epcm services for mangalore-hassan-bangalore- mysore -lpg pipeline...
TRANSCRIPT
Hindustan Petroleum Corporation Ltd Mott MacDonald Pvt. Ltd.
Hundustan Bhavan Mott MacDonald House,
8, S.V. Marg 44/45, Street No. 14,
Ballard Estate MIDC, Andheri (East)
Mumbai 400 001 Mumbai - 400 093
REQUISITION FOR QUOTATION OF
CORROSION MONITORING SYSTEM
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
Page 1 of 13Doc No: 290805-001-RQ-6012 Rev: C
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls
Issue and Revision Record:
REQUISITION FOR QUOTATION OF
CORROSION MONITORING SYSTEM
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
SNA Re-Issued for Enquiry
B 28/03/2013 PAL IYS SNA Issued for Enquiry
IYS
A 26/03/2013 PAL IYS
Group Disclaimer
C 17/06/2013 PAL
Description
SNA Issued to Client for Comments
MMPL Project No.
HINDUSTAN PETROLEUM CORPORATION LTD
290805
Page 2 of 13Rev: CDoc No: 290805-001-RQ-6012
Rev Date Originator Checked
Client
Approved
“This document is issued for the party which commissioned it and for specific purposes connected with the captioned project only. It should not be relied upon by any other party or used for any other purpose. We accept no responsibility for the consequences of this document being relied upon by any other party, or being used for any other purpose, or containing any error or omission which is due to an error or omission in data supplied to us by other parties.”
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls
A B C 0 1
√ √ √
√ √ √
√ √ √
1 √ √ √
2 √ √ √
3 √ √ √
4 √ √ √
5 √ √ √
6 √ √ √
7 √ √ √
APPENDIX A: RED Form for Corrosion Coupon and Probe. 7
SOQ - Services
Notes.
Doc No: 290805-001-RQ-6012
2
3
INDEX
Sr.
No.Sheet no.
1
Index.
Cover Sheet.
Locations of Delivery of Coupons, Probes and Accessories.
6
4
4
SOQ - Supply 5
APPENDIX B: Technical Attachments ( 1 TO 6 ) 8 TO 13
Abbreviations.
4
Description
Cover Sheet.
Rev: C
Attached with this Revision
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
Page 3 of 13
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls
1) GENERAL NOTES:
a.
b.
c.
-
-
-
d.
e.
f.
2) ABBREVIATION:
WT : Wall Thickness
MDS : Mangalore Despatch Station
3) LOCATIONS OF DELIVERY:
a. HPCL MLIF: All items with Tag Nos (Including Spares) starting with 010, 020
b. Hassan IP Station: All items with Tag Nos (Including Spares) starting with 030, 050, 060
c. HPCL Mysore: All items with Tag Nos (Including Spares) starting with 040
d. Reitrieval Kit and Service Valve: 1 No at MDS and 1 No at Yediyuru Receipt Station
All software and guarantees of the Suppliers shall be on the name of HPCL.
Bidder must submit duly filled up and signed data sheets and APPENDIX - B Attachment 6
along with the offer.
All design, engineering, supply, Technical support and Guarantees.
All documents including drawings, manuals softwares etc.,
The items & quantity indicated in the Schedule are indicative & may vary to suit site conditions.
Bidder must quote for all items including sub items.
Prices quoted shall include the following:
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
Page 4 of 13Doc No: 290805-001-RQ-6012
Bidder shall spare parts list, recommended for 2 Years normal operation along with Bid and shall
All the items shall be delivered at Company’s designated storage yard at Mangalore, Hassan and
Rev: C
All handling, transportation including marine transportation (if applicable), liaison, port fee,
Yediyuru in Karnataka State, India.
be supplied with Corrosion Monitoring System.
warehousing, handling as required including payment of all fee, charges, custom duty,
commissioning spares etc.
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls
10
EA 2
LS 1
A. SCHEDULE OF SUPPLY
ITEM NO DESCRIPTION UNIT QUANTITY
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-RQ-6012 Rev: C Page 05 of 13
Supply of Access Fitting (Hollow)
3
10
9
EA
EA
EA
EA
MT
5
6
7
Supply of Retriever Kit & Service Valve Kit
Design, detail engineering, Manufacturing, Inspection/FAT (Factory acceptance test), packing and supply of retriever kit & Service Valve Kit for Coupons and Probes as per Specification No: 290805-001-
SP-6012 and Datasheet No: 290805-001-DS-6012 of Corrosion Monitoring System.
Supply of Probe Transmitters & Corrosion Meter
Supply of Flush Disc Coupons
Supply of Retrievable Coupon Holder
Supply of Access Fitting (Solid)
11 2 Sets of Caliberation tools used for maintenance of the entire system including loop testing between ER Probes and Corrosion Meter.
10
Design, detail engineering, Manufacturing, Inspection/FAT (Factory acceptance test), packing and supply of of ER Probe panel mounted transmitters with mounting bracket and receivers (corrosion meter)
connecting to UPS and suitable to interfacing with DCS / SCADA / PLC along with all accessories for ER Probes as per Specification No: 290805-001-SP-6012 and Datasheet No: 290805-001-DS-6012 of
Corrosion Monitoring System.
Design, detail engineering, Manufacturing, Inspection/FAT (Factory acceptance test), packing and supply of mild steel flush disc coupons of 1.25" dia & 0.125" thickness as per Specification No: 290805-
001-SP-6012 and Datasheet No: 290805-001-DS-6012 of Corrosion Monitoring System.
Design, detail engineering, Manufacturing, Inspection/FAT (Factory acceptance test), packing and supply of retrievable coupon holders of SS 316 for flush disc coupon as per Specification No: 290805-001-
SP-6012 and Datasheet No: 290805-001-DS-6012 of Corrosion Monitoring System.
Design, detail engineering, Manufacturing, Inspection/FAT (Factory acceptance test), packing and supply of 2" NB, 5.25" height, flare weld Access fitting assembly (non-tee) with solid plug assembly of
SS316 alongwith heavy duty protective CS cover, essential spare etc. as per Specification No: 290805-001-SP-6012 and Datasheet No: 290805-001-DS-6012 of Corrosion Monitoring System.
Supply of all connecting cables, cable glands etc from ER Probe location to control room to interface with DCS/SCADA/PLC as per Specification No: 290805-001-SP-6012 and Datasheet No: 290805-001-
DS-6012 of Corrosion Monitoring System.
Design, detail engineering, Manufacturing, Inspection/FAT (Factory acceptance test), packing and supply of high pressure, retrievable type, flush-mounted ER probes, body SS316, with mild steel element
along with adaptor with cable as per Specification No: 290805-001-SP-6012 and Datasheet No: 290805-001-DS-6012 of Corrosion Monitoring System.
4
Supply of spare flush mounted ER probes body SS316, with mild steel element along with Transmitter as per Specification No: 290805-001-SP-6012 and Datasheet No: 290805-001-DS-6012 of Corrosion
Monitoring System.
Design, detail engineering, Manufacturing, Inspection/FAT (Factory acceptance test), packing and supply of NB, 5.25" height, flare weld Access fitting assembly non-tee), body carbon steel, acme thread
outlet with hollow plug assembly in AISI-316 along with heavy duty protective CS cover, essential spare for ER Probes as per Specification No: 290805-001-SP-6012 and Datasheet No: 290805-001-DS-
6012 of Corrosion Monitoring System.
1
Supply of ER probes
EA
EA
EA
2
3
Supply of Spare ER probes with Transmitter
LS 1
Supply of Connecting cable
8
10
122
10
10
950
Complete Documentation
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-RQ-6012 Rev: C Page 06 of 13
ITEM NO DESCRIPTION UNIT QUANTITY
1SITE WORK
LS 1Supervision of erection, installation and commissioning.
1.1 EA 1Charges for additional day for installation and commissioning
11ST YEAR
TRAINING
Training as per Doc. No. 290805-001-SP-6012 Clause 4.2.10
2.2 EA 1Charges for additional day for training
Data analysis of Probe, Coupons and Caliberation of loops as per the MR.
3.5 5TH YEAR
3.2 LS2ND YEAR
3.3 LS3RD YEAR
LS 1
LS 1
1
1
B. SCHEDULE OF SERVICES
2
2.1
LS 13.4 4TH YEAR
3
3.1 LS
C
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls
APPENDIX A: REQUISISTION OF ENGINEERING DOCUMENTS (RED FORM)
General Arrangement Drawing of Coupon, Probe,
Transmitter, Receiver, Retrieval Kit, Service Valve4 1 3
All Documents as indicated in Clause 8 of Specification
Clausewise list of deviations from specifiation.
4 1 3
Weekly/Monthly Once.
1
1
1
1
3
3
1
3
3
Calibration certificates of Instruments
HAC Certifications
All Material certificates.
Manufacturing Report.
3
3
Heat treatment graphs and Certificates.
1 3
3
3
3
Purchasing Office via courier service not later
than time of dispatch of equipment.
OPERATING DOCUMENTS: Disk
Purchasing Office via courier service within 4
weeks of relevant test/inspection.
Documents Shall be Submitted to:Prints
1
1
3
Prints
NDT Reports and Certificates.
Pneumatic Test Certificates.
1
Hydrostatic Test Certificates.
1 3
EPMC SERVICES FOR URAN-CHAKAN-SHIKRAPUR-LPG PIPELINE
PROJECT
OWNER'S/Purchaser's Office Consultants Office
Page 7 of 13Rev: CDoc No: 290805-001-RQ-6012
Hindustan Petroleum Corporation Ltd, Hundustan Bhavan, 8, S.V.
Marg, Ballard Estate, Mumbai 400 001
Mott MacDonald Pvt. Ltd., Mott MacDonald House, 44/45, Street No. 14, MIDC,
Andheri (East), Mumbai - 400 093
Required No For:
Approval Final Issue
DRAWINGS/DOCUMENTS:
TIMING FOR SUBMITTAL:
1. For Approval, 2 Weeks after order date
2. Final issue, 2 weeks after approval date.PRINTS DISK
Transparenc-
ies
Units / dimensions to be used on Engineering documents shall be SI.
The documents shall be in English. Description on drawings and similar documents
may be in other languages provided English translations are also given.
Drawings and documents shall be suitable for microfilming and comply with
accepted national or international standards for the preparation of technical
drawings. Only the following standard sizes should be used: A4, A3, A2, A1.
Invoice must certify that the drawings and engineering documents specified above have
been dispatched to all parties concerned.
Any deviation from the timing for submittal of documents shall be notified to the
Approval / Distribution Offices by fax or E mail.
Shop fabrication shall not be started before the required approval drawings have been
released for construction by the party concerned, unless otherwise stated on the
"Approval Drawing Specification".
Each document shall bear the item / tag and order reference number and be
dispatched by air mail, unless other instructions are stated on the RED.
Completed Datasheet.
Quality Control Plan Satisfying ISO9000 Requirements.
Manufacturing, Inspection & Testing Sequence Plan
Cross-Section drawing with BOM and MOC.
PRINTS
3
3
1 3
1
1
Vendor Document Schedule & Production Schedule.
Packing/Shipping List with weights and Dimensions 4
4
4
4
Fabrication test and delivery schedule.
1
TEST AND INSPECTION DOCUMENTS:
Documents to be Submitted under transmittal
4
14
Valid ISO9001 certificate.
1. Referenced standards/codes shall be the latest issue unless stated otherwise.
ADDITIONAL REQUIREMENTS:
Disk
Maintainance instrucitions and Operating Manual.
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls
SPECIFICATION FOR CORROSION COUPON AND PROBES (12 SHEETS)
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
DOCUMENT NO. 290805-001-SP-6012
APPENDIX B - TECHNICAL ATTACHMENTS (01 OF 06)
Doc No: 290805-001-RQ-6012 Rev: C Page 08 of 13
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6012 Rev: C Page 1 of 12
http://pims03/pims03dav/nodes/2514623/6012 - Specification for Corrosion Coupon and Probe Rev.C.doc
SPECIFICATION FOR CORROSION COUPON & PROBES
Hindustan Petroleum Corporation Ltd.
Hindustan Bhavan,
8, S.V. Marg,
Ballard Estate,
Mumbai-400 001.
Mott MacDonald Pvt Ltd.,
Mott MacDonald House,
44/45, Street No. 14,
MIDC, Andheri (East),
Mumbai-400 093.
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6012 Rev: C Page 2 of 12
http://pims03/pims03dav/nodes/2514623/6012 - Specification for Corrosion Coupon and Probe Rev.C.doc
SPECIFICATION FOR CORROSION COUPON & PROBES
Client M/S HINDUSTAN PETROLEUM CORPORATION LTD.
MMPL Project No. 290805
Issue and Revision Record:
Rev Date Prepared by Checked By Approved By Description
A 15/01/2013 IYS PAL SNA Issued to Client for
Comments
B 26/03/2013 IYS PAL SNA Issued for Approval
C 28/03/2013 IYS PAL SNA Issued for Construction
Group Disclaimer “This document is issued for the party which commissioned it and for specific purposes connected with the captioned project only. It should not be relied upon by any other party or used for any other purpose. We accept no responsibility for the consequences of this document being relied upon by any other party, or being used for any other purpose, or containing any error or omission which is due to an error or omission in data supplied to us by other parties.”
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6012 Rev: C Page 3 of 12
http://pims03/pims03dav/nodes/2514623/6012 - Specification for Corrosion Coupon and Probe Rev.C.doc
LIST OF CONTENT PAGE NO
1 INTRODUCTION 4
2 REFERENCE DOCUMENTS 4
3 SCOPE OF WORK 5
4 SPECIFICATION 5
5 INSPECTION AND TESTS 7
6 TEST CERTIFICATES 8
7 PAINTING, MARKING AND SHIPMENT 9
8 DOCUMENTATION 9
9 QUALITY ASSURANCE & CONTROL 10
10 DOCUMENT TO BE SUBMITTED ALONG WITH THE OFFER 10
Appendix A : - TABLE OF COMPLIANCE. 12
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6012 Rev: C Page 4 of 12
http://pims03/pims03dav/nodes/2514623/6012 - Specification for Corrosion Coupon and Probe Rev.C.doc
1 INTRODUCTION
1.1 GENERAL
This specification covers the minimum requirements for design, manufacture, inspection, testing & supply of Corrosion Coupons and Access Fittings to be installed in onshore pipeline system handling Liquefied Petroleum Gas (LPG).
1.2 ABBREVIATION AND DEFINITION
1.2.1 ABBREVIATION
HPCL Hindustan Petroleum Corporation Limited
ISO International Organisation for Standardisation
ITP Inspection and Test Plan
LPG Liquefied Petroleum Gas
MOC Material of Construction
OD Outside Diameter, Specified
QA Quality Assurance
UT Ultrasonic Testing
MPT Magnetic Particle Test
QCP Quality Control Plan
1.2.2 DEFINITIONS
The following terms are used in this specification:
Manufacturer shall mean the manufacturer or supplier of the Materials covered by this Specification.
Company/Purchaser shall mean HPCL or its authorised agent.
Consultant shall mean Mott MacDonald Pvt. Ltd.
Manufacturer/Vendor shall mean the manufacturer or supplier of the material & services covered by this Specification.
Shall shall indicate a mandatory requirement
Should indicates a strong recommendation to comply with the requirements of this document based on sound engineering judgement.
2 REFERENCE DOCUMENTS
Reference has also been made in this specification to the latest edition of the following codes, standards and specifications:
American Society for Testing Materials (ASTM)
ASTM B16.9 (2007) Factory Made Wrought Butt Welded Fittings
Manufacturers Standardization Society of the Valve Fitting Industry, Inc.
MSS-SP 97 (1995) Integrally Reinforced Forged Branch Outlet Fittings-
Socket Welding, Threaded and Butt Welding Ends
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6012 Rev: C Page 5 of 12
http://pims03/pims03dav/nodes/2514623/6012 - Specification for Corrosion Coupon and Probe Rev.C.doc
Oil Industry Safety Directorate (OISD)
OISD STD 188 (2000) Corrosion Monitoring of Offshore and Onshore
Pipelines
International Organization for Standards
ISO 9000 Quality Management and Quality Assurance Standards
ISO 9001:2008 Quality Systems – Model for quality assurance in
design, development, production, installation and
servicing
ISO 9002 Quality Systems – Model for quality assurance in
production, installation and servicing
In the event of any conflict of data or requirements in any of the above documents, it is the Manufacturer’s responsibility to resolve these conflicts before proceeding with design, manufacture or purchase. In any case, the most stringent requirement shall prevail. However, Purchaser’s/ Consultant’s interpretation shall be final.
In case of conflict, the order of precedence of the documents shall be as follows:
a) Technical Data Sheets.
b) This Specification.
c) Project Specifications, Company Standards and International Codes as per Paragraph 2.
3 SCOPE OF WORK
This document provides minimum requirement for scope of work for Corrosion Monitoring System including design, fabrication, supply, transportation, preservation, assembly, handing at site, installation, commissioning, performance evaluation for one complete cycle of products, training and performance guarantee by the Manufacturer as per system description, specification, data sheets and drawings.
4 SPECIFICATION
4.1 TECHNICAL REQUIREMENTS
The electrical resistance (ER) probes & CS corrosion coupons to be installed at the Despatch and Receipt Stations as indicated in Datasheet No. 290805-001-DS-6012 shall be retrievable from the line under pressure. The probes & coupons shall be flush mounted on the pipeline. Pipeline inlet pressure may vary according to pipeline pressure drop due to different flow rate, the corrosion monitoring system shall be suitable for operation under this fluctuating pressure conditions.
Each probe shall be connected to a transmitter (2 wire system) to give an o/p of 4~20 mA, proportional to corrosion rate. This output will be connected to a panel mounted corrosion meter (Receiver) for direct digital read out of corrosion rate in the control room at each station. The transmitters shall be intrinsically safe certified & suitable safety barriers between transmitters & corrosion meters shall be provided by the vendor. 4-20mA output from the transmitter-corrosion meter shall also be available for interfacing with SCADA. The manufacturer shall provide operation manual for these instruments. An RS-485 port shall also be provided for serial output on modbus RTU protocol for interfacing with station PLC of owner for fetching all the parameters and also diagnostics.
4.2 MATERIALS
The scope of supply shall consist as minimum requirement of the following components:
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6012 Rev: C Page 6 of 12
http://pims03/pims03dav/nodes/2514623/6012 - Specification for Corrosion Coupon and Probe Rev.C.doc
4.2.1 ER PROBE WITH TRANSMITTER
Probe: (10) Nos.; for each location as indicated in Annexure – I of Datasheet No. 290805-001-DS-6012. Transmitter, 1No for each location as indicated in Annexure – I of Datasheet No. 290805-001-DS-6012. 3 Nos. of Probes and Transmitters shall be supplied as spare:
Probes shall be high pressure retrievable type, flush mounted, body in SS316 with element of carbon steel for installation with high pressure hollow plug access fitting assembly. The probe shall be suitable for measurement of corrosion rate in the range of 0-10 mpy.
Probe life shall be at least 2 yrs. at 1 to 2.5 mpy corrosion rate.
The transmitter shall have valid intrinsically safe certificate from authorised certifying agency.
4.2.2 ACCESS FITTING ASSEMBLY FOR ER PROBE
10 Nos. for ER Probe, 1 for each location as indicated in Annexure – I of Datasheet No. 290805-001-DS-6012.:
2” NB, 5.25” height, flare weld Access Fitting Assembly (non-tee), body carbon steel, acme thread outlet with hollow-plug assembly in AISI-316 along with heavy duty protective C.S. cover complete with essential spare.
4.2.3 COUPONS
Flush disc coupons 1.25” dia x 1/8” thickness with one mounting hole of ID 0.312”. Vendor shall indicate and quote for the number of coupons required for 3 Years Operation.
Retrievable coupon holder of SS 316 – 10 Nos.; 1 for each location as indicated in Annexure – I of Datasheet No. 290805-001-DS-6012.
4.2.4 ACCESS FITTING ASSEMBLY FOR COUPON
10 Nos. for Corrosion Coupon; 1 for each location as indicated in Annexure – I of Datasheet No. 290805-001-DS-6012.
2” NB, 5.25” height, flare weld Access fitting Assembly (non-tee), body carbon steel, acme thread outlet with solid plug assembly in AISI-316, along with heavy duty protective C.S. cover complete with essential spare.
4.2.5 RETRIEVER KIT
Complete with repair & seal kit for ER probes & coupon with holders – 2 Nos. (1 shall be kept at Mangalore and other at Yediyuru) Rating shall be minimum 900#.
Service valve kit, complete with blanking plug, extension lever, brass hammer, spare face-to-access fitting O-ring, heavy duty field service box, essential repair and seal kit – 6 Nos.
Each retriever and service valve kits shall be designed for operation on all the locations both for probe & coupon.
4.2.6 CORROSION METER
10 Nos. for ER probe; 1 for each location as indicated in Annexure – I of Datasheet No. 290805-001-DS-6012.
- Resolution: ± 0.1mpy/0.01 mil
- Measurement repeatability: + 1 dial division
- Measurement range: 0-10 mpy.
- Operating temp. : (-) 10 °C to 65°C
- Complete with suitable safety barrier & two wire cable of required length between transmitter & corrosion meter, operation and maintenance manual
- Owner will provide 220V power supply for this unit. The unit shall be suitable to provide 24VDC supply for powering the transmitter’s 4-20 mA loop through the two wire cable.
- The unit shall receive 4-20 mA signal proportional to corrosion rate from the transmitter through the same two wire cable and provide digital display of corrosion rate through the same
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6012 Rev: C Page 7 of 12
http://pims03/pims03dav/nodes/2514623/6012 - Specification for Corrosion Coupon and Probe Rev.C.doc
two wire cable. 4-20 mA signal shall also be available from the transmitter-corrosion meter for interfacing with SCADA.
- The corrosion meter, shall have valid intrinsically safe certificate from authorised certifying agency.
- The serial interface cable from the controller to the plant PLC cabinet shall be supplied by the vendor. The installation shall be under the supervision of the Vendor.
- CCOE / PESO approved cable glands for the offered system shall be supplied by the Vendor.
4.2.7 SERVICE VALVE KIT
Service valve kit shall be complete with blanking plug, extension lever, and brass hammer, spare face-to-access fitting o-ring, heavy duty field service box, essential repair & seal kit.
Retriever & valve kit shall be designed for operation on all location for ER probe and coupons.
- 2” service valve kit compatible to 2” access system.
- Pressure Rating: 900# minimum.
- Should have by-pass bleed valve for safe de-pressurization.
- Compact design.
- Should Comply with API 6D, API 6FA and API 607 as a fire safe unit.
4.2.8 ADDITIONAL EQIPMMENT
Vendor shall supply 2-sets of calibration tools used for the maintenance of the entire system including the loop between ER probes and corrosion meter.
4.2.9 SOFTWARE
Vendor shall provide suitable software for analyzing the corrosion rate of pipeline. Any other items required for complete installation & guaranteed performance of the Corrosion Monitoring System for the purpose as defined in the technical specification shall be assessed / quoted and shall be supplied by the vendor.
4.2.10 TRAINING
Supplier shall note that training for HPCL personnel (minimum 6 Nos.) shall be arranged and carried out by an experienced and trained corrosion monitoring specialist of the Corrosion Monitoring System supplier during commissioning stage at any of the locations of Mangalore-Hassan-Bangalore-Mysore LPG Pipeline Project as convenient to HPCL as per SOR for 3 days on a lump-sum basis inclusive of all incidental charges.
4.2.11 DATA ANALYSIS
Vendor shall depute their qualified representative to retrieve/install corrosion coupons once in 3 months. He shall also calibrate the loop between ER probe and corrosion meter. All the relevant charges shall be considered under the head of data analysis. The vendor shall carry out the analysis of the Corrosion Monitoring System data sent by HPCL on monthly/Quarterly basis for ER Probes and half yearly basis for coupons. The vendor shall send the report on the analysis for a period of 3 Years operations.
4.2.12 SUPERVISION OF INSTALLATION & COMMISSIONING
Services towards the supervision of Installation and commissioning of the offered Corrosion monitoring system shall be quoted by the supplier on lump-sum basis.
5 INSPECTION AND TESTS
The Manufacturer & Contractor shall perform all inspection and tests as per the requirements of this specification and the relevant codes, prior to shipment from his Works. Such inspection and tests shall be, but not limited to, the following:
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6012 Rev: C Page 8 of 12
http://pims03/pims03dav/nodes/2514623/6012 - Specification for Corrosion Coupon and Probe Rev.C.doc
5.1 All assemblies and components shall be 100 % visually inspected & hydro tested and test certificates for the same shall be provided.
5.2 Dimensional checks shall be carried out as per the approved drawings.
5.3 Chemical composition and mechanical properties including hardness shall be checked as per relevant material standards and this specification.
5.4 Non-destructive inspection of the assemblies shall be carried out as given below:
5.5 All butt and repair welds of pressure containing parts shall be examined 100% by radiography. Acceptance limits shall be as per ASME B31.4.
5.6 Welds, which in Purchaser’s/Consultant’s Inspector's opinion cannot be inspected by radiographic methods, shall be checked by ultrasonic or magnetic particle methods. Methods of examination shall be as per ASME Section VIII Div.1 Appendix 12 and Appendix 6 respectively.
5.7 All forgings shall be wet magnetic particle inspected on 100% of forged or extruded surfaces. Method and acceptance shall comply with MSS-SP-53.
5.8 The end section of the components to be welded shall be 100% ultrasonically tested for lamination type defects for a distance of 50 mm from the ends prior to being prepared. The presence of any discernible defects shall be cause for rejection.
5.9 All fillet welds of thickness < 6 mm shall be examined 100% by Magnetic Particle Inspection
and 6 mm shall be examined 100% by angle probe UT. Acceptance criteria for MPT and UT shall be as per ASME Sec. VIII Div.1 Appendix 6 and Appendix 12 respectively.
5.10 Purchaser’s/Consultant's Inspector may also perform stage wise inspection and witness tests at Manufacturer's Works prior to shipment. Manufacturer shall give reasonable notice of time and shall provide, without charge, reasonable access and facilities required for inspection by the Purchaser /Consultant's Inspector. Inspection and tests performed/witnessed by the Purchaser's inspector shall in no way relieve the Manufacturer's/Contractor’s obligation to perform the required inspection and tests.
5.11 The hydro test water shall be clean, non-toxic, non-corrosive, neutral fresh water with chloride contents not exceeding 250ppm.
5.12 Test procedure and ITP shall be addressed to Purchaser /Consultant for their Review and Approval.
6 TEST CERTIFICATES
Manufacturer shall submit the following certificates:
a) Test certificates relevant to the chemical analysis and mechanical properties including hardness of the materials used for the manufacture as per relevant material specification.
b) Test reports on non-destructive testing.
c) Test certificates for hydrostatic tests.
d) Test reports of heat treatment carried out.
e) Dimensional & Visual check report.
f) Surface preparation and painting, marking report.
g) Inspection release note.
Certification for use in hazardous area shall be as follows
a) Certificates from statutory authorities like BASEEFA, FM, PTB, UL, and CENELEC etc. for items of foreign origin, and from CMRI etc. for items of Indian origin.
b) Approval certificate from PESO (Petroleum Explosive Safety Organizer) / CCE (Chief Controller of Explosives) for items to be installed in India, irrespective of
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6012 Rev: C Page 9 of 12
http://pims03/pims03dav/nodes/2514623/6012 - Specification for Corrosion Coupon and Probe Rev.C.doc
country of origin and the same is mandatory. In case PESO (Petroleum Explosive Safety Organizer) / CCE certificate is not available at the time of quotation, bidder shall confirm that the certificate shall be furnished before shipment.
c) Approval certificate from BIS (Bureau of Indian Standards) for all flameproof instruments of Indian origin.
7 PAINTING, MARKING AND SHIPMENT
7.1 After all inspection and test required have been carried out; surface shall be thoroughly cleaned, freed from rust and grease and applied with sufficient coats of corrosion resistant paint.
7.2 Each assembly shall be tagged with the SP number stamped legibly on the edge of the inlet flange using die stamps with characters at least 12 mm high.
7.3 The assembly shall be fitted with a stainless steel nameplate, attached to the body with stainless steel wire. At least the following information shall be clearly stamped on the plate
a) Manufacturer's name
b) Rating
c) Material Body/plug etc
d) P. O. Number and Tag No’s.
7.4 All necessary precautions shall be taken for adequate protection of the assemblies during shipment and storage.
8 DOCUMENTATION
8.1 After placement of Purchase order/Letter Of Intent, the Manufacturer shall submit, but not limited to, the following documents for Purchaser /Consultant's approval.
a) Fabrication drawings, material details.
b) Welding, Heat Treatment, Inspection and Testing Procedures.
c) Quality Control Manual and Quality Control Plan/ITP.
d) Packaging and transportation details.
e) Proposed painting procedure.
f) Spare part list for 2 years operation.
g) Spare part list for commissioning and start-up.
h) Operating & maintenance manual.
i) Engineering, purchasing and construction schedule.
j) Intrinsically safe certificates with catalogue wherever applicable.
k) Preservation procedure for coupons, probes and other spare accessories.
l) Instrument Index.
m) Cable Schedule.
n) Junction Box Schedule
o) Panel GA Drawing.
p) Loop Drawing.
q) Power Consumption.
r) Graphics Details.
s) Datasheets and Specification of Systems..
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6012 Rev: C Page 10 of 12
http://pims03/pims03dav/nodes/2514623/6012 - Specification for Corrosion Coupon and Probe Rev.C.doc
t) System architecture drawing.
u) Modbus mapping details.
8.2 Manufacture of corrosion coupon assembly fittings shall commence only after approval of the above documents. Once approval has been given by Purchaser/Consultant, any changes in design, material and method of manufacture shall be implemented only after subsequent and specific approval of the Purchaser /Consultant in writing.
8.3 On receipt of written approval, the Manufacturer/contractor shall submit to Purchaser all documents as listed in Clause 8.1 above.
8.4 Prior to shipment, the Manufacturer/contractor shall submit test certificates as listed in Clause 6.0 of this specification.
8.5 Documents shall be in the English language only.
9 QUALITY ASSURANCE & CONTROL
9.1 The Manufacturer shall operate a Quality System meeting the requirements of the relevant Part of ISO 9000. The manufacturer shall have in effect at all times a QA/QC program which clearly establishes the authority and responsibility of those in charge of the quality system. Persons performing quality functions shall have sufficient and well defined authority to enforce quality requirements that initiate, identify, recommend and provide solutions to quality problems and verify the effectiveness of the corrective action.
9.2 A copy of the Manufacturer’s QA/QC program shall be submitted to the Purchaser / Consultant with its quotation for Purchaser’s review and concurrence prior to award. If Vendor’s QA/QC program and facility, where the work is to be performed, is ISO 9000 certified, then only a copy of the Vendor’s ISO 9000 certificate is required.
9.3 The Manufacturer/Contractor shall ensure that his sub-suppliers operate a quality system meeting the specified conformance criteria to ISO 9000. The Manufacturer’s quality system shall be subject to the Purchaser / Consultant's approval prior to commitment to a Purchase Order.
9.4 Major sub-suppliers shall be subject to identical approvals. Purchaser / Consultant reserves the right to conduct a Quality Audit at the Manufacturer’s/sub-supplier’s facilities at any stage during manufacture.
9.5 The Manufacturer/Contractor shall identify in purchase documents to its sub-vendors all applicable QA/QC requirements imposed by Purchaser / Consultant, and shall ensure compliance thereto. On request, Manufacturer/Contractor shall provide objective evidence of its QA/QC surveillance of its SUB Vendor’s activities.
9.6 The Manufacturer/Contractor shall submit certified reports of production tests as soon as the tests are completed satisfactorily.
9.7 Purchaser / Consultant reserves the right to inspect materials and workmanship at all stages of manufacture and to witness any or all tests. The Manufacturer/Contractor shall provide the Purchaser / Consultant with a copy of its Manufacturing and Inspection Plan for review and inclusion of any mandatory Company/Consultant's witness points 30 days after award but prior to the pre-inspection meeting.
10 DOCUMENT TO BE SUBMITTED ALONG WITH THE OFFER
The Manufacturer shall submit the following documents with the quotation:
a) Preliminary cross sectional drawing of Corrosion coupon assemblies showing all the parts, material list & critical dimensions along with Data Sheets for all Components.
b) Offered Inspection and Testing.
c) Table of compliance duly filled by the vendor.
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6012 Rev: C Page 11 of 12
http://pims03/pims03dav/nodes/2514623/6012 - Specification for Corrosion Coupon and Probe Rev.C.doc
d) Mechanical data sheet duly completed and certified clearly highlighting the acceptance / deviations offered.
e) List of spares required for commissioning and Start-up.
f) List of spares required for & two year of operation.
g) Operating and Maintenance manual.
h) Quality control plan
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6012 Rev: C Page 12 of 12
http://pims03/pims03dav/nodes/2514623/6012 - Specification for Corrosion Coupon and Probe Rev.C.doc
Appendix A : - TABLE OF COMPLIANCE.
The Manufacturer shall submit the complete Table of Compliance, below table, as part of the technical offer. The Manufacturer shall confirm compliance with each clause of this specification by writing “yes” in the column headed “Compliance”. Where the manufacturer is unable to comply with a particular clause, the Manufacturer shall write “no” in the column headed “Compliance” and shall describe the deviation with justification in the appropriate adjacent cells, which may be extended on separate pages as required.
Ref. Clause No.
Compliance
(yes/no) Deviation Justification/Remarks
2
3
5
6
7
8
9
10
Appendix A
In the Manufacturer’s commercial offer the Manufacturer shall clearly identify the non-compliant Clause Number and the price reduction available to the Purchaser should the Purchaser technically accept the proposed deviation.
The corrosion monitoring items shall be procured from one of the following vendors:
Caproco, UK Rohrback Cosasco System, USA
Metal Samples, USA
Cormon, UK
Atel, Italy
Corrocean, Norway
All the components shall be purchased from a single manufacturer.
APPENDIX B - TECHNICAL ATTACHMENTS (02 OF 06)
DOCUMENT NO. 290805-001-DS-6012
DATASHEET FOR CORROSION COUPON & PROBE (07 SHEETS)
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-RQ-6012 Rev: C Page 09 of 13
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls
Hindustan Petroleum Corporation Ltd Mott MacDonald Pvt. Ltd.
Hundustan Bhavan Mott MacDonald House,
8, S.V. Marg 44/45, Street No. 14,
Ballard Estate MIDC, Andheri (East)
Mumbai 400 001 Mumbai - 400 093
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
Page 01 of 07Doc No: 290805-001-DS-6012 Rev: C
DATASHEET FOR CORROSION COUPON
& PROBE
http://pims03/pims03dav/nodes/3573747/6012 - Datasheet for Corrosion Coupon and Probe Rev.C.xls Page 1 of 7
Issue and Revision Record:
Client
Approved
SNA Issued for Construction
SNA Issued for Approval
MMPL Project No.
HINDUSTAN PETROLEUM CORPORATION LTD
290805
B 26.03.13 PAL IYS
Group Disclaimer
C 28.03.13 PAL IYS
A 15.01.13 PAL IYS
Description
SNA Issued to Client for Comments
Rev Date Originator Checked
DATASHEET FOR CORROSION COUPON
& PROBE
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-DS-6012 Rev: C Page 02 of 07
“This document is issued for the party which commissioned it and for specific purposes connected with the captioned project only. It should not be relied upon by any other party or used for any other purpose. We accept no responsibility for the consequences of this document being relied upon by any other party, or being used for any other purpose, or containing any error or omission which is due to an error or omission in data supplied to us by other parties.”
http://pims03/pims03dav/nodes/3573747/6012 - Datasheet for Corrosion Coupon and Probe Rev.C.xls Page 2 of 7
A B C
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
DA
TA
SH
EE
T F
OR
CO
RR
OS
ION
CO
UP
ON
AN
D P
RO
BE
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-DS-6012 Rev: C Page 03 of 07
040-CP-4201 290805-001-DS-6012 04
060-CP-4401 290805-001-DS-6012 04
040-CC-4201 290805-001-DS-6012 05
050-CC-4302 290805-001-DS-6012 05
060-CC-4401 290805-001-DS-6012 05
050-CP-4301 290805-001-DS-6012 04
050-CP-4302 290805-001-DS-6012 04
030-CP-4603 290805-001-DS-6012 04
050-CC-4301 290805-001-DS-6012 05
030-CP-4602 290805-001-DS-6012 04
030-CC-4603 290805-001-DS-6012 05
030-CP-4601 290805-001-DS-6012 04
030-CC-4602 290805-001-DS-6012 05
020-CC-4502 290805-001-DS-6012 05
030-CC-4601 290805-001-DS-6012 05
020-CC-4501 290805-001-DS-6012 05
020-CP-4502 290805-001-DS-6012 04
010-CP-4101 290805-001-DS-6012 04
010-CC-4101 290805-001-DS-6012 05
020-CP-4501 290805-001-DS-6012 04
INDEX
Sr.
No.DESCRIPTION TAG NO DATASHEET NO SHEET NO
ATTACHED WITH THIS REVISION
"This document has been prepared for the titled project or named part thereof and should not be relied upon or
http://pims03/pims03dav/nodes/3573747/6012 - Datasheet for Corrosion Coupon and Probe Rev.C.xls
1
2
3
4
5
6
DESIGN PRESSURE (kg\cm2g) 7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
1) 52
2) 53
3) 54
4) 55
5) 56
57
6) 58
7) 59
60
61
62
63
64
1) 65
2) 66
3) 67
4) 68
5) 69
6) 70
C 28.03.13 PAL IYS SNA
B 26.03.13 PAL IYS SNA
A 15.01.13 PAL IYS SNA
REV DATE PREPD BY CHKD BY APP BY
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Page 04 of 07Doc No: 290805-001-DS-6012
PLUG:
OTHERS
EXPOSURE
MOUNTING
REFER ANNEXURE-I
MERCAPTAN DOSED LIQUEFIED PETROLEUM GAS
65
REFER ANNEXURE-I
HOLLOW PLUG ASSEMBLY IN AISI316 WITH HEAVY DUTY CS COVER
VTA (IF ANY i.e. LIKE WASHERS etc)
INSTALLATION POISTION
PIPELINE PIGGABLE
REQUIREMENTS PERTAINING TO COUPON
REFER ANNEXURE-I
REFER ANNEXURE -I
0.5
MATERIAL TEST
PRESSURE TEST
REQUIRED
REQUIRED
Rev: C
PIPELINE MATERIAL
FLARE WELD (NON TEE)
ACCESS FITTING:
SIZE
TYPE
MA
TE
RIA
L &
CO
NS
TR
UC
TIO
N D
ET
AIL
S
SS316
2"
TYPE
BODY MATERIAL
SERVICE / SERVICE CODE
MAX DESIGN TEMPERATURE (°C)
COUPON :
TYPE
CORROSION ALLOWANCE (mm)
STANDARD FIELDS DESCRIPTION VENDOR ACCEPTANCE / DEVIATIONS
PIPELINE LINE SIZE /THICKNESS
GE
NE
RA
L A
ND
DE
SIG
N D
AT
A
6 O' CLOCK (BOTTOM OF PIPE)
NOT APPLICABLE
PIPELINE
SIZE
COUPON MATERIAL EQUIVALENT TO THE APPLICABLE PIPELINE MATERIAL GRADE
1.25" OD X 1/8" THK
FLUSH DISC
90 DAYS MAXIMUM
RETRIEVABLE TYPE, FLUSH DISC HOLDER
ONE HOLE, 0.312" ID
BODY MATERIAL ASTM A105
TEST PRESSURE 1.5 TIMES DESIGN PRESSURE
ME
CH
AN
ICA
L
TE
ST
ING
DE
TA
IL
TAG NUMBER
ISSUED FOR CONSTRUCTION
REFER ANNEXURE-IISSUED FOR APPROVAL
DESCRIPTION
25
ADDITIONAL REQUIREMENTS / NOTES :
DESIGN LIFE (YEARS)
ASME B31.4DESIGN CODE
ASME B16.25
ISSUED TO CLIENT FOR COMMENTS
THE SUB-PARTS MENTIONED IN THE DATASHEETS ARE INDICATIVE ONLY. VENDOR SHALL SUPPLY ALL THE NECESSARY PARTS, IN REQUIRED QUANTITIES TO
AP
PL
ICA
BL
E
ST
AN
DA
RD
S A
ND
VENDOR SHALL CONFIRM THAT THE MATERIALS MENTIONED IN THE DATASHEET ARE SUITABLE FOR THE SERVICE AND DESIGN CONDITIONS.
VENDOR TO PROVIDE CORRECT CATALOGUE REFERENCE NUMBER FOR ALL VENDOR SPECIFIC ITEMS.
ATTACHMENTS FOR REFERENCE :
SPECIFICATION FOR CORROSION COUPON AND CORROSION PROBE (Doc No: 290805-001-SP-6012)
MANUFACTURERS STANDARD
CLASS/PRESSURE RATING REFER ANNEXURE-I
COUPON HOLDER:
DIMENSIONS
CERTIFICATES TO BE FURNISHED BY VENDOR
ALL EXTERNAL CARBON STEEL FASTENERS SHALL BE HOT DIP GALVANISED.
HOLDER SIZING SHALL BE PERFORMED BY VENDOR.
COMPLETE THE ASSEMBLY.
COUPONS SHALL BE GROUND GRIT BLASTED. COUPONS SHALL BE INDIVISUALLY PACKAGED FOR ONE YEAR LIFE AND CERTIFIED FOR WEIGHT AND DIMENSIONS.
ACCESS FITTING, PLUG, HOLDER AND COUPON SHALL BE COMPATIBLE WITH THE SERVICE, CLASS AND DESIGN PARAMETERS INDICATED IN THE DATASHEET.
END CONNECTION
1
2
3
4
5
6
DESIGN PRESSURE (kg\cm2g) 7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
1) 54
2) 55
3) 56
4) THE SUB-PARTS MENTIONED IN THE DATASHEETS ARE INDICATIVE ONLY. VENDOR SHALL SUPPLY ALL THE NECESSARY PARTS, IN REQUIRED QUANTITIES TO 57
58
5) VENDOR SHALL CONFIRM THAT THE MATERIALS MENTIONED IN THE DATASHEET ARE SUITABLE FOR THE SERVICE AND DESIGN CONDITIONS. 59
6) 60
61
62
63
1) 64
2) 65
3) 66
4) 67
5) 68
6) 69
C 28.03.13 PAL IYS SNA
B 26.03.13 PAL IYS SNA
A 15.01.13 PAL IYS SNA
REV DATE PREPD BY CHKD BY APP BYDESCRIPTION
VTA (IF ANY i.e. LIKE WASHERS etc)
MA
TE
RIA
L &
CO
NS
TR
UC
TIO
N D
ET
AIL
S
COUPON HOLDER:
PLUG:
OTHERS
DESIGN CODE
ASME B16.25
ASME B31.4
VENDOR TO PROVIDE CORRECT CATALOGUE REFERENCE NUMBER FOR ALL VENDOR SPECIFIC ITEMS.
ALL EXTERNAL CARBON STEEL FASTENERS SHALL BE HOT DIP GALVANISED.
HOLDER SIZING SHALL BE PERFORMED BY VENDOR.
ATTACHMENTS FOR REFERENCE :
SPECIFICATION FOR CORROSION COUPON AND CORROSION PROBE (Doc No: 290805-001-SP-6012)
25
CERTIFICATES TO BE FURNISHED BY VENDOR
ACCESS FITTING, PLUG, HOLDER AND PROBE SHALL BE COMPATIBLE WITH THE SERVICE, CLASS AND DESIGN PARAMETERS INDICATED IN THE DATASHEET.
MATERIAL TEST REQUIRED
ADDITIONAL REQUIREMENTS / NOTES :
TEST PRESSURE 1.5 TIMES DESIGN PRESSURE
COMPLETE THE ASSEMBLY.
AP
PL
ICA
BL
E
ST
AN
DA
RD
S A
ND
TAG NUMBER
ISSUED FOR CONSTRUCTION
REFER ANNEXURE-IISSUED FOR APPROVAL
ISSUED TO CLIENT FOR COMMENTS
PRESSURE TEST REQUIRED
MANUFACTURERS STANDARD
DESIGN LIFE (YEARS)
END CONNECTION
DIMENSIONS
ME
CH
AN
ICA
L
TE
ST
ING
DE
TA
IL
BODY MATERIAL ASTM A105
EQUIVALENT TO THE APPLICABLE PIPELINE MATERIAL GRADE
TYPE
MOUNTING ONE HOLE, 0.312" ID
ELECTRICAL RESISTANCE, RETRIEVABLE TYPE, ON 2" ACCESS SYSTEM
GE
NE
RA
L A
ND
DE
SIG
N D
AT
A
6 O' CLOCK (BOTTOM OF PIPE)
NOT APPLICABLE
PIPELINE
SERVICE / SERVICE CODE
STANDARD FIELDS DESCRIPTION VENDOR ACCEPTANCE / DEVIATIONS
REQUIREMENTS PERTAINING TO PROBE
PIPELINE LINE SIZE /THICKNESS
REFER ANNEXURE-I
BODY MATERIAL
PROBE :
PROBE LENGTH
ELEMENT MATERIAL
ELEMENT:
TYPE
TYPE
VENDOR TO ADVICE
FLUSH STRIP TYPE
RETRIEVABLE TYPE, FLUSH DISC HOLDER
REFER ANNEXURE-I
REFER ANNEXURE -I
0.5
REFER ANNEXURE-I
MERCAPTAN DOSED LIQUEFIED PETROLEUM GAS
65
REFER ANNEXURE-I
SS316
2"
FLARE WELD (NON TEE)
ACCESS FITTING:
SIZE
TYPE
ELEMENT SEAL MATERIAL
ELEMENT THICKNESS
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-DS-6012 Rev: C Page 05 of 07
PIPELINE MATERIAL
CORROSION ALLOWANCE (mm)
INSTALLATION POISTION
PIPELINE PIGGABLE
CLASS/PRESSURE RATING
MAX DESIGN TEMPERATURE (°C)
HOLLOW PLUG ASSEMBLY IN AISI316 WITH HEAVY DUTY CS COVER
GLASS
SUFFICIENT FOR 2 YEARS AT 1 TO 2.5 MPY CORROSION RATE
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
1) 52
53
3) 54
55
56
4) THE RECEIVER SHALL HAVE VALID INTRINSICALLY SAFE CERTIFICATE FROM AUTHORIZED CERTIFYING AGENCY. 57
5) 58
6) 59
7) 60
61
8) 62
63
1) 64
2) 65
3) 66
4) 67
5) 68
6) 69
C 28.03.13 PAL IYS SNA
B 26.03.13 PAL IYS SNA
A 15.01.13 PAL IYS SNA
REV DATE PREPD BY CHKD BY APP BY
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-DS-6012 Rev: C Page 06 of 07G
EN
ER
AL
AN
D D
ES
IGN
DA
TA
- T
RA
NS
MIT
TE
R TRANSMITTER (FOR PROBES):
AMBIENT TEMPERATURE ANNEXURE-I
Zone-1 Gr. IIA, IIB & TEMPERATURE GRADE T3
4 - 20mA LINEAR
RETRIEVAL KIT:
OPERATIONAL CLEARANCE VENDOR TO SPECIFY
RS 485 PORT SHALL ALSO BE PROVIDED FOR SERIAL OUTPUT ON MODBUS RTU PROTOCOL FOR INTERFACING WITH STATION PLC OF OWNER FOR FETCHING
ALL
ADDITIONAL REQUIREMENTS (NOTE:8)
VENDOR TO SPECIFY
STROKE LENGTH
OUTPUT (SWITCH SELECTABLE)
LOCATION & MOUNTING
COMPLAINCE
ENCLOSURE
MEASUREMENT RANGE
AMBIENT TEMPERATURE
WEIGHT
POWER SUPPLY
HAZARDOUS AREA CLASSIFICATION
VENDOR TO SPECIFY
VENDOR TO SPECIFY (H x W x D IN MILLIMETERS)
ISOLATION VALVE:
ELECTRICAL RESISTANCE PROBE
ON FIELD, NEAR PROBE ON A BRACKET BY SUPPORT
BODY MATERIAL
CARRYING CASE TO BE SUPPLIED BY VENDOR
MATERIAL TEST REQUIRED
PRESSURE TEST REQUIRED
+/- 0.1MPY/0.01MIL
MINIMUM 10 METER (ER PROBE TO TRANSMITTER)
ANNEXURE-I
VENDOR TO SPECIFY
3 DIGIT LED DISPLAY
WEIGHT
PANEL SIZE
SUPPLY VOLTAGE
TYPE
+/- 0.1MPY/0.01MIL
0 TO 10 MPY
24VDC
CABLE LEAD
OUTPUT
RECEIVER (CORROSION METER):
DISPLAY RESOLUTION
CORROSION RATE IN MPY OR MICRO MPY
OUTPUT RESOLUTION
STANDARD FIELDS DESCRIPTION VENDOR ACCEPTANCE / DEVIATIONS
2 WIRE
CE, ATEX & CCOE CERTIFICATE
24VDC
INPUT SOURCE
METAL LOSS IN MILS OR MICRO MILS
IP65
VENDOR TO SPECIFY
THE PARAMETERS AND ALSO DIAGNOSTICS.
THE RECEIVER SHALL BE COMPLETE WITH SUITABLE SAFETY BARRIER AND TWO CABLE OF REQUIRED LENGTH BETWEEN ER PROBE AND TRANSMITTER, OPERATION
THE RETRIEVAL TOOL SHALL NOT TELESCOPE UNDER SUDDEN RELEASE OF PRESSURE FROM THE PIPELINE TO THE RETRIEVAL TOOL.
TAG NUMBER
ISSUED FOR CONSTRUCTION
REFER ANNEXURE-IISSUED FOR APPROVAL
ISSUED TO CLIENT FOR COMMENTS
DESCRIPTION
RE-TRANSMISSION OUTPUT
FIRESAFE REQUIREMENT
4 - 20 mA (FOR RTU CONNECTION) (NOTE:7)
TOOL LENGTH (EXTENDED)
DESIGN PRESSURE
VENDOR SHALL QUOTE FOR ALL THE NECESSARY SPARE REQUIRED FOR OPERATION AND MAINTAINENCE FOR A PERIOD OF 2 YEARS.
ATTACHMENTS FOR REFERENCE :
SPECIFICATION FOR CORROSION COUPON AND CORROSION PROBE (Doc No: 290805-001-SP-6012)
SIZE 2" KIT COMPATIBLE WITH THE END PLUG WITH LEVER OPERATION.
VENDOR TO SPECIFY
TOOL LENGTH (COLLAPSED)
RATING 900#
STAINLESS STEEL
DISPLAY
AND MAINTENANCE MANUAL.
OWNER WILL PROVIDE 220V POWER SUPPLY FOR THIS UNIT. CORROSION METER SHALL RECEIVE 4-20 MA SIGNAL PROPORTIONAL TO CORROSION RATE FROM
THE
YES, COMPLYING WITH API 6FA AND API607
SHALL BE DESIGNED FOR THE MAXIMUM RATED PIPELINE
SHALL BE ALSO AVAILABLE FROM THE TRANSMITTER – CORROSION METER FOR INTERFACING WITH PLC/SCADA.
VENTING ARRANGEMENT TO BE PROVIDED FOR THE TOOL BODY CAVITY ALONG WITH PRESSURE GAUGE TO INDICATE THE CAVITY PRESSURE.
TRANSMITTER THROUGH THE SAME TWO-WIRE CABLE AND PROVIDE DIGITAL DISPLAY OF CORROSION RATE THROUGH THE SAME TWO-WIRE CABLE. 4-20 MA
SIGNAL
ADDITIONAL REQUIREMENTS / NOTES :
GE
NE
RA
L A
ND
DE
SIG
N D
AT
A -
RE
CE
IVE
R
GE
NE
RA
L A
ND
DE
SIG
N D
AT
A -
RE
TR
IEV
AL
KIT
SIZE
CERTIFICATES TO BE FURNISHED BY VENDOR
2" SYSTEM FOR ONLINE INSERTION AND REMOVAL OF CP AND CC
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT Annexure-I
TAG LIST for CORROSION COUPON PROBEDATA SHEET No. :290805-001-DS-6012
Page 7 of 7
OPER.
MAX.DESIGN
OPER.
MAX.
DESIGN
MIN./MAXMIN MAX
1 MLIF 010-CP-4101 290805-010-1041-A0-02 FIELD LPG 14"-LPG-4130-D09S0 14" 900# 41.12 - 94 156 10 - 30 -29 / 65 56 600 A106 Gr. B 21
2 MLIF 010-CC-4101 290805-010-1041-A0-02 FIELD LPG 14"-LPG-4130-D09S0 14" 900# 41.12 - 94 156 10 - 30 -29 / 65 56 600 A106 Gr. B 21
3 NERIYA 020-CP-4501 290805-020-1045-A0-01 FIELD LPG 14"-LPG-4501-C09S0 14" 600#16.87 -
82.45104 10 - 30 -29 / 65 56 600 A106 Gr. B 10.31
4 NERIYA 020-CC-4501 290805-020-1045-A0-01 FIELD LPG 14"-LPG-4501-C09S0 14" 600#16.87 -
82.45104 10 - 30 -29 / 65 56 600 A106 Gr. B 10.31
5 NERIYA 020-CP-4502 290805-020-1045-A0-02 FIELD LPG 16"-LPG-4540-D09S0 16" 900# 94 156 10 - 30 -29 / 65 56 600 A106 Gr. B 24
6 NERIYA 020-CC-4502 290805-020-1045-A0-02 FIELD LPG 16"-LPG-4540-D09S0 16" 900# 94 156 10 - 30 -29 / 65 56 600 A106 Gr. B 24
7 HASSAN 030-CC-4601 290805-030-1046-A0-01 FIELD LPG 16"-LPG-4612-C09S0 16" 600#24.37 -
41.17104 10 - 30 -29 / 65 56 600 A106 Gr. B 16.66
8 HASSAN 030-CP-4601 290805-030-1046-A0-01 FIELD LPG 16"-LPG-4612-C09S0 16" 600#24.37 -
41.17104 10 - 30 -29 / 65 56 600 A106 Gr. B 16.66
9 HASSAN 030-CC-4602 290805-030-1046-A0-01 FIELD LPG 10"-LPG-4694-C09S0 10" 600# 61.5 104 10 - 30 -29 / 65 38.3 400 A106 Gr. B 12.7
10 HASSAN 030-CP-4602 290805-030-1046-A0-01 FIELD LPG 10"-LPG-4694-C09S0 10" 600# 61.5 104 10 - 30 -29 / 65 38.3 400 A106 Gr. B 12.7
11 HASSAN 030-CC-4603 290805-030-1046-A0-01 FIELD LPG 10"-LPG-4695-C09S0 10" 600# 61.5 104 10 - 30 -29 / 65 135.6 380 A106 Gr. B 12.7
12 HASSAN 030-CP-4603 290805-030-1046-A0-01 FIELD LPG 10"-LPG-4695-C09S0 10" 600# 61.5 104 10 - 30 -29 / 65 135.6 380 A106 Gr. B 12.7
13 YEDDIYURU 050-CC-4301 290805-050-1043-A0-01 FIELD LPG 8"-LPG-4315-C09S0 8" 600# 13.5 - 53.77 104 10 - 30 -29 / 65 38.3 400 A106 Gr. B 10.31
14 YEDDIYURU 050-CP-4301 290805-050-1043-A0-01 FIELD LPG 8"-LPG-4315-C09S0 8" 600# 13.5 - 53.77 104 10 - 30 -29 / 65 38.3 400 A106 Gr. B 10.31
15 YEDDIYURU 050-CP-4302 290805-050-1043-A0-02 FIELD LPG 8"-LPG-4390-C09S0 8" 600#31.55 -
53.77104 10 - 30 -29 / 65 38.3 225 A106 Gr. B 10.31
16 YEDDIYURU 050-CC-4302 290805-050-1043-A0-02 FIELD LPG 8"-LPG-4390-C09S0 8" 600#31.55 -
53.77104 10 - 30 -29 / 65 38.3 225 A106 Gr. B 10.31
17 SOLURU 060-CC-4401 290805-050-1044-A0-01 FIELD LPG 8"-LPG-4455-C09S0 8" 600# 13.5 - 15 104 10 - 30 -29 / 65 38.3 225 A106 Gr. B 10.31
18 SOLURU 060-CP-4401 290805-050-1044-A0-01 FIELD LPG 8"-LPG-4455-C09S0 8" 600# 13.5 - 15 104 10 - 30 -29 / 65 38.3 225 A106 Gr. B 10.31
19 MYSORE 040-CC-4201 290805-040-1042-A0-01 FIELD LPG 10"-LPG-4214-C09S0 10" 600# 13.5 - 40.3 104 10 - 30 -29 / 65 135.6 380 A106 Gr. B 12.7
20 MYSORE 040-CP-4201 290805-040-1042-A0-01 FIELD LPG 10"-LPG-4214-C09S0 10" 600# 13.5 - 40.3 104 10 - 30 -29 / 65 135.6 380 A106 Gr. B 12.7
PIPELINE
MATERIAL
PRESSURE.
( KG/CM2G)
FLOW (m3/Hr)
TEMPERATURE
( ºC)PIPE THK IN MM
(INCLUDING
CORROSION
ALLOW.)
mm
SERVICE PIPELINELOCATION
ANNEXURE - I
SR.
NO.TAG NO. P&ID NO. LOCATION
LINE
SIZE
LINE
RATING
http://pims03/pims03dav/nodes/3573747/6012 - Datasheet for Corrosion Coupon and Probe Rev.C.xls 7 of 7
SPECIFICATION FOR QMS REQUIREMENTS FROM BIDDERS (11 SHEETS)
DOCUMENT NO. 290805-001-SP-6049
APPENDIX B - TECHNICAL ATTACHMENTS (03 OF 06)
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-RQ-6012 Rev: C Page 10 of 13
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6049 Rev: A Page 1 of 11
http://pims03/pims03dav/nodes/4499086/6049 - Specification for QMS Requirements from Bidders Rev.A.doc
SPECIFICATION FOR QMS REQUIREMENTS FROM BIDDERS
Hindustan Petroleum Corporation Ltd.
Hindustan Bhavan,
8, S.V. Marg,
Ballard Estate,
Mumbai-400 001.
Mott MacDonald Pvt.Ltd.,
Kothari House, CTS No. 185,
Off Andheri - Kurla Road,
Andheri (East),
Mumbai-400 059.
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6049 Rev: A Page 2 of 11
http://pims03/pims03dav/nodes/4499086/6049 - Specification for QMS Requirements from Bidders Rev.A.doc
SPECIFICATION FOR QMS REQUIREMENTS FROM BIDDERS
Client M/S HINDUSTAN PETROLEUM CORPORATION LTD.
MMPL Project No. 290805
Issue and Revision Record:
Rev Date Prepared by Checked By Approved By Description
A 01/03/13 PAL IYS SNA Issued to Client for
Comments
Group Disclaimer “This document is issued for the party which commissioned it and for specific purposes connected with the captioned project only. It should not be relied upon by any other party or used for any other purpose. We accept no responsibility for the consequences of this document being relied upon by any other party, or being used for any other purpose, or containing any error or omission which is due to an error or omission in data supplied to us by other parties.”
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6049 Rev: A Page 3 of 11
http://pims03/pims03dav/nodes/4499086/6049 - Specification for QMS Requirements from Bidders Rev.A.doc
LIST OF CONTENT PAGE NO
1 SCOPE 4
2 ABBREVIATIONS & DEFINITIONS 4
3 REFERENCE DOCUMENTS 4
4 QUALITY MANAGEMENT SYSTEM - GENERAL 4
5 QUALITY SYSTEM REQUIREMENTS 4
6 AUDITS 7
7 DOCUMENTATION REQUIREMENTS 9
APPENDIX – A: - DEVIATION REQUEST FORMAT 10
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6049 Rev: A Page 4 of 11
http://pims03/pims03dav/nodes/4499086/6049 - Specification for QMS Requirements from Bidders Rev.A.doc
1 SCOPE
This specification establishes the Quality Management System requirements to be met by Bidder for requirements to be met by Suppliers/Contractors after award of work/during contract execution.
2 ABBREVIATIONS & DEFINITIONS
2.1 ABBREVIATIONS
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
QMS Quality Management System
ISO International Standardization for Standardization
2.2 DEFINITIONS
2.1.1 BIDDER
For the purpose of this specification, the word "Bidder" means the person(s), firm, company or organization who/that is under the process of being contracted by MMPL/Company/Owner for delivery of some products (including service). The word is considered synonymous to supplier, contractor or vendor.
2.1.2 PROJECT QUALITY PLAN
Document tailored from Standard Quality Management System Manual of Bidder, specifying how the quality requirements of the project will be met.
2.1.3 OWNER
Owner/Company means the owner of the project for which services/products are being purchased and includes their representatives, successors and assignees.
3 REFERENCE DOCUMENTS
290805-001-SP-6050 Specification for Document Submission Requirements from Contractors
290805-001-SP-6051 Specification for Document Submission Requirements from Suppliers
4 QUALITY MANAGEMENT SYSTEM – GENERAL
Unless otherwise agreed with MMPL/Company, the Bidder shall operate a Quality Management System (QMS) which is certified, defined and established to meet the requirements of ISO 9001 "Quality Management Systems - Requirements.", as a minimum. Evidence of compliance shall be current certificate of quality system registration to ISO 9001 or a recent compliance audit recommending registration from a registrar. The quality system shall provide the planned and systematic control of all quality related activities for execution of contract. Implementation of the system shall be in accordance with Bidder's Quality Manual and Project specific Quality Plan.
5 QUALITY SYSTEM REQUIREMENTS
5.1 Bidder shall ensure that the responsible authority for execution of the Order/Contract has communicated the PO/Contract requirements including any identified or intended statutory and regulatory requirements to all concerned in their organization and sub-contractor's organization
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6049 Rev: A Page 5 of 11
http://pims03/pims03dav/nodes/4499086/6049 - Specification for QMS Requirements from Bidders Rev.A.doc
who are contributing to the execution of the PO/Contract.
5.2 Bidder shall establish a documented Quality Policy and Quality Objectives to achieve the specified and intended requirement of PO/Contract.
5.3 BIDDER shall identify and communicate the responsibilities and authorities of the personnel contributing to the execution of the PO/Contract.
5.4 Bidder shall deploy competent and trained personnel for various activities for fulfilment of PO/Contract. Bidder shall arrange adequate infrastructure and work environment to ensure that the specification and quality of the deliverable are maintained.
5.5 Bidder shall perform the quality planning for all activities involved in delivery of order. The quality planning shall cover as minimum the following:
•••• Resources.
•••• Product/Deliverable characteristics to be controlled.
•••• Process characteristics to ensure the identified product characteristics are realized.
•••• Identification of any measurement requirements, acceptance criteria.
•••• Records to be generated.
•••• Need for any documented procedure.
The quality planning shall result into the quality assurance plan, inspection and test plans (ITPs) and job procedures for the project activities in the scope of bidder. These documents shall be submitted to MMPL/Company for review/approval, before commencement of work.
5.6 Requirements for sub-contracting/purchasing of services specified in contract/tender shall be adhered to. Wherever requirements are not specified, the sub-contractor shall establish and maintain a system for purchasing/sub-contracting to ensure that purchased product/service conforms to specified requirements. Criteria for selection of sub-contractor, evaluation, re-evaluation, maintenance of purchasing data and verification of purchased product (sub-contractor services), constitute important components of this requirement.
5.7 Bidder shall plan and carry production and service provision under controlled conditions. Controlled conditions shall include, as applicable
a) The availability of information that describes the characteristics of the product.
b) The availability of work instructions.
c) The use of suitable equipment.
d) The availability and use of monitoring and measuring devices.
e) The implementation of monitoring and measurement.
f) The implementation of release, delivery and post-delivery activities.
5.8 Bidder shall validate any processes for production and service provision where resulting output cannot be verified by subsequent monitoring and measurement. This includes any process where deficiencies become apparent only after the product is in use or service has been delivered.
5.9 Bidder shall establish a system for identification and traceability of product/deliverable throughout product realization. Product status with respect to inspection and testing requirements shall be identified.
5.10 Bidder shall identify, verify, protect and safeguard MMPL/Company/Owner property (material/ document) provided for use or incorporation into the product. If any Company/Owner property is lost, damaged or otherwise found to be unsuitable for use, this shall be reported to the MMPL/Company.
5.11 Bidder shall preserve the conformity of product/deliverable during internal processing and delivery to the intended destination. Requirements mentioned in the tender shall be adhered to.
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6049 Rev: A Page 6 of 11
http://pims03/pims03dav/nodes/4499086/6049 - Specification for QMS Requirements from Bidders Rev.A.doc
5.12 Bidder shall establish system to ensure that inspection and testing activities are carried out in a manner that is consistent with the inspection and testing requirements. Where necessary, measuring equipments shall be calibrated at specified frequency, against national or international measurement standards; where no such standard exists, the basis used for calibration shall be recorded. The measuring equipments shall be adjusted or re-adjusted as necessary, identified to enable the calibration status to be determined. The measuring equipments shall be protected from damage during handling, maintenance and storage.
5.13 Bidder shall ensure effective monitoring, using suitable methods, of the processes involved in production and other related processes for delivery of the scope of contract.
5.14 Bidder shall monitor and measure the characteristics of the product/deliverable to verify that product requirement has been met. The inspection (stage as well as final) by Bidder and MMPL/Company personnel shall be carried out strictly as per the ITPs forming part of the contract. Product release or service delivery shall not proceed until the planned arrangements have been satisfactorily completed, unless otherwise approved by relevant authority and where applicable by MMPL/Company.
5.15 Bidder shall establish and maintain a documented procedure to ensure that the product which does not conform to requirements is identified and controlled to prevent its unintended use or delivery
5.16 All non-conformities (NCs)/deficiencies found by the Bidder's inspection/surveillance staff shall be duly recorded; including their disposal action shall be recorded and resolved suitably. Effective corrective and preventive action shall be implemented by the Bidder so that similar NCs including deficiencies do not recur.
5.17 All deficiencies noticed and reported by MMPL/Company shall be analysed by the Bidder and appropriate corrective and preventive actions shall be implemented. Bidder shall intimate MMPL/Company of all such corrective and preventive action implemented by him.
5.18 Bidder should follow the standards, specifications and approved drawings. Concessions/Deviations shall be allowed only in case of unavoidable circumstances. In such situations Concession/deviation request must be made by the Bidder in attached Format Appendix – A only.
5.19 Bidder shall have documented procedure for control of documents.
5.20 All project records shall be carefully kept, maintained and protected for any damage or loss until the project completion, then handed over to MMPL/Company as per contract requirement (Refer Doc. No. 290805-001-SP-6050 - Specification for Document Submission Requirements from Contractors and 290805-001-6051 - Specification for Document Submission Requirements from Suppliers), or disposed as per relevant project procedure.
5.21 Bidder shall prepare and submit for review and approval, Project Quality Plan/Quality Assurance Plan for contracted scope/job. The Bidder's Quality Plan shall address all of the applicable elements of ISO 9001, identify responsible parties within Bidder's organization, for the implementation/control of each area, reference the applicable procedures used to control/assure each area, and verify the documents produced for each area. The Project Quality Plan shall necessarily define control or make reference to the relevant procedures, for design and engineering, purchase, documentation, record control, bid evaluation, inspection, production/manufacturing, preservation, packaging and storage, quality control at construction site, pre-commissioning, commissioning and handing over (as applicable) in line with contract requirement and scope of work.
6 SYSTEM CONTROLS
The Bidder shall establish systems to enable the Bidder to manage and control the activities that are critical to the success of the project, with all the required control features. The systems shall be apparent to all staff of the Bidders organisation and be properly documented and recorded. The control systems shall include, but not be limited to, the following
•••• A system for updating the Project Quality Plan and/or procedures/manuals to
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6049 Rev: A Page 7 of 11
http://pims03/pims03dav/nodes/4499086/6049 - Specification for QMS Requirements from Bidders Rev.A.doc
encompass controls necessary to execute the scope of work.
•••• System for preparation, checking, approval and revision of deliverables, information, data and documents.
•••• System for the assessment and application of unfamiliar standards and codes.
•••• System for the initiation, definition, processing, implementing and close out of technical queries, changes and deviations from standards and specifications to MMPL/Company.
•••• System for application of codes, standards and specification requirements (Internationally recognised and/or project specifics).
•••• System of selection, qualification and control of sub-contractors including suppliers, vendors, sub-vendors and agents, especially with respect to purchasing, expedition, surveillance, and inspection and the monitoring of product and service supply and systems performance.
•••• System for specifying and defining materials, fabrication, stage inspection and test requirements, including control features, acceptance criteria and certification requirements.
•••• System for evaluation of the content of sub-contractor and vendor data reports, final inspection reports, manufacturing data records and their subsequent review and approval for compliance and completeness.
•••• System for cleaning, testing of piping, pipelines, equipment and materials.
•••• Control of interface activities and co-ordination measures between various departments and offices and sub-contractors, vendors, sub-vendors during all phases of the project.
•••• Systems to implement an information and documentation management system which provides clear, up-to-date information, available at point of use.
•••• System to select and qualify personnel and ensure the suitability of staff including sub-contract personnel and staff.
•••• Specific program for the qualification of welding procedures (WPS and PQR) and welder testing (WQT) encompassing all welded materials and welding applications.
•••• A list of procedures to be used on the project, indicating current revision status of each procedure, and a brief description of the application of the procedure.
•••• System for control approval and disposition of technical queries, site queries and engineering queries between the Bidder, sub-contractors vendors and sub vendors.
7 AUDITS
Bidder shall plan and carry out the QMS audit for the job. Quality audit programme shall cover design, procurement, construction management and commissioning as applicable including activities carried out by sub-vendors and sub-contractors. This shall be additional to the certification body surveillance audits carried out under Bidder's own ISO 9001 certification scheme.
The audit programmes and audit reports shall be submitted to MMPL/Company as per specified documentation requirements. MMPL or Companyr's representative reserves the right to attend, as a witness, any audit conducted during the execution of the WORKS.
In addition to above MMPL, Company and third party appointed by MMPL/Company may also perform Quality and Technical compliance audits. Bidder shall provide assistance and access to their systems and sub-contractor/vendor systems as required for this purpose. Any deficiencies noted shall be immediately rectified by Bidder.
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6049 Rev: A Page 8 of 11
http://pims03/pims03dav/nodes/4499086/6049 - Specification for QMS Requirements from Bidders Rev.A.doc
8 BID, KICK OFF, PRE-PRODUCTION, PROGRESS AND OTHER MEETINGS
All relevant meetings shall be properly planned and organised, and conducted against defined agenda at agreed locations to agreed arrangements. All the relevant parties and project authorities including Commercial, Project Management, Planning, Engineering and Technical, HSE, Quality, etc and other key role-holders shall be in attendance.
Meetings shall be carefully minuted by the Bidder with any key decision-making properly recorded.
Minutes indicating, discussion, issues, decisions, actions and required dates shall be agreed and approved by MMPL/Company and distributed to all the combined and responsible authorities. Awarded actions shall be action tracked to completion by the Bidder to the satisfaction of the MMPL/Company authorities.
9 MATERIALS CONTROL AND MANAGEMENT
The Bidder shall ensure that all Company Free Issue and Bidder purchased materials and equipment is verified, identified, protected and preserved at all times during the completion of the Contractual scope of work.
All material and equipment designated for completing the scope of work, regardless of who is the purchaser, shall be inspected at the point of receipt in accordance with approved processes by suitable qualified and competent personnel. All the relevant records and reporting activities including those for inspection receipt, overage, shortage and damage, and materials receipt reports, shall be carried out.
All such material and equipment shall be received with appropriate delivery documentation paperwork and certification that clearly identifies each consignment.
Any Free Issue or other material or equipment, procured or purchased, arriving without the correct documentation, certification and identification (tagging) shall be considered as non conforming and shall be quarantined until receipt of the correct documentation. The Bidder shall immediately notify the MMPL/Company authorities whenever such cases occur.
In addition any Free Issue material or equipment that is lost, damaged or found to be unsuitable for use shall be reported to Company immediately.
Material Control procedures shall be prepared detailing the Bidder activity and responsibility for the traceability and storage preservation and handling of materials.
The Bidder shall prepare a materials status and handling plan, showing how materials shall be expedited, inspected, handled, quarantined, preserved, controlled, certified, and issued and report on the defined status to MMPL/Company on a regular basis. The plan shall also state how logistic issues, like customs clearance and transportation shall be handled.
The Bidder shall demonstrate in his plans and procedures, how vendor and Company supplied materials shall be received, inspected, preserved and stored on site.
The following requirements shall be covered as a minimum by Bidder materials status reports:
•••• Relevant materials receipt documentation.
•••• Overages shortages and damage.
•••• Receipt Inspection methods, frequency and reporting (ITP required).
•••• Quarantine facilities and procedure.
•••• Protection, handling, transport, storage and preservation methods.
•••• Segregation methods and facilities where applicable.
•••• Identification and traceability of materials to documentation/certification.
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6049 Rev: A Page 9 of 11
http://pims03/pims03dav/nodes/4499086/6049 - Specification for QMS Requirements from Bidders Rev.A.doc
•••• Positive Materials Identification.
10 DOCUMENTATION REQUIREMENTS
Bidder shall submit following QMS documents immediately after award of work (Within one week) for record/review by MMPL/Owner.
•••• Organization chart (for complete organization structure and for the project).
•••• Project Quality Plan/Quality Assurance Plan.
•••• Job specific Inspection Test Plans.
•••• Job Procedures.
•••• Inspection/Test Formats.
In addition to above QMS documents, following documentation shall be maintained by the Bidder for submission to MMPL/Company on demand at any point of time during execution of the project.
•••• Quality Manual.
•••• CVs of the personnel in Bidder's QA Organogram.
•••• Certificate of approval for compliance to ISO: 9001 standard.
•••• Procedure for Control of Non-conforming Product.
•••• Procedure for Control of Documents.
•••• Sample audit report of the QMS internal and external audits conducted during last one year.
•••• Customer satisfaction reports from at least 2 customers, during the last one year.
•••• Project audit report.
•••• Corrective action report on the project audits.
•••• Technical audit reports for the project.
Documents as specified above are minimum requirements. Bidder shall submit any other document/data required for completion of the job as per MMPL/Company instructions.
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6049 Rev: A Page 10 of 11
http://pims03/pims03dav/nodes/4499086/6049 - Specification for QMS Requirements from Bidders Rev.A.doc
APPENDIX – A: - CONCESSION/DEVIATION REQUEST FORMAT
CONCESSION/DEVIATION REQUEST
(TO BE RAISED BY CONTRACTOR / VENDOR/SUPPLIER)
PROJECT :
CLIENT :
CONSULTANT :
THIRD PARTY INSP. :
ORDER / PO / PROJECT NO :
ORIGINATOR :
ORIGINATOR REF. :
Sr. No.
Requirements as per Specification / Drawing
Description of Deviation Sought Remarks
Reason for request for Concession/Deviation:
Contractual Implications if Concession/Deviation is accepted.
Time taken shall be More / Less / No Change
Cost of item shall be More / Less / No Change
(Detailed breakup of cost implications to be attached in separate sheet)
Performance requirement shall be More / Less / No Change
Resolution Urgent Yes / No
Under present constraints, requested Concession / Deviation is most optimum for the Project and does not involve any safety and security hazard.
Date: Signature of the Originator:
Name and Seal :
Note:
• No Deviation request will be accepted direct from Sub Contractors or Vendors.
• The main Contractor must submit and provide justification for Sub-Contractors/Supplier Deviation Request.
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6049 Rev: A Page 11 of 11
http://pims03/pims03dav/nodes/4499086/6049 - Specification for QMS Requirements from Bidders Rev.A.doc
Recommended by Consultant (Site): Approved: Rejected:
Approved Subject to comments as follows :
Date: Signature :
Name and Seal:
Recommended by Consultant (HO) (When required): Approved: Rejected:
Approved Subject to comments as follows :
Date: Signature :
Name and Seal:
Recommended by Company (Site): Approved: Rejected:
Approved Subject to comments as follows :
Date: Signature :
Name and Seal:
Recommended by TPIA (When required): Approved: Rejected:
Approved Subject to comments as follows :
Date: Signature :
Name and Seal:
Final Approval by PM Company: Approved: Rejected:
Approved Subject to comments as follows :
Date: Signature :
Name and Seal:
Final Acceptance by Contractor/Vendor/Supplier: Approved: Rejected:
Approved Subject to comments as follows :
Date: Signature :
Name and Seal:
SPECIFICATION FOR DOCUMENT SUBMISSION REQUIREMENTS FROM SUPPLIERS (10 SHEETS)
DOCUMENT NO. 290805-001-SP-6051
APPENDIX B - TECHNICAL ATTACHMENTS (04 OF 06)
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-RQ-6012 Rev: C Page 11 of 13
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6051 Rev: A Page 1 of 10
http://pims03/pims03dav/nodes/4499598/6051 - Specification for Document Submission Requirements from Suppliers Rev.A.doc
SPECIFICATION FOR DOCUMENT SUBMISSION REQUIREMENTS FROM
SUPPLIERS
Hindustan Petroleum Corporation Ltd.
Hindustan Bhavan,
8, S.V. Marg,
Ballard Estate,
Mumbai-400 001.
Mott MacDonald Pvt.Ltd.,
Kothari House, CTS No. 185,
Off Andheri - Kurla Road,
Andheri (East),
Mumbai-400 059.
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6051 Rev: A Page 2 of 10
http://pims03/pims03dav/nodes/4499598/6051 - Specification for Document Submission Requirements from Suppliers Rev.A.doc
SPECIFICATION FOR DOCUMENT SUBMISSION REQUIREMENTS FROM
SUPPLIERS
Client M/S HINDUSTAN PETROLEUM CORPORATION LTD.
MMPL Project No. 290805
Issue and Revision Record:
Rev Date Prepared by Checked By Approved By Description
A 01/03/13 PAL IYS SNA Issued to Client for
Comments
Group Disclaimer “This document is issued for the party which commissioned it and for specific purposes connected with the captioned project only. It should not be relied upon by any other party or used for any other purpose. We accept no responsibility for the consequences of this document being relied upon by any other party, or being used for any other purpose, or containing any error or omission which is due to an error or omission in data supplied to us by other parties.”
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6051 Rev: A Page 3 of 10
http://pims03/pims03dav/nodes/4499598/6051 - Specification for Document Submission Requirements from Suppliers Rev.A.doc
LIST OF CONTENT PAGE NO
1 SCOPE 4
2 ABBREVIATIONS & DEFINITIONS 4
3 REFERENCE DOCUMENTS 4
4 DOCUMENTATION REQUIREMENTS 4
APPENDIX – A: - VENDOR DOCUMENT SCHEDULE/REGISTER FORMAT 9
APPENDIX – B: - COMMENT RESOLUTION SHEET 10
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6051 Rev: A Page 4 of 10
http://pims03/pims03dav/nodes/4499598/6051 - Specification for Document Submission Requirements from Suppliers Rev.A.doc
1 SCOPE
This specification establishes the Documentation Requirements from Suppliers. All documents/data against the PO/PR/MR shall be developed and submitted to MMPL/Company by the suppliers for review/records, in line with this specification.
2 ABBREVIATIONS & DEFINITIONS
2.1 ABBREVIATIONS
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
QMS Quality Management System
ISO International Standardization for Standardization
2.2 DEFINITIONS
2.2.1 SUPPLIER
For the purpose of this specification, the word "Supplier” means the person(s), firm, company or organization who/that is under the process of being contracted by MMPL/Company/Owner for delivery of some products (including service). The word is considered synonymous to supplier, Contractor or vendor.
2.2.2 OWNER
Owner/Company means the owner of the project for which services/products are being purchased and includes their representatives, successors and assignees.
3 REFERENCE DOCUMENTS
290805-001-SP-6049 Specification for Quality Management System Requirements from Bidders
4 DOCUMENTATION REQUIREMENTS
4.1 DOCUMENTS/DATA TO BE SUBMITTED BY THE SUPPLIER
4.1.1 The Supplier shall submit the documents and data against the PO/PR/MR as per the list given in respective PO/PR/MR.
4.1.2 Review of the supplier drawings by MMPL would be only to review the compatibility with basic designs and concepts and in no way absolve the Supplier of his responsibility/contractual obligation to comply with PR requirements, applicable codes, specifications and statutory rules/regulations. Any error/deficiency noticed during any stage of manufacturing/execution/installation shall be promptly corrected by the supplier without any extra cost or time, whether or not comments on the same were received from MMPL during the drawing review stage.
4.1.3 Unless otherwise specified, submission of documents for Review/Records shall commence as follows from the date of Fax of Intent/Letter of Intent:
QMS - 1 week
Drawing/Document Index - 2 weeks
Other Documents/Drawings - As per approved Drawing/Document Index/Schedule
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6051 Rev: A Page 5 of 10
http://pims03/pims03dav/nodes/4499598/6051 - Specification for Document Submission Requirements from Suppliers Rev.A.doc
4.1.4 Documents as specified in PO/PR/MR are minimum requirements. Supplier shall submit any other document/data required for completion of the job as per MMPL/Company instructions.
4.2 STYLE AND FORMATTING
4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.
4.2.2 A blank space measuring 85 mm (W) x 55 mm (H) shall be provided on the body of all Contractor drawings for marking of review codes by MMPL.
4.2.3 Before forwarding the drawings and documents, Contractor shall ensure that the following information are properly entered in each drawing:
Tender Number
Name of Equipment/Package/Item
Equipment/Package/Item Tag No.
Name of Project
Owner
Main Contractor (if work is sub-contracted)
Drawing/Document Title
Drawing/Document No.
Drawing/Document Revision No. and Date
Transmittal Number
Clouding and Revision Triangle indicating the addition/deletion/updation performed in the Drawing. (In case of second & subsequent Revisions)
4.3 REVIEW AND APPROVAL OF DOCUMENTS BY SUPPLIER
4.3.1 The Drawing/Documents shall be reviewed, checked, approved and duly signed/stamped by Supplier before submission. Revision number shall be changed during submission of the revised Supplier documents and all revisions shall be highlighted by clouds. Whenever the Supplier require any Sub-Supplier drawings to be reviewed by MMPL, the same shall be submitted by the Supplier after duly reviewed, approved and stamped by the Supplier. Direct submission of Sub-Supplier's drawings without Contractor's approval shall not be entertained.
4.4 DOCUMENT CATEGORY
4.4.1 REVIEW CATEGORY
Following review codes shall be used for review of Contractor Drawings/Documents:
Review Code A No comments. Proceed with Manufacturing/Construction.
Review Code B Proceed with Manufacture/Construction subject to comments. Incorporate comments & re-submit revised Document/Drawing.
Review Code C Do not proceed with Manufacturing/Construction, Incorporate comments & re-submit revised Document/Drawing.
D Retained for Information.
4.4.2 INFORMATION CATEGORY
Documents under this category are meant for MMPL/Company records. These documents would not be returned to Contractor. However, comments, if any, will be communicated to Contractor.
4.5 METHODOLOGY FOR SUBMISSION OF DOCUMENTS TO EIL/OWNER
4.5.1 SUBMISSION OF SOFT COPY OF DRAWINGS/DOCUMENTS
Soft copy of drawings/documents and data shall be sent in accordance with the requirements stipulated in the Tender/Bid documents.
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6051 Rev: A Page 6 of 10
http://pims03/pims03dav/nodes/4499598/6051 - Specification for Document Submission Requirements from Suppliers Rev.A.doc
4.5.2 SUBMISSION OF HARD COPY OF DRAWINGS/DOCUMENTS
Required number of hard copies of drawings/documents shall be submitted as per PO/PR/MR along with vendor drawing/document transmittal.
4.5.3 DESIGNATED AUTHORITY FOR SUBMISSION OF DRAWINGS/DOCUMENTS
Drawings/Documents shall be submitted to the designated authority of MMPL/Company as per PO/PR/MR or as communicated to the Supplier during kick off meeting or subsequent correspondences.
4.5.4 DETAILS OF CONTACT PERSONS OF SUPPLIER
After placement of order Supplier shall inform in writing the details of contact persons associated with the project/job. The details should include e-mail address, mailing address, telephone nos., fax nos. and names of associated persons of the Supplier. The above details shall be sent to MMPL Project Manager.
4.5.5 DRAWING/DOCUMENT SCHEDULE
Supplier shall submit total index of drawings/documents required for review/records based on PO/PR/MR along with schedule date of submission of each drawing/document. The drawing schedule shall be submitted in format at indicated in Appendix - A for approval of MMPL/Company. The drawing schedule shall be specific with regard to drawing/document no., the exact title and size of the drawing/document. For submission of drawing schedule, the Supplier shall proceed based on PO/PR/MR and subsequent correspondence. With each submission of drawings/documents, Supplier shall submit updated index with schedule v/s actual submission dates, status of drawings, revision no., date, of approval etc. Any submission without index shall not be entertained for review. It shall be ensured that proper sequencing of the drawings/documents to be submitted is maintained in the drawing schedule
4.5.6 SCHEDULE AND PROGRESS REPORTING
Supplier shall submit monthly progress report and updated procurement, engineering and manufacturing status (schedule vs. actual) every month in, beginning within 2 weeks from FOA/LOA. In case of exigencies, MMPL/Company can ask for report submission as required on weekly/fortnightly/adhoc basis depending upon supply status and Supplier shall furnish such reports promptly without any price implication. Format for progress report shall be submitted by the Supplier during kick off meeting or within one week of receiving FOA/LOA, whichever is earlier.
4.5.7 QUALITY ASSURANCE PLAN/INSPECTION AND TEST PLAN
Inspection and test plans attached if any, to the MR/PR are generic and indicative only. Immediately after receipt of the order, Supplier shall submit within one week of receiving FOA/LOA, the Quality Assurance Plan for manufacturing, covering quality control of critical bought out items/materials, inspection & testing at various stages of production, quality control records and site assembly & testing as may be applicable to the specific order and obtain approval from MMPL Procurement/third party inspection agency, as applicable.
4.5.8 INSPECTION RELEASE NOTE (IRN)
Supplier shall ensure that all documents viz. documents reviewed, manufacture's test certificate etc. mentioned in Inspection Release Note(IRN) issued by MMPL/third party, are sent to MMPL for issue of IRN.
IRN shall be issued by MMPL Inspector/third party inspection agency only after all the drawings/documents as per Supplier's index of drawings/documents are submitted and are accepted under review Code A. Material/Equipments dispatch from Supplier's/Sub Supplier's works shall not commence till above condition is met.
Note: Non fulfilling above requirement shall result into appropriate penalty or with-holding of payment as per conditions of PO/PR/MR.
4.5.9 TRANSPORTATION PLAN
Transportation Plan for Over Dimensional Consignments (ODC), if any, shall be submitted to
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6051 Rev: A Page 7 of 10
http://pims03/pims03dav/nodes/4499598/6051 - Specification for Document Submission Requirements from Suppliers Rev.A.doc
MMPL Procurement Office within 2 weeks of receiving FOA/LOA, for approval. Consignment with parameters greater than following shall be considered as over dimensional.
Dimensions : 5.5 meters width x 5.5 meters height x 25 meters length
Weight : 100 MT
4.5.10 STATUTORY APPROVALS
Wherever approval by any statutory body is required to be taken by Supplier, the Supplier shall submit copy of approval by the authority to MMPL.
4.5.11 COMMENTS RESOLUTION SHEETS
While re-submitting drawings/documents the Contractor shall confirm whether all comments have been incorporated, through a comments resolution sheet (As per attached format in Appendix - B). If any comments are not incorporated or excluded, then reason or justification for the same shall be furnished in comments resolution sheet
4.5.12 MULTI SHEET DOCUMENTS
Multi sheet documents other than drawings shall be submitted in their entirety in the event of a re-submission, even if only few sheets are revised.
4.6 FINAL DOCUMENTATION
4.6.1 AS BUILT DRAWINGS
Shop changes made by Supplier after approval of drawings under 'Code A’ by MMPL and deviations granted in deviation permits, if any, shall be marked in hard copies of drawings which shall then be stamped 'As-built' by the supplier. These 'As-built' drawings shall be reviewed and stamped by MMPL Inspector or TPIA also. Supplier shall prepare scanned images files of all marked - up 'As - built' drawings. Simultaneously Supplier shall incorporate the shop changes in the native soft files of the drawings also.
4.6.2 AS BUILT FINAL DOCUMENTS
As built final documents shall be submitted as listed in PO/PR/MR.
4.6.3 PACKING/PRESENTATION OF FINAL DOCUMENTS
Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be inserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm) with an extra strip of 12 mm wide for punching so that drawings are well placed.
Final Documentation shall be bound in Hard Board Plastic folder(s) of size 265 mm x 315 mm (10 ½ Inch x 12 ½ Inch) and shall not be more than 75 mm thick. It may be of several volumes and each volume shall have a volume number, index of volumes and index of contents of that particular volume. Where the numbers of volumes are more, 90mm thickness can be used. Each volume shall have top PVC sheet of minimum 0.15 mm thick duly fixed and pressed on folder cover and will have 2 lever clips. In case of imported items documents, 4 lever clips shall also be accepted. All four corners of folders shall be properly metal clamped. Indexing of contents with page numbering must be incorporated by supplier. Spiral/Spico bound documents shall not be acceptable. As mentioned above, books should be in hard board plastic folders with sheets punched and having 2/4 lever clips arrangement.
Each volume shall contain on cover a Title Block indicating package Equipment Tag No. & Name, PO/Purchase Requisition No., Name of Project and Name of Customer. Each volume will have hard front cover and a reinforced spine to fit thickness of book. These spines will also have the title printed on them. Title shall include also volume number (e.g. 11 of 15) etc.
4.6.4 SUBMISSION OF SOFT COPIES
Supplier shall submit to MMPL, the scanned images files as well as the native files of drawings/documents, along with proper index.
In addition to hard copies, Supplier shall submit electronic file (CD-ROM) covering soft copies of all the final drawings and documents, all text documents prepared on computer, scanned images of all important documents (not available as soft files), all relevant catalogues, manuals
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6051 Rev: A Page 8 of 10
http://pims03/pims03dav/nodes/4499598/6051 - Specification for Document Submission Requirements from Suppliers Rev.A.doc
available as soft files (editable copies of drawings/text documents, while for catalogues/manuals/proprietary information and data PDF files can be furnished).
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6051 Rev: A Page 9 of 10
http://pims03/pims03dav/nodes/4499598/6051 - Specification for Document Submission Requirements from Suppliers Rev.A.doc
APPENDIX – A: - VENDOR DOCUMENT SCHEDULE/REGISTER FORMAT
SR. NO.
CONTRACTORS / VENDORS / DRAWING / DOCUMENT NO. R
EV
.
SH
EE
T N
O.
TO
TA
L N
O O
F
SH
EE
TS
.
DRAWING / DOCUMENT TITLE
CA
TE
GO
RY
SCHEDULE DATE OF
SUBMISSION
AFC/FINAL ISSUE DATE
DOCUMENT CATEGORIES:
R – Drawings / Documents which are required to be reviewed by MMPL
I – Drawings / Documents which are submitted for MMPL Information and Record.
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-SP-6051 Rev: A Page 10 of 10
http://pims03/pims03dav/nodes/4499598/6051 - Specification for Document Submission Requirements from Suppliers Rev.A.doc
APPENDIX – B: - COMMENT RESOLUTION SHEET
MMPL PROJECT NO :
PROJECT TITLE :
DRAWING / DOCUMENT NO. :
RESOLUTION FOR COMMNETS ON REVISION NO :
SR. NO.
MMPL Comment Contractor / Vendor Resolution Remarks
APPENDIX B - TECHNICAL ATTACHMENTS (05 OF 06)
DOCUMENT NO. 290805-001-IP-8528
INDICATIVE INSPECTION & TEST PLAN - CORROSION COUPON & PROBE (03 SHEETS)
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-RQ-6012 Rev: C Page 12 of 13
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-IP-8528 Rev: A Page 1 of 3
INDICATIVE INSPECTION AND TEST PLAN FOR CORROSION COUPON &
PROBES
Hindustan Petroleum Corporation Ltd.
Hindustan Bhavan,
8, S.V. Marg,
Ballard Estate,
Mumbai-400 001
Mott MacDonald Pvt.Ltd.,
Mott MacDonald House,
44/45, Street No. 14,
MIDC, Andheri (East),
Mumbai – 400 093.
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG PIPELINE PROJECT
Doc No: 290805-001-IP-8528 Rev: A Page 2 of 3
INDICATIVE INSPECTION AND TEST PLAN FOR CORROSION COUPON &
PROBES ENTS
Client M/S HINDUSTAN PETROLEUM CORPORATION LTD.
MMPL Project No. 290805
Issue and Revision Record:
Rev Date Prepared by Checked By Approved By Description
A 27/11/2012 AGK RAJ CSD Issued for Comments
Group Disclaimer “This document is issued for the party which commissioned it and for specific purposes connected with the above-captioned project only. It should not be relied upon by any other party or used for any other purpose. We accept no responsibility for the consequences of this document being relied upon by any other party, or being used for any other purpose, or containing any error or omission which is due to an error or omission in data supplied to us by other parties.”
Rev: A Page 3 of 3
EQUIPMENT DESCRIPTION : CORROSION COUPON & PROBES PROJECT :MANGALORE-HASSAN-BANGALORE
LPG PIPELINE PROJECT
EQUIPMENT TAG No : AS PER DATASHEET PROJECT No : 290805
TEST & INSPECTION AS PER : AS PER HPCL/ MMPL TECH PR/MR/PS No : AS PER HPCL / MMPL TECH
(CODES & SPECIFICATIONS) SPECIFICATION SPECIFICATION
1 Witness Inspection & / or Document review by HPCL (Hindustan Petroleum Corporation Ltd)
2 Witness Inspection & / or Document review by MMPL/ MMPL appointed Third Party Inspection Agency
3 Witness Inspection & / or Document review by Bidder/ Contractor
4 Perform / Witness Inspection & / or Document review by Manufacturer/ Bidder/ Vendor & Sub-vendor
5 Certificates / Data to be Submitted by Manufacturer/ Bidder/ Vendor & Sub-vendor for Approval / review.
1 I A A P X
2 R A P X
3 R R R X
4 W/R H P X
5 R R R X
6 W/R H P X
7 R W P X
8 R R R X
9 R R R X
10 R W P X
11 R R P X
12 W/R W/R P X
13 R R P X
14 I R H P X
LEGENDS: H - Hold Point :- An activity , which requires inspection / Verification and acceptance by Bidder/Contractor /HPCL/MMPL/TPIA
before any further processing is permitted. The vendor/ Bidder shall not process activity/ item beyond a hold point without written approval.,
W- Witness:- An activity, which requires witnessing by Bidder/Contractor /HPCL/MMPL/TPIA with prior notification of the same inspection agency.
Manufacturer is not obliged to hold further processing. Basis of acceptance shall be as per relevant technical specification/ drawings/PR/MR.
R - Review :-To examine the inspection records for confirming compliance to requirements.; A- Approval : -To approve the inspection
documents for conforming compliance to requirements.; P- Perform/Prepare; W/R- Witness or Review; I- Information; X- Submit,
PWHT- Post weld Heat Treatment, PO- Purchase Order,MR/PR- Material /Purchase Requisition, PS- Purchase Specification,
NDT- Non destructive Testing, TPIA - Third Party Inspection Agency, MMPL - Mott MacDonald Pvt. Ltd
Note: This is an Indicative Inspection & Test Plan identifying scope of inspection & review of documents by HPCL/MMPL / TPI Agency
as a minimum requirement. Detailed Quality Assurance/Control Plan indicating all specified requirements after issue of PO/PR/MR / PS
shall be generated by Manufacturer/ Bidder/ Vendor & same duly approved by MMPL / TPI agency to be submitted to HPCL for information.
Review of material test certificates for all technical components
Final documentation, spares , Verification of marking & stamping for identification ( as applicable ) & issue of IRN/ Inspection Report by
Contractor/ Bidder/ TPIA.
Bore concentricity check (100% by Manufacturer & 10% by Contractor/ Bidder )
Certificate of radiography/x-ray for welded joints as applicable. DP check will be done for joints where radiography is not applicable
Insulation resistance as applicable (100% by Manufacturer & 10% by Contractor/ Bidder )
Review of material test certificates for all technical components ( as applicable )
Shop calibration records & material test certificates for coupons ,probe
Performance check for calibration, linearity, accuracy, hysterisis, etc. As applicable (100% by Manufacturer & 10% by Contractor/
Bidder/MMPL )
Pressure test as applicable
Type test reports for Degree of protection & area classification as applicable
Detailed Inspection & Test Plan/ QAP after issue of PO/PR/MR/PS
Inspection & factory acceptance test procedures
Summary of all supplementary requirements as specified in the PO/PR/PS
Routine tests consisting of : (100% by Manufacturer & 10% by Contractor/ Bidder )
- Check for general appearance / workmanship
- Check for ranges, tag nos.
- Check for process connection
- Dimensional check
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-MYSORE -LPG
PIPELINE PROJECT
Doc No: 290805-001-IP-8528
INDICATIVE INSPECTION AND TEST PLAN (IITP)
A
C
T
I
V
I
T
Y
FORMAT NO:MMCI/INSP/FORMAT/008 R0 IITP
A) LIST OF COMMISSIONING SPARES (To be filled by vendor)
B) LIST OF RECOMMENDED SPARES FOR 3 YEARS OF NORMAL OPERATION (To be filled by vendor)
C) LIST OF SPECIAL TOOLS AND TACKLES (To be filled by vendor)
NOTES
1) In case spares are offered as a kit, the individual items making up a kit shall be listed.
2) Bidder shall list spares separately for each item as applicable.
Sr.
NoDescription Part Number
Doc No: 290805-001-RQ-6012 Rev: C Page 13 of 13
EPCM SERVICES FOR MANGALORE-HASSAN-BANGALORE-
MYSORE -LPG PIPELINE PROJECT
Sr.
NoDescription Part Number
APPENDIX B - TECHNICAL ATTACHMENTS (06 OF 06)
Sr.
NoDescription Part Number Quantity (Nos.)
Quantity (Nos.)
Per Eqpt./Item Recommended
Quantity (Nos.)
Per Eqpt./Item Recommended
http://pims03/pims03dav/nodes/4656585/6012 - Requisition for Quotation of Corrosion Monitoring System Rev.C.xls