Download as pdf or txt
Download as pdf or txt
You are on page 1of 77

SPECIAL CONDITIONS OF CONTRACT-TECHNICAL

Special Conditions of Contract are attached as tabulated below:

Sl.No. Description Remarks

1 Special Conditions of Contract-General Annexure-I

2 Special Conditions of Contract- Scope of Work Annexure-II

3 Special Conditions of Contract- CPCL Scope of Supply Annexure-III

4 Special Conditions of Contract- Contractors Scope of supply Annexure-IV

5 Tools & Tackles Annexure-V

6 Welding Specifications Chart (STD Spec No. 6-77-005 Rev 4) Annexure-VI

7 Selection of Electrodes Annexure-VII

8 Drawings

**********

CPCLH24028
ANNEXURE –I

CHENNAI PETROLEUM CORPORATION LIMITED


(A Group Company of IndianOil)
Maintenance Onsite – Shutdown Planning

DCU COKE DRUMS(86-R-01A & 86-R-01B) COKE OUTLET CHUTES PLATE


REPLACEMENT, CHEQUERED PLATE REPLACEMENT AT 22M & 67M ELEVATION
IN COKE DRUM & OTHER STRUCUTRAL JOBS IN COKE CRUSHER UNIT DURING
DCU M&I SHUTDOWN-JUNE-2024

POINTS TO BE INCLUDED IN
SPECIAL CONDITIONS OF CONTRACT / NIT

1.0. Technical Details as part of Technical Bid:

The bidders shall furnish conformance & details wherever required, as a part of technical bid.
1.1. The bidders shall submit a detailed procedure for the execution of work including
safety measures proposed to be deployed for completing the work.
1.2 The bidder shall mobilize required resources in addition to the list furnished under
Contractor’s Scope of Supply for the successful completion of work without any
extra cost to CPCL.
2.0 Details of the Plant
DCU Plants -86 was planned for major M&I Shutdown for Inspection / Maintenance
jobs at CPCL manali Chennai. The Plant details are given below
DCU - DELAYED COKER UNIT
Plant -86 DCU- Delayed Coker Unit
3.0 Project Management:

3.1 Project Manager for the contract who should have total control over the
execution of the contract.

3.2 Execution head shall be deployed with dedicated team involving foremen,
supervisors etc.
Sl.No Job Detail Day Night Shift
Shift

1 Chute Replacement & other Structural


3 3
jobs

3.3 Logistics / Planning head shall be mobilized to CPCL site within SEVEN days
from the issue of FOA of this contract and he shall prepare a detailed work plan
involving daily activity program covering Piping Jobs. Also necessary Isometric
sketch to be prepared for each and every job and submit it to CPCL Inspection
through EIC.
Chequered Other
Chute plate
Planner plate structural
Replacement
replacement jobs
Day Shift 1 1 1
Night Shift 1 1 1

3.4 Quality control head shall be deployed. They are responsible for co-
coordinating with CPCL Inspection team for stage wise inspection and complete
the work with required quality.
Quality Chute plate Chequered plate Other structural
Control Head Replacement replacement jobs
Day Shift 1 1 1
Night Shift 1 1 1

3.5 Materials & Stores head shall be exclusively deployed in both day and night
shift and they are responsible for shifting the CPCL’s free issue materials from
warehouse and return extra materials to CPCL stores after consolation.

3.6 Execution Teams shall be deployed in line with the quantum of work and teams
shall be given specific task and the number of jobs well in advance before start
of work. Separate group to be deployed for job specific
Sl. No Job Detail Day Night Total
Shift Shift

1 Chute plate Replacement 5 5 10

2 Chequered plate replacement 5 5 10

3 Other structural jobs 3 3 6

3.7 Welder requirement

Sl. No Job Detail Total

1 Chute plate Replacement for Both chute 16


repair work on round the clock basis

2 Chequered plate replacement 12


round the clock basis

3 Other structural jobs 6


round the clock basis

3.8 PRIMAVERA PLANNER Contractor to engage exclusive planning engineer. The


entire activities are to be planned / monitored and executed through Primavera (P6)
software. Status of updation for pre-shutdown and shutdown activities to be
submitted to EIC on daily basis. If any variation found between planned and actual
during execution, the contractor shall mobilize suitable manpower / machineries and
complete the delay so as to complete the entire scope of work within the shutdown
duration. The planning Engineer should report to CPCL Maintenance
Shutdown Planning within the mobilization time as stipulated in the FOA.

 The Primavera Engineer to be reported before shutdown


 He should prepare the primavera schedule for the all activities including h 1st
Critical, 2nd Critical Path & S Curve with in the engineering days and the same
to be submitted to EIC for review and approval before the start of the
shutdown.
 During Shutdown he should submit the DPR on every 12 hour basis.
 Progress to be updated in the primavera and the same to be forwarded in .xer
format on daily.

3.9 Contractor shall submit detailed manpower proposed with respect to the quantum
of work separately for CPCL review. The organogram shall consist of all
Supervisors / Engineers, technicians, welders, fitter, riggers and their respective
role for completion of shutdown jobs.

Any deviation (Shortage) found in the Organogram would be informed during evaluation
stage and offers of the bidder’s accepting CPCL requirement will be considered for next
stage of evaluation.

The above are the minimum requirements and the contractor may be asked to
augment the resources if required during the execution.

Note : Contractor shall bring intrinsically safe Radio set( Walkie talkie) sufficient
quantity for communication

Bio-data of all the Engineers / Managers to be submitted for CPCL review.

The Bidder shall make an Organogram with respect to the details furnished above and
based on the scope of work of this tender and this will be a part of technical evaluation
of the tender

Rate for All the above resources are included in Unit rate / Lumpsum SOR and no
separate payment will be made.

4.0 Proposed Contract Period:


DCU / LPG CFC Plant-86 M&I shutdown is planned during first week of June-2024.How
ever the exact date of shutdown may vary based on process requirements. EIC shall
intimate the exact date of shutdown 15 days in advance.

In the meantime, after the receipt of the FOA the contractor should mobilize resources and
obtain necessary entry passes for their workmen in order to start the job. The contractor
shall carry out pre-shutdown jobs as per EIC instruction

The Contractor should mobilize within 15 (Fifteen) Days from the date of issue of FOA or
date of intimation of the shutdown date.

During the shutdown, the contractor shall work on Round the clock basis including
Saturday, Sunday and company declared holidays so as to complete the job within the
stipulated time.

4.0 Contractual Completion Time:

4.1 Pre-Shutdown Duration:

The contractual completion time for the subject pre-shutdown work in all respects
shall be 30 days from the date of start of pre-shutdown activities till the completion
of all activities. The Contractor shall plan to complete all the pre-shutdown
activities 1 week prior to the shutdown start date. The contractor shall work on
general shift timing basis including Saturday, Sunday and company declared
holidays so as to complete the job within the stipulated time.

4.2 Shutdown Duration:

The shutdown duration is 32 Days including shutting down, Engineering days and
start up duration ( 6+22+5)

4.3 Contractual completion Time:

Plant No. Completion time


(Engineering days)
22
DCU PLANT-86
(Twenty-two days)

The contractual completion time for the subject work in all respects shall be 22
(Twenty two days) only which Starts from the date of handover of site for
maintenance activities till completion of all jobs in all aspects.

The Start date and End date of the pre-shutdown and Shutdown period shall be
intimated by EIC to the contractor. Decision of the EIC with respect to start and
end date is final without any discretion.

5.0 Payment Terms:

4.4 Mobilization advance is NOT applicable for the subject work and payment shall be
made on completion of the work for the actual quantities executed duly agreed and
certified by EIC.

4.5 The payment terms for the contract shall be in the manner detailed below:

Sl SOR %of On Completion of


no Payment
90% of the contract value shall be paid to the
90% contractor upon 100% completion of the unit rate job
and duly certified by EIC
10% (Ten Percentage) of contract value shall be
Unit rate paid to contractor after reconciliation of the Materials
1 & obtaining clearance from the following section.
jobs
10%  CPCL Tool Room
 Fire & Safety
 CLM Cell
 Post Shutdown Report

5.0 POST SHUTDOWN REPORT


Post shutdown report shall be prepared to the satisfaction of E-I-C and shall be submitted
in soft and hard copy within 15 days of completion of shutdown job. The final payment will
be released only after submission of the report to EIC.

6.0 List of pre-shutdown activities:

I. General

 Mobilization of Mobile container / Provision of Temporary shed for contractors office


staff
 Obtaining entry passes for all workmen.
 Mobilization of Tools and tackles
 Preparation of entire shutdown execution plan / schedule by using Primavera
software and get approval from EIC. ( Detailed execution plan shall be submitted
with in 30 days of LOA)
 Attending safety training conducted by CPCL fire and safety department
 Scaffolding requirement assessment and erection of scaffolding chute plate
replacement job
 Collection and shifting of necessary structural materials
 Rolling of plates as per drawing
 Fabrication of plates , Chequered plates & other structural as per site
measurement / suit at site
 JSA for all the critical jobs and to be submitted to EIC and get it approval

7.0 Engineer-in-Charge:
Dy General Manager (Maintenance-Onsite) shall be the Engineer-in-charge for this
contract. The contractor shall execute the jobs as per instructions of EIC.
However, During the course of execution of job the EIC may assign any one of the
followings persons to Co-ordinate the execution of the job.

8.0 Price Validity:


The Quoted price shall be valid for Twelve(12) Months from the date of submission of
bid.

9.0 CLAIM FOR EXTRA ITEMS

 This additional special condition of contracts broadly specifies the requirement of


subject job. Intending bidders are to examine the complete scope of the tender
document and also visit the site, if desired, before submission of their offer.Bidder
shall make themselves familiar with site conditions before submission oftheir offer.
Non-familiarity with the job content & site shall not form any basisfor and extra claim,
whatsoever in nature. Bidders are also to note that the information given in
additional specification of contracts shall supersede the information given anywhere
else in the tender document for similar clause.

 If any job is required to be done during shutdown, which is not included in SORof
this contract, then extra item shall be paid as per following sequence i.e. ifnot
available in 1st option then only 2nd option will be considered and similarlyfor other
options (i.e. if not available in 1 st& 2nd option then only 3rd optionwill be considered):

1.CPCL SOR
2. Extrapolate / interpolate of CPCLSOR.
3.Latest IOCL M&I SOR.
4.Latest Work order of CPCL Refinery.
5.Latest Work order of other Refinery.
6. Old SOR of CPCL Refinery.
7. Old SOR of other Refinery.
8. Derived from rate analysis.

 Quantities indicated in the schedule of rate are tentative only and all theitems may
or may not be executed either partially or fully. Actual execution valueof the contract
may vary depending on the actual requirement and therefore thereshall not be any
compensation for non execution of any item or multiple item eitherpartially or fully.
This clause shall supersede any other clause given anywhere inthe tender
documents.

10.0 Liquidity Damages:


“The Owner shall (without prejudice to any other right of Owner in this behalf) be
entitled to recover from the Contractor as agreed liquidated damages and not by
way of penalty, a sum equivalent to 1.0% (One percent) of the total Executed Value
per day or part thereof of such delay, limited to a maximum of 10% (Ten percent) of
the total Executed Value, with 24 Hours shall be considered as one engineering day
& a period of less than 24 hours shall be valued proportionately.”

Remarks:
Contractor shall maintain hinderance register and will get sign from EIC on daily basis for
delays.

Special Note: Considering the Monsoon period during the shutdown, the time extension
shall be not be given on the account of the rain or temporary flooding unless and otherwise
declared as Natural calamity by government of Tamilnadu/ Government of India.
Additional Special Condition of Contract(Technical)
A. GENERAL

1. This additional special condition of contracts broadly specifies the requirement of subject
job. Intending bidders are to examine the complete scope of the tender document and also
visit the site, if desired, before submission of their offer. Bidder shall make themselves
familiar with site conditions before submission of their offer. Non-familiarity with the job
content & site shall not form any basis for and extra claim, whatsoever in nature. Bidders
are also to note that the information given in additional specification of contracts shall
supersede the information given anywhere else in the tender document for similar clause.

2. Quantities indicated in the schedule of rate are tentative only and all the items may or may
not be executed either partially or fully. Actual execution value of the contract may vary
depending on the actual requirement and therefore there shall not be any compensation
for non execution of any item or multiple item either partially or fully. This clause shall
supersede any other clause given anywhere in the tender documents.

3. Contractor has to arrange accommodation and 'To& fro' transportation to worksite for his
workmen for which no extra payment shall be made by CPCL.

4. Considering the Monsoon period during the shutdown, the Contractor has to plan to be
equipped with sufficient quantity of tarpaluin and associated accessories like rain coat /
cum boot for the un interrupted work flow during raining or localized flooding.

B. MOBILIZATION OF RESOURCES (CONTRACTOR)

1. Contractor is required to mobilize their all resources including manpower with boarding,
lodging & transportation to carry out the job within the time frame as per specifications,
instructions and satisfaction of the EIC.

2. Contractor has to deploy Planning Engineer(s) immediately after award of work order for
making execution plan as per instruction of EIC using Primavera software. The software
shall be arranged by the contractor. Planning Engineer(s) are to be re-deployed again
along with the mobilization of the resources for day to day monitoring of jobs as per
execution plan in software only. Such deployment of planning engineers during shutdown
execution shall be in 12 hrs. shift & seven days a week. Daily plan Vs progress report is to
be generated and submitted to site-in-charge, EIC and Maintenance Planning as per their
direction.

3. Sufficient quantities of equipment, tools & tackles, machines, instruments etc. in good
operating / working condition with skilled operators and technicians must be deployed
during the shutdown period. Minimum deployments to complete the job with in scheduled
time shall be ensure before starting of the job as per direction of EIC. However, any
additional requirement shall be made available within stipulated time or as per direction of
EIC without any extra cost.

4. Only tested lifting tools & tackles, grit blasting equipment, air vessel, heavy equipment and
gadgets by authorized body / agency, are to be deployed by the contractor. All test
certificates are to be furnished to EIC on award of the job and before deployment of all
tools & tackles and heavy equipment. Only approved machineries / items are to be used
for actual job execution.

5. The contractor shall mobilize the resources under Part-B (Equipment Hiring) strictly as per
specification given in item text of SOR.
6. The contractor shall mobilize all Part-B (Equipment Hiring) resources only after the written
confirmation given by EIC. The same shall be intimated to contractor by EIC at least 07
days in advance. The Same procedure shall be carried out while demobilizing the
Equipments

7. The contractor shall necessarily deploy a site-in-charge having experience strauctrual job
and piping etc. maintenance and equipment dismantling/erection during shutdown in any
Petroleum refinery. The details of work experience of supervisors and man-powers of
different skill / trades which are supposed to be deployed by the contractor for carrying out
the jobs smoothly during shutdown is to be furnished to EIC, before start of job.

8. Deployment of resources (on round the clock basis in two shifts from Monday to Sunday)
shall be such that the contractor can mobilize for execution of jobs at all fronts
simultaneously to complete the job within shutdown period. Any additional manpower
mobilization as per requirement of work / job plan and as advised by EIC shall be arranged
by the contractor without any additional cost. The list of total working crews consisting of
the technicians / skilled manpower & helpers for dayshift and night shift with respective
supervisors shall be submitted by the contractor before commencement of shutdown. The
same shall be reviewed on daily basis and actual deployment shall be as per instruction
of EIC. For hot bolting, multiple groups are to be deployed without any extra cost to owner
for joints which were made by the contractor during the execution of the shutdown jobs.

9. The agency is to have experienced manpower for erection and dismantling of steel
scaffolding. Vendor shall submit the general fitness certificate for their workmen issued by
any general physician who will be involved in scaffolding erection jobs at least 15 days in
advance before deployment. The persons deployed for the scaffolding job may be
subjected to a test / interview by Fire & Safety and EIC before start of job by the agency.

The scaffolding erected shall be retained 7 days prior and post the shutdown
duration. No extra payment for shall be made for the retention of the scaffolding
within this duration. In case, if the scaffolding is retained beyond the above
mentioned duration, the charges for the scaffolding retention shall be paid to the
contractor as per the following on per day basis.

SL NO MATERIAL DESCRIPTION UNIT RATE (Rs)


1 Supply of 6m Scaffolding Pipe on hire basis Ea 1.38
2 Supply of 3m Scaffolding Pipe on hire basis Ea 1.10
3 Supply of 2m Scaffolding Pipe on hire basis Ea 1.10
4 Supply of Fixed Clamp on hire basis Ea 0.28
5 Supply of Rolling Clamps on hire basis Ea 0.28

6 Supply of meteal jolly on hire basis Ea 3.31

7 Supply of aluminium ladder on hire basis Ea 1.10

10. The contractor shall deploy dedicated Materials Supervisor(s) for different unit area for
liaison with Engineer-in-Charge & Planning Cell and Stores for smooth issue & segregation
of materials.

11. Contractor has to deploy minimum one no of certified electrician in each shift for safe
electrical connections of electrical machinery. Minimum qualification required for
electrician is:-
I. ITI (Industrial Training Institute) passed from Govt. recognized college in
Electrician' trade (Regular course).
II. Desirable minimum experience may be 01 year - lighting / welding /
grinding / drilling machines / ELCB connections, experience of single and
three phase connections, earthing of equipment’s etc.
III. Electrician should also have valid certificate applicable as per electrical
safety rule and document in this regard should be submitted along with
gate pass application.

12. Contractor shall daily submit the duly filed up check list as provided by EIC, related to
electrical power connection/electrical safety and electrical equipment used in unit area.

13. 14. The contractor shall ensure that the employees/ workmen employed by him, shall
at all times, be neatly and properly dressed in IFR suit & PPEs embroidered with
company's / agency's name and shall be polite decent and courteous to all officers /
employees / workmen of CPCL and shall maintain high standard of discipline, decency
and decorum.

15. The contractor shall employ such workers who are above 18 years of age. All personnel
employed by the contractor shall have sound health, good character and conduct. They
shall be medically fit and fully competent to perform the work.

16. The contractor has to produce the license & registration including the valid Load test
certificate and check list duly verified by the Government approved third part agency or
from competent authority for all the deputed transporting equipment viz. tractor, trailer,
hydra, forklift & crane used by them.

C. SCOPE OF WORK (CONTRACTOR)

1. Contractor is to perform various jobs as indicated in SOR which includes all types of hot &
cold job & deployment of resources as per SOR etc.
2. Scrap materials is to be disposed in the scrap yard / designated location as per instruction
of EIC. The disposal shall be planned on daily basis so that site is free from debris and
proper housekeeping can be ensured. Area cleaning is to be done on daily basis by the
contractor. No unsafe condition on account of scrap shall be allowed.
3. Contractor is to re-use the existing fasteners of all equipments/flanges. Contractor to keep
the opened fasteners in a metallic tray after soaking in kerosene & the same shall be
properly preserved for re-use after proper cleaning of fasteners. Contractor shall be
responsible for loss / misplacement of any fasteners. Only in case of fasteners cut during
opening or gets damaged during opening, new fasteners shall be provided by CPCL.
4. Contractor has to keep records of all activities, spares etc. issued from owner's store during
shutdown period. Reconciliation of the same is to be done with EIC on completion of job
in line with GCC.
5. Contractor shall be required to submit daily reports of plan vs actual status of each activity
in approved format for proper documentation & monitoring with target of completion. The
format is to be finalized on award of the job by EIC.
6. Transportation of the materials issued from Stores to the place of work and return of
unused materials to the Stores shall be in the scope of the Contractor without any
additional cost.
7. Contractor has to clean the area in all respect and to take area clearance from production
before handing over the site after completing each job.
8. The entire job shall be carried out under the Inspection of CPCL Inspection department /
CPCL representative. All requirements of the Inspector, as per established engineering
codes and standards, have to be adhered to without any extra compensation. Welding
procedure specification (WPS) to be approved by Inspection Department before starting
any job. The job progress / flow chart for all the critical jobs shall be prepared before
starting of the job and the same shall be certified by the EIC as well as the Inspection
department of CPCL for smooth job progress during the shutdown.
9. The welding procedure qualifications shall be carried out as per inspection requirement
and related testing charges and consumables required for the same shall be borne by
contractor. However, material required for test piece shall be provided by owner as free
issue.
10. Pre-heating before welding and post heating after welding wherever required is included
in the work scope and no extra payment shall be admissible for the same. However,
whenever stress relieving is required, the same shall be paid extra as per item rate given
in the SOR for CS Piping only.
11. Grit blasting of surfaces shall be done before application of painting as per relevant
standards and instruction of EIC/Inspection Engineer of CPCL. The activity shall be carried
out as per item description in SOR which includes supply of grit blasting system along with
the required type/size of grids as per instruction of EIC without any extra cost.
12. Painting shall be done after clearance of Inspection Engineer of CPCL as per relevant
standards and instruction of EIC. The painting quality /brand/application
procedure/thickness shall be as per CPCL's Inspection Engineer. The activity shall be
carried out as per item description in SOR which includes supply of all tools, brush, spray
equipment, paints, all consumables, manpower etc as per instruction of EIC without any
extra cost.
13. Execution of the process schemes :-Execution of the certain shutdown process schemes
(modification jobs) as per the direction of EIC may have to be carried out in shutdown as
per details below:-
I. For all such cases, the material shall be issued to the contractor by CPCL.
Prefabrication and final/part execution of the process scheme shall be
done by contractor as per the requirement of EIC.
II. The time period for individual process scheme shall be given by EIC. The
contractor has to mobilize the manpower & resources as per exigency of
the work.
III. The contractor is required to furnish mark up 'As-built' drawings
immediately after completion of execution of a particular scheme.
IV. During execution of process schemes before shutdown and during
shutdown, the contractor will have to mobilize the man power & resources
on round the clock basis, and at multiple locations which includes within
the unit as well as or different units to complete the job within allotted
time.
14. As per the instruction of EIC contractor shall also execute the allotted jobs as per the
operation, process & HSE department list & burner jobs etc.

D. SCOPE OF SUPPLY (CONTRACTOR):-

1. All types of required welding rods must be kept in sufficient quantity to carry out the welding
jobs as per instruction of EIC. The type mentioned above is only indicative, however
contractor shall keep /arrange all type of electrode as per requirement.
2. In addition to the resources on Part B (Equipment Hiring), the Necessary Lifting &
transportation equipment like slings, D Shackles, Chain pulley blocks, Wooden logs etc.
shall be arranged by the contractor for all activities/jobs covered under SOR of this
contract.
3. All other consumables such as gas, grinding wheel, emery paper, buffing wheel,
consumables for NDT, grits, primer, paint & other related consumables etc. shall be in the
scope of contractor, unless & other wise specifically mentioned.
4. All other equipments like welding m/c, plasma cutting m/c, drilling m/c, lifting tools &
tackles, all other tools& tackles, all NDT equipment, hydro-test pumps (electrically
operated & hand operated), oven for proper baking of electrodes and temperature control
& other equipments/machines/tools & tackles etc. shall be in the scope of contractor
without any extra cost unless & otherwise mentioned specifically in SOR.
5. The contractor shall bring their power supply boards, 12/ 24 Volt hand lamp &bulbs in line
with CPCL standards and as per the instruction of EIC. The cable required for the
mentioned electrical devices shall be under scope of contractor. Also the contractor
mobilizes the required cable for drawing of the power from CPCL premises.
6. Contractor shall mobilize sufficient group of radiography & SR however, requirement may
be increased based on job quantum/available front. Contractor has to mobilize additional
resources to complete the job within scheduled time, without any additional cost to CPCL.
7. Scaffolding pipes shall be of 40 mm NB confirming to IS 1161-1963. The couplings shall
of drop forged type for both swivel type & right angle type. The steel scaffolding &
scaffolding fittings shall confirm IS 2750:1964. Standard of cup lock/ conventional
scaffolding materials shall be of reputed make conforming to various national &
international codes and standards. Comments of owner on acceptance /rejection of
material shall be final and binding on the contractor.
8. All materials got to be inspected by EIC and other Maint. Personnel at CPCL site at least
15 days in advance before start of scaffolding erection. Contractor shall submit the material
test certificate of scaffolding materials to EIC at least 20 days in advance. Only accepted
materials shall be used by contractor. All rejected materials shall be taken out by
contractor. If, any of such rejected materials are found to be in use by contractor, penalty
will be imposed by EIC as per his discretion.
9. All consumables like, diesel, fuel, engine oil, battery, acid, distilled water, grease, lube oil,
ropes, slings, hose, hose couplings, filters, spark arrestors etc. shall be arranged by the
agency at their own cost. All special tool/tackles, battery etc. or any specific item not
mentioned herein but are required for successfully carrying out the job shall be arranged
by contractor at their own cost.
10. Diesel/Battery/consumable fuels required for running the crane/Hydra /Tractor & trolley,
etc. shall be under contractor's scope of supply.
11. The contractor should engage one Rigger/helper along with each heavy equipments like
Crane, hydra, Tractor & Trailer. The hire rates are inclusive of above and no additional
payment shall be applicable
12. The capacity of crane and the boom length mentioned in Part-B of SOR are illustrative
based on the recommendation of the crane expert, however the contractor to study the
site condition before mobilizing the actual capacity of crane required for execution of the
job as per the scope of work.
13. The heavy equipments deputed at site should have been in extremely good condition.
14. Contractor has to cover the risk of accident to his workmen at site by suitable insurance
policy.
15. The contractor has to submit an undertaking that the qualified operator with valid driving
license shall be deputed at CPCL site for the entire period of the contract. The valid
documents in this regard shall be submitted to EIC for review & approval before mobilizing
the heavy equipments at site.
16. Contractor's supervisor shall be available at site on all working days and in contact at
phone number beyond working hours, Sundays and holidays to cater to the need of job.
17. Prior to deployment/movement of mobile equipment to different places of work inside or
outside the units proper work order/ permit is to be obtained by contractor from Site
Engineer/Engineer-in-charge.
18. Contractor shall have to arrange gate passes/photo passes etc. for his
workmen/materials/equipments for entry inside the refinery premises.
19. Crew of the heavy equipments must change after each shift (maximum shift of 12hrs).
20. During contractual period, if any break-down takes place in any of the hired equipments
the same has to be attended by contractor. If new heavy equipments are required for
replacement of break down equipments, the same shall be provided at site without any
extra cost to CPCL. No mobilisation/demobilisation charges shall be paid by CPCL for
replacement of equipments.
21. Before reporting to EIC, the heavy equipment/resources on hire shall be required to
undergo a check by CPCL Garage Personnel / Maint. Engineer as per standard
checklist. Only after such certification by CPCL, the crane/hydra shall be allowed to carry
out the work. No payment/ compensation shall be made to contractor in the event of
idling/demobilization/re-mobilization on account of any lapse in safety requirement.
Contractor to take a note of the same and a self-check for trouble-free & safe working is
to be done by the contractor before bringing the resource item/ equipment to Refinery.
22. The lifting equipment must have safety latch on hook. Crane/hydra must have in-built
safe load indicator.
23. Resource on hire must be supplied with load test certificate and Check list duly certified
and approved by competent agency / authority. The certificate shall be valid for the
period of its use at CPCL site. Competent agency / authority must have approval of
Factory Inspector of Government of Tamil nadu
24. The resource deployed (such as Crane, Hydra etc) under no circumstance shall be of
age more than 15 years old.
25. Hydra crane meeting only following requirement shall be allowed inside refinery:
I. Front mounted cabin for better Visibility
II. Chassis type design and optimized geometry for enhanced stability and
control (NOT the conventional design hydra-crane)
III. Safe load indicator with hydraulic cut off
IV. Overload Audio warning System
V. Audio warning during reverse movement and turning (direct systems with
no involvement of operator for switching ON/OFF)
VI. Beacon Light
VII. Rear View Mirrors
VIII. Rope Compensation for auto levelling
IX. Safety brakes on hoist
X. Hose protection failure device
XI. Steering Wheel
XII. Reflectors
XIII. Wheel Guard / bumper in front and rear
XIV. Fire Extinguisher
XV. Spark Arrestor
(Models K10/F15/TRX1250/TRX1550/TRX1651 or equivalent with respect
to construction may be considered by contractor for reference).
26. Providing a 'Flag man' with each hydra/ crane for safety instructions during reverse
operation/ movement is mandatory and SOR rate are inclusive of same.
27. There may be an increase or decrease in the requirement of quantity of hired resources
& their mobilization period based on finalized job-list & as per decision of EIC. The
overall resource (on hire) requirement for mobilization shall be intimated to the contractor
at least 7 days before the actual requirement in shutdown of particular unit. Contractor
should be able to successfully mobilize the requisite resources within this period.
28. EIC reserves the rights to demobilize any resource in between shutdown as felt
necessary depending on job load. Contractor has to obey such written instruction of EIC
immediately before the end of the shift. In such case of demobilization of any resource as
per EIC's instruction, the necessary re-mobilization, if required, shall however, be done
by contractor within 48hrs.
29. Contractor has to ensure that the shift wise heavy equipment driver along with crew for
each heavy equipment shall be available at site all the time. He should not leave the
heavy equipments without informing the EIC. In any case, if the driver & crew member
were found missing during execution of job a penalty shall be imposed by EIC as
deemed fit.
30. Any resource on hire, if found unsafe and violating safety requirements at any point of
time during execution of job, is liable for immediate rejection, demobilization & penalty.
The decision of EIC in this regard shall be binding on contractor.
31. Any job not mentioned above but essential to carry out for timely operation/ maintenance
of hired heavy equipment shall be in the scope of work of contractor without any
additional cost.
32. If the equipment hire goes beyond the contract duration due to any reason, the
payment for the equipment hire for extra days beyond the contract duration shall
be paid after the finalization of the time extension by EIC.
E. SCOPE OF WORK & SUPPLY (OWNER)

1. CPCL shall provide single electric power source. Further distribution for all machines is to
be arranged by contractor with standard & approved (by Electrical department) electrical
fittings & wires.
2. All the required gaskets, demisters, piping materials, spares for various stationary
equipments, valves & fasteners shall be supplied by CPCL as free issue material.

3. Readymade (spiral wound or as applicable) gaskets shall be provided by CPCL in


general. However, wherever it is decided by CPCL, to use cut gasket, the same shall be
cut by contractor, from the gasket sheet provided by CPCL without any extra cost.
ATTACHMENT-II

CHENNAI PETROLEUM CORPORATION LIMITED


(A Group Company of IndianOil)

Maintenance Department – Shutdown Planning

DCU COKE DRUMS(86-R-01A & 86-R-01B) COKE OUTLET CHUTES PLATE REPLACEMENT,
CHEQUERED PLATE REPLACEMENT AT 22M & 67M ELEVATION IN COKE DRUM & OTHER
STRUCUTRAL JOBS IN COKE CRUSHER UNIT DURING DCU M&I SHUTDOWN-JUNE-2024

SCOPE OF WORK
1.0 Structural / Hot Works:

The scope of work shall include all types of work as covered in SOR pertaining to Hot
work / Structural replacement work in DCU (Delayed Coker Unit) Plants (Plant-86 )
during DCU M&I Shutdown- June-2024.

The quantity indicated in the “Schedule of rates” includes the Scope of work and any
new jobs cropped up after issue of this tender till the completion of shutdown outage.
Also the Tag item jobs in these plants are also to be taken up.

The contractor shall be provided with detailed Engineering drawings and Inspection
work list details for replacement work.

2.0 Exclusions:
The following jobs are excluded from the scope of work.
 Installation of Insulation
 Civil work- Application of concrete job
3.0 Material Collection & Return:

The contractor shall prepare a material request list covering all the materials
requirements for the work, collect all the materials from owner's storage point, inter-
cart between the point of issue of materials & work spot / contractor’s fabrication
shed etc, return back the unused materials back to owner's storage point with a return
note and dump the generated scrap material to scrap yard.
4.0 Coke pit wall breaking for entry approach to Coke pit & cleaning of coke pit
With prior permission from EIC and Civil Contractor has to mark the location and break
/ dismantle portion of the coke pit wall at north west side to get the JCP /
mechanical digging & excavator machine inside the coke pit to clean the residual
coke present in the coke pit yard as well as to erect scaffolding and material
movement for chute plate replacement job

CPCL will remove the maximum coke by using the Kone crane bucket. Any residual /
coke present in the pit should be shifted to one side of the pit by using contractor
own back wheel loader / Mechanical digger & excavator (JCP).

Coke pit wall breaking and Reconstruction of wall will be done by CPCL civil
maintenance.

5.0 Erection & Dismantling of Scaffolding:

5.1 The contractor shall do supply, Erection and dismantling job where ever required as
per EIC instruction. The contractor shall inform to the EIC regarding the requirement
and approximate size of the scaffolding required to carry out such job. Also for each
and every scaffolding, the contractor shall specify the date of completion of erection
of scaffolding and the date of provision of “Green Tag” with due signature from the
competent person of CPCL. After the completion of the job, the scaffolding
measurement shall be shown to the EIC and get the necessary signatuire for the
measurement and shall be removed. The date of erection and the date of removal
and the exact location and the job carried out by using the scaffolding to be
submitted along with the bill for payment. (Please refer the Attachment for
Scaffolding Measurement)

6.0 Job scope

A) Coke drum 86-R-01A & 86-R-01B – Coke outlet chute plate replacement
job.

DCU(Delayed Coker unit)- Plant -86 has two coke drums.

Coke drums 86-R-01A & 86-R-01B both the coke drums coke outlet chute
bottom plates were damaged due to erosion and pealed off due to all the
longitudinal and horizontal weld joints of bottom liner plates were found
eroded and some of the welds cracked at HAZ locations.

Considering the erosion of and thickness loss in the liner plate (top portion of
the concrete) it is planned to replace the plate with abrasive resistance TATA
steel 400 / equivalent plate Abrazo 400 having higher hardness 350 BHN to
400BHN. The weld joint type square butt weld joint with suitable backing strip
.Refer the drawing : 86-B-31598. Job has to be done as per the drawing and
EIC instruction.

Sl No IWL NO / Drg NO JOB DESCRIPTION


Complete replacement of the chute bottom plate( Top of the
concrete) with additional reinforcement as per modification
drawing 86-B-31598
AR 400 PLATE SIZE
6000 x2000 x 20 mm thick plate – 8 nos
100 width x 20 mm thick strip plate – as required
13500 X 700 X 12 MM THICK – 2 NOS – IS 2062 GR 250 BR
ISMC – 200 -30 Meter – IS 2062 GR 250 BR
9910-086-015-2023 Partial Replacement of Coke outlet chute vertical plate(wall
1
Drg no: 86-B-31598 plate) & Top plate in both the drums as per the replacement
portion marked by CPCL inspection during shutdown .
Plate thick: 12MM / IS 2062 GR BR
Area of replacement: 40 Sqm
Replacement of Coke outlet pipe of both the drum at D/s of
BUD flange in kind
Size and material: ID 1550 M X 3.0 M length & 19 mm thick
plate
Material: AR 400 Plate – 2nos for each drum – qty : 2 nos
2 Necessary drawing Provision of man way at one side of the chute vertical plate
will be provided by for both 86-R-01A/B chute
CPCL – Engineering
service
Provision of channel in the existing chute bottom plate, Replacement of the
top plate over the concrete with Abrasive resistance plate with additional
reinforcement plate welding as indicated in the drawing. Chute plate
replacement job is in the critical path in the shutdown duration. Contractor
has to make a time schedule along with necessary resources so as to complete
the job with in the time schedule. Proposed time schedule with necessary
welder resources were given below. How ever contractor has to prepare
detailed schedule and the same has to be submitted to EIC for review and
approval after award of the contract. Welding electrode for chute top & side
plate- E7018. Visual & DP test of the welding to be offered. Requirement of
patch/ replacement of side and top plate marking will be done during
replacement.

DCU - CHUTE PLATE REPAIR WORKS


Welder
Sl Name /
No Activity Chute Hrs Start Finish
Work permit obtain and Breaking of
wall(Birck wall) to enter the JCB to coke
pit ( Breaking of wall will be done by
1 CPCL) 24 01-06-2024 00:00 02-06-2024 00:00
Cleaning of pit area to facilitate
1 scaffolding erection 8 02-06-2024 00:00 02-06-2024 08:00
Erection of external scaffolding at two
chute area with propoer working
2 platform 16 02-06-2024 08:00 03-06-2024 00:00
Inside scaffolding / Ladder access and
intenral lighting & Fall arrester
provision, Temporary hook welding to
fix two chain pulley block & DPT& Load
3 test of hook & Exhaust fans / blowers 24 03-06-2024 00:00 04-06-2024 00:00
Shiting of concrete breaking equipments
4 inside the chute & Power connection 4 04-06-2024 00:00 04-06-2024 04:00
Marking & breaking the concrete
breaking portion at 6 locations 48
5 (200mm)& both side location 04-06-2024 04:00 06-06-2024 04:00
Fixing and welding of west side plate -
700 mm on one side ( RM : 13.25 RM,
12mm, 3 hrs per RM) 2 welders per side 48
+( one 700 mm vertical joint for plate
6 joint ) W1,W2 06-06-2024 04:00 08-06-2024 03:45
Fixing and welding of East side plate -
700 mm on one side ( RM : 13.25 RM, 48
7 12mm, 3 hrs per RM) W3,W4 06-06-2024 04:00 08-06-2024 03:45
2 welders per side +( one 700 mm
vertical joint for plate joint )

Provision of 200 ISMC Channel &


Welding at 6 locations ( 32 +32 Running
meter- 6mm)- 60
4 welders.( 1.5 RM / hr welding rate W5,W6,W
6 considered with every 4 hr one hr rest ) 7,W8 06-06-2024 04:00 08-06-2024 16:00
Concrete repair / refiling and cuting by
7 quik quiring cement 48 08-06-2024 16:00 10-06-2024 16:00
Lifting and erection , fit up of plate 1 -
8 Top most segment 6 10-06-2024 16:00 10-06-2024 22:00
Welding of plate 1 top joint J1 ( 20mm
thick) fillet welding ( 5 Hrs per RM weld
considered)
2 welders( each will work starts from
9 opposite side) W1,W2 7 10-06-2024 22:00 11-06-2024 05:00
Lifting and erection , fit up welding of
10 plate 2 6 10-06-2024 22:00 11-06-2024 04:00
Welding of plate 2 top & plate 1
bottom joint J2 -3.39 RM( 20mm thick-
butt weld)
2 welders( each will work starts from
11 opposite side) W3,W4 8 11-06-2024 04:00 11-06-2024 12:28
100 wide x 20 mm thick strip plate
welding ( Joint -2 ) W1,W2 17 11-06-2024 12:28 12-06-2024 05:25
Lifting and erection , fit up welding of
12 plate 3 6 11-06-2024 04:00 11-06-2024 10:00
Welding of plate 3 top & plate 2
bottom joint J3 -3.92 RM( 20mm thick-
butt weld)
2 welders( each will work starts from
13 opposite side) W5,W6 10 11-06-2024 10:00 11-06-2024 19:48
100 wide x 20 mm thick strip plate
welding ( Joint -4 ) W5,W6 20 11-06-2024 19:48 12-06-2024 15:24
Lifting and erection , fit up welding of
14 plate 4 6 11-06-2024 10:00 11-06-2024 16:00
Welding plate 4 top & plate 3 bottom
joint J4 -4.45 RM( 20mm thick- butt
weld)
2 welders( each will work starts from
15 opposite side) W3,W4 11 11-06-2024 16:00 12-06-2024 03:07
100 wide x 20 mm thick strip plate
welding ( Joint -5 ) W3,W4 25 12-06-2024 03:07 13-06-2024 04:00
Lifting and erection , fit up welding of
16 plate 5 6 11-06-2024 16:00 11-06-2024 22:00
Welding of plate 5 top & plate 4
bottom joint J5 -4.975 RM( 20mm thick-
butt weld)
2 welders( each will work starts from
17 opposite side) W7,W8 12 11-06-2024 22:00 12-06-2024 10:26
100 wide x 20 mm thick strip plate
18 welding ( Joint -6 ) W7,W8 28 12-06-2024 10:26 13-06-2024 13:56
Lifting and erection , fit up welding of
19 plate 6 6 11-06-2024 22:00 12-06-2024 04:00
Welding of plate 6 top & plate 5
bottom joint J6 -5.5 RM( 20mm thick-
butt weld)
2 welders( each will work starts from
20 opposite side) W1,W2 14 12-06-2024 05:25 12-06-2024 19:10
Lifting and erection , fit up welding of
21 plate 7 6 12-06-2024 04:00 12-06-2024 10:00
Welding of plate 7 top & plate 6
bottom joint J7 -6.03 RM( 20mm thick-
butt weld)
2 welders( each will work starts from
22 opposite side) W5,W6 15 12-06-2024 15:24 13-06-2024 06:28
Reserve days for Patch plate provision
on side plate and top plate as per IWL
NO : 9910-086-015-2023. 40 Sqm ( Side
23 plate & Top plate replacement) W1,W2 96 13-06-2024 06:28 17-06-2024 06:28
Removal of internal scaffolding and
24 external scaffolding 12 17-06-2024 06:28 17-06-2024 18:28
Reconstruction of brick wall (Will be
25 done by CPCL) 48 17-06-2024 18:28 19-06-2024 18:28

CPCL Chute plate replacement – Site photos for reference (86-R-01A & 86-
R-01B)
Photos of similar chute plate replacement job in our IOCL Refiner with
scaffolding arrangement for reference purpose.

Remarks : All the structural materials will be provided by CPCL


A. REPLACEMENT OF COKE DRUM (86R-01A/B) – COKE OUTLET CHUTE BOTTOM
PLATE REPLACEMENT : ( Priority – I Job)

a) Carryout removal of residual coke present / accumulated inside the chute with
proper safety precaution
b) Erect external Scaffolding from bottom of Coke pit / North side of chute upto the
height of 25M Elevation.
c) Erect internal Scaffolding inside the Chute as per Inspection and as per EIC
instruction.
d) Provide necessary assistance to carryout initial Inspection and as per EIC
instruction.
e) Necessary window opening shall be carried out on the chute duct for facilitating
inspection of chute bottom plate and as per EIC instruction.
f) Carryout provision of new manway as per technical Engineering / inspection
requirement and and as per EIC instruction.
g) Cutting & removal of existing Chute Bottom liner plate of Thickness 19MM
(ABRASO 400 plate) and shifting to the designated place as per EIC instruction.
h) Shifting of new plates from Ware house to site and Provide necessary assistance
to carryout PMI Inspection.
i) Carryout Prefabrication of Chute liner plates as per CPCL drawing / site
requirement and as per per EIC instruction.
j) After prefabrication clearance from Inspection / Maint., carryout erection of newly
fabricated Chute liner plate at an elevation of 22 Mtrs.
k) Carryout repair of coke chute bottom Concrete damaged portion. (will be done by
CPCL – Maint. Civil)
l) For carryout erection of new chute line plate, required capacity Crane (Capacity :
120 Tons with boom length of 50 Mtrs at an elevation of 25mtrs
m) from the ground level) / Boom lift to be provided by the contractor. Payment will
be done by separate SOR.
n) Carryout welding of Chute line plates with E8018 welding electrode and as per
Inspection welding procedure. Necessary clearance to be obtained after welding
of plates from Technical – Inspection.
o) Carryout weld overlay of existing eroded butt welds of bottom chute liner plates
as recommended by Inspection / EIC instruction using E8018 welding electrode
and as per Inspection welding procedure
p) Carryout weld crack repair of plates as recommended by Inspection / EIC
instruction using E8018 welding electrode and as per Inspection welding repair
procedure. Grind and remove the cracked weld joints as marked by Inspection,
offer DP test and carryout welding using E8018 welding electrode.
q) Carryout insert plate / patch plate using IS 2062 (12mm Thick) on chute duct.
r) Dismantling of external / internal Scaffolding from bottom of Coke pit / North side
of chute upto the height of 25M Elevation.

Payment will be made as per respective SOQ.

B) Replacement of the existing chequered plate at 22 meter elevation &


67 Meter elevation platform in coke drum platform (Priority-I)

It is planned to replace the existing chequered plate at elevation 22meter


platform in DCU coke drum area during DCU M&I Shutdown. The total area
of replacement is approximately: 1000 Sqm. Refer the platform detail
drawing:
i) DRG NO: F1811- SHEET 1 OF 1.(Plan at elevation 122.24(TOS) -420 Sqm
ii) DRG NO : F2720 -SHEET 1 OF 1(Plan at elevation 167.80(TOS) – 572 Sqm
CPCL will provided GI Coated chequered plates & all structural materials
Structural replacement includes.
 Chequered plate
 Hand rail pipes
 Structural members like – Beams, Channels, Angles, flats & Plates
 Payment for replacement of the above shall be done on weight basis.
Contractor has to collect the GI Coated chequered plate along with other
required structural materials from CPCL ware house and transport to site
and cutting fabrication of the plate as per the site condition to suite at
site.

Care should be taken by the contractor by providing necessary fire


retardant blanketing shall be placed for protection of the cutting spark
produced during cutting the old chequered plate. safety to be ensured to
avoid any fall of material on the ground

Remarks : other Maintenance jobs like rotomol cleaning, servicing of valves


in the 22 meter & 67 meter elevation was planned to be executed by other
contractors engaged by CPCL. Replacement of the chequered plate

Replacement of the chequered plate will be carried out along with the
other shutdown contractors for smooth flow of job progress.

Work front shall be given to other contractors working in the shutdown.


accordingly the replacement job should be planned by this contractor by co
ordinate with them and also as per EIC instruction.

After completion of the job contractor has to do painting of the structural


platform members like channel, angle as per CPCL Painting system- X and
offer stage wise inspection.

C) Replacement of Mono rail I beam on 86-T-01A/B Filter area (Priority-II)

The Contractor shall carryout structural replacement jobs in 86-T-01A/B filter


area – Mono rail – I beam ISMB -400 Replacement

Approximate length : 8 meter

Necessary I Beam shall be provided by CPCL.Contractor has to collect the


same and fabricate and replace the same in kind as per site condition

D) Modification of coke outlet pipe of both the drum at D/S of BUD flanges
(Priority -I)

Contractor has to carryout the modification of the stationary chute top


plate in both the coke drums to avoid coke spillage as per the drawing No :
86-C-42436-Rev-0

Necessary material will be provided by CPCL .

Rolling of the plate to the dimension as per the drawing has to be done by
the contractor as a pre shutdown job.

During shutdown the modification has to be carried out in kind.


All necessary structural plate materials as per the drawings will be
provided by CPCL.

Welding details to be followed as per the details mentioned in the drawing.

E) Crusher coke feeding hopper fallen SS liner plate fixing job (by stitch
weld) (Priority- II)

Carryout re-weld the hopper liner plate with the main duct plate by continuous
welding/ stitch welding ( 100/50 mm length stitch welding) instead of tag welding as
per the following

Plate Size & material: Use the existing plates which are available with O& M
contractor.

Electrode: E 309.

Arrange to provide external patch at the holed out location due to tack weld failure
and use 5.0 mm IS 2062 E250 Gr- BR plate for patch welding( at outside of the
hopper). Offer visual inspection

Arrange to provide an access platform in consultation with engineering for hopper


inside cleaning.

Carryout painting the external surface of the inlet hopper as per the CPCL painting
system-I. & connected structural by system -X.

Necessary scaffolding inside the hopper, Electrical power isolation to be ensured


before start of the job.

Necessary SS plate material will be provided by CPCL.


F) Provision of Crusher grizzle platform as per the Drawing of Engineering
Drawing No : 86-A-42492c (priority- I)

Contractor has to refer the Drawing No : 86-A-42492 rev-1 ( 2 sheets) for GA &
structural details for the access platform around coke crusher hopper grizzle for
decoking the coke lump. This job has to be carried out and complete during DCU-
Shutdown.

All necessary structural materials indicated in BOM of the above drawing


will be provided by CPCL
7.0 Other structural jobs in Coke Crusher unit (priority-III)

The following jobs has to be carried out by the contractor and the same has to be
completed in DCU M&I Shutdown duration. The following jobs are covered in different
SOR items and the same will be paid as per SOR. Necessary drawing will be provided
by CPCL.

Platform provision at other side of both BC-101 & BC-102 All these
1 Conveyors as per the Drawing of Engineering section modifications
drawing needs
Drg No: 86-A-42506 to be executed
by this contract
2 Crusher Grizzle top opening peeled out L-angle corroded plates to during DCU M&I
be renewed
Shutdown.
3 Crusher motor Pulley Guard modification and fixing work Necessary
drawings are
4 A Manual door provision (modification job) above the Rod gate of under
the Crusher with a small Platform and approach ladder to it. preparation by
Providing additional platform above the existing top platform at the CPCL and the
5 middle level of the Grizzle height.
same will be
Vertical plates of about 1 inch can be welded over the structure issued to the
separating the openings to break the lumps. contractor
6 before
execution.

8.0 Any other new jobs crop up During Shutdown (Priority-IV)

Contractor may request to carry out any other new jobs arised during shutdown related
to structural jobs based on inspection work list and the same will be assigned to this
contractor and contractor has to take such jobs based on inspection observation if any
during shutdown inspection.

All these jobs are covered in SOR

9.0 Fabrication and Welding:

9.1 The fabrication & welding of piping & structural shall be as per the relevant drawings,
Inspection recommendations, specifications, codes & procedures.

9.2 The contractor shall study the drawings and get clarified before starting Pre-
fabrication. In addition the contractor shall check the dimensions at the site before
carrying out pre-fabrication. The contractor should obtain necessary clearance from
CPCL Inspection / General Engg. for any deviations required at site with reference to
the existing drawings.

9.3 The contractor should prepare isometric drawings (Test Pack) for all the Engineering
drawings / Inspection work list jobs after studying the site conditions thoroughly and
submit to CPCL Inspection through Engineer in charge and obtain approval for the
same.

9.4 The contractor shall offer welder performance qualification test for their welders
with necessary test pieces / test bench under each category of material & obtain
welder identity card for the qualified welders. Sufficient number of welders to be
qualified to complete the job in all respects within the stipulated duration. Welder
Qualification test to be completed 2 weeks in advance so as to complete the pre-
fabrication work before the start of Shutdown.
9.5 The contractor shall deploy the qualified welders for a work with respect to the
qualified range permitted.

9.6 All the consumables are in contractor’s scope and CPCL shall not provide any
electrodes / gases to the contractor to carry out the job. Hence the contractor shall
study the drawing and procure sufficient quantity of electrodes of various grades in
order to carry out the job. The contractor shall use CPCL approved welding
consumables such as coated electrodes, filler wires etc. (CPCL approved Electrode
manufacturer – Advani Oerlikon (ADOR), Esab India Ltd. and D&H)

9.7 The contractor shall pre-fabricate the shop portion of work at his fabrication yard and
execute the field portion of work alone at work site.

9.8 The contractor shall make all necessary arrangements such as blinding / de-blinding,
flushing, draining, plugging / covering of sewers & open drains and prepare the work
area suitable for carrying out hot work by taking all precautionary measures for
executing the work in the safest manner.

9.9 The contractor shall cut and remove the existing old pipelines / structure /
chequered plate / Gratings, which are recommended for replacement.

9.10 The contractor shall erect scaffolding wherever required for the execution of work
and dismantle on completion of all activities.

9.11 The contractor shall remove the existing hot Insulation over the existing piping
wherever required to facilitate executing piping modification work / replacement.
The contractor shall shift the removed insulation materials like LRB mattress,
aluminum sheets etc., to the designated place and dump as per the instruction of EIC.

9.12 CPCL shall carry out the installation of insulation through a separate agency.

Payment for all types of fabrication & welding, dismantling & removal of piping
/structural shall be made as per the respective SOR.

Payment for activities like material transportation & shifting, barricading at


work place and removal of insulation, etc., are included under various heads in
SOR and there is no separate payment.

Payment for activities like bending of steam tracing pipelines, welding of shoe
supports / support pads and flushing of pipe system are included under Welding
SOR and there is no separate payment.

10.0 Inspection Stages:

10.1 The contractor’s work shall be subject to CPCL inspection at various stages of work
such as positive material identification, joint fit up, root dye penetrant testing, final
weld dye penetrant testing, etc., and the extent of inspection shall be as decided by
CPCL Inspection.

10.2 The contractor shall maintain a quality verification charts for each work taking
clearances from CPCL Maintenance & Inspection during various stages of work as per
the format recommended by Inspection.

The above activities are included under various heads in SOR and there is no
separate payment

11.0 House Keeping :

11.1 The work area shall be kept clean and tidy always during the course of work.
11.2 Cleaning of debris shall be done as and when such scrap / debris is generated and the
same shall be disposed at areas designated for the same and cleaning shall be done
on a day-to-day basis.

The above activities are included under various heads in SOR and there is no
separate payment.
ANNEXURE-III

CHENNAI PETROLEUM CORPORATION LIMITED


(A Group Company of IndianOil)

Maintenance Onsite – Shutdown Planning

DCU COKE DRUMS(86-R-01A & 86-R-01B) COKE OUTLET CHUTES PLATE REPLACEMENT,
CHEQUERED PLATE REPLACEMENT AT 22M & 67M ELEVATION IN COKE DRUM & OTHER
STRUCUTRAL JOBS IN COKE CRUSHER UNIT DURING DCU M&I SHUTDOWN-JUNE-2024

CPCL’s Scope of Supply

CONTRACTORS SITE OFFICE:


 Required space near the plant area for setting up office.
 Necessary Power connections at a single point.
PLANT EQUIPMENT, MATERIALS & SPARES:
 Gaskets / fasteners / Asbestos rope / tapes / Gland packings.
 Plate / Structural materials of all metallurgy as required
 Any other spares for equipment as required
MISCELLANEOUS ITEMS:
 Requried Blinds of required rating

Scope matrix
Sl no Item Description CPCL Contractor
1 Scaffolding Materials - 
2 Cranes - 
3 Tractor & Trailer - 
Welding Machines &Equipments&
4 - 
Accessories
5 All Tools & Tackles - 
Electrical items
6 (ELCB,Board,lightings,cables,flood 
lightect)
7 Dye Penetrate Chemical - 
8 Safety Items - 
9 Tested Chain pulley blocks - 
10 Tested wire ropes and belts - 
11 Tarpaulines - 
12 Air blower for Eductors - 
13 Required structural materials  -
14 Blinds  -
15 Power & water  -
16 Diesel for running the equipments - 
17 Fire retardant cloth - 
ANNEXURE-IV

CHENNAI PETROLEUM CORPORATION LIMITED


(A Group Company of IndianOil)

Maintenance Onsite – Shutdown Planning

DCU COKE DRUMS(86-R-01A & 86-R-01B) COKE OUTLET CHUTES PLATE REPLACEMENT,
CHEQUERED PLATE REPLACEMENT AT 22M & 67M ELEVATION IN COKE DRUM & OTHER
STRUCUTRAL JOBS IN COKE CRUSHER UNIT DURING DCU M&I SHUTDOWN-JUNE-2024

Contractor’s Scope of Supply

GENERAL MACHINERIES, EQUIPMENT & CONSUMABLES:

 Sufficient numbers of Welding generator, Welding accessories, cables, etc.,


 Gas Cuttings set, Hand drilling, Buffing machine with accessories, etc.,
 Welding Machine with accessories & consumables
 Plasma cutting machine
 All types of Grinding machines with accessories & consumables
 All Consumables such as electrodes, filler wire, oxygen, acetylene, argon, greases,
oil , etc.,
 The contractor should bring 5 nos 10 Kg DCP Fire extinguishers duly certified by
CPCL Fire& Safety section before usage at site. One extinguisher to be made
available at each and every location where the hot work is performed.
 Necessary Scaffolding materials( various length of scaffolding pipes, fixe d/
rolling clamps, Metal jolleys , Aluminium ladders ect)
 Necessary Eductors / Exhaust fans for fixing in column / vessel manways
 Necessary cotton waste / muslin cloth / Emerty sheets
 Necessary safety nets / safety bels etc
 Necessary fire retardant cloth / sheets to protect the area
 Barricatting the area
PAINTING MATERIALS:

 All the materials required for painting wherever mentioned in the work package
like Paints, primer, thinner, brushes, grit including mobile air compressor and all
the other consumables required for carrying out painting.

TOOLS & TACKLES:

 All required tools and tackles for all sizes & ratings, etc.,
 Flange spreader & Nut Splitter sufficient quantity
 Tested Chain pulley Blocks of various capacities
 Winches for shifting the materials
 Tested Wire rope, D-Shackles, clamps, manila ropes, etc., of various sizes / loads
 Shims, wedges, packing plates and assembling & fabrication aids for all
requirements
 Tarpaulins of various sizes and required quantity
 Wire brush, emery, scrappers, chisels, chipping tools, etc.,
 Aluminium& Steel Ladders, hand trolley, etc.,
 Yellow marking crayons & white chalk
 Measuring tapes, calipers, etc.,
 Rust removal fluids for de-bolting fasteners
 Spirit level, plumb measuring tools
 Tools and tackles for carrying out refractory application by gunning method
 Hack saw frame, blades, etc.,
 Molycote supply and application for all the studs and nuts

ELECTRICAL ITEMS:
 Flood lights, Hand Lamps(24v) & cables for all types of voltages
 Intrinsically safe torch lights
 Sufficient quantity of Hand lamps hould be available at each and every column /
vessel / drum where ever the the job in progress. There should not be any delay to
offer for CPCL Inspection for want of hand lamps.
 Electrical power distribution board with ELCB.
 Sufficeint length of power cable.
 Insulation tapes, tester, etc.,

TRANSPORT & LIFTING EQUIPMENT:


 Hand trolley for shifting material
 The contractor shall study the site conditions and the job scope and mobilize any
additional resources required to complete the job within the scheduled duration.
 Necessary diesel for running the tractor / trailer , crane, mobile air compressor and
etc.,

FACILITIES:
 Dye penetrate chemicals

SAFETY ITEMS:
 Safety shoes & safety helmets
 Safety gloves, Face mask, Safety belts, Goggles, etc.,
 Fall arrester, Safety Net
 Safety sign boards & tapes
 Safety barricading materials
 Intrinsically Safe torch lights
 IFR Suite for all workmens & supervisors is must without IFR Contractor will not
be allowed inside the plant gate
GENERAL:
 Any other materials including consumables, testing appliances, tools & tackles, etc.,
other than as mentioned under CPCL Scope of supply.
Annexure-V
Annexure-VI
Annexure-VII

You might also like