then a single 120 deg. exposure of the weld length may be given a<br />

Magnetic Particle test or Liquid Penetrant test. However in such cases <strong>for</strong> ferro-magnetic<br />

materials, only MP test shall be acceptable <strong>for</strong> classes higher than 600#.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR NDE\MASTER COPy\MH2145-COOO-PI-SPC-<br />

0002_REV O.DOC<br />

MH2145-COOO-PI-SPC-0002 Page 9 OF 10


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR NDE<br />

b) In-process examination shall not be substituted <strong>for</strong> any required radiographic examination.<br />

c) Number of radiographs per one circumferential weld shall be as per ASME Sec.V Articles 2<br />

and 22.<br />

6.5 For branch connections, lP/MP tests shall be done on root pass and final pass.<br />

6.6 Hardness Test:<br />

Hardness test <strong>for</strong> each weld shall be in accordance with ASTM Specification E10, ASME 831.3<br />

and as called <strong>for</strong> in Piping Material Specification, and shall be made after final heat treatment<br />

(wherever heat treatment is specified in welding specification). The hardness limit applies to the<br />

weld and heat affected zone. Hardness test of the heat affected zone shall be made at a point as<br />

near as practicable to the edge of the weld. One test per weld shall be per<strong>for</strong>med.<br />

Hardness where specifically called out in Piping Material Specification, shall be carried out<br />

irrespective of thickness and to the extent (% age) as mentioned therein.<br />

6.7 For fabricated fittings lP test shall be done on the final pass of welding only, in addition to visual<br />

examination.<br />

6.8 For mitres and fabricated reducers, lP / MP test shall be done on root pass in addition to<br />

radiography applicable to circumferential joint of respective piping class.<br />

6.9 As per TAC requirements, 10% of the butt weld joints shall be radiographed, however, 50% of<br />

these butt weld jOints shall be field weld jOints.<br />

6.10 In lines where weld joints are subjected to Stress relieving, Radiography/any NOT <strong>for</strong><br />

acceptance of the joint as required by the specification shall be carried out only after stress<br />

relieving.<br />

6.11 For lined specs, testing (MP/lP/Radiography etc.) shall be per<strong>for</strong>med be<strong>for</strong>e lining.<br />

6.12 Weld deposits should be checked <strong>for</strong> ferrite content. A Ferrite Number (FN) not less than 3 %<br />

and not more than 10 % is required to avoid sigma phase embrittlement during heat treatment.<br />

FN shall be determined by Ferritescope or may be calculated using Schaffler or Delong<br />

diagrams (the Delong diagram should be used if FCAW welding is per<strong>for</strong>med), prior to post<br />

weld heat treatment.<br />

6.13 Hardness test <strong>for</strong> welds of all classes of Hydrogen service of carbon steel (<strong>for</strong> thickness under<br />

19 mm) is required and it is 10%.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR NDE\MASTER COPy\MH2145-COOO-PI-SPC-<br />

0002_REV O.DOC<br />

MH2145-COOO-PI-SPC-0002 Page 10 OF 10


ATTACHEMENT - 1<br />

TABLE 1 : CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTO .. )<br />

INSPECTION SERVICE METERIAL P. NO. TEMP. PRESSURE APPLICABLE TYPE OF REMARK<br />

CLASS DEG.C CLASS PIPING CLASS EXAMINATION TYPE OF WELD EXAMINED<br />

B16.5/B16.34<br />

GIRTH SOCKET ATIACAH- FABRICATED<br />

BUTI WELD MENTWELD BRANCH WELD<br />

WELD (NOTE 6.2) (NOTE 6.1)<br />

1 2 3 4 5 6 7 8 9 10 11 12 13<br />

I UTILITY WATER CARBON STEEL 1 0 A1U a)<br />

AND TO 150# VISUAL 100% 100% 100% 100%<br />

FIREWATER 186 UPTO<br />

10.55 b)<br />

RADIOGRAPHY --- --- --- ---<br />

KG/CM2 (NOTE 6.4)<br />

c)<br />

MPILP --- --- --- 10%<br />

(NOTE 6.3, 6.7)


· TABLE-l : CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTO .. )<br />

INSPECTION SERVICE METERIAL P. NO. TEMP. PRESSURE APPLICABLE TYPE OF REMARK<br />

CLASS DEG.C CLASS PIPING CLASS EXAMINATION TYPE OF WELD EXAMINED<br />

B16.5/B16.34<br />

GIRTH SOCKET ATTACAH- FABRICATED<br />

BUTT WELD MENTWELD BRANCH WELD<br />

WELD (NOTE 6.2) (NOTE 6.1)<br />

1 2 3 4 5 6 7 8 9 10 11 12 13<br />

II<br />

PROCESS<br />

HYDROCARBON<br />

-29 TO 150# A1 a)<br />

(HSD III, HSD IV, MS III,<br />

MS IV, SKO),<br />

CARBON STEEL 1 427<br />

300# B1 VISUAL 100% 100% 100% 100%<br />

PROCESS DRAINS 600# C1<br />

b)<br />

900# D1 RADIOGRAPHY 100% --- --- ---<br />

C2 (NOTE 6.4)<br />

c)<br />

MP/LP (NOTE<br />

-- -- --- -<br />

LP (NOTE 6.3, 6.7) --- 100% 10% 100%<br />

d)<br />

HARDNESS NOTE 6.6 NOTE 6.6 NOTE 6.6 NOTE 6.6


TABLE-l : CLASS, TYPE & EXTENT OF WELD EXAMINATION<br />

INSPECTION SERVICE METERIAL P.NO. TEMP. PRESSURE APPLICABLE TYPE OF REMARK<br />

CLASS DEG.C CLASS PIPING CLASS EXAMINATION TYPE OF WELD EXAMINED<br />

B16.5/B16.34<br />

GIRTH SOCKET ATIACAH- FABRICATED<br />

BUTI WELD MENTWELD BRANCH WELD<br />

WELD (NOTE 6.2) (NOTE 6.1)<br />

1 2 3 4 5 6 7 8 9 10 11 12 13<br />

II -29 TO 150# A5 a)<br />

CHEMICAL DOSING SS316 8 500 300# & VISUAL 100% 100% 100% 100%<br />

600# C5<br />

b)<br />

900# RADIOGRAPHY 20% --- --- ---<br />

(NOTE 6.4)<br />

c) .<br />

MP/LP (NOTE<br />

LP (NOTE 6.3, 6.7) --- 20% --- 20%<br />

d)<br />

HARDNESS NOTE 6.6 NOTE 6.6 NOTE 6.6 NOTE 6.6


•<br />

Worley Parsons<br />

resources & energy<br />

EPMC Services <strong>for</strong> <strong>Rewari</strong>-<strong>Kanpur</strong><br />

<strong>Pipeline</strong><br />

Piping Specification <strong>for</strong> Welding<br />

MH2145-COOO-PI-SPC-0003<br />

10 April 2013<br />

Raheja Plaza,1 st Floor,<br />

LBS Marg, Ghatkopar (West),<br />

Mumbai- 400086, India<br />

Telephone: +91 22 6781 8000<br />

Fax: +91 226781 8080<br />

www.worleyparsons.com<br />

© 2013Hydrocarbons


•<br />

Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI - KANPUR PIPELINE<br />

PIPING SPECIFICATION FOR WELDING<br />

SYNOPSIS<br />

This document presents the Piping Specification <strong>for</strong> Welding <strong>for</strong> the EPMC Services <strong>for</strong> <strong>Rewari</strong>­<br />

<strong>Kanpur</strong> <strong>Pipeline</strong>.<br />

This report has been prepared on behalf of and <strong>for</strong> the exclusive use of HPCL, and is subject to<br />

and issued in accordance with the agreement between HPCL and WorleyParsons.<br />

WorleyParsons accepts no liability or responsibility whatsoever <strong>for</strong> it in respect of any use of or<br />

reliance upon this report by any third party.<br />

Copying this report without the permission of HPCL or WorleyParsons is not permitted.<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

REV DESCRIPTION ORIG<br />

o ISSUED FOR USE<br />

SAWS<br />

REVIEW WORLEY­<br />

PARSONS<br />

APPROVAL<br />

PISK/ TELS ARYV<br />

DATE CLIENT DATE<br />

APPROVAL<br />

1 D-APR-2013<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 2 OF 19


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

TABLE OF CONTENTS<br />

1.0 INTRODUCTION .................................................................................................. , ............. 5<br />

2.0 SCOPE ............................................................................................................................... 6<br />

3.0 CODES, REGULATIONS AND STANDARDS .................................................................. 6<br />

4.0 GENERAL .......................................................................................................................... 7<br />

4.1 Workmanship ..................................................................................................................... 7<br />

4.2 Contractor's Responsibility ................................................................................................ 7<br />

5.0 MATERIALS .......... , .............................................................................................. , ............. 7<br />

5.1 General .............................................................................................................................. 7<br />

5.2 Tools and Equipment ......................................................................................................... 7<br />

5.3 Welding Electrodes and Rods ........................................................................................... 7<br />

6.0 WELDING PROCEDURES .... .................................................................... '" ..................... 8<br />

6.1 Process .............................................................................................................................. 8<br />

7.0 JOINT PREPARATION ...................................................................................................... 9<br />

7.1 Pipe Surface ................................................................................ , ..................................... 9<br />

7.2 Pipe Cutting ....................................................................................................................... 9<br />

7.3 Bevels .............................................................................................................................. 10<br />

7.4 Alignment .............................................................. , .......................................................... 10<br />

8.0 WELDING DETAILS .................................................................... , ................................... 10<br />

8.1 General ............................................................................................................................ 10<br />

9.0 WELDING TECHNIQUES ................................................................................................ 11<br />

9.1 Horizontal Roll Welds ...................................................................................................... 11<br />

9.2 Horizontal Fixed Welds .................................................................................................... 11<br />

9.3 Vertical Welds .................................................................................................................. 12<br />

9.4 Fillet Welds ...................................................................................................................... 12<br />

9.5 Treatment of Underside of Weld ...................................................................................... 12<br />

9.6 Cleaning ............................................................................................................... , ........... 12<br />

9.7 Weld Identification ............................................................................................................ 13<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPy\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 3 OF 19


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

10.0 HEAT TREATMENT ......................................................................................................... 13<br />

1 0.1 Preheat ......................................................................................................................... 13<br />

10.2 Post heat ...................................................................................................................... 13<br />

10.3 Stress Relieving ........................................................................................................... 13<br />

11.0 QUALIFICATION OF WELDERS .................................................................................... 14<br />

11 .1 General ......................................................................................................................... 14<br />

11.2 Testing Welders ........................................................................................................... 15<br />

11.3 Test Welds Required .................................................................................................... 15<br />

11.4 Testing Coupons .......................................................................................................... 16<br />

11.5 Visual Examination ....................................................................................................... 16<br />

11.6 Guided Bend Tests ....................................................................................................... 16<br />

11.7 Nick-Break Tests .......................................................................................................... 16<br />

11.8 Extra Test ..................................................................................................................... 16<br />

11.9 Records ........................................................................................................................ 17<br />

12.0 FIELD INSPECTION ........................................................................................................ 17<br />

12.1 Inspection Methods ...................................................................................................... 17<br />

12.2 Non-Destructive Testing ............................................................................................... 17<br />

12.3 Inclement Weather ....................................................................................................... 17<br />

13.0 STANDARDS OF ACCEPTABILITY FOR PRESSURE PIPING .................................... 17<br />

13.1 General ......................................................................................................................... 1 7<br />

13.2 Weld Defects and Repairs ........................................................................................... 18<br />

13.3 Defects ......................................................................................................................... 18<br />

13.4 Repairs ......................................................................................................................... 18<br />

13.5 Notes ............................................................................................................................ 18<br />

14.0 GUARANTEE .................................................................................................................. 19<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPy\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 40F 19


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

1 .0 INTRODUCTION<br />

Hindustan Petroleum Corporation Limited (hereinafter referred to as "HPCL") proposes to lay cross<br />

country multiproduct white oil pipeline approximately (440 Km) <strong>for</strong> distribution of products in Northern<br />

India. The pipeline is proposed to be laid to transfer EURO-III MS, EURO-IV MS, EURO-III HSD,<br />

EURO-IV HSD and SKO from the existing Tap Off location at <strong>Rewari</strong> in Mundra Delhi <strong>Pipeline</strong><br />

(MDPL) in Haryana upto <strong>Kanpur</strong> in Uttar Pradesh. The pipeline shall be laid from the existing<br />

Terminal at <strong>Rewari</strong>, in Haryana up to <strong>Kanpur</strong> in Uttar Pradesh. The product shall be made available<br />

from the existing Mundra - Delhi <strong>Pipeline</strong> and newly commissioned Guru Gobind Singh Refinery<br />

(GGSR) at Raman Mandi, Punjab thru Raman Mandi - Bahadurgarh <strong>Pipeline</strong>.<br />

HPCL has laid 1054 km Mundra Delhi <strong>Pipeline</strong> (herein after referred to as "MDPL) <strong>for</strong> transportation<br />

of multiproduct white oil from Mundra, in the state of Gujarat to Bahadurgarh, in Haryana (Near<br />

Delhi) Delhi <strong>Pipeline</strong> in the year 2007 <strong>for</strong> handling 5 grades of products. And 250 kms long cross<br />

country pipeline from Raman Mandi (Punjab) up to existing Terminal at Bahadurgarh (hereinafter<br />

referred to as 'RMBPL") <strong>for</strong> evacuation of white oil products from Guru Gobind Singh Refineries<br />

(hereinafter referred to as "GGSR"). Both the pipe lines have been commissioned and are in<br />

operation<br />

The brief details of the proposed new <strong>Rewari</strong>-<strong>Kanpur</strong> pipeline based on reconnaissance Survey and<br />

DFR are presented hereunder:<br />

<strong>Rewari</strong>- <strong>Kanpur</strong> <strong>Pipeline</strong><br />

Originating Point - <strong>Rewari</strong> (Existing Tap off Point of MDPL)<br />

Tap off Point - Mathura (Existing) & Bharatpur Depot (Existing)<br />

End Point - <strong>Kanpur</strong> (New Terminal)<br />

Products - 2 grades of MS (EURO III & EURO IV), 2 grades of HSD (EURO III &<br />

EURO IV) & SKO<br />

SECTION WISE PIPELINE DETAILS<br />

Section<br />

REWARI- BHARATPUR<br />

BHARATPUR-MATHURA<br />

MATHURA- SAIYYADPUR PRAN<br />

SAIYYADPUR PRAN - KANPUR<br />

Length in Kms<br />

138.50<br />

21.50<br />

118.80<br />

158.20<br />

Elevation in meters<br />

<strong>Rewari</strong> - 253<br />

Bharatpur - 179<br />

Mathura - 181<br />

Saiyyadpur Pran- 155<br />

<strong>Kanpur</strong>-130<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPy\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 5 OF 19


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

2.0 SCOPE<br />

The product <strong>for</strong> the proposed pipeline shall be catered predominantly by Mundra Delhi <strong>Pipeline</strong> but<br />

provisions shall be made to utilize the products from GGSR refinery, by directly routing the product<br />

being pumped from Raman Mandi (By by-passing Bahadurgarh Tanks) or by pumping ex­<br />

Bahadurgarh Terminal tanks or both to be finalized during the course of detailed engineering.<br />

HPCL has engaged WorleyParsons Sea India Pvt. Ltd (Hereinafter referred to as "WorleyParsons")<br />

as the Engineering <strong>Project</strong> Management Consultant (hereinafter referred to as "EPMC") to engineer,<br />

organize and manage the project.<br />

Scope of EPMC services include Basic Engineering, Process Design, Detailed Engineering <strong>for</strong><br />

procurements, construction works and services, Tendering & submission of Techno-commercial<br />

recommendations, Inspection, material management, <strong>Project</strong> Management Services, Construction<br />

management / supervision, Quality Assurance and quality control, Safety Health & Environment, Precommissioning<br />

and commissioning, etc.<br />

This specification covers the minimum requirements <strong>for</strong> welding, thermal treatment, examination<br />

and testing of shop and field fabrication of piping and piping components.<br />

3.0 CODES, REGULATIONS AND STANDARDS<br />

3.1 Contractor shall meet or exceed the requirements of the latest edition of the following codes,<br />

regulations and standards, except as superseded herein. In cases where more than one code,<br />

regulation or standard apply to the same condition, the most stringent shall be followed. In the<br />

event of a conflict between this specification and other specifications or correspondence, the<br />

OWNER shall be consulted and a ruling, in writing, shall be obtained be<strong>for</strong>e any work is started.<br />

• ASME Boiler and Pressure Vessel Code, all applicable sections.<br />

• ASME B31.3, Process Piping<br />

• ASME B31.4, Liquid Hydrocarbon Transportation Piping<br />

• OISD - 141, Cross Country <strong>Pipeline</strong> Construction<br />

• Regulations of the authority having jurisdiction in the location of piping installation.<br />

3.2 Some requirements in this specification may be modified by specific requirements in the<br />

purchase specification. In case of conflict, the specific requirements supersede this specification.<br />

3.3 Any deviation from this specification must be approved, in writing, by OWNER. Such written<br />

approval must be obtained prior to the commencement of any work which would constitute such<br />

a deviation.<br />

3.4 Specifications<br />

• MH214S-COOO-PI-BOD-0001 Piping Design Basis<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPy\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 6 OF 19


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI·KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

4.0 GENERAL<br />

• MH2145-COOO-PI-SPC-0006 Specification <strong>for</strong> Valve<br />

• MH2145-COOO-PI-SPC-0005 Specification <strong>for</strong> Fabrication & Erection<br />

• MH2145-COOO-PI-SPC-0001 Piping Materials specification<br />

4.1 Workmanship<br />

Work shall be done by qualified and competent craftsmen in a neat and workmanlike manner<br />

con<strong>for</strong>ming to code requirements and industry standards.<br />

4.2 Contractor's Responsibility<br />

5.0 MATERIALS<br />

5.1 General<br />

(a) Contractor shall be responsible <strong>for</strong> con<strong>for</strong>mance to governing codes, Owner's<br />

specifications, drawings and legal and contractual requirements.<br />

(b) In the event of non-con<strong>for</strong>mance to each of the requirements in (a) above,<br />

OWNER may correct any deficiencies and the cost of such repairs shall be to<br />

Contractor's account.<br />

(a) All pipes shall be new and con<strong>for</strong>m to applicable specifications or standards.<br />

(b) All fittings shall be new and con<strong>for</strong>m to applicable specifications or standards as to<br />

size, type and material.<br />

5.2 Tools and Equipment<br />

(a) All tools and equipment used in the welding operations shall be in first class<br />

operating condition and shall be of a capacity suited to the work <strong>for</strong> which they are<br />

employed.<br />

(b) Contractor shall provide suitable wind guards, welder's plat<strong>for</strong>ms or bell holes when<br />

conditions warrant their use.<br />

5.3 Welding Electrodes and Rods<br />

(a) All gas welding rods must con<strong>for</strong>m to ASTM Specification A251-46T.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPy\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 7 OF 19


II WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

(b) All coated metal arc welding electrodes must con<strong>for</strong>m to ASTM Specification A233-<br />

55T.<br />

(c) Electrode and rod diameters shall con<strong>for</strong>m to the requirements of the bevels angle<br />

and usage.<br />

(d) Electrodes shall deposit weld metal within the limits of chemical composition and<br />

physical properties as specified <strong>for</strong> the materials to be joined.<br />

(e) Generally, all shop welding shall be done with low hydrogen type electrodes. Other<br />

types of electrodes shall be considered only if Contractor demonstrates to the<br />

OWNER that acceptable control can be maintained.<br />

(f) Electrodes and rods shall be protected from mechanical damage or deterioration and<br />

shall be rejected if found to be defective.<br />

(g) Contractor shall provide adequate drying ovens and take proper precautions in the<br />

storage and handling of low-hydrogen electrodes. Rods shall be heated in an 800


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

(c) The maximum individual layer thickness <strong>for</strong> submerged arc welds shall not exceed<br />

the following:<br />

(i) 1/2-inch <strong>for</strong> materials 1-1/4 inches thick and greater<br />

(ii) 3/8-inch <strong>for</strong> materials less than 1-1/4 inches thick<br />

(d) All butt welds in pipe two (2) inch Schedule 40 or larger shall be made by the<br />

shielded metal arc process. Root weld may be made by gas tungsten-arc process<br />

and must be made by this process if piping is to be subsequently internally coated.<br />

(e) Butt welds in pipe smaller than two (2) inch Schedule 40 must be welded by the oxyacetylene<br />

process using backhand method <strong>for</strong> first pass and <strong>for</strong>ehand method <strong>for</strong><br />

pass or passes so required.<br />

(f) All fillet welds, including small weldolets and socket welds, shall be made by the<br />

shielded metal arc process.<br />

(g) Longitudinal welds made by the submerged arc welding process shall be made only<br />

with removable starting and stopping tabs.<br />

(h) Permanently installed backing rings shall not be used without prior written approval<br />

by OWNER.<br />

(i) All welding procedures must be qualified <strong>for</strong> Charpy impact testing when the code<br />

requirements indicate that the parent material requires impact testing.<br />

(j) When impact tests are required, tests shall be taken from the weld and heat affected<br />

zone.<br />

7.0 JOINT PREPARATION<br />

7.1 Pipe Surface<br />

(a) Surface of pipe at areas to be welded shall be free from dirt, grease, scale, paint, grit<br />

or any other <strong>for</strong>eign material which may adversely affect the final weld quality.<br />

(b) Where welding pipe either to a flange or another pipe, there must be a band at least<br />

1" wide around the jOint that is free of all <strong>for</strong>eign matter.<br />

7.2 Pipe Cutting<br />

(a) When cutting pipe to length, it should be cut by mechanical means, if practical.<br />

(b) All ends that are to have flanges attached either in the shop or field must be cut true<br />

and square.<br />

N:\513-MH-2145-RKPl\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPy\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 9 OF 19


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

(e) Butt welds shall be slightly convex, of uni<strong>for</strong>m height, and have full penetration,<br />

unless otherwise approved.<br />

(f) For piping, limitations on weld rein<strong>for</strong>cement shall apply to the internal surfaces as<br />

well as to the external.<br />

(g) Fillet welds shall be of a specified size with full throat and the legs of uni<strong>for</strong>m length.<br />

(h) Arcs must be struck only in weld area and not on virgin surface. A close arc must be<br />

maintained while welding.<br />

(i) After each pass, the layer of weld metal must be cleaned to remove all slag and<br />

scale. Use wire brushes, grinder, or chipping hammer as needed to prepare proper<br />

surface <strong>for</strong> succeeding pass.<br />

(j) Repair, chipping or grinding of welds shall be done in such a manner as not to<br />

gouge, groove, or reduce the base metal thickness.<br />

(k) No welding shall be done if the temperature of the base metal is not at least 60Df=.<br />

Nor shall there be any welding done if there is moisture, grease, or any <strong>for</strong>eign<br />

matter on the joint to be welded<br />

9.0 WELDING TECHNIQUES<br />

9.1 Horizontal Roll Welds<br />

(a) When shielded metal arc welds are made in the horizontal rolled position the root<br />

pass shall be deposited by the "downhill" method of welding while the pipe remains in<br />

a horizontal fixed position. For all remaining passes the pipe may be horizontally<br />

rotated as the weld metal is deposited in the approximate top quadrant of the weld<br />

groove.<br />

(b) When oxy-acetylene welds are made in the horizontal rolled position the pipe shall be<br />

aligned and tack welded in a fixed position. The pipe may then be rotated and the<br />

weld deposited in the top quadrant by either the <strong>for</strong>ehand or backhand technique.<br />

9.2 Horizontal Fixed Welds<br />

(a) When shielded metal arc welds are made with the pipe in the horizontal fixed position<br />

the first pass or stringer bead shall be deposited by the "uphill" method of welding.<br />

All subsequent passes shall be deposited by the "uphill" method of welding.<br />

(b) The "downhill" method of welding <strong>for</strong> all passes may be used depending on the<br />

requirements of the local authority.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPY\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 11 OF 19


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

(c) Oxy-acetylene welds in the horizontal fixed position shall be deposited uphill by either<br />

the <strong>for</strong>ehand or backhand technique. The welder shall use the same technique in<br />

production as he used in his qualification test.<br />

9.3 Vertical Welds<br />

(a) When shielded metal arc welds are made with the pipe in an approximately vertical<br />

position, the deposition of weld metal shall be multiple beads deposited in an<br />

approximately horizontal plane. The cover pass may be deposited in beads or by a<br />

laced technique.<br />

(b) All oxy-acetylene welds in the vertical position shall be made by the backhand<br />

technique.<br />

9.4 Fillet Welds<br />

(a) When slip-on flanges are attached to pipe by welding and the weld is required to be<br />

made in either rolled or fixed positions, the inside weld shall be made first, followed<br />

by the weld at the reverse or back side of the flange.<br />

(b) When coupling and socket weld type fittings are attached to piping, the weld size<br />

shall be 1 .4 times the nominal pipe wall thickness.<br />

(c) All fillet welds shall be slightly concave and the length of each leg approximately<br />

equal.<br />

(d) Fillet welds attaching supports and other non-pressure attachments shall not exceed<br />

three-eighths (3/8) inch weld size.<br />

9.5 Treatment of Underside of Weld<br />

(a) The use of backing rings <strong>for</strong> butt welds is prohibited.<br />

(b) Excessive inside rein<strong>for</strong>cement of the root pass shall be removed by grinding where<br />

possible.<br />

(c) Back welding or repairing the root bead from the inside will not be allowed. Except in<br />

cases where the weld jOint will be stress relieved preheating to 400 or: will be required<br />

be<strong>for</strong>e attempting to back weld.<br />

9.6 Cleaning<br />

(a) All slag, knots of filler material and surface defects shall be removed between<br />

passes. Cleaning may be done with either hand or power tools. Flame gouging is<br />

prohibited.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPy\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 12 OF 19


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

(c) The stress relieving temperature to be attained shall be 1100F minimUm, 1150F<br />

maximum. The soak period at this temperature shall be one hour per inch of pipe<br />

wall thickness and in no case shall the soak period be less than one hour.<br />

(d) Rates of heating and cooling shall be in accordance with the requirements <strong>for</strong><br />

thermal stress relief presented in paragraph UCS-50, Section VIII of the ASME Boiler<br />

and Pressure Vessel Code, and in any event, the rate of heating above 6000f may<br />

not be more than 400°F per hour, nor the rate of cooling more than 500°F per hour<br />

above 600 OF.<br />

(e) For field stress relieving, a continuous temperature record or 10 minute interval log<br />

shall be furnished of the program from heating, soaking and cooling to 600Of. Two<br />

thermocouples shall be installed at each weld so that continuous readings can be<br />

assured in the event of thermocouple failure.<br />

(f) When field stress relieving, weld shall be insulated with 3-inch insulation <strong>for</strong> a<br />

minimum of 18 inches on each side of the weld and such insulation shall be left until<br />

the weld has cooled to 100 Of (hand hot).<br />

(g) Flange facings and threaded connections must be adequately protected against<br />

oxidation during stress relieving and must be cleaned and freed of defects after<br />

stress relieving.<br />

(h) No heat or welding may be applied to any piping or joint after stress relieving is<br />

complete unless the stress relieving is to be complete on any piping system be<strong>for</strong>e<br />

such system is pressure tested.<br />

(i) All stress relieving equipment shall be supplied at Contractor's expense.<br />

11.0 QUALIFICATION OF WELDERS<br />

11.1 General<br />

(a) Contractor shall use only competent skilled and qualified welders.<br />

(b) Each welder employed by Contractor shall be required to pass a welding test be<strong>for</strong>e<br />

being allowed to weld.<br />

(c) OWNER shall witness the test and judge the specimens. A welder may be<br />

disqualified at any time if the per<strong>for</strong>mance is judged unsatisfactory by OWNER.<br />

(d) A welder shall not be allowed to make any welds <strong>for</strong> which he has not been qualified<br />

and certified.<br />

(e) Cost of all welding Qualifications and <strong>for</strong> applicable testing requirement shall be bare<br />

by Contractor.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPy\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 14 OF 19


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

11.2 Testing Welders<br />

(a) Welders, welding operators shall be qualified according to the welding procedure in<br />

accordance with Section IX of the ASME Boiler and Pressure Vessel Code. A<br />

detailed record of this test must be kept showing date of last tests and must be<br />

certified by Contractor and accessible to OWNER.<br />

(b) The welding procedure in the above test will be adhered to during subsequent<br />

construction.<br />

(c) An identification number, letter, or symbol shall be assigned to each welder which will<br />

identify their work. Such identification will be recorded on the welder's qualification<br />

tests.<br />

(d) Contractor shall furnish all welding equipment and pipe and prepare all nipples used<br />

in testing the welders. Contractor shall bear all costs in connection with the test.<br />

11.3 Test Welds Required<br />

The following test welds shall be required to qualify a welder <strong>for</strong> each of the specified types of<br />

welding:<br />

(a) Shielded metal arc welders shall make one (1) test weld in the horizontal fixed<br />

position and one (1) in the vertical position. Qualification under this procedure shall<br />

also qualify a welder to make low pressure welds and horizontal roll welds. This test<br />

will be completed in accordance with Contractor's approved Registered Welding<br />

Procedure.<br />

(b) Oxy-acetylene welders shall make one (1) test weld in the horizontal fixed position,<br />

and one (1) weld in the vertical position. These tests also qualify the welder <strong>for</strong><br />

horizontal roll welds by oxy-acetylene welding.<br />

(c) Satisfactory passing of the shielded metal arc tests outlined above shall qualify a<br />

welder <strong>for</strong> work on all diameters and grades of carbon steel pipe in wall thickness up<br />

to and including 0.875 inches.<br />

(d) Qualification tests <strong>for</strong> oxy-acetylene welding shall be per<strong>for</strong>med on ASTM A 106<br />

Grade B Schedule 40 pipe, 2.375 inches in diameter or less on 0.280 inch wall<br />

thickness.<br />

(e) Satisfactory passing of the oxy-acetylene welding tests outlined above shall qualify a<br />

welder on all grades of carbon steel pipe 2.375 inches in diameter or less and 0.280<br />

inch wall thickness or less.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\ 11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPY\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 15 OF 19


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

11.4 Testing Coupons<br />

(a) Test coupons shall be torch cut, prepared and cooled to ambient temperature <strong>for</strong><br />

testing.<br />

(b) There shall be 2 specimens removed from each quadrant of the test coupon. One<br />

specimen will be <strong>for</strong> a root bend, the other <strong>for</strong> a face bend.<br />

(c) In addition 2 specimens will be prepared <strong>for</strong> nick-break tests.<br />

(d) Four (4) test coupons shall be removed from oxy-acetylene test welds, coupons shall<br />

be taken at 90 0 angles.<br />

11.5 Visual Examination<br />

(a) A test weld with a non-uni<strong>for</strong>m appearance or containing numerous visible surface<br />

defects may be rejected without mechanical testing.<br />

11.6 Guided Bend Tests<br />

11.7<br />

(a) Guided bend coupons, with weld rein<strong>for</strong>cement removed, shall be bent in a guided jig<br />

meeting the requirements of Section IX, ASME Code.<br />

(b) A guided bend test will be acceptable if no crack or other defect exceeds one-eighth<br />

(1/8) inch in any direction after the coupon has been bent 180 degrees, except that<br />

cracks occurring on the corners shall not be considered unless there is definite<br />

evidence that they result from inclusions or other internal defects.<br />

Nick-Break Tests<br />

Nick-break coupons with weld rein<strong>for</strong>cement intact shall be nicked through the centre of the<br />

weld on both edges, broken and examined visually. A nick-break test will be acceptable if the<br />

fractured surface reveals:<br />

(a) Complete penetration and fusion.<br />

(b) Not more than six (6) gas pockets per square inch or individual gas pockets no<br />

greater than one-sixteenth (1/16) inch.<br />

(c) No slag inclusions are greater than one-thirty second (1/32) inch in depth and<br />

separated by one-half (1/2) inch of sound weld metal.<br />

11.8 Extra Test<br />

If only one (1) coupon is unacceptable, another coupon may be removed adjacent to the one<br />

that failed. Should this coupon also be unacceptable, the welder will be disqualified.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\ 11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPy\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 16 OF 19


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

11.9 Records<br />

Records of qualification tests of each welder shall be retained by OWNER and Contractor<br />

and shall be available to those authorized to examine them.<br />

12.0 FIELD INSPECTION<br />

12.1 Inspection Methods<br />

(a) OWNER may use any method of inspection necessary to establish quality control<br />

and insure adherence to welding procedures. OWNER shall have the right to accept<br />

or reject any weld not meeting the requirements of this specification, or if Owner's<br />

inspector terms welds unacceptable to the service <strong>for</strong> which they are intended.<br />

(b) The completed weld shall present a uni<strong>for</strong>m and workmanlike appearance and shall<br />

be symmetrical to the centre line of the weld.<br />

(c) The weld shall be free from pinholes, undercutting and other visible defects.<br />

12.2 Non-Destructive Testi ng<br />

(a) Contractor shall be carried out DP test after every root run on entire welding scope of<br />

work at the expense of CONTRACTOR'S cost, unless otherwise specified.<br />

(b) Weld quality will be checked by radiographic inspection at the expense of<br />

CONTRACTOR'S, unless otherwise specified. Defects located by radiography shall<br />

not exceed the limits of the "Standards of Acceptability" as outlined in these<br />

Specifications.<br />

(c) OWNER may select any SECTION of welds <strong>for</strong> radiographic inspection. For quantum<br />

of radiography refer piping material specification (MH2145-COOO-PI-SPC-0001).<br />

12.3 Inclement Weather<br />

(a) Welding operations shall be suspended outdoors when in the opinion of Owner's<br />

representative the weather conditions are unsuitable <strong>for</strong> welding.<br />

13.0 STANDARDS OF ACCEPTABILITY FOR PRESSURE PIPING<br />

13.1 General<br />

These standards of acceptability apply to pipe welds based on the ASME 831.3 Process<br />

Piping Codes. OWNER may use any method of inspection necessary to establish quality<br />

control, and insure adherence to welding procedures. OWNER's welding inspector shall<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPy\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 17 OF 19


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

PIPING SPECIFICATION FOR WELDING<br />

14.0 GUARANTEE<br />

Contractor shall guarantee the piping against defective materials and poor workmanship <strong>for</strong> a<br />

period stated by Owner after the piping has been placed in regular operation, the total period not to<br />

exceed stated by owner at the time of commission. Contractor shall repair or make good, at his<br />

own expense, any defects noted during the guarantee period.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\PIPING SPECIFICATION FOR WELDING\MASTER COPy\MH2145-<br />

COOO-PI-SPC-0003_REV O_.DOC<br />

MH2145-COOO-PI-SPC-0003 Page 19 OF 19


•<br />

Worley Parsons<br />

resources & energy<br />

EPMC Services <strong>for</strong> <strong>Rewari</strong>-<strong>Kanpur</strong><br />

<strong>Pipeline</strong><br />

Specification <strong>for</strong> External Painting and protective<br />

Coating<br />

MH214S-COOO-PI-SPC-0004<br />

30 January 2013<br />

Raheja Plaza, First Floor<br />

LBS Marg, Ghatkopar (West)<br />

Mumbai - 400086 , India<br />

Telephone: +91 2267818000<br />

Fax: +91 2267818080<br />

© 2012Hydrocarbons


11111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

SYNOPSIS<br />

This document presents the Specification <strong>for</strong> painting and protective coating <strong>for</strong> the EPMC Services<br />

<strong>for</strong> <strong>Rewari</strong>-<strong>Kanpur</strong> <strong>Pipeline</strong>.<br />

This report has been prepared on behalf of and <strong>for</strong> the exclusive use of HPCL, and is subject to<br />

and issued in accordance with the agreement between HPCL and WorleyParsons.<br />

WorleyParsons accepts no liability or responsibility whatsoever <strong>for</strong> it in respect of any use of or<br />

reliance upon this report by any third party.<br />

Copying this report without the permission of HPCL or WorleyParsons is not permitted.<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

REV DESCRIPTION ORIG REVIEW WORLEY- DATE CLIENT DATE<br />

PARSONS APPROVAL<br />

APPROVAL<br />

0 ISSUED FOR USE 3O-JAN-13<br />

MAYMI TELS ARYV<br />

SAWS<br />

B ISSUED FOR CLIENT 22-JAN-13<br />

REVIEW MAYMI TELS ARYV<br />

SAWS<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 2 OF 28


1111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI- KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

TABLE OF CONTENTS<br />

1.0 SCOPE ............................................................................................................................... 4<br />

2.0 CODES, REGULATIONS AND STANDARDS ................................................................... 5<br />

3.0 GENERAL ........................................................................................................................... 7<br />

4.0 MATERIALS ........................................................................................................................ 8<br />

5.0 EXTENT OF PAINTING ...................................................................................................... 9<br />

6.0 EXPOSURE CONDITIONS .............................................................................................. 11<br />

7.0 AMBIENT LIMITATIONS .................................................................................................. 13<br />

8.0 SURFACE PREPARATION .............................................................................................. 14<br />

9.0 PRIMING AND FINiSHING ............................................................................................... 15<br />

10.0 INSPECTION .................................................................................................................... 20<br />

11.0 GUARANTEE .................................................................................................................... 21<br />

APPENDICES<br />

Appendix - 1.0 Color Code<br />

Appendix - 2.0 Exposure Areas<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WOR KING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-O Page 3 OF 28


11111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

1.0 SCOPE<br />

Hindustan Petroleum Corporation Limited (hereinafter referred to as "H PCl") proposes to lay<br />

cross country multiproduct white oil pipeline <strong>for</strong> distribution of products in Northern India. The pipeline<br />

shall be laid from the existing Terminal at <strong>Rewari</strong>, in Haryana up to <strong>Kanpur</strong> in Uttar Pradesh. The<br />

product shall be made available from the existing Mundra- Delhi <strong>Pipeline</strong> and Raman Mandi -<br />

Bahadurgarh <strong>Pipeline</strong>.<br />

The <strong>Rewari</strong>-<strong>Kanpur</strong> <strong>Pipeline</strong> should have all required facilities <strong>for</strong> pipeline transportation of petroleum<br />

products with end to end connectivity to the proposed Tap Off Stations and End Receipt Terminal and<br />

integration with the existing systems of MDPl and RMBPL. The facilities would include the Pump<br />

stations, Scrapper (Pigging) stations, SVs and end receiving station etc. The <strong>Pipeline</strong> sections would<br />

be provided with cathodic protection systems, OFC telecommunication system along with associated<br />

station facilities. Automation, Control and monitoring mechanisms <strong>for</strong> pipeline operations should be<br />

provided with PlC based logics and Instrumentation at various stations and with SCADA, Water<br />

IFoam Tender shall also be provided at stations. The scope includes study of existing Telecom &<br />

SCADA system of MDPl & RMBPl and integration of the systems.<br />

WorleyParsons scope of work is to provide EPMC services to HPCL.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 4 OF 28


• WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

2.0 CODES, REGULATIONS AND STANDARDS<br />

2.1 External painting and protective coating shall meet or exceed the requirements of the latest<br />

edition of the following codes, regulations and standards, except as superseded herein. In<br />

cases where more than one code, regulation or standard apply to the same condition, the<br />

most stringent shall be followed. In the event of a conflict between this specification and other<br />

specifications or correspondence, the OWNER shall be consulted and a ruling, in writing, shall<br />

be obtained be<strong>for</strong>e any work is started.<br />

• Codes, Regulations and Statutes of Authorities having jurisdiction in location of installation.<br />

• Steel Structures Painting Council Manual SSPC 1 to SSPC1 0<br />

• IS 2379 - Colour codes <strong>for</strong> the identification <strong>for</strong> pipelines<br />

• IS 101 - Methods of Tests <strong>for</strong> ready mixed paints and Enamels<br />

• ASA A 13.1 - 1981 - Scheme <strong>for</strong> Identification of piping system ANSI<br />

• Swedish Standard - SIS-OS 5900-1967/ ISO 8501-1 : 1988, <strong>for</strong> painting Steel Surfaces<br />

White Metal<br />

Near White Metal<br />

Commercial Blast<br />

Brush of blast<br />

SA3<br />

SA2%<br />

SA2<br />

SA 1<br />

• ISO 12944 - A global Corrosion Standard<br />

• Industry Quality Control Manual<br />

2.2 Some requirements in this specification may be modified by specific requirements in the<br />

Purchase Specification. In case of conflict, the specific requirements supersede this<br />

speCification.<br />

The order of precedence of documents is as follows:<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WOR KING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 5 OF 28


11111 Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI- KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

1 ) Purchase order.<br />

2) Equipment Data sheets<br />

3) This specification.<br />

4) Owner's Specifications<br />

5) Referenced International Codes and Standards.<br />

2.3 Any deviation from this specification must be approved, in writing, by OWNER. Such written<br />

approval must be obtained prior to the commencement of any work which would constitute<br />

such a deviation.<br />

N:\513-MH-2145-RKPL\ 11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 60F 28


• WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

3.0 GENERAL<br />

3.1 Workmanship<br />

Work shall be done by qualified and competent craftsmens in a neat and workman like manner<br />

con<strong>for</strong>ming to code requirements and industry standards.<br />

3.2 Marking Conditions<br />

Where elevated structures require marking <strong>for</strong> safety consideration, they shall be marked in<br />

accordance with the requirements or the Authority having jurisdiction.<br />

N:\513-MH-2145-RKPL\ 11 ENGINEERING\ 11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\ WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 7 OF 28


•<br />

Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

4.0 MATERIALS<br />

4.1 Storage of Materials<br />

Materials shall be stored in Manufacturer's containers, clearly marked with Manufacturer's<br />

labels, under Manufacturer's specified storage condition.<br />

4.2 Manufacturer's Recommendations<br />

Materials shall be used and applied in accordance with Manufacturer's recommendations<br />

which shall take precedence over this specification.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\ 11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 8 OF 28


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

5.0 EXTENT OF PAINTING<br />

5.1 Surfaces to be painted<br />

5.1.1 The following surfaces and materials shall require shop, pre-erection and<br />

field painting:<br />

• All uninsulated C.S. & A.S. equipment like columns, vessels, drums, storage tanks, heat<br />

exchangers, pumps, compressors, electrical panels and motors etc.<br />

• All uninsulated carbon and low alloy piping fittings and valves (including painting of<br />

identification marks), furnace, and stack.<br />

• All items contained in a package unit as necessary.<br />

• All structural steel work, pipe, structural steel supports, walkways, handrails, ladders,<br />

plat<strong>for</strong>ms etc.<br />

• Identification colour bands on all piping as required including insulated aluminium clad,<br />

galvanized, SS and nonferrous piping.<br />

• Identification lettering/ numbering on all painted surfaces of equipment/piping insulated<br />

aluminium clad, galvanized, SS and nonferrous piping<br />

• Marking / identification signs on painted surfaces of equipment/piping <strong>for</strong> Hazardous<br />

service.<br />

• <strong>Supply</strong> of all_,primers, paints and all other materials required <strong>for</strong> painting other than<br />

Owner's supply<br />

• Over insulation surface of equipments and pipes wherever required.<br />

• Painting under insulation <strong>for</strong> carbon steel and stainless steel as specified.<br />

• Repair work of damaged/ pre-erection/ fabrication shop primer and weld joints at field.<br />

5.2 Surfaces NOT to be painted<br />

5.2.1 The following are not to be painted and must be protected from painting:<br />

• Porcelain<br />

• Gauge Glasses<br />

• Meter Faces<br />

N :\513-MH-2145-RKPL \ 11 ENGIN EERING\ 11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 9 OF 28


1111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI- KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

• Valve Stem and Threads<br />

• Working Surfaces of Equipment<br />

• Name Plates<br />

• Aluminium, Plastic and Stainless Steel<br />

• Insulation or Fireproofing<br />

• Galvanized Steel<br />

• Concrete, Transite, Masonry, Stucco, Etc.<br />

5.2.2 All non-painted surfaces adjacent to panting surface must be masked & protected.<br />

Masking or compounds used to protect non-painted surface must be removed prior to<br />

completion of the job.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 10 OF 28


• WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

6.0 EXPOSURE CONDITIONS<br />

6.1 Coating requirements are primarily determined by exposure conditions. The types and<br />

severity of exposures are outlined in the Appendixes 2.0. These Appendices are to be used in<br />

selecting a coating system <strong>for</strong> facilities where conditions are expected to be similar to those<br />

shown as per the charts.<br />

6.2 Exposure conditions may overlap in a single location or a change in operation may bring a<br />

change of exposure conditions, either more or less severe.<br />

6.3 Exposure Areas selected <strong>for</strong> this specific project - Definitions<br />

6.3.1 Areas Classification C3 as per ISO 12944 (See Appendix 2.0).<br />

This exposure area shall be defined as any area where Urban and industrial atmospheres.<br />

Moderate sulphur dioxide levels Production areas with chemical fumes, mist or dust can<br />

combine with high humidity and condensed moisture to corrode carbon steel at rates greater<br />

than 150 micrometers per year and corrode zinc at rates greater than 25 micrometers per<br />

year. Local rates of pitting corrosion may be higher.<br />

Other areas that are having equipment and surfaces operating above 66°C and are subject to<br />

spills of corrosive materials<br />

Examples of areas where severe exposure conditions exist are sulphur plant areas, sulphur<br />

loading areas, chlorination units, areas within 15m radius of cooling towers and areas with<br />

high concentrations of solvent and alkaline fumes.<br />

6.3.2 Areas Classification C 1 /C2 as per I SO 12944.<br />

This exposure area shall be defined as Ruler area, Low pollution, heated buildings/Natural<br />

atmosphere, normal outdoor weathering and/or light concentrations of chemical fumes that<br />

combine with humidity and condensed moisture to corrode carbon steel at rates of 80<br />

micrometers or less per year and zinc is almost free of corrosion.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 11 OF 28


11111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

Examples of areas are most tank farms, areas where moderate exposure conditions may be<br />

found and equipment operating at a temperature such that condensation <strong>for</strong>ms on equipment<br />

externals<br />

6.4 Decide on the design life (durability) of the coating system<br />

ISO 12944 Durability ranges (Time to first major maintenance)<br />

High Durability<br />

Medium Durability<br />

Low Durability<br />

> 15 years design life<br />

5 to 15 years design life<br />

< 5 years design life<br />

For this <strong>Project</strong> specific Durability of 7 years selected.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 12 OF 28


•<br />

Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

7.0 AMBIENT LIMITATIONS<br />

7.1 Surface Preparation and Material Application<br />

Surface Preparation and Material application is advisable when ambient temperature of the<br />

atmosphere is at maximum level; Surface preparation and primer application shall be done<br />

only in painting Booth. Selected surface preparation standard <strong>for</strong> this project specific is SA 2 112<br />

unless specified exclusively otherwise.<br />

No surface preparation or application of material may take place under the following<br />

conditions:<br />

• Wet or damp atmosphere<br />

• Noticeable wind<br />

• Atmosphere contaminated by dirt, dust, oil, product or any other pollutant<br />

• No primer shall be applied without witnessing of surface preparation & paint mixing by<br />

<strong>Project</strong> Consultant.<br />

7.2 Ventilation<br />

During all stages of surface preparation and application of material, adequate ventilation must<br />

be assured.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\ WORKI NG\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 13 OF 28


•<br />

Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI- KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

8.0 SURFACE PREPARATION<br />

The type of surface preparation shall be in accordance with Appendix 2.0<br />

8.1 Abrasive Blast Cleaning<br />

8.1.1 The steel surface shall be cleaned by either abrasive blast cleaning or shot-blasting.<br />

8.1.2 All rough welds, burrs and sharp surface projections shall be ground smooth and all weld<br />

splatter shall be removed prior to blasting operations.<br />

8.1.3 Blast cleaning operations shall not be conducted on surfaces that will be wet after blasting and<br />

be<strong>for</strong>e coating,<br />

8.1.4 The blast cleaned surface shall be coated with one application of specified primer during the<br />

same day as blasted, prior to sundown of that day and be<strong>for</strong>e any visible rusting occurs. Blast<br />

cleaned surfaces allowed to set overnight shall be reblasted prior to priming.<br />

8.1.5 Sandblast sand shall be freshwater washed, controlled particle size, high silica content sand,<br />

with sharp angular surfaces and no soft particles to ensure fast, positive cleaning action with a<br />

minimum of dusting when used to blast clean metal surfaces. Under no circumstances shall it<br />

contain clay particles or any other extraneous matter.<br />

8.1.6 Profile depth of the abrasive blast cleaned surface shall not be less than 25 nor greater than<br />

40 micrometers<br />

8.1.7 The compressed air <strong>for</strong> blasting shall be free of water and oil.<br />

8.1.8 No coating shall be permitted to be applied over scale, rust, oil, grit or other <strong>for</strong>eign material.<br />

All sand, shot and grit will be removed by brush, air blast or vacuum type cleaner prior to<br />

applying primer. Care shall be exercised to assure that the cleaned surface is not<br />

contaminated with any <strong>for</strong>eign material or fingerprints prior to applying primer.<br />

8.1.9 Surface preparation of fabricated items to be painted in the shop shall be done in an area free<br />

of dust and contaminants from other shop work.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATI NG\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 14 OF 28


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REW ARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

9.0 PRIMING AND FINISHING<br />

9.1 Manufacturer'S Recommendations<br />

The finish and primer paint Manufacturer's recommendations on application and surface<br />

preparation are to take precedence over these general specifications.<br />

9.2 Application Procedures<br />

9.2.1 Mixing of Paint shall be done only in the presence of Consultant. The normal method of<br />

application shall be airless spraying method.<br />

9.2.2 The gun shall be at right angles to the surface and 20 cm to 25 cm from the surface.<br />

9.2.3 Each pass of the gun shall overlap by 50%.<br />

9.2.4 When a pause in spraying occurs, the material shall be blown back into the pot.<br />

9.2.5 The material in the pot shall be kept thoroughly mixed at all times.<br />

9.2.6 Any material not used in its pot life shall be destroyed and the containers used thoroughly<br />

cleaned.<br />

9.2.7 No spraying shall be done within 15 cm of unprepared surfaces.<br />

9.2.8 Prime coating shall be applied soon after preparation - be<strong>for</strong>e flash rusting occurs.<br />

9.2.9 Finish coating shall be applied as soon as possible after the underlying coat is in condition to<br />

receive it, according to Manufacturer's specifications.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-P I-SPC-0004-0 Page 15 OF 28


III' WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

9.2.10 Care must be taken to ensure that "hard to get at" places are properly primed and painted,<br />

that there is no bridging, etc.<br />

9.2.11 Thickness gauge shall be used to determine that a complete even coat has been applied <strong>for</strong><br />

each primer and finish coat.<br />

9.2.12 No coat shall be applied until the preceding coat has dried. The material shall be considered<br />

dry <strong>for</strong> re-coating when another coat can be applied without the development of any film<br />

irregularities such as lifting or loss of adhesion of undercoats. Drying time of the applied coat<br />

should not exceed maximum specified <strong>for</strong> it as a first coat; if it exceeds the paint material has<br />

possibly deteriorated or mixing is faulty.<br />

9.2.13 No paint shall be <strong>for</strong>ce dried under conditions which will cause checking, wrinkling, blistering<br />

<strong>for</strong>mation of pores, or detrimentally affect the conditions of the paint.<br />

9.2.14 No drier shall be added to paint on the job unless specifically called <strong>for</strong> in the manufacturer's<br />

specification <strong>for</strong> the paint.<br />

9.2.15 Paint shall be protected from rain, condensation, contamination, snow and freezing until dry<br />

to the fullest extent practicable.<br />

9.3 Types of Primer<br />

See Below Table.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0 .DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 16 OF 28


Sr.<br />

No.<br />

Worley Pa rsons<br />

A<br />

B<br />

C<br />

0<br />

E<br />

F<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

Description P01 P02 P03<br />

Epoxy Zinc<br />

Technical Name Phosphate<br />

Type of Composition<br />

Volume of Solids<br />

japprox.t<br />

Theoretical covering<br />

Primer<br />

Two<br />

Metallic Zinc Rich Inorganic Zinc<br />

Epoxy Primer Silicate<br />

Components Two components, Two Pack air<br />

Low VQC, High Composition and drying self<br />

Solids, fast per<strong>for</strong>mance solvent based<br />

Curing, requirements of inorganic Zinc<br />

pigmented with SSPC Paint 20 Silicate coating<br />

zinc phosphate<br />

70% 59% 60%<br />

Capacity in 4-6 8 - 10 8-9<br />

M2/coatJlitre (approx.)<br />

Loss Factor 40% 45% 35%<br />

Thinning 5% 5% 5%<br />

P04 POS<br />

Tank Mastic or Epliux FRX<br />

High Build Coal Durabuild<br />

tar Epoxy Coating<br />

Two pack Catalysed<br />

polyamide Epoxy resin<br />

curred epoxy with special<br />

resin blended catalyst,<br />

with coaltar pigmented<br />

medium, suitably with Zinc<br />

pigmented phosphate<br />

65% 60%<br />

5-7 4-8<br />

45% 30-35%<br />

5% 5%<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATI NG\WOR KI NG\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 17 OF 28


•<br />

Sr.<br />

No.<br />

A<br />

B<br />

C<br />

0<br />

E<br />

F<br />

G<br />

Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWAFlI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

9.4 Types of Intermediate/Finish Paint<br />

See below table <strong>for</strong> types of finish paint. Where required coats of finish as per appendix 2.0<br />

are to be applied, the first coat is to be discoloured (1 paint of contrasting shade to every<br />

gallon of main colour), so as to aid visual inspection <strong>for</strong> holidays, coverage and wear, etc.<br />

Description F01 F02 F03 F04<br />

Self priming type<br />

Acrylic Epoxy High build surface tolerant high<br />

Technical Name Polyurethane finish finish paint build epoxy coating.<br />

Type of Composition<br />

Volume of Solids (approx.)<br />

Theoretical covering<br />

paint (Polyamide) (complete rust control<br />

Coating)<br />

Epliux Super High<br />

Build Coating<br />

Two Pack aliphatic Two pack polyamide Two pack epoxy resin Catalysed Epoxy<br />

isocynate cured cured epoxy resin based suitable resin, suitably<br />

acrylic finish paint medium suitably pigmented and pigmented<br />

pigmented capable of adhering to<br />

manually prepared<br />

surface<br />

57% 62% 80% -<br />

Capacity in M2Icoatilitre 10-13 5-6 5-7 4-5<br />

(approx.)<br />

Weight per litre in kgs/litre<br />

(approx.)<br />

Loss Factor<br />

Thinning<br />

1.3 1.4 1.4 -<br />

30% 30% 30% 30-35%<br />

5% 5% 5% 5-8%<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 18 OF 28


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI- KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

10.0 INSPECTION<br />

10.1 The Owner's representative shall have access to all work while being per<strong>for</strong>med and shall be<br />

given sufficient notification to complete all required inspections.<br />

10.2 All prepared surfaces shall be subject to inspection by Owner's representative and approval<br />

be<strong>for</strong>e primer is applied.<br />

10.3 Measurement of paint dry film thickness will be made with a Mikrotest or similar gauge.<br />

Failure to meet specified thickness requirement shall cause work to be rejected.<br />

10.4 Paint shall not be thinned beyond Manufacturer's recommendation and if OWNER requires it,<br />

a viscosity check shall be made.<br />

10.5 Work will be rejected because of poor workmanship. Poor workmanship is defined as<br />

inadequate drying or curing, dirt and dust inclusions, overspray, pin-holes, runs and sags, or<br />

inadequate film build.<br />

10.6 Acceptable finish work must be free of abrasions and must be uni<strong>for</strong>m in colour and<br />

appearance.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 20 OF 28


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

11.0GUARANTEE<br />

Contractor shall guarantee painting against any defect including poor workmanship and<br />

improper application. This guarantee shall remain in effect <strong>for</strong> seven (7) years from the date<br />

painting is completed or after final inspection release note from consultant. Contractor shall<br />

repair at his own expense any defects noted during the guarantee period.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 21 OF 28


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI- KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

APPENDIX - 1.0<br />

PAINT COLOUR CODE FOR PIPING AND EQUIPMENT:<br />

SCOPE<br />

This specification covers the requirement of colour scheme <strong>for</strong> the identification of the contents of the<br />

pipelines carrying fluids, storage tanks and equipments in refineries, terminals and petrochemical<br />

installations The following colour coding system has been made based on international standards like<br />

ASME/ANSI, BS and Indian Standard.<br />

IDENTIFICATION<br />

The system of colour coding consists of a ground colour and secondary colour bands superimposed<br />

over the ground colour. The ground colour identifies the basic nature of the service and secondary<br />

colour band over the ground colour distinguishes the particular service. The ground coloLir shall be<br />

applied over the entire length of the uninsulated pipes. For insulated lines ground colour shall be<br />

provided as per specified length to identify the particular service. Above colour code is applicable <strong>for</strong><br />

both unit and offside pipelines.<br />

The following ground colour designation <strong>for</strong> identification of basic classification of various important<br />

services shall be followed:<br />

Post Office Red Fire protection materials<br />

Orange Volatile petroleum products (motor spirit and Lighter)<br />

Oxide Red<br />

Non- Volatile Petroleum Products (SKO and heavier,<br />

Including HSD)<br />

Black Slop Oils<br />

Sky Blue Water (All purities and temperature)<br />

Sea Green Air and its components<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 22 OF 28


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI- KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

Secondary colours: the narrow bands presenting the secondary colour which identifies the specific<br />

service may be applied by painting or preferably by use of adhesive plastic tapes of the specific<br />

colour.<br />

COLOUR BANDS AND IDENTIFICATION LETTERING<br />

Colour band and lettering shall be done in with the same paint as <strong>for</strong> finished coat. The details given<br />

in Industry Quality Control Manual shall only be followed, unless specified otherwise exclusively.<br />

The following specifications of colour bands shall be followed<br />

For identifying the piping contents, size of letters in legends will depend to some extent upon the pipe<br />

diameter. Either white or black letters are selected to provide max. contrast to the band colour. Bands<br />

usually are 50mm wide and regardless of band width, are spaced 25 mm apart when two bands are<br />

employed.<br />

Colour Bands and sizing of lettering <strong>for</strong> piping as per IS 2379:<br />

Size of Pipe or Covering in inch<br />

Width of Colour Bands in Size of Legend Letters in<br />

mm mm<br />

3,4" to 1" 200 10<br />

11/2" to 2" 200 20<br />

3" to 6" 300 30<br />

8" to 1 0" 600 63<br />

Over 10" 800 90<br />

Size of the letters stencilled 1 written <strong>for</strong> equipments shall be as given below:<br />

Vessel -<br />

Pump, and other machinery -<br />

150mm (Height)<br />

50 mm (Height)<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 23 OF 28


1111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

Colour Bands: The location and size of the Bands, as recommended, when used, shall be<br />

applied to the pipe.<br />

On both side of the Valves, tees and other fittings of importance.<br />

Where the pipe enters and emerges from wall and where it emerges from road and<br />

walkway overpasses, unit battery limits.<br />

At uni<strong>for</strong>m intervals along long section of pipe.<br />

Adjacent to Tanks, Vessels and Pumps.<br />

For piping, writing of name of service and direction of flow <strong>for</strong> all the lines shall be done at<br />

following location<br />

- The letters will be on Black on pipes painted with light shade colours and white on pipes<br />

painted with dark shade colour to give good contrast<br />

- On stainless steel line precaution should be taken while painting by using low chloride<br />

content<br />

Colour Band Specification:<br />

a) Unit area; bands at intervals of 6.0 Mtrs.<br />

b) Offsite area: Bands at intervals of 10.0 Mtrs.<br />

c) Each pipe segment will have min. one band indication, irrespective of length.<br />

d) The band shall be displayed near walkway, both side of culverts, tank dykes, tanks,<br />

Vessels, suction and discharge of Pumps, unit battery limit, near valves of line, etc.<br />

e) In case of camouflaging requirements of civil defence or any other location requirement,<br />

the same shall be followed accordingly.<br />

The specification <strong>for</strong> application of the complete piping identification colour code, including<br />

base and bands colours, are presented in the enclosed table<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0 .DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 24 OF28


• WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

Sr. No. Service Recommended color Code<br />

1 Hydrocarbon Lines (Uninsulated)<br />

2 M.S. ORANGE WITH 1 DARK AD, GREY<br />

3 HSD OXIDE RED WITH 1 WHITE BAND<br />

4 SKO OXIDE RED 1 GREEN BANDS<br />

5 ATF LIEF BROWN WITH 1 YEllOW BAND<br />

6 SLOP & WASTE OIL BLACK WITH ONE ORANGE BAND<br />

7 CORROSION INHIBIBITOR CANARY YELLOW WITH 1 ALUMINIUM BAND<br />

8 WATER LINES (UNINSULATED)<br />

9 RAW WATER SKY BLUE WITH 1 BLACK BAND<br />

10 POTABLE WATER SKY BLUE WITH GREEN RED BAND<br />

11 SERVICE WATER SKY BLUE WITH 1 SIGNAL RED BAND<br />

12 FIRE PROTACTION ABOVE GROUND(UNINSULATED)<br />

13<br />

FIRE WATER FOAM AND<br />

EXTINGUISHERS<br />

POST OFFICE RED<br />

14 UNINSULATED EQUIPMENT,TANKS & STRUCTURES<br />

15 VESSELS ALUMINIUM I OFF WHITE<br />

16 ALL OTHER TANKS ALUMINIUM I OFF WHITE<br />

17 PUMPS NEVY BLUE<br />

18 HAND RAILINGS SIGNAL RED<br />

19<br />

20<br />

STAIRCASE,LADDER &<br />

WALKWAYS<br />

LOAD LIFTING EQUIPMENTS &<br />

MONO RAILS<br />

BLACK<br />

LEAF BROWN<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 25 OF 28


11111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

Note:<br />

21 GENERAL STRUCTURES<br />

BLACK<br />

Contractor shall follow Camouflaging requirements at locations falling under Defence<br />

requirement.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WOR KING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 26 OF 28


Field Paint<br />

System <strong>for</strong><br />

CS Storage<br />

tanks<br />

(Internal) <strong>for</strong><br />

C3<br />

environments<br />

Coating<br />

system <strong>for</strong><br />

External Side<br />

of<br />

Underground<br />

CS Plant<br />

Piping &<br />

Tanks<br />

Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR HPCL'S REWARI - KANPUR PIPELINE PROJECT<br />

PAINTING SPECIFICATION<br />

Internal surface of Tanks<br />

Bottom plate and Tank -14 to<br />

shell up to 1 mtr. height 80<br />

from bottom plate<br />

Yard and Over the ditch 25 to<br />

coating 60<br />

1 coat of 1 coat of<br />

SA-2 V2 P03 of 7011 F04 of<br />

OFT 12511 OFT<br />

2 Coats of<br />

SA-2 V2 P02 of 75<br />

OFT<br />

4 mm Thk.<br />

Coaltar<br />

coating<br />

Wrapping<br />

as per<br />

AWWA-C-<br />

203 in 2<br />

layer of<br />

each 2<br />

mmThk<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR EXTERNAL PAINTING AND PROTECTIVE<br />

COATING\WORKING\MH2145-COOO-PI-SPC-0004-0.DOC<br />

MH2145-COOO-PI-SPC-0004-0 Page 28 OF 28<br />

195<br />

4mm


•<br />

Worley Parsons<br />

resources & energy<br />

EPMC Services <strong>for</strong> <strong>Rewari</strong>-<strong>Kanpur</strong><br />

<strong>Pipeline</strong><br />

Specification <strong>for</strong> Fabrication & Erection<br />

MH214S-COOO-PI-SPC-OOOS<br />

10 April 2013<br />

Raheja Plaza,1 st Floor,<br />

LBS Marg, Ghatkopar (West),<br />

Mumbai- 400086, India<br />

Telephone: +91 22 6781 8000<br />

Fax: +91 226781 8080<br />

www.worleyparsons.com<br />

© 2013Hydrocarbons


11111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI - KANPUR PIPELINE<br />

SPECIFICATION FOR FABRICATION & ERECTION<br />

SYNOPSIS<br />

This document presents the Specification <strong>for</strong> Fabrication & Erection <strong>for</strong> the EPMC Services <strong>for</strong><br />

<strong>Rewari</strong>-<strong>Kanpur</strong> <strong>Pipeline</strong>.<br />

This report has been prepared on behalf of and <strong>for</strong> the exclusive use of HPCL, and is subject to and<br />

issued in accordance with the agreement between HPCL and WorleyParsons. WorleyParsons<br />

accepts no liability or responsibility whatsoever <strong>for</strong> it in respect of any use of or reliance upon this<br />

report by any third party.<br />

Copying this report without the permission of HPCL or WorleyParsons is not permitted.<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

REV DESCRIPTION ORIG<br />

o ISSUED FOR USE<br />

SAWS<br />

REVIEW WORLEY­<br />

PARSONS<br />

APPROVAl<br />

PISK/ TELS ARYV<br />

DATE CLIENT DATE<br />

APPROVAl<br />

1 G-APR-2013<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR FABRICATION AND<br />

ERECTION\MASTER\MH2145-COOO-PI-SPC-0005_REV O.DOC<br />

MH2145-COOO-PI-SPC-0005 Page 2 OF 12


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR FABRICATION & ERECTION<br />

TABLE OF CONTENTS<br />

1.0 INTRODUCTION ................................................................................................................ 4<br />

2.0 SCOPE ............................................................................................................................... 5<br />

3.0 CODES, REGULATIONS AND STANDARDS .................................................................. 5<br />

4.0 GENERAL .......................................................................................................................... 6<br />

4.1 Definitions .......................................................................................................................... 6<br />

5.0 FABRICATION, SHOP AND FIELD .................................................................................. 7<br />

5.1 General .............................................................................................................................. 7<br />

5.2 Branch Rein<strong>for</strong>cement ....................................................................................................... 7<br />

5.3 Pipe Bending ...................................................................................................................... 7<br />

5.4 Materials ............................................................................................................................ 8<br />

5.6 Welding .............................................................................................................................. 8<br />

5.7 Hardness Testing and Heat Treatment ............................................................................. 9<br />

5.8 Inspection and Testing ....................................................................................................... 9<br />

5.9 Reports and Records ....................................................................................................... 1 0<br />

6.0 SHOP FABRICATED PiPiNG .......................................................................................... 11<br />

6.1 General ............................................................................................................................ 11<br />

6.2 Cleaning ........................................................................................................................... 12<br />

6.3 Marking ............................................................................................................................ 12<br />

6.4 Shipping ........................................................................................................................... 12<br />

N:\513-MH-214S-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOA FABRICATION AND<br />

E A ECTION\MASTE A\MH2145-COOO-PI-SPC-0005 _ A EV O.DOC<br />

MH214S-COOO-PI-SPC-OOOS Page 3 OF 12


II WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR FABRICATION & ERECTION<br />

1.0 INTRODUCTION<br />

Hindustan Petroleum Corporation Limited (hereinafter referred to as "HPCL") proposes to lay cross<br />

country multiproduct white oil pipeline (440 Km) <strong>for</strong> distribution of products in Northern India. The<br />

pipeline is proposed to be laid to transfer EURO-III MS, EURO-IV MS, EURO-III HSD, EURO-IV<br />

HSD and SKO from the existing Tap Off location at <strong>Rewari</strong> in Mundra Delhi <strong>Pipeline</strong> (MDPL) in<br />

Haryana upto <strong>Kanpur</strong> in Uttar Pradesh. The pipeline shall be laid from the existing Terminal at<br />

<strong>Rewari</strong>, in Haryana up to <strong>Kanpur</strong> in Uttar Pradesh. The product shall be made available from the<br />

existing Mundra - Delhi <strong>Pipeline</strong> and newly commissioned Guru Gobind Singh Refinery (GGSR) at<br />

Raman Mandi, Punjab thru Raman Mandi - Bahadurgarh <strong>Pipeline</strong>.<br />

HPCL has laid 1054 km Mundra Delhi <strong>Pipeline</strong> (herein after referred to as "MDPL) <strong>for</strong> transportation<br />

of multiproduct white oil from Mundra, in the state of Gujarat to Bahadurgarh, in Haryana (Near<br />

Delhi) Delhi <strong>Pipeline</strong> in the year 2007 <strong>for</strong> handling 5 grades of products. And 250 kms long cross<br />

country pipeline from Raman Mandi (Punjab) up to existing Terminal at Bahadurgarh (hereinafter<br />

referred to as 'RMBPL") <strong>for</strong> evacuation of white oil products from Guru Gobind Singh Refineries<br />

(hereinafter referred to as "GGSR"). Both the pipe lines have been commissioned and are in<br />

operation<br />

The brief details of the proposed new <strong>Rewari</strong>-<strong>Kanpur</strong> pipeline based on reconnaissance Survey and<br />

DFR are presented hereunder:<br />

<strong>Rewari</strong>- <strong>Kanpur</strong> <strong>Pipeline</strong><br />

Originating Point - <strong>Rewari</strong> (Existing Tap off Point of MDPL)<br />

Tap off Point - Mathura (Existing) & Bharatpur Depot (Existing)<br />

End Point - <strong>Kanpur</strong> (New Terminal)<br />

Products - 2 grades of MS (EURO III & EURO IV), 2 grades of HSD (EURO 111&<br />

EURO IV) & SKO<br />

SECTION WISE PIPELINE DETAILS<br />

Section<br />

REWARI- BHARATPUR<br />

BHARATPUR-MATHURA<br />

MATHURA- SAIYYADPUR PRAN<br />

SAIYYADPUR PRAN - KANPUR<br />

Length in Kms<br />

138.50<br />

21.50<br />

118.80<br />

158.20<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR FABRICATION AND<br />

ERECTION\MASTER\MH2145-COOO-PI-SPC-0005_REV O.DOC<br />

MH2145-COOO-PI-SPC-0005 Page 40F 12<br />

Elevation in meters<br />

<strong>Rewari</strong> - 253<br />

Bharatpur - 179<br />

Mathura - 181<br />

Saiyyadpur Pran- 155


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR FABRICATION & ERECTION<br />

2.0 SCOPE<br />

<strong>Kanpur</strong>-130<br />

The product <strong>for</strong> the proposed pipeline shall be catered predominantly by Mundra Delhi <strong>Pipeline</strong> but<br />

provisions shall be made to utilize the products from GGSR refinery, by directly routing the product<br />

being pumped from Raman Mandi (By by-passing Bahadurgarh Tanks) or by pumping ex­<br />

Bahadurgarh Terminal tanks or both to be finalized during the course of detailed engineering.<br />

HPCL has engaged WorleyParsons Sea India Pvt. Ltd (Hereinafter referred to as "WorleyParsons")<br />

as the Engineering <strong>Project</strong> Management Consultant (hereinafter referred to as "EPMC") to engineer,<br />

organize and manage the project.<br />

Scope of EPMC services include Basic Engineering, Process Design, Detailed Engineering <strong>for</strong><br />

procurements, construction works and services, Tendering & submission of Techno-commercial<br />

recommendations, Inspection, material management, <strong>Project</strong> Management Services, Construction<br />

management / supervision, Quality Assurance and quality control, Safety Health & Environment, Precommissioning<br />

and commissioning, etc.<br />

2.1 This specification together with the general piping drawings, line lists, data sheets, job<br />

specifications, inquiry and/or purchase order covers the requirements <strong>for</strong> the fabrication &<br />

erection related operations and examination of piping.<br />

2.2 The requirements of this specification apply equally to piping fabricated in the shop and in the<br />

field, except where specifically indicated to apply to one or the other.<br />

2.3 The requirements of this specification do not apply to the manufacture or mill inspection and<br />

testing of straight sections of the mill pipe or tubes purchased to ASTM or API and IS<br />

Standards and Specifications.<br />

3.0 CODES, REGULATIONS AND STANDARDS<br />

3.1 Contractor shall meet or exceed the requirements of the latest edition of the following codes,<br />

regulations and standards, except as superseded herein. In cases where more than one code,<br />

regulation or standard apply to the same condition, the most stringent shall be followed. In the<br />

event of a conflict between this specification and other specifications or correspondence, the<br />

OWNER shall be consulted and a ruling, in writing, shall be obtained be<strong>for</strong>e any work is started.<br />

• ASME Boiler and Pressure Vessel Code, all applicable sections.<br />

• ASME B31.3, Process Piping<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR FABRICATION AND<br />

ERECTION\MASTER\MH2145-COOO-PI-SPC-0005_REV O.DOC<br />

MH2145-COOO-PI-SPC-0005 Page 5 OF 12


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR FABRICATION & ERECTION<br />

• ASME B31.4, Liquid Transportation Systems <strong>for</strong> Hydrocarbons<br />

• API 1104, Welding of <strong>Pipeline</strong>s and Related Facilities<br />

• PFI ES-S, Cleaning of Fabricated Piping<br />

• Regulations, Codes and Statutes of the Authorities having jurisdiction in the location of<br />

Installation.<br />

3.2 The following General Specifications shall be used in conjunction with this specification<br />

where applicable:<br />

• MH214S-COOO-PI-BOD-0001 Piping Design Basis<br />

• MH214S-COOO-PI-SPC-0006 Specification <strong>for</strong> Valve<br />

• MH214S-COOO-PI-SPC-0003 Piping Specification <strong>for</strong> Welding<br />

• MH214S-COOO-PI-SPC-0001 Piping Materials specification<br />

3.3 Some requirements in this specification may be modified by specific requirements in the<br />

Purchase Specification. In case of conflict, the specific requirements supersede this<br />

specification.<br />

3.4 Any deviation from this specification must be approved, in writing, by OWNER. Such written<br />

4.0 GENERAL<br />

approval must be obtained prior to the commencement of any work which would constitute<br />

such a deviation.<br />

4.1 Definitions<br />

The following terms as used herein shall be understood to mean:<br />

Shop Fabricated Piping - Piping components or assemblies which are per<strong>for</strong>med or welded<br />

together, in a pipe fabricating shop located offsite, to <strong>for</strong>m integral pieces ready <strong>for</strong> assembly<br />

and erection This may include bending, <strong>for</strong>ming, threading, bevelling, welding or other<br />

operations necessary <strong>for</strong> such work and external welded attachments where specified.<br />

Field Fabricated Piping - All piping or assemblies which are fabricated on site, including<br />

bending, <strong>for</strong>ming, threading, bevelling, welding, assembly of shop fabricated piping or shop<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR FABRICATION AND<br />

ERECTION\MASTER\MH2145-COOO-PI-SPC-0005_REV O.DOC<br />

MH2145-COOO-PI-SPC-0005 Page 6 OF 12


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI·KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR FABRICATION & ERECTION<br />

fabricated fired heating tube assemblies, or other operations necessary <strong>for</strong> the erection and<br />

installation of a piping system, or fired heater tube assembly.<br />

5.0 FABRICATION, SHOP AND FIELD<br />

5.1 General<br />

5.1.1 Piping with meter runs shall be constructed to the tolerances specified in ASME 831.3. All<br />

accessible internal welds shall be ground smooth.<br />

5.1.2 In addition to the requirements of the applicable code, the following requirements shall be<br />

observed:<br />

(i) Location of field welds shall not be governed by the separation of lines into sections<br />

as shown on the general piping drawings. To avoid obstructions, field welds in piping<br />

passing through building wall and roofs, column lines of structures, foundations,<br />

plat<strong>for</strong>ms or grade elevation shall be located a minimum distance of 300 mm (12<br />

inches) outside of or above such structural items.<br />

(ii) Longitudinal seams shall be located so as to clear large branch openings and<br />

external attachments. Longitudinal joints in adjoining courses shall be staggered.<br />

(iii) External structural attachments, such as support shoes, lugs and anchors which are<br />

required to be welded to the pipe, shall be attached to the piping by the shop<br />

fabricator where specified on general piping drawings.<br />

5.2 Branch Rein<strong>for</strong>cement<br />

5.2.1 The requirements <strong>for</strong> branch rein<strong>for</strong>cements <strong>for</strong> piping shall con<strong>for</strong>m to the applicable codes.<br />

5.2.2 A 6 mm diameter vent hole in the rein<strong>for</strong>cing pad or saddle, to reveal leakage in the weld<br />

between the branch and main run and to provide venting during welding and heat treating<br />

operations, shall be provided. If the rein<strong>for</strong>cement pad consists of more than one piece, each<br />

piece shall have a vent hole. After all requirements completed vent hole to be filled with hard<br />

grease.<br />

5.3 Pipe Bending<br />

5.3.1 Pipe bending may be considered as an alternate to welded fabrication. This consideration<br />

shall be made prior to piping fabrication to take advantage of possible economics.<br />

5.3.2 If bending is specified, the fabricator's bending procedures shall be in strict accordance with<br />

ASME 831.3 and shall be subject to prior approval by OWNER.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR FABRICATION AND<br />

ERECTION\MASTER\MH2145-COOO-PI-SPC-0005_REV O.DOC<br />

MH2145-COOO-PI-SPC-0005 Page 7 OF 12


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR FABRICATION & ERECTION<br />

5.4<br />

5.4.1<br />

5.4.2<br />

5.6<br />

5.6.1<br />

5.6.1.1<br />

5.6.1.2<br />

5.6.1.3<br />

5.6.1.4<br />

5.6.1.5<br />

5.6.2<br />

5.6.2.1<br />

5.6.2.2<br />

5.6.2.3<br />

5.6.2.4<br />

Materials<br />

All piping materials shall con<strong>for</strong>m to the requirements of the applicable general specifications<br />

or to requirements on the drawings, inquiry and/or purchase order.<br />

Substitutions of material other than specified in Section 5.4.1 herein require prior written<br />

approval by OWNER.<br />

Welding<br />

General<br />

Welding shall be in accordance with General Specification MH2145-COOO-PI-SPC-0003<br />

except where modified by this specification and/or job specifications.<br />

Field welding shall be limited to the shielded metal arc and gas tungsten arc processes.<br />

Backing rings and consumable inserts shall be prohibited unless approved in advance by<br />

OWNER.<br />

Welding of galvanized steel to austenitic steel pressure parts is prohibited.<br />

Field welds shall normally be butt-welded type rather than stub-in or mitre type, unless<br />

otherwise approved in writing by C?WNER.<br />

Welding of Alloy Piping<br />

The deposited weld metal used in welding alloy piping shall be essentially of the same<br />

chemical composition as the base metal, except AWS A5.11 Class ENICRFE-2 may be used<br />

<strong>for</strong> seal welds, socket welds and fillet welds on P-3, P-4, P-5 and P-6 materials where<br />

postweld heat treatment is not practical (proper preheat still required). When welding<br />

dissimilar materials, the alloy content of the deposited weld metal shall not be less than that<br />

of the base metal having the lower alloy content, and the strength of the weld shall not limit<br />

the maximum allowable working pressure (MAWP) of the piping system to a pressure lower<br />

than the lower MAWP of the pipes joined.<br />

For submerged arc welding, alloying elements shall be provided in the wire and not in the<br />

flux.<br />

Except <strong>for</strong> seal, socket and fillet welds, procedure qualifications <strong>for</strong> alloy welding shall include<br />

chemical analysis of deposited weld metal. Certification of the chemical analysis is required<br />

as part of the procedure qualifications.<br />

One sample of weld metal representing each of the qualified procedures used shall be taken<br />

from the finished weld of the completed piping and chemically analyzed. The locations <strong>for</strong><br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR FABRICATION AND<br />

ERECTION\MASTER\MH2145-COOO-PI-SPC-0005_REV O.DOC<br />

MH2145-COOO-PI-SPC-0005 Page 8 OF 12


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR FABRICATION & ERECTION<br />

sampling will be selected by OWNER. The analysis shall become part of the records<br />

specified in Section 5.9 herein.<br />

5.7 Hardness Testing and Heat Treatment<br />

5.7.1 In addition to the hardness requirements of Table 331.1.1 of 831.3, pressure containing<br />

welds of all P-1, P-3 and P-4 materials, regardless of thickness, shall be limited to 225 8HN<br />

maximum. Hardness testing <strong>for</strong> these additions to 831.3 requirements shall consist of:<br />

(i) Hardness testing of welding procedure qualification test welds.<br />

(ii) OWNER shall require sufficient hardness tests at the start of work and at such times<br />

as deemed necessary to assure continued compliance.<br />

(ii) Piping not meeting these hardness limits shall be postweld heat treated and the<br />

welding procedures shall be modified to correct the problem.<br />

5.7.2 Carbon steel piping, regardless of thickness, shall have all weld stress relieved per Table<br />

331.1.1 of ASME 831.3 & ASME 831.4.<br />

5.7.3 Postweld heat treatment is required <strong>for</strong> all P-5 piping materials regardless of thickness.<br />

5.7.4 Postweld heat treatment and hardness tests are mandatory <strong>for</strong> P-4 or higher P-number<br />

materials in thermal cycling service. Exemptions under ASME 831.3 do not apply <strong>for</strong> such<br />

services.<br />

5.7.5 Where AWS A5.11 Class ENICRFE-2 electrodes are used <strong>for</strong> seal, socket and fillet welds per<br />

Section 4.6.2.1 herein postweld heat treatment is not required.<br />

5.7.6 Postweld heat treatment of stabilized austenitic stainless steel (i.e. 321, 347) shall be as<br />

follows:<br />

(i) External seal, fillet and socket welds - postweld heat treatment required.<br />

(ii) Other welds made with three or more passes - no postweld heat treatment required.<br />

(iii) Other welds made with less than three passes - postweld heat treatment required.<br />

(iv) Contractor shall submit proposed postweld heat treatment procedure to OWNER <strong>for</strong><br />

review and approval prior to start of welding.<br />

5.7.7 All external attachments welded to alloy piping requiring postweld heat treatment shall have<br />

the attachment welds heat treated.<br />

5.8 Inspection and Testing<br />

5.8.1 The Contractor shall be responsible <strong>for</strong> examination and adequate inspection to insure<br />

compliance with the requirements herein and all applicable codes. Any inspection by<br />

OWNER shall in no way relieve the Contractor of his responsibility.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR FABRICATION AND<br />

ERECTION\MASTER\MH2145-COOO-PI-SPC-0005_REV O.DOC<br />

MH2145-COOO-PI-SPC-0005 Page 9 OF 12


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR FABRICATION & ERECTION<br />

5.8.2<br />

5.8.3<br />

5.8.3.1<br />

5.8.3.2<br />

The Contractor shall per<strong>for</strong>m, as a minimum, the extent of radiographic, magnetic particle or<br />

liquid penetrate examination shown in Section 5.8.4 herein.<br />

ASME Power Boiler Code<br />

Where piping is specified to con<strong>for</strong>m to the requirements of Section I, ASME Power Boiler<br />

Code, the examinations and inspection requirements of that code shall apply. In addition, the<br />

requirements of this specification shall apply where they are more exacting. In case of<br />

conflicts, the more stringent code/specification shall govern.<br />

All code piping shall be subject to inspection and testing. Contractor shall make<br />

arrangements <strong>for</strong> code inspection on field and shop fabricated piping by an authorized<br />

inspection agency.<br />

5.8.4 The Type and Extent of Examination of Welds<br />

5.8.4.1 Non-destructive tests shall include magnetic particle or liquid penetrant of seal, fillet, socket,<br />

branch and all other welds. The radiography requirements shall be as per the respective<br />

piping classes in Appendix A of Piping Material SpeCifications MH2145-COOO-PI-SPC-0001<br />

and section 341 of ASME B31.3.<br />

5.8.4.2 The extent of visual examination and level of acceptance shall be determined by the Inspector<br />

assigned to the project in accordance to ASME B31.3<br />

5.8.5 Pressure testing of piping shall be per<strong>for</strong>med in the field in spool pieces and after erection<br />

and completion of any required postweld heat treatment, examination and inspection.<br />

5.9 Reports and Records<br />

5.9.1 The following reports and records, fully identified with the specific material or part of the<br />

piping represented, shall be submitted to OWNER.<br />

(1) Mill test reports shall be required <strong>for</strong> all material requiring impact testing.<br />

(2) Records are required <strong>for</strong> pressure parts such as fittings and flanges made in<br />

accordance with an accepted standard (such as ASME). All parts shall be marked<br />

with the name or trade mark of the manufacturer and such other markings as<br />

required by the several standards, and in the case of alloy steel material, with the mill<br />

heat number.<br />

(3) Certificates shall be required <strong>for</strong> carbon steel material not covered in (2) above.<br />

(4) Mill test reports shall be required <strong>for</strong> alloy steel material not covered in (2) above.<br />

(5) Pyrometer charts and records of heat treatment.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR FABRICATION AND<br />

ERECTION\MASTER\MH2145-COOO-PI-SPC-0005_REV O.DOC<br />

MH2145-COOO-PI-SPC-0005 Page 10 OF 12


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR FABRICATION & ERECTION<br />

(6) Radiographic films, results of magnetic particle, and liquid penetrant examination<br />

methods, and any other supplemental types of examination, tests or analysis<br />

specified, and the records pertaining to them.<br />

(7) Charts or other records of hydrostatic, pneumatic and brinell hardness tests.<br />

(8) Welding procedure specifications and their qualification results.<br />

(9) Operators welding qualification test results.<br />

(10) Non-destructive test procedures and personnel qualifications.<br />

6.0 SHOP FABRICATED PIPING<br />

6.1 General<br />

6.1.1 This section covers specific requirements <strong>for</strong> shop fabricated piping.<br />

6.1.2 The scope and extent of piping to be shop fabricated shall be normally:<br />

(1) All 60.3 mm 0.0. pipe and larger.<br />

(2) All pipe smaller than 60.3 mm 0.0. that requires post-heat treatment or examination<br />

by radiographic, magnetic particle or liquid penetrant methods.<br />

(3) Branch connections 60.3 mm 0.0. and smaller in the case of (1) above, and 48.3<br />

mm 0.0. and larger in the case of (2) above, shall be shop fabricated.<br />

(4) All straight pipe requiring heat treatment, regardless of size.<br />

(5) The term 'piping', when referring to shop fabricated piping, under (1) and (2) above<br />

includes all components of a pipe line or part thereof entering into fabricated<br />

assemblies, but excludes valves, flanged fittings, blinds, strainers, separators,<br />

service gaskets, bolting, and specialties that do not require welding, and threaded<br />

fittings, except where such are permitted to be welded into a line. External welded<br />

attachments shall be included only when specified on the drawings.<br />

(6) The shop fabricator shall per<strong>for</strong>m the necessary calculations in accordance with<br />

Section 4.2 herein <strong>for</strong> piping to determine the necessity <strong>for</strong> and type of branch<br />

rein<strong>for</strong>cement.<br />

(7) Piping shall be fabricated so as to <strong>for</strong>m assemblies of the largest practicable sizes<br />

economically suitable <strong>for</strong> transportation to the job site.<br />

(8) The shop fabricator shall bevel and otherwise prepare the joints to be field welded.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR FABRICATION AND<br />

ERECTION\MASTER\MH2145-COOO-PI-SPC-0005_REV O.DOC<br />

MH2145-COOO-PI-SPC-0005 Page 11 OF 12


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR FABRICATION & ERECTION<br />

6.1.3 The shop fabricator shall keep on file the records and reports specified in Section 4.9.1<br />

herein available <strong>for</strong> examination by OWNER or its representative <strong>for</strong> at least eighteen (18)<br />

months after date of shipment.<br />

6.2 Cleaning<br />

Piping shall be cleaned in accordance with the standard cleaning requirements of Pipe<br />

Fabrication Institute Standard PFI ES-5, unless otherwise specified.<br />

6.3 Marking<br />

6.3.1 Each spool piece shall be plainly marked, with white paint, with the line number (as shown on<br />

the isometric drawings) and the piece number, and with an arrow indicating direction of flow.<br />

In addition, any colour code identification that may be specified on the general drawings<br />

and/or other separate instructions shall also be applied.<br />

6.3.2 The line number and piece number and the colour code identification shall be located<br />

adjacent to each other. Spools up to 4.5 meters shall be marked at one end; spools 4.5<br />

meters and larger shall be marked at both extreme ends.<br />

6.3.3 The spool identification number may alternatively be stamped on an aluminium tag<br />

wired securely to the pipe (not the flange).<br />

6.4 Shipping<br />

6.4.1 Be<strong>for</strong>e pipe spools are shipped from the fabricating shop, the following preparation and<br />

protection shall be provided:<br />

(1) Flange faces shall be coated with a grease-type rust preventative, and covered with<br />

a plywood or equivalent cover securely wired or bolted to the flange on at least four<br />

(4) bolt holes.<br />

(2) Bevelled or plain ends shall be protected by a plastic or metal caps securely fastened<br />

thereto.<br />

(3) Threaded ends shall be protected by plastic or metal plugs <strong>for</strong> female thread, and<br />

plastic caps <strong>for</strong> male threads.<br />

(4) Machined surfaces shall be coated with a grease-type rust preventative and provided<br />

with securely fastened wooded or metal covers.<br />

(5) Socket weld ends shall be protected with a plastic ring.<br />

(6) Spool pieces shall be provided with temporary bracing and blocking to prevent<br />

damage during shipment.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR FABRICATION AND<br />

ERECTION\MASTER\MH2145-COOO-PI-SPC-0005_REV O.DOC<br />

MH2145-COOO-PI-SPC-0005 Page 12 OF 12<br />

and


•<br />

Worley Parsons<br />

resources & energy<br />

EPMC Services <strong>for</strong> <strong>Rewari</strong>-<strong>Kanpur</strong><br />

MH2145-COOO-PI-SPC-0006<br />

5 April 2013<br />

Raheja Plaza, First Floor<br />

LBS Marg, Ghatkopar (West)<br />

Mumbai - 400086 , India<br />

Telephone: +91 2267818000<br />

Fax: +91 2267818080<br />

© 2012Hydrocarbons<br />

<strong>Pipeline</strong><br />

Specification <strong>for</strong> Valves


•<br />

Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI- KANPUR PIPELINE<br />

SPECIFICATIONS OF VALVES<br />

SYNOPSIS<br />

This document presents the Specification <strong>for</strong> Valves <strong>for</strong> the EPMC Services <strong>for</strong> <strong>Rewari</strong>-<strong>Kanpur</strong><br />

<strong>Pipeline</strong>.<br />

This report has been prepared on behalf of and <strong>for</strong> the exclusive use of HPCL, and is subject to<br />

and issued in accordance with the agreement between HPCL and WorleyParsons.<br />

WorleyParsons accepts no liability or responsibility whatsoever <strong>for</strong> it in respect of any use of or<br />

reliance upon this report by any third party.<br />

Copying this report without the permission of HPCL or WorleyParsons is not permitted.<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

REV DESCRIPTION ORIG<br />

o ISSUED FOR USE<br />

SAWS<br />

REVIEW WORLEY­<br />

PARSONS<br />

APPROVAL<br />

PISKJ TELS ARYV<br />

DATE CLIENT DATE<br />

APPROVAL<br />

4-APR-13<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONSWALVE MATERIAL SPECIFICATION\MASTER COPy\MH2145-<br />

COOO-PI-SPC-0006_REV.O.DOC<br />

MH-2145-COOO-PI-SPC-0006 Page 20F 14


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR VALVES<br />

TABLE OF CONTENTS<br />

1.0 INTORDlJCTION ........................................................................................................•.................. 4<br />

2.0 SCOPE .................................................•........................................................................................... 5<br />

3.0 CODES, REGULATIONS AND STANDARDs .............................•............................................. 5<br />

4.0 (;ENERi\IJ .............................................•...........................................•............................................. 7<br />

4.1 General ............................................................................................................................ 7<br />

4.2 Valve Identification ........................................................................................................... 7<br />

4.3 Valve Tagging .................................................................................................................. 8<br />

5.0 I)ESI(;N" ....................••...................................................••................................................•............... 8<br />

6.0 INS'r AI.llJA'rl()N .......................................................................................................................... 10<br />

7.0 VALVE SELEC'rl()N" .................................................................................................................. 11<br />

APPENDIX A VALVE IDENTIFICATION NUMBERS<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONSWALVE MATERIAL SPECIFICATION\MASTER COPy\MH2145-COOO-PI­<br />

SPC-0006_REV.O.DOC<br />

MH-2145-COOO-PI-SPC-0006<br />

Page 3 OF 14


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR VALVES<br />

1.0 INTRODUCTION<br />

Hindustan Petroleum Corporation Limited (hereinafter referred to as "HPCL") proposes to<br />

lay cross country multiproduct white oil pipeline approximately (440 Km) <strong>for</strong> distribution of<br />

products in Northern India. The pipeline is proposed to be laid to transfer EURO-III MS,<br />

EURO-IV MS, EURO-III HSD, EURO-IV HSD and SKO from the existing Tap Off location<br />

at <strong>Rewari</strong> in Mundra Delhi <strong>Pipeline</strong> (MDPL) in Haryana upto <strong>Kanpur</strong> in Uttar Pradesh. The<br />

pipeline shall be laid from the existing Terminal at <strong>Rewari</strong>, in Haryana up to <strong>Kanpur</strong> in Uttar<br />

Pradesh. The product shall be made available from the existing Mundra - Delhi <strong>Pipeline</strong><br />

and newly commissioned Guru Gobind Singh Refinery (GGSR) at Raman Mandi, Punjab<br />

thru RamanMandi - Bahadurgarh <strong>Pipeline</strong>.<br />

HPCL has laid 1054 km Mundra Delhi <strong>Pipeline</strong> (herein after referred to as "MDPL) <strong>for</strong><br />

transportation of multiproduct white oil from Mundra, in the state of Gujarat to Bahadurgarh,<br />

in Haryana (Near Delhi) Delhi <strong>Pipeline</strong> in the year 2007 <strong>for</strong> handling 5 grades of products.<br />

And 250 kms long cross country pipeline from Raman Mandi (Punjab) up to existing<br />

Terminal at Bahadurgarh (hereinafter referred to as 'RMBPL") <strong>for</strong> evacuation of white oil<br />

products from Guru Gobind Singh Refineries (hereinafter referred to as "GGSR"). Both the<br />

pipe lines have been commissioned and are in operation<br />

The brief details of the proposed new <strong>Rewari</strong>-<strong>Kanpur</strong> pipeline based on reconnaissance<br />

Survey and DFR are presented hereunder:<br />

<strong>Rewari</strong>- <strong>Kanpur</strong> <strong>Pipeline</strong><br />

Originating Point - <strong>Rewari</strong> (Existing Tap off Point of MDPL)<br />

Tap off Point - Mathura (Existing) & Bharatpur Depot (Existing)<br />

End Point<br />

Products<br />

- <strong>Kanpur</strong> (New Terminal)<br />

- 2 grades of MS (EURO III & EURO IV), 2 grades of HSD (EURO III &<br />

EURO IV) & SKO<br />

N:\S13-MH-214S-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONSWALVE MATERIAL SPECIFICATION\MASTER COPy\MH214S-COOO-PI­<br />

SPC-0006_REV.O.DOC<br />

MH-214S-COOO-PI-SPC-0006<br />

Page 40F 14


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR VALVES<br />

2.0 SCOPE<br />

This specification covers the general requirements <strong>for</strong> manual and motorized operated<br />

valves used in hydrocarbon processing plants, Terminals and facilities, whether field or<br />

shop installed.<br />

The intent of this specification is to serve as a guideline <strong>for</strong> valve selection, but not to limit<br />

the choice of valves, given special service conditions and new or unique valve technology.<br />

3.0 CODES, REGULATIONS AND STANDARDS<br />

3.1 Valves shall meet or exceed the requirements of the latest edition of all applicable codes,<br />

regulations and standards, except as superseded herein. In cases where more than one<br />

code, regulation or standard apply to the same condition, the most stringent shall be<br />

followed. In the event of a conflict between this specification and other specifications or<br />

correspondence, the OWNER shall be consulted and a ruling, in writing, shall be obtained<br />

be<strong>for</strong>e any work is started. Reference codes, regulations and standards include, but are<br />

not necessarily limited to the following:<br />

• ASME 80iler and Pressure Vessel Code, all applicable sections.<br />

• ASME 816.34, Valves - Flanged, Threaded and Welding End<br />

• ASME 831.3, Process Piping<br />

• ASME 831.4, <strong>Pipeline</strong> transportation systems <strong>for</strong> Hydrocarbons and other<br />

liquids.<br />

• ASME 81.1, Unified inch screw threads<br />

• ASME 81.20.1, Pipe threads, general purpose (inch)<br />

• ASME B16.47, Large diameter steel flanges<br />

• ASME B16.5, Pipe flanges and flanged fittings<br />

• ASME B16.1 0, Face-to-face and End-to-end dimensions of valves<br />

• ASME B16.11, Forged fittings, socket-welding and threaded<br />

• ASME B16.9, Factory-Made Wrought Steel Butt Welding Fittings<br />

• API 594, Check valves: wafer and wafer-lug, and double flanged type.<br />

N:\513-MH-2145-RKPL\ 11 ENGINEERING\ 11.7 PIPING\SPECIFICATIONSWALVE MATERIAL SPECIFICATION\MASTER COPy\MH2145-COOO-PI­<br />

SPC-0006_REV.O.DOC<br />

MH-2145-COOO-PI-SPC-0006<br />

Page 5 OF 14


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR V ALVES<br />

• API 598, Valve Inspection and Testing<br />

• API 599, Metal Plug Valves-Flanged, Threaded and Welding Ends<br />

• API 6FA, Specification <strong>for</strong> Fire test <strong>for</strong> valves<br />

• API 600, Steel Gate Valves - Flanged and Butt-welding ends, Bolted and<br />

Pressure seal bonnets<br />

• API 602, Compact Steel Gate Valves - Flanged, Threaded, Welding and<br />

Extended-body ends<br />

• API 607, Fire test <strong>for</strong> Soft-Seated quarter-turn valves<br />

• API 608, Metal Ball Valves - Flanged, Threaded, and Welding Ends<br />

• API 609, Lug and wafer type butterfly valves<br />

• API 60, Specification <strong>for</strong> pipe line valves (Gate, Plug, Ball and Check valves)<br />

• Annual book of ASTM standards<br />

• BS 1868, Steel Check valves (Flanged and Butt-welding ends) <strong>for</strong> the<br />

petroleum, petrochemical and allied industries<br />

• BS 1873, Steel Globe and Globe stop and Check valves (Flanged and Buttwelding<br />

ends) <strong>for</strong> the petroleum, petrochemical and allied industries<br />

• BS EN ISO 17292, Metal Ball valves <strong>for</strong> petroleum, petrochemical and allied<br />

Industries<br />

• BS EN ISO 15761, Steel Gate, Globe and Check valves <strong>for</strong> sizes ON 100 and<br />

smaller, <strong>for</strong> the petroleum and natural gas industries<br />

• BS EN 12266-1, Industrial Valves - Testing of metallic valves Part 1:<br />

Pressure tests, test procedures, & acceptance criteria - Mandatory<br />

requirement<br />

• BS EN ISO 10497, Testing of valves - Fire-type testing requirements<br />

• BS EN 10204, Metallic products - Types of inspection documents<br />

• ISO 10474, Steel and steel products - inspection documents<br />

3.2 The following general specifications shall be used in conjunction with this specification<br />

where applicable:<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\ 11.7 PIPING\SPECIFICATIONSWALVE MATERIAL SPECIFICATION\MASTER COPy\MH2145-COOO-PI­<br />

SPC-0006_REV.O.DOC<br />

MH-2145-COOO-PI-SPC-0006<br />

Page 6 OF 14


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR V ALVES<br />

MH214S-COOO-PI-80D-0001 Piping Design Basis<br />

MH214S-COOO-PI-SPC-OOOS Specification <strong>for</strong> Piping Fabrication and Erection<br />

MH214S-COOO-PI-SPC-0001 Piping Materials Specification<br />

3.3 Some requirements in this specification may be modified by specific requirements in the<br />

purchase specification. In case of conflict, the specific requirements supersede this<br />

specification.<br />

3.4 Any deviation from this specification must be approved, in writing, by OWNER. Such<br />

written approval must be obtained prior to the commencement of any work which would<br />

constitute such a deviation.<br />

4.0 GENERAL<br />

4.1 General<br />

4.1.1 All materials and installation shall be in accordance with code requirements and<br />

industry standards <strong>for</strong> good workmanship.<br />

4.2 Valve Identification<br />

4.2.1 Each valve in a facility shall be designated by a descriptive valve identification<br />

number consisting of the following identifiers:<br />

•<br />

Nominal valve size (inches NPS)<br />

• Valve type<br />

• Valve body material<br />

• Primary pressure rating<br />

•<br />

•<br />

Valve style<br />

End connection<br />

• Modifiers<br />

For example, 1 0"-BA-C1 OO-G, specifies:<br />

N:\S13-MH-214S-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONSWALVE MATERIAL SPECIFICATION\MASTER COPy\MH214S-COOO-PI­<br />

SPC-0006_REV.O.DOC<br />

MH-214S-COOO-PI-SPC-0006<br />

Page 7 OF 14


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI·KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR V ALVES<br />

10" Nominal valve size (NPS 10).<br />

BA Valve type (8all valve).<br />

C Valve body material (carbon steel)<br />

1 Primary pressure rating (ASME class 150).<br />

o Valve style / pattern (regular port, floating ball).<br />

o End connection (raised face flanged).<br />

G Modifier (Gear operator - instead of standard lever)<br />

4.2.2 Appendix A provides a detailed listing of valve identifiers, which shall be used in<br />

sequence.<br />

4.2.3 The basic valve designations, without modifiers are standard valves with standard<br />

operators. A modifier symbol or symbols are added to change the specification of<br />

the valves to meet the requirements <strong>for</strong> special services, temperatures and<br />

operators.<br />

Modifiers shall take precedence and swap the normal requirements in regular valve<br />

identifier.<br />

4.3.3 Refer P & ID <strong>for</strong> ESD and Isolation valve which required Motor Operation.<br />

4.3 Valve Tagging<br />

5.0 DESIGN<br />

Each valve shall be supplied with a metal tag attached to the valve with a metal wire,<br />

and stamped with the valve code number. Other special in<strong>for</strong>mation, such as type of<br />

internal coating, shall also be identified on the metal tag.<br />

5.1 Flanged valves 2" and larger and all flanged valves in pressure Class 900 or higher<br />

shall con<strong>for</strong>m to or exceed the requirements of ASME 816.34 and API 600. Screwed<br />

valves and Class 600 or lower flanged valves 2" and smaller shall con<strong>for</strong>m to API<br />

602, except union body-bonnet joints shall not be used.<br />

5.2 Valves may be cast or <strong>for</strong>ged steel depending upon the operating conditions. In<br />

critical service <strong>for</strong>ged valves are preferred.<br />

5.3 Materials shall be carbon steel from ASME 816.5 material groups 1.1, 1.3, 1.4, 2.2<br />

unless otherwise specified by OWNER. Carbon steel materials shall be normalized<br />

or normalized and tempered. Refer specification MH2145-COOO-PI-SPC-0001 <strong>for</strong><br />

piping material selection.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONSWALVE MATERIAL SPECIFICATION\MASTER COPy\MH2145-COOO-PI­<br />

SPC-0006_REV.O.DOC<br />

MH-2145-COOO-PI-SPC-0006<br />

Page 8 OF 14


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR VALVES<br />

5.4 Globe and gate valves shall have outside stem and yoke with bolted or welded<br />

bonnets. Bonnets on check valves shall be bolted or welded. Screwed bonnets or<br />

union bonnets shall not be used. Bonnet bolts shall be ASTM A 193 Grade B7. On all<br />

check and globe valves, the direction of flow shall be cast, stamped or <strong>for</strong>ged on the<br />

valve body.<br />

5.5 Trim materials shall con<strong>for</strong>m to relevant valve standards and be suitable <strong>for</strong> the<br />

proposed service. Other trim materials may be used subject to written approval of<br />

OWNER. Trim materials, particularly stainless steels, should be selected to prevent<br />

galling. Low melting pOint alloys shall not be used.<br />

5.6 Valves deemed critical to the facility shutdown shall have fire proof design according<br />

to API 607/API 6FAlBS EN ISO 10497.<br />

5.7 Ball valves are preferred <strong>for</strong> block valves. Ball valves <strong>for</strong> hydrocarbon liquid or<br />

vapour services shall be fire safe as per to API 607/API 6FAI BS EN ISO 10497.<br />

5.8 In higher temperature services, steel gate valves are recommended. Plug valves are<br />

not recommended in services exceeding 175 OC and may not be used without<br />

OWNER specific approval.<br />

5.9 Ball valve are trunnion mounted 6" & above - 150# and 300#, 4" & above - 600#,<br />

2" & above - 900#.<br />

5.10 Cast iron, semi-steel or ductile iron valves may not be used without OWNER specific<br />

approval.<br />

5.11 Valves which are identified as being lockable in open or closed position shall be fitted<br />

with attachments to permit the valve to be securely locked by a padlock or any<br />

suitable device. The attachments shall be secured to the valve body and hand wheel<br />

on lever in such a manner so as to prevent un-authorized removal or release.<br />

5.12 Gear operators shall be provided as follows:<br />

ASME class 150 and 300<br />

• Butterfly valves NPS 8 and larger.<br />

• Ball valves NPS 8 and larger.<br />

• Globe valves NPS 6 and larger.<br />

• Gate valves NPS 8 and larger.<br />

• Plug valves NPS 6 and larger<br />

ASME class 600 and 900<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONSWALVE MATERIAL SPECIFICATION\MASTER COPy\MH2145-COOO-PI­<br />

SPC-0006_REV.O.DOC<br />

MH-2145-COOO-PI-SPC-0006<br />

Page 9 OF 14


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR VALVES<br />

6.4 Block valves, when required, shall be installed at nozzles of pressure vessels or in<br />

lines connected to nozzles to permit operating valves from grade or a plat<strong>for</strong>m.<br />

Equipment shall be capable of being isolated if:<br />

• Operations can continue without it.<br />

• Depressurising associated facilities will delay maintenance on the equipment.<br />

6.5 Globe Valves that will be used as by-pass across control valve shall be motorized<br />

valve.<br />

6.6 All valves shall have sufficient clearance to facilitate removal of the bonnets, plugs<br />

and internals.<br />

6.7 Valve instruments and other equipment, which must be observed, adjusted or<br />

serviced during operation, shall be accessible from plat<strong>for</strong>m or grade.<br />

7.0 VALVE SELECTION<br />

Valves type shall be as indicated in the P&ID's and the material of construction of valves<br />

shall con<strong>for</strong>m to relevant pipe class per specification <strong>for</strong> piping material ·specification<br />

(MH2145-COOO-PI-SPC-0001). Any deviation from the P&ID's shall be discussed with<br />

the OWNER and a ruling, in writing shall be obtained prior to start of any work.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONSWALVE MATERIAL SPECIFICATION\MASTER COPy\MH2145-COOO-PI­<br />

SPC-0006_REV.O.DOC<br />

MH-2145-COOO-PI-SPC-0006<br />

Page 11 OF 14


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR V ALVES<br />

APPENDIX A<br />

VALVE IDENTIFICATION NUMBERS<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONSWALVE MATERIAL SPECIFICATION\MASTER COPy\MH2145-COOO-PI­<br />

SPC-0006_REV.O.DOC<br />

MH-2145-COOO-PI-SPC-0006<br />

Page 12 OF 14


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR VALVES<br />

Valve style / pattern:<br />

0<br />

Ball Floating<br />

Check<br />

Swing<br />

Gate Solid Wedge<br />

Globe Straight Pattern<br />

Plug Regular Plug<br />

Butterfly Lugged<br />

Needle Mfg's Standard<br />

Other Mfg's Standard<br />

End connections:<br />

o - Raised face flanged<br />

1 - Ring joint flanged<br />

2 - Butt weld<br />

3 - N PT screwed<br />

4 - Socket weld<br />

5 - SW x NPT<br />

6 - Flat faced flanged<br />

7 - Clamped<br />

8 - RF x FNPT<br />

9 - RTJ x FNPT<br />

Modifiers: (Appended in following order)<br />

1. F - Full port, Piggable<br />

2. L Low temperature (To -45 0 C)<br />

3. C - Internally coated<br />

4. G - Gear Operated<br />

1<br />

Trunnion<br />

Horizontal Lift<br />

Flexible Wedge<br />

Angle Pattern<br />

Full Port<br />

Wafer<br />

5. DB - Valve with integral Double Block & Bleed<br />

-<br />

-<br />

2<br />

-<br />

Piston<br />

Slab<br />

Y - Pattern<br />

-<br />

-<br />

-<br />

-<br />

3 4<br />

- -<br />

Dual<br />

Plate<br />

- -<br />

- -<br />

- -<br />

Vertical Ball<br />

- -<br />

- -<br />

- -<br />

6. E - Extended spindle (length from center line of valve to center line of hand wheel)<br />

7. R - Reduced Bore<br />

8. IN - Instrument Valve<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONSWALVE MATERIAL SPECIFICATION\MASTER COPy\MH2145-COOO-PI­<br />

SPC-0006_REV.O.DOC<br />

MH-2145-COOO-PI-SPC-0006<br />

Page 14 OF 14


•<br />

Worley Parsons<br />

resources & energy<br />

EPMC Services <strong>for</strong> <strong>Rewari</strong>-<strong>Kanpur</strong><br />

<strong>Pipeline</strong><br />

Specification <strong>for</strong> Pressure Testing of piping<br />

MH214S-COOO-PI-SPC-0007<br />

22 April 2013<br />

Raheja Plaza,1 st Floor,<br />

LBS Marg, Ghatkopar (West),<br />

Mumbai- 400086, India<br />

Telephone: +91 226781 8000<br />

Fax: +91 22 6781 8080<br />

www.worleyparsons.com<br />

© 2013Hydrocarbons


•<br />

Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI - KANPUR PIPELINE<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

SYNOPSIS<br />

This document presents the Specification <strong>for</strong> pressure Testing of piping <strong>for</strong> the EPMC SERVICES<br />

FOR REWARI-KANPUR PIPELINE PROJECT.<br />

This report has been prepared on behalf of and <strong>for</strong> the exclusive use of HINDUSTAN<br />

PETROLEUM CORPORA TlON LIMITED, and is subject to and issued in accordance with the<br />

agreement between HINDUSTAN PETROLEUM CORPORA TlON LIMITED and WorleyParsons.<br />

WorleyParsons accepts no liability or responsibility whatsoever <strong>for</strong> it in respect of any use of or<br />

reliance upon this report by any third party.<br />

Copying this report without the permission of HINDUSTAN PETROLEUM CORPORATION<br />

LIMITED or WorleyParsons is not permitted.<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

REV DESCRIPTION ORIG<br />

o ISSUED FOR USE<br />

SAWS<br />

REVIEW WORLEY­<br />

PARSONS<br />

APPROVAL<br />

PISKITELS ARYV<br />

DATE CLIENT DATE<br />

APPROVAL<br />

22-APR-13<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 2 OF 18


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

TABLE OF CONTENTS<br />

1.0 INTRODUCTION ...................................................................................................................................... 4<br />

2.0 SCOPE ...................................................................................................................................................... 4<br />

3.0 CODES, REGULATIONS AND STANDARDS ...................................................................................... 5<br />

4.0 FLUSHING ................................................................................................................................................ 6<br />

5.0 TESTING REQUiREMENTS ................................................................................................................... 7<br />

6.0 SYSTEM TESTING ................................................................................................................................ 10<br />

7.0 TEST MEDIA .......................................................................................................................................... 12<br />

8.0 TESTING DATA, RECORDS AND COORDINATION ........................................................................ 13<br />

9.0 PRECAUTIONS, PREPARATIONS AND PROCEDURES ................................................................ 15<br />

10.0 COMPLETION OF TESTING ............................................................................................................ 18<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV D.DOC<br />

MH2145-CDOO-PI-SPC-0007<br />

Page 3 OF 18


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

1.0 INTRODUCTION<br />

Hindustan Petroleum Corporation Limited (hereinafter referred to as "HPCL") proposes to<br />

lay cross country multiproduct white oil pipeline approximately (440 Km) <strong>for</strong> distribution of<br />

products in Northern India. The pipeline is proposed to be laid to transfer EURO-III MS,<br />

EURO-IV MS, EURO-III HSD, EURO-IV HSD and SKO from the existing Tap Off location<br />

at <strong>Rewari</strong> in Mundra Delhi <strong>Pipeline</strong> (MDPL) in Haryana upto <strong>Kanpur</strong> in Uttar Pradesh. The<br />

pipeline shall be laid from the existing Terminal at <strong>Rewari</strong>, in Haryana up to <strong>Kanpur</strong> in Uttar<br />

Pradesh. The product shall be made available from the existing Mundra - Delhi <strong>Pipeline</strong><br />

and newly commissioned Guru Gobind Singh Refinery (GGSR) at Raman Mandi, Punjab<br />

thru RamanMandi - Bahadurgarh <strong>Pipeline</strong>.<br />

HPCL has laid 1054 km Mundra Delhi <strong>Pipeline</strong> (herein after referred to as "MDPL) <strong>for</strong><br />

transportation of multiproduct white oil from Mundra, in the state of Gujarat to Bahadurgarh,<br />

in Haryana (Near Delhi) Delhi <strong>Pipeline</strong> in the year 2007 <strong>for</strong> handling 5 grades of products.<br />

And 250 kms long cross country pipeline from Raman Mandi (Punjab) up to existing<br />

Terminal at Bahadurgarh (hereinafter referred to as 'RMBPL") <strong>for</strong> evacuation of white oil<br />

products from Guru Gobind Singh Refineries (hereinafter referred to as "GGSR"). Both the<br />

pipe lines have been commissioned and are in operation<br />

The brief details of the proposed new <strong>Rewari</strong>-<strong>Kanpur</strong> pipeline based on reconnaissance<br />

Survey and DFR are presented hereunder:<br />

<strong>Rewari</strong>- <strong>Kanpur</strong> <strong>Pipeline</strong><br />

Originating Point - <strong>Rewari</strong> (Existing Tap off Point of MDPL)<br />

Tap off Point - Mathura (Existing) & Bharatpur Depot (Existing)<br />

End Point<br />

Products<br />

2.0 SCOPE<br />

- <strong>Kanpur</strong> (New Terminal)<br />

- 2 grades of MS (EURO III & EURO IV), 2 grades of HSD (EURO III &<br />

EURO IV) & SKO<br />

This specification covers the requirements of flushing and field pressure testing of<br />

piping. It also covers system testing of piping with other connected equipment.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 40F 18


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

3.0 CODES, REGULATIONS AND STANDARDS<br />

3.1 Contractor shall meet or exceed the requirements of the latest edition of the following<br />

codes, regulations and standards, except as superseded herein. In cases where more<br />

than one code, regulation or standard apply to the same condition, the most stringent<br />

shall be followed. In the event of a conflict between this specification and other<br />

specifications or correspondence, the OWNER shall be consulted and a ruling, in<br />

writing, shall be obtained be<strong>for</strong>e any work is started.<br />

• ASME Boiler and Pressure Vessel Code, all applicable sections.<br />

• ANSIIASME B31.3, Process Piping<br />

• ANSIIASME B31.4, Liquid Transportation Systems <strong>for</strong> Hydrocarbons<br />

• API 1104, Welding of <strong>Pipeline</strong>s and Related Facilities<br />

3.2 The following General Specifications shall be used in conjunction with this<br />

specification where applicable:<br />

•<br />

•<br />

•<br />

•<br />

MH2145-COOO-PI-BOD-0001<br />

MH2145-COOO-PI-SPC-0005<br />

MH2145-COOO-PI-SPC-0003<br />

MH2145-COOO-PI-SPC-0001<br />

Piping Design Basis<br />

Piping Specification <strong>for</strong> fabrication<br />

and erection<br />

Piping specification <strong>for</strong> welding<br />

Piping Materials Specification<br />

3.3 Some requirements in this specification may be modified by specific requirements in<br />

the Purchase Specification. In case of conflict, the specific requirements supersede<br />

this specification.<br />

3.4 Any deviation from this specification must be approved, in writing, by OWNER. Such<br />

written approval must be obtained prior to the commencement of any work which<br />

would constitute such a deviation.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 5 OF 18


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

4.0 FLUSHING<br />

4.1.1 Flushing of all lines shall be done be<strong>for</strong>e pressure testing.<br />

4.1.2 Flushing shall be done by fresh portable water or dry compressed air, wherever<br />

water flushing is not desirable, to clean the pipe of all dirt, debris or loose <strong>for</strong>eign<br />

material.<br />

4.1.3 Required pressure <strong>for</strong> water flushing shall met the fire hydrant pressure or utility<br />

water pressure. For air flushing, the line / system will be pressurised by compressed<br />

air at the required pressure which shall be 50 psi maximum. The pressure shall then<br />

be released by quick opening of valve, already in line or installed temporarily <strong>for</strong> this<br />

purpose. This procedure shall be repeated as many times as required till the inside<br />

of the pipe is fully cleaned.<br />

4.1.4 In line instruments like control valves, orifice plates, rotameters, safety valves and<br />

other instruments like thermowells which may interfere with flushing shall not be<br />

included in flushing circuit.<br />

4.1.5 The screen / meshes shall be removed from all permanent strainers be<strong>for</strong>e flushing.<br />

Screen / meshes shall be reinstalled after flushing but be<strong>for</strong>e testing.<br />

4.1.6 During flushing temporary strainers shall be retained. These shall be removed,<br />

cleaned and reinstalled after flushing but be<strong>for</strong>e testing.<br />

4.1.7 In case an equipment such as column, vessel, exchanger etc. <strong>for</strong>m part of a piping<br />

circuit during flushing, this shall be done with the approval of Engineering- In­<br />

Charge. However, equipments thus included in the circuit shall be completely<br />

drained and dried with compressed air after flushing is completed.<br />

4.1.8 During flushing discharged water / air shall be drained to the place directed by the<br />

Engineer- In- Charge. If necessary, proper temporary drainage shall be provided by<br />

the contractor.<br />

4.1.9 Care shall be taken during flushing so as not to damage/ spoil work of other<br />

agencies. Precautions shall also be taken to prevent entry of water / <strong>for</strong>eign matter<br />

into equipments, electric motors, instruments, electrical installations etc. in the<br />

vicinity of lines being flushed.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 6 OF 18


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

4.1.10 The contractor shall carry out all the activities required be<strong>for</strong>e, during and after the<br />

flushing operation, arising because of flushing requirements, such as but not limited<br />

to the following:<br />

Dropping of valves, specials, distance pieces, inline instruments and any other<br />

piping part be<strong>for</strong>e flushing. The flanges to be disengaged <strong>for</strong> this purpose shall be<br />

envisaged by the contractor and approved by the Engineer- In- Charge. These<br />

flanges shall be provided with temporary gaskets at the time of flusing.<br />

After flushing is completed and approved, the valve distance pieces, plpmg<br />

specials etc. shall be reinstalled by the contractor with permanent gaskets. However,<br />

Flanges at the equipment nozzles and other places where isolation is required during<br />

testing, only temporary gaskets shall be provided.<br />

5.0 TESTING REQUIREMENTS<br />

5.1 Piping<br />

5.1.1 All piping shall be hydrostatically tested to the minimum pressure specified on the<br />

line lists or by Code, but not less than 103 kPa except piping excluded or modified<br />

herein. Vents and drains open to atmosphere are not required to be pressure tested.<br />

5.1 .2 Category D Fluid Service<br />

5.1.2.1 Category D Fluid Service piping may be tested with the service medium according to<br />

the applicable Code. If such lines are to be hydrostatically tested, the minimum test<br />

pressure shall con<strong>for</strong>m to section 5.1.1 herein and supports shall be designed<br />

accordingly.<br />

5.1.2.2 Test all instrument air headers and piping leads up to the block valve immediately<br />

preceding the filter regulator with air at normal operating pressure. Test all<br />

instrument air tubing or pipe leads between instruments with air.<br />

5.1.3 Pneumatic Testing or Special Alternate Tests<br />

5.1.3.1 Because of the inherent danger and the lower test pressures used, OWNER avoids<br />

pneumatic testing of piping systems, other than those specifically discussed in this<br />

specification. Any cases where the Contractor proposes pneumatic testing,<br />

procedures shall be submitted <strong>for</strong> OWNER approval in advance. All pneumatic<br />

testing procedures shall be in accordance with the applicable Code.<br />

N :\513-MH-2145-RKPL\ 11 ENGIN EERING\ 11. 7 PI PING\SPECIFICATIONS\SPECIFICATION FOR PR ESSUR E TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 7 OF 18


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

5.1.3.2<br />

5.1.3.3<br />

5.1.3.4<br />

5.1.4<br />

5.1.4.1<br />

5.1.4.2<br />

5.2<br />

5.2.1<br />

5.2.1.1<br />

5.2.1.2<br />

5.2.2<br />

Offsite flare headers, from the blinding location downstream of process unit knockout<br />

drums to the base of the flare stack, shall be pneumatically tested per the applicable<br />

Code.<br />

Piping with field installed linings which could be damaged by water may be<br />

pneumatically tested if hydrotesting is not practical prior to lining installation.<br />

Piping that is chemically cleaned or pickled should be hydrotested prior to cleaning.<br />

If this is not practical, pneumatic testing may be considered.<br />

Hydrostatic Testing of Lines Connected to Vessels and Exchangers<br />

The alternate minimum hydrostatic test pressure permitted in the applicable Code is<br />

acceptable <strong>for</strong> lines connected to vessels and exchangers provided full consideration<br />

is given to the maximum operating conditions of the entire line. Note that the 103<br />

kPa minimum specified in 5.1.1 does not apply in this case.<br />

Where sections of lines cannot be isolated from a vessel due to the absence of<br />

flanged or threaded jOints at the vessel, they may be tested at the test pressure<br />

permitted <strong>for</strong> the vessel per section 6.3.2 herein.<br />

Sewer Systems<br />

within Unit Limits<br />

All sewer systems shall be inspected and tested <strong>for</strong> leakage be<strong>for</strong>e backfilling as<br />

follows:<br />

(1) Seal outlet side of system.<br />

(2) Fill system with water until system overflows.<br />

(3) Visually inspect system <strong>for</strong> leaks and repair all visible leaks.<br />

(4) Repeat above steps as necessary until there are no visible leaks<br />

(5) Refill system and allow to sit <strong>for</strong> a minimum of 12 hours, no leakage allowed.<br />

After backfilling, plastiC pipe shall be refilled with water <strong>for</strong> a 12-hour period to verify<br />

zero leakage.<br />

Outside Unit Limits<br />

Sanitary, oil and chemical sewers do not require testing; however, prior to backfilling,<br />

the Owners representative shall make a visual inspection of the piping. All sources<br />

of leaks or evidence of poor workmanship shall be corrected prior to backfilling.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 8 OF 18


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

5.3<br />

5.3.1<br />

5.3.2<br />

5.3.2.1<br />

5.3.2.2<br />

5.3.2.3<br />

5.3.2.4<br />

Instrument Piping<br />

Displacement and ball float liquid level instruments, gauge glasses and gauge glass<br />

pipe columns together with the connected piping shall be tested per Section 5.1<br />

herein. Instruments using internal floats shall have the floats removed during tests<br />

where the test pressure exceeds the collapsing pressure of the floats.<br />

Instrument piping (other than that covered by Section 5.3.1 herein) from the<br />

instrument piping block valve process connection up through the instrument, shall be<br />

pneumatically tested in accordance with the applicable Code using the following<br />

procedure.<br />

Instrument air and utility air systems shall be tested with plant air under normal<br />

operating conditions.<br />

For systems that have previously seen hydrocarbon service, the test medium shall<br />

be nitrogen. A separate safety relief valve is required on the nitrogen supply line or a<br />

relieving device built into the nitrogen regulator may be used (in lieu of separate<br />

safety relief valve) when tests at several different pressures are to be made. Either<br />

relief device shall be set to relieve at not more than 34 kPa or 5 percent (whichever<br />

is greater) above the test pressure to be used on the instrument piping.<br />

Determine pneumatic test pressure per the applicable Code <strong>for</strong> each instrument<br />

piping system.<br />

Determine pneumatic Test (DP) Cell Systems:<br />

(1) Check that system is free of water.<br />

(2) Check that all joints are tight.<br />

(3) Check that orifice flange shut-off valves or instrument piping process block<br />

valves are tightly closed.<br />

(4) Check that high and low side valves, if provided on meter manifold, and<br />

equalizing valve on meter manifold are open.<br />

(5) Hook up nitrogen to drain valve on high side and close drain valve on low<br />

side.<br />

(6) With system at full test pressure, apply a leak detector at all joints,<br />

connections, etc. Detector to be 'Snoop Liquid Leak Detector' or equal.<br />

Repair leaks as required.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 90F 18


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

5.3.2.5<br />

(7) After completion of test, leave instrument piping isolated from the process<br />

line.<br />

Testing other instruments piped up to process lines or equipment, including<br />

analyzers, pressure transmitters, remote mounted pressure gauges, etc.<br />

(1) Check that system is free of water. Check that all joints are tight.<br />

(2) Check that process line shut-off valves are tightly closed.<br />

(3) Check that block valves at instrument are open.<br />

(4) Hook up nitrogen to one drain valve and close other drain valves, if provided.<br />

(5) With system at full test pressure, apply a leak detector at all joints,<br />

connections, etc. Detector to be 'Snoop Liquid Leak Detector' or equal.<br />

Repair leaks as required.<br />

(6) After completion of test, leave instrument piping isolated from the process<br />

line.<br />

5.4 Other Field Hydrostatic Equipment Testing<br />

5.4.1 With the exception of exchangers, further field hydrostatic testing of shop tested<br />

equipment is not required, unless repairs or alterations have been made in the field.<br />

5.4.2 Field fabricated vessels shall be field tested in accordance with the applicable code.<br />

5.5 Retests<br />

Retests at the same hydrostatic pressure originally used shall be made after field<br />

modifications and/or repairs (by welding).<br />

6.0 SYSTEM TESTING<br />

6.1 General<br />

To facilitate the field hydrostatic testing of piping, connected equipment (except the<br />

equipment excluded in Section 6.2 herein) may be included in a system type test<br />

provided the maximum hydrostatic test pressure permitted under Section 6.3 herein<br />

<strong>for</strong> such equipment is not exceeded.<br />

6.2 Exclusions - Connected Equipment<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 10 OF 18


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

The following equipment shall be excluded from the field hydrostatic test with<br />

connected piping:<br />

(1) Those instruments and instrument piping covered in Section 5.3 herein.<br />

(2) Pumps<br />

(3) Pressure safety valves and rupture discs which may be damaged during a<br />

test. (Any safety valve which is discharged during filled systems testing must<br />

have its set pressure rechecked).<br />

(4) Any equipment specifically recommended by manufacturer not to be<br />

hydrostatically tested.<br />

(5) Any equipment where hydrostatic testing would be detrimental to its operation<br />

or internals.<br />

(6) Piping or equipment that has been pickled <strong>for</strong> cleanliness.<br />

6.3 Limitations - Connected Equipment<br />

6.3.1 The maximum hydrostatic test pressure on any piece of standard commercial<br />

equipment permitted in a system test of piping shall not exceed the lesser of the<br />

following:<br />

6.3.2 Vessels<br />

6.3.2.1<br />

6.4<br />

6.4.1<br />

(1) Manufacturer's shop test pressure.<br />

(2) Manufacturer's recommended test pressure.<br />

The maximum hydrostatic test pressure at the bottom of vertical and horizontal<br />

vessels in new uncorroded condition and erected position shall not exceed the shop<br />

test pressure.<br />

The maximum hydrostatic test pressure <strong>for</strong> air cooled exchangers shall not exceed<br />

the shop test pressure.<br />

Limitations - Piping Systems<br />

Minimum Test Pressure<br />

The minimum test pressure of any single line shall not be less than specified in<br />

Section 5.1 herein and as listed in the Line List.<br />

6.4.2 Maximum Test Pressure<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 11 OF 18


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

6.4.2.1<br />

6.4.2.2<br />

6.4.2.3<br />

6.4.2.4<br />

The maximum test pressure on any single line shall be governed by the following<br />

limitations on components:<br />

Pipe: PM = 2 S T<br />

00<br />

PM = Maximum test pressure, kPa<br />

T = Nominal pipe wall thickness, mm<br />

00 = Actual pipe outside diameter, mm<br />

S = 0.90 times the minimum specified yield point at room<br />

Temperature, kPa<br />

Flanges and Flanged Fittings<br />

The hydrostatic shell test pressure in accordance with ANSI 816.5<br />

Valves<br />

7.0 TEST MEDIA<br />

7.1 Fluids<br />

(1) The manufacturer's shop hydrostatic shell test pressure<br />

(2) The manufacturer's shop seat test pressure in cases where a valve in the<br />

closed position would be subjected to the line test pressure.<br />

Special Piping Components<br />

Special piping components, such as displacement meters, expansion joints,<br />

strainers, etc., shall not be subjected to a test pressure in excess of the<br />

manufacturer's maximum allowable working pressure or recommended test<br />

pressure.<br />

7.1.1 Water shall be used <strong>for</strong> all field hydrostatic tests, unless other media are allowed by<br />

this specification or specified in the engineering design. Use of other fluid in lieu of<br />

water as a test media, shall obtain prior approval from the OWNER<br />

7.1.2 Procedures <strong>for</strong> supply of test water and testing of water purity shall be approved in<br />

writing by OWNER. The quality of a test fluid shall not be detrimental to the<br />

equipment, materials or process involved. Condensate or treated water may be<br />

required <strong>for</strong>' piping such as boiler feedwater systems.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 12 OF 18


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

7.1.3 Water <strong>for</strong> testing equipment and piping containing austenitic materials (valve trim<br />

excepted) shall be the lowest chloride content available (not to exceed 50 ppm<br />

ch lorides).<br />

7.2 Test Temperature<br />

7.2.1 The field test pressure shall not be applied until equipment and its contents reach<br />

approximately the same temperature.<br />

7.2.2 The following test metal temperature shall be observed <strong>for</strong> testing carbon steel and<br />

ferritic alloy pressure vessels and exchangers, unless the steel has been impact<br />

tested at a lower temperature.<br />

(1 ) Shell thickness less than 38 mm thick: 15'C minimum.<br />

7.2.3 Test temperatures <strong>for</strong> piping (not to include vessels or exchangers) may be lower<br />

than those temperatures listed in Section 7.2.2 herein provided the following are<br />

considered:<br />

(1) Care should be taken to prevent freezing of the lines.<br />

(2) Testing is above minimum allowable temperatures <strong>for</strong> the material as<br />

specified in the applicable Code.<br />

7.2.4 In no case shall test water temperatures <strong>for</strong> austenitic stainless steel equipment and<br />

<strong>for</strong> stainless steel internals (valve trim excluded) exceed 52 'C.<br />

7.2.5 Where testing must be done at metal temperatures greater than 93 'C, and the test<br />

pressures are calculated on the basis of an allowable stress, the test pressure must<br />

be adjusted accordingly.<br />

8.0 TESTING DATA, RECORDS AND COORDINATION<br />

8.1<br />

8.1.1<br />

8.1.2<br />

8.1.2.1<br />

Testing Data<br />

Testing schedules and diagrams, <strong>for</strong> all lines to be field tested, shall be prepared to<br />

facilitate the grouping of lines and connected equipment (where permitted) in a<br />

systems test. Such in<strong>for</strong>mation shall be developed and prepared prior to<br />

commencing with any testing. The testing schedules and diagrams shall be<br />

approved in advance by OWNER.<br />

The schedutes or diagrams shall contain the following in<strong>for</strong>mation:<br />

Individual Lines<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 13 OF 18


1m WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

(1) Line identification.<br />

(2) Maximum test pressure.<br />

(3) Minimum test pressure.<br />

(4) Test medium to be used.<br />

8.1.2.2 Connected Equipment<br />

(1) Equipment identification.<br />

(2) Maximum test pressure permitted and point of application.<br />

8.1.2.3 System Testing<br />

Note: The in<strong>for</strong>mation required <strong>for</strong> system testing shall be presented by means of<br />

marked-up mechanical flow diagrams.<br />

(1) Identification of lines in each group.<br />

(2) Identification of connected equipment in each group.<br />

(3) Test medium to be used in each group.<br />

(4) Test pressure to be used in each group and pOint of application.<br />

(5) Location of test blinds in each group.<br />

(6) Tie-in spool pieces shall be identified and tested separately from new piping.<br />

8.1.3 Copies of data under Sections 8.1 and 8.2 herein shall be furnished as part of the<br />

required job data. Copies shall be furnished <strong>for</strong> use by the OWNER.<br />

8.2 Records of Test<br />

Upon satisfactory completion of each field test, a record shall be made containing<br />

the following in<strong>for</strong>mation:<br />

(1) Date of test.<br />

(2) Identification of item(s) tested.<br />

(3) Test medium.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 14 OF 18


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

(4) Test pressure.<br />

(5) Am!Jient temperature.<br />

(6) Approval signatures by both Contractor and OWNER.<br />

Test records required by Code shall be given to an authorized Governmental and/or<br />

Code Inspector who will in turn certify compliance to Code. This certification shall<br />

also include a list of marked flow diagrams to indicate where blinds were used and<br />

confirm that such blinds were removed or in the case where operational blinds were<br />

used <strong>for</strong> testing that the blind part of such blinds was replaced with a spacer.<br />

8.3 Coordination<br />

8.3.1 OWNER shall be notified in advance of any field testing.<br />

8.3.2 All field testing shall be witnessed by OWNER.<br />

8.3.3 Where government or other codes require specific and/or referee witnessing of field<br />

testing, OWNER will arrange <strong>for</strong> the presence of properly authorized Inspectors.<br />

9.0 PRECAUTIONS, PREPARATIONS AND PROCEDURES<br />

9.1 Precautions<br />

9.1.1 The effect of hydrostatic head shall be considered when determining correct test<br />

gauge reading and the safe and/or effective test pressure of any element within a<br />

test system.<br />

9.1.2 Caution shall be exercised in hydrostatic system testing to assure that the<br />

simultaneous testing of large equipment and piping does not overload supporting<br />

structures and foundations.<br />

9.1.3 Any system under hydrostatic test shall be carefully observed and proper cautions<br />

taken and procedures established to prevent over-pressuring of lines and equipment.<br />

9.1.4 Hazards to personnel and property shall be minimized during pneumatic testing.<br />

9.2 Preparations<br />

9.2.1 For hydrostatic testing, the test pump discharge line shall be equipped with a<br />

pressure relief valve set to relieve at not more than 34 kPa or 5 percent (whichever is<br />

greater) above the permissible test pressure <strong>for</strong> the weakest component in the<br />

system being tested.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 15 OF 18


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

9.2.2<br />

9.2.3<br />

9.2.4<br />

9.2.5<br />

9.2.6<br />

9.2.7<br />

9.2.8<br />

9.2.9<br />

9.2.10<br />

9.2.11<br />

9.2.12<br />

9.2.13<br />

9.2.14<br />

9.2.15<br />

For pneumatic testing, the supply line shall be equipped with a pressure relief valve<br />

set to relieve at not more than 34 kPa or 5 percent (whichever is greater) above the<br />

required test pressures.<br />

Testing shall be carried out with permanent gaskets installed unless specified<br />

otherwise or instructed by the Engineer-In-Charge.<br />

No pressure test shall be carried out against closed valve unless proved by the<br />

Engineer- In- Charge.<br />

Be<strong>for</strong>e testing, all piping shall be cleaned by flushing to make it free from dirt, loose<br />

scale, debris and other loose <strong>for</strong>eign material.<br />

Instruments in the system to be tested, shall be excluded from the test by isolation or<br />

removal, unless approved otherwise by the Engineering-In-charge.<br />

All orifice plates shall be removed <strong>for</strong> testing.<br />

Expansion joints that cannot be secured against de<strong>for</strong>mation during hydrostatic test<br />

shall be removed from piping system being tested.<br />

Control valves shall not be included in the test system. Where bypasses are<br />

provided test shall be per<strong>for</strong>med through the bypass and / or necessary spool shall<br />

be used in place of the control valve.<br />

All joints welded, screwed or flanged shall be left exposed <strong>for</strong> examination during the<br />

test. Be<strong>for</strong>e pressurising the lines, each weld jOints shall be cleaned by wire brush to<br />

free it from rust and any other <strong>for</strong>eign matter.<br />

When testing any piping system, air may be used as preliminary test to detect<br />

missing gaskets etc. as this avoids the necessity of draining the line to make repairs.<br />

Lines that are spring or counter-weight supported shall be blocked up during test in<br />

order to sustain the hydrostatic load.<br />

Be<strong>for</strong>e filling a system <strong>for</strong> testing, all piping and connected equipment shall be<br />

thoroughly cleaned and flushed with clean water. When tests other than hydrostatic<br />

are required, lines may be blown with steam or air.<br />

All piping systems to be hydrostatically tested shall be vented at the high points and<br />

the systems purged of air be<strong>for</strong>e the test pressure is applied.<br />

Piping designed <strong>for</strong> vapour or gas shall be provided with additional temporary<br />

supports, if necessary, to support the weight of the test liquid.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 16 OF 18


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

9.2.16<br />

9.2.17<br />

9.3<br />

9.3.1<br />

9.3.2<br />

9.3.3<br />

9.3.4<br />

9.3.5<br />

Be<strong>for</strong>e pressure testing, all lines and/or systems shall be inspected to insure<br />

connected parts not to be included in the test are isolated.<br />

At least two adequately ranged test gauges, calibrated prior to use and suitably<br />

located, shall be connected to system being tested.<br />

Procedures<br />

Operational blinds may be used <strong>for</strong> field testing. Any other test blinds or blanks<br />

required <strong>for</strong> field testing during initial construction shall be furnished by the<br />

Contractor.<br />

Field testing of piping shall be per<strong>for</strong>med be<strong>for</strong>e insulation is applied. If insulation is<br />

applied be<strong>for</strong>e field testing, all shop welds (excluding welds which have been shop or<br />

mill hydrostatically tested), field welds and field jOints shall be left exposed until field<br />

testing is complete.<br />

Lines containing check valves should have the source of pressure located upstream<br />

of the check valve. If this is not possible, the check valves should be either removed<br />

or blanked off.<br />

Piping, which must be removed to permit installation of test blinds or blanks, shall be<br />

tested separately.<br />

Underground lines requiring testing shall be tested be<strong>for</strong>e being backfilled, except:<br />

(1) Where specified or approved by OWNER, lines may be partially backfilled<br />

be<strong>for</strong>e testing provided all shop and mill welds not previously tested and all<br />

field joints are left exposed.<br />

(2) Where alternate slip (lap) joints, permitted by the piping and material service<br />

specification <strong>for</strong> girth welds are used, the line may be backfilled be<strong>for</strong>e<br />

hydrostatic testing if the joints are tested as follows:<br />

(a) Make NPS 1/8" pipe tap between welds of each jOint.<br />

(b) Pneumatically test each joint to 110 % of design pressure.<br />

(c) Inspect both inside and outside welds with a soap solution.<br />

(d) Depressure, plug and seal weld NPS 1/8" tap.<br />

(e) Apply external coating to joint per job specification.<br />

9.3.6 Where piping being tested extends beyond the process unit limit without flanges, it<br />

shall be tested to the first block valve or set of flanges outside the unit limits. Care<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 17 OF 18


WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

SPECIFICATION FOR PRESSURE TESTING OF PIPING<br />

shall be taken that lines tested beyond unit limits are able to withstand test pressure<br />

to be used.<br />

9.3.7 System under test shall be held at full test pressure <strong>for</strong> a period of not less than one<br />

(1) hour. Following this one hour period, the system pressure shall be reduced to<br />

the MAWP of the system and are all welds and joints. Visual examined system<br />

inspection shall not commence until system pressure has been reduced to MAWP.<br />

10.0 COMPLETION OF TESTING<br />

10.1.1 Upon completion of test, the test pressuring manifold shall be immediately<br />

disconnected from the system being tested.<br />

10.1.2 All Vents and drains shall be opened be<strong>for</strong>e the system is to be drained and shall<br />

remain open till all draining is complete, so as to prevent <strong>for</strong>mation of vacuum in<br />

the system. After draining, lines / systems shall be dried by air. All valves, orifice<br />

plates, expansion joints, short pieces of piping and other excluded equipment shall<br />

be installed. Valves that were closed solely <strong>for</strong> hydrostatic testing shall be opened.<br />

After system has been drained, temporary pipe supports shall be removed.<br />

10.1.3 Pressure test shall be considered complete only after approved by the Engineer -in<br />

-Charge. Defects, if any, noticed during testing shall be rectified immediately and<br />

retesting of the system / line shall be done by the contractor at his cost.<br />

10.1.4 After testing is completed the test blinds shall be removed and equipments / piping<br />

isolated during testing shall be connected using specific gaskets, bolts and nuts.<br />

These connections shall be checked <strong>for</strong> tightness in subsequent Air tests to be<br />

carried out by the contractor <strong>for</strong> complete loop / circuit including equipments (except<br />

rotaryequipments).<br />

10.1 .5 Air Test<br />

When testing with air, pressure shall be supplied by means of a compressor. The<br />

compressor shall be portable type with a receiver, after cooler and oil separator.<br />

Entire piping system including line instruments (upto root valve) to be tested by air<br />

shall have joints covered with a soap solution and the joints are examined <strong>for</strong> leak if<br />

any.<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\SPECIFICATIONS\SPECIFICATION FOR PRESSURE TESTING OF PIPING\MASTER<br />

COPy\MH2145-COOO-PI-SPC-0007 _REV O.DOC<br />

MH2145-COOO-PI-SPC-0007<br />

Page 18 OF 18


Worley Parsons<br />

resources & energy<br />

EPMC Services <strong>for</strong> <strong>Rewari</strong>-<strong>Kanpur</strong><br />

MH214S-COOO-PI-ITP-0001<br />

30 April 2013<br />

Raheja Plaza, First Floor<br />

LBS Marg, Ghatkopar (West)<br />

Mumbai - 400086 , India<br />

Telephone: +91 2267818000<br />

Fax: +91 22 67818080<br />

© 2012Hydrocarbons<br />

<strong>Pipeline</strong><br />

Inspection and Testing Plan <strong>for</strong> Valves


Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI- KANPUR PIPELINE PROJECT<br />

INSPECTION AND TESTING PLAN FOR VALVES<br />

SYNOPSIS<br />

This document presents Inspection and Testing Plan <strong>for</strong> Valves <strong>for</strong> the EPMC Services <strong>for</strong> <strong>Rewari</strong>­<br />

<strong>Kanpur</strong> <strong>Pipeline</strong>.<br />

This report has been prepared on behalf of and <strong>for</strong> the exclusive use of HPCL, and is subject to<br />

and issued in accordance with the agreement between HPCL and WorleyParsons.<br />

WorleyParsons accepts no liability or responsibility whatsoever <strong>for</strong> it in respect of any use of or<br />

reliance upon this report by any third party.<br />

Copying this report without the permission of HPCL or WorleyParsons is not permitted.<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE PROJECT<br />

REV DESCRIPTION ORIG<br />

o ISSUED FOR USE<br />

PISK<br />

REVIEW<br />

TELS<br />

WORLEY·<br />

PARSONS<br />

APPROVAL<br />

ARYV<br />

DATE CLIENT DATE<br />

APPROVAL<br />

04 Mar 2013<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\WORKING\INSPECTION AND TESTING PLAN FOR<br />

VALVES\MASTER COPy\MH2145-COOO-PI-ITP-0001_REV C.DOC<br />

MH2145-COOO-PI-ITP-0001<br />

Page 2 OF 5


11111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

APPENDIX B: SCHEDULE OF PROPOSED SOURCES OF MATERIALS OR EQUIPMENT<br />

AND THEIR AVAILABILITY (SUPPLIER TO COMPLETE)<br />

Requisition No.<br />

Requisition Title<br />

Material I Equipment<br />

: MH2145-COOO-PI-RFQ-0001<br />

: Material Requisition <strong>for</strong> Carbon Steel Ball Valves<br />

Sub SUPPLIER I Country of Origin!<br />

Manufacturer Name and Source<br />

Location<br />

N:\S13-MH-214S-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH214S-COOO-PI­<br />

RFQ-0001_REV O.DOC<br />

MH214S-COOO-PI-RFQ-0001<br />

Delivery<br />

Period to<br />

SUPPLIER<br />

Page 15 of 17


1111 Worley Parsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

APPENDIX C: COMPLIANCE CERTIFICATE<br />

<strong>Bid</strong>der confirms that the offer is in total compliance with technical requirements of the Material<br />

Requisition & there are no technical deviations. <strong>Bid</strong>der confirms that the deviations expressed<br />

or implied anywhere in the offer shall not be considered valid.<br />

The vender shall confirm below their acceptance of all the clauses contained in the<br />

specification otherwise make clarifications or exceptions that shall be noted below:-<br />

CLIENT: Hindustan Petroleum Corporation Limited VENDER REF. NO.<br />

REF NO.<br />

SPEC. REF. NO. CONFORMS YIN ALTERNATE YIN CLARIFICATION<br />

APPENDIX D: FORMAT FOR DEVIATION LIST<br />

N:\513-MH-2145-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH2145-COOO-PI·<br />

RFQ-0001_REV O.DOC<br />

MH2145-COOO-PI-RFQ-0001<br />

Page 16 of 17


1111 WorleyParsons<br />

resources & energy<br />

EPMC SERVICES FOR REWARI-KANPUR PIPELINE<br />

MATERIAL REQUISITION FOR CARBON STEEL BALL VALVES<br />

DETAILED DEVIATION I EXCEPTION LIST<br />

Exception <strong>Document</strong> Reference I Supplier Exception I Reason <strong>for</strong> Deviation<br />

I Paragraph Deviation I Alternate<br />

Deviation proposal<br />

Number<br />

N:\S13-MH-214S-RKPL\11 ENGINEERING\11.7 PIPING\MR FOR VALVES\MASTER\MH214S-COOO-PI­<br />

RFQ-0001_REV O.DOC<br />

MH214S-COOO-PI-RFQ-0001<br />

Page 17 of 17

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!