Sunteți pe pagina 1din 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.

INDIAN OIL CORPORATION LIMITED


(MARKETING DIVISION)
REGIONAL CONTRACT CELL
NOTHERN REGIONAL OFFICE
1, AURBINDO MARG, YUSUF SARAI
NEW DELHI-110016

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

TENDER NO: RCC/NR/RSO/ENG/PT-266/2018-19

Last date of tender submission: 05.04.2019 at 15:00 hrs


Technical Bid Opening on : 08.04.2019 @ 11.00 Hrs
Page 1 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.

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

PART B: COMMERCIAL BID


1 Statement of Credentials to be furnished by tenderer-Annex-A 307
2. Declaration A, B, C, D - Annex-B 314
3. List of Directors of Indian Oil Corporation Limited –Annex-C 317
4. Proforma of Declaration of Black Listing / Holiday Listing- Annex-D 318
5. Proforma for tender not tampered- Annexure -E 320
6 Format for consent letter for payment through Electronic Mode.-Annex-F 321
7 Format for acceptance of tender terms and conditions Attached
separately
8 General conditions of contract with safety practices Attached
separately
9 Safety Declaration –Annex-G 322
10 Indemnity Bond for undertaking for ESIC-Annex-H 323
11. Undertaking for GSTIN No.-Annex-I 325
12 Declaration (to be executed on obtaining work order)-Annex-J 326
13. Form of Bank Guarantee for Earnest Money Deposit (EMD)- Annex-K 329
14. Bank Guarantee proforma in lieu of Security Deposit (SD)-Annex-L 331
15 Model Proforma for Joint Performance Warranty for Painting Works - 333
Annex-M
16 Performance Bank Guarantee for Painting- Annex-N 336
17 Proforma for non-engagement of child labour- Annex-O 339
18 Form of contract – Annex-P 340
19 Undertaking for Sole Proprietor –Annex-Q 343
20 Special Instructions to the bidder for participating in e-Tender Attached
separately
21 FAQs on Online EMD Payment facility in IOCL e-tendering system Attached
separately
PRICE BID
1 Price schedule – BOQ file / Schedule of Rates Attached
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

NOTICE INVITING E-TENDER (NIT)


Indian Oil Corporation Limited invites electronic bids through its website https://iocletenders.nic.in under two-bid
system for the work as detailed below from indigenous bidders fulfilling the qualifying requirements as stated
hereunder.

1. TENDER NO. : RCC/NR/RSO/ENG/PT-266/2018-19

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.

DEPOSIT i. Online EMD payment through Net Banking or


NEFT/RTGS or Bank Guarantee.
ii. Bank Guarantee as an instrument towards Earnest
money deposit shall be accepted only if amount of EMD
is not less than Rupees One lakh.
iii. For detail about process of payment of online EMD,
bidders shall refer “Special Instructions to the Bidder
(SITB)” and “FAQs - Online EMD Facility in IOCL e-
Tendering” documents attached separately along with
the tender.
iv. Offline EMD payment through Demand Draft (DD) and
Bankers Cheque (BC) shall not be accepted.
v. In case of Bank Guarantee, bidder will upload scanned
copy of BG as exemption document. Original BG shall be
sent by the bidders /bank to Tender Issuing Authority as
mentioned in the tender.
vi. Original BG should reach to Tender Issuing Authority
within 7 working days from the date of opening of
technical bids. For the purpose of receipt of BG, the time
recorded in the receipt/DAK section against receipt shall
also be considered as receipt time.
vii. Only those physical BG instruments found matching with
the copy submitted in the e-portal shall be considered as
valid Acceptance of BG.
viii. Bank Guarantee towards EMD should be valid for 07
months from the date of opening of technical bid. If
needed, validity of BG should be extended by the party /
Bank.
ix. Bank Guarantee should be submitted as per enclosed
proforma only by the Tenderer. BG may be received
directly either from the bank or the vendor through any
mode (Registered post/Speed Post/Courier or by hand).
x. If BG towards EMD is submitted in any manner other
than aforesaid, the Tender is liable to be rejected.
xi. If the original BG instrument is not received by the due
date and time as specified above, the bid shall be
summarily rejected.
xii. Exemption from submission of EMD:
xiii. Parties registered with any of the following
agencies/bodies as per Public Procurement Policy for
Micro & Small Enterprises(MSE) Order 2012 are
exempted categories from payment of EMD provided
that the registration certificate issued by any one of
these below mentioned agencies must be valid as on
close date of tender. Micro, Small or Medium
Page 5 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.

Enterprises who have applied for registration or renewal


of registration with any of these agencies/bodies but
have not obtained the valid certificate as on close date
of tender are not eligible for exemption.
A) District Industries Centre (DIC)
B) Khadi and Village Industries Commission (KVIC)
C) Khadi and Village Industries Board
D) Coir Board
E) National Small Industries Corporation(NSIC)
F) Directorate of Handicraft and Handloom
G) Udyog Aadhar Memorandum (UAM) Against UAM, copy
of acknowledgement generated online shall be
acceptable
H) Any other body specified by Ministry of MSME
I) PSUs (Central & State) and JVs of IOCL are exempted
from submission of EMD.
A copy of the EMD instrument or exemption certificate
in case of exempted categories shall be uploaded along
with clear scanned copies of required documents to
substantiate the claim towards their credentials along
with the tender documents in the appropriate link.
Tenderers not paying EMD or not uploading valid
exemption certificate / scan copy of BG on or before
tender submission, date and time will be summarily
rejected.
Purchase preference: Since it is a work contracts tender, no
purchase preference shall be given to the MSME
8. TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:

a) Starts on : 11.03.2019 at 15:00 HRS

b) Ends on : 05.04.2019 at 15:00 HRS

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:

a) Starts on : 25.03.2019 at 15:00 HRS

b) Ends on : 05.04.2019 at 15:00 HRS

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.

11. DUE DATE FOR OPENING OF TENDER:

12. Opening of Tender 08.04.2019 at 11:00 HRS


(Technical Bid Only)
Offer shall be valid for 180 Days from date of opening of
13. TENDER VALIDITY :
technical bid. In case of requirement, IOCL may seek further
extension of the validity of the offer from the bidders.
10 months from the date of handing over of site.
14. WORK COMPLETION :
TIME

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

17. PRE QUALIFICATION (PQ) CRITERIA:

Parties who satisfy the following qualification parameters as per the details given below only need apply

S.N. QUALIFYING PARAMETERS


1.0 SIMILAR WORKS EXPERIENCE:
Experience of having successfully completed similar work during last 5 (Five) years ending last day
1.1
of 28.02.2019 should be either of the following monetary limits :-

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

DEFINITION OF SIMILAR WORKS: Experience in successful completion of any or combination of


the following items meeting monetary limits shall be taken as similar works.
1.2
“Fabrication, Erection of Cone Roof (OR) Floating Roof Vertical Storage tanks in Petroleum (OR)
Petrochemical (OR) Hazardous chemical installations. The work order must contain at least one CRVT (OR)
EFRVT (OR) IFRVT tank of minimum 14 m diameter”

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.

The proof of similar work should contains the following :-

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:

S. Other Mandatory Documents to be submitted


No Documents
1. PAN Scan copy to be submitted.

PAN No. is required to establish credentials for proprietary


concern/partnership firms and correlation of TDS details. In case the
availability of GST registration no. from where PAN No. can be derived,
no bids shall be rejected for non-submission of PAN.
2. PF Registration Scan copy of Valid PF registration no. copy to be submitted.
Certificate
3. GST Registration The party should submit valid GSTIN number.
Certificate In case GSTIN no is not available, an undertaking (on letter head) must
(GSTIN no.) be uploaded along with the bid as per format (Annex-I) given in the
4. Partnership Deed tender.
Scan copy to be submitted.
or Certificate of In case the bidder is sole proprietor, he will upload undertaking
Incorporation with certifying that he is sole proprietor as per given format (Annex-Q).
Memorandum &
articles of
Association

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.

5. Power of Attorney In case of  If the bid is submitted by the proprietor, no POA


(POA) (on non- Proprietary is required. However, he will have to upload
judicial stamp Concern
paper of undertaking certifying that he is sole proprietor,
appropriate value as per format (Annex-Q) given in the tender.
duly notarized)
/Board Resolution  If the bid is submitted by person other than
in favour of proprietor, POA authorising the person to
tender signing
submit bid on behalf of the concern is to be
Authority
submitted.
In case of  Certified copy of Board Resolution authorising
Company the person submitting the bid on behalf of the
company.
OR
 POA and the supporting Board Resolution
authorising the person submitting the bid on
behalf of the company.
In case of POA along with Deed of Partnership / LLP
Partnership Agreement.
Firm/LLP
In case of Copy of resolution passed as per Society Rules
Co- authorising the person submitting the bid on behalf
Operative of the Society.
Society

6. Declarations for To be givenofonthe


Authority Letterhead
person uploading
as per format
the(Annex-E)
bids withgiven
his inDSC
the (Digital
tender
non-tampering of Signature Certificate) shall be required to be submitted in the bids.
tender Document required showing the authority of the person uploading &
7. Declarations for submitting
To be given the bid with his
on Letterhead Digital
as per Signature
format Certificate
(Annex-D) given inshall
the be as
“Holiday Listing” given
tenderin the following table.

8. Declarations as per format (Annex-B) given in the tender


“A,B,C,&D”
9. Undertakings for To be given on Letterhead as per format attached separately.
Acceptance of
Tender Terms and Bidders shall upload this document against submission of complete set
of technical bid documents as a token of their acceptance.
Conditions in Lieu
of tender
documents.

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.

4.0 In case of ambiguity in PQC documents:-

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

18.0 EVALUATION OF TENDERS :


Tendering process shall be two bid system (Techno-commercial Bid and Financial Bid). The
methodology of Finalization of tender are as under :-

A) The general points for evaluation of tender are:-


I. Each tenderer can submit only one bid. It is clarified that a person shall be deemed to have
submitted multiple bids if he submits more than one bid either individually or in any combination of
person (individual capacity, proprietor, affiliates, partnership, association of persons, Company). All
such multiple bids shall be liable for rejection.
a. A person shall for this purpose mean an individual, proprietor, any partner, association of persons,
affiliate and company.
b. A company shall for this purpose include any artificial person whether constituted under the laws of
Indian or of any other country.
c. A person shall be deemed to have bid in a partnership format or in association of persons format if
he is a partner of the firm which as submitted the bid or is a member of any association of persons
which has submitted a bid.
d. A person shall be deemed to have bid in a Company format if, the person holds more than 10% (ten
percent) of the voting share capital of the company which has submitted a bid, or is a Director of the
Company which has submitted a bid, or holds more than 10% (ten percent) of voting share capital
and/or is a Director of a holding Company which has submitted the bid.
e. Affiliates of a firm are not permitted to make separate bids directly or indirectly. Two or more
parties who are affiliates of one another can decide which affiliate will make the bid. Only one
affiliate may submit a bid. If two or more affiliates submit more than one bid, then all such bids shall
be liable for rejection.
II. Consultants or their subsidiary company or companies under the management of consultant, are
not eligible to quote for the execution of the same job for which they are working as consultant.
III. Bids from Consortium or MOU parties shall not be accepted.

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.

B) The procedure for evaluation of tenders shall be as follows:

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:

Percentage BOQ with the tender


ESTIMATED AMOUNT ‘A’ SAY: 100
QUOTED RATE (%) ‘ B ’ SAY: (-) 10
NET AMOUNT ‘C’ = A*(1-B/100) 90
GST (%) INDICATED BY THE BIDDER ‘D’ SAY : 18

APPLICABLE CESS (%) IF ANY ‘E’ SAY: 0


GST PLUS CESS AMOUNT ‘F’ 90*(18+0)/100) = 16.2
ITC (%) ‘G’ SAY: 27
ITC AMOUNT ‘H’ = F*27/100 18*90*0.27/100= 4.374
101.826
NET LANDED COST ‘I’ = C + F - H

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.

19.0 OTHER POINTS:

(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

LIST OF DOCUMENTS REQUIRED TO BE UPLOADED


1. DOCUMENTS FOR PRE QUALIFYING CRITERIA:

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

Tender Issuing Authority

Chief General Manager (CC), NR


Indian Oil Corporation Ltd
Marketing Division
Regional Contract Cell
Northern Region
1, Aurobindo Marg, Yusuf Sarai
New Delhi-110016.

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

ABBREVIATIONS & NOTATIONS


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

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

SPECIAL TERMS AND CONDITIONS OF CONTRACT


1.0 EARNEST MONEY DEPOSIT:
1.1. Tenderers are requested to submit earnest money deposit as per NIT. The EMD will not carry
interest.
1.2. Tenderers may note that the EMD shall be forfeited in case of following situations in addition to
those contained in GCC:
 Canvassing of information or submission of forged/ false documents/ information by tenderers.
 Backing out after placement of work order.
 Successful bidder as communicated by IOCL has to report to the tender inviting office of IOCL for
original documents verification within a period of 7 days from the date of intimation by IOCL( OR
scheduled given by Tender Inviting authority) . In case of failure of the bidder to get the
documents verified as per the specified time schedule, the EMD of the party shall be forfeited.

2.0 COMPLETION TIME:


2.1 Entire work should be completed in a duration as per NIT, failing which price adjustment for delay in
completion shall be made as per clause 4.4.0.0, section 4 of GCC which is partially modified as “price
adjustment for delay in completion shall be deducted at applicable percentage from RA bills, on
cumulative value of works done upto the concerned RA bill. However, in cases of abandonment of
site/termination, price adjustment for delay shall be applied in line with GCC clause 7.0.9.0 on the
total contract value as specified in the acceptance of tender” This will be in addition to and without
prejudice to the other rights available to the Corporation under the said GCC. Time for all the
facilities covered in the schedule of works will commence concurrently
2.2 In case the contractor fails to adhere to the time limit specified above or if the rate of progress is
considered not satisfactory, the Corporation will be at liberty to terminate the contract and get the
same executed by any other agency entirely at the risk and cost of the original contractor and in line
with provisions available under the GCC..

3.0 DOCUMENTS:
These special terms and conditions shall be read in conjunction with the technical specifications,
drawings, GCC and any other document forming a part of the tender, wherever the tender so
requires.

4.0 VALIDITY OF TENDER:


The tender will be valid as specified in NIT. IOC reserves the right to place work order at anytime as
per validity mentioned in NIT from date of opening of tender. Once work order is placed the rates
shall remain firm till completion of entire work in all respects except for items specifically covered
specifically under escalation/de-escalation in the tender.

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.

5.0 SECURITY DEPOSIT:


The successful tenderer, upon placement of work order, shall pay security deposit, an amount
equivalent to 10% of work order value in line with the Clause 2.1.1.0, Section- 2 of the GCC and
associated clauses thereunder. The ISD/SD will not carry interest.
All the works carried out by the Contractor shall be covered under defect liability period for a period
of 12 (twelve) months from the date of completion of works subject to the relevant clauses of the
GCC.

6.0 NATURE AND SCOPE OF WORK:


The scope of work has been detailed under heading “Scope of Works” in this document.

7.0 LOCATION OF SITE:


The project site is as per NIT

8.0 WATER SUPPLY:


The contractor shall arrange water/procure water required for the work at his own cost for all leads
and lifts. IOCL shall not be responsible for supplying water and Contractor shall ensure timely and
adequate supply of water to meet the schedule. Water supply can also be made available by IOCL at its
discretion(If spare water available) ; however, the same shall be in accordance with clause 3.5.0.0 of
GCC.
The rate for deduction of water if supplied by IOCL shall be as per rates charges by local authority

9.0 POWER SUPPLY:


The contractor shall make his own arrangement for power required for the work at his cost. Acoustic
DG set of suitable capacity may be installed and operated by the contractor at his cost. IOCL shall not
be responsible for power supply and contractor shall ensure proper supply of electricity to meet the
schedule. Power supply can also be made available by IOCL at its discretion, however the same shall
be in accordance with clause 3.4.0.0 of GCC
The rate for deduction of power if supplied by IOCL shall be as per rates charges by local authority .
The electrical works shall be carried out through Licensed Electrical personnel only.
NOTE: IF ELECTRICITY IS PROVIDED BY THE CORPORATION, NECESSARY ENERGY
METER/DISTRIBUTION BOARDS/CABLES ETC HAS TO BE ARRANGED BY THE CONTRACTOR. THE
CORPORATION WILL DEDUCT THE CHARGES AS PER STATE ELECTRICITY BOARD RATES FROM THE
BILLS PAYABLE TO THE CONTRACTOR.

10.0 CONTRACTOR’S SCOPE OF SUPPLY:


All materials including sand, aggregates, cement, reinforcement, structural steel, consumables,
testing appliances, tools and tackles necessary for completing the work shall be procured & supplied
by the Contractor at his own cost unless otherwise specified in the schedule .It will be the
responsibility of the Contractor to provide at their cost all required workers/labor, equipment,
machinery and all materials so as to complete the job as per our drawings and specifications. No
claim/ delay on this account will be entertained by the Corporation.
IOCL reserves the rights in selection of make of materials out of the list of makes furnished in tender
to be procured by the contractors & contractor shall procure the same only up on the approval by
Site in charge/ IOCL on award of contract
Page 18 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.

11.0 ORDER OF PRECEDENCE:


In case of irreconcilable conflict in non technical matters between provisions in separate contract
documents governing the same aspect, the following shall prevail in order of preference;-

 Minutes of Pre Bid Meeting (If applicable)


 Notice Inviting tender
 Formal contract
 Acceptance of tender
 Price Bid
 Price schedule annexed to the letter of acceptance
 Agreed variations annexed to the letter of acceptance
 Addenda to tender documents
 Special terms and conditions of contract
 Special instructions to tenderers
 Instructions to tenderers and particular conditions of contract
 General conditions of contract.

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

12.0 PRICE VALIDITY, ESCALATION/ DE-ESCALATION:


12.1 Once the offer is accepted and agreement executed, the rates shall be valid till the completion of
works in all respects. No escalation /de-escalation is applicable.

13.0 MEASUREMENTS FOR WORKS/RECORD MEASUREMENTS/ BILLS:


13.1 All the payment for quantities certified in the running account/ final bill shall be as per the details
recorded in the standard measurement book/ SAP SES of the Corporation and jointly signed by the
Contractor/ site engineer of IOC.
13.2 Method of measurement shall be strictly in accordance with the technical specification for this work.

14.0 SPECIAL CLAUSE:


14.1 Successful tenderer shall abide by all safety/security regulations that need to be followed inside a
petroleum depot premises & as per the instruction of IOC officials.
14.2 The contractor is required to take necessary care to protect to the existing nearby structure while
carrying out his scope of work. Any damage caused to other property shall be rectified at his own
cost.
14.3 The contractor shall cooperate with other contractors for smooth execution of project related works.
Along with the works covered under this contract other works shall be carried simultaneously by
other Contractors. The Contractor shall extend full co-operation to the other Contractors and the

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.

15.0 SITE CONDITION & CLEANING:


15.1 The site will be handed over to the party on “as is where is” basis.
15.2 The Contractor shall take care for cleaning the working site from time to time for easy access to work
site and also from safety point of view.
15.3 Working site should be always kept cleared up to the entire satisfaction of the Site Engineer.

16.0 SAFETY PRECAUTIONS & HOT WORK :


16.1 Contractor shall , at his own cost, take all safety precaution for carrying out hot work in the premises
after obtaining hot work permit from location in charge as directed by the Site -In-Charge. Necessary
safety equipment such as safety belts, helmets and other equipments are to be positioned by the
contractor and used as per requirement.
16.2 Safety distance as per PESO Rules and Oil Industry Safety Directorate shall be maintained strictly
during construction.
16.3 Any casualty or damage caused to property or person by any untoward incidents while executing this
contract will be at the contractor’s risk and cost.
16.4 The contractor shall also abide by hot work / cold work / height permits to be taken on day to day
basis from the location as per policy of the Corporation.
16.5 The contractor shall deploy a licensed electrical contractor for doing the electrical works.
16.6 The successful tenderer shall be responsible for observance of all conditions as per Appendix
furnished along with GCC with regard to safety.

17.0 SECRECY AGREEMENT:


CONTRACTOR shall as a part of his obligation sign an agreement for secrecy of the drawings /
documents with IOC. CONTRACTOR, hereby, expressly undertake to keep all the
drawings/documents as well as other Technical information given in the CONTRACT-DOCUMENT
secret and shall not divulge or leak or otherwise cause to be known to the competitors or others
having any interest in such process in anyway the contents in any form, shape or method.

18.0 DELETION/ MODIFICATION OF CLAUSE(S) IN GCC:


18.1 Following clauses forming part of the GCC issued along with the tender are deleted/ modified:
a. Clause 2.6.2.0 – General, section 2 of GCC is deleted.
b. Clause no. 3.0 – Section - Instruction to tenderers of GCC is deleted.
c. Clause 4.5.1.1 – The clause shall partly be modified. Duration of 30 days shall be read as 20 days.
18.2 GCC contains provisions for arbitration and alternate dispute resolution machinery under section-9,
which stands deleted. Further, the reference to arbitration and alternative dispute resolution

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

19.0 PROJECT MANAGEMENT TEAM:


19.1 The successful bidder shall be required to position an effective project management team at site
consisting of a minimum of designated project manager, QC/QA Engineer and dedicated HSE
Engineer as per the qualifications tabulated below.
19.2 The table stipulates only the minimum qualification of manpower required at site for the three
functions and additional engineers / technical staff shall be positioned based on the requirements at
site at no additional financial implication to IOCL.

Recovery for Non-deployment


Quantu per Month
m of QC/ QA/
Sr. Nature of Project HSE QC/
Work Planning
No. Work Manager Engineer Project QA HSE
in Rs./ Engineer
Lac Manager Engine Engineer
er
1 Engineer with 3 Years of
1. 50-200 Rs.30000.00
Experience
1 Engineer 1 Engineer 1 Engineer
Civil work with 5 with 2 with 1
200- Rs.40000 Rs.250 Rs.20000
2. including Years of Years of Year of
500 .00 00.00 .00
Structural Experienc Experienc Experienc
and e e e
painting
1 Engineer 1 Engineer 1 Engineer
works
with 8 with 4 with 2
Rs.50000 Rs.350 Rs.25000
3. > 500 Years of Years of Year of
.00 00.00 .00
Experienc Experienc Experienc
e e e

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.

Recovery for Non-deployment


Quantu per Month
m of QC/ QA/
Sr. Nature of Project HSE QC/
Work Planning
No. Work Manager Engineer Project QA HSE
in Rs./ Engineer
Lac Manager Engine Engineer
er
1 Engineer 1 Engineer 1 Engineer
with 3 with 2 with 1
Rs.30000 Rs.250 Rs.20000
4. 50-200 Years of Years of Year of
.00 00.00 .00
Experienc Experienc Experienc
Mechanical
e e e
works such
as pipeline, 1 Engineer 1 Engineer 1 Engineer
tankage with 5 with 3 with 2
200- Rs.40000 Rs.300 Rs.25000
5. and other Years of Years of Year of
500 .00 00.00 .00
works Experienc Experienc Experienc
where e e e
NDTs are
1 Engineer 1 Engineer 1 Engineer
mandated
with 8 with 5 with 3
Rs.50000 Rs.400 Rs.30000
6. > 500 Years of Years of Year of
.00 00.00 .00
Experienc Experienc Experienc
e e e
Note: In case the Engineer concerned is holding diploma qualification against Engineering graduation, the
requirement of site experience shall be increased by 2 years.
GST @ 18.0% shall be recovered over and above the penalties as specified above.

20.0 PENALTY CLAUSE IN CASE OF BREACH OF SAFETY:


The penalty for breach of safety during execution of works shall be levied by the Corporation as
below:
a. Violation of applicable safety, health and environment related norm, a penalty of Rs 5000/-
per occasion.
b. Violation as above resulting in;
 Any physical injury, a penalty of 0.5% of the contract value (max. of Rs 2 lacs) per injury
in addition to Rs 5000/- as mentioned above.
 Fatal accident, a penalty of 1% of the contract value (max. of Rs 10 lacs) per fatality in
addition to Rs 5000/- as mentioned above.
In case of any breach of contract (other than price reduction clause for delayed completion) ,
recovery of requisite GST amount over and above the penalty amount shall be done from
the contractors bill
GST @ 18.0% shall be recovered over and above the penalties as specified above.
21.0 ACCEPTANCE OF WORK ORDER:

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 Works Contract / Composite Supply / Mixed Supply


17.3 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. IOCL shall reimburse GST levied as per TAX invoice issued by the
Contractor as prescribed under respective GST Acts and Rules. In case the contractor is not permitted
to issue Tax Invoice the same should be clearly mentioned in the price Bid.
17.4 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 VAT
reimbursed by IOCL on materials sold to IOCL

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.

25.1 INCOME TAX:


a. The contractor shall be exclusively responsible and liable to pay Taxes on Income arising out of
payment made out of the contract.

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.

26.0 QUALITY CONTROL

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.

27.0 CLEARING THE SITE OF WORKS:


27.1 Contractor shall arrange to dispose of debris and any other waste product created while carrying out
Page 29 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 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

1. For all Supply Items


a. On supply of materials / items to site including test certificates as 70%
applicable
b. After installation/ erection 20%
c. In final Bill & after successful commissioning 10%
2. Tank Fabrication Works
A. PLATE FABRICATION WORK
a. After fabrication & erection of plates. 30%
b. After welding of plates. 50%
c. After hydrostatic testing and calibration. 10%
On completion of all fabrication including furnishing approved
d. 10%
calibration charts.
B. APPURTENANCES
a. After Installation of steel structure including erection & welding. 90%
b. In final Bill & after successful commissioning 10%
C. FOAM SYSTEMS/ SPRINKLER SYSTEM
a. After erection, welding and testing etc. 90%
b. On completion of works as per respective items of WO. 10%
D. EXTERNAL & INTERNAL PAINTING
Page 30 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.

SN DESCRIPTION % PAYMENT

a. On completion of painting 90%


b. Balance on completion of all works as per respective WO items. 10%
E. SAND PAD FOUNDATION ABOVE GL:
a. After completion of foundation up to brick pitching. 90%
After hydrostatic testing and after completion of Apron concrete and
b. 10%
completion of the item in all respects
3. Structural Steel including Gratings
a. After supply of materials at site as per requirement UP TO 70%
b. After fabrication, welding 10%
c. After sand blasting & painting 10%
d. Balance in final bill 10%
4. Pipeline Works
a. Fabrication, laying ,welding of pipes UP TO 70%
b. After hydrostatic testing 10%
c. Sand Blasting / Painting 10%
d. Balance in final bill 10%
5 Civil works
a Upon completion in running bills Up to 90%
b In final Bill & after successful commissioning 10%

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.

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


 Copy of test certificates, Warranty certificates as applicable.
 Material reconciliation statements & documentation of site records as applicable.

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.

 As built drawings (04 sets hard copy and soft copy)


 Any other specific documentation required by IOCL.
 Cleaning & clearing of site.

29.0 DEALING WITH OUTSIDE PARTIES


29.1 The Contractor should purchase all material from the market, which they require for the work
allotted to them, in cash or credit in their own firms’ name only.
29.2 In case of any default on the part of the Contractor to clear the payments of their vendors / suppliers
/ sub-contractors, the Corporation, to protect it’s name and image, shall recover the amount from
Contractor’s pending bills or security deposit and may make the payment to the concerned party.
29.3 Contractor in his own interest should purchase material from the authorized sources and should
fulfill all their obligations of all taxes etc. If the Corporation has reasons to believe that any material
has been brought to its premises from unauthorized sources, the Corporation can refer the matter to
police for verification.
29.4 The Contractor can be debarred/ holiday listed from corporation and EMD/SD shall be forfeited for
such lapses.

30.0 SUBMISSION OF AS BUILT DRAWINGS:


Party shall prepare and submit the tracings/ SOFT copy of “As-built drawings” of all the facilities as
per the scope of work indicated at the time of conclusion of this contract or as directed by the site
engineer at no extra cost to IOCL.

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

33.0 TYPOGRAPHICAL OR CLERICAL ERRORS:


The Corporation’s clarifications regarding partially omitted particulars or typographical or clerical
errors shall be final and binding on the Contractor.

34.0 VERIFICATION OF ORIGINAL DOCUMENTS:


Document verification with originals shall be carried out after opening of price bids for the short
listed bidder(s) only.. Since documents are submitted by the bidder(s) in the tender, the
responsibility of authenticity of documents shall be with the bidder(s).
Shortlisted bidder(s) shall be required to present their original documents to the tender inviting
authority within a period of 7 days from the date of intimation by IOCL9OR As per schedule given by
Tender inviting authority) . In the event of failure of such bidder(s) to get the documents verified as
per the specified time schedule, the EMD of the bidder(s) shall be forfeited. In case it is observed
that if any bidder(s) submitted forged documents / credentials, necessary action for holiday listing of
the bidder(s) shall be carried out including forfeiture of EMD.
Page 32 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.

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.

iv. Poor performance of the party in one or several contracts.

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.

36. Mobilization advance :


Not applicable for this tender.

37.0 INTEGRITY PACT:


Tenderer shall sign and submit along with the technical bid in all respects the enclosed Integrity
Agreement, which is an integral part of tender documents, failing which the tenderer will stand
disqualified from the tendering process.
38. Labour Agreement:
The Contractors who are working in the establishments through Contract Labour shall be fully
responsible for observance of all rules and regulations as per the Contract Labour (Regulation and
Abolition) Act 1971 and obtain a licence from the Assistant Labour Commissioner (Central) concerned
and produce the same to IOCL. In this connection, tenderers shall abide by all the conditions of
Appendix I and Appendix II enclosed with the GCC. The Principal Employer certificate shall be given on
written request from contractor by IOCL.
39 EXECUTION OF WORKS:
The contractor shall submit on receipt of the work order and before starting the work, shall submit a
detailed construction programme (PERTCHART sing MS PROJECT package) chart adhering to the
completion time quoted in the work order. The program thus submitted shall form a part of the
contract and shall be binding on the contractor. However, the corporation reserves the right to alter
the programme if necessary. No claim whatsoever of the contractor on this account will be
entertained.
Contractor shall consider provision of necessary DG sets, wiring, poles, light fixtures, Distribution
boards, so as to illuminate the site & to carry out works beyond sunset. The rates quoted shall be
inclusive of the above.

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.

The scope of works includes :


S No. Tank no. Type Product Size Work Scope
Fabrication and erection of mild steel
28 M Dia. X 11.0 Cone Roof vertical tanks including
1 New Tank CRVT ATF
M Height foundation, piping, Sprinkler & Foam
system and allied works
T-304A,T- 16 M Dia x 30M Provision of sprinkler system.
2 CRVT ATF
304B Height Allied works.
ATF to be Provision of Al Internal Floating Roof
T-305A, T- converted 12M dia x 18M System.
3 CRVT
305B to Height Provision of sprinkler system.
Ethanol Allied works.
Pipeline pedestals, Cable tray /Structure
4 Allied Works along the tank for cabling

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.

1.13 All other works as contained in the schedule of works.


1.14 IOC shall provide free issue items like Steel plates, Pipelines, valves (apart from not contained/
mentioned in supply portion of the price schedule)
1.15 The successful tenderer shall also be required to supply & provide all consumables, tools & tackles,
testing equipment, chemicals required for cleaning, shims, wedges, packing plates, metallic blinds,
temporary gaskets, etc. and arrangement required for pressure testing of pipelines and other
equipment, Oil, graphite, molykote grease, cleaning agents, Safety equipment like safety goggles,
shoes, gloves, belts, All bolts, foundation bolts, nuts, gaskets, packing, pipe hangers, support / thrust
block & any other material though not specified but required for completion of work as per
specification and instructions.
1.16 Providing of GI sheet fire screen as per safety requirement.

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

QUALITY ASSURANCE PLAN FOR CIVIL WORKS

LIST OF MINIMUM EQUIPMENT FOR FIELD TEST LABORATORY

For Building Works


1. Weighing balance
(a) 7 Kg to 10 Kg capacity, semi-self indicating type (accuracy – 10 gm).
(b) 500 gm capacity, semi-self indicating type (accuracy – 1 gm).
(c) Pan balance 5 Kg capacity (accuracy – 10 gm).
2. Ovens electrically operated, thermostatically controlled up to 2200C (sensitivity-10C)
3. Sieves: as per IS:460 1962
(a) IS Sieves 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm, 25 mm, 20 mm, 12.5
mm, 10 mm, 6.3 mm, 4.75 mm complete with lid and pan.
(b) IS Sieves 200 mm internal dia (brass frame) consisting of 2.36 mm, 1.18 mm, 500 microns, 425
microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.
4. Sieve, shaker capable of 200 mm and 300 mm dia, sieves, manually operated with timings switch
assembly.
5. Equipment for slump test slump cone, steel plate, tamping rod, steel scale and scoop.
6. Dial gauges 25 mm travel, 0.01 mm/ division, least count 2 nos.
7. 100 tonne compression testing machine, electric-cum-manually operated.
8. Graduated measuring cylinder 200 ml capacity 3 nos.
9. Enamel trays (for efflorescence test for bricks)
(a) 300 mm X 250 mm X 40 mm 2 nos.
(b) Circular plates of 250 mm dia 4 nos.
For Road & filling Works
1. Weighing balances
(a) 7 Kg to 10 Kg, capacity semi-self indicating type (accuracy 10 gm)
(b) 500 gm capacity, semi-self indicating type (accuracy 1 gm)
(c) Chemical Balance, 100 gm capacity (accuracy 0.1 gm)
(d) Pan balance 5 kg capacity (accuracy 10 gm)
Page 41 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.

(e) Platform scale 300 Kg capacity


2. Ovens – Electrically operated, thermostatically controlled up to 2000C (sensitivity10C)
3. Sieve as per IS:460-1962
(a) IS Sieve 450 mm of internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm, 25 mm, 20
mm, 12.5 mm, 10 mm, 6.3 mm, 1.75 mm complete with lid and pan.
(b) IS Sieves 200 mm internal dia (brass frame) consisting of 2.36 mm, 1.18 mm, 600 microns, 425
microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.
4. Sieves Shaker capacity for shaking 200 mm and 300 mm dia, sieves, electrically operated with timer.
5. Dial gauge 25 mm travel 0.01 mm/division.
6. Load Frame 5 tonne capacity electrically operated with speed control.
7. Aggregate impact test, apparatus as per IS:2386 1963 (Part IV)
8. Compaction apparatus (Procter) as per IS:2720 1974 (Part VII)
9. Modified ASIIO compaction apparatus as per IS:2720 1974 (Part III)
10. Stand pouring cylinder with control funnel and type complete as per IS:2720 1974 (Part XXVIII)
11. Sampling tins with rods 100 mm dia X 50 mm height and miscellaneous items like moisture tins etc.
12. Constant temperature bath for accommodating bitumen test specimen electrically operated and
thermostatically controlled.
13. Penetrometer with automatic time controller and with adjustable weight accessories and needles as
per IS:1203-1958.
14. Laboratory mixer about 0.02 m3 capacity electrically operated with heating jacket.
15. Distant reading thermometer.
16. Graduated cylinder 1000 ml capacity.
SN ACTIVITY REFERENCE TESTING FREQUENCY ACCEPTANCE
CRITERIA
1. Soil Compaction Approved Drawing 1 test for every 1000 cu.mtr IS:2720Pt-28/IS-10379
In Foundation of fill in site grading
2. Fixing Of Approved Drawing One no. per size per lot IS:1786/ PROCEDURE
Reinforcement As
Per Drawing,
Specification
3. Fixing Of Inserts, Approved Drawing One IS:1239 P-I/IS:2062/
Anchor Bolts &
no. per size per lot procedure
Pipe
4. Back Filling & Approved Drawing 1 test for every 1000 cu.mtr IS:2720 Pt-28/IS-
Levelling of fill in site grading 10379
Page 42 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.

SN ACTIVITY REFERENCE TESTING FREQUENCY ACCEPTANCE


CRITERIA
5. Misc. Civil Works Approved Drawing AS PER SPEC/
PROCEDURE
6. Painting Approved Drawing AS PER SPEC/
PROCEDURE

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

SN MATERIAL TESTS TESTING FREQUENCY OF TESTS


METHOD
1 Bricks (a) Visual and IS:1077 As per Table – 1 of IS:1077 given as
dimensional under:
characteristics

Lot Sample Permissible


Size size No of
(Nos) (Nos) defective
Bricks
2001 to 20 1
10000
10001
to 32 2
35000
35001
to 50 3
50000

(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.

SN MATERIAL TESTS TESTING FREQUENCY OF TESTS


METHOD

(c) Water - do - - do -
Absorption
- do –
(d) Efflorescence
(Part II)
- do -

2 Coarse (a) Sieve Analysis IS:2386 As per Table-3 of IS:2430


Aggregate (Part I)
(for concrete) Lot size (m3) No of Sample
Upto 100 1

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.

SN MATERIAL TESTS TESTING FREQUENCY OF TESTS


METHOD
101 to 500 3
501 to 1500 5
1501 to 5001 7

(b) Flakiness Index - do - - do -

(c) Estimation of IS:2386


deleterious
(Part II) - do - - do –
materials

(d) Organic impurities


- do – - do - - do –

(e) Specific gravity and


water absorption
- do – - do - - do -
(Part III)
3 Fine (a) Sieve analysis IS:2386 As per Table-3 of IS:2430
Aggregate
(Part I)
(for concrete)
Lot size (m3) No of
Sample
Upto 100 1
101 to 500 3
501 to 1500 5
1501 to 5001 7
(b) Test for clay silt & - do –
impurities
(Part I)
(c) Specific gravity and
- do –
water absorption
(Part Ill)
(d) Test for organic
impurities
(e) Moisture Content - do –
(Part I)

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.

SN MATERIAL TESTS TESTING FREQUENCY OF TESTS


METHOD
- do – - do -

4 Cement (a) Setting time IS:4031 Once for each consignment of 50 MT


or part thereof.
- do –
- do –
(b) Soundness - do –
- do –
(c) Compressive - do –
strength
(d) Fineness - do –
- do -

5 Structural (a) Compressive IS:516 Quantity of No of concrete


concrete strength Sample
(in m3)
1-5 1
6 – 15 2
16 – 30 3
31 – 50 4
51 and above 4 plus one
addl sample for each additional 50 m3
or Part thereof
- do -

(b) Slump/ compaction


- do -
factor for
workability

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.

SN MATERIAL TESTS TESTING FREQUENCY OF TESTS


METHOD
IS:1894
One test for every 10 tonnes of steel
or part thereof
(b) Bend test IS:1403/
IS:1599/
IS:2329
- do -

(c) Impact test IS:1403/


IS:1599/
IS:1500
- do -

(d) Hardness test - do -

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.

SN MATERIAL TESTS TESTING FREQUENCY OF TESTS


METHOD
10000
10001
to 10 0
35000
35001
to 15 1
50000
(b) Compressive - do – - do –
strength
(Part I)

9 Timber for (a) Specific gravity and IS:1708 As per clause 3.3 of IS:8720
wood work weight (Amendment 1)

Lot size (Nos) No of


Scantling
Upto 150 20
151 to 300 32
301 to 500 50

- 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)

Lot Sample Permissible


Size size No of
(Nos) (Nos) defects

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.

SN MATERIAL TESTS TESTING FREQUENCY OF TESTS


METHOD
Upto
50 5 0
51 to 8 0
150
151 to 13 0
300
301 to 20 0
500
501 to 32 1
1000
1001 to 50 2
3000

For value of AQL=2.5%


Lot Sample Permissible
Size size No of
(Nos) (Nos) defects
Upto
50 5 0
51 to 8 0
150
151 to 13 0
300
301 to 20 1
500
501 to 32 2
1000
1001 to 50 3
3000

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.

SN MATERIAL TESTS TESTING FREQUENCY OF TESTS


METHOD
For value of AQL=4%
Lot Sample Permissible
Size size No of
(Nos) (Nos) defects
Upto
50 5 0
51 to 8 0
150
151 to 13 0
300
301 to 20 1
500
501 to 32 2
1000
1001 to 50 3
3000

- do –
(b) Water resistance
test
IS:1734
(Part VI)

12 Wooden (a) Density IS:635 Refer Table-1 of IS:7638 as given for


particle board Plywood above
(Part III)
(Medium
Density,
IS:3457)
Samples shall - do –
(b) Moisture content - do –
be as per
IS:3087 (Part III)
(c) Water absorption
- do –
Page 51 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.

SN MATERIAL TESTS TESTING FREQUENCY OF TESTS


METHOD
- do –
(d) Swelling due to (Part XVI)
surface absorption
- do –
- do –
(e) Swelling in water
(Part XVII)

(f) Modulus of rupture


- do –
- do –
(g) Screw and nail
- do –
withdrawal strength
- do –
(Part IV)
- do –
- do –
(Part XIV)

13 Glazed tiles (a) Water absorption IS:777 Lot size (Nos) No of


Samples
3000 to 10000 32
(b) Crazing Over 10000 50
- do – - do – - do –
(c) Chemical resistance
- do – - do – - do –
(d) Impact strength

- do – - do – - do –

14 Aggregate of (a) Impact IS:2386 1 test per 100 M3


all sizes for
(Pt-IV)
WBM, BM,
AC, PMC etc.
for road and
Page 52 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.

SN MATERIAL TESTS TESTING FREQUENCY OF TESTS


METHOD
pavement (b) Crushing value IS:2386 1 test per source
(Pt-IV)
- do –
(c) Los Angeles IS:2386
abrasion value
(Pt-IV)

(d) Flakiness
IS:2386 1 test per 100 M3
(Pt-II)

(e) Water absorption


IS:2386 - do –
(Pt-III)
(f) Specific gravity

IS:2386 1 test per source


(Pt-III)
(g) Density

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.

SN MATERIAL TESTS TESTING FREQUENCY OF TESTS


METHOD
- do –
IS:1208

Note :
1. The tests mentioned above are to be conducted on receipt of materials at site.
2. Requirements of tests to be conducted by manufactures ex-factory for certain materials like cement,
steel, 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

(c) Non Distractive Test As required


(NDT) (where
required)
IS:13911

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.

SN MATERIAL TESTS TESTING FREQUENCY OF TESTS


METHOD
3 Structural steel work for (a) Test for sample IS:821 One for each test
hangars and industrial weld
sheds
(i) Tensile test
(ii) Bend test
(iii) Impact test
(iv) Load test

(b) Test for


IS:821 Frequency and extent of tests
workmanship of
shall be as per IS provisions
welds in structure
(i) X-ray
(ii) Ultrasonic
(iii) Magnetic particle
(iv) Liquid
(v) Penetration
4 Plumbing Smoke test under a 1 test for 15 min before
pressure of 2.5 m head of embedding
(a) Soil pipes
water smoke test under a
(b) Drain & sewers pressure of 4.5 m head
As required before
embedding in soil/ concrete
Water test/
As required
(c) Sanitary Smoke test
appliances
6 WBM and soling in roads Density by core cutting/ IS:2720 1 test / 500 sqm
sand replacement method
(Part-28)
8 Paver blocks (a) Crushing strength BS:6717 1 in 1000 blocks
(b) Water absorption
BS:1881 1 in 1000 blocks

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

SPECIFICATIONS FOR FABRICATION OF VERTICAL STORAGE TANKS


1.0 SCHEDULE OF TANKS
S No. Tank no. Type Size Work Scope
Fabrication and erection of mild
steel Cone Roof vertical tanks
1 New Tank CRVT 34m Dia X 20 M Height including foundation, piping,
Sprinkler & Foam system and
allied works
Fabrication and erection of mild
steel Cone Roof vertical tanks
2 New Tank CRVT 18m Dia X 13.5 M Height
including foundation and allied
works
Fabrication and erection of mild
steel Internal floating roof
vertical tanks including
2 New Tank IFRVT 28m Dia X 19 M Height
foundation, piping, Sprinkler &
Foam system and allied works
(Self supported Roof)
*Dismantling of Existing Floating
Roof & Provision of Hybrid IFR
and self supported MS
EFRVT to
Roof(Existing EFRVT to be
be
converted into IFRVT for ethanol
4 T-103 converted 20m Dia X 14.5 M Height
storage purpose)
into
* Pumping and piping system for
IFRVT
Receipt and delivery of Ethanol
Product

2.0 DRAWINGS & DESIGN REQUIREMENTS


2.1 The drawings supplied by the IOC are indicative and are for general guidance only. Depending on the
requirements & availability of steel plates with the IOC, it may be necessary to change the steel
plates thickness & size before commencement of work or during the process of work as per
approved design . Contractor shall have no extra claim on account of such changes and shall agree to
accept final measurement of the finished job without any allowance whatsoever.
2.2 The fabrication drawing shall be prepared by the Contractor on AUTO-CAD with the minimum of
wastage and subject to the requirements laid down in IOC’s standard drawings and codes as
applicable. The drawings shall be approved by IOC/Consultant before commencement of work. IOC
shall supply such quantity of steel plates for bottom, shell, roof, extension plate, foam dam, wind
Page 56 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.

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)

STRUCTURALS & APPURTENANCES FOR VERTICAL TANK-ATF CR Tank (28M DIAX11M H )


SIZE IN
S.No. DESCRIPTION QUANTITY REMARKS
MM
SHELL
APPURTENANCES
1 Receipt Nozzle 300 1 no
2 Delivery Nozzle 300 1 no
3 Jet Nozzle 200 1 no Flanged end without mixer

4 Water Draw off 100 1 no


nozzle
5 Pressure 80 1 no
Transmitter Nozzle
6 Manhole with 750 2 nos
hinged cover plate
Earthing As per
9 4 nos Quantity shall be as per approved design
connections drawing
10 ROOF
APPURTENANCES
11 Manhole 500 2 nos
12 Level Transmitter 500 2 nos
opening Height and Schedule of the Nozzles shall be
13 Prinary & 150 2 nos as per Drawing
Secondary radar
Page 58 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.

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

Water Draw off As per drawing & includes connected


29 1200(ID) 1 no
sump pipeline/ supports

30 Dip Plate - 1 SET 450x450x6 mm thick

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.

dept or their authorized representative.


6.5 After calibration is carried out, scaffolding materials shall be retained till completion of painting &
thereafter can be dismantled and removed from site immediately. Damages if any, caused to the
sand pad foundations shall be repaired at no extra cost to the IOC.
6.6 After calibration, the water shall be drained out and the bottom, shell from inside, steel structures
underside of roof shall be cleaned properly and manhole covers to be fixed properly including
replacing the gaskets etc wherever necessary as directed by Site Engineer.
6.7 Preparation and submission of calibration charts in triplicate duly approved by CPWD / calibrating
authorities. One set of charts shall be submitted duly laminated and balance two in file covers.
7.0 SCRAP DISPOSAL
7.1 IOC shall issue steel plates as per plate cutting schedule prepared by the fabricator and approved by
IOC.
7.2 The steel plates having area less than one square metre shall be used for making reinforcement
plates etc wherever possible. Balance plates having area less than one SQ M. will remain property of
the contractor.
7.3 Left over Steel plates having area more than one square metre but less than full plate if any, can be
handed over to contractor provided IOC declares it as unserviceable totally as per the discretion of
IOC. An amount @ ` 25,000/- per MT + GST @ 18.0% shall be recovered from fabricators bill towards
the cost of such steel plates.
8.0 ACCEPTANCES :PROJECT INSPECTION GUIDELINES

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.

GUIDELINES ON STORAGE TANKS

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 that the joint preparation is as per approved drawings.

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.

SOME MORE POINTS

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 :

Dia range(mtr) Radius tolerance, in mm


>0 and <12  12
12 to 45 excluding  18
45 to 75 excluding  25
Over 75  32

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.

Peaking and Banding

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

to the radius of tank.

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).

Roof rafters and trusses

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

is 4.5 mm as per IS 803 / API 650.

Roof circularity / centering of FR tanks

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.

Other checks for Floating Roof

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 Control During Welding

Distortion is best controlled at the design and assembly stages since correction after welding can be costly.
The following points should be considered.

a. Use optimum volume of weld as possible - do not over weld.


b. Balance the welds on either side of the neutral axis and on either side of structure.
c. Reduce the number of joints to a minimum.
d. Obtain weld penetration rather than reinforcement to give weld strength.
e. Keep a uniform fit-up.
f. Use intermittent welds where possible.
g. Use the smallest possible leg length for fillet welds.
h. Use the minimum number of weld passes.
i. Weld alternately on either side of a weld preparation.
j. Use the highest deposition rate permissible.
k. Use a planned welding sequence to distribute heat uniformly.
l. Weld towards the unrestrained end of a joint.
m. Weld those joints that contract most first.
Page 67 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.

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.

GUIDELINES FOR PIPING LAYOUT

1. As far as possible all pipelines shall be laid above ground.

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.

4. Proper sand cushioning should be provided for the U/G pipelines.

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 :-

For Pipes  NB 2½“ – 2 tacks


For NB 3” < Pipe < NB 12” – 4 tacks
Page 68 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.

For Pipes > NB 14” – 6 tacks

13. For root run, use X-ray quality E-6010 electrode.

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.

17. During welding following points shall be ensured


a) Weld projection inside the pipe shall not exceed 3mm, wherever not specified.
b) Two weld beads shall not be started at the same point in different layers.

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) 25 40 50 65 80 100 150 200


Maximum span (mtr) 2.13 2.74 3.05 3.35 3.66 4.27 5.18 5.79

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.

27. Use forged elbows. Preferably avoid using miter bends.

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.

2. Patch welding other than complete encirclement is not permitted.


Page 70 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. Notches or laminations should be completely removed and the ends be properly re-beveled.

4. Distorted or flattened lengths should be discarded.

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.

MAJOR WELDING DEFECTS

1. Lack of fusion/ incomplete fusion :


Involves lack of complete melting and fusion of the weld metal in a joint. It may occur either between
parent metal and weld metal or between two layers of weld metal. The reasons are
 Improper joint fit up.
 Improper edge cleaning of slag after flame cutting.
 Improper manipulation of electrode.
 Incorrect position of electrode.
 Low welding current.
 Too rapid arc advance.

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,

c) Undercutting, d) Excessive reinforcement, e) Overlapping etc.

GUIDE LINES FOR RADIOGRAPHY

 No defects in welder test radiographs should be accepted.


 Radiation source should be checked by survey meter after arrival of radiographer at site.
 The radiography should be carried out as per the procedure and Work order.
 Weld joint should not be flush grounded before radiography.
(The irregularity of the weld joints, which may interfere on radiograph interpretation, should be
removed by grinding/ chipping etc. As far as possible, the joint being radiographed should be specially
prepared by localized flush grinding, etc, which is not carried out for the representative full length of
rest of welding.)
 Film size 4” X 8” at T-joint and 3” X 6” for other joint or as per Work order should be used. The way of
film placing is shown in the sketch below.
 Radiographs should be taken with the progress of the job.
 Ensure placing correct identification no. of the joint on the film.
 Correct sensitivity & density are very important in the radiograph, as they decide quality of the
radiograph.
 Sensitivity is ensured by placing penetrameter on the film. The radiographic sensitivity should be 2%
or less. It means flaws of size 2% of metal thickness or greater will be visible in the radiographic film.
Different types of Penetrameters are available.
A) DIN penetrameter is a set of 7 wires sealed in a cassette.
B) ASTM penetrameters
i) Wire type : A set of 6 wires in sealed cassette
ii) Strip & Hole Type : Having 3 nos. of holes in a strip Of sizes T, 2T & 4T, where T is the
thickness of strip.
 Site Engr./ M&I Officer should check penetrameters before being used. These should be initialised by
the competent inspection authority to avoid tampering.
Page 72 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.

 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.

Film Size 4”x8” Film Size 3”x6”

(T- JOINT) (HORIZONTAL JOINT) (VERTICAL JOINT)

(FIGURE SHOWING THE WAY OF FILM PLACING ON THE JOINTS)

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

Material Specification Mech. Properties


Chemical Properties

Standard/ Code Grade/ C% Mn % S% P% Si % TS (Min) YS (Min) % Elong


Class (in Mpa) (in Mpa) (Min)
PLATE IS 2062 Gr. A 0.23 1.50 0.050 0.050 -- 410 250 23

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”)

Material Specification Chemical Properties


Mech. Properties
Sta Grade/ Class C% Mn % S% P% Si % Mo % Cr % TS (Min) YS (Min) % Elong
nd (in Mpa) (in Mpa) (Min)
ard
BOLTINGS A Gr. B7 0.37-0.49 0.65-1.10 0.040 0.035 0.15-0.35 0.15-1.25 0.75-1.20 860 720 16 (GL=4D)
19 (for  (for  (for  M64)
3 M64) M64)
Hardness = 321 HB or 35 HRC
NUTS A Gr. 2H 0.40 1.0 0.050 0.040 0.40 Hardness = 248-352 HB or 24-38 HRC
19 min
4
ELBOWS A WPB 0.30 0.29-1.06 0.058max 0.05ma 0.10mi 415 - 585 240 22 (GL=4D)
23 max x n
4 WPC 0.35 0.29-1.06 0.058max 0.05ma 0.10mi 485 – 655 275 22 (GL=4D)
max x n

Figure - 1

TYPICAL ARRANGEMENT OF PIPING JOINT

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

Where T = Thickness of pipe

R (Root Face) = 1.5 mm for T6mm


= 2.0 mm for T>6mm

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.

2.0 SOURCE OF RADIATION:

Sealed isotope of Iridium-192 or Co-60 should be used as source of Radiation.

3.0 LENGTH AND COVERAGE OF RADIOGRAPH :

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.

4.0 IDENTIFICATION OF RADIOGRAPHS :

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.

4.1 LEAD NUMBERS/ MARKERS :

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.

4.2 REPAIR / RETAKE RADIOGRAPHY :

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.

Retake shots should be suffixed with ‘RT’.

5.0 RADIOGRAPHY TECHNIQUES :

5.1 Single wall Single Image Exposures:


In this technique, the required length of weld is radiographed with one exposure. This
technique is mainly used for tank jobs.

5.2 Single wall Single image ( Panoramic view):


The source is placed inside the piping at the centre and films are kept outside the piping.
The minimum overlapping on either side of the film should be at least 25mm. Number of
exposure is one. This technique is mainly used for large diameter piping, exceeding NB
12”.

5.3 Double wall Single image


Material Specification

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.

5.4 Double wall Double Image


The source is placed outside the piping. Images of two walls will come on single film. This
technique is used for piping up to 89mm OD.

5.4 The radiography technique should be as illustrated in the Non-mandatory appendix of

Article 2 of ASME Sec. V.

6.0 RADIOGRAPHIC QUALITY :

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.

6.1 Film Selection :


Radiographs shall be made using films equivalent to ASTM-E1815-96 Type II (Kodak-
AA400, Agfa D7 etc.) or ASTM–E1815-96 Type I (Kodak MX, Agfa D2/D4 etc.) depending on
the quality requirements. The films used must be within the expiry date as specified by
the manufacturer.

6.2 Lead Screens :


Lead Intensifying Screens of 0.1mm thickness should be used for front and back, the
screens to be used should be defect and wrinkle free to avoid false indications on the
radiographs.

6.3 Radiographic Density :


The Optical Density of the radiograph on the penetrameter and in the area of interest
should be between 2.0 to 4.0.

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.

6.5 Only single film viewing is being considered for interpretation.


Material Specification

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.

7.0 RADIOGRAPHIC SENSITIVITY :

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).

7.3 Sensitivity Requirements:


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.

7.4 Placement of Penetrameters:


As far as possible the penetrameters should be placed on the source side and only when
the accessibility prevents the placement on the source side, a film side penetrameter of
appropriate designation should be used with letter ‘F’ affixed to it, with prior approval
from IOC Inspection agency.

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.

7.7 Number of Penetrameters:


In every radiograph at least one hole and wire type penetrameter should be visible and if
the density variation is more than (-) 15% or (+) 30% then additional penetrameters shall
be placed on specific areas.

8.0 INTERPRETATION OF RADIOGRAPHS :


Material Specification

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.

9.0 ACCEPTANCE CRITERIA :

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.

(1) Report Number (13) Optical Density


(2) Date (14) Sensitivity
(3) Project Details (15) Identification Number
(4) Material, Thickness & Location (16) Serial Number & Location
(5) Radiography Technique (17) Size of radiograph
(6) Source Strength in Ci (18) Interpretation
(7) Size of Focal Spot/ Dia of source (19) Interpreter’s Signature
(8) Penetrameter ID (ASNT/SNT TC No.)
(9) SFD (20) Development Sketch
(10) Exposure Time (21) Date of Radiograph
(11) Developing Time
(12) Developing Temperature

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.

HYDROSTATIC TEST OF STORAGE TANKS

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

further filling is allowed.

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.

FLOATATION TEST PROCEDURE

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.

Pontoon Puncture Test (If applicable)

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.

Rain water Test

This test is carried out to ensure that the roof does not sink during heavy rains when the central roof

drain is clogged / not functioning properly.

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.

PNEUMATIC TEST PROCEDURE

This test is carried out at different places as given below :

1. Tank Bottom Plate

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.

2. Bottom Water Draw Off sump

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.

3. Floating Roof Central Drain Sump

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.

4. Floating Roof Pontoon Compartments

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.

5. Shell Plate Reinforcement Pad

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.

QAP (Quality Assurance Plan) : FORMATS

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 :

(a) Characteristics to be checked


(b) Method of check
(c) Extent of check
(d) Reference documents (as per which the checks are required)
(e) Acceptance Standards
(f) Format of Records of inspection/checks
(g) The agency responsible for the activities to carry out
(h) Other remarks.

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

1.0 STANDARD QAP


2.0 WORK ORDER, DRAWING & DOCUMENTS
3.0 MATERIALS/CONTRACTORS SUPPLIED ITEMS
A) Plate Material
B) Pipe Materials
C) Pipe Fittings for tanks
D) Coated Arc Electrodes
E) Gasket & fasteners
4.0 TANK FOUNDATION
5.0 WELDING PROCEDURE SPECIFICATION
6.0 PROCEDURE QUALIFICATION RECROD
7.0 WELDER PERFORMANCE QUALIFICATION
8.0 WELDER’S COUPON TEST REPORT
9.0 BOTTOM PLATES
10.0 SHELL PLATES
11.0 ROOF PLATES
12.0 FLOATING ROOF
13.0 NOZZLES & MANHOLES

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.

14.0 STRUCTURALS & OTHERS


15.0 PIPING LAYOUT
16.0 VACUUM BOX TESTING
17.0 PNEUMATIC TESTING
18.0 RADIOGRAPHY
A) Radiography offering report
B) Radiography Examination Report
19.0 WELD SURFACE TESTING
20.0 HYDROTEST
21.0 FLOATATION TEST FOR FR TANKS
22.0 COMPLETION DOCUMENTS
23.0 PAINTING

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.

QUALITY ASSURANCE PLAN FOR CONSTRUCTION OF STORAGE TANKS

SL. DESCRIPTION OF CHARACTERISTICS TYPE/METH EXTENT REFERENC ACCEPTANC FORMAT OF AGENCY RE


NO. ITEMS TO BE CHECKED OD OF CHECK E E RECORDS P W V MA
OF CHECK DOCUME STANDARDS RKS
NTS

Material Specification Page 88


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.

Material Specification Page 89


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.

Pipe fittings 1.Physical, chemical Meas .& DRGS /


properties, heat Visual As per DATA MFTRS TC
treatment. Specificati SHEET As per WO/ 2 1 1
on ASME SA
Physical & 234
5 2.Dimensions & Chemical APPD FORM-05 & 3/2 2,1
surface quality. Tests. 100 % DRGS / IR IOC
Bolts, nuts for nozzle DATA ANSI B 16.9 to
flanges & structurals 1.Physical chemical SHEET witne
properties, heat Meas. & As per MFTRS TC 2 1 ss
treatment Visual Specificati APPD ASTM A 193 10%
on. DRGS / & A 194 rand
DATA om
2.Dimensions & Physical & SHEET FORM-07 & meas
surface quality. Chemical 100 % ANSI B 1.1/ IR .&
Tests B 1.2/ B 100%
APPD 18.2.2 visual
DRGS / .
Meas . & DATA
Visual SHEET

APPD
DRGS /
DATA
SHEET

APPD
DRGS /
DATA

Material Specification Page 90


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.

SHEET

P PERFORMED BY 1. IOC / IOC AUTHORISED REPRESENTATIVE IR : INSPECTION RECORD TO BE MAINTENED


BY MAIN FABRICATOR
Material Specification Page 91
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.

W WITNESSED BY 2. MAIN FABRICATING AGENCY MEAS: MEASUREMENT


V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1

QUALITY ASSURANCE PLAN FOR CONSTRUCTION OF STORAGE TANKS


SL. DESCRIPTION OF ITEMS 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
NTS STANDARDS
IN PROCESS:
6 Welding procedure Correctness Scrutiny 100 % WPS WPS-ASME FORM-09 2 1 To be
specification SEC.IX checke
proposed d and
Desired property Physical and 100 % WPS ASME SEC.IX FORM-09 & 2 1,2 approv
7 Welding procedure of welding, Chemical 10 ed by
qualification test and Establishing Tests IOC
record correctness of before
welding Variables tests.
100 % WPQ ASME SEC.IX 2 1,2
Ability of welders Radiography FORM-11 &
8 Welders Performance to make sound 12
Qualification weld 100 % Cutting APPD.DRGS. 2 2 1
Meas. & Layout
9 Plate cutting for bottom, Dimension, Visual Plan FORM-
shell & roof. checking 100 % APPD. 13/14/ 2 2 1
diagonal & APPD.DRG DRGS. 15/16 & IR
10 Rolling of plates squaring Meas/ 100 % S. 2 2,1

Material Specification Page 92


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.

Visual APPD. FORM-


11 Fitment of weld joints Dimension & APPD DRGS. 13/14/
Shape Visual, DRGS. 15/16 & IR
Meas, 100% FORM- 2 2,1
Alignment, Edge Plumbness 13/14/
preparation, API 650 15/16 & IR
12 Root run after back Root gap, 100% WPS 2 2,1 H
gauging of Butt weld Cleanliness along Visual/DPT
joints seam API 650 FORM-
13 Free of flaw API650 API 650 13/14 2/3 2 1
Finished Butt weld joints Visual &WO
ASME
1.Smoothness API 650& Sec.VIII FORM-13 2 2,1
and Radiography 100% WO Div.I, UW- /14
Reinforcement 51b
API 650 2 2,1
2.Internal Flaws Meas/Plum 100 % API 650 FORM-13 H
b /14 2 2,1
14 3.Peaking/Ban 100 % API 650
All Lap joints of Bottom ding/ API 650
Plates Circularity Visual API 650 FORM-14
API 650
1.Lay out, Edge
Visual,
prepn
Vacuum FORM-13
2.Welding
Test,
Pneumatic FORM-
Test 13/20/21

Material Specification Page 93


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.

P PERFORMED BY 1. IOC / IOC AUTHORISED REPRESENTATIVE IR : INSPECTION RECORD TO


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

V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
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

Material Specification Page 94


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 Bottom plates sand 1.Cleanliness/Sur Visual/Meas 100 % WO Painting FORM-13 2 1,2


blasting underside face Spec.
painting Profile
DFT, 100 % WO FORM-13 & 2 1,2
2.Coating
Elcometer Painting IR
thickness
16 Nozzle to flange & nozzle 100 % APPD. Spec. 2 1,2
to shell Visual, DRGS/ FORM-17
Dimension,Orient
Plumb, API 650 API 650/
ation of nozzle,
Meas Approved
projection,
17 RF Pad/Nozzle to Shell 100 % Drg. 2 1,2
elevation,fittmen
API 650 FORM-17/
t
Pneumatic 21
18 Shell to Annular plate soap 100 % API 650 2 1,2
Leak tightness
Suds APPD.
100% DRGS FORM-14 & 2 1,2
Visual/Meas API 650 IR
1.Weld
19 Deck plate lap joints 100 % API 650 2 1,2
soundness
Penetrant/ API 650 FORM-
MPT 100 % APPD.DRG 14/24 2 1,2
2.Leak tightness
s/ API 650 API 650
Visual/Meas API 650 FORM-16 &
1.Fittment,Dimen
20 Rim bulk head 100 % API 650 IR 2 1,2
sions
compartment Visual, MPT/ 100 % 2 1,2
Slope
Penetrant APPD. FORM-
2.Weld
DRGS. API 650 16/24
soundness
21 Visual/Meas 100 % API 650 API 650 2 1,2
Splice joints of MPT/LPT/
rafters/columns Pnematic FORM-16 &
1.Fittment/Dime
22 100 % APPD. API 650 IR 2 1,2
nsion
Visual & DRGS/ FORM-
2.Welding
Material Specification Page 95
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.

Appurtenances, leg Meas API 650 16/24


supports APPD.
Fabricated Dimensions & APPD. DRGS/
appurtenances. Welding Visual & DRGS/ DATA SHEET FORM-18 &
Meas API 650/ IR
Alignment, Radiography DATA
Dimension, (if specified) SHEET
Weld soundness FORM-
16/17/24

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

Material Specification Page 96


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.

welding by 1.
Visual

P PERFORMED BY 1. IOC / IOC AUTHORISED REPRESENTATIVE IR : INSPECTION RECORD TO BE


MAINTENED BY MAIN FABRICATOR
W WITNESSED BY 2. MAIN FABRICATING AGENCY MEAS: MEASUREMENT

V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1

QUALITY ASSURANCE PLAN FOR CONSTRUCTION OF STORAGE TANKS

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

Material Specification Page 97


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 Inspection prior to Completeness, Visual, 100 % APPD. APPD. FORM-25 & 2 1


release for hydro-test, Cleanliness, Random DRGS, DRGS, IR
Inside/ Outside welding Overall Meas, DATA DATA
surface, External Dimension,Plum Verification SHEET SHEET, API
Internal attachment bness of all 650
Orientation, records
26 Radiography etc. 100 % 2 1,2
Final inspection during Every 30° FORM-25 2 1,2
hydrotest Leak tightness Hydrotest APPD. API 650 FORM-25 &
27 Verticality Plumb Every 30° DRGS. API 650 IR 2 1,2
APPD.
Final assembly Settlement Meas DRGS. OISD 129/ FORM-25
BS 3659
28 100 % APPD. 2 1,2
100 % DRGS. 2 1,2
Buoyancy test, Smooth Hydrotest API 650 FORM-26
Floatation test, Deck Floatation, Submersion API 650 FORM-26
29 puncture test Leak tightness Measureme 100 % 2 1,2
nt APPD.
DRGS. API 650 FORM-26
30 Rain water test Deck Water 100 % API 650 Spec. 3 1,2
filling on
deck IS Cali. Chart
31 Calibration Capacity wrt 100% API 650 2007/2008 2 2,1
Filling height Meas & Spec.
Certificatio FORM-25
Cleaning Cleaning n APPD. Technical
32 external & 100 % DRGS Specificatio 2 2,1
internal after Visual Random IS2007/20 ns
hydrotest Random 08 FORM-28 &

Material Specification Page 98


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.

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

Material Specification Page 99


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.

P PERFORMED BY 1. IOC / IOC AUTHORISED REPRESENTATIVE IR : INSPECTION RECORD TO BE


MAINTENED BY MAIN FABRICATOR
W WITNESSED BY 2. MAIN FABRICATING AGENCY MEAS: MEASUREMENT

V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
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

Material Specification Page 100


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.

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.

P PERFORMED BY 1. IOC / IOC AUTHORISED REPRESENTATIVE IR : INSPECTION RECORD TO BE


MAINTENED BY MAIN FABRICATOR
W WITNESSED BY 2. MAIN FABRICATING AGENCY MEAS: MEASUREMENT

V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1

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 STANDARDS
NT

Material Specification Page 102


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, 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

Material Specification Page 103


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.

treatment. on. 194 2 10% random


Physical & meas. &
Chemical APPD 1 100% visual
5 2.Dimensions Tests 100 % DRGS / ANSI B 1.1/ MILL TC 1,2 by 1.
Structurals for supports, & surface DATA B 1.2/ B 3
etc quality. SHEET 18.2.2 If required
Meas . & 3,1 random test
1.Physical Visual As per APPD by 2.
chemical Spec. DRGS / IS 2062 Gr IR
properties, DATA A/B, 2
heat SHEET ASTM A 6, A
treatment Verification 20 1
of
purchased 100% APPD
2.Dimensions & documents, DRGS /
surface quality. TC DATA IS 2062,
SHEET ASTM
A 6, A 20
1.Physical, Meas. &
chemical Visual APPD.DRG
properties. S./
DATA
SHEET

2.Dimensions
and
surface quality APPD.DRG
S./
DATA
SHEET

Material Specification Page 104


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.

P PERFORMED BY 1. IOC / IOC AUTHORISED REPRESENTATIVE IR : INSPECTION RECORD TO BE


MAINTENED BY MAIN FABRICATOR
W WITNESSED BY 2. MAIN FABRICATING AGENCY MEAS: MEASUREMENT

V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1
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

Material Specification Page 105


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.

IN PROCESS:

6 Welding procedure Correctness Scrutiny 100 % WPS WPS-ASME FORM-09 2 1 To be


specification SEC.IX checked and
proposed approved by
IOC before
7 Desired property Physical and 100 % WPS ASME SEC.IX FORM-09 & 2 1,2 tests.
Welding procedure of welding Chemical 10
qualification test and Tests
record
8 Ability of welders 100 % WPQ ASME SEC.IX 2 1,2
to make sound Radiography FORM-11 &
Welders Performance weld 12
9 Qualification 100 % APPD APPD. 2 2,1
Alignment,Dimen Meas DRGS. DRGS.
Fitment of weld joints sion, Cleanliness /Visual FORM-19 & H
10 along seam 100% IR 2 2,1
Free of flaw WPS ANSI B 31.3/
Root run after back Visual/DPT 31.4
11 gauging of Butt weld 100% FORM-19 & 2 2,1
joints 1.Smoothness ANSI B ANSI B 31.3/ IR
and Visual 31.3/ 31.4
Finished Butt weld joints Reinforcement ANSI B B 31.4 2/ 2 1
31.3/ WO ANSI B3 1.3/ IR 3
2.Internal Flaws Radiography ANSI B ASME SEC V H
31.3,
12 100 % APPROVE FORM-23 2,1
D ANSI B 31.3 2
1.Fitment Visual, 100 % PROCEDU 2,1
Welding of the branch Meas. RE ANSI B 31.3 2

Material Specification Page 106


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.

connections, fillet & girth 2.Root welding FORM-19 &


welding free of Visual, DPT 100 % WPS/ IR 2,1
flaw ANSI B ANSI B 31.3 2
31.3 FORM-19/24
3.Soundness of Visual WPS/ & IR
13 final Pneumatic 100 % ANSI B 1
welding (if pad 31.3 APPD.DRGS. FORM-19 & 2
provided) / IR
Inspection prior to ANSI B DATA
release for hydrotest Completeness, Visual, 31.3 SHEET/
Cleanliness, Random ANSI B 31.3
Overall Meas, FORM-19
dimensions, Verifications
Layout, of records APPD.DRG
Fittings, S.
Radiography DATA
etc. SHEET

Material Specification Page 107


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.

P PERFORMED BY 1. IOC / IOC AUTHORISED REPRESENTATIVE IR : INSPECTION RECORD TO BE


MAINTENED BY MAIN FABRICATOR
W WITNESSED BY 2. MAIN FABRICATING AGENCY MEAS: MEASUREMENT

V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1

QUALITY ASSURANCE PLAN FOR FABRICATION OF PIPINGS

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

Material Specification Page 108


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.

built layout drg, &Document on, WO Codes, WO


etc. ation

P PERFORMED BY 1. IOC / IOC AUTHORISED REPRESENTATIVE IR : INSPECTION RECORD TO BE


MAINTENED BY MAIN FABRICATOR
W WITNESSED BY 2. MAIN FABRICATING AGENCY MEAS: MEASUREMENT

V VERIFIED & REVIEWED BY 3. SUB AGENCY/ SUB VENDOR (IF APPLICABLE & APPROVED)
H HOLD TILL CLEARED BY 1

Material Specification Page 109


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.

DRAWINGS & DOCUMENTS

Ensuring availability of the following approved Drawings

SL. ITEM (Y/N) REMARKS


NO.
1. Facility Layout
2. Foundation
3. Bottom
4. Shell
5. Roof (CR/FR)
6. Roof Structural
7. Nozzles
8. Appurtenances
9. Staircase
10. Seal
11. Dip Hatch Pipe & Gauge Well
12. Earth pit & Grid
13. Sprinkler System
14. Foam Chamber

Date : Site Engr’s Name & Signature

Material Specification

Page 110 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.

PLATE MATERIAL VERIFICATION RECORD


WO NO. :

SPECIFICATION : IS 2062 Gr. B (Specify in case of alternate spec)

SUPPLIER :

Sl. Dimension Quantity


MILL TC Surface Remarks
No. (l x b x thk) Ref & Condition (Deviations if any)
Verification Acceptable
(Y/N) (Y/N)
Note : Separate Inspection Record to be maintained by Main fabricator for Dimension
measurements & Surface Quality. It is to be verified by Site Incharge.

Date : Site Engr’s Name & Signature

Material Specification

Page 111 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.

PIPE MATERIALS VERIFICATION RECORD (FOR TANKS)


WO NO. :

DESCRIPTION :

MATERIAL SPEC : API 5L Gr A/B


A 106 Gr B
IS 1239
IS 1978

Type of Size NB/OD Sch/Thk Length Nos Physical Mill TC Remarks


Pipe Condition acceptable
(ERW/ Satisfactory (Y/N)
Sea- mless (Y/N)
etc)

Note : Separate Inspection Record to be maintained by Main fabricator for Dimension measurements
& Surface Quality. It is to be verified by Site Incharge.

Date : Site Engr’s Name & Signature

Material Specification

Page 112 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.

PIPE FITTINGS VERIFICATION RECORD FOR TANKS


(Viz. Flanges, Elbows, Tee etc.)

Sl Item Material Size Mill TC Physical Remarks


no. description Spec Sch/Thk/ Ref & Condition
NB/Rating Verification Acceptable
(Y/N) (Y/N)

Note : Separate Inspection Record to be maintained by Main fabricator for Dimension


measurements & Surface Quality. It is to be verified by Site Incharge.

Date : Site Engr’s Name & Signature

Material Specification

Page 113 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.

RECORD SHEET FOR COATED ARC ELECTRODES


ASME SEC 2C E5.1 &5.3

AWS NO : SIZE :

BATCH NO : BRAND :

BATCH TC :

SL ITEMS ACCEPTABLE REMARKS


NO. (Y/N)
1. ‘A’ nos verification
i) Mechanical properties
ii) Chemical composition
2. ‘F’ nos verification
i) Mechanical properties
ii) Chemical composition

A : All metal deposition


F : Filler material

Date: Site Engr’s Name & Signature

Note : These tests may be carried out on sample basis.

Material Specification

Page 114 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.

RECORD FOR GASKET & FASTENERS

Sl no. Item Size Nos Material Spec. Documents Remarks


Description Checked &
Found
Satisfactory
(Y/N)
1. Gasket IS-2712/ ASTM-
509/ Approved
Vendors
2. Bolts/ Nuts A 193 Gr B7/
A 194 Gr 2H

Note : Separate Inspection Record to be maintained by Main fabricator for Dimension


measurements & Surface Quality. It is to be verified by Site Incharge.

Date : Site Engr’s Name & Signature

Material Specification

Page 115 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.

TANK FOUNDATION
TANK No: Location:

S Description of Details Remarks


l Item

n
o
.
1 Soil Investigation
. Report
2 Type of
. Foundation
3 Sand Filling
. Depth/
Height
4 Bitumen
. Carpeting
5 Slope
.

Date : Site Engr’s Name & Signature

Material Specification

Page 116 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.

QW-482
WELDING PROCEDURE SPECIFICATIONS (WPS)
(SEC QW-200.1, section IX, ASME Boiler and Pressure Vessel Code)

Company Name ___________________________ By:


_____________________________________________
Welding Procedure Specification No. ___________ Date : ____________Supporting PQR
No.(s):______________
Revision No. _________________ Date _________________
Welding Process(es) ___________________________Type(s)________________________________
(Automatic, Manual, Machine or Semi-Auto)

Material Specification

Page 117 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.

JOINTS(QW-402) Details
Joint Design ____________________________
Backing (Yes) _________________ (No) ________________
Backing Material (Type) ______________________________
(Refer to both backing and retainers.)

Metal Nonfusing Metal

Nonmetallic Other

Sketches, Production Drawing, Welding Symbols or Written Description should


show the general arrangement of the parts to be welded. Where applicable, the
root spacing and the details of weld groove may be specified.

BASE METALS (QW-403)


P. No. ___________ Group No._____________to P.No._________ Group
No._________________________
OR
Specification type and grade
________________________________________________________________
to Specification type and grade
______________________________________________________________
OR
Chem. Analysis and Mech.
Prop.______________________________________________________________
to Chem. Analysis and Mech.
Prop.____________________________________________________________
Thickness Range:
Base Metal :
Groove_________________________Fillet____________________________
Pipe Dia. Range:
Groove_________________________Fillet____________________________
Other
_________________________________________________________________________________
__

FILLER METALS (QW-404)


Spec No. (SFA)
______________________________________________________________________
AWS
No.(Class)______________________________________________________________________

Material Specification

Page 118 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.

F.No._____________________________________________________________________________
__
A-
No.______________________________________________________________________________
Size of Filler Metals
___________________________________________________________________
Weld Metal
Thickness Range:

Groove__________________________________________________________________
Fillet
___________________________________________________________________
Electrode-
Flux(Class)___________________________________________________________________
Flux Trade Name
______________________________________________________________________
Consumable
Insert_____________________________________________________________________
Other

* Each base metal-filler metal combination should be recorded individually.

Material Specification

Page 119 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.

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 _______ _________ ________

ELECTRICAL CHARACTERISTICS (QW-409)


Current AC or DC _____________Polarity ____________
Amps (Range) _______________Volts (Range) _______
(Amps and volts range should be recorded for each electrodes size,
position, and thickness, etc. This information may be listed in a tabular
form similar to that shown below)

Tungsten Electrode Size and Type_______________________________________________________


(Pure Tungsten 2% Thoriated etc.)
Mode of Metal Transfer for GMAW ______________________________________________________
(Spray arc, Short circuiting arc etc.)
Electrode Wire feed speed range _______________________________________________________

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 __________________________________________________________________________
__________________________________________________________________________
__________________________________________________________________________

Weld Process Filler Metal Current Other


Layer (s) Travel (e.g. Remarks,
Volt Speed Comments, Hot
Range Range Wire Addition,
Class Dia. Type Amp. Torch Angle etc)
Polar Range

Material Specification

Page 120 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.

QW-483

PROCEDURE QUALIFICATION RECORD


Company Name ____________________________________________________________________
Procedure Qualification Record No. _________________________________ Date ______________
WPS No. ______________________________________________________ Dated _____________
Welding Process(es) ________________________________________________________________
Types (Manual, Automatic, Semi-Auto) _________________________________________________

JOINTS (QW-402)

Groove Design of Test Coupon


(For combination qualification, the deposited weld metal thickness shall be recorded for each filler metal or process used)

BASE METALS (QW-403) POST HELD HEAT TREATMENT (QW-407)


Material Spec. ________________________ Temperature___________________________
Type or Grade ________________________ Time _________________________________
P. No. ____________to P. No.___________ Other_________________________________
Thickness of Test Coupon _______________ _____________________________________
Diameter of Test Coupon _______________ _____________________________________
Other_______________________________ _____________________________________
___________________________________
___________________________________ GAS(QW-408)
___________________________________ Percent Composition
Gas(es) (Mixture) Flow rate
FILLER METALS (QW-404) Shielding _______ _______ _________
SFA Specification _____________________ Trailing _______ _______
_________ AWS Classification_____________________ Backing _______
_______ _________
Filler Metal F.No. _____________________
Weld Metal Analysis A.No. _____________ ELECTRICAL CHARACTERISTICS (QW-409)
Size of Filler Metal ____________________ Current ____________________________________
Other_______________________________
Material Specification

Polarity________________________________
Page 121 of 343

___________________________________ Amps _______________ Volts


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 122 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.

QW-483 (BACK)
PQR NO.____________________

Tensile Test (QW-150)

Specimen Width Thickness Area Ultimate Ultimate Unit Type of Failure &
No. Total Load Stress Location
Lb psi

Guided-Bend Tests (QW-160)

Type and Figure No. Result

Toughness Tests (QW-170)

Specimen Notch Specimen Test Impact Values Drop Weight


No. Location Size Temp. Ft.lbs Shear Mills Break (Y/N)

Comments:
__________________________________________________________________________

Fillet-Weld Test (QW-180)

Result- Satisfactory: Yes _______No ______Penetration Into Parent Metal:


Yes________No____________
Macro- Results
__________________________________________________________________________

Other Tests
Type of Test
_____________________________________________________________________________
Deposit Analysis
_________________________________________________________________________
Other
__________________________________________________________________________________
Material Specification

Page 123 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.

…………………………………………..……………………………………………………………………………………………………………..
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

Page 124 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.

INDIAN OIL CORPORATION LIMITED


QW - 484
WELDER / WELDING OPEATOR PERFORMANCE QUALIFICATIONS (WPQ)

(See QW-301 Section IX, ASME Boiler & Pressure Vessel Code)

Welders Name _________________________ Clock number _____________________ Stamp No.


_________________
Welding process(es) used __________________________________ Type
____________________________________
Identification of WPS followed by welder during welding of test coupon
______________________________________
Base material(s) welded _______________________________ Thickness
____________________________________

Manual or Semiautomatic Variables for each Process (QW-350) Actual Values


Range Qualified
Backing (metal, weld metal, welded from both sides, flux, etc)(QW-402) _____________
_____________
ASME P.No. _________________ to ASME P.No. (QW-403) _____________
_____________
( ) Plate ( ) Pipe (enter diameter, if pipe) _____________
_____________

Filler metal specification (SFA) : ____________Classification (QW-404) _____________


_____________
Filler metal F.No. _____________
_____________
Filler metal variety for GTAW, PAW (QW-404) _____________
_____________
Consumables insert for GTAW for PAW _____________
_____________
Weld deposit thickness for each welding process _____________
_____________
Welding position (1G, 5G, etc.) (QW-405) _____________
_____________
Progression (uphill/downhill) _____________
_____________
Backing gas for GTAW, PAW or GMAW : fuel gas for OFW (QW-408) _____________
_____________
Material Specification

Page 125 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.

GMAW transfer mode (QW-409) _____________


_____________
GTAW welding current type / polarity _____________
_____________

Machine Welding Variables for the Process used (QW-360) _____________


_____________
Direct / remote visual control _____________
_____________
Automatic voltage control (GTAW) _____________
_____________
Automatic joint tracking _____________
_____________
Welding position (1G, 5G, etc.) _____________
_____________
Consumable insert _____________
_____________
Backing (metal, weld metal, welded from both sides, flux etc.) _____________
_____________

Guided Bend Test Results

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

Visual examination results (QW-302.4)


________________________________________________________________
Radiographic test results (QW-304 and QW-305)
________________________________________________________
(For alternative qualification of groove welds by radiography)

Fillet Weld- Fracture test ______________________________ Length and percent of defects


_____________ in
Macro test fusion ________________ Fillet leg size _____ in .x _____ in. Concavity / convexity
________in.

Welding test conducted by


_________________________________________________________________
Material Specification

Page 126 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.

Mechanical tests conducted by _______________________________ Laboratory test no.


_______________

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 : ____________________________________________

Date __________________ By ____________________

Material Specification

Page 127 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.

INDIAN OIL CORPORATION LTD.

WELDER’S COUPON TEST REPORT

SIZE OF PIPE:
WPS NO :
DATE :
REPORT NO. :

CLIENT : PURPOSE : PROCESS:


MATERIAL SPEC: THICKNESS: POSITION:
WELDER NAME : STAMP NO: ROOT GAP:

Sr.No. AWS Size of Time


No. Electrod Weld Layers Start End Travel Speed Polarity Current Voltage Remarks
e (mm)

INSPECTION AUTHORITY

Material Specification Page 128 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-LIST FOR BOTTOM PLATES

Location : Tank No. :


Sl. Item Description Checked & Remarks Signature
No. found acce- & Date
ptable (Y/N)
1. Checking of the foundation Slope
2. Squaring of plates, edge preparation
3. Checking of the underside painting of the bottom
plates & sample DFT checked.
4. Plate Layout Min. 5T lap should be given while
laying of the bottom plate
5. Fitment of the annular plate
6. Welding of short seam carried out first
7. Welding of long seam followed after short seam
8. Welding of the bottom sump
9. Radiography of the sump seam
10. Pneumatic testing of the sump (Test pressure 2
Kg/cm2g)
11. Fitment of the sump with the bottom plate (sump
collar should come below the bottom plates)
12. Dye Penetration test for weld joint between
Sump collar & Bottom plate
13. Fillet weld size checked
14. Welding & radiography
15. Vacuum box testing of the bottom plate joints
16. In case of column supported cone roof, guides
are welded to the bottom plates.
17. Three plate laps in tank bottoms is at least
300mm from each other, from tank shell, from
butt welded annular plate joints, and from joints
between annular plates and the bottom.
18. Removal of construction cleats by grinding and
weld built of any groove/ dent/cut mark to
ground flush level is done
19. Welding of Datum plate after hydrotest &
leveling

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

Page 129 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.

Date : Site Engr’s Name & Signature


CHECK-LIST FOR SHELL PLATES

Location: Tank No :
Course No :

Sl. Item description Checked & Remarks Signature &


No. found date
Acceptable(Y
/N)
1. Squaring of plates, edge
preparation
2. Plumbness after erection and
fitment
3. Welding (external)
4. Back gauging from inside
5. Welding from inside, final welding
inspection.
- visual
- peaking
- banding
- plumbness
- Circularity
6. Providing tell-tale hole before
welding the reinforcement pads.
7. Pneumatic test of reinforcement
pads at 15 psi pressure.
8. Removal of construction cleats by
grinding and weld built up of any
groove/dent/cut mark to ground
flush is done
9. In case of floating roof, internal
surface of horizontal & vertical
joints are ground smooth.
10. Weld soundness & size checked for
bottom to shell plate welding.

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

Page 130 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-LIST FOR CONE ROOF

LOCATION : TANK NO. :

Sl. Item Description Checked & Remarks Signature &


No. found Date
Acceptable
(Y/N)
1. After welding, Visual &
Dimensional Check of
Structural members
2. Painting Application on
structural members
3. Assembly fittings and welding
of roof structural
4. Plate layout & Fitment, welding
of short seam
5. Welding of all plate joints
6. Welding of roof plate to curb
angle (Only single run)
7. Fittings & Welding of Roof
nozzles
8. Fittings & installation of roof
appurtenances

Material Specification

Page 131 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-LIST FOR FLOATING ROOF

Location: Tank No:

Sl. Item description Checked & Remarks Signature


No. found accep- & date
table (Y/N)
1. Lower deck plate layout, fitment, slope, dia.
2. Welding visual & vacuum box test at 3 psi
3. Fittings of outer rim, inner rim, bulk heads &
structural
4. Welding of pt (3) items & diesel chalk powder
test
5. Fitment, slope & dia of upper deck plate.
6. Welding of upper deck plate & final slope
7. Pneumatic testing of each compartment
(Pressure 75mm water column)
8. Fitment of Manhole, nozzles etc
9. Fitment & size of floating roof legs
10. Fitment & size of breather valves and rim vents
appurtenances
11. Fitment & size of central drain & emergency
drain as per approved drawing
12. Checking of final welding of all nozzles &
appurtenances
13. Welding of water sealing arrangements as per
approved drawings
14. Pneumatic test of central drain sump at 1
kg/cm2g (15 psi)
15. DP test of the weld joint between central drain
sump & lower side of lower deck plates
16. Foam seal, neoprene rubber, holding bar & GI
sheets checked for Dimension and Physical &
chemical Property verification
17. Check for water seal in central & emergency
drain & the height of water column is recorded

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

Page 132 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.

Date : Site Engr’s Name & signature

CHECK-LIST FOR NOZZLES & MANHOLES

LOCATION : TANK NO. :

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

Page 133 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-LIST FOR STRUCTURALS & OTHERS

LOCATION : TANK NO. :

Sl. Item Description Checked & Remarks


No. found satis-
factory (Y/N)
1. The min thickness of all members of external
/ internal structural is 4.5mm
2. The welding joints between two structural
should have complete penetration & fusion.
3. All rafters/girders are properly bolted with
the crown plate/cap plate/ splice plate
4. Space between the rafters is as per the
drawings
5. The max angle of the staircase with a
horizontal line is 50 degree.
6. The stairway steps are not directly welded
with the shell plates (should be welded on
pad plates only).
7. All load bearing attachments on shell plates
are provided with pad plates.
8. The square bar supports of the staircase is
welded from all 4 sides with 5 mm fillet
welding.
9. The width of the steps is 250mm and the
vertical gap between two adjacent steps is
maximum 200mm.
10. The wind girders are welded continuously
from the top and stitch welded from bottom
side.
11. All staircase-landing platforms are having
proper supports.
12. Rolling Ladder assembly is as per the
approved drawing
13. Check the sprinkler line, its circularity, nozzle
connections (dimension also) etc. as per
approved drawing
14. Check the foam pourer lines, foam chamber
connection etc as per approved drawing.

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

Page 134 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.

Date : Site Engr’s Name & signature

Material Specification

Page 135 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-LIST FOR PIPINGS

Line Identity : Location :


Sl. Item Description Checked & Remarks
No. Found satis-
factory (Y/N)
1. Availability of Layout drawing
2. Material test certificate
3. Pipeline laying (In case of ERW pipe, seam should not
come at the bottom side & check for Offset)
4. Check the physical condition of the pipe ( free from
cracks, grooves, scaling, pitting, dents or other surface
defects in case of old pipings)
5. Provision of Expansion loop
6. Ground clearance (Minimum 300 mm) from finished
ground level
7. Space between pipe (Min d+D, where d & D are the dia
of pipes.)
8. Fitment of weld joints
9. DP test carried out after root run for branch/ stub
connection
10. Electrode Specification (X-ray quality E-6010 for root
run and E-6013/ E-7018 for subsequent run).
11. Alignment of Flange
12. Check the supports (Integrity, point contact, guide rod
in alternate support with min 20mm clearance from the
pipe, filling the Hollow GI pipe with sand-bitumen/ CC
mixture)
13. Checking the saddle plate/ shoe for complete welding
with the pipe, if provided
14. Check the quality of the wrapping/ coating material as
per Spec/ Procedure, before application.
15. Coating on UG line (It should be extended at least
500mm above the ground level & the ends be sealed)
16. Peel-off test of wrapping carried out(1” X 6”)
17. Holiday detection of UG line after wrapping/ coating
(Check the voltage of 14 - 15KV)
18. Check overlapping of the tape should be sealed.
19. Radiography inspection (Penalty for spot radiography,
as per ANSI B 31.3/31.4)
20. Inspection prior to release for hydrotest (completion
status, radiography, fittings etc.)
Material Specification

Page 136 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. Hydro-testing of the piping at 1.5 times the designed


test pressure or 10.5 Kg/cm2g min (One Pressure
Gauge each should be put at the highest and farthest
point respectively)
Section wise a)
b)
c)
d)
e)
22. Pipeline is cleaned/ flushed after hydrotesting
23. Cathodic Protection – Check for Pipe To Soil Potential of
(-) 0.85 to (-) 1.12Volt.
24. Check for Bonding of the flange joints.
25. Check for ‘No Flange joints’ in U/G portion
26. Check for painting as per Specification
a) Surface Preparation
b) Surface Profile
c) Primer Application
d) Intermediate coating, if any
e) Final coating
27. Final Layout Drawing available

Note : Separate Inspection Record to be maintained by Main fabricator for Dimension measurements &
Surface Quality. It is to be verified by Site Incharge.

Date: Site Engr’s Name & Signature

Material Specification

Page 137 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.

TEST RECORD OF VACUUM BOX TEST

Location : Tank no. :

Area Tested :
Test Pressure : 3 psi vacuum

Sl. Item Description Tested & Found Leak- Remarks


no. free (Y/N)
1. Long Seams
2. Short Seams
3. Annular to Bottom Plate
Welding
4. Annular plate butt joints

Note : If possible, attach the sketch of the area of testing (seamwise)

Date : Site Engr’s Name & signature

Material Specification

Page 138 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.

TEST RECORD FOR PNEUMATIC TESTING

LOCATION : TANK NO. :

AREA OF TESTING:

Sl. Item Description Test Tested & Remarks Signature


No. Pressure Found & Date
Leakfree
(Y/N)
1. Tank bottom plates (if
done)
2. Reinforcement pads
a) Manhole 1
b) Manhole 2
c) Manhole 3
d) Manhole 4
e) Inlet nozzle
f) Outlet nozzle
g) Water Draw off
nozzle
h) Extra nozzle
3. Water Draw-off sump
4. Floating roof central drain
sump
5. Floating Roof Compartment
Nos.
1
2
3
4
5

Material Specification

Page 139 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.

RADIOGRAPHY OFFERING REPORT

JOB NO.: REPORT NO.:


LOCATION: DATE :
RADIOGRAPHY AGENCY:

SL.NO. RT.NO. ITEM DESCRIPTION NOMENCLATURE REMARKS

INSPECTOR ENGR/SITE ENGR.


(CLIENT)

Material Specification

Page 140 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.

RADIOGRAPHIC EXAMINATION REPORT

Client : Report No. :


Job No. : Date :
Material : Type of Film :
Source : IQI :
SFD : Sensitivity :
Exposure Time: Film Density :
Thickness : Dev. Temperature/time:
Lead Screen : Front: Back:
Radiography Agency:

SR. RT Job Identification Joint Welder Weld Observation Remarks


No. No. No. No. No.

Inspected By : Reviewed By : Site Engineer:

TEST RECORD OF SURFACE INSPECTION


(Penetrant / Magnetic Particle Test)

LOCATION : TANK NO. :

Type of Penetrant Test :

1. Dye Penetrant Test


2. Oil Penetrant Test
3. Flouroscent Dye Penetrant Test

Sl. Items Tested No Defects Remarks


Material Specification

Page 141 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.

No. Noticed (Y/N)


1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.

Date : Site Engr’s Name & signature

Material Specification

Page 142 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.

TEST RECORD OF HYDROTEST OF FLOATING ROOF TANK

LOCATION : TANK NO. :

Overall inspection of the tank before passing it for Hydrotesting :

Location of Permanent Reference Bench Mark :

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.

Material Specification Page 143 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.

TEST RECORD OF HYDROTEST OF CONE ROOF TANK

LOCATION : TANK NO. :

Overall inspection of the tank before passing it for Hydrotesting :

Location of Permanent Reference bench Mark :

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.

Material Specification Page 144 of


343
Public Tender No: 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.

TEST RECORD OF FLOATATION TEST


(With seal & assembly)

LOCATION : TANK NO. :

Submergence level of roof, in mm :

Sl. Level Rim seal gap Smooth Observations Remarks


No observed movement of (if any)
Roof (Y/N)
(in mm)

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 :

1. a) Filling of water in 2 adjacent pontoons (Y/N) :


(Depth equal to submergence of roofs)

b) Level of water at the center of the two compartments (in mm) :

2. The roof remains afloat during this test (Y/N) :

Page 145 of 343


Public Tender No: 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. Level Difference at the two extremities of the roof (in mm) :

Rain Water Test :

1. Rate of filling of water on the tank roof (in mm/hour) :

2. The roof remains afloat during this test (Y/N) :

3. Any abnormality noticed / Remarks :

Date : Site Engr’s Name & signature

Page 146 of 343


Public Tender No: 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.

COMPLETION REPORT

Sl. Item Description Remarks


No.
1. As Built drawings
2. Radiographs with Development Diagrams & Report
3. Soil Investigation Report
4. Inspection/ test Reports
5. Painting spec, Inspection Documents
6. Data cards
7. History cards
8. Operation & maintenance manuals of all
equipment

Date : Site Engr’s Name & signature

Page 147 of 343


Public Tender No: 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-LIST FOR PAINTING


Location: Tank No.:

Area of Application:

Sr Item Checked & Found Remarks Signature &


No. satis-factory date
(Y/N)
1. Batch test certificates of the paints
available at site
2. Painting is of Correct Spec
3. Scaffolding erected as per the WO
4. Compressor is of right CFM
5. Humidity is checked & found below
85% during blasting
6. Sand size is checked and found
between 16 to 30 mesh
7. Blasting pressure at the nozzle tip is 7
kg/cm2.
8. Correct size nozzle is used
9. Blasted surface is compared to the
standard photograph of Swedish
standard book and profile measured.
10. Sand is removed from the blasted
surface with soft cloth or air before
application of primer
11. Mixing of the primer is done as per
the spec.
12. Correct type spraying gun is used for
primer application.
13. Primer is applied within specified
time as per the spec.
14. Availability of a digital elcometer
15. DFT checked at random
16. Application of 2nd coat of primer
17. DFT checked
18. Application of 1st finish coat
19. DFT checked
20. Application of 2nd finish coat
21. DFT checked

Note : The main fabricator has to keep plate wise records of surface profile and all DFT
reading details after each coat of paint application.

Page 148 of 343


Public Tender No: 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 -9

SPECIFICATION FOR CONSTRUCTION OF SAND PAD FOUNDATION


FOR VERTICAL
STORAGE TANKS
1.0. MATERIALS
1.1 SAND
Sand shall be natural river sand from a source approved by the owner before
commencement of work. It shall be clean, durable, angular, gritty & free from mica, salt and
organic or vegetable matter Sand shall be screened free of all foreign matter and shall
conform in grading to the requirements in Grading Zone III of Table No. 3 of latest edition of
IS 383 for fine aggregates.
1.2 MURRUM / CLAY
Murram/ clay shall be of best quality available and free from all foreign material. Same shall
be brought at site after approval from site Engineer.
1.3 WATER
Water for consolidation shall be potable and free from mineral salts. Same shall be got
tested from a reputed test house for suitability before the start of works.
1.4 BITUMEN
Bitumen for the Carpet shall be 80/100 grade.
2.0. SETTING OUT
2.1 Before starting the work, the contractor shall line out the position of the foundation as per
layout drawing and also construct a concrete bench mark which shall be the datum for
levels. The bench mark shall be constructed in a manner which will ensure that it is not
disturbed or undergo settlement. The laying out of the benchmark shall be approved by Site
Engineer.
3.0. SUBGRADE
3.1 Excavation shall be to the exact dimensions as per standard drawings for sand pad
foundation unless instructed in writing by the Site Engineer.
3.2 The sub grade shall be watered and rammed to level and shall be free from soft spots.
3.3 Tank bottom will be concave shaped with the slope towards the center ranging from 1:40 to
1:100 depending upon the diameter of the tank so that central depression shall not exceed
250 mm
3.4 The diameter of bituminous carpet shall be kept 300 mm larger than the diameter of the
tank.
3.5 Height of the Sand Pad Foundation shall be kept minimum 1 m. above finish ground level.
4.0. SAND FILLING & MURRUM FILLING
1.1 Sand and murram before filling shall be dry and shall be spread in layers of 200 mm
thickness.

Page 149 of 343


Public Tender No: 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 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 130C 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:

Page 150 of 343


Public Tender No: 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.

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.

Page 151 of 343


Public Tender No: 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 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.

Page 152 of 343


Public Tender No: 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 -10

SPECIFICATIONS FOR FABRICATION, ERECTION, WELDING OF


VERTICAL STORAGE TANKS INCLUDING WELDING REQUIREMENTS IN
TANK & PIPELINES FABRICATION.

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

Page 153 of 343


Public Tender No: 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.

7.1 150# 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).

Page 154 of 343


Public Tender No: 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.

9.3.9 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.

Page 155 of 343


Public Tender No: 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) Dis-colouration remaining on a thermally cut surface is not considered detrimental


oxidation.
c) End preparation, for groove welds specified in ASME or as specified, which meets the
WPS is acceptable.
9.8 ALIGNMENT
9.8.1 CIRCUMFERENTIAL WELDS
a) Inside surface of steel plate ends to be joined shall be aligned within the dimensional
limits in the WPS and the engineering design.
b) If the external surfaces of the steel plates are not aligned, the weld shall be tapered
between them.
9.9 WELDING REQUIREMENTS
9.9.1 WELDS: Welds including addition of weld metal for alignment shall be made in
accordance with a qualified procedure and by qualified welders or welding operators
9.9.2 WELDER’S IDENTIFICATION SYMBOL: Each qualified welder and welding operator shall be
assigned an identification symbol.
a) Unless otherwise specified in the engineering design, each weld or adjacent area shall be
marked with the identification symbol of the welder or welding operator.
b) In addition of marking the weld, appropriate records shall be maintained.
9.9.3 TACK WELDS
a) Tack welds at the root of the joint shall be made with filler equivalent to that to be used
in the root pass.
b) Tack welds shall be made by a qualified welder or welding operator.
c) Tack welds shall be fused with the root pass weld, except that those which have
cracked shall be removed. Bridge tacks (above the weld) shall be removed.
9.9.4 PEENING: Peening is prohibited on theroot pass and final pass of a weld.
9.9.5 CLIMATIC CONDITIONS: No welding shall be done if there is impingement on the weld area,
of rain, snow, sleet orexcessive wind or if theweld area is frosted or wet.
9.9.6 FILLET AND SOCKET WELDS: Fillet welds, including socket welds, may vary from convex to
concave. The size of a fillet weld shall be as per engineering design.
9.9.7 SEAL WELDS: Seal welding shall be done by a qualified welder. Seal welds shall cover all
exposed threads.

Page 156 of 343


Public Tender No: 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.

WELDING PROCEDURE SPECIFICATIONS (WPS)


(SEC QW-200.1, section IX, ASME Boiler and Pressure Vessel Code)

Company Name ___________________________ By:


_____________________________________________
Welding Procedure Specification No. ___________ Date : ____________Supporting PQR
No.(s):______________
Revision No. _________________ Date _________________
Welding Process(es) ___________________________Type(s)________________________________
(Automatic, Manual, Machine or Semi-Auto)

JOINTS(QW-402) Details
Joint Design ____________________________
Backing (Yes) _________________ (No) ________________
Backing Material (Type) ______________________________
(Refer to both backing and retainers.)

Metal Nonfusing Metal

Nonmetallic Other

Sketches, Production Drawing, Welding Symbols or Written Description should


show the general arrangement of the parts to be welded. Where applicable, the
root spacing and the details of weld groove may be specified.

BASE METALS (QW-403)


P. No. ___________ Group No._____________to P.No._________ Group
No._________________________
OR
Specification type and grade
________________________________________________________________
to Specification type and grade
______________________________________________________________
OR
Chem. Analysis and Mech.
Prop.______________________________________________________________
to Chem. Analysis and Mech.
Prop.____________________________________________________________
Thickness Range:
Base Metal :
Groove_________________________Fillet____________________________
Pipe Dia. Range:
Groove_________________________Fillet____________________________
Other
___________________________________________________________________________________

Page 157 of 343


Public Tender No: 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.

FILLER METALS (QW-404)


Spec No. (SFA)
______________________________________________________________________
AWS
No.(Class)______________________________________________________________________

F.No._______________________________________________________________________________
A-
No.______________________________________________________________________________
Size of Filler Metals
___________________________________________________________________
Weld Metal
Thickness Range:

Groove__________________________________________________________________
Fillet
___________________________________________________________________
Electrode-
Flux(Class)___________________________________________________________________
Flux Trade Name
______________________________________________________________________
Consumable
Insert_____________________________________________________________________
Other
_______________________________________________________________________________

* Each base metal-filler metal combination should be recorded individually.

Page 158 of 343


Public Tender No: 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.

POSITIONS (QW-405) POSTWELD HEAT TREATMENT (QW-407)

Position (s) of Groove _______________________ Temperature Range _________________

Welding Progression: Up ________ Down _______ Time Range ________________________

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 applicable should be recorded) Trading _______ _________ ________

Backing _______ _________ ________

ELECTRICAL CHARACTERISTICS (QW-409)

Current AC or DC _____________Polarity ____________

Amps (Range) _______________Volts (Range) _______

(Amps and volts range should be recorded for each electrodes size,

position, and thickness, etc. This information may be listed in a tabular

form similar to that shown below)

Tungsten Electrode Size and Type_______________________________________________________

(Pure Tungsten 2% Thoriated etc.)

Mode of Metal Transfer for GMAW ______________________________________________________

(Spray arc, Short circuiting arc etc.)

Electrode Wire feed speed range _______________________________________________________

PROCEDURE QUALIFICATION RECORD


Company Name ____________________________________________________________________
Procedure Qualification Record No. _________________________________ Date ______________
WPS No. ______________________________________________________ Dated _____________
Welding Process(es) ________________________________________________________________
Page 159 of 343
Types (Manual, Automatic, Semi-Auto) _________________________________________________
JOINTS (QW-402)
Public Tender No: 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.

QW-483 (BACK)
PQR NO.____________________

Tensile Test (QW-150)

Specimen Width Thickness Area Ultimate Ultimate Unit Type of Failure &
No. Total Load Stress Location
Lb psi

Guided-Bend Tests (QW-160)

Type and Figure No. Result

Toughness Tests (QW-170)

Specimen Notch Specimen Test Impact Values Drop Weight


No. Location Size Temp. Ft.lbs Shear Mills Break (Y/N)

Comments:
__________________________________________________________________________

Fillet-Weld Test (QW-180)

Result- Satisfactory: Yes _______No ______Penetration Into Parent Metal:


Yes________No____________
Macro- Results
__________________________________________________________________________

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 __________________________

Page 160 of 343


Public Tender No: 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 161 of 343


Public Tender No: 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.

QW - 484
WELDER / WELDING OPEATOR PERFORMANCE QUALIFICATIONS (WPQ)

(See QW-301 Section IX, ASME Boiler & Pressure Vessel Code)

Welders Name _________________________ Clock number _____________________ Stamp No.


_________________
Welding process(es) used __________________________________ Type
____________________________________
Identification of WPS followed by welder during welding of test coupon
______________________________________
Base material(s) welded _______________________________ Thickness
____________________________________

Manual or Semiautomatic Variables for each Process (QW-350) Actual Values


Range Qualified
Backing (metal, weld metal, welded from both sides, flux, etc)(QW-402) _____________
_____________
ASME P.No. _________________ to ASME P.No. (QW-403) _____________
_____________
( ) Plate ( ) Pipe (enter diameter, if pipe) _____________
_____________

Filler metal specification (SFA) : ____________Classification (QW-404) _____________


_____________
Filler metal F.No. _____________
_____________
Filler metal variety for GTAW, PAW (QW-404) _____________
_____________
Consumables insert for GTAW for PAW _____________
_____________
Weld deposit thickness for each welding process _____________
_____________
Welding position (1G, 5G, etc.) (QW-405) _____________
_____________
Progression (uphill/downhill) _____________
_____________
Backing gas for GTAW, PAW or GMAW : fuel gas for OFW (QW-408) _____________
_____________
GMAW transfer mode (QW-409) _____________
_____________
GTAW welding current type / polarity _____________
_____________

Machine Welding Variables for the Process used (QW-360) _____________


_____________
Direct / remote visual control _____________
_____________

Page 162 of 343


Public Tender No: 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.

Automatic voltage control (GTAW) _____________


_____________
Automatic joint tracking _____________
_____________
Welding position (1G, 5G, etc.) _____________
_____________
Consumable insert _____________
_____________
Backing (metal, weld metal, welded from both sides, flux etc.) _____________
_____________

Guided Bend Test Results

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

Visual examination results (QW-302.4)


________________________________________________________________
Radiographic test results (QW-304 and QW-305)
________________________________________________________
(For alternative qualification of groove welds by radiography)

Fillet Weld- Fracture test ______________________________ Length and percent of defects


_____________ in
Macro test fusion ________________ Fillet leg size _____ in .x _____ in. Concavity /
convexity ________in.

Welding test conducted by


_________________________________________________________________
Mechanical tests conducted by _______________________________ Laboratory test no.
_______________

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 : ____________________________________________

Date __________________ By ____________________

Page 163 of 343


Public Tender No: 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.

INDIAN OIL CORPORATION LTD.

WELDER’S COUPON TEST REPORT

SIZE OF PIPE:
WPS NO :
DATE :

REPORT NO. :

CLIENT : PURPOSE : PROCESS:


MATERIAL SPEC: THICKNESS:
POSITION:
WELDER NAME : STAMP NO: ROOT GAP:

Sr.No. AWS Size of Time


No. Electrode Weld Travel Polarity Current Voltage Remarks
(mm) Layers Speed
Start End

INSPECTION AUTHORITY

Page 164 of 343


Public Tender No: 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.

CONTRACTORS RECORD OF WELDER QUALIFICATION TESTS

Welder Name___________________________________________________________
Check No _________________ Stamp No ______________________________
Using WPS No ________________ Revision __________________
Theabove welder is qualified for the following ranges
SN. DESCRIPTION RECORD ACTUAL VALUES QUALIFICATION
USED IN QUALIFICATION
1 Process
2 Process Type
3 Backing (Metal, weld,flux etc)
4 Material Specs
a. Plate thickness
b. Groove
C. Fillet
5 Filler Metal
Spec No
Class
F. No
6 Position
7 Weld Progression
8 Gas Type
9 Elec. Charac
a Current
b Polarity

Page 165 of 343


Public Tender No: 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.

ELECTRODE QUALIFICATION TEST RECORD


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

2. Work order no.____________________________________________________

3. Sponsoring Agency ________________________________________________

4. Manufacturer’s Name_______________________________________________

5. Brand Name _____________________________________________________

6. Welding Positions__________________________________________________

7. In combination with (if any) __________________________________________


8. Reference Code & Classification______________________________________

9. Special requirements (if any) _________________________________________


10.Batch No. with date & size ___________________________________________

SN. ELECTRODE SIZE BATCH NO. DATE OF REMARKS


MANUFACTURE

B. TESTS
All weld tests______________________________________________________

Base material used ________________________________________________

Buttering used ____________________________________________ Yes/No.

Page 166 of 343


Public Tender No: 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.

Preheat Temperature ______________________________________ Deg.C

Interpass Temperature _________________________________ Deg.C

PWHT details soaking Tem./Time_____________________________________

Visual Examination _______________________________________________

Page 167 of 343


Public Tender No: 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.

WELDER’S IDENTIFICATION CARD

PHOTOGRAPH

1. Name -
2. Identification -
3. Date of Testing -
4. Valid until -
5. Process -
6. Thickness -
7. F. No. -
8. Approval of welding -
9. Position -

Approved by Employee’s Signature with Seal

Page 168 of 343


Public Tender No: 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 -11

GUIDE LINES FOR RADIOGRAPHY


 No defects in welder test radiographs should be accepted.
 Radiation source should be checked by survey meter after arrival of radiographer at site.
 The radiography should be carried out as per the procedure and Work order.
 Weld joint should not be flush grounded before radiography.
(The irregularity of the weld joints, which may interfere on radiograph interpretation, should
be removed by grinding/ chipping etc. As far as possible, the joint being radiographed should
be specially prepared by localized flush grinding, etc, which is not carried out for the
representative full length of rest of welding.)
 Film size 4” X 8” at T-joint and 3” X 6” for other joint or as per Work order should be used. The
way of film placing is shown in the sketch below.
 Radiographs should be taken with the progress of the job.
 Ensure placing correct identification no. of the joint on the film.
 Correct sensitivity & density are very important in the radiograph, as they decide quality of
the radiograph.
 Sensitivity is ensured by placing penetrameter on the film. The radiographic sensitivity should
be 2% or less. It means flaws of size 2% of metal thickness or greater will be visible in the
radiographic film. Different types of Penetrameters are available.
C) DIN penetrameter is a set of 7 wires sealed in a cassette.
D) ASTM penetrameters
iii) Wire type : A set of 6 wires in sealed cassette
iv) Strip & Hole Type : Having 3 nos. of holes in a strip Of sizes T, 2T & 4T, where T is the
thickness of strip.
 Site Engr./ M&I Officer should check penetrameters before being used. These should be
initialised by the competent inspection authority to avoid tampering.
 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.

Page 169 of 343


Public Tender No: 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.

 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.

Film Size 4”x8” Film Size 3”x6”

(T- JOINT) (HORIZONTAL JOINT) (VERTICAL JOINT)

(FIGURE SHOWING THE WAY OF FILM PLACING ON THE JOINTS)

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.

2.0 SOURCE OF RADIATION:

Sealed isotope of Iridium-192 or Co-60 should be used as source of Radiation.

11.0 LENGTH AND COVERAGE OF RADIOGRAPH :

The length of weld under examination of every exposure should be such that the penetrated
thickness at the extremities of the area of interest, measured in the direction of the incident
beam at that point, should not exceed by more than 10% as compared to the actual
thickness.

Each radiograph shall clearly show a minimum of 150mm of weld length and 50mm on
either side from the centre line of weld. At T-joint, each film should show radiograph of
150x100 mm of selected weld. The film shall be centered on the weld and shall be of
sufficient width to permit adequate space for the location of identification works &
thickness gauge.

Page 170 of 343


Public Tender No: 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.

12.0 IDENTIFICATION OF RADIOGRAPHS :

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.

12.1 LEAD NUMBERS/ MARKERS :

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.

12.2 REPAIR / RETAKE RADIOGRAPHY :

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.

Retake shots should be suffixed with ‘RT’.

13.0 RADIOGRAPHY TECHNIQUES :

13.1 Single wall Single Image Exposures:


In this technique, the required length of weld is radiographed with one exposure. This
technique is mainly used for tank jobs.

13.2 Single wall Single image ( Panoramic view):


The source is placed inside the piping at the centre and films are kept outside the
piping. The minimum overlapping on either side of the film should be at least 25mm.
Number of exposure is one. This technique is mainly used for large diameter piping,
exceeding NB 12”.

13.3 Double wall Single image


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.
13.4 Double wall Double Image
The source is placed outside the piping. Images of two walls will come on single film.
This technique is used for piping up to 89mm OD.

5.4 The radiography technique should be as illustrated in the Non-mandatory appendix of


Article 2 of ASME Sec. V.

Page 171 of 343


Public Tender No: 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.

14.0 RADIOGRAPHIC QUALITY :

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.

14.1 Film Selection :


Radiographs shall be made using films equivalent to ASTM-E1815-96 Type II (Kodak-
AA400, Agfa D7 etc.) or ASTM–E1815-96 Type I (Kodak MX, Agfa D2/D4 etc.)
depending on the quality requirements. The films used must be within the expiry date
as specified by the manufacturer.

14.2 Lead Screens :


Lead Intensifying Screens of 0.1mm thickness should be used for front and back, the
screens to be used should be defect and wrinkle free to avoid false indications on the
radiographs.

14.3 Radiographic Density :


The Optical Density of the radiograph on the penetrameter and in the area of interest
should be between 2.0 to 4.0.

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.

14.5 Only single film viewing is being considered for interpretation.

14.6 The geometrical unsharpness should be within acceptable limits of table given in
ASME Sec V.

15.0 RADIOGRAPHIC SENSITIVITY :

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.

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).

15.3 Sensitivity Requirements:

Page 172 of 343


Public Tender No: 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 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.

15.4 Placement of Penetrameters:


As far as possible the penetrameters should be placed on the source side and only
when the accessibility prevents the placement on the source side, a film side
penetrameter of appropriate designation should be used with letter ‘F’ affixed to it,
with prior approval from IOC Inspection agency.

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.

15.7 Number of Penetrameters:


In every radiograph at least one hole and wire type penetrameter should be visible
and if the density variation is more than (-) 15% or (+) 30% then additional
penetrameters shall be placed on specific areas.

16.0 INTERPRETATION OF RADIOGRAPHS :

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.

17.0 ACCEPTANCE CRITERIA :

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.

(13) Report Number (13) Optical Density


(14) Date (14) Sensitivity
(15) Project Details (15) Identification Number
(16) Material, Thickness & Location (16) Serial Number & Location
(17) Radiography Technique (17) Size of radiograph
(18) Source Strength in Ci (18) Interpretation
(19) Size of Focal Spot/ Dia of source (19) Interpreter’s Signature

Page 173 of 343


Public Tender No: 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.

(20) Penetrameter ID (ASNT/SNT TC No.)


(21) SFD (20) Development Sketch
(22) Exposure Time (21) Date of Radiograph
(23) Developing Time
(24) Developing Temperature

RADIOGRAPHIC INTERPRETATION OF WELD JOINTS AS PER API 1104


STANDARD FOR WELDING PIPELINES AND RELATED FACILITIES FOR PIPE 2 – 3/8” O.D. AND
ABOVE
1. CRACK :Not acceptable
2. LACK OF ROOT PENETRATION/ :Individual defect shall not exceed FUSION
1” in 12” weld length.
3. LACK OF SIDE WALL FUSION : Shall not exceed 2” . Total length
shall not exceed 3” in weld length.
4. INTERNAL CONCAVITY :Not acceptable.
5. POROSITY : Max. dimension shall not exceed
½” in 12”weld length. Distribution of gas pockets as
per porosity chart given in code.
6. BURN THROUGH : Individual defect shall not exceed ¼”
7. SLAG INCLUSION : Any elongated slag shall not exceed 2” in length or
1/16” in width.
Total length of such defect shall not exceed 2” in 12” weld length. Parallel slag lines shall be
considered as separate conditions if width of either exceeds 1/32”.Isolated slag inclusion width shall
not exceeds 1/8”.Total length of any isolated inclusion shall not exceed ½” in 12” length of weld nor
shall there be four isolated inclusion of width greater than 1/8” in this length.

8. UNDER CUTTING :Undercutting shall not exceed 1/32” in depth


and 2” length under cutting adjacent to the root bead shall not exceed 2” in length.

Page 174 of 343


Public Tender No: 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 -12

RADIOGRAPHIC INSPECTION PROCEDURE OF VERTICAL TANKS

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.

Page 175 of 343


Public Tender No: 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.

2.2.2 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

Page 176 of 343


Public Tender No: 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.

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

Page 177 of 343


Public Tender No: 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 -13

TESTING PROCEDURE OF VERTICAL CONE ROOF & FLOATING ROOF


TANKS
1.0 GENERAL
1.1 Initial reduced levels of Sand Pad foundation top, bottom plate top at minimum 8 points on
periphery @ 45 degree apart.
1.2 Plate thickness checking for all plates at minimum 6 random points on each plate using
ultrasonic gauge.
1.3 Initial levels of tank bottom before Hydrostatic testing of tank and after full erection of tank
& transfer of load to SPF at above 8 points after every 1 m. Increase in water level.
1.4 Verticality test for tanks @ 3 m c/c on tank periphery.
1.5 Reinforcement pads for shell manhole, nozzles to be tested with pneumatic pressure of 1
kg./sq.cm through tell-tale holes. After testing, the tell-tale hole shall be plugged with
threaded stud and shall not be sealed.
2.0 TANK BOTTOM TESTING
2.1 WATER DRAW OFF SUMP
2.1.1 Fabricate sump as per drawing.
2.1.2 Radiograph the butt weld of the sump.
2.1.3 Place the bottom plate on the ground. Invert the sump on the bottom plate and weld with
it. (Carry out DP test of the fillet joint after root run)
2.1.4 Create pneumatic/ hydraulic pressure of 2 kg per sq.cm inside the sump after providing
nozzles( two) on the bottom plate.
2.1.5 Repair the defective welds and repeat test till entire satisfaction.
2.1.6 Cut the bottom plate at the sump as per requirement.
2.1.7 Weld the bottom to sump collar and carry out root DYE PENETRATION (DP) Test.
2.2 ANNULAR PLATE BUTT WELDS
2.2.1 RADIOGRAPHY: Radiography as per details given in this tender schedule for single
welded butt joints with back up bar, one spot radiograph shall be taken on 50% of radial
joints as near to periphery as possible.
2.2.2 PNEUMATIC PRESSURE / VACUUM BOX TEST BEFORE ERECTION OF FIRST STRAKE OF SHELL
a) Complete all annular plate radial butt welds for at least 800 mm length from outer
edge of tank bottom towards tank center.
b) For tanks without annular plates, 800 mm length of sketch plate joints to be welded
as described above.
c) Conduct vacuum box test of the above joints at 3 PSI vacuum.
d) Repair the defective welds and repeat test till fully successful.

Page 178 of 343


Public Tender No: 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.

2.2.3 BOTTOM PLATE LAP WELDS


a) In case of erection by conventional method, complete welding of all bottom seams.
Erect at least lowest (1st) course of shell plates and 2nd course of shell plates. In case
of erection by jacking method complete welding of bottom seams after full erection
and tack welding of the lowest course to bottom plate.
b) Testing of bottom plate lap welds should be done only by vacuum box method of
testing by creating a vacuum of 3 pounds per square inch on the welds seams under
test.
c) In addition, all bottom plates including weld joints shall have thorough visual
inspection for pin holes, inadequate weld size, improper reinforcement, undercutting
etc.
3.0 SHELL TESTING
3.1 FILLET WELD - 1st STRAKE PLATE TO BOTTOM PLATE
3.1.1 Complete shell to bottom fillet weld from inside periphery of tank bottom.
3.1.2 Check visually for craters cracks or other surface cracks. Check that undercutting of base
metal does not exceed 0.4 mm
3.1.3 Conduct CHALK-KEROSENE test by injecting kerosene from outer periphery un welded joint
and applying chalk on inside fillet weld.
3.1.4 Rectify the defective weld and repeat the test till entire satisfaction.
3.1.5 Complete the outer periphery fillet weld and check it visually as per API-650.
3.2 SHELL APPURTENANCE - REINFORCEMENT PLATES TO SHELL PLATES WELDS
3.2.1 Make 6 mm dia. screw threaded TELL TALE hole in the reinforcement pads before its
welding to shell and shell appurtenances.
3.2.2 The reinforcement pads shall be tested by applying up to 15 pounds per square inch gauge
pneumatic pressure between the tank shell & the reinforcement plates on each opening
using TELL TALE hole.
3.2.3 Use soap suds on welds between reinforcement plate to shell, reinforcement plate to
appurtenances and appurtenances to shell plate welds.
3.2.4 Repair the defective weld and repeat the test till entire satisfaction.
3.2.5 Close the tell-tale hole with a bolt or screw.
3.3 SHELL PLATE BUTTJOINTS RADIOGRAPHY
3.3.1 Prepare shell plate development diagram.
3.3.2 Mark locations for spot radiographs as per guide lines detailed in this tender schedule.
3.3.3 Conduct spot radiography.
3.3.4 Get the radiographs interpreted and repair the defective welds.
3.3.5 Conduct radiography of repaired welds.
3.3.6 Repeat till satisfactory results are obtained.
3.4 SPOT RADIOGRAPHY SHOULD BE CONDUCTED CONCURRENTLY DURING ERECTION AND

Page 179 of 343


Public Tender No: 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.

WELDING OF SHELL PLATES.


4.0 HYDROSTATIC TESTING
4.1 Weld the permanent “BENCH MARKS” on the tank shell approximately 300 mm above the
bottom plate at minimum eight places @ 45 degree apart along periphery.
4.2 Take initial levels on these bench marks.
4.3 Commence filling water @ 1 m water column per day in the tank for a height up to 4 mtrs.
4.4 In case differential settlement between two consecutive points is less than 5 mm then
increase water filling rate @ 2 m water column per day.
4.5 Fill water up to top leg of top curb angle.
4.6 Hammer the shell joints. Sweating from any joints will be an evidence for leak.
4.7 Repair the defective weld & repeat test till satisfaction.
4.8 Upon satisfactory completion of hydrostatic test, dewatering process may be commenced @
the rate of 2 m to 3 m water column per day.
5.0 TESTING OF ROOF
5.1 CONE ROOF
5.1.1 Test roof in accordance with any of API-650 recommendations i.e. apply internal pneumatic
pressure not exceeding weight of roof plates and check for leakage by soap solution.
Alternatively, roof seams may also be tested by vacuum box test.
5.1.2 Internal pneumatic pressure, not exceeding weight of roof plates, works out to be 40 mm of
water gauge. Hence testing roof should be done at 40 mm of water gauge only.
5.1.3 Commence dewatering of tank.
5.1.4 Clean the tank from inside and check positions of column bases. Ensure that column bases
are in perfect contact with bottom plates.
5.1.5 Record levels of points on bottom plates and levels of tank periphery.
5.1.6 Compare the final levels with the original levels & analyze the findings in view of the
consultant’s recommendations.
5.1.7 In case of variation in final levels and original levels is more than anticipated, report matter
to Competent Authority for further guidance.
5.2 TESTING OF DECKS OF FLOATING ROOF
5.2.1 Procedure as per specification given for aluminum internal deck shall be followed.
5.3 FLOATATION TEST
5.3.1 The procedure given in the specification for aluminum internal deck shall be followed.
5.4 ANNULAR SPACE AROUND GAUGE WELL
5.4.1 While roof is subjected to floatation test, note down the annular space between outer dia.
of gauge well and inner dia. of gauge well sleeve in roof at every 1 m ascend of roof during
its floatation test up to the height when the weather shields just touch the top leg of top
curb angle. Before taking such readings, tank roof should be made concentric with tank shell
with the help of wooden blocks in the rim space at each observation point.

Page 180 of 343


Public Tender No: 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.

5.4.2 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.

Page 181 of 343


Public Tender No: 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.

6.2.2 Approval /review of Welder procedure qualification record.


6.2.3 Review of WPS.
6.2.4 Tank bottom plate layout.
6.2.5 Vacuum box test.
6.2.6 Fit-up/set-up of shells.
6.2.7 Individual shell plumb.
6.2.8 Basis of shell plumb, peaking and bending.
6.2.9 Circularity and dimension of pair of shell.
6.2.10 Back chip DP.
6.2.11 Overall plumb.
6.2.12 NDT including radiography as per contract.
6.2.13 Overall visual and dimensional check.
6.2.14 PAD pneumatic test
6.2.15 Hydrostatic testing.
6.2.16 Roof pneumatic test.
6.2.17 Surface profile for blasted surface check
6.2.18 Stage wise Painting thickness check.
7.0 DRAWINGS
7.1 IOC shall provide detail drawings which are sufficient for construction. However, contractor
shall prepare all working drawings as and submit to IOC for approval. No fabrication will
start without the approval of IOC. Contractor shall submit the construction drawings which
include :
7.1.1 Plate cutting schedule.
7.1.2 Location of all weld seams, weld sizes and details of weld etc.
7.1.3 Material to be used.
7.1.4 Welding procedures and radiographic inspection.
7.1.5 Edge preparation and method employed.
7.1.6 Tolerances
7.1.7 Quality, brand and gauge of electrodes to be used.
7.1.8 Details of welding reinforcement
7.1.9 Nozzle orientation and details
7.1.10 Details of brackets for supporting pipes, platforms, staircase, earthing connections, wind
girders etc.
7.1.11 Details of structure for roof support
7.1.12 Details of appurtenances.

Page 182 of 343


Public Tender No: 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.

7.1.13 Details of fixtures


7.1.14 Earthing pit and grid design.
7.1.15 Complete bill of materials with item wise quantities for materials to be supplied by IOC and
the contractor.
7.1.16 Any correction or modifications suggested by IOC while approving the drawings.
7.2 On completion of work, as built drawings are to be prepared and furnished by the
contractor as required by IOC.
7.3 All drawings are to be prepared on Auto-CAD (on PC). The contractor shall submit one set of
floppies containing the above drawings, one set of tracing and 3 sets of drawings/printouts.
8.0 DOCUMENTATION: The fabricator shall submit the following completion documents for the
storage in shape of a file duly blinded. Three sets shall be submitted.
8.1 As built drawings of the tank foundation (IOC supplied in case SPF has been got constructed
through separate agency).
8.2 As built drawings of the tank.
8.3 Settlements results of tank bottom.
8.4 Bottom layout with respect to earth north and test results of the bottom.
8.5 Shell development drawings indicating the location of radiography and test result of the
radiograph.
8.6 Wind girder drawings.
8.7 Roof layout and test results.
8.8 Pontoon and floating roof test results.
8.9 Pipe support drawings with orientations.
8.10 Test certificates of seal.
8.11 Test certificate for steel plates and steel structure used.
8.12 Floating roof drainage system drawing and test results.
8.13 Rolling ladder detail drawing.
8.14 Foam / cooling system drawings.
8.15 Certificate of tank mountings i.e. PR valves, foam Seal etc.
8.16 General arrangement drawings and material specification.
8.17 Nozzle orientation drawing.
8.18 Stairway details with orientation.
8.19 Certificate of earthing of tank.
8.20 Calibration charts.
8.21 Radiography films (separately)

Page 183 of 343


Public Tender No: 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 184 of 343


Public Tender No: 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 -14

SPECIFICATIONS FOR ALUMINIUM & HYBRID INTERNAL FLOATING


ROOF
1.0 GENERAL
This specification defines the minimum requirements for the design, materials, fabrication,
inspection, testing and documentation of an Aluminium Internal Floating Roof as applied to
steel oil storage tanks operating at low pressure
2.0 SCOPE
The Aluminium pontoon type Internal Floating roof shall be of non-contact type as per API
650 Appendix H Section H.2.2.e (latest edition).
3.0 CODES AND STANDARDS
3.1 API Standard 650 Welded Steel Tanks for Oil Storage, Appendix H.
 API Standard 653 Tank Inspection, Repair, Alteration, and Reconstruction.
 API Standard 2000 Venting Atmospheric and Low-Pressure Storage Tanks (Non-
refrigerated and Refrigerated)
 NFPA 11 Low Expansion Foam
 NFPA 30 Flammable and Combustible Liquids Code.
 MoEF Guidelines for Controlling Emissions of Volatile Organic Compounds (VOC) from
Aboveground Storage Tanks
4.0 DESIGN
4.1 General
4.1.1 The roof and accessories shall be so designed as to allow the internal floating roof to
operate throughout its normal travel without manual attention and without damage to any
part of the tank or floating roof.
4.1.2 The roof shall be designed and built to float and rest in a reasonably horizontal pattern.
4.1.3 The floating roof shall be naturally buoyant and provide buoyancy to support at least two
times its own weight i.e. 100 % excess buoyancy, and shall remain afloat even in the event
of puncture in 2 adjoining pontoons. Buoyancy is based on a product with a specific gravity
of 0.70.
4.1.4 Roof buoyancy shall support at least twice the dead weight of the entire floating roof.
Buoyancy at the rim shall be twice the dead weight at the rim.
4.1.5 All parts shall be sized to pass through a Ø24” diameter tank manhole.
4.1.6 Deck sheets and structural members must be fastened to allow the sheet to be removed
from the topside of the deck.
4.1.7 Pontoons shall not be connected to the support leg system. Pontoons shall be Ø10” or Ø12”
outside diameter. Each pontoon shall be independent & not be connected to another
pontoon.

Page 185 of 343


Public Tender No: 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.

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

Page 186 of 343


Public Tender No: 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.

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

Page 187 of 343


Public Tender No: 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.

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

Page 188 of 343


Public Tender No: 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.

4.9 ROOF DRAINS


4.9.1 The floating roof shall be provided with roof drains to drain liquid from the top of the roof
into the tank stock. There shall be a minimum of one drain/sheeting run.
4.9.2 Roof drains shall be at least Ø1/2” diameter, extending 4 inches into the stock.
4.10 ROOF MAN WAYS
4.10.1 Roof man ways shall be installed for access from tank bottom to above the internal floating
roof near each tank manway.
4.10.2 Man ways shall be a minimum of Ø600mm ID Manway covers on the floating roof shall be
equipped with gasketed sealing system. Tanks above Ø30m (100ft) shall be fitted with a
minimum of two (2) man ways.
5.0 MATERIALS
5.1 ALUMINIUM IFR (FOR MS SERVICE)
Aluminum Extrusions Alloy : AA 6005/6063/6061–T6/ASTM B221
EQV.

Configuration : Extruded Shapes


Typical UTS : 35-42 Ksi
Deck Sheeting Alloy : AA 3003/3105-ASTM B-209/ EQV.
Thickness : 0.60 mm
Width : 1500 mm
Typical UTS : 18 to 23 Ksi
Pontoons Size Alloy
200 mm OD: AA6063-T6-ASTM B-221/EQV.
250 mm OD: AA 3004/3105
Thickness: 1.92 mm extruded for 200 mm dia
1.3 mm fabricated for 250 mm dia
Typical UTS: 18 to 35 Ksi
Seals Composition : Primary SS Mechanical Shoe seal and
Secondary rim vapour mounted wiper
seal
End caps for all pontoons Alloy : AA 5052 H34 /H14 – ASTM B – 209/
EQV.
Configuration : Flanged Plate
Thickness : 3.0 mm
Typical UTS : 25 to 33 Ksi
Anti-rotation cable Material : 18-8 Stainless Steel

Page 189 of 343


Public Tender No: 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.

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

5.2 HYBRID IFR (FOR ETHANOL SERVICE)


Aluminum Extrusions Alloy : AA 6005/6063/6061/ASTM B221 EQV.

Configuration : Extruded Shapes


Typical UTS : 35-42 Ksi
Deck Sheeting Alloy : AA 3003/3105-ASTM B-209/ EQV.
Thickness : 0.6 mm
Width : 1500 mm
Typical UTS : 18 to 23 Ksi
Pontoons Size SS304 1.5mm thick 15 inch dia
Seals Composition : Primary SS Mechanical Shoe and Sec
rim mounted wiper seal
End caps for all pontoons and Alloy : SS304

Page 190 of 343


Public Tender No: 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.

Rim Section Configuration : Flanged Plate


Thickness : 2.0 mm
Anti-rotation cable Material : 18-8 Stainless Steel
Diameter : 6.0 mm
Typ. Breaking 1500kg
Strength :
End brackets Alloy: SS304
Configuration : Welded, Double Gusseted
Thickness : 2.0 mm
Grounding cables Material : 18-8 Stainless Steel
Diameter : 3.0 mm
Resistance : 0.100 ohm/m approx.
Legs Alloy : SS304
Thickness : 2mm
Fasteners Material : Stainless Steel
Grade : SS Gr. A2, IS:1367
Note: All wetted parts to be SS304.
The dimensions mentioned above represent the minimum specifications.
6.0 COMMISSIONING & WARRANTY
6.1 The manufacturer/ successful bidder shall provide required Cathodic Protection for the
Aluminium & SS IFR decks with sacrificial anode system during the entire period of floatation
test to be carried out.
6.2 The OEM of the IFR shall also undertake visit to the site prior to commissioning the tank with
petroleum product for thorough inspection of the IFR deck & shall issue necessary clearance
for commissioning of the roof with petroleum product.
6.3 The manufacturer shall guarantee all material and workmanship to be of best quality, in
accordance with the best-approved methods of manufacturing and to be free from all
defects for a period of one (1) year from the date of completion.
6.4 A ten (10) year anti sinking warranty shall be issued upon completion of installation
7.0 INSPECTION AND QUALITY CONTROL
7.1 Detailed Quality Assurance Plan (QAP) shall be got vetted through any one among the list of
consultants attached and submitted to IOCL for final clearance.
7.2 Floating Roof Testing procedure as per API 650H shall be submitted for IOCL’s clearance.
7.3 The materials shall be inspected at the Manufacturer’s workshop prior to dispatch.
Additionally one visit of IOCL official at Manufacturers place is also required to be arranged
by the vendor before dispatch of material. Stage wise and final inspection during execution
shall be carried out by IOCL at site.

Page 191 of 343


Public Tender No: 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.

8.0 INFORMATION & DRAWINGS TO BE SUBMITTED WITH THE OFFER :


The following drawings / documents and information shall be furnished along with the offer.
8.1 Details of similar installations constructed.
8.2 Details of manufacturing / fabrication / erection / testing facilities available with the
tenderer / sub vendor. Manpower available, deployment details and jobs on hand.
8.3 Overall general arrangement and cross sectional drawings of Internal floating roof showing
dimensional details, appurtenances provided, primary & secondary seal arrangement.
8.4 Detailed material specifications.
8.5 Deviations from specifications to be listed out
9.0 DETAILS TO BE FURNISHED BY SUCCESSFUL TENDERER
The successful tenderer shall furnish four sets, unless mentioned otherwise, of the following
data / documents / drawings for review / approval/ information.
9.1 Detailed drawings of Aluminium Internal Floating Roof.
9.2 Detailed bar chart indicating time schedule for different activities like design, procurement,
fabrication / manufacturing, stage inspection.
9.3 Drawings of deck, ladder, details of roof legs (long and short) for internal floating roof tanks
with specification, bill of material etc.
9.4 Design calculations for internal floating roof for buoyancy and for deflection of deck,
calculations for Pressure and Vacuum Relief Valve on the IFR and Roof Vent and roof leg
calculations of internal floating roof.
9.5 Detailed erection schedule.
9.6 Progress report (weekly) for procurement, fabrication / construction, testing and inspection,
progress review meeting with owner.
9.7 Individual tank reports 5 in numbers of hard copies and soft copies (AUTOCAD for drawings)
containing the following documents for each tank :
a) Inspection certificates and test reports.
b) Material test and analysis certificates.
c) Radiographic films with inspection reports.
d) As built drawings / final data / documents with reproducible for all final drawings.
e) Sets of as-built drawings, incorporating all changes with respect to approved drawings,
will be furnished on completion of work.
f) Other relevant information / drawings / documents as required.
9.8 Design guarantee, performance, erection of aluminium internal floating roof.
9.9 The successful tenderer shall undertake to obtain guarantee towards design & performance
of the internal floating roof along with seals from the manufacturer directly in the name of
Indian Oil Corporation Limited.
9.10 Upon placement of order for procurement of the aluminum IFR deck and prior to siting the
materials, the successful tenderer shall organize for a joint meeting of the IFR deck
manufacturer, IOCL and the tenderer at the Office of the Corporation at Mumbai during
which following shall be firmed up :

Page 192 of 343


Public Tender No: 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) Detailed Bill of Materials including packing lists.


b) Schedule of taking up manufacturing and siting the materials.
c) Scope of QA & QC including stage wise inspection by TPI agency (as approved by IOCL)
during manufacturing and prior to dispatch of materials.
d) Detailed procedure for erection, installation, testing & commissioning of the IFR deck
including chronology of site works that must be taken up prior to and after supplying
the IFR deck.
e) Any other issue including scope that needs to be specifically discussed for taking up
works.

Page 193 of 343


Public Tender No: 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 -15

TECHNICAL SPECIFICATIONS FOR ERECTION, TESTING &


COMMISSIONING OF PIPING & EQUIPMENT

MATERIAL SPECIFICATION FOR PIPING AND RELATED ITEMS

TECHNICAL SPECIFICATIONS FOR ERECTION, TESTING & COMMISSIONING OF PIPING &


EQUIPMENT

MATERIAL SPECIFICATION FOR PIPING AND RELATED ITEMS


1.0 PRODUCT PIPING :-
DESCRIPTION SIZE RANGE NB(MM) SPECIFICATION
Pipes 15-20 SCH 160 Ι Seamless Ι ASTM 106 Gr.B Ι ASME B36.10
25-50 SCH 80 Ι Seamless Ι ASTM 106 Gr.B Ι ASME B36.10
80-100 API 5 L GRADE ‘B’ (LATEST EDITION) PSL-1
Fittings 15-20 6000# Ι Socket Weld Ι ASTM A105 Ι ASME B16.11
(R=1.5D for 25-40 3000# Ι Socket Weld Ι ASTM A105 Ι ASME B16.11
Elbows)
50 SCH 80 Ι Butt Weld Ι ASTM A234 Gr. WPB Ι Seamless Ι
ASME B16.9
80-100 4.78 THK Ι Butt Weld Ι ASTM A234 Gr. WPB Ι Seamless Ι
ASME B16.9
150-450 6.35 THK Ι Butt Weld Ι ASTM A234 Gr. WPB-W Ι ASME
B16.9
500 7.14 THK Ι Butt Weld Ι ASTM A234 Gr. WPB-W Ι ASME
B16.9
Flanges 15-500 150# Ι Weld Neck Ι Raised Face Ι 125 AARH Ι ASTM
A105 Ι ASME B16.5 Ι Bore to suit pipes, which are as
follows:
15-20 NB : ASTM A106 Gr.B SCH 160
25-50 NB : ASTM A106 Gr.B SCH 80
80-100 NB : API 5L X 4.78 THK
150-450 NB : API 5L X 6.35 THK
500 NB : API 5L X 7.14 THK
Blinds 15-500 150# Ι Raised Face Ι 125 AARH Ι ASTM A105 Ι ASME

Page 194 of 343


Public Tender No: 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.

DESCRIPTION SIZE RANGE NB(MM) SPECIFICATION


B16.5
Figure8 100 150# Ι Raised Face Ι 125 AARH Ι ASTM A105 Ι ASME
Flanges B16.48
Gaskets All sizes 150# Ι Spiral Wound SS316 + Grafoil Ι ASME
B16.20/ASME B16.5 (Glass Filled Teflon For Ethanol
Service)
Note: Thickness of Gasket shall be 2mm upto 300NB
and 3mm for sizes above 300NB.
Studs/Nuts/ All Studs and Nuts shall conform to ASTM A193 Gr. B7 and
ASTM A194 Gr. 2h respectively.
Washers
Washers shall conform to IS 2016 (Punched washers ‘A’
with 2mm minimum thickness)
Gate Valves 20-25 800# Ι Rising Stem Ι Outside Screw & Yoke Ι Bolted
Bonnet Ι Solid Wedge Ι Renewable Seat Ring Ι Hand
Wheel Operated Ι Body & Bonnet ASTM A105 Ι Trim
Stellited Ι Stem 13 Cr Steel Ι Mfg. Std. API 602 Ι Testing
Std. API 598
Note: To be supplied with 100mm long ASTM A 106
Gr.B Sch 80 seamless pipes with ASME B16.5 Weld neck
Flanged at one end and welded to each end of the
valve.
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 Cr
Steel Ι Raised Face Flanged Ι Mfg. Std. API 600 Ι Testing
Std. API 598
Ball Valves 15- 50 150# Ι Single Piece Ι Full Bore Ι Fire Safe to API 607 Ι
Anti Static Ι Anti Blow Out Stem Ι Lever Operated Body
ASTM A216 Gr.WCB Ι Ball & Stem SS316L Ι Seat RPTFE Ι
Raised Face Flanged Ι Mfg. Std. BS 5351 Ι Testing Std. BS
6577
Non Return 50- 250 150# Ι Swing Type Ι Body & Cover ASTM A216 Gr.WCB Ι
Valves Disc ASTM A216 Gr.WCB With 13% Cr SS Facing Ι
Raised Face Flanged Ι Mfg. Std. BS 1868 Ι Testing Std. BS
5146

2.0 FIRE WATER/SPRINKLER WATER /PLANT AIR PIPING


DESCRIPTION SIZE RANGE NB(MM) SPECIFICATION
Pipes 15-100 Heavy Grade Ι ERW Ι IS 1239 Part 1

Page 195 of 343


Public Tender No: 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.

DESCRIPTION SIZE RANGE NB(MM) SPECIFICATION


Fittings 15-40 3000# Ι Socket Weld Ι ASTM A105 Ι ASME B16.11
(R=1.5D for 50-150 SCH 40 Ι Butt Weld Ι ASTM A234 Gr. WPB Ι ASME B16.9
Elbows)
200-300 SCH 20 Ι Butt Weld Ι ASTM A234 Gr. WPB-W Ι ASME
B16.9
350-400 SCH 10 Ι Butt Weld Ι ASTM A234 Gr. WPB-W Ι ASME
B16.9
Flanges 15-400 150# Ι Slip on Ι Raised Face Ι 125 AARH Ι ASTM A105 Ι
ASME B16.5
Blinds 15-400 150# Ι Raised Face Ι 125 AARH Ι ASTM A105 Ι ASME
B16.5
Gaskets All sizes 150# Ι Compressed Non Asbestos Ring Ι ASME
B16.21/ASME B16.5
Note: Thickness of Gasket shall be 2mm upto 300NB
and 3mm for sizes above 300NB.
Studs/Nuts/ All Studs and Nuts shall conform to ASTM A193 Gr. B7 and
ASTM A194 Gr. 2h respectively.
Washers
Washers shall conform to IS 2016 (Punched washers ‘A’
with 2mm minimum thickness)
Gate Valves 15-40 800# Ι Rising Stem Ι Outside Screw & Yoke Ι Bolted
Bonnet Ι Solid Wedge Ι Renewable Seat Ring Ι Hand
Wheel Operated Ι Body & Bonnet ASTM A105 Ι Trim
Stellited Ι Stem 13 CrSt Ι Mfg. Std. API 602 Ι Testing Std.
API 598
50 150# Ι Rising Stem Ι Outside Screw & Yoke Ι Bolted
Bonnet Ι Solid Wedge Ι Renewable Seat Ring Ι Body &
Bonnet ASTM A216 Gr.WCB Ι Trim Stellited Ι Stem 13
CrSt Ι Raised Face Flanged Ι Mfg. Std. API 600 Ι Testing
Std. API 598
Ball Valves 15- 50 150# Ι Single Piece Ι Full Bore Ι Fire Safe to API 607 Ι
Anti Static Ι Anti Blow Out Stem Ι Body ASTM A216
Gr.WCB Ι Ball & Stem SS316L Ι Seat RPTFE Ι Raised Face
Flanged Ι Mfg. Std. BS 5351 Ι Testing Std. BS 6755- Part1
Non Return 50 150# Ι Swing Type Ι Body & Cover ASTM A216 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

3.0 SERVICE WATER PIPING


DESCRIPTION SIZE RANGE SPECIFICATION

Page 196 of 343


Public Tender No: 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.

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

4.0 INSTRUMENT AIR PIPING


DESCRIPTION SIZE RANGE SPECIFICATION
NB(MM)

Page 197 of 343


Public Tender No: 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.

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

5.0 AQUEOUS FILM FORMING FOAM (AFFF) PIPING


DESCRIPTION SIZE RANGE NB(MM) SPECIFICATION
Pipes 15-40 SCH 40S Ι Seamless Ι ASTM A312 TP 304 Ι Plain end Ι
ASME B36.19
50 SCH 40S Ι Seamless Ι ASTM A312 TP 304 Ι Bevel end Ι
ASME B36.19
65-80 SCH 20S Ι Seamless Ι ASTM A312 TP 304 Ι Bevel end Ι
ASME B36.19
Fittings 15-40 3000# Ι ASTM A182 Gr. F304 Ι Socket Weld Ι ASME
B16.11
(R=1.5D for
Elbows) 50 SCH 40S Ι ASTM A403 Gr. WP304S Ι Butt Weld Ι ASME
B16.9
65-80 SCH 20S Ι ASTM A403 Gr. WP304S Ι Butt Weld Ι ASME
B16.9
Flanges 15-80 SS Slip-on Rasied Face Flange, 125 AARH as per ASTM
A182 Gr. F304 DIM. ASME B16.5 Class 150

Page 198 of 343


Public Tender No: 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.

DESCRIPTION SIZE RANGE NB(MM) SPECIFICATION


Globe Valves 15-80 150# Ι Rising Stem Ι Outside Screw & Yoke Ι Bolted
Bonnet Ι Integral seat Ι Plug type disc Ι Hand Wheel
Operated Ι Body , Bonnet, Disc ASTM A351 CF8M Ι
Raised Face Flanged Ι Mfg. Std. MSS SP-42 Ι Testing
Std. API 598
Ball Valves 150# Ι Single Piece Ι Full Bore Ι Anti Blow Out Stem Ι
Body/End Piece/Ball ASTM A351 CF8M Ι Seat RPTFE Ι
Raised Face Flanged Ι Mfg. Std. MSS SP-72 Ι Testing
Std. API 598
Non Return 50- 250 150# Ι Swing Type Ι Body/Bonnet/Disc ASTM A351
Valves CF8M Ι Raised Face Flanged Ι Mfg. Std MSS SP-42 Ι
Testing Std. API 598
SPECIFICTION FOR LINE PIPE (LIQUID PETROLEUM PRODUCT SERVICE)
TYPE : WELDED MILD STEEL PIPES
CONFORMING : API 5 L GRADE ‘B’ (LATEST EDITION) PSL-1
TO
ENDS : BEVELED EDGES TO AN ANGLE OF 30 DEGREES (TOLERANCE + 5 DEGREES – 0
DEGREES)
MS BEVEL PROTECTION BE PROVIDED
ROOT FACE : 1.5 MM UPTO WALL THICKNESS OF 6 MM AND 2 MM FOR WALL THICKNESS
ABOVE 6 MM
COATING : DOUBLE COATED AS REQUIRED FOR USE IN PETROLEUM PRODUCTS.
LENGTH : DOUBLE RANDOM LENGTHS OF 12.4 MTRS.
MARKING : EACH LENGTH TO HAVE ‘API’ MONOGRAM

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

MANDATORY TESTS TO BE CONDUCTED:


i) Hydro-static test as per API
ii) Non destructive inspection as per API
a) Radiological inspection

Page 199 of 343


Public Tender No: 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) Ultrasonic Test

SPECIFICTION FOR LINE PIPE (FIRE WATER SERVICE)

SN PARTICULARS IS 1239 (PART i) / 19900 IS 3589 / 2001


1 TYPE WELDED MILD STEEL PIPES
2 MATERIAL HOT ROLLED STEEL STRIP AS PER IS Fe - 410
10748/1995 (LATEST EDITION), GRADE 3 (Fe –
410)
3 ENDS BEVELLED EDGES TO AN ANGLE OF 30 DEG (TOLERANCE + 5 DEGREES – 0
DEGREE), PIPES TO BE SUPPLIED WITH PVC END PROTECTION CAPS.
4 ROOT FACE 1.5 MM UP TO WALL THICKNESS OF 6 MM & 2 MM FOR WALL THICKNESS
ABOVE 6 MM
5 COATING VARNISH COATED AS REQUIRED FOR USE IN WATER LINES
6 LENGTH DOUBLE RANDOM LENGTHS AS SPECIFIED
7 MARKING EACH PIPE SGALL CARRY FOLLOWING MARKINGS
(i) A. MANUFACTURER’S LOGO
B. IS NO EMBOSSES ON PIPE: CLASS- HEAVY (ONLY FOR IS 1239)
C. RED COLOUR BAND: 75 MM WIDE AT EACH END (ONLY FOR IS 1239)
D. SPECIFIED WALL THICKNESS (mm)
(ii) EACH PIPE TO BE STENCILED IN SYNTHETIC ENAMEL PAINT AS BELOW
“FLOW FIRE WATER SERVICES ONLY” IN YELLOW COLOUR PAINT;
MINIMUM HEIGHT OF LETTERING SHALL BE 50MM
8 TESTS
(i) HYDRAULIC 5 Mpa (MINIMUM 3 SECONDS) FOR IS 1239 PIPES
PRESSURE TEST 5 Mpa (MINIMUM 5 SECONDS) FOR IS 3589 PIPES
(ii) CHEMICAL 1 SAMPLE PER HEAT
ANALYSIS
(iii) MECHANICAL A. TENSILE & FLATTENING TEST: 1 SAMPLE PER HEAT

B. GUIDED BEND TEST (FOR SAW PIPES ONLY): 1 SAMPLE PER HEAT

SN NOMINAL SIZE IS CODE OUTSIDE DIA THICKNESS MASS OF PIPE


(MM) (MM) (MM) KG/M)
1 80 IS 1239 88.00 4.8 9.90
2 100 113.10 5.4 14.50
3 150 163.90 5.4 21.30
4 200 219.10 6.3 33.10
5 250 273.00 6.3 41.40
6 300 323.90 6.3 49.34
7 350 355.60 6.3 54.26
8 400 IS 3589 406.40 6.3 62.20
9 450 457.00 6.3 70.00
10 500 508.00 7.14 88.18
11 550 559.00 7.14 97.16
12 600 610.00 7.14 106.14

Page 200 of 343


Public Tender No: 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.

SPECIFICATION FOR SS BALL VALVE (SS 316)


A. CONSTRUCTION DETAILS

SERVICE AFFF/ Foam concentrate line


1. Rating 150#
2. Design Standard API 6 D
3. Fire Safe Certification API 607/6F/BS 6755 Part 2
4. Stem Anti Blow out, Antistatic as per API 6 D (Latest
edition)
5. Construction Single/Two Piece, Side entry as per API 6 D (Latest
edition)
6. Port Full Bore, Bi-directional
7. Ends Flanged ASME B 16.5 150# Raised Face 125 AARH
8. Face to Face Dimension Flanged ASME B 16.10
9. Operation Lever –Up to 6”/Gear Unit – 8” & above
10. Open/Close Condition To be ASME B 16.34
11. Min. Valve Shell Thickness Required for repacking under full working pressure

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

C. TESTING & QAP


1 Standard API 598 / ISO 5208
2. Shell Test 450 PSING (for all valves)
3. Seat Test 315 PSIG (for all valves)
4. Air Test 80 PSIG (10%)
5. Certificate confirming valves being Fire safe as per API 607 to be furnished.
6. Certificate confirming to satisfactory operation of the valve for opening & closing should be
minimum 1500 cycles for each of size of valves.
7. Verify foundry marking & recording initials of foundry, size, type, heat no. etc.

Page 201 of 343


Public Tender No: 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.

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.

Page 202 of 343


Public Tender No: 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 Spark test shall be conducted for Rubber Seating


10 Mechanical Test of Rubber (Tensile/Elongation/Compression) should be carried out to meet
EPDM/Buna-N strength.
SPECIFICATION FOR BASKET TYPE STRAINER FOR WHITE OIL & FIRE WATER SERVICE
SN. DETAILS SPECIFICATIONS
A GENERAL
1 STANDARD ASME SEC VIII DIV-I
2 SIZE 3” (80 MM) – 24” (600 MM)
B MATERIAL OF CONSTRUCTION
1 BODY (REFER NOTE 1) SIZE UPTO 4” : CARBON STEEL AS PER ASTM A 216 Gr WCB
SIZE BEYOND 4” : FABRICATED IN PIPE AS PER ASTM A 106 Gr B
2 END CONNECTION FLANGED CLASS 150, ASTM A 105, WNRF, ASME B16.5, RAISED FACE,
INCLUDING COVER SERRATED TO 125 AARH
FLANGE
3 BASKET COVER BOLTED & FITTED WITH HINGED QUICK OPENING TYPE BOLTS
4 BOTTOM FLAT/ROUND AS PER OEM DESIGN
5 BASKET PERFORATED PLATE (SS 304) AS PER OEM DESIGN
6 MESH SS 304
WHITE OIL : 100 WIRE MESH
FIRE WATER : 60 WIRE MESH
7 GASKET SPIRAL WOUND SS 316 + GRAFOIL FILLER
8 STUD A 193 Gr B 7
9 NUT A 194 Gr 2 H
10 DRAIN ¾” NPT (F) FITTED WITH PLUG
11 LEGS CARBON STEEL, 3 NO, LOCATED 120 DEGREE APART
12 DAVIT ASSEMBLY CARBON STEEL FOR SIZES 6” (150MM ) & ABOVE
13 VENT ¾” NPT (F) FITTED WITH PLUG ON COVER FLANGE
14 LIFTING LUG CARBON STEEL FOR 6” (150 MM) & ABOVE
D DESIGN CON DITION
1 DESIGN PRESSURE 15 KSC
2 TEST PRESSURE 12 KSC
3 DESIGN 0-55 DEGREE CELCUIS
TEMPERATURE
4 PRESSURE DROP
5 CLEAN CONDITION 0.50 KSC
6 CLOGGED CONDITION 0.80 KSC (50%) CLOGGED CONDITION
D NOTES
1 THE THICKNESS SHALL BE TO MEET DESIGN CONDITIONS
2 REINFORCEMENT PADS TO BE PROVIDED IN LINE WITH ASME SEC VIII, DIV 1 FOR FABRICATED
STRAINERS.
3 PARTICLE REMOVAL EFFICIENCY OF STRAINER SHALL BE OF 99.9%.
4 FLANGES FOR THE STRAINERS UPTO 4” SIZE SHALL BE AS PER ASME B 16.34.
5 BASKET & MESH (FILTER) SHALL BE REMOVABLE.

6.0 STRUCTURAL SECTIONS


6.1 Structural steel work shall conform to IS: 808 - latest Edition.

Page 203 of 343


Public Tender No: 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.

6.2 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.

TECHNCIAL SPECIFICATIONS FOR CAST STEEL AUTO RECIRCULATION VALVE (ARV):

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

Page 204 of 343


Public Tender No: 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.

- Packing or Seal : Glandless


- Leakage Class : Class VI
- Regulation : Auto recirculation / upstream
- Inlet Pressure : 26 to 50 MLC
- Outlet Pressure : 1.1 KSC
1.
2. The valve leakage shall be as per leakage class VI of ASME/FCI 70.2
3. TECHNICAL SPECIFICATIONS FOR SPRING LOADED SAFETY VALVES (THERMAL RELIEF
VALVES):
4. Scope:
5. This specification covers the general requirements of spring-loaded safety valves for
pressure under static condition due to thermal expansion. The valves offered shall be
suitable for Petroleum Product Services.
6. Codes and Standards:
7. Materials / manufacturing process, flanged ends, end to end dimensions and flange rating
are in accordance with following standards, latest edition of which are referred :
a) API Standard 526 : Flanged Steel Safety Relief Valves
b) API Standard 520 : Sizing, Selection and Installation of Pressure Relieving Devices in
Refineries.
c) API Standard 527 : Seat Tightness of pressure relief valves with metal seats
d) ASME Boiler and : Section – VIII (Pressure Vessel), Divn.-I.
Pressure Vessel Code
e) ASTM Standards : Standards for applicable for materials
f) ANSI-B-16.5 : (Pipe Flanges and Flanged fittings).
8.
9. Climatic Conditions :
10. Temperature : 5 deg C to 55 deg C
11. Rainfall : Heavy rain during monsoon
12. Valves are to be suitable for satisfactory operation in field installed pipeline under the full
range of climatic conditions specified.
13. Specific Requirements :
a) Item : Spring loaded pressure Safety Relief Valve for Thermal Expansion.
b) Type of valve : Spring loaded
c) Connection : Flange/ Flange
d) Size : Inlet – ¾” and Outlet – 1”
e) Flange rating : Inlet Outlet

Page 205 of 343


Public Tender No: 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.

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

Page 206 of 343


Public Tender No: 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 207 of 343


Public Tender No: 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.

8.0 AQUEOUS FILM FORMING FOAM (AFFF) PIPING& ALLIED SYSTEM


9.0 STRUCTURAL SECTIONS
9.1 Structural steel work shall conform to IS: 808 - latest Edition.
9.2 Structural steel materials shall be of approved make and shall be conforming to IS-2062 Gr
A.
9.3 Sectional weight as per IS standard will be considered for payment purposes.
10.0 WELDING ELECTRODES
10.1 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.
10.2 Product piping : Root run: E 6010; Fill Up: E 6018
10.3 Water piping : Root/ Fill up: E 6013
10.4 Welding electrodes for stainless steel piping shall be compatible with base metal.
10.5 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.
10.6 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.
10.7 Electrodes shall be stored in dry places in their original packets or cartons. Pre-heating of
electrodes shall be provided as per AWS requirements.
10.8 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.
10.9 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.

Page 208 of 343


Public Tender No: 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 -16
Guideline for Pipelines work

1. PREAMBLE

1.1 Safety in Petroleum Installation comes through continuous efforts in assimilating


knowledge & experiences all over the Industry. Pipelines are vital carriers of petroleum
products in any Petroleum Installation and it is imperative that Piping Systems are
provided based on sound engineering practices at all Operating Locations, to preclude
any unsafe situation. With a view to standardize the execution of piping works, these
general guidelines are being issued, which need to be followed.
1.2 The Codes & Standards that Govern the Specifications, Design, Laying, Welding,
Testing & Commissioning of the Piping System in Oil Industry are enumerated below:
1. ASME B31.4 Code for Pressure Piping for Liquid Petroleum Transportation
2. API 1104 – Standard for Welding Pipelines & Related Facilities.
3. ASME IX – Boilder & Pressure Vessel – Code for Welding & Brazing
Qualification
4. ASME B16.5: Pipe Flanges & Flanged Fittings
5. ASME B16.9; Factory made wrought steel Butt Welded fittings.
6. OISD – 141-Design & construction Requirement for Hydrocarbon Pipelines
7. Api 5-L Specification for Petroleum Line Pipe
8. IS 1239 & IS 3589 Specification for Water Line Pipe
9. IS 817 – Welder Qualification Tests
10. SFA5.1: Specifications for Carbon Steel Electrodes for Shielded Metal Arc
Welding.
2. Piping Requirements
2.1 The imperatives of a proper & cost effective piping system are:
1. Sound & adequate mechanical design of piping system
2. Efficient and neat layout
3. Proper & adequate design of supports
4. Good Construction – Laying, welding, Civil works
5. Professional Testing & Commissioning
Each one of these aspects are discussed below, in detail
2.2 Design Considerations:
2.2.1 Sizing of Pipelines:
For product Pipelines, the size of piping may be computed using Latest PLCAL
Version 3.0 software, by feeding details of Product, viscosity, discharge rate, equivalent
length of pipeline allowable pressure drop etc. in product pipelines, though the permitted
velocity is up to 6m/Sec, as per OISD 244, it would be prudent to restrict the velocity to
3m/Sec. This will not only help during times of surge pressures encountered in operation,
but also would accommodate future augmentation of pumping capacity. Hence, it is
suggested that the velocity in product pipelines be restricted to 3 m, while designing the
system.
In case of Hydrant System design may be done using professional Software
packages, as a no. of iterations are required in establishing the line sizes of Fire Hydrant

Page 209 of 343


Public Tender No: 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.

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:

SN Normal pipe Maximum Span


size (mm)
In feet In meters
1 25 7 2.13

Page 210 of 343


Public Tender No: 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 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

However, it is economical to provide common support, where a no. of pipes is


required to run parallel. In such a case common supports are provided with
spacing required for large pipelines and smaller pipes are additionally supported in
between.
8. When installing eccentric reducers (i.e. on the suction side of the pump etc.) the
top of the pipeline should be maintained level.
9. Where equipment has to be removed for maintenance, the associated pipeline
should be self supporting. Hence, valves etc. shall be provided with an adjacent
support.
10. Use of Casing pipes for crossings should be avoided, unless required by the
Authorities Viz. Railways and Highways. In case casing pipe is inevitable, it should
comply with the provisions of API RP-1102 of statutory norms, which ever are more
stringent, as regards the diameter, thickness & length.
11. As far as possible, flange joints to be kept to minimum. Wherever flanges are
provided, jumpers to be provided to ensure proper bonding.
2.3.2 Underground Pipelines
1. Underground pipelines should be installed only when absolutely necessary. As a
rule, underground pipelines are more expensive to install and in case of pipeline
failure, more expensive to repair.
2. Where ever it is inevitable to bury the pipes, they should be buried at a depth of
minimum 1.2 M with adequate protection (sand cushion/etc.)
3. Proper Anti-Buoyancy measure must be taken for buried piping where ever
flooding/submergence is expected.

Page 211 of 343


Public Tender No: 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.

4. Underground pipeline should be adequately protected to prevent corrosion.


Special paints viz. solvent free Poly Urethane/High Build Solvent Free Liquid Epoxy
Coating to be used. This painting system should extend up to 300m beyond
underground portion, as it climbs above in the case of underground pipelines which
extend over large lengths, consideration should be given for providing cathode
protection to be pipeline, in order to prevent electrolytic corrosion.
5. Wherever underground pipelines are installed, “Pipe Markers” should be provided
to identify the location.
2.3.3 Hydrant Network
i) Velocity of water normally to be within 5m/s in the fire water ring main.
ii) Fire water steel pipe ring main shall be laid above ground, at a height of
300mm to 400mm above finished ground level. Pipes made of composite
material, if any, shall be laid underground.
iii) The mains shall be supported at regular intervals not exceeding 6m. For
pipeline size less than 150mm diameter, support interval shall not be more
than 3m.
iv) The pipe ring main shall be laid underground at the following places:
a) Road crossings
b) Where above ground piping is likely to cause obstruction to operation,
vehicle movement etc.
v) Underground fire water mains shall have at least 1m earth cushion in open
ground and 1.5m under roads.
vi) The underground fire water steel pipe network shall be provided with
suitable wrapping/coating.
2.3.4 Bends
Use of Miter bend shall not be permitted. Factory made bends in line with code ASME
B16.9 only to be provided.
2.3.5 Insulating Joints
Insulating joints shall be provided to electrically isolate the buried pipeline from the above
ground pipeline, where cathodic protection is planned. Insulating joints separating buried
and above ground pipeline shall be installed in above ground portion of pipeline,
immediately after the buried/above ground transition point. Each insulating joint shall be
provided with surge diverters and shall have provision for checking integrity of the
insulating joint.
2.3.6 Branch Connection
i) Branch connections of size below NPS 2 are not recommended in buried pipeline
section.
ii) All branch connections from mainline shall be provided with an isolation valve
located at a minimum possible distance from the main pipeline.
2.3.7 Pressure limiting devices

Page 212 of 343


Public Tender No: 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.

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.

Page 213 of 343


Public Tender No: 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.

2.5.1.2 It shall be the responsibility of CONTRACTOR to carry out qualification tests of


welders. A welder shall qualify for welding by performing test on segment of pipe
of same diameter and specification as the pipe to be used in system according to
the applicable requirements of API-1104.
2.5.1.3 Test specimen shall be cut out and tested using the testing methods described in
API 1104 and CONTRACTOR shall get these tests done as per the direction of
OWNER’s inspector.
2.5.1.4 CONTRACTOR shall submit the welder qualification test reports and obtain
OWNER’s approval before commencement of the work. The expenses involved
during the test and testing of specification are to be borne by CONTRACTOR.
However, the pipe required for Welder Qualification Test shall be issued free of
cost by the OWNER.
2.5.1.5 A welder who has successfully completed the qualification test shall be qualified
within the limits of the essential variables described in API 1104. If any of the
essential variables are changed, the welder using the new procedure shall be re-
qualified.
2.5.2 WELDING CONSUMABLES:
2.5.2.1 The welding consumables used shall meet requirements of the relevant codes and
shall produce a weld deposit, which is compatible in chemical analysis and similar in
mechanical properties to be parent material. Normally, the following electrodes
are to be specified/used in Pipe Fabrication, unless for special applications, in
which case the same need to be indicated.
Welding electrodes shall confirm to IS:814 – Covered electrodes for manual metal
are welding of carbon and carbon manganese steel/American Welding Society,
AWS – A5.1 – “Carbon Steel covered Are Welding Electrodes” – AWS classification
Nos E6010/E6011/E6013/E7015/E7016/E7018. The notation signifies the
following:
E-Electrode
60 (First two numerals): Tensile strength of the Electrode in PSI
1 (3rd Numeral); The positions for which the electrodes can be used 1 indicates ‘all’
positions.
10 (last 2 Numerals together) – 10 indicates use of DC only.
The following Electrodes are normally used for Piping Jobs:
 Product piping: Root run: E6010 R; Fill Up: E-6018
 Water piping: Root/Fill up:e6013
 Welding electrodes for stainless steel piping shall be compatible with base
metal.
 Electrodes shall be stored in dry places in their original packets or cartons.
Pre-heating of electrodes shall be provided as per AWS requirements.
2.5.2.2 For root pass welding, cellulose coated electrode and for other passes, low hydrogen
electrodes shall be used.
2.5.2.3 Before proceeding with welding, Contractor shall submit for approval of Site Engineer,
Type, branch and size for each batch of consumables for use in each class of piping.

Page 214 of 343


Public Tender No: 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.

2.5.2.4 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

2.5.3.6 The use of backing ring is not permitted during welding.


2.5.3.7 Unless otherwise specified, all pipe to pipe joints shall be butt welded.
2.5.3.8 Where socket welded joints are specified, they shall be fabricated and assembled in
accordance with ANSI B31.4.
2.5.3.9 During welding, sections of pipe shall be adequately supported, so that the joints are
relieved of any strain.
2.5.4.0 All welding shall be supervised and records maintained to ensure that each weld could be
subsequently identified with the individual welder concerned.
2.5.4.1Before welding pipes and pipe fittings, preheating using LPG torch shall be carried out
whenever called for in accordance with the applicable codes. Welding shall be continuous
and shall not be interrupted during the pass.
2.5.4.2 Welding surfaces shall be thoroughly cleaned so as to be dry and free from paint, oil, rust,
scale and other materials detrimental to weld quality. Each bead shall be cleaned of scale,
oxides, dirt, slag and other impurities before any succeeding weld passes are made.

Page 215 of 343


Public Tender No: 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.

2.5.4.3 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.

Page 216 of 343


Public Tender No: 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.

2.7 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:

S.NO Type/Restraint Description


Condition
1 Anchor Fixing Pipe movement and Rotation for All direction, in
order to a) Maintain an essentially fixed position b) to

Page 217 of 343


Public Tender No: 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.

absorb force & moment caused by Thermal Expansion,


for protecting Equipment or other weaker sections of
the piping system. Directional Anchors restrict the
movement in any one direction.
2 Guide Restricting the Lateral movement of Pipelines
3 Rest Supports the weight of the pipe along with the product
and does not restrict Horizontal Movement.
4 Hanger Supports the pipe from Top i.e. by Hanging
5 Spring Hanging or Resting pipe with springs to take care of
vertical displacement.

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

Page 218 of 343


Public Tender No: 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.

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.

However, this arrangement needs to be properly designed, if chosen.


Normally =, the steel supports, as per standard drawings enclosed herewith, vide SN
3.3.4 may be adopted (discussed below):
3.3.1 Rest Supports: These are supports that carry the weight of the pipes along with
other stresses Viz. Thermal etc. “Rest Supports” are to be designed for each location
based on local pipe layout/no. of pipes/equipment and soil data. Standard foundation
drawing for a soil bearing capacity of 10 Tonne/Sq.M for different sizes of individual
pipes are enclosed.
When a no. of pipelines are carried on a common Pedestal, the following precautions
need to be taken.
 Heavier pipes should be placed close to the supports, in case of steel portals.
 Proper Anchoring of pipes to be done to limit Thermal expansion & ensure that pipes do
not push others.
 Smaller dia pies need to be provided additional supports in between.
3.3.2 DIRECTIONAL ANCHORS
A rigid support that restricts movement of the pipe in a particular direction and allows
expansion/movement in other directions.

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.

Page 219 of 343


Public Tender No: 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.

3.3.5 Expansion Loops


In a piping system, where straight run of pipe, without bends runs for more than
approx 600/700m, we need to design and provide expansion loops. These situations
are encountered mainly for dock lines, Railway sidings etc. The loops can be designed
by following simple steps:
 By calculating the expansion of the section between two anchors. Tables are available
to determine Loop Size, based on the extent of expansion.
 The loop to be provided at the centre of two anchors.
 The height of expansion loop is normally twice the width.

CHECK-LIST FOR PIPINGS

Line Identity : Location :


Sl. Item Description Checked & Remarks
No. Found satis-
factory (Y/N)
1. Availability of Layout drawing
2. Material test certificate
3. Pipeline laying (In case of ERW pipe, seam should not
come at the bottom side & check for Offset)
4. Check the physical condition of the pipe ( free from
cracks, grooves, scaling, pitting, dents or other surface
defects in case of old pipings)
5. Provision of Expansion loop
6. Ground clearance (Minimum 300 mm) from finished
ground level
7. Space between pipe (Min d+D, where d & D are the dia
of pipes.)
8. Fitment of weld joints
9. DP test carried out after root run for branch/ stub
connection
10. Electrode Specification (X-ray quality E-6010 for root
run and E-6013/ E-7018 for subsequent run).
11. Alignment of Flange
12. Check the supports (Integrity, point contact, guide rod
in alternate support with min 20mm clearance from the
pipe, filling the Hollow GI pipe with sand-bitumen/ CC
mixture)
13. Checking the saddle plate/ shoe for complete welding
with the pipe, if provided
14. Check the quality of the wrapping/ coating material as
per Spec/ Procedure, before application.
15. Coating on UG line (It should be extended at least
500mm above the ground level & the ends be sealed)
16. Peel-off test of wrapping carried out(1” X 6”)
17. Holiday detection of UG line after wrapping/ coating

Page 220 of 343


Public Tender No: 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 voltage of 14 - 15KV)


18. Check overlapping of the tape should be sealed.
19. Radiography inspection (Penalty for spot radiography,
as per ANSI B 31.3/31.4)
20. Inspection prior to release for hydrotest (completion
status, radiography, fittings etc.)
21. Hydro-testing of the piping at 1.5 times the designed
test pressure or 10.5 Kg/cm2g min (One Pressure
Gauge each should be put at the highest and farthest
point respectively)
Section wise a)
b)
c)
d)
e)
22. Pipeline is cleaned/ flushed after hydrotesting
23. Cathodic Protection – Check for Pipe To Soil Potential of
(-) 0.85 to (-) 1.12Volt.
24. Check for Bonding of the flange joints.
25. Check for ‘No Flange joints’ in U/G portion
26. Check for painting as per Specification
f) Surface Preparation
g) Surface Profile
h) Primer Application
i) Intermediate coating, if any
j) Final coating
27. Final Layout Drawing available

Note : Separate Inspection Record to be maintained by Main fabricator for Dimension


measurements & Surface Quality. It is to be verified by Site Incharge.

Date: Site Engr’s Name & Signature

Page 221 of 343


Public Tender No: 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.

 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

Page 222 of 343


Public Tender No: 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.

piping layout drawings.


b. Contractor shall promptly notify Engineer-in-charge of any defective or damaged material,
materials that are not as per specification and materials that differ in any manner from the
designations in the drawings.
Pipe to pipe jointing for CS & SS materials
50 NB and above : Butt welding
Below 50 NB : Socket weld Coupling
Pipe to pipe jointing for Galvanised materials
All sizes for Instrument Air : Grooved fittings
All sizes for Service Water : Screwed Coupling
c. Bends, reducers, expanders, tees and end blinds provided shall be factory made forged
irrespective of diameter of pipeline .Such fittings shall have approximately the similar
material composition as that of pipeline under fabrication. Use of miter bends/reducers are
not permitted.
d. Carbon steel pipes shall be cut by mechanical or thermal cutting depending upon thickness
and size. Thermal cutting shall not be employed for stainless steel. Internal burrs shall be
removed by suitable grinding.
e. Section of pipes shall not be welded together to form a random length shorter than 3m.
f. Contractor shall provide facility to fabricate reinforcement pads.
g. All welding ends shall be beveled with an angle of 300 +/- 50 , and a root pass pass of
1.5mm. The bevels shall be machine-cut bevels or smooth, clean, slage-free flame-cut.
h. All pipe branches shall be at 900 unless otherwise indicated in the drawing.
7. DOCUMENTS TO BE SUBMITTED BY CONTRACTOR : (FOUR COPIES EACH)
a. Welders qualification test report as per IS-817.
b. Electrode and material test certificates from the manufacturer.
c. Complete record of the Hydrostatic testing carried out on each section of the pipeline
including test certificates for the same for submission to CCOE authorities.
d. Flushing reports.
e. Pipeline quantity certificates for product piping system as per the pipelines laid.
f. On completion of work, as built drawings of complete piping system are to be prepared
and furnished by the contractor as required by IOC. All drawings are to be prepared on
Auto-Cad (on PC). The contractor shall submit two CDs containing all drawings, one set of
tracing and 3 sets of drawings/ printouts.
g. Pipeline elevation profile for the entire route of pipeline. Any other records as required by
the site engineer.

Specifications for Painting of underground Pipelines

Page 223 of 343


Public Tender No: 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.

1.0 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:

1.1 Cumbersome application.


1.2 Poor Shear resistance.
1.3 Substandard work leads to holiday and results in rapid corrosion from the exposed
locations.

2.0 In order to overcome the limitations, alternatives systems were studied and the following is
proposed for adoption.

2.1 Poly urethane Coating (100% Solvent Free) Systems


Or
2.2 High build Solvent free Liquid Epoxy Systems.
2.3 The detailed Specifications for these systems are enclosed at Annexure-I & II
respectively.
2.4 The above systems possess excellent properties as enumerated below:

 Renders Fast setting High build film.


 Strong adhesion.
 Hard, Tough & Smooth.
 Flexible i.e. Withstands movements due to Thermal Expansion.
 Weather/Chemical Resistance.
 Excellent Mechanical Strength with high resistance to impact & Abrasion.

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:

4.1 Steel surface shall be cleaned of dust & grease.


4.2 Heavier layers of rust & weld splatters shall be removed by chipping with sharp
edges.
4.3 Thereafter, Steel surface shall be cleaned by abrasive blasting.
4.4 Blast cleaning operation shall not be undertaken in high humid condition (when the
relative humidity exceeds 85%).
4.5 The abrasive-blasted surface shall conform to Swedish Standard SIS-055900-1967 SA
2 ½.

Page 224 of 343


Public Tender No: 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.

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.

Description of the Purpose Calibration


Instrument
Surface Profile meter For determination of the surface profile of Required at the
the blast cleaned surface. beginning of the work

Hygrometer Instrument with dry and wet bulb Required


thermometer used with standard table for
determination of dew point and relative

Page 225 of 343


Public Tender No: 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.

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

Adhesion testers Field instrument to measure adhesion 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.

Page 226 of 343


Public Tender No: 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.

Specifications for Painting of underground Pipelines


Specification for 100% solvent free Poly Urethane-Coating Material for External Coating of
underground piping

S.N Properties Requirements Test Method


Physical & Chemical Properties
1 Recommended Coating/lining Thickness Minimum 1000 EN10290
microns
2 Adhesion to steel (min.) (Elcometer Pull off) >10MPa ASTM-
D4541/EN24624
3 Surface Hardness (Cured Film) 75 + 10 Shore D ASTM D2240/ISO 868
4 Operating Temperatures (-) 35 deg C to (+)
60 deg C
5 Salt Spray (6000 Hrs.) No EFFECT ASTM G-95 modified
to 28 days)
6 Cathodic disbondment after 28 days, @ 20 Maximum ASTM G-95 modified
deg C disbandment of 5.0 to 28 days)
mm radius. 28
days, @ 20 deg C
Average < 8mm As per Annexure E of
over 8 EN10290
measurements,
Maximum – 10mm
28 days @ 23 + 2oC
7 Impact resistance No cracking, no ASTM G-14 on steel
holiday at 5 Pipe/EN10290
Nm/mm
(minimum)
8 Abrasion Resistance WEIGHT LOSS 0.03 D 4060 (weight loss
G (Maximum) after 1000 cycles
using CS 17 wheel
and 1 kg load)
9 Cross cut adhesion to pipe surface Rating 1 As per Annexure A of
EN 10290
10 Indentation resistance at 10 N/mm2 30% of initial As per Annexure H of
measured coating EN10290/as per ISO-
thickness @ max 21809
service
temperature + 2oC
11 Specific electrical insulation resistance, Rs 10 6 m2 for Class A As per Annexure F of
1000 @ 23 + 2oC after EN10290/as per ISO-

Page 227 of 343


Public Tender No: 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.

100 days. 21809


10 4 m2 for Class A
after 30 days @
max. Service
temperature +
2oC.

Inspection for Quality Assurance at field


12 Dew point Ambient Temperature should Hygrometer
be > Dew Point by 3o C Min.
13 Relative Humidity Less than 85% Hygrometer
14 Surface Temperature Min 5oC, Max 70oC Surface thermometer
15 Surface Preparation By abrasive blasting
16 Grade of Cleanliness SSPC SP – 10/ Swedish SA 2 ½ Testex Tape/Surface
Comparator
17 Surface Profile Min. 75 Microns Profile Gauge
18 Dry Film Thickness – DFT 1000 microns Electromagnetic
thickness gauge
19 Adhesion test (Pull Off) > 10 MPa
20 Holiday testing at @ 5 volts No Holiday Holiday Testing Machine
per micron

Specifications for Painting of underground Pipelines

Specification for High Build Solvent Free Liquid Epoxy Coating-Coating Material for
External Coating of Underground

S.N Properties Requirements Test Method

Physical & Chemical Properties

1 Recommended Minimum 800 microns EN10289


Coating/lining Thickness
2 Adhesion to steel (min.) >10MPa ASTM-D4541/EN24624
3 Dielectric strength (min) 400 V/mil (15 V/um) ASTM D 149
4 Hardness Shore D 75 (min) ASTM D 2240
5 Tabor Abrasion > 30 cycles/micron of material ASTM D 4060
loss
6 Impact Resistance (40 mils) 5 Joules ASTM G-14-88
Average < 8mm over 8 As per Annexure E of
measurements, Maximum – EN10290
10mm 28 days @ 23 + 2oC

Page 228 of 343


Public Tender No: 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 Cathodic Disbandment < 5.0 mm ASTM G - 8


o
after 30 days, @ 23 C
8 Flexibility (degree per pipe - 0.5 degree NACE RP-0394
dia).
9 Thin Film Water Absorption < 0.15% ASTM D-3289-03
Inspection for Quality Assurance at field
10 Dew point Ambient Temperature should Hygrometer
be > Dew Point by 3o C Min.
11 Relative Humidity Less than 85% Hygrometer
12 Surface Temperature Min 10oC, Max 70oC Surface thermometer
13 Surface Preparation By abrasive blasting
14 Grade of Cleanliness SSPC SP – 10/ Swedish Std. SA 2 Testex Tape/Surface
½ Comparator
15 Surface Profile Min. 75 Microns Profile Gauge
16 Film Thickness – DFT 1000 microns Electromagnetic
thickness gauge
17 Pull off Adhesion test > 10 MPa ASTM D – 4541 /EN10289
18 Holiday testing at @ 5 volts No Holiday Holiday Testing Machine
per micron

Page 229 of 343


Public Tender No: 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.

STRUCTURALSTEELWORK ASSOCIATED WITH PIPING

1.0 GENERAL: The work covered consists of supply, fabrication & erection of structural steel, pipe
supports and cable trays in strict accordance with this specification and applicable drawings.
Structural steel shall conform to IS 2062.
2.0 CODES
2.1 All structural steel work shall be in accordance with IS : 800 Code of practice for the use of
structural steel in General Building Construction and the other Indian Standards referred to
therein.
2.2 Indian Standards referred to in these specifications shall be the latest published by Indian
Standard Institute.
2.3 Welding shall be in accordance with Indian Standard IS : 823, IS: 800, IS : 816 and IS : 808
including other relevant IS Specification on welding.
3.0 MATERIALS
3.1 All materials used in fabrication shall conform to the requirements as mentioned in the
following codes :
a. Steel for General Structural purposes – : IS : 2062 Gr A
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

Page 230 of 343


Public Tender No: 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.

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.

Page 231 of 343


Public Tender No: 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.

11.0 LADDERS AND RUNGS (AS APPLICABLE)


11.1 Contractor shall provide and install all iron ladders and rungs where indicated and as
detailed on the drawings. He shall also include base plates, fastenings, anchor bolts, guard
rails/rings, safety chains, etc.
12.0 PAINTING (SHOP AND SITE COAT)
12.1 For painting requirements, minimum one coat of primer painting shall be applied after
proper surface preparation as per painting manual for supply of readymade fabricated items
to the site.
13.0 MEASUREMENTS
13.1 All structural steel work shall be measured by weight, weights being calculated on the basis
of standard weights of sections used. No allowances shall be made for welding or for bolts,
rivets etc. The rate shall include painting of the structural steel work wherever required
including shop coat and site coat of primer as per painting specification.

Page 232 of 343


Public Tender No: 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 -17

PRESSURE TESTING OF PIPELINES


1.0 GENERAL :
a. Soundness of the welds shall be tested by means of hydrostatic tests. The test shall be
conducted only after fulfilling the requirements of visual inspection, radiography etc. and
when the entire work is certified by the site engineer for the performance of such tests.

b. This recommended practice covers the hydrostatic testing of new and existing petroleum
pipelines and the dynamic testing of existing pipelines. It recommends minimum
procedures to be followed, equipment to be used and conditions to be considered during
the hydrostatic and dynamic testing of pipelines.
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

Page 233 of 343


Public Tender No: 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.

Kg/Sqcm (1.5 psi).


i) A 24 hour recording pressure gauge with charts and ink. This gauge should be
deadweight tested immediately prior to and after use.
j) Two glass laboratory thermometers, with a 75 mm. (approximately 3 in) immersion
capability, capable of measuring temperatures from 0 deg. C (32 Deg.F) to 50 Deg.C
(122 Deg.F).
k) A 24 hour recording thermometer capable of recording temperatures from 0 Deg. C (32
Deg.F) to 50 Deg.C (122 Deg.F).
l) Pigs, scrappers, spheres and similar devices to be used to clean the test segment and to
facilitate the removal of air from the line.
m) Temporary manifolds and connections as necessary.
n) Equipment, materials and fluids needed to displace the test medium from the test
segment.
4.0 TEST PLAN:
The following factors should be considered in planning a hydrostatic test:
4.1 Maximum operating pressure anticipated through the life of the facility.
4.2 Location of pipe and other piping components in the test segment by size, wall thickness,
grade type and internal design pressure(s).
4.3 Shell pressure rating and locating of all pipeline valves, air vents and connections to the
segment.
4.4 Anticipated temperature of test medium, atmosphere and ground.
4.5 Source (s) of test medium and any inhibiting or other treating requirements.
4.6 Locations and requirements for test medium disposal.
4.7 Profile and alignment drawing maps.
4.8 Safety precautions and procedures.
5.0 TEST PROCEDURES:
A hydrostatic test procedure diagram with explanatory notes and data should be prepared
prior to testing and should indicate in a detailed fashion the following:
5.1 The length and location of the test segment (s).
5.2 Test medium to be used.
5.3 Procedures for cleaning and filling the line.
5.4 Procedures for the pressurization of test segment (s) including the locations of the injection
points and the specified minimum and maximum test pressures.
5.5 Minimum test duration for test segment (s).
5.6 Procedures for removal and disposal of test medium.
5.7 Safety precautions and procedures.
A specified test pressure is defined as the minimum test pressure which should be applied to

Page 234 of 343


Public Tender No: 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 most elevated point in the test segment. As detailed analysis of the profile to determine
static and dynamic pressures while the pipeline is being tested should be performed so that
the pipeline will not be over pressured at points which are at low elevations.

6.0 LINE FILL AND CLEANING:


6.1 The line fill operation should serve the dual function of cleaning the line and introducing the
necessary test medium into the test segment. screens or filters should be installed in the
test medium supply line to control the contamination of the test medium by debris or
sediment.
6.2 The quality and source of water should be determined. Water which is not free of
sediments and may be injurious to the pipe, valves, equipments etc. should not be used
unless it is filtered.
6.3 The filling operation should be planned and executed in a manner which prevent the
infusion of air into the test segment. Vents, if necessary should be provided on the test
segment to permit the purging of trapped air.
6.4 Pumping of the test medium should continue until the pigging devices have been received at
the receiving scraper trap, or until they have passed the block valve terminating the test
segment.
7.0 PRESSURIZATION :
7.1 Personnel conducting the test should maintain continuous surveillance over the operation
and ensure that it is carefully controlled.
7.2 The test segment should be pressurized at a moderate and constant rate. When
approximately 70% of the specified test pressure is reached, the pumping rate should be
regulated to minimize pressure variations and to ensure that increments of no greater than
1 kg/ sqcm may be accurately read and recorded. Pipe connections should be periodically
checked for leaks during pressurization.
8.0 THE TEST HOLD:
8.1 When the test pressure is reached, pumping should be stopped and all valves and
connections to the line should be inspected for leakage, a period of conservation should
follow during which test personnel verify that specified test pressure is being maintained at
the line pressure and temperature have stabilized.
8.2 Upon the completion , the injection pump should be disconnected of its connection to the
pipeline and checked for leakage. Pressure should be monitored and recorded continuously
during the duration of the test.
9.0 DISPLACEMENT OF TEST MEDIUM :
9.1 Water should be completely drained off. This can be accomplished with spheres, squeegees
and / or other pigging devices wherever practical. Water should be disposed off at
approved locations in a manner that will cause minimal environmental effects.
10.0 PURGING OF SS PIPELINES OF AFFF:
10.1 The scope of work is inclusive of providing repeated purging with an inert gas like Nitorgen
for the SS pipelines meant for AFFF in order to empty out the hydrotested water.

Page 235 of 343


Public Tender No: 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.

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.

Page 236 of 343


Public Tender No: 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 -18

SPECIFICATION FOR BLAST CLEANING & PAINTING OF MILD STEEL,


VERTICAL CONE ROOF/FLOATING ROOF OIL STORAGE TANKS, UG
TANKS & PIPELINES
1.0 GENERAL
1.1 These specifications define basic requirements for painting of mild steel vertical cone roof &
floating oil storage tanks.
1.2 It is deemed that the work shall be carried out by the contractor with the best quality of
specified material and workmanship at his own cost.
1.3 Adequate numbers of required tools, brushes, blast material, scaffolding, shot/Blasting
equipment, air compressors etc. shall be arranged by the contractor at site.
1.4 During storage and application of paints, the paint manufacturer’s instructions shall be
strictly followed. Particular attention shall be paid to the following:
1.5 Proper storage avoiding exposure and extreme temperature .
1.6 Specified surface preparation.
1.7 Mixing and thinning.
1.8 Application of paints and the recommended time intervals between consecutive paint coats.
1.9 Two pack paint system will be mixed by mechanical means. The Site Engineer/ Engineer-In-
Charge may allow hand mixing of small quantities at his discretion.
1.10 Restrictions for number of batches per tank.
2.0 MATERIAL SPECIFICATION
2.1 SHOT/GRIT: The sand/grit used for Blasting shall be free from moisture, impurities salt and
shall have a maximum particle size of not more than passing through a 500 micron mesh
(IS.)
2.2 BRUSHES: The brushes used in painting shall conform to IS : 384
2.3 PRIMER COAT: The primer used must provide good protection against corrosion and shall
leave a tough adherent film which will form a suitable base for the following coats. It shall
conform to given specifications.
2.4 FINISH COAT: The finish coats shall conform to given specifications.
2.5 SKY BLUE OR AQUA MARIN BLUE PAINT: The sky blue or aqua marine blue (as per IS 5:2007
Latest edition) paint shall be used for painting over surface of water tank as per the col.
2.6 Only superior grade paints of approved make and quality and conforming to given
specification shall be used. Contractor shall obtain approval from site engineer in writing
before procurement of primer/paint etc. and shall obtain approval from site in sealed and
unopened condition for inspection and approval of site engineer/ engineer-in-charge for use
of paints at site.

Page 237 of 343


Public Tender No: 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.

2.7 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.

Page 238 of 343


Public Tender No: 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.

3.2.8 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

Page 239 of 343


Public Tender No: 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.

PRECAUTIONS TO BE TAKEN DURING PAINTING

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

 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.

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

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

4.1 U/G TANK DOPING:


4.1.1 The surface preparation shall be done on the outside surface of the tank. The turn buckle,
anchor bolts, buried portion of the manholes, nozzles, saddles, etc. shall be thoroughly
cleaned and all mill scales, dirt shall be thoroughly cleaned before doping.
4.1.2 Scrapping and cleaning the surface and carrying out the doping with 3 coats (minimum DFT
200 microns per coat) of Shalimastic-HD Thixotropic or approved equivalent cold applied
anticorrosive treatment after preparing the surface as per manufacturer’s specifications and
as directed by the Site Engineer.
4.1.3 Three coatings shall be given with an interval of 24 hrs between the coatings In case of old
tank, the Contractor will have to scrap the old primer & anticorrosive paint to the
satisfaction of the Engineer-in-charge by the methods as approved by him/her, before
applying the fresh paint, without any extra cost to the Corporation.
4.2 TECHNICAL SPECIFICATION FOR DOPING FOR UNDERGROUND PRODUCT AND FIRE
HYDRANT PIPELINES
SCOPE: This specification lays down the requirements for selection, application and
protective coatings on exposed metal surface of underground piping. Vendor to supply all
the material required for pipe coating and wrapping, including supply of primer, coating and
wrapping material and other accessories required for the purpose. The scope should also
include application of primer and providing pipe coating/wrapping as per the specifications
given below or as per the instructions of Engineer-in-charge.
4.2.1 MATERIAL SPECIFICATIONS:
a. Material to be used shall be Pypkote AW/ approved equivalent 4mm thk, complying
with the requirements of AWWA C203, Section 8.
b. The product comprises of a central core of 50 micron HMHDPE film and a second center
core of fiber glass tissue which lends mechanical strength and dimensional stability to
the product.
c. Interleaved between the center cores are 3 layers of coal tar mix.
d. The membrane is terminated on both exterior by thermofusible HM HDPE film. All the
seven layers are calendared together to create a 4 mm thick tape.

Page 240 of 343


Public Tender No: 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.

4.2.2 CHARACTERISTIC AND TESTING PROCEDURES:


1. Characteristics of modified mix Testing Procedure
a) Softening point : In excess of 115°C LTM01 (ASTMD-36)
B) Penetration (25 °C, 100g, 5 sec.) : 0.3 to 2mm. LTM02 (ASTMD-5)
c) Filler content : 20 to 30% ---
2. Characteristics of Tape
a) Nominal thickness : 4 mm + 0.2mm ---
b) Pliability : Does not break at 17 °C LTM03 (ASTMD228)
c) Tensile Strength :
Lengthwise : Min. 350N/5cm LTM07
Crosswise : Min. 100N/5cm (DIN 52123)
d) Elongation :
Lengthwise : Min. 20% LTM07
Crosswise : Min. 30% (DIN 52123)
e) Heat Resistance : Does not drip at 100°C LTM 05
(ASTMD 146)

4.2.3 APPLICATION PROCESS:


A) APPLICATION OF PRIMER:
 Sand blast to SA 2.5
 Apply a coat of primer (Coal Tar and solvent based primer) of density 0.90 to 0.95
gms/cm3 and viscosity of 1000-2000 centipoise (Pypkote primer manufacture by IWL or
its equivalent) at the rate of 100 gms/sq.m.
 The primer shall be allowed to dry until the solvent evaporates and the surface
becomes tacky.
B) APPLICATION OF COATING/ WRAPPING TAPE:
 Pypkote AW 4mm tape is wound around the pipe in spiral fashion and bonded
completely to the primer coated surface of the pipe by thermo fusion process and with
recommended overlaps as per manufacturer’s specifications.
 The overlaps are sealed by the same thermofusion process. 250 mm is left uncoated on
either end of the pipe to permit installation and welding. This area is coated in-situ
after the pipeline is installed.
 Additional reinforcements may be provided at the ends of pipe to prevent damage
during lifting the pipe by crane.
 In case of damage, rectification can be easily accomplished by patching up the damaged
area by thermofusion. Holiday test may be conducted over the coated surface.

Page 241 of 343


Public Tender No: 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.

4.2.4 TESTING OF WRAPPING


 Holiday testing: The coating of pipes shall be checked for any voids/ holidays in coating
according to AWWA C-203-86 .
 Holiday detection should be done at 14 to 15 KV at the brush.
 Thickness of coating: coating thickness should be measured using a pit gauge or cutting
sample at selected spots. After testing, the damaged coating places should be repaired
and holiday tested again.
4.3 STORING OF PAINT: For the storage of paints, special storage space should be set up and
handling of paints should be as follows:
4.3.1 All paints should be stored in the place with the mark of “NO FIRE (PAINTS STORAGE)”. Open
flames should be strictly forbidden.
4.3.2 The storage place should be a separate house and distance from other surrounding building
must be more than 1.5 m.
4.3.3 In case a part of main building is used for this purpose, the room for storage should be
fireproof or anti-fire construction.
4.3.4 The roof of the storage should be covered with fireproofing materials.
4.3.5 Each storing room should have extinguishers and sufficient quenching sand. If storing
capacity is small, only quenching sand should be provided.
4.3.6 It should be a well-ventilated room free from excessive heat or direct rays of the sun.
4.3.7 All paint should be kept away from dust.
4.3.8 All paint should be stored, sealed tightly and safely.
4.4 BURN AWAY OF CLOTH OR OTHER MATERIALS
4.4.1 Paint soaked cloth and other materials may cause spontaneous combustion. So it should be
burnt away in the assigned place without storing it in the storing place.
4.4.2 Open air storage should be avoided as direct heat from the sun causes serious deterioration.
4.4.3 Paint in which the pigment has set to a hard mass which cannot be reused by correct mixing
should be rejected. Paint which has gelled should be rejected.
4.5 INSPECTION
4.5.1 For both primer and finish coat no deviation on dry film-thickness shall be tolerated.
4.5.2 Additional coat of paint shall be provided if reduction in thicknesses is noticed. (At
4.5.3 no extra cost).
4.5.4 Engineer-in-charge and / or his representative shall be the inspecting authority of
4.5.5 the work.
4.6 SAFETY
4.6.1 All safety regulations and requirements in force, as stipulated in Projects. Site rule shall be
strictly adhered to by painting contractor.

Page 242 of 343


Public Tender No: 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.

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:-

Page 243 of 343


Public Tender No: 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.

COLOUR OF IS CODE
PRODUCT COLOUR PIPE LINE ARROW
BANDS NO*

MS 91 BS III Aluminum /off white Dark orange Dark orange 591

MS 95 BS III Aluminum /off white Signal red Signal red 537

MS 91BS IV Aluminum /off white Dark orange Brilliant green** 591

MS 95BS IV Aluminum /off white Signal red Brilliant green** 537

ETHANOL Aluminum /off white Dark violet Dark violet 796

HSD BS III Aluminum /off white Oxford blue Oxford blue 105

HSD BS IV Aluminum /off white Oxford blue Brilliant green** 105

SKO Aluminum /off white Golden yellow Golden yellow 356

*Refer-Indian Standard No. of IS 5:2007


** IS Colour Code No. for Brilliant Green is 221 as per IS 5:2007.
4.7.10 TYPICAL PIPELINE COLOUR CODING:

100 Two letter space 100 Two letter space

Colour Band Colour Band As per Clause 18.0


Product Name
300 mm

( All dimensions in mm)


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

MS III 95

Page 244 of 343


Public Tender No: 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.

MS III 91

MS Bharat Stage IV
100 mm

Two letter space

MS IV 95

MS IV 91

MS Common Line
100 mm
150+150= 300 mm long

MS IV /III

MS IV / III

Ethanol

Page 245 of 343


Public Tender No: 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.

100 mm

ETHANOL

HSD Bharat Stage III


100 mm

HSD III

HSD Bharat Stage IV


100 mm

HSD IV

HSD BS III & BS IV Common Line


100 mm
150+150= 300 mm long

HSD IV /III

Page 246 of 343


Public Tender No: 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.

SKO
100 mm 300 mm

SKO

Page 247 of 343


Public Tender No: 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 -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.

Page 248 of 343


Public Tender No: 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 20

SPECIFICATION FOR MECHANICAL SHOE RIM SEALS (PRIMARY AND


SECONDARY)
1.0 SCOPE OF WORK AND SUPPLY FOR MECHANICAL SHOE RIM SEALS
1.1 Design, selection of the materials, manufacturing, supply, dismantling, shifting, stacking of
and disposing off of the existing foam rim seals and weather shields, handling, installation,
testing and commissioning of primary and secondary mechanical shoe seals for all floating
roof tanks.
1.2 The contractor shall also submit QAP, seal drawings, material test certificates, test reports.
Contractor shall be responsible for making all aspects of materials, design manufacturing,
installation inspection and testing confirm to the requirements of the specified codes,
standards and local regulations.
1.3 The contractor shall furnish calculations on the evaporative loss factor of the proposed seal
and the envisaged reduction in vapour emission in terms of volume with their seal design.

2.0 APPLICABLE CODES, STANDARDS, AND SPECIFICATIONS


2.1 API 650, 11th Edition June 2007, Addendum2: November 2009 or latest on the date of issue
of WO.
3.0 SEAL DETAILS: The design, manufacturing and supply of seals shall be carried out as per the
following:
3.1 All floating roof tanks are to be provided with double seals primary and secondary of
approved make, with minimum vapour recovery of 96%. Primary seal shall be Mechanical
shoe seal. Secondary seal shall be wiper type.
3.2 The seal gap width shall not exceed 4 cm and maximum gap area will be 200 sq cm per
meter of tank diameter. Secondary seals will be rim mounted and the seal gap width shall
not exceed 1.3 cm and maximum gap area will be 20 sq. cm per meter of tank diameter.
3.3 The design of the mechanical shoe seal should be such that in-service installation is enabled
with no hot work allowed i.e. no welding or flame cutting. The mechanical shoe seal should
conform tightly to shell plate contours adaptable to existing rim and shell configuration,
including wide variations in rim gap.
3.4 Primary shoe seal shall be designed to be installed, repaired and replaced with the tank
remaining in service.
3.5 Contractor to supply maximum possible length of the seals. Any overlaps at the joints shall
not be considered in the total supply length.
3.6 All peripheral seals and their attachment to the floating roof shall be designed to
accommodate + 100 mm of local deviation between the floating roof and the shell.
3.7 Primary seal material shall insure that the stored products are not retained, accumulation of
waxy deposits (if any) on the roof are minimized. It must be resistant to cracking and tearing
and safely ground lightning strike.

Page 249 of 343


Public Tender No: 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.

3.8 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.

Page 250 of 343


Public Tender No: 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.

3.18 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.

Page 251 of 343


Public Tender No: 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.

4.6 Inspection shall include but not limited to:


 All items procured by the contractor whether indigenous or imported.
 Shop fabrication items at contractors/ sub-contractors works.
 Vendor is responsible for carrying out all tests and checks envisaged in compliance with
specifications and to request the TPI inspector be present when required so as to meet
the provisions of the contract.
4.7 All test certificates shall be submitted to the TPIA for approval and shall be submitted to
IOCL.
4.8 Test certificates shall be as per the relevant ASTM codes. IOCL shall have the prerogative to
check all the aspects of agreed QA/QC systems and introduce modification if deemed
necessary during the execution stage. QA/QC systems shall cover all products and services
including sub contracted job if any.
5.0 SPARE PARTS: Vendor shall recommend and supply spares for erection and commissioning,
and maintenance.
6.0 CLEANING, PROTECTION AND PAINTING: Surfaces of all parts shall be cleaned to remove
scale, dirt, oil, water, grease and other foreign objects prior to final assembly and
installation of seals.
7.0 PACKING AND SHIPMENT: All parts of mechanical shoe seals shall be properly boxed, crated
and protected for transportation to suit the mode of transportation. Packing shall be sturdy
and adequate to protect seals from damage during transportation, handling and storage at
the plant site. Spare parts if any shall be packed separately and clearly marked.
8.0 DRAWINGS AND DOCUMENTATION: Vendor shall furnish following drawings/ documents (6
sets) for purchasers approval. All documents shall be submitted in both hard copies and soft
copies. Soft copies shall be submitted in CD’s. General arrangement drawings of primary and
secondary mechanical shoe rim seals. GA should also show total dead weight for mechanical
shoe seals. Installation drawings of mechanical shoe seals, both primary and secondary.
Complete descriptive and illustrated literature on the mechanical shoe seals offered along
with operation and maintenance manual. A write up on proposed erection, testing and
commissioning procedure. Material certificates, quality certificates, inspection and test
reports, and QAP. The process data and all other relevant information will be furnished to
the vendor. Contractor shall submit 2 sets of as built drawings of the mechanical shoe seals.

Page 252 of 343


Public Tender No: 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 -21

SPECIFICATION FOR COMBINED GAUGE WELL PIPE


16. Combined Gauge Well (CGW) pipe for Internal Floating Roof Vertical tanks (IFRVT) is
required for housing Instrumentation items & for general operation of the tank. This CGW
primarily consists of 1 no 18” still well & 1 no 6” still well connected by minimum 25 mm NB
MS rods to form a rung ladder & to serve as an access to the internals of the tank during
periodic maintenance.
17. The contractor shall supply and install the nozzles /flanged dip pipe/ still wells as per the
details given in the list of appurtenances for each of the tank (IFRVT & UGHT) listed in the
document.
18. Thermal expansion line shall extend from bottom of tank through still well to top of the tank
and from top, to the outside bottom of the tank as shown in enclosed drawing.
19. Material of construction for all pipes shall be A 106 GR B (seamless) and for flange shall be A
105. Material of construction of structurals shall be IS 2062 Gr B or equivalent. Material of
construction of fasteners shall be A193 Gr B7 and A194 Gr 2H. Gasket material shall be as
per pipe class specification.
20. All the dip pipes and 18” combined still well shall be supported at the bottom as shown in
the enclosed drawing. Outer and inner projection of these dip pipes and bottom support
detail shall be as per relevant & enclosed drawing.
21. Combined still well and all dip pipes verticality shall be within 1mm/mtr of dip pipe height
but not more than 15 mm for any height. In all the flanged dip pipes except the 1 “ NPS x
Sch 160 thermal expansion line contractor shall provide slots along the length. Details of the
slots are provided in the drawing. 1” NPS thermal expansion line shall be provided with 10
diameter vent hole as shown in drawing.
22. Necessary Structural supports attached to the tank shall be provided as per material
specifications of Structural steel.
23. Painting of the Combined Gauge well shall be as per internal painting specifications given
elsewhere in the document for respective tanks & shall be provided as part of Internal
painting of the tank.

Page 253 of 343


Public Tender No: 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 -22

SPECIFICATIONS FOR BREATHER VALVE WITH FLAME ARRESTOR


1.0 GENERAL
1.1 This specification along with data sheets, other specifications & attachments to inquiry /
order describes and constitutes the minimum requirement for breather valve for vertical &
horizontal storage tanks for petroleum products & ethanol, Bio-diesel. The intent of these
requirements is to supplement the requirements as given in data sheets, other
specifications and other applicable codes / standards referred to in data sheets /
specifications.
1.2 Contractor and vendor shall make all possible efforts to comply strictly with the
requirements of this specification and other aforesaid specifications / attachments to
inquiry / order. In case any deviations are considered essential by the packager, same shall
be separately listed (with cross reference to Page No. / Section / Clause No. / Para etc. of the
respective document) in packager’s offer under section titled as “List of deviations /
exceptions to the inquiry document”, duly supported with proper reasons for the deviation
for Company’s considerations. No cognizance shall be given to any deviation indicated
elsewhere, but not listed in the deviation list. All such issues should be conveyed to
Company in writing by the perspective Contractor / packager prior / during the pre-bid
conference, if any, before submitting the final offer. No deviation and exception from this
specification shall be permitted without written approval of Company.
1.3 Except as specified herein, the breather valve & emergency venting shall be designed,
manufactured, tested and supplied in accordance with API-2000 (latest edition), data sheets,
specifications and applicable codes / standards ( latest edition ).
1.4 In the event of any conflict / contradiction / discrepancy / dispute between this
specification, other specifications, codes and standards and other technical documents,
Contractor shall refer the matter to Company for clarification. The following order of
precedence shall govern.
a. Scope of Work & Design Basis / Criteria
b. Data Sheets
c. Job / Equipment Specifications
d. Standard Specifications.
e. Codes & Standards.
In case any issue still remains unresolved, the most stringent requirement shall apply.
1.5 Contractor / vendor shall seek Company's approval regarding such features which are not
specified by Company but requirements of API-2000 and other relevant standards call for
purchaser decision on these matters.
1.6 It shall be the responsibility of Contractor / vendor to furnish operating package. Compliance
with this specification shall not relieve Contractor / vendor of the responsibilities of
furnishing equipment and accessories / auxiliaries of proper design, materials and
workmanship to meet the specified start up and operating conditions.

Page 254 of 343


Public Tender No: 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.

1.7 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.

Page 255 of 343


Public Tender No: 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.

3.2 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.

Page 256 of 343


Public Tender No: 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.

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.

Page 257 of 343


Public Tender No: 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.

5.14 Environmental design criteria –


5.15 The climatic and other conditions under which the equipment will operate are detailed in
the process package (design criteria) of the bidding document. Conditions specific to the
Equipment Package shall be detailed on individual equipment data sheets. Vendor is
responsible for ensuring that all equipment and components provided are suitable for the
utility and environmental conditions as specified during the entire design life.
5.16 ALL Breather valves ( with / without Flame Arresters and with Silica Gel ), Emergency Vent
and Rim vent valves shall be witness tested at vendor’s shop for full lift at 10% overpressure
i.e 10% above set pressure.
6.0 VENDOR SCOPE OF SUPPLY: Scope of supply shall be as follows but not limited to:
6.1 breather valves along with flame arrester for vertical aboveground storage tanks
6.2 breather valves along with flame arrester for under-ground horizontal storage tanks
6.3 emergency vents for vertical aboveground storage tanks.
6.4 Silica gel breather shall be provided with breather valve for underground storage tank for
ethanol & bio-diesel service.
6.5 Vendor to provide companion flange for breather valve & emergency vent.
6.6 Vendor to submit sizing calculation for breather valve & emergency vent along with GA
drawing. However vendor to note that the size & number of breather valves shall be as per
the table provided in Annexure I.
6.7 Painting shall be done by vendor as per project specification.
6.8 Inspection, testing and QA / QC requirements as specified
6.9 Vendor to provide special tools and tackles as required for normal operation & maintenance
6.10 Mandatory spare parts (Vendor to specify)
6.11 Vendor to provide list of Spares for 2 years normal operation (separate price).
6.12 Installation, supervision & commissioning is under vendor’s scope of work.
6.13 Vendor services shall be available for plant commission & start up.
7.0 PREPARATION FOR SHIPMENT
7.1 All items shall be properly packed and protected against damage during shipment. Each
crate, bag or package shall be clearly identified with the purchase order number and
identification symbol, and shall be securely fastened to the package. Exposed surfaces shall
be coated with an easily removable rust preventative.
7.2 All flanged opening shall be protected with steel plate covers attached by proper bolting and
sealed with plastic compound.

8.0 DOCUMENTATION / VENDOR DATA


With Proposal

Page 258 of 343


Public Tender No: 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.

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

2 ATEX certificate for combined Yes R Yes


device of Breather Valve with
Flame Arrester.
3. Catalogue / Literature / Leaflet / Yes R Yes
Standard Curve of offered
Model.
4. GA drawing Yes R Yes
5. Cross-sectional drawing with Yes I Yes
parts lists and material of
construction.
6. Part list & Material of Yes I Yes
Construction.
7. Proposed test procedure and I Yes
erection details
8. Material Test Certificates. Yes R Yes
9. Performance Test Records Yes I Yes
including curves and data.
10. Installation, Operating & I Yes
Maintenance manual
11. Mechanical clearance diagram I Yes
12. Mechanical Catalogue containing I Yes
all the final drawings.

13. List of spare parts Yes I Yes


14. List of tools I Yes

Page 259 of 343


Public Tender No: 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.

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 -

TR-2 Transmix 12” 2 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

Page 260 of 343


Public Tender No: 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 – II

TITLE: TYPICAL DATASHEET FORBREATHER VALVE WITH FLAME ARRESTOR


SERVICE : PLANT :
1 TANK / LINE TAG. NO.: NOS REQD. :
2 TANK DESCRIPTION : LIQUID HANDLED :
3 TYPE : TANK DESIGN TEMP. (oC) :
TANK DESIGN PRES.
TANK / LINE DATA

TANK DIAMETER (mm):


4 (Kg/Cm2-a) :
TANK MATERIAL OF CONST
TANK HEIGHT (mm) :
:
5 TANK VOLUME (m3) : TANK DESIGN CODE :
6 PHYSICAL STATE : DENSITY (kg/m3) :
7 STORAGE PRESS. (Kg/Cm2a) : VISCOSITY (cP) :
8 STORAGE TEMP. (oC) : FLASH POINT (oC) :
FLUID DATA

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

1 CAPACITY (Vacuum ANSI


VALVE

8 condition) : * END CONNECTION : 150 #

Page 261 of 343


Public Tender No: 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 CAPACITY (Pressure MATERIAL BODY &


9 condition) : * FLANGES : *
2 MATERIAL OF CONST OF
0 RV SET PRESSURE : * PVSV : *
2 MATERIAL OF CONST OF
1 RV SET VACUUM : * FLAME *
2
2 ARRESTOR :
2
3 With Breather
LOCATION : valve SIZE (mm) :
2
4 at tank top
2
5
FLAME ARRESTOR

MATERIAL OF CONST OF
2
6 FLAME ARRESTOR : *

2
7

2 NOTE -
8
29 *' DENOTES DATA TO BE PROVIDED BY VENDOR.

TITLE: TYPICAL DATASHEET FOR EMERGENCY VENT VALVE

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

TANK DIAMETER (mm) TANK DESIGN PRES / VACUUM.


4 : :
TANK HEIGHT (mm) : TANK MATERIAL OF CONST :
5 TANK VOLUME (m3) : TANK DESIGN CODE :
6 PHYSICAL STATE : DENSITY (kg/m3) :
OPER PRESS/.
FLUID
DATA

7 (Kg/Cm2a) : VISCOSITY (cP) :

Page 262 of 343


Public Tender No: 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.

8 STORAGE TEMP. (oC) : FLASH POINT (oC) :


9 CORROSIVE/ NON-CORROSIVE:
10
11 LOCATION : TANK TOP SIZE (mm) : *
12 MOUNTING : VERTICAL DESIGN PRESSURE : *
EMERGENCY VENT VALVE

13 CAPACITY : * END CONNECTION : ANSI 150 #


14 SET PRESSURE : * MATERIAL OF CONST : *
15
16
17
18 NOTE -
19 1. '*' DENOTES DATA TO BE PROVIDED BY VENDOR.

Page 263 of 343


Public Tender No: 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 -23

TECHNICAL SPECIFICATION OF FIXED WATER SPRAY/ FIXED FOAM


ACCESSORIES
Note: The performance of fixed water spray and fixed foam pourer equipment with orifice plates
for control of pressure and flow shall need to be confirmed by the OEM of fixed water
spray/fixed foam pourer equipment .Alternately, the OEM of fixed water spray & fixed foam
pourer equipment can also supply orifice plates to meet the design and performance
requirements. )

1. INLINE BALANCE PRESSURE FOAM PROPORTIONER


1.1 TECHNICAL DATA:
1.1.1 MOC - Stainless Steel (304) construction (ASTM A351-CF8)
1.1.2 SIZE: 80, 100 & 150 NB (As per Design)
1.1.3 MAXIMUM SERVICE: 14 Bar (200 PSI) PRESSURE
1.1.4 MINIMUM WORKING: 3.0 Bar (44 PSI) PRESSURE
1.1.5 MOUNTING Between the Flanges: ANSI B16.5-150#
1.1.6 THREAD OPENING: BSPT or NPT optional
1.1.7 PRESSURE SENSING HOSE: TEFLON tube with Stainless Steel braided cover
1.1.8 TRIM CONNECTION & VARIOUS CONTROL VALVES: Stainless Steel
1.1.9 FACTORY HYDROSTATIC TEST PRESSURE: 25 Kg./ Sq.cm. (350 PSI)
1.1.10 FINISH Epoxy red painted
1.2 APPLICATION:
1.2.1 As per The Inline Balance Pressure Foam Proportioners are used with positive displacement
foam concentrate supply pump . The system controls accurately the flow of foam
concentrate into the water stream over a wide range of flow rate and pressure.
1.2.2 The Inline Balance Pressure Foam Proportioning System is used for simultaneous operation
of the multiple foam injection even with different pressures between the two injection point
with a single concentrate supply line. Various sizes of inline balance pressure proportioners
can be combined to suit the flow requirement of each hazard area.
1.3 SPECIFICATIONS:
1.3.1 As per Inline balance pressure proportioning system utilizes a single, positive displacement
foam concentrate supply pump, an atmospheric foam concentrate storage tank, inline
balance proportioner, and a foam concentrate regulating valve. The pressure regulating
valve is mounted on foam concentrate return line to the foam concentrate storage tank. The
valve regulates the foam concentrate supply pressure.
1.3.2 The Inline balance pressure proportioner consists of a ratio controller, diaphragm operated
pressure balancing valve, water and foam gauges, and pressure sensing hose of teflon tube
with stainless steel braided cover, interconnecting trim fittings with various control and

Page 264 of 343


Public Tender No: 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.

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.

Page 265 of 343


Public Tender No: 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. MEDIUM VELOCITY SPRAY NOZZLE:


3.1 TECHNICAL DATA:
3.1.1 MOC: Stainless Steel Material with strainer
3.1.2 MAXIMUM WORKING PRESSURE: 12 Bar (175 PSI)
3.1.3 EFFECTIVE WORKING PRESSURE: 1.4 to 3.5 Kg/Sq.cm (20 - 50 PSI)
3.1.4 END CONNECTION ½” BSPT (½” NPT OPTIONAL)
3.1.5 FINISH: Natural finish
3.1.6 SPRAY ANGLE & K FACTOR: As per Design
3.1.7 HOUSING: A351-CF8M
3.1.8 PIN: ASTM-A479 GR 31803
3.1.9 DEFLECTOR: ASTM A240 GR 2205
3.1.10 STRAINER: STAINLESS STEEL 316
3.2 APPLICATION:
3.2.1 Medium Velocity Water Spray Nozzles are open type (non-automatic nozzles, designed for
directional spray application in fixed fire protection system.
3.2.2 Medium velocity water spray nozzle has an external deflector, which discharges water in a
directional cone shaped pattern of small droplet size. The water is uniformly distributed
over the surface to be protected.
3.2.3 The main pipeline strainer as per NFPA-15 is required for system utilizing nozzle orifice
diameter less than 9.5mm (3/8 inch) and also for the system water likely to contain
obstructive materials
4. FOAM MAKER
4.1 TECHNICAL DATA
4.1.1 MOC: Carbon Steel
4.1.2 Inlet Size: 65 NB, 80 NB, 100 NB (As per design)
4.1.3 Working Pressure: Min 2.8 kg/sqcm; Max: 7 kg/sqcm
4.1.4 Flange Connection: ANSI B 16.5 # 150
4.1.5 Vapour Seal Rupture pressure: 0.7 to 1.75 kg/sqcm
4.1.6 Maximum permissible Back pressure: 0.07 kg/sqcm
4.1.7 Vapour Seal: Glass
4.1.8 Finish: Red RAL 3000
4.2 SPECIFICATIONS
4.2.1 Foam Chamber is an air aspirating foam discharge device, covering wide range of flow from
150 to 2400 litres per minute at 2.8 to 7 kg/sq.cm. inlet pressure. The Foam Chamber
contains a vapour seal to prevent the entry of vapour into the foam chamber and the foam

Page 266 of 343


Public Tender No: 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.

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.

Page 267 of 343


Public Tender No: 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.

5.3.2 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

Page 268 of 343


Public Tender No: 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.

8. AFFF MOTHER TANK (POLY PROPYLENE)


8.1 TECHNICAL DATA
8.1.1 Type: Cylindrical Vertical Tank with Flat Bottom & Conical Top with Manhole
8.1.2 Capacity: 21KL Net capacity + 2% vapour Space.
8.1.3 Design Pressure: Atmospheric + Full of Liquid
8.1.4 Design Temperature: 80 Degree C.
8.1.5 MOC: Spiral PP/ 100% Virgin HDPE
8.1.6 Size : 2700 mm Dia. X 3800 mm Height or as per Design
8.1.7 Shell Thickness : 25/ 22 / 20 / 18 / 15 / 12 mm (as per design to be approved by IOCL/ IOCL’s
Consultant)
8.1.8 Bottom Thickness : 25 mm
8.1.9 Top Thickness : 15 mm
8.1.10 Manhole Details: 2 Nos. Manhole : 500 mm Flanged Type with Lid on Top/ Manhole : 500
mm Flanged Type on Shell of Tank
8.1.11 Flanged Nozzle : Outlet 80 mm NB – 2 Nos., Inlet 80 mm NB – 2 Nos.,
8.1.12 Sight Level Indicator
8.1.13 Nozzles 25 mm NB – 4 Nos.
8.1.14 Level Indicator : Polycarbonate Tubular Type Flanged Ends at 1750 mm distance x 2 Nos.
8.1.15 Ladder required: With same material of MOC of Tank.
8.1.16 Equipment would be extrusion welded on all seams
(Note: Design & GA drawing to be got approved by IOCL/ IOCL’s Consultant)

Page 269 of 343


Public Tender No: 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 24

LIST OF INSPECTION AGENCIES FOR FOR ALL THIRD PARTY


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

Note: Inspection may be carried out through any branch of the above mentioned agencies

Page 270 of 343


Public Tender No: 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 25

LIST OF APPROVED MAKES

SN MATERIALS APPROVED MAKES IS CODE REF.


1. ORDINARY PORTLAND CEMENT ULTRA TECH / JP/ JK/ BIRLA / ACC / 8112 : 1989
MADRAS CEMENTS / INDIA 12269 : 1987
CEMENTS/ AMBUJA/ DALMIA /
ZUARI/RAMCO
2. STRUCTURAL STEEL - SECTIONS, TATA / SAIL / VIZAG / JINDAL 2062 : 1999
PLATES, RODS, FLATS, STRIPS ETC.,

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

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


AND MEDIUM TENSILE BARS

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


STRENGTH DEFORMED STEEL BARS
6. BURNT CLAY BUILDING BRICKS ANY APPROVED MAKE 1077 : 1992
7. STANDARD CERAMIC TILES KAJARIA / NITCO / REGENCY / 13712 : 1993
(WALLS/FLOOR) / VITRIFIED CERAMIC SOMANY / JOHNSON / RAK/
TILES HINDWARE
8. ROLLING SHUTTERS/ROLLING GRILLS VINAYAGA/ SWASTIK/ GAPL/ RAMA 6248 : 1979
INDUSTRIES/ FK ROLLING SHUTTERS/
MM VISION/ AVIANS
9. ALUMINIUM SECTIONS FOR DOORS, HINDALCO /JINDAL/ BHORUKA/ AJIT 1948 , 1285
WINDOWS, VENTILATORS, PARTITIONS INDIA/ ALUMLITE
10. PRELAMINATED PARTICLE BOARD NOVOPAN/ ARCHIDPLY/ KITSOL/ 12823 : 1990
ANCHOR/ GREENPLY
11. DOOR CLOSER EVERITE / HARDWYN / RITZ/ KADSON 3564 : 1996
/ DORSET/ DORMA
12. FLOOR SPRING EVERIE / HARDWYN / RITZ/ / KADSON 6315 : 1992
/ DORSET/ GARNISH/ DORMA
13. WATERPROOFING COMPOUNDS FOSROC / ROFF / SIKA / CICCO / 2645 : 2003
ACC/PIDILITE/ DR FIXIT/ IMPERMO
14. FLOOR HARDENER IRONITE / HARDONITE/ FOSROC/ 9197 : 1979
PIDILITE/ DR FIXIT/ SIKA/ HARDCRETE
15. ACRYLIC EMULSION, PAINTS, I.C.I /BERGER /ASIAN /NEROLAC / 354 : 1989, 428 :
DISTEMPERS JENSON & NICHOLSON/ DULUX/ 2000
NIPPON/ BRITISH PAINTS
16. WATERP ROOF CEMENT PAINTS SNOWCEM PLUS / DURACEM / 5410 : 1992
SUPREME / SURFACEM/BERGER/ JP/
BRITISH PAINTS/
17. FLOAT GLASS INDO-ASAHI / MODI FLOAT / SAINT 14900 : 2000
GOBAIN/ GUJARAT BOROSIL/

Page 271 of 343


Public Tender No: 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.

SN MATERIALS APPROVED MAKES IS CODE REF.


BINANI/ HNG FLOAT GLASS LTD/ AIS
FLOAT
18. PRESSED CLAY TILES (FOR ANY APPROVED MAKE 2690 : Part I : 1993
WATERPROOFING)
19. PRESSED CEMENT CONCRETE TILES EUROCON / ULTRA / DURACRETE/ 13801 : 1993
SOBHA/ DAZZLE OR EQUIVALENT
APPROVED MAKE
20. PRECAST CEMENT CONCRETE KERBS EUROCON / ULTRA/ SOBHA OR 5758 : 1984
EQUIVALENT APPROVED MAKE
21. GRANITE TILES ANY IS APPROVED MAKE 14223 : Part 1 :
1995
22. RCC HUME PIPES INDIAN HUME PIPE CO LTD OR 458 : 2003
EQUIVALENT AS APPROVED
23. ROAD MARKING PAINTS SHALIMAR / MRF/ ASIAN 164 : 1981
24. ORISSA TYPE WATER CLOSET WITH HINDWARE (HSIL) / PARRYWARE (EID 2556 / 774
FLUSHING CISTERN (VITREOUS CHINA) PARRY) / CERA
25. EUROPEAN TYPE WATER CLOSET HINDWARE (HSIL)/ PARRYWARE (EID 2556
(VITREOUS CHINA) PARRY)/ CERA/ AMERICAN
STANDARD/ TOYO/ GROHE/ JAGUAR
WASHBASIN (VITREOUS CHINA) HINDWARE (HSIL)/ PARRYWARE (EID 2556
PARRY)/ CERA/ AMERICAN
STANDARD/ TOYO/ GROHE/ JAGUAR
26. SINK (VITREOUS CHINA) HINDWARE (HSIL)/ PARRYWARE (EID 2556
PARRY)/ CERA/ AMERICAN
STANDARD/ TOYO/ GROHE/ JAGUAR
27. FLUSHING CISTERN (PLASTIC) HINDWARE (HSIL)/ PARRYWARE (EID 7231 : 1994
PARRY)/ CERA/ AMERICAN
STANDARD/ TOYO/ GROHE/ JAGUAR
28. EWC PLASTIC SEAT COVER PARRYWARE / HINDWARE / CERA/ 2548 : Part II : 1996
AMERICAN STANDARD/ TOYO/
GROHE/ JAGUAR
29. MIRROR MODI FLOAT / SAINT GOBAIN/ 3438 : 1994
GUJARAT BOROSIL/ BINANI/ HNG
FLOAT GLASS LTD
30. SOAP TRAY HINDWARE (HSIL)/ PARRYWARE (EID
PARRY)/ CERA
31. TOWEL RAIL NOVACE /ESSESS /ARK / SOMA /
METRO-SUPER
32. PVC PIPES AND FITTINGS(DRINKING SUPREME / FINOLEX / PRINCE / 4985 : 2000
WATER) TRUBORE/ KISSAN
33. PVC PIPES AND FITTINGS(CABLE BEC/ INDERSONS/ AVONPLAST/ 9537 / 3419
CONDUITS) UNIVERSAL
34. PVC PIPES AND FITTINGS (RAINWATER / SUPREME / FINOLEX / PRINCE / 4985 : 2000
WASTE) TRUBORE/ KISSAN

Page 272 of 343


Public Tender No: 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.

SN MATERIALS APPROVED MAKES IS CODE REF.


35. CPVC PIPES & FITTINGS ASTRAL/ ASHIRWAD/ SUPREME
36. UPVC PIPES & FITTINGS ASTRAL/ FINOLEX/ SUPREME/
PRINCE/ KISSAN
37. GI PIPES TATA / ZENITH / JINDAL / SWASTIK 6631 : 1972
38. GI FITTINGS TATA / 'R' BRAND / K BRAND/ UNIK 1239 : 1992
39. GM GATE VALVES FOR SANITARY & LEADER / ORIENT / ZOLOTO / NETA 778 : 1984
PLUMBING WORKS
40. CP BRASS SPRAY SHOWER WITH BALL ARK-SOMA / PARKO / METRO-SUPER
AND SOCKET / NOVA SPECTRUM / ESS ESS/
JAGUAR/ JAL
41. BRASS FLOAT VALVES WITH COPPER LEADER / ORIENT / ZOLOTO/ NETA 1703 : 2000
FLOATS
42. CP BRASS STOP COCKS ARK-SOMA / PARKO / METRO-SUPER 781 : 1984
/ NOVA SPECTRUM / ESS ESS/
JAGUAR/ JAL
43. POLYETHYLENE WATER TANK SINTEX / INFRA / FUSION / UNIPLUS / 12701 : 1996/
PATTON 10146 : 1982
44. FLOOR TRAP (NAHANI TRAP) APPROVED MAKE 2556 :1973
45. SW GULLY TRAP APPROVED MAKE 651 : 1992
46. CP BRASS PILLAR TAPS ARK-SOMA / PARKO / METRO-SUPER 8931 : 1993
/ NOVA SPECTRUM / ESS
47. FLUSH VALVES ARK-SOMA / PARKO / METRO-SUPER 9758 : 1981
/ NOVA SPECTRUM / ESS ESS/
JAGUAR/ JAL
48. PADLOCKS GODREJ / HARRISON 1018 : 1982
49. MORTICE SLIDING DOOR LOCK GODREJ OR EQVT. APPROVED MAKE 8760
50. MORTICE DEAD LOCK GODREJ OR EQVT. APPROVED MAKE 7540

51. REBATED MORTICE LOCK (VERTICAL) GODREJ OR EQVT. APPROVED MAKE 6607
52. MORTICE LOCK (VERTICAL TYPE) GODREJ OR EQVT. APPROVED MAKE 2209

53. CHAINLINK FENCING FABRIC ANY IS APPROVED MAKE 2721 : 2003


54. BOREWELL WATER PIPE AND FITTINGS – ANY IS APPROVED MAKE 4984 : 1995/ 8360 :
HDPE 1977
55. BOREWELL CASING PIPE - STEEL ANY IS APPROVED MAKE 4270 : 2001
56. SUBMERSIBLE PUMPSET FOR WATER ATLANTA/ SUGUNA / TEXMO / 8034 : 2002
SULZER APPROVED EQUIVALANT
57. MOTOR FOR SUBMERSIBLE PUMPSET ANY IS APPROVED MAKE 9283 : 1985
FOR WATER

Page 273 of 343


Public Tender No: 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.

SN MATERIALS APPROVED MAKES IS CODE REF.


58. FIRE BUCKET ANY IS APPROVED MAKE 2546 : 1974
59. False ceiling for canopy (150F) RAMCO HILUX, INTER ARCH STEEL : IS 513
BUILDING PRODUCTS LTD./ SPECO - Galvanizing : IS 277
TECH / METACIL , CONWED, HUNTER ORGANIC
DOGLAS/ SONEX ROOFING SYSTEM/ COATING:
INDIA GYPSUM/ METCRAFT/ KIRBY IS 14246
60. Hi-Rib Bare Galvalume, Hi-Rib Galvalume INTER ARCH / CRIL (Colour Roof India STEEL : ASTM A
colour coated, GI Hi-Rib, GI Hi-Rib colour Ltd)/ METACRAFT / METACIL / 446
coated roof sheeting /Gutter CONWED/ SPECOTECH/ ROOFFIT/ AZ 150 COATING :
/Flashings/ skylights . SWASTIK ROOFING SYSTEMS/ SATEC/ ASTM A792
INDIAN ROOFING INDUSTRIES/ DELTA
STEEL STRUCTURES (P) LTD/ ZAMIL
STEEL/ PRIMEX BUILDING SYSTEMS
(P) LTD/ FLEXI TUFF INDUSTRIES/
HARSON ASSOCIATES/ UNI MET
PROFILES (P) LTD/ METCRAFT
61. ROOF TURBO VENTS DURAFLO/ BLAZE ENIGNEERS/ AIR
CREATIONS INDIA/ GOLDEN
INDUSTRIES/ AIRIER NATURE (P) LTD/
MUKTA ENGINEERS/ SWASTIK
ROOFING/
62. INTERLOCK CONCRETE PAVERS/ KERB APPROVED MAKE MEETING AS PER BS 6717 :
STONES SPECIFICATIONS PART1 : 1986 AND
AS PER IS 1237
1980 - AFTER
PRIOR APPROVAL
FROM IOCL
63. SWITCHES / SWITCH SOCKET OUTLETS BEST & CROMPTON / MDS / INDO
(INDUSTRIAL/ MS) ASIAN / HAVELLS/ ANCHOR
64. SWITCHES, SOCKETS, BELL PUSH, Anchor, MK India, MDS, Legrand, GE
ELECTRONIC REGULATORS, ETC PIANO
TYPE
65. MODULAR TYPE SWITCHES, SOCKETS, Anchor, Crab Tree, MK India, Clipsal,
BELL PUSH, ELECTRONIC REGULATORS, MDS, Legrand
TELEPHONE, TV, RJ 45 SOCKETS ETC
66. MS JUNCTION BOX/ FAN BOX Homelite, PEW, Gupta

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

Page 274 of 343


Public Tender No: 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.

SN MATERIALS APPROVED MAKES IS CODE REF.


70. POLY-SULPHIDE SEALING COMPOUND Fosroc, Pidilite, Anabond, Dr Fixit,
Nitobond

Page 275 of 343


Public Tender No: 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.

LIST OF APPROVED MAKES FOR MECHANICAL WORKS

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

VENDOR NAME ADDRESS & CONTACT DETAILS


126, Maker Chambers III, Nariman Point, Mumbai 400
021.
Mr. Prashant Kumar (Branch Manager)
KSB PUMPS LTD.
Phone:+91 22 6658 8787
Fax:+92 22 6658 8788
Mobile:+91 98212 30248
10, Corporate Park, Sion Trombay Road,
Chembur, Mumbai 400 071.
Mr. Pawan Kulkarni (Asst Manager-Industry Sector)
KIRLOSKAR BROTHERS LTD. Phone : +91 22 2528 9320-28
Mobile: +91 9619931391
Email: pawan.kulkarni@kbl.co.in
Customer Care Toll Free Number : 1800 - 10 - 34443
215, 2 nd Floor, Marathon Max Building, Mulund Link
Road, L B S Marg, Mulund West, Mumbai – 400080.
FLOWSERVE INDIA CONTROLS
Phone : +(91)-22-25908220, 25908221, 25908222
PVT. LTD
Mobile : +(91)-9820617767
Fax : +(91)-22-25908222
Plot No 9, Thane Belapur Road, Dighe, Navi Mumbai -
400708, MIDC.
SULZER PUMPS INDIA LTD.
Phone : +(91)-22-39130500, 39130525, 39130516
Fax : +(91)-22-27796814, 27796811
BHARAT PUMPS & C/o R&C Mulund Works, L.B.S Marg, R mall, Mulund
COMPRESSORS LTD West, Mumbai-400080.
Phone No: 022-25918779/25917342
Fax No: 022-25918825
E-mail: bpcmumbai@gmail.com
WILO MATHER & PLATT PUMPS 101, Centre Point, Andheri Kurla Road, Andheri (East), J
LTD B Nagar, Mumbai – 400059.
Phone : +(91)-22-66910769, 66910779
Mobile : +(91)-9892267876, 9820421086
Fax : +(91)-22-66910780
FLOWMORE LTD. 714 / 715, 7th Floor, Marathon max
Mulund link road, Mulund (west) Mumbai—400 080.
Phone – 022- 32092134/ 32232135/ 67997964
Fax – 022 – 67997965
E-mail : bommkt@flowmoregroup.com
TEXMO INDUSTRIES Flat No 302, 3rd Floor, Shri Ganesh Darshan Apartment,
Thane West, Thane - 400601, Opp State Bank Of India,
Jambli Naka.
Phone : +(91)-22-25382724, 65971029

Page 276 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


BEACON WEIR 1st Flr 8 Sona Udyog Bldg No 4, Parsi Panchayat Rd,
Andheri East, Mumbai – 400069.
Phone : +(91) 28389610, 28378581, 28381938,
65244091

A R WILFLEY INDIA PVT. LTD. 301 Timmy Arcade, Makwana Road, Andheri East,
Mumbai - 400059, Marol Naka.
Phone : +(91)-22-28525533/28525800
CROMPTION GREAVES Corporate Communication Division, 2nd Floor, Stamping
Division Building, Kanjurmarg East, Mumbai – 400042.
Phone No. +(91)-22-7558630, 67558631, 67558413,
67558173,67558000,67558606,25782451, 67558629,
Customer Care Toll Free Number : 18004190505
Mobile : +(91)-9769208606
Fax : +(91)-22-67558669, 25787283
ATLAS COPCO Mahatma Gandhi Memorial Building, Charni rd, Girgaon,
Mumbai - 400002.
Phone : 022 2208 5631
Customer Care Toll Free Number :1800 200 0030

2. PUMPS – VERTICAL CENTRIFUGAL: (GENERAL WATER SERVICE)

VENDOR NAME ADDRESS & CONTACT DETAILS


KSB PUMPS LTD. (PUNE) Same as above
KIRLOSKAR BROTHERS LTD. Same as above
FLOWSERVE INDIA CONTROLS Same as above
PVT. LTD.
SULZER PUMPS INDIA LTD. Same as above
TEXMO INDUSTRIES Same as above
BHARAT PUMPS & Same as above
COMPRESSORS LTD
ATLAS COPCO Same as above

3. PUMP – ROTARY SCREW

VENDOR NAME ADDRESS & CONTACT DETAILS


ROTO PUMPS LTD. 54, Ajay Deep Building, 240, Perin Nariman Street, Fort,
Mumbai - 400001, Near Arya Samaj Building & Big
Bazaar.
Phone : +(91)-22-22694604, 22659681
Mobile : +(91)-9987428677
Fax : +(91)-22-22659681
UT PUMPS & SYSTEMS C-204, 2nd Floor, Building No-2, Kailash Industrial
Complex, Behind Godrej Residantial Colony, Off L B S
Road, Parksite, Vikhroli West, Vikhroli West, Mumbai,
Maharashtra 400079.
Phone:022 2517 1490

Page 277 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


DELTA CORPORATION LTD. 109, Bayside Mall, 1st Floor, Opp. Sobo Central Mall,
Tardeo Road, Haji Ali, Mumbai - 400 034.
Phone: 022 4079 4700
Fax: 022 4079 4777
Email: secretarial@deltin.com
NETZSCH TECHNOLOGIES INDIA No: 39, 2nd Street,
PRIVATE LIMITED Spartan Nagar, Mogappair, Chennai - 600 037
Tel: + 91 44 4296 5100
Fax: + 91 44 4296 5150
E-mail: info.nti@netzsch.com
VARAT PUMPS & MACHINERIES, Same as above
KOLKATA

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

VENDOR NAME ADDRESS & CONTACT DETAILS


PROTEGO R-665, TTC. Industrial Area MIDC, Rabale 400701 Navi
Mumbai
Mr. Prasad Jawaji
Phone: 91 / 22 / 27 69 11 56
Mobile: 91 / 88 79 68 33 39
E-Mail: prasad.jawaji@protego.com
Fax: 91 / 22 / 27 69 20 85
E-Mail: protegoindia@protego.com
PROCESS INSTRUMENT 88, Mahaveera Street, Haiderpur, Delhi - 110088, Near
INDUSTRIES Synidicate Bank, Haider Pur Industrial Area.
Phone : +(91)-11-27495849
Mobile : +(91)-9818237532
Fax : +(91)-11-27495849
PENTATECH 77, New Unigve Industrial Estate, Dr R P Road, Mulund
West, Mulund West, Mumbai-400080.
Phone : 022 2590 6384
Pressure & Flow Control 823, GIDC Industrial Etate, Makarpura, Baroda – 390010.
Industries (PRE'CON) Phone : 91-265-2643838, 91-265-2645727
pfci@rediffmail.com,
E-Mail :
info@preconvalves.com

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


MANAGEMENT Business Park, Powai, Mumbai 400076,
Tel:(+91) 22 6662 0566
Fax:(+91) 22 6662 0500
E-mail : infocentral@emersonprocess.com
WADCO BUSINES S SOLUTIONS INDIA No. 8, Candy House, Mandlik Road, Colaba,
(P) LTD Mumbai :400001, Maharashtra, India
Mobile : 08080431179
Fax : 022-22850915
E-mail : wadco@wad-corp.com

Page 278 of 343


Public Tender No: 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. MECHANICAL ALUMINIUM INTERNAL FLOATING ROOF (Non-contact type)

VENDOR NAME ADDRESS & CONTACT DETAILS


SAI TOOLS PVT. W9/B, MIDC, Additional Ambernath, Ambernath 421506. Dist. Thane,
LTD – Eco Tank Maharashtra, India.
Systems Phone : 91-251-262 01 08
Fax: 91-251-262 18 66
E-mail : marketing@ecotanksystems.in
sales@ecotanksystems.in
TANK TECH 13, Gopalakrishna Rd, T Nagar, Chennai, Tamil Nadu 600017.
ASIA (P) LTD Phone : +91-44-28151581
CHENNAI +91-44-28150619
Fax : +91-44-28150620
Email : tanktech@carmelgroup.in
AGR PETRO #266-A Road #10 Jubilee Hills,
TECH Hyderabad - 500033 A.P
HYDERABAD Phone: 0 40 2340 8088
(HMT) Email:pvps@agrpetro.com
BAILLIE TANK Suite 7.11, Aero247 Building, 247 Coward Street, Mascot, Sydney,NSW Australia-
EQUIPMENT 2020.
(EMPIRE Phone : +61 2 9317 5900
EQUIPMENTS) Fax : +61 2 9317 5911
E-mail : Sydney@BaillieTank.com

(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.

Page 279 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


SOLUTIONS Mr. Abraham Philip (Vice President Sales)
PVT LTD Phone : +91-22-2285 0915 / 2202 2346
(ATECO) Mobile : +91 9820001720
E-mail : aphilip@wadcorpp.com
VACONO E Manoharan: +91 9003009738
hse_projects@yahoo.co.inmanoharan.dubai@gmail.comherbert.stadler@vacono.
com

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)

VENDOR NAME ADDRESS & CONTACT DETAILS


IGP ENGINEERS LTD. 79, Valmiki Street, Thiruvanmiyur, Chennai, Tamil Nadu
600041.
Phone : 044 2442 0608/2442 4804
Fax : 044 2440 5152
E-mail : igp@vsnl.com
MADRAS INDUSTRIAL PRODUCTS No. 10, Iv Main Road, Green Corner Apartments, Raja
Annamalai Puram
Chennai – 600028, Tamil Nadu, India
Mr. J Kumar
Mobile : 09176694462
Phone : 044-24610971
CHAMPION SEALS Champion Compound,
1st Floor, Champion Estate, 15, Parsi Panchayat Road,
Andheri (East), Mumbai - 400 069.
Maharashtra, INDIA.
Phone : +91-22-2836 7311 to 15
Fax : +91-22-2836 7316, 2820 8686
E-mail : purchase@championseals.in,
sales@championseals.in& mumbai@championseals.in
LEAK CONTROL No. 60/ 10, 18th Street Extn.,
Korattur, Chennai-600 080, Tamil Nadu, India
Phone : +91-44-26246704, 65182250
Telefax: +91-44-26246704
E-Mail: leakcontrol@hotmail.com
UNI KLINZER 9, Chitrakoot , 8th Floor, 230A A.J.C.Bose Road

Page 280 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Kolkata- 700 020; Phone - 2287 2510;Fax- 033 2287 6494
Contact Person- Mr. Biplab Halder ( Zonal Manager)
Mobile – 9674165713 , Email- bbhalder@uniklinger.com
JAMES WALKER INMARCO 104 Gayatri Complex, behind Mittal Industrial Estate
INDUSTRIES PVT. LTD. Andheri Kurla Road, Andheri (East),Mumbai -400 059
Phone - 022 4080 8080; Fax - 022 2859 6220
Email- info@jwinmarco.com
UNIQUE INDUSTRIAL PACKAINGS 27, Bombay Talkies Compound, Malad (W), Mumbai -
(P) LTD 400064. India.
Phone : 91-22-28803006 / 28884797
Mobile : +91 9321187194 / +91 9320187193 / +91
9820187192 / +91 9320187192
Fax : 91-22-28821676
E-mail : uip@bom5.vsnl.net.in&uip.9327@gmail.com
SOUTHERN GASKET PRODUCTS No:57, Balaji Nagar, Padi, Chennai-600050, India.
Phone : +91 044 26542413, 26542171
Tele Fax: 044 26546785 / 26540608 Mobile: 98410
22628, 98844 99969
E-mail : sankar@sgp-gaskets.com, sai@sgp-gaskets.com

10. FASTENERS (ALL TYPES CS/ SS)

VENDOR NAME ADDRESS & CONTACT DETAILS


EBY INDUSTRIES 2, Hatim Palace, Tank Road, Nagpada, Mumbai - 400008
Phone:022 2741 2346/93234 64278
Mr. Ronak
E-mail : ebyfasteners@gmail.com
FAKHRI FASTENERS, CHENNAI 10, Perianna Maistry Street, Perianna Maistry Street,
Chennai, Tamil Nadu 600001
Phone:098400 59407
Mr.Ali (098400 59407)
E-mail : fakhrifasteners@hotmail.com
FASTENER & ALLIED PRODUCTS No.M-3,Industrial Estate,Gokul Road,Hubli–580030.
PVT. LTD. Phone : +(91)-836-2330062, 2330132, 2330184
Mobile : +(91)-9343411225, 9880527303, +91-836-
4252042
Fax : +(91)-836-2300431
E-mail : sales@fappl.com
HARDWIN FASTENERS PVT. LTD. F-10, Ansa Industrial Estate, Saki Vihar Road, Sakinaka,
Andheri (East), Mumbai- 400 072. India.
Phone :+ 91 - 22 - 6692 3537, 4005 3537, 2847 0174
Fax : + 91 - 22 - 2847 2739, 2836 5487
E-mail : hardwin@vsnl.com&info@hardwin.in
JJ INDURTRIES 44, Pragati In Estate, N M Joshi Marg, Lower Parel,
Lower Parel, Mumbai, Maharashtra 400011.
Phone : 022 2309 8600, 0260 240 0454
MULTI FASTENERS PVT. LTD. 986/11, G.I.D.C. ESTATE MAKARPURA.

Page 281 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


BARODA- 390 010. (GUJ) INDIA.
Phone : 0265 – 640874
Tele Fax : 0265 – 640874
E-mail : info@multifastners.net
PRESIDENT ENGINEERING LTD. 110, Neelkanth Commercial Center,
122/123, Sahar Road, Andheri (East),Mumbai – 400 099
Maharashtra, India
Phone : + 91 22 2839 8409 / + 91 22 2839 8410
Fax: + 91 22 2839 8318
E-mail: marketing@presidentengg.com
SYNDICATE ENGINEERING Plot No.A-257, TTC Industrial Area, M.I.D.C. Mahape
INDUSTRIES Village,Thane Belapur Road, Navi-Mumbai:400701.
Phone : +91-22-27781191 / +91- 22-25004945
E-mail: info@syndicateengg.com
PRECISION AUTO ENGINEERS 934, Nirankari Street - 7, Opp. S.B.I., Miller Ganj,
Ludhiana - 141003, Punjab (INDIA).
Mr. Anil Kumar Gupta/Raj Kumar Gupta
Mobile : + 91 - 98729 - 76003, 94174 – 49545
Phone : + 91 - 161 - 2532448, 2542171, 2540377
Fax : + 91 - 161 – 2540337
E-mail : studfastener@gmail.com, info@paesteel.com,
studfastener@comeconnect.com
PACIFIC FORGING & FASTENERS 19, “Nakshatra” V. Mehta Road, JVPD Scheme, Mumbai-
400 056.
Phone : No 91-22-26186070(6lines)
Fax : 022 26186077/78.
Email : sales@pacific-fasteners.com
PERFECTT SERVICES, CHENNAI 28/2, Jones Street, Chennai - 600 001
Tamil Nadu, India
Phone : +(91)-44-42620678, 42165052
Mobile : +(91)-9840778001, 7418141415
Fax : +(91)-44-25232500
E-mail : perfectservicesmadras@gmail.com
11. VALVE GATE CAST/ FORGED CS & SS

VENDOR NAME ADDRESS & CONTACT DETAILS


LARSEN & TOUBRO LTD. 1 ,Powai Campus Saki Vihar Road, Saki Vihar, Mumbai,
Maharashtra ( Central ) - 400072
Mr M S Rajaraman (Sales manager)
Mobile : 96199 72089
Phone : 022 67053690
Fax : 022 67051727
E-mail : rajaramanms@lntvalves.com
LEADERS VALVES LTD. 24C/106, Mhada Complex.Bimbisar Nagar, W.E.
Highway, Goregaon- East, Mumbai-400065
Ph. No. 022- 26859345,
Fax – 022-26859346

Page 282 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


E- Mail: - rmmumbai@leadervalves.com
Kind Attn: - Mr. Rajeev Gupta(Regional Manager)
NECO SCHUBERT & SALZER (NSSL) 422 & 301, Tulsiani Chambers, Nariman Point,
MUMBAI - 400 021
Telephone - 022 - 22823015, 22832381, 22820967,
22823244
Telefax -022 - 22832367
E-mail - necobby@bom3.vsnl.net.in
KSB PUMPS LTD (COIMBATORE) No 151, Mettupalayam Road,
Narasimhanaickenpalyam, Coimbatore - 641031, Nsn
Palayam Post
Phone : +(91)-422-2468222, 2468302, 2468340,
2468145, 2468173 Mobile : +(91)-9362230661
Fax : +(91)-422-2468232
WEIR BDK ENGINEERING 305 Trade Center, Bandra Kurla Complex, Bandra
INDUSTRIES LTD. (East), Mumbai - 400 050
Phone : +91-022-4215 6370 to 74
Fax : +91-022-4215 6375
E-mail : bdk.mumbai@weirgroup.com
NITON VALVE INDUSTRIES LTD. D-115 Ghatkopar Ind. Estate,
L.B.S. Marg, Ghatkopar (W) Mumbai-400086
Phone : +91 22 67539800 / 6796 9786
Fax : +91 22 67969790 / 6753 9874
E-mail :nitonvalve@vsnl.com
OSWAL INDUSTRIES 3rd floor., Kartar Mansion, Tribhuvan Rd., Off.
Lamington Rd., Mumbai-400004. India.
Tel:(+91)22-61448000-99
Tel/Fax: (+91)22-23861642
E-mail: mktg@oswalvalves.com
STEEL STRONG VALVES INDIA PVT. Plot NO. R-241, TTC Industrial Area,
LTD. MIDC, Rabale - 400701, Maharashtra, India.
Mr. Krishna B Bagade.
Telephone: (022) 27690074/5336/27607005
Mobile: 9223252281
Fax No: (91-22) 27695537
E-mail : mkt1@steelstrong.com
S&M INDUSTRIAL VALVES LTD 1, A.J.C. Bose Road, 3rd Floor, Kolkata – 700 020
Phone:- 2282 3172/ 2946;
Email-sales@steammining.com
Contact Person-Mr.Sourav Bose, Cell -98311 54387
Mr G.Sarkar, Cell - 98301 54757
FOURESS GROUP C-2, MIDC Industrial Area, Paithan,
Aurangabad - 431 148.
Mr. Sameer Kulkarni
Phone: 02431 - 232074 / 232376
Fax : 02431 - 232058

Page 283 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Email : ssk@fouressindia.com
SAKHI ENGINEERS PVT. LTD. 22 Swastik Chambers, Sion Trombay Road, Chembur,
Mumbai-400071, India.
Fax No.: 0091-22- 2522 7858
Tel. No.: 0091-22-25220262/64
SHIVA DURGA IRON WORKS(P) LTD 156 / 1, Madhusudan Pal Chowdhury Lane Kadamtala
Howrah - 711 101 West Bengal, India
Phone : 091 33 2643 8217, 2643 8364, 2643 9386
Fax : 091 - 33-2643 8730
E-mail : shivadurga@vsnl.net
NUTECH CONTROLS 640/6/6, Narottam Building, Kapasia Bazar, Kalupur,
Ahmedabad -380 002. Gujarat
Phone : +91 79 22133122/238
Fax : +91 79 22133122
E-mail : sales@nutechvalves.com
AKSONS MECHANICAL ENTERPRISES Plot No. A-72, Road No.22
Wagle Industrial Estate, Waagle Estate, Thane-
400604.
Mobile : +91 9821233682
Phone : +91-22 25813997/ 25826857 /29200020
Fax : +91-22 28210491
E-mail : vkshetty@bom3.vsnl.net.in,
vkshetty@mtnl.net.in, aksons@hotmail.com,
vkshetty47@gmail.com
FLOWCHEM VALVES, AHMEDABAD Flowchem House, Near Sukan Mall, Science City Road,
Sola, Ahmedabad - 380 060. Gujarat - India
Mobile : +91-9825013437, +91-09727742104
Phone : + 91-79-2771 2102 / 2771 2103
Fax : + 91-79-2771 2101
E-mail : flowchem@flowchem.com
GURU INDUSTRIAL VALVES Guru House, W-101(D), TTC,, MIDC, Khairane Village, ,
Thane Belapur Road, Navi Mumbai, Maharashtra,
400710, India
Tel: +91 22 27612005
Fax: +91 22 27686368
SANMAR ENGG – XOMOX VALVES 9, Cathedral Road,
Chennai - 600 086, Tamil Nadu, India.
Tel. : + 91 44 2812 8500
Fax. : + 91 44 2811 1902
Email : reachus@sanmargroup.com
HINA INDUSTRIES 9, Meldi Estate, NR. Gota Over Bridge, Gota,
Ahmedabad -382 481. Gujarat, India
Mobile: +91-9825078717/ 9426172362
Telephone: +91-79-6525 0528 / 29
Fax: +91-2717-241746
Email: hinaind.valve@gmail.com

Page 284 of 343


Public Tender No: 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.

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

VENDOR NAME ADDRESS & CONTACT DETAILS


LARSEN & TOUBRO LTD. Same as above
LEADERS VALVES LTD. Same as above
NECO SCHUBERT & SALZER Same as above
KSB PUMPS LTD (COIMBATORE) Same as above
WEIR BDK ENGINEERING INDUSTRIES Same as above
LTD.
NITON VALVE INDUSTRIES LTD. Same as above
OSWAL INDUSTRIES Same as above
STEEL STRONG VALVES INDIA PVT. Same as above
LTD.
S&M INDUSTRIAL VALVES LTD 1, A. J. C. Bose Road, 3rd. floor.
Kolkata- 700020
Tel: 2282 3172 / 2946.
Fax: 91-33-2282 8266.
Email :
sales@steammining.com/info@steammining.com
SAKHI ENGINEERS PVT. LTD. Same as above
SHIVA DURGA IRON WORKS(P) LTD. Same as above
NUTECH CONTROLS Same as above
FOURESS GROUP Same as above
AKSONS MECHANICAL ENTERPRISES, Same as above
HI TECH VALVES, CHENNAI Same as above
FLOWCHEM VALVES, AHMEDABAD Same as above
GURU INDUSTRIAL VALVES Same as above
SANMAR ENGG – XOMOX VALVES Same as above
HINA INDUSTRIES Same as above

13. VALVE BUTTERFLY (CARBON STEEL)

VENDOR NAME ADDRESS & CONTACT DETAILS


ADVANCE VALVES PVT. LTD. 142 A & B,
Noida Special Economic Zone,
NOIDA, Phase II - 201 305 (India)
Tel: +91 120 479 6900
Fax: +91 120 479 6948
LEADERS VALVES LTD. Same as above
INTERVALVE (INDIA) LTD. 212/2, Hadapsar, Off Soli Poonawalla Road, Pune
411 028
Tel: 91-20-2699 3900, 2699 3904
Fax: 91-20-2699 3921
E-Mail : intervalve@poonawallagroup.com
Contact Persons :
For Butterfly Valves : Mr. Ravi Swami Nathan
For GGC & Ball Valves : Mr. Jyoti Anand

Page 285 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


CRANE PROCESS CONTROLS PVT. LTD. Plot No E/7 E 8/2, Bus Stop Road, MIDC Satara,
Satara - 415004, Old MIDC
Phone : +(91)-2162-245623, 244417
Fax : +(91)-2162-245126
WEIR BDK ENGINEERING INDUSTRIES Same as above
LTD.
LARSEN & TOUBRO LTD. Same as above
TYCO VALVES & CONTROLS INDIA PVT. Plot No R 701, TTC Industrial Area, MIDC, Rabale,
LTD. Navi Mumbai – 400701
Phone : 022 - 66903200, 27607002, 27607003
E-mail : tvcindia@tyco-valves.com
INSTRUMENTATION LTD. (PALGHAT) Kanjikode West, Palakkad, Kerala - 678 623.
Tel : 91-491- 2566127/128/129/130, 2567128/129,
2566133
Fax : 91-491- 2566135, 2566240
E-mail: contact@ilpgt.com
SHIVA DURGA IRON WORKS(P) LTD - Same as above
NUTECH CONTROLS Same as above
FOURESS GROUP Same as above
FLOWCHEM VALVES, AHMEDABAD Same as above
FLUIDINE VALVES CO. PVT. LTD. 401 - A, Poonam Chambers,
115, Dr. Annie Besant Road, Worli,
Mumbai 400 018 India
Phone: +91 22 2494 4057 / 2494
Fax: +91 22 2494 4059
E-mail: fluidline@hathway.com

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

VENDOR NAME ADDRESS & CONTACT DETAILS


CD ENGINEERING CO. C-199, Bulandshahr Road Industrial Area, Ghaziabad
-201009, India
Phone : +91.120.2866315 – 17,
Fax : + 91.120.2866319
Corporate e-mail : cdec@vsnl.com
Mail us at: info@cdengg.com
CD INDUSTRIES (GHAZIABAD) 3, South of GT Road, BRIA,
Ghaziabad – 201009, Uttar Pradesh, India
Telephone No. : 0091-120-2866744, 2866369
Fax No. : 0091-120-2866743
E-Mail : info@cdind.org
CHAUDHRY HAMMER WORKS LTD. Near Hapur Road Flyover, Maliwara
Ghaziabad – 201 001, Uttar Pradesh, India
Phone +91 120 4388000
Fax +91 120 4376971

Page 286 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


E-Mail chw@chwforge.com
ECHJAY FORGINGS PVT. LTD. (MUMBAI) 603-604, Raheja Chambers, 213, Backbay
Reclamation,
Nariman Point, Mumbai 400 021, India.
Ph: 91 (22) 4077 0000
Fax: 91(22) 2283 1831
Email: echjay@echjay.com
ECHJAY INDUSTRIES PVT. LTD. (RAJKOT) 83, Bajaj Bhavan, Nariman Point,
Mumbai 400 021, India.
Phone : +91-22-22024044 : 22028674 : 22021221 :
22021008
Fax : +91-22-22045685
Telex : 04-82136 HJIN
Cable : ECHOVERSEA, MUMBAI
E-Mail : echjay@vsnl.com
J K FORGE INDUSTRIES 122, Narayan Dhuru Street, Ground Floor, MUMBAI-
400003.
Phone : 2345 1284 / 2343 9210, Fax : (91-22) 2342
6901
E-mail : mailto:jkforge@hotmail.com,
contact@jkforge.com
KUNJ FORGINGS 6 K. M. Mile Stone, Chapparola Distt. Gautam Budh
Nagar, (U.P.), INDIA
Phone : +91-120-4292692, 4292693, 4292694, +91-
4292695, 4292696
Fax : +91-120-4292699. 4755888
Board : +91-120-4755900
E-mail : kunj@kunjforge.in
M S FITTINGS MFG. CO. PVT. LTD. 17, Weston St. Kolkata-700013, India
Phone : +91-033-2236-2869, 2236-2902/3
Fax : +91-033-2225-2103
E-Mail : headoffice@msfittings.com
PRADEEP METAL LTD. Pradeep Metals Limited
R-205 MIDC, Rabale, Navi Mumbai 400701, India
T: +91 22 2769 1026
F: +91 22 2769 1123
METAL FORGINGS PVT. LTD. B-1, Mayapuri Industrial Area Phase I, Delhi -
110064, near Maya puri chowk.
Phone : +91 11 28114458, 28114376, 41833100,
41833101, 41833103
Mobile : +91 9818032923, +91 9811787560
E-mail : jindal_akj@rediffmail.com
R N GUPTA & CO. LTD. 704, 7th Floor, DLF Tower-B, Jasola
New Delhi-110044.
Ph: 91-11-41090575
Tete phone : 0091-161-5246900
E-mail : info@rngupta.com, works2@rngupta.com,

Page 287 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


marketing1@rngupta.com
PUNJAB STEEL WORKS B-38, Mayapuri Industrial Area, Delhi - 110064,
Phase-1
Phone : +(91)-11-28111600, 28111700, 28113700
Fax : +(91)-11-28111300, 28112300
GAYATRI FORGE, MUMBAI 59, Mohamed Ali Road, 2nd Floor, Mumbai - 400
003.
Telefax :23443 511, 23443 495, 23465 819
Email: gayatrif@vsnl.com
Email: gayatrif1@gmail.com
SINGHAL ENGINEERS, MUMBAI 292/3, Boat Hard Road, Opp. Abhyudaya Co-Op.
Bank Ltd.,
Reay Road (East), Mumbai-400 010
Phone : +91-22-23721017
Fax : +91-22-23719518
E-mail : singhalngg@vsnl.net,
manoj@snengineers.com
HAJI IRON AND STEEL WORKS, CHENNAI Address: 25, Kumbalamman Koil Street,
Tondiarpet, Chennai - 600 081.
Tamilnadu, India.
Phone : 044 - 2595 4953.
Fax : 044 - 2595 1461.
Email : hajiiron@yahoo.com
STEEL TUBES INDIA Ashtavinayak Building, Office No.303, 3rd
Floor, Sadanand Wadi, V.P. Road, Girgaum, Mumbai-
400 004, Maharashtra, India.
Phone : +91 22 61432000 (30 Lines), 23895908,
23822821, 66393996
Fax : +91 22 23895906
E-mail : stindia@vsnl.com
PERFECT SERVICES LTD. NO:28/2, JONES STREET, PARRYS, Chennai - 600001,
Tamil Nadu, India
Mr. PRAKASH JAIN (+917418141415)
Ph: 91-44-42620678/42165052
SUPER FORGE PVT. LTD. Bombay Taximen Society Limited, 3- C/16, LBS Marg,
Kurla West Mumbai – 400070, Maharashtra, India
Mobile : 09867629721, Phone : 022-26503402

15. FITTINGS INCLUDING HALF COUPLING AND NIPPLE

VENDOR NAME ADDRESS & CONTACT DETAILS


COMMERCIAL SUPPLY AGENCY 211, Nagdevi St. Jamal Bldg., 2nd Flr.,
Mumbai, Maharashtra - 400003,
Phone - 022-3400072; Fax -022-3429868
EBY INDUSTRIES Address :-PLOT NO.C-19/4, MIDC INDL AREA TALOJA,
NEAR DENA BANK, Taloja - 410208, Maharashtra
Contact Person-Mr. R. Mamawalla (+91

Page 288 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


9323464278)
M S FITTINGS Address :- 17, Weston St. Kolkata-700013, India
Phone:- 033-2236-2869, 2236-2902/3
Fax:- 033-2225-2103
Email:- headoffice@msfittings.com
TEEKAY TUBES Address:Plot No C-102, TTC Industrial Area,Village -
Pawane
Off – Thane Belapur Road,Navi Mumbai- 400 705
Phone – 022 4141 7777/ 6633 1010; Fax- 022 4141
7700
Email- sales@teekay.co.in
TUBE PRODUCTS INCORPORATE PLOT NO.748/7, G.I.D.C. ESTATE, MAKARPURA,
Vadodara - 391243, Gujarat, India
Contact Person:-Mr. Janak Katakia ,
Phone No- 0265-6545211/12/13/3049640/3049644
Fax No - 0265-2831031

16. PIPE CARBON STEEL (INDIAN STANDARD)

VENDOR NAME ADDRESS & CONTACT DETAILS


ADVANCE STEEL TUBE LTD. 81, F.I.E. Patparganj, Delhi-110092
Phone : 011- 43041400
Fax : 011-22145978
E-Mail : info@tirupatipipes.com, info@advance.co.in
ASIAN MILLS PVT. LTD. 104, Sakar-III, Near Income Tax
Circle, Ahmedabad-380014, Gujarat, India
Tel :+91-079-27582515/16/17
Fax :+91-079-27546320
Email : info@asiansteels.com
JINDAL PIPES LTD. 402, Sarjan Plaza,
100, Dr. Annie Besant Road, Opp Telco Showroom,
Worli, Mumbai - 400 018 (India)
Tel. : +91 22 24902570 / 72 / 74
Fax : +91 22 24925473
Email : mslmum@mtnl.net.in
LALIT PROFILES & STEEL INDUSTRIES 212, Hermes Atrium,
LTD. Sector-11, C.B.D. Belapur, Navi Mumbai-400 614,
Tel : +91 22 2756 11 69
Fax : +91 22 2756 1173
Email : info@lalitsawpipes.com
JOTINDRA STEEL & TUBES Same as above
MAHARASHTRA SEAMLESS LTD. 402 Sarjan Plaza, Dr Annie Besant Road, Worli,
Mumbai - 400018, Opposite Telco Showroom
Phone : +(91)-22-
24902570, 24902572, 24902574, 24902576
Fax : +(91)-22-24925473
MAN INDUSTRIES (I) LTD. Man House, 101, S.V. Road, Vile Parle (W), Mumbai -

Page 289 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


400 056. INDIA.
Tel : +91-22-6647 7500
Fax : +91-22-6647 7600
Email : enquiry@maninds.org,
Web site: www.mangroup.com
MUKAT PIPE LTD. Surindra House, M V Road, Andheri East, Mumbai -
400072, Safed Pool
Phone : +(91)-22-28515940
Fax : +(91)-22-28510129
NORTH EASTERN TUBES LTD. D. D. Tower, 5th Floor, Christian Basti
G. S. Road, Guwahati - 781 005
Assam, INDIA
Phone : 91-361-234 3951 / 234 3952
Fax : 91-361-234 3953
E-mail : netl@nezonesteel.com
Contact Person
Mr. S.M. Agarwal - Director,
Ph : 91-361-234 3946,
Mobile : 98640 28740
E-mail : smagarwal@nezonesteel.com
RATNAMANI METALS & TUBES LTD. Address : Panchsheel Plaza,‘B’ Wing, 2nd Floor,
55, Gamdevi Road,Near Dharam
Palace,
Mumbai – 400007
Telephone : +91-22-43334555
Fax : +91-22-43334575
E-mail : info.mumbai@ratnamani.com
STEEL TUBES INDIA Same as above
SURYA ROSHNI LTD. Hollow Section & Cr Strip ), Prakash Nagar, Delhi-
Rohtak Road, Bhadurgarh -124507 (Haryana) India
Phone: +91 1276 241540, 241980/81/82
Fax : +91 01276 241886
E-mail: surya@sroshni.com
SWASTIK PIPES LTD. 1/23 B Asaf Ali Road, New Delhi - 110002
Phone : + 91-11-47471717
Fax : + 91-11- 47471718
E-mail : info@swastikpipes.com
TATA IRON STEEL LTD. Bombay House, 24, Homi Mody Street, Mumbai - 400
001
Ph: 91 022 66658282
WELSPUN GUJRAT STAHL ROHREN LTD. Address :Welspun City, Tal. Anjar, District Kutch,
Gujarat 370 110, INDIA
Tel: +91 2836 662222
Fax : +91 2836 279060
Email: sales_wcl@welspun.com

Page 290 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


ESSAR INDIA LIMITED Essar House, 11, Keshavrao Khadye Marg, Mahalaxmi
Mumbai 400 034, Maharashtra, India
Telephone: +91-22- 66601100
Fax: +91-22-66601809
PRAKASH STEELAGE LTD 701, Mahalaxmi Chambers, Near Mahalaxmi Temple,
Dr. Bhulabhai Desai Road, Mumbai- 400026
Tel : +91-22-6613 4500
Fax : +91-22-6613 459
E-mail : sales@prakashsteelage.com
17. PIPES & TUBES (API STANDARDS)

VENDOR NAME ADDRESS & CONTACT DETAILS


JINDAL PIPES LTD. Same as above
LALIT PROFILES & STEEL INDUSTRIES Same as above
LTD.
LLYODS METALS & ENGINEERS LTD. Trade World, 'C' Wing, 16th Floor, Kamala City,
Lower Parel, Mumbai - 400 013.
PHONE: +91-22-30418111/06
FAX: 91-22-30418260/59
E Mail: vvshettigar@lloyds.in,
svnagraj@lloyds.in
hsmishra@lloyds.in
MAHARASHTRA SEAMLESS LTD. Same as above
MAN INDUSTRIES (I) LTD. Same as above
MUKAT TANKS & VESSELS LTD. Same as above
NORTH EASTERN TUBES LTD. Same as above
RATNAMANI METALS & TUBES LTD. Same as above
STEEL TUBES INDIA Same as above
SURYA ROSHNI LTD. Same as above
WELSPUN GUJRAT STAHL ROHREN LTD. Same as above
JOTINDRA STEEL & TUBES Address :14/3, Mathura Road, Near Mewla
Maharajpur Village, Sector 45, Faridabad-121003
(Haryana)
Phone : +91-129-2477888, 2272416, 2252356
Telefax : +91-129-2477898
E-mail : jotindra@jotindra.com
ASIAN MILLS Same as above
ESSAR INDIA LTD Same as above

18. PIPE CARBON STEEL (SEAMLESS TO ASTM STANDARD)

VENDOR NAME ADDRESS & CONTACT DETAILS


HEAVY METALS & TUBES LIMITED 12, SKM House , 6th Khetwadi, Mumbai - 400 004.
(MEHSANA) + 91- 22 - 2386 1761/ 2380 2232
hitesh@heavytubes.com
hmtbby@heavytubes.com
MAHALAXMI SEAMLESS LTD. 54-A Virwani Industrial Estate,

Page 291 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Western Express Highway Goregoan (E), Mumbai
400 063
Tel: +91-22-65013491/92
Fax: +91 22 67048987
e-mail- enquiry@mahatubes.co
MAHARASHTRA SEAMLESS LTD. Same as above
PSL LTD Address :PSL Tower, Makwana Rd, Gamdevi, Marol
Naka, Andheri East, Mumbai 400059
Phone:022 6644 7777, 6644 7788
Fax : 022 6644 7700, 6644 7711
E-mail : psl@pslltd.co.in
STEEL TUBES INDIA Same as above
JINDAL Same as above
INDIAN SEAMLESS METAL TUBES LTD ISMT Limited
Lunkad Tower, Viman Nagar,
Pune – 14
Tel: +91 20 414 341 00/01
+91 20 660 249 01/02/03/04
Fax: +91 20 266 307 79
E-mail : enquiry@ismt.co.in

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

VENDOR NAME ADDRESS & CONTACT DETAILS


HEAVY METALS & TUBES LIMITED Same as above
(MEHSANA)
REMI ENGINEERING WORKS Remi House, 11, Cama Industrial Estate, Walbhat
Road, Goregaon East, Mumbai – 400063. India
Tel. : +91 - 22 - 4058 9888 / 800
Fax : +91 - 22 - 2685 3868
E-mail: remiprocess@remigroup.com
RATNAMANI METALS & TUBES LTD. Same as above
SANDVIK ASIA LTD. Sandvik India Pvt Ltd
Mumbai Pune Road, Dapodi, Pune - 411 012
PHONE : +91 20 27104800
FAX : +91 20 27145339
SAW PIPES LTD. NASIK A-59/60, M I D C, Malegaon Sinnar, Malegaon
Sinnar, Nashik, Maharashtra 422103
Phone:0253 223 0239
CHOKSI TUBE COMPANY CO. LTD. Office no-801, 8th Floor, samruddhi building, old
gujarat High Court, Opposite Sakar-3, Navrangpura,
Ahmedabad - 380014, Gujarat,
Mr. Jayesh Choksi (Senior Manager Finance )
Mobile : +919327584494
Phone : 91-79-30082532/30082533

Page 292 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


PRAKASH STEELAGE LTD. Same as above
SURAJ STAINLESS LTD. ‘Suraj House’ Opp. Usmanpura Garden, Ashram
Road, Ahmedabad. Pin – 380 014, Gujarat
Tel : +91-79-27540720, 27540721
Fax : +91-79-27540722
E-mail : domestic@surajgroup.com,
purchase@surajgroup.com

20. EXPANSION BELLOW (RUBBER/CANVAS)

VENDOR NAME ADDRESS & CONTACT DETAILS


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

21. DOSING SYSTEM

VENDOR NAME ADDRESS & CONTACT DETAILS


SWELORE Address H-Welore Sales
C-405, Marathon Nextgen Innova, Veer Santajee
Marg, Off Ganapatrao Kadam Marg,
Near Peninsula corporate park,

Page 293 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Lower Parel, Mumbai – 400013
Mr. Vikrant Karve
022-24304311/2224938394/8879090488
Fax : +91 (22) 2422 6330
E-mail : sales@hwelore.com,
vikrant.karve@hwelore.com
MILTON ROY Plot No P45/1, 8th Avenue, Chengalpattu Bazaar,
Chengalpattu - 603002, Domestic Tariff Area
Mahindra World City
Phone : +(91)-44-71113111
Fax : +(91)-44-71113222
ENPRO ENGINEERS A-17 H Block, MIDC Pimpri, Pune 411018 (INDIA)
Tel. : +91 20 66313100/40739222
Fax:91-20-27470909
Mr. Anand Kshirsagar (097649 99456)
E-Mail : anand.kshirsagar@enproindia.com,
enpro@vsnl.com
V.K.PUMP ENGINEERS Survey No.321, Off Mumbai Banglore Bypass
Highway, Near DSK Toyota Showroom, Patilnagar,
Bawadhan(BK), Tal – Mulshi, Dist – Pune, Pin Code –
411021
Tel. : 020 6654 1903
Email : sales@vkpumps.com,
works@vkpumps.com
CRYOGENIC LIQUIDE 187, POR, G.I.D.C, Ramangamdi Industrial Estate,
G.I.D.C. Por, Baroda - 391243, Gujarat, INDIA.
Nilesh Patel : +91 9824067136
Bhavik Vora : +91 9998963996
+ 91 265 2831501
+ 91 265 2831289
+ 91 265 2831501
E-mail : nilesh.patel@cryogenicliquide.com,
bhavik.vora@cryogenicliquide.com,support@cryoge
nicliquide.com, cryogenicliquide@gmail.com
CHEMTROL INDUSTRIES LIMITED Chemtrols Industries Ltd.,
Amar Hill,
Saki Vihar Road, Powai, Mumbai – 400072
:
Email chemtrols@chemtrols.com
:
Tel +91-22-6715 1200
:
Fax +91-22-6715 1405

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

Page 294 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


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

22. MS STRUCTURAL STEEL

VENDOR NAME ADDRESS & CONTACT DETAILS


SAIL IISCO House- 5TH Floor,50 Jawaharlal Nehru Road;
Kolkata- 700 071
Phone – 033 2288 0970/3524; Fax- 033 2288 2355
TATA (TISCO) TATA Steel Ltd
52 Chowringhee Road, Kolkata-700 017
Phone – 033 6550 8157/ 8166 ; 2282 2013; Fax- 033
2282 1687/ 1813
JINDAL/ JSW 6th Floor , East Wing, Raheja Tower, M.G.Road,
Bangalore – 560 001
Phone – 080 25559 869-73;Fax- 080 2559 8896
VIZAG STEEL Rastriya Ispat Nigam Ltd
Visakhapatnam nSteel Ltd ; Project Office Complex,
Block – D,
Visakhapatnam- 530 031
Phone – 0891 251 8026/ 2518446
Fax- 0891 2518460

23. COMPRESSOR

VENDOR NAME ADDRESS & CONTACT DETAILS


INGERSOLL RAND Office Unit No.31,
3rd Floor (2nd level), Kalpataru Square,
Kondivita Lane, Andheri East, Mumbai - 400059

Page 295 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Tel: +91 22 61540500
1-800-102-7926 (Toll free)
customersupportindia@irco.com
Contact-India@irco.com
KG KHOSLA 401, Kailas Complex, Behind Godrej Residence
Colony, Vikhroli W, Mumbai - 400079
Phone:022 2518 0089/2518 1081
KIRLOSKAR PNEUMATIC Kailash Industrial Complex, 401-408, G Wing, 4th
Floor, Park Site, Vikhroli West, Vikhroli West,
Mumbai, Maharashtra 400079
Phone:098190 57249
E-mail : acdmktg@kpcl.net
ELGI EQUIPMENTS Trichy Road, Singanallur, Coimbatore – 641005
Tel: + 91-422-2589555
Fax: +91-422-2573697, +91-422-2589401
E-mail : enquiry@elgi.com
Toll free customer care (India): 1800-425-3544
GODREJ Plant - 1, Pirojshanagar, Vikhroli, Mumbai - 400 079,
Mr. Sunil Purohit
(AGM- Tendering & Estimation – T&D)
Tel.: +91 22 6796 6286
Mobile: 07045536266
Email: spurohit@godrej.com
CHICAGO PNEUMATIC 404 76, Ashwatha Chs, Vasant Vihar, Thane, Thane,
Mumbai, Maharashtra 400601
Phone:022 2564 0011

24. CRANE & HOIST

VENDOR NAME ADDRESS & CONTACT DETAILS


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

Page 296 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Mr. Tushar-07506982372

25. ETP

VENDOR NAME ADDRESS & CONTACT DETAILS


PURE TECH INDIA, TRICHY Street A5, Trec Step, Thuvakudi, District Tamil Nadu,
City Trichy 620 015
Telephone: (+91) 431 - 320 6753/09789481402
SUYAASH EQUIPMENTS (P) LTD, PUNE 1/484, Mitra Mandal Complex
Pune - 411009
Mobile : 09370145827
Phone : 020-2442727
ULTRA-TECH ENVIRONMENTAL Unit no. 224, 225, 206, Jai commercial Complex, 463
CONSULTANCY & LABORATORY, THANE Eastern Express Highway, Opp. Cadbury Factory,
Khopat, Thane (W) - 400601.
Tel. No. : +91-22 - 25342776 / 25380198 / 25331438
Fax No. : +91-22 -25429650
E-mail : sales@ultratech.in
SSP (P) LTD, FARIDABAD 13 Milestone, Mathura Road
Faridabad, Haryana-121 003 (India)
Mr. Pramod Chavan-
Phone : +(91)-(129)-4183700 / 4183799
Fax : +(91)-(129)-2277441 / 4183777
E-mail : info@sspindia.com, marketing@ssp.co.in
WTE Infra Project Mr. Jitesh Jain- 7350886400,
sales@watertreatmentindia.net

26. SEPARATOR (STRAINER & FILTER)

VENDOR NAME ADDRESS & CONTACT DETAILS


MULTITEX FILTRATION ENGINEERS LTD. 217, Hans Bhavan, Bahadur Shah Zafar Marg,
Bahadur Shah Zafar Marg, New Delhi, Delhi 110002
Phone:011 2331 1275, 42404040
Mobile : 09811795254
PETROMAR ENGINEERED SOLUTION PVT. 204-206 Dheeraj Heritage, S. V. Road, Santacruz (W),
LTD. Mumbai 400 054. India
Tel.: +91 (22) 2660 1933
Fax: +91 (22) 2660 1976
Email: sales@petromar.in
FIL SEP EQUIPMENTS PVT. LTD. E - 506, Kalpavrux Complex, Gotri Road, Vadodara –
21, Gujarat
Phone:0265 304 3756
E-mail : sales@filsep.com
PALL INDIA PVT. LTD. UMER PLAZA,6th floor, CTS 419, Village Marol, Marol
Maroshi Road, Andheri(East), Mumbai 400 059. India
Phone : +91 - 22 - 6799 55 55

Page 297 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Fax : +91 - 22 - 6799 55 5
BHATIA ENGINEERING COMPANY 6, DSIDC COMPLEX, JHILMIL INDL. AREA, Delhi -
110095, India
Key Personnel: Mr. Gagan Bhatia (Director)
Mobile :+919717866220
Phone :91-11-22583488
Fax :91-11-22583277
E-mail : bsbhatia@del3.vsnl.net.in
SUNGOV ENGINEERING PVT LTD 160, Baba Nagar, Villivakkam, Chennai , India - 600
049
(p) +91-44-26501404, 26501536
(f) +91-44- 26501408
S & M INDUSTRIAL VALVES LTD. Same as above
JAY-EESH ENGINEERING No. 17/20, Acharya Industrial Estate, Tejpal
Compound
Andheri Kurla Road, Sakinaka, Andheri East
Mumbai - 400072 Maharashtra, India
Contact Peroson : Mr. A Hamid
Mobile : 09819914473
Phone : 022-2850216
E-mail : jayeesh_engg@rediffmail.com
ALECON COMMERCIAL PVT. LTD. No. 106, Raja Dinendra Street
Kolkata - 700064 West Bengal, India
Mobile : 09433093927
Phone : 033-25540442
E-mail : alecon.filters@vsnl.net
PROCEDYNE ENGINEERS No.4, Jayaram Avenue, Shastri Nagar,Adyar,
Chennai - 600 020, Tamil Nadu, India.
+91-44-42024696 / 42125777 / 43511056
sales@industrialstrainers.com
+91-44-42125777
FLUIDYNE INSTRUMENTS PVT LTD No. 3, 1st Floor, Uday Building, 70-D, Central Avenue
Road, Next To Hotel Grand Central, Near Chembur
Station, Chembur East, Mumbai (India) - 400071
Mobile : +(91) – 9821027547, 9819626265
Phone : +(91) - (22) – 25285345, 25280073
Call Us : 08447519830
GRAND PRIX(P) LTD. Plot No.82, Sector 25, Faridabad – 121004
Haryana (INDIA)
Tel : +91-129-4097700, 4151820-28
Fax : +91-129-4151821
E-mail : sales@grandprixfilters.com,
mail@grandprixfilters.com
FILTERATION ENGINEERS INDIA PVT. LTD. Plot W 62B, TTC Industrial Area, MIDC Rabale, Navi
Mumbai 400701 India.
Phone: +91 22 27608501 / 27693111
Mobile: +91-8879299053

Page 298 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Email: sales@feipl.com | anshika@feipl.com
RAK DIN ENGINEERS Renu Sharma (Managing Partner)
B- 5, Acharya Niketan, Mayur Vihar, Phase- 1
New Delhi - 110091, Delhi, India
Call Us: 08048077771
Mobile: +(91)-9811108868, 9899598868
E-mail : rakdinengineers@gmail.com
SUPERFLO FILTERS B-5, 103/104, GREENLAND CO.OP. SOCIETY,
SRINIVAS BAGARKA ROAD, J. B. NAGAR, ANDHERI
(EAST),
MUMBAI - 400 059, INDIA.
Phone : +91 22 28252540 / 28252560
Fax : +91 22 28265811
E-mail : superflo@superflo-filters.com,
superflo@bom3.vsnl.net.in

27. PAINT

VENDOR NAME ADDRESS & CONTACT DETAILS


BERGER Pattanwala Glass Works, Lbs Marg, Ghatkopar West,
Mumbai - 400086, Chirag Nagar
Phone : +(91)-22-25168355, 25167398, 25169414
Customer care : 18003458800,18001036030
Fax : +(91)-22-25166406
GRAUER & WELL (INDIA) LTD (ERSTWHILE Akurli Road, Kandivli East Mumbai- 400101
BOMBAY PAINTS) Mobile : +(91) - 9892214311
Phone : +(91) - (22) - 66993000
Call Us : 08586970105
JENSON NICHOLSON 107 Udyog Vihar Phase 4
Gurgaon 122 016, Haryana
Tel: 0124 -4567777
Fax: 0124 - 4567750
E-mail: info@jnpaints.com
GODLAS NEROLAC(KANSAI NEROLAC) NEROLAC HOUSE, Ganpatrao kadam marg
Lower parel, Mumbai 400 013.
Customer Care No: 1800 209 2092
Phone : 022 - 24 93 4001 / 24 99 2500
Fax : 022 - 2491 943
SHALIMAR PAINTS Shalimar Paints Limited
4th Floor, Plot No. 64, Sector 44
Gurgaon 122 003, Haryana (India)
Phone: +91-124-4616600
Fax: +91-124-4616659
Email: Feedback@ShalimarPaints.co
ASIAN PAINTS Asian Paints Limited,
Asian Paints House, 6A, Shantinagar, Santacruz (E),
Mumbai - 400 055, India.

Page 299 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Tel: 022 - 3981 8000
Fax: 022 - 3981 8888
Asian Paints Helpline : 1800 - 209 - 5678
CDC CARBOLINE OFFICE NO-605, TOWUN CENTER 2, 6TH FLOOR,
ANDHERI KURLA ROAD, SAKI NAKA, ANDHERI EAST,
Mumbai - 400059, Maharashtra, India
Key Personnel : MR. PRASAD MATHEW (Executive
VP)
Mobile : +919819271515
Phone : 91-22-27659358/28500321/322
Fax : 91-22-28500323
AKZO NOBEL Plot No 1/1 TTC Industrial Area, Thane Belapur Road,
Kopar Khairane, Navi Mumbai 400 709 Maharashtra,
India
Phone: 022 3920 1000, 27787356
Fax: +91 22 27780025
PPP SIGMA KALON (LAGOS - SIGMAKALON LAGOS - SIGMAKALON NIGERIA
NIGERIA) 1a Professor Tiamiyu Belo-Osagie Street, Parkview
Estate
Ikoyi Lagos Niger
Phone : +234 (0) 1 843 7408
E-Mail : pmc@ppg.com
GRAND POLYCOATS(P) LTD 204 Sidharth Complex,R.C.Dutta Road,Vadodara-
390007
Phone – 0265 3064 200 / 201; Fax- 0265 2337 022
Email-marketing@grandpolycoats.com

28. WELDING RODS

VENDOR NAME ADDRESS & CONTACT DETAILS


ESAB India Ltd. Plot No.13, 3rd Main Road, Industrial Estate,
Ambattur,
Chennai - 600058.
Phone No.: +44 - 42281100
Fax No.: +44 – 42281150
E-mail : kayvee.bcruz@esab.co.in
Honavar Electrodes Ltd. 305-309 , 3RD floor, damji shamji industrial complex,
9, l.b.s. marg , kurla (w) , Mumbai - 400 070, india.
phone : (+91 22) 2502 0317, 2502 1238 , 65008821
Fax : (+91 22) 25100048
E-mail : hel@vsnl.com ,
honavarelectrodes@gmail.com
Advani Orlekons (Ador Welding Ltd) Ador House, 6, K. Dubash Marg,
Fort, Mumbai 400001 – 16. INDIA.
investorservices@adorians.com
+91 22 2284 2525./ 6623 9300
+91 22 2287 3083 / 2596 6562 / 2596 6062

Page 300 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


D & H Sechron Electrodes Ltd. 5th Floor, Merchant Chambers,
S.V. Thackersy Marg, 41,
New Marine Lines, Mumbai - 400 020.
Tel: +91 22 2203 7663, 4042 8100
Fax: +91 22 2203 7664, 4042 8101
Email: dnhmerc@dnhsecheron.net
D & H Welding A-204, Kailash Esplande, Opp. Shreyas Cinema, L.B.S.
Marg, Ghatkopar (W),
Mumbai- 400 086 - Maharastra
Phone : 022-25006441
E-mail :
ho@dnhindia.com/tvsundaram@dnhindia.com
98202 14827
Modi Arc Electrodes Co Modi Industries Ltd. (Electrode Section)
Opp. Hotel Prasant, Turang, Angul – 759 122 (Orissa)
Tel.: (06764) 233318, 329981
Fax : (06764) 233318
Email: infoangul.modiarc@groupmkm.in
GEE Limited Plot No. E-1, Road No. 7,
Wagle Industrial Estate, Thane - 400 604,
Maharashtra, India.
Phone : +91 22 2582 1277/0619/2620
Fax : +91 22 2582 8938
E-mail : geeho@geelimited.com
Kobe Steels KOBE STEEL, LTD., Welding Business
Marketing Dept., International Sales & Marketing
Sec.
Tel. +81-3-5739-6331
Fax. +81-3-5739-6960
Fusion Engineering Products B -16, VIth Phasem, P.O. Gamaria (Jamshedpur), Dist
(P) Ltd, : Seraikela - Kharsawan – 832108
Telefax : +91 - 657 – 2200713
Telephones : +91 - 657 – 6542444
Email ID : info@fusionweld.co.in

29. AUTO RECIRCULATION VALVE

VENDOR NAME ADDRESS & CONTACT DETAILS


DARLING MUESCO Plot No. 97/A, Phase- 1, G. I. D. C. Vatva Ahmedabad
- 382445, Gujarat
Phone - 0 79 25832578 / 25893791;Fax- 0 79
25834392
Contact Person- Mr.Jainesh Modi -Managing
Director, Cell No- 0 9825061383
Email - sales@darlingmuesco.com
NIRMAL INDUSTRIAL CONTROLS (P) LTD. 4,Nahur Industrial Estate, LB Sastri Marg,Samriddhi -
1ST Floor, Muland ( West), Mumbai- 400 080

Page 301 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Contact Person - Mr. Prakash Desai- Director
Cell No- 098201 90323
Email:- sales@nirmalindustries.com
SCHUF SPECIALITY VALVES INDIA PVT. 6/16, Ponnandamplayam, Kaniyur Post, Coimbatore
LTD. - 641 659
Phone No- 0421 22 64 600,Fax No- 0421 2264 643
Contact Person - Mr. D.Sandeep
Cell No- 0 97876 50470
Email- DSandeep@schuf-india.com:
sales@schuf-india.com

30. FALL ARRESTOR ACCESSORIES

VENDOR NAME ADDRESS & CONTACT DETAILS


KARAM INDUSTRIES D-95, Sec-2, NOIDA – 201301
Phone :- 0120-4734400
Fax :- 01202541095
Email:- karam@karam.in
INDIAN INNOVATIX 103, Sahajanad Complex ,Shahibaug Road,
Ahmedabad - 380 004.
Tel.: 91 + 079 - 25621329 , 25625951
Fax: 91-079-25620895
E-mail: indianinovatix@rediffmail.com,
info@indianinovatix.com
UDYOGI PLASTICS (P) LTD 294 B.B.Ganguly Street,2nd Floor
Kolkata- 700 012
Phone – 033 2225 1470 / 71/ 72 ;Fax- 033 2225
1486
Email:- info@udyogi.net
Mtandt, Chennai Registered Office & HO :
17/8, West Mada Church Road,
Royapuram, Chennai – 600 013.
Phone: +91 44 4263 2500
Fax: 91 44 4263 2600
Email: marketing@mtandt.com

31. PRESSURE GAUGES/ TEMPERATURE GAUGE

VENDOR NAME ADDRESS & CONTACT DETAILS


A. N. INSTRUMENTS PVT. LTD. 3/907, Navjiban Society, Lamington Road,
Mumbai – 400 008.
Phone No. :+91 022 2308 7395
Tele Fax. : +91 022 2300 2172
Fax No. : +91 022 2307 2867
E-mail : animum04@yahoo.com
WAREE INSTRUMENTS 602, Western Edge- I, Off. Western Express
Highway, Borivali (East), Mumbai - 400066

Page 302 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Phone: 022 - 66444444
Email: waaree@waaree.com
ASHCROFT INDIA PVT. LIMITED Plot 2306, GIDC Chhatral, Ta. Kalol, DIst.
Gandhinagar, Chhatral - 382729, Gujarat.
Phone: +91 2764 233681/82/83
Fax: +91 2464 233440
E-mail: sales@ashcroftindia.com
GE GAUGES PVT LTD 249 B, DUM Dum Road, Kolkata - 700074, Near
Bagjola
Phone : +(91)-33-25486940
Mobile : +(91)-9231520123
H.GURU INDUSTRIES 603, Crystal Paradise besides, Janki Center,
Jeevan Nagar, Opp. Veera Desai Road, Andheri
West, Mumbai-400 053
E-mail :contact@hguruindustries.com
PH : 022- 40106014/40106015 ,
PH : 022-40106014 (Mr. PK Mitra)
PH : 09820016422 ,
FAX : 022- 40106013
GLUCK (INDIA) LTD B/114 Shivshakti Industrial Estate L B S Marg
Ghatkopar West, Mumbai - 400086,
Maharashtra, India
Contact Person : Mr Y N Padia (Director)
Mobile / Cell Phone No. : 22 - 25000679
BAUMER TECHNOLOGIES Baumer India Private Limited
Fourhum Centre, S.No. 112/2/21, 112/2/64 &
112/2/72, Opp. RMD Sinhgad Institute, Pune-
Mumbai Highway, Warje
411058 Pune, India
Phone +91 2066292400
Fax +91 2025286835
GENERAL INSTRUMENTS CONSORTIUM 194/195, Gopi Tank Road, Behind Citylight
Cinema, Mahim, Mumbai - 400016, Maharashtra,
India
Tel : 0091-22-24454387
0091-22-24449177
Fax : 0091-22-24449123
0091-22-24463507
Email : info@general-gauges.com
exports@general-gauges.com
WIKA INSTRUMENTS INDIA PVT. LTD. A 703 Pranik Chambers ,Saki Naka Junction, Saki
Vihar Road , Mumbai 400072, India
Mr. Sunil Janwadkar
Tel.:+91 22 28575915 / 6
E-mail : wikabom@wika.co.in
MANOMETER INDIA 31, Yogesh Bhavan, Manu Mansion, S B S Road, N
S Patkar Marg, Grant Road, Mumbai - 400007,

Page 303 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


400007
Phone:022 2266 2076

32. THERMAL RELIEF VALVE

VENDOR NAME ADDRESS & CONTACT DETAILS


DARLING MUESCO Darling Muesco India Pvt. Ltd. Plot No. 97, Phase
– 1, G.I.D.C. Estate, Vatva, Ahmedabad - 382445.
Phone: +91 79 4008 4881 to 4884,
Fax: +91 79 2583 2578
E-mail: sales@darlingmuesco.com
NIRMAL INDUSTRIAL CONTROLS First Floor, Samriddhi, L.B.S. Road,
Mulund(W), Mumbai - 400 080
Ph.: +91-22-67746200, 91-22-25608668
Fax : +91-22-25682771
Email: info@nirmalindustries.com
Website: www.nirmalindustries.com
ASIAN INDUSTRIAL VALVES AND No-b-16, Industrial Area, Mogappair East,
INSTRUMENTS Mogappair East, Chennai 600050
Phone:044 2653 1137
TYCO SANMAR LTD. Same as above
TELEFLO INSTRUMENT CO. PVT. LTD. No. 3, Uday Building, 70-D/3 Central Avenue,
Next to 'Hotel Grand Central', CHEMBUR (East)
Mumbai -400071.
Contact Person : Mr. K Sampath
Phone : +(91)-(22)-25285345 / 25280073
Mobile No : +(91)-9821027547
Fax : + (91)-(22)-25280642
E-mail : mail@telefloindia.com,
teleflo@yahoo.com, teleflo@hotmail.com,
fluidyne@yahoo.com, fluidyne@hotmail.com
MEKASTER ENGINEERING LTD. 2507, G.I.D.C. Estate, Halol-389350, Dist.
Panchmahal, Gujarat (India).
Phone: (02676) 220986/220706.
Fax: (02676) 220981
Email: mel@mekaster.com

33. ORIFICE PLATE & ASSEMBLY

VENDOR NAME ADDRESS & CONTACT DETAILS


GENERAL INSTRUMENTS CONSORTIUM General Instruments Pvt. Ltd.
194/195, Gopi Tank Road, Behind Citylight
Cinema, Mahim, Mumbai-400 016, INDIA.
Phone: +91-22-24454387 / 24449177
BALIGA LIGHTING Same as above
ENGINEERING SPECIALTIES 30-F Free School Street, Kolkata – 700 016

Page 304 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


Phone No. : (033) 2252 5584, 2252 2064
Fax No. +91-33-2252 4718
E’mail esplcal@vsnl.com, contact@espl.co.in
MICRO PRECISION 238, Pantarapalya, Mysore Road
Bangalore 560 039.
Ph: +91 080 2675 0385
Fax: +91 080 2674 3238
Enquiry: info@micro-precision.in
Sales: sales@micro-precision.in

EUREKA INDUSTRIAL 17 - 20, 1st Floor, Royal Chambers, Paud Road,


Pune 411 038, Maharashtra.
Tel : 0091-20-25443079
Fax: 0091-20-25441323
Email: sales@eurekaflow.com
UNI-CONTROLS INSTRUMENTS 22/S, Sreenath Mukherjee Lane, Sreenath
Mukherjee Lane, Kolkata, West Bengal 700030
Phone:033 2556 4891
CHEMTROLS Same as above

34. STATIC PROVER TANK

VENDOR NAME ADDRESS & CONTACT DETAILS


MAYFLOWER TECHNICAL SERVICES SF 83, Vilankurichi Road,
Ganapathy PO, Coimbatore
Tamilnadu - 641006
+91 93611 39611/ 93601 39601
mail: mayflowerts@yahoo.co.in
ALECON COMMERCIAL PVT. LTD. 60/12, Gouri Bari Lane, Kolkata – 700004.
Mobile : 09433093927/09830595654
Phone : 033-25540442
E-mail : anja_576222@bsnl.in
Any other Authorized manufacturer of Legal Metrology Department

35. WATER METER

VENDOR NAME ADDRESS & CONTACT DETAILS


IOTA FLOW SYSTEMS PVT LTD. C-2/13, Maya Puri Industrial Area,
Phase -II, New Delhi - 110064.
Mobile: +91- 9910693866
Tel: +91-11-46254601-07
Fax: 011 – 45510993
Email Id: contact@iotaflow.com
HINDUSTAN WATER ENGINEERING COMPANY HWE Bhavan, 47 Indutrial Area,
Mandsaur (M.P.) 458 001
Tel No. : +91 7422 256133+91 9424036822
Fax. : +91 7422 232342

Page 305 of 343


Public Tender No: 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.

VENDOR NAME ADDRESS & CONTACT DETAILS


sales@hweindia.com
FLOWTECH MEASURING INSTRUMENTS No. 900 / 2 - B, G. I. D. C., Makarpura, Near
PRIVATE LIMITED Pakona Engineering, Vadodara - 390010, Gujarat.
+(91)-9824049988
+(91)-9824459988
+(91)-(265)-2636795
+(91)-(265)-6508171

GI PIPE GROOVED FITTINGS


M/S DE.s Technico, M/S Perfect, M/S Micon/Victaulic, Merit fire and power piping
system pvt ltd., RMM Engineering products private limited, M/s Micon Engineers,or
other IOCL approved make

PART B: COMMERCIAL BID

Page 306 of 343


Public Tender No: 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 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)

1. NAME AND CORRESPONDENCE ADDRESS OF THE TENDERER

________________________________________________

________________________________________________

________________________________________________

PERMANENT ADDRESS OF THE TENDERER

________________________________________________

________________________________________________

________________________________________________

2. TELEPHONE NO. ______________________

MOBILE NO. ______________________

3. NAME OF CONTACT PERSON(s) :

__________________________________

4. NAME OF THE AUTHORISED SIGNATORY:

____________________________

Page 307 of 343


Public Tender No: 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. E Mail ID :

_________________________________________________

(B) TYPE OF BUSINESS ENTITY :-


( Pl. provide the required applicable details as under )

1. DATE / YEAR OF ESTABLISHMENT OF THE FIRM / COMPANY :

_________________________

2. SOLE PROPRIETORSHIP : - ________________________________________


(Give Name of the Proprietor)

OR

3. PARTNERSHIP FIRM:-

(Give names of the Partners and enclose scan copy of Partnership deed)

I Names of Partners:

A.

B.

C.

II. Authorized Signatory:

A.

B.

C.

OR

4. PRIVATE OR PUBLIC LIMITED COMPANY?

(upload list of Directors and copy of Certificate of Incorporation)

I. Names of Directors:

A.

Page 308 of 343


Public Tender No: 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.

C.

II. Authorized Signatory

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)

c Detail of works & Location

d Date of completion of work


Completion certificate reference No. and
e date

Completion Value of Work, as per


f Completion certificate

Note: a. Tenderer should upload copy of the above-referred work orders and completion
certificates/proof of payment as applicable

Page 309 of 343


Public Tender No: 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. Enclose a separate statement, if space is not sufficient.

(D) Annual Turnover ( as per Signed and Audited Balance Sheet including P&L account ) in
following last THREE financial years:

SL No. Financial Year Value (Rs. In Lakhs)

1
2
3

Note : Tenderer should upload copy of signed and audited Balance Sheet
including P&L account as proof of turnover.

(E) INCOME TAX DETAILS :

Income Tax Returns Acknowledgement Filed for last three assessment years (i.e.
corresponding financial years ):

ASSESSMENT YEAR DATE ACKNOWLEDGEMENT NO.

Note : Tenderer should upload copy of the Acknowledgement of Income Tax Return filed.

(F) GST CERTIFICATE :

PARTICULARS REGISTRATION NUMBER DATE VALID UPTO

Note : Tenderer should upload copies of above Tax Registration Certificates.

(H) Mode of EMD (Online EMD or BG) :

i. If paid Online :

AMOUNT
Rs.
RTGS/NEFT/NET BANKING
(Strike out, whichever is not applicable)

Page 310 of 343


Public Tender No: 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.

Transaction Detail (IOC SAP PRN


Number)

OR

ii. If Bank Guarantee submitted (following details to be given) :

Name of the BG Bank Guarantee BG


Date of BG BG Valid
Issuing Bank and No and Date Amount
issued Upto
Branch Address Rs.

Note: Scanned copy of BG to be uploaded.

OR

iii. EMD Exemption Detail :

a) MSE / NSIC Details:

MSE/NSIC/
Tendered Work is
Category MSE/NSIC/ No. Valid
covered in Certificate
(MSE / NSIC) Certificate no. upto ( If
(Yes/No)
Applicable)

b) Central Govt./State Govt. PSU, IOCL JV:


(strike out whichever is not applicable)

State whether
Name of Central Govt./ State
Central Govt./ State CIN
PSU / JV of IOCL
PSU, IOCL JV

Note : EMD Exemption declaration document to be uploaded.

(I) PAN Card No. ___________________________

(Tenderer is required to upload copy of PAN card)

Page 311 of 343


Public Tender No: 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.

(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

Works execution Plan


(to be submitted by successful To be confirmed by
6
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

Any Other information desired to be To be filled by


13
furnished by Tenderer: tenderer

SIGNATURE OF TENDERER:

Page 312 of 343


Public Tender No: 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.

DATE:

NAME & ADDRESS SEAL:

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

Page 313 of 343


Public Tender No: 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 B

PROFORMA OF DECLARATIONS TO BE FURNISHED BY THE


TENDERERS

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

Page 314 of 343


Public Tender No: 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.

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.

S/N PARTICULARS DETAILS

1 Name of the Tenderer and his


relations with the Director in our
Corporation.
2 Name of the Director of the
Corporation who is related to
the Tenderer.
3 Name of the Director of the
Corporation who is a member or a
Director of the firm.

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.

S/N PARTICULARS DETAILS

1 Name of the person

2 Post last held in IOC

3 Date of retirement

4 Date of employment in the firm

Date: Tenderer’s
Place: Signature & Seal

Page 315 of 343


Public Tender No: 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:
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.

Page 316 of 343


Public Tender No: 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 C

Shri Sanjiv Singh Dr.S.S.V.Ramakumar Shri Sanjay Kapoor


Chairman Director (R&D) SCO 3, First Floor, Sector
11,
Indian Oil Corporation Limited Indian Oil Corporation Limited Panchkula-134 112.
Corporate Office, Plot 3079/3, R&D Centre, Sector 13 Haryana
Sadiq Nagar, J.B.Tito Marg Faridabad-121 002.
New Delhi-110 049. Haryana.

Shri A.K.Sharma Shri G.K.Satish Shri ChittaRanjanBiswal


Director (Finance) Director (P& B D) Plot No.36, Prashasan
Nagar
Indian Oil Corporation Limited Indian Oil Corporation Limited Road No.72, Jubilee Hills
Corporate Office IndianOilBhavan Hyderabad-500 033.
Plot 3079/3, Sadiq Nagar No.1, Sri Aurobindo Marg
J.B.Tito Marg Yusuf Sarai
New Delhi-110 049. New Delhi-110 016.

Shri B V Rama Gopal Shri. Ranjan Kumar Shri SankarChakraborti


Mohapatra
Director (Refineries) Director (Human Resources) SMERA Ratings Limited
Indian Oil Corporation Limited Indian Oil Corporation Limited 102, 1st Floor, Sumer Plaza
SCOPE Complex Core 2 Corporate Office, Plot 3079/3, MarolMaroshi Road
Lodhi Road Sadiq Nagar, J.B.Tito Marg Andheri (East)
New Delhi - 110 003. New Delhi-110 049. Mumbai – 400 059.

Shri ParinduK.Bhagat Dr.JagdishKishwan Shri Ashutosh Jindal


A/F/1, Shapath Tower-IV B 702, True Friends Apartments Joint Secretary(M)
Opp.Karnavati Club, Above Central Sector-6, Plot-29 Ministry of Petroleum &
Bank Natural Gas
S.G.Highway Dwarka, ShastriBhavan
Ahmedabad-380 015. New Delhi-110 075. New Delhi – 110 001.

Shri VinooMathur Shri Samirendra Chatterjee Ms.SushmaTaisheteRath


Tower 10 / Flat 902 71 Vikramshila Apartments Joint Secretary
Vipul Belmonte, Golf Course Road, IIT Delhi Campus Ministry of Petroleum &
Sector 53 Natural Gas
Gurugram – 122 002. HauzKhas ShastriBhavan
New Delhi-110 016. New Delhi – 110 001.

Shri Dharmendra Singh Shekhawat Shri. Gurmeet Singh


D.S.Shekhawat& Associates Director (Marketing)
S.No.-201-202, Venkateshwara Indian Oil Bhavan, G-9,
Tower,
Central Spine, Vidhyadhar Nagar, Ali Yavar Jung Marg,
Bandra(East)
Jaipur-302 023. Mumbai - 400051

Page 317 of 343


Public Tender No: 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 D

PERFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING


(FORMAT TO BE TYPED ON BIDDER’S LETTERHEAD, AS THE CASE MAY BE)

(In the case of a Proprietary concerns)

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.

(Name, Seal & Signature of Bidder)


Place:

Date:
--------------------------------------------------------------------------------------------------------------
(In the case of a Partnership Firm)

We hereby declare that neither we,


M/s_______________________________________submitting the accompanying Bid/Tender nor
any partner involved in the said firm either in his individual capacity or as proprietor or partner of
any other firm or concern presently are or within the past three years have been or has been
placed on any blacklist or holiday list declared by Indian Oil Corporation Ltd. or by any
department of Government (State, Provincial, Federal or Central) or by any Public Sector
Organization in India or in any other country nor there is any pending inquiry 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, in respect of corrupt or
fraudulence practice(s) against us or any partner or any partner or any other concern or firm of
which he is proprietor or 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.

(Name, Seal & Signature of Bidder)


Place:

Page 318 of 343


Public Tender No: 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.

Date:
------------------------------------------------------------------------------------------------------------

(In the case of Company)

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.

(Name, Seal & Signature of Bidder)


Place:

Date:

Page 319 of 343


Public Tender No: 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 E

PROFORMA OF TENDER NOT TAMPERED


(TO BE SUBMITTED ON LETTER HEAD OF THE BIDDER DULY SIGNED)

Note: Copy to be uploaded along with tender and original to be submitted during documents
verification.

Subject: Tender No: RCC/NR/RSO/ENG/PT-266/2018-19

I/We _________________________________________________ (Name of Bidder), hereby declare


that:

• 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.

Tenderer's Signature & Seal


Date:
Place:

Witness:
1) Name & Address: ____________________________________
____________________________________
____________________________________
2) Name & Address: ____________________________________
____________________________________
____________________________________

Page 320 of 343


Public Tender No: 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 F

PAYMENT TO VENDORS THROUGH ELECTRONIC MODE


Payment system to Vendors through Electronic Modes such as EFT, RTGS etc has been introduced by
the Corporation. For availing this facility, a consent letter from the Vendor as also the Bank Account
details of the Vendor is required.

Tenderers are requested to submit their Consent Letter as per the format given below along with
the enclosures as required:-
Dated :
To ,
M/s Indian Oil Corporation Ltd.
Address

Dear Sir ,
With reference to your advise, we hereby agree to accept the payment of our bills through
“RTGS/NEFT/Electronic Mode” .
The desired bank account details are given below :
1. Vendor Code allotted by IOCL in SAP
2. Name of Beneficiary (i.e IOCL Vendor )
3. Name of the Beneficiary’s Bank

4. Address of the Beneficiary’s Bank Branch


5. Contact details of Branch with STD Code
6. Beneficiary’s Bank Account No. ( as per cheque copy
)
7. Beneficiary’s Account Type (SB/CC/CA)
8. Beneficiary’s Bank IFSC Code ( 11 Digit)
9. Mobile No of Beneficiary (One Number only)
10. E-Mail Id of Beneficiary (One Mail Id only)

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.

( Signature of Account Holder )


Seal of the Vendor
Encl : Cancelled Cheque
**** We hereby confirm that the above bank account details of beneficiary are correct in all
respects and the account of Beneficiary (IOCL vendor) is maintained at our bank branch.

(Name of Bank & Branch)


Authorized Signatory

**** Verification required only in case vendors name is not printed/appearing on the cancelled
cheque leaf being submitted to IOCL office

Page 321 of 343


Public Tender No: 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 G
SAFETY DECLARATION
I/We hereby declare and confirm that;

1. I/we shall strictly adhere to safety standards stipulated in the Safety Practices during
construction stipulated in the Oil Industry Safety Directorate (OISD) without exception.

2. I/we shall provide, without any exception, safety helmets & safety shoes to all our
employees/workmen/ labourers working at IOC locations (Retail Outlets, Consumer Outlets,
Depots, Terminals, AFS’s or any other location not specified here) for the purpose of rendering
services to the Corporation under the subject Contract

3. I/ We shall provide, without any exception, Safety Belts to all our workmen/ lobourers working
at heights (Including building roof top, canopy roof top etc) for the purpose of rendering
services to the Corporation under the subject Contract

4. I/We have read and understood the provisions of Clause 16 of the Special Terms & Conditions of
Contract regarding safety at worksites.

5. I/We shall be bound to pay a penalty of Rs. 5000/- for every incident of non-provision of safety
shoes/ safety helmet/ safety belts occurring during the pendency of the contract.

6. I/We shall take safe height working permit for working at heights.

7. I/We shall be solely responsible for any accident resulting from unsafe practices or due to non-
adherence to safety standard stipulated by the OISD. Any injury / loss of life resulting from the
above shall be solely at our risk & cost and we shall bear and pay solely and absolutely all costs,
charges and expenses including legal charges incurred in this connection.

8. That the Corporation is not bound to be responsible, legally or otherwise, for any acts and/or
consequences of unsafe practices during execution of works during the pendency of the
contract.

9. The person signing this declaration is the authorized signatory.


Signature:
Name:
Address:

Date:

Page 322 of 343


Public Tender No: 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 H

INDEMNITY BOND UNDERTAKING FOR ESIC


(On acceptance of tender, this undertaking shall be submitted on stamp paper of appropriate value)

THIS INDEMNITY BOND/ UNDERTAKING executed at


……………………………………………….this………………………………………..day of ……………………………..by M/s.
…………………………………….……………………………………………………………………… hereinafter called the
“Contractors” (which expression shall mean and include if the context so admits, the partners or
partner for the time being of the Firm and their or his respective heirs, executors and
administrators; its successors and assigns in law) in favour of INDIAN OIL CORPORATION LIMITED a
Company incorporated under the Companies Act I of 1956 and having its Registered Office at G-9,
Ali Yavar Jung Marg, Bandra (East), Mumbai 400 051, herein after called “the Corporation” (which
expression shall include its successors and assigns in law).

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.

IT IS THERFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE CONTRACTORS to


indemnify and keep indemnified the Corporation as stated hereinafter:

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

Page 323 of 343


Public Tender No: 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.

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:

Page 324 of 343


Public Tender No: 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 I

UNDERTAKING FOR GSTIN No.

(on bidder’s letter head)

(Required in case of non-availability of GSTIN number)

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:

Name & Address Seal:

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.

Page 325 of 343


Public Tender No: 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.

ANNEXUREJ

DECLARATION
(On acceptance of tender, this undertaking shall be submitted on stamp paper of appropriate value)

Sub. : Contract/Work Order No.......................................... Dated..………...............


We shall

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.

6) Personally and exclusively employ sufficient supervisory personnel exclusively to


supervise the work of our employees so as to ensure that the services rendered under this
contract are carried out to the satisfaction of the Corporation.

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.

Page 326 of 343


Public Tender No: 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) 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.

Page 327 of 343


Public Tender No: 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) 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.

Contractor's Signature Or Authorized Attorney


To be witnessed by Notary

Page 328 of 343


Public Tender No: 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-K

FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT


(to be executed on Stamp paper of appropriate value)

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.

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 Indian Oil Corporation Limited stating that the amount claimed is due by way of forfeiture of
earnest money or any loss or damage caused to or suffered or would be caused to or suffered
by the Indian Oil Corporation Limited by reason of breach by the said tenderer any of the terms
or conditions or stipulations 3contained in the said tender or by reason of the tenderer’s failure
to perform the stipulations of the said tender. 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 __________________(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.

Page 329 of 343


Public Tender No: 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. 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.

Dated the ___ day of ____ 20__


For ________________
(indicate the name of bank)

Place :
Date :

Page 330 of 343


Public Tender No: 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-L

BANK GUARANTEE PROFORMA IN LIEU OF SECURITY DEPOSIT


(to be executed on Stamp paper of appropriate value)

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.

Page 331 of 343


Public Tender No: 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. 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.

Dated the _______day of ______ 20__


For ___________________________
(indicate the name of Bank)

PLACE….
DATE……

Page 332 of 343


Public Tender No: 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 M

MODEL PROFORMA FOR JOINT PERFORMANCE WARRANTY FOR


PAINTING WORKS FOR
72 (SEVENTY TWO) MONTHS
(TO BE JOINTLY EXECUTED ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE BY
SUCCESSFUL TENDERER AND THE PAINT MANUFACTURER)

TO : M/S. INDIAN OIL CORPORATION LIMITED

SUB : 1. WORK ORDER NO._________________________________DT._______

2. AGREEMENT NO. _________________________________DT._______

This Indemnity Bond /Undertaking / Guarantee Bond executed at _______________this


____________day of month ________________ of 200____ by M/s
_________________________________________ (The successful tenderer) & M/s
________________________________ (The paint manufacturer supplying paint materials to the
tenderer),hereunder both constituents called the “CONTRACTORS" (which expression shall mean
and include, if the context so admits, the partners or partner for time being of the firms & their or
their prospective heirs, executors, administrators, successors and assigns in Law) in favour of :
M/s INDIAN OIL CORPORATI0N LTD., a company incorporated under the Company Act 1 of 1956 and
having its Registered Office at G-9, All Yavar Jung Marg, Bandra (East), Bombay -400 051, hereafter
called the ”OWNER”. (which expression shall include its administrators, successors and assigns in
Law).
WHEREAS, the “OWNER” desirous of having executed painting works specified in the work order
no.________________________ Dated ________ issued by the “OWNER” on the successful
tenderer (First constitutent of the “CONTRACTORS") who had participated in tender no.
_________________________________invited by the “OWNER” and opened on Dated ________,
has caused drawings specifications and bill of quantities showing and describing the work to be
done, prepared and the same have been signed by or on behalf of the successful tenderer.
WHEREAS the successful tenderer have agreed with the “OWNER” to execute and perform the said
work specified in the work order upon terms & conditions provided in the Agreement executed
between the FIRST CONSTITUENT of the “CONTRACTORS" and the “OWNER” and also contained in
the General Conditions of Contract attached hereto.
AND WHERE AS the paint manufacturer has fully acquainted himself and understood all the terms
and conditions attaching to the agreement entered into between the “OWNER” and the
successful tenderer regarding execution and performance of the works specified in the work
order aforementioned.”

Page 333 of 343


Public Tender No: 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.

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.

Page 334 of 343


Public Tender No: 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.

- Undertaking other heating.


- Mechanical damage.
- Fire.
- Explosion.
10.1.2 Coating areas on which repair or other works have been performed by the “OWNER”
after commencement of guarantee period.
10.1.3 Deterioration of coating system caused by physical abuse such as on walkways,
handrails, ladders etc.
10.1.4 The “CONTRACTORS” obligations are automatically waived off and void if coating
system are affected as a consequences of strikes, war, invasion, acts of terrorists or foreign
enemies, hostilities, civil war rebellion, revolution, insurrection, military or usurped
power, confiscation or Nationalization or requisition or destruction of or damage to
property by or under the order of any Government or authority and to the extent that loss
or damage is directly or indirectly caused by such circumstances or natural catastrophe.

WITNESS: “CONTRACTORS” SIGNATURES

1. SIGNATURES TENDERER’S SIGNATURES


(FIRST CONSTITUENT)

NAME :

ADDRESS : SEAL

2. SIGNATURES PAINT MANUFACTURER’S


SIGNATURES

NAME : (SECOND CONSTITUENT)

ADDRESS : SEAL

Page 335 of 343


Public Tender No: 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 N

PROFORMA OF PERFORMANCE BANK GUARANTEE FOR PAINTING


(to be executed on Stamp paper of appropriate value)

WORK ORDER NO AND DATE:


BANK GUARANTEE NO:
DATED:
AMOUNT :
VALID UP TO:
M/s. Indian Oil Corporation Limited.,

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.

Page 336 of 343


Public Tender No: 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.

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 :

Page 337 of 343


Public Tender No: 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. 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.

Dated this ___________day of _________200 .

Yours faithfully,

Signature :
Name & Designation :
Name of the Branch :
Dated :

Page 338 of 343


Public Tender No: 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 O

UNDERTAKING FOR NON·ENGAGEMENT OF CHILD LABOUR


(on letter head of bidder)

I/ We hereby declare that:

a) We are committed to elimination of child labour in all its forms.

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 :

Page 339 of 343


Public Tender No: 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- 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.

NOW, THEREFORE THIS CONTRACT WITNESSETH as follows:

ARTICLE – 1
Contract Documents

1.1 The following documents shall constitute the Contract documents, namely

(a) This contract;


(b) Tender documents as defined in the General Instructions to Tenderers;
(c) Letter of Acceptance of Tender along with Fax/ Telegram of Intent.

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".

Page 340 of 343


Public Tender No: 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.

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

Page 341 of 343


Public Tender No: 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 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

Page 342 of 343


Public Tender No: 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- Q

Undertaking for Sole Proprietor


(To be submitted on firms Letter head with signature or Plain Paper with Seal and
Signature of the sole proprietor of the firm)

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).

2. This business as said above is not undertaken/ operated by a partnership firm or


limited liability company.

3. That the content of this declaration are true and correct to the best of my knowledge
and belief.

PLACE :-

Signature of the proprietor with stamp/ seal


DATE :- Name of the proprietor:
Address of the proprietor :
Contact Nos. of the Proprietor

Page 343 of 343

S-ar putea să vă placă și