material requisition for effluent treatment plant...
TRANSCRIPT
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 1 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
MATERIAL REQUISITION
FOR
EFFLUENT TREATMENT PLANT
(ETP)
Hindustan Petroleum Corporation Ltd
Visakha Dispatch Station
VR-ATP Area, Naval Base Post
Visakhapatnam - 530 014
Andhra Pradesh
Mott MacDonald Consultants (India) Pvt. Ltd.
Kothari House, CTS No. 185
Off Andheri - Kurla Road
Andheri (East)
Mumbai 400 059
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 3 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
List of Content Page No
1 Introduction 5
2 Location and Environmental Conditions 6
3 Scope of Supply 6
3.1 Process Description 6
3.2 Equipment and Materials 6
3.3 Engineering Services 8
3.4 Exclusions 8
4 Applicable Codes, Specifications and Standards 8
4.1 General 8
4.2 Codes and Standards 8
4.3 Other Specifications and Standards 9
4.4 Conflicting Requirements 9
5 Design Requirements 10
5.1 Mechanical Requirements 10
5.2 Instrumentation Requirements 10
5.3 Electrical Requirements 10
6 Quality Assurance 11
7 Inspection and Testing 11
7.1 Factory Inspection & Testing 11
7.2 Vendor Requirements 13
7.3 Performance Guarantee 13
7.4 Works Inspection and Notification 13
8 Vendor Documentation 13
8.1 Documents/ Information to be supplied with offer 13
8.2 Document/ Information to be supplied After Award of Contract 14
9 Manufacturing Schedule 14
10 Spares and Special Tools 14
10.1 Spares 14
10.2 Special Tools 14
11 Packing and Shipping 15
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 4 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
12 Installation and Commissioning 15
Appendix A: Attachments 16
Appendix B: Water Quality 17
Appendix C: Requisition of Engineering Documents (Red Form) 18
Appendix D: Table of Compliance 19
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 5 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
1 Introduction
1.1 This specification covers the minimum requirements for the design, engineering, material
procurement, civil construction, fabrication, painting, assembly, Inspection, supply, shipment,
erection and commissioning of Effluent Treatment Package (ETP) for “Re-sitement of
Integrated Marketing Facility at Vishakhapatnam – Black Oil Terminal.
Definitions:
Company/End User/ Owner : Hindustan Petroleum Corporation Ltd (HPCL)
Purchaser : Hindustan Petroleum Corporation Ltd (HPCL)
Engineer / Consultant : Mott MacDonald Consultants (India) Pvt. Ltd.
Vendor : Supplier of Effluent Treatment Package (ETP).
Shall : This is to be understood as a mandatory in relation to the
requirements of this document.
Should : This is to be understood as a strong recommendation to
comply with the requirements of this document
The ETP is as follows:
Sr.
No. Tag No. Quantity Description
1 300ETP-001 ONE Effluent Treatment Plant – 150 m3/h
1.2 The Vendor shall be responsible for the design, engineering, fabrication, assembly, inspection,
co-ordination, testing, delivery and proper performance of the ETP.
1.3 The Vendor shall ensure that the design complies with the requirements of this requisition and
its referenced specifications and standards. The data sheets, which form part of this
specification, shall be completed by the Vendor. The Vendor shall highlight any non-
compliance at the offer stage in the Table of Compliance, Appendix D. The Table of
Compliance and filled in data sheets shall form a part of the offer. Not providing completed
compliance table and data sheets can cause rejection of the offer. Failure to clearly identify
specific deviations shall be assumed by the Purchaser to be total compliance with the
requisition.
Only those deviations that are specifically agreed to, by the Purchaser prior to award of the
order will be incorporated into the purchase order. Deviations to the specification will not be
allowed after award of order. Unless referred to in the Table of Compliance (Appendix D), it
will be assumed that all specifications are adhered to and that they do not have implications
with respect to cost, delivery and integrity of the equipment.
1.4 The Vendor shall procure third party material from vendors listed in the approved Vendor List
only, unless the particular type of material is not covered by the list, and a special dispensation
to deviate from the list has been granted in writing by the Purchaser. Company will reject any
materials found at any stage to be out of the approved VENDOR or sub Vendor list.
1.5 Note that “lead times” will not be considered by the COMPANY as a justifiable reason for
using alternate VENDOR.
1.6 This requisition shall in no way relieve the Vendor from final guarantee as to materials,
apparatus, workmanship and performance of the equipment and services supplied.
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 6 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
1.7 All correspondence and documentation shall be in English. All measurements and units shall
be in SI units.
Where necessary for a specific application, alternative units may be indicated in brackets
behind the SI units.
1.8 The VENDOR shall guarantee the equipment and all component parts against defective
workmanship and improper materials for the agreed period following the date of delivery of
the equipment or from commencement of operation as agreed. The VENDOR shall replace or
repair (the carrying out of all work including uncovering, removal, procurement and
reinstallation and construction as may be necessary) the components that are defective at their
own cost during the guarantee period at a suitable time to the COMPANY. Guarantee period
shall be as per the Contract and to be covered in commercial documentation.
2 Location and Environmental Conditions
For local conditions refer Document no. 254625-300-SP-GEN-001.
3 Scope of Supply
3.1 Process Description
The treatment scheme shall be designed to treat the waste water collected from Tank Truck
gantry, Tank Wagon Gantry, Pump house and Tank farm area.
The Oily water is passed through a bar screen to remove any bigger size material and collected
in oily water collection sump for 10 minutes. The overflow from this sump is feed to Plate
pack by siphon pipe. The plate pack compartment removes free oil and suspended solids settle
at the bottom. The floating oil on the water surface is removed by rotating belt skimmer and is
collected in the RCC slop oil tank by gravity. The Slop oil shall be pumped to an underground
horizontal Slop oil tank. The sludge collected at the bottom of Plate pack unit is removed
intermittently by using vacuum pump and dried in Sludge drying pits. The Sludge drying pits
are provided by under flow laterals which take away water. The sludge dried in open
atmosphere will be bio remediated.
The de-oiled effluent flows from Plate pack chamber to collection chamber by siphon pipe.
This effluent is pumped through Multi Media filter (MMF) and Coalescer Filter to remove oil
traces. The outlet of the Coalescer filter is disposed vide storm water drains. The Oil collected
in the top chamber of the MMF and Coalescer filter is removed based on the signal from Oil
Level Sensor which opens the Motorized valve and the Oil flow to Slop Oil Tank by gravity.
The provision is made to re-circulate the treated effluent back to the inlet of the treatment
scheme so as to maintain flow during dry period. The Backwash of the MMF is initiated
manually using Fire Water Hydrant. To facilitate the backwash the termination point for
backwash shall have suitable connection to connect Fire hydrant. The backwash water of the
MMF is routed to the Oily water collection sump by gravity.
A brief scheme is shown in the attached sketch no. 254625-300-SKT-MEC-001 Rev. B. All
the drain lines carrying oily water shall be heat traced to avoid slop formation.
3.2 Equipment and Materials
Scope of supply of Effluent Treatment Plant shall include but not necessarily be limited to
following. Any additional equipment required to achieve treated water quality shall be
supplied by the Vendor.
D
D
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 7 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
• Bar screen for installation in the inlet channel.
• Plate pack unit for oil removal.
• Belt Skimmer for floating oil removal.
• Vacuum Pumps with motor for Oily sludge removal.
• Set of under flow laterals and Media for the Sludge drying pit.
• Coalesce filter complete with frontal Piping, Auto valves (Electrically Actuated), Internals,
Interconnecting Piping and Internals. Filter design shall be as per ASME Section VIII Div.
I, latest edition.
• Multi media filter complete with frontal Piping, Auto Valves (Electrically Actuated),
Media, Interconnecting Piping and Internals. Filter design shall be as per ASME Section
VIII Div. I, latest edition.
• Oily Water feed Pumps with Motors mounted on common base plate complete with
flexible spacer type couplings, non-sparking coupling guards, suction and discharge piping
and valves.
• ETP Slop Oil transfer pumps with Motors mounted on common base plate complete with
flexible spacer type couplings, non-sparking coupling guards, suction and discharge piping
and valves. ETP Slop Oil transfer pumps shall be as per API 610, 10th edition. The ETP
slop oil transfer pumps shall be capable of transferring Slop oil of Sp. Gravity 0.95 and
Viscosity of 780 CP (Max). The Capacity of Pump shall be 1.0 m3/h @ 3.0 kg/cm
2g
discharge pressure. The Motor for ETP Slop Oil transfer shall be selected for end of curve.
• Civil design and Construction of Sumps, Pits, Equipment foundations and Control room.
• Motor Control Centre (MCC), Local Control Panel, Supply of cables within the battery
limit and termination in the control panel/ MCC located in safe area near the ETP
(Drawing no. 254625-300-SKT-A3-3786 Rev.A for exact location of control room).
Purchaser shall provide one point power supply in the MCC Incomer.
• All necessary interconnecting piping/tubing and valves within the battery limit of the
package. Purchaser will provide one point Instrument air supply within battery limit.
Vendor to provide the estimated Instrument Air Supply requirement.
• Heat tracing by use of Electrical tracers for oily water carrying lines and drains (By others)
• Instrumentation as required for control and monitoring the quality of treated water.
• Lifting & Earthing lugs for packaged unit, Vessels and Pump sets.
• Anchor bolts, fixing bolts, jack screw bolts, shims, etc.
• First fill of lubricants to be supplied separately along with the pump sets.
• Commissioning & Start-up Spares.
• List of Spares for two years trouble free operation.
• Inspection and testing as specified.
• Submission of documents as specified in this document.
• Painting, preservation, preparation for shipment and delivery at site.
• Special tools if required (Bidder to provide list in the bid).
• Installation & Commissioning.
D
D
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 8 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
3.3 Engineering Services
The Vendor shall provide engineering services, which shall include, but not necessarily be
limited to, the following:
• Providing/Coordinating detailed design of all equipment and components within the scope
of supply.
• Preparing Civil foundation design and drawings for construction at site.
• Resolving engineering queries related to the equipment and components within the scope
of supply.
• Performing and coordinating all aspects of design.
• Providing progress reports etc.
• Providing expediting services for all sub-vendors.
• Providing quality assurance including all sub-vendors with respect to ISO 9000 or
equivalent.
• Erection & Commissioning to be quoted separately.
• Attendance of kick-off meetings, coordination meetings, Design reviews meetings in the
Consultant’s/Purchaser’s office.
• Resolve/incorporate all action points from Design reviews, etc.
• Any technical document if required by Purchaser for statutory approval shall be furnished
by vendor.
3.4 Exclusions
The following are excluded from the Vendor's scope and will be provided by others:
• Piping up to collection tank and beyond the outlet nozzle of last equipment in the
treatment scheme.
• Interconnecting power cabling and cable trays to MCC between ETP control room (in ETP
Vendor’s scope) and Purchaser’s PMCC.
• Cable between Vendor’s Control panel and Purchaser’s Control room.
• Electrical Heat Tracing.
4 Applicable Codes, Specifications and Standards
4.1 General
The design, fabrication, assembly, inspection, testing, painting, packing and shipment of
equipment shall be in accordance with the latest edition of the codes, specifications and
standards (including standards / specifications mentioned therein) listed in this requisition.
The Vendor shall provide an itemized list of any comments or exceptions to the specification
and its attachments. Only those comments / exceptions that are accepted by Purchaser will be
incorporated into the requisition at the time of the order.
4.2 Codes and Standards
ASME Section VIII Divn. I Code for Design and Fabrication of Unfired Pressure vessels
ASME B 16.5 (2003) Pipe Flanges and Flanged Fittings.
D
VISAKH MARKETING INSTALLATION RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 9 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
ISO 9000 (2005) Quality Management and Quality Assurance Standards.
ISO 10474 (1991) Inspection Documents
API 610, 10th Edition Centrifugal Pumps for Petroleum, Petrochemical and Natural Gas service.
4.3 Other Specifications and Standards
254625-300-SP-MEC-005 Rev. A
Specification for Centrifugal Pumps - API
254625-300-SP-MEC-006 Rev. B
Specification for Non-API Centrifugal pumps for general services.
254625-300-SP-ELE-010 Rev. A
Specification for Electric Motors
254625-300-SP-PIP-001 Rev.D
Piping Material Specification.
254625-300-SP-GEN-001 Rev.B
Local Conditions
254625-300-SP-CIV-001 Rev.B
Specification for Earthwork.
254625-300-SP-CIV-002 Rev.B
Specification for RCC Work.
254625-300-SP-CIV-004 Rev.B
Specification for Masonry Work.
254625-300-SP-CIV-009 Rev.A
Specification for Flooring.
254625-300-SP-CIV-010 Rev.A
Specification for Painting.
254625-300-SP-CIV-011 Rev.A
Specification for Doors and Windows.
254625-300-SP-CIV-013 Rev.A
Specification for Water proofing.
4.4 Conflicting Requirements
In case of conflict between documents relating to the enquiry or purchase order, the following priority of documents shall apply: First priority : Purchase order and variations thereto Second priority : Data sheets and drawings Third priority : This requisition Fourth priority : Other Specifications Fifth Priority : Referred Codes & Standards
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 10 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
Note: Should any conflict arise either before or after order placement of order, the
Vendor shall immediately inform the Purchaser for technical resolution of the conflict.
5 Design Requirements
5.1 Mechanical Requirements
5.1.1. Pumps shall be supplied as per the requirements of Specification for Non-API Centrifugal
Pumps (Doc. No. 254625-300-SP-MEC-006), except for Slop Oil pump. Slop oil pump shall
be as per Specification for Pumps –API (Doc. No. 254625-300-SP-MEC-005). Pump set
(Pump and Motor) shall be mounted on common base plate.
5.1.2 All the equipments within the package shall be suitable for installation in hazardous area
classified as Zone 2, Gas group II A/B.
5.1.3 The internals of the plate pack unit shall be FRP for corrosion protection
5.1.4 Skid mounted Multi-grade Filter Vessels with internals, media, piping and valves. Material of
construction for vessels shall be Carbon steel with suitable coating on the inside to avoid
corrosion. External surfaces shall be painted as per the specification for painting.
5.1.5 Skid mounted Coalesce Filter Vessels with internals, piping and valves. Material of
construction for vessels shall be Carbon steel with suitable coating on the inside to avoid
corrosion. External surfaces shall be painted as per the specification for painting.
5.1.6 All Auto valves shall be Electrically Actuated only.
5.2 Instrumentation Requirements
5.2.1 The Instruments shall be supplied as mentioned in the scope of supply for effective control
and monitoring of the system. Treated water flow to city drainage system shall be measured.
5.2.2 All the Instruments shall be suitable for Zone 2, Gas Group IIA/IIB.
5.2.3 Deleted.
5.2.4 Controls shall be PLC based and all soft signals covering for dynamic graphic information of
ETP shall be made available for connection (By Others) to Owner’s control room.
5.3 Electrical Requirements
5.3.1 Motors shall be supplied as per attached Motor specification no. 254625-300-SP-ELE-010.
5.3.2 Vendor shall submit the Motor Datasheet with all the data filled by the Motor Manufacturer.
5.3.3 Purchaser shall provide one point power supply within the battery limit of the package vendor.
Further distribution & control shall be in the scope of packaged vendor.
5.3.4 Local control panel shall have all necessary standard features viz.,
• Motor ON/OFF push buttons
• Process interlocking provisions
• Auto / Manual selection position
• Motor ON/OFF indication
5.3.5 Local control panel shall be suitable for Safe location in the ETP Control/MCC room.
5.3.6 Normal 240 volts single phase (non UPS) power supply shall be derived from ETP MCC to
Local control panel.
5.3.7 Electrical Panel
D
D
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 11 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
Purchaser shall provide 415V, 3phase, 50Hz, power supply to ETP MCC and it shall be
located in ETP Control room. The auxiliary power requirements at various voltage levels (AC
and/or DC) and to the control panel shall be derived within the panel by providing necessary
transformers, rectifiers, fuses, etc. by the Vendor.
The Electrical Panel shall be fabricated from cold rolled MS sheets of minimum 2mm
thickness for load bearing members, 1.6mm for non load bearing members an 3mm for gland
plates. Panel shall be suitable for in-door installation with IP42 ingress protection.
The Electrical panel shall also house the starter and breaker units for the drive motors and
these feeders shall be draw-out type. Motor starter feeder shall be chosen to provide Type-2
co-ordination. Motors rated upto 15KW shall be started direct on line (DOL starter) and
15KW and above shall have Star-Delta starter. Supply for Motor space heater shall be derived
from this panel. Suitable power feeders shall be provided for control panel.
Electrical Panel shall have Start, Stop Push buttons and Indication provision for all drives.
5.3.8 Local Control Station for each drive shall be provided near the drive.
5.3.9 LV Cables
All Power and Control cables shall be 1.1kv grade, XLPE insulated, multi standard conductor,
single/multi core, steel armoured, extruded PVC inner shealthed and extruded FRLS PVC
outer shealthed. Cable of size 6 sq.mm and below shall be of copper conductor. Cable of Size
10 sq.mm and above shall be aluminium conductor confirming to IS 7098 (Part-1).
6 Quality Assurance
The Vendor shall maintain and use a Quality System which is based on ISO 9000 to control
the work. If the Vendor elects to sub-contract part of the work he shall ensure that only those
sub-contractors or suppliers are used who can demonstrate that they operate Quality Systems
based on ISO 9001 or ISO 9002 as applicable.
The Vendor shall give his sub-contractors or suppliers assistance in attaining the required
standard, if necessary. This shall not relieve the Vendor of his responsibility for the quality of
the finished work. The Company / Consultant reserve the right to audit the Vendor’s Quality
System.
The Vendor shall assign sufficient full time personnel to the project to ensure the Quality
Assurance / Quality Control System, documented in a Quality Assurance / Control Manual, is
maintained and kept up-to-date throughout the duration of any purchase order. The Vendor’s
Quality Assurance / Control System shall become an integral part of any purchase order.
Vendor shall organize a prefabrication / inspection meeting with the Company / Consultant.
Vendor shall submit QA plan/Inspection test plan for Purchaser’s/Consultant’s review and
approval within 2 weeks from the date of Purchase Order/LOI/FOI.
7 Inspection and Testing
7.1 Factory Inspection & Testing
The responsibility for inspection, certification, etc. of all materials, parts lies with the Vendor.
Pump shall be tested with Contract Motors, Mechanical Seals and Flushing System.
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 12 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
The Vendor shall specify all of the inspection and testing requirements in the Quality
Assurance plan (QAP)/ Inspection Test plan (ITP) which shall identify the activities requiring
the Company / Consultant's approval, review, witnessing etc.
Inspection and testing requirements shall be in accordance with the applicable standards as
listed in this requisition and the data sheets and Vendor’s Quality Assurance Plan/ Inspection
test plan approved by Purchaser/ Consultant.
All equipment shall be inspected for compliance with:
• Requirements of the Company/Consultant’s specifications, data sheets and correspondence
thereafter.
• Applicable Codes, standards and specifications, which shall also include sub-referenced
standards therein.
• QAP/ ITPs produced by the Vendor duly approved by Purchaser/ Consultant.
Purchaser’s/ Consultant’s Inspectors have the right to request additional inspections or tests to
ensure that the equipment complies with this specification and all relevant codes and
standards.
All equipment shall be presented for inspection in an unpainted state except for the final
inspection. All instruments and other equipment necessary for testing shall be supplied by the
Vendor and the same shall be checked and certified by the Company / Consultant’s inspector.
Any defects found by the Company / Consultant’s appointed Inspector shall be rectified in his
presence. Where this is not possible or practical, check lists shall be prepared and signed by
the Inspector stating all “pending items”. Copies of these lists shall be sent to the
Company/Purchaser to enable their subsequent checking.
Mill and shop inspection shall not relieve the Vendor from his contractual responsibility for
replacing any defective material and for repairing any defective workmanship that may be
discovered in the field.
The Vendor shall be responsible for co-coordinating the inspection and testing of sub-vendor
supplied equipment, and for ensuring that the Company / Consultant’s representatives are
given the necessary access for inspection, and adequate warning of inspection and tests.
The Vendor (and all sub-Vendors) shall give the Company and its’ representatives, without
charge, all reasonable facilities and access for the purpose of inspecting the equipment to
ensure that it is manufactured in accordance with the Specification.
All spare parts shall be subjected to the same inspection standards and full material
certification as the main order.
The equipment shall not leave the Vendor’s factory before all discovered defects have been
rectified and without the written permission of the Company/Consultant.
Materials for all pressure retaining components & wetted components shall be certified in
accordance with ISO 10474 - 3.1B and that for non-pressure retaining components like
structural components, platforms, ladders, shall be certified in accordance with ISO 10474 -
2.2.
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 13 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
Final hydro test pressure shall be held for a minimum period of 30 minutes. Chloride contents
of water used for hydro test shall not exceed 20 ppm for stainless steel and chloride content
may be permitted up to 250 ppm for carbon steel.
7.2 Vendor Requirements
Any acceptance or release of equipment following an inspection or test activity shall in no way
relieve the Vendor of his responsibility to provide guarantees as to the suitability of the
materials, workmanship and performance of the equipment in accordance with this
Requisition.
7.3 Performance Guarantee
Unless otherwise agreed, all equipment shall be guaranteed as follows:
All equipment shall perform satisfactorily under the operating conditions and provide treated
water quality as per Appendix B of this requisition and shall be fit for the purpose intended.
The Vendor shall guarantee following as a minimum at site conditions:
• Sustained operation at the conditions outlined in the data sheets,
• Consumption of utilities like Water, Chemicals and Electrical power.
• The mechanical and structural integrity, workmanship and the materials of construction
used.
7.4 Works Inspection and Notification
The supplier shall send inspection notification at least 2 weeks in advance and shall send a
minimum of fifteen (15) working days notice prior to carrying out the Factory Acceptance Test
(FAT). The notification shall contain as a minimum the following information:
• Project Title, MMCI Project number.
• Manufacturer’s full address, contact name, telex / telefax / telephone numbers.
• Purchase Order reference
• Date of inspection
• Details of equipment to be tested / inspected and the status of the equipment (whether it is
complete).
8 Vendor Documentation
8.1 Documents/ Information to be supplied with offer
The Vendor shall provide the Consultant with the following information as a minimum along
with the offer. These documents shall include, but not be limited to the following:
a. The completed Table of Compliance (Appendix D).
b. Completed data sheets which are attached with this requisition, with supplier data added.
c. Piping and Instrumentation Diagram with description of Interlocks.
d. A detailed scope of supply that fully describes the equipments offered.
e. Pump performance curves.
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 14 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
f. General arrangement drawings with dimensions and Load data for foundation design.
g. Commissioning Spare parts list.
h. 2-Years operation spare part list.
i. Complete list of special tools required, if any.
j. All utility consumptions such as power requirement, utility water requirement and
Chemical consumption.
8.2 Document/ Information to be supplied After Award of Contract
Vendor shall provide Purchaser/Consultant with documents and drawings as described in the
'General Conditions of Contract'. However, document requirements as specified in the
'Requisition for Engineering Documents (RED)' attached with Appendix C shall be followed
as a minimum requirement.
9 Manufacturing Schedule
Within 2 weeks of the receipt of the Purchase Order/ LOI the manufacturer shall submit detail
bar chart schedule showing the dates for the following milestone activities, as minimum:
i) Issue of vendor drawings.
a. Issue for comments/approval
b. Issue of final drawings
c. Issue of O&M Manuals
ii) Equipment available for Testing.
iii) Completion of packing and readiness for dispatch.
10 Spares and Special Tools
10.1 Spares
As a minimum spares following shall be included:
• The supply of spares for start-up and commissioning
• Vendor to recommend two years operation spares and furnish separate price in the offer.
The Vendor shall also provide all consumables during erection up to commissioning and
reliability testing. In case of any additional spares if required during commissioning stage, the
same shall be supplied by Vendor free of cost.
The Vendor shall complete and submit SPIR forms 8 weeks after Vendor’s acceptance of the
Purchase Order. Spare parts for the normal operation shall be selected by the End User from
the electronic version of Spare Parts Lists and Interchange ability Record (SPIR).
10.2 Special Tools
The Vendor shall supply a set of any special tools, which are required for the installation,
commissioning, operation and maintenance of the equipment being supplied. A list of special
tools shall be supplied along with the offer.
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 15 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
11 Packing and Shipping
For Packaging, Shipping and delivery of equipment at site and unloading requirements,
'Agreed Conditions of Contract' shall be referred.
12 Installation and Commissioning
Vendor shall provide qualified personnel for the civil construction, installation, testing, pre-
commissioning and commissioning of the Effluent treatment plant.
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 16 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
Appendix A: Attachments
Equipment Data Sheets
Document No. Rev. Description
256325-300-DS-MEC-049 B Mechanical Datasheet for TPI
Other Documents
Document No. Rev. Description
254625-300-SP-ELE-010 A Specification for Electric Motors
254625-300-DS-ELE-001 A Electrical System Data
254625-300-SP-MEC-005 A Specification for Centrifugal pumps - API
254625-300-SP-MEC-006 B Specification for Non-API Centrifugal pumps
for general services.
254625-300-SP-CIV-001 B Specification for Earthwork.
254625-300-SP-CIV-002 B Specification for RCC Work.
254625-300-SP-CIV-004 B Specification for Masonry Work.
254625-300-SP-CIV-009 A Specification for Flooring.
254625-300-SP-CIV-010 A Specification for Painting.
254625-300-SP-CIV-011 A Specification for Doors & Windows.
254625-300-SP-CIV-013 A Specification for Waterproofing.
254625-300-SKT-MEC-001 B Schematic Diagram for 150 m3/h ETP of
Black oil terminal.
254625-300-SKT-A3-3786 A Proposed Location of OWS Control Room
254625-300-SP-PIP-001 D Piping Material Specification.
254625-300-SP-GEN-001 C Local Conditions
D
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 17 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
Appendix B: Water Quality
(A) Effluent Inlet Characteristics:
pH : 6.5 to 7.5
Oil : 50 to 500 ppm
Note: Oil shall be free oil, no emulsified oil to be considered.
(B) Treated Effluent Characteristics:
The treated effluent characteristics shall be as per Ministry of Environment and Forest notification
dated 18th March, 2008.
pH : 6.0 to 8.5
Oil & Grease : <5 mg/litre
BOD (3 days, 27° C ) : <15 mg/litre
COD : <125 mg/litre
Suspended Solids : <20 mg/litre
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 18 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
Appendix C: Requisition of Engineering Documents (Red Form)
Owner/Purchaser’s Office Consultant’s Office
HINDUSTAN PETROLEUM CORPORATION LTD.
Krishna Shree, 2nd Floor, Gandhi Nagar, 1st Main Road-Adyar, Chennai – 600 020
Mott MacDonald Consultants (India) Pvt. Ltd
Kothari House, CTS No. 185 Off Andheri – Kurla Road, Andheri (East) Mumbai 400 059, India ; Tel 09122 3083 5000
DRAWINGS Required number for TIMING FOR SUBMITTAL
Approval Final issue - for approval 2 weeks after order date
Approval drawings / Final drawings to be submitted
under cover of an ADS form / FDS form respectively
Transpa
rencies
Prints Disk Prints - final issue 2 weeks after approval date
Documents shall be submitted to:
Vendor Doc. Schedule 4 1 3
General arrangement 4 1 3
Piping & Instrumentation Diagram 4 1 3
Piping Layout with Termination details 4 1 3
Foundation loading and bolt location plan 4 1 3
Cross section drawing with BOM and MOC 4 1 3
Completed Pump, Motor data sheets 4 1 3
Performance curves for Pumps and motors 4 1 3
Motor GA drawing & Terminal Box Drawing 4 1 3
GA and Control Schematic drawings for Local Control
Panel, MCC in vendor’s scope.
4 1 3
Production Schedule 4
Progress Report 4 Monthly Once.
Performance Test Procedure including FAT, NDT
Procedures
4 1 3
Quality plan satisfying ISO 9000 requirements 4 1 3
Manufacturing, Inspection & testing sequence plan/ QAP
4
SPARE PARTS DOCUMENTS 1 3
ESPIR forms including 1 transparency 1 3
Lubrication schedules 1 3
TEST AND INSPECTION DOCUMENTS Prints Documents to be submitted under transmittal Documents shall be submitted to:
Manufacturing report 1 3
Material certificates to: ISO 10474 - 3.1B 1 3
Electrical certificates to Cenelec / Baseefa/ATEX Compliance/CMRI
Static / dynamic balancing certificates 1 3 Purchasing Office via courier service within 4 weeks
Performance test Report & Performance Curves 1 3 of relevant test / inspection.
Heat treatment graphs
Calibration certificates of Instruments 1 3
OPERATING DOCUMENTS Purchasing Office via courier service not later than
time of dispatch of equipment.
Installation instructions 1 3
Operating instructions 1 3 Combine into one manual
Maintenance instructions 1 3
ADDITIONAL REQUIREMENTS:
1. Referenced standards / codes shall be the latest issue unless otherwise stated.
Invoice must certify that the drawings and engineering documents specified
above have been dispatched to all parties concerned. Any deviation from the timing for submittal of documents shall be notified to
the Approval / Distribution Offices by fax or E mail.
Shop fabrication shall not be started before the required approval drawings
have been released for construction by the party concerned, unless otherwise
stated on the "Approval Drawing Specification".
Each document shall bear the item / tag and order reference number and be
dispatched by air mail, unless other instructions are stated on the RED.
Units / dimensions to be used on Engineering documents shall be SI.
The documents shall be in English. Description on drawings and similar documents may be in other languages provided English translations are
also given.
Drawings and documents shall be suitable for microfilming and comply
with accepted national or international standards for the preparation of
technical drawings. Only the following standard sizes should be used: A4,
A3, A2, A1.
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 19 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
Appendix D: Table of Compliance
The Vendor shall confirm below their acceptance of all the clauses contained in the specification or
otherwise make clarifications or exceptions that shall be noted below:-
CLIENT: HINDUSTAN PETROLEUM
CORPORATION LTD.
VENDOR REF. NO.
REF. NO.: 254625-300-RQ-MEC-004 Rev. D
CLAUSE
NO.
CONFORMS
Y/N
ALTERNATIVE
Y/N
CLARIFICATION
1.0
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
2.0
3.0
3.1
3.2
3.3
4.0
4.1
4.2
4.3
4.4
5.0
5.1
5.2
5.3
6.0
7.0
7.1
7.2
7.3
7.4
8.0
8.1
8.2
VISAKH MARKETING INSTALLATION
RESITEMENT PROJECT - BLACK OIL TERMINAL
Doc No: 254625-300-RQ-MEC-004 Rev: D Page 20 of 20
P:\Andheri\IndiaProject\254625 HPCL- Black Oil Terminal\Procurement\ETP\Working\04.09.09-For
FLoating\Editable\Mechanical\MR for ETP_Rev.D.doc
CLIENT: HINDUSTAN PETROLEUM
CORPORATION LTD.
VENDOR REF. NO.
REF. NO.: 254625-300-RQ-MEC-004 Rev. D
CLAUSE
NO.
CONFORMS
Y/N
ALTERNATIVE
Y/N
CLARIFICATION
9.0
10.0
10.1
10.2
11.0
12.0
Appendix A
Appendix B
Appendix C
Appendix D
Hindustan Petroleum Corporation Ltd Mott MacDonald Consultants (India) Pvt. Ltd.
Visakha Dispatch Station Kothari House, CTS No. 185
VR-ATP Area, Naval Base Post Off Andheri - Kurla Road
Visakhapatnam - 530 014 Andheri (East)
Andhra Pradesh Mumbai - 400 059
MECHANICAL DATA SHEET FOR
TILTED PLATE INTERCEPTOR (TPI)
VISAKH MARKETING INSTALLATION RESITEMENT
PROJECT - BLACK OIL TERMINAL
Page 1 of 3Rev: BDoc No:254625-300-DS-MEC-049
Issue and Revision Record:
MECHANICAL DATA SHEET FOR
TILTED PLATE INTERCEPTOR (TPI)
VISAKH MARKETING INSTALLATION RESITEMENT
PROJECT - BLACK OIL TERMINAL
Doc No:254625-300-DS-MEC-049 Rev. B Page 2 of 3
Group Disclaimer
C
B 11/06/09 SPW SM PJC ISSUED FOR ENQUIRY
Approved Description
PJC ISSUED FOR COMMENTSA 05/06/09 ASA SPW
Rev Date Originator Checked
Client
MMCI Project No.
HINDUSTAN PETROLEUM CORPORATION LTD
254625
"This document has been prepared for the titled project or named part thereof and should not be relied upon or
used for any other project without an independent check being carried out as to its suitability and prior written
authority of Mott MacDonald being obtained. Mott MacDonald accepts no responsibility or liability for the
consequences of this document being used for a purpose other than the purposes for which it was
commissioned. Any person using or relying on the document for such other purpose agrees, and will by such use
or reliance be taken to confirm his agreement, to indemnify Mott MacDonald for all loss or damage resulting
therefrom. Mott MacDonald accepts no responsibility or liability for this document to any party other than the
person by whom it was commissioned".
DOCUMENT No. 254625-300-DS-MEC-049 Rev.B PAGE 3 OF 3
CLIENT HPCL, VISAKH, A.P., INDIA. JOB No. 254625
PROJECT VISAKH MARKETING INSTALLATION RESITEMENT PROJECT - BLACK OIL TERMINAL
SERVICE Oil Water Separation
QUANTITY ONE
AREA CLASSIFICATION Zone 2, Gas group IIA/B
Additional Information: *
Notes:
2. ' * ' - Data to be filled by Vendor
INFLUENT CHARACTERISTICS
Flow rate (m3/hr)(Normal/Design) 150
1. The TPI does not remove any emulsified oil/grease.
Total oil (ppm) 500
Free oil (ppm) 500 (assumed)
Emulsified oil (mg/l) NA (assumed)
Temperature (deg c) 20 (assumed)
Medium Water
Specific gravity of oil @ 20 deg C 0.950 (assumed)
Size of oil globules (micron) : 60 (assumed)
Total suspended solids (mg/l) Nil
PH 6.5 -7.5 (assumed)
Treated Effluent Characteristics (at TPI outlet)
Free oil <5 mg/l
Unit Characteristics
Flow rate (Design) 150m3/hr
No. of units 1
No. of channels per unit *
No. of bays per channel *
No. of packs per bays *
Total No. of packs per unit *
Flow direction Counter Flow
Type of plates Corrugated
Material of Construction
Separator sump (TPI Basin) RCC
Angle of inclination *
Plate spacing *
Slotted pipe skimmer (Manual Rotatable) CSEP
Process Data
Plates FRP
Flow distribution baffles FRP
Number of plates per pack *