Вы находитесь на странице: 1из 234

INDIAN OIL CORPORATION LTD.

(MARKETING DIVISION),
WESTERN REGIONAL OFFICE,
REGIONAL CONTRACT CELL
9th Floor, Indian Oil Bhavan
Plot No. C-33, “G” Block, Bandra Kurla Complex,
Bandra (East), Mumbai – 400 051,

SUBJECT: Realignment/ augmentation of mechanical facilities i.e. Tank nozzles,


pipes in tank farm, pump house, TLF pipes, supply & installation of
pumps and allied facilities for handling Marpol Grade FO (380 Cst) at
Sewree-1 Terminal under MSO.

TENDER NO.

WRCC/2019-20/LT/07

DUE DATE & TIME: 07.05.2019 AT 15:00 HRS

TECHNO - COMMERCIAL BID


INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

INDEX

S.N Particulars Page No.


1 Forwarding Letter of Tender Documents 2
2 NOTICE INVITING e-TENDER 4
3 Statement of Credentials 18
4 Undertaking 19
5 Scope of Work 20
6 Special Terms & Conditions 22
7 Technical Specifications and Drawings 47
8 List of Inspection Agencies for all Third Party Inspection 171
9 Guidelines for evaluation of Contractors‟ Performance 173
10 Particulars of EMD 182
11 Performa of Declarations to be Furnished by the Tenderer 184
12 Undertaking (For Empanelled Bidder) 186
13 Format and Other Details of Tender 187
14 Indemnity Bond Undertaking for ESIC 202
15 Undertaking for Non Engagement of Child Labour 204
16 Form of Contract 205
17 Form of Bank Guarantee for EMD 209
18 Bank Guarantee Proforma in Lieu of Security Deposit 211
19 List of Director 213
20 Abbreviations & Notations 215
21 Approved Make List 216
22 Model Performa for Joint Performance Warranty for Painting Works 225
23 Do‟s & Don‟t 232
24 BOQ
25 General Conditions of Contract
26 HO Civil Work Specifications 2013 Volume I
27 HO Civil Work Specifications 2013 Volume II
Attached
28 Mechanical Specifications
Separately
29 Electrical Specifications
30 PPE Matrix
31 Safety Guidelines
32 Detailed SOR

1
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Forwarding Letter
To,

M/s _________________________
_________________________
_________________________

Tender No.: WRCC/2019-20/LT/07

SUBJECT: Realignment/ augmentation of mechanical facilities i.e. Tank nozzles,


pipes in tank farm, pump house, TLF pipes, supply & installation of pumps and allied
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under MSO
1. Indian Oil intends to invite Limited tender (e-tender) in single bid to carry out subject work(s) as
per details given in the tender document. You are requested to study the complete tender document
thoroughly, visit the site and upload your most reasonable competitive offers in e-tender website
before due date & time. The Tender document is to be studied thoroughly including logistics
involved, all tender conditions, specifications, scope of work, duration of work completion, General
Condition of contract and Safety during execution etc very carefully before uploading the quote
along with the complete set of bid.
2. We invite your most competitive reasonable lowest offer against our e-tender through website
https://iocletenders.nic.in for subject work at above locations as per the details given below,

Cost of Project
BOQ sheet in
S.N Location District Name of DO (Inc. GST)
Price bid
(Rs.)
Rs.
1 Sewree-1 Terminal Mumbai Mumbai DO BoQ
1,87,85,820.21

3. Bidders are requested to go through the “Bidder‟s Manual Kit” available in the home page of the e-
tendering portal i.e. https://iocletenders.nic.in to have a clear understanding of the steps to be
followed for bid submission. The “Bidder‟s Manual Kit” is for general reference only and the
bidders have to abide by the terms & conditions of this tender.

4. Bidders must also note that before the bid is uploaded, the bid comprising of all attached documents
should be digitally signed using digital signatures as specified in the tender.

5. The dates for downloading, uploading of documents, Earnest Money Deposit (EMD), completion
time etc shall be as mentioned in Notice Inviting Tender (NIT).

2
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

6. The Earnest Money Deposit is to be paid by way of online transfer or in form of BG ( in


case EMD value is more than Rs. 1.0 Lacs) from any Nationalized/ Scheduled Bank in
favor of INDIAN OIL CORPORATION LIMITED as per format attached in the
tender. The copy of EMD to be submitted in a sealed envelope at our Western Regional
Office before due date & time in the tender box kept at Reception area at address given
below.
M/s INDIAN OIL CORPORATION LIMITED
ENGG. DEPARTMENT, MSO, Indian Oil Bhavan – BKC,
Plot C-33, G Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400051

6. Tenders uploaded in e-tender website without submission of requisite EMD before due date &
time shall be summarily rejected.
Empanelled bidders (w.r.t Tender No WRCC/2017-18/PT/23) who have submitted Permanent EMD need not
to submit bank instrument of EMD. Other Empanelled bidders have to submit EMD instrument for the value
defined in NIT.
CENTRAL/ STATE PSUs, JVs OF INDIANOIL AND MSME (ERSTWHILE NSIC) REGISTERED PARTIES
ARE EXEMPTED FROM PAYMENT OF EARNEST MONEY DEPOSIT.
In all cases whether you need to submit EMD instrument or exempted, you are required to scan the
EMD instrument/Exemption document/CR of Permanent EMD and upload with tender documents
at appropriate place.
7. Bidder shall upload a signed & scanned copy of the duly filled details in credential, technical bid
abstract, holiday listing and declarations attached with this tender / NIT towards their acceptance of
the terms & conditions of the tender along with the EMD instrument/CR/NSIC/MSME registration.
Bidders are also requested to upload the complete tender documents as provided by the Corporation
towards their acceptance of all the terms & conditions of the tender before due date & time failing
which the bid shall be summarily rejected.
8. The bidders are requested to upload financial turn over for the three (3) previous financial years (as
per audited balance sheet) ending 31/03/2018 (i.e. 2015-16, 2016-17 and 2017-18). The copy of
balance sheets should be uploaded while uploading the tender documents on e-Tender portal.

9. Conditional offers are liable for rejection.


10. The Corporation reserves the right to reject any or all tenders without assigning any reason
whatsoever and may or may not accept the lowest tender.
Thanking you,
Yours faithfully,
For INDIAN OIL CORPORATION LIMITED

Chief General Manager (Contract Cell), WR

3
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

TENDER NOTICE

INDIAN OIL CORPORATION LIMITED


(Marketing Division)
ENGINEERING DEPARTMENT, MSO
Indian Oil Bhavan, Plot No. C-33, G Block, Bandra Kurla Complex
Bandra (E), Mumbai – 400 051.

NOTICE INVITING e-TENDER

Tender no: WRCC/2019-20/LT/07

Indian Oil Corporation Limited invites e-tenders in prescribed tender form under single bid
system from bonafide contractors as per following details:

Tender Download
Name of Work Period (both days Contact Person
inclusive)

Realignment/ augmentation of
mechanical facilities i.e. Tank
nozzles, pipes in tank farm, pump Ch, Mgr(Contracts),
house, TLF pipes, supply & Indian Oil Corporation Limited,
(Marketing Division),
installation of pumps and allied 30.04.2019 at
Western Region Office,
facilities for handling Marpol 15.00 Hrs.
Indian Oil Bhavan, 9th Floor,
Grade FO (380 Cst) at Sewree-1 Plot No. C-33, G Block,
Terminal under MSO. to
Bandra Kurla Complex,
Bandra (E), Mumbai – 400 051.
Download tender document from 07.05.2019 at
https://iocletenders.nic.in 15.00 Hrs.
e-mail address:
avparmar@indianoil.in
Free of cost using digital signature &
registered User ID. Tel: 022-26722420

4
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

NOTICE INVITING e-TENDER

Limited e- tender is invited on single bid system from competent, quality conscious, experienced,
financially and technically sound contractors meeting Qualifying Parameters along with other
details given below for the following work. Tenderers are advised to download „Notice Inviting e-
Tender‟ along with other tender documents from the e-tendering portal
https://iocletenders.nic.in.While the tender shall be submitted online in soft copy on our e-tendering
portal.

S.No Description Details

1. Tender No
WRCC/2019-20/LT/07
Realignment/ augmentation of mechanical facilities
i.e. Tank nozzles, pipes in tank farm, pump house,
2. Name of Work
TLF pipes, supply & installation of pumps and allied
facilities for handling Marpol Grade FO (380 Cst) at
Sewree-1 Terminal under MSO

Area of work : Geographical


Sewree-1 Terminal, Mumbai
3. Area of all Revenue Districts
Rs. 1,87,860/- (One Lacs Eighty Seven Thousand
Eight hundred and Sixty Only) (BG/ ONLINE)

EMD should be deposited as detailed below:

 Online EMD payment through Net Banking or


NEFT/RTGS
 Bank Guarantee as an instrument towards
Earnest Money Deposit Earnest money deposit shall be accepted
4.
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 and Reverse Auction Manual
attached separately along with the tender.

Offline EMD payment through Demand Draft (DD),


Bankers Cheque (BC) and Swift Transfer shall not be
accepted.
5
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

S.No Description Details

The exemption option available in the online EMD


payment mode shall be availed by the bidders who
are exempted from EMD payment and also by the
bidders permitted to submit Bank Guarantee (BG) in
lieu of EMD as per Tender conditions.

A scanned copy of the Bank Guarantee or exemption


certificate in case of MSE or exempted category
bidder shall be uploaded along with the tender
documents in the appropriate link.

Original BG (For parties otherwise permitted to


submit the BG in lieu of online EMD) shall be sent by
the bidders/bank to Tender Issuing Authority as
mentioned below and it should reach the Tender
Issuing Authority before date of opening of 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.

Only those physical BG instruments found matching


with the copy submitted in the e-portal shall be
considered as valid.

Bank Guarantee is to be executed by Nationalized /


Scheduled Bank towards EMD and should be valid for
a minimum period of 07 (SEVEN) months from the
date of opening of technical bid.

If needed, validity of BG should be extended by the


party / Bank.

Bank Guarantee should be submitted as per enclosed


Performa only by the Tenderer. Such BG should be

6
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

S.No Description Details


submitted only in a sealed envelope and should not
be in open condition.

If BG towards EMD is submitted in any manner other


than aforesaid, the Tender is liable to be rejected

Exemption from submission of EMD:


 Central/State Public Sector Undertakings/JV’s
of IOC and Micro and Small Enterprises (MSEs)
having valid registration are exempted from
submitting EMD.

MSEs must be registered with any of the following in


order to avail the benefit of exemption from
submission of EMD:
a) District Industries Centers (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)
h) Any other body specified by Ministry of MSME

Note: Against UAM, copy of acknowledgement


generated online shall be acceptable.

MSEs participating in the tender must submit the


certificate of registration with any one of the above
agencies along with their bid, failing which the
Bidder will be treated as general bidder and will not
be eligible for any benefit under the MSE Act 2012 or
regulations there under.

The registration certificate issued from any one of


the above agencies must be valid as on closing date
of the tender. The MSEs who have applied for

7
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

S.No Description Details


registration or renewal of registration with any of
the above agencies/bodies, but have not obtained
the valid certificate as on closing date of the tender
are not eligible for EMD exemption. The EMD
exemption shall be irrespective of whether the MSE
is registered for the tendered item.

It may be noted that this is a works contract and


therefore purchase/price preference for MSEs will
not be applicable for this tender.

 Bidders not paying EMD or not submitting


valid exemption certificate on or before
tender submission date and time will be
summarily rejected.
If the party has submitted permanent ISD, SD from RA and
final bills shall be deducted @ 5% against each work. In
5. Security Deposit case the party has not opted for permanent ISD, then, SD
@ 10% shall be applicable for the work in line with the
empanelment tender condition.
Estimated Value of Work
6.
(Inclusive of GST) Rs. 1,87,85,820.21

7. Download Period of Tenders

a) STARTS ON 30.04.2019 at 15:00 Hrs


b) CLOSES ON 07.05.2019 at 15:00 Hrs
8. Pre-Bid Meeting N.A.

9. DUE DATE & TIME FOR

a) Upload of Tender Documents 30.04.2019 at 15:00 hrs

b) Opening of Tenders 08.05.2019 at 15:00 hrs


9a Number of contractor required One
10. Validity of Tender Four (4) Months from date of opening of Technical Bid
4 (Four) Months from date of handing over of site or 10th
11. Work Completion Time
day from the date of Commencement Order, whichever is
8
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

S.No Description Details


earlier.

12. Cost of Tender Documents This tender being e-tender, there is no tender fee.
a. Tenders can be downloaded from website https://iocletenders.nic.in. All bidders who shall
be downloading tender documents from web sites are advised to visit the e-tender web site
till the end date of download period of tender document for any changes or addendums.
b. E-tender in single bid system consisting of Techno-commercial and Price Bid is invited
from reputed, established and financially sound parties for the works as above.

PRICE BID/SOR: The price bid shall be on percentage basis i.e., bidders have to quote
percentage above or below our offered rate in the price bid. The percentage rates shall be
13
applicable on all the items given in the price bid/SOR.

Tender Evaluation Criterion:


i. The bid of all the bidders submitting their bids through e-tender website
before due date and time shall be opened on due date & time of opening.
ii. Bidders are advised to submit their most competitive lowest quote in fixed
percentage above (+) / below (-)/ at par (0) over the total amount
indicated in the ‘Price Schedule’/’BOQ’ (Price Bid) at appropriate place as
per format of price bid (excel file) of e-tender attached with tender
documents. The quoted rate in percentage shall be applicable uniformly
on all items of Schedule Of Rate (SOR)/ Purchase Requisition (PR) attached
separately with the tender document.
iii. Comparative statement of qualified bidders shall be made based on the
14 ascending order of the valid bids received.
iv. After opening the price bid, party who has quoted the lowest rate (L1 rate)
derived on the basis of net landed cost basis will be considered for award
of work, with or without negotiation as per the policy of the Corporation.
v. In case of tie between two or more bidders at L-1 position, all the L1
bidders shall be asked to submit discount bid in terms of percentage
discount over previous quoted amount in a sealed envelope. The sealed
envelope shall be jointly opened by two IOCL officers and the L-1 bidders
can witness opening of the covers if they so desire.
vi. In case there is a tie again, the tenderer who is having higher Annual
Turnover (upto three decimal points) during any of the following three
financial years (2015-16; 2016-17 and 2017-18) shall be considered as L-1
9
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

S.No Description Details


Bidder.
For this, IOCL shall ask specifically to the L-1 bidders for submission of
copies of the documents and production of the original documents ( for
verification) towards proof of the Annual Turn Over i.e. Audited Profit &
Loss A/c and Balance Sheet for the respective Financial years duly certified
by registered Chartered Accountant.
vii. The tender will be awarded to the L1-bidder finalised through above
methodology, with or without negotiations, as per Corporations’ Policy.
viii. Negotiations will not be conducted as a matter of routine; however IOCL
reserves the right to conduct negotiation with the L1 party.
ix. The decision of IOCL to accept or reject any offer of a bidder shall be final.
In this regard, no correspondence shall be entertained by IOCL.
 Note: If the bidder fails to accept the work order placed at their originally
quoted or subsequently negotiated rates, as the case may be, IOC may initiate
action to debar them from participating in future tenders which may include
putting them on holiday list. Once the quotation is accepted and the work
order placed on the successful bidder, the rate shall be firm and unaltered and
no escalation of what so ever nature including increase in statutory levies will
be permitted unless otherwise defined exclusively.

TENDER DOCUMENTS
a) Bidders can download the tender document from our e-tendering portal
https://iocletenders.nic.in free of cost using their valid Digital signature certificate (DSC)
15
and registered login ID.
b) Tender documents are non-transferable and tender has to be submitted by the party in
whose name tender has been downloaded from tender website.
Submission/Uploading of Tender:
(a) Having completed offer in all respect, bidders should upload Techno - Commercial bid
along with Price Bid and other supporting enclosures in e-tender web site. Bids must be
uploaded well before due date and time mentioned above. No physical documents except
copy of EMD and as mentioned in the tender document for offline submission, of tender
16. documents shall be accepted for any reason whatsoever and IOCL will not take any
responsibility for the delay in submission/uploading in e-tender portal.
Note:
Kindly ensure that techno commercial and Price bids are uploaded in right folders of e-
tender website.

10
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

S.No Description Details


The tender shall be liable for rejection inter-alia on following grounds:
a) Party is holiday listed or black listed.
b) Conditional Offer
17.
c) Stipulates the validity period less than what is stated in the Tender Form.
d) Stipulates his own conditions.
e) Non submission of EMD.
General Condition of contract contains provision for arbitration and alternative dispute
resolution machinery under section 9, which stands deleted. Further, the reference to arbitration
25 and alternative dispute resolution machinery provision contained in any other item and
condition of GCC, which may be general and special in nature shall also stand deleted to the
extent, the said contents are applicable to the arbitration provisions.

Incomplete Tenders are liable for outright rejection without any further communication to the
26
parties and decision of Indian Oil in this respect will be final.

Indian Oil reserves the right to reject the tender of any or all the applicants without assigning
27
any reason whatsoever at its absolute discretion.

Tax Clause:
Our GST No is as below,

For State of Maharashtra : 27AAACI1681G1ZP

The following clauses shall be applicable:

GST CLAUSES :
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
11
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Compensation Cess Acts, also includes any duties, cess or statutory levies levied by
central or state authorities.
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,
12
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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.
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

13
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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 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

14
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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.
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.
15.12 Tenderer to confirm on their letter head whether they are registered in GST (Yes/ No). If yes
then they should provide GSTIN. Also to confirm whether they are opting for composite scheme
(Yes/ No). If yes, bidder to confirm that bill of supply will be issued and no GST will be charged
(Yes/No).
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.
16.3 As per GST Law & Procedure, in case, eway bill is required to be generated for supply of
materials, the contractor will be required to provide the eway bill as per the GSTN
common portal meant for eway bill.
17 Works Contract / Composite Supply / Mixed Supply
17.1 Works contracts as defined under the GST law includes Contracts for Building,
Construction, Fabrication, Completion, Erection, Installation, Fitting out, Improvement,
Modification, Repair, Maintenance, Renovation, Alteration or Commissioning of any
immovable property wherein transfer of goods is involved in the execution of such
contracts.
15
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Composite Supply has been defined as supply in which two or more supply of goods or
service or both or any combination are naturally bundled and supplied in conjunction
with each other in the ordinary course of Business, and then the rate as applicable for
principal supply will be applicable on the entire transaction.
Mixed supply has been defined as supplies of goods or service or both which are made
in conjunction with each other for a single price and which does not constitute a
composite supply then the rate as applicable for the highest rate will be applicable.
In view of the above various definitions under GST law, bidders are required to evaluate
the jobs to be undertaken covered under the tender and quote accordingly by taking in
to account the nature of Job read with the legal provision.
17.2 The place of supply in relation to an immovable property shall be the location at which
the immovable property is located or intended to be located. Hence the bidders have
to seek registration at the locations where the work is intended to be carried out.
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.
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

2. TAX IMPLICATION:
1.1 The Tender is applicable for bidders registered as regular (Non Composition) Scheme of
GST only.
1.2 The evaluation will be based on Net Landed Cost to IOC. Net Landed Cost will be arrived
as defined below:

16
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Net Landed cost = Basic Price + Applicable GST – ITC (as Applicable)
1.3 This work is to be undertaken at Sewree1 Terminal, so IOC shall be eligible for 19.26%
ITC. Comparison and evaluation of the bids shall be done accordingly at the Net landed
cost after considering the applicable GST and reducing the eligible ITC. Specimen
sample for method of evaluation is as under.
Sr. No. Particulars Regular Registered
Dealer (Bidder 1)
a) Basic Price quoted 100
b) GST chargeable (Say) 18%
c) Total including GST (a+b) 118.00
d) Less: GST ITC available 18X19.26%=3.47
(19.26% for above case)
e) Net Landed cost (c-d) 114.53

1.4 The Bidder will be required to quote GST rate applicable for him in the BOQ along with
the Percentage rate quote on the work.
1.5 After opening the price bid, party who has quoted the lowest rate (L1 rate) derived on
the basis of net landed cost basis will be considered for award of work, with or without
negotiation as per the policy of the Corporation.
1.6 The bidder is to indicate GST rate in the BOQ as per their understanding of applicable
HSN/SAC Code. In the absence of these details in the BOQ, evaluation shall be done
considering current GST rate envisaged by IOCL as indicated in tender document.

17
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

STATEMENT OF CREDENTIALS

Details of annual turnover in Rs. Lacs in last three financial years:

Year 2016-17 2017-18 2018-19

Turnover

Copy of audited & certified Balance Sheets and Income Tax Assessment Order for the
above three financial years are to be uploaded. In case of non-availability of Audited
Balance Sheet (Profit & Loss Account Statement)/ published accounts of the FY 2018-19,
the Audited Balance Sheet (P&L Statement)/published account of FY 2015-16 shall also be
acceptable.

NOTE:

(A) Tenderers must note that incomplete information and/or data not furnished in the
prescribed formats are liable for rejection without any reference to the tenderer.
(B) All the above required information is necessarily to be provided by the bidders.
(C) Power of attorney for the person signing the tender documents should be attached.

18
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Undertaking:

(1) Undertaking that the tenderer is not on holiday list shall be given in the enclosed
proforma. (Strike out whichever is not applicable)

(2) We hereby confirm that all the information mentioned above in the Statement of
Credentials is correct. We understand that in the event any of the information given
above is later found to be forged or incorrect, Indian Oil Corporation will be at liberty to
cancel our empanelment and forfeit our EMD or Security Deposit including placing us on
holiday list.

NAME OF THE CONTRACTOR

SIGNATURE

ADDRESS

STAMP

DATE

19
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

SCOPE OF WORK:

1. The brief scope of the works are detailed as below but not limited to following:
1.1 Supply, installation, testing and commissioning of 02 nos. twin screw pumps as per
API 676 (latest edition) suitable for Furnance Oil of viscosity 380 Cst of 3600LPM
and 50M head including supply, installation, testing and commissioning of FLP
motors with flameproof starter, basket type strainers (3600 LPM) with differential
pressure gauge, NRV, Auto re-circulation valves, pressure gauge on suction and
delivery side.
1.2 Supply, erection, testing and commissioning of pipes, pipe fittings, valves etc.
1.3 Making pipe modifications in TLF pump house, TLF, tank farm etc including
dismantling and re-laying existing pipes, fittings, equipments etc.
1.4 Contractor should submit data sheet of items before procurement for approval of
IOCL.
1.5 After the completion of job, contractor should submit as built drawings.
1.6 Entire work is to be carried-out as per the approved scheme in coordination with the
Location in-charge, Engineer-in-charge, IOCL appointed TPI and technical
specification given ahead in the tender or as directed by Engineer in Charge. The
quantities mentioned in the price-bid/BoQ are tentative. The successful bidder is
required to immediately assess the quantities as per the requirement of the site and
supply them at site as per the requirement after approval of Engineer-In-Charge.
Under no circumstances, the deviation in quantities and specification will be
accepted without prior approval of Engineer-In-Charge.

2. Project Site/Locations:

Sr. Locations in Maharashtra state Location-in-charge Telephone


No. number
1. IOCL- Sewree-, Terminal. Sri N S Bajirao, 022-24175414
DGM(T)

The tenderers are requested to inspect the site and acquaint themselves with the site
conditions, approach, power, water, lead etc. prior to quoting the rates.

20
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

The above terminals are Licensed Premises operating with Petroleum Products, where the
safety is of utmost importance. The contractor has to abide by all safety precautions, rules
and regulations of the location.

21
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

SPECIAL TERMS AND CONDITIONS OF CONTRACT

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

a. Clause 2.6.1.0, 2.6.2.0 & 4.5.0.0.


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

Further, the bidders hereby agree that the Court in the city of Mumbai, Maharashtra alone
shall have the jurisdiction to entertain any application or other proceedings in respect of
any dispute arising under this contract.

3. Acceptance of Work Order by Tenderer:

I. After communication of the Corporation‟s acceptance of the contractor‟s tender, if


the contractor fails to return the duplicate copy of the LOA/LOI/work order and
agreement duly signed in token of their acceptance within 10 days, the EMD is
liable to be forfeited by the Corporation, with or without any further reference to the
contractor.

II. On acceptance of the quotation, the successful contractor will have to execute an
agreement with the corporation covering all aspects of the contract in standard form
(issued by IOCL/attached in the tender), immediately before commencement of the
works. The intending tenderers should acquaint themselves with the provisions of
standard agreement prior to quoting.

III. When the party signing the agreement is not the sole proprietor, necessary power of
attorney authorizing the person who is acting on behalf of the firm should be
produced before execution of the agreement.

IV. If the Contractor does not start the work by the above stated period and if the
Corporation is not satisfied with the reason for not starting the work in time or if
Contractor refuses to carry out the work due to any other reason, the Corporation
can cancel that work order by giving a Registered Notice after the expiry of the

22
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

specified period as per the order and the same work shall be carried out by any
other Contractor at the entire risk and cost of original Contractor.

V. In the event of such cancellation, the ISD/SD for the subject work, Earnest Money
Deposit and/or Permanent Earnest money Deposit will be forfeited and the
empanelment of the contractor in all categories shall be cancelled forthwith, without
any further intimation to the contractor. In addition the Corporation also reserves
the right to holiday list the contractor in the event of such default.

4. Selection of Parties:

Placement of the Contract for the technically qualified tenderer on the lowest price shall
be done in the manner explained above in the tender document.

5. Completion Period:

a) Completion period of each of the site will be 4 months from the date of Site
Handing over or 10th day from the date of Commencement order, whichever is
earlier, for the respective sites.

b) Detailed work order shall be given on completion of contract formalities by the


successful bidder. This shall not become a constraint for commencement / progress
of work.

c) The work is required to be carried-out at a location where petroleum products are


stored and handled for which safety is of paramount importance. Due to safety and
other operational constraints, the work may be suspended intermittently by the
Corporation during the progress of work. The days/period of suspension will not be
counted in ‘working days’. A hindrance record is to be maintained at site and will be
certified by the site engineer. Weekdays/holidays when work is suspended by the
Corporation, will also be counted in suspended days.

d) Working hours of the location are from 08:30 to 17:00 Hrs on week days. However,
contractor should make adequate arrangements for carrying out the work in
extended hours beyond 17:00 Hrs on weekday and / or holidays, if permission is
given.

e) In case contractor fails to complete the works, as above, price adjustment for delay in
completion shall be made, as per clause 4.4.0.0 “General Conditions of Contract’, by
way of discount @1/2% of contract value for the delay per week or part thereof,
subject to a maximum of 10% of contract value. The same shall be recovered from
the bills for the delays attributable to the Contractor.
23
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

f) During the progress of the work, price adjustment for delay in completion shall be
deducted at applicable percentage from RA bills, on cumulative value of the work
done upto the concerned RA bill. However, in cases of abandonment of the site or
termination, the price adjustment for the delay shall be applied in line with the GCC
clause 7.0.9.0 on the total contract value as specified in the acceptance of tender.

g) This will be in addition to and without prejudice to the other rights available to the
Corporation under the said GCC. Time for all the facilities covered in the schedule of
works will commence concurrently.

6. 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.

7. Rates:
The rates quoted shall include all costs, allowances, any charges including any
enhanced labour rates etc except GST which will be paid as actual as applicable.
8. Secured Advance:

No Secured Advance to be paid against any materials.

9. Mobilization Advance:

No Mobilization Advance will be paid.

10. Manpower at site by Contractor:

The successful tenderer within 10 days of receipt of acceptance of tender, name an


graduate engineer responsible for the job at site on behalf of the contractor as per clause
4.0.3.0 and 4.0.3.1, Performance of work, section 4, of GCC. Bidder should give in writing
to the Corporation, the name of his authorized and qualified engineer who will supervise
the work and shall remain at the site during execution of the job.

Required qualification for the engineer shall be as tabulated below:

24
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

11. Firm Price:


Once the offer is accepted and agreement executed, the rates shall be valid till the
completion of works in all respects and no escalation whatsoever will be entertained due
to extension of time on any grounds. Similarly no variation or reimbursement shall be
entertained due to revisions in statutory tax or levies imposed by the Governments of
State or Centre.

12. Notwithstanding the sub divisions of the tender document into several sections and
volumes, every part of each shall be deemed to be supplementary of every other part and
shall be read with and into the contract so far as it may be practicable to do so.

13. In case of contradiction between Indian Standards, General Conditions of Contract, Special
Conditions of Contract, Specifications, Drawings, Schedule of Rates, the following shall
prevail in order of precedence.

 Formal contract
25
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

 Acceptance of tender
 Price schedule annexed to the work order.
 Agreed variations annexed to the work order.
 Addenda to tender documents.
 Special terms and conditions of contract
 Instructions to tenderers
 General conditions of contract

In case of difference in specifications of material/works at different places of tender,


stringent specifications as decided by PMC (Project Management Consultant) /IOCL will be
considered for execution.

14. The tenderer shall before tendering and shall be deemed before tendering to have
undertaken a thorough study of the proposed work, the job site(s) involved, the site
conditions, soil conditions, the terrain, the climatic conditions, the labour, power, material
and equipment availability and transport and communication facilities, the availability of
transport, the availability of land for right of way and temporary office and
accommodations, quarters, and all other facts and facilities necessary or relevant for the
formulation of the tender, supply of materials and the performance of the work. Without
prejudice to the foregoing, the tenderer may be allowed access to any information
regarding the site of the work, the investigations conducted relative thereto, such as soil
investigation etc. But, these shall be only indicative in nature and the tenderer are
expected to collect their own data for preparation and submission of their tender. Any
claim at a later date based on either incorrectness or inadequacy of the information/data
made available by the OWNER/tenderer to a tenderer shall not be entertained. The
OWNER/tenderer shall be fully absolved of any and all liabilities in this regard. Since the
location is a licensed premises, handling with petroleum products, where the safety is of
at most importance; the Contractor needs to adhere to the working hours of the Terminal.
No one from the Contractor’s side will be allowed to stay at the location beyond working
hours unless specific permit/permission is given.

15. The tenderers are advised to submit their offer strictly as per the terms and conditions
and specifications contained in the tender document and not put forth conditions/
counter conditions.

Conditional tenders received subsequent to the pre bid meeting tenders shall render the
offer liable for rejection. Tenderers must also note that documents in support of qualifying
parameters are submitted along with the tender failing which tenders received will be
rejected without further notice to the tenderers.

16. In case any bidder considers it inevitable or unavoidable to make certain deviations from
requirements and stipulations of the Tender Document, such bidder shall bring out the
same separately and prominently in a separate statement uploaded with the technical bid
26
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

of the tender so as to make it prominently noticeable by the authority opening the tender.
Such a statement should clearly indicate the particular page number, clause, or section of
the Tender Document deviated from, the scope and extent of the deviations and
explanation as to why the said deviation is considered inevitable or unavoidable in the
view of the consultant.

17. The Corporation reserves the right to accept any tender in whole or in part and reject any
or all tenders without assigning any reasons. The Corporation reserves the right to accept
more tenders in part.

18. The OWNER reserves the right to consider/evaluate only substantially responsive tenders.
A substantially responsive tender is one, which, in the opinion of the OWNER (which shall
be final amid binding on the contractor(s), substantially conforms to all the terms,
conditions, specifications and requirements of the Tender Document without material
deviations or reservations in respect of any of the following:

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


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

19. After communication of the Corporation's acceptance of the tenderer’s Offer, the
successful tenderer shall be required to execute a formal contract in accordance with the
Form of Contract within 10 (ten) days from the date of receipt of Letter of Acceptance
from the OWNER, or such extended time as may be permitted by the OWNER for the
purpose to do so, before commencement of works. If the successful tenderer fails to
return the duplicate copy of the work order and the Agreement duly signed in token of
their acceptance, the work order may be cancelled by the Corporation, without any
further reference to the contractor / fabricator. In case the contractor fails to adhere to
the time limit specified above or if the rate of progress is considered not satisfactory, the
Corporation will be at liberty to terminate the contract and get the same executed by any
other agency entirely at the cost and risk of the original contractor.

20. Security Deposit:

As per Section 2, clause 2.1.1.0 of the GCC, the successful tenderer shall pay security
deposit in the amount equivalent to 10% of the total work order value in any of the
following modes. If the party has submitted permanent ISD, SD from RA and final bills shall
be deducted @ 5% against each work. In case the party has not opted for permanent ISD,
then, SD @ 10% shall be applicable for the work in line with the empanelment tender
condition.

27
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Initial security deposit: The successful tenderer within 10 days of receipt of ‘Letter of
Acceptance” issued by owner shall deposit initial security deposit in an amount equal
to 2.5% (Two and a half percent) of the total work order value in any of the following
modes.

a. Demand draft/ Pay order drawn on a nationalized/scheduled bank drawn in favour of


Indian Oil Corporation Limited payable at Mumbai. (Cheques shall not be accepted)

b. Balance security deposit will be recovered at the rate of 10% of gross certified value of
work from incoming running bills till such time entire security deposit is recovered.

The security deposit collected as per the terms shall be released after a period of 12
Months from the date of completion of works subject to the relevant clauses of the
GCC. The SD shall not carry any interest.

21. 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.

22. All information disclosed to the tenderer by way of the Tender Documents shall be
considered confidential and shall not be disclosed to any party by the tenderer except as
may be necessary for carrying out the work. Where it is found that any tenderer has
violated and has disclosed sensitive and vital information impugning on the security of the
installation/national security, necessary action, as may be called for, may be taken against
the tenderer concerned in addition to his being liable to be black listed and/or barred
from participating in future bids.

23. 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.

24. Power Supply:

The contractor shall make his own arrangement for power required for the work at his
cost. DG set of suitable capacity may be installed and operated by the contractor at his
cost. IOCL shall not be responsible for power supply and contractor shall ensure proper
28
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

supply of electricity to meet the schedule. If surplus power is available, the Corporation
may provide the same to contractor in as per the conditions stipulated in GCC.

The electrical works shall be carried out through Licensed Electrical personal only.

25. Contractor’s Scope of Supply:

All materials including cement, reinforcement, structural steel, steel plates, consumables,
testing appliances, tools and tackles and all materials necessary for completing the work
shall be supplied by the Contractor at his own cost. No claim/ delay on this account will be
entertained by the Corporation.

Corporation reserves the right in selection of best makes of materials to be procured by


the contractors & contractor shall procure the same only up on the approval by site in
charge. List of approved makes for different materials is enclosed with the tender. Make
of material to be used at site should conform to the list of approved makes.

26. The contractor shall submit a bar chart detailing the planned execution of work. Such bar
charts shall be got approved by IOC before commencement of work. For ready reference
these charts shall be displayed in the site office at all times.

27. Tenderers to submit construction execution plan for completion of the works as per
completion time indicated in the tender while submitting the offer. Site organization chart
for works proposed shall also be submitted. Detailed list of equipment proposed to be
deployed to site for taking up works shall be enclosed while submitting the offer.

28. Contractor shall mobilize additional manpower, equipment, tools & tackles if so instructed
by IOCL in the interest of program of work. If necessary the Contractor shall work overtime
or in additional shifts in a day. The Contractor shall not be entitled to any extra
compensation or remuneration for overtime or additional shift working. The Contractor
shall be expected to work on Sundays and Holidays, if necessary, without extra
compensation.

29. Observation of Statutory Regulations

The successful tenderer will abide by the Rules, Regulations, Bye-laws and Statutes, etc.
imposed by the Government/ Semi Government and other local governing bodies for
execution of this job.

Before commencement of wok the Contractor shall apply and obtain all necessary
declarations and clearances required under law for construction work.

29
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

The Contractor shall maintain all the statutory records at site, as required and shall be
required to execute indemnity bond undertaking and declarations as per enclosed format
for Provident Fund and Contract Labour Acts.

The Contractor shall keep the Owner indemnified from and against all personnel and third
party claims whatsoever (inclusive of all costs incurred between attorney and client)
arising out of any act, omission or inter omission on part any sub-Contractor or agent, sub-
agent, IOC or employee of the Contractor or any sub-Contractor, whether committed,
omitted or arising with in or without the scope of the contract, sub-contract, agency or
employment, as the case may be.

During the execution of works, the contractor should ensure adherence to safety systems
and procedures.

30. Labour Agreement:

The Contractors who are working in the establishments through Contract Labour shall be
fully responsible for observance of all rules and regulations as per the Contract Labour
(Regulation and Abolition) Act 1971 and obtain a licence from the Assistant Labour
Commissioner concerned and produce the same to IOCL. In this connection, tenderers
shall abide by all the conditions of Appendix II and I enclosed with the GCC. The Principal
Employer certificate shall be given on written request from contractor by IOCL.

31. Building Construction Workers Act.

The contractor shall sign a declaration that they will not engage any child labour, for the
corporation’s work, as per various labour laws applicable to them. In case the claim is
found to be fake at a later date, the contract shall be terminated forthwith.

32. PF Registration:

The tenderers shall indicate his/ their PF code number in the Statement of Credentials
enclosed with the tender along with PF registration. The successful tenderers shall abide
by all the requirements and submit copies of all registers/ returns etc filed by them before
the Corporation releases final dues.

33. Audits:

This project is subjected to inspection by various audit / vigilance agencies of government


of India / Indian Oil Corporation Limited. If any inspection of works is carried by such
agencies, Contractor shall extend his full co-operation to these agencies in examining
records, works etc. On inspection by such agencies, in their inspection report, if it is
pointed out that Contractor has not carried out work according to guideline laid down in
30
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

this tender document and also if any recoveries in some items is pointed out therein,
same shall be recovered from Contractor’s RA bills / final bills. The items under dispute
shall not be paid in full till inspection agency gives their No – objection report.

34. Meetings:

The partners or Directors of the Contractor shall meet the officers of the PMC/ IOCL at the
site of works or at their respective offices whenever requested to do so.

Weekly site co-ordination meetings shall be attended by the Contractors working on site &
proper intimation should be given to the PMC / IOCL in order to monitor the project more
efficient way. The relative decision for the execution of tender items shall be given in
these meetings by PMC / IOCL by producing working drawings / handmade sketches if
any.

35. Any omissions/deviations noticed in the item without the prior written approval of the
Corporation, shall result in rejection of the contractor’s / fabricator’s claim for payment
for these items.

36. Any additional work that may become necessary during course of execution of works as
authorized by our site in charge shall be immediately got approved prior to taking up the
work duly forwarding the details, nature of works etc as per relevant clause of the GCC.
The Corporation also reserves the right to operate or not operate or partly operate any
item mentioned in the schedule.

37. It shall be contractor’s responsibility to obtain approval for any revision and/or modifications
decided by the contractor from the site -in-charge before implementation. Also such
revisions and/or modification if accepted / approved by the site-in-charge shall be carried
out at no extra cost to the owner.

Any changes required during and/or after approval for detailed construction drawings due
to functional requirements or for efficient running of system keeping the basic parameters
unchanged and which has not been indicated by the Contractor in the data / drawings
furnished along with the offer, will be carried out by the contractor at no extra cost to the
owner.

38. Extra Items:

The Contractor shall not deviate from the standard drawings and scope of work and
specifications unless specific instruction in writing is given by work order issuing authority.

31
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

If during the execution of work, need is felt to execute some items not originally covered
in the scope of work or not shown in the drawings, the Contractor shall execute the same
based on procedure mentioned in GCC.
If the changes in drawings or scope of work result in to change in particular items of work,
recovery or additional payment shall be made on the basis of proper rate analysis.
Decision of IOC on the rate for extra item shall be binding on the contractor. Extra works
carried out for the items which are not covered in Price Bid, HO SOR rate of the respective
DO for the respective items will be considered.

39. Site Office:

The Contractor shall provide, fit–up and maintain in at approved position proper
temporary office accommodation for his staff. Contractor’s offices shall be open at all
reasonable working hours to receive instructions, notices or communications and clear
away on completion and make good all works distributed.

40. Removal of debris/ surplus material:

The site will be handed over to the party on “as is where is” basis.

The Contractor shall take care for cleaning the working site from time to time for easy
access to work site and also from safety point of view.

Working site should be always kept cleared up to the entire satisfaction of the Site
Engineer.

Contractor shall arrange to dispose off debris, wood shaving and any other waste product
created while carrying out the work, inside / outside IOCL’s premises as instructed by the
PMC / IOCL. The Contractor shall take due care while disposing of such waste materials
and ensure that any rules / regulations lay down by Local Authorities, IOCL or any other
statutory body are not violated. The Contractor shall be responsible and answerable to
any complaint arising out of improper disposal of wastage. Quoted rate shall include the
cost of same and no extra payment shall be made towards this account.

41. Protection of Work Done:

During inclement weather the Contractor shall suspend concreting and plastering for such
time as PMC / IOCL may direct and shall protect from injury all works in the course of
erection.

Should the work be suspended by reason of rain, strike, lockouts or other cause the
Contractor shall take all precautions necessary for the protection of the work at his own
expense shall make good any damages arising from any of this cause.
32
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

42. Work Performed at Contractor’s Risk:

The Contractor shall take all precautions necessary and shall be responsible for the safety
of the work and shall maintain all safeguards, including providing for guards, proper lights,
signs, temporary passages, or other protection necessary for the purpose. All work shall
be done at the Contractor’s risk, and if any loss or damage shall result from fire or from
other cause, the Contractor shall promptly repair or replace such loss or damage free from
all expenses to the IOCL. The Contractor shall be responsible for any loss or damage to
materials, tools or other articles used or held for use in connection with the work. The
work shall be carried on and completed without damage to any work or property of the
IOCL or of others and without interference with the operation of existing machinery or
equipment, if any.

43. Site Facilities:

Along with his bid, the Contractor shall submit a sketch showing the establishments he
proposes to construct on site such as, cement godown, Contractor’s office / stores,
material storage yard, fabrication yards, etc. In locating these, he shall give due regard to
the office or storage space required to be given to other agencies.

When in the opinion of the PMC / IOCL, facilities provided as above have to be shifted and
relocated in the interest of progress of work / to facilitate other agencies works the
Contractor shall immediately comply with the PMC / IOCL’s instructions and arrange to
shift the above facilities as directed. Failure of the Contractor to comply with the PMC /
IOCL’s instruction within the specified time shall empower the PMC / IOCL to arrange to
get this shifting done through other agencies at the risk and cost of the Contractor and
deduct the expenses thereof from the money due to the Contractor.

44. Sign Boards:

The Contractor shall put up a sign board in an approved location and to an approved
design by local statutory board/architect showing name of the Project, IOCL, PMC and self
and provide space for names of other Contractors and specialized Agencies.

45. Site Drainage:

All water, which may accumulate on the site during the progress of the work or in
trenches and excavations from other than expected risk should be removed from the site
to the satisfaction of the PMC/IOCL at the Contractors expense

Removal of all offensive materials: All soil, filth or other matter of an offensive nature
taken out of any trench, sewer, drain, cess – pool or other place shall not be deposited on

33
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

the surface, but shall be at once carried away by the Contractor disposed off as per the
rules and regulations of the Local Authorities concerned.

46. Miscellaneous Requirements:

All expenses towards mobilization & demobilization including bringing in equipment,


clearing the site etc. shall be deemed to be included in the prices quoted and no separate
payments on account of such expenses shall be entertained.

It shall be entirely Contractor’s responsibility to provide, operate & maintain necessary


construction equipment, scaffoldings and safety gadgets, cranes and other lifting tackles,
tools and appliances to perform the work in a workman like and efficient manner &
complete all jobs as per time schedules.

Preparing approaches and working area for movement and operation of the cranes,
leveling the areas for assembly and erection shall also be the responsibility of the
Contractor. The Contractor shall acquaint himself with access availability, local labour etc.
to provide suitable allowances in his quotation. The Contractor, at his own cost, may have
to build temporary access roads to aid his own work that shall also be taken care while
quoting for the work.

The procurement and supply in sequence and at the appropriate time of all materials &
consumables shall be entirely the Contractor’s responsibility. Rates for execution of work
will be inclusive of supply of all these items.

47. Action where there is no Specification:

In case of any class of work over which there is no specification mentioned, the same shall
be carried out in accordance with the latest edition of Indian Standard Specifications
subject to the approval of the PMC / IOCL.

48. Typographical or Clerical Errors:

The PMC / IOCL clarifications regarding, partially omitted particulars or typographical or


clerical errors shall be final and binding on the Contractor.

49. Measurements for Works/Record Measurements/Bills:

All the payment for quantities certified in the running account/ final bill shall be as per the
details recorded in the standard measurement book of the Corporation and jointly signed
by the Contractor/ site engineer of IOC.

34
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Method of measurement shall be strictly in accordance with the technical


specification/preamble to BOQ for this work.

The payment shall be as per the details entered in the standard Measurement Certificate
bills of the Corporation.On Account Bills shall be paid for the work done, measured and
certified.

50. Terms of Payment:

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

Mobilization advance is not applicable to this tender.

Payment Terms:

Only Supply Items:

i. 70% of the supply for each item will be paid after receipt of the materials at site in
good condition, along with test certificates, Inspection clearance by IOCL or its
representative.

ii. 20% of the supply charges will be paid after installation and erection of the
equipment at site on pro-rata basis.

iii. 10% of the supply will be paid after commissioning of the entire system for
location.

35
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Only Service Items:

i. 90% of the installation/testing/commissioning for each item of the price bid will
be paid after installation and erection of the equipment at site on pro-rata
basis.

ii. 10% of the supply charges will be paid after commissioning of the entire system
for location.

Supply & Installation Items:

i. 60% of the supply for each item of the will be paid after receipt of the materials at
site in good condition, along with test certificates, Inspection clearance by IOCL
or its representative.
ii. 30% of the supply charges will be paid after installation and erection of the
equipment at site on pro-rata basis.
iii. 10% of the supply will be paid after trail run & successful commissioning of the
entire system for location.

51. SPECIFIC CONDITIONS:

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

b. Many works executed may need clearance from an Acceptance Committee formed by
Corporation at any stage of the work. Contractor shall render full cooperation and
comply with all the observations, instructions of the Committee at no extra cost to IOC

52. Inspection of Works:

The work is subject to inspection at all times by the Site Engineer/ Engineer-in-Charge/
representatives nominated by IOCL. The Contractor shall carry out all instructions given
during inspection and shall ensure that the work is being carried out according to the
technical documents and the relevant codes of practice furnished to him during the
performance of the work.
36
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Any work not conforming to the execution drawings, specifications or codes shall be
rejected forthwith and the contractor shall carry out the rectifications at his own cost.

All results of inspection & tests will be recorded in the inspection reports, proforma, which
will be approved by the Site Engineer/ Engineer-in-Charge. These reports shall form part
of the completion documents.

Inspection & acceptance of works shall not absolve the Contractor from any of his
responsibilities under this Contract.

53. Quality Assurance/Testing Of Materials/ Works:

The Contractor shall carry out the various tests as enumerated in the technical
specifications of this tender document and the technical documents that will be furnished
to him during the performance of the work and no separate payment shall be made unless
otherwise specified in schedule of rates.

All the tests either on the field or at outside laboratories concerning the execution of the
work and supply of materials by the Contractor shall be carried out by Contractor at his
own cost through a government-authorized laboratory as per satisfaction of PMC/IOCL.

The Contractor shall provide at site, a necessary Testing equipment/gauges, and


manpower for carrying out various tests, including field tests.

Any other apparatus deemed necessary by the PMC/ IOCL for proper control shall be
provided by the contractor at his own cost.

Technician for carrying out above tests and maintaining test records. The Technician shall
also prepare and maintain records of all quality check for verification by IOC Engineers on
day-to-day basis.

Apart from the QC checks at site, periodic testing of materials proposed to be used in
works shall also be tested as per IS provisions in Govt. approved Labs for which no extra
payment shall be made.

Inspection and testing of major materials to be supplied viz. pipelines (for more than 50
m), fittings (More than 10 no), valves ( for more than 5 no) shall have to be got carried
through any of TPI agencies as named below or approved by PMC:
a. PDIL
b. Mecon
c. EIL
d. Bureau Veritas
37
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

e. DNV
f. Lloyds Register of Shipping
g. TUV
h. Any Other on Prior Approval of Engineer-In-Charge.

54. The Contractor shall provide at site, a necessary Testing equipment/gauges, and manpower
for carrying out various tests, including field tests.

Any other apparatus deemed necessary by the PMC/ IOCL for proper control shall be
provided by the contractor at his own cost.
- Technician for carrying out above tests and maintaining test records. The Technician
shall also prepare and maintain records of all quality check for verification by IOC
Engineers on day-to-day basis.
- Apart from the QC checks at site, periodic testing of materials proposed to be used
in works shall also be tested as per IS provisions in Govt. approved Labs for which no
extra payment shall be made.

55. Free Issue Of Materials:

Materials to be issued to the Contractor shall be delivered at site by IOCL. Contractor shall
take delivery of such materials and keep it in safe custody till the time of handing over of
completed facility to IOCL. If any material is found to be missing or short from the list of
materials handed over, the Contractor shall be responsible for the same and shall have to
make up for the losses.

The Contractor will not have any legal ownership on materials issued for Corporation
works.

The Contractor will submit the name of his authorized representative with his attested
signature to engineer in charge for issue of materials.

Contractor will preserve MIN (Material Issue Note) / MRN (Material Receipt Note) till the
submission of final bill for individual works. The consumption of material for work will be
settled on the basis of MIN/MRN if any material is found short, the Corporation will
recover its cost at the rate of book value plus 10% or market rate, whichever is higher.

56. Dealing with outside parties:

The Contractor should purchase all material from the market, which they require for the
work allotted to them, in cash or credit in their own firms’ name only.
In case of any default on the part of the Contractor to clear the payments of their vendors
/ suppliers / sub-contractors, the Corporation, to protect it’s name and image, shall

38
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

recover the amount from Contractor’s pending bills or security deposit and may make the
payment to the concerned party.

Contractor in his own interest should purchase material from the authorized sources and
should fulfill all their obligations of all taxes etc. If the Corporation has reasons to believe
that any material has been brought to its premises from unauthorized sources, the
Corporation can refer the matter to police for verification.

The Contractor can be debarred and EMD/SD shall be forfeited, for such lapses.

57. Co-operation with other Contractors:

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

58. Site Clearing:

The Contractor shall take care for clearing the working site from time to time for easy
access to work site and also from safety point of view.

Working site should be always kept cleared upto the entire satisfaction of the Engineer-in-
Charge. Before handing over any work to owner, the contractor in addition to other
formalities to be observed as detailed in the document shall clear the site to the entire
satisfaction of Engineer-in-Charge.

59. Verification of Drawings:

Before filling in the tender, the Tenderer will have to check up all Drawings and Schedule
of Quantities, and will have to get the clarification from the Consultant / IOCL on any point
that he feels is vague or uncertain during pre-bid meeting. No claim or damages or
compensation will be entertained on this account.

60. Drawings and Specifications:

The work shall be carried out to the entire satisfaction of the IOCL/ PMC and in
accordance with the signed drawings, specifications and other Contract documents. No
drawing shall be taken as in itself and order for execution unless, in addition to the
Consultant’s signature, it is marked “RELEASED FOR CONSTRUCTION” and approved by
Engineer In charge of IOCL. No claim for payment / for extra work shall be allowed unless
the said work shall have been executed under the instruction by the authorities, directions
in writing of the PMC as herein mentioned.

39
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Extra works carried out for the items which are not covered in Price Bid, HO SOR rates of
the Aurangabad Divisional Office will be applicable, which is attached separately. These
SORs are for our divisional offices, as per respective file names given for SORs. Details of
locations falling under DOs are as under:

61. Dismissal of Contractor’s Employees:

The Contractor shall on the request of the PMC / IOCL immediately dismiss from the
works any person employed there on who may, in the opinion of the PMC / IOCL, be un
suitable or incompetent or un co-operative or who may misconduct himself and such
person shall not again be employed or allowed on the works without the permission of
the PMC / Owner. Such discharges / dismissal shall not be the basis of any claim or
compensation or damages against the IOCL / PMC or any of their officers or employees.
The decision of PMC / IOCL shall be final and binding on the Contractor. The dismissed
person shall be replaced by a person acceptable to PMC / IOCL.

62. Penalty Clause:

In the event of any non-adherence of the safety systems and procedures following penalty
for non-compliance will be levied on the contractor:

a. Violation of applicable safety, health and environment related norm, a penalty of Rs.
5000/- per occasion.

b. Violation as above resulting in


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

63. In case sub contractors are engaged by the successful tenderer with prior permission from
IOCL on award of works, it will be mandatory on part of the main contractor to furnish a
NO DUE UNDERTAKING from the sub contractor (on their letter heads) to IOCL before
final payments are cleared by the Corporation.

64. At all places in the GCC enclosed with the tender document, OWNER shall mean INDIAN
OIL CORPORATION LIMITED, MARKETING DIVISION, MAHARASHTRA STATE OFFICE, with
its office at Indian Oil Bhavan, Plot No C-33, G Block, Bandra-Kurla Complex, Bandra
(East) Mumbai 400051. The court of jurisdiction for all matters under the tender shall be
at MUMBAI.

65. Black Listing / Holiday Listing / Banning / Removing from Approved Panel:

40
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

A party may be put on holiday list for any one or more of the following reasons:

1. Has indulged in malpractices such as bribery, corruption, fraud and pilferage


2. Is bankrupt or is being dissolved or has resolved to be wound up or proceedings for
winding up or dissolution have been instituted.
3. Has submitted fake, false or forged documents / certificates
4. Has substituted materials in lieu of materials supplied by IOCL or has not returned or
has short returned or has unauthorizedly disposed off materials / documents /
drawings / tools or plants or equipment supplied by IOCL.
5. Has obtained official company information or copies of documents, in relation to the
tender / contract, by questionable methods / means.
6. Has deliberately violated and circumvented the provisions of labour laws /
regulations / rules, safely norms or other statutory requirements.
7. Has deliberately indulged in construction and erection of defective works or supply of
defective materials.
8. Has not cleared IOCL’s previous dues.
9. Has committed breach of contract or has failed to perform a contract or has
abandoned the contract.
10. Has refused to accept fax of Acceptance / Letter of Acceptance / Purchase Order /
Work Order after the same is issued by IOCL within the validity period and as per
agreed terms and conditions.
11. After opening of Price Bid, on becoming L1, withdraws / revises his bid upwards
within the validity period.
12. Has parted with, leaked or provided confidential / proprietary information of IOCL
given to the party only for his use (in discharge of his obligations against an order) to
any third party without prior consent of IOCL.
13. Any other ground for which in the opinion of the Corporation makes it undesirable to
deal with the party.

In case if a party put on holiday list, no tender enquiry / bid / work order will be issued
to the party as long as the party’s name is on the holiday list. The period of holiday
listing may be for one or more years depending on the sole discretion of IOCL. The
holiday listing will be party specific and when the party is put on holiday list, all the
offices of the party shall be on holiday for all locations of IOCL and for all services /
locations of the party. If the party placed on holiday, is proprietary concern, all the
concerns of the same proprietor shall also be considered to be on holiday and if that
proprietor is the managing partner of any firm, such firm shall also be considered to be
on holiday. The Functional Director may however, if he considers this to be in the
interest of the Corporation, remove the bar in respect of any specific service / location.

Every bidder shall, at the time of submission of bid, give a declaration the bidder has not
been placed on holiday list by IOCL or its Administrative Ministry. If the bidder is a
Proprietary Concern, the Proprietor shall also give a declaration at the time of
41
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

submission of the bids that none of the other concerns of which he is a Proprietor or
Managing Partner has been placed on holiday by IOCL or its Administrative Ministry. In
case the declaration of a party indicates that either the company or a proprietorship
concern of the same proprietor or a partnership firm in which the proprietor is also a
managing partner has been placed on Holiday either by IOCL or its Administrative
Ministry, the party shall be considered to be on holiday.

66. WARRANTY PERIOD

The defect liability / warranty period shall be for a period of one year after the
successful commissioning over of the complete system (completion of work at all the
locations) by the Vendor. It may be noted that during the defect liability/warranty
period, Vendor will take complete responsibility for any defect observed in the system &
rectify any defect observed immediately without any extra cost to IOCL.

Cost of all spares, equipment, instruments & services, (be preventive & breakdown) to
take care of the above points has to be borne by the Vendor during the warranty period
In case of failure to attend to these promptly, these will be attended through alternate
agency at vendor’s risk and cost.
10% of the work order value shall be retained as security deposit for the entire warranty
period, so as to secure IOCL against any defect/ liabilities arising out of this work. For
mode of payment, release & forfeiture of SD the terms and conditions as stipulated in
the General Terms & Conditions of the contract shall apply.

Supply of equipment and warranty:

Supply of all equipment shall be from the original manufacturers as per approved
vendor list. The purchase order copies shall be raised in the name of original
manufacturer and entire warranty, spares/ service support, statutory approvals like
PESO (CCOE)/ Test reports/ certificate of compliance etc. shall be made available from
the equipment manufacturer as per approved vendor list furnished in tender
documents.

Copies of warranty certificate issued by the original manufacturers to the Tenderers name
shall be submitted along with equipment.

The makes of equipment shall mean the brand of equipment as indicated. Equipment
supplied by sub vendors/ suppliers to the main vendor (as per approved list) shall not be
accepted. Further, all the materials/ equipment for works proposed shall be new and
bought fresh for the works. Necessary proof of documents shall also be submitted.

67. Vendor is required to obtain all the requisite approvals from statutory bodies’ viz. CMRS, W &
M, and PESO (CCOE); wherever required at no extra cost to IOCL. TAS vendor need to
42
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

submit PESO (CCOE) certificate for all instrument, Junction boxes, electrical equipment
supplied by them that are installed in licensed area in order to enable IOC to get PESO
(CCOE) license for their installation. This may also include necessary support to IOC to
brief / explain PESO (CCOE) about the system.

68. NAME PLATE: A corrosion resistant nameplate will be securely fastened to the equipment in a
visible and accessible place. Nameplate shall bear the following data:
a) Manufacturer’s Name
b) Model Number
c) Serial Number
d) Size, rating (s) and Range (s)
e) Electrical and (where applicable)
f) BIS mark
g) Approval for Electrical Area Classification (with approving authority’s monogram, where
applicable)
h) CMRS & PESO (CCOE) reference
i) Purchaser’s Tag Number
Kindly note that all the units mentioned on nameplate shall be in S.I unit.

69. Vendor shall indicate the load requirement for all types of power supply. Break-up for power
requirement of each equipment is to be furnished, along with tender as per format
enclosed in the tender.

70. The vendor shall execute the work in compliance with the requirements of the relevant
regulation or acts in force in the area together with design specification with respect to:
a) Indian electricity rules
b) Indian factories act
c) Regulation laid down by Chief Electrical Inspector
d) Regulation laid down by Factory Inspector of State
e) Indian standard specifications
f) Various rules of safety and installation published by T.A.C., C.M.R.S., Fire Insurance etc.
g) OISD requirements.
h) Electro Magnetic Compatibility (EMC).
i) Chief controller of Explosives

71. The vendor shall submit the documents as given below after receipt of work order.

a) A detailed PERT/CPM CHART for project schedule of material supplies, installation,


execution and commissioning.
b) Installation drawings of all equipments to be supplied by vendor.
c) Cable schedules, with cable termination and interconnection details between various
field and control room instruments.
d) Bill of material with make & type of instruments and installation drawings.
43
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

e) Equipment layout scheme.


f) Power supply distribution drawings.
g) Load requirement for all types of power supply. Break-up for power requirement of
each equipment as per format enclosed in the tender.
h) Architecture configuration diagram, loop diagram, custom graphics, point data base,
Functional design specification etc
Any clarification sought by IOCL/ IOCL appointed third party agency on the above said
documents should be submitted within 10 days time. Submission of documents and getting
approval from IOCL/ IOCL appointed third party agency should be completed before
commencement of site activities.
72. DOCUMENTATION
LEGEND: I – Information, F – Final delivery of equipment, A- Approval A3, A4 represents
document size.
Description For Final Remark
Sr. Information Documenta
No. Approval In 4 tion
Print 4 Prints
1.0 GENERAL
1.1 Vendor engineering and service personnel I A4
organization chart including set up for this
project.
1.2 Descriptive catalogue / literature I A4
1.3 Progress report I Fortnightly
2.0 ENGINEERING DOCUMENTS
2.1 Detailed list of component A F A4
2.2 Individual data sheet A F A4
2.3 Power Requirement – KVA I F A4
2.4 Heat dissipation – Kcal /H I F A4
2.5 SYSTEM CABINETS A3
a. Arrangement of modules I F
b. Structure, dimension, construction, etc. I F
2.6 AUXILIARY CABINETS A3
a. Arrangement of modules A F
b. Structure, dimension, construction etc. I F
2.7 Electrical power supply distribution A F A3
Diagram
2.8 System drawing (loop diagrams, reports) A F A3
2.9 Wiring diagram A F A3
2.10 Terminal strip diagram A F A3
2.11 Interconnection diagram I F A3
44
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

2.12 Cable route, cable schedule, Junction box details A F A3


& cable trays
2.13 Earthing System I F A4
2.14 As built drawing F A3
3.0 CERTIFICATES A4
3.1 Authority approval for Ex-Proof, IS, IP-65 F
3.2 Vendor’s guarantee /warranty F
3.3 CMRI & CCOE Certificate F A4
4.0 INSPECTION AND TEST A4
4.1 Inspection and test report from F
Vendor’s quality control department
4.2 Imported shipping documents along with test F
certificate
5.0 MANUALS (BOTH FOR VENDOR’S & SUB –
VENDORS SUPPLY)
5.1 Vendor’s & Sub-vendor’s test Procedure F A4
5.2 Installation manual F A3
5.3 Operating manual F A4
5.4 Maintenance manual F A4
6.0 QUALITY ASSURANCE PLAN A F

NOTE:
a. The above documents cover the minimum requirements and shall be supplemented
with other requirements listed in the specification, if any. Any other documents
required to understand and maintain the system, as felt necessary till handing over of
the project, shall be supplied by the vendor.
b. All documents shall be supplied in English language as per following.
- Approval/ Information - 4 sets
- Final -4 sets
c. One set of final detailed termination wiring interconnection diagram shall be kept
inside each cabinet and equipment.
d. Name and address of subsystem vendors with name and telephone no. of contact
persons.
e. As built drawings shall be laminated and properly bound with index sheet for
preservation and future reference.
f. All drawing which are submitted for approval, shall be submitted on CD as a final
document (after approval)
g. For diagrams of cable layout, power distribution, earthing etc, the existing diagrams
will be provided to the vendor. The proposed new layout will have to be approved and
the final comprehensive documents have to be submitted.

45
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

h. The submission of drawings applies only for the equipments being supplied by the
vendor.

73. SAFETY PRECAUTIONS & HOT WORK:

Contractor shall have to take all safety precaution for carrying out hot work in the
premises after obtaining hot work permit from location in charge at his own cost as
directed by the Engineer-In-Charge. Necessary safety equipment such as safety belts,
helmets and other equipments are to be positioned by the contractor and use as per
requirement.

Safety distance as per CCE Rules and Oil Industry Safety Directorate shall be maintained
strictly.

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.

The contractor shall also abide by hot work permits to be taken on day-to-day basis from
the location as per policy of the Corporation.

The successful Tenderer shall be responsible for observance of all conditions as per
Appendix III furnished along with GCC with regard to safety.

74. OBSERVATION OF STATUTORY REGULATIONS

Before commencement of work, the Contractor shall apply and obtain all necessary
declarations and clearances required under law for construction work.

The Contractor shall maintain all the statutory records at site, as required and shall be
required to execute indemnity bond undertaking and declarations as per enclosed format
for Provident Fund and Contract Labour Acts.

If requested by the Contractor, Form-V shall be issued from our concerned Divisional
Office. Labour license if required for such sites shall be obtained by the Contractor.

The Contractor shall ensure compliance of ‘The Building and Other Construction Workers
(Regulation of employment and conditions of Service) Act 1996.

The Contractor shall keep the Owner indemnified from and against all personnel and third
party claims whatsoever (inclusive of all costs incurred between attorney and client)
arising out of any act, omission or inter omission on part any sub-Contractor or agent, sub-
agent, IOCL or employee of the Contractor or any Sub-Contractor, whether committed,

46
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

omitted or arising within or without the scope of the contract, sub-contract, agency or
employment, as the case may be.

The Contractor shall sign a declaration that they will not engage any child labour, for the
Corporation’s work, as per various labour laws applicable to them. In case the claim is
found to be fake at a later date, the contract shall be terminated forthwith.

During the execution of works, the contractor should ensure adherence to safety systems
and procedure. In the event of any non-adherence of the same following penalty for non-
compliance will be levied on the Contractor.

75. C&A VERIFICATION OF LABOURERS BY POLICE:

It is necessary to get Character and antecedent verification of the workers working at site,
no separate time limit/payment for the getting police verification done will be given.

76. The Tenderers are advised to submit their offer strictly as per the terms and conditions and
specifications contained in the tender document and not put forth conditions/ counter
conditions. Conditional tenders received subsequent to the pre bid meeting tenders shall
render the offer liable for rejection. Similarly non submission of documents in support of
qualifying parameter shall render the offer liable for rejection.

47
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

TECHNICAL SPECIFICATIONS
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 4.78 THK Ι ERW Ι API 5L Ι ASME B36.10
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
80-150 4.78 (80 & 100 mm) /6.35 (150 mm) THK Ι Butt Weld
Ι ASTM A234 Gr. WPB Ι Seamless Ι ASME B16.9
200-450 6.35 THK Ι Butt Weld Ι ASTM A234 Gr. WPB-W Ι ASME
B16.9
500-600 7.14 THK Ι Butt Weld Ι ASTM A234 Gr. WPB-W Ι ASME
B16.9
Flanges 15-600 150# 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 Gr BX 4.78 THK
150-450 NB : API 5L Gr BX 6.35 THK
500-600 NB : API 5L Gr B X 7.14 THK
Blinds 15-600 150# Ι Raised Face Ι 125 AARH Ι ASTM A105 Ι ASME
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.

48
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO
DESCRIPTION SIZE RANGE NB(MM) SPECIFICATION
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
Valves Ι Disc ASTM A216 Gr.WCB With 13% Cr SS Facing Ι
Raised Face Flanged Ι Mfg. Std. BS 1868 Ι Testing
Std. BS 5146

2.0 FIRE WATER/SPRINKLER WATER


DESCRIPTION SIZE RANGE NB(MM) SPECIFICATION
Pipes 15-100 Heavy Grade Ι ERW Ι IS 1239 Part 1
Fittings 15-40 3000# Ι Socket Weld Ι ASTM A105 Ι ASME B16.11
(R=1.5D for 50-150 Heavy Grade Ι Butt Weld Ι ASTM A234 Gr. WPB Ι
ASME B16.9
Elbows)
200-450 6.3 THK Ι Butt Weld Ι ASTM A234 Gr. WPB-W Ι ASME
B16.9
500-600 7.14 THK Ι Butt Weld Ι ASTM A234 Gr. WPB-W Ι ASME
B16.9
49
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO
DESCRIPTION SIZE RANGE NB(MM) SPECIFICATION
Flanges 15-600 150# Ι Slip on Ι Raised Face Ι 125 AARH Ι ASTM A105 Ι
ASME B16.5
Blinds 15-600 150# 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
Valves Ι 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
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
50
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO
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
Valves Ι Disc ASTM A216 Gr.WCB + 13 CrSt Ι Raised Face
Flanged Ι Mfg. Std. BS 1868 Ι Testing Std. BS 6755-
Part1

4.0 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

51
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO
DESCRIPTION SIZE RANGE NB(MM) SPECIFICATION
ASME B36.19
50 SCH 40S Ι Seamless Ι ASTM A312 TP 304 Ι Bevel end
Ι ASME B36.19
65-100 SCH 40S 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
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

5.0 STRUCTURAL SECTIONS


5.1 Structural steel work shall conform to IS: 808 - latest Edition.
5.2 Structural steel materials shall be of approved make and shall be conforming to IS-
2062 Gr A.
5.3 Sectional weight as per IS standard will be considered for payment purposes.
6.0 WELDING ELECTRODES
6.1 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.

52
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO
6.2 Product piping : Root run: E 6010; Fill Up: E 6018
6.3 Water piping : Root/ Fill up: E 6013
6.4 Welding electrodes for stainless steel piping shall be compatible with base metal.
6.5 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.
6.6 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.
6.7 Electrodes shall be stored in dry places in their original packets or cartons. Pre-
heating of electrodes shall be provided as per AWS requirements.
6.8 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.
6.9 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.

53
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

SPECIFICATION FOR PIPING FABRICATION AND WELDING


1. GENERAL

This technical specification will guide fabrication/welding, testing, painting and


commissioning of product pipelines in Solapur Depot.

2. SCOPE OF DOCUMENT

This specification covers general requirements of fabrication and erection of above


ground and trench piping systems at site. This specification covers scope of work,
fabrication and erection basis, standards, specifications and normal practice shall be
followed at site during fabrication and erection by contractor at site.

3. CONTRACTOR SCOPE OF WORK

The contractor scope of work shall include the following:


a) Transportation of required piping materials, pipe support and all other necessary
piping materials from Owner's storage point or contractor's storage point (in case
of contractor's scope of supply) to work site/shop including raising store
requisitions for issue of materials in the prescribed format and maintaining an
account of the materials received from Owner's stores.
Piping materials include the following but not limited to the same.
 Pipes (All sizes and schedule)
 Flanges (All sizes, types and Pressure ratings)
 Fittings (All sizes, types & schedule)
 Valves (All sizes, types & Ratings)
 Specialty items like online, strainers, air vents etc.
 Online instruments like control valve, flow meters, PSV etc.

54
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

b) Fabrication and erection of pipe supports like shoe, saddle, guide, stops, anchors,
clips, cradles, hangers, turn buckles, supporting fixtures, bracket cantilevers, struts,
tee posts including erection of spring supports and sway braces.
c) Fabrication of odd angle elbow like 60°, 30° or any other angle from 90/45 degree
elbows as and when required.
d) Fabrication of Spectacle blinds as and when required.
e) Grinding of edges of pipes, fittings, flanges etc. to match mating edges of uneven /
different thickness wherever required.
f) Modifications like providing additional cleats, extension of stem of valve, locking
arrangement of valves etc. as and when required.
g) Radiography, dye penetration, magnetic particle test etc. as required in
specification.
h) Casting of concrete pedestals and fabrication and erection of small structures for
pipe supports including supply of necessary materials.
i) Providing insert plates from concrete structures and repair of platform grating
around pipe openings as and when required.
j) Providing structural steel walkways/cross overs using gratings.
k) Preparation of material reconciliation statement and return of Owner's supply left
over materials to Owner's storage. As regard to scrap generation etc., it will be
decided solely by Owner during the course of execution after approval of drawings
etc. with bill of material and detail of scrap generation submitted by Contractor.
l) Flushing and testing of all piping systems as per standard specification for
inspection, flushing and testing of piping systems.
m) Submission of Job execution procedure for review and approval of Engineer-in-
Charge covering all above activities.

4. BASIS FOR WORK

The complete piping work shall be carried out in accordance with the following:

55
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

 Construction drawings and sketches prepared by Consultant and approved by


Owner.
 Approved standards and specifications.
 Approved construction job procedures prepared by Contractor.
 Specifications / documents as below:
 Process and Instrument Diagram.
 Piping support standards.
 Welding specification for fabrication of piping.
 Any other specifications attached in the tender document
Following codes, standards and regulations
ASME B 31.4 : Pipeline Systems for Liquid Hydrocarbons and Other
Liquids
ASME Sec. IX : Boiler & Pressure Vessel Code
IS 823 : Code for Procedure for Manual Metal Arc welding of
Mild Steel
Note:
a) All codes referred shall be latest edition, at the time of award of contract.
b) Where a deviation from the "Basis of Work" and approved job procedure
described above is required or where the basis of work does not cover a particular
situation, the matter shall be brought to the notice of Engineer-in-Charge and the
work carried out only after obtaining written approval from Owner in each case.

5. FABRICATION

a) The Pipe fittings, flanges, valves, gaskets, studs bolts etc. used in given piping
system shall be strictly as per relevant standards. To ensure the above
requirement, all piping material supplied by the Owner / Contractor shall have
proper identification marks as per relevant standards. Contractor shall provide
identification marks on left over pipe lengths wherever marked up pipe lengths
have been fabricated/erected.

56
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

b) For the purpose of common understanding the construction job procedure, to be


submitted by the contractor, shall include proposal for
 Maximizing prefabrication, inspection and testing at fabrication shop / yard at
site with minimum field joints.
 Positive material identification, handling, storage and preservation.
c) Pipe Joints :
 Flange joints shall be used at connections to Tanks, Vessels, Equipment, Valves
and where required for ease of erection and maintenance as indicated in
drawings.
 All flange facings shall be true and perpendicular to the axis of pipe to which
they are attached. Flanged bolt holes shall straddle the normal centerlines
unless different orientation is shown in the drawing.
 Wherever a spectacle blind is to be provided, drilling and tapping for the
jackscrews in the flange, shall be done before welding it to the pipe.
d) Branch Connections:
 Branch connections shall be as indicated in the piping material specifications.
Templates shall be used wherever required to ensure accurate cutting and
proper fit-up.
 For all branch connections accomplished either by pipe-to-pipe connections or
by using forged tees the rates quoted for piping shall be inclusive of this work.
 Reinforcement pads shall be provided wherever indicated in drawings /
specifications etc.
e) Cutting and Trimming of Standard Fittings & Pipes :
 Components like pipes, elbows, couplings, half couplings etc. shall be cut/
trimmed / edge prepared wherever required to meet fabrication and erection
requirements, as per drawings and instructions of Engineer-in- Charge. Nipples
as required shall be prepared from straight length piping.
f) Yard Fabrication / Pre-fabrication :

57
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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


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

58
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

6. ERECTION

a) Cleaning of Piping before Erection :


 Before erection all pre-fabricated spool pieces, pipes, fittings etc. shall be
cleaned inside and outside by suitable means. The cleaning process shall
include removal of all foreign matter such as scale, sand, weld spatter chips
stones, bricks, bolts, nuts, any scrap, tools, PPES or any other foreign material
etc., by wire brushes, cleaning tools etc., and blowing with compressed air / or
flushing out with water. Special cleaning requirements for some services, if any
shall be as specified by Engineer- in-charge.
b) Piping Routing :
 No deviations from the piping route indicated in the drawings shall be
permitted without the consent of Engineer-in-Charge.
 Pipe to Pipe, to structure / equipment distances / clearances as shown in the
drawings shall be strictly followed as these clearances may be required for the
free expansion of piping / equipment. No deviations from these clearances shall
be permissible without the approval of Engineer-in-Charge.
 In case of fouling of a line with other piping, structure, equipment etc. the
matter shall be brought to the notice of Engineer-in-Charge and corrective
action shall be taken as per his instructions.
c) Slopes :
 Slopes specified for various lines in the drawings / P & ID shall be maintained by
the Contractor. Corrective action shall be taken by the Contractor in
consultation with Engineer-in-Charge wherever the Contractor is not able to
maintain the specified slope.
d) Flange Connections :
 While fitting up mating flanges, care shall be exercised to properly align the
pipes and to check the flanges for trueness, so that faces of the flanges can be

59
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

pulled together, without induces any stresses in the pipes and equipment
nozzles. Extra care shall be taken for flange connections to pumps,
compressors etc. The flange connections to these equipment shall be checked
for misalignment, excessive gap etc. after the final alignment of the equipment
is over. The joint shall be made up after obtaining approval of Engineer-in-
Charge.
 Temporary protective covers shall be retained on all flange connections of
pumps, compressors and other similar equipment, until the piping is finally
connected, so to avoid any foreign material from entering these equipment.
 The assembly of flange joints shall be done in such a way that the gasket
between these flange faces is uniformly compressed. To achieve this the studs
shall be tightened in a proper sequence. All studs shall extend completely
through their nuts but not more than 1/4".
e) Vents and Drains :
 High point vents and low point drains shall be provided as per the instructions
of Engineer-in-charge, even if these are not shown in the drawings. The details
of vents and drains shall be as per piping material specifications / job standards.

f) Valves :
 Valves shall be installed with spindle / actuator orientation / position as shown
in the layout drawings. In case of any difficulty in doing this or if the spindle
orientation / position is not shown in the drawings, the Engineer-in-Charge shall
be consulted and work done as per his instructions. Care shall be exercised to
ensure that globe valves, check valves, and other un-directional valves are
installed with the "Flow direction arrow" on the valve body pointing in the
correct direction. If the direction of the row is not marked on such valves, this
shall be done in the presence of Engineer-in-Charge before installation.

60
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

 Fabrication of stem extensions, locking arrangements and interlocking


arrangements of valves (if called for), shall be carried out as per drawings /
instructions of Engineer-in-Charge.
g) Instruments :
 Installation of on-line instruments such as safety valves, relief valves, control
valves, flow meters, etc., shall form a part of piping erection work.
 Supply, fabrication and erection of piping up to first block valve / nozzle / flange
for installation of offline instruments for measurement of level, pressure,
temperature, flow etc. shall also form part of piping construction work.
 Flushing and testing of piping systems which include instruments mentioned
above and the precautions to be taken are covered in flushing, testing and
inspection of piping. Care shall be exercised and adequate precautions taken to
avoid damage and entry foreign matter into instruments during transportation,
installation, testing etc.
h) Line Mounted Equipment / Items:
 Installation of line mounted items like filters, strainers, air traps, sight glasses
etc. including their supporting arrangements shall form part of piping erection
work.
i) Studs and Nuts :
 The Contractor shall apply grease to all studs and nuts during storage, after
erection and wherever flange connections are broken and made-up for any
purpose whatsoever. The grease shall be supplied by the Contractor within the
rates for piping work.

7. WELDING CONSUMABLES

a) The Contractor shall provide, at his own expense, all the welding consumables
necessary for the execution of the job such as electrodes, filler wires, argon etc.,
and these should bear the approval of the Engineer-in-charge.

61
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

b) The Welding electrodes and filler wires supplied by the Contractor shall conform to
the class as specified below for CS Pipelines. However minimum requirements of
applicable codes and appendices should be adhered to. SS Pipelines and joints if
any required shall be used its equivalent electrodes and filler wires the same shall
be furnish to Engineer-in-charge for approval.
 ARGON/E-6010,E-6013 electrodes as per AWS classification shall be used for
root run.
 Low hydrogen electrodes namely, E-7018 shall be used for all subsequent runs.
c) Approved make electrodes only shall be permitted to be used in the works. Based
on the above, fabricator shall furnish samples of welding electrodes to Engineer-in-
charge for approval.
d) The Contractor shall submit batch test certificates, from the electrode
manufactures, giving details of physical and chemical tests carried out by them, for
each batch of electrodes to be used.
e) All electrodes shall be purchased in sealed containers and stored properly to
prevent deterioration. The electrodes removed from the containers shall be kept in
holding ovens at temperatures recommended by the electrode manufacturer. "Out
of the oven time" or electrodes, before they are consumed, shall not exceed the
limits recommended by the electrode manufacturer. The electrodes shall be
handled with care to avoid any damage to the flux covering.
f) All low hydrogen type of electrodes shall be re-baked at 350°C for 1-hour minimum
and stored in ovens kept at 80-100°C before use. Recommendations of the
electrode manufacturer shall be followed if available.
g) The electrodes, filler wires and flux used shall be free from rust, oil grease, earth
and other foreign matter, which affect the quality of welding.

8. EQUIPMENT & ACCESSORIES

62
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

a) The Contractor should have the arrangement of sufficient number of welding and
cutting equipment, auxiliaries, and accessories of sufficient capacities to meet the
target / schedule.
b) Contractor shall make necessary arrangement at his own expense. for providing
the radiographic equipment, radiographic films, processing equipment all other
darkroom facilities and all the equipment / materials required for carrying out the
dye-penetrant / magnetic particle test / ultrasonic testing for satisfactory and
timely completion of the job.
c) Redoing of any work, necessitated by faulty equipment or operation used by the
Contractor, will be done at his own expense.

9. WELDING PROCESS

a) Welding of various materials under this specification shall be carried out using the
following process with the approval of the Engineer-in-charge.
 Shielded Metal Arc Welding Process (SMAW)
b) A combination of different welding processes could be employed for a particular
joint only after duly qualifying the welding procedure to be adopted and obtaining
the approval or Engineer-in-charge.

10. EDGE PREPARATION

a) The edges to be welded shall be prepared to meet the joint design requirements
by any of the following methods recommended :
 Gas cutting, machining or grinding methods shall be used. After gas cutting,
oxides shall be removed by chipping or grinding.
b) Cleaning
 The ends to be welded shall be properly cleaned to remove paint, oil, grease,
rust, oxides, sand, earth and other foreign matter. The ends shall be completely
dry before the welding commences.

63
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

 On completion of each run, craters, welding irregularities, slag etc., shall be


removed by grinding and chiseling. Wire brushes used for cleaning stainless
steel joints shall have stainless steel wires and the grinding wheels used for
grinding stainless steel shall be of a suitable type. Separate grinding wheels and
wire brushes should be used for carbon steels and stainless steels. Spark free
tools to be used in case of job on existing product pipelines.

11. ALIGNMENT & SPACING

a) Components to be welded shall be aligned and spaced as per the requirements laid
down in applicable code. Flame heating for adjustment and correction of ends is
not permitted unless specifically approved by the Engineer-in-Charge.
b) A wire spacer of suitable diameter may be used for maintaining the weld root
opening while tacking, but it must be removed after tack welding and before laying
the root bead.
c) For pipes of wall thickness 5mm and above the ends to be welded shall be secured
in position with the aid of couplers, yokes and 'C' clamps, to maintain perfect
alignment. Yokes shall be detached after the completion of weld, without causing
any surface irregularity. Any irregularity caused on the pipe surface must be
suitably repaired to the satisfaction of the Engineer-in-Charge.
d) Tack welds, for maintaining the alignment, of Pipe joints shall be made only by
qualified welders using approved WPS. Since the tack welds become part of the
final weldment they shall be executed carefully and shall be free from defects,
Defective tack welds must be removed prior to the actual welding of the joints.
Alternatively, suitable pipe clamps can also be used without the use of tack welds
on bevel face.
e) Tacks should be equally spaced. Minimum number of tacks shall be :
 3 tacks - for 2" and smaller dia. Pipes
 4 tacks - for 3" to 12" dia. Pipes
 6 tacks - for 14" and larger dia. Pipes

64
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

f) Welding shall commence only after approval of fit-up by the Engineer-in-Charge.

12. WEATHER CONDITIONS

a) The parts being welded and the welding personnel should be adequately protected
from rain and strong winds. In the absence of such a protection no welding shall be
carried out.

13. WELDING TECHNIQUE

a) ROOT PASS
 Root pass shall be made with electrodes/filler wires as given in the
specification. For butt weld, root welding shall be done with consumables
recommended for filler passes. The preferred size of the electrodes is 2.5 mm
diameter (12 SWG) but in any case not greater than 3.25 mm (10 SWG).
Electrode to be used will be E-6010.
 Upward technique shall be adopted for welding pipe held fixed with its axis
horizontal.
 The root pass of butt joints should be executed to achieve full penetration with
complete fusion of the root edges. Weld projection inside the pipe shall be as
per applicable code. It shall be limited 3mm map when the applicable code
does not place any restriction.
 Any deviation desired from the recommended welding technique and the
electrodes indicated in the welding specification should be adopted only after
obtaining express approval of the Engineer-in- Charge.
 Welding shall be uninterrupted.
 While the welding is in progress care should be taken to avoid any kind of
movements of the components, shocks, vibrations and stresses to prevent
occurrence of weld cracks.
b) JOINT COMPLETION

65
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

 Joint shall be completed using the class of electrodes, recommended in the


specification. Size of the electrode shall not exceed 4 mm in diameter for
stainless steels and alloy steels used for low temperature applications.
 Two weld beads shall not be started at the same point in different layers.
 Joints shall be completed with a cover layer that would affect good fusion at the
joints edges and gradual notch free surface.
 Each weld joint shall have a workmanship like finish. Weld identification work
shall be stamped clearly at each joint, just adjacent to the weld. Metal stamping
shall not be used on thin pipe having wall thickness less than 3.5 mm. Suitable
paint shall be used on thin wall pipes for identification.
 Rust preventive/protective painting shall be done after the weld joint has been
approved.
c) CLEANING OF WELD JOINT
 All weld joints shall be free from adherent weld spatters slag, sward, dirt or
foreign matter. This can be achieved by brushing/by using a hacksaw blade or
any other suitable tools. As required.

14. INSPECTION & TESTING

a) Owner shall have free access to all concern areas, where the actual work is being
performed. The contractor shall also accord the Owner's Engineer all means and
facilities necessary to carry out inspection.
b) Owner is entitled to depute their own inspector to the shop or field where
prefabrication and erection of pipe lines is in progress for (but not limited to) the
following objectives :
 To check the conformance to relevant standards and suitability of various
welding equipment and the welding performance.
 To witness the welding procedure qualification.
 To witness the welder performance qualification.

66
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

 To check whether shop / field welding being executed is in conformity with the
relevant specifications and codes of practice followed in piping construction.
c) Contractor shall intimate sufficiently in advance the commencement of
qualification tests, welding works and acceptance tests, to enable the Owner's
inspector to be present to supervise them.

15. Welding Procedure Qualification

Welding procedure qualification shall be carried out in accordance with the relevant
requirements of ASME Sec. IX latest edition or other applicable codes and the job
requirements. The Contractor shall submit the welding procedure specification as per
standard immediately after the receipt of the order through Owner approved third
party inspection agency like BV, IRS, TUV etc. Third Party inspector will review, check
and vet the welding procedure submitted and shall release the procedure for
qualification tests after Owner approval. The procedure qualification tests shall be
carried out by the Contractor at his own expense in the presence of Owner approved
third party inspection agency and Owner representative at site/factory/workshop. A
complete set of test results in the standard format shall be submitted the duly vetted
and certified by Owner approved third party inspection agency for Owner approval.
Standard tests as specified in the code shall be carried out in all cases. In addition to
these tests, other tests like macro/micro examination, hardness tests, dye penetrant
examination, charpy V-notch, Corrosion tests, impact tests etc., shall be carried out on
specimens depending upon the type of base material, operation conditions and
requirements laid down in the detailed drawings and specifications. It shall be the
responsibility of the Contractor to carry out all the tests required to the satisfaction of
the Owner approved third party inspection agency and Owner. Charges for deploying
services as mentioned above by Owner approved third party inspection agency shall be
borne by the contractor and shall be deemed to include in the quoted schedule of
rates.

67
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

16. Welder's Qualification

16.1 QUALIFICATION REQUIREMENTS: Qualification of the welding procedures to be used


and of the performance of welders and welding operators shall conform to the
requirements of the ASME Section IX.

16.2 PROCEDURE QUALIFICATION BY OTHERS: Engineer-In-Charge is responsible for


qualifying any welding procedure that will be used. Welding procedures qualified by
others may be used, subject to the specific approval of the Engineer-in-Charge /
Inspector provided that the following conditions are met.

a) The proposed Welding Procedure Specification (WPS) has been prepared, qualified
and executed by responsible, recognized organization with expertise in the field of
welding and
b) The Contractor has not made any change in the welding procedure.
The impact testing is generally not required.
The material is to be welded are in the thickness range between 5 mm to 40 mm.
Therefore Post weld heat treatment is not required.
The design pressure is atmospheric and the design temperature Is in the range -4 deg C
to 50 deg. C
The welding process is SMAW or GTAW or a combination thereof.
Welding electrodes for the SMAW process shall be E60 and E 70 classification series (E-
6010, E 6013, 7018 and E 7018-1 in AWS A 5.1).
The contractor accepts written responsibility for both i.e. the Welding Procedure
Specifications (WPS) and the Procedure Qualification Record (PQR).
The contractor has at least currently employed welder or welding operator, who have met
with the following requirements.
a) While in employment, the welder has satisfactorily passed a performance
qualification test using the procedure and the P-Number material specified in the
WPS.
b) The performance bend test required by ASME Section IX QW-302 shall be used for
this purpose

16.3 Welders shall be qualified in accordance with the ASME Section-IX or other applicable
codes. Owner approved third party inspection agency shall witness the test and certify
the qualification of each welder separately. Only those welders who have been
certified/qualified by the third party inspection agency and approved by Owner shall be
employed for welding. Contractor shall submit the welder qualification test reports in
the standard format and obtain express approval before commencement of work from
Owner basis certification by third party inspection agency. It shall be the responsibility
of Contractor to carry out qualification tests of welders.

68
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

16.4 The welder shall always have in their possession the identification card as shown in
Exhibit and shall produce it on demand by Owner. It shall be the responsibility of the
Contractor to issue the identify cards after it has been duly certified by the Owner.

16.5 No welder shall be permitted to work without the possession of identify card.

16.6 If a welder is found to perform a type of welding or in a position for which he is not
qualified, he shall be debarred from doing any further work. All welds performed by an
unqualified welder shall be cut and redone by a qualified welder at the expense of the
Contractor.

16.7 Charges for deploying services as mentioned above by Owner approved third party
inspection agency shall be borne by the contractor for the total job and shall be deemed
to include in the quoted schedule of rates.

17. Visual Inspection

a) Inspection of all welds shall be carried out as per the latest editions of the
applicable codes and specifications. All finished welds shall be visually inspected
for parallel and axial alignment of the work, excessive reinforcement, concavity of
welds, shrinkage cracks, inadequate penetration, unrepaired burn through, under
cuts, dimensions of the weld, surface porosity and other surface defects.
Undercutting adjacent to the completed weld, surface porosity and other surface
defects. Undercutting adjacent to the completed weld shall not exceed the limits
specified in the applicable standard / code.

18. Radiographic Examination

a) This topic shall be read along with another chapter “Radiography for Pipelines
including inspection & interpretation”.
b) Contractor shall appoint Owner approved third party inspection agency for
certifying the radiography films in accordance to respective codes/standards.
c) The Radiographic Examination procedures to be adopted shall be submitted by the
contractor as per standard. The same shall be certified by the Owner approved
third party inspection agency and submitted to Owner for approval prior to
starting the work. The Radiography procedure shall be established to demonstrate

69
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

that the required sensitivity can be consistently achieved under the most
unfavorable parameters (e.g. source to film distance, geometric un-sharpness,
thickness etc.). The acceptance criteria shall be as per the relevant codes of
Fabrication and overriding requirements if mentioned elsewhere in the technical
specifications of the contract. The contractor shall be responsible for carrying out
Radiography; rectification of defects and re-radiography of welds repaired /
rectified at his cost and risk.
d) The extent of Radiography shall be limited to 10% of all the joints made for
fabrication and welding of entire pipeline as per the specification.
e) The Contractor shall fulfill all the statutory and Owner's safety requirements while
handling X-ray / Gamma-ray equipment, source.
f) The joints for Radiography shall be selected by the Owner and the Radiography
shall be performed in Owner representative's presence, if Owner insists so. The
Contractor shall furnish all the radiographs, to the Owner approved third party
inspection agency immediately after processing of the films. Cost of hiring TPI will
be borne by contractor.
g) The Contractor shall provide the third party inspection agency all the necessary
facilities at site such as a dark room with controlled temperature, illuminator
(viewer) suitable for varying densities, a duly calibrated electronic densitometer
with batteries, magnifying glass, tracing papers, ruler marking pencils etc. to
enable them to review the radiographs.
h) Where random Radiography is specified, the first weld of each welder shall be
completely radiographed. In the case of pipe of size 6" and below, the first two
welds shall be completely radiographed.
i) For each weld performed by a welder found unacceptable, two additional checks
shall be carried out on welds performed by the same welder. This operation is
iterative and the one of two additional welds for each weld deemed unsatisfactory
shall be continued till such time that two consecutive welds of satisfactory quality
are found for every defective weld.
70
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

j) The Contractor shall carry out these additional radiographic testing at his own
expense. To avoid the possibility of too many defective welds by a single welder
remaining undetected for long period to time, the Contractor shall promptly
arrange for Radiographic Examination so that there is no accumulation of defective
joints.

19. REPAIRS OF WELDS

a) Defects ascertained, through the inspection methods, which are beyond


acceptable limits shall be removed after the joint is completely radiographed by
the process of chipping and grinding.
b) When the entire joint is judged unacceptable, the welding shall be completely cut
and edges suitably prepared as per required alignment tolerances. The re-welded
joint shall again be re-examined as per above specification for radiography.
c) No repair shall be carried out without prior permission of the Owner.
d) Repairs and/or work of defective welds shall be done in time to avoid difficulties in
meeting the construction schedules.
NOTE: CONTRACTOR TO ENGAGE ONLY ONE THIRD PARTY INSPECTION AGENCY FOR
CARRYING OUT ALL THE JOBS FALLING UNDER THIS SPECIFICATION.

20. INSPECTION, FLUSHING AND TESTING OF PIPEILNES

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

21. PAINTING OF PIPELINE

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

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

a) Batch Test Certificates, for the Electrodes and paints used to be obtained from the
Manufacturers.

71
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

b) Welding Procedure Specifications as per QW-482 of ASME Section IX immediately


after receipt of the order.
c) Welding Procedure Qualification records as per QW-483 of ASME Section IX.
d) Welder Performance Qualification records as per QW-484A of ASME Section IX
immediately after conducting Welder Qualification Tests.
e) Radiography Procedure and other NDT procedures.
f) Radiographic test Report along with Radiographs and other NDT reports.

FORMAT FOR WELDING PROCEDURE SPECIFICATIONS (WPS)


1. Contractor’s Name _______________________________________________
2 By _______________________________________________
3. WPS No.(s) _______________________Date____________________
4. Supporting PQR No. (s) _____________________________________________
5. Revision No. _______________________Date____________________
6. Types of Welding _______________________________________________
Process (es) (Automatic, Manual, Machine or Semi Automatic)
______________________________________________________________________

WA. JOINT
1. Joint Design _______________________________________________
2. Backing (Yes) ________________________(No)___________________
3 Type of Backing Material ____________________________________________
Notes:
a) The general arrangement of the parts to be welded should be shown by sketches,
drawings, weld symbols or written detailed description. The root spacing and the
details of weld groove should be specified.\
b) The contractor should attach the sketches to illustrate joint design, weld layers
and bead sequence e.g. for notch toughness procedures, for multiple process
procedures etc.
WC1. POSITIONS

72
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

1. Position(s) of Groove ______________________________________________


2. Welding Progression : Up __________________
Down____________________
3. Position(s) of Fillet
________________________________________________
________________________________________________________________
WC2. PREHEAT
1. Preheat Temp. Minimum ________________________________________
2 Interpass Temp. Max ______________________________________________
3 Preheat Maintenance _______________________________________________
Note: Continuous or special heating where applicable should be recorded
______________________________________________________________________
WC3. GAS
1 Shielding Gas(es) _______________________________________________
2 Percent Composition _______________________________________________
(mixtures)
3 Flow Rate _______________________________________________
4 Gas Backing _______________________________________________
5 Trailing Shielding Gas ______________________________________________
WC4. ELECTRICAL CHARACTERISTICS
1 Current AC or DC _______________________ Polarity______________
2. Amps.(Range) ___________________ Volt~ (Range) _____________
3 Tungsten Electrode _____________________________________________
Size & Type (Pure Tungsten~2% Thoriated etc.)
4 Mode of Metal Transfer _____________________________________________
For GNAW (Spray arc, short circuiting arc etc.)
5. Electrode Wire feed _____________________________________________
speed range
Notes:
a. Amps. and volts range should be recorded for each electrode size, position and

73
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

thickness etc.
b This information may be listed in a tabular form similar to that shown above
WC5. TECHNIQUE
1. String or Weave Bead __________________________________________
2. Orifice or Gas Cup Size __________________________________________
3. Initial and Interpass Cleaning_________________________________________
(Brushing, Grinding etc.)
4. Method of Back Gouging __________________________________________
5. Oscillation __________________________________________
6. Contact Tube to Work Distance_______________________________________
7. Multiple or Single Pass (per side)_____________________________________
8. Multiple or Single Electrodes_________________________________________
9. Travel Speed (Range) __________________________________________
10. Peening __________________________________________
11. Other
__________________________________________
WB. STEEL PLATES MATERIAL (BASE METAL)
1. P.No.________Group No. _______ To P. No.______ Group No._____________
OR
2. Specification ____________ Specification _________________
to
type and grade ____________ type and grade ________________
OR
3 Chem. Analysis Chem Anlysis ________________
and Mech. Prop. _____________ and Mech. Prop. ______________
Thickness Range :
4 Base Metal : Groove ___________________ Fillet____________________
5. Deposited : Groove ___________________ Fillet____________________
Weld Metal
6. Plate thickness Groove ___________________ Fillet____________________

74
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

range
7. Other __________________________________________________
WC. ELECTRODES
1. F.No. _____________________ Other__________________
2. A.No. _____________________ Other ____________________
3. Spec. No. (SFA) _______________________________________________
4. AWS No. (Class) _______________________________________________
5. Size of filler metals _______________________________________________
(Electrode, Cold Wire, Hot Wire etc.)
6. Electrode Flux (Class )______________________________________________
7. Flux Trade Name _______________________________________________
Notes: Each base metal filler metal combination should be recorded individually.

WELD PROCESS FILLER METAL CURRENT VOLT TRAVEL OTHER


LAYERS RANGE SPEED
RANGE
CLASS DIA TYPE AMP.
POLAR RANGE

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

FORMAT FOR PROCEDURE QUALIFICATION RECORD (PQR)


1. Contractor’s Name _______________________________________________
2 PQR No. _______________________________________________
75
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

3. Date _______________________________________________
4. WPS No. _______________________________________________
5. Welding Process(es)_______________________________________________
(Type - Manual, Automatic, Semi-Auto)

PA. JOINTS
GROOVE DESIGN OF TEST COUPON
Note: For combination qualifications the deposited weld metal thickness shall be
recorded for each filler metal or process weld.
PB. STEEL PLATES MATERIAL ( BASE METAL )
1 Material Spec. _________________________________________
2. Type of Grade _________________________________________
3. P.No. _______________To P.No.___________________
4. Thickness of Test Coupon _________________________________________
5. Size Test Coupon _________________________________________
6. Other _________________________________________
PC. WELDING ELECTRODES (FILLER METALS)
1. Weld Metail Analysis A-No.__________________________________________
2. Size of Filler Metal __________________________________________
3. Filler Metal E-No. __________________________________________
4. SPA Specification __________________________________________
5. AWS Classification __________________________________________
6. Other
__________________________________________
______________________________________________________________________
PC1. POSITION
1. Position of Groove __________________________________________
2. Weld Progression (Up, Down)________________________________________
3. Other
__________________________________________
PC2. PREHEAT
76
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

1. Preheat Temp. __________________________________________


2. Interpass Temp. __________________________________________
3. Other
__________________________________________
PC3. GAS
1. Types of Gas of Gases __________________________________________
2. Composition of Gas Mixture__________________________________________
3. Other
__________________________________________
PC4. ELECTRICAL CHARACTERISTICS
1. Current __________________________________________
2. Polarity __________________________________________
3. Amps.
__________________________________________
4. Volts __________________________________________
5. Tungsten Electrode Size __________________________________________
6. Other
__________________________________________
PC5. TECHNIQUE
1. Travel Speed
__________________________________________
2. String or Weave Bead __________________________________________
3. Oscillation __________________________________________
4. Multipass or Single __________________________________________
Pass (per side)
5. Single or Multiple __________________________________________
Electrodes
6. Other
__________________________________________

77
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

TENSILE TEST
SPECIMEN WIDTH THICKNESS AREA ULTIMATE ULTIMATE TYPE OF FAILURE AND
NO. TOTAL UNIT LOCATION
LOAD Kgs. STRESS
Mpa

GUIDED BEND TEST


TYPE AND FIGURE NO. RESULT

TOUGHNESS TEST

SPECIMEN NOTCH NOTCH TEST IMPACT LATERAL DROP WEIGHT


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

FILLET WELD TEST


1. RESULT
Satisfactory :
Yes __________________

No __________________
2. PENETRATION INTO PARENT METAL:
78
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Yes __________________

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

1. WELDER’s NAME ________________________________________________


2. CLOCK NO. ______________________STAMP NO._______________
3. TEST CONDUCTED BY_____________________________________________
4. LABORATORY TEST NO.___________________________________________
This is to certify that the statements in this record are correct. We also certify that
the test welds were prepared, welded and tested in accordance with the
requirements of Section IX of the ASME Code.
Manufacturer ________________________
Date ________________ By _________________________
Detail of record of tests are illustrative only and may be moulded to conform to the
type and number of tests required by the Code.

79
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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

80
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

GUIDED BEND TEST RESULTS


TYPE & FIGURE NO. RESULT

RADIOGRAPHIC TEST RESULTS


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

Length and Percent of Defects______________________________ INCHES______%


Macro Test – Fusion _____________________________________________________

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

Convexity ________________________________in. or Concavity ________________

Test Conducted by ______________________________________________________


Laboratory - Test No._____________________________________________________

This is to certify that the statements in this record are correct and that the test
welds were prepared, welded and tested in accordance with the requirements of
Section IX of the ASME Code.
Organization ____________________________
Date ______________ By ______________________________

Details of record 1tests are illustrative only and may be modified to conform to the type &
number of tests required by the Code.

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

81
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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______________________________________________________
82
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Base material used ________________________________________________

Buttering used ____________________________________________ Yes/No.

Preheat Temperature ______________________________________ Deg.C

Interpass Temperature _________________________________ Deg.C

PWHT details soaking Tem./Time_____________________________________

Visual Examination _______________________________________________

83
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

RADIOGRAPHIC PROCEDURE FOR TANK/ PIPELINE FABRICATION


1. Location -
2. Date of Testing -
3. Name of the Contractor -
4. Material -
Carbon steel/Alloy Steel -
/Stainless Steel
5. Plate thickness -
6. Type of Weld Joint -
7. Radiation Source -
8. Intensifying Screens/ -
Lead Screens
9. Geometric Relationship -
10. Limit of Film Coverage -
11. Film Type and Make -
12. Exposure Time -
13. Processing -
14. Density -
15. Sensitivity -
16. Type of Penetrameter -
(Source side)
17. Type of Penetrameter -
(Film slide)
Signature of Contractor
with Seal
Approval of Owner’s Inspector

84
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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

85
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

TESTS AND INSPECTION OF WORKS


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

1.6 The vacuum-box test shall have at least 50 mm (2 in.) overlap of previously viewed surface
on each application.
1.7 The metal surface temperature limits shall be between 4 °C (40 °F) and 52 °C (125 °F),
unless the film solution is proven to work at temperatures outside these limits, either by
testing or Manufacturer’s recommendations.

86
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

1.8 A minimum light intensity of 1000 Lux (100 fc) at the point of examination is required
during the application of the examination and evaluation for leaks.
1.9 The vacuum shall be maintained for the greater of either at least 5 seconds or the time
required to view the area under test.
1.10 The presence of a through-thickness leak indicated by continuous formation or growth of
a bubble(s) or foam, produced by air passing through the thickness, is unacceptable. The
presence of a large opening leak, indicated by a quick bursting bubble or spitting response
at the initial setting of the vacuum box is unacceptable. Leaks shall be repaired and
retested.
1.11 A record or report of the test including a statement addressing temperature and light
intensity shall be completed and furnished to IOCL upon request.
1.12 As an alternate to vacuum-box testing, a suitable tracer gas and compatible detector can
be used to test the integrity of welded bottom joints for their entire length. Where tracer
gas testing is employed as an alternate to vacuum-box testing, it shall meet the following
requirements:
 Tracer gas testing shall be performed in accordance with a written procedure
which has been reviewed and approved by the Purchaser and which shall address
as a minimum: the type of equipment used, surface cleanliness, type of tracer gas,
test pressure, soil permeability, soil moisture content, satisfactory verification of
the extent of tracer gas permeation, and the method or technique to be used
including scanning rate and probe standoff distance.
 The technique shall be capable of detecting leakage of 1 × 10-4 Pa m3/s (1 × 10–3
standard cm3/s) or smaller.
 The test system parameters (detector, gas, and system pressure, i.e., level of
pressure under bottom) shall be calibrated by placing the appropriate calibrated
capillary leak, which will leak at a rate consistent with (b) above, in a temporary or
permanent fitting in the tank bottom away from the tracer gas pressurizing point.
 Alternatively, by agreement between the Purchaser and the Manufacturer, the
calibrated leak may be placed in a separate fitting pressurized in accordance with
the system parameters.
 While testing for leaks in the welded bottom joints, system parameters shall be
unchanged from those used during calibration.
2.0 Telltale hole
2.1 After fabrication is completed but before the tank is filled with test water, the reinforcing
plates shall be tested by the Contractor by applying up to 100 kPa (15 lbf / in.2) gauge
pneumatic pressure between the tank shell and the reinforcement plate on each opening
using the telltale hole. While each space is subjected to such pressure, a soap film, linseed
oil, or another material suitable for the detection of leaks shall be applied to all
attachment welding around the reinforcement, both inside and outside the tank.

87
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

3.0 Chalk Kerosene Test.


3.1 This procedure details out the requirements of kerosene leak test for single sided/single
layer weld joints that are accessible from back side for visual examination.
3.2 Weld shall be thoroughly cleaned by hand wire brush or rotary wire brush to remove oil,
grease, slag and rust. Weld shall be repaired by grinding/ grinding and welding.
3.3 Kerosene leak test shall be carried out only at room temperature.
3.4 The weld surface shall be applied with wet/pasty chalk (mixed with water) and dried.
Kerosene shall be sprayed on the other side of the weld. The kerosene penetrates through
crevices or cracks/ pin holes and is absorbed by dry chalk powder showing up as a dull
patch/ indication on the bright chalk surface.
3.5 Alternatively weld surface may be wetted with wet (soaked in kerosene) cotton waste or
cloth, In such cases wet/pasty chalk shall be applied on the other (root side) of the weld.
This shall be completed before applying kerosene.
3.6 The side on which chalk is applied shall be visually examined for indications of kerosene
absorption (sweating/ wetting) after 5 minutes of kerosene application. Indication noticed
if any shall be repaired as given below.
Repairs:
a) Leaking spots (indication) shall be marked for repair.
b) Repairs shall be carried out by grinding and welding.
c) Repaired areas shall be retested as above.
Cleaning:
a) After testing is completed, the chalk powder and traces of kerosene shall be off
from the welds.
4.0 Dye Penetrant Test.
Method:
4.1 Surface Cleaning process:
Solvent cleaning method: On removal of any rust, scale, welding flux, spatter, and in
general, inorganic soils, the surfaces to be inspected shall be cleaned, with solvent cleaner
and then finally with a dry lint free cloth.

4.2 Drying Process:


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

88
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Application of penetrant:
 After the area has been cleaned, dried and the temperature of the surface and
penetrant are within the range of 40° F (5° C) to 125° F (52° C), the penetrant shall
be sprayed directly to the surface to be inspected by means of aerosol container,
so that the entire area under inspection is completely covered.
 After application, excess penetrant shall be allowed to drain (care being taken to
prevent pools of penetrant forming on the test area) while allowing for minimum
penetration (dwell) time stated in accordance with (ASME V.Article24, SE165)
unless otherwise specified by the client in a more restrictive manner.
 The length of time the penetrant must remain on the part to allow proper
penetration should be as recommended by the penetrant manufacturer (dwell
time shall not exceed the maximum recommended by the manufacturer).

Excess Penetrant removal:


 After the specified dwell time has been elapsed, any penetrant remaining on the
surface shall be removed with a dry or slightly moistened cloth of solvent cleaner,
taking care to minimize removal of penetrant from possible discontinuity.
 Flushing the surface with solvent cleaner, following the application of the
penetrant and prior to developing is prohibited.

Drying after removal of excess penetrant:


The drying process shall be accomplished by normal evaporation. Drying time shall only be that
necessary to adequately dry the part.

89
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

RADIOGRAPHY FOR PIPELINES INCLUDING INSPECTION & INTERPRETATION


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

90
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

1.0. RADIOGRAPHIC INSPECTION. GENERAL


a. Radiographic inspection of weld joints shall be conducted as per latest API 1104, the
radiographic requirement shall be as given below.
b. First weld of each welder is to be radiographed except that for pipe 100 mm and lower in
nominal size, where the first two welds of each welder are to be completely radiographed.
c. The radiographic procedure shall be approved by the Owner’s Inspector, the procedure and
quality of radiographic examination, limits of acceptability, repair and removal of defects
shall be as per API code 1104, ASTM E-94 and ASTM E-142.
d. The contractor shall be responsible for carrying out radiography, rectification of defects and
re-radiography of welds repaired and rectified. He shall make necessary arrangements for
providing the equipment as well as radiographic film for the satisfactory and timely
completion of the job.
e. Radiographic inspection of the welds shall be preferably made with X rays. Iridium 192
isotope or any other source may be used with the approval of the site engineer.
f. The contractor shall fulfill all the statutory safety requirements in handling the X ray or
gamma ray equipment.
g. The details of the radiography shall be duly entered and signed by him in a register and shall
be submitted to the Owner’s Inspector for approval.
h. The contractor shall afford all necessary facilities to the inspector at site such as darkroom
with controlled temperature, viewer etc. for the examination of the radiographic film.
i. Interpretation of radiographs shall be done as per acceptable standards.
j. When the entire joint is unacceptable, the weld shall be cut completely and the pipe ends
shall be restored for rewelding. After reweld the joint shall be again checked.
k. No repair of welds shall be done without prior permission of the site engineer.
l. For each weld found unacceptable due to welder’s fault such as lack of fusion and
penetration, two additional checks should be carried out on welds performed by the same
welder whose joint was judged unacceptable originally. The operation is progressive and
the procedure of radio graphing two additional welds for each weld deemed unsatisfactory
shall be followed till such time two consecutive satisfactory welds are obtained.
m. The contractor shall carry out these additional radiographs at his own expense.
n. To avoid the possibility of too many defective welds by as single welder going undetected
over a period of time, the contractor shall arrange to radiography promptly so that there is
no backing in radiography.
o. Repairs and / or work of defective welds shall be done in time to avoid delays in the
construction programme.

91
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

2.0. EXAMINATION OF RADIOGRAPHS


a. The radiographic examination method employed shall be in accordance with the ASME
Boiler and Pressure Vessel Code Section V “Non Destructive Examination” Article 2.
b. The requirements of Article 2, Section V of ASME code are to be used only as a guide.
However, final acceptance of radiographs shall be based on the ability to see the prescribed
penetrameter image and the specified hole. Contractor will engage minimum one L-2
inspector at site for interpretation of radiographs which in-turn will be submitted to IOC’s
M&I deptt. for final interpretation.
3.0. DETERMINATION OF LIMITS OF DEFECTIVE WELDING
a. When a section of weld is shown by radiograph to be unacceptable under provisions of 10.1
or limits of the deficient welding are not defined by the radiograph, two adjacent spots
shall be examined by radiography.
b. However, if the original radiograph shows at least 75 MM of acceptable weld between the
defect and any one edge of the film, an additional radiograph need not be taken of the
weld on that side of the defect.
c. If the weld at either side of two adjacent sections fails to comply with the requirements of
10.1 additional nearby spots shall be examined until the limits of acceptable welding are
determined or the fabricator may replace all the welding performed by the welder on that
joint.
d. If the welding is replaced one radiograph should be taken at any selected location on any
other joint on which the same welder has welded.
e. If any of these additional spots fails to comply with the requirements of 10.1 the limits of
unacceptable welding shall be determined as specified for the initial section
4.0. REPAIR OF DEFECTIVE WELDS
a. The defective weld shall be removed by chipping or melting out by thermal gouging process
from both sides of joint and re-welding. Only sufficient cutting out of the defective
joints, as is necessary to correct the defect, is required.
b. All repaired weld in joints shall be checked by repeating the original inspection procedure
and by repeating the hydrostatic testing / vacuum box testing method.
5.0. RECORD OF RADIOGRAPHIC EXAMINATION:
The fabricator shall make a record consisting of all films with their identification marks and
submit the same on completion of work.
RADIOGRAPHIC INTERPRETATION OF WELD JOINTS AS PER API 1104
STANDARD FOR WELDING PIPELINES AND RELATED FACILITIES FOR PIPE 2 – 3/8” O.D. AND
ABOVE

92
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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.

93
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

SPECIFICATIONS FOR PIPELINE WORKS


1.0 GENERAL
1.1 For payment purpose against items, of supply fabrication and erection of steel of all types,
the weight shall be calculated based on section given in the standard steel tables and
physical verification whichever is less. The net fabricated dimensions edge to edge shall
be taken into account. The measurement shall exclude any allowance for wastage and
weld metal etc.
1.2 Measurement of pipeline shall be taken for actual pipeline laid at site. The rate for
laying & welding includes provision of saddle plates beneath the pipelines. Gate valves,
flanges, strainers, filters etc. would not be included for measurement in pipeline.
1.3 Maximum wastage of 1.5% shall be allowed in pipeline fabrication for all diameter of
pipes.
2.0 SCOPE
This specification covers the minimum requirements for erection, flushing, pressure
testing, draining, drying and reinstatement of piping systems.
3.0 REQUIREMENT OF DRAWINGS
3.1 Drawings accompanying the tender document are indicative of scope of work and
issued for tendering purpose only. Detail piping drawings will be given to
successful bidder for carrying out the work.
3.2 The contractor shall prepare the isometric drawings for product piping and calculate
the actual requirement of various items/fittings like bends, flanges etc. The complete set
of drawings shall be submitted for approval, before commencement of the work . No
fabrication will start without the approval of IOC. The construction drawings shall include
a. Location of all weld seams, weld sizes and details of weld etc.
b. Material to be used.
c. Welding procedures and radiographic inspection.
d. Edge preparation and method employed.
e. Tolerances
f. Quality, brand and gauge of electrodes to be used.
g. Details of welding reinforcement
h. Details of brackets for supporting pipes, platforms, etc.
i. Complete bill of materials with item wise quantities for materials to be supplied by
IOC and the contractor.
j. Any correction or modifications suggested by IOC while approving the drawings.

94
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

2.2 The drawings shall be prepared on computer and one CD of as built drawings shall be
submitted after completion of work.All drawings are to be prepared on Auto-CAD (on PC).
4.0 INSPECTION
4.1 Engineer-in-Charge or his authorized representative or third party appointed by IOC shall
have free access at all reasonable time to inspect those parts at the manufacturer's works
which are connected with the fabrication of the steel work and shall be provided with
all reasonable facilities for satisfying himself that the fabrication is being undertaken in
accordance with the provision of this contract.
4.2 Inspection shall be made at site/ at the place of manufacture prior to dispatch of the
fittings. The inspection shall be conducted so as not to interfere unnecessarily with the
operation of work.
4.3 Should any structure or part of a structure be found not to comply with any of the
drawings and specifications, it shall be rejected. No structure or part of the structure
once rejected shall be re-submitted for test except in case where the corporation
considers the defects as rectifiable.
4.4 Defects which may appear during fabrication shall be made good by the contractor.
4.5 The suitability and capacity of all plants & equipments used for erection shall be to the
satisfaction of the engineer.
5.0 FABRICATIONS:
5.1 Fabrication, installation/erection and assembly shall be done as indicated in P & IDs and
piping layout drawings.
5.2 Contractor shall promptly notify Engineer-in-charge of any defective or damaged material,
materials that are not as per specification and materials that differ in any manner from the
designations in the drawings.
Pipe to pipe jointing for CS & SS materials
50 NB and above : Butt welding
Below 50 NB : Socket weld Coupling
Pipe to pipe jointing for Galvanised materials
All sizes for Instrument Air : Grooved fittings
All sizes for Service Water : Screwed Coupling
5.3 Bends, reducers, expanders, tees and end blinds provided shall be factory made forged
irrespective of diameter of pipeline .Such fittings shall have approximately the similar
material composition as that of pipeline under fabrication. Use of miter bends/reducers
are not permitted.
5.4 Carbon steel pipes shall be cut by mechanical or thermal cutting depending upon
95
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

thickness and size. Thermal cutting shall not be employed for stainless steel. Internal burrs
shall be removed by suitable grinding.
5.5 Section of pipes shall not be welded together to form a random length shorter than 3m.
5.6 Contractor shall provide facility to fabricate reinforcement pads.
5.7 All welding ends shall be beveled with an angle of 300 +/- 50 , and a root pass pass of
1.5mm. The bevels shall be machine-cut bevels or smooth, clean, slage-free flame-cut.
5.8 All pipe branches shall be at 900 unless otherwise indicated in the drawing.
6.0 CODES/STANDARDS TO BE FOLLOWED:
6.1 API - 1104 :
6.2 ANSI B 31.3 : Code for petroleum Refinery Piping
6.3 IS 823 : Code of procedure of manual Arc welding of mild steel.
6.4 IS 814 : Metal arc welding for mild steel.
6.5 IS 817 : Welder qualification tests.
7.0 ERECTION:
7.1 Cleaning - Before erection all pre-fabricated spool pieces, pipe fittings etc. shall be
cleaned inside and outside by suitable means. The cleaning process shall include
removal of foreign matter such as scale, sand, weld spatter, cutting chips etc. by wire
brushes cleaning tools etc., and blowing out with compressed air and/or flushing out with
water.
7.2 Flange Connections - While fitting up matching flanges, care shall be exercised to
properly align the pipes and to check the flanges for trueness so that faces of the
flanges can be pulled together without inducing any stresses in the pipes and
equipments nozzles.
7.3 Valves - Valves shall be installed with spindle/ actuators orientation / position as
shown in the layout drawings.
7.4 Line mounted equipments / items - installation for line mounted items like filters,
strainers, sight glasses etc., including their supporting arrangements shall from part of
piping erection work and no separate payment shall be made for this work.
8.0 PIPE SUPPORTS - Pipe supports are designed to effectively sustain the weight and
thermal effects of the piping system and to prevent its vibrations. Location and design of
pipe supports will be as per the following table or as given by site engineer:
Nominal pipe size in MM. Maximum span in M.
20/25 mm 2.10 m
050 mm 3.05 m

96
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

080 mm 3.60 m
100 mm 4.25 m
150 mm 5.15 m
200 mm 5.75 m
250 mm 6.70 m
300 mm 7.00 m
350 mm & above 7.60 m
The above spacing are indicative and will be kept as per site requirements (min. above).
The minimum clearance of 300 mm has to be maintained between the ground and the
bottom surface of pipeline. All pipeline supports will be numbered serially for
identification.
9.0 TESTING OF PIPING SYSTEM :
9.1 Testing of piping after erection shall be done as per API-1104 and as specified in price bid.
9.2 With the exclusion of instrumentation, piping systems fabricated or assembled in the
shop/factories shall be tested at the site, irrespective of whether or not they have been
pressure testedpriorto site welding or fabrication.
9.3 A test pressure of 10.5 kg/sq.cm shallbemaintained for minimum 4 hours.
9.4 All tests shallbecompletedto the satisfaction of site engineer including
retestingifanyleakageis noticed during testing.
9.5 The site engineer shall be notified in advancebythe contractor of testing sequence/
program, to enable him to be present for witnessing the test.
9.6 All equipments, materials,consumables andservices required forcarryingoutthepressure
testing of piping system shallbeprovidedby the contractor at his own cost.
9.7 Water for testing shall be arrangedbycontractorat his own cost.
9.8 Testrecordsintriplicateshall beprepared and submitted by the contractor for each piping
system line wise for the pressuretestdoneintheproforma as approved by site engineer.
10.0 DOCUMENTS TO BE SUBMITTED BY CONTRACTOR : (FOUR COPIES EACH OR AS REQD.)
10.1 Welders qualification test report as per IS-817.
10.2 Electrode and materialtestcertificatesfrom the manufacturer.
10.3 Complete record of the Hydrostatictestingcarried out on each section of the pipeline
including test certificates for the same for submission to CCOE authorities.
10.4 Flushing reports.
10.5 Pipeline quantity certificates for product piping system as per the pipelines laid.
97
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

10.6 On completion of work, as built drawings of complete piping system are to


bepreparedandfurnished by the contractor as requiredby IOC. All drawings are to be
prepared on Auto-Cad (on PC).Thecontractor shall submit two CDscontainingall drawings,
one set of tracing and 3 sets of drawings/ printouts.
10.7 Pipeline elevation profilefor the entireroute of pipeline. Any other records as required by
the site engineer.
11.0 CONFLICTS AND DEVIATIONS:
Any conflicts between this standard and other applicable EPCC Engineering Standards,
Standard Drawings, or industry standards, codes, and forms shall be resolved in writing
with EPCC. Direct all requests to deviate from this standard in writing to EPCC.

12.0 REFERENCE DOCUMENTS

1.1 CODES

ASME B31.3 Chemical Plant and Petroleum Refinery Piping.


ASME B31.1 Power Piping.

1.2 STANDARDS

ASME B16.34 “Valves, Flanged, Threaded and Welding Ends”.


Any other code or standard which the Client may specify for any particular contract.

13.0 INSTALLATION
Construction contractor is responsible for installation of all piping spools, all piping
components, such as bolting, gaskets, flanged valves and fittings, blind flanges, etc. and
all other items such as flow meters, control valves, orifice plates and similar items
necessary to complete final piping erection with all lines cleaned , supported, pressure
tested and ready for plant operation. Alignment of piping to equipment (machinery,
vessels, exchangers, etc) shall be permit fit up with bending or springing of the pipe in
any circumstances. Alignment should be checked and approved by construction
supervisor prior to bolting up. Where a discrepancy between drawing dimension and
field dimension exists, sufficient modification should be made so that unintended cold
springing and cold forcing is avoided, and also the discrepancy in dimension should be
duly approved by the construction supervisor. Deviation from arrangement shown in
drawings shall be made after consulting construction supervision contractor.
Construction contractor shall submit alternative routing for review and approval by the
construction supervision contractor. Alternative routing shall keep clear all access ways

98
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

and equipment openings and shall maintain accessibility of valves and instruments.
Cutting, welding and making attachments to structural members, vessels, heat
exchangers, and other equipment not detailed in the piping and piping support
drawing, shall not be permitted without prior approval of construction supervision
contractor. Vents, drains, condensate drip legs, pressure instrument and other
connection shall be installed where indicated on isometric drawings, in accordance
with engineering standards included in “Piping Design Basis. Protective devices on pipe
ends, flanges and equipment opening remain in place until the piping connection is
ready to be made.

14.0 FLANGES
In making of flanged joints, gaskets and flange faces shall be cleaned and free of weld
spatters, burrs etc. Gasket should be properly centered and bolting shall be well
lubricated. All flanged joints shall be brought up flush until the entire flange face or
groove bears on the gasket and then made up with uniform bolt tension. Bolting shall
be tightened in a sequence assuring equal distribution of bolt loading. Torque
wrenches are recommended to achieve this uniform bolt loading. The bolting
procedure shall be checked by measuring the space between flanges during and after
completion of tensioning. Steel to cast iron flanged joints shall be made up with
extreme care. In order to avoid breaking of cast iron equipment flanges, piping flanges
shall be brought up flush with gasket and equipment flanges in to close parallel and
lateral alignment, before uniformly tightening the bolts. Hydraulic bolt tensioning
equipment shall be applied when indicated in the piping class. Bolting is supplied with
one diameter extra length for mounting the tensioning device. Do not cut off this extra
length. Tensioning shall be executed in accordance with the requirements described in
supplier’s manual of tensioning device. Calculation for determining the minimum
required bolt load shall be executed by construction contractor and submitted to
construction supervision contractor for approval.
15.0 THREADED CONNECTIONS
All threaded connections shall be seal welded, except the following:
 Connections in galvanized piping.
 Screwed plugs in valve drains and vents.
 Screwed thermos-wells and instruments connections.
 Screwed control valves and safety / relief valves.

Screwed plugs in hydrostatic test vents and drains without valves shall be seal welded
after completion of testing.
99
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Use sealing compound or Teflon tape for all connections not to be seal welded. Teflon
tape is only allowed in utility services, up to and including 200°C.

16.0 PIPE SUPPORTS

16.1.1 TEMPORARY SUPPORTS

During erection, piping shall be adequately temporary supported until the final
supports are installed. Temporary supports shall rest on paving, or direct indirect on
concrete or structural beam. Piping shall not be temporarily supported from platform
grating or from scaffolding. Temporary supports shall consist of wooden blocks and /or
steel hoisting ropes. Synthetic ropes or strings are not acceptable as temporary
supports. Steel temporary supporting material for stainless steel materials shall
preferably be stainless steel.

16.1.2 GENERAL

Pipe supports shall be fabricated and installed according to the standard and special
pipe support drawings and the piping drawings on which the location are indicated.
Construction contractor shall adjust the pipe support to overcome construction
measure deviations. Shims used to achieve full bearing between a pipe and / or a pipe
attachment and main support member must have sufficient area to carry the load.
After erection shims must be preferably welded to the main steel to prevent slippage
when the pipe moves during operation. Shims which are to be welded to the pipe shoe
must extend full length and width of the shoe. Alternative support shall only be
installed after approval by construction supervision contractor only. Pipe support
construction contractor shall remove fireproofing locally from steel columns and
beams for a proper installation of pipe support according to the pipe support drawings.
Fireproofing shall be repaired on the main structure and need not to be installed on
the additional pipe support, unless otherwise shown. Fireproofing around directional
anchors from pipes which are free to move in transverse direction shall be kept free
minimum 50 mm from pipe anchor parts. Where expansion bolts have to be applied in
concrete members, care shall be taken not to undercut retaining bars in the concrete.
Pipe supports shall be adjusted to suit the final location of the expansion bolts.

16.1.3 EXPANSION JOINTS

Expansion joints shall be installed following thoroughly the instructions of the


manufacturer regarding removing of shipping supports and attachments, adjusting tie-

100
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

rod nuts, recompressing bellows, the directional orientation if an internal sleeve is


include etc. If the joints have welding ends, protection shall be given to the bellows to
prevent any injurious effects during welding.

16.1.4 FINAL CORRECTIONS

16.1.5 Carbon steel, Austenitic stainless steel.

If correction is required after fabrication, they may be carried out a method approved
by construction supervision contractor.
17.0 INSPECTION AND TESTING

17.1 GENERAL

 Test and measuring equipment used shall be calibrated shall be calibrated six
(6) months.
 All inspection and testing is responsibility of construction contractor.
Construction supervision contractor’s representatives shall always have the right to
witness inspection.
 Any defects revealed by any of the examination performed shall be reworked and
retested. All assemblies indicating irremediable defects, excessive repairs, improper
fabrication or not being in accordance with the requirement of this specification
shall be subject to rejection, even if the condition are discovered after acceptance
at the construction contractor shop or revealed during field testing .All costs related
to repairs and or re-fabrication shall be for construction contractor’s account.

17.2 POSITIVE MATERIAL IDENTIFICATION

All components and the welds in the materials/services listed below shall be verified by
means of positive material identification (PMI) after completion of installation.
Construction contractor is responsible for execution and documentation of PMI
MATERIAL SERVICE
Stainless steel As indicated in relevant pipe class

17.3 WELD EXAMINATION

For Weld examination requirements, see specification chapter 22 of this tender


document.

17.4 PRESSURE TESTING & FLUSHING

101
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

 For pressure testing and flushing of completed piping systems refer Para. 12 to
17 of this document.
 Except when specifically noted on the drawings, spools shall not require shop
hydrostatic testing. This shall not, however, relieve construction contractor of
the responsibility for any defects in materials and/or fabrication that may be
revealed during field hydrostatic testing.
18.0 CLEANING

18.1 WELD ENDS

During weld preparation, ends of all components shall be freed from any trace of oil,
grease, paint, rust, scales etc. over a distance of 50 mm minimum from the weld edge.
Cleaning agents and solvents used for degreasing shall not have any properties causing
corrosion of the piping.

18.2 PIPING

18.2.1 INTERNAL

During fabrication and installation, construction contractor shall prevent foreign


material such as oil, grease, sand, loose particles from cutting and grinding etc. from
entering in to pipe component. If foreign materials have entered the pipe component,
they shall immediately be removed before assembly of the parts by a suitable cleaning
method, such as blowing through with air or degreasing with suitable cleaning agent or
solvent. Cleaning agent and solvents used for degreasing shall not have any properties
causing corrosion of the piping.

18.2.2 EXTERNAL

Piping to be painted shall be cleaned in accordance with the requirements in


specification” Surface Preparation and Painting of Piping which needs to be painted
shall be cleaned by a suitable cleaning method to remove scale excessive rust, or
grease only. Cleaning agents and solvents used for degreasing shall not have any
properties causing corrosion of piping.

18.2.3 COMPLETED PIPING SYSTEM

Unless otherwise indicated in the pipe class or on piping drawings or P & ID s only
flushing as described in this specification shall be followed.

102
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

18.3 DEGREASING

For certain services, lines need to be degreased to prevent operation problems. This
requirement is indicated in the pipe class or on the piping drawings or P& ID s and shall
be executed in accordance with additional specification supplied by construction
supervision contractor. Cleaning agents and solvents used for degreasing shall not have
any properties causing corrosion of the piping.

18.4 CHEMICAL CLEANING

Requirements for chemical cleaning of lines are indicated on the piping drawing and or
P & ID and shall be executed in accordance with requirements of the specification
“Chemical Cleaning of Carbon steel pipes. Construction contractor responsible for
chemical cleaning shall check whether all materials include in the piping systems are
compatible with intended cleaning liquid.
19.0 DOCUMENTATION

19.1 Both shop & field fabrication include administrative of material certificates, welding
operation, and non-destructive examination and all testing operations as required by the
applicable specification and codes

19.2 Construction contractor is responsible for planning and documentation all activities
and controls which include, but are not necessarily limited to, the following operations:

 Material receiving (including administration/filing of certificates)


 Cutting
 Bending (on site and at construction contractors for induction bending)
 Welding
 Heat treatment
 Destructive and non-destructive testing
 Hydraulic bolt tensioning
 Hydro testing
 Flushing
 Cleaning/chemical cleaning, Painting.

19.3 Construction contractor shall provide construction supervision contractor with two (2)
copies of material test certificates for all materials purchased by construction contractor.

103
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

19.4 Documents relating to assemblies to be shipped shall be submitted to construction


supervision contractor. Documents shall be available to construction supervision at all
times.

19.5 For each piping system (defined as piping items welded together of same material and
same design pressure/temperature e.g. line from a pump to a vessel) construction
supervision contractor shall provide a fabrication book containing documents showing all
above listed operations.

20.0 PREPARATION OF SHIPMENT


Before shop-fabricated assemblies are prepared for shipping construction supervision
contractor shall check the following:
 Overall dimension as per piping drawing.
 Required documentation as per subsections 8.2 and 8.3
 Material identification as per subsection 5.2
 After assembly has been released by construction supervision contractor, the
construction contractor shall prepare material for shipping as follows:
 All assemblies shall be dry and free from water, dirt and loose or foreign
materials.
 Flange faces, machined surfaces and threads in carbon steel piping shall be
coated with a corrosion preventive component before applying the cover
cap or plug.
 Plastic caps shall be used over all plain, beveled or threaded open ends.
 Wood, metal or plastic covers shall be bolted or strapped to open flanged
ends.
 All protective covering of the piping for shipment and shipping containers
shall be of sturdy construction in order to withstand normal shipping
abuse.
 Provision shall be made to prevent damage to all subassemblies during loading,
unloading or shifting of cargo in the transit. Small items shall not be shipped
loose, but shall be bagged, boxed or crated. Each container shall be tagged with
a description of contents and destination. Carbon, low-alloy and galvanized
carbon steel and stainless steel shall be shipped separately from each other.
 For stainless steel spools, construction contractor shall not use steel hoisting
devices and shall provide suitable transport packing to prevent spools from
contacting surfaces containing zinc or other harmful materials during the
transportation.

104
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

21.0 SPOOL PIECE MARKING


The appropriate pipe identification, consisting of the line number and spool number,
shall be hard dye stamped into spool. Marking shall be circled with yellow paint.
Note: When spools are shop painted the marking shall be protected against shot blasting
and priming.
22.0 ADDITIONAL REQUIREMENTS
For additional or deviating requirements concerning fabrication and erection of
steel piping, see specifications listed below:
Jacketed piping systems.
23.0 PRESSURE TESTING SCOPE

23.1 Piping systems subject to pressure testing shall be indicated on test diagrams which
shall be prepared by the construction contractor under the supervision of the construction
supervision contractor using P&ID as the basis

23.2 Prior to testing, construction contractor shall provide documentation (test packages)
in which the test system limits, type of testing and the test pressure are defined.

23.3 Test systems shall be divided into systems which require hydro-testing, pneumatic
testing or only a service test

Pneumatic testing always needs approval from customer and construction supervision
contractor and shall be limited to:
 Instrument air lines
 Plant air lines.
 Nitrogen lines
 Lines where introduction of water damages piping systems or product to be
conveyed after Start-up.
 Service testing shall be limited to piping systems as defined in ASME
B31.1/B31.3.

23.4 All testing for piping subject to authority approval as identified in "test packages" shall
be in accordance with authority rules

23.5 Piping not subject to authority approval shall be tested in accordance with this
specification and ASME B31.1/B31.3 (depending on selected design code) as a minimum.
Test pressures listed in test packages shall be determined in accordance with one of the
above-mentioned codes.

105
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

23.6 Following systems are excluded from pressure testing.

 Complete package units delivered by suppliers shall not be flushed and pressure
tested unless specifically designated by construction supervision contractor,
since this has already been performed during fabrication in supplier's shop.
 Lines and systems open to the atmosphere, except buried systems, which may
contain contaminating substances.
 Equipment, with the exception of cases where simultaneous testing of
equipment and piping is more practical or economical. In all cases testing of
equipment simultaneous with piping systems is subject to approval of
construction supervision contractor.

23.7 Although some test systems may be tested in combination with systems installed by
other construction contractors, each construction contractor shall remain responsible for
the part installed by him, unless agreed otherwise.

24.0 GENERAL REQUIREMENTS

24.1 Prior to testing, construction supervision contractor must have inspected the piping
system for completeness and conformity to piping drawings, specifications and P & ID.

24.2 Test packages for piping systems are to be released by construction supervision contractor
prior to flushing and pressure testing.

24.3 All welds shall be free of painting, coating or insulation to enable visual inspection of all
welds.

24.4 For stainless-steel piping, the duration of the flushing, hydro testing and draining/drying
sequence shall be kept as short as possible, in order to reduce the possibility of chloride
attack.

24.5 Testing against a closed valve is not permitted, unless specifically approved by
construction supervision contractor and under the condition that the test pressure is not
higher than 1.1 times the maximum allowable pressure at ambient temperature of subject
valve as indicated in ASME B16.34.

24.6 Test systems with equipment or closed valves may be combined when specifically
approved by construction supervision contractor.

106
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

25.0 SAFETY AND ENVIRONMENTAL CONTROL

25.1 Before starting any pressure test or flushing operation, the adequate measures for safety
and environmental control shall be established. All local regulations and all
recommendations from customer and construction supervision contractor shall be
complied with.

25.2 Safety:

25.2.1 No unauthorized person shall be allowed to enter the testing area.

25.2.2 Piping systems subject to extended hydrostatic test periods shall be provided with a
protective device to relieve excess pressure due to thermal expansion of the test fluid.

25.2.3 Care shall be taken that flushing and testing water, shall not freeze, either in the storage
tanks or in the piping systems. Construction contractor is to provide heating or insulation,
in case a freezing risk exists. Proposed measures shall be agreed upon with construction
supervision contractor (antifreeze or steam heating).

25.2.4 Test pressure shall not be applied until the piping system and its contents are at
approximately the same temperature. Pressure test shall not be conducted when the
metal temperature and/or test liquid is below 10°C.

25.2.5 Care shall be taken that as little water as possible is spilled over the paving to prevent
muddy and/or icy roads, or damage to equipment, instrumentation or insulation.

25.2.6 As pneumatic testing presents special risks, utmost care shall be taken during
pressurization and inspection of the systems to prevent any danger to personnel or
equipment.

25.2.7 After completion of the pressure test, the pressure shall be released so as not to endanger
personnel or damage equipment.

25.2.8 Environmental Control:

25.2.9 The use of chemical additives, i.e. wetting agents, biocides, inhibitors, etc., shall only be
allowed when an environmentally acceptable disposal has been agreed with construction
supervision contractor and local authorities

107
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

25.2.10 A wastewater disposal plan, which will specify the handling of the water used for flushing
and pressure testing, shall be prepared and agreed upon between customer, construction
supervision contractor and construction contractor.

25.2.11 Disposal of flush and test water via the plant sewer system shall only be allowed after
written approval from construction supervision contractor at specified flow rates.

25.2.12 Construction contractor shall estimate the expected quantities, flow rate and composition
of the wastewater.

26.0 TEST EQUIPMENT

26.1 Equipment used for testing shall be approved by construction supervision contractor and
authority inspectors prior to use.

26.2 Hydrostatic testing equipment, including filters, fill pump, pressurizing pump, dully
calibrated test gauges, relief devices, storage tanks, test and flushing medium, shall be
supplied by construction contractor.

26.3 For pneumatic testing, an air compressor suitable to supply dry, clean air at the pneumatic
test pressure shall be supplied by construction contractor.

26.4 The test pressure shall be checked by means of gauges having a range from zero up to a
minimum of 1.5 and a maximum of 4 times the required maximum test pressure.

26.5 All test pressure gauges shall be calibrated prior to testing. Calibration certificates shall be
available at the work site and all gauges shall be properly identified to enable traceability
to the calibration certificates. Calibration of gauges shall be repeated every 6 month or
whenever requested by the inspection team (representatives from the authorities,
customer, construction supervision contractor and construction contractor).

26.6 Test blanks shall be supplied by construction contractor. Design and dimensions shall be in
accordance with construction contractor’s standard. Construction contractor shall prove
by means of calculations that supplied test blanks are suitable for the intended test
pressure.

27.0 TEST MEDIUM

27.1 The test medium for hydrostatic testing shall be clean water (maximum chloride content
50 ppm without foreign matter such as sand, rust or other particles. D.M. water shall be
used for S.S. line/equipment for test a filter shall be provided in the fill line when dirt is

108
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

present in the water proposed to be used. Prior to use the water shall be analyzed and the
results shall be reported to the construction supervision contractor. Testing of the water
quality shall be repeated once every week.

27.2 Where the test packages indicate that a pneumatic test must be performed, air shall be
used for pressure testing.

27.3 Service tests shall be performed with the intended service medium.

28.0 TEST PROCEDURE

28.1 PREPARATIONS FOR PRESSURE TESTING

28.1.1 Blind flanges, blanks, caps or plugs with adequate pressure rating shall be installed to
isolate piping systems and equipment as indicated on the test diagrams.

28.1.2 All temporarily installed items (blanks, gaskets, spools, strainers, etc.) shall be adequately
marked using paint or tags for easy traceability.

28.1.3 Items not to be subjected to the pressure test shall be removed.

28.1.4 Items to be removed or blanked off prior to testing/flushing shall include, but shall not be
limited to:

 Equipment not included in the test system.


 Relief valves and rupture discs.
 Orifice plates, flow nozzles or other similar restrictions.
 Venturi type flow meters (flanged).
 Internals of equipment (trays, demisters, level instrument floats, float cages,
etc.), if included in the test system.
 Flanged control valves (for welded-in type control valve internals shall be
removed).
 Flanged check valves unless internals are removed (for butt-weld or socket
weld check valves internals shall be removed).
 All instruments (unless otherwise approved by construction supervision
contractor).
 Any items not designed to withstand the test pressure (e.g. pressure
gauges).
 Internals of strainers and filters.

109
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

28.1.5 Instrument piping shall be tested together with the piping system up to the piping block
valve nearest to the instrument. When a union is provided downstream of an instrument
block valve, it shall be broken to prevent dirt or foreign matter from being introduced into
the instrument.

28.1.6 If the test pressure on both sides of flanged control valves is equal and when block valves
and bypass are installed, the block and bypass valves shall be left open with the control
valve removed and with blinds or a spool piece installed.

28.1.7 If test pressures up and downstream of a control valve are not equal, the spool piece
between the control valve and the downstream block valve shall be tested in combination
with the upstream part.

28.1.8 Piping supported by counterweight or spring without "down travel stop" shall be
temporarily supported prior to filling of the line with water.

28.1.9 A spring with "down travel stop" shall have the "stop" (wedges or block) I inserted prior to
filling of the line with water.

28.1.10 Piping designed for vapor or gas shall (when necessary) be provided with additional
temporary supports to support the additional weight of the test liquid.

28.1.11 All open valves in the test system, which have a back seat (gate and globe valves) shall be
fully opened until the stem seat contacts the back seat and then the hand wheel shall be
turned twice in the direction of closing to assure that gland packing is subjected to full line
test pressure.

28.1.12 Open ends of atmospheric lines to be "full of liquid" tested shall be left open during
testing.

28.1.13 For pneumatic testing or service testing with air or nitrogen, screwed and flanged joints
shall be prepared for soap testing by taping with masking tape and punching a 3 mm
diameter hole through the tape.

28.1.14 When electronic leak testing will be applied, taping with masking tape will not be
required.

28.1.15 The system shall be pressurized with air up to the system operating pressure with a
maximum of 6 kg/cm2g and expanded abruptly to atmospheric pressure in order to clean
the pipes before hydro testing. Cardboards may be used for this test. Cleaning of pipes

110
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

using cardboard breaking method will be part of hydrotesting for which no extra payment
will be made.

28.2 PRESSURE TESTING

28.2.1 After acceptance of the preparations for pressure testing by construction supervision
contractor, the piping system will be released for pressure testing.

28.2.2 All systems shall be properly vented (at the high points) while filling. Special attention
shall be paid to the direction of filling when check valves are installed in the system.

28.2.3 Test pressure of 10.5 kg/cm2 shall be applied by means of a suitable test pump or other
pressure source for minimum 4 hrs. This pump shall be positively isolated from the system
except when being used to pressurize the system.

28.2.4 At least two (2) pressure gauges per test system shall be in stalled. One at the test pump
discharge and one (1) at or near the highest point of the test system. For large systems,
more pressure gauges shall be installed at suitable locations, in coordination with
construction supervision contractor.

28.2.5 The test pump shall be constantly attended during the test by an authorized person.
Before the pump is left unattended, it shall be positively disconnected from the system,
while the pressure gauge remains connected to the test system.

28.2.6 The test pressure shall be as indicated in the test index as provided by construction
supervision contractor.

28.2.7 Retesting of a system (when required) shall be performed at the same pressure as
originally specified for the test.

28.2.8 The pressure shall be increased gradually. For test pressures over 100 kg/cm2, the
pressure shall be increased in steps of 25 kg/cm2, providing sufficient time to check for
leaks and to allow the piping to equalize strains during the test.

28.2.9 The outside surface of the test system shall be clean and dry before and during testing.

28.2.10 The test pressure shall be maintained for at least half an hour prior to start of inspection
and long enough to enable a visible inspection of the complete test system by the
inspection team. A pressure recorder may be installed.

111
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

28.2.11 Atmospheric lines to be "full of liquid" tested shall be filled with water for at least 24
hours before visible inspection of the complete test system by the inspection team.

28.2.12 In case hydro testing through equipment is required, construction supervision contractor
will provide special instructions {e.g. maximum differential pressures on shell and tube
side of heat exchangers) where applicable.

28.3 ADDITIONAL REQUIREMENTS FOR SERVICE TESTS

28.3.1 A service test shall be performed with the line in service i.e. with the service medium and
at service pressure.

28.3.2 A visual inspection and/or (in case of air or nitrogen lines) soap leakage tests shall be
carried out.

28.4 ADDITIONAL REQUIREMENTS FOR PNEUMATIC TESTS

28.4.1 For systems being pneumatically tested, a preliminary check of the test system shall be
made at a pressure not exceeding 1.7 kg/cm2g (25 psig).

28.4.2 A visual inspection, and soap leakage tests shall be carried out.

28.4.3 Care shall be taken to avoid a temperature drop which could cause failure of metal and
thermoplastics due to embrittlement. The metal temperature during testing shall not be
below the minimum allowable temperature indicated in the "test package".

28.5 FLUSHING

28.5.1 After acceptance of testing reports by construction supervision contractor, the piping
system will be released for flushing.

28.5.2 Flushing will be carried out in order to remove all waste material and construction debris
from the piping systems.

28.5.3 Flushing through equipment is not allowed unless specifically approved by construction
supervision contractor.

28.5.4 During flushing of pump suction/discharge lines, the elbow close to the pump shall be
turned away and the pump inlet shall be adequately covered to prevent contamination of
pumps. This applies also for equipment nozzles, which shall be blinded off during the
flushing operation.

112
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

28.5.5 Water jetting can be applied for cleaning the inside of storage tanks.

28.5.6 Commissioning team representatives from construction supervision contractor shall


witness each flushing operation.

28.5.7 Flushing shall be performed against open pipe ends. Flushing via small openings like vents,
drains, etc., is regarded as insufficient.

28.5.8 Stainless-steel lines shall be flushed with D.M. water or clean condensate to prevent
chloride stress corrosion cracking.

28.5.9 After completion of the flushing operation, equipment which is welded in-line and
included in the test system, shall be inspected internally for cleanliness.

28.5.10 Waste material and construction debris in air or nitrogen systems, which will not be
hydro-tested, shall be removed from the piping systems by air blowing.

28.6 DRAINING & DRYING

28.6.1 Immediately after flushing, all lines and systems shall be completely drained.

28.6.2 After draining, all test systems not subject to chemical cleaning shall be dried with air.
Special measures shall be taken to prevent freezing in winter. Construction contractor
shall provide a suitable air compressor with drier.

28.6.3 After dry out, the systems shall be presented to construction supervision contractor for
acceptance.

28.6.4 REINSTATEMENT

28.6.5 After completion of testing, chemical cleaning (where applicable) and drying, all systems
shall be reinstated as per drawings and specifications.

28.6.6 This also includes but shall not be limited to:

 Removal of all temporary materials such as spades, blinds, gaskets, and pipe spools,
temporary supports, etc.
 Replacement of all damaged gaskets and all test gaskets.
 Positioning of spectacle blinds to the correct position.
 Reinstallation of all items removed for hydro-testing.
 Reinstallation of unions downstream of instrument blocks valves.

113
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

 Inspection of the completed system for correct flow direction of instruments, check
and control valves, etc.

28.6.7 During the activities described above, measures shall be taken to avoid dirt, debris, etc.,
entering the piping system. Each pipe spool shall be inspected for cleanliness prior to
reinstallation. This inspection shall be witnessed by customer, construction supervision
contractor and construction contractor.

28.6.8 After inspection and acceptance by construction supervision contractor, the system shall
be released for further activities, e.g. steam tracing, painting, insulation, etc.

28.6.9 The “stop” of pipe support springs with “down travel stop” placed prior to flushing, shall
be removed at request of customer during pre-commissioning or commissioning stage.

28.6.10 Before installation of IOCL supplied valves contractor should carry out visual inspection of
all the valves and may carry out test to ensure no leakages from the valves at their own
cost.

28.6.11 Contractor should ensure proper cleaning of pipes so that foreign material should not
damage the valves or other equipments. In case of damage or malfunction of
valve/equipment due to improper cleaning of pipes, contractor should be responsible for
the maintenance of that equipment otherwise cost of replacement of that
equipment/part/valve etc will be recovered from the contractor.

29.0 INSPECTION AND REPORTING

Construction contractor shall prepare a final report, giving positive documented


evidence that subject systems are pressure tested in accordance with the requirements.
Documentation shall be maintained in accordance with the authority requirements for
piping systems. The report will at least include but not limited to the following:
 Reference to documents and specifications.
 Applicable:
 Hydro test diagrams.
 P&ID's.
 Isometrics.
 Agreed punch lists.
 Authority approvals.
 All required certificates.
 A continuous log of operation, if applicable.

114
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

 Test results and duration.


 Signature of local authority (when applicable), customer, construction supervision
contractor and construction contractor.

30.0 LEGEND

o
imit of Test System

o
Testing Against closed Valve is permitted.

o Testing Against closed valve is not allowed.

Caution Note: Where limit of test systems are indicated at valves, valves can be
closed except noted Otherwise. When the test pressure cannot be hold for ½ hour,
spade, blanks or spectacles shall be used.

31.0 STRUCTURAL STEELWORK ASSOCIATED WITH PIPING

31.1 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.

31.2 CODES

31.2.1 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.

115
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

31.2.2 Indian Standards referred to in these specifications shall be the latest published by Indian
Standard Institute.

31.2.3 Welding shall be in accordance with Indian Standard IS : 823, IS: 800, IS : 816 and IS : 808
including other relevant IS Specification on welding.

31.3 MATERIALS

31.3.1 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

31.3.2 Grating shall be done out of electro forged construction as per the specifications given in
tender to match the required

31.3.3 Grating shall be galvanized as per requirements specified.

31.4 FABRICATION

31.4.1 All fabrication work shall be in accordance with IS : 800 Section V.

31.4.2 All fabrication shall be carried out as per the drawings approved by IOCL.

31.4.3 Platform and ladders shall be shop assembled in the largest unit suitable for handling,
transportation and erection.

31.5 STRAIGHTENING:

31.5.1 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.

31.6 GAS CUTTING:

31.6.1 The use of a hand cutting torch is permissible if the metal being cut is not subject to
substantial stress during the operation.

116
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

31.6.2 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.

31.6.3 Shearing, cropping and gas cutting shall be clean, reasonably square and free from any
distortion and should the inspector find it necessary, the edges shall be subsequently
ground.

31.7 WELDING:

31.7.1 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.

31.7.2 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.

31.7.3 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.

31.8 CONNECTIONS:

31.8.1 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

31.8.2 All shop connections shall be bolted or welded as approved by Engineer-in-Charge / IOCL.

31.8.3 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.

31.9 INSPECTION:

31.9.1 The contractor shall arrange for inspection of the fabrication of items as and when
directed by IOCL.

117
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

31.9.2 However, such inspection shall not relieve the contractor of his responsibilities to furnish
satisfactory work.

31.9.3 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.

31.9.4 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.

31.10 ERECTION

31.10.1 The positioning, leveling, alignment, plumbing of the structures shall be in accordance
with the relevant drawings.

31.10.2 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.

31.10.3 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.

31.11 LADDERS AND RUNGS (AS APPLICABLE)

31.11.1 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.

31.12 PAINTING (SHOP AND SITE COAT)

31.12.1 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.

31.13 MEASUREMENTS

31.13.1 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
rivets etc. HD bolts & Foundation bolts forming part of the structutral sheds & pipeline
supports etc shall be paid under MS structural fabrication item. The rate shall include

118
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

painting of the structural steel work wherever required including shop coat and site coat
of primer as per painting specification.

119
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

32.0 HYDROSTATIC TESTING OF PIPELINES

32.1 GENERAL :

32.1.1 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.

32.1.2 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.

32.1.3 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.

32.2 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.
32.3 EQUIPMENT FOR A HYDROSTATIC TEST :

32.3.1 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.

32.3.2 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
120
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

pump should have a known volume per stroke and should be equipped with a stroke
counter (a constant speed pump having a variable flow rate control may be used in
lieu of the above if the liquid test medium injected into the pipeline is measured
during pressurization.
f) Portable tank, if required, capable of providing a source of liquid test medium.
g) A large diameter bourdon tube type pressure gauge with a pressure range and
increment divisions necessary to indicate anticipated test pressures.
h) A deadweight tester certified for accuracy and capable of measuring increments of
0.1 Kg/Sqcm (1.5 psi).
i) A 24 hour recording pressure gauge with charts and ink. This gauge should be
deadweight tested immediately prior to and after use.
j) Two glass laboratory thermometers, with a 75 mm. (approximately 3 in) immersion
capability, capable of measuring temperatures from 0 deg. C (32 Deg.F) to 50 Deg.C
(122 Deg.F).
k) A 24 hour recording thermometer capable of recording temperatures from 0 Deg. C
(32 Deg.F) to 50 Deg.C (122 Deg.F).
l) Pigs, scrappers, spheres and similar devices to be used to clean the test segment and
to facilitate the removal of air from the line.
m) Temporary manifolds and connections as necessary.
n) Equipment, materials and fluids needed to displace the test medium from the test
segment.
32.4 TEST PLAN:
The following factors should be considered in planning a hydrostatic test:

32.4.1 Maximum operating pressure anticipated through the life of the facility.

32.4.2 Location of pipe and other piping components in the test segment by size, wall thickness,
grade type and internal design pressure(s).

32.4.3 Shell pressure rating and locating of all pipeline valves, air vents and connections to the
segment.

32.4.4 Anticipated temperature of test medium, atmosphere and ground.

32.4.5 Source (s) of test medium and any inhibiting or other treating requirements.

32.4.6 Locations and requirements for test medium disposal.

121
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

32.4.7 Profile and alignment drawing maps.

32.4.8 Safety precautions and procedures.

32.5 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:

32.5.1 The length and location of the test segment (s).

32.5.2 Test medium to be used.

32.5.3 Procedures for cleaning and filling the line.

32.5.4 Procedures for the pressurization of test segment (s) including the locations of the
injection points and the specified minimum and maximum test pressures.

32.5.5 Minimum test duration for test segment (s).

32.5.6 Procedures for removal and disposal of test medium.

32.5.7 Safety precautions and procedures.

32.5.8 A specified test pressure is defined as the minimum test pressure which should be applied
to the most elevated point in the test segment. As detailed analysis of the profile to
determine static and dynamic pressures while the pipeline is being tested should be
performed so that the pipeline will not be over pressured at points which are at low
elevations.

32.6 LINE FILL AND CLEANING:

32.6.1 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.

32.6.2 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.

122
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

32.6.3 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.

32.6.4 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.

32.7 PRESSURIZATION :

32.7.1 Personnel conducting the test should maintain continuous surveillance over the operation
and ensure that it is carefully controlled.

32.7.2 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.

32.8 THE TEST HOLD:

32.8.1 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.

32.8.2 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.

32.9 DISPLACEMENT OF TEST MEDIUM :

32.9.1 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.

32.9.2 After completion of hydro-testing, Compressors of appropriate capacity to be used to


empty out the muck/ particiles inside the piping by fixing card boards/ restraints at ends
of different sections. The procedure of pressurization using compressor to be carried out

123
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

till there is no appreciable receipt of muck/ particles from the end of each section. The
same to be considered while quoting for the job & is part of the scope of works of pipeline
laying & hydro-testing.

32.10 PURGING OF SS PIPELINES OF AFFF:

32.10.1 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.

32.10.2 The successful bidder shall get the work procedure approved by IOCL/ IOCL’s Consultant
before mobilization of machinery required for the particular activity.

124
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

SPECIFICATIONS FOR BLAST CLEANING & PAINTING WORKS FOR TANKS, PIPELINES, STRUCTURAL
& OTHER EQUIPMENT
1.0 GENERAL
1.1 IOCL is having unique painting scheme for various facilities which changes from time to
time. The contractor is required to obtain prior approval for over-all scheme, shade of
finish painst for tanks, pipelines and others before procurement of materials.
1.2 These specifications define basic requirements for painting of mild steel vertical cone roof
& floating oil storage tanks.
1.3 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.
1.4 Adequate numbers of required tools, brushes, blast material, scaffolding, shot/Blasting
equipment, air compressors etc. shall be arranged by the contractor at site.
1.5 During storage and application of paints, the paint manufacturer’s instructions shall be
strictly followed. Particular attention shall be paid to the following:
1.6 Proper storage avoiding exposure and extreme temperature.
1.7 Specified surface preparation.
1.8 Mixing and thinning.
1.9 Application of paints and the recommended time intervals between consecutive paint
coats.
1.10 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.
1.11 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.

125
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

2.5 SKY BLUE OR AQUA MARIN BLUE PAINT: The sky blue or aqua marine blue (as per IS
5:2007 Latest edition) paint shall be used for painting over surface of water tank as per the
col.
2.6 Only superior grade paints of approved make and quality and conforming to given
specification shall be used. Contractor shall obtain approval from site engineer in writing
before procurement of primer/paint etc. and shall obtain approval from site in sealed and
unopened condition for inspection and approval of site engineer/ engineer-in-charge for
use of paints at site.
2.7 GENERALNOTES
2.7.1 The blasted surface shall not be kept exposed to atmosphere for more than 24 hours
(particularly at night time when humidity %age in atmosphere is more and might spoil the
surface prepared).
2.7.2 The first coat of primer shall be applied soon after cleaning and before any visible rusting
occurs.
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.
2.8 REFERENCE DOCUMENTS
The latest editions and revisions of the following Specifications shall be used to
supplement and define the intentions and requirements of this Standard

BRITISH STANDARDS
B.S:5493 (Previously C.P. 2008) Code of Practice for Protective Coating of Iron
and Steel Structures against Corrosion.
B.S:7079 Preparation of steel substrates before application of paints and related
products.
BS:381C Colour for Identification, coding and Special Purposes
BS:4232 Surface finish of blast cleaned for steel painting
BS: 5493 Code of Practice for Protective coating of Iron and Steel structures
against Corrosion.
B.S. EN ISO 1461 Hot Dip Galvanized Coatings on iron and Steel Articles.
BS 7361 Code of practice of Cathodic Protection.

INTERNATIONAL STANDARDS
ISO 12944-1 Paints and varnishes - Corrosion protection of steel structures by
protective paint systems - Part 1: General introduction

126
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

ISO 12944-2 Paints and varnishes - Corrosion protection of steel structures by


protective paint systems - Part 2: Classification of environments
ISO 12944-3 Paints and varnishes - Corrosion protection of steel structures by
protective paint systems - Part 3: Design considerations
ISO 12944-4 Paints and varnishes - Corrosion protection of steel structures by
protective paint systems - Part 4: Types of surface and surface
preparation.
ISO 12944-5 Paints and varnishes - Corrosion protection of steel structures by
protective paint systems - Part 5: Protective paint systems.
ISO 12944-6 Paints and varnishes - Corrosion protection of steel structures by
protective paint systems - Part 6: Laboratory performance test
methods.
ISO 12944-7 Paints and varnishes - Corrosion protection of steel structures by
protective paint systems - Part 7: Execution and supervision of paint
work.
ISO 12944-8 Paints and varnishes - Corrosion protection of steel structures by
protective paint systems - Part 8: Development of specifications for
new work and maintenance.
ISO 2811 Paints and varnishes - Determination of density
ISO 1515 Paints and varnishes - Determination of volatile and non-volatile
matter.
ISO 2431 Paints and varnishes -Determination of flow time by use of flow cups
ISO 1524 Paints, varnishes and printing inks - Determination of fineness of grind
ISO 8501-1 Preparation of steel substrates before application of paints and related
products - Visual assessment of surface cleanliness. Part 1: Rust grades
and preparation grades of uncoated steel substrates and steel
substrates after overall removal of previous coatings
ISO 8502-1 Preparation of steel substrates before application of paints and related
products - Tests for the assessment of surface cleanliness-Part 1: Field
test for soluble iron corrosion products
ISO 8502-2 Preparation of steel substrates before application of paints and related
products - Tests for the assessment of surface cleanliness - Part 2:
Laboratory determination of chloride on cleaned surfaces
ISO 8502-3 Preparation of steel substrates before application of paints and related
products - Tests for the assessment of surface cleanliness — Part 3,

127
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Assessment of dust on steel surfaces prepared for painting (pressure-


sensitive tape method)

ISO 8502-9 Preparation of steel substrates before application of paints and related
products - Tests for the assessment of surface cleanliness - Part 9:
Field method for the conductometric determination of water-soluble
salts
ISO 8503-1 Preparation of Steel Substrates Before Application of Paints and Related
Products - Surface Roughness Characteristics of Blast-Cleaned Steel
Substrates - Part 1: Specifications and Definitions for ISO Surface Profile
Comparators for the Assessment of Abrasive Blast-Cleaned Surfaces
First Edition; (CEN EN ISO 8503-1: 1995)
ISO 8503-2 Preparation of steel substrates before application of paints and related
products - Surface roughness characteristics of blast cleaned steel
blast-cleaned steel-Comparator procedure
ISO 8504-2 Preparation of steel substrates before application of paints and related
products - Surface preparation methods - Part 2, Abrasive blast-
cleaning
ISO 2808 Paints and Varnishes - Determination of film thickness
ISO 4624 Paints and Varnishes - Pull-off test for adhesion
SWEDISH SPECIFICATION
SIS 05 59 00 Pictorial Surface Preparation Specifications for Painting Steel Surfaces.
AMERICAN STEEL STRUCTURES PAINTING COUNCIL SPECIFICATIONS
SSPC-SP6 Recommended pipe surface preparation
/NACE3/SA21/2
SSPC - PA1 SHOP, FIELD and Maintenance Painting
SSPC - PA2 Measurement of Dry Paint Thickness with Magnetic Gauges
SSPC - SP1 Solvent Cleaning
SSPC - SP2 Hand Tool Cleaning
SSPC - SP3 Power Tool Cleaning
SSPC - SP5 White Metal Blast Cleaning
SSPC - SP6 Commercial Blast Cleaning
SSPC - SP7 Brush-off Blast Cleaning
SSPC - SP8 SSPC - SP8 - Pickling
128
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

SSPC - SP10 Near White Blast Cleaning


SSPC - SP11 Power Tool Cleaning TO Bare metal
AMERICAN SOCIETY FOR TESTING MATERIALS
Standard Specification for Zinc (Hot- dip Galvanized) Coatings on
ASTM A123 1989
and Steel products
ASTM A780 1993 Repair of damaged and uncoated areas of Hot-dip galvanized Coatings
ASA A 13.1-1981 Scheme for identification of piping systems: ANSI
ASTM B117 Salt Spray (Fog) Testing
ASTM C-109 Standard Test Method for Compressive Strength of Hydraulic Cement
Mortars.
ASTM C-162 Standard Terminology of Glass and Glass Products - Definition of Terms -
(1987)
ASTM C-581 Standard Practice for Determining Chemical Resistance of
Thermosetting Resins
Used in Glass-Fiber-Reinforced Structures Intended for Liquid Service
ASTM D16 Standard Terminology Relating to Paint, Varnish, Lacquer, and Related
Products
ASTM D-149 Standard Test Method for Dielectric Breakdown Voltage and Dielectric
Strength of Solid Electrical Insulating Materials at Commercial Power
Frequencies.
ASTM D-570 Standard Test Method for Water Absorption of Plastics
ASTM Dl000 Method of Testing for Pressure Sensitive Adhesive Coated Tapes Used
for Electrical Insulation.
ASTM D-2240 Standard Test Method for Rubber Property—Durometer Hardness
ASTM D-4060 Standard Test Method for Abrasion Resistance of Organic Coatings by
the Taber Abraser
ASTM D4285 Standard Test Method for Indicating Oil or Water in Compressed Air
ASTM D-4541 Standard Test Method for Pull-Off Strength of Coatings Using Portable
Adhesion Testers
ASTM G8 Standard Test Methods for Cathodic Disbonding of Pipeline Coatings
ASTM-G-14 Standard Test Method for Impact Resistance of Pipeline Coatings
(Falling Weight Test).
ASTM G-14-88 Standard Test Method for Impact Resistance of Pipe Line Coating
ASTM G-42 Standard Test Method for Cathodic Dis-bonding of Pipeline Coatings
Subjected to Elevated Temperatures
AMERICAN WATER WORKS ASSOCIATION STANDARDS
AWWA C216 Heat-shrinkable Cross-linked Polyolefin Coatings for the Exterior of
Special Sections, Connections, and Fittings for Steel Water Pipelines.
AWWA C222 Polyurethane Coatings for Interior and Exterior of Steel Water Pipe and
Fittings.
129
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

NACE
RP 0188 Discontinuity (Holiday) Testing Of Protective Coatings
RP 0394 Standard Recommended Practice Application, Performance & Quality
Control of Plant Applied Fusion Bonded Epoxy External Pipe Coating.
NACE SP0285-2011 External Corrosion control of underground storage tank systems by
cathodic protection
NACE SP0193-2016 External cathodic protection of On-Grade Metallic Storage Tank
Bottoms.
NACE SP0196 Galvanic Anode Cathodic Protection Of Internal Submerged Surfaces Of
Steel Water Storage Tanks
API RP 5L1 Recommended Practice for Railroad Transportation of Line Pipe
API RP 651 – 1997 Cathodic protection of Above Ground Petroleum Storage Tanks.
API RP 1632 Cathodic Protection of Underground Petroleum Storage Tanks and
Piping Systems
INDIAN CODES & STANDARDS
Guidelines for painting of structures in aggressive chemical
IS 14428
environment
IS-5: 1994 Colors for ready mixed paints and enamels.
IS-2379: 1990 Color codes for identification of pipe lines.
IS-2629: 1985 Recommended practice for hot-dip galvanizing on iron and steel.
IS-2633: 1986 Methods for testing uniformity of coating of zinc-coated articles.
Code of practice for protection of iron and steel structures from
IS-8629: 1977
atmospheric corrosion.
IS-9954: 1981 Pictorial surface preparation standards for painting of steel surfaces
Specification for Ready Mixed Paint, Brushing, Grey Filler, for
IS: 110
Enamels, for Over Primers
Methods of sampling and test for paints, varnishes and related
IS: 101
products
Specification for Creosote and anthracene Oil for use as wood
IS: 218
preservative
IS:427 Distemper, Dry, Color as Required – Specification
IS:6278 Code of Practice for White Washing and Colour Washing
IS10221 Code Of Practice For Coating And Wrapping Of Underground Mild Steel
Pipelines
IS: 8062 Code for Cathodic Protection.

3.0 PAINTING OF TANKS


3.1 SURFACE PREPARATION

130
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

3.1.1 Before Blasting surface shall be cleaned thoroughly leaving it free of all scales, dust,
grease, oil coating, moisture and other impurities with the help of brass wire brushes,
sand paper, emery paper etc.
3.1.2 Wherever required any weld metal etc. shall be ground off by grinding machine to get
smooth polished surface.
3.1.3 Heavy deposits of grease of oily matter if any shall be removed by suitable solvent wash
before Blasting is undertaken.
3.2 BLASTING
3.2.1 Blast cleaning shall conform to SA 2½ standard as per Swedish Standard SIS 055900-1967
or equivalent i.e., Blast cleaning to near white metal cleanliness, until 95% of each
element of surface area is free of all visible residues.
3.2.2 Before Blasting, the surface have to be cleaned thoroughly leaving it free from all scales,
dust, grease, oil coating, moisture and other impurities. Any weld metal etc. shall be
ground by grinding machine to get a smooth surface. Heavy deposit of greases of oily
matter if any shall be removed by solvent wash.
3.2.3 Good quality sand is to be used, it should be free from moisture dust and other foreign
materials. The sand to be used shall be of 16-30 mesh quality, i.e. zero % of abrasives to
be retained on 16 mesh screen and 100% retained on 30 mesh screen.
3.2.4 Minimum air supply pressure to be maintained at the delivery nozzle is 7 kg/cm2 (100 psi
aprox.) during blasting operation.
3.2.5 The compressor capacity shall be checked to ensure that it is capable of giving the
requisite volume of air at specified pressure based on the nozzle size and type employed
for Blasting.
3.2.6 The three common sizes of sand blast nozzles for general maintenance painting and air
flow requirements are as follows :
Nozzle size Air flow requirement
¼” 150 cfm
5/16” 240 cfm
5/3” 393 cfm
3.2.7 Compressor capacity for each type of nozzle should be at least 25 to 30% above the rated
amount of air required for that size of nozzle.
3.2.8 Compressor should have moisture oil trap. At least 1” internal diameter hose has to be
used if the distance from the air compressor to sand blaster is about 50 ft. long or more to
avoid excessive pressure drop across the hose.

131
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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).
3.4 GALVANISED ITEMS
3.4.1 REQUIREMENTS
a) Galvanized items shall be coated using the hot dipped process in accordance with the
latest revision of BSEN ISO 1461.
b) Articles specified to be galvanized shall be completely fabricated prior to the application
of the hot dip galvanizing process.

132
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

c) Items shall not be hot dipped before surface preparation has been carried out in a full and
correct manner.
d) Surfaces shall be free of old paint, oil, grease, weld, slag deposits and laminations; and
rolling fabrication defects eliminated prior to hot dipping.
e) Coating weights shall comply with Table 1 of BSEN ISO 1461.
3.4.2 REPAIRS
a) For touch-up of drilled and/or cut edge damage areas of galvanized steel, surfaces shall be
hand tool cleaned and painted with one coat of zinc-rich epoxy to a nominal DFT of 60
micron. Major damage to be re-galvanized. The extent/definition of a damage area
resulting in re-galvanizing shall be in accordance with EN ISO 1461, Section 6.3
b) Repair procedures shall be submitted as part of a painting procedure for review and
approval.
c) For Minor Repairs:
d) All loose or damaged coating shall be removed by means of power driven or hand-held
wire brushes to leave a feathered edge on the existing coating. At welds, the cleaning
method shall remove all weld flux, spatter, and slag and heat tint. Following removal of all
unwanted surface deposits, the repair area and surrounding areas shall be washed with a
suitable organic solvent in accordance with SSPC-SP1 and then bristle brush washed with
clean water. When thoroughly dry, a minimum of two coats of two-pack zinc-rich epoxy
paint shall be applied by brush to provide a zinc coating thickness that is a minimum of 30
microns more than the galvanized layer. The primer shall have a minimum of 80% metallic
zinc in the dry film and all materials shall be applied strictly in accordance with the
MANUFACTURER‘s recommendations. The primer shall overlap sound coating by at least
20mm.

4.0 PAINTING SUMMARY:


4.1 PAINTING OF CR TANKS FOR HSD & SKO: Table 1.
4.2 PAINTING OF IFR/FR TANKS FOR MS: Table 2.
4.3 PAINTING OF CR TANKS FOR FIRE WATER: Table 3.
4.4 PAINTING OF IFR TANKS: Table 4.
4.5 PAINTING OF UNDERSIDE OF BOTTOM PLATES: Table 5.
4.6 PAINTING OF EXTERNAL SURFACE OF U/G HORIZONTAL TANKS & A/G HORIZONTAL TANKS
IN CONTACT WITH SUPPORT PEDESTALS: Table 6.
4.7 PAINTING OF EXTERNAL SURFACE OF A/G HORIZONTAL TANKS: Table 7
4.8 PAINTING FOR STRUCTURAL STEEL, FIRE HYDRANT/FOAM PIPING & FITTINGS: Table 8
4.9 PAINTING FOR PRODUCT PIPING & FITTINGS: Table 9
133
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

4.10 PAINTING FOR VALVES/ NRVS/ STRAINERS/ PUMPS/ MOTORS ETC: TABLE 10
4.11 PAINTING FOR HOT DIP GALVANIZED PIPELINES OF SPINKLER SYSTEM: TABLE 11
4.12 AFFF LINES MADE OF SS: TABLE 12
4.13 REPAIR PROCEDURE FOR DAMAGED / AFFECTED PAINT SURFACE (BOTH EXTERNAL /
INTERNAL SURFACES OF TANK): TABLE 13
NOTE: Grit/ Shot blasting of tank steel plates is allowed during Fabrication & after bending
of plates. However any damages to the primer painted surface during & after erection
shall be made good as per the specification of painting for damaged surfaces. Bidders to
note that the warranty/ Guarantee for painting system shall however be applicable as per
the terms & conditions of the tender.
TABLE 1
Tank Type Carbon Steel Cone Roof Tanks for HSD & SKO
Surface to be EXTERNAL PAINTING: INTERNAL PAINTING:
Painted External side of shell and roof, Upper side of BOTTOM plates; First
structurals, appurtenaces and other strake of inside surface of SHELL
non galvanized steel works like spiral including all structurals etc. up to
stair case, hand rail, mid and top same height; underside surface of
landing platforms, top railing, roof of CR & tank shell up to 300 mm
structural supports, maintenance height below the curb angle
platforms etc.** including all roof structurals etc. up
to same height.

Surface Blast clean to SA 2 ½ Blast clean to SA 2 ½


Preparation
Paint System Two coats of P3 (30-35 m each) + One coat of P1 (65 –75 m) +
recommended
Two coats of F2 (15-20 m each) One Coat of P5 (35-40 m)
Two coats of F3 (100-125 m each)
Total DFT (Min.) 90 m 300 m
NOTE: **
a) For structural steel refer the respective table.
b) In case of the petroleum tanks and piping, the colour of finished paint shall be
aluminium. In case of fire water tank, the colour shall be sky blue or aqua marine
blue (as per IS 5:2007 Latest edition)
TABLE 2

134
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Tank Type Carbon Steel Floating Roof Tanks for MS


Surface to be EXTERNAL PAINTING :External INTERNAL PAINTING: Upper side of
painted surface of Shell up to and including BOTTOM plates, underside surface
Curb angle, Upper side of roof and of fixed roof, Inner surface of SHELL
shell appurtenances and Structural up to top of tank including all
and other non-galvanized steel structural and inside appurtenances
works like spiral stair case, hand rail, including all items coming in contact
mid and top landing platforms, top with liquid stored (except Internal
railing structural supports, Non-contact type Floating roof).
maintenance platforms etc.**
Surface Blast clean to SA 2½ Blast clean to SA 2½
Preparation
Paint system Two coats of P3 (30-35 m each) + One coat of P1 (65 –75 m) +
recommended
Two coats of F2 (15-20 m each) One Coat of P5 (35-40 m)
Two coats of F3 (100-125 m each)
Total DFT (Min) 90 m 300 m
Note: **
a) Cone roof / horizontal tanks in above services shall also be internally painted as
given above.
b) For Structural Steel refer the respective table. In case of the petroleum tanks and
piping, the colour of finished paint shall be aluminium.
TABLE – 3
Tank Type Carbon Steel Cone Roof tanks for FIRE WATER
Surface to be EXTERNAL PAINTING: External side INTERNAL PAINTING:Upper side of
painted of SHELL and roof structurals and BOTTOM plates, underside surface
also external surfaces of above of fixed roof, Inner surface of SHELL
ground mild steel pipelines and fom bottom up to top of tank,
fittings for all types of tanks, including all structurals on the
Structurals underside of roof.
EXTERNAL PAINTING: And other non-
galvanized steel works like spiral
stair case, hand rail, mid and top
landing platforms, top railing
structural supports, maintenance
platforms etc.

135
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Tank Type Carbon Steel Cone Roof tanks for FIRE WATER
Surface Blast clean to SA 2½ Blast clean to SA 2½
Preparation
Paint system Two coats of P3 (30-35 m each) + One coat of P2 (70 – 75 m) +
Recommended Two coats of F2 (15-20 m each) Two coats of F4 (250 m each)
Total DFT (Min) 90 m 575 m

Note:
a) In case of fire water tank, the colour shall be sky blue or aqua marine blue (as per
IS 5:2007 Latest edition)
Table – 4
Tank Type Carbon Steel Floating Roof Tanks
Surface to be EXTERNAL PAINTING: INTERNAL PAINTING: Underside
Painted surface of fixed roof & tank shell up
External side of shell and roof,
to 300 mm height below the curb
structural, appurtenances and other
angle including all roof structural.
non-galvanized steel works like spiral
stair case, hand rail, mid and top
landing platforms, top railing,
structural supports, maintenance
platforms etc.**
Surface Blast clean to SA 2 ½ Blast clean to SA 2 ½
Preparation
Paint System Two coats of P3 (30-35 m each) + One coat of P1 (65 –75 m) +
recommended
Two coats of F2 (15-20 m each) One Coat of P5 (35-40 m)
Two coats of F3 (100-125 m each)
Total DFT (Min.) 90 m 300 m

Table – 5
Type Underside of Bottom plates
Surface Blast clean to SA 2½
Preparation

136
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Type Underside of Bottom plates


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

Table – 6
Type External Surface of U/G Horizontal Tanks & A/G Horizontal Tanks in contact
with Support Pedestals
Surface Blast clean to SA 2½
Preparation
Paint system Two coats of P3 (30-35 m each) +
Recommended Two coats of F2 (15-20 m each)
Total DFT (Min.) 265 m

Table – 7
Type External Surface of A/G Horizontal Tanks
Surface Blast clean to SA 2½
Preparation
Paint system One coat of P1 (65-75 m) +
Recommended Two coats of F3 (100-125 m each)
Total DFT (Min.) 90 m

Table – 8
Type Structural Steel, Fire Hydrant/Foam Piping & Fittings
Surface Blast clean to SA 2½
Preparation
Paint system Two coats of P3 (30-35 m each) +
Recommended Two coats of F6 (15-20 m each)
Total DFT (Min.) 90 m

137
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Table – 9
Type Product Piping & Fittings
Surface Blast clean to SA 2½
Preparation
Paint system Two coats of P3 (30-35 m each) +
Recommended Two coats of F2 (15-20 m each) + Colour Coding as per the Tender
documents
Total DFT (Min.) 90 m

Table – 10
Type Valves/ NRVs/ Strainers/ Pumps/ Motors etc
Surface Manual cleaning of damaged / affected surface with hard wire brush SSPC
Preparation SP2
Paint system Two coats of P3 (30-35 m each) +
Recommended Two coats of F6 (15-20 m each) (Colour as per the the Tender documents)
Total DFT (Min.) 90 m

Table – 11
Type Hot Dip Galvanized Pipelines of Spinkler System
Surface Manual cleaning of damaged / affected surface of Hot Dipped Galvanized
Preparation pipelines with hard wire brush SSPC SP2
Paint system One coat of Etch Primer (6 m)
Recommended One coat of P4 (175 m)
Two coats of F6 (15-20 m each) (Colour as per the the Tender documents)
Total DFT (Min.) 261 m

Table – 12
Type AFFF Lines made of SS

138
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Type AFFF Lines made of SS


Surface Manual cleaning pipelines with hard wire brush; emery scuffing SSPC SP2
Preparation
Paint system One coat of Etch Primer (8 m)
Recommended One coat of Polyurethane based anticorrosive primer (40-45 m)
One coat of UV Resistant Polyurethane Paint (40-45 m) with Aliphatic Base
with maximum colour fading of < 10%. Paint with scratch resistance, good
adhesive strength & as per IS 101.
Total DFT (Min.) 90m

Table – 13
Type Repair procedure for damaged / affected paint surface (Both External /
Internal Surfaces of Tank)
Surface Power Tool cleaning of damaged / affected surface with hard wire brush
Preparation SSPC SP 3
Paint system One coat of P4 (175 m)
Recommended Two coats of Finish paint as per respective specifications of the equipment

Notes:
a) In case of Structural Steel – 2 Coats of Synthetic Enamel finish Coat can be applied
in place of Aluminium Finish Paint (2 X 20-25 µ)
b) Refer IOCL Painting Manual & Colour Code IOC/M&I/PAINTING MANUAL (REV.1) –
and Painting Manual Addendum Circular No. 57 – HO /M&I/33/57 Dated
10/06/2016.

5.0 SPECIFICATIONS FOR PAINTS


5.1 PRIMERS
5.1.1 ZINC ETHYL SILICATE PRIMER – (P1)
The zinc ethyl silicate consists of two packs. One pack contains the ethyl silicate binder
with suitable solvents. The other pack contains zinc dust with additives. They have to be
mixed in suitable proportions before application as recommended by manufacturer.
Colour : Grey

139
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Binder : Ethyl Sillicate


Pigment : Zinc Dust (As per ASTM D 520 Type II)
Application : Spray (airless/air)
Dry film thickness per coat : 75 microns
Theoretical coverage : 8.5 sq.m/litre
Drying time : 4 hours
Re-coating time : 24 hours (min.)
Volume Solids : 60-65% by wt.
Storage life : 6 months under sealed conditions
5.1.2 TWO PACK EPOXY POLYAMIDE ZINC PHOSPHATE PRIMER: (P2)
These coatings are corrosion resistant inhibitive primers based on cold cured epoxy –
polyamide two pack systems, over which subsequent coatings can be applied
Type of epoxy/ Binder : Condensation product of bisphenol A and
Epichlorohydrin with terminal epoxides Groups
Epoxide equivalent : 450 - 500
Curing agent : Polyamide
Volume solids : 45-50%
Pigment : The main pigment shall be a mixture of iron
oxide with zinc phosphate. Out of total
pigmentation, the minimum quantity of zinc
phosphate should be 9% W/W.
Pigment volume concentration : 40-45%
Application : By brush or spray
Dry film thickness / coat : 70-75 microns
Spreading rate : 7.5-8.5 sq. m / litre
Drying time : Surface dry in four hours
Over coating time : 24-48 hours. This should be very strictly
adhered to in order to avoid peeling of
subsequent coat.
Storage life : 18 months under sealed conditions.

140
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

5.1.3 REDOXIDE ZINC PHOSPHATE PRIMER (P3)


This primer is based on single pack modified alkyd medium pigmented with a mixture of
zinc phosphate and red oxide.
Volume solids: 40-45%
Main Pigment: A mixture of zinc phosphate and Red oxide. Out of the total pigmentation,
the minimum quantity of zinc phosphate should be 10 %.
Color: Brown
Application: Brush or spray
Dry film thickness per coat: 30-35 
Theoretical coverage: 11 – 13 sqm/litre
Drying time: Touch dry- 1 hour hard dry overnight
Over coating time: Minimum – over night
Storage life: 6 months under sealed conditions

141
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

5.1.4 SELF PRIMING HB EPOXY MASTIC COATING (P4)


This is a two pack high build, modified aluminium epoxy mastic coating possessing self
priming properties and good adhesion to even rusted steel or aged paints. The coating is
tolerable to under prepared surfaces.
Binder : Condensation product of bisphenol A and
Epichlorohydrin with terminal epoxides Groups with
epoxide equivalent of 180-200
Volume solids : 80%
Colour : Aluminium
Application : by brush air less spray
Dry film thickness / coat : 125 microns
Theoretical coverage : 6 sq.m / litre
Drying Time : Touch Dry: 2 Hrs; Hard Dry: 24 Hrs
Overcoat interval : 24-48 hrs. This should be very strictly adhered to in
order to avoid peeling of subsequent coat.
Storage life : 12 months under sealed conditions

5.1.5 EPOXY ZINC PHOSPHATE PRIMER (P5)


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

5.1.6 TWO PACK EOPXY – POLYAMIDE MIO UNDERCOAT (U1)

142
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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

5.1.7 ETCH PRIMER:


Single pack metal primers formulated with a combination of resins to maximise adhesion
to the various metal surfaces on which they may be used. A low level of phosphoric acid is
present in these primers to etch the metal surface and improve adhesion. The coatings
also contain zinc phosphate anti-corrosion pigment for steel surfaces. An important point
to note is that they are formulated with low volume solids so that film builds can be kept
low (10 - 20 μm).
5.1.8 POLYEURETHANE BASED ANTI CORROSIVE PRIMER:
It is a Two component air drying acrylic apliphatic polyeurethane based primer containing
Zinc phosphate as anti-corrosive pigments.
Colour: Grey
Finish: Matt
Application: By brush or spray

143
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Volume Solids: 40-45%


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

5.2.2 ALUMINIUM FINISH PAINT (F2)


It is two pack system based on oleoresinous binder & leafing aluminium pigment given
separately in paste form. Both are mixed at the time of application.
Volume solids : 20-25%

144
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Main pigment : Aluminium (ASTM 962)


Binder : Oleoresinous binder
Colour : Metallic Aluminium
Application : Brush or spray
Dry film thickness per coat : 15-20 microns
Theoretical coverage : 13-15 sq.m/lite
Drying time : Surface dry 1 hr. hard dry in 8 hours
Overcoating Time : Overnight Min 24 Hrs
Storage life : 6 months under sealed conditions

5.2.3 AMINE ADDUCT CURED HB EPOXY LINER (F3)


A High Build performance Tank liner specially designed for sustained immersion services.
Volume solids : 50-60%
Binder : Amine Cured Expoxy
Colour : White/ Light Grey/ Off White
Application : Brush (for touch up only) or Airless spray
Dry film thickness per coat : 100-115 microns
Theoretical coverage : 3.3-6 sq.m/litre
Drying time : 2-3 hours
Overcoating Time : Overnight Min 24 Hrs
Storage life : 12 months under sealed conditions

5.2.4 SOLVENTLESS HB EPOXY LINER (F4)


A two pack solventless coating suitable for sustained immersion services in hydrocarbon &
water.
Volume solids : 100%
Binder : Catalyzed epoxy resins
Colour : White/ Grey

145
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Application : Brush (for touch up only) or Airless spray


Dry film thickness per coat : 200-500 microns
Theoretical coverage : 2-3 sq.m/litre
Drying time : Overnight
Overcoating Time : 24-48 Hours
Storage life : 9 months under sealed conditions

5.2.5 COAL TAR EPOXY: (F5)


A high build two component epoxy coal-tar product meant for excellent performance
under total / partial / intermittent immersion conditions in salt or fresh water. It is a blend
of epoxy and coal-tar pitch in suitable ratios.
Type of epoxy: Condensation product of bisphenol A and epichlorohydrin with terminal
epoxides groups.
Curing agent: Polyamide
Pigment: Suitable pigment
Volume solids: 80-85%
Application: By brush or airless spray
Dry film thickness / coat: 150-200 microns
Spreading rate (Theoretical): 4 - 5 sq.m/l.
Drying time: Touch dry – overnight dependent on ambient temperature and ventilation.
Hard dry – in 48 hours.
Over-coating time: 24-48 hours. This should be very strictly adhered to in order to avoid
peeling of subsequent coat.
Storage life: Up to 9 months under sealed Conditions
Colour: Black/ Brown
5.2.6 SYNTHETIC ENAMEL (F6)
A high quality enamel based on synthetic resin vehicle stable weather resistant pigment
designed for both protection and decoration.
Binder: Alkyd Resin
Pigment: Suitable Pigment
Colour: As desired

146
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Volume solids: 38-40%


Application: By brush or conventional spray
Dry film thickness / coat: 25 microns,
Spreading rate (Theoretical): 15 sqm/l.
Drying time: Surface dry - 4 hrs; Hard dry: in 18 hrs.
Overcoating Time: Minimum Overnight
Storage life: 12 months under sealed conditions
5.2.7 UV RESISTANT POLYEURETHANE BASED FINSH PAINT:
It is a Two component air drying acrylic apliphatic polyeurethane based UV resistant finish
paint.
Colour: Assorted shades
Finish: Matt/ Glossy/ Semi-glossy
Application: By brush or airless spray
Volume Solids: 40-45%
Theoritical coverage: 15 sqm/ litre @ DFT of 30 microns
DFT: 30-40 microns per coat
Drying Time: Surface Dry – 70-80 minutes; Hard Dry – Overnight; Full Cure- 7 days
Overcoating Time: Minimum 8 hours; Maximum 24 hours.
Shelf life: 6 months under sealed conditions
PRECAUTIONS TO BE TAKEN DURING PAINTING
Precautions to be taken during application of epoxy and polyurethane paints.
 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.

147
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

5.3 TECHNICAL SPECIFICATION FOR DOPING FOR UNDERGROUND PRODUCT AND FIRE
HYDRANT PIPELINES
SCOPE: This specification lays down the requirements for selection, application and
protective coatings on exposed metal surface of underground piping. Vendor to supply all
the material required for pipe coating and wrapping, including supply of primer, coating
and wrapping material and other accessories required for the purpose. The scope should
also include application of primer and providing pipe coating/wrapping as per the
specifications given below or as per the instructions of Engineer-in-charge.
5.3.1 Specification for 100% solvent free Poly Urethane-Coating Material for External Coating of
underground piping.
Sr.No. Properties Requirements Test Method
Physical & Chemical Properties:
a. Recommended Coating/lining Minimum 1000 microns EN10290
Thickness
b. Adhesion to steel (min.) > 10MPa ASTM-
(Elcometer Pull Off) D4541/EN24624
c. Surface Hardness (Cured Film) 75±10 Shore D ASTM D2240/ISO
868
d. Operating Temperatures (-) 35 deg C to (+) 60 deg C
e. Salt Spray (6000Hrs) No EFFECT ASTM – B117-73
f. Cathodic disbondment after 28 Maximum disbondment of 5.0 (ASTM G-95
days, @ 20degC mm radius. 28days,@ 20degC modified to 28 days)
Average < 8mm over 8 As per Annexure E of
measurements,Maximum10mm EN10290
28 days@ 23+ 20 C
g. Impact resistance No cracking , no holiday at 5 ASTM G-14 on steel
Nm/mm (minimum) Pipe/ EN10290
h. Abrasion Resistance WEIGHT LOSS 0.03g (Maximum) D4060 (weight loss
after 1000 cycles
using CS 17 wheel
and 1kg load
i. Cross cut adhesion to pipe Rating 1 As per Annexure A
surface of EN10290
j. Indentation resistance at 30% of initial measured coating As per Annexure H
10N/mm2 thickness @ max service of EN10290/as per

148
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

temperature ± 2ºC ISO-21809


k. Specific electrical insulation 106 Ω m2 for class A @ 23±2ºC As per Annexure F of
resistance, RS 100 after 100days. EN10290/as per ISO-
21809

104 Ω m2 for Class A after 30


days @ max. service
temperature ±2ºC
Inspection for Quality Assurance at Field
l. Dew point Ambient Temperature should Hygrometer
be > Dew Point by 30 C Min.
m. Relative Humidity Less than 85% Hygrometer
n. Surface Temperature Min 5ºC, Max 70ºC Surface
thermometer
o. Surface Preparation By abrasive blasting
p. Grade of Cleanliness SSPC SP-10/Swedish SA 2 ½ Testex Tape/ Surface
Comparator
q. Surface Profile Min.75 Microns Profile Gauge
r. Dry Film Thickness-DFT 1000 microns Electromagnetic
thickness gauge
s. Adhesion test (Pull Off) > 10Mpa
t. Holiday testing at @5 volts per No Holiday Holiday Testing
micron Machine

5.3.2 Specification for High Build Solvent Free Liquid Epoxy Coating – Coating Material for
External Coating of Underground
Sr.No. Properties Requirements Test Method
Physical & Chemical Properties:
a. Recommended Coating/lining Min. 800 micron EN10289
Thickness
b. Adhesion to steel (min.) > 10MPa ASTM-
D4541/EN24624
c. Dielectric strength (min) 400 V/mil (15V/µm) ASTM D149

149
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

d. Hardness Shore D 75(min) ASTM D2240


e. Tabor Abrasion > 30 cycles/micron of material ASTM D4060
loss
f. Impact Resistance (40 mils) 5 Joules ASTM G-14-88
g. Cathodic Disbandment after 30 < 5.0 mm ASTM G-8
days, @ 230C
h. Flexibility (degree per pipe dia.) ~ 0.5 degree NACE RP-0394
i. Thin Film water Absorption < 0.15% ASTM D-3289-03
Inspection for Quality Assurance
j. Dew Point Ambient Temperature should Hygrometer
be > Dew Point by 3ºC Min.
k. Relative Humidity Less than 85% Hygrometer
l. Surface Temperature Min 10ºC, Max 70ºC Surface
thermometer
m. Surface Preparation By abrasive blasting
n. Grade of Cleanliness SSPC SP-10/ Swedish Std. Testex Tape/Surface
Comparator
SA2 ½
o. Surface Profile Min.75 Microns Profile Gauge
p. Film Thickness- DFT 1000 microns Electromagnetic
thickness gauge
q. Pull off Adhesion test > 10MPa ASTM D-4541 /
En10289
r. Holiday testing at @ 5 volts per No Holiday Holiday Testing
micron Machine

5.3.3 Surface Preparation: The pipe surface needs to be prepared before applying the Coating
system, by following the process elaborated below:
a. Steel surface shall be cleaned of dust & grease.
b. Heavier layers of rust & weld splatters shall be removed by chipping with sharp
edges.
c. Thereafter, Steel surface shall be cleaned by abrasive blasting.

150
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

d. Blast cleaning operation shall not be undertaken in high humid condition (when the
relative humidity exceeds 85%).
e. The abrasive-blasted surface shall conform to Swedish Standard SIS-055900-1967 SA
2½.
f. The abrasive-blasted surface shall have a shining and `near white metal’ appearance
and the surface roughness shall be 60-75 microns in accordance with ISO 4287-1.
g. After abrasive-blast cleaning, the surface shall be dry brushed to remove abrasive
dust and silica deposits.
h. Pipe which has not been coated within four hours after cleaning shall be completely
re-blasted prior to coating application.
5.3.4 Application of Paint:
a. Paint shall be spread evenly and carefully on clean metallic surface. No coat of paint
shall be applied on a wet or damp surface. In no case the second coat shall
commence until the preceding coat is dry and hard.
b. Painting shall not be carried out when the weather conditions are cold or in damp
weather. Painting during winter shall be carried out only when the temp. is above
15deg. C and when the surface is dry.
c. The painting should be carried out only thru `Airless Spray’ system using appropriate
machinery. In case of `patch work’, brush painting may be adopted.
d. The external surface of the cleaned pipe conforming to specification for surface
preparation, shall be immediately coated with 100% solvent free Poly Urethane or
High Build solvent free Epoxy coating in accordance with relevant standard and this
specification.
e. Minimum total thickness (dry film thickness-DFT) of finished coating shall be as
specified in Annexure I & II for different systems. This coating thickness should be
obtained preferably with single coat of the coating system or as per paint
manufacturer recommendation. This coating thickness requirement shall be met
over the weld seam also (in case of pipe Joints). Coating thickness shall be uniform all
along the surface.
f. Dry film thickness measurement shall be done as per Annexure A of EN10289 /
EN10290.
g. All holidays, pinholes in the coating operation shall be immediately repaired. The
damaged area shall be thoroughly cleaned before re-coating.
5.3.5 List Of Measuring Instruments Required: The following instruments are essential along
with valid calibration certificates and should be included as part of the contract for making
them available by the vendor.

151
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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
humidity.
Magnetic type dry film For testing the DFT (dry film thickness) of Required for every single
thickness meter paint. 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.

5.3.6 Detailed Quality Assurance Plan need to be submitted by the Applicator and approved by
TPI agency/IOC before commencement of work. QAP to be adhered to in toto and TPI to
be engaged to supervise the application thoroughly, in case of major value painting
jobs/Project works.
5.4 STORING OF PAINT: For the storage of paints, special storage space should be set up and
handling of paints should be as follows:
5.4.1 All paints should be stored in the place with the mark of “NO FIRE (PAINTS STORAGE)”.
Open flames should be strictly forbidden.
5.4.2 The storage place should be a separate house and distance from other surrounding
building must be more than 1.5 m.
5.4.3 In case a part of main building is used for this purpose, the room for storage should be
fireproof or anti-fire construction.
5.4.4 The roof of the storage should be covered with fireproofing materials.
5.4.5 Each storing room should have extinguishers and sufficient quenching sand. If storing
capacity is small, only quenching sand should be provided.
5.4.6 It should be a well-ventilated room free from excessive heat or direct rays of the sun.
5.4.7 All paint should be kept away from dust.
5.4.8 All paint should be stored, sealed tightly and safely.

152
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

5.5 BURN AWAY OF CLOTH OR OTHER MATERIALS


5.5.1 Paint soaked cloth and other materials may cause spontaneous combustion. So it should
be burnt away in the assigned place without storing it in the storing place.
5.5.2 Open air storage should be avoided as direct heat from the sun causes serious
deterioration.
5.5.3 Paint in which the pigment has set to a hard mass which cannot be reused by correct
mixing should be rejected. Paint which has gelled should be rejected.
5.6 INSPECTION
5.6.1 For both primer and finish coat no deviation on dry film-thickness shall be tolerated.
5.6.2 Additional coat of paint shall be provided if reduction in thicknesses is noticed. (At
no extra cost).
5.6.3 Engineer-in-charge and / or his representative shall be the inspecting authority of
the work.
5.7 SAFETY
5.7.1 All safety regulations and requirements in force, as stipulated in Projects. Site rule shall be
strictly adhered to by painting contractor.
5.7.2 Any spillage’s of volatiles shall be wiped up immediately, oily or solvent rags shall not be
allowed to accumulate anywhere within the job site and shall be kept in closed container
before disposing off.
5.7.3 Material shall be stored in a store to be built by contractor and approved by Site Manager
for storage of painting material.
5.8 COLOR CODING
5.8.1 This section covers the requirements for a colour scheme identifying the contents of
piping carrying products throughout IOCL refineries and petrochemical installations. The
colour coding system is based on international specifications such as ASME, ANSI, BS and
Indian Standards including IOCL‘s existing specification for colour coding. (Color Coding is
to be done after taking prior approval from IOCL as per applicable color coding of pipes at
the time of color coding)
5.8.2 The system of coding consists of a ground/base colour superimposed with secondary
colour bands. The ground colour identifies the basic nature of the service and the
secondary colour bands distinguish the particular service product contained. Ground
colour shall be applied to the entire length of un-insulated piping.
5.8.3 The frequency of banding on un-insulated pipe shall be as follows:
 Unit Area – Bands at intervals of 6 meters
 Offsite Area – Bands at intervals of 10 meters
153
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Each pipe segment will have a minimum of 1 identification band irrespective of


length

5.8.4 Colour bands of the correct size shall be applied to the pipe, at:
 Both sides of valves, tees and other fittings
 Where pipes enter and emerge through walls
 Where pipes enter and emerge from walkway overpasses and battery limits.
 At uniform intervals along long sections of pipe
 Adjacent to tanks, vessels and pumps.
5.8.5 Insulated piping shall receive ground colouring and coloured (secondary) identification
bands at a minimum of either side of valves, flanges and the like, at each change in flow
direction and at no greater than 6 meter intervals, ground colours should be 2 meters
long.
5.8.6 Secondary colours are to be applied using adhesive plastic tapes to the specified colour.
5.8.7 Bands widths are shown below for different pipe diameters and are to be spaced 25mm
apart when two bands (or more) are used:
Outside diameter of pipe or Width of colour
covering (inches) bands (mm)
<2” 200
2”-4” 300
6”-8” 600
≥ 10” 800
5.8.8 Bands shall also be displayed conspicuously near walkways, both sides of culverts, tanks,
dykes, vessels, suction and discharge of pumps/compressors, unit battery limit, near
valves of line, etc.
IDENTIFICATION LETTERING
5.8.9 Name of service and direction of flow, for all lines shall be positioned at the following
locations:
 Offsite lines: Both sides of culverts, any one side of walkways, near tank dykes, at
tank inlet/outlet points and suction/discharge pumps/compressors.
 Unit lines: At the battery limit, suction/discharge of pumps/compressors, near
vessels, columns, tanks, exchangers etc.

5.8.10 Identification/legend letter sizes on piping shall depend on the pipe diameter. Either white
or black letters are to be selected so as to afford maximum contrast with the identification
band colour.
Outside diameter of pipe or covering Width of Colour bands
(inches) (mm)

154
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

<2” 19
2”-4” 32
6”-8” 64
≥ 10” 89

5.8.11 Pipe contents and direction of flow is to be identified using legend letters and arrows, any
hazard must be identified clearly by the legend.

5.8.12 Size of letters (stencilled or pre-formed adhesive) for equipment shall be:
Equipment Size of legend letters

Column and vessel 150 mm (height)

Pump, compressor and other


50 mm (height)
machinery

5.8.13 Lettering shall be black on pipes painted with light shade colours and white on pipes
painted with dark shade colours to give good contrast.

IOCL PAINT COLOUR CODE AND BANDING

Note: Pipes Color coading shall be as per latest IOCL painting specification.or as specified
by the IOCL site incharge. The prior approval the for shade of finish paints to be obtained
before procurement of paint materials.

Typical 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)

155
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

5.8.14 Colour coding chart for different generation grades of MS/HSD are illustrated in the
section.

MS Bharat Stage III


Two letter space
100 mm 300 mm
Two letter space

MS III 95

MS III 91

MS Bharat Stage IV
100 mm
Two letter space

MS IV 95

MS IV 91

MS Common Line
100 mm
156
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

150+150= 300 mm long

MS IV /III

MS IV / III

Ethanol

100 mm

ETHANOL

HSD Bharat Stage III


100 mm

HSD III

157
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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

SKO
100 mm 300 mm

SKO

158
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

5.8.15 SAFETY CHECKLIST

The following is a checklist for memory aid purposes only, it is not a comprehensive list,
and it does not alleviate any responsibility of the paint contractor to ensure the welfare of
his workforce and any other workers in the surrounding area:

BLASTING AND COATING OPERATIONS – SAFETY CHECKLIST


Confirmation or
Abrasive Blasting
Comments
Written release for painting works
Potential for trips, slips or falls
Barricade around work area and warning notices placed in
conspicuous locations
Well trained operators
Air fed helmet and air purifier (in good working order)
Good coveralls, cape and gauntlets
Appropriate safety boots
Ear protectors (where needed)
Dead-mans handle for operator
Antistatic hoses with external quick fittings
Intercom or clear sign language between the blaster and the
pot man
All compressors, hoses, nozzles and ancillary items are in good
efficient working order
Painting
Well trained operators
Safety boots
Overalls
Gloves
Eye protection
Ear protectors (where needed)
All tools and equipment are appropriately calibrated and
are in good working order

5.8.16 APPROVED PAINT PRODUCT MANUFACTURERS BraND C omparision


APPROVED PAINT PRODUCT BRAND COMPARISION - TABLE 4
159
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Approved MANUFACTURER's
Paint Products
International
Asian Paints Carboline Jotun PPG (Sigma)
Paints

Inorganic Zinc Apcosil 605


Carbozinc 11 Interzinc 22 Resist 86 SigmaZinc 170
Silicate (≥ 85% Zn) (85%)

High Build Epoxy


MIO (≥ 50% Intergard Penguard
Apcodur MIO Carboguard 893
lamella 475 HS (MIO Midcoat SigmaCover 435
410 MIO
MIO Grade) MIO 80
pigmentation)

Two Pack Acrylic Apcothane Carbothane 134 Interthane


Hardtop XP SigmaDur 550
Polyurethane HBPU HG 990

Two Pack Acrylic Carbothane 134 Interthane


(PC 1303) Hardtop XP SigmaDur 550
Polyurethane HG 990

High Temperature Acrysil HR Intertherm Solvalitt Mid


Thermaline 4900 R SigmaTherm 350
Silicon Acrylic Finish 875 Therm

High Temperature Acrysil HR Solvalitt Mid


Thermaline 4900 R SigmaTherm 350
Silicon Acrylic Finish Therm

Intertherm
High Temperature Apcotherm HR
- 181 – Solvalitt SigmaTherm 540
Top Coat Finish
Note 4

Two Pack Epoxy Apcoguard CF Intertherm Tankguard


Thermaline 450 SigmaTherm 230
Phenolic 707 228 Storage

High Build Epoxy Carboguard 893 Intergard


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

Interzone Jotamastic 87
Glass Flake Epoxy - Carboguard 1209 SigmaShield 825
1000 GF - Note 5

160
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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

161
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

6.0 INSPECTION FORMAT DURING PAINT APPLICATION

Surface preparation adopted


Type of primer used
Method of application
Date and time of application
Whether condition prevailing on the day of
application (temp.) humidity, rainy, sunshine)
DFT measured (24 hour later)
Method of application
Date of time of application
Whether condition on the day of application
DFT measured
Type of subsequent paint
Method of application
Date and time of application
Whether condition on the day providing and fixing
application.

162
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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
IOCLis given in the Schedule of Rates(SOR).
1.2 The equipment are classified as follows:-
1.2.1 All Static equipment like tanks, vessels, Bulk air eliminator, Flame arrestor, Fall arrestor
etc.
1.2.2 All Dynamic or rotary equipment like pumps, compressors, etc.
1.2.3 All package items.
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

163
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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 equipment - unless indicated otherwise, all equipment 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.

164
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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
Temperature range 250 to 700 C
Ends Flanged as per ASME B-16.5 Table 1 A, Class 150.
Adjustable discharge range Vendor to Provide
Packing or Seal Glandless
Leakage Class Class VI
Regulation Auto recirculation / upstream
Inlet Pressure Vendor to Provide
Outlet Pressure Vendor to Provide
The valve leakage shall be as per leakage class VI of ASME/FCI 70.2

TECHNICAL SPECIFICATIONS FOR SPRING LOADED SAFETY VALVES


(THERMAL RELIEF VALVES)
Scope:
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.
Codes and Standards:
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.

165
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Pressure Vessel Code


e) ASTM Standards Standards for applicable for materials
f) ANSI-B-16.5 (Pipe Flanges and Flanged fittings).

Valves are to be suitable for satisfactory operation in field installed pipeline under the full range of
climatic conditions specified.

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
150 Class TRV, RF, ANSI 150 Class ANSI 150 Class
125 AARH
f) Type of Valve Spring loaded
g) Operating Pressure Between 3-10.5 KG/ cm2
h) Set pressure Between 3-10.5 KG/CM2
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
All safety relief valves shall be supplied with packed lifting lever and furnished with a
threaded cap over spring adjustment screw.
Material of Construction
a) Body ASTM-A-216 Gr.WCB
b) Bonnet ASTM-A-216 Gr.WCB
c) Cap ALUMINIUM

166
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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

167
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

SPECIFICATIONS FOR MANUAL HOIST


S.No. TECHNICAL PARAMETERS DESCRIPTION
1 TYPE MANUAL HOIST
2 APPLICATION TLF PUMP HOUSE
3 QUANTITY 1 NO.
4 CAPACITY 3.0 T
5 LOCATION INDOOR;
6 METHOD OF OPERATION MANUALLY OPERATED
6.1 LONG TRAVEL (LT) N/A
6.2 HOISTING N/A
7 LIFTING HEIGHT 5M
(HOOK LEVEL FROM FFL)
8 LONG TRAVEL 60 M – FOR FIRE WATER PUMP HOUSE
NOTES:.
a. Ball and roller anti frictional bearing only shall be used.
b. Swivelling type standard shank hook mounted on grease lubricated anti-friction
thrust bearing shall be used.
9 c. Manual hoist shall conform to class-i duty as per latest revision of IS: 3832
d. Load chain & operating chain shall be of calibrated type.
e. Pulley used for the operating mechanism shall have suitable guards to prevent the
operating chain from coming out.
f. All the open gearing shall have suitable cover

168
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

SPECIFICATION FOR BASKET STRAINER

169
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

170
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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

171
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

29, MG Road,Bangalore - 560001

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

172
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

GUIDELINES FOR EVALUATION OF CONTRACTORS’ PERFORMANCE


1.0 General
A system for evaluation of Contractors’ Performance is a key process and important to
support an effective contracting function of an organization.
Performance of all Contractors needs to be closely monitored to ensure complete
execution of project within scheduled completion period. For timely execution of projects
and achieving the desired goals of the organization, it is necessary to monitor the
execution of project or contracts right from the award stage to completion stage and take
corrective measures in time.
2.0 Objective
The objective of Contractor Performance Evaluation is to ascertain the performance of the
Contractor with respect to satisfactory execution of work while maintaining Safety and
Quality standards and to develop reliable Contractors so that they consistently meet or
exceed expectations and requirements.
The purpose of this guideline is to put in place a system to monitor performance of
Contractors associated with IOCL so as to ensure timely completion of various projects.
Contractor’s Performance Evaluation Methodology should be integral part of the
respective tenders.
3.0 Measurement of Performance
Standard Format attached as Annexure-B shall be used for evaluatingContractors’
Performance. All Civil / Mechanical / Electrical Works with estimated value of Rs. 10
Crores and above would be evaluated. The performance of the Contractor would depend
upon the total marks obtained.
4.0 Basis of Contractors’ Performance Evaluation
The contractors’ actual performance till actual mechanical completion vis-à-vis the overall
progress S-curve finalized in the base planning package document shall form the basis for
the evaluation of performance of contractor.
5.0 Stages of Evaluation:
Performance Evaluation of Contractor shall be done independently at following two stages
of the project as per Overall Progress S-curve and at Mechanical Completion:
i) First performance evaluation shall be done at initial stage i.e. at 50%
Schedule Progress stage as per Overall Progress S-curve.
ii) Second performance evaluation shall be done at Schedule completion
stage i.e. at 100% Schedule Progress stage as per Overall Progress S-curve.
iii) Third performance evaluation shall be done at Actual completion stage i.e.
at Mechanical Completion.
173
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Note:
1) Performance evaluation for stages against SN (i) & (ii) shall be completed
within a period of 01 (one) month after reaching at designated schedule
progress stage.
2) Performance evaluation for SN (iii) shall be completed within a period of 03
(Three) months after achieving Mechanical Completion.
6.0 Performance Rating:
Depending upon the Total Marks obtained by the contractor, the performance rating of
the contractor shall be finalised as per following:

S.No. %age of Marks obtained Performance Rating


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

7.0 Action based on performance rating


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

Schedule Very Good No further action


2 Completion
Stage Good Letter to the contractor for improving the
performance in future

174
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

S.No. Evaluation Performance Recommended Action


Stage Rating
(100% Fair Restrict Contractors’ Pre-qualification in future
Scheduled jobs (Note)
Progress)
Unsatisfactory Banning for future jobs (Note)
Actual Very Good No further action
Completion
Stage Good Letter to the contractor for improving the
performance in future
(After
3 Mechanical Fair Restrict Contractors’ Pre-qualification in future
Completion) jobs (Note)
Unsatisfactory Banning for future jobs
(Note)

Note
In case of Fair / Unsatisfactory rating, indicated penal action shall be taken for future jobs
for a maximum period of 1 year across all Divisions, with a provision for revoking such
penal action in case of improvement in performance in the job under evaluation or any
other concurrent job (having contract value of minimum 80 % of the job under evaluation)
at similar or higher stages of evaluation in the same Division.
7.2 Restriction in Contractors’ Pre-qualification in future jobs
In future jobs, prequalify the contractor only for the works of estimated value up to X% of
the original contract value for which “Fair Performance” rating has been given.
“X” = Marks obtained by the contractor
7.3 Banning
Not to consider the contractor in future jobs.
Wherever Contractor is to be banned / Holiday listed, after finalization of scores, the
procedures for holiday listing as required including evaluation of reply against show cause
notice by multi disciplinary committee shall be followed.
For banning / holiday listing of party, the committee should specifically take into account
the moving average score of last one (1) year of the party in deciding on the time period of
holiday listing (maximum 1 years).
Such banning on account of CPE shall be without prejudice to other rights and & remedies
available to the owner under the contract

175
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Annexure-B
INDIANOIL CORPORATION LIMITED
MARKETING DIVISION
FORMAT FOR EVALUATION OF CONTRACTORS’ PERFORMANCE CRORES

1.0 Name of Contractor along with SAP code :

2.0 Work Order No. & Date :

3.0 Name of Work :

4.0 Contract Value (Rs.) :

5.0 Scheduled Completion Period :

6.0 Date of Start :

7.0 Contractual Completion Date :

8.0 Actual Completion Date :


(Not Applicable for Inital / Mid stage evaluation)

9.0 Execution Amount :


(Paid amount till date of report)

10.0 Stage of Evaluation :


(Please (√) mark against respective stage)
1. Initial stage at 50% Schedule Physical Progress as per Overall Progress S-
curve

176
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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


Overall Progress S-curve

3. Actual Completion stage at Mechanical Completion

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

11.1 Allocation of marks for Initial & Schedule Completion stage:


%age Schedule %age Schedule Physical %age Marks obtained by
Physical Progress at Progress worked out Contractor
Actual Physical
Evaluation Stage after delay analysis
Progress
A% B% C=(B/A) x 100%

11.2 Allocation of marks for Actual Completion stage (i.e. Mechanical Completion):
11.2.1 In case there is NO DELAY solely attributable to contractor, marks obtained by the
contractor = 100
11.2.2 In case there is DELAY solely attributable to contractor:
Maximum Delay For delay up to 20 For delay more than Marks
Marks to be weeks: 20 weeks: Additional obtained by
in week(s)
considered marks to be deducted Contractor
or part Marks to be
@ 2 marks per week
thereof deducted @ 1 mark
or part thereof for
per week delay or
delay beyond 20
part thereof
weeks
A B C=Bx1 D = (B - 20) x 2 E = A - (C+D)
100

12.0 Deductions on account of cash flow, part off-loading/ Termination, safety violation, and
Quality :
12.1 Cash Flow issues :

177
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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


deducted / Incidents to be deducted
Incident
A B C D=BxC
1 Direct payment by
IOCL to Sub-
2 ............. .............
Contractor
2 Failure of Contractor
to make timely
5 ............. .............
payment to
Contractors’ Labour
Total Marks to be deducted .............

Note:
1. The maximum deduction of marks on account of cash flow issues of contractor shall
be limited to 20 marks.
2. Incident(s) occurred in a Billing Cycle shall be considered as one incident.

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


S.No. Description Unit Marks to be No. Of Total No. Of
deducted / Incidents Marks to be
Incident deducted
A B C D=BxC
1 Off-loading of part 10 ............. .............
work at contractor’s
risk & cost
2 Termination of 20 (0 or 1)
Contract due to poor
progress and off
loading balance works
at contractors risk and
cost
Total Marks to be deducted .............

178
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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

12.3 Safety Violation


For calculation of marks towards deduction on safety violation, the following formula shall
be used:
S.No. Description Unit Marks to be No. Of Total No. Of Marks
deducted / Incidents to be deducted
Incident
A B C D=BxC
1 Violation of applicable 2 ............. .............
safety, health and
environment related
norm leading to
penalty of Rs 5000
2 Violation leading to 5
Physical injury
............. .............
3 Violation leading to 10
fatal incidence
............. .............
Total Marks to be deducted .............
Note:
1. The maximum deduction of marks on account of safety violation in any work shall be
limited to 25 marks.
2. Deductions on account of safety violation shall be applicable for the incidents
occurred from start to evaluation stage.
12.4 Quality of Work
S.No. Description Unit Marks to be Total No. Of Marks
deducted to be deducted
A B
1 Recoveries / amount withheld for

179
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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


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

General Note:
The above mentioned deduction towards 10.1, 10.2 and 10.4 shall be applicable for the incidents
occurred in between the successive evaluation stages only i.e. between Current evaluation stage
and previous evaluation stage. However, the deductions towards 10.3 shall be applicable for
incidents occurred from start of work to respective evaluation stage viz. Initial, Schedule
completion & Actual completion stages. But, for performance evaluation at Initial stage i.e. 50%
Schedule Progress stage incidents occurred between start of work & 50% schedule progress stage
shall be considered.
Wherever Contractor is to be banned / Holiday listed, the procedures for holiday listing as
required including that for issuance of showcause notice shall be followed.
12.5 Total Deduction of Marks as calculated at 10.1, 10.2, 10.3 & 10.4 = ...............
13.0 Total Marks as allocated to Contractor:
S.No. Description Marks
1 Marks as calculated at 9.0 A
2 Deduction of Marks as calculated at 10.5 B
3 Total Marks obtained C=A-B

14.0 Performance Rating of Contractor:


Performance rating chart:
S.No. %age of Marks obtained Performance Rating

180
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

S.No. %age of Marks obtained Performance Rating


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

Depending upon the total marks as obtained by the contractor at 11.0 above, the Performance
Rating of the contractor, comes out to be..........................

Site Incharge
(Name, Designation, Signature, Date)

Engineer Incharge State Engineering Head / DGM(E) at HO


(Name, Designation, Signature, Date) (Name, Designation, Signature, Date)

181
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

PARTICULARS OF EMD
(To be filled in by the tenderer)

EMD is payable by online transfer or in form of Bank Guarantee from any Nationalized/
Scheduled Bank in favour of “M/s Indian Oil Corporation Limited (Marketing Division)” payable
at “Mumbai”.

EMD Name of Online


Name of Date of
Name of Location Amount (₹) Bank and transaction
Tender transaction
Branch no./BG No.
WRCC/2018-
Sewree-1 Terminal 1,87,860/-
19/LT-…

NOTE:
1. The details of EMD payment should be filled in the relevant space above and copy of EMD
instrument/CR to be sent in duly sealed Envelope mentioning tender no., name of firm etc. and
submitted/dropped in tender Box as specified in Notice Inviting e-Tender before due date and
time.
2. Scanned copy of EMD instrument is also to be uploaded in e-Tender website at appropriate
place.
3. Bidders empanelled against Public Tender Ref: MSO/ENG/PT-23/2017-18 dtd 07.07.2017 are
required to fill in the details of Cash Receipt of Permanent EMD (if submitted before due date
of opening of this tender). Scanned copy of CR is also to be uploaded in e-Tender website at
appropriate place.

4. Request of existing contractors for adjustment of any pending due towards EMD shall not be
entertained.
5. Tender without EMD or with lesser amount of EMD shall be out rightly rejected
6. EMD given in any other form other than online transfer will not be accepted and tender will be
rejected.
7. Public Sector Undertakings (Central/ State), JVs of IOCL and as per MSME Act 2006 (or
erstwhile NSIC registered parties) are exempted from payment of Earnest Money Deposit.
MSME/NSIC registered certificates shall be considered for exemption as per type of jobs
stipulated in the registration certificate.

182
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Envelope Cover for Submission of EMD Instrument

TENDER NO: WRCC/2017-18/LT-….

Sub: ----------------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------------

CONTRACT CELL TENDER BOX


M/s INDIAN OIL CORPORATION LIMITED
(MARKETING DIVISION),
Indian Oil Bhavan – BKC
WESTERN REGION,
Contract Cell Department
Plot No. C-33, “G” Block, Bandra Kurla Complex,
Bandra (East), Mumbai – 400 051,

From:
(Address of the Tenderer)

183
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

PROFORMA OF DECLARATIONS TO BE FURNISHED BY THE TENDERERS

DECLARATION „A‟

We declare that we have complied with the conditions of GCC and Tender Agreement.

Date :

Place :

DECLARATION „B‟

We declare that we do not have any employee who is related to any officer of the
Corporation/Central/State Governments.

We have the following employees working with us who are near relatives of the Officer/Director of
the Corporation/Central/State Government.

Name of the employee of the Tenderer Name & designation of the Officer of the
Corporation/Central/State Governments

Date :

Place :

184
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

DECLARATION „C‟

The Contractor is required to state whether he is a relative of any Director of our 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 alternatively he is a private company in which Director of our corporation
is a member or Director.

1. Name of the employee and his relation with the


Director in our Corporation

2. Name of the Director of the Corporation who is


related to the Contractor

3. Name of the Director of the Corporation who is a


member or a Director of the firm.

DECLARATION „D‟

Contractor 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.

Name of the person


1.
Post last held in IOC
2.
Date of retirement
3.
Date of employment in the firm
4.

Note:
1. Separate sheet may be attached, if the above, is not sufficient.
2. Strike out whichever is not applicable. If the Contractor 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
Contractor should submit another declaration furnishing the name/s of such employees/s
who is/are related to the officer/s of the Corporation /Central/State Governments.
3. List of Directors of IOCL Board is attached.

185
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

UNDERTAKING
(FOR EMPANELLED BIDDER)

We confirm that we have read, understood and accepted following documents as a part of
empanelment tender Ref: MSO/ENG/PT-23/2017-18 dtd 07.07.2017:

1. General Conditions of Contract


2. HO Civil Specifications (Volume I and II)
3. Mechanical & Electrical Specifications
4. Safety Practices during construction
5. Standard drawings of Zonal contract

I/We ___________________________________________________ (Name of the bidder) hereby


certify that, I/we shall carry out the tendered job (if awarded to us) in compliance to the terms and
conditions and specification accepted by us under above documents in addition to any other
instructions/ additional specifications/amendment communicated to us with the Work Order and/or
during the course of work.

Signature of the Tenderer/ Authorized Representative

Name & Address: _____________________________


Seal: _______________________________________
Telephone Nos.: ______________________________

186
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

FORMAT AND OTHER DETAILS OF TENDER

UNDERTAKING

We confirm that we have quoted the rates in this tender considering Inter-alia the following details
mentioned in Tender Document:
1. Notice Inviting e-Tender
2. BOQ- Price Bid
3. Scope of Work
4. Special Instructions to Bidders for e-tender
5. Special Terms and Conditions
6. Technical Specifications
7. General Conditions of Contract including Safety practices during construction
8. Corrigendum, if any
9. All other documents uploaded with the tender but not mentioned above.

I/We ____________________________________ (Name of the bidder) hereby certify that, we had


downloaded the complete Tender Documents as mentioned and have studied & understood the
same thoroughly before uploading the Bid. We accept all the terms & conditions specified therein
including all corrigendum/addendum issued, if any. Our offer is in confirmation to all the terms and
conditions of the tender including all corrigendum/addendum, if any and minutes of the pre-bid
meeting.

In the event of award of contract to us, the complete tender document uploaded on Indian Oil e-
portal https://iocletenders.nic.in shall be considered for constitution of Contract Agreement.

Signature of the Tenderer/ Authorized Representative

Name & Address: _____________________________


Seal: _____________________________
Telephone Nos.: _____________________________

187
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

DECLARATION
( On non-judicial stamp paper of Rs.500/-.)

Sub: Contract/Work Order No._______________

Dated_________________________

1. We the Contractors hereby agree, undertake to faithfully observe and comply with the following
during the performance of the contract.

We shall

a) Deploy trained and competent employees who are physically fit and are not suffering from any
chronic or contagious disease.

b) Be responsible for and arrange and bear costs of such equipment, cleaning materials, uniforms
and other paraphernalia necessary to render effectively the services required by the
Corporation,

c) 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 accounts, 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.

d) Comply in all respects with the provisions of all statutes, rules and regulations applicable to us
and/or our employees and in particular we shall obtain the requisite license under the Contract
Labor (regulation and Abolition) Act, 1970 and the rules made there under.

e) 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 Corporation shall be the
sole judge as to whether or not we and/or our employees have observed the same.

f) Personally and exclusively or employ sufficient supervisory personnel exclusively to supervise


the work of our employees so as to ensure that satisfaction of the Corporation.

g) Ensure that our employees will not enter or remain on the Corporation's premises unless
absolutely necessary for fulfilling our obligations under the contract.

h) 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
which may adversely affect the property, reputation or interest of the Corporation.

188
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

i) Not do or suffer to be done in or about the premises of the Corporation anything whereby any
policy of insurance taken out by the Corporation's against loss or damage by fire or otherwise
may become void or voidable.

j) 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 any act, omission, default or
negligence on our part or on the part of our employees or our agents.
k) 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 whosoever 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 hereafter 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 any or the terms and conditions of the contract.
Without prejudice to the Corporation's other rights, the Corporation will be entitled to deduct
from any compensation or other dues payable to us, the amount payable by the Corporation as
consequence of any such claims, demands, costs, charges and expenses. The Corporation shall
not be responsible for death, injury or accidents to our employees which may arise, out of or in
the course of their duties on or about that the Corporation's property and premises and in the
event that the Corporation is made liable to pay any damage or compensation in respect of such
employees, we hereby agree to pay to the Corporation such damages or compensations upon
demand. The Corporation shall also not be responsible or liable for any theft, loss, damage or
destruction of any property that belongs to us or our employees lying in the corporation's
premises from any cause whatsoever.

2. It is hereby declared that we are, for the purposes 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.

3. On the expiration of the contract or any earlier determinations thereof, we shall forthwith
remove our employees who are on the Corporation's premises or any part thereof failing which,
our employees, agents, servant's 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 by 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.

4. We hereby undertake and declare that, in the event the workmen/employees/persons 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 with 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 attempts and any appeal or appeals filed by the Corporation
therein or relating thereto AND we hereby indemnify forever the Corporation against all such

189
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

costs, charges and expense or damages, whether recurring or not financial or otherwise, caused
to or incurred by Corporation, as a result of such attempt by the Contractors employees.

5. It is hereby agree that the Corporation shall be entitled to set off any debt or sum payable by us
either directly or as a result of vicarious liability to the Corporation against any monies
payable or due from the Corporation to us or 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 or by an Official of IOC Ltd.

190
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

(On Rs. 500/-Stamp Paper - to be typed in double spacing)


INDEMNITY BOND UNDERTAKINGS PROFORMA „A‟ (FOR PF)
(To be executed if Applicable on obtaining work order)
From :
M/s. …………............................................................................................................
(Contractors)
To,
M/s. INDIAN OIL CORPORATION LIMITED
Sub.: (1) Work Order No. ...................................................., dt.....................
(2) Agreement No. ...................................................., dt.......................
THIS INDEMNITY BOND/ UNDERTAKING executed at ...............……….. this ………..............
day ................... of ............. 20 ……. by Messers ........................................................................
................................... hereafter 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 administrations its successors and assigns in law) in favour of
INDIAN OIL CORPORATION LTD. a Company incorporated under the Company Act I of 1956
and having its Registered Office at G-9, Ali Yavar Jung Marg. Bandra (East), Mumbai 400051,
hereinafter called "The Corporation" (which expression shall include its successors and assigns in
law).
WHEREAS the Corporation, desirous of having executed certain work specified in the work
order No. ___________ dated ___________ issued by the Corporation on the Contractors has
caused drawings, specifications and bill of quantity showing and describing the work to be done
prepared and the same have been signed by or on behalf of the parties hereto AND WHEREAS
the Contractors have agreed with the said work Order upon certain terms and conditions provided in
the Agreement executed between the Contractors and the Corporation and also contained in the
General Conditions of contract attached thereto.
AND WHEREAS the Contractor are bound by law to comply with the provisions of various
Labour Laws like Minimum Wages Act 1948, Equal Remuneration Act 1976, Inter-State Migrant
Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contact Labour
(Regulation and Abolition) Act 1970, Workmen‟s Compensation Act 1923, Employees State
Insurance Act as also the Provident Fund Act providing for Provident Fund Act Scheme for
labourers engaged by the Contractors but 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 omission and commissions by the Contractors.

IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE


CONTRACTORS to indemnify and keep indemnified the Corporation as stated hereinafter.

191
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

1. The Contractor hereby undertake to furnish a certificate with regard to the number of labourers
employed by them in the 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 Contact Labour
(Regulation and Abolition) Act 1979 as amended from time to time and that they undertake to
furnish a certified copy of the requisite License 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. The Contractors shall
provide a copy of pay sheets to the Location in-charge of the Corporation and also confer the
right of wages to the labourers on the spot whenever required by the Corporation.

4. The Contractors state the they are fully aware of the provisions of the Provident Fund Act,
particularly with regard to the enrolment of labourers as a member of Provident Fund. The
Contractors further confirm that they are aware of the provisions and that they are obliged to
recover Provident Fund contribution from the eligible labourers engaged by them and after
adding their own contribution, remit the same to RPFC. The Contractors state and confirm that
are fully aware of their obligation remit the said amounts on account of Provident Fund to the
RPFC within the prescribed period and that they have obtained a separate code number from
the Regional Provident Fund Commissioner which is bearing Sanction No. dated
....……............ from ..……................. RPFC.

5. The Contractors will afford all opportunities to the Corporation whenever required to verify
that the Provident Fund is actually deducted by the Contractors from the wages of the
labourers and the same together with the Contractors‟ contribution has been duly remitted by
the Contractors to the concerned P.F. Commissioners. The Contractors also undertake to
provide photocopy of the receipt issued by the concerned P.F. Commissioner for having
received the P.F. contribution from the Contractors.

6. In the event the location in-charge of the Corporation is not satisfied about the payment of
wages made and the recovery of P.F. etc. from the labourers employed by the Contractors, the
Contractors hereby agree and authorize the Contractor‟s complete all their obligations.

7. Notwithstanding the provisions contained in clause 6 above , the Corporation hereby


undertake and authorize the Corporation to recover dues payable by the Contractors to the
labourers employed by them as also amounts on account of P.F. contributions (including the
Contractors‟ contribution) as also all losses, damages, costs, charges, expenses, penalties from
their bills and other dues including the security amounts.

8. The Contractors 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

192
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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 proceeding which
the Corporation may incur, suffer or be put to.

9. The Contractors hereby agree that the aforesaid indemnity undertaking are in addition to and
not in substitution of the terms and conditions contained in the tender documents and the
work order and also the Agreement executed by the Contractors with the Corporation.

10. The Contractors 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 representatives and shall ensure for the Corporation‟s benefit and for
the benefit of its successors and assigns.

Date : Yours faithfully,

Contractor‟s Name and Signatures


Witness (1) ..............................................................................................
(Full address) ..............................................................................................
..............................................................................................
Witness (2) ..............................................................................................
(Full address) ..............................................................................................
..............................................................................................

193
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

(On Rs . 500/- Stamp Paper to be typed in double spacing)


INDEMNITY BOND UNDERTAKINGS PROFORMA „B‟ (FOR PF)
(To be executed if Applicable on obtaining work order)

From :
M/S. …….................................................................................................................
Contractors

To,
M/s. INDIAN OIL CORPORATION LIMITED
Sub.: (1) Work Order No. ....................................................., dt.....................
(2) Agreement No. ......................…............................, dt.....................
THIS INDEMNITY BOND/ UNDERTAKING executed at ............................. this ....……........ day
……………… of ........................ 20….. by Messers
.................................……………………............ 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 administrations its successors and
assigns in law) in favour of INDIAN OIL CORPORATION LIMITED a Company incorporated
under the Company Act I of 1956 and having its Registered Office at INDIAN OIL BHAVAN, G-
9, Ali Yavar Jung Marg. Bandra (East), Mumbai 400051, hereinafter called “The Corporation‟
(which expression shall include its successors and assigns in law).
WHEREAS the Corporation , desirous of having executed certain work specified in the work
order No. .................... dated ........... issued by the Corporation on the Contractors: has caused
drawings, specifications and bill of quantity showing and describing the work to be done prepared
and the same have been signed by or on behalf of the parties hereto AND WHEREAS the
Contractors have agreed with the Corporation to execute and perform the said work specified in
the said Work Order upon certain terms and conditions provided in the Agreement executed
between the Contractors and the Corporation and also contained in the General Conditions of
contract attached thereto.
AND WHEREAS 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, Contact labour (Regulation and Abolition) Act 1970, Workmen‟s 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 THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE
CONTRACTOR‟S 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 undertaking 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 and that they undertake
194
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

to furnish a certified copy of the requisite License obtained by the Contractors from the
competent authority to the Corporation‟s representative.

3. The Contractors hereby undertake to keep proper record of attendance of his labourers and
will give opportunity to the officers of the Corporation to supervise the same and confer
upon the Corporation‟s representative the right to countersign the said register if so
required by the Corporation. The Contractor shall provide a copy of the pay sheets to the
Location in-charge of the Corporation nominated by the Corporation for supervision of the
payment of wages made to the labourers by the Contractors and also confer the right on the
Corporation for supervision of the payment of wages made to the labourers by the
Contractors and also confer the right on the Corporation „s representative to supervise the
payment of wages to the labourers on the spot whenever required by the Corporation.

4. The Contractors state that they are fully aware of the provisions of the Provident Fund Act,
and the rules made there under. The Contractors hereby confirm that the said act and the
rules made there under are not applicable to them since they have not employed labourers
exceeding ______ at any time and that the labourers so far employed were also not on
continuous basis. The Contractors further confirm in this regard that no worker employed
by them is in service for circumstances none of the workers employed by them is eligible
for P.F. benefits under the said Act. The Contractors therefore state that they are exempted
from the purview of the said ACT and the rules made there under and they are therefore not
required to obtain a separate code No. from the R.P.F.C.

5. The Contractors hereby undertake and agree that in event of any claim on account of P.F.
liabilities arising in future, they shall keep the Corporation duly indemnified against all
losses, damages, charges, expensed, penalties, suits or proceedings which the Corporation
may incur, suffer or 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 proceeding 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 tender documents and the
work order and also the Agreement executed by the Contractors with the Corporation.

8. The Contractors 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 representatives and shall ensure for the Corporation‟s
benefit and for the benefit of its successors and assigns.

195
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

9. That all questions, issues , disputes and differences between the Contractor and the
Corporation arising under this indemnity bond/undertaking shall be referred to arbitration
in the same manner as indicated in the contract dt ________ executed between the
Contractors and the Corporation.

Date :

Yours faithfully,
Contractor‟s Name and Signatures

Witness (1)............................................
(Full address)
...........................................

Witness (2)............................................
(Full address)
...........................................

196
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

INDIAN OIL CORPORATION LIMITED


(MARKETING DIVISION)

PROFORMA INDEMNITY BOND FOR LOST DEPOSIT RECEIPT


(on stamp paper of Rs. 500/-)

WHERE AS DEPOSIT RECEIPT NO. ......................... dated .......... for Rs. .................. issued by
Indian Oil Corporation Limited in favour of the undersigned as Earnest Money Deposit for the
fulfillment of our obligations under the Tender No ................... in respect of .................... has been
mislaid or lost by us and the same is not traceable in spite of due and diligent search made by us for
the same AND WHEREAS Indian Oil Corporation Limited have at our request and entirety agreed
to refund to us the amount covered by the said DEPOSIT RECEIPT on our executing these presents
in the manner herein after appearing NOW KNOW WE AND THESE PRESENTS WITNESS that
we, the undersigned (name and address) ....................................... for ourselves and our heirs
executors and administrators and our successors and assigns do hereby agree covenant and
undertake to Indian Oil Corporation Limited and its successor‟s and assigns fully and effectively
indemnity and keep Indian Oil Corporation Limited and its successor‟s and assigns fully and
effectually indemnified against all claims, actions, demand,, losses and damages and costs, charges
and expenses respectively that they and their successors and assigns might suffer and be put to by
reason of refunding to us the under signed the sum covered by the said DEPOSIT RECEIPT and we
our heirs executors and administrators and our successors and assigns hereby record having agreed
to reimburse Indian oil Corporation Ltd. The amount of all claims, losses, damages costs charges
and expenses suffered by them in the premises aforesaid.
IN WITNESS WHEREOF we the undersigned have hereunto set and subscribed our signature the
day and year first herein above written.

SIGNATURE OF THE EXECUTOR


Witness:

1. NAME & ADDRESS:

2. NAME & ADDRESS:

197
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

INDIAN OIL CORPORATION LTD.


CONSTRUCTION SAFETY CHECKLIST

RO: _______ Dist.: _______ Div. Office: ______ State Office: _______ Region: _______

CAT: _______ YR COM: _______ PROP: ________ INSP. BY: _______ DATE: _______

Sr.
Description YES NO NA Remarks
No.
1) Excavation
a. Whether safe angle of repose (usually 450)
maintained while excavating trenches exceeding
1.5 m to 3 m.
b. Whether suitable bench of 0.5m width at every
1.5m depth of excavation in all soils except hard
rock provided
c. Whether proper shoring and strutting to prevent
cave in or slides done
d. Whether proper precaution taken for live
electrical cable passing under the area
e. Whether minimum 2m distance from edge of
excavation maintained from vehicles operating
near excavation or whether the support work has
been specially designed to permit the vehicle
come close to excavation with adequately
anchored stop blocks and barriers

f. Whether area has been cordoned off with


warning board displayed
g. Does the excavation not affect the stability of
neighboring structure
h. Are excavated earth kept away from edge of the
pit

i. Personal Protective Equipment are in use by the


persons
j. Whether proper arrangement is provided in case
of flooding of pit with water (Ring buoys and
de-watering pumps etc.)

198
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Sr.
Description YES NO NA Remarks
No.
k. Whether sufficient lighting arrangement has
been made (in case working in dark)

2) Welding
a. Check whether acetylene cylinders are not kept
near the hot area and kept in upright position

b. Whether electric cables in use for electric arc


welding are armored and properly insulated

C. Whether separate earthing conductor provided


for the item being welded, in addition to welding
current return cable
d. Whether painting and welding work is not
carried out simultaneously at same work site
e. Whether work area is free from obstruction and
combustible material
f. Whether personal protective equipments are in
use during welding (face shields overall,
goggles, gloves, shoes)
g. Whether the welder during welding work is in
„Dry‟ condition
3) Electrical safety
a. Whether licensed electricians carrying out
electrical installation
b. Whether ELCBs / double insulation provided in
hand tools and tackles
c. Whether armored cables are in use
d. Whether electrical equipments are protected
from rain / water
e. Whether all electrical equipments are properly
earthed
f. Whether temporary electrical connections are
absent
g. Whether bare wire ends are not used in sockets

h. Whether guards are provided on all rotating


equipments including grinder

199
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Sr.
Description YES NO NA Remarks
No.
i. Whether overhead un-insulated electrical lines
are de-energized during construction work

j. Whether proper fire fighting equipments are at


place near the electrical equipment

k. Whether electrical shock treatment chart


displayed at site
l Whether proper Do‟s and Don‟ts displayed at
site
4) Building Construction Safety
a. Whether enough barriers or protection provided
to stop people falling from height
b. Whether workers use personal protective
equipment (helmet, safety shoes, safety belt,
hand gloves)
c. Whether proper ladders are in use for working at
height

d. Whether metallic scaffoldings are in use


e. Whether loose clothes are not in use by workers
working on roof for reinforcement

f. Whether shuttering is stable or not


g. Whether earthing of electrical mixer or vibration
have been done
h. Whether people excluded from the area below
the roof work or additional precautions been
taken to stop debris falling on them

5) Structure / facility demolition


a. Whether initial survey of the structure to be
demolished has been carried out and method of
demolition has been formulated

b. Whether all electrical connections have been cut


off before start of demolition

200
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Sr.
Description YES NO NA Remarks
No.
c. Whether proper supporting temporary structure
has been erected before demolishing the
structure
d. Whether information on previous use of the
structure has been obtained to prevent any
hazard from chemicals / flammable material
e. Whether danger zone round the structure has
been adequately fenced off and caution sign
board displayed
f. Whether personal protective equipment are in
use during demolition work in progress
g. Whether proper supervision is ensured during
demolition work
h. Whether proper precautions have been taken to
avoid collapse of neighboring facilities which
may occur during demolition of the structure

i. Whether clearing of debris from the site is being


done from time to time
6) General
a. Whether work is being done under proper
supervision
b. Whether DOs / DON‟Ts displayed in local
language at conspicuous place
c. Whether part of GCC pertaining to safety
precaution available at site
d. Whether first aid kit with proper medicines is
available
e. Whether no overhead (energized) HT / LT line
passes through the area of work

Signature of Proprietor / Manager Signature of Inspecting Officer

Distribution of 4 (four) sets:


 Original copy to Inspecting Officer
 1st & 2nd photo-copy to Divisional & State Office by Inspecting Officer
 3rd photo-copy for Retail Outlet

201
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

INDEMNITY BOND UNDERTAKING FOR ESIC


(On acceptance of tender, this undertaking shall be submitted on stamp paper of Rs 500/-)

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

202
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

required by the Corporation. The Contractor shall provide a copy of the pay sheets to the
Location In Charge of the Corporation nominated by the Corporation for supervision of the
payment of wages made to the labourers by the contractors and also confer the right on the
Corporation for supervision of the payment of wages made to the labourers by the
Contractors and also confer the right on the Corporation‟s representative to supervise the
payment of wages to the labourers on the spot whenever required by the Corporation.

4. The Contractors state they are fully aware of the provisions of the ESIC Act, and the rules
made thereunder. The Contractors hereby confirm that the said act and the rules made
thereunder are not applicable to them since the labourers so far employed were not on
continuous basis and that they are exempted from the purview of the said Act and the rules
made thereunder and they are therefore not required to obtain a separate Code Number
from the Regional ESIC Office.

5. The Contractors hereby undertake and agree that in event of any claim on account of ESIC
liabilities arising in future, they shall keep the Corporation duly indemnified against all
losses, damages, charges, expenses, penalties, suits or proceedings which the Corporation
may incur, suffer or to be put to on that account.

6. The Contractor hereby agree, confirm and declare that they have fully complied and will
comply with the provisions of various labour laws, particularly those referred to herein
above and that no violation of the provisions of various amenities and facilities to the
workers under different laws has been done by them and in the events of any past or future
violation of the various labour laws the contractors shall indemnify and keep the
Corporation duly indemnified against all losses, damages, costs, expenses, penalties, suits
or proceedings which the Corporation may incur, suffer or be put to.

7. The Contractor hereby agree that the aforesaid indemnity undertaking are in addition to and
not in substitution of the terms and conditions contained in the Empanelment documents
and the Agreement executed by the Contractors with the Corporation.

8. The Contractor hereby confirm, agree and record that these terms of undertaking and
indemnity shall be irrevocable and unconditional and shall be binding on their heirs,
executors, administrators and legal representative and shall ensure for the Corporation‟s
benefit and for the benefit of its successors and assigns.

9. That all question, disputes and differences between the Contractor and the Corporation
arising under the bond/undertaking shall be referred to arbitration in the same manner as
indicated in the contract to be entered into between the Contractors and the Corporation for
the above Tender.

Signature :
Name & Address Seal :
Date :

203
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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:

Signatur
e of
Bidder

204
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

FORM OF CONTRACT – On award of work


(On Non-Judicial Stamp Paper of appropriate value)

SUBJECT: Razing and Re-building TLF shed and allied works at Sewree-1 Terminal under MSO.

(REF:- Tender No/LoA/WO No: -----------------------

THIS CONTRACT made at Mumbai this __________ day of ____________ 200__, 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), Mumbai - 400051 and the Headquarters of
Maharashtra State Office, INDIAN OIL CORPORATION LTD (MD)Indianoil Bhavan,
MAHARASHTRA STATE OFFICE, Plot No. C-33, “G” Block, Bandra Kurla Complex, Bandra
(East), Mumbai – 400 051 (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 Bidders;
(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
205
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

hereto and said copies have been collectively marked as Annexure 'B".

ARTICLE - 2
Work To Be Performed

2.1 The CONTRACTOR shall perform the work upon the terms and conditions and within the
item specified in the Contract documents,
ARTICLE - 3

Jurisdiction

a. 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 - 4

Entire Contract

4.1 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 - 5

Notices

1.0 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
206
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

reference to the Contract shall be deemed to have been sufficiently served upon the
OWNER (notwithstanding any enabling provisions under any law to the contrary) only if
delivered by hand or by Registered Acknowledgment Due Post to the Engineer-in- Charge
as defined in the General Conditions of Contract.

1.1 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-6

Waiver

6.1 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-7

Non-Assignability

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
207
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

1.

2.

SIGNED AND DELIVERED for and on behalf of _____________________ (CONTRACTOR) by


(this day of _____________ 20___)

in the presence of

1.

2.

(Strike off which is not applicable)

208
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT (EMD)


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.
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
209
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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:

210
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

BANK GUARANTEE PROFORMA IN LIEU OF SECURITY DEPOSIT (SD)


1. In consideration of the Indian Oil Corporation Limited having its Registered Office at
_________________ (hereinafter called “The Corporation”) having agreed to exempt
________ (hereinafter called “The said Contractor(s) / Supplier(s) / -Seller(s)”) from the
demand under the terms and conditions of an Agreement dated _______ made between
________ and ___________ for ____________ (hereinafter called “The said Agreement”), of
Security Deposit for the due fulfillment by the said Contractor(s) / Supplier(s) / - Seller(s) of
the terms and conditions contained in the said Agreement, on production of a Bank Guarantee
for Rs. _______ (Rupees _________ only), we ___________ (hereinafter referred to as “The
Bank” at the request of ___________ Contractor(s) /Supplier(s) / - Seller(s) do hereby
undertake to pay to the Corporation an amount not exceeding Rs. ____________ against any
loss or damage caused to or suffered or would be caused to or suffered by the Corporation by
reason of any breach by the said Contractor(s) /Supplier(s) / - Seller(s), of any of the terms or
conditions contained in the said Agreement.
2. We __________ ( indicate the name of the bank) do hereby undertake to pay the amounts due
and payable under this guarantee without any demur, merely on a demand from the Corporation
stating that the amount claimed is due by way of loss or damage caused to or would be caused
to or suffered by the Corporation by reason of breach by the said Contractor(s) / Supplier(s) / -
Seller(s) of any of the terms or conditions contained in the said Agreement or by reason of the
Contractor(s) / Supplier(s) „ failure to perform the said Agreement. Any such demand made on
the bank shall be conclusive as regards the amount due and payable by the bank under this
guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs._________
3. we undertake to pay to the Corporation any money so demanded notwithstanding any dispute or
disputes raised by the Contractor(s) / Supplier(s) / - Seller(s) in any suit or proceeding pending
before any court or Tribunal or Arbitrator relating thereto our liability under this present being
absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the Contractor(s) / Supplier(s) / - Seller(s) shall have no claim against
us for making such payment.
4. we, ____________ further agree that the guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Agreement and
that it shall continue to be enforceable till all the dues of the Corporation under or by virtue of
the said agreement have been fully paid and its claims satisfied or discharged or till
___________ office / department at _____________ certifies that the terms and conditions of
the said agreement have been fully and properly carried out by the said Contractor(s) /
Supplier(s) / - Seller(s) and accordingly discharge this guarantee. Unless a demand or claim
under this guarantee is made on us in writing on or before _______ we shall be discharged from
all liability under this guarantee thereafter.
5. We, __________(indicate the name of Bank) further agree with the corporation that the
corporation shall have the fullest liberty without our consent and without affecting in any
211
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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:

212
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

LIST OF DIRECTORS OF INDIAN OIL CORPORATION LIMITED


1. Shri Sanjiv Singh 6. Shri B.V.Rama Gopal
Chairman Director (Refineries)
Indian Oil Corporation Limited Indian Oil Corporation Limited
Corporate Office SCOPE Complex Core 2
Plot 3079/3, Sadiq Nagar 7, Institutional Area
J.B.Tito Marg Lodhi Road
New Delhi-110 049. New Delhi – 110 003.

2. Ms. lndrani Kaushal 7. Shri Ranjan Kumar Mohapatra


Ministry of Petroleum & Natural Gas Director (Human Resources)
Economic Adviser
Shastri Bhavan
Indian Oil Corporation Limited
New Delhi-110 001. Corporate Office
Plot 3079/3
Sadiq Nagar
J.B.Tito Marg
New Delhi-110 049.

3. Shri G.K.Satish 8. Sri Gurmeet Singh


Director (Planning & Business Director (Marketing)
Development) Indian Oil Corporation Limited
(Marketing Division)
Indian Oil Corporation Limited lndianOil Bhavan,
IndianOil Bhavan G-9, Ali Yavar Jung Marg
No.1, Sri Aurobindo Marg Bandra (East)
Yusuf Sarai New Delhi-110 016. Mumbai -400 051
4. Dr.S.S.V.Ramakumar 9. Shri Ashutosh Jindal
Director (R&D) Joint Secretary(M)
Indian Oil Corporation Limited Ministry of Petroleum & Natural Gas
R&D Centre Shastri Bhavan
Sector 13 New Delhi – 110 001.
Faridabad-121 002. Haryana.
5. Shri Parindu K.Bhagat 10 Shri Sanjay Kapoor
A/F/1, Shapath Tower-IV . SCO 3, First Floor, Sector 11,
Opp.Karnavati Club, Above Panchkula-134 112.
Central Bank Haryana
S.G.Highway
Ahmedabad-380 015.

213
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

LIST OF DIRECTORS OF INDIAN OIL CORPORATION LIMITED


11. Shri Chitta Ranjan Biswal 12 Dr.Jagdish Kishwan
Plot No.36, Prashasan Nagar . B 702, True Friends Apartments
Road No.72, Jubilee Hills Sector-6, Plot-29
Hyderabad-500 033. Dwarka,
New Delhi-110 075.

13. Shri Vinoo Mathur 14 Shri Sankar Chakraborti


Tower 10 / Flat 902 . SMERA Ratings Limited
Vipul Belmonte, Golf Course 102, 1st Floor, Sumer Plaza
Road, Sector 53 Gurugram – 122 Marol Maroshi Road Andheri (East)
002. Mumbai – 400 059.

15. Shri Samirendra Chatterjee 16 Shri Dharmendra Singh Shekhawat


71 Vikramshila Apartments . D.S.Shekhawat & Associates
IIT Delhi Campus S.No.-201-202, Venkateshwara
Hauz Khas New Delhi-110 016. Tower,
Central Spine, Vidhyadhar Nagar,
Jaipur-302 023.
.

214
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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/SM - 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
STP - SUBMERSIBLE TURBINE PUMP
MPD - MULTIPLE PRODUCT DISPENSERS

****************
215
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

APPROVED VENDOR LIST FOR CIVIL/MEHANICAL/ELECTRICAL ITEMS

All the equipment and materials used in the execution of the work shall be either one of approved
make listed below unless otherwise specified and subject to meeting specifications and final
approval of ENGINEER / IOC and subject to approved ISI Standard Make.

LIST OF APPROVED VENDORS FOR CIVIL ITEMS:

S. N Name Vendor

TILES (Terrazzo, Mosaic, Nitco / Bharat / Johnson / Dura / Modern / Kiran


1
Chequered Plain cement). Flooring or equivalent (to be approved by IOCL)

Somani Pilkington / Bell / Johnson / Kajaria / Nitco /


2 White / Coloured Glazed Tiles
Euro Merchandise (India) Ltd. or equivalent.

Vitrified Tiles / Ceramic Tiles Nitco /Johnson / Spartek / Regency / Bell / Somani /
3
(Non-Glazed) Kajaria / Navin / Pilkington / Marbonite or equivalent

Waterproofing Tiles (West


4 IS Makes or equivalent
Coast Tiles)

5 PVC Antistatic Flooring/ Tiles Marblex, Premier Vinyl, Krishna Vinyl or equivalent

6 Cement Tiles Nitco, Dura, Modern or equivalent

Flush Doors & Plywood Sitaboard / Sintex / Anchor / India Plywood Mfg. Co.
7 Products including Teak /
Particle Boards Novapan / Kitply.

Aluminum Doors, Windows, Jindal / Hindalco / Indal / Alumilite / ECIC or


8
Partitions etc. equivalent

Steel Doors, Windows and Sen Harvic / Steelage India / Raymos / Agew Steel or
9
Ventilators equivalent

Cico No.1 / Impremo / Acco-proof / Fosroc / Pidilite


10 Waterproofing compound
/ Multiplast / Lloyds /

216
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

S. N Name Vendor

Berger/ Asian / I.C.I./ Goodlass Nerolac / Dulux /


Grand Polycoats / Sigma paints / Grauer & Well
(India) Ltd (Bombay Paints) / Akzo Nobel / Bombay
11 Paints & Distempers
Paints / Jenson & Nicholson / CDC Carboline /
Garware / Shalimar / Solvosol Paint or equivalent (to
be approved by IOCL)
Shalimar / Asian / Bombay / Berger / CDC Carboline
12 Red Oxide Primer / Nerolac / ICI / Garware Paints or equivalent (to be
approved by IOCL)
Super snowcem / Nitcocem / Nitcole/ Birla /
13 Waterproof Cement Paint Acrocem /Apex/ Sufacem or equivalent (to be
approved by IOCL)
Hindustan / Pilkington / Triveni / Saint-Gobain /
14 Glazing / Glass
Modiguard / Asahi
Everite / Godrej / Dorma / Garnish / Sandhu /
15 Door Closers, Floor Sprigs Efficient Gadgets or equivalent (to be approved by
IOCL)
Charminar / Everest / Ramco/ Uppal or equivalent (to
16 A.C. Sheets, Fittings Fixtures
be approved by IOCL).
M/s Tiger Steel / M/s Composite Technology Pvt.
17 Prefab Canopy Ltd. / M/s INTERARCH / M/s Pooja Steel
Corporation.
Manufacturers having facility for batching/vibration
18 Interlocking Paver Blocks by automatic process and facility for steam curing.

M/s Pan-zan / M/s Godrej or equivalent (to be


19 Safe (Cash Box)
approved by IOCL)

Interarch / NCL Seccolor/ TSIL / Luxalon /SPECO-


TECH Interiors Pvt. Ltd. / Hunter Douglas / Conwed
20 False ceiling sheet for canopy
Enterprises/Kamakshi Roll Forming Industry / Harison
/ Trac-dec
False ceiling sheet (Non-
21 Anchor / SINTEX or equivalent
Metallic)

217
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

S. N Name Vendor

Interarch/ NCL Seccolor/ SPECO-TECH Interiors Pvt.


Ltd./ CRIL / Essar / Zenith / Uttam Galva Steel / Ispat/
Pre-coated / roofing Metal
22 Tata Shakti / Conwed Enterprises / Kamakshi Roll
Sheets
Forming Industries, TATA Blue scope, Tiger Steel /
Multi colour
23 Pre-Moulded Joint fillers STP or equivalent (to be approved by IOCL)

FOSROC / Apoorva / Pedilite / STP or equivalent (to


24 Sealing Compounds
be approved by IOCL)
FOSROC / STP or equivalent (to be approved by
25 Bitumen Sealants
IOCL)
Sintex / Rajshree or equivalent (to be approved by
26 PVC Door / Windows
IOCL)
Sintex, Polyplast, Uniplast, Diplast, Prakash, Unitank,
27 HDPE Water Tanks
or equivalent (to be approved by IOCL)
Ultratech / A.C.C. / Ambuja / JK / Birla / Binani /
28 Cement Bangur / Sriam / Grasim cement or equivalent (to be
approved by IOCL)
TISCO (TATA)/ SAIL/ Jindal / Essar / Vizag / Salem /
29 Steel Structural JSW / IISCO (Angle upto 50 x 50 mm, Channels upto
75 x 40 mm , Flats & square bars to be of ISI Make)
Surya Roshini, Saw Pipe, Jindal, TATA, SAIL, IISCO
30 Tubular Section
or equivalent
Likproof India Pvt. Ltd. / All India Waterproofing Co.
31 Waterproofing Work or
equivalent (to be approved by IOCL)
Pest Control (India) Ltd. / Aristo Chemicals or
32 Anti-termite Treatment
equivalent (to be approved by IOCL)
Ajit India / ECIE or equivalent (to be approved by
33 Structural Aluminum Glazing
IOCL)
TISCO/ SAIL / Jindal / Essar / Vizag / JSW /
34 Reinforcements
Kamdhenu / Rathi / Amba / Barnala

35 GI Sheets TATA / Jindal / JSW / Bhushan / Essar / Lloyds

218
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

S. N Name Vendor

Ironite / Fosroc / Hardonite / Walia / Cecco / Ciba


36 Hardners Geigy / Pidilite or equivalent (to be approved by
IOCL)
Supreme / Finolex / Prince / Star/ Surya or equivalent
37 PVC pipes and fittings
(to be approved by IOCL)
38 Nuts and Bolts TVS /Unbrako / Hardwin
39 Flush Valves NELSON / AR / JAGUAR / ORIENT

40 Water Meter Leeds / Caostan / Atlas Kaycee / Kant

Fibre reinforced RCC Sintex / Pratibha Industries, Mumbai or equivalent


41 Manhole covers, Frames & (to be approved by IOCL) approved by BMC and
Gratings CIDCO or local authorities

C.I. Manhole Covers &


42 Ashok Foundary or equivalent
Grating

43 Stainless Steel Fixtures Steelmac or equivalent

Powder coated Bath fittings


Jaguar / Aquel / Ceramica Steelmac / Cera / Rocca /
44 or Chromium plated bath
Plunger / Essco / Gem /Marc
fittings

Cast iron pipes and fittings


45 BIC / HEP / NECO AJMERA
(soil Pipes)

Indian Hume Pipe Co. / Spun pipe Co. / Sementia /


46 R.C. C NP2 Pipes, NP3 Pipes Pranali Enterprises / CH Patel & Co. /
Venkatesh Spun Pipe Industries, Parbhani

Cast Iron LA Class Pressure


47 IISCO / BRM Kesoram / Electro steel casting.
Pipes & Fittings

Gujarat Steel / Zenith / Ambica / ITC / TATA /


48 G.I. Pipes
Jindal / Surya Prakash
Chromium Plated Bath fittings
49 with Fancy Knobs Tabs, Stop GMT / ESSCO / BILMAT / SOMA /SIECKO /
Cocks, etc PARKO / PLUMBER / Jaquar / GEM

50 – do – with Capstan head L & K Techno / MALCO GMT

219
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

S. N Name Vendor

51 Bottle Traps & Waste fittings ESSCO / ORIENT / SOMA

52 Vitreous China Pottery-Ware Hindustan / Parryware / CERA / NEYCER

53 Plastic Seat Cover Parryware, Patel, Barbie, Marshel or equivalent

54 Stainless Steel Sinks Oriental / Suhag / AMC / NIRALI / DIAMOND


Polysterine & FRP Low level Everlas / Flushflo / Easy Flo-Challenger /
55
Cistern Champion
Commander / Marvel
56 Tower Rail Metro, Parko, ARK, Soma, Essco, Chilli or equivalent

Cast Iron : IS Approved, CP Brass Fitting : Chilli


56 Floor Trap
PVC: Prince, Kishan

Brass Float Valves with Copper


57 Orient, Leader, Chilli or equivalent
Floats
Nimco Prefab / KK Manholes / Allied Engineers or
58 Kerb Stone / Duct Slab
equivalent

220
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

LIST OF APPROVED VENDORS FOR MECHANICAL ITEMS

Sr. No. Item Vendor

LG Electronics India Pvt. Ltd / Blue Star Limited / Fedder


1 Air Conditioner
Lloyd Corporation Ltd. / Voltas Ltd.
2 Water Coolers Blue Star Limited / Voltas Limited
3 Water Purifier Eureka Forbes Ltd.
ELGI / Ingersoll-Rand(India) Ltd. / Crompton-Greaves /
Anest- Iwata Motherson Ltd. / KAC Equipments Co./ Atlas
4 Air Compressor
Copco (India) Ltd. / Chicago Pneumatic / Kirloskar
Pneumatic Co. Ltd

Instrument Research Associates Pvt. Ltd. / ELGI


5 Tyre Inflator Equipments Ltd. / Protech / KAC Equipments / Manatech
Electronics / Sunrise Systems & Instruments / PCL-SUMO

6 Pumps

Sulzer Pumps / Mather And Platt / Kirloskar Brothers Ltd. /


6.1 Centrifugal Pumps
KSB pumps / Crompton-Greaves

ROTODEL / Tushaco Pumps Ltd. / Stephenson Pumps /


6.2 SPX Flow Technology (India) Pvt. Ltd./ Hydro Prokav
Rotary Gear Pumps
Pumps (India) Pvt. Ltd / Delta PD Pump Pvt Ltd.

Suzler / Kirloskar / KSB Pumps / Associated Engineers


6.3 Submersible Pumps
(Marley Pumps) / Crompton / Batliboy / Tullu

7 Smoke Meter ELGI / Netel Chromatograph


8 Grease Pumps ELGI
9 Wheel Balancer ELGI
10 Exhaust Gas Analyser ELGI
11 Leak Detector Marketing Engineers

12 Doping Material STP Ltd. / Tiki Tar Industries Ltd. / Fosroc

13 Wraping & coating STP Ltd. or equivalent

221
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

Alliance Fittings / Inter Tech Fittings / Teekay Tubes /


Super Forge / Tube Product Incorporates / Siddharth
14 Pipe Fittings Forgings / Bharat Forge / Jai Ambhe Engg Works / Perfect
Services / Gautam Industries / Balaji Industries / DRP
Melleable, Fit-well Ind.

Gujarat Otofilt / Superflow Filters Pvt. Ltd. / Procedyne /


15 Strainers Steel Strong / BDK / Varall / Grand Prix / Uniklinger /
Greaves / OCK Engineers / Venus Pump & Engg.Works

Saw Pipes Ltd. / TATA / Jindal / Zenith / Surendra


16 Pipes ( GI / MS )
Engineering / Surya Roshni

Venus Fittings & Valves (P) Ltd., / Metal Forgings, Ferrous


Alloys, Sumit Forgings, Tube Product Incorporates, Jai
17 Flanges ( GI / MS )
Ambe Engg Works, Punjab Steel Works, MS Flange Mfg
Co, Super Forge, Gayatri Forge

Leader Valves Ltd. / AUDCO (L & T) / NECO / VIRGO /


All Types of Valves (Check
18 BDK / KSB / HAWA / BHEL / ZOLOTO / Steel Strong
valve, Gate Valve etc.)
Valves(I) Ltd. / SANT / Syall
19 PV Valves OPW, South Point, Pentatech or equivalent
20 Bolts / Nuts Hardwin Fasteners / TVS / UNBRAKO / GKW
Champion Jointings Ltd. / Hindustan Composites /
21 Gaskets
Telborite
H. Guru / Oasis / A.N. Inst. / Manometer / General
22 Pressure Gauge
Instruments / FIEBIG

ESAB, Advani, Orlekons, D & H Sechron Electrodes Ltd,


23 Welding Electrodes D & H Sechron Electrodes (India) P Ltd, Honavar
Electrodes Ltd, Mailam Metallogen, GEE Limited, Maruti

Tank Inventory Monitoring


24 TATSUNO / Associated Engineers (Marley Pumps)
System
Amiantit Fibre Glass Industries Pvt. Ltd. / Graphite India
25 FRP Tanks Ltd., / Sintex Industries Ltd., / Ruia Chemicals Pvt. Ltd. /
Beluga Tanks India Pvt. Ltd.

26 Rubber Hose Pipe Markwell / GATES / Swastik / Dunlop

222
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

LIST OF APPROVED VENDORS FOR ELECTRICAL ITEMS

SR. ITEM DESCRIPTION VENDORS


NO
Cable Corporation of India / RPG Cables ( formerly Asian
1.1KV Power & Control
1 Cables Limited) / Universal cables / Havell‟s / Polycab /
cables
Finolex / NICCO / Fort Glouster/ Siemens
Baliga / Sudhir Switchgear / FCG / Flexpro / Comet /
2 Flame proof cable glands
Gripwell
Raycham, M Seal, Super Seal or equivalent (as approved
3 Cable Jointing Kit
by Indian Oil)
PDB / LDB / SP / TPN / MCB / Siemens / Havell‟s / MDS- Legrand / Indo kopp / Datar /
4 ELCB/ MPCB (Motor Switchgear / L & T / Schnider / Hager / Sprecher + Schuh
Protection Circuit Breaker) or equivalent

Siemens / Havell‟s / Crompton / GE Power Controls / L &


5 MCCB
T / Indo kopp / Schnider

6 Normal lighting fixtures, lamps Philips / Crompton / Bajaj / Wipro / Havell‟s

7 Electronic ballast Philips / Wipro / Crompton / Havell‟s


Flame proof lighting
8 Baliga / FCG / Sudhir switchgear / Flexpro / Havell‟s
fixtures
9 Flame proof enclosures Baliga / FCG / Sudhir switchgear / Flexpro / Havell‟s
Switch fuse units, Fuses,
GE Power controls / Siemens / L & T / Havell‟s / Halonix /
10 Switches, Changeover
Indo-Kopp / MDS legrand
Switches, Current Transformer
Anchor (ROMA) / M.K / LG / Siemens / Halonix /
11 Decorative Switches, Sockets
Havell‟s / North- West / Crabtree / MDS-Legrand
12 PVC & FRLS PVC wires Anchor / Finolex / Havell‟s / Polycab
13 PVC/M. S /G. I. Conduits BEC / B.I. ./ Prakash / VIP / Universal / Avon Plast
14 Telephone Cable Doorvani, Delton, Finolam, Havells or equivalent
Ceiling /exhaust Crompton / Havell‟s / GEC / Orient / USHA / Bajaj /
15
fans/Bracket Mounted fans Alstom / Khaitan
Contactors with Thermal
16 Siemens / L & T / Schnider / ABB / Havell‟s
Overload relays

223
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

17 Push button Stations L & T / Pustron / Tricect Power / Havell‟s / Halonix

18 Motors/Flameproof Motors Bharat Bijlee / Crompton / NGEF / Kirloskar / Siemens


19 Lugs Dowells / Jainson / Havell‟s / Halonix
20 GI Cable Trays Indiana / Sadhana / Reliance / Steelite / Havell‟s
Siemens / Universal / Havell‟s / L & T / GE Power / Shakti
21 LT Capacitors
/ Khatau Junkar
Crompton / Bharatia Cutler Hammer / MDS-Legend /
22 Industrial Socket Outlets Havell‟s / Halonix
/ Halonix
23 Terminal Blocks Wago / Connectwell / Elemex / Havell‟s / Halonix
Phillips India Ltd. / Bajaj Electricals Ltd. / R.S. Vibrotech
Lighting Poles for outdoor
24 Engineers Pvt. Ltd./ Bombay Tubes & Poles / National
lighting
Electric Poles / Ventura / Crompton
Sealed Maintenance free
25 Amara-Raja / Exide / Amco / Amaron / Okaya
Battery
Water Storage Heaters
26 Venus / Spherehot / Bajaj Racold
(ELECTRIC)
27 Current Transformer AE / Rishab / C & S
AE / GEC / L & T / IMP / Rishab / Kaycee / Salzer or
28 Volt Meter / Ammeter
equivalent
Technik / Phillips / Crompton / Bajaj / Wipro / Goldwyn or
29 LED
equivalent
Selector Switch / Auto Manual
30 Kaycee / Salzer or equivalent
Switch
Powerica Ltd. / Greaves Ltd. / Kirloskar / Eicher Engines /
31 D.G. Sets Mahindra- Power / Crompton / Cummins / Jacksons /
Sudhir
32 Fire Extinguisher Ceasefire, Safex, Firetak or equivalent
Servo controlled stabilizer/ Logicstat, Jindal, AE, Bhurji, Spectron, Power Tech or
33
CVT equivalent

NOTE:
ANY EQUIVALENT MAKE BEFORE USING/INSTALLATION AT SITE, SHALL BE
GOT APPROVED BY AUTHORISED REPRESENTATIVE OF INDIANOIL IN WRITING,
WITH COST BENEFITS (if any) TO BE PASSED ON TO INDIANOIL BY THE
CONTRACTOR.

224
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

MODEL PROFORMA FOR JOINT PERFORMANCE WARRANTY FOR PAINTING WORKS


FOR____________ 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.”

225
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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 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 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 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 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 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 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 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 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 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 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:

226
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

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

WITNESS: “CONTRACTORS” SIGNATURES

1. SIGNATURES TENDERER‟S SIGNATURES


(FIRST CONSTITUENT)

NAME:

ADDRESS: SEAL

2. SIGNATURES PAINT MANUFACTURER‟S

227
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

SIGNATURES
NAME: (SECOND CONSTITUENT)

ADDRESS: SEAL

228
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

CHAPTER-42
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 Corporation) having awarded work
order no.--------- dated -------- on M/s. --------------- having its registered office at ------
(hereinafter called 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 up on 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. ----------
(Rs. --------------) 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 ----(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 up to 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 up on the Bank made up to the midnight of -
--------- provided that the bank shall up on written request of the Corporation made up on 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

229
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

guarantee shall automatically stand extended by a further 6 (SIX) months upon such request
by the Corporation.
4. The Corporation shall have the fullest liberty without reference to the Bank and
without affecting in anyway the liability of the Bank under this guarantee/ undertaking, at
any time and/ or from time to time to amend or vary the Work order and / or any of the terms
and conditions thereof or to extend time for performance of the said work order in whole or
part or to postpone for any time and/ or from time to time any of the obligations of the
Contractor and/ or the powers or remedies exercisable by the Corporation against the
Contractor and either to enforce or forebear from enforcing any of the terms and conditions
of or governing the said work order available to the Corporation or any of then 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 r unrealized.
6. The amount stated by the Corporation in any demand, claim or notice made with
reference tot his guarantee 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

230
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

constitution of the Contractor or the Bank or the Corporation shall not discharge the Bank‟s
liability hereunder.
9. Without prejudice to any other mode of service, a demand or claim or other
communication may be transmitted by fax. If transmitted by fax, the transmission shall be
complete as soon as acknowledged by bank.
10. Notwithstanding anything contained herein :
a.The Bank‟s liability under this guarantee/undertaking shall not exceed (Amount in figures
and words) :
b. This guarantee/undertaking shall remain in force upto ______________and any
extension(s) thereof; and

c.The Bank shall be released and discharged from all liability under this
guarantee/undertaking unless a written claim or demand is issued to the bank on or
before _______ or the date of expiry of any extension(s) thereof if this
guarantee/undertaking has been extended.
d. This bank doth hereby declare that Shri ________________________(Name of the
person signing on behalf of the bank) who is _______(his designation), is authorized to
sign this undertaking on behind the Bank hereby.

Dated this ___________day of _________201 .

Yours faithfully,

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

231
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

DOs and DONTs


For Construction site
DOs
1. Before commencement of work give sufficient input to the workers on safety
requirement of the job.
2. Use personal protective equipment (safety belt, safety shoes, safety helmet etc) at
construction . Safety belts (ISI approved) must be used when working at heights
above 3 m height .
3. Keep the site clean from all unwanted materials and properly store the equipment
for easy access. .
4. Keep the visitors away from the construction site. .
5. Use safety net whenever required.
6. Keep fire fighting equipment handy at site.
7. Keep the escape route clear
8. Provide adequate lighting at site.
9. Use electrical hand tools with double insulation or fitted with ELCB protection.
10. Maintain safe angle of repose while excavating pit exceeding 1.5M depth. (45).
11. Suitable bench of 0.5 M width at every 1.5 M depth of excavation in all soils to be
provided expect in case of hard rock or proper shuttering and shoring .
12. Necessary steps to be provided for escape.
13. Protect the neighbouring structure from collapse where excavation is planned.
14. Take adequate precaution for underground utility lines (cables, sewers) before
carrying out excavation.
15. Make necessary arrangement for de-watering of the pit .
16. Ensure Mechanised excavator is operated by well-trained experienced operator.
17. Ensure the wheel / belt of the excavator are suitably jammed to prevent accidental
movement.
18. Ensure use of metallic scaffolding designed for their maximum load.
19. Check for any overhead electric wire running over the construction site. If exist,
ensure the same is de-energised.
20. Cordon off the excavated pit with proper red and white band / caution board.
21. Provide suitable rubber mat around electrical panels/switches.
22. Provide First Aid kit with proper medicine at the site.
23. Openings of manholes etc should be kept in close condition.
232
INDIAN OIL CORPORATION LTD
Tender No. WRCC/2019-20/LT/07
Marketing Division,
Western Region, Mumbai
Realignment/ augmentation of mechanical facilities i.e. Tank nozzles, pipes in
tank farm, pump house, TLF pipes, supply & installation of pumps and allied
SUBJECT:
facilities for handling Marpol Grade FO (380 Cst) at Sewree-1 Terminal under
MSO

24. Cordon off the area where field radiography is carried out.
25. Ensure all electrical connections, water connections etc have been cut off before
start of demolition.
26. Use 24 Volt FLP lamp fitting only for illumination inside confined space.

DONTs
1. Do not start any work without presence of contractor’s skilled supervisor.
2. Do not wear loose clothing while working near rotating machine or working at
height
3. Do not keep inflammable material, waste and debris near the construction site.
4. Do not carry out hot work where inflammable materials are present and also while
carrying out painting job.
5. Do not keep the excavated earth within 1M of the edge of the pit.
6. Do not allow vehicles within 2 M distance from the edge of the pit.
7. Do not allow personnel to come within 1 M of extreme reach of the mechanical
shovel.
8. Do not exceed safe working load marked on lifting equipment.
9. Do not use unamoured electric cable in construction site.
10. Do not allow electrician without license for carrying out electrical job.
11. Do not use bare wire ends in the socket.
12. Do not use temporary electrical connection.
13. Do not use barrels, boxes, loose bricks etc as working platform
14. Do not allow welding work if the welder is not in ‘Dry’ condition and not wearing
protective goggles / face shield.
15. Do not start the job without proper work permit.
16. Do not keep any load / equipment near the edge of excavated pit.
17. Do not enter the confined space such as empty product tank without proper safety
checks and in absence of competent persons.
18. Do not demolish any structure without initial survey and formulating the method
of demolition
19. Do not keep the lighted gas torch left unattended.
20. Do not throw or drop material / equipment from height.

NOTE : The above list of Do’s and Don’ts broadly cover the requirement with and aim to highlight
specific points related to safety. This does not override the details mentioned in the contract in
addition to the OISD 192 Guidelines / other safety requirement mentioned therein and included in
the GCC.

233

Вам также может понравиться