Documente Academic
Documente Profesional
Documente Cultură
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
SUBJECT: Fabrication and erection of mild steel vertical tanks 6TKL CR,
Conversion of 2x1.8TKL from ATF to Ethanol including foundation, Fire Fighting and
allied works at Jodhpur Terminal under Rajasthan State Office.
PUBLIC TENDER
PART ‘A’: TECHNICAL COMMERCIAL BID
INDEX
SN DESCRIPTION Remarks
PART A: TECHNICAL BID
1. Notice Inviting e-Tender -Annex-1 4
2. List of documents required to be uploaded –Annex-2 15
3. Abbreviations and notations- Annex-3 16
4. Special terms and conditions of contract- Annex-4 17
5. Scope of works -Annex-5 35
6 List of Drawings-Annex-6 40
7 Quality Assurance Plan for civil works-Annex-7 41
8 Specifications for fabrication of Vertical storage tanks- Annex-8 56
9 Specifications for Sand pad foundation-Annex-9 149
10 Specifications for fabrication, erection and welding requirements of 153
Vertical storage tanks & Pipelines-Annex-10
11 Guidelines for radiography- Annex 11 169
12 Radiographic Inspection procedure for Vertical Tanks-Annex-12 175
13 Testing Procedure of Vertical Cone Roof & Internal Floating Roof Tanks- 178
Annex -13
14 Specifications for Aluminium & Hybrid Internal Floating Roof- Annex 14 185
15 Specifications for erection, testing, commissioning of piping & other 194
equipment-Annex-15
16 Guidelines for Pipeline works-Annex-16 209
17 Specifications for Pressure testing of pipelines-Annex-17 233
18 Specifications for blast cleaning & painting works for tanks, pipelines, 237
structural’s& other equipment- Annex 18
19 Specifications for erection of equipment-Annex-19 248
20 Specifications for Mechanical Shoe seal & Secondary seal- Annex -20 249
21 Specifications for Combined Gauge well/ Still well for tanks-Annex 21 252
22 Specifications for Breather valve with Flame arrestor & Emergency vent 254
for tanks-Annex 22
23 Specifications for Fixed Water spray/ Fixed Foam system accessories- 264
Annex 23
24 List of Inspection Agencies-Annex 24 270
25 List of approved makes/ brands-Annex-25 271
26 Technical Specification for Civil Works Vol- 1 Attached
separately
27 Technical Specification for Civil Works Vol-2 Attached
separately
28 Drawings Attached
Page 2 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
separately
Page 3 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Annexure-1
2. E-Tender ID : 2019_NRO_93536_1
3. NAME OF WORK : Fabrication and erection of mild steel vertical tanks 6TKL CR,
Conversion of 2x1.8TKL from ATF to Ethanol including
foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
IOC ( M. D. ) Terminal Near Railway Station Salawas,
4. LOCATION OF WORK :
Jodhpur 342804
GST No.08AAACI1681G2ZO
Estimated value of work is Rs. 4,53,83,663.13 (Including
5. ESTIMATED VALUE OF :
GST@18%)
WORK
Rates mentioned in Schedule of Rates are exclusive of GST. GST
shall be paid extra as applicable. The quantum of works given in
Tender Document is only indicative based on tentative estimates
and is not the right of contractor. Indian Oil does not guarantee
any minimum or maximum quantum of works, during the
currency of contract.
Rates in the Schedule of Rates are excluding GST, which shall be
paid separately.
Contractor will be required to submit GST Compliant invoices
with HSN (harmonized system of Nomenclature i.e. Excise
classification)/SAC codes (Service Accounting Code) duly
complying with the requirement of place of supply and other
requisite details.
Note: For compliance of the statute, bidders are advised to refer
GST law and Rules being framed there under from time to time.
6. TENDER FEE : Nil
Bidders are required to download the tender documents free of
cost from IOCL e-tender website (https://iocletenders.nic.in)
Rs. 4,53,837.00
7. EARNEST MONEY :
EMD should be deposited as detailed below:-
Page 4 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
9. PRE BID MEETING : 20.03.2019 @ 11:00 HRS at the below mentioned address:
INDIAN OIL CORPORATION LIMITED M.D.
Regional Contract Cell Northern Region
1 Aurobindo Marg Yusuf Sarai
New Delhi 110016
10. SUBMISSION OF TENDER IN e-TENDER PORTAL:
Page 6 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
15. MODE OF TENDER You may please note that this is an e-Tender and can only be
SUBMISSION downloaded and submitted in the manner specified in ‘Special
Instructions to bidders for participating in e-tender’ attached
separately in this tender
Name: Ravi Kumar Chanderia
16. CONTACT PERSON
Designation : Sr, Manager (Contracts), NR
Contact No. 011-26518080 Extn: 2327
Email: chanderiar@indianoil.in
Parties who satisfy the following qualification parameters as per the details given below only need apply
Three similar completed orders each should not be less than Rs. 1,36,15,099.00.
1.1.1
OR
Two similar completed orders each should not be less than Rs. 1,81,53,466.00
1.1.2
OR
One similar completed order should not be less than Rs. 2,26,91,832.00
1.1.3
Page 7 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
i. 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.
ii. The completion certificate, submitted by the bidder shall indicate the total value of
completed job, inclusive of all taxes also. The value of completed job as prescribed by
the prospective bidder shall be compared with the value as prescribed above. There
shall be no deductions against tax.
iii. Documents required to be submitted against proof of completion:
i. In case of work order from Govt Bodies/PSUs- Copies of the contract document along
with either completion certificates OR duly Certified copy of bill/Invoice.
ii. In case of Work Orders from Private Parties-Certificate from CA certifying value of
work done with TDS certificates (where applicable)/bank statement shall be required
in addition to that specified in (iii-i). TDS certificates/Bank statements shall be used
as corroborative evidence only.
iii. In case of foreign currency transaction to Indian firms, proof of remittance shall also
be required. In case of credential (Similar Work, Turnover, and EMD) in foreign
currencies, same shall be converted to INR based on SBI TT selling rate as on the last
date of the month previous to the one in which tender is invited. The applicable date
for this tender is 31.12.2018. Bidders have to upload their documents matching the
eligibility criteria based on above in case the qualifying orders are in foreign currency.
iv. Against orders placed by IOCL, proof of completion may be established from internal
records.
2.0 ANNUAL TURNOVER:
i. The annual turnover should be at least Rs. 2,72,30,198.00 in any of the last three
preceding financial years (2015-16, 2016-17, 2017-18) ending 31st March, 2018.
ii. Turnover for this purpose should be as per audited Balance Sheet including P&L
Statement/Published Account/Profit & Loss Account Statement 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 obtained.
iii. Audited balance sheet (P&L statement)/published accounts on calendar year basis
shall also be acceptable.
iv. 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.
Page 8 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
v. In case of foreign currency transaction to Indian firms, proof of remittance shall also
be required. In case of credential in foreign currencies, same shall be converted to
INR based on SBI TT selling rate as on the last date of the month before the one in
which tender is invited.
3.0 Other Mandatory Documents: Following Mandatory Documents shall also be considered for
commercial evaluation:
Page 9 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Page 10 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
A. In case of ambiguity or incomplete documents pertaining to PQC, bidders shall be given one
opportunity with a fixed deadline after bid opening to provide complete and unambiguous
documents in support of meeting the PQ criteria. In case the bidder fails to submit any
document or submits incomplete documents within the given time, the bidders tender shall be
rejected.
B. Documents other than those submitted originally with the technical bid shall also be acceptable
as reply against TQ/CQ provided the following conditions are met:
I) No additional opportunity other than the allowed 1 opportunity shall be provided.
II) Selection if based on the additional documents must comply with the requirements originally
specified in the tender against PQ criteria i.e. while it shall be acceptable to consider a
completion certificate issued by the client after the due date of submission of bid, the date of
completion shall be in line with that specified in the NIT.
C. The above restriction of one opportunity shall apply to PQC documents
Page 11 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
IV. The tenders will be summarily rejected if requisite EMD or EMD exemption document is not uploaded
on e-tendering portal as mentioned in NIT.
V. 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
documents as per NIT.
ii. Bid not submitted online.
iii. A bidder does not submit complete Price Bid.
iv. A bidder does not disclose the constitution of the firm with the full names and addresses of all his
partners/directors.
v. Non-withdrawal of conditions imposed in tender document & conditions imposed during
negotiations.
vi. 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.
vii. Tenderer submitting fabricated/ false/ forged documents for the tender.
viii. Tenderer put on holiday list during the pendency of this tender.
1. Only the Technical Bid, of those parties uploading their tender document 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 elsewhere in NIT and based on the uploaded documents in e-tender portal.
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. Bidder is required to confirm their status on composition scheme along with documentary evidence.
a. In case bidder confirms the status as “Yes” under composition scheme, bidder need not to fill GST
rate & Compensation Cess in BoQ, evaluation shall be done considering both GST rate &
Compensation Cess as 0.00%.
b. In case bidder confirms status as “No” under composition scheme, bidder is to indicate GST rate &
Compensation Cess (if applicable) in the BoQ as per their understanding of applicable HSN. In the
absence of these details in the BoQ, evaluation shall be done considering current GST rate envisaged
by IOCL as shown in the BoQ. However, in such instances, Compensation Cess shall be considered as
0.00%.
5. Evaluation will be carried out on the basis of net landed cost considering GST, Cess and Input Tax
Credit (ITC) available to Indian Oil. GST is payable as extra at indicated rate by bidder.
Page 12 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
6. After opening the price bid, party who has quoted the lowest rate (L1 rate) derived on the basis of
net landed cost basis The net amount worked out after taking into cognizance the Quoted Rate plus
indicated GST less ITC (if any) shall be considered as net landed cost in order to arrive at L1 bidder.
To elaborate the same, a sample is given below for your reference:
7. 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.
8. In case of tie between two or more bidders at L-1 position, all the L-1 bidders shall be asked to
submit discount bid in terms of percentage discount over previous quoted amount in a sealed
envelope. This exercise shall currently be an offline activity outside the e-portal.
9. The sealed envelopes shall be opened jointly by one member from tendering group and one from
Finance on the specified date. The bidders while seeking revised bids shall be advised to witness the
opening of sealed envelopes.
10. In case there is a tie again, the bidder with the highest turnover in any of the last three years as
submitted against turnover criteria shall be considered as L1 bidder. In the event of bidder submitting
turnover documents for only one or two years, L1 shall be decided on the basis of turnovers
submitted.
11. Successful Tenderer will have to present original documents for verification to the tender inviting
authority, within 7 days from date of intimation.
(I) 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
Page 13 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
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.
(II) 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.
(III) 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.
(IV) 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 – New Delhi
b) For disputes during execution stage –Jaipur
(V) Please visit our website https://iocletenders.nic.in for further details of this tender.
(VI) Bidders may note that the following are attached separately and uploaded in the e-tendering portal:
a) Special Instructions to bidders for participating in e tendering
b) FAQ’s –online EMD facility in IOCL e-tendering and
c) Format for Acceptance of Tender Terms and Conditions
Page 14 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
ANNEXURE-2
S. No. Description
1 Documents required to be submitted against proof of Work completion shall be as per
details given in NIT
2 Documents required to be submitted against proof of Turn Over shall be as per details given
in NIT
3 Documents required to be submitted against Other Mandatory Documents shall be as per
details given in NIT.
2. OTHER DOCUMENTS: Following copy of documents are to be submitted by the successful bidder prior
to placement of work order.
S. no. Description
1 ESIC Certificate and the indemnity bond as per the format attached with the tender.
2 Safety declaration
3 Proforma for non-engagement of child Labour
4 Format for consent letter for payment through Electronic Mode
Page 15 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
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 16 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
ANNEXURE-4
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.
Page 17 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
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 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 19 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
works shall be carried out in such a way as not to affect the progress of the project. Any damage
caused to other works shall be rectified by the Contractor at their entire risk and cost.
14.4 Since the work is to be carried out in a Operating Terminal / Depot also in some cases, the work is
likely to be hampered / delayed due to operational reasons. No claims on account of the above and
any other reason whatsoever shall be entertained by the corporation and work shall be completed by
the Contractor within the stipulated period considering the above conditions also the Corporation
shall not pay any compensation whatsoever for idling of labour/ equipment. Contractor to ascertain
the site conditions and quote their rates accordingly.
Page 20 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
machinery provision contained in any other term & condition in GCC, which may be general or
special in nature shall also stand deleted to the extent the said contents are applicable to the
arbitration provisions.
18.3 Notwithstanding any other mechanism for dispute resolution provided under the General Conditions
of Contract, with a view to a speedy resolution , the Contractor and Owner may at any time endeavor
to settle through conciliation a dispute referable for settlement by Conciliation under and in
accordance with the Indian Oil Corporation Limited Conciliation Rules 2014 ( hereinafter referred to
the “said Rules” ) as amended from time to time. The said Rules may be downloaded from the
owners website at www.iocl.com and if not available, a copy thereof may be obtained from the
owner on written request
Page 21 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Page 22 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
21.1 After communication of the Corporation’s acceptance of the contractor’s tender, if the contractor
fails to return the duplicate copy of the work order and agreement duly signed in token of their
acceptance within 10 days, the EMD is liable to be forfeited by the Corporation, with or without any
further reference to the contractor.
21.2 On acceptance of the quotation, the successful contractor will have to execute an agreement with
the corporation covering all aspects of the contract in standard form (issued by IOCL), immediately
before commencement of the works. The intending tenderers should acquaint themselves with the
provisions of standard agreement prior to quoting.
21.3 When the party signing the agreement is not the sole proprietor, necessary power of attorney
authorizing the person who is acting on behalf of the firm should be produced before execution of
the agreement.
21.4 If the Contractor does not start the work by the above stated period and if the Corporation is not
satisfied with the reason for not starting the work in time or if Contractor refuses to carry out the
work due to any other reason, the Corporation can cancel that work order by giving a Registered
Notice after the expiry of the specified period as per the order and the same work shall be carried
out by any other Contractor at the entire risk and cost of original Contractor.
21.5 In the event of such cancellation, the ISD/SD for the subject work, Earnest Money Deposit and/or
Permanent Earnest money Deposit will be forfeited and the empanelment of the contractor in all
categories shall be cancelled forthwith, without any further intimation to the contractor. In addition
the Corporation also reserves the right to holiday list the contractor in the event of such default.
22.0 WARRANTY PERIOD FOR PAINTING FOR TANKS & PERFORMANCE BANK GUARANTEE:
22.1 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.
23.0 DEDUCTIONS:
23.1 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 60000/- per Metric Ton including handling charges.
23.2 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:
Page 23 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
a. Underside of bottom plate: Rs. 665/- per Sqm (for all above ground tanks)
GST @ 18.0% shall be recovered over and above the rates as specified above.
24.0 SPECIFIC CONDITIONS:
24.1 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 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.
24.2 Many works executed may need clearance from an Acceptance Committee formed by Corporation at
any stage of the work. Contractor shall render full cooperation and comply with all the observations,
instructions of the Committee at no extra cost to IOC
25.0 SPECIFIC CLAUSES ON TAXATION:
Clause Description
No.
DEFINITIONS
1 Contractual period / Work Completion Period /Contractual Delivery Date / Contractual Completion
Period shall mean the Scheduled Delivery / Completion Period as mentioned in the LOA (Letter of
Acceptance) or Purchase Order or Work Order and shall also include approved extensions, if any.
GENERAL
1 Where any portion of the GCC/any other section of tender, is repugnant to or at variance with any
provision of the Standard Taxation Condition (STC), then the provision of the STC shall be deemed to
override the provisions of the GCC and shall, to the extent of such repugnance or variations, prevail.
2 For the purpose of this STC, the term “tax” in addition to tax imposed under CGST (Central Tax)/SGST
(State Tax)/IGST (Integrated Tax)/UTGST (Union Territory Tax)/ GST Compensation Cess Acts, also
includes any duties, cess or statutory levies levied by central or state authorities.
Page 24 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Clause Description
No.
3 Rate variation in Taxes and any new promulgated taxes after last date of the submission of price bid
only on the final product and/or services (applicable to invoices raised on IOCL) within the contractual
delivery date /period (including extension approved if any) shall be on IOCL’s Account against
submission of documentary evidence.
Further , in case of delay in delivery of goods and/or services, any upward rate variation in Taxes and
any new promulgated taxes imposed after the contractual delivery date shall be to the Seller’s /
Contractor’s Account.
Similarly in case of any reduction in the rate(s) of the Taxes between last date of submission of price
bid relevant to the Contract and the date of execution of activities under the contract, the Contractor
shall pass on the benefit of such reduction to IOCL with the view that IOCL shall pay reduced duty/Tax
to Govt.
4 Wherever any escalation / de-escalation linked to raw material price (Basic price excluding taxes) is
allowed as per terms of the contract, Variation to the extent related to escalation / de-escalation of
value of material shall be allowed without Tax unless specified otherwise.
5 It would be the responsibility of the contractor to get the registration with the respective Tax
authorities. Any taxes being charged by the Contractors would be claimed by issuing proper TAX
Invoice indicating details /elements of all taxes charged and necessary requirements as prescribed
under the respective tax laws and also to mention his correct and valid registration number(s) along
with IOCL’s registration number as applicable for particular supply on all invoices raised on IOCL.
Contractor to provide the GSTIN number from where the supply is proposed to be under taken.
Further the HSN Code / Service Accounting Code (SAC) as applicable for the subject tender needs to
be provided in the columns provided in the technical bid.
In case the contractor is opting for Composition scheme under the GST laws (i.e Section 10 of the
CGST Act, 2017 and similar provisions under the respective State / UT law), the contractor should
confirm the same. Further the contractor to confirm the issuance of Bill of Supply while submission of
tender documents and no GST will be charged on IOCL.
In case the contractor is falling under Unregistered category, the contractor should confirm the same.
6 The contractor would be liable to reimburse or make good of any loss/claim by IOCL towards tax
credit rejected /disallowed by any tax authorities due to non deposit of taxes or non updation of the
data in GSTIN network or non filling of returns or non compliance of tax laws by the Contractor by
issuance of suitable credit note to IOCL. In case, contractor does not issues credit note to IOCL, IOCL
would be constrained to recover the amount including interest payable alongwith Statutory levy/Tax,
if any, payable on such recovery.
7 Tax element on any Debit Note / Supplementary invoice, raised by the contractor will be reimbursed
by IOCL as long as the same is within the permissible time limit as per the respective taxation laws and
also permissible under the Contract terms and conditions. Contractors to ensure that such debit Notes
are uploaded while filing the Statutory returns as may be prescribed from time to time.
Page 25 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Clause Description
No.
8 The contractor will be under obligation for quoting/charging correct rate of tax as prescribed under
the respective Tax Laws. Further the Contractor shall avail and pass on benefits of all
exemptions/concessions/benefits/waiver or any other benefits of similar nature or kind available
under the Tax Laws. In no case, differential Tax Claims due to wrong classification of goods and/or
services or understanding of law or rules or regulations or any other reasons of similar nature shall be
entertained by IOCL.
9 In case, IOCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of tax i.e. payment of
Integrated Tax in place of Central Tax+ State/Union Territory Tax or vice versa, the contractor is liable
to make good the loss suffered by IOCL by issuance of suitable credit note to IOCL. In case, contractor
does not issue credit note to IOCL, IOCL would be constrained to recover the amount including
interest payable alongwith Statutory levy, if any, payable on such recovery.
10 In case the contractor is opting for Composition scheme under the GST laws, in such event the
evaluation of his bid will be based on the Quoted Price.
In case the contractor is falling under Unregistered category, then GST liability, if any, on IOCL will be
included for the purpose of evaluation.
11 In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the delivered
price to arrive at the net landed cost.
12 IOCL shall reimburse GST levied as per invoice issued by the Contractor as prescribed under section 31
of the CGST Act and respective states and Rules.
13 To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all certificates,
documents and declarations as are required by IOCL to avail of the ITC with respect to GST reimbursed
by IOCL on materials sold to IOCL.
14 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of raising
Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment will be limited to
the rate quoted as per BID subject to increase /decrease in Rates after last date of submission of Price
Bid provided delivery is within the Contractual period.
15 CUSTOM DUTY (These clauses will not be applicable wherever port clearances are in the scope of
IOC and IOC is to take delivery at Port) applicable for Global Tender
15.1 Custom Duty for this clause shall mean Basic Custom Duty, Additional Duty of Customs levied under
Section 3 of the Customs Tariff Act equivalent to the IGST and Education Cess and Secondary and
Higher Secondary Cess.
15.2 The contractor shall within 7 (seven) days of dispatch /shipment of any such materials forward to the
owner, the following documents.
(i)Supplier’s /Vendor Invoice indicating item wise price of the materials for the purpose of
assessing customs and other Import duties
(ii) Bill of lading/Airway Bill
(iii) Package wise packing list
(iv) Certificate of origin and other relevant documents relating to the identification of the
materials.
(v) Other relevant documents for the assessment of customs duties and the clearance of
Page 26 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Clause Description
No.
goods through Customs.
15.3 The Contractor shall also be fully responsible for Port and Customs clearance including stevedoring,
handling, unloading, loading and storage and for satisfying all Port and Customs formalities for the
clearance of the goods , including preparation of the BILL(s) of Entry mentioning the applicable GSTIN
of IOCL and other documents required for import and or/clearance of the goods. The applicable GSTIN
shall be advised by IOCL. The Contractor shall also be fully responsible for any delays, penalties,
interest, demurrages, shortages and any other charges and losses, if any in this regard.
15.4 The Custom Duty payable shall be reimbursed on production of supporting documents or paid directly
to the Customs Authority, as the case may be.
15.5 IOCL shall pay the CUSTOM DUTY within 1 (one) working day or specified under Customs law, after the
day on which the CONTRACTOR furnishes the complete necessary documents including duty
requisition slip along with BILL of ENTRY to the IOCL’s designated office for release of requisite
materials/ equipment from Customs.
However additional cost on account of delayed payment of Custom duty due to IOCL’ s fault shall be
paid by IOCL.
15.6 IOCL will not bear liability towards payment of safeguard duty, Anti Dumping duty, Protective Duty or
Countervailing Duty on subsidized articles or any other such duties of Customs imposed by the
Government of India under Custom Tariff Act 1975 applicable on such materials in India.
15.7 All other costs towards Port and Customs Clearance shall be the contractor’s responsibility including
appointment and payment to clearing agents and no reimbursement will be made by IOCL except as
quoted in the price bid.
15.8 The contractor shall provide IOCL with all documents necessary for IOCL to claim Input Tax Credit (ITC)
of the IGST levied under Section 3 of the Custom Tariff Act. Should the contractor fail to provide any
such document(s) resulting in a shortfall in the ITC available to IOCL, the shortfall shall be made good
by the contractor by issuance of suitable credit note to IOCL. In case the contractor does not issue
credit note to IOCL, in such case, IOCL would be constrained to recover the amount along with
interest and statutory levy, if any, and such recovery would be without pre-judice to any other mode
of recovery from the Running Account or other bills or payments to the Contractor.
15.9 The input tax credit available to IOCL will be reduced to arrive at the net Landed cost in the hand of
IOCL for evaluating the Bids.
15.10 In case the bidder is availing any exemption under the prevailing customs law, then necessary
documentary proof for availing the said exemption is required to be submitted. In the event of non
submission of the requisite documents as per the conditions for availing the exemption by the
successful bidder, then the additional outflow on account of various taxes and duties will be
recovered from the bidder.
Page 27 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Clause Description
No.
15.11 The Tariff Head under which the goods will fall should be clearly mentioned along with the Custom
Duty Rate at the time of submission of Bid.
16 ROAD PERMIT /WAY BILL
16.1 IOCL will issue Road Permit/Way Bill, by whatever name it is called, to the Contractor only in those
cases where materials is purchased by IOCL directly and/or IOC is statutorily required to issue the
Road permit/Way Bill, by whatever name it is called. Contractor will be under obligation for proper
utilization of road permits for the specific supply and in case of seizure of goods/vehicle; the
Contractor will be wholly responsible for release and reimburse the litigation cost to IOCL.
16.2 IOCL shall on no account be responsible for delay or hold up due to the timely non availability of such
documents as are required to be furnished by the owner to obtain the Road Permit/Way bill, by
whatever name it is called. However, IOCL shall make best efforts to provide sufficient number of
Road Permits/way bill, by whatever name it is called. on demand to avoid any delay or Hold up.
17.5 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of raising
Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment will be limited to
the rate quoted as per BID subject to increase /decrease in Rates after last date of submission of Price
Bid provided delivery is within the Contractual period.
TDS
18 Wherever provisions of Tax deduction at Source (TDS) are applicable under the CGST / SGST /
UTGST/IGST Act ,2017 on supplies of goods or services or both to IOCL , tax will be deducted from
the invoice raised and deposited with the authorities by IOCL. TDS certificate as per provisions of
CGST / SGST / UTGST/IGST Act, 2017 shall be issued by IOCL.
Page 28 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
b. Wherever withholding tax i.e. Tax deduction at source (TDS) is applicable under the Income tax
Act, 1961 the same will be deducted from the Invoices raised and TDS Certificate as per provision
of the Income tax Act and Rules shall be issued to the contractor.
c. PAN is mandatory. If PAN is not provided TDS would be deducted at higher rate as per the
provisions of Income Tax Act.
26.1 Entire work shall be executed as per the IOCL specifications for civil & mechanical works. All the
bought out items used in the construction shall be sourced from the approved vendors of IOCL.
However, on the specific request of the Contractor, IOCL may approve name of any other vendor
not included in the approved list.
26.2 IOCL may appoint Third Party Inspectors (TPI) for inspection of work at various stages of
construction and as per the QAP & IOCL specifications. The fee of TPI will be paid by IOCL.
26.3 Over and above the inspections carried out by TPI, the work will also be inspected by the Engineer
/ Engineers from respective Divisional Office
26.4 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.
26.5 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.
26.6 The Contractor shall make arrangements for retention of samples of approved materials till
completion of work.
26.7 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.
26.8 Contractor shall provide all the necessary equipments required for field tests to maintain the
quality of work as per QAP and IOCL specifications.
the work, outside Corporation’s premises. The Contractor shall take due care while disposing of such
waste materials and ensure that any rules/ regulations laid down by Municipal Corporation or any
other statutory body are not violated. The Contractor shall be responsible and answerable to any
complaint arising out of improper disposal of waste material. Quoted rate shall involve the cost of
same and no extra payment shall be made towards this account.
27.2 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.
27.3 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.
28.0 PAYMENT SCHEDULE:
The work order to be placed by Delhi State office and payment will be released from the Delhi
State Office as per following terms. Part payment shall be allowed,
SN DESCRIPTION % PAYMENT
SN DESCRIPTION % PAYMENT
Final bill shall be released only after successful completion of all the activities and after the Final
Acceptance by IOCL for the work in its entirety.
There shall be no restriction in value for submission of RA bills . In normal circumstances, payment
shall normally be made within 30 days from the date of receipt of bills , provided the bills are
legitimate and free from any dispute..Contractor has to submit the RA/Final Bills to the state office
along with all required document for release of the payment. The Entry of the Bills should be done in
Bill Tracking System (URL https://associates.indianoil.co.in/Vendor). The clarifications (If any) on
the submitted bills should be sought by Corporation from the contractor with 30 days and
contractor should submit the clarifications within a period of 15 days.
Page 31 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
31.0 The Corporation reserves the right to accept any tender in whole or in part and reject any or all
tenders without assigning any reasons.
32.0 Any conditional / incomplete offer or failure to follow above instructions shall lead to
disqualification. Providing any details of rates offered in the technical commercial bid section will
lead to disqualification of the bidder
At all places in the GCC enclosed with the tender document, OWNER shall mean INDIAN OIL
CORPORATION LIMITED, MARKETING DIVISION, HEAD OFFICE, with its office at G9, Ali Yavar Jung
Marg, Bandra(E), Mumbai-400051.
35 Holiday Listing :
The purpose of putting a party on holiday list is to protect IOCL interest from dealing with
undesirable party , Reason for putting a party on holiday list may include any one or more of the
following :
I. Has indulged in malpractices such as bribery, corruption, fraud and pilferage , bid rigging
and price rigging.
II. Is bankrupt or is being dissolved or has resolved to be would up or proceedings for winding
up or dissolution have been instituted.
III. Has submitted fake, false or forged documents/ certificates.
IV. Has submitted materials in lieu of materials supplied by Indian Oil or has not returned or has
short returned or has unauthorized disposed off materials/ documents/ drawings tools or
plants or equipments supplied by Indian Oil.
V. Has obtained official company information or copies of documents in relation to the tender/
contract, by questionable methods/ means.
VI. Has deliberately violated and circumvented the provisions of labour laws/ regulations/ rules,
safety norms or other statutory requirements.
VII. Has deliberately indulged in construction and erection of defective works of supply of
defective materials.
VIII. Has not cleared Indian Oil's previous dues.
IX. Has committed breach of Contract or has failed to perform a contract or has abandoned the
contract.
X. Has refused to accept Fax of Acceptance/ Letter of Acceptance/ Purchase Order/ Letter of
Intent/ Work Order after the same is issued by Indian Oil within the validity period and as
per agreed terms and conditions.
XI. After opening of Price Bid, on becoming L-1, withdraws/ revises their bid upwards within the
validity period.
XII. Has parted with, leaked or provided confidential/ proprietary information of Indian Oil given
to the party only for his use (in discharge of his obligations against an order) to any third
party without prior consent of Indian Oil.
XIII. Any other ground for which in the opinion of the Corporation makes it undesirable to deal
with the party on grounds as defined in GCC.
i. If the security consideration, including questions of loyalty of the party to the State so warrants.
ii. If the Director/Owner of the party, proprietor or partner of the party is convinced by a Court of
Law under normal process of law for offences involving moral turpitude in relation to its
business dealings during the last five years.
Page 33 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Moral Turpitude means to be a conduct contrary to justice, honesty, modesty or good morals
and contrary to what a man owes to a fellowman or to society in general.
iii. If the party uses intimidation/threatening or brings undue outside pressure on IOCL or its
officials in acceptance/performances of the job under the contract.
v. Transgression of Integrity Pact for which in the opinion of IOCL makes it undesirable to deal with
the party.
vi. Based on the findings of the investigation report of any investigative agency, Government Audit,
any Law enforcement agency or Government regulator against the party for malafide/unlawful
acts or improper conduct on his part in matters relating to IOCL or even otherwise.
If a communication is received from the Administrative Ministry of Indian Oil to ban a party from
dealing with Indian Oil.
Page 34 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Tenderer should submit in the bid, list of minimum construction equipment, tools & tackles to be
deployed at site for completion of the work within the stipulated completion time. On award of
works, the details submitted by the successful tenderer shall be reviewed by IOCL during the Kick Off
Meeting & approved along with Construction Program to be adhered to for execution of works
within the stipulated timelines.
All materials required for execution of work must be got approved by our site representative before
they are brought to the site and also before being actually put to use. All facilities/equipment
required for prior inspection of materials and subsequent inspection of work to be made available by
the Contractor for inspection by IOCL and/or authorized personnel of IOCL.
Entire works shall be carried out under the supervision of IOCL Site Engineer AND/ OR the authorized
representative of IOCL.
40 At all places in the GCC enclosed with the tender document, OWNER shall mean INDIAN OIL
CORPORATION LIMITED, MARKETING DIVISION, HEAD OFFICE, with its office at G9, Ali Yavar Jung
Marg, Bandra(E), Mumbai-400051.
ANNEXURE -5
SCOPE OF WORK
1. All work have to carried out in the existing Operational Terminal due to that reason all required
safety precautions to be taken as per OISD/IOCL norms and as directed at site. Due to Operational
and safety reasons, work may have to be carried out in the restricted timing & in day & night as per
site requirements. Tenderer’s while quoting rates may consider all above factors quote accordingly.
1.1 Party has to complete the Total station survey and Soil investigation and collect other site details
within 10 days from the date of handing over of site
Page 35 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
1.2 Submission of detailed design, Design calculation and All drawings for the above given size of tanks
for approval of IOCL within 03 Weeks from the date of handing over of site. The drawings should be
made in reference to the attached directional drawings and as per requirement of IS 803 & API
650. The Joint welding efficiency 85% and corrosion allowance of 1.5 mm shall be considered. Tank
roof shall be self supported.
1.3 The all drawings and design means the drawing & design of Sand pad foundation, Finished level of
foundation with ref. to existing tanks, Tank fabrication drawings, Steel plate cutting schedule,
Location and dimensions of Wind girders, General arrangement drawings, Tank appurtenances ,
Fixed Foam system, Sprinkler system, Self supported roof , Internal Floating roof, Guagewell, P&ID
diagram with Pipelines etc.
1.4 The design of existing External Floating tank T-305A and T-305B shall be checked with Internal
floating Roof with self Supported structure.
1.5 Submission of as built drawings (4 sets) including submission of SOFT COPY drawings after
completion of tank fabrication work as per enclosed specifications.
1.6 Contractor shall got the approval for all the drawings, design, design calculations from the Third
Party of CR/IFR tanks of above given size. The TPI agency list is given in Tender document. There
shall be no extra payment towards TPI charges.
1.7 Fabrication, erection, testing & commissioning of CR and IFR storage tanks (Internal Floating Roof)
as per approved drawings and specifications and details given above .
1.8 Provision of Internal floating Roof on existing tank no. T-305A and T-305B
1.9 Fabrication, laying, welding, testing & commissioning of all piping works related to Fire hydrant,
Sprinkler system, Foam systems.
1.10 Fabrication, erection of all Pipeline supports as per approved drawings.
1.11 Supply of items as per the items provided in the schedule & scope of works. 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.
All items under this section shall be quoted for supply to site including unloading.
Third party inspection for the supply items shall be in tenderer's scope.
Approval of TPI agency shall be obtained from IOCL on award of contract to be engaged for
inspection
Clearance of all materials as per agreed QAP to be firmed up after placement of order by the
Corporation.)
1.12 The scope of work covered under this item consists of construction of sand pad foundations for
Page 36 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
vertical tanks with brick pitching on aprons. Sand pad foundation shall be provided for normal soils.
The design of Foundation to be approved by IOCL based on the soil characteristics particularly safe
bearing capacity. Adequate precautions to be taken during use of Vibratory rollers near green
concrete foundations/ retaining wall structures while carrying our land development & concreting
works concurrently.
1.17 Supplying and providing structural supports with pad plates for fixing the Water over flow pipe &
Water fill pipe, Target Scale Indicator, welding the nozzles on roof for the Target Scale Indicator
including locating and welding dead weights Etc.
1.18 Transportation of all free issue materials from IOC’s store at work site to bidders store and return
unused/ scrap materials to IOC’s store at site after completion of the work. Free issue steel plates
should be properly stacked at site using dunnage.
1.19 Radiography/ DP test and all other tests on tanks as per codes, testing procedures and schedule of
works.
1.20 Carrying out hydrostatic testing, pneumatic, vacuum and other tests as specified in code/
specifications using Bidder’s own equipment.
1.21 Liaison with CPWD/ Legal Metrology authority for Calibration of tanks and preparation of calibration
charts. Getting charts approved from statutory authorities before submitting to IOC.
1.22 Clearing job sites of all surplus material, debris, scrap, construction equipment etc. as per directions
of Engineer-in-Charge.
1.23 Surface preparation and painting of external and internal surfaces as per requirements specified in
painting specifications. Performance Bank Guarantee and Joint Performance Warranty.
The performance Bank Guarantee & joint performance warranty ( to be signed by the
vendor and paint manufacturer as per attached Performa) for painting works for a period as
mentioned below for different type of individual work to be submitted:-
Page 37 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Warranty
S. No. Zone Painting Details Period
First Time Painting
1 A External Painting 4
2 a Internal Painting 5
First Time Painting
3 B External Painting with Aluminium Paint 3
4 B Internal Painting 5
5
6 B External Painting with PU Paint 5
Zone A & B – Re Painting
7 A&B External Painting with PU Paint 5
8 A&B Internal Painting 5
9 A&B Internal Painting of FR Deck 3
This performance bank guarantee as per the attached Performa has to be deposited in the
form of BG which shall be of the value equivalent to 10 % of the WO value(Painting Item
Only) and shall over & above the applicable normal SD. The validity of such performance BG
shall be as per period mentioned above for individual type of work. Besides the
performance bank guarantee, the vendor has to submit the joint performance warranty
which is to be signed jointly by the vendor and the paint manufacturer for painting works for
a period as mentioned above as per the attached Performa.
1.24 Pipeline dismantling, laying new/old pipeline with all required fittings as per SOR to complete work
in all respect. All required civil work for pipeline & tank work etc.
1.25 Dismantling of Fire Screen & required pipeline tank connections and re-fixing all removed fittings on
tank.
1.26 Construction of Pipeline culverts , Pump house manifold etc.
1.27 Laying , commissioning hydrant pipeline in Extended TT parking area and Proposed additional tank
age area.
1.28 Installation of all IOCL supplied items ( HVLR, ROSOV,DBBV, MOV Gate Valves, all other types of
valves, Pipelines, Pumps etc ) complete in all respects .
The bidder and any of his personnel or agents will be granted permission by the Owner to enter upon his
premises and lands for the purpose of such inspection, but only upon the explicit condition that the bidder,
his personnel or agents will release and indemnify the Owner and his personnel and agents from and against
all liability in respect thereof and will be responsible for personnel injury (whether fatal or otherwise), loss
of or damage and expenses incurred as a result hereof.
2.0 MISCELLANEOUS
Page 38 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
i. All SOR items includes supply of all required approved make material & laying/fixing the same
with all required plants/tools, manpower etc. as per specifications complete in all respect &
Clearing job sites of all surplus material, debris, scrap, construction equipment etc. as per
directions of Engineer-in-Charge or as directed by the IOCL.
ii. Contractor to execute all items as per schedule of rates & any other extra items required to
complete the work only with required approval from IOCL.
iii. Work shall be carried out in running Terminal with all required safety & Height precautions as per
OISD / IOCL after obtaining required daily Work Permit only. Contractor should visit site before
quoting the rate to see site conditions. Work shall be done on all working days in working hours
only. Accordingly Contractor have to make required material & labour arrangement to complete
work within W.O. completion time only and no extension of time to be granted on this
iv. The scope of work is defined in general and is not limited to above. Bidder has also to carry out
job which is not listed here but required for completion and commissioning of tanks.
Page 39 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
ANNEXURE -6
LIST OF DRAWINGS
SN DESCRIPTION Remarks
1. Pipeline pedestals drawings 01 Set
2. Tank Nozzles 01 Set
3. Flange 01 Set
4. Layout Drawing 01 Set
5. Expansion Line Drawing 01 Set
6. Tank Farm Impervious Drawing 01 Set
Page 40 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
ANNEXURE -7
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 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
SPECIFIC TESTS ON MATERIALS AND THEIR FREQUENCIES & SPECIFIC TESTS ON WORKMANSHIP
(b) Compressive
Lot Sample Permissible
IS:3495
Strength
Size size No of
(Part I)
(Nos) (Nos) defective
Bricks
2001 to 5 0
10000
10001
to 10 0
35000
35001
to 15 1
50000
Page 44 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
(c) Water - do - - do -
Absorption
- do –
(d) Efflorescence
(Part II)
- do -
Page 45 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Page 46 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
6 Structural (a) Tensile strength IS:1608/ One test for every 25 tonnes of steel
steel sections or part thereof
IS:1663/
Page 47 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
7 Flooring tiles (a) Flatness, IS:1237 18 tiles from each source of supply
PCC/ terrazzo perpendicularity,
thickness of wearing
layer
(b) Water absorption
(c) Wet transverse - do – 6 tiles out of 18 randomly selected
strength tiles
(d) Resistance to wear - do -
- do -
- do -
- do -
8 Burnt clay (a) Water absorption IS:3495 As per Table –2 of IS:5454 given as
roof tiles under:
(Part II)
(Hand made
as per IS:2609
(Part II) Lot Sample Permissible
Size size No of
(Nos) (Nos) defects
2001 to 5 0
Page 48 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
9 Timber for (a) Specific gravity and IS:1708 As per clause 3.3 of IS:8720
wood work weight (Amendment 1)
- do –
(b) Moisture content
- do –
10 Water for (a) Test for acidity and IS:456 Once at the stage of approval of
construction alkalinity (PH Value) source of water
purpose
(b) Test for solid
contents
- do –
- do –
11 Plywood (a) Moisture content IS:1734 As per Table – 1 of IS:7638 for value of
(IS:303) acceptance quality level (AQL)=1.5%
(Part I)
Page 49 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Page 50 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
- do –
(b) Water resistance
test
IS:1734
(Part VI)
- do – - do – - do –
(d) Flakiness
IS:2386 1 test per 100 M3
(Pt-II)
IS:2386 - do –
(Pt-III)
15 Bitumen for (a) Penetration value IS:73 1 test per batch of bitumen supplied
road in bulk or drums
pavement
works (b) Softening points
- do –
- do –
(c) Elongation
- do –
- do –
(d) Wax content
- do –
IS:1209
(e) Flash point/ fire
point - do –
IS:1208
(f) Ductility
Page 53 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
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, tiles, pipes, manufactured or fabricated items, paints, bitumen’s products, pre-laminated
boards, electrical and mechanical equipments 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.
3. Where factory manufactured or fabricated materials are to be used, the approved sources may be
decided based on proven past track/ IS embossed/ ISI certified/ conforming to IS specifications.
SPECIFIC TESTS ON WORKMANSHIP
SN MATERIAL TESTS TESTING FREQUENCY OF TESTS
METHOD
1 Structural concrete (a) Slump test or IS:109 Minimum frequency of
compacting factor or sampling of concrete of each
(M-15 grade and above)
Vee-Bee time grade shall be as under:
Random sampling shall be
carried out to cover all Qty Sample
mixing units (cum)
(No)
1-5 1
(b) Compressive 6-15 2
strength
16-30 3
IS:516
31-50 4
> 51 4 + 1 sample
for every 50
cum
Page 54 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Page 55 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
ANNEXURE -8
girders and reinforcement plates for shell/roof manholes & nozzles as assessed on the basis of actual
utilization.
2.3 The detailed fabrication drawings shall include materials specifications, sizes, quantities and
component wise weight of tank bottom, shell, roof and all other fittings and appurtenances required
to complete the desired tanks.
2.4 In the event of contractor’s making or proposing to make uneconomic utilization of steel plates, the
quantity to be given to the contractor shall be based on the IOC’s assessment only and the additional
steel plates used by the contractor shall be procured by him at his own cost.
3.0 ERECTION & FABRICATION
3.1 The scope of work under erection and fabrication services of the contract shall include supply of all
materials required for the entire work (except the materials specifically listed as IOC supply), receipt,
movement, handling and storage of all materials issued by IOC from time to time. It also includes
supply, transportation, fabrication, erection, alignment, welding, testing, painting and commissioning
of all appurtenances and accessories and other instruments as specified in the tender documents,
final cleaning, supplying and application of primers and paints as required.
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 convexbed 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 65-75 microns and 2 coats of amine adduct cured HB epoxy
liner of 100-125 micron each coat , up to total DFT of 265 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.
Page 57 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
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 structure during erection
including load of equipments.
3.15 No permanent bolting or welding should be done until proper alignment is obtained.
4.0 LIST OF STRUCTURALS AND APPURTENANCES FOR TANKS ( *Tentative list of structural’s and
appurtenances is given below however Size shall be as per approved design)
Gauge Nozze
14 Manual 100 1 no
Dip/Sampling
WITH SPARK
PROOF Gauge
Hatch
15 Multi Point 80 1 no
Temperature
Nozzle+Stillwell
16 Auotmatic Over 50 1 no
Spill Protection
System Nozzles
17 Thermal Expansion 25 1 no
Nozzle
18 Central Dip hatch 200 1 no
19 PVRV Valve 300 3 nos Includes supply of roof nozzle & Breather
valve
20 Emergency valve & 600 1 no Includes supply of roof nozzle & EV valve
vent
21 Roof Eye Bolt - 36 nos
22 Painter’s Hook - 1 no
23 Nozzle for density 80 1 no As per drawing
probe+Still well
24 Foam Pourer 200 6 Nos As per drawing
Nozzles
25 PVRV Roof Nozzle 300 3 Nos
26 EVV Roof Nozzle 600 1 Nos
27 Water Draw off 100 15 m
Pipe
28 Expansion Relief 25 1 SET As per drawing
line
Page 59 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
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 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 ( WPS & PQR ) 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
Page 60 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
INTRODUCTION :
This part of the bulletin is a concise guideline to our Field engineers to monitor the fabrication jobs more
effectively at site. This will help them to inspect the parameters on daily basis to leave possibly no point to
be course corrected. This “Guideline” deals with construction (mechanical part mainly) of storage tanks,
different tolerances, generally used material specifications, laying of pipelines etc.
Check the availability of manufacturers / fabricators drawing at site and crosscheck them with the approved
drawings / specification / standards. Ensure that all relevant codes/ standards are available at site.
Check foundation pad and slope. Normally from annular plate to bottom center, the slope shall be towards
central sump (1 in 40 max with a maximum drop of 250mm at centre) and the annular plate extension
to tank pad edge, the slope shall be outward (1 in 20).
40 20
1 1
1.5
Tank Foundation 1
Page 61 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Check the plates, verify with the test certificate (shall confirm to IS 2062 Gr B, fully killed steel specification).
For ready reference, Table-1 is enclosed.
Check the edge of plates (for laminations, if any), squaring of the plates (both diagonals should be same) and
rolling of the plates with template.
Ensure the quality of electrodes, batch wise and record it in format-06. Ensure only IOC approved electrodes
are being used.
Ensure preparation & approval of Procedure Qualification. Records to be maintained in format – 09 (QW-
482) & 10 (QW-483). The formats enclosed here are abstract from ASME Section-IX. The fabricator has
to qualify the procedure and should get it approved. The fabricator may use the above said formats to
make their own formats.
Ensure qualification of Welder or Welding operator. Check the welders certificate and validity. Record to be
maintained in format – 11 (QW-484) & 12. The format-11 is abstract from ASME Sec-IX. The fabricator
can use this abstract to make his own format.
Before laying the bottom plates, ensure the under side of the bottom plate is painted with one coat of Epoxy
Zinc Phosphate primer and two coats of high build bituminous black coating after sand blasting the
surface to standard SA2½.
Ensure that water draw off sump is pre-fabricated separately and laid first on the foundation. Pre-
fabrication is done to ensure proper welding of collar from both sides. Sump shall be pneumatically
tested at 15 psi air pressure. The butt joints in sump vertical wall shall be completely radiographed.
While laying the bottom plates, ensure that sump collar is below the bottom plate.
Ensure that both side of sump collar to bottom plate welding is DP tested after root run.
When annular plate is provided (for tank dia 14 meter), ensure that backing strip is welded to one of the
plates to be joined before laying the plates. First lay the annular plate with backing strip, then weld
the annular plate with square edge, 50% of the annular plate joints should be radiographed locating
majority of them under the intersection of the annular plate and shell plate welding position (before
erecting the shell plates).
Ensure that the three plate bottom plate lap joints do not come closer than 300mm from each other, from
the tank shell, from butt-welded annular plate joints, and from joints between annular plates and the
bottom. (Lapping of two bottom plates on the butt-welded annular plates does not constitute a three-
plate lap joint). Ensure that the radial width of annular plate, if provided, is at least 600mm.
Ensure that the short seams are welded first to minimize the undulations of bottom plates. Ensure that the
sequence of welding is maintained as per the approved drawings.
Page 62 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Ensure that the size of the bottom fillet welding is same as the thickness of bottom plates.
Ensure that the slope of the bottom plate is as per the approved drawings (1:40 max) provided that the drop
at center is limited to 250mm max.
Test the bottom plate welding joints with Vacuum Box method at 3 psi vacuum. Record the same in the
prescribed test format.
If jack-up method is used for tank fabrication, welding shall be started with top course, then roof with
structures.
Ensure thickness of each course as per approved drawing.
Ensure the removal of tack welds used in the assembly of the vertical joints of tank shell plates and those
used for assembling the shell to the bottom shell plates. These tack welds shall not remain in the
finished joint.
After root run, back gauging or grinding is to be carried out and the sequence of further welding shall be in
such a way that the distortion on the plate will be very minimum.
Vertical welds of individual shell courses shall be welded first before fitting, tacking the horizontal joints.
This would minimize shell warpage and allow weld shrinkage so that correct circumference of the tank
is obtained.
Each course wise the dimensional checks (verticality, circularity, peaking and banding) should be checked as
against the dimensional tolerances given in the following pages.
Welded area shall be marked with joint numbers, and welder numbers.
As the welding is in progress, take radiographs progressively and ensure that the radiographs are regularly
cleared.
All the cleats should be removed. Any grooves, dents or cut/tear marks should be weld built up and ground
smooth to the profile of the plate.
All the shell nozzles size and thickness should be ensured as per the approved drawings.
All the nozzles of size more than 64mm should have reinforcement pad (Minimum dia of reinforcement pad
shall be 2D, where D is the dia of the nozzle). Tell-tale hole of dia 6mm on the pad plates should be
drilled and threaded before fixing it with shell (Both the tell-tale holes should be on the horizontal
centre line of the nozzle). It shall be ensured that the edges of the shell opening are free from
Page 63 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
lamination (just after cutting but before fixing pad/nozzle). Penetrant test should also be carried out
after root run at internal welding of nozzle to shell/pad. After completion of welding all the
reinforcement pads should be tested pneumatically through tell-tale hole at 15 psi with soap solution.
After the test is over, tell-tale holes should be capped with a screw.
The fillet size of the shell plate to bottom plate joint should be checked and should not be greater than
12mm and less than the nominal thickness of the thinner of the two plates joined, nor less than the
following values :
Maxm. Thickness of Minimum size of
shell Plate, mm fillet weld, mm
5 5
6 to 20 6
21 to 30 8
Over 32 10
Ensure that none of the vertical joints of first shell course rests on any of the joints of bottom annular or
sketch plates.
30. Ensure the correct size of roof nozzle before welding. Ensure that all the roof nozzle openings
greater than 150mm dia, are reinforced with a plate ring having the same thickness as roof plate.
31. Ensure the slope of the roof plate in the cone roof tank is as per the approved drawings. The welding
of the curb angle to roof plate should be frangible one. This joint should give away first, in case of any
pressure / vacuum builds up inside the tank. Only one run of welding shall be carried out.
32. While welding wind girders, ensure that welding from topside is complete seal welding. From bottom
side, stitch welding shall be carried out. Length of each stitch shall be 100mm with 100mm gap
between two stitches.
Check the wind girder with water for any water logging/ marks, and make additional holes if required.
33. In staircase welding, steps shall not be welded to the shell plates directly. Pad plates should be
welded to shell plates and then steps should be welded to these. Avoid welding of steps on any of the
horizontal or vertical welded joints.
1. In cone roof tanks with columns, ensure that base of the column is not welded to tank bottom. Only
guides (angle section cleats) are welded to the bottom plates around the column base to restrict its
lateral movement.
Page 64 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
2. Ensure that all the connections between column and girder and between rafters are bolt connection
and not welded ones. Also refer the standard drawings for this.
3. Ensure that crown plate is shaped by pressing and not by heating or hammering.
4. Ensure that the bottom of vertical angle iron post of roof railing is welded on roof plates and not on
curb angles.
5. Ensure that the toe plate (100 x 5mm flat) welded in roof handrail, is not touching the roof plates.
There should be 20mm gap between the toe plate and roof plate to allow draining of water from the
rooftop.
6. Hydrotest shall always be done before internal & external painting of the tank. Painting seals the weld
joint deformities temporarily giving false indications of the test. During the repairs also the paint gets
damaged.
7. As built drawings of the storage tanks should be prepared, certified and signed. They should be
submitted to Loc-in-charge before commissioning.
8. In case of any delay in commissioning the tank after mechanical completion, bare portion of the tank
internals should be cleaned, dried and spread with linseed oil to avoid atmospheric corrosion.
DIMENSIONAL TOLERANCES for TANKS
Circularity/ Roundness
Radius measured at 300mm above the bottom corner weld joint shall not exceed the following
tolerances :
Verticality/ Plumbness
Check verticality / maximum out of plumbness of the top of shell relative to the bottom of the shell.
The limit is 5mm per meter height (i.e. 1 in 200) as per IS-803 / API 650.
Page 65 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Peaking is the amount of projection measured over an arc length of 1 meter at the vertical welding.
The same shall not exceed 12mm at any point. It is measured with 1 mtr long template of radius equal
Banding is the amount of depression measured over a straight edge of 1 meter length at the
horizontal weld joint. The same shall not exceed 12mm.
Misalignment
In completed vertical butt joints, misalignment should be 10% of plate thickness or 1.5mm (for t
20mm)/ 3mm (for t > 20mm), whichever is larger (as per IS-803).
In completed horizontal butt joints, the projection of upper plate w.r.t. face of lower plate at any point
shall be 20% of upper plate thickness with maximum limit of 3mm. A projection of 1.5mm is
permissible for upper plate less than 8mm thick (as per IS-803).
Check the minimum thickness requirement of roof rafters and trusses (other external & internal roof
structural also) is meeting the specification of approved Drawings, but ensure that minimum thickness
a) The gap between shell & rim of the roof during erection of the roof should be 12mm from the
nominal gap.
b) The distance from the centre of the floating roof assembly to the vertical face of its outer
circumferential rim, prior to fitting of sealing mechanism, should have a tolerance of 12mm for
tank upto 44mtr diameter and 25mm for tanks with diameter over 44mtrs.
c) The tolerance of the gap between the shell and the rim of the roof is 50mm (notwithstanding
the various tolerances for shell dimensions and the floating roof).
NB : During fitment and welding, close tolerances of half of the final value should be kept.
Page 66 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
1. The center of the roof, the center of the track and the center of the ladder shall fall in same centerline
(i.e along the diameter of the roof).
2. The tank shell and the floating roof should be concentric. The Guage pipe casing and the sleeve should
also be concentric.
3. The distance between the Dip hatch pipe center to shell, uniform gap between dip hatch pipe and
sleeve and Rim gap all around shall be confirmed as per approved drawing.
4. The plumb of dip hatch pipe and sleeve pipe shall be checked & recorded. Verticality shall be ensured.
5. The dimension of both the dip hatch pipe sleeve flanges (lid cover) shall be of same dimension.
6. Both the floating roof ladder wheels shall have brass sleeves to avoid any spark, while rolling on rails.
7. The distortion of welding in the floating roof shall be kept minimum.
8. Slope of the roof should be crosschecked to match with the approved roof drawings with deck height
of minimum 432mm at the center.
9. Pontoon compartments may be pneumatically tested at 75 mm of water column pressure. Central
drain sump shall also be tested at 15 psi pressure before erection. Ensure the DP test of central drain
pipe to reinforcement plate welding at the lower deck plate after root run.
10. Following welds shall also be DP tested
- All lap welds falling within 150mm length from outermost edge of lower deck.
- All rim plate butt joint upto a height of 500 mm above the lower deck plate.
11. Carry out Chalk kerosene test of all fillet joints of rim plate, compartment plate, ring plates as well as
butt joint of rim plate.
12. Ensure double earthing from upper side surface of top deck to rolling ladder and from rolling ladder to
tank shell of floating roof.
13. Ensure that the foam dam is stitch welded to the roof plates (if foam chambers are provided).
14. Ensure that the inner side of the shell welding is smooth and ground flush to avoid damage to foam
seal cover.
Distortion is best controlled at the design and assembly stages since correction after welding can be costly.
The following points should be considered.
n. Weld the more flexible section first as these are most easily corrected.
o. For roof plate welding use 2.5 mm E-6013 electrode.
p. Ensure proper speed & optimum current in welding. Over current causes under cutting of the
plates.
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.
Page 69 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
25. Span of the pipeline supports should be kept as given under (as per Eng. Vol.-3).
Nominal pipe size (mm) 250 300 350 400 450 500 600
Maximum span (mtr) 6.71 7.01 7.62 8.23 8.53 9.14 9.75
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 :
1. Injurious gouges, grooves or notches shall be removed. These should be repaired by using approved
welding procedures or removed by grinding provided the resulting wall thickness is not less than the
material specification tolerance.
3. Notches or laminations should be completely removed and the ends be properly re-beveled.
5. Dents containing a stress concentrator, such as scratch, gouge, groove or arc burn should be removed
by cutting out the damaged portion. All dents that affect the curvature of the pipe at the seam or at
any girth should be removed.
2. Incomplete penetration :
Involves lack of penetration at the root (in one side welding) or at the centre of the welding (in two
side welding). The reasons are
Incorrect joint design (Low root gap).
Improper welding parameters.
Current range.
Incorrect electrode size.
Incorrect polarity when DC is used.
3. Slag inclusions :
These are entrapment of oxides and non-metallic solid material in the weld deposit or between the
weld metal and base metal. Slag normally floats over the molten metal. The reasons are
Improper cleaning of previous run before carrying out further run of welding
Improper rate of solidification.
Incorrect Electrode size for root pass.
4. Cracks :
Cracks are the linear ruptures of the metal under stress. Cracks are normally not acceptable
irrespective of size. These occur mainly due to
Faster cooling rate
Increasing wall thickness.
Page 71 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Increasing restraint.
High strength of base or filler metal.
Temperature difference in parent metal being joined.
5. Porosity :
Porosity is the presence of gas pockets of voids caused by the entrapment of gas evolved, during weld
metal solidification. This can be present because of
Improper shielding during welding.
Rust on the weld face.
Too much generation of gas in the weld pool.
Sudden cooling of slag.
Presence of rusts, water on the edge of welds
In addition, other common weld defects are a) Root Concavity, b) Excessive penetration,
Use of correct size penetrameters should be ensured by Site Engr. Any deformation or damage in the
penetrameter should not be allowed. Damaged bigger size penetrameter cassette to suit the film size
should not be allowed. Ensure that while taking the radiograph full undamaged / un-deformed
cassette is placed during radiography.
The optical density of the radiograph should be 2.0 to 4.0. It should be checked with the help of
Densitometer, which should be produced by the contractor once asked by the Site Engineer.
Record of radiographs should be made in a separate register, using development diagram.
Random radiography should be done in presence of and as directed by site engineer/ M&I Officer.
Verification of radiographs shall be done at site by site engineer / M&I Officer or the representative of
Engr-in-Charge.
Preferably, processing of the film should be carried out at site.
Site Engr should choose the place for random spot radiography.
Development drawing shall also be taken and location of radiographed joints shall be mentioned/
highlighted.
Retake / Repair radiographs should have ‘RT’ and ‘R’ letter respectively as suffix to the original
identification no. of the joint.
Site Engr 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.
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.
Page 73 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Table-1
Material Specification
5.65√So
GL=
(STRUCTU Gr. B 0.22 1.50 0.045 0.045 0.40 410 250 23
RAL) Gr. C 0.20 1.50 0.040 0.040 0.40 410 250 23
A 283 Gr. A 0.14 0.90 0.04 0.035 0.40 310-415 165 30 (GL=2”)
Gr. B 0.17 0.90 0.04 0.035 0.40 345-450 185 28 (GL=2”)
Gr. C 0.24 0.90 0.04 0.035 0.40 380-515 205 25 (GL=2”)
PIPE API 5L welded Gr. A 0.21max 0.90max 0.03max 0.03max -- 331 207
Gr. B 0.26max 1.15max 0.03max 0.03max -- 413 241
Seamles Gr. A 0.22max 0.90max 0.03max 0.03max -- 331 207
s Gr. B 0.27max 1.15max 0.03max 0.03max -- 413 241
IS 1978 Electric YSt 170 Cl. I 0.21max 0.30-0.60 0.06max 0.045max 310 170
welded/ YSt 170 Cl. II 0.21max 0.30-0.60 0.06max 0.045-0.08 310 170
seamles YSt 210 0.22max 0.90max 0.05max 0.04max 330 210
s YSt 240 0.27max 1.15max 0.05max 0.04max 410 240
A 106 Seamles Gr - A 0.25 0.27-0.93 0.035 0.035 0.10 330 205 35(GL=2”)
s Gr – B 0.30 0.29-1.06 0.035 0.035 0.10 415 240 30(GL=2”)
Gr – C 0.35 0.29-1.06 0.035 0.035 0.10 485 275 30(GL=2”)
FORGINGS A 181 CLASS 60 0.35 1.10 0.05 0.05 0.10-0.35 415 205 22(GL=2”)
CLASS 70 0.35 1.10 0.05 0.05 0.10-0.35 485 250 18(GL=2”)
FLANGES A 105 0.35max 0.60-1.05 0.04max 0.035max 0.10-0.35 485 250 30(GL=2”)
Figure - 1
Material Specification
Page 74 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Angle 60-70
3 mm max
R T
RADIOGRAPHY PROCEDURE
This test is carried out to ensure the quality of welds. This is a volumetric test that gives an image of
internal impressions on a film. The internal flaws, which cannot be seen by naked eyes or other tests like
DP test, MP test etc., can be easily made out as they leave an image on the film.
1.0 SCOPE :
This procedure specifies the recommended practice for the radiographic examination of Butt
welds of Storage tanks & piping. It uses X-rays or Gamma rays (mainly used) to produce a shadow of
the internal condition of a job on a recording medium.
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.
Material Specification
Page 75 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
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.
To have a permanent and traceable record, a system of identification of the radiography should
be established. This distinctive number should include specimen/ part/ job/ drawing number,
weld/joint number, and welder number. In addition, the progressive locations should also be
identified by suitable location markers. Date of radiography should appear on the film.
Lead numbers/ markers of suitable size are used to identify the radiographs and they are
placed parallel to the weld seam as illustrated in ASME Sec V Article 2, fig. T-275. The
locations to be radiographed should be precisely marked on the surface of the job
adjacent to the weld, prior to the commencement of radiography. This would enable to
identify and locate the defects, if any, for the purpose of repair for visual examination.
The identification number of the radiographs of repaired welds should also contain the
symbols R1, R2, R3……….. These numbers are the indication of the number of times the
weld is repaired.
Page 76 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
The source is placed outside the piping. Number of exposures is to be at least 3, covering
120 degree each of the piping with minimum overlap of 12mm to each other. This
technique is used mainly for NB 3” and above piping radiograph.
All radiographs should be free from mechanical, chemical or other blemishes to the extent that
they cannot mask or confuse with the image of any discontinuity in the weld being
radiographed.
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 77 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
6.6 The geometrical unsharpness should be within acceptable limits of table given in ASME
Sec V.
Image quality indicators (Penetrameters) are used to ascertain the sensitivity of radiographs.
The material of the penetrameter should be of similar radiographic density to that of material
being radiographed i.e. Steel for Steel, Aluminium for Aluminium etc. The selection of
penetrameter material should be as per ASME Sec V, Article 22 SE142.
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 78 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
The radiographs should be interpreted under subdued back ground lighting and the ambient
light should not cause reflection on the radiographs. The illuminator used should have
provisions to control the intensity of light as well as the aperture. Interpretation of radiographs
should be carried out by Level-II or Level-III or equivalently qualified personnel, with experience
in storage tank / Piping fabrication and welding.
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 :
The radiographic report should contain the following parameters, as given in our report format.
Material Specification
Page 79 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
This test is carried out to ensure weld and parent metal integrity and for knowing the uniform/
differential settlement of the tank foundation. In case of floating roof tanks, the annular gap of shell to
roof and gauge well pipe to gauge well sleeve is also checked.
Before hydrotest, all welded lugs, cleats and brackets used for erection purpose shall be carefully
removed from inside and outside the tank. Weld attachments shall be ground smooth. Any
cavity/groove must be weld built up properly. It shall be ensured that all hot jobs are fully completed,
before testing.
The filling height, in case of fixed roof or open roof tanks, shall be up to the curb angle. In case of
floating roof tanks, it shall be restricted to the maximum height the roof can go, without fixing any seal
and mountings.
A benchmark shall be fixed in the tank farm. Initial level of bottom plate projection shall be taken at
least at 8 equi-spaced locations. The maximum spacing between these points is 10 mtr around the
circumference.
Filling of the tank shall be done preferably at a rate of 1 mtr water column per day for height upto 4
mtrs. In case differential settlement between two consecutive points is less than 5 mm then water-
filling rate shall be increased to 2 mtr water column per day. After each stage a load stabilization
period shall be observed as follows:
A) 24 hours between each stage for tanks with a capacity equal or more than 10,000 m 3.
B) 12 Hours (Min) between each stage for tanks with a capacity under 10,000 m3.
During this period tank settlements reading will be recorded till steady values are obtained before
Material Specification
Page 80 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
If seawater is used for testing and is to remain in the tank for more than 30 days, an oxygen scavenger
and corrosion inhibitor shall be added to the seawater.
In case of Floating roof, the gap between shell plate and outer rim of roof should be checked in all
directions and recorded. The annular gap between gauge well pipe and sleeve should also be checked
and recorded. If required wooden wedges should be used to keep the roof in centre.
When the tank is full with water all the welded joints shall be tapped with hammer to observe any leaks.
All weld repairs shall be done with water level of min 300 mm below the joint being repaired.
After testing the tank, water shall be drained at a maximum rate of 2 to 3 mtr Water Column per day.
Check that roof nozzles are open while draining to avoid vacuum collapsing of the tank. The tank shall
be thoroughly flushed with clean fresh water. Standing water silt or other dirt left in the tank after
hydrotesting shall be thoroughly cleaned.
Material Specification
Page 81 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
This test is carried out throughout the full height (SFH) of tank to ensure that the roof movement will
be smooth on product after commissioning. The test shall be carried out with all mountings fixed on
the tank roof.
1.0 Clean all the pontoon compartments. Float the roof on water. Check the submergence level of
the roof in water by taking water dip above lower deck from the central roof manhole. Bring the
legs to operation level.
2.0 Preferably the water shall be pushed and withdrawn with designed pumping rate/ evacuation
rate.
3.0 The annular space shall be checked between gauge pipe and gauge well during each 1 mtr level
of ascending and descending roof. The results should be recorded in the format no. 26. In no
case they should rub against each other.
4.0 Check the rim gap and record it. It should be within the tolerance of 50mm for 200mm
nominal rim gap tank. Also record the submergence level of rim at least at four locations, each
90° apart.
5.0 Check for any water seepage / leakage inside the pontoon chamber.
6.0 While evacuating, the roof should be brought down upto operational height. Again water should
be pushed to bring the roof to maintenance height, legs are adjusted to maintenance position.
Then only rest of the water is withdrawn fully.
This test is carried out during Floatation test to ensure that the roof remains afloat in adverse condition
of lower deck leakage.
During evacuating the water from the tank, at one stage, fill water in two adjacent pontoons opposite to
gauge pipe from the top upto maximum level of water in the rim space or puncture these two pontoons
from bottom deck (by providing 25mm dia screw socketed plugs / nipple with valve and opening them).
[These openings must be blanked and welded after completion of the test].Check and recordthe level
difference between two extremities of the roof. During whole process the roof should remain afloat.
Material Specification
Page 82 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
This test is carried out to ensure that the roof does not sink during heavy rains when the central roof
During Floatation test, water is poured on the roof upto the brim of the top flange of emergency drain at
a rate of maximum actual rainfall rate, after plugging the central roof drainage system. During whole
process the roof should remain afloat.
Material Specification
Page 83 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Bottom plate leaky joints are detected by using pneumatic pressure underneath the bottom
plates.
A number of holes (at minimum 5 points) are drilled on the bottom plates as per the diameter of
the tank. Nipples are welded on these holes for pressurizing the underneath the tank bottom.
Outside the tank, a dam is created of 200mm height with the help of clay or sand-bitumen mixture
as close as practicable to the shell wall. Water column is maintained inside the dam throughout
the test for acting as seal. This ensures that no air escapes out from the tank edges, when air is
pumped under the bottom plates. All the bottom plate weld joints are applied with soap solution.
Then the underneath the bottom plate is pumped with an air pressure of 100mm water column
(measured using manometer) to just lift the bottom plates off the foundation. Bubbles will be
formed at the leaky area.
There is another method of testing the bottom plates and i.e by Vacuum Box Testing.
This test is carried out after fabrication the water draw-off sump to ensure the soundness of the
weld joints. The sump collar is then welded to the full bottom plate. A nipple is welded after
drilling a hole in the bottom plate. Soapsuds are applied on all weld joints. Then air is pumped
through the nipple upto a pressure of 1 kg/cm2.
The defective weld shall be repaired and the entire test is repeated after repair.
After the sump is tested, hole is cut on the bottom plate and the edge is welded from top with the
sump collar.
This test is done after welding a cover plate (subsequently it is removed) on the sump at a
pressure of 15 psi.
Material Specification
Page 84 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
This test is carried out to ensure leak freeness of pontoon compartments. The pontoon cover
plates are drilled and nipples are welded. All the pontoon covers are placed properly on the nozzles.
Then the circumferential gap is sealed with the help of clay and proper weight is kept on the pontoon
covers to avoid any leakage of air or Oxygen. Air/ Oxygen is pumped through the nipple upto a
pressure of 75 mm of water column.
This is carried out to ensure the leak freeness of all the attachment welding around the
reinforcement pad plate.
This is carried out before the tank is filled with water (hydrotesting). Air is pumped through the
tell-tale holes upto 15 psi gauge between the tank shell and the reinforcement pad plate. A soap
film, linseed oil, or any other material is applied to all attachment weldings around the
reinforcement, both inside and outside the tank, prior to pumping air.
NB : These various procedures (5 procedures) are submitted here for guidance. However
Contractor may submit his own procedures and get it approved through competent authority.
INTRODUCTION :
This part consists of QAP (Quality Assurance Plan) for Storage Tanks & Pipings and different type of
formats.
QAP is a drawn out chart of all activities connected to fabrication jobs, viz. fabrication, inspection &
testing along with the information regarding :
Material Specification
Page 85 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
This helps the Field Engineer to know about the job in detail and the role of different agencies to play.
This helps in eliminating the slippage of any activity during execution and reminding the field officer
about the next activity to take place well in advance. This gives an idea about the type & extent of check
and its method, documents to be referred and acceptance standards. This also provides an idea about
the type of records to be maintained by each agency.
The enclosed formats are to be filled up by the Field Engineer during various stages of project, right from
the project on paper stage, material receipt stage to finish of the fabrication and testing stage. The no.
of these formats have been referred in the QAP itself. These formats will be supplemented by other
documents like Mill TC, Manufacturer’s TC and the Inspection records to be prepared & submitted by
fabricating agency. All these formats along with supporting documents shall be kept as records for
future.
LIST OF FORMATS
Material Specification
Page 86 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
Material Specification
Page 87 of 343
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
MATERIAL
IDENTIFICATION :
1 1.Physical, chemical Physical & As per APPD IS 2062 GR MILL TC 3 3/1 1,2 For
Plate for tanks, nozzle properties, heat Chemical Specificati DRGS / B,C IOC
neck 10" and above treatment. Tests. on DATA & Gr. A for sup
and structural. SHEET structural, plie
SA370 d
2.Dimensions and FORM-03 & 2 1 mat
surface quality. Meas. & 100 % ASTM IR erial
Visual APPD A6,A20 .
DRGS / 3 1
3.Lamination free
All edges DATA MFTRS TC ,
Visual, SHEET ASME Sec. FORM-
UT/MPT(if VIII, Div.I 03/24 & IR
2 reqd) API 650 3 1* 1,2
1.Physical, chemical
As per MFTRS TC
properties, heat
Pipes for nozzles Physical & Specificati A 106 GR Not
treatment
Chemical on B/C, req
Tests APPD API 5L Gr.B 2 1 d.
2.Dimensions and DRGS / FORM-04 & for
surface quality. 100 % DATA IR stru
3 Meas. & SHEET ANSI B 3 3/1 1,2 ctur
Visual 36.10/ als
Flanges for nozzles 1.Physical, chemical As per API 5L MILL TC
properties, heat Specificati APPD
treatment. Physical & on. DRGS / ASTM A 105 2 1 1,2 *If
Chemical DATA & A 181 spec
Tests SHEET FORM-05 & ified
4 2.Dimensions & 100 % IR 3 3/1 in
surface quality. APPD ANSI B 16.5 WO.
APPD
DRGS /
DATA
SHEET
APPD
DRGS /
DATA
SHEET
V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
QUALITY ASSURANCE PLAN FOR CONSTRUCTION OF STORAGE TANKS
SL. ITEM DESCRIPTION CHARACTERISTIC TYPE/METH EXTENT REFERENC ACCEPTANC FORMAT OF AGENCY REMAR
NO. S OD OF CHECK E E RECORDS P W V KS
TO BE CHECKED OF CHECK DOCUME STANDARDS
NTS
23 Central sump 1.Fitment Visual/Meas 100% APPD.DRG API 650 FORM-13 2 1,2
2.Weld . 100% S. API 650 FORM- 2 1,2
soundness DPT/MPT,Vi API 650 13/23/24
Piping for fire sual & 100% APPD.DRGS. 2 1,2
24 water/foam system 1.Layout & Radiography APPD.DRG FORM-18
fitment Visual, 100% S. APPD.DRGS. 2 1,2 1
Meas. FORM- 10% of
2.Welding qualtiy APPD.DRG 18/24 DPT
Root DPT & S. shall be
Final witness
welding by 1.
Visual
V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
SL. ITEM DESCRIPTION CHARACTERISTIC TYPE/METH EXTENT REFEREN ACCEPTANC FORMAT OF AGENCY REMARKS
N0. S OD OF CHECK CE E RECORDS
TO BE CHECKED OF CHECK DOCUME STANDARD P W V
NTS S
Painting/Stamping IR
33 1.Surface 100 % Technical WO/ 2 1
Preparation Visual specificati Approved
2.Surface Finish Mech. ons procedure
QA & QC 3.Coating Gauge FORM-27
Documentation Thickness Elco Meter
WO/ Technical
Overall quality, Review of Approved Specificatio
Data Keeping all TC, IR for procedur ns &
previous e applicable
stages. Codes
Technical
Specificati
on
V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
QUALITY ASSURANCE PLAN FOR CONSTRUCTION OF STORAGE TANKS
SL. ITEM DESCRIPTION CHARACTERISTI TYPE/METH EXTENT REFEREN ACCEPTAN FORMAT AGENCY R
NO CS OD OF CE CE OF P W V E
TO BE CHECKED OF CHECK CHECK DOCUME STANDARD RECORDS M
NTS S A
R
K
S
STANDARD BOUGHT-
OUT ITEMS :
34 1.Physical & Physical,Che Rando As per As per MFTRS TC 3,2 1,2
chemical mical Tests m spec. spec.
Properties APPD. APPD.
Gauge hatch
DRGS. DRGS. MFTRS TC 3,2 1,2
Visual &
2. Dimension 100 %
Meas.
APPD. APPD.
35 DRGS. DRGS. MFTRS TC 3,2 1,2
Dimension & Rando DATA DATA
Physical &
Surface m SHEET SHEETS
Sprinkler nozzle/Foam Chemical
Quality
maker Test,
36 APPD. APPD. MFTRS TC 2 1
Meas
DRGS & DRGS &
1. Physical & Rando Spec. Spec.
Physical &
chemical m FORM-16 3,2 1,2
Foam seal & Chemical
Properties & IR
Accessories Tests
APPD APPD.DRG
37 2. Dimension 100 % DRGS & S & Spec. 2 1
Meas &
Spec. FORM-16
Visual
APPD.
1.Physical & Rando APPD. DRGS & 2 1
chemical m DRGS. Spec. FORM-16
Flame Phycical &
Properties & Spec.
arrestor/Breather valve Chemical
APPD.
Tests
2.Dimension 100 % APPD. DRGS.
DRGS & Spec.
Meas, Visual
spec.
APPD.DRG
APPD.DR S.
Material Specification GS & Spec. Page 101
of 343
& Spec.
Public Tender ref: RCC/NR/RSO/ENG/PT-266/2018-19
Subject: Fabrication and erection of mild steel vertical tanks 6TKL CR, Conversion of 2x1.8TKL
from ATF to Ethanol including foundation, Fire Fighting and allied works at Jodhpur Terminal
under Rajasthan State Office.
V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
SL. DESCRIPTION OF ITEMS CHARACTERISTIC TYPE/ EXTENT REFERENC ACCEPTANC FORMAT OF AGENCY REMARKS
NO S METHOD OF CHECK E E RECORD P W V
. TO BE CHECKED OF CHECK DOCUME STANDARDS
NT
MATERIAL
IDENTIFICATION
1 1.Physical, Physical & As per APPD API 5 L MFTRS TC 3 3/ 1,2 For IOC
Pipes chemical Chemical Specificati DRGS / IS 1978 1 supplied
properties, Tests on DATA IS 1239 pipes.
heat SHEET ASTM A 106
treatment
ANSI B FORM-4 & IR 2
Meas. & 100 % 36.10/ 1
Visual APPD API 5L,IS
2.Dimensions DRGS / 1978, 1239,
2 and surface DATA A 106 MILL TC 3 1,2
Flanges quality. As per SHEET 3/
Physical & Specificati A 105 & A 1
Chemical on. 181
Tests APPD FORM-5 & IR 2 1,2
1.Physical, DRGS /
chemical 100 % DATA 1
3 properties, Meas .& SHEET ANSI B 16.5 MFTRS TC 3 1,2
Pipe fittings heat Visual
treatment. As per 3/
Specificati APPD WO/ ASTM 1
Physical & on DRGS / A 234 FORM-5 & IR 2
2.Dimensions & Chemical DATA
surface quality. Tests. SHEET
4 100 % ANSI B 16.9 MFTRS TC 3/ 1
Bolts, nuts for flanges & 1.Physical, APPD 2
structurals chemical Meas. & DRGS /
properties, Visual As per DATA ASME SA 2,1
heat Specificati SHEET 193 & SA FORM-7 & IR
2.Dimensions
and
surface quality APPD.DRG
S./
DATA
SHEET
V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
QUALITY ASSURANCE PLAN FOR FABRICATION OF PIPINGS
SL. DESCRIPTION OF ITEMS CHARACTERISTIC TYPE/ EXTENT REFERENC ACCEPTANC FORMAT OF AGENCY REMARKS
NO. S METHOD OF CHECK E E RECORD P W V
TO BE CHECKED OF CHECK DOCUME
NT STANDARDS
IN PROCESS:
V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
SL. ITEM DESCRIPTION CHARACTERISTIC TYPE/METH EXTENT REFERENC ACCEPTANC FORMAT OF AGENCY REMARKS
N0. S OD OF CHECK E E RECORDS P W V
TO BE CHECKED OF CHECK DOCUME STANDARDS
NTS
14 Hydraulic test Leak tightness & Hydrotest 100 % APPD API 1110 & FORM-19 & 2 1 H
Alignment DRGS, ANSI B 31.3 IR
ANSI B
15 External/ Internal Free of foreign Visual 100% 31.3 Technical 2 1,2
cleaning, Flushing materials, Specificatio FORM-19 &
Cleanliness Technical ns, WO IR
specificati
16 Painting Visual 100 % ons Approved 2 2,1
1.Surface Mech. Random procedure/
Preparation Gauge Random WO FORM-28 &
2.Surface Finish Elco Meter Approved IR
17 QA & QC Documentation 3.Coating 100 % procedure 2 2 1 Documents
Thickness Review of Technical to be
all TC, IR of Specificatio submitted to
Overall quality, previous Technical ns FORM-27 1.
Data Keeping, As stages Specificati &applicable
V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
Material Specification
SUPPLIER :
Material Specification
DESCRIPTION :
Note : Separate Inspection Record to be maintained by Main fabricator for Dimension measurements
& Surface Quality. It is to be verified by Site Incharge.
Material Specification
Material Specification
AWS NO : SIZE :
BATCH NO : BRAND :
BATCH TC :
Material Specification
Material Specification
TANK FOUNDATION
TANK No: Location:
n
o
.
1 Soil Investigation
. Report
2 Type of
. Foundation
3 Sand Filling
. Depth/
Height
4 Bitumen
. Carpeting
5 Slope
.
Material Specification
QW-482
WELDING PROCEDURE SPECIFICATIONS (WPS)
(SEC QW-200.1, section IX, ASME Boiler and Pressure Vessel Code)
Material Specification
JOINTS(QW-402) Details
Joint Design ____________________________
Backing (Yes) _________________ (No) ________________
Backing Material (Type) ______________________________
(Refer to both backing and retainers.)
Nonmetallic Other
Material Specification
F.No._____________________________________________________________________________
__
A-
No.______________________________________________________________________________
Size of Filler Metals
___________________________________________________________________
Weld Metal
Thickness Range:
Groove__________________________________________________________________
Fillet
___________________________________________________________________
Electrode-
Flux(Class)___________________________________________________________________
Flux Trade Name
______________________________________________________________________
Consumable
Insert_____________________________________________________________________
Other
Material Specification
NONMANDATORY APPENDIX
QW-482 (BACK)
POSITIONS (QW-405) POSTWELD HEAT TREATMENT (QW-407)
Position (s) of Groove _______________________ TemperatureRange _________________
Welding Progression: Up ________ Down _______ TimeRange ________________________
Position(s) of Fillet __________________________
GAS (QW-408)
PREHEAT (QW-406) Percent Composition
Preheat Temp. Min. _________________________
Interpass Temp. Max. _______________________ Gas Mixture Flow Rate
Preheat Maintenance ________________________ Shielding_______ _________ ________
(Continuous or special heating where applicableshould be recorded) Trading _______ _________ ________
Backing _______ _________ ________
TECHNIQUE (QW-410)
String or Weave Bead_______________________________________________________________
Orifice or Gas Cup size______________________________________________________________
Initial and Interpass Cleaning (Brushing, Grinding, etc.)___________________________________
__________________________________________________________________________________
Method of Back Gouging____________________________________________________________
Oscillation _______________________________________________________________________
Contact Tube to Work Distance______________________________________________________
Multiple or SinglePass (per side)_____________________________________________________
Travel Speed (Range)______________________________________________________________
Peening_________________________________________________________________________
Other __________________________________________________________________________
__________________________________________________________________________
__________________________________________________________________________
Material Specification
QW-483
JOINTS (QW-402)
Polarity________________________________
Page 121 of 343
Material Specification
QW-483 (BACK)
PQR NO.____________________
Specimen Width Thickness Area Ultimate Ultimate Unit Type of Failure &
No. Total Load Stress Location
Lb psi
Comments:
__________________________________________________________________________
Other Tests
Type of Test
_____________________________________________________________________________
Deposit Analysis
_________________________________________________________________________
Other
__________________________________________________________________________________
Material Specification
…………………………………………..……………………………………………………………………………………………………………..
Welder’s Name _____________________ Clock No.___________________ Stamp
No._________________
Tests Conducted by ____________________________________ Laboratory Test
No._________________
We 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.
Manufacturer______________________________
Date ____________________ By ____________________________
Material Specification
(See QW-301 Section IX, ASME Boiler & Pressure Vessel Code)
Guided Bend Tests Type ( ) QW-462.2 (Side) Results ( ) QW-462.3(a) (Trans R & F Type ( ) QW-
462.3(b) (Long R & F) Results
We certify that the statements in this record are correct and that the test coupons were prepared,
welded and
tested in accordance with the requirements of Section IX of the ASME Code.
Organisation : ____________________________________________
Material Specification
SIZE OF PIPE:
WPS NO :
DATE :
REPORT NO. :
INSPECTION AUTHORITY
Note : Separate Inspection Record to be maintained by Main fabricator for Dimension measurements
(including DFT of bottom plate underside painting) & Surface Quality. It is to be verified by Site Incharge.
Material Specification
Location: Tank No :
Course No :
Note : Separate Inspection Record to be maintained by Main fabricator for Dimension measurements &
Surface Quality. It is to be verified by Site Incharge.
Material Specification
Material Specification
Note : Separate Inspection Record to be maintained by Main fabricator for Dimension measurements &
Surface Quality. It is to be verified by Site Incharge.
Material Specification
Sl. Nozzle Size & DP of Root Final Radio- Remark Sign. &
No. Description Thk/Sch Punctured run Welding graphy Date
& Rating area & DP/ & Pad of butt
Fitment Visual Test joints
Check Accept.
or not
Note : 1.The shell nozzles of size more than NB 65 should be provided with reinforcement plates.
2. Separate Inspection Record to be maintained by Main fabricator for Dimension measurements &
Surface Quality. It is to be verified by Site Incharge.
Material Specification
Note : Separate Inspection Record to be maintained by Main fabricator for Dimension measurements &
Surface Quality. It is to be verified by Site Incharge.
Material Specification
Material Specification
Note : Separate Inspection Record to be maintained by Main fabricator for Dimension measurements &
Surface Quality. It is to be verified by Site Incharge.
Material Specification
Area Tested :
Test Pressure : 3 psi vacuum
Material Specification
AREA OF TESTING:
Material Specification
Material Specification
Material Specification
Sl. Point No. 1 Point No. 2 Point No. 3 Max Max. Smooth Remarks Sign &
No. Settl Ri Clear Plu Settl Ri Clear Plu Sett Rim Clear Plu diff. Rim movemen date
eme m gap of mbn eme m gap mbn lem Gap gap mbn Sett- Gap t of rolling
nt Ga Sleeve ess nt Ga of ess ent of ess ment Ladder
p p Sleev Slee
e ve
1. Location of
Permanent
Bench mark
2. 2.0 mtr
3.0 mtr
4.0 mtr
5.0 mtr
6.0 mtr
7.0 mtr
8.0 mtr
Note : Please use separate page for points beyond point no.3.
Sl. Point No.1 Point No.2 Point No.3 Point No.4 Point No.5 Point No.6 Max. diff. Remarks Sign &
No Settle Plum Settl Plum Settl Plum Settl Plum Settl Plum Settl Plum Settle- Date
ment bness emen bness emen bness emen bness emen bness emen bness ment
t t t t t
1. Location
of Perm.
Bench
mark
2. 2.0 mtr
3. 3.0 mtr
4. 4.0 mtr
5. 5.0 mtr
6. 6.0 mtr
7. 7.0 mtr
8. 8.0 mtr
Note : Please use separate page for points beyond point no.6.
1. During Filling
2.
3.
4.
5.
6.
1. During Emptying
2.
3.
4.
5.
6.
Note: Preferably the floatation test should be carried out with designed pumping rate upto SFH &
designed (max) evacuation rate. Observations should be made and recorded at each 1mtr level.
Puncture Test :
COMPLETION REPORT
Area of Application:
Note : The main fabricator has to keep plate wise records of surface profile and all DFT
reading details after each coat of paint application.
ANNEXURE -9
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.
DETAILS FOR CONSTRUCTION OF SAND PAD AS PER SKETCH ENCLOSED
Detail 1:
Clean medium to coarse river sand layer, 925 mm thick, compacted using a vibrating plate in layers
of 150 mm compacted thickness to at least 90-95% density index(relative density) . A dozer may
also be used for compaction. Each 150 mm thick layer may be watered first, before compaction.
The density achieved in each compacted sand layer shall be monitored at the rate of 2 tests in each
layer.
Detail 2:
Well graded hard broken stone, 80mm and down size, well compacted, with voids filled with clean
river sand. This is to be done in three layers of about 300mm thickness each. After placing the first
layer of 300 mm thickness, place clean river sand, 50 mm thickness on top of the broken stone layer
and it shall be copiously watered with a nozzle/ water jet in order to force the river sand into the
void spaces of the broken stone. When all the sand goes into the voids of the broken stone, one
more layer of clean river sand shall be placed again and copiously watered to force it into the voids
of the broken. The process shall be repeated until no more sand and water get into the void space
of the broken stone. At this stage, a thin sheet of water will stand on the layer.
The density achieved in each broken stone ring layer shall be monitored (using balloon method or
any other suitable method), at the rate of at least two tests in each layer, to ensure that a density of
at least 2.15 t/m3 is achieved.
The broken stone used in the ring layer mentioned above shall be well graded hard broken stone
conforming to the following gradation (reproduced from IS:383 – 1970 Table – 2)
IS Sieve Designation % age Passing
80mm 100%
63mm 85-100%
40 mm 0-30%
20 mm 0-5%
10 mm 0-5%
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:
150 mm thick Murram filling
Detail 7:
Sieved clean river sand, free from sharp objects such as broken shells, pebbles, stone pieces etc.
Thickness of the second layer is 50 mm above and 50 mm below the LDPE film.
Detail 8:
Black Low Density Polyethylene (LDPE) film, 1000 gauge (-250 micrometer thick), as per IS:2508-
1984. Joints in the film shall be heat-sealed insitu during laying of the film, using a 3 sealer iron and
checked carefully.
The film shall be laid at a slope (towards the periphery of the tank pad) of at least 1 in 500 to
effectively drain leaked product, if any, away from the pad. The film shall be anchored at the
periphery of the tank pad, as shown in the sketch.
Detail 9:
PVC Sch 40 pipe of wall thickness 3.38 mm (0.133”) as drain pipe, 25 mm inner diameter, perforated
in the under tank area, as per guide lines given in API standard 650, Appendix- I. The outer end of
the pipe may project 150mm beyond the pad and covered with a nylon or Netlon mesh to prevent
entry of insects and rodents. The maximum spacing of the pipes shall be 15m centre to centre along
the periphery. Minimum of four pipes to be provided.
Filter -1
12 mm and down size stone chips layer of 300 mm horizontal thickness.
Filter – 2
40 mm and down size hard broken stone layer of 300 horizontal thickness.
Detail 10:
A layer of clean medium to coarse river sand compacted using a vibrating plate, after watering the
150 mm thick layer of sand. At least 65% density index (relative density) shall be achieved after
compaction.
ANNEXURE -10
MATERIAL SPECIFICATIONS
1.0 STEEL PLATES
1.1 Plates shall conform to IS: 2062 GR. B Fully Killed subject to stipulations provided in IS: 803.
2.0 STRUCTURAL SECTIONS
2.1 Structural steel will conform to IS: 808 latest Edition.
2.2 Structural steel will be of approved make.
2.3 Sectional weight will be considered for payment purposes.
3.0 WELDING ELECTRODES
3.1 Manual arc welding electrodes shall conform to E-60 & E-70 classification series in the latest
edition America Welding Society, AWS A 5.1 “Carbon Steel covered Arc Welding Electrodes”.
3.2 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.
3.3 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.
3.4 Electrodes shall be stored in dry places in their original packets or cartons. Pre-heating of
electrodes shall be provided as per AWS requirements.
4.0 PIPING
4.1 All pipes for nozzles on product tanks and pressure relief & expansion lines shall be as per
ASTM A 106 Grade B, Schedule 40. The pipes used for water services shall be as per IS-1239
/ IS-3589 (Heavy grades)/IS 3589(Schedule as per design and price bid)
5.0 FLANGES
5.1 Material for WNRF flanges to conform to ASTM A-105 forall nozzles.
5.2 Flanges shall conform to ASME B 16.5 for dimensions
5.3 All flanges will have raised serrated faces finished to 125 AARH.
6.0 STUDS AND NUTS
6.1 All bolts and nuts shall conform to A 193 Gr.B7 and A194 Gr.2H respectively and washers to
IS-2016-1967.
7.0 GASKETS
7.1 150# Ι Spiral Wound SS316 + Grafoil Ι ASME B16.20/ASME B16.5 (Glass Filled Teflon For
Ethanol Service)
Note: Thickness of Gasket shall be 2mm upto 300NB and 3mm for sizes above 300NB.
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
Specifications (WPS) and the Procedure Qualification Record (PQR).
9.3.9 The contractor has at least currently employed welder or welding operator, who have met
with the following requirements.
a) While in employment, the welder has satisfactorily passed a performance qualification
test using the procedure and the P-Number material specified in the WPS.
b) The performance bend test required by ASME Section IX QW-302 shall be used for this
purpose
9.4 PERFORMANCE QUALIFICATION BY OTHERS
9.4.1 SiteEngineer may accept a performance qualification made by certified agencies with the
specific approval of the Engineer-In-Charge.
9.4.2 The Contractor shall obtain a copy from the certified agencies of the performance
qualification test record & submit thesame to Engineer-In-Charge with specific
recommendation & approval of Inspector with the following details.
b) The name of the agency.
c) The name of the welder or welding operator.
d) The procedure identification.
e) The date of successful qualification.
f) The data that Individual last used the procedure on tank or pipeline fabrication.
9.5 QUALIFICATION RECORD
9.5.1 The Contractor shall maintain a self-certified record, available to the Engineer-In-Charge and
the Inspector. The records will have the following details:
a) The procedure used.
b) The welders and welding operators employed showing the date and results of procedure
and performance qualifications
c) The identification symbol assigned to each welder and welding operator.
9.6 WELDING MATERIALS
9.6.1 FILLER METAL
a) Filler metal shall conform to the requirements of ASME Section IX.
b) A filler metal, not yet incorporated in ASME Section IX may be used with IOC approval, if
a procedure qualification test is first successfully made
9.7 PREPARATION FOR WELDING
9.7.1 CLEANING
a) Internal and external surfaces to be thermally cut or welded shall be clean.
b) They will be free from paint oil rust scale and other material that would be detrimental
to either the weld or the base metal when heat is applied.
9.7.2 END PREPARATION
a) End preparation is acceptable only if the surface is reasonably smooth and true, and slag
from oxygen or arc cutting is cleaned from thermally cut surfaces.
JOINTS(QW-402) Details
Joint Design ____________________________
Backing (Yes) _________________ (No) ________________
Backing Material (Type) ______________________________
(Refer to both backing and retainers.)
Nonmetallic Other
F.No._______________________________________________________________________________
A-
No.______________________________________________________________________________
Size of Filler Metals
___________________________________________________________________
Weld Metal
Thickness Range:
Groove__________________________________________________________________
Fillet
___________________________________________________________________
Electrode-
Flux(Class)___________________________________________________________________
Flux Trade Name
______________________________________________________________________
Consumable
Insert_____________________________________________________________________
Other
_______________________________________________________________________________
GAS (QW-408)
(Continuous or special heating where applicable should be recorded) Trading _______ _________ ________
(Amps and volts range should be recorded for each electrodes size,
QW-483 (BACK)
PQR NO.____________________
Specimen Width Thickness Area Ultimate Ultimate Unit Type of Failure &
No. Total Load Stress Location
Lb psi
Comments:
__________________________________________________________________________
Other Tests
Type of Test
_____________________________________________________________________________
Deposit Analysis
_________________________________________________________________________
Other
__________________________________________________________________________________
…………………………………………..……………………………………………………………………………………………………………..
Welder’s Name _____________________ Clock No.___________________ Stamp
No._________________
Tests Conducted by ____________________________________ Laboratory Test
No._________________
We 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.
Manufacturer______________________________
Date ____________________ By __________________________
QW - 484
WELDER / WELDING OPEATOR PERFORMANCE QUALIFICATIONS (WPQ)
(See QW-301 Section IX, ASME Boiler & Pressure Vessel Code)
Guided Bend Tests Type ( ) QW-462.2 (Side) Results ( ) QW-462.3(a) (Trans R & F Type ( )
QW-462.3(b) (Long R & F) Results
We certify that the statements in this record are correct and that the test coupons were prepared,
welded and
tested in accordance with the requirements of Section IX of the ASME Code.
Organisation : ____________________________________________
SIZE OF PIPE:
WPS NO :
DATE :
REPORT NO. :
INSPECTION AUTHORITY
Welder Name___________________________________________________________
Check No _________________ Stamp No ______________________________
Using WPS No ________________ Revision __________________
Theabove welder is qualified for the following ranges
SN. DESCRIPTION RECORD ACTUAL VALUES QUALIFICATION
USED IN QUALIFICATION
1 Process
2 Process Type
3 Backing (Metal, weld,flux etc)
4 Material Specs
a. Plate thickness
b. Groove
C. Fillet
5 Filler Metal
Spec No
Class
F. No
6 Position
7 Weld Progression
8 Gas Type
9 Elec. Charac
a Current
b Polarity
4. Manufacturer’s Name_______________________________________________
6. Welding Positions__________________________________________________
B. TESTS
All weld tests______________________________________________________
PHOTOGRAPH
1. Name -
2. Identification -
3. Date of Testing -
4. Valid until -
5. Process -
6. Thickness -
7. F. No. -
8. Approval of welding -
9. Position -
ANNEXURE -11
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.
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 :
This procedure specifies the recommended practice for the radiographic examination of
Butt welds of Storage tanks & piping. It uses X-rays or Gamma rays (mainly used) to produce
a shadow of the internal condition of a job on a recording medium.
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.
Lead numbers/ markers of suitable size are used to identify the radiographs and they
are placed parallel to the weld seam as illustrated in ASME Sec V Article 2, fig. T-275.
The locations to be radiographed should be precisely marked on the surface of the job
adjacent to the weld, prior to the commencement of radiography. This would enable
to identify and locate the defects, if any, for the purpose of repair for visual
examination.
The identification number of the radiographs of repaired welds should also contain
the symbols R1, R2, R3……….. These numbers are the indication of the number of
times the weld is repaired.
All radiographs should be free from mechanical, chemical or other blemishes to the extent
that they cannot mask or confuse with the image of any discontinuity in the weld being
radiographed.
14.4 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.
14.6 The geometrical unsharpness should be within acceptable limits of table given in
ASME Sec V.
15.1 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.
15.2 The ASME strip & hole type penetrameters should be used with shims whenever
required (Refer ASME Sec. V Article 2, T273).
The sensitivity achieved should be at least equivalent to 2-2T as per E-142 ASME Sec.
V, unless a higher or lower quality level is agreed upon. While using DIN
penetrameters the radiographic sensitivity should be 2%. Sensitivity of 2% will be
acceptable only.
15.5 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.
15.6 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.
The radiographs should be interpreted under subdued back ground lighting and the ambient
light should not cause reflection on the radiographs. The illuminator used should have
provisions to control the intensity of light as well as the aperture. Interpretation of
radiographs should be carried out by Level-II or Level-III or equivalently qualified personnel,
with experience in storage tank / Piping fabrication and welding.
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.
18.0 REPORTING :
The radiographic report should contain the following parameters, as given in our report
format.
ANNEXURE -12
1.0 RADIOGRAPHIC INSPECTION: Radiographic inspection of weld joints of vertical tanks shall
be conducted as per latest API 650, generally as per following details:
1.1 JOINTS REQUIRING RADIOGRAPHY
1.1.1 Tank shell butt welds
1.1.2 Tank bottom annular plate butt welds
1.1.3 All ‘T’ joints in Shell irrespective of plate thickness. Each film shall clearly show not less than
50 MM of weld length on each side of vertical intersection and 150 MM along the vertical
weld.
1.1.4 Butt weld of bottom sump.
1.1.5 Shell joints covered by reinforcement pad plate.
1.1.6 Horizontal weld of Gauge pipe and vertical weld of gauge well in Floating roof tank.
1.2 JOINTS NOT REQUIRING RADIOGRAPHY
1.2.1 Welds of roof plates
1.2.2 Welds of bottom plates
1.2.3 Welds Joining roof plates to curb angle
1.2.4 Welds joining curb angle to shell plates
1.2.5 Welds joining bottom plates to shell plates
1.2.6 Welds joining appurtenances to tank
2.0 NUMBER AND LOCATIONS OF RADIOGRAPHS
VERTICAL JOINTS
2.1 TANKS HAVING PLATE THICKNESS UP TO 10 MM OR LESS
2.1.1 One spot radiograph shall be taken in the first 3 m of completed vertical joint of each type
and thickness welded by each welder.
2.1.2 Thereafter, without regard to number of welders, one additional spot radiograph shall be
taken in each additional 30 M and any remaining fraction of vertical joint of the same type
and thickness.
2.1.3 In addition to the above requirements, one random spot radiograph shall be taken in each
vertical joint in the lowest course of the tank. The spot radiographs already taken on the
lowest course may be used to meet this requirement.
2.1.4 In addition, junctions of all vertical & horizontal joints (Tee Joints) shall be radio-graphed.
2.2 TANKS HAVING PLATE THICKNESS GREATER THAN 10 MM AND UP TO AND INCLUDING 25
MM
2.2.1 Spot radiographs shall be taken as per 2.1 above.
2.2.2 In addition, two spot radiographs shall be taken in each vertical joint of lowest course of the
tank. 0ne of the radiograph will be as close to the bottom as practicable and other shall be
taken at random.
2.3 TANKS HAVING PLATE THICKNESS GREATER THAN 25 MM AND UP TO AND INCLUDING 40
MM
2.3.1 For plate thickness up to 25 MM, spot radiographs shall be taken as per details given in 2.1
& 2.2 above.
2.3.2 In addition, all vertical joints in plate thickness in the range of more than 25 mm and up to
and including 40 mm shall be fully radio-graphed.
HORIZONTAL JOINTS
2.4 One spot radiograph shall be taken in the first 3 M of completed horizontal butt joint of the
same type and thickness without regard to number of welders.
2.4.1 Thereafter, one radiograph shall be taken in each 60 M and any remaining fraction of
horizontal joint of the same type and thickness.
2.4.2 No. of such radiographs should exclude junctions of vertical & horizontal seams.
2.5 BOTTOM ANNULAR PLATE BUTT JOINT
2.5.1 For single butt welded joint using backing up strip, one spot radiograph shall be taken on
50% of radial joints. Location of radiographs shall be preferably at the outer edge where
shell plate joins the annular plate. The minimum length of the radiograph shall be 150 MM.
Extra care should be exercised to interpret such radiographs.
2.6 GAUGE PIPE & PAD PLATE
2.6.1 100% radiograph of gauge pipe and gauge well in FR tank.
2.6.2 100% radiograph of vertical and horizontal joints, where pad plate fouls.
2.7 REMARKS
2.7.1 For the purpose of radiography, plates shall be considered of the same thickness when
difference in specified or design thickness does not exceed 0.85 mm.
2.7.2 When two or more tanks are erected in the same terminal/depot, the number of spot
radiographs to be taken should be based on meterage of the welds of the same type and
thickness in each individual tank rather than aggregate meterage of welds of all tanks.
2.7.3 It is permissible to inspect the work of two welders with one spot radiograph, if they weld
opposite sides of the same butt joint. In the event of rejection of a spot radiograph, further
spot radiographs shall be used to determine whether one or both welders were at fault.
2.7.4 As far as possible, an equal number of spot radiographs shall be taken from the work of
each welder, except that this requirement does not apply where length of joints welded by
welder is much less than average in comparison with other welders.
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.
6.0 RECORD OF RADIOGRAPHIC EXAMINATION
6.1 The fabricator shall make a record consisting of all films with their identification marks on a
developed shell - plate diagram.
6.2 After completion of tanks, the films shall be handed over to IOC
ANNEXURE -13
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.
6.1.14 Checking of leaks; Hydrostatic testing of tank.
6.1.15 Roof Floatation test.
6.1.16 Roof visual and dimensional check.
6.1.17 PAD pneumatic test.
6.1.18 Surface profile for blasted surface check
6.1.19 Stage wise Painting thickness check.
6.2 QUALITY ASSURANCE PLAN FOR CR TANKS
6.2.1 Raw material control/identification.
ANNEXURE -14
4.1.8 Pontoons shall have removable/replaceable test plugs. Pontoon sizes of 200 mm only are
desirable.250 mm pontoon sizes may be accepted in exceptional situations.
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 per API 650 and thickness of
Aluminum Sheet of Deck should be a minimum 0.51 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).
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.
4.3.7 Additional diffuser plates as per design of OEM to be provided on all FR decks as per the
maximum flow rate experienced during jet mixer operations to be provided.
4.4 ROOF LADDER
4.4.1 The floating roof should allow the installation of a fixed ladder from the roof hatch 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
Diameter : 6.0 mm
Typ. Breaking 1500 kg
Strength :
End brackets Alloy: AA 5052 H 34 /H14 – ASTM B – 209/
EQV.
Configuration : Welded, Double Gusseted
Thickness : 3.0 mm
Typical UTS : 25 to 33 Ksi
Grounding cables Material : 18-8 Stainless Steel
Diameter : 3.0 mm
Resistance : 0.100 ohm/m approx.
Legs Alloy : AA 6063 – T6-ASTM B-221/ EQV.
Size : Minimum 50.8 mm OD
Configuration : Extruded Tubes
Thickness : 2.03 mm
Typical UTS : 28-35 Ksi
Leg Shoes : S.S.- 300 Series
Fasteners Material : Stainless Steel
Grade : SS Gr. A2, IS:1367
ANNEXURE -15
NB(MM)
Pipes 15-100 Heavy Grade Ι ERW Ι IS 1239 Part 1 Ι Screwed Ι
Galvanized
Fittings 15-150 Screwed Ι IS 1239 Part 2 Ι Galvanized
Flanges 15-150 150# Ι Screwed Ι Raised Face Ι 125 AARH Ι ASTM A105 Ι
ASME B16.5 Ι Galvanized
Blinds 15-150 150# Ι Raised Face Ι 125 AARH Ι ASTM A105 Ι ASME
B16.5 Ι Galvanized
Gaskets All sizes 150# Ι Compressed Non Asbestos Ring Ι ASME
B16.21/ASME B16.5
Note: Thickness of Gasket shall be 2mm
Studs/Nuts/ All Studs and Nuts shall conform to ASTM A193 Gr. B7 and
ASTM A194 Gr. 2h respectively and Galvanized
Washers
MS Galvanized Washers shall conform to IS 2016
(Punched washers ‘A’ with 2mm minimum thickness)
Gate Valves 15-40 800# Ι Rising Stem Ι Outside Screw & Yoke Ι Bolted
Bonnet Ι Solid Wedge Ι Renewable Seat Ring Ι Hand
Wheel Operated Ι Body & Bonnet ASTM A105 Ι Trim
Stellited Ι Stem 13 CrSt Ι Mfg. Std. API 602 Ι Testing Std.
API 598
50 150# Ι Rising Stem Ι Outside Screw & Yoke Ι Bolted
Bonnet Ι Solid Wedge Ι Renewable Seat Ring Ι Body &
Bonnet ASTM A216 Gr.WCB Ι Trim Stellited Ι Stem 13
CrSt Ι Raised Face Flanged Ι Mfg. Std. API 600 Ι Testing
Std. API 598
Globe Valves 50 150# Ι Rising Stem Ι Outside Screw & Yoke Ι Bolted
Bonnet Ι Parabolic Disc Ι Renewable Seat Ring Ι Body &
Bonnet ASTM A216 Gr.WCB Ι Trim Stellited Ι Stem 13
CrSt Ι Raised Face Flanged Ι Mfg. Std. BS 1873 Ι Testing
Std. BS 5146
Ball Valves 15- 100 150# Ι Single Piece Ι Full Bore Ι Fire Safe to API 607 Ι Anti
Static Ι Anti Blow Out Stem Ι Body ASTM A216 Gr.WCB Ι
Ball & Stem SS316L Ι Seat RPTFE Ι Raised Face Flanged Ι
Mfg. Std. BS 5351 Ι Testing Std. BS 6755- Part1
Non Return 50- 250 150# Ι Swing Type Ι Body & Cover ASTM A216 Gr.WCB Ι
Valves Disc ASTM A216 Gr.WCB + 13 CrSt Ι Raised Face
Flanged Ι Mfg. Std. BS 1868 Ι Testing Std. BS 6755- Part1
Pipes 15-50 Heavy Grade Ι ERW Ι IS 1239 Part 1 & Galvanized as per
IS 4736
Fittings 15-50 Ductile Iron(Galvanized) Ι Grooved type Ι VICTAULIC or
Equivalent
Flanges 15-50 Flange Adaptors Ι Ductile Iron(Galvanized) Ι VICTAULIC
or Equal
Gate Valves 15-40 800# Ι Rising Stem Ι Outside Screw & Yoke Ι Bolted
Bonnet Ι Solid Wedge Ι Renewable Seat Ring Ι Hand
Wheel Operated Ι Body & Bonnet ASTM A105 Ι Trim
Stellited Ι Stem 13 CrSt Ι Mfg. Std. API 602 Ι Testing Std.
API 598
50 150# Ι Rising Stem Ι Outside Screw & Yoke Ι Bolted
Bonnet Ι Solid Wedge Ι Renewable Seat Ring Ι Body &
Bonnet ASTM A216 Gr.WCB Ι Trim Stellited Ι Stem 13
CrSt Ι Raised Face Flanged Ι Mfg. Std. API 600 Ι Testing
Std. API 598
Non Return 50- 250 150# Ι Swing Type Ι Body & Cover ASTM A216 Gr.WCB Ι
Valves Disc ASTM A216 Gr.WCB + 13 CrSt Ι Raised Face
Flanged Ι Mfg. Std. BS 1868 Ι Testing Std. BS 6755- Part1
NOMINAL SIZE OUTSIDE DIA D=MM WALL THICKNESS PLAIN END WEIGTH
(INCHES) (T=MM) (Kg./Mtr.)
3 88.9 4.78 9.92
4 114.30 4.78 12.91
6 5/8 168.3 6.35 25.36
8 5/8 219.1 6.35 33.32
10 ¾ 273 6.35 41.76
12 ¾ 323.8 6.35 49.71
14 355.6 6.35 54.69
16 406.4 7.14 70.30
18 457.0 7.14 `79.21
20 508.0 7.14 88.19
22 559.0 7.14 97.17
24 610.0 7.14 106.15
b) Ultrasonic Test
B. GUIDED BEND TEST (FOR SAW PIPES ONLY): 1 SAMPLE PER HEAT
B. MATERIALS
1. Body SS, ASTM A351 Gr. CF8M / ASTM A 182 Gr. F316
2. Side/Tail Piece SS, ASTM A351 Gr. CF8M / ASTM A 182 Gr. F316
3. Ball SS 316
4. Stem SS 316 (no Casting)
5. Body Seat (Ball Sealing Ring) Reinforced PTFE
6. Body Gasket / Seal Grafoil
7. Body Stud & Nut ASTM B8M / Gr 8 M
8. Stem (Gland) Packing Grafoil
9. Back Seal (Stem Ring) Carbon filled PTFE
10. Antistatic Spring Spring Steel
11. Gland Nut SS 316
12. Wrench SS 316
13. Lock Plate SS 316
14. Stop Pin SS 316
8. Co-relate marked heat number with physical material test certificate provided by foundry &
ensure conformity as per ASTM A351 Gr. CF8M.
9. 10% of valve castings of each size shell undergo radiographic examination – Procedure, area
of castings to be radio graphed & acceptance criteria shall be as per ASME B 16.34.
10. 100% PMI on valve accessible area. PMI report shall be furnished for TPIA review.
11. Random, visual & dimensional check & conformity to BS 5351.
TECHNICAL SPECIFICATIONS FOR CONCENTRIC BUTTERFLY VALVES FOR FIRE WATER SERVICE
SN. DETAILS REQUIREMENTS
CONSTRUCTION DETAILS
1 Rating 150#
2 Service Fire Water/Fire Hydrant
3 Designed Standard API 609 Cat A
4 Fire Safe Certification Not applicable
5 Stem Blow out Proof / Antistatic
6 Construction Concentric butterfly, Integrally moulded body liner
7 Flow direction Bi-directional, tight shut-off in either direction
8 Rated Travel 90o
9 Ends Flanged ASME B16.5; 150#, Moulded Raised Face
10 Face to Face As per API 609, Short Pattern
Dimension
11 Operation Lever up to 6” and Worm Type Gear unit from 8” onwards OR
ELECTRIC ACTUATOR (hand wheel to be provided for manual
operation)
12 Open / Close To be clarify marked
Condition
13 Valve Shell Thickness To be at least 3 mm more than ANSI B 16.34 Standards
B MATERIAL OF CONSTRUCTION
1 Body Cast Steel, ASTM A216 Gr. WCB (in single piece)
2 Disc SG Iron EN 1563-400/18 with Nylon-coating or Cast Steel, ASTM
A216 Gr. WCB with Nylon-coating
3 Body Liner EPDM / Buna-N integrally moulded
4 Stem Bar-forged (No Casting) – single/dual shaft Anti blowout ASTM A479
Type 431 / Type 410
5 Stem (Gland) Bush Bronze
6 Bearing / Bottom Plug Acetal, PTFE, Phosphor Bronze / BS 970 EN 3 A
7 Gear Unit Worm type (for manual valves)
C TESTING
1 Standard Tested as per UL 1091
2 Shell Test Upto 12” – 350 PSIG and 14” & above – 300 PSIG
3 Seat Test Upto 12” – 350 PSIG and 14” & above – 300 PSIG
4 Air Test Upto 12” – 192 PSIG and 14” & above – 165 PSIG
5 Verify foundry marking & recording initials of foundry, size, type, heat no. etc.
6 10% of valve castings of each size to undergo radiographic examination per ASME B 16.34.
7 Co-relate marked heat number with physical material test certificate provided by foundry &
ensure conformity as per ASTM A216 Gr. WCB.
8 Random, visual & dimensional check shell be performed.
6.2 Structural steel materials shall be of approved make and shall be conforming to IS-2062 Gr
A.
6.3 Sectional weight as per IS standard will be considered for payment purposes.
7.0 WELDING ELECTRODES
7.1 Welding electrodes shall conform to IS:814 - Covered electrodes for manual metal arc
welding of carbon and carbon manganese steel/American Welding Society, AWS - A5.1 -
“Carbon Steel covered Arc Welding Electrodes” - AWS classification Nos. E6010 / E6011 /
E6013 / E7015 / E7016 / E7018.
7.2 Product piping : Root run: E 6010; Fill Up: E 6018
7.3 Water piping : Root/ Fill up: E 6013
7.4 Welding electrodes for stainless steel piping shall be compatible with base metal.
7.5 Low Hydrogen electrodes namely E-70 series shall be used for all manual metal arc welds of
shell courses having thickness of 12 mm or more & for attachment of shell courses to
bottom or annular plates.
7.6 High Cellulose/ Rutile type electrodes namely E-60 series as per latest addition of AWS A 5.1
(Carbon Steel Covered Arc Welding Electrodes) specifications wherever applicable for
covered electrodes for metal arc welding of mild steel.
7.7 Electrodes shall be stored in dry places in their original packets or cartons. Pre-heating of
electrodes shall be provided as per AWS requirements.
7.8 Tack welds used in the assembly of circumferential and vertical joints of tank shells, and
those used for assembling the shell to the bottom shall be removed and surface grinded
properly and gaps filled with weld metal.
7.9 Welder performance qualification shall be carried out as per API-650 Section 7 Welding
Procedure and Welder Qualification’ or ASME Boiler & pressure Vessels Code Sec. IX.
Welders shall be qualified in the approved procedure as per the code requirements. The
qualification test shall be arranged by contractor at his cost and witnessed by Site Engineer/
Engineer-In-Charge / inspection agency. IS:823 should also be referred in the matter.
Cast steel auto re circulation valves shall be confirming to ASME B16.34 for material,
construction and dimensions.
- Body : Cast Carbon Steel. Conforming to ASTM-A 216 GR WCB
- Disc./Piston : 13% CR. STEEL
- Disc & Diaphragm : Nitrile
- Temprature range : 250 to 700 C
- Ends : Flanged as per ASME B-16.5 Table 1 A , Class 150.
- Adjustable discharge range : 1.5 to 6.0 Kg/cm2
150 Class TRV, RF, : ANSI 150 Class ANSI 150 Class
125 AARH
f) Type of Valve : Spring loaded
g) Operating Pressure : 19 Kg./ cm2 for 150# rating TRV and 55 Kg/cm2 for 600# rating TRV
h) Set pressure : 23 Kg./ cm2 for 150# rating TRV and 63 Kg./ cm2 for 600 # rating TRV
i) Back pressure : Atmospheric
j) Operating : +5°C to + 50°C
Temperature
k) Orifice Area : As per API Code 526
l) Orifice designation : As per Code API 526
14. All safety relief valves shall be supplied with packed lifting lever and furnished with a
threaded cap over spring adjustment screw.
15. Material of Construction
a) Body : ASTM-A-216 Gr.WCB
b) Bonnet : ASTM-A-216 Gr.WCB
c) Cap : ALUMINIUM
d) Nozzle : ANSI-410-SS
e) Disc : ANSI-410-SS
f) Holder : ANSI-410-SS
g) Blow down ring : ANSI-410-SS
h) Spindle : ANSI-410-SS
i) Check nut : ANSI-410-SS
j) Adjustment Screw : ANSI-410-SS
k) Spring : Spring Steel EN 45
l) Guide : SS 410
m) Bonnet Stud & nut : Carbon Steel
n) Gasket : Compressed asbestos
o) Gland : Carbon Steel
p) Lever : Carbon Steel
q) Spring Button : Carbon Steel
r) Packing : Graphited asbestos
ANNEXURE -16
Guideline for Pipelines work
1. PREAMBLE
Network. Velocity of the water shall not exceed more than 5m/s in the fire water ring
main.
1.2.2 Thickness of Pipelines:
Pipelines shall be designed in a manner that ensures safety under all conditions
likely to be encountered during installation, testing, commissioning & Operating
conditions. Pipelines need to be designed for a design life of minimum 25 years.
The life of pipeline can be extended beyond the design life subject to satisfying
comprehensive integrity test.
Pipe design requires the following loads to be considered:
1. Sustained Loads: The loads that arise during Regular & Normal Operation of the
Pipeline.
2. Occasional Loads: Loads resulting from Rail/Road Traffic in crossings, Seismic,
Loads Caused by Temperature Change (Thermal Expansion) etc.
3. Construction Loads: Loads encountered during installation & Pressure Testing
of Pipe System.
4. Transient Loads: Loads that Occur during the Operation of the pipeline Viz.
Over Pressure, Impact due to falling Objects. Etc.
When Calculating Equivalent Stresses or Strains, the most critical combination of
the above loads should be considered for designing the Pipes as per ASME.
Lay out of Piping System:
2.3.1 Above Ground pipelines
1. Station piping to be above ground, as far as possible, except at Road Crossings,
which need to be laid through Culverts.
2. While crossing internal storm water drains, a cover of 33mm should be available.
3. Above ground pipes shall be provided at a minimum height of 33 mm above finish
ground level to enable proper maintenance.
4. As far as possible, pipelines should exit the Tank farm by the shortest possible
route. Proper access walkways/platforms to be provided for inspection/ approach.
5. The width of the support to be decided based on no. & dia of pipelines to be
supported and spacing in between pipelines, which is calculated as (D+d)/2, where
D & d represent the dia of larger & smaller pipe respectively. However, spacing
between the pipelines need not exceed 300 mm. For the width thus arrived, 20%to
be added for future expansion.
6. In case, the width of support exceeds 6M, it may be preferable to go for multiple
layers.
7. Span of support: The maximum span for various sizes of pipes is given below:
2 40 9 2074
3 50 10 3.05
4 65 11 3.35
5 80 12 3.66
6 100 14 4.27
7 150 17 5.18
8 200 19 5.79
9 250 22 6.71
10 300 23 7.01
11 350 25 7.62
12 400 27 8.23
13 450 28 8.53
14 500 30 9.14
15 600 32 9.75
Any equipment or section of the pipeline containing liquid hydrocarbon in the form
of trapped volume shall be protection against excessive pressure development, due
to rise in surrounding temperature, by installing Thermal Relief Valves (TRVs). The
discharge of TRVs shall be transferred through blow down drain connected to a
sump tank of appropriate capacity or to storage Tanks.
Pressure safety valves or other devices of sufficient capacity and sensitivity shall be
installed to ensure that the normal operating pressure of the system does not
exceed by more than 10%.
2.3.8 Sump Tank
Discharge from safety valves shall be connected to a close blow down system
having an underground storage tank of appropriate capacity.
2.4 Good Construction Practices
WELDING:
2.4.1 Welding Procedure Specification:
2.4.1.1 Prior to starting of production welding, a Preliminary Welding Procedure
Specification (PWPS) in accordance with API Standard 1104 shall be submitted by
the vendor to EIC for approval. Upon approval, procedure shall be established,
qualified and recorded. On successful completion of procedure qualification,
Welding Procedure Specification (WPS) along with Procedure Qualification Record
(PQR) shall be finalized and vendor advised.
2.4.1.2 Welding procedure qualifications shall be carried out in accordance with the
relevant requirements of API 1104 (latest edition) (Welding of Pipelines and
Related Facilities) by the contractor at his expense. The contractor shall submit the
welding procedure to OWNER for approval immediately after the receipt of the
order.
2.4.1.3 The welding procedure shall be established to demonstrate that welds with
suitable mechanical properties (such as strength, ductility and hardness) and
soundness can be made by the procedure. The quality of welds shall be
determined by destructive testing. A separate WPS must be established & qualified
for each set of essential variables (Clause 5.4 of API 1104). The production welding
shall adhere to the qualified WPS and where there is a change in any of the
essential variables, the welding procedure must be re-established as a new
procedure specification and must be re-qualified.
2.4.1.4 All the testing of test Weld joints shall be carried out as per API 1104 (latest
edition), in addition to standard tests as per API 1104, other tests like macro
examination, hardness tests and Charpy V notch impact test shall be carried out on
specimens.
2.5.1 WELDER’S QUALIFICATION
2.5.1.1 The purpose of Welder Qualification Test (WQT) is to determine the ability of
Welders to make sound butt welds using previously qualified procedures. Before
any production welding is performed, welders shall be qualified according to
requirements of API 1104 and of this Specification.
2.5.2.4 Approval of the electrode shall be based on the successful result of Electrodes Qualification
Test (EQT). EQT shall be conducted per ASME Boiler and Pressure Vessel Code Section II
part C.
2.5.2.5 Only consumables which have received the prior approval of Engineer-in-Charge shall be
used.
2.5.2.6 Different grades of electrodes shall be completely separated. The Contractor shall have
facilities available for storing electrodes at recommended temperature where specified.
Electrodes, filler wires and fluxes that show signs of damage or deterioration shall not be
used.
2.5.3 TYPE AND METHOD OF WELDING:
2.5.3.1 Welding shall be done in accordance with the approved welding procedure specification.
2.5.3.2 All welding machines, line up clamps, beveling machines and other equipments used in
connection with the welding work must be satisfactory and must be kept in good
mechanical condition so as to produce sound welds.
2.5.3.3 All welding shall be by Manual Metal Arc process using covered electrodes for the diameter
(nominal) of pipe greater than 50 mm (2” OD).
2.5.3.4 All welded pipe and fittings 2” (50mm) and less in diameter shall be Gas Tungstern Arc
Welding (GTAW) welded.
2.5.3.5 Small tack welds i.e. between ½” (12.5mm) and ¾” (18mm) in length penetrating to the
bottom of the groove may be used in fit ups. Tacks should be equally spaced as follows:
For 2 ½” pipe and smaller - 2 tacks
For 3” to 12” pipe - 4 tacks
For 14” and larger pipes - 6 tacks
2.5.4.3 Cleats (if any) welded to the pipes for the joint fit up shall be removed by grinding only. In
no case removal of clits by hammering is allowed.
2.5.5 STENCILING OF WELDS:
2.5.5.1 All welds shall be marked by the welders according to numbers assigned to them by the
Contractor, who will furnish the Engineer-in-Charge with a record of all number assigned.
Should any welder leave during the course of the job, his stamp shall be void and shall not
be duplicated on the job.
2.5.5.2 Proper identification of each and every joint shall be maintained by providing a unique
number to each joint. Nomenclature of each joint can be written over the pipe/ fittings by
paint. No punch or steel stenciling shall be permitted.
2.6 RADIOGRAPHIC INSPECTION
2.6.1 The piping welds for process, air and fuel, drain line within the station premises shall be
subjected to 10% radiography inspection whereas radiography for fire water lines is not
mandatory.
2.6.2 The Contractor shall arrange radiographic inspection of welds through an experienced and
reputed independent agency.
2.6.3 The independent agency to be appointed by the Contractor for radiographic inspection
shall be appointed only with the prior approval of the Engineer-in-Charge.
2.6.4 The independent agency to be appointed by the Contractor for radiographic examination
shall be competent to carry out the job and shall have required qualified personnel such as
welding Engineers, Radiographers, helpers etc. and shall supply necessary equipments and
materials such as radiographic source cameras, films, penetrometers, density meter, dark
room screen etc.
2.6.5 The welding Engineer employed by the agency shall have minimum ASNT level-II
qualification and shall be thoroughly conversant with welding metallurgy as well as field
welding and weld testing practice in accordance with API Standard 1104 and shall be able
to determine the acceptability of welds by visual and radiographic inspection.
2.6.6 The radiographers employed shall have minimum ANST level-I qualification and must be
fully familiar with radiographic equipments and methods including safety procedure and
thoroughly experienced in the filed of radiographic works. He should be aware of rules and
regulations of radiation protection as well as other relevant safety standards in vogue in
the country.
2.6.7 The Contractor shall offer all necessary facilities to the Site Engineer such as dark room with
controlled temperature viewer etc., for the examination of radiographic films.
2.6.8 The procedure and quality of radiographic examination etc. shall be as per API standard
1104.
2.6.9 The welding Engineer of the agency carrying out radiographic examination shall submit the
radiographic films together with his findings, report and recommendation as to the
acceptability or otherwise of welds radiographed to the Site Engineer. The Site Engineer’s
decision as to the acceptability or otherwise of the welds irrespective of the opinion or
advice tendered by the welding Engineer shall be final and binding upon the Contractor.
2.7 All radiographic films submitted by the Contractor or the independent agency carrying out
the radiographic inspection of welds shall be the property of the Owner.
2.7.1 All cost and expenses involved in radiographic inspection including but not limited to the
cost of labour, materials, equipments, tools and payment to the independent agency
employed for radiographic inspection are to be covered by the relevant item of the
Schedule of Rates and no separate payment need to be made.
3.0 HYDRO TESTING
3.1 WATER FILLING
3.1.1 Fresh Treated water with corrosion inhibitor of suitable dosing shall be used as a testing
medium for the hydrostatic testing of piping system.
3.1.2 Salt water shall not be used for hydrostatic testing under any circumstances.
3.1.3 Assemblies/hydro test section shall be purged of air pockets while water being filled.
3.1.4 The equipment to be hydro tested shall be properly vented during filling to avoid air
pockets.
3.1.5 Water shall be introduced in the system from low point to avoid air pocket formation.
Vents at high point shall be left open and not closed until water flows out.
3.1.6 Venting shall be done from all possible vent points like PI/PT connections, TRV connections
Sampling points, Valve body vent, equipment vent point etc. All air shall be removed
before pressurizing.
3.2 TEST PRESSURE & TEST DURATION
3.2.1 According to ANSI 831.4, clause 437.4.1(a) the test pressure shall be a minimum of 1.25
times the design pressure. As the station piping is to withstand higher loads due to various
static, dynamic, surges and fatigue loads etc. minimum hydro test pressure shall be 1.25 x
1.1 times of pressure rating class. Hence, it is recommended that the test pressure
normally be 1.5 times the maximum operating pressure.
Hydro testing duration shall be minimum 4 hours for station piping and 24 hours for the
cross country P/L.
3.3 Pipe Supports-General Requirement:
Pipe supports & hangers should conform to provisions of ASME B 31 code for pressure
piping or ASME Boiler & Pressure Vessel Codes. Applicable sections of MSS-SP-58 for
materials & selection and application be used.
The supports are normally meant to hold the pipe in the desired position, taking care of
Thermal Expansion, besides the weight of the piping system (including that of Products)
without causing undue stress in the entire system.
The supports normally used in petroleum industry are of the Types indicated below:
The selection of pipe hangers & supports shall be based on the overall design concept of
the piping system and any special requirements thereof. The support system shall provide
for and control the free or intended movement in relation to the connected equipment and
provide the piping system with a degree of control that its operating characteristics require.
The main aspects to be considered in provision of supports are:
The supports need to be designed for static, dynamic, hydro-static & Thermal
Loads.
Pipes should be run on common supports, as far as possible.
Small lines should not be exclusively supported by large lines, unless proper stress
calculators are done. They need to have independent supports.
Hanger supports shall be used only where it is not practical to use Resting Type
supports.
Spring support to be used only close to equipments nozzles to reduce stress &
Moment on the equipment.
Pipe Stanchion, Saddle, trunnion and other components, welded or clamped to run
pipes shall be of the same grade material as the run pipe.
Supports to be provided in such a way that Valves equipment when removed shall
not cause any stress in the piping system. One support (adjustable type) to be
provided as close as possible to the tank after sand pad (Say within 5M).
Supports should be under the main pipe rather than elbows, tees etc.
Vertical Sections of pipe need to be supported below by mass concreting or steel
support.
In case of complex piping systems involving high product Temperature & Pressure, we
need to calculate the Thermal expansion of all pipes and design the supports, based on
the stressed. We may have to do different iterations (Charging Anchor/Guide Points),
position of different pipes. However, in General, in our Terminals, the Temperature of
the product & pressures are moderate. Besides, we have a no. of bends in the system,
which restricts the expansions to moderate levels. Hence, standard provisions as
discussed below can be safely adopted:
The Supports that are generally used in Oil Industry in a Terminal are a) Rest Supports
b) Directional Anchors & c) Guides. Based on the same, the following supports are
recommended to be used in Marketing Terminals. The supports, as indicated earlier,
should be of same material as the “Run Pipes”. Hence only steel supports (Rest
supports can be of RCC) are recommended. However, Teflon (PTFE 25% glass filled)
bearing plates offer a very smooth movement for Pipes. The plates provide a surface
with low co-efficient of friction, which can be attached to a steel support structure, as
shown in the drawing.
In Station piping, these anchors are provided by welding 10” thick steel plate (IS 2062)
to the pipe at a bottom for a portion covering an arc of 60 degree on either side of the
bottom. A stiffener plate of 20mm thick is welded to saddle plate resting on a bearing
plate & roller. The arrangement prevents diametrical expansion of the pipe. However,
it permits small transverse & longitudinal movement. General arrangement & Detailed
drawing is enclosed. These saddle supports are provided at every Rest Support.
3.3.3 GUIDES
In piping terms, this is called a sliding point. They are used primarily to maintain proper
line spacing in a pipe rack and they prevent lateral or sideway movement. These guides
are provided at every 24/30m, which means that, at every 24/30m, we will have both
directional Anchor and Guide.
3.3.4 DRAWINGS
The following drawings are attached herewith:
Provision of Saddle Support without Guide for pipe sizes from 8” to 30”
Provision of Saddle Support with Guide for pipe sizes of 4” & 6”.
Provision of Saddle Support with Guide for pipe sizes of 8” & 30”.
Typical foundation details for pipe support (6” to 42”) with guide.
Typical foundation details for pipe support (6” to 42”) without guide.
REQUIREMENT OF DRAWINGS
a. 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.
b. 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).
5. INSPECTION
a. 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.
b. 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.
c. 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.
d. Defects which may appear during fabrication shall be made good by the contractor.
e. The suitability and capacity of all plants & equipments used for erection shall be to the
satisfaction of the engineer.
6. FABRICATIONS:
a. Fabrication, installation/erection and assembly shall be done as indicated in P & IDs and
1.0 Hitherto, underground pipes were being protected from corrosion by providing
‘Wrapping/Coating’ system of treatment. The system, though in use for a long time suffers
from the following demerits:
2.0 In order to overcome the limitations, alternatives systems were studied and the following is
proposed for adoption.
3.0 Henceforth, all U/G pipes shall be provided with one of the above coating systems. Pipes
under culverts also need to be painted with the same Coating system. In case of old pipes,
the system may be used as & when Re-painting is needed.
4.0 Surface Preparation: The pipe surface needs to be prepared before applying the Coating
system by following the process elaborated below:
4.6 The abrasive-blasted surface shall have a shining and ‘near white metal’ appearance
and the surface roughness shall be 60-75 microns in accordance with ISO 4287-1.
4.7 After abrasive-blast cleaning, the surface shall be dry brushed to remove abrasive
dust and silica deposits.
4.8 Pipe which has not been coated within four hours after cleaning shall be completely
re-blasted prior application.
5.0 Application of Plant:
5.1 Paint shall be spread evenly and carefully on clean metallic surface. No coat of paint
shall be applied on a wet or damp surface. In no case the second coat shall
commence until the preceding coat is dry and hard.
5.2 Painting shall not be carried out when the weather conditions are cold or in damp
weather. Painting during winter shall be carried out only when the temp, is above
15 deg. C and when the surface is dry.
5.3 The painting should be carried out only thru ‘Airless Spray’ system using appropriate
machinery. In case of ‘patch work’, brush painting may be adopted.
5.4 The external surface of the cleaned pipe conforming to specifications for surface
preparation, shall be immediately coated with 100% solvent free Poly Urethane or
High Build Solvent free Epoxy coating in accordance with relevant standard and this
specifications.
5.5 Minimum total thickness (dry film thickness-DFT) of finished coating shall be as
specified in Annexure I & II for different systems. This coating thickness should be
obtained preferably with single coat of the coating system or as per paint
manufacturer recommendation. This coating thickness requirement shall be met
over the weld seam also (in case of pipe joints). Coating thickness shall be uniform
all along the surface.
5.6 Dry film thickness measurement shall be done as per Annexure A of
EN10289/EN10290.
5.7 All holidays, pinholes in the coating operations shall be immediately repaired. The
damaged area shall be thorough cleaned before re-coating.
6.0 LIST OF MEASURING INSTRUMENTS REQUIRED: The following instruments are essential
along with valid calibration certificates and should be included as part of the contract for
making them available by the vendor.
humidity
Magnetic type dry For testing the DFT (dry film thickness) of Required for every
film thickness meter paint. single operation.
(Elcometer)
Holiday detector Low voltage coating flaw detection Required
Wet film thickness A rigid plate with notches for determining Required.
gauge the thickness of the coating film.
Detailed Quality Assurance Plant need to e submitted by the Applicator and approved by TPI
agency /IOC before commencement of work. QAP to be adhered to in toto and TPI to be
engaged to supervise the application thoroughly, in case of major value painting
jobs/Project works.
Specification for High Build Solvent Free Liquid Epoxy Coating-Coating Material for
External Coating of Underground
1.0 GENERAL: The work covered consists of supply, fabrication & erection of structural steel, pipe
supports and cable trays in strict accordance with this specification and applicable drawings.
Structural steel shall conform to IS 2062.
2.0 CODES
2.1 All structural steel work shall be in accordance with IS : 800 Code of practice for the use of
structural steel in General Building Construction and the other Indian Standards referred to
therein.
2.2 Indian Standards referred to in these specifications shall be the latest published by Indian
Standard Institute.
2.3 Welding shall be in accordance with Indian Standard IS : 823, IS: 800, IS : 816 and IS : 808
including other relevant IS Specification on welding.
3.0 MATERIALS
3.1 All materials used in fabrication shall conform to the requirements as mentioned in the
following codes :
a. Steel for General Structural purposes – : IS : 2062 Gr A
Specification
b. Covered Electrodes for manual metal arc welding : IS : 814
of carbon and carbon manganese steel
3.2 Grating shall be done out of electro forged construction as per the specifications given in
tender to match the required
3.3 Grating shall be galvanized as per requirements specified.
4.0 FABRICATION
4.1 All fabrication work shall be in accordance with IS : 800 Section V.
4.2 All fabrication shall be carried out as per the drawings approved by IOCL.
4.3 Platform and ladders shall be shop assembled in the largest unit suitable for handling,
transportation and erection.
5.0 STRAIGHTENING:
5.1 All material shall be clean and straight. If straightening or flattening is necessary, it shall be
done by a process approved by Engineer-in-Charge / IOCL and in a manner that will not
damage the material.
6.0 GAS CUTTING:
6.1 The use of a hand cutting torch is permissible if the metal being cut is not subject to
substantial stress during the operation.
6.2 Gas cut edges subject to substantial tensile stress shall be cut by a mechanically guided
torch, or if hand cut, shall be carefully examined and any nicks removed by grinding.
6.3 Shearing, cropping and gas cutting shall be clean, reasonably square and free from any
distortion and should the inspector find it necessary, the edges shall be subsequently
ground.
7.0 WELDING:
7.1 Surface to be welded shall be free from loose scale, slag, rust, grease, paint and other
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.
ANNEXURE -17
b. This recommended practice covers the hydrostatic testing of new and existing petroleum
pipelines and the dynamic testing of existing pipelines. It recommends minimum
procedures to be followed, equipment to be used and conditions to be considered during
the hydrostatic and dynamic testing of pipelines.
c. Nothing in this recommended practice should be considered as a fixed rule for application
without regard to sound engineering judgment. Certain Governmental requirements may
differ from the criteria set forth in this recommended practice, and its issuance is not
intended to supersede or override such requirements.
2.0 TEST MEDIUM
The hydrostatic test should be conducted with potable water. However for ATF & A.V. Gas
pipeline the product may be used as testing medium.
3.0 EQUIPMENT FOR A HYDROSTATIC TEST :
3.1 Equipment for the hydrostatic test should be properly selected and in good working order.
Equipment affecting the accuracy of the measurements used to validate the specified test
pressure should be designed to measure the pressures to be encountered during the
hydrostatic test.
3.2 Equipment for conducting the hydrostatic test may include the following :
a) A high volume pump capable of filling the line at minimum velocity of 2 km/h
(approximately 1 mph)
b) A test medium supply line filler capable of ensuring a clean test medium.
c) An injection pump to introduce corrosion inhibiters or other chemicals into the test
segment, if their use is required.
d) A meter or other comparable means of measuring line fill.
e) A variable speed positive displacement pump capable of pressurizing the line at least 7
kg/Sqcm. (approximately 100 psi) in excess of the specified test pressure. The pump
should have a known volume per stroke and should be equipped with a stroke counter
(a constant speed pump having a variable flow rate control may be used in lieu of the
above if the liquid test medium injected into the pipeline is measured during
pressurization.
f) Portable tank, if required, capable of providing a source of liquid test medium.
g) A large diameter bourdon tube type pressure gauge with a pressure range and
increment divisions necessary to indicate anticipated test pressures.
h) A deadweight tester certified for accuracy and capable of measuring increments of 0.1
the most elevated point in the test segment. As detailed analysis of the profile to determine
static and dynamic pressures while the pipeline is being tested should be performed so that
the pipeline will not be over pressured at points which are at low elevations.
10.2 The successful bidder shall get the work procedure approved by IOCL/ IOCL’s Consultant
before mobilization of machinery required for the particular activity.
ANNEXURE -18
2.7 GENERALNOTES
2.7.1 The blasted surface shall not be kept exposed to atmosphere for more than 24 hours
(particularly at night time when humidity %age in atmosphere is more and might spoil the
surface prepared).
2.7.2 The first coat of primer shall be applied soon after cleaning and before any visible rusting
occurs.
2.7.3 The paint coat shall be smooth and even and shall not show any trace of brush mark. The
bands, lettering, etc. shall be carried out as per drawing after the external painting is
completed.
3.0 PAINTING OF TANKS
3.1 SURFACE PREPARATION
3.1.1 Before Blasting surface shall be cleaned thoroughly leaving it free of all scales, dust, grease,
oil coating, moisture and other impurities with the help of brass wire brushes, sand paper,
emery paper etc.
3.1.2 Wherever required any weld metal etc. shall be ground off by grinding machine to get
smooth polished surface.
3.1.3 Heavy deposits of grease of oily matter if any shall be removed by suitable solvent wash
before Blasting is undertaken.
3.2 BLASTING
3.2.1 Blast cleaning shall conform to SA 2½ standard as per Swedish Standard SIS 055900-1967 or
equivalent i.e., Blast cleaning to near white metal cleanliness, until 95% of each element of
surface area is free of all visible residues.
3.2.2 Before Blasting, the surface have to be cleaned thoroughly leaving it free from all scales,
dust, grease, oil coating, moisture and other impurities. Any weld metal etc. shall be ground
by grinding machine to get a smooth surface. Heavy deposit of greases of oily matter if any
shall be removed by solvent wash.
3.2.3 Good quality sand is to be used, it should be free from moisture dust and other foreign
materials. The sand to be used shall be of 16-30 mesh quality, i.e. zero % of abrasives to be
retained on 16 mesh screen and 100% retained on 30 mesh screen.
3.2.4 Minimum air supply pressure to be maintained at the delivery nozzle is 7 kg/cm2 (100 psi
aprox.) during blasting operation.
3.2.5 The compressor capacity shall be checked to ensure that it is capable of giving the requisite
volume of air at specified pressure based on the nozzle size and type employed for Blasting.
3.2.6 The three common sizes of sand blast nozzles for general maintenance painting and air flow
requirements are as follows :
Nozzle size Air flow requirement
¼” 150 cfm
5/16” 240 cfm
5/3” 393 cfm
3.2.7 Compressor capacity for each type of nozzle should be at least 25 to 30% above the rated
amount of air required for that size of nozzle.
3.2.8 Compressor should have moisture oil trap. At least 1” internal diameter hose has to be used
if the distance from the air compressor to sand blaster is about 50 ft. long or more to avoid
excessive pressure drop across the hose.
3.2.9 Blast cleaning shall not be performed where dust can contaminate surfaces undergoing such
cleaning or during humid weather conditions (humidity exceeding 85%).
3.2.10 After Blasting, the surface need to be cleaned by dry brush or by dry compressed air (free
from moisture and oil) to remove sand, dust or silica deposits.
3.2.11 Irrespective of method of surface preparation, the first coat of primer must be applied on
dry surface by airless/conventional spray and as directed by Site Engineer. Delaying the
primer application is not advisable beyond 2 hours if weather is dry and humidity level is less
than 80% and if primer is applied within 4 hours, there is no need to provide inhibitor wash
over the blasted surfaces if it is not possible 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: painting summary is attached seperately
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.
4.6.2 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.
4.6.3 Material shall be stored in a store to be built by contractor and approved by Site Manager
for storage of painting material.
4.7 COLOR CODING
4.7.1 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.
4.7.2 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.
4.7.3 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.
4.7.4 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 product Width of the Length of Arrow (inch)
Name (inch) Arrow (inch.)
Diameter (inch)
Up to 6 2 2 12
Above 6 up to 15 4 2 12
Above 15 6 4 12
4.7.5 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.
4.7.6 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.
4.7.7 The colour code for branded fuel shall be decided by respective oil companies for siutable
identification of the pipelines.
4.7.8 In case of change in use of pipeline w.r.t.product, relevant colour coding shall be changed
immediately.
4.7.9 The recommended colour coding for bands shall be:-
COLOUR OF IS CODE
PRODUCT COLOUR PIPE LINE ARROW
BANDS NO*
HSD BS III Aluminum /off white Oxford blue Oxford blue 105
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
HSD III
HSD IV
HSD IV /III
SKO
100 mm 300 mm
SKO
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.
2.2 Erection shall be carried out as per instructions of the equipment manufacturers and
direction of site engineer.
2.3 All the instruments of hydrant engine such as pressure gauges, Composite gauges etc.,
including instrument panels, shall be installed by the contractor as part of equipment
erection and no separate payment will be made.
2.4 After piping has been connected, the alignment shall be checked by the contractor again,
to ensure the piping connections do not induce any undue stresses on the equipment.
2.5 Pumps will be supplied for erection either completely assembled, couple to the drive and
both mounted on a common base plate or in 3 individual parts as pump assembly, motor
and base plate or as pump assembly and motor mounted on separate base plate. The
pumps shall be erected on foundations and leveled with shims and wedges with help of
precision levels and other instruments. The pump and the driver shall then be coupled
and aligned. Final alignment shall be done after all piping connections are made. Shims
and wedges where required will be arranged by the contractor.
2.6 Trial runs of equipments - unless indicated otherwise, all equipments shall be subjected to
trial runs up to the satisfaction of the site engineer on load and without load condition.
This also includes coordination with the supplier of equipment to commission the same.
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 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.
4.3 Physical and chemical tests on materials shall be carried out to ensure the quality of the
material.
4.4 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.
4.5 The contractor shall be responsible for inspection and certification of all items.
ANNEXURE -21
ANNEXURE -22
1.7 Vendor shall be a regular and established manufacturer of breather valve & emergency
vent.
1.8 Vendor shall have adequate engineering, manufacturing and testing facilities for breather
valve & emergency vent conforming to API standard.
1.9 Breather valve model offered shall be from the existing regular manufacturing range of the
breather valve vendors. Vendor’s / manufacturer’s catalogue and general reference list shall
be furnished along with the offer.
2.0 CODES & STANDARDS
2.1 Codes, Standards and Regulations
The breather valve and emergency vent covered by this specification shall be designed,
manufactured and tested in accordance with the requirements of this Project
Specifications, Company approved data sheets and the latest editions of applicable
National / International codes and standards ( not limited to those listed hereunder ) and
Statutory Regulations ( where applicable ).
• API 2000 : Venting Atmospheric and Low-pressure Storage Tanks
• API 650 : Welded Steel Tanks for Oil Storage
• IS 10987 : Code of Practice for Design, Fabrication, Testing & Installation of
Underground/ Aboveground Horizontal Cylindrical Steel Storage Tanks for Petroleum
Products
• OISD 244 : Storage and Handling of Petroleum Products at Depots & Terminals
• ISO16852 : Standard For Flame arrestors
2.2 Project Specifications
The breather valve covered by this specification shall be designed, manufactured and
tested in accordance with the requirements of the following Project Specifications:
• Design Criteria
• Piping Specifications.
• Painting Specifications.
2.3 Mandatory Indian Statutory Requirements
This document has been prepared to the National / International Standards detailed
within. Contractor shall ensure that the scope of work is executed in accordance with all
mandatory Indian statutory requirements.
3.0 DEFINITIONS
The following terms as used in this specification shall have the meanings denoted:
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 ……..
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.
8.1 Contractor shall submit the total documents for equipment specifications, catalogues, data
sheets, deviation schedule and other relevant data as per attached ‘Vendor Data
Requirement’ sheet, to facilitate Company in evaluating the equipment selection.
8.2 Drawings and data to be furnished for Company’ s review / approval, as outlined in the
attached ‘Vendor Data Requirement’ sheet and shall be submitted as a part of Equipment
Data Book. In addition to above, any additional document / data required by Company for
engineering & construction shall also be furnished by Contractor / vendor. This shall include,
as a minimum the followings:
FINAL
AFTER
SL WITH WITH
DESCRIPTION PURCHASE
NO OFFER EQUIPMENT
ORDER
DATA BOOK
1. Completed data sheet and Yes R Yes
calculations
FINAL
AFTER
SL WITH WITH
DESCRIPTION PURCHASE
NO OFFER EQUIPMENT
ORDER
DATA BOOK
15. List of deviations from spec. Yes R Yes
16. Experience Details Yes I Yes
17. Maintenance schedule ( 2 sets ) – I Yes
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 No. Fluid Size of Number Size of Number of Flame Silica Gel
Handled Each of Emergency Emergency arrester Breather
Breather Breather Vent Vent
Valve Valve
T- HSD 12” 3 24” 1 Yes -
02A/B/C
T-03A/B SKO 12” 3 24” 1 Yes -
T-08A MS 4” 1 - - Yes -
T-08B SKO 4” 1 - - Yes -
T-08C HSD 4” 1 - - Yes -
T-08D Ethanol 4” 1 - - Yes Yes
T-08E Own Use 4” 1 - - Yes -
HSD
Annexure – II
9 CORROSIVE/ NON-CORROSIVE :
1 MAX. ALLOW. PRESS. DROP
0 (mmWC) :
1
TANK PUMPOUT RATE (m3/h) : THERMAL (m3/h) : *
1
SAFETY INBREATHING/ OUTBREATHING
1
TOTAL INBREATHING RATE (m3/h) : *
2
1
TANK FILLING RATE (m3/h) : THERMAL (m3/h) : *
3
1
TOTAL OUTBREATHING RATE (m3/h) : *
4
1
5
&
1
6 LOCATION : TANK TOP SIZE (mm) : *
1
7 MOUNTING : VERTICAL DESIGN PRESSURE : *
PRESSURE
VACUUM
MATERIAL OF CONST OF
2
6 FLAME ARRESTOR : *
2
7
2 NOTE -
8
29 *' DENOTES DATA TO BE PROVIDED BY VENDOR.
CONSULTANT
SERVICE : SAFETY VENT PLANT: :
1 TANK / LINE TAG. NO.: NOS REQD. :
2 TANK DESCRIPTION : LIQUID HANDLED :
3 TYPE : TANK DESIGN TEMP. (oC) :
TANK / LINE DATA
ANNEXURE -23
flush valves. The water inlet pressure and foam concentrate pressure at metering orifice is
sensed by a diaphragm valve and it automatically balances the concentrate supply to
provide accurately proportioned water foam solution over a wide range of flow conditions
1.3.3 A foam concentrate supply valve is also provided as an optional item. The system requires
foam concentrate supply pressure of 1.5-2.0 bar higher than the water supply pressure. The
Inline balance pressure proportioner is also provided with a manual balancing valve.
2. DELUGE VALVE
2.1 TECHNICAL DATA:
2.1.1 MOC:- Cast Steel ASTM A 216 WBC
2.1.2 SIZE: 200,150,100, 80, 50 NB (Ss per Design)
2.1.3 SERVICE PRESSURE: 1.4 to 17.5 Bar (20 to 250 PSI)
2.1.4 THREADED OPENING: BSPT
2.1.5 MOUNTING: Vertical or Horizontal
2.1.6 FACTORY HYDROSTATIC TEST PRESSURE: 35 Kg/sq.cm. (500 PSI)
2.1.7 FLANGE CONNECTION: ANSI B 16.5 # 150 RF
2.1.8 FINISH: RAL 3000
2.2 APPLICATION:
2.2.1 Deluge Valve is known as a system control valvein a deluge system, used for fast application
of water in a spray system.
2.2.2 Deluge valve protects areas such as power transformer installation, storage tank, conveyor
protection and other industrial application etc.
2.2.3 With the addition of foaming agent deluge valve can be used to protect aircraft hangar and
inflammable liquid fire
2.3 SPECIFICATIONS:
2.3.1 HD Deluge valve is a quick release, hydraulically operated diaphragm valve. It has three
chambers, isolated from each other by the diaphragm operated clapper and seat seal.
2.3.2 While in SET position, water pressure is transmitted through an external bypass check valve
and restriction orifice from the system supply side to the top chamber, so that supply
pressure in the top chamber act across the diaphragm operated clapper which holds the
seat against the inlet supply pressure because of the differential pressure design.
2.3.3 To actuate a Deluge valve electrically, a solenoid valve is provided to drain the water from
the top chamber of the Deluge valve. A pressure switch is provided to activate an electric
alarm, to shut down the desired equipment or to give “Tripped” indication of the Deluge
valve. In addition to this a pressure switch can also monitor “Low air pressure” and “Fire
condition” when used in dry pilot airline.
2.3.4 The valve can be reset without undergoing above procedure, by just closing/replacing the
release device as valve is auto reset type. The reset time may be long or cause vibration
while closing depending on back pressure at the outlet of the valve.
solution pipe. Each foam chamber is supplied with an orifice plate, designed for the required
flow and inlet pressure. The orifice is field replaceable in the event of change in design
parameters.
4.2.2 The foam is produced by introducing air into the foam solution stream. The inlet of foam
chamber is designed to create venturi jet which draws air into the foam solution stream. The
air is drawn into the foam solution through the holes located on the foam chamber covered
with stainless steel screen to exclude nesting birds and insects. The aerated foam is directed
into the deflector for the gentle application of the expanded foam.
4.2.3 On removal of cover plate from the top of the chamber allows the system to be tested and
to draw a sample of the expanded foam, without removing the vapour seal or disconnecting
the foam chamber from the tank. Frangible glass bursting disc (vapour seal) can be replaced
by easily.
4.2.4 The vapour seal is designed to rupture within 0.7 to 1.75 Kg/sq.cm. (10 to 25 PSI) pressure at
inlet flange of Foam Chamber, as required by NFPA, UL & FM standard. The vapour seal will
withstand maximum back pressure of 0.07 Kg/sq.cm. Bar (1.0 PSI) or equal to 686mm of
water column as specified by API for welded storage tank.
4.2.5 The vapour seal is frangible glass. The vapour seal is supplied with holder and for spares it
can be with or without holder. The ‘O’ ring used for seal are Nitride rubber and optional
Viton for polar solvent.
4.2.6 Foam Deflector (as per OEM of Foam Chamber) made of is carbon steel material with
matching flanges as per ANSI B 16.5 # 150 shall be installed.
5. FOAM CONCENTRATE CONTROL VALVE
5.1 TECHNICAL DATA
5.1.1 SIZE: 25NB, 40NB & 50NB (As per design)
5.1.2 RATED PRESSURE: 14 Kg./sq.cm. (200 PSI)
5.1.3 END CONNECTION: Flanged end to ANSI B 16.5 Class 150#
5.1.4 PRESSURE SENSING: Teflon tube with Stainless HOSE Steel braided cover
5.1.5 TRIM CONNECTION: Stainless Steel
5.1.6 FACTORY HYDRO-TEST PRESSURE: 25 Kg./sq.cm. (365 PSI)
5.1.7 FINISH: RED RAL 3000
5.2 APPLICATION
5.2.1 Foam concentrate control valve is designed for use in bladder tank foam system or inline
balance pressure proportioning system. The valve opens automatically when water supply is
established through the inlet pipe of ratio controller of bladder tank or in the inline balance
pressure proportioning system. The valve shall open at minimum of 2.1 Kg./sq.cm. (30 psi)
water pressure.
5.3 SPECIFICATION
5.3.1 The foam concentrate control valve utilizes water as the medium to open the valve. A
manual override facility is provided to open the valve. In normal condition the valve remains
in closed position.
5.3.2 When, a minimum water pressure of 2.1 Kg./sq.cm. (30 psi) is established the valve opens
and closing of the valve is manual.
6. ATMOSPHERIC FOAM CONCENTRATE STORAGE TANK
6.1 TECHNICAL DATA
6.1.1 STORAGE CAPACITY: As per Design
6.1.2 MOC: SS 304
6.1.3 EXPANSION DOME: 2% of total tank capacity
6.1.4 FINISH: Natural finish
6.1.5 Fill connection with expansion dome
6.1.6 Drain connection at bottom (Nos as per detailed drawing approval)
6.1.7 Flanged suction connection at the bottom of tank
6.1.8 Flanged return connection at the bottom or at the top of tank.
6.1.9 Site Gauge, Air Vent with Sillica Gel assembly, Lifting Hook.
6.1.10 Ladder
7. BLADDER TANK
7.1 TECHNICAL DATA
7.1.1 TANK MOUNTING: Vertical or Horizontal (during drawing approval)
7.1.2 CONCENTRATE STORAGE CAPACITY: (As per design)
7.1.3 MAXIMUM WORKING PRESSURE: > 12 kg/sqcm
7.1.4 FACTORY HYDRO-TEST PRESSURE: As per ASME code
7.1.5 VESSEL CONSTRUCTION: Carbon Steel as per ASME Code Section VIII Div 1, for unfired
pressure vessels
7.1.6 CE Mark: Required
7.1.7 ASME “U” STAMP: Required
7.1.8 BLADDER: Buna-N
7.1.9 CENTRE TUBE: Perforated PVC
7.1.10 EXTERNAL PIPING: Water side: Carbon Steel seamless pipe sch 40 Foam concentrate side:
Stainless Steel sch 40
7.1.11 VENT AND DRAIN: Ball valve
7.1.12 Sight gauge with shut off and drain valve (polycarbonate material): Required
7.1.13 Ladder: Required
7.1.14 Filling kit: Required
7.1.15 Seismic designed tanks: Required
7.1.16 Thermal Relief valve: Required
7.1.17 Full flow, ASME “U” Stamped: Required
ANNEXURE 24
Note: Inspection may be carried out through any branch of the above mentioned agencies
ANNEXURE 25
51. REBATED MORTICE LOCK (VERTICAL) GODREJ OR EQVT. APPROVED MAKE 6607
52. MORTICE LOCK (VERTICAL TYPE) GODREJ OR EQVT. APPROVED MAKE 2209
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- 2F, No.10, Lane 120, Dongning Road, East District, Tainan City, Taiwan, ROC
INTERNATIONA Mr. Jefer Su
L (HITEC Mobile : 886-6-2365056
EQUIPMENT) Fax : 886-6-2365057
Prakash Chopde
President - Special Projects
Hitec Equipment
( Div. of Kaveri Napthols Pvt. Ltd. )
11, Gulzar, Highway Service Road,
Andhri East, Mumbai 400 099
Mobile: +91 98 200 12168
WADCO No. 8, Candy House, Mandlik Road, Colaba,
BUSINESS Mumbai – 400001, Maharashtra, India.
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. LTD. Plot No. 85 E, Govt. Industrial Estate, Ganesh Nagar,
Charkop, Kandivali (West). Mumbai - 400 067.
Landmark: Opp Ganesh Nagar (BMC) Municipal
23. COMPRESSOR
25. ETP
27. 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
2
3
Note : Tenderer should upload copy of signed and audited Balance Sheet
including P&L account as proof of turnover.
Income Tax Returns Acknowledgement Filed for last three assessment years (i.e.
corresponding financial years ):
Note : Tenderer should upload copy of the Acknowledgement of Income Tax Return filed.
i. If paid Online :
AMOUNT
Rs.
RTGS/NEFT/NET BANKING
(Strike out, whichever is not applicable)
OR
OR
MSE/NSIC/
Tendered Work is
Category MSE/NSIC/ No. Valid
covered in Certificate
(MSE / NSIC) Certificate no. upto ( If
(Yes/No)
Applicable)
State whether
Name of Central Govt./ State
Central Govt./ State CIN
PSU / JV of IOCL
PSU, IOCL JV
(J) Details of Documents uploaded along with Tender documents in technical bid and
confirmation required to be furnished by tenderer:
SL DETAILS/DECLARATION BY
PARTICULARS IOC’s REQUIRMENT
No. TENDERER ( Yes / No)
Single page declaration for
To be uploaded by
1 undertaking of acceptance of tender
tenderer
as required, to be uploaded.
Confirm that scan copy of EMD To be confirmed by
2
instrument is uploaded. tenderer
Confirm that all Declarations/
To be confirmed by
3 Undertakings/ Addendum required
tenderer
as per tender are uploaded.
Confirm that there are no deviations To be confirmed by
4
from tender conditions tenderer
Site Organogram
(to be submitted by successful To be confirmed by
5
bidder) tenderer
To be filled by
Power of attorney (POA) for bidders
7 tenderer and copy to
as per the legal entity of the firm.
be uploaded
Confirm validity as per tender To be confirmed by
8
condition tenderer
To be confirmed by
9 Confirm completion time as per NIT
tenderer
Confirm that the price bid does not To be confirmed by
10
contain any condition tenderer
Mobilization advance required as To be confirmed by
11
per tender terms and conditions tenderer
To be uploaded by
12 Equipment/machinery questionnaire
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
Place: Signature & Seal
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
ANNEXURE D
I hereby declare that neither I in my personal name or in the name of my Proprietary concern M/s
_________________________________________, which is submitting the accompanying
Bid/Tender, nor any other concern in which I am proprietor nor any partnership firm in which I am
involved as a Partner are presently or have during the past three years, been placed on any black
list or holiday list declared by Indian Oil Corporation Limited or by any department of any
Government (State Provisional, Federal or Central) or by any Public Sector Organization in India or
in any other country, nor is there pending any inquiry by Indian Oil Corporation Ltd. or any
Department of the Government or by any Public Sector Organization in India or in any other
country, in respect of any corrupt or fraudulent practice(s) against me or any other of my
proprietorship concern(s) or against any partnership firm(s) in which I am or was at the relevant
time involved as a partner, except as indicated below:
(Here give particulars of blacklisting or holiday listing, and / or inquiry 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.
Date:
--------------------------------------------------------------------------------------------------------------
(In the case of a Partnership Firm)
(Here give particulars of blacklisting or holiday listing, and / or inquiry 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.
Date:
------------------------------------------------------------------------------------------------------------
We hereby declare that neither we or a parent, subsidiary or other company under direct or
indirect common parent (associate company) are presently nor have within the past three years
been placed on any holiday list or black list declared by Indian Oil Corporation Ltd. or by any
Department of any Government (State, Provincial, Federal or Central) or by any Public Sector
Organization in India or in any other country and that there is no pending inquiry by Indian Oil
Corporation Ltd. or by any Department of any Government ( State, Provincial, Federal or Central)
or any Public Sector Organization in any country against us or a parent or subsidiary or associate
company as aforesaid in India or in any other country, in respect of corrupt or fraudulent
practice(s), except as indicated below:
(Here give particulars of blacklisting or holiday listing, and / or inquiry 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.
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
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
A blank cancelled cheque leaf relating to the above bank account is enclosed for verifying the
accuracy of the bank account details.
I hereby declare that the particulars given above are correct and complete. I agree to receive
transactional SMS / E-Mail Alerts from IOCL with regard to my bill payments.
**** 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.
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.
1. The Contractors hereby undertake to furnish a certificate with regard to the number of
labourers employed by them in Corporation / in other organization throughout the country
to the Location In Charge of the Corporation where the work is undertaken by the
Contractors.
2. The Contractors hereby confirm and state that they are duly registered under Contract
Labour (Regulation and Abolition) Act 1970 as amended from time to time and that they
undertake to furnish a certified copy of the requisite Licence obtained by the Contractors
from the competent authority to the Corporation’s representative.
3. The Contractors hereby undertake to keep proper record of attendance of his labourers and
will give opportunity to the officers of the Corporation to supervise the same and confer
upon the Corporation’s representative the right to countersign the said register if so
required by the Corporation. The Contractor shall provide a copy of the pay sheets to the
Location In Charge of the Corporation nominated by the Corporation for supervision of the
payment of wages made to the labourers by the contractors and also confer the right on the
Corporation for supervision of the payment of wages made to the labourers by the
Contractors and also confer the right on the Corporation’s representative to supervise the
payment of wages to the labourers on the spot whenever required by the Corporation.
4. The Contractors state they are fully aware of the provisions of the ESIC Act, and the rules
made thereunder. The Contractors hereby confirm that the said act and the rules made
thereunder are not applicable to them since the labourers so far employed were not on
continuous basis and that they are exempted from the purview of the said Act and the rules
made thereunder and they are therefore not required to obtain a separate Code Number
from the Regional ESIC Office.
5. The Contractors hereby undertake and agree that in event of any claim on account of ESIC
liabilities arising in future, they shall keep the Corporation duly indemnified against all
losses, damages, charges, expenses, penalties, suits or proceedings which the Corporation
may incur, suffer or to be put to on that account.
6. The Contractor hereby agree, confirm and declare that they have fully complied and will
comply with the provisions of various labour laws, particularly those referred to herein
above and that no violation of the provisions of various amenities and facilities to the
workers under different laws has been done by them and in the events of any past or future
violation of the various labour laws the contractors shall indemnify and keep the
Corporation duly indemnified against all losses, damages, costs, expenses, penalties, suits or
proceedings which the Corporation may incur, suffer or be put to.
7. The Contractor hereby agree that the aforesaid indemnity undertaking are in addition to
and not in substitution of the terms and conditions contained in the Empanelment
documents and the Agreement executed by the Contractors with the Corporation.
8. The Contractor hereby confirm, agree and record that these terms of undertaking and
indemnity shall be irrevocable and unconditional and shall be binding on their heirs,
executors, administrators and legal representative and shall ensure for the Corporation’s
benefit and for the benefit of its successors and assigns.
9. That all question, disputes and differences between the Contractor and the Corporation
arising under the bond/undertaking shall be referred to arbitration in the same manner as
indicated in the contract to be entered into between the Contractors and the Corporation
for the above Tender.
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 as on date of submission of our response to the
subject tender.
We hereby confirm that we shall obtain GSTIN 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.
Signature:
Date:
NOTE: This undertaking should be signed by the bidder's authorized representative on their firm’s
letterhead who is signing the Bid and scanned copy to be uploaded.
ANNEXUREJ
DECLARATION
(On acceptance of tender, this undertaking shall be submitted on stamp paper of appropriate value)
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.
8) Not do or suffer to be done in or about the premises of the Corporation anything whatsoever
which in the opinion of the Corporation may be or become a nuisance or annoyance or
danger or which may adversely affect the property, reputation or interest of the Corporation.
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
1. In consideration of the Indian Oil Corporation Limited (hereinafter called ‘The Corporation’)
having agreed to accept from________________ (name of the tenderer) ( hereinafter called
`the said tenderer’) Earnest money in the form of Bank Guarantee, under the terms and
conditions of tender No._______________________dated _________ in connection with
_________________________________________________ (mention the details of the tender)
(hereinafter called “the said tender”), for the due observance by the said tenderer of the
stipulation to keep the offer open for acceptance for a period of _______ days from the date of
the opening of the tender and other stipulations of the tender we,
___________________________________(indicate the name of the bank) hereinafter referred
to as ‘the Bank’ at the request of ___________________________________________(mention
the name of the tenderer) do hereby undertake to pay on demand to the Indian Oil Corporation
Limited an amount not exceeding Rs. ____________________ in the event of the said tenderer
having incurred forfeiture of earnest money as aforesaid or for the breach of any of the terms or
conditions or the stipulations of the said tender and/ or the contract if awarded including but
not limited to non performance of the contract caused due to revision in price/ pricing basis
after close of the pricing part of the tender under an order of the Indian Oil Corporation limited.
3. We __________________(indicate the name of the bank) undertake to pay to the Indian Oil
Corporation Limited any money so demanded notwithstanding any dispute or disputes raised by
the tenderer in any suit or proceeding pending before any court or Tribunal or arbitrator relating
thereto our liability under this present being absolute and unequivocal. The payment so made
by the bank under this bond shall be a valid discharge of our liability for payment there under
and the tenderer shall have no claim against us for making such payment.
4. We _________________(indicate the name of the bank) 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 terms, conditions or stipulation of the said tender and that it shall continue
to be enforceable till all the dues of the Indian Oil Corporation Limited under or by virtue of the
said tender/ contract have been fully paid and its claims satisfied or discharged or till Indian Oil
Corporation Limited certifies that the terms and conditions of the said tender have been fully
and properly carried out by the said tender 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 the bank) further agree with the Indian Oil
Corporation Limited that the Indian Oil Corporation Limited 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 tender or to extend time of performance by the said tenderer
from time to time or to postpone for any time or from time to time any of the powers
exercisable by the Indian Oil Corporation Limited against the said tenderer and to forbear or
enforce any of the terms and conditions relating to the said tender and shall not be relieved
from our liability by reason of any such variation, or extension being granted to the said
tenderer or for any forbearance, act or omission on the part of Indian Oil Corporation Limited or
any indulgence by the Indian Oil Corporation Limited to the said tenderer or by any such matter
or thing whatsoever which under the law relating to sureties would, but for this provisions have
effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the bank or the
tenderer.
7. We, _________________(indicate the name of the bank) lastly undertake not to revoke this
guarantee during its currency except with the previous consent of the Indian Oil Corporation
Limited in writing.
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._________
3. we undertake to pay to the Corporation any money so demanded notwithstanding any dispute
or disputes raised by the Contractor(s) / Supplier(s) / - Seller(s) in any suit or proceeding pending
before any court or Tribunal or Arbitrator relating thereto our liability under this present being
absolute and unequivocal.
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 M
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.
NAME :
ADDRESS : SEAL
ADDRESS : SEAL
ANNEXURE N
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 so as to enable claims to be made under this guarantee
by a further 6 (SIX) months from the said date with the intent that the validity of this
Guarantee shall automatically stand extended by a further 6 (SIX) months upon such request
by the Corporation.
4. The Corporation shall have the fullest liberty without reference to the Bank and without
affecting in anyway the liability of the Bank under this guarantee/ undertaking, at any time
and/ or from time to time to amend or vary the Work order and / or any of the terms and
conditions thereof or to extend time for performance of the said work order in whole or part
or to postpone for any time and/ or from time to time any of the obligations of the Contractor
and/ or the powers or remedies exercisable by the Corporation against the Contractor and
either to enforce or forebear from enforcing any of the terms and conditions of or governing
the said Work Order available to the Corporation or any of them and the Bank shall not be
released from its liability under these presents and the liability of the Bank hereunder shall
remain in full force and effect notwithstanding any exercise by the Corporation of the liberty
with reference to any or all the matters aforesaid or by reason of time being given to the
Contractor or any other forbearance, act or omission on the part of Contractor or of any
indulgence by the Corporation to the Contractors or of any other act, matter or thing
whatsoever which under the law relating to sureties or otherwise which could but for the
provision have the effect of releasing the Bank from its liability hereunder or any part thereof
and the Bank hereby specifically waives any and all contrary rights whatsoever.
5. The obligation of the Bank to the Corporation hereunder shall be as principal to principal and
shall be wholly independent of the work order and it shall not be necessary for the
Corporation to proceed against the Contractor before proceeding against the Bank and the
Guarantee/Undertaking herein contained shall be enforceable against the Bank
notwithstanding the existence of any other Guarantee/Undertaking or security for any
indebtedness of the Contractor to the Corporation(including relative to the said Security
Deposit) and notwithstanding that any such undertaking or security shall at the time when
claim is made against the Bank or proceedings taken against the Bank hereunder, be
outstanding or unrealized.
6. The amount stated by the Corporation in any demand, claim or notice made with reference
tot thisguarantee shall as between the Bank and the Corporation for the purpose of these
presents be conclusive of the amount payable by the Bank to the Corporation hereunder.
7. The liability of the bank to the Corporation under this Guarantee/Undertaking shall remain in
full force and effect notwithstanding the existence of any difference or dispute between the
Contractor and the Corporation, the Contractor and the Bank and/or the Bank and the
Corporation or otherwise howsoever touching or affecting these presents for the liability of
the Contractor to the Corporation, and notwithstanding the existence of any instructions or
purported instructions by the Contractor or any other person to the Bank not to 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 O
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.
c) We as well as our nominated sub-contractor(s) undertake to fully comply with provisions of The
Child Labour (Prohibition and Regulation) Act, 1986 and other applicable labour laws, in case the work
is awarded to us.
d) It is understood that if I/We, either before award or during execution of Contract, commit a
transgression through a violation of Article b /c above or in any other form, such as to put my/our
reliability or credibility in question, the Owner is entitled to disqualify us from the Tender process or
terminate the Contract, if already executed or exclude me / us from future contract award processes.
The imposition and duration of the exclusion will be determined by the severity of transgression and
determined by the Owner. Such exclusion may be for a period of 1 year to 3 years as per the
procedure prescribed in the guidelines for holiday listing of the Owner.
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- P
FORM OF CONTRACT
(On stamp paper of appropriate value)
(To be executed on award of the work)
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 documents and all prior negotiations, representations, contacts and/ or
agreements and understandings relative to the work are hereby cancelled.
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
ANNEXURE- Q
I, ……………S/o Shri ………… R/o ------- ---District---- State ---- do hereby state and
affirm as follows
1. I am the sole owner/ proprietor of a business operating under the name and style " --
----------------------------------(Name of the Proprietorship Firm)" operating from --------------
------------------(address of the firm).
3. That the content of this declaration are true and correct to the best of my knowledge
and belief.
PLACE :-