0% found this document useful (0 votes)
288 views

Indian Oil Corporation Ltd. (Marketing Division) Regional Contract Cell Plot No. C-33, G-Block, Bandra-Kurla Complex Bandra (E), Mumbai 51

Uploaded by

Rohan Gaikwad
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
288 views

Indian Oil Corporation Ltd. (Marketing Division) Regional Contract Cell Plot No. C-33, G-Block, Bandra-Kurla Complex Bandra (E), Mumbai 51

Uploaded by

Rohan Gaikwad
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 229

Tender No Conversion of existing tanks and provision of additional facilities Page 1 of 229

WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri


23/LT/111 Depot under Maharashtra State Office.

INDIAN OIL CORPORATION LTD.


(MARKETING DIVISION)

REGIONAL CONTRACT CELL


PLOT NO. C-33, G-BLOCK, BANDRA-KURLA COMPLEX
BANDRA (E), MUMBAI 51.

TENDER NO: WRCC/2022-23/LT/111

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

S. NO. DESCRIPTIONS PAGE NO.


1. FORWARDING LETTER 3
2. NOTICE INVITING e-TENDER 6
3. SCOPE OF WORK AND STATEMENT OF CREDENTIAL 12
4. SPECIAL TERMS AND CONDITIONS 18
5. ANNEXURE-I: INDEMNITY BOND FOR LOST DEPOSIT RECEIPT 230
6. ANNEXURE-II: FORMAT (FOR GIVING CONSENT AND BANK DETAILS) 244
ANNEXURE-III: MODEL PROFORMA FOR JOINT PERFORMANCE WARRANTY FOR
7. 248
PAINTING WORKS FOR 60 MONTHS
8. ANNEXURES/OTHERS MISC 251
9. PART B – GENERAL TERMS AND CONDITIONS OF TENDER & DECLARATIONS Attached separately
10. PRICE BID (BoQ) along with the
11. SCHEDULE OF RATE (SOR) Technical Bid. Part of
12. DRAWINGS the Technical
13. Specifications specification is given
in this tender doc
14. GCC,OISD GDN 192 for Safety Guidelines, PPE Matrix also.
Tender No Conversion of existing tanks and provision of additional facilities Page 3 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

FORWARDING LETTER

INDIAN OIL CORPORATION LIMITED


(MARKETING DIVISION)
REGIONAL CONTRACT CELL
PLOT NO. C-33, G-BLOCK, BANDRA-KURLA COMPLEX
BANDRA (E), MUMBAI 51.
REF. NO.: WRCC/2021-22/LT/xx
To,

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,

S. Location District Cost of Project BOQ sheet in


No. (including GST) Price bid
1 Wadala II Terminal, Mumbai & Khapri Mumbai & 1,95,09,347.62 BoQ1
Depot, Nagpur Nagpur

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.

9. Conditional offers are liable for rejection.

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,

For INDIAN OIL CORPORATION LIMITED

Chief General Manager (CC), WRO


Tender No Conversion of existing tanks and provision of additional facilities Page 5 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

NOTICE INVITING e-TENDER

INDIAN OIL CORPORATION LIMITED


(Marketing Division)
REGIONAL CONTRACT CELL PLOT NO. C-33, G-BLOCK, BANDRA-KURLA COMPLEX
BANDRA (E), MUMBAI 51.

NOTICE INVITING e-TENDER

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:-

NIT No. : WRCC/2021-22/LT/

Conversion of existing tanks and provision of additional facilities for introduction of Ethanol at
Wadala II Terminal and Khapri Depot under Maharashtra State Office.

As per the tender schedule


Download Period: given in e.tender portal

As per the tender schedule given in e.tender portal


Bid submission closing date:

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.

NOTICE INVITING e-TENDER

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.

S.No Description Details


WRCC/2022-23/LT/111
1. Tender No
e-Tender under Single Bid System
Conversion of existing tanks and provision of additional facilities for
2. Name of Work introduction of Ethanol at Wadala II Terminal and Khapri Depot
under Maharashtra State Office
3. Location of Work Wadala II Terminal, Mumbai & Khapri Depot, Nagpur
EMD Amount is NIL for this tender.

Bidders to note that there shall be no requirement of paying EMD


against this e-tender. However, all bidders shall be required to
mandatorily submit the Bid Security Declaration in lieu of EMD as per
the standard format attached.
4. Earnest Money Deposit
The requirement of submission of Bid Security Declaration shall also
be applicable on bidders who are exempted from payment of EMD
(MSEs as per PPP, Startups, CPSEs and JVs).
The bid shall be summarily rejected if Bid Security Declaration in lieu
of EMD is not uploaded in e-Tendering portal on or before tender
submission date and time.
3% of Work Order value (Excl GST) shall be taken as security deposit
5. Security Deposit
from the successful bidder.
Rs 1,95,09,347.62 (Including 18% GST which will be paid as per the
6. Estimated Value of Work (PR/SOR)
contract)
7. Download Period of Tenders
a) STARTS ON As per the tender schedule given in e.tender portal
b) CLOSES ON As per the tender schedule given in e.tender portal
8. Pre-Bid Meeting N.A.
9. DUE DATE & TIME FOR
a) Upload of Tender Documents As per the tender schedule given in e.tender portal
b) Opening of Tenders As per the tender schedule given in e.tender 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.

Wadala II Terminal: 5 Months from Zero Date


11. Work Completion Time
Khapri Depot: 5 Months from Zero Date

12. No. of Contractors Required ONE


Tender No Conversion of existing tanks and provision of additional facilities Page 7 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

13. Type of Bid Single Bid

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.

24. CONTACT PERSON:


Tender No Conversion of existing tanks and provision of additional facilities Page 9 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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

The brief of the jobs, not limited to is as below:

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.

SPECIAL TERMS AND CONDITIONS


1. These Special terms and conditions shall be read in conjunction with the General term & Conditions (GCC) of
Contract. Following clauses forming part of the GCC issued along with the tender are deleted:

a. Clause 2.6.1.0, 2.6.2.0 & 4.5.0.0.


b. GCC contains provisions for arbitration and alternative dispute resolution machinery under section 9, which
stands deleted. Further, the reference to arbitration and alternative dispute resolution machinery provision
contained in any other term & condition in GCC, which may be general or special in nature shall also stand
deleted to the extent the said contents are applicable to the arbitration provisions.

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

2.0 NATURE OF WORK

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 IOCL’S SCOPE OF WORK

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 CONTRACTOR’S SCOPE OF WORK

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.

a) Site instruction book (in Triplicate)


b) Hindrance Register
c) Copy of work order with all relevant drawings
d) Material procurement Register
e) Material utilization Register
f) All Test Reports for procured materials
g) Field Test Reports

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:

SN Location in Maharashtra state Location-in- Telephone number


charge/Concerned Person
1. Wadala II Terminal, Mumbai Sh Kiran Dekate 8698555540
2. Khapri Depot, Nagpur Sh Suresh Kuhikar 9422805549

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.

2. Acceptance of Work Order by Tenderer:

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)

a) Basic Price quoted 100 NOT APPLICABLE


b) GST chargeable (Say) 18%
c) Total including GST (a+b) 118.00
d) Less: GST ITC @ 0% 0
e) Net Landed cost (c-d) 118.00

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:

No Secured Advance to be paid against any materials.


Tender No Conversion of existing tanks and provision of additional facilities Page 16 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

10. Mobilization Advance:

No Mobilization Advance will be paid.

11. Manpower at site by Contractor:

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.

12. PRICE VALIDITY, ESCALATION/ DE-ESCALATION:

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.

14. ORDER OF PRECEDENCE:

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:

(a) Scope, quality or performance of the work.


(b) OWNER’s rights or the contractor’s obligations under the contract as per the tender documentation.
(c) Such deviations the correction of which would affect the competitive position of other tenders, who
have submitted substantially responsive bids.

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.

23. Security Deposit:

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.

24. Secrecy Agreement:

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.

26. Water Supply:

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.

27. Power Supply:

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.

28. Contractor’s Scope of Supply:

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.

32. SAFETY PRECAUTIONS & HOT WORK :

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.

33. Observation of Statutory Regulations

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.

34. Labour Agreement:

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.

35. Building Construction Workers Act.

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.

43. Extra Items and Deviations in Scope of work:

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:

 At par (for tenders quoted in surcharge)

 With tender discount (for tenders quoted at discount in IOCL BOQ)

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.

44. Site Office:

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.

45. Removal of debris and Site Cleaning:

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.

46. Protection of Work Done:

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.

47. Work Performed at Contractor’s Risk:

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.

48. Site Facilities:

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.

49. Sign Boards:


Tender No Conversion of existing tanks and provision of additional facilities Page 23 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

50. Site Drainage:

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.

51. Miscellaneous Requirements:

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.

52. Action where there is no Specification:

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.

54. Measurements for Works/Record Measurements/Bills:

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.

55. Terms of Payment:

On Account Payments: On Account Bills shall be paid for the work done, measured and certified in line with
GCC.

Mobilization advance is not applicable to this tender.


Tender No Conversion of existing tanks and provision of additional facilities Page 24 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

Only Supply Items:

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.

Only Service/Works Items:

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.

Supply & Installation Items:

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.

Following documents/ activities shall be completed before submission of final bills:

i. As built drawings (3 sets of soft & hard copies).


ii. All fabrication drawings developed by the vendor and approved by IOCL (in soft and hard forms)
iii. Copies of site QA/ QC records & other side records in neatly bound books.
iv. Copy of test certificates, Warranty certificates as applicable.
v. Material reconciliation statements & documentation of site records as applicable. Handing over
surplus materials (both IOCL procured and contractor supplied).
vi. Comprehensive AMC acceptance & assurance as per the tender conditions for identified items.
vii. Any other specific documentation required by IOCL.
viii. Cleaning & clearing of site.

56. SPECIFIC CONDITIONS:


a. The works at site will be supervised either by IOC site engineer or by Project Management Consultant (PMC)
agency appointed by IOC. It shall be the responsibility of the contractor to ensure that the works are carried
out with due inspection of works by Site Engineer /PMC agency as per approved QAP at every stage of work.
Further it shall also be the responsibility of the successful tenderer to submit bills for payment, which are duly
certified by Site Engineer/PMC agency. Bills shall be processed for the works completed, measured and
entered in the MB duly signed by both successful tenderer and Site Engineer /PMC agency. During execution
of works, it shall be noted that deviations shall be put up duly endorsed by Site Engineer /PMC agency.

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

57. Inspection of Works:

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.

furnished to him during the performance of the work.

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.

58. Quality Assurance/Testing Of Materials/ Works:

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:

59. Free Issue Of Materials:

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.

60. Dealing with outside parties:


Tender No Conversion of existing tanks and provision of additional facilities Page 26 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

61. Co-operation with other Contractors:

The contractor shall cooperate with other contractors for smooth execution of project related works.

62. Site Clearing:

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.

63. Verification of Drawings:

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.

64. Drawings and Specifications:

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:

65. Dismissal of Contractor’s Employees:

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.

66. Penalty ClauseIn Case of Breach of Safety:


Tender No Conversion of existing tanks and provision of additional facilities Page 27 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

b. Violation as above resulting in


 Any physical injury, a penalty of 0.5% of the contract value (max. of Rs. 2 lacs) per injury in addition to
Rs. 5000/- as mentioned above.
 Fatal accident, a penalty of 1% of the contract value (max. of Rs. 10 lacs) per fatality in addition to Rs.
5000/- as mentioned above.

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.

70. WARRANTY PERIOD

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.

1.2 Descriptive catalogue / literature I A4


1.3 Progress report I Fortnightly
2.0 ENGINEERING DOCUMENTS
2.1 Detailed list of component A F A4
2.2 Individual data sheet A F A4
2.3 Power Requirement – KVA I F A4
2.4 Heat dissipation – Kcal /H I F A4
2.5 SYSTEM CABINETS A3
a. Arrangement of modules I F
b. Structure, dimension, construction, etc. I F
2.6 AUXILIARY CABINETS A3
a. Arrangement of modules A F
Tender No Conversion of existing tanks and provision of additional facilities Page 30 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

b. Structure, dimension, construction etc. I F


2.7 Electrical power supply distribution A F A3
Diagram
2.8 System drawing (loop diagrams, reports) A F A3
2.9 Wiring diagram A F A3
2.10 Terminal strip diagram A F A3
2.11 Interconnection diagram I F A3
2.12 Cable route, cable schedule, Junction box details & A F A3
cable trays
2.13 Earthing System I F A4
2.14 As built drawing F A3
3.0 CERTIFICATES A4
3.1 Authority approval for Ex-Proof, IS, IP-65 F
3.2 Vendor’s guarantee /warranty F
3.3 CMRI & CCOE Certificate F A4
4.0 INSPECTION AND TEST A4
4.1 Inspection and test report from F
Vendor’s quality control department
4.2 Imported shipping documents along with test F
certificate
5.0 MANUALS (BOTH FOR VENDOR’S & SUB –VENDORS
SUPPLY)
5.1 Vendor’s & Sub-vendor’s test Procedure F A4
5.2 Installation manual F A3
5.3 Operating manual F A4
5.4 Maintenance manual F A4
6.0 QUALITY ASSURANCE PLAN A F
NOTE:
a. The above documents cover the minimum requirements and shall be supplemented with other
requirements listed in the specification, if any. Any other documents required to understand and maintain
the system, as felt necessary till handing over of the project, shall be supplied by the vendor.
b. All documents shall be supplied in English language as per following.
- Approval/ Information - 4 sets
- Final -4 sets
c. One set of final detailed termination wiring interconnection diagram shall be kept inside each cabinet and
equipment.
d. Name and address of subsystem vendors with name and telephone no. of contact persons.
e. As built drawings shall be laminated and properly bound with index sheet for preservation and future
reference.
f. All drawing which are submitted for approval, shall be submitted on CD as a final document (after
approval)
g. For diagrams of cable layout, power distribution, earthing etc, the existing diagrams will be provided to the
vendor. The proposed new layout will have to be approved and the final comprehensive documents have
to be submitted.
h. The submission of drawings applies only for the equipments being supplied by the vendor.

77. OBSERVATION OF STATUTORY REGULATIONS

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

Offers from the following type of bidders shall not be considered:

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.

within its rights to terminate the resultant contract.

 The bidder in the attached format along with the techno-commercial bid shall submit a Declaration /
Undertaking.

79. CONDITIONS RELATED TO BUSINESS TRANSACTION STATUS OFBIDDERS.

 Tenders who have transferred their ownership rights either in whole or in


parttoanotherentityorunderprocessoftransfershallintimatethesametoIOCLintheir letter head while
submitting the bid. IOCL reserves its right to reject the tender of any entity, which has transferred its
ownership rights in whole or in part or which is in process of transfer without assigning any reason
for such rejection.
 If the tenderer refuses or fails to share the information regarding their status of any kind of business
transfer process/restructuring etc, in their tender or at any later stage, as applicable, their tender is
liable to be 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 tenderer, in any form
whatsoever.

80. C&A VERIFICATION OF LABOURERS BY POLICE:

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.

Major Equipment and Material:

Structural Steel
Structural Gratings
Roofing material & its accessories
Pipelines and Fittings
Valves & Strainers
Painting materials
Gauge well
Retractable Stairs

SPECICIFICATIONS FOR CIVIL WORKS:

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).

SPECICIFICATIONS FOR MECHANICAL WORKS: Attached separately

SPECICIFICATIONS FOR ELECTRICAL WORKS: Attached separately

M&I INSPECTION REPORT: Attached separately, if applicable

INDICATIVE DRAWINGS: Attached separately, if applicable


Tender No Conversion of existing tanks and provision of additional facilities Page 34 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

MATERIAL SPECIFICATION FOR PIPING AND RELATED ITEMS


1.0 PRODUCT PIPING

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.

DESCRIPTION SIZE RANGE SPECIFICATION


NB(IN)
Fittings 15-20 6000# Ι Socket Weld Ι ASTM A105 Ι ASME B16.11
(R=1.5D for 25-40 3000# Ι Socket Weld Ι ASTM A105 Ι ASME B16.11
Elbows)
50 SCH 80 Ι Butt Weld Ι ASTM A234 Gr. WPB Ι
Seamless Ι ASME B16.9
80-100 4.78 THK Ι Butt Weld Ι ASTM A234 Gr. WPB Ι
Seamless Ι ASME B16.9
150-450 6.35 THK Ι Butt Weld Ι ASTM A234 Gr. WPB-W Ι
ASME B16.9
500 7.14 THK Ι Butt Weld Ι ASTM A234 Gr. WPB-W Ι
ASME B16.9
Flanges 15-500 150# Ι Weld Neck Ι Raised Face Ι 125 AARH Ι
ASTM A105 Ι ASME B16.5 Ι Bore to suit pipes,
which are as follows:
15-20 NB : ASTM A106 Gr.B SCH 160
25-50 NB : ASTM A106 Gr.B SCH 80
80-100 NB : API 5L X 4.78 THK
150-450 NB : API 5L X 6.35 THK
500 NB : API 5L X 7.14 THK
Blinds 15-500 150# Ι Raised Face Ι 125 AARH Ι ASTM A105 Ι
ASME B16.5
Figure8 Flanges 100 150# Ι Raised Face Ι 125 AARH Ι ASTM A105 Ι
ASME B16.48
Gaskets All sizes 150# Ι Spiral Wound SS316 + Grafoil Ι ASME
B16.20/ASME B16.5 (Glass Filled Teflon For
Ethanol Service)
Note: Thickness of Gasket shall be 2mm upto
300NB and 3mm for sizes above 300NB.
Studs/Nuts/ All Studs and Nuts shall conform to ASTM A193 Gr.
B7 and ASTM A194 Gr. 2h respectively.
Washers
Washers shall conform to IS 2016 (Punched
washers ‘A’ with 2mm minimum thickness)
Gate Valves 20-25 800# Ι Rising Stem Ι Outside Screw & Yoke Ι
Bolted Bonnet Ι Solid Wedge Ι Renewable Seat
Ring Ι Hand Wheel Operated Ι Body & Bonnet
ASTM A105 Ι Trim Stellited Ι Stem 13 Cr Steel Ι
Mfg. Std. API 602 Ι Testing Std. API 598
Note: To be supplied with 100mm long ASTM A
106 Gr.B Sch 80 seamless pipes with ASME B16.5
Weld neck Flanged at one end and welded to each
Tender No Conversion of existing tanks and provision of additional facilities Page 36 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

DESCRIPTION SIZE RANGE SPECIFICATION


NB(IN)
end of the valve.
50-300 150# Ι Rising Stem Ι Outside Screw & Yoke Ι
Bolted Bonnet Ι Solid Wedge Ι Renewable Seat
Ring Ι Body & Bonnet ASTM A216 Gr.WCB Ι Trim
Stellited Ι Stem 13 Cr Steel Ι Raised Face Flanged
Ι Mfg. Std. API 600 Ι Testing Std. API 598
Ball Valves 15- 50 150# Ι Single Piece Ι Full Bore Ι Fire Safe to API
607 Ι Anti Static Ι Anti Blow Out Stem Ι Lever
Operated Body ASTM A216 Gr.WCB Ι Ball & Stem
SS316L Ι Seat RPTFE Ι Raised Face Flanged Ι
Mfg. Std. BS 5351 Ι Testing Std. BS 6577
Non Return 50- 250 150# Ι Swing Type Ι Body & Cover ASTM A216
Valves Gr.WCB Ι Disc ASTM A216 Gr.WCB With 13% Cr
SS Facing Ι Raised Face Flanged Ι Mfg. Std. BS
1868 Ι Testing Std. BS 5146
Tender No Conversion of existing tanks and provision of additional facilities Page 37 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

2.0 FIRE WATER HYDRANT PIPING:

DESCRIPTION SIZE RANGE SPECIFICATION


NB(MM)
Tender No Conversion of existing tanks and provision of additional facilities Page 38 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

DESCRIPTION SIZE RANGE SPECIFICATION


NB(MM)
Fittings 15-40 3000# Ι Socket Weld Ι ASTM A105 Ι ASME B16.11
(R=1.5D for 50-150 SCH 40 Ι Butt Weld Ι ASTM A234 Gr. WPB Ι ASME
Elbows) B16.9
200-300 SCH 20 Ι Butt Weld Ι ASTM A234 Gr. WPB-W Ι
ASME B16.9
350-400 SCH 10 Ι Butt Weld Ι ASTM A234 Gr. WPB-W Ι
ASME B16.9
Flanges 15-400 150# Ι Slip on Ι Raised Face Ι 125 AARH Ι ASTM
A105 Ι ASME B16.5
Blinds 15-400 150# Ι Raised Face Ι 125 AARH Ι ASTM A105 Ι
ASME B16.5
Gaskets All sizes 150# Ι Compressed Non Asbestos Ring Ι ASME
B16.21/ASME B16.5
Note: Thickness of Gasket shall be 2mm upto
300NB and 3mm for sizes above 300NB.
Studs/Nuts/ All Studs and Nuts shall conform to ASTM A193 Gr.
B7 and ASTM A194 Gr. 2h respectively.
Washers
Washers shall conform to IS 2016 (Punched
washers ‘A’ with 2mm minimum thickness)
Gate Valves 15-40 800# Ι Rising Stem Ι Outside Screw & Yoke Ι
Bolted Bonnet Ι Solid Wedge Ι Renewable Seat
Ring Ι Hand Wheel Operated Ι Body & Bonnet
ASTM A105 Ι Trim Stellited Ι Stem 13 CrSt Ι Mfg.
Std. API 602 Ι Testing Std. API 598
50-300 150# Ι Rising Stem Ι Outside Screw & Yoke Ι
Bolted Bonnet Ι Solid Wedge Ι Renewable Seat
Ring Ι Body & Bonnet ASTM A216 Gr.WCB Ι Trim
Stellited Ι Stem 13 CrSt Ι Raised Face Flanged Ι
Mfg. Std. API 600 Ι Testing Std. API 598
Ball Valves 15- 50 150# Ι Single Piece Ι Full Bore Ι Fire Safe to API
607 Ι Anti Static Ι Anti Blow Out Stem Ι Body ASTM
A216 Gr.WCB Ι Ball & Stem SS316L Ι Seat RPTFE
Ι Raised Face Flanged Ι Mfg. Std. BS 5351 Ι
Testing Std. BS 6755- Part1
Non Return 50 150# Ι Swing Type Ι Body & Cover ASTM A216
Valves Gr.WCB Ι Disc ASTM A216 Gr.WCB + 13 CrSt Ι
Raised Face Flanged Ι Mfg. Std. BS 1868 Ι Testing
Std. BS 6755- Part1
Tender No Conversion of existing tanks and provision of additional facilities Page 39 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

3.0 SERVICE WATER PIPING


DESCRIPTION SIZE RANGE SPECIFICATION
NB(MM)
Pipes 15-100 Heavy Grade Ι ERW Ι IS 1239 Part 1 Ι Screwed Ι
Galvanized
Fittings 15-150 Screwed Ι IS 1239 Part 2 Ι Galvanized
Flanges 15-150 150# Ι Screwed Ι Raised Face Ι 125 AARH Ι ASTM
A105 Ι ASME B16.5 Ι Galvanized
Blinds 15-150 150# Ι Raised Face Ι 125 AARH Ι ASTM A105 Ι
ASME B16.5 Ι Galvanized
Gaskets All sizes 150# Ι Compressed Non Asbestos Ring Ι ASME
B16.21/ASME B16.5
Note: Thickness of Gasket shall be 2mm
Studs/Nuts/ All Studs and Nuts shall conform to ASTM A193 Gr.
B7 and ASTM A194 Gr. 2h respectively and
Washers
Galvanized
MS Galvanized Washers shall conform to IS 2016
(Punched washers ‘A’ with 2mm minimum
thickness)
Gate Valves 15-40 800# Ι Rising Stem Ι Outside Screw & Yoke Ι
Bolted Bonnet Ι Solid Wedge Ι Renewable Seat
Ring Ι Hand Wheel Operated Ι Body & Bonnet
ASTM A105 Ι Trim Stellited Ι Stem 13 CrSt Ι Mfg.
Std. API 602 Ι Testing Std. API 598
50 150# Ι Rising Stem Ι Outside Screw & Yoke Ι
Bolted Bonnet Ι Solid Wedge Ι Renewable Seat
Ring Ι Body & Bonnet ASTM A216 Gr.WCB Ι Trim
Stellited Ι Stem 13 CrSt Ι Raised Face Flanged Ι
Mfg. Std. API 600 Ι Testing Std. API 598
Globe Valves 50 150# Ι Rising Stem Ι Outside Screw & Yoke Ι
Bolted Bonnet Ι Parabolic Disc Ι Renewable Seat
Ring Ι Body & Bonnet ASTM A216 Gr.WCB Ι Trim
Stellited Ι Stem 13 CrSt Ι Raised Face Flanged Ι
Mfg. Std. BS 1873 Ι Testing Std. BS 5146
Ball Valves 15- 100 150# Ι Single Piece Ι Full Bore Ι Fire Safe to API
607 Ι Anti Static Ι Anti Blow Out Stem Ι Body ASTM
A216 Gr.WCB Ι Ball & Stem SS316L Ι Seat RPTFE
Ι Raised Face Flanged Ι Mfg. Std. BS 5351 Ι
Testing Std. BS 6755- Part1
Non Return 50- 250 150# Ι Swing Type Ι Body & Cover ASTM A216
Valves Gr.WCB Ι Disc ASTM A216 Gr.WCB + 13 CrSt Ι
Raised Face Flanged Ι Mfg. Std. BS 1868 Ι Testing
Std. BS 6755- Part1
4.0 INSTRUMENT AIR PIPING
Tender No Conversion of existing tanks and provision of additional facilities Page 40 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

DESCRIPTION SIZE RANGE SPECIFICATION


NB(MM)
Pipes 15-50 Heavy Grade Ι ERW Ι IS 1239 Part 1 & Galvanized
as per IS 4736
Fittings 15-50 Ductile Iron(Galvanized) Ι Grooved type Ι
VICTAULIC or Equivalent
Flanges 15-50 Flange Adaptors Ι Ductile Iron(Galvanized) Ι
VICTAULIC or Equal
Gate Valves 15-40 800# Ι Rising Stem Ι Outside Screw & Yoke Ι
Bolted Bonnet Ι Solid Wedge Ι Renewable Seat
Ring Ι Hand Wheel Operated Ι Body & Bonnet
ASTM A105 Ι Trim Stellited Ι Stem 13 CrSt Ι Mfg.
Std. API 602 Ι Testing Std. API 598
50 150# Ι Rising Stem Ι Outside Screw & Yoke Ι
Bolted Bonnet Ι Solid Wedge Ι Renewable Seat
Ring Ι Body & Bonnet ASTM A216 Gr.WCB Ι Trim
Stellited Ι Stem 13 CrSt Ι Raised Face Flanged Ι
Mfg. Std. API 600 Ι Testing Std. API 598
Non Return 50- 250 150# Ι Swing Type Ι Body & Cover ASTM A216
Valves Gr.WCB Ι Disc ASTM A216 Gr.WCB + 13 CrSt Ι
Raised Face Flanged Ι Mfg. Std. BS 1868 Ι Testing
Std. BS 6755- Part1

5.0 AQUEOUS FILM FORMING FOAM (AFFF) PIPING


DESCRIPTION SIZE RANGE SPECIFICATION
NB(MM)
Pipes 15-40 SCH 40S Ι Seamless Ι ASTM A312 TP 304 Ι Plain
end Ι ASME B36.19
50-65 SCH 40S Ι Seamless Ι ASTM A312 TP 304 Ι
Bevel end Ι ASME B36.19
80-125 SCH 80S Ι Seamless Ι ASTM A312 TP 304 Ι
Bevel end Ι ASME B36.19
Fittings 15-40 3000# Ι ASTM A182 Gr. F304 Ι Socket Weld Ι
ASME B16.11
(R=1.5D for
Elbows) 50-65 SCH 40S Ι ASTM A403 Gr. WP304S Ι Butt Weld Ι
ASME B16.9
80-125 SCH 80S Ι ASTM A403 Gr. WP304S Ι Butt Weld Ι
ASME B16.9
Flanges 15-125 SS Slip-on Rasied Face Flange, 125 AARH as per
ASTM A182 Gr. F304 DIM. ASME B16.5 Class
150
Tender No Conversion of existing tanks and provision of additional facilities Page 41 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

DESCRIPTION SIZE RANGE SPECIFICATION


NB(MM)
Gaskets All sizes 150# compressed non asbestos ring I ASME B
16.21/ASME B16.5 or
150#Spiral wound SS316 + GrafoilI ASME B
16.20/ASME B16.5 (Glass filled Teflon for
ethanol service )
Note: Thickness of gasket shall be 2 mm upto 300
NB and 3mm for sizes above 300 NB

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.

6.0 STRUCTURAL SECTIONS


6.1 Structural steel work shall conform to IS: 808 - latest Edition.
6.2 Structural steel materials shall be of approved make and shall be conforming to IS-2062 Gr
A.
6.3 Sectional weight as per IS standard will be considered for payment purposes.
6.4 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.

7.0 WELDING ELECTRODES


7.1 Welding electrodes shall conform to IS:814 - Covered electrodes for manual metal arc
welding of carbon and carbon manganese steel/American Welding Society, AWS - A5.1 -
“Carbon Steel covered Arc Welding Electrodes” - AWS classification Nos. E6010 / E6011 /
E6013 / E7015 / E7016 / E7018.
7.2 Product piping : Root run: E 6010; Fill Up: E 6018
7.3 Water piping : Root/ Fill up: E 6013
7.4 Welding electrodes for stainless steel piping shall be compatible with base metal.
7.5 Low Hydrogen electrodes namely E-70 series shall be used for all manual metal arc welds of
shell courses having thickness of 12 mm or more & for attachment of shell courses to bottom
or annular plates.
7.6 High Cellulose/ Rutile type electrodes namely E-60 series as per latest addition of AWS A
5.1 (Carbon Steel Covered Arc Welding Electrodes) specifications wherever applicable for
covered electrodes for metal arc welding of mild steel.
7.7 Electrodes shall be stored in dry places in their original packets or cartons. Pre-heating of
electrodes shall be provided as per AWS requirements.
7.8 Tack welds used in the assembly of circumferential and vertical joints of tank shells, and
those used for assembling the shell to the bottom shall be removed and surface grinded
properly and gaps filled with weld metal.
7.9 Welder performance qualification shall be carried out as per API-650 Section 7 Welding
Procedure and Welder Qualification’ or ASME Boiler & pressure Vessels Code Sec. IX.
Welders shall be qualified in the approved procedure as per the code requirements. The
qualification test shall be arranged by contractor at his cost and witnessed by Site Engineer/
Engineer-In-Charge / inspection agency. IS:823 should also be referred in the matter.
Tender No Conversion of existing tanks and provision of additional facilities Page 43 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.

STRUCTURALSTEELWORK ASSOCIATED WITH PIPING

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.

SPECIFICATION FOR PIPING FABRICATION AND WELDING

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.

3. CONTRACTOR SCOPE OF WORK

The contractor scope of work shall include the following:


a) Transportation of required piping materials, pipe support and all other necessary
piping materials from Owner's storage point or contractor's storage point (in case of
contractor's scope of supply) to work site/shop including raising store requisitions for
issue of materials in the prescribed format and maintaining an account of the
materials received from Owner's stores.
Piping materials include the following but not limited to the same.

 Pipes (All sizes and schedule)


 Flanges (All sizes, types and Pressure ratings)
 Fittings (All sizes, types & schedule)
 Valves (All sizes, types & Ratings)
 Specialty items like online, strainers, air vents etc.
 Online instruments like control valve, flow meters, PSV etc.

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.

g) Radiography, dye penetration, magnetic particle test etc. as required in specification.


h) Casting of concrete pedestals and fabrication and erection of small structures for pipe
supports including supply of necessary materials.
i) Providing insert plates from concrete structures and repair of platform grating around
pipe openings as and when required.
j) Providing structural steel walkways/cross overs using gratings.
k) Preparation of material reconciliation statement and return of Owner's supply left over
materials to Owner's storage. As regard to scrap generation etc., it will be decided
solely by Owner during the course of execution after approval of drawings etc. with bill
of material and detail of scrap generation submitted by Contractor.
l) Flushing and testing of all piping systems as per standard specification for inspection,
flushing and testing of piping systems.
m) Submission of Job execution procedure for review and approval of Engineer-in-
Charge covering all above activities.

4. BASIS FOR WORK

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

ASME Sec. IX : Boiler & Pressure Vessel Code

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.

 The purpose of yard fabrication or pre-fabrication is to minimize work during


erection to the extent possible. Piping spool, after fabrication, shall be stacked with
proper identification marks, so as facilitate their withdrawal at any time during
erection. During this period, all flange (gasket contact faces) and threads shall be
adequately fabricated by coating with removable rust preventive. Care shall also
be taken to avoid any physical damage to flange faces and threads.

6. ERECTION

a) Cleaning of Piping before Erection :


 Before erection all pre-fabricated spool pieces, pipes, fittings etc. shall be cleaned
inside and outside by suitable means. The cleaning process shall include removal
of all foreign matter such as scale, sand, weld spatter chips stones, bricks, bolts,
nuts, any scrap, tools, PPES or any other foreign material etc., by wire
brushes, cleaning tools etc., and blowing with compressed air / or flushing out with
water. Special cleaning requirements for some services, if any shall be as specified
by Engineer- in-charge.
b) Piping Routing :
 No deviations from the piping route indicated in the drawings shall be permitted
without the consent of Engineer-in-Charge.
 Pipe to Pipe, to structure / equipment distances / clearances as shown in the
drawings shall be strictly followed as these clearances may be required for the free
expansion of piping / equipment. No deviations from these clearances shall be
permissible without the approval of Engineer-in-Charge.
 In case of fouling of a line with other piping, structure, equipment etc. the matter
shall be brought to the notice of Engineer-in-Charge and corrective action shall be
taken as per his instructions.
c) Slopes :
 Slopes specified for various lines in the drawings / P & ID shall be maintained by
the Contractor. Corrective action shall be taken by the Contractor in consultation
with Engineer-in-Charge wherever the Contractor is not able to maintain the
specified slope.
d) Flange Connections :
 While fitting up mating 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 induces any stresses in the pipes and equipment nozzles. Extra
care shall be taken for flange connections to pumps, compressors etc. The flange
Tender No Conversion of existing tanks and provision of additional facilities Page 53 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

connections to these equipment shall be checked for misalignment, excessive gap


etc. after the final alignment of the equipment is over. The joint shall be made up
after obtaining approval of Engineer-in- Charge.
 Temporary protective covers shall be retained on all flange connections of pumps,
compressors and other similar equipment, until the piping is finally connected, so
to avoid any foreign material from entering these equipment.
 The assembly of flange joints shall be done in such a way that the gasket between
these flange faces is uniformly compressed. To achieve this the studs shall be
tightened in a proper sequence. All studs shall extend completely through their
nuts but not more than 1/4".
e) Vents and Drains :
 High point vents and low point drains shall be provided as per the instructions of
Engineer-in-charge, even if these are not shown in the drawings. The details of
vents and drains shall be as per piping material specifications / job standards.

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.

8. EQUIPMENT & ACCESSORIES

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.

10. EDGE PREPARATION

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.

11. ALIGNMENT & SPACING

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.

12. WEATHER CONDITIONS

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.

13. WELDING TECHNIQUE

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.

14. INSPECTION & TESTING


Tender No Conversion of existing tanks and provision of additional facilities Page 58 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

15. WELDING PROCEDURE QUALIFICATION

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. WELDER'S QUALIFICATION


Tender No Conversion of existing tanks and provision of additional facilities Page 59 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

16.2 PROCEDURE QUALIFICATION BY OTHERS: 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 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.

17. VISUAL INSPECTION


Tender No Conversion of existing tanks and provision of additional facilities Page 60 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

18. RADIOGRAPHIC EXAMINATION

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.

19. REPAIRS OF WELDS

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.

20. INSPECTION, FLUSHING AND TESTING OF PIPEILNES

This shall be governed by the 'Standard specification for inspection, flushing and testing of pipeline"
as covered in the tender document.

21. PAINTING OF PIPELINE


Tender No Conversion of existing tanks and provision of additional facilities Page 62 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

This shall be governed by the 'Standard Specification for field painting of the pipeline" as covered in
the tender document.

22. DOCUMENTS TO BE SUBMITTED BY CONTRACTOR (4 COPIES EACH)

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.

FORMAT FOR WELDING PROCEDURE SPECIFICATIONS (WPS)


1. Contractor’s Name _______________________________________________
2 By _______________________________________________
3. WPS No.(s) _______________________Date____________________
4. Supporting PQR No. (s) _____________________________________________
5. Revision No. _______________________Date____________________
6. Types of Welding _______________________________________________
Process (es) (Automatic, Manual, Machine or Semi Automatic)
______________________________________________________________________
Tender No Conversion of existing tanks and provision of additional facilities Page 63 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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

1. Position(s) of Groove ______________________________________________


2. Welding Progression : Up __________________
Down____________________
3. Position(s) of Fillet ________________________________________________
________________________________________________________________
WC2. PREHEAT
1. Preheat Temp. Minimum ________________________________________
2 Interpass Temp. Max ______________________________________________
3 Preheat Maintenance _______________________________________________
Note: Continuous or special heating where applicable should be recorded
______________________________________________________________________
WC3. GAS
1 Shielding Gas(es) _______________________________________________
2 Percent Composition _______________________________________________
(mixtures)
3 Flow Rate _______________________________________________
4 Gas Backing _______________________________________________
5 Trailing Shielding Gas ______________________________________________
WC4. ELECTRICAL CHARACTERISTICS
1 Current AC or DC _______________________ Polarity______________
2. Amps.(Range) ___________________ Volt~ (Range) _____________
3 Tungsten Electrode _____________________________________________
Size & Type (Pure Tungsten~2% Thoriated etc.)
4 Mode of Metal Transfer _____________________________________________
For GNAW (Spray arc, short circuiting arc etc.)
5. Electrode Wire feed _____________________________________________
speed range
Tender No Conversion of existing tanks and provision of additional facilities Page 64 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

5. Size of filler metals _______________________________________________


(Electrode, Cold Wire, Hot Wire etc.)
6. Electrode Flux (Class )______________________________________________
7. Flux Trade Name _______________________________________________
Notes: Each base metal filler metal combination should be recorded individually.

WELD PROCESS FILLER METAL CURRENT VOLT TRAVEL OTHER


LAYERS RANGE SPEED
RANGE
CLASS DIA TYPE AMP.
POLAR RANGE

eg. Remarks,
Coment Hotwire,
Addition
Technique, Torch
Angle, Etc.

FORMAT FOR PROCEDURE QUALIFICATION RECORD (PQR)


1. Contractor’s Name _______________________________________________
2 PQR No. _______________________________________________
3. Date _______________________________________________
4. WPS No. _______________________________________________
5. Welding Process(es)_______________________________________________
(Type - Manual, Automatic, Semi-Auto)
Tender No Conversion of existing tanks and provision of additional facilities Page 66 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

1. Travel Speed __________________________________________


2. String or Weave Bead __________________________________________
3. Oscillation __________________________________________
4. Multipass or Single __________________________________________
Pass (per side)
5. Single or Multiple __________________________________________
Electrodes
6. Other __________________________________________
TENSILE TEST
SPECIMEN WIDTH THICKNESS AREA ULTIMATE ULTIMATE TYPE OF FAILURE AND
NO. TOTAL UNIT LOCATION
LOAD Kgs. STRESS
Mpa

GUIDED BEND TEST


TYPE AND FIGURE NO. RESULT

TOUGHNESS TEST

SPECIMEN NOTCH NOTCH TEST IMPACT LATERAL DROP WEIGHT


NO. LOCATION TYPE TEMP. VALUES EXP.
% SHEAR MILES BREAK NO
BREAK

FILLET WELD TEST


1. RESULT
Satisfactory :
Yes __________________
Tender No Conversion of existing tanks and provision of additional facilities Page 68 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

No __________________
2. PENETRATION INTO PARENT METAL:
Yes __________________

No __________________
3. MACRO –RESULTS __________________
OTHER TESTS
1. TYPE OF TEST ________________________________________________
2. DEPOSIT ANALYSIS_______________________________________________
3. OTHERS ________________________________________________

1. WELDER’s NAME ________________________________________________


2. CLOCK NO. ______________________STAMP NO._______________
3. TEST CONDUCTED BY_____________________________________________
4. LABORATORY TEST NO.___________________________________________
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 _________________________
Detail 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 69 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

CONTRACTORS RECORD OF WELDER QUALIFICATION TESTS


Welder Name___________________________________________________________
Check No _________________ Stamp No ______________________________
Using WPS No ________________ Revision __________________
Theabove welder is qualified for the following ranges
SN. DESCRIPTION RECORD ACTUAL VALUES QUALIFICATION
USED IN QUALIFICATION
1 Process
2 Process Type
3 Backing (Metal, weld,flux etc)
4 Material Specs
a. Plate thickness
b. Groove
C. Fillet
5 Filler Metal
Spec No
Class
F. No
6 Position
7 Weld Progression
8 Gas Type
9 Elec. Charac
a Current
b Polarity
Tender No Conversion of existing tanks and provision of additional facilities Page 70 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

GUIDED BEND TEST RESULTS


TYPE & FIGURE NO. RESULT

RADIOGRAPHIC TEST RESULTS


For alternative qualification of groove welds by radiography Radiographic
Results________________________________________________________________
FILLET WELD TEST RESULTS
Fracture Test __________________________________________________________
(Describe the location, nature & size of any crack of tearing of the specimen)

Length and Percent of Defects______________________________ INCHES______%


Macro Test – Fusion _____________________________________________________

Appearance - Fillet Size(ing) _____________________in. X___________________ in.

Convexity ________________________________in. or Concavity ________________

Test Conducted by ______________________________________________________


Laboratory - Test No._____________________________________________________

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.

Note: Any essential variables in addition to those above shall be recorded.


Tender No Conversion of existing tanks and provision of additional facilities Page 71 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

ELECTRODE QUALIFICATION TEST RECORD


Date____________________________
Test started on____________________
Test completed on_________________
A. DETAILS __________________________________________________________
1. Tested at_________________________________________________________

2. Work order no.____________________________________________________

3. Sponsoring Agency ________________________________________________

4. Manufacturer’s Name_______________________________________________

5. Brand Name _____________________________________________________

6. Welding Positions__________________________________________________

7. In combination with (if any) __________________________________________


8. Reference Code & Classification______________________________________

9. Special requirements (if any) _________________________________________


10.Batch No. with date & size ___________________________________________

SN. ELECTRODE SIZE BATCH NO. DATE OF REMARKS


MANUFACTUR
E

B. TESTS
All weld tests______________________________________________________

Base material used ________________________________________________

Buttering used ____________________________________________ Yes/No.

Preheat Temperature ______________________________________ Deg.C

Interpass Temperature _________________________________ Deg.C


Tender No Conversion of existing tanks and provision of additional facilities Page 72 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

PWHT details soaking Tem./Time_____________________________________

Visual Examination _______________________________________________


Tender No Conversion of existing tanks and provision of additional facilities Page 73 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

RADIOGRAPHIC PROCEDURE FOR TANK/ PIPELINE FABRICATION


1. Location -
2. Date of Testing -
3. Name of the Contractor -
4. Material -
Carbon steel/Alloy Steel -
/Stainless Steel
5. Plate thickness -
6. Type of Weld Joint -
7. Radiation Source -
8. Intensifying Screens/ -
Lead Screens
9. Geometric Relationship -
10. Limit of Film Coverage -
11. Film Type and Make -
12. Exposure Time -
13. Processing -
14. Density -
15. Sensitivity -
16. Type of Penetrameter -
(Source side)
17. Type of Penetrameter -
(Film slide)
Signature of Contractor
with Seal
Approval of Owner’s Inspector
Tender No Conversion of existing tanks and provision of additional facilities Page 74 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

WELDER’S IDENTIFICATION CARD

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 -

Approved by Employee’s Signature with Seal


Tender No Conversion of existing tanks and provision of additional facilities Page 75 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

TESTS AND INSPECTION OF WORKS


BRIEF TESTING PROCEDURES FOR TANKS/PIPELINES:
1.0 Vacuum-Box Testing
1.1 Vacuum testing is performed using a testing box approximately 150 mm (6 in.) wide by 750 mm (30
in.) long with a clear window in the top, which provides proper visibility to view the area under
examination.
1.2 During testing, illumination shall be adequate for proper evaluation and interpretation of the test. The
open bottom shall be sealed against the tank surface by a suitable gasket. Connections, valves,
lighting and gauges, as required, shall be provided. A soap film solution or commercial leak detection
solution, applicable to the conditions, shall be used.
1.3 Vacuum testing shall be performed in accordance with a written procedure prepared by the
Manufacturer of the tank. The procedure shall require:
 Performing a visual examination of the bottom and welds prior to performing the vacuum-box
test.
 Verifying the condition of the vacuum box and its gasket seals.
 verifying that there is no quick bubble or spitting response to large leaks and
 applying the film solution to a dry area, such that the area is thoroughly wetted and a
minimum generation of application bubbles occurs.
1.4 A partial vacuum of 21 kPa (3 lbf/in.2, 6 in. Hg) to 35 kPa (5 lbf/in.2, 10 in Hg) gauge shall be used for
the test. If specified by the Purchaser, a second partial vacuum test of 56 kPa (8 lbf/in2,16 in. Hg) to
70 kPa (10 lbf/in2, 20 in. Hg) shall be performed for the detection of very small leaks.
1.5 The Manufacturer shall determine that each vacuum-box operator meets the following requirements:
 Has vision (with correction, if necessary) to be able to read a Jaeger Type 2 standard chart at
a distance of not less than 300 mm (12 in.). Operators shall be checked annually to ensure
that they meet this requirement and in competent in the technique of the vacuum-box testing,
including performing the examination and interpreting and evaluating the results; however,
where the examination method consists of more than one operation, the operator performing
only a portion of the test need only be qualified for that portion the operator performs.

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) Leaking spots (indication) shall be marked for repair.


b) Repairs shall be carried out by grinding and welding.
c) Repaired areas shall be retested as above.
Cleaning:

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:

4.1 Surface Cleaning process:


Solvent cleaning method: On removal of any rust, scale, welding flux, spatter, and in
general, inorganic soils, the surfaces to be inspected shall be cleaned, with solvent cleaner
and then finally with a dry lint free cloth.

4.2 Drying Process:


The drying process shall be accomplished by normal evaporation. Minimum time allowed for
drying is 1 minute to ensure that the cleaning solution has been evaporated prior to
application of the penetrant.

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).

Excess Penetrant removal:

 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.

Drying after removal of excess penetrant:

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.

RADIOGRAPHY FOR PIPELINES INCLUDING INSPECTION & INTERPRETATION


1.0 RADIOGRAPHY
1.1 RADIATIONSOURCE – Radiographic examination shall be carried out by using Gama radiation.
1.2 RADIOGRAPHIC QUALITY LEVEL
1.3 The Radiographic Quality Inspector shall be equivalent to the 2-2T level of practice ASTM-E 1025
unless otherwise a higher or lower quality level is agreed upon between IOCL and the Contractor.
1.4 If it is impossible to place the radiation source inside the pipe, the weld will be inspected with the
source on the outside. An overlap of at least 40mm at the ends of each film shall be required to
ensure that the first and last location increment numbers are common to successive films and to
establish that no part of a weld has been omitted.
2.0 PROTECTION AND CARE OF FILM
All unexposed films shall be protected and stored properly as per the requirements of API 1104
standard and ASTM E 94. The exposed and unexposed film shall be protected from heat, light, dust
and moisture. Sufficient shielding shall be supplied to prevent exposure of film to damaging radiation
prior to and following the use of the film for radiographic exposure.
3.0 PROCEDURE- The procedure of radiographic examination shall be qualified to the entire
satisfaction of IOCL prior to use. It shall include but not be limited to the following
requirement.
a. Ad foil intensifying screen, at the rear of the film shall be used for all exposures.
b. Fine grain films shall be used.
c. A densitometer shall be used to determine film density. The transmitted film density shall be 2.0
and 3.5 throughout the weld. The unexposed base density of the film shall not exceed 0.30.
d. Radiographic identification system and documentation for radiographic interpretation reports and
their recording system.
4.0 THIRD PARTY INSPECTION :
It must be noted that whenever, inspection notice is given to the third party for inspection of materials,
a copy will also be dispatched to IOCL so that IOCL representatives may join inspection if required.
However, party is not absolved of his responsibility of providing proper type and quality of materials
including workmanship.
Tender No Conversion of existing tanks and provision of additional facilities Page 79 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

RADIOGRAPHIC INSPECTION PROCEDURE FOR PIPING WORKS


1.0. RADIOGRAPHIC INSPECTION. GENERAL
a. Radiographic inspection of weld joints shall be conducted as per latest API 1104, the radiographic
requirement shall be as given below.
b. First weld of each welder is to be radiographed except that for pipe 100 mm and lower in nominal size,
where the first two welds of each welder are to be completely radiographed.
c. The radiographic procedure shall be approved by the Owner’s Inspector, the procedure and quality of
radiographic examination, limits of acceptability, repair and removal of defects shall be as per API code
1104, ASTM E-94 and ASTM E-142.
d. The contractor shall be responsible for carrying out radiography, rectification of defects and re-
radiography of welds repaired and rectified. He shall make necessary arrangements for providing the
equipment as well as radiographic film for the satisfactory and timely completion of the job.
e. Radiographic inspection of the welds shall be preferably made with X rays. Iridium 192 isotope or any
other source may be used with the approval of the site engineer.
f. The contractor shall fulfill all the statutory safety requirements in handling the X ray or gamma ray
equipment.
g. The details of the radiography shall be duly entered and signed by him in a register and shall be
submitted to the Owner’s Inspector for approval.
h. The contractor shall afford all necessary facilities to the inspector at site such as darkroom with
controlled temperature, viewer etc. for the examination of the radiographic film.
i. Interpretation of radiographs shall be done as per acceptable standards.
j. When the entire joint is unacceptable, the weld shall be cut completely and the pipe ends shall be
restored for rewelding. After reweld the joint shall be again checked.
k. No repair of welds shall be done without prior permission of the site engineer.
l. For each weld found unacceptable due to welder’s fault such as lack of fusion and penetration, two
additional checks should be carried out on welds performed by the same welder whose joint was
judged unacceptable originally. The operation is progressive and the procedure of radio graphing two
additional welds for each weld deemed unsatisfactory shall be followed till such time two consecutive
satisfactory welds are obtained.
m. The contractor shall carry out these additional radiographs at his own expense.
n. To avoid the possibility of too many defective welds by as single welder going undetected over a period
of time, the contractor shall arrange to radiography promptly so that there is no backing in radiography.
o. Repairs and / or work of defective welds shall be done in time to avoid delays in the construction
programme.
2.0. EXAMINATION OF RADIOGRAPHS
a. The radiographic examination method employed shall be in accordance with the ASME Boiler and
Pressure Vessel Code Section V “Non Destructive Examination” Article 2.
b. The requirements of Article 2, Section V of ASME code are to be used only as a guide. However, final
acceptance of radiographs shall be based on the ability to see the prescribed penetrameter image and
the specified hole. Contractor will engage minimum one L-2 inspector at site for interpretation of
radiographs which in-turn will be submitted to IOC’s M&I deptt. for final interpretation.
3.0. DETERMINATION OF LIMITS OF DEFECTIVE WELDING
a. When a section of weld is shown by radiograph to be unacceptable under provisions of 10.1 or limits of
the deficient welding are not defined by the radiograph, two adjacent spots shall be examined by
radiography.
b. However, if the original radiograph shows at least 75 MM of acceptable weld between the defect and
Tender No Conversion of existing tanks and provision of additional facilities Page 80 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.

SPECIFICATIONS FOR PIPELINE / STRUCTURALS STEEL WORKS

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.

3.0 Erection of equipments (Pumps and motors) :


Tender No Conversion of existing tanks and provision of additional facilities Page 82 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

3.1 Drawings : The following drawings will be provided by the corporation, which are to be followed for erection
of each equipment :

* General arrangement drawing with outline dimensions.


* Foundation detail drawings.

3.2 Erection of the equipments :

* 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.

4.0 Piping Works:

4.1 Working Drawings:

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

General arrangement drawings.

Location of all weld seams, weld sizes and details of weld etc.

Material to be used.

Welding procedures and radiographic inspection.

Edge preparation and method employed.

Tolerances

Quality, brand and gauge of electrodes to be used.


Tender No Conversion of existing tanks and provision of additional facilities Page 83 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

Details of welding reinforcement

Details of brackets for supporting pipes, platforms, etc.

Complete bill of materials with item wise quantities for materials to be supplied by IOC and the contractor.

Any correction or modifications suggested by IOC while approving the drawings.

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).

4.2 Codes/Standards to be followed:

* API - 1104 : Radiography of weld joints


ANSI B 31.3 : Code for petroleum Refinery Piping
* IS 823 : Code of procedure of manual Arc welding of mild steel.
* IS 814 : Metal arc welding for mild steel.
* IS 817 : Welder qualification tests.

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.

Nominal pipe size in MM. Maximum span in M.

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.

5.0 Testing of piping system:

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.

Documents to be submitted by contractor : (four copies each)

Welders qualification test report as per IS-817.

Electrode and material test certificates from the manufacturer.

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.

7.0 HOT WORK PERMIT

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.

WELDING REQUIREMENTS IN PIPELINE FABRICATION

1.0 WELDING RESPONSIBILITY

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

The welding of pipe lines shall be as per API -1104.

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.

4.0 PROCEDURE QUALIFICATION BY OTHERS

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

5.0 PERFORMANCE QUALIFICATION BY OTHERS

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.

a) The name of the agency.


b) The name of the welder or welding operator.
c) The procedure identification.
d) The date of successful qualification.
e) The data that Individual last used the procedure on Pipeline fabrication.

6.0 QUALIFICATION RECORD

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:

a) The procedure used.

b) The welders and welding operators employed showing the date and results of procedure and performance
qualifications

c) The identification symbol assigned to each welder and welding operator.

7.0 WELDING MATERIALS

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.

Discoloration remaining on a thermally cut surface is not considered detrimental oxidation.

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.

WELDER’S IDENTIFICATION SYMBOL

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 made by a qualified welder or welding operator.

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

Peening is prohibited on the root pass and final pass of a weld.

11.0 CLIMATIC CONDITIONS

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 AND SOCKET WELDS

Fillet welds, including socket welds, may vary from convex to concave. The size fillet weld shall be as per
engineering design.

SPECIFICATIONS FOR ERECTION OF EQUIPMENT


1.0 Erection of Static Equipment
1.1 The type of static and dynamic equipment to be installed including those supplied by IOC is
given in the Schedule of Rates(SOR).
1.2 The equipment are classified as follows:-
Tender No Conversion of existing tanks and provision of additional facilities Page 88 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

PRESSURE TESTING OF PIPELINES


1.0 GENERAL :
a. Soundness of the welds shall be tested by means of hydrostatic tests. The test shall be
conducted only after fulfilling the requirements of visual inspection, radiography etc. and
when the entire work is certified by the site engineer for the performance of such tests.
b. This recommended practice covers the hydrostatic testing of new and existing petroleum
pipelines and the dynamic testing of existing pipelines. It recommends minimum procedures
to be followed, equipment to be used and conditions to be considered during the hydrostatic
and dynamic testing of pipelines.
Tender No Conversion of existing tanks and provision of additional facilities Page 89 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

SPECIFICATION FOR BLAST CLEANING & PAINTING OF PIPELINES

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.

4.0 PAINTING SUMMARY:


4.1 PAINTING OF CR TANKS FOR HSD & SKO: Table 1.
4.2 PAINTING OF IFR/FR TANKS FOR MS: Table 2.
4.3 PAINTING OF CR TANKS FOR FIRE WATER: Table 3.
4.4 PAINTING OF IFR TANKS FOR ETHANOL: Table 4.
4.5 PAINTING OF UNDERSIDE OF BOTTOM PLATES: Table 5.
4.6 PAINTING OF EXTERNAL SURFACE OF U/G HORIZONTAL TANKS & A/G HORIZONTAL TANKS
IN CONTACT WITH SUPPORT PEDESTALS: Table 6.
4.7 PAINTING OF EXTERNAL SURFACE OF A/G HORIZONTAL TANKS: Table 7
4.8 PAINTING FOR STRUCTURAL STEEL, FIRE HYDRANT/FOAM PIPING & FITTINGS: Table 8
4.9 PAINTING FOR PRODUCT PIPING & FITTINGS: Table 9
4.10 PAINTING FOR VALVES/ NRVS/ STRAINERS/ PUMPS/ MOTORS ETC: TABLE 10
4.11 PAINTING FOR HOT DIP GALVANIZED PIPELINES OF SPINKLER SYSTEM: TABLE 11
4.12 AFFF LINES MADE OF SS: TABLE 12
4.13 REPAIR PROCEDURE FOR DAMAGED / AFFECTED PAINT SURFACE (BOTH EXTERNAL /
INTERNAL SURFACES OF TANK): TABLE 13
NOTE: Grit/ Shot blasting of tank steel plates is allowed during Fabrication & after bending of plates. However
any damages to the primer painted surface during & after erection shall be made good as per the specification
of painting for damaged surfaces. Bidders to note that the warranty/ Guarantee for painting system shall
however be applicable as per the terms & conditions of the tender.
Tender No Conversion of existing tanks and provision of additional facilities Page 96 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

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

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.

Type Underside of Bottom plates


Surface Blast clean to SA 2½
Preparation
Paint system One coat of P1 (65-75m ) +
Recommended Two coats of High Build Epoxy Finish (100-125 m each)
Total DFT (Min.) 265 m

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.

Type Product Piping & Fittings


Paint system Two coats of P3 (30-35 m each) +
Recommended Two coats of F2 (15-20 m each) + Colour Coding as per the Tender
documents
Total DFT (Min.) 90 m

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.) 90m

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.

5.0 SPECIFICATIONS FOR PAINTS


5.1 PRIMERS
5.1.1 ZINC ETHYL SILICATE PRIMER – (P1)
The zinc ethyl silicate consists of two packs. One pack contains the ethyl silicate binder with suitable
solvents. The other pack contains zinc dust with additives. They have to be mixed in suitable
proportions before application as recommended by manufacturer.
Colour : Grey
Binder : Ethyl Sillicate
Pigment : Zinc Dust (As per ASTM D 520 Type II)
Application : Spray (airless/air)
Dry film thickness per coat : 75 microns
Theoretical coverage : 8.5 sq.m/litre
Drying time : 4 hours
Re-coating time : 24 hours (min.)
Volume Solids : 60-65% by wt.
Storage life : 6 months under sealed conditions

5.1.2 TWO PACK EPOXY POLYAMIDE ZINC PHOSPHATE PRIMER: (P2)


These coatings are corrosion resistant inhibitive primers based on cold cured epoxy – polyamide two
pack systems, over which subsequent coatings can be applied
Type of epoxy/ Binder : Condensation product of bisphenol A and
Epichlorohydrin with terminal epoxides Groups
Epoxide equivalent : 450 – 500
Curing agent : Polyamide
Volume solids : 45-50%
Pigment : The main pigment shall be a mixture of iron
oxide with zinc phosphate. Out of total
pigmentation, the minimum quantity of zinc
phosphate should be 9% W/W.
Pigment volume concentration : 40-45%
Tender No Conversion of existing tanks and provision of additional facilities Page 101 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

Application : By brush or spray


Dry film thickness / coat : 70-75 microns
Spreading rate : 7.5-8.5 sq. m / litre
Drying time : Surface dry in four hours
Over coating time : 24-48 hours. This should be very strictly
adhered to in order to avoid peeling of
subsequent coat.
Storage life : 18 months under sealed conditions.

5.1.3 REDOXIDE ZINC PHOSPHATE PRIMER (P3)


This primer is based on single pack modified alkyd medium pigmented with a mixture of zinc
phosphate and red oxide.
Volume solids: 40-45%
Main Pigment: A mixture of zinc phosphate and Red oxide. Out of the total pigmentation, the minimum
quantity of zinc phosphate should be 10 %.
Color: Brown
Application: Brush or spray
Dry film thickness per coat: 30-35 
Theoretical coverage: 11 – 13 sqm/litre
Drying time: Touch dry- 1 hour hard dry overnight
Over coating time: Minimum – over night
Storage life: 6 months under sealed conditions
5.1.4 SELF PRIMING HB EPOXY MASTIC COATING (P4)
This is a two pack high build, modified aluminium epoxy mastic coating possessing self priming
properties and good adhesion to even rusted steel or aged paints. The coating is tolerable to under
prepared surfaces.
Binder : Condensation product of bisphenol A and
Epichlorohydrin with terminal epoxides Groups with
epoxide equivalent of 180-200
Volume solids : 80%
Colour : Aluminium
Application : by brush air less spray
Dry film thickness / coat : 125 microns
Theoretical coverage : 6 sq.m / litre
Drying Time : Touch Dry: 2 Hrs; Hard Dry: 24 Hrs
Overcoat interval : 24-48 hrs. This should be very strictly adhered to in
order to avoid peeling of subsequent coat.
Storage life : 12 months under sealed conditions

5.1.5 EPOXY ZINC PHOSPHATE PRIMER (P5)


This is a two pack anticorrosive epoxy primer.
Tender No Conversion of existing tanks and provision of additional facilities Page 102 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

Binder : Polyamid cured epoxy


Volume solids : 40+45%
Application : by brush air less spray
Dry film thickness / coat : 30-35 microns
Theoretical coverage : 8-13 sq.m / litre
Drying Time : Touch Dry: 1-2 Hrs;
Overcoat interval : 24 hrs. This should be very strictly adhered to in order
to avoid peeling of subsequent coat.
Storage life : 12 months under sealed conditions

5.1.6 TWO PACK EOPXY – POLYAMIDE MIO UNDERCOAT (U1)


These coatings are high build paints based on cold cured epoxy polyamide system pigmented with
chemically inert pigments and extenders formulated to permit application at a DFT higher than 100
microns per coat.
Type of epoxy : Condensation product of bisphenol
A and epichlorohydrin with terminal epoxides
groups.
Epoxide equivalent : 450 – 500
Curing agent : Polyamide
Volume solids : 55 – 60%
Pigment : The main pigment shall be micaceous iron oxide
(MIO – about 65% w/w of total pigments.
Pigment volume concentration : 40-45%
Application : By brush or airless spray
Dry film thickness / coat : 110-120 microns
Spreading rate : 5 – 5.5 sq.m/l
Drying time : Touch dry in 2 hours, hard dry in 48 hours
Overcoating time : 24-48 hours. This should be very strictly adhered
to in order to avoid peeling of subsequent coat.
Storage life : 12 months under sealed conditions

5.1.7 ETCH PRIMER:


Single pack metal primers formulated with a combination of resins to maximise adhesion to the
various metal surfaces on which they may be used. A low level of phosphoric acid is present in these
primers to etch the metal surface and improve adhesion. The coatings also contain zinc phosphate
anti-corrosion pigment for steel surfaces. An important point to note is that they are formulated with
low volume solids so that film builds can be kept low (10 - 20 μm).
5.1.8 POLYEURETHANE BASED ANTI CORROSIVE PRIMER:
It is a Two component air drying acrylic apliphatic polyeurethane based primer containing Zinc
phosphate as anti-corrosive pigments.
Colour: Grey
Finish: Matt
Application: By brush or spray
Tender No Conversion of existing tanks and provision of additional facilities Page 103 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

Volume Solids: 40-45%


Theoritical coverage: 13 sqm/ litre @ DFT of 30 microns
DFT: 30-40 microns per coat
Drying Time: Surface Dry – 30 minutes; Hard Dry – Overnight; Full Cure- 7 days
Overcoating Time: Minimum 8 hours; Maximum 24 hours.
Shelf life: 6 months under sealed conditions
5.2 FINISH PAINTS
5.2.1 TWO PACK ALIPHATIC ACRYLIC POLYURETHANE FINISH PAINT (F1)
Part A and Part B are to be mixed together to form a pigmented polyurethane paint in suitable
proportions as recommended by manufacturer.
Part A consists of polyacrylate polyol with appropriate pigments, extenders, solvents and additives.
Part B consists of an aliphatic poly isocyanate with appropriate solvents and additives.
Volume solids : 50-55%
Main pigment : Rutile TiO2 (min.80% w/w on total pigment weight)
and extenders with other suitable pigments to get
the desired colour
Binder : Aliphatic polyisocyanate & polyacrylate polyol
Colour : As desired
Pigment volume concentration : 15-20%
Application : Brush or spray
Dry film thickness per coat : 30-35 microns
Theoretical coverage : 11-13 sq.m/litre
Drying time : Surface dry 1 hr. Full cure 7 days.
Overcoating Time : Overnight to 5 days
Storage life : 3 months under sealed conditions

5.2.2 ALUMINIUM FINISH PAINT (F2)


It is two pack system based on oleoresinous binder & leafing aluminium pigment given separately in
paste form. Both are mized at the time of application.
Volume solids : 20-25%
Main pigment : Aluminium (ASTM 962)
Binder : Oleoresinous binder
Colour : Metallic Aluminium
Application : Brush or spray
Dry film thickness per coat : 15-20 microns
Theoretical coverage : 13-15 sq.m/lite
Drying time : Surface dry 1 hr. hard dry in 8 hours
Overcoating Time : Overnight Min 24 Hrs
Storage life : 6 months under sealed conditions

5.2.3 AMINE ADDUCT CURED HB EPOXY LINER (F3)


Tender No Conversion of existing tanks and provision of additional facilities Page 104 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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

5.2.4 SOLVENTLESS HB EPOXY LINER (F4)


A two pack solventless coating suitable for sustained immersion services in hydrocarbon & water.
Volume solids : 100%
Binder : Catalyzed epoxy resins
Colour : White/ Grey
Application : Brush (for touch up only) or Airless spray
Dry film thickness per coat : 200-500 microns
Theoretical coverage : 2-3 sq.m/litre
Drying time : Overnight
Overcoating Time : 24-48 Hours
Storage life : 9 months under sealed conditions

5.2.5 COAL TAR EPOXY: (F5)


A high build two component epoxy coal-tar product meant for excellent performance under total /
partial / intermittent immersion conditions in salt or fresh water. It is a blend of epoxy and coal-tar pitch
in suitable ratios.
Type of epoxy: Condensation product of bisphenol A and epichlorohydrin with terminal epoxides
groups.
Curing agent: Polyamide
Pigment: Suitable pigment
Volume solids: 80-85%
Application: By brush or airless spray
Dry film thickness / coat: 150-200 microns
Spreading rate (Theoretical): 4 - 5 sq.m/l.
Drying time: Touch dry – overnight dependent on ambient temperature and ventilation. Hard dry – in
48 hours.
Over-coating time: 24-48 hours. This should be very strictly adhered to in order to avoid peeling of
subsequent coat.
Storage life: Up to 9 months under sealed Conditions
Colour: Black/ Brown
Tender No Conversion of existing tanks and provision of additional facilities Page 105 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

5.2.6 SYNTHETIC ENAMEL (F6)


A high quality enamel based on synthetic resin vehicle stable weather resistant pigment designed for
both protection and decoration.
Binder: Alkyd Resin
Pigment: Suitable Pigment
Colour: As desired
Volume solids: 38-40%
Application: By brush or conventional spray
Dry film thickness / coat: 25 microns,
Spreading rate (Theoretical): 15 sqm/l.
Drying time: Surface dry - 4 hrs; Hard dry: in 18 hrs.
Overcoating Time: Minimum Overnight
Storage life: 12 months under sealed conditions
5.2.7 UV RESISTANT POLYEURETHANE BASED FINSH PAINT:
It is a Two component air drying acrylic apliphatic polyeurethane based UV resistant finish paint.
Colour: Assorted shades
Finish: Matt/ Glossy/ Semi-glossy
Application: By brush or airless spray
Volume Solids: 40-45%
Theoritical coverage: 15 sqm/ litre @ DFT of 30 microns
DFT: 30-40 microns per coat
Drying Time: Surface Dry – 70-80 minutes; Hard Dry – Overnight; Full Cure- 7 days
Overcoating Time: Minimum 8 hours; Maximum 24 hours.
Shelf life: 6 months under sealed conditions

PRECAUTIONS TO BE TAKEN DURING PAINTING


Precautions to be taken during application of epoxy and polyurethane paints.

o o
Do not apply when temperature falls below 10 C or rises above 50 C and when relative humidity rises
above 90%. Do not apply during rain, fog or mist.
 Use all the mixed paints within the stipulated pot life period indicated by the manufacturer.

Precautions to be taken during application of Inorganic Zinc Ethyl Silicate Primer


The coating must be fully cured and free from residual solvents before over coating, which normally takes 24
hours but time may be extended if relative humidity is below 80%. While over coating, it is desirable to apply
a mist coat first to avoid bubbing problem which appears due to air entrapment.

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

b. Adhesion to steel (min.) (Elcometer > 10MPa ASTM-


Pull Off) D4541/EN24624
c. Surface Hardness (Cured Film) 75±10 Shore D ASTM D2240/ISO 868

d. Operating Temperatures (-) 35 deg C to (+) 60 deg C

e. Salt Spray (6000Hrs) No EFFECT ASTM – B117-73

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

l. Dew point Ambient Temperature should be > Hygrometer


Dew Point by 30 C Min.
m. Relative Humidity Less than 85% Hygrometer

n. Surface Temperature Min 5ºC, Max 70ºC Surface thermometer

o. Surface Preparation By abrasive blasting

p. Grade of Cleanliness SSPC SP-10/Swedish SA 2 ½ Testex Tape/ Surface


Comparator
q. Surface Profile Min.75 Microns Profile Gauge
Tender No Conversion of existing tanks and provision of additional facilities Page 107 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

r. Dry Film Thickness-DFT 1000 microns Electromagnetic


thickness gauge
s. Adhesion test (Pull Off) > 10Mpa

t. Holiday testing at @5 volts per No Holiday Holiday Testing


micron Machine

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

b. Adhesion to steel (min.) > 10MPa ASTM-


D4541/EN24624
c. Dielectric strength (min) 400 V/mil (15V/µm) ASTM D149

d. Hardness Shore D 75(min) ASTM D2240

e. Tabor Abrasion > 30 cycles/micron of material loss ASTM D4060

f. Impact Resistance (40 mils) 5 Joules ASTM G-14-88

g. Cathodic Disbandment after 30 days, < 5.0 mm ASTM G-8


@ 230C
h. Flexibility (degree per pipe dia.) ~ 0.5 degree NACE RP-0394

i. Thin Film water Absorption < 0.15% ASTM D-3289-03


Inspection for Quality Assurance

j. Dew Point Ambient Temperature should be > Hygrometer


Dew Point by 3ºC Min.
k. Relative Humidity Less than 85% Hygrometer

l. Surface Temperature Min 10ºC, Max 70ºC Surface thermometer

m. Surface Preparation By abrasive blasting

n. Grade of Cleanliness SSPC SP-10/ Swedish Std. Testex Tape/Surface


Comparator
SA2 ½
o. Surface Profile Min.75 Microns Profile Gauge

p. Film Thickness- DFT 1000 microns Electromagnetic


thickness gauge
q. Pull off Adhesion test > 10MPa ASTM D-4541 /
En10289
r. Holiday testing at @ 5 volts per No Holiday Holiday Testing
micron Machine

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.

thickness meter operation.


(Elcometer)
Holiday detector Low voltage coating flaw detection. Required

Adhesion testers Field instrument to measure adhesion. Required

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.

5.3.7 COATING AND WRAPPING OF UNDERGROUND PIPELINE


1.0 SCOPE

This procedure will deal with the most used method of wrapping / coating in Marketing Division,
i.e. COALTAR ENAMEL COATING.

2.0 SURFACE PREPARATION

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).

3.0 PRIMER APPLICATION

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.

During Priming following things should be kept in mind :

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.

4.0 READYING THE COATING ENAMEL

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.

5.0 COATING & WRAPPING

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.

6.0 TESTING OF WRAPPING

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.

5.5 BURN AWAY OF CLOTH OR OTHER MATERIALS


5.5.1 Paint soaked cloth and other materials may cause spontaneous combustion. So it should be burnt
away in the assigned place without storing it in the storing place.
5.5.2 Open air storage should be avoided as direct heat from the sun causes serious deterioration.
5.5.3 Paint in which the pigment has set to a hard mass which cannot be reused by correct mixing should
be rejected. Paint which has gelled should be rejected.
5.6 INSPECTION
5.6.1 For both primer and finish coat no deviation on dry film-thickness shall be tolerated.
5.6.2 Additional coat of paint shall be provided if reduction in thicknesses is noticed. (At
no extra cost).
5.6.3 Engineer-in-charge and / or his representative shall be the inspecting authority of
the work.
5.7 SAFETY
5.7.1 All safety regulations and requirements in force, as stipulated in Projects. Site rule shall be strictly
adhered to by painting contractor.
5.7.2 Any spillage’s of volatiles shall be wiped up immediately, oily or solvent rags shall not be allowed to
accumulate anywhere within the job site and shall be kept in closed container before disposing off.
5.7.3 Material shall be stored in a store to be built by contractor and approved by Site Manager for storage
of painting material.
5.8 COLOR CODING
5.8.1 This section covers the requirements for a colour scheme identifying the contents of piping carrying
products throughout IOCL refineries and petrochemical installations. The colour coding system is
based on international specifications such as ASME, ANSI, BS and Indian Standards including IOCL‘s
existing specification for colour coding.
5.8.2 The system of coding consists of a ground/base colour superimposed with secondary colour bands.
The ground colour identifies the basic nature of the service and the secondary colour bands
distinguish the particular service product contained. Ground colour shall be applied to the entire length
of un-insulated piping.
5.8.3 The frequency of banding on un-insulated pipe shall be as follows:
 Unit Area – Bands at intervals of 6 meters
 Offsite Area – Bands at intervals of 10 meters
Each pipe segment will have a minimum of 1 identification band irrespective of length

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.

covering (inches) bands (mm)


<2” 200

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

Column and vessel 150 mm (height)

Pump, compressor and other


50 mm (height)
machinery

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.

IOCL PAINT COLOUR CODE AND BANDING

Note: Pipes Color coading shall be as per latest IOCL painting


specification.or as specified by the ICOL site incharge.
Typical Colour Coding
Tender No Conversion of existing tanks and provision of additional facilities Page 113 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

100 Two letter space 100 Two letter space

Colour Band Colour Band As per Clause 18.0


Product Name
300 mm

( All dimensions in mm)


5.8.14 Colour coding chart for different generation grades of MS/HSD are illustrated in the section.
MS Bharat Stage III
Two letter space
100 mm 300 mm
Two letter space

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 Bharat Stage III


100 mm

HSD III

HSD Bharat Stage IV


100 mm

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 BS III & BS IV Common Line


100 mm
150+150= 300 mm long

HSD IV /III

SKO
100 mm 300 mm

SKO

5.8.15 SAFETY CHECKLIST

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:

BLASTING AND COATING OPERATIONS – SAFETY CHECKLIST


Confirmation or
Abrasive Blasting
Comments
Written release for painting works
Potential for trips, slips or falls
Barricade around work area and warning notices placed
in conspicuous locations
Well trained operators
Air fed helmet and air purifier (in good working order)
Good coveralls, cape and gauntlets
Appropriate safety boots
Ear protectors (where needed)
Dead-mans handle for operator
Antistatic hoses with external quick fittings
Intercom or clear sign language between the blaster and
the pot man
All compressors, hoses, nozzles and ancillary items are
in good efficient working order
Painting
Well trained operators
Tender No Conversion of existing tanks and provision of additional facilities Page 116 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

Safety boots
Overalls
Gloves
Eye protection
Ear protectors (where needed)
All tools and equipment are appropriately calibrated
and are in good working order

5.8.16 APPROVED PAINT PRODUCT MANUFACTURERS

APPROVED PAINT PRODUCT - TABLE 4

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)

Two Pack Acrylic Apcothane Carbothane 134 Interthane


Hardtop XP SigmaDur 550
Polyurethane HBPU HG 990

Two Pack Acrylic Carbothane 134 Interthane


(PC 1303) Hardtop XP SigmaDur 550
Polyurethane HG 990

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

Two Pack Epoxy Apcoguard CF Intertherm Tankguard


Thermaline 450 SigmaTherm 230
Phenolic 707 228 Storage
Tender No Conversion of existing tanks and provision of additional facilities Page 117 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

High Build Epoxy Carboguard 893


Rust-O-Cap Intergard 410 Penguard HB SigmaCover 456
(>50% VS) SG

Glass Flake Interzone Jotamastic 87


- Carboguard 1209 SigmaShield 825
Epoxy 1000 GF - Note 5

Heat Resistant
Intertherm
Cold Spray - - - -
898 CSA
Aluminium

6.0 INSPECTION FORMAT DURING PAINT APPLICATION


Surface preparation adopted
Type of primer used
Method of application
Date and time of application
Whether condition prevailing on the day of
application (temp.) humidity, rainy, sunshine)
DFT measured (24 hour later)
Method of application
Date of time of application
Whether condition on the day of application
DFT measured
Type of subsequent paint
Method of application
Date and time of application
Whether condition on the day providing and fixing
application.
Tender No Conversion of existing tanks and provision of additional facilities Page 118 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

TECHNICAL SPECIFICATION OF FIXED WATER SPRAY/ FIXED FOAM ACCESSORIES

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. )

1. INLINE BALANCE PRESSURE FOAM PROPORTIONER


1.1 TECHNICAL DATA:
1.1.1 MOC - Stainless Steel (304) construction (ASTM A351-CF8)
1.1.2 SIZE: 80, 100 & 150 NB (As per Design)
1.1.3 MAXIMUM SERVICE: 14 Bar (200 PSI) PRESSURE
1.1.4 MINIMUM WORKING: 3.0 Bar (44 PSI) PRESSURE
1.1.5 MOUNTING Between the Flanges: ANSI B16.5-150#
1.1.6 THREAD OPENING: BSPT or NPT optional
1.1.7 PRESSURE SENSING HOSE: TEFLON tube with Stainless Steel braided cover
1.1.8 TRIM CONNECTION & VARIOUS CONTROL VALVES: Stainless Steel
1.1.9 FACTORY HYDROSTATIC TEST PRESSURE: 25 Kg./ Sq.cm. (350 PSI)
1.1.10 FINISH Epoxy red painted
1.2 APPLICATION:
1.2.1 As per The Inline Balance Pressure Foam Proportioners are used with positive displacement
foam concentrate supply pump . The system controls accurately the flow of foam
concentrate into the water stream over a wide range of flow rate and pressure.
1.2.2 The Inline Balance Pressure Foam Proportioning System is used for simultaneous operation
of the multiple foam injection even with different pressures between the two injection point
with a single concentrate supply line. Various sizes of inline balance pressure proportioners
can be combined to suit the flow requirement of each hazard area.
1.3 SPECIFICATIONS:
1.3.1 As per Inline balance pressure proportioning system utilizes a single, positive displacement
foam concentrate supply pump, an atmospheric foam concentrate storage tank, inline
balance proportioner, and a foam concentrate regulating valve. The pressure regulating
valve is mounted on foam concentrate return line to the foam concentrate storage tank. The
valve regulates the foam concentrate supply pressure.
1.3.2 The Inline balance pressure proportioner consists of a ratio controller, diaphragm operated
pressure balancing valve, water and foam gauges, and pressure sensing hose of teflon tube
with stainless steel braided cover, interconnecting trim fittings with various control and flush
valves. The water inlet pressure and foam concentrate pressure at metering orifice is sensed
by a diaphragm valve and it automatically balances the concentrate supply to provide
accurately proportioned water foam solution over a wide range of flow conditions
1.3.3 A foam concentrate supply valve is also provided as an optional item. The system requires
foam concentrate supply pressure of 1.5-2.0 bar higher than the water supply pressure. The
Inline balance pressure proportioner is also provided with a manual balancing valve.
Tender No Conversion of existing tanks and provision of additional facilities Page 119 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

3. MEDIUM VELOCITY SPRAY NOZZLE:


3.1 TECHNICAL DATA:
3.1.1 MOC: Stainless Steel Material with strainer
3.1.2 MAXIMUM WORKING PRESSURE: 12 Bar (175 PSI)
3.1.3 EFFECTIVE WORKING PRESSURE: 1.4 to 3.5 Kg/Sq.cm (20 - 50 PSI)
3.1.4 END CONNECTION ½” BSPT (½” NPT OPTIONAL)
3.1.5 FINISH: Natural finish
3.1.6 SPRAY ANGLE & K FACTOR: As per Design
Tender No Conversion of existing tanks and provision of additional facilities Page 120 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

3.1.7 HOUSING: A351-CF8M


3.1.8 PIN: ASTM-A479 GR 31803
3.1.9 DEFLECTOR: ASTM A240 GR 2205
3.1.10 STRAINER: STAINLESS STEEL 316
3.2 APPLICATION:
3.2.1 Medium Velocity Water Spray Nozzles are open type (non-automatic nozzles, designed for
directional spray application in fixed fire protection system.
3.2.2 Medium velocity water spray nozzle has an external deflector, which discharges water in a
directional cone shaped pattern of small droplet size. The water is uniformly distributed over
the surface to be protected.
3.2.3 The main pipeline strainer as per NFPA-15 is required for system utilizing nozzle orifice
diameter less than 9.5mm (3/8 inch) and also for the system water likely to contain
obstructive materials
4. FOAM MAKER
4.1 TECHNICAL DATA
4.1.1 MOC: Carbon Steel
4.1.2 Inlet Size: 65 NB, 80 NB, 100 NB (As per design)
4.1.3 Working Pressure: Min 2.8 kg/sqcm; Max: 7 kg/sqcm
4.1.4 Flange Connection: ANSI B 16.5 # 150
4.1.5 Vapour Seal Rupture pressure: 0.7 to 1.75 kg/sqcm
4.1.6 Maximum permissible Back pressure: 0.07 kg/sqcm
4.1.7 Vapour Seal: Glass
4.1.8 Finish: Red RAL 3000
4.2 SPECIFICATIONS
4.2.1 Foam Chamber is an air aspirating foam discharge device, covering wide range of flow from
150 to 2400 litres per minute at 2.8 to 7 kg/sq.cm. inlet pressure. The Foam Chamber
contains a vapour seal to prevent the entry of vapour into the foam chamber and the foam
solution pipe. Each foam chamber is supplied with an orifice plate, designed for the required
flow and inlet pressure. The orifice is field replaceable in the event of change in design
parameters.
4.2.2 The foam is produced by introducing air into the foam solution stream. The inlet of foam
chamber is designed to create venturi jet which draws air into the foam solution stream. The
air is drawn into the foam solution through the holes located on the foam chamber covered
with stainless steel screen to exclude nesting birds and insects. The aerated foam is directed
into the deflector for the gentle application of the expanded foam.
4.2.3 On removal of cover plate from the top of the chamber allows the system to be tested and to
draw a sample of the expanded foam, without removing the vapour seal or disconnecting the
foam chamber from the tank. Frangible glass bursting disc (vapour seal) can be replaced by
easily.
4.2.4 The vapour seal is designed to rupture within 0.7 to 1.75 Kg/sq.cm. (10 to 25 PSI) pressure
at inlet flange of Foam Chamber, as required by NFPA, UL & FM standard. The vapour seal
will withstand maximum back pressure of 0.07 Kg/sq.cm. Bar (1.0 PSI) or equal to 686mm of
water column as specified by API for welded storage tank.
Tender No Conversion of existing tanks and provision of additional facilities Page 121 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

7.1.1 TANK MOUNTING: Vertical or Horizontal (during drawing approval)


7.1.2 CONCENTRATE STORAGE CAPACITY: (As per design)
7.1.3 MAXIMUM WORKING PRESSURE: > 12 kg/sqcm
7.1.4 FACTORY HYDRO-TEST PRESSURE: As per ASME code
7.1.5 VESSEL CONSTRUCTION: Carbon Steel as per ASME Code Section VIII Div 1, for unfired
pressure vessels
7.1.6 CE Mark: Required
7.1.7 ASME “U” STAMP: Required
7.1.8 BLADDER: Buna-N
7.1.9 CENTRE TUBE: Perforated PVC
7.1.10 EXTERNAL PIPING: Water side: Carbon Steel seamless pipe sch 40 Foam concentrate
side: Stainless Steel sch 40
7.1.11 VENT AND DRAIN: Ball valve
7.1.12 Sight gauge with shut off and drain valve (polycarbonate material): Required
7.1.13 Ladder: Required
7.1.14 Filling kit: Required
7.1.15 Seismic designed tanks: Required
7.1.16 Thermal Relief valve: Required
7.1.17 Full flow, ASME “U” Stamped: Required
8. AFFF MOTHER TANK (POLY PROPYLENE)
8.1 TECHNICAL DATA
8.1.1 Type: Cylindrical Vertical Tank with Flat Bottom & Conical Top with Manhole
8.1.2 Capacity: 21KL Net capacity + 2% vapour Space.
8.1.3 Design Pressure: Atmospheric + Full of Liquid
8.1.4 Design Temperature: 80 Degree C.
8.1.5 MOC: Spiral PP/ 100% Virgin HDPE
8.1.6 Size : 2700 mm Dia. X 3800 mm Height or as per Design
8.1.7 Shell Thickness : 25/ 22 / 20 / 18 / 15 / 12 mm (as per design to be approved by IOCL/
IOCL’s Consultant)
8.1.8 Bottom Thickness : 25 mm
8.1.9 Top Thickness : 15 mm
8.1.10 Manhole Details: 2 Nos. Manhole : 500 mm Flanged Type with Lid on Top/ Manhole : 500
mm Flanged Type on Shell of Tank
8.1.11 Flanged Nozzle : Outlet 80 mm NB – 2 Nos., Inlet 80 mm NB – 2 Nos.,
8.1.12 Sight Level Indicator
8.1.13 Nozzles 25 mm NB – 4 Nos.
8.1.14 Level Indicator : Polycarbonate Tubular Type Flanged Ends at 1750 mm distance x 2 Nos.
8.1.15 Ladder required: With same material of MOC of Tank.
Tender No Conversion of existing tanks and provision of additional facilities Page 123 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

8.1.16 Equipment would be extrusion welded on all seams


(Note: Design & GA drawing to be got approved by IOCL/ IOCL’s Consultant)
Tender No Conversion of existing tanks and provision of additional facilities Page 124 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

QUALITY ASSURANCE PLAN FOR FABRICATION OF PIPINGS


SL. DESCRIPTION OF ITEMS CHARACTERISTIC TYPE/ EXTENT REFEREN ACCEPTANC FORMAT OF AGENCY REMARKS
NO S METHOD OF CHECK CE E RECORD
P W V
. TO BE CHECKED OF CHECK DOCUMEN STANDARDS
T
MATERIAL
IDENTIFICATION
1 1.Physical, chemical Physical & As per APPD API 5 L MFTRS TC 3 3/1 1,2 For IOC supplied
Pipes pro Chemical Tests Specification DRGS / IS 1978 pipes.
pert DATA IS 1239
ies, SHEET ASTM A 106
heat
treat Meas. & Visual 100 % ANSI B 36.10/ FORM-4 & IR 2 1
men API 5L,IS
t APPD 1978, 1239, A
DRGS / 106
2 Physical & As per DATA MILL TC 3 3/1 1,2
Flanges 2.Dimensions and Chemical Tests Specification SHEET A 105 & A 181
surf .
ace
qual Meas .& Visual APPD FORM-5 & IR 2 1 1,2
ity. 100 % DRGS / ANSI B 16.5
DATA
3 Physical & SHEET MFTRS TC 3 3/1 1,2
Pipe fittings 1.Physical, chemical Chemical Tests. As per WO/ ASTM
pro Specification A 234
pert APPD
ies, Meas. & Visual DRGS / FORM-5 & IR 2 1
heat 100 % DATA ANSI B 16.9
treat SHEET
4 men Physical & MFTRS TC 3/2 2,1
Bolts, nuts for flanges & t. Chemical Tests As per APPD ASME SA 193
structurals Specification DRGS / & SA 194
2.Dimensions & . DATA
surface quality. Meas . & SHEET FORM-7 & IR 2 1 10% random
Visual ANSI B 1.1/ B meas. & 100%
1.Physical, chemical 100 % 1.2/ B 18.2.2 visual by 1.
pro APPD
5 pert DRGS / MILL TC 3 3,1 1,2 If required
Structurals for supports, etc ies, Verification of DATA IS 2062 Gr random test by 2.
heat purchased As per Spec. SHEET A/B,
treat documents, TC ASTM A 6, A
men APPD 20
t. DRGS / IR 2 1
Meas. & Visual DATA
2.Dimensions & 100% SHEET
surf IS 2062, ASTM
ace A 6, A 20
qual APPD
ity. DRGS /
DATA
1.Physical chemical SHEET
pro
pert
ies, APPD.DRG
heat S./
treat DATA
men SHEET
t

2.Dimensions &
surface quality. APPD.DRG
S./
DATA
1.Physical, chemical SHEET
properties.

2.Dimensions and
surface quality

P PERFORMED BY 1. IOC / IOC AUTHORISED REPRESENTATIVE IR :


INSPECTION RECORD TO BE MAINTENED BY MAIN FABRICATOR
W WITNESSED BY 2. MAIN FABRICATING AGENCY MEAS: MEASUREMENT

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.

QUALITY ASSURANCE PLAN FOR FABRICATION OF PIPINGS


SL. DESCRIPTION OF CHARACTERIS TYPE/ EXTENT REFEREN ACCEPTAN FORMA AGENCY REMARKS
NO. ITEMS TICS METHOD OF CE CE T OF P W V
TO BE OF CHECK CHECK DOCUMEN STANDARD RECOR
CHECKED T S D
IN PROCESS:

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.

7 Desired property of Physical and 100 % WPS ASME FORM-09 2 1,


Welding procedure welding Chemical SEC.IX & 10 2
qualification test and Tests
record
8 Ability of welders 100 % WPQ 2
to make sound weld Radiography ASME FORM-11 1,
Welders Performance SEC.IX & 12 2
9 Qualification Alignment,Dimensi 100 % APPD 2 H
on, Cleanliness Meas /Visual DRGS.
Fitment of weld joints along seam APPD. FORM-19 2,
10 Free of flaw 100% DRGS. & IR 2 1
Visual/DPT WPS
Root run after back
11 gauging of Butt weld 1.Smoothness and 100% ANSI B 31.3/ FORM-19 2 2,
joints Reinforcement Visual ANSI B 31.4 & IR 1
31.3/
Finished Butt weld 2.Internal Flaws ANSI B B 31.4 ANSI B 31.3/ 2/ 1 H
joints Radiography 31.3/ WO 31.4 IR 3 2,
ANSI B 1
31.3, ANSI B3 1.3/
12 1.Fitment 100 % APPROVED ASME SEC V FORM-23
Visual, PROCEDUR 2 2
2.Root welding free Meas. 100 % E
of ANSI B 31.3 2
Welding of the branch flaw Visual, DPT WPS/ FORM-19
connections, fillet & 100 % ANSI B 31.3 ANSI B 31.3 & IR 2,
girth welding 3.Soundness of WPS/ 2 1
final Visual ANSI B 31.3 FORM-
welding Pneumatic ANSI B 31.3 19/24 & 2,
13 (if pad 100 % ANSI B 31.3 IR 1 1
provided) 2
Completeness, FORM-19
Cleanliness, Visual, APPD.DRGS. & IR 2,
Inspection prior to Overall Random APPD.DRG / 1
release for hydrotest dimensions, Meas, S. DATA
Layout, Verifications DATA SHEET/
Fittings, of records SHEET ANSI B 31.3 FORM-19
Radiography
etc.

P PERFORMED BY 1. IOC / IOC AUTHORISED REPRESENTATIVE IR :


INSPECTION RECORD TO BE MAINTENED BY MAIN FABRICATOR
W WITNESSED BY 2. MAIN FABRICATING AGENCY MEAS: MEASUREMENT

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.

QUALITY ASSURANCE PLAN FOR FABRICATION OF PIPINGS


SL. ITEM CHARACTERISTICS TYPE/METH EXTENT REFEREN ACCEPTAN FORMAT OF AGENCY REMARKS
N0. DESCRIPTION TO BE CHECKED OD OF CE CE RECORDS
OF CHECK CHECK DOCUME STANDARD P W V
NTS S
14 Hydraulic test Leak tightness & Alignment Hydrotest 100 % APPD API 1110 & FORM-19 & 2 1 H
DRGS, ANSI B 31.3 IR
Free of foreign materials, ANSI B
15 External/ Cleanliness Visual 100% 31.3 Technical 2 1,
Internal Specifications FORM-19 & 2
cleaning, Technical , WO IR
Flushing 1.Surface Preparation specificatio
16 2.Surface Finish Visual 100 % ns Approved 2
3.Coating Thickness Mech. Gauge Random procedure/W 2,
Painting Elco Meter Random O FORM-28 & 1
Overall quality, Data Keeping, Approved IR
17 As built layout drg, etc. Review of all 100 % procedure 2 1 Documents to
TC, IR of Technical be submitted to
QA & QC previous Specifications 2 1.
Documentation stages & Technical & applicable FORM-27
Documentatio Specificatio Codes, WO
n n, WO

P PERFORMED BY 1. IOC / IOC AUTHORISED REPRESENTATIVE IR :


INSPECTION RECORD TO BE MAINTENED BY MAIN FABRICATOR
W WITNESSED BY 2. MAIN FABRICATING AGENCY MEAS: MEASUREMENT

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.

TYPICAL QUALITY ASSURANCE PLAN FOR MECHANICAL WORKS


Refer following documents attached separately for Inspection and Test Plan plan for mechanical works

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.

rawings n, root Plumpnes


mention gap, s
cleanliness
along
seam
D. FABRICATION/ERECTIONOFBOTTOM PLATE
Dimension
s, Measure Cutting
Platesize,marki Approved
D1 checking M ment & 100% Layout IR P R R
ngandcutting drawing
diagonal & Visual Plan
squaring
Cleanlines
Blastcleaning&p Approved
s/ Surface Approved
aintingofundersi DFT, painting
D2 Profile & M 100% painting IR P W W
deofbottomplate Elcometer specificatio
Coating specification
s. n
thickness
Cutting
layout and
Approved
Platelayout,over edge Approved
D3 M Visual 100% drawing , IR P R R
lap andfit up preparatio drawing
API 650
n, Welding

Size and Cutting


Visual &
positioningofba layout and Approved Approved
D4 M Dimensio 100% IR P R R
ckingplate for Edge Drawing drawing
n
annular plates preparation
Smoothnes
Visualcheckofw s and
D5 M Visual 100% API 650 API 650 IR P W R
elding Reinforce
ment
DPT/Radiograp Visual,
hy internal
Radiogra
ofannularplateb flaws, phy,
D6 uttwelds and Peaking/ M 100% API 650 API 650 IR P W W
Measure
bottomplatebutt Bending/
ment/Plu
welds(AsApplic Circularity
mp
able)
Vacuumbox
Vacuum
D7 testforbottompla Visual M 100% API 650 API 650 IR P W W
Test
tewelding
E. FABRICATION/ERECTIONSHELL / NOZZLE/ GIRDERS & STRUCTURES
Dimension
Cutting
Platesize,marki s, checking Meas. & Approved
E1 M 100% Layout IR P R R
ngandcutting diagonal & Visual drawing
Plan
squaring
Check Shell
diameter &
circumference
for circularity
with strapping
tap, Dimension Meas. & Approved Approved
E2 M 100% IR P W W
& Shape Visual drawing drawing
perpendicularity
, straight edge
before welding
and
documenting

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

Splice joints of Dimension Visual/ Approved


E10 s& M Measure 100% drawing/A API 650 IR P R R
rafters/truss Welding ment PI 650
F. FABRICATION/ERECTIONFLOATINGROOF(AS APPLICABLE)
Plate size, Dimension
Cutting
s, checking Meas. & Approved
F1 straightening M 100% Layout IR P R R
diagonal & Visual drawing
and cutting Plan
squaring
Deck plate lap Fitment/Di Visual/
Approved
F2 mension, M Measure 100% API 650 IR P R R
joint drawing
Slope ment
Buoys/ Pontoon Visual/
Fitment/Di Approved
F3 fabrications (If M Measure 100% API 650 IR P R R
mension drawing
any) ment
Vacuum testing
Vacuum
F4 of roof- plates Visual M 100% API 650 API 650 IR P W W
Test
welds
Location of Visual/
Fitment/Di Approved
F5 M Measure 100% API 650 IR P R R
sleeve support mension drawing
ment
Weld
Pad Plate Soundness
welding with Visual/
, Approved
F5 M Measure 100% API 650 IR P R R
roof and sleeve smoothnes drawing
ment
s, edge
support
preparation
Fixing and Weld
Visual/
Soundness Approved
F6 welding of M Measure 100% API 650 IR P R R
, drawing
Buoys & Initial - ment
smoothnes
Tender No Conversion of existing tanks and provision of additional facilities Page 130 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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.

LIST OF INSPECTION AGENCIES FOR ALL THIRD PARTY INSPECTIONS


1. M/s Projects & Development India Ltd.
st
Bengal Chemical Building, 1 Floor,
502, S.V.Savarkar Marg, Prabhadevi, Mumbai – 400025
2. M/s Lloyd’s Register of Shipping.
th
Solitaire Corporate Park,Bldg. No 1, 4 Floor,
151 M. Vasanji Road, Chakala,
Andheri (East), MUMBAI – 400093
3. M/s Indian Register of Shipping
52 A, Adi Shankaracharya Marg,
Opp. Powai Lake, Powai, Mumbai – 400072
4. M/s Bureau Veritas Industrial Services (India) Pvt Ltd.
th
The Leela Galleria, 5 Floor,
Andheri Kurla Road, Andheri (E),MUMBAI – 400059
5. M/s Det Norske Veritas
th
Emgeen Chambers, 5 Floor,10, CST Road (Opp. Kalina University Campus)
Santacruz (East), MUMBAI – 400092
6. M/s Certification Engineers Intl. Ltd. (CEIL),
th
Great Eastern Chambers, 5 Floor, Sector II,
Belapur CBD, NAVI MUMBAI – 400614
7. M/s Directorate General of Supplies & Disposals (DGS&D)
st
1 Floor, Director of Quality Assurance,
Ayakar Bhawan Annexe, New Marine Lines,
Mumbai – 400020
8. M/s Rail India Technical & Economic Services
nd
Western Region, Inspection Wing, 2 Floor,
Churchgate Station Building, Churchgate, Mumbai – 400020
9. M/s UL India Pvt. Ltd.
nd
205-209, 2 Floor,Prestige Meridian – 1
29, MG Road,Bangalore - 560001

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.

LIST OF APPROVED MAKES/BRANDS


LIST OF APPROVED MAKES FOR CIVIL WORKS

S.No. MATERIALS APPROVED MAKES IS CODE REF.

1 ORDINARY PORTLAND CEMENT ULTRA TECH / JP/ JK/ BIRLA / 8112 : 1989
ACC / MADRAS CEMENTS /
12269 : 1987
INDIA CEMENTS/ AMBUJA/
DALMIA / ZUARI/RAMCO

2 STRUCTURAL STEEL - SECTIONS, TATA / SAIL / VIZAG / JINDAL 2062 : 1999


PLATES, RODS, FLATS, STRIPS
ETC.,

3 MS TUBULAR SECTIONS TATA / SAIL / VIZAG / JINDAL 1161 : 1963

4 REINFORCEMENT STEEL – MILD TATA/ SAIL/ VIZAG/ JINDAL/ 432 : 1982


STEEL AND MEDIUM TENSILE BARS KAMDHENU

5 REINFORCEMENT STEEL – HIGH TATA/ SAIL/ VIZAG/ JINDAL/ 1786 : 1985


STRENGTH DEFORMED STEEL KAMDHENU
BARS

6 BURNT CLAY BUILDING BRICKS ANY APPROVED MAKE 1077 : 1992


MEETING SPECS

7 STANDARD CERAMIC TILES KAJARIA / NITCO / REGENCY / 13712 : 1993


(WALLS/FLOOR) / VITRIFIED SOMANY / JOHNSON / RAK/
CERAMIC TILES HINDWARE

8 ROLLING SHUTTERS/ROLLING VINAYAGA/ SWASTIK/ GAPL/ 6248 : 1979


GRILLS RAMA INDUSTRIES/ FK
ROLLING SHUTTERS/ MM
VISION/ AVIANS

9 ALUMINIUM SECTIONS FOR DOORS, HINDALCO /JINDAL/ BHORUKA/ 1948 , 1285


WINDOWS, VENTILATORS, AJIT INDIA/ ALUMLITE
PARTITIONS

10 PRELAMINATED PARTICLE BOARD NOVOPAN/ ARCHIDPLY/ 12823 : 1990


KITSOL/ ANCHOR/ GREENPLY

11 DOOR CLOSER EVERITE / HARDWYN / RITZ/ 3564 : 1996


KADSON / DORSET/ DORMA

12 FLOOR SPRING EVERIE / HARDWYN / RITZ/ / 6315 : 1992


KADSON / DORSET/ GARNISH/
DORMA

13 WATERPROOFING COMPOUNDS FOSROC / ROFF / SIKA / CICCO / 2645 : 2003


ACC/PIDILITE/ DR FIXIT/
IMPERMO

14 FLOOR HARDENER IRONITE / HARDONITE/ 9197 : 1979


FOSROC/ PIDILITE/ DR FIXIT/
Tender No Conversion of existing tanks and provision of additional facilities Page 135 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

S.No. MATERIALS APPROVED MAKES IS CODE REF.

SIKA/ HARDCRETE

15 ACRYLIC EMULSION, PAINTS, I.C.I /BERGER /ASIAN 354 : 1989, 428


DISTEMPERS /NEROLAC / JENSON & : 2000
NICHOLSON/ DULUX/ NIPPON/
BRITISH PAINTS

16 WATERP ROOF CEMENT PAINTS SNOWCEM PLUS / DURACEM / 5410 : 1992


SUPREME /
SURFACEM/BERGER/ JP/
BRITISH PAINTS/

17 PRESSED CLAY TILES (FOR ANY APPROVED MAKE 2690 : Part I :


WATERPROOFING) 1993

18 PRESSED CEMENT CONCRETE EUROCON / ULTRA / 13801 : 1993


TILES DURACRETE/ SOBHA/ DAZZLE
OR EQUIVALENT APPROVED
MAKE

19 PRECAST CEMENT CONCRETE EUROCON / ULTRA/ SOBHA OR 5758 : 1984


KERBS EQUIVALENT APPROVED MAKE

20 GRANITE TILES ANY IS APPROVED MAKE 14223 : Part 1 :


1995

21 RCC HUME PIPES INDIAN HUME PIPE CO LTD OR 458 : 2003


EQUIVALENT AS APPROVED

22 ROAD MARKING PAINTS SHALIMAR / MRF/ ASIAN 164 : 1981

23 GI PIPES TATA / ZENITH / JINDAL / 6631 : 1972


SWASTIK

24 GI FITTINGS TATA / 'R' BRAND / K BRAND/ 1239 : 1992


UNIK

25 BRASS FLOAT VALVES WITH LEADER / ORIENT / ZOLOTO/ 1703 : 2000


COPPER FLOATS NETA

26 CP BRASS STOP COCKS ARK-SOMA / PARKO / METRO- 781 : 1984


SUPER / NOVA SPECTRUM /
ESS ESS/ JAGUAR/ JAL

27 FLOOR TRAP (NAHANI TRAP) APPROVED MAKE 2556 :1973

28 SW GULLY TRAP APPROVED MAKE 651 : 1992

29 CP BRASS PILLAR TAPS ARK-SOMA / PARKO / METRO- 8931 : 1993


SUPER / NOVA SPECTRUM /
ESS

30 PADLOCKS GODREJ / HARRISON 1018 : 1982

31 MORTICE SLIDING DOOR LOCK GODREJ OR EQVT. APPROVED 8760


MAKE
Tender No Conversion of existing tanks and provision of additional facilities Page 136 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

S.No. MATERIALS APPROVED MAKES IS CODE REF.

32 MORTICE DEAD LOCK GODREJ OR EQVT. APPROVED 7540


MAKE

33 REBATED MORTICE LOCK GODREJ OR EQVT. APPROVED 6607


(VERTICAL) MAKE

34 MORTICE LOCK (VERTICAL TYPE) GODREJ OR EQVT. APPROVED 2209


MAKE

35 CHAINLINK FENCING FABRIC ANY IS APPROVED MAKE 2721 : 2003

36 MOTOR FOR SUBMERSIBLE ANY IS APPROVED MAKE 9283 : 1985


PUMPSET FOR WATER

37 Hi-Rib Bare Galvalume, Hi-Rib TATA BLUESCOPE/ INTER STEEL : ASTM


Galvalume colour coated, GI Hi-Rib, GI ARCH / CRIL (Colour Roof India A 446
Hi-Rib colour coated roof sheeting Ltd)/ METACRAFT / METACIL /
AZ 150
/Gutter /Flashings/ skylights . CONWED/ SPECOTECH/
COATING :
ROOFFIT/ SWASTIK ROOFING
SYSTEMS/ SATEC/ INDIAN ASTM A792
ROOFING INDUSTRIES/ DELTA
STEEL STRUCTURES (P) LTD/
ZAMIL STEEL/ PRIMEX
BUILDING SYSTEMS (P) LTD/
FLEXI TUFF INDUSTRIES/
HARSON ASSOCIATES/ UNI
MET PROFILES (P) LTD/
METCRAFT

38 ROOF TURBO VENTS DURAFLO/ BLAZE ENIGNEERS/


AIR CREATIONS INDIA/ GOLDEN
INDUSTRIES/ AIRIER NATURE
(P) LTD/ MUKTA ENGINEERS/
SWASTIK ROOFING/

39 INTERLOCK CONCRETE PAVERS/ APPROVED MAKE MEETING AS PER BS


KERB STONES SPECIFICATIONS 6717 : PART1
: 1986 AND AS
PER IS 1237
1980 - AFTER
PRIOR
APPROVAL
FROM IOCL

40 SWITCHES / SWITCH SOCKET BEST & CROMPTON / MDS /


OUTLETS (INDUSTRIAL/ MS) INDO ASIAN / HAVELLS/
ANCHOR

41 SWITCHES, SOCKETS, BELL PUSH, Anchor, MK India, MDS, Legrand,


ELECTRONIC REGULATORS, ETC GE
PIANO TYPE

42 MODULAR TYPE SWITCHES, Anchor, Crab Tree, MK India,


SOCKETS, BELL PUSH,
Tender No Conversion of existing tanks and provision of additional facilities Page 137 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

S.No. MATERIALS APPROVED MAKES IS CODE REF.

ELECTRONIC REGULATORS, Clipsal, MDS, Legrand


TELEPHONE, TV, RJ 45 SOCKETS
ETC

43 EXPANSION JOINT FOR RCC Shalimar, Kampun Polymers,


WORKS JollyBoard, Softex Industrial
Products, Duron Polyvinyls (P) ltd

45 POLY-SULPHIDE SEALING Fosroc, Pidilite, Anabond, Dr Fixit,


COMPOUND Nitobond

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.

LIST OF APPROVED MAKES FOR MECHANICAL WORKS

1. PUMPS – HORIZONTAL CENTRIFUGAL: (GENERAL WATER SERVICE)


VENDOR NAME ADDRESS & CONTACT DETAILS
126, Maker Chambers III, Nariman Point, Mumbai 400 021.
Mr. Prashant Kumar (Branch Manager)
KSB PUMPS LTD. Phone:+91 22 6658 8787
Fax:+92 22 6658 8788
Mobile:+91 98212 30248
10, Corporate Park, Sion Trombay Road,
Chembur, Mumbai 400 071.
Mr. Pawan Kulkarni (Asst Manager-Industry Sector)
KIRLOSKAR BROTHERS LTD. Phone : +91 22 2528 9320-28
Mobile: +91 9619931391
Email: [email protected]
Customer Care Toll Free Number : 1800 - 10 - 34443
215, 2 nd Floor, Marathon Max Building, Mulund Link Road, L
B S Marg, Mulund West, Mumbai – 400080.
FLOWSERVE INDIA Phone : +(91)-22-25908220, 25908221, 25908222
CONTROLS PVT. LTD
Mobile : +(91)-9820617767
Fax : +(91)-22-25908222
Plot No 9, Thane Belapur Road, Dighe, Navi Mumbai -
400708, MIDC.
SULZER PUMPS INDIA LTD.
Phone : +(91)-22-39130500, 39130525, 39130516
Fax : +(91)-22-27796814, 27796811
BHARAT PUMPS & C/o R&C Mulund Works, L.B.S Marg, R mall, Mulund West,
COMPRESSORS LTD Mumbai-400080.
Phone No: 022-25918779/25917342
Fax No: 022-25918825
E-mail: [email protected]
WILO MATHER & PLATT 101, Centre Point, Andheri Kurla Road, Andheri (East), J B
PUMPS LTD Nagar, Mumbai – 400059.
Phone : +(91)-22-66910769, 66910779
Mobile : +(91)-9892267876, 9820421086
Fax : +(91)-22-66910780
FLOWMORE LTD. 714 / 715, 7th Floor, Marathon max
Mulund link road, Mulund (west) Mumbai—400 080.
Tender No Conversion of existing tanks and provision of additional facilities Page 139 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


Phone – 022- 32092134/ 32232135/ 67997964
Fax – 022 – 67997965
E-mail : [email protected]
TEXMO INDUSTRIES Flat No 302, 3rd Floor, Shri Ganesh Darshan Apartment,
Thane West, Thane - 400601, Opp State Bank Of India,
Jambli Naka.
Phone : +(91)-22-25382724, 65971029
BEACON WEIR 1st Flr 8 Sona Udyog Bldg No 4, Parsi Panchayat Rd,
Andheri East, Mumbai – 400069.
Phone : +(91) 28389610, 28378581, 28381938,
65244091
A R WILFLEY INDIA PVT. LTD. 301 Timmy Arcade, Makwana Road, Andheri East, Mumbai -
400059, Marol Naka.
Phone : +(91)-22-28525533/28525800
CROMPTION GREAVES Corporate Communication Division, 2nd Floor, Stamping
Division Building, Kanjurmarg East, Mumbai – 400042.
Phone No. +(91)-22-7558630, 67558631, 67558413,
67558173,67558000,67558606,25782451, 67558629,
Customer Care Toll Free Number : 18004190505
Mobile : +(91)-9769208606
Fax : +(91)-22-67558669, 25787283
ATLAS COPCO Mahatma Gandhi Memorial Building, Charni rd, Girgaon,
Mumbai - 400002.
Phone : 022 2208 5631
Customer Care Toll Free Number :1800 200 0030

2. PUMPS – VERTICAL CENTRIFUGAL:


VENDOR NAME ADDRESS & CONTACT DETAILS
KSB PUMPS LTD. (PUNE) 126, Maker Chambers III, Nariman Point, Mumbai 400 021.
Mr. Prashant Kumar (Branch Manager)
Phone:+91 22 6658 8787
Fax:+92 22 6658 8788
Mobile:+91 98212 30248
KIRLOSKAR BROTHERS LTD. 10, Corporate Park, Sion Trombay Road,
Chembur, Mumbai 400 071.
Mr. Pawan Kulkarni (Asst Manager-Industry Sector)
Phone : +91 22 2528 9320-28
Tender No Conversion of existing tanks and provision of additional facilities Page 140 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


Mobile: +91 9619931391
Email: [email protected]
Customer Care Toll Free Number : 1800 - 10 - 34443
FLOWSERVE INDIA 215, 2 nd Floor, Marathon Max Building, Mulund Link Road,
CONTROLS PVT. LTD. L B S Marg, Mulund West, Mumbai – 400080.
Phone : +(91)-22-25908220, 25908221, 25908222
Mobile : +(91)-9820617767
Fax : +(91)-22-25908222
SULZER PUMPS INDIA LTD. Plot No 9, Thane Belapur Road, Dighe, Navi Mumbai -
400708, MIDC.
Phone : +(91)-22-39130500, 39130525, 39130516
Fax : +(91)-22-27796814, 27796811
TEXMO INDUSTRIES Flat No 302, 3rd Floor, Shri Ganesh Darshan Apartment,
Thane West, Thane - 400601, Opp State Bank Of India,
Jambli Naka.
Phone : +(91)-22-25382724, 65971029
BHARAT PUMPS & C/o R&C Mulund Works, L.B.S Marg, R mall, Mulund West,
COMPRESSORS LTD Mumbai-400080.
Phone No: 022-25918779/25917342
Fax No: 022-25918825
E-mail: [email protected]
Mahatma Gandhi Memorial Building, Charni rd, Girgaon,
Mumbai - 400002.
ATLAS COPCO
Phone : 022 2208 5631
Customer Care Toll Free Number :1800 200 0030

3. DETONATION FLAME ARRESTOR & BREATHER VALVE (INTEGRAL UNIT)


VENDOR NAME ADDRESS & CONTACT DETAILS
PROTEGO R-665, TTC. Industrial Area MIDC, Rabale 400701 Navi
Mumbai
Mr. Prasad Jawaji
Phone: 91 / 22 / 27 69 11 56
Mobile: 91 / 88 79 68 33 39
E-Mail: [email protected]
Fax: 91 / 22 / 27 69 20 85
Tender No Conversion of existing tanks and provision of additional facilities Page 141 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


E-Mail: [email protected]
PROCESS INSTRUMENT 88, Mahaveera Street, Haiderpur, Delhi - 110088, Near
INDUSTRIES Synidicate Bank, Haider Pur Industrial Area.
Phone : +(91)-11-27495849
Mobile : +(91)-9818237532
Fax : +(91)-11-27495849
PENTATECH 77, New Unigve Industrial Estate, Dr R P Road, Mulund
West, Mulund West, Mumbai-400080.
Phone : 022 2590 6384
Pressure & Flow Control 823, GIDC Industrial Etate, Makarpura, Baroda – 390010.
Industries (PRE'CON)
Phone : 91-265-2643838, 91-265-2645727
E-Mail : [email protected], [email protected]

EMERSON PROCESS Delphi B-Wing, 6th Floor, Central Avenue, Hiranandani


MANAGEMENT Business Park, Powai, Mumbai 400076,
Tel:(+91) 22 6662 0566
Fax:(+91) 22 6662 0500
E-mail : [email protected]
WADCO BUSINES S INDIA No. 8, Candy House, Mandlik Road, Colaba, Mumbai
SOLUTIONS (P) LTD :400001, Maharashtra, India
Mobile : 08080431179
Fax : 022-22850915
E-mail : [email protected]

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

5. FIXED WATER SPRAY SYSTEM ACCESSORIES/ FIXED FOAM SYSTEM ACCESSORIES/


BLADDER TANKS: M/s HD Fire: M/s Fire Tech; M/s Vimal Fire, M/s New Age; Any other UL/FM
Approved Manufacturer.

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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Fax : 044 2440 5152
E-mail : [email protected]
MADRAS INDUSTRIAL No. 10, Iv Main Road, Green Corner Apartments, Raja
PRODUCTS Annamalai Puram
Chennai – 600028, Tamil Nadu, India
Mr. J Kumar
Mobile : 09176694462
Phone : 044-24610971
CHAMPION SEALS Champion Compound,
1st Floor, Champion Estate, 15, Parsi Panchayat Road,
Andheri (East), Mumbai - 400 069.
Maharashtra, INDIA.
Phone : +91-22-2836 7311 to 15
Fax : +91-22-2836 7316, 2820 8686
E-mail : [email protected],
[email protected]& [email protected]
LEAK CONTROL No. 60/ 10, 18th Street Extn.,
Korattur, Chennai-600 080, Tamil Nadu, India
Phone : +91-44-26246704, 65182250
Telefax: +91-44-26246704
E-Mail: [email protected]
UNI KLINZER 9, Chitrakoot , 8th Floor, 230A A.J.C.Bose Road
Kolkata- 700 020; Phone - 2287 2510;Fax- 033 2287
6494
Contact Person- Mr. Biplab Halder ( Zonal Manager)
Mobile – 9674165713 , Email- [email protected]
JAMES WALKER INMARCO 104 Gayatri Complex, behind Mittal Industrial Estate
INDUSTRIES PVT. LTD. Andheri Kurla Road, Andheri (East),Mumbai -400 059
Phone - 022 4080 8080; Fax - 022 2859 6220
Email- [email protected]
UNIQUE INDUSTRIAL 27, Bombay Talkies Compound, Malad (W), Mumbai -
PACKAINGS (P) LTD 400064. India.
Phone : 91-22-28803006 / 28884797
Mobile : +91 9321187194 / +91 9320187193 / +91
9820187192 / +91 9320187192
Fax : 91-22-28821676
E-mail : [email protected]&[email protected]
SOUTHERN GASKET No:57, Balaji Nagar, Padi, Chennai-600050, India.
PRODUCTS Phone : +91 044 26542413, 26542171
Tender No Conversion of existing tanks and provision of additional facilities Page 143 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


Tele Fax: 044 26546785 / 26540608 Mobile: 98410
22628, 98844 99969
E-mail : [email protected], [email protected]

7. FASTENERS (ALL TYPES CS/ SS)


VENDOR NAME ADDRESS & CONTACT DETAILS
EBY INDUSTRIES 2, Hatim Palace, Tank Road, Nagpada, Mumbai -
400008
Phone:022 2741 2346/93234 64278
Mr. Ronak
E-mail : [email protected]
FAKHRI FASTENERS, CHENNAI 10, Perianna Maistry Street, Perianna Maistry Street,
Chennai, Tamil Nadu 600001
Phone:098400 59407
Mr.Ali (098400 59407)
E-mail : [email protected]
FASTENER & ALLIED No.M-3,Industrial Estate,Gokul Road,Hubli–580030.
PRODUCTS PVT. LTD.
Phone : +(91)-836-2330062, 2330132, 2330184
Mobile : +(91)-9343411225, 9880527303, +91-836-
4252042
Fax : +(91)-836-2300431
E-mail : [email protected]
HARDWIN FASTENERS PVT. F-10, Ansa Industrial Estate, Saki Vihar Road, Sakinaka,
LTD. Andheri (East), Mumbai- 400 072. India.
Phone :+ 91 - 22 - 6692 3537, 4005 3537, 2847 0174
Fax : + 91 - 22 - 2847 2739, 2836 5487
E-mail : [email protected]&[email protected]
JJ INDURTRIES 44, Pragati In Estate, N M Joshi Marg, Lower Parel,
Lower Parel, Mumbai, Maharashtra 400011.
Phone : 022 2309 8600, 0260 240 0454
MULTI FASTENERS PVT. LTD. 986/11, G.I.D.C. ESTATE MAKARPURA.
BARODA- 390 010. (GUJ) INDIA.
Phone : 0265 – 640874
Tele Fax : 0265 – 640874
E-mail : [email protected]
PRESIDENT ENGINEERING LTD. 110, Neelkanth Commercial Center,
122/123, Sahar Road, Andheri (East),Mumbai – 400 099
Tender No Conversion of existing tanks and provision of additional facilities Page 144 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


Maharashtra, India
Phone : + 91 22 2839 8409 / + 91 22 2839 8410
Fax: + 91 22 2839 8318
E-mail: [email protected]
SYNDICATE ENGINEERING Plot No.A-257, TTC Industrial Area, M.I.D.C. Mahape
INDUSTRIES Village,Thane Belapur Road, Navi-Mumbai:400701.
Phone : +91-22-27781191 / +91- 22-25004945
E-mail: [email protected]
PRECISION AUTO ENGINEERS 934, Nirankari Street - 7, Opp. S.B.I., Miller Ganj,
Ludhiana - 141003, Punjab (INDIA).
Mr. Anil Kumar Gupta/Raj Kumar Gupta
Mobile : + 91 - 98729 - 76003, 94174 – 49545
Phone : + 91 - 161 - 2532448, 2542171, 2540377
Fax : + 91 - 161 – 2540337
E-mail : [email protected], [email protected],
[email protected]
PACIFIC FORGING & 19, “Nakshatra” V. Mehta Road, JVPD Scheme,
FASTENERS Mumbai-400 056.
Phone : No 91-22-26186070(6lines)
Fax : 022 26186077/78.
Email : [email protected]
PERFECTT SERVICES, CHENNAI 28/2, Jones Street, Chennai - 600 001
Tamil Nadu, India
Phone : +(91)-44-42620678, 42165052
Mobile : +(91)-9840778001, 7418141415
Fax : +(91)-44-25232500
E-mail : [email protected]

8. VALVE GATE CAST/ FORGED CS & SS


VENDOR NAME ADDRESS & CONTACT DETAILS
LARSEN & TOUBRO LTD. 1 ,Powai Campus Saki Vihar Road, Saki Vihar,
Mumbai, Maharashtra ( Central ) - 400072
Mr M S Rajaraman (Sales manager)
Mobile : 96199 72089
Phone : 022 67053690
Fax : 022 67051727
E-mail : [email protected]
LEADERS VALVES LTD. 24C/106, Mhada Complex.Bimbisar Nagar, W.E.
Highway, Goregaon- East, Mumbai-400065
Ph. No. 022- 26859345,
Tender No Conversion of existing tanks and provision of additional facilities Page 145 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


Fax – 022-26859346
E- Mail: - [email protected]
Kind Attn: - Mr. Rajeev Gupta(Regional Manager)
NECO SCHUBERT & SALZER 422 & 301, Tulsiani Chambers, Nariman Point,
(NSSL) MUMBAI - 400 021
Telephone - 022 - 22823015, 22832381, 22820967,
22823244
Telefax -022 - 22832367
E-mail - [email protected]
KSB PUMPS LTD (COIMBATORE) No 151, Mettupalayam Road,
Narasimhanaickenpalyam, Coimbatore - 641031, Nsn
Palayam Post
Phone : +(91)-422-2468222, 2468302, 2468340,
2468145, 2468173 Mobile : +(91)-9362230661
Fax : +(91)-422-2468232
WEIR BDK ENGINEERING 305 Trade Center, Bandra Kurla Complex, Bandra
INDUSTRIES LTD. (East), Mumbai - 400 050
Phone : +91-022-4215 6370 to 74
Fax : +91-022-4215 6375
E-mail : [email protected]
NITON VALVE INDUSTRIES LTD. D-115 Ghatkopar Ind. Estate,
L.B.S. Marg, Ghatkopar (W) Mumbai-400086
Phone : +91 22 67539800 / 6796 9786
Fax : +91 22 67969790 / 6753 9874
E-mail :[email protected]
OSWAL INDUSTRIES 3rd floor., Kartar Mansion, Tribhuvan Rd., Off.
Lamington Rd., Mumbai-400004. India.
Tel:(+91)22-61448000-99
Tel/Fax: (+91)22-23861642
E-mail: [email protected]
STEEL STRONG VALVES INDIA Plot NO. R-241, TTC Industrial Area,
PVT. LTD. MIDC, Rabale - 400701, Maharashtra, India.
Mr. Krishna B Bagade.

Telephone: (022) 27690074/5336/27607005

Mobile: 9223252281

Fax No: (91-22) 27695537

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.

VENDOR NAME ADDRESS & CONTACT DETAILS


[email protected]
Contact Person-Mr.Sourav Bose, Cell -98311 54387
Mr G.Sarkar, Cell - 98301 54757
FOURESS GROUP C-2, MIDC Industrial Area, Paithan,
Aurangabad - 431 148.
Mr. Sameer Kulkarni
Phone: 02431 - 232074 / 232376
Fax : 02431 - 232058
Email : [email protected]
SAKHI ENGINEERS PVT. LTD. 22 Swastik Chambers, Sion Trombay Road, Chembur,
Mumbai-400071, India.
Fax No.: 0091-22- 2522 7858
Tel. No.: 0091-22-25220262/64
SHIVA DURGA IRON WORKS(P) 156 / 1, Madhusudan Pal Chowdhury Lane Kadamtala
LTD Howrah - 711 101 West Bengal, India
Phone : 091 33 2643 8217, 2643 8364, 2643 9386
Fax : 091 - 33-2643 8730
E-mail : [email protected]
NUTECH CONTROLS 640/6/6, Narottam Building, Kapasia Bazar, Kalupur,
Ahmedabad -380 002. Gujarat
Phone : +91 79 22133122/238
Fax : +91 79 22133122
E-mail : [email protected]
AKSONS MECHANICAL Plot No. A-72, Road No.22
ENTERPRISES Wagle Industrial Estate, Waagle Estate, Thane-
400604.
Mobile : +91 9821233682
Phone : +91-22 25813997/ 25826857 /29200020
Fax : +91-22 28210491
E-mail : [email protected],
[email protected], [email protected],
[email protected]
FLOWCHEM VALVES, Flowchem House, Near Sukan Mall, Science City
AHMEDABAD Road, Sola, Ahmedabad - 380 060. Gujarat - India
Mobile : +91-9825013437, +91-09727742104
Phone : + 91-79-2771 2102 / 2771 2103
Fax : + 91-79-2771 2101
E-mail : [email protected]
Tender No Conversion of existing tanks and provision of additional facilities Page 147 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


GURU INDUSTRIAL VALVES Guru House, W-101(D), TTC,, MIDC, Khairane Village,
, Thane Belapur Road, Navi Mumbai, Maharashtra,
400710, India
Tel: +91 22 27612005
Fax: +91 22 27686368
SANMAR ENGG – XOMOX VALVES 9, Cathedral Road,
Chennai - 600 086, Tamil Nadu, India.
Tel. : + 91 44 2812 8500
Fax. : + 91 44 2811 1902
Email : [email protected]
HINA INDUSTRIES 9, Meldi Estate, NR. Gota Over Bridge, Gota,
Ahmedabad -382 481. Gujarat, India
Mobile: +91-9825078717/ 9426172362
Telephone: +91-79-6525 0528 / 29
Fax: +91-2717-241746
Email: [email protected]

9. VALVE NON-RETURN/CHECK/GLOBE/BALL CAST CS & SS


VENDOR NAME ADDRESS & CONTACT DETAILS
LARSEN & TOUBRO LTD.
LEADERS VALVES LTD.
NECO SCHUBERT & SALZER
KSB PUMPS LTD (COIMBATORE)
WEIR BDK ENGINEERING
INDUSTRIES LTD.
NITON VALVE INDUSTRIES LTD.
OSWAL INDUSTRIES
STEEL STRONG VALVES INDIA PVT.
LTD.
S&M INDUSTRIAL VALVES LTD 1, A. J. C. Bose Road, 3rd. floor.
Kolkata- 700020
Tel: 2282 3172 / 2946.
Fax: 91-33-2282 8266.
Email :
[email protected]/[email protected]
SAKHI ENGINEERS PVT. LTD.
SHIVA DURGA IRON WORKS(P) LTD.
NUTECH CONTROLS
FOURESS GROUP
Tender No Conversion of existing tanks and provision of additional facilities Page 148 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


AKSONS MECHANICAL
ENTERPRISES,
HI TECH VALVES, CHENNAI
FLOWCHEM VALVES, AHMEDABAD
GURU INDUSTRIAL VALVES
SANMAR ENGG – XOMOX VALVES
HINA INDUSTRIES

10. VALVE BUTTERFLY (CARBON STEEL)


VENDOR NAME ADDRESS & CONTACT DETAILS
ADVANCE VALVES PVT. LTD. 142 A & B,
Noida Special Economic Zone,
NOIDA, Phase II - 201 305 (India)
Tel: +91 120 479 6900
Fax: +91 120 479 6948
LEADERS VALVES LTD.
INTERVALVE (INDIA) LTD. 212/2, Hadapsar, Off Soli Poonawalla Road, Pune
411 028
Tel: 91-20-2699 3900, 2699 3904
Fax: 91-20-2699 3921
E-Mail : [email protected]
Contact Persons :
For Butterfly Valves : Mr. Ravi Swami Nathan
For GGC & Ball Valves : Mr. Jyoti Anand
CRANE PROCESS CONTROLS PVT. Plot No E/7 E 8/2, Bus Stop Road, MIDC Satara,
LTD. Satara - 415004, Old MIDC
Phone : +(91)-2162-245623, 244417
Fax : +(91)-2162-245126
WEIR BDK ENGINEERING
INDUSTRIES LTD.
LARSEN & TOUBRO LTD.
TYCO VALVES & CONTROLS INDIA Plot No R 701, TTC Industrial Area, MIDC, Rabale,
PVT. LTD. Navi Mumbai – 400701
Phone : 022 - 66903200, 27607002, 27607003
E-mail : [email protected]
INSTRUMENTATION LTD. (PALGHAT) Kanjikode West, Palakkad, Kerala - 678 623.
Tel : 91-491- 2566127/128/129/130, 2567128/129,
2566133
Fax : 91-491- 2566135, 2566240
Tender No Conversion of existing tanks and provision of additional facilities Page 149 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


E-mail: [email protected]
SHIVA DURGA IRON WORKS(P) LTD -
NUTECH CONTROLS
FOURESS GROUP
FLOWCHEM VALVES, AHMEDABAD
FLUIDINE VALVES CO. PVT. LTD. 401 - A, Poonam Chambers,
115, Dr. Annie Besant Road, Worli,
Mumbai 400 018 India

Phone: +91 22 2494 4057 / 2494

Fax: +91 22 2494 4059

E-mail: [email protected]

11. FLANGE FORGED(CARBON/STAINLESS STEEL/ GROOVED/ THREADED)


VENDOR NAME ADDRESS & CONTACT DETAILS
CD ENGINEERING CO. C-199, Bulandshahr Road Industrial Area, Ghaziabad
-201009, India
Phone : +91.120.2866315 – 17,
Fax : + 91.120.2866319
Corporate e-mail : [email protected]
Mail us at: [email protected]
CD INDUSTRIES (GHAZIABAD) 3, South of GT Road, BRIA,
Ghaziabad – 201009, Uttar Pradesh, India
Telephone No. : 0091-120-2866744, 2866369
Fax No. : 0091-120-2866743
E-Mail : [email protected]
CHAUDHRY HAMMER WORKS LTD. Near Hapur Road Flyover, Maliwara
Ghaziabad – 201 001, Uttar Pradesh, India
Phone +91 120 4388000
Fax +91 120 4376971
E-Mail [email protected]
ECHJAY FORGINGS PVT. LTD. 603-604, Raheja Chambers, 213, Backbay
(MUMBAI) Reclamation,
Nariman Point, Mumbai 400 021, India.
Ph: 91 (22) 4077 0000
Fax: 91(22) 2283 1831
Email: [email protected]
ECHJAY INDUSTRIES PVT. LTD. 83, Bajaj Bhavan, Nariman Point,
(RAJKOT) Mumbai 400 021, India.
Phone : +91-22-22024044 : 22028674 : 22021221 :
Tender No Conversion of existing tanks and provision of additional facilities Page 150 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


22021008
Fax : +91-22-22045685
Telex : 04-82136 HJIN
Cable : ECHOVERSEA, MUMBAI
E-Mail : [email protected]
J K FORGE INDUSTRIES 122, Narayan Dhuru Street, Ground Floor, MUMBAI-
400003.
Phone : 2345 1284 / 2343 9210, Fax : (91-22) 2342
6901
E-mail : mailto:[email protected],
[email protected]
KUNJ FORGINGS 6 K. M. Mile Stone, Chapparola Distt. Gautam Budh
Nagar, (U.P.), INDIA
Phone : +91-120-4292692, 4292693, 4292694, +91-
4292695, 4292696
Fax : +91-120-4292699. 4755888
Board : +91-120-4755900
E-mail : [email protected]
M S FITTINGS MFG. CO. PVT. LTD. 17, Weston St. Kolkata-700013, India
Phone : +91-033-2236-2869, 2236-2902/3
Fax : +91-033-2225-2103
E-Mail : [email protected]
PRADEEP METAL LTD. Pradeep Metals Limited
R-205 MIDC, Rabale, Navi Mumbai 400701, India
T: +91 22 2769 1026
F: +91 22 2769 1123
METAL FORGINGS PVT. LTD. B-1, Mayapuri Industrial Area Phase I, Delhi -
110064, near Maya puri chowk.
Phone : +91 11 28114458, 28114376, 41833100,
41833101, 41833103
Mobile : +91 9818032923, +91 9811787560
E-mail : [email protected]
R N GUPTA & CO. LTD. 704, 7th Floor, DLF Tower-B, Jasola
New Delhi-110044.
Ph: 91-11-41090575
Tete phone : 0091-161-5246900
E-mail : [email protected], [email protected],
[email protected]
Tender No Conversion of existing tanks and provision of additional facilities Page 151 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


PUNJAB STEEL WORKS B-38, Mayapuri Industrial Area, Delhi - 110064,
Phase-1
Phone : +(91)-11-28111600, 28111700, 28113700
Fax : +(91)-11-28111300, 28112300
GAYATRI FORGE, MUMBAI 59, Mohamed Ali Road, 2nd Floor, Mumbai - 400
003.
Telefax :23443 511, 23443 495, 23465 819
Email: [email protected]
Email: [email protected]
SINGHAL ENGINEERS, MUMBAI 292/3, Boat Hard Road, Opp. Abhyudaya Co-Op.
Bank Ltd.,
Reay Road (East), Mumbai-400 010
Phone : +91-22-23721017
Fax : +91-22-23719518
E-mail : [email protected],
[email protected]
HAJI IRON AND STEEL WORKS, Address: 25, Kumbalamman Koil Street,
CHENNAI
Tondiarpet, Chennai - 600 081.
Tamilnadu, India.
Phone : 044 - 2595 4953.
Fax : 044 - 2595 1461.
Email : [email protected]
STEEL TUBES INDIA Ashtavinayak Building, Office No.303, 3rd
Floor, Sadanand Wadi, V.P. Road, Girgaum,
Mumbai-400 004, Maharashtra, India.
Phone : +91 22 61432000 (30 Lines), 23895908,
23822821, 66393996
Fax : +91 22 23895906
E-mail : [email protected]
PERFECT SERVICES LTD. NO:28/2, JONES STREET, PARRYS, Chennai -
600001, Tamil Nadu, India
Mr. PRAKASH JAIN (+917418141415)
Ph: 91-44-42620678/42165052
SUPER FORGE PVT. LTD. Bombay Taximen Society Limited, 3- C/16, LBS
Marg, Kurla West Mumbai – 400070, Maharashtra,
India
Mobile : 09867629721, Phone : 022-26503402
Tender No Conversion of existing tanks and provision of additional facilities Page 152 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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

13. PIPE (CARBON STEEL) (INDIAN STANDARD)


VENDOR NAME ADDRESS & CONTACT DETAILS
ADVANCE STEEL TUBE LTD. 81, F.I.E. Patparganj, Delhi-110092
Phone : 011- 43041400
Fax : 011-22145978
E-Mail : [email protected], [email protected]
ASIAN MILLS PVT. LTD. 104, Sakar-III, Near Income Tax
Circle, Ahmedabad-380014, Gujarat, India
Tel :+91-079-27582515/16/17
Fax :+91-079-27546320
Email : [email protected]
JINDAL PIPES LTD. 402, Sarjan Plaza,
100, Dr. Annie Besant Road, Opp Telco Showroom,
Worli, Mumbai - 400 018 (India)
Tender No Conversion of existing tanks and provision of additional facilities Page 153 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


Tel. : +91 22 24902570 / 72 / 74
Fax : +91 22 24925473
Email : [email protected]
LALIT PROFILES & STEEL 212, Hermes Atrium,
INDUSTRIES LTD. Sector-11, C.B.D. Belapur, Navi Mumbai-400 614,
Tel : +91 22 2756 11 69
Fax : +91 22 2756 1173
Email : [email protected]
JOTINDRA STEEL & TUBES
MAHARASHTRA SEAMLESS LTD. 402 Sarjan Plaza, Dr Annie Besant Road, Worli,
Mumbai - 400018, Opposite Telco Showroom
Phone : +(91)-22-
24902570, 24902572, 24902574, 24902576
Fax : +(91)-22-24925473
MAN INDUSTRIES (I) LTD. Man House, 101, S.V. Road, Vile Parle (W), Mumbai
- 400 056. INDIA.
Tel : +91-22-6647 7500
Fax : +91-22-6647 7600
Email : [email protected],
Web site: www.mangroup.com
MUKAT PIPE LTD. Surindra House, M V Road, Andheri East, Mumbai -
400072, Safed Pool
Phone : +(91)-22-28515940
Fax : +(91)-22-28510129
NORTH EASTERN TUBES LTD. D. D. Tower, 5th Floor, Christian Basti
G. S. Road, Guwahati - 781 005
Assam, INDIA
Phone : 91-361-234 3951 / 234 3952
Fax : 91-361-234 3953
E-mail : [email protected]
Contact Person
Mr. S.M. Agarwal - Director,
Ph : 91-361-234 3946,
Mobile : 98640 28740
E-mail : [email protected]
RATNAMANI METALS & TUBES LTD. Address : Panchsheel Plaza,‘B’ Wing, 2nd Floor,
55, Gamdevi Road,Near Dharam
Palace,
Mumbai – 400007

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.

VENDOR NAME ADDRESS & CONTACT DETAILS


E-mail : [email protected]

STEEL TUBES INDIA


SURYA ROSHNI LTD. Hollow Section & Cr Strip ), Prakash Nagar, Delhi-
Rohtak Road, Bhadurgarh -124507 (Haryana) India
Phone: +91 1276 241540, 241980/81/82
Fax : +91 01276 241886
E-mail: [email protected]
SWASTIK PIPES LTD. 1/23 B Asaf Ali Road, New Delhi - 110002
Phone : + 91-11-47471717
Fax : + 91-11- 47471718
E-mail : [email protected]
TATA IRON STEEL LTD. Bombay House, 24, Homi Mody Street, Mumbai - 400
001
Ph: 91 022 66658282
WELSPUN GUJRAT STAHL ROHREN Address :Welspun City, Tal. Anjar, District Kutch,
LTD. Gujarat 370 110, INDIA
Tel: +91 2836 662222
Fax : +91 2836 279060
Email: [email protected]
ESSAR INDIA LIMITED Essar House, 11, Keshavrao Khadye Marg,
Mahalaxmi
Mumbai 400 034, Maharashtra, India
Telephone: +91-22- 66601100
Fax: +91-22-66601809
PRAKASH STEELAGE LTD 701, Mahalaxmi Chambers, Near Mahalaxmi Temple,
Dr. Bhulabhai Desai Road, Mumbai- 400026
Tel : +91-22-6613 4500
Fax : +91-22-6613 459
E-mail : [email protected]

14. PIPES & TUBES (API STANDARDS)


VENDOR NAME ADDRESS & CONTACT DETAILS
JINDAL PIPES LTD.
LALIT PROFILES & STEEL
INDUSTRIES LTD.
LLYODS METALS & ENGINEERS LTD. Trade World, 'C' Wing, 16th Floor, Kamala City,
Lower Parel, Mumbai - 400 013.
PHONE: +91-22-30418111/06
FAX: 91-22-30418260/59
E Mail: [email protected],
[email protected]
[email protected]
Tender No Conversion of existing tanks and provision of additional facilities Page 155 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


MAHARASHTRA SEAMLESS LTD.
MAN INDUSTRIES (I) LTD.
MUKAT TANKS & VESSELS LTD.
NORTH EASTERN TUBES LTD.
RATNAMANI METALS & TUBES LTD.
STEEL TUBES INDIA
SURYA ROSHNI LTD.
WELSPUN GUJRAT STAHL ROHREN
LTD.
JOTINDRA STEEL & TUBES Address :14/3, Mathura Road, Near Mewla
Maharajpur Village, Sector 45, Faridabad-121003
(Haryana)
Phone : +91-129-2477888, 2272416, 2252356
Telefax : +91-129-2477898
E-mail : [email protected]
ASIAN MILLS
ESSAR INDIA LTD

15. PIPE CARBON STEEL (SEAMLESS TO ASTM STANDARD)


VENDOR NAME ADDRESS & CONTACT DETAILS
th
HEAVY METALS & TUBES LIMITED 12, SKM House , 6 Khetwadi, Mumbai - 400 004.
(MEHSANA)
+ 91- 22 - 2386 1761/ 2380 2232
[email protected]
[email protected]
MAHALAXMI SEAMLESS LTD. 54-A Virwani Industrial Estate,
Western Express Highway Goregoan (E), Mumbai
400 063
Tel: +91-22-65013491/92
Fax: +91 22 67048987
e-mail- [email protected]
MAHARASHTRA SEAMLESS LTD.
PSL LTD Address :PSL Tower, Makwana Rd, Gamdevi, Marol
Naka, Andheri East, Mumbai 400059
Phone:022 6644 7777, 6644 7788
Fax : 022 6644 7700, 6644 7711
E-mail : [email protected]
STEEL TUBES INDIA
JINDAL
Tender No Conversion of existing tanks and provision of additional facilities Page 156 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


INDIAN SEAMLESS METAL TUBES ISMT Limited
LTD Lunkad Tower, Viman Nagar,
Pune – 14
Tel: +91 20 414 341 00/01
+91 20 660 249 01/02/03/04
Fax: +91 20 266 307 79
E-mail : [email protected]

16. PIPE SS & TUBES (SEAMLESS & WELDED TO ASTM STANDARD)


VENDOR NAME ADDRESS & CONTACT DETAILS
HEAVY METALS & TUBES LIMITED
(MEHSANA)
REMI ENGINEERING WORKS Remi House, 11, Cama Industrial Estate, Walbhat
Road, Goregaon East, Mumbai – 400063. India
Tel. : +91 - 22 - 4058 9888 / 800
Fax : +91 - 22 - 2685 3868
E-mail: [email protected]
RATNAMANI METALS & TUBES LTD.
SANDVIK ASIA LTD. Sandvik India Pvt Ltd
Mumbai Pune Road, Dapodi, Pune - 411 012
PHONE : +91 20 27104800
FAX : +91 20 27145339
SAW PIPES LTD. NASIK A-59/60, M I D C, Malegaon Sinnar, Malegaon
Sinnar, Nashik, Maharashtra 422103
Phone:0253 223 0239
CHOKSI TUBE COMPANY CO. LTD. Office no-801, 8th Floor, samruddhi building, old
gujarat High Court, Opposite Sakar-3, Navrangpura,
Ahmedabad - 380014, Gujarat,
Mr. Jayesh Choksi (Senior Manager Finance )

Mobile : +919327584494

Phone : 91-79-30082532/30082533

PRAKASH STEELAGE LTD.


SURAJ STAINLESS LTD. ‘Suraj House’ Opp. Usmanpura Garden, Ashram
Road, Ahmedabad. Pin – 380 014, Gujarat
Tel : +91-79-27540720, 27540721
Fax : +91-79-27540722
E-mail : [email protected],
[email protected]
17. EXPANSION BELLOW (RUBBER/CANVAS)
VENDOR NAME ADDRESS & CONTACT DETAILS
Tender No Conversion of existing tanks and provision of additional facilities Page 157 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


KEILD ELENTOFF 4th Flr Churchgate Hse 32-34 V N Rd Fort-1
Mumbai-400001
T: +91 96191 81907
E: [email protected]
ATHULYA BELLOWS & ENGINEERING B-3, Sahajanand Appt., Near Ward Office No. 6,
PVT. LTD. Old Padra Road, Vadodara-20.(Gujarat), India.
Phone : (91) 0265 2344238, 5544238
Fax : (91) 0265 2352805
E-mail : [email protected],
[email protected]
ALFA FLEXITUBES PVT. LTD. Saurabh Tondon (Director-Intl. Business)
1726 & 1743, Modern Industrial Estate
Bahadurgarh - 124507, Haryana, India
Call Us: 08588831099
Mobile: +(91)-9873965080, +(91)-9811209178
Telephone: +(91)-(1276)-268119, +(91)-(1276)-
267175
Fax: +(91)-(11)-25261475, +(91)-(1276)-267134
AREA FLEXIBLE INDUSTRIES No. 1-B, Kailash Nagar, Near Sadiq- Ki- Pulia Pratap
Vihar Santosh Medical Hospital Ghaziabad,
Ghaziabad – 201001, Uttar Pradesh, India
M. K. Ansari
Call Us: 08042907673
FLEXICAN BELLOWS & HOSES PVT 283, G I D C, Makarpura, Makarpura, Vadodara,
LTD Gujarat 390010
Phone:0265 263 4614
Himanshu Mistry
Mob: 09377114220, 0265-3043200

18. DOSING SYSTEM


VENDOR NAME ADDRESS & CONTACT DETAILS
SWELORE Address H-Welore Sales
C-405, Marathon Nextgen Innova, Veer Santajee
Marg, Off Ganapatrao Kadam Marg,
Near Peninsula corporate park,
Lower Parel, Mumbai – 400013
Mr. Vikrant Karve
022-24304311/2224938394/8879090488
Fax : +91 (22) 2422 6330
E-mail : [email protected],
Tender No Conversion of existing tanks and provision of additional facilities Page 158 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


[email protected]
MILTON ROY Plot No P45/1, 8th Avenue, Chengalpattu Bazaar,
Chengalpattu - 603002, Domestic Tariff Area Mahindra
World City
Phone : +(91)-44-71113111
Fax : +(91)-44-71113222
ENPRO ENGINEERS A-17 H Block, MIDC Pimpri, Pune 411018 (INDIA)
Tel. : +91 20 66313100/40739222
Fax:91-20-27470909
Mr. Anand Kshirsagar (097649 99456)
E-Mail : [email protected],
[email protected]
V.K.PUMP ENGINEERS Survey No.321, Off Mumbai Banglore Bypass
Highway, Near DSK Toyota Showroom, Patilnagar,
Bawadhan(BK), Tal – Mulshi, Dist – Pune, Pin Code –
411021
Tel. : 020 6654 1903
Email : [email protected],
[email protected]
CRYOGENIC LIQUIDE 187, POR, G.I.D.C, Ramangamdi Industrial Estate,
G.I.D.C. Por, Baroda - 391243, Gujarat, INDIA.
Nilesh Patel : +91 9824067136
Bhavik Vora : +91 9998963996
+ 91 265 2831501
+ 91 265 2831289
+ 91 265 2831501
E-mail : [email protected],
[email protected],support@cryogenic
liquide.com, [email protected]
CHEMTROL INDUSTRIES LIMITED Chemtrols Industries Ltd.,
Amar Hill,
Saki Vihar Road, Powai, Mumbai – 400072
:
Email [email protected]

:
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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Telephone: +91 22-2868 2653 / 2868 8754
Tele Fax: +91 22-2869 7403
Email: [email protected],
[email protected]
GE (ADVANCED SYSTEK) GE Oil and Gas, Measurment & Control
(Advanced Systek Pvt Ltd)
Plot No. : 299 - 300, GIDC, Makarpura,
Vadodara - 390 010. Gujarat, India
Phone Number : +91-265-3041100
Fax : +91-265-3041111
E-Mail : [email protected]
Woodfield Systems International Pvt Ltd. 302-A, Nitco Biz Park,Road No 16, Wagle
Estate,Thane (W) - 400 604, India
Mob: +91 9322019803
Tel: +91 22 6704 0000
Fax: +91 22 6704 0099
Email: [email protected]
URL: www.woodfieldsystems.com

19. MS STRUCTURAL STEEL

VENDOR NAME ADDRESS & CONTACT DETAILS


TH
SAIL IISCO House- 5 Floor,50 Jawaharlal Nehru Road;
Kolkata- 700 071
Phone – 033 2288 0970/3524; Fax- 033 2288 2355
TATA (TISCO) TATA Steel Ltd
52 Chowringhee Road, Kolkata-700 017
Phone – 033 6550 8157/ 8166 ; 2282 2013; Fax- 033
2282 1687/ 1813
th
JINDAL/ JSW 6 Floor , East Wing, Raheja Tower, M.G.Road,
Bangalore – 560 001
Phone – 080 25559 869-73;Fax- 080 2559 8896
VIZAG STEEL Rastriya Ispat Nigam Ltd
Visakhapatnam nSteel Ltd ; Project Office Complex,
Block – D,
Visakhapatnam- 530 031
Phone – 0891 251 8026/ 2518446
Tender No Conversion of existing tanks and provision of additional facilities Page 160 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


Fax- 0891 2518460

20. CRANE & HOIST

VENDOR NAME ADDRESS & CONTACT DETAILS


ARMSEL MHE PVT LTD 4th Floor, Block II, Prestige Towers, No 99 & 100,
Residency Road, Bengaluru - 560 025.
Phone :+91 80 4901 0500
Fax :+91 80 4901 0555
Email :[email protected]
HERCULES HOIST LTD (INDEF) Hercules Hoists Ltd. 43/2B,Savroli-Kharpada Road,
Dhamani, Khalapur-410 202, Maharashtra, India
P: +91 2192 662502
Dhananjay Karande – Sr. Engineer Sales
Cell: +91 9820281248
Email: [email protected]
BRADYS & MORRIS ENGG. CO LTD Brady House, 12/14 Veer Nariman Road, Fort,
Mumbai 400 001 India
Phone: 91-22-22048361-5
Fax: 91-22-22041855
E-mail [email protected]/[email protected]
Mr. Tushar-07506982372

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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Faridabad, Haryana-121 003 (India)
Mr. Pramod Chavan-
Phone : +(91)-(129)-4183700 / 4183799
Fax : +(91)-(129)-2277441 / 4183777
E-mail : [email protected], [email protected]
WTE Infra Project Mr. Jitesh Jain- 7350886400,
[email protected]

22. SEPARATOR (STRAINER & FILTER)


VENDOR NAME ADDRESS & CONTACT DETAILS
MULTITEX FILTRATION ENGINEERS 217, Hans Bhavan, Bahadur Shah Zafar Marg,
LTD. Bahadur Shah Zafar Marg, New Delhi, Delhi 110002
Phone:011 2331 1275, 42404040
Mobile : 09811795254
PETROMAR ENGINEERED SOLUTION 204-206 Dheeraj Heritage, S. V. Road, Santacruz
PVT. LTD. (W),
Mumbai 400 054. India
Tel.: +91 (22) 2660 1933
Fax: +91 (22) 2660 1976
Email: [email protected]
FIL SEP EQUIPMENTS PVT. LTD. E - 506, Kalpavrux Complex, Gotri Road, Vadodara –
21, Gujarat
Phone:0265 304 3756
E-mail : [email protected]
PALL INDIA PVT. LTD. UMER PLAZA,6th floor, CTS 419, Village Marol,
Marol Maroshi Road, Andheri(East), Mumbai 400
059. India
Phone : +91 - 22 - 6799 55 55
Fax : +91 - 22 - 6799 55 5
BHATIA ENGINEERING COMPANY 6, DSIDC COMPLEX, JHILMIL INDL. AREA, Delhi -
110095, India
Key Personnel: Mr. Gagan Bhatia (Director)
Mobile :+919717866220
Phone :91-11-22583488
Fax :91-11-22583277
E-mail : [email protected]
SUNGOV ENGINEERING PVT LTD 160, Baba Nagar, Villivakkam, Chennai , India - 600
Tender No Conversion of existing tanks and provision of additional facilities Page 162 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


049
(p) +91-44-26501404, 26501536
(f) +91-44- 26501408
S & M INDUSTRIAL VALVES LTD.
JAY-EESH ENGINEERING No. 17/20, Acharya Industrial Estate, Tejpal
Compound
Andheri Kurla Road, Sakinaka, Andheri East
Mumbai - 400072 Maharashtra, India
Contact Peroson : Mr. A Hamid
Mobile : 09819914473
Phone : 022-2850216
E-mail : [email protected]
ALECON COMMERCIAL PVT. LTD. No. 106, Raja Dinendra Street
Kolkata - 700064 West Bengal, India
Mobile : 09433093927
Phone : 033-25540442
E-mail : [email protected]
PROCEDYNE ENGINEERS No.4, Jayaram Avenue, Shastri Nagar,Adyar,
Chennai - 600 020, Tamil Nadu, India.
+91-44-42024696 / 42125777 / 43511056
[email protected]
+91-44-42125777
FLUIDYNE INSTRUMENTS PVT LTD No. 3, 1st Floor, Uday Building, 70-D, Central
Avenue Road, Next To Hotel Grand Central, Near
Chembur Station, Chembur East, Mumbai (India) -
400071
Mobile : +(91) – 9821027547, 9819626265
Phone : +(91) - (22) – 25285345, 25280073
Call Us : 08447519830
GRAND PRIX(P) LTD. Plot No.82, Sector 25, Faridabad – 121004
Haryana (INDIA)
Tel : +91-129-4097700, 4151820-28
Fax : +91-129-4151821
E-mail : [email protected],
[email protected]
FILTERATION ENGINEERS INDIA PVT. Plot W 62B, TTC Industrial Area, MIDC Rabale, Navi
LTD. Mumbai 400701 India.
Tender No Conversion of existing tanks and provision of additional facilities Page 163 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


Phone: +91 22 27608501 / 27693111
Mobile: +91-8879299053
Email: [email protected] | [email protected]
RAK DIN ENGINEERS Renu Sharma (Managing Partner)
B- 5, Acharya Niketan, Mayur Vihar, Phase- 1
New Delhi - 110091, Delhi, India
Call Us: 08048077771
Mobile: +(91)-9811108868, 9899598868
E-mail : [email protected]
SUPERFLO FILTERS B-5, 103/104, GREENLAND CO.OP. SOCIETY,
SRINIVAS BAGARKA ROAD, J. B. NAGAR,
ANDHERI (EAST),
MUMBAI - 400 059, INDIA.
Phone : +91 22 28252540 / 28252560
Fax : +91 22 28265811
E-mail : [email protected],
[email protected]

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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Lower parel, Mumbai 400 013.
Customer Care No: 1800 209 2092
Phone : 022 - 24 93 4001 / 24 99 2500
Fax : 022 - 2491 943
SHALIMAR PAINTS Shalimar Paints Limited
4th Floor, Plot No. 64, Sector 44
Gurgaon 122 003, Haryana (India)
Phone: +91-124-4616600
Fax: +91-124-4616659
Email: [email protected]
ASIAN PAINTS Asian Paints Limited,
Asian Paints House, 6A, Shantinagar, Santacruz (E),
Mumbai - 400 055, India.
Tel: 022 - 3981 8000
Fax: 022 - 3981 8888
Asian Paints Helpline : 1800 - 209 - 5678
CDC CARBOLINE OFFICE NO-605, TOWUN CENTER 2, 6TH FLOOR,
ANDHERI KURLA ROAD, SAKI NAKA, ANDHERI
EAST, Mumbai - 400059, Maharashtra, India
Key Personnel : MR. PRASAD MATHEW (Executive
VP)
Mobile : +919819271515
Phone : 91-22-27659358/28500321/322
Fax : 91-22-28500323
AKZO NOBEL Plot No 1/1 TTC Industrial Area, Thane Belapur
Road, Kopar Khairane, Navi Mumbai 400 709
Maharashtra, India
Phone: 022 3920 1000, 27787356
Fax: +91 22 27780025
PPP SIGMA KALON (LAGOS - LAGOS - SIGMAKALON NIGERIA
SIGMAKALON NIGERIA)
1a Professor Tiamiyu Belo-Osagie Street, Parkview
Estate
Ikoyi Lagos Niger
Phone : +234 (0) 1 843 7408
E-Mail : [email protected]
GRAND POLYCOATS(P) LTD 204 Sidharth Complex,R.C.Dutta Road,Vadodara-
Tender No Conversion of existing tanks and provision of additional facilities Page 165 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


390007
Phone – 0265 3064 200 / 201; Fax- 0265 2337 022
[email protected]

24. WELDING RODS


VENDOR NAME ADDRESS & CONTACT DETAILS
ESAB India Ltd. Plot No.13, 3rd Main Road, Industrial Estate,
Ambattur,
Chennai - 600058.
Phone No.: +44 - 42281100
Fax No.: +44 – 42281150
E-mail : [email protected]
Honavar Electrodes Ltd. 305-309 , 3RD floor, damji shamji industrial complex,
9, l.b.s. marg , kurla (w) , Mumbai - 400 070, india.
phone : (+91 22) 2502 0317, 2502 1238 , 65008821
Fax : (+91 22) 25100048
E-mail : [email protected] ,
[email protected]
Advani Orlekons (Ador Welding Ltd) Ador House, 6, K. Dubash Marg,
Fort, Mumbai 400001 – 16. INDIA.
[email protected]
+91 22 2284 2525./ 6623 9300
+91 22 2287 3083 / 2596 6562 / 2596 6062
D & H Sechron Electrodes Ltd. 5th Floor, Merchant Chambers,
S.V. Thackersy Marg, 41,
New Marine Lines, Mumbai - 400 020.
Tel: +91 22 2203 7663, 4042 8100
Fax: +91 22 2203 7664, 4042 8101
Email: [email protected]
D & H Welding A-204, Kailash Esplande, Opp. Shreyas Cinema,
L.B.S. Marg, Ghatkopar (W),
Mumbai- 400 086 - Maharastra
Phone : 022-25006441
E-mail :
[email protected]/[email protected]
98202 14827
Tender No Conversion of existing tanks and provision of additional facilities Page 166 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


Modi Arc Electrodes Co Modi Industries Ltd. (Electrode Section)
Opp. Hotel Prasant, Turang, Angul – 759 122
(Orissa)
Tel.: (06764) 233318, 329981
Fax : (06764) 233318
Email: [email protected]
GEE Limited Plot No. E-1, Road No. 7,
Wagle Industrial Estate, Thane - 400 604,
Maharashtra, India.
Phone : +91 22 2582 1277/0619/2620
Fax : +91 22 2582 8938
E-mail : [email protected]
Kobe Steels KOBE STEEL, LTD., Welding Business
Marketing Dept., International Sales & Marketing
Sec.
Tel. +81-3-5739-6331
Fax. +81-3-5739-6960
Fusion Engineering Products B -16, VIth Phasem, P.O. Gamaria (Jamshedpur),
(P) Ltd, Dist : Seraikela - Kharsawan – 832108
Telefax : +91 - 657 – 2200713
Telephones : +91 - 657 – 6542444
Email ID : [email protected]

25. AUTO RECIRCULATION VALVE


VENDOR NAME ADDRESS & CONTACT DETAILS
DARLING MUESCO Plot No. 97/A, Phase- 1, G. I. D. C. Vatva
Ahmedabad - 382445, Gujarat
Phone - 0 79 25832578 / 25893791;Fax- 0 79
25834392
Contact Person- Mr.Jainesh Modi -Managing
Director, Cell No- 0 9825061383
Email - [email protected]
NIRMAL INDUSTRIAL CONTROLS (P) 4,Nahur Industrial Estate, LB Sastri Marg,Samriddhi
LTD. - 1ST Floor, Muland ( West), Mumbai- 400 080
Contact Person - Mr. Prakash Desai- Director
Cell No- 098201 90323
Email:- [email protected]
Tender No Conversion of existing tanks and provision of additional facilities Page 167 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


SCHUF SPECIALITY VALVES INDIA 6/16, Ponnandamplayam, Kaniyur Post, Coimbatore
PVT. LTD. - 641 659
Phone No- 0421 22 64 600,Fax No- 0421 2264 643
Contact Person - Mr. D.Sandeep
Cell No- 0 97876 50470
Email- [email protected]:
[email protected]

26. FALL ARRESTOR ACCESSORIES


VENDOR NAME ADDRESS & CONTACT DETAILS
KARAM INDUSTRIES D-95, Sec-2, NOIDA – 201301
Phone :- 0120-4734400
Fax :- 01202541095
Email:- [email protected]
INDIAN INNOVATIX 103, Sahajanad Complex ,Shahibaug Road,
Ahmedabad - 380 004.
Tel.: 91 + 079 - 25621329 , 25625951
Fax: 91-079-25620895
E-mail: [email protected],
[email protected]
nd
UDYOGI PLASTICS (P) LTD 294 B.B.Ganguly Street,2 Floor
Kolkata- 700 012
Phone – 033 2225 1470 / 71/ 72 ;Fax- 033 2225
1486
Email:- [email protected]
MTANDT, CHENNAI Registered Office & HO :
17/8, West Mada Church Road,
Royapuram, Chennai – 600 013.
Phone: +91 44 4263 2500
Fax: 91 44 4263 2600
Email: [email protected]

27. PRESSURE GAUGES/ TEMPERATURE GAUGE


VENDOR NAME ADDRESS & CONTACT DETAILS
A. N. INSTRUMENTS PVT. LTD. 3/907, Navjiban Society, Lamington Road,
Mumbai – 400 008.
Phone No. :+91 022 2308 7395
Tender No Conversion of existing tanks and provision of additional facilities Page 168 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


Tele Fax. : +91 022 2300 2172
Fax No. : +91 022 2307 2867
E-mail : [email protected]
WAREE INSTRUMENTS 602, Western Edge- I, Off. Western Express
Highway, Borivali (East), Mumbai - 400066
Phone: 022 - 66444444
Email: [email protected]
ASHCROFT INDIA PVT. LIMITED Plot 2306, GIDC Chhatral, Ta. Kalol, DIst.
Gandhinagar, Chhatral - 382729, Gujarat.
Phone: +91 2764 233681/82/83
Fax: +91 2464 233440
E-mail: [email protected]
GE GAUGES PVT LTD 249 B, DUM Dum Road, Kolkata - 700074, Near
Bagjola
Phone : +(91)-33-25486940
Mobile : +(91)-9231520123
H.GURU INDUSTRIES 603, Crystal Paradise besides, Janki Center,
Jeevan Nagar, Opp. Veera Desai Road, Andheri
West, Mumbai-400 053
E-mail :[email protected]
PH : 022- 40106014/40106015 ,
PH : 022-40106014 (Mr. PK Mitra)
PH : 09820016422 ,
FAX : 022- 40106013
GLUCK (INDIA) LTD B/114 Shivshakti Industrial Estate L B S Marg
Ghatkopar West, Mumbai - 400086, Maharashtra,
India
Contact Person : Mr Y N Padia (Director)
Mobile / Cell Phone No. : 22 - 25000679
BAUMER TECHNOLOGIES Baumer India Private Limited
Fourhum Centre, S.No. 112/2/21, 112/2/64 &
112/2/72, Opp. RMD Sinhgad Institute, Pune-
Mumbai Highway, Warje
411058 Pune, India
Phone +91 2066292400
Fax +91 2025286835
GENERAL INSTRUMENTS CONSORTIUM 194/195, Gopi Tank Road, Behind Citylight
Cinema, Mahim, Mumbai - 400016, Maharashtra,
Tender No Conversion of existing tanks and provision of additional facilities Page 169 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


India
Tel : 0091-22-24454387
0091-22-24449177
Fax : 0091-22-24449123
0091-22-24463507
Email : [email protected]
[email protected]
WIKA INSTRUMENTS INDIA PVT. LTD. A 703 Pranik Chambers ,Saki Naka Junction,
Saki Vihar Road , Mumbai 400072, India
Mr. Sunil Janwadkar
Tel.:+91 22 28575915 / 6
E-mail : [email protected]
MANOMETER INDIA 31, Yogesh Bhavan, Manu Mansion, S B S Road,
N S Patkar Marg, Grant Road, Mumbai - 400007,
400007
Phone:022 2266 2076

28. PRESSURE & THERMAL RELIEF VALVE


VENDOR NAME ADDRESS & CONTACT DETAILS
DARLING MUESCO Darling Muesco India Pvt. Ltd. Plot No. 97, Phase
– 1, G.I.D.C. Estate, Vatva, Ahmedabad - 382445.
Phone: +91 79 4008 4881 to 4884,
Fax: +91 79 2583 2578
E-mail: [email protected]
NIRMAL INDUSTRIAL CONTROLS First Floor, Samriddhi, L.B.S. Road,
Mulund(W), Mumbai - 400 080
Ph.: +91-22-67746200, 91-22-25608668
Fax : +91-22-25682771
Email: [email protected]
Website: www.nirmalindustries.com
ASIAN INDUSTRIAL VALVES AND No-b-16, Industrial Area, Mogappair East,
INSTRUMENTS Mogappair East, Chennai 600050
Phone:044 2653 1137
TYCO SANMAR LTD. Same as above
TELEFLO INSTRUMENT CO. PVT. LTD. No. 3, Uday Building, 70-D/3 Central Avenue,
Next to 'Hotel Grand Central', CHEMBUR (East)
Tender No Conversion of existing tanks and provision of additional facilities Page 170 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


Mumbai -400071.
Contact Person : Mr. K Sampath
Phone : +(91)-(22)-25285345 / 25280073
Mobile No : +(91)-9821027547
Fax : + (91)-(22)-25280642
E-mail : [email protected],
[email protected], [email protected],
[email protected], [email protected]
MEKASTER ENGINEERING LTD. 2507, G.I.D.C. Estate, Halol-389350, Dist.
Panchmahal, Gujarat (India).
Phone: (02676) 220986/220706.
Fax: (02676) 220981
Email: [email protected]
SEBIM
KEYSTONE
PNEUCON VALVES
DENCIL
FAINGER ENGINEERING
KINGSLEY
PLANET VALVES
PNUECON VALVES
NUTECH CONTROLS

29. WATER METER


VENDOR NAME ADDRESS & CONTACT DETAILS
IOTA FLOW SYSTEMS PVT LTD. C-2/13, Maya Puri Industrial Area,
Phase -II, New Delhi - 110064.
Mobile: +91- 9910693866
Tel: +91-11-46254601-07
Fax: 011 – 45510993
Email Id: [email protected]
HINDUSTAN WATER ENGINEERING HWE Bhavan, 47 Indutrial Area,
COMPANY
Mandsaur (M.P.) 458 001
Tel No. : +91 7422 256133+91 9424036822
Fax. : +91 7422 232342
[email protected]
FLOWTECH MEASURING INSTRUMENTS No. 900 / 2 - B, G. I. D. C., Makarpura, Near
Tender No Conversion of existing tanks and provision of additional facilities Page 171 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

VENDOR NAME ADDRESS & CONTACT DETAILS


PRIVATE LIMITED Pakona Engineering, Vadodara - 390010, Gujarat.
+(91)-9824049988; +(91)-9824459988 +(91)-
(265)-2636795; +(91)-(265)-6508171
Tender No Conversion of existing tanks and provision of additional facilities Page 172 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

LIST OF APPROVED MAKES FOR ELECTRICAL / INSTRUMENTS

1. FLP JUNCTION BOXES, ENCLOUSERS, CABLE GLANDS, PLUGS, PUSHBUTTON STATIONS

S. No. VENDOR NAME

1 BALIGA

2 FEPL LTD.

3 FCG FLAMEPROOF CONTROL GEAR

4 CEAG

5 FLEXPRO

6 EX-PROTECTA

7 SUDHIR SWITCHGEARS PVT LTD

2. SOLENOID VALVE

S. No. VENDOR NAME

1 ASCO (USA)

2 NORGREN (GERMANY)

3 HERION

3. VALVES (GATE/ GLOBE/ CHECK/ PLUG/BUTTERFLY)

S. No. VENDOR NAME

1 LARSEN & TOUBRO

2 FISCHER XOMOX

3 FLOW CHEM INDUSTRIES

4 LEADER

5 KSB

6 AUDCO

7 BDK

8 STEEL STRONG

9 NITON

10 AQUA

11 NUTECH CONTROLS

4. VALVES (BALL/BUTTERFLY)

S. No. VENDOR NAME

1 LARSEN & TOUBRO


Tender No Conversion of existing tanks and provision of additional facilities Page 173 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

S. No. VENDOR NAME

2 FISCHER XOMOX

3 FLOW CHEM INDUSTRIES

4 BDK

5 EMERSON (VIRGO)

6 MICRO FINISH

7 AQUA

8 MEVADA

9 NUTECH CONTROLS

5. PRESSURE & THERMAL RELIEF VALVE

S. No. VENDOR NAME

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

6. DENSITY METER WITH TRANSMITTER, DENSITY PROBE

S. No. VENDOR NAME

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.

S. No. VENDOR NAME

7 MAGNETIC AUTO CONTROL

8 SIVANANDA ELECTRONICS

9 AUTOMATIC SYSTEMS

10 BOOM EDAM

11 CAME

12 DORSET KABA

13 FAAC

14 GUNNEBO

15 SAIMA.

16 GODREJ

7. DENSITY METER WITH TRANSMITTER, DENSITY PROBE

S. No. VENDOR NAME

1 SOLATRON

2 SARASOTA (PEEK)

3 BOPP & REUTHER

4 ANTON PAAR

5 ENDRESS + HAUSER

6 MICROMOTION

7 FMC TECHNOLOGIES (SMITH)

8 HEINRICH MESSTECHNIK, GmbH

9 LEMIS BALTIC

10 YOKOGAWA

8. PRESSURE/ TEMPERATURE TRANSMITTER/DIFFERENTIAL PRESSURE TRANSMITTER

S. No. VENDOR NAME

1 INVENSIS (FOXBORO)

2 EMERSON PROCESS CONTROL (ROSEMOUNT)

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.

S. No. VENDOR NAME

8 MOORE

9. RTD WITH THERMOWELL

S. No. VENDOR NAME

1 NAGMAN

2 GENERAL INSTRUMENTS

3 ALTOP

4 DETRIV INSTRUMENTATION

5 THERMOCOUPLE PRODUCT

6 CHEMTROL

7 PYRO ELECTRIC

10. DIFFERENTIAL PRESSURE GAUGE/ PRESSURE GAUGE

S. No. VENDOR NAME

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

S. No. VENDOR NAME

1 INDFOS

2 SWITZER INSTRUMENTS LIMITED

3 FITZER

4 DANFOS

5 BOURDAN

12. AOP DEVICE - LEVEL SWITCH - SIL2 CERTIFIED (HFT 0)


Tender No Conversion of existing tanks and provision of additional facilities Page 176 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

S. No. VENDOR NAME

1 EMERSON PROCESS CONTROL (MOBREY)

2 MAGNETROL

3 HYCONTROL

4 ENDRESS+HAUSER

5 VEGA

13. SIL VERIFICATION / VALIDATION / CERTIFICATION AGENCIES

S. No. VENDOR NAME

1 TÜV

2 RISKNOWLOGY

3 HIMA

4 CHOLA MANDALAM

14. MULTIPOINT TEMP SENSOR, WATER INTERFACE PROBE

S. No. VENDOR NAME

1 EMERSON

2 HONEYWELL (ENRAF)

3 ENDRESS + HAUSER

15. ULTRASONIC LEVEL TRANSMITTER/GUIDE WAVE LEVEL TRANSMITTER

S. No. VENDOR NAME

1 EMERSON PROCESS MANAGEMENT

2 ENDRESS + HAUSER

3 KROHNE MARSHALL

4 MAGNETROL

5 VEGA CONTROL

16. GUIDED WAVE RADAR

S. No. VENDOR NAME

1 EMERSON

2 HONEYWELL - ENRAF

3 ENDRESS + HAUSER

4 VEGA

17. CONTROL PANELS & CONSOLES


Tender No Conversion of existing tanks and provision of additional facilities Page 177 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

S. No. VENDOR NAME

1 RITTAL

2 ENCLOTEK

3 LOTUS

4 PYROTECH

5 HOFFMAN

6 SCHNEIDER ELECTRIC

7 EVANS

18. PLC/ CONTROLLERS

S. No. VENDOR NAME

1 SIEMENS

2 GE

3 SCHNEIDER ELECTRIC (MODICON)

4 HONEYWELL

5 MITSUBISHI

6 ROCKWELL AUTOMATION - ALLEN BRADLEY

7 INVENSYS

8 ABB

9 YOKOGAWA

10 RTP

19. Exd / FLP MOV ACTUATOR & MASTER CONTROL STATION

S. No. VENDOR NAME

1 ROTORK

2 LIMITORQUE

3 AUMA

4 EIM CONTROLS

5 BIFFI – ITALY

20. CABLE- SIGNAL & CONTROL

S. No. VENDOR NAME

1 ASSOCIATED CABLE

2 ASSOCIATED FLEXIBLES AND WIRE

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.

S. No. VENDOR NAME

4 UNIVERSAL

5 CORDS CABLES

6 RELIANCE ENGG

7 NICCO

8 BROOKS

9 THERMOCABLES

10 KEI

11 BELDEN

12 RADIANT

13 LAPP

14 UDEY PYRO CABLES

15 T C COMMUNICATIONS PVT LTD (TECHNOCAB CABLES)

21. CABLE- POWER & EARTH

S. No. VENDOR NAME

1 CCI

2 FORT GLOSTER

3 DELTON

4 CORDS CABLES

5 THERMOCABLE

6 ASSOCIATED CABLE

7 ASSOCIATED FLEXIBLES AND WIRE

8 UNIVERSAL

9 NICCO

10 KEI

11 BELDEN

12 RADIANT

13 LAPP

14 UDEY PYRO CABLES

15 T C COMMUNICATIONS PVT LTD (TECHNOCAB CABLES)

16 POLYCAB

22. CABLE TRAY & TRAY COVERS


Tender No Conversion of existing tanks and provision of additional facilities Page 179 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

S. No. VENDOR NAME

1 GRAM ENGG.

2 HOPES METAL

3 INDIANA

4 GLOBE ELECTRICALS

5 MM ENGG.

6 CALCUTTA MANUFACTURERS (KOLKATA)

7 ELCON CABLE TRAYS PVT. LTD.

8 RUKMANI ELECTRICALS

23. POWER ISOLATOR SWITCH, FUSE UNIT

S. No. VENDOR NAME

1 SIEMENS

2 LARSEN & TOUBRO

3 GE POWER CONTROLS

4 KAYCEE

5 SCHNEIDER ELECTRIC

24. SIGNAL ISOLATOR/ BARRIERS

S. No. VENDOR NAME

1 MTL

2 R.STAHL

3 P&F

4 OSNA ELECTRONICS PVT. LTD.

5 PHOENIX CONTACT

25. RELAYS

S. No. VENDOR NAME

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.

S. No. VENDOR NAME

8 LARSEN & TOUBRO

9 GE

10 BCH

11 ALSTOM INDIA LTD (EE)

26. MCB, ELCB & MCCB

S. No. VENDOR NAME

1 MDS

2 INDOKUPP

3 SIEMENS

4 GE POWER CONTROL

5 SCHNEIDER ELECTRIC

6 ABB

7 L&T

27. AMMETER & VOLMETER

S. No. VENDOR NAME

1 AE

2 IMP

3 MECO

4 RISHABH

28. TERMINAL BLOCKS

S. No. VENDOR NAME

1 ELMEX

2 CONNECTWELL

3 C&S

4 PHONIX

5 WAGO

6 WEIDMULLAR

29. PROTECTIVE RELAYS

S. No. VENDOR NAME

1 ALSTOM INDIA LTD (EE)


Tender No Conversion of existing tanks and provision of additional facilities Page 181 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

S. No. VENDOR NAME

2 ABB

30. LAMP CLUSTER /(PUSH BUTTON)

S. No. VENDOR NAME

1 SIEMENS

2 LARSEN & TOUBRO

3 BCH

31. CONTROL & SELECTOR SWITCHES

S. No. VENDOR NAME

1 SIEMENS

2 LARSEN & TOUBRO

3 GE POWER CONTROLS

4 KAYCEE

5 SCHNEIDER ELECTRIC

32. COMPRESSION FITTINGS

S. No. VENDOR NAME

1 EXCELISOR

2 RELIANCE ENGG.

3 EXCEL HYDRO PNEUMATIC.

33. SS TUBE

S. No. VENDOR NAME

1 KALINDI BRIGHT STEEL & TUBE

2 CHOKES TUBES

3 RATNAMANI

34. ROTAMETER

S. No. VENDOR NAME

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.

35. AVERAGE PITOT TUBE

S. No. VENDOR NAME

1 STAR-MECH

2 MICRO PRECISION

3 SWITZER INSTRUMENTS LIMITED

36. ORIFICE PLATE & ACCESSORIES

S. No. VENDOR NAME

1 BALIGA

2 I.L. PALGHAT

3 MICRO PRECISION

4 GENERAL INSTRUMENT

5 GURU NANAK

6 ENG SPECIALIST.

37. LIMIT SWITCH

S. No. VENDOR NAME

1 HONEYWELL

2 DANFOSS

3 JAI BALAJI

4 LEVCON

5 DAG

6 BCH

7 TELEMECHANIQUE

8 LARSEN & TOUBRO

9 SIEMENS

38. ALARM ANNUNCIATOR

S. No. VENDOR NAME

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.

S. No. VENDOR NAME

6 IDEC

7 KIDDE.

39. DC POWER SUPPLY

S. No. VENDOR NAME

1 VICOR

2 LAMBDA

3 COSEL

4 PHOENIX CONTACT

5 SIEMENS

40. LV MOTOR

S. No. VENDOR NAME

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.

2. In case of imported items the Ex-proof /Intrinsic certification from


following agency shall be provided. i.e. ATEXFM / BASEEFA / PTB/
KEMA/ TUV etc. CCOE certificate is mandatory for both Indian and
imported item. Also CE mark shall be available and complying all
EMC directives for imported item.
Tender No Conversion of existing tanks and provision of additional facilities Page 184 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 185 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

GUIDELINES FOR EVALUATION OF CONTRACTORS’ PERFORMANCE


1.0 General
A system for evaluation of Contractors’ Performance is a key process and important to support an
effective contracting function of an organization.
Performance of all Contractors needs to be closely monitored to ensure complete execution of
project within scheduled completion period. For timely execution of projects and achieving the
desired goals of the organization, it is necessary to monitor the execution of project or contracts
right from the award stage to completion stage and take corrective measures in time.
2.0 Objective
The objective of Contractor Performance Evaluation is to ascertain the performance of the
Contractor with respect to satisfactory execution of work while maintaining Safety and Quality
standards and to develop reliable Contractors so that they consistently meet or exceed expectations
and requirements.
The purpose of this guideline is to put in place a system to monitor performance of Contractors
associated with IOCL so as to ensure timely completion of various projects. Contractor’s
Performance Evaluation Methodology should be integral part of the respective tenders.
3.0 Measurement of Performance
Standard Format attached as Annexure shall be used for evaluating Contractors’ Performance. All
Civil / Mechanical / Electrical Works with estimated value of Rs. 10 Crores and above would be
evaluated. The performance of the Contractor would depend upon the total marks obtained.
4.0 Basis of Contractors’ Performance Evaluation
The contractors’ actual performance till actual mechanical completion vis-à-vis the overall progress
S-curve finalized in the base planning package document shall form the basis for the evaluation of
performance of contractor.
5.0 Stages of Evaluation:
Performance Evaluation of Contractor shall be done independently at following two stages of the
project as per Overall Progress S-curve and at Mechanical Completion:
i) First performance evaluation shall be done at initial stage i.e. at 50% Schedule Progress
stage as per Overall Progress S-curve.
ii) Second performance evaluation shall be done at Schedule completion stage i.e. at 100%
Schedule Progress stage as per Overall Progress S-curve.
iii) Third performance evaluation shall be done at Actual completion stage i.e. at Mechanical
Completion.
Note:
1) Performance evaluation for stages against SN (i) & (ii) shall be completed within a period of 01
(one) month after reaching at designated schedule progress stage.
2) Performance evaluation for SN (iii) shall be completed within a period of 03 (Three) months after
achieving Mechanical Completion.
6.0 Performance Rating:
Depending upon the Total Marks obtained by the contractor, the performance rating of the
contractor shall be finalised as per following:
Tender No Conversion of existing tanks and provision of additional facilities Page 186 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

S.No. %age of Marks obtained Performance Rating


1 > 80% Very Good
2 > 60% but ≤ 80% Good
3 > 40% but ≤ 60% Fair
4 ≤ 40% Unsatisfactory

7.0 Action based on performance rating


7.1 Following actions shall be taken at different evaluation stages depending upon the Performance
ratings:
S.No. Evaluation Performance Recommended Action
Stage Rating
Initial Stage Very Good No further action
Good Letter to the contractor for improving the
(50% Schedule performance in future
1 Progress) Fair Restrict Contractors’ Pre-qualification in future
jobs (Note)
Unsatisfactory Banning for future jobs (Note)

Schedule Very Good No further action


Completion
Stage Good Letter to the contractor for improving the
performance in future
2 (100%
Scheduled Fair Restrict Contractors’ Pre-qualification in future
Progress) jobs (Note)
Unsatisfactory Banning for future jobs (Note)
Actual Very Good No further action
Completion
Stage Good Letter to the contractor for improving the
performance in future
(After
3 Mechanical Fair Restrict Contractors’ Pre-qualification in future
Completion) jobs (Note)
Unsatisfactory Banning for future jobs
(Note)
Note
In case of Fair / Unsatisfactory rating, indicated penal action shall be taken for future jobs for a
maximum period of 1 year across all Divisions, with a provision for revoking such penal action in case
of improvement in performance in the job under evaluation or any other concurrent job (having
Tender No Conversion of existing tanks and provision of additional facilities Page 187 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

contract value of minimum 80 % of the job under evaluation) at similar or higher stages of
evaluation in the same Division.

7.2 Restriction in Contractors’ Pre-qualification in future jobs


In future jobs, prequalify the contractor only for the works of estimated value up to X% of the
original contract value for which “Fair Performance” rating has been given.
“X” = Marks obtained by the contractor
7.3 Banning
Not to consider the contractor in future jobs.
Wherever Contractor is to be banned / Holiday listed, after finalization of scores, the procedures for
holiday listing as required including evaluation of reply against show cause notice by multi
disciplinary committee shall be followed.
For banning / holiday listing of party, the committee should specifically take into account the moving
average score of last one (1) year of the party in deciding on the time period of holiday listing
(maximum 1 years).
Such banning on account of CPE shall be without prejudice to other rights and & remedies available
to the owner under the contract
Tender No Conversion of existing tanks and provision of additional facilities Page 188 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

INDIANOIL CORPORATION LIMITED


MARKETING DIVISION
FORMAT FOR EVALUATION OF CONTRACTORS’ PERFORMANCE CRORES

1.0 Name of Contractor along with SAP code :


2.0 Work Order No. & Date :
3.0 Name of Work :
4.0 Contract Value (Rs.) :
5.0 Scheduled Completion Period :
6.0 Date of Start :
7.0 Contractual Completion Date :
8.0 Actual Completion Date :
(Not Applicable for Inital / Mid stage evaluation)
9.0 Execution Amount :
(Paid amount till date of report)
10.0 Stage of Evaluation :
(Please (√) mark against respective stage)
1. Initial stage at 50% Schedule Physical Progress as per Overall Progress S-
curve

2. Schedule Completion stage at 100% Schedule Physical Progress as per


Overall Progress S-curve

3. Actual Completion stage at Mechanical Completion

11.0 Allocation of marks: (To be filled up by SIC for calculation of marks)


11.1 Allocation of marks for Initial & Schedule Completion stage:
%age Schedule %age Schedule Physical %age Marks obtained by
Physical Progress at Progress worked out Contractor
Actual Physical
Evaluation Stage after delay analysis
Progress
A% B% C=(B/A) x 100%

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.

Maximum Delay For delay up to 20 For delay more than Marks


Marks to be weeks: 20 weeks: Additional obtained by
in week(s)
considered marks to be deducted Contractor
or part Marks to be
@ 2 marks per week
thereof deducted @ 1 mark
or part thereof for
per week delay or
delay beyond 20
part thereof
weeks
A B C=Bx1 D = (B - 20) x 2 E = A - (C+D)
100

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.

12.2 Part-Offloading / Termination of work due to poor progress :


S.No. Description Unit Marks to be No. Of Total No. Of
deducted / Incidents Marks to be
Incident deducted
A B C D=BxC
1 Off-loading of part 10 ............. .............
work at contractor’s
risk & cost
2 Termination of 20 (0 or 1)
Contract due to poor
progress and off
Tender No Conversion of existing tanks and provision of additional facilities Page 190 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

loading balance works


at contractors risk and
cost
Total Marks to be deducted .............
Note:
a) The maximum deduction of marks on account of part off-loading in any work shall be limited to
20 marks.
b) In case of termination, evaluation of performance is without prejudice to other rights &
remedies available to the owner under the contract.

12.3 Safety Violation


For calculation of marks towards deduction on safety violation, the following formula shall be used:
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 Violation of applicable 2 ............. .............
safety, health and
environment related
norm leading to
penalty of Rs 5000
2 Violation leading to 5
Physical injury
............. .............
3 Violation leading to 10
fatal incidence
............. .............
Total Marks to be deducted .............
Note:
1. The maximum deduction of marks on account of safety violation in any work shall be limited to
25 marks.
2. Deductions on account of safety violation shall be applicable for the incidents occurred from
start to evaluation stage.

12.4 Quality of Work


S.No. Description Unit Marks to be Total No. Of Marks
deducted to be deducted
A B
1 Recoveries / amount withheld for
rectification up to 1% of executed
3 .............
value
Tender No Conversion of existing tanks and provision of additional facilities Page 191 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

S.No. Description Unit Marks to be Total No. Of Marks


deducted to be deducted
A B
2 Recoveries / amount withheld for 6
rectification between 1% to 2 %
.............
of executed value
3 Recoveries / amount withheld for 10
rectification > 2 % of executed
.............
value
Total marks to be deducted

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

14.0 Performance Rating of Contractor:


Performance rating chart:
S.No. %age of Marks obtained Performance Rating
1 > 80% Very Good
2 > 60% but < 80% Good
3 > 40% but < 60% Fair
4 < 40% Unsatisfactory

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)

Engineer In Charge State Engineering Head / DGM (E) at HO


(Name, Designation, Signature, Date) (Name, Designation, Signature, Date)
Tender No Conversion of existing tanks and provision of additional facilities Page 193 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

SPECIFICATIONS OF PIPE SCAFFOLDING

STEEL SCAFFOLDING REQUIREMENTS


PURPOSE:
Due to requirement of high skill associated with scaffolding works, it is the intent of the Indian Oil
Corporation Ltd. to provide maximum protection to all its employees and Contractor's workers by following
set norms and practices.
SCOPE:
These requirements are to apply to all employees and Contractors along with their workmen who are
associated with scaffolding works. All scaffolds erected on the job site at Refinery premises shall be in
accordance with guidelines & standards given elsewhere in this document.
GENERAL:
No scaffold shall be erected, moved, dismantled, or altered except under the supervision of competent
persons (that is qualified and authorised certifying engineer) and by competent workmen possessing
adequate experience of such work under valid permit. All materials for any scaffold shall be inspected by
competent person on each occasion before using.

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.

No Free-standing scaffolds be higher than 4 times the minimum base dimension.

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.

WORKING PLATFORMS (INCLUDING WORKING STAGES):

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:

closely boarded, planked, or plated;

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.

GUARD RAILS AND TOE-BOARD AT WORKING PLACES:

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:

Inspection of scaffold should be carried out to ascertain that:

The scaffold is of suitable type;


(b) Material used in its construction are sound and of sufficient strength;
(c) The scaffold is of sound construction and stable;
(d) That the required safeguards are in position.

Scaffolds should be inspected and certified:


Tender No Conversion of existing tanks and provision of additional facilities Page 196 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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

b; After any alteration, Interruption in use

Ascertain health of the persons working on scaffolding job.

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

1 Certification/QAP Piping Materials


2 Technical Supply Conditions for Valves/Strainers

3 Specifications For Wrapping/Coatings

NOTES:-
Following document are attached separately which will be part of the tender
i. GENERAL CONDITION OF CONTRACT
ii. SAFETY GUIDELINES

FOLLOWING DOCUMENT/DRAWINGS/SPECIFICATION ARE ATTACHED/GIVEN AHEAD WHICH WILL BE


REFERRED FOR SUPERVISION BESIDES THE TECHNICAL SPECIFICATION, TERMS & GUIDELINES OF INDIVIDUAL
WORK ORDER ISSUED ON THE CONTRACTOR,

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.

CEMENT CONSUMPTION STATEMENT


Name of the Contractor :
Name of Work :
Work Order Ref. & Dt. :

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

PART RATE STATEMENT


Name of the Contractor :
Name of Work :
W.O. Ref. & Date :
Item No. Brief Full Part Rate in Part Remarks/ Signature Signature Remarks
Description Rate Previous Bill Rate Reason & of of Site-
of Item in Deficiencies in Contractor in-
this the Work for Charge
Bill allowing Part
Rate
1 2 3 4 5 6 7 8 9
Tender No Conversion of existing tanks and provision of additional facilities Page 203 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

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

TEST CHECK REGISTER


Name of the Contractor :
Name of Work ;
Work Order Ref. No. & Date :

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.

QUALITY ASSURANCE PLAN FOR STRUCTURE WORK/SHED/PUMP HOUSE ETC

S DESCRIPTION APPROVED MAKES / OBSERVATION/


No REQUIRMENT OF WO DEVIATIONS
A FABRICATION AT WORKSHOP

1. Make of structural steel TISCO / SAIL / VIZAG /


Devbhumi / Kamdhenu /
Kashmir Steel Rolling Mills /
JISCO / IISCO / Jyoti / Amba
2. Size of individual structural members as per YES/NO
drawings in respect of Length, size and
thickness.
3. Ensure use of various structural sections are in YES/NO
single piece out of length available in market
except specifically required as per design/
drawing.
4. Approval of welder by TPI agency based on 1G Weld sample testing by TPI Yes/No
butt weld positions.
5. Make of Electrodes used for welding. ESAB / ADVANI / HONAVAR /
D&H SECHRON / D&H
WELDING ELECTRODES /
6. Cutting of steel section as per drawing & VISUAL
MALLAM INSPECTION
METALLOGEN
making edge suitable for welding
7 Efficacy and soundness of welds VISUAL INSPECTION
8. Ensure chipping of weld slags, grinding VISUAL INSPECTION
wherever required including removal of blister
and foreign materials
9. Ensuring removal of rust / dust particles and VISUAL INSPECTION
proper cleaning of structural members before
apply of primer coat.
10. Make & size of nuts and bolts as per GKW / Bombay Tools & Yes/No
specification and drawing Hardware / Unbreko
11. Gusset plate of appropriate size as per VISUAL INSPECTION
drawing.
12. Cleats, Nuts, Bolts & washers of appropriate VISUAL INSPECTION
size and approved make.
13. Painting
a) Surface preparation by Mechanical cleaning, VISUAL INSPECTION Yes / No
to obtain smooth surface free of rust / foreign
materials
b) 2 coats of Zinc Phosphate Red Oxide Primer DFT = 60-70 micron
with DFT of 30-35 microns in each coat.
c) 2 coats of synthetic enamel applied by spray DFT = 50 microns
gun with DFT of 20 microns in each coat.
d) Total DFT of painting Not less than 100 microns
VERIFICATION AT SITE
Tender No Conversion of existing tanks and provision of additional facilities Page 205 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

1. Check Suitability of foundation as per drawing VISUAL INSPECTION


and alignment, foundation bolts for proper
erection of structure
2 Check top levels of foundation are as per CHECK BY WATER
drawing / site requirement LEVEL/DUMPY LEVEL
3 Check size and length of foundation bolts as VISUAL INSPECTION
per requirement.
4. Erection of structure at site in proper layout, CHECK FOR LEVEL & PLUMB
plumb & level.
5. Check usage of correct size of nuts, bolts and
washers.
6. Check for slope, dimension, and material of VISUAL INSPECTION
gutter along with watertight connection with
down pipe.
7. Roofing sheet as per approved make and
required thickness.
8. Installation of roofing material as per VISUAL INSPECTION
manufacture’s specifications. Ensure fixing the
sheet. Overlap between sheets as per
standard specification.
9. Roofing shall be tested for leakage by spraying VISUAL INSPECTION
water on roofing and holding water in
rainwater gutter for 1 hour.
10. Make & size of electrical cables (without any
joints) as per specification.
11. Check for proper connection in electrical panel
for load distribution, termination with
thimbles, and use of single compression
glands with sufficient loop.
12. Check for fixing of false ceiling in proper levels, VISUAL INSPECTION
use of sufficient number of hangers and
carriers as per manufacturer’s specifications,
13. orientation
Ensure rigidoffixing
panelsofperpendicular
canopy light tofittings
road, in VISUAL INSPECTION
level and alignment with proper recess in false
ceiling.
14. Detailed calculation of structural steel as per BILL OF QUANTITY duly signed
actual measurements of steel sections in by the authorized
canopy without gusset plate, cleats, nuts, representative of contractor &
bolts, washers. (Note:- In case higher sections TPI agency.
are used over drawing than weight of section
as per drawing will be taken for calculation)
Tender No Conversion of existing tanks and provision of additional facilities Page 206 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

LIST OF IS: CODES AND STANDARDS FOR REFERENCE

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.

IS : 2722-Indian Standard Specification for Portable Swing Weigh Batchers for


Concrete (Single and Double Bucket type)
IS : 2751-Code of Practice for Welding of Mild Steel Bars used for Reinforced
Concrete Construction
IS : 2770-Indian Standard Specification for Method of Testing Bond in
Reinforced Concrete
IS : 3025-Indian Standard Specification for Methods of Sampling and Test
(Physical and Chemical) for Water used in Industry
IS : 3201-Indian Standard Specification for Design and Construction of Pre-cast
Concrete Trusses
IS : 3370-Indian Standard Specification for Code of Practice for Concrete
Structures for Storage of Liquids
IS : 3550-Indian Standard Specification for Method of Test for Routine Control
for Water used in Industry
IS : 3558-Code of Practice for use of Immersion Vibrators for Consolidating
Concrete
IS : 3590-Indian Standard Specification for Load Bearing Light Weight Concrete
Blocks
IS : 3696-Safety Code for Scaffolding and Ladders
IS : 3812-Indian Standard Specification for Fly Ash for use as Admixture for
Concrete
IS : 4031-Indian Standard Specification for Method of Tests for Hydraulic
Cement
IS : 4082-Indian Standard Specification for Recommendation on Stacking and
Storage of Construction Materials at site
IS : 4090-Indian Standard Specification for Design of Reinforced Concrete
Arches
IS : 4634-Indian Standard Specification for Method of Testing Performance of
Batch-type Concrete Mixes
IS : 4656-Indian Standard Specification for Form Vibrators for Concrete
IS : 4925-Indian Standard Specification for Concrete Batching and Mixing Plant
IS : 4926-Indian Standard Specification for Ready Mixed Concrete
IS : 4990-Indian Standard Specification for Plywood for Concrete Shuttering
work
IS : 4991-Indian Standard Specification for Blast Resistant Design of Structure
for Explosion above ground
IS : 5512-Indian Standard Specification for Flow Table for use in Tests of
Hydraulic Cement and Pozzolanic Materials
IS : 5513-Indian Standard Specification for Vicat Apparatus.
IS : 5515-Indian Standard Specification for Compaction Factor Apparatus
IS : 5751-Indian Standard Specification for Precuts Concrete Coping Blocks
IS : 5816-Indian Standard Specification for Method of Test for Splitting Tensile
Strength of Concrete Cylinders
IS : 5891-Indian Standard Specification for Hand Operated Concrete Mixers
IS : 6452-Indian Standard Specification for High Alumina Cement for Structural
Use
IS : 6909-Indian Standard Specification for Supersulphate Cement
IS : 6923-Indian Standard Specification for Method of Test for Performance of
Screed Board Concrete Vibrators
Tender No Conversion of existing tanks and provision of additional facilities Page 208 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

IS : 6925-Indian Standard Specification for Method of Test for Determination of


Water Soluble chloride in Concrete Admixtures
IS : 7242-Indian Standard Specification for Concrete Spreaders
IS : 7246-Indian Standard Specification for Table Vibrators for Consolidating
Concrete
IS : 7251-Indian Standard Specification for Concrete Finishers
IS : 7320-Indian Standard Specification for Concrete Slump Test Apparatus
IS : 7861- Part-I&II-Indian Standard Specification for Recommended Practice
for Extreme Weather Concreting
IS : 7969-Safety Code for Storage and Handling of Building Materials
IS : 8041E-Indian Standard Specification for Rapid Hardening Portland Cement
IS : 8112-Indian Standard Specification for high strength Ordinary Portland
Cement
IS : 8142-Indian Standard Specification for Determining Setting time of
Concrete by Penetration Resistance
IS : 8989-Safety Code for Erection of Concrete Framed Structures
IS : 9013-Indian Standard Specification for Method of Making, Curing and
Determining Compressive Strength of Accelerated-cured Concrete Test
Specimens
IS : 9103-Indian Standard Specification for Admixtures for Concrete
IS : 10262-Recommended Guidelines for Concrete Mix Design.

Codes and standards


All work under this specification shall, unless otherwise specified in the contract, conform to the
requirements of the latest revision and/or replacements of the following or any of the relevant
Indian Standards specifications and codes of practice. In case any particular aspect of the work is not
specifically covered by any Indian Standard Specification, any other standard practice, as may be
specified by the Engineer shall be followed:

IS: 226: Structural Steel (Standard Quality)


IS: 800: Code of Practice for use of structural steel in general building construction
IS: 806 : Code of practice for use of steel tubes in general building construction.
IS: 808 : Rolled steel beams, channels and angle sections
IS : 813 : Scheme of symbols for welding
IS : 814 : Covered electrodes for metal arc welding of structural steel
IS : 815 : Classification and coding of covered electrodes for metal arc welding of mild steel and
low alloy high tensile steel
IS :816 : Code of practice for use of metal arc welding for general construction in mild steel
IS : 817 : Code of practice for training and testing metal arc welders
IS :818 : Code of practice for safety and health requirements in electric and gas welding and cutting
operations
IS : 822 : Code of practice for inspection of welds
IS: 9595: Recommendations for metal arc welding of carbon and carbon manganese steels.
IS : 919 : Recommendations for limits and fits for Engineering
IS : 961 : Structural Steel (High Tensile)
IS : 1148: Rivet bars for structural purposes
IS : 114 : High tensile rivet bars for structural purposes
IS : 1161: Steel Tubes for structural purposes
IS : 1200: Method of measurement of steel work and ironwork (Part 8)
IS : 1239: Mild Steel Tubes
IS: 1363: Black hexagon bolts, nuts and lock nuts (dia. 6 to 30 mm)and black hexagon screws (Dia 6
to 24 mm)
IS: 1364: Precision and semi-precision hexagon bolts, screws, nuts and lock nuts/dia. range 6 to 39
mm).
Tender No Conversion of existing tanks and provision of additional facilities Page 209 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

IS :1367 : Technical supply conditions for threaded fasteners


IS :1442: Covered electrodes for the metal arc welding of high tensile structural steel
IS :1608: Method for tensile testing of steel products other than sheet strip, wire and tube.
IS :1730: Dimensions for steel plate, sheet and strip for structural and General Engineering purposes.
IS : 1731: Dimensions for steel flats for structural and general engineering purposes
IS :1852: Rolling and cutting tolerances for hot-rolled steel products
IS : 1977: Structural steel (Ordinary quality) St-42-0
IS : 2062: Structural steel (fusion welding quality)
IS : 2074: Ready mixed paint, red oxide zinc chromate priming
IS :2629: Recommended practice for Hot-Dip Galvanizing of Iron and Steel
IS : 2633: Method for testing uniformity of coating on Zinc coated Articles
IS : 3757: High Tensile Friction Grip bolts
IS : 4759: Specifications for Hot-Dip Zinc Coatings on Structural Steel and other Allied products
IS :7215: Tolerances for fabrication of steel structures
Tender No Conversion of existing tanks and provision of additional facilities Page 210 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.

SIGNATURE OF THE EXECUTOR


Witness :

1. NAME & ADDRESS:

2. NAME & ADDRESS:


Tender No Conversion of existing tanks and provision of additional facilities Page 211 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

Annexure-II

FORMAT (FOR GIVING CONSENT AND BANK DETAILS ON LETTER HEAD)


To,

M/s Indian Oil Corporation Ltd., Date:

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

2 Name of the Bank (to which payments should be sent)

3 Branch Name

4 Address of the Branch

5 STD Code and Telephone No. of Branch

6 Branch Code

7 9 Digit Code No. of Bank & Branch as appearing on the MICR


Cheque (Copy of a cancelled cheque must be enclosed)*
8 Bank Account Number (As appearing on the cheque book)

9 Account type (SB/CA/CC)

10 Branch IFSC Code (Applicable only for RTGS payments)

11 Vendor Code

12 Mobile Number of vendor

13 Email address of vendor

*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)

TO : M/S. INDIAN OIL CORPORATION LIMITED

SUB : 1. WORK ORDER NO._____________________________ DT._______

2. AGREEMENT NO. ______________________________DT._______

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

2. SIGNATURES PAINT MANUFACTURER’S


SIGNATURES
NAME : (SECOND CONSTITUENT) ADDRESS :
SEAL
Tender No Conversion of existing tanks and provision of additional facilities Page 214 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 215 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

FORMAT FOR WELDING PROCEDURE SPECIFICATIONS (WPS)

1. Contractor’s Name _______________________________________________


2 By _______________________________________________
3. WPS No.(s) _______________________Date____________________
4. Supporting PQR No. (s) _____________________________________________
5. Revision No. _______________________Date____________________

Types of Welding _______________________________________________


Process (es) (Automatic, Manual, Machine or Semi Automatic)
Notes :
Tenderers to sign Pg. Nos. ___ to ____ in token of acceptance of formats.

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

1. Position(s) of Groove ____________________________________________


2. Welding Progression : Up __________________ Down____________________
3. Position(s) of Fillet _____________________________________________

WC2. PREHEAT

1. Preheat Temp. Minimum ________________________________________


2 Interpass Temp. Max ____________________________________________
3 Preheat Maintenance ____________________________________________
Note: Continuous or special heating where applicable should be recorded

WC3. GAS

Shielding Gas(es)_______________________________________________
2 Percent Composition _____________________________________________
(mixtures)
3 Flow Rate _______________________________________________
4 Gas Backing _______________________________________________
5 Trailing Shielding Gas __________________________________________

WC4. ELECTRICAL CHARACTERISTICS

1 Current AC or DC_______________________ Polarity______________

2. Amps.(Range) ___________________ Volt~ (Range) _____________


Tender No Conversion of existing tanks and provision of additional facilities Page 216 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

3 Tungsten Electrode _____________________________________________


Size & Type (Pure Tungsten~2% Thoriated etc.)

4 Mode of Metal Transfer ___________________________________________


For GNAW (Spray arc, short circuiting arc etc.)

5. Electrode Wire feed _____________________________________________


speed range

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.)

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 _________________


type and grade ____________ type and grade ______________

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

1. F.No. _____________________ Other__________________


2. A.No. _____________________ Other _________________
Tender No Conversion of existing tanks and provision of additional facilities Page 217 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

3. Spec. No. (SFA) ____________________________________________


4. AWS No. (Class) ____________________________________________
5. Size of filler metals ____________________________________________
(Electrode, Cold Wire, Hot Wire etc.)
6. Electrode Flux (Class )___________________________________________
7. Flux Trade Name ____________________________________________

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.

FORMAT FOR PROCEDURE QUALIFICATION RECORD (PQR)

1. Contractor’s Name_____________________________________________
2 PQR No. ______________________________________________
3. Date _______________________________________________
4. WPS No. _______________________________________________
5. Welding Process(es)______________________________________________
(Type - Manual, Automatic, Semi-Auto)

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 Metal 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 __________________________________________
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

1. Travel Speed __________________________________________


2. String or Weave Bead__________________________________________
3. Oscillation __________________________________________
4. Multipass or Single __________________________________________
Pass (per side)
5. Single or Multiple __________________________________________
Electrodes
6. Other __________________________________________

Tensile Test

Specimen Width Thickness Area Ultimate Ultimate Unit Type of Failure and
No. Load -Kg Stress - Mpa Location

Guided Bend Test

Type & Figure No. Result

Toughness Test

Specimen Notch Notch Test Impact Lateral Drop Weight


No. Location Type Temp. Values Exp.
% Shear Miles Break No
Break

FILLET WELD TEST


RESULT
Satisfactory : Yes __________________
No __________________
Tender No Conversion of existing tanks and provision of additional facilities Page 220 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

PENETRATION INTO PARENT METAL :

Yes __________________
No __________________
3. MACRO –RESULTS __________________

OTHER TESTS

1. TYPE OF TEST ________________________________________________

2. DEPOSIT ANALYSIS_____________________________________________

3. OTHERS _______________________________________________

1. WELDER’s NAME ________________________________________________

2. CLOCK NO. ______________________STAMP NO._______________

3. TEST CONDUCTED BY____________________________________________

4. LABORATORY TEST NO.___________________________________________

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.

CONTRACTORS RECORD OF WELDER QUALIFICATION TESTS

Welder Name -------------------------------

Check No ----------------------------------- Stamp No --------------


Welder's Photograph
Using WPS No ---------------------------- Revision ----------------

The above welder is qualified for the following ranges

Record Actual Values used in


S.No. Description Qualification
Qualification
1 Process
2 Process Type
Backing (Metal, weld, flux
3
etc)
4 Material Specs
a Plate Thickness
b Groove
c Fillet
5 Filler Metal
a Spec No
b Class
c F. No
6 Position
7 Weld Progression
8 Gas Type
9 Electricity Characteristics
a Current
b Polarity
Tender No Conversion of existing tanks and provision of additional facilities Page 222 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

GUIDED BEND TEST RESULTS

TYPE & FIGURE NO. RESULT

RADIOGRAPHIC TEST RESULTS

For alternative qualification of groove welds by radiography Radiographic


Results_____________________________________________________________
FILLET WELD TEST RESULTS

Convexity ________________________________in. or Concavity _____________


Test Conducted by ___________________________________________________
Laboratory – Test No.__________________________________________________

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.

Note :Any essential variables in addition to those above shall be recorded.


Tender No Conversion of existing tanks and provision of additional facilities Page 223 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

ELECTRODE QUALIFICATION TEST RECORD

Date________________________

Test started On_______________

Test completed on______________


A. DETAILS

Tested at_____________________________________________________

Work order no.________________________________________________

Sponsoring Agency_____________________________________________

Manufacturer’s Name____________________________________________

Brand Name __________________________________________________

Welding positions________________________________________________

In combination with (if any) _______________________________________

Reference Code & Classification____________________________________

Special requirements (if any) _____________________________________

Batch No. with date & size _______________________________________

S.No. Electrode Size Batch No. Date of Manufacture Remarks

B. TESTS

All weld tests__________________________________________________

Base material used _____________________________________________

Buttering used __________________________________________ Yes/No.

Preheat Temperature ______________________________________ Deg.C

Interpass Temperature _________________________________ Deg.C

PWHT details soaking Tem./Time__________________________________

Visual Examination _____________________________________________


Tender No Conversion of existing tanks and provision of additional facilities Page 224 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

RADIOGRAPHIC PROCEDURE FOR PIPELINE FABRICATION

1. Location -

2. Date of Testing -

3. Name of the Contractor -

4. Material -
Carbon steel/Alloy Steel -
/Stainless Steel

5. Pipe size -

6. Type of Weld Joint -

7. Radiation Source -

8. Intensifying Screens/ -
Lead Screens

9. Geometric Relationship -

10. Limit of Film Coverage -

11. Film Type and Make -

12. Exposure Time -

13. Processing -

14. Density -

15. Sensitivity -

16. * Type of Penetrameter -


(Source side)

17. * Type of Penetrameter -


(Film slide)

Signature of Contractor
with Seal

Approval of Owner’s Inspector


Tender No Conversion of existing tanks and provision of additional facilities Page 225 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

WELDER’S IDENTIFICATION CARD

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

Employee’s Signature with Seal

Signature with Seal


Tender No Conversion of existing tanks and provision of additional facilities Page 226 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

DOs and DONTs


for Construction site
DOs
1. Before commencement of work give sufficient input to the workers on safety requirement of the
job.
2. Use personal protective equipment (safety belt, safety shoes, safety helmet etc) atconstruction .
Safety belts (ISI approved) must be used when working at heights above 3 m height .
3. Keep the site clean from all unwanted materials and properly store the equipment for easy access. .
4. Keep the visitors away from the construction site. .
5. Use safety net whenever required.
6. Keep fire fighting equipment handy at site.
7. Keep the escape route clear
8. Provide adequate lighting at site.
9. Use electrical hand tools with double insulation or fitted with ELCB protection.
10. Maintain safe angle of repose while excavating pit exceeding 1.5M depth. (45).
11. Suitable bench of 0.5 M width at every 1.5 M depth of excavation in all soils to be provided expect in
case of hard rock or proper shuttering and shoring .
12. Necessary steps to be provided for escape.
13. Protect the neighbouring structure from collapse where excavation is planned.
14. Take adequate precaution for underground utility lines (cables, sewers) before carrying out
excavation.
15. Make necessary arrangement for de-watering of the pit .
16. Ensure Mechanised excavator is operated by well-trained experienced operator.
17. Ensure the wheel / belt of the excavator are suitably jammed to prevent accidental movement.
18. Ensure use of metallic scaffolding designed for their maximum load.
19. Check for any overhead electric wire running over the construction site. If exist, ensure the same is
de-energised.
20. Cordon off the excavated pit with proper red and white band / caution board.
21. Provide suitable rubber mat around electrical panels/switches.
22. Provide First Aid kit with proper medicine at the site.
23. Openings of manholes etc should be kept in close condition.
24. Cordon off the area where field radiography is carried out.
25. Ensure all electrical connections, water connections etc have been cut off before start of demolition.
26. Use 24 Volt FLP lamp fitting only for illumination inside confined space.

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.

12. Do not use temporary electrical connection.


13. Do not use barrels, boxes, loose bricks etc as working platform
14. Do not allow welding work if the welder is not in ‘Dry’ condition and not wearing protective goggles
/ face shield.
15. Do not start the job without proper work permit.
16. Do not keep any load / equipment near the edge of excavated pit.
17. Do not enter the confined space such as empty product tank without proper safety checks and in
absence of competent persons.
18. Do not demolish any structure without initial survey and formulating the method of demolition
19. Do not keep the lighted gas torch left unattended.
20. Do not throw or drop material / equipment from height.

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.

ABBREVIATIONS & NOTATIONS


UNLESS OTHERWISE SPECIFIED FOLLOWING NOTATIONS/ ABBREVIATIONS SHALL BE
APPLICABLE TO DOCUMENT

1. MM/mm - MILLIMETRE

2. SQMM/sqmm/mm2- SQUARE MILLIMETRE

3. CM/cm - CENTIMETRE

4. SQCM/Sqcm SQUARE CENTIMETRE

5. SFT/sft SQUARE FEET

6. M/m/rm/RM METRE / RUNNING METRE

7. SQM/sqm/m2 SQUARE METRE

8. CUM/cum/m3 CUBIC METRE

9. KG/kg KILOGRAM

10. MT METRIC TONNE

11. MS MILD STEEL

12. DIA/dia/ DIAMETER

13. NO (S) / Nos. / nos. NUMBER(S)

14. RCC REINFORCED CEMENT CONCRETE

15. E-I-C ENGINEER - IN – CHARGE

16. IS/BIS INDIAN STANDARD/BUREAU OF INDIAN STANDARDS

17. API AMERICAN PETROLEUM INSTITUTE

18. JOB JOB LUMPSUM

19. ISD INITIAL SECURITY DEPOSIT

20. SITC or S/I/T/C SUPPLY, INSTALLAITON, TESTING AND COMMISSIONING

21. BG BANK GUARANTEE


Tender No Conversion of existing tanks and provision of additional facilities Page 229 of 229
WRCC/2022- for introduction of Ethanol at Wadala II Terminal and Khapri
23/LT/111 Depot under Maharashtra State Office.

FORMAT OF BID SECURITY DECLARATION FROM BIDDERS IN LIEU OF


EARNEST MONEY DEPOSIT (EMD)
(On Bidder's letter Head)

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:

I/ We withdraw / modify our bid during the period of bid validity

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.

Signature and Seal of authorized signatory of Bidder

Name of Authorized Signatory:

You might also like