Professional Documents
Culture Documents
Tech Bid
Tech Bid
: SRCC/PT/019/TAPSO/2018-19
E-Tender ID : 2018_SROTN_75536_1
Page 1 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
INDEX
SN DESCRIPTION PAGE NOS.
PART A: TECHNICAL BID
1. Notice Inviting e-Tender -Annex-1 4-13
2. List of documents required to be uploaded –Annex-2 14-16
3. Abbreviations and notations- Annex-3 17
4. Special terms and conditions of contract- Annex-4 18-38
5. Scope of works -Annex-5 39
6 List of Drawings-Annex-6 40
7 Quality Assurance Plan for civil works-Annex-7 41-51
8 Specifications for fabrication of Vertical storage tanks- Annex- 52-58
8
9 Specifications for Sand pad foundation-Annex-9 59-62
10 Specifications for fabrication, erection and welding 63-77
requirements of Vertical storage tanks & Pipelines-Annex-10
11 Guidelines for radiography- Annex 11 78-83
12 Radiographic Inspection procedure for Vertical Tanks- Annex- 84-90
12
13 Testing Procedure of Vertical Cone Roof & Internal Floating 91-96
Roof Tanks-Annex -13
14 Specifications for Aluminium & Hybrid Internal Floating Roof- 97-104
Annex 14
15 Specifications for erection, testing, commissioning of piping & 105-108
other equipment-Annex-15
16 Guidelines for Pipeline works-Annex-16 109-123
17 Specifications for Pressure testing of pipelines-Annex-17 124-126
18 Specifications for blast cleaning & painting works for tanks, 127-143
pipelines, structural’s & other equipment- Annex 18
19 Specifications for erection of equipment-Annex-19 144
20 Specifications for Mechanical Shoe seal & Secondary seal- 145-148
Annex -20
21 Specifications for Combined Gauge well/ Still well for tanks- 149
Annex 21
22 Specifications for Breather valve with Flame arrestor & 150-160
Emergency vent for tanks-Annex 22
23 Specifications for Fixed Water spray/ Fixed Foam system 161-165
accessories-Annex 23
24 Typical QAP for Mechanical works – Tanks, Piping & supply 166-174
items-Annex 24
25 List of Inspection Agencies-Annex 25 175
26 List of approved makes/ brands-Annex-26 176-211
Page 2 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 3 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE 1
Indian Oil Corporation Ltd. Invites electronic bids through its website
https:/iocletenders.nic.in under two bid system from indigenous bidders as per the
following details
NIT NO. / Name of the Work Downloading period Contact Person (Tel No./
(both days inclusive ) E-Mail id with Designation)
Page 4 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Indian Oil Corporation Limited invites electronic bids through its website
https://iocletenders.nic.in under two-bid system for the work as detailed below from
indigenous bidders fulfilling the qualifying requirements as stated hereunder.
1. TENDER NO. :
SRCC/PT/019/TAPSO/2018-19
2. E-Tender ID
2018_SROTN_75536_1
3. NAME OF WORK :
FABRICATION ERECTION TESTING & COMMISSIONING
OF 1X3200 KL CAPACITY MILD STEEL INTERNAL FLOATING
ROOF VERTICAL TANK AND 2X200 KL CAPACITY
HORIZONTAL TANKS INCLUDING FOUNDATION, PIPING
AND ALLIED WORKS IN POL DEPOT AT
RAMAGUNDAM(TELANGANA)
4. LOCATION OF WORK
RAMAGUNDAM DEPOT (TELANGANA)
5. ESTIMATED VALUE OF
Rs. 4,22,63,080.99 (Inclusive of GST at present
WORK
applicable rate)
7. EARNEST MONEY :
Rs. 4,23,000.00 (Rs. Four Lakh Twenty Three Thousand
DEPOSIT
Only).
EMD should be deposited as detailed below :
Online EMD payment through Net Banking or
NEFT/RTGS or Bank Guarantee
Page 5 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 6 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 7 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
15. MODE OF TENDER You may please note that this is an e-Tender and can
SUBMISSION only be downloaded and submitted in the manner
specified in ‘Special Instructions to bidders for
participating in e-tender’ attached separately in this
tender
Name : Botharaj Prabhu
16. CONTACT PERSON
Designation : Ch. Mgr. (Contracts), RCC, SRO
Contact No. : 044-28333764
Email-ID: pbotharaj@indianoil.in
Page 8 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Parties who satisfy the following qualification parameters as per the details given
below only need apply
SL.
NO. QUALIFYING PARAMETERS
SIMILAR WORKS EXPERIENCE: Experience of having successfully completed similar
1.
works during last 5 years i.e. 30/04/2018 , should be either of the following:
Three similar completed works each costing not less than the amount equal to
a) Rs. 126.79 Lakhs
Two similar completed works each costing not less than the amount equal to
b) Rs. 169.05 Lakhs
c) One similar completed work costing not less than the amount equal to Rs. 211.32
Lakhs
DEFINITION OF SIMILAR WORKS:
The Work Order should contain the above similar work items and for qualification
purpose the entire executed value of WO (which may contain any other item)
shall be considered.
ANNUAL TURNOVER:
2. The annual turnover of the Tenderers during any of the preceding three financial
years (i.e. FY 2015-16, 2016-17 & 2017-18,) should be at least Rs. 253.58 Lakhs. In
case of non-availability of audited balance sheets (Profit & Loss Account
Statement)/published accounts of the immediate preceding year, the audited
balance sheet (P&L Statement)/ published account of the 4th preceding year(FY
2014-15) shall also be acceptable.
Page 9 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Definition of Turnover: Total Revenue as per Schedule III of companies Act 2013
(Earlier revised schedule VI of Companies Act, 1956) shall be considered as
Turnover.
Turnover for this purpose should be as per audited Balance Sheet of the tenderer.
However, if the tenderer is not required to get its accounts audited under Section
44AB of The Income Tax Act, 1961, certificate from a Practicing Chartered
Accountant towards the turnover of the tenderer along with copies of its Income
Tax Return should be submitted.
Total Revenue as per Schedule III of Companies act, 2013 (Earlier revised Schedule
VI of Companies Act, 1956) shall be considered as Turnover.
Audited Balance Sheet / Published accounts on a calendar year basis shall also
be acceptable. (The balance sheet copy MUST bear the Registration Number of
the authorized Chartered Accountant and its SEAL. This is not applicable for
published annual reports)
Page 10 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
(d) A person shall be deemed to have bid in a Company format if, the person
holds more than 10% (ten percent) of the voting share capital of the company
which has submitted a bid, or is a Director of the Company which has submitted
a bid, or holds more than 10% (ten percent) of voting share capital and/or is a
Director of a holding Company which has submitted the bid.
(e) Affiliates of a firm are not permitted to make separate bids directly or
indirectly. Two or more parties who are affiliates of one another can decide
which affiliate will make the bid. Only one affiliate may submit a bid. If two or
more affiliates submit more than one bid, then all such bids shall be liable for
rejection.
5. The bid of the party will also be rejected on the following grounds:
i. Tenderer not meeting tender qualifying parameter norms specified / not
submitting pre-qualifying and mandatory documents as per NIT.
ii. Non-withdrawal of conditions imposed in tender document & conditions
imposed during negotiations.
iii. A bidder who offers unsolicited reduction in the price offer whether before
or after the opening of the price part of the tender(s)/bid(s) shall be liable to
have his/its/their bid(s) rejected. Bidders may, however, at any stage offer a
reduction if such reduction is solicited or if the OWNER gives the Bidder an
opportunity to offer such reduction.
iv. Tenderer submitting fabricated/ false/ forged documents for the tender.
v. Tenderer put on holiday list during the pendency of this tender.
1. Only the Technical Bid, of those parties uploading their tenders before due date
and time of submission, shall be considered for opening.
2. The techno- commercial bid shall be scrutinized and evaluated based on the
qualifying parameters mentioned above and on the basis of the uploaded
documents in e-tender portal .
Page 11 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
3. The Price Bid of only those parties shall be opened who qualify as per the
qualifying parameters after evaluation as mentioned above. Prior intimation will
be sent to the qualifying parties regarding due date and time of opening of Price
Bid.
4. After opening the price bid, party who has quoted the lowest rate (L1rate) on
landed cost basis will be considered for award of work, with or without
negotiation as per the policy of the Corporation.
Negotiations shall not be conducted with the bidders as a matter of routine.
However, Corporation reserves the right to conduct negotiations. Tenderers will
have to attend the Office of INDIAN OIL CORPORATION LIMITED as informed by
Tender Issuing Authority for negotiations/clarifications as required in respect of
their quotation without any commitment from INDIAN OIL CORPORATION
LIMITED.
1) Tenderers to please note carefully the above schedule for Pre-Bid Conference
since all the clarifications, if any, with regard to Technical/ Commercial conditions shall
be given therein. Tenderers are advised to ensure that their queries must reach by e-
mail addressed to the Contact person as specified in NIT at least two working days in
advance for this purpose. Tenderers may also note that after the clarifications are
given against the points discussed in Pre Bid conference, no further deviation shall be
permitted and such clarifications shall be binding on all bidders. All are requested to
attend the Pre Bid conference.
Page 12 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
2) Any Addendum/ Corrigendum/ Sale Date Extension in respect of the tender shall
be issued on our website https://iocletenders.nic.in only & no separate notification
shall be issued in the press. Bidders are therefore requested to regularly visit our website
to keep themselves updated.
All bidders must login and visit their DASHBOARD on regular basis to get the timely
updates related to any communication sent in the form of e-mail/SMS by system.
4) Legal dispute, if any, arising during the evaluation of the tender shall be within the
jurisdiction of local courts.
a) For disputes up to stage of LOA – CHENNAI
b) For disputes during execution stage – HYDERABAD
5) Please visit our website https://iocletenders.nic.in for further details of this tender.
6) Bidders may note that the following are attached separately and uploaded in the
e-tendering portal:
Page 13 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE 2
LIST OF DOCUMENTS REQUIRED TO BE UPLOADED
S. No. Description
1 Work Order(s) indicating items of work in support of Qualifying Work
Order(s) value as per NIT & it’s completion certificate to prove completion
of works.
2 Copy of Audited BALANCE SHEET and PROFIT & LOSS account statements
of last three preceding financial years as specified in the NIT. Published
annual report is also acceptable.
For Govt /PSU firms, original letter from Company Secretary certifying the
annual turnover for the applicable financial years may also be accepted.
Original letter will have to be produced at the time of verification of
documents.
Note: Provisional Balance Sheet and P&L account statement will not be
considered for evaluation, even if the same is uploaded.
Sl no Description
1 PAN CARD.
2 PF Registration Certificate
3 GST Registration Certificate.
4 GST:
The party should submit valid GST number for the state of Telangana. The
parties from outside the state of Telangana should obtain GST number if
work is awarded to them. As payment can be released only after obtaining
the GST no, the parties who do not have GSTIN for the state of Telangana
shall obtain the same before payment is made. Please note that no
Page 14 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
payment shall be released till the same is obtained. Please note that
corporation shall not be responsible for delay in payment or no payment
due to above.
In case GSTIN for the said state is not available, an undertaking must be
uploaded along with the bid in the format specified.
5 Partnership deed or Certificate of Incorporation with Memorandum &
Articles of Association
6 Power of Attorney:
Authority of the person uploading the bids with his DSC shall be required to
be submitted in the bids. Document required showing the authority of the
person uploading & submitting the bid with his Digital Signature Certificate
shall be as given in the following table.
Page 15 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Sl no Description
1 ESIC Certificate and the indemnity bond as per the format attached with
the tender.
2 Safety declaration
3 Undertaking for non-engagement of child labour
Page 16 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE 3
MM/mm - MILLIMETER
SQMM/sqmm/mm2 - SQUARE MILLIMETER
CM/cm - CENTIMETER
SQCM/Sqcm - SQUARE CENTIMETER
SFT/sft - SQUARE FEET
M/m/rm/RM - METRE / RUNNING METRE
SQM/sqm/m2 - SQUARE METRE
CUM/cum/m3 - CUBIC METRE
KG/kg - KILOGRAM
MT - METRIC TONNE
MS - MILD STEEL
DIA/dia/ - DIAMETER
NO (S) / Nos. / nos. - NUMBER(S)
PCC - PLAIN CEMENT CONCRETE
RCC - REINFORCED CEMENT CONCRETE
E-I-C - ENGINEER - IN - CHARGE
IS/BIS - INDIAN STANDARD
API - AMERICAN PETROLEUM INSTITUTE
JOB - JOB LUMPSUM
LS - LUMPSUM
EMD - EARNEST MONEY DEPOSIT
ISD - INITIAL SECURITY DEPOSIT
BG - BANK GUARANTEE
Page 17 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE-4
Page 18 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
to and without prejudice to the other rights available to the Corporation under
the said GCC.
2. Time for all the facilities covered in the schedule of works will commence
concurrently.
3. 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 risk and cost of the original contractor and in line with provisions
available under the GCC.
3.0 DOCUMENTS:
These special terms and conditions shall be read in conjunction with the
technical specifications, drawings, GCC and any other document forming a
part of the tender, wherever the tender so requires.
4.0 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.
5.0 SECURITY DEPOSIT:
The successful tenderer, upon placement of work order, shall pay security
deposit, an amount equivalent to 10% of work order value in line with the
Clause 2.1.1.0, Section- 2 of the GCC and associated clauses thereunder. The
ISD/SD will not carry interest.
All the works carried out by the Contractor shall be covered under defect
liability period for a period of 12 (twelve) months from the date of completion
of works subject to the relevant clauses of the GCC.
The tenderers must note that the rates and amount indicated in the schedule
of works shall be applicable for all leads and lifts and reach involved.
The Corporation reserves the right to operate or not operate or partly operate
any item mentioned in the schedule.
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 labour till such
time the work is completed in all respects and handed over to the Corporation.
The Corporation reserves the right to accept any tender in whole or in part and
reject any or all tenders without assigning any reasons.
Any additional work that may become necessary during course of execution of
works as authorized by the Site In-charge shall be immediately got approved
Page 19 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
prior to taking up the work duly forwarding the details, nature of works etc. as
per relevant clause of the GCC.
6.0 NATURE AND SCOPE OF WORK:
The scope of work has been detailed under heading “Scope of Works” in this
document.
7.0 LOCATION OF SITE:
The project site is located at RAMAGUNDAM DEPOT (TELANGANA) as per NIT
8.0 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. Water supply can also be made available by IOCL at its discretion;
however, the same shall be in accordance with clause 3.5.0.0 of GCC.
The rate for deduction of water if supplied by IOCL shall be as prevailing market
rate of water at location.
Page 20 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
procure the same only up on the approval by Site in charge/ IOCL on award of
contract. If contractor brings defective/ substandard materials to site, it shall be
the responsibility of the contractor for the removal and disposal of the same at
his cost. The corporation shall not entertain any claim from the contractor in this
account in case the contractor fails to remove such materials within 15 days
after issuing notice in writing to the contractor. Corporation reserves the right to
dispose such materials at the entire risk and cost of the contractor.
11.0 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/ Letter of Acceptance (LOA)
3. Price schedule annexed to the letter of acceptance(LOA)
4. Agreed variations annexed to the letter of acceptance(LOA)
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.
Page 21 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Contract Labour (Regulation and Abolition) Act 1971 and obtain a licence from
the Assistant Labour Commissioner (Central) concerned and produce the same
to IOCL. In this connection, tenderers shall abide by all the conditions of
Appendix I and Appendix II enclosed with the GCC. The Principal Employer
certificate shall be given on written request from contractor by IOCL
14.0 PF Registration:
The tenderers shall indicate his/ their PF code number in the Statement of
Credentials enclosed with the tender along with PF registration certificate failing
which the tender shall be liable to be rejected. 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.
15.0 MEASUREMENTS FOR WORKS/RECORD MEASUREMENTS/ BILLS:
1. All the payment for quantities certified in the running account/ final bill shall be
as per the details recorded in the standard measurement book/ SAP SES of the
Corporation and jointly signed by the Contractor/ site engineer of IOC.
2. Method of measurement shall be strictly in accordance with the technical
specification for this work.
3. The payment shall be as per the details entered in the standard Measurement
Certificate bills of the Corporation.
16.0 On Account Payments:
1. On Account Bills shall be paid for the work done, measured and certified.
2. Contractor has to submit copies of No Due Certificate/ Royalty Receipts as
applicable from respective State Government Authorities for materials like
imported earth, sand used for filling works at the time of RA/ Final bills. In the
case of non-submission of such receipts by the Contractor, IOCL shall reserve its
rights to deduct such amounts on account of Royalty at the rates specified by
concerned State Government Departments from time to time. Deductions if
any on this account shall be as per the theoretical consumption or actual
consumption of the item at site, whichever is higher.
17.0 Price Adjustment For Delay In Completion:
The contractual price payable shall be subject to adjustment by way of
discount if the units are mechanically completed or the contract works are
finally completed subsequent to the date of mechanical completion/ final
completion specified and as per provisions indicated in clause 4.4.0.0,
Performance of work, Section 4 of GCC.
18.0 SPECIAL CLAUSE:
1. Successful tenderer shall abide by all safety/security regulations that need to
be followed inside a petroleum depot premises & as per the instruction of IOC
officials.
Page 22 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 23 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
3. Working site should be always kept cleared up to the entire satisfaction of the
Site Engineer. 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.
22.0 MISCELLANEOUS REQUIREMENTS:
1. It shall be contractor’s responsibility to obtain approval for any revision and/or
modifications decided by the contractor from the Owner/Engineer-in-Charge
before implementation. Also such revisions and/or modification if accepted /
approved by the Owner/Engineer-in-Charge shall be carried out at no extra
cost to the owner.
2. 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.
3. 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.
4. It shall be entirely Contractor’s responsibility to provide, operate & maintain
necessary construction equipments, 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.
5. 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, facilities such as railway siding, 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 which shall also be taken
care while quoting for the work.
6. 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.
23.0 SAFETY PRECAUTIONS & HOT WORK :
1. 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.
2. Safety distance as per PESO Rules and Oil Industry Safety Directorate shall be
maintained strictly during construction.
Page 24 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 25 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Mechanical
works such as
1 Engineer 1 Engineer 1 Engineer
pipeline,
with 5 with 3 Years with 2 Year
1 tankage and 200-500 Rs.40000.00 Rs.30000.00 Rs.25000.00
Years of of of
other works
Experience Experience Experience
where NDTs are
mandated
Page 26 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 27 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
5. Entire works shall be carried out under the supervision of IOCL Site Engineer
AND/ OR the authorized representative of IOCL.
30.0 WARRANTY PERIOD FOR PAINTING FOR TANKS & PERFORMANCE BANK
GUARANTEE:
1. As part of the painting (external & internal) to be carried out on the vertical
above ground MS tanks, the successful tenderer shall have to submit the
following;
a) Indemnity bond towards joint paint warranty (Joint warranty by Paint
Manufacturer) for a period of 6 years as per the format enclosed in the tender.
b) Additionally, performance bank Guarantee (PBG) at 10% of the value of
painting system to be submitted and valid for a period of 6 years. This PBG shall
be submitted by the successful tenderer prior to release of final bills under the
contract. This PBG shall be in addition to the security deposit at 10% the value
of contract covering defect liability period of 12 months. Format of the PBG is
enclosed in tender.
Successful bidder must ensure that the sales representative of the paint
manufacturer must be called for sample checks on random basis and asked to
collect paint sample as per paint manufacturer procedure in presence of IOC’s
and applicators representative and sent to the paint manufacturer’s lab for
testing. Similarly, TPI will be required to depute an inspector who will follow the
QAP and inspect the painting works as per the requirements of QAP.
31.0 DEDUCTIONS:
1. In case contractor has used IOC’s steel plates beyond the quantity as per
approved drawings, the cost shall be recovered from the contractor’s bill @ Rs
50,000/- per Metric Ton including handling charges.
2. In case of change (reduction/ increase) in the height of the tank due to
decision of IOC, then, increase/ deduction in painting shall be worked out for
the shell area only as per below mentioned rates:
a. External surfaces: Rs 830/- per Sqm (Above ground Product & Water
Tanks)
b. Internal surfaces: Rs 690./- per Sqm (Above ground Product tanks)
c. Internal surfaces: Rs 640/- per Sqm (Above ground Water tanks)
d. Underside of bottom plate: Rs 665/- per Sqm (for all above ground tanks)
e. Doping of UG Tanks: Rs 331/- per Sqm (for U/G Tanks)
32.0 SPECIFIC CONDITIONS:
1. 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
Page 28 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
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.
Page 29 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 30 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 31 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 32 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 33 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
3. Over and above the inspections carried out by TPI, the work will also be
inspected by the Engineer/Engineers from respective Divisional Office
(Warangal DO as the case may be) and Telangana & Andhra Pradesh State
Office of IOCL.
4. Contractor shall provide all necessary assistance to the TPI / IOCL engineers
for carrying out inspections/ tests / measurements of work without any extra
cost to IOCL.
5. All the materials shall be got approved before use. In case defective/sub
standard materials are brought at site and rejected by TPI / IOCL site Engineer,
the same shall have to be removed immediately within 3 days from the site at
their own cost. IOCL shall not entertain any claim from the Contractor on this
account. In case, Contractor fails to remove such materials from the site,
within 15 days after issue of notice in writing, IOCL reserves the right to dispose
off such materials at the entire risk and cost of the Contractor.
6. The Contractor shall make arrangements for retention of samples of
approved materials till completion of work.
7. Contractor shall bear all expenses towards testing of materials as per QAP
and IOCL specifications. Repeat tests if required, as per the opinion of
IOCL/TPI shall also be conducted by the Contractor at no extra cost. The lab
tests shall be carried out at any Govt Engg College/Govt University/Labs with
NABL accredition /Govt Labs, Govt recognized test houses and test houses
with ISO accredition. However, at its discretion, IOCL may advise to carry out
tests at a particular laboratory, which shall be binding on the Contractor.
8. Contractor shall provide all the necessary equipments required for field tests
to maintain the quality of work as per QAP and IOCL specifications.
Page 34 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
2. The Contractor shall clear the site of works as per the instructions of the Site
Engineer. The site of works shall be cleaned of all men, site equipment, materials,
etc and shall be delivered back to the Corporation in a clean and neat
condition as required by the Site Engineer within a period of one week after the
job is completed after ensuring that all surfaces spoiled during the works such
as floors, walls, glass panels, etc are spotless clean.
3. In case of failure to do so by the Contractor, the Corporation shall have the right
to get the site cleared at the risk and cost of the Contractor.
36.0 PAYMENT SCHEDULE:
30.1 The payment will be released from the IOCL Telangana & Andhra Pradesh State
office (TAPSO) as per following terms. Part payment shall be allowed,
SN DESCRIPTION % PAYMENT
Page 35 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
SN DESCRIPTION % PAYMENT
Page 36 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
37.0 At all places in the GCC enclosed with the tender document, OWNER shall
Page 37 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 38 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE -5
SCOPE OF WORK
NATURE AND SCOPE OF WORK: The scope of work comprises of but not limited to the
following:
1. Design & Construction of Sand pad foundation for One number 18 M DIA X 15.5 M
HIGH Internal Floating Roof Vertical Tank.
2. Design, Fabrication, erection, testing & commissioning of One number 18 M DIA X
15.5 M HIGH Internal Floating Roof Vertical Tank & 2x200 KL Semi-buried horizontal
tanks. Design should be carried by API 650 certified party.
3. Fabrication, laying, welding, testing & commissioning of all piping works related to
Product, Fire hydrant, Sprinkler system, Foam systems
4. Fabrication, erection of all MS Structural works including Catwalks, Platforms, Cross-
overs etc. as per approved drawings.
5. Supply of items as per the items provided in the schedule & scope of works.
6. 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.
7. All other works as contained in the schedule of works.
8. IOC shall provide free issue items like Steel plates, Pipelines, Pumps, valves (apart
from not contained/ mentioned in supply portion of the price schedule)
9. The successful tenderer shall also be required to supply & provide all consumables,
tools & tackles, testing equipment, chemicals required for cleaning, shims, wedges,
packing plates, metallic blinds, temporary gaskets, etc. and arrangement required
for pressure testing of pipelines and other equipment, Oil, graphite, molykote
grease, cleaning agents, Safety equipment like safety goggles, shoes, gloves, belts,
All bolts, foundation bolts, nuts, gaskets, packing, pipe hangers, support / thrust
block & any other material though not specified but required for completion of work
as per specification and instructions.
10. Tenderers are advised to inspect the site and ascertain the conditions including
leads/ lifts involved/ approach to vehicles/ power/ water etc prior to quoting the
amount.
Page 39 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE -6
LIST OF DRAWINGS
SN DESCRIPTION DRAWING NO
Layout of the existing Ramagundam
1.
Depot
Proposed location drg. for 3200 KL Tank &
2.
2x200KL at Ramagundam Depot
Fabrication drawing for 200 KL Horizontal
3. ENG/338
Tank
Installation of 200 KL Horizontal Tank (Semi-
4. ENG/341
Buried)
Typical details of Roof Vent with
5. IOCL-HO-IFR-RV-01
inspection Hatch for IFR Tanks
6. GA Drawing for Installation of MEFG HO/ENG/MBL/MEFG/1
Typical Details of Sump and Valve Pit
7. HO/ENG/STD-DRG-101
outside Tank Dyke
Typical Section of Sand Pad and Dyke
8. wall showing LDPE Sheets under Tank and HO/ENG/STD-DRG-101
Tank Farm Area
Existing P&I Diagram of Ramagundam
9.
Depot
Details of Expansion Relief Arrangement
10. HO-PJ/PR-1/2
for Pipeline in Dyke Area
Details of Tank Shell Nozzles for Fixing
11. HO/ENG/GA/NOZ/ROSOV
ROSOVs
12. B&R MANUAL DRGS & DATA SET
13. Dyke Wall structural drg
Page 40 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE -7
Page 41 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 42 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Note:
- The above mentioned QA/QC plan including List of testing equipment is tentative
& minimum requirements for the purpose of tender. During execution if any
additional tests are required as per the directions of IOCL and/ or relevant IS
codes, successful tenderer has to carry out the same at no extra cost to IOCL.
- Theoretical cement consumption per unit of work shall be as per latest CPWD
specifications or as specified in relevant IS codes (latest).
Page 43 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
- do -
Page 44 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
- do - - do -
(c) Estimation of IS:2386
deleterious
(Part II)
materials
- do - - do –
(d) Organic
impurities - do –
- do - - do –
(e) Specific gravity
and water
- do –
absorption
(Part III)
- do - - do -
Page 45 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
- do -
4 Cement (a) Setting time IS:4031 Once for each consignment
of 50 MT or part thereof.
- do –
- do –
(b) Soundness - do –
- do –
(c) Compressive - do –
strength
(d) Fineness - do –
- do -
Page 46 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
(b) Slump/ - do -
compaction
factor for
workability
6 Structural (a) Tensile strength IS:1608/ One test for every 25 tonnes
steel sections of steel or part thereof
IS:1663/
IS:1894
- do -
(c) Impact test IS:1403/
IS:1599/
IS:1500
- do -
(d) Hardness test - do -
Page 47 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
2001 to 5 0
10000
10001
to 10 0
35000
35001
to 15 1
50000
- do –
- do –
(b) Compressive
(Part I)
strength
9 Water for (a) Test for acidity IS:456 Once at the stage of
construction and alkalinity approval of source of water
purpose (PH Value)
(b) Test for solid
- do –
contents - do –
10 Aggregate (a) Impact IS:2386 1 test per 100 M3
of all sizes for
(Pt-IV)
WBM, BM,
AC, PMC
etc. for road
(b) Crushing value IS:2386 1 test per source
and
pavement (Pt-IV)
- do –
(c) Los Angeles IS:2386
abrasion value
(Pt-IV)
(d) Flakiness
Page 48 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
IS:2386 - do –
(Pt-III)
15 Bitumen for (a) Penetration IS:73 1 test per batch of bitumen
road value supplied in bulk or drums
pavement
works
(b) Softening points - do –
- do –
(c) Elongation - do –
- do –
(f) Ductility
- do –
IS:1208
Note :
1. The tests mentioned above are to be conducted on receipt of materials at site.
2. Requirements of tests to be conducted by manufactures ex-factory for certain
materials like cement, steel, pipes, manufactured or fabricated items, paints,
bitumen’s products, etc. shall be as per the relevant IS code provisions. For ensuring
required quality in materials, these tests shall be carried out. Accepting Officer may
decide to accept the manufacturers test certificate(s), call for third party test or
decide to have these tests in presence of his representative.
Page 49 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
3 Structural steel work (a) Test for IS:821 One for each test
for hangars and sample weld
industrial sheds
(i) Tensile test
(ii) Bend test
(iii) Impact test
(iv) Load test
Page 50 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 51 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE -8
Page 52 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
3.2 The fabrication and erection works shall be carried out by HYDRAULIC JACKING
METHOD i.e. manual erection of first 2/3 shells and roof plates to facilitate installation
of jacks for hoisting the steel tank in accordance with tender specifications and
drawings to be prepared and furnished by contractor for IOC’s approval before
commencement of work.
3.3 Since construction of sand pad foundations is in contractor’s scope of work, he shall
himself check & satisfy the evenness of levels within acceptable tolerance and
convex bed of the foundations before commencement of tank fabrication. Any
defect in the tank found at a later date due to defective sand pad foundation
shall be solely attributed to the fabricator.
3.4 Tank height indicated in the tender is nominal one. Actual height may undergo
minor change depending upon availability of plates. Rates quoted against supply
and fixing of tank structure on lumpsum basis will remain same for any variation in
tank height up to +/- 300 mm from specified in price bid. For any variation beyond
300 mm in tank height, recovery or extra payment for structural and appurtenances
shall be made for total variation on prorata height basis of quoted rates for the item
in the tender.
3.5 Underside surface of bottom plates for tanks shall be Sand blasted to SA 2 1/2 and
painted with one coat of Epoxy zinc phosphate primer of 75 microns and 2 coats
of high build bitumen coating of 90-100 micron each, up to total DFT of 260 microns,
before plates are laid on the sand pad foundation.
3.6 Required gaskets, studs, bolts and washers are required to be supplied by
contractors at their own cost wherever fastening by bolts is required to be carried
out.
3.7 The edge preparation of plates shall be done using Pug Cutting Machine only.
3.8 Shell plates shall be shaped by power operated rolling machine to exactly suit the
curvature of the tank under fabrication. Rolled plates shall be either stacked
vertically on longer edge or on properly designed stackers having radius equal to
that of the tank for which the plates have been rolled, so as to avoid damage to
plate curvature.
3.9 Unless otherwise specified by IOC, painting shall be carried out as per
specifications.
3.10 All roof structural members, stairways, hand railings etc. shall be blast cleaned and
made free from rust and scale & painted as per enclosed specifications.
3.11 All machined surfaces of plate edges adjacent to welded joints, bolts and nuts shall
be left unpainted and coated with an approved corrosion inhibitor in a petroleum
base before dispatch.
3.12 The suitability and capacity of all plants and equipment used for erection shall be
to the satisfaction of the Site Engineer/ Engineer-in-Charge.
3.13 All structural steel should be so stored & handled at the site that the members are
not subjected to excessive stresses and damage.
3.14 During erection, the steel work shall be securely bolted or otherwise fastened and
wherever necessary properly braced to provide for all loads to be carried by the
Page 53 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
APPURTENANCES
A. MS (IFRVT)
Page 54 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 55 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
4.1 It also includes supply & fixing of all attachments fasteners such as studs, nuts,
washers & Non-asbestos/ Spiral Wound metallic gaskets at contractors cost.
Contractor will also fix the IOC supplied Gate valves/GOVs/MOVs/ROSOVs/DBBVs
etc. with contractor supplied gaskets, nuts, studs, washers etc. on inlet, outlet and
water draw off line.
4.2 For IFR tank, structural and appurtenances shall include girders, rafters, kerb angles,
spiral staircase with railing, landing platforms, appurtenances such as shell
manholes, inlet and outlet nozzles, water draw off sump, water draw off nozzle
including pipe, pad plates for all openings in shell and roof except shell manholes,
thermal expansion relief nozzles with required length of heavy duty ASTM A 106 pipe
and flanged gate/ NR valves, Free & Circulation vents as per API 650, tank history
plate, pad plates for all openings in shell and roof except shell manholes, datum
plate, splice plate, cleats, earthing boss etc.
4.3 Structural members & supports for wind girders including extended well near
staircase shall include angles, channels, girders, stiffeners, pipe railing, rain water
pipe etc. Item also includes provision of one no. through manhole on each tank for
fixing tank float level gauge by the tank gauging supplier. Also, the tank gauging
supplier shall need to provide nozzles at his cost for the purpose of fixing tank level
gauges including supports on the tanks. The tank fabricator shall coordinate with
tank gauging supplier for these jobs accordingly.
4.4 Any other structure or appurtenance as required to complete the tank fabrication
work as per standard drawings and specifications but not mentioned above will
also be supplied and fabricated by contractor without any additional cost to IOC.
5.0 WELDING
5.1 Tanks and their structural attachments shall be welded by the Metal Arc process.
The welding may be performed on manual/automatic or semi-automatic mode
using suitable equipments.
5.2 The welding sequence for tack welding and final welding of the bottom, shell and
Page 56 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
roof plates shall be such so as to minimize the distortion due to welding shrinkage
and it shall be as per standard drawing or any other method as deemed suitable
by the contractor who may also submit his own welding sequence and may use it
after its approval by Engineer-in-Charge.
5.3 Welding shall not be carried out when the surfaces of the parts to be welded are
wet from any causes and during periods of rain and high winds unless the welder
and work are properly shielded.
5.4 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.
5.5 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.
5.6 Electrodes shall be stored in dry places in their original packets or cartons. Pre-
heating of electrodes shall be provided as per AWS requirements.
5.7 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.
5.8 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.
5.9 Welder test certificate is treated invalid if he has not done any welding for
continuous six months. Fresh certificate is to be obtained before carrying out
welding again by him.
5.10 All longitudinal and circumferential shell joints shall be of full penetration, full fusion,
double welded butt welds using any of edge preparations profile permitted by
codes.
6.0 TANK CALIBRATION
6.1 Coordination with CPWD /Legal Metrology/ Weights & Measure dept. or any other
approved authority including payment of calibration fee and professional/other
expenses.
6.2 Temporary scaffolding, with steel structural of safe design, shall be erected around
the tank to ensure safety of the workers during strapping of the tank.
6.3 Tested water meters and hoses shall be arranged for physical calibration of tank
bottom up to datum plate level.
6.4 Required water, labour & equipment for calibration shall be arranged by the
contractor at their own cost. Calibration shall be carried out in presence of CPWD
/Legal Metrology/ Weights & Measure dept or their authorized representative.
6.5 After calibration is carried out, scaffolding materials shall be retained till completion
Page 57 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
of painting & thereafter can be dismantled and removed from site immediately.
Damages if any, caused to the sand pad foundations shall be repaired at no extra
cost to the IOC.
6.6 After calibration, the water shall be drained out and the bottom, shell from inside,
steel structures underside of roof shall be cleaned properly and manhole covers to
be fixed properly including replacing the gaskets etc. wherever necessary as
directed by Site Engineer.
6.7 Preparation and submission of calibration charts in triplicate duly approved by
CPWD / calibrating authorities. One set of charts shall be submitted duly laminated
and balance two in file covers.
7.0 SCRAP DISPOSAL
7.1 IOC shall issue steel plates as per plate cutting schedule prepared by the fabricator
and approved by IOC.
7.2 The steel plates having area less than one square metre shall be used for making
reinforcement plates etc wherever possible. Balance plates having area less than
one SQ M. will remain property of the contractor.
7.3 Left over Steel plates having area more than one square metre but less than full
plate if any, can be handed over to contractor provided IOC declares it as
unserviceable totally as per the discretion of IOC. An amount @ ` 25,000/- per MT
shall be recovered from fabricators bill towards the cost of such steel plates.
8.0 ACCEPTANCES
8.1 Before handing over the tank to the IOC, the contractor shall ensure following:
8.2 The tank bottom and roof should be in specified uniform slope after hydrostatic test
of the tanks.
8.3 In case, where bottom is not having reasonably uniform slope, the contractor will
have to find out the reasons for the defect and bring the bottom plates to desired
slope at no extra cost to IOC.
8.4 Similarly, deformities in roof plates shall be rectified to bring the roof plates in
desired uniform specified slope at no extra cost to IOC.
8.5 The shell should be in plumb. Maximum acceptable limit for out of plumb-ness of
tank shell is 1/200 of the tank height, beyond which repairs to be carried out at
contractors cost without any cost to the IOC.
8.6 Tank earthing shall be tested with 3 point Megger to give acceptable earth
resistance of less than 1 Ohms. Certificate from licensed electrical contractor is to
be submitted to this effect.
8.7 The sand pad foundations shall be finished to its original condition. The site should
be cleared of all scrap and contractor’s equipment and machinery used in tank
fabrication.
Page 58 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE -9
Page 59 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
1.1 Sand and murram before filling shall be dry and shall be spread in layers of 200 mm
thickness.
1.2 Each layer shall be profusely watered and compacted using appropriate
compaction techniques like plate vibrator or rammers so as to attain a relative
density not below 90 to 95% of maximum laboratory density, up to the satisfaction
of Site Engineer.
1.3 The Relative density of a particular type of sand shall be predetermined in the
laboratory by adopting methods given in IS- 2720 (part XIV).
5.0. BITUMEN CARPET
5.1 Sand or stone grit of fineness modulus 3.5 (max) heated to 130C shall be
thoroughly mixed with bitumen 80/100 grade heated to the required temperature.
The proportion of the mix shall be 100 KG of bitumen per cum. of sand or stone grit
5.2 Before laying the carpet any unevenness in the sand pad surface shall be made
good and it shall be ensured that the surface is free from moisture.
5.3 The surface shall be lightly rolled to obtain a smooth surface and properly graded
as per standard drawing.
5.4 Surface of the carpet shall be blinded by applying a 5 mm thick seal coat of hot
bitumen and immediately spreading coarse sand uniformly.
5.5 The completed carpet shall conform to the profile given in drawing for sand pad
foundation. No point on carpet shall be off from the specified level by more than
10 mm.
5.6 Levels shall be jointly recorded for:
The sub-grade.
Final consolidated surface before carpeting.
Finished carpet surface.
These levels shall be the basis for computation of quantities of excavation, filling
etc.
6.0. OTHER REQUIREMENTS
6.1 All materials required for the work shall be supplied by the contractor after being
approved by the Site Engineer.
6.2 Drawing for sand pad foundation shows a central sump but the foundation shall
be constructed complete without the sump.
6.3 Heating of bitumen shall be done only in area permitted as safe for open fire. The
contractor shall obtain necessary permits from local authorities if heating has to be
done outside IOC premises and shall show the same to our Site Engineer.
Page 60 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Detail 3:
75 mm thick compacted layer using Sand or stone grit of fineness modulus 3.5 (max) in hot
asphalt grade VG10, 8 to 10% by volume and rolled and compacted.
Detail 4:
40 mm thick CC: 1: 2:4. Expansion joints at 4 m c/c shall also be provided as part of
construction. The expansion joints shall be filled suitably and poly sulphide material as per
manufacturer’s specification.
Detail 5:
75mm thick BRICK PITCHING IN CM 1:5
Detail 6:
Page 61 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 62 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE -10
Page 63 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Ethanol Service)
Note: Thickness of Gasket shall be 2mm upto 300NB and 3mm for sizes above 300NB.
8.0 CODE OF PRACTICE
8.1 The fabrication, erection and welding of the tanks shall generally conform to
directional enclosed drawings, latest edition of API-650 and IS:803 (code of practice
for design, fabrication and erection of vertical mild steel cylindrical welded oil
storage tanks)
8.2 Constructional tolerances, for various items, shall not exceed beyond permissible
limits in the above codes.
9.0 WELDING REQUIREMENTS IN TANK AND PIPELINE FABRICATION
9.1 WELDING
9.1.1 Welding of steel plates and related accessories shall be carried out conforming to
the requirements of various paragraph in this chapter.
9.2 WELDING RESPONSIBILITY
9.2.1 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.
9.3 WELDING QUALIFICATIONS
9.3.1 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.
9.3.2 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.
9.3.3 The impact testing is generally not required.
9.3.4 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 .
9.3.5 The design pressure is atmospheric and the design temperature Is in the range -4
deg C to 50 deg. C
9.3.6 The welding process is SMAW or GTAW or a combination thereof.
9.3.7 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).
9.3.8 The contractor accepts written responsibility for both i.e. the Welding Procedure
Page 64 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 65 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 66 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 67 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 68 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
______________________________________________________________________
WC. ELECTRODES
1. F.No. _____________________ Other__________________
2. A.No. _____________________ Other ____________________
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.
Page 69 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
eg. Remarks,
Coment Hotwire,
Addition
Technique, Torch
Angle, Etc.
Page 70 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 71 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
TENSILE TEST
SPECIMEN WIDTH THICKNESS AREA ULTIMATE ULTIMATE TYPE OF FAILURE AND
NO. TOTAL UNIT LOCATION
LOAD Kgs. STRESS
Mpa
TOUGHNESS TEST
Page 72 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
No __________________
2. PENETRATION INTO PARENT METAL:
Yes __________________
No __________________
3. MACRO –RESULTS __________________
OTHER TESTS
1. TYPE OF TEST ________________________________________________
2. DEPOSIT ANALYSIS_______________________________________________
3. OTHERS ________________________________________________
Page 73 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Welder Name___________________________________________________________
Check No _________________ Stamp No ______________________________
Using WPS No ________________ Revision __________________
The above 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
GUIDED BEND TEST RESULTS
TYPE & FIGURE NO. RESULT
Page 74 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
(Describe the location, nature & size of any crack of tearing of the specimen)
This is to certify that the statements in this record are correct and that the test
welds were prepared, welded and tested in accordance with the requirements of
Section IX of the ASME Code.
Organization ____________________________
Date ______________ By ______________________________
Details of record 1tests are illustrative only and may be modified to conform to the type &
number of tests required by the Code.
4. Manufacturer’s Name_______________________________________________
Page 75 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
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 _______________________________________________
Page 76 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
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 -
Page 77 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE -11
Page 78 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
17. Site Engr should choose the place for random spot radiography.
18. Development drawing shall also be taken and location of radiographed joints
shall be mentioned/ highlighted.
19. Retake / Repair radiographs should have ‘RT’ and ‘R’ letter respectively as suffix
to the original identification no. of the joint.
20. Site Engineer should ensure that the penetrameters are placed on source side
only. If it is placed on the Film side, accordingly penetrameters may require to
be changed with prior approval.
21. Scattered Radiation shall be avoided. This radiation is due to the presence of
various objects in the surroundings and background of the object being
radiographed. A lead letter ‘B’ should be attached at the back of film holder.
This letter shall not be visible in the radiographs. If it is visible in the film, lead sheets
shall be used behind the film to avoid these scattering.
RADIOGRAPHY PROCEDURE
1.0 SCOPE :
Page 79 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
The length of weld under examination of every exposure should be such that
the penetrated thickness at the extremities of the area of interest, measured in
the direction of the incident beam at that point, should not exceed by more
than 10% as compared to the actual thickness.
Each radiograph shall clearly show a minimum of 150mm of weld length and
50mm on either side from the centre line of weld. At T-joint, each film should
show radiograph of 150x100 mm of selected weld. The film shall be centered
on the weld and shall be of sufficient width to permit adequate space for the
location of identification works & thickness gauge.
Page 80 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
6.4 The density of radiograph in the area of interest should not vary more than
(-) 15% or (+) 30% as compared to the density on the penetrameter. If the
density exceeds these limits, additional penetrameters should be used for
specific areas.
Page 81 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
7.1 The penetrameters used should be ASTM strip & hole type or ASTM wire
type as specified in ASME Sec. V. Wire Type DIN-54109 penetrameter
should be used only if specified by the inspection agency or the
manufacturer. Both wire type and hole type ASME Sec. V penetrameter
sizes will be used in films.
7.2 The ASME strip & hole type penetrameters should be used with shims
whenever required (Refer ASME Sec. V Article 2, T273).
7.5 The strip & hole type penetrameters shall be placed adjacent to the weld
at about 3mm away from the edge of weld and the 2T hole should be
towards the end of the location being radiographed.
7.6 The wire type penetrameter is placed across the weld so that wires are at
90 degrees to the seam, with the thinnest wire away from the central
beam of radiation.
Page 82 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
The acceptance criteria for the evaluation of welds as per ASME Sec. VIII Div.I
UW 51(b) / ASME B 31.3, whichever is applicable, unless otherwise stated
specifically in the work order.
10.0 REPORTING :
Page 83 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE -12
Page 84 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 85 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
2.7.5 Radiographs shall be taken as soon as practicable during process of welding. The
number and locations of radiographs should be pre-determined as per
guidelines mentioned above.
2.7.6 Each radiograph shall clearly show a minimum of 150 MM of weld length and 50
MM on either side from the center line of the weld. Hence each film should show
minimum radiograph of 150 x 100 MM of selected weld. The film shall be centered
on the weld and shall be of sufficient width to permit adequate space for the
location of identification works and a thickness gauge.
3.0 EXAMINATION OF RADIOGRAPHS
3.1 The radiographic examination method employed shall be in accordance with the
ASME Boiler and Pressure Vessel Code Section V “Non Destructive Examination”
Article 2
3.2 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 penetra meter 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.
3.3 The acceptability of welds examined by radiography shall be judged by the
standards in Section VIII, Division 1, Paragraph UW-51 (b), of the ASME code.
4.0 DETERMINATION OF LIMITS OF DEFECTIVE WELDING
4.1 When a section of weld is shown by radiograph to be unacceptable under
provisions given above or limits of the deficient welding are not defined by the
radiograph, two adjacent spots shall be examined by radiography.
4.2 However, if the original radiograph shows at least 75 MM of acceptable weld
between the defect and any one edge of the film, an additional radiograph need
not be taken of the weld on that side of the defect.
4.3 If the weld at either side of two adjacent sections fails to comply with the
requirements of 11.7.3, 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.
4.4 If the welding is replaced as per 11.6.3, one radiograph should be taken at any
selected location on any other joint on which the same welder has welded.
4.5 If any of these additional spots fails to comply with the requirements of 11.7.3, the
limits of unacceptable welding shall be determined as specified for the initial
section
5.0 REPAIR OF DEFECTIVE WELDS
5.1 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.
5.2 All repaired weld in joints shall be checked by repeating the original inspection
procedure and by repeating the hydrostatic testing / vacuum box testing method.
Page 86 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 87 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 88 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 89 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 90 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE -13
Page 91 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
d) Repair the defective welds and repeat test till fully successful.
2.2.3 BOTTOM PLATE LAP WELDS
a) In case of erection by conventional method, complete welding of all
bottom seams. Erect at least lowest (1st) course of shell plates and 2nd course
of shell plates. In case of erection by jacking method complete welding of
bottom seams after full erection and tack welding of the lowest course to
bottom plate.
b) Testing of bottom plate lap welds should be done only by vacuum box
method of testing by creating a vacuum of 3 pounds per square inch on the
welds seams under test.
c) In addition, all bottom plates including weld joints shall have thorough visual
inspection for pin holes, inadequate weld size, improper reinforcement,
undercutting etc.
3.0 SHELL TESTING
3.1 FILLET WELD - 1st STRAKE PLATE TO BOTTOM PLATE
3.1.1 Complete shell to bottom fillet weld from inside periphery of tank bottom.
3.1.2 Check visually for craters cracks or other surface cracks. Check that undercutting
of base metal does not exceed 0.4 mm
3.1.3 Conduct CHALK-KEROSENE test by injecting kerosene from outer periphery un
welded joint and applying chalk on inside fillet weld.
3.1.4 Rectify the defective weld and repeat the test till entire satisfaction.
3.1.5 Complete the outer periphery fillet weld and check it visually as per API-650.
3.2 SHELL APPURTENANCE - REINFORCEMENT PLATES TO SHELL PLATES WELDS
3.2.1 Make 6 mm dia. screw threaded TELL TALE hole in the reinforcement pads before
its welding to shell and shell appurtenances.
3.2.2 The reinforcement pads shall be tested by applying up to 15 pounds per square
inch gauge pneumatic pressure between the tank shell & the reinforcement
plates on each opening using TELL TALE hole.
3.2.3 Use soap suds on welds between reinforcement plate to shell, reinforcement plate
to appurtenances and appurtenances to shell plate welds.
3.2.4 Repair the defective weld and repeat the test till entire satisfaction.
3.2.5 Close the tell-tale hole with a bolt or screw.
3.3 SHELL PLATE BUTT JOINTS RADIOGRAPHY
3.3.1 Prepare shell plate development diagram.
3.3.2 Mark locations for spot radiographs as per guide lines detailed in this tender
schedule.
3.3.3 Conduct spot radiography.
3.3.4 Get the radiographs interpreted and repair the defective welds.
Page 92 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 93 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
5.3.1 The procedure given in the specification for aluminum internal deck shall be
followed.
5.4 ANNULAR SPACE AROUND GAUGE WELL
5.4.1 While roof is subjected to floatation test, note down the annular space between
outer dia. of gauge well and inner dia. of gauge well sleeve in roof at every 1 m
ascend of roof during its floatation test up to the height when the weather shields
just touch the top leg of top curb angle. Before taking such readings, tank roof
should be made concentric with tank shell with the help of wooden blocks in the
rim space at each observation point.
5.4.2 Repeat the same observations while emptying out water from the tank.
5.4.3 In no case, gauge well should rub against gauge well sleeve.
5.4.4 Reason for excessively low annular gap should be analyzed and carry out
necessary correction.
5.5 RIM SPACE
5.5.1 While roof is subjected to floatation test, note down rim space at every 1 m ascend
of roof at 3 m peripheral interval along the outer edge of the rim.
5.5.2 Rim space of as per manufacturer’s requirement practically be same at all the
positions of the roof.
5.6 PRIMARY ROOF DRAINAGE SYSTEM
5.6.1 The roof drainage system shall be in accordance with API 650 Appendix H
standards and as per specifications given under IFR deck.
6.0 QUALITY ASSURANCE PLAN
6.1 FOR FR TANK
6.1.1 Raw material control/identification.
6.1.2 Approval /review of welding procedure qualification record.
6.1.3 Review of WPS.
6.1.4 Bottom plate layout.
6.1.5 Vacuum box test.
6.1.6 Fit-up/set-up of shells.
6.1.7 Individual shell plumb.
6.1.8 Basis of shell plumb, peaking and bending.
6.1.9 Circularity and dimension of pair of shell.
6.1.10 Back chip DP.
6.1.11 Overall plumb.
6.1.12 NDT including radiography as per contract.
6.1.13 Overall visual and dimensional check.
Page 94 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
Page 95 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
8.1 As built drawings of the tank foundation (IOC supplied in case SPF has been got
constructed through separate agency).
8.2 As built drawings of the tank.
8.3 Settlements results of tank bottom.
8.4 Bottom layout with respect to earth north and test results of the bottom.
8.5 Shell development drawings indicating the location of radiography and test result
of the radiograph.
8.6 Wind girder drawings.
8.7 Roof layout and test results.
8.8 Pontoon and floating roof test results.
8.9 Pipe support drawings with orientations.
8.10 Test certificates of seal.
8.11 Test certificate for steel plates and steel structure used.
8.12 Floating roof drainage system drawing and test results.
8.13 Rolling ladder detail drawing.
8.14 Foam / cooling system drawings.
8.15 Certificate of tank mountings i.e. PR valves, foam Seal etc.
8.16 General arrangement drawings and material specification.
8.17 Nozzle orientation drawing.
8.18 Stairway details with orientation.
8.19 Certificate of earthing of tank.
8.20 Calibration charts.
8.21 Radiography films (separately)
Page 96 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
ANNEXURE -14
Page 97 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
4.1.9 The Aluminium Internal Floating Roof System shall be offered along with indicative
reduction in Hydro Carbon loss compared to Fixed Roof Tanks and External Floating
Roof Tanks computed as per API approved procedure.
4.1.10 Aluminium Internal Floating Roof should have easy access for operation and
maintenance. Vendor should indicate maintenance procedures, in case of
replacement and repairs, suitable corrosion gauges as per H.6.7 of API 650
Appendix H shall be provided. Complete description and technical details in form
of manuals including detailed operating and maintenance procedures shall be
made available. Vendor shall arrange to attend the entire checklist / punch list
jobs arising out of pre-commissioning activities.
4.1.11 The minimum design point load shall however be kept as 1000 PSF and thickness of
Aluminum Sheet of Deck should be a minimum 0.60 mm.
4.1.12 All weld joints are to be fully welded and there should not be partial length
welding. Pontoon weld joints to be leak tested with minimum 20 psi (g) air
pressure.
4.1.13 Aluminium Internal Floating Roof System should have the following primary
features:
a. Provision of centre vent on the fixed roof
b. Roof vents on the fixed roof.
c. Gauge wells
d. Column negotiators
e. Earthing and anti-rotation cable
f. Deck breather valve
g. Man way Approach to top of deck
4.1.14 Vendor to ensure that no where Aluminium should come in contact with tank
carbon steel surfaces. Aluminium shall be isolated from carbon steel by an
austenitic stainless steel spacer, an elastomeric bearing pad or equivalent
protection.
4.1.15 Complete design calculations of the internal floating roof calculations for
complete roof buoyancy, stability, tilting, leg supports, bleeder vents etc including
QAP and floating roof testing procedure of Aluminium floating roof tanks shall be
got vetted through any one among the list of consultants attached and
additionally the materials required for this item shall also require Third party
inspection / clearance from any agency from the list of consultants attached.
4.2 SEALS/ ROOF PENETRATION / VAPOUR CONTROL
4.2.1 Columns, ladder, gauge float & tape and other items that penetrate the floating
roof shall be provided with a seal that will permit a local horizontal deviation of plus
or minus 4-5 inches (100 – 125 mm).
4.2.2 The column and vertical ladder negotiator seals shall be fabricated of material that
must be suitable for the product service and operating temperature.
Appurtenances shall be plumb within a tolerance of +3 inches (75 mm).
Page 98 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
4.2.3 Gasketed sliding cover plates, which are free to move with the appurtenance
relative to the cover, shall be sized to allow the full movement without exposing
product within the opening i.e. all penetration seals shall be designed to provide a
close fit, taking in to account horizontal and vertical movement of the floating roof
deck.
4.2.4 Guide wheels and a hold down device shall be installed on penetration seals to
reduce wear on seal material and increase the effectiveness of the seal.
4.2.5 A peripheral seal that spans the annular space between the internal floating roof
deck and the tank shell shall be provided. Any vertical appurtenances that
penetrate the deck are required to have a seal.
4.2.6 Double seals with a minimum vapour recovery of 96 % shall be provided.
4.2.7 A peripheral seal of vapour mounted Mechanical Shoe type shall be designed to
accommodate +100 mm (4 in) of local deviation between the floating roof and
the tank shell.
4.2.8 In line with provisions of Environment (Protection) Amendment Rules 2008, primary
seals shall vapour mounted with a maximum seal gap of 4 cm and a maximum
gap area of 200 cm2 / m of Tank diameter.
4.2.9 Secondary seals, shall be rim mounted with a maximum seal gap width of 1.3 cm
and maximum gap area of 20 cm2 / m of tank diameter.
4.2.10 The floating roof shall be equipped with a mechanical shoe type sealing system.
Rim space shall be 6.7 inches (170mm) nominal.
4.2.11 Shoe plate shall be a minimum of 1.2mm thick x 406mm (16”) deep. Type 304
Stainless Steel.
4.2.12 Fabric for the seal vapour barrier and other non-metallic components shall be
compatible with the stored product.
4.3 SUPPORT LEGS
4.3.1 Floating roof shall be provided with two position legs: low and high position shall
be at approximately 1.20 M and 2.1 M respectively. However, the low position can
be preset to other heights.
4.3.2 Changing high/low position must be accomplished from top side of floating roof
and while tank is in service.
4.3.3 Each leg must be capable of vertical adjustment of +3" in the event that the tank
bottom settles after tank is in service. Adjustment to be made from top side of
floating roof while tank is in service.
4.3.4 Legs shall be self-draining (notched or perforated).
4.3.5 Wherever roof legs of the Internal Floating roof lands on the tank bottom, SS shoes
is to be provided.
4.3.6 Support leg housings shall not be attached to the pontoons.
4.4 ROOF LADDER
4.4.1 The floating roof should allow the installation of a fixed ladder from the roof hatch
Page 99 of 251
Tender No.: SRCC/PT/019/TAPSO/2018-19
to the tank floor without reducing the operation levels of the tank. The ladder shall
be positioned adjacent to the gauge well (450 mm NB) through connections
between a 150 mm NB slotted pipe adjacent to the gauge well.
4.5 ANTI-ROTATION DEVICES
4.5.1 The internal floating roof shall be centered and restrained from rotating. A guide
pole with rollers, two or more seal centering cables or other suitable device(s) shall
be provided as required for this purpose.
4.5.2 Anti-rotation cables shall be Ø3/16” minimum diameter Stainless Steel cable and
shall penetrate the deck through a guide tube. The cable will run from the fixed
roof to a floor anchor. The floor anchor will be fitted with a Stainless Steel drawbar
spring to compensate for floor settlement.
4.6 VENT:
4.6.1 Floating Roof: A pressure/vacuum gasketed vent shall be provided on the floating
roof to prevent over stressing of the floating roof or seal. This vent shall be
adequate to evacuate air and gasses from underneath the roof when the roof is
on its supports during filling operations.
4.6.2 It shall also be adequate to release any vacuum generated underneath the roof
after it settles on its supports during withdrawal operations. It shall not open while
the roof is fully afloat due to pressure or vacuum. The roof manufacturer may
recommend ideal operating rates and possibly the installation of an inlet diffuser
4.7 MANHOLES AND INSPECTION HATCHES
4.7.1 The manufacturer shall specify the appropriate number of manholes according to
the application. However, at least one (1) manhole shall be provided with the
floating roof to allow for access to and ventilation of the tank when the floating
roof is suspended on its supports and the tank is empty.
4.8 ANTI-STATIC / GROUNDING DEVICES
4.8.1 Antistatic protection shall be provided with electrical bonding to the tank shell or
floating roof, all conductive parts shall be electrically connected and bonded to
the outer tank structure.
4.8.2 This may be accomplished by electric drains in the seal area or flexible cables from
the external tank roof to the internal floating roof. Flexible cables are preferred.
They shall be 1/8-inch (3 mm) diameter stainless steel aircraft cable to insure
strength, corrosion resistance, joint reliability, flexibility, and service life.
4.8.3 Minimum quantities for grounding cables shall be:
Tank Diameter Quantity
< 24 m dia 2
> 24 m < 45 m dia 4
> 45 m < 64 m dia 6
> 64 m dia 8
7.2 Floating Roof Testing procedure as per API 650H shall be submitted for IOCL’s
clearance.
7.3 The materials shall be inspected at the Manufacturer’s workshop prior to dispatch.
Additionally one visit of IOCL official at Manufacturers place is also required to be
arranged by the vendor before dispatch of material. Stage wise and final
inspection during execution shall be carried out by IOCL at site.
8.0 INFORMATION & DRAWINGS TO BE SUBMITTED WITH THE OFFER :
The following drawings / documents and information shall be furnished along with
the offer.
8.1 Details of similar installations constructed.
8.2 Details of manufacturing / fabrication / erection / testing facilities available with
the tenderer / sub vendor. Manpower available, deployment details and jobs on
hand.
8.3 Overall general arrangement and cross sectional drawings of Internal floating roof
showing dimensional details, appurtenances provided, primary & secondary seal
arrangement.
8.4 Detailed material specifications.
8.5 Deviations from specifications to be listed out
9.0 DETAILS TO BE FURNISHED BY SUCCESSFUL TENDERER
The successful tenderer shall furnish four sets, unless mentioned otherwise, of the
following data / documents / drawings for review / approval/ information.
9.1 Detailed drawings of Aluminium Internal Floating Roof.
9.2 Detailed bar chart indicating time schedule for different activities like design,
procurement, fabrication / manufacturing, stage inspection.
9.3 Drawings of deck, ladder, details of roof legs (long and short) for internal floating
roof tanks with specification, bill of material etc.
9.4 Design calculations for internal floating roof for buoyancy and for deflection of
deck, calculations for Pressure and Vacuum Relief Valve on the IFR and Roof Vent
and roof leg calculations of internal floating roof.
9.5 Detailed erection schedule.
9.6 Progress report (weekly) for procurement, fabrication / construction, testing and
inspection, progress review meeting with owner.
9.7 Individual tank reports 5 in numbers of hard copies and soft copies (AUTOCAD for
drawings) containing the following documents for each tank :
a) Inspection certificates and test reports.
b) Material test and analysis certificates.
c) Radiographic films with inspection reports.
d) As built drawings / final data / documents with reproducible for all final
drawings.
e) Sets of as-built drawings, incorporating all changes with respect to approved
ANNEXURE -15
ANNEXURE -16
GUIDELINES FOR PIPELINE WORKS
2. Road / Rail crossings shall be through box culverts that facilitate inspection and
maintenance.
Wherever sleeve pipes are used at the rail/ road crossings, wrapping/ coating of
that portion of piping shall be done and sleeve ends should be properly sealed.
3. Whenever the under-ground lines are laid under the culvert or through sleeve,
the line shall be hydro tested separately before laying and coating.
5. A pipeline route map, as built drawing indicating the exact alignment of the
pipeline within the location as well as beyond locations shall be prepared.
6. Before laying, physical condition of the pipe shall be checked. It should be free
from cracks, grooves, scaling, dents and other surface defects. In case of old
piping, being used, extra care should be taken during physical checking. The size
and wall thickness of the piping should also be checked and recorded.
7. During construction, pipelines shall have proper beveling normally (60 to 70°),
Root gap (2 to 3mm) and root face (1.5 to 2mm).
8. Check the joint fitment. A typical joint is shown in annexure-II. The gap at the root
is very important and it should be between 2 to 3mm.
9. End bevels and holes for branches shall be done by gas cutting, machining or
grinding.
10. A wire spacer of suitable diameter may be used for maintaining the weld root
opening while tack welding. But this must be removed before the roof weld
consumable inserts.
11. For tack welds, qualified welder shall be employed. Tack welds should be free
from defects, as they are to become part of the final welding.
12. Tacks shall be equally spaced. The minimum number of tacks shall be as follows
:-
14. After root run, grinding and back gouging is to be carried out. No trace of slag
should be present after that. Then it should be visually inspected/ DP tested
which should be witnessed by Site Engineer.
15. For further run, use X-ray quality E-6013/ E-7018 electrode. Since, E-7018 electrode
is low hydrogen electrode and hygroscopic in nature, baking of these electrodes
shall be ensured while using them. Baking should be done at 350ºC for one hour
minimum and stored in ovens kept at 80ºC to 100ºC before use. Manufacturer’s
recommendation should be followed if available.
16. All welds shall have maximum 1.59 mm reinforcement. At no point, the crown
surface shall be below the outside surface of the pipe.
18. Radiography shall be taken as per tender document. Proper marking of the
radiographed joint shall be ensured.
19. Proper spacing (Min centre to centre distance d+D, where d & D are the
diameter of the two lines) between the lines shall be ensured. Proper slope /
gradient should be maintained while laying the pipelines.
20. Check pipe support (guide, slide support and anchors). The pipe should have a
point contact with the support. The GI pipe, placed on the concrete pedestal
should be filled with sand-bitumen mixture. It should be anchored with the
pedestal to allow only rolling at its own place and avoid falling down from the
pedestal. The guides should be provided in alternate support and have 20 to
25mm clearance from the pipe.
21. If ERW Pipes are used, the seam should not come at the bottom. The pipes should
be assembled in such a way that the longitudinal seam will be on upper surface
and within 45 degree of top centre of the laid line. Successive joints should be
rotated right or left so that pipes are staggered by not less than 20 degree to
avoid alignment of seams in adjacent pipes.
22. The shoe/ saddle plate should be full welded with the pipe. Otherwise corrosion
may take place between the pipe surface and the shoe/ saddle plate.
23. All the offshore lines in the coastal area should be provided with fully welded 120°
circumference pads at all the pipe supports locations to protect the lines from
external corrosion.
24. Pipelines should have minimum ground clearance of 12 inch from the finished
ground level.
25. Span of the pipeline supports should be kept as given under (as per Eng. Vol.-3).
26. All flanges shall be provided with copper bonding. Strip is always better than
wire, as it gives more surface contact area.
28. For underground long critical pipelines, depending upon the type of soil (if
required), cathodic protection system shall be installed in addition to
painting/coating.
29. At the pump suction end, if reducer is to be used then ensure that an eccentric
reducer is used with topside kept straight.
30. The wrapping/ coating should be done as per the Procedure enclosed/
submitted or the Painting manual. Carry out the “Peel off Test” to ensure proper
adhesion of the coating on the metal surface. Ensure the coatings are free from
holidays using voltage of 14 to 15 kV at the brush.
The pipeline that emerges out of ground must be coated up to 500mm from the
ground level with the ends properly sealed to avoid entry of water. If pipeline
becomes horizontal within this 500mm length, then coating should be extended
up to first weld joint in horizontal portion.
31. The entire network is to be hydro tested at 1.5 times the design pressure.
32. Surface preparation and painting shall be carried out as per tender document /
painting manual.
33. As built drawing of the entire pipeline network shall be prepared, certified, signed
& submitted and it should be available at site/ location.
OTHER POINTS
The following points should also be checked & repaired before assembly of the
piping :
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 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 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 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:
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 spacing 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.
8.0 TESTING OF PIPING SYSTEM :
8.1 Testing of piping after erection shall be done as per API-1104 and as specified in
price bid.
8.2 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.
8.3 A test pressure of 10.5 kg/sq.cm shall be maintained for minimum 4 hours.
8.4 All tests shall be completed to the satisfaction of site engineer including retesting
if any leakage is noticed during testing.
8.5 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.
8.6 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.
8.7 Water for testing shall be arranged by contractor at his own cost.
8.8 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.
9.0 DOCUMENTS TO BE SUBMITTED BY CONTRACTOR : (FOUR COPIES EACH)
9.1 Welders qualification test report as per IS-817.
9.2 Electrode and material test certificates from the manufacturer.
9.3 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.
9.4 Flushing reports.
9.5 Pipeline quantity certificates for product piping system as per the pipelines laid.
9.6 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.
9.7 Pipeline elevation profile for the entire route of pipeline. Any other records as
required by the site engineer.
1.0 SCOPE
This procedure will deal with the most used method of wrapping / coating in
Marketing Division, i.e. COALTAR ENAMEL COATING.
The surface of the pipeline shall be made free of oil and grease by using clean
rags saturated with suitable solvent like Xylene or Trichloroethylene. Then the
pipes shall be blast cleaned to a Swedish standard of SA 2½ (greyish metal
appearance).
Primer drums of capacity 200 ltrs shall be thoroughly agitated. The primer
containers of approx. 20 ltr capacity shall be filled from main drum after cleaning
the container.
The primer shall be applied on a thoroughly cleaned pipe as a uniform thin film,
which shall be free from runs, bubbles, dust, grass or foreign matter. This will not
only cover the circumference of the pipe, but also the other surfaces which is to
be enamel coated.
Any heavy application shall be brushed out before primer sets. Any dried run or
sags shall be scrapped off and re-applied with primer. (Only two application of
primer are permitted.)
The primer coat shall be exposed for curing for the time specified by the supplier.
Then only application of enamel should be carried out.
a) Wet surface of pipe should not be primed. In this case, Drying of the Pipe
surface should be done at first
b) If the pipe surface temperature is 3C or the relative humidity is above 80
%, The priming should be done after heating the pipe to 30-38C.
c) Contaminated primed surface should be re-primed.
d) Over-dried and Over-cured primed surface gets dead and looses its
effectiveness and bonding property. So It should be avoided.
Coal-tar enamel, which is supplied in 200Kg drums, shall be cut into pieces of 5-
6 kg wt. These enamel pieces shall be charged into dope kettle and slowly
heated to the temperature recommended by manufacturer. During heating,
the kettle should be continuously agitated.
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.
The wrapping should be free of wrinkling & air pockets/ bubbles. The overlap of
at the edges of all wrapping should not be less than 12mm and also not more
than 25mm.
A) Holiday Testing : The coating of pipes shall be checked for any voids/
holidays in coating according to AWWA C-203-86. Holiday detection should
be done at 14 to 15 KV at the brush.
B) Peel Testing : The bond test shall be carried out for the primer and coal-tar
adhesion using a knife.
C) Thickness of coating : Coating Thickness should be measured using a pit
gauge or cutting sample at selected spots.
7.0 After testing, the damaged coating places should be repaired and holiday
tested again
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 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.
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.
ANNEXURE -17
ANNEXURE -18
SPECIFICATION FOR BLAST CLEANING & PAINTING OF MILD STEEL, VERTICAL CONE
ROOF/FLOATING ROOF OIL STORAGE TANKS, UG TANKS & 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.
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 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).
4.0 PAINTING SUMMARY:
4.1 PAINTING OF IFR/FR TANKS FOR MS: Table 2.
4.2 PAINTING OF UNDERSIDE OF BOTTOM PLATES: Table 5.
4.3 PAINTING OF STEEL STRUCTURE: Table 6.
Note: **
a) Cone roof / horizontal tanks in above services shall also be internally painted as
given above. For Structural Steel refer the respective table.
Table – 5
Type Underside of Bottom plates and External Surface of buried
vessels/tanks/pipings
Surface Preparation Blast clean to SA 2½
Paint system One coat of Inorganic Zinc Ethyl Silicate (P1) (65-75m ) +
Recommended Two coats of Amine Adduct cured HB epoxy liner (F3)(100-
125 m each)
Thickness of paint system 265 m
Table – 6
Type Structural Steel (External)
Surface Blast clean to SA 2½
Preparation
Table – 7
PAINTING FOR PIPELINES/FITTINGS:
Blast clean to SA 2½
One coat of P1 (70-80)
One coat of U1 (120 m)
Two coats of F1 (40-45 m each)
Table – 8
RE-PAINTING FOR PIPELINES/FITTINGS/ MS STRUCTURAL:
Table – 9
PAINTING FOR VALVES/NRVs/STRAINERS/PUMPS/COMPRESSORS ETC:
Manual cleaning of damaged / affected surface with hard wire brush SSPC SP 2.
2 coats of Red oxide Zinc phosphate primer P3 - DFT – 30-35 each
2 coats of Synthetic Enamel F4 – DFT – 15-20 each.
Table – 10
PAINTING FOR GI PIPELINES AS PART OF SPRINKLER WORKS:
5.1.2 TWO PACK POLYAMIDE CURED EPOXY 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 : Condensation product of bisphenol A and Epichlorohydrin
with terminal epoxides with epoxides equivalent 450-500
Pigment : Mixture of iron oxide with Zinc phosphate
Application : By brush or spray
Dry film thickness / coat : 70-75 microns
Theoretical Coverage : 7.5-8.5 Sq.m./Liter
Drying time : Surface dry in four hours
Re- coating time : 24-48 hours. This should be very strictly adhered to, in order
to avoid peeling of subsequent coat.
Volume solids : 50-60%
Curing agent : Polyamide
Pigment volume : 40-45%
concentration
Do not apply when temperature falls below 10oC or rises above 50oC 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.
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.
5.8.1 All safety regulations and requirements in force, as stipulated in Projects. Site rule
shall be strictly adhered to by painting contractor.
5.8.2 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.
5.8.3 Material shall be stored in a store to be built by contractor and approved by Site
Manager for storage of painting material.
5.9 COLOR CODING
5.9.1 Pipelines shall be color coded to indicate the product that is being carried. The
colour coding shall constitute the name of product written in between two bands
of 100 mm width on each side preceded by an arrow along the direction. Band
with product name shall be painted at a gap of every 20 mtrs. for the pipe line
length up to 1 KM, gap of every 50 mtrs.for pipe line length up to 2 KM and gap of
every 100 mtrs for pipe line length beyond 2KM.The band shall also be painted on
both sides of the valves. The colour coding of band & arrow shall be as per details
given below.
5.9.2 The base colour of the white oil tanks, pipelines shall be of Aluminum or off white as
per operation guide line. Black oil tanks, pipelines shall be painted black. The name
of the product carried shall be written between two bands in White letters for black
oils and black letters for white oil lines along the direction of flow.
5.9.3 A gap of approximately two letter size shall be maintained between the band &
product name at both ends as well as between band & start of arrow.300 mm (12
inch.) long arrow shall be painted after each band on the pipe line with respective
colour code in direction of flow.In case of BS IV products, a brilliant green colour
will be given to the arrow instead of respective colour code.
5.9.4 The size of letters for product name, width and length of arrow for various diameter
pipe line shall be as under
Pipeline Letter size of Width of the Length of Arrow
product Name Arrow (inch.) (inch)
Diameter (inch)
(inch)
Up to 6 2 2 12
Above 6 up to
4 2 12
15
Above 15 6 4 12
5.9.5 Wherever a stretch of pipeline is carrying different grades of the same products
(e.g. MS,BS III & BS IV ) the same shall be suitably identified on the pipe line as shown
in section 18.2.
5.9.6 The entire stand point (in tank wagon gantry) and entire loading arm (in case of
tank lorry filling gantry) shall be painted with colour code of respective product,
instead of colour bands to ensure better visibility and avoid wrong loading
/decantation.
5.9.7 The colour code for branded fuel shall be decided by respective oil companies for
siutable identification of the pipelines.
5.9.8 In case of change in use of pipeline w.r.t.product, relevant colour coding shall be
changed immediately.
5.9.9 The recommended colour coding for bands shall be:-
COLOUR OF IS CODE
PRODUCT COLOUR PIPE LINE ARROW
BANDS NO*
Brilliant
MS 91BS IV Aluminum /off white Dark orange 591
green**
Brilliant
MS 95BS IV Aluminum /off white Signal red 537
green**
MS III 95
MS III 91
MS Bharat Stage IV
100 mm
MS IV 95
MS IV 91
MS Common Line
100 mm
150+150= 300 mm long
MS IV /III
MS IV / III
Ethanol
100 mm
ETHANOL
ANNEXURE -19
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:-
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.Erection shall be carried out as per instructions of the
equipment manufacturers and direction of site engineer.
2.2 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.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.
2.3 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.
2.4 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.
ANNEXURE -20
3.8 The primary seal system shall have the entire shoe surface in contact at all times
with the tank inner shell wall. Wiper or point-contact type seal systems are not
acceptable.
3.9 The primary shoe seal shall be secured to the floating rim plate in such a manner
that the secondary seal can be removed without impairing the operation of the
primary seal.
3.10 The shoe seal should have a scissor arrangement in order to retain uniform level of
the shoe plates resulting in “no shoe drop” even at varying rim spaces of the tank.
3.11 The shoe seal should not be hinged type arrangement which may result in shoe
drop with high variance in rim gaps potentially leading to safety hazard.
3.12 The shoe seal pusher system consists of multiple pusher bars and pusher plates
made from ¼ hardened stainless steel. This pusher system applies radial pressure on
the entire shoe area uniformly. Coil springs and counter weight systems shall not be
utilized for the purpose of the pusher system.
3.13 The pusher plate and hanger assembly shall apply the necessary radial pressure on
to the shoe plate, in such a way to provide opposing forces to help hold the shoe
in position at the top and bottom against the shell.
3.14 The primary seal shoe shall overlap each other, providing the ability to expand or
contract as required by tank irregularities as the roof cycles. No fabric expansion
joints between the shoes are allowed.
3.15 The primary shoe seal shall be equipped with a continuous vapour barrier fabric
connected from the top of the shoe to the floating roof rim plate to minimize
vapour exposure. The vapour barrier material shall be designed for chemical
resistance of the stored product vapors. Material shall be laminated Poly Tetra
Fluoro Ethylene (PTFE) or a combination of Chloro Sulphonated Polyethylene
rubber and Nitrile Butadiene Rubber which provide greater durability for cyclical
operations and also offer greater resistance to permeation of the vapors. The
vapour barrier shall be wide enough to allow free movement of the roof relative to
the shoe at all roof levels. Seal fabric is to be normally supplied in one single length
with pre-hot-air-welded joints. No pop rivets or spot welding are allowed in the
design of the primary shoe seal. The primary seal vapour barrier shall be fire
retardant in nature.
3.16 Secondary seal shall be wiper type with vapour barrier and overlapping
compression plates. Compression plate shall be designed to provide uniform
pressure to the wiper tip towards the tank shell. The secondary seal compression
plates shall be bolted to the floating roof rim , each plate overlapping the adjacent
plates by 40 mm. The width of compression plates shouldn’t exceed 500mm, in
order to obtain the maximum contact between wiper seal and tank shell wall. All
the secondary seal metallic components including hold down and bolting
hardware shall be SS 304. Compression plates shall be 1.2mm thick, SS 304 Stainless
steel. ‘C’ channels are used to fix the compression plates on the rim angle for
uniform pressure on the compression pates, no flats are allowed.
3.17 The secondary seal shall be rim mounted with extruded polymer blend tip of
minimum 150mm. The seal shall be made available in sections with SS splicing for
continuous contact with the shell. The design of the secondary seal shall permit
inspection of the primary seal without removal. The extruded seal tip of polymer
blend shall be highly abrasion resistant, non cracking type and stable under UV
radiation. It should be 100 % impermeable to vapour emissions.
3.18 The secondary seal shall work well with irregular rim space to contain the vapour.
Sealing wiper tip shall be in contact with the tank shell at any given point. It should
have excellent rain water shedding properties. Number of wiper joint per tank shall
be kept to minimum. The wiper tip shall be preferably bull nosed type in order to
achieve greater resistance to abrasion and hence higher durability. Wiper link of
0.5 mm thickness of SS 304 Grade shall be provided at every wiper joints. No fabric
or polymer joint allowed. The seal must also ensure dissipation of static charges.
Static discharge grounding shunts grade SS 304 at 3 meters interval shall be
provided above the secondary seal wiper tip. Grounding shunts shall be designed
to be in contact with the tank shell at all times.
3.19 Seal protector clips shall be placed on the wiper tip in order that the seals come
back into the tank even when the tank is overfilled and the secondary seal goes
above the rim angle of the tank.
3.20
to ASTM A 924 and shall have a minimum nominal thickness of 1.5mm (16 gauge)
and a G90 coating.
3.21 The primary shoes shall extend at least 150mm (6”) above and at least 100 mm (4”)
into the liquid at the design floatation level. The top edge of the shoe plate shall
remain above the rim angle at any given point. All fasteners and washers for
installation of seal joints, shall be austenitic stainless steel.
3.22 The seals shall be designed for tank design temperature.
3.23 Length of seal sections shall be as long as practical.
3.24 No holes or openings shall be permitted in the completed seal.
3.25 All metallic components shall be electrically bonded.
3.26 The seal shoe and compression mechanism shall be installed before hydrostatic
testing.
3.27 Wax scrapers if any shall not interfere with bottom shell course accessories. They
shall be located such that the scrapping action occurs below the liquid surface.
3.28 Seals shall be grounded to the shell using stainless steel shunts.
3.29 It should be possible to install the seal when the storage tank is both in and out of
service.
Note: The mechanical shoe seals primary and secondary shall be guaranteed for a period
of 24 months from the date of commissioning against defective materials and
workmanship.
4.0 INSPECTION AND TESTS
4.1 The contractor shall submit QAP of mechanical shoe seals duly certified by the TPI
agency to IOCL.
4.2 The mechanical contractor shall conduct all tests and inspection as per applicable
code and as required to ensure that the seals confirm to the requirement of this
specification. Physical and chemical tests on materials shall be carried out to
ensure the quality of the material.
4.3 All testing shall be witnessed and approved by the third party inspecting agency.
The contractor shall take all the necessary approval and get the shop fabricated
items inspected at their works.
4.4 The contractor shall be responsible for inspection and certification of all items.
4.5 Inspection shall include but not limited to:
All items procured by the contractor whether indigenous or imported.
Shop fabrication items at contractors/ sub-contractors works.
Vendor is responsible for carrying out all tests and checks envisaged in
compliance with specifications and to request the TPI inspector be present
when required so as to meet the provisions of the contract.
4.6 All test certificates shall be submitted to the TPIA for approval and shall be
submitted to IOCL. Test certificates shall be as per the relevant ASTM codes. IOCL
shall have the prerogative to check all the aspects of agreed QA/QC systems and
introduce modification if deemed necessary during the execution stage. QA/QC
systems shall cover all products and services including sub contracted job if any.
5.0 SPARE PARTS: Vendor shall recommend and supply spares for erection and
commissioning, and maintenance.
6.0 CLEANING, PROTECTION AND PAINTING: Surfaces of all parts shall be cleaned to
remove scale, dirt, oil, water, grease and other foreign objects prior to final
assembly and installation of seals.
7.0 PACKING AND SHIPMENT: All parts of mechanical shoe seals shall be properly
boxed, crated and protected for transportation to suit the mode of transportation.
Packing shall be sturdy and adequate to protect seals from damage during
transportation, handling and storage at the plant site. Spare parts if any shall be
packed separately and clearly marked.
8.0 DRAWINGS AND DOCUMENTATION: Vendor shall furnish following drawings/
documents (6 sets) for purchasers approval. All documents shall be submitted in
both hard copies and soft copies. Soft copies shall be submitted in CD’s. General
arrangement drawings of primary and secondary mechanical shoe rim seals. GA
should also show total dead weight for mechanical shoe seals. Installation
drawings of mechanical shoe seals, both primary and secondary. Complete
descriptive and illustrated literature on the mechanical shoe seals offered along
with operation and maintenance manual. A write up on proposed erection, testing
and commissioning procedure. Material certificates, quality certificates, inspection
and test reports, and QAP. The process data and all other relevant information will
be furnished to the vendor. Contractor shall submit 2 sets of as built drawings of the
mechanical shoe seals.
*******************************
ANNEXURE -21
ANNEXURE -22
3.1 Accumulation: Pressure increase over the maximum allowable working pressure or
design pressure of the vessel allowed during discharge through the pressure-relief
device. Accumulation is expressed in units of pressure or as a percentage of MAWP
or design pressure. Maximum allowable accumulations are established by
pressure-design codes for emergency operating and fire contingencies.
3.2 Thermal in-breathing: Movement of air or blanketing gas into a tank when vapours
in the tank contract or condense as a result of weather changes (e.g. a decrease
in atmospheric temperature)
3.3 Thermal out-breathing: Movement of vapours out of a tank when vapours in the
tank expand and liquid in the tank vapourizes as a result of weather changes (e.g.
an increase in atmospheric temperature)
3.4 Wetted area: Surface area of a tank exposed to liquid on the interior and heat
from a fire on the exterior.
3.5 PV Valve: Weight-loaded, pilot-operated, or spring-loaded valve, used to relieve
excess pressure and/or vacuum that has developed in a tank.
3.6 Normal venting: Venting required because of operational requirements or
atmospheric changes.
3.7 Emergency venting: Venting required when an abnormal condition, such as
ruptured internal heating coils or an external fire, exists either inside or outside a
tank.
3.8 Set pressure: Gauge pressure at the device inlet at which the relief device is set to
start opening under service conditions
4.0 BASIS OF DESIGN
4.1 Closed vessels or tanks filled with liquid products must have an opening through
which the accumulated pressure can be released so that the vessel does not
explode. Along the same lines, a vacuum has to be compensated for when the
tank or vessel is drained so that it does not implode. Unallowable overpressure and
vacuum will accumulate with loading and unloading procedure, steam cleaning
processes, blanketing and thermal effects etc.. But free openings enable a free
exchange with the atmosphere or with connected pipe systems that are
uncontrolled and unmonitored.
4.2 To avoid product loss, Breather valve / pressure vacuum relief valve shall be used
for aboveground vertical petroleum products storage tank & underground
horizontal tank to control the free exchange air movement between storage tank
& atmosphere.
4.3 Following consideration shall be accounted as the causes of Overpressure &
Vacuum for sizing breather valve & emergency vent -
Liquid movement into the tank or out of the tank
Weather changes ( due to pressure and temperature changes)
Fire exposure
4.4 Normal inbreathing results from a maximum outflow of liquid from the tank ( liquid
transfer effect) and contraction or condensation of vapour caused by a maximum
decrease in vapour space (thermal effects).
4.5 Normal out-breathing results from a maximum inflow of liquid into the tank &
maximum vaporization caused by such flow ( liquid transfer effect) and expansion
or vaporization that results from maximum increase in vapour-space temperature
(thermal effects). Volatile or flashing liquid shall have higher rate of out-breathing.
4.6 Thermal inbreathing as well as out-breathing is affected by insulation of tanker.
4.7 Vendor shall consider the incoming as well as outgoing liquid flow rate of 2500
m3/hr for inbreathing & out-breathing capacity calculation for aboveground
vertical storage tanks. For underground horizontal storage tanks, incoming &
outgoing liquid flow rate shall be 72 m3/hr for inbreathing & out-breathing capacity
calculation.
4.8 For external fire exposure of tank, Emergency vent are recommended to release
the overpressure to prevent the explosion of the tank.
4.9 Flame arresters protect systems subjected to explosion hazards from the effects of
explosions. These devices are installed at the opening of an enclosure or to the
connecting pipe of a system of enclosures and whose intended function is to allow
flow but prevent the transmission of flame.
4.10 In case of Ethanol & bio-diesel tanks, silica gel breather shall be provided to absorb
the moisture; this will be installed along-with the breather valves.
5.0 DESIGN AND MANUFACTURE
5.1 Determination of venting requirement for the tanks shall be done as per API 2000,
5th Edition.
5.2 Vendor to design & manufacture breather valve & Emergency vent as per API
2000, Latest edition.
5.3 For aboveground vertical storage tanks, incoming & outgoing liquid flow rate shall
be considered as 2500 m3/h.
5.4 For underground horizontal storage tanks, incoming & outgoing liquid flow rate
shall be considered as 72 m3/h.
5.5 The complete responsibility of design, manufacture and supply, supervision of
installation shall be with vendor.
5.6 Vendor to supply breather valve for horizontal underground storage tanks for
petroleum products & ethanol, Bio-diesel; breather valve & Emergency vent for the
vertical over-ground storage tanks for petroleum products, Transmix products.
5.7 Flame arrester combined with breather valve as single integrated unit shall be
designed, manufactured & supplied by breather valve vendor as per below
5.8 The flame filter should be accessible from outside without removal of valve from
the seating flange for ease of maintenance.
5.9 The flame arrestor with breather valve shall be tested as a combined device as per
ISO16852, the flows and pressure settings mentioned by the vendor in the technical
offer.
5.10 The breather valve combined with flame arrestor will be witness tested at vendors
shop for full lift at 10% overpressure i.e. 10% above set pressure.
5.11 Flame filter element shall be Replaceable crimped Ribbon Type based Element
Bank,
5.12 Flame arrestor / Flame arrestor with breather valve will have ATEX certification
based on the gas groups i.e. namely IIA, IIB, IIC.
5.13 Silica Gel breather shall be designed, manufactured & supplied by breather valve
vendor. The bottom & the top of the silica gel breather shall be fixed to the body
by means of rubber gaskets & studs. Vendor to consider removal & refilling
arrangement of silica gel while designing the silica gel breather.
5.14 Environmental design criteria –
5.15 The climatic and other conditions under which the equipment will operate are
detailed in the process package (design criteria) of the bidding document.
Conditions specific to the Equipment Package shall be detailed on individual
equipment data sheets. Vendor is responsible for ensuring that all equipment and
components provided are suitable for the utility and environmental conditions as
specified during the entire design life.
5.16 ALL Breather valves ( with / without Flame Arresters and with Silica Gel ), Emergency
Vent and Rim vent valves shall be witness tested at vendor’s shop for full lift at 10%
overpressure i.e 10% above set pressure.
6.0 VENDOR SCOPE OF SUPPLY: Scope of supply shall be as follows but not limited to:
6.1 breather valves along with flame arrester for vertical aboveground storage tanks
6.2 breather valves along with flame arrester for under-ground horizontal storage tanks
6.3 emergency vents for vertical aboveground storage tanks.
6.4 Silica gel breather shall be provided with breather valve for underground storage
tank for ethanol & bio-diesel service.
6.5 Vendor to provide companion flange for breather valve & emergency vent.
6.6 Vendor to submit sizing calculation for breather valve & emergency vent along
with GA drawing. However vendor to note that the size & number of breather
valves shall be as per the table provided in Annexure I.
6.7 Painting shall be done by vendor as per project specification.
6.8 Inspection, testing and QA / QC requirements as specified
6.9 Vendor to provide special tools and tackles as required for normal operation &
maintenance
6.10 Mandatory spare parts (Vendor to specify)
6.11 Vendor to provide list of Spares for 2 years normal operation (separate price).
FINAL
AFTER
SL WITH WITH
DESCRIPTION PURCHASE
NO OFFER EQUIPMENT
ORDER
DATA BOOK
6. Part list & Material of Yes I Yes
Construction.
7. Proposed test procedure and I Yes
erection details
8. Material Test Certificates. Yes R Yes
9. Performance Test Records Yes I Yes
including curves and data.
10. Installation, Operating & I Yes
Maintenance manual
11. Mechanical clearance I Yes
diagram
12. Mechanical Catalogue I Yes
containing all the final
drawings.
13. List of spare parts Yes I Yes
14. List of tools I Yes
15. List of deviations from spec. Yes R Yes
16. Experience Details Yes I Yes
17. Maintenance schedule ( 2 I Yes
sets ) –
Laminated
18. Vendor / Manufacturer Yes I Yes
Guarantee /Warranty
LEGEND:
I - INFORMATION, R - REVIEW, * at the time of inspection.
All drawings, calculations and data sheets will require review and approval by Company
and will require the issue of “as-built” documents by Contractor. All drawings shall have
the Purchaser equipment number and purchase order number. Vendor shall provide a
complete document package for unit components and specific for protection of the
equipment if taken out of service for finite periods. Shop details shall be completed with
all dimensions, thickness and details of construction including all nozzle locations and
orientations. All material thickness shall be shown. All welds shall be detailed for fully
described by notes or weld symbols and annotated to the relevant weld procedure
specification. Review of the drawings by Company does not relieve Contractor of his
responsibility for the correctness of the design to suit the stated conditions.
Appendix – I
Table for quantity & size of Breather valve/Emergency vent valve for Storage tanks –
Tank Fluid Size of Number Size of Number of Flame Silica
No. Handled Each of Emergency Emergency arrester Gel
Breather Breather Vent Vent Breather
Valve Valve
T-08A MS 4” 1 - - Yes -
T-08D Ethanol 4” 1 - - Yes Yes
Annexure – II
SERVICE : PLANT :
9 CORROSIVE :
1 MAX. ALLOW. PRESS. DROP
0 (mmWC) :
1 TANK PUMPOUT RATE (m3/h)
THERMAL (m3/h) : *
PRESSURE & INBREATHING/ OUTBREATHING
1 :
1
TOTAL INBREATHING RATE (m3/h) : *
2
1 TANK FILLING RATE (m3/h)
THERMAL (m3/h) : *
3 :
1
TOTAL OUTBREATHING RATE (m 3/h) : *
4
1
5
1
6 LOCATION : TANK TOP SIZE (mm) : *
VACUUM
SAFETY
VALVE
1
7 MOUNTING : VERTICAL DESIGN PRESSURE : *
2
6 FLAME ARRESTOR : *
2
7
2 NOTE -
8
2
9 *' DENOTES DATA TO BE PROVIDED BY VENDOR.
9 CORROSIVE/ NON-CORROSIVE:
10
11 LOCATION : TANK TOP SIZE (mm) : *
EMERGENCY VENT VALVE
15
16
17
18 NOTE -
19 1. '*' DENOTES DATA TO BE PROVIDED BY VENDOR.
ANNEXURE -23
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. DELUGE VALVE
1.1 TECHNICAL DATA:
1.1.1 MOC:- Cast Steel ASTM A 216 WBC
1.1.2 SIZE: 200,150,100, 80, 50 NB (Ss per Design)
1.1.3 SERVICE PRESSURE: 1.4 to 17.5 Bar (20 to 250 PSI)
1.1.4 THREADED OPENING: BSPT
1.1.5 MOUNTING: Vertical or Horizontal
1.1.6 FACTORY HYDROSTATIC TEST PRESSURE: 35 Kg/sq.cm. (500 PSI)
1.1.7 FLANGE CONNECTION: ANSI B 16.5 # 150 RF
1.1.8 FINISH: RAL 3000
1.2 APPLICATION:
1.2.1 Deluge Valve is known as a system control valvein a deluge system, used for
fast application of water in a spray system.
1.2.2 Deluge valve protects areas such as power transformer installation, storage
tank, conveyor protection and other industrial application etc.
1.2.3 With the addition of foaming agent deluge valve can be used to protect
aircraft hangar and inflammable liquid fire
1.3 SPECIFICATIONS:
1.3.1 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.
1.3.2 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.
1.3.3 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
4.1.4 PRESSURE SENSING: Teflon tube with Stainless HOSE Steel braided cover
4.1.5 TRIM CONNECTION: Stainless Steel
4.1.6 FACTORY HYDRO-TEST PRESSURE: 25 Kg./sq.cm. (365 PSI)
4.1.7 FINISH: RED RAL 3000
4.2 APPLICATION
4.2.1 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.
4.3 SPECIFICATION
4.3.1 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.
4.3.2 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.
5. ATMOSPHERIC FOAM CONCENTRATE STORAGE TANK
5.1 TECHNICAL DATA
5.1.1 STORAGE CAPACITY: As per Design
5.1.2 MOC: SS 304
5.1.3 EXPANSION DOME: 2% of total tank capacity
5.1.4 FINISH: Natural finish
5.1.5 Fill connection with expansion dome
5.1.6 Drain connection at bottom (Nos as per detailed drawing approval)
5.1.7 Flanged suction connection at the bottom of tank
5.1.8 Flanged return connection at the bottom or at the top of tank.
5.1.9 Site Gauge, Air Vent with Sillica Gel assembly, Lifting Hook.
5.1.10 Ladder
6. BLADDER TANK
6.1 TECHNICAL DATA
6.1.1 TANK MOUNTING: Vertical or Horizontal (during drawing approval)
6.1.2 CONCENTRATE STORAGE CAPACITY: (As per design)
6.1.3 MAXIMUM WORKING PRESSURE: > 12 kg/sqcm
ANNEXURE -24
RAW
1 MATERIAL
AS
PHYSICAL, PER APPRD 3 1 FOR IOC
PLATE FOR PHYSICAL,C CHEMICA SPE DRG/DA IS 2062 , , SUPPLY
TANKS HEMICAL L TEST C TA SHEET GR B MF TC 3 1 2 MATERIAL
APPD
MEAS,VISU 100 DRG,DA ASTM
DIMENSION AL % TA SHEET A6,A20 INSR 2 1 1
LAMINATIO ASME
N (ABOVE 100 SEC VIII MF
20 MM) UT TEST % API 650 DIV-1 TC,INSR 3 1 1
IN
2 PROCESS
TO BE
WPS CHECKED&A
PROPOSSE CORRECTN 100 ASME PPROVED BY
D ESS SCRUTINY % WPS SEC IX QW482 2 1 IOCL/TPI
DESIRED PHYSICAL, 1
PQR TEST PROPERTY CHEMICA 100 ASME ,
&RECORD OF L,TEST % WPS SEC IX QW483 2 2 1
WELDING&
VARIABLS
WELDERS 1
ABILITY TO RADIOGR 100 ASME QW ,
WPQ MAKE APHY % WPQ SEC IX 484 2 2 1
GOOD
WELD
PLATE CUTTING
CUTTING DIMENSION, LAY
FOR CHECKING MEAS 100 OUTPLA APPD
3 BOTTOM OF &VISUAL % N DRGS INSR 2 2
,SHELL,&R DIAGONAL
OOF &SQARING
BOTTOM
PLATE 1
UNDER SURFACE VISUAL,ME 100 PAINTIN ,
4 SIDE SAND CHECKING AS % WO G SPEC INSR 2 2
BLASTING DFT BY 1
AND COATING ELCOMETE 100 PAINTIN ,
PAINTING THICKNESS R % WO G SPEC INSR 2 2
ROLLING MEAS,VISU 100 APPD APPD
5 OF PLATES DIMENSION AL % DRGS DRGS INSR 2 2
FITMENT 2
OF WELD BEVEL,ROOT MEAS,VISU 100 APPD APPD ,
6 JOINT GAP AL % DRGS DRGS INSR 2 1 H
ROOT RUN
AFTER
BACK ANY VISUAL VISUAL/DP 100
7 GOUGING FLAW T % WPS API 650 INSR 2 2
BUT WELD
JOIT
AFTERFINA 1.VISUA,REI
L NFORCEME 100
8 WELDING NT VISUAL % API 650 API 650 INSR 2 2
ASME
SEC VIII 2
2.INTERNAL RADIOGR API
API 650 DIV-1 INSR , 2 1
FLAWS APHY 650
3
UW 51
2
3.PEAKING/ MEAS/PLU 100 ,
BENDING/ MB % API 650 API 650 INSR 2 1
ALL LAP 1.LAYOUT
JOINTS OF ,EDGE 2
BOTTOM PREPARATI VISUAL,VA 100 ,
100% API 650 INSR
9 PLATES ON CUM TEST % 2 1
2.WELDING
NOZZLE TO DIMENSION,
VISUAL,
FLANGE & ORIENTATIO 100
PLUMB, INSR
NOZZLE TO N OF % APPVD APPVD
MEAS
10 SHELL NOZZLE DRGS,A DRGS,A
,PROJECTIO PI 650 PI 650
N,ELEVATIO
N,FITTMENT
LEAK PNEUMATI
RF PAD/ APPVD APPVD 1
TIGHTNESS C TEST 100
10 NOZZLE TO DRGS,A DRGS,A INSR 2 , 1
SOAP %
SHELL PI 650 PI 650 2
SOLUTION
SHELL TO 1
ANNULER LEAK PNEUMATI 100 ,
11 PLATE TIGHTNESS C TEST % API 650 API 650 INSR 2 2 1
SOAP
SOLUTION
DECK 1
PLATE LAP 1.WELD 100 ,
12 JOINTS SOUNDNESS DP/MPT % API 650 API 650 INSR 2 2
RIM BULK
HEAD 1
COMPART 1 WELD VISUAL,DP 100 ,
13 MENT SOUNDNESS T/MPT % API 650 API 650 INSR 2 2
SPLICE
JOINTS
OFRAFTER 1.FITMENT APPVD APPVD 1
S/COLUM DIMENSION, 100 DRGS,A DRGS,A ,
14 N WELDING % PI 650 PI 650 INSR 2 2
APPURTEN
ANCE,LEG ALIGNMENT APPVD APPVD 1
SUPPORTS, ,DIMENSION VISUAL,ME 100 DRGS,A DRGS,A 2 ,
15 FAB ,WELD AS, % PI 650 PI 651 INSR , 2
1
APPURTEN RADIOGR 100 DATA DATA ,
ANCE. SOUNDNESS APHY(IF) % SHEET SHEET INSR 2 2
1
CENTRAL VISUAL,ME 100 APPD APPD ,
16 SUMP 1.FITMENT AS % DRGS DRGS INSR 2 2
1
WELD DPT/MPT,V 100 ,
SOUNDNESS ISUAL, % API 650 API 650 INSR 2 2
RADIOGR
APHY
PIPING 1
FOR FIRE LAY VISUAL,M 100 APPRD APPRD , 10%DPT TO BE
17 WATER/ OUT&FITMENT EAS % DRG DRG INSR 2 2 1 WITNESS BY 1
FOAM
SYSTEM
INSPECTI
ONPRIOR
TO OVERALL MEAS,VA APPDD
RELEASE DIMENSION,P RIFICATIO 100 APPDD RGS,API
18 FOR LUMBNESS, N % RGS, 650 INSR 2 1
HYDROTE
ST,INSIDE/ ORIENTATION OF DATA
OUTSIDE OF NOZZLES, RECORDS SHEET
WELDING
SURFACE, RADIOGRAP
EXTERNAL HY
INTERNAL
ATTACHM
ENT
FINAL
INSPECTI
ON
DURING 1
HYDROTE LEAK HYDROTE 100 APPD ,
19 ST TIGHTNESS ST % DRG API 650 INSR 2 2 1
EVE
RY 1
PLUMBIN 30 APPD ,
VERTCALITY G DEG DRG API650 INSR 2 2 1
EVE
RY OISD 1
FINAL 30 APPD 129/BS3 ,
20 ASSEMBLY SETTLEMENT MEAS DEG DRGS 659 INSR 2 2 1
BUOYAN SMOOTH
CY FLOATATION, HYDROTE 1
TEST,FLOA LEAK ST,SUBME 100 APPD ,
21 TATION TIGHTNESS RION % DRGS API650 INSR 2 2 1
MEASURE
MENT API650
IS 2008 CHART
HYDROTEST
PAINTING 1.SURFACE 1
/STAMPIN PREPARATIO 100 WO/AP WO/AP ,
24 G N VISUAL % PD PD INSR 2 2 1
RAN
2.SURFACE MECH DO PROCE PROCE
FINISH GAUGE M DURE DURE INSR
RAN 2
3.COATING ELCOMET DO ,
THICKNESS ER M INSR 2 1
STANDAR
D
BOUGHT CABLE
OUT ITEM CODE
APPVD APPVD 3 2
MEASURE 100 DRGS,D DRGS,D , ,
DIMENSION MENT % ATA ATA MF TC 2 1
SHEET SHEET
SPRINKLE
R
NOZZLE/F DIMENSION RAN APPD APPD MF TC
OAM &SURFACE VISUAL,M DO DRGS,S DRGS,S 3 ,
2 MAKER CHECK EAS M PEC PEC , 2
FOAM
RAN
SEAL 1.PHYSIC APPD APPD
3 DO MF TC 2
&ACCESS 1.PHYSICAL,C AL,CHEMI DRGS,S DRGS,S
M
ORIES HEMICAL CAL PEC PEC
APPD APPD 3 1
MEASURE 100
DRGS,S DRGS,S MF TC , ,
MENT %
2.DIMENSION PEC PEC 2 2
FLAME
ARRESTO 1, PHYSICAL RAN APPD APPD
R/BREATH PHYSICAL,CH ,CHEMIC DO DRGS,S DRGS,S
4 ER VALVE EMICAL AL TEST M PEC PEC MF TC 2 2 1
MATERIAL
FOR
TANK
FITTINGS
PHYSICAL AS APPVD
, PER DRGS,D ASTM 1
PIPES FOR SEAMLESS, CHEMICA SPE ATA A106 ,
1 NOZZLE LAMINATION L TEST C SHEET GR B MFTC 3 1 2
PHYSICAL AS APP
, PER DRG/D ASTM 3 1
PHYSICAL, CHEMICA SPE ATASHE 105,A18 , ,
2 FLANGES CHEMICAL, L TEST C ET 1 MFTC 3 2 2
APP
DRG/D 1
MEAS, 100 ATASHE ANSI MFTC.IN ,
DIMENSION VISUAL % ET B16.5 SR 2 1 2
PHYSICAL AS APP
, PER DRG/D 3
PIPE PHYSICAL, CHEMICA SPE ATASHE ASTM ,
3 FITTINGS CHEMICAL L TEST C ET SA 234 MFTC 3 2
APP
DRG/D
MEAS, 100 ATASHE ANSI MFTC,IN
DIMENSION VISUAL % ET B16.9 SR 2 1 1
PHYSICAL AS APP
BOLTS,NU , PER DRG/D ASTM 3
TS,FOR PHYSICAL, CHEMICA SPE ATASHE A193,A ,
4 FLANGES CHEMICAL L TEST C ET 194 MFTC 2 2
APP
DRG/D
MEAS. 100 ATASHE ANSI MFTC,IN
DIMENSION VISUAL % ET B18.2 SR 2 1
P :PERFORMED BY FABRICATOR
1:IOCL/ONPPL SITE ENGINEER
INSR : INSPECTION REPORT
W: WITNESS BY
2:MAIN CONTRACTOR
MEAS: MEASUREMENT
V:VERIFIED & REVIEWED BY
3:SUB AGENCY/SUB VENDOR(IF APPLICABLE & APPROVED
MFTC :MANUFACTURER TEST CERTIFICATE
H: HOLD TILL CLEARED BY 1
RAW
MATERI
AL
AS
PE APPD
PHYSIC PHYSICA R DRG/D API 5L GR-B 3
AL,CHE L,CHEMI SP ATA PSL1/ASTM MF ,
1 PIPE MICAL CAL TEST EC SHEET A 106 GR-B TC 3 2 1
AS
PE APPD
MEASURE R DRG/D MF
DIMENS MENT,VIS SP ATA TC,IN
ION UAL EC SHEET ANSI B36.1 SR 3 2 1
AS
PHYSICA PE APPD
PHYSIC L R DRG/D
FLANG AL,CHE ,CHEMIC SP ATA ASTM A MFT
2 E MICAL AL TEST EC SHEET 105,A181 C 3 3 1,2
AS
PE APPD
HEAT R DRG/D
TREATM SP ATA ASTM A MFT
ENT(IF MFTC EC SHEET 105,181 C 3 3 1,2 IF REQUIRED
REQUIR
ED)
AS
PE APPD
R DRG/D MFT
DIMENS MEAS,VIS SP ATA C,IN
ION UAL EC SHEET ANSI B16.5 SR 2 1 1,2
AS
PIP E PE APPD
FITTING PHYSIC PHYSICA R DRG/D
S(ELBO AL,CHE L,CHEMI SP ATA WO/ASTM MFT
3 W MICAL CAL TEST EC SHEET A 234 C 3 3 1,2
AS
PE APPD
TEE,RE R DRG/D MFT
DUCER DIMENS MEAS,VIS SP ATA C,IN
ETC) ION UAL EC SHEET ANSI B16.9 SR 2 1
BOLTS, AS
NUTS,F PE APPD
OR PHYSIC PHYSICA R DRG/D 3 10% RANDOM
FLANG AL,CHE L,CHEMI SP ATA ASTM MFT , BYMEAS&100%
4 ES MICAL CAL TEST EC SHEET A193&A194 C 2 3 VISUAL BY 1
APPD
DRG/D MFT
STRUCT DIMENS MEAS,VIS 10 ATA C,IN
URAL ION UAL 0% SHEET ANSI B18.2 SR 2 1
STRUCT AS
URAL PHYSIC PE APPD
FOR AL PHYSICA R DRG/D
SUPPO CHEMI L,CHEMI SP ATA IS 2062 MF IF REQUIRED
5 RTS CAL CAL TEST EC SHEET GRA/B TC 3 2 1,2 RANDOM TEST BY 2
APPD
DRG/D IS
DIMENS MEAS,VIS 10 ATA 2062,ASTM
ION UAL 0% SHEET A6,A20 INSR 3 2
IN
PROCE
SS
WELDI
NG
PROCE
DURE CORRE 10 ASME SEC QW
6 SPECI- CTNESS REVIEW 0% WPS IX 482 2 1
FICATI
ON
(WPS)
WELDI
NG WELDIN
PROCE G PHYSICA 1
DURE PROPER L,CHEMI 10 ASME SEC QW ,
7 QUALI TY CAL TEST 0% WPS IX 483 2 2 1
FICATI
ON
(WPQ)T
EST,RE
CORD
WELDI
NG WELDE
PERFO R 1
RMAN ABILITY RADIOG 10 ASME SEC QW4 ,
8 CE TO RAPHY 0% WPQ IX 84 2 2 1
QALIFI
CATIO MAKE
N(WPQ GOOD
) WELD
ALIGNMENT
FITMENTMENT ,DIMENSIO MEAS,VISUA APPD INS 2,
9 OF WELD JOINT N L 100% DRG APPD DRG R 2 1 H
ROOT RUN
1 AFTER BACK VISUAL INS 2,
0 GOUGING FLAW VISUAL/DPT 100% WPS ANSI B31.3 R 2 1
BUTT WELD
1 JOINT AFTER 1.REINFOR ANSI B INS 2,
1 COMPLETION CEMENT VISUAL 100% 31.3 ANSI B31.3 R 2 1
ANSI ANSI
2.INTERNAL RADIOGRAP B31.3/ B31.3,APP INS 2,
FLAW HY WO ROVED ANSI B31.3/ R 3 2 1 H
PROCED
URE ASME SEC V
WELDING OF
1 THE BRANCH VISUAL,MEA WPS/ANSI INS 2,
2 CONNECTION, 1.FITMENT S 1005 B31.3 ANSI B31.3 R 2 1
2.VISUAL
FLAW IN WPS/ANSI INS 2,
FILLETWELDING ROOT VISUAL,DPT 100% B31.3 ANSI B31.3 R 2 1
VISUAL,PNE
3.FINAL UMATIC(IF ANSI INS 2,
WELDING PAD 100% B31.3 ANSI B31.3 R 2 1
PROVIDED)
DIMENSION VERIFICATIO
S,RADIOGR NS OF
APHY RECORDS ANSI B31.3
LEAK
PROOF & APPD ANSI
1 ALLIGNMEN DRG,ANSI B31.3,API INS
4 HYDROTEST T HYDROTEST 100% B31.3 1110 R 2 1 1
EXTERNAL/INTER FREE OF
1 NAL FOREIGN TECHNIC TECHNICAL INS 2,
5 CLEANINIGAND MATERIAL VISUAL 100% AL SPEC SPEC,WO R 2, 1
CLEANLINE
FLUSHING SS
APPROVE
1.SURFACE D
1 PREPARATI PROCED APPROVED INS 2,
6 PAINTING ON VISUAL 100% URE PROCE/WO R 2 1 1
APPROVE
D
2.SURFACE MECH RAND PROCED APPROVED INS 2,
FINISH GAUGE OM URE PROCE/WO R 2 1 1
URE
QA OVERALL TECH
1 DOCUMENTATI QALITY,DAT REVIEW OF TECHNIC SPEC,APPD INS
7 ON A RECORD ALL TC ,IR IN 100% AL SPEC CODE, R 2 2 1
,AS
BUILTLAY STAGE
OUT DRG INSPECTION WO
P :PERFORMED BY FABRICATOR
1.:IOC/ONPPL SITE ENGINEER
INSR: INSPECTION REPORT BY MAIN FABRICATOR
W: WITNESS BY
2.MAIN CONTRACTOR
MEAS: MEASUREMENT
V :VERIFIED& REVIEWED BY
3. .SUB AGENCY/SUB VENDOR(IF APPROVED)
MFTC : MANUFACTURER TEST CERTIFICATE
H: HOLD
QAP FOR ALL SUPPLY ITEMS SHALL BE GOT APPROVED BY THE SUCCESSFUL BIDDER FROM
IOCL/ IOCL’s CONSULTANT
ANNEXURE -25
Note: Inspection may be carried out through any branch of the above mentioned
agencies
ANNEXURE -26
24. ORISSA TYPE WATER CLOSET WITH HINDWARE (HSIL) / PARRYWARE 2556 / 774
FLUSHING CISTERN (VITREOUS (EID PARRY) / CERA
CHINA)
25. EUROPEAN TYPE WATER CLOSET HINDWARE (HSIL)/ PARRYWARE 2556
(VITREOUS CHINA) (EID PARRY)/ CERA/ AMERICAN
STANDARD/ TOYO/ GROHE/
JAGUAR
WASHBASIN (VITREOUS CHINA) HINDWARE (HSIL)/ PARRYWARE 2556
(EID PARRY)/ CERA/ AMERICAN
STANDARD/ TOYO/ GROHE/
JAGUAR
26. SINK (VITREOUS CHINA) HINDWARE (HSIL)/ PARRYWARE 2556
(EID PARRY)/ CERA/ AMERICAN
STANDARD/ TOYO/ GROHE/
JAGUAR
27. FLUSHING CISTERN (PLASTIC) HINDWARE (HSIL)/ PARRYWARE 7231 : 1994
(EID PARRY)/ CERA/ AMERICAN
STANDARD/ TOYO/ GROHE/
JAGUAR
28. EWC PLASTIC SEAT COVER PARRYWARE / HINDWARE / CERA/ 2548 : Part II : 1996
AMERICAN STANDARD/ TOYO/
GROHE/ JAGUAR
29. MIRROR MODI FLOAT / SAINT GOBAIN/ 3438 : 1994
GUJARAT BOROSIL/ BINANI/ HNG
FLOAT GLASS LTD
39. GM GATE VALVES FOR SANITARY & LEADER / ORIENT / ZOLOTO / 778 : 1984
PLUMBING WORKS NETA
40. CP BRASS SPRAY SHOWER WITH BALL ARK-SOMA / PARKO / METRO-
AND SOCKET SUPER / NOVA SPECTRUM / ESS
ESS/ JAGUAR/ JAL
41. BRASS FLOAT VALVES WITH COPPER LEADER / ORIENT / ZOLOTO/ NETA 1703 : 2000
FLOATS
42. CP BRASS STOP COCKS ARK-SOMA / PARKO / METRO- 781 : 1984
SUPER / NOVA SPECTRUM / ESS
ESS/ JAGUAR/ JAL
43. POLYETHYLENE WATER TANK SINTEX / INFRA / FUSION / UNIPLUS 12701 : 1996/
/ PATTON 10146 : 1982
44. FLOOR TRAP (NAHANI TRAP) APPROVED MAKE 2556 :1973
56. SUBMERSIBLE PUMPSET FOR WATER ATLANTA/ SUGUNA / TEXMO / 8034 : 2002
SULZER APPROVED EQUIVALANT
57. MOTOR FOR SUBMERSIBLE PUMPSET ANY IS APPROVED MAKE 9283 : 1985
FOR WATER
58. FIRE BUCKET ANY IS APPROVED MAKE 2546 : 1974
59. False ceiling for canopy (150F) RAMCO HILUX, INTER ARCH STEEL : IS 513
BUILDING PRODUCTS LTD./ Galvanizing : IS
SPECO - TECH / METACIL , 277
CONWED, HUNTER DOGLAS/ ORGANIC
SONEX ROOFING SYSTEM/ INDIA COATING:
GYPSUM/ METCRAFT/ KIRBY IS 14246
60. Hi-Rib Bare Galvalume, Hi-Rib INTER ARCH / CRIL (Colour Roof STEEL : ASTM A
Galvalume colour coated, GI Hi-Rib, India Ltd)/ METACRAFT / METACIL 446
GI Hi-Rib colour coated roof / CONWED/ SPECOTECH/ AZ 150 COATING
sheeting /Gutter /Flashings/ skylights 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
61. ROOF TURBO VENTS DURAFLO/ BLAZE ENIGNEERS/ AIR
CREATIONS INDIA/ GOLDEN
INDUSTRIES/ AIRIER NATURE (P)
LTD/ MUKTA ENGINEERS/ SWASTIK
ROOFING/
62. INTERLOCK CONCRETE PAVERS/ APPROVED MAKE MEETING AS PER BS 6717 :
KERB STONES SPECIFICATIONS PART1 : 1986 AND
AS PER IS 1237
1980 - AFTER
PRIOR
APPROVAL FROM
IOCL
63. SWITCHES / SWITCH SOCKET OUTLETS BEST & CROMPTON / MDS / INDO
(INDUSTRIAL/ MS) ASIAN / HAVELLS/ ANCHOR
67. DOL STARTERS FOR BORE WELL PUMP Siemens, L&T, Schneider Electric ,
C&S, Crompton Greaves
68. METAL CLAD PLUG & SOCKET L& T Hager, Havells, Siemens
Schneider Electric, MDS, Indo
Asian
69. EXPANSION JOINT FOR RCC WORKS Shalimar, Kampun Polymers,
JollyBoard, Softex Industrial
Products, Duron Polyvinyls (P) ltd
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
(Kousik Kanjilal)
General Manager
Empire Industrial Equipment
414 , Senapati Bapat Marg,
Lower Parel, Mumbai – 400 013
Ph. No. 00 91 22 66231120 ( Board )
Ph. No. 00 91 22 66231142 ( Direct )
Hp. No. 00 91 9903048219
Email : kousik.kanjilal@empireindia.com
FLOAT-TEK-INTERNATIONAL 2F, No.10, Lane 120, Dongning Road, East District,
(HITEC EQUIPMENT) Tainan City, Taiwan, ROC
Mr. Jefer Su
Mobile : 886-6-2365056
Fax : 886-6-2365057
Prakash Chopde
President - Special Projects
Hitec Equipment
( Div. of Kaveri Napthols Pvt. Ltd. )
11, Gulzar, Highway Service Road,
6. 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
7. MECHANICAL SHOE SEAL: M/s Roshan Industries; M/s Reliance Vapour Sealing System
; Pvt. Ltd; M/s. Maitri Industries; M/S Sai Tools; M/S Vira Associates; Approved
Manufacturers of IFR Deck
8. 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.
9. GASKET (METALLIC & SOFT IRON, SPIRAL WOUND, NON ASBESTOS, TEFLON)
DENCIL PUMPS AND SYSTEMS PVT. Plot No. 85 E, Govt. Industrial Estate, Ganesh
LTD. Nagar, Charkop, Kandivali (West). Mumbai -
400 067.
Landmark: Opp Ganesh Nagar (BMC)
Municipal School.
Telephone: +91 22-2868 2653 / 2868 8754
Tele Fax: +91 22-2869 7403
Email: info@dencilpumps.com,
dencilpumps@gmail.com
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 : sales.ast@ge.com
Woodfield Systems International Pvt 302-A, Nitco Biz Park,Road No 16, Wagle
Ltd. Estate,Thane (W) - 400 604, India
Mob: +91 9322019803
Tel: +91 22 6704 0000
Fax: +91 22 6704 0099
Email: denil.p@woodfieldsystems.com
URL: www.woodfieldsystems.com
24. PAINT
ANNEXURE A
STATEMENT OF CREDENTIALS
(To be filled by the tenderer)
NOTE:
2. Incorrect/ false declaration will result in disqualification.
3. Necessary supporting documents to be enclosed.
4. Corporation reserves the right to assess the tenderer’s capacity and capability
if necessary by visiting/ inspecting recently executed / under execution of
works.
(A)
________________________________________________
________________________________________________
________________________________________________
________________________________________________
________________________________________________
________________________________________________
__________________________________
____________________________
5. E Mail ID :
_________________________________________________
_________________________
OR
3. PARTNERSHIP FIRM:-
(Give names of the Partners and enclose scan copy of Partnership deed)
I Names of Partners:
A.
B.
C.
A.
B.
C.
OR
I. Names of Directors:
A.
B.
C.
A.
B.
C.
(C) Details of Completed Work Orders of minimum value as per Pre- qualification
criteria (PQC) during last FIVE years as specified in PQC of the tender:
Sl.
Particulars WO-1 WO-2 Wo-3
No
a Party’s Name to whom executed,
Clear Postal Address, Telephone/Fax
Nos and E-Mail Address.
b Work Order (WO) Details-
WO Reference No.
WO Date
WO Value ( Rs. in Lakhs)
Note: a. Tenderer should upload copy of the above-referred work orders and
completion certificates/proof of payment as applicable
(D) Annual Turnover (as per Signed and Audited Balance Sheet including P&L
account ) in following last THREE financial years:
1 YYYY-YYYY
2 YYYY-YYYY
3 YYYY-YYYY
Income Tax Returns Acknowledgement Filed for last three assessment years
(i.e. corresponding financial years ):
YYYY-YYYY
YYYY-YYYY
YYYY-YYYY
Note : Tenderer should upload copy of the Acknowledgement of Income Tax Return
filed.
REGISTRATION
PARTICULARS DATE VALID UPTO
NUMBER
VAT/ TIN
CENTRAL SALES
TAX
SERVICE TAX
GST
Please note that the GST rate will have to be compulsorily filled up in
percentage only (and not amount in Rupees) failing which the bidder will be
liable for disqualification..
i. If paid Online :
AMOUNT
Rs.
RTGS/NEFT/NET BANKING
(Strike out, whichever is not
applicable)
Transaction Detail (IOC SAP PRN
Number)
OR
OR
State whether
Name of Central Govt./
Central Govt./ CIN
State PSU / JV of IOCL
State PSU, IOCL JV
(J) Details of Documents uploaded along with Tender documents in technical bid
and confirmation required to be furnished by tenderer:
SL IOC’s DETAILS/DECLARATION
PARTICULARS
No. REQUIRMENT BY TENDERER ( Yes / No)
Single page declaration for To be uploaded
1
undertaking of acceptance by tenderer
of tender as required, to be
uploaded.
Confirm that scan copy of To be confirmed
2
EMD instrument is uploaded. by tenderer
Confirm that all Declarations/
Undertakings/ Addendum To be confirmed
3
required as per tender are by tenderer
uploaded.
Confirm that there are no
To be confirmed
4 deviations from tender
by tenderer
conditions
Site Organogram
(to be submitted by successful To be confirmed
5
bidder) by tenderer
To be filled by
Power of attorney (POA) for
tenderer and
7 bidders as per the legal entity
copy to be
of the firm.
uploaded
Confirm validity as per tender To be confirmed
8
condition by tenderer
Confirm completion time as To be confirmed
9
per NIT by tenderer
Confirm that the price bid
To be confirmed
10 does not contain any
by tenderer
condition
Mobilization advance
To be confirmed
11 required as per tender terms
by tenderer
and conditions
Equipment/machinery To be uploaded
12
questionnaire by the tenderer
SIGNATURE OF TENDERER:
DATE:
Note: Above declaration is to be signed by the same person, who is duly authorized
to sign all the required declarations, documents to bid for subject tender
ANNEXURE B
D E C L A R A T I O N - `A'
We declare that we have complied with all the conditions of the tender including
technical specifications, drawings, GCC & all the documents etc., forming part of
tender.
Date: Tenderer’s
Place: Signature & Seal
D E C L A R A T I O N - `B'
We declare that we do not have any employee who is related to any officer of the
Corporation/ Central/ State Governments of India.
OR
We have the following employees working with us who are near relatives of the
Officer/ Director of the Corporation/ Central/ State Government in India.
Name of the employee of the Tenderer Name & designation of the Officer of the
Corporation/ Central/ State
Governments
Date: Tenderer’s
D E C L A R A T I O N - `C'
The Tenderer is required to state whether he is a relative of any Director of Indian Oil
Corporation or the Tenderer is a firm in which any Director of our Corporation or his
relative is a partner or any other partners of such a firm or alternately the Tenderer is a
private company in which Director of Indian Oil Corporation is a member or Director.
Date: Tenderer’s
Place: Signature & Seal
DECLARATION – ‘D’
Tenderer is required to state whether they have employed any retired Director and
above rank officer of Indian Oil Corporation Limited in their firm. If so, details hereunder
to be submitted.
3 Date of retirement
Date: Tenderer’s
Place: Signature & Seal
Note:
a. A separate sheet may be attached, if the above is not sufficient.
b. Strike out whichever is not applicable. If the tenderer employs any person
subsequent to signing the above declaration and the employee/s so
appointed happens to be the near relatives of the Officer/Director of the
Corporation/Central/State Governments, the tenderer should submit
another declaration furnishing the name/s of such employee/s who is/are
related to the officer/s of the Corporation/ Central/ State Governments.
c. List of Directors of IOC Board is attached.
ANNEXURE C
19. Shri Chitta Ranjan Biswal 20. Shri Dharmendra Singh Shekhawat
Plot No. 36, Prashasan Nagar D.S.Shekhawat & Associates
Road No. 72, Jubilee Hills S.No. – 201-202, Venkateshwara Tower,
Hyderabad -500 033 Central Spine, Vidhyadhar Nagar,
Jaipur – 302 023
ANNEXURE D
(Here give particulars of black listing or holiday listing, and in absence thereof state
“NIL”).
(Here give particulars of black list or holiday listing, and in absence thereof state “NIL”)
It is understood that if this declaration is found to be false in any particular, Indian Oil
Corporation Ltd., shall have the right to reject my/our/bid, and if the bid has resulted
in a contract, the contract is liable to be terminated without prejudice to any other
right or remedy (including black listing or holiday listing) available to Indian Oil
Corporation Ltd.
Place :
Date :
ANNEXURE E
Note: Copy to be uploaded along with tender and original to be submitted during
documents verification.
• I/We have not tampered or modified the subject tender document in any
manner and before uploading, same has been cross-checked with documents
hosted on your e-portal https://iocletenders.nic.in. In case, if same is found to be
tampered/modified, I/We understand that my/our tender will be summarily rejected
and EMD/SD may be forfeited and I am/We are liable to be banned from doing
business with and/or prosecuted.
• I/We, hereby confirm that if any discrepancy observed in the submitted tender
even at a future date, I/We will abide by all the terms and conditions as per all the
documents hosted including Addendums/Changes/Corrigendum, on your e-portal
related with subject tender. I/We further assure that we agree to all the decisions
confirmed in Pre-Bid Conference of the subject tender.
Witness:
1) Name & Address: ____________________________________
____________________________________
____________________________________
2) Name & Address: ____________________________________
____________________________________
____________________________________
ANNEXURE F
PAYMENT TO VENDORS THROUGH ELECTRONIC MODE
Payment system to Vendors through Electronic Modes such as EFT, RTGS etc has been
introduced by the Corporation. For availing this facility, a consent letter from the
Vendor as also the Bank Account details of the Vendor is required.
Tenderers are requested to submit their Consent Letter as per the format given below
along with the enclosures as required:-
Dated :
To ,
M/s Indian Oil Corporation Ltd.
Address
Dear Sir ,
With reference to your advise, we hereby agree to accept the payment of our bills
through “RTGS/NEFT/Electronic Mode” .
The desired bank account details are given below :
1. Vendor Code allotted by IOCL in SAP
2. Name of Beneficiary (i.e IOCL Vendor )
3. Name of the Beneficiary’s Bank
**** Verification required only in case vendors name is not printed/appearing on the
cancelled cheque leaf being submitted to IOCL office
ANNEXURE G
SAFETY DECLARATION
I/We hereby declare and confirm that;
1. I/we shall strictly adhere to safety standards stipulated in the Safety Practices
during construction stipulated in the Oil Industry Safety Directorate (OISD) without
exception.
2. I/we shall provide, without any exception, safety helmets & safety shoes to all our
employees/workmen/ labourers working at IOC locations (Retail Outlets,
Consumer Outlets, Depots, Terminals, AFS’s or any other location not specified
here) for the purpose of rendering services to the Corporation under the subject
Contract
3. I/ We shall provide, without any exception, Safety Belts to all our workmen/
lobourers working at heights (Including building roof top, canopy roof top etc) for
the purpose of rendering services to the Corporation under the subject Contract
4. I/We have read and understood the provisions of Clause 16 of the Special Terms
& Conditions of Contract regarding safety at worksites.
5. I/We shall be bound to pay a penalty of Rs. 5000/- for every incident of non-
provision of safety shoes/ safety helmet/ safety belts occurring during the
pendency of the contract.
6. I/We shall take safe height working permit for working at heights.
7. I/We shall be solely responsible for any accident resulting from unsafe practices or
due to non-adherence to safety standard stipulated by the OISD. Any injury / loss
of life resulting from the above shall be solely at our risk & cost and we shall bear
and pay solely and absolutely all costs, charges and expenses including legal
charges incurred in this connection.
8. That the Corporation is not bound to be responsible, legally or otherwise, for any
acts and/or consequences of unsafe practices during execution of works during
the pendency of the contract.
9. The person signing this declaration is the authorized signatory.
Signature:
Name:
Address:
Date:
ANNEXURE H
AND WHERE the Contractors are bound by law to comply with the provisions of various
Labour Laws like State Migrant Workmen (Regulation of Employment and Conditions
of Service) Act 1979, Contract Labour (Regulation and Abolition) Act 1970, Workmens
Compensation Act 1923, Employees State Insurance Act as also the Provident Fund
Act by the Contractors but in the event of violation of the provisions of various
amenities and facilities to the workers under the different labour laws, not only the
Contractors but also the Corporation as the principal employer becomes liable for the
acts of omissions and commission by the Contractors.
Signature:
Name & Address Seal:
Date:
ANNEXURE I
We hereby confirm that we have submitted our response to the above mentioned
tender.
We hereby mention that we do not have GSTIN under State Govt. of TELANGANA as
on date of submission of our response to the subject tender.
We hereby confirm that we shall obtain GSTIN from Govt. of TELANGANA as per
applicable statutory rules in case of award of works by Indian Oil Corporation Limited
within 6 weeks from the date of receipt of Work Order.
We also hereby confirm that we shall submit our bills for payment only after submitting
necessary documentary proof towards GSTIN issued by Govt. of TELANGANA
Signature:
Date:
ANNEXURE J
DECLARATION
1) Deploy trained and competent employees who are physically fit and are not
suffering from any chronic or contagious diseases.
2) Be responsible and liable for payment of salaries, wages and other legal dues of
our employees for the purpose of rendering the services required by the
Corporation under the above contract and shall maintain proper books of
account, records and documents. We shall however as the employer, have the
exclusive right to terminate the service of any of our employees and to substitute
any person instead.
3) Be responsible and liable for payment of salaries, wages and other legal dues of
our employees for the purpose of rendering the services required by the
Corporation under the above contract and shall maintain proper books of
account, records and documents. We shall however as the employer, have the
exclusive-right to terminate the services of any of our employees and to
substitute any person instead.
4) Comply in all respects with the provisions of all statues, rules and regulations
applicable to us and /or to our employees and in particular we shall obtain the
requisite license under the Contract Labour (Regulation and abolition) Act 1970
and the rules made there under.
5) Ensure that our employees while on the premises of the Corporation or while
carrying out their obligations under the contract, observe the standards of
cleanliness, decorum, safety and general discipline laid down by the
Corporation or its authorized agents and the Corporation shall be the sole Judge
as to whether or not we and/or our employees have observed the same.
7) Ensure that our employees will not enter or remain on the Corporation's premises
unless absolutely necessary for fulfilling our obligations under the contact.
9) Not do so suffer to be done in or about the premises of the Corporation any thing
whereby any policy of insurance taken out by the Corporation against loss or
damage by fire or otherwise may become void or voidable.
10) Be liable for and make good any damage caused to the Corporation's
properties or premises or any part thereof or to any fixtures or fittings thereof or
therein by any act, omission, default or negligence on our part or on the part of
our employees or our agents.
11) Indemnify and keep indemnified the Corporation, its officers and employees
from and against all claims, demands, actions, suits and proceedings,
whatsoever that may be brought or made against the Corporation by or on
behalf of any person, body, authority and whatsoever and all duties, penalties,
levies, taxes, losses, damages, costs, charges and expenses and all other
liabilities of whatsoever nature which the Corporation may now or hereinafter
be liable to pay, incur or sustain by virtue of or as a result of the performance or
non-performance or observance or non-observance by us of the terms and
conditions of the contact. Without prejudice to the Corporation's other rights,
the Corporation will be entitled to deduct from any compensation or other dues
to us the amount payable by the Corporation as a consequence of any such
claims, demands, costs, responsible for death, injury or accidents to out
employees which may arise out of or in the course of their duties on or about the
Corporation's property is made liable to pay any damages or compensation in
respect of such employees, we here by agree to pay to Corporation such
damages or compensation upon demand. The Corporation shall also not be
responsible or liable for any theft, loss, damages or destruction of any property
that belongs to us our employees lying in the Corporation's premises from any
cause whatsoever.
12) It is hereby declared that we are, for the purpose of this contract independent
contractors and all persons employed or engaged by us in connection with our
obligations under the Contract shall be our employees and not of the
Corporation.
13) On the expiration of the contract or any earlier termination thereof, we shall
forthwith remove our employees who are on the Corporation's premises or an
part thereof failing which, our employees, agents, servants etc. shall be deemed
to be trespassers and on their failure to leave the Corporation's premises, the
Corporation shall be entitled to remove all persons concerned (if necessary use
of force) from the Corporation’s premises and also to prevent them (if necessary
by use of force) from entering upon the Corporation's premises.
14) We hereby undertake and declare that, in the event the workmen /
employees / person engaged by us ("the Contractors' employees") to carry out
the purpose hereof, attempt to claim employment with the Corporation or
attempt to be declared as employees of the Corporation or attempt to become
so placed, then in all such cases, we shall assist the Corporation in defending all
such attempts of the Contractor's employees AND we shall bear and pay solely
and absolutely all costs, charges and expenses including legal charges incurred
or which may be incurred in defending all such attempt and in any appeal or
appeals filed by the Corporation therein or relating thereto AND we hereby
indemnify forever the Corporation against all such costs, charges and expense
including legal charges and against all and any loss, expenses or damages
whether recurring or not, financial or otherwise, caused to or incurred by the
Corporation; as a result of such attempt by the Contractors' employees.
15) It is hereby agreed that the Corporation shall be entitled to set off any debt or
sum payable by us either directly or as a result of vicarious of vicarious liability to
the Corporation against any monies payable or due from the Corporation to us
against any monies lying or remaining with the Corporation and belonging to us
or any of our partners or directors.
ANNEXURE-K
6. This guarantee will not be discharged due to the change in the constitution of the
bank or the tenderer.
Place :
Date :
ANNEXURE-L
1. In consideration of the Indian Oil Corporation Limited having its Registered Office
at _________________ (hereinafter called “The Corporation”) having agreed to
exempt ________ (hereinafter called “The said Contractor(s) / Supplier(s) / -
Seller(s)”) from the demand under the terms and conditions of an Agreement
dated _______ made between ________ and ___________ for ____________
(hereinafter called “The said Agreement”), of Security Deposit for the due
fulfillment by the said Contractor(s) / Supplier(s) / - Seller(s) of the terms and
conditions contained in the said Agreement, on production of a Bank Guarantee
for Rs. _______ (Rupees _________ only), we ___________ (hereinafter referred to as
“The Bank” at the request of ___________ Contractor(s) /Supplier(s) / - Seller(s) do
hereby undertake to pay to the Corporation an amount not exceeding Rs.
____________ against any loss or damage caused to or suffered or would be
caused to or suffered by the Corporation by reason of any breach by the said
Contractor(s) /Supplier(s) / - Seller(s), of any of the terms or conditions contained
in the said Agreement.
2. We __________ ( indicate the name of the bank) do hereby undertake to pay the
amounts due and payable under this guarantee without any demur, merely on a
demand from the Corporation stating that the amount claimed is due by way of
loss or damage caused to or would be caused to or suffered by the Corporation
by reason of breach by the said Contractor(s) / Supplier(s) / - Seller(s) of any of the
terms or conditions contained in the said Agreement or by reason of the
Contractor(s) / Supplier(s) ‘ failure to perform the said Agreement. Any such
demand made on the bank shall be conclusive as regards the amount due and
payable by the bank under this guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs._________
The payment so made by us under this bond shall be a valid discharge of our
liability for payment there under and the Contractor(s) / Supplier(s) / - Seller(s) shall
have no claim against us for making such payment.
4. we, ____________ further agree that the guarantee herein contained shall remain
in full force and effect during the period that would be taken for the performance
of the said Agreement and that it shall continue to be enforceable till all the dues
of the Corporation under or by virtue of the said agreement have been fully paid
and its claims satisfied or discharged or till ___________ office / department at
_____________ certifies that the terms and conditions of the said agreement have
been fully and properly carried out by the said Contractor(s) / Supplier(s) / -
Seller(s) and accordingly discharge this guarantee. Unless a demand or claim
under this guarantee is made on us in writing on or before _______ we shall be
discharged from all liability under this guarantee thereafter.
5. We, __________(indicate the name of Bank) further agree with the corporation that
the corporation shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said agreement or to extend time of performance by the said
Contractor(s) / Supplier(s) / - Seller(s) from time to time or to postpone for any time
or from time to time any of the powers exercisable by the corporation against the
said Contractor(s) / Supplier(s) / - Seller(s) and to forbear or enforce any of the
terms and conditions relating to the said agreement and shall not be relieved from
our liability by reason of any such variation or extension being granted to the said
Contractor(s) / Supplier(s) / - Seller(s) or forbearance, act or omission on the part
of the corporation or any indulgence by the corporation to the said Contractor(s)
/ Supplier(s) / - Seller(s) or by any such matter or thing whatsoever which under the
law relating to sureties would, but for this provisions have affect of so relieving us.
6. This guarantee will not be discharged due to change in the constitution of the
Bank or the Contractor(s) / Supplier(s) / - Seller(s).
7. We, __________(indicate the name of Bank) lastly undertake not to revoke this
guarantee during its currency except with the previous consent of the corporation
in writing.
PLACE….
DATE……
ANNEXURE N
MODEL PROFORMA FOR JOINT PERFORMANCE WARRANTY FOR PAINTING WORKS FOR
72 (SEVENTY TWO) MONTHS
(TO BE JOINTLY EXECUTED ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE BY
SUCCESSFUL TENDERER AND THE PAINT MANUFACTURER)
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:
1.0.0 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.
5.0.0 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.
6.0.0 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 72
(SEVENTY TWO) 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 72 (SEVENTY TWO) 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.
10.1.2 Coating areas on which repair or other works have been performed by
the “OWNER” after commencement of guarantee period.
10.1.3 Deterioration of coating system caused by physical abuse such as on
walkways, handrails, ladders etc.
10.1.4 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.
NAME :
ADDRESS : SEAL
ADDRESS : SEAL
ANNEXURE O
Dear Sir,
1. In consideration of Indian Oil Corporation Limited having its registered office at
G- 09, Indian Oil Bhavan, Ali Yavar Jung Marg, Bandra (East), Mumbai – 400 051
and its state office at ------------------------------ (hereinafter called “ the Corporation
“) having awarded work order no.--------- dated -------- on M/s. --------------- having
its registered office at ------ (hereinafter called”the Contractor” ) (which
expression shall in so far as the context admits include their successor and
assigns) for the supply and application of paint for tanks upon the said
contractors furnishing security for the due performance of the Contractor’s
obligations and/ or discharge of the contractor’s liability under the said Work
Order up to a sum of Rs. ---------- (Rupees. --------------) amount to 10% (Ten percent)
of the total work order value (This is restricted to the value of works awarded
towards the supply and application of paints).
2. And whereas We ----( the name of Bank) having its registered office at ---------
(hereinafter referred to as the “Bank” which expression shall include its successors
and assigns) at the request of M/s. --------- (Contractor) and with the intent to
bind the bank its successors and assigns do hereby unconditionally and
irrevocably undertake to pay to the Corporation forthwith on first demand
without protest or demur or proof or satisfaction and without reference to this
guarantee upto an aggregate limit of Rs. ---------.
3. This guarantee/ undertaking shall be a continuing guarantee and shall remain
valid and irrevocable for all claims of the Corporation upon the Bank made up
to the midnight of ---------- provided that the bank shall upon the written request
of the Corporation made upon the Bank at any time within 6 (SIX) months from
the said date extend the validity of Bank guarantee by a further 6 (SIX) months
pay or for any cause withhold or defer payment to the Corporation under these
presents, with the intent that notwithstanding the existence of such difference,
dispute or instructions, the Bank shall be and remain liable to make payment to
the Corporation in terms hereof.
8. The Bank shall not revoke this undertaking during its currency except with the
previous consent of the Corporation in writing and also agrees that any change
in the constitution of the Contractor or the Bank or the Corporation shall not
discharge the Bank’s liability hereunder.
9. Without prejudice to any other mode of service, a demand or claim or other
communication may be transmitted by fax. If transmitted by fax, the transmission
shall be complete as soon as acknowledged by bank.
10. Notwithstanding anything contained herein :
a. The Bank’s liability under this guarantee/undertaking shall not exceed
(Amount in figures and words) :
b. This guarantee/undertaking shall remain in force upto ______________and
any extension(s) thereof; and
c. The Bank shall be released and discharged from all liability under this
guarantee/undertaking unless a written claim or demand is issued to the
bank on or before _______ or the date of expiry of any extension(s) thereof if
this guarantee/undertaking has been extended.
d. This bank doth hereby declare that Shri ________________________(Name of
the person signing on behalf of the bank) who is _______(his designation), is
authorized to sign this undertaking on behalf of the Bank and to bind the
Bank hereby.
Yours faithfully,
Signature :
Name & Designation :
Name of the Branch :
Dated :
ANNEXURE P
b) Neither we nor any of our nominated sub-contractor(s) are engaging Child Labour
in any of our work(s) in terms of the provisions of The Child Labour (Prohibition and
Regulation) Act, 1986 and other applicable laws.
e) I/We accept and undertake to respect and uphold the Owner's absolute right to
resort to and impose such exclusion.
Place:
Date:
Signature of Bidder:
Name of Signatory :
ANNEXURE- Q
FORM OF CONTRACT
THIS CONTRACT made at Mumbai this ___________ day of ____________ 201 BETWEEN
INDIAN OIL CORPORATION LTD., a Government of India Undertaking registered in India
under the Indian Companies Act 1956, having its registered office at G-9, Ali Yavar
Jung Marg, Bandra (East), Bombay- 400 051 and the Headquarters at G-9, Ali Yavar
Jung Marg, Bandra (East), Bombay- 400 051 Mumbai (hereinafter referred to as the
"OWNER" which expression shall include its successors and assigns) of the One Part;
AND _____________ carrying on business in sole proprietorship/ carrying on business in
partnership under the name and style of ______________________ a Company
registered in India under the Indian Companies Act, 1913/ 1956 having its registered
office at _______________________ (hereinafter referred to/ as collectively referred to as
the "Contractor" which expression shall include his/ their/ its executors, administrators,
representatives and permitted assigns/ successors and permitted assign) of the other
part:
WHEREAS
The OWNER desires to have executed the work of _______________________________
more specifically mentioned and described in the contract documents (hereinafter
called the 'work' which expression shall include all amendments therein and/ or
modifications thereof) and has accepted the tender of the CONTRACTOR for the said
work.
ARTICLE – 1
Contract Documents
1.1 The following documents shall constitute the Contract documents, namely
1.2 A copy of each of the Tender Documents is annexed hereto and the said
copies have been collectively marked Annexure 'A' while a copy of the letter
of Acceptance of Tender along with annexures thereto and a copy of
Fax/Telegram of Intent dated ________ are annexed hereto and said copies
have been collectively marked as Annexure 'B".
ARTICLE – 2
Work to Be Performed
2.1 The CONTRACTOR shall perform the work upon the terms and conditions and
within the item specified in the Contract documents,
ARTICLE – 3
Compensation
3.1 Subject to and upon the terms and conditions contained in the Contract
documents, the OWNER shall pay CONTRACTOR compensation as specified in
the Contract documents upon the satisfactory completion of the work and/ or
otherwise as may be specified in the Contract documents.
ARTICLE – 4
Jurisdiction
4.1 Notwithstanding any other court or courts having jurisdiction to decide the
question(s) forming the subject matter of the reference if the same had been the
subject matter of a suit, any and all actions and proceedings arising out of or
relative to the contract (including any arbitration in terms thereof) shall lie only in
the court of competent civil jurisdiction in this behalf at ________ (where this
Contract has been signed on behalf of the OWNER) and only the said Court(s)
shall have jurisdiction to entertain and try any such action(s) and/ or proceeding(s)
to the exclusion of all other Courts.
ARTICLE – 5
Entire Contract
5.1 The Contract documents mentioned in Article - I hereof embody the entire
Contract between the parties hereto, and the parties declare that in entering
into this Contract they do not rely upon any previous representation, whether
express or implied and whether written or oral, or any inducement,
understanding or agreements of any kind not included within the Contract
ARTICLE – 6
Notices
6.1 Subject to any provisions in the Contract documents to the contrary, any
notice, order or communication sought to be served by the CONTRACTOR on
the OWNER with reference to the Contract shall be deemed to have been
sufficiently served upon the OWNER (notwithstanding any enabling provisions
under any law to the contrary) only if delivered by hand or by Registered
Acknowledgment Due Post to the Engineer in- Charge as defined in the
General Conditions of Contract.
6.2 Without prejudice to any other mode of service provided for in the Contract
Documents or otherwise available to the OWNER, any notice, order or other
communication sought to be served by the OWNER on the CONTRACTOR with
reference to the Contract, shall be deemed to have been sufficiently served if
delivered by hand or through Registered Post Acknowledgement Due to the
principal office of the CONTRACTOR at ___________________ or to the
CONTRACTOR's representatives as referred to in the General Conditions of
Contract forming part of the Contract Documents.
ARTICLE-7
Waiver
7.1 No failure or delay by the OWNER in enforcing any right or remedy of the
OWNER in terms of the Contract or any obligation or liability of the
CONTRACTOR in terms thereof shall be deemed to be a waiver of such right,
remedy, obligation or liability, as the case may be, by the OWNER and
notwithstanding such failure or delay, the OWNER shall be entitled at any time
to enforce such right, remedy, obligation or liability, as the case may be.
ARTICLE-8
Non-Assignability
8.1 The Contract and benefits and obligations thereof shall be strictly personal to the
CONTRACTOR and shall not on any account be assignable or transferable by
the CONTRACTOR.
IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the
place, day and year first above written
SIGNED AND DELIVERED for and on behalf of INDIAN OIL CORPORATION LTD.
by..........................................
in the presence of
1.
2.
SIGNED AND DELIVERED for and on behalf of
.......................................... (CONTRACTOR)
by..........................................
(this day of _____________ 20___)
in the presence of
1.
2.