REQUEST FOR QUOTATION - Bharat Petroleum

158
Material/Services required at: M/s. BHARAT PETROLEUM CORPN. LTD MUMBAI REFINERY MAHUL, MUMBAI - 400074 India _______________________________________________________________________ SUBJECT: SUPPLY OF PIPE CS A672GRB60 16IN STD PAINTED FOR BPCL MUMBAI REFINERY. Material/Services required at: M/s. BHARAT PETROLEUM CORPN.LTD MUMBAI REFINERY,MAHUL, MUMBAI - 400074 I_n_d_i_a This is a limited tender enquiry issued only to vendors registered with BPCL Mumbai Refinery for the said job category. Bids are sought from only registered vendors who have directly received the Request for Quotation (RFQ). The tender is published on CPP Portal for information only. You are invited to quote online through BPCL E-Procurement website https://bpcleproc.in "On-Two-Bid Basis" for the subject work as per the enclosed Tender Documents. Your quoted rates shall be exclusive of all applicable taxes and duties except GST (CGST+SGST / UTGST) / IGST which shall be quoted separately in the enclosed form. Please note that submission of this form along with Technical / Un-priced Bid is mandatory. Your rates shall remain firm till completion of work. The applicability of GST (CGST+SGST / UTGST) / IGST as a percentage rate of total quoted price shall be clearly mentioned in this form. If the information is not provided, it will be assumed that GST is not applicable. No claim for GST (CGST+SGST / UTGST) / IGST will be entertained subsequently. Please note that registration for GST (CGST+SGST / UTGST) / IGST is mandatory for receipt of GST payments from BPCL. In absence of valid registration, your offer will remain invalid and will not be considered for evaluation. In case GST (CGST+SGST / UTGST) / IGST is not applicable, please indicate the same as "Nil" while submitting this form. GST (CGST+SGST / UTGST) / IGST, if applicable shall be paid after verifying GST (CGST+SGST / UTGST) / IGST Registration no. Invoicing shall be done for To, M/s. BPCL ESTIMATE MUMBAI . India - 400038. Ph:,Fax:. Vendor Code:300648 Quotation Due Date/Time:31.07.2018/14:00:00 For Bharat Petroleum Corporation Ltd. Vendor Sign & Stamp REQUEST FOR QUOTATION Collective RFQ Number/ Purchase Group 1000310196 / N52-Ref CPO Proc GR 2 Contact person/Telephone GULATI VINOD KUMAR/022-25524280 Fax : - Email:[email protected] Our ref.: RFQ No/Date: 6001191367 / 17.07.2018 Page 1 of 15

Transcript of REQUEST FOR QUOTATION - Bharat Petroleum

Material/Services required at:M/s. BHARAT PETROLEUM CORPN. LTD

MUMBAI REFINERY

MAHUL,

MUMBAI - 400074

India_______________________________________________________________________SUBJECT: SUPPLY OF PIPE CS A672GRB60 16IN STD PAINTED FOR BPCL MUMBAI

REFINERY.

Material/Services required at:

M/s. BHARAT PETROLEUM CORPN.LTD

MUMBAI REFINERY,MAHUL,

MUMBAI - 400074

I_n_d_i_a

This is a limited tender enquiry issued only to vendors registered

with BPCL Mumbai Refinery for the said job category. Bids are sought

from only registered vendors who have directly received the Request

for Quotation (RFQ). The tender is published on CPP Portal for

information only.

You are invited to quote online through BPCL E-Procurement website

https://bpcleproc.in "On-Two-Bid Basis" for the subject work as per the

enclosed Tender Documents.

Your quoted rates shall be exclusive of all applicable taxes and duties except

GST (CGST+SGST / UTGST) / IGST which shall be quoted separately in the

enclosed form. Please note that submission of this form along with Technical /

Un-priced Bid is mandatory. Your rates shall remain firm till completion of

work. The applicability of GST (CGST+SGST / UTGST) / IGST as a percentage rate

of total quoted price shall be clearly mentioned in this form. If the

information is not provided, it will be assumed that GST is not applicable. No

claim for GST (CGST+SGST / UTGST) / IGST will be entertained subsequently.

Please note that registration for GST (CGST+SGST / UTGST) / IGST is mandatory

for receipt of GST payments from BPCL. In absence of valid registration, your

offer will remain invalid and will not be considered for evaluation. In case

GST (CGST+SGST / UTGST) / IGST is not applicable, please indicate the same as

"Nil" while submitting this form.

GST (CGST+SGST / UTGST) / IGST, if applicable shall be paid after verifying

GST (CGST+SGST / UTGST) / IGST Registration no. Invoicing shall be done for

To,

M/s. BPCL ESTIMATE

MUMBAI . India - 400038.

Ph:,Fax:.

Vendor Code:300648

Quotation Due Date/Time:31.07.2018/14:00:00

For Bharat Petroleum Corporation Ltd.Vendor Sign & Stamp

REQUEST FOR QUOTATION Collective RFQ Number/ Purchase Group 1000310196 / N52-Ref CPO Proc GR 2

Contact person/Telephone GULATI VINOD KUMAR/022-25524280

Fax : - Email:[email protected] Our ref.:

RFQ No/Date: 6001191367 / 17.07.2018

Page 1 of 15

the subject job as per approved statutory format for invoice (i.e. invoice

should clearly specify billing address of vendor / Address of service receiver

/ GST registration no. / applicable SAC no. / GST rate applicable / invoice

no. / invoice date / etc.

Any statutory variation in GST (CGST+SGST / UTGST) / IGST or introduction of

any new taxes and duties within the contractual completion period shall be to

BPCL account, against submission of documentary evidence for substantiating

the variation by way of relevant notification. However in case of delay in

completion period beyond the contractual date, for reasons attributable to

contractor, any increase in these rates or any new taxes and duties introduced

during the period beyond the contractual completion date shall be borne by the

contractor, whereas any decrease passed on to the owner.

Submission of tenders on line:

Bidders are requested to submit / upload their UNPRICED & PRICED BIDS along

with all required documents, if required, on or before the due date and time,

on BPCL E-Procurement website https://bpcleproc.in .

1. For system related queries: (our e-tendering service provider

ABCPROCURE)Contact:

Mr. Satya, [email protected],

Telephone: +91 9004014223

Or

Mr. Ajay Nandangi, [email protected],

Telephone: +91 22 25533128.

Mobile no:91 7208726400

2. For any technical queries please contact

Mr.Gautam Bharadwaj (Asst Manager - E&C) BPCL MR on Tel no: 022 25524227

or

Mr. Manish Agrawal (Chief Manager- E&C) BPCL MR on Tel No: 022 25524186.

3. For any commercial clarifications regarding this RFQ, please feel free

to contact.

Shri V.K Gulati, Procurement Manager- CPO (R) , BPCL Mumbai Refinery,

Mahul,Mumbai-400074. Tel no. 022-25524280 e-mail:

[email protected].

or

Shri A.R Chaudhary, Procurement Leader-CPO (R), BPCL - Mumbai Refinery,

Mahul,Mumbai-400074.

Tel no. 022-25533142, e-mail: [email protected]

Hard copies of the bids shall not be submitted, unless specially asked for by

RFQ Number :6001191367 Date : 17.07.2018To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 2 of 15

BPCL.

Delivery Period : Within 8(Eight) Weeks from the date of Purchase Order or

LOA (Letter of Acceptance)which ever is earlier, on FOR Site basis.

Delivery is the essence of contract.

Payment terms:

100% payment shall be made within 30 days of receipt and acceptance of

material at site and on submission of all the relevant documents including

original invoice.

Earnest Money Deposit (EMD) : Not Applicable

INTEGRITY PACT: To be signed & stamped & uploaded in eprocurement portal as

per enclosed performa .

Proforma of Integrity Pact (IP) shall be uploaded by the Bidder/s along with

the unpriced bid documents duly signed (or digitally signed in case of

e-tender) by the same signatory who is authorised to sign the bid documents.

All the pages of the Integrity Pact shall be duly signed. Bidder's failure to

upload the IP duly signed (Digitally) along with bid documents shall result in

the bid not being considered for further evaluation a) If the Bidder has been

disqualified from the tender process prior to the award of the contract in

accordance with the provisions of the IP, BPCL shall be entitled to demand &

recovered from Bidder Liquidated Damages amount by forfeiting the EMD/Bid

Security as per provisions of IP.

b) If the contract has been terminated according to the provisions of the IP,

or if BPCL is entitled to terminate the contract according to the provisions

of the IP, BPCL shall be entitled to demand & recovered from Contractor

Liquidated Damages amount by forfeiting the Security Deposit/Performance Bank

Guarantee as per provisions of the IP

c) Contract details of CPO ( R) Procurement Manager/ Procurement Leader

1. Mr.V.K Gulati(Procurement Manager)-CPO(R),South block ,2nd

Floor,BPCL Refinery, Mahul-400074.

[email protected],Tel.No.25524280,Mobile No. 9820245936.

2. Mr. A.R Chaudhary-(Procurement Leader)- CPO- (R),P&CS, Room no

322,North block,1st floor,BPCL Refinery Mahul -400074

,[email protected], Tel.No.25533142 Mobile No.

9920291209.

d) Bidders may raise disputes/complaints, if any, with the nominated

Independent External Monitor (IEM). The IEM's name, address & contact number

is given below :

RFQ Number :6001191367 Date : 17.07.2018To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 3 of 15

1. Shri. S.S.N. Moorthy GFQ, Ist Floor, B. Block, Summit Apts.

Mettupalayam Road, Coimbatore - 641 043 e-mail : [email protected] Mob.

09500998610.

2. Shri. Shantanu Consul No.9MCHS (IAS Officers Colony), 16th Main, 5th

C Cross, BTM 2nd stage, Bangalore - 560 076

e-mail:[email protected]

Mob.09740069318.

3. Shri.Vikram Srivastava E-202,Second Floor,Greater Kailash Part 2, New

Delhi-110048 e-mail: [email protected] Mob. 09810642323

Note: Bidder to note that the above Annexures duly filled in/duly signed and

stamped along with supporting documents shall be uploaded along with the

Unpriced/Technical bid. No prices shall be indicated in any of the above

documents.

Bidder to note that prices shall be uploaded in the Priced section in

e-portal.

DEVIATION:

You are requested to have all your queries clarified before bidding. However,

if you still have deviations from our RFQ and the attachments (specifications

/ scope of work / Drawings) etc. please indicate deviations in your offer in

the bidding form titled 'DEVIATIONS' attached in the etender giving reference

to RFQ clause no. Deviations appearing in this attached bidding form of the

E-Tender titled 'DEVIATIONS' shall only be considered while evaluating the

offer. In case there are no deviations, please submit "NIL DEVIATIONS".

Deviations mentioned elsewhere shall not be considered for evaluation.

NEFT PAYMENT:

Payments to contractors etc. shall be made by National Electronic Fund

Transfer (NEFT) only. Payment by cheque will be made only to those vendors

whose bank is located in the city where NEFT payment facility is presently not

available. Bids received from vendors who are not accepting the NEFT payment

terms are likely to be rejected.

Please submit following details in the E-Tender attachment biding form titled

"Reply of point no.16 of special safety conditions" along with

techno-commercial bid:-

a) Complete work injury records per year for the last three years and

b) Total man-hours worked per year for the last three years.

c) Safety assurance plan.

d) No. of supervisors.

e) No. of skilled workmen.

f) No. of unskilled workmen.

In case, reply to Point No.16 is not submitted, bids are likely to be rejected

RFQ Number :6001191367 Date : 17.07.2018To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 4 of 15

/ bids may not be considered for technical evaluation.

BASIS OF EVALUATION:

Price bids of only technically acceptable bidders will be taken up for further

evaluation.

The tender shall generally be evaluated on overall L1 basis. Price evaluation

will be carried out on lowest quote landed cost basis.

*********************************************************______________________________________________________________________________________________________________________________________________Item Material Qty Unit Unit Basic Rate

Description Delivery date (in Figures)_______________________________________________________________________00010 74.00.00.006.9 2,000.000 m

PIPE CS A672GRB60 16IN STD PAINTED 15.09.2018

SHORT DESCRIPTION : PIPE CS A672GRB60 16IN STD PAINTED

MATGRP : 74

UOM : M

PIPE B-36.10 ASTM A 672 GR.B60 CL.12 (PAINTED) BE. E.FS.W 16.0 INCH.

SCH STD

PROJECT NAME : HSVR-VGO LINE

EQUIPMENT DETAILS : PIPE

EQUIPMENT LOCATION : BPCL MR

PROJECT NAME : HSVR-VGO LINE

_________________________________________________________________Surface Preparation and painting as per BPCL technical specification of paint

coating AES-5430 Rev 1. Recommended painting scheme is System 3 of Claus 7.0

State GST % : ________ % Central GST % : ________ % Integrated GST % : ________ %

Union Ter. GST % : ________ % GST Comp. Cess % : ________ %

HSN Code / SAC Code : ______________

Billing State : ______________

Packing & Forwarding Charges : ________ % per unit OR ____________ (INR) per unit

Freight Charges : ________ % per unit OR ____________ (INR) per unit

Third party Inspection charges : ________ % per unit OR ____________ (INR) per unit

Other charges (if any ) : Please specify separately_______________________________________________________________________ Grand Total (inclusive of all taxes, duties/charges etc) In figure: In Words :

_______________________________________________________________________

RFQ Number :6001191367 Date : 17.07.2018To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 5 of 15

TERMS & CONDITIONS_______________________________________________________________________

1.Pricing types

1. The Price quoted by you should be Firm till completion of Order and

should be on FOR site basis.

2. Basic material cost, Packing & forwarding charges & freight charges if

applicable shall be clearly indicated in your quotation.

3. Freight shall be reimburse against submission of original documentary

proof.

4. 100% payment within 30 days from receipt and acceptance of material at

BPCL Main Warehouse.

5. Validity of offer: 120 days from the tender due date.

6. Material to be delivered on Door Delivery basis at our Mumbai Refinery

Warehouse.

Vendor has to quote for Packing & forwarding (P&F) and Freight

charges, if applicable, in their offer and undertake responsibility for

delivery upto specified location. Any other charge apart from P&F,

Freight and GST should be included in your basic price only. No

payment shall be made under any other head. The date of receipt of

material at BPCL Warehouse shall be considered for calculation of LD

charges, if any.

Material is to be transported only by reliable transporter and it

is the responsibility of the vendor to keep a close co-ordination

with the transporter to ensure delivery of material without any

transition delay. Freight shall be reimbursed against submission of

original documentary proof.

Price evaluation will be done on total landed cost for each item

including all taxes, freight, Input tax credit available to BPCL.

Please confirm to all our points in 'Terms & Conditions' or else

we will presume that all our Terms & Conditions mentioned in this

tender are acceptable to you.

RFQ Number :6001191367 Date : 17.07.2018To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 6 of 15

2.Deadlines

DELIVERY PERIOD:

8 (Eight) weeks from date of issue of LOA/PO whichever is earlier.

BPCL reserves the right to reject offers not meeting the above

delivery period.

DELIVERY ADDRESS:

Vendor shall deliver the material at below location:

Main Warehouse, BPCL Mahul Refinery, Chembur,

Mumbai - 400074

RFQ Number :6001191367 Date : 17.07.2018To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 7 of 15

3.Terms of delivery

Delivery period:

Within 8(Eight) weeks from the date of Purchase Order or LOA which ever is

earlier on FOR basis.

Note:These items are required for planned maintenance jobs. Delays in supply

of these material will affect our schedule. Vendor is requested to quote

realistic delivery period in line with BPCL requirement.

LIQUIDATED DAMAGES CLAUSE: In case of delay, 0.5% of contract value per week

of delay and or part there of upto maximum of 5% of total contract value shall

be recovered.GST shall be applicable on LD amount.

GST at the prevaling rate is applicable on " Liquidated damages"/ "Penal

recoveries".This shall be recoverd extra from the contractor on the amount of

such Liquidated damages / Penal recoveries levied as per the contract terms.

The above conditions shall supercede conditions, in regard to similar

/comparable / related subject mentioned in attached GCC.BPCL Mumbai Refinery

Warehouse shall accept material between 8:00 hrs till 14:00 hrs. Saturdays and

Sundays are holidays at BPCL. Material shall be delivered strictly within the

above mentioned stipulated time. Consignments reaching our warehouse late

shall not be entertained.

DELIVERY INSTRUCTIONS :

Our Warehouse shall accept material between 8:00 hrs till 15:00 hrs.

Saturdays and Sundays are holidays at BPCL. Material shall be

delivered strictly within the above mentioned stipulated time.

Consignments reaching our warehouse late shall not be entertained.

Material shall be delivered at the below mentioned address. Bharat

Petroleum Corporation Limited

Main Warehouse, Mumbai Refinery,

Mahul, Mumbai 400 074. Contact Nos :

Warehouse Receipt Section - + 91 22 2553 3639/3645/3644.

Driver / Helper / Delivery man bringing the material must carry with them any

one of the identity proof in originals, viz, Driving license / PAN card /

Aadhar card etc,. Without original identity proof, your person will not be

allowed inside the Refinery.

Documents specified below shall form part of your supplies.

* Delivery challan with a copy of Purchase Order. Delivery challan

shall contain the following along with other relevant details.

* Purchase Order No. with date.

* Item description as per PO with quantities supplied.

* Complete Delivery Address as mentioned above.

* Contact details of Purchase Officer and Delivery location.

* Duplicate copy of Transporter's Excise invoice, if applicable. "

Packing list of the consignment

RFQ Number :6001191367 Date : 17.07.2018To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 8 of 15

Note:

* Only diesel driven vehicle with spark arrestor is allowed to enter inside

the Refinery.

* Three wheeled vehicles shall not be permitted.

* Trucks bringing in the material shall have the provision for sideways

opening.

* Vehicle must have a spare tire (stepney).

4.Terms of payment

PAYMENT TERMS:

100% within 30 days from receipt and acceptance of material at BPCL warehouse.

MODE OF PAYMENT:

NATIONAL ELECTRONIC FUND TRANSFER (NEFT)

Payments shall be made by National Electronic Fund Transfer NEFT) only.

Payment by cheque will be made only to those vendors whose bank is located in

the city where NEFT payment facility is presently not available. Bids received

from vendors who are not accepting the NEFT payment terms are likely to be

rejected.

SECURITY DEPOSIT TOWARDS PERFORMANCE / RETENTION MONEY:

In lieu of security deposit towards performance / retention money, contractor

shall submit bank guarantee of equivalent amount of retention money (10% of

contract value) before submission of Ist RA bill, valid for defects liability

period of six months with further claim period of three months.

BPCL insists on issuance of only SFMS (Structured Financial Messaging Service)

Bank Guarantee by vendors / contractors, for faster payments. Vendors /

Contractors shall provide BPCL's Bank Account No. & IFSC Code (Details given

below) to their Bank at the time of application for Bank Guarantee in favor of

BPCL.

Name of Bank: State Bank of India

Branch: CAG Branch, Mumbai

Account No: 11083980831

IFSC Code: SBIN0009995

The above conditions shall supersede conditions, in regard to the similar /

comparable / related subject, mentioned in attached General Conditions of

Contract (GCC).

RFQ Number :6001191367 Date : 17.07.2018To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 9 of 15

5.Warranties

Materials shall be guaranteed against manufacturing defects, materials,

workmanship and design for a period of 12 months from the date of

commissioning or 18 months from the date of dispatch whichever is earlier.

Warranty for replacement of material /accessories should be provided free of

charges at our premises. The above Guarantee/Warranty will be without

prejudice to the certificate of inspection or material receipt note issued by

us in respect of the materials.

Relevant Test certificates, if applicable shall be provided along with the

supplies.

6.Penalty for breach of contract

Contractual delivery date for dispatched F.O.R. destination at site,

the date of delivery shall be the date on which the goods

/materials are delivered to owners Warehouse at site. The time and

date of delivery of materials/equipment as stipulated in the order

shall be deemed to be the essence of contract.

LR date will be considered as delivery completion date for

calculation of price reduction in the case of ex works contract.

Date of receipt of materials at owners premises shall be considered

for calculation of price reduction for F.O.R destination contract.

In case of delay in execution of order beyond the date of delivery as

stipulated in the order or any extension sanctioned, BPCL may its option:-

1. Accept delayed delivery and recover Liquidated Damages by a sum

equivalent to half percent (0.5%) of the basic value of any goods

not delivered for every week of delay or part thereof,limited to a

maximum of 5% of the total basic order value.

2. Cancel the order in part or full and purchase such cancelled

Note: GST shall be applicable on the LD portion also.

RFQ Number :6001191367 Date : 17.07.2018To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 10 of 15

7.Contract riders (clauses)

THRID PARTY INSPECTION

We require Third party inspection from M/s. Project and Development

India Ltd.(PDIL) Inspection charges shall be paid by BPCL directly to

M/s. Project and Development India Ltd.

The Third Party Inspection shall be carried out by M/s. Project and

Development India Ltd. Prior to carrying out inspection, you shall

inform M/s. Project and Development India Ltd. about the readiness of

the item for inspection along with all relevant certificates/

documents. The responsibility of liaisoning of inspection services with

the nearest office of M/s. Project and Development India Ltd. shall

solely lie with you. In case the item is not ready for inspection as

per schedule or is rejected, then the charges incurred by Third party

inspection agency shall be borne by you.

The Certificate/ Inspection reports confirming to our specification

sheet shall be submitted with the supply.

The contact details of M/s. PDIL is given below:-

Shri. S.P. Sinha,Addl. General Manager (Inspection & NDT),

M/s.Projects and Development India Ltd., PDIL Bhawan,A-14,Sector-1,

Noida- 201301.

Tel : 0120 - 2539418, Mobile : 9654757606,

Fax: 0120 - 2529801/ 2425964

Email : [email protected]

THE DETAILS AT THEIR MUMBAI OFFICE ARE:

SHRI. SYAMKUMAR P.,HOD & DY GENERAL MANAGER (INSPECTION) M/S. PROJECT

AND DEVELOPMENT INDIA LTD., ASHISH CHAMBERS,5TH FLOOR,R. C. MARG,

MAHUL ROAD, CHEMBUR,

MUMBAI - 400 074.

TEL: 022- 25534052 / 25534041. MOBILE: 08332996129

FAX: 022 - 25540031.

EMAIL: [email protected]

NOTE: Inspection call must be raised at least one week in advance

of the readiness of the material.

RFQ Number :6001191367 Date : 17.07.2018To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 11 of 15

8.Other contractual stipulations

PURCHASE PREFERENCE TO MICRO AND SMALL ENTERPRISES(MSE):

"MSE bidders (Micro & Small Category) who are traders and registered

under Services category, will not be considered for any benefits

under MSE policy for procurement of goods. Similarly, MSE bidders who

are registered under Manufacturer category, cannot be considered for

any benefits under MSE policy for procurement of services".

BPCL reserves its right to allow Micro and Small Enterprises (MSEs)

and MSEs owned by Scheduled Caste (SC) or the Scheduled tribe (ST)

entrepreneurs, purchase preference as admissible/applicable from time to

time under the existing Govt. policy. Purchase preference to a MSE

and a MSE owned by SC/ST entrepreneurs shall be decided based on

the Net Evaluated Price quoted by the said MSEs as compared to L1

Vendor at the time of evaluation of the price bid. Bidders claiming

purchase preference as MSE need to submit the following documents:

a. Notarized copy of all the pages of the EM-II certificate issued

by the appropriate authorities mentioned in the Public procurement

policy of MSEs-2012.

b. Vendors' declaration on a duly notarized Rs.100 stamp paper

stating that, in the event of award of contract, all the ordered

supplies shall be made from the unit for which MSE certificate has

been submitted.

The photocopy of the Valid MSE registration with any notified body

specified by ministry of micro, small and medium enterprises should

accompany the bid documents. Failing which no price preference will

be considered in such cases.

The Net Evaluated Price is the all inclusive delivered price :

Net Evaluated Price = Quoted Basic Price + Excise duty + Freight

+local taxes and duties+ Octroi Charges and /or entry tax less Cenvat

Benefits on Excise and Input Tax Credit on VAT.

In case the charges like, freight, Octroi charges and/or entry tax

are not indicated explicitly in the bid, BPCL will consider the

standard % as deemed fit for estimation.

Criteria for the award of tender quantity to MSE vendors : For

general items where 20% is applicable

In case bidder is registered as MSE quotes within the price brand

of L1+15 percent, such MSE shall also be allowed to supply a

portion of the requirement by bringing down their price to L1 price

where L1 price is from someone other than a micro and small

enterprise. Such MSE shall be allowed to supply 20% of total tendered

value.

RFQ Number :6001191367 Date : 17.07.2018To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 12 of 15

In case of more than one such MSE qualify as above; the supply of

up to 20% shall be shared proportionately. Further, if L1 happens to

be an MSE , the entire quantity (100%) shall be awarded to MSE

vendor without any share to other MSE vendors.

NOTE: THIS IS A NON-DIVISIBLE ITEM AND HENCE 20% DIVISION OF ORDER

IS NOT POSSIBLE.

IN CASE THERE HAPPENS TO BE AN ELIGIBLE MSE REGISTERED BIDDER(S)

AFTER EVALUATION, THE COMPLETE ORDER SHALL BE GIVEN TO THE ELIGIBLE

MSE BIDDER PROVIDED THEY MATCH THE L-1 PRICE AS PER MSE CLAUSE.

IN CASE OF MORE THAN ONE ELIGIBLE MSE BIDDER, 1ST PREFERENCE SHALL

BE GIVEN TO THE MSE BIDDER WHO IS CLOSEST TO THE ORIGINAL L-1 RATE

AND SO ON.

VARIATION IN TAXES/DUTIES :

Any increase/decrease in all the above mentioned statutory levies on

the date of delivery during the scheduled delivery period on finished

materials will be on BPCL's account. Any upward variation in

statutory levies after contractual delivery date shall be to vendor's

account.

RISK PURCHASE CLAUSE :

BPCL reserves the right to curtail or cancel the order either in full or part

thereof if the vendor fails to comply with the delivery schedule

and other terms & conditions of the order. BPCL also reserves the

right to procure the same or similar materials/equipment through other

sources at vendor's entire risk, cost and consequences. Further, the

vendor agrees that in case of procurement by the owner from other

sources the differential amount paid by the owner shall be on

account of the vendor together with any interest and other costs

accrued thereon for such procurement.

REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

In case the testing and inspection at any stage by inspectors reveal that the

equipment, materials and workmanship do not comply with specification

and requirements, the same shall be removed by the vendor at his/its

own expense and risk, within the time allowed by the owner. The

owner shall be at liberty to dispose off such rejected goods in

such manner as he may think appropriate.

In the event the vendor fails to remove the rejected goods within

the period as aforesaid, all expenses incurred by the owner for such

disposal shall be to the account of the vendor. The freight paid by

the owner, if any, on the inward journey of the rejected materials

RFQ Number :6001191367 Date : 17.07.2018To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 13 of 15

shall be reimbursed by the vendor to the owner before the rejected

materials are removed by the vendor. The vendor will have to proceed

with the replacement of the equipment or part of equipment without

claiming any extra payment if so required by the owner. The time

taken for replacement in such event will not be added to the

contractual delivery period.

***************************************************************

For the attention of unregistered vendors who wish to participate

for BPCL Mumbai Refinery's tenders:

a. Vendors who have not received this RFQ directly are not eligible

to participate in this tender.

b. However, if the said item/job falls in your manufacturing/service

range, you may contact our vendor registration cell for getting yourself

registered. The vendor registration form is available in our website

https://ebiz.bpc.co.in/VendorRegistration/. You may visit the website for

further details.

c. On completion of registration activities, you will be eligible to

get/ participate in all future limited tenders of BPCL.

Important Notice_______________________________________________________________________Sr.No Description_______________________________________________________________________ 001 Quotation received after due date will not be entertained

002 Your quotation must specify exact amount or percentage discount,

GST, Charges, Transport, Packing & forwarding,

etc. as applicable.

003 In case you are unable to quote, kindly send the quotation with a

regret for our records. Non-receipt of a regret will adversely

affect your vendor rating.

004 No quotation will be accepted without your rubber stamp and

signature.

005 Your quotation must be strictly in enclosed envelope

indicating Collective RFQ No., RFQ No. and due date.

006 For all future correspondences please mention the vendor code

Collective RFQ Number & RFQ Number.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 14 of 15

-------Tear off Portion to be pasted on the envelope containing offer------------

_______________________________________________________________________Collective RFQ No. : 1000310196

Our Reference: Due Date : 31.07.2018

RFQ No. : 6001191367 Due Time : 14:00:00

Subject:

To,

FIRST FLOOR, ADMINISTRATIVE OFFICE,

MUMBAI REFINERY, MAHUL, CHEMBUR

Mumbai

400074

Purchase Group : N52-Ref CPO Proc GR 2_______________________________________________________________________

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 15 of 15

ENGINEERS

TECHNICAL NOTES FOR 5fg-ar I~-3dg INDIA LIMITED PIPES

IA GoN of Indo Undeflakng)

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 1 of 10

lebri ch i•JA

TECHNICAL NOTES FOR PIPES

6 25.09.14 REVISED AND ISSUED AS STANDARD SPECIFICATION SH' K ATD(‘'\:' SC

5 31.12.13 REVISED AND ISSUED AS STANDARD SPECIFICATION UK SH AK RN SC

4 04.07.08 REVISED AND ISSUED AS STANDARD SPECIFICATION RN SC DM VC

3 15.03.00 REVISED AND ISSUED AS STANDARD SPECIFICATION RN BRB NS AS

2 04.04.94 HYDROTEST & I.G.C. TEST CLAUSES REVISED

AKG BPV GRR AS

Rev. No

Date Purpose Prepared

by Checked

by

Standards Committee Convenor

Standards Bureau

Chairman

Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 6 of 39

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED

PIPES IA Govt ot Intha Undertalfing)

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 2 of 10

rivvottt.1.5trool,

Abbreviations:

ANSI American National Standards Institute API American Petroleum Institute ASME American Society of Mechanical Engineers ASTM American Society for Testing & Materials BHN Brinell Hardness Number BIS Bureau of Indian Standards E.FS.W Electric Fusion Weld E.R.W Electric Resistance Weld HAZ Heat Affected Zone HIC Hydrogen Induced Cracking IBR Indian Boiler Regulations IGC Inter Granular Corrosion IS Indian Standard LT Low Temperature MR Material Requisition NACE MR National Association of Corrosion Engineers : Material Requirement NB Nominal Bore NPT Nominal Pipe Thread PMI Positive Material Identification PR Purchase Requisition SMYS Specified Minimum Yield Strength SS Stainless Steel

Piping Standards Committee

Convenor : Mr. R. Nanda

Members : Mr. M. Ismaeel Mr. Amrendra Kumar Mr. G. Balaji Mr. K.J. Harinarayanan (HMTD) Mr. P P Lahiri / Mr. S. Ghoshal (SMMS) Mr. S. Mukherjee (Construction) Mr. K.V.K. Naidu (Projects)

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 7 of 39

$;fgW 2154- 1+fV7R rwnrt ,151,70541,

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED IA Govl of lodia Undeftalong)

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 3 of 10

PIPES

CONTENTS

1.0 GENERAL 4

2.0 IBR PIPES 6

3.0 ACCEPTABLE DEVIATIONS 7

4.0 HYDROSTATIC TEST 7

5.0 MARKING AND DESPATCH 10

6.0 REFERENCES 10

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL —All rights reserved

Page 8 of 39

ENGINEERS TECHNICAL NOTES FOR 2f5le'g INDIA LIMITED PIPES

IA Govl ol lnaia Undertakog)

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 4 of 10

1.0 GENERAL

1.1

A11 pipes and their dimensions, tolerances, chemical composition, physical properties, heat treatment, hydrostatic test and other testing and marking requirements shall conform to the latest codes and standards specified in the material requisition (MR). Supplier shall strictly comply with MR/PR stipulations and no deviations shall be permitted. Post Order Concession/Deviation Permit 5-0000-0180-F1 as mentioned in Cl. 5.18 of Specification for Quality Management System Requirements from Bidders (6-78-0001) is not applicable.

1.2 Testing

1.2.1 Test reports shall be supplied for all mandatory tests as per the applicable material specifications. Test reports shall also be furnished for any supplementary tests as specified in the MR & Clauses 1.10 & 1.11.

1.2.2 Material test certificates (physical property, chemical composition & heat treatment report) shall also be furnished for the pipes supplied.

1.2.3 PMI shall be performed as per the scope and procedures as defined in the spec for PMI at Supplier's Works (6-81-0001).

1.2.4 Refer to specification nos. 6-81-0002 and 6-81-0003 for Inspection & Test plans for welded pipes and seamless pipes respectively.

1.3 Manufacturing Processes

1.3.1 Steel made by acid Bessemer process shall not be acceptable.

1.3.2 A11 longitudinally welded pipes should employ only automatic welding.

1.4 Pipe shall be supplied in single or double random length of 4 to 7 and 7 to 14 meters respectively.

1.5 a. Seamless and E.R.W. pipes shall not have any circumferential seam joint in a random length. However, in case of E.FS.W pipe, in one random length one welded circumferential seam of same quality as longitudinal weld is permitted. This weld shall be at least 2.5 m from either end. The longitudinal seams of the two portions shall be staggered by 90°. Single random length in such cases shall be 5 to 7 m.

b. Unless otherwise mentioned in the respective material code, E.FS.W pipes < 36" shall not have more than one longitudinal seam joint and E.FS.W pipes 36" shall not have more than two longitudinal seam joints.

1.6 Pipe with screwed ends shall have NPT external taper pipe threads conforming to ASME/ANSI B1.20.1 up to 1.5" NB & IS 554 for 2" to 6" NB.

Copyright EIL — All rights reserved Format No. 8-00-0001-F1 Rev. 0

Page 9 of 39

wlrrT t,vcrtV ItISOIstt)

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED PIPES IA Govt ol Intlia Gott000k,o9)

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 5 of 10

1.7 Pipe with beveled ends shall be in accordance with ASME B16.25. Weld contours shall be as follows:

Material Wall Thickness Weld Contour

Carbon Steel (Except Low Temp. Carbon Steel)

Up to 22 mm Figure 2 Type A

> 22 mm Figure 3 Type A

Alloy Steel, Stainless Steel & Low Temp. Carbon Steel

Up to 10 mm Figure 4

> 10 mm & Up to 25 mm Figure 5 Type A

> 25 mm Figure 6 Type A

1.8 Galvanized pipes shall be coated with zinc by hot dip process conforming to IS 4736 / ASTM A 153.

1.9 All austenitic stainless steel pipes shall be supplied in solution annealed condition. All types of 321 or 347 stainless steel pipes shall be in a stabilized heat treated condition. Stabilizing heat treatment shall be carried out subsequent to the normal solution annealing. Soaking time & holding temp. for stabilizing heat treatment shall be 4 hrs & 900°C respectively.

1.10 I.G.C. Test for Stainless Steels

1.10.1 For all austenitic stainless steel pipes inter-granular corrosion test shall have to be conducted as per following:

ASTM A262 Practice "B" with acceptance criteria of "60 mils/year (max.)". OR

ASTM A262 Practice E with acceptance criteria of no cracks at 20X magnification and microstructure to be observed at 250X magnification shall ensure the absence of any cracks/ fissures. When testing is conducted as per practice 'E' photograph of microstructure shall be submitted for record.

1.10.2 When specifically asked for in MR for high temperature application of some grades of austenitic stainless steel (eg.SS 309, 310, 316, 316H etc.) ASTM A262 Practice "C" with acceptance criteria of "15 mils/year (max.)" shall have to be conducted.

1.10.3 For the IGC test as described in 1.10.1 & 1.10.2, two sets of samples shall be drawn from each solution annealing lot; one set corresponding to highest carbon content and the other set corresponding to the highest pipe thickness.

All welded pipes indicated as `CRY0' & `LT' in MR shall be impact tested per requirement & acceptance criteria of ASME B31.3. The impact test temperature shall be -196°C & -45°C for stainless steel and carbon steel respectively unless specifically mentioned otherwise in MR.

1.12 NACE/HIC Requirements

1.12.1 Pipes under "NACE" category and those designated as "HIC1" shall meet the requirements given in NACE MR-0103 unless mentioned otherwise.

1.12.2 Pipes made from plates and designated as "HIC1" shall meet the HIC requirements of EIL specification 6-79-0013 unless mentioned otherwise.

Copyright EIL — All rights reserved Format No. 8-00-0001-F1 Rev. 0

Page 10 of 39

`511 ENGINEEFZS TECHNICAL NOTES FOR 5fga 02-eg INDIA LIMITED

Ift Govt of UnciertaNingf PIPES

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 6 of 10

1.11UR ertcnt ,TR,1-4.1)

1.13 Specified heat treatment for carbon steel and alloy steel and solution annealing for stainless steel pipes shall be carried out after weld repairs. Number of weld repairs at the same spot shall be restricted to maximum two by approved repair procedure.

1.14 For black or galvanized pipes to IS 1239, the minimum percentage of elongation shall be 20%.

1.15 All 1Cr-V2Mo and 11/4Cr-1/4Mo seamless pipes shall be normalised and tempered.

1.16 For all welded alloy steel pipes with mandatory requirement of heat treatment and radiography, radiography shall be performed after heat treatment.

1.17 For Hydrogen service pipes following special requirements shall also be met:

1.17.1 All carbon steel pipes having wall thickness 9.53 mm (0.375") and above shall be normalised. Cold drawn pipes shall be normalised after the final cold draw pass for all thicknesses.

1.17.2 All alloy steel (Cr-Mo) pipes shall be normalised and tempered. The normalising and tempering shall be a separate heating operation and not a part of the hot forming operation. The maximum room temperature tensile strength shall be 100,000 psig.

1.17.3 For carbon steel Pipes, hardness of weld and HAZ shall be 200 BHN (max.). For alloy steel Pipes, hardness of weld and HAZ shall be 225 BHN (max.).

1.17.4 For all austenitic stainless steels, the weld deposit shall be checked for ferrite content. A Ferrite No.(FN) not less than 3% and not more than 10% is required to avoid sigma phase embrittlement during heat treatment. FN shall be determined by Ferritescope prior to post weld heat treatment.

1.17.5 For all Carbon steel and Alloy steel pipes with wall thickness over 20mm, Charpy-V Notch impact testing shall be carried out in accordance with paragraph UG-84 of ASME Section VIII, Div-1 for weld metal and base metal from the thickest item per heat of material and per heat treating batch. Impact test specimen shall be in complete heat treated condition and accordance with ASTM A370. Impact energies at 0°Celsius shall average greater than 27J (20 ft-lb) per set of three specimens, with a minimum of 19J (15 ft-lb).

1.18 For dual grades of SS where specified, chemical composition and mechanical properties of both grades specified shall be ensured.

2.0 IBR PIPES

2.1 IBR Documentation

2.1.1 Pipes under purview of IBR shall be accompanied with IBR certificate original in Form III-A duly approved and countersigned by IBR authority/local authority empowered by the Central Boiler Board of India(Photocopy of the original certificate duly attested by the local boiler inspector where the supplier is located is the minimum requirement for acceptance) or Form III-D [for well known pipe manufacturers as per IBR] signed by Manufacturer's authorized representative. Well known pipe manufacturers, as recognized by IBR, shall submit a duly attested copy of Form XVI-G along with Form

2.1.2 For materials 11/4Cr - V2Mo (ASTM A335 Gr.P11 / A691 Gr.11/4Cr), 21/4Cr - 1Mo (ASTM A335 Gr.P22 / A691 Gr.21/4Cr) & 9Cr -1Mo-V (A335 Gr.P91/A691 Gr.91), Form III-A approved by IBR shall include the tabulation of Et, Sc & Sr values for the entire temperature range given below. Et, Sc & Sr values shall be such that throughout the temperature range

Copyright EIL — All rights reserved Format No. 8-00-0001-F1 Rev. 0

Page 11 of 39

$R-ar 22-eg 1.177, rrmrr an s~›

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED IA Govt ot India Undertalfingt

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 7 of 10

PIPES

E,/ 1.5

Sr / 1.5

Sc

where ,

SA Allowable stress at the working metal temperature. Yield point (0.2% proof stress at the working metal temperature)

S, The average stress to produce elongation of 1%(creep) in 100000 hrs at the working metal temperature.

Sr The average stress to produce rupture in 100000 hrs at the working metal temperature and in no case more than 1.33 times the lowest stress to produce rupture at this temperature.

SA (psi)

Temp(°F) Material

500 600 650 700 750 800 850 900 950 1000 1050 1100

A335 Gr.P11 17200 16700 16200 15600 15200 15000 14500 12800 9300 6300 4200 2800

A691 Gr.11/4Cr 18900 18300 18000 17600 17300 16800 16300 15000 9900 6300 4200 2800

A335 Gr.P22 / A691 Gr.21/4Cr

17900 17900 17900 17900 17900 17800 14500 12800 10800 7800 5100 3200

A335 Gr.P91/ A691 Gr.91

28100 27700 27300 26700 25900 24900 23700 22300 20700 18000 14000 10300

Note : SA values shall be as per the latest edition prevai ing.

2.2 For carbon steel pipes under IBR the chemical composition shall conform to the following:

Carbon (max)

0.25% Others (S, P, Mn) As prescribed in IBR.

The chemical composition as indicated in this clause is not applicable for pipes other than IBR services.

3.0 ACCEPTABLE DEVIATIONS

3.1 Pipes to IS 3589 Gr.410 are acceptable in place of IS 3589 Gr.330.

3.2 Pipes of Grades SS317 of corresponding material are acceptable in place of Grades SS316 or SS316(2.5 Mo min.).

3.3 Pipes of Grades SS317L of corresponding material are acceptable in place of Grades SS316L or SS316L(2.5Mo min.).

3.4 Seamless pipes are acceptable in place of welded pipes except in the case of welded SS321/SS321H pipes with nominal thickness greater than 9.53mm.

4.0 HYDROSTATIC TEST

4.1 A11 pipes shall be hydrostatically tested.

SA

Copyright EIL — All rights reserved Format No. 8-00-0001-F1 Rev. 0

Page 12 of 39

~_le7 e5•

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED

PIPES IA Govt of Incha Undertalting)

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 8 of 10

4.2 The mill test pressure shall be as follows:

4.2.1 Seamless, E.R.W. & Spiral Welded

a) Carbon Steel

Material Std. Test Pressure Std.

ASTM A106 Gr.B ASTM A530

API 5L Gr.B, Seamless API 5L

API 5L, E.R.W. API 5L

API 5L, Spiral API 5L

ASTM A333 Gr.3 & 6, Seamless ASTM A530

ASTM A333 Gr.3 & 6, E.R.W. ASTM A530

b) Seamless Alloy Steel

Material Std. Test Pressure Std.

ASTM A335 Gr.P1, P12, P11, P22, P5, P9 ASTM A530

ASTM A268 TP 405, TP410 ASTM A530

c) Seamless Stainless Steel

Material Std. Test Pressure Std.

ASTM A312 Gr.TP 304, 304L, 316L, 316H, 321, 347

304H, 316, ASTM A999

d) Seamless Nickel Alloy

Material Std. Test Pressure Std.

ASTM B161 UNS No. 2200 ASTM B161

ASTM B165 UNS No. 4400 ASTM B165

ASTM B167 UNS No. 6600 ASTM B167

ASTM B407 UNS No. 8800 ASTM B407

e) Welded Nickel Alloy

Material Std. Test Pressure Std.

ASTM B725 UNS No. 2200,4400 ASTM B725

ASTM B517 UNS No. 6600 ASTM B517

ASTM B514 UNS No. 8800 ASTM B514

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 13 of 39

41 ENGINEERS TECHNICAL NOTES FOR 01 -eg INDIA LIMITED PIPES

IA Govt of Indo UnclertaNngt

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 9 of 10

4.2.2 Electric Fusion Welded

a) Carbon Steel & Alloy Steel E.FS.W (16" & above)

Material Std. Test Pressure Std.

API 5L Gr.B P = 2ST/D ASTM A671 Gr.CC65, 70 (C1.32) S = 90% of SMYS ASTM A672 Gr.C60, 65, 70 (CI.12,22) Except for API 5L Gr.B ASTM A671 Gr.CF60, 65, 66, 70 (C1.32) S = 85% of SMYS ASTM A691 Gr.V2Cr, 1Cr, 11/4Cr, 21/4Cr, For API 5L Gr.B SCr, 9Cr (C1.42) T = Nominal Wall Thickness

D = O.D of Pipe

b) Stainless Steel E.FS.W (2" to 6")

The hydrostatic test pressure in kg/cm2 for the following materials shall be as given below :

Material Gr.1 :ASTM A312 TP 304 / 304H / 316 / 316H / 321 / 347 welded. Material Gr.2 :ASTM A312 TP 304L / 316L welded.

Size Pipe Schedule : 10S Pipe Schedule : 40S Pipe Schedule : 80S

Material Gr. 1

Material Gr.2

Material Gr.1

Material Gr.2

Material Gr.1

Material Gr.2

2" 100 80 155 130 230 190

3" 80 60 155 130 230 190

4" 80 50 155 130 230 190

6" 65 35 90 75 155 130

c) Stainless Steel E.FS.W (8" and above).

Material Std. Test Pressure Std.

ASTM A358 TP 304L, 304, 304H, 316L, 316, 316H, 321, 347 (Classes 1, 3 & 4)

P = 2ST/D S = 85% of SMYS T = Nominal Wall Thickness D = O.D of Pipe

ASTM A358 TP 304L, 304, 304H, 316L, 316, 316H, 321, 347 (Classes 2 & 5)

P = 2ST/D S = 72% of SMYS T = Nominal Wall Thickness D = 0.D of Pipe

4.2.3 Carbon Steel Pipes to BIS Standards

Material Std. Test Pressure Std.

IS 1239 IS 1239

IS 3589 IS 3589

4.3 Hydrostatic pressure testing shall be performed using iron free water, which is clean and free of silt. Maximum chloride content in water for hydrostatic testing for SS piping shall be 50 ppm.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 14 of 39

STANDARD SPECIFICATION No. ENGINEERS TECHNICAL NOTES FOR

OrcRes INDIA LIMITED 1.1,P+,,M11 J457,01/ IA GoN ol India UnclettaMing)

PIPES 6-44-0051 Rev. 6 Page 10 of 10

5.0 MARKING AND DESPATCH

5.1 All pipes shall be marked in accordance with the applicable codes, standards and specifications. In addition the purchase order number, the item code & special conditions like "IBR", "CRY0", "NACE", "H2" etc. shall also be marked.

5.2 Pipes under "IBR","CRY0", "NACE" & "H2" shall be painted with one circumferential stripe of colour red, light purple brown, canary yellow & white respectively for easy identification. Width of stripe shall be 12mm for pipe sizes lens than 3" and 25mm for pipes 3" and above.

5.3 Paint or ink for marking shall not contain any harmful metal or metallic salts such as zinc, lead or copper which cause corrosive attack on heating.

5.4 Pipes shall be dry, clean and free from moisture, dirt and loose foreign materials of any kind.

5.5 Pipes shall be protected from rust & corrosion.

5.6 Rust preventive used on machined surfaces to be welded shall be easily removable with a petroleum solvent and the same shall not be harmful to welding.

5.7 Both ends of the pipe shall be protected with the following material:

Plain end

Plastic cap Bevel end

Wood, Metal or plastic cover Threaded end

Metal or plastic threaded cap

5.8 Pipes may be provided with plastic push-fit type end caps/ steel caps without belt wire.

5.9 Steel end protectors to be used on galvanized pipes shall be galvanized. Plastic caps can also be used as end protectors for galvanised pipe ends.

6.0 REFERENCES

6.1 6-81-0001: Specification for Positive Material Identification (PMI) at Supplier's Works.

6.2 6-81-0002: Inspection & test plan for welded pipes.

6.3 6-81-0003: Inspection & test plan for seamless pipes.

6.4 6-79-0013: Material requirements for carbon steel components used in sour service for petroleum refinery environments

Copyright EIL — All rights reserved Format No. 8-00-0001-F1 Rev. 0

Page 15 of 39

$11g-ar tigitg 011,771 eiro,r1 399.3)

ENGINEERS INDIA LIMITED IA Govt of India Undettalong)

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

STANDARD SPECIFICATION NO.

6-81-0003 Rev. 5

Page 1 of 6

44\9 fkturir trtuur

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

5. 19.09..2016 REVISED AND RE-ISSUED TKK HP

4. 17.06..2013 REVISED AND RE-ISSUED TKK RKS

3 15.07.2011 REVISED AND RE-ISSUED TKK SCG

2 30.06.2010 REVISED AND RE-ISSUED RK VKJ

1 28.09.2007 REVISED AND RE-ISSUED PD RB

Rev. No. Date Purpose

Prepared By

Checked By

(2' 'Ff---- RN

.

SCG DM

AKC DM

SKP ND

MVKK VC

Standards Committee Standards Bureau Convenor Chairman

Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 16 of 39

al

$1g-ZIT kit154tt WWI MOsIVOIIJOI/Fil)

ENGINEERS INDIA LIMITED IA Goa of Indio Undertaking)

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

STANDARD SPECIFICATION No.

6-81-0003 Rev. 5

Page 2 of 6

Abbreviations:

CELL Certification Engineers International Limited MRT Mechanical Run Test CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing CE Carbon Equivalent • NPSH Net Positive Suction Head DFT Dry Film Thickness PO Purchase Order DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record ERTL Electronics Regional Test Laboratory PR Purchase Requisition FCRI Fluid Control Research Institute PMI Positive Material Identification HT Heat Treatment RT Radiography Testing HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking ITP Inspection and Test Plan TC Test Certificate

Ingress Protection TPI or TPIA Third Party Inspection Agency IHT Intermediate Heat Treatment UT Ultrasonic Testing IC Inspection Certificate VDR Vendor Data Requirement IGC Inter Granular Corrosion WPS Welding Procedure Specification MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. R.K. Singh

Members: Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur Mr. T Kamalakannan Mr. Mahendra Mittal Mr. Deepak Gupta (Project)

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 17 of 39

INDIA ENGINEERS

LIMITED (WM MOM OANInall IA Govt of India Undertaking)

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

STANDARD SPECIFICATION No.

6-81-0003 Rev. 5 Page 3 of 6

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Seamless Pipes.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SL. STAGE/ACTIVITY NO. CHARACTERISTICS QU AN UM

CHECK OF RECORD

SCOPE OF INSPECTION SUB

SUPPLIER SUPPLIER EIL/ TPIA

1.0 Procedure

1.1 Hydrostatic Test, Heat Treatment, NDT and

Other Procedures Documented Procedures 100% Procedure

Documents - H R

2.0 Material Inspection

2.1 Raw Material Inspection Review of MTC for Chemical, Mechanical Properties, size &

steel making process, etc. 100% Test

Certificates - H

3.0 In Process Inspection

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 18 of 39

ENGINEERS INDIA LIMITED IA Govt of India Undedalong)

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

STANDARD SPECIFICATION No.

6-81 -0003 Rev. 5

Page 4 of 6

ID1 I

SL. NO. STAGE/ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD SCOPE OF INSPECTION

SUB SUPPLIER SUPPLIER EIL/ TPIA

3.1 Heat Treatment Normalizing, Tempering, Solution Annealing, Stabilization Heat Treatment etc. as applicable

100% HT chart - H R

3.2 NDT

As applicable Surface & Internal Imperfections PR / Purchase Specification NDT Reports - H R

3.3 Identification of Test Samples

Product Chemical, Tensile, Hardness, Impact, IGC and Other

test as applicable

Lot as per specification Test Reports - H H

(Note-1)

3.4 Product Analysis Chemical Composition Lot as per specification Test Reports - H R

3.5 Destructive Testing Tensile, Hardness, Impact, IGC and Other test as applicable

Lot as per specification Test Reports - H H

(Note-1)

3.6 Galvanizing (If Applicable) Integrity Of Galvanised Coating 100%

Inspection Report - H R

4.0 Final Inspection

4.1 Hydrostatic Testing Leak Check 100 % Test Report - H RW

(Note 1)

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 19 of 39

STANDARD SPECIFICATION No.

6-81-0003 Rev. 5

Page 5 of 6

eit4 ENGINEERS Og ern f51 INDIA LIMITED

(A Govt. of India Undettaking)

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

SL. NO.

STAGE/ACTIVITY • CHARACTERISTICS

QUANTUM OF CHECK

RECORD SCOPE OF INSPECTION

SUB SUPPLIER SUPPLIER EIL/ TPIA

4.2 Visual and Dimensional

Inspection (VDI)

Surface Condition, Straightness, End Finish,

Bevel Angle, Root Face, Outer Dia., Thickness,

Length, End Finish, Marking,

End Caps etc

100% Inspection Report

- H RW

(Note 1)

'

4.3 Weight Checking as

applicable Weight 100% By Supplier H

Inspection

Report - -

4.4 PMI Check Chemical Check As Per EIL, Spec.

6-81-0001 Inseport pection

r - H

RW

4.5 Final Stamping Stamping of Accepted Pipes

Stamping of Pipes which are witnessed by EIL/TPIA..0ther pipes to have suppliers identification

Inspection Report - H H

Copyright EIL — All rights reserved Format No. 8-00-0001-F7 Rev. 0

Page 20 of 39

ENGINEERS INDIA LIMITED Ogar fa5teg

Wren e,virrke J,77.1) Govt of 1000 Undertaking)

STANDARD SPECIFICATION No.

6-81-0003 Rev. 5

Page 6 of 6

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

SL. NO. STAGE/ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD SCOPE OF INSPECTION

SUB SUPPLIER SUPPLIER EIL/ TPIA

5.0 Painting

5.1 Rust Preventive Coating

& Color Coding (As applicable)

Visual & Color Coding as applicable 100% Inspection

Report - W -

6.0 Documentation & IC

6.1 Documentation & Inspection Certificate(IC)

Review of Stage Inspection Reports / Test Reports & Issue of

IC 100% Supplier TC

& IC - H H

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable): 1. Carbon Steel Pipes (Other than LTCS & Pipes for special services like NACE, H2, HIC, etc.) up to size 12" will be accepted on review of Supplier Test

Certificates. Supplier Test Certificate to be reviewed by EIL/TPIA. 2. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be

applicable.(Unless otherwise agreed upon) 3. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents. 4. For orders placed on stockist, items shall be accepted based on manufacturer's TC with EN 10204 type 3.2 certification from EIL approved suppliers.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 21 of 39

QMSStandardsCommittee

1 12.03.15 General Revision

QMS

QMS0 04.06.09 Issued as Standard Specification

Standards

Standards SCT

NDCommittee

Committee

Rev.No Date Purpose Prepared by Checked

by

StandardsCommitteeConvener

StandardsBureau

Chairman

QMSStandardsCommittee

MPJ

SC

ENGINEERSlakgINDIA LIMITED

(A Gavt at India Undertaking)

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEMREQUIREMENTS FROM

BIDDERS

STANDARD SPECIFICATION No.

6-78-0001 Rev. 1Page 1 of 7

mren ewaire mjvam)

64)(11 Chrlf qu i ciall -51-04ffu tea aliikrrat t ?drift'

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEM

REQUIREMENTS FROM BIDDERS

Approved by

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 22 of 39

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev. 1lft2 (AG'"ind'Undelt6ung) REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

CV Curriculum Vitae

ISO International Organization for Standardization

MR Material Requisition

PO Purchase Order

PR Purchase Requisition

QA Quality Assurance

QMS Quality Management System

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)Mr. S.K. Kaul (C&P)Mr. R.K. Trivedi (Engg.)Mr. Ravindra Kumar (Const.)Mr. Tilak Raj (Projects)Mr. Vinod Kumar (CQA)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 23 of 39

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev.'A

Govt At ' nth' Und"k"V) REQUIREMENTS FROM BIDDERS Page 3 of 7Igar llks

Oiren

CONTENTS

Clause Title Page

No.

1.0 SCOPE 4

2.0 DEFINITIONS 4

3.0 REFERENCE DOCUMENTS 4

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL 4

5.0 QUALITY SYSTEM REQUIREMENTS 4

6.0 AUDITS 7

7.0 DOCUMENTATION REQUIREMENTS 7

Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0

Page 24 of 39

el ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

$1g-zg faReg INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1

own 120.2 .I J40.9) IA GOVt of India Undertaking) REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to bemet by BIDDER for following purpose:

• QMS requirements to be met by suppliers/contractors after award of work/during contract execution.

2.0 DEFINITIONS

2.1 Bidder

For the purpose of this specification, the word "BIDDER" means the person(s), firm,company or organization who is under the process of being contracted by EIL /Owner for delivery of some products (including service). The word is consideredsynonymous to supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are beingpurchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0002

Specification for Documentation Requirements fromContractors

6-78-0003

Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality systemshall fully satisfy all relevant requirements of ISO 9001 "Quality ManagementSystems — Requirements." Evidence of compliance shall be current certificate ofquality system registration to ISO 9001 or a recent compliance audit recommendingregistration from a certification agency. The quality system shall provide theplanned and systematic control of all quality related activities for execution ofcontract. Implementation of the system shall be in accordance with BIDDER'SQuality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS

5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / QualityAssurance Plan for contracted scope / job. The BIDDER'S Quality Plan shalladdress all of the applicable elements of ISO 9001, identify responsible partieswithin BIDDER'S organization, for the implementation / control of each area,reference the applicable procedures used to control / assure each area, and verifythe documents produced for each area. The Project Quality Plan shall necessarilydefine control or make reference to the relevant procedures, for design andengineering, purchase, documentation, record control, bid evaluation, inspection,production/manufacturing, preservation, packaging and storage, quality control at

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 25 of 39

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1(A Gavt of India undertaking' REQUIREMENTS FROM BIDDERS Page 5 of 7

construction site, pre-commissioning, commissioning and handing over (asapplicable) in line with contract requirement and scope of work.

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirementsand communicate the same to all concerned in his organization and his subcontractor's organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities forfulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and workenvironment to ensure that the specification and quality of the deliverable aremaintained.

5.4 BIDDER shall do the quality planning for all activities involved in delivery of order.The quality planning shall cover as minimum the following:

ResourcesProduct / deliverable characteristics to be controlled.Process characteristics to ensure the identified product characteristics are

realizedIdentification of any measurement requirements, acceptance criteriaRecords to be generatedNeed for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and testplans (ITPs) and job procedures for the project activities in the scope of bidder.These documents shall be submitted to EIL/Owner for review/approval, beforecommencement of work.

5.5 Requirements for sub-contracting / purchasing of services specified in contract /tender shall be adhered to. In general all outsourced items will be from approvedvendors of EIL. Wherever requirements are not specified, or approved sub vendorsdo not exist, the sub-contractor shall establish and maintain a system for purchasing/ sub-contracting to ensure that purchased product / service conforms to specifiedrequirements. 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.

5.6 BIDDER shall plan and carry production and service provision under controlledconditions. Controlled conditions shall include, as applicable

the availability of information that describes the characteristics of the productthe availability of work instructionsthe use of suitable equipmentthe availability and use of monitoring and measuring devicesthe implementation of monitoring and measurementthe implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision whereresulting output cannot be verified by subsequent monitoring and measurement.This includes any process where deficiencies become apparent only after theproduct is in use or service has been delivered.

5.8 BIDDER shall establish a system for identification and traceability of product /deliverable throughout product realization. Product status with respect to inspectionand testing requirements shall be identified.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 26 of 39

ei ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

lge.ji id5fez INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1IA Govt of India undettaking) REQUIREMENTS FROM BIDDERS Page 6 of 7

Oren erRRIZ .71.1.113,70

5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /document) provided for use or incorporation into the product. If any Owner / EILproperty is lost, damaged or otherwise found to be unsuitable for use, this shall bereported to the EIL / Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internalprocessing and delivery to the intended destination. Requirements mentioned in thetender shall be adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities arecarried out in line with requirements. Where necessary, measuring equipmentsshall be calibrated at specified frequency, against national or internationalmeasurement standards; where no such standard exists, the basis used forcalibration shall be recorded. The measuring equipments shall be protected fromdamage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processesinvolved in production and other related processes for delivery of the scope ofcontract.

5.13 BIDDER shall monitor and measure the characteristics of the product/deliverable toverify that product requirement has been met. The inspection (stage as well asfinal) by BIDDER and EIL / Owner personnel shall be carried out strictly as per theITPs forming part of the contract. Product release or service delivery shall notproceed until the planned arrangements have been satisfactorily completed, unlessotherwise approved by relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that theproduct which does not conform to requirements is identified and controlled toprevent its unintended use or delivery

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER'S inspection /surveillance staff shall be duly recorded, including their disposal action shall berecorded and resolved suitably. Effective corrective and preventive action shall beimplemented by the BIDDER so that similar NCs including deficiencies do not recur.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by theBIDDER and appropriate corrective and preventive actions shall be implemented.BIDDER shall intimate EIL / Owner of all such corrective and preventive actionimplemented by him.

5.17 BIDDER should follow the standards, specifications and approved drawings.Concessions/Deviations shall be allowed only in case of unavoidable circumstances.In such situations Concession/deviation request must be made by the BIDDERthrough online system of EIL eDMS. URL of EIL eDMS ishttp://edocx.eil . co . in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damageor loss until the project completion, then handed over to EIL / Owner as per contractrequirement (Refer Specification Nos. 6-78-0002 - Specification for DocumentationRequirements from Contractors and 6-78-0003 - Specification for DocumentationRequirements from Suppliers), or disposed as per relevant project procedure.

Copyright EIL—All rights reservedFormat No. 8-00-0001-F1 Rev. 0

Page 27 of 39

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1(A Goof of India UndertakIngi REQUIREMENTS FROM BIDDERS Page 7 of 7

eiJrIft kif51ft.wirer riraxem3Tmil

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programmeshall cover design, procurement, construction management and commissioning asapplicable including activities carried out by sub-vendors and sub-contractors. Thisshall be additional to the certification body surveillance audits carried out underBIDDER'S own ISO 9001 certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutinyby EIL / Owner. EIL or Owner's representative reserves the right to attend, as awitness, any audit conducted during the execution of the WORKS.

In addition to above EIL, Owner and third party appointed by EIL/Owner may alsoperform Quality and Technical compliance audits. BIDDER shall provide assistanceand access to their systems and sub-contractor / vendor systems as required for thispurpose. Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work(Within one week) for record / review by EIL / Owner.

Organization chart (for complete organization structure and for the project)Project Quality Plan/Quality Assurance PlanJob specific Inspection Test Plans, if not attached with PRJob ProceduresInspection/Test Formats

In addition to above QMS documents, following documentation shall be maintainedby the BIDDER for submission to EIL / Owner on demand at any point of time duringexecution of the project.

Quality ManualCertificate of approval for compliance to ISO: 9001 standardProcedure for Control of Non-conforming ProductProcedure for Control of DocumentsSample audit report of the QMS internal and external audits conducted duringlast one yearCustomer satisfaction reports from at least 2 customers, during the last oneyearProject QMS audit reportTechnical audit reports for the projectCorrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submitany other document/data required for completion of the job as per EIL/Ownerinstructions.

Copyright EIL—All rights reservedFormat No. 8-00-0001-F1 Rev. 0

Page 28 of 39

1 12.03.15 General Revision

C)(415----2QMS QMS

Standards StandardsCommittee Committee

SC

∎31 ENGINEERSligar lafgesW INDIA LIMITED

(411W1 292,51V MIJ‘10571) Govt o India Undertalongj

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATION No.

6-78-0003 Rev. 1Page 1 of 8

affrirewufat 74ER

*mat t feituSPECIFICATION FOR

DOCUMENTATION REQUIREMENTSFROM SUPPLIERS

QMS QMS0 04.06.09 Issued as Standard Specification

Standards Standards SCT NDCommittee Committee

Rev.No Date Purpose Prepared Checked

by by

Standards StandardsComm ifte BureauConvener Chairman

Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 29 of 39

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 2 of 8

(t,ft. ENGINEERS1i laWGNIIY INDIA LIMITEDogire, efiTIWAnowAl (A Govt of Into Undertaking(

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

Abbreviations:

DCI - Document Control Index

eDMS - Electronic Document Management System

FOA Fax of Acceptance

HOD Head of Division / Department

IC Inspection Certificate

IRN Inspection Release Note

ITP Inspection and Test Plan

LOA Letter of Acceptance

MOU Memorandum of Understanding

MR Material Requisition

PO Purchase Order

PR Purchase Requisition

PVC Polyvinyl Chloride

QMS Quality Management System

TPIA Third Party Inspection Agency

URL Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)Mr. S.K. Kaul (C&P)Mr. R.K. Trivedi (Engg.)Mr. Ravindra Kumar (Const.)Mr. Tilak Raj (Projects)Mr. Vinod Kumar (CQA)

Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0

Page 30 of 39

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 3 of 8

ei ENGINEERSOaez idiWIeg INDIA LIMITED

011E71 ewaxedaagem) (A Govt of India Undertaking)

CONTENTS

Clause Title PageNo.

1.0 SCOPE 42.0 DEFINITIONS 43.0 REFERENCE DOCUMENTS 44.0 DOCUMENTATION REQUIREMENTS 4

Attachments

Format for completeness of Final Documentation Format No. 3-78-0004

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 31 of 39

ENGINEERSINDIA LIMITED(A Govt of Intha Undertakongt

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROM

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1dol

5'gzir tlf5ltuI.VOM

SUPPLIERS Page 4 of 8

1.0 SCOPE

This specification establishes the Documentation Requirements from Suppliers.

All documents/data against the PO / PR / MR shall be developed and submitted toEIL/Owner by the suppliers for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Supplier

For the purpose of this specification, the word "SUPPLIER" means the person(s),firm, company or organization who is under the process of being contracted by EIL /Owner for delivery of some products (including service). The word is consideredsynonymous to bidder, contractor or vendor.

2.2 Owner

Owner means the owner of the project for which services / products are beingpurchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirementsfrom Bidders

4.0 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 thelist given in respective PO/PR/MR.

4.1.2 Review of the supplier drawings by EIL would be only to review the compatibility withbasic designs and concepts and in no way absolve the supplier of hisresponsibility/contractual obligation to comply with PR requirements, applicablecodes, specifications and statutory rules/regulations. Any error/deficiency noticedduring any stage of manufacturing/execution/installation shall be promptly correctedby the supplier without any time and cost implications, irrespective of comments onthe same were received from EIL during the drawing review stage or not.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shallcommence as follows from the date of Fax of Intent / Letter of Intent/ Fax ofAcceptance (FOA)/ Letter of Acceptance (LOA):

QMS - 1 weekDrawing/Document Control Index - 2 weeksOther Documents/Drawings - As per approved Drawing/Document Control

Index/Schedule

4.1.4 Documents as specified in PO/PR/MR are minimum requirements. Supplier shallsubmit any other document/data required for completion of the job as per EIL/Ownerinstructions.

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 32 of 39

'7f 11I OfiTt cYeawlnn

ENGINEERSINDIA LIMITED(A Govt of India UndenakIngi

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 5 of 8

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 Before forwarding the drawings and documents, contractor shall ensure that thefollowing information are properly mentioned in each drawing:

Purchase Requisition NumberName of Equipment / PackageEquipment / Package Tag No.Name of ProjectClientDrawing / Document TitleDrawing / Document No.Drawing / Document Revision No. and Date

43 Review and Approval of Documents by Supplier

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and dulysigned/stamped by supplier before submission. Revision number shall be changedduring submission of the revised supplier documents and all revisions shall behighlighted by clouds. Whenever the supplier require any sub-supplier drawings to bereviewed by EIL, the same shall be submitted by the supplier after duly reviewed,approved and stamped by the supplier. Direct submission of sub-supplier's drawingswithout 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 supplier Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/fabrication as per the document.

Review Code 2 Proceed with manufacture/fabrication as percommented document. Revised documentrequired.

Review Code 3 Document does not conform to basicrequirements as marked. Resubmit for review

R Document is retained for Records. Proceedwith manufacture/fabrication.

V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based onPO/PR/MR along with schedule date of submission of each drawing/document on EILeDMS. The DCI shall be specific with regard to drawing/document no. and the exacttitle. Proper sequencing of the drawings/documents should be ensured in scheduledate of submission.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 33 of 39

r1.7-14 ENGINEERS51g-a feff5leg INDIA LIMITED

1.17,124ifflsrefloJOORI1 IA GUN. of India Undertaking,

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 6 of 8

4.5.2 Submission of Drawings/Documents

Drawings/documents and data shall be uploaded on the EIL eDMS Portal as per DCI.The detail guidelines for uploading documents on EIL eDMS Portal are available onfollowing URL

http://edocx.eil.co.in/vportal

4.5.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, theSupplier shall submit copy of approval by the authority to EIL.

4.5.4 Details of Contact Persons of Supplier

After placement of order supplier shall assign a Project Manager for that order. Thedetails are to be filled online through the portal. The details include e-mail address,mailing address, telephone nos., fax nos. and name of Project Manager. All the systemgenerated emails pertaining to that order shall be sent to the assigned ProjectManager.

4.5.5 Schedule and Progress Reporting

Supplier shall submit monthly progress report and updated procurement, engineeringand manufacturing status (schedule vs. actual) every month, beginning within 2 weeksfrom FOA/LOA. In case of exigencies, EIL/Owner can ask for report submission asrequired on weekly/fortnightly/adhoc basis depending upon supply status and suppliershall furnish such reports promptly without any price implication. Format for progressreport shall be submitted by the Supplier during kick off meeting or within one week ofreceiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan

Inspection and test plans (ITP) attached if any, to the MR/PR are to be followed.However for cases wherein ITPs have not been attached with MR/PR, Supplier shallsubmit within one week of receiving FOA/LOA, the Quality Assurance Plan formanufacturing, covering quality control of critical bought out items/materials,inspection & testing at various stages of production, quality control records and siteassembly & testing as may be applicable to the specific order and obtain approvalfrom concerned Regional procurement Office of EIL/third party inspection agency, asapplicable.

For Package equipment contracts, the supplier shall prepare a list of items/equipments and their inspection categorization plan for all items included in the scopeof supply immediately after receipt of order and obtains approval for the same fromEIL. The items shall be categorized into different categories depending upon theircriticality for the scope of inspection of TPIA and/or EIL.

4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)

IRN/ IC shall be issued by EIL Inspector/ third party inspection agency on the basis ofsuccessful inspection, review of certificates as per specifications & agreed quality plan(as applicable) and only after all the drawings/documents as per DCI are submittedand are accepted under review code-1 or code R. Supplier shall ensure that necessarydocuments/manufacturing and test certificates are made available to EIL/TPIA as andwhen desired.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 34 of 39

ENGINEERSOgell 0151jeg INDIA LIMITED

IA Govt of India Unclettalong)1.127, owtore o43frosso

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-holding of payment as per conditions of PO/PR/MR.

4.5.8 Transportation Plan

Transportation Plan for Over Dimensional Consignments (ODC), if any, shall besubmitted within 2 weeks of receiving FOA/LOA, for approval. Consignment withparameters greater than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

4.6 Final Documentation

4.6.1 As Built Drawings

Shop changes made by Supplier after approval of drawings under `Code 1' by EIL anddeviations granted through online system , if any, shall be marked in hard copies ofdrawings which shall then be stamped 'As-built' by the supplier. These 'As-built'drawings shall be reviewed and stamped by EIL Inspector/ TPIA also. Supplier shallprepare scanned images files of all marked — up 'As — built' drawings. SimultaneouslySupplier shall incorporate the shop changes in the native soft files of the drawingsalso.

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 beinserted 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 x315 mm (10 1 /2 inch x 12 1 /2 inch) and shall not be more that 75 mm thick. It may be ofseveral volumes and each volume shall have a volume number, index of volumes andindex of contents of that particular volume. Where number of volumes are more,90mm thickness can be used. Each volume shall have top PVC sheet of minimum0.15 mm thick duly fixed and pressed on folder cover and will have 2 lever clip. Incase of imported items documents, 4 lever clip shall also be accepted. All four cornersof folders shall be properly metal clamped. Indexing of contents with page numberingmust be incorporated by supplier. Spiral/Spico bound documents shall not beacceptable. As mentioned above, books should be in hard board plastic folders withsheets punched and having 2/4 lever clips arrangement.

Each volume shall contain on cover a Title Block indicating package Equipment TagNo. & 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 volumenumber (say 11 of 15) etc.

4.6.4 Submission of Soft Copies

Supplier shall submit to EIL, the scanned images files as well as the native files ofdrawings/documents, along with proper index.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—AIL rights reserved

Page 35 of 39

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 8 of 8

C,'(L:ED'D ENGINEERSINDIA UMITEDIA Govt of India Undertaking)

ligar idf5lesI MT riernfO7IJOCFAI

In addition to hard copies, Supplier shall submit electronic file (CD-ROM) covering softcopies of all the final drawings and documents, all text documents prepared oncomputer, scanned images of all important documents (not available as soft files), allrelevant catalogues, manuals available as soft files (editable copies of drawings/textdocuments, while for catalogues/manuals/proprietary information and data, PDF filescan be furnished).

All the above documents shall also be uploaded on the EIL eDMS portal.

4.6.5 Completeness of Final Documentation

Supplier shall get the completeness of final documentation verified by EIUTPIA andattach the Format for Completeness of Final Documentation (Format No. 3-78-0004)duly signed by EIL Inspector or TPIA as applicable to the document folder.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 36 of 39

1.11F, erefWe an )

STANDARD SPECIFICATION NO.

6-81-0002 Rev. 5

Page 1 of 6

lailfaeJel ENGINEERS

frf iEgleg INDIA LIMITED IA Govt of India Undenakingj

INSPECTION AND TEST PLAN FOR

WELDED PIPES

A-4z f?) f4-ftuur trtuur

5 19.09.2016 REVISED AND RE-ISSUED TKK HP RKS RN

4 17.06.2013 REVISED AND RE-ISSUED TKK RKS SCG DM

3 15.07.2011 REVISED AND RE-ISSUED TKK SCG AKC DM

2 30.06.2010 REVISED AND RE-ISSUED RKB VKJ SKP ND

1 28.09.2007 REVISED AND RE-ISSUED PD RB MVKK VC

Rev. No. Date Purpose

Prepare d

By

Checked By

Standards Committee Convenor

Standards Bureau Chairman

Approved by

INSPECTION AND TEST PLAN FOR

WELDED PIPES licV/A

Format No. 8-00-0001-F7 Rev. 0 Copyright Ell. — All rights reserved

Page 16 of 146

Man MeltterlaJOInall

STANDARD SPECIFICATION NO.

6-81-0002 Rev. 5

Page 2 of 6

ENGINEERS lig-ar fag& INDIA LIMITED

(A Govt. of India Undertaking)

INSPECTION AND TEST PLAN FOR

WELDED PIPES

Abbreviations:

CELL Certification Engineers International Limited MRT Mechanical Run Test CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing CE Carbon Equivalent NPSH' Net Positive Suction Head DFT Dry Film Thickness PO Purchase Order DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record ERTL Electronics Regional Test Laboratory PR Purchase Requisition FCRI Fluid Control Research Institute PMI Positive Material Identification HT Heat Treatment RT Radiography Testing HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking ITP Inspection and Test Plan TC Test Certificate IP Ingress Protection TPI or TPIA Third Party Inspection Agency IHT Intermediate Heat Treatment UT Ultrasonic Testing IC Inspection Certificate VDR Vendor Data Requirement IGC Inter Granular Corrosion WPS Welding Procedure Specification MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. R.K. Singh

Members: Mr. Rajeev Kumar

Mr. Himangshu Pal Mr. Neeraj Mathur Mr. T Kamalakannan

Mr. Mahendra Mittal Mr. Deepak Gupta (Project)

Format No. 8-00-0001-F7 Rev. 0

Copyright El L — All rights reserved

Page 17 of 146

STANDARD SPECIFICATION NO.

6-81-0002 Rev. 5

Page 3 of 6

INSPECTION AND TEST PLAN FOR

WELDED PIPES

faf5itg INDIA LIMITED

IHRTIFIRIW7M1.710.1) A Govt. of India Undertaking)

IOU el ENGINEERS ill

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements for Welded Pipes.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SL NO. STAGE/ ACTIVITY CHARACTERISTICS

N QUTUM OF

A CHECK

RECORD SCOPE OF INSPECTION

SUB SUPPLIER SUPPLIER EIL/TPIA

1.0 Procedure

1.1 Hydrostatic Test, Heat Treatment, NDT and

Other Procedures Documented Procedures 100%

Procedure Documents - R

1.2 WPS,PQR & WPQ Welding Parameters & Qualification Record

100% WPS,PQR

&WPQ - H

W- New R- Existing ( Qualified

under reputed TPIA)

2.0 Material Inspection

2.1 Raw Material Inspection Review of MTC for Chemical &

Mechanical Properties 100%

Test Certificates

- H

3.0 In Process Inspection

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 18 of 146

(31 fageg

IMION elrane anaqsam

ENGINEERS INDIA LIMITED (A Govt of India Undettaing)

INSPECTION AND TEST PLAN FOR

WELDED PIPES

STANDARD SPECIFICATION NO.

6-81-0002 Rev. 5 Page 4 of 6

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF CHECK

RECORD SCOPE OF INSPECTION

SUB SUPPLIER SUPPLIER EIL/TPIA

3.1 Welding Welding Parameters as per WPS / PQR 100%

Inspection Reports

- H -

3.2 Heat Treatment

Stress Relieving, Normalising, Tempering, Solution Annealing, Stabilization Heat Treatment etc.

as applicable

100% HT chart - H

R

3.3 Ferrite Check of SS Pipes

(as Applicable) % Ferrite Check Random On

Weld

Inspection Report - H R

3.4 UT / RT

As applicable Surface & Internal Imperfections PR / Purchase Specification

RT Films, Reports & UT

Reports - H

R (Film review for

RT)

3.5 Identification of Test Samples

Product Chemical, Tensile, Hardness, Impact, IGC and Other

test as applicable

Lot as per specification. Test Reports - H H

3.6 Product Analysis Chemical Composition PR / Purchase Specification Test Reports - H R

3.7 Destructive Testing Tensile, Hardness, Impact, IGC

and Other test as applicable Lot as per

specification. Test Reports - H H

3.8 Galvanizing

(If Applicable) Integrity Of Galvanised Coating 100% Inspection

Report - H R

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 19 of 146

CEL-M ENGINEERS INDIA LIMITED

STANDARD SPECIFICATION NO.

6 -81 -0002 Rev. 5 Page 5 of 6

nee a ell Eigieg I #11W1 Ewan, alumni) lot, Govt. of Indio Undellaking)

INSPECTION AND TEST PLAN FOR

WELDED PIPES

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF CHECK

RECORD SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

4.0 Final Inspection

4.1 Hydrostatic Testing Leak Check 100% Test Report - H

RW (Min.5%)

4.2 Visual and Dimensional

Inspection (VDI)

Surface Condition, Straightness, End Finish, Bevel Angle,

Root Face, Outer Dia, Profile Thickness, Length,

End Finish, Marking etc

100% Inspection Report

- H RW

(Min.5%)

4.3 Weight Checking as

applicable Weight 100% Inspection

Report - H -

4.4 PMI Check Chemical Check

As Per EIL Spec.

6-81-0001 Inspection

report - H RW

4.5 Final Stamping Stamping of Accepted Pipes

Stamping of Pipes which are

witnessed by EIL/TPIA.

Inspection Report

- H H

5.0 Painting

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 20 of 146

dal Reat4 $1g-ar feifiles

ORR FROAVA MOM

ENGINEERS INDIA LIMITED (A Govt. of Indio Undettaking)

INSPECTION AND TEST PLAN FOR

WELDED PIPES

STANDARD SPECIFICATION NO.

6-81-0002 Rev. 5

Page 6 of 6

SL NO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM

OF CHECK RECORD SCOPE OF INSPECTION

SUB SUPPLIER SUPPLIER EIL/TPIA

5.1 Rust Preventive Coating

& Color Coding (As applicable)

Visual & Color Coding as applicable 100% Inspection

Report - -

6.0 Documentation & IC

6.1 Documentation & Inspection Certificate(IC)

Review of Stage Inspection Reports / Test Reports & Issue of

— IC 100% Manufacturer

TC & IC - H H

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R- Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable): 1. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be

applicable.(Unless otherwise agreed upon) 2. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents. 3. For orders placed on stockist, items shall be accepted based on manufacturer's TC with EN10204 type 3.2 certification from EIL approved suppliers.

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 21 of 146

1

2

CONTENTS

SR. NO. DESCRIPTION PAGE NO.

1 Scope and General Introduction 3

2 Surface Preparation Methods 4

3 Paint Application 5

4 Inspection and Testing of Paint Material 6

5 Frequency of Painting and Guarantee 8

6 Paint Monitoring System 9

7 Area classification & recommended painting schemes 9

8 Detailed Paint Specifications 21

9 Building Paints 33

10 Standard For Color Coding of Pipelines and Equipment. 34

11 Standard For Color Coding of Storage Tanks 42

12 Painting System for Tanks 43

13 Painting System for Crude oil storage Tanks. 55

14 Annexure – A (Crude tank painting specification) 63

15 Annexure – B (Crude tank paint performance guarantee requirements) 69

16 Annexure – C (Guarantee components) 70

17 Annexure – D ( Proforma of bank guarantee) 71

18 Annexure – E (Format of Indemnity bond) 74

19 Annexure – F (Procedure for measurement of DFT) 78

20 Annexure – G (Specification for TSAC) 83

21 Annexure - H (Sketches of Tanks Internal Painting) 94

22 Annexure – I (Brand names of paints) 96

3

1.0 SCOPE AND GENERAL INTRODUCTION This specification is applicable to general requirements of painting / coating within BPCL, Mumbai Refinery. These requirements must be fulfilled and complied for painting and coating of all equipment, pipelines, and storage tanks when they are off stream /shutdown and new fabrication. However on specific situational based recommendation from area inspection engineer, painting may be carried out with certain cautious deviations from these requirements such as painting without stipulated surface preparation. Painting includes surface preparation, clean up and application of painting. As a part of the periodical review of the specification, it has been reviewed the existing practices vis-a vis current industrial practices and available products with reputed painting manufacturers for enhancing effectiveness and durability of the painting systems. Accordingly, revised painting specification has been prepared for implementation at BPCL – Mumbai Refinery. Scope of work covered in this specification shall include, but not limited to the following:

Surface preparation

Selection and application of painting on:

a) Equipment including high temperature surfaces. b) Piping c) Steel Structures, buildings. d) Storage Tanks e) High temperature surfaces (Furnace casings, Stacks etc.).

1.1 Codes and standards

Following relevant international standards were considered.

SURFACE PREPARATION STANDARDS

a. Swedish Standards b. Steel Structures Painting Council (SSPC) c. NACE Standards d. ISO 4624, ISO 2802

The contractor shall arrange, at his own cost, to keep a set of latest edition of all the reference standards and codes at work site. The paint manufacturer’s instructions shall be followed as far as practicable at all times. Particular attention shall be paid to the following: a) Instructions for storage (Shelf life) b) Surface preparation prior to painting c) Mixing and thinning d) Application of paints and recommended limit on time intervals between coats

4

2. 0 SURFACE PREPARATION METHODS

Most metallic articles that are usually given protective coatings are heavily contaminated and require, at least, some cleaning treatment before the coating is applied. The importance of surface preparation cannot be over emphasized as many investigations have shown convincingly that the performance and durability of any protective coatings are, to a large extent governed by the thoroughness of surface preparation. Often they concluded that careful cleaning and preparation of the surface were more important than the quality of the protective coating.

Surface contamination in the form of rust, scale, oil grease and dirt must be removed before painting. Invisible contamination may also be present and represents, on the whole, a greater hazard. Examples of the latter are soldering fluxes, perspiration in the form of hand marks, chlorides from marine atmosphere and sulfite from industrial atmosphere. The following table-1 gives surface preparation specification in the descending order.

TABLE – 1: Surface Preparation in Descending Order of Effectiveness

Sl. No. Methods of cleaning Specifications NACE/SSPC/SIS-05-5900

1. White metal blast NACE # 1, SSPC SP 5-63,SA-3

2. Near –white metal blast NACE # 2, SSPC SP 10-63,SA-2.5

4. Acid Pickling SSPC SP 8-63,

5. Brush Blast NACE # 4, SSPC SP 7-63,SA-1

6. Flame Clean and Power Sanding SSPC SP 4-63

7. Power Tool Cleaning SSPC SP 3-63

8. Chip and Hand Wire Brush SSPC SP 2-63

9. Solvent Wipe SSPC SP 1-63

Note: (Sand blasting is not allowed in Refinery and MOT; hence Cu slag shall be used in all such cases except crude oil tanks internals) CU slag grading: a. 0.2 to 2.4 mm - coarse sieve for paint & rust removal.

b. 0.4 to 1.5 mm – for general new surfaces.

Cu slag is specified as a standard blasting material for BPCL-MR, as this will not create spark on metal surface while blasting. Cu slag is not reusable, resulting in less / negligible surface contamination.

2.1 Inspection of blasted steel surface

For the purpose of inspecting the blasted steel surface with cu slag abrasive, the respective “Visual standards” can be utilized.

5

White metal blast (SSPC 5-63, NACE No.1, and SA-3) This is defined as removing all rust, scale, paint etc. to a clean white metal which has a uniform Grey white appearance. Streaks and stains of rust or other contaminants are not allowed.

Near white metal (SSPC 10-63, NACE No.2, SA – 2.5)

This provides a surface of about 95% as clean as white metal. Light shades and streaks are not allowed.

Commercial blast (SSPC 6-63, NACE No.3, SA –2)

This type of blast is more difficult to describe. It essentially amounts to about 2/3 of a white metal blast, which allows for very slight residues of rust and paint in the form of staining.

Brush of blast (SSPC 7-63, NACE No.4 SA-1)

This preparation calls for removal of loose rust, paint, scales, etc. Tightly adherent paint, rust and scale is permitted to remain.

2.2 Pictorial Standards of different surface preparation to be adopted

During surface preparation operations, the surface condition obtained has to be compared with pictorial standards available for getting the specified condition.

3. 0 PAINT APPLICATION

The purpose of painting/coating application is to develop a continuous highly adherent film with an even thickness over the substrate. To achieve this, various factors have to be considered such as type of coatings and weather conditions, application methods etc

APPLICATION RESTRICTIONS

For all cases, paint manufacturer guidelines shall be followed. Following restrictions are given as recommended practices:

1. Coating application shall not be permitted during fog, mist or rain.

2. Coating application shall not be permitted when the relative humidity is 85 percent or above.

3. Coating application shall not be permitted when the steel surface temperature and/or

ambient temperature is below 10°C (50°F) .

6

4. Coating application shall not be permitted when the steel surface temperature and/or

ambient temperature is above 50°C (120°F).

5. Coating application shall not be permitted when the steel surface temperature is less than 3°C (5°F) above the dew point.

6. Humidity and dew point readings shall be taken by contractor with a sling Psychrometric

meter and calculated using psychrometric tables. Readings shall be taken prior to coating operations commencing and at least every four hours while coating application is ongoing.

7. Coatings shall not be applied before the surface has been inspected and the preparatory

work approved.

8. All sharp projections shall be ground to min. 2 mm radius and a thick stripe coat shall be applied at sharp edges.

9. Fresh water blasting or fresh water mopping shall be carried out on Salt water spray areas

before application of primer to remove the salts deposited on metal surface. Mopping can be repeated before application of other coats to remove salts deposited on previous coats, if such deposits are suspected. The permissible Chloride content for water used shall be 50 ppm maximum.

4.0 INSPECTION AND TESTING OF PAINTING MATERIAL

1) Painting Contractor shall procure from approved manufacturers as given below:

Akzo Nobel paints

Asian Paints PPG Ltd

Berger paints Ltd

CDC Carboline Ltd

Goodlass Nerolac Paints Ltd

Growel India (old - Bombay Paints)

Hempel paints

Jotun coatings

Kirloskar corrocoats

PPG Ind USA ( Sigma Coatings & Amercoat )

Shalimar paints Ltd.

Additional manufacturers may be approved by BPCL Inspection, subjecting to technical evaluation. All the procured paint material along with batch/test certificates shall be offered for BPCL inspection for approval. Remaining Shelf life shall be at least 90% of the total duration at the inspection above.

7

2) All paint materials shall be accompanied by Manufacturer Test Certificate. All zinc based paints shall have minimum 85% of metallic Zinc by weight of total solids on dry film. Glass flake epoxies shall have minimum 20% of glass flake pigments in dry film by weight of total pigments.

3) Inspection Engineer at his discretion may test paint formulations, if required.

4) Minimum suggested stages of inspection shall be:

a. Surface Preparation b. Primer application c. Each coat of paint

5) All defects noticed during stages of inspection, shall be rectified free of cost by the

contractor. All records shall be kept by the contractor.

6) To avoid rework it is preferable to take wet film thickness measurements during painting in order to ascertain the adequacy and uniformity of thickness.

7) Dry film thickness shall be taken on each coat after drying and curing of the coat. Dry

film thickness (DFT) readings shall be taken using a non-destructive dry film thickness instrument capable of storing the readings. Sufficient readings shall be taken covering each coat prior to application of the following coat to ensure the correct required DFT. The DFT indicated against each system shall be obtained by applying one or more coat of the paint based on paint properties. The Contractor is responsible to obtain the indicated DFT as per painting system specification.

8) DFT meter used shall be calibrated before each inspection and shall be witnessed by

the Inspector. It is the duty of the Inspector to satisfy him/herself with the performance of the DFT meter.

9) Frequency of inspection and criteria for acceptance of painting work shall be in

accordance with the following table - 2:

TABLE – 2:

Test Standard Frequency Acceptance criteria

Surface cleanliness

ISO 8501-1 One per ten (10) square meters

Sa 2 ½

Surface Profile ISO 8503-2 One per ten (10) square meters

As per coating procedure / data sheet

Total Soluble salt contamination

ISO 8502-9

One per twenty (20) square meters or minimum 5 tests whichever is more.

<5g/cm2

8

Dust ISO 8502-3 One per ten (10) square meters

Rating 2 or better

Adhesion ISO 4624 One pretest panel, per shift

5 MPa

Holiday Detection

NACE RP0188 100% of surface Zero defects

Dry Film Thickness

SSPC PA-2 As per Annexure – F Shall not be less than 80 % and more than 120 % of Specified dry film thickness (DFT).

Wet Film Thickness

ISO 2802 One per ten (10) square meters

Consistent with providing required DFT

10) Each contractor shall deploy adequate number of NACE CIP Level 1 qualified coating inspectors to monitor and inspect the surface preparation, storage, handling, mixing and application on substrate of the painting/coating and to ensure the compliance of this specification. The Inspection test plan which will be mandatory part of the contract shall be prepared by the above qualified inspector and get approved by BPCL. The CONTRACTOR’s qualified coating inspector and BPCL shall sign an inspection report as per approved inspection test plan. The report shall consist, as a minimum, of the following in addition to the inspection parameters and acceptable criteria as above table - 2.

Names of the APPLICATOR and the responsible personnel.

Dates when work was carried out.

Equipment and techniques used.

Type and calibration of instruments used.

Weather and ambient conditions.

11) Each contractor shall possess relevant standards and deploy all inspection tool/instrument to carry out the all above inspection and testing as per relevant standard.

12) For coating different color shades to be used for primer and intermediate coats, for ease in monitoring & identification of number of coats.

5.0 FREQUENCY & GUARANTEE Painting system frequency & guarantee except crude oil tank shall be AS follows:

a. For surfaces painted after Blasting as surface preparation 5 years

b. For surfaces painted after Manual Cleaning as surface preparation 4 years

9

c. For area within 100 m radius of Sea water cooling tower area (salt water spray area), 3

years.

d. Guarantee period shall be same as frequency.

e. Paint material shall be procured from approved manufacturers who also will stand

guarantee as above clause.

f. For all internal lining / painting works, manufacturer’s laboratory test statement /

Laboratory Paint performance certificates to be checked for specified services at design /

operating conditions. Material shall be procured from only those approved manufacturers

who will meet the above stated criteria.

g. For crude oil tanks frequency and guarantee shall be as per point no. 13

6.0 PAINT MONITORING SYSTEM

All painting works shall be mentioned (sign writing) with date of completion and PO no. at site/structure. These would facilitate defects observations and would also be basis for evaluation of the painting contractor /paint system and manufacturer for future works.

7. 0 AREA CLASSIFICATION & RECOMMENDED PAINTING SCHEMES

A) PAINTING SYSTEMS USING Cu-SLAG BLASTING TO Sa 2.5 (Min. Profile 50 microns) AS

SURFACE PREPARATION

SYSTEM – 1:

FOR EXTERNAL SURFACE OF VESSEL, EQUIPMENT / COLOUMN / PIPING, & ALL STRUCTURAL UP TO 100 0C TEMP.

(All areas in refinery including , Pipe Track No 14 , Pipe Track No. 9, SRU, ARU, CRU, FCCU (MEROX), CCU (Gas Treater), Pipe Track No. 7, CDU-VDU, HGU, Hydro Cracker, DHDS, New SRU, LOBS, DM Water Plant, Area, Pipe Track No. 4 & 5 (Along Road No. 4 Up To Road No. 5 & Along Road No. 5 Up to Road No. 6), MINAS, SWPH, FLARE, JETTY, Jawahar Island & Acid/Caustic Tanks).

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

P1 Inorganic Zinc Ethyl Silicate Primer 1 x65 Air Spray / Airless

F1 High build two pack polyamide cured epoxy

2 x 100 Spray / Brush

U1 Aliphatic acrylic modified high solids weather resistant recoatable two pack polyurethane (finish coat)

1 x 40 Spray /

Roller/Brush

Total DFT 305

10

SYSTEM- 2:

OLD SEA WATER COOLING TOWER/RMP CT AROUND COOLING TOWER OF 100 M RADIUS (SALT WATER SPRAY AREA)

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

P1 Inorganic Zinc Ethyl Silicate Primer 1 x 65 Air Spray / Airless

F2

Low VOC (Volatile Organic Compounds) two component internally flexibilised high build surface tolerant epoxy pigmented with Aluminium & Lamellar Micaceous Iron oxide coating

2 x 120 Spray/Brush

U1

Aliphatic acrylic modified high solids weather resistant recoatable two pack polyurethane (finish coat)

1 x 40 Spray/Roller/

Brush

Total DFT 345

Note: Salt water spray areas will require fresh water blasting or fresh water (Max. Chloride content 50 ppm) mopping shall be carried out on Salt Water spray areas, before application of primer, to remove the salts deposited on metal surface. Mopping can be repeated before application of other coats to remove salts deposited on previous coats, if such deposits are suspected.

SYSTEM-3:

FOR INSULATED EQUIPMENTS/VESSELS/COLUMNS/PIPELINES UPTO 200 0C TEMP.

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

T8

Two component high solid High temperature (up to 200deg c dry heat) Phenolic CUI (corrosion under insulation) epoxy coating.

2 x 125

Spray /Brush

Total DFT 250

11

SYSTEM-4:

FOR INSULATED NON-CRITICAL EQUIPMENT AND PIPELINES FROM 200 0C TO 400 0 C TEMP.

SYSTEM - 5:

FOR INSULATED NON-CRITICAL EQUIPMENT AND PIPELINES FROM 400 0C TO 540 0 C TEMP.

SYSTEM – 6: FOR INSULATED CRITICAL EQUIPMENT (CARBON STEEL, LTCS, LOW ALLOY STEEL) LIKE VESSELS/RACTORS/COLUMNS/ EQUIPMENTS 200 0C TO 540 0 C TEMP.

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

P1 Inorganic Zinc Ethyl Silicate Primer 1 x 65 Air Spray / Airless

AND

T4

Oleo resinous based heat resistant Aluminium paint (Temperature Resistance:250 0C )

2 X 25 Brush

OR

T6

Silicon Based Heat Resistant Aluminum Paint. (Temperature Resistance :from 250 to - 400 0C)

2 x 20 Brush

Total DFT 115/105

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

T6 Silicon Based Heat Resistant Aluminum Paint.

3 x 20 Brush

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

TSA

Thermal spray Aluminium coating (TSAC) Refer Annexure – G

250

TSAC

12

SYSTEM - 7:

FOR UN INSULATED EQUIPMENTS/ VESSELS/ COLOUMNS/ PIPE LINES / FURNACES FROM 100 0C TO 400 0C TEMP.

SYSTEM - 8: FOR UN INSULATED EQUIPMENTS/ VESSELS/ COLOUMNS/ PIPE LINES / FURNACES FROM 400 0C TO 540 0C TEMP. SYSTEM - 9: FOR INSULATED/UNINSULATED ABOVE 100 DEG C TURBINES, COMPRESSORS, BLOWERS, STACKS.

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

P1 Inorganic Zinc Ethyl Silicate Primer 1 x 65 Air Spray / Airless

AND

T4

Oleo resinous based heat resistant Aluminium paint (Temperature Resistance:250 0C )

2X25 Brush

OR

T6

Silicon Based Heat Resistant Aluminum Paint. (Temperature Resistance :from 250 to 400 0C)

2 x 20 Brush

Total DFT 115/105

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

T6 Silicon Based Heat Resistant Aluminum Paint.

2 x 20 Brush

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

T2 Bituminous Stack Black (Temperature Resistance:200 0C )

2 x 35 Brush

OR

T3 Zinc Dust Graphite Paint (Temperature Resistance:450 0C )

2 x 30 Brush

Total DFT 70/60

13

SYSTEM- 10:

UNDERGROUND, UNDER SOIL (BURIED) PIPELINES UP TO 50 DEG C FOR OTHER THAN PLANT AREA i. e. EXCLUSIVELY FOR OFFSITE AREA

Notes:

1. Carry out shot blasting of the surface to Sa 2.5 finish. 2. Apply one coat of synthetic primer conforming to AWWA 203/2003 and IS 15337/2003

standards. The primer shall be compatible with the hot applied tape. 3. Use 2 layers of 2 mm thick each hot applied anti-corrosive tape conforming to AWWA

203/2003 and IS 15337/2003 standards. 4. Both the primer and tape shall be of one manufacturer for compatibility. 5. Ensure that the tape is tightly wound on the pipe. 6. Spirally wrap the self adhesive tape on the primed surface with 25 mm overlap. 7. The length of the tape shall be kept sufficiently extra to complete the length of the

pipeline. 8. The spiral joint if any shall have 25 mm overlap. 9. The tape coated pipes and the field joint coated area shall be holiday tested using

portable holiday tester using 12,000 volts. 10. Weld joints shall be coated only after hydro test.

SYSTEM - 11: UNDERGROUND, UNDER SOIL (BURIED) PIPELINES / STRUCTURES/VESSELS UP TO 100 DEG C

Generic name of the coating Thickness (mm)

Method of Application

Anti Corrosive Tape 2 x 2 mm Manual

Total DFT 4 mm

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

P2 Epoxy red oxide zinc phosphate primer

1 x 60 Spray

F3 Epoxy Glass Flake (Amine Adduct) 2 x 200 Spray

Total DFT 460

14

SYSTEM - 12: UNDERGROUND, UNDER SOIL (BURIED) PIPELINES / VESSELS FROM 100 TO 480 DEG. C FOR CS AND 600 DEG. C FOR SS SURFACES.

B) PAINTING SYSTEMS USING MANUAL CLEANING TO St2 OR POWER TOOL CLEANING TO St3 AS SURFACE PREPARATION. SYSTEM – 13: FOR EXTERNAL SURFACE OF VESSEL, EQUIPMENT / COLOUMN / PIPING / ALL STRUCTURAL UP TO 100 0C TEMP.

(All areas in refinery including, Pipe Track No 14 , Pipe Track No. 9, SRU, ARU, CRU, FCCU (MEROX), CCU (Gas Treater), Pipe Track No. 7, CDU-VDU, HGU, Hydro Cracker, DHDS, New SRU, LOBS, DM Water Plant, Pipe Track No. 4 & 5 (Along Road No. 4 Up To Road No. 5 & Along Road No. 5 Up to Road No. 6), MINAS, SWPH, FLARE, JETTY, Jawahar Island & Acid/Caustic Tanks).

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

T9 Heat resistant Engineered Polysiloxane

3x125 Spray

Total DFT 375

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

P4 Self Priming surface tolerant Epoxy Mastic Paint

1 x 125 Brush

F1 High build two pack polyamide cured epoxy.

1 x 125 Brush

U1 Aliphatic acrylic modified high solids weather resistant recoatable two pack polyurethane (finish coat)

1 x 40 Roller/ Brush

Total DFT 290

15

SYSTEM - 14: OLD SEA WATER COOLING TOWER/RMP CT AROUND COOLING TOWER OF 100 M RADIUS (SALT WATER SPRAY AREA)

Note: Salt water spray areas will require fresh water blasting or fresh water (Max. Chloride content 50 ppm) mopping shall be carried out on Salt Water spray areas, before application of primer, to remove the salts deposited on metal surface. Mopping can be repeated before application of other coats to remove salts deposited on previous coats, if such deposits are suspected

SYSTEM-15: FOR ALL AREAS IN REFINERY EXCEPT ABOVE INCLUDING PUMPS / MOTORS / BLOWERS /ELECTRICAL PANELS

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

P4 Self Priming Epoxy Mastic Paint 1 x 125 Brush

F2

Low VOC (Volatile Organic Compounds) two component internally flexibilised high build surface tolerant epoxy pigmented with Aluminium & or Lamellar Micaceous Iron oxide coating

1 x 125 Brush

U1 Aliphatic acrylic high solids weather resistant recoatable two pack polyurethane (finish coat)

1 x 40 Roller/ Brush

Total DFT 290

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

P4 Self Priming Epoxy Mastic Paint 1 x 125 Brush

U1 Aliphatic acrylic modified high solids weather resistant recoatable two pack polyurethane (finish coat)

1X40 Brush

Total DFT 165

OR

P2 Epoxy Red Oxide Zinc Phosphate Primer 1 x 60 Brush

B1 Synthetic Enamel Paint 2 x 25 Brush

Total DFT 110

16

SYSTEM – 16:

FOR INSULATED EQUIPMENTS / VESSELS / COLUMNS / PIPELINES UPTO 200 0C TEMP. Note: SURFACE PREPARATION (Cu-SLAG BLASTING TO Sa 2.5 (Min. Profile 50 microns)

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

T8

Two component high solid, High temperature(up to 200deg c dry heat) Phenolic CUI (corrosion under insulation) epoxy coating

2 x125

Spray /Brush

Total DFT 250

SYSTEM – 17:

FOR INSULATED EQUIPMENTS / VESSELS / COLUMNS / PIPELINES WITH OUT HEAT TRACER BELOW 100 0C. (For recoating of existing similar type of paint system)

SYSTEM – 18:

FOR INSULATED EQUIPMENTS / VESSELS / COLUMNS / PIPELINES WITH HEAT TRACER Above 100 0C. (For recoating of existing similar type of paint system).

OR

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

F2

Low VOC (Volatile Organic Compounds) two component internally flexibilised high build surface tolerant epoxy pigmented with Aluminium & Lamellar Micaceous Iron oxide coating

2 x 100 Spray/Brush

Total DFT 200

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

T3 Zinc Dust Graphite. (Temperature Resistance : up to 450 0C)

2 x 30 Brush

Total DFT 60

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

T6 Silicon Based Heat Resistant Aluminum Paint. (Temperature Resistance :250 - 540 0C)

2 x 20 Brush

Total DFT 40

17

SYSTEM –19: FOR UN INSULATED EQUIPMENTS / VESSELS / COLOUMNS / PIPE LINES / FURNACES ABOVE 200 0C TEMP.

SYSTEM – 20: FOR INSULATED/ UN-INSULATED TURBINES / COMPRESSORS/ BLOWERS / STACKS ABOVE 100 0C TEMP.

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

T2 Bituminous Stack Black (Temperature Resistance:200 0C )

2 x 35 Brush

OR

T3 Zinc Dust Graphite Paint (Temperature Resistance:450 0C )

2 x 40 Brush

Total DFT 70/80

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

T4

Oleo resinous Based Heat Resistant Aluminum Paint (Temperature Resistance: up to 250 0C)

2 x 25 Brush

T6

Silicon Based Heat Resistant Aluminum Paint (Temperature Resistance : 250 – 540 0C) 2 x 20 Brush

Total DFT 50 / 50

18

C) INTERNAL PAINTING OF EQUIPMENT AND STOTRAGE TANKS – Cu-SLAG BLASTING TO Sa 2.5 (Min. Profile 50 microns) AS SURFACE PREPARATION

SYSTEM – 21: FOR EQUIPMENT – STEAM DRUM/STEAM CONDENSATE POT

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

T1 Boiler composition interior paint(hot wet metal surface) 2 x 35 Brush

Total DFT 70

SYSTEM – 22:

FOR OVERHEAD PRODUCT ACCUMULATIONS EQUIPMENTS

SYSTEM – 23: FOR EQUIPMENTS-KOD/AIR VESSEL (NORMALLY BOTTOM SECTION), VESSELS CARRYING SALT WATER, EXCHANGER TUBE SHEETS, FLOAT HEAD, CHANNEL AND CHANNEL COVERS OF NON-FERROUS COOLERS & CONDENSERS.

Note : Surface preparation St2, St3 (manual/power tool cleaning shall be accepted as suit to site condition)

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

P2 Epoxy red oxide zinc phosphate primer 1x60 Spray

F10 Epoxy Glass Flake (Amine Adduct) 1 x 200 Spray

Total DFT 260

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

F7 Epoxy Coal Tar Paint 2 x 100 Brush

Total DFT 200

19

SYSTEM – 24: EXCHANGER TUBE SHEET, FLOAT HEAD, CHANNEL AND CHANNEL COVERS OTHER THAN NON-FERROUS COOLERS & CONDENSERS. Note: Surface preparation Sa 2.5

SYSTEM – 25: FOR LPG MOUNDED BULLETS (only from 4’O clock to 8’O clock position area) Note: Application of primer shall be as per Manufacturer’s Specifications.

In case the primer is not recommended by the paint manufacturer, then total DFT of the finished paint system shall be 660 microns

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

P6 Two Component polyamide cured epoxy primer.

1 X60 Spray

F5 Two Component solvent free amine cured epoxy coating.

2 X 300 Air less spray

Total DFT 660

D) OTHER PAINTING SYSTEMS:

SYSTEM- 26:

FOR GI SURFACES (EXCLUDING GALVANISED THICKNESS)

Note: surface preparation is only cleaning of dust/oil contamination.

Paint Type

PAINT TYPE DFT (Microns)

Method of Application

P7 Epoxy red oxide zinc phosphate primer suitable for GI surfaces.

1X60 Brush/roller

U1 Aliphatic acrylic modified recoatable two pack polyurethane (finish coat)

1X40 Brush/roller

Total DFT 100

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

F9 Solvent free amine cured epoxy reinforced with glass flakes.

2 x 500 Spray

Total DFT 1000

20

E) SPECIAL PAINTING / COATING SYSTEM

SYSTEM-27: EXTERNAL THERMAL INDICATIVE PAINT FOR COLD COLLECTOR VESSELS OF REFORMER FURNACES (HGU & NHGU, FCCU REGENERATOR ): ABRASIVE CU SLAG SHOT BLASTING TO SA 2.5.

SYSTEM-28 : SEA COOLING WATER SERVICE INTERNAL LINING OG 30”NB DIA AND ABOVE IN RMP UNITS: SURFACE PREPARATION: ABRASIVE CU SLAG SHOT BLASTING TO SA 2.5

Note: Application of primer shall be as per Manufacturer’s Specifications. In case the primer is not recommended by the paint manufacturer, then total DFT of the finished paint system shall be 1065 microns

Detail procedure shall get approved from BPCL inspection in line with indicative system.

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

P1 Inorganic Zinc Ethyl Silicate Primer 1x65 Air Spray / Airless

T10 A single pack, temperature indicating paint based upon a modified silicone (Intertherm 715 of AKZONBEL equivalent). (The colour to change from green to blue at temperatures between 180-220°C (356-428°F), and from blue to white at temperatures between 310-350°C (590-662°F).

2X25 Air spray

Total DFT 115

Paint Type

Generic name of the paint DFT (Microns)

Method of Application

P1 Inorganic Zinc Ethyl Silicate Primer 1 x 65 Spray

F9

Solvent free, epoxy cured with polyamine/modified polyamine/polyamine adduct coating reinforced with glass fibre/flakes. SIGMAA SHIELD 905 of Sigma coatings, INTERLINE 925 GF of Akzo Nobel, or equivalent as approved.

2X500

Spray

Total DFT 1065

21

8.0 DETAILED PAINT SPECIFICATIONS 8.1 LIST OF PRIMERS & FINISH PAINTS Note: For all internal lining / internal painting works, manufacturer’s laboratory test statement /

Laboratory Paint performance certificates to be submitted by paint manufacturers & checked

apart from material test certificates for specified services at operating temperature and

condition. Material shall be procured from only those approved manufacturers who will meet the

above stated criteria.

SR. NO.

PRIMER PAINT TYPE

SPECIFIED VOL. SOLIDS

1 Inorganic Zinc ethyl silicate primer (Minimum 85% Zinc dust by weight in the dried film)

P1 60 2 %

2 Epoxy red oxide zinc phosphate primer P2 50 2 %

3 Self priming surface tolerant epoxy mastic paint P4 80 ±2 %

4 Amine Adduct Cured Epoxy Holding Primer P5 60 3 %

5 Two Component Polyamide cured Epoxy Primer P6 57%±2 %

6 Epoxy red oxide zinc phosphate PRIMER SUITABLE FOR GI SURFACE

P7 50 3 %

FINISH PAINTS

7 High build two pack ployamide cured epoxy F1 60 2%

8 Low VOC High build Surface tolerant Epoxy pigmented with Al, Micaceous iron oxide

F2 80%

9 Epoxy glass flake paint (amine adduct -Buried Pipelines) F3 87 3%

10 Two pack Epoxy based tank liner (Amine cured) F4 60 2 %

11 Two Component solvent free amine cured epoxy (Immersion services)

F5 100%

12 Solvent Free Epoxy amine cured (Potable Water ) F6 100%

13 Epoxy coal tar paint (Immersion Grade) F7 64 2%

14 Solvent free amine cured epoxy reinforced with glass flakes. (Sea Water Pipeline internal)

F9 100

15 Epoxy glass flake paint (amine adduct)(IMMERSION SERVICES)

F10 90 ± 3%

HIGH TEMPERATURE PAINTS

16 Boiler composition T1 40 ± 2 %

17 Bituminous stack black T2 40 ± 2 %

18 Zinc dust graphite paint T3 40 ± 2 %

19 Oleoresinous based heat resistant Aluminium paint (up to 250 deg. C)

T4 30 ± 2 %

22

SR. NO.

PRIMER PAINT TYPE

SPECIFIED VOL. SOLIDS

20 Silicone Heat resistant Aluminum paint (400 - 600 deg. C)

T6 28 ± 2 %

21 Two component high solid, high temperature phenolic CUI (corrosion under insulation Epoxy coating (UP TO 200 DEG. C)

T8 67 2%

22 Heat resistant Engineered Polysiloxane T9 75 ± 2%

23 Temperature indicating paint based upon modified silicone

T10 42 ± 2%

24 Two component high solid High temperature (suitable up to minimum 120 deg C. immersed heat) phenolic / phenolic novalac epoxy coating.

T11 67 2%

POLYURETHANE PAINTS

25 Acrylic Aliphatic weather resistant recoatable polyurethane paint

U1 2%

ALKYD BASED PAINT

26 Synthetic enamel paint B1 40 ± 2 %

27 Oil based Aluminium paint B2 40 ± 2 %

For Brand Names Refer Annexure - I 8.2 PAINT SPECIFICATIONS PDS: Product Data Sheets. PRIMER 1) Inorganic Zinc Ethyl Silicate Primer (P1):

Colour : Grey

Finish : Matt

Type : 2 pack inorganic ethyl silicate

Application : By brush or Airless spray

Dry film thickness/coat : 60 – 70 µm

Pigment (main) : Minimum 85% Zinc dust by weight in the dried film

Volume solids : 60 2%

Area coverage (theoretical) : 6 to 7 sq.m/litre

Surface dry : 2 hrs.

Hard dry : 24 hrs.

Over coating : As per Manufacturer’s PDS

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

23

Shelf life : As per Manufacturer’s PDS

Temperature Resistance : 400 0C

2) Epoxy Red Oxide Zinc Phosphate Primer (P2):

Colour : Red

Finish : Semi gloss

Application : Airless/Airspray/Brush

Pigment (main) : Zinc phosphate content minimum 5 – 10 % by weight of the total pigments

Type of epoxy

: Condensation product of bisphenol – A and epichlorohydrin with terminal Epoxide groups.

Curing agent : Polyamide (amine value 210-230)

Volume solids : 50 2 %

DFT : 60 - 70 microns

Area Coverage (Theoretical) : 8 - 10 sq.m / litre

Surface dry : 8 hrs.

Hard dry : 24 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

3) Self Priming Surface Tolerant Epoxy Mastic Paint (P4):

Colour : As desired

Finish : Semi-Glossy

Type : Two pack

Application : By brush or Airless spray

Dry film thickness/coat : 100 – 125 µm

Volume solids : 80 ±2 %

Area coverage (theoretical) : 6.5 to 8 sq.m/litre

Surface dry : 6 hrs.

Hard dry : 16 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

4) Amine /Amine Adduct Cured Epoxy Holding Primer (P5):

Colour : Red brown / greenish grey /self standard

Finish : Low Metallic Sheen

Type : Two pack

Application : By brush or Airless spray

24

Dry film thickness/coat : 60 µm

Volume solids : 60 ±3 %

Area coverage (theoretical) : 12 sq.m/litre

Surface dry : 2 hrs.

Hard dry : 16 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

5) Two Component Polyamide Cured Epoxy Holding Primer : (P6):

Colour : Yellow / Green /self standard

Finish : Egg shell

Type : Two Packs

Application : Airless Spray, Air Spray, Brush, Roller

DFT per coat : 60 microns

Volume Solids : 57 3 %

Theoretical Coverage : 11.4M² / Lt. @ 50 µ DFT

Surface Dry (25 Deg C) : 1.5 hrs.

Hard Dry (25 Deg C) : 16 hrs.

Minimum Over coating Time : As per Manufacturer’s PDS

Maximum Over coating Time : As per Manufacturer’s PDS

Shelf Life : As per Manufacturer’s PDS

6) Epoxy Red Oxide Zn Phosphate Primer Suitable For GI Surfaces: (P7):

Colour : Red

Finish : Semi gloss

Application : Airless/Airspray/Brush

Pigment (main) : Zinc phosphate content minimum 5 – 10 % by weight of the total pigments

Type of epoxy : Condensation product of bisphenol – A and epichlorohydrin with terminal Epoxide

Curing agent : Polyamide (amine value 210-230)

Volume solids : 50 3 %

DFT : 60 - 70 microns

Area Coverage (Theoretical) : 8 - 10 sq.m / litre

Surface dry : 8 hrs.

Hard dry : 24 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

25

FINISHED PAINTS

7) High Build Two Pack Polyamide Cured Epoxy (F1):

Colour : White /Grey

Finish : Semi Gloss / Matt

Type : Two Packs

Application : By brush or Air/Airless spray

Dry film thickness/coat : 100-150 m

Volume solids : 60 2%

Area coverage (theoretical) : 8 to 10 sq. m/ litre

Surface dry : 4 hrs.

Hard dry : 24 hrs.

Over coating : As per Manufacturer’s PDS

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

8) Low VOC High Build Surface Tolerant Epoxy Pigmented with Al & Micaceous Iron Oxide

(F2):

Colour : Aluminum / Grey / Red

Finish : Egg Shell

Type : Two Packs

Application : Airless Spray, Air Spray, Brush, Roller

DFT per coat : 125 ±25 microns

Volume Solids : 80

Theoretical Coverage : 5.30 square meters per liter at 150 microns DFT

Surface Dry (25 Deg C) : 6 hrs

Hard Dry (25 Deg C) : 16 hrs

Minimum Over coating Time : As per Manufacturer’s PDS

Maximum Over coating Time : As per Manufacturer’s PDS

Shelf Life : As per Manufacturer’s PDS

9) Epoxy Glass Flake Paint (Amine Adduct) for Buried pipelines) (F3):

Colour : As desired

Finish : Semi-Glossy

Type : Two packs

Application : By brush or Airless spray

Dry film thickness/coat : 200– 210 µm

Volume solids : 87 3%

Area coverage (theoretical) : 4 to 4. 5 sq.m/litre

26

Surface dry : 8 hrs.

Hard dry : 24 hrs.

Recoatability : As per Manufacturer’s PDS

Over coating : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

10) Two Pack Epoxy Based Tank Liner (Amine Cured) (F4):

Colour : White/Grey

Finish : matt

Type : Two pack

Application : By brush or Airless spray

Volume solids : 60 2%

Type of epoxy : Condensation product of bisphenol-A and epichlorohydrin with terminal epoxide groups.

Dry film thickness /coat : 75 - 125 microns

Spreading rate : 4 – 5 sq.m / litre

Surface dry : 2-3 hrs.

Hard dry : 16-24 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

11) Two Component Solvent Free Amine Cured Epoxy Immersed Services (F5):

Colour : Green / Off white

Finish : Glossy

Type : Two Packs

Application : Airless Spray, Air Spray

DFT per coat : 300 µ

Volume Solids : 100 %

Theoretical Coverage : 3.3 M² / Lt. @ 300 µ DFT

Surface Dry (25 Deg C) : 8 hrs.

Hard Dry (25 Deg C) : 24 hrs

Minimum Over coating Time : As per Manufacturer’s PDS

Maximum Over coating Time : As per Manufacturer’s PDS

Shelf Life : As per Manufacturer’s PDS

27

12) Solvent Free Epoxy Amine Cured (Potable Water Certificate) (F6):

Colour : green / white

Finish : Glossy / semi gloss

Type : Two pack

Application : By brush or Airless spray

Dry film thickness/coat : 300 µm

Volume solids : 100 %

Area coverage (theoretical) : 3.3 sq.m/litre

Surface dry : 8 hrs.

Hard dry : 16 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

13) Epoxy Coal Tar Paint Immersion Grade (F7):

Colour : Brown/Black

Finish : Egg shell

Application : Airless / Airspray / Brush

Volume solids : 64 2%

Coaltar content : 35 - 40% by volume

DFT : 90-120 microns

Area Coverage (Theoretical) : 5-7 sq.m / litre

Surface dry : 8 hrs.

Hard dry : 24 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

14) Solvent Free Amine Cured Epoxy Reinforced With Glass Flakes: (F9):

Colour : Green - gloss

Type : Single pack

Application : Airless spray

Dry film thickness/coat : 100 %

Volume solids : 400-500 µm

Area coverage (theoretical) : 2.5 sq.m/litre for 400 µm

Touch dry : 8 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

28

15) Epoxy Glass Flake Paint (Amine Adduct)(Immersion services) (F10):

Colour : As desired

Finish : Semi-Glossy

Type : Two packs

Application : By brush or Airless spray

Dry film thickness/coat : 200– 210 µm

Volume solids : 90 3%

Area coverage (theoretical) : 4 to 4. 5 sq.m/litre

Surface dry : 8 hrs.

Hard dry : 24 hrs.

Recoatability : As per Manufacturer’s PDS

Over coating : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

HIGH TEMPERATURE PAINTS 16) Boiler Composition (T1):

Colour : Black

Finish Matt

Type Single pack

Application Brush

Volume solids 40 ± 2 %

Pigment content 34% +/- 2%

Binder content 26% +/- 2%

Temperature resistance (WET) 5400 C.

DFT 35-40 microns

Area Coverage (Theoretical) 11-14 sq.m / litre

Surface dry 4-6 hrs.

Hard dry 24 hrs.

Recoatability As per Manufacturer’s PDS

Full cure As per Manufacturer’s PDS

Shelf life As per Manufacturer’s PDS

(The tests shall conform to IS 101 - 1964.)

Note: After hard dry time filled the equipment with water and raised the temp up to 100 deg. C and hold it for 8 hrs for complete curing of product.

29

17) Bituminous Stack Black (T2):

Colour : Black

Finish : Matt

Type : Single pack

Application : Brush

Volume solids : 40 ± 2 %

DFT : 30-40 microns

Area Coverage (Theoretical) : 11-14 sq.m / litre

Surface dry : 4 hrs.

Hard dry : 48 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

Temperature Resistance : 200 0C

18) Zinc Dust Graphite Paint (T3):

Colour : Grey

Finish : Matt

Application : Brush / Spray

Zinc dust : 31 ±2 % by wt.

Graphite : 24 ±2 %

Volume Solids : 40 ±2 %

DFT : 40-45 microns

Area Coverage (Theoretical) : 10-11 sq.m /litre

Surface dry : 12 hrs.

Hard dry : 12-14 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

Temperature Resistance : 450 0C

19) Oleoresinous Based Heat Resistant Aluminium Paint (T4):

Colour : Metallic

Finish : glossy

Type : Two pack

Application : Air spray/Brush

Volume solids : 30 ± 2 %

Aluminium content : 23-25 %

DFT : 20-25 microns

Area Coverage (Theoretical) : 19-22 sq.m / litre

Surface dry : 4 hrs.

30

Hard dry : 16 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

Temperature Resistance : 250 0C

20) Silicone Heat Resistant Aluminum Paint (T6):

Colour : Grey

Finish : Semi gloss

Application : Airless/Airspray/Brush

Volume solids : 28 ± 2 %

DFT : 20-25 microns

Area Coverage (Theoretical) : 11-14 sq.m / litre

Surface dry : 2 hr.

Hard dry : 16 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

Temperature Resistance : 400 – 600 0C

21) Two Component High Solid, High Temperature Phenolic CUI (Corrosion Under

Insulation) Epoxy Coating (T8):

Colour : Buff, light grey

Finish : Matt

Type : Two pack

Application : By brush or Airless spray

Dry film thickness/coat : 80-125µm

Volume solids : 67± 2 %

Area coverage (theoretical) : 5-8 sq.m/litre

Surface dry : 6 hrs.

Hard dry : 16 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

Dry heat : up to 200deg c

22) Heat Resistant Engineered Polysiloxane – (T9):

Colour : Grey

Finish : Glossy

Type : Two pack

31

Application : By brush or Airless spray

Dry film thickness/coat : 125-200 µm

Volume solids : 75± 2 %

Area coverage (theoretical) : 6 sq.m/litre for 125 µm

Surface dry : 4 hrs.

Hard dry : 5 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

Dry heat : up to 600 deg c

Note: (Holiday testing is not reliable due to presence of metallic pigments)

23) Temperature Indicating Paint Based Upon Modified Silicone (T10):

Colour : Green (at ambient temperature)

Finish : Eggshell

Application : Airless/Airspray/Brush

Volume solids : 42 ± 2 %

DFT : 20-25 microns

Area Coverage (Theoretical) : 16 sq.m / litre

Surface dry : 1 hr.

Hard dry : 3 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

24) Two Component High Solid, High Temperature Phenolic / phenolic novalac Epoxy

Coating Suitable up to Minimum 120 Deg. C Immersion Services (T11):

Colour : Buff, light grey

Finish : Matt

Type : Two pack

Application : By brush or Airless spray

Dry film thickness/coat : 80-125µm

Volume solids : 67± 2 %

Area coverage (theoretical) : 5-8 sq.m/litre

Surface dry : 6 hrs.

Hard dry : 16 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

Immersed heat : up to 120 deg c

32

25. Acrylic Aliphatic Weather Resistant Polyurethane Paint: (U1)

Colour : As desired

Finish : Glossy

Type : Two packs

Application : By brush or Air/Airless spray

Dry film thickness/coat : 40– 50 µm

Volume solids : 502%

Area coverage (theoretical) : 7 to 11 sq.m/ litre

Surface dry : 1.5 hrs

Hard dry : 6 hrs.

Over coating : As per Manufacturer’s PDS

Recoatability : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

ALKYD BASED PAINT

26) Synthetic Enamel Paint: (B1)

Colour : As desired

Finish : glossy

Application : Airless/Airspray/Brush

Volume solids : 40 ± 2 %

DFT : 25-35 microns

Area Coverage (Theoretical) : 11.4-16.0 sq.m / litre

Surface dry : 4 hrs.

Hard dry : 12 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

Shelf life : As per Manufacturer’s PDS

27) Oil Based Aluminium Paint: (B2)

Colour : Metallic

Finish : Semi gloss

Application : Airless/Air spray/Brush

Volume solids : 40 ± 2 %

Aluminium content : 23-25 %

DFT : 20-25 microns

Area Coverage (Theoretical) : 15-20 sq.m / litre

Surface dry : 4 hr.

Hard dry : 16 hrs.

Recoatability : As per Manufacturer’s PDS

Full cure : As per Manufacturer’s PDS

33

9.0 BUILDING PAINTS

This section covers various building paints and also concrete and rebar coating

UNDERGROUND SURFACE All under-ground surfaces shall be coated with 2 coats of coal tar epoxy PLANT CONCRETE SURFACE: Premium acrylic Anti carbonate painting (Sunext-8 of M/s Sunanda chemicals or equivalent) of four coats on fresh surface; 2 coats on old surface.( note: after scrap cleaning fill the cracks cavities with suitable polymer mortar like Poly fill AR/Polyalk EP.

BUILDINGS & SHEDS TABLE – 3:

TYPE

Sheds

Other buildings

Important Buildings such as admin. bldg., control rooms, main gate house etc.

Building external

Cement based paint- 2 coats over a coat of primer.

Cement based sandtex mat- 2 coats over a coat of primer.

Antifungal, anti-algae acrylic copolymer paint

Building internal

Flat oil paint – 2 coats over a coat of primer.

Acrylic distemper – 2 coats over 2 coats of solvent thinnable primer.

Acrylic emulsion/ plastic emulsion – 3 coats over 2 coats of solvent thinnable primer.

Building ceiling Flat oil paint – 2 coats over a coat of primer.

Acrylic distemper – 2 coats over 2 coats of solvent thinnable primer

Acrylic distemper – 2 coats over 2 coats of solvent thinnable primer

Metal surface

Synthetic enamel – 2 coats over a coat of primer.

Anodizing / powder coating

Anodizing / powder coating

Wooden surface

Synthetic enamel – 2 coats over a coat of wooden primer.

French polish –min.2 coats or Synthetic enamel – 2 coats over a coat of wood primer.

French polish –min. 2 coats or Synthetic enamel – 2 coats over a coat of wood primer.

AC sheets (Ver- tical Cladding)

Antifungal, anti-algae acrylic copolymer paint

Cooilng water sump/basin

Coal tar epoxy-2 coats

34

10.0 STANDARD FOR COLOUR CODING OF PIPELINES/EQUIPMENTS Non-uniformity of colour coding of pipelines in industrial installations causes faulty

manipulation of valves, cutting of lines, welding on line carrying hazardous or inflammable material etc. resulting in to the destruction of property and injury to personnel. Uniformity of colour promotes greater safety, lessens the chances of error and warns against the hazards involved in the handling of material inside the pipelines.

Identification of the particular contents of the pipelines is achieved by imposing suitable colour bands on the ground colour. Letter writing as a mode of identification, is also recommended for chemical industry, as this will reduce the possibility of mistakes in identification. Lettering may include the contents by name, chemical formula, or unmistakable and standard abbreviations.

10.1 This standard prescribes the colour scheme for the identification of the contents of pipelines

carrying fluids in the BPCL refinery.

This standard is not applicable to pipelines buried underground or used for electrical services.

PAINTS

Appropriate quality of paints conforming to relevant BPCL standards, wherever they exist, shall be used for colour marking.

It is recommended that the paints used should produce a glossy finish.

COLOURS

In order to identify the contents of the pipelines, a large number of colour shades are required. Recommendations regarding shades of colour that may be used are given in Table 4. Colours used should be near to the specified colour shade as possible.

TABLE – 4: DISTINCT SHADES OF COLOURS TO BE USED FOR CODING

SHADE NO. AND ITS DESCRIPTION ACCORDING TO IS 5 – 2007.

COLOUR SHADE NO.

Black Black

Blue 108 Aircraft Blue 174 Orient Blue

Brown 412 Dark Brown 413 Salmon Pink 414 Golden Brown

Grey 692 Smoke Grey

Orange 592 international orange

35

Red 536 Fire Red 537 Signal Red

Violet 796 Dark Violet

Yellow 309 Canary Yellow 358 Light Buff 362 Middle Stone

White White

IDENTIFICATION

The system of colour coding consists of ground colour and colour bands superimposed on it.

Ground colour

The ground colour identifies the basic nature of the fluid carried in the pipeline.

Colour Bands

Colour bands are superimposed on the ground colour to distinguish

a. one kind or condition of a fluid from another kind or condition of the same fluid, or b. one fluid from another but belonging to the same group.

APPLICATION

Ground colour Colour as given in Table III (wherever only one colour is mentioned) shall be applied throughout the entire line including valves, junctions, joints, bends, service appliances, bulkheads, etc. Colour Bands They shall be superimposed on the ground colour.

The recommended size of the colour bands is given in table - 5.

TABLE – 5:

Outside Diameter of pipe or Covering

Inch

Width of the band

mm.

Distance between set of Bands

m.

1 to 3 inches 50 5

Above 3 to 12 inches 50 10

Above 12 to 24 inches 100 15

Above 24 inches 200 20

36

The minimum gap shall be of 50mm between adjacent band.

For hot lines, which are insulated, painting of bands should be done in plain Aluminium sheet, which can be easily screwed to the pipeline.

Valves shall be painted with the same colour as the main pipelines except the valves shall be painted red for firefighting; yellow with black diagonal strips for warning of danger and Brilliant green colour, to denote pipes carrying fresh water, either potable or non-potable. The colour coding as prescribed in this standard for pipelines in BPCL refinery for general services, process pipelines and pipelines conveying industrial gases (except pipelines conveying medical gases) are given in Table – III.

ADDITIONAL IDENTIFICATION

When further identification is required, this may be done as per the requirement of Operation Department.

10.2 Lettering

The recommended size of lettering for pipes of different diameters is given in table – 6.

TABLE - 6

Outside Diameter of pipe or Covering mm.

Size of legend mm.

20 to 30 10

Above 30 to 50 20

Above 50 to 80 30

Above 80 to 150 40

Above 150 to 250 63

Over 250 90

Direction of Flow

Where it is required to indicate the direction of flow, arrows or letters may be painted near valves, junctions, walls etc. and at suitable intervals along the pipe. These shall be black or white in colour and in contrast to the colour on which they are superimposed. If a label or badge with codified indication is attached to the pipe, the direction of flow may be indicated by the pointed end of the label or badge. VISIBILITY MARKINGS

Attention would be given to the visibility of colour markings and the letters. Where the pipelines are located above the normal line of vision of the operator, the lettering should be placed below the horizontal line of the pipe.

37

10.3 TABLE – 7: COLOUR CODE FOR PIPE LINES/EQUIPMENT IN BPCL REFINERY ( All colour code

bands /sign writing shall be with synthetic enamel paint)

A. UTILITES:

Sr. No.

DESCRIPTION OF THE PRODUCT

GROUND COLOUR COLOUR BANDS

1. FIRE WATER FIRE RED (No.536) NIL

2. COOLING WATER SEA GREEN (No.217) NIL

3. RAW/DOMESTIC WATER BRILLIANT GREEN (No.221) NIL

4. DM WATER ALUMINIUM 1 BRILLIANT GREEN (No.221)

5. BFW/CONDENSATE ALUMINIUM 2 BRILLIANT GREEN (No.221)

6. DRINKING WATER ALUMINIUM 3 BRILLIANT GREEN (No.221)

7. INSTRUMENT AIR AIR CARFT BLUE (No.108) NIL

8. PLANT AIR ORIENT BLUE (No.174) NIL

9. NITROGEN CANARY YELLOW (No.309) 1 BLACK BAND

10 15 KG STEAM ALUMINIUM 2 SIGNAL RED (No.537)

11. 3.5 KG STEAM ALUMINIUM 4 SIGNAL RED (No.537)

12. 1.0 KG STEAM ALUMINIUM 5 SIGNAL RED (No.537)

13. FLARE ALUMINIUM CANARY YELLOW (No.309)

B. PRODUCT RUNDOWN:

Sr. No.

DESCRIPTION OF THE PRODUCT

GROUND COLOUR COLOUR BANDS

1. FUEL GAS CANARY YELLOW (No.309) NIL

2. LPG ALUMINIUM 2 CANARY YELLOW (No. 309)

3. C3 STREAM ALUMINIUM 1 CANARY YELLOW (No. 309)

4. C4 STREAM ALUMINIUM 3 CANARY YELLOW (No. 309)

5. GASOLINE SALMON PINK (No.443) NIL

6. KEROSENE SMOKE GREY (No.692) NIL

7. ATF ALUMINIUM 4 ORIENT BLUE (No.174)

8. MT ALUMINIUM 4 SMOKE GREY (No.692)

9. HSD LIGHT BUFF (No.358) NIL

10 SBP 55/115 MIDDLE STONE (No.362) NIL

11 SBP 64/69 ALUMINIUM 1 MIDDLE STONE (No.362)

12 BENZENE WHITE NIL

13 TOULENE WHITE 4 MIDDLE STONE (No.362)

14 SLOPS SMOKE GREY (No.692) 1 BLACK

15 LSHS/FO/CLO ALUMINIUM 3 BLACK

16 NAPHTHA ALUMINIUM 1 SALMON PINK (No.443)

38

C. CHEMICALS:

Sr. No.

DESCRIPTION OF THE PRODUCT

GROUND COLOUR COLOUR BANDS

1. CAUSTIC ALUMINIUM 1 DARK VIOLET (No.796)

2. HCL ACID ALUMINIUM 2 DARK VIOLET (No.796)

3. H2SO4 ACID ALUMINIUM 3 DARK VIOLET (No.796)

4. OTHERS DARK VIOLET (No.796) NIL

D. CRUDE DISTILLATION COMPLEX:

Sr. No.

DESCRIPTION OF THE PRODUCT

GROUND COLOUR COLOUR BANDS

1. CRUDE ALUMINIUM NIL

2. LPG ALUMINIUM 2 CANARY YELLOW (No.309)

3. D4 BOTTOMS – HOT – COLD

ALUMINIUM 1 SALMON PINK (No.443)

4. HEAVY NAPTHA/SCN ALUMINIUM 4 SALMON PINK (No.443)

5. LK – 1 ALUMINIUM 1 SMOKE GREY (No.692)

6. LK – II ALUMINIUM 2 SMOKE GREY (No.692)

7. Hy KERO/HCP KERO ALUMINIUM 3 SMOKE GREY (No.692)

8. GO – I / LGO ALUMINIUM 1 DARK BROWN (No.412)

9. GO – III /HGO ALUMINIUM 3 DARK BROWN (No.412)

10. GO – IV ALUMINIUM 4 DARK BROWN (No.412)

11. LR ALUMINIUM 1 BLACK

12. VGO ALUMINIUM 2 BLACK

13. SR ALUMINIUM 3 BLACK

14. FO Ex B/H ALUMINIUM 4 NOS. BLACK

E. AROMATICS COMPLEX:

Sr. No.

DESCRIPTION OF THE PRODUCT

GROUND COLOUR COLOUR BANDS

1. RFU FEED ALUMINIUM 1 SALMON PINK (No.443)

2. SPLITER – TOPS / IBP-60 ALUMINIUM 1 SALMON PINK (No.443) & 1 CANARY YELLOW (No.309)

3. SPLITTER – 2 TOPS/REFORMER FEED/ DSN

ALUMINIUM 2 SALMON PINK (No.443)

4. SPLITER – 2 BOTTOMS

ALUMINIUM 4 SMOKE GREY (No.692)

5. C3/C4 ALUMINIUM 2 CANARY YELLOW (No.309)

6. STABILIZER GAS CANARY YELLOW (No.309) NIL

39

7. REFORMATE/ARU FEED ALUMINIUM 3 SALMON PINK (No.443)

8. RAFFINATE ALUMINIUM 2 MIDDLE STONE (No.362)

9. EXTRACT ALUMINIUM 3 MIDDLE STONE (No.362)

10. SULFOLANE ALUMINIUM 1 INTERNATIONL ORANGE (No.592)

11. HOT OIL ALUMINIUM 1 SIGNAL RED (No.537) & 1 BLACK

12. PROCESS WATER ALUMINIUM 4 BRILLIANT GREEN (No.221)

13. BENZENE WHITE WHITE

14. TOLUENE WHITE 4 MIDDLE STONE (No.362)

15. MTBE WHITE 2 MIDDLE STONE (No.362)

16. HYDROGEN CANARY YELLOW (No.309) 1 SIGNAL RED (No.537)

17. SOUR GAS/H2S RICH GAS CANARY YELLOW (No.309) 2 SIGNAL RED (No.537)

18. METHANOL WHITE 1 SIGNAL RED (No.537)

19. DMDS WHITE 2 SIGNAL RED (No.537)

F. CCU / FCCU COMPLEX:

Sr. No. DESCRIPTION OF THE PRODUCT

GROUND COLOUR COLOUR BANDS

1. ACID GAS/H2S RICH GAS

CANARY YELLOW (No.309) 2 SIGNAL RED (No.537)

2. PROCESS WATER ALUMINIUM 4 BRILLIANT GREEN (No.221)

3. CC GASOLINE SALMON PINK (No.443) NIL

4. IBP - 60 ALUMINIUM WITH 1 SALMON PINK (No.443) & 1 CANARY YELLOW(No.309)

5. LCO ALUMINIUM 1 ORIENT BLUE (No.174) & 1 DARK BROWN (No.412)

6. HCO ALUMINIUM 1 ORIENT BLUE (No.174) & 2 DARK BROWN (No.412)

7. VGO ALUMINIUM 2 BLACK

8. CLO/MCB/SLURRY ALUMINIUM 3 BLACK

9. CAT LOADING LINES ZINC DUST GRAPHITE PAINT NIL

10. 40 KG STEAM ALUMINIUM 1 SIGNAL RED (No.537)

11. 5/7 KG STEAM ALUMINIUM 3 SIGNAL RED (No.537)

12. HYDRAULIC OIL / FLUSHINGOIL /GLAND SEAL OIL

WHITE 1 BRILLIANT GREEN (No.221)

13. SOUR WATER ALUMINIUM 4 BRILLIANT GREEN (No.221)

14. DEA WHITE 2 SIGNAL RED (No.537)

15. L IQUID SULPHERS WHITE 3CANARY YELLOW (No.309)

40

G. DHDS COMPLEX:

SR. NO.

DESRIPTION OF PRODUCT GROUND COLOUR COLOUR BANDS

1 HYDROGEN CANARY YELLOW (No.309) 1 SIGNAL RED (No.537)

2 ACID GAS/H2S RICH GAS

CANARY YELLOW (No.309) 2 SIGNAL RED (No.537)

3 FUEL GAS CANARY YELLOW (No.309) NIL

4 NAPTHA ALUMINIUM 1 SALMON PINK (No.443)

5 NITROGEN CANARY YELLOW (No.309) 1 BLACK BAND

6 BFW/CONDENSATE ALUMINIUM 2 BRILLIANT GREEN (No.221)

7 INSTRUMENT AIR AIR CARFT BLUE (No.108) NIL

8 PLANT AIR ORIENT BLUE (No.174) NIL

9 DIESEL ALUMINIUM 1 LIGHT BUFF (No.358)

10 LIQUID SULPHERS WHITE 3 CANARY YELLOW(No.309)

11 FIRE WATER FIRE RED (No.536) NIL

12 COOLING WATER SEA GREEN (No.217) NIL

13 SOUR WATER ALUMINIUM 4 BRILLIANT GREEN (No.221)

14 AMINE WHITE 2 SIGNAL RED(No. 537)

15 15 KG STEAM ALUMINIUM 2 SIGNAL RED (No.537)

16 5/7 KG STEAM ALUMINIUM 3 SIGNAL RED (No.537)

17 3.5 KG STEAM ALUMINIUM 4 SIGNAL RED (No.537)

18 1.0 KG STEAM ALUMINIUM 5 SIGNAL RED (No.537)

19 FLARE ALUMINIUM CANARY YELLOW (No.309)

H. CCR COMPLEX:

SR. NO.

DESRIPTION OF PRODUCT GROUND COLOUR COLOUR BANDS

1 HYDROGEN CANARY YELLOW (No.309) 1 SIGNAL RED (No.537)

2 FUEL GAS CANARY YELLOW (No.309) NIL

3 NAPTHA ALUMINIUM 1 SALMON PINK (No.443)

4 NITROGEN CANARY YELLOW (No.309) 1 BLACK BAND

5 DM WATER (SS) NIL NIL

6 DMDS (SS) NIL NIL

7 TCE (SS) NIL NIL

8 CAUSTIC NIL NIL

9 SOUR GAS CANARY YELLOW (No.309) 2 SIGNAL RED (No.537)

10 CAUSTIC

41

11 FIRE WATER FIRE RED (No.536) NIL

12 COOLING WATER SEA GREEN (No.217) NIL

13 SOUR WATER ALUMINIUM 4 BRILLIANT GREEN (No.221)

14 15 KG STEAM ALUMINIUM 2 SIGNAL RED (No.537)

15 5/7 KG STEAM ALUMINIUM 3 SIGNAL RED (No.537)

16 3.5 KG STEAM ALUMINIUM 4 SIGNAL RED (No.537)

17 1.0 KG STEAM ALUMINIUM 5 SIGNAL RED (No.537)

18 FLARE ALUMINIUM CANARY YELLOW (No.309)

19 INSTRUMENT AIR AIR CARFT BLUE (No.108) NIL

20 PLANT AIR ORIENT BLUE (No.174) NIL

I. OTHER EQUIPMENT:

S. No. SERVICE NEW COLOUR CODE

1. SAFETY VALVE YELLOW

2. PUMPS(EXCEPT WATER) AND COMPRESSORS

ALUMINIUM

3. MOTORS BUS GREEN

4. TURBINES & HIGH TEMP. PUPMPS HEAT RESITANT ALUMINIUM

5. STRUCTURES (GENERAL) SMOKE GREY

7. HAND RAILING/CAGE ORANGE

9. EMERGENCY LIGHT FITTINGS FIRE RED

10. FLARE LINES OUTSIDE PLANT LIMIT CANARY YELLOW (NO. 309)

10. COOLERS

SHELL and SHELL COVER

CHANNEL BOX

ALUMINIUM SEA GREEN

11. VESSELS INCLUDING KOD ALUMINIUM (Color band: As per individual service band width = 200 mm at the center of the vessel.

42

11. STANDARD COLOR CODING FOR STORAGE TANKS:

SR. NO.

DESRIPTION OF PRODUCT TANKS

GROUND COLOUR COLOUR BANDS

1 CRUDE OIL ALUMINIUM TURQUOISE BLUE (No. 102 )

2 SLOPS ALUMINIUM BLACK

3 WAXY INSULATED NIL

4 MTBE ALUMINIUM MIDDLE STONE (No.362)

5 HEXANE ALUMINIUM SALMON PINK (No.443)

6 BENZENE ALUMINIUM WHITE

7 TOLUENE ALUMINIUM WHITE

8 SBP ALUMINIUM SALMON PINK (No.443)

9 ATF ALUMINIUM ORIENT BLUE (No.174)

10 MOTOR SPIRIT ALUMINIUM SALMON PINK (No.443)

11 NAPTHA ALUMINIUM SALMON PINK (No.443)

12 MINERAL TURPENTINE ALUMINIUM ORIENT BLUE (No.174)

13 HSD ALUMINIUM LIGHT BUFF (No.358)

14 FLUSHING OIL ALUMINIUM LIGHT BUFF (No.358)

15 LDO ALUMINIUM LIGHT BUFF (No.358)

16 LSHS INSULATED NIL

17 KEROSENE ALUMINIUM ORIENT BLUE (No.174)

18 BITUMEN ALUMINIUM Insulated

19 SR, LR, HGO INSULATED NIL

20 FO, CYCLE OIL ALUMINIUM BLACK

21 REFORMATE ALUMINIUM SALMON PINK (No.443)

22 CAUSTIC TANKS WHITE NIL

24 METHANOL ALUMINIUM WHITE

25 EXTRACT ALUMINIUM WHITE

26 SULFOLENE ALUMINIUM INTERNATIONAL ORANGE

(No.592)

27

LUBE OIL (NON-INSULATED TANKS)

ALUMINIUM

ORIENT BLUE (No.174)

28

LUBE OIL (INSULATED TANKS)

INSULATED NIL

29 DRINKING WATER ALUMINIUM BRILLIANT GREEN (No.221)

30 DM WATER ALUMINIUM BRILLIANT GREEN (No.221)

31 RAW WATER ALUMINIUM BRILLIANT GREEN (No.221)

32 SALT WATER ALUMINIUM BRILLIANT GREEN (No.221)

Note : Band height shall be as per existing.

43

12. 0 PAINTING SYSTEM FOR TANKS

Surface Preparation Cu Slag blasting Sa 2.5 Primer / Paint – Nos. of coats X DFT (Microns)

SR NO

TANK SERVICE

TANK EXTERNAL (NOTE 2, 3)

TANK INTERNAL

UNDERSIDE OF

BOTTOM PLATES

REMARKS,

IF ANY

BOTTOM PLATE &

1ST SHELL COURSE UP

TO 1 M FROM

BOTTOM.

ROOF LEG & ROOF DRAIN

PIPES

TOP SHELL COURSE OF EXTERNAL FLOATING

ROOF TANK

TOP SHELL COURSE OF FIXED ROOF OR INTERNAL FLOATING

ROOF TANK

(NOTE 5)

COMPLETE TANK

ROOF UNDERSIDE

OF FIXED ROOF,

EXTERNAL FLOATING

ROOF & INTERNAL FLOATING

ROOF (NOTE 1)

TRUSSES OF FIXED ROOF TANK AND

TOP SIDE OF INTERNAL FLOATING

ROOF

1 Crude oil tanks

FOR CRUDE OIL TANKS REFER POINT NO. 13 WHICH IS IN LINE WITH AE-S-5431, REV-0 AND BASED ON COMMENTS RECEIVED.

44

SR NO

TANK SERVICE

TANK EXTERNAL (NOTE 2, 3)

TANK INTERNAL

UNDERSIDE OF

BOTTOM PLATES

REMARKS,

IF ANY

BOTTOM PLATE &

1ST SHELL COURSE UP

TO 1 M FROM

BOTTOM.

ROOF LEG & ROOF DRAIN

PIPES

TOP SHELL COURSE OF EXTERNAL FLOATING

ROOF TANK

TOP SHELL COURSE OF FIXED ROOF OR INTERNAL FLOATING

ROOF TANK

(NOTE 5)

COMPLETE TANK

ROOF UNDERSIDE

OF FIXED ROOF,

EXTERNAL FLOATING

ROOF & INTERNAL FLOATING

ROOF (NOTE 1)

TRUSSES OF FIXED ROOF TANK AND

TOP SIDE OF INTERNAL FLOATING

ROOF

2 Hexane , Motor spirit, Naphtha, IBP 60, Kerosene, Mineral turpentine, HSD, Flushing oil, LDO, ATF components (floating roof tank), SBP, Reformate

Amine adduct cured epoxy holding primer-1x60 Epoxy based Tank Liner-(amine cured) 2x120

Amine adduct cured epoxy holding primer-1x60 Epoxy Based Tank Liner- (amine cured) 2x120

Epoxy Coal Tar Paint-2x100

Amine adduct cured epoxy holding primer-1x60 Epoxy Based Tank Liner- (amine cured) 2x120

Amine adduct cured epoxy holding primer-1x60 Epoxy Based Tank Liner(amine cured) -2x120

Amine adduct cured epoxy holding primer-1x60 Epoxy Based Tank Liner(amine cured) -2x120

Epoxy Coal Tar Paint-2x100

45

SR NO

TANK SERVICE

TANK EXTERNAL (NOTE 2, 3)

TANK INTERNAL

UNDERSIDE OF

BOTTOM PLATES

REMARKS,

IF ANY

BOTTOM PLATE &

1ST SHELL COURSE UP

TO 1 M FROM

BOTTOM.

ROOF LEG & ROOF DRAIN

PIPES

TOP SHELL COURSE OF EXTERNAL FLOATING

ROOF TANK

TOP SHELL COURSE OF FIXED ROOF OR INTERNAL FLOATING

ROOF TANK

(NOTE 5)

COMPLETE TANK

ROOF UNDERSIDE

OF FIXED ROOF,

EXTERNAL FLOATING

ROOF & INTERNAL FLOATING

ROOF (NOTE 1)

TRUSSES OF FIXED ROOF TANK AND

TOP SIDE OF INTERNAL FLOATING

ROOF

3 ATF Batch (Fixed roof tanks)

Amine adduct cured epoxy holding primer-1x60 Epoxy Based Tank Liner-(amine cured)-2x120

Amine adduct cured epoxy holding primer-1x60 Epoxy Based Tank Liner-(amine cured)-2x120

Amine adduct cured epoxy holding primer-1x60 Epoxy Based Tank Liner-(amine cured)-2x120

Epoxy Coal Tar Paint-2x100

46

SR NO

TANK SERVICE

TANK EXTERNAL (NOTE 2, 3)

TANK INTERNAL

UNDERSIDE OF

BOTTOM PLATES

REMARKS,

IF ANY

BOTTOM PLATE &

1ST SHELL COURSE UP

TO 1 M FROM

BOTTOM.

ROOF LEG & ROOF DRAIN

PIPES

TOP SHELL COURSE OF EXTERNAL FLOATING

ROOF TANK

TOP SHELL COURSE OF FIXED ROOF OR INTERNAL FLOATING

ROOF TANK

(NOTE 5)

COMPLETE TANK

ROOF UNDERSIDE

OF FIXED ROOF,

EXTERNAL FLOATING

ROOF & INTERNAL FLOATING

ROOF (NOTE 1)

TRUSSES OF FIXED ROOF TANK AND

TOP SIDE OF INTERNAL FLOATING

ROOF

4 Slops and effluent tanks

Amine adduct cured epoxy holding primer-1x60 Epoxy Glass Flake (Amine Adduct)-1x200

Amine adduct cured epoxy holding primer-1x60 Epoxy Glass Flake (Amine Adduct)-1x200

Epoxy Coal Tar Paint-2x100

Amine adduct cured epoxy holding primer-1x70 Epoxy Glass Flake (Amine Adduct)-1x200

Amine adduct cured epoxy holding primer-1x60 Epoxy Glass Flake (Amine Adduct)-1x200

Amine adduct cured epoxy holding primer-1x60 Epoxy Glass Flake (Amine Adduct)-1x200

Epoxy Coal Tar Paint-2x100

5 Bitumen, SR

Two component high solid High temperature (up to 200 deg c )

Two component high solid High temperature (up to 200 deg c )

Two component high solid High temperature (up to 200 deg c )

Cold spray Aluminium OR Engineered

47

SR NO

TANK SERVICE

TANK EXTERNAL (NOTE 2, 3)

TANK INTERNAL

UNDERSIDE OF

BOTTOM PLATES

REMARKS,

IF ANY

BOTTOM PLATE &

1ST SHELL COURSE UP

TO 1 M FROM

BOTTOM.

ROOF LEG & ROOF DRAIN

PIPES

TOP SHELL COURSE OF EXTERNAL FLOATING

ROOF TANK

TOP SHELL COURSE OF FIXED ROOF OR INTERNAL FLOATING

ROOF TANK

(NOTE 5)

COMPLETE TANK

ROOF UNDERSIDE

OF FIXED ROOF,

EXTERNAL FLOATING

ROOF & INTERNAL FLOATING

ROOF (NOTE 1)

TRUSSES OF FIXED ROOF TANK AND

TOP SIDE OF INTERNAL FLOATING

ROOF

phenolic epoxy coating.-2x100 microns

phenolic epoxy coating.-2x100 microns

phenolic epoxy coating.-2x100 microns

Polysiloxane coating 2x125 microns

6 MTBE (Methyl-Tertiary Butyl Ether) tanks

Amine adduct cured epoxy holding primer-1x60; Epoxy Based Tank Liner-(amine cured)-2x120

Amine adduct cured epoxy holding primer-1x60; Epoxy Based Tank Liner-(amine cured)-2x120

Epoxy Coal Tar Paint-2x100

Amine adduct cured epoxy holding primer-1x60 Epoxy Based Tank Liner-(amine cured)-2x120

Amine adduct

cured epoxy holding

primer-1x60

Epoxy Based Tank Liner-

(amine cured)-2x120

Amine adduct cured epoxy

holding primer-1x60

Epoxy Based Tank Liner-

(amine cured)-2x120

Epoxy Coal Tar Paint-2x100

48

SR NO

TANK SERVICE

TANK EXTERNAL (NOTE 2, 3)

TANK INTERNAL

UNDERSIDE OF

BOTTOM PLATES

REMARKS,

IF ANY

BOTTOM PLATE &

1ST SHELL COURSE UP

TO 1 M FROM

BOTTOM.

ROOF LEG & ROOF DRAIN

PIPES

TOP SHELL COURSE OF EXTERNAL FLOATING

ROOF TANK

TOP SHELL COURSE OF FIXED ROOF OR INTERNAL FLOATING

ROOF TANK

(NOTE 5)

COMPLETE TANK

ROOF UNDERSIDE

OF FIXED ROOF,

EXTERNAL FLOATING

ROOF & INTERNAL FLOATING

ROOF (NOTE 1)

TRUSSES OF FIXED ROOF TANK AND

TOP SIDE OF INTERNAL FLOATING

ROOF

7 Caustic tanks

Amine adduct cured epoxy holding primer-1x60 Epoxy Based Tank Liner-(amine cured)-2x120

Amine adduct cured epoxy holding primer-1x60 Epoxy Based Tank Liner-(amine cured)-2x120

Amine adduct cured epoxy holding primer-1x60 Epoxy Based Tank Liner-(amine cured)-2x120

Epoxy Coal Tar Paint-2x100

8 LR, Waxy, HGO, Fuel oil, cycle oil, LSHS, Lube waxy

Amine adduct

cured epoxy holding

primer-1x60

Two

Amine adduct cured epoxy holding primer-1x60

Amine adduct cured epoxy holding primer-1x60 Two

Amine adduct cured epoxy holding primer-1x60 Two component

Epoxy Coal Tar Paint-2x100

49

SR NO

TANK SERVICE

TANK EXTERNAL (NOTE 2, 3)

TANK INTERNAL

UNDERSIDE OF

BOTTOM PLATES

REMARKS,

IF ANY

BOTTOM PLATE &

1ST SHELL COURSE UP

TO 1 M FROM

BOTTOM.

ROOF LEG & ROOF DRAIN

PIPES

TOP SHELL COURSE OF EXTERNAL FLOATING

ROOF TANK

TOP SHELL COURSE OF FIXED ROOF OR INTERNAL FLOATING

ROOF TANK

(NOTE 5)

COMPLETE TANK

ROOF UNDERSIDE

OF FIXED ROOF,

EXTERNAL FLOATING

ROOF & INTERNAL FLOATING

ROOF (NOTE 1)

TRUSSES OF FIXED ROOF TANK AND

TOP SIDE OF INTERNAL FLOATING

ROOF

tanks (operating immersed heat temperature 120 deg C)

component high solid

High temperature phenolic

epoxy coating.-

2x100 microns

Two component high solid High temperature phenolic epoxy coating.-2x100 mic.

component high solid High temperature phenolic epoxy coating.-2x100 microns

high solid High temperature phenolic epoxy coating.-2x100 microns

9 Benzene, Toluene, Methanol, Extract,

Amine adduct cured epoxy holding primer-1x60

Amine adduct cured epoxy holding primer-

Amine adduct cured epoxy holding primer-1x60

Amine adduct cured epoxy holding primer-1x60 Two

Epoxy Coal Tar Paint-2x100

50

SR NO

TANK SERVICE

TANK EXTERNAL (NOTE 2, 3)

TANK INTERNAL

UNDERSIDE OF

BOTTOM PLATES

REMARKS,

IF ANY

BOTTOM PLATE &

1ST SHELL COURSE UP

TO 1 M FROM

BOTTOM.

ROOF LEG & ROOF DRAIN

PIPES

TOP SHELL COURSE OF EXTERNAL FLOATING

ROOF TANK

TOP SHELL COURSE OF FIXED ROOF OR INTERNAL FLOATING

ROOF TANK

(NOTE 5)

COMPLETE TANK

ROOF UNDERSIDE

OF FIXED ROOF,

EXTERNAL FLOATING

ROOF & INTERNAL FLOATING

ROOF (NOTE 1)

TRUSSES OF FIXED ROOF TANK AND

TOP SIDE OF INTERNAL FLOATING

ROOF

Two component high solid High temperature phenolic epoxy coating.-2x100 microns

1x60 Two component high solid High phenolic epoxy coating.-2x100 microns

Two component high solid High phenolic epoxy coating.-2x100 microns

component high solid High temperature phenolic epoxy coating.-2x100 microns

10 Lube oil tanks (Non-waxy tanks)

Amine adduct cured epoxy holding primer-1x60 Epoxy Based Tank Liner-(amine cured)-

Amine adduct

cured epoxy holding

primer-1x60 Epoxy Based Tank Liner-

(amine cured)-2x120

Amine adduct

cured epoxy holding

primer-1x60 Epoxy Based Tank Liner-

(amine cured)-

Amine adduct cured epoxy

holding primer-1x60 Epoxy Based Tank Liner-

(amine cured)-2x120

Epoxy Coal Tar Paint-2x100

51

SR NO

TANK SERVICE

TANK EXTERNAL (NOTE 2, 3)

TANK INTERNAL

UNDERSIDE OF

BOTTOM PLATES

REMARKS,

IF ANY

BOTTOM PLATE &

1ST SHELL COURSE UP

TO 1 M FROM

BOTTOM.

ROOF LEG & ROOF DRAIN

PIPES

TOP SHELL COURSE OF EXTERNAL FLOATING

ROOF TANK

TOP SHELL COURSE OF FIXED ROOF OR INTERNAL FLOATING

ROOF TANK

(NOTE 5)

COMPLETE TANK

ROOF UNDERSIDE

OF FIXED ROOF,

EXTERNAL FLOATING

ROOF & INTERNAL FLOATING

ROOF (NOTE 1)

TRUSSES OF FIXED ROOF TANK AND

TOP SIDE OF INTERNAL FLOATING

ROOF

2x120

2x120

11 Drinking water, DM water, Raw water, Salt water

Amine adduct cured

epoxy holding

primer-1x60 Solvent free

epoxy 1X300-(amine cured)

(Portable water Cert.

Amine adduct cured epoxy

holding primer-

1x60 Solvent

free epoxy 1X300-(amine cured)

(Portable water Cert.

Amine adduct

cured epoxy holding

primer-1x60 Solvent free

epoxy 1X300-(amine cured)

(Portable water Cert.

Amine adduct cured epoxy

holding primer-1x60 Solvent free

epoxy 1X300-(amine cured)

(Portable water Cert.

Epoxy Coal Tar Paint-2x100

52

SR NO

TANK SERVICE

TANK EXTERNAL (NOTE 2, 3)

TANK INTERNAL

UNDERSIDE OF

BOTTOM PLATES

REMARKS,

IF ANY

BOTTOM PLATE &

1ST SHELL COURSE UP

TO 1 M FROM

BOTTOM.

ROOF LEG & ROOF DRAIN

PIPES

TOP SHELL COURSE OF EXTERNAL FLOATING

ROOF TANK

TOP SHELL COURSE OF FIXED ROOF OR INTERNAL FLOATING

ROOF TANK

(NOTE 5)

COMPLETE TANK

ROOF UNDERSIDE

OF FIXED ROOF,

EXTERNAL FLOATING

ROOF & INTERNAL FLOATING

ROOF (NOTE 1)

TRUSSES OF FIXED ROOF TANK AND

TOP SIDE OF INTERNAL FLOATING

ROOF

12 Sulfolene Amine adduct cured epoxy

holding primer-1x60.

Amine adduct

cured HB epoxy -2x120

Amine adduct

cured epoxy holding primer-1x60.

Amine adduct

cured HB epoxy -2x120

Amine adduct cured epoxy

holding primer-1x60.

Amine adduct

cured HB epoxy -2x120

Epoxy Coal Tar Paint-2x100

Note: 1) Carbon steel external and internal floating roof underside paint shall cover all wetted surfaces.

2) Vertical band on shell external at gauging pole shall have top coat in black colour.

3) External painting other than crude tanks:

53

a) FOR UN-INSULATED TANKS EXTERNAL SURFACES - NEW OR HEAVILY CORRODED; TOP SIDE (NON-WTTED SURFACES) OF EXTERNAL FLOATING

ROOF. SURFACE PREPARATION TO SA 2.5.

i) One coat of inorganic zinc ethyl silicate 1x70 microns

ii) Two coat of epoxy high solids MIO 2 X 125 microns DFT.

iii) Two coats of aliphatic acrylic polyurethane - 2 x 40 microns DFT.

b) FOR UN-INSULATED TANK EXTERNAL OF MODERATELY CORRODED OLD TANKS. SURFACE PREPARATION MANUAL CLEANING TO ST 2 OR POWER

TOOL CLEANING TO ST3.

i) Tank bottom shell course shall be painted with 2x100 microns Coal Tar Epoxy paint.

ii) Other than bottom shells, Epoxy Red Oxide Zinc Phosphate Primer-1X60 and Oil Based Aluminum Paint-2 X 20.

c) FOR INSULATED TANK EXTERNAL OF NEW TANKS OR HEAVILY CORRODED TANKS. SURFACE PREPARATION TO SA 2.5.

i) Two component high solid High temperature (up to 200deg c dry heat) Phenolic CUI (corrosion under insulation) epoxy coating

2 X 125 microns.

d) FOR INSULATED TANK EXTERNAL OF MODERATELY CORRODED OLD TANKS. SURFACE PREPARATION MANUAL CLEANING TO ST 2 OR POWER TOOL

CLEANING TO ST3.

i) Zinc dust graphite-2 x40 microns.

4) All carbon steel pontoons internal surfaces of external floating roof and internal floating roof tanks other than crude tanks:

a) Epoxy Red Oxide Zinc Phosphate Primer-1X60 microns.

b) Oil Based Aluminum Paint-2X20 microns.

5) External floating roof tanks top shell internal painting shall extend up to 100 mm above top of shunt of secondary seal marked at safe filling

height during hydro test.

6) Aluminum surfaces shall not to be painted.

7) Before changing of tank service resistivity of the painting system to be verified.

8) In tank history details of paint manufactures with brand name to be mentioned. These would facilitate defects observations and would also

be basis for evaluation of the painting contractor /paint system and manufacturer for future works.

54

9) For all internal lining / internal painting works, manufacturer’s laboratory test statement / Laboratory Paint performance certificates to be

submitted by paint manufacturers & checked apart from material test certificates for specified services at operating temperature and

condition. Material shall be procured from only those approved manufacturers who will meet the above stated criteria.

10) For details of tanks internal painting refer Annexure - H

55

13. CRUDE OIL TANKS PAINTINGS

13.1 Scope

This standard exclusively covers the painting of crude oil storage tanks in BPCL Refineries. This standard has been derived from existing AE-S-5430, Rev. 0 and painting practices being followed at BPCL-KR. Intent of this standard is to cover a common painting practice across all BPCL group of Refineries.

13.2 Tank operating condtions

Operating temperature : Not above 65 degree celsius.

Operating pressure : Ambient.

13.3 Surface preparation

The purpose of surface preparation is to create a continuous highly adherent, homogeneous and defect free paint film with an even thickness over the tank surfaces. For new painting, all the internal & external surfaces shall be blasted to achieve the surface profile as given in Annexure – A. Light shades and streaks are not allowed. When steel shot is used, it shall be used together with steel grit. The purpose of surface preparation is to create a continuous highly adherent, homogeneous and defect free paint film with an even thickness over the tank surface. Compressed air used shall be free of moisture and oil. Adequate separators and traps shall be provided, installed in the coolest part of the system. The presence of oil and water shall be determined at least two (2) times per eight hours and following every compressor start-up. The air discharge temperature shall not exceed 100 °C. The blasting nozzles should be venturi style with tungsten carbide or boron carbide as the materials for liners. Blasting nozzles shall be replaced when the specified minimum blast pressure, surface cleanliness and surface roughness can no longer be achieved. Blasting equipment and the equipment being blasted shall be properly earthed to prevent the occurrence of electrostatic discharges. If possible vacuum collector shall be installed for collecting the abrasives for recycling. Recycled shot shall be used only after ensuring that it is clean enough to provide the minimum surface preparation mentioned above.

When working in confined spaces, adequate ventilation and intrinsically safe lighting shall be used. As a minimum, ventilation shall ensure sufficient air changes such that the threshold limit value (TLV) of the various coating materials in use shall not be exceeded. Access for coating work should be constructed so as to provide easy and sufficient access for surface preparation, painting and inspection of all surfaces

13.4 Recommended environment conditions for Paint Application

For all cases, paint manufacturer guidelines shall be followed. Following restrictions are given as recommended practices:

56

13.4.1 Coating application shall not be permitted in the following conditions.

4.1.1 During fog, mist or rain. 4.1.2 When the relative humidity is 85 percent or above. 4.1.3 When the steel surface temperature and/or ambient temperature is below

10°C (50°F) . 4.1.4 When the steel surface temperature and/or ambient temperature is above

50°C (120°F). 4.1.5 When the steel surface temperature is less than 3°C (5°F) above the dew

point.

13.4.2 For all internal painting work, the dehumidification of the surrounding air dew point shall be maintained 5 degree celsius below the prevailing surface temperature. The relative humidity shall be maintained not more than 45% from preparation to curing of coatings.

13.4.3 The measurement of the following shall ensured prior to start of work and shall be

done every three hours for the entire duration of the painting work and shall extend till the paint is dried and cured.

4.3.1 Relative Humidity (RH).

4.3.2 Ambient air temperature.

4.3.3 Surface temperature of the object being painted.

4.3.4 Air temperature at surrounding of the painting.

4.3.5 Air flow

13.4.4 There shall be no welding activity or radiography testing on the shell during and after installation of coating system.

13.4.5 Humidity and dew point readings shall be taken with a sling Psychrometric meter and calculated using psychrometric tables.

13.4.6 Coatings shall not be applied before the surface has been inspected and the

preparatory work approved. 13.4.7 All edges shall be ground to a minimum radius of 3.2 mm. Flame cut areas and weld

spatter shall have been ground flush. All rough welds shall be ground to remove sharp edges and other such irregularities. The amount of grinding performed shall be judicious and performed only to the extent necessary to prepare the weld surface and surrounding metal surfaces in accordance with the specification. Over grinding, which would result in decreasing the wall thickness or the integrity of the weld beyond the limitations imposed by good welding practices, applicable welding codes, or tank or vessel ratings, shall be avoided. All weld spatter and arc strikes must be removed. (Refer NACE SP 0178).

57

13.4.8 Salt water spray areas shall require fresh water blasting or fresh water (Max.

Chloride content 50 ppm) mopping to remove the salts deposited on metal surface before application of primer. Mopping can be repeated before application of other coats to remove salts deposited on previous coats, if such deposits are suspected.

13.4.9 Blast cleaned steel surfaces shall not be touched by bare hands

13.4.10 If the surface being cleaned is adjacent to a coated surface, the blast cleaning shall cut in to the coated surface by at least 50 mm. The edges of the existing coating system shall be feathered. The remainder of the existing coated surface shall be properly protected with shields or screens to prevent any over blast damage.

13.4.11 To prevent dust and abrasive contamination, blast cleaning shall not be carried out adjacent to painting operations or wet (painted) surfaces

13.5 Mixing and Painting

13.5.1 Mixing & Thinning

All paint spraying equipment, including mixers, shall be thoroughly cleaned before mixing of new materials. All coating materials shall be mixed and thoroughly stirred in accordance with the instructions of the paint Manufacturer. Sufficient agitation to maintain good mixing shall be applied until the product is used. If air is entrapped in the product during mixing/stirring, sufficient time should be allowed for the air bubbles to escape before application.

13.5.2 Application of paint/primer:

5.2.1 Blast cleaned surface shall be coated with one complete application of primer as soon as practicable but in no case later than 4 hrs. the same day or as per the time frame stipulated in the technical data sheet of the paint, whichever is earlier.

5.2.2 To the maximum extent practicable, each coat of material shall be applied as a continuous film uniform thickness free of porous. Any spots or areas missed in application shall be recoated and permitted to dry before the next coat is applied. Applied paint should have the desired wet film thickness.

5.2.3 No coat shall be applied until the preceding coat has dried and cured as

recommended by Paint Manufacturer. Next coat shall be applied within the time stipulated by the paint manufacturer. Before over coating, over-runs, drips and smears shall be removed and any coating damage or imperfection shall be repaired. The material shall be considered dry for re-coating when another coat can be applied without the development of any film irregularities such as lifting or loss of adhesion of undercoats. Drying time of the applied coat should not exceed maximum specified for it as a first coat; if it exceeds the paint material has possibly deteriorated or mixing is faulty.

5.2.4 No paint shall be force dried under conditions, which will cause cracking, wrinkling,

blistering formation of pores, or detrimentally affect the conditions of the paint. No

58

drier shall be added to paint on the job unless specifically called for in the manufacturer's specification for the paint. Paint shall be protected from rain, condensation and contamination until dry.

5.2.5 All paints and painting materials shall be stored only in rooms to be arranged by contractor and approved by Engineer-in-charge for the purpose. All necessary precautions shall be taken to prevent fire.

5.2.6 Surface preparation and paint application shall be done in presence of Manufacturer’s representative. Manufacturer’s representative shall have necessary certification from agency like NACE to supervise and ensure the quality of paint applied.

5.2.7 All personnel shall be provided with personnel protection, e.g. protective clothing,

safety glasses, safety shoes, hard hats, goggles, respirators, earplugs, fresh air-fed hood and any other necessary safety equipment. All safety equipment shall be maintained in a good working condition. Warning signs shall be prominently displayed at all access points to areas where abrasive blasting and painting is in progress.

5.2.8 The Contractor shall protect all equipment, structures and any other areas from

mechanical damage, environmental damage, blockage or obstruction and damage caused by over blasting, dripping paint, paint splashes and overspray.

5.2.9 To minimise the risk of damage, no lifting, transportation, erection or fabrication

operations shall be done before the paint has been fully dried and/or cured.

5.2.10 Abrasive blast cleaning and coating operations should be carried out during daylight hours. However, grit blasting and coating may be carried out at night providing the lighting and environmental conditions are acceptable. Minimum lighting requirements for abrasive blasting, painting and inspection are 500 lux.

5.2.11 For internal tank coatings and the external coatings of buried or immersed

equipment and structures, pinhole testing for electrically non-conductive coatings shall be carried out in accordance with NACE SP0188. The high voltage technique shall be used; nominally set at 5 V/µbased on DFT, or as agreed with the paint Manufacturer but not exceeding 25 kV in total. For coating thickness < 500 µ DFT, the low voltage wet sponge technique shall be used.

13.5.3 Spray application

Spraying is the required method of application. The painting Contractor shall supply the required range of spray tips, sizes and fan angles for the work being undertaken. The spray pressure shall be uniform and the spray pattern smooth.

13.5.4 Brush application

59

Brush application may be done for Maintenance operations, in those cases where spray application may affect other plant, equipment, property or personnel in or near the work site. Where the coating product is specified as only being suitable for brush application. Manufacturer shall confirm in writing that paint is suitable for brush application and will able to meet the guarantee period. Brush application shall be done only with concurrence of Engineer in charge. Coatings applied by brush shall be smooth and even

13.5.5 Roller application

Roller application shall only be allowed for steel floors and for panels and equipment inside climate-controlled areas. Rollers shall be of good quality to ensure uniformity of the applied coating.

13.5.6 Stripe coat

Before spray application of each coat, irregular surfaces such as sharp edges, welds, small brackets, interstices etc. shall be stripe-coated, usually by brush, to ensure the specified film thickness is provided..

13.5.7 Repair of coating defects

Damaged areas, defects in the coating system such as over-runs, drips and smears that have to be removed or areas with inadequate dry film coating thickness shall be re-cleaned. The re-cleaning shall carry over on to the sound coating for not less than 50 mm all round, the edges of which shall be feathered. After the surface cleaning, the specified coating system shall be re-applied. Any additional coats shall blend in with the final coating at adjoining areas. Paint Manufacturers shall be consulted if the existing coating requires abrading before over-coating to obtain good bonding.

13.5.8 Only thinners specified by the paint Manufacturer shall be used

13.6 Paint Procurement

Painting Contractor shall procure paint material from BPCL approved manufacturers only.

13.7 Inspection and testing

13.7.1 Refer section 12 for testing of paint material

13.7.2 Minimum suggested stages of inspection shall be:

a. Surface Preparation b. Primer application c. Each coat of paint

60

13.7.3 All defects noticed during stages of inspection, shall be rectified free of cost by the

contractor. All records shall be kept by the contractor.

13.7.4 Wet film thickness measurements shall be made throughout the course of painting in order to ascertain the adequacy and uniformity of thickness. The readings shall be taken at least one every ten (10) square metres.

13.7.5 Dry film thickness shall be taken on each coat after drying and curing of the coat. Dry film

thickness (DFT) readings shall be taken using a non-destructive dry film thickness instrument capable of storing the readings. Sufficient readings shall be taken covering each coat prior to application of the following coat to ensure the correct required DFT.

13.7.6 The DFT indicated against each system shall be obtained by applying one or more coat of

the paint based on paint properties. The Contractor is responsible to obtain the indicated DFT as per painting system specification.

13.7.7 DFT meter used shall be calibrated before each inspection and shall be witnessed by the

Inspector. It is the duty of the Inspector to satisfy him/herself with the performance of the DFT meter.

13.7.8 Criteria for acceptance of painting work shall be in accordance with table – 2.

TABLE - 2

Test Standard Frequency Acceptance criteria

Surface

cleanliness

ISO 8501-1 One per ten (10)

square meters

Sa 2 ½

Surface Profile ISO 8503-2 One per ten (10)

square meters

As per coating procedure / data

sheet

Total Soluble

salt

contamination

ISO 8502-9 One per twenty (20)

square meters or

minimum 5 tests

whichever is more.

<5g/cm2

Dust ISO 8502-3 One per ten (10)

square meters

Rating 2 or better

Adhesion ISO 4624 One pretest panel,

per shift

5 MPa

Holiday

Detection

NACE SP0188 100% of surface Zero defects

Dry Film

Thickness

SSPC PA-2 As per Annexure - F Shall not be less than 80 % and

more than 120 % of the

Specified dry film thickness.

61

Test Standard Frequency Acceptance criteria

(DFT).

Wet Film

Thickness

ISO 2802 One per ten (10)

square meters

Consistent with providing

required DFT

13.8 Painting Contrator’s Responsibility

13.8.1 Contractor shall mobilize the adequate capacity dehumidification unit at site for all internal painting work, if required. The surrounding air dew point shall be maintained 5 degree celsius below the prevailing surface temperature. The relative humidity shall be maintained not more than 45% from preparation to curing of coatings.

13.8.2 The contractor shall ensure proper functioning of the dehumidification unit, measuring RH and temperature , measuring air flows and maintained 24 hours till coating work is completed in the tank.

13.8.3 All paints and consumables for a particular tank painting work shall be sourced from one manufacturer only to have desired paint performance, guarantee and single point responsibility.

13.8.4 Painting contractor shall deploy adequate number of NACE CIP Level 2 qualified coating

Inspectors to supervise, monitor, inspect & control entire painting process right from the surface preparation, storage, handling, mixing and application on substrate of the painting/coating and to ensure the compliance of this specification.These qualified painting inspectors will report to and shall get guided by BPCL Inspection Dept.

13.8.5 Each contractor shall possess relevant standards and deploy all inspection tool/instrument

to carry out the all above inspection and testing as per relevant standard.

13.8.6 Organising of testing all the painting parameters , supply of all the testing instruments, consumables for testing each parameter as defined in clause 7.10 above , including getting accepted by BPCL, shall be the responsibility of painting contractor.

13.8.7 The Inspection test plan which will be mandatory part of the contract shall be prepared by

the above qualified coating inspector and get it approved by BPCL inspection department. The Contractor’s qualified coating inspector and BPCL shall sign an inspection report as per approved inspection test plan.

13.8.8 The report shall consist, as a minimum, of the following in addition to the inspection

parameters and acceptable criteria : 8.8.1 Names of the applicator and the responsible personnel. 8.8.2 Dates when work was carried out. 8.8.3 Paint testing parameters tested

62

8.8.4 Equipment and techniques used. 8.8.5 Type and calibration of instruments used. 8.8.6 Weather and ambient conditions.

13.9 Frequency and Guarantee of painting

13.9.1 Frequency of Crude oil tanks Painting system for both internal and external painting shall be once in 10 years.

13.9.2 Painting Contractor shall furnish Guarantee for minimum 10 years for both internal and

external painting with shot blasting as per Annexure – B, C, D & E.

13.9.3 BPCL reserves the right to invoke the gurantees in case contractor (paint applicator) or

contractor fail to repair the paint failed area within reasonable time.

13.10 Painting system

13.10.1 The painting system shall be as mentioned in Annexure – A. 13.10.2 The bands and colour coding shall be proved as per Specific Refinery Location practices . 13.10.3 No painting is considered for roof legs. Roof legs to be hot dip galvanized. Schedule 80

pipes to be used for both roof legs and sleeves. The sufficient clearance shall be ensured between sleeves and roof legs.

13.11 SIGN WRITING

All painting work information shall be mentioned (sign writing) with date of completion on Tank

shell as per Engineer-in-charge instructions.

13.12 INSPECTION AND TESTING OF PAINTING MATERIAL

13.12.1 All the procured paint material along with batch/test certificates shall be offered for BPCL inspection for approval. Remaining Shelf life shall be at least 90% of the total duration at the inspection above.

13.12.2 All paint materials shall be accompanied by Manufacturer Test Certificate. Inspection Engineer at his discretion may test paint formulations, if required.

63

ANNEXURE – A

SR. NO.

SURFACES SURFACE PREPARATION

SURFACE PROFILE

PRIMER FINISH COAT TOTAL DFT,

MICRONS

1 Bottom plate under side (soil

side)

Blast cleaning with grit and shot to Sa 2.5

Profile of 40-70

microns

Not applicable Polyamine cured epoxy-

2x150 microns DFT.

OR Epoxy Coal Tar Paint-

2x100

300

2 a) Bottom plate top side (oil side).

b) Bottom first shell internal up to 1.0 m from bottom.

c) Floating roof underside (oil side)

d) Pontoon rims external (oil side)

e) Roof legs

Blast cleaning with grit and shot to Sa 2.5

Sharp angular

profile of 40 -70

microns

Amine adduct cured epoxy - 1x75 microns

DFT.

Polyamine adduct cured solvent free

epoxy - 2x275 microns DFT.

625

OR Phenolic epoxy

novolac holding primer - 1x75 microns

DFT.

OR Phenolic

epoxy novolac

solvent free epoxy- 1x550 microns DFT.

3 Top shell internal

100 mm above top of shunt of secondary seal marked at safe filling height during hydro test.

Blast cleaning with grit and shot to Sa 2.5

40 microns

Epoxy Coal Tar Paint-1x100

microns. --------------------

OR One coat of

inorganic zinc ethyl silicate (VS 65%; 85%

zinc on dry film minimum) –

1x70 microns DFT.

Epoxy Coal Tar Paint-1x100

microns -----------------

OR 1) Two coat

of epoxy high solids MIO (minimum 50 % lamellar MIO on dry film and

200

_________

OR

350

64

SR. NO.

SURFACES SURFACE PREPARATION

SURFACE PROFILE

PRIMER FINISH COAT TOTAL DFT,

MICRONS

vol solids -80%). Mist coat & full coat 100 microns plus one coat 100 microns DFT.

2) Two coats of aliphatic acrylic polyurethane with minimum 55% vol solids - 2 x 40 microns DFT. (Black color)

OR 1) Two coats of modified epoxy (vol

solids -80%). Mist coat & full coat 100 microns plus one coat 100 microns DFT. 2)Two coats of aliphatic acrylic polyurethane with minimum 55% vol solids - 2 x 40 microns DFT. (Black color).

65

SR. NO.

SURFACES SURFACE PREPARATION

SURFACE PROFILE

PRIMER FINISH COAT TOTAL DFT,

MICRONS

4 a) Bottom shell

external surface.

b) Vertical gauging band.

Cu-Slag to Sa 2.5

40 microns

One coat of inorganic zinc ethyl silicate (VS 65%; 85%

zinc on dry film minimum) –

1x70 microns DFT.

1) Two coat of epoxy high solids MIO (minimum 50 % lamellar MIO on dry film and vol solids -80%). Mist coat & full coat 125 microns plus one coat 125 microns DFT.

2) Two coats of aliphatic acrylic polyurethane with minimum 55% vol solids - 2 x 40 microns DFT. (Black color)

OR 1) Two coats of modified epoxy (vol

solids -80%). Mist coat & full coat 125 microns plus one coat 125 microns DFT. 2)Two coats of aliphatic

400

66

SR. NO.

SURFACES SURFACE PREPARATION

SURFACE PROFILE

PRIMER FINISH COAT TOTAL DFT,

MICRONS

acrylic polyurethane with minimum 55% vol solids - 2 x 40 microns DFT. (Black color).

5 a) Shell external surface other than bottom shell and vertical gauge band. __________

b) Roof deck plates top surface

Cu-Slag to Sa 2.5

____________ Blast cleaning with grit and shot to Sa 2.5

40 microns

One coat of inorganic zinc ethyl silicate (VS 65%; 85%

zinc on dry film minimum) –

1x70 microns DFT.

1) Two coat of epoxy high solids MIO (minimum 50 % lamellar MIO on dry film and vol solids -80%). Mist coat & full coat 125 microns plus one coat 125 microns DFT.

2) Two coats of aliphatic acrylic polyurethane with minimum 55% vol solids - 2 x 40 microns DFT. (Aluminium finish, RAL 9006 white aluminium)

400

67

SR. NO.

SURFACES SURFACE PREPARATION

SURFACE PROFILE

PRIMER FINISH COAT TOTAL DFT,

MICRONS

OR

1) Two coats of modified epoxy (vol

solids -80%). Mist coat & full coat 125 microns plus one coat 125 microns DFT. 2)Two coats of aliphatic acrylic polyurethane with minimum 55% vol solids - 2 x 40 microns DFT. (Aluminium finish, RAL 9006 white aluminium ).

6 Pontoon inside surface

SSPC – SP2/ST2

Not applicable

Not applicable Epoxy Red Oxide Zinc Phosphate Primer-1X60 microns. Oil Based Aluminum Paint-2X20 microns.

100

7 Color band Light surface preparation with emery paper 200 no.

on painted surface.

Not applicable Two coats of aliphatic acrylic

polyurethane with

minimum 55% vol solids

2 x 30 mic.

60 (above painted surface.)

68

SR. NO.

SURFACES SURFACE PREPARATION

SURFACE PROFILE

PRIMER FINISH COAT TOTAL DFT,

MICRONS

8 Logo/ sign writing

Light surface preparation with emery paper 200 no.

on painted surface.

Not applicable Alkyd base enamel paint in two coats

of 30 microns per coat total

two coats.

60 (above painted surface.)

Note: 1) Stripe coat is must for weld area, edges and corners. 2) Over zinc silicate, intermediate coat to be applied in mist coat and full coat technique. 3) In PU paint of silver shade, total thickness to be build in two coats. 4) For PU paint QUVA 340 requirement of 80 % gloss retention after 3000 hrs.

5) All sharp edges to be grinded well before painting.

6) Pitted area having width greater than 2mm or depth greater than 5 mm to be filled with solvent less polyamine adduct cured epoxy.

69

ANNEXURE – B

PAINT PERFORMANCE GUARANTEE REQUIREMENTS

a) In order to ensure that BPCL gets proper value for the amount invested in painting system, all endeavour should be to entrust the painting job in totality to the paint manufacturers/ paint applicators approved by paint manufacturer..

b) The contractor/ paint manufacturers shall guarantee that the chemical and physical properties of

paint materials used are in accordance with specifications contained herein.

c) Any defects that occur during the guaranteed life for the paint system either due to improper paint materials used or due to faulty application shall be rectified by the paint manufacturer/contractor at no extra cost to BPCL.

d) For surfaces painted after shot and grit blasting - The bank guarantee for initial 2 years from

the date of completion of the job and 8 years Corporate guarantee in the required format (enclosed) for the tank painting system shall be submitted by paint manufacturer & applicator either prior to taking up the painting job or after the completion of painting job subject to release of payment only after the submission of this guarantee.

e) For surfaces painted after Cu Slag blasting - The bank guarantee for initial 2 years from the date of completion of the job and 3 years Corporate guarantee in the required format (enclosed) for the tank painting system shall be submitted by paint manufacturer & applicator either prior to taking up the painting job or after the completion of painting job subject to release of payment only after the submission of this guarantee.

f) The performance guarantee consists of 2 years bank guarantee for an equivalent value of 20% and

balance 3 years and 8 years against corporate guarantee.

70

ANNEXURE – C

1. All the guarantees should be submitted to BPCL in the Standard format given in this specification.

The guarantee will be two components.

i. The performance guarantee shall be given by the painting contractor for the period of two years. The retention period is for two years from the date of completion. Hence, Bank guarantee for 2 years for an amount equal to 20 % of contract value of painting work to be submitted to BPCL.

ii. Corporate guarantee for balance 8 years for surfaces painted after Shot and grit blasting

and 3 years for surfaces painted after Cu Slag blasting. The painting contractor and paint manufacturer should have proper agreements and both should sign the corporate guarantee.

2. During the guarantee period, the paint supplier will carry out joint inspection every six months for

first two years and every one year after this along with BPCL engineers. All repairs during the

guarantee period will be done by paint manufacturers at their cost. The extent of corrosion will be

monitored during joint inspections by paint supplier and BPCL engineer.

3. High pressure water washing for tank internal to be carried out .The water shall be potable.

4. Dehumidification system shall be used for internal painting of tanks, if required. Paint

Manufacturer shall decide on whether dehumidifier is there based on the atmospheric condition..

71

ANNEXURE – D

PROFORMA OF BANK GUARANTEE

(PERFORMANCE)

Bharat Petroleum Corporation Limited

Dear Sirs,

In consideration of the Bharat Petroleum Corporation Limited (hereinafter called ‘the

Company’ which expression shall include its successors and assigns) having awarded to

M/s. (Name)_____________________________________________________________

(Constitution)_________________________________________________(address)

_____ _______________________________________________________herein after referred to

as ‘ The Vendor’ which expression shall wherever the subject or context so permits include its

successors and assigns) a supply contract in terms inter alia, of the Company's Letter no.

________________ dated_____________ and the General Purchase Conditions of the Company

and upon the conditions of Vendor’s furnishing security for the performance of Vendor's

obligations and / or discharge of the Vendor’s liability under and/or in connection with the said

supply contract up to a sum of (in figures) _____________________(in words)

_______________________________________only amounting to 20% (twenty percent) of the

total contract value.

We, (name) _____________________________ (constitution)_________________

_________________________________(hereinafter called ‘the Bank’ which expression shall

include its successors and assigns) hereby jointly and severally undertake and guarantee to pay to

the Company in (Currency) forthwith on demand in writing and without protest or demur of any

and all moneys anywise payable by the Supplier to the Company under, in respect of or in

connection with the said supply contract inclusive of all the Company’s losses and expenses and

other moneys anywise payable in respect of the above as specified in any notice of demand made

by the Company to the Bank with reference to this Guarantee upon an aggregate limit of Rs. (in

figures)______________________(in words) ______________________________ only).

And the Bank hereby agrees with the Company that:

a) This Guarantee I Undertake shall be a continuing Guarantee and shall remain valid and irrevocable

for all claims 'of the Company and liabilities of the Vendor arising upto and until midnight of

_______________________________________.

72

b) The Guarantee / Undertaking shall be in addition to any other guarantee or security of whatsoever

that the Company may now or at any time otherwise have in relation to the Vendor's obligations /

liabilities under and / or in connection with the said supply contract, and the Company shall have

full authority to take recourse to or reinforce this security in preference to the other security(ies) at

its sole discretion, and no failure on the part of the Company in enforcing or requiring enforcement

of any other security shall have the effect of releasing the Bank from its full liability hereunder.

c) The Company shall be at liability without reference to the Bank and without effecting the full liability

of the Bank hereunder to take any other security in respect of the Vendor's obligations and / or

liabilities under or in connection with the said supply contract and to vary the terms vis-a-vis the

vendor of the said supply contract or to grant time and / or indulgence to the Vendor or to reduce

or to increase or otherwise vary the prices of the total contract value or to release or to forbear

from enforcement all or any of the obligations of the Vendor under the said supply contract and /

or the remedies of the Company under any other security (ies) now or hereafter held by the

Company and no such delaying(s), variation(s), reduction(s), increase(s) or other indulgence/s or

arrangement/s with the Vendor or release or forbearance whatsoever shall have the effect of

releasing the Bank from its full liability to the Company hereunder or of prejudicing rights of the

Company against the Bank.

d) This Guarantee / Undertaking shall not be determined by the liquidation or winding

up, dissolution or change of constitution of insolvency of the Vendor but shall in all respects and for

all purposes be binding and operative until payment of all moneys payable to the Company in

terms hereof.

e) The Bank hereby waives all rights at any time inconsistent with the terms of the Guarantee /

Undertaking and the. obligations or the Bank in terms hereof shall not be anywise affected or

suspended by reason of any dispute or disputes having been raised by the Vendor (whether or not

pending before any Arbitrator Officer, Tribunal or Court) or any denial of liability by the Vendor or

any other order of communication whatsoever by the Vendor stopping or preventing or purporting

to stop or prevent any payment by the Bank to the Company in terms hereof.

f) The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to

be paid to the Company by the Vendor or as suffered or incurred by the Company on account of

any losses or damages or costs, charges and / or expenses shall as between the Bank and the

Company be conclusive of the amount so liable to be paid to the Company or suffered or incurred

by the Company, as the case may be, and payable by the Guarantor to Company in terms hereof.

73

Signed for and on behalf of: __________________________________

Name of Bank : _______________________________________

Address : _______________________________________

Seal of the bank : _______________________________________

74

ANNEXURE - E

CORPORATE GUARANTEE IN THE FORM OF INDEMNITY BOND FOR 120 (ONE HUNDRED TWENTY)

MONTHS FOR PAINTING WORKS (To be executed in Rs.100/- stamp paper)

(To be executed by Paint manufacturer/applicator)

To,

M/s. Bharat Petroleum Corporation Ltd

_______________________________

Sub: Agreement No. ______________

The Indemnity Bond/Undertaking/Guarantee Bond executed at _________________ this

______________ day of the month _____________ of _______________ by M/S. ______________

(Name of Paint Supplier/applicator) called the "Guarantor” (which expression shall mean and

include, if the context so admits, the partners or partner for time being of the firms & their or their

prospective heirs, executors, administrators, successors and assigns in law) in favour of:

M/s. BHARAT PETROLEUM CORPORATION LTD, having its registered office at Bharat Bhavan, 4&6,

Currimbhoy Road, Ballard Estate, Mumbai-400001, hereafter called the "OWNER"(which expression

shall include its administrators, successors and assigns in Law).

Whereas the "OWNER" desirous of having executed painting works specified in the Agreement No.

_________________ dated ______________ issued by the “OWNER" on the successful tenderer

who had participated in the tender No______________ invited by the "OWNER" and opened on

_________________ has caused drawings specifications and bill of quantities showing and

describing the work to be done and the same have been signed on behalf of the successful

tenderer.

WHEREAS the successful tenderer have agreed with the "OWNER" to execute and perform the said

work specified in the work order upon terms and conditions provided in the Agreement executed.

‘AND WHEREAS the paint manufacturer has fully acquainted himself and understood all the terms

and conditions attaching to the agreement entered into between the ‘OWNER’ and successful

tenderer regarding execution and performance of the works specified in the Agreement

aforementioned".

IT IS, THEREFORE, THE INTENT OF THIS INDEMNITY BOND BY THE "GUARANTOR" jointly and

severally to indemnify and keep indemnified the "owner" as stated hereinafter:

75

1.0 Frame work and purpose of this contract

This contract defines what constitutes a defect in the coating system and what are the rights,

obligations and liabilities of the parties in case of defect.

1. The Guarantee

a. The "GUARANTOR" hereby confirms having carefully examined the coating system supplied

by the "OWNER" in the tender document. Considering all technical aspects & climatic

conditions prevailing at the location, the "GUARANTOR" confirm that specified coating

system are fully suitable for the desired services on mild steel vertical oil storage tanks, steel

structures and steel pipelines etc. at the location.

b. The " Paint supplier/ Applicator” hereby confirms that they will ensure thorough surface

preparation as per specified Swedish Standards so as to have desired surface profile before

application of paint system on the steel surface.

c. The "GUARANTOR" hereby agrees to provide all latest codes, SSPC guidelines for painting,

providing surface profile comparators, wet & dry film thickness measuring gadgets and

other painting inspection kits for inspection by "OWNER" conforming to latest SSPC

guidelines for painting inspection.

d. The " Paint supplier/ Applicator hereby confirms to provide Dry Film Thickness (DFT) of

paint specified for every coat .If, actual DFT of a particular coat is beyond the permissible

limits of acceptance of variation in DFT, the "GUARANTOR" undertakes to blast the painted

surface again and apply paint system so as to achieve the specified DFT for every coat.

e. The "GUARANTOR" hereby confirms that the coating system will be free from the defects

i.e. chalking, cracking, alligatoring, flaking, peeling delamination, rusting, blistering,

wrinkling, edge failure and failure around welds etc. during the Guarantee period of the

coating system. The Guarantors guarantee the performance of the coating system during

the Guarantee period.

f. "Performance" means that there will be no defective areas of the coating system during the

Guarantee period.

g. The "GUARANTOR"(Paint supplier/ Applicator) hereby agree that guarantee period of

coating system will commence on the completion of work as detailed in the Agreement No.

___________ dated _____________. This corporate guarantee shall commence on

76

completion of retention period of two years from the date of completion of work. (The

Painting Contractor shall provide Bank Guarantee for the first two years from the date of

completion). It expires 8 (Eight) Years after commencement of corporate guarantee period.

However, the "OWNER’ agrees that guarantee period shall not be extended by any repairs

or repainting made during this guarantee period.

h. "Defective Areas" mean an area or areas where spontaneous visible corrosion has broken

the paint film to a degree exceeding Rust grade No.6 (1% or more of the area painted) of

SSPC Visual Standard No.2 (Guide to Standard method of evaluating Degree of rusting on

painted steel surfaces), within the Guarantee period and or where softening of paint and or

peeling of paint is noticed. Irrespective of the paint in other respects, such as but not limited

to staining, loss of gloss on an area is not considered defective when corrosion activity is

rust grade No.6 or less during the said Guarantee period :

i. The " Paint supplier/ Applicator (GUARANTOR) hereby confirms that in case of premature

paint failure attributable to the quality of the paint, this Guarantee covers that the

Guarantor will supply paint free of cost and will repaint/rectify free of cost for those areas

(defective) where premature paint failure has been accepted and is attributable to the

quality of paint and or workmanship.

1. EXCLUSIONS/Force Majure

The "GUARANTOR" shall have no liability under this contract for the following:

a. Deterioration and damage to the painting system not caused by wear and tear but by

Welding or other heating, Mechanical action, Fire, Explosion, unusual action of the elements

or any other occurrence outside the Guarantor control, and loss or damage which is a

consequence of the aforementioned excluded causes and occurrences.

b. Coating areas on which repair or other works have been performed by the "owner" after

commencement of painting.

c. Deterioration of coating system caused by physical abuse such as on walkways, handrails,

ladders etc.

d. The " Paint supplier and Applicator” obligations are automatically waived off and void if

coating system are affected as consequences of strike, war, invasion, acts of terrorism, or

foreign enemies, hostilities, civil war, rebellion, insurrection, military or usurped power,

confiscation or Nationalization or requisition or destruction of or damage to property by or

under the order of any Govt or authority and to the extent that loss or damage is directly or

indirectly caused by such circumstances or natural catastrophe.

77

Authorized Signatory of the Paint Manufacturer/Applicator

Name of the Paint manufacturer/ Applicator : ____________________________

Address of the Paint manufacturer/ Applicator : ____________________________

____________________________

____________________________

Seal :

WITNESS

1.

2.

78

ANNEXURE – F

Procedure for Measurement of Dry Film Coating Thickness

Definitions: DFT – Dry Film Thickness

Gauge Reading – A single DFT reading at one point

Spot – A circle of 4 cm diameter

Spot Measurement - Average of acceptable three gauge readings within a spot (circle of 4 cm

diameter)

Spot Measurement Procedure: Minimum of three (3) gauge readings shall be made for each spot measurement of either the substrate or the coating. Repeated gauge readings, even at points close together, may differ due to small surface irregularities of the coating and the substrate. For each new gauge reading move the probe to a new location within 4 cm diameter circle defining the spot. Discard any unusually high or low reading that cannot be repeated consistently. Take the average of the acceptable gauge readings as the spot measurement. Required Number of Measurements for Conformance to a thickness specification Number of Measurements: Make five (5) spot measurements spaced randomly over each 10 m2 (100 ft2) area to be measured. No. of spot measurement beyond five for an area of 10 m2 can be increased as decided by BPCL. The five spot measurements shall be made for each 10 m2 (100 ft2) of area as follows :

a. For structures not exceeding 30 m2 (300 ft2) in area, each 10 sq m2 (100 ft2) area shall be measured.

b. For structures not exceeding 100 m2 (1000 ft2) in area, three 10 m2 (100 ft2) areas shall be randomly selected and measured.

c. For structures exceeding 100 m2 (1000 ft2) in area, the first 10 m2 (1000 ft2) shall be measured as

stated in (b) above and for increment thereof or each additional 100 m2 (1000 ft2) of area, one 10 m2

(1000 ft2) area shall be randomly selected and measured.

d. If the dry film thickness for any 10 m2 (100 ft2) area as mentioned in (b) & ( c) above is not in compliance with the requirements of (e) & (f) as mentioned below, then additional measurements must be made to isolate the nonconforming area.

79

Specifying Thickness : Both a maximum and a minimum DFT should be specified for the coating. If a maximum thickness value is not explicitly specified, the specified thickness shall be minimum.

e. Minimum thickness : The average of five spot measurements for each 10 m2 (100 ft2) area shall not be less than the specified minimum DFT. The average of three guage readings at any single spot measurement in any 10 m2 (100 ft2) area s hall not be less than 80% of the specified minimum DFT. If the average of five spot measurements for a given 10 m2 (100 ft2) area meets or exceeds the specified minimum DFT and any spot measurement does not met 80% of the specified minimum DFT , additional spot measurements may be made to define the non-conforming areas.

f. Maximum thickness : The average of five spot measurements for each 10 m2 (100 ft2) area shall not be more than the specified maximum DFT. No single spot measurement in any 10 m2 (100 ft2) area shall be more than 120% of the specified minimum DFT. If the average of the five spot measurements of a given 10 m2 (100 ft2) area meets or falls below the specified maximum DFT, but one or more spot measurements is more than 120% of the specified minimum DFT, additional spot measurements may be made to define the non-conforming area .

80

81

TABLE – 8

82

83

ANNEXURE – G

SPECIFICATION FOR THERMALLY SPRAYED ALUMINIUM (TSA) COATING

1.0 SCOPE:

The following sections outlines the requirement of supply, application and testing of thermally sprayed aluminum, coatings (TSAC) for corrosion protection of insulated carbon steel piping and equipments with design temperature not exceeding 5400C.

2.0 ITEMS TO BE THERMALLY SPRAYED:

Steel Structures/equipments to be protected by TSAC shall be as per standard 3C of this standard specification. Structures, components thermally sprayed shall not have any uncoated area or shall not be in mechanically connected by flanges etc. to any uncoated bare steel work. Such adjacent areas to TSA coated areas, if not coated by TSA shall have suitable paint coating system as per the standard specification.

3.0 TSAC REQUIREMENTS:

3.1 Surface Preparation:

All the parts to be sprayed shall be degreased according to SSPC-SP 1. The absence of oil and grease after degreasing shall be tested by method given elsewhere in the specification (Refer Sec.6.7). Thereafter the surface to be abrasive blasted to white metal finish as per NACE 1/SSPC-SP 5 for marine and immersion service. Using SSPC VIS 1, it is to be visually assessed that the blast cleaned surface meets requirement of SSPC-SP 5. Thereafter clear cellophane tape test as per ISO 8502-3 shall be used to confirm absence of dust on the blasted surface. Finally blasted surface shall be tested for presence of soluble salts as per method ISO 8502-9. Maximum allowable salt content shall be considered 50mg/m2. (5 micrograms/cm2). In case salt content exceeds specified limit. The contaminated surface shall be cleaned by method as per Annex C of IS 12944-4 (Water Cleaning). After cleaning the surface shall be retested for salt content after drying. Testing shall be carried out at least on each component, once per 200 m2 and a min of 3 times per shift during progress of work.

The blasting media shall be either chilled iron or angular steel grit as per SSPC-AB-3 of mesh size G-16 to G-40. Copper, Nickel slag, Garnet or Aluminum Oxide as abrasives will also be suitable having mesh size in the range of G16 to G24 (10-30 mesh), conforming to SSPC-AB-1. Mesh size shall be required as appropriate to the anchor tooth depth profile requirement and blasting equipment used. The blasted surface should be having angular profile depth not less than 65 microns with sharp angular shape but shall not exceed 85 microns. The profile depth shall be measured according to NACE standard RP 0287 (Replica Tape) or ASTM D 4417 method B (Profile depth gauge).

84

For manual blasting one profile depth measurement shall be taken every 10 - 20m2 of blasted surface.

Surface preparation shall be completed in one abrasive blasting cleaning operation wherever possible.

If rust bloom (visual appearance of rust) appears on the blast cleaned surface before thermal spraying, the affected area shall be reblasted to achieve specified degree of cleanliness after which only thermal spraying shall commence.

Air blasting pressure at nozzle shall be normally maintained at 100 psi. Air pressure and media size should be reduced and adjusted to preclude damage/distortion to thin gauge materials. Blasting time on work piece should be adjusted to only clean the surface and cut required anchor tooth with minimum loss of metal. Blast angle should be as close to perpendicular as possible but in no case greater than ± 30

0 from perpendicular to work surface. Blasting media must be free of debris, excessive fines, and contaminants such as NaCl and sulfur salts (Ref. SEC 6.0 of this Spec.). Blast cleaning shall not be performed when the surfaces to be blasted are wet or less than 5

0 C above dew point temperature or when the relative humidity in the vicinity of the work is greater than 90%.

3.1.1 Blasting Equipment:

The TSAC applicator shall use mechanical (centrifugal wheel) or pressure pot blast cleaning equipment and procedures. Suction blasting equipment shall not be used. Sec. 6.6.2 shall be used to validate clean and dry air.

3.1.2 Feed Stock:

The feed stock shall be in form of wire. The feed stock shall be 99.5% aluminum of commercial purity grade, its composition shall be in accordance with requirement of BS 1475 or ASTM B833 or ISO 209-1 type A 1 (wrought aluminum and aluminum alloys, wire). Wire shall be supplied in protective wrapping indicating batch number and other details.

3.1.3 Thickness Requirement:

The nominal thickness of finished TSAC shall be 250 microns having minimum value of 225 microns at low thickness area (valleys) and not more than 275 microns at peak areas.

The finished thickness shall be measure using SSPC-PA 2 type 2 fixed probe gauge (Magnetic Gauge).

3.1.4 Coating Bond Strength Requirement:

85

The TSAC coating shall have a minimum individual tensile-bond strength value of 1000 psi for flame sprayed and 1500 psi for arc sprayed coating with an average of 2000 psi for arc sprayed coatings. Minimum tensile bond strength should be achieved by proper anchor tooth profile of blasted surface, laying down the TSA thickness in multiple passes and carrying out TSA application under controlled environment.

3.1.5 Porosity:

All thermally sprayed metallic coatings will have porosity. For thermally sprayed aluminium coatings porosity shall not exceed 15% of total surface area for flame sprayed coating and 8% for arc spray coating.

4.0 THERMAL SPRAY APPLICATION PROCEDURE:

Items in the atmospheric zone to be coated by TSA shall be applied by either Flame spray or Arc spray method only. For coating under insulation, application shall be by arc wire method.

4.1 Equipment Set Up:

4.1.1. Thermal spray equipment shall be set up calibrated, operated (1) according to manufacturer instructions/technical manuals and also TSAC applicators refinement thereto and (2) as validated by Procedure Qualification (See 7.0 of this application).

4.1.2 Spray Parameters:

Spray parameters (see table - 9 below) and thickness of each crossing pass shall be set and shall be validated with bend test (See 6.5 of this Spec.).

4.1.3 Spray Parameters:

Spray Parameters Method of Application

Arc voltage Arc wire Spray Flame Wire Spray

27 V -

Air pressure 80 psi 80 psi

Steel surface cleanliness NACE-1 white metal NACE-1 white metal/or Near White metal

Steel surface profile 75 microns (minimum) 75 microns (min.)

Arc current 250 - 280A -

Coating thickness 225 microns (nominal) 225 microns (nominal)

Coating adhesion > 1500 psi (Total coating), see

3.1.4

>1000 psi

Coating porosity Less than 8% Less than 15%

Spray distance (spray Gun work place)

6-8” 5-7”

Spray Pass width 40 mm 20 mm

86

The above parameters to be validated with a bend test by the contractor before start of work (for details of bend test see Sec.6.5 of this Spec.). 4.2 Post Blasting Substrate Condition and Thermal Spraying Period.

4.2.1 The steel surface temperature shall be at least 50C above dew point of ambient air

temperature.

Steel substrate surface temperature shall be recorded by with a contract pyrometer. Thermal spraying should commence within 15 minutes from the time of completion of blasting.

4.2.2 Holding Period:

Time between the completion of final anchor tooth blasting and completion of thermal spraying of blasted surface should be no more than four hours. If within this period rust bloom appears Sec.4.4.1 of this specification will apply.

4.3 Pre-Heating:

For flame spraying, the initial starting area of 1 - 2 square feet to be preheated to approx. 1200 C to prevent condensation of moisture in the flame on the substrate. For arc spraying the preheating is not required.

4.4 Thermal Spraying:

Spraying should commence only after validation of equipment set up by procedure qualification test and spray parameter validation tests described in Sec 7.0 and 6.5 respectively. Thermal spraying must commence within 15 minutes from the time of completion of blast cleaning.

The specified coating thickness shall be applied in several crossing passes. The coating bond strength is greater when the spray passes are kept thin. Laying down an excessively thick spray pass increases the internal stresses in TSAC and decreases the bond strength of total TSAC. The suitable thickness for crossing passes shall be determined by procedure qualification test described in Sec 7.0 of this specification.

For manual spraying, spraying to be done in perpendicular crossing passes to minimize thin spots in coating. Approx. 75 - 100 microns of TSAC shall be laid down in each pass.

The surface geometry of the item or area to be sprayed should be inspected before application. The spraying pass and sequence shall be planned according to following.

- Maintain Gun as close to perpendicular as possible and within ± 30

0 from perpendicular to the substrate.

87

- Maintain nominal standoff distance and spray pass width as given below:

Spray Method Standoff (Inches)

Spray pass width (Inches)

Arc Wire 6 - 8 1 ½ (40 mm)

Flame wire 5 - 7 ¾ (20 mm)

4.4.1 Rust Bloom (Visual appearance of rust or Discoloration):

If Rust bloom appears on the blasted surface before thermal spraying, the affected area shall be reblasted to achieve the specified level of cleanliness.

If Rust bloom in form of discoloration, or any blastering or a degraded coating appears at any time during application of TSAC, then spraying shall be stopped and acceptable sprayed area shall be marked off. The unsatisfactory areas shall be repaired to the required degree of surface cleanliness and profile.

Blast the edges of the TSAC to provide 2 – 3” feathered area overlap of the new work into existing TSAC.

Then apply TSAC to the newly prepared surfaces and overlap the existing TSAC to the extent of feathered edge so that overlap is a consistent thickness.

4.4.2 Masking:

Masking all those parts and surfaces which are not required to be thermally sprayed as instructed by purchaser should be inspected by applicator to ensure that they are properly marked and covered by purchaser.

Complex geometries (flanges, valve manifolds, intersections) shall be masked by applicator to minimize overspray i.e. TSAC applied outside spray parameters (primarily gun to substrate distance and spray angle).

4.4.3 TSAC Finish:

The deposited TSAC shall be uniform without blisters, cracks, loose particles, or exposed steel as examined with 10 X magnification.

5.0 SEALER:

Sealant shall be applied after satisfactory application of TSAC and completion of all testing and measurements of the finished TSAC as per Sec 6.0 of this specification.

88

For shop work Sealer shall be applied immediately after thermal spraying and for field work sealer shall be applied within 8 hours. The sealcoat shall be thin enough to penetrate into the body of TSAC.

The sealant shall be Silicone Alkyd Aluminum paint having DFT not more than 35 – 40 micron. Typically seal coast shall be applied at a spreading rate resulting in theoretical 38 microns DFT. The seal coat shall be applied in accordance with SSPC-PA 1 and the paint manufacturer instruction for sealing.

6.0 TESTING AND MEASUREMENT SCHEDULE:

6.1 Surface Finish:

That the blasted cleaned surface meets the required criteria (NACE 1/SSPC-SP 5) shall be visually inspected using SSPC-VIS 1. The clear cellophane-tape test as per ISO 8502-3 shall be used to confirm absence of dust or foreign debris on the cleaned surface. Checks shall be done on each component at least once per 200 m2 of blasted surface and minimum of 3 checks per shift.

6.2 Blast Profile Measurement: (In-Process testing during actual production before application

of TSA coating)

The angular profile depth measurement shall be done by profile tape as per method NACE Standard RP 0287 or ASTM D 4417 method B (Profile depth gauge micrometer). Spot measurement shall be carried out every 15 m2 of blasted surface. At each spot three measurements shall be taken over an area of 10 cm2 and average of measurements to be recorded and reported. If profile is <65 microns blasting shall continue till greater than 65 microns depth profile is achieved.

6.3 TSAC Thickness (In-Process Testing for finished coating during regular production)

6.3.1 TSAC finished thickness shall be measured using SSPC-PA 2 type 2 fixed probe gauge. 6.3.2 For flat surfaces, measurements shall be taken along a straight measurement line,

one measurement line for every 15 m2 of applied TSAC shall be selected along which 5 measurements to be taken at 25 mm internal and average to be reported.

6.3.3 For curved surface or complex geometry, 5 measurements shall be taken at a spot

measuring 10 cm2 in area. One spot to be taken for every 15 m2 of applied TSAC area.

6.3.4 The TSAC thickness in surface changes or contour changes, welds and attachments

shall be also measured and reported. 6.3.5 If TSAC is less than specified minimum thickness, apply additional TSAC until

specified thickness range is achieved.

89

6.3.6 All locations and values of TSAC thickness measurements shall be recorded in Job

Record (JR). 6.4 Tensile Bond Testing (In-Process testing for finished coating during regular production)

- Tensile Bond strength of the TSAC finish coat shall be determined according to ASTM D 4541 using a self-aligning adhesion tester.

- One measurement shall be made every 50 m2. If tensile bond at any individual spot

is less than 1000 psi for flame sprayed coating and 1500 psi for arc sprayed coating the degraded TSAC shall completely removed and reapplied.

- The tensile bond portable test instrument to be calibrated according to ASTM C 633.

6.5 Bend Tests:

Bend test shall be carried out at beginning of each work shift. Bend tests shall also be conducted on sample coupons before start of thermal spraying work to qualify the following as mentioned earlier in this specification.

- To qualify spray parameters and thickness of each crossing pass.

6.5.1 Test Procedure:

a) Five corrosion control steel coupons each of dimension 50 mm x 150 mm x

1.3 mm thk. to be prepared. b) Surface shall be prepared by dry abrasive blast cleaning as per this

specification. c) TSAC shall be applied as per specified thickness range. TSAC should be

sprayed in crossing passes laying down approx. 75 – 100 microns in each pass.

d) TSAC applied coupons shall be bent 1800 around a 13 mm diameter mandrel. e) Bend test shall be considered passed if on bend radius there is

- No cracking or spalling or lifting by a knife blade from the substrate - Only minor cracking that cannot be lifted from substrate with a knife

blade.

f) Bend test fails if coating cracks with lifting from substrate.

90

6.6 Tests for blasting media, blasting air

6.6.1 Blasting Media (For every fresh batch of media and one random test during blasting)

Blasting Media shall be visually inspected for absence of contamination and debris using 10 X magnification.

a) Inspection for the absence of oil contamination shall be conducted using

following procedure:

- Fill a small clean 200 ml bottle half full of abrasive. - Fill the bottle with potable water, cap and shake the bottle. - Inspect water for oil film/slick. If present, the blasting media is not to be

used.

b) Soluble salt contamination if suspected shall be verified by method ASTM D 4940. If present, media to be replaced.

c) Clean blasting equipment, especially pot and hoses, and then replace blasting

media and retest.

6.6.2 Test for Blasting Air (Once Daily before start of blasting and once at random during blasting).

The air for blasting shall be free from moisture and oil. The compressor air shall be checked for oil and water contamination per ASTM D 4285.

6.7 Test for presence of oil/grease and contamination

The steel substrate after degreasing as per SSPC-SP 1 shall be tested as per following procedure to validate absence of oil and grease contamination.

a) Visual inspection – Continue degreasing until all visible signs of contamination are

removed. b) Conduct a solvent evaporation test by applying several drops or a small splash or

residue-free dichloromethane on the suspect area especially pitting, crevice corrosion areas or depressed areas. An evaporation ring formation is indicative of oil and grease contamination.

Continue degreasing and inspection till test is passed.

91

7.0 TSAC APPLICATOR QUALIFICATION:

Following tests to be carried out as part of procedure qualification test for the applicator.

- Thickness measurement - Coating bond strength - Porosity test - Bend strength

TSAC applicator’s surface finishing and application process and equipment set up, calibration and operation shall be qualified by application of TSA on a reference sample which shall be used as a comparator to evaluate the suitability of application process. Only that applicator will be permitted to carry out the work when test specimens coated by the applicator meets the desired requirements as cited below.

The sample shall be made of a steel plate measuring approx. 18” x 18” x ¼” thick. If the actual work is less than ¼” thick then the sample to be made from material of representative thickness. The surface preparation, TSAC application shall be made with actual field equipments and process/spray parameters and procedures as per the specification. The depth profile of blasted surface, TSAC coating thickness for each cross pass and total thickness range shall be as per specification. The surface preparation and thermal spraying shall be carried out in representative environmental conditions spraying with makeshift enclosure.

7.1 After application of coating, thickness and tensile bond measurements shall be made in

following manner.

- Divide the sample piece into four quadrants. - Measure thickness along the diagonal line of each quadrant. - For each quadrant five in-line thickness measurements at 1” interval shall be done using

SSPC-PA 2 type 2 fixed probe gauge. Thus a total of four “five in line” thickness measurements to be done for the whole sample.

- One tensile bond measurement using ASTM D 4541 type III or IV portable self aligning test instrument to be done at centre of each quadrant. Total of 4 measurements for the sample.

- One porosity evaluation test by Metallographic examination shall be conducted to demonstrate the achievement of porosity within the limits specified. Sample shall be prepared for Metallographic examination as per ASTM E-3.

92

- The procedure shall be considered qualified if thickness and tensile-bond strength and porosity values meet the specification requirement.

7.2 Bend Test: Bend test shall be carried out as detailed at Sec.6.5 of this specification.

Applicators thermal spray equipment set-up, operation and procedure of application including in-process QC checkpoints adopted during procedure qualification as described above should be always subsequently followed during entire duration of work.

8.0 DOCUMENTATION:

The following information shall be provided by TSAC applicator before award of work.

- TSAC application process consisting of equipment capabilities and their technical parameters, feed stock material and source of procurement.

- Detailed application procedure and in-process quality control check points for (a) surface

preparation (b) thermal spraying (c) seal coats.

- Type and specification of instruments to be deployed for measurement of blast profile depth, TSAC thickness and tensile bond.

- Paint manufacturer data sheet for the selected sealing coat to be applied.

9.0 RECORDS:

- The TSAC applicator shall maintain job record to record production and QC information. All the results of the tests and quality control checks shall be entered in the record for each component/part thermally sprayed. All the result of tests (thickness, tensile bond, bond tests) and other validation tests (e.g. procedure qualification test, test for surface cleanliness after abrasive blasting, test for cleanliness of abrasives and air) shall also be recorded and duly signed by owner.

- All the information mentioned in Sec 8.0 above should also form part of the job record.

- Any modification affected after procedure qualification in the procedure, QC, spray parameter, equipment spec to the original information (submitted before award of the work) must also form part of Job record.

10.0 WARRANTY:

The TSAC applicator shall warrant the quality of material used by providing the purchaser with a certificate of materials used to include

93

- Spray feed stock: Alloy type/designation, Lot Number, wire diameter, chemical analysis, name of supplier, manufacturer.

- Sealant: Name of manufacturer, application data sheet.

11.0 SAFETY:

The TSAC applicator shall follow all safety procedures required by the purchaser/owner. Owner shall also give compliance requirement to be followed by applicator. The applicator shall follow all appropriate regulatory requirements.

12.0 CODES AND STANDARDS:

This specification shall apply in case of conflict between specification and following applicable standards:

AWS C.2.17 Recommended Practice for Electric arc Spray

ASTM C 633 Test Method for Adhesive/Cohesive Strength of Flame Sprayed Coatings

ASTM D 4285 Method for indicating Oil or Water in Compressed Air

ASTM D 4417 Test Method for Field Measurement of Surface Profile of Blasted Steel

BS 2569 Specification for Sprayed Metal Coating

NACE Standard RP 0287 Field Measurement of Surface Profile of Abrasive Blast Cleaned Steel Surfaces using a Replica Tape

ASTM D 4541 Test method for Pull-Off Strength of Coating Using Portable Adhesion Testers

ANSI/AWS C2.18 Guide for the Protection of Steel with Thermal Spray Coatings of Aluminum, Zinc and their Alloys and Composites

NACE No.12/AWS C2.23M/SSPC-CS 23.00

Specification for the application of thermal spray coatings (Metalizing) of aluminum, zinc, and their alloys and composites for the corrosion protection of steel

SSPC Publication The inspection of coating and linings: A Handbook of Basic practice for Inspectors, Owners and Specifiers

SSPC-AB 1 Mineral and Slag Abrasives

SSPC-AB 3 Ferrous Metallic Abrasives

SSPC-PA 1 Shop, Field and Maintenance Painting of Steel

SSPC-PA 2 Measurement of Dry Coating Thickness with Magnetic Gages

NACE No.1/SSPC-SP 5 White Metal Blast Cleaning

NACE No.2/SSPC-SP 10 Near – White Metal Blast Cleaning

SSPC-VIS 1 Guide and Reference Photographs for Steel Surfaces Prepared by Dry Abrasive Blast Cleaning

94

ANNEXURE – H

EXTERNAL FLOATING ROOF INTERNAL FLOATING ROOF FIXED ROOF

1. Top Shell Course of External Floating Roof tank

2. Top Shell Course of Internal Floating Roof tank or Fixed Roof

3. Roof underside of External Floating Roof & Internal Floating Roof & Fixed Roof.

4. Trusses of Fixed roof and top side of Internal Floating Roof.

95

TANK SHELL PAINTING – INTERNAL

96

ANNEXURE – I

BRAND NAMES OF PAINTS: Note: These brand names of paints are indicative; continuous change in product name shall be considered during execution. Only five vendors’ brand names are mentioned herewith as indicative, however other approved vendors equivalent brands shall also be treated as accepted. In case of conflict between generic name and product name, Generic name of the paint for the specified services shall be considered final.

Table – A

BPCL SPECIFICATIONS M/S ASIAN M/S SIGMA

SR. NO. SYSTEM PRIMER SPECIFIED

VOL. SOLIDS

BRAND NAME Vol. Solids

% BRAND NAME

Vol. Solids %

1 P1 Inorganic Zinc ethyl silicate primer (Minimum 85% Zinc dust by weight in the dried film)

60 2 % Apcosil 605(85%) 65 Sigmazinc 170 65

2 P2 Epoxy red oxide zinc phosphate primer

50 2 % Apcodur EHB ZP Primer 58 Sigmacover 246 64

3 P4 Self priming surface tolerant epoxy mastic paint

80 ±2 % Rust-O-Cap 80 Sigmacover 620 80

4 P5 Amine Adduct Cured Epoxy Holding Primer

60 2 % Apcodur CP 682 58 Not Available

5 P6 Two Component Polyamide cured Epoxy Primer

57%±2 % Apcodur EHB ZP Primer 58 Sigmacover 280 57

6 P7 Epoxy red oxide zinc phosphate PRIMER SUITABLE FOR GI SURFACE

50 3 % Apcodur CP 681 58 Sigmacover 280 57

FINISH PAINTS

7 F1 High build two pack ployamide cured epoxy

60 2% Asian HB Epoxy Coating 65 Sigmacover 410 80

97

BPCL SPECIFICATIONS M/S ASIAN M/S SIGMA

SR. NO. SYSTEM PRIMER SPECIFIED

VOL. SOLIDS

BRAND NAME Vol. Solids

% BRAND NAME

Vol. Solids %

8 F2 Low VOC High build Surface tolerant Epoxy pigmented with Al, Micaceous iron oxide

80% Rust-O-Cap MIO 80 Not Available -

9 F3 Epoxy glass flake paint (amine adduct -Buried Pipelines)

87 3% Apcotide 1200 85 Sigmashield 905 100

10 F4

Two pack Epoxy based tank liner (Amine cured) (Immersed Services For - Hexane ,Motor spirit, Naphtha, IBP 60, Kerosene, Mineral turpentine, HSD, Flushing oil,LDO, ATF, Methyl Tertiary Butyl ether, Lube Oil, Caustic, services. )

60 2 %

Paint with Laboratory Paint performance

certificates for specified services at operating

temperature & condition

60

Paint with Laboratory Paint performance

certificates for specified services at

operating temperature &

condition

60

11 F5 Two Component solvent free amine cured epoxy (Immersion services)

100% APCOGUARD SF 722 100 Sigmaguard CSF 650 100

12 F6 Solvent Free Epoxy amine cured (Potable Water )

100% Apcoguard SF 155 100 Sigmaguard CSF 585 100

13 F7 Epoxy coal tar paint (Immersion Grade)

64 2% Apcodur CF 655 80 Sigmacover 300 71

14 F9 Solvent free amine cured epoxy reinforced with glass flakes. (Sea Water Pipeline internal)

100 Not Available - Sigmashield 905 100

15 F10 Epoxy glass flake paint (amine adduct)(IMMERSION SERVICES)

90 ± 3%

Paint with Laboratory Paint performance

certificates for specified services at operating

temperature & condition

100

Paint with Laboratory Paint performance

certificates for specified services at

operating temperature &

100

98

BPCL SPECIFICATIONS M/S ASIAN M/S SIGMA

SR. NO. SYSTEM PRIMER SPECIFIED

VOL. SOLIDS

BRAND NAME Vol. Solids

% BRAND NAME

Vol. Solids %

condition

HIGH TEMPERATURE PAINTS

16 T1 Boiler composition 40 ± 2 % Apcomin Interior Boiler

Composition 46 Not Available -

17 T2 Bituminous stack black 40 ± 2 % Asian Bituminous

Coating. 50 Not Available -

18 T3 Zinc dust graphite paint 40 ± 2 % Not Available - Not Available -

19 T4 Oleoresinous based heat resistant Aluminium paint (up to 250 deg. C)

30 ± 2 % Asian Heat Resisting Al

Paint 30 Not Available -

20 T6 Silicone Heat resistant Aluminum paint (400 - 600 deg. C)

28 ± 2 % Apcotherm HR 600(upto

600 Deg C) 28 Not Available -

21 T8

Two component high solid, high temperature phenolic CUI (corrosion under insulation Epoxy coating (UP TO 200 DEG. C)

67 2% Apcotherm EPN 200 70 Sigmatherm 230 68

22 T9 Heat resistant Engineered Polysiloxane

75% 2% Not Available - PSX-738 84

23 T10 Temperature indicating paint based upon modified silicone

42% Not Available - Not Available -

99

BPCL SPECIFICATIONS M/S ASIAN M/S SIGMA

SR. NO. SYSTEM PRIMER SPECIFIED

VOL. SOLIDS

BRAND NAME Vol. Solids

% BRAND NAME

Vol. Solids %

24 T11

Two component high solid High temperature (suitable up to minimum 120 deg C. immersed heat) phenolic epoxy coating.-2x100 microns(IMMERSION SERVICES For - LR, Waxy, HGO,Fuel oil, cycle oil, LSHS, Lube waxy , Benzene, Toluene, Methanol, Extract, services.)

67 2%

Paint with Laboratory Paint performance

certificates for specified services at operating

temperature & condition

67

Paint with Laboratory Paint performance

certificates for specified services at

operating temperature &

condition

67

POLYURETHANE PAINTS

25 U1 Acrylic Aliphatic weather resistant polyurethane paint

2% Apcothane CF 678/

Apcothane HBPU Finish 57/64 Sigmadur 550 55

ALKYD BASED PAINT

26 B1 Synthetic enamel paint 40 ± 2 % Apcomin Synthetic

Enamel 42 Sigmarine 48 45

27 B2 Oil based Aluminium paint 40 ± 2 % Asian Al 40 Not Available -

Table – A (Continued…)

BPCL SPECIFICATIONS M/S AKZO NOBEL M/S HEMPEL

SR. NO. SYSTEM PRIMER SPECIFIED

VOL. SOLIDS

BRAND NAME Vol. Solids

% BRAND NAME

Vol. Solids %

1 P1

Inorganic Zinc ethyl silicate primer (Minimum 85% Zinc dust by weight in the dried film)

60 2 % Interzinc 22 63 Galvosil 15700 65

100

BPCL SPECIFICATIONS M/S AKZO NOBEL M/S HEMPEL

SR. NO. SYSTEM PRIMER SPECIFIED

VOL. SOLIDS

BRAND NAME Vol. Solids

% BRAND NAME

Vol. Solids %

2 P2 Epoxy red oxide zinc phosphate primer

50 2 % Intergard 251 63 Hempadur 1530C 51

3 P4 Self priming surface tolerant epoxy mastic paint

80 ±2 % Inteseal 547 80 Hempadur Mastic

47550 81

4 P5 Amine Adduct Cured Epoxy Holding Primer

60 2 % Interline 1012 60 Hempadur 15500 68

5 P6 Two Component Polyamide cured Epoxy Primer

57%±2 % Intergard 251 63 Hempadur 15553 55

6 P7

Epoxy red oxide zinc phosphate PRIMER SUITABLE FOR GI SURFACE

50 3 % Intergard 269 47 Hempadur 15553 55

FINISH PAINTS

7 F1 High build two pack ployamide cured epoxy

60 2% Intergard 966 62 Hempadur Mastic

47550 81

8 F2

Low VOC High build Surface tolerant Epoxy pigmented with Al, Micaceous iron oxide

80% Interplus 256 80 Hempadur Mastic

4588 (mixed) 80

9 F3 Epoxy glass flake paint (amine adduct -Buried Pipelines)

87 3% Interzone 505 90 Multi-Strength 35870

GF 87

10 F4

Two pack Epoxy based tank liner (Amine cured) (Immersed Services For - Hexane ,Motor spirit, Naphtha, IBP 60, Kerosene, Mineral turpentine, HSD, Flushing oil,LDO, ATF, Methyl Tertiary Butyl ether, Lube Oil, Caustic, services. )

60 2 %

Paint with Laboratory Paint performance

certificates for specified services at operating

temperature & condition

60

Paint with Laboratory Paint performance

certificates for specified services at

operating temperature &

condition

60

101

BPCL SPECIFICATIONS M/S AKZO NOBEL M/S HEMPEL

SR. NO. SYSTEM PRIMER SPECIFIED

VOL. SOLIDS

BRAND NAME Vol. Solids

% BRAND NAME

Vol. Solids %

11 F5

Two Component solvent free amine cured epoxy (Immersion services)

100% Interline 925P 100 Multi-Strength

35530/1 100

12 F6 Solvent Free Epoxy amine cured (Potable Water )

100% Interline 925 100 Multi-Strength

35530/1 100

13 F7 Epoxy coal tar paint (Immersion Grade)

64 2% Not Available - Hempadur Coaltar

15130 70

14 F9

Solvent free amine cured epoxy reinforced with glass flakes. (Sea Water Pipeline internal)

100 Interline 925 GF 100 Not Available -

15 F10 Epoxy glass flake paint (amine adduct)(IMMERSION SERVICES)

90 ± 3%

Paint with Laboratory Paint performance

certificates for specified services at operating

temperature & condition

90

Paint with Laboratory Paint performance

certificates for specified services at

operating temperature &

condition

90

HIGH TEMPERATURE PAINTS

16 T1 Boiler composition 40 ± 2 % Not Available - Not Available -

17 T2 Bituminous stack black 40 ± 2 % Intertuf16 53 Hempinol 10220 50

18 T3 Zinc dust graphite paint 40 ± 2 % Not Available - Not Available -

19 T4

Oleoresinous based heat resistant Aluminium paint (up to 250 deg. C)

30 ± 2 % Intertherm 919 25 2 % Hempel Silicon Acrylic 56940

54

20 T6 Silicone Heat resistant Aluminum paint (400 - 600 deg. C)

28 ± 2 % Not Available - Hempel Silicon

Aluminium 56914 43

102

BPCL SPECIFICATIONS M/S AKZO NOBEL M/S HEMPEL

SR. NO. SYSTEM PRIMER SPECIFIED

VOL. SOLIDS

BRAND NAME Vol. Solids

% BRAND NAME

Vol. Solids %

21 T8

Two component high solid, high temperature phenolic CUI (corrosion under insulation Epoxy coating (UP TO 200 DEG. C)

67 2% Intertherm 228 67 Hempadur 85671 68

22 T9 Heat resistant Engineered Polysiloxane

75% 2% Not Available Not Available -

23 T10 Temperature indicating paint based upon modified silicone

42% Intertherm 715 42 Hempel Thermo-

Colour 56980 57

24 T11

Two component high solid High temperature (suitable up to minimum 120 deg C. immersed heat) phenolic epoxy coating.-2x100 microns(IMMERSION SERVICES For - LR, Waxy, HGO,Fuel oil, cycle oil, LSHS, Lube waxy , Benzene, Toluene, Methanol, Extract, services.)

67 2%

Paint with Laboratory Paint performance

certificates for specified services at operating

temperature & condition

67

Paint with Laboratory Paint performance

certificates for specified services at

operating temperature &

condition

67

POLYURETHANE PAINTS

25 U1 Acrylic Aliphatic weather resistant polyurethane paint

2% Interthane 138 50 Hempathane 55190 63

ALKYD BASED PAINT

26 B1 Synthetic enamel paint 40 ± 2 % Interlac 826 64 Hempalin 52140 46

27 B2 Oil based Aluminium paint 40 ± 2 % Intertherm Al 40 Hempel Al 40

103

Table – A (Continued…)

BPCL SPECIFICATIONS M/S JOTUN

SR. NO. SYSTEM PRIMER SPECIFIED

VOL. SOLIDS

BRAND NAME Vol. Solids

1 P1 Inorganic Zinc ethyl silicate primer (Minimum 85% Zinc dust by weight in the dried film)

60 2 % Resist 86 67%

2 P2 Epoxy red oxide zinc phosphate primer

50 2 % Penguard HSP ZP 73%

3 P4 Self priming surface tolerant epoxy mastic paint

80 ±2 % Jotamastic 80 80%

4 P5 Amine Adduct Cured Epoxy Holding Primer

60 2 % Tankguard Storage 63%

5 P6 Two Component Polyamide cured Epoxy Primer

60%±2 % Not Available -

6 P7 Epoxy red oxide zinc phosphate PRIMER SUITABLE FOR GI SURFACE

50 3 % Penguard Primer 51%

FINISH PAINTS

7 F1 High build two pack ployamide cured epoxy

60 2% Penguard Midcoat 82%

8 F2 Low VOC High build Surface tolerant Epoxy pigmented with Al, Micaceous iron oxide

80% Not Available -

9 F3 Epoxy glass flake paint (amine adduct -Buried Pipelines)

87 3% Marathon XHB 96%

104

BPCL SPECIFICATIONS M/S JOTUN

SR. NO. SYSTEM PRIMER SPECIFIED

VOL. SOLIDS

BRAND NAME Vol. Solids

10 F4

Two pack Epoxy based tank liner (Amine cured) (Immersed Services For - Hexane ,Motor spirit, Naphtha, IBP 60, Kerosene, Mineral turpentine, HSD, Flushing oil,LDO, ATF, Methyl Tertiary Butyl ether, Lube Oil, Caustic, services. )

60 2 %

Paint with Laboratory Paint performance

certificates for specified services at

operating temperature &

condition

60

11 F5 Two Component solvent free amine cured epoxy (Immersed services )

100% Tankguard SF 100%

12 F6 Solvent Free Epoxy amine cured (Potable Water )

100% Tankguard DW 100%

13 F7 Epoxy coal tar paint (Immersion Grade)

64 2% Not Available -

14 F9 Solvent free amine cured epoxy reinforced with glass flakes. (Sea Water Pipeline internal)

100 Not Available -

15 F10 Epoxy glass flake paint (amine adduct)(IMMERSION SERVICES)

90 ± 3%

Paint with Laboratory Paint performance

certificates for specified services at

operating temperature &

condition

96%

HIGH TEMPERATURE PAINTS

16 T1 Boiler composition 40 ± 2 % Not Available -

17 T2 Bituminous stack black 40 ± 2 % Not Available -

105

BPCL SPECIFICATIONS M/S JOTUN

SR. NO. SYSTEM PRIMER SPECIFIED

VOL. SOLIDS

BRAND NAME Vol. Solids

18 T3 Zinc dust graphite paint 40 ± 2 % Not Available -

19 T4 Oleoresinous based heat resistant Aluminium paint (up to 250 deg. C)

30 ± 2 % Aluminum Paint HR 45%

20 T6 Silicone Heat resistant Aluminum paint (400 - 600 deg. C)

28 ± 2 % Solvalitt Alu. 40%

21 T8

Two component high solid, high temperature phenolic CUI (corrosion under insulation Epoxy coating (UP TO 200 DEG. C)

67 2% Epoxy HR 63%

22 T9 Heat resistant Engineered Polysiloxane

75% 2% Not Available -

23 T10 Temperature indicating paint based upon modified silicone

42% Not Available -

24 T11

Two component high solid High temperature (suitable up to minimum 120 deg C. immersed heat) phenolic epoxy coating.-2x100 microns(IMMERSION SERVICES For - LR, Waxy, HGO,Fuel oil, cycle oil, LSHS, Lube waxy , Benzene, Toluene, Methanol, Extract, services.)

67 2% Not Available -

POLYURETHANE PAINTS

25 U1 Acrylic Aliphatic weather resistant polyurethane paint

2% Hardtop XP 63%

ALKYD BASED PAINT

26 B1 Synthetic enamel paint 40 ± 2 % Not Available -

106

BPCL SPECIFICATIONS M/S JOTUN

SR. NO. SYSTEM PRIMER SPECIFIED

VOL. SOLIDS

BRAND NAME Vol. Solids

27 B2 Oil based Aluminium paint 40 ± 2 % Not Available -