Académique Documents
Professionnel Documents
Culture Documents
MATERIAL REQUISITION
FOR
VAPOUR RECOVERY UNIT
(MOTOR SPIRIT & NAPHTHA)
Hindustan Petroleum Corporation Ltd Mott MacDonald Consultants (India) Pvt. Ltd.
Viskaha 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
MATERIAL REQUISITION
FOR
VAPOUR RECOVERY UNIT
(MOTOR SPIRIT & NAPHTHA)
Group Disclaimer
"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.”
1 Introduction 5
3 Scope of Supply 6
3.1 Process Description 6
3.2 Equipment and Materials 6
3.3 Engineering Services 8
3.4 Exclusions 9
5 Design Requirements 10
5.1 General 10
5.2 Mechanical Requirements 11
5.3 Electrical Requirements 11
5.4 Instrumentation Requirements 12
6 Quality Assurance 12
8 Vendor Requirements 14
10 Vendor Documentation 15
10.1 Documents/Information to be supplied with offer 15
10.2 Documents/ Information to be supplied After Award of Contract 15
10.3 Purchaser’s Documents/ Drawings to be approved by Vendor after Award of
Contract 15
11 Manufacturing Schedule 16
12.1 Spares 16
12.2 Special Tools 16
Appendix A: Attachments 17
1 Introduction
1.1 This specification covers the minimum requirements for the design, engineering, material
procurement, fabrication, painting, assembly, Inspection, supply and shipment of Common
Vapour Recovery Unit for Motor Spirit and Naphtha for “Resitement of Integrated Marketing
Facility at Vishakhapatnam -White 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 Vapour Recovery Unit (VRU).
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
Sr.
Tag No. Qty Description
No.
Vapour Recovery System for Motor Spirit
1 400VRU-001 01
(MS) and Naphtha.
1.2 The Vendor shall be responsible for the design, engineering, fabrication, assembly, inspection,
co-ordination, testing, delivery, performance guarantee and proper functioning of the Vapour
Recovery system.
1.3 The Vendor shall ensure that the design complies with the requirements of this specification
and its referenced specifications and standards. The Vendor shall highlight any non-
compliance at the offer stage in the Table of Compliance, Appendix C. 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 in total compliance with the
specification.
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 C), 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 at pre-bid stage. 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 specification shall in no way relieve the Vendor from final guarantee as to materials,
apparatus, workmanship and performance of the equipment and services supplied.
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.
3 Scope of Supply
3.1 Process Description
Refer Process datasheets no.254624-400-DS-PRO-310 for Vapour recovery process for Motor
Spirit & Naphtha. Case 10 mentioned in the table of attached process datasheet shall be
considered for VRU design.
A typical Process flow diagram of an Activated Carbon Vapour Recovery unit is attached with
this specification. No Proto type unit shall be offered. The raft size available for mounting the
VRU package is 23m x 6m.
3.2 Equipment and Materials
Scope of supply shall consist of Skid mounted Vapour Recovery Unit (VRU) for MS and
Naphtha, Vapour Collection System for Tank Truck (TT) and Tank Wagon (TW) gantries and
additional items / equipments, if any required for the satisfactory performance of the package
shall be in the scope of the VRU vendor. Vendor can supply in multiple skids for easy of
transportation and installation at site. Also refer Scope demarcation for VRU Package drawing
No. 254624-400-SKT-A1-3802 and Block diagram attached.
• The VRU vendor scope shall include sizing of Vapour collection header and Vapour
recovery arms for TT and TW gantry based on the layout, placement of detonation proof
flame arrestors on the header based on the MS and Naphtha loading data provided in the I
process datasheet.
• The skids layout shall suit the available space/ raft size (Refer Pile layout attached) and
shall suit the interfacing piping. The inter connecting Piping spools, pipe supports, Cable
trays and cables within various skids shall be engineered and supplied by VRU vendor.
• Knock-out drum for collection of Motor spirit condensate before the vapours are passed
through Carbon bed complete with inlet/outlet piping, valves and necessary
instrumentation.
• Two numbers Activated Carbon Adsorption vessels (1W+1S) complete with internals,
activated carbon media, change over valves, piping for adsorption and regeneration and
necessary instrumentation for safe operation, monitoring and change over from Adsorption
to Desorption / Regeneration. Carbon quantity for Replenish / Top-up for first 5 years shall
also be considered and supplied.
• Suction fan / Blower for transfer of vapours from collection point in TT & TW to VRU
along with flame proof motor, spacer type coupling and non-spark coupling guard. VRU
vendor shall supply one complete set of Blower/Suction fan along with flame proof motor,
spacer type coupling and non-spark coupling guard as warehouse spare.
• Dry Vacuum Pumps (Rotary vane type) along with flame proof motors, coupling and non-
sparking coupling guard mounted on common base plate. One complete set of Dry vacuum
pumps (Rotary Vane type) with flame proof motors, coupling and non-sparking coupling
guard mounted on common base plate as warehouse spare.
• Separator Vessel/ Hold Tank for collecting the condensed Hydrocarbon and also act as
storage for recovered Hydrocarbon. Absorber Tower/Vessel is mounted directly on the
Separator Vessel.
• Absorber Vessel complete with Internals/Media and supporting arrangement for mounting
on the separator vessel.
• Absorbent Supply Pumps (1W+1S) along with flame proof motors, coupling and non-
sparking coupling guard mounted on common base plate for feeding MS from Storage
tank to Absorber vessel. The suction/discharge Piping, fittings and flanges shall be
excluded from VRU vendor’s scope. However valves & instruments on this line shall be
supplied by VRU vendor up to VRU skid. These pumps shall be located in the product
pump house. API Magnetic drive absorbent pump may be proposed as an alternative.
• Absorbent Return Pumps (1W + 1 warehouse Stand-by) along with flame proof motors,
coupling and non-sparking coupling guard mounted on common base plate for transfer of
recovered Hydrocarbon from VRU to the Storage tank. The discharge pressure required
for these pumps shall be 5.0 kg/cm2g. These Pumps shall be mounted on the VRU skid &
provided with necessary piping, instrumentation and valves. The discharge piping up to
homogenization header shall be in the scope of VRU vendor. The terminations shall be
flanged connection of ANSI B16.5, 300 # rating. API Magnetic drive absorbent pump may
be proposed as an alternative.
• Hydrocarbon analysers on the incoming vapour line and on the vent line of the activated
carbon vessel for monitoring performance and to check emission respectively.
• Supply of necessary hot spot detection instruments. The hot spot when detected, the
system shall automatically initiate action to mitigate hot spot.
• All other Instrumentation required for safe operation, control and monitoring the complete
VRU package.
• Vendor to provide Vapour concentration measurement method to establish recovery
efficiency i.e to measure the percent of VOC recovered as well as the mass flow
measurement for directly measuring quantity of recovered product.
• Motors in the VRU system shall be provided with Variable Frequency drive (VFD),
wherever required to enable economic use of single system for vapour recovery in TT &
TW gantry. The number of motors with VFD drives shall be highlighted by the vendor in
their bid.
• Motor Control Centre (MCC) preferably a wall mounted panel shall be in the scope of
VRU vendor. This MCC will be mounted in the safe area in sub-station/ MCC building.
Purchaser shall provide one point power supply 415V, 3PHN, 50 Hz in the MCC Incomer,
further derivation of supplies is by Vendor.
• Local / Skid mounted Control Panel, Supply of cables within the battery limit and
termination in the control panel/ MCC located in safe area near the VRU. (For estimation
purpose bidder shall assume a distance shown in attached block diagram and sketch no.
254624-400-SKT-A4-3802).
• Programmable logic controller (PLC) with Human machine interface (HMI) for operation
and regeneration. This shall be skid mounted suitable for Zone 2 Gas Group II A/B.
• Air Compressor of adequate capacity with inbuilt dryer for purging and pneumatic control I
valves, as required by VRU vendor to be located in safe area under sun shade by others.
• Vendor to provide contact for common fault alarm and all signals repeated to Main
Control room (By others) for Monitoring and operation of VRU. The signals shall be
communicated from local PLC to main control room via a redundant soft link.
• Supply of first fill of lubricants, oils, grease, etc.
• Vendor to obtain CCOE/PESO approval for the all the electrical, instrumentation & other
equipments in VRU skid and shall provide necessary technical documentation to Purchaser
for CCOE approval of the vapour collection system.
• Approvals & Liasoning: The contractor shall arrange for all approvals and Licenses for
Items supplied by the contractor which are manufactured outside India by PESO and
CMRI shall be in contractor’s scope.
• Quarterly and annual checks as per MOEF requirements shall be done by VRU vendor in
MOEF certified laboratory for first 2 years of operation.
• Lifting & Earthing lugs for packaged unit, Vessels and Pump sets.
• Anchor bolts, fixing bolts, jack screw bolts, shims, etc.
• Preparation of as built drawings, Operation & maintenance manuals and imparting training
to the operation staff of the Purchaser.
• Inspection and testing as specified.
• Site acceptance test as per approved SAT procedure.
• Submission of documents as specified in this document.
• Painting, preservation, preparation for shipment and delivery at site.
• Special tools if required
• Commissioning & Start-up Spares.
• VRU vendor shall provide list and supply sufficient spares for 2 years / warrantee period
uninterrupted trouble free maintenance and operation.
• Erection / Installation of VRU Skids.
• Commissioning Supervision and responsibility.
3.3 Engineering Services
The Vendor shall provide engineering services, which shall include, but not necessarily be
limited to, the following:
P:\Andheri\Projects\Procurement\02 White Oil\Vapour recovery system\zz-Retender\Tender\MR\MR for VRU_Rev I.doc
VISAKH MARKETING INSTALLATION RESITEMENT
PROJECT - WHITE OIL TERMINAL
• Providing/Coordinating detailed design of all equipment and components within the scope
of supply.
• Providing Static & Dynamic loads and anchoring plan for the completely assembled skid
for design of civil foundation by others. Civil raft dimensions available are 23m x 6m.
• Providing electrical load list for UPS and Non-UPS power requirements.
• 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 Training to Clients operation and maintenance personnel at site.
• Providing expediting services for all sub-vendors.
• Providing quality assurance including all sub-vendors with respect to ISO 9000 or
equivalent.
• Attendance of kick-off meetings, coordination meetings, Design reviews, HAZOP,
meetings in the Consultant’s/Purchaser’s office. The HAZOP at Consultant’s/Purchaser’s
office shall be for package interface only. The Vendor shall perform the HAZOP study for
Skid and shall submit the HAZOP report.
• Resolve/incorporate all action points from HAZOP reviews without time and cost
implications.
• Any technical document required for statutory approval shall be furnished by vendor.
• Sizing & routing of lines connecting to package based on VRU system guarantee.
• Any additional engineering services not listed here, but required as per process datasheet
shall be provided.
3.4 Exclusions I
The following are excluded from the Vendor's scope and will be provided by others:
• Interconnection of earthing bosses and underground earth conductor.
• Cables and Cable trays up to Vendors MCC for one point power supply.
• Civil Construction at site.
• Commissioning assistance, under the responsibility and complete supervision of VRU
vendor representative.
• Vapour collection/ recovery arms in the Tank Wagon (TW) and Tank Truck (TT) gantry.
• Vapour Collection Header with supports. However header sizing shall be provided by
VRU vendor.
• Absorbent Supply suction/discharge Piping, fittings, flanges and pipe supports up to VRU
skid edge shall be excluded from VRU vendor’s scope.
• N2 Purging system with necessary manifold, piping, valves, etc. N2 Cylinders supply shall
be as per the requirements provided by vendor. However, vendor to specify the
requirement and show on their P & IDs.
• Only unloading of Material at site. The Boxes / Packing / Container will be opened ,
verified and certified by the VRU vendor’s representative at site.
P:\Andheri\Projects\Procurement\02 White Oil\Vapour recovery system\zz-Retender\Tender\MR\MR for VRU_Rev I.doc
VISAKH MARKETING INSTALLATION RESITEMENT
PROJECT - WHITE OIL TERMINAL
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 specification at the time of the order.
4.2 Codes and Standards
ASME Section VIII, Div.1 (2007) Rules for Construction of Unfired Pressure Vessels
5 Design Requirements
5.1 General
5.1.1 This specification covers the minimum requirements for the manufacture, testing and supply
of Vapour Recovery Unit for MS and Naphtha.
5.1.2 VRU shall be designed and constructed for a minimum service life of 25 years and at least two
years of uninterrupted operation.
P:\Andheri\Projects\Procurement\02 White Oil\Vapour recovery system\zz-Retender\Tender\MR\MR for VRU_Rev I.doc
VISAKH MARKETING INSTALLATION RESITEMENT
PROJECT - WHITE OIL TERMINAL
5.1.3 The vendor shall assume unit responsibility for VRU. Any other items which are not specified
but required for safe and proper functioning of VRU shall be included in Vendor’s scope.
5.1.4 The vendor shall ensure maximum standardization and inter changeability of components.
5.1.5 Hazardous area classification for VRU shall be Zone 2, Gas group IIA/B as minimum.
5.1.6 Vendor shall furnish drawings for individual VRU components, showing materials of
construction, working and design pressure and temperature, and test pressure, temperature for
each component.
5.1.7 Vendor shall design the system to operate optimally for both TT and TW loading together and
also for individual loading operations.
5.2 Mechanical Requirements
5.2.1 All Pressure Vessels shall be designed as per ASME Section VIII Div. 1, latest edition.
Centrifugal Pumps for Hydrocarbon service shall be as per API 610, 8th Edition.
5.2.2 All the equipments within the package shall be suitable for installation in hazardous area
classified as Zone 2, Gas group II A/B as minimum.
5.2.3 Skid mounted 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.
5.2.4 Auto valves, if required shall be pneumatically actuated type only.
5.2.5 Skid design shall permit easy access to all valves and Instruments. Necessary ladders and
platforms shall be provided by the vendor.
5.3 Piping Requirements
5.3.1 Vendor shall submit VRU layout that fits the available raft size of 23m x 6m.
5.3.2 Vendor shall submit Piping specification applied with the package and tie point details for
review of Consultants.
5.4 Electrical Requirements
5.4.1 Motors shall be supplied as per attached Motor specification no. 254625-300-SP-ELE-010.
5.4.2 Vendor shall submit the Motor Datasheet with all the data filled by the Motor Manufacturer.
5.4.3 Purchaser shall provide one point power supply to Vendor’s MCC. Further distribution &
control shall be in the scope of packaged vendor.
5.4.4 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
5.4.5 MCC shall be suitable for Safe area location in the Control/MCC room (By others).
5.4.6 Normal 240 volts single phase (non UPS) power supply shall be derived from VRU MCC to
Local control panel.
5.4.7 Electrical Panel
Purchaser shall provide 415V, 3phase, 50Hz, power supply to VRU MCC and it shall be
located in VRU Control room. The auxiliary power requirements at various voltage levels
P:\Andheri\Projects\Procurement\02 White Oil\Vapour recovery system\zz-Retender\Tender\MR\MR for VRU_Rev I.doc
VISAKH MARKETING INSTALLATION RESITEMENT
PROJECT - WHITE OIL TERMINAL
(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 outdoor installation with IP55 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.
5.4.8 Local Control Station for each drive shall be provided near the drive & it shall be flame proof.
5.4.9 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).
5.5 Instrumentation Requirements
5.5.1 The Instruments shall be supplied as mentioned in the scope of supply for effective control
and monitoring of the system. Emission from the system and recovery of hydrocarbon shall be
measured.
5.5.2 All the Instruments shall be suitable for Zone 2, Gas Group IIA/IIB. i.e. Ex‘d’.
5.5.3 Controls shall be PLC based with HMI and all soft signals covering for dynamic graphic
information of VRU shall be made available for connection (By Others) to Owner’s control
room.
5.5.4 Purchaser will provide two potential free contacts for plant shutdown during emergency.
Vendor to make provision in their panel and design interlocks accordingly.
5.5.5 For detail Instrument requirements refer 254624-400-SP-INT-001.
I
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 for Purchaser’s review within 2 weeks from the date of Purchase
Order/ LOI.
Inspection and testing requirements shall be in accordance with ASME B31.3, ASME Section
V, Section VIII, Section IX, other applicable standards as listed in this requisition and the
Datasheets and QAP/ITP approved by Purchaser/Consultant.
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.
Factory/ 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-ordinating 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/ Consultant’s 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.
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.
8 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
Specification.
9 Performance Guarantee Test (At site)
Unless otherwise agreed, all equipment shall be guaranteed as follows:
All equipment shall perform satisfactorily under the operating conditions in this Specification
and shall be fit for the purpose intended.
10 Vendor Documentation
10.1 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 C).
b. System Description with P & IDs.
c. Complete data sheets for Rotating and Static Equipments including Instruments, with
supplier data added.
d. Utility requirements like Power, Nitrogen, etc.
e. A detailed scope of supply that fully describes the equipments offered.
f. General arrangement drawings with dimensions and Load data
g. Catalogues of instrument & control system
h. Commissioning Spare parts list
i. 2-Years trouble free operation spare part list
j. Complete list of special tools required, if any.
11 Manufacturing Schedule
Within 2 weeks of the receipt of the Purchase Order 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.
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.
Appendix A: Attachments
1. Referenced standards / codes shall be the latest issue unless otherwise stated.
Invoice must certify that the drawings and engineering documents specified Units / dimensions to be used on Engineering documents shall be SI.
above have been dispatched to all parties concerned. The documents shall be in English. Description on drawings and similar
Any deviation from the timing for submittal of documents shall be notified to documents may be in other languages provided English translations are
the Approval / Distribution Offices by fax or E mail. also given.
Shop fabrication shall not be started before the required approval drawings Drawings and documents shall be suitable for microfilming and comply
have been released for construction by the party concerned, unless otherwise with accepted national or international standards for the preparation of
stated on the "Approval Drawing Specification". technical drawings. Only the following standard sizes should be used: A4,
Each document shall bear the item / tag and order reference number and be A3, A2, A1.
dispatched by air mail, unless other instructions are stated on the RED.