Beruflich Dokumente
Kultur Dokumente
BAHADURGARH TIKRIKALAN
PIPELINE PROJECT
BID DOCUMENT
FOR
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8”
DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS
AND ASSOCIATED FACILITIES FOR BAHADURGARH
TIKRIKALAN PIPELINE
MECON Limited
(A Government of India Enterprise),
15th Floor, North Tower,
SCOPE Minar Laxmi nagar
District centre, Delhi-110092
Hindustan Petroleum Corporation Ltd.
(A Government of India Enterprise)
BAHADURGARH TIKRIKALAN
PIPELINE PROJECT
BID DOCUMENT
FOR
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8”
DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS
AND ASSOCIATED FACILITIES FOR BAHADURGARH
TIKRIKALAN PIPELINE
VOL I OF IV (COMMERCIAL)
--------------------------------------
--------------------------------------
--------------------------------------
--------------------------------------
Issued by:
DGM (Contracts)
MECON Limited
(A Government of India Enterprise),
15th Floor, North Tower,
SCOPE Minar Laxmi nagar
District centre, Delhi-110092
TABLE OF CONTENTS
Technical Specifications
IX Section 9
Attached separately as Vol II of IV, III of IV & IV of IV
X
Section 10 Price Schedule
Electronic digitally signed & sealed (encrypted) e-tender are invited under two bid system as per
details given below:-
A: TENDER NO. 9000203-HD-10002 (05/51/23LK/HPCL/001 (i))
TENDER FOR CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8”DIA X 15 KM (APPROX.) STEEL
PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
PROJECT, HPCL
DGM (Contracts)
MECON Limited, Delhi
NOTICE INVITING TENDER (NIT) – NATIONAL COMPETITIVE BIDDING
BID DOCUMENT NO9000203-HD-10002 (05/51/23LK/HPCL/001 (i))
TENDER FOR CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8”
DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS
AND ASSOCIATED FACILITIES
FOR BAHADURGARH TIKRIKALAN PIPELINE PROJECT
MECON Limited, Delhi on behalf of M/s. Hindustan Petroleum Corporation Limited (HPCL),
invites sealed bids under two bid system FOR CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) &
8”DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR
BAHADURGARH TIKRIKALAN PIPELINE PROJECT, HPCL
M/s Hindustan Petroleum Corporation Limited proposed to lay 2 parallel pipeline from proposed
dispatch station inside existing Bahadurgarh Terminal in Haryana to Tikarikalan, Delhi
Border).Three petroleum products namely ULSHSD, ULMS & SKO from existing storage tank
will be transported through these pipelines. Both the pipeline i.e 8” x 15 km (approx) for
transporting ULMS & 10” x 15 km (approx) for transporting ULSHSD / SKO will be laid in the
same trench.
xii) The job involves all activities of Mainline Laying including road, canal,
river, railway crossings alongwith associated terminal works including
installation of pumps & metering facility, Mechanical, Civil &
Structural, Architecture, Electrical, Instrumentation, SCADA and
Telecommunication works.
xiii) Supply of all materials under scope of supply except the free issue
items.
3.1 Financial:
The minimum annual turnover achieved by the bidder as per their audited financial
results in each of the three preceding financial/calendar years ending with 31-03-09.
(2006, 2007 & 2008 for companies having financial year ending in December or
2006-07, 2007-08 & 2008-09 for companies having financial year ending other than
December) shall be Rs.28.0 Crores.
3.2 Technical
3.2.1 Bidder should have carried out and completed all of the following, within last seven
years reckoned from 30-11-09
AND
ii) Installation, testing & commissioning of Station Piping and mechanical equipments in
petrochemical or hydrocarbon installations with owner supplied material and or
contractor supplied material.
AND
3.2.2 Bidder during the last seven years reckoned from 30-11-09, shall have carried out
and completed similar work as under:
a. Three similar completed works, each costing not less than Rs.6.56 Crores.
OR
b. Two similar completed works, each costing not less than Rs.8.2 Crores.
OR
c. One similar completed work costing not less than Rs.13.12 Crores
Note: Similar works shall mean Laying, testing & commissioning of cross country hydrocarbon
pipeline OR Installation testing and commissioning of Station Piping works in
oil/Petrochemical industry OR Composite works comprising of Mechanical, electrical &
instrumentation works in hydrocarbon industry.
3.3 WHO CAN BID: Parties who are affiliates of one another can decide which Affiliate
will make a bid. Only one affiliate may submit a bid. Two or more affiliates are not
permitted to make separate bids directly or indirectly. If 2 or more affiliates submit a
bid, then any one or all of them are liable for disqualification. However up to 3
affiliates may make a joint bid as a consortium, and in which case the conditions
applicable to a consortium shall apply to them. “Affiliate” of a Party shall mean any
company or legal entity which:
(b) A newly formed incorporated joint venture (JV) which has not completed 3
financial years from the date of commencement of business.
3.3.2 Fulfilment of Eligibility criteria and certain additional conditions in respect of each of
the above 4 types of bidders are stated below, respectively:
(a) The sole bidder (including an incorporated JV which has completed 3 financial
years after date of commencement of business) shall fulfil each eligibility
criteria.
(b) In case the bidder is a newly formed and incorporated joint venture and
which has not completed three financial years from the date of
commencement of business, then either the said JV shall fulfill each eligibility
criteria or any one constituent member/ promoter of such a JV shall fulfill
each eligibility criteria. If the bid is received with the proposal that one
constituent member/ promoter fulfils each eligibility criteria, then this
member/promoter shall be clearly identified and he/it shall assume all
obligations under the contract and provide such comfort letter/guarantees as
may be required by HPCL. The guarantees shall cover inter alia the
commitment of the member/ promoter to complete the entire work in all
respects and in a timely fashion, being bound by all the obligations under the
contract, an undertaking to provide all necessary technical and financial
support to the JV to ensure completion of the contract when awarded, an
undertaking not to withdraw from the JV till completion of the work, etc.
(c) In case the bidder(s) is/are a consortium (including an unincorporated JV),
then the following conditions shall apply:
(d) In case the bidder is an Indian arm (subsidiary, authorized agent, branch
office or affiliate) of a foreign bidder, then the foreign bidder shall have to
fulfill each eligibility criteria. If such foreign company desires that the contract
be entered into with the Indian arm, then a proper back to back continuing
(parent company) guarantee shall be provided by the foreign company clearly
stating that in case of any failure of any supply or performance of the
equipment, machinery, material or plant or completion of the work in all
respects and as per the warranties/ guarantees that may have been given,
then the foreign company shall assume all obligations under the contract.
Towards this purpose, it shall provide such comfort letter/guarantees as may
be required by HPCL. The guarantees shall cover inter alia the commitment of
the foreign company to complete the entire work in all respects and in a
timely fashion, being bound by all the obligations under the contract, an
undertaking to provide all necessary technical and financial support to the
Indian arm or to render the same themselves so as to ensure completion of
the contract when awarded, an undertaking not to withdraw from the
contract till completion of the work, etc.
5.1 The entire work shall be completed as per completion schedule provided in Bid
Document.
6.0 GENERAL:
6.1 No extension in the bid due date shall be considered on account of delay in receipt of bid
document by mail.
6.2 Bidder can download the Bid Document from HPCL’s Website
http://www.hindustanpetroleum.com or MECON’s website
(www.meconlimited.co.in). However, the Bids have to be submitted online in e-
Procurement site of HPCL only. Bid submitted in any other form would not be
accepted.
6.3 HPCL / MECON will not be responsible for cost incurred in preparation and delivery of bids,
regardless of the conduct of outcome of the bidding process.
6.4 HPCL / MECON reserve the right to reject any or all the bids received at its discretion without
assigning any reason whatsoever.
6.5 Bids received after stipulated due date and time, due to any reasons whatsoever including
postal delays, will not be considered.
6.6 HPCL / MECON will follow purchase and price preference policies as per prevailing guidelines
of Government of India.
6.7 EMD (original instrument: DD/Pay order/ Banker’s Cheque or Bank Guarantee) should be kept
in separate envelope (superscribed with tender number, job & due date) and should be
deposited by tender due date / time, in the tender box provided in the office at MECON, Delhi
at the address provided above. While submitting the bid on-line, bidders would be required to
upload the scanned copy of EMD instrument (DD / pay order / banker’s cheque or bank
guarantee) or EMD exemption document ( self declaration in case of Public sector
undertaking or copy of valid registration certificate in case of units registered with NSIC) at
the place provided for the same.
For submitting the bid on-line it would be mandatory for bidders to obtain digital certificate
(which will enable data encryption as well as digital signing). For information regarding digital
certificate, bidders may visit http://www.cca.gov.in. For submitting the bid online, bidders are
advised to follow the step by step procedure given under the link “Vendor Instruction Manual”
at website http://eproc.hpcl.co.in. In case bidders are unable to access the site
http://eproc.hpcl.co.in they may contact at Phone: (022) 32444300, or 9987715722 (Ms.
Soumya) at Mumbai on all working days during office hours.
v) HPCL will not be responsible for the cost incurred in preparation and submission of
bids including the cost of digital certificate, regardless of the conduct of outcome of
the biding process.
vi) HPCL shall not be responsible for any expenses incurred by bidders in connection
with the preparation & submission of their bids, site visit and other expenses incurred
during bidding process.
vii) Fax/e-mail bids shall not be accepted.
viii) HPCL reserves the right to accept or reject any one or all the tenders without
assigning any reason.
ix) The evaluation of this tender is lowest delivered cost basis. HPCL shall not be bound
to accept the lowest tender and reserves right to accept any or more tenders in part.
Decision of HPCL in this connection shall be final.
x) Hindustan Petroleum Corporation Ltd (HPCL) has developed the “Grievance Redressal
Mechanism" to deal with references / grievances if any that is received from parties
who participated/ intends to participate in the Corporation Tenders. The details of the
same are available on this website.
HPCL will follow the purchase preference and price preference policy as per prevalent
guidelines of Govt. of India.
REQUEST FOR QUOTATION
Gentlemen,
MECON Limited on behalf of HPCL invites you to submit bid under national competitive
bidding for the above work in complete accordance with the Bid Documents / Attachments.
IMPORTANT NOTE :
BIDDERS ARE REQUESTED TO NOTE THAT ORIGINAL BID SECURITY (EMD AMOUNT)
SHOULD PHYSICALLY REACH US AT BELOW MENTIONED ADDRESS BEFORE DUE
DATE & TIME OF TENDER:
DGM (CONTRACTS), MECON Limited, 15th Floor, North Tower, Scope Minar, Laxmi Nagar
District centre, Delhi – 110092. Tel: 0091–11– 22401129; Fax: 011-22041214/22401203
IF ORIGINAL BID SECURITY (EMD AMOUNT) DOES NOT REACH OUR OFFICE BEFORE
DUE DATE & TIME OF TENDER, BIDDERS OFFER WILL BE OUTRIGHTLY REJECTED.
3.0 Owner reserves the right to allow Price Preference to Domestic Bidders and Purchase
Preference to Public Undertakings as admissible under the prevailing policy.
4.0 HPCL/ MECON reserve the right to reject any or all the bids.
IMPORTANT:
Yours faithfully,
for and on behalf of
Hindustan Petroleum Corporation Limited
DGM (Contracts)
MECON Limited,
Delhi
IMPORTANT:
Please specify Bid Document Number in all your correspondence.
E – TENDER TERMS / INSTRUCTIONS TO BIDDERS
Bidders are required to submit offer in Two parts, namely “Unpriced” &
“Priced”.
6) Validity
Quoted prices shall be valid for a period of 120 days from the due date
/ extended due date for the placement of order.
7) Bidders shall be required to arrange all resources, including Digital IDs and
Internet Connections at their own cost, for participating in online tenders at
HPCL e-Procurement site http://eproc.hpcl.co.in.
9) HPCL will not be responsible for the cost incurred in preparation and
submission of bids including the cost of digital certificate, regardless of the
conduct of outcome of the biding process.
! $ %& '
(
) *
+ * ( ,- $ $ # *
.
* / %
) % $ 0'
#
( " 1
% . #
"# $ % & ' (&) *& $+
(,( + "$ *-+ $ ( +&) * )&()& +")$
+ %& - )*- . $ # ))& -"& (/ /
&) #)&+ * 0 "'122 223/
) * + * ( ,- $
. $
* !) )1) #
2)$3 !
% ( #
4 * ! (
% %
* 0' .
) * 0'
# * * ( ,- $
#
0 # ( . # #
"
Units registered under NSIC are entitled to exemption from payment of
earnest money, fee for tender documents and security deposit for
performance up to specified limits of volumes.
55 0 4 4 /
) % (
#
( # # ( (
( *
"
13) Request for extension of tender submission due date, if any, received
from bidders within 72 hours of tender submission due date / time,
shall not be considered.
15) Please note that queries related to scope of job, tender specifications,
terms & conditions etc should be submitted on –line only (by logging in
at http://eproc.hpcl.co.in) by the query end date / time specified in the
tender consolidated view / NIT view/ tender calendar. The reply of
queries sent by bidders/ messages issued by HPCL pertaining to tender
shall be available on tender message borad. HPCL, at its sole discretion,
may not entertain the queries sent by post / fax/ e-mail or through any
other mode of communication.
16) Tender opening (unpriced bid as well as priced bid) will be done online at the
time and dates specified in the tender. Vendors who have responded to the
tender are requested to login at the specified date and time at HPCL e-
procurement website (http://eproc.hpcl.co.in) for witnessing the tender
opening (unpriced bid as well as priced bid in case of technically accepted
vendors).
17) HPCL reserves the right to accept any tender in whole or in part or reject any
or all tenders without assigning any reason. HPCL reserves right to accept
any or more tenders in part. Decision of HPCL in this regard shall be final
and binding on the bidder.
18) HPCL shall follow Purchase Preference / Price Preference as per prevailing
guidelines of Government of India.
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS
INDEX
ARTICLE SR.
DESCRIPTION
NO.
1.0 COST OF BIDDING
2.0 BID DOCUMENT
3.0 SEALING & MARKING OF BIDS
4.0 AMENDMENT OF BID DOCUMENT
1.1 The bidder shall bear all costs associated with the preparation and submission of the
bid, and Hindustan Petroleum Corporation Limited (HPCL) / MECON Limited
(MECON), will in no case, be responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.
2.1 The bidder is expected to examine all instructions, forms, terms and specifications in
the bid document. The Invitation for Bids (IFB) together all its attachments thereto,
shall be considered to be read, understood and accepted by the bidder, unless
deviations are specifically stated seriatim by the bidder. Failure to furnish all
information required by the bid document or submission of a bid not substantially
responsive to the bid document in every respect will be at bidder's risk and may
result in the rejection of his bid.
2.2 The bidder’s scope of work as specified in the Technical Specification shall be in strict
compliance with the scope detailed therein and in the bid document.
3.7 Public Sector Enterprises and Firms registered with NSIC are exempted from
submission of Bid Security. Public Sector Enterprises are requested to give a self
declaration on their letter head to this effect, which should be submitted in a sealed
envelope marked as Part -I as mentioned in Cl no. 3.1.1 above.
3.8 Bidders registered with NSIC are also requested to submit self declaration on their
letter head to this effect alongwith a copy of their Valid Registration certificate,
specifying limit of volume and other details which should be submitted in a separate
sealed envelope no. 1 marked as Part – I as mentioned in Cl no. 3.1.1 above.
3.9 Bid Security strictly in the proforma attached with these documents shall be
submitted in Original . Bids received without original bid security, shall not be opened
for evaluation.
4.1 At any time prior to the bid due date, the Owner/ Consultant may, for any reason,
whether at its own initiative or in response to a clarification requested by a
prospective Bidder, modify the Bid Document.
4.2 The amendment will be notified in writing to all prospective Bidders who have been
issued the Bid Document and will be binding on them.
4.3 In order to afford prospective Bidder, reasonable time in which to take the
amendment into account in preparing their bids, the Owner/ Consultant may, at its
discretion, extend the bid due date.
6.1 The bid prepared by the Bidder shall comprise the following components:
UNPRICED BID
e. Price Schedule (with Price figures blanked) completed in accordance with the
requirements specified in the bid document.
g. Declaration with the bid qualification criteria that bidder has not been banned
or delisted by any Government or quasi Government agencies or PSU's as per
Section-7 of the Bid Document.
j. One set of tender document duly stamped and signed on each page as a
token of acceptance.
k. For the Instrumentation Works the Contractor shall submit a MOU entered
with Instrumentation party who have carried out instrumentation works of
this magnitude in hydrocarbon industry during the last 7 years.
PRICED BID :
Bidder shall list all the deviations in the following given format only. Bidder may stipulate exceptions
and deviations to Bidding Document, if considered unavoidable as per the following format:
void
9.1 Bids shall be submitted online at e-procurement site of HPCL. Owner/ consultant
shall be not responsible for Bids submitted at any other office of Consultant or the
Owner.
9.2 Documents mentioned in the Bid Document shall be submitted along with the bid by
the Bidder.
9.3 Addenda/Corrigenda to the Bid Document, if issued, must be signed and submitted
along with the bid.
9.4 Bidders are advised to submit bids based strictly on the terms & conditions and
specifications contained in the Bid Document and not to stipulate any deviations.
9.5 Each Bidder shall submit only one bid. A Bidder who submits more than one bid
alternative bids will be rejected.
10.1 Bids must be received online by the Consultant/HPCL as specified in the Notice for
Bids (IFB) not later than the date and time specified in the Bid Document.
10.2 The Consultant may, at its discretion, on giving reasonable notice by letter/fax/e-
mail, or any written communication to all prospective Bidders who have been issued
the bid documents, extend the bid due date, in which case all rights and obligations
of the Owner/ Consultant and the Bidders, previously subject to the bid due date,
shall thereafter be subject to the new bid due date as extended.
11.1 Bids shall be kept valid for 120 days from the final bid due date. A bid valid for a
shorter period shall be considered as non-responsive and rejected by the
Owner/Consultant. The Bidder shall not be entitled during the said period of 120
days, without the consent in writing of the Owner/Consultant to revoke or cancel its
bid or to vary the bid given or any term thereof. In case of Bidder revoking or
canceling its bid without the consent of the Owner in writing, the Owner shall forfeit
the Bid Security furnished by Bidder.
11.2 Notwithstanding above, the Owner/Consultant may solicit the Bidder’s consent to an
extension of the period of bid validity. The request and the responses thereto shall
be made in writing. The bid security shall also be accordingly extended.
12.1 Any bid received by the Consultant after the bid due date and time prescribed in IFB
will not be opened and shall be rejected.
12.2 Telex/ Telegraphic/ Telefax/ E-mail offers will not be considered and shall be
rejected.
No bid shall be allowed to be withdrawn in the interval between the deadline for
submission of bids and the expiration of the period of bid validity specified by the
Bidder. Withdrawal of a bid during this interval shall result in the forfeiture of
Bidder’s bid security.
14.3.1 Only those bids who meet the qualification criteria, and are technically/commercially
acceptable shall be qualified for opening of Priced bid (Envelope 2) at a later date,
informed in advance.
15.1 The Consultant will examine the bids to determine whether they are complete,
whether any computational errors have been made, whether the documents have
been properly signed and whether the bids are generally in order.
15.2 The bids without requisite Bid Security and/or not in the prescribed proforma will not
be considered and bids of such Bidder(s) shall be rejected.
15.3 Qualification of Bidder: The experience details and financial, technical capabilities of
the Bidders shall be examined to determine whether the Bidder(s) meet the
Qualification Criteria mentioned in the Notice Inviting Tender (NIT).
15.4 To assist in the examination, evaluation and comparison of Unpriced bids, the
owner/Consultant may, at its discretion, ask the Bidder clarifications on the bid. The
request for such clarifications and the response thereto shall be in writing.
15.5 Prior to the evaluation and comparison of the bid, the Owner/Consultant will
determine the substantial responsiveness of each bid to the bidding documents. For
the purpose of this Article, a substantially responsive bid is one, which conforms to
all the terms and conditions of the bidding document without material deviations or
reservations. The Owner’s/Consultant’s determination of a bid responsiveness is to
be based on the contents of the bid itself without recourse to the extrinsic evidence.
Bidder’s Bid shall be considered non-responsive and rejected, if deviations are taken
to the under mentioned provisions of Bid Documents by the Bidder: -
Definitions:
16.1 Bids that do not meet the qualification criteria as specified in the bid document shall
be rejected.
16.2 A bid with incomplete scope of work and/or which does not meet the technical
requirements as specified in the bid document shall be considered as nonresponsive
and rejected.
16.3 Price must be furnished in the Price Schedule format enclosed and shall be strictly
based on the terms specified under "Bid Prices" & "Taxes & Duties" specified in the
bid document. Non-compliance of this requirement shall make the bid liable for
rejection.
17.1 The Consultant will evaluate and compare bids previously determined to be
substantially responsive pursuant to the provisions of the bid document.
If there is a discrepancy between the unit price and the total price that is obtained
by multiplying the unit price and quantity, the unit price shall prevail and the total
price will be corrected. If there is a discrepancy between the total amount and the
sum of total prices, the sum of the total prices shall prevail and the total bid amount
will be corrected.
17.3.1 Owner/Consultant reserves the right to allow purchase preference to Public Sector
Undertaking / Enterprises and Purchase / Price preference to SSI units registered
with NSIC as admissible under the existing policies of the Government of India.
To make the grant of price preference more meaningful, price preference should be
accorded on a tender to tender basis. The question of granting price preference will
not arise in the following situations:
1. Where the Small Scale Unit had succeeded in securing orders for same items,
in competition (i.e. without price preference) with the large scale units during
the preceding 12 months. For this purpose the SSI Unit will be required to
give a declaration in writing in case they have obtained orders on the above
lines.
2. Where Small Scale Unit is lowest for some items without price preference and
lowest for other items with price preference. (In such case, order for items
where SSI is lowest with price preference will be placed only if SSI matches
the rates with lowest delivered rates for those items).
4. Where the items are exclusively reserved for purchase from the Small Scale
Units.
5. Where tenders are received from both Small Scale and Large Scale Units; and
the lowest offer is from the Small Scale Unit and its capacity is more than
sufficient to meet the requirement.
6. Where the value of the tender exceeds the value limit given in the certificate
produced by the SSI Unit or where the certificate does not cover the
commodity tendered for.
18.1 Subject to Article 15.4 above no Bidder shall contact the Owner/Consultant on any
matter relating to its bid, from the time of bid opening to the time the Contract is
awarded.
The Owner will award the Contract to the successful Bidder whose bid has been
determined to be the lowest evaluated, responsive bid, provided further that the
Bidder is determined to be qualified to satisfactorily perform the Contract.
20.1 Owner/ Consultant reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids, at any time prior to award of contract, without
thereby incurring any liability to the affected Bidder or Bidders or; any obligations to
inform the affected Bidder or Bidders of the ground for the Owner’s/Consultant’s
action.
20.2 The submission of any bid connected with these documents and specifications shall
constitute an agreement that the Bidder shall have no cause for action or claim,
against the Owner for rejection of his bid. The Owner shall always be at liberty to
reject or accept any bid or bids at his sole discretion and any such action will not be
called into question and the Bidder shall have no claim in that regard against the
Owner.
21.1 Prior to the expiration of period of bid validity, the Owner/ Consultant will notify the
successful Bidder in writing or by fax to be confirmed in writing, that his bid has
been accepted. The Notification of Award will constitute the formation of the
Contract.
21.2 Completion Period shall be counted from the date of notification of award (Letter/Fax
of Intent).
22.1 After the successful Bidder has been notified that his bid has been accepted, the
Owner will send to such Bidder a detailed Order incorporating all the terms and
conditions agreed between the parties.
22.2 Within 15 days of receipt of the detailed Order, the Bidder shall sign and return it to
the Owner, in token of acceptance of the Order.
SECTION 3
SPECIAL CONDITIONS OF CONTRACT
GENERAL
1.1 Special Conditions of Contract (SCC) shall be read in conjunction with the General
Conditions of Contract (GCC) also referred to as General Terms & Conditions of
Contract, Schedule of Rates, specifications of work, drawings and any other
document forming part of this Contract wherever the context so requires.
1.2 Not withstanding the sub-division of the document into these separate 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.
1.3 Where any portion of the GCC is repugnant to or at variance with any provisions of
the Special Conditions of Contract, then unless a different intention appears, the
provision(s) of the Special Conditions of Contract shall be deemed to override the
provision(s) of GCC only to the extent that such repugnancies or variations in the
Special Conditions of Contract are not possible of being reconciled with the
provisions of GCC.
1.4 Wherever it is stated in this Bidding Document that such and such a supply is to be
affected or such and such a work is to be carried out, it shall be understood that the
same shall be affected and /or carried out by the CONTRACTOR at his own cost,
unless a different intention is specifically and expressly stated herein or otherwise
explicit from the context. Contract Price shall be deemed to have included such cost.
1.5 The materials, design & workmanship shall satisfy the applicable relevant
International / Indian Standards, the job specifications contained herein & codes
referred to. Where the job specifications stipulate requirements in addition to those
contained in the standard codes and specifications, these additional requirements
shall also be satisfied. In the absence of any Standard / Specifications / Codes of
practice for detailed specifications covering any part of the work covered in this
bidding document, the instructions / directions of HPCL / MECON will be binding
upon the CONTRACTOR.
CONTRACTOR shall arrange for replacement/ repair within 48 hours. Sand shall also
be maintained dry by the CONTRACTOR with fresh supply, whenever required. Work
permit may not be issued by HPCL in the absence of above items.
1.7.2 Safety Helmets shall be provided to all the personnel employed by CONTRACTOR.
Shoes and Gloves shall also be provided in adequate number by the CONTRACTOR.
1.7.3 Safety Belts and Harnesses shall be provided by the CONTRACTOR in adequate
number for the workers working at heights
1.7.4 All Diesel driven equipment shall be provided with proper flame arrestors, Mufflers,
etc as applicable.
1.7.5 Proper earthing shall be provided for all welding equipments and generators
2. THE WORK
2.1.1 The scope of work and Scope of Supply covered in this Contract will be as described
in Scope of work for respective sections, Job Specifications, Standard Specifications,
Drawings, and Schedule of Rates etc.
2.2.2 Time is the essence of this Contract. The period of completion given includes the
time required for mobilization as well as testing, rectifications, if any, retesting,
demobilization and completion in all respects to the satisfaction of the HPCL /
MECON.
2.2.3 A programme of execution of work will be prepared by the CONTRACTOR and the
same will be reviewed and approved by HPCL / MECON. This programme will take
into account the time of completion period of the Contract.
2.2.4 Monthly / weekly execution programme will be drawn up by the CONTRACTOR based
on availability of materials, work fronts and the execution as referred to above. The
CONTRACTOR shall scrupulously adhere to the Targets / Programmes by deploying
adequate personnel, Construction Equipment, Tools and Tackles and also by Timely
Supply of required materials coming within his scope of supply as per Contract. In all
matters concerning the extent of target set out in the weekly / monthly programme
and the degree of achievement, the decision of the HPCL / MECON will be final and
binding upon the CONTRACTOR.
2.2.5 CONTRACTOR shall give every day category-wise labour and equipment deployment
report along with the progress of work done on previous day in the Performa
prescribed by the HPCL / MECON.
2.3 Measurement of Works
2.5.1 All temporary works, enabling works, including dewatering of surface and Subsoil
water, preparation and maintenance of temporary drains at the work site,
preparation and maintenance of approaches to working areas, wherever required, for
execution of the work, shall be the responsibility of the CONTRACTOR and all costs
towards the same shall be deemed to have been included in the quoted prices.
2.6.1 Detailed quality assurance programme to be followed for the execution of Contract
under various divisions of works will be mutually discussed and agreed to.
2.6.2 The CONTRACTOR shall establish, document and maintain an effective quality
assurance system as outlined in the specifications and various codes and standards.
2.6.3 Quality Assurance System plans / procedures of the CONTRACTOR shall be furnished
in the form of a QA manual. This document should cover details of the personnel
responsible for the quality assurance, plans or procedures to be followed for quality.
2.6.4 The HPCL / MECON or their representative shall reserve the right to inspect/witness,
review any or all stages of work at shop/site as deemed necessary for quality
assurance and / or timely completion of the work.
2.6.5 In case HPCL / MECON feels that CONTRACTOR's Engineer(s)/ Supervisor are.
Incompetent or insufficient, CONTRACTOR has to deploy other experienced
Engineer(s)/ Supervisor as per site requirement and to the full satisfaction of HPCL /
MECON.
2.6.6 Processing of bills for payment will be subject to compliance by the Contractor of the
instruction given by HPCL / MECON.
2.7 Leads
2.7.1 For the various works, in case of contradiction, leads mentioned in the Schedule of
Quantities shall prevail over those indicated in the Technical specifications.
Income Tax
Income Tax at the prevailing rate as applicable from time to time shall be deducted
from Contractor’s Bills as per Income Tax Act and quoted rates shall be inclusive of
this. Owner will issue the TDS(Tax Deduction at Source) Certificate.
Firm Prices
The contract price shall remain firm and fixed till the completion of work in
all respects and no escalation in prices on any account shall be admissible
to the Contractor.
The Contractors shall note that in the state of Haryana they should comply to
the provisions under BOCW Act 96, its central rule 98, BOCW cess Act 96 and
Rules 98. As per the above acts 1% cost of construction is required to be paid
for amending licence and this amount will be paid to Haryana Building and
Construction worker’s welfare Board and the same will be recovered from the
contractor.
Contractor shall register this contract under 'Works Contract Service" as
per sub clause (zzzza) of section 65(105) of the Finance Act.1994 as amended
by Finance Act, 2007. Contractor shall exercise the option of payment of
service tax either under "Works Contract (Composition Scheme for payment
of service tax) Rules, 2007" or payment of service tax based on the Valuation
under Rule 2A of the "Service tax (Determination of Value) Rules, 2006 ",
whichever results in lower incidence of service tax to the Owner.
2.8.2. Bidders shall give the Undertaking that they are not on the Holiday list of HPCL. Any
bidder found on Holiday list of HPCL will be rejected.
2.8.3. CONTRACTOR to specify the lay down area required for his working at site. HPCL has
all the rights to finalize the area allocation and the same shall be binding on the
CONTRACTOR.
2.8.4 Drilling of Bore well for construction waters shall be carried out by CONTRACTOR at
his own cost. Location of Bore Well identified within plot area by CONTRACTOR shall
be acceptable to HPCL / MECON. Bore well should be retained after completion of
work. Statutory approval for bore well drilling as necessary shall be in Contractor’s
scope.
2.8.5. The successful bidder shall provide the methodology for mobilization of all the
resources and also to provide job execution strategy to complete the job as per
scope of this Tender well within the Time Schedule Stipulated. MECON and HPCL will
review bidder strategy of job execution and on acceptance will enter into
Memorandum Of Agreement (MOA) before issuing of the final Work Order to the
successful bidder.
2.8.6. The following Insurances the contractor has to take while working in the site:
1. The Contractor has agreed to abide bythe ESI act, 1948, he has to deduct the
employees contribution, remit, file all the declarations, forms, maintain
records etc.
2. Inland transit insurance will be arranged by the contractor at his own cost.
5. Fire Insurance: The Contractor within 2 weeks after award of the contract, as
to insure the works, plant and equipment etc until the completion of the
contract against loss or damage by accident, fire or any other cause with
insurance company duly approved by HPCL / Consultant.
3. ROYALTY
3.1 Royalty
3.1.1 All royalties etc., as may be required for any Borrow Areas, including right
of way etc., to be arranged by Contractor shall be deemed to have been
included in the quoted prices.
.
3.1.2 CONTRACTOR's quoted rates should include the royalty on different applicable items
as per the prevailing State Government rates. Any increase in prevailing rate of
royalty shall be borne by the CONTRACTOR at no extra cost to the HPCL / MECON.
4.1.1 The CONTRACTOR shall strictly comply with the provisions of Employees Provident
Fund Act and register himself with Regional Provident Fund Commissioner (RPFC)
before commencing work. The CONTRACTOR shall deposit Employees and Employers
contributions to the RPFC every month. The CONTRACTOR shall furnish along with
each Running bill, the challan / receipt for the payment made to the RPFC for the
preceding month.
The CONTRACTOR shall furnish the code number allotted by the RPFC Authority to
the HPCL/MECON before commencing the work.
4.2.1 Before starting of work, CONTRACTOR shall obtain a license from concerned
authorities under the Contract Labour (Abolition and Regulation) Act 1970, and
furnish copy of the same to HPCL / MECON.
4.3.1 In case of labour unrest/labour dispute arising out of non-implementation of any law,
the responsibility shall solely lie with the CONTRACTOR and he shall remove/resolve
the same satisfactorily at his cost and risk.
4.3.2 The CONTRACTOR shall at all times take all reasonable precautions to prevent any
unlawful, riotous or disorderly conduct by or amongst his staff and labour and to
preserve peace and protection of persons and properly in the neighbourhood of the
Works against such conduct.
4.4.1 The CONTRACTOR shall not recruit personnel of any category from among those
who are already employed by other agencies working at site but shall make
maximum use of local labour available.
4.5.2 The CONTRACTOR shall dispose off the unserviceable materials, debris etc.,to the
earmarked area within / outside the Plant premises as decided by the HPCL /MECON.
No extra payment shall be paid on this account. Serviceable materials shall be stored
in designate area separately after obtaining acknowledgement of HPCL Officer.
4.5.3.1 Mecon will normally require and utilize a maximum time frame of ten (10) working
days from the date of Receipt for Review/Approval of Drawings, Design and other
documents submitted by CONTRACTOR. Upon Review of the submitted documents,
MECON may give their comments and ask for redesign/ resubmission after necessary
rectifications/ modifications and the time frame of 10 working days will be applicable
for same.
4.6 Protection of Existing Facilities
4.6.1 CONTRACTOR shall obtain all safety clearance (viz. Excavation, Hot/Cold work
permit)
4.6.2 CONTRACTOR shall obtain plans and full details of all existing and planned
underground services from HPCL / MECON and shall follow these plans closely at all
times during the performance of work. CONTRACTOR shall be responsible for
location and protection of all underground lines and structures at his own cost.
4.6.3 Despite all precautions, should any damage to any structure / utility etc. occur, the
CONTRACTOR shall contact the HPCL / MECON / authority concerned and
CONTRACTOR shall forthwith carry out repair at his expenses under the direction
and to the satisfaction of HPCL / MECON and the HPCL / MECON/concerned
authority.
4.6.4 CONTRACTOR shall take all precautions to ensure that no damage is caused to the
existing pipelines, cables etc., during construction. Existing structures, existing
Compound wall, Tiling and other items damaged / disturbed during construction shall
be repaired and restored to their original condition by CONTRACTOR after
completion of construction to the complete satisfaction of HPCL / MECON.
4.6.5 If required, CONTRACTOR shall in consultation with HPCL / MECON and the
concerned authorities, take adequate measures for strengthening the existing electric
poles, Cast iron pipes, sewer lines, GI Pipelines telephone poles etc in the proximity
of proposed Construction works. CONTRACTOR shall take adequate protective
measures to prevent damage to these facilities during construction.
4.6.6 CONTRACTOR shall have to adopt such method of construction as will be suitable for
working in these areas using the limited space available and without causing any
damage to these facilities. CONTRACTOR shall be deemed to have taken cognizance
of all such constraints, etc. while working in this area and CONTRACTOR shall not be
entitled to claim any extra at a later stage.
4.7.1 The work involved under this Contract may include such works as have to be taken
up and completed after other agencies have completed their jobs. The CONTRACTOR
will be required and bound to take up and when the fronts are available for the same
and no claim of any sort whatsoever shall be admissible to the CONTRACTOR on this
account.
4.8.1 The CONTRACTOR shall arrange for the following facilities at site, for workmen
deployed/ engaged by him at his own:
4.9.1 HPCL shall provide space only for CONTRACTOR's site office and stores and
fabrication yard, if any at site. However, same shall be dismantled prior to
submission of Final Bill.
4.9.2 The CONTRACTOR's Labour and Staff will be permitted to stay within the premises at
designated locations identified by HPCL It is proposed that such labour camps shall
be confined to 1 location.
4.9.3 The CONTRACTOR shall remove all temporary buildings / facilities etc., before
leaving the site after completion of works in all respect.
4.9.4 The CONTRACTOR will be responsible for carry out the warehouse management &
material control of his supplied items in accordance with approved warehousing &
material control procedure, which is to be submitted by the CONTRACTOR during
kickoff meeting.
4.10 Construction
5. Procedures
5.1 CONTRACTOR shall prepare & submit all the plans, procedures & documents to
HPCL/ MECON as specified in the contract.
5.2.1.2 Other plans of CONTRACTOR and procedures to be submitted at least four (4) weeks
prior to start of respective activity at site include the following as a minimum:
5.3 Security
5.3.1 The CONTRACTOR shall arrange to obtain through the HPCL / MECON, well in
advance, all necessary entry permits/gate passes for his staffs and labourers and
entry and exit of his men and materials shall be subject to vigorous checking by the
security staff.
5.4.1 Drawings accompanying the Bidding Document are indicative of scope of work and
issued for bidding purpose only. Purpose of these drawings is to enable the
tenderers to make an offer in line with the requirements of the HPCL / MECON.
5.4.2 The CONTRACTOR as per scope of work shall carry out preparation of detailed and
working drawings. Detailed construction layout drawings as needed shall be prepared
by CONTRACTOR and got reviewed by HPCL / MECON before taking up the work.
5.5.1 The HPCL / MECON shall furnish the relevant existing grid point with Bench Mark on
the land. It shall be CONTRACTOR's responsibility to shift the existing benchmark to
his work site to set out the necessary control points and alignment of the various
works. The CONTRACTOR shall have to employ efficient survey team for this purpose
and the accuracy of such setting out works shall be the CONTRACTOR's sole
responsibility.
5.5.2 The CONTRACTOR shall at his own expense provide all assistance, which the HPCL /
MECON may require for checking the setting out of works.
5.5.3 The CONTRACTOR shall be entirely responsible for the horizontal and vertical
alignment, the level and correctness of every part of the work and shall rectify any
errors or imperfections therein. The CONTRACTOR at his own cost shall carry out
such rectifications, when instructions are issued to his effect by the HPCL / MECON
or his representative.
5.6.1 CONTRACTOR shall be responsible for checking levels / orientation / alignment of all
Foundations, fixtures, etc. well in advance of taking up erection work, and bring to
the notice of HPCL / MECON, discrepancies, if any. Necessary rectifications on
account of any minor variations shall be carried out by the CONTRACTOR within the
contracted rates.
5.7.1 The CONTRACTOR shall without prejudice to his overall responsibility to execute and
complete the work as per specifications and Time Schedule, progressively deploy
adequate equipments, and tools & tackles and augment the same as decided by the
HPCL / MECON depending on the exigencies of the work so as to suit the
construction schedule. The HPCL / MECON shall supply no construction Equipment,
CONTRACTOR to ensure deployment of all required tools, tackles & equipments and
take all safety precautions during execution of work.
5.7.2 The CONTRACTOR shall mechanize the construction activities to the maximum extent
by deploying all necessary construction equipment / machinery in adequate numbers
and capacities.
5.8.1 All payments to and recoveries from the CONTRACTOR shall be rounded off to the
nearest rupee. Wherever the amount to be paid / recovered consists of a fraction of
a rupee (paise), the amount shall be rounded off to the next higher rupee if the
fraction consists of 50 (fifty) paise or more and if the faction of a rupee is less than
50 (fifty) paise, the same shall be ignored.
5.9.1 HPCL will provide an approved format for Measurement sheets, Bill Summary and Bill
Abstract. CONTRACTOR has to ensure that these data are updated for each
subsequent RA and Final Bill. CONTRACTOR has to capture measurements, Abstract
and Bill on format provided by HPCL on PC.
5.9.2 HPCL will utilize these data for processing and verification of the CONTRACTOR’s bill.
5.10.1 The CONTRACTOR shall without prejudice to his overall responsibility to execute and
complete the works as per specifications and time schedule progressively deploy
adequate qualified and experienced personnel together with skilled /unskilled
manpower and augment the same as decided by HPCL / MECON depending on the
exigencies of work to suit the construction schedule without any additional cost to
HPCL.
5.10.2 CONTRACTOR shall provide all necessary superintendence during the execution of
the Works and as long thereafter as the HPCL / MECON may consider necessary for
the proper fulfilling of the CONTRACTOR's obligations under the Contract Such
superintendence shall be given by sufficient persons having adequate knowledge of
the operations to be carried out (including the methods and techniques required, the
hazards likely to be encountered and methods of preventing accidents) for the
satisfactory and safe execution of the Work. The workmen deployed by the
CONTRACTOR should also possess the necessary license etc., if required under the
existing laws, rules and regulations.
HPCL reserves the right to execute any additional works / extra works, during the
execution of work, either by themselves or by appointing any other agency, even
though such works are incidental to and necessary for the completion of works
awarded to the CONTRACTOR. The CONTRACTOR identified vide this tender shall
not raise any objections, whatsoever to all such steps taken by HPCL.
5.12 Responsibility of CONTRACTOR
5.12.1 It shall be the responsibility of the CONTRACTOR to obtain the approval for any
revision and/or modifications decided by the CONTRACTOR from the HPCL / MECON
before implementation. Also such revisions and / or modifications if accepted /
approved by the HPCL / MECON shall be carried out at no extra cost to the HPCL.
Any change required during 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 shall be
carried out by the CONTRACTOR at no extra cost to the HPCL.
5.12.2 All expenses towards mobilization at site and demobilization including bringing in
equipment, work force, materials, dismantling the 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 noted that the quoted
rates are deemed to include mobilization of workforce equipments, tools & tackles
and working during time extension granted by HPCL
5.12.4 Preparing approaches and working area for the movement and operation of the
lifting equipments, leveling the areas for assembly and erection shall also be
responsibility of the CONTRACTOR. The CONTRACTOR shall acquaint himself with
access availability facilities, local labour etc. to provide suitable allowances in his
quotation. The CONTRACTOR may have to build temporary access roads to aid his
own work, which shall also be taken care of while quoting for the work.
5.12.5 The procurement and supply in sequences and at the appropriate time of all
Materials, and consumables shall be entirely the CONTRACTOR's responsibility and
his rates for execution of work will be inclusive of supply of all these items.
5.13.1 CONTRACTOR shall be responsible for proper coordination with other agencies
operating at the site of work so that work may be carried out concurrently, without
any hindrance to others. The HPCL/ MECON shall resolve disputes, if any, in this
regard, and there decision shall be final and binding on the CONTRACTOR.
5.14.1 The CONTRACTOR will familiarize himself with and obtain information and details
from the HPCL / MECON in respect of all existing structures, overhead lines, existing
pipelines and utilities existing at the job site before commencing work. The
CONTRACTOR shall execute the work in such a manner that the said structures,
utilities, pipelines etc. are not disturbed or damaged, and shall indemnify and keep
indemnified the HPCL from and against any destruction thereof or damages thereto.
Depending upon the requirement, time schedule / drawing programmes and the
target set to complete the job in time, the works may have to continue beyond
normal working hours to the extent of round the clock and Holidays also, for which
no extra claim shall be entertained.
6.1.1 The CONTRACTOR shall carry out the various tests as enumerated in the technical
specifications of this Bidding Document and technical documents that will be
furnished to him during the performance of the work at no extra cost to the HPCL.
6.1.2 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 cost.
6. 1.3 The work is subject to inspection at all times by the HPCL / MECON. The
CONTRACTOR shall carry out all instructions given during inspection and shall ensure
that the work is being carried out according to the technical specifications of this
bidding document, the technical documents that will be furnished to him during
performance of work and the relevant codes of practice.
6.1.4 Compressed air for carrying out works shall be arranged by the CONTRACTOR at his
own cost, For material supplied by HPCL, CONTRACTOR shall carry out the tests, if
required by the HPCL / MECON, and the cost of such tests shall be reimbursed by the
HPCL at actual to the CONTRACTOR on production of documentary evidence.
6.1.5 All results of inspection and tests will be recorded in the inspection reports, pro-
forma of which will be approved by the HPCL / MECON. These reports shall form part
of the completion documents. Any work not conforming to execution drawings,
specifications or codes shall be rejected and the CONTRACTOR shall carry out the
rectifications at his own cost.
6.2.1 After completion of all tests as per specification the whole work will be subject to a
final inspection to ensure that job has been completed as per requirement. If any
defect is noticed, the CONTRACTOR will be notified by the HPCL / MECON and he
shall make good the defects with utmost speed. If however, the CONTRACTOR fails
to attend to these defects within a reasonable time (time period shall be fixed by the
HPCL / MECON) then HPCL / MECON may have defects rectified at CONTRACTOR's
cost.
6.3 Inspection of Supply Items
6.3.1 All inspection and tests on bought out items shall be made as required by
specifications forming part of this contract. Various stages of inspection and testing
shall be identified after receipt of Quality Assurance Programme from the
CONTRACTOR / manufacturer.
6.3.2 Inspection calls shall be given for association of HPCL / MECON, as per mutually
agreed programme in prescribed proforma, giving details of equipment and attaching
relevant test certificates and internal inspection report of the CONTRACTOR. All
drawings, general arrangement and other contract drawings, specifications,
catalogues etc. pertaining to equipment offered for inspection shall be got approved
by HPCL / MECON and copies shall be made available to HPCL / MECON before hand
for undertaking inspection.
6.3.3 The CONTRACTOR shall ensure full and free access to the inspection engineer of
HPCL / MECON at the CONTRACTOR's or their sub-CONTRACTOR's premises at any
time during contract period to facilitate him to carry out inspection and testing
assignments
6.3.4 The CONTRACTOR / sub -CONTRACTOR shall provide all instruments, tools,
necessary testing and other inspection facilities to inspection engineer of HPCL /
MECON free of cost for carrying out inspection.
6.3.5 Where facilities for testing do not exist in the CONTRACTOR's / sub-CONTRACTOR's
laboratories, samples and test pieces shall be drawn by the CONTRACTOR /
subCONTRACTOR in presence of Inspection Engineer of HPCL / MECON and duly
sealed by the latter and sent for tests in Government approved test house or any
other testing laboratories approved by the Inspection Engineer at the
CONTRACTOR's cost.
6.3.6 The CONTRACTOR shall comply with the instructions of the Inspection Engineer fully
and with promptitude.
6.3.7 The CONTRACTOR shall ensure that the equipment / assemblies / component of the
item required to be inspected are not assembled or dispatched before inspection.
6.3.8 The CONTRACTOR shall not offer any item for inspection in painted conditions unless
otherwise agreed in writing with the HPCL / MECON.
6.3.9 The CONTRACTOR shall ensure that the items once rejected by the inspection
engineer are not used in the subsequent works. Where parts rejected by the
inspection engineer have been rectified or altered, such parts shall be segregated for
separate inspection and approval, before being used in the work.
6.3.10 On satisfactory completion of final inspection and testing, inspection certificate shall
be issued in requisite copies for all accepted items. For stage inspection and for
rejected items, only inspection memo shall be issued indicating therein the details of
observations and remarks.
6.3.11 All inspections and tests shall be made as required by the specifications forming part
of this contract. CONTRACTOR shall advise HPCL in writing at least fifteen days in
advance of the date of final inspection / tests. Manufacturer’s inspection or testing
certificate for items and materials supplied may be considered for acceptance, at the
discretion of HPCL / MECON. All costs towards testing etc. shall be borne by the
CONTRACTOR within their quoted rates.
6.4 Documentation
Upon completion of work, the CONTRACTOR shall complete all drawings to "As built"
status (including all vendor / Sub -vendor's drawings for bought out items) and
provide the MECON, the following:
7. OTHERS
7.1.1 The following schedules / documents / reports shall be prepared and submitted by
the CONTRACTOR for review / approval at various stages of the contract.
The Bidder is required to submit as Project Time Schedule in PERT/Bar Chart Form,
along with the Bid. The Schedule shall cover all activities including mobilization etc.
as per the completion time stipulated in the Bidding Document.
The CONTRACTOR shall present the programme and status at various review
meetings as required. CONTRACTOR will provide his authorized nominee at site to
take participation in weekly meeting to sign the Records of Meeting.
i) Weekly Review Meeting
CONTRACTOR shall provide industry accepted weightages for the various jobs
covered in the work including procurements as per HPCL / MECON directions.
Scheduled vs Actual progress shall be reported on a monthly basis in S-Curve
form. Necessary catch-up plan for any lags noticed shall be formulated by
CONTRACTOR and submitted for HPCL / MECON's review & approval. The
catch-
up plan shall be duly implemented by the CONTRACTOR.
This report shall be submitted in three copies on a monthly basis within ten
calendar days from cut-off date as agreed upon, covering overall scenario of
the work. The report shall include but not be limited to the following:
Daily report in duplicate as out lined in 2.2.5 of SCC and any other additional
information/data/guideline/job procedure sought by HPCL / MECON shall be
submitted without fail to HPCL / MECON at site by CONTRACTOR.
CONTRACTOR will submit on daily basis Progress Report to be generated at
site in E Form through E-Mail @ the address provided by HPCL / MECON
giving all the details including valid reasons for delay if any vis-a-vis to
commitment i.e weekly plan /monthly plan /approved bar chart.
7.3.1 The CONTRACTOR has to ensure efficient use of natural resources like water, fuel oil
and lubricants. The CONTRACTOR should ensure proper awareness to workers to
maintain a green and clean environment inside / outside the plant. The
CONTRACTOR must collect and dispose of all the waste and scrap materials at the
designated place only as directed by Engineer -in -Charge.
8. General
8.1 It shall be distinctly understood that notwithstanding the reviews and suggestions if
any, by the HPCL / MECON, the sole and ultimate responsibility for the stability and
performance of the form work and staging and all other temporary works shall be
that of the CONTRACTOR.
8.2 The partners or Directors of the CONTRACTOR shall meet the officers of the HPCL/
MECON at the site of works or at their respective offices whenever requested to do
so.
8.3 In order to exercise the required degree of constant control over the ingredients of
concrete and their proportions the CONTRACTOR shall set up proper supervision. A
Measuring Glass for checking the silt content of sand shall be maintained and same
shall be diligently recorded for every lot of sand on daily basis.
Any other apparatus deemed necessary by the HPCL / MECON or its consultants for
proper control shall be provided by the CONTRACTOR at his own cost.
8.4 HPCL / MECON may ask for any tests to be performed on any construction material.
Such test shall be performed at the CONTRACTOR's expenses either at site, in the
site laboratory or elsewhere as directed by HPCL / MECON. The opinion of HPCL /
MECON on the mode of testing and interpretation of the results thereof shall be final
and binding on the CONTRACTORs and shall be without appeal.
8.5 HPCL reserves the right to use the premises and any portion of site for execution of
any work not included in this contract which the HPCL may desire to get executed by
other agencies. The CONTRACTOR shall allow all reasonable facilities for the
execution of such work but shall not be required to provide any plant or material for
which work except by special arrangement with the HPCL in such a manner as not to
impede the progress of the works included in this contract and the CONTRACTOR
shall not be responsible for any damage or delay which may happen or be
occasioned by such work.
8.7 Limited area will be provided within the Premises by HPCL for storing materials.
However, partition and temporary roof if required for ensuring proper storage shall
be provided by the CONTRACTOR. Safety & Security of the materials brought by the
party will be totally their own and HPCL / MECON cannot be held responsible in any
manner.
8.8 The CONTRACTOR shall confirm to the provisions of the Govt. Act relating to the
work and to the regulations and bylaws of the local authorities. The CONTRACTOR
shall give all notices required by the said Act and obtain all required permissions and
licenses and pay all fees payable to such authorities in connection with constructing
and maintaining temporary power and water supply at the site for the said project.
All aspects of temporary works including their stability shall be the sole and ultimate
responsibility of the CONTRACTOR.
8.9 Labour camp shall be erected with the prior approval of HPCL / MECON.
8.10 Frequency of testing of various materials shall be as per QAP/ITP. Testing of various
materials should be carried out as per the relevant is standards / international
standards mentioned in the technical specifications attached to the tender. party
should submit manufacturer’s certificates for the various materials and the above
tests will be carried out in addition to the certificates submitted. Cost of testing
should be borne by the party. In case of delay in testing materials, HPCL/MECON
reserves the right to have the same tested at party’s cost.
8.11 This project is subjected to inspection by various audit/vigilance agencies of
government of India/Hindustan Petroleum Corporation Ltd. 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 these tender documents and also if any
recoveries in some items are pointed out therein, same shall be recovered from
CONTRACTOR's R/A bills / final bill. The items under dispute shall not be paid in full
till inspection agency gives their No-Objection report.
8.12 Sand has to be tested for silt content, particle size and organic impurities. If silt
content is more than 8% the fine aggregate / sand has to be profusely washed and
cleaned to reduce silt content to acceptable level.
9. WATER:
10. POWER:
All water, which may accumulate on the site during the progress of work or in
trenches and excavations from other than, expected risk shall be removed from the
site to the satisfaction of HPCL / MECON at the CONTRACTOR’s expense.
12. The CONTRACTOR shall at all times give access to the staff of the statutory bodies
as well as other agencies associated with the project and shall provide them all
facilities like scaffolding, water, lighting etc. at site for discharging their duties.
14. The CONTRACTOR shall provide and maintain proper temporary sheds for the
storage and protection of materials etc. and other work that may be brought or
executed in the site including the tools and materials of CONTRACTORs and remove
on completion. Sheds for storage of cement of adequate capacity as directed by
HPCL / MECON shall be provided and the same have floors raised from the ground.
The CONTRACTOR will be responsible for storage of cement in good and water tight
condition.
15. The CONTRACTOR shall provide at his cost all temporary lighting arrangement
required for the works to enable the CONTRACTORs to complete the work in the
specified time including that for the work man of any CONTRACTOR or special
tradesman
16. Watching and Lighting: The CONTRACTOR shall provide and maintain at his own
expense all lights, night illumination of the premises, Guards, fencing and watching
as and when necessary or required by the HPCL/ MECON for the protection of works
or for the safety and convenience of those employed on the works or the public.
17. Theodolite, levels, plump bobs, prismatic compass, chain, steel and metallic tape and
all other surveying instruments found necessary on the works shall be provided by
the CONTRACTOR for the due performance of their contracts as instructed by HPCL /
MECON. HPCL/ MECON will use any or all measure instruments or tools belonging to
the CONTRACTOR as and when he chooses for checking the complete works as well
as the work in progress
18. All scaffolding and ladders that may be necessary for taking measurements at site
will be provided by the CONTRACTOR.
19. No work shall be done during the absence of HPCL / MECON representative.
20. The CONTRACTOR shall not be permitted to enter on (other than for inspection
purpose) or Take possession of site until instructed to do so by HPCL / MECON in
writing. The portions of the site to be occupied by the CONTRACTOR shall be defined
and/or marked on the site plan failing which these shall be indicated by HPCL/
MECON at site and the operations beyond the areas, in respect of any land permitted
by the HPCL for the use of the CONTRACTOR for the purpose of or in connection
with the contract, the same shall be subject to the following and such other terms
and condition as may be imposed by HPCL. Such use or occupations shall not confer
any right of tenancy of the land to the CONTRACTOR.
21. The CONTRACTOR shall have no right to put up any construction of his own of any
nature or type on HPCL’s land except temporary constructions for storage of
equipment’s for the work under the contract or as a resting place for the labourers
employed by him for the work provided that he obtain the requisite previous
permission in writing from HPCL / MECON. In accordance with the HPCL procedure
with permission they would be entitled to refuse in their absolute discretion. Such
construction will be erected at the CONTRACTORs own cost. The CONTRACTOR shall
at his own cost demolish all such constructions and remove the debris thereof. As
also all his materials and equipment’s and clean and level the site thereof before
handing over the completed work to the HPCL.
22. The CONTRACTOR shall provide if necessary or if required for the site all temporary
access thereof and shall alter adapt and maintain the same as required from time to
time and shall take up and clear them away as and when no longer required and as
and when ordered by HPCL / MECON and make good all damages done to the site.
The CONTRACTOR shall note that the final bill will not be certified for payment till
the action as above is completed by the CONTRACTOR to the entire satisfaction of
HPCL / MECON.
23. All drawings, tracings, photo prints and writing (except letter) shall be the sole
property of HPCL and must be returned to them on completion of work. The
drawings maintained on the site are to be carefully mounted on boards of
appropriate size. They are to be protected from ravages from termites, ants,
silverfish and other insects.
24. The completion of the work may entitle working in the monsoon also. The
CONTRACTOR must maintain labour force as may be required for the job and plan
and execute the construction and erection according to the prescribed schedule No
extra rate will be considered for such work in monsoon. The Time schedule includes
monsoon window period also. Hence request for time Extension due to monsoon
may not be entertained by HPCL.
25. During the execution of the work CONTRACTOR must check his work with his
drawings. The CONTRACTOR shall be responsible for all the errors in this connection
and shall have to rectify all defects and / or error at his own cost failing which HPCL
reserves the rights to get the same rectified at the risk and cost of the
CONTRACTOR.
26. During inclement weather the CONTRACTOR shall suspend concreting and plastering
for such time as HPCL / MECON may direct and shall protect from injury all works in
the course of erection.
27. 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.
28. All rubbish including muck and water, as it accumulates from time to time during the
progress of the work shall be cleared through proper drainage arrangement so as not
to hamper the progress of various other site works in progress such as tankages etc.
29. The CONTRACTOR shall provide suitable pillar with flat tops and build the same in
concrete for temporary benchmarks. All the pegs for setting out the works and fixing
the necessary levels required for the execution thereof shall if desired by the HPCL /
MECON likewise be built in masonry at such places and in such manner as the HPCL
may determine
30. The CONTRACTOR shall cover up and protect from injury due to any cause to all new
work and any other requisite protection for the whole of the works executed whether
by himself or special tradesman or sub CONTRACTORs and any damage caused
must be made good by the CONTRACTORs at his own expense.
31.1 The CONTRACTOR shall be given approved identity cards to all his workers, which
will have to be produced by the CONTRACTORs’ workmen as and when demanded
by the HPCL’s representatives or Security men.
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 Consultants and Client.
CONTRACTOR shall within one month of completion of work submit ’As Built’
drawings (original tracings and 3 sets of prints) of all the works carried out by him.
CONTRACTOR will not receive final payment in case of failure to comply with this
condition.
CONTRACTOR shall arrange to dispose off debris and any other waste product
created while carrying out the work, outside Client’s premises. The CONTRACTOR
shall take due care while disposing of such waste materials and ensure that any
rules/regulations laid down by Municipal Corporation, Client 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 involve the
cost of same and no extra payment shall be made towards this account.
31.6 The CONTRACTOR shall submit original copies of invoices for verification if asked by
HPCL/MECON, order forms for any materials purchased for project work, to HPCL/
MECON.
32. The rates quoted by the tenderer in the schedule of quantities will be deemed to be
for the finished work and shall include all charges for:
a) Plant, double scaffolding, frame work, English ladders, ropes, nails, spikes,
tools, materials and workmen, protection from weather, temporary supports,
platform and the maintenance of the same.
b) All temporary canvas, lights, tarpaulin, barricade, water shoots etc.
c) All such temporary weather-proof sheds at such places and in a manner
approved by the Consultants for the storage and protection of materials
against the effects of sun and rain.
d) All testing of materials.
e) No tools and plants shall be issued by the Client under the Contract. The
CONTRACTOR should provide the temporary ply partition to cover certain
location of Bank premises wherever necessary.
f) Rates quoted by CONTRACTOR are deemed to include deployment of
competent Quality Control Engineers from Start to completion of work for
upkeep and maintain all QA/QC records in accordance to ITP/QAP/Relevant
codes/any other requirement as specified in Tender.
33. No scaling of any drawings shall be carried out at site by workmen/labour during
execution of work. The details required for the execution of any item shall be timely
given by the client/consultants in weekly co-ordination site meetings.
34. Weekly site co-ordination meetings shall be attended by the CONTRACTORs working
on site & proper intimation should be given to the client/consultants 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 client/consultants by producing
working drawings/hand-made sketches if any.
For timely completion of project, CONTRACTOR is required to deploy more labour &
fluent material supply as required on site as directed by consultant and HPCL. The
normal working hours will be from 0900 hrs to 1730 hrs on normal working days
from Monday through Saturday and excluding Sundays and holidays. Permission for
working beyond 1730 hrs on normal working days from Monday through Saturday
and for working on Sundays & Holidays may be permitted by HPCL based on written
request by CONTRACTOR. Concreting activity may not be permitted to be carried out
after daylight hours.
38. Clause 3.6 of GCC stands modified and shall now read as follows :
39. Unless otherwise stated the tender is on item rate basis. The quantities in the
Schedule of Quantities approximately indicates the total extent of work. Payment will
be made on the actual quantities installed at site and any excess supply shall be
taken back by the Contractor.
It is expressly understood and agreed by and between Bidder and M/s Hindustan
Petroleum Corporation Limited, (Indian Public Sector Undertaking) that M/s
Hindustan Petroleum Corporation Limited is entering into this agreement solely on its
own behalf and not on behalf of any other person or entity. In particular, it is
expressly understood and agreed that the Government of India is not a party to this
agreement and has no liabilities, obligations or rights hereunder. It is expressly
understood and agreed that M/s Hindustan Petroleum Corporation Limited is an
independent legal entity with power and authority to enter into contracts solely on its
own behalf under the applicable Laws of India and general principles of Contract
Law. The Bidder expressly agrees, acknowledges and understands that M/s
Hindustan Petroleum Corporation Limited. is not an agent, representative or delegate
of the Government of India. It is further understood and agreed that the
Government of India is not and shall not be liable for any acts, omissions,
commissions, breaches or other wrongs arising out of the contract. Accordingly
Bidder hereby expressly waives, releases and foregoes any and all actions or claims,
including cross claims, impleader claims or counter claims against the Government of
India arising out of this contract and covenants not to sue to Government of India as
to any manner, claim, cause of action or thing whatsoever arising of or under this
agreement.
41.1 The terms ‘Bidder’, ‘Contractor’, `Seller’, `Supplier’ or ‘Vendor’ stated anywhere in
the Bid Document carry the same meaning.
41.2 The terms `Client’, ‘Owner’, ‘Purchaser’ stated any where in the Bid Document refer
to Hindustan Petroleum Corporation Limited (HPCL).
41.4 The term ‘Contract’, ‘Order’ stated anywhere in the Bid Document carry the same
meaning.
42.1 In the event of any dispute or difference between the parties hereto such dispute or
difference shall be resolved amicably by mutual consultation or through the good
offices of empowered agencies of the Govt . If such resolution is not possible then
the unresolved dispute of difference shall be referred to arbitration of an arbitrator to
be nominated by Secretary, Dept of Legal Affairs (Law Secretary) The arbitration and
Conciliation act , 1996 shall not be applicable to the arbitration under this clause.
The award of the arbitrator shall be binding upon the parties to the dispute provided
however that any party aggrieved by such award may appeal for setting aside or
revision of the award to Law Secretary whose decision shall bind the parties finally
and conclusively. The said appeal should be filed within the period specified in the
award of the arbitrator.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) &
8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR
BAHADURGARH TIKRIKALAN PIPELINE
Hindustan Petroleum MECON LIMITED
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
Corporation Ltd.
ANNEXURES TO SCC
CONTENTS
Annexure-9B : List of hired/ Leased equipment alongwith MOU from the owner to
be submitted by the single bidder/ leader of the consortium
SCOPE OF WORK
(ANNEXURE-1 TO SPECIAL CONDITIONS OF CONTRACT)
ANNEXURE-1 TO SCC
SCOPE OF SUPPLY
(ANNEXURE-2 TO SPECIAL CONDITIONS OF CONTRACT)
ANNEXURE-2 TO SCC
Free Issue Materials shall be issued to the Contractor from the designated store(s) of
Owner. Contractor shall be responsible for lifting the free issue materials from Owner’s
storage point(s) and transporting the same to work site(s) at his own cost.
HPCL’s designated store for this project shall be located at HPCL Bahadurgarh, Haryana.
Conditions for Issue And Reconciliation of Materials shall be as per Document enclosed
as Annexure-8 to Special Conditions of Contract.
All materials except what is under Owner’s scope of supply as mentioned in Clause No.
1.1 above, and required for successful completion of works in all respects shall be
supplied by the Contractor and the cost of such supply shall be deemed to have been
included in the quoted price without any additional liability on the part of Owner.
TIME SCHEDULE
(ANNEXURE-3 TO SPECIAL CONDITIONS OF CONTRACT)
ANNEXURE-3 TO SCC
TIME SCHEDULE
Note:
1) The time of completion shall be reckoned from the date of award of contract, which shall
be the date of issue of letter/ Fax of Intent.
2) The time indicated is for completing all the works in all respects as per specifications,
codes, drawings and instructions of Engineer-in-charge.
_______________________________
(STAMP & SIGNATURE OF BIDDER)
MEASUREMENT OF WORK
(ANNEXURE-4 TO SPECIAL CONDITIONS OF CONTRACT)
ANNEXURE-4 TO SCC
MEASUREMENT OF WORK
1.0 GENERAL
1.2 Payment will be made on the basis of joint measurements taken by Contractor and
certified by Engineer-in-charge. Measurement shall be based on “Approved for
Construction” drawings, to be the extent that the work conforms to the drawings and
details are adequate.
1.3 Wherever work is executed based on instructions of Engineer-in-charge or details are not
adequate in the drawings, physical measurements shall be taken by Contractor in the
presence of Engineer-in-charge.
1.4 Measurements of weights shall be in metric tonnes corrected to the nearest Kilogram.
Linear measurements shall be in meters corrected to the nearest centimeters.
1.5 The weights mentioned in the drawing or shipping list shall be the basis for payment. If
mountings for panels etc. are packed separately, their erection weights shall include all
mountings.
1.6 Welds, bolts, nuts, washers etc. shall not be measured. Rates for structural steel work
shall be deemed to include the same.
1.7 No other payment either for temporary works connected with this Contractor for any other
item such as weld, shims, packing plates etc. shall be made. Such items shall be
deemed to have been included for in the rates quoted.
1.8 Measurement will be made for various items under schedule of rates on the following
basis as indicated in the unit column.
i) Weight : MT or Kg
ii) Length : M (Metre)
iii) Number : No.
iv) Volume : Cu.M
v) Area : Sq.M
2.0 PIPING
2.1 Length of pipes shall be measured along the curvilinear centre of the pipelines laid/
installed and shall include all types of specials, fittings, mitre bends etc. but excluding all
types of valves. Length of valves shall be excluded from piping measurement and shall
be considered on number basis.
TERMS OF PAYMENT
(ANNEXURE-5 TO SPECIAL CONDITIONS OF CONTRACT)
ANNEXURE-5 TO SCC
TERMS OF PAYMENT
Pending completion of the whole works, provisional progressive payments for the
part of work executed by the contractor shall be made by Owner on the basis of said
work completed and certified by the Owner’s representative as per the agreed
milestone payment schedule and the percentage break-ups given below.
Contractor shall submit his invoices to the Owner’s representative fortnightly in the
manner as instructed by Owner. Each invoice will be supported by documentation
acceptable to Owner and certified by the Owner’s representative. Payments made
by owner to the contractor for any part of the work shall not deem that the Owner has
accepted the work. All payments against running bills are advance against the work
and shall not be taken as final acceptance of work / measurement carried out till the
final bill. Owner will release payment through e-payments only as detailed in the
bidding document.
i) The stage payment of 10% as per sub-clause 1.1.4 above will be released on
completion of continuous stretch of 5 km.
ii) For discontinuity on account of major crossings specified in SOR, crossing length shall
not be taken into account for (i) above for payment purposes. The payment towards
such crossings shall be made on the basis of item rate in SOR.
For all lumpsum items included in schedule of rates, contractor shall furnish price
break-up for quoted lumpsum prices for the approval of Engineer-in-charge.
Payment for such item shall be made accordingly. In this regard decision of
Engineer-in-charge shall be final and binding to the bidder.
1.3 Major Crossing & Other items not covered above or elsewhere in the Tender
4.2 Civil Works (Except control room building which shall be paid as indicated
in respective SOR)
For all lumpsum items included in schedule of rates, contractor shall furnish price
break-up for quoted lumpsum prices for the approval of Engineer-in-charge.
Payment for such item shall be made accordingly. In this regard decision of
Engineer-in-charge shall be final and binding to the bidder.
SPECIFICATION
FOR
QUALITY ASSURANCE SYSTEM REQUIREMENTS
(Annexure - 6 to SCC )
(For Details – Refer our Technical Specification No. 05/62/S/66 of the
same enclosed in Vol-II of the Tender)
STANDARD SPECIFICATION
FOR
HEALTH, SAFETY AND ENVIRONMENTAL (HSE)
MANAGEMENT AT CONSTRUCTION SITES
(ANNEXURE – 7 to SCC )
(FOR DETAILS – REFER OUR TECHNICAL SPECIFICATION No. 05/62/S/65
OF THE SAME ENCLOSED IN VOL-II OF THE TENDER)
ANNEXURE-8 TO SCC
1.0 CONDITIONS FOR ISSUE OF MATERIALS
Whenever any material is issued by Owner, following conditions for issue of material
in addition to other conditions specified in the contract shall be applicable.
1.1 Necessary indents will have to be raised by the Contractor as per procedure laid
down by the Engineer-in-charge from time to time, when he requires the above
material for incorporation in permanent works.
1.2 Materials will be issued only for permanent works and not for temporary works,
enabling works etc. unless specifically approved by the Engineer-in-charge and the
same shall not be taken into account for the purpose of materials reconciliation.
1.3 The contractor shall beer all other cost including lifting, carting from issue points to
work site/ contractor’s store, custody and handling etc. and return of surplus/
serviceable scrap materials to Owner’s storage points to be designated by the
Engineer-in-charge etc. No separate payment for such expenditure will be made.
1.4 No material shall be allowed to be taken outside the plant without a gate pass.
1.5 The contractor shall be responsible for proper storage, preservation and watch &
ward of the materials.
1.6.1 Every month, the contractor shall submit an account for all materials issued by
Owner in the proforma prescribed by the Engineer-in-charge. On completion of the
work the contractor shall submit “Material Appropriation Statement” for all materials
issued by the Owner in the proforma prescribed by the Engineer-in-charge.
All coated line pipes as per line pipe specifications enclosed elsewhere in the bidding
document, shall be issued on linear measurement basis. Optical Fibre Cables shall
be issued in drum lengths of 4 km on linear measurement basis. Joints etc. shall be
issued on number basis. All other piping materials shall be issued on numbers
basis. All cut pieces pipes measuring in length measuring 2m to 9m when returned
to Owner’s storage points after bevelling, shall be considered as serviceable
material. All cut pieces of pipes measuring less than 2m will be treated as wastage/
scrap. All pipes above 9m will be considered as good pipe.
a) For the purpose of accounting of coated line pipes following maximum allowances
shall be permitted.
The percentage allowance shall be accounted on the basis of final weld book
chainage for main pipeline and erected/ approved fabrication drawings for station
piping as mentioned below :
b) For the purpose of accounting of station piping, all cut pieces measuring in length of
1m and above when returned to Owner’s storage points after bevelling, shall be
treated as serviceable materials. All cut pieces of pipes measuring less than 1m will
be treated as scrap.
For the purpose of station piping following maximum allowances shall be permitted:
c) For the purpose of accounting of optical fibre cable & other materials used in
telecommunication works. Reconciliation work for Owner supplied materials shall be
carried out as per the scope detailed in particular scope of work, SOR and relevant
specification enclosed elsewhere with the tender.
1.6.2 All unused, scrap materials and salvageable materials shall be the property of the
Owner and shall be returned by the Contractor category-wise at his cost to the
Owner’s designated store yard(s). In case the Contractor fails to do so/ or exceeds
the limits of allowances specified above for scrap/ serviceable materials, then
recovery for such quantities not returned as well as returned in excess of permitted
limit by the Contractor will be done at the penal rate i.e. 125% of landed cost at the
time of final bill/ closing of contract by Engineer-in-charge shall be effected from the
Contractor’s bill(s) or from any other dues of the Contractor to the Owner. Contractor
shall be responsible for the adjustment/ weighment/ measurement of the surplus
materials to be returned to the store. Contractor shall also be responsible for
suitable segregation of returned materials into separate stacks of serviceable and
scrap materials.
1.6.3 Wherever certain material is covered under Contractor’s scope of supply whether
part or in full for any item of work covered under SOR, no allowance towards
wastage/ scrap etc. shall be accounted for during execution stage.
ANNEXURE-9 TO SCC
Note:
1. Meeting the requirement of minimum construction equipments as given above, is a part of Bidder
Evaluation Criteria. Bidder shall confirm compliance for deployment of above equipments.
2. Bidder is required to mobilise the above minimum critical equipments in good working condition
and suitable to lay this 10” diameter pipeline. Bidder is required to augment the above list with
additional numbers / categories of equipments as per actual requirement and instruction of
Engineer-In-Charge without any additional financial implication to client.
3. Bidder shall replace any defective / damaged equipments promptly to complete the work without
any time & cost implication to the client / owner.
4. After completion of certain activities, in case equipments are not required the same can be
demobilised with prior approval of Engineer-In-Charge.
ANNEXURE-9A TO SCC
1. Hydra – 8-10 MT 2
2. Excavator or Back-Hoe (≥ Hitachi 100 or equivalent) 1
3. Bending Machine with Pneumatic Mandrel (10” NB) 1
4. Internal Clamp ND 10” 2
5. Diesel Welding Machine 6
Note:
Bidder are required to submit documentary evidence of ownership of the above equipments as
indicated below :-
1. The bidder shall submit either of the following documents to establish that they own the equipment.
2. Certificate from Chartered Engineer certifying that the bidder own equipments are under good
health and working condition.
ANNEXURE-9B TO SCC
CATEGORY-1
CATEGORY-2
Note:
1) For equipment under Category-1 bidders are required to submit the documentary evidence for
Ownership/ Hiring/ Lease of equipments listed in this category.
a) For Hired/ Lease Equipments : The documentary evidence shall be MOU from the hiring/
lease agency of the equipment alongwith the bid. Bidder shall be responsible for timely
delivery of these equipments at the site at stipulated time.
b) For Owned Equipments : The proofs of ownership will be as stated in Annexure-9A.
ANNEXURE-10 TO SCC
The above proposed list of skilled manpower is the minimum to be deployed by Contractor
_________________________________________________________________
1. Engineer 750/-
2. Surveyor Foreman 500/-
3. Pipe Fitter 200/-
4. Pipe Welder 500/-
5. Gas Cutter 200/-
6. Grinder 200/-
7. Mason 200/-
8. Plumber 200/-
9. Carpenter 200/-
10. Painter 200/-
11. Electrician 200/-
12. Cable Jointer 175/-
13. Instrument Technician 300/-
14. Rigger 150/-
15. Watchman/Helper 100/-
16. Concrete Mixer Operator 150/-
17. Heavy Machine Operator 300/-
_______________________
(SIGNATURE OF BIDDER)
NOTES:-
ANNEXURE-12 TO SCC
--------------------------------------------------------------------------------------------
SL. DESCRIPTION OF HOURLY RENTAL RATES FOR
NO. EQUIPMENT EXTRA WORKS INCLUDING
CONSUMABLES
_______________________
(SIGNATURE OF BIDDER)
ANNEXURE-12A TO SCC
________________________
(SIGNATURE OF BIDDER)
ANNEXURE-12B TO SCC
The above proposed list of skilled manpower is the minimum to be deployed by Contractor
CONTENTS
Sl.No. Description
1.0 General & Project Description
8.0 Construction
9.0 Documentation
14.0 Escalation
1.1 GENERAL
1.1.1 Special Condition of Contract shall be read in Conjunction with the General
Conditions of Contract, specification of work, Drawing and any other documents
forming part of this contract wherever the context so requires.
1.1.2 Notwithstanding the sub-division of the documents into these separate sections and
volumes every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the contract so far
as it may be practicable to do so.
1.1.4 The materials, design and workmanship shall satisfy the relevant INDIAN
STANDARDS, the TECHNICAL SPECIFICATIONS contained herein and CODES
referred to. Where the technical specification stipulate requirements in addition to
those contained in the standard codes and specifications, these additional
requirements shall also be satisfied.
1.1.5 Wherever it is mentioned in the specifications that the CONTRACTOR shall perform
certain work or provide certain facilities, it is understood that the CONTRACTOR
shall do so at his cost and the VALUE OF CONTRACT shall be deemed to have
included cost of such performance and provisions, so mentioned.
1.1.7 In the absence of any specifications covering any material, design of work(s) the
same shall be performed/ supplied/ executed in accordance with Standard
Engineering Practice as per the instructions/ directions of the Engineer-in-charge,
which will be binding on the Contractor.
The 8” x 15 km will transport 250 m3/hr (6 hrs pumping per day) of ULMS & 10” x 15
km will transport 350 m3/hr (6 hrs pumping per day) of ULSHSD / SKO as per
requirement from Bahadurgarh Dispatch (Near Delhi Border)Terminal to proposed
Tikarikalan receipt station.
Products to be transported
Project Details
Description of Sections - Mainline and Terminals
1.2.1 General
Main line
- Installation of MOVs
- Installation of Filtration & Metering Facilities.
- Installation of Scrapper Launcher
- Installation of pumps (8 Nos.)
- Installation of TSV
- All connecting under ground/above ground terminal piping
system
- Installation of TCP & impressed current permanent Cathodic
Protection System
- Fire fighting facilities
- Erection of DG Set
- Sump Tank & Pumps
- Corrosion Inhibitor Dosing Pumping System, tank etc.
- Rupture Disk
- Rotometer
- Pumps - Complete erection & assistance in commissioning of
main & booster Pumps including Instrumentation Works.
Instrumentation:
Structural:
- Construction of structural shed for main pumps & booster
pump Sets .
- Pipe supports
Civil:
- Construction of building (16 x12 sqm) adjacent to existing
control room building
- Area pavement , pipe supports
- Extension of existing control room (3 m along length x 8 m
along width).
- Installation of MOVs
- Installation of Filtration & Metering Facilities.
- Installation of Scrapper receiver system
- All connecting under ground/above ground terminal piping
system
- Installation of TCP & impressed current permanent Cathodic
Protection System
- Fire fighting facilities.
Instrumentation:
- Turbine flow meter and flow computer
- Field mounted/control room instruments as per P&ID and
PJS (instrumentation)
- Fire & leak detection system
Structural:
- Construction of structural shed for main pumps & booster
pump Sets .
- Car Parking shed
- Pipe supports
Civil:
-Construction of control room building ( 36 x16 sqm)
-Area pavement & pipe supports
- Equipment foundation
- Electrical DG Room
- Sump tank
- SW/RW Sump and Pump House
- DW Sump and pump House
1.2.2 Description of the facilities covered in the above are described in following
clauses.
1.2.2.1 Tap-off (from different product tanks areas) to proposed Dispatch inside
HPCL Terminal
a) The following Tap –off /hook up from the existing product tank out let piping
shall be constructed :
b) Aboveground piping
The above ground piping for different product viz. ULSHSD, ULMS & SKO size 16’’
shall be constructed between various product tank to the proposed Dispatch
Terminal as per approved constriction drawing and P&IDs.
1) MOV: 2 nos. each line - 14’’ for SKO,16” for ULSHSD and 10” for ULMS.
2) Pumping facility:
Service- ULMS
Service- ULSHSD/SKO
a) Booster Pump 2 nos ( 1 Working + 1 Sand by)
b) Mainline pump 2 nos ( 1 Working + 1 Sand by) for ULMS service
3) Filtration Facility:
8) Control room: existing control room shall be extended. Proposed facilities are
to be hooked-up with the existing control system. Only field mounted and
control room mounted instruments have been envisaged. A separate building
shall be constructed adjustment to the existing control room building to cater
the further requirement.
10) Existing fire fighting facilities available at Bahadurgarh Terminal end shall be
utilized in receiving terminal.
The proposed new pipeline shall be originated from Pump outlet manifold located
at existing Bahadurgarh Terminal in Haryana & shall be terminate at Tikarikalan
(Delhi Border). The new pipeline will be 8” O.D. & 15 km (approx.) & other will be
10” O.D. & 15 km (approx.) in length.
The basic objective of these new pipeline are to transport ULSHSD/ SKO (6 hrs
per day) at 350 m3/hrs & ULMS to 250 m3/hrs (6 hrs per day) to Tikarikalan.
Roughness (micron) : 45
- The panel (completely wired) for housing the monitor/ controller for detectors
with delays, hooters/ annunciates indicating the location shall be provided in
the control room.
Suitable fire and detection system for control room and field area are to be
provided with receiver instruments in control room with fire alarm siren and
siren power supply shall be from 3 .
The supply shall include fire detectors monitor / controllers and enunciators in
fire panel to be placed in control room. The fire and detector system layout
shall cover the entire plant area system as per NFPA-72 standard.
The location & type of fire and detection system to be provided in different areas in
as follows :
Type Location
x) Civil Works :
xii) All associated civil, structural, electrical, instrumentation, scada & Tele
communication work as per repective particular job specification.
2.1 The work tendered in this bid package consists of supply (in CONTRACTOR's
scope), fabrication, installation, testing and commissioning of the terminal piping,
mainline, Despatch terminal at Bahadurgarh, Receiving terminal at Tikarikalan
including all equipment and Associated Mechanical, Civil, Structural, Electrical,
Instrumentation & SCADA works.
2.2 All works of the section & terminals included in the scope will be done
simultaneously from the date of issue of FOI. Bidder will organise equipment and
manpower accordingly to meet this requirement as per instruction of Engineer-in-
charge.
The scope of work shall generally be, but not limited to the following:-
3.1 Procurement
3.1.1 CONTRACTOR shall procure and supply all the materials other than OWNER
supplied materials, required for permanent installation of main pipeline and terminals
in sequence and at appropriate time. All equipment, materials, components etc. shall
be suitable for the intended service. Approved vendor list has been indicated in the
bid package for various items. For items, which are not covered in the vendor list,
CONTRACTOR shall obtain Owner’s prior approval for the vendor. Equipment
requiring specialized maintenance or operation shall be avoided as far as possible.
Equipment offered shall be field proven.
3.1.3 Material take-off with complete description of size, rating, material, thickness and
specifications.
3.1.4 Only single offer shall be provided by the bidder fully complying to specifications/
drawings/ requirements for Owner’s review and approval. CONTRACTOR shall
provide for inspection of the items at vendor's works by the OWNER/ Owner’s
REPRESENTATIVE or by a reputed inspection agency and shall submit inspection
reports for Owner’s clearance.
3.1.5 Stores management for contractor supply items as well as free issue materials
including receipt, warehousing, preserving the material in good condition, issue of
material to construction site, reconciling/ handing over surplus material to OWNER
for OWNER supplied items at Owner’s store.
3.1.6 Carryout proper documentation of inspection and quality assurance programmes for
all equipment and bulk materials duly approved by OWNER. CONTRACTOR shall
maintain an accurate and traceable listing of procurement records for the location,
quality and character of all permanent materials in the Project.
3.1.7 CONTRACTOR shall immediately report to the OWNER of all changes, which will
affect material quality, and recommend any necessary corrective actions to be taken.
3.1.8 Submit periodic manufacturing progress reports highlighting hold ups and
slippages, if any, to OWNER and take remedial measures.
3.1.9 Interact with authorities such as Sales Tax, Octroi, Excise, Customs etc. as
necessary and arrange for transportation of the materials under his scope of supply
to site.
3.1.10 All purchase requisitions including purchase orders shall be approved by OWNER/
Owner’s REPRESENTATIVE.
3.1.11 Compliance with vendor's and supplier's instructions and recommendations for
transportation, handling, installation & commissioning.
3.2 Construction
3.2.1 General
3.2.1.1 All construction works shall be carried out as per "Approved for Construction"
drawings, procedures, specification and applicable codes and standards. Any
changes at site shall also need prior approval from the OWNER and revision of
drawings. Construction drawings will be furnished to the Contractor in a phased
manner and as per the requirement in accordance with the procurement and
construction plan prepared and furnished by him & agreed by Owner/ Consultant.
The Owner shall provide to the Contractor free of cost the construction right-of-use
for the pipeline and permissions and permits (if any) necessary to lay the pipeline,
systems as governed by the clauses defined elsewhere in the tender document.
All other permissions, permits and licenses necessary for the performance of the
work shall be obtained by the Contractor at his own cost and initiative. Insofar as
any such permission, permit or license required for the performance of the work by
the contractor can only be granted at the request or recommendation of the Owner,
the Owner shall at the request of the Contractor, provide recommendatory letters to
the contractor to obtain or procure the same. The contractor shall not, however be
entitled to any additional compensation over and above contracted rates of services
for any hardship or increased cost caused by any idleness, suspension or disruption
of work or any other account whatsoever as a result of the inability of the contractor
to obtain the permission(s), permit(s), license(s) aforesaid to match with the progress
of the work nor shall the same constitute a ground for extension of time.
a) The approval from any authority required as per statutory rules and
regulations of Central/ State Government, PWD, Irrigation Deptt., Pollution
Control Broad (PCB), Ministry of Environment & Forest (MOEF) etc. shall be
the contractor’s responsibility unless otherwise specified in the tender
document. The application on behalf of the Owner for submission to relevant
authorities along with copies of required certificates complete in all respects
shall be prepared and submitted by the Contractor well ahead of time so that
the actual construction/ commissioning of the work is not delayed for want of
the approval/ inspection by concerned authorities. The inspection of the
works by the authorities shall be arranged by the Contractor and necessary
coordination and liaison work in this respect shall be the responsibility of the
Contractor. However statutory fees paid, if any, for all inspections and
approvals by such authorities shall be reimbursed at actuals by the Owner to
the Contractor on production of documentary evidence.
3.2.1.3 The CONTRACTOR shall be responsible for claims if any arising out of damage/
obstruction to public utilities like lines of DOT etc. where the claims will cover the
restoration costs as well as loss of revenue due to down time.
3.2.1.8 All Civil / Structural Works, Electrical, Instrumentation & SCADA Works, laying and
commissioning works shall be performed in accordance with relevant specifications
and requirements enclosed elsewhere in the bid package.
3.2.1.10 Provide, maintain and operate all temporary facilities required for the construction
related works and remove after completion of work.
3.2.1.11 Hook up/ tie-in of pipeline and piping system with terminal facilities.
3.2.1.12 All works related to testing, dewatering, swabbing, drying pre-commissioning and
commissioning of the work tendered.
3.2.1.14 All incidental and associated works and any other works not specifically listed therein
but are required to be carried out to complete entire work related to pipelines and
terminals.
Both the proposed 10” dia. And 8’’ dia pipelines is to be laid parallel in same
trench within ROU of the whole route. The available alignment sheets are
enclosed with the tender. The plan and ground profile details to the extent
available are being furnished to the Bidder along with bid document. Any
additional topographic surveys required for local detours during execution of the
project shall be carried out by Contractor in a similar manner without any extra
cost to the Owner. However, laying and construction of entire pipeline including
detoured portion shall be within the scope of contractor and governed by SOR of
tender without any cost implication. Contractor shall be deemed to have
considered such eventualities while formulating his bid. Pipeline route maps/
alignment sheets showing the pipeline route are also enclosed with the bid
package.
As-Built Alignment Sheets and P&ID drawings for scraper launcher and receiver
stations are included in the Bid package. These drawings are indicative only and are
furnished to enable Bidder to estimate the quantum of work and to quote a firm price
for the work. Final drawings marked `Issued for Construction (IFC)' shall be furnished
by Owner to Contractor at project execution stage. The IFC drawings may vary to
some extent from the drawings included in the Bid Package. Contractor shall carry
out all works in accordance with the IFC drawings.
Bidders are advised to make site visits to familiarise themselves with all the salient
features of subsoil, terrain and available infrastructure along the pipeline route.
Contractor shall be deemed to have considered all constraints and eventualities on
account of site conditions along pipeline route while formulating his bid. Contractor
shall not be eligible for any compensation in terms of cost and/ or time, on account of
site conditions along pipeline route varying to any extent from whatever described in
the Bid Package and the drawings furnished along with the Package.
Contractor has carried out soil textural classification and soil resistivity survey. It shall
be Bidder's responsibility to verify the available data and satisfy himself with regard
to accuracy and utility of data. Contractor shall not be entitled for any compensation
in time or cost in case of any variation in actual site conditions from the data
furnished in the Bid Package. It shall be Bidder's responsibility to familiarise himself
with sub-soil conditions along the pipeline route, and work the lengths of pipeline to
be laid in different subsoil conditions including quantum of rock excavation that would
be necessary. Unit rates for pipeline construction as quoted by Bidder shall include
the above and be inclusive of all excavation. No extra compensation shall be
payable to Contractor for any kind of excavation whatsoever.
3.2.2.4 The agricultural fields may have lots of PVC or other pipelines being used by farmers
for irrigation purposes. CONTRACTOR shall ensure that these lines shall not be
damaged/ cut affecting the water supply to adjoining fields. Wherever required
temporary arrangement for water flow to adjoining fields have to be maintained.
For pipeline construction purposes, in general, a 18 metre minimum wide ROU will
be made available to Contractor by the Owner. Proposed 10” dia. & 8” dia pipelines
are to be laid parallel in the common trench in same ROU. However, in certain
restricted areas such as orchards, private holdings, congested areas, etc., the ROU
may be restricted to a width less than 18m. Where the pipeline passes through forest
areas, the ROU will be restricted to required width as made available by forest
department. Wherever ROU is restricted to a width less than the one indicated,
Contractor shall arrange at his own any additional area without cost implication. All
safety precaution as per recommended practice of construction for proposed
underground pipeline parallel to existing underground pipeline within same ROU
shall be followed strictly to the entire satisfaction of Engineer-in-charge, before
carrying out any type of job for laying of underground proposed pipeline till
completion of the complete work. Contractor shall carry out construction work in the
width as made available to him with no time and cost implication to the Owner. It
shall be Contractor's sole responsibility to make arrangement for any additional land
required for fabrication, construction, storage and all other work areas, if required.
The contractor shall notify the owner the probable date of commencement of work at
ROU site at least two (2) weeks in advance to enable the owner to arrange handing
over of the ROU/ site on the date requested. Should contractor fail in such
notification, the owner shall not be liable for any claim by contractor, of whatsoever
nature, for delay in the available of a ROU/ site.
3.2.2.7 Carrying out inspection of OWNER supplied line pipes and pipe corrosion coating at
the time of receiving and taking-over. Carrying out all repairs, to pipe and pipe
coating, including supply of all materials. All handling, lifting, stacking of coated/ bare
pipes required during inspection.
3.2.2.8 Carrying out repairs (including supply of all materials) of line pipe and pipe coating
which will include repair of all defects/ damages occurring during transportation and /
or handling after receiving and taking over.
3.2.2.9 Loading, unloading, handling, stacking, storing and transportation to workshop / work
site of all materials that may be used for the construction of pipeline system either
supplied by OWNER at their designated stack yard/ dump site / store and / or by
CONTRACTOR as the case may be.
3.2.2.10 ROU acquisition/ permission of laying the pipeline including permission for all
crossing i.e. rail, road, river, foreign hydrocarbon pipeline etc. shall be responsibility
of Owner. However obtaining all necessary approvals and work permits from
concerned local authorities and respective Owner’s having jurisdiction, as applicable
for performing the work including shifting/ relocation and restoration of telephone/
electrical poles and underground pipes and other utilities etc. as required by local
authorities and as directed by OWNER shall be responsibility of contractor.
3.2.2.10A Part of the ROU of pipeline is rocky. Blasting is not permissible. Contractor shall
deployed mechanical tools & tackles for rock breaking.
of coated pipes to ROU along the route, stringing, aligning, bending, welding, NDT
including radiography by X-ray and ultrasonic (if required), inspection, field weld joint
coating including supply of all materials, protective coating of long radius bends
including supply of materials as per specifications, sand padding, laying and lowering
of the pipeline, back filling, slope breakers as required, carrying out rail, road, canal,
utility and submerged minor and major water course crossings including installation
of carrier pipe inside casing pipe at cased crossings wherever required, bank
stablisation of water course crossings as required, crossing of river/ canal by
conventional method and arranging all additional temporary land/ area required for
construction purposes. Supply and installation of antibuoyancy measures viz.
continuous concrete coating, saddle weights, extra cover etc. on pipeline as shown
in approved drawings and as directed by OWNER, installation of supports wherever
required, supply of select backfill material as required, clean-up, pigging, flushing,
gauging, hydrostatic testing with the quantity of inhibitor as required, dewatering with
the additive, at required dosage, swabbing, pre-commissioning and commissioning
of complete pipeline system, including all associated works as per relevant
specifications, standards and approved drawings.
3.2.2.12 Welding of all tie-in joints including tie-in joints and bends on either side of major river
crossings/ with adjoining pipeline installed by others/ other facilities as required,
cutting of test header, rebevelling and tie-in with adjacent pipeline segments.
3.2.2.13 Field weld joint coating shall be by heat shrink sleeve/ other suitable material as per
specification enclosed with bid package compatible of pipe coating material.
3.2.2.14 Carrying out corrosion coating of Long Radius (LR) bends if any. Coating shall be
carried out by heat shrink sleeve (Raychem or equivalent) / other suitable material as
per specification enclosed with bid package for field joint coating as mentioned in
clause 3.2.2.13 above.
3.2.2.15 Installation of casing pipes (by open cut/ jacking/ boring) assembly, including supply
of all materials (excluding free issue material if any) viz. casing pipe, casing
insulators and end seals, vents and drains etc. complete, at cased crossings as per
the drawings/ specifications enclosed with bid package.
Cased crossings shall be installed at locations indicated in alignment sheets. The
number of crossings indicated in alignment sheets is subject to change based on
engineering, construction and statutory requirements or the requirements of the
authority having jurisdiction over a utility crossing.
3.2.2.16 All works/ provisions including installation of slope breakers to be provided in the
trench in areas where slope is more than 1 in 10.
3.2.2.17 Sand/ soft soil padding around pipe wherever required in areas where trenching has
been done in rock including supply of sand/ soft soil. The thickness of sand/ soft soil
padding at the bottom of pipe shall be 300mm in rocky areas.
3.2.2.18 Installation of all inline/ online instruments/ valves/ insulation joints/ appurtenances
etc. as per requirements of approved drawings.
3.2.2.19 Crossings
For all crossing, including above mentioned shall be crossed by heaviest wall
thickness carrier pipe among available pipes at site or as per approved drawings/ as
decided by Engineer-in-charge.
The general arrangement drawings for railway crossings shall be approved by Indian
Railways and construction shall be carried out accordingly. These drawings shall be
made available to the Contractor at appropriate time during the execution of the
project. Pipeline at railway crossings shall be provided with a casing pipe. The
casing pipe shall be at least three nominal pipe sizes larger than carrier and shall be
installed by boring/ jacking. It should be noted that the extent of casing pipe
generally specified by Railways, is 15.0m beyond centrelines of the outermost tracks
on either side or 0.6 meter beyond the ROU limits of railways on either side,
whichever is more. All railway crossings shall be cased crossings. The railway
crossing shall comply with the requirements of API 1102 and Indian Railway
regulations. The crossing angle shall be as close to 90° as possible.
i) The method of crossing of roads such as open cut/ boring shall be firmed up
by Contractor in consultation with concerned authorities and Company. The
Contractor shall also take due care to identify and take due precautions so as
not to disturb or damage the utilities like cables, water lines and other
structures.
ii) After laying the pipeline in a road crossing by open cut method, the
Contractor shall completely restore the road to its original condition.
iii) While laying the pipeline in road crossings by open cut method the
Contractor should ensure that the traffic is not stopped during the execution
of work. This may be done by cutting half of the road at a time so as to
enable the traffic to pass on the remaining half of the road. Alternatively, the
Contractor can provide diversion roads to maintain the flow of traffic.
iv) The Contractor shall provide proper caution boards during day time and
danger lights during night time when the cutting operation of the road is going
on.
For cased crossings, the pipeline should be taken through the casing pipe which
should be at least 1.2 metres below the road top as specified or as per the
requirements of local authorities, whichever is higher. All national highway and state
highway as indicated in relevant drawings/ alignment sheets/ or as directed by
Engineer-in-charge shall be cased crossing.
x) The major canals with lining/ perennial canals need to be crossed by HDD/
boring method only.
Contractor shall cross the road/ canal etc. by HDD at locations as directed by Owner/
Consultant as per crossings survey drawing enclosed with tender. Before start of
HDD, the contractor shall ascertain by pre-construction survey all underground
obstacles namely electrical/ telecommunication cable, foreign pipeline, water line,
drain/ sewerage line and prepare crossing profile drawings showing all elevations &
levels. The contractor shall also ascertain, the type of soil & their terrain whether
rocky or normal by way of trial pit etc. before start of job. The contractor shall submit
procedure, profile drawing with complete design calculations of HDD as per
requirement of ASME B31.4/ OISD norms and safety requirement that pipe is not
under stress during and after crossing for Owner/ Consultant’s approval prior to start
the execution of works.
Contractor shall determine the minimum allowable elastic bend radius for pipe from
the following considerations:
Total maximum longitudinal stress in the pipeline due to tension and bending
at any location shall not exceed 90% of the SMYS of the pipe material.
The minimum allowable radius of curvature for the pipeline shall be the highest value
of the minimum pipeline elastic radius as computed from the considerations outlined
in clause no. i), ii) & iii) above after correction for drilling inaccuracies (or
multiplication by the factor 1.85) whichever results in the highest permissible value of
minimum elastic bend radius.
Contractor shall ensure all safety norms regarding distances from end point or from
bottom of crossing and also ensure that external coating of pipe is not damaged
during pulling & handling of pipe for crossing. For field joint coating in pipeline string
made for HDD, special type of heat shrink sleeve shall be used as per specification
enclosed with the tender. For line pipe coating repair, special type of high shear
strength repair patch material shall be used which characteristic shall be same or
equivalent as original wrapround heat shrink sleeve used in pipeline string for HDD
crossing.
The contractor shall ensure that no U/G existing utilities/ pipelines/ cables etc. are
damaged. It shall be responsibility of contractor to compensate any loss or damage
to other agency if damaged while crossing. All statutory permission from concerned
authority shall be arranged by Contractor before start of job. Contractor shall deploy
only HPCL’s/ MECON approved HDD Agency and approval of agency shall be
sought before deploying HDD agency.
Contractor shall hydrotest the pipeline as per specification enclosed with tender. The
test duration shall be minimum 24 hours. After successful completion of hydrostatic
testing of the pipeline, Contractor shall dewater the pipeline. The dewatering
operation shall consist of at least two dewatering runs of four-cup bi-directional pigs
propelled by compressed air. As a minimum, Contractor shall continue the
dewatering operation until the volume of water removed by the last pig train is less
than volume of 2 metres of full pipe length.
The pipeline/ section(s) of pipeline shall never be left empty (filled with air) after
dewatering/ swabbing. Contractor shall take up dewatering and swabbing of pipeline
after hydrotesting only when Contractor is ready for carrying out the drying operation
immediately following pipeline swabbing. Till such time Contractor is ready to start
drying of pipeline, the pipeline/ section(s) of pipeline after hydro testing shall be kept
filled with inhibited water or the pipeline/ section(s) of pipeline shall not be
dewatered. Preservation of pipeline using inhibited water from the time of completion
of hydro testing till Contractor is ready for drying of pipeline shall be carried out by
Contractor as part of his scope of work at no extra cost to Owner.
After the results of swabbing operation has been accepted by Owner, nitrogen
purging of line may be started for pre-commissioning activities as per specification.
For Major Leak/ Burst (attributable to Owner), which can be traced visually by re-
excavation – rates for locating and rectification shall be paid as per item included
in mainline SOR for each Leak/ Burst.
For Minor suspected Leak (attributable to Owner) which can not be visually
located and which requires sectionalising of pipeline or any other suitable means,
rates of activities for leak detection shall be derived from rates of equipments and
manpower available in the Contract. However for the pipe which needs to be
replaced after the leak has been located, the payment will be made as per SOR
item i.e. same as (b) above.
The pipeline from shall be hydrostatically tested to a minimum test pressure of 1.4
times the design pressure of 49 kg/cm2 such that the highest point of the test section
shall be subjected to the same but limited to 90% of SMYS of the pipe material.
3.2.2.22 All tie-in joints including tie-ins with existing facilities, if any. All tie-ins shall be
welded tie-ins.
3.2.2.23 Markers
Installation of all types of markers including all associated civil works. Any other work
not specifically mentioned above but required for making the entire pipeline system
ready for operation.
Cathodic Protection System is included in this tender’s scope, however for detail
refer Annexure-IV of Particular Job Specification.
3.2.2.25 Priorities
The Contractor shall start the execution work for entire length of mainline
simultaneously and shall deploy adequate manpower, machinery, tool & tackles etc.
accordingly.
However, Owner may, at its sole option, assign priority of construction to either
any spread or any section in spread of total pipeline length or to any part/ segment
of the work. Contractor shall comply with such priority of execution and their
deployment without any time and cost implication to the Owner.
Owner has got the entire pipeline route surveyed and survey pillars have been
established along the pipeline centreline or the ROW centreline and along the
pipeline route. However, the pipeline route survey had been carried out sometime
back and when Contractor mobilise at site, some of the survey pillars may be
missing from ground. It shall be Contractor's responsibility to re-establish all missing
survey pillars based on the survey data furnished by the Owner. Such work shall be
done at no extra cost or time to Owner.
Where the pipeline route passes through forest/ plantation areas, Contractor shall
clear only the minimum width required for laying the pipeline as per Owner approved
procedure for pipeline construction. Number of trees/ plants to be felled down shall
be restricted to a minimum. Re-plantation as per guideline / norms by Ministry of
Environment & Forest.
Clean-up and restoration of ROW and other conveniences like road, rail, canals,
cultivable land etc. to original conditions as per specification and drawings to the
entire satisfaction of OWNER and/ or Authorities having jurisdiction over the same,
including disposal of surplus construction materials to a location identified by
CONTRACTOR approved by local authority without causing any disturbance to
environment, locals and to the entire satisfaction of OWNER.
During ROU clearing, the vegetation shall be cut off at ground level leaving the
roots intact. Only stumps and roots directly over the trench shall be removed for
pipeline installation.
3.2.2.32.1 Drying and pre-commissioning including supply of all materials, consumables and
manpower of the complete pipeline system and terminal piping work.
3.2.2.32.2 Making the entire system ready for commissioning and providing assistance during
the complete duration of commissioning operations.
• Erection of all valves and equipments viz. Basket Filter, Pumps, scraper
launcher/receiver, sump tank etc. as detailed in SOR.
• Supply of assorted pipe, fasteners, gaskets, fittings, flanges & utility piping &
piping supports and other supply wherever specified as per SOR.
• Taking delivery of free issue materials from HPCL’s designated stores and its
transportation to site.
• All fabrication, erection, testing and commissioning of piping above ground at
all elevations and below ground at all depths including installation of scrapper
traps, pig handling system, all valves and valve actuators, insulating joints,
pig signallers, flow tees, TSV and other fittings and associated piping works
as per drawings and specifications.
All mechanical works of under ground and above ground, complete piping
including fabrication, welding, all non destructive testing of welds repairs/
pretesting, hydrostatic testing, cleaning/ flushing, functional testing, cutting of
mainline and bevelling (if required), excavation in all types of soil for
installation of piping and pipe supports.
• Installation of all inline/ online instruments.
• Obtaining all necessary approvals and work permits from concerned local
authorities having jurisdiction including hot work permit as applicable for
performing the work.
• Carrying out welding including cutting, edge preparation (inclusive of grinding
the edges on fittings, flange, etc. to match with the matching edges of
different thickness wherever required, bending, pre-heating wherever
required, NDT including radiography of gamma-ray and other non-destructive
tests specified. NDT requirements for process and other piping shall be in
accordance with relevant specifications enclosed with the tender document.
• Preparation of isometric drawings and final bill of material based on piping
GAD supplied by MECON.
• Cleaning and servicing of all free issue materials including equipment, valves
to make it suitable for installation.
• All utility and fire hydrant lines as detailed in SOR.
• Completion of all piping and mechanical works as detailed in SOR.
• Terminal station piping shall be hydrostatically tested to the test pressure in
accordance with Specification for piping fabrication, erection. Test pressure
shall be 1.4 times design pressure and minimum duration of test shall be six
(6) hours. All ball and plug valves in the piping network being hydro tested
shall be kept in the partially open position.
Installation of scrapper launcher and receiver including pig handling system, Basket
Filters, TSVs & Pumps etc. along with other vessels as detailed in SOR.
Defects due to Contractor’s fault noticed during trial runs shall be rectified by him.
The detailed indicate in SOR estimated numbers, dimensions and weights of the
Rotating Equipments. The actual data dimensions and weights will be in the
vendor data manuals.
The term Rotating Equipments signifies all pumps, compressors, steam & gas
turbines, diesel engine / steam turbine / gas turbine generator sets along with
drivers accessories & auxiliary systems.
The following drawings will be provided by the Owner, which are to be followed for
erection of each Rotating Equipment.
- For all Rotating Equipment, the Contractor shall follow the proper
sequence for assembly and erection. Couplings of rotating equipment
received along with driver in assembled condition, shall be dismantled by
the Contractor, if required and alignment shall be rechecked. Realignment,
if required, shall be done before recoupling.
- Where drivers and couplings are provided separately, drilling and tapping
of holes in the base plates for fixing drivers, fixing of coupling on shafts,
after enlarging the pilot bores to the correct size with key way etc. and
dowelling including provision of dowel pins bores to the similar
arrangements for retaining the alignment shall be carried out by the
Contractor as part of erection work. Shims & wedges as required for
- All process and utility (such as cooling water, steam flushing, quenching,
lubricating oil, sealing etc.) connections connected with rotating equipment
and its auxiliaries shall be fabricated and / or installed by the Contractor
from materials supplied by the Owner as per drawings, specification and
instructions of the Engineer-in-charge.
- All piping and accessories supplied with the rotating equipment such as
seal oil system cooling water system & Lube oil system etc. shall be
tagged separately and kept in Contractor's stores till erection. All flanged
connections and openings snail be kept blanked with dummies / plugs to
prevent entry of foreign matter.
- After the piping has been connected, the alignment shall be re-checked by
the Contractor, to ensure that piping connections do not induce any undue
stresses on the Rotating Equipments. After making necessary corrections
on the piping, if any, re-alignment shall be done by the Contractor and he
will ensure that no undue stresses are induced on the Rotating Equipment.
SPECIAL INSTRUCTIONS
Pumps
(b) Pumps mounted on base plate and couplings and driver supplied
loose in separate packings.
Civil Works
Civil works shall be carried out as per the scope detailed in particular scope of
work as detailed in Technical Input (Annexure-I) and SOR.
Structural Works
Structural works shall be carried out as per the scope detailed in particular scope
of work as detailed in Technical Input (Annexure-I) and SOR.
3.2.3.4 Instrumentation
Instrumentation works shall be carried out as per the scope of work as detailed in
Technical Input (Annexure-II) and SOR enclosed elsewhere with the tender.
3.2.3.5 Telecom
Telecom works shall be carried out as per the scope of work as detailed in Technical
Input (Annexure-III) and SOR enclosed elsewhere with the tender.
Cathodic Protection System works shall be carried out as per the scope of work as
detailed in Technical Input (Annexure-IV) and SOR enclosed elsewhere with the
tender.
Fire Fighting System works shall be carried out as per the scope of work as detailed
in Technical Input (Annexure-V) and SOR enclosed elsewhere with the tender.
3.2.3.8 Painting
• Wherever the gas charged piping network exists, the sand blasting may be
replaced by soft material such as copper grit blasting to avoid sparking.
• For equipment, valves and other free issue items only one finish coat of final
paint will be provided.
Three Layer PE Coated line pipes as per details indicated in clause 1.2 Company
shall supply bare and externally corrosion coated line pipe with 3-Layer polyethylene
coating.
Contractor shall receive and take over the pipes at designated place of issue from
coating supplier at their works. At the time of taking-over contractor shall perform
inspection of pipes and pipe coating and record all defects noticed in the presence of
Company’s Representative. Contractor shall repair all defects recorded at the time
of taking-over of pipes, and shall be compensated as per rates set forth in the
Schedule of Rates.
Any repairs to 3-Layer Polyethylene coating shall be carried out by Contractor using
suitable material compatible with parent coating system and meeting the
requirements of coating system specified in specification for 3-layer polyethylene
coating. The coating repair material and procedure for application shall be submitted
to MECON for approval prior to start of construction.
4.1.2 All types of valves i.e. Ball, Globe, Gate, Plug & TSV , ARV and Check Valves
valves only Size 8’’ and above. Rest of the valve size 6‘’ and below are in contractor
scope of supply.
4.1.10 DG Set
4.2 Company storage point for issue of materials shall be from the Company’s store as
indicated below:
Line pipe shall be issued at designated store of HPCL. Contractor has to lift, coated pipe
from storage/ dumpyard located Bahadurgarh. However, other free issue materials as
soon as reached at site, HPCL may directly hand over the same to contractor at site or
shall hand over from its store / dump yard at Bahadurgarh and from nearby storage yard
in the region. Contractor shall preserve the received material in good condition along with
required documentation as per clause no. 4.3 mentioned below. Contractor shall also
return materials after completion of work to HPCL’s designated store at above-mentioned
location as directed by Owner/ Engineer-in-charge.
Contractor shall prepare and submit Material Issue Vouchers to enable stage wise issue
of materials. All materials shall be issued for incorporation in permanent works only and
shall not be used for any temporary or ancillary works without the written consent of
Engineer-in-charge. These materials shall be issued to the contractor from the Owner’s
storage points. Contractor shall be responsible, at this own cost, for lifting of the
materials from Owners issue points, measuring, weighing, loading, unloading,
transportation and return of materials to designated storage points. Contractor shall also
be responsible for constructing covered godowns with adequate supports and clearances
Every month the contractor shall submit an account for all the materials issued by the
owner in the proforma prescribed by the Engineer-in-charge. On completion of the work,
the contractor shall submit materials appropriation statement for all materials issued by
Owner.
4.3.1 All materials issued by the COMPANY to the CONTRACTOR shall be preserved against
deterioration and corrosion. Any damages/losses suffered on account of poor or
improper storage while under CONTRACTOR'S custody and non-compliance with the
requirements stipulated herein shall be considered as losses suffered due to willful
negligence on the part of the CONTRACTOR and he shall be liable to compensate the
COMPANY, for the losses suffered, at penal rates as elaborated elsewhere in the bid
document.
All materials supplied by the COMPANY shall be duly protected by the CONTRACTOR
at his own cost with appropriate preservative like primer/lacquer coating, grease etc, if
required.
The Contractor shall be required to take Insurance Cover in terms of general conditions
of contract.
4.3.2 The CONTRACTOR shall check that valves, fittings and pipes are not subject to
corrosion from hydrostatic test liquid remaining saturated in the packings. Any such
conditions when detected should be brought to the notice of the Engineer-in-charge
and remedial measures taken as directed. Small and medium size pipe fittings shall
be stored in rack to be constructed from this purpose in a covered godown. When
large size pipe fittings are to be stored, these may be kept in the open on surfaced
storage yards on proper wooden supports.
4.3.3 All machined surfaces shall be properly greased and shall be maintained and
protected from damages.
4.3.4 Openings of equipment, machinery, valves etc. shall be kept blocked/ covered with
blinds to prevent entry of foreign matter.
4.3.5 All valves, instruments, control valves, actuated valves, pressure gauges,
thermometers etc. supplied independently, as well as alongwith equipment and
machinery shall be stored separately, inside the covered godown on racks.
4.3.6 As far as possible materials shall be transported to the erection site, just prior to their
actual erection and shall not be left laying around indefinitely. Instructions for the
Engineer-in-charge shall be followed strictly in this regard.
Immediately prior to aligning pipe for welding, the bevelled ends of each joint of pipe
and the area immediately adjacent thereto (at least 25 mm from the edge on the
inside and outside of the pipe) shall be thoroughly cleaned of paint, rust mill scale,
dirt or other foreign matter by use of power driven wire buffing wheels, disc sanders,
or by other method approved by COMPANY. This shall be done at no extra cost.
All damaged ends of pipe that are bent, cut or otherwise mutilated such that, in the
opinion of the COMPANY, faulty alignment or unacceptable welding would result,
shall be repaired or cut-off and rebevelled to the correct angle with a bevelling
machine of a type approved by COMPANY. No compensation shall be allowed by
reason of such re-cutting or bevelling, except when required because of the original
bevel being damaged before the pipe is "taken over" by CONTRACTOR.
CONTRACTOR shall rebevel dented bevel ends with a depth of dent between 1 and
3 mm. Dents over 3 mm depth shall be repaired by cutting and rebevelling. The
CONTRACTOR shall be entitled for extra compensation only for cutting and
rebevelling of defects recorded at the time of taking delivery as per the rate set forth
in the "Schedule of Rates".
The procurement and supply, in sequence and at the appropriate time, of all
materials and consumables required for completion of the work as defined in this Bid
document except the materials specifically listed under para 4.1 above, shall be
entirely the CONTRACTOR'S responsibility and item rates quoted for the execution
of the CONTRACT shall be inclusive of supply of all these materials. The material to
be supplied by the Contractor shall be as per specification and preferred make as
indicated in Appendix-I or duly approved / recommended for use by HPCL/ MECON.
The materials will be, but not by way of limitations, as follows:-
4.4.1 Mainline
4.4.1.1 Field joint coating material for 3 layer PE coated pipes comprising of heat
shrinkable wrap around sleeves (HTLP 80 or equivalent) complete with adhesive/
other suitable material compatible with pipe coating material. Special sleeve for
HDD string as per specification. The cutback length shall be 120 + 25(-0)mm.
4.4.1.2 Coating repair material compatible and suitable for 3 layer PE coated line pipe
comprising of repair patches complete with adhesive.
4.4.1.3 All materials for all types of pipeline markers including cement, sand, reinforcements,
structural steel etc.
4.4.1.4 All materials required for continuous concrete coating/ saddle weights for
providing negative buoyancy to the pipeline wherever required.
4.4.1.5 Supply of nitrogen and other consumables, tools and tackles required for venting,
predrying, purging and filling of mainline.
4.4.1.6 Supply of bare casing pipe including all other material like casing insulators, end
seals, vent & drain assembly etc. for cased crossing if required as indicated in
SOR.
4.4.1.7 All other items/ materials as may be required for completion of contractual scope
of work and not covered under material to be supplied by company as free issue
material at 4.1.
4.4.1.8 Supply of Long Radius Bends in Contractor scope as detailed in SOR. However,
bare pipe shall be free issue.
4.4.2 Terminals
All other items/ materials as may be required for completion of contractual scope
of work and in SOR but not covered under material to be supplied by company as
free issue material at 4.1.
4.4.2.3 Instrumentation
All instrumentation item as per particular SOR and scope of work for
instrumentation item Annexure-II SOR in Contractor’s scope of supply.
4.4.2.4 Telecom
All telecom item as per particular SOR and scope of work for instrumentation item
Annexure-III SOR in Contractor’s scope of supply.
4.4.2.5 All painting materials. Paint shall be suitable for highly corrosive environment.
4.4.2.6 Detailed list of items to be procured and supplied by contractor for mainline &
terminal shall be as indicated below:-
4.4.3 General
4.4.3.1 All consumables for welding such as oxygen, acetylene, inert gases and all types
of electrodes suitable for pipes of grades as specified in the specification, low
hydrogen electrodes, filler wire, solder wire, brazing rods, flux etc. for welding /
cutting and soldering purpose.
4.4.3.2 Equipment like hydrostatic pump etc., water and corrosion inhibitor for water used
for hydrostatic testing including all pipes, fittings and equipment, metallic blinds,
temporary gaskets as required for filling, pressurising and dewatering in
connection with hydrostatic testing completion.
4.4.3.3 All pigs for cleaning, gauging, filling, dewatering and swabbing of pipeline.
4.4.3.4 All pipes, fittings and equipment metallic blinds temporary gaskets as required for
filling, pressuring and dewatering in connection with hydrostatic testing
completion.
4.4.3.6 Materials and equipment required for all types of test such as radiography,
magnetic particle and dye penetrant examination.
4.4.3.7 All safety tools/tackles, devices / apparatus / equipment etc. including ladders and
scaffoldings etc. complete as required.
4.4.3.8 Supply of nitrogen and other consumables, tools and tackles required for venting,
predrying, purging and filling of station piping.
4.4.3.9 Any other material not specifically listed herein, but required for the execution of
the work.
4.4.3.10 List of materials required to be supplied and quantities indicated in SOR is tentative.
These quantities can vary during execution to any extent and the same unit rate shall
be applicable for payment. Final quantities will be based on the drawing issued to the
contractor for construction. Quantities covered in SOR are for as erected quantities.
Bidder will procure additional materials as required to cover cutting, scraps,
wastages and damages during erection, testing and commissioning. For these extra
quantities no additional payment will be made.
5.1 Owner shall furnish piping and Instrumentation diagrams (P & I D), preliminary plot
plan for the construction of Terminal alongwith the tender. Owner shall also supply
design & engineering drawings and construction drawings including general
arrangement drawings for piping, electrical, mechanical & instrumentation systems
and other related/ required systems, at appropriate times and as requisitioned by
contractor in his time schedule.
5.2 Contractor shall prepare isometric drawings & bill of materials and submit the same
for Owner/ Consultant’s approval/ record.
Contractor shall prepare drawing for utilities line as required as per SOR and
submit the same for Owner/ Consultant’s approval/ record.
5.3 No construction small or big shall be carried out without proper construction drawings
duly approved by Owner's Engineers at Delhi or site office or Owner's representative
duly authorised to do so.
For Mainline route survey alignment sheets and crossing survey details shall be
furnished alongwith bid by Owner. However, detail crossing drawings with crossing
methodology shall be submitted by Contractor for prior approval. Any additional
survey and data required to complete above shall be done by Contractor without any
extra cost.
Contractor shall also submit soft copy of pipe book in excel alongwith hard copy.
Soft copy of all as-built drawings shall be also submitted in AutoCAD. Video
graphy/ photograph of all major activities/ milestone achieved shall also be
arranged and submitted by the Contractor. For details of documentation to be
submitted for mainline and terminal refer enclosed specification for documentation
for pipeline construction Specification NO. MEC/S/05/62/09R enclosed elsewhere
with the tender.
5.5 Specifications
The work shall be carried out by CONTRACTOR strictly in accordance with the
following specifications enclosed in Volume II of this document: -
VOLUME-II OF IV
VOLUME-III
Drawings
5.6 The following drawings are included in Vol-IV of the bid package for BIDDER’s reference
purpose only; Bidders are advised to go through these drawings and also visit the site
before submitting their bids. The Contractor shall develop the drawings for all crossings
and detour of pipeline alignment.
VOLUME-IV
I. Mechanical Drawings
12. Detail of Trench Dimension & Backfilling for U/G P/L MEC/23LK/05/21/M/000/1029
V. Telecommunications Drawings
5.7.1 The drawings accompanying the Bid document are indicative of scope of work and
issued for tendering / bidding purpose only. These drawings indicate the general
scheme as well as the layout to enable the contractor to make an offer in line with the
requirements of the owner. Final construction shall be done as per approved
construction drawings issued by COMPANY.
5.7.2 "Approved for Construction" drawings will be furnished to the contractor progressively
based on construction progress achieved by Contractor. No extra claims whatsoever
shall be entertained for any variation between Bid Drawings and Approved for
Construction Drawing.
The Contractor shall not recruit personnel of any category from among those who
are already employed by the other agencies working at the sites but shall make
maximum use of local labour available.
No water and power will be provided by the owner. It should be the responsibilities
of the contractor to arrange water and power at his own cost.
Owner shall not provide any land for residential accommodation of contractors staff
and labour.
a) Time Schedule
The Completion Time Schedule for the work (including mobilization period)
as per Appendix-I to Invitation for bid, PART-A of Tender in all respect, from
the date of issue of telex/telegram/letter/Fax of Intent.
The Bidder is required to submit a Project Time Schedule in Bar Chart Form,
alongwith the Bid. The Schedule shall cover all aspects like sub-ordering,
manufacturing and delivery, indicated in the Bid Document. The Owner
interface activities shall be clearly identified with their latest required dates.
Owner reserves the right to disqualify the Bidder if the above Schedule
submitted by the Bidder is not in line with the over all Project requirement.
The network will be reviewed and approved by Engineer- in-Charge and the
comments if any shall be incorporated in the network before issuing the
same for implementation. The network thus finalised shall form part of the
contract document and the same shall not be revised without the prior
permission from Engineer-in- Charge during the entire period of contract.
c) Functional Schedules
The Contractor shall present the programme and status at various review
meetings as required.
B) Weekly Reports
C) Daily Repots
7.5.1 CONTRACTOR shall make every effort to keep the OWNER adequately informed as
to the progress of the WORK throughtout the CONTRACT period.
CONTRACTOR shall keep the OWNER informed well in advance of the construction
schedule so as to permit the OWNER to arrange for requisite inspection to be carried
out in such a manner as to minimize interference with progress of WORK. It is
imperative that close coordination be maintained with the OWNER during all phases
of WORK.
7.5.2 By the 10th (tenth) of each month, CONTRACTOR shall furnish the OWNER a
detailed report covering the progress as of the last day of the previous month. These
reports will indicate actual and scheduled percentage of completion of construction
7.5.3 Once a week, CONTRACTOR shall submit a summary of the WORK accomplished
during the preceding week in form of percentage completion of the various phases of
the WORK, to the OWNER.
7.5.4 Progress reports shall be supplied by CONTRACTOR with documents such as chart,
networks, photographs, test certificate etc. Such progress reports shall be in the
form and size as may be required by the OWNER and shall be submitted in at least
3 (three) copies.
7.5.5 Contractor shall prepare daily progress report (DPR) in the desired format and
submit it to Engineer-in-charge alongwith schedule of next day to Engineer-in-
charge.
8.0 CONSTRUCTION
8.2 Procedures
CONTRACTOR shall have at all times during the performance of the WORK, a
Competent Superintendent on the premises. Any instruction given to such
superintendent shall be construed as having been given to the CONTRACTOR.
CONTRACTOR shall be solely responsible for making available for executing the
work, all requisite Construction Equipments, Special Aids, Cranes, Tools, Tackles
and testing equipments and appliances. Such construction equipments etc. shall be
subject to examination by owner and approval for the same being in first class
operating condition. Any discrepencies pointed out by OWNER shall be immediately
got rectified, repaired or the equipment replaced altogether, by CONTRACTOR.
OWNER shall not in any way be responsible for providing any such equipment,
machinery, tools and tackles.
The OWNER reserves the right to rearrange such deployment depending upon the
progress and priority of work in various sections.
Tie-end between main line and starting point of terminal is included in the scope of
contract, as and when main line section is available for Tie-ins.
9.0 DOCUMENTATION
The Contractor shall shoot, prepare and submit coloured photographs in 2 sets to
MECON / HPCL site office along with monthly progress report covering all the
activities of pipeline constructions highlighting the progress or other areas of work.
Similarly photographs for problem areas should be submitted well in advance with
a proposed methodology to execute the works and meet the construction
schedule. The cost of same shall be deemed to be inclusive in the rates and no
separate payment shall be made.
9.4 Videotape
Contractor shall develop and submit a videotape of three hours duration covering
the construction activities showing the nature and magnitude of the work. The
tape shall be shot and edited to Indian broadcast standards. Professional
camerapersons shall shoot videotape recorded in field. Tape shall cover, but not
limited to the following construction activities:
10.1 Before the WORK or any part thereof are begun, the CONTRACTOR's agent and
the Engineer-in-Charge's representative shall together survey and take levels of the
SITE and decide all particulares on which the survey is to be made, and on which
measurements of the WORK are to be based. Such particulars shall be plotted by
the CONTRACTOR and after agreement the drawings shall be signed by the
Engineer-in-Charge.
10.2 The CONTRACTOR shall be entirely responsible for the horizontal and vertical
alignment, the level and correctness of every part of the WORK and shall rectify any
10.3 The Engineer-in-Charge shall furnish the relevant existing grid point with Bench Mark
on the land. It shall be CONTRACTOR's responsibility to set out the necessary
control points in and to set out the alignment of the various works. The
CONTRACTOR shall have to employ efficient survey team for this purpose and the
accuracy of such setting out work shall be CONTRACTOR's responsibility.
10.4 The CONTRACTOR shall give the Engineer-in-Charge not less than 24 (twenty four)
hours notice in writing of his intention to set out or give levels for any part of the
WORK so that arrangements may be made checking the same.
10.5 WORK shall be suspended for such times as necessary for checking lines and levels
on any part of the WORK.
10.6 The CONTRACTOR shall at his own expense provide all assistance, which the
Engineer-in-Charge may require for checking the setting out ot WORKS.
10.7 Before commencement of any activity, contractor's quality control set up duly
approved by company must be available at site.
11.1 The order in which the WORK shall be carried out shall be subject to the approval of
the Engineer-in-charge and shall be so as to suit the detailed method of construction
adopted by the CONTRACTOR, as well as the agreed joint programme. The WORK
shall be carried out in a manner so as to enable the other contractors, if any, to work
concurrently.
11.2.1 Drains, pipes, cables, overhead wires and similar services encountered in course of
the works shall be guarded from injury by the CONTRACTOR at his own cost, so
that they may continue in full and uninterrupted use to the satisfaction of the Owners
thereof, or otherwise occupy any part of the SITE in a manner likely to hinder the
operation of such services.
11.2.2 Should any damage be done by the CONTRACTOR to any mains, pipes, cables or
lines (whether above or below ground etc.), whether or not shown on the drawings
the CONTRACTOR must make good or bear the cost of making good the same
without delay to the satisfaction of the Engineer-in-Charge.
An Appendix-I of approved vendors for various major items is enclosed with this
tender specification. The bidder shall consider such names only as indicated in the
aforesaid list and clearly indicate in the bid the name(s) as selected against these
items. For any other item not covered in the list enclosed with this tender document,
prior approval shall be obtained by the contractor for its make/ supplier’s name.
All inspections and tests shall be made as required by the specifications forming part
of this contract. Contractor shall advise Owner/ Consultant in writing at least 10 days
in advance of the date of final inspection/tests. Manufactures inspection or testing
certificates for equipment and materials supplied, may be considered for acceptance
at the discretion of Owner/ Consultant. All costs towards testing etc. shall be borne
by the contractor within their quoted rates. All inspection of various items shall be
carried out based on Quality Assurance Plan, which will be submitted by the
Contractor and duly approved by Owner/ Consultant.
14.0 ESCALATION
The Unit Rates quoted shall be kept firm till completion of work, and no price
Escalation shall be paid.
i) Computerized R.A. Bill/ Manual Bill, with IT No./ ST No./ Labour Licence
No. printed thereon.
ii) ESI/ EPF clearance certificates for the last month alongwith R.A. Bills.
iii) Insurance Policy as per relevant clauses of Contract Agreement.
iv) Attendance Register and Salary Records.
v) Photocopy of the measurement book to be attached with R.A. Bills.
vi) Any other document required for the purpose of processing the bills.
vii) Registration Certificate with Sales tax authorities of state concerned.
Contractor shall at his own expense arrange, secure and maintain insurance
cover for Owner’s supplied free issue materials as defined in Tender Document.
Contractor’s quoted price shall be inclusive of all costs on account of insurance
liabilities covered under the Contract. Contractor to note that the beneficiary of
insurance cover shall be M/s Hindustan Petroleum Corporation Limited. (The
approximate cost of free issues material is Rs. 20.0 crores). The Contractor
may take the insurance as per the following schedule.
16.2.1 In addition to the insurance covers specified in the General conditions of Contract
to be obtained and maintained by the Contractor, Contractor shall at his own
expense arrange, secure and maintain insurance with Indian insurance
companies to the satisfaction of the owner as may be necessary and to its full
value for all such amounts to protect the works in progress from time to time and
the interest of Owner against all risks as detailed herein. The form and the limit of
such insurance as defined herein together with the under writer works thereof in
each case should be as acceptable to the Owner. However, irrespective of work
acceptance the responsibility to maintain adequate insurance coverage at all
times during the period of Contract shall be that of Contractor alone. Contractor’s
failure in this regard shall not relieve him of any of this responsibilities and
obligations under Contractor.
16.2.2 Any loss of damage to the equipment during inland transportation, storage,
erection and commissioning till such time the Work is taken over by Owner shall
be to the account of Contractor. Contractor shall be responsible for preferring of
all claims and make good for the damage or loss by way of repairs and/ or
replacement of the parts of the Work damaged or lost. Contractor shall provide
the Owner with a copy of all insurance policies and documents shall be submitted
to the owner immediately upon the Contractor having taken such insurance
coverage. Contractor shall also inform the Owner regarding the expiry
cancellation and/ or changes in any of such documents and ensure revalidation/
renewal etc., as may be necessary well in time.
16.2.3 The risks that are to be covered under the insurance shall include, but not be
limited to the loss or damage in handling, transit, theft, pilferage, riot, civil
commotion, weather conditions, accidents of all kinds, fire, war risk etc. The
scope of such insurance shall cover the entire value of supplies of equipments,
plants and materials.
16.2.4 All cost on account of insurance liabilities covered under this Contract will be to
Contractor’s account and will be included in Contract Price. However, the Owner
may from time to time, during the currency of the Contract, ask the Contractor in
writing to limit the insurance coverage risk and in such a case, the parties to the
Contract will agree for a mutual settlement, for reduction in Value Of Contract to
the extent of reduced premium amounts.
16.2.5 Contractor as far as possible shall cover insurance with Indian Insurance
Companies.
Refer Clause 6.0 equipment and instrumentation. Fill pump capacity shall
be such that pig travel speed is approx. 2 km/hr.
Following to be noted :
Appendix-I
To Particular Job Specification of Work
LIST OF SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS
Pipes (1239/3589)
1. TISCO, Calcutta
2. Jindal Pipes, New Delhi
3. Ajanta Tubes, New Delhi
4. Gujrat Steel Tubes
5. Indus Tubes, New Delhi
Ball Valves
1. Larsen & Toubro
2. Virgo
3. Microfinish Valves
4. Flow Chem
5. Shalimar Valves, Navi Mumbai
Plug Valves
Nordstrom Valves Inc., USA
Serck Audco Valves, UK
Breda Energia Sesto Industria Spa, Italy
Sumitomo Corporation, New Delhi
Fisher Xomox Sanmar India Ltd., New Delhi
Larsen & Toubro Ltd. (Audco India Limited, Chennai)
Flanges
M/s Aditya Forge Ltd., Vadodara
M/s Amforge Industries Ltd., Mumbai
M/s CD Engineering Co., Ghaziabad
M/s Echjay Forgings Pvt. Ltd. (Bombay), Mumbai
M/s Echjay Industries Ltd., Rajkot
M/s Forge & Forge Pvt. Ltd., Rajkot
M/s Golden Iron & Steel Works, New Delhi
M/s JK Forgings, New Delhi
M/s Metal Forgings Pvt. Ltd., Mumbai
M/s Perfect Marketings Pvt.Ltd,New Delhi
M/s Sky Forge,Faridabad
M/s S & G Faridabad
Fittings
M/s Commercial Supplying Agency, Mumbai
M/s Eby Industries, Mumbai
M/s Flash Forge Pvt. Ltd., Vishakhapatnam
M/s Gujarat Infra Pipes Pvt. Ltd., Vadodara
M/s M.S. Fittings Mfg. Co. Pvt. Ltd., Kolkata
M/s Stewarts & Lloyds of India Ltd., Kolkata
M/s Teekay Tubes Pvt. Ltd., Mumbai
M/s Pipe Fit,Baroda
M/s Sky Forge, Ballabhgarh
M/s S & G Faridabad
M/s Sawan Engineers, Baroda
Engineering Services Ent., Kolkata
Vivial Forge, Baroda
Gaskets
1. IGP Engineers (P) Ltd., Madras
2. Madras Industrial Products, Madras
3. Dikson & Company, Bombay
4. Banco Products (P) Ltd., Vadodara
Fasteners
1. Nireka Engg. Co. (P) Ltd., Calcutta
2. Precision Taps & Dies, Bombay
3. AEP Company, Vithal Udyoug Nagar
4. Fix Fit Fasteners, Calcutta
5. Precision Engg. Industries, Baroda
6. Echjay Forgings Pvt. Ltd., Bombay
7. Capital Industries, Bombay
Welding Electrodes
1. For Mainline – Lincon make
2. For Terminal – Lincon & D&H or equivalent
a) Fire Extinguishers
Avon Services (Production & Agencies) Pvt. Ltd., Bombay
Kooverji Devshi & Co., Bombay
Zenith Fire Services, Bombay
Safex Fire Services, Bombay
Reliable (Fire Protection) India Ltd., Bombay
c) R.R.L.Hose
1. Jayshree
2. Newage
D) Hoses
B) INSTRUMENTATION
1. AN Instruments
2. General Instruments
3. Wika
4. Wari
SS Tubes Fittings
Sandvik, Sweden
Excellsior
Hydair
Reliance
Multimetal
Astec Installation.
Choksi Tubes
Ratnamani Metals & Tubes
NFC
Aura INC, New Delhi
Fluid Control, Mumbai
Panam Engineers, Mumbai
Circor Instruments, Mumbai
Excel Hydro, Mumbai
1. Micro-Precision
2. Hydair Engg.
3. Technomatic India
4. Excellisior Engg.
5. Indocean Engineers
6. Circor Instruments, Mumbai
7. Excel Hydro, Mumbai
8. Aura INC, New Delhi
C) NDT AGENCY
D) Basket Filters
Note:
1) Successful bidders shall take prior approval of the make for the items not covered above
for which complete technical credentials of the proposed vendors shall be required to be
submitted for evaluation by Purchaser/Consultant.
2) In case of subletting of works/ part of works by the prime bidder to other agency not
specified in above list, bidder may propose for prior approval to Engineer-in-charge
before engaging the sub-contractors strictly as per guideline mentioned in clause no. 37.0
of GCC.
3) For any other items which are not listed above, shall be subject to prior approval from
HPCL / MECON.
CONTENTS
1) LR BEND MFR. :
2) PURCHASER SPECIFICATION NO. : MEC/TS/05/21/015 Rev 00
3) MANUFACTURING CODE : MSS-SP-75
4) DIMENSIONAL TESTING : REQUIRED AS PER SPEC.
5) DESTRUCTIVE TESTING : REQUIRED AS PER SPEC.
(TENSILE / CHARPY /HARDNESS)
6) NON-DESTRUCTUVE TESTING : REQUIRED AS PER SPEC.
7) PIGGING : REQUIRED AS PER NOTE NO.3
8) HYDROSTATIC TEST PRESSURE : 73.5 BAR(G)
TABLE-I
Sl. Details of free issue P/L material Bend End Type Qty. Angle Strainght Pipe length reqd. to
No. NB Thk. Material Radius (Nos.) Length fabricate the bend
mm (R) after m/ bend Total
curvature @ length
(mm) (m) @
To Indicated by
1. 10" API 5L Gr B 6D* BE Note-2
Contractor
To Indicated by
2. 8" API 5L Gr B 6D* BE Note-2
Contractor
TABLE-II
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Description Code Description Code DOCUMENTS:
of assembly/sub-assembly & part/component or for group of equipment 1. Visual 18. Amplitude Test 34. Internal Inspection Report D1. Approved GA drawings
having same specification. 2. Dimensional 19. Sponge Test by Contractor D2. Information and other
2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 20. Dust/ Water Ingress Test 35. Hardness Test reference drg/ stamped
submission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 21. Friction Factor Test 36. Spark Test for Lining drgs released for mfg.
for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) 22. Adhesion Test 37. Calibration D3. Relevant catalogues
and equipment 6. Ultrasonic Test 23. Performance Test/Characteristic 38. Safety Device Test D4. Bill of matl./Item no./
3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) Curve 39. Ease of Maintenance Identification
indicated wherever equipment having same specifications belonging 8. Radiography Test 24. No Load/ Free Running Test 40. Fire Test (Type Test) D5. Matchmarks details
to different facilities are grouped together. 9. Dye Penetration Test 25. Load/ Overload Test 41. Charpy V-Notch Test D6. Line/ Layout diagram
4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 26. Measurement of Speeds 42. Operational Torque Test D7. Approved erection
Estimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 27. Accoustical Test 43. ENP (Electroless Nickel Plating) procedures
available. Weld Procedure Test 28. Geometrical Accuracy Execution D8. Unpriced sub P.O. with
12. Approval of Test and Repair 29. Repeatability and Positioning 44. Painting specification and amend-
Procedure Accuracy 45. Anti-Static Test ments, if any
ABBREVIATIONS USED : KEY TO SYMBOLS : 13. Heat Treatment 30. Proving Test 46. Hydrostatic Double Block & D9. Calibration Certificate of
CONTR : CONTRACTOR * : MFR/ CONTRACTOR - AS APPLICABLE 14. Pressure Test 31. Surface Preparation Bleed Test all measuring instruments
MFR : MANUFACTURER ** : TEST TO BE PERFORMED, IF APPLICABLE 15. Leakage Test 32. Manufacturer's Test Certificates 47. Functional Test and gauges
H : HOLD 16. Balancing for bought-out items 48. Pneumatic Double Block & D10. X-Ray Reports
R : REVIEW 17. Vibration Test 33. IBR/ Other Statutory agencies Bleed Test
W : WITNESS compliance certificate 49. Proof Test (Type Test)
50. Dielectric Test
51. Bending parameter
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria REMARKS/
Sl. Description (with equipment Identification Quantity Unit Manufacturer's Expected Raw Material and In-Process Final Inspection/ Test by Documents to be Standards/ IS/ BS/ SAMPLING PLAN
No. heading, place of use and brief No. No./M Weight Name and Address Schedule of Stage Inspection submitted to MECON ASME/ Norms and
specifications) (MR Item No.) (Kg) Final Inspn. MFR CONTR MECON MFR CONTR MECON Documents
1 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1.0 LR BEND 1,2,4,5, - 1,2,6,5, * 1,2,5 1,2,4,5,6, D1, D2 , 100%
As per 6, 13,15,51 15,51 13,15, MECON's T.S. &
SOR ,35,41, 41,51,D9 Relevant Standards
mentioned therein
4.0 MESH
MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
9 INLET/ OUTLET CONNECTION PIPE: 12"NB x 6.4 MM THK. (API 5L Gr.B, PSL-2)
10 DIMENSIONAL STANDARDS
FLANGE & FITTING : ASME B16.5/ B16.9
FASTENERS : B 18.2
GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
NOTE:
1 VENDOR TO SPECIFY
2 REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
REVISIONS REFERENCES
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
DATA SHEET
4.0 MESH
MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
9 INLET/ OUTLET CONNECTION PIPE: 12"NB X 10.3 MM THK. (API 5L Gr.B, PSL-2)
10 DIMENSIONAL STANDARDS
FLANGE & FITTING : ASME B16.5/B16.9
FASTENERS : B 18.2
GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
NOTE:
1 VENDOR TO SPECIFY
2 REFER STRAINER DRAWING(MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. :MEC/TS/05/21/010.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
REVISIONS REFERENCES
APPROVED TAG NO. :ST- 0303A, ST- 0303B DATA SHEET NO. : MEC/23LK/05/21/M/001/DS-010B 0
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
DATA SHEET
4.0 MESH
MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
9 INLET/ OUTLET CONNECTION PIPE: 12"NB X 6.4 MM THK. (API 5L Gr.B, PSL-2)
10 DIMENSIONAL STANDARDS
FLANGE & FITTING : ASME B16.5/ B16.9
FASTENERS : B 18.2
GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
NOTE:
1 VENDOR TO SPECIFY
2 REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
REVISIONS REFERENCES
APPROVED TAG NO. :ST- 0401A, ST-0401B DATA SHEET NO. : MEC/23LK/05/21/M/001/DS-010C 0
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
DATA SHEET
4.0 MESH
MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
9 INLET/ OUTLET CONNECTION PIPE: 10"NB X 6.4 MM THK. (API 5L Gr.B, PSL-2)
10 DIMENSIONAL STANDARDS
FLANGE & FITTING : ASME B16.5/ B16.9
FASTENERS : B 18.2
GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
NOTE:
1 VENDOR TO SPECIFY
2 REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
REVISIONS REFERENCES
APPROVED TAG NO. :ST- 0501A, ST - 0501B DATA SHEET NO. : MEC/23LK/05/21/M/001/DS-010D 0
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
DATA SHEET
4.0 MESH
MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
9 INLET/ OUTLET CONNECTION PIPE: 2"NB x 5.5 MM THK. [ASTM A 106 GR. B (CHARPY)]
10 DIMENSIONAL STANDARDS
FLANGE & FITTING : ASME B16.5/ B16.9
FASTENERS : B 18.2
GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
NOTE:
1 VENDOR TO SPECIFY
2 REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
REVISIONS REFERENCES
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
DATA SHEET
4.0 MESH
MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
9 INLET/ OUTLET CONNECTION PIPE: 2"NB x 5.5 MM THK. [ASTM A 106 GR. B (CHARPY)]
10 DIMENSIONAL STANDARDS
FLANGE & FITTING : ASME B16.5/ B16.9
FASTENERS : B 18.2
GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
NOTE:
1 VENDOR TO SPECIFY
2 REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
REVISIONS REFERENCES
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
DATA SHEET
4.0 MESH
MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
9 INLET/ OUTLET CONNECTION PIPE: 2"NB x 5.5 MM THK. [ASTM A 106 GR. B (CHARPY)]
10 DIMENSIONAL STANDARDS
FLANGE & FITTING : ASME B16.5/ B16.9
FASTENERS : B 18.2
GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
NOTE:
1 VENDOR TO SPECIFY
2 REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
REVISIONS REFERENCES
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
DATA SHEET
4.0 MESH
MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
9 INLET/ OUTLET CONNECTION PIPE: 2"NB x 5.5 MM THK. [ASTM A 106 GR. B (CHARPY)]
10 DIMENSIONAL STANDARDS
FLANGE & FITTING : ASME B16.5/ B16.9
FASTENERS : B 18.2
GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
NOTE:
1 VENDOR TO SPECIFY
2 REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
REVISIONS REFERENCES
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
Tender No: 05/51/23LK/HPCL/001(i)
FORM NO. 11.20(4.4)F-09 REV-0
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Description Code Description Code DOCUMENTS:
of assembly/sub-assembly & part/component or for group of equipment 1. Visual 18. Amplitude Test 34. Internal Inspection Report D1. Approved GA drawings
having same specification. 2. Dimensional 19. Sponge Test by Contractor D2. Information and other
2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 20. Dust/ Water Ingress Test 35. Hardness Test reference drg/ stamped
submission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 21. Friction Factor Test 36. Spark Test for Lining drgs released for mfg.
for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) 22. Adhesion Test 37. Calibration D3. Relevant catalogues
and equipment 6. Ultrasonic Test 23. Performance Test/Characteristic 38. Safety Device Test D4. Bill of matl./Item no./
3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) Curve 39. Ease of Maintenance Identification
indicated wherever equipment having same specifications belonging 8. Radiography Test 24. No Load/ Free Running Test 40. Fire Test (Type Test) D5. Matchmarks details
to different facilities are grouped together. 9. Dye Penetration Test 25. Load/ Overload Test 41. Charpy V-Notch Test D6. Line/ Layout diagram
4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 26. Measurement of Speeds 42. Operational Torque Test D7. Approved erection
Estimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 27. Accoustical Test 43. ENP (Electroless Nickel Plating) procedures
available. Weld Procedure Test 28. Geometrical Accuracy Execution D8. Unpriced sub P.O. with
12. Approval of Test and Repair 29. Repeatability and Positioning 44. Painting specification and amend-
Procedure Accuracy 45. Anti-Static Test ments, if any
ABBREVIATIONS USED : KEY TO SYMBOLS : 13. Heat Treatment 30. Proving Test 46. Hydrostatic Double Block & D9. Calibration Certificate of
CONTR : CONTRACTOR * : MFR/ CONTRACTOR - AS APPLICABLE 14. Pressure Test 31. Surface Preparation Bleed Test all measuring instruments
MFR : MANUFACTURER ** : TEST TO BE PERFORMED, IF APPLICABLE 15. Leakage Test 32. Manufacturer's Test Certificates 47. Functional Test and gauges
H : HOLD 16. Balancing for bought-out items 48. Pneumatic Double Block & D10. X-Ray Reports
R : REVIEW 17. Vibration Test 33. IBR/ Other Statutory agencies Bleed Test
W : WITNESS compliance certificate 49. Proof Test (Type Test)
50. Dielectric Test
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria REMARKS/
Sl. Description (with equipment Identification Quantity Unit Manufacturer's Expected Raw Material and In-Process Final Inspection/ Test by Documents to be Standards/ IS/ BS/ SAMPLING PLAN
No. heading, place of use and brief No. No./M Weight Name and Address Schedule of Stage Inspection submitted to MECON ASME/ Norms and
specifications) (MR Item No.) (Kg) Final Inspn. MFR CONTR MECON MFR CONTR MECON Documents
1 1 4 5 6 7 8 9 10 11 12 13 14 15 16
1.0 T/Y TYPE STARINER 1,2,3,4,5, * - 1,2,3,7, * 1,2,3,7, 1,2,3,4,5,6, D1, D2 , 100%
As per 6,7,11, 8,9,14 9,14 7,8,9,11,14,31, MECON's T.S.DataSheet
SOR ,12,41 31,44 32,34,44,D9 &Relevant Standards
mentioned therein
MECHANICAL DATA
DESIGN PRESSURE KG/CM2 G 19
MAXIMUM SUCTION PRESSURE KG/CM2 G ATM
DESIGN TEMPERATURE DEG C 65
MATERIAL OF CONSTRUCTION
CASING AISI - 316
IMPELLER AISI - 316
SEAL TYPE PACKING
LINE RATING SUCTION 150# DISCHARGE 150#
DRIVER ELECTRIC MOTOR (VARIABLE SPEED) NOTE - 3
MECHANICAL DATA
DESIGN PRESSURE KG/CM2 G 19
MAXIMUM SUCTION PRESSURE KG/CM2 G ATM
DESIGN TEMPERATURE DEG C 65
MATERIAL OF CONSTRUCTION
CASING AISI - 316
IMPELLER AISI - 316
SEAL TYPE PACKING
LINE RATING SUCTION 150# DISCHARGE 150#
DRIVER ELECTRIC MOTOR (VARIABLE SPEED) NOTE - 3
MECHANICAL DATA
MATERIAL OF CONSTRUCTION
SHELL AISI - 304
LINER
CORROSION ALLOWANCE MM NIL
INSULATION REQUIRED NO TYPE
INSULATION THICKNESS MM
IS INLET BAFFLE DEFLECTOR REQUIRED NO
VESSEL SUBJECTED TO STEAM OUT CONDITIONS NO
IF 'YES'
STEAM TEMPERATURE DEG C
STEAM PRESSURE KG/CM2 G
VORTEX BREAKER REQUIRED NO TYPE
DEMISTER REQUIRED NO
IF 'YES' REF DATA SHEET NUMBER
IS DESIGN FOR NACE CODE REQUIRED NO
NOZZLES AND CONNECTIONS
RATING FOR VESSEL NOZZLES 150# A1A
MARK NUMBER SIZE, IN SERVICE MARK NUMBER SIZE, INSERVICE
I 1 2 FEED INLET
B 1 2 BOTTOM OUTLET
V 1 2 VENT
LT 1 2 LEVEL TRANSMITTER
LG 1 2 LEVEL GAUGE (RADAR TYPE)
H 1 BY HANDHOLE WITH HINGE CLOSURE
VENDOR
LEVEL GAUGE
UNITS : - Flow : Liquid --> M3/Hr, Gas --> MMSMD Steam --> Kg/Hr, Pressure --> Kg/Cm2G, Temp --> °C, Level / Length --> mm
5 GAUGE SHALL HAVE AN OVER LAP OF 100 MM IN CASE OF TWO LEVEL GAUGES ARE REQUIRED TO COVER VISIBLE LENGTH.
Sh. 2 of 2
BAHADURGARH TIKARIKALAN PIPELINE
PROJECT
MECON LIMITED DELHI
PRESSURE GAUGES
Units:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure- Kg/cm2 (G) Temperature- C Level/Length-mm
1 Type Direct Wetted parts ---
material
2 Mounting Local Element ---
3 Dial size 150 mm Lower body ---
Colour White (Non rusting plastic Non wetted parts ---
with black engraving)
4 Case material Cast aluminium Process connection ---
5 Bezel ring Screwed Size ---
6 Window material Shatter proof glass Rating ---
7 Enclosure IP 55 / NEMA 4 Facing &Finish ---
8 Pressure element Bourdon tube Capillary material ---
9 Element material SS 316 Capillary length ---
10 Socket material SS 316 Flushing & Filling ---
11 Accuracy 1% FSD 16
Over range 130% of range
protection
12 Zero adjustment Micrometer pointer Blow out Required
17
(Internal) protection
18 Options
13 Connections ½” NPT (M) a) Snubber
Conn. Location Bottom b) Syphon
14 Movement SS 304 c) Gauge saver
15 Diaphragm seal --- d) Liquid filled casing
Type --- e) 2 Way Manifold
19 Make & Model *
Pressure Design Service Options
Tag No. Range Fluid
Operating Design Temp.
PI-0301 * * * *
PI-0302 * * * *
NOTES:
1) ‘*’ Information to be supplied by the Vendor / Contractor.
2) Make of the PG shall be from approved vendor list of Mecon /Client.
PRESSURE TRANSMITTERS
Units:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure- Kg/cm2(G) Temperature-C Level/Length-mm
GENERAL MEASURING UNIT
1 Function Transmit & Indicate 24 Service Pressure
Electronic Smart P
2 Type 25 Element Diaphragm
Based
3 Case Mfg. Std. 26 Body Material Carbon Steel
4 Mounting Yoke 27 Element Material SS 316L
Weather proof to
IS2147 Process
5 Enclosure 28 ½” NPT(F)
Explosion proof to Connections
IS2148
Process Conn.
Enclosure class NEMA 4 & NEMA 7 Mfg. Std.
Locn.
Zone-I, Gr.IIA & IIB,
6 Elec. Area Class. 29 Diaphragm Seal:- Not Required
T3
Intrinsically safe &
7 Required Type ---
Flameproof
8 Air supply N.A Wetted Parts Matl. ---
9 Power supply 24 VDC Other Material ---
10 Cable entry ½” NPT(F) Process Conn.:-
11 Accuracy + 0.075% of SPAN Size and Rating ---
12 Repeatability + 0.05% Facing and Finish ---
TRANSMITTER Capillary Material:-
4 – 20 mA DC, Two ---
13 Output Armour Flexible
wire
Armour Flexible ---
14 Trans. Power supply 24 V DC
Matl.
Capillary length,
CONTROLLER ---
mm
Flush / Filling ---
15 Output
Conn. with plug
16 A/M switch MISCALLANEOUS
Over Range
No. of positions 30 130% of Range
Protection
17 Set Point Adj. 31 Options
18 Manual Regulator a) Output Meter W.P. Intr Safe(note 2)
Mounting accessories for 2”
Mounting
19 Mode b) Pipe Mounting –
Accessories
Material (SS 316)
RECORDER c) 3 -Way Manifold Required
20 Chart
21 Chart Drive
22 Moving Parts Matl. 32 Make & Model *
23 Chart speed
Design Range
Tag No. Operating Pressure DesignTemp. Service Options
Press. Span Set
PT-0301 * * * * *
PT-0302 * * * * *
NOTES:
1) ‘*’ Information to be supplied by the Vendor / Contractor.
2 ) Over range protection shall be 130% of maximum static pressure.
3) Local Digital Output meter should indicate the line pressure in Kg/cm2g.
4) Environmental cover to be provided for each transmitter
5) Transmitter shall have zero elevation /suppression for the service specified.
6) Make of the PT shall be from approved vendor list of Mecon /Client.
GENERAL
1. TAG NUMBER RD-0701 RD-0702
2. SERVICE, LINE OR EQUIPMENT NUMBER 12” – ULSHSD-02-0701-A1A 10” – ULMS-02-0703-A1A
SERVICE CONDITIONS
3. DESIGN CODE (ASME, DIN, ETC.) API 520 API 520
4. FLUID AND STATE ULSHSD/SKO/SLOP* (LIQUID) ULMS* (LIQUID)
3 3
5. REQUIRED CAPACITY AND UNITS 385 m /h 275 m /h
6. SPECIFIC GRAVITY AT FLOWING TEMPERATURE 0.775 – 0.87 0.72 – 0.775
7. VISCOSITY AT FLOWING TEMPERATURE (CSt) 1.6 – 8.0 0.5 – 0.7
2
8. OPERATING PRESSURE kg/cm .g 3 3
9. MAXIMUM ALLOWABLE WORKING PRESSURE OR 19 19
2
DESIGN PRESSURE, kg/cm .g
0
10. BURST TEMPERATURE C 45 45
0
11. RELIEVING TEMPERATURE C 45 45
12. SUPERIMPOSED BACK PRESSURE 2 2
13. VACUUM PRESSURE PRESENT. INLET OR OUTLET
2
- -
kg/cm .g
14. ALLOWABLE OVERPRESSURE, AS A PERCENT 10% 10%
15. COMPRESSIBILITY FACTOR - -
16. RATIO OF SPECIFIC HEATS - -
17. FRAGMENTATION ALLOWED (YES OR NO) NO NO
18. DESIGN TYPE SCORED TENSION – LOADED SCORED TENSION –
RUPTURE DISK WITH ALARM LOADED RUPTURE DISK
SYSTEM WITH ALARM SYSTEM
19. NUMBER REQUIRED 1 1
CONNECTIONS
20. SIZE 6” NB 6” NB
21. FLANGE CLASS (ANSI) 150# 150#
22. FACING TYPE (FLAT, RTJ, ETC.) SMOOTH SMOOTH
23. PIPING CONNECTIONS, SCHEDULE/BORE 6”, 6.4 MM 6”, 6.4 MM
RUPTURE DISK HOLDERS
24. HOLDER MATERIAL, INLET SS 304 SS 304
25. HOLDER MATERIAL, OUTLET SS 304 SS 304
26. GAUGE TAP SIZE, INLET OR OUTLET ___________ ___________
RUPTURE DISK HOLDER ACCESSORIES ___________
27. EYEBOLTS, JACKSCREWS, MATERIAL SS 304 SS 304
28. TELLTALE ASSEMBLY, MATERIAL SS 304 SS 304
RUPTURE DISKS
29. QUANTITY (INCLUDE SPARES) 2 2
30. SIZE (NOMINAL PIPE SIZE) ___________ ___________
31. TYPE SCORED TENSION – LOADED SCORED TENSION –
RUPTURE DISK WITH ALARM LOADED RUPTURE DISK
SYSTEM WITH ALARM SYSTEM
2 0
32. SPECIFIED BURST CONDITION kg/cm .g, C ___________ ___________
33. MANUFACTURING RANGE ___________ ___________
34. ALLOWABLE BURST TOLERANCE ___________ ___________
MANUFACTURER’S DATA
35. MANUFACTURER ___________ ___________
36. PREVIOUS LOT NUMBER ___________ ___________
37. MODEL NUMBER (RUPTURE DISK) ___________ ___________
38. MODEL NUMBER (HOLDER) ___________ ___________
39. MODEL NUMBER (OTHER) ___________ ___________
MATERIALS – ALL RUPTURE DISKS
40. DISK MATERIAL SS – 304 SS – 304
41. VACUUM SUPPORT ___________ ___________
42. LINER ___________ ___________
43. COATINGS ___________ ___________
44. RINGS ___________ ___________
MATERIALS – COMPOSITE RUPTURE DISKS
45. TOP SECTION ___________ ___________
46. SEAL ___________ ___________
NOTES:-
RUPTURE DISC TO BE PROVIDED WITH ALARM SYSTEM. THE ALARM TO BE PROVIDED IN CONTROL ROOM OF
HPCL THROUGH EXISTING PLC.
* ULSHSD – ULTRA LOW SULPHUR HIGH SPEED DIESEL
* SKO – SUPERIOR KEROSENE OIL
* SLOP – MIXTURE OF ULSHSD & SKO
* ULMS – UNLEADED MOTOR SPIRIT
2.0 Valve Size (NB), mm (inch) :(20)3/4", (25)1" ANSI Rating : 800# Design Standard : BS:5351(Latest)
11.0 Gas Powered Actuator Requirement : Yes No Actuator Specification No.: N.A.
Actuator Data Sheet No.:N.A.
12.0 Fire Resistant Design Requirement : Type-Test as per Standard API 607/ BS:6755 (Part-II)(Latest)
2.0 Valve Size (NB), mm (inch) :(25)1" ANSI Rating : 800# Design Standard : BS:5351(Latest)
3.0 Connecting Pipeline Design Pressure, kg/cm2(g) : -- Design Temperature, °C :0oC to +65°C
11.0 Gas Powered Actuator Requirement : Yes No Actuator Specification No.: N.A.
Actuator Data Sheet No.: N.A.
12.0 Fire Resistant Design Requirement : Type-Test as per Standard API 607/ BS:6755 (Part-II)(Latest)
2.0 Valve Size (NB), mm (inch) : 50(2") ANSI Rating : 150# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Ed. 1 Rev-0 Service : ULHSD/ULMS
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 19 Design Temperature, °C : 0oC to +65°C
2.0 Valve Size (NB), mm (inch) : 50(2") ANSI Rating : 150# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Ed. 1 Rev-0 Service : ULHSD/ULMS
2.0 Valve Size (NB), mm (inch) :(25)1" ANSI Rating : 800# Design Standard : BS:5351(Latest)
3.0 Connecting Pipeline Design Pressure, kg/cm2(g) : -- Design Temperature, °C :0oC to +65°C
11.0 Gas Powered Actuator Requirement : Yes No Actuator Specification No.: N.A.
Actuator Data Sheet No.: N.A.
12.0 Fire Resistant Design Requirement : Type-Test as per Standard API 607/ BS:6755 (Part-II)(Latest)
2.0 Valve Size (NB), mm (inch) : 50(2") ANSI Rating : 150# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Ed. 1 Rev-0 Service : ULHSD/ULMS/SKO
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 19 Design Temperature, °C : 0oC to +65°C
2.0 Valve Size (NB), mm (inch) : 50(2") ANSI Rating : 300# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Ed. 1 Rev-0 Service : ULHSD/ULMS/SKO
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 49 Design Temperature, °C : 0oC to +65°C
2.0 Valve Size (NB), mm (inch) : 50(2") ANSI Rating : 300# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Ed. 1 Rev-0 Service : ULHSD/ULMS/SKO
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 49 Design Temperature, °C : 0oC to +65°C
2.0 Valve Size (NB), mm (inch) : 100(4") ANSI Rating : 300# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Ed. 1 Rev-0 Service : ULHSD/ULMS/SKO
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 49 Design Temperature, °C : 0oC to +65°C
2.0 Valve Size (NB), mm (inch) : 15(1/2") - 20(3/4") ANSI Rating :800# Design Standard : BS:5353
Notes:
1. Valves shall have an inherent feature using the line pressure to ensure that the line pressure cannot cause taper locking of the plug/
plug movement into the taper, i.e., valves shall be of "pressure-balanced design".
2. Painting of valves shall be as per Manufacturer's standard.
3. Material test certificates and hydrostatic test reports shall be furnished prior to despatch.
4. Detailed dimensional drawings showing cross-section with part numbers and materials shall be submitted for Purchaser's
approval prior to manufacture of the valves.
5. All tests shall be as per BS:6755 (Part-I).
6. Valves shall have valve position indicator.
7. Stops shall be provided to ensure positive alignment of plug with ports and ensure proper installation of handle.
8. Each valve shall be provided with a wrench.
9. Valves shall be inspected and approved by Purchaser before despatch.
10. Gland packing assembly shall permit repair of gland packing under full line pressure.
11. Inspection and Testing shall be as per this specification, BS:6755 (Part-I) and other relevant standards.
2.0 Valve Size (NB), mm (inch) : 50(1") ANSI Rating : 800# Design Standard : BS: 5353
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : ---- Design Temperature, °C : 0oC to +65oC
6.2. End Connections : Flanged both ends Flanged (as per ASME B16.5)
: Butt Weld both ends
Flanged one end, butt weld other end
Notes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/004, Rev-2
2. Inspection and Testing shall be as per this Data Sheet, MECON's T.S., BS:5353 and other relevant standards.
3. Seats shall be non-renewable integral type.
4. Charpy 'v' notch test for body, disc, body seat rings, stem & studs/ nuts will be conducted as per relevant material code.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD
REVISIONS REFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum
2.0 Valve Size (NB), mm (inch) : 50(2"), 100(4") ANSI Rating : 150# Design Standard : API 6D
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 19 Design Temperature, °C : 0oC to +65oC
6.2. End Connections : Flanged both ends Flanged (as per ASME B16.5)
: Butt Weld both ends
Flanged one end, butt weld other end
Notes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/004, Rev-2
2. Inspection and Testing shall be as per this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3. Seats shall be non-renewable integral type.
4 Short pattern Valves are not acceptable, only large pattern Valves as per API-6D to be quoted
5. Charpy 'v' notch test for body, disc, body seat rings, stem & studs/ nuts will be conducted as per relevant material code.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD
REVISIONS REFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum
1. Valve Manufacturer :
2. Service : ULHSD/ULMS
4. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
Notes:
1. Valve specification seet shall be read in conjunction with technical notes for valves.
2. Valve shall be designed for intrinsically fire safe.
3. Testing shall be as per API-598.
4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".
5. Paint shall be suitable for corrosive industrial environment.
1. Valve Manufacturer :
2. Service : ULHSD/ULMS
4. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
10. Pipe Specification : ASTM A 106 Gr.B (Charpy) Sch STD for 3" & ASTM A 106 Gr.B (Charpy) Sch S40 for 4"
Notes:
1. Valve specification seet shall be read in conjunction with technical notes for valves.
2. Valve shall be designed for intrinsically fire safe.
3. Testing shall be as per API-598.
4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".
5. Paint shall be suitable for corrosive industrial environment.
1. Valve Manufacturer :
2. Service : ULHSD/ULMS
4. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
Notes:
1. Valve specification seet shall be read in conjunction with technical notes for valves.
2. Valve shall be designed for intrinsically fire safe.
3. Testing shall be as per API-598.
4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".
5. Paint shall be suitable for corrosive industrial environment.
1. Valve Manufacturer :
3. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
2
12 Test Pressure with Air : 7.0 kg/cm (g)
13 Schedule of Quantity :
Valve Size, NB Quantity
(Nos.)
2", 4" As per SOR
Notes:
1. Valve specification seet shall be read in conjunction with technical notes for valves.
2. Valve shall be designed for intrinsically fire safe.
3. Testing shall be as per API-598.
4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".
5. Paint shall be suitable for corrosive industrial environment.
6. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C
on three samples having average value of 27J and minimum value shall be 22J.
Painting Specifications:
1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
1. Valve Manufacturer :
3. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
13 Schedule of Quantity :
Valve Size, NB Quantity
(Nos.)
1" As per SOR
Notes:
1. Valve specification seet shall be read in conjunction with technical notes for valves.
2. Valve shall be designed for intrinsically fire safe.
3. Testing shall be as per API-598.
4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".
5. Paint shall be suitable for corrosive industrial environment.
6. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code
Painting Specifications:
1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
1. Valve Manufacturer :
3. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
2
12 Test Pressure with Air : 7.0 kg/cm (g)
13 Schedule of Quantity :
Valve Size, NB Quantity
(Nos.)
2" As per SOR
Notes:
1. Valve specification seet shall be read in conjunction with technical notes for valves.
2. Valve shall be designed for intrinsically fire safe.
3. Testing shall be as per API-598.
4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".
5. Paint shall be suitable for corrosive industrial environment.
6. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C
on three samples having average value of 27J and minimum value shall be 22J.
Painting Specifications:
1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
1. Valve Manufacturer :
3. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
2
12 Test Pressure with Air : 7.0 kg/cm (g)
13 Schedule of Quantity :
Valve Size, NB Quantity
(Nos.)
4" As per SOR
Notes:
1. Valve specification seet shall be read in conjunction with technical notes for valves.
2. Valve shall be designed for intrinsically fire safe.
3. Testing shall be as per API-598.
4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".
5. Paint shall be suitable for corrosive industrial environment.
6. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C
on three samples having average value of 27J and minimum value shall be 22J.
Painting Specifications:
1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
3. RATING : 300#
6. SERVICE : ULHSD/ULMS/SKO
3. RATING : 300#
6. SERVICE : ULHSD/ULMS/SKO
DESIGN DATA
3. RATING : 300#
17 MATERIALS SPECIFICATION
(EQUIVALENT OR SUPERIOR)
1) TEE : MSS - SP - 75 Gr. WPHY 42
2) END PIECES : ASTM A - 694 F - 42
3) INTERNAL SLEEVE : API 5L Gr. B
DESIGN DATA
3. RATING : 300#
17 MATERIALS SPECIFICATION
(EQUIVALENT OR SUPERIOR)
1) TEE : MSS - SP - 75 Gr. WPHY 42
2) END PIECES : ASTM A - 694 F - 42
3) INTERNAL SLEEVE : API 5L Gr. B
2 Quantity : 4 Nos.
9 Radiography : 100%
11 Storage Capacity, m3 : 18
14 Weight (Empty), kg :
16 Material of construction
i) Shell, Dished End, Sump, Pump Nozzle, Manhole : SA 516 Gr. 60
Nozzle with Cover
ii) LT, UC, Vent, Feed Inlet Nozzle : SA 106 Gr. B
iii) Companion/ Blind Flanges : A 105
iv) Bolts & Nuts : A 193.B7/ A197.2H
17 Painting Internal Epoxy coating compatible with ULMS/ ULSHSD/ SKO/ SLOP
Note:
1) When submitting the offer, bidder to submit assembly drawing with overall dimensions and list of
materials to be used.
2) Proper stiffner rings shall be provided.
3) For GAD of Sump Tank, refer drg. No.: MEC/23LK/05/21/M/000/VS-001, Rev-0
4) For Technical Specification, refer document no.: MEC/TS/05/21/021A, Rev-0
5) This tank shall be fitted with Vertical Sump Pump. Pump nozzle size sahll be provided by Sum
Pump vendor.
6) This tank shall be installed underground.
7) Outer surface of shell shall be protected from corrosion by providing suitable coating/ painting.
Tank Details are given in the enclosed sketch no. MEC/23LK/05/21/M/000/VS-001, R-0
Note:
1) When submitting the offer, bidder to submit assembly drawing with overall dimensions and list of materials to be used.
2) Pump/ Motor shall be supplied with interlock, flame proof cables, Push Button, Starter, Canopy suitable for Outdoor Installation.
3) Vendor to furnish remaining unfilled data alongwith motor HP calculation.
4) Pump vendor to indicate sump area.
Tank Details are given in the enclosed sketch no. MEC/23LK/05/21/M/000/VS-001, R-0
Note:
1) When submitting the offer, bidder to submit assembly drawing with overall dimensions and list of materials to be used.
2) Pump/ Motor shall be supplied with interlock, flame proof cables, Push Button, Starter, Canopy suitable for Outdoor Installation.
3) Vendor to furnish remaining unfilled data alongwith motor HP calculation.
4) Pump vendor to indicate sump area.
4 TYPE
19 ACCURACY + 1% + 1%
27 NEEDLE VALVE - -
32 NORMAL FLOW
SERVICE
33 PRESSURE OPER / MAX - / 250 BAR - / 250 BAR
CONDITIONS
34 TEMP OPER / MAX 4 - 50 / - 4 - 50 / -
38 MODEL NO. * *
TO BE SCREWED TO BE SCREWED
40 TAG PLATE
ON BODY ON BODY
41 SPECIFICATIPON REMARKS - -
NOTES : 1 VENDOR TO SELECT RANGE TO COVER MAXIMUM AND MINIMUM FLOW RATE.
3 * BY VENDOR
5 VENDOR TO SUBMIT SPECIFICATIONS AND FILLED IN DATA SHEET FOR MECON's REVIEW AND APPROVAL.
CONTENTS
Annexure-I
to
Particular Job Specification
(CIVIL & STRUCTURAL WORKS)
I) General
The scope of work to be performed under this contract shall include complete civil and
steel structural works as per plans, equipment layout, drawings & technical specifications
for the various Structures of Bahadurgarh – Tikrikalan pipeline project of M/s HPCL.
Note: All the buildings are single storey with parapet wall having drain, Plinth
protection all around.
Contractor shall procure & supply to site all the materials including cement,
reinforcing steel, steel sections/plates, pipes, barbed wire, Chain link fencing,
chequered plate, mesh and other accessories, other masonry materials,
bitumen/asphalt, admixtures & bonding agents, sealants, kerb stones, pavior
block, sand and boulder etc., and any other construction material/item required to
complete the civil & structural works.
The Contractor’s rate for any item of work in the schedule of item shall, unless
stated otherwise be held to include the cost of all materials including wastage,
conveyance and delivery, unloading, storing, fabrication, all consumable
materials, like electrodes, putty, gases, etc. hoisting, all labour for finishing to
required shape and size, tools and plants, power fuel, consumables, all taxes,
royalties, other revenue expenses, temporary facilities like roads etc
Note: For all these items only consolidated final filling quantity in Cum shall be
measured for payment. Payment for earthwork in excavation shall be made based
on bottom most dimensions of the structure / foundation and as such contractor
shall take in to account for doing additional excavation for working space etc.
required for safe construction.
Note: Payment for item earthwork in filling shall be compacted net volume of
filling after deductions of foundations, culverts, etc.
Providing and laying PCC M 7.5 / M15 in position (at all height and depth for any
type of structure), construction and handing over of PCC in foundations,
substructure, superstructure and under floor, etc complete in all respects as per
scope of work, detailed construction drawings, technical specifications and
direction of Engineer-in-charge. The rate shall be inclusive of providing shuttering
and strutting of all types (If necessary
a) RCC of Grade M25 as per drg. & specification at all height and depth for all
type of structures, supply of cement, coarse aggregate, fine aggregate,
placement, all inclusive & testing of concrete and other materials.
Complete works for the making and proper functioning of soak pit and septic tank
is included in the scope:
Soak pit and septic tank shall be provided inclusive of all related works complete
in all respect shown in the drawing. Offer to be prepared by the tenderer based on
the enclosed drawings and on lump sum unit rate (per installation).
a) Supplying and fixing Kerb Stone made of PCC – M 15 grade with 20 mm down
graded stone aggregates.
b) Bedding of 20mm thick cement sand mortar of grade 1:4.
c) Painting with approved quality paint
d) Jointing and pointing in cement sand mortar of grade 1:4.
e) Necessary Excavation and backfilling
Annexure-II
to
Particular Job Specification
(INSTRUMENTATION WORKS)
CONTENTS
1. INTRODUCTION
2. GENERAL
3. SCOPE OF WORK
4. SCOPE OF SUPPLY
7. LIST OF ATTACHMENTS
1. INTRODUCTION:
The Scope of Instrumentation work shall be Installation, field testing/ calibration & commissioning
of the complete instrumentation and control, system and supply of materials in accordance with the
“Schedule of Rates for instrumentation” and other technical documents attached with this Tender
Specification.
2. GENERAL:
2.1.0 The Contractor shall be responsible for complete activities involving all subcontractors under him
and also instrument sub-contractor (if applicable) works under him for the complete instrument
works, as part of his scope.
2.1.1. Scope of work shall be read in conjunction with the Schedule of Rates, drawings, specifications
and other documents forming a part of the Contract document. Wherever there is a contradiction
between the above, Schedule of Rates and this document shall take precedence.
2.1.2. In the control room, the contractor's scope shall include laying, tagging and identification of all
cables connected between the field and the control room, dressing of the same inside the control
room. It is the responsibility of the contractor for proper routing, dressing of cables, terminations in
UCP’s, inside the control room and also for loop checking.
2.1.3. Contractor shall quote unit rates for all items covered in the “Schedule of Rates” (SOR).
2.1.4. Contractor shall be responsible for co-ordination during installation, pre commissioning and
commissioning with his Mechanical and other sub contractors for proper installation of line
mounted instruments like Pressure/Thermal Relief valves, Electro-Hydraulic Control valves,
Turbine flow meters, Rotameters, Surge Relief Valve Skid, Restriction Orifice plates etc.
2.1.5. Contractor shall be responsible for installation, providing assistance for field testing, calibration,
pre-commissioning and commissioning of special items such as Turbine flow meters, Density
meters and Sulphur Analyser etc.
2.1.6. Contractor shall be responsible for coordination with the turnkey instrumentation vendor for all kind
of works in side the control room i.e. cable laying, tray erection, if any, and for proper cable
terminations and loop checking.
2.1.7. Drawings and Installation Standards enclosed with the tender are only for reference and indicative
of general nature for scope of work. Actual installation shall be carried out based on final
installation standards, Bill of material and vendor’s drawings / documents issued to site and as per
instructions of Engineer-in-Charge.
2.1.8. Instrument items such as tubes, tube fitting, valves & manifold, junction boxes, cables, cable
glands, plugs, adapters, pipe and pipe fittings etc., as required for installation & hook-ups of
instrument listed under SOR shall be supplied from the attached list of Approved Vendor’s only.
Contractor shall take prior approval of make and specification of such items before placement of
order.
2.1.9. Sealing of cable entries into the control room after laying and testing of all cables through pipe
sleeves by filling with sealing compound.
2.1.10. Contractor’s scope shall also include dropping/shifting of the TSV/PSV from the installed position
to laboratory for calibration/re-calibration/rechecking, etc., and reinstall back to original location
including parts replacement, gasket, stud/bolts etc., re-fixing of the TSV/PSV including lapping if
required to be done. The unit rate in the Schedule of Rates shall also include the same.
2.1.11. During trial run/start up/commissioning at all the locations, the contractor shall provide skilled
personnel and supervision round the clock at contractor’s cost. Any defect or changes of setting,
recalibration, etc., if any during the above activity shall be rectified/done immediately to the
satisfaction of engineer-in-charge or his representative. The number and category of the personnel
shall be as decided by the engineer-in-charge. The cost of the above is deemed to be included by
the contractor in the rate quoted.
2.1.12. Contractor's scope shall include making holes in the RCC for fixing up of supports for
instrumentation items, trays etc.
2.1.13. Contractor shall note that elbows (if required) shall be installed on the impulse line wherever
required as per instructions of the Engineer-in-Charge even if it is not indicated in the installation
standards.
a) Perforated/Angle/Ladder Trays (Contractor’s supply) for all the cables from the individual
instruments to the respective junction boxes.
2.1.15 The field work shall be carried out under strict safety regulations and work permits as laid down by
the client. The contractor shall take extreme care regarding safety and all safety gear like helmets;
hand gloves, safety belts, spectacles etc. shall have to be provided by the contractor.
2.1.16 The ferruling for cables shall be done with tag no. of instruments for individual pair. Cross ferruling
shall be done for cable ferruling in field, fire water control panel and UCP panels as per instruction
of the Engineer in charge.
2.1.17 The contractor shall have to assess the actual site conditions/requirements before placement of
order for cable/trays as per the actual site condition. Contractor has to prepare a cable routing
layout as per actual site requirements from field to existing control room and get the approval
before placement of procurement.
2.1.18 Allowable minimum bending radius of multipair / multicore cable shall be 6 times the outside
diameter for unshielded cables and 8 times the outside diameter for shielded cables unless
otherwise recommended by the supplier.
2.1.19 Location and flow direction of on-line instruments shall be checked by the contractor and to be
rectified in case of any discrepancy as per the instruction of Engineer-In-Charge
2.1.20 The cable entry to the Control room shall be through pipe sleeves for all the control rooms, which
shall be installed by the contractor. The installation of the pipe sleeves shall be as approved by the
Engineer-in-charge. Contractor shall run all cables from field to Control Room. The cables shall run
through Tray / Trench / IRC (instrument road crossings) from field to the control room as per
2.1.21 Wherever trenches of longer/ smaller dimension than the maximum dimension identified in the
SOR, the rate shall be considered as pro-rata basis for increase/ decrease in floor area change.
2.1.22 Welding/NDT, Charpy V-notch, QA/QC requirement etc. shall be as per Piping Material
Specification (PMS), MECON standards & specifications and other requirement attached /
mentioned elsewhere in the tender document. Contractor to also note that 100% MPI shall be
carried out in the entire socket weld joints in the installation of instruments. The SOR price shall
include all the above in the installation of respective instrument/item.
2.1.23 Welding shall be as per welding standard attached elsewhere in the tender document.
3. SCOPE OF WORK:
3.1 The instrumentation works shall include, but not limited to the following to complete the works:
3.2 Scope of work shall also include Instrumentation works related to Mainline Pumps. Installation
and commissioning of all Instruments & Controls for the Main line Pumps including loop checking
complete in all respects (under the supervision of Pump Vendor) shall be included as under:
a) All Unit Control Panels (UCP) including Marshalling/Relay/Power supply distribution cabinets and
PCs (for monitoring of temperature & Vibration monitoring system) for all main line pumps shall
be physically shifted from owners stores to control room and shall be positioned & grouted inside
the control room.
b) Laying of cables from instruments to junction boxes / Local panels on pump skids and from
Junction boxes/Local control panels to Unit Control Panel in control room. Termination of cables,
tagging, glanding and ferruling of all cables in skid junction boxes / Local panels and Unit Control
Panel in control room. Supply of all installation and erection materials including identification tags,
conduits, structural material required for instrument supports and trays and painting etc.
d) Erection of cable trays in the skid up to the main cable trench including support for Trays.
f) Preparation of trenches/pipe sleeves from pump skid up to Main Cable Trench leading up to
control room and laying of all the cables up to Control Panel in control room.
g) Pump’s Unit Control Panel and all associated cabinets in the control room shall be connected to
the earth pit with GI/copper strips for grounding, by the contractor.
h) Commissioning of all instruments & controls including local panel and Unit Control Panel for the
Main line Pumps in coordination with Pump Vendor and Turnkey Instrumentation Vendor.
Installation of all instruments, testing of impulse lines, instrument air lines, pneumatic signal tubes
and instrument cables including special instruments / items if any, and calibration of all instruments
shall be carried out as per the requirement described in the “Clause 6. Specification for Material
Installation, Testing and Commissioning” attached in this document
4. SCOPE OF SUPPLY
a) The scope of contractor for supply of instrumentation items shall include, but not limited to the
following to complete the Instrumentation work:
iii. Supply of all interconnecting cables (single pair & multi pair signal, alarm, RTD and control
cables etc.) between instruments and junction boxes and up to control room mounted
cabinets/ panels.
iv. Supply of ferrules and identifying tags for cables at field, fire water control panel and UCP
panels.
v. Supply of all installation and erection materials (pipe fittings shall be as per the PMS and
tube/tube fittings shall be of SS 316) including instrument valves &manifolds, mounting
accessories, impulse piping/ SS tubing, pipe/tube fittings, cable glands, plugs, adapters,
identification tags, conduits, structural material required for instrument supports and trays
and painting etc.
vi. Supply of earthing cables / strips for connecting instrument cases to earth grid, GI / copper
strips/shielded cables for grounding of panels in control room with earth pit.
ix. Supply of pipe sleeves for instrumentation cable entry to the control room.
b) Supply of junction boxes, cable glands, cables, pipes, pipe fittings, tubes, tube fittings, instrument
valves & manifolds etc shall be from MECON approved vendors.
c) Contractor to note that wherever stainless steel is specified it refers to austenitic and / or ferrite
steel.
d) All cable glands shall be double compression type and shall be provided with PVC hood. Cable
glands shall be suitable for the cable dimensions with ±2 mm tolerance.
e) For all electrical items supplied by the contractor including junction boxes, cable glands and
accessories supplied for projects in India, certification from CMRS for explosion proof to IS 2148
suitable for NEC Class -I, Div-1, Group C & D and Weatherproof to IP 55 as per IS 13947 and
approval from CCOE (Chief Controller of Explosives, India) shall be furnished irrespective of place
of manufacture.
f) For instrument material supplied by Contractor such as cables, junction boxes, pipe, pipe-fittings,
tube, tube-fittings, Instrument valves and Manifolds; drawings, data from vendor shall be furnished
as required as per the respective standard specification. Also Contractor shall furnish:
Note: This list indicates the minimum drawings and document requirements. However, vendor shall submit
a complete list of document and drawing schedule listing all the drawings and documents to be
submitted by them during the course of execution of the job. The schedule shall list all drawings
and documents along with their number and expected date of submission.
a) All field instruments like pressure transmitters, differential pressure transmitters (for DP, level &
flow), pressure switches, pressure gauges, level gauges, level transmitter, temperature element
and thermowell, temperature transmitter.
b) All line mounted instruments such as pressure/thermal relief valves, turbine flow meters, orifice
plates and flanges, skid mounted surge relief valves, control valves etc.
d) All Control Room mounted equipments i.e flow computers, density converters, master control units
of MOV control system, marshalling cabinets, I/O cabinets, PLC system cabinets, power supply
cabinets, metering panels and consoles for control system etc.
e) All pump skid instruments, interconnecting cables between pump skid and control room for main
line pumps, cable glands, junction boxes, unit control panels, power distribution cabinets, relay
panels and all other associated instruments & accessories for Main Line Pumps.
The Contractor shall ensure supply of all erection hardware required for installation of all
instrumentation. This includes items like cables, cable glands, junction boxes, instrument
valves, mounting accessories, impulse piping / tubing, pipe / tube fittings, pneumatic signal
tubes, air line pipes, filter regulator, steam / electrical tracing, insulation materials, cable trays,
conduits, identification tags, structural material required for instrument supports and trays etc.
The above broadly covers the items required for any typical plant, however the Contractor shall
supply all other items necessary to make the erection and commissioning work complete in all
respects.
The following are the minimum acceptable salient features of some of the erection materials.
6.1 CABLES
0
6.1.1 All cables shall have PVC insulated primary insulation of 85 C, PVC as per IS-5831 Type C
0
and inner and outer jacket shall be 90 C, PVC to IS-5831 Type ST-2. Oxygen index of PVC
0
shall be over 30% and temperature index shall be over 250 C.
6.1.2 All the cables are required to be fire retardant, they shall be as per standard IEC 332 Part III
Cat. A.
6.1.3 The insulation grade shall be 600 V/1100 V as a minimum and shall meet insulation resistance
voltage and spark test requirements as per BS-5308.
6.1.4 All cables shall be twisted and armoured. Armour over inner jacket shall be of galvanized steel
wire / flat as per IS-1554 Part–I.
6.1.5 For signal and control cables, inner jacket colour shall be black. Outer jacket colour shall be
light blue for intrinsically safe application and black for others. For thermocouple extension
cables the inner and outer jacket colour shall be as per IS-8784.
6.1.6 Maximum DC resistance of the conductor of the completed cable shall not exceed the
following:
0 2
a) 12.3 ohms/km at 20 C for cables with 1.5 mm conductor.
0 2
b) 39.7 ohms/km at 20 C for cables with 0.5 mm conductor.
6.1.7 The mutual capacitance of the pair of adjacent cores shall not exceed 250 pF/m at a frequency
of 1kHz. The capacitance between any core and screen shall not exceed 4(X) pF/m at a
frequency of 1 kHz.
2
6.1.8 L/R ratio of adjacent cores shall not exceed 40 mH / ohms for cables with 1.5 mm conductor
2
and 25 PH / for cables with 0.5 mm conductor.
6.1.9 The drain wire resistance including shield shall not exceed 30 ohms/km.
2
6.1.10 A pair of communication wire shall be provided for multipair cables. Each wire shall be 0.5 mm
0
of plain annealed single or multi-strand copper conductor with 0.4 mm thick 85 C, PVC
insulation shall be green and red colour coded.
- Single pair shielded signal / alarm cables shall be used between field instruments
switches and junction boxes / local control panels.
- Multipair individually and overall shielded signal / alarm cable shall be used between
junction boxes / local control panel and control room in general.
2
- The single pair / triad cable shall be 1.5 mm conductor size made of electrolytic copper
conductor of 7 strands with each strand of 0.53 mm diameter, multipair cable with 0.5
2
mm conductor size shall have 16 strands of annealed electrolytic grade copper
conductor with each strands of 0.2 mm diameter, multi triad cable or multi pair cable
2
with 1.5 mm conductor shall have 7 strand with each strand of 0.53 mm diameter.
- Shield shall be aluminum backed mylar / polyester tape bonded together with metallic
side down helically applied with either side having 25% overlap and 100% coverage.
The minimum shield thickness shall be 0.05 mm in case of single pair / traid and 0.075
mm incase of multipair / triad cable.
2
- Drain wire shall be provided for individual pair and overall shield which shall be 0.5 mm
multi stranded bare tinned annealed copper conductor. The drain wire shall be in
continuous contact with aluminum side of the shield.
- All multi pair cables shall have 6 pair / 12 pairs only while multitriad cable shall have 6
triads / 8 triads only.
- Single pair control shall be used between field mounted solenoid valves and junction
boxes / local control panels and shall meet the requirements specified in para 6.2
above.
- Multipair control cables shall be used between junction boxes / local panels and control
room mounted devices in general. These cables shall have only overall shielding.
- The control cables shall have 1.5 sq. mm conductor size with 7 stranded conductors of
annealed electrolytic grade copper with each strand of 0.53 diameter.
- Multi pair individually and overall shielded thermocouple extension cables shall be
used between junction boxes and control room mounted devices.
- The type of thermocouple extension cables shall be compatible with thermocouple used.
In addition the colour coding of the primary insulation shall be as per IS-8784-1987
Table 5.
- The cable shall have 16 AWG and 20AWG solid conductors for single and multi pairs
respectively.
- All thermocouple extension cable shall be matched and calibrated in accordance with
IEC-584-2.
- Shield shall be aluminum backed by mylar / polyester tape bonded together helically
applied with the metallic side down with either side having 25% overlap and 100%
surface. Minimum shield thickness shall be 0.05 mm for single pair and 0.075 mm for
2
multi pair cable. Drain wire shall be 0.5 mm multi strand bare tinned annealed copper
conductor. The drain wire shall be in continuous contact with aluminum side of shield.
- Inductance shall not exceed 4mH/Km. However, for J-type thermocouple inductance
could be 8 mH/ km.
- All power supply cable shall be as per IS-1554 Part – I and shall have copper
2
conductors. Minimum conductor size shall be 2.5 mm . All these cable shall be PVC
insulated and armoured.
- Any other special cable required for instruments shall also be supplied as per
requirements. Contractor shall ensure that these cables are armoured type and shall
meet all other requirements specified in para 6.1.1 through 6.1.10 as applicable.
- Contractor shall include a minimum of 30% of quantity of each type of cables supplied
as spare, and in each multi pair cable 20% spare cores shall be kept.
- Contractor shall clearly state if any of the above cable does not suit vendor’s
instruments requirement in the offer stage itself and indicate type of the cable required.
Contractor shall supply all cable glands required to gland the above mentioned cables both at
field instrument and at control room (local and main) / control room devices / junction boxes.
All cables glands shall be of anodized aluminum alloy or of nickel plated brass and they shall
be double compression type suitable for armoured cables.
Contractor / Vendor shall supply a 20% of cable glands of each type / size as spare.
Contractor / Vendor shall supply junction boxes wherever required. These shall be of die cast
aluminum alloy body and shall be weather proof only when connected to intrinsically safe
circuit. However when connected to an explosion proof instrument / circuit the junction boxes
shall be weather proof and explosion / flame proof.
2
These boxes shall have terminals suitable for min 4mm cable terminations (klippon) mounted
on rails. 20% spare terminals shall be supplied in each junction box.
Each junction box shall have a minimum of 10% or 2 Nos. of each size entry, whichever is
more. Each of spare entries shall be duly provided with plugs.
Contractor / Vendor shall supply instrument valves (miniature type) and valve manifolds
wherever required.
Body material and rating shall be as per piping class or SS whichever is better and shall be
forged type.
Valve trim material shall be 316SS as minimum or superior as required by process conditions.
Contractor / Vendor shall supply a minimum of 10% such instrument valves and manifolds as
spare.
In general Contractor / vendor shall supply 1/2" OD x 0.065" thick ASTM A 269 TP 316 SS
seamless tubes as minimum for impulses lines.
Where the pressure (operating) exceeds 70 kg/cm2 seamless pipes size ½ NB of required
thickness shall be supplied with material as per piping class. Seamless tubes shall have a
hardness of Rockwell RB – 65-70 at scale 30T. Tubes shall be free from scratches and shall be
suitable for bending. Unless otherwise specified the tube wall thickness shall be 0.049’’ for ½
O.D and 1mm for 6 mm O.D tubes
The fitting/ferrule hardness shall be in the range of RB 85-90 at scale 30T so as to ensure a
minimum hardness difference of 5 to 10 between tube and fitting and of stainless steel in
general. Thread ends of fittings shall be NPT according to ASME 16.11.
Socket weld type forged pipefittings of suitable material and ratings shall be supplied for
pipefittings. The minimum rating shall be 3000 lbs. Weld neck fitting shall be used where
socket weld type are not allowed by piping class.
All threaded fitting shall have NPT thread as per ANSI/ASME B16.11 only.
Contractor / Vendor shall supply a minimum of 20% each type of pipe / tube fittings as spare.
Contractor / Vendor shall supply 6mm OD x 1mm thick SS – 316 seamless tubes for
pneumatic signal tubes.
Contractor / Vendor shall avoid use of intermediate connections and shall estimate single
length for each instrument location.
Seamless, inside and outside galvanized Carbon steel pipes used for instrument air
distribution, shall be as per IS 1239 class Heavy Duty Type.
Galvanized forged screwed Carbon Steel fittings 2000 lbs rating, shall be used.
Isolation valve on instrument air service shall be packless gland type full-bore ball / globe
valves.
Contractor / Vendor shall supply a minimum of 20% of air pipe, fittings and valves as spare.
Instrument air filter regulator of suitable sizes shall be supplied for each pneumatic instrument.
The filter shall have 25 micron sintered bronze / ceramic filter element and shall be provided
with manual drain and 2" dia nominal size pressure gauge.
These cable trays shall be made out of perforated galvanized MS with red oxide primer and
The width shall be so selected that 50% of tray space of each is available for future use of the
complete installation.
Suitable cable clamps shall be supplied for binding the cables, tubes at every 500mm.
Contractor / Vendor shall supply instrument stands, stanchions and other structural steel
material required for supporting the cable trays, impulse lines and instruments.
6.2 INSTALLATION
6.2.1 Contractor shall be completely responsible for installation of all instruments within his battery
limit, as per the installation sketches (typical) furnished alongwith this bid document.
All direct mounted instruments like thermocouple thermowells, temperature gauges, pressure
gauges, pressure switches etc. shall be installed in such a way that they have better readability
and accessibility.
All capillary type instruments shall have the capillary supported properly and shall have
protection of capillary against mechanical damage.
All Pressure, Differential Pressure instruments shall be provided with block and bleed, bypass,
drain / vent valves etc. as per the installation sketches, and shall have easy accessibility.
All primary piping / tubing (impulse lines) shall have a slope of 10% on the horizontal run.
All welding shall be carried out as per the relevant code with proper electrodes. Any tests (non-
destructive) like DP test on root weld and final weld shall be carried out as applicable. All
consumables shall be part of Contractor's scope.
Instrument drain / vent connections shall be piped to safe area like OWS or above pipe racks to
avoid accumulation of hazardous fluid in the plant atmosphere.
Steam tracing wherever required shall be carried out by 10mm OD x 1mm thick copper tubes,
and condensate traps shall be provided to collect all the steam condensate and shall be piped
to the nearest pipe drain funnels.
All tubes / cables shall be properly laid on cable trays which shall be supported at regular
intervals.
Complete Physical separation shall be maintained between signal cables and shut down /
power cables.
Wherever intrinsic safe circuit system cabling is employed, a minimum separation of 150mm
shall be adhered between IS and non-IS signal cables, over and above separation between
signal and Power Cables.
The casing of instruments shall be earthed by earthing wire to the nearest earth bus bar
In case the cables are to be buried or laid in the concrete trench, the same shall be carried out
by vendor / contractor with prior intimation to ONGC.
Painting of cable trays / ducts, MS cable ways, angle trays, instrument supports, all structural
supports shall be as under
The surface to be painted shall be thoroughly cleaned with wire brush, emery paper to remove
all scales to achieve desired surface finish. After cleaning, one coat of red oxide zinc chromate
primer shall be given conforming to IS 2074 and allowed to dry. Two coats of paint shall be
applied subsequently.
Further third / final coats of paint of final colour shall be given before handing over the plant /
commissioning.
6.3.1 All impulse lines shall be properly flushed after isolating both the instrument and the vessel /
piping.
All impulse lines shall be tested hydraulically at 1.5 times the maximum operating pressure.
Contractor to ensure that instrument and vessel / piping is isolated during this test.
In case of special conditions where hydro testing is not permitted due to service conditions, the
impulse lines testing shall be carried out by using air or nitrogen.
All external cage type level instruments shall be tested up to 1.5 times operating pressure by
using nitrogen only.
After pressure testing all these impulse line shall be drained and dried with dry air / Nitrogen to
remove any moisture.
Instrument air lines will be service tested only for any leak after pressuring and isolating the
main root valve, by soap solution.
Pneumatic signal tubes shall be flushed and tested with instrument air for any leak at a
pressure of 1.5 kg/cm2g. After pre commissioning the line, the source of pressure is cut off
and rate of fall in pressure shall be ensured to be less than 1 PSI for each 100 feet for a period
of 3 minutes as per ISA.
All instrument cables shall be tested for continuity and insulation. While Meggar is used for
insulation testing, ensure that all instruments and Zener barrier are isolated at both ends.
All instruments supplied by the vendor shall be calibrated using proper test equipment.
All test instruments shall have proper certificates and tracabilities of valid calibration to national
or international standard without which installation shall not be acceptable. Standard format of
calibration shall be offered by the contractor for approval of ONGC after the award of contract.
All instruments shall be calibrated minimum for 0%, 25%, 50%, 75% and 100% and vice versa.
a Potentiometer / Calibrator.
All displacer type level transmitters shall be calibrated with water or suitable fluids and corrected
for specific gravity of the actual process fluid.
All alarm and trip switches shall be calibrated over the entire range and finally set and checked
for alarm / trip points and reset points as per the alarm / trip set point schedule. After setting
these shall be sealed.
All Control Valves prior to stroke checking shall be internally & externally cleaned thoroughly.
The full stroke of valve shall be checked for opening and closing, in the range of 0%, 25%, 50%,
75% and 100%. Any adjustments required for obtaining full stroke and reducing hysterisis shall
be carried out.
Bubble tight shut off Control Valves and Shut Down Valves shall be checked for seat leak test
and gland leak test
Solenoid valve shall be checked functionally for its operation, & seat leakages.
Safety valves and relief valves shall be set / tested by using dry air / nitrogen. Leakage if any
shall be removed by proper lapping of seat and disc.
All electronic / pneumatic receiver instruments shall be calibrated as per the manufacturer's
instruction. Controllers shall be aligned properly.
All special instruments like analyser shall be checked and calibrated as per manufacturer’s
instruction. Prior to testing, all analyser sample lines shall be thoroughly cleaned by Carbon
Tetrachloride or any other cleaning liquid. After cleaning, these lines shall be thoroughly purged
with dry nitrogen. No oil should be used on oxygen service lines.
The overall accuracy shall be with + 1% for Electronic Instrument Loops and + 1.5% for
Pneumatic Loops. Where deviation is found to exist more than specified limit, Contractor shall
recalibrate the instrument at no extra cost & time.
After performing the calibration of all instruments, the entire loop shall be checked for proper
operation.
The entire shutdown scheme shall be simulated from the process trip switches and the scheme
shall be tested for its proper operation, prior to start up of the unit.
If no dry instrument air is available, Vendor / Contractor shall provide necessary N2 cylinders to
carry out the above activity.
6.4 COMMISSIONING
6.4.1 This activity shall be carried out in a systematic manner so as to avoid any accident to plant and
operating personnel.
All perquisite checks prior to startup are to be completed in all respect, result recorded and
approval of EIC for ensuring readiness of plant and all safety aspects adherence for startup is to
be obtained by contractor. During the plant start up all the instruments calibration, controller
alignment, trip point settings shall be trimmed / checked & confirmed so as to meet the operation
requirement.
Prior to guarantee run of any package unit the vital instruments as required by vendor have to
be recalibrated and the results to be recorded.
7. LIST OF ATTACHMENTS:
Refer the List of Standard Specifications and Standard Drawings enclosed else where in the
tender document.
STANDARD SPECIFICATIONS
Sl.
Drawing No. DESCRIPTION REV.
No.
Annexure-III
to
Particular Job Specification
(TELECOM WORKS)
1) INTRODUCTION
M/s HPCL proposes to lay 2 parallel cross country petroleum product pipelines of 14.5 KM (apprx.)
from the proposed dispatch station inside the existing Bahadurgarh Terminal of Mundra Delhi
Pipeline in Haryana. The pipelines will terminate at HPCL’s proposed Tikarikalan terminal in Delhi.
The Marketing Terminal at Tikarikalan is being constructed by HPCL. One pipeline will be utilized
for dedicated pumping of Motor Spirit (MS) and other pipeline for pumping of High Speed Diesel
(HSD) / Superior Kerosene Oil (SKO).
To facilitate proper operation and management control of Pipeline, a reliable and dedicated
Telecommunication System is proposed to be setup in future connecting the various attended and
unattended station along the pipeline. The system will also provide for voice communication from
unmanned station to the attended stations. Telecom system shall comprise of STM -1& STM-4
equipment.
12 fibers armored Optical fiber cable (free issued from client) shall be laid in self-lubricated 40mm
HDPE conduit along with the pipeline to facilitate proper operational & management control of the
pipeline and dedicated Telecommunication system.
2) SCOPE OF WORK:-
a) Telecommunication work: -
The scope of work related to telecommunication work (but not limited to) shall include all the
necessary work for supply and laying of one number self – lubricated HDPE duct, Laying of OFC
(12 fiber) by Blowing technique in laid HDPE Duct along the new pipeline from Bahadurgarh to
Tikarikalan in same trench and in separate trench inside the terminals including supply of HDPE
Duct & accessories, supply & laying of Warning mat, Supply of FTC, wire mesh, Termination &
Testing of OFC & HDPE duct including any civil work, commissioning , Quality assurance and
Control, Documentation and any other job as per direction of Engineer In-charge required for
completion and hooking up of OFC based telecom system.
The erection, testing and commissioning of SCADA system and Telecom equipment (STM-1 &
STM-4) and accessories are in other contractor’s scope.
1. Supply & Laying of 40 mm diameter HDPE Telecom pre-lubricated Ducts & accessories,
estimation of quantity, including Storage, Transportation, and unloading at site, submission of
HDPE alignment sheets (part of OFC alignment sheet documents), planning and HDPE lying
schedule preparation.
2. Erection, testing commissioning and making the work complete in all respect as per specification.
a) Permanently solid Pre Lubricated 40mm diameter HDPE Telecom Duct as per
specification along entire underground pipeline in the same trench including cased
crossing for installation of OFC in future.
b) HDPE casing /CS pipe casing for Nallah, River/ Canal, Railways, Major Road Crossing as
directed by Engineer-in-charge wherever required and as directed by Engineer-in-charge
in all type of soils and terrain.
3. Supply and Preparation of cable Blowing & Jointing pit, jointing of HDPE Duct /conduit, scaling of
conduit, HDPE conduit testing after laying sealing of HDPE conduit, cased crossing, separate
trench & conduit near the terminals, joints locations marking, back filling, sealing of conduit, cable
markers, joint markers, Warning mat etc. as per the MECON specification. All the accessories, if
2
required, must be suitable of 8 Kg/cm (min.) pressure rating. Testing, commissioning, and
handing over of system, drawings & documentation as per contract.
4. Taking over of free issue 12 fibre OFC (after OTDR testing) from designated HPCL Store,
transportation to site, loading, unloading storage and make it ready for erection.
5. Laying of Free issued 12 Fibre OFC by Blowing Technique , jointing closures and accessories,
Submission test reports and documents for supplied material, storage, Transportation, unloading
at site, submission of OFC alignment sheets based on the pipeline alignment sheet, planning and
OFC laying schedule preparation, Laying of OFC (12 Fiber) testing before and after laying, all
cable sealing, padding backfilling etc. using all material including supply and laying of warning
mats etc., termination of cables at FTC with all accessories, cable jointing, commissioning and
making the work complete in all respect as per specification Drawings & documentation as per
contracts & other relevant work specified by Engineer-in-charge.
6. Supply and installation of 300 mm diameter cable marker mounted on Main pipeline Marker,
Separate OFC joint marker, electronic marker & marker locator etc., as per specification.
8. Supply of jointing pit. Jointing of OFC after properly placing it in manholes and providing protection
to surplus OFC loop in the jointing chamber.
9. Supply of FTC and wire mesh for both ends. Installation of FTC & wire mesh, other accessories for
termination of OFC-12 fiber in the control room, splicing with street fiber, test of the fiber for
smooth operation of system on a wavelength. Test of laid OFC, identification of fault, rectification
of fault, Cable Jointing, Earthing, all the termination and commissioning work, Reconciliation,
complete in all respect.
10. Testing including power testing complete cable section between two stations at 1310 nm & 1550
nm and testing of end sealing.
11. Providing necessary Testing Tools and power supply at site for splicing and testing etc.
12. Preparations and submission of as-built drawings with soft copy as per contract specification.
14. All electrical works associated with installation and commissioning of OFC.
Any other work required for completion of OFC based Telecommunication work as per the
direction of Engineer-in-charge.
The scope of work related to above work shall include all the necessary work (but not limited to) for
supply and laying of one number self – lubricated HDPE duct, Erection of OFC (12 fibre) directly
buried in ground along the new pipeline from Bahadurgarh to Tikarikalan along the pipeline in
same trench and in separate trench inside the terminals including supply of HDPE Duct &
accessories, supply & laying of Warning Mat, Supply of FTC, wire mesh, splicing, Termination &
Testing of OFC & HDPE duct including any civil work, Commissioning , Quality Assurance and
Control, Documentation and any other job as per direction of Engineer In-charge required for
completion and hooking up of OFC based telecom system.
1. Supply and Laying of 40 mm diameter self lubricated HDPE Ducts & accessories, making
records of test report of material, estimation of quantity, including Storage, Transportation, and
unloading at site, submission of HDPE alignment sheets, planning and schedule preparation
for HDPE laying.
2. Erection, testing commissioning and making the work complete in all respect as per
specification.
b) HDPE casing /CS pipe casing for Nallah, River/ Canal, Railways, Major Road
Crossing as directed by Engineer-in-charge wherever required and as directed by
Engineer-in-charge in all type of soils and terrain.
3. Supply and erection of cable Blowing & jointing pit, joint of HDPE conduit, scaling of conduit,
HDPE conduit testing after laying as define in specification, sealing of HDPE conduit, cased
crossing, separate trench & conduit near the terminals, joints locations marking, back filling,
sealing of conduit, cable markers, joint markers, Warning mat etc. as per the MECON
2
specification. All the accessories, if required, must be suitable of 8 Kg/cm (min.) pressure
rating. Testing, commissioning and handing over of system, drawings & documentation as per
contract.
1. Vendor must submit the details of specific experience of the party responsible for OFC,
HDPE Duct laying, jointing, splicing, Testing. Sufficient documentary evidences also to
be submitted at the time of submission of bid. The parties having proven experience
and track record in respective field shall be allowed to execute the job.
2. After award of work, Contractor shall supply 2 copies of detailed activity Bar chart, manpower
and machinery mobilization plan, QA/ QC plan and inspection formats, execution procedures
for different type of activities, for review and approval by the Engineer-in-charge within 15 days
from the date of FOI (Fax of Intent).
3. The Vendor shall use the data provided in the tender for reference purpose only. It shall be the
Vendor’s responsibility to check accuracy and utility of this data.
4. The contractor shall bring all duct & OFC laying, jointing, splicing equipment, tools as deemed
necessary for the timely implementation of the work.
5. The OFC cable & HDPE Duct alignment sheets (to be submitted 15 days before final laying) in
the format specified by the Engineer-in-charge shall indicate various rail, road, canal, river &
utility crossing, location of high tension lines running in parallel with the route of OFC, location
of each of jointing locations & type of cable etc. After completion of laying vendor shall submit
“As Built Drawing” as define in the specification.
6. Special care should be taken to avoid any twist or damage of duct/ OFC while laying Optical
Fiber Cable under road, Nalla, Railway line, culvert as specified elsewhere in the tender
document.
7. Contractor shall take all safety measures required to prevent damage to the cable and
accessories. The contractor shall be responsible for any damage to the cable, accessories and
all other free issue items and existing underground services in route, if any.
8. The back filling and compacting of trench in layers of 20 cms. Restoration of road, Nalla,
pavements etc. after the completion of laying work as specified elsewhere in this document.
9. Testing of the complete cable section (between two stations) to the satisfaction of HPCL as
per test schedule mentioned elsewhere in the tender document.
10. Jointing, Splicing of OFC, in jointing pit, testing, end sealing etc. has to be done. OFC loop
should not be left without proper protection at any place. The OFC loop or surplus cable
should be accommodated within the jointing pit / chamber.
11. If during the course of execution of work any discrepancy or inconsistency error or omission in
any one of the provision of the contract is discovered which needs to be clarified, the same
matter shall be referred to the EIC / Consultants who shall give his decision in the matter and
issue instruction then accordingly the work to be carryout. The decision of the EIC / Consultant
will be final and binding to contractor.
12. For the payment for laying, the payable length of optical fiber cable will be the length of
pipeline as per pipeline chainages. For inside Terminal the actual laid length in separate
trench up to control room will be considered for measurement. No separate rate will be
payable for separate trench.
OFC Laying:
1. OFC (12 fibre – free issued) - Submission of test reports and documents for free issued
material, storage, Transportation, unloading at site, submission of OFC alignment sheets
based on the pipeline alignment sheet, planning and OFC laying schedule preparation, Laying
by blowing technique of OFC (12 Fibre) testing before and after laying, all cable sealing,
padding backfilling etc. using all material including supply and laying of warning mats etc.,
termination of cables at FTC with all accessories, cable jointing, commissioning and making
the work complete in all respect as per specification Drawings & documentation as per
contracts & other relevant work specified by Engineer-in-charge.
2. Supply and installation of 300 mm diameter cable marker mounted on Main pipeline Marker,
Separate OFC joint marker, electronic marker & marker locator etc., as per specification.
3. Supply, Installation, testing and commissioning of “JOINTING CLOSURE” and “FTC” as per
standard specification.
4. Supply of jointing pit. Jointing/ splicing of OFC after properly placing it in manholes and
providing protection to surplus OFC loop in the jointing chamber.
5. Supply of FTC and wire mesh for both ends. Installation of FTC & wiremesh, other accessories
for termination of OFC-12 fibre in the control room, splicing with street fiber, test of the fiber for
smooth operation of system on a wavelength end to end. Test of laid OFC, identification of
fault, rectification of fault, Cable Jointing, Continuity test, Earthing, all the termination of OFC
at FTC and commissioning work complete in all respect.
6. Testing including power testing complete cable section between two stations at 1310 nm &
1550 nm as applicable and testing of end sealing.
7. Providing necessary Testing Tools and power supply at site for end to end splicing and testing
etc.
8. Preparations and submission of as-built drawings with soft copy as per define in the
specification.
10. All electrical, Earthing / Grounding works associated with installation and commissioning of
OFC, FTC, RTU, Telecom equipment. The earthing pit for telecom equipments are also in the
vendor scope. Separate SOR item is available in the price schedule. This will be operated as
per the requirements
11. Any other work required for completion of OFC based Telecommunication work as per the
direction of Engineer-in-charge.
Enclosures:
LIST OF STANDARDS SPECIFICATIONS
Annexure-IV
to
Particular Job Specification
(CATHODIC PROTECTION WORKS)
DESIGN BASIS
FOR
TEMPORARY /PERMANENT CATHODIC PROTECTION
SYSTEM
CONTENTS
1. INTRODUCTION
2. SCOPE
3. CODES & STANDARDS
4. SITE CONDITIONS
5. AREA CLASSIFICATIONS
6. POWER SUPPLY DETAILS
7. MONITORING AND CONTROL SIGNAL FOR SCADA
8. CABLES
9. CATHODIC PROTECTION SYSTEM
10. STATUTORY APPROVAL
11. DRWINGS AND DESIGN DOCUMENTS
1.0 INTRODUCTION
The project envisages laying of 10’” & 8” NB and 15 Km long petroleum product pipeline
from dispatch terminal at Bahadurgarh to receiving terminal at Tikrikalan for supplying of
MS, SKO/ HSD to the marketing terminal of HPCL at Tikrikalan.
This document presents design criteria for CP (TCP/PCP) system for 3LPE Coated, 10’”
& 8” NB and 15 Km long petroleum product pipeline against corrosion for a service life of
35 years. It indicates minimum requirements for detailed design of CP system and
equipments.
This design data defines the design requirements applicable for this project in addition to
the Specification for Temporary cathodic protection system MEC/TS/05/21/016A,
specification for permanent current cathodic protection system MEC/TS/05/21/016B.
2.0 SCOPE
The system design, performance and materials to be supplied shall, unless otherwise
specified, conform to the requirements of the following latest relevant applicable
specifications:
3.2 In case of imported equipments standards of the country of origin shall be applicable if
these standards are equivalent or stringent than the applicable Indian standards.
3.3 The equipment shall also confirm to the provisions of Indian Electricity rules and other
statutory regulations currently in force in the country.
3.4 In case of any contradiction between various referred standards/ specifications/ data
sheet and statutory regulations the following order of priority shall govern.
Statutory regulations.
Data sheets.
Scope of Work/ Job specification.
This specification.
Codes and standards.
The equipment offered and the installation shall be suitable for continuous operation
under the following site conditions:
Classification of hazardous area will be in accordance with BIS and IS: 5572.
Following selection will be considered for proper selection of electrical equipment for use
in hazardous area:
c) Temperature Classification : T3
All electrical equipment installed in hazardous area will be selected as per IS: 5571.
5.1 All the electrical equipment for hazardous areas shall be of Ex-d type suitable for temp
classification T3.
Digital and analogue monitoring and control signals as required for CP system shall be
provided in various electrical equipment for connection to SCADA system.
CPPSM/TR unit shall be properly interfaced with RTU with RS485 serial data link for
various analogue, digital signals & control signal, CONTRACTOR shall provide RS485
serial link.
Sl MONITERING/ ANALOUGE
DESCRIPTION
No. CONTROL /DIGITAL
1 CPPSM/CPTR OUT PUT M AI
VOLTAGE
2 CPPSM OUT PUT M AI
CURRENT
3 PIPELINE OVER M DI
PROTECTED
4 PIPELINE UNDER M DI
PROTECTED
7 REFERENCE CELL-1 M AI
VOLTAGE
8 REFERENCE CELL-2 M AI
VOLTAGE
9 REFERENCE CELL-3 M AI
VOLTAGE
8.0 CABLES
a. Cables shall be annealed high conductivity tinned stranded copper conductor, XLPE
insulated, PVC sheathed, 650/1100 V grade, armoured for Cathode/Anode /
measurement cable. Unless otherwise specified in project specifications, the size of the
copper conductor shall be minimum 35 sq. mm. for anode and cathode cables, 6 sq. mm.
for potential measurement and reference cells, 10 sq. mm. for current measurement, 25
sq. mm. for bonding/ grounding and 10 sq. mm. for anode tail cables. The anode tail
cables shall be XLPE insulated & PVC sheathed and shall not be armoured. The length
shall be sufficient for termination on anode lead junction box without any joint. PE sleeves
shall be provided for unarmoured cables.
b. The T/R unit incomer cable shall be minimum 10 sq. mm. aluminium, 650/1100 V PVC
insulated, armoured, PVC sheathed. The cable shall be of 3 core type for single phase
TR units/CPPSM unit and 4 core type for 3 phase TR units.
c. The cables for connecting various transducers from TR unit/ CPPSM to telemetry
interface junction box shall be twisted pair with individual pair shielded and overall
shielded with aluminium backed by mylar/polyster tape, PVC sheathed, armoured, PVC
over all sheathed type.
d. CABLING SYSTEM
The Inspection and acceptance of the work as above shall not absolve the Contractor
from any of responsibilities under this contract.
11.1 The following documents shall be submitted along with the offer:
11.2 The following drawings (in three sets) & documents shall be submitted for approval within 3
weeks of award of contract.
11.3 After the job completion, contractor shall prepare AS-BUILT drawings/data sheets and
documents, submit catalogues/manuals (O&M) of major brought out items. Final certified as
built drawings, documents and manuals etc shall be submitted by the contractor to owner in
bound volume with one set in soft copy (CD) plus five sets of prints.
Other drawings and documents shall be submitted by contractor along with AS-BUILT
Drawings/Datasheets-
a) Original deed for Anode Bed shall be handed over to M/s HPCL.
b) Test documents & drawings for bought out items.
c) Detailed commissioning report of pipeline.
SCOPE OF WORK
FOR
TEMPORARY & PERMANENT CATHODIC PROTECTION
SYSTEM
CONTENTS
1. INTRODUCTION
2. SCOPE
3. CODES & STANDARDS
4. CATHODIC PROTECTION SYSTEM
5. SCOPE OF WORK
6. SCOPE OF SUPPLY
7. STATUTORY APPROVAL OF WORKS
8. INSPECTION, TESTING & COMMISSIONING
9. DRAWINGS, STANDARD SPECIFICATION AND INSTALLATION STANDARDS
10. MAKE OF MATERIALS/BOUGHTOUT ITEMS
11. DOCUMENTATION
1.0 INTRODUCTION
The project envisages laying of 10’” & 8” NB and 15 Km long petroleum product pipelines
from dispatch terminal at Bahadurgarh to receiving terminal at Tikrikalan for supplying of
MS, SKO/ HSD to the marketing terminal of HPCL at Tikrikalan.
This document presents design criteria for CP (TCP/PCP) system for 3LPE Coated, 10’”
& 8” NB and 15 Km long petroleum product pipelines against corrosion for a service life of
35 years. It indicates minimum requirements for detailed design of CP system and
equipments.
This design data defines the design requirements applicable for this project in addition to
the Specification for Temporary cathodic protection system MEC/TS/05/21/016A,
specification for permanent current cathodic protection system MEC/TS/05/21/016B.
3.0 SCOPE
The system design, performance and materials to be supplied shall, unless otherwise
specified, conform to the requirements of the following latest relevant applicable
specifications:
3.5 In case of imported equipments standards of the country of origin shall be applicable if
these standards are equivalent or stringent than the applicable Indian standards.
3.6 The equipment shall also confirm to the provisions of Indian Electricity rules and other
statutory regulations currently in force in the country.
3.7 In case of any contradiction between various referred standards/ specifications/ data
sheet and statutory regulations the following order of priority shall govern.
Statutory regulations.
Data sheets.
Scope of Work/ Job specification.
This specification.
Codes and standards.
3.8 The work shall be performed in conformity with this specification, standard specifications
and installation standards enclosed elsewhere in this tender and code of practices of the
Bureau of Indian Standards. In case of any conflict, the stipulations under this
specification shall govern.
3.9 In addition, the work shall also conform to the requirements of the following:
The Indian Electricity Act, and the rules framed thereunder.
The Fire Insurance Regulations.
The regulations laid down by the Chief Electrical Inspector of the state government/
Central Electricity Authority (CEA).
The regulations laid down by the Factory Inspector.
The regulations laid down by the Chief Controller of Explosives.
Any other regulations laid down by the Central, State or Local Authorities from time to
time during the execution of this contract.
OISD Standards
HPCL’s Safety Standard
3.10 The design, selection and installation of equipment and materials shall also conform to
the requirements of the relevant latest standards of:
Project description
M/s HPCL Limited intends to lay a 10”X 15 km & 8”X 15 km. long pipelines from dispatch
terminal at Bahadurgarh in Harayana State to Tikrikalan in Delhi State for supply of
petroleum product to Tikrikalan storage terminal.
These pipelines are externally coated with 3 layer side extruded polyethylene as passive
protection from corrosion. However 3 layer PE coating alone cannot protect the pipelines
from corrosion due to combined attack of chemicals like acid, sulphates, chlorides from the
soil and ground water. Hence it is intended to protect the above pipelines from corrosion by
temporary cathodic protection system for design life of minimum 1 years or till the
commissioning of PCP system, whichever is later and permanent Cathodic Protection
System for a service life of 35 years.
Insulating joints shall be provided on the above ground pipelines before leaving/ entering the
ground. The pipeline is crossing various roads, rivers, HT & LT overhead lines, railway
traction lines (AC traction system) and other pipelines/ services etc. along its route.
Project Details
4.1 General
Description of the facilities covered in the above are described in following clauses.
4.3 Terminals
a) Despatch Bahadurgarh
Scrapper Receiver
Local & panel mounted instruments such as PT, TG & Pig Signalers, GOV/AV
Valves Operation
Control Panel
Control Room Building
LEL Detection System
Pressure Control Valve with Bypass
Pressure Regulators PCV
Turbine Flow Meter
Flow Computers
TSV
Meter Proving Facility
UPS
TR Unit for PCP system (A common impressed current type Cathodic Protection
System has been considered for both new pipelines)
SCADA & TELECOM
4.5 Guarantee
4.5.1 The contractor shall guarantee the installation against any defects of workmanship and
materials (supplied by the contractor) for a period 24 months after supply of CP material at
site or 12 months after successful commissioning at site, which ever is earlier. Any damage
or defects connected with the erection of materials, equipments of fittings supplied by the
contractor that may be undiscovered at the time of issue of the completion certificate, or may
arise or come to light thereafter, shall be rectified or replaced by the contractor at his own
expense as deemed necessary and as per the instruction of the Engineer-in-charge within
the time limit specified by Engineer-in-charge.
5.5.2 The above guarantee shall be applicable for the quality of work executed as well as for the
equipment/ cable/ fittings/ other materials etc supplied by the contractor.
The equipment offered and the installation shall be suitable for continuous operation under
the following site conditions:
a) Measurement of soil resistivity along the right of way of the main pipelines route as
per specification for design & installation of anodes.
b) Collection of additional data related to cathodic protection along the right of way of
pipelines as per specifications.
c) The test stations for 10” OD pipeline need to be installed matching with the test
station of 8” OD pipeline, for bonding purpose.
d) New 10” & 8” NB dia pipelines are running parallel direct/resistance bonding
connection shall be made between pipelines at the test stations along the pipeline
route at an average interval 1Km and at additional locations wherever required. The
size of cable for bonding shall be 1Cx25 sqmm.
f) Supply, installation, testing & commissioning of one set of spark gap arrestor with 2
plate Zinc grounding cell of 20 kg net weight each across each insulating joint
provided at dispatch terminal, receiving terminal etc as per P&ID / specification .
g) Supply, installation, testing & commissioning one set of polarisation cell with zinc
anode at all high tension electrical power transmission line/equipments /railway
tractions(all 66 KV & above) crossing or running parallel to the pipelines for grounding
purpose as per specification. The rating shall depend upon anticipated fault current &
ground bed resistance at the location of installation. However, the rating of
polarisation cell (krick) shall not be less than 5 KA & number of 20 kg net weight zinc
anode shall not be less than two.
h) Supply & installation of Zinc Ribbon Anodes at 4-8 O’clock position in the interval of 2
metre (max.) on carrier pipes at all cased crossings i.e. railways/ roads etc.
i) Monitoring of the TCP system till commissioning of the permanent cathodic protection
system.
j) All civil/ structural works related to TCP system including supply of bricks, cement &
steel etc. required for completion of the system.
The scope shall include complete permanent Cathodic protection system, including
carrying out the soil resistivity measurement for anode ground beds, design of anode
ground beds considering size / rating of anode bed not less than the minimum
requirements of the anode ground bed specified, Interference detection and mitigation,
AC/DC interference on pipelines and CP System due to proximity of foreign AC/DC
source, detection and mitigation of high induced voltage at pipelines due to proximity of
HT line, close interval potential logging survey for entire length of 10” & 8” dia pipelines
and additional surveys i.e. CAT, DCVG etc at selected locations which shall be decided
from the abnormal areas of close interval potential logging survey results to identify
coating defects/holiday, conducting pipelines line current & coating resistance test at
selected locations where current measurement test stations shall be installed, preparation
of commissioning report and as built drawings etc. All work shall be carried out
conforming to the Scope of work, Design Basis, Data Sheets, specifications & standards.
Scope shall also include disconnection of TCP system which does not form part of PCP
system. Equipments coming under new installed TCP system (TLP, Corrosion coupons,
E/R probes, Zn/Mg ribbon anodes etc) if useful & required in PCP system, shall be used
effectively in designing of PCP system. If any inadequacy present in these equipments, in
such case all work associated with supply, installation, testing and commissioning shall
be in scope of PCP contractor.
The Scope shall also include but not limited to the following for completion of jobs:-
viii) Selection of plot (60mX5m Min.) for anode ground bed at receiving station Tikrikalan
(15.0 km Chainage) at a distance of min. 100m from the pipelines. (If adequate
protection is not achieved with one anode ground bed two parallel anode ground
beds shall be considered for two lines).
ix) Carrying out the soil resistivity survey for design of anode ground bed at the
selected location as mentioned above.
x) Development of topo sheets which should be suitable for use in land acquisition at
Stations.
xi) Acquisition of land for anode ground bed, Anode Junction box, laying of cable and
transferring the title of land in favour of HPCL at the selected locations mentioned
above for 10”/8” dia pipelines.
xii) Design of shallow/deepwell anode beds for construction at selected location as per
national/ international standard & specification.
xiii) Common power source (TR unit) shall be considered for both new lines with two
parallel anode ground beds if required. Positive header cable from the AJB of new
anode ground bed shall be terminated to the Positive terminal of common CPTR
unitt. Similarly Negative header cable from the CJB of the 10” line & 8” line shall be
connected to the common Negative terminal of CPTR unit. So that separate
drainage connections are made to each pipeline from the common CPTR unit at CP
Station. [In addition to the separate drainage connections at CP Station stated
above, direct/resistance bonding connections shall also be made between the two
pipelines at the test stations along the pipeline route at an average interval 1Km and
at additional locations where ever required to minimise interference between the two
lines (Already mentioned in scope of TCP work)]
xiv) Supply, installation, testing & commissioning of minimum ten numbers Mixed Metal
Oxide Coated Titanium Hollow Tubular Anodes of 25mm dia. / 1000mm long size
along with 1C x 10mm2 Copper XLPE/ PVC tail cable as per specification at the
selected locations. Actual numbers of anode shall be finalised during the approval of
design calculation submitted by the Contractor. Total ground bed resistance of PCP
System shall be as per specifications.
xvi) Disconnection of temporary cathodic protection system which does not form part of
permanent cathodic protection system.
xvii) Supply, installation, testing & commissioning of Computerized Test Stations (CTSU)
for automatically monitoring and recording the pipe to soil potential, pipe current etc
of the pipelines. Locations shall be decided during detailed engineering.
xviii) Supply, laying, termination, Glanding and ferruling of all the cables of CP system,
including all incoming power cable and outgoing CP cables of CPTR units.
xx) 3 Nos. references cell each at the proposed locations for CP stations for the entire
length of 10’” & 8” NB, 3LPE Coated, 15 Km long petroleum product pipelines. Two
permanent reference cell connections at CPTR unit from the 10” line, one
permanent reference cell connection from 8” line, so that common CPTR unit at CP
Station can get feedback from both the 10” line & 8” line for control of CP System
current.
xxi) Operating current of each CP Stations shall be shared by each anode ground bed
(where 2 anode beds shall operate in parallel) according to their resistance and
each 10” / 8” pipe line according to their coating conductance. Due to such current
sharing the PSP level of any one of the pipelines may become higher than the
other. To minimize this PSP level difference between 10” / 8” pipe line, the max
current limit settings and the target PSP settings at each CPTR unit at CP Station
need to be adjusted in such a manner so that entire length of both the pipeline is
adequately protected without overprotecting any one of the pipelines.
xxiv) Carrying out “ON/ OFF” PSP Survey, Close interval potential logging survey for the
entire length of 10’” & 8” NB, 3LPE Coated, 15 Km long petroleum product
pipelines.
xxv) The contractor shall carry out interference detection and mitigation measures,
AC/DC interference on pipelines and CP System due to proximity of foreign AC/DC
source, detection and mitigation of high induced voltage at pipelines due to
proximity of HT line, close interval potential logging survey for entire length of 10” &
8” dia pipeliness against DC interference due to proximity of foreign DC source &
high induced voltage at pipelines due to proximity of HT line. The contractor shall do
additional surveys i.e. CAT, DCVG etc at selected locations which shall be decided
from the abnormal areas of close interval potential logging survey results to identify
coating defects/holiday and implement mitigation measures for the CP system of the
entire length of 10” & 8” dia , 3LPE coated, 15.0kM long petroleum product pipelines
from Bahadurgarh to Tikrikalan. In case contractor on his own do not possess the
adequate experience for the same, the contractor shall include the services of
specialist agencies, (like PLE Germany,Vender Velde Holland, Nippon Japan, SSS
India, IACS of UK or equivalent) for doing interference/additional surveys and
implementing mitigation measures. Necessary measures shall be adopted to
mitigate the stray current interference due to crossings of high tension line,
electrified railway track, existing pipelines in the close vicinity etc. by providing
sacrificial anodes, grounding cells, diodes etc.
xxvi) Sacrificial type CP System needs to be installed at all river crossings for 35 years
design life in addition to the ICCP system.
xxvii) The TR/CPPSM units shall be provided with facilities for sending and receiving
digital and analogue input/output signals for remote SCADA monitoring and
controlling.
xxviii) Supply and installation of the power supply cable from switch fuse unit/ MCC /PDB
of OWNER’S Electrical substation to CPPSM/CPTR Units shall be CP
CONTRACTOR’s scope of work.
xxix) Monitoring & maintenance (as a whole) of PCP System of entire length of 10” & 8”
dia , 3LPE coated, 15.0kM long petroleum product pipelines from Bahadurgarh to
Tikrikalan for 3 months after final commissioning.
Note:- For chainages refer Pipelines Schematic Route Diagram (Drg No.-
MEC/23LK/05/21/M/000/1021)
i) The job includes all civil works including supply of bricks, cements steel etc.
connected with grouting of equipment to be installed, providing foundation for TR /
CPPSM units, test stations, ALJB/ CJB & chain link fencing around each ground
bed etc. The job includes repairing of all civil works damaged during installation of
electrical and other facilities.
ii) Preparation of buried cable trenches including excavation, back filling, compacting,
providing of brick protection by second-class bricks, spreading of fine river sand,
including all supplies.
iii) The job includes the engagement of the service of a specialist agency for doing
interference survey & implementing mitigation measures against interference for CP
System.
iv) The scope of work under this contract shall be inclusive of breaking of walls and
floors, and chipping of concrete foundations necessary for the installation of
equipment, materials, and making good of the same. Minor modifications wherever
required to be done in the owner free supplied equipments or devices to enable
cable entry, termination, etc.
v) Checking of all connections, i.e. power, control, earthing and testing and
commissioning of all equipment erected and/or connected under this contract as per
testing procedures and instructions of Engineer-in-Charge.
vi) All electrical equipments are to be doubly earthed by connecting two earth wires
from the frame of the equipment to be earth grid. The cable armours will be earthed
thro’cable glands.
The following shall be earthed:
All non-current carrying metallic parts of electrical equipments such as lighting and
power panels, push button stations, cable trays etc.
Lighting fixtures shall be earthed through the extra core provided in the lighting
cable/ conduit for this purpose.
vii) Supply and installation of all other accessories not specifically mentioned herein but
nevertheless necessary for completion of job.
viii) Engineering and preparation of specifications and drawings for procurement &
installation of CP System wherever applicable/required by Owner/ MECON and
submit to Owner/ MECON for approval/comments.
ix) Correction and submission of all owner’s drawings for as-built status.
x) Obtaining clearance for energising the complete electrical facilities covered under
this tender and approval of installation/drawings from Govt. authority if required.
Supply, testing, Packing, Forwarding, Delivery, Installation and commissioning of all the
equipment covered in this package are included in the scope of the contractor. No
equipment will be free issued by the owner to the contractor.
6.2 Contractor’s scope of supply shall be as mentioned in Cl. No. 4.0 Scope of Work.
6.3 Bidder shall submit list of two year operational & maintenance spares along with offer and
supply the same but not limited to the following-
O&M CP Spares/ Tool / Tackles for CP system like Multimeter, Clamp meter, Portable
reference cell, UT meter, Tool box Complete for each maintenance base etc.
1. Contractor to note that the exact cable routing shall be decided at site based on actual site
conditions. Exact cable quantities/sizes shall be based on actual measured route lengths
at site by Contractor in coordination with Engineer-in-Charge/Client. Contractor shall
ensure that there is no surplus or shortage of cables at site and procure cables
accordingly. Contractor shall note that payment for supply of cables shall be made as per
actual laid cables at site.
2. Contractor to note that all cabling (including supply & laying) & other electrics for the CP
System shall be supplied along with the package and no separate payment shall be
admissible for the same. Owner shall provide only single point power supply for the same.
The Inspection and acceptance of the work as above shall not absolve the Contractor
from any of responsibilities under this contract.
All the equipment installed by the contractor shall be tested and commissioned, as
required and no separate payments shall be made unless otherwise specified in the
schedule of rates. Contractor shall inspect carefully all equipments before receiving them
from owner for installation purposes. Any damage or defect noticed shall be brought to
the notice of the Engineer-in-charge.
Any work not conforming to the execution drawings, specifications or codes shall be
rejected forthwith and the contractor shall carry out the rectification at his own cost.
The contractor shall carry out all the tests as enumerated in the technical specification
and technical documents which may be furnished to his during performance of the work.
Before the electrical system is made live, the electrical contractor shall carry out suitable
tests to establish to the satisfaction of Engineer-in-charge/ Owner that the installation of
equipment, wiring and connections have been correctly done and are in good working
condition and that it will operate as intended.
Test proforma for testing and commissioning shall be used for testing and commissioning
of various equipment, cables, earthing system and lighting system. These will be issued
to the successful contractor after the award or work.
9.1 The drawings accompanying the tender document are indicative of the nature of work
and issued for tendering purposes only. Construction shall be as per
drawings/specifications issued/ approved by the Owner/ MECON during the course of
execution of work.
After the job completion, contractor shall prepare ‘AS-BUILT’ drawings, final certified as
built drawings vendor drawings for bought out equipments shall be submitted by the
contractor to owner in bound volume with one set of reproducible original sepia plus five
sets of prints.
9.2 Please refer Vol-II of II enclosed with this tender document for the list of standard
specifications, installation drawings etc.
The purpose of the pipeline alignment drawings, P&IDs & Plot Plan drawings enclosed
with the tender document Vol-II of II is to enable the tenderer to make an offer in line
with the requirements of the Owner. These are indicative of the nature of work and
issued for tendering purposes only. The bidders, however, shall visit the site before
bidding for proper information of site conditions. Construction shall be as per drawings/
specifications issued/ approved by the Owner/ Consultant during the course of
execution of work.
9.3 A) SPECIFICATION
C) STANDARD DRAWINGS
An Appendix-I of approved vendors for various major items is enclosed with this tender
specification. The bidder shall consider such names only as indicated in the aforesaid list
and clearly indicate in the bid the name(s) as selected against these items. For any other
item not covered in the list enclosed with this tender document, prior approval shall be
obtained by the contractor for its make/ supplier’s name.
11.0 DOCUMENTATION
11.1 The following documents shall be submitted along with the offer:
11.2 The following drawings (in three sets) & documents shall be submitted for approval within 3
weeks of award of contract.
11.3 After the job completion, contractor shall prepare AS-BUILT drawings/data sheets and
documents, submit catalogues/manuals (O&M) of major brought out items. Final certified as
built drawings, documents and manuals etc shall be submitted by the contractor to owner in
bound volume with one set in soft copy (CD) plus five sets of prints.
Other drawings and documents shall be submitted by contractor along with AS-BUILT
Drawings/Datasheets-
d) Original deed for Anode Bed shall be handed over to M/s HPCL.
APPENDIX-I
Sheet 1 of 2
1) CABLES
i) Brooks
ii) Nicco
iii) Biren
iv) CMI
v) Delton
vi) KEI
vii) Reliance
viii) Satellite Cables
ix) Evershine
x) Torrent Cables
xi) Universal
xii) Victor
xiii) Indian Aluminimum Cables
xiv) Associated Flexible & Wires
xv) Asain
xvi) Fort Gloster
xvii) Finolex
xviii) Industrial
xix) Rediant
xx) NITCO
2) JUNCTION BOX
i) Exprotecta, Beroad
ii) Baliga
iii) Flexpro
iv) FFLP Control Gears
v) Sterling
vi) Sudhir
vii) Electrical Equipment Corporation
3) SACRIICIAL ANODES
APPENDIX-I
Sheet 2 of 2
6) AC/ DC, DC/DC Operated : M/s Canara Electric, M/s Kriston systems
Automatic Transformer
Rectifier Unit
Annexure-V
to
Particular Job Specification
(FIRE FIGHTING WORKS)
M/s Hindustan Petroleum Corporation Limited propose to lay 2 parallel pipeline from
proposed dispatch station inside existing Bahadurgarh Terminal in Haryana. Three
petroleum products namely ULSHSD, ULMS & SKO from existing storage tank (some
future tanks also considered) will be transported through these pipelines. The total
proposed pipeline is approx. 30Km long, in which 8” x 15Km is proposed for ULMS & 10”
x 15Km is proposed for ULSHSD / SKO transportation.
The 8” x 15Km will transport 250 m3/hr (6 hrs pumping per day) of ULMS & 10” x 15 Km
will transport 350 m3/hr (6hrs pumping per day) of ULSHSD / SKO as per requirement
from Bahadurgarh Dispatch (Near Delhi Border) Terminal to proposed Tikrikalan receipt
station.
2.1 The intent of the specification is to cover the design, engineering, manufacture / fabrication,
procurement, packing, forwarding to site, unloading at site, receipt, storing, erection, testing,
shop painting, commissioning and guaranteed performance of the following and as outlined
in various chapters of the technical specification:
The contractor shall include all supports, inserts etc. required for the above system,
instrumentation & electrics of the system, valves and all necessary operating platforms and
ladders, if required, for the safety and maintenance of the equipment and the system as a
whole.
2. 2 The delivery of the items shall be made at site of M/s HPCL at Bahadurgarh / Tikrikalan.
2.3 Any additional item/ component that are not specifically mentioned in the specification but
are required to make the system/ equipment complete in all respects for safe operation and
guaranteed performance shall be under the scope of this specification.
2.4 The contractor shall furnish the names of the sub-suppliers, if any, along with the units /
quantity intended to be procured from them. List of approved makes of materials is enclosed
in the tender document. Only those vendors shall be acceptable for whom the names are
specified against the items. For any other item not mentioned in the list, the successful party
will take prior approval before placement of order.
2.5 The fire fighting measures are of paramount importance to safeguard the material,
product / information stored manpower and property from the fire hazards. Fire may occur
inside the plot premises consisting of general technological unit areas, metering & filtration
area, pump area, buildings (control room, MCC room etc.) as per the layout drawing at any
location or unmanned rooms due to any mishap or sudden abnormal rise of temperature due
to abnormal operating condition. Water has been considered as the general agent for fire
extinguishments / cooling at the proposed installations. This water shall be made to reach at
all the strategic points of the installations through a closed pressurized piping network.
2.6 The system covers the basic scheme to be implemented to cater fire hazard in the entire
area, as per OISD: 117, OISD: 189, OISD: 214 TAC / NFPA, which suggests the following
systems / facilities to be installed to provide state of the art fire protection facilities to the
area:
a) Fire Water System consisting of hydrants, monitors, hose boxes containing fire
hoses with standard accessories
b) Medium Velocity Water Spray System for pumps, metering & filtration area, scrapper
area
c) Automatic Fire detection cum alarm system
d) Automatic clean agent fire suppression system
e) Portable Extinguishers
f) Fire Fighting Accessories
2.7 Provision shall be made for tripping off the ventilation and A/C system and power supply to the
fire affected zone automatically along with the discharge of the extinguishing media (if any)
after getting the confirm fire signal. However, in general the automatic fire extinguishing
system shall cover:
Depending upon the nature of the units to be protected from fire, following types of fire
protection systems viz. Fire hydrant and monitor system, Automatic medium velocity water
spray system, Fire suppression system clean agent based, automatic fire detection-cum-
alarm system and portable fire extinguishers shall be provided.
However, automatic fire detection-cum-alarm system shall only be provided in all the
electrical control rooms, MCC rooms, instrumentation rooms, switchgear rooms/sub-
stations/and all such electrical premises.
Location wise the proposed fire fighting facilities are listed below:
The fire protection systems shall be designed taking into account the meteorological data
prevailing at the project site as mentioned below.
Temperature
Minimum - 5o C
Maximum - 45o C
Relative Humidity
Maximum - 50%
Rainfall - 25mm
4.1 General
The scope of work of the Tenderer shall include design, engineering, supply,
fabrication/manufacture, assembly, inspection, shop testing, piping, transportation, receipt at
site storage, installation, painting, testing and commissioning, obtaining statutory approval
and demonstration of integrated performance of all equipment required for fire protection
system which broadly includes fire detection cum alarm system, clean agent based fire
suppression system, piping, valves, cylinders, extinguishers, accessories and other hand
appliances at various locations (detail of which mentioned elsewhere in the specification) for
the terminal as per the indicative list of items mentioned alongwith tentative quantities.
The tenderer shall furnish the list of commissioning and two (2) years maintenance and
operational spares in the offer. Complete details of all spare parts, their relation to the
equipment and their itemised prices shall be furnished in the tender. Prices shall be
mentioned in the price envelope and item wise list of spares without price shall be furnished
in the unpriced bid.
4.2 The scope of work and services to be rendered by the Tenderer for installation of fire fighting
system shall include but shall not be limited to the following activities.
ii/ Miscellaneous materials and services, if not otherwise specifically asked for, shall include
the following :
- Constructing site office, covered store, open storage at designated place including supply of
construction material and removal of the same on completion of work.
- Site cleaning, removal and disposal of debris, maintaining clean condition in and around the
working place and as instructed by authorised representative of MECON / Owner.
- Distribution of electric power supply for erection work through licensed electrical contractor /
licensed electrician. Construction power shall be made available by Owner at one place.
- Supply, installation, testing, commissioning of hydrant sprinklers, water spray system, fire
fighting appliances, portable extinguishers and all associated facilities.
- All piping integral to or between any equipment furnished under this specification, except as
otherwise specified.
- All necessary isolation valves fitting at the tapping points and branch pipes.
- All erection accessories, consumables and miscellaneous materials, though not specifically
indicated in this specification, but actually required for completing the job in all respects.
iii/ To obtain No Objection Certificate from the local statutory fire authorities / TAC for the
complete system.
The main intentions of provision of first aid and inbuilt fire fighting systems are to
extinguish the fire at its inception or to control its spread and to assist the fire department
in taking required action and thereby reducing the loss suffered as a result of fire. The
Fire Water layout drawing no. MEC/23LK/05/21/M/FF/001, 002, 003 & 004 of the terminal
is enclosed for ready reference.
The fire protection system envisaged for the plant calls for early detection of fire and
quenching the same by various systems envisaged besides giving out an audio visual
alarm.
The first aid fire fighting arrangements cover the provision of portable fire extinguishers,
etc. as per the requirement of OISD: 189 and TAC.
A well-designed Hydrant system is the backbone of entire fire fighting system as it fights
fire of all classes of risks. The entire dispatch & receiving terminal will be covered with a
water based fire hydrant network. For the purpose of hydrant system design, the
terminals have been considered as medium Hazard occupancy as per TAC classification.
The designed main shall consist of MS coated /DI pipes, 200 mm dia. ring mains.
Distribution mains form ring around each unit, which is connected to the ring main running
in the vicinity, which mainly consist of double outlet landing valves, monitors, fixed water
spray system etc. The work shall be carried out as per OISD: 189. The fire water network
lines shall be continuously kept pressurized at 8.0 kg/cm2(g) (at the hydraulically
remotest point of application). Activation of hydrants / monitors / water spray system will
send a signal in the control room.
Distribution mains form ring around each new proposed area, which is connected to the
ring main running in the vicinity. The network will be laid generally above ground.
Wherever it is laid underground, it should be laid at an average depth of 1m below ground
level and 1.2M (Min.) below the ground level at road crossings. All such underground
pipes shall be provided with suitable corrosion protection as per IS: 10221. Each area is
being covered with adequate numbers of fire hydrants and water monitors. The fire
protection system will also have hose reels, hose boxes, isolation valves, flanges, fittings
along with complete electrical and instrumentation work etc. All double headed hydrants,
monitors and hose reels shall be provided with a cut-off gate valve on tapping (stand
post) from main fire water header with ISI / TAC approval. Hydrants and monitor
connections shall be through 4” line. Double outlet hydrant valves shall be laid above
ground at a height of 1.2M. At least 10% of all welded joints shall be radiographically
tested and half of radiographed joints shall be field joints.
Hose boxes with all accessories shall be provided at locations in line with TAC guidelines
and construction of hose box shall be made as per specifications given in OISD-115.
Hose boxes shall be provided at every alternate hydrant in the network. Each hose box
shall consist of two hoses of 63mm dia. 15m long RRL each with end couplings, 2 nos. jet
nozzles with branch pipe or two universal branch pipe as per IS: 903. Hoses shall confirm
to IS: 636 type-B.
Hose reels shall be considered as first aid fire contingency at strategic locations / units
like control room and administrative building, non plant rooms etc. Hose reels shall be
located 40m apart and shall cover all parts of the buildings in ground floor and upper
floors. Hose reels shall be floor-mounted type and they shall have water connection from
hydrant network.
Above ground fire water pipes shall be painted fire red confirming to shade no. 536 of
IS:5.
All fire water piping shall be hydro tested to a pressure of 18 Kg/cm2. Adequate nos. of
isolation valves in the fire water network shall be provided to ensure easy maintenance at
the affected part of the network and at the same time uninterrupted water supply to the
rest of the network for fire fighting remains available.
Complete fire proofing of equipments in unit shall be carried out as per OISD:164.
A deluge type water spray network shall be designed in accordance with NFPA 15 and
API 2030.This system shall be located over the equipment areas and designed to provide
water at the net rate as specified. Medium Velocity Water Spray system has been
envisaged for main & booster pump house (2 x 7m x 20m), metering area (8m x 2.5m),
filtration area (8m x 3m) at dispatch terminal, Bahadurgarh and metering & filtration area
(15m x 40m), scrapper area (23m x 15m) at receiving terminal, Tikrikalan to provide
cooling and / or exposure protection to such type of risks where extinguishment is always
not possible. 6” Φ tapping shall be taken from the ring mains exclusively for the spray
system. The system comprises of piping, valves, deluge valves, sprinkler based detection
system or some other suitable alternative detection system to be suggested by
contractor, sprayers and other accessories. The temperature rating of the detector
sprinkler shall be at least 30`C above the highest ambient temperature at the site of
installation. In case of increase in temperature in and around the area under coverage,
the sprinkler bulbs breaks and the pressure is released from priming chamber of deluge
valve faster than it is supplied through the restricted priming line. Therefore clapper
moves and allows the inlet water supply to flow through the outlet into the system and
associated alarm device and water is sprayed through sprayers to combat fire. The mode
of actuation of Deluge Valve shall be hydraulic type.
The density of water application by sprayers shall not be less than 10.2 LPM / M2. For
the effective protection of the areas, the risk area shall be divided into several zones of
width not less than 6M. Each zone shall be controlled by an individual Deluge Valve and
flow shall not be more than 13,500 LPM. Each zone shall be so designed that the
pressure at the hydraulically most un-favorable sprayer / sprinkler is not less than 1.4
bars and that the most favorable sprayer / sprinkler is not more than 3.5 bars and that the
velocity in distribution pipes shall not exceed 5 m/sec.
The detection network piping shall be similar to the sprayer network viz. there shall be
same number of detectors as there are number of sprayers.
Systems shall comprise of network of pipelines with distribution control, units, open spray
nozzles- stainless steel material (capable of spraying water with medium velocity),
automatic fire detection cum alarm facility, deluge valves, instrumentation (pressure
switches, limit switches, pressure gauges) isolation valve & deluge valve housing / room.
Water required for the system shall be drawn from existing fire network.
The medium velocity water spray shall be designed as per the stipulation of TAC rules on
the subject as well as NFPA’s guidelines.
Following salient parameters shall be followed for the design of the system.
Water application rate for conveyors – 10.2 lpm / m2 of the exposed surface area. The
system shall be so hydraulically designed that the pressure at the hydraulically remotest
sprayer shall satisfy the following conditions:
The protected area shall be divided into several zones, each of which shall fed by
individual deluge valve. In event of fire water shall be sprayed on the zone concerned (i.e.
zone under fire) along with preceding and succeeding zones.
Distribution of sprayers:
Sprayers shall be providing to spray water on both the top side and bottom side of the
process area. Spacing between sprayers shall not be more than 4m.
The sprayers shall be installed in rows and spaced at not more than 3 m from each other.
Provision for manual operation of the system shall also be made to operate the system in
case of failure of the automatic mode.
For the protection of deluge valves from mechanical damage and atmospheric conditions
civil/structural rooms shall be provided. Standard fence and door shall be provided in
addition to illumination facility.
5.3 Automatic Fire Detection-Cum-Alarm System: Manual Push Button Type Fire Alarm
System
Automatic fire detection-cum-alarm system shall be provided for all the electrical premises
like switchgear room, control room & MCC room etc. In addition to detection system, manual
push button fire alarm system (manual call points) shall be provided for all the premises /
bays within the scope of the Tenderer. Provision shall also be kept by the Tenderer in the
control panel to repeat the fire signal in the existing fire control room. For this repeater panel
shall be installed in the fire station. Cablings / connection from main fire alarm panel to
repeater panels are included in Tenderer’s scope of work. These areas shall be protected
from Fire using State-of-the-art Automatic Smoke/ Heat Detection/ Alarm & Fire Control
mechanism using Code of Practices approved by agencies such as Bureau of Indian
Standards (BIS), British Standards Institute (BSI) or National Fire Protection Association
(NFPA). Relevant certificate of approval shall be enclosed. The alarms need to be
monitored on a 24 x 7 basis & logged for providing reports.
The Fire system shall deploy High Sensitivity Smoke/ Heat Detectors (HSSD) and/ or
Very Early Smoke Detection Appliance (VESDA) to allow swift detection of heat and/or
smoke.
The fire alarm should be designed to cut power to air-conditioning system. Second alarm
should cut all the power supply to the data centre and the fire suppression system should
be triggered off after a pre-set time interval.
The fire detection & alarm system shall comprise of the following items / equipments:
- Heat Detectors
- Ionisation Type Smoke Detectors
- Photo Electric / Optical Type Smoke Detector
- UV Flame Detectors
- IR Detectors
- Linear Beam Detectors
Exit Signs
Hooters
Flashing Lights
Clean Agent / CO2 Release And Inhibit Switches
Any other item(s) required for the completeness of the system
Apart from the various signal and control related to fire detection following signal /
facilities and control from each of the deluge valve pertaining to medium velocity water
spray and high velocity water spray system shall also be required on the main fire alarm
control panel.
Following signals are required on the main fire- alarm control panel.
Signal and control shall also be provided on main fire alarm control panel from gas based
fire extinguishing system.
Fire in strategically important places like computer rooms, control rooms, switch gear rooms
etc. is a serious hazard to highly precious and irretrievable items and properties. Occurrence
of fire besides leading to personnel injuries and property damage also leads to loss of
productivity and precious time. The primary cause of fire may be due to short circuit /
overheating of certain components somewhere in the areas. Since most of the areas are
unmanned and completely closed, fire inside is not visible and accessible from outside till it
becomes too big, dangerous and unmanageable.
The suppression system shall provide for high-speed release of Gas based on the concept
of total Flooding protection for enclosed areas. A Uniform extinguishing concentration shall
be as applicable and approved by the manufacturer/NFPA 2001/UL/LPCB/ULC of the gases
for 70 deg F, or higher as recommended by the system / agent manufacturer. The system
discharge time shall be 10 seconds or less, in accordance with NFPA standard 2001.
The Fire Suppression System shall include a detection and control system provision for both
pre-alarm and automatic agent release.
The detection and control system that shall be used to trigger the Fire suppression shall
employ cross zoning of Laser and Multi-criteria smoke detectors. A single detector in one
zone activated, shall cause in alarm signal to be generated. Another detector in the second
zone activated, shall generate a pre-discharge signal and start the pre-discharge condition.
The discharge nozzles shall be located in the protected volume in compliance to the
limitation with regard to the spacing, floor and ceiling covering etc. The nozzle locations shall
be such that the uniform design concentration will be established in all parts of the protected
volumes. The final number of the discharge nozzles shall be according to the OEM’s
patented and certified software, which shall also be certifiers such as UL / FM/LPCB/ULC.
The Gas shall be stored in seamless storage containers complying with the SMPV Rules set
out by Chief Controller of Explosives, Nagpur, India. The Bidder shall be required to produce
a NOC for the Chief Controller of Explosives, Nagpur for the storage containers against the
cylinder identification numbers punched on them. Welded cylinders for agent storage will not
be acceptable
The Gas shall be discharged through the operation of an Electric (solenoid) operated device
or pneumatically operated device, which releases the agent through the pneumatic operated
pressure valve. Systems that employ explosive or pyrotechnic devices for the discharge
shall not be permitted.
The Gas discharge shall be activated by an output directly from the Gas Release control
panel, which will activate the solenoid valve. The Gas agent is stored in the container as a
liquid.
All the extinguishers shall conform to relevant IS and also bear ISI marking on their body. All
the extinguishers shall be supplied with mountings, accessories and initial fill. The
extinguishers supplied shall be of reputed make having approval of the Purchaser. Relevant
BIS and TAC approval certificate for all the extinguishers shall be furnished. In addition to
the above certificates, a certificate from Chief Inspector of Explosives shall be furnished for
carbon dioxide type fire extinguishers.
All the portable extinguishers shall be installed along the column/walls near
entry/exit/suitable locations and at a. height of approx. 1200 mm from the finished floor level
and also in accordance with the requirements laid down in OISD: 189 & 214. The design
,construction and testing of all types of fire extinguishers shall be specified in
accordance with recognized standards as mentioned below.
Carbon-dioxide type ( 4.5 & 22.5 Kg. Cap.) : IS2878: 1986,Reaffirmed 1996
Dry chemical powder ( 5.0 & 22.5 Kg Cap.) : IS2171: 1985,Reaffirmed 1995
Mechanical foam type- AFFF ( 9.0 & 50.0 Ltr. ): IS10204: 1989,Reaffirmed 1995
Water type (gas cartridge) : IS940: 1989,Reaffirmed 1995
All types of fire extinguishers shall ,as far as possible, have a standard & simple
method of operation. Portable fire extinguisher sizes will be selected as small as practical to
be effective and for ease of operator deployment.
Dry powder portable and wheeled fir extinguishers shall use potassium based agents and be
compatible with AFFF.
Portable extinguishers located in exposed and naturally ventilated locations shall be stored
in suitable weather proof cabinets as protection from the effects of wind and rain.
6.0 TECHNICAL SPECIFICATION FOR PIPES, VALVES, SLUICE GATES & FITTINGS
Pipes and pipe fittings in general shall comply with the requirements of BIS codes and TAC
norm.The pipes shall be manufactured/supplied as specified below:
ii) 200 mm to 400 mm size - M.S. ERW Pipes conforming to IS-3589 -1973
but thickness as specified below
6.2 T.S. for Pipes and valves for Spray (HVWS & MVWS) system
The material of construction and manufacturing standard of pipes, fittings, valves, fasteners,
gaskets, etc. shall be as described in table-1 below:-
Table-1
Fittings shall be supplied as per IS:1239-1992 Part II for pipes upto 150 mm dia and shall be
fabricated from pipes for dia 200 mm and above.
The valves & sluice gates shall be designed, manufactured and tested as per relevant Indian
Standards or as per other International standards acceptable to the Purchaser and will be
suitable for the duty conditions specified below. All underground valves will be provided with
valve chambers with RCC covers. The size of chambers shall be suitable for easy
maintenance of the valve. Complete civil work for this is in the contractor's scope.
Table-2
S. No. Items Nominal dia.(mm) Specification
1. Isolation Below 50 Forged Carbon steel gate valve,
screwed as per API – 602 standard,
class 800 # ASTM A-105, trim 13%
Cr, Bolt/Nut – B7/2H, Socket end
threading as per ANSI B.16.11
Gasket SPW S.S. 304 with CAF
Hand Wheel - Cast steel
50 to 300 Cast Carbon Steel flanged gate
valve as per standard API-600 class
150 # , Body & bonnet material
ASTM A 216 Gr. WCB, Trim 13% Cr
S.S, Spindle & Gland bush – A1S1
410. Handwheel C.S, Gasket SW
S.S-304 + LAF, flange drilled to ANSI
– B.16.5 along with companion
slipon welded flange (without hub)
drilled as per B.16.5 and gasket, Nut
& bolt etc. Hand Wheel - C.S.
2. Throttling 50 and below Gunmetal globe valve, Screwed, as
per IS-778-`84 Class-2
The tenderer shall calculate the water requirement for various system viz. medium velocity
spray and hydrant system and shall clearly mention in the offer water quality and its
pressure.
Tenderer is to tap the water from the existing network and shall provide necessary flange
connection, isolation valve, valve chamber etc. at the tapping point.
STANDARDS
7.1.1 All materials, equipments, piping, valves, fittings etc. dimensional standards, tolerance,
prices of manufacture and testing procedure shall be in accordance with the latest revision
of relevant Indian, British, American standards wherever applicable.
7.1.2 The material used and equipment supplied shall be new and the best of their kind and shall
comply with the latest revisions of all relevant standards. The tenderer shall indicate in his
tender the relevant standards to which the equipment, piping, fittings, etc. offered by him
shall comply with. The latest revisions of applicable standards indicated in the technical
specification shall be used for the design, manufacture, inspecting and testing of the items
covered in this specification. The following codes and standards shall be considered for
design: -
OISD-189: Standard on Fire Fighting Equipment for Drilling Rigs, Work Over Rigs
and Production Installations
Auto start system with bypass arrangement for jockey pumps in case of pressure
drop in the fire hydrant line.
Foam and Dry Chemical Power extinguishers of capacity as per SOR shall also be
provided and located along with other fire fitting facilities.
Standard for Horizontal Centrifugal Pumps for clear, cold, fresh water IS: 1520-
1980
Code of acceptance tests for centrifugal, mixed flow and axial flow pumps IS:
9137-1978, BS-5316-latest edition, ISO-2548-1973
Sluice valves for water works purpose (50-300mm size) IS: 780-1984
Copper alloy gate, globe and check valves for general purpose. IS:778-1984
Mild steel tubes, tubular and other wrought iron fittings IS:1239, part-1-1990 &
Part-2-1992
Seamless or electrically welded steel pipes for water, gas and sewage IS:3589-
1991
Code of practice for laying of electrically welded steel pipes for water supply
IS:5822-1994
Criteria for design of anchor blocks for penstock with expansion joints IS:5330-
1984
Covered electrode for manual metal arc welding of carbon and carbon
manganese steel IS:814-1991
Specification for arc welding of carbon and carbon manganese steels BS:5135-
1984
The requirement of these have been estimated and provided at all critical locations by
Contractor, as per relevant OISD standards. The quantity shall be as per SOR.
8.1 General
8.1.1 The instruction to Tenderer shall be read in conjunction with the Invitation to Tender,
General Conditions of Contract, Tendering Specifications, Scope of supply and drawing or
other supplementary documents detailing the work.
8.1.2 The tenderer shall study the specification and satisfy himself regarding the workability of the
proposed system and shall take full responsibility for the proper system design, best quality
of material and workmanship, guaranteed operation and smooth performance of all the
equipment and accessories. This technical specification is only guidance to the tenderer and
hence all the items necessary for safe and satisfactory operation and guaranteed
performance of the proposed equipment / facilities shall be included in his offer though these
might not have been specifically mentioned in the technical specification/schedule of
quantities.
8.1.3 The Tenderer shall submit a statement of similar plants and equipment supplied/installed by
him during the last five years, which are under successful operation.
8.1.4 The Tenderer shall satisfy the Purchaser that he possesses the necessary technical
experience for design and has at his disposal suitable facilities and crew to ensure that his
contract shall be of the best quality and workmanship. Necessary particulars in this regard
shall be furnished with the tender.
8.1.5 The Tenderer should satisfy himself by a visit to the site to ascertain the actual site
conditions before submitting his offer. Failure to do so will not absolve him of his
responsibilities of proper execution of the job. No claims for extra payment due to any
special site conditions will be considered after the submission of the offer.
8.1.6 Any loss of plant and equipment due to imprudence, negligence and unsuitable treatment
and handling shall have to be replaced by the successful tenderer at his cost.
8.1.7 The approval of drawings and/or inspection by Purchaser and/or their authorised
representative shall not absolve or relieve the supplier from any of his obligation under this
contract and they shall be wholly and solely responsible for the satisfactory operation and
guaranteed performance of the systems and equipment forming part of the system.
This specification is issued for procurement from indigenous sources. No foreign exchange
or import license for importing equipment, components, raw materials or spares will be
arranged for or provided by the purchaser. In case the equipment offered involves
expenditure in foreign exchange, the same shall be arranged by the tenderer.
8.1.8 Any equipment/material which in any way fails to meet the requirements of the specification
will be rejected by the Purchaser and the equipment/material involved shall not be used
under the contract. The successful Tenderer will be required to promptly furnish new
material at his cost without hampering the overall schedule of commissioning of the project.
8.1.9 Any changes or difficulties which might be encountered during the execution of work or any
other problems due to local working conditions which are not anticipated/included in the
tender document shall fall under full obligations of the successful Tenderer. No claim on
account of any ambiguity in any respect will be entertained after the acceptance of the
quotation by the Purchaser.
8.1.10 All equipment supplied shall allow access to facilitate connecting up, inspection,
maintenance and repair and shall operate satisfactorily under such variations of load,
pressure and climatic conditions as may occur during working.
8.1.11 All material, dimensional standards, tolerances, process of manufacture and testing
procedures shall be in accordance with the latest revision of the standard codes specified in
this Tendering Specification. In case where such suitable standards are not mentioned, any
acceptable Indian/International Standards shall be adopted.
8.1.12 All documents, instructions, name plates etc. shall be written in English language. All
weights, dimensions and units shall be in metric system.
8.1.13 The Tenderer shall take note of the climatic conditions of the project site, which is given, in
the introductory note of the specification.
8.1.14 The Tenderer shall quote, based on the approved makes of equipment/ supplies, as given in
the relevant clauses of this specification. In case of any deviation from the approved list of
vendors for bought-out items, prior written approval shall be obtained from the
Purchaser/Consultant.
8.1.15 The Purchaser reserves the right to reject all or any of the offers fully or partly without
assigning any reasons, whatsoever.
8.1.16 The Tenderer shall quote for earliest delivery of the equipment/supplies as well as earliest
completion of the entire work.
8.1.17 The Tenderer shall be responsible for completeness of supplies, work and services to make
the system complete, operative and properly hooked up to the Purchaser's network. Any
equipment and material not specifically mentioned in this tendering specification, but
required for safe, smooth and efficient operation and guaranteed performance of the fire
protection system will have to be intimated by the tenderer to the purchaser.
8.1.18 The Tenderer shall submit a detailed list of commissioning spares for mechanical, electrical,
instrumentation etc that will form a part of main equipment supply.
8.1.19 The Tenderer shall include in his offer the Quality Assurance Plan containing the overall
quality management and procedures, which he proposes to follow for performing the work
during various phases of execution.
8.1.20 At the time of award of contract, the detailed Quality Assurance Plan to be followed for
execution of the contract will be mutually discussed and agreed to.
8.1.21 Wherever applicable, the equipment/supplies offered shall also conform to the provision of
statutory regulations of the Government of India and other regulations in force such as
Indian Factories Act, Indian Electricity Rules, Chief Controller of Explosives, Nagpur etc. Any
permission from statutory bodies, if necessary for execution of work shall be sought and
arranged by the Tenderer.
8.1.22 The technical specifications for installation of hydrant system elaborated in different chapters
are generally based on NFPA codes USA/TAC codes (India) and OISD 189. However, it will
be obligatory on the part of the successful tenderer to obtain approval from Statutory
Authority for the system. The tenderers are free to suggest suitable modifications required, if
any, to enable them to obtain TAC / local fire services approval / any other statutory bodies
approvals for all the systems. No extra claim shall be entertained by the purchaser for
obtaining TAC / OISD / any other statutory bodies approval after placement of order.
8.1.23 Materials used and equipment supplied shall be new and the best of their kind. The
successful Tenderer for the material used shall furnish manufacturer’s certificates.
8.1.24 If the offer deviates from the standards specified, the Tenderer shall indicate clearly in his
offer the standards he proposes to adopt with details there of. Copies of such standards
shall be enclosed with the offer.
Drawings and Documents to be furnished by the tenderer, not limited to the list
indicated below
The tenderer shall submit the offer along with the following drawing/documents.
a/ Scope of work with general description of the system and equipment offered specifying
the important features. The tenderer has to give a confirmation with respect to the scope of
work as detailed in this specification excepting for the deviations, if any, to be listed in the
schedule of deviation. The description to be accompanied by single line diagrams, and
equipment layout to enable the Purchaser to have a proper appreciation of the
equipment offered and its operation.
b/ Complete bill of material for all the system in the working drawing
g/ Time Schedule ( Bar Chart L1) for implementation of jobs and number of persons to be
deputed at site along with their experience/ qualification and period of posting at site.
h/ Certificate of approval from TAC/UL/FM and similar other authorising body for various
component of scope of work. Manufacturer's standard literature, catalogue, instruction for
use and copies of certificate from TAC/ Chief Inspector of Explosives for all portable
extinguishers.
j/ Drawing showing details of fire alarm panel and list of annunciation considered in MFAP.
k/ Line diagram for FDA system with points indicated along with sensor schedule
l/ Line diagram for piping layout for hydrant and spray systems. Line diagram for piping layout
for gas based systems.
n/ Any other information tenderer feels to submit to understand the quotation in complete.
The following design data, drawing & documents shall be submitted by the contractor for approval of
the purchaser/ consultant. The contractor shall resubmit the data/drawings/documents incorporating
the changes suggested by purchaser/consultant for final approval along with approval by TAC.
i/ Overall layout of the plant showing various premises covered under fire detection & alarm
system, fire hydrant system, medium velocity water spray system, C02 extinguishing system,
Inert gas based system, Passive fire protection system etc.
ii/ G.A Drg. for MVWS system with points numbered serially.
v/ G.A. Drg. for fire hydrant & spray system ring mains with points numbered serially.
ix/ Detailed water requirement calculation for MVWS system for individual areas.
x/ System layout drawings showing in Plan and Sections, location of various equipments such
as detectors, junction boxes, panels, manual call points, fire indication panels, response
indicators, batteries and battery chargers, etc.
xi/ Area wise detector layout with calculation for coverage of area.
xvi/ Proposal for training of purchaser's personnel (equipment wise/ man days basis).
a/ Manufacturer's routine test and type test certificates for all equipment and cables.
d/ Instruction manuals for erection, maintenance and operation of all the equipments.
e/ All scheme drawings along with list of components for various electronic cards used in the
equipments. Necessary guidelines for testing the cards along with test parameters for all
such cards.
j/ Panel wise bill of material indicating type make and brief technical particulars of all items/
accessories mounted on the panels.
l/ Certificate of approval from TAC/UL/FM and similar other authorising body for various
component of scope of work. Manufacturer's standard literature, catalogue, instruction for
use and copies of certificate from TAC/ Chief Inspector of Explosives for all portable
extinguishers.
- 2 set of polyester film reproducible of each of the As built drgs and documents
including design calculations incorporating approved changes, if any, during erection,
testing, commissioning ( all drawings even if there are no changes).
9.0 INSPECTION
9.1 General
Manufacturing progress review, inspection & testing of equipment covered under the
technical specification shall be carried out by the Purchaser at the manufacturers'
works/premises prior to dispatch to ensure that their quality & workmanship are in
conformity with the contract specifications and approved drawings.
These instructions are in addition to provisions laid down in other contract documents of the
Purchaser.
Inspection & testing stages and finalisation of quality assurance plan (QAP)
The quality assurance programme and quality assurance plan will be finalised after mutual
discussion after placement of order.
Any inspection by the Purchaser does not replace the responsibility of quality assurance
and quality control functions, as expected of the Contractor to be performed by him for
supply of plant & equipment as part of the contractual obligations.
As such, any approval which the Inspecting Engineer of the Purchaser may have given in
respect of plant and equipment and other particulars and the work or workmanship
involved in the contract (whether with or without test carried out) shall not bind the
Purchaser to accept the plant and equipment, should it on further test at site be found not
to comply with the requirements of the contract.
The inspection shall be carried out as per the approved drawings and codes. The
equipments shall be dispatched to site only after getting dispatch instructions from
Purchaser.
The Contractor is to meet the inspection & testing requirements for the equipment coming
under statutory regulations e.g. weights & measures, safety, IE rules, Tariff Advisory
Committee/ UL/ FM etc. and submit certificates and documents from appropriate
authority to Inspecting Engineer for the same.
The extent of inspection & testing by the Purchaser shall vary from equipment to equipment
as per design requirements.
Extent of inspection to be carried out shall be finalised with the Contractor after award
of the contract on the basis of scope of supply, technical specification and approved
GA drawings. However, in case of similar bulk manufactured items, methods of sampling
for inspection of different lots shall be governed by relevant Indian or international
standards.
In case of critical components, the Purchaser reserves the right to undertake 100%
inspection.
- Control/Repeater panel
- Pressure switches
- Pressure gauges
- Conduits
- Detectors
- Dimensional
For each of the items being manufactured, following test certificates and documents (as
applicable for each of the equipment) in requisite copies shall be prepared and submitted to
the Inspecting Engineer for scrutiny & records.
i) Materials identification & physical and chemical test certificates for all materials
except IS:2062 -1992 and FG 150 IS:210-1978 materials used in manufacture of
the equipment.
ii) Welding procedures and welder's qualification test certificates, wherever applicable.
v) Certificates from competent authority for the items coming under statutory
regulations.
9.5.01 General
Testing of all equipment shall be conducted as per latest IS. Tests shall also confirm to
International Standards.
All routine tests shall be carried out at manufacturer’s works in presence of purchaser or his
representative.
The contractor shall submit type test certificates for similar equipment supplied by him
elsewhere. In case type test certificates for similar equipment is not available, the same
shall be conducted in presence of purchaser or his representative if purchaser so
desires, without any financial implications to purchaser.
The contractor shall be responsible for satisfactorily working of complete integrated system
and guaranteed performance.
General
All the equipments shall be tested at site to know their condition and to prove suitability for
required performance.
The test indicated in following pages shall be conducted after installation. All tools,
accessories and required instruments shall have to be arranged by contractor. Any other
test which is considered necessary by the manufacturer of the equipment or mentioned
in commissioning manual has to be conducted at site.
The contractor shall be responsible for satisfactory working of complete integrated system
and guaranteed performance.
All checks and tests shall be conducted in the presence of client's representative and test
results shall be submitted in six copies to client and one copy to statutory/approving
authorities for various equipments. Test results shall be filled in proper proforma.
Inspection by TAC officials for all site tests where ever required shall be arranged by the
contractor at his own cost.
The contractor shall be responsible to obtain the necessary approval from time to time
during execution of the contract from TAC and final approval from TAC to obtain maximum
discount in insurance premium as per rules prevailing with TAC.
Necessary action is to be taken by the contractor during the execution of the works for
complying with various safety measures in conformity with relevant laws, if any. Special
safety arrangements for working at height are to be made, safety belts, helmets, security
surveillance/ watching of various site activities at height, checking and obtaining clearance
from the complete authority etc. are to be done by the contractor, and necessary certificates
for safe and satisfactory working condition of plants/ equipments are to be submitted
periodically by the contractor to the OWNER/ MECON.
In view of the rigid time bound completion period of the project, the contractor shall be
required to deploy suitable and adequate manpower, plant and equipment resources to
progressively achieve the time schedule as assessed by the MECON.
The supplier shall guarantee the equipment/ system supplied, for satisfactory performance
at the specified duty/ site condition for 24 months from the date of FAC.
The contractor shall indicate separately at the time of bidding the list and the price of spare
parts (price part in sealed envelop separately) required for two years of normal operation.
All equipment shall be properly cleaned and freed from rust and scale and painted with a
primary coat of red oxide zinc chromate primer as per IS: 2074 prior to shipment from the
manufacturer's premises and final painting at site shall be done as per the painting
specification.
However, galvanized pipes shall be provided with identification bands at regular intervals
instead of epoxy painting. All other equipment shall be painted with epoxy paint. The entire
surface which is not accessible after site assembly including the areas to be thermally
insulated shall be given one coat of red lead paint conforming to IS: 102 in addition to one
coat of primer applied at shop or manufacturer's premises.
The delivery and erection of all equipment/plant shall be so scheduled that it shall be
possible to commission the complete system package in order to match with the overall
The delivery date shall be quoted from the date of issue of letter of intent taking into account
the time for approval of design and drawings by the Purchaser.
The Successful Tenderer shall guarantee the material delivery and commissioning dates.
The Successful Tenderer shall submit bar chart/PERT network showing the start and finish
time of all activities connected with completion of the entire fire protection system package
keeping in mind the overall commissioning schedule of the project.
16.1 Materials used for the manufacture/ fabrication of equipment and individual components
shall be new, defect-free and best of its kind. They shall confirm to relevant Indian/
International Standards.
16.2 Only tested materials shall be used for fabrication/ manufacture of the equipment/
components. Necessary test certificates shall be submitted to the purchaser for checking
compliance to specified grades of materials.
16. 3 The finish of the equipment and, its components shall be of high quality.
16.4 The equipment shall be fabricated with minimum number of welded joints and the seams of
the weld shall be so arranged that no two seams come in one line.
16.5 All the pipe connections to the equipment shall be truly perpendicular or inclined exactly at
the angle shown in the fabrication drawing.
16.6 All exposed moving parts shall be adequately guarded to prevent accidents in accordance
with the statutory rules in force.
16.7 All the rotating parts shall be statically and dynamically balanced.
17.1 The contractor shall adhere to all applicable statutory requirements including TAC, OISD,
Inspectorate of Factories, Indian Electricity Rules and other statutes of Govt. of India and
state government. The contractor shall himself ascertain all applicable requisite regulations.
17.2 The contractor shall be solely responsible for obtaining necessary clearances from various
statutory bodies including those of Govt. of India / State Govt. and as applicable during the
course of manufacture/ fabrication, testing, transportation and delivery of plant and
equipment. The rates quoted in this connection shall be deemed to include any fees payable
to Govt./ Fire Authorities/ Statutory bodies for obtaining approval.
17.3 Contractor shall keep constant liaison with the local Fire Authority, Electrical Authority and all
other Statutory Authorities whose approval and permissions/ sanctions before and after
execution of the work are required to be obtained.
17.4 It shall be the Contractor's responsibility to obtain the approvals and permissions, sanctions,
No Objection certificates from relevant Fire Authorities for work done by him to enable owner
to take up the operation of plant. Contractor shall comply with all requirements of the
appropriate authorities, submit documents, test reports and conduct such tests as may be
required by the concerned authority to its full satisfaction.
The contractor shall be responsible for handing over the work complete in all respects and in
proper finished condition, on completion of the work. If there is any damage or disfiguration/
stains on the finished surfaces including on wall, floors, ceiling, columns, beams etc. due to
contractors use, damage or any other reason during the period of construction, the same
shall be rectified suitable by the contractor without any extra payment.
The quantities of different material, pipes/ fittings, valves, flanges, erection, accessories etc.
mentioned in the specification and SOR are approx. quantities and any change in
requirements will be as per the finally approved drawings. Any item, instrument which is not
specifically mentioned in the SOR, but required for the completeness of the system, will
have to be supplied and erected by the contractor and the financial implication shall be built
in the testing and commissioning item.
20.0 General
All the pipe / conduit / equipment supports shall be provided as per standard practice.
Wherever pipes and cables are crossing the pipes and cables shall be laid in hume pipe
of NP-4 rating at a minimum depth of one meter.
Deluge valve housing / room to protect the deluge valve from mechanical damage and
other environmental effect viz. Dust, dirt, extreme temperature condition.
Civil room for the storage of inert gas cylinders shall be provided.
1.3 The terms and conditions mentioned hereunder are the terms and conditions of the Contract for
the execution of the work mentioned under item 1.1 above.
1.4 It is the clear understanding between Hindustan Petroleum Corporation Limited and the
tenderer ______________________________________ that (name and address of the tenderer) in
case the tender of ______________________________________________________________ is
(name and address of the tenderer) accepted by Hindustan Petroleum Corporation Limited and an
intimation to that effect is so issued and also a Purchase Order is placed with
________________________________________________________
(name and address of the tenderer) this document will be termed as a Contract between the parties
and terms and conditions hereunder would govern the parties interest.
1.5 Interpretation of Contract Documents: All documents forming part of the Contract are to be
taken mutually explanatory. Should there be any discrepancy, inconsistency, error or omission in
the contract, the decision of the Owner/Engineer-in-Charge/Site-in-Charge shall be the final and the
contractor shall abide by the decision. The decision shall not be arbitrable. Works shown upon the
drawings but not mentioned in the specification or described in the specifications without being
shown on the drawings shall nevertheless be deemed to be included in the same manner as if they
are shown in the drawings and described in the specifications.
1.6 Special conditions of Contract : The special conditions of contract, if any provided and
whenever and wherever referred to shall be read in conjunction with General Terms and Conditions
of contract, specifications, drawings, and any other documents forming part of this contract
wherever the context so requires.
Notwithstanding the subdivision of the documents into separate sections, parts volumes, every
section, part or volume shall be deemed to be supplementary or complementary to each other and
shall be read in whole. In case of any misunderstanding arising the same shall be referred to
decision of the Owner/ Engineer-in-Charge/Site-in-Charge and their decision shall be final and
binding and the decision shall not be arbitrable.
It is the clear understanding that wherever it is mentioned that the Contractor shall do/perform a
work and/or provide facilities for the performance of the work, the doing or the performance or the
providing of the facilities is at the cost and expenses of the work not liable to be paid or reimbursed
by the Owner.
2. DEFINITIONS
In this contract unless otherwise specifically provided or defined and unless a contrary
intention appears from the contract the following words and expressions are used in
the following meanings;
2.1 The term "Agreement" wherever appearing in this document shall be read as
"Contract".
2.2 The "Authority" for the purpose of this Contract shall be the Chairman and
Managing Director or any other person so appointed or authorised.
2.3 The "Chairman and Managing Director" shall mean the Chairman and Managing
Director of HINDUSTAN PETROLEUM CORPORATION LIMITED or any
person so appointed, nominated or designated and holding the office of Chairman
& Managing Director.
2.4 The "Change Order" means an order given in writing by the Engineer-in-Charge or by
Owner to effect additions to or deletion from or alterations into the Work.
2.5 The "Construction Equipment" means all appliances and equipment of whatsoever
nature for the use in or for the execution, completion, operation or maintenance of the
work except those intended to form part of the Permanent Work.
2.6 The "Contract" between the Owner and the Contractor shall mean and include all documents
like enquiry, tender submitted by the contractor and the purchase order issued by the owner and
other documents connected with the issue of the purchase order and orders, instruction, drawings,
change orders, directions issued by the Owner/Engineer-in-Charge/Site-in-Charge for the
execution, completion and commissioning of the works and the period of contract mentioned in the
Contract including such periods of time extensions as may be granted by the owner at the request of
the contractor and such period of time for which the work is continued by the contractor for
purposes of completion of the work.
2.7 "The Contractor" means the person or the persons, firm or Company whose tender has been
accepted by the Owner and includes the Contractor's legal heirs, representative, successor(s) and
permitted assignees.
2.8 The "Drawings" shall include maps, plans and tracings or prints thereof with any modifications
approved in writing by the Engineer-in-Charge and such other drawings as may, from time to time,
be furnished or approved in writing by the Engineer-in-Charge.
2.9 The "Engineer-in-Charge or Site-in-Charge" shall mean the person appointed or designated
as such by the Owner and shall include those who are expressly authorised by the owner to act for
and on its behalf.
2.11 The "Permanent Work" means and includes works which form a part of the work to be
handed over to the Owner by the Contractor on completion of the contract.
2.12 The "Project Manager" shall mean the Project Manager of HINDUSTAN
PETROLEUM CORPORATION LIMITED, or any person so appointed, nominated
or designated.
2.13 The "Site" means the land on which the work is to be executed or carried out and
such other place(s) for purpose of performing the Contract.
2.14 The "Specifications" shall mean the various technical and other specifications attached and
referred to in the tender documents. It shall also include the latest editions, including all
addenda/corrigenda or relevant Indian Standard Specifications and Bureau Of Indian Standards.
2.15 The "Sub-Contractor" means any person or firm or Company (other than the Contractor) to
whom any part of the work has been entrusted by the Contractor with the prior written consent of
the Owner/Engineer-in-Charge/Site-in- Charge and their legal heirs, representatives, successors and
permitted assignees of such person, firm or Company.
2.16 The "Temporary Work" means and includes all such works which are a part of the contract for
execution of the permanent work but does not form part of the permanent work confirming to
practices, procedures applicable rules and regulations relevant in that behalf.
2.17 The "Tender" means the document submitted by a person or authority for carrying out the
work and the Tenderer means a person or authority who submits the tender offering to carry out the
work as per the terms and conditions.
2.18 The "Work" shall mean the works to be executed in accordance with the Contract or part
thereof as the case may be and shall include extra, additional, altered or substituted works as maybe
required for the purposes of completion of the work contemplated under the Contract.
3. SUBMISSION OF TENDER
3.1 Before submitting the Tender, the Tenderer shall at their own cost and expenses visit the site,
examine and satisfy as to the nature of the existing roads, means of communications, the character
of the soil, state of land and of the excavations, the correct dimensions of the work facilities for
procuring various construction and other material and their availability, and shall obtain
information on all matters and conditions as they may feel necessary for the execution of the works
as intended by the Owners and shall also satisfy of the availability of suitable water for construction
of civil works and for drinking purpose and power required for fabrication work etc. Tenderer,
whose tender may be accepted and with whom the Contract is entered into shall not be eligible and
be able to make any claim on any of the said counts in what so ever manner for what so ever
reasons at any point of time and such a claim shall not be raised as a dispute and shall not be
arbitrable. ® A pre-bid meeting may be held as per the schedule mentioned in the tender.
3.2 The Tenderer shall be deemed to have satisfied fully before tendering as to the correctness and
sufficiency of his tender for the works and of the rates and prices quoted in the schedule of
quantities which rates and prices shall except as otherwise provided cover all his obligations under
the contract.
3.3 It must be clearly understood that the whole of the conditions and specifications are intended to
be strictly enforced and that no work will be considered as extra work and allowed and paid for
unless they are clearly outside the scope, spirit, meaning of the Contract and intent of the Owner
and have been so ordered in writing by Owner and/or Engineer-in-Charge/Site-in-Charge, whose
decision shall be final and binding.
3.4 Before filling the Tender the Contractor will check and satisfy all drawings and materials to be
procured and the schedule of quantities by obtaining clarification from the Owner on all the items
as may be desired by the Tenderer. No claim for any alleged loss or compensation will be
entertained on this account, after submission of Tender by the Tenderer/Contractor and such a
claim shall not be arbitrable.
®3.5 Unless specifically provided for in the tender documents or any Special Conditions, no
escalation in the Tender rates or prices quoted will be permitted throughout the period of contract or
the period of actual completion of the job whichever is later on account of any variation in prices of
materials or cost of labour or due to any other reasons. Claims on account of escalation shall not be
arbitrable.
3.6 The quantities indicated in the Tender are approximate. The approved schedule of rates of the
contract will be applicable for variations upto plus or minus 25% of the contract value. No revision
of schedule of rates will be permitted for such variations in the contract value, including variations
of individual quantities, addition of new items, alterations, additions/deletions or substitutions of
items, as mentioned above. Quantities etc. mentioned and accepted in the joint measurement sheets
shall alone be final and binding on the parties.
3.7 Owner reserve their right to award the contract to any tenderer and their decision in this regard
shall be final. They also reserve their right to reject any or all tenders received. No disputes could
be raised by any tenderer(s) whose tender has been rejected.
3.8 The Rates quoted by the Tenderer shall include Costs and expenses on all counts viz. cost of
materials, transportation of machine(s), tools, equipments, labour, power, Administration charges,
price escalations, profits, etc. etc. except to the extent of the cost of material(s), if any, agreed to be
supplied by Owner and mentioned specifically in that regard in condition of Contract, in which
case, the cost of such material if taken for preparation of the Contractor's Bill(s) shall be deducted
before making payment of the Bill(s) of the Contractor. The description given in the schedule of
quantities shall unless otherwise stated be held to include wastage on materials, carriage and
cartage, carrying in and return of empties, hoisting, setting, fitting and fixing in position and all
other expenses necessary in and for the full and complete execution and completion of works and in
accordance with good practice and recognised principles in that regard.
3.9 Employees of the State and Central Govt. and employees of the Public Sector Undertakings,
including retired employees are covered under their respective service conditions/rules in regard to
their submitting the tender. All such persons should ensure compliance to the respective/applicable
conditions, rules etc. etc. Any person not complying with those rules etc. but submitting the tender
in violation of such rules, after being so noticed shall be liable for the forfeiture of the Earnest
Money Deposit made with the tender, termination of Contract and sufferance on account of
forfeiture of Security Deposit and sufferance of damages arising as a result of termination of
Contract.
®3.10 In consideration for having a chance to be considered for entering into a contract with the
Owner, the Tenderer agrees that the Tender submitted by him shall remain valid for the period
prescribed in the tender conditions, from the date of opening of the tender. The Tenderer shall not
be entitled during the said validity period, to revoke or cancel the tender without the consent in
writing from the Owner.
In case the tenderer revokes or cancels the tender or varies any of terms of the tender without the
Consent of the Owner, in writing, the Tenderer forfeits the right to the refund of the Earnest Money
paid along with the tender.
®3.11 The prices quoted by the Tenderer shall be firm during the validity period of the bid and
Tenderer agrees to keep the bid alive and valid during the said period. The Tenderers shall
particularly take note of this factor before submitting their tender(s).
3.12 The works shall be carried out strictly as per approved specifications. Deviations, if any, shall
have to be authorised by the Engineer-in-Charge/Site-in-Charge in writing prior to implementing
deviations. The price benefit, if any, arising out of the accepted deviation shall be passed on to the
Owner. The decision of Engineer-in-Charge shall be final in this matter.
3.13 The contractor shall make all arrangements at his own cost to transport the required materials
outside and inside the working places and leaving the premises in a neat and tidy condition after
completion of the job to the satisfaction of Owner. All materials except those agreed to be supplied
by the Owner shall be supplied by the contractor at his own cost and the rates quoted by the
Contractor should be inclusive of all royalties, rents, taxes, duties, octroi, statutory levies, if any,
etc. etc.
3.14 The Contractor shall not carry on any work other than the work under this Contract within the
Owner’s premises without prior permission in writing from the Engineer-in-Charge/Site-in-charge.
3.15 The Contractor shall be bound to follow and ensure compliance to all the safety and security
regulations and other statutory rules applicable to the area. In the event of any damage or loss or
sufference caused due to non-observance of such rules and regulations, the contractor shall be
solely responsible for the same and shall keep the Owner indemnified against all such losses and
claims arising from the same.
3.16 At any time after acceptance of tender, the Owner reserves the right to add, amend or delete
any work item, the bill of quantities at a later date or reduce the scope of work in the overall interest
of the work by prior discussion and intimation to the Contractor. The decision of Owner, with
reasons recorded therefor, shall be final and binding on both the Owner and the Contractor. The
Contractor shall not have right to claim compensation or damage etc. in that regard. The Owner
reserves the right to split the work under this contract between two or more contractors without
assigning any reasons.
3.17 Contractor shall not be entitled to sublet, sub contract or assign, the work under this Contract
without the prior consent of the Owner obtained in writing.
3.18 All signatures in tender document shall be dated as well as all the pages of all sections of the
tender documents shall be initialled at the lower position and signed, wherever required in the
tender papers by the Tenderer or by a person holding Power of Attorney authorising him to sign on
behalf of the tenderer before submission of tender.
3.19 The tender should be quoted in English, both in figures as well as in words. The rates and
amounts tendered by the Tenderer in the Schedule of rates for each item and in such a way that
insertion is not possible. The total tendered amount should also be indicated both in figures and
words with the signature of tenderer.
® If some discrepancies are found between the rates given in words and figures of the amount
shown in the tender, the following procedure shall be applied :
(a) When there is a difference between the rates in figures and words, the rate
which corresponds to the amount worked out by the tenderer shall be taken
as correct.
(b) When the rate quoted by the tenderer in figures and words tallies but the
amount is incorrect, the rate quoted by the tenderer shall be taken as correct.
(c) When it is not possible to ascertain the correct rate in the manner prescribed above the rate as
quoted in words shall be adopted.
3.20 All corrections and alterations in the entries of tender paper will be signed in full by the
tenderer with date. No erasures or over writings are permissible.
3.21 Transfer of tender document by one intending tenderer to the another one is not permissible.
The tenderer on whose name the tender has been sent only can quote.
3.22 The Tender submitted by a tenderer if found to be incomplete in any or all manner is liable to
be rejected. The decision of the Owner in this regard is final and binding. In case of any
error/discrepancy in the amount written in words and figures, the lower amount between the two
shall prevail.
4. DEPOSITS
a) EARNEST MONEY DEPOSIT (EMD)
The tenderer will be required to pay a sum as specified in the covering letter, as earnest money
deposit alongwith the tender either thru a crossed demand draft or a non-revokable Bank Guarantee
in favour of Hindustan Petroleum Corporation Limited, from any Scheduled Bank (other than a Co-
Operative Bank) payable at Mumbai in favour of Hindustan Petroleum Corporation Limited,
Mumbai in the proforma enclosed. The earnest money deposit will be refunded after finalisation of
the contract.
Note: Public sector enterprises and small scale units registered with National Small Scale Industries
are exempted from payment of Earnest Money Deposit. Small scale units registered with National
Small Scale Industries should enclose a photocopy of their registration certificate with their
quotation to make their quotation eligible for consideration. The Registration Certificate should
remain valid during the period of the contract that may be entered into with such successful bidder.
Such tenderers should ensure validity of the Registration Certificate for the purpose.
® b) SECURITY DEPOSIT:
The tenderer, with whom the contract is decided to be entered into and intimation is so given will
have to make a security deposit of one percent (1%) of the total contract value in the form of
account payee crossed demand draft drawn in favour of the Owner, within 15 days from the date of
intimation of acceptance of their tender, failing which the Owner reserves the right to cancel the
Contract and forfeit the EMD.
1% of PO/Contract value as Security deposit will be acceptable in the form of Demand draft upto
Rs. 50,000/- and in the form of Demand draft / Bank guarantee beyond Rs. 50,000/-.
Composite Performance Bank Guarantee (CPBG) for 10% of PO value towards Performance Bank
Guarantee inclusive of Security Deposit shall be accepted (in lieu of deduction of retention money);
such CPBG shall be valid upto a period of 3 months beyond the expiry of defect liability period.
Demand Draft should be drawn on Scheduled Banks, other than co-operative bank.
5. EXECUTION OF WORK
All the works shall be executed in strict conformity with the provisions of the contract documents
and with such explanatory details, drawings, specifications and instructions as may be furnished
from time to time to the Contractor by the Engineer-in-Charge/ Site-in-Charge, whether mentioned
in the Contract or not. The Contractor shall be responsible for ensuring that works throughout are
executed in the most proper and workman- like manner with the quality of material and
workmanship in strict accordance with the specifications and to the entire satisfaction of the
Engineer-in- Charge/Site-in-Charge.
The completion of work may entail working in monsoon also. The contractor must maintain the
necessary work force as may be required during monsoon and plan to execute the job in such a way
the entire project is completed within the contracted time schedule. No extra charges shall be
payable for such work during monsoon. It shall be the responsibility of the contractor to keep the
construction work site free from water during and off the monsoon period at his own cost and
expenses.
For working on Sundays/Holidays, the contractor shall obtain the necessary permission from
Engineer Incharge/Site Incharge in advance. The contractor shall be permitted to work beyond the
normal hours with prior approval of Engineer-In-Charge/Site-In-Charge and the contractors quoted
rate is inclusive of all such extended hours of working and no extra amount shall be payable by the
owner on this account.
5.a.1. The Engineer-in-Charge/Site-in-Charge shall furnish the Contractor with only the four
corners of the work site and a level bench mark and the Contractor shall set out the orks and shall
provide an efficient staff for the purpose and shall be solely responsible for the accuracy of such
setting out.
5.a.2. The Contractor shall provide, fix and be responsible for the maintenance of all necessary
stakes, templates, level marks, profiles and other similar things and shall take all necessary
precautions to prevent their removal or disturbance and shall be responsible for consequences of
such removal or disturbance should the same take place and for their efficient and timely
reinstatement. The Contractor shall also be responsible for the maintenance of all existing survey
marks, either existing or supplied and fixed by the Contractor. The work shall be set out to the
satisfaction of the Engineer-in-Charge/Site-in-Charge. The approval thereof or joining in setting out
the work shall not relieve the Contractor of his responsibility.
5.a.3. Before beginning the works, the Contractor shall, at his own cost, provide all necessary
reference and level posts, pegs, bamboos, flags ranging rods, strings and other materials for proper
layout of the work in accordance with the scheme, for bearing marks acceptable to the Engineer-in-
Charge/Site-in-Charge. The Centre longitudinal or face lines and cross lines shall be marked by
means of small masonary pillars. Each pillar shall have distinct marks at the centre to enable
theodolite to be set over it. No work shall be started until all these points are checked and approved
by the Engineer-in-Charge/Site-in-Charge in writing. But such approval shall not relieve the
contractor of any of his responsibilities. The Contractor shall also provide all labour, materials and
other facilities, as necessary, for the proper checking of layout and inspection of the points during
construction.
5.a.4. Pillars bearing geodetic marks located at the sites of units of works under construction
should be protected and fenced by the Contractor.
5.a.5. On completion of works, the contractor shall submit the geodetic documents according to
which the work was carried out.
5.a.8. If the Contractor after receipt of written instruction from the Engineer-in-Charge/ Site-in-
Charge requiring compliance within seven days fails to comply with such drawings or 'instructions'
or both as the Engineer-in-Charge/Site-in-Charge may issue, owner may employ and pay other
persons to execute any such work whatsoever that may be necessary to give effect to such drawings
or `instructions' and all cost and expenses incurred in connection therewith as certified by the
Engineer-in-Charge/ Site-in-Charge shall be borne by the contractor or may be deducted from
amounts due or that may become due to the contractor under the contract or may be recovered as a
debt.
5.a.9. The Contractor shall be entirely and exclusively responsible for the horizontal and vertical
alignment, the levels and correctness of every part of the work and shall rectify effectually any
errors or imperfections therein. Such rectifications shall be carried out by the Contractor, at his own
cost.
5.a.10. In case any doubts arise in the mind of the Contractor in regard to any expressions,
interpretations, statements, calculations of quantities, supply of material rates,
etc. etc., the contractor shall refer the same to the Site-in-Charge/ Engineer-in-Charge for his
clarification, instructions, guidance or clearing of doubts. The decision of the Engineer-in-
Charge/Site-in-Charge shall be final and the contractor shall be bound by such a decision.
5.a.11. "The Contractor shall take adequate precautions, to ensure that his operations do not create
nuisance or misuse of the work space that shall cause unnecessary disturbance or inconvenience to
others at the work site".
5.a.12. "All fossils, coins articles of value of antiquity and structure or other remains of geological
or archaeological discovered on the site of works shall be declared to be the property of the Owner
and Contractor shall take reasonable precautions to prevent his workmen or any other persons from
removing or damaging any such articles or thing and shall immediately inform the Owner/
Engineer-in-Charge/Site-in-Charge."
5.a.13. "Contractor will be entirely and exclusively responsible to provide and maintain at his
expenses all lights, guards, fencing, etc. when and where even necessary or/as required by the
Engineer-in-Charge/Site-in-Charge for the protection of works or safety and convenience to all the
members employed at the site or general public."
5.b. COMMENCEMENT OF WORK
The contractor shall after paying the requisite security deposit, commence work within 15 days
from the date of receipt of the intimation of intent from the Owner informing that the contract is
being awarded. The date of intimation shall be the date/day for counting the starting day/date and
the ending day/date will be accordingly calculated. Penalty, if any, for the delay in execution shall
be calculated accordingly.
Contractor should prepare detailed fortnightly construction programme for approval by the
Engineer-in-Charge within one month of receipt of Letter Of Intent. The work shall be executed
strictly as per such time schedule. The period of Contract includes the time required for testing,
rectifications, if any, re-testing and completion of work in all respects to the entire satisfaction of
the Engineer-in-Charge.
A Letter of Intent is an acceptance of offer by the Owner and it need not be accepted by the
contractor. But the contractor should acknowledge a receipt of the purchase order within 15 days of
mailing of Purchase Order and any delay in acknowledging the receipt will be a breach of contract
and compensation for the loss caused by such breach will be recovered by the Owner by forfeiting
earnest money deposit/bid bond.
5.c.1. No part of the contract nor any share or interest thereof shall in any manner or degree be
transferred, assigned or sublet, by the Contractor, directly or indirectly to any firm or corporation
whatsoever, without the prior consent in writing of the Owner.
5.c.2. At the commencement of every month the Contractor shall furnish to the Engineer-in-
charge/Site-in-Charge list of all sub-contractors or other persons or firms engaged by the
Contractor.
5.c.3 The contract agreement will specify major items of supply or services for which the
Contractor proposes to engage sub-Contractor/sub-Vendor. The contractor may from ime to time
propose any addition or deletion from any such list and will submit the proposals in this regard to
the Engineer-in-charge/Designated officer-in-charge for approval well in advance so as not to
impede the progress of work. Such approval of the Engineer-in-charge/Designated officer-in-charge
will not relieve the contractor from any of his obligations, duties and responsibilities under the
contract.
5.c.4. Notwithstanding any sub-letting with such approval as resaid and notwithstanding that the
Engineer-in-Charge shall have received copies of any sub-contract, the Contractor shall be and shall
remain solely to be responsible for the quality and proper and expeditious execution of the works
and the performance of all the conditions of the contract in all respects as if such subletting or sub-
contracting had not taken place and as if such work had been done directly by the Contractor.
5.c.5 Prior approval in writing of the Owner shall be obtained before any change is made in the
constitution of the contractor/Contracting agency otherwise contract shall be deemed to have been
allotted in contravention of clause entitled “sub-letting of works” and the same action may be taken
and the same consequence shall ensue as provided in the clause of “sub- letting of works”.
5.d EXTENSION OF TIME
® 1) If the Contractor anticipates that he will not be able to complete the work within the
contractual delivery/ completion date (CDD), then the Contractor shall make a request for grant of
time extension clearly specifying the reasons for which he seeks extension of time and
demonstrating as to how these reasons were beyond the control of the contractor or attributable to
the Owner. This request should be made well before the expiry of the Contractual Delivery/
Completion Date (CDD).
2) If such a request for extension is received with a Bank Guarantee for the full Liquidated
Damages amount calculated on the Total Contract Value, the concerned General Manager of the
Owner shall grant a Provisional extension of time, pending a decision on the request.
3) The concerned General Manager of the Owner shall expeditiously decide upon the request for
time extension and decide the levy of liquidated damages within a maximum period of 6 months
fom the CDD or date of receipt of the request, whichever is later.
5) In order to avoid any cash crunch to the Contractor, a Bank Guarantee could be accepted against
LD, as stated above. Once a decision is taken, the LD shall be recovered from any pending bills or
by encashment of the BG. Any balance sum of Contractor or the BG (if LD is fully recovered from
the bills) shall be promptly refunded/returned to the Contractor.
5.e.3. The contract shall, in case of suspension have the right to raise a dispute and have the same
arbitrated but however, shall not have the right to have the work stopped from further progress and
completion either by the owner or through other contractor appointed by the owner.
5.f. OWNER MAY DO PART OF WORK
Not withstanding anything contained elsewhere in this contract, the owner upon failure of the
Contractor to comply with any instructions given in accordance with the provisions of this
contract, may instead of Contract and undertaking charge of entire work, place additional labour
force, tools, equipment and materials on such parts of the work, as the Owner may decide or engage
another Contractor to carryout the balance of work. In such cases, the Owner shall have the right to
deduct from the amounts payable to the Contractor the difference in cost of such work and
materials with ten percent overhead added to cover all departmental charges. Should the total
amount thereof exceed the amount due to the contractor, the Contractor shall pay the difference to
the Owner within 15 days of making demand for payment failing which the Contractor shall be
liable to pay interest at 24% p.a. on such amounts till the date of payment.
5.g.2. No material shall be removed and despatched by the Contractor from the site without the
prior approval in writing of the Engineer-in-charge. The contractor is to provide at all times during
the progress of the work and the maintenance period proper means of access with ladders,
gangways, etc. and the necessary attendance to move and adapt as directed for inspection or
measurements of the works by the Engineer-in-Charge/Site-in-Charge.
5.h. SAMPLES
5.h.1. The contractor shall furnish to the Engineer-in-charge/Site-in-Charge for approval when
requested or required adequate samples of all materials and finishes to be used in the work.
5.h.2. Samples shall be furnished by the Contractor sufficiently in advance and before
commencenent of the work so as the Owner can carry out tests and examinations thereof and
approve or reject the samples for use in the works. All material samples furnished and finally
used/applied in actual work shall fully be of the same quality of the approved samples.
5.i. TESTS FOR QUALITY OF WORK
5.i.1. All workmanship shall be of the respective kinds described in the contract documents and in
accordance with the instructions of the Engineer-in-Charge / Site-in- Charge and shall be subjected
from time to time to such tests at Contractor's cost as the Engineer-in-Charge/Site-in-Charge may
direct at the place of manufacture or fabrication or on the site or at all or any such places. The
Contractor shall provide assistance, instruments, labour and materials as are normally required for
examining, measuring and testing any workmanship as may be selected and required by the
Engineer-in-Charge/Site-in-Charge.
5.i.2. All the tests that will be necessary in connection with the execution of the work as decided by
the Engineer-in- charge/Site-in-Charge shall be carried out at the contractors cost and expenses.
5.i.3. If any tests are required to be carried out in connection with the work or materials or
workmanship to be supplied by the owner, such tests shall be carried out by the Contractor as per
instructions of Engineer-in-Charge/Site-in-Charge and expenses for such tests, if any, incurred by
the contractor shall be reimbursed by the Owner. The contractor should file his claim with the
owner within 15 (fifteen) days of inspection/test and any claim made beyond that period shall lapse
and be not payable.
5.j.2. If the rates for the additional, altered or substituted work are specified in the contract for
similar class of work, the Contractor is bound to carryout the additional, altered or substituted work
at the same rates as are specified in the contract.
5.j.3. If the rates for the additional, altered or substituted work are not specifically provided in the
contract for the work, the rates will be derived from the rates for similar class of work as are
specified in the contract for the work. In the opinion of the Engineer-in- Charge/Site-in-Charge as
to whether or not the rates can be reasonably so derived from the items in this contract, will be final
and binding on the Contractor.
5.j.4. If the rates for the altered, additional or substituted work cannot be determined in the manner
specified above, then the Contractor shall, within seven days of the date of receipt of order to carry
out the work, inform the Engineer-in-Charge/ Site-in-Charge of the rate at which he intends to
charge for such class of work, supported by analysis of the rate or rates claimed and the Engineer-
In-Charge/ Site-in-Charge shall determine the rates on the basis of the prevailing market rates for
both material and labour plus 10% to cover overhead and profit of labour rates and pay the
Contractor accordingly. The opinion of the Engineer-in- Charge/Site-in-Charge as to current market
rates of materials and the quantum of labour involved per unit of measurement will be final and
binding on the contractor.
5.j.5 Deletd.
5.j.6. In case of any item of work for which there is no specification supplied by the Owner and is
mentioned in the tender documents, such work shall be carried out in accordance with Indian
Standard Specifications and if the Indian Standard Specifications do not cover the same, the work
should be carried out as per standard Engineering Practice subject to the approval of the Engineer-
in-Charge/ Site-in-Charge.
5.m.2. All surplus(serviceable) or unserviceable materials that may be left over after the completion
of the contract or at its termination for any reason whatsoever, the Contractor shall deliver the said
product to the Owner without any demur. The price to be paid to the Contractor, if not already paid
either in full or in part, however, shall not exceed the amount mentioned in the Schedule of Rates
for such material and in cases where such rates are not so mentioned, shall not exceed the CPWD
scheduled rates. In the event of breach of the aforesaid condition the contractor shall become liable
for contravention of the terms of the Contract.
5.m.3. The surplus (serviceable) and unserviceable products shall be determined by joint
measurement. In case where joint measurement has failed to take place, the Owner may measure
the same and determine the quantity.
5.m.4. It is made clear that the Owner shall not be liable to take stock and keep possession and pay
for the surplus and unserviceable stocks and the Owner may direct the Contractor to take back such
material brought by the Contractor and becoming surplus and which the Owner may decide to keep
and not to pay for the same.
Equipment or spare parts replaced under warranty/guarantees shall have further warranty for a
mutually agreed period from the date of acceptance. The owner shall intimate the defects noticed in
writing by a Registered A.D. letter or otherwise and the contractor within 15 days of receipt of the
intimation shall start the rectification work and complete within the time specified by the owner
failing which the owner will get the defects rectified by themselves or by any other contractor and
the expenses incurred in getting the same done shall be paid by the Contractor under the provision
of the Contract.
Thus, defect liability is applicable only in case of job/works contract (civil, mechanical, electrical,
maintenance etc. ) where any damage of defect may arise in future (i.e. within 12 months from the
date of completion of job) or lie undiscovered at the time of completion of job.
In other words, in case of service contracts (like car hire etc.) where there is no question of damage
or defect arising in future, the defect liability clause is not applicable.
5.o.2. The Contractors shall indemnify and keep the Owner harmless of all claims for damage to
Owner's property arising under or by reason of this contract.
6. DUTIES AND RESPONSIBILITIES OF CONTRACTOR
6.a.2. Owner has absolutely no liability whatsoever concerning the employees of the Contractor.
The Contractor shall indemnify Owner against any loss or damage or liability arising out of or in
the course of his/their employing persons or relation with his/their employees. The Contractor shall
make regular and full payment of wages and on any complaint by any employee of the Contractor
or his sub contractor regarding non-payment of wages, salaries or other dues, Owner reserves the
right to make payments directly to such employees or sub- contractor of the Contractor and recover
the amount in full from the bills of the Contractor and the contractor shall not claim any
compensation or reimbursement thereof. The Contractor shall comply with the Minimum Wages
Act applicable to the area of work site with regard to payment of wages to his employees and also
to employees of his sub contractor.
6.a.3. The Contractor shall advise in writing or in such appropriate way to all of his employees and
employees of sub-contractors and any other person engaged by him that their
appointment/employment is not by the Owner but by the Contractor and that their present
appointment is only in connection with the construction contract with Owner and that therefore,
such an employment/appointment would not enable or make them eligible for any
employment/appointment with the Owner either temporarily or/and permanent basis.
6.c.2. Contractor shall make arrangements for ambulance service and for the treatment of all types
of injuries. Names and telephone numbers of those providing such services shall be furnished to
Owner prior to start of construction and their name board shall be prominently displayed in
Contractor's field office.
6.c.3. All industrial injuries shall be reported promptly to owner and a copy of contractor's report
covering each personal injury requiring the attention of a physician shall be furnished to the Owner.
6.d. SAFETY CODE
6.d.1. The Contractor shall at his own expenses arrange for the Safety provisions as may be
necessary for the execution of the work or as required by the Engineer-in-Charge in respect of all
labours directly or indirectly employed for performance of the works and shall provide all facilities
in connections therewith. In case the contractor fails to make arrangements and provide necessary
facilities as aforesaid, the Owner shall be entitled to do so and recover the cost thereof from the
Contractor.
6.d.2. From the commencement to the completion of the works, the contractor shall take full
responsibility for the care thereof and of all the temporary works (defined as meaning all temporary
works of every kind required in or for the execution, completion or maintenance of the works). In
case damage, loss or injury shall happen to the works or to any part thereof or to temporary works
or to any cause whatsoever repair at his (Contractor's) own cost and make good the same so that at
the time of completion, the works shall be in good order and condition and in conformity in every
respect with the requirement of the contract and Engineer-in-Charge's instructions.
6.d.3. In respect of all labour, directly or indirectly employed in the work for the performance of the
Contractor's part of this agreement, the contractor shall at his own expense arrange for all the safety
provisions as per relevant Safety Codes of C.P.W.D Bureau of Indian Standards, the Electricity
Act/I.E. Rules. The Mines Act and such other Acts as applicable.
6.d.4. The Contractor shall observe and abide by all fire and safety regulations of the Owner.
Before starting construction work, the Contractor shall consult with Owner's Safety Engineer or
Engineer-in-Charge/Site-in-Charge and must make good to the satisfaction of the Owner any loss
or damage due to fire to any portion of the work done or to be done under this agreement or to any
of the Owner's existing property.
6.d.5. The Contractor will be fully responsible for complying with all relevant provisions of the
Contract Labour Act and shall pay rates of Wages and observe hours of work/conditions of
employment according to the rules in force from time to time.
6.d.6. The Contractor will be fully responsible for complying with the provision including
documentation and submission of reports on the above to the concerned authorities and shall
indemnify the Corporation from any such lapse for which the Government will be taking action
against them.
6.d.7. Owner shall on a report having been made by an inspecting Office as defined in the Contract
Labour Regulations have the power to deduct from the money due to the Contractor any sum
required or estimated to be required for making good the loss suffered by a worker(s) by reasons of
non-fulfillment of conditions of contract for the benefit of workers no-payment of wages or of
deductions made from his or their wages which are not justified by the terms of contract or non
observance of the said contractor's labour Regulation.
i. The Contractor agrees to and does hereby accept full and exclusive liability for the compliance
with all obligations imposed by Employees State Insurance Act, 1948, and the Contractor further
agrees to defend indemnify and hold Owner harmless from any liability or penalty which may be
imposed by the Central, State or local authority by reason of any asserted violation by Contractor,
or sub-contractor of the Employees' State Insurance Act, 1948 and also from all claims, suits or
proceedings that may be brought against the Owner arising under, growing out of or by reason of
the work provided for by this contract whether brought by employees of the Contractor, by third
parties or by Central or State Government authority or any political sub-division thereof.
ii. The Contractor agrees to file with the Employees State Insurance Corporation, the Declaration
forms and all forms which may be required in respect of the Contractor's or sub-contractor's
employee whose aggregate emuneration is within the specified limit and who are employed in the
work provided or those covered by ESI Act under any amendment to the Act from time to time.
The Contractor shall deduct and secure the agreement of the sub-contractor to deduct the
employee's contribution as per the first schedule of the Employee's State Insurance Act from wages
and affix the employee's contribution cards at wages payment intervals. The Contractor shall remit
and secure the agreement of the sub contractor to remit to the State Bank of India, Employee's State
Insurance Corporation Account, the Employee's contribution as required by the Act.
iii. The Contractor agrees to maintain all records as required under the Act in respect of employees
and payments and the Contractor shall secure the agreement of the sub contractor to maintain such
records. Any expenses incurred for the contributions, making contribution or maintaining records
shall be to the Contractor's or sub-contractor's account.
iv. The Owner shall retain such sum as may be necessary from the total contract value until the
Contractor shall furnish satisfactory proof that all contributions as required by the Employees State
Insurance Act, 1948, have been paid.
ii. The aforesaid insurance policy/policies shall provide that they shall not be cancelled till the
Engineer-in-Charge has agreed to their cancellation.
iii. The Contractor shall satisfy to the Engineer-in-Charge/Site-in-Charge from time to time that he
has taken out all insurance policies referred to above and has paid the necessary premium for
keeping the policies alive till the expiry of the defects liability period.
iv. The contractor shall ensure that similar insurance policies are taken out by his sub-contractor (if
any) and shall be responsible for any claims or losses to the Owner resulting from their failure to
obtain adequate insurance protections in connection thereof. The contractor shall produce or cause
to be proceed by his sub-contractor (if any) as the case may be, the relevant policy or policies and
premium receipts as and when required by the Engineer-in-Charge/Site-in-Charge.
ii. All payments shall be made by the contractor to the labour employed by him in accordance with
the various rules and regulations stated above. The contractor shall keep the Owner indemnified
from any claims whatsoever inclusive of damages/costs or otherwise arising from injuries or
alleged injuries to or death of a person employed by the contractor or damages or alleged damages
to the property.
iii. No labour below the age of eighteen years shall be employed on the work. The Contractor shall
not pay less than what is provided under the provisions of the contract labour (Regulations and
Abolition) Act, 1970 and the rules made thereunder and as may be amended from time to time. He
shall pay the required deposit under the Act appropriate to the number of workman to be employed
by him or through sub contractor and get himself registered under the Act. He shall produce the
required Certificates to the Owner before commencement of the work. The Owner recognises only
the Contractor and not his sub contractor under the provisions of the Act. The Contractor will have
to submit daily a list of his workforce. He will also keep the wage register at the work site or/and
produce the same to the Owner, whenever desired. A deposit may be taken by the Owner from the
Contractor to be refunded only after the Owner is satisfied that all workmen employed by the
Contractor have been fully paid for the period of work in Owner's premises at rates equal to or
better than wages provided for under the Minimum Wages Act. The contractor shall be responsible
and liable for any complaints that may arise in this regard and the consequences thereto.
iv. The Contractor will comply with the provisions of the Employee's Provident Fund Act and the
Family Pension Act as may be applicable and as amended from time to time.
v. The Contractor will comply with the provisions of the payment of Gratuity Act, 1972, as may be
applicable and as amended from time to time.
The Contractor shall at his own expenses comply with or cause be complied with Model rules for
Labour Welfare as appended to those conditions or rules framed by the Government from time to
time for the protection of health and for making sanitary arrangements for worker employed
directly or indirectly on the works. In case the contractor fails to make arrangements as aforesaid
the Engineer-in-Charge/Site-in-Charge shall be entitled to do so and recover the cost thereof from
the contractor.
6.f.2. The Contractor shall keep and maintain secrecy of the documents, drawings etc. issued to him
for the execution of this contract and restrict access to such documents, drawings etc. and further
the Contractor shall execute a SECRECY agreement from each or any person employed by the
Contractor having access to such documents, drawings etc. The Contractor shall not issue drawings
and documents to any other agency or individual without the written approval by the Engineer-in-
Charge/Site-in- Charge.
6.f.3. Contractor will not give any information or document etc. concerning details of the work to
the press or a news disseminating agency without prior written approval from Engineer-in-
charge/Site-in-Charge. Contractor shall not take any pictures on site without written approval of
Engineer-in-Charge/Site-in-Charge.
7.2. Running Account Bills and the final bill shall be submitted by the Contractor together with the
duly signed measurements sheet(s) to the Engineer-in-Charge/ Site-in-Charge of the Owner in
quadruplicate for certification.
The Bills shall also be accompanied by quantity calculations in support of the quantities contained
in the bill along with cement consumption statement, actual/theoretical, wherever applicable duly
certified by the Engineer-in-Charge/ Site-in-Charge of the Owner.
7.3. All running account payments shall be regarded as on account payment(s) to be finally adjusted
against the final bill payment. Payment of Running Account Bill(s) shall not determine or affect in
any way the rights of the Owner under this Contract to make the final adjustments of the quantities
of material, measurements of work and adjustments of amounts etc.etc. in the final bill.
7.4. The final bill shall be submitted by the Contractor within one month of the date of completion
of the work fully and completely in all respects. If the Contractor fails to submit the final bill
accordingly Engineer-in-Charge/Site-in-Charge may make the measurement and determine the total
amount payable for the work carried out by the Contractor and such a certification shall be final and
binding on the Contractor. The Owner/Engineer- in-Charge/Site-in-Charge may take the assistance
of an outside party for taking the measurement, the expenses of which shall be payable by the
Contractor.
7.5. Payment of final bill shall be made within 30 days from the date of receipt of the certified bill
by the Disbursement Section of the owner.
®7.6 Wherever possible, payment shall be tendered to the contractor in electronic mode (e-
payment) through any of the designated banks. The contractor will comply by furnishing full
particulars of Bank acount (mandate) to which the payments will be routed. Owner reserves the
right to make payment in any alternate mode also.
7.a.1. All measurements shall be in metric system. All the works will be jointly measured by the
representative of the Engineer-in-Charge/Site-in-Charge and the Contractor or their authorised
agent progressively. Such measurement will be recorded in the Measurement Book/Measurement
Sheet by the Contractor or his authorised representative and signed in token of acceptance by the
Owner or their authorised representative.
7.a.2. For the purpose of taking joint measurement, the Contractor/representative shall be bound to
be present whenever required by the Engineer-in-Charge/Site-in-Charge.
If, however, they are absent for any reasons whatsoever, the measurement will be taken by the
Engineer-in-Charge/Site-in-Charge or his representative and the same would be deemed to be
correct and binding on the Contractor.
7.a.3. In case of any dispute as to the mode of measurement for any item of work, the latest Indian
Standard Specifications shall be followed. In case of any further dispute on the same the same shall
be as per the certification of an outside qualified Engineer/ Consultant. Such a measurement shall
be final and binding on the Owner and the Contractor.
7.b. BILLING OF WORKS EXECUTED
The Contractor will submit a bill in approved proforma in quadruplicate to the Engineer-in-
Charge/Site-in-Charge of the work giving abstract and detailed measurement for the various items
executed during a month, before the expiry of the first week of the succeeding month. The
Engineer-in-Charge/Site-in-Charge shall take or cause to be taken the requisite measurements for
the purpose of having the bill verified and/or checked before forwarding the same to the
disbursement office of the Owner for further action in terms of the Contract and payment thereafter.
The Engineer-in-Charge/Site-in-Charge shall verify the bills within 7 days of submission of the Bill
by the Contractor.
Thus, deduction towards retention money is applicable only in case of job/works contracts (civil,
mechanical, electrical, maintenance etc.) where any damage or defect may arise in future (i.e.
within 12 months from the date of completion of job) or lie undiscovered at the time of issue of
completion certificate.
® Variations of taxes and duties arising out of the amendments to the Central / State enactments, in
respect of sale of goods / services covered under this bid shall be to HPCL’s account, so long as :
• They relate to the period after the opening of the price bid, but before the contracted completion
period ( excluding permitted extensions due to delay on account of the contractors, if any) or the
actual completion period, whichever is earlier; and
• The vendor furnishes documentary evidence of incurrence of such variations, in addition to the
invoices/documents for claiming Cenvat /Input Tax credit, wherever applicable.
All contributions and taxes for unemployment compensation, insurance and old age pensions or
annuities now or hereafter imposed by Central or State Governmental authorities which are
imposed with respect to or covered by the wages, salaries or other compensations paid to the
persons employed by the Contractor and the Contractor shall be responsible for the compliance
with all obligations and restrictions imposed by the Labour Law or any other law affecting
employer-employee relationship and the Contractor further agrees to comply and to secure the
compliance of all sub-contractors with all applicable Central, State, Municipal and local laws, and
regulations and requirements of any Central, State or Local Government agency or authority.
Contractor further agrees to defend, indemnify and hold harmless from any liability or penalty
which may be imposed by the Central, State or Local authorities by reason of any violation by
Contractor or sub-contractor of such laws, regulations or requirements and also from all claims,
suits or proceedings that may be brought against the Owner arising under, growing out of, or by
reasons of the work provided for by this contract by third parties, or by Central or State
Government authority or any administrative sub-division thereof. The Contractor further agrees that
in case any such demand is raised against the Owner, and Owner has no way but to pay and
pays/makes payment of the same, the Owner shall have the right to deduct the same from the
amounts due and payable to the Contractor. The Contractor shall not raise any demand or dispute in
respect of the same but may have recourse to recover/receive from the concerned authorities on the
basis of the Certificate of the Owner issued in that behalf.
7.d.2. The rates quoted should be inclusive of all rates, cess, taxes and sales tax on works contracts
wherever applicable. However, wherever the sales tax on works contract is applicable and is to be
deducted at source, the same will be deducted from the bills of the Contractor and paid to the
concerned authorities. The proof of such payments of sales tax on works contract will be furnished
to the contractor.
7.d.3. Income tax will be deducted at source as per rules at prevailing rates, unless certificate, if
any, for deduction at lesser rate or nil deduction is submitted by the Contractor from appropriate
authority.
® 7.d.4 The contractor shall provide accurate particulars of PAN number as required, to enable
issuance of TDS (Tax Deduction at Source) certificate.
7.e.2. The Owner may give necessary recommendation to the respective authority if so desired by
the Contractor but assumes no responsibility of any nature. The Contractor shall procure materials
of ISI stamp/certification and supplied by reputed suppliers borne on DGS&D list.
7.e.3. All materials procured should meet the specifications given in the tender document. The
Engineer-in-charge may, at his discretion, ask for samples and test certificates for any batch of any
materials procured. Before procuring, the Contractor should get the approval of Engineer-in-
Charge/Site-in-Charge for any materials to be used for the works.
7.e.4. Manufacturer's certificate shall be submitted for all materials supplied by the Contractor. If,
however, in the opinion of the Engineer-in-Charge/Site-in-Charge any tests are required to be
conducted on the material supplied by the Contractor, these will be arranged by the Contractor
promptly at his own cost.
7.f. MATERIALS TO BE SUPPLIED BY THE OWNER
7.f.1. Steel and Cement maybe supplied by the Owner to the contractor against payment by
Contractor from either godown or from the site or within work premises itself and the contractor
shall arrange for all transport to actual work site at no extra cost.
7.f.2. The contractor shall bear all the costs including loading and unloading, carting from issue
points to work spot storage, unloading, custody and handling and stacking the same and return the
surplus steel and cement to the Owner's storage point after completion of job.
7.f.3. The contractor will be fully accountable for the steel and cement received from the Owner
and contractor will give acknowledgement/receipt for quantity of steel and cement received by him
each time he uplifts cement from Owner's custody.
7.f.4. For all computation purposes, the theoretical cement consumption shall be considered as per
CPWD standards.
7.f.5. Steel and Cement as received from the manufacturer/stockists will be issued to the contractor.
Theoretical weight of cement in a bag will be considered as 50 Kg. Bags weighing upto 4% less
shall be accepted by the contractor and considered as 50 Kg. per bag. Any shortage in the weight of
any cement bag by more than 4% will be to the Owner's account only when pointed out by the
Contractor and verified by Engineer-in-Charge/Site in Charge at the time of Contract or taking
delivery.
7.f.6. The contractor will be required to maintain a stock register for receipt, issuance and
consumption of steel and cement at site. Cement will be stored in a warehouse at site. Requirement
of cement on any day will be taken out of the warehouse. Cement issued shall be regulated on the
basis of FIRST RECEIPT to go as FIRST ISSUE.
7.f.7. Empty cement bag shall be the property of the Contractor. Contractor shall be penalised for
any excess/under consumption of cement. The penal rate will be twice the rate of issue of cement
for this work.
7.f.8. All the running bills as well as the final bills will be accompanied by cement consumption
statements giving the detailed working of the cement used, cement received and stock-on-hand.
7.f.9. The Contractor will be fully responsible for safe custody of cement once it is received by him
and during transport. Owner will not entertain any claims of the contractor for theft, loss or damage
to cement while in their custody.
7.f.10. The contractor shall not remove from the site any cement bags at any time.
7.f.12. Cement shall not be supplied by the Owner for manufacturing of mosaic tiles, precast
cement jali and any other bought out items which consume cement and for temporary works.
7.f.13. Cement in bags and in good usable condition left over after the completion of work shall be
returned by the contractor to the Owner. The Owner shall make payment to the Contractor at the
supply rate for such stocks of cement they accept and receive. Any refused stock of cement shall be
removed by the Contractor from the site at his cost and expenses within 15 days of completion of
the work.
8.2. In every case in which by virtue of the provisions of Workmen's Compensation Act, 1923, or
other Acts, the Owner is obliged to pay Compensation to a Workman employed by the Contractor
in execution of the works, the Owner will recover from the Contractor the amount of compensation
so paid and without prejudice to the rights of Owner under the said Act. Owner shall be at liberty to
recover such amount or any part thereof by deducting it from the security deposit or from any sum
due to the Contractor whether under this contract or otherwise. The Owner shall not be bound to
contest any claim made under Section 12 sub section (1) of the said Act, except on the written
request of the Contractor and upon his giving to the Owner full security for all costs for which the
owner might become liable in consequence of contesting such claim.
ii) The Contractor shall be entitled to give an acceptable unconditional Bank Guarantee in lieu of
such a deduction if Contractor desires any decision on a request for time extension.
iii) Once a final decision is taken on the request of the Contractor or otherwise, the LD shall be
applicable only on the basic cost of the contract and on each full completed week(s) of delay (and
for part of the week, a pro-rata LD amount shall be applicable).
iv) This final calculation of LD shall be only on the value of the unexecuted portion/quantity of
work as on the CDD.
v) Contractor agrees with the Owner, that the above represents a genuine pre-estimate of the
damages which the Owner will suffer on account of delay in the performance of the work by
Contractor. The Contractor further agrees that the LD amount is over and above any right which
owner has to risk purchase under Clause 12.4 and any right to get the defects in the work rectified
at the cost of the contractor.
12.1 The owner may terminate the contract at any stage of the construction for reasons to
be recorded in the letter of termination.
12.2 The Owner inter alia may terminate the Contract for any or all of the following reasons
that the contractor
a) has abandoned the work/Contract.
b) has failed to commence the works, or has without any lawful excuse under these conditions
suspended the work for 15 consecutive days.
c) has failed to remove materials from the site or to pull down and replace the work within 15 days
after receiving from the Engineer written notice that the said materials or work were condemned
and/or rejected by the Engineer under specified conditions.
d) has neglected or failed to observe and perform all or any of the terms acts, matters or things
under this Contract to be observed and performed by the Contractor.
e) has to the detriment of good workmanship or in defiance of the Engineer's instructions to the
contrary sub-let any part of the Contract.
f) has acted in any manner to the detrimental interest, reputation, dignity, name or prestige of the
Owner.
g) has stopped attending to work without any prior notice and prior permission for a period of 15
days.
h) has become untraceable.
i) has without authority acted in violation of the terms and conditions of this contract and has
committed breach of terms of the contract in best judgement of the owner.
j) has been declared insolvent/bankrupt.
k) in the event of sudden death of the Contractor.
12.3 The owner on termination of such contract shall have the right to appropriate the Security
Deposit, Retention Money and invoke the Bank Guarantee furnished by the contractor and to
appropriate the same towards the amounts due and payable by the contractor as per the conditions
of Contract and return to the contractor excess money, if any, left over.
® 12.4 In case of Termination of the contract, Owner shall have the right to carry out the
unexecuted portion of the work either by themselves or through any other contractor(s) at the risk
and cost of the Contractor. In view of paucity of time, Owner shall have the right to place such
unexecuted portion of the work on any nominated contractor(s). However, the overall liability of
the Contractor shall be restricted to 100 % of the total contract value.
12.5 The contractor within or at the time fixed by the Owner shall depute his authorised
representative for taking joint final measurements of the works executed thus far and submit the
final bill for the work as per joint final measurement within 15 days of the date of joint final
measurement. If the contractor fails to depute their representative for joint measurement, the owner
shall take the measurement with their Engineer-in-Charge/Site-in-Charge or any other outside
representatives. Such a measurement shall not be questioned by the Contractor and no dispute can
be raised by the Contractor for purpose of Arbitration.
12.6 The Owner may enter upon and take possession of the works and all plant, tools, scaffoldings,
sheds, machinery, power operated tools and steel, cement and other materials of the Contract at the
site or around the site and use or employ the same for completion of the work or employ any other
contractor or other person or persons to complete the works. The Contractor shall not in any way
object or interrupt or do any act, matter or thing to prevent or hinder such actions, other Contractor
or other persons employed for completing and finishing or using the materials and plant for the
works. When the works shall be completed or as soon thereafter the Engineer shall give a notice in
writing to the Contractor to remove surplus materials and plant, if any, and belonging to the
Contractor except as provided elsewhere in the Contract and should the Contractor fail to do so
within a period of 15 days after receipt thereof the Owner may sell the same by public auction and
shall give credit to the contractor for the amount realised. The Owner shall thereafter ascertain and
certify in writing under his hand what (if anything) shall be due or payable to or by the Owner for
the value of the plant and materials so taken possession and the expense or loss which the Owner
shall have been put to in procuring the works, to be so completed, and the amount if any, owing to
the Contractor and the amount which shall be so certified shall thereupon be paid by the Owner to
the Contractor or by the Contractor to the Owner, as the case may, and the Certificate of the Owner
shall be final and conclusive between the parties.
12.7 When the contract is terminated by the Owner for all or any of the reasons mentioned above
the Contractor shall not have any right to claim compensation on account of such termination.
13.1. Any delay in or failure of the performance of either part hereto shall not constitute default
hereunder or give rise to any claims for damage, if any, to the extent such delays or failure of
performance is caused by occurrences such as Acts of God or an enemy, expropriation or
confiscation of facilities by Government authorities, acts of war, rebellion, sabotage or fires, floods,
explosions, riots, or strikes. The Contractor shall keep records of the circumstances referred to
above and bring these to the notice of the Engineer-in-Charge/Site-in-Charge in writing
immediately on such occurrences. The amount of time, if any, lost on any of these counts shall not
be counted for the Contract period. Once decision of the Owner arrived at after consultation with
the Contractor, shall be final and binding. Such a determined period of time be extended by the
Owner to enable the Contractor to complete the job within such extended period of time.
13.2. If Contractor is prevented or delayed from the performing any of its obligations under this
Agreement by Force Majeure, then Contractor shall notify Owner the circumstances constituting
the Force Majeure and the obligations performance of which is thereby delayed or prevented,
within seven days of the occurrence of the events.
14. ARBITRATION
14.1 All disputes and differences of whatsoever nature, whether existing or which shall at any time
arise between the parties hereto touching or concerning the agreement, meaning, operation or effect
thereof or to the rights and liabilities of the parties or arising out of or in relation thereto whether
during or after completion of the contract or whether before after determination, foreclosure,
termination or breach of the agreement (other than those in respect of which the decision of any
person is, by the contract, expressed to be final and binding) shall, after written notice by either
party to the agreement to the other of them and to the Appointing Authority hereinafter mentioned,
be referred for adjudication to the Sole Arbitrator to be appointed as hereinafter provided.
®14.2 The appointing authority shall either himself act as the Sole Arbitrator or nominate some
officer/retired officer of Hindustan Petroleum Corporation Limited (referred to as owner or HPCL)
or a retired officer of any other Government Company in the Oil Sector of the rank of Ch. Manager
& above or any retired officer of the Central Government not below the rank of a Director, to act as
the Sole Arbitrator to adjudicate the disputes and differences between the parties. The
contractor/vendor shall not be entitled to raise any objection to the appointment of such person as
the Sole Arbitrator on the ground that the said person is/was an officer and/or shareholder of the
owner, another Govt. Company or the Central Government or that he/she has to deal or had dealt
with the matter to which the contract relates or that in the course of his/her duties, he/she has/had
expressed views on all or any of the matters in dispute or difference.
14.3 In the event of the Arbitrator to whom the matter is referred to, does not accept the
appointment, or is unable or unwilling to act or resigns or vacates his office for any reasons
whatsoever, the Appointing Authority aforesaid, shall nominate another person as aforesaid, to act
as the Sole Arbitrator.
14.4 Such another person nominated as the Sole Arbitrator shall be entitled to proceed with the
arbitration from the stage at which it was left by his predecessor. It is expressly agreed between the
parties that no person other than the Appointing Authority or a person nominated by the Appointing
Authority as aforesaid, shall act as an Arbitrator. The failure on the part of the Appointing
Authority to make an appointment on time shall only give rise to a right to a Contractor to get such
an appointment made and not to have any other person appointed as the Sole Arbitrator.
14.5 The Award of the Sole Arbitrator shall be final and binding on the parties to the Agreement.
14.6 The work under the Contract shall, however, continue during the Arbitration proceedings and
no payment due or payable to the concerned party shall be withheld (except to the extent disputed)
on account of initiation, commencement or pendency of such proceedings.
14.7 The Arbitrator may give a composite or separate Award(s) in respect of each dispute or
difference referred to him and may also make interim award(s) if necessary.
®14.8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the
parties unless the Sole Arbitrator otherwise directs in his award with reasons. The lumpsum fees of
the Arbitrator shall be Rs. 40,000/- per case for transportation contracts and Rs. 60,000/- for
engineering contracts and if the sole Arbitrator completes the arbitration including his award within
5 months of accepting his appointment, he shall be paid Rs. 10,000/- additionally as bonus.
Reasonable actual expenses for stenographer, etc. will be reimbursed. Fees shall be paid stagewise
i.e. 25% on acceptance, 25% on completion of pleadings/documentation, 25% on completion of
arguments and balance on receipt of award by the parties
14.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or any
statutory modification or re-enactment thereof and the rules made thereunder, shall apply to the
Arbitration proceedings under this Clause.
14.10 The Contract shall be governed by and constructed according to the laws in force in India.
The parties hereby submit to the exclusive jurisdiction of the Courts situated at say Mumbai for all
purposes. The Arbitration shall be held at Mumbai and conducted in English language.
14.11 The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation
Limited.
15. GENERAL
15.1. Materials required for the works whether brought by the or supplied by the Owner shall be
stored by the contractor only at places approved by Engineer-in-Charge/Site-in-Charge. Storage and
safe custody of the material shall be the responsibility of the Contractor.
15.3. In case of any class of work for which there is no such specification supplied by the owner as
is mentioned in the tender documents, such work shall be carried out in accordance with Indian
Standard Specifications and if the Indian Standard Specifications do not cover the same the work
should be carried out as per standard Engineering practice subject to the approval of the Engineer-
in-Charge/Site-in-Charge.
15.4. 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 and at his own expense shall
make good any damages arising from any of these causes.
15.5 The contractor shall cover up and protect from injury from any cause all new work also for
supplying all temporary doors, protection to windows and any other requisite protection for the
whole of the works executed whether by himself or special tradesmen or sub- contractors and any
damage caused must be made good by the contractors at his own expense.
15.6 If the contractor has quoted the items under the deemed exports, then it will be the
responsibility of the contractor to get all the benefits under deemed exports from the Government.
The Owner’s responsibility shall only be limited to the issuance of required certificates. The
quotation will be unconditional and phrases like “subject to availability of deemed exports benefit”
etc. will not find place in it.
®16. Integrity Pact : Effective 1st September, 2007, all tenders and contracts shall comply with
the requirements of the Integrity Pact (IP) if the value of such tenders or contracts exceed
Rs.1 crore. Failure to sign the Integrity Pact shall lead to outright rejection of bid.
To:
Date
M/s Hindustan Petroleum Corporation Limited
Mumbai
Gentlemen,
Having examined the Conditions of Contract and Specifications including Addenda Nos (Insert
Numbers) the receipt of which is hereby duly acknowledged, we the undersigned, offer to supply and
deliver (Description of Goods and Services) in conformity with the said Drawings, Conditions of
Contract and specifications, for the sum as quoted in e-tender We undertake if our bid is accepted,
complete delivery of items as agreed and specified in the RFQ document. If our bid is accepted we
will obtain the guarantee of a Bank in a sum not exceeding (10)% of the Contract price for the due
performance of the Contract.
We agree to abide by this bid for a period of 120 days from the date fixed for bid opening under
Instructions to Bidders and it shall remain binding upon us and may be accepted at any time before
the expiration of that period.
Until a formal contract is prepared and executed, this bid, together with your written acceptance
thereof in your notification of award (Fax of Intent ) shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid, you may receive.
an on behalf of
Witness
Address Signature
SECTION-6
AGREED TERMS AND CONDITIONS
This questionnaire duly filled shall be returned along with each copy of Un-priced bid.
Clauses confirmed hereunder should not be repeated in the bid. ALL THE COMMERCIAL
TERMS AND CONDITIONS SHOULD BE INDICATED IN THIS FORMAT ONLY. IF REQUIRED
DETAILS INCLUDING DEVIATION TO GCC, IF ANY, SHOULD BE INDICATED AS AN
ANNEXURE TO THIS FORMAT.
In view of the rejection clause no. 16.0 of Section-2, which will be strictly adhered to,
bidders are advised to comply to the terms and conditions of the bid document in the First
Instance itself.
at site.
TURNOVER
2008 - 2009
2007 - 2008
2006 - 2007
PROFORMA/ANNEXURES
ANNEXURE-A
DECLARATION
(To be submitted along with Un priced bid)
(M/s. __________________________) hereby declare / clarify that we have not been banned or
delisted by Government of India or any of the Ministries of Government of India .
To
Hindustan Petroleum Corporation Limited
Mumbai, India.
4 NSIC REGISTRATION
CERTIFICATE IS VALID UPTO
FOR
Annual Turnover in
Year
Rs.
2006-2007
2007-2008
2008-2009
Attach copies of audited balance sheets for the year 2006-2007, 2007-2008, 2008-2009
FOR
(List only works which are similar to the proposed works for which qualification
is sought) Should contain only the works completed during the last 7 years
ending last day of month previous to the one in which applications are invited
Work orders and Completion certificates from clients for the above mentioned
works shall be provided. In the absence of the above documents details
furnished will be ignored.
Criteria (Yes
Meeting PQ
complete postal
address, contact numbers, e-mail
/No)
id, etc.
(Address as applicable)
(Address as applicable)
Dear Sirs,
WHEREAS Hindustan Petroleum Corporation Limited, a Government of
India Company, registered under the Companies Act, 1956, having
its Registered Office at 17, Jamshedji Tata Road, Bombay - 400020
(hereinafter called "the Indemnified" which expression shall
include its successors and assigns) has awarded to
M/s. .......................................... a Partnership
Firm/Sole Proprietor Business/a company having its Registered
Office at .......................................................
(hereinafter called "the Indemnifier", which expression shall
include its successors and assigns) a contract for
conditions set out, inter-alia, in "the Indemnified" 's Purchase
Order No. ............................. dated ..................
(hereinafter referred to as "The Said Contract") to "the
Indemnifier".
AND WHEREAS "the Indemnified" has agreed to supply to "the
Indemnifier" raw material/components to the value of Rs.........
(Rupees .............................................. only) for
incorporation in fabrication by "the Indemnifier" in terms of
"the said contract", the components/raw material to be supplied
by "the Indemnified" to "the Indemnifier" for the said
fabrication, (hereinafter, for the sake of brevity, referred to
as "the said material") and pending fabrication and delivery at
job-site of the completed fabricated work(s) incorporating "the
said material" and accounting for "the said material" shall be
under the sole custody and charge of "the Indemnifier" and shall
be kept, stored, altered, worked upon and/or fabricated at the
sole risk and expenses of "the Indemnifier" ;
(Address as applicable)
(Address as applicable)
2. We, ........................................ Bank further agree that "the Corporation" shall be sole
Judge whether the said "Contractor" has failed to perform or fulfill the said "Contract"
in terms thereof or committed breach of any of the terms and conditions of "the
purchase
______________________________________________________________________________
order/Contract" or was not entitled to any extension of time and also the extent of loss,
damage, cost, charges and expenses suffered or incurred or would be suffered or
incurred by "the Corporation" on account thereof and we waive in favour of "the
Corporation" all the rights and defences to which we as guarantors and/or "the
Contractor" may be entitled to.
3. We, ................................. Bank further agree that the amount demanded by "the
Corporation" as such shall be final and binding on "the Bank" as to "the Bank" 's
liability to pay the amount demanded and "the Bank" undertakes to pay to "the
Corporation" the amount so demanded on first demand without further proof or
conditions and without any demur, reservation, contest, recourse or protest and without
any enquiry of you or the Contractor, forthwith and in full without any deductions or
set-offs or counterclaim whatsoever, the sum claimed by you in such Demand,
notwithstanding any dispute raised by "the Contractor" or the pendency of any suit or
other legal proceedings including arbitration pending before any court, tribunal or
arbitrator relating thereto, our liability under this guarantee being absolute and
unconditional. We further agree that the Corporation shall not be bound to disclose any
reasons while demanding any amount under the Bank Guarantee.
4. We, ....................................... Bank further agree with "the Corporation" that "the
Corporation" shall have the fullest liberty without our consent and without affecting
in any manner our obligations hereunder, to vary any of the terms and conditions of the
said "Contract"/or to extend time of performance by "the Contractor" 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 Contractor" and to forbear to enforce any of the terms
and conditions relating to "the Contract" and we shall not be relieved from our liability
by reason of any such variation or extension being granted to "the Contractor" or for
any forbearance, act or omission on the part of "the Corporation" or any indulgence
by "the Corporation" to "the Contractor" or by any such matter or things whatsoever
which under the law relating to sureties would, but for this provision, have the effect of
relieving us. Any waivers or other forbearance given or variations required under the
Contract or any invalidity, unenforceability or illegality of the whole or any part of the
Contract or rights of any party thereto, or amendment or other modification of the
Contract or any other fact, circumstance, provision of statute or law which might, were
our liability to be secondary and not primary, entitle us to be released in whole or in part
from our undertaking, shall not in any way release us from our obligations under this
Guarantee. Our obligations hereunder in respect of the sum or sums demanded by the
Corporation under this Guarantee are primary, independent and absolute and not by way
of surety only. The Corporation may make an unlimited number of Demands under this
Guarantee provided that the aggregate of all sums paid shall not exceed the entire
Guarantee Amount.
8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms
of the documents and/or the Agreement/Contract or MOU entered into between "the
Contractor" and "the Bank" in this regard. This Guarantee shall be governed by and
construed in accordance with the laws of the Republic of India.
9. Any demand, notice or other communication given in connection with or required by this
Guarantee shall be made in writing in English be delivered by hand to, or sent by
pre-paid registered post, or facsimile transmission to:
________________________
________________________
________________________
IN WITNESS WHEREOF the Bank has executed this document on this ..........................
day of ........................
For ........................ Bank (by its constituted
attorney) Signature of a person authorised to
sign on behalf of the bank")
______________
SECTION- 11
TIME SCHEDULE
1) The time of completion shall be reckoned from the date of award of contract, which
shall be the date of issue of letter/ Fax of Intent.
2) The time indicated is for completing all the works in all respects as per specifications,
codes, drawings and instructions of Engineer-in-charge.
_______________________________
(STAMP & SIGNATURE OF BIDDER)