INDIAN OIL CORPORATION LIMITED (MARKETING...

123
e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot SIGNATURE & SEAL OF TENDERER 1 | Page INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) PUNJAB STATE OFFICE ENGINEERING DEPARTMENT INDIAN OIL BHAWAN, PLOT NUMBER-3A, SECTOR 19 A MADHYA MARG, CHANDIGARH 160 019 TECHNICAL / COMMERCIAL BID Name of Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot Tender No.: PSO/ENG/LT-26/2013-14 Due Date & Time of Submission: 14.10.2013 (1500 Hrs) Completion Period: FOUR MONTHS from the 10 th day from date of order or date of handing over of site, whichever will be earlier

Transcript of INDIAN OIL CORPORATION LIMITED (MARKETING...

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 1 | P a g e

INDIAN OIL CORPORATION LIMITED

(MARKETING DIVISION) PUNJAB STATE OFFICE

ENGINEERING DEPARTMENT INDIAN OIL BHAWAN, PLOT NUMBER-3A, SECTOR 19 A

MADHYA MARG, CHANDIGARH –160 019

TECHNICAL / COMMERCIAL BID

Name of Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot Tender No.: PSO/ENG/LT-26/2013-14

Due Date & Time of Submission: 14.10.2013 (1500 Hrs)

Completion Period: FOUR MONTHS from the 10th day from date of

order or date of handing over of site, whichever will be earlier

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 2 | P a g e

INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) PUNJAB STATE OFFICE

LIST OF DOCUMENT ENCLOSED (INDEX)

S. NO. PARTICULARS PAGE NO.

1 Cover Page 1

2 List of Documents (Index) 2

3 Important Instruction on Tin & Service tax 3

4 Check list to Bidders 4 4 Annexure-I 5 5 e- tender notice 6-9 6 Scope of work 10 7 Notes for Price Bid 11 8 Schedule of Item & Rates (SOR) 12-18 9 Important Guidelines to Tenderer 19-23

10 Additional Instruction to Tenderers 24-27 11 Special Terms & Conditions 28-34 12 Proforma for Black / Holiday listing 35 13 Proforma for Performance Evaluation of Contractors 36-37 14 Form of Contract 38-39

15 Indemnity Bond Undertaking for PF - Proforma A & B 40-43 16 Declaration 44-45 18 Declaration A, B & C 46 19 Declaration on Child labour 47 20 Proforma Indemnity Bond For Lost Deposit Receipt 48 21 Particulars Conditions of Contract 49-57 22 Conditions of Pipeline Works 58-64 23 Materials Specifications, Safety Rules, Painting Specifications 65-119

24 Approved Vendors List 120-126 25 Copies of Test Records & Register 127 26 Format of Envelope 128 27 General Conditions of Contract (GCC) AミミW┝┌ヴWげCげ 28 Safety Practices During Construction AミミW┝┌ヴWげDげ

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 3 | P a g e

IMPORTANT INSTRUCTION TIN and Service Tax Registration is mandatory. If bidders do not have TIN of the State (Punjab / J&K / HP /UT of Chandigarh as the case may be) where the work is to be carried out, same shall be obtained within six (6) weeks from the date of award of work. Please note that in no case payment shall be released without TIN of the State / UT where work is executed.

Therefore, it is advised that parties having TIN no. of the concerned State / UT or who are sure of obtaining TIN no. should only quote.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 4 | P a g e

CHECK LIST FOR BIDDERS

For the benefit of the bidders, we are giving below a summary of check list which the bidders are requested to ensure before submission of their bid in soft form and before submitting the EMD and other requisite documents in tender box by due date and time at the address mentioned in tender document/notice.

S. No.

DOCUMENTS TO BE CHECKED

1 All pages of Tender documents are digitally signed using digital signatures depending on the requirement and facility available on e-tender website.

2

Following documents are to be sent to IOCL, Punjab State Office Address inside envelope (format attached with this tender document).

(a). Original instrument of EMD instrument (BG /DD /Pay Order) or photocopy of Exemption letter or copy of CR of permanent EMD against empanelment as the case may be.

(b).Original affidavit duly attested by Magistrate/ Notary that the party is not Black/Holiday listed is attached.

(c). Original Undertaking as per Annexure-I on letter Head

Note: The scanned copies of above documents are to be uploaded on e-tender website along with other documents.

It is certified that in case of canvassing of information or submission of forged or false documents/ information by the tenderer shall make the offer invalid besides forfeiture of EMD amount and putting the tenderer on HOLIDAY list.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 5 | P a g e

Annexure-I

UNDERTAKING BY THE TENDERER

(To be submitted on LETTER HEAD and signed by the same person who is signing the Bid. Scanned copy to be uploaded as a part of tender document) Name of Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot Tender No.: PSO/ENG/LT-26/2013-14 We confirm that we have quoted/ accepted the rates in this tender/work order considering the following:

a. Minutes of Pre-bid meeting b. Tender Schedule and scope of work c. Important Guidelines to tenderers d. Particular conditions of contract. e. Additional Instructions to Tenderers f. General Conditions of Contract g. Safety practices during construction h. Special terms and conditions of the tender i. Price bid (BOQ) sheets j. Drawings, Technical specifications, all other documents in this tender/work order k. Geographical area of work, logistics of site, other site conditions, availability of materials and all

terms & conditions of the tender

We _______________________ (Name of the Tenderer) hereby confirm that we have fully read and thoroughly understood the tender requirements and accept in toto all terms and conditions of the tender including all corrigendum/addendum issued, if any. Our offer is in confirmation to all the terms and conditions of the tender including all corrigendum/addendum, if any and minutes of the pre-bid meeting. In the event of award of contract to us, the complete tender document shall be considered for constitution of Contract Agreement.

SIGNATURE OF THE CONTRACTOR/ HIS AUTHORIZED REPRESENTATIVE

Name & Address of Tenderer Seal

Date: ---------------------- Place: --------------------

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 6 | P a g e

INDIAN OIL CORPORATION LIMITED ((MARKETING DIVISION) PUNJAB STATE OFFICE, ENGINEERING DEPARTMENT

INDIAN OIL BHAWAN, PLOT 3A, MADHYA MARG, SECTOR 19A CHANDIGARH – 160 019

e-TENDER NOTICE

Indian Oil Corporation Limited, Punjab State Office, Chandigarh invites e- tenders in single bid system (Technical /commercial Bid ) from reputed technically competent, quality conscious, empanelled / approved parties for the job. Parties are advised to download Notice Inviting Tender along with other tender documents from the e-tendering portal https://iocletenders.gov.in. While the tender shall be submitted online in soft copy on our e-tendering portal, the Earnest Money Deposit has to be submitted by dropping it in the Engineering Department Tender-box before the due date and time as mentioned in tender schedule failing which the tender shall be summarily rejected. The scanned copies of EMD (DD/BG or exemption certificate in case of NSIC or exempted categories of bidders) and other required documents in support of their credentials are to be has to be uploaded along with the tender documents in the appropriate link.

S. No.

Description Details

1 Name of Work Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR

Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

2 Tender No PSO/ENG/ LT-26/2013-14 3 Estimated Cost-Rs Rs. 22,42,376.00 4 Validity Of Tender 4 Months from the date of opening of the Price bid

5

Completion period FOUR MONTHS from the 10th day from date of LOI / work order or date of handing over of site, whichever is earlier. In case site is not taken over by contractor within 10 days from date of work order. The work is required to be carried out in the operating Bulk petroleum Depot and the petroleum products handled frequently by way of receipt and delivery to tank trucks by filling them at Tank Lorry Filling. The job also involves hot work on pipelines, tanks and other facilities. The job shall not be carried out in safe working surrounding. There may be possibility that the work front is not available due to operational constraints and in such event, there would be halt of work which bidders may quote. The completion period of FOUR months shall be reckoned after reducing the non working period on account of non-availability of facilities i.e. Tank, TLF Bay, TLF shed structure or pipeline portions as the case may be for carrying out the job. The contractor shall be

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 7 | P a g e

given one month as last One month for completing the work from the handing over date of last facility (Tank/TLF Shed/TLF Bay/pipeline Portion) for carrying out the job. The total Completion period shall not be beyond 31.03.2014. The time extension shall be granted on mutual consent if the contractor so desires to work beyond 31.03.2013 in case the work front is provided upto 31.03.2014.

6

EMD Rs. 22,424/- (Rs. Twenty Two Thousand Four Hundred Twenty Four only) PAYABLE BY WAY OF DEMAND DRAFT / PAY ORDER IN FAVOUR OF INDIAN OIL CORPORATION LTD (Marketing Division) PAYABLE AT CHANDIGARH No interest shall be paid on EMD. The name of the party and tender number shall be mentioned on the back of DD. (a). Central/State PSUs/ JVs of IOC/ Firms registered as per MSME Act 2006 (or erstwhile NSIC registered parties) will be exempted for submission of EMD. (b). The empanelled parties who have already requisite permanent EMD against their empanelment, need not to submit EMD in form of DD/Pay Order. However, a copy of CR of permanent EMD is to be uploaded on website and one copy to be submitted along with other documents by due date. Tender without EMD as above shall be out rightly rejected.

7 Downloading of Tender a Starts on 03.10.2013 (1100 Hrs) b Closes on 14.10.2013 (1200 Hrs) 8 Submission of Bids a Starts on 03.10.2013 at 1200 Hrs b Closes on 14.10.2013 at 1500 Hrs 9 Opening of Bids 14.10.2013 (1530 Hrs)

SERVICE TAX NUMBER: It is mandatory that the parties should be registered with Central Excise Department, and must possess valid Service Tax registration Number. However, the service tax is not applicable for the locations of J&K. 5. TIN: It is mandatory that the parties have valid TIN of the state of J&K. If bidders do not have TIN of the State of J&K, same shall be obtained within six (6) weeks from the date of award of work. Please note that in no case payment shall be released without TIN of the State of J&K. Therefore, it is advised that parties having TIN of the state of J&K or who are sure of obtaining TIN of state of J&K should only quote.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 8 | P a g e

6. PERMANENT ACCOUNT NUMBER (PAN): The parties should have valid permanent account number (PAN) under the income tax laws. 7. EARNEST MONEY DEPOSIT (EMD): The EMD shall be deposited in the form of DD/Pay order/Bank Guarantee only in favour of Indian Oil Corporation Ltd. (MD) payable at Chandigarh. a. Central/State PSUs/ JVs of IOC/ Firms registered as per MSME Act 2006 (or erstwhile NSIC

registered parties) will be exempted for submission of EMD. b. Those empanelled parties who have already submitted requisite permanent EMD against their

empanelment, need not to submit EMD in form of DD/Pay Order. However, a copy of CR of permanent EMD is to be uploaded on website and one copy to be submitted along with other documents by due date.

Tender without EMD as above shall be out rightly rejected. 8. LIST OF DOCUMENTS TO BE ATTACHED: The scanned copies of following documents should also be attached with the technical/commercial bid which has to be verified with original: a. Undertaking on letter head as per Annexure-I

b. An affidavit duly attested by Magistrate/Notary that party is not black/holiday listed as per format

attached in the tender document.

c. EMD (DD/Pay Order/BG) instrument or exemption certificate in case of NSIC or exempted category of bidders.[Original EMD (DD/Pay Order/BG) or photocopy of exemption certificate or copy of CR of permanent EMD against empanelment to be sent/dropped in tender box before due date]

9. AVAIALABILITY OF TENDER DOCUMENTS: Tenderers can download the tender from our e-tendering portal https://iocletenders.gov.in free of cost using their Digital signature certificate and registered login ID. Tender document are non-transferable and tender has to be submitted by the party in whose name tender has been downloaded from tender website. Tenderers who do not meet the qualifying norms mentioned above need not submit their offer as their offer will be summarily rejected without any further reference to them.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 9 | P a g e

Tenderers should submit requisite EMD in form of Original Demand Draft/Pay order/BG in favour of Indian Oil Corporation Limited, payable at Chandigarh or Bank guarantee or photocopy of exemption certificate. The EMD (Original BG/ DD/Pay Order ) or photocopy of exemption certificate kept in a sealed envelope super scribed with tender no. and due date should be submitted within due date & time in the Engineering Tender box only kept at the following address: DY. GENERAL MANAGER (ENGINEERING)

INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) PUNJAB STATE OFFICE, ENGINEERING DEPARTMENT

INDIAN OIL BHAWAN, PLOT 3A, MADHYA MARG, SECTOR 19A CHANDIGARH に 160 019

It shall be the responsibility of the tenderer to ensure that the EMD (Original BG/ DD/Pay Order) or photocopy of exemption certificate or copy of CR of permanent EMD against empanelment is dropped in the designated tender box before the due date and time. Indian Oil Corporation Limited shall not be responsible for any delay arising out of EMD sent by post or courier and not found in the tender box at the time of tender opening.

10. PRE BID MEETING:

The pre-bid meeting has been called as mentioned in the tender schedule. The intending parties can seek clarifications on the work. 11. VERIFICATION OF DOCUMENTS:

a. Tenderers or their authorized representative shall be required to come to our office on are

required to report to our office on stipulated dates along with all original documents, scanned copies of which have been submitted with the e-tender towards their qualification.

b. Failure on part of the tenderer to report on specified date and time may result in rejection of the tender submitted without further communication.

c. Authorized representative of IndianOil, if required, prior to qualifying may carry out field visits to verify the credentials claimed by the tenderer. The tenderer shall extend necessary co-operation to facilitate the visits.

d. Tenderer should be in a position to produce all the original documents and/or any other

information as and when required by Indian Oil. e. Incomplete Tenders are liable for rejection without any further communication to the

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 10 | P a g e

tenderer and decision of Indian Oil in this respect will be final.

f. Any party submitting the false or forged documents may be put on Holiday List for works in Indian Oil Corporation Limited or any other action as deemed fit.

g. Indian Oil reserves the right to reject any or all tenders without assigning any reasons thereof.

12. Special Instructions to the Bidder for participating in e-tender Tenderers are advised to download Notice Inviting Tender along with other tender documents from the e-tendering portal https://iocletenders.gov.in free of cost using their digital signature & registered used ID. While the tender shall be submitted online in softcopy on our e-tendering portal, the earnest Money Deposit has to be submitted by dropping it in the Tender-box (as per instruction, if applicable) before the due date and time of tender submission failing which the bid shall be summarily rejected. A scanned copy of the instrument DD/BC or exemption certificate in case of NSIC or exempted category has to be uploaded along with clear scanned copies of required documents to substantiate the claim towards their credentials along with the tender documents in the appropriate space. Indian Oil Corporation Ltd has developed a secured and user friendly system through National Informatics Center (NIC), which enables Vendors/ Bidders to Search , View, Download tenders directly and also enables them to participate & submit Online Bids on the e-tendering site https://iocletenders.gov.in in a secured and transparent manner maintaining confidentially and security throughout the tender evaluation process. Bidders should have Class III Digital Certificate from any of the authorised Certifying Authorities in India (For details regarding Digital CerデキaキI;デW Pヴラ┗キSWヴ ヮノW;ゲW ヴWaWヴ デラ ヮラキミデ Β ラa さIミaラヴマ;デキラミ ;Hラ┌デ D“Cざ ラミ デエW エラマW ヮ;ェWぶく Aノノ キミデWヴWゲデWS HキSSWヴゲ ;ヴW ヴWケ┌WゲデWS デラ ヴWェキゲデWヴ デエWマゲWノ┗Wゲ ┌ゲキミェ デエW ノキミニ さClick here to Enrollざ ラミ デエW エラマW ヮ;ェW ;ミS Wミヴラノノ デエWキヴ Sキェキデ;ノ IWヴデキaキI;デW S┌ヴキミェ their first login attempt. Once a digital certificate is registered to a user it cannot be removed or de-activated under any circumstances. It is advised to take extreme precaution while mapping digital certificate to a particular user profile. Bidders are requested to read following conditions in conjunctions with various conditions, wherever applicable appearing with this bid invitation for e-Tendering. The conditions mentioned herein under shall supersede and shall prevail over the conditions enumerated elsewhere in the tender documents.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 11 | P a g e

1.0 Procedure to submit On-line Bids

For this purpose, Vendors/Bidders are advised to read the instructions available in the homepage of the portal where detailed procedure for submission of bids is available under the seIデキラミ さBidders Manual Kitざく 2.0 Tender Search Aノノ デWミSWヴゲ ;┗;キノ;HノW ラミ デエW ┘WHゲキデW I;ミ HW ゲW;ヴIエWS H┞ ┌ゲキミェ デエW さ“W;ヴIエ AIデキ┗W TWミSWヴゲざ マWミ┌ ┌ミSWヴ BキSSWヴげゲ ヮヴラaキノWく UゲW ;ミ┞ ラa デエW ゲW;ヴIエキミェ IヴキデWヴキ; デラ ゲW;ヴIエ ┞ラ┌ヴ デWミSWヴく Fラヴ ; ヴWaキミWS ゲW;ヴIエが WミデWヴ Wラヴニ TキデノW ┌ミSWヴ さKW┞┘ラヴSゲざ ;ミS IノキIニ “┌Hマキデく TエW キミデWミSWS デWミSWヴふゲぶ ゲエラ┌ノS HW IエWIニWS ;ミS ゲ;┗WS ;ゲ さF;┗ラヴキデWざ H┞ IノキIニキミェ ラミ デエW IエWIニ Hラ┝く TエW HキS ゲ┌Hマキゲゲキラミ ヮヴラIWゲゲ ┘キノノ ゲデ;ヴデ H┞ IノキIニキミェ デエW マWミ┌ さM┞ TWミSWヴゲざく 3.0 Size of the Documents It is advised that the bidder should arrange the document (s) to be uploaded for a single packet so that the total size of the documents (s) is less or equal to 10 MB. Additional 20 MB of space ┌ミSWヴ ゲWIデキラミ さM┞ “ヮ;IWざ キゲ ;┗;キノ;HノW デラ ┌ヮノラ;S エキェエ ┗ラノ┌マW SラI┌マWミデゲが ゲ┌Iエ SラI┌マWミデゲ I;ミ be tailラヴWS ;ゲ ヮWヴ TWミSWヴげゲ ヴWケ┌キヴWマWミデく Tラ キミIノ┌SW aキノWゲ aヴラマ さM┞ “ヮ;IWざ デラ デエW HキSが ゲWノWIデ さYWゲざ aラヴ さOther Important Documentsざ ;aデWヴ EMD details. 4.0 Preparation of Bid Documents The documents to be uploaded should be in the same format as asked in the e-Tender. Price Bid has to downloaded and saved in the exact format available in the website (i.e. Microsoft 97-2003 Workbook). All relevant details and quotes are to be filled in the same file/sheet (BOQ_1234.xls). It is requested to use the same file for uploading. Any change in the File name, Sheet name or both will restrict uploading of the Price Bid. If any bidder includes any additional worksheet containing information/conditions in the BoQ (Price Bid) excel file on their own, the same shall be ignored during evaluation of the bid. 5.0 Uploading and Confirmation

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 12 | P a g e

Bid along with all the copies of documents should be submitted in the electronic form only through Indian Oil e-tendering system. Bidder has to ensure that their bid submission is complete in ;ノノ ヴWゲヮWIデ H┞ IノキIニキミェ ラミ デエW けF‘EE)E BID “UBMI““IONげ H┌デデラミく Aミ┞ ヴW┗キゲキラミ ラヴ ;マWミSマWミデ キミ HキS ゲエ;ノノ HW ヮラゲゲキHノW ;aデWヴ デエW さF‘EE)E BID “UBMI““IONざ H┌デデラミ キゲ IノキIニWS ラミノ┞ till the due date and time of submission of tender. Bidder in turn will receive an acknowledgement against his/her bid submission. 6.0 Help Desk Bidders may contact the following resource persons for any assistance required in this regard.

Mr. Shashi Noida 8130634323 Mr. Sawan Noida 8130269544

Mr. Ankit Gurgaon 9717983330 Mr. Atul Mumbai 9920638636

Mr. Vikrant New Delhi 9999188919 Mr. Ashwani Mumbai 8879414448

Mr. Manu Gurgaon 9711276525 Mr. Ravi Kolkata 8981665512

Land Line No. : +91-124-2861244 Email-id : [email protected] 7.0 Special Note Bids can only be submitted before the last date and time of submission as per the date and

time mentioned in the e-tender. Resubmission (if required) of bid should be completed within the stipulated date and time. The system time (IST) displayed on e-tendering web page shall be considered as the reference time for all transactions and no other time shall be taken into cognizance.

Bidders are advised in their own interest to ensure that bids are uploaded and submitted

successfully in e-tendering system well before the closing date and time of bid. No physical bid shall be accepted. IndianOil does not take any responsibility in case bidder fails to upload the documents in

the portal within specified time. IndianOil will not be responsible for any delay under any circumstances for non-receipt of

Tenders / submission of filled in tender documents by due date & time.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 13 | P a g e

BキSSWヴゲ ;ヴW ヴWケ┌WゲデWS デラ ヮヴラ┗キSW IラヴヴWIデ さW-M;キノ ;SSヴWゲゲざ ;ミS さMラHキノW Nラくざ aラヴ ヴWIWキ┗キミェ updates related to e-tender from time to time.

13. SELECTION CRITERIA OF CONTRACTOR The selection criteria of successful contractor shall be as below:- a. Only the technical bids of all the parties submitting their tenders before due date and time,

shall be opened on the due date & time of opening. The offers shall be technically evaluated based on the qualifying parameters mentioned in the tender documents. The price bid of only those parties shall be opened who are found to be technically qualifying as per qualifying parameters.

b. The lowest rate shall mean the lowest acceptable rate quoted by the L-1 party (with or

┘キデエラ┌デ ミWェラデキ;デキラミゲ ;ゲ デエW I;ゲW マ;┞ HWぶが ;aデWヴ aラノノラ┘キミェ デエW Cラヴヮラヴ;デキラミゲげ ヴ┌ノWゲ ラミ デエW procedure of bid comparison.

c. The work shall be awarded to the bidder who have quoted lowest rate (L-1).

d. In case more than one tenderer quote the same percentage (tie), then following shall also

be considered: The tenderer with highest average annual turnover in financial years 2009-10, 2010-11 & 2011-12 shall be considered as lowest party (L1). It shall be the responsibility of the party to ensure filling of correct turnover figures in the table mentioned in the statement of credentials of the bidders. No upward revision in turnover figures shall be allowed by the party later on under any circumstances. However, corporation can do downward revision in turnover figures if found so during verification with originals. The average annual turnover shall be calculated by dividing the sum of the annual turnover of these three financial years by three. If a party fails to submit turnover of any one year, the sum of annual turnovers of remaining year(s) shall be divided by three years to arrive at average turnover figure.

Incomplete Tenders are liable for rejection without any further communication to the tenderer and decision of Indian Oil in this respect will be final. Any party submitting the false or forged documents may be put on Holiday List for works in Indian Oil Corporation Limited or any other action as deemed fit. Indian Oil reserves the right to reject any or all tenders without assigning any reasons thereof. 14. AREA AND LOCATIONS OF WORK:

The work shall be carried out at following Zewan (Srinagar) Depot.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 14 | P a g e

BRIEF SCOPE OF WORK Name of Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot 1. Construction of Cable bridge fabrication to the height of TLF shed including Civil Jobs for carrying the

Automation Cables from Control room to TLF bays as per specifications and instructions. The design/fabrication drawing shall be provided by IOCL for the cable bridge.

2. Providing and Laying Hume Pipes across the roads for cable laying as per specifications and instructions.

3. Handling, Aligning, Erecting, Laying and welding hydrotesting of above Ground API 5L ERW pipe of

HSD header/ distribution lines on TLF shed structure along with pipeline route as decided by site engineer.

4. Handling, Aligning and Welding of SORF/BLRFs, making joints with supply of all necessary gaskets,

fasteners.

5. Handling, Aligning and fixing the corporation supplied CS gate valves/ Ball Valves/Non-Return Valves or any other equipment as required to be fitted.

6. Carrying our hydrostatic testing of pipelines at pressure of 10.5 Kg/Sqcm including making arrangement of same. The water shall be supplied by IOCL for this purpose.

7. External Painting of Pipelines as per specified painting scheme.

8. Fabricating and welding steel structural supports of pipelines, platforms for installation of various equipments or any other structure works on TLF structure as per instructions of sit engineer.

9. Cutting the manholes of CRV tanks, fabricating, welding and fixing nozzles for installation of radar

gauges, overspill switches and temperature switches as per specifications and instructions.

10. Cutting the manholes of IFR tanks, fabricating, welding and fixing nozzles for installation of radar gauges, overspill switches and temperature switches.

11. Cutting Welding, fabricating and fixing manhole covers of ethanol tanks with two nos 150mm dia nozzles /reinforcement pad plates and one no. 50mm size nozzle for overspill switch.

12. Site clearance after completion of works.

13. Testing and commissioning of Pipes modifications system.

14. Any other work required for successful completion of job. NOTE:- Unless otherwise specified, all materials(except steel plates which shall be supplied by IOCL), labourers, tools, tackles, equipments, transportation etc. shall be provided by the tenderer only to complete the project in all respect.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 15 | P a g e

NOTES FOR PRICE BID

1. THE TENDERER SHALL QUOTE PERCENTAGE ABOVE OR BELOW OVER THE ENTIRE

SCHEDULE OF RATES, WHICH SHALL BE UNIFORMALLY APPLICABLE TO ALL ITEMS OF TENDER DOCUMENTS FOR SUBJECT PROJECT AND HAS NO OPTION TO QUOTE PERCENTAGE IN ANY OTHER MANNER.

2. The tenderers are required to visit the site, thoroughly read the technical specifications, description in schedule of rate, drawings & study / acquaint themselves with the logistic of the location of work very carefully while quoting the rates.

3. USE APPROPRIATE COLUMN FOR QUOTING PERCENTAGE ABOVE OR BELOW IN THE ABOVE TABLE.

4. All the rates given in Schedule of Rates are inclusive of all taxes(Except Service Tax), Octroi, levies, transportation, any taxes imposed by Govt. / local authorities till completion of the project, new duty etc. and no extra cost will be paid unless otherwise specifically mentioned in the scheduled of rates. Service Tax shall be paid extra as per Service Tax rules.

5. The Corporation shall be within its right to execute or not to execute or to partially execute any of the items as mentioned in the schedule of rates. WE HAVE READ AND UNDERSTOOD THE TENDER DOCUMENTS AND THEN HAVE QUOTED THE ABOVE PERCENTAGE.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 16 | P a g e

FORM OF TENDER (To be filled up by the Tenderer) Serial No. Date: From To Indian Oil Corporation Ltd. (MARKETING DIVISION) _______________________________________ Tender No. Dear Sirs, Having examined the Tender Documents consisting of the Tender Notice, General Instructions to Tenderers, General Conditions of Contract, Special Instructions to Tenderers, Special Conditions of Contract, Specifications, Plans (Exhibits _____________ to __________), Drawings (Exhibits _______ to __________ ) Time Schedule, Form of Contract, Form of Schedule of Rates, and Addendum(a) to the Tender Documents, and other documents attached with the tender and having understood the provisions of the said Tender Documents, Clause of `Project M;ミ;ェWマWミデげ under `Special Termゲ ;ミS CラミSキデキラミげ and having thoroughly studied the requirements of Indian Oil Corporation Ltd. relative to the work tendered for in connection with the ___________________________________(Name of the Project) and having conducted a thorough study of the job site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power, water, material and equipment availability, the transport and communication facilities, the availability and suitability of borrow areas, the availability of land for right of way and temporary office accommodation with deployment of one dedicated site engineer (Engineering degree holder having minimum experience of 3 years OR Engineering Diploma holder having minimum experience of 5 years), Site Office with Power connection, Computer and Printer/Scanner, MS Project as Project Management Software and all other facilities and things whatsoever necessary for or relative to the formulation of the tender or the performance of work, I/we hereby submit my/our tender offer for the performance of proposed work in accordance with the terms and conditions and within the time mentioned in the Tender Documents. In consideration of the sum of Rupee 1/- (Rupee one) only paid to me/us by Indian Oil Corporation Ltd., by adjustment in the price of Tender Documents, I/We further undertake to keep my/our this tender offer open for a period of not less than 4 (four) months from the scheduled date of opening of Tenders as specified in the General Instructions to Tenderers forming part of the Tender Documents. I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of our Directors (in the case of a Company) was/were employed as Directors of Indian Oil Corporation Ltd., during the period of 2 (two) years immediately preceding the date hereof OR I/We hereby declare that I/Shri ____________________one of our partners (in the case of partnership firm/Directors in the case of a Company) was employed as a Director in Indian Oil Corporation Ltd., during the period of 2 (two) years immediately. Preceding the date hereof and that I/Shri ______________________ have/has obtained previous permission of Indian Oil Corporation Ltd. to make this tender. I/We have annexed to this Bid the following documents:

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 17 | P a g e

(i) Schedule of Rates in the prescribed form. (ii) Original Power of Attorney or other proof of authority of the person who has signed the Tender OR copy of Power of Attorney attested by a Gazetted Officer or a Notary Public in proof of the authority of the person who has signed the Tender. (iii) Original Income Tax Assessment Order OR copy of Income Tax Assessment Order duly attested by a Gazetted Officer/Notary Public. (iv) Information regarding tenderer in the form annexed to the Form of Tender. (v) Information regarding experience of the tenderer in the performance of work of a comparable nature in the form annexed to the Form of Tender. (vi) Information regarding construction organization and equipment in the form annexed to the Form of Tender. (vii) Set of Tender Documents, as issued duly signed. (viii) Additional Documents if any. I/We hereby undertake that the statements made herein/information given in the Annexures referred to above are true in all respects and that in the event of any such statement or information being found to be incorrect in any particular, the same may be construed to be a misrepresentation entitling Indian Oil Corporation Ltd. to avoid any resultant contract. I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its inspection, original(s) of the document(s) of which copies have been annexed hereto. I/We confirm having deposited Earnest Money of Rs.____________ (Rupees______________) as detailed hereunder (Strike off whichever is not applicable) (Signature(s) of the Tenderer(s) Name & Designation of authorised person signing the Tender on behalf of the Tenderer (s) Full Name and address of the Bidder(s) Witness : Signature : Name : Occupation :

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 18 | P a g e

IMPORTANT GUIDELINES TO TENDERERS

1. The cost of tender document is Nil. Party can upload only one bid.

2. The finally selected party shall have to execute „Form of Contract‟, indemnity bond and declarations on requisite value of Stamp Paper and will have to sign and stamp on each & every page of tender booklet including „GCC‟ and „Safety Practices During Construction‟ as token of acceptance of work order.

3. Sh. Mohammad Shoyeb, Dy.Manager(Engg), Jammu DO and Shri. R.P. Singh, Manager (Engg), PSO shall be Site Engineer and Engineer in Charge respectively for the subject project. The Corporation may change the representative for supervision of work during currency of the contract and may or may not appoint third party / any other agency to supervise the job. The party will have to abide by the instructions given by authorized representative of the Corporation as well as any third party appointed by IOCL if any.

4. All the tenderers shall have to submit EMD instrument of requisite amount along with the tender as explained as explained in e-tender notice. EMD shall be refunded to all unsuccessful tenderers on submission of original cash receipt after acceptance of order by successful tenderer. No interest shall be payable on the EMD amount so deposited along with the tender.

5. Successful tenderer shall have to complete tender formalities within 10 days from the date of placement of work order failing which the party shall not be considered without any reference and his EMD amount shall be forfeited as per Corporation‟s rule.

6. The schedule completion time for this contract shall be as mentioned in tender schedule. Tenderers shall have to keep offer / rate quoted valid for a minimum period of FOUR (4) months from the date of opening of this tender.

7. The successful party shall have to submit the BAR CHART mentioning activities & their

completion schedule in line with completion period. The contractor shall submit shop drawings wherever required and the same shall be approved by the Engineer-in-charge before execution of work.

8. The contractor is bound to execute all items (whether mentioned in the tender or otherwise)

required for proper completion of work. In case where a specification of any item is not provided, CPWD specifications / other specifications shall be applicable with approval of Engineer -in-charge.

9. The tender is on Percentage Basis i.e. the rates are to be quoted in the form of percentage above

or below the schedule of rates offered by the Corporation. The rates quoted by the party shall be uniformly applicable to all items of schedule of rate.

10. Unless otherwise specified, all item rates are inclusive of all materials, labour cost, transportation inclusive of all types of taxes, Royalties, tools/plants, site fencing materials, lighting arrangement, site office, store etc. complete in all respect.

11. The rate once accepted by the successful bidder shall remain firm during the currency of the contract and Corporation shall not entertain any consideration of rate/cost escalation clause on whatever ground under any circumstances.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 19 | P a g e

12. If at any time it is found that any quantity is paid in excess, same shall be recovered from the

subsequent bills / SD / any pending dues. Quantities paid under any items in running bill shall not constitute having completed and accepted by IOCL & If the jobs are found off specification later on, the same shall be rectified & replaced by the party without any extra cost to IOCL.

13. The final bill shall be paid only after completing all contractual formalities including rectification

work, if any, submitting copies of invoices in contractor‟s name & location, test reports / certificates, statutory formalities including challans of PF remittance and submission of records/register maintained by the contractor pertaining to labours as required by labour laws, signing of Measurement Book and Corporation Service Entry Sheet and duly accepted by Acceptance Committee visit nominated by IOCL(if required). Acceptance Committee visit, in general, shall be arranged within 10 days after completion of work duly acknowledged by Engineer-in-charge of IOCL.

14. The date of completion of work shall be taken as the date accepted by Engineer in Charge of the

project after completion of works. 15. Experienced Site Engineer/s in line with „Project Management‟ Clause (if applicable) shall be

appointed & positioned by the successful bidder before start of work. Party shall have to submit a copy of degree / diploma of the site engineer/s with endorsement on his letterhead along with signature of the site engineer/s & recent passport size photograph duly attested by the party, before start of the work.

16. Corporation shall deduct any taxes/levies etc from the contractor‟s bill as per prevailing rules of

Central / State Govt.

17. Following methodology shall be adopted for finalization of L1 party for the tender:

a) Based on the quoted Percentage, a panel of parties will be prepared in the ascending order of their quoted rates & party with lowest quoted rates shall be declared as L1 party.

b) In case more than one tenderer quote the same percentage (tie), then following shall also

be considered: For already empanelled parties: In case more than one tenderer quote the same percentage,

then the tenderer with highest average annual turnover for the financial years 2008-09, 2009-10 & 2010-11, in the merit list of parties empanelled against public tender no. PSO/ENG/PT-04/2011-12 shall be L1 party. It implies that the position of the party shall be based on the average annual turnover as per the audited balance sheets as submitted by the party at the time of empanelment.

For non empanelled parties: The tenderer with highest average annual turnover in Financial years 2008-2009, 2009-10, 2010-11 shall be considered as lowest party (L1). For this, all the non empanelled parties shall have to mandatorily submit / fill the turnovers as per their audited balance sheets for financial years 2008-09, 2009-10 & 2010-11 in the following table. It shall be the responsibility of the party to ensure filling of correct turnover figures in the table. No upward revision in turnover figures shall be allowed by the party later on under any circumstances. However, corporation can do downward revision in turnover figures if

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 20 | P a g e

found so during verification with originals. The average annual turnover shall be calculated by dividing the sum of the annual turnover of these three financial years by three. If a party fails to submit turnover of any one year, the sum of annual turnovers of remaining year(s) shall be divided by three years to arrive at average turnover figure.

Turnover in 2008-09 (in Rs.) Turnover in 2009-10 (in Rs.) Turnover in 2010-11 (in Rs.)

The party shall be required to submit / show original balance sheets for the financial years 2008-09, 2009-10 & 2010-11 for verification of above turnovers within 15 days of date of letter sent to the party by the corporation. In case any non empanelled party fails to fill /submit the turnovers of financial years 2008-09, 2009-10 & 2010-11 in the tender & there is a tie, then, the said party shall not be given any further opportunity to submit the turnovers & shall not be considered for evaluation of L1 in the tender.

18. Non-submission of all documents or incomplete submission of any document (ie. Digitally signing

of tender document including Price bid sheet, EMD and other requisite documents as per requirement of e-tender portal for submitting the tender) may result in rejection of the tender. It is, therefore necessary to submit complete tender including the documents (if any) in full, duly filled and signed.

19. THE TENDER SHALL BE OUTRIGHTLY REJECTED ON FOLLOWING GROUNDS:

a. NON-SUBMISSION OR PART SUBMISSION OF EMD INSTRUMENT / NON-

SUBMISSION OF COPY OF CASH RECEIPT OF PERMANENT EMD OF APPROPRIATE CATEGORY AND FINANCIAL SLAB, IN ENVELOPE „A‟

b. CONDITIONAL TENDER / PRICE BID c. PRICE NOT QUOTED IN WORDS d. USE OF WHITE / ERASING FLUID IN PRICE BID e. Tenders uploaded/received late (i.e. after due date and time for opening)

20. It is for the information of the bidder that “negotiations will not be conducted with the bidders as a

matter of routine. However, Corporation reserves the right to conduct negotiations”. In case of negotiations, confirmation of the negotiations should be received from the tenderer within 7 days from the date of negotiations failing which the Corporation reserves the right to ignore the quotation.

21. Original EMD instrument /Exemption letter shall be dropped in tender box of Engineering Department kept at Engineering deptt PSO on or before the due date and time of submission. Such envelopes sent by post/courier by tenderer shall be at the tenderer‟s risk and responsibility and Corporation shall not be responsible for non-submission/delay in submission of tender documents, due to postal/courier delay, in tender box on or before due date and time due to any reason whatsoever. ONLY THOSE TENDERS WHICH ARE UPLOADED IN OUR E-PROCUREMENT SYSTEM/ENVELOPES CONTAINING ORIGINAL EMD INSTRUMENT OR OTHER REQUISITE DOCUMENT IN TENDER BOX ON OR BEFORE DUE DATE AND TIME SHALL BE ONLY CONSIDERED. In case tender is uploaded by due date and time but EMD instrument is not received by due date and time, tender of such bidder shall be rejected. Similarly

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 21 | P a g e

in case EMD Instrument is received by due date and time but tender is not uploaded by due date and time, tender shall be rejected. Date of submission and opening of tender as mentioned in the Tender Schedule shall be final and binding on the tenderer.

22. Even if, Central/State PSUs/NSICs/JVs of IOC are exempted from tender cost/EMD but they shall be required to deposit the Security Deposit and „Price adjustment‟ clause (as mentioned below) shall be applicable to them as per tender conditions.

23. The contractor has to clear the site in all respect after completion of work including all surplus

construction material, machinery, removal of dismantled material as per the instructions of site engineer without any extra cost from the Corporation, until otherwise specified in the tender. All such material shall be appropriately disposed off by the contractor at his own cost, until otherwise specified in the tender.

24. The classification of various items of works for purpose of measurements and payments shall be as per schedule of rates (SOR) and as mentioned in the tender. The rates quoted shall apply to all heights, depth, sizes, shapes and locations and are inclusive of all wastages for satisfactorily completion of works. No floor-wise separation shall be made for the rates. Similarly centering, shuttering, staging, formwork and scaffolding for all heights and shapes required as per drawings and specification, lifting trusses and other lifting techniques shall also be covered by the quoted rates including multi stage propping for heights greater than one floor as per drawings/specifications, unless otherwise defined in the tender.

25. In case of any discrepancy between drawings/documents, if found, the same shall be brought to the notice of the Engineer-in charge and decision of the Engineer-in-charge shall be final and binding to the contractor without any extra cost implication to the IOCL.

26. The specifications may have been divided into different sections / sub-heads for convenience

only. They do not restrict any cross-references. The contractor shall take into account inter relations between various parts of works. No claim shall be entertained on the basis of compartmental interpretations. Specification and descriptions of various items are for identification of material and works to be carried out under them.

27. The work shall be carried out in accordance with the “Good Practices of Construction”. If required, some drawings and designs may be issued to the Contractor by the Site engineer / Engineer-in-charge and the contractor shall not take cognizance of any drawings, designs, specifications, etc. not bearing signature of IOC representative on those drawings and designs. Similarly the contractor shall not take cognizance of instruction given by any other authority except the instructions given by the site Engineer/Engineer-in-charge/ any other authorized IOCL representative in writing.

28. TIN and Service Tax Registration is mandatory. If bidders do not have TIN of the State (Punjab / J&K / HP /UT of Chandigarh as the case may be) where the work is to be carried out, same shall be obtained within six (6) weeks from the date of award of work. Please note that in no case payment shall be released without TIN of the State / UT where work is executed.

Therefore, it is advised that parties having TIN no. of the concerned State / UT or who are sure of obtaining TIN no. should only quote.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 22 | P a g e

29. Project Management Clause: Contractor shall comply with the „Project Management Clause‟, if

applicable, depending on the work as described below. The QA/QC engineer shall be required to plan, record and monitor the daily, weekly and monthly planning and progress of works to facilitate adherence to all schedules. MS- Project the Project Management software for the planning and monitoring reports is to be used. It is also important that a site office which has power, computer and printer/scanner is established by Contractors wherein the Planning reports by planning Engineers shall be required. It is required that following Managers / Engineers are positioned / deployed by the contractor (as mentioned below) at the time of commencement of work, otherwise recovery for non deployment shall be made per month from his bills as under :

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 23 | P a g e

ADDITIONAL INSTRUCTIONS TO TENDERES

1. Incomplete tenders or tenders received late or tender not confirming to terms and conditions prescribed in the tender documents are liable to be rejected.

2. In case the date of issue / receipt / opening of tender happen to be a public holiday, the tender will be issued / received / opened on next working day at stipulated time.

3. The corporation reserves the right to accept any tender in whole or part and reject any tender

without assigning any reason. The decision of the corporation in this regard shall be final. 4. Security Deposit can be paid in from of demand draft/pay order only upto a value of Rs. 1.0 lacs.

If value of Security Deposit is more than Rs. 1.0 lacs, BG shall be considered in the prescribed format as given in the tender.

5. No interest shall be payable on Earnest Money Deposit (EMD) and Security deposit (SD). EMD

and SD shall be released as per Corporation‟s rule. 6. The performance of the tenderer shall be evaluated by the Corporation based on the feedback of

site engineer / engineer-in-charge as per the format enclosed in tender documents. Action against the defaulting contractors shall be taken as per the policy of the Corporation.

7. Merely execution of a particular work shall not be considered as completed work unless until the

same is accepted by the Corporation. For acceptance of work, the Corporation may appoint a committee / third party agency at its absolute discretion.

8. IOCL representative shall have the authority to get the executed work dismantled for verification

/checking of quantity & quality of work as per specifications. The contractor at no extra cost to the Corporation shall rectify the work so dismantled.

9. Only make and models of items mentioned in schedule of rates and Technical

specifications of the tender shall be used at site. Prior approval from site engineer / engineer-in-charge in writing before actual installation / execution of work shall have to be mandatorily received for use of any make and model of material not specified in Schedule of Rates and in technical specifications.

10. The contractor shall have to follow safety practices as mentioned under `Safety practices during

construction‟ as given in tender.

11. After the placement of the order, the successful tenderer shall not be allowed to sublet or assign any part of the work order to any other agency without prior written consent of the Corporation.

12. The successful bidder shall give in writing to the Corporation, the name, address & contact no. of

his authorized person who will supervise the work and shall remain at the sight during execution of the job.

13. CONTRACTOR‟S SCOPE OF SUPPLY: Scope of supply includes all the materials unless

otherwise specifically mentioned in the schedule of rates or in the tender. It will be the responsibility of the contractor to provide at their cost the required manpower, equipments,

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 24 | P a g e

machinery and materials, so as to complete the work as per drawings and specifications. All the materials to be used at site must correspond to IS specifications.

14. If a contractor brings defective/sub standard material at site, it shall be the responsibility of the Contractor for the removal and disposal of the same at his own cost. The Corporation shall not entertain any claim by the contractor on this account. In case, Contractor fails to remove such materials within 15 days after issue of notice in writing, the Corporation reserves the right to dispose off such materials at the entire risk and cost of the Contractor.

15. TESTING OF WORKS/MATERIALS: The contractor if so desired by the Corporation shall

arrange to test the materials used for the works as per instructions from the Corporation/ consultants e.g. cube test, slump test, brick, Paver, soil, GSB etc. and the materials to be used in the works to meet its specification as per prevailing codes of the Bureau of Indian Standards at no extra cost to the Corporation, from the agencies as approved by site engineer / Engineer in Charge.

16. Work Order quantities are estimated/projected quantities; however payment shall be made as per

the actual measurements. The contractor is not entitled for any compensation towards excess materials procured / stored at site.

17. SAFETY: All safety precautions and regulations should be strictly adhered to at no extra cost to

the Corporation. 18. ELECTRICAL WORKS: All electrical works should be carried out through licensed electricians

only. 19. LABOUR LAWS-INDEMNITY BOND/ UNDERTAKING: The successful contractors shall have to

give an Indemnity Bond/Undertaking to the Corporation in the prescribed form (Format „A‟ or 'B' as applicable) for covering the provisions of the following statutes upto the latest amendments as applicable. a. Minimum Wages Act, 1984. b. Equal Remuneration Act, 1978. c. Inter-state Migrant Workman (Regulation of Employment & Conditions of Services) Act,

1979. d. Contract Labour (Regulation & Abolition) Act. 1970. e. Workmen‟s Compensation Act, 1923. f. Employees State Insurance Act. g. Provident Fund Act.

Particulars of Registration with appropriate Government Authorities/ Statutory Bodies as mentioned above as applicable should be furnished to the Corporation in receipt of the work order.

20. MINIMUM WAGES: Contractor shall pay the minimum wages statutory payable to the contract labourer working for the job undertaken by them for IOCL. Contractor shall have to show proof to the corporation of having actually paid minimum wages to the labourers as per minimum wages act.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 25 | P a g e

21. Provision of safety belts for workmen working at heights is compulsory. The work men shall have to wear safety shoes, helmets & use other safety equipments as required at site compulsorily without any extra cost to corporation.

22. SALES TAX/WORKS CONTRACT TAX: The contractor must quote the rates including all Taxes,

Statutory levies, Sales tax, Works contract taxes etc. IOC shall not entertain any request for payment of any type of taxes including revision in taxes / levies separately, unless otherwise specified in schedule of rate or work order.

23. SERVICE TAX: Service Tax shall be paid extra as per Government regulations. Presently Service Tax payable is as under:

S. No.

Type of Service Abatement Taxable

Value Rate of

Service Tax

Service Tax Payment Liability

IOCL Contractor

1

Services for New constructions

60% 40% 12.36% 50% 50%

Only in case of J&K State, the Service Tax is presently not applicable and hence shall not be paid.

24. Value Added Tax: The contractor must quote rate including any impact in execution of work due

to imposition of VAT or any other tax liabilities levied by Central Govt. / State Govt. / Municipalities etc. from time to time during contract period.

25. In case of contrary conditions, the conditions / details given in the documents supersedes the

conditions / details in documents in following order: a. SCHEDULE OF RATES (SOR) b. DRAWINGS c. TECHNICAL SPECIFICATIONS d. ADDITIONAL INSTRUCTION TO TENDERER e. SPECIAL TERMS AND CONDITIONS f. PARTICULAR CONDITION OF CONTRACT g. GENERAL CONDITIONS OF CONTRACT

25. The successful party shall have to execute the following documents on a stamp paper as per the

prevailing value as a token of acceptance of the terms and conditions of the Corporation prior to commencement of work:

a) Form of Contract (on non judicial stamp paper of Rs. 100.00) b) Declaration (on non judicial stamp paper of Rs. 20.00) c) Indemnity Bond undertaking for PF (on non judicial stamp paper of Rs. 100.00) d) Joint Paint warranty (on non judicial stamp paper of Rs. 100.00) – to be submitted only in

case of painting works.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 26 | P a g e

26. SAFETY PRECAUTIONS DURING WORK

The contractor has to follow all safety practices at site to ensure no mishap or casualty. In case of any incident noted by site engineer or engineer in charge, the following penalties shall be applicable:

a) Violation of applicable safety, health & environment related norms, a penalty of Rs.

5,000/- per occasion shall be imposed. b) Violation as above resulting in any physical injury, a penalty of 0.5 % of the contract value

shall be imposed (maximum of Rs. 2, 00,000/-) per injury in addition to Rs. 5,000/- as in item (a) shall be imposed.

c) In case of fatal accidents, a penalty of 1% of the contract value (maximum of Rs. 10,00,000/-) per fatality in addition to Rs. 5,000/- in item no. (a) Shall be imposed.

27. QUANTITIES OF WORK

In partial modification of clause 2.6.0.0 of General Condition of Contract, no compensation shall be payable to the contractor in the eventuality of the actual executable quantities being less than 80 % of Total Contract Value (as contained in the SOR).

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 27 | P a g e

SPECIAL TERMS AND CONDITIONS: PART – A

1. PERIOD & ITEM RATE:

i The rates once accepted shall be applicable for entire period of contract till the

satisfactory completion of the work. The rates once fixed for a particular location of Work shall remain firm / unchanged till the expiry of the Contract and no request for Revision of Rates shall be entertained from the successful parties on any reason whatsoever.

ii Schedule of rates shall be read with work description relevant drawings, specifications, general

conditions of contract, safety practices during construction and other terms and conditions of the tender.

2. AREA OF WORKING:

The successful bidder should give in writing to the Corporation, the name, address & contact no.

of his authorized person who will supervise the work and shall remain at the sight during execution of the job. The authorized person should have authority to discuss and take decisions on all aspects pertaining to the ongoing works and for taking measurements, acceptance/signing of running bill/ final bills.

3. PERIOD OF COMPLETION AND PRICE ADJUSTMENT CLAUSE:

a. The time limit for completion of work by contractor shall be as given in the tender schedule. The stipulated time of completion shall be strictly adhered to failing which price adjustment shall be applicable as below: The price adjustment for delay in completion of work order shall be “ 1/2% per week delay or part thereof beyond schedule date of completion subject to max. 10% of value actually executed”.

b. After issuance of the work order, under some unforeseen circumstances, the Corporation may

advise postponement of commencement date or to carry out the work in stages, in such case the time of completion shall be extended suitably depending upon the actual delay/interruptions caused. The Corporation will not however be liable under any circumstances for payment of compensations of any nature to the contractor for such delay or interruptions.

c. If the contractor fails to complete work within the completion period or does not show sufficient progress as per time schedule for completion of the work, the Corporation can terminate the contract by giving 21 days notice by a registered letter. In case the letter is received back due to non receipt or the addressee not available at the address, Corporation reserves the right to carry full or remaining job done through any alternate agency, at even higher rate than the agreed rates and shall recover the difference from the Contractor‟s pending bill/ security deposit /EMD/ any other dues, at the risk, cost & consequences of the contractor.

d. The contractor, if desires, can make an application sufficiently in advance before the completion time, if they anticipate any obstacle/ hindrances in completion of their work. The Corporation

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 28 | P a g e

however shall not be bound to give any extension of time if the delay is on the part of the contractor.

3. ISSUE OF MATERIALS:

a. If any material /fittings are found to be missing or short from the list of materials, the contractor

shall immediately inform the concerned Site Engineer or engineer-in-charge in writing of such shortages. If any material is lost or damaged while in contractor‟s custody, the contractor shall have to make up for the losses / damages.

b. For works at any other site where Corporation has no established premises, the Contractor shall take charge of all the equipment, till handing over back of the completed site to the Corporation.

c. The contractor will not have any legal ownership of materials issued / site handed over for

Corporation‟s works. d. Contractor will preserve MIN/ MRN (for receipt of material from the Corporation/ Return of

balance material to the Corporation after the individual work has been completed) till the submission of final bill for individual works. The consumption of material for work will be settled on the basis of MIN/ MRN. If any material is found short, the Corporation will recover its cost either its book value plus 10% or market rate, whichever is higher.

e. The Contractor on completion of job will hand over the facilities and site to Corporation or its

authorized representative and will have no legal claim of ownership on material, equipment and site.

f. The contractor on completion of job shall handover the facilities & site to the corporation and shall

have no legal rights / claim on ownership of material, equipments & site. 1. DEALING WITH OUTSIDE PARTIES:

a. The contractor shall purchase all material from the market which they require for the work

allotted to them in cash or credit in their own firms name only.

b. If any material has been purchased by the Contractor on credit and payment is not cleared, Corporation on receipt of such complaint from any party shall recover the amount from contractor‟s pending bills or a security deposit, on account of non-clearance of such transactions where Corporation‟s name/ dealing is likely to be adversely affected and may make the payment to the concerned party, which shall be binding on the contractor.

c. Contractor shall purchase material from the authorized agencies and should fulfill all their

obligations of taxes etc. If the Corporation has reasons to believe that any material has been brought to its premises from unauthorized sources, the Corporation may terminate the work order or may refer the matter to police for verification.

In case of any of above violations, the Contractor can be debarred from Corporation and EMD/ SD shall be forfeited for such lapses.

2. COMMENCEMENT OF WORK AND REFUSALS:

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 29 | P a g e

a. The contractor shall have to start the work from the date as given in tender schedule.

b. It is mandatory on the part of the contractor to submit the duplicate work order book duly signed &

stamped on all pages and completion of all formalities within 10 days from issue of work order failing which Corporation may initiate action for forfeiture of EMD. In case of delay in submission of Initial Security Deposit, the Corporation may charge interest equivalent to 2 % higher than IOCL lending rate.

c. If the contractor does not start the work by the above stated period and if the Corporation is not

satisfied with the reason for not starting the work in time or if Contractor refuses to carry out the work due to any other reason, the Corporation can cancel the work order by giving a registered notice after the expiry of the specified period as per the order and the same work shall be carried out by any other alternate agency, at the risk, cost and consequences of the contractor.

PART - B

1. The tenderer shall visit the site of work and study the complete tender before quoting in the „Price Bid‟.

2. WATER AND POWER:

i. Water shall be arranged by the contractor for construction work at his own cost. No delay on this account is acceptable. Water used for construction work shall be potable water & test report shall be provided by the contractor at his cost.

ii. Power shall be arranged by the contractor for construction work at his own cost. No delay on this account is acceptable. Only flame proof equipments, fittings, cable etc. shall be allowed for power connection, after clearance from site engineer.

3. WORKING TIME & COMPLETION PERIOD:

i. The contractor shall have to carry out the works during the normal working hours. However with

the prior approval of location in-charge / site engineer, the contractor may be permitted to work beyond the normal working hours and the expenses, if any, shall be borne by the contractor including that of chowkidar.

ii. The entire work must be completed within stipulated time of completion. If the contractor fails to complete work within the completion period or does not show sufficient progress as per time schedule for completion of the work, the Corporation can terminate the contract by giving 21 days notice by a registered letter. In case the letter is received back due to non receipt or the addressee not available at the address, Corporation reserves the right to carry full or remaining job done through any alternate agency, at even higher rate than the agreed rates and shall recover the difference from the Contractor‟s pending bill/ security deposit /EMD/ any other dues, at the risk, cost & consequences of the contractor.

iii. The progress of work shall be proportionate to time of completion and quantities in work order. If at any stage the progress is found to be slow, the Corporation shall have option to cancel the

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 30 | P a g e

work order and get the balance work executed from alternate agencies at the risk, cost and consequences of the contractor.

iv. At times, Corporation may have to foreclose / suspend the work at particular site due to some unavoidable / unforeseen circumstances. In the event of such foreclosure / suspension of work, contractor shall not have any right to ask for compensation on any ground whatsoever.

4. SAFETY PRECAUTIONS & HOT WORK:

i. The contractor shall have to take all safety precautions for carrying out hot work in the Terminal/

Depot /AFS premises / any other location at his own cost & as directed by the Site Engineer. Necessary Hot work permit to carry out the job in location is to be obtained from location in-charge/site engineer prior to commencement of such work. All safety equipment such as safety belts, shoes, helmets, gloves, eyewear & other equipments (as required for the work) are to be positioned & used by the contractor at his own cost and used as per the requirements.

ii. Safety distance as per CCE rules shall be maintained strictly at sites. iii. Any causality of person or damage caused to the property while executing the contract will be at

the contractor‟s risk and cost as per Corporation‟s policy. 5. SECURITY OF MATERIAL EQUIPMENT:

i. Contractor is fully responsible for the equipments/materials handed over to him for the execution

of the work and in case these are mishandled or damaged or lost, contractor shall arrange these entirely at his own cost to the satisfaction of site Engineer.

ii. Corporation shall not be responsible for the security of contractor's materials/ equipment. 6. PIPELINE WORK:

i. The above ground pipeline will pass through brick wall etc. at places. The contractor will

dismantle the required portion of structure for passing the line and also make good the damaged surface of the structures to its original condition & shall provide necessary pipe sleeve at no extra cost to Corporation, unless it is specifically mentioned in the tender for separate payment.

ii. Measurement of pipeline shall be taken for actual pipeline laid at site. Gate valves, flanges, strainers, filters etc. would not be included in measurement of pipeline.

iii. Maximum wastage of 1% shall be allowed in old pipelines, for new pipeline ½% wastage shall be

allowed by the Corporation. Such wastages shall be the property of the contractor only after clearance from site engineer.

iv. The contractor shall take sufficient care during welding of old pipelines which may contain traces

of petroleum products / vapour and shall follow the prescribed safety precautions at no extra cost to Corporation.

v. The contractor will have to segregate the good pieces of pipelines from the lot as per direction at no extra cost to Corporation.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 31 | P a g e

7. ELECTRICAL WORK:

i. During the execution of job, temporary connections & electrical sub meter, if any, are to be

provided by the contractor at his own cost, after approval of site engineer. Contractor shall be bound to make necessary payment for use of electricity of the location / site for his own use at the rate per unit as advised by location in charge / site engineer. Such connection may be permitted provided any running electrical connection of the location is not disturbed.

ii. All temporary connections are to be flame proof /spark proof/ fire proof and shall be provided only after approval of Site Engineer.

iii. Test Report (if required for this job as decided by the engineer) duly approved by the local electricity department shall be submitted by the contractor after completion of the work. Payment to the Electricity Deptt. for use of electricity from such deptt. as required for execution of work shall be borne by the contractor.

iv. The entire electrification work shall be carried out by the contractor under supervision of licensed Electrical supervisor to the satisfaction of local Electricity Deptt./Site Engineer & shall be carried out as per I.E. Rules/ local Electricity regulation/ IOC specification, as applicable.

v. All metal covering which is used in cables and apparatus shall be efficiently earthed. The metal covering used to carry the cables must be electrically continuous and this includes the entire switch gear casing, if they are made of metal.

vi. The number of points on any one circuit is limited and must not exceed the following:- For circuit not exceeding - 6 amps. 10 points For circuit not exceeding - 8 amps. 6 points For circuit not exceeding - 10 amps. 4 points For circuit not exceeding - 20 amps. 2 points

8. OTHER SPECIFICATIONS:

i. The work shall be carried out as per Corporation‟s specifications/ drawings and to the entire satisfaction of site engineer.

ii. Unless otherwise stated above the work shall be carried out as per IOC Specifications which can be studied in office on working days.

9. RATE & EXTRA ITEM:

i. The accepted rates shall be valid till the entire work is completed. No request for escalation in

price shall be entertained except as permitted as per tender conditions. All the rates shall be valid till currency of the contract and shall be inclusive of all taxes, Octroi, levies, transportation of material, any taxes imposed by Govt. / local authorities, new duty / tax etc. and no extra cost shall be paid unless otherwise specifically mentioned in the scheduled of rates or the work order. Works Contract Tax/Sales Tax/Service Tax /VAT applicable (existing or fresh) has to be borne by the contractor.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 32 | P a g e

The contractor shall not take up any extra item at any cost unless he receives specific written instructions in writing from the concerned office or from the site engineer. Extra items shall be paid as per the capex rates (concluded rates) as applicable for Divisional Office under whose jurisdiction area, the site of work is located.

10. SPECIAL CONDITIONS:

i. Since the work may be carried out in running locations and the work is likely to be hampered/ delayed due to operational reasons, no claims on account of the above and any other reason whatsoever shall be entertained by the corporation and work shall be completed by the contractor within the stipulated period considering the above conditions. Also, Corporation shall not pay any compensation whatsoever for idling of labour/ equipment of the contractor on this account.

ii. Acceptance of the facility/ facilities by the Corporation does not constitute final completion of the contract. The contract shall be deemed to be executed in full and final & measurement certified only when the contractor has fully discharged all his obligations in terms of all the contract documents.

iii. Facilities dismantled/ damaged while executing the works by the contractor shall be restored to its

original condition without any extra cost the corporation. iv. The bills for works executed at locations are to be certified by site engineer / concerned divisional

Manager / authorized representative of IOC. The payments shall be made by location/ division/ state office as per prevailing policy of the corporation.

v. The Corporation may appoint a third party for supervision of the work at site to ensure the quality

and the scheduled progress of work. Such agencies duly appointed by Corporation shall be deemed to be authorized site engineer of IOC and all instructions given by such agencies shall be binding on the contractor & shall be within the scope of the contract.

vi. The contractor shall abide by all the rules/regulations imposed by the Govt. /other concerned

authorities / IOC. The contractor shall be responsible for workmen‟s compensation & other requirements of local municipalities/ Govt. or any other law regulating bodies.

vii. No covered space shall be provided for storage / stocking of contractors material. Contractor has

to make their own arrangements for the same with the permission of site engineer. 11. The onus of supplying the materials of correct specifications lies with the contractor. For

providing the quality & quantity of all the materials being supplied at site, all the documents e.g. invoices, test report / test certificates etc. as required by site engineer are to be supplied by the contractor at any time during the schedule of contract without any extra cost to IOC.

12. It shall be mandatory on part of the Contractor to get model & make approved out of different

makes listed in Schedule of Rates/ Specifications before installation at site from site engineer / Engineer-in-Charge.

13. Use of white/erasing fluid for correcting the rates in price bid is banned. Wherever the

rates are corrected with white/erasing fluid, the bids will be summarily rejected.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 33 | P a g e

14. All the conditions mentioned in the GCC are applicable on you and are to be strictly adhered to,

except the following clause which has been deleted from GCC. „‟ Kindly note GCC contains provisions for arbitration and alternative dispute resolution machinery under section 9, which stands deleted. Further, the reference to arbitration and alternative dispute resolution machinery provision contained in any other terms & condition in GCC, which may be general or special in nature shall also stand deleted to the extent the said contents are applicable to the arbitration provisions.„‟

15. The contractor‟s workmen are supposed to carry Oxygen Cylinder & Gas Masks and shall have

approval of site engineer prior to entering any product tanks. In no case any laid down safety norm shall be violated by the contractor. Contractor shall not allow any of his workmen / supervisor to enter any product tank without written approval from the site engineer.

16. The party may note that only steel shuttering shall only be used and shuttering of any other material shall not be used under any circumstance.

17. The party has to submit the Insurance policy of its workmen, which shall be valid for the contract

period. 18. The specifications of the work shall be as per the capex contract prevalent on the date of calling

of the tender. The specifications for the items not as per capex shall be as per the specifications mentioned in the tender. In case of any query / clarification, the decision of Engineer In Charge shall be final & binding on the contractor.

19. FORGED DOCUMENTS: The canvassing of information or submission of forged or false

documents/ information by the tenderer shall make the offer invalid and in addition, action shall also be taken by the Corporation for forfeiture of EMD amount as well as putting the tenderer on HOLIDAY list.

20. Following materials shall be tested at a laboratory authorized by Site Engineer & as per IS Code.

Only after clearance of Site Engineer, the materials shall be used at site. a. Cement b. Aggregate c. Sand d. Bricks e. M.S. Reinforcement f. M.S. Structures g. Cables /Wires h. Cubes for RCC/ PCC i. Any other material as advised by site engineer

21. OTHER CONDITIONS:

i. The tender is non transferable.

ii. The rates quoted by the contractor shall be valid for four months from the date of opening of

tender.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 34 | P a g e

a. In case of negotiation, the contractor shall send the confirmation of such negotiation so as to

reach the office of the Corporation within 7 days from the date of negotiation/s, failing which the Corporation reserves the right to not to consider the quotation.

iii. The contractor has to execute form of contract / other declarations on a stamp paper of having accepted the work order in toto.

22. QUANTITIES OF WORK: In partial modification of clause 2.6.0.0 of General Condition of Contract, no compensation shall be payable to the contractor in the eventuality of the actual executable quantities being less than 80 % of Total Contract Value (as contained in the SOR).

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 35 | P a g e

PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING (On Rs. 10/- Non-Judicial Stamp Paper)

In the case of a Proprietary Concern: I hereby declare that neither I in my personal name or in the name of my Proprietary concern M/s._______ which is submitting the accompanying Bid/ Tender nor any other concern in which I am proprietor nor any partnership firm in which I am involved as a Managing Partner nor any company in which I am a Promoter or a Director or having controlling stake with minimum 26% share holding have been placed on black list or holiday list declared by Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas), except as indicated below : (Here give particulars of blacklisting or holiday listing and in absence thereof state "NIL") In the case of a Partnership Firm We hereby declare that neither we, M/s.__________________, submitting the accompanying Bid/ Tender nor any partner involved in the management of the said firm either in his individual capacity or as proprietor or managing partner of any firm or concern or as a promoter or Director or having controlling stake with minimum 26% share holding of any company have or has been placed on blacklist or holiday list declared by Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas), except as indicated below : (Here give particulars of blacklisting or holiday listing and in the absence thereof state "NIL") In the case of Company We hereby declare that we have not been placed on any holiday list or black list declared by Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum and Natural Gas), except as indicated below: (Here give particulars of black listing or holiday listing and in the absence thereof state "NIL") It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation Ltd. or its Administrative Ministry, shall have the right to reject my/ our bid, and if the bid has resulted in a contract, the contract is liable to be terminated.

Place : Signature of Tenderer:

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 36 | P a g e

PERFORMANCE EVALUATION OF EMPANELLED CONTRACTORS

Contractor Name: _______________________ Contractor Code: _____________________ No :__________Date : ______ Amount : Rs.__________ Completion. Period: ___________ Location: ________ Report after _______________ completion. Period ________________ Description of W.O.: _________________________________________________________ Date of start: ___________________ Schedule date of completion: __________________ Physical Progress of work : _______________% Bills raised since start of work : Rs. ________________________ Bills raised during the financial year : Rs.________________________ 1. Mobilization of sufficient

manpower, equipment etc. to commence the work

Within time

0 to 15 days delays

15 to 30 days delays

Beyond 30 days delays

2. Progress of work commensurate with elapsed completion time (including extension)

100 % of Tgt.

Progress

80-99% Tgt. Progress

50-79% Tgt. Progress

Below 50% of Tgt. Progress

3. Delay in completion on contractor account beyond schedule completion time which includes extension if any granted

In time

Upto 20% of completion

period

Delay 21-50% of

completion period

Above 50% of completion period

4. Organizational capacity during execution on planning, manpower, machinery etc.

Good

Adequate Poor

5. Finance available at site Good

Adequate Poor

6. Cooperation with Site Engineer Good

Adequate Poor

10 6 4 2

20 16 8 4

20 16

8 4

6 3.6 3

20 12 6

10 6 5

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 37 | P a g e

7. Timely positioning of construction material

Good

Adequate Poor

8. Good will with Vendors Good

Adequate Poor

9. Good will with Sub contractors Good

Adequate Poor

10.

Good will with Labourers Good

Adequate Poor

11. Rejection / failure rates (quality) None

Occasional Frequent

12. Compliance of safety and statutory requirements

Full precautions at his own

Precautions in critical

areas at his own

Precautions on insistence

SIGNATURE SITE IN CHARGE NAME : ____________________ DESIGNATION :______________ DATE: ________ 1. Separate format to be filled for each work order. 2. The performance of the contractor shall be evaluated as per Corporation‟s policy.

8 4.8 4

4 2.4 2

4 2.4 2

2 1.2 1

10 6 2

6 3.6 3

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 38 | P a g e

FORM OF CONTRACT (On Non-Judicial Stamp Paper of Rs. 100/-)

THIS CONTRACT made at Chandigarh this ___________ day of ____________ 200…; BETWEEN INDIAN OIL CORPORATION LTD., a Government of India Undertaking registered in India under the Indian Companies Act 1956, having its registered office at G-9, Ali Yavar Jung Marg, Bandra (East), Bombay- 400 051 and the Headquarters of Punjab State Office, Indian Oil Corporation Ltd. (Marketing Division), Punjab State Office, Plot-3A, Sector-19A, Madhya Marg, Chandigarh (hereinafter referred to as the "OWNER" which expression shall include its successors and assigns) of the One Part; AND _____________ carrying on business in sole proprietorship/ carrying on business in partnership under the name and style of ______________________ a Company registered in India under the Indian Companies Act, 1913/ 1956 having its registered office at _______________________ (hereinafter referred to/ as collectively referred to as the "Contractor" which expression shall include his/ their/ its executors, administrators, representatives and permitted assigns/ successors and permitted assign) of the other part: WHEREAS The OWNER desires to have executed the work of _______________________________ more specifically mentioned and described in the contract documents (hereinafter called the 'work' which expression shall include all amendments therein and/ or modifications thereof) and has accepted the tender of the CONTRACTOR for the said work. NOW, THEREFORE THIS CONTRACT WITNESSETH as follows: ARTICLE – 1 Contract Documents The following documents shall constitute the Contract documents, namely

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

1.1 A copy of each of the Tender Documents is annexed hereto and the said copies have been collectively marked Annexure 'A' while a copy of the letter of Acceptance of Tender along with annexures thereto and a copy of Fax/Telegram of Intent dated ________ are annexed hereto and said copies have been collectively marked as Annexure 'B".

ARTICLE – 2 Work To Be Performed

2.1 The CONTRACTOR shall perform the work upon the terms and conditions and within the item specified in the Contract documents,

ARTICLE – 3 Compensation 3.1 Subject to and upon the terms and conditions contained in the Contract documents, the OWNER

shall pay CONTRACTOR compensation as specified in the Contract documents upon the satisfactory completion of the work and/ or otherwise as may be specified in the Contract documents.

ARTICLE - 4 Jurisdiction 4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s) forming the

subject matter of the reference if the same had been the subject matter of a suit, any and all actions and proceedings arising out of or relative to the contract (including any arbitration in terms thereof) shall lie only in the court of competent civil jurisdiction in this behalf at ________ (where

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 39 | P a g e

this Contract has been signed on behalf of the OWNER) and only the said Court(s) shall have jurisdiction to entertain and try any such action(s) and/ or proceeding(s) to the exclusion of all other Courts.

ARTICLE - 5 Entire Contract 5.1 The Contract documents mentioned in Article - I hereof embody the entire Contract between the

parties hereto, and the parties declare that in entering into this-Contract they do not rely upon any previous representation, whether express or implied and whether written or oral, or any inducement, understanding or agreements of any kind not included within the Contract documents and all prior negotiations, representations, contacts and/ or agreements and understandings relative to the work are hereby cancelled.

ARTICLE – 6 Notices 6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order or

communication sought to be served by the CONTRACTOR on the OWNER with reference to the Contract shall be deemed to have been sufficiently served upon the OWNER (notwithstanding any enabling provisions under any law to the contrary) only if delivered by hand or by Registered Acknowledgment Due Post to the Engineer-in-Charge as defined in the General Conditions of Contract.

6.2 Without prejudice to any other mode of service provided for in the Contract Documents or otherwise available to the OWNER, any notice, order or other communication sought to be served by the OWNER on the CONTRACTOR with reference to the Contract, shall be deemed to have been sufficiently served if delivered by hand or through Registered Post Acknowledgement Due to the principal office of the CONTRACTOR at ___________________ or to the CONTRACTOR's representatives as referred to in the General Conditions of Contract forming part of the Contract Documents.

ARTICLE-7 Waiver 7.1 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in terms of the

Contract or any obligation or liability of the CONTRACTOR in terms thereof shall be deemed to be a waiver of such right, remedy, obligation or liability, as the case may be, by the OWNER and notwithstanding such failure or delay, the OWNER shall be entitled at any time to enforce such right, remedy, obligation or liability, as the case may be.

ARTICLE-8 Non-Assignability 8.1 The Contract and benefits and obligations thereof shall be strictly personal to the CONTRACTOR

and shall not on any account be assignable or transferable by the CONTRACTOR.

IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the place, day and year first above written

SIGNED AND DELIVERED for and on behalf of SIGNED AND DELIVERED for and on behalf of

INDIAN OIL CORPORATION LTD. .......................................... (CONTRACTOR)

by.......................................... by ..........................................(this day of )

in the presence of in the presence of

1. 1.

2. 2.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 40 | P a g e

(On non judicial Stamp Paper of Rs. 100/- to be typed in double spacing) INDEMNITY BOND UNDERTAKINGS PERFORMA „A‟ (FOR PF)

(To be executed if Applicable on obtaining work order)

From: M/s..............................................................................................................

(Contractors) To, M/s. INDIAN OIL CORPORATION LIMITED

Sub.: (1) Work Order No...................….........................., dt. ..................

(2) Agreement No. ..............................................., dt.....................

THIS INDEMNITY BOND/ UNDERTAKING executed at ..................... this ................day ...................... of ............. 20 ……. by Messers ......……...................................................…. hereafter called the “Contractors” (which expression shall mean and include if the context so admits, the partners or partner for the time being of the Firm and their or his respective heirs, executors and administrations its successors and assigns in law) in favour of INDIAN OIL CORPORATION LTD. a Company incorporated under the Company Act I of 1956 and having its Registered Office at G-9, Ali Yavar Jung Marg. Bandra (East), Bombay 400051, hereinafter called “the Corporation” (which expression shall include its successors and assigns in law).

WHEREAS the Corporation, desirous of having executed certain work specified in the work order No. ___________ dated ___________ issued by the Corporation on the Contractors has caused drawings, specifications and bill of quantity showing and describing the work to be done prepared and the same have been signed by or on behalf of the parties hereto AND WHEREAS the Contractors have agreed with the said work Order upon certain terms and conditions provided in the Agreement executed between the Contractors and the Corporation and also contained in the General Conditions of contract attached thereto.

AND WHEREAS the Contractor are bound by law to comply with the provisions of various Labour Laws like Minimum Wages Act 1948, Equal Remuneration Act 1976, Inter-State Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contact Labour (Regulation and Abolition) Act 1970, Workmen‟s Compensation Act 1923, Employees State Insurance Act as also the Provident Fund Act providing for Provident Fund Act Scheme for labourers engaged by the Contractors but amenities and facilities to the workers under the different labour laws, not only the contractors but also the Corporation as the principal employer becomes liable for the acts of omission and commissions by the Contractors.

IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE CONTRACTORS to indemnify and keep indemnified the Corporation as stated hereinafter.

1. The Contractor hereby undertake to furnish a certificate with regard to the number of labourers employed by them in the Corporation in other ordination throughout the country to the Location in-charge of the Corporation where the work is undertaking by the Contractors.

2. The Contractors hereby confirm and state that they are duly registered under Contract Labour (Regulation and Abolition) Act 1979 as amended from time to time and that they undertake to furnish a certified copy of the requisite License obtained by the Contractors from the competent authority to the corporation‟s representative.

3. The Contractors hereby undertake to keep proper record of attendance of his labourers and will give opportunity to the officers of the Corporation to supervise the same and confer upon the Corporation‟s representative the right to countersign the said register. The Contractors shall provide a copy of pay sheets to the Location in-charge of the Corporation and also confer the right of wages to the labourers on the spot whenever required by the Corporation.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 41 | P a g e

4. The Contractors state that they are fully aware of the provisions of the Provident Fund Act, particularly with regard to the enrolment of labourers as a member of Provident Fund. The Contractors further confirm that they are aware of the provisions and that they are obliged to recover Provident Fund contribution from the eligible labourers engaged by them and after adding their own contribution, remit the same to RPFC. The contractors state and confirm that are fully aware of their obligation remit the said amounts on account of Provident Fund to the RPFC within the prescribed period and that they have obtained a separate code number from the Regional Provident Fund Commissioner which is bearing Sanction No. dated ...…............ from ..……........ RPFC.

5. The Contractors will afford all opportunities to the Corporation whenever required to verify that the Provident Fund is actually deducted by the Contractors from the wages of the labourers and the same together with the Contractors‟ contribution has been duly remitted by the Contractors to the concerned P.F. Commissioners. The Contractors also undertake to provide photocopy of the receipt issued by the concerned P.F. Commissioner for having received the P.F. contribution from the Contractors.

6. In the event the location in-charge of the Corporation is not satisfied about the payment of wages made and the recovery of P.F. etc. from the labourers employed by the Contractors, the Contractors hereby agree and authorize the contractor‟s complete all their obligations.

7. Notwithstanding the provisions contained in clause 6 above, the Corporation hereby undertake and authorize the Corporation to recover dues payable by the Contractors to the labourers employed by them as also amounts on account of P.F. contributions (including the Contractors‟ contribution) as also all losses, damages, costs, charges, expenses, penalties from their bills and other dues including the security amounts.

8. The Contractors hereby agree, confirm and declare that they have fully complied and will comply with the provisions of various labour laws, particularly those referred to herein above and that no violation of the provisions of various amenities and facilities to the workers under different laws has been done by them and in the events of any past or future violation of the various labour laws, the contractors shall indemnify and keep the Corporation duly indemnified against all losses, damages, costs, expenses, penalties, suits or proceeding which the Corporation may incur, suffer or be put to.

9. The contractors hereby agree that the aforesaid indemnity undertaking are in addition to and not in substitution of the terms and conditions contained in the tender documents and the work order and also the Agreement executed by the Contractors with the Corporation.

10. The Contractors hereby confirm, agree and record that these terms of undertaking and indemnity shall be irrevocable and unconditional and shall be binding on their heirs, executors, administrators and legal representatives and shall ensure for the Corporation‟s benefit and for the benefit of its successors and assigns.

Date : Yours faithfully,

Contractor‟s Name and Signatures

Witness (1) ..............................................................................................

(Full address) ..............................................................................................

..............................................................................................

Witness (2) ..............................................................................................

(Full address) ..............................................................................................

..............................................................................................

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 42 | P a g e

(On non judicial Stamp Paper of Rs. 100/- to be typed in double spacing) INDEMNITY BOND UNDERTAKINGS PERFORMA „B‟ (FOR PF)

(To be executed if Applicable on obtaining work order)

From: M/S. ......................................................................................................................

Contractors

To, M/s. INDIAN OIL CORPORATION LIMITED

Sub.: (1) Work Order No. ................................................, dt..................

(2) Agreement No. ................................................, dt..................

THIS INDEMNITY BOND/ UNDERTAKING executed at .......................... this .......... day …………… of ........................ 20….. by Messers ................................................ hereinafter called “The Contractors” (which expression shall mean and include, if the context so admits, the partners or partner for the time being of the Firm and their or his respective heirs, executors and administrations its successors and assigns in law) in favour of INDIAN OIL CORPORATION LIMITED a Company incorporated under the Company Act I of 1956 and having its Registered Office at INDIAN OIL BHAVAN, G-9, Ali Yavar Jung Marg. Bandra (East), Bombay 400051, hereinafter called “The Corporation‟ (which expression shall include its successors and assigns in law).

WHEREAS the Corporation , desirous of having executed certain work specified in the work order No. .................... dated ........... issued by the Corporation on the Contractors: has caused drawings, specifications and bill of quantity showing and describing the work to be done prepared and the same have been signed by or on behalf of the parties hereto AND WHEREAS the Contractors have agreed with the Corporation to execute and perform the said work specified in the said Work Order upon certain terms and conditions provided in the Agreement executed between the Contractors and the Corporation and also contained in the General Conditions of contract attached thereto.

AND WHEREAS the Contractors are bound by law to comply with the provisions of various Labour Laws like State Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contract labour (Regulation and Abolition) Act 1970, Workmen‟s Compensation Act 1923, Employees State Insurance Act as also the Provident Fund Act by the Contractors but in the event of violation of the provisions of various amenities and facilities to the workers under the different labour laws , not only the Contractors but also the Corporation as the principal employer becomes liable for the acts of omissions and commission by the Contractors.

IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE CONTRACTORS to indemnify and keep indemnified the Corporation as stated hereinafter.

1. The Contractors hereby undertake to furnish a certificate with regard to the number of labourers employed by them in Corporation/ in other organization throughout the country to the location in charge of the Corporation where the work is undertaking by the Contractors.

2. The Contractors hereby confirm and state that they are duly registered under Contract Labour (Regulation and Abolition) Act 1970 as amended from time to time and that they undertake to furnish a certified copy of the requisite License obtained by the Contractors from the competent authority to the Corporation‟s representative.

3. The Contractors hereby undertake to keep proper record of attendance of his labourers and will give opportunity to the officers of the Corporation to supervise the same and confer upon the Corporation‟s representative the right to countersign the said register if so required by the Corporation. The Contractor shall provide a copy of the pay sheets to the Location in-charge of the Corporation nominated by the

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 43 | P a g e

Corporation for supervision of the payment of wages made to the labourers by the contractors and also confer the right on the Corporation for supervision of the payment of wages made to the labourers by the contractors and also confer the right on the Corporation „s representative to supervise the payment of wages to the labourers on the spot whenever required by the Corporation.

4. The Contractors state that they are fully aware of the provisions of the Provident Fund Act, and the rules made thereunder. The Contractors hereby confirm that the said act and the rules made thereunder are not applicable to them since they have not employed labourers exceeding ______ at any time and that the labourers so far employed were also not on continuous basis. The contractors further confirm in this regard that no worker employed by them is in service for circumstances none of the workers employed by them is eligible for P.F. benefits under the said Act. The Contractors therefore state that they are exempted from the purview of the said ACT and the rules made thereunder an they are therefore not required to obtain a separate code No. from the R.P.F.C.

5. The Contractors hereby undertake and agree that in event of any claim on account of P.F. liabilities arising in future, they shall keep the Corporation duly indemnified against all losses, damages, charges, expenses, penalties, suits or proceedings which the Corporation may incur, suffer or be put to on that account.

6. The Contractor hereby agree, confirm and declare that they have fully complied and will comply with the provisions of various labour laws, particularly those referred to herein above and that no violation of the provisions of various amenities and facilities to the workers under different laws has been done by them and in the events of any past or future violation of the various labour laws the contractors shall indemnify and keep the Corporation duly indemnified against all losses, damages, costs, expenses, penalties, suits or proceeding which the Corporation may incur, suffer or be put to.

7. The Contractor hereby agree that the aforesaid indemnity undertaking are in addition to and not in substitution of the terms and conditions contained in the tender documents and the work order and also the Agreement executed by the Contractors with the Corporation.

8. The Contractors hereby confirm, agree and record that these terms of undertaking and indemnity shall be irrevocable and unconditional and shall be binding on their heirs, executors, administrators and legal representatives and shall ensure for the Corporation‟s benefit and for the benefit of its successors and assigns.

9. That all questions, issues, disputes and differences between the contractor and the Corporation arising under this indemnity bond/undertaking shall be referred to arbitration in the same manner as indicated in the contract dt ________ executed between the contractors and the Corporation.

Date :

Yours faithfully.,

Contractor‟s Name and Signatures

Witness (1) ........................................... (Full address) ........................................... ........................................... Witness (2) ........................................... (Full address) .......................................... ...........................................

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 44 | P a g e

(On non judicial Stamp Paper of Rs. 20/- ) DECLARATION

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

1. We shall

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

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

c. Be responsible and liable for payment of salaries, wages and other legal dues of our employees for the purpose of rendering the services required by the Corporation under the above contract and shall maintain proper books of account, records and documents. We shall however as the employer, have the exclusive right to terminate the services of any of our employees and to substitute any person instead.

d. Comply in all respects with the provisions of all statues, rules and regulations applicable to us and/ or to our employees and in particular we shall obtain the requisite license under the Contract Labour (Regulation and abolition) Act 1970 and the rules made thereunder.

e. Ensure that our employees while on the premises of the Corporation or while carrying out their obligations under the contract, observe the standards of cleanliness, decorum, safety and general discipline laid down by the Corporation or its authorized agents and the Corporation shall be the sole judge as to whether or not we and/or our employees have observed the same.

f. Personally and exclusively employ sufficient supervisory personnel exclusively to supervise the work of our employees so as to ensure that the services rendered under this contract are carried out to the satisfaction of the Corporation.

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

h. Not do or suffer to be done in or about the premises of the premises of the Corporation anything whatsoever which in the opinion of the Corporation may be or become a nuisance or annoyance or danger or which may adversely affect the property, reputation or interest of the Corporation.

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

j. Be liable for and make good any damage caused to the Corporation‟s properties or premises or any part thereof or to any fixtures or fittings thereof or therein by any act, omission, default or negligence on our part or on the part of our employees or our agents.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 45 | P a g e

k. Indemnify and keep indemnified the Corporation, its officers and employees from and against all claims, demands, actions, suits and proceedings, whatsoever that may be brought or made against the Corporation by or on behalf of any person, body, authority and whatsoever and all duties, penalties, levies, taxes, losses, damages, costs, charges and expenses and all other liabilities of whatsoever nature which the Corporation may now or hereinafter be liable to pay, incur or sustain by virtue of or as a result of the performance or non-performance or observance or non-observance by us of the terms and conditions of the contract. Without prejudice to the Corporation‟s other rights, the Corporation will be entitled to deduct from any compensation or other dues to us, the amount payable by the Corporation as a consequence of any such claims, demands, costs, responsible for death, injury or accidents to our employees which may arise out of or in the course of their duties on or about the Corporation‟s property is made liable to pay any damages or compensation in respect of such employees, we hereby agree to pay to Corporation such damages or compensation upon demand. The Corporation shall also not be responsible or liable for any theft, loss, damages or destruction of any property that belongs to us or our employees lying in the Corporation‟s premises from any cause whatsoever.

2. It is hereby declared that we are, for the purpose of this contract independent contractors and all persons employed or engaged by us in connection with our obligations under the contract shall be our employees and not of the Corporation.

3. On the expiration of the contract or any earlier termination thereof, we shall forthwith remove our employees who are on the Corporation‟s premises or any part thereof failing which, our employees, agents, servants etc. shall be deemed to be trespassers and on their failure to leave the Corporation‟s premises, the Corporation shall be entitled to remove all persons concerned (if necessary by use of force) from the Corporation‟s premises and also to prevent them (if necessary by use of force) from entering upon the Corporation‟s premises.

4. We hereby undertake and declare that, in the event the workmen/employees/person engaged by us (“the Contractors‟ employees”) to carry out the purpose hereof, attempt to claim employment with the Corporation or attempt to be declared as employees of the Corporation or attempt to become so placed, then in all such cases, we shall assist the Corporation in defending all such attempts of the Contractor‟s employees AND we shall bear and pay solely and absolutely all costs, charges and expenses including legal charges incurred or which may be incurred in defending all such attempt and in any appeal or appeals filed by the Corporation therein or relating thereto AND we hereby indemnify for ever the Corporation against all such costs, charges and expenses including legal charges and against all and any loss, expenses or damages, whether recurring or not, financial or otherwise, caused to or incurred by the Corporation, as a result of such attempt by the Contractors‟ employees.

5. It is hereby agreed that the Corporation shall be entitled to set off any debt or sum payable by us either directly or as a result of vicarious liability to the Corporation against any monies payable or due from the Corporation to us against any monies lying or remaining with the Corporation and belonging to us or any our partners or directors.

Contractor‟s Signature or Authorized Attorney

To be witnessed by Notary.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 46 | P a g e

DECLARATION „A‟ We declare that we do not have employee who is related to any officer of the Corporation/Central/State Government. We have the following employees working with us who are near relatives of the Corporation/Central/State Government. Name of the employee Name of Designation of the Corporation/ of Contractor Central/ State Government

1. ................................................................................................................... 2. ................................................................................................................... 3. ................................................................................................................... Date: Place: Signature & Seal

DECLARATION „B‟ The tenderer is required to state whether he is relative of any Director of our Corporation or the tenderer

is a firm in which any Director of our Corporation or his relative is a partner or is any other partners of such a firm or alternatively the tenderer is a private company in which Director of our Corporation is a

member or Director. Name of the Contractor/and his relation with the Director in our Corporation …………….............

....................................................................................................................................... Name of the Director of the Corporation who is related to the Contractor/ Firm ………............... ....................................................................................................................................... Name of the Director of the Corporation who is a member or a Director of the Firm/ Contractor ……………………………………………………................................................................................... Date: Place: Signature & Seal of Contractor

DECLARATION –C Tenderer is required to state whether they have employed any retired Director and above rank officer or Indian Oil Corporation in their firm. If so, the details are to be submitted hereunder:-

1. Name of person :

2. Last post held in IOC :

3. Date of retirement : 4. Date of employment in firm : Date: Place: Signature & Seal

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 47 | P a g e

DECLARATION ON CHILD LABOUR

We confirm that we are not engaging / shall not engage as per various labour laws applicable to us. Incase above declaration from us found to be fake by the Corporation at any time, Corporation reserves the right to terminate our Contract.

DATE :

PLACE :

SIGNATURE OF THE CONTRACTOR

NAME & ADDRESS: _____________________________

SEAL: _____________________________

TELEPHONE NOS.: _____________________________

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 48 | P a g e

PROFORMA INDEMNITY BOND FOR LOST DEPOSIT RECEIPT

WHERE AS DEPOSIT RECEIPT NO. ......................... dated .......... for Rs. .................. issued by Indian Oil Corporation Limited in favour of the undersigned as Earnest Money Deposit for the fulfillment of our obligations under the Tender No ................... in respect of .................... has been mislaid or lost by us and the same is not traceable in spite of due and diligent search made by us for the same AND WHEREAS Indian Oil Corporation Limited have at our request and entirety agreed to refund to us the amount covered by the said DEPOSIT RECEIPT on our executing these presents in the manner herein after appearing NOW KNOW WE AND THESE PRESENTS WITNESS that we, the undersigned (name and address) ............................................. for ourselves and our heirs executors and administrators and our successors and assigns do hereby agree covenant and undertake to Indian Oil Corporation Limited and its successor‟s and assigns fully and effectively indemnity and keep Indian Oil Corporation Limited and its successor‟s and assigns fully and effectually indemnified against all claims, actions, demand,, losses and damages and costs, charges and expenses respectively that they and their successors and assigns might suffer and be put to by reason of refunding to us the under signed the sum covered by the said DEPOSIT RECEIPT and we our heirs executors and administrators and our successors and assigns hereby record having agreed to reimburse Indian oil Corporation Ltd. the amount of all claims, losses, damages costs charges and expenses suffered by them in the premises aforesaid. IN WITNESS WHEREOF we the undersigned have hereunto set and subscribed our signature the day and year first herein above written. Witness : 1. NAME & ADDRESS:

SIGNATURE OF THE EXECUTOR

2. NAME & ADDRESS:

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 49 | P a g e

PARTICULAR CONDITIONS OF CONTRACT

1. Submission of Tender :

a. Tender shall be submitted online only in the prescribed tender document at our e-tender site. The scanned copies of EMD and other requisite documents if any, should be uploaded at appropriate link and originals are submitted in the sealed envelope (Format of envelope attached) and should be sent by Registered Post / speed post, so as to reach the concerned authority office as mentioned in the tender. It is to note that only the tenders received/uploaded by due date & time of submission shall be opened.

b. Tender Fee: Tender fee is NIL.

2. Study of Tender Documents and Visit to Site/s: The tenderer shall study the Tender Documents carefully & thoroughly before quoting. The tenderers shall visit the site to acquaint with the site conditions, logistics, availability of water, power, approach road, availability of construction materials as per specifications, any other ancillary facilities / equipments to execute the work.

3. Filling of Tender Documents :

a. The tenderer shall quote the rates which shall be uniformly applicable to all the items in the Schedule of Rates (SOR) / tender.

b. Every page of Tender Documents including drawings, GCC, Safety etc. shall be digitally signed by the tenderer before uploading at site.

c. Tenderer must understand that they shall strictly conform to the conditions of the contract as contained in each of its clause and that the plea of “custom prevailing” or „as per practice‟ shall not be admitted on any account as an excuse on their part for infringement of any of the conditions.

d. The quoted rates must be inclusive of all materials, labour, equipments, lifts, leads, loads, taxes,

duties, loading & unloading etc. required in connection with completion of work to the entire satisfaction of the Corporation. All the materials are to be supplied by the contractor unless otherwise stated by the Corporation.

e. The quoted rates shall be valid for a period of four months from the date of opening of the tender.

After opening of the tender, if the Contractor fails to accept the work order placed at quoted rates or subsequently at negotiated rates, as the case may be, the earnest money shall be forfeited. Once the quotation is accepted and the work order is placed on the successful tenderer, the rates shall be valid till the entire work is complete.

f. Conditional tenders, incomplete tenders, tenders without requisite EMD / Original EMD

instrument not received by due date and time as explained in e-tender notice or tenders uploaded late shall be outrightly rejected.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 50 | P a g e

g. The Corporation is not bound to accept the lowest tender and reserve the rights to reject any or

every tender without assigning any reason whatsoever and/or to carry out negotiations with the tenderers in the manner considered suitable by the Corporation.

h. Value Added Tax and Sales tax on works contracts should be included in the quoted rates

whenever applicable. Corporation shall recover such statutory taxes / levies from the contractor bills.

4. Earnest Money Deposit :

The Earnest money shall be payable with the tender in favour of M/s Indian Oil Corporation Limited (Marketing Division) payable at Chandigarh. NO INTEREST SHALL BE PAID ON EMD AMOUNT.

The Earnest Money can be paid in the following forms, before the specified time and date.

Pay Order/Demand Draft of any Scheduled/nationalized bank, payable at Chandigarh. The scanned copies of EMD (Demand Draft or Pay Order) and other required documents in support of their credentials/tender requirement are to be uploaded along with the tender documents in the appropriate link. It shall be the responsibility of the tenderer to ensure that the EMD (Original DD) is dropped in the designated tender box before the due date and time. Indian Oil Corporation Limited shall not be responsible for any delay arising out of EMD sent by post or courier and not found in the tender box at the time of tender opening.

Requests for adjustment of pending bill or credits towards EMD shall not be entertained. The EMD paid against a tender is refundable to the unsuccessful tenderers only after acceptance of work

order by successful tenderer. EMD shall be refunded to all the unsuccessful tenderers after receipt of original Cash Receipt.

However, establishments such as Central or State Public Sector Undertakings/NSICs/ JVs of IOC are

exempted from payment of Earnest Money Deposit.

5. Security Deposit (SD) :

Security deposit shall be payable by successful party after placement of order equivalent to 10 % of value of work.

The Security Deposit (SD) can be paid in the following manner:

a. Initial security deposit (ISD): 25 % of total security deposit is payable by DD/Payorder on placement of work order in advance (prior to commencement of work) on which no interest is allowed. The balance 75 % of total security deposit will be recovered by deduction from each running bill for work done by the contractor @ 10% of bill value, till the total amount of security deposit is recovered.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 51 | P a g e

b. SD shall be deposited through Pay Orders or Demand Draft of any Nationalized /Schedule Bank in favour of Indian Oil Corporation Limited (Marketing Division) payable at Chandigarh.

c. EMD amount can be converted into ISD / SD, if EMD amount is paid in the form of DD or pay

order, after written request from the contractor. d. Alternatively, Bank Guarantee (Only if the value of SD is in excess of Rs. One Lakh) in enclosed

Performa for full amount @ 10% of Work order value shall be submitted by the contractor before commencement of work. The BG shall be valid for 15 months after actual date of completion (i.e. upto a period of 3 (three) months beyond the defect liability period of 12 months).

e. The retention period for security deposit will be 12 months after the actual date of completion of

the work.

Option of one of the above methods once exercised shall under no circumstances be changed later on.

6. Clarifications/ Negotiations: Tenderer shall have to attend the concerned office of the corporation for negotiations/ clarifications required in respect of their quotations without any commitment on the part of the Corporation.

7. Acceptance of tender by Corporation

b. Incomplete tenders, conditional offer, tenders uploaded late (i.e. after due date and time for uploading/opening) and not accompanied by the requisite EMD will be rejected. Requests for adjustment of pending bills or any other amount towards earnest money deposit shall not be accepted. The Corporation is not bound to accept the lowest tender and reserves the right to reject any or all tenders without assigning any reason whatsoever and / or to carry out negotiations with the tenderers as per the policy of the Corporation.

c. In case of negotiation, the tenderer shall send the confirmation of such negotiation so as to reach the office of the Corporation within 7 days from the date of negotiation/s, failing which the Corporation reserves the right to ignore the quotation.

8. Acceptance of Work Order :

Successful tenderer shall have to complete contractual formalities & return the duplicate copy of Work order duly signed & stamped on all pages as their acceptance of work order within 10 days from the date of placement of work order, failing which the party may not be considered without any reference and EMD amount shall be forfeited as per Corporation‟s rule.

1. Execution of Agreements:

On acceptance of work order, the successful tenderer shall have to execute agreements with the Corporation covering the Contract like „FORM OF CONTRACT‟ & other „Declarations‟ as contained in the tender within 10 days from the date of placement of work order. The intending tenderer shall acquaint themselves with the provisions of standard agreements before quoting.

2. Power of attorney:

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 52 | P a g e

When the party signing the agreement is not the sole proprietor, the person who is acting on behalf of the proprietor shall produce Power of Attorney before execution of the Agreement.

3. Execution of Works:

a. The successful bidder shall have to give in writing to the Site Engineer/ Location In Charge, the name, address & contact no. of his authorized person who shall supervise the work and shall remain at site during execution of job, so that necessary instructions regarding execution of the job can be given to him in writing / verbally from time to time.

b. The Contractor shall submit a detailed construction program /Bar Chart adhering to the completion schedule, on receipt of the Work Order / before starting the work. This shall form part of the Contract and shall be binding on the Contractor. However, the Corporation reserves the right to alter the program if necessary. No claim whatsoever on this account of the contractor shall be entertained.

4. Material/Equipments:

All the material required for execution of work must be got approved from site engineer before

use at site. All facilities for prior inspection of materials and subsequent inspections of work by our Site Engineer must be made available by the contractor.

5. Material without Approval:

a. Any material brought to site without prior approval shall be at the risk and cost of the Contractor.

b. If Contractor brings defective/sub-standard material at site, it shall be the responsibility of the

Contractor for removal and disposal of the same at his own cost. The Corporation shall not entertain any claim from the contractor on this account. In case contractor fails to remove such materials within 15 days after issue of notice in writing to the Contractor, the Corporation reserves the right to dispose off such materials at the entire risk and cost of the Contractor.

6. Procurement of Materials:

Contractor shall be responsibe to procure all material, equipments as required for completion of work, unless otherwise stated in the tender. No delays due to non-availability of any material/equipments shall be entertained by the Corporation.

7. Safety/Security of Materials:

The responsibility of safety and security of material and equipments brought or installed by the contractor (till they are handed over to IOC) shall remain with the Contractor and any claim of whatsoever nature due to any loss, damage or otherwise shall not be entertained. The contractor shall have to hand over the completed job to the corporation as per Work Order.

8. Method of Work:

The entire work shall be carried out under the supervision of the authorized representative of the corporation.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 53 | P a g e

9. As stated in General Conditions of Contract (GCC), the Contractor shall carry out the work as per

directions given in the Work Order / by site engineer. The Contractor shall not undertake on his own any change in the specifications mentioned in the work order document. In case of any doubt the Contractor shall refer the matter in writing to the site engineer and the Contractor shall carry out the particular item of work as per clarifications given in writing. In case of delay in getting such clarifications, the Contractor shall not be entitled for any claim / compensation on account of idling of the labour, material, machinery etc.

In case the Contractor carries out the work as per his own specifications which is not acceptable

to the Corporation, in such cases the same shall be required to be redone as per specifications given by the Corporation by the Contractor. In case of failure to do the work by the Contractor, the Corporation reserves the right to get the same done through any alternate agency at the risk, cost & consequences of the Contractor.

10. Corporation‟s Right : The Corporation reserves the right to increase / decrease the tendered quantity of any or every item and

delete any item at any stage of work at the accepted rates. The Contractor‟s claim for compensation or damages on account of these shall not be entertained.

11. Revisions : The Corporation reserves the right to revise the specifications, drawings and designs at any stage of work. Such deviations shall be adjusted at the rates already contained in Work Order or as per the rate analysis by the corporation in line with the prevailing market rates, if the rates are not available in the Work Order.

12. Measurements: a. All works shall be measured as per the procedure laid down in relevant ISI Standards (Latest

edition) / GCC and payment shall be made as per measured actual quantities and not as per Work Order quantities.

b. Work Order quantities are approximate and payment shall be made as per actual measurements. The Contractor is not entitled for any compensation towards excess material procured / stored, if any.

c. Excess quantity over that mentioned in Work Order or extra item or deviation in work order should

not be carried out by the contractor unless he has been asked to do so in writing and if carried out without such written approval, same shall be at the risk and cost of the Contractor.

d. Detailed measurement of work carried out by the contractor shall be taken jointly by the

contractor and site Engineer and /or third party agency appointed by IOCL at every stage of work before proceeding to the next stage, as explained in in relevant sections of General Condition of Contract.

13. Progress Report of Work: Contractor shall submit progress report of the work on fortnightly basis to the concerned office, which has awarded the contract.

14. Maintenance of Instruction Book : The contractor shall maintain an instruction book at site,

serially numbered having one original and two copies of each page, so that our visiting officers/Site Engineers can issue instructions regarding progress and quality of work to the

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 54 | P a g e

Contractor. The Contractor or the contractor representative shall sign in the instruction book as token of receipt of and understanding of such instructions. The original copy of the instruction page shall be sent to the concerned Engineer and second copy will be retained by the issuing person and the third copy shall be retained by the Contractor for compliance.

15. Cancellation of Order: If the performance of the contractor is found to be unsatisfactory, the

Corporation reserves the right to cancel part or whole contract and get the work executed through alternate agency at the risk and cost of the Contractor. In such cases, the Contractor should make good all losses that corporation may suffer due to this.

16. Abandonment of work: In case contractor abandons the work inspite of our notice, the

Corporation shall issue the final notice to the contractor to remain present at site for taking final measurements and in case the contractor does not report at the site on due date and time as per the Corporation‟s notice, the Corporation‟s representative shall take the unilateral measurements of abandoned work which shall be binding on the contractor and the balance work shall be carried out by any alternate agency as appointed by the corporation, at the entire risk, cost & consequences of the contractor.

17. Price Adjustment: If the Contractor does not complete the work within prescribed time limit given

in the Work Order, the Corporation may recover the losses in form of price adjustment, as per terms conditions of the contract.

18. The contractor shall clear the site in all respect after completion of work including all surplus

construction material, machinery, removal of dismantled material as per the instructions of site engineer without any extra cost from the Corporation, until otherwise specified in the tender. All such material shall be appropriately disposed off by the contractor as per direction of site engineer.

19. Disposal of excavated materials /earth: Contractor shall dispose off all surplus excavated materials / earth in the following manner, as per instructions of Site Engineer :

a. Uniformly spreading the excavated materials/earth within the premises, if so required by the

corporation, and rolling the same with light hand roller.

b. Dispose off the surplus excavated earth from the premises / site to outside the Municipal limits or as permitted by the local authorities irrespective of lead, lift, load and mode of transportation involved.

c. Written instructions should be obtained from Site Engineer about disposal of excavated material/

earth before commencement of excavation. If the Contractor fails to do so and dumps the earth adjacent to the excavation site, no extra cost shall be payable for rehandling of the same if the earth is disposed off outside of the site. Contractor shall be responsible to obtain permission from the concerned authority for disposal of excavated material/ earth.

20. Certificate for Work: It will be the responsibility of the Contractor to get the works approved and obtain necessary certificate for all plumbing and electrical works from the local municipal / other government concerned authorities, wherever required.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 55 | P a g e

21. Corporation‟s Supplied Materials: The tanks, pipelines, equipments and any other materials to be supplied by the Corporation will be supplied any where within the IOC premises. The transporting, shifting and handling of the same to actual location of installation shall be the Contractor‟s responsibility for which no extra payment shall be made. Any damage caused to our equipment/property while handling and installing shall have to be made good by the Contractor at his own cost.

22. Works in Operating Terminal, Installation, Depots, AFS, ROs / CPs etc.: If the work is

required to be carried out in working depot/terminal/AFS/RO/CP etc, under such circumstances the progress of work is likely to be interrupted / disturbed on account of operations at such working location. The work may even be stopped at times on the instructions of our representative due to any unforeseen circumstances. Under such circumstances, the Contractor shall co-operate with our representative to avoid hindrance to the operations of working of the location. The working hours shall be as per the directions of the Corporation‟s representative from time to time. The rules and regulations of the location shall be strictly followed by the contractor. The interruption / stoppage of work due to any reasons whatsoever, as mentioned or otherwise, shall not entitle the Contractor for any claim or compensation for idling of his labour/machinery etc.

23. Work by Other Contractors: Along with the work covered under this tender, there is a possibility

that other contractors may also be executing their work simultaneously at the same site. In such cases, the successful tenderer shall extend full co-operation to all the contractors and the work shall be carried out in such a way as not to affect the progress of other works. Any damage caused shall be rectified by the concerned contractor at his own risk and cost.

24. Damage to Existing Facilities: Any damage caused to the existing facilities while carrying out

the work shall be made good by the contractor to the satisfaction of the corporation at his own risk and cost. During execution of work if it is found necessary to dismantle a portion of existing band wall/enclosure wall in the tank farm to facilitate movement of material and equipments, the same shall be made good by Contractor at his own cost, unless otherwise mentioned in the tender.

25. Statutory Rules Regulation: The Contractor shall abide by the Rules, Regulations, Bye-laws

and statutory laws etc. as imposed by the Government and other local authorities from time to time.

26. Employment of Apprentices: The Contractor shall during the currency of the contract or as

decided by site engineer / Engineer-in-charge shall engage and also ensure engagement by sub-contractors and other employed by the Contractor in connection with the works, such number of apprentices in the categories mentioned in the Act and for such period as may be required by the Engineer-in-charge. The Contractor shall train them as required under the Apprentices Act, 1961 and the rules made there under and shall be responsible for all obligations of the employer under the said Act including the liability to make payment to apprentices as required under the said Act.

27. Omission/Deviations: Any omissions/ deviations noticed in the work carried without the prior

approval of the Corporation shall result in rejection of the Contractor‟s claim for payment for such items.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 56 | P a g e

28. Completion of Contract: Acceptance of a facility/ facilities by the Corporation does not constitute final completion of the contract. The contract shall be deemed to be executed in full and final & final measurements certified, only when the Contractor has fully discharged all his obligations in terms of all the contract documents.

29. Safety of Contractor‟s Materials: Once the steel plates, valves, pumps, flanges and any other

Corporation supplied items are handed over to the Contractor, the safety & security of the same shall be the Contractor‟s responsibility. For any material supplied at the site by the contractor, the contractor shall be responsible for its safety & security and corporation shall not be responsible for the same. Corporation shall not be responsible for the safety & security of any of contractor‟s materials / equipments.

30. Observation of Rules: In case the work is to be executed within the

Terminals//Depots/AFS/RO/CP etc., the Contractor shall have to observe corporation rules for safety / security/ hot work permit / entry, exit , working time / gate passes etc. as advised by the Location-in-charge/Site Engineer.

31. Storage Space: No covered space shall be provided by the corporation for storage/stocking of

Contractor‟s material. The Contractor shall make their own arrangement for the same. 32. Submission of Declaration:

a. The Contractors shall upload scanned copies of the Declarations, as applicable in appropriate link

in our e-procurement system. Original copies of above declarations shall be submitted in an envelope before due date and time in tender box kept at engineering department of Punjab State Office, Chandigarh.

b. The tenderers have to submit PF No., ESIC No., PAN No., TIN No., and Registration No. to the

corporation. In case contractor does not fall under the purview of Provident Fund/ESIC, he has to execute indemnity Bond in respect of P.F. and ESIC registration on the Corporation‟s prescribed proforma at his cost. Contractor has also to submit Service Tax registration no. to the corporation.

33. The corporation reserves the right to accept any tender in whole or in part and reject any or all

tenders without assigning any reasons. The Corporation is not bound to accept the lowest rates for any tender and reserves the right to accept one or more tender to allow Public Enterprises (Central/State) price/purchase contract/service preference as admissible under existing Government Policy. The Decision of the corporation in this shall be final.

34. Safety: Since works may be carried out in petroleum installations, the contractor shall ensure that

day to day operations, safety and security of the location are not affected on account of the works being carried out by the contractor. In case of any damage to corporation properties due to the negligence on the part of the contractor or their workmen, the contractor shall be held responsible and shall make good / rectify / replace the same to its original form at his own cost as per satisfaction of the corporation.

When hot works are involved, the following safety precautions have to be strictly observed before commencement of works. a. All hot works operations shall be carried out under the supervision of our representative and

also under the supervision of the contractor / authorized representative of contractor.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 57 | P a g e

b. All hot work operations shall be undertaken only after issue of „Hot work permit‟ by the

location in charge / Corporation, on day to day basis. c. It shall be ensured that the tanks, pipelines, containers where the hot work is required are

gas free and shall be properly checked with explosive meter jointly by the contractor & site engineer. Such work shall be carried out only after clearance from the site engineer.

d. It shall be ensured that the surrounding area is free from oil, oil rags, oil spillage and other

sources of ignition The working area shall be cleaned & cleared from any dry vegetation and shall be covered with dry sand or dry earth / sprinkled with water, as per direction from the site engineer.

e. It shall be ensured that metallic trays filled with dry sand / dry earth / DCP powder are used &

kept for collecting the welding arc/ hot metal cutting / any other hot material. f. Hot work shall commence only after keeping in readiness sufficient no. of portable DCP type

fire extinguishers at site and also nearby hydrant system with hose pipes shall be kept in readiness.

g. If hot work has to be carried out in a place close to storage tanks or any other facility under

operation, it is necessary to provide fire screen wall made of AC sheets to segregate the area & to prevent sparks traveling to the hazardous area. Such works shall be carried out only under supervision & after written clearance from the site engineer.

h. It shall be ensured that no workmen carry match box, lighter or any other source of ignition

while entering the premises. After the hot work operation of the day, the following precaution shall be taken :

i) Welding sets shall be switched off and power mains shall be disconnected. If the connection

is taken from a temporary switch board, the fuse carriers shall be removed and handed over to the supervisor.

j) Gas cylinder, welding sets and & other material / equipments used for hot work shall be properly closed / disconnected / removed to a safe place, as per advise of site engineer.

k) Before closure of day work, the contractor shall examine the site of work to ensure the same

is free from hot splatters / any other source of ignition. l) After completion of days work, all the work men of the contractors shall be moved out of the

premises.

We confirm that our quotation has been prepared after thoroughly studying the tender documents, logistics, geographical site conditions, technical specifications of material & works, drawings, availability of material, water, power, works contract, schedule of rates, General Conditions of Contract, safety practices during construction etc. and agree to all the terms & conditions in toto. Seal: ................................ Contractor‟s Signature: Date: ............................... Address: .................................

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 58 | P a g e

CONDITIONS & SPECIFICATIONS FOR PIPELINE WORK 1.0 GENERAL 1.1 The contractor is expected to visit site to get himself acquainted with prevailing site conditions i.e.

availability of water, power, approach road etc before quoting for this tender The contractor shall be entirely responsible for provision of all such utilities. No delay shall be entertained on this account.

1.2 The contractor may have to arrange temporary power connection from the local Electric Supply

Authority by his own effort and cost. Alternatively contractor shall have to carry out the work with his own DG sets at no extra cost.

1.3 For payment purpose against items, of supply fabrication and erection of steel of all types ,the

weight shall be calculated based on section given in the standard steel tables and physical verification whichever is less. The net fabricated dimensions edge to edge shall be taken into account. The measurement shall exclude any allowance for wastage and weld metal etc.

1.4 Measurement of pipeline shall be taken for actual pipeline laid at site. Gate valves, flanges,

strainers, filters etc. would not be included for measurement in pipeline. 1.5 Maximum wastage of 1.5% shall be allowed in pipeline fabrication for all diameter of pipes. 1.6 Contractor will take sufficient care during welding of old pipelines which may contain traces of

petroleum products and shall follow the prescribed safety precautions. 1.7 The contractor will have to segregate the good pieces of pipeline from the lot as per directions. 1.8 The contractor will be given old and new MS pipelines. The contractor will have to cut all the

Tee's, bends etc. welded on the pipeline before use. 1.9 The above ground pipeline will pass through brick wall etc. at places. The contractor will

dismantle the required portion of the structure for passing the line and also make good the damaged surface of the structure to its original conditions. Necessary pipe sleeve shall also be provided by the party without extra cost.

2.0 INSPECTION 2.1 Engineer-in-Charge or his authorized representative or third party appointed by IOC shall have

free access at all reasonable time to inspect those parts at the manufacturer's works which are connected with the fabrication of the steel work and shall be provided with all reasonable facilities for satisfying himself that the fabrication is being undertaken in accordance with the provision of this contract.

2.2 Inspection shall be made at site/ at the place of manufacture prior to dispatch of the fittings. The inspection shall be conducted so as not to interfere unnecessarily with the operation of work.

2.3 Should any structure or part of a structure be found not to comply with any of the drawings

and specifications, it shall be rejected. No structure or part of the structure once rejected shall be re-submitted for test except in case where the corporation considers the defects as rectifiable.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 59 | P a g e

2.4 Defects which may appear during fabrication shall be made good by the contractor . 2.5 The suitability and capacity of all plants & equipments used for erection shall be to the

satisfaction of the engineer. 3.0 Erection of equipments (Pumps and motors) : 3.1 Drawings : The following drawings will be provided by the corporation, which are to be followed

for erection of each equipment :

* General arrangement drawing with outline dimensions. 3.2 Erection of the equipments :

* All equipment erection shall be done by experienced fitters. For this purpose, the contractor shall employ an able erection supervisor and crew who have done similar jobs.

* Erection shall be carried out as per instructions of the equipment manufacturers and direction of site engineer. * All the instruments of hydrant engine such as pressure gauges, Composite gauges etc., including instrument panels, shall be installed by the contractor as part of equipment erection and no separate payment will be made.

3.3 After piping has been connected, the alignment shall be checked by the contractor again, to

ensure the piping connections do not induce any undue stresses on the equipment. 3.4 Pumps will be supplied for erection either completely assembled, couple to the drive and both

mounted on a common base plate or in 3 individual parts as pump assembly, motor and base plate or as pump assembly and motor mounted on separate base plate. The pumps shall be erected on foundations and leveled with shims and wedges with help of precision levels and other instruments. The pump and the driver shall then be coupled and aligned. Final alignment shall be done after all piping connections are made. Shims and wedges where required will be arranged by the contractor.

3.5 Trial runs of equipments - unless indicated otherwise, all equipments shall be subjected to trial

runs up to the satisfaction of the site engineer on load and without load condition. This also includes coordination with the supplier of equipment to commission the same.

4.0 Piping Works : 4.1 Working Drawings :

Drawings accompanying the tender document are indicative of scope of work and issued for tendering purpose only.

The contractor is required to prepare the drawings for the complete piping work with its isometric

view etc. to calculate the actual requirement of various items /fittings like bends ,flanges etc .

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 60 | P a g e

The piping layout must show the expansion loops as per the requirement. The complete set of drawings shall be submitted for approval ,before commencement of the work . No fabrication will start without the approval of IOC. The construction drawings shall include

a) General arrangement drawings. b) Location of all weld seams, weld sizes and details of weld etc.

c) Material to be used. d) Welding procedures and radiographic inspection.

e) Edge preparation and method employed.

f) Tolerances

g) Quality, brand and gauge of electrodes to be used.

h) Details of welding reinforcement

i) Details of brackets for supporting pipes, platforms, etc.

j) Complete bill of materials with item wise quantities for materials to be supplied by IOC

and the contractor.

k) Any correction or modifications suggested by IOC while approving the drawings. The drawings shall be prepared on computer and one CD of as built drawings shall be submitted after completion of work. All drawings are to be prepared on Auto-CAD (on PC).

4.2 Codes/Standards to be followed :

* API - 1104 : ANSI B 31.3 : Code for petroleum Refinery Piping

* IS 823 : Code of procedure of manual Arc welding of mild steel. * IS 814 : Metal arc welding for mild steel. * IS 817 : Welder qualification tests.

4.3 Fabrications : Bends , reducers, expanders ,tees and end blinds provided shall be factory made forged

irrespective of diameter of pipeline .Such fittings shall have approximately the similar material composition as that of pipeline under fabrication.

4.4 Erection :

a. Cleaning - Before erection all pre-fabricated spool pieces, pipe fittings etc. shall be cleaned inside and out side by suitable means. The cleaning process shall include removal of foreign matter such as scale, sand, weld spatter, cutting chips etc. by wire brushes cleaning tools etc., and blowing out with compressed air and/or flushing out with water.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 61 | P a g e

b. Flange Connections - While fitting up matching flanges, care shall be exercised to

properly align the pipes and to check the flanges for trueness so that faces of the flanges can be pulled together without inducing any stresses in the pipes and equipments nozzles.

c. Valves - Valves shall be installed with spindle/ actuators orientation / position as shown

in the layout drawings. d. Line mounted equipments / items - installation for line mounted items like filters, strainers,

sight glasses etc., including their supporting arrangements shall from part of piping erection work and no separate payment shall be made for this work.

4.5 Pipe supports - Pipe supports are designed to effectively sustain the weight and thermal

effects of the piping system and to prevent its vibrations. Location and design of pipe supports will be as per the following table or as given by site engineer:

Nominal pipe size in MM. Maximum span in M. 20/25 mm 2.10 m 050 mm 3.05 m 080 mm 3.60 m 100 mm 4.25 m 150 mm 5.15 m 200 mm 5.75 m 250 mm 6.70 m 300 mm 7.00 m 350 mm & above 7.60 m

The above spacings are indicative and will be kept as per site requirements (min. above) The minimum clearance of 300 mm has to be maintained between the ground and the bottom surface of pipeline . All pipeline supports will be numbered serially for identification.

5.0 Testing of piping system : 5.1 Testing of piping after erection shall be done as per API-1104 and as specified in price bid. 5.2 With the exclusion of instrumentation, piping systems fabricated or assembled in the

shop/factories shall be tested at the site, irrespective of whether or not they have been pressure tested prior to site welding or fabrication.

5.3 A test pressure of 10.5 kg/sq.cm shall be maintained for minimum 4 hours. 5.4 All tests shall be completed to the satisfaction of site engineer including retesting if any

leakage is noticed during testing. 5.5 The site engineer shall be notified in advance by the contractor of testing sequence/ program, to

enable him to be present for witnessing the test. 5.6 All equipments, materials, consumables and services required for carrying out the pressure

testing of piping system shall be provided by the contractor at his own cost.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 62 | P a g e

5.7 Water for testing shall be arranged by contractor at his own cost. 5.8 Test records in triplicate shall be prepared and submitted by the contractor for each piping

system line wise for the pressure test done in the proforma as approved by site engineer. 6.0 Documents to be submitted by contractor : (four copies each)

a. Welders qualification test report as per IS-817.

b. Electrode and material test certificates from the manufacturer.

c. Complete record of the Hydrostatic testing carried out on each section of the pipeline including test certificates for the same for submission to CCOE authorities.

d. Flushing reports.

e. Pipeline quantity certificates for product piping system as per the pipelines laid.

f. On completion of work, as built drawings of complete piping system are to be prepared and

furnished by the contractor as required by IOC. All drawings are to be prepared on Auto-Cad (on PC). The contractor shall submit two CDs containing all drawings, one set of tracing and 3 sets of drawings/ printouts.

g. Pipeline elevation profile for the entire route of pipeline. Any other records as required by the site

engineer.

7.0 HOT WORK PERMIT

7.1 No hot work is permitted without issuance of hot work permit by location in-charge at existing locations.

7.2 After completion of work the site should be cleared of all scrap, contractor‟s equipment and

machinery used in fabrication.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 63 | P a g e

MATERIALS & SPECIFICATIONS FOR PIPING/ STRUCTURAL WORKS

A. MECHANICAL WORKS 1.0 STRUCTURAL SECTIONS 1.1 Structural steel work shall conform to IS: 808 - latest Edition. 1.2 Structural steel materials shall be of SAIL, ISSCO, Vizag Steel or TISCO make and shall be

conforming to IS-2062 Gr A Angles upto ISA 50, flats and square bars shall be of any BIS approved manufacturer duly

approved by Engineer-in-Charge. 1.3 Sectional weight as per IS standard will be considered for payment purposes. 2.0 PIPES 2.1 A. Pipes for Service on MS/ SKO/ HSD/ ATF

S.No. Services Material

1 Pipes on MS/ SKO/ HSD / ATF Services

IS 1239 Part 1, ERW Heavy : Pipe size: 15mm to 150mm, Wall thickness: Heavy API 5 LX Grade B: Pipe size: 200mm to 500mm, With minimum wall thickness: 6.35mm

2.2 Pipe dimension shall be accordance with ASME B36.10, IS:1239 & IS:3589 for wrought steel

pipe, and to B36.19 for stainless steel pipe and respective ASTM STD. for non-ferrous pipes. 3.0 WELDING ELECTRODES 3.1 Welding electrodes shall conform to IS:814 - Covered electrodes for manual metal arc welding of

carbon and carbon maganese steel/American Welding Society, AWS - A5.1 - “Carbon Steel covered Arc Welding Electrodes” - AWS classification Nos. E6010 / E6011 / E6013 / E7015 / E7016 / E7018.

Product piping : Root run: E 6010; Fill Up: E 7018 Water piping : Root/ Fill up: E 6013

3.2 Welding electrodes of any of the following makes can be used :

ESAB India Ltd. GEE Limited Advani Orlekons D & H Welding D & H Sechron Electrodes Ltd Kobe Steels Honavar Electronics Ltd. Modi Arc Electrodes Co Mailam Metallogen (P) Ltd. Anand Arc Electrodes Pvt. Ltd.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 64 | P a g e

4.0 FLANGES 4.1 Material for SORF/ BLRF flanges to conform to ASTM A-105 class 150 upto NB 300 mm dia for

product lines. 4.2 Material for SORF/ BLRF flanges to conform to IS 2062 Gr. A, Class 150 for NB 350mm and

above. 4.3 Flanges shall conform to ASME B16.5 for product lines and water services. 4.3 All flanges shall have raised serrated faces finished to 125 AARH. 4.4 The bore of SORF Flanges shall match the OD of the attached pipe. 5.0 PIPE FITTINGS 5.1 Materials for fittings shall be SW type and conform to ASTM A 105 and ANSI B 16.11 & class

3000 upto 40 mm pipe size. 5.2 Materials for fittings shall be BW conform to ASTM A 234 Gr. WPB, Sch 40 for 50 mm and above

pipe sizes. 5.3 Forged steel SW and threaded fittings shall be in accordance with ASME B16.11, unless and

otherwise noted. 5.4 BW fittings shall be in accordance with ASME B16.9, unless otherwise noted. 6.0 GASKETS 6.1 Gaskets materials shall be of 3 mm thk Compressed Asbestos Fibre (CAF) conforming to IS :

2712 Gr. O/1 for product lines as well as Water service lines. 7.0 STUDS & NUTS 7.1 Materials for studs and nuts shall conform to A 193 Gr.B7 and A194 Gr.2H respectively.

Washers shall be to IS-2016-1967 (Punched washers „A‟ with 2mm minimum thickness). 8.0 RCC HUME PIPE RCC Hume Pipe shall conform to Code : IS - 458 and match with the requirements of Class as

mentioned in Schedule 9.0 VALVES 9.1 All SW valves upto 40 mm size shall be of class 800 All flanged valves (except forged) shall have flanges integral with the valve body. 9.2 Valve Castings / Forgings shall be from approved foundries.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 65 | P a g e

9.3 Yoke materials shall be at least equal to body material. 9.4 Forgings are acceptable in place of Castings but not vice-versa. 9.5 All stainless steel valves shall be of non-magnetic construction and asbestos free. 9.6 Operation

Generally the valves shall be hand wheel or lever operated. However, suitable gear operator in enclosed gear box shall be provided for valves as follows :

a Gate and Globe valves 14” and Larger Class 150 b Ball and Plug Valves 6” and Larger Class 150 c Butterfly Valves 6” and Larger Class 150 Hand wheel diameter shall not exceed 600mm and lever length shall not exceed 400mm on

each side. Effort to operate shall not exceed 35 kgf at hand wheel periphery. However, failing to meet the above requirement, vendor shall offer gear operation.

9.7 Ball / Plug/Butterfly Valves (As applicable)

Each valve shall be supplied with a lever/wrench except for gear operated/motor operated valves.

Soft - seated Ball, Plug & Butterfly valves shall be supplied with antistatic devices.

The ball of Ball valves shall not protrude outside the flange ends.

9.8 A. Cast Steel Gate Valves (CSGV - Class 150) :

Gate Valves shall be conforming to API 600 / 6D for material, construction and dimensions.

1 Body Cast Carbon Steel Conforming to ASTM-A 216 GR WCB.

2 Stem Rising AISI - 410 3 Wedge Solid or flexible, Carbon Steel conforming to ASTM-A 216

GR WCB. Trim of 13% Chromium stainless steel.

4 Yoke Cast Carbon Steel conforming to ASTM-A 216 GR WCB. 5 Bonnet Cast Carbon Steel conforming to ASTM-A 216 GR WCB

- Outside screws.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 66 | P a g e

6 End Flanged with 1.5 mm. raised serrated finish and drilled as per ASME B-16.5 Table 1 A Class 150.

7 Bonnet Gasket Made of corrugated or flat SS-304/soft iron with compressed asbestos filling as per table 1A of API 600.

8 Hand Wheel Malleable iron or steel rounded solid construction. 9 Bonnet Bolts ASTM-A 193 Gr. B7 10 Bonnet Nuts ASTM-A 194 Gr. 2H

All dimensions of gate valve shall be as per Table 4 of API 6D. The valve shall be tested as per API-598.

B. Cast Steel Gear Operated Gate Valves (Class 150) : for 350 mm dia & above for water lines.

Gear Operated Gate Valves shall be conforming to API 600 / 6D for material, construction and dimensions.

1 Body Cast Carbon Steel, Conforming to ASTM-A 216 GR WCB. 2 Stem Rising AISI - 410 with facing 13% chromium steel. 3 Disc Solid or flexible, Carbon Steel conforming to ASTM-A 216 GR

WCB. Trim of 13% Chromium stainless steel.

4 Back Seat Renewable with provision to repack gland packing when line is under pressure.

5 Yoke Cast Carbon Steel conforming to ASTM-A 216 GR WCB. 6 Bonnet Cast Carbon Steel conforming to ASTM-A 216 GR WCB -

Outside screws. 7 End Flanged with 1.5 mm. raised serrated finish and drilled as per

ASME B-16.5 Table 1 A Class 150. 8 Body

Seat Ring Seal welded, made out of carbon steel conforming to ASTM-A 216 GR WCB faced with stellite.

9 Bonnet Gasket

Made of corrugated or flat SS-304/soft iron with compressed asbestos filling as per table 1A of API 600.

10 Hand Wheel Malleable iron or steel rounded solid construction. It shall have spokes to enable operation by chain.

11 Bonnet Bolts ASTM-A 193 Gr. B7 12 Bonnet Nuts ASTM-A 194 Gr. 2H

All dimensions of gate valve shall be as per Table 4 of API 6D. The valve shall be tested as per API-598.

Gear Arrangement :

A reduction gear unit comprising of bevel gears shall be provided of fully enclosed type construction with provision for lubrication and suitable gear ratio arrangement. Thrust bearing may be provided in the gear arrangement as needed. The grease cup shall be of carbon steel.

C. CAST STEEL BALL VALVES (CSBV - CLASS 150)

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 67 | P a g e

Cast Steel Ball Valves shall be conforming to BS-5351 for material, construction and dimensions :

1 Body Cast Carbon Steel. Conforming to ASTM-A 216 GR WCB -

Single piece construction. 2 Stem Anti Blow out SS-316. 3 Body Insert Carbon Steel conforming to ASTM-A 216 GR WCB. 4 Ball SS-316 5 Seat PTFE 6 End Flanged as per ASME B-16.5 Table 1 A , Class 150.

The valve shall be lever operated single port with anti static device and shall be fire safe to API-607/ BS 6755 Part – II. Certificate conforming to Valves being fire safe as per API-607/ BS 6755-Part –II shall be furnished. Number of openings and closing cycles that the valve can withstand for satisfactory operation shall be clearly mentioned. At least it shall be with minimum One Lac Cycles is preferred.

D. CAST STEEL BUTTERFLY VALVES :

Cast steel butterfly valves shall be conforming to API 609/ AWWA-C504/ BS5155 for material, construction and dimensions

1 Body Cast Carbon Steel. Conforming to ASTM-A 216 GR WCB 2 Disc. ASTM-A 216 GR WCB/A351 GR. CF8 3 Shaft/Spindle 13% CR. STEEL (No casting)/AISI 410 (Anti Static) 4 Clamping Rings 13% CR. STEEL /A351 GR. CF8/SS304 5 Body Seat 13% CR. STEEL /SS304 6 Shaft seal Neoprene /Nitrile rubber 7 Body screw/Pin SS304 8 Shaft Bushing PTFE 9 Gland Packing Teflon impregnated asbestos

10 Ends Flanged as per ASME B-16.5 Table 1 A , Class 150/ Wafer type as applicable.

11 Handle MS 12 Requirement Butterfly valves-100% tight shut off

Testing of valves shall be as per API-598 E. CAST STEEL NON RETURN VALVE : (For sizes-NB 80mm and below)

Cast steel non return valves shall be conforming to BS 1868 for material, construction and dimensions.

1 Body Cast Carbon Steel. Conforming to ASTM-A 216 GR

WCB

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 68 | P a g e

2 Cover ASTM-A 216 GR WCB (construction-Bolted) 3 Disc./Piston 13% CR. STEEL 4 Type Lift check (horizontal installation) 5 Body seat ring 13% CR. STEEL (Renewable) 6 Disc Hinge / Hinge

pin 13% CR. STEEL (No casting)

7 Cover bolts ASTM-A 193 GR B7 8 Cover Nut ASTM-A 194 GR 2H 9 Cover gasket Corrugated soft iron/SP. WND. SS304+CAF 10 Ends Flanged as per ASME B-16.5 Table 1 A , Class 150.

Valve shall be tested as per BS -6755 Part-I. F. CAST STEEL NON RETURN VALVE : (For sizes-NB 100mm and above)

Cast steel non-return valves shall be conforming to BS1868 for material, construction and dimensions.

1 Body Cast Carbon Steel. Conforming to ASTM-A 216 GR WCB

2 Cover ASTM-A 216 GR WCB (construction-Bolted) 3 Disc./Piston 13% CR. STEEL 4 Type Swing check (horizontal installation) 5 Body seat ring 13% CR. STEEL (Renewable) 6 Disc Hinge / Hinge Pin 13% CR. STEEL (No casting) 7 Cover bolts ASTM-A 193 GR B7 8 Cover Nut ASTM-A 194 GR 2H 9 Cover gasket Corrugated soft iron/SP. WND. SS304+CAF

10 Ends Flanged as per ASME B-16.5 Table1A, Class 150. Valve shall be tested as per BS - 6755 Part-I. 9.9 Inspection and Testing of Valves A. All testing as per API 598

i. The manufacturing process for valves shall be inspected specially with regard to body

seat ring welding. The welders qualification and the electrode used shall also be verified. ii. The internal quality control procedures being followed shall be witnessed and checked for

adequacy. iii. Checking the serial number of the valves for further reference / identification. iv. Verifying the foundary marking and recording the initials of foundary, size, type, heat no.

etc. to a) Ensure that the castings are from one of the approved foundaries only.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 69 | P a g e

b) Co-relate the marked heat number with the material test certificate provided by the

foundry regarding physical characteristics and metallurgical composition of the material and ensuring that the same is in conformity with standard values as per ASTM-A-216 Gr. WCB.

v. Random visual and dimensional check of the machined body, bonnet, stem, seat rings

and other components to ensure proper machining and conformity to dimensions as per API 600/6D.

vi. Inspect all assembled valves for any surface defects. vii. Verify conformity of dimensions of the valve as per API 600/6D. viii. Operation of all valves for easy opening and closing. ix. Hydrostatic shell test and seat test for all valves. x. 10% low pressure (80%) air seat test.

Inspection of valves shall be carried out before painting.

The inspecting agency shall put identification mark on all cleared valves.

The certificate issued for cleared valves shall specifically mention their conformity to API-600 standards.

B. CAST STEEL BALL VALVES : Inspection and testing of Ball Valves shall be carried out with all above points (i.e. 9.9 A) in

addition with following points :

i) All testing as per API 607/ BS 6755-Part -II ii) Verification of third party certificate issued in respect of : a. Fire safe test as per API 607/ BS 6755-Part -II b. Cyclic test for 1 lac cycles of operation for satisfactory performance and deformity in seat if

any after the above. c. Inspection of valves shall be carried out before painting. d. The certificate issued for cleared valves shall specifically mention their conformity to BS 53of

strainers can be accepted with due approval of IOCL. 10.0 STRAINERS :

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 70 | P a g e

10.1 a Manufacturers Standards for body materials of strainers can be accepted with due approval of IOCL.

b. Internal / Screen - shall be in S.S AISI 304. 10.2 Allowable pressure drop shall be 0.5 kg./cm2 (max.) under clean condition & 0.8 KSC (max)

under clogged condition and also shall be certified by the vendor. Pressure drop calculations shall be furnished as required by Engineer-in-charge / IOCL.

10.3 All 2” and higher sized bucket type strainers shall be provided with ¾“ threaded tap and solid

threaded plug as drain connection. For less than 2”, this shall be ½“ size. 10.4 Strainers for water service for all sizes shall be fabricated Y type to suit a design pressure of 15

KSC. 10.5 All strainers shall be supplied with spare basket complete with straining element. 10.6 All the strainers shall be hydrostatically tested at 15.0 Kg/cm2 pressure.

S. No.

Description Material Specification

1 Body CS ASTMA – 216 GR. WCB 2 Bonnet CS ASTMA – 216 GR. WCB 3 Strainer SS (mesh 30/40) AISI 304 4 Gasket Asbestos CAF 5 Stud & Nut Alloy Steel ASTMA 193 GR.B7/ASTMA 194 GR.2H

11.0 RADIOGRAPHY 11.1 RADIATION SOURCE - Radiographic examination shall be carried out by using Gama radiation. 11.2 RADIOGRAPHIC QUALITY LEVEL - The radiographic quality level required wire IQI‟s shall be

equivalent to the 2-2T level of practice ASTM-E 1025 unless a higher or lower quality level is agreed upon between IOCL and the Contractor.

If it is impossible to place the radiation source inside the pipe, the weld will be inspected with the

source on the outside. An overlap of at least 40mm at the ends of each film shall be required to ensure that the first and last location increment numbers are common to successive films and to establish that no part of a weld has been omitted.

11.3 PROTECTION AND CARE OF FILM All unexposed films shall be protected and stored properly as per the requirements of API 1104

standard and ASTM E 94. The exposed and unexposed film shall be protected from heat, light, dust and moisture.

Sufficient shielding shall be supplied to prevent exposure of film to damaging radiation prior to and following the use of the film for radiographic exposure.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 71 | P a g e

11.4 PROCEDURE- The procedure of radiographic examination shall be qualified to the entire satisfaction of IOCL prior to use. It shall include but not be limited to the following requirement. i ad foil intensifying screen, at the rear of the film shall be used for all exposures. ii. Fine grain films shall be used. iii. A densitometer shall be used to determine film density. The transmitted film density shall be

2.0 and 3.5 throughout the weld. The unexposed base density of the film shall not exceed 0.30.

iv. Radiographic identification system and documentation for radiographic interpretation reports

and their recording system.

12.0 HOT DIP GALVANISING OF STRUCTURAL STEEL ITEMS 12.1 Hot dip galvanising of structural steel shall be conforming with IS2629. 12.2 Zinc containing atleast 98.5% of Zn shall be used for the purpose of galvanising. 12.3 Galvanising coating thickness shall be minimum 75 micron. 13.0 APPROVED VENDORS : The list of approve vendors is attached separately. 14.0 THIRD PARTY INSPECTION : 14.1 It must be noted that whenever, inspection notice is given to the third party for inspection of

materials, a copy will also be dispatched to IOC so that IOCL representatives may join inspection if required. However, party is not absolved of his responsibility of providing proper type and quality of materials including workmanship.

14.2 Third Party inspection may be carried out through any of the list of Approved TPI Agencies enclosed with the Tender documents.

14.3 Inspection may be carried out through any branch of the Approved TPI Agencies.

B. STEEL STRUCTURAL WORK 1.0 General The work covered consists of supply, fabrication & erection of structural steel, pipe supports and

cable trays in strict accordance with this specification and applicable drawings. Structural steel shall conform to IS 2062.

2.0 Codes

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 72 | P a g e

2.1 All structural steel work shall be in accordance with IS : 800 Code of practice for the use of structural steel in General Building Construction and the other Indian Standards referred to therein.

2.2 Indian Standards referred to in these specifications shall be the latest published by Indian

Standard Institute. 2.3 Welding shall be in accordance with Indian Standard IS : 823, IS: 800, IS : 816 and IS : 808

including other relevant I.S. Specification on welding. 3.0 Materials 3.1 All materials used in fabrication shall conform to the requirements as mentioned in the following

codes :

a. Steel for General Structural purposes –

Specification : IS : 2062 Gr A

b. Covered Electrodes for manual metal arc welding of carbon and carbon manganese steel

: IS : 814

3.2 Grating shall be done out of electro forged construction as per the specifications given in tender

to match the required 3.3 Grating shall be galvanised as per requirements specified. 4.0 Fabrication 4.1 All fabrication work shall be in accordance with IS : 800 Section V. 4.2 All fabrication shall be carried out as per the drawings approved by IOCL. 4.3 Platform and ladders shall be shop assembled in the largest unit suitable for handling,

transportation and erection. 5.0 Straightening : 5.1 All material shall be clean and straight. If straightening or flattening is necessary, it shall be done

by a process approved by Engineer-in-Charge / IOCL and in a manner that will not damage the material.

6 Gas Cutting : 6.1 The use of a hand cutting torch is permissible if the metal being cut is not subject to substantial

stress during the operation. Gas cut edges subject to substantial tensile stress shall be cut by a mechanically guided torch, or if hand cut, shall be carefully examined and any nicks removed by grinding. Shearing, cropping and gas cutting shall be clean, reasonably square and free from any distortion and should the inspector find it necessary, the edges shall be subsequently ground.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 73 | P a g e

7.0 Welding : 7.1 Surface to be welded shall be free from loose scale, slag, rust, grease, paint and other foreign

material, and shall be wire brushed and cleaned prior to welding. 7.2 Parts to be fillet welded shall be brought into as close contact as practicable and in no event shall

be separated more than 5mm. If the separation is 5mm or greater, the size of the fillet welds shall be increased by the amount of the separation.

7.3 Abutting parts to be butt-welded shall be carefully aligned together within 3mm gap. Welding

sequence shall be followed to avoid needless distortion, and minimise shrinkage stresses. 8.0 Connections: 8.1 Connections shall be as shown on the drawings. Where details are not given, standa rd

beam connections shall be followed. In any case connections shall be strong enough to develop the full strength of the member and shall be approved by Engineer-in-Charge / IOCL. One sided, or eccentric connections will not be permitted, unless they are shown in detail on the drawing and are approved by Engineer-in-Charge / IOCL

8.2 All shop connections shall be bolted or welded as approved by Engineer-in-Charge / IOCL. 8.3 Welded connections shall be made only where indicated on the drawings or approved by

Engineer-in-Charge / IOCL. Holes shall not be made or enlarged by flame, nor will flame cut of unfair holes in the shop or in the field be acceptable. Grout holes shall be provided in the steel members as shown in the drawings and holes shall be provided in members to permit connections of supported items.

9.0 Inspection: 9.1 The contractor shall arrange for inspection of the fabrication of items as and when directed by

IOCL. 9.2 However, such inspection shall not relieve the contractor of his responsibilities to furnish

satisfactory work. 9.3 Materials of workmanship not conforming to provisions of the specifications may be rejected at

any time defects are found during the progress of the work. 9.4 The Site Engineer shall have free access to the Contractor shop for periodical inspection and all

arrangement/facilities for the inspection shall be provided by the Contractor at his cost. 10.0 Erection 10.1 The positioning, levelling, alignment, plumbing of the structures shall be in accordance with the

relevant drawings. 10.2 Maximum tolerance for line and level of the steel work shall be ± 3mm for any part of the

structure. The structure shall not be out of plumb by more than 3.5mm on each 10 meter section of height as well as not more than 7mm per 30 meter length.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 74 | P a g e

10.3 Wherever so provided in the respective drawings or otherwise as instructed by the Engineer-in-

Charge/IOCL, the Contractor shall so arrange that the structural support is mounted and grouted on concrete foundation.

11.0 Ladders And Rungs (As Applicable) 11.1 Contractor shall provide and install all iron ladders and rungs where indicated and as detailed on

the drawings. He shall also include base plates, fastenings, anchor bolts, guard rails/rings, safety chains, etc.

12.0 Painting (Shop And Site Coat) 12.1 For painting requirements, minimum one coat of primer painting shall be applied after proper

surface preparation as per painting manual for supply of readymade fabricated items to the site. 13.0 Measurements 13.1 All structural steel work shall measured by weight, weights being calculated on the basis of

standard weights of sections used. No allowances shall be made for welding or for bolts, rivets etc. The rate shall include painting of the structural steel work wherever required including shop coat and site coat of primer as per painting specification.

WELDING REQUIREMENTS IN PIPELINE FABRICATION

1.0 WELDING RESPONSIBILITY 1.1 The contractor is responsible for the welding done by welders employed by him. Engineer-In-

Charge shall conduct the tests required to qualify welding procedures, and to qualify the welders and if, necessary re-qualify welders and welding operators.

2.0 WELDING OF PIPELINES 2.1 The welding of pipe lines shall be as per API -1104. 3.0 WELDING QUALIFICATIONS 3.1 QUALIFICATION REQUIREMENTS 3.1.1 Qualification of the welding procedures to be used and of the performance of welders and

welding operators shall conform to the requirements of the ASME Section IX. 4.0 PROCEDURE QUALIFICATION BY OTHERS 4.1 Engineer-In-Charge is responsible for qualifying any welding procedure that will be used.

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

a) The proposed Welding Procedure Specification (WPS) has been prepared, qualified and

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 75 | P a g e

executed by responsible, recognized organization with expertise in the field of welding and b) The Contractor has not made any change in the welding procedure. 4.2 The contractor should accept written responsibility for both i.e. the Welding Procedure

Specifications (WPS) and the Procedure Qualification Record(PQR). 4.3 The contractor has at least currently employed welder or welding operator, who have met with

the following requirements a) While in employment, the welder has satisfactorily passed a performance qualification test using

the procedure and the P-Number material specified in the WPS. b) The performance bend test required by ASME Section IX QW-302 shall be used for this purpose 5.0 PERFORMANCE QUALIFICATION BY OTHERS 5.1 Site Engineer may accept a performance qualification made by certified agencies with the

specific approval of the Engineer-In-Charge. 5.2 The contractor shall obtain a copy from the certified agencies of the performance qualification

test record & submit the same to Engineer-In-Charge with specific recommendation & approval of Inspector with the following details.

a) The name of the agency. b ) The name of the welder or welding operator. c) The procedure identification. d) The date of successful qualification. e) The data that Individual last used, the procedure on Pipeline fabrication.

6.0 QUALIFICATION RECORD 6.1 The Contractor shall maintain a self-certified record, available to the Engineer-In-Charge and

the Inspector. The records will have the following details:

a) The procedure used. b) The welders and welding operators employed showing the date and results of procedure and

performance qualifications c) The identification symbol assigned to each welder and welding operator.

7.0 WELDING MATERIALS FILLER METAL

Filler metal shall conform to the requirements of ASME Section IX. filler metal, not yet incorporated in ASME Section IX may be used with IOC approval, if a procedure qualification test is first successfully made.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 76 | P a g e

8.0 CLEANING

Internal and external surfaces to be thermally cut or welded shall be clean. They will be free from paint oil rust scale and other material that would be detrimental to either the weld or the base metal when heat is applied.

9.0 END PREPARATION 9.1 End preparation is acceptable only if the surface is reasonably smooth and true, and slag from

oxygen or arc cutting is cleaned from thermally cut surfaces.

9.2 Discolouration remaining on a thermally cut surface is not considered detrimental oxidation.

9.3 End preparation, for groove welds specified in ASME or as specified, which meets the WPS is acceptable.

9.4 Edge preparation - The pipes supplied are generally with bevelled ends. However, in case any ends are damaged the cutting/ beveling shall be carried out.

10.0 WELDER‟S IDENTIFICATION SYMBOL 10.1 Each qualified welder and welding operator shall be assigned an identification symbol. Unless

otherwise specified in the engineering design, each weld or adjacent area shall be marked with the identification symbol of the welder or welding operator .In addition of marking the weld, appropriate records shall be maintained.

TACK WELDS

a. Tack welds at the root of the joint shall be made with filler equivalent to that to be used in the root

pass.

b. Tack welds shall be made by a qualified welder or welding operator.

c. Tack welds shall be fused with the root pass weld, except that those which have cracked shall be removed. Bridge tacks (above the weld) shall be removed.

d. Tack welds used in assembling shall be removed and surface grinded properly and gaps filled

with weld metal. PEENING Peening is prohibited on the root pass and final pass of a weld. 11.0 CLIMATIC CONDITIONS

No welding shall be done if there is impingement, of rain, snow, sleet or excessive wind on the weld area or if the weld area is frosted or wet.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 77 | P a g e

Electrodes for welding shall be stored in a dry place (HOT CASE) in their original packets or cartons.

12.0 FILLET AND SOCKET WELDS Fillet welds, including socket welds, may vary from convex to concave. The size fillet weld shall

be as per engineering design.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 78 | P a g e

FORMAT FOR WELDING PROCEDURE SPECIFICATIONS (WPS)

1. Contractor‟s Name _________________________________________________ 2. By ______________________________________________________________ 3. WPS No. (S) _________________________________ Date ______________ 4. Supporting PQR No. (s) _______________________________________________ 5. Revision No. _________________________ Date _______________________

6. Types of Welding _______________________________________ _______ Process (es) (Automatic, Manula, machine or Semi Automatic)

Notes : 1) Tenderers to sign Pg. Nos.___ to ___in token of acceptance of formats. 2) Details have to be filled in by the successful tenderer at the time of acceptance of W.O WA. JOINT l. Joint Design _____________________________ 2. Backing (Yes) _______________ (No) _______________________ 3 Type of Backing Material _____________________________ Notes: a) The general arrangement of the parts to be welded should be shown by sketches,

drawings, weld symbols or written detailed description. The root spacing and the details of weld groove should be specified.

b) The contractor should attach the sketches to illustrate joint design, weld layers and bead sequence e.g. for notch toughness procedures, for multiple process procedures etc.

WCI POSITIONS l. Position(s) of Groove

2. Welding Progression : Up __________________________

Down ________________________

3. Position(s) of Fillet _______________________________________ WC2. PREHEAT

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 79 | P a g e

1. Preheat Temp. Minimum ______________________________________

2. Interpass Temp. Max _________________________________________

3. Preheat Maintenance _________________________________________ Note: Continuous or special heating where applicable should be recorded

WC3. GAS 1 Shielding Gas(es) __________________________________________ 2 Percent Composition (mixtures) _______________________________

3 Flow Rate__________________________________________________ 4 Gas Backing________________________________________________ 5 Trailing Shielding Gas________________________________________ WC4. ELECTRICAL CHARACTERISTICS

1 Current AC or DC___________ Polarity_________________

2. Amps.(Range)______________ Volt- (Range)_____________

3 Tungsten Electrode ________________________

Size & Type (Pure Tungsten-2% Thoriated etc.)

4. Mode of Metal Transfer _________________________________ For GNAW (Spray arc, short circuiting arc etc.)

5. Electrode Wire feed speed range _________________________

Notes:

a. Amps. and volts range should be recorded for each electrode size, position and thickness etc.

b. This information may be listed in a tabular form similar to that shown above WCS. TECHNIQUE 1. String or Weave Bead ______________________________________ 2. Orifice or Gas Cup Size _____________________________________ 3. Initial and Interpass Cleaning ________________________________ (Brushing,

Grinding etc.) 4. Method of Back Gouging ____________________________________

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 80 | P a g e

5. Oscillation ______________________________________________ 6. Contact Tube to Work Distance ______________________________ 7. Multiple or Single Pass (per side) ____________________________

8. Multiple or Single Electrodes _______________________________ 9. Travel Speed (Range) ___________________________________ 10. Peening ______________________________________________ 11. Other ______________________________________________ WB. STEEL PLATES MATERIAL (BASE METAL) 1. P.No.________Group No. _______ To P. No.______ Group No._____________

OR

2. Specification ____________ Specification _________________

to

type and grade ____________ type and grade ________________

OR

3 Chem. Analysis Chem Anlysis ________________

and Mech. Prop. _____________ and Mech. Prop. ______________ 4. Thickness Range : 5- Base Metal : Groove ___________________ Fillet____________________ 6. Deposited : Groove ___________________ Fillet____________________ Weld Metal 7. Plate thickness Groove ___________________ Fillet____________________ range 8. Other __________________________________________________ ______________________________________________________________________

WC. ELECTRODES

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 81 | P a g e

1. F.No. _____________________ Other__________________ 2. A.No. _____________________ Other ____________________ 3. Spec. No. (SFA) _______________________________________________ 4. AWS No. (Class) _______________________________________________ 5. Size of filler metals _______________________________________________ (Electrode, Cold Wire, Hot Wire etc.) 6. Electrode Flux (Class )______________________________________________ 7. Flux Trade Name _______________________________________________

Notes: Each base metal filler metal combination should be recorded individually.

WELD LAYERS

PROCESS FILLER METAL CURRENT VOLT RANGE

TRAVEL SPEED RANGE

OTHER eg. Remarks,

Comment Hotwire, Addition

Technique, Torch Angle, Etc.

CLASS DIA TYPE POLAR

AMP. RANGE

FORMAT FOR PROCEDURE QUALIFICATION RECORD (PQR)

1. Contractor‟s Name _______________________________________________ 2 PQR No. _______________________________________________ 3. Date _______________________________________________

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

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 82 | P a g e

GROOVE DESIGN OF TEST COUPON Note :

For combination qualifications the deposited weld metal thickness shall be recorded for each filler metal or process weld.

PB. STEEL PLATES MATERIAL ( BASE METAL )

1 Material Spec. _________________________________________

2. Type of Grade _________________________________________

3. P.No. _______________To P.No.___________________

4. Thickness of Test Coupon _________________________________________

5. Size Test Coupon _________________________________________

6. Other _________________________________________

PC. WELDING ELECTRODES (FILLER METALS)

1. Weld Metal Analysis A-No.__________________________________________

2. Size of Filler Metal __________________________________________

3. Filler Metal E-No. __________________________________________

4. SPA Specification __________________________________________

5. AWS Classification __________________________________________

6. Other __________________________________________

______________________________________________________________________

PC1. POSITION 1. Position of Groove __________________________________________ 2. Weld Progression (Up, Down)________________________________________ 3. Other __________________________________________

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 83 | P a g e

PC2. PREHEAT 1. Preheat Temp. __________________________________________ 2. Interpass Temp. __________________________________________ 3. Other __________________________________________

PC3. GAS 1. Types of Gas of Gases __________________________________________ 2. Composition of Gas Mixture__________________________________________ 3. Other __________________________________________

PC4. ELECTRICAL CHARACTERISTICS 1. Current __________________________________________ 2. Polarity __________________________________________ 3. Amps. _____________________________________

4. Volts ______________________________________

5. Tungsten Electrode Size__________________________________________

6. Other __________________________________________

PC5. TECHNIQUE 1. Travel Speed __________________________________________ 2. String or Weave Bead __________________________________________ 3. Oscillation __________________________________________

4. Multipass or Single __________________________________________ Pass (per side)

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 84 | P a g e

5. Single or Multiple __________________________________________ Electrodes

6. Other __________________________________________

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 85 | P a g e

SPECIMEN NO.

WIDTH THICKNESS AREA ULTIMATE TOTAL

LOAD Kgs.

ULTIMATE UNIT

STRESS Mpa

LATERAL EXP.

% SHEAR MILES BREAK NO BREAK

TENSILE TEST

GUIDED BEND TEST

TYPE AND FIGURE NO.

TYPE OF FAILURE AND LOCATION

RESULT

TOUGHNESS TEST

SPECIMEN NO.

NOTCH LOCATION

NOTCH TYPE

TEST TEMP.

IMPACT VALUES

DROP WEIGHT

FILLET WELD TEST

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 86 | P a g e

1. RESULT

Satisfactory : Yes __________________ No __________________

2. PENETRATION INTO PARENT METAL :

Yes __________________ No __________________

3. MACRO –RESULTS __________________ OTHER TESTS 1. TYPE OF TEST ________________________________________________ 2. DEPOSIT ANALYSIS_______________________________________________ 3. OTHERS ________________________________________________ 1. WELDER‟s NAME ________________________________________________ 2. CLOCK NO. ______________________STAMP NO._______________ 3. TEST CONDUCTED BY_____________________________________________ 4. LABORATORY TEST NO.___________________________________________

This is to certify that the statements in this record are correct. We also certify that the test welds were prepared, welded and tested in accordance with the requirements of Section IX of the ASME Code.

Manufacturer ________________________

Date ________________ By _________________________ Detail of record of tests are illustrative only and may be moulded to conform to the type and number of tests required by the Code.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 87 | P a g e

CONTRACTORS RECORD OF WELDER QUALIFICATION TESTS

Welder Name___________________________________________________________

Check No _________________ Stamp No ______________________________

Using WPS No ________________ Revision __________________

The above welder is qualified for the following ranges SN. DESCRIPTION RECORD ACTUAL VALUES QUALI Fl CATION USED IN QUALIFICATION

1 Process 2 Process Type 3 Backing (Metal, weld, flux etc) 4 Material Specs

a. Plate thickness c. Groove

d. Fillet

5 Filler Metal

Spec No

Class

F. No

6 Position

7 Weld Progression

8 Gas Type

9 Elec. Characteristcs

a Current

b Polarity

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 88 | P a g e

GUIDED BEND TEST RESULTS

TYPE & FIGURE NO. RESULT

RADIOGRAPHIC TEST RESULTS

For alternative qualification of groove welds by radiography Radiographic

Results________________________________________________________________ FILLET WELD TEST RESULTS

Fracture Test __________________________________________________________ (Describe the location, nature & size of any crack of tearing of the specimen)

Length and Percent of Defects______________________________ INCHES______%

Macro Test – Fusion _____________________________________________________ Appearance - Fillet Size(ing) _____________________in. X___________________ in. Convexity ________________________________in. or Concavity ________________

Test Conducted by ______________________________________________________

Laboratory - Test No._____________________________________________________

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

Organisation ____________________________

Date ______________ By ______________________________ Details of record 1tests are illustrative only and may be modified to conform to the type & number of tests required by the Code. Note : Any essential variables in addition to those above shall be recorded.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 89 | P a g e

ELECTRODE QUALIFICATION TEST RECORD Date____________________________ Test started on____________________

Test completed on_________________

A. DETAILS __________________________________________________________ 1. Tested at_________________________________________________________

2. Work order no.____________________________________________________

3. Sponsoring Agency ________________________________________________

4. Manufacturer‟s Name_______________________________________________

5. Brand Name _____________________________________________________

6. Welding Positions__________________________________________________

7. In combination with (if any) __________________________________________

8. Reference Code & Classification______________________________________

9. Special requirements (if any) _________________________________________ 10. Batch No. with date & size ___________________________________________

SN. ELECTRODE SIZE BATCH NO. DATE OF MANUFACTURE

REMARKS

B. TESTS 1. All weld tests______________________________________________________ 2. Base material used ________________________________________________ 3. Buttering used ____________________________________________ Yes/No. 4. Preheat Temperature ______________________________________ Deg.C 5. Interpass Temperature _________________________________ Deg.C 6. PWHT details soaking Tem./Time_____________________________________

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 90 | P a g e

7. Visual Examination _______________________________________________

WELDER‟S IDENTIFICATION CARD

PHOTOGRAPH

1. Name - 2. Identification - 3. Date of Testing - 4. Valid until - 5. Process - 6. Thickness - 7. F. No. - 8. Approval of welding - 9. Position - Approved by Employee‟s Signature with Seal

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 91 | P a g e

RADIOGRAPHIC INSPECTION PROCEDURE (PIPELINES) 1.0 RADIOGRAPHIC INSPECTION .GENERAL Radiographic inspection of weld joints shall be conducted as per latest API 1104. The radiographic

requirement shall be as given below.

First weld of each welder is to be radiographed except that for pipe 100 mm and lower in nominal size, where the first two welds of each welder are to be completely radiographed.

The radiographic procedure shall be approved by the Owner‟s Inspector, the procedure and quality of

radiographic examination, limits of acceptability, repair and removal of defects shall be as per API code 1104, ASTM E-94 and ASTM E-142.

The contractor shall be responsible for carrying out radiography, rectification of defects and re-

radiography of welds repaired and rectified. He shall make necessary arrangements for providing the equipments as well as radiographic film for the satisfactory and timely completion of the job.

Radiographic inspection of the welds shall be preferably made with X rays. Iridium 192 isotope or

any other source may be used with the approval of the site engineer.

The contractor shall fulfill all the statutory safety requirements in handling the X ray or Gama Ray equipments.

The details of the radiography shall be duly entered and signed by him in a register and shall be

submitted to the Owner‟s Inspector for approval.

The contractor shall afford all necessary facilities to the inspector at site such as darkroom with controlled temperature, viewer etc. for the examination of the radiographic film.

Interpretation of radiographs shall be done as per acceptable standards.

When the entire joint is unacceptable, the weld shall be cut completely and the pipe ends shall be

restored for re-welding. After re-weld the joint shall be again checked.

No repair of welds shall be done without prior permission of the site engineer.

For each weld found unacceptable due to welder‟s fault such as lack of fusion and penetration, two additional checks should be carried out on welds performed by the same welder whose joint was judged unacceptable originally. The operation is progressive and the procedure of radiographing two additional welds for each weld deemed unsatisfactory shall be followed till such time two consecutive satisfactory welds are obtained.

The contractor shall carry out these additional radiographs at his own expense.

To avoid the possibility of too many defective welds by as single welder going undetected over a

period of time, the contractor shall arrange to radiography promptly so that there is no backing in radiography.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 92 | P a g e

Repairs and / or work of defective welds shall be done in time to avoid delays in the construction programme.

2.0 EXAMINATION OF RADIOGRAPHS

The radiographic examination method employed shall be in accordance with the ASME Boiler and Pressure Vessel Code Section V “Non Destructive Examination” Article 2.

The requirements of Article 2, Section V of ASME code are to be used only as a guide.

However, final acceptance of radiographs shall be based on the ability to see the prescribed penetrameter image and the specified hole. Contractor will engage minimum one L-2 inspector at site for interpretation of radiographs which in-turn will be submitted to IOC‟s M&I deptt. for final interpretation.

3.0 DETERMINATION OF LIMITS OF DEFECTIVE WELDING

When a section of weld is shown by radiograph to be unacceptable under provisions of 10.1 or limits of the deficient welding are not defined by the radiograph, two adjacent spots shall be examined by radiography.

However, if the original radiograph shows at least 75 MM of acceptable weld between the

defect and any one edge of the film, an additional radiograph need not be taken of the weld on that side of the defect.

If the weld at either side of two adjacent sections fails to comply with the requirements of

10.1 additional nearby spots shall be examined until the limits of acceptable welding are determined or the fabricator may replace all the welding performed by the welder on that joint.

If the welding is replaced one radiograph should be taken at any selected location on any

other joint on which the same welder has welded. If any of these additional spots fails to comply with the requirements of 10.1 the limits of

unacceptable welding shall be determined as specified for the initial section 4.0 REPAIR OF DEFECTIVE WELDS

The defective weld shall be removed by chipping or melting out by thermal gouging process from both sides of joint and re-welding. Only sufficient cutting out of the defective joints, as is necessary to correct the defect, is required.

All repaired weld in joints shall be checked by repeating the original inspection procedure and

by repeating the hydrostatic testing / vacuum box testing method. 5.0 RECORD OF RADIOGRAPHIC EXAMINATION

The fabricator shall make a record consisting of all films with their identification marks and submit the same on completion of work.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 93 | P a g e

RADIOGRAPHIC INTERPRETATION OF WELD JOINTS AS PER API 1104

STANDARD FOR WELDING PIPELINES & RELATED FACILITIES FOR PIPE 2 – 3/8” OD & ABOVE 1. CRACK : Not acceptable 2. LACK OF ROOT PENETRATION/ : Individual defect shall not exceed FUSION

1” in 12” weld length. 3. LACK OF SIDE WALL FUSION : Shall not exceed 2” Total length shall not exceed 3” in weld length. 4. INTERNAL CONCAVITY : Not acceptable. 5. POROSITY : Max. dimension shall not exceed ½” in 12”weld length. Distribution of gas pockets as per porosity chart given in code. 6. BURN THROUGH : Individual defect shall not exceed ¼” 7. SLAG INCLUSION : Any elongated slag shall not exceed 2” in length or 1/16” in width. Total length of such defect shall not exceed 2” in

12” weld length. Parallel slag lines shall be considered as

separate conditions if width of either exceeds 1/32”.

Isolated slag inclusion width shall not exceeds

1/8”. Total length of any isolated inclusion shall not

exceed ½” in 12” length of weld nor shall there be four isolated inclusion of width greater than 1/8” in this length.

8. UNDER CUTTING : Undercutting shall not exceed 1/32” in depth and 2” length under cutting adjacent to the root bead shall not exceed 2” in length.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 94 | P a g e

PRESSURE TESTING OF PIPELINES 1.0 GENERAL :

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

This recommended practice covers the hydrostatic testing of new and existing petroleum

pipelines and the dynamic testing of existing pipelines. It recommends minimum procedures to be followed, equipment to be used and conditions to be considered during the hydrostatic and dynamic testing of pipelines.

Nothing in this recommended practice should be considered as a fixed rule for application

without regard to sound engineering judgment. Certain Governmental requirements may differ from the criteria set forth in this recommended practice, and its issuance is not intended to supersede or override such requirements.

2.0 TEST MEDIUM

The hydrostatic test should be conducted with potable water. However for ATF & A.V. Gas pipeline the product may be used as testing medium.

3.0 EQUIPMENT FOR A HYDROSTATIC TEST: 3.1 Equipment for the hydrostatic test should be properly selected and in good working order.

Equipment affecting the accuracy of the measurements used to validate the specified test pressure should be designed to measure the pressures to be encountered during the hydrostatic test.

3.2 Equipment for conducting the hydrostatic test may include the following : a) a high volume pump capable of filling the line at minimum velocity of 2 km/h (approximately 1 mph) b) a test medium supply line filler capable of ensuring a clean test medium. c) An injection pumps to introduce corrosion inhibiters or other chemicals into the test segment, if their

use is required. d) A meter or other comparable means of measuring line fill. e) A variable speed positive displacement pump capable of pressurizing the line at least 7 kg/Sqcm.

(approximately 100 psi) in excess of the specified test pressure. The pump should have a known volume per stroke and should be equipped with a stroke counter ( a constant speed pump having a variable flow rate control may be used in lieu of the above if the liquid test medium injected into the pipeline is measured during pressurization.

f) Portable tank, if required, capable of providing a source of liquid test medium.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 95 | P a g e

g) A large diameter bourdon tube type pressure gauge with a pressure range and increment divisions necessary to indicate anticipated test pressures.

h) A deadweight tester certified for accuracy and capable of measuring increments of 0.1 Kg/Sqcm

(1.5 psi). i) A 24 hour recording pressure gauge with charts and ink. This gauge should be deadweight tested

immediately prior to and after use. j) Two glass laboratory thermometers, with a 75 mm. (approximately 3 in) immersion capability,

capable of measuring temperatures from 0 deg. C (32 Deg.F) to 50 Deg.C (122 Deg.F) k) A 24 hour recording thermometer capable of recording temperatures from 0 Deg. C (32 Deg.F) to

50 Deg.C (122 Deg.F). l) Pigs, scrappers, spheres and similar devices to be used to clean the test segment and to facilitate

the removal of air from the line. m) Temporary manifolds and connections as necessary. n) Equipment, materials and fluids needed to displace the test medium from the test segment.

4.0 TEST PLAN:

The following factors should be considered in planning a hydrostatic test :

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

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

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

d. Anticipated temperature of test medium, atmosphere and ground.

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

f. Locations and requirements for test medium disposal.

g. Profile and alignment drawing maps.

h. Safety precautions and procedures.

5.0 TEST PROCEDURES :

A hydrostatic test procedure diagram with explanatory notes and data should be prepared prior to testing and should indicate in a detailed fashion the following :

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 96 | P a g e

a) The length and location of the test segment (s). b) Test medium to be used. c) Procedures for cleaning and filling the line. d) Procedures for the pressurization of test segment (s) including the locations of the injection points

and the specified minimum and maximum test pressures. e) Minimum test duration for test segment (s). f) Procedures for removal and disposal of test medium. g) Safety precautions and procedures.

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

6.0 LINE FILL AND CLEANING:

6.1 The line fill operation should serve the dual function of cleaning the line and introducing the necessary test medium into the test segment, screens or filters should be installed in the test medium supply line to control the contamination of the test medium by debris or sediment. The quality and source of water should be determined. Water which is not free of sediments and may be injurious to the pipe, valves, equipments etc. should not be used unless it is filtered. The filling operation should be planned and executed in a manner which prevents the infusion of air into the test segment. Vents, if necessary should be provided on the test segment to permit the purging of trapped air. Pumping of the test medium should continue until the pigging devices have been received at the receiving scraper trap, or until they have passed the block valve terminating the test segment.

7.0 PRESSURIZATION :

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

7.2 The test segment should be pressurized at a moderate and constant rate. When approximately

70% of the specified test pressure is reached, the pumping rate should be regulated to minimize pressure variations and to ensure that increments of no greater than 1 kg/ sqcm may be accurately read and recorded. Pipe connections should be periodically checked for leaks during pressurization.

8.0 THE TEST HOLD : 8.1 When the test pressure is reached, pumping should be stopped and all valves and connections to the line

should be inspected for leakage, a period of conservation should follow during which test personnel verify that specified test pressure is being maintained at the line pressure and temperature have stabilized. Upon the completion , the injection pump should be disconnected of its connection to the pipeline and checked for leakage. Pressure should be monitored and recorded continuously during the duration of the test.

9.0 DISPLACEMENT OF TEST MEDIUM : Water should be completely drained off. This can be accomplished with spheres, squeegees and / or other

pigging devices wherever practical. Water should be disposed off at approved locations in a manner that will cause minimal environmental effects.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 97 | P a g e

SAFETY RULES AND REGULATIONS

1.0 GENERAL SAFETY RULES AND REGULATIONS

1.1 The objective of the document is to provide and establish a construction Site safety Management System.

1.2 This "Summarized safety Requirement" shall be employed on the Site and shall be obligatory on the Contractor.

1.3 The Contractor shall familiarize himself with all the Health, Safety & Environment manuals available at the Owner's as well as the Contractor‟s office.

2.0 Health Safety Environment at Site

2.1 Safety - A Line Function

The Health Safety & Environment at site is a line function and hence it is the responsibility of the concerned Contractor to ensure that all activities at all times shall be carried out as per the Safety norms.

2.2 First Aid

First aid is defined as the prompt treatment of injuries such as cuts or bruises. More serious injuries involving fractures or breakage to limps, head injuries or other severe wound should be treated by qualified and experienced medical personnel.

In the absence of any permanent medical facility at Site the Contractor shall be responsible for establishing first aid facilities at Site and arranging emergency transports.

The Contractors shall establish their own first aid facilities at the Site and arrange emergency transports, when required. The Contractor shall provide first aid boxes or similar containers like bags or cupboards that are designed to protect the contents from damp and dust. The boxes and containers should be clearly identified as first aid containers and kept in easily accessible places which should be made known to every employee of that location.

Sufficient quantities of each medicine should always be replaced as necessary. Contents should be checked regularly for expiring dates.

3.0 Responsibility

Responsibility of the Contractor

- The contractor is responsible for the Safety of his employees and those of his sub -contractors and for the implementation of the Safety requirements in the execution of the Contract.

- Smoking limitations - General hygiene and Sanitation codes to be followed at site. - Traffic and parking regulation - Housekeeping Standards

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 98 | P a g e

- Prohibition of the use of solvents, chemicals and oil products for any purpose unless specifically authorised

- Use of Safe equipment such as personal protective equipment, fire extinguishers and life-saving devices.

- 3.1 The Contractor shall ensure that all his tools, tackles and equipment are inspected. 4.0 House Keeping

The Site shall be kept clean and tidy at all times to prevent hazards and improve general working conditions. Rags, paper, wood shavings and other flammable materials shall not be scattered over and shall be collected and disposed of in sufficient frequency. Temporary electrical cables shall be installed as not to cause a tripping hazard to personnel, nor be liable to mechanical damage by equipment. Cables joined by tapes are not permitted for power tools and welding sets. All electrical tools shall be grounded. Only armoured / YY cables shall be used. Elevated cables shall be installed at such a height as to allow unrestricted movement of construction equipment and vehicles. The area where piling is going on should be kept clean to avoid accidents due to slippery ground. Equipment or materials stored at the Site shall not obstruct access to essent ial facilities and/or equipment, such as fire extinguishers, fire hydrants valve, gauges, emergency exists, etc.,

5.0 PERSONAL PROTECTIVE EQUIPMENT 5.1 Head Protection

All personnel shall be issued with safety helmets, which shall be used at all times t hat personnel are on the SITE.

Safety helmets shall be checked periodically for signs of wear, and in particular for cracks in the shell, and damage to the hammock. Any evidence of such wear shall result in the helmet being discarded, and a replacement issued.

Helmets shall not be painted, as this may result in embrittlement of the shell.

5.2 Hand Protection

Gloves shall be used by personnel involved in works for possibility of 'the following hazards.

- risk of abrasion - risk of cutting - risk of tearing

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 99 | P a g e

- risk of chemical, or other, burn - risk of infection

The wearing of gloves should be avoided if possible, when works are being carried out on, or immediately next to rotating or moving equipment.

5.3 Foot Protection

Suitable safety footwear, shall be worn by personnel, considering the nature of works and such hazards as :

- risk of crushing by heavy objects - penetration by sharp objects - penetration by chemicals or harmful liquids - weld spatter

6.0 SAFETY IN ELECTRICITY

Only authorized persons shall carry out operations and maintenance of electrical systems.

Ensure isolation of the electrical system before taking up the work. Display "Look Out" Board.

Use proper protective equipments

Check for defective cables cracked or perished insulation, loose joints in condu its, damaged fuse boxes and switch boards, loose pins, faulty sockets and defective earth wire. Do not overload in electrical equipment. If the fuse blows, report it. Do not fit make-shift fuse wire. Do not use lighting circuits for portable tools Avoid kinking or twisting, binding or crushing of cables. Do not use portable tools near inflammable vapour or gases. Ensure that all the equipments are suitably earthed All switch boards, extension boards, etc. should be protected from rain and water and no water logging should be allowed around switch boards. Earth leakage earthen breakers should be provided on all distribution boards and main switch boards. Arrange all machinery such as welding machine, generators, cutting machine etc. in such a way that special fire risk equipment are segregated and protected.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 100 | P a g e

Do not accumulate unwanted material near the machines which may cause fire hazards. COZ type fire extinguisher must be kept in main D.B. Boards. No smoking board should be displayed at various points. Storage place should have proper ventilation Electrical, welding, cables should be stored properly and secured from theft. No smoking' boards should be displayed in store. Electrical tools shall be checked to ensure the supplied voltage is comparable to the machine's design. Electrical leads and connections shall be inspected for signs of damage or wear, and repaired or replaced accordingly. At no time shall two (2) or more power tools be connected to a single power pl ug. Wherever required, electrical tools shall be properly earthed. Ensure all fuses are of good quality and conform to correct ratings. MCBS are better than ordinary fuses. In new installations, a totally enclosed switch gear is recommended. Electrical maintenance workman working around a wet area near a fuse box must use wooden platform, insulated tools or rubber boots. Always replace a fuse with the same type and size as the original, for e.g. a copper wire or other conductor must never be used as substitute.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 101 | P a g e

SPECIFICATION FOR BLAST CLEANING & PAINTING OF PIPELINES, STRUCTURAL WORKS, MILD STEEL, VERTICAL CONE ROOF/FLOATING ROOF OIL STORAGE TANKS AND WATER TANKS 1.0 GENERAL 1.1.1 These specifications define basic requirements for painting of mild steel vertical cone roof & floating

oil storage tanks. 1.1.2 It is deemed that the work shall be carried out by the contractor with the best quality of specified

material and workmanship at his own cost. 1.1.3 Adequate numbers of required tools, brushes, blast material, scaffolding, shot/Blasting equipment,

air compressors, digital Alcometer (for measuring dry film thickness of coat of primer & finish paint), other required equipments shall be arranged by the contractor at site. Digital Alcometer shall be arranged by the contractor prior to commencement of primer work & shall be available at site till the entire painting work is completed, as per instructions of Site Engineer.

1.1.4 During storage and application of paints, the paint manufacturer‟s instructions shall be strictly

followed. Particular attention shall be paid to the following: Proper storage avoiding exposure and extreme temperature. Specified surface preparation. Mixing and thinning. Application of paints and the recommended time intervals between consecutive paint coats. Two pack paint system will be mixed by mechanical means. The Site Engineer/ Engineer-In-Charge

may allow hand mixing of small quantities at his discretion. Restrictions for number of batches per tank.

2.0 SPECIFICATION FOR BLASTING AND PAINTING OF TANKS

2.1 Material Specification

A) SHOT

The shot used for Blasting shall be free from moisture, impurities salt and shall have a maximum particle size of not more than passing through a 500 micron mesh (IS.)

B) BRUSHES The brushes used in painting shall conform to IS: 384 C) PRIMER COAT

The primer used must provide good protection against corrosion and shall leave a tough adherent film which will form a suitable base for the following coats. It shall conform to given specifications.

D) FINISH COAT

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 102 | P a g e

The finish coats shall conform to given specifications.

E) SKY BLUE PAINT

The sky blue paint shall be used for painting over surface of water tank. F) Only superior grade paints of approved make and quality and conforming to given specification

shall be used. Contractor shall obtain approval from site engineer in writing before procurement of primer/paint etc. and shall obtain approval from site in sealed and unopened condition for inspection and approval of site engineer/ engineer-in-charge for use of paints at site.

2.2 GENERAL NOTES

A) The blasted surface shall not be kept exposed to atmosphere for more than 24 hours (particularly at night time when humidity %age in atmosphere is more and might spoil the surface prepared).

B) The first coat of primer shall be applied soon after cleaning and before any visible rusting

occurs. C) The paint coat shall be smooth and even and shall not show any trace of brush mark. The

bands, lettering, etc. shall be carried out as per drawing after the external painting is completed.

SURFACE PREPARATION BY HAND CLEANING / WIRE BRUSH CLEANING SSPC SP2 USING PROPER HAND TOOLS.

1. GENERAL These specifications define basic requirements for painting of mild steel vertical cone roof & floating oil storage tanks and steel works.

2. MIXING AND THINNING:

a) All containers of coating material shall remain in unopened original manufacturer's containers until required for use.

b) Painting material which has jelled or otherwise deteriorated during storage shall not be used.

c) All ingredients in any container shall be thoroughly mixed before use to a smooth and uniform consistency. Mechanical agitation during application shall be sufficient to keep pigment in solution.

d) Painting material shall not be mixed or kept in suspension by using a bubbling air stream.

e) Where a skin has formed in the container, the skin shall be cut loose and discarded. If such skins are sufficiently thick to have practical effect on the composition and quality, the paint shall not be used.

g) No thinner shall be added unless necessary for proper application. Thinning shall not exceed limitation established by manufacturer.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 103 | P a g e

h) When use of thinner is permissible, it shall be added during the thinning process. Painters shall not add thinner after paint has been thinned to the proper consistency. All thinning shall be done under proper supervision.

3. PAINT SYSTEM: The system of paints for the tanks shall be as per enclosed sheets: Approved Paint Manufacturers:

1) Asian Paints (India) Ltd. 2) Berger Paints India Ltd. 3) Bombay Paints

4) CDC Carboline 5) Goodlass Nerolac Paints 6) Sigma Coatings.

7) Shalimar Paints 8) Grand Polycoat 9) Coromandel Prodorite

10) Akzo Nobel Coatings India Ltd.

4.0 APPLICATION:

4.1 FOR TANK:

4.2 Surface shall not be coated in rain, wind, snow, fog, mist or in areas where injurious airborne elements exist, when the steel surface temperature is less than 3 o C above dew point, when the relative humidity is greater than 80% or when the temperature is below 4.5 o C.

4.3 Brush application of paint shall be in accordance with the following.

a) Brushes shall be of a style and quality that will enable proper application of paint. Round or oval brushes are most suitable for rivets, bolts, irregular surfaces and rough or pitted steel. Wide flat brushes are suitable for large flat areas but they shall not have a width over five inches.

b) The brushing shall be done so that a smooth coat as nearly uniform in thickness as possible is obtained.

c) Paint shall be worked into all corners.

d) Any runs or sags shall be brushed out.

e) There shall be a practically no brush marks left in the applied paint.

f) Surfaces not accessible to brushes shall be painted by spray, daubers or sheep skin.

4.4 Air spray application shall be in accordance with the following:

a) The equipments used shall be suitable for the intended purpose, shall be capable of properly atomizing the paint to be applied and shall be equipped with suitable pressure regulators and gauges. The air caps, nozzles and needles shall be those recommended by the manufacturer of the equipment for the material being sprayed. The equipment shall be kept in satisfactory condition to permit proper paint application.

b) Traps or separators shall be provided to remove oil and condensed water from the air. These traps or separators must be of adequate size and must be drained periodically during operations. The air from the spray gun impinging against the surface shall show no condensed water or oil.

c) Ingredients shall be kept properly mixed in the spray pots or containers during application by continuous agitation.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 104 | P a g e

d) The pressure on the material in the pot and of the air at the gun shall be adjusted for optimum effectiveness. The pressure on the material in the pot shall be adjusted when necessary for changes in elevation of the gun above the pot. The atomizing air pressure at the gun shall be high enough to properly atomize the paint but not so high as to cause excessive fogging of paint, excessive evaporation of solvent or loss by overspray.

e) Spray equipment shall be kept sufficiently clean so that dirt, dried paint and any other foreign materials are not deposited in the paint film. Any solvent left in the equipment shall be completely removed before applying paint to the surface being painted.

f) Paint shall be applied in uniform layer, with overlapping at the edge of the spray pattern. The overspray pattern shall be adjusted so that the paint is deposited uniformly. During application, the gun shall be held perpendicular to the surface and at a distance, which will ensure that a wet layer of paint is deposited on the surface. The trigger should be released at the end of each stroke.

g) All runs and sags shall be brushed out immediately or the paint shall be removed and the surface repainted.

h) Areas inaccessible to the spray gun shall be painted by brush, if not accessible by brush, daubers or sheepskins shall be used. Brushes shall be used to work paint into cracks, crevices and blind spots, which are not adequately painted by spray.

5.0 Following is required to be confirmed :

a) Sample pieces will be kept at site before start of the work, which will be kept as bench mark for reviewing the purpose.

b) The test certificates are to be supplied along with the paint and samples may be sent to any approved laboratories for checking and determining the volume of solids and other parameters. In addition to the above, samples will be sent to any approved laboratory during visit of any inspection officials.

c) At the beginning of the work paint applicators will determine the total quantum of paints required theoretically and the same will be reconciled with the invoice statement and total number of drums at site. Till such time the total works is completed, the paint tins cannot be moved out of the site.

d) ELCO meter (digital type) and Swedish standard books should always be available at site for verification purpose.

The painting will be carried out under the supervision of IOC personnel and continuous inspection will be carried out by the paint manufacture‟s representative to ascertain the quality of the job. It is the responsibility of the applicator to carry out the job as per specifications, terms and conditions of the contract.

PAINTING OF TANKS 3.1.1 Cone Roof and Floating Roof Tanks

SURFACE PREPARATION

Before Blasting surface shall be cleaned thoroughly leaving it free of all scales, dust, grease, oil

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 105 | P a g e

coating, moisture and other impurities with the help of brass wire brushes, sand paper, emery paper etc. Wherever required any weld metal etc. shall be ground off by grinding machine to get smooth polished surface. Heavy deposits of grease of oily matter if any shall be removed by suitable solvent wash before Blasting is undertaken.

BLASTING a) Blast cleaning shall conform to SA 2½ standard as per Swedish Standard SIS 055900-1967 or

equivalent i.e., Blast cleaning to near white metal cleanliness, until 95% of each element of surface area is free of all visible residues.

b) Before Blasting, the surface have to be cleaned thoroughly leaving it free from all scales, dust,

grease, oil coating, moisture and other impurities. Any weld metal etc. shall be ground by grinding machine to get a smooth surface. Heavy deposit of greases of oily matter if any shall be removed by solvent wash.

c) Good quality grit is to be used, it should be free from moisture dust and other foreign materials. d) Minimum air supply pressure to be maintained at the delivery nozzle is 7 kg/cm2 (100 psi

approx) during blasting operation. e) The compressor capacity shall be checked to ensure that it is capable of giving the requisite

volume of air at specified pressure based on the nozzle size and type employed for Blasting. f) The three common sizes of sand blast nozzles for general maintenance painting and air flow

requirements are as follows: Nozzle size Air flow requirement ¼” 150 cfm 5/16” 240 cfm 5/3” 393 cfm g) Compressor capacity for each type of nozzle should be at least 25 to 30% above the rated

amount of air required for that size of nozzle. h) Compressor should have moisture oil trap. i) At least 1” internal diameter hose has to be used if the distance from the air compressor to sand

blaster is about 50 ft. long or more to avoid excessive pressure drop across the hose. j) Blast cleaning shall not be performed where dust can contaminate surfaces undergoing such

cleaning or during humid weather conditions (humidity exceeding 85%). k) After Blasting, the surface need to be cleaned by dry brush or by dry compressed air (free from

moisture and oil) to remove sand, dust or silica deposits. l) Irrespective of method of surface preparation, the first coat of primer must be applied on dry

surface by airless/conventional spray and as directed by Site Engineer. Delaying the primer application is not advisable beyond 2 hours if weather is dry and humidity level is less than 80%

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 106 | P a g e

and if primer is applied within 4 hours, there is no need to provide inhibitor wash over the blasted surfaces if it is not possible to apply primer within 4 hours, then application of inhibitor is a must. It is essential to preplan the activities to start the primer application immediately after Blasting.

m) The surfaces shall be blast cleaned using one of the abrasives, sand or chilled cast iron or

malleable iron and steel at pressure of 7 kg/cm2 at appropriate distance and angle depending on nozzle size maintaining constant velocity and pressure. Chilled cast iron, malleable iron and steel shall be in the form of shot or grit of size not greater than 0.555” maximum in case of steel and malleable iron and 0.04 in case of chilled iron”.

n) Blast cleaned surface should be inspected by using magnifier glass or surface profile for anchor

patterns. Surface profile in blast cleaning should ideally be 50 to 70 microns (generally 1/3 of the total DFT).

o) Arrangements for inspection at various stages of work should be made available so that entire

blasted area is accessible for inspection. a) The thickness of plates used for tank shell is not uniform. This factor should be kept in mind

blast cleaning to prevent damage for thinner plates. When carrying out blast cleaning on the shell and roof, the work shall always be done in such a manner with respect to the wind direction that the abrasive practices are blown away clear of the tank surface.

CLEANING Abrasives or dirt particles and the other metals shall be removed from the sand blasted surface by

means of clean soft brush or vacuum or compressed air (free from oil and moisture). 3.3 PAINTING RECOMMENDATIONS REPAIR PROCEDURE FOR DAMAGED / AFFECTED PAINT SURFACE (Both External / Internal Surfaces of Tank)

Manual cleaning of damaged / affected surface with hard wire brush. Apply one or more coat of Tie coat - DFT - 200 .. Apply one or more coat of finish paint -ALIPHATIC ACRYLIC POLYURETHANE(2 pack) -55.

4.0 APPLICATION OF PRIMER AND PAINT

Before application of primer, the surface shall be cleaned of dust etc. All paints shall be thoroughly stirred up prior to and during their application.

Application of coats shall not be carried out if the atmospheric temperature is less than 5C or if the temperature exceeds 40C in the shadow, 50C due to the influence of sun or if relative humidity exceeds 85% or in case of adverse weather conditions like rain, fog, dust storm etc.

Coating media shall be applied in uniform thickness. All slots, recesses, grooves, corners, angles and interstices shall be covered by paint. Sag and runs shall be distributed

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 107 | P a g e

or removed and new paint shall be applied uniformly. Paint containers shall be opened only prior to utilisation and shall be carefully closed

immediately after withdrawal of paint. Expiry date of the paint should be checked before opening the container. Paint, which have become unserviceable during storage, shall not be applied. All painting material shall be kept in weather proof barracks and shall be kept cool and dry.

Irrespective of the method of surface preparation, the first coat of primer must be applied on dry surface. This should be done immediately and in any case within 4 hours of cleaning of surface. Sweet blasting of the blasted surface should be carried out in case of more than 4 hours delay in painting.

The brushes will conform to IS:384. The width of the brushes shall not be more than 15 cms. Paint shall be applied by brush/conventional spray/ airless spray. During spraying the paint

shall be maintained thoroughly mixed in the spray gun. Contractor shall obtain approval for specification for spraying installation concerned, the

type of equipment, nozzle diameter, pressure setting etc. The paint shall be sprayed uniformly. Surfaces impossible to be coated by spraying must be painted by brush.

Painting work shall be done in day time only preferably between 9AM to 5PM.. Successive coats in paint system shall be slightly different in shade for easy identification.

Shade of each coat shall be decided by Engineer-In-Charge. 5.0 Lettering ,painting directional signs and relevant data shall be painted in suitable size as directed

by Engineer in Charge. 6.0 INSPECTION AND TESTING

Required painting materials for application shall be procured directly from manufacturers as per specification. Manufacturer‟s test certificates for every batch should be submitted to Engineer-in-Charge without which paints will not be accepted.

Engineer-in-Charge at his discretion may call for tests for paint formulations. Contractor shall arrange to have tests performed including batch wise test of wet paints for physical and chemical analysis at no extra costs to the Corporation.

The painting work shall be subject to inspection by Engineer-in-Charge at all times. Following aspects will be considered during inspection and contractor shall offer the work for inspection and approval of Site Engineer before proceeding with the next stage. The record of inspection shall be maintained in the registers. Stages of inspection are as follows - Surface preparation - Primer Application - Each coat of paint

Any defect noticed during the inspection is to be rectified by the contractor to the satisfaction of Engineer-in-Charge proceeding further.

Irrespective of the inspection, repair and approval at intermediate stages of work, contractor shall be responsible for making good any defects found during the final inspection/guarantee period/defect liability period as defined in general condition of contract.

Dry film thickness (DFT) shall be checked and. recorded after application of each coat and extra coat of paint should be applied to make up the DFT specified without any extra cost to the Corporation.

The contractor has to position an ELCOMETER at site for checking the paint thickness by the site engineer.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 108 | P a g e

The contractor shall arrange and keep Holiday Detector at site.

Contractor shall submit indemnity bond jointly with paint manufacturer/s towards Joint Paint Warranty for satisfactory performance of paint system for a warranty period of 60 months (5 years) for painting of tanks. Format for the same is enclosed.

Tenderer has to submit along with technical bid, letter of confirmation from manufacturers, from whom they are proposing to purchase paints, regarding submission of above joint indemnity bond.

Contractor shall submit Performance Bank Guarantee (PBG) at 10% of value of painting works / system, over and above normal Security Deposit (SD) of 10% (which covers the defect liability period of 12 months). This PBG shall cover the highest warranty period of painting works / system under the contract i.e. for 60 months (5 years). Format for the same is enclosed.

7.0 PAINTING FOR CIVIL DEFENCE REQUIREMENTS 7.1 Two coats of selected finishing paint as per defence requirements shall be applied

wherever specified in a camouflaging pattern and as per instructions of Engineer-in-Charge. Disruptive painting for camouflaging shall be done in three colours in the ratio of 5:3:2 (all

Matt finish). The patches should be asymmetrical and irregular. The patches should be inclined at specified angle to horizontal. The patches should be continuous where two surfaces meet at an angle. The patches should not coincide with corners. Slits and holes are to be painted in dark shades. Width of the patches should be 1 to 2 metres.

8.0 PAINTING SPECIFICATIONS

In the case of surface preparation, wherever blasting to SA 2 ½ is recommended, maximum peak of surface profile should be less by 5-10 micron from the primer DFT.

Material Specification

A) SAND/GRIT The sand/grit used for Blasting shall be free from moisture, impurities salt and shall have a maximum particle size of not more than passing through a 500 micron mesh (IS.) B) BRUSHES The brushes used in painting shall conform to IS : 384 C) PRIMER COAT The primer used must provide good protection against corrosion and shall leave a tough adherent film which will form a suitable base for the following coats. It shall conform to given specifications. D) FINISH COAT

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 111 | P a g e

These coatings are high build paints based on cold cured epoxy polyamide system pigmented with chemically inert pigments and extenders formulated to permit application at a DFT higher than 100 microns per coat.

Type of epoxy Condensation product of bisphenol A and

epichlorohydrin with terminal epoxides groups. Epoxide equivalent 450 – 500 Curing agent Polyamide Volume solids 55 - 60% Pigment The main pigment shall be micaceous iron oxide (MIO

– Lamellar) constituting a minimum of about 55% w/w of total pigments.

Pigment volume concentration 40 – 45% Application By brush or airless spray Dry film thickness / coat 110 – 120 microns Spreading rate 5 – 5.5 sq.m/l Drying time Touch dry in 2 hrs. Hard dry in 48 hrs Over coating time 24 – 48 hrs. This should be very strictly adhered to in

order to avoid peeling of subsequent coat. Storage life 12 months under sealed conditions.

B) Finish Paints:

ALIPHATIC ACRYLIC POLYURETHANE (2 PACK) - F1 :

Part A and Part B are to be mixed together to form a pigmented polyurethane paint in suitable proportions as recommended by manufacturer. Part A consists of polyacrylate polyol with appropriate pigments, extenders, solvents and additives. Part B consists of an aliphatic polyisocyanate with appropriate solvents and additives.

Volume solids 45% Main pigment Rutile Ti02 (min. 80% w/w on total

pigment weight) and extenders with other suitable pigments to get the desired colour.

Colour As desired Pigment volume concentration 15 – 20% Application Airless spray Dry film thickness 55 microns Theoretical coverage 11 – 13 sq. meter/litre Drying time Surface dry 1 hr. Full cure 7 days Storage life 3 months under sealed conditions.

ALUMINIUM FINISH PAINT : (F2)

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 113 | P a g e

Application : By brush or conventional spray Dry film thickness/coat : 25 microns Spreading rate (Theoretical) : 15 sq.m/l. Drying time : Surface dry – 4 hrs. Hard dry – in 18 hours Storage life : 12 months under sealed conditions

TWO PACK EPOXY BASED TANK LINER (L1) These coatings are high build paints based on epoxies and cured with polyamines or modified epoxy-phenolic and cured with amine adduct. They are specially meant as liners to interiors of petroleum tanks formulated to permit application at a DFT of 125 microns per coat.

Volume solids : 50 – 60% Pigment volume concentration : 35 – 40% Dry film thickness um/coat : 125 microns Spreading rate : 4-5 m2/litre Storage life : 12 months under sealed conditions

THICKNESS OF PAINTING SYSTEM: 1. PRIMER P3 AND FINISH F2 Two coats of P3 (30-35 ) + Two coats of F2 (15-20 ) each MINIMUM THICKNESS OF SYSTEM: 90 2. PRIMER P3 AND FINISH F4 Two coats of P3 (30-35 ) + Two coats of F4 (15-20 ) each MINIMUM THICKNESS OF SYSTEM: 90 3. EPOXY COAL TAR COATING Two coats of coating each to a DFT of 125-175. MINIMUM THICKNESS OF THE SYSTEM: 250

8 Specifications of wrapping / coating of underground pipelines (coal tar tape application):

This specification lays down the requirements for selection, application and protective coatings on exposed metal surface of underground piping.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 114 | P a g e

Vendor to supply all the material required for pipe coating and wrapping, including supply of primer, coating and wrapping material and other accessories required for the purpose. The scope should also include application of primer and providing pipe coating / wrapping as per the specifications given below or as per the instructions of Engineer – in-charge. It consists of a cold applied liquid primer and heated coal tar base tape used in conjunction with coal tar and other type of coatings. Primer and tape shall be either shop or field applied to the exterior surfaces or steel pipes. Primer and tape shall be furnished by the same manufacturers. The coating materials shall consist of cold applied liquid primer and tape meeting the following requirements : Primer shall be cold applied liquid that shall comply with pollution control requirements ini effect at the location of use. Primer shall not settle in the container to form a cake that cannot be mixed easily by hand stirring. Primer shall have satisfactory brushing or spraying properties and a minimum tendency to produce bubbles during application. Tapes shall be composed on coal tar base coating material supported on a fabric of organic or inorganic fibers. The tape shall comply with the physical properties listed in table below. The fabric shall be covered on both sides by the coating material. Tape shall be furnished in standard widths as recommended by the manufacturer. Rolls shall be wound on hollow cores having a minimum inside diameter of 37.5 mm. Tape shall have sufficient pliability at a temperature of 25 deg.c to unwind from the roll without disbanding the coating from the fabric. Coal tar tapes are available in roll of 9 M, 15 M, 23 M length and 30 CM width. The thickness of coal tar tape at the minimum is 1.27 mm. The tape application should be done as per recommendation of manufacturer. The tape should be wrapped over the pipe with minimum of 12.5 mm overlap per single wrap. Manufacturer may specify either single or double wrap. In application care should be taken that there are no air pockets and bubbles beneath the tape. The tape should remain in intimate contact of primed pipe. The electrical inspection of coal tar tape coating should be done by running the holiday detector on coal tar tape coating for any voids / holidays.

9.1 PHYSICAL PROPERTIES OF COAL TAR TAPE :

Property ASTM method

Requirement Minimum Maximum

Tape thickness (microns coal tar component 1270 - Softening point (0C) D36 65 121 Penetration of 25 deg.c./100 gm 3 20 Filter % D2415 20 30 Film separator (if used and if of the type that is not removed prior to primer application) microns.

6.4 12.7

10.0 PAINT MANUFACTURERS

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 115 | P a g e

10.1 An indicative list given below of paint manufactures whose product conforming to the respective

qualities specified herein may be considered for use. However, site engineer reserves the right to reject any material of these manufacturers which do not confirm to the specifications. For primer a. M/s Bombay Paints Ltd. Mumbai. b. M/s Berger Paints India Ltd. Mumbai. c. M/s Jenson & Nicholson India Ltd. Calcutta. d. M/s Shalimar Paints Ltd. Mumbai. For under coat (U1) a. M/s Bombay Paints Ltd. Mumbai. b. M/s Berger Paints India Ltd. Mumbai. c. M/s M/s. Grand Polycoats d. M/s Jenson & Nicholson India Ltd. Calcutta. e. M/s Shalimar Paints Ltd. Mumbai For finished paints (F-1) a. M/s Bombay Paints Ltd. Mumbai. b. M/s Berger Paints India Ltd. Mumbai. c. M/s. Grand Polycoats d. M/s. Coromendal Prodorite e. M/s Jenson & Nicholson India Ltd. Calcutta. f. M/s CDC Carboline, Madras. g. M/s Shalimar Paints Ltd. Mumbai

MARKET EQUIVALENT OF DIFFERENT PAINTS

Name of Paint

Berger Bombay Paints

CDC Grand Polycoats

Jenson & Nicolson

Shalimar

Coromandel Prodorite

Asian Paints

Zince ethyl silicate – P1

- Hempel Galvosil 1570

CDC Zince 11

GP ethyl Zinc silicate

Apcosil 605

Epoxy zinc Phosphate primer P2

Epliux 13 HB

Pentadur 8530

- GP Prime Guard 235

Epilac Zinc Phosphate Primer

Epiguard 4

COROCRETIN – ZNP

Apcodur EHB Zinc Phosphate Primer

Zinc phosphate Primer P3

Bizon HB zinc Phosph

Kangaroo HB Phosphate

- - J & N High build Zinc phosphat

Tuffkote HB zinc phosph

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 116 | P a g e

ate primer

Primer e primer ate primer grey

Mastic P4 - - CDC Mastic 15

- - - COROLAC – AL

Rust-O-Cap XL

High build Epoxy MIO (U1)

Epliux – 4 HB Mi0

Pentadur HB Mi0 5567

- GP Guard Mio 233

Epilac HB Mi0 1 – 23

Epigard – 5

Aliphatic Acrylic Polyurethane Finish Paint F1)

Bergerthane enamel

Pentathene 4510

CDC 134 Finish

GP Bond 141

J & N 993 HB

Shalithane Finish

COROLAC – UP

Aluminium finish paint (F2)

Ferrotol HR aluminium paint (2 pack)

- - - Ferrotect HR Aluminium paint 600

Lustrol aluminium (2 pack)

Coal tar Epoxy (F3)

Epilux 555 Coal Tar Epoxy High Build

PENTADUR 6518

CDC MASTIC 14

Eplilac solvent Less coal tar epoxy coating

Bipigard 580 H.B. Black

COROCRETIN-TE

Synthetic enamel (F4)

Bison Chemical Resisting Enamel

Synthetic enamel to IS 2932

GP TRUCOAT 331

J 7 N Chemical resisting enamel

Tuffkote chemical resisting enamel (9609-49)

Epoxy – based tank liner (L1)

Epilux 78 HB TL

Pentadur FP 4535

CDC 187

- Eplac 976

Epigard – TL-BH 533

COROCRETIN--UBS

Apcodur CF 699

INSPECTION FORMAT DURING PAINT APPLICATION

Surface preparation adopted Type of primer used Method of application Date and time of application

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 117 | P a g e

Whether condition prevailing on the day of application (temp.) humidity, rainy, sunshine)

DFT measured (24 hour later) Method of application Date of time of application Whether condition on the day of application DFT measured Type of subsequent paint Method of application Date and time of application Whether condition on the day providing and fixing application.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 118 | P a g e

LIST OF APPROVED MAKES FOR MATERIALS

S.No. VENDOR ADDRESS A FLANGES (WNRF/ BLRF) 1. M/s. C. D. Engg, Co., C-199, Bulandshahr Road, Industrial Estate, Ghaziabad 201

101, Tel : 0575 700542, 703 045 2. M/s. Chaudhary Hammer

Works Pvt. Ltd. Near Hapur Road Flyover, Opp. Power House, P. B. No.20 Ghaziabad – 201 001, Tel : 0575 794921 to 794 926

3. M/s. Golden Iron & Steel Works

7/19, Industrial Area , Kirti Nagar, Post Box No.6210, New Delhi 110015 , Tel 5932156/5935159/ 5414336

4. M/s. Punjab Steel Works, 38-B, Mayapuri Industrial Area, Phase – I, New Delhi 110 Tel:064.5130960, 5141309, 514 1318

5. M/s. Steel Samrat (I) Ltd. 113/117, Gulab Mansion, Dr. M. G. Mahimtura Marg, 3rd Kumbherwada, Mumbai 400 004. Tel : 022 385 1407/ 3890350

6. M/s. Stewarts & Lloyds of India Ltd.

41, Chowringhee Road, Calcutta 700 071, Tel 298194 to 98

7. M/s. Super Forge 3, C/ 16, Bombay Taximen Society, Ground Floor, LBS Marg, Kurla (W), Mumbai- 70

8. M/s. Gayatri Forge Pvt. Ltd

59, Mohamedali road, PB no: 3480, Mumbai – 003

9. M/s. Perfect Services (Madras)

28/ 2, Jones Street, Chennai – 001

10 M/s Jai Ambe Engg Works Delhi 11 M/s Tube Products Inc. 205, Swastik Chambers, Sion - Trombay Road, Chembur,

Mumbai - 400 071 Phone: 0091 22 67973121 - 22, Fax: 0091 22 67030206

12 M/s M S Flange Manufacturing Co .

Mumbai

B Pipe Fittings 1. M/s. Alliance Forge Alliance Forge, 301, Runwal Centre, Near Lakme Bldg.

B.S. Devshi Road, Mumbai 400 088 2. M/s. Stewarts & Lloyds

of India Ltd. 41, Chowringhee Road, Calcutta 700 071. Tel 298194 to 98

3. M/s. Bharat Forge Press Industries

Bharat Forge Press Industries Ltd, 35, Makarpura Industrial Estate, Baroda 390 010

4 M/s. Steel Samrat (I) Ltd. 113/117, Gulab Mansion, Dr. M. G. Mahimtura Marg, 3rd Kumbherwada, Mumbai 400 004. Tel : 022 385 1407/ 3890350

5 M/s. Sivananda Pipe Fittings Ltd.

Prithvi Avenue, Abhiramapuram, Chennai- 600 018.

6 M/s. Super Forge 3, C/ 16, Bombay Taximen Society, Ground Floor, LBS Marg, Kurla (W), Mumbai- 70

7 M/s. Gayatri Forge Pvt Ltd 59, Mohamedali road, PB no: 3480, Mumbai – 003 8 M/s. Perfect Services

(Madras) 28/ 2, Jones Street, Chennai – 001

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 119 | P a g e

9 M/s Siddartha & Gautam Faridabad 10 M/s Jai Ambe Engg Works Delhi 11 M/s Tube Products Inc. 205, Swastik Chambers, Sion - Trombay Road, Chembur,

Mumbai - 400 071, Phone: 0091 22 67973121 - 22, Fax: 0091 22 67030206

C GATE /GLOBE/CHECK/BALL/HAMMER BLIND VALVES 1. M/s. A. V. Valves limited 16, industrial Estate, Nunhai, Agra 282 006, Tel : 2345 218,

2344346, 2344 206 2. M/s. Aksons Mechanical

Enterprises, Plot No. A-72, Ring Road No.22, Wagle Industrial Estate, Thane 400 604, Tel : 022 2582 1533/ 1130, 2821 1692/93

3. M/s. B.D.K. Engg. Industries Pvt. Ltd.

47-48, Gokul Road, Hubli 580 030, Tel : 0836 2331499, 2333930

4. M/s. Fluidline Valves Co. Pvt. Ltd.,

48/50, Bhajipala Street, Mumbai-400 003. Tel : 2342 5140/ 2344 8302.

5. M/s. Guru Industrial Valves Pvt. Ltd.

C – 3, Amar Brass Compound, 159, C.S. T. Road, Kalina, Santacruz (E), Mumbai 400 098

6. M/s. Hi-tech Valves Pvt. Ltd., 8, Ground Floor, Bharat Kunj Co-operative Housing Society Ltd., Dixit Road, Shri Sai Chowk, Off. Shardhanand Road, Vile Parle (East), Mumbai 400 057, Tel : 611 4949/ 615 22 88

8. M/s. Leader Valves Limited S-3, S-4, Industrial Town, Jalandhar 144 004. 9. M/s. PEC Valves Pvt. Ltd. 104, Eric House, 16th Road, Central Avenue, Chembur,

Mumbai 400 071, el :25566432/25580231/25567231/ 25570048 10.

M/s. Valtech Industries B-5, New Sonal Ind. Estate, Saki Vihar Road, Next to Killick Nixon, Mumbai 400 072, Tel : 2857 8579/ 2857 5402

11 M/s. Neco Schubert & Salzar 12 M/s. Virgo Engineers 13 M/s. Steel Strong 14 M/s. Hawa Valves (India)

Pvt. Ltd

15 M/s. Econo Valves, Chennai 16 M/s BHEL 17 M/s KSB 18 M/s Fouress 19 M/s Flowchem Industries 10, Navdurga Industrial Estate, Opp. Forge & Blower Co.

Naroda Road, Ahmedabad 20 M/s Fisher-Xomox (India)

Limited (Ball Valves Only) Harsha Bhawan (2nd Floor), Block „E” Connaught Place New Delhi 110 001.

21 M/s Niton Valves 22.

M/s.Audco (L&T)

Larsen & Toubro Limited, 32, Shivaji Marg, (Near Moti Nagar), P.O.Box 6223, New Delhi 110 015, Tel : 593 1302, 5419530

23 M/s. Microfinish Valves Pvt. Ltd.

B-161/162, Industrial Estate, Gokul Road, Hubli 580 030 Karnataka

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 120 | P a g e

H GASKETS 1. M/s. IGP Engineers Pvt. Ltd. 252, Angappa Naicken Street, Chennai 600 001,

Phone No. 044 4942594/ 4425639/ 4425742 2. M/s. Madras Industrial

Products 1 Norton III Street, Manda Vellipakka, Chennai 600 028 Phone : 044 4942594/ 4943485/ 4943943/ 4942397

3. M/s. Metropolitan Industries 30, Chittaranjan Avenue, Calcutta 700 012, Phone : 033 278087

4. M/s. Vircap Sealing Tech Pvt. Ltd.

No.1, Leo Industries Complex, Pallikaranai, Chennai 601 302. Phone : 044 2461661/ 2461736

5. M/s. Southern Gasket Products

P.B.No.30, Plot No.57, (Old No.52) Balaji Nagar, Padi (Opp. T.V.S) Chennai 600 050 Phone : 044 645 2171/ 654 2413

6. M/s. Goodrich Gaskets (P) Ltd.

102-A, Industrial Developed Plot, Electronic Ind. Estate, Old Mahabalipuram Road, Perungudi, Chennai 600 096. Phone No.044 4962965

7. M/s. Champion Jointing Pvt. Ltd.

15, Parsi Panchayat Road, Andheri (East), Mumbai 400 069. Phone : 8321071/ 8367311-15

8. M/s. Hindustan Composites Vikhroli, Mumbai

I STEEL FASTENERS 1. M/s. Bombay Tools &

Hardware Mart 123, Narayan Dhuru Street, Mumbai 400 003.

2. M/s. Consol Engineering and Fasteners Industries

M/s. Salikia School Road, Bandhaghat, Howrah 711 106(W.B) Phone 033 6659767/ 6659438

3. M/s. EBY Industries Bldg. No.2, Tank Street, Nagpada, Mumbai 400 008. 4. M/s. Modern Mechanical

Industries 11/BC Old Anjrwai, Thakkar Industrial Estate (3rd floor) Mazgaon, Mumbai 400 010 ,Phone 3727962/ 3742636

5. M/s. Nireka Engineering co. Pvt. Ltd.,

16, Netaji Subhash Road, 1st floor Kolkata 700 001 Fax no. 033 2200901

6. M/s. Pacific Forging and Fasteners Pvt. Ltd.

294/3, Vidyanagari Marg, Kalina, Mumbai 400 098 Phone 6528686-87-88

7. M/s. Durg Fasteners G. T. Road, Miler Ganj, Ludhiana 141 003 Phone No.0161 535390/ 531163

8. M/s. Precision Auto Engineers C-118, Focal Point Ludhiana 141 010. Phone 0161 671522/ 674753

9. M/s. Mahajan Enterprises W – 87, MIDC, Behind Centruy Enka, Bhosari Pune 411 026 91-020-7121508

10 M/s GKW 11 M/s Unbreko 12 M/s TVS

M ERW MS PIPES 1. M/s Jindal Pipes Limited Plot No.30, Institutional Sector-44, Gurgaon-122 002, Haryana,,

Tel No. 0124-2574325 / 26, 4624000 2. M/s Swastik Pipes limited 4, Central Market, Punjabi bag(west), New Delhi-110 026, Tel No.

011-45007777 / 45007788, email:

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 121 | P a g e

[email protected],Website:swastilpipes.com 3 M/s Surendra Engineering 4 M/s Surya Roshni 5 M/s Tata 6 M/s SAW Pipes 7 M/s West Coast Saw Pipes Ltd 8 M/s. Man Industries (I) Ltd 9 M/s Zenith, 10 M/s Asian Tubes

U PAINTS 1 BERGER 2 ASIAN, 3 BOMBAY PAINTS, 4 GODLAS NEROLAC, 5 JENSON NICHOLSON, 6 BOMBAY PAINTS

W WELDING ELECTRODES

1 ESAB India Ltd.

2 Advani Orlekons

3 D & H Sechron Electrodes Ltd

4 Honavar Electronics Ltd.

5 Mailam Metallogen (P) Ltd

6 GEE Limited

7 D & H Welding

8 Kobe Steels

9 Modi Arc Electrodes Co

10 Anand Arc Electrodes Pvt. Ltd.

Y Structural Steel TISCO / SAIL / VIZAG / Devbhumi / Kamdhenu / Kashmir Steel Rolling Mill / JISCO / IISCO / Jyoti / Amba

Note: All approved vendor of our Capex contract shall be taken as approved vendor for this tender apart from above mentioned approved vendors for respective item.

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 122 | P a g e

PART RATE STATEMENT Name of the Contractor: Name of Work : W.O. Ref. & Date: Item No.

Brief Description

of Item

Full Rate

Part Rate in

Previous Bill

Part Rate

in this Bill

Remarks/ Reason &

Deficiencies in the Work for allowing Part

Rate

Signature of

Contractor

Signature of Site-in-

Charge

Remarks

1 2 3 4 5 6 7 8 9

HINDRANCE REGISTER

Name of the Contractor :

Name of Work : Work Order Ref. No. & Date :

Sl. No.

Nature of

Hindrance

Date of Occurrence

Date of

Removal

Period of Hindrance

Overlapping Period

Net Extensio

n

Extension Recommen

ded

Signature of

Contractor

Signature of Site-in-

Charge

Remarks

1 2 3 4 5 6 7 8 9 10 11

e-Tender No. : PSO/ENG/LT-26/2013-14 Work: Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

SIGNATURE & SEAL OF TENDERER 123 | P a g e

ENVELOPE: EMD INSTRUMENT/EXEMPTION LETTER/UNDERTAKING

TENDER NO.: PSO/ENG/LT-26/2013-14

DUE DATE & TIME: 14.10.2013 AT 1530 HRS SUB: TENDER FOR Modification in Pipelines at TLF, Manholes & Gaugewell Pipes of IFR Tanks & Construction of steel structural Bridge for cabling of Automation Job at Zewan Depot

TO,

DY.GENERAL MANAGER (ENGG),

INDIAN OIL CORPORATION LTD. (M.D.), ENGINEERING DEPARTMENT,

PUNJAB STATE OFFICE, PLOT 3A, SECTOR に 19A, MADHYA MARG, CHANDIGARH に 160 019

From: _____________________________ __________________________________ __________________________________