Indian Oil Corporation Ltd. (Marketing Division) Regional Contract Cell Plot No. C-33, G-Block, Bandra-Kurla Complex Bandra (E), Mumbai 51
Indian Oil Corporation Ltd. (Marketing Division) Regional Contract Cell Plot No. C-33, G-Block, Bandra-Kurla Complex Bandra (E), Mumbai 51
DUE ON (Submission):
As per Tender
FOR
Conversion of existing tanks and provision of additional facilities for introduction of Ethanol at Wadala II
Terminal and Khapri Depot under Maharashtra State Office
TENDER DOCUMENT
Tender No Conversion of existing tanks and provision of additional facilities Page 2 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
INDEX
FORWARDING LETTER
M/s _________________________
SUBJECT: Conversion of existing tanks and provision of additional facilities for introduction of Ethanol at
Wadala II Terminal and Khapri Depot under Maharashtra State Office.
Dear Sir,
1. Indian Oil intends to invite Limited tender (e-tender) in single bid to carry out subject work(s) as per details given
in the tender document. You are requested to study the complete tender document thoroughly, visit the site and
upload your most reasonable competitive offers in e-tender website before due date & time. The Tender
document is to be studied thoroughly including logistics involved, all tender conditions, specifications, scope of
work, duration of work completion, General Condition of contract and Safety during execution etc very carefully
before uploading the quote along with the complete set of bid.
2. We invite your most competitive reasonable lowest offer against our e-tender through website
https://iocletenders.nic.infor subject work at above location as per the details given below,
3. Bidders are requested to go through the “Bidder’s Manual Kit” available in the home page of the e-tendering
portal i.e. https://iocletenders.nic.into have a clear understanding of the steps to be followed for bid submission.
The “Bidder’s Manual Kit” is for general reference only and the bidders have to abide by the terms & conditions of
this tender.
4. Bidders must also note that before the bid is uploaded, the bid comprising of all attached documents should be
digitally signed using digital signatures as specified in the tender.
5. The dates for downloading, uploading of documents, Earnest Money Deposit (EMD), completion time etc shall be
as mentioned in Notice Inviting Tender (NIT).
6. The EMD is required to be submitted online or in form of BG as per mode & process described in the tender
document.
Tenders up loaded in e-tender website without submission of requisite EMD before due date & time shall be
summarily rejected.
EMD Exempted Categories shall be as mentioned in the NIT.
In all cases whether you need to submit EMD instrument or exempted, you are required to scan the EMD
instrument/Exemption document/CR of Permanent EMD and upload with tender documents at appropriate place.
7. Bidder shall upload a signed & scanned copy of the duly filled details in credential, technical bid abstract, holiday
Tender No Conversion of existing tanks and provision of additional facilities Page 4 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
listing and declarations attached with this tender / NIT towards their acceptance of the terms & conditions of the
tender along with the EMD.
Bidders are also requested to upload the complete tender documents as provided by the Corporation towards
their acceptance of all the terms & conditions of the tender before due date & time.
8. Bidders have to upload the scanned copy of ‘Format for Acceptance of Tender Terms and Conditions’ (format
provided along with the tender) duly filled in on company letter head as acceptance of all the documents
comprising in the Tender and Tender Terms and condition.
10. The Corporation reserves the right to reject any or all tenders without assigning any reason whatsoever and may
or may not accept the lowest tender.
Thanking you,
Yours faithfully,
Indian Oil Corporation Limited invites electronic bids through its website https://iocletenders.nic.inunder single
bid system from bona-fide bidders as per following details:-
Conversion of existing tanks and provision of additional facilities for introduction of Ethanol at
Wadala II Terminal and Khapri Depot under Maharashtra State Office.
Manager (Contracts),
Indian Oil Corporation Ltd.,
IndianOil Bhavan – BKC
WESTERN REGIONAL OFFICE,
9th Floor, Contract Cell Dept.
Contact Person (s): Plot No. C-33, “G” Block, Bandra Kurla Complex,
Bandra (East), Mumbai – 400 051
Tel No – 022-2672 2447
Email id – [email protected]
Note: -Any Addendum / Corrigendum / Sale date extension in respect of above tender shall be issued on our
website: ‘https://iocletenders.nic.in’ only and no separate notification shall be issued in the press. Bidders are
therefore requested to regularly visit our website to keep themselves updated.
Tender No Conversion of existing tanks and provision of additional facilities Page 6 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Limited e-tender is invited on single bid system from competent, quality conscious, experienced, financially
and technically sound contractors meeting Qualifying Parameters along with other details given below for
the following work. Tenderers are advised to download ‘Notice Inviting e-Tender’ along with other tender
documents from the e-tendering portal https://iocletenders.nic.in.While the tender shall be submitted
online in soft copy on our e-tendering portal.
The rates shall remain valid up for 120 days from date of opening of
the Tender. The Lowest Acceptable rate (i.e. the rate finalised L-1
rate with the successful Bidder, with or without negotiations) shall
10. Validity of Tender
remain valid throughout the entire period of Contract once the
Letter Of Acceptance (LOA) / Work Order is placed on the successful
bidder.
14. Cost of Tender Documents This tender being e-tender, there is no tender fee.
a. Tenders can be downloaded from website https://iocletenders.nic.in. All bidders who shall be downloading
tender documents from web sites are advised to visit the e-tender web site till the end date of download
15. period of tender document for any changes or addendums.
b. E-tender in single bid system consisting of Techno-commercial and Price Bid is invited from reputed,
established and financially sound parties for the works as above.
PRICE BID/SOR: The price bid shall be on percentage basis i.e., bidders have to quote percentage above or
below or at par our offered rate in the Price Bid (attached separately as BoQ). The percentage rates shall be
applicable on all the items given in the price bid/SOR.
16.
Escalation shall not be considered and paid for this Tender / Contract.
The rates in the BoQ are exclusive of GST, which will be paid as applicable. The bidders are required to quote
GST as per their understanding and provide SAC/HSN code for the same.
METHODOLOGY OF FINALIZATION OF TENDER
a) The bid of all the bidders submitting their bids through e-tender website before due date and time shall be
opened on due date & time of opening.
b) Bidders are advised to submit their most competitive lowest quote in fixed percentage above (+) / below (-
)/ at par (0) over the total amount indicated in the ‘Price Schedule’/’BOQ’ (Price Bid) at appropriate place
as per format of price bid (excel file) of e-tender attached with tender documents. The evaluation will be
done on net landed cost basis. The quoted rate in percentage shall be applicable uniformly on all items of
Schedule Of Rate (SOR)/ Purchase Requisition (PR) attached separately with the tender document.
c) Comparative statement of qualified bidders shall be made based on the ascending order of the valid bids
received.
d) After opening the price bid, party who has quoted the lowest rate (L1 rate) derived on the basis of net
landed cost basis will be considered for award of work, with or without negotiation as per the policy of the
Corporation.
e) In case of tie between two or more bidders at L-1 position, all the L1 bidders shall be asked to submit
discount bid in terms of percentage discount over previous quoted amount in a sealed envelope. The
sealed envelope shall be jointly opened by two IOCL officers and the L-1 bidders can witness opening of
the covers if they so desire.
f) In case there is a tie again, the tenderer who is having higher Annual Turnover (upto three decimal points)
during any of the following three financial years (2019-20, 2020-21 & 2021-22) shall be considered as L-1
17.
Bidder. For Tenders invited during April – September, in case of non availability of audited balance sheets
(Profit & Loss Account Statement)/ published accounts of 2021-22, the audited balance sheet (P&L
Statement)/ published account of 2018-19 shall also be acceptable.
For this, IOCL shall ask specifically to the L-1 bidders for submission of copies of the documents and
production of the original documents (for verification) towards proof of the Annual Turn Over i.e. Audited
Profit & Loss A/c and Balance Sheet for the respective Financial years duly certified by registered
Chartered Accountant.
g) The tender will be awarded to the L1-bidder finalised through above methodology, with or without
negotiations, as per Corporations’ Policy.
h) Negotiations will not be conducted as a matter of routine; however IOCL reserves the right to conduct
negotiation with the L1 party.
i) The decision of IOCL to accept or reject any offer of a bidder shall be final. In this regard, no
correspondence shall be entertained by IOCL.
Note: If the bidder fails to accept the work order placed at their originally quoted or subsequently negotiated
rates, as the case may be, IOC may initiate action to debar them from participating in future tenders which may
include putting them on holiday list. Once the quotation is accepted and the work order placed on the
successful bidder, the rate shall be firm and unaltered and no escalation of what so ever nature including
increase in statutory levies will be permitted unless otherwise defined exclusively.
Tender No Conversion of existing tanks and provision of additional facilities Page 8 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
TENDER DOCUMENTS
a) Bidders can download the tender document from our e-tendering portal https://iocletenders.nic.in free of
cost using their valid Digital signature certificate (DSC) and registered login ID.
b) Tender documents are non-transferable and tender has to be submitted by the party in whose name tender
18.
has been downloaded from tender website.
c) Corrigendum, if any, for the subject tender shall be published in the e-tender portal
(https://iocletenders.nic.in) only. Hence, Bidders are advised to visit the portal regularly to keep themselves
updated.
Submission/Uploading of Tender:
(a) Having completed offer in all respect, bidders should upload following documents along with EMD
instrument in e-tender web site duly digitally signed and as mentioned in the tender:
i) Tender document
19. ii) Price Bid in the provided format i.e. BoQ.
(b) Bids must be uploaded well before due date and time mentioned above. No physical documents shall
be accepted for any reason whatsoever and IOCL will not take any responsibility for the delay in
submission/uploading in e-tender portal.
Note:
Kindly ensure that techno commercial and Price bids are uploaded in right folders of e-tender website.
The tender shall be liable for rejection inter-alia on following grounds:
a) Party is holiday listed or black listed
b) Conditional Offer
20. c) Stipulates the validity period less than what is stated in the Tender Form.
d) Stipulates his own conditions
e) EMD is not submitted, unless valid exemption certificate is submitted.
f) Fraudulent information furnished by tenderer/submission of forged/fictitious documents.
General Condition of contract contains provision for Arbitration and Alternative Dispute Resolution Machinery
under section 9, which stands deleted. Further, the reference to Arbitration and Alternative Dispute Resolution
21.
Machinery provision contained in any other item and condition of GCC, which may be general and special in
nature shall also stand deleted to the extent, the said contents are applicable to the arbitration provisions.
Incomplete Tenders are liable for outright rejection without any further communication to the parties and
22.
decision of Indian Oil in this respect will be final.
Indian Oil reserves the right to reject the tender of any or all the applicants without assigning any reason
23.
whatsoever at its absolute discretion.
SCOPE OF WORK
Indian Oil intends to carry out the works as per schedule of rates (SOR) attached with the tender in excel format as
BOQ/Price bid/Price Schedule. All works shall be as per specifications, drawings, Layouts, instructions, etc given to the
party along with tender /call up orders and instruction /direction of Site Engineer / Engineer-in-charge of IOCL /
authorized representative. The brief scope of the work in general is defined as follows:
Conversion of existing tanks and provision of additional facilities for introduction of Ethanol at Wadala II
Terminal and Khapri Depot
i. Wadala II Terminal – Conversion of existing ERFVT Tank no 2 to CRVT for ethanol storage and other works
in the tank including provision of PV Valves, foam facilities, blasting & painting and other works as per the
BOQ and as required for the completion of the job.
Conversion of existing CRVT Tank no 1 for ethanol storage and other works in the tank including provision
of PV Valves, foam facilities, blasting & painting and other works as per the BOQ and as required for the
completion of the job.
Receipt and loading facilities for ethanol as per the BOQ and as required for the completion of the job.
ii. Khapri Depot – Conversion of existing CRVT Tank nos 13, 16 & 17 for ethanol storage and other works in
the tanks including provision of PV Valves, foam facilities, blasting & painting and other works as per the
BOQ and as required for the completion of the job.
Existing ethanol storage tank nos 14, 101 & 106: Blasting & painting and other works as per the BOQ and
as required for the completion of the job.
Receipt and loading facilities for ethanol as per the BOQ and as required for the completion of the job.
iii. Design of the various components, facilities in line with the scope of work for completion of the works in
all respects. The item includes preparation & submission of drawings from competent agencies/individuals
(API certified/Structural Engineers etc) as per the instructions of the Engineer-In-Charge.
iv. Supply & storage of material transportation at site along with required manpower, tools, machineries and
plants etc.
v. Other works etc required for the completion of the job.
vi. Preparation of detailed scheme and drawings for the proposed job.
vii. Submission of fabrication/ working/ isometric/ bar bending drawings based on the basic engineering
drawing / GAD provided by IOCL/ PMC Agency (wherever applicable). Incorporation of corrections/
comments/ observations on the fabrication drawings submitted & obtaining approval from IOCL/ PMC
Agency as applicable.
viii. Supply of items as per the items provided in the schedule & scope of works.
ix. Design, supply, erection of fire screen & scaffolding required for the works (as applicable).
x. All supply items as per the schedule of works shall be supplied by the successful bidder inclusive of Third
Party Inspection as per the approved QAP for various items. There shall be no separate payment towards
TPI charges.
Other associated works required for completion of the job and as per the instructions of the Engineer in-charge.
The drawing provided in the tender is indicative drawings for reference and actual drawings shall be prepared by the
contractor during execution of works. Any statutory requirement if needs to be fulfilled for disposal of debris outside
the IOC premises is in the scope of Contractor without any additional charge to IOCL, and the same is to be included in
the quoted rate.
Tender No Conversion of existing tanks and provision of additional facilities Page 10 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Entire work is to be carried-out as per the approved scheme and technical specification given ahead in the tender. The
quantities mentioned in the price-bid/BoQ are tentative. The successful bidder is required to immediately assess the
quantities as per the requirement of the site and supply them at site as per the requirement after approval of Engineer-
In-Charge. Under no circumstances, the deviation in quantities and specification will be accepted without prior approval
of Engineer-In-Charge.
All the equipment& materials are to be procured from approved vendor. In case the approved make of any of the item
is not mentioned in the tender, the approval of the make is to be obtained from the Corporation before procuring such
item. The approval of data sheet of submersible pump, fall arrestor, design mix concrete & other items is to be
obtained from the Corporation before the procuring from OEM.
Bar Chart: For monitoring of the project by IOCL, successful Tenderer shall submit a bar chart matching with the time
schedule given in the tender. This Bar Chart should be submitted within 15 days from the date of placement of work
order on the successful Tenderer.
Inspection and testing of major materials to be supplied viz. pipelines (for more than 50 m), fittings (More than 10 no),
valves (for more than 5 no) & basket strainer shall have to be got carried through any of TPI agencies as given ahead in
the tender.
Tender No Conversion of existing tanks and provision of additional facilities Page 11 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Further, the bidders hereby agree that the Court in the city of Mumbai, Maharashtra alone shall have the
jurisdiction to entertain any application or other proceedings in respect of any dispute arising under this contract
2.1 GENERAL
2.1.1 The scope of work shall be applicable for the jobs as described above.
1.1.2 Letter of Intent / Acceptance shall be issued to the successful tenderer after finalization of tender. The
tenderer shall be required to complete the contractual formalities including signing of contract and submission
of Initial Security Deposit (ISD) / Security Deposit (SD), Form of Contract, declarations etc within 10 days from
the date of LOI / LOA. The successful tenderer shall take action to takeover site simultaneously.
2.1.3 The tender will be valid for a period of 120 days from the date of opening the tender.
2.2.1 In case of the tendered work, IOCL shall hand over a clear demarcated site to the Contractor.
2.2.4 IOCL shall make arrangements for obtaining all required statutory approvals, applicable if any, like:
Explosive approval
Local authorities’ approval on the construction plan / layouts.
NH authorities’ approval on the construction plan / layouts.
MSEB approval for permanent power connection / enhancement of existing load.
2.2.5 Deleted.
2.2.6 IOCL shall provide detailed drawings for all the features of construction.
2.2.7 IOCL shall provide detailed specifications for all the works to be carried out under this tender.
2.2.8 IOCL shall provide a Quality Assurance Plan (QAP) for maintaining quality of work at site.
2.3.1 The list of facilities included in the Contractor’s scope of work is summarized under “Scope of Work”. Unless
and until any work is excluded from the scope in “Scope of Work”, all works as per tender drawings / SOR /
BOQ / Scope of Work shall be in the Contractor’s scope.
2.3.2 Any job mentioned in the “Scope of Work” is necessarily included in the scope of the tendered work
irrespective of whether the same is also indicated in the drawings.
Tender No Conversion of existing tanks and provision of additional facilities Page 12 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
2.3.3 IOCL shall furnish to the Contractor only four (or more) corners of the job site and level Bench Mark and the
Contractor shall at his own cost set out the works to the satisfaction of the site engineer/ TPI, but shall be
solely responsible for such setting up.
2.3.4 The Contractor shall provide, fix and be responsible for all stakes, templates, level marks and shall take all
precautions to maintain them till the work is complete. Contractor shall also be responsible for the
maintenance of all survey marks, boundary marks whether existing or supplied by the Contractor.
2.3.5 The Contractor shall provide and maintain, at or about the job site, an office for the working accommodation
of the Contractor’s Engineers and Staff, such office shall remain open and attended at all hours during which
the work is being performed at the job site, for the receipt of instructions, notices and other communications.
2.3.6 The Contractor shall at his own cost and initiative construct temporary building or other accommodation or
works necessary. Any land provided by the owner to the Contractor for this purpose shall not create any right,
title or interest whatsoever for the Contractor.
2.3.7 The Contractor shall at his own cost and initiative, arrange for and provide access to the work area and/ or
other yards for labour, equipment and materials as may be necessary. He shall also obtain all necessary
permissions, permits, consents and licenses as may be necessary to transport the materials, tools, equipment,
machinery and labour by any means of transport.
2.3.8 The Contractor shall plan well in advance for the collection of materials and equipment and erection of such
tarpaulins, sheds, wind breakers and other protection as shall or may be necessary for working during adverse
weather condition. He shall also bring such special equipment as may be necessary to enable work during
monsoon or adverse weather conditions and shall at his own cost arrange for de-watering the job sites so as to
keep the construction sites and the areas to be worked upon free of water. He shall not be entitled for any extra
compensation on this account.
2.3.9 Contractor shall mobilize additional manpower, equipment, tools & tackles if so instructed by IOCL in the
interest of program of work.
2.3.10 The Contractor shall maintain at each job site (in addition to any records or registers required to be maintain by
the Contractor under any law, rule or regulation having the force of law) such records and registers as the
Engineer-in–Charge or Site Engineer/TPI shall or may require the Contractor to keep and or maintain from time
to time.
2.3.11 The contractor shall maintain the following records and shall be available at all times at the work site.
2.3.12 If necessary the Contractor shall work overtime or in two or three shifts in a day. The Contractor shall not be
entitled to any extra compensation or remuneration for overtime or double or triple shift working. The
Contractor shall be expected to work on Sundays and Holidays, if necessary, without extra compensation.
2.3.13 The Contractor shall provide and keep at all times during the progress of work proper means of access to the
Tender No Conversion of existing tanks and provision of additional facilities Page 13 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
work for inspection or measurement. On no account shall the Contractor proceed with cover up or otherwise
place beyond reach of inspection or measurement, any work before inspection and measurements are taken.
Should the Contractor do so, the same shall be uncovered at Contractor's risk and expense for carrying out the
inspection and measurement.
2.3.14 The Contractor shall deploy experienced and qualified engineers for supervision of work. The Contractor shall
also ensure deployment of trained and skilled personnel and other labour as required by the job.
2.3.15 The Contractor shall make arrangements for water and Electrical Power required for construction at their own
costwithout any liabilitieson the part of owner. Contractor shall mobilize DG sets if required, without any extra
cost to IOCL.
2.3.16 Contractor’s scope of supply includes all the required materials, fittings, fixtures and equipments unless
otherwise specifically mentioned in either price bid or special terms and conditions to complete all land/
driveway development, civil, electrical and mechanical works shown in the detailed drawings provided with the
tender documents and/or as in the price-bid. It will be the responsibility of the Contractor to provide at their
cost all required workers/labour, equipment, machinery and all required materials so as to complete the job as
per our drawings and specifications.
2.3.19 The contractor shall deploy a licensed electrical contractor for doing the electrical works. After completion of
the work, a certificate to this effect as prescribed under “Indian Electricity Rules” shall be furnished by the
contractor for submitting to the State Electricity Board to facilitate power connection.
1. Project Site/Locations:
The tenderers are requested to inspect the site and acquaint themselves with the site conditions, approach,
power, water, lead etc. prior to quoting the rates.
The above terminal is a Licensed Premises operating with Petroleum Products, where the safety is of utmost
importance. The contractor has to abide by all safety precautions, rules and regulations of the location.
I. After communication of the Corporation’s acceptance of the contractor’s tender, if the contractor fails to
return the duplicate copy of the LOA/LOI/work order and agreement duly signed in token of their acceptance
within 10 days, the EMD is liable to be forfeited by the Corporation, with or without any further reference to
the contractor.
II. On acceptance of the quotation, the successful contractor will have to execute an agreement with the
corporation covering all aspects of the contract in standard form (issued by IOCL/attached in the tender),
immediately before commencement of the works. The intending tenderers should acquaint themselves with
the provisions of standard agreement prior to quoting.
III. When the party signing the agreement is not the sole proprietor, necessary power of attorney authorizing the
person who is acting on behalf of the firm should be produced before execution of the agreement.
IV. If the Contractor does not start the work by the above stated period and if the Corporation is not satisfied with
the reason for not starting the work in time or if Contractor refuses to carry out the work due to any other
Tender No Conversion of existing tanks and provision of additional facilities Page 14 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
reason, the Corporation can cancel that work order by giving a Registered Notice after the expiry of the
specified period as per the order and the same work shall be carried out by any other Contractor at the entire
risk and cost of original Contractor.
V. In the event of such cancellation, the ISD/SD for the subject work, Earnest Money Deposit and/or Permanent
Earnest money Deposit will be forfeited and the empanelment of the contractor in all categories shall be
cancelled forthwith, without any further intimation to the contractor. In addition the Corporation also reserves
the right to holiday list the contractor in the event of such default.
3. Selection of Parties:
Placement of the Contract for the technically qualified tenderer on the lowest price shall be done in the
manner explained above in the tender document.
4. Completion Period:
a) Completion time shall be as mentioned in the NIT. Each part/location shall be treated separately for
completion period.
th
b) Zero date is 10 day from the date of commencement order or date of site handing over, whichever is
earlier.
c) The work is required to be carried-out at a location where petroleum products are stored and handled for
which safety is of paramount importance. Due to safety and other operational constraints, the work may
be suspended intermittently by the Corporation during the progress of work. The days/period of
suspension will not be counted in ‘working days’. A hindrance record is to be maintained at site and will
be certified by the site engineer. Weekdays/holidays when work is suspended by the Corporation, will
also be counted in suspended days.
d) Working hours of at the plant are from 09:00 to 17:30 Hrs on week days. However, contractor should
make adequate arrangements for carrying out the work in extended hours beyond 17:30 Hrs on weekday,
and also on weekend and / or holidays, if permission is given.
e) In case contractor fails to complete the works, as above, price adjustment for delay in completion shall be
made, as per clause 4.4.0.0 “General Conditions of Contract’, by way of discount @1/2% of contract
valuefor the delay per week or part thereof, subject to a maximum of 10% of contract value. The same
shall be recovered from the bills for the delays attributable to the Contractor.
f) During the progress of the work, price adjustment for delay in completion shall be deducted at applicable
percentage from RA bills, on cumulative value of the work done upto the concerned RA bill. However, in
cases of abandonment of the site or termination, the price adjustment for the delay shall be applied in
line with the GCC clause 7.0.9.0 on the total contract value as specified in the acceptance of tender.
g) This will be in addition to and without prejudice to the other rights available to the Corporation under the
said GCC. Time for all the facilities covered in the schedule of works will commence concurrently.
5. Validity of Tender:
The tender will be valid as specified in NIT. IOC reserves the right to place work order at anytime as per validity
mentioned in NIT from date of opening of tender. Once work order is placed the rates shall remain firm till
completion of entire work in all respects except for items specifically covered specifically under escalation/de-
escalation in the tender.
Tender No Conversion of existing tanks and provision of additional facilities Page 15 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
6. Rates:
The rates quoted shall include all costs, allowances, any charges including any enhanced labour rates etc
except GST which will be paid as actual as applicable for respective band of quoted GST/SAC/HSN code.
7. TAX IMPLICATIONS:
The Tender is applicable for bidders registered as regular (Non Composition) Scheme of GST only.
The evaluation will be based on Net Landed Cost to IOC. Net Landed Cost will be arrived as defined below:
Net Landed cost = Basic Price + Applicable GST – ITC (as Applicable)
As per the product handled at the respective locations and the nature of work involved, IOC shall not be eligible
for ITC. Comparison and evaluation of the bids shall be done accordingly at the Net landed cost after considering
the applicable GST and reducing the eligible ITC. Specimen sample for method of evaluation is as under:
Sr. No. Particulars Regular Registered Dealer Regd Dealer under Composition
(Bidder 1) (Bidder 2)
1.1 After opening the price bid, party who has quoted the lowest rate (L1 rate) derived on the basis of net landed
cost basis will be considered for award of work, with or without negotiation as per the policy of the
Corporation.
1.2 The bidder is to indicate GST rate in the BOQ as per their understanding of applicable HSN/SAC Code. In the
absence of these details in the BOQ, evaluation shall be done considering current GST rate envisaged by
IOCL as indicated in tender document.
8. The tenderer shall indicate in their bid the GST no. and in case the GSTN no. is not available, the bidder will give
confirmation/undertaking for obtaining registration with a copy of application for registration.
The tenderers must note that the percentage of rates and amount quoted for the items in the “schedule of rates or
price-bid” shall be applicable for all leads and lifts and reach involved. The rates quoted for all items below the
ground level shall be inclusive of adequate shoring, shuttering, bailing out sub soil water (if found necessary) etc
complete. The successful tenderer shall be responsible for implementation of all precautionary measures for
ensuring safety for all materials and labor till such time the work is completed in all respects and handed over to
the Corporation.
The Corporation also reserves the right to accord purchase/ price preferences to the public enterprises and Joint
ventures of the Corporation as per the prevailing policy. Decision of the Corporation in this regard will be final.
Tenderers may note that negotiations will not be conducted with the bidders as a matter of routine.
However, Corporation reserves the right to conduct such negotiations.
9. Secured Advance:
The successful tenderer within 10 days of receipt of acceptance of tender, name an graduate engineer
responsible for the job at site on behalf of the contractor as per clause 4.0.3.0 and 4.0.3.1, Performance of
work, section 4, of GCC. Bidder should give in writing to the Corporation, the name of his authorized and
qualified engineer who will supervise the work and shall remain at the site during execution of the job.
Required qualification for the engineer shall be as tabulated below: Each location shall be treated separately
for value of jobs.
Once the offer is accepted and agreement executed, the rates shall be valid till the completion of works in all respects
except for items specifically covered under escalation /de-escalation.
Similarly no variation or reimbursement shall be entertained due to revisions in statutory tax or levies imposed by the
Governments of State or Centre.
Tender No Conversion of existing tanks and provision of additional facilities Page 17 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
13. Notwithstanding the sub divisions of the tender document into several sections and volumes, every part of each
shall be deemed to be supplementary of every other part and shall be read with and into the contract so far as it
may be practicable to do so.
In case of irreconcilable conflict in non technical matters between provisions in separate contract documents
governing the same aspect, the following shall prevail in order of preference;-
1. Formal contract
2. Acceptance of tender
3. Price schedule annexed to the letter of acceptance
4. Agreed variations annexed to the letter of acceptance
5. Addenda to the tender documents
6. Special Terms and Conditions of Contract
7. Special Instructions to Tenderers
8. General conditions of Contract
9. Instructions to tenderers
A variation or amendment issued after the execution of the formal contract shall take precedence over the formal
contract and all other Contract Documents. Notwithstanding the sub divisions of the tender document into
several sections and volumes, every part of each shall be deemed to be supplementary of every other part and
shall be read with and into the contract so far as it may be practicable to do so.
15. In case of difference in specifications of material/works at different places of tender, stringent specifications as
decided by PMC (Project Management Consultant) /IOCL will be considered for execution.
16. The tenderer shall before tendering and shall be deemed before tendering to have undertaken a thorough study of
the proposed work, the job site(s) involved, the site conditions, soil conditions, the terrain, the climatic conditions,
the labour, power, material and equipment availability and transport and communication facilities, the availability
of transport, the availability of land for right of way and temporary office and accommodations, quarters, and all
other facts and facilities necessary or relevant for the formulation of the tender, supply of materials and the
performance of the work. Without prejudice to the foregoing, the tenderer may be allowed access to any
information regarding the site of the work, the investigations conducted relative thereto, such as soil investigation
etc. But, these shall be only indicative in nature and the tenderer are expected to collect their own data for
preparation and submission of their tender. Any claim at a later date based on either incorrectness or inadequacy
of the information/data made available by the OWNER/tenderer to a tenderer shall not be entertained. The
OWNER/tenderer shall be fully absolved of any and all liabilities in this regard. Since the location is a licensed
premises, handling with petroleum products, where the safety is of at most importance; the Contractor needs to
adhere to the working hours of the Terminal. No one from the Contractor’s side will be allowed to stay at the
location beyond working hours unless specific permit/permission is given.
17. The tenderers are advised to submit their offer strictly as per the terms and conditions and specifications contained
in the tender document and not put forth conditions/ counter conditions.
18. Conditional tenders received subsequent to the pre bid meeting tenders shall render the offer liable for rejection.
Tenderers must also note that documents in support of qualifying parameters are submitted along with the tender
failing which tenders received will be rejected without further notice to the tenderers.
19. In case any bidder considers it inevitable or unavoidable to make certain deviations from requirements and
stipulations of the Tender Document, such bidder shall bring out the same separately and prominently in a
separate statement uploaded with the technical bid of the tender so as to make it prominently noticeable by the
authority opening the tender. Such a statement should clearly indicate the particular page number, clause, or
section of the Tender Document deviated from, the scope and extent of the deviations and explanation as to why
the said deviation is considered inevitable or unavoidable in the view of the consultant.
Tender No Conversion of existing tanks and provision of additional facilities Page 18 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
20. The Corporation reserves the right to accept any tender in whole or in part and reject any or all tenders without
assigning any reasons. The Corporation reserves the right to accept more tenders in part.
21. The OWNER reserves the right to consider/evaluate only substantially responsive tenders. A substantially
responsive tender is one, which, in the opinion of the OWNER (which shall be final amid binding on the
contractor(s), substantially conforms to all the terms, conditions, specifications and requirements of the Tender
Document without material deviations or reservations in respect of any of the following:
22. After communication of the Corporation's acceptance of the tenderer’s Offer, the successful tenderer shall be
required to execute a formal contract in accordance with the Form of Contract within 10 (ten) days from the date
of receipt of Letter of Acceptance from the OWNER, or such extended time as may be permitted by the OWNER for
the purpose to do so, before commencement of works. If the successful tenderer fails to return the duplicate copy
of the work order and the Agreement duly signed in token of their acceptance, the work order may be cancelled by
the Corporation, without any further reference to the contractor. In case the contractor fails to adhere to the time
limit specified above or if the rate of progress is considered not satisfactory, the Corporation will be at liberty to
terminate the contract and get the same executed by any other agency entirely at the cost and risk of the original
contractor.
In modification to the Section 2, clause 2.1.1.0 of the GCC, the successful tenderer shall pay security deposit in the
amount equivalent to 3% of the total work order value (Excl GST) in any of the following modes.
A. CASH:
Initial security deposit: The successful tenderer within 15 days of receipt of ‘Letter of Acceptance” issued by owner
shall deposit initial security deposit in an amount equal to 1.0% (One percent) of the total work order value in any
of the following modes.
a. Demand draft/ Pay order drawn on a nationalized/scheduled bank drawn in favour of Indian Oil Corporation
Limited payable at Mumbai. (Cheques shall not be accepted).
b. Balance security deposit will be recovered at the rate of 2% of gross certified value of work from incoming
running bills till such time entire security deposit is recovered.
c. In case of empanelled parties against tender no-WRCC/2020-21/PT/105 who have submitted permanent ISD,
the SD @ 1% shall be deducted from the running bills.
The security deposit collected as per the terms shall be released after a period of 12 Months from the date of
completion of works subject to the relevant clauses of the GCC. The SD shall not carry any interest.
CONTRACTOR shall as a part of his obligation sign an agreement for secrecy of the drawings / documents with
IOC. CONTRACTOR, hereby, expressly undertake to keep all the drawings/documents as well as other Technical
information given in the CONTRACT-DOCUMENT secret and shall not divulge or leak or otherwise cause to be
known to the competitors or others having any interest in such process in anyway the contents in any form,
shape or method.
25. All information disclosed to the tenderer by way of the Tender Documents shall be considered confidential and
shall not be disclosed to any party by the tenderer except as may be necessary for carrying out the work. Where it
is found that any tenderer has violated and has disclosed sensitive and vital information impugning on the security
Tender No Conversion of existing tanks and provision of additional facilities Page 19 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
of the installation/national security, necessary action, as may be called for, may be taken against the tenderer
concerned in addition to his being liable to be black listed and/or barred from participating in future bids.
The contractor shall arrange water/procure water required for the work at his own cost for all leads and lifts.
IOCL shall not be responsible for supplying water and Contractor shall ensure timely and adequate supply of
water to meet the schedule.
The contractor shall make his own arrangement for power required for the work at his cost. DG set of suitable
capacity may be installed and operated by the contractor at his cost. IOCL shall not be responsible for power
supply and contractor shall ensure proper supply of electricity to meet the schedule. If surplus power is
available, the Corporation may provide the same to contractor in as per the conditions stipulated in GCC.
The electrical works shall be carried out through Licensed Electrical personal only.
All materials including cement, reinforcement, structural steel, steel plates, consumables, testing appliances,
tools and tackles, and all materials necessary for completing the work shall be supplied by the Contractor at his
own cost. No claim/ delay on this account will be entertained by the Corporation.
Corporation reserves the right in selection of best makes of materials to be procured by the contractors &
contractor shall procure the same only up on the approval by site in charge. List of approved makes for
different materials is enclosed with the tender. Make of material to be used at site should conform to the list
of approved makes.
29. The contractor shall submit a bar chart detailing the planned execution of work. Such bar charts shall be got
approved by IOC before commencement of work. For ready reference these charts shall be displayed in the site
office at all times.
30. Tenderers to submit construction execution plan for completion of the works as per completion time indicated in
the tender while submitting the offer. Site organization chart for works proposed shall also be submitted. Detailed
list of equipment proposed to be deployed to site for taking up works shall be enclosed while submitting the offer.
31. Contractor shall mobilize additional manpower, equipment, tools & tackles if so instructed by IOCL in the interest
of program of work. If necessary the Contractor shall work overtime or in additional shifts in a day. The Contractor
shall not be entitled to any extra compensation or remuneration for overtime or additional shift working. The
Contractor shall be expected to work on Sundays and Holidays, if necessary, without extra compensation.
a. Contractor shall , at his own cost, take all safety precaution for carrying out hot work in the premises after
obtaining hot work permit from location in charge as directed by the Site -In-Charge. Necessary safety
equipment such as safety belts, helmets and other equipments are to be positioned by the contractor and
used as per requirement.
b. Safety distance as per PESO Rules and Oil Industry Safety Directorate shall be maintained strictly during
construction.
c. Any casualty or damage caused to property or person by any untoward incidents while executing this
contract will be at the contractor’s risk and cost.
d. The contractor shall also abide by hot work / cold work / height permits to be taken on day to day basis
from the location as per policy of the Corporation.
Tender No Conversion of existing tanks and provision of additional facilities Page 20 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
e. The contractor shall deploy a licensed electrical contractor for doing the electrical works.
f. The successful tenderer shall be responsible for observance of all conditions as per Appendix furnished
along with GCC with regard to safety.
g. The provision for fire screen/partitioning will be paid extra, as applicable.
The successful tenderer will abide by the Rules, Regulations, Bye-laws and Statutes, etc. imposed by the
Government/ Semi Government and other local governing bodies for execution of this job.
Before commencement of wok the Contractor shall apply and obtain all necessary declarations and clearances
required under law for construction work.
The Contractor shall maintain all the statutory records at site, as required and shall be required to execute
indemnity bond undertaking and declarations as per enclosed format for Provident Fund and Contract Labour
Acts.
The Contractor shall keep the Owner indemnified from and against all personnel and third party claims
whatsoever (inclusive of all costs incurred between attorney and client) arising out of any act, omission or inter
omission on part any sub-Contractor or agent, sub-agent, IOC or employee of the Contractor or any sub-
Contractor, whether committed, omitted or arising with in or without the scope of the contract, sub-contract,
agency or employment, as the case may be.
During the execution of works, the contractor should ensure adherence to safety systems and procedures.
The Contractors who are working in the establishments through Contract Labour shall be fully responsible for
observance of all rules and regulations as per the Contract Labour (Regulation and Abolition) Act 1971 and
obtain a licence from the Assistant Labour Commissioner concerned and produce the same to IOCL. In this
connection, tenderers shall abide by all the conditions of Appendix II and I enclosed with the GCC. The
Principal Employer certificate shall be given on written request from contractor by IOCL.
The contractor shall sign a declaration that they will not engage any child labour, for the corporation’s work, as
per various labour laws applicable to them. In case the claim is found to be fake at a later date, the contract
shall be terminated forthwith.
36. PF Registration:
The tenderers shall indicate his/ their PF code number in the Statement of Credentials enclosed with the
tender along with PF registration. The successful tenderers shall abide by all the requirements and submit
copies of all registers/ returns etc filed by them before the Corporation releases final dues.
37. Audits:
This project is subjected to inspection by various audit / vigilance agencies of government of India / Indian Oil
Corporation Limited. If any inspection of works is carried by such agencies, Contractor shall extend his full co-
operation to these agencies in examining records, works etc. On inspection by such agencies, in their
inspection report, if it is pointed out that Contractor has not carried out work according to guideline laid down
in this tender document and also if any recoveries in some items is pointed out therein, same shall be
recovered from Contractor’s RA bills / final bills. The items under dispute shall not be paid in full till inspection
agency gives their No – objection report.
38. Meetings:
Tender No Conversion of existing tanks and provision of additional facilities Page 21 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
The partners or Directors of the Contractor shall meet the officers of the PMC/ IOCL at the site of works or at
their respective offices whenever requested to do so.
39. Weekly site co-ordination meetings shall be attended by the Contractors working on site & proper intimation
should be given to the PMC / IOCL in order to monitor the project more efficient way. The relative decision for the
execution of tender items shall be given in these meetings by PMC / IOCL by producing working drawings /
handmade sketches if any.
40. Any omissions/deviations noticed in the item without the prior written approval of the Corporation, shall result in
rejection of the contractor’s / fabricator’s claim for payment for these items.
41. Any additional work that may become necessary during course of execution of works as authorized by our site in
charge shall be immediately got approved prior to taking up the work duly forwarding the details, nature of works
etc as per relevant clause of the GCC. The Corporation also reserves the right to operate or not operate or partly
operate any item mentioned in the schedule.
42. It shall be contractor’s responsibility to obtain approval for any revision and/or modifications decided by the
contractor from the site -in-charge before implementation. Also such revisions and/or modification if accepted /
approved by the site-in-charge shall be carried out at no extra cost to the owner.
Any changes required during and/or after approval for detailed construction drawings due to functional
requirements or for efficient running of system keeping the basic parameters unchanged and which has not been
indicated by the Contractor in the data / drawings furnished along with the offer, will be carried out by the
contractor at no extra cost to the owner.
a) The Contractor shall not deviate from the standard drawings and scope of work and specifications unless
specific instruction in writing is given by work order issuing authority.
b) If the changes in drawings or scope of work result in to change in particular items of work, recovery or
additional payment shall be made on the basis of IOCLs estimated schedule of rates uploaded with this tender
(HO SOR of the area) as under:
c) However, if rates for such items are not available in the above rate schedule, the same will be decided after
proper rate analysis. Decision of IOCL on the rate for extra item shall be binding on the contractor.
d) The above schedule of rates is enclosed along with the tender documents (it may be noted that the above
schedule is only for the purpose of calculating the financial implication arising out of any allowed change in
scope of work).
e) If need is felt during the execution of work to execute some items not originally covered in the scope of work
or not shown in the drawings, the contractor shall execute the same based on procedure mentioned at (b)
above.
The Contractor shall provide, fit–up and maintain in at approved position proper temporary office
accommodation for his staff and shall also provide office accommodation and assistance for maintaining the
same for use by IOCL/PMC. Also a room for site meeting should be provided. Contractor’s offices shall be open
Tender No Conversion of existing tanks and provision of additional facilities Page 22 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
at all reasonable working hours to receive instructions, notices or communications and clear away on
completion and make good all works distributed.
The site will be handed over to the party on “as is where is” basis.
The Contractor shall take care for cleaning the working site from time to time for easy access to work site and
also from safety point of view.
Working site should be always kept cleared up to the entire satisfaction of the Site Engineer.
Contractor shall arrange to dispose off debris, wood shaving and any other waste product created while
carrying out the work, inside / outside IOCL’s premises as instructed by the PMC / IOCL. The Contractor shall
take due care while disposing of such waste materials and ensure that any rules / regulations lay down by Local
Authorities, IOCL or any other statutory body are not violated. The Contractor shall be responsible and
answerable to any complaint arising out of improper disposal of wastage. Quoted rate shall include the cost of
same and no extra payment shall be made towards this account.
During inclement weather the Contractor shall suspend concreting and plastering for such time as PMC / IOCL
may direct and shall protect from injury all works in the course of erection.
Should the work be suspended by reason of rain, strike, lockouts or other cause the Contractor shall take all
precautions necessary for the protection of the work at his own expense shall make good any damages arising
from any of this cause.
The Contractor shall take all precautions necessary and shall be responsible for the safety of the work and shall
maintain all safeguards, including providing for guards, proper lights, signs, temporary passages, or other
protection necessary for the purpose. All work shall be done at the Contractor’s risk, and if any loss or damage
shall result from fire or from other cause, the Contractor shall promptly repair or replace such loss or damage
free from all expenses to the IOCL. The Contractor shall be responsible for any loss or damage to materials,
tools or other articles used or held for use in connection with the work. The work shall be carried on and
completed without damage to any work or property of the IOCL or of others and without interference with the
operation of existing machinery or equipment, if any.
Along with his bid, the Contractor shall submit a sketch showing the establishments he proposes to construct
on site such as, cement godown, Contractor’s office / stores, PMC / IOCL, material storage yard, fabrication
yards, etc. In locating these, he shall give due regard to the office or storage space required to be given to
other agencies.
When in the opinion of the PMC / IOCL, facilities provided as above have to be shifted and relocated in the
interest of progress of work / to facilitate other agencies works the Contractor shall immediately comply with
the PMC / IOCL’s instructions and arrange to shift the above facilities as directed. Failure of the Contractor to
comply with the PMC / IOCL’s instruction within the specified time shall empower the PMC / IOCL to arrange
to get this shifting done through other agencies at the risk and cost of the Contractor and deduct the expenses
thereof from the money due to the Contractor.
The Contractor shall put up a sign board in an approved location and to an approved design by local statutory
board/architect showing name of the Project, IOCL, PMC and self and provide space for names of other
Contractors and specialized Agencies.
All water, which may accumulate on the site during the progress of the work or in trenches and excavations
from other than expected risk should be removed from the site to the satisfaction of the PMC/IOCL at the
Contractors expense
Removal of all offensive materials: All soil, filth or other matter of an offensive nature taken out of any trench,
sewer, drain, cess – pool or other place shall not be deposited on the surface, but shall be at once carried away
by the Contractor disposed off as per the rules and regulations of the Local Authorities concerned.
All expenses towards mobilization & demobilization including bringing in equipment, clearing the site etc. shall
be deemed to be included in the prices quoted and no separate payments on account of such expenses shall
be entertained.
It shall be entirely Contractor’s responsibility to provide, operate & maintain necessary construction
equipment, scaffoldings and safety gadgets, cranes and other lifting tackles, tools and appliances to perform
the work in a workman like and efficient manner & complete all jobs as per time schedules.
Preparing approaches and working area for movement and operation of the cranes, leveling the areas for
assembly and erection shall also be the responsibility of the Contractor. The Contractor shall acquaint himself
with access availability, local labour etc. to provide suitable allowances in his quotation. The Contractor, at his
own cost, may have to build temporary access roads to aid his own work that shall also be taken care while
quoting for the work.
The procurement and supply in sequence and at the appropriate time of all materials & consumables shall be
entirely the Contractor’s responsibility. Rates for execution of work will be inclusive of supply of all these
items.
In case of any class of work over which there is no specification mentioned, the same shall be carried out in
accordance with the latest edition of Indian Standard Specifications subject to the approval of the PMC / IOCL.
53. Typographical or Clerical Errors:
The PMC / IOCL clarifications regarding, partially omitted particulars or typographical or clerical errors shall be
final and binding on the Contractor.
All the payment for quantities certified in the running account/ final bill shall be as per the details recorded in
the standard measurement book of the Corporation and jointly signed by the Contractor/ site engineer of IOC.
Method of measurement shall be strictly in accordance with the technical specification/preamble to BOQ for
this work.
The payment shall be as per the details entered in the standard Measurement Certificate bills of the
Corporation.On Account Bills shall be paid for the work done, measured and certified.
On Account Payments: On Account Bills shall be paid for the work done, measured and certified in line with
GCC.
i. 70% of the supply for each item will be paid after receipt of the materials at site in good condition,
along with test certificates, Inspection clearance by IOCL or its representative.
ii. 20% of the supply charges will be paid after installation and erection of the equipment at site on
pro-rata basis.
iii. 10% of the supply will be paid in final Bill & after mechanical completion of project.
i. 90% of the installation/testing/commissioning for each item of the price bid will be paid after
installation and erection of the equipment at site on pro-rata basis.
ii. Balance 10% will be paid in final Bill & after mechanical completion of project.
i. 60% for each item of the will be paid after receipt of the materials at site in good condition, along
with test certificates, Inspection clearance by IOCL or its representative.
ii. 30% will be paid after installation and erection of the equipment at site on pro-rata basis.
iii. Balance 10% will be paid in final Bill & after mechanical completion of project.
b. Many works executed may need clearance from an Acceptance Committee formed by Corporation at any
stage of the work. Contractor shall render full cooperation and comply with all the observations,
instructions of the Committee at no extra cost to IOC
The work is subject to inspection at all times by the Site Engineer/ Engineer-in-Charge/ representatives
nominated by IOCL. The Contractor shall carry out all instructions given during inspection and shall ensure that
the work is being carried out according to the technical documents and the relevant codes of practice
Tender No Conversion of existing tanks and provision of additional facilities Page 25 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Any work not conforming to the execution drawings, specifications or codes shall be rejected forthwith and
the contractor shall carry out the rectifications at his own cost.
All results of inspection & tests will be recorded in the inspection reports, proforma, which will be approved by
the Site Engineer/ Engineer-in-Charge. These reports shall form part of the completion documents.
Inspection & acceptance of works shall not absolve the Contractor from any of his responsibilities under this
Contract.
The Contractor shall carry out the various tests as enumerated in the technical specifications of this tender
document and the technical documents that will be furnished to him during the performance of the work and
no separate payment shall be made unless otherwise specified in schedule of rates.
All the tests either on the field or at outside laboratories concerning the execution of the work and supply of
materials by the Contractor shall be carried out by Contractor at his own cost through a government-
authorized laboratory as per satisfaction of PMC/IOCL.
The Contractor shall provide at site, a necessary Testing equipment/gauges, and manpower for carrying out
various tests, including field tests.
Any other apparatus deemed necessary by the PMC/ IOCL for proper control shall be provided by the
contractor at his own cost.
Technician for carrying out above tests and maintaining test records. The Technician shall also prepare and
maintain records of all quality check for verification by IOC Engineers on day-to-day basis.
Apart from the QC checks at site, periodic testing of materials proposed to be used in works shall also be
tested as per IS provisions in Govt. approved Labs for which no extra payment shall be made.
Inspection and testing of major materials to be supplied viz. pipelines (for more than 50 m), fittings (More than
10 no), valves ( for more than 5 no) & basket strainers shall have to be got carried through any of TPI agencies
as given ahead in the tender or approved by Engineer-In-Charge:
Materials to be issued to the Contractor shall be delivered at site by IOCL. Contractor shall take delivery of
such materials and keep it in safe custody till the time of handing over of completed facility to IOCL. If any
material is found to be missing or short from the list of materials handed over, the Contractor shall be
responsible for the same and shall have to make up for the losses.
The Contractor will not have any legal ownership on materials issued for Corporation works.
The Contractor will submit the name of his authorized representative with his attested signature to engineer in
charge for issue of materials.
Contractor will preserve MIN (Material Issue Note) / MRN (Material Receipt Note) till the submission of final
bill for individual works. The consumption of material for work will be settled on the basis of MIN/MRN if any
material is found short, the Corporation will recover its cost at the rate of book value plus 10% or market rate,
whichever is higher.
The Contractor should purchase all material from the market, which they require for the work allotted to
them, in cash or credit in their own firms’ name only.
In case of any default on the part of the Contractor to clear the payments of their vendors / suppliers / sub-
contractors, the Corporation, to protect it’s name and image, shall recover the amount from Contractor’s
pending bills or security deposit and may make the payment to the concerned party.
Contractor in his own interest should purchase material from the authorized sources and should fulfill all their
obligations of all taxes etc. If the Corporation has reasons to believe that any material has been brought to its
premises from unauthorized sources, the Corporation can refer the matter to police for verification.
The Contractor can be debarred and EMD/SD shall be forfeited, for such lapses.
The contractor shall cooperate with other contractors for smooth execution of project related works.
The Contractor shall take care for clearing the working site from time to time for easy access to work site and
also from safety point of view.
Working site should be always kept cleared upto the entire satisfaction of the Engineer-in-Charge. Before
handing over any work to owner, the contractor in addition to other formalities to be observed as detailed in
the document shall clear the site to the entire satisfaction of Engineer-in-Charge.
Before filling in the tender, the Tenderer will have to check up all Drawings and Schedule of Quantities, and
will have to get the clarification from the Consultant / IOCL on any point that he feels is vague or uncertain
during pre-bid meeting. No claim or damages or compensation will be entertained on this account.
The work shall be carried out to the entire satisfaction of the IOCL/ PMC and in accordance with the signed
drawings, specifications and other Contract documents. No drawing shall be taken as in itself and order for
execution unless, in addition to the Consultant’s signature, it is marked “RELEASED FOR CONSTRUCTION” and
approved by Engineer In charge of IOCL. No claim for payment / for extra work shall be allowed unless the said
work shall have been executed under the instruction by the authorities, directions in writing of the PMC as
herein mentioned.
Extra works carried out for the items which are not covered in Price Bid, HO SOR rates of the Aurangabad
Divisional Office will be applicable, which is attached separately. These SORs are for our divisional offices, as
per respective file names given for SORs. Details of locations falling under DOs are as under:
The Contractor shall on the request of the PMC / IOCL immediately dismiss from the works any person
employed there on who may, in the opinion of the PMC / IOCL, be un suitable or incompetent or un co-
operative or who may misconduct himself and such person shall not again be employed or allowed on the
works without the permission of the PMC / Owner. Such discharges / dismissal shall not be the basis of any
claim or compensation or damages against the IOCL / PMC or any of their officers or employees. The decision
of PMC / IOCL shall be final and binding on the Contractor. The dismissed person shall be replaced by a person
acceptable to PMC / IOCL.
In the event of any non-adherence of the safety systems and procedures following penalty for non-compliance
will be levied on the contractor:
a. Violation of applicable safety, health and environment related norm, a penalty of Rs. 5000/- per occasion.
67. In case sub contractors are engaged by the successful tenderer with prior permission from IOCL on award of works,
it will be mandatory on part of the main contractor to furnish a NO DUE UNDERTAKING from the sub contractor
(on their letter heads) to IOCL before final payments are cleared by the Corporation.
68. At all places in the GCC enclosed with the tender document, OWNER shall mean INDIAN OIL CORPORATION
LIMITED, MARKETING DIVISION, MAHARASHTRA STATE OFFICE, with its office at Indian Oil Bhavan, Plot No C-33,
G Block, Bandra-Kurla Complex, Bandra (East) Mumbai 400051. The court of jurisdiction for all matters under the
tender shall be at MUMBAI.
69. Black Listing / Holiday Listing / Banning / Removing from Approved Panel:
A party may be put on holiday list for any one or more of the following reasons:
1. Has indulged in malpractices such as bribery, corruption, fraud and pilferage
2. Is bankrupt or is being dissolved or has resolved to be wound up or proceedings for winding up or
dissolution have been instituted.
3. Has submitted fake, false or forged documents / certificates
4. Has substituted materials in lieu of materials supplied by IOCL or has not returned or has short returned
or has unauthorizedly disposed off materials / documents / drawings / tools or plants or equipment
supplied by IOCL.
5. Has obtained official company information or copies of documents, in relation to the tender / contract, by
questionable methods / means.
6. Has deliberately violated and circumvented the provisions of labour laws / regulations / rules, safely
norms or other statutory requirements.
7. Has deliberately indulged in construction and erection of defective works or supply of defective materials.
8. Has not cleared IOCL’s previous dues.
9. Has committed breach of contract or has failed to perform a contract or has abandoned the contract.
10. Has refused to accept fax of Acceptance / Letter of Acceptance / Purchase Order / Work Order after the
same is issued by IOCL within the validity period and as per agreed terms and conditions.
11. After opening of Price Bid, on becoming L1, withdraws / revises his bid upwards within the validity period.
12. Has parted with, leaked or provided confidential / proprietary information of IOCL given to the party only
for his use (in discharge of his obligations against an order) to any third party without prior consent of
IOCL.
13. Any other ground for which in the opinion of the Corporation makes it undesirable to deal with the party.
In case if a party put on holiday list, no tender enquiry / bid / work order will be issued to the party as long as the party’s
name is on the holiday list. The period of holiday listing may be for one or more years depending on the sole
discretion of IOCL. The holiday listing will be party specific and when the party is put on holiday list, all the
offices of the party shall be on holiday for all locations of IOCL and for all services / locations of the party. If the
party placed on holiday, is proprietary concern, all the concerns of the same proprietor shall also be
considered to be on holiday and if that proprietor is the managing partner of any firm, such firm shall also be
considered to be on holiday. The Functional Director may however, if he considers this to be in the interest of
the Corporation, remove the bar in respect of any specific service / location.
Tender No Conversion of existing tanks and provision of additional facilities Page 28 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Every bidder shall, at the time of submission of bid, give a declaration the bidder has not been placed on holiday list by
IOCL or its Administrative Ministry. If the bidder is a Proprietary Concern, the Proprietor shall also give a
declaration at the time of submission of the bids that none of the other concerns of which he is a Proprietor or
Managing Partner has been placed on holiday by IOCL or its Administrative Ministry. In case the declaration of
a party indicates that either the company or a proprietorship concern of the same proprietor or a partnership
firm in which the proprietor is also a managing partner has been placed on Holiday either by IOCL or its
Administrative Ministry, the party shall be considered to be on holiday.
The defect liability / warranty period shall be for a period of one year after the successful commissioning over of
the complete system (completion of work at all the locations) by the Vendor. It may be noted that during the
defect liability/warranty period, Vendor will take complete responsibility for any defect observed in the system &
rectify any defect observed immediately without any extra cost to IOCL.
Cost of all spares, equipment, instruments & services, (be preventive & breakdown) to take care of the above
points has to be borne by the Vendor during the warranty period In case of failure to attend to these promptly,
these will be attended through alternate agency at vendor’s risk and cost.
10% of the work order value shall be retained as security deposit for the entire warranty period, so as to secure
IOCL against any defect/ liabilities arising out of this work. For mode of payment, release & forfeiture of SD the
terms and conditions as stipulated in the General Terms & Conditions of the contract shall apply.
Supply of equipment and warranty:
Supply of all equipment shall be from the original manufacturers as per approved vendor list. The purchase order
copies shall be raised in the name of original manufacturer and entire warranty, spares/ service support, statutory
approvals like PESO (CCOE)/ Test reports/ certificate of compliance etc. shall be made available from the
equipment manufacturer as per approved vendor list furnished in tender documents.
Copies of warranty certificate issued by the original manufacturers to the Tenderers name shall be submitted
along with equipment.
The makes of equipment shall mean the brand of equipment as indicated. Equipment supplied by sub vendors/
suppliers to the main vendor (as per approved list) shall not be accepted. Further, all the materials/ equipment for
works proposed shall be new and bought fresh for the works. Necessary proof of documents shall also be
submitted.
71. Vendor is required to obtain all the requisite approvals from statutory bodies’ viz. CMRS, W & M, and PESO (CCOE);
wherever required at no extra cost to IOCL. TAS vendor need to submit PESO (CCOE) certificate for all instrument,
Junction boxes, electrical equipment supplied by them that are installed in licensed area in order to enable IOC to
get PESO (CCOE) license for their installation. This may also include necessary support to IOC to brief / explain PESO
(CCOE) about the system.
72. NAME PLATE: A corrosion resistant nameplate will be securely fastened to the equipment in a visible and accessible
place. Nameplate shall bear the following data:
a) Manufacturer’s Name
b) Model Number
c) Serial Number
d) Size, rating (s) and Range (s)
e) Electrical and (where applicable)
f) BIS mark
g) Approval for Electrical Area Classification (with approving authority’s monogram, where applicable)
h) CMRS & PESO (CCOE) reference
i) Purchaser’s Tag Number
Kindly note that all the units mentioned on nameplate shall be in S.I unit.
73. Vendor shall indicate the load requirement for all types of power supply. Break-up for power requirement of each
equipment is to be furnished, along with tender as per format enclosed in the tender.
Tender No Conversion of existing tanks and provision of additional facilities Page 29 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
74. The vendor shall execute the work in compliance with the requirements of the relevant regulation or acts in force
in the area together with design specification with respect to:
a) Indian electricity rules
b) Indian factories act
c) Regulation laid down by Chief Electrical Inspector
d) Regulation laid down by Factory Inspector of State
e) Indian standard specifications
f) Various rules of safety and installation published by T.A.C., C.M.R.S., Fire Insurance etc.
g) OISD requirements.
h) Electro Magnetic Compatibility (EMC).
i) Chief controller of Explosives
75. The vendor shall submit the documents as given below after receipt of work order.
a) A detailed PERT/CPM CHART for project schedule of material supplies, installation, execution and
commissioning.
b) Installation drawings of all equipments to be supplied by vendor.
c) Cable schedules, with cable termination and interconnection details between various field and control room
instruments.
d) Bill of material with make & type of instruments and installation drawings.
e) Equipment layout scheme.
f) Power supply distribution drawings.
g) Load requirement for all types of power supply. Break-up for power requirement of each equipment as per
format enclosed in the tender.
h) Architecture configuration diagram, loop diagram, custom graphics, point data base, Functional design
specification etc
Any clarification sought by IOCL/ IOCL appointed third party agency on the above said documents should be
submitted within 15 days time. Submission of documents and getting approval from IOCL/ IOCL appointed third
party agency should be completed before commencement of site activities.
76. DOCUMENTATION
LEGEND: I – Information, F – Final delivery of equipment, A- Approval A3, A4 represents document size.
Description For Final Remark
Sr. Information Documentati
No. Approval In 4 on
Print 4 Prints
1.0 GENERAL
1.1 Vendor engineering and service personnel I A4
organization chart including set up for this project.
Before commencement of work, the Contractor shall apply and obtain all necessary declarations and
clearances required under law for construction work.
The Contractor shall maintain all the statutory records at site, as required and shall be required to execute
indemnity bond undertaking and declarations as per enclosed format for Provident Fund and Contract Labour
Acts.
Tender No Conversion of existing tanks and provision of additional facilities Page 31 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
If requested by the Contractor, Form-V shall be issued from our concerned Divisional Office. Labour license if
required for such sites shall be obtained by the Contractor.
The Contractor shall ensure compliance of ‘The Building and Other Construction Workers (Regulation of
employment and conditions of Service) Act 1996.
The Contractor shall keep the Owner indemnified from and against all personnel and third party claims
whatsoever (inclusive of all costs incurred between attorney and client) arising out of any act, omission or inter
omission on part any sub-Contractor or agent, sub-agent, IOCL or employee of the Contractor or any Sub-
Contractor, whether committed, omitted or arising within or without the scope of the contract, sub-contract,
agency or employment, as the case may be.
The Contractor shall sign a declaration that they will not engage any child labour, for the Corporation’s work,
as per various labour laws applicable to them. In case the claim is found to be fake at a later date, the contract
shall be terminated forthwith.
During the execution of works, the contractor should ensure adherence to safety systems and procedure. In
the event of any non-adherence of the same following penalty for non-compliance will be levied on the
Contractor.
78. BIDDERS UNDER INSOLVENCY OR LIQUIDATION OR BANKRUPTCY PROCEEDINGS UNDER INSOLVENCY AND
BANKRUPTCY CODE, 2016
a) If the bidder is undergoing insolvency resolution process or liquidation or bankruptcy proceeding under
Insolvency and Bankruptcy Code, 2016 (Code) or any other applicable law (in cases where code is
not applicable),
b) Insolvency resolution process or liquidation or bankruptcy proceeding is initiated under the Code or any
other applicable law (in cases where code is not applicable) against/by the bidder at any stage of evaluation
of the bid.
In the event, insolvency resolution process or liquidation or bankruptcy proceeding is initiated under the
Code or any other applicable law (in cases where code is not applicable) against/by the bidder, after
submission of its bid but at any stage of evaluation of the bid, it will be the responsibility of the bidder to
inform IOCL within 15 days from the date of · order of insolvency resolution process or liquidation
or bankruptcy proceeding passed by the Adjudicating Authority namely, National Company Law
Tribunal (NCLT) or Debt Recovery Tribunal (DRT) under the Code or any other applicable law (in cases
where code is not applicable).
If bidder refuses or fails to share the information regarding their status of insolvency resolution process or
liquidation or bankruptcy proceeding as rejected by IOCL and without prejudice to any other remedy or
action available with IOCL, IOCL shall forfeit the Earnest Money Deposit provided by the bidder, is any form
whatsoever.
IOCL reserves the right to cancel/terminate the contract without any liability on the part of IOCL
immediately on the commencement of insolvency resolution process or liquidation or bankruptcy
proceeding of any party under the contract.
In case where the bid of the L-1 bidder is rejected on the aforesaid grounds during the period between Price-
Bid-Opening and Award of Contract, then the bid of the next higher eligible bidder will be considered
for further processing.
If bidder fails to share or misrepresents the information regarding their status of insolvency resolution
process or liquidation or bankruptcy proceeding as sought hereinabove and the bidder's bid results in a
contract, IOCL, without prejudice to any other any other remedy or action available with IOCL, shall be
Tender No Conversion of existing tanks and provision of additional facilities Page 32 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
The bidder in the attached format along with the techno-commercial bid shall submit a Declaration /
Undertaking.
It is necessary to get Character and antecedent verification of the workers working at site, no separate time
limit/payment for the getting police verification done will be given.
The Tenderers are advised to submit their offer strictly as per the terms and conditions and specifications
contained in the tender document and not put forth conditions/ counter conditions. Conditional tenders received
subsequent to the pre bid meeting tenders shall render the offer liable for rejection. Similarly non submission of
documents in support of qualifying parameter shall render the offer liable for rejection.
Tender No Conversion of existing tanks and provision of additional facilities Page 33 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
TECHNICAL SPECIFICATIONS
The technical data sheet, QAP, and relevant document/drawings of the equipment/machines & major supply itemswill
be submitted for approval of IOC/PMC before procurement.
Structural Steel
Structural Gratings
Roofing material & its accessories
Pipelines and Fittings
Valves & Strainers
Painting materials
Gauge well
Retractable Stairs
Specifications of Civil Works are uploaded separately as Annexure `A’ (Volume-1) consisting of pages (1-405) and
Annexure `B’ (Volume-2) consisting of pages (1-403).
2.0
Tender No Conversion of existing tanks and provision of additional facilities Page 35 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Globe Valves 15-125 150# Ι Rising Stem Ι Outside Screw & Yoke Ι
Bolted Bonnet Ι Integral seat Ι Plug type disc Ι
Hand Wheel Operated Ι Body , Bonnet, Disc
ASTM A351 CF8M Ι Raised Face Flanged Ι Mfg.
Std. MSS SP-42 Ι Testing Std. API 598
Ball Valves 15-125 150# Ι Single Piece Ι Full Bore Ι Anti Blow Out
Stem Ι Body/End Piece/Ball ASTM A351 CF8M Ι
Seat RPTFE Ι Raised Face Flanged Ι Mfg. Std.
MSS SP-72 Ι Testing Std. API 598
Non Return 50- 125 150# Ι Swing Type Ι Body/Bonnet/Disc ASTM
Valves A351 CF8M Ι Raised Face Flanged Ι Mfg. Std
MSS SP-42 Ι Testing Std. API 598
Tender No Conversion of existing tanks and provision of additional facilities Page 42 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
PIPELINE WORKS
1.0 GENERAL
1.1 For payment purpose against items, of supply fabrication and erection of steel of all types,
the weight shall be calculated based on section given in the standard steel tables and
physical verification whichever is less. The net fabricated dimensions edge to edge
shall be taken into account. The measurement shall exclude any allowance for wastage and
weld metal etc.
1.2 Measurement of pipeline shall be taken for actual pipeline laid at site. The rate for laying &
welding includes provision of saddle plates beneath the pipelines. Gate valves, flanges,
strainers, filters etc. would not be included for measurement in pipeline.
1.3 Maximum wastage of 1.5% shall be allowed in pipeline fabrication for all diameter of pipes.
2.0 REQUIREMENT OF DRAWINGS
2.1 Drawings accompanying the tender document are indicative of scope of work and issued for
tendering purpose only. Detail piping drawings will be given to successful bidder for
carrying out the work.
2.2 The contractor shall prepare the isometric drawings for product piping and calculate
the actual requirement of various items/fittings like bends, flanges etc. The complete set of
drawings shall be submitted for approval , before commencement of the work . No
fabrication will start without the approval of IOC. The construction drawings shall include
a. Location of all weld seams, weld sizes and details of weld etc.
b. Material to be used.
c. Welding procedures and radiographic inspection.
d. Edge preparation and method employed.
e. Tolerances
f. Quality, brand and gauge of electrodes to be used.
g. Details of welding reinforcement
h. Details of brackets for supporting pipes, platforms, etc.
i. Complete bill of materials with item wise quantities for materials to be supplied by IOC
and the contractor.
j. Any correction or modifications suggested by IOC while approving the drawings.
2.2 The drawings shall be prepared on computer and one floppy of as built drawings shall be
submitted after completion of work.All drawings are to be prepared on Auto-CAD (on PC).
3.0 INSPECTION
3.1 Engineer-in-Charge or his authorized representative or third party appointed by IOC shall
have free access at all reasonable time to inspect those parts at the manufacturer's works
which are connected with the fabrication of the steel work and shall be provided with all
reasonable facilities for satisfying himself that the fabrication is being undertaken in
accordance with the provision of this contract.
3.2 Inspection shall be made at site/ at the place of manufacture prior to dispatch of the
fittings. The inspection shall be conducted so as not to interfere unnecessarily with the
operation of work.
3.3 Should any structure or part of a structure be found not to comply with any of the
drawings and specifications, it shall be rejected. No structure or part of the structure once
Tender No Conversion of existing tanks and provision of additional facilities Page 44 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
rejected shall be re-submitted for test except in case where the corporation considers the
defects as rectifiable.
3.4 Defects which may appear during fabrication shall be made good by the contractor.
3.5 The suitability and capacity of all plants & equipments used for erection shall be to the
satisfaction of the engineer.
4.0 FABRICATIONS:
4.1 Fabrication, installation/erection and assembly shall be done as indicated in P & IDs and
piping layout drawings.
4.2 Contractor shall promptly notify Engineer-in-charge of any defective or damaged material,
materials that are not as per specification and materials that differ in any manner from the
designations in the drawings.
Pipe to pipe jointing for CS & SS materials
50 NB and above : Butt welding
Below 50 NB : Socket weld Coupling
Pipe to pipe jointing for Galvanised materials
All sizes for Instrument Air : Grooved fittings
All sizes for Service Water : Screwed Coupling
4.3 Bends, reducers, expanders, tees and end blinds provided shall be factory made forged
irrespective of diameter of pipeline .Such fittings shall have approximately the similar
material composition as that of pipeline under fabrication. Use of miter bends/reducers are
not permitted.
4.4 Carbon steel pipes shall be cut by mechanical or thermal cutting depending upon thickness
and size. Thermal cutting shall not be employed for stainless steel. Internal burrs shall be
removed by suitable grinding.
4.5 Section of pipes shall not be welded together to form a random length shorter than 3m.
4.6 Contractor shall provide facility to fabricate reinforcement pads.
4.7 All welding ends shall be beveled with an angle of 300 +/- 50 , and a root pass pass of
1.5mm. The bevels shall be machine-cut bevels or smooth, clean, slage-free flame-cut.
4.8 All pipe branches shall be at 900 unless otherwise indicated in the drawing.
5.0 CODES/STANDARDS TO BE FOLLOWED:
5.1 API - 1104 :
5.2 ANSI B 31.3 : Code for petroleum Refinery Piping
5.3 IS 823 : Code of procedure of manual Arc welding of mild steel.
5.4 IS 814 : Metal arc welding for mild steel.
5.5 IS 817 : Welder qualification tests.
6.0 ERECTION:
6.1 Cleaning - Before erection all pre-fabricated spool pieces, pipe fittings etc. shall be cleaned
inside and outside by suitable means. The cleaning process shall include removal of
foreign matter such as scale, sand, weld spatter, cutting chips etc. by wire brushes cleaning
tools etc., and blowing out with compressed air and/or flushing out with water.
6.2 Flange Connections - While fitting up matching flanges, care shall be exercised to
Tender No Conversion of existing tanks and provision of additional facilities Page 45 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
properly align the pipes and to check the flanges for trueness so that faces of the flanges
can be pulled together without inducing any stresses in the pipes and equipments
nozzles.
6.3 Valves - Valves shall be installed with spindle/ actuators orientation / position as shown
in the layout drawings.
6.4 Line mounted equipments / items - installation for line mounted items like filters, strainers,
sight glasses etc., including their supporting arrangements shall from part of piping
erection work and no separate payment shall be made for this work.
7.0 TESTING OF PIPING SYSTEM :
7.1 Testing of piping after erection shall be done as per API-1104 and as specified in price bid.
7.2 With the exclusion of instrumentation, piping systems fabricated or assembled in the
shop/factories shall be tested at the site, irrespective of whether or not they have been
pressure tested prior to site welding or fabrication.
7.3 A test pressure of 10.5 kg/sq.cm shall be maintained for minimum 4 hours.
7.4 All tests shall be completed to the satisfaction of site engineer including retesting if any
leakage is noticed during testing.
7.5 The site engineer shall be notified in advance by the contractor of testing sequence/
program, to enable him to be present for witnessing the test.
7.6 All equipments, materials, consumables and services required for carrying out the
pressure testing of piping system shall be provided by the contractor at his own cost.
7.7 Water for testing shall be arranged by contractor at his own cost.
7.8 Test records in triplicate shall be prepared and submitted by the contractor for each
piping system line wise for the pressure test done in the proforma as approved by site
engineer.
8.0 DOCUMENTS TO BE SUBMITTED BY CONTRACTOR : (FOUR COPIES EACH)
8.1 Welders qualification test report as per IS-817.
8.2 Electrode and material test certificates from the manufacturer.
8.3 Complete record of the Hydrostatic testing carried out on each section of the pipeline
including test certificates for the same for submission to CCOE authorities.
8.4 Flushing reports.
8.5 Pipeline quantity certificates for product piping system as per the pipelines laid.
8.6 On completion of work, as built drawings of complete piping system are to be prepared and
furnished by the contractor as required by IOC. All drawings are to be prepared on Auto-
Cad (on PC). The contractor shall submit two CDs containing all drawings, one set of
tracing and 3 sets of drawings/ printouts.
8.7 Pipeline elevation profile for the entire route of pipeline. Any other records as required by
the site engineer.
Tender No Conversion of existing tanks and provision of additional facilities Page 46 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
1.0 GENERAL: The work covered consists of supply, fabrication & erection of structural steel, pipe
supports and cable trays in strict accordance with this specification and applicable drawings.
Structural steel shall conform to IS 2062.
2.0 CODES
2.1 All structural steel work shall be in accordance with IS : 800 Code of practice for the use of
structural steel in General Building Construction and the other Indian Standards referred to
therein.
2.2 Indian Standards referred to in these specifications shall be the latest published by Indian
Standard Institute.
2.3 Welding shall be in accordance with Indian Standard IS : 823, IS: 800, IS : 816 and IS : 808
including other relevant IS Specification on welding.
3.0 MATERIALS
3.1 All materials used in fabrication shall conform to the requirements as mentioned in the
following codes :
a. Steel for General Structural purposes – : IS : 2062 Gr A/B
Specification
b. Covered Electrodes for manual metal arc : IS : 814
welding of carbon and carbon manganese
steel
3.2 Grating shall be done out of electro forged construction as per the specifications given in
tender to match the required
3.3 Grating shall be galvanized as per requirements specified.
4.0 FABRICATION
4.1 All fabrication work shall be in accordance with IS : 800 Section V.
4.2 All fabrication shall be carried out as per the drawings approved by IOCL.
4.3 Platform and ladders shall be shop assembled in the largest unit suitable for handling,
transportation and erection.
5.0 STRAIGHTENING:
5.1 All material shall be clean and straight. If straightening or flattening is necessary, it shall be
done by a process approved by Engineer-in-Charge / IOCL and in a manner that will not
damage the material.
6.0 GAS CUTTING:
6.1 The use of a hand cutting torch is permissible if the metal being cut is not subject to
substantial stress during the operation.
6.2 Gas cut edges subject to substantial tensile stress shall be cut by a mechanically guided
torch, or if hand cut, shall be carefully examined and any nicks removed by grinding.
6.3 Shearing, cropping and gas cutting shall be clean, reasonably square and free from any
distortion and should the inspector find it necessary, the edges shall be subsequently
ground.
7.0 WELDING:
7.1 Surface to be welded shall be free from loose scale, slag, rust, grease, paint and other
Tender No Conversion of existing tanks and provision of additional facilities Page 47 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
foreign material, and shall be wire brushed and cleaned prior to welding.
7.2 Parts to be fillet welded shall be brought into as close contact as practicable and in no event
shall be separated more than 5mm. If the separation is 5mm or greater, the size of the fillet
welds shall be increased by the amount of the separation.
7.3 Abutting parts to be butt-welded shall be carefully aligned together within 3mm gap. Welding
sequence shall be followed to avoid needless distortion, and minimize shrinkage stresses.
8.0 CONNECTIONS:
8.1 Connections shall be as shown on the drawings. Where details are not given, standard
beam connections shall be followed. In any case connections shall be strong enough to
develop the full strength of the member and shall be approved by Engineer-in-Charge /
IOCL. One sided, or eccentric connections will not be permitted, unless they are shown in
detail on the drawing and are approved by Engineer-in-Charge / IOCL
8.2 All shop connections shall be bolted or welded as approved by Engineer-in-Charge / IOCL.
8.3 Welded connections shall be made only where indicated on the drawings or approved by
Engineer-in-Charge / IOCL. Holes shall not be made or enlarged by flame, nor will flame cut
of unfair holes in the shop or in the field be acceptable. Grout holes shall be provided in the
steel members as shown in the drawings and holes shall be provided in members to permit
connections of supported items.
9.0 INSPECTION:
9.1 The contractor shall arrange for inspection of the fabrication of items as and when directed
by IOCL.
9.2 However, such inspection shall not relieve the contractor of his responsibilities to furnish
satisfactory work.
9.3 Materials of workmanship not conforming to provisions of the specifications may be rejected
at any time defects are found during the progress of the work.
9.4 The Site Engineer shall have free access to the Contractor shop for periodical inspection and
all arrangement/facilities for the inspection shall be provided by the Contractor at his cost.
10.0 ERECTION
10.1 The positioning, leveling, alignment, plumbing of the structures shall be in accordance with
the relevant drawings.
10.2 Maximum tolerance for line and level of the steel work shall be ± 3mm for any part of the
structure. The structure shall not be out of plumb by more than 3.5mm on each 10 meter
section of height as well as not more than 7mm per 30 meter length.
10.3 Wherever so provided in the respective drawings or otherwise as instructed by the Engineer-
in-Charge/IOCL, the Contractor shall so arrange that the structural support is mounted and
grouted on concrete foundation.
11.0 LADDERS AND RUNGS (AS APPLICABLE)
11.1 Contractor shall provide and install all iron ladders and rungs where indicated and as
detailed on the drawings. He shall also include base plates, fastenings, anchor bolts, guard
rails/rings, safety chains, etc.
12.0 PAINTING (SHOP AND SITE COAT)
12.1 For painting requirements, minimum one coat of primer painting shall be applied after proper
surface preparation as per painting manual for supply of readymade fabricated items to the
site.
Tender No Conversion of existing tanks and provision of additional facilities Page 48 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
13.0 MEASUREMENTS
13.1 All structural steel work shall be measured by weight, weights being calculated on the basis
of standard weights of sections used. No allowances shall be made for welding or for bolts,
rivets etc. The rate shall include painting of the structural steel work wherever required
including shop coat and site coat of primer as per painting specification.
Tender No Conversion of existing tanks and provision of additional facilities Page 49 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
1. GENERAL
This technical specification will guide fabrication/welding, testing, painting and commissioning of
product pipelines.
2. SCOPE OF DOCUMENT
This specification covers general requirements of fabrication and erection of above ground and
trench piping systems at site. This specification covers scope of work, fabrication and erection
basis, standards, specifications and normal practice shall be followed at site during fabrication and
erection by contractor at site.
b) Fabrication and erection of pipe supports like shoe, saddle, guide, stops, anchors,
clips, cradles, hangers, turn buckles, supporting fixtures, bracket cantilevers, struts,
tee posts including erection of spring supports and sway braces.
c) Fabrication of odd angle elbow like 60°, 30° or any other angle from 90/45 degree
elbows as and when required.
d) Fabrication of Spectacle blinds as and when required.
e) Grinding of edges of pipes, fittings, flanges etc. to match mating edges of uneven /
different thickness wherever required.
f) Modifications like providing additional cleats, extension of stem of valve, locking
arrangement of valves etc. as and when required.
Tender No Conversion of existing tanks and provision of additional facilities Page 50 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
The complete piping work shall be carried out in accordance with the following:
Construction drawings and sketches prepared by Consultant and approved by Owner.
Approved standards and specifications.
Approved construction job procedures prepared by Contractor.
Specifications / documents as below:
Process and Instrument Diagram.
Piping support standards.
Welding specification for fabrication of piping.
Any other specifications attached in the tender document
Following codes, standards and regulations
ASME B 31.4 : Pipeline Systems for Liquid Hydrocarbons and Other Liquids
IS 823 : Code for Procedure for Manual Metal Arc welding of Mild
Steel
Note:
a) All codes referred shall be latest edition, at the time of award of contract.
b) Where a deviation from the "Basis of Work" and approved job procedure described
above is required or where the basis of work does not cover a particular situation, the
Tender No Conversion of existing tanks and provision of additional facilities Page 51 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
matter shall be brought to the notice of Engineer-in-Charge and the work carried out
only after obtaining written approval from Owner in each case.
5. FABRICATION
a) The Pipe fittings, flanges, valves, gaskets, studs bolts etc. used in given piping
system shall be strictly as per relevant standards. To ensure the above requirement,
all piping material supplied by the Owner / Contractor shall have proper identification
marks as per relevant standards. Contractor shall provide identification marks on left
over pipe lengths wherever marked up pipe lengths have been fabricated/erected.
b) For the purpose of common understanding the construction job procedure, to be
submitted by the contractor, shall include proposal for
Maximizing prefabrication, inspection and testing at fabrication shop / yard at site
with minimum field joints.
Positive material identification, handling, storage and preservation.
c) Pipe Joints :
Flange joints shall be used at connections to Tanks, Vessels, Equipment, Valves
and where required for ease of erection and maintenance as indicated in drawings.
All flange facings shall be true and perpendicular to the axis of pipe to which they
are attached. Flanged bolt holes shall straddle the normal centerlines unless
different orientation is shown in the drawing.
Wherever a spectacle blind is to be provided, drilling and tapping for the
jackscrews in the flange, shall be done before welding it to the pipe.
d) Branch Connections:
Branch connections shall be as indicated in the piping material specifications.
Templates shall be used wherever required to ensure accurate cutting and proper
fit-up.
For all branch connections accomplished either by pipe-to-pipe connections or by
using forged tees the rates quoted for piping shall be inclusive of this work.
Reinforcement pads shall be provided wherever indicated in drawings /
specifications etc.
e) Cutting and Trimming of Standard Fittings & Pipes :
Components like pipes, elbows, couplings, half couplings etc. shall be cut/ trimmed
/ edge prepared wherever required to meet fabrication and erection requirements,
as per drawings and instructions of Engineer-in- Charge. Nipples as required shall
be prepared from straight length piping.
f) Yard Fabrication / Pre-fabrication :
Tender No Conversion of existing tanks and provision of additional facilities Page 52 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
6. ERECTION
f) Valves :
Valves shall be installed with spindle / actuator orientation / position as shown in
the layout drawings. In case of any difficulty in doing this or if the spindle
orientation / position is not shown in the drawings, the Engineer-in-Charge shall be
consulted and work done as per his instructions. Care shall be exercised to ensure
that globe valves, check valves, and other un-directional valves are installed with
the "Flow direction arrow" on the valve body pointing in the correct direction. If the
direction of the row is not marked on such valves, this shall be done in the
presence of Engineer-in-Charge before installation.
Fabrication of stem extensions, locking arrangements and interlocking
arrangements of valves (if called for), shall be carried out as per drawings /
instructions of Engineer-in-Charge.
g) Instruments :
Installation of on-line instruments such as safety valves, relief valves, control
valves, flow meters, etc., shall form a part of piping erection work.
Supply, fabrication and erection of piping up to first block valve / nozzle / flange for
installation of offline instruments for measurement of level, pressure, temperature,
flow etc. shall also form part of piping construction work.
Flushing and testing of piping systems which include instruments mentioned above
and the precautions to be taken are covered in flushing, testing and inspection of
piping. Care shall be exercised and adequate precautions taken to avoid damage
Tender No Conversion of existing tanks and provision of additional facilities Page 54 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
and entry foreign matter into instruments during transportation, installation, testing
etc.
h) Line Mounted Equipment / Items:
Installation of line mounted items like filters, strainers, air traps, sight glasses etc.
including their supporting arrangements shall form part of piping erection work.
i) Studs and Nuts :
The Contractor shall apply grease to all studs and nuts during storage, after
erection and wherever flange connections are broken and made-up for any
purpose whatsoever. The grease shall be supplied by the Contractor within the
rates for piping work.
7. WELDING CONSUMABLES
a) The Contractor shall provide, at his own expense, all the welding consumables
necessary for the execution of the job such as electrodes, filler wires, argon etc., and
these should bear the approval of the Engineer-in-charge.
b) The Welding electrodes and filler wires supplied by the Contractor shall conform to
the class as specified below for CS Pipelines. However minimum requirements of
applicable codes and appendices should be adhered to. SS Pipelines and joints if any
required shall be used its equivalent electrodes and filler wires the same shall be
furnish to Engineer-in-charge for approval.
ARGON/E-6010,E-6013 electrodes as per AWS classification shall be used for root
run.
Low hydrogen electrodes namely, E-7018 shall be used for all subsequent runs.
c) Approved make electrodes only shall be permitted to be used in the works. Based on
the above, fabricator shall furnish samples of welding electrodes to Engineer-in-
charge for approval.
d) The Contractor shall submit batch test certificates, from the electrode manufactures,
giving details of physical and chemical tests carried out by them, for each batch of
electrodes to be used.
e) All electrodes shall be purchased in sealed containers and stored properly to prevent
deterioration. The electrodes removed from the containers shall be kept in holding
ovens at temperatures recommended by the electrode manufacturer. "Out of the oven
time" or electrodes, before they are consumed, shall not exceed the limits
recommended by the electrode manufacturer. The electrodes shall be handled with
care to avoid any damage to the flux covering.
Tender No Conversion of existing tanks and provision of additional facilities Page 55 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
f) All low hydrogen type of electrodes shall be re-baked at 350°C for 1-hour minimum
and stored in ovens kept at 80-100°C before use. Recommendations of the electrode
manufacturer shall be followed if available.
g) The electrodes, filler wires and flux used shall be free from rust, oil grease, earth and
other foreign matter, which affect the quality of welding.
a) The Contractor should have the arrangement of sufficient number of welding and
cutting equipment, auxiliaries, and accessories of sufficient capacities to meet the
target / schedule.
b) Contractor shall make necessary arrangement at his own expense. for providing the
radiographic equipment, radiographic films, processing equipment all other darkroom
facilities and all the equipment / materials required for carrying out the dye-penetrant /
magnetic particle test / ultrasonic testing for satisfactory and timely completion of the
job.
c) Redoing of any work, necessitated by faulty equipment or operation used by the
Contractor, will be done at his own expense.
9. WELDING PROCESS
a) Welding of various materials under this specification shall be carried out using the
following process with the approval of the Engineer-in-charge.
Shielded Metal Arc Welding Process (SMAW)
b) A combination of different welding processes could be employed for a particular joint
only after duly qualifying the welding procedure to be adopted and obtaining the
approval or Engineer-in-charge.
a) The edges to be welded shall be prepared to meet the joint design requirements by
any of the following methods recommended :
Gas cutting, machining or grinding methods shall be used. After gas cutting, oxides
shall be removed by chipping or grinding.
b) Cleaning
The ends to be welded shall be properly cleaned to remove paint, oil, grease, rust,
oxides, sand, earth and other foreign matter. The ends shall be completely dry
before the welding commences.
On completion of each run, craters, welding irregularities, slag etc., shall be
removed by grinding and chiseling. Wire brushes used for cleaning stainless steel
Tender No Conversion of existing tanks and provision of additional facilities Page 56 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
joints shall have stainless steel wires and the grinding wheels used for grinding
stainless steel shall be of a suitable type. Separate grinding wheels and wire
brushes should be used for carbon steels and stainless steels. Spark free tools to
be used in case of job on existing product pipelines.
a) Components to be welded shall be aligned and spaced as per the requirements laid
down in applicable code. Flame heating for adjustment and correction of ends is not
permitted unless specifically approved by the Engineer-in-Charge.
b) A wire spacer of suitable diameter may be used for maintaining the weld root opening
while tacking, but it must be removed after tack welding and before laying the root
bead.
c) For pipes of wall thickness 5mm and above the ends to be welded shall be secured in
position with the aid of couplers, yokes and 'C' clamps, to maintain perfect alignment.
Yokes shall be detached after the completion of weld, without causing any surface
irregularity. Any irregularity caused on the pipe surface must be suitably repaired to
the satisfaction of the Engineer-in-Charge.
d) Tack welds, for maintaining the alignment, of Pipe joints shall be made only by
qualified welders using approved WPS. Since the tack welds become part of the final
weldment they shall be executed carefully and shall be free from defects, Defective
tack welds must be removed prior to the actual welding of the joints. Alternatively,
suitable pipe clamps can also be used without the use of tack welds on bevel face.
e) Tacks should be equally spaced. Minimum number of tacks shall be :
3 tacks - for 2" and smaller dia. Pipes
4 tacks - for 3" to 12" dia. Pipes
6 tacks - for 14" and larger dia. Pipes
f) Welding shall commence only after approval of fit-up by the Engineer-in-Charge.
a) The parts being welded and the welding personnel should be adequately protected
from rain and strong winds. In the absence of such a protection no welding shall be
carried out.
a) ROOT PASS
Root pass shall be made with electrodes/filler wires as given in the specification.
For butt weld, root welding shall be done with consumables recommended for filler
Tender No Conversion of existing tanks and provision of additional facilities Page 57 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
passes. The preferred size of the electrodes is 2.5 mm diameter (12 SWG) but in
any case not greater than 3.25 mm (10 SWG). Electrode to be used will be E-
6010.
Upward technique shall be adopted for welding pipe held fixed with its axis
horizontal.
The root pass of butt joints should be executed to achieve full penetration with
complete fusion of the root edges. Weld projection inside the pipe shall be as per
applicable code. It shall be limited 3mm map when the applicable code does not
place any restriction.
Any deviation desired from the recommended welding technique and the
electrodes indicated in the welding specification should be adopted only after
obtaining express approval of the Engineer-in- Charge.
Welding shall be uninterrupted.
While the welding is in progress care should be taken to avoid any kind of
movements of the components, shocks, vibrations and stresses to prevent
occurrence of weld cracks.
b) JOINT COMPLETION
Joint shall be completed using the class of electrodes, recommended in the
specification. Size of the electrode shall not exceed 4 mm in diameter for stainless
steels and alloy steels used for low temperature applications.
Two weld beads shall not be started at the same point in different layers.
Joints shall be completed with a cover layer that would affect good fusion at the
joints edges and gradual notch free surface.
Each weld joint shall have a workmanship like finish. Weld identification work shall
be stamped clearly at each joint, just adjacent to the weld. Metal stamping shall not
be used on thin pipe having wall thickness less than 3.5 mm. Suitable paint shall
be used on thin wall pipes for identification.
Rust preventive/protective painting shall be done after the weld joint has been
approved.
c) CLEANING OF WELD JOINT
All weld joints shall be free from adherent weld spatters slag, sward, dirt or foreign
matter. This can be achieved by brushing/by using a hacksaw blade or any other
suitable tools. As required.
a) Owner shall have free access to all concern areas, where the actual work is being
performed. The contractor shall also accord the Owner's Engineer all means and
facilities necessary to carry out inspection.
b) Owner is entitled to depute their own inspector to the shop or field where
prefabrication and erection of pipe lines is in progress for (but not limited to) the
following objectives :
To check the conformance to relevant standards and suitability of various welding
equipment and the welding performance.
To witness the welding procedure qualification.
To witness the welder performance qualification.
To check whether shop / field welding being executed is in conformity with the
relevant specifications and codes of practice followed in piping construction.
c) Contractor shall intimate sufficiently in advance the commencement of qualification
tests, welding works and acceptance tests, to enable the Owner's inspector to be
present to supervise them.
Welding procedure qualification shall be carried out in accordance with the relevant requirements of
ASME Sec. IX latest edition or other applicable codes and the job requirements. The Contractor
shall submit the welding procedure specification as per standard immediately after the receipt of
the order through Owner approved third party inspection agency like BV, IRS, TUV etc. Third
Party inspector will review, check and vet the welding procedure submitted and shall release the
procedure for qualification tests after Owner approval. The procedure qualification tests shall be
carried out by the Contractor at his own expense in the presence of Owner approved third party
inspection agency and Owner representative at site/factory/workshop. A complete set of test results
in the standard format shall be submitted the duly vetted and certified by Owner approved third
party inspection agency for Owner approval. Standard tests as specified in the code shall be
carried out in all cases. In addition to these tests, other tests like macro/micro examination,
hardness tests, dye penetrant examination, charpy V-notch, Corrosion tests, impact tests etc., shall
be carried out on specimens depending upon the type of base material, operation conditions and
requirements laid down in the detailed drawings and specifications. It shall be the responsibility of
the Contractor to carry out all the tests required to the satisfaction of the Owner approved third
party inspection agency and Owner. Charges for deploying services as mentioned above by Owner
approved third party inspection agency shall be borne by the contractor and shall be deemed to
include in the quoted schedule of rates.
16.1 QUALIFICATION REQUIREMENTS: Qualification of the welding procedures to be used and of the
performance of welders and welding operators shall conform to the requirements of the ASME
Section IX.
a) The proposed Welding Procedure Specification (WPS) has been prepared, qualified and
executed by responsible, recognized organization with expertise in the field of welding and
b) The Contractor has not made any change in the welding procedure.
The impact testing is generally not required.
The material is to be welded are in the thickness range between 5 mm to 40 mm. Therefore Post
weld heat treatment is not required.
The design pressure is atmospheric and the design temperature Is in the range -4 deg C to 50 deg.
C
The welding process is SMAW or GTAW or a combination thereof.
Welding electrodes for the SMAW process shall be E60 and E 70 classification series (E-6010, E
6013, 7018 and E 7018-1 in AWS A 5.1).
The contractor accepts written responsibility for both i.e. the Welding Procedure Specifications
(WPS) and the Procedure Qualification Record (PQR).
The contractor has at least currently employed welder or welding operator, who have met with the
following requirements.
a) While in employment, the welder has satisfactorily passed a performance qualification test
using the procedure and the P-Number material specified in the WPS.
b) The performance bend test required by ASME Section IX QW-302 shall be used for this
purpose
16.3 Welders shall be qualified in accordance with the ASME Section-IX or other applicable codes.
Owner approved third party inspection agency shall witness the test and certify the qualification of
each welder separately. Only those welders who have been certified/qualified by the third party
inspection agency and approved by Owner shall be employed for welding. Contractor shall submit
the welder qualification test reports in the standard format and obtain express approval before
commencement of work from Owner basis certification by third party inspection agency. It shall be
the responsibility of Contractor to carry out qualification tests of welders.
16.4 The welder shall always have in their possession the identification card as shown in Exhibit and
shall produce it on demand by Owner. It shall be the responsibility of the Contractor to issue the
identify cards after it has been duly certified by the Owner.
16.5 No welder shall be permitted to work without the possession of identify card.
16.6 If a welder is found to perform a type of welding or in a position for which he is not qualified, he shall
be debarred from doing any further work. All welds performed by an unqualified welder shall be cut
and redone by a qualified welder at the expense of the Contractor.
16.7 Charges for deploying services as mentioned above by Owner approved third party inspection
agency shall be borne by the contractor for the total job and shall be deemed to include in the
quoted schedule of rates.
a) Inspection of all welds shall be carried out as per the latest editions of the applicable
codes and specifications. All finished welds shall be visually inspected for parallel
and axial alignment of the work, excessive reinforcement, concavity of welds,
shrinkage cracks, inadequate penetration, unrepaired burn through, under cuts,
dimensions of the weld, surface porosity and other surface defects. Undercutting
adjacent to the completed weld, surface porosity and other surface defects.
Undercutting adjacent to the completed weld shall not exceed the limits specified in
the applicable standard / code.
a) This topic shall be read along with another chapter “Radiography for Pipelines
including inspection & interpretation”.
b) Contractor shall appoint Owner approved third party inspection agency for certifying
the radiography films in accordance to respective codes/standards.
c) The Radiographic Examination procedures to be adopted shall be submitted by the
contractor as per standard. The same shall be certified by the Owner approved third
party inspection agency and submitted to Owner for approval prior to starting the
work. The Radiography procedure shall be established to demonstrate that the
required sensitivity can be consistently achieved under the most unfavorable
parameters (e.g. source to film distance, geometric un-sharpness, thickness etc.).
The acceptance criteria shall be as per the relevant codes of Fabrication and
overriding requirements if mentioned elsewhere in the technical specifications of the
contract. The contractor shall be responsible for carrying out Radiography;
rectification of defects and re-radiography of welds repaired / rectified at his cost and
risk.
d) The extent of Radiography shall be limited to 10% of all the joints made for fabrication
and welding of entire pipeline as per the specification.
e) The Contractor shall fulfill all the statutory and Owner's safety requirements while
handling X-ray / Gamma-ray equipment, source.
f) The joints for Radiography shall be selected by the Owner and the Radiography shall
be performed in Owner representative's presence, if Owner insists so. The Contractor
shall furnish all the radiographs, to the Owner approved third party inspection agency
immediately after processing of the films. Cost of hiring TPI will be borne by
contractor.
Tender No Conversion of existing tanks and provision of additional facilities Page 61 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
g) The Contractor shall provide the third party inspection agency all the necessary
facilities at site such as a dark room with controlled temperature, illuminator (viewer)
suitable for varying densities, a duly calibrated electronic densitometer with batteries,
magnifying glass, tracing papers, ruler marking pencils etc. to enable them to review
the radiographs.
h) Where random Radiography is specified, the first weld of each welder shall be
completely radiographed. In the case of pipe of size 6" and below, the first two welds
shall be completely radiographed.
i) For each weld performed by a welder found unacceptable, two additional checks shall
be carried out on welds performed by the same welder. This operation is iterative and
the one of two additional welds for each weld deemed unsatisfactory shall be
continued till such time that two consecutive welds of satisfactory quality are found for
every defective weld.
j) The Contractor shall carry out these additional radiographic testing at his own
expense. To avoid the possibility of too many defective welds by a single welder
remaining undetected for long period to time, the Contractor shall promptly arrange
for Radiographic Examination so that there is no accumulation of defective joints.
a) Defects ascertained, through the inspection methods, which are beyond acceptable
limits shall be removed after the joint is completely radiographed by the process of
chipping and grinding.
b) When the entire joint is judged unacceptable, the welding shall be completely cut and
edges suitably prepared as per required alignment tolerances. The re-welded joint
shall again be re-examined as per above specification for radiography.
c) No repair shall be carried out without prior permission of the Owner.
d) Repairs and/or work of defective welds shall be done in time to avoid difficulties in
meeting the construction schedules.
NOTE: CONTRACTOR TO ENGAGE ONLY ONE THIRD PARTY INSPECTION AGENCY FOR
CARRYING OUT ALL THE JOBS FALLING UNDER THIS SPECIFICATION.
This shall be governed by the 'Standard specification for inspection, flushing and testing of pipeline"
as covered in the tender document.
This shall be governed by the 'Standard Specification for field painting of the pipeline" as covered in
the tender document.
a) Batch Test Certificates, for the Electrodes and paints used to be obtained from the
Manufacturers.
b) Welding Procedure Specifications as per QW-482 of ASME Section IX immediately
after receipt of the order.
c) Welding Procedure Qualification records as per QW-483 of ASME Section IX.
d) Welder Performance Qualification records as per QW-484A of ASME Section IX
immediately after conducting Welder Qualification Tests.
e) Radiography Procedure and other NDT procedures.
f) Radiographic test Report along with Radiographs and other NDT reports.
WA. JOINT
1. Joint Design _______________________________________________
2. Backing (Yes) ________________________(No)___________________
3 Type of Backing Material ____________________________________________
Notes:
a) The general arrangement of the parts to be welded should be shown by sketches, drawings, weld
symbols or written detailed description. The root spacing and the details of weld groove should be
specified.\
b) The contractor should attach the sketches to illustrate joint design, weld layers and bead sequence
e.g. for notch toughness procedures, for multiple process procedures etc.
WC1. POSITIONS
Notes:
a. Amps. and volts range should be recorded for each electrode size, position and thickness
etc.
b This information may be listed in a tabular form similar to that shown above
WC5. TECHNIQUE
1. String or Weave Bead __________________________________________
2. Orifice or Gas Cup Size __________________________________________
3. Initial and Interpass Cleaning_________________________________________
(Brushing, Grinding etc.)
4. Method of Back Gouging __________________________________________
5. Oscillation __________________________________________
6. Contact Tube to Work Distance_______________________________________
7. Multiple or Single Pass (per side)_____________________________________
8. Multiple or Single Electrodes_________________________________________
9. Travel Speed (Range) __________________________________________
10. Peening __________________________________________
11. Other __________________________________________
WB. STEEL PLATES MATERIAL (BASE METAL)
1. P.No.________Group No. _______ To P. No.______ Group No._____________
OR
2. Specification ____________ Specification _________________
to
type and grade ____________ type and grade ________________
OR
3 Chem. Analysis Chem Anlysis ________________
and Mech. Prop. _____________ and Mech. Prop. ______________
Thickness Range :
4 Base Metal : Groove ___________________ Fillet____________________
5. Deposited : Groove ___________________ Fillet____________________
Weld Metal
6. Plate thickness Groove ___________________ Fillet____________________
range
7. Other __________________________________________________
WC. ELECTRODES
1. F.No. _____________________ Other__________________
2. A.No. _____________________ Other ____________________
3. Spec. No. (SFA) _______________________________________________
4. AWS No. (Class) _______________________________________________
Tender No Conversion of existing tanks and provision of additional facilities Page 65 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
eg. Remarks,
Coment Hotwire,
Addition
Technique, Torch
Angle, Etc.
PA. JOINTS
GROOVE DESIGN OF TEST COUPON
Note: For combination qualifications the deposited weld metal thickness shall be recorded for each
filler metal or process weld.
PB. STEEL PLATES MATERIAL ( BASE METAL )
1 Material Spec. _________________________________________
2. Type of Grade _________________________________________
3. P.No. _______________To P.No.___________________
4. Thickness of Test Coupon _________________________________________
5. Size Test Coupon _________________________________________
6. Other _________________________________________
PC. WELDING ELECTRODES (FILLER METALS)
1. Weld Metail Analysis A-No.__________________________________________
2. Size of Filler Metal __________________________________________
3. Filler Metal E-No. __________________________________________
4. SPA Specification __________________________________________
5. AWS Classification __________________________________________
6. Other __________________________________________
______________________________________________________________________
PC1. POSITION
1. Position of Groove __________________________________________
2. Weld Progression (Up, Down)________________________________________
3. Other __________________________________________
PC2. PREHEAT
1. Preheat Temp. __________________________________________
2. Interpass Temp. __________________________________________
3. Other __________________________________________
PC3. GAS
1. Types of Gas of Gases __________________________________________
2. Composition of Gas Mixture__________________________________________
3. Other __________________________________________
PC4. ELECTRICAL CHARACTERISTICS
1. Current __________________________________________
2. Polarity __________________________________________
3. Amps. __________________________________________
4. Volts __________________________________________
5. Tungsten Electrode Size __________________________________________
6. Other __________________________________________
PC5. TECHNIQUE
Tender No Conversion of existing tanks and provision of additional facilities Page 67 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
TOUGHNESS TEST
No __________________
2. PENETRATION INTO PARENT METAL:
Yes __________________
No __________________
3. MACRO –RESULTS __________________
OTHER TESTS
1. TYPE OF TEST ________________________________________________
2. DEPOSIT ANALYSIS_______________________________________________
3. OTHERS ________________________________________________
This is to certify that the statements in this record are correct and that the test welds were
prepared, welded and tested in accordance with the requirements of Section IX of the ASME
Code.
Organization ____________________________
Date ______________ By ______________________________
Details of record 1tests are illustrative only and may be modified to conform to the type & number of
tests required by the Code.
4. Manufacturer’s Name_______________________________________________
6. Welding Positions__________________________________________________
B. TESTS
All weld tests______________________________________________________
PHOTOGRAPH
1. Name -
2. Identification -
3. Date of Testing -
4. Valid until -
5. Process -
6. Thickness -
7. F. No. -
8. Approval of welding -
9. Position -
1.6 The vacuum-box test shall have at least 50 mm (2 in.) overlap of previously viewed surface on each
application.
1.7 The metal surface temperature limits shall be between 4 °C (40 °F) and 52 °C (125 °F), unless the
film solution is proven to work at temperatures outside these limits, either by testing or Manufacturer’s
recommendations.
1.8 A minimum light intensity of 1000 Lux (100 fc) at the point of examination is required during the
application of the examination and evaluation for leaks.
1.9 The vacuum shall be maintained for the greater of either at least 5 seconds or the time required to
view the area under test.
1.10 The presence of a through-thickness leak indicated by continuous formation or growth of a bubble(s)
or foam, produced by air passing through the thickness, is unacceptable. The presence of a large
opening leak, indicated by a quick bursting bubble or spitting response at the initial setting of the
vacuum box is unacceptable. Leaks shall be repaired and retested.
1.11 A record or report of the test including a statement addressing temperature and light intensity shall be
completed and furnished to IOCL upon request.
1.12 As an alternate to vacuum-box testing, a suitable tracer gas and compatible detector can be used to
test the integrity of welded bottom joints for their entire length. Where tracer gas testing is employed
as an alternate to vacuum-box testing, it shall meet the following requirements:
Tracer gas testing shall be performed in accordance with a written procedure which has been
Tender No Conversion of existing tanks and provision of additional facilities Page 76 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
reviewed and approved by the Purchaser and which shall address as a minimum: the type of
equipment used, surface cleanliness, type of tracer gas, test pressure, soil permeability, soil
moisture content, satisfactory verification of the extent of tracer gas permeation, and the
method or technique to be used including scanning rate and probe standoff distance.
The technique shall be capable of detecting leakage of 1 × 10-4 Pa m3/s (1 × 10–3 standard
cm3/s) or smaller.
The test system parameters (detector, gas, and system pressure, i.e., level of pressure under
bottom) shall be calibrated by placing the appropriate calibrated capillary leak, which will leak
at a rate consistent with (b) above, in a temporary or permanent fitting in the tank bottom
away from the tracer gas pressurizing point.
Alternatively, by agreement between the Purchaser and the Manufacturer, the calibrated leak
may be placed in a separate fitting pressurized in accordance with the system parameters.
While testing for leaks in the welded bottom joints, system parameters shall be unchanged
from those used during calibration.
2.0 Telltale hole
2.1 After fabrication is completed but before the tank is filled with test water, the reinforcing plates shall be
tested by the Contractor by applying up to 100 kPa (15 lbf / in.2) gauge pneumatic pressure between
the tank shell and the reinforcement plate on each opening using the telltale hole. While each space is
subjected to such pressure, a soap film, linseed oil, or another material suitable for the detection of
leaks shall be applied to all attachment welding around the reinforcement, both inside and outside the
tank.
3.0 Chalk Kerosene Test.
3.1 This procedure details out the requirements of kerosene leak test for single sided/single layer weld
joints that are accessible from back side for visual examination.
3.2 Weld shall be thoroughly cleaned by hand wire brush or rotary wire brush to remove oil, grease, slag
and rust. Weld shall be repaired by grinding/ grinding and welding.
3.3 Kerosene leak test shall be carried out only at room temperature.
3.4 The weld surface shall be applied with wet/pasty chalk (mixed with water) and dried. Kerosene shall
be sprayed on the other side of the weld. The kerosene penetrates through crevices or cracks/ pin
holes and is absorbed by dry chalk powder showing up as a dull patch/ indication on the bright chalk
surface.
3.5 Alternatively weld surface may be wetted with wet (soaked in kerosene) cotton waste or cloth, In such
cases wet/pasty chalk shall be applied on the other (root side) of the weld. This shall be completed
before applying kerosene.
3.6 The side on which chalk is applied shall be visually examined for indications of kerosene absorption
(sweating/ wetting) after 5 minutes of kerosene application. Indication noticed if any shall be repaired
as given below.
Repairs:
a) After testing is completed, the chalk powder and traces of kerosene shall be off from
the welds.
4.0 Dye Penetrant Test.
Tender No Conversion of existing tanks and provision of additional facilities Page 77 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Method:
Application of penetrant:
After the area has been cleaned, dried and the temperature of the surface and penetrant are
within the range of 40° F (5° C) to 125° F (52° C), the penetrant shall be sprayed directly to
the surface to be inspected by means of aerosol container, so that the entire area under
inspection is completely covered.
After application, excess penetrant shall be allowed to drain (care being taken to prevent
pools of penetrant forming on the test area) while allowing for minimum penetration (dwell)
time stated in accordance with (ASME V.Article24, SE165) unless otherwise specified by the
client in a more restrictive manner.
The length of time the penetrant must remain on the part to allow proper penetration should
be as recommended by the penetrant manufacturer (dwell time shall not exceed the
maximum recommended by the manufacturer).
After the specified dwell time has been elapsed, any penetrant remaining on the surface shall
be removed with a dry or slightly moistened cloth of solvent cleaner, taking care to minimize
removal of penetrant from possible discontinuity.
Flushing the surface with solvent cleaner, following the application of the penetrant and prior
to developing is prohibited.
The drying process shall be accomplished by normal evaporation. Drying time shall only be that
necessary to adequately dry the part.
Tender No Conversion of existing tanks and provision of additional facilities Page 78 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
any one edge of the film, an additional radiograph need not be taken of the weld on that side of the
defect.
c. If the weld at either side of two adjacent sections fails to comply with the requirements of 10.1
additional nearby spots shall be examined until the limits of acceptable welding are determined or the
fabricator may replace all the welding performed by the welder on that joint.
d. If the welding is replaced one radiograph should be taken at any selected location on any other joint
on which the same welder has welded.
e. If any of these additional spots fails to comply with the requirements of 10.1 the limits of
unacceptable welding shall be determined as specified for the initial section
4.0. REPAIR OF DEFECTIVE WELDS
a. The defective weld shall be removed by chipping or melting out by thermal gouging process from both
sides of joint and re-welding. Only sufficient cutting out of the defective joints, as is necessary to
correct the defect, is required.
b. All repaired weld in joints shall be checked by repeating the original inspection procedure and by
repeating the hydrostatic testing / vacuum box testing method.
5.0. RECORD OF RADIOGRAPHIC EXAMINATION:
The fabricator shall make a record consisting of all films with their identification marks and submit the
same on completion of work.
RADIOGRAPHIC INTERPRETATION OF WELD JOINTS AS PER API 1104
STANDARD FOR WELDING PIPELINES AND RELATED FACILITIES FOR PIPE 2 – 3/8” O.D. AND
ABOVE
1. CRACK :Not acceptable
2. LACK OF ROOT PENETRATION/ :Individual defect shall not exceed FUSION
1” in 12” weld length.
3. LACK OF SIDE WALL FUSION : Shall not exceed 2” . Total length
shall not exceed 3” in weld length.
4. INTERNAL CONCAVITY :Not acceptable.
5. POROSITY : Max. dimension shall not exceed
½” in 12”weld length. Distribution of gas pockets as per porosity chart
given in code.
6. BURN THROUGH :Individual defect shall not exceed ¼”
7. SLAG INCLUSION :Any elongated slag shall not exceed 2” in length or
1/16” in width.
Total length of such defect shall not exceed 2” in 12” weld length. Parallel slag lines shall be considered as
separate conditions if width of either exceeds 1/32”.Isolated slag inclusion width shall not exceeds 1/8”.Total
length of any isolated inclusion shall not exceed ½” in 12” length of weld nor shall there be four isolated
inclusion of width greater than 1/8” in this length.
8. UNDER CUTTING :Undercutting shall not exceed 1/32” in depth and 2” length
under cutting adjacent to the root bead shall not exceed 2” in length.
Tender No Conversion of existing tanks and provision of additional facilities Page 81 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
A. PIPELINE WORKS
GENERAL
1.1 The contractor is expected to visit site to get himself acquainted with prevailing site conditions i.e. availability
of water, power, approach road etc before quoting for this tender The contractor shall be entirely responsible for
provision of all such utilities. No delay shall be entertained on this account.
The contractor may have to arrange temporary power connection from the local Electric Supply Authority by his own
effort and cost. Alternatively contractor shall have to carry out the work with his own DG sets at no extra cost.
1.3 For payment purpose against items, of supply fabrication and erection of steel of all types ,the weight shall be
calculated based on section given in the standard steel tables and physical verification whichever is less. The net
fabricated dimensions edge to edge shall be taken into account. The measurement shall exclude any allowance for
wastage and weld metal etc.
1.4 Measurement of pipeline shall be taken for actual pipeline laid at site. Gate valves, flanges, strainers, filters
etc. would not be included for measurement in pipeline.
1.5 Maximum wastage of 1.5% shall be allowed in pipeline fabrication for all diameters of pipes.
1.6 Contractor will take sufficient care during welding of old pipelines which may contain traces of petroleum
products and shall follow the prescribed safety precautions.
1.7 The contractor will have to segregate the good pieces of pipeline from the lot as per directions.
1.8 The contractor will be given old and new MS pipelines. The contractor will have to cut all the Tee's, bends etc.
welded on the pipeline before use.
1.9 The above ground pipeline will pass through brick wall etc. at places. The contractor will dismantle the
required portion of the structure for passing the line and also make good the damaged surface of the structure to its
original conditions. Necessary pipe sleeve shall also be provided by the party without extra cost.
2.0 INSPECTION
2.1 Engineer-in-Charge or his authorized representative or third party appointed by IOC shall have free access at
all reasonable time to inspect those parts at the manufacturer's works which are connected with the fabrication of the
steel work and shall be provided with all reasonable facilities for satisfying himself that the fabrication is being
undertaken in accordance with the provision of this contract.
2.2 Inspection shall be made at site/ at the place of manufacture prior to dispatch of the fittings. The inspection
shall be conducted so as not to interfere unnecessarily with the operation of work.
2.3 Should any structure or part of a structure be found not to comply with any of the drawings and
specifications, it shall be rejected. No structure or part of the structure once rejected shall be re-submitted for test
except in case where the corporation considers the defects as rectifiable.
Defects which may appear during fabrication shall be made good by the contractor.
The suitability and capacity of all plants & equipments used for erection shall be to the satisfaction of the engineer.
3.1 Drawings : The following drawings will be provided by the corporation, which are to be followed for erection
of each equipment :
* All equipment erection shall be done by experienced fitters. For this purpose, the contractor shall employ an able
erection supervisor and crew who have done similar jobs.
* Erection shall be carried out as per instructions of the equipment manufacturers and direction of site engineer.
* All the instruments of hydrant engine such as pressure gauges, Composite gauges etc., including instrument
panels, shall be installed by the contractor as part of equipment erection and no separate payment will be made.
3.3 After piping has been connected, the alignment shall be checked by the contractor again, to ensure the piping
connections do not induce any undue stresses on the equipment.
3.4 Pumps will be supplied for erection either completely assembled, couple to the drive and both mounted on
a common base plate or in 3 individual parts as pump assembly, motor and base plate or as pump assembly and
motor mounted on separate base plate. The pumps shall be erected on foundations and leveled with shims and
wedges with help of precision levels and other instruments. The pump and the driver shall then be coupled and
aligned. Final alignment shall be done after all piping connections are made. Shims and wedges where required will be
arranged by the contractor.
3.5 Trial runs of equipments - unless indicated otherwise, all equipments shall be subjected to trial runs up to the
satisfaction of the site engineer on load and without load condition. This also includes coordination with the supplier
of equipment to commission the same.
Drawings accompanying the tender document are indicative of scope of work and issued for tendering purpose only.
The contractor is required to prepare the drawings for the complete piping work with its isometric view etc.
to calculate the actual requirement of various items / fittings like bends, flanges etc. The piping layout must show the
expansion loops as per the requirement. The complete set of drawings shall be submitted for approval, before
commencement of the work. No fabrication will start without the approval of IOC. The construction drawings shall
include
Location of all weld seams, weld sizes and details of weld etc.
Material to be used.
Tolerances
Complete bill of materials with item wise quantities for materials to be supplied by IOC and the contractor.
The drawings shall be prepared on computer and one floppy of as built drawings shall be submitted after completion of
work. All drawings are to be prepared on Auto-CAD (on PC).
Fabrications :
Bends , reducers, expanders ,tees and end blinds provided shall be factory made forged irrespective of
diameter of pipeline .Such fittings shall have approximately the similar material composition as that of pipeline under
fabrication.
Erection :
a. Cleaning - Before erection all pre-fabricated spool pieces, pipe fittings etc. shall be cleaned inside and
outside by suitable means. The cleaning process shall include removal of foreign matter such as scale, sand,
weld spatter, cutting chips etc. by wire brushes cleaning tools etc., and blowing out with compressed air and/or
flushing out with water.
b. Flange Connections - While fitting up matching flanges, care shall be exercised to properly align the pipes
and to check the flanges for trueness so that faces of the flanges can be pulled together without inducing any
stresses in the pipes and equipments nozzles.
c. Valves - Valves shall be installed with spindle/ actuators orientation / position as shown in the layout drawings.
d. Line mounted equipments / items - installation for line mounted items like filters, strainers, sight glasses
etc., including their supporting arrangements shall from part of piping erection work and no separate payment shall
be made for this work.
4.5 Pipe supports - Pipe supports are designed to effectively sustain the weight and thermal effects of the piping
system and to prevent its vibrations. Location and design of pipe supports will be as per the following table or as given
by site engineer:
Tender No Conversion of existing tanks and provision of additional facilities Page 84 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
20/25 mm 2.10 m
050 mm 3.05 m
080 mm 3.60 m
100 mm 4.25 m
150 mm 5.15 m
200 mm 5.75 m
250 mm 6.70 m
300 mm 7.00 m
350 mm & above 7.60 m
The above spacings are indicative and will be kept as per site requirements (min. above) The minimum clearance of
300 mm has to be maintained between the ground and the bottom surface of pipeline. All pipeline supports will be
numbered serially for identification.
Testing of piping after erection shall be done as per API-1104 and as specified in price bid.
With the exclusion of instrumentation, piping systems fabricated or assembled in the shop/factories shall be tested at
the site, irrespective of whether or not they have been pressure tested prior to site welding or fabrication.
5.3 A test pressure of 10.5 kg/sq.cm shall be maintained for minimum 4 hours.
All tests shall be completed to the satisfaction of site engineer including retesting if any leakage is noticed during
testing.
5.5 The site engineer shall be notified in advance by the contractor of testing sequence/ program, to enable him to
be present for witnessing the test.
5.6 All equipments, materials, consumables and services required for carrying out the pressure testing of piping
system shall be provided by the contractor at his own cost.
5.7 Water for testing shall be arranged by contractor at his own cost.
5.8 Test records in triplicate shall be prepared and submitted by the contractor for each piping system line wise
for the pressure test done in the proforma as approved by site engineer.
Complete record of the Hydrostatic testing carried out on each section of the pipeline including test certificates for the
same for submission to CCOE authorities.
Flushing reports.
Pipeline quantity certificates for product piping system as per the pipelines laid.
On completion of work, as built drawings of complete piping system are to be prepared and furnished by the contractor
as required by IOC. All drawings are to be prepared on Auto-Cad (on PC). The contractor shall submit two CDs
containing all drawings, one set of tracing and 3 sets of drawings/ printouts.
Tender No Conversion of existing tanks and provision of additional facilities Page 85 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Pipeline elevation profile for the entire route of pipeline. Any other records as required by the site engineer.
7.1 No hot work is permitted without issuance of hot work permit by location in-charge at existing locations.
After completion of work the site should be cleared of all scrap, contractor’s equipment and machinery used in
fabrication.
1.1 The contractor is responsible for the welding done by welders employed by him. Engineer-In-Charge shall
conduct the tests required to qualify welding procedures, and to qualify the welders and if, necessary re-qualify welders
and welding operators.
WELDING OF PIPELINES
WELDING QUALIFICATIONS
QUALIFICATION REQUIREMENTS
3.1.1 Qualification of the welding procedures to be used and of the performance of welders and welding
operators shall conform to the requirements of the ASME Section IX.
4.1 Engineer-In-Charge is responsible for qualifying any welding procedure that will be used. Welding procedures
qualified by others may be used, subject to the specific approval of the Engineer-in-Charge / Inspector provided that
the following conditions are met.
a) The proposed Welding Procedure Specification (WPS) has been prepared, qualified and executed by
responsible, recognized organization with expertise in the field of welding and
b) The Contractor has not made any change in the welding procedure.
The contractor should accept written responsibility for both i.e. the Welding Procedure Specifications (WPS) and the
Procedure Qualification Record (PQR).
4.3 The contractor has at least currently employed welder or welding operator, who have met with the following
requirements
a) While in employment, the welder has satisfactorily passed a performance qualification test using the
procedure and the P-Number material specified in the WPS.
b) The performance bend test required by ASME Section IX QW-302 shall be used for this purpose
5.1 Site Engineer may accept a performance qualification made by certified agencies with the specific approval
of the Engineer-In-Charge.
Tender No Conversion of existing tanks and provision of additional facilities Page 86 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
5.2 The contractor shall obtain a copy from the certified agencies of the performance qualification test record &
submit the same to Engineer-In-Charge with specific recommendation & approval of Inspector with the following
details.
6.1 The Contractor shall maintain a self-certified record, available to the Engineer-In-Charge and the Inspector.
The records will have the following details:
b) The welders and welding operators employed showing the date and results of procedure and performance
qualifications
FILLER METAL
Filler metal shall conform to the requirements of ASME Section IX. filler metal, not yet incorporated in ASME Section IX
may be used with IOC approval, if a procedure qualification test is first successfully made.
CLEANING
Internal and external surfaces to be thermally cut or welded shall be clean. They will be free from paint, oil, rust, scale
and other material that would be detrimental to either the weld or the base metal when heat is applied.
END PREPARATION
End preparation is acceptable only if the surface is reasonably smooth and true, and slag from oxygen or arc cutting is
cleaned from thermally cut surfaces.
End preparation, for groove welds specified in ASME or as specified, which meets the WPS is acceptable.
Edge preparation - The pipes supplied are generally with bevelled ends. However, in case any ends are damaged the
cutting/ beveling shall be carried out.
10.1 Each qualified welder and welding operator shall be assigned an identification symbol. Unless otherwise
specified in the engineering design, each weld or adjacent area shall be marked with the identification symbol of the
welder or welding operator .In addition of marking the weld, appropriate records shall be maintained.
TACK WELDS
Tender No Conversion of existing tanks and provision of additional facilities Page 87 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Tack welds at the root of the joint shall be made with filler equivalent to that to be used in the root pass.
Tack welds shall be fused with the root pass weld, except that those which have cracked shall be removed. Bridge
tacks (above the weld) shall be removed.
Tack welds used in assembling shall be removed and surface grinded properly and gaps filled with weld metal.
PEENING
No welding shall be done if there is impingement on the weld area, of rain, snow, sleet or excessive wind or if the weld
area is frosted or wet.
Electrodes for welding shall be stored in a dry place (HOT CASE) in their original packets or cartons.
Fillet welds, including socket welds, may vary from convex to concave. The size fillet weld shall be as per
engineering design.
1.2.1 Static equipment like tanks, vessels, air dryers, skid mounted dosing units, etc.
1.2.2 Dynamic or rotary equipment like pumps, compressors, etc.
1.3 Installation shall be carried out in the order as given below:-
1.3.1 Check the foundations on which equipment is to be erected.
1.3.2 Place the equipment on the foundation and set anchor bolts
1.3.3 Carry out provisional centering, levelling and alignment by shims and
packing(however positioning of the vessel shall be accurately carried out)
1.3.4 Fix the foundation bolts by pouring mortar into anchor pockets
1.3.5 Carryout out completely the centering for level by tightening the anchor bolts and
allow for grouting of equipment
2.0 Erection of Pumps With Motors/Engines
2.1 All equipment erection shall be done by experienced fitters. For this purpose, the
contractor shall employ an able erection supervisor and crew who have done similar jobs.
2.2 Erection shall be carried out as per instructions of the equipment manufacturers and
direction of site engineer.
2.3 All the instruments of hydrant engine such as pressure gauges, Composite gauges
etc., including instrument panels, shall be installed by the contractor as part of
equipment erection and no separate payment will be made.
2.4 After piping has been connected, the alignment shall be checked by the contractor again, to
ensure the piping connections do not induce any undue stresses on the equipment.
2.5 Pumps will be supplied for erection either completely assembled, couple to the drive and
both mounted on a common base plate or in 3 individual parts as pump assembly, motor
and base plate or as pump assembly and motor mounted on separate base plate. The
pumps shall be erected on foundations and leveled with shims and wedges with help of
precision levels and other instruments. The pump and the driver shall then be coupled
and aligned. Final alignment shall be done after all piping connections are made. Shims
and wedges where required will be arranged by the contractor.
2.6 Trial runs of equipments - unless indicated otherwise, all equipments shall be subjected to
trial runs up to the satisfaction of the site engineer on load and without load condition.
This also includes coordination with the supplier of equipment to commission the same.
c. Nothing in this recommended practice should be considered as a fixed rule for application
without regard to sound engineering judgment. Certain Governmental requirements may
differ from the criteria set forth in this recommended practice, and its issuance is not
intended to supersede or override such requirements.
2.0 TEST MEDIUM
The hydrostatic test should be conducted with potable water. However for ATF & A.V. Gas
pipeline the product may be used as testing medium.
3.0 EQUIPMENT FOR A HYDROSTATIC TEST :
3.1 Equipment for the hydrostatic test should be properly selected and in good working order.
Equipment affecting the accuracy of the measurements used to validate the specified test
pressure should be designed to measure the pressures to be encountered during the
hydrostatic test.
3.2 Equipment for conducting the hydrostatic test may include the following :
a) A high volume pump capable of filling the line at minimum velocity of 2 km/h
(approximately 1 mph)
b) A test medium supply line filler capable of ensuring a clean test medium.
c) An injection pump to introduce corrosion inhibiters or other chemicals into the test
segment, if their use is required.
d) A meter or other comparable means of measuring line fill.
e) A variable speed positive displacement pump capable of pressurizing the line at least 7
kg/Sqcm. (approximately 100 psi) in excess of the specified test pressure. The pump
should have a known volume per stroke and should be equipped with a stroke counter
(a constant speed pump having a variable flow rate control may be used in lieu of the
above if the liquid test medium injected into the pipeline is measured during
pressurization.
f) Portable tank, if required, capable of providing a source of liquid test medium.
g) A large diameter bourdon tube type pressure gauge with a pressure range and
increment divisions necessary to indicate anticipated test pressures.
h) A deadweight tester certified for accuracy and capable of measuring increments of 0.1
Kg/Sqcm (1.5 psi).
i) A 24 hour recording pressure gauge with charts and ink. This gauge should be
deadweight tested immediately prior to and after use.
j) Two glass laboratory thermometers, with a 75 mm. (approximately 3 in) immersion
capability, capable of measuring temperatures from 0 deg. C (32 Deg.F) to 50 Deg.C
(122 Deg.F).
k) A 24 hour recording thermometer capable of recording temperatures from 0 Deg. C (32
Deg.F) to 50 Deg.C (122 Deg.F).
l) Pigs, scrappers, spheres and similar devices to be used to clean the test segment and
to facilitate the removal of air from the line.
m) Temporary manifolds and connections as necessary.
n) Equipment, materials and fluids needed to displace the test medium from the test
segment.
4.0 TEST PLAN:
The following factors should be considered in planning a hydrostatic test:
Tender No Conversion of existing tanks and provision of additional facilities Page 90 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
4.1 Maximum operating pressure anticipated through the life of the facility.
4.2 Location of pipe and other piping components in the test segment by size, wall thickness,
grade type and internal design pressure(s).
4.3 Shell pressure rating and locating of all pipeline valves, air vents and connections to the
segment.
4.4 Anticipated temperature of test medium, atmosphere and ground.
4.5 Source (s) of test medium and any inhibiting or other treating requirements.
4.6 Locations and requirements for test medium disposal.
4.7 Profile and alignment drawing maps.
4.8 Safety precautions and procedures.
5.0 TEST PROCEDURES:
A hydrostatic test procedure diagram with explanatory notes and data should be prepared
prior to testing and should indicate in a detailed fashion the following:
5.1 The length and location of the test segment (s).
5.2 Test medium to be used.
5.3 Procedures for cleaning and filling the line.
5.4 Procedures for the pressurization of test segment (s) including the locations of the injection
points and the specified minimum and maximum test pressures.
5.5 Minimum test duration for test segment (s).
5.6 Procedures for removal and disposal of test medium.
5.7 Safety precautions and procedures.
A specified test pressure is defined as the minimum test pressure which should be applied to
the most elevated point in the test segment. As detailed analysis of the profile to determine
static and dynamic pressures while the pipeline is being tested should be performed so that
the pipeline will not be over pressured at points which are at low elevations.
6.0 LINE FILL AND CLEANING:
6.1 The line fill operation should serve the dual function of cleaning the line and introducing the
necessary test medium into the test segment. screens or filters should be installed in the test
medium supply line to control the contamination of the test medium by debris or sediment.
6.2 The quality and source of water should be determined. Water which is not free of sediments
and may be injurious to the pipe, valves, equipments etc. should not be used unless it is
filtered.
6.3 The filling operation should be planned and executed in a manner which prevent the infusion
of air into the test segment. Vents, if necessary should be provided on the test segment to
permit the purging of trapped air.
6.4 Pumping of the test medium should continue until the pigging devices have been received at
the receiving scraper trap, or until they have passed the block valve terminating the test
segment.
7.0 PRESSURIZATION :
7.1 Personnel conducting the test should maintain continuous surveillance over the operation
and ensure that it is carefully controlled.
7.2 The test segment should be pressurized at a moderate and constant rate. When
Tender No Conversion of existing tanks and provision of additional facilities Page 91 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
approximately 70% of the specified test pressure is reached, the pumping rate should be
regulated to minimize pressure variations and to ensure that increments of no greater than 1
kg/ sqcm may be accurately read and recorded. Pipe connections should be periodically
checked for leaks during pressurization.
8.0 THE TEST HOLD:
8.1 When the test pressure is reached, pumping should be stopped and all valves and
connections to the line should be inspected for leakage, a period of conservation should
follow during which test personnel verify that specified test pressure is being maintained at
the line pressure and temperature have stabilized.
8.2 Upon the completion , the injection pump should be disconnected of its connection to the
pipeline and checked for leakage. Pressure should be monitored and recorded continuously
during the duration of the test.
9.0 DISPLACEMENT OF TEST MEDIUM :
9.1 Water should be completely drained off. This can be accomplished with spheres, squeegees
and / or other pigging devices wherever practical. Water should be disposed off at approved
locations in a manner that will cause minimal environmental effects.
10.0 PURGING OF SS PIPELINES OF AFFF:
10.1 The scope of work is inclusive of providing repeated purging with an inert gas like Nitorgen
for the SS pipelines meant for AFFF in order to empty out the hydrotested water.
10.2 The successful bidder shall get the work procedure approved by IOCL/ IOCL’s Consultant
before mobilization of machinery required for the particular activity.
Tender No Conversion of existing tanks and provision of additional facilities Page 92 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
1.0 GENERAL
1.1 These specifications define basic requirements for painting of mild steel vertical cone roof &
floating oil storage tanks.
1.2 It is deemed that the work shall be carried out by the contractor with the best quality of
specified material and workmanship at his own cost.
1.3 Adequate numbers of required tools, brushes, blast material, scaffolding, shot/Blasting
equipment, air compressors etc. shall be arranged by the contractor at site.
1.4 During storage and application of paints, the paint manufacturer’s instructions shall be
strictly followed. Particular attention shall be paid to the following:
1.5 Proper storage avoiding exposure and extreme temperature .
1.6 Specified surface preparation.
1.7 Mixing and thinning.
1.8 Application of paints and the recommended time intervals between consecutive paint coats.
1.9 Two pack paint system will be mixed by mechanical means. The Site Engineer/ Engineer-In-
Charge may allow hand mixing of small quantities at his discretion.
1.10 Restrictions for number of batches per tank.
2.0 MATERIAL SPECIFICATION
2.1 SHOT/GRIT: The sand/grit used for Blasting shall be free from moisture, impurities salt and
shall have a maximum particle size of not more than passing through a 500 micron mesh
(IS.)
2.2 BRUSHES: The brushes used in painting shall conform to IS : 384
2.3 PRIMER COAT: The primer used must provide good protection against corrosion and shall
leave a tough adherent film which will form a suitable base for the following coats. It shall
conform to given specifications.
2.4 FINISH COAT: The finish coats shall conform to given specifications.
2.5 SKY BLUE OR AQUA MARIN BLUE PAINT: The sky blue or aqua marine blue (as per IS
5:2007 Latest edition) paint shall be used for painting over surface of water tank as per the
col.
2.6 Only superior grade paints of approved make and quality and conforming to given
specification shall be used. Contractor shall obtain approval from site engineer in writing
before procurement of primer/paint etc. and shall obtain approval from site in sealed and
unopened condition for inspection and approval of site engineer/ engineer-in-charge for use
of paints at site.
2.7 GENERALNOTES
2.7.1 The blasted surface shall not be kept exposed to atmosphere for more than 24 hours
(particularly at night time when humidity %age in atmosphere is more and might spoil the
surface prepared).
2.7.2 The first coat of primer shall be applied soon after cleaning and before any visible rusting
occurs.
Tender No Conversion of existing tanks and provision of additional facilities Page 93 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
2.7.3 The paint coat shall be smooth and even and shall not show any trace of brush mark. The
bands, lettering, etc. shall be carried out as per drawing after the external painting is
completed.
3.0 PAINTING OF TANKS
3.1 SURFACE PREPARATION
3.1.1 Before Blasting surface shall be cleaned thoroughly leaving it free of all scales, dust, grease, oil
coating, moisture and other impurities with the help of brass wire brushes, sand paper, emery paper
etc.
3.1.2 Wherever required any weld metal etc. shall be ground off by grinding machine to get smooth polished
surface.
3.1.3 Heavy deposits of grease of oily matter if any shall be removed by suitable solvent wash before
Blasting is undertaken.
3.2 BLASTING
3.2.1 Blast cleaning shall conform to SA 2½ standard as per Swedish Standard SIS 055900-1967 or
equivalent i.e., Blast cleaning to near white metal cleanliness, until 95% of each element of surface
area is free of all visible residues.
3.2.2 Before Blasting, the surface have to be cleaned thoroughly leaving it free from all scales, dust, grease,
oil coating, moisture and other impurities. Any weld metal etc. shall be ground by grinding machine to
get a smooth surface. Heavy deposit of greases of oily matter if any shall be removed by solvent
wash.
3.2.3 Good quality sand is to be used, it should be free from moisture dust and other foreign materials. The
sand to be used shall be of 16-30 mesh quality, i.e. zero % of abrasives to be retained on 16 mesh
screen and 100% retained on 30 mesh screen.
3.2.4 Minimum air supply pressure to be maintained at the delivery nozzle is 7 kg/cm2 (100 psi aprox.)
during blasting operation.
3.2.5 The compressor capacity shall be checked to ensure that it is capable of giving the requisite volume of
air at specified pressure based on the nozzle size and type employed for Blasting.
3.2.6 The three common sizes of sand blast nozzles for general maintenance painting and air flow
requirements are as follows :
Nozzle size Air flow requirement
¼” 150 cfm
5/16” 240 cfm
5/3” 393 cfm
3.2.7 Compressor capacity for each type of nozzle should be at least 25 to 30% above the rated amount of
air required for that size of nozzle.
3.2.8 Compressor should have moisture oil trap. At least 1” internal diameter hose has to be used if the
distance from the air compressor to sand blaster is about 50 ft. long or more to avoid excessive
pressure drop across the hose.
3.2.9 Blast cleaning shall not be performed where dust can contaminate surfaces undergoing such cleaning
or during humid weather conditions (humidity exceeding 85%).
3.2.10 After Blasting, the surface need to be cleaned by dry brush or by dry compressed air (free from
moisture and oil) to remove sand, dust or silica deposits.
3.2.11 Irrespective of method of surface preparation, the first coat of primer must be applied on dry surface
by airless/conventional spray and as directed by Site Engineer. Delaying the primer application is not
advisable beyond 2 hours if weather is dry and humidity level is less than 80% and if primer is applied
within 4 hours, there is no need to provide inhibitor wash over the blasted surfaces if it is not possible
Tender No Conversion of existing tanks and provision of additional facilities Page 94 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
to apply primer within 4 hours, then application of inhibitor is a must. It is essential to preplan the
activities to start the primer application immediately after Blasting.
3.2.12 The surfaces shall be blast cleaned using one of the abrasives, sand or chilled cast iron or malleable
iron and steel at pressure of 7 kg/cm2 at appropriate distance and angle depending on nozzle size
maintaining constant velocity and pressure. Chilled cast iron, malleable iron and steel shall be in the
form of shot or grit of size not greater than 0.555” maximum in case of steel and malleable iron and
0.04 in case of chilled iron”.
3.2.13 Blast cleaned surface should be inspected by using magnifier glass or surface profile for anchor
patterns. Surface profile in blast cleaning should ideally be 50 to 70 microns (generally 1/3 of the total
DFT).
3.2.14 Arrangements for inspection at various stages of work should be made available so that entire blasted
area is accessible for inspection.
3.2.15 The thickness of plates used for tank shell is not uniform. This factor should be kept in mind blast
cleaning to prevent damage for thinner plates. When carrying out blast cleaning on the shell and
roof, the work shall always be done in such a manner with respect to the wind direction that the
abrasive practices are blown away clear of the tank surface.
3.3 CLEANING
3.3.1 Abrasives or dirt particles and the other metals shall be removed from the sand blasted surface by
means of clean soft brush or vacuum or compressed air (free from oil and moisture).
3.4 GALVANISED ITEMS
3.4.1 REQUIREMENTS
a) Galvanized items shall be coated using the hot dipped process in accordance with the latest
revision of BSEN ISO 1461.
b) Articles specified to be galvanized shall be completely fabricated prior to the application of
the hot dip galvanizing process.
c) Items shall not be hot dipped before surface preparation has been carried out in a full and
correct manner.
d) Surfaces shall be free of old paint, oil, grease, weld, slag deposits and laminations; and
rolling fabrication defects eliminated prior to hot dipping.
e) Coating weights shall comply with Table 1 of BSEN ISO 1461.
3.4.2 REPAIRS
a) For touch-up of drilled and/or cut edge damage areas of galvanized steel, surfaces shall be
hand tool cleaned and painted with one coat of zinc-rich epoxy to a nominal DFT of 60
micron. Major damage to be re-galvanized. The extent/definition of a damage area resulting
in re-galvanizing shall be in accordance with EN ISO 1461, Section 6.3
b) Repair procedures shall be submitted as part of a painting procedure for review and
approval.
c) For Minor Repairs:
d) All loose or damaged coating shall be removed by means of power driven or hand-held wire
brushes to leave a feathered edge on the existing coating. At welds, the cleaning method
shall remove all weld flux, spatter, and slag and heat tint. Following removal of all unwanted
surface deposits, the repair area and surrounding areas shall be washed with a suitable
organic solvent in accordance with SSPC-SP1 and then bristle brush washed with clean
water. When thoroughly dry, a minimum of two coats of two-pack zinc-rich epoxy paint shall
be applied by brush to provide a zinc coating thickness that is a minimum of 30 microns
more than the galvanized layer. The primer shall have a minimum of 80% metallic zinc in the
Tender No Conversion of existing tanks and provision of additional facilities Page 95 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
dry film and all materials shall be applied strictly in accordance with the MANUFACTURER‘s
recommendations. The primer shall overlap sound coating by at least 20mm.
TABLE 1
Tank Type Carbon Steel Cone Roof Tanks for HSD & SKO
Surface to be EXTERNAL PAINTING: INTERNAL PAINTING:
Painted External side of shell and roof, Upper side of BOTTOM plates; First
structurals, appurtenaces and other strake of inside surface of SHELL
non galvanized steel works like spiral including all structurals etc. up to
stair case, hand rail, mid and top same height; underside surface of
landing platforms, top railing, roof of CR & tank shell up to 300 mm
structural supports, maintenance height below the curb angle including
platforms etc.** all roof structurals etc. up to same
height.
NOTE: **
a) For structural steel refer the respective table.
b) In case of the petroleum tanks and piping, the colour of finished paint shall be aluminium. In case of
fire water tank, the colour shall be sky blue or aqua marine blue (as per IS 5:2007 Latest edition)
TABLE 2
Tank Type Carbon Steel Floating Roof Tanks for MS
Surface to be EXTERNAL PAINTING :External INTERNAL PAINTING: Upper side
painted surface of Shell up to and including of BOTTOM plates, underside
Curb angle, Upper side of roof and surface of fixed roof, Inner surface of
shell appurtenances and Structural SHELL up to top of tank including all
and other non-galvanized steel works structural and inside appurtenances
like spiral stair case, hand rail, mid including all items coming in contact
and top landing platforms, top railing with liquid stored (except Internal
structural supports, maintenance Non-contact type Floating roof).
platforms etc.**
Surface Blast clean to SA 2½ Blast clean to SA 2½
Preparation
Paint system Two coats of P3 (30-35 m each) + One coat of P1 (65 –75 m) +
recommended
Two coats of F2 (15-20 m each) One Coat of P5 (35-40 m)
Two coats of F3 (100-125 m each)
Total DFT (Min) 90 m 300 m
Note: **
a) Cone roof / horizontal tanks in above services shall also be internally painted as given above.
Tender No Conversion of existing tanks and provision of additional facilities Page 97 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
b) For Structural Steel refer the respective table. In case of the petroleum tanks and piping, the colour of
finished paint shall be aluminium.
TABLE – 3
Tank Type Carbon Steel Cone Roof tanks for FIRE WATER
Surface to be EXTERNAL PAINTING: External side INTERNAL PAINTING:Upper side of
painted of SHELL and roof structurals and BOTTOM plates, underside surface
also external surfaces of above of fixed roof, Inner surface of SHELL
ground mild steel pipelines and fom bottom up to top of tank,
fittings for all types of tanks, including all structurals on the
Structurals underside of roof.
EXTERNAL PAINTING: And other
non-galvanized steel works like spiral
stair case, hand rail, mid and top
landing platforms, top railing
structural supports, maintenance
platforms etc.
Surface Blast clean to SA 2½ Blast clean to SA 2½
Preparation
Paint system Two coats of P3 (30-35 m each) + One coat of P2 (70 – 75 m) +
Recommended Two coats of F2 (15-20 m each) Two coats of F4 (250 m each)
Total DFT (Min) 90 m 575 m
Note:
a) In case of fire water tank, the colour shall be sky blue or aqua marine blue (as per IS 5:2007 Latest
edition)
Table – 4
Tank Type Carbon Steel Floating Roof Tanks for Ethanol Tanks
Surface to be EXTERNAL PAINTING: INTERNAL PAINTING: Underside
Painted surface of fixed roof & tank shell up
External side of shell and roof,
to 300 mm height below the curb
structural, appurtenances and other
angle including all roof structural.
non-galvanized steel works like spiral
stair case, hand rail, mid and top
landing platforms, top railing,
structural supports, maintenance
platforms etc.**
Surface Blast clean to SA 2 ½ Blast clean to SA 2 ½
Preparation
Paint System Two coats of P3 (30-35 m each) + One coat of P1 (65 –75 m) +
recommended
Two coats of F2 (15-20 m each) One Coat of P5 (35-40 m)
Two coats of F3 (100-125 m each)
Total DFT (Min.) 90 m 300 m
Table – 5
Type Underside of Bottom plates
Tender No Conversion of existing tanks and provision of additional facilities Page 98 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Table – 6
Type External Surface of U/G Horizontal Tanks & A/G Horizontal Tanks in
contact with Support Pedestals
Surface Blast clean to SA 2½
Preparation
Paint system Two coats of P3 (30-35 m each) +
Recommended Two coats of F2 (15-20 m each)
Total DFT (Min.) 265 m
Table – 7
Type External Surface of A/G Horizontal Tanks
Surface Blast clean to SA 2½
Preparation
Paint system One coat of P1 (65-75 m) +
Recommended Two coats of F3 (100-125 m each)
Total DFT (Min.) 90 m
Table – 8
Type Structural Steel, Fire Hydrant/Foam Piping & Fittings
Surface Blast clean to SA 2½
Preparation
Paint system Two coats of P3 (30-35 m each) +
Recommended Two coats of F6 (15-20 m each)
Total DFT (Min.) 90 m
Table – 9
Type Product Piping & Fittings
Surface Blast clean to SA 2½
Preparation
Tender No Conversion of existing tanks and provision of additional facilities Page 99 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Table – 10
Type Valves/ NRVs/ Strainers/ Pumps/ Motors etc
Surface Manual cleaning of damaged / affected surface with hard wire brush SSPC
Preparation SP2
Paint system Two coats of P3 (30-35 m each) +
Recommended Two coats of F6 (15-20 m each) (Colour as per the the Tender documents)
Total DFT (Min.) 90 m
Table – 11
Type Hot Dip Galvanized Pipelines of Spinkler System
Surface Manual cleaning of damaged / affected surface of Hot Dipped Galvanized
Preparation pipelines with hard wire brush SSPC SP2
Paint system One coat of Etch Primer (6 m)
Recommended One coat of P4 (175 m)
Two coats of F6 (15-20 m each) (Colour as per the the Tender documents)
Total DFT (Min.) 261 m
Table – 12
Type AFFF Lines made of SS
Surface Manual cleaning pipelines with hard wire brush; emery scuffing SSPC SP2
Preparation
Paint system One coat of Etch Primer (8 m)
Recommended One coat of Polyurethane based anticorrosive primer (40-45 m)
One coat of UV Resistant Polyurethane Paint (40-45 m) with Aliphatic Base
with maximum colour fading of < 10%. Paint with scratch resistance, good
adhesive strength & as per IS 101.
Total DFT (Min.) 90m
Table – 13
Type Repair procedure for damaged / affected paint surface (Both External /
Internal Surfaces of Tank)
Surface Power Tool cleaning of damaged / affected surface with hard wire brush
Preparation SSPC SP 3
Tender No Conversion of existing tanks and provision of additional facilities Page 100 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Type Repair procedure for damaged / affected paint surface (Both External /
Internal Surfaces of Tank)
Paint system One coat of P4 (175 m)
Recommended Two coats of Finish paint as per respective specifications of the equipment
Notes:
a) In case of Structural Steel – 2 Coats of Synthetic Enamel finish Coat can be applied in place of
Aluminium Finish Paint (2 X 20-25 µ)
b) Refer IOCL Painting Manual & Colour Code IOC/M&I/PAINTING MANUAL (REV.1) – and Painting
Manual Addendum Circular No. 57 – HO /M&I/33/57 Dated 10/06/2016.
A High Build performance Tank liner specially designed for sustained immersion services.
Volume solids : 50-60%
Binder : Amine Cured Expoxy
Colour : White/ Light Grey/ Off White
Application : Brush (for touch up only) or Airless spray
Dry film thickness per coat : 100-115 microns
Theoretical coverage : 3.3-6 sq.m/litre
Drying time : 2-3 hours
Overcoating Time : Overnight Min 24 Hrs
Storage life : 12 months under sealed conditions
5.3 TECHNICAL SPECIFICATION FOR DOPING FOR UNDERGROUND PRODUCT AND FIRE
HYDRANT PIPELINES
SCOPE: This specification lays down the requirements for selection, application and protective
coatings on exposed metal surface of underground piping. Vendor to supply all the material required
for pipe coating and wrapping, including supply of primer, coating and wrapping material and other
Tender No Conversion of existing tanks and provision of additional facilities Page 106 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
accessories required for the purpose. The scope should also include application of primer and
providing pipe coating/wrapping as per the specifications given below or as per the instructions of
Engineer-in-charge.
5.3.1 Specification for 100% solvent free Poly Urethane-Coating Material for External Coating of
underground piping.
S.No. Properties Requirements Test Method
Physical & Chemical Properties:
a. Recommended Coating/lining Minimum 1000 microns EN10290
Thickness
f. Cathodic disbondment after 28 days, Maximum disbondment of 5.0 mm (ASTM G-95 modified
@ 20degC radius. 28days,@ 20degC to 28 days)
Average < 8mm over 8 As per Annexure E of
measurements,Maximum10mm 28 EN10290
days@ 23+ 20 C
g. Impact resistance No cracking , no holiday at 5 ASTM G-14 on steel
Nm/mm (minimum) Pipe/ EN10290
h. Abrasion Resistance WEIGHT LOSS 0.03g (Maximum) D4060 (weight loss
after 1000 cycles using
CS 17 wheel and 1kg
load
i. Cross cut adhesion to pipe surface Rating 1 As per Annexure A of
EN10290
j. Indentation resistance at 10N/mm2 30% of initial measured coating As per Annexure H of
thickness @ max service EN10290/as per ISO-
temperature ± 2ºC 21809
6
k. Specific electrical insulation 10 Ω m2 for class A @ 23±2ºC As per Annexure F of
resistance, RS 100 after 100days. EN10290/as per ISO-
21809
4
10 Ω m2 for Class A after 30 days
@ max. service temperature ±2ºC
Inspection for Quality Assurance at Field
5.3.2 Specification for High Build Solvent Free Liquid Epoxy Coating – Coating Material for External
Coating of Underground
S.No. Properties Requirements Test Method
Physical & Chemical Properties:
a. Recommended Coating/lining Min. 800 micron EN10289
Thickness
5.3.3 Surface Preparation: The pipe surface needs to be prepared before applying the Coating system, by
following the process elaborated below:
a. Steel surface shall be cleaned of dust & grease.
Tender No Conversion of existing tanks and provision of additional facilities Page 108 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
b. Heavier layers of rust & weld splatters shall be removed by chipping with sharp edges.
c. Thereafter, Steel surface shall be cleaned by abrasive blasting.
d. Blast cleaning operation shall not be undertaken in high humid condition (when the
relative humidity exceeds 85%).
e. The abrasive-blasted surface shall conform to Swedish Standard SIS-055900-1967 SA
2½.
f. The abrasive-blasted surface shall have a shining and `near white metal’ appearance
and the surface roughness shall be 60-75 microns in accordance with ISO 4287-1.
g. After abrasive-blast cleaning, the surface shall be dry brushed to remove abrasive dust
and silica deposits.
h. Pipe which has not been coated within four hours after cleaning shall be completely re-
blasted prior to coating application.
5.3.4 Application of Paint:
a. Paint shall be spread evenly and carefully on clean metallic surface. No coat of paint
shall be applied on a wet or damp surface. In no case the second coat shall commence
until the preceding coat is dry and hard.
b. Painting shall not be carried out when the weather conditions are cold or in damp
weather. Painting during winter shall be carried out only when the temp. is above
15deg. C and when the surface is dry.
c. The painting should be carried out only thru `Airless Spray’ system using appropriate
machinery. In case of `patch work’, brush painting may be adopted.
d. The external surface of the cleaned pipe conforming to specification for surface
preparation, shall be immediately coated with 100% solvent free Poly Urethane or High
Build solvent free Epoxy coating in accordance with relevant standard and this
specification.
e. Minimum total thickness (dry film thickness-DFT) of finished coating shall be as
specified in Annexure I & II for different systems. This coating thickness should be
obtained preferably with single coat of the coating system or as per paint manufacturer
recommendation. This coating thickness requirement shall be met over the weld seam
also (in case of pipe Joints). Coating thickness shall be uniform all along the surface.
f. Dry film thickness measurement shall be done as per Annexure A of EN10289 /
EN10290.
g. All holidays, pinholes in the coating operation shall be immediately repaired. The
damaged area shall be thoroughly cleaned before re-coating.
5.3.5 List Of Measuring Instruments Required: The following instruments are essential along with valid
calibration certificates and should be included as part of the contract for making them available by the
vendor.
Description of the Purpose Calibration
Instrument
Surface Profile meter For determination of the surface profile of the Required at the beginning
blast cleaned surface. of the work
Hygrometer Instrument with dry and wet bulb thermometer Required
used with standard table for determination of dew
point and relative humidity.
Magnetic type dry film For testing the DFT (dry film thickness) of paint. Required for every single
Tender No Conversion of existing tanks and provision of additional facilities Page 109 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Wet film Thickness gauge A rigid plate with notches for determining the Required
thickness of the coating film.
5.3.6 Detailed Quality Assurance Plan need to be submitted by the Applicator and approved by TPI
agency/IOC before commencement of work. QAP to be adhered to in toto and TPI to be engaged to
supervise the application thoroughly, in case of major value painting jobs/Project works.
This procedure will deal with the most used method of wrapping / coating in Marketing Division,
i.e. COALTAR ENAMEL COATING.
The surface of the pipeline shall be made free of oil and grease by using clean rags saturated with
suitable solvent like Xylene or Trichloroethylene. Then the pipes shall be blast cleaned to a
Swedish standard of SA 2½ (greyish metal appearance).
Primer drums of capacity 200 ltrs shall be thoroughly agitated. The primer containers of approx. 20
ltr capacity shall be filled from main drum after cleaning the container.
The primer shall be applied on a thoroughly cleaned pipe as a uniform thin film, which shall be free
from runs, bubbles, dust, grass or foreign matter. This will not only cover the circumference of the
pipe, but also the other surfaces which is to be enamel coated.
Any heavy application shall be brushed out before primer sets. Any dried run or sags shall be
scrapped off and re-applied with primer. (Only two application of primer are permitted.)
The primer coat shall be exposed for curing for the time specified by the supplier. Then only
application of enamel should be carried out.
a) Wet surface of pipe should not be primed. In this case, Drying of the Pipe surface should be
done at first
b) If the pipe surface temperature is £ 3°C or the relative humidity is above 80 %, The priming
should be done after heating the pipe to 30-38°C.
c) Contaminated primed surface should be re-primed.
d) Over-dried and Over-cured primed surface gets dead and looses its effectiveness and
bonding property. So It should be avoided.
Coal-tar enamel, which is supplied in 200Kg drums, shall be cut into pieces of 5-6 kg wt. These
enamel pieces shall be charged into dope kettle and slowly heated to the temperature
recommended by manufacturer. During heating, the kettle should be continuously agitated.
Tender No Conversion of existing tanks and provision of additional facilities Page 110 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Molten coal-tar kettle shall be withdrawn from the dope kettle at the application temperature and
poured over the slowly rotating pipe to coat the pipe uniformly. The minimum thickness of coating
shall be 2.4mm (+0.8mm tolerance). Coating of enamel shall be free from bubbles, foaming and
foreign matters.
Immediately after the application of the first layer of coal-tar enamel, the glass fibre felt
reinforcement shall be pulled over the enamel in an uniform spiral wrap, so that the fibre glass
wrap is drawn into hot enamel. The enamel shall penetrate through glass wrap, sufficiently
soaking it, and furnish proper bond with next layer of enamel.
Second layer of hot coal-tar enamel shall then be applied to such thickness as may result in
composite enamel thickness of 4.75 mm inclusive of the two layers of enamel and reinforcement.
Then second layer of glass fibre reinforcement wrap shall be applied immediately after second
layer of enamel coating in uniform spiral wrap. The enamel shall penetrate through glass wrap,
sufficiently soaking it.
The coal-tar impregnated asbestos outer wrap shall be thereafter be applied over the glass fibre
reinforcement wrap in tight condition. The outer wrap should be completely bonded with enamel.
The wrapping should be free of wrinkling & air pockets/ bubbles. The overlap of at the edges of all
wrapping should not be less than 12mm and also not more than 25mm.
A) Holiday Testing : The coating of pipes shall be checked for any voids/ holidays in coating
according to AWWA C-203-86. Holiday detection should be done at 14 to 15 KV at the
brush.
B) Peel Testing : The bond test shall be carried out for the primer and coal-tar adhesion using
a knife.
C) Thickness of coating : Coating Thickness should be measured using a pit gauge or cutting
sample at selected spots.
7.0 After testing, the damaged coating places should be repaired and holiday tested again.
5.4 STORING OF PAINT: For the storage of paints, special storage space should be set up and handling
of paints should be as follows:
5.4.1 All paints should be stored in the place with the mark of “NO FIRE (PAINTS STORAGE)”. Open
flames should be strictly forbidden.
5.4.2 The storage place should be a separate house and distance from other surrounding building must be
more than 1.5 m.
5.4.3 In case a part of main building is used for this purpose, the room for storage should be fireproof or
anti-fire construction.
5.4.4 The roof of the storage should be covered with fireproofing materials.
5.4.5 Each storing room should have extinguishers and sufficient quenching sand. If storing capacity is
small, only quenching sand should be provided.
5.4.6 It should be a well-ventilated room free from excessive heat or direct rays of the sun.
5.4.7 All paint should be kept away from dust.
5.4.8 All paint should be stored, sealed tightly and safely.
Tender No Conversion of existing tanks and provision of additional facilities Page 111 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
5.8.4 Colour bands of the correct size shall be applied to the pipe, at:
Both sides of valves, tees and other fittings
Where pipes enter and emerge through walls
Where pipes enter and emerge from walkway overpasses and battery limits.
At uniform intervals along long sections of pipe
Adjacent to tanks, vessels and pumps.
5.8.5 Insulated piping shall receive ground colouring and coloured (secondary) identification bands at a
minimum of either side of valves, flanges and the like, at each change in flow direction and at no
greater than 6 meter intervals, ground colours should be 2 meters long.
5.8.6 Secondary colours are to be applied using adhesive plastic tapes to the specified colour.
5.8.7 Bands widths are shown below for different pipe diameters and are to be spaced 25mm apart when
two bands (or more) are used:
Outside diameter of pipe or Width of colour
Tender No Conversion of existing tanks and provision of additional facilities Page 112 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
2”-4” 300
6”-8” 600
≥ 10” 800
5.8.8 Bands shall also be displayed conspicuously near walkways, both sides of culverts, tanks, dykes,
vessels, suction and discharge of pumps/compressors, unit battery limit, near valves of line, etc.
IDENTIFICATION LETTERING
5.8.9 Name of service and direction of flow, for all lines shall be positioned at the following locations:
Offsite lines: Both sides of culverts, any one side of walkways, near tank dykes, at
tank inlet/outlet points and suction/discharge pumps/compressors.
Unit lines: At the battery limit, suction/discharge of pumps/compressors, near
vessels, columns, tanks, exchangers etc.
5.8.10 Identification/legend letter sizes on piping shall depend on the pipe diameter. Either white or black
letters are to be selected so as to afford maximum contrast with the identification band colour.
Outside diameter of pipe or Width of Colour bands
covering (inches) (mm)
<2” 19
2”-4” 32
6”-8” 64
≥ 10” 89
5.8.11 Pipe contents and direction of flow is to be identified using legend letters and arrows, any hazard must
be identified clearly by the legend.
5.8.12 Size of letters (stencilled or pre-formed adhesive) for equipment shall be:
Equipment Size of legend letters
5.8.13 Lettering shall be black on pipes painted with light shade colours and white on pipes painted with dark
shade colours to give good contrast.
MS III 95
MS III 91
MS Bharat Stage IV
100 mm
Two letter space
MS IV 95
MS IV 91
MS Common Line
100 mm
150+150= 300 mm long
Tender No Conversion of existing tanks and provision of additional facilities Page 114 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
MS IV /III
MS IV / III
Ethanol
100 mm
ETHANOL
HSD III
HSD IV
Tender No Conversion of existing tanks and provision of additional facilities Page 115 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
HSD IV /III
SKO
100 mm 300 mm
SKO
The following is a checklist for memory aid purposes only, it is not a comprehensive list, and
it does not alleviate any responsibility of the paint contractor to ensure the welfare of his
workforce and any other workers in the surrounding area:
Safety boots
Overalls
Gloves
Eye protection
Ear protectors (where needed)
All tools and equipment are appropriately calibrated
and are in good working order
Approved MANUFACTURER's
Paint Products
International
Asian Paints Carboline Jotun PPG (Sigma)
Paints
Inorganic Zinc
Apcosil 605
Silicate (≥ 85% Carbozinc 11 Interzinc 22 Resist 86 SigmaZinc 170
(85%)
Zn)
High Build Epoxy
MIO (≥ 50% Intergard 475 Penguard
Apcodur MIO Carboguard 893
lamella HS (MIO Midcoat SigmaCover 435
410 MIO
MIO Grade) MIO 80
pigmentation)
High
Acrysil HR Intertherm Solvalitt Mid
Temperature Thermaline 4900 R SigmaTherm 350
Finish 875 Therm
Silicon Acrylic
High
Acrysil HR Solvalitt Mid
Temperature Thermaline 4900 R SigmaTherm 350
Finish Therm
Silicon Acrylic
High Intertherm
Apcotherm HR
Temperature Top - 181 – Solvalitt SigmaTherm 540
Finish
Coat Note 4
Heat Resistant
Intertherm
Cold Spray - - - -
898 CSA
Aluminium
Note: The performance of fixed water spray and fixed foam pourer equipment with orifice
plates for control of pressure and flow shall need to be confirmed by the OEM of fixed water
spray/fixed foam pourer equipment .Althernately, the OEM of fixed water spray & fixed foam
pourer equipment can also supply orifice plates to meet the design and performance
requirements. )
2. DELUGE VALVE
2.1 TECHNICAL DATA:
2.1.1 MOC:- Cast Steel ASTM A 216 WBC
2.1.2 SIZE: 200,150,100, 80, 50 NB (Ss per Design)
2.1.3 SERVICE PRESSURE: 1.4 to 17.5 Bar (20 to 250 PSI)
2.1.4 THREADED OPENING: BSPT
2.1.5 MOUNTING: Vertical or Horizontal
2.1.6 FACTORY HYDROSTATIC TEST PRESSURE: 35 Kg/sq.cm. (500 PSI)
2.1.7 FLANGE CONNECTION: ANSI B 16.5 # 150 RF
2.1.8 FINISH: RAL 3000
2.2 APPLICATION:
2.2.1 Deluge Valve is known as a system control valvein a deluge system, used for fast application
of water in a spray system.
2.2.2 Deluge valve protects areas such as power transformer installation, storage tank, conveyor
protection and other industrial application etc.
2.2.3 With the addition of foaming agent deluge valve can be used to protect aircraft hangar and
inflammable liquid fire
2.3 SPECIFICATIONS:
2.3.1 HD Deluge valve is a quick release, hydraulically operated diaphragm valve. It has three
chambers, isolated from each other by the diaphragm operated clapper and seat seal.
2.3.2 While in SET position, water pressure is transmitted through an external bypass check valve
and restriction orifice from the system supply side to the top chamber, so that supply
pressure in the top chamber act across the diaphragm operated clapper which holds the seat
against the inlet supply pressure because of the differential pressure design.
2.3.3 To actuate a Deluge valve electrically, a solenoid valve is provided to drain the water from
the top chamber of the Deluge valve. A pressure switch is provided to activate an electric
alarm, to shut down the desired equipment or to give “Tripped” indication of the Deluge
valve. In addition to this a pressure switch can also monitor “Low air pressure” and “Fire
condition” when used in dry pilot airline.
2.3.4 The valve can be reset without undergoing above procedure, by just closing/replacing the
release device as valve is auto reset type. The reset time may be long or cause vibration
while closing depending on back pressure at the outlet of the valve.
4.2.5 The vapour seal is frangible glass. The vapour seal is supplied with holder and for spares it
can be with or without holder. The ‘O’ ring used for seal are Nitride rubber and optional Viton
for polar solvent.
4.2.6 Foam Deflector (as per OEM of Foam Chamber) made of is carbon steel material with
matching flanges as per ANSI B 16.5 # 150 shall be installed.
5. FOAM CONCENTRATE CONTROL VALVE
5.1 TECHNICAL DATA
5.1.1 SIZE: 25NB, 40NB & 50NB (As per design)
5.1.2 RATED PRESSURE: 14 Kg./sq.cm. (200 PSI)
5.1.3 END CONNECTION: Flanged end to ANSI B 16.5 Class 150#
5.1.4 PRESSURE SENSING: Teflon tube with Stainless HOSE Steel braided cover
5.1.5 TRIM CONNECTION: Stainless Steel
5.1.6 FACTORY HYDRO-TEST PRESSURE: 25 Kg./sq.cm. (365 PSI)
5.1.7 FINISH: RED RAL 3000
5.2 APPLICATION
5.2.1 Foam concentrate control valve is designed for use in bladder tank foam system or inline
balance pressure proportioning system. The valve opens automatically when water supply is
established through the inlet pipe of ratio controller of bladder tank or in the inline balance
pressure proportioning system. The valve shall open at minimum of 2.1 Kg./sq.cm. (30 psi)
water pressure.
5.3 SPECIFICATION
5.3.1 The foam concentrate control valve utilizes water as the medium to open the valve. A
manual override facility is provided to open the valve. In normal condition the valve remains
in closed position.
5.3.2 When, a minimum water pressure of 2.1 Kg./sq.cm. (30 psi) is established the valve opens
and closing of the valve is manual.
6. ATMOSPHERIC FOAM CONCENTRATE STORAGE TANK
6.1 TECHNICAL DATA
6.1.1 STORAGE CAPACITY: As per Design
6.1.2 MOC: SS 304
6.1.3 EXPANSION DOME: 2% of total tank capacity
6.1.4 FINISH: Natural finish
6.1.5 Fill connection with expansion dome
6.1.6 Drain connection at bottom (Nos as per detailed drawing approval)
6.1.7 Flanged suction connection at the bottom of tank
6.1.8 Flanged return connection at the bottom or at the top of tank.
6.1.9 Site Gauge, Air Vent with Sillica Gel assembly, Lifting Hook.
6.1.10 Ladder
7. BLADDER TANK
7.1 TECHNICAL DATA
Tender No Conversion of existing tanks and provision of additional facilities Page 122 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
2.Dimensions &
surface quality. APPD.DRG
S./
DATA
1.Physical, chemical SHEET
properties.
2.Dimensions and
surface quality
V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
Tender No Conversion of existing tanks and provision of additional facilities Page 125 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
6 Welding procedure Correctness Scrutiny 100 % WPS WPS-ASME FORM-09 2 1 To be checked and
specification SEC.IX approved by IOC
proposed before tests.
V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
Tender No Conversion of existing tanks and provision of additional facilities Page 126 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
Tender No Conversion of existing tanks and provision of additional facilities Page 127 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
A- S Inspection
l Authorities
Description of Characte Quantu Form
Cate . Type of Reference Acceptance
operation/ ristic of m of of
gory
B- N Check docs. norm
components Check check Record B C O
o
.
A. PRIOR TO FABRICATION
Zero Deg.
Marking,
Visual, Elevation
Foundation API 650 &
Measure marking,
Acceptanceofthet receiving Approved Survey
A1 M ment, 100% Surface P W W
anksfoundation /takeover foundation Report
inspection
Plumpnes
drawing conditions,
s Accepted
handover
report.
B RAW MATERIAL
Free Issue
Physical ,
material by Owner Lab Test
Chemical Approved Approved
Material Test (Physical
Property, Relevant Relevant
Certificate (Plates and
B1 Heat M 100% Document Document & MTC P R R
for tanks, nozzles, Chemical
flanges, pipe
treatment,
Test),Visu & Material
Free of Standard. Standard.
fittings, structures, al
defects
bolt, nuts etc.)
Contractor’s
Physical ,
supply, Material Lab Test
Chemical Approved Approved
Test Certificate (Physical
Property, Relevant Relevant
(Plates for tanks, and 1 Per
B2 Heat M Document Document & MTC P R R
nozzles, flanges, Chemical Heat
pipe fittings,
treatment,
Test), & Material
Free of Standard. Standard.
structures, bolt, Visual
defects
nuts etc.)
C. WELDING
WPStobewrittenfo
ralltheWeldJointsf Correctnes
or s of WPS-ASME
C1 Bottom/Shell/Fl.R Bidder/con M Scrutiny 100% WPS Section- WPS P R R
oof/ tractor IX/API 650
Appurtenance document
etc.
Desired
property of
welding, ASME
Welding Physical
establishin ASME WPS &
procedure and
C2 g M 100% WPS Section-IX/ PQR P R R
qualification test Chemical
correctnes API 650 Format
and record Test
s of s
welding
variables
Ability of
Welderperforman
welders to ASME
ceQualificationTe Radiogra ASME SEC
C3 make M 100% WPQ WPQ P W W
st phy IX
sound format
weld
Reviewof Alignment, Visual,
APPD. APPD.
C4 jointnum Edge M Measure 100% IR P R R
DRGS DRGS
beringind preparatio ment,
Tender No Conversion of existing tanks and provision of additional facilities Page 128 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Smoothnes
Visualcheckofw s and
E3 M Visual 100% API 650 API 650 IR P R R
eldingand Reinforce
ment
backchipping
Tender No Conversion of existing tanks and provision of additional facilities Page 129 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
and
innersideweldin
gvisualcheck
R.F. pads Leak Pneumati
E4 M 100% API 650 API 650 IR P W W
/Nozzle to shell tightness c Test
internal
Radiography flaws,
Radiogra
E5 marking (for Peaking/B M Random API 650 API 650 IR P W W
phy
shell) anding/
Circularity
Curb angle and Visual/
Fitment/Di Approved
E6 Wind girders fit- M Measure 100% API 650 IR P R R
mension drawing
up /welding ment
Dimension,
Nozzle to flange Orientation
of nozzle, Visual, Approved Approved
E7 and Nozzle to M 100% IR P R R
projection, Plumb drawing drawing
Shell elevation &
alignment
Shell to bottom
fit-up , I/S &
O/S welding Visual/Me
Weld Approved Approved
E8 M asuremen 100% IR P R R
root run Soundness drawing drawing
t
visual/Oil chalk
test
Fabrication and Dimension, Visual/
Approved Approved
E9 erection of stair Orientation M Measure 100% IR P R R
drawing drawing
ways , elevation ment
Lift s, edge
preparation
Support Fixing Visual/
Fitment/Di Approved
F7 M Measure 100% API 650 IR P R R
through sleeve mension drawing
ment
Weld
Seal welding of Soundness
support sleeves Visual/
, Approved
F8 M Measure 100% API 650 IR P R R
from beneath smoothnes drawing
ment
s, edge
after dewatering
preparation
Air test of
Leak Pneumati Approved
F9 Buoys / M 100% Leak free IR P W W
tightness c test Drawing
Pontoons
Weld
Pontoon Soundness
Visual/
, Approved
F10 welding (If M Measure 100% API 650 IR P R R
smoothnes drawing
Any) ment
s, edge
preparation
Orientation,
Fitment/Di
fixing and mension, Visual/ Approved
Approved
F11 welding of man- elevation M Measure 100% drawing/API IR P R R
drawing
holes, drains and ment 650
alignment
etc.
Shell to Visual &
Approved
F12 pontoon Dimension M Measure 100% API 650 IR P R R
drawing
clearance ment
Seal fixing Visual/ Approved
Approved
F13 primary & Dimension M Measure 100% drawing/ IR P R R
Drawing
secondary ment Manual
Visual &
Rim Bulk head Fitment/Di Measure Approved
F14 mension, M ment, 100% drawing/A API 650 IR P R R
compartment Welding LPT/Pneu PI 650
matic
Appurtenances, Alignment,
leg supports Visual &
Dimension, Approved
F15 M Measure 100% API 650 IR P R R
fabricated Weld Drawing
ment
Soundness
appurtenances
G. STANDARD BOUGHTOUT ITEMS (AS APPLICABLE)
Physical
Physical,
& Random
Chemical As Per
Chemical & 100% As Per Spec.
Tests, Spec. MTC &
G1 Gauge hatch Propertie M for Approved P R R
Visual & Approved IR
s, Dimensio Drawings
Measure Drawings
Dimensio n
ment
n
Sprinkler Dimensio As Per
Physical, As Per Spec.
n& Spec. MTC &
G2 nozzle/ Foam M Chemical Random Approved P R R
Surface Approved IR
maker Tests Drawings
Quality Drawings
Physical
Physical,
& Random
Chemical As Per
Seal & Chemical & 100% As Per Spec.
Tests, Spec. MTC &
G3 Propertie M for Approved P R R
Accessories Visual & Approved IR
s, Dimensio Drawings
Measure Drawings
Dimensio n
ment
n
Tender No Conversion of existing tanks and provision of additional facilities Page 131 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Physical
Physical,
& Random
Chemical As Per
Flame arrestor/ Chemical & 100% As Per Spec.
Tests, Spec. MTC &
G4 Propertie M for Approved P R R
Breather valve Visual & Approved IR
s, Dimensio Drawings
Measure Drawings
Dimensio n
ment
n
H. TESTING
Leak Pneumati
H1 Airpressuretest M 100% API 650 API 650 IR P W W
tightness c test
Vacuum
H2 Vacuum test Visual M 100% API 650 API 650 IR P W W
Test
Hydro test
Buyoancy test, Smooth
Submersi Approved
floatation test, floatation
H3 M on 100% drawing/A API 650 IR P W W
deck puncture , leak
measure PI 650
test tightness
ment
Capacity
Measure
Calibrationoftan with Approved
ment &
H4 ksfromstatutory respect M 100% drawing/IS IS 2007/2008 IR P W W
Certificati
authorities to filling 2007/2008
on
height
I. FINAL INSPECTION
Report
Approved
NDT verificatio Approved
I1 - M 100% Drawing/ IR P R R
Verification n, weld Drawing
API 650
map
Leak
Final Hydro test Hydro Approved
I2 tightness, M 100% Leak free IR P W W
of tank Test Drawing
Verticality
Surface
Preparati
on, Visual, Approved
Approved
Painting / Surface Mechanic Painting
I3 M 100% Painting IR P W W
Stamping finish & al gauge, Specificati
Specification
Coating Elcometer on
Thicknes
s
Settleme Measure Every 30 Approved OISD 129/BS
I4 Final assembly M IR P W R
nt ment Deg Drawing 3659
I5 Cleaning Cleaning - Visual 100% Technical Technical IR P R R
external Specificati Specification
& internal on
after
hydro test
I6 Packing Verificatio - Packing 100% Approved Packing List IR P R R
n of List Drawings
packing
list
Visual,
packing
I7 Documents - - Review all 100% Drawing - Docum P R R
document and P.O. ents
s
I8 Release note Overall M All points 100% Technical Technical Client H R R
quality, of release Specificati Specification Releas
Data note to be on & Applicable e Note
keeping ensured codes
Note: All lab testing at site (if any) shall be witnessed by consultant and owner on discretion.
Legends:
B –Bidder/Contractor.
C-Consultant (EPCC).
Tender No Conversion of existing tanks and provision of additional facilities Page 132 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
O- Owner (IOCL).
P-Perform.
R-Review.
W-Witness.
M-Major.
H-Hold.
IR-Inspection Report.
P.O- Purchase Order.
Tender No Conversion of existing tanks and provision of additional facilities Page 133 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Note: Inspection may be carried out through any branch of the above mentioned agencies
Tender No Conversion of existing tanks and provision of additional facilities Page 134 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
1 ORDINARY PORTLAND CEMENT ULTRA TECH / JP/ JK/ BIRLA / 8112 : 1989
ACC / MADRAS CEMENTS /
12269 : 1987
INDIA CEMENTS/ AMBUJA/
DALMIA / ZUARI/RAMCO
SIKA/ HARDCRETE
Note: The makes approved in capex contract on other equivalent with prior approval of Engineer-In-Charge
will be allowed.
Tender No Conversion of existing tanks and provision of additional facilities Page 138 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
4. RETRACTABLE PLATFORM: M/s WoodfieLd; M/s LoadTec; M/s Carbis; M/s Silea; M/s SVT; M/s
Kanon; M/s Emco Wheaton; M/s WLT; M/s Ateco
6. GASKET (METALLIC & SOFT IRON, SPIRAL WOUND, NON ASBESTOS, TEFLON)
VENDOR NAME ADDRESS & CONTACT DETAILS
IGP ENGINEERS LTD. 79, Valmiki Street, Thiruvanmiyur, Chennai, Tamil Nadu
600041.
Phone : 044 2442 0608/2442 4804
Tender No Conversion of existing tanks and provision of additional facilities Page 142 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Mobile: 9223252281
E-mail : [email protected]
S&M INDUSTRIAL VALVES LTD 1, A.J.C. Bose Road, 3rd Floor, Kolkata – 700 020
Phone:- 2282 3172/ 2946;
Tender No Conversion of existing tanks and provision of additional facilities Page 146 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
E-mail: [email protected]
12. FITTINGS INCLUDING HALF COUPLING AND NIPPLE (In addition to the vendors mentioned in Sl no:
11)
VENDOR NAME ADDRESS & CONTACT DETAILS
COMMERCIAL SUPPLY AGENCY 211, Nagdevi St. Jamal Bldg., 2nd Flr.,
Mumbai, Maharashtra - 400003,
Phone - 022-3400072; Fax -022-3429868
EBY INDUSTRIES Address :-PLOT NO.C-19/4, MIDC INDL AREA
TALOJA, NEAR DENA BANK, Taloja - 410208,
Maharashtra
Contact Person-Mr. R. Mamawalla (+91
9323464278)
M S FITTINGS Address :- 17, Weston St. Kolkata-700013, India
Phone:- 033-2236-2869, 2236-2902/3
Fax:- 033-2225-2103
Email:- [email protected]
TEEKAY TUBES Address:Plot No C-102, TTC Industrial Area,Village -
Pawane
Off – Thane Belapur Road,Navi Mumbai- 400 705
Phone – 022 4141 7777/ 6633 1010; Fax- 022 4141
7700
Email- [email protected]
TUBE PRODUCTS INCORPORATE PLOT NO.748/7, G.I.D.C. ESTATE, MAKARPURA,
Vadodara - 391243, Gujarat, India
Contact Person:-Mr. Janak Katakia ,
Phone No- 0265-6545211/12/13/3049640/3049644
Fax No - 0265-2831031
Telephone : +91-22-43334555
Fax : +91-22-43334575
Tender No Conversion of existing tanks and provision of additional facilities Page 154 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Mobile : +919327584494
Phone : 91-79-30082532/30082533
:
Tel +91-22-6715 1200
:
Fax +91-22-6715 1405
DENCIL PUMPS AND SYSTEMS PVT. Plot No. 85 E, Govt. Industrial Estate, Ganesh Nagar,
LTD. Charkop, Kandivali (West). Mumbai - 400 067.
Landmark: Opp Ganesh Nagar (BMC) Municipal
School.
Tender No Conversion of existing tanks and provision of additional facilities Page 159 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
21. MOWS
VENDOR NAME ADDRESS & CONTACT DETAILS
PURE TECH INDIA, TRICHY Street A5, Trec Step, Thuvakudi, District Tamil Nadu,
City Trichy 620 015
Telephone: (+91) 431 - 320 6753/09789481402
SUYAASH EQUIPMENTS (P) LTD, 1/484, Mitra Mandal Complex
PUNE
Pune - 411009
Mobile : 09370145827
Phone : 020-2442727
ULTRA-TECH ENVIRONMENTAL Unit no. 224, 225, 206, Jai commercial Complex, 463
CONSULTANCY & LABORATORY, Eastern Express Highway, Opp. Cadbury Factory,
THANE Khopat, Thane (W) - 400601.
Tel. No. : +91-22 - 25342776 / 25380198 / 25331438
Fax No. : +91-22 -25429650
E-mail : [email protected]
SSP (P) LTD, FARIDABAD 13 Milestone, Mathura Road
Tender No Conversion of existing tanks and provision of additional facilities Page 161 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
23. PAINT
VENDOR NAME ADDRESS & CONTACT DETAILS
BERGER Pattanwala Glass Works, Lbs Marg, Ghatkopar West,
Mumbai - 400086, Chirag Nagar
Phone : +(91)-22-25168355, 25167398, 25169414
Customer care : 18003458800,18001036030
Fax : +(91)-22-25166406
GRAUER & WELL (INDIA) LTD Akurli Road, Kandivli East Mumbai- 400101
(ERSTWHILE BOMBAY PAINTS)
Mobile : +(91) - 9892214311
Phone : +(91) - (22) - 66993000
Call Us : 08586970105
JENSON NICHOLSON 107 Udyog Vihar Phase 4
Gurgaon 122 016, Haryana
Tel: 0124 -4567777
Fax: 0124 - 4567750
E-mail: [email protected]
GODLAS NEROLAC(KANSAI NEROLAC) NEROLAC HOUSE, Ganpatrao kadam marg
Tender No Conversion of existing tanks and provision of additional facilities Page 164 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
1 BALIGA
2 FEPL LTD.
4 CEAG
5 FLEXPRO
6 EX-PROTECTA
2. SOLENOID VALVE
1 ASCO (USA)
2 NORGREN (GERMANY)
3 HERION
2 FISCHER XOMOX
4 LEADER
5 KSB
6 AUDCO
7 BDK
8 STEEL STRONG
9 NITON
10 AQUA
11 NUTECH CONTROLS
4. VALVES (BALL/BUTTERFLY)
2 FISCHER XOMOX
4 BDK
5 EMERSON (VIRGO)
6 MICRO FINISH
7 AQUA
8 MEVADA
9 NUTECH CONTROLS
1 SEBIM
2 KEYSTONE
3 TYCO SANMAR
4 PNEUCON VALVES
5 DARLING MEUSCO
6 MEKASTER
7 DENCIL
8 NIRMAL INDUSTRIES
9 FAINGER ENGINEERING
10 KINGSLEY
11 PLANET VALVES
12 PNUECON VALVES
13 NUTECH CONTROLS
1 HEIDZ INDIA
2 AUTODOOR
3 METACHEM INDUSTRIES
4 MAGNETIC CONTROL
5 TECHNIKA
6 TANSA
Tender No Conversion of existing tanks and provision of additional facilities Page 174 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
8 SIVANANDA ELECTRONICS
9 AUTOMATIC SYSTEMS
10 BOOM EDAM
11 CAME
12 DORSET KABA
13 FAAC
14 GUNNEBO
15 SAIMA.
16 GODREJ
1 SOLATRON
2 SARASOTA (PEEK)
4 ANTON PAAR
5 ENDRESS + HAUSER
6 MICROMOTION
9 LEMIS BALTIC
10 YOKOGAWA
1 INVENSIS (FOXBORO)
3 ABB
4 YOKOGAWA
5 HONEYWELL
6 FUJI
7 ENDRESS + HAUSER
Tender No Conversion of existing tanks and provision of additional facilities Page 175 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
8 MOORE
1 NAGMAN
2 GENERAL INSTRUMENTS
3 ALTOP
4 DETRIV INSTRUMENTATION
5 THERMOCOUPLE PRODUCT
6 CHEMTROL
7 PYRO ELECTRIC
1 A.N. INSTRUMENTS
2 GENERAL INSTRUMENTS
3 SWITZER INSTRUMENTS
4 HIRLEKAR PRECISION
5 H - GURU
6 WIKA
7 PRECISION (ASHCROFT)
8 MANOMETER (INDIA)
9 FORBES MARSHAL
10 BAUMER
11. PRESSURE SWITCH - FLP / WP
1 INDFOS
3 FITZER
4 DANFOS
5 BOURDAN
2 MAGNETROL
3 HYCONTROL
4 ENDRESS+HAUSER
5 VEGA
1 TÜV
2 RISKNOWLOGY
3 HIMA
4 CHOLA MANDALAM
1 EMERSON
2 HONEYWELL (ENRAF)
3 ENDRESS + HAUSER
2 ENDRESS + HAUSER
3 KROHNE MARSHALL
4 MAGNETROL
5 VEGA CONTROL
1 EMERSON
2 HONEYWELL - ENRAF
3 ENDRESS + HAUSER
4 VEGA
1 RITTAL
2 ENCLOTEK
3 LOTUS
4 PYROTECH
5 HOFFMAN
6 SCHNEIDER ELECTRIC
7 EVANS
1 SIEMENS
2 GE
4 HONEYWELL
5 MITSUBISHI
7 INVENSYS
8 ABB
9 YOKOGAWA
10 RTP
1 ROTORK
2 LIMITORQUE
3 AUMA
4 EIM CONTROLS
5 BIFFI – ITALY
1 ASSOCIATED CABLE
3 DELTON
Tender No Conversion of existing tanks and provision of additional facilities Page 178 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
4 UNIVERSAL
5 CORDS CABLES
6 RELIANCE ENGG
7 NICCO
8 BROOKS
9 THERMOCABLES
10 KEI
11 BELDEN
12 RADIANT
13 LAPP
1 CCI
2 FORT GLOSTER
3 DELTON
4 CORDS CABLES
5 THERMOCABLE
6 ASSOCIATED CABLE
8 UNIVERSAL
9 NICCO
10 KEI
11 BELDEN
12 RADIANT
13 LAPP
16 POLYCAB
1 GRAM ENGG.
2 HOPES METAL
3 INDIANA
4 GLOBE ELECTRICALS
5 MM ENGG.
8 RUKMANI ELECTRICALS
1 SIEMENS
3 GE POWER CONTROLS
4 KAYCEE
5 SCHNEIDER ELECTRIC
1 MTL
2 R.STAHL
3 P&F
5 PHOENIX CONTACT
25. RELAYS
1 OMRON
2 OEN
3 ALLEN BRADLEY
4 PARAMOUNT
5 IZUME DENKI
6 PHOENIX CONTACT
7 SIEMENS
Tender No Conversion of existing tanks and provision of additional facilities Page 180 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
9 GE
10 BCH
1 MDS
2 INDOKUPP
3 SIEMENS
4 GE POWER CONTROL
5 SCHNEIDER ELECTRIC
6 ABB
7 L&T
1 AE
2 IMP
3 MECO
4 RISHABH
1 ELMEX
2 CONNECTWELL
3 C&S
4 PHONIX
5 WAGO
6 WEIDMULLAR
2 ABB
1 SIEMENS
3 BCH
1 SIEMENS
3 GE POWER CONTROLS
4 KAYCEE
5 SCHNEIDER ELECTRIC
1 EXCELISOR
2 RELIANCE ENGG.
33. SS TUBE
2 CHOKES TUBES
3 RATNAMANI
34. ROTAMETER
1 EUREKA
2 PLACKA
3 FITZER
4 IEPL
5 YOKOGAWA
Tender No Conversion of existing tanks and provision of additional facilities Page 182 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
1 STAR-MECH
2 MICRO PRECISION
1 BALIGA
2 I.L. PALGHAT
3 MICRO PRECISION
4 GENERAL INSTRUMENT
5 GURU NANAK
6 ENG SPECIALIST.
1 HONEYWELL
2 DANFOSS
3 JAI BALAJI
4 LEVCON
5 DAG
6 BCH
7 TELEMECHANIQUE
9 SIEMENS
1 IIC
2 PROCON
3 MINILEC
4 APLAB
5 ICA
Tender No Conversion of existing tanks and provision of additional facilities Page 183 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
6 IDEC
7 KIDDE.
1 VICOR
2 LAMBDA
3 COSEL
4 PHOENIX CONTACT
5 SIEMENS
40. LV MOTOR
1 CG
2 ABB
3 SIEMENS
4 KIRLOSKAR
Note:
1. All the Ex-proof /Intrinsic items located in hazardous area shall have
CMRS/CPRI/ERTL, BIS and CCOE no. and certification.
contract value of minimum 80 % of the job under evaluation) at similar or higher stages of
evaluation in the same Division.
11.2 Allocation of marks for Actual Completion stage (i.e. Mechanical Completion):
11.2.1 In case there is NO DELAY solely attributable to contractor, marks obtained by the contractor = 100
11.2.2 In case there is DELAY solely attributable to contractor:
Tender No Conversion of existing tanks and provision of additional facilities Page 189 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
12.0 Deductions on account of cash flow, part off-loading/ Termination, safety violation, and Quality :
12.1 Cash Flow issues :
S.No. Description Unit Marks to be No. Of Total No. Of Marks
deducted / Incidents to be deducted
Incident
A B C D=BxC
1 Direct payment by
IOCL to Sub-
2 ............. .............
Contractor
2 Failure of Contractor
to make timely
5 ............. .............
payment to
Contractors’ Labour
Total Marks to be deducted .............
Note:
1. The maximum deduction of marks on account of cash flow issues of contractor shall be limited to
20 marks.
2. Incident(s) occurred in a Billing Cycle shall be considered as one incident.
General Note:
The above mentioned deduction towards 10.1, 10.2 and 10.4 shall be applicable for the incidents
occurred in between the successive evaluation stages only i.e. between Current evaluation stage and
previous evaluation stage. However, the deductions towards 10.3 shall be applicable for incidents
occurred from start of work to respective evaluation stage viz. Initial, Schedule completion & Actual
completion stages. But, for performance evaluation at Initial stage i.e. 50% Schedule Progress stage
incidents occurred between start of work & 50% schedule progress stage shall be considered.
Wherever Contractor is to be banned / Holiday listed, the procedures for holiday listing as required
including that for issuance of showcause notice shall be followed.
12.5 Total Deduction of Marks as calculated at 10.1, 10.2, 10.3 & 10.4 = ...............
13.0 Total Marks as allocated to Contractor:
S.No. Description Marks
1 Marks as calculated at 9.0 A
2 Deduction of Marks as calculated at 10.5 B
3 Total Marks obtained C=A-B
Depending upon the total marks as obtained by the contractor at 11.0 above, the Performance
Rating of the contractor, comes out to be..........................
Tender No Conversion of existing tanks and provision of additional facilities Page 192 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Site Incharge
(Name, Designation, Signature, Date)
Only cup-lock type scaffolding material shall be used. In case it is not feasible to use cup-lock type scaffolding
material, clearance shall be obtained from Engineer in charge to use other type of steel scaffolding materials.
Use of Bamboo scaffolding, wooden planks& manila./ coir rope is strictly prohibited in Refinery.
For any overhead job at height of 2.0 meters and above, scaffolding with railing and toe board is to be
erected at working platforms. For any overhead job at height 2.0 meters and above, it will be mandatory to
use double hook type Safety belt with fall arrester and Safety nets in construction and maintenance
activities. However, during
Erecting scaffolding only safety belt as above shall be used.
Scaffolds and their components must be capable of supporting without failure at least 4 times the maximum
intended load.
Steel scaffolding should be erected and used in accordance with manufacturer's recommendations, Proper
seating and locking of all connections, using the corrective devices.
During setting up and dismantling of scaffolds, warning signs, safety cordons and other safety measures shall
be provided to ensure safety.
The footing or anchorage for scaffolds shall be sound, rigid, and capable of carrying the maximum intended
load without settling or displacement. Unstable objects such as barrels, boxes, loose bricks or concrete
blocks, shall not be used to support scaffolds or planks. Base plates with shank of size minimum 5 cm long
for scaffolding shall be provided. The base plate shall be of Mild Steel of minimum 5 mm thickness and of at
least l5 cm X l5 cm size.
Overhead protection must be provided for men on a scaffold exposed to overhead hazards. Slippery
conditions on scaffolds shall be eliminated immediately after they occur.
Drawings and specifications of all tube and coupler scaffolds must be designed by a qualified engineer
competent in this field considering the criticality of structure. Scaffolding above 40 Meters height, if to be
erected, must be designed by professional.
Tender No Conversion of existing tanks and provision of additional facilities Page 194 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Heavy duty tube and coupler scaffold shall have all posts, runners, and bracing of only steel material as per lS
Il6l-1963 (Specifications for steel tubes for structural purposes) and shall also satisfy lS 27501963
(Specifications for steel scaffolding). No dissimilar /non-standard pipes or sections shall be used in scaffold
work. In general steel tubes to be used shall be minimum of size 40 mm NB heavy class of minimum 4.00-
mm thickness or 4.37 Kg Per Running Metre weight.
Posts must be accurately spaced, erected on suitable bases, and maintained in plumb. The posts shall not be
spaced more than 2.0 Meters. The poles, legs, or uprights of scaffolds must be plumb, and securely and
rigidly braced to prevent swaying and displacement.
PLUMB-NESS:
It is absolutely essential that the scaffold is erected plumb, to ensure maximum structural capability of the
system. When the first tier of scaffold is erected, check for plumb-ness and continue doing so as the scaffold
is built. Settlement or slight variations in the fit of the components may require additional adjustments as
tiers are added to the scaffold tower. The scaffold frame should be checked for plumb ness after each tier is
added to the scaffold. In addition to the scaffold being in plumb, each working deck must be at level.
.
Runners / Ledgers shall be erected along the length of the scaffold, located on both inside and the outside
posts at even heights. Runners / Ledgers shall be interlocked to the inside and the outside posts at even
heights. Runner / Ledgers shall be interlocked to form continuous lengths and coupled to each post. The
bottom Runners / Ledgers must be located as close to the base as possible (300 mm). Runners / Ledgers shall
not be spaced more than 2.0 Meters on centers.
Cross bracing must be installed across the width of the scaffold at least every third set of posts horizontally
and every fourth runner vertically. Such bracing must extend diagonally from the inner and outer runners
upward to the next outer and inner runners.
The entire scaffold shall be tied to and securely braced against the building/structure at intervals not to
exceed l0 Meters horizontally and 8.50 Meters vertically
Scaffold provided at a area having pedestrian traffic, minimum 2.5 Meters head clearance must be provided.
All tools / l8ose materials used at scaffold platforms must be kept in boxes.
Every working platform more than 2.0 m high from which a person is likely to fall shall be of steel plates /
planks / jalis and shall be:
at least700 mm wide if the platform is used as a footing only and not for the deposit / keeping of any
material:
at least 900 mm wide if the platform is used for the deposit of material;
at least I l00mm wide if the platform is used for the support of any higher platform;
at least l300mm wide if the platform is one upon which stone is dressed or roughly shaped; and
Tender No Conversion of existing tanks and provision of additional facilities Page 195 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
at least I 500mm wide if the platform is used for the support of any higher platform and is one upon which
stone is dressed or roughly shaped.
Two metal plates/planks shall not have more than 25 mm gap between them.
The distance between two consecutive transoms or other supports on which a platform rests shall be fixed
with due regard to the anticipated load and the nature of platform flooring. As a general rule such transoms
shall not be placed more than I.0 Meter apart.
Every side of a working platform or working place, being a side thereof from which a person is likely to fall, a
height of more than 2 m shall be provided one or more suitable guard-rail of adequate strength, to a height
of at least 900 mm (but maximum l200mm) above the platform or place and above any raised standing
place on the platform, and with toe-boards of minimum l50mm height and so placed as to Prevent so far as
possible the fall of persons, materials and tools from such platform or place.
Guard rails / toe boards need not be provided where platform is to be used for temporary works and where
other arrangements are in place.
COUPLING DEVICES:
Every scaffold manufacturer provides coupling devices to join scaffold frames together in the vertical plane.
These devices are sometimes omitted, with the belief that the bearing weight of the scaffold and its load will
keep the frame above firmly resting on the frame below. This will probably hold true until the scaffold moves
or sways. Then the joint may pull apart causing a scaffold collapse. Therefore, coupling devices must always
be used and installed properly on every leg of the scaffold at every joint as assembly proceeds.
Access /Escape ladders must be provided on atleast two sides of the scaffolds. Ladder shall be of rigid
construction having sufficient strength for the intended loads and made of metal and all ladders shall be
maintained well for safe working condition. The ladder shall be given an inclination not steeper than I in 4 (l
horizontal and 4 vertical). Ladders shall not be used for climbing carrying materials in hands.
Ladders shall not be spliced. Where splicing is unavoidable, it shall be done only under the supervision of
competent person. No ladder shall be over 9.0 Meter in length. Landing platform shall be provided suitably.
The width between the side rails in rung ladder shall not be less than 30 cm. for 3.0 Meter length ladder.
Uniform step spacing of not more than 30 cm. shall be kept.
OBJECTIVES OF INSPECTION:
a) Before being taken into use and display board 'safe to use' shall be put. Scaffold fit for use shall be
provided with GREEN tags whereas scaffolds under erection / not fit for use shall be provided with RED tags
In case scaffold is not certified by competent person, Red tag shall be displayed.
The enclosed Performa of Checklist & Scaffold Register for keeping inspection record as per checklist or
guidelines followed in scaffold jobs are annexed.
Tender No Conversion of existing tanks and provision of additional facilities Page 197 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Tender No Conversion of existing tanks and provision of additional facilities Page 198 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Tender No Conversion of existing tanks and provision of additional facilities Page 199 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Tender No Conversion of existing tanks and provision of additional facilities Page 200 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Following of the Documents are enclosed which are also part of the tender document,
Tender No Conversion of existing tanks and provision of additional facilities Page 201 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Sl. No Remarks
NOTES:-
Following document are attached separately which will be part of the tender
i. GENERAL CONDITION OF CONTRACT
ii. SAFETY GUIDELINES
I. SAFETY GUIDELINES
II. QAP FORMATS
III. LIST OF APPROVED MAKES
IV. Proformas
V. List of IS Codes for Reference
VI. Others
ABOVE DOCUMENTS ARE PROPERTY OF IOCL AND MUST NOT BE SHARED WITH ANY PARTY OR INDIVIDUAL
WITHOUT PERMISSION OF IOCL.
Tender No Conversion of existing tanks and provision of additional facilities Page 202 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Date Ite Brief Qty. Uni Co- Qty. of Qty. Signature Signature Remark
m Descriptio Executed t efficient Cement Actually of of Site-in- s
No. n considered (Theoretical) Consumed Contractor Charge
1 2 3 4 5 6 7 8 9 10 11
CEMENT REGISTER
Name of the Contractor :
Name of Work :
W.O. Ref. & Date :
Sl. Date Receipt Cumulative Consumption Cumulative Balance Signature Signature of Remarks
No. (no. of Receipt (No. of Bags) Consumption (No. of of Site-in-
Bags) (No. of (No. of Bags) Bags) Contracto Charge
Bags) r
1 2 3 4 5 6 7 8 9 10
HINDRANCE REGISTER
Name of the Contractor :
Name of Work :
Work Order Ref. No. & Date :
Sl. Nature Date of Date of Peri Overla Net Extension Signature Signatu Remarks
No of Occurren Remova od pping Extensi Recommend of re of
. Hindran ce l of Period on ed Contract Site-in-
ce Hind or Charge
ranc
e
1 2 3 4 5 6 7 8 9 10 11
Item Brief Ref. Gross Gross Amount Name and Signature Remarks
No. Description of Of Amount of of Test Check Signature of of Site-in-
Item Bill/ Work Exercised upto Inspecting Charge
M.B. Executed This Bill Official
upto This Bill
1 2 3 4 5 6 7 8
Tender No Conversion of existing tanks and provision of additional facilities Page 204 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
All work under this specification shall, unless specified otherwise, conform to the latest revisions
and/or replacements of the following or any other Indian Standard Specifications and Codes of
Practice. In case any particular aspect of work is not specifically covered by Indian Standard
Specifications, any other standard practice, as may be specified by the Engineer-In-Charge, shall be
followed:
IS : 73 - Indian Standard Specification for Paving Bitumen
IS : 216 -Indian Standard Specification for Coal Tar Pitch
IS : 226 -Indian Standard Specification for Structural Steel (Standard quality)
IS : 269 -Indian Standard Specification for Ordinary, and Low Heat Portland cement
IS : 383 -Indian Standard Specification for Coarse and Fine Aggregates from
Natural Sources for Concrete
IS : 432 -Indian Standard Specification for Mild steel and Medium Tensile Steel
Bars and Hard Drawn Steel Wire for concrete Reinforcement
IS : 455 -Indian Standard Specification for Slag Cement
IS : 456 -Indian Standard Code of Practice for Plain and Reinforced Concrete.
IS : 457 -Indian Standard Code of Practice for General Construction of Plain and
Reinforced Concrete for Dams and other Massive Structures.
IS : 516 -Indian Standard Specification for Methods of Test for Strength of
Concrete
IS : 1139-Indian Standard Specification for Hot Rolled Mild Steel and Medium
Tensile Steel and High Yield Strength Steel Deformed Bars for Concrete
Reinforcement
IS : 1199 -Indian Standard Specification for Methods of Sampling and Analysis
of Concrete.
IS : 1200 -Part-II-Indian Standard Specification for Method of measurement
Cement Concrete Work.
IS : 1200 Part-V Indian Standard Specification for Method of Measurement of
Formwork
IS : 1322 -Indian Standard Specification for Bitumen Felts for Waterproofing and Damp proofing
IS : 1489-Indian Standard Specification for Portland - Pozzolana Cement
IS : 1566-Indian Standard Specification for Methods of Sampling and Analysis
of Concrete
IS : 1609-Code of Practice for Laying Damp-proof Treatment using Bitumen
Felts
IS : 1786-Indian Standard Specification for Cold-twisted Steel Bars for Concrete
Reinforcement
IS : 1791-Indian Standard Specification for Batch Type Concrete Mixers
IS : 2185-Indian Standard Specification for Hollow Cement Concrete Blocks
IS : 2210-Indian Standard Specification for Design of Reinforced Concrete Shell
Structures and Folded Plates
IS : 2386-Indian Standard Specification for Methods of Test for Aggregates for
Concrete.
Part-I to VIII
IS : 2502-Indian Standard Code of Practice for Bending and Fixing of Bars for
Concrete Reinforcement
IS : 2505-Indian Standard Specification for Concrete Vibrators Immersion Type
IS : 2506-Indian Standard Specification for Screed Board Concrete Vibrators
IS : 2514-Indian Standard Specification for Concrete Vibrating Tables
IS : 2654-Integral cement water Proofing compound
Tender No Conversion of existing tanks and provision of additional facilities Page 207 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
ANNEXURE I
INDIAN OIL CORPORATION LIMITED
(MARKETING DIVISION)
PROFORMA INDEMNITY BOND FOR LOST DEPOSIT RECEIPT (On Rs 500/- NJ Stamp)
WHERE AS DEPOSIT RECEIPT NO. ......................... dated .......... for Rs. .................. issued by Indian Oil
Corporation Limited in favour of the undersigned as Earnest Money Deposit for the fulfillment of our
obligations under the Tender No ................……………... in respect of
……………………………………………….................. has been misled or lost by us and the same is not traceable in
spite of due and diligent search made by us for the same AND WHEREAS Indian Oil Corporation Limited
have at our request and entreaty agreed to refund to us the amount covered by the said DEPOSIT RECEIPT
on our executing these presents in the manner herein after appearing NOW KNOW BE AND THESE
PRESENTS WITNESS that we, the undersigned (name and address) ........................................
………………………………………………. for ourselves and our heirs executors and administrators and our
successors and assigns do hereby agree conenvet and undertake to Indian Oil Corporation Limited and its
successor’s and assigns fully and effectively indemnity and keep Indian Oil Corporation Limited and its
successor’s and assigns fully and expenses respectively that they and their successors and assigns might
suffer and be put to by reason of refunding to us the under signed the sum covered by the said DEPOSIT
RECEIPT and we out heirs executors and administrators and our successors and assigns hereby record
having agreed to reimburse Indian oil Corporation Ltd. the amount of all claims, losses, damages costs
charges and expenses suffered by them in the premises aforesaid.
IN WITNESS WHEREOF we the undersigned have hereunto set and subscribed our signature the day and
year first herein above written.
Annexure-II
Dear Sir,
With reference to your letter, we hereby agree to accept the payment of our bills through
“EFT/RTGS/Internet”. The desired bank account details are given below:
S N. Description Details
1 Beneficiary’s Name
3 Branch Name
6 Branch Code
11 Vendor Code
*Please attach a blank cancelled cheque or photocopy of a cheque issued by your bank relating to your above account
for verifying the accuracy of the 9 digit code number.
I, hereby declare that the particular given above are correct and complete.
Signature of Account Holder with rubber stamp
Enclosed. One Cancelled Cheque.
Tender No Conversion of existing tanks and provision of additional facilities Page 212 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
Annexure-III
MODEL PROFORMA FOR JOINT PERFORMANCE WARRANTY FOR PAINTING WORKS FOR SIXTY MONTHS
(TO BE JOINTLY EXECUTED ON NON-JUDICIAL STAMP PAPER OF RS.1OO BY SUCCESSFUL TENDERER AND THE PAINT
MANUFACTURER)
This Indemnity Bond /Undertaking / Guarantee Bond executed at _______________this ____________day of month
________________ of 200____ by M/s _________________________________________ (The successful tenderer) & M/s
________________________________ (The paint manufacturer supplying paint materials to the tenderer), hereunder both
constituents called the “CONTRACTORS" (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 INDIAN OIL CORPORATI0N LTD., a company incorporated under the Company Act 1 of 1956 and having its Registered Office at
G-9, All Yavar Jung Marg, Bandra (East), Bombay -400 051, 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 work order no.________________________
Dated ________ issued by the “OWNER” on the successful tenderer (First constituent of the “CONTRACTORS") who had participated
in tender no. _________________________________invited by the “OWNER” and opened on Dated ________, has caused drawings
specifications and bill of quantities showing and describing the work to be done, prepared and the same have been signed by or 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 & conditions provided in the Agreement executed between the FIRST CONSTITUENT of the “CONTRACTORS" and the
“OWNER” and also contained in the General Conditions of Contract attached hereto.
AND WHERE AS the paint manufacturer has fully acquainted himself and understood all the terms and conditions attaching to the
agreement entered into between the “OWNER” and the successful tenderer regarding execution and performance of the works
specified in the work order aforementioned.”
IT IS, THEREFORE, THE INTENT OF THIS INDEMNITY BOND BY THE “CONTRACTORS" jointly and severally to indemnify and keep
indemnified the “OWNER” as stated hereinafter:
The “CONTRACTORS" hereby confirm having carefully examined the coating system specified by the “OWNER” in the tender
documents. Considering all technical aspects & climatic conditions prevailing at the location, the “CONTRACTORS” confirm that
specified coating systems are fully suitable for the desired services on mild steel vertical oil storage tanks, steel structures and steel
pipelines etc. at the location.
2.0.0 The "CONTRACT0RS” hereby confirm 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 surfaces.
3.0.0 The “CONTRACTORS” hereby agree to provide all the latest codes, SSPC guidelines for painting, provide surface profile
comparators, wet & dry film thickness measuring gadgets and other painting inspection kits for inspection by the “OWNER”
conforming to latest SSPC guidelines for painting inspection.
4.0.0 The “CONTRACTORS” hereby confirm to provide Dry Film Thickness (DFT) of paint specified for every coat. If, actual DFT of
& particular coat is beyond the permissible limits of acceptance of variation in DFT, the "CONTRACTORS” undertake to sand blast the
painted surface again and apply paint system so as to achieve the specified DFT for every coat.
Tender No Conversion of existing tanks and provision of additional facilities Page 213 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
The “CONTRACTORS" hereby confirm that the coating system will be free from the defects i.e. chalking, cracking, alligatoring,
flaking, peeling, delaminating, rusting, blistering, wrinkling, edge failure and failure around welds etc. during the Guarantee
period of the coating system.
The “CONTRACTORS” hereby agree that guarantee period of coating system will commence on the date of completion of work as
detailed in the work order no. _______________________Dated _____________. It, expires ______________ months after
commencement of guarantee period.
However, the “OWNER” agrees that guarantee period shall not be extended by any repairs or repainting made during this
Guarantee period.
7.0.0 The “CONTRACTORS” hereby agree that defective areas of coating system will mean an area or areas exceeding 1% (one
percent) of total area of an individual tank or a section of steel structures or pipelines.
8.0.0 The “CONTRACTORS” hereby confirm to repair any defect in the paint system arising during the guarantee period of
___________ months at no extra cost to the “OWNER”.
9.0.0 The “CONTRACTORS” hereby confirm that in case of premature paint failure, they will supply paint material free of cost
and repaint/rectify, at no extra cost to the “0WNER” those defective areas where pre-mature paint failure has been noticed by the
“OWNER”.
10.0.0 EXCLUSIONS
10.1.0 The “CONTRACTORS” shall have no liability under this contract for the following:
10.1.1 Deterioration and damage to the painting systems not caused by wear & tear, but caused due to any of the following
reasons on the coated surfaces:
- Welding.
- Undertaking other heating.
- Mechanical damage.
- Fire.
- Explosion.
Coating areas on which repair or other works have been performed by the “OWNER” after commencement of guarantee period.
Deterioration of coating system caused by physical abuse such as on walkways, handrails, ladders etc.
The “CONTRACTORS” obligations are automatically waived off and void if coating system are affected as a consequences of strikes,
war, invasion, acts of terrorists or foreign enemies, hostilities, civil war rebellion, revolution, insurrection, military or usurped
power, confiscation or Nationalization or requisition or destruction of or damage to property by or under the order of any
Government or authority and to the extent that loss or damage is directly or indirectly caused by such circumstances or natural
catastrophe.
WITNESS: “CONTRACTORS” SIGNATURES
1. SIGNATURES TENDERER’S SIGNATURES
(FIRST CONSTITUENT)
NAME :
ADDRESS : SEAL
Details have to be filled in by the successful tenderer at the time of acceptance of W.O.
WA. JOINT
1. Joint Design _______________________________________________
2. Backing (Yes) ________________________(No)___________________
3 Type of Backing Material _________________________________________
Notes:
a. The general arrangement of the parts to be welded should be shown by sketches, drawings, weld symbols or written
detailed description. The root spacing and the details of weld groove should be specified.
b. The contractor should attach the sketches to illustrate joint design, weld layers and bead sequence e.g. for notch
toughness procedures, for multiple process procedures etc.
WC1. POSITIONS
WC2. PREHEAT
WC3. GAS
Shielding Gas(es)_______________________________________________
2 Percent Composition _____________________________________________
(mixtures)
3 Flow Rate _______________________________________________
4 Gas Backing _______________________________________________
5 Trailing Shielding Gas __________________________________________
Notes:
a. Amps.& volts range should be recorded for each electrode size, position and thickness etc.
b. This information may be listed in a tabular form similar to that shown above.
WC5. TECHNIQUE
1. String or Weave Bead__________________________________________
2. Orifice or Gas Cup Size__________________________________________
3. Initial and Interpass Cleaning ______________________________________
(Brushing, Grinding etc.)
OR
OR
3 Chem. Analysis _____________ Chemical Analysis -____________
and Mech. Prop. _____________ and Mech. Prop. ______________
Thickness Range :
5- Base Metal : Groove ___________________ Fillet_________________
6. Deposited : Groove ___________________ Fillet_________________
Weld Metal
7. Plate thickness Range: Groove ___________ Fillet_________________
8. Other -------------------------------------------------
WC. ELECTRODES
Notes: Each base metal filler metal combination should be recorded individually.
Weld Process Filler Metal Current Voltage Travel Other- e.g. Remarks,
Layers Range Speed Comment Hotwire,
Class Dia. Type of Amp- range Addition Technique,
Polarity range Torch Angle, etc.
Tender No Conversion of existing tanks and provision of additional facilities Page 218 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
1. Contractor’s Name_____________________________________________
2 PQR No. ______________________________________________
3. Date _______________________________________________
4. WPS No. _______________________________________________
5. Welding Process(es)______________________________________________
(Type - Manual, Automatic, Semi-Auto)
PA. JOINTS
Note :
For combination qualifications the deposited weld metal thickness shall be recorded for each filler metal or process
weld.
PC1. POSITION
PC2. PREHEAT
PC3. GAS
1. Current __________________________________________
Tender No Conversion of existing tanks and provision of additional facilities Page 219 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
2. Polarity __________________________________________
3. Amps. __________________________________________
4. Volts __________________________________________
5. Tungsten Electrode Size__________________________________________
6. Other __________________________________________
PC5. TECHNIQUE
Tensile Test
Specimen Width Thickness Area Ultimate Ultimate Unit Type of Failure and
No. Load -Kg Stress - Mpa Location
Toughness Test
Yes __________________
No __________________
3. MACRO –RESULTS __________________
OTHER TESTS
2. DEPOSIT ANALYSIS_____________________________________________
3. OTHERS _______________________________________________
This is to certify that the statements in this record are correct. We also certify that the test welds were prepared,
welded and tested in accordance with the requirements of Section IX of the ASME Code.
Manufacturer ______________________
Date ________________ By _________________________
Details of record of tests are illustrative only and may be moulded to conform to the type and number of tests required
by the Code.
Tender No Conversion of existing tanks and provision of additional facilities Page 221 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
This is to certify that the statements in this record are correct and that the test welds were prepared, welded and
tested in accordance with the requirements of Section IX of the ASME Code.
Organisation ________________________
Date ______________ By ________________________
Details of record tests are illustrative only and may be modified to conform to the type & number of tests required by
the Code.
Date________________________
Tested at_____________________________________________________
Sponsoring Agency_____________________________________________
Manufacturer’s Name____________________________________________
Welding positions________________________________________________
B. TESTS
1. Location -
2. Date of Testing -
4. Material -
Carbon steel/Alloy Steel -
/Stainless Steel
5. Pipe size -
7. Radiation Source -
8. Intensifying Screens/ -
Lead Screens
9. Geometric Relationship -
13. Processing -
14. Density -
15. Sensitivity -
Signature of Contractor
with Seal
Photograph
1 Name
2 Identification
3 Date of Testing
4 Valid until
5 Process
6 Thickness
7 F. No.
8 Approval of welding
9 Position
DONTs
1. Do not start any work without presence of contractor’s skilled supervisor.
2. Do not wear loose clothing while working near rotating machine or working at height
3. Do not keep inflammable material, waste and debris near the construction site.
4. Do not carry out hot work where inflammable materials are present and also while carrying out
painting job.
5. Do not keep the excavated earth within 1M of the edge of the pit.
6. Do not allow vehicles within 2 M distance from the edge of the pit.
7. Do not allow personnel to come within 1 M of extreme reach of the mechanical shovel.
8. Do not exceed safe working load marked on lifting equipment.
9. Do not use unamoured electric cable in construction site.
10. Do not allow electrician without license for carrying out electrical job.
11. Do not use bare wire ends in the socket.
Tender No Conversion of existing tanks and provision of additional facilities Page 227 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
NOTE : The above list of Do’s and Don’ts broadly cover the requirement with and aim to highlight specific
points related to safety. This does not override the details mentioned in the contract in addition to the OISD
192 Guidelines / other safety requirement mentioned therein and included in the GCC.
Tender No Conversion of existing tanks and provision of additional facilities Page 228 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.
1. MM/mm - MILLIMETRE
3. CM/cm - CENTIMETRE
9. KG/kg KILOGRAM
Format of Bid Security Declaration from bidders in lieu of Earnest Money Deposit / Bid Security (On
Bidders’ Letter Head)
I / We the authorized signatory of M/s. ___________________ , participating in the subject Tender No.:
______________, for the job of __________________, do hereby declare that in the event:
OR
I / We commit any other breach of tender conditions / contract which would have otherwise attracted
forfeiture of EMD
OR
I / We fail to / refuse to initiate the execution of the awarded Contract as per the terms of the Contract
then I / We could be debarred from being eligible for bidding / award of all future tender (s) of Indian Oil
Corporation Limited for a period of SIX Months from the date of communication of Such debarment.