TENDER NO: 9000019-HD-10002 E-TENDER NO:-...

62
HINDUSTAN PETROLEUM CORPORATION LIMITED ENGINEERING & PROJECTS GRESHAM HOUSE (2 ND FLOOR) SIR P. M. ROAD, FORT MUMBAI - 400 001 TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153 TENDER DOCUMENT FOR FABRICATION & ERECTION OF INTERNAL PIPELINE AND MISCELLANEOUS MECHANICAL JOBS AT HPCL MAHUL TERMINAL, MUMBAI SITE ADDRESS: HPCL MAHUL TERMINAL B D PATIL MARG GAVANPADA VILLAG MAHUL, CHEMBUR MUMBAI – 400 074

Transcript of TENDER NO: 9000019-HD-10002 E-TENDER NO:-...

Page 1: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

HINDUSTAN PETROLEUM CORPORATION LIMITED

ENGINEERING & PROJECTS GRESHAM HOUSE (2 ND FLOOR)

SIR P. M. ROAD, FORT MUMBAI - 400 001

TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153

TENDER DOCUMENT

FOR

FABRICATION & ERECTION OF INTERNAL PIPELINE AND MISCELLANEOUS MECHANICAL JOBS

AT

HPCL MAHUL TERMINAL, MUMBAI

SITE ADDRESS: HPCL MAHUL TERMINAL B D PATIL MARG GAVANPADA VILLAG MAHUL, CHEMBUR MUMBAI – 400 074

Page 2: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

INDEX

Section Description

A NIT_BID QUALIFICATION CRITERIA *

B Instructions to Bidders

C DELETED

D Preamble to Schedule of Quantities

E Un priced Bid

F Time Schedule

G Special Conditions of Contract *

H Schedule of Quantities

I Technical Specifications *

J Approved Makes

K Health, Safety & Environment Requirements *

L General Terms and Conditions of Contract *

M Proposal Forms

N Drawings *

* UPLOADED IN SEPARATE PDF FILE.

Page 3: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

B. INSTRUCTIONS TO

BIDDERS

Page 4: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

1.0 INTRODUCTION

M/s Hindustan Petroleum Corporation Limited (HPCL), invites sealed bids under two bid systems from Bidders through e tendering for the internal pipeline and miscellaneous mechanical job at our existing Mahul Terminal at Mumbai in India.

1.1 SCOPE OF WORK

The detailed scope of the work includes but not limited to the following.

a) Getting approvals from statutory authority/local authority etc., if any required to execute the Bill of Quantities in totality.

b) Fabrication, laying and welding of fire hydrant pipeline network using internally

cement coated pipelines. Necessary modification in the existing fire hydrant pipeline shall be be done which is under Mumbai Refinary / Mahul terminal to take tap off etc and the new line shall be laid. This job shall be carried out with utmost care to ensure that fire hydrant system is affected minimally during replacement of existing pipeline with the new lines. If need be the job to be done/executed in section wise so that hydrants system remain live and useful in case of any eventuality at all times. All fire hydrant pipeline joints shall be done with 150 mm wide plate/pipe collar joints unless other wise mentioned elsewere. Collar shall be minimum 8mm thick which is to be supplied and fabricated by the contractor only.

c) Construction of pump foundations for installation of submerged /jockey pumps,

doing the necessary piping for suction and delivery lines as per the directions of Engineer-in-charge and commissioning the same. Job also to include designing the foundation getting the same vetted by HPCL approved structural consulting agencies in Mumbai.

d) Fabrication, laying and welding of product pipelines from tanks/manifold under

custody of Mumbai Refinery to pumps, pump manifold to TW gantry, sick wagon unloading lines etc.

e) The construction of pump house will be done by another agency and fabrication

vendor scope include doing the necessary piping in the pump manifold and installation of valves. Job also to include designing the structures and getting the same vetted by HPCL approved structural consultant agencies.

f) Carrying out radiographical inspection of joints for product pipeline as per the specifications upto 10% of the total joints including supply of radiographic source, approved and qualified radiographic personnel. Vetting of the radiographic films by HPCL approved third party inspection agency such as IRS, BV, Bax Council and DNV at contractor’s cost.

Page 5: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

g) Grit blasting and painting of product pipeline & fire water pipeline as per specification.

h) Fixing of owner supplied fire hydrants, fire monitors, hose boxes, segregation

valves. i) External Coating of underground pipelines as per specifications. i.a) Laying of pipelines through the pipeway culverts which has removal slabs to

facilitate laying of pipeline. Job to include removal of slabs if already laid and replacing the same after entire job is completed.

j) Carrying out internal cement coating of fire water pipelines including bends,

Tees, reducers, etc. as per enclosed Technical Specifications. Job includes transportation of pipes & fittings from HPCL Mahul site to the place of coating and bringing them back.

k) Supply and fabrication of valve platforms and cross over platforms using

structural steel and MS gratings as per instructions of HPCL. l) Quoted rates for work to include deployment of Qualified Quality Control

Engineer at site right from starting date whose responsibility is to prepare all the Quality control records as sought in PO, relevant to work, relevant IS codes, and other requirements to ensure full compliance on quality during execution.

m) Successful bidder shall be provided with soil investigation report conducted by

HPCL for their pipe line pedestal works to enable contractor to comprehend the sub-soil strata. If need be contractor shall conduct required soil investigation at his cost to satisfy himself for Pipe Support RCC , Pump foundation, etc.

n) Contractor shall prepare all the drawings necessary such as General Arrangement

Drawing, Isometric Drawing for fire water pipelines, foam pipelines and product pipelines basis the instructions of Engineer-in-charge and the indicative drawings enclosed with the tender and submit the same for HPCL approval prior to construction.

o) Design , construction , provision of RCC pipe support pedestals for Product &

Hydrant Piping Net work as per relevant codes . The scope of work includes obtaining HPCL’s approval & conducting proper survey work for pipe route & identification of pipe support co-ordinates as directed by HPCL.

p) Welding Procedure Specifications (WPS) for all the Joints vide QW- 482,

Performance Qualification Records (PQR) QW- 483 , Welder Performance Qualification ( WPQ) QW-484 as per ASME sect.IX for Product Piping only will be in the scope of contractor to be reviewed / vetted by HPCL approved Third

Page 6: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

Party like BV/IRS/TUV etc in accordance to ASME Sect IX and as per enclosed Technical Specification for obtaining HPCL’s approval.

q) Carrying out Survey work as per enclosed technical specification.

r) Carrying out laying, fabrication & erection of fire fighting & sprinkler system.

s) Installation & commissioning of fittings including valves, strainers, loading arms,

flow meters etc. t) Miscellaneous structural & other civil jobs related to pump house & manifold.

u) The scope of the work also includes transportation of product pipes up to 14” from

HPCL wadala-II terminal to Mahul terminal for fabrication & erection. Quoted rate of the contractor shall include cost of loading, unloading and transportation of the above lines from wadala to Mahul also.

The complete requirements shall be executed on turnkey basis with single point responsibility. The prospective bidders are requested to thoroughly read and comprehend the various sections of this tender document and visit the sites before quoting for the tender. In case of any clarifications regarding the scope of work, the same shall be obtained from Shri. Ganesh Gaikwad, Sr. Manager – E&P, 2nd floor, Gresham House, Sir PM Road, Fort, Mumbai-1, India, Phone: 022 22608533/512, Fax: 022 22608555 The prospective bidders are requested to thoroughly read and comprehend the various sections of this tender document and visit the site before quoting for the tender. All sections of this tender document are to be read in conjunction with each other and accordingly quote in the priced bid. The descriptions of the items in the priced bid have been abridged and the bidder has to quote in the Priced Bid after thoroughly comprehending the Schedule of Quantities in conjunction with all other sections of this tender document.

Page 7: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

2.0 SITE VISIT 2.1 The bidder is advised to visit and examine the site of works at all locations and

their surrounding and obtain for himself on his own responsibility all information that may be necessary for preparing of the bid and entering into the contract. The cost of visiting the sites shall be at bidder’s own expenses. No extra claim on account of non-familiarity of site conditions shall be entertained during execution of works.

2.2 The bidder and any of his personnel or agents will be granted permission by the

Owner to enter upon his premises and lands for the purpose of such inspection, but only upon the explicit condition that the bidder, his personnel or agents will release and indemnify the Owner and his personnel and agents from and against all liability in respect thereof and will be responsible for personnel injury (whether fatal or otherwise), loss of or damage and expenses incurred as a result hereof.

2.3 All expenses towards site visit shall be to the bidders account 3.0 INFORMATION REQUIRED WITH BIDS The following details are required to be submitted along with offer: a) Checklist/Commercial Questionnaire duly filled in as per Form PF-1. b) Following documents required as per form PF-2:

i. PAN Number with scanned documentary proof.

ii. Power of Attorney in the name of person who has signed the bid.

iii) Copy of Audited Balance Sheet and Profit and Loss Account for the last three financial years ending March 2008. For the vendors following financial year closing at the end of June or September or December, the last 3 financial years ending with the respective quarter of 2007 would be considered.

c) Details of similar works done (as per clause 2.0 of NIT) during past seven

years with name & postal address of clients as per Form PF-6. Similar works for this purpose implies carrying out prefabricated gantry/shed works.

d) Site organization proposed to be deployed at the terminal sites separately

for execution of the work with bio-data of site-in-charge & key personnel as per form PR-3/3A.

Page 8: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

f) List of Equipment, Tools and Tackles proposed to be deployed as per Form PF-7.

g) List of Exception & Deviation, if any, as per Form PF-4. In case of no

deviation the bidder shall furnish Form PF-4 duly signed & stamped. h) Confirmation of Compliance to Bid Requirement as per PF-5. i) Quality Assurance / Quality Control Plan. j) Work completion Schedule in the form of Bar chart separately site wise. k) Schedule of quantities, duly signed & stamped keeping rates & amount

blank. l) Technical details / documents as specified elsewhere in bidding document

– particulars & catalogues of various bought out items mentioned in this Tender document or proposed to be used by the prospective bidders.

m) Any other document sought any where in the tender document but not

expressly listed herein.

n) Copies of EPF Registration and ESIC Registration.

o) Declaration

4.0 SUBMISSION AND OPENING OF BID 4.1 The tender should be submitted online at website http://eproc.hpcl.co.in only, by the due date and time, as specified in the tender. Late / delayed tenders submitted on line after the due date and time, for whatsoever reasons will not be considered. The Server Date & Time as appearing on the HPCL website (http://eproc.hpcl.co.in) shall only be considered for the cut-off date and time for receipt of tenders. Offers sent through post, telegram, fax, telex, e-mail, courier will not be considered. 5.0 DELETED. 6.0 VALIDITY OF OFFER 6.1 Quoted prices shall be valid for a period of 120 days from the due date / extended due date for the placement of order. . 7.0 BID CLARIFICATIONS/AMENDMENTS BY HPCL

Page 9: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

7.1 HPCL may issue clarifications/amendments in the form of online addendum/corrigendum during the bidding period and may also issue online amendments subsequent to receiving the bids. For the online addendum/corrigendum issued during the bidding period, bidders shall confirm the inclusion of addendum/corrigendum in their bid. Bidder shall follow the instructions issued along with addendum/corrigendum.

7.2 Bidders shall examine the Bidding Document thoroughly and submit to HPCL

any apparent conflict, discrepancy or error. HPCL shall issue appropriate clarifications or amendments, if required. Any failure by Bidder to comply with the aforesaid shall not excuse the Bidder from performing the Services in accordance with the contract if subsequently awarded.

8.0 CONFIDENTIALITY OF DOCUMENTS Bidder shall treat the Bidding Document and contents therein as private and

confidential and shall not use the Bidding Document for any other purposes. 9.0 APPLICABLE LANGUAGE The bid prepared by the bidder, all correspondences and documents related to this

bid shall be written in English language only. For document submitted in any other language, an English translation shall also be submitted, in which case, for the purpose of interpretation of the bid, the English translation shall govern.

10.0 CAUTION AND DISCLAIMER Transfer of Bid document by the bidder is not permitted.

Bidder shall make his own interpretation of any and all information provided in the Bidding Document. HPCL shall not be responsible for the accuracy or completeness of such information and/or interpretation.

Although certain information’s are provided in the Bidding Document, however, bidder shall be responsible for obtaining and verifying all necessary data and information as required by him.

HPCL reserves the right to accept or reject any/all tender in whole or in part

without assigning any reason whatsoever.

HPCL shall not be bound to accept the lowest tender and reserves the right to accept any or more tenders in part. Decision of HPCL in this regard shall be final.

11.0 EVALUATION OF UNPRICED BIDS

The bids shall be evaluated on the basis of the following criteria:

Page 10: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

11.1 DELETED.

. 11.2 DEVIATIONS TO TENDER REQUIREMENTS

11.2.1 In case Bidders wish to stipulate any deviation to Bidding Document

requirements they shall upload the same as per the proforma enclosed in the Bidding Document. However HPCL reserves their right to reject bids containing deviations to any of the Bidding Document stipulations.

11.3 UNSOLICITED POST BID MODIFICATION

Bidders are advised to quote strictly as per terms and conditions of the Bidding Document and not to stipulate any deviation / exceptions. Once, quoted the bidders shall not make any subsequent price changes, whether resulting or arising out of any technical / commercial clarifications sought/allowed on any deviations or exceptions mentioned in the bid unless discussed and agreed by HPCL in writing.

11.4 COMPLETE SCOPE OF WORK

The complete scope of work has been defined in the bidding document. Only those bidders who take complete responsibility for the complete scope of work as contained in the bidding document shall be considered for qualifying.

12.0 EVALUATION OF PRICE BIDS

12.1 The “PRICE BIDS” of techno – commercially accepted bidders only shall be

considered for opening. 12.2 Bidders shall quote the prices in Indian Rupees only. 12.3 DELETED. 12.4 HPCL reserves their right to extend purchase/price preference to NSIC/Public

Sector Enterprises as admissible under the existing policies of Government of India as on the date of opening un-priced bids.

12.5 HPCL reserves their right to negotiate the quoted prices with lowest bidder.

Page 11: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

12.6 HPCL reserves the right to delete any of the items in the Schedule of quantities at the time of placement of Fax of Intent/Purchase Order. The decision of HPCL shall be final and binding.

12.7 The Contractor shall quote for all the items of the Schedule of quantities. It may

be noted that if any item is left unquoted, then such a quotation will be loaded with the highest quoted rate for that particular item for evaluation purpose.

12.8 The bids shall be evaluated on a consolidated basis and will not be split

13.0 REBATE

No suo-moto reduction in prices quoted by bidder shall be permitted after opening of the bid. If any bidder unilaterally reduces the prices quoted by him in his bid after opening of bids, the bid (s) of such bidder(s) will be liable to be rejected. Such reduction shall not be considered for comparison of prices but shall be binding on the bidder in case he happens to be a successful bidder for award of work.

14.0 PURCHASE ORDER (PO) 14.1 Purchase Order shall be prepared for award of works. Successful bidder shall be

intimated regarding award of works through Fax/Letter of Intent. Until the final PO is prepared and executed, this Bidding Document together with the annexed documents, modification, deletions agreed upon by the HPCL and Bidder’s acceptance thereof shall constitute a binding contract between the successful bidder and the HPCL based on terms contained in the aforesaid documents and the finally submitted and accepted prices.

14.2 The Purchase Order shall consist of the following: a) Original Bidding Document along with its enclosures issued. b) Addendum/Corrigendum to Bidding Document issued, if any. c) Fax/Letter of Intent.

d) The detailed Letter of Award/Acceptance along with Statement of Agreed Variations (if any) and enclosures attached therewith.

14.3 The statement of agreed variations shall be prepared based on the finally retained

deviations, if any, by the Bidder and accepted by HPCL. All other correspondences between HPCL and the Bidder prior to issue of Fax/Letter of Intent shall be treated as Null & Void. Any deviations or stipulations made and accepted by HPCL after award of the job shall be treated as amendments to the contract document as above.

Page 12: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

14.4 A firm which is not a PSU or an associate or a joint venture of a PSU, hired to

provide consultancy services for preparation or implementation of project, and any of its affiliates, will be disqualified from subsequently providing goods or works or services related to the initial assignment for the project.

Page 13: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

D. PREAMBLE TO SCHEDULE OF QUANTITIES

Page 14: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

PREAMBLE TO SCHEDULE OF QUANTITIES IMPORTANT NOTE: IF ANY DEVIATION IS FOUND WHILE ON EXECUTION BETWEEN THE SPECIFICATION AND THE DRAWINGS IT IS TO BE EXPRESSELY NOTED THAT THE SPECIFICATION WILL HOLD GOOD AND SUPERSEED THE DRAWINGS. THE BIDDER IS REQUIRED TO PERUSE CAREFULLY ALL PARTS OF TENDER DOCUMENTS AND DRAWINGS AND IF ANY DIFFERENCE / INCONSISTANCY IS NOTICED, HE SHALL BRING IT TO ATTENTION OF HPCL BEFORE SUBMISSION OF TENDER AND SHALL GET THE CLARIFICATION(S) REQUIRED. FAILURE TO DO SO WILL NOT ENTITLE THE SUCCESSFUL BIDDER FOR ANY EXTRA CLAIMS ON ACCOUNT OF SUCH DISCREPENCIES/INCONSISTENCIES. I. GENERAL

This Preamble is to be read in conjunction with the description of various items given in the Schedule of Quantities (SOQ). These items are deemed to be a part of the SOQ and shall be read along with the same. The rates quoted for various items in SOQ are deemed to include the various provisions made herein. Whether specifically mentioned or not in the SOQ, the requirements given below shall be deemed to be included:

1. Abbreviations

MS - Mild Steel CS - Carbon Steel

Rmt/ MT - Running Meter

Sqm/ SM - Square Meter

Cum/ M3 - Cubic Meter

QRO - Quote Rate only

Page 15: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

C / C - Centre to Centre

CM - Cement Mortar

TM - Metric Ton

CP - Chrome Plated

No. / EA - Number/ Each

MM - Millimeter

GI - Galvanized Iron

CI - Cast Iron IM - Inch Meter ID - Inch Dia PCC - Plain Cement Concrete RCC - Reinforcement Cement Concrete DFT - Dry Film Thickness NB - Nominal Bore SORF - Slip On Raised Face LS - Lumpsum A/G - Above Ground U/G - Under Ground EIC - Engineer-in-charge

All dimensions are in mm unless otherwise stated. 2. The quoted rate shall cover the cost of material including wastage, freight, all

types of taxes, duties, royalties, erection, construction, testing of materials, samples brought for approval, tools and tackles, plant and equipments, supervision, overheads, profit and any other expenditure incurred for completion

Page 16: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

of work as per drawings, specifications and to the full satisfaction of HPCL/ Consultant.

3. The rates quoted shall be valid for working at all heights, depths and on all floor levels. No extra payment shall be made for scaffolding, staging, ladders, etc., for transportation of men and material at higher or lower levels.

4. The contractor will have to carryout the work in accordance with the drawings,

technical specifications and / or other conditions laid down in tender document and to the full satisfaction of HPCL.

5. HPCL reserve right of operating any item for any work on any height. 6. Rates of all items shall remain constant irrespective of level and no extra shall be

paid for handling and stacking of material, removing debris etc. from the site. 7. Unless otherwise mentioned explicitly in this tender document, the method of

measurement will be as per I.S. 1200

8. Wherever contractor proposed to use "equivalent" makes (i.e. other than specified) he shall obtain corporation's prior approval. Any additional cost and time lost due to this will be on Contractor's account and no claims will be entertained.

9. The contractor should take approval for make & manufacturer from the Consultant/HPCL before using any material which does not appear in the list of approved manufacturers.

10. Rate for all items include materials, labour, testing of materials at laboratory or

site unless other wise mentioned in specification, tools & tackle, lift & lead charges, transportation charges, loading - unloading charges, insurance cover as per tender, all taxes & duties including works Contract Tax, VAT, service tax etc.

11. All materials which shall be brought on site shall be of approved make & manufacturers failing which payment shall be deducted suitably from every running bills/final bill. Percentage of the same shall be assessed by EIC / Consultants and they at their discretion either to ask contractor to remove / rectify the same or to decide the new proper rate of that particular item.

12. The Bidder is required to inspect the site of the work and ascertain for himself site conditions, facilities available and other aspects before quoting for the work. The bidder is also required, before quoting, to carefully peruse the tender documents, the tender drawings and connected details so as to understand clearly the scope and intent of the tender. Any claims by the successful bidder at a later date on account of his failure to comply with the above instructions will not be entertained.

Page 17: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

13. The bidder should note that the internal pipeline work has to be done as per the HPCL/CONSULTANT approved drawings and the entire work has to be carried out within the terminal premises adhering to all safety requirements of the working inside a POL terminal. The bidder should note that he should execute his part of the work without causing any damage to any component of the terminal or services. Any damage so caused shall be made good at the cost and risk of the successful bidder. Neat house keeping at all shapes of work is the responsibility of the successful bidder, who shall also ensure that removal of debris, waste materials etc. from the site at his own cost is organised at regular basis. The successful bidder shall also be responsible for safety and security of all his materials and also for ensuring fire prevention steps are taken at all times.

14. The bidder should note that the tender drawings and other documents describing each item of the schedule are only indicative in nature and cannot be taken as complete in detail. The work being product pipeline fabrication job which calls for workmanship, safety and finish including use of good quality materials of high standard, it is expected that the bidder should understand the intent of the tender drawings and specifications and provide for materials, workmanship, finishes and accessories appropriately so as to deliver the product of high standards in keeping with the function for which the system is being specified. No claim from the contractor at a later date will be entertained for his failure to understand this condition. The decision of HPCL/ Consultants in respect of the quality of materials, type of construction, fabrication/ assembling, workmanship, finish, etc., shall be final and binding and the contractor's claim for not providing in his tender for such materials, construction, workmanship and finish cannot be entertained.

15. HPCL /Consultants reserve the right to insist on selection of material, workmanship, detailing and finishes which they consider are appropriate, and suitable for the intended use. The contractor is not eligible for extra claims on this account.

16. HPCL /Consultant will require the contractor to produce samples of all materials, accessories/prior to procurement / manufacture if required by client. Failure to comply with these instructions may result in rejection of the work.

17. All the works done under this contract shall be guaranteed for a period of one year from virtual date of completion of works certified by HPCL/Consultant covering, materials, workmanship and finish. Any defects or design failure or other forms of deterioration shall be made good by the contractor at his own cost within the guarantee period, immediately on being informed of such defects. Failure to comply will entail HPCL to unilaterally decide on getting the repair done through other agency at the cost and risk of the contractor.

18. The contractor should use only the best material. If required by HPCL/ Consultant, the contractor will be required to arrange for testing products and produce test certificate from recognised test houses to establish the quality of materials at his

Page 18: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

own cost. Any defective material not meeting with the standard shall be replaced at the contractor’s own cost.

19. The bidder shall indicate the makes of all the finishing materials with catalogues in his tender, based on which rates have been quoted. The bidder shall be prepared to produce samples when called for before consideration of the tender further at his own cost and responsibility and without any liability on HPCL.

20. Testing of various materials should be carried out as per the relevant IS standards mentioned in the technical specifications attached to the tender. The cycle of testing will also be as per relevant IS standards.

• Murram One from each source • Cement One from each source/brand • Sand One from each source • Coarse aggregate One from each source • Structural steel One from each source/make • Reinforcement bars One from each dia of bar.

Party should submit manufacturer's certificates (where ever applicable) for the various other materials and the above tests will be carried out in addition to the certificates submitted. Cost of testing should be borne by the party. In case of delay in testing materials, HPCL reserves the right to have the same tested at party's cost.

21. The time of completion of the entire work shall be Six months from the date of LOI/PO.

22. The normal working hours for carrying out the job shall be from 8.00 A.M up to 7.30 PM on working days (from Monday to Friday) and shall be 8.00 AM to 6.30 PM on Saturdays and Sundays and all holidays. However the work can be continued during the night hours subjected to the permission given by the EIC as per prevailing Terminal/ Mumbai Refinery regulation in Mumbai. The above work timing is subjected to the vendor taking hot work/cold work permit from the HPCL.

II. SPECIFIC CONDITIONS 1. The various works described in the Schedule of Quantities and in the drawings shall

be executed in strict accordance with the specifications and drawings to the entire satisfaction of the Consultant and the HPCL. The quality of materials and workmanship shall be of high quality and shall conform to the relevant I.S. Specifications wherever applicable.

2. The bidders shall ensure that the place of work is kept neat and tidy during the

progress of work and also clean at the end of each day's work. The contractor

Page 19: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

shall also ensure that the site is cleared of all rubbish, and other unwanted materials and handed over in a neat and satisfactory conditions as may be directed by HPCL /Consultant.

3. The bidders shall take maximum precaution in protecting persons, things and properties belonging to the HPCL, Public and also their own during the progress of work. The bidders will be solely responsible for any damage caused during the progress of work and the successful bidder shall indemnify the HPCL by suitable guarantee / insurance cover from any claims on any account due to damages caused during their work.

4. The contractor should maintain measurement books in which he should record

measurements of work done from time to time and checked by the EIC/Consultant Site Engineer. There should be signing by EIC/ Site Engineer for any correction.

5. A register should be maintained at the site which should contain the instructions

issued at site by the Consultant/HPCLs or Employer and the instructions are properly made and recorded.

6. The Contractor on starting the work shall herewith furnish to the Client/

Consultant a programme for carrying out the work stage by stage with in the stipulated time. A graph or chart on individual work shall be maintained showing the progress week by week. The Contractors shall submit to the EIC a weekly progress report stating the number of skilled and unskilled labourers employed on the works, working hours done, place, type and quantity of work done during the period.

The supervision at site shall be carried out by HPCL’s representative as well as the

representative of the Consultant, if any. The work progress to be reviewed in periodic site meetings at site to be decided by the HPCL/Consultant. The BAR chart and PERT chart shall be prepared by the contractor in consultation with the Consultant and HPCL and approval shall be obtained, for the same. After approval the contractor shall faithfully adhere to the schedule and where deviations take place, the contractor shall take remedial action to compensate for the delays in completion of the project.

7. a) The Contractor shall provide at his own cost for all necessary storage on the

site in a specified area for all materials, which is likely to deteriorate by the action of sun, rain or other causes due to exposure, in such a manner that all such materials, tools, etc., shall be duly protected from damage by weather or any other cause. All such stores shall be cleared away and the ground left in good and proper order on completion of this contract

b) The contractor shall provide at his own cost temporary works as per drawings/specifications approved by the Consultant/HPCLs. The contractors should obtain approval of local authorities. The Contractor shall be responsible for removal

Page 20: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

and disposal of the temporary works before handing over the completed works to the HPCL.

c) The contractor shall enclose the work place by providing temporary partitions and segregate the HPCL Zone separately such that no hindrance or inconvenience is caused to the Employees / Records.

d) All formalities including permission required to be obtained from competent authorities for making the provisions in (a), (b) and (c) above would be done by the contractors at his cost.

e) The Contractor shall erect a display board on site at his cost in accordance with the drawings issued by the Consultant/HPCLs for display of the names of the various agencies involved on the project including the HPCL and the Consultant.

f) Contractor should soon after the commencement of work make prototype/Mock-up samples of items as required by the HPCL/Consultants for the approval. HPCL / Consultant/HPCLs have the liberty to modify the design in such case the contractor should follow the approved samples very strictly as no extension in contract time will be granted by the HPCL / Consultant in respect of the modification of the design.

One toilet in the terminal will be provided for the workers at site. After completion of work, the toilet shall be will be thoroughly cleaned including replacement of broken fittings etc. by the Contractors and handed over to HPCL. Any cost incurred in such cleaning, modifications etc. will be proportionately recovered from various Contractors engaged in the work.

The Contractor shall engage an independent debris removal agency on a day-to-day basis as per requirement. Hence Contractor would be responsible for cleaning up the debris and waste materials accrued from his work and dispose the accumulated debris on a daily basis. If the Contractor fails to comply with this requirement, the Employer will be at liberty to direct the cleaning agency to do the regular cleaning responsibility.

HPCL/Consultant reserve the right to delete all /any of these associated works

from the scope or include them prior to placement of work order. If awarded, the main agency shall get the associated works carried out only through approved sub-specialist in each trade if specified in the SOQ. Such works shall be done to satisfy standards of HPCL / Consultant and also to meet their requirements and specifications of HPCL. The contractor may note that they have to do day to day coordination with other agencies already mobilised in site for executing other related jobs. The contractor to also note that they have to do the erection work in coordination with the siding contractor already mobilised at site for smooth functioning of the work.

Page 21: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

E.UNPRICED BID

Page 22: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

Item No. Item Description Pu. UoM Quantity 1 EXCAVATION M3 2100 2 MURRUM FILLING M3 50 3 SAND FILLING M3 500 4 RUBBLE SOLING M3 55 5 PCC M-20 M3 230 6 RCC(M-25)P/L PED M3 400 7 STEEL REINFORCEMENT TM 35 8 STRUCTURAL STEEL TM 47 9 F/E HPCL SUP STR. TM 2 10 ELECTROFORGE GRATING SM 985 11 MS ROUND BAR TM 2 12 12 MM THK. PLASTERING SM 800 13 BRICK MASONARY M3 50 14 RR MASONARY M3 50 15 BLSTNG&PRIMER-600MM MT 1120 16 BLSTNG&PRIMER-500MM MT 1660 17 BLSTNG&PRIMER-450MM MT 100 18 BLSTNG&PRIMER-400MM MT 200 19 BLSTNG&PRIMER-350MM MT 8800 20 BLSTNG&PRIMER-300MM MT 2200 21 BLSTNG&PRIMER-250MM MT 405 22 BLSTNG&PRIMER-200MM MT 700 23 BLSTNG&PRIMER-150MM MT 8800 24 BLSTNG&PRIMER-100MM MT 100 25 BLSTNG& PRIMER-80MM MT 5800 26 FINAL PU PAINT-600MM MT 1120 27 FINAL PU PAINT-500MM MT 1660 28 FINAL PU PAINT-450MM MT 100 29 FINAL PU PAINT-400MM MT 200 30 FINAL PU PAINT-350MM MT 8800 31 FINAL PU PAINT-300MM MT 2200 32 FINAL PU PAINT-250MM MT 405 33 FINAL PU PAINT-200MM MT 700 34 FINAL PU PAINT-150MM MT 8800 35 FINAL PU PAINT-100MM MT 100 36 FINAL PU PAINT-80MM MT 5800 37 NAME BOARDS SM 25 38 LETTER WRITING WORKS SM 50 39 PROD. P/L LAY-600MM MT 1120 40 PROD. P/L LAY-500MM MT 1660 41 PROD. P/L LAY-450MM MT 100 42 PROD. P/L LAY-400MM MT 200 43 PROD. P/L LAY-350MM MT 8000 44 PROD. P/L LAY-250MM MT 405 45 PROD. P/L LAY-200MM MT 30

Page 23: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

46 PROD. P/L LAY-150MM MT 8000 Item No. Item Description Pu. UoM Quantity 47 PROD. P/L LAY-100MM MT 100 48 PROD. P/L LAY-80MM MT 4600 49 F/W P/L LAY-300MM MT 2200 50 F/W P/L LAY-200MM MT 670 51 F/W P/L LAY-150MM MT 2300 52 F/W P/L LAY-100MM MT 100 53 F/W P/L LAY-100MM GI MT 50 54 F/W P/L LAY-80MM GI MT 1200 55 F/W P/L LAY-50MM GI MT 1300 56 F/W P/L LAY-40MM GI MT 5850 57 F/W P/L LAY-25MM GI MT 1600 58 F/W P/L LAY-15MM GI MT 50 59 SORF-BLIND:600MMDIA EA 15 60 SORF-BLIND:500MMDIA EA 24 61 SORF-BLIND:450MMDIA EA 9 62 SORF-BLIND:400MMDIA EA 6 63 SORF-BLIND:350MMDIA EA 30 64 SORF-BLIND:300MMDIA EA 10 65 SORF-BLIND:250MMDIA EA 10 66 SORF-BLIND:200MMDIA EA 10 67 SORF-BLIND:150MMDIA EA 10 68 SORF-BLIND:100MMDIA EA 10 69 SORF-BLIND:80MMDIA EA 54 70 SORF-SORF:600MM DIA EA 30 71 SORF-SORF:500MM DIA EA 48 72 SORF-SORF:450MM DIA EA 63 73 SORF-SORF:400MM DIA EA 42 74 SORF-SORF:350MM DIA EA 102 75 SORF-SORF:300MM DIA EA 27 76 SORF-SORF:250MM DIA EA 162 77 SORF-SORF:200MM DIA EA 13 78 SORF-SORF:150MM DIA EA 54 79 SORF-SORF:100MM DIA EA 10 80 SORF-SORF:80MM DIA EA 4086 81 SORF-SORF:50MM DIA EA 28 82 SORF-SORF:25MM DIA EA 179 83 SPUD POINT EA 18 84 VALVE FIXING:600MM EA 5 85 VALVE FIXG(TYP2):500MM EA 7 86 VALVE FIXING:500MM EA 8 87 VALVE FIXING:450MM EA 20 88 VALVE FIXG:400MM EA 15 89 VALVE FIXG(TYP2):350MM EA 7 90 VALVE FIXING:350MM EA 30 91 VALVE FIXING:300MM EA 36 92 VALVE FIXING:250MM EA 54

Page 24: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

93 VALVE FIXING-200MM EA 85 94 VALVE FIXING-150MM EA 27 95 VALVE FIXING-100MM EA 10 96 VALVE FIX-80MM EA 630 Item No. Item Description Pu. UoM Quantity 97 VALVE FIXING-50MM EA 13 98 VALVE FIXING-25MM EA 94 99 VALVE FIX(TRV)-3/4" X 1" EA 94 100 DOPNG PYPEKOTE:600MM MT 15 101 DOPNG PYPEKOTE:500MM MT 15 102 DOPNG PYPEKOTE:450MM MT 15 103 DOPNG PYPEKOTE:400MM MT 15 104 DOPNG PYPEKOTE:350MM MT 120 105 DOPNG PYPEKOTE:300MM MT 50 106 DOPNG PYPEKOTE:250MM MT 15 107 DOPNG PYPEKOTE:200MM MT 200 108 DOPNG PYPEKOTE:150MM MT 15 109 DOPNG PYPEKOTE:100MM MT 15 110 DOPNG PYPEKOTE:80MM MT 15 111 DOPNG PYPEKOTE:50MM MT 15 112 DOPNG PYPEKOTE:25MM MT 15 113 PROD PUMP(90-200HP) EA 30 114 PROD PUMP-U/G TANK EA 6 115 DISML PROD PUMP EA 4 116 FOUNDATION BOLT KG 1000 117 INST MASS FLOWMETER EA 9 118 BOX STRAINER-350MM EA 3 119 BOX STRAINER-80MM EA 6 120 BUCKET STRAINER-500MM EA 12 121 BUCKET STRAINER-400MM EA 3 122 BUCKET STRAINER-350MM EA 14 123 T/W LOADING ARMS EA 480 124 DRAIN POINT EA 30 125 VENT POINT EA 6 126 HYDRANT POST EA 67 127 WATER+FOAM MONITOR EA 67 128 HOSE BOX FIXING EA 67 129 REM&STACK:500MM P/L MT 15 130 REM&STACK:450MM P/L MT 15 131 REM&STACK: 400MM P/L MT 15 132 REM&STACK: 350MM P/L MT 15 133 REM&STACK: 300MM P/L MT 15 134 REM&STACK: 200MM P/L MT 15 135 REM&STACK: 150MM P/L MT 15 136 REM&STACK: 100MM P/L MT 15 137 REM&STACK: 80MM P/L MT 15 138 REM&STACK: 25MM P/L MT 15 139 FLUSHING IM 2500

Page 25: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

140 COLD CUTTING ID 300 141 HOT CUTTING ID 500 142 BEWELLING/EDGE PREPN ID 250 143 WELDING ID 600 144 P/L LAYING IM 1500 145 HYDROTESTING IM 1500 146 CU SLAG BLASTING IM 1500 Item No. Item Description Pu. UoM Quantity 147 MECH. CLEANING IM 800 148 PRIMER PAINTING IM 1500 149 FINAL PU PAINTING IM 1500 150 PIPE TYPE EARTHING EA 22 151 S&F 25MM PR LINE MT 80 152 50 X 6 MM GI FLAT MT 500 153 SPRAY NOZZLE K-41 EA 3072 154 SPRAY NOZZLE K-30 EA 96 155 SPRAY NOZZLE K-32 EA 288 156 QBD EA 960 157 SUP ERW PIPES 250MM MT 30 158 SUP ERW PIPES 150MM MT 50 159 SUP ERW PIPES 100MM MT 50 160 SUP ERW PIPES 80MM MT 50 161 SUP ERW PIPES 300MM MT 30 162 Design of Pipeline Pedestal LS 1 163 Design of Pump Foundation LS 1 164 HUME PIPES 600 mm NB MT 100 165 HUME PIPES 450 mm NB MT 100 166 INT CEMENT COAT 300MM MT 2200 167 INT CEMENT COAT 200MM MT 700 168 INT CEMENT COAT 150MM MT 2300 169 INT CEMENT COAT 100MM MT 100 170 Sup of BLIND:600MM EA 5 171 Sup of BLIND:500MM EA 5 172 Sup of BLIND:450MM EA 5 173 Sup of BLIND:400MM EA 5 174 Sup of BLIND:350MM EA 5 175 Sup of BLIND:300MM EA 5 176 Sup of BLIND:250MM EA 5 177 Sup of BLIND:200MM EA 5 178 Sup of BLIND:150MM EA 5 179 Sup of BLIND:100MM EA 5 180 Sup of BLIND:80MM EA 5 181 Sup of BLIND:50MM EA 5 182 Sup of BLIND:25MM EA 5 183 Sup of SORF:600MM EA 5 184 Sup of SORF:500MM EA 5 185 Sup of SORF:450MM EA 5 186 Sup of SORF:400MM EA 5

Page 26: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

187 Sup of SORF:350MM EA 5 188 Sup of SORF:300MM EA 5 189 Sup of SORF:250MM EA 5 190 Sup of SORF:200MM EA 5 191 Sup of SORF:150MM EA 5 192 Sup of SORF:100MM EA 5

Page 27: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

Item No. Item Description Tr. UoM Pu. UoM Quantity 193 Sup of SORF:80MM EA EA 5 194 Sup of SORF:50MM EA EA 5 195 Sup of SORF:25MM EA EA 5 196 SPADING & DESPADING ID ID 600 197 DISMNTLNG OF VALVES ID ID 570

Note: Few of the items are abridged in the unpriced bid and the bidder to read un priced bid along with the detailed specification given in schedule of quantities.

Page 28: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

F. TIME SCHEDULE

Page 29: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

TIME SCHEDULE DESCRIPTION OF WORK: INTERNAL PIPELINE AND MISCELLANEOUS

MECHANICAL JOBS AT MAHUL TERMINAL, MUMBAI LOCATION COMPLETION PERIOD FROM DATE OF ISSUE OF FOI/LOI/PO MAHUL, MUMBAI 6 (SIX) MONTHS NOTE:

1) Time for completion shall be reckoned from the date of issue of Fax/ Letter of Intent/Purchase Order by HPCL which ever is earlier.

2) Time for completion shall include the time required for mobilization,

demobilization, carrying out the works as per requirements of Contract Document and instructions of HPCL Engineer-in-Charge.

Page 30: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

H. SCHEDULE

OF QUANTITIES

Page 31: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

SL. NO.

DESCRIPTION

1.0 EXCAVATION IN ALL TYPE OF SOIL Excavation in all type of soil or hard strata except rock upto a maximum depth of 3.0 meters including bailing out of water/ oil mixed water if encountered, shoring, back filling and compacting the excavated earth in the sides of foundations. Rate to include carting away surplus excavated earth, spreading, leveling and compacting, inside/outside the terminal in approved dump yard as directed by EIC (Engineer In Charge).

2.0 MURRUM FILLING Supplying and filling approved quality locally available murrum. Rate to include arranging for approved murrum querries/borrow pits outside plant premises, payment of all royalties, taxes, cess, etc to the Statutory Authority, loading, transportation, unloading, removal of debris, organic matter etc, spreading in loose layers of 150 mm layers in the base/sub base courses of structures, watering, rolling and hand compacting each layer and as directed by EIC.

3.0 SAND FILLING Supplying and filling approved quality locally available best quality sand in foundations in layers of compacted thickness 150 mm. Rate to include arranging for approved sand querries/borrow pits outside plant premises, payment of all royalties, taxes, cess, etc to the Statutory Authority, loading, transportation, unloading, removal of debris, organic matter etc, spreading in layers, watering, and compacting each layer till maximum compaction is achieved.

4.0 RUBBLE SOLING Providing and laying 230 mm (or as required) thick dry trap stone soling including hand packing, filling interstices with chips, spalls and binding with grit/selected murrum, watering, compacting by ramming.

5.0 PLAIN CEMENT CONCRETE (M-20) Providing and laying machine batched, machine mixed and machine vibrated design mix PCC M-20 grade plain cement concrete using crushed stone aggregate and coarse sand of approved quality in pipeline pedestals and foundations including centering, shuttering of all structural membranes including strutting & propping, removal of formworks, scaffolding, tools & plants, equipments, machinery, all leads, lifts, with all materials and labour including cement, required admixtures etc. complete. Concrete shall conform to IS-456-2000. Contractors are free to use approved RMC (Ready Mix Concrete) as per instruction from EIC.

6.0 REINFORCED CEMENT CONCRETE(M-25) Providing and laying machine batched, machine mixed and machine vibrated design mix cement concrete M-25 for pipeline pedestals (including footing & column) and pump foundations (including footing & column) using 20 mm graded crushed stone aggregate and coarse sand of approved quality in foundations, sub structure and super- structure including centering, shuttering of all structural members including strutting & propping, removal of formwork, scaffolding, tools & plants, equipments, machinery, all leads, lifts, with all materials and labour including cement but excluding the cost of steel reinforcement, including

Page 32: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

Admixtures in recommended proportions (as per IS 103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer-in-charge. Concrete shall conform to IS 456- 2000. Rate shall be exclusive of the cost of steel reinforcement, which will be paid under a separate item. Contractors are free to use approved RMC (Ready Mix Concrete) as per instruction from EIC.

7.0 STEEL REINFORCEMENT Supply, straightening, cutting, bending, placing of HYSD/TMT steel reinforcement conforming to IS: 1786, Fe 415/ 500 in position and binding with GI binding wire 18 SWG complete for RCC construction. The rate includes the cost of protective coating with fusion bonded epoxy coating as per IS 13620 & manufacturer specification, binding wire, labour, all material, tool plants, all leads, lifts, crossing of track and the like etc. complete as per drawings and technical specification and as directed by Engineer in Charge. Net finished length only including authorized overlaps bend, hooks and chairs shall be measured and paid for. Payment shall be made as per reinforcement drawings and at theoretical weights only. Measurement of un authorized chairs, spacers and laps will not be considered for payment. The contractor to site the bars of Tisco/ Sail/ Rinl/ approved equivalent make with epoxy coating of PSL/approved equivalent. The contractor to site the coated bars only to site.

8.0 STRUCTURAL STEEL: Pipe support/Columns/Girders/Trusses/Walkways etc. Supply, fabrication, erection and welding of structural steel Conforming to IS: 2062/ IS: 226 latest edition for Pipe supports/ Walkways /columns /trusses/girders and as directed by EIC. Rate to include grouting of structural support to the respective bearing surface. Rate to include Copper Slag blasting the members thoroughly to S.A 2.5 of Swedish Ivonsk Standard SIS 055900-Latest edition before applying the primer. Rate also to include supply and application of one coat 75 micron DFT Epilux FRX as per specification of Berger/ approved equivalent as primer and one coat of Epilux 950 Super Hibuild coating of 150 micron DFT of Berger or approved equivalent make structural steel items of the gantry etc. Rate also to include for mixing the paint properly as per manufacturer’s specification applying with spray painting/ brush and final coat with one coat of Epoxy PU of 50 micron DFT with roller till (75+150+50) micron DFT of paint thickness is obtained, testing for thickness etc complete. The Nut & Bolts of the Structural members will not be paid separately only theoretical structural weights of the structural member will only be taken for measurement and payment .The rate shall include execution of the job at all heights and to be done to the correct line and level etc complete.

9.0 FABRICATION & ERECTION OF HPCL SUPPLIED STRUCTURE Same as Item No.8 but fabrication, erection and welding of HPCL supplied old structural steel.

10.0 ELECTROFORGE GRATINGS Supplying, fabricating, welding and Fixing of MS Electro forged Grating for walkways, steps and at other places as directed by EIC. The Gratings shall be fabricated out of minimum 30mm × 6mm MS flats having a capacity to take loads up to capacity of 500kg/cm2 and should be zinc coated by dip method (Outer frame & Straight flats).

11.0 MS ROUND BARS Providing 32 mm dia MS round solid bar for supporting pipelines including supply and welding C type 25mm × 6mm MS flats to restrict the longitudinal motion. Also to provide 16mm dia MS round solid bars to be welded on the top of the C type MS flats for restricting the lateral movement of the product/ fire hydrant pipes. Rate to include supplying and grouting

Page 33: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

of 6mm thick MS plate and fittings on the top of the RCC pedestals. Rate also includes painting the bars/ all fittings completely with two coats of Zinc Phosphate primer and painting the exposed portion of the bars/ all fittings with 2 coats of approved enamel paint complete.

12.0 12 MM THICK PLASTERING Providing internal cement plaster of average 12mm thick in a single coat in cement mortar 1:4 without neeru finish to concrete or brick surface in all positions including curing, complete etc. All as per directions of EIC.

13.0 BRICK / BLOCK MASONRY Providing and laying Brick/ Concrete Block Masonry in 1:5 CM using best quality locally available bricks/ Concrete blocks with frog/ indent, having crushing strength of not less than 35Kg/Sqcm. etc complete as per specification.

14.0 RANDOM RUBBLE MASONRY Providing & constructing uncoursed rubble masonry in CM 1:5 using trap/granite/quartzite/gneiss/locally available best quality stones. Rate to include shifting of stones within the terminal, hammer dressing of stones as specified, providing bond stones, raking of joints for painting, scaffolding and curing etc. complete as per specification.

BLASTING AND PRIMER COAT OF PIPELINE (Note: For Item No 15.0 to 25.0) Preparation of external surfaces of pipelines by Copper Slag blasting thoroughly to S.A 2.5 of Swedish Ivonsk Standard SIS: 055900 latest edition to bare metal to ensure thorough cleaning of the surfaces to receive paints as per specifications. Rate to include loading, hauling, handling, transportation of the pipes. Rate also to include painting of the copper Slag blasted pipes with one or more coat of surface tolerant High Build Epoxy of minimum 75 microns and one or more coat (min DFT – 150 Microns) of Epilux Superbild ST Glass Flake Coating primer of Berger or approved equivalent of as directed by EIC. Rate to include wastages, mixing the paint properly as per manufacturer’s specifications, applying first coat with conventional spray / brush till 225 micron DFT of paint thickness is achieved, testing for thickness etc. complete. The Job includes providing & applying additional coats (free of cost) to the satisfaction of HPCL EIC in case desired thickness (225 micron DFT) or proper surface finish is not achieved after applying one coat. The decision of HPCL Engineer-In-Charge will be final in this regard & shall have binding on the contractor. The job includes, at no extra cost, painting of all above ground (A/G) pipelines at all heights, painting of all flange joints etc complete. Note: Contractor to arrange and keep at site the relevant Swedish photographic standards for inspection by HPCL Site in charge failing which permission to proceed with the work will not be granted. If the coating is damaged while handling the pipes the same need to be redone as per above and make good of the surface.

15.0 600 mm NB 16.0 500 mm NB 17.0 450 mm NB 18.0 400 mm NB 19.0 350 mm NB 20.0 300 mm NB 21.0 250 mm NB 22.0 200 mm NB

Page 34: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

23.0 150 mm NB 24.0 100 mm NB 25.0 80 mm NB FINAL PU COAT PAINTING

(Note: For Item No 26.0 to 36.0) Supply and application of 100 micron DFT (to be achieved in minimum two coats) of Epoxy PU HB coating of Berger or approved equivalent by HPCL with appropriate shades in two or more no. of coats to pipelines of following sizes including all fittings like valves, strainers, bends etc. complete. Rate to include wastages, mixing the paint properly as per manufacturer’s specifications, applying first coat with conventional spray / brush till 100 micron DFT of paint thickness is achieved, testing for thickness etc. complete. The Job includes providing & applying additional coats (free of cost) to the satisfaction of HPCL EIC in case desired thickness (100 micron) or proper surface finish is not achieved after applying two coats. The decision of HPCL Engineer-In-Charge will be final in this regard & shall have binding on the contractor. The job includes, at no extra cost, painting of all A/G pipelines at all heights, painting of all flange joints, colour code bands on pipelines at every 15 mts or as directed at site, product name and arrows with synthetic enamel paint of approved colour & shade, as mentioned in attached technical specifications, at place as directed at site, payment shall be made on the basis of running meter of pipeline painted, measured only once. The arrangement of necessary scaffolding would also be done by contractor at no extra cost. Note: Contractor to arrange and keep at site the relevant Swedish photographic standards for inspection by HPCL Site in charge failing which permission to proceed with the work will not be granted. If the coating is damaged while handling the pipes the same need to be redone as per above and make good of the surface.

26.0 600 mm NB 27.0 500 mm NB 28.0 450 mm NB 29.0 400 mm NB 30.0 350 mm NB 31.0 300 mm NB 32.0 250 mm NB 33.0 200 mm NB 34.0 150 mm NB 35.0 100 mm NB 36.0 80 mm NB 37.0 NAME BOARDS:

Painting HPCL supplied boards with two coats of enamel paint of approved shade as back

ground & red or black letterings, drawing fire organization chart, fire clock etc as directed by

EIC complete.

38.0 LETTER WRITING WORK

Page 35: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

Supply, providing and painting the letters, words or sentences (in Hindi or English, as

directed by EIC) as per sizes given below on buildings, tanks, plastered surfaces, MS sheets

and asbestos sheets (or wherever directed at site by EIC) in enamel paint (of HPCL approved

color & shades) to the entire satisfaction of HPCL EIC. The rate quoted should include

scaffolding and all necessary equipments for painting work at all heights at no extra cost.

(Note: For Item No 15.0 to 38.0) FOR PAINTING WORK 1. The contractor will have to arrange PROFILEMETER/ ELCOMETER at site for checking

profile/paint thickness after each coat of primer/paint. In case thickness is found less than

required, party has to apply additional cost of primer/paint at no extra cost. The record jointly

signed by HPCL Site in Charge to be kept at site and handed over to HPCL when job is

completed. The job will not be commenced unless otherwise the instruments are sited.

2. Container of paints/primers shall not be opened by contractor until approval is obtained

from HPCL Site in Charge. The manufacturer’s test certificate for the batch will submitted to

HPCL by contractor before applying the paint/primer.

3. All the paints and primer would be of first quality and there approved make of paints and

primer (for the entire job) would be as following -

- ASIAN PAINTS

- BERGER

- SHALIMAR

- JENSON NICOLSON

- NEROLAC

LAYING & INSTALLATION OF ABOVEGROUND & UNDERGROUND PRODUCT PIPELINES – IS: 1978 (Note: For Item No 39.0 to 48.0) Laying, Installation, fabrication, welding (With 10% radiography with � – rays), of HPCL

Page 36: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

supplied pipelines of following size and placing on the pedestals, structural bridges/ catwalks over water drains including welding of pipes, bends, pipeline fittings etc., radiography test of 10% joints, carrying out repairs if any & re-radiography, pre-testing, hook-up with the pipeline on either end, hydrotesting of entire section of pipes including supply of all tools, tackles, machinery, equipments, instruments, manpower etc. for completion of the job. The scope the job includes but not limited to the following:

• Rate to include of receiving owner supplied materials, including handling, hauling/loading, transportation from Wadala Terminal-2, Mumbai (3”, 6”, 10”, 14”to be transported from Wadala Terminal 2 (HPCL), Wadala, Mumbai) to work site at Mahul Terminal, Mumbai and unloading, stringing of those pipes at Mahul Terminal.

• Cutting, bevelling, grinding, edge preparation (including any additional cutting, bevelling, grinding required for perfect fit up, between the edges of the pipes, bends etc), aligning, fit-up, Welding of pipes as per approved technical specifications / procedures of this tender.

• Root run shall be with E-6010 Electrode and intermediate & finished welding shall be with E-6013 electrodes of ESAB or approved equivalent.

• Hook up with the main line on both sides of the crossing/ above ground line including cutting, bevelling, grinding, aligning, fit-up, tie-in welding, radiography, carrying out repair if any, joint coating with approved coating material & procedure, hydrotesting of entire section to a pressure of 10.5 kg/cm2 as specified in the technical specifications. Any leaks detected during hydrostatic testing shall be rectified at no extra cost as per approved procedure.

• The rate also to include fabrication of any bends, tees eccentric or concentric reducers other than the ones supplied by HPCL.

39.0 600 mm NB 40.0 500 mm NB 41.0 450 mm NB 42.0 400 mm NB 43.0 350 mm NB 44.0 250 mm NB 45.0 200 mm NB 46.0 150 mm NB 47.0 100 mm NB 48.0 80 mm NB LAYING & INSTALLATION OF ABOVEGROUND & UNDERGROUND WATER

LINES – IS: 1239/3589 (Note: For Item No 49.0 to 58.0) Laying, Installation, fabrication, welding of HPCL supplied pipelines of following size and

placing on the pedestals, structural bridges/ catwalks over water drains including welding of

pipes, bends, pipeline fittings etc., carrying out repairs if any & re-testing the same, pre-

Page 37: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

testing, hook-up with the pipeline on either end including supply of all tools, tackles,

machinery, equipments, instruments, manpower etc. for completion of the job. The scope the

job includes but not limited to the following:

• Receiving owner supplied materials, including handling, hauling/loading, transportation to work site, unloading and stringing.

• Internal cement coating to be carried out throughout the pipe length and at all joints/ bends.

• Cutting, bevelling, grinding, edge preparation (including any additional cutting, bevelling, grinding required for perfect fit up, between the edges of the pipes, bends etc), aligning, fit-up, Welding of pipes as per approved technical specifications / procedures of this tender.

• Root, Intermediate & Finished welding shall be with E-6013 electrodes of ESAB or approved equivalent. E6010 to be used for pipe thickness < or = 12mm and E7018 to be used for pipe thickness > 12mm.

• Hook up with the main line on both sides of the crossing/above ground line including cutting, bevelling, grinding, aligning, fit-up, tie-in welding, carrying out repair if any , joint coating with approved coating material & procedure, hydrotesting of entire section with running water as specified in the technical specifications. Any leaks detected during hydrostatic testing shall be rectified at no extra cost as per approved procedure.

• The rate also to include fabrication of any bends, tees eccentric or concentric reducers other than the ones supplied by HPCL.

49.0 300 mm NB 50.0 200 mm NB 51.0 150 mm NB 52.0 100 mm NB 53.0 100 mm NB (GI) 54.0 80 mm NB (GI) 55.0 50 mm NB (GI) 56.0 40 mm NB (GI) 57.0 25 mm NB (GI) 58.0 15 mm NB (GI) NOTE FOR ITEM NO 39.0 TO 58.0

• If leakage through the pipe seam joint is observed, contractor shall remove the defective portion of the pipeline and replace with a new HPCL supplied pipe and retest it. The replaced portion of the pipeline will be paid extra.

• Length of all pipelines shall be measured upto the neck of the flange only. Length of the flange shall not be measured as they are paid separately.

FLANGE JOINTS: SORF TO BLIND FLANGE (Note: For Item No 59.0 to 69.0) Providing SORF to Blind Flange joints of following sizes from HPCL supplied flanges including fixing and welding. Rate shall also include supply and fixing 2 mm thick CAF oil

Page 38: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

permeable gasket conforming to IS: 2712 of approved make and rating, supply & fixing all stud & nuts (conforming to ASTM A 193 B7 & A194 2H) of approved make, size & NB with washers etc, complete. The job also includes supply & fixing 10 SWG copper wires on stud & bolts (2 nos. wire on each flange joint) on either side for electrical continuity. Two flanges shall constitute one flange point.

59.0 600 mm NB 60.0 500 mm NB 61.0 450 mm NB 62.0 400 mm NB 63.0 350 mm NB 64.0 300 mm NB 65.0 250 mm NB 66.0 200 mm NB 67.0 150 mm NB 68.0 100 mm NB 69.0 80 mm NB FLANGE JOINTS: SORF TO SORF

(Note: For Item No 70.0 to 82.0) Providing SORF to SORF joints of following sizes from HPCL supplied flanges including fixing and welding. Rate shall also include supply and fixing 2 mm thick CAF oil permeable gasket conforming to IS: 2712 of approved make and rating, supply & fixing all stud & bolts (conforming to ASTM A 193 B7 & A194 2H) of approved make, size & NB with washers etc, complete. The job also includes supply & fixing 10 SWG copper wires on stud & bolts (2 nos. wire on each flange joint) on either side for electrical continuity. Two flanges shall constitute one flange point.

70.0 600 mm NB 71.0 500 mm NB 72.0 450 mm NB 73.0 400 mm NB 74.0 350 mm NB 75.0 300 mm NB 76.0 250 mm NB 77.0 200 mm NB 78.0 150 mm NB 79.0 100 mm NB 80.0 80 mm NB 81.0 50 mm NB 82.0 25 mm NB 83.0 SPUD POINT

Fabrication and welding of approx. 300 mm long spud points on fire hydrant line using 100 mm NB owner supplied pipes including welding of owner supplied slip on flange on one end for fixing of fire hydrant accessories. Welding & fixing of flanges will not be paid separately.

FIXING OF VALVES – GV/GOV/NRV/STRAINER/HBV (Note: For Item No 84.0 to 99.0) Loading, transportation, handling, erection and fixing of the HPCL supplied CS or CI Gate

Page 39: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

Valves/ Butterfly valves/ Gear Operating Valve/ Plug Valve/ Non-Return Valve/ Hammer Blind Valve/ Strainers/ Thermal Relief Valves of following sizes from owners store, including alignment, supplying & fixing of 2 mm thick CAF oil permeable gasket (of approved make & rating) conforming to IS: 2712 on either side, supply & fixing all stud & bolts (conforming to ASTM A 193 B7 & A194 2H) of approved make & correct size & dia with washers etc, supply & fixing 2 nos.10 SWG copper wire(on each flange joint) on both sides of valve (connected to flange). Rate to include welding of HPCL supplied flanges on both sides for fixing of valves etc complete.

PRODUCT AND WATER LINE VALVE 84.0 600 mm NB 85.0 500 mm NB TYP 2 (Note For Type 2: With one side flange welding, but 2 sets of gasket &

nut bolts etc. for flow meter & loading arms). 86.0 500 mm NB 87.0 450 mm NB 88.0 400 mm NB 89.0 350 mm NB TYP 2 (Note For Type 2: With one side flange welding, but 2 sets of gasket &

nut bolts etc. for flow meter & loading arms). 90.0 350 mm NB 91.0 300 mm NB 92.0 250 mm NB 93.0 200 mm NB 94.0 150 mm NB 95.0 100 mm NB 96.0 80 mm NB 97.0 50 mm NB 98.0 25 mm NB 99.0 ¾” x 1” NB Thermal Relief Valve COATING AND WRAPPING

(Note: For Item No. 100.0 to 112.0) Supply, coating and wrapping, the pipelines and flanges to be laid underground with PYPKOTE (IWL Make) 2 mm wrapping material in two layers as per IS: 10211 as per manufacturer's standard. Vendor should strictly follow Manufacturer's application procedure. Rate to include supply of all the raw materials (coal tar primer, wrapping tape etc) as specified in above Manufacture's specification. Note: Contractor shall give test certificates for the above mentioned materials before commencement of work.

100.0 600 mm NB 101.0 500 mm NB 102.0 450 mm NB 103.0 400 mm NB 104.0 350 mm NB 105.0 300 mm NB 106.0 250 mm NB 107.0 200 mm NB

Page 40: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

108.0 150 mm NB 109.0 100 mm NB 110.0 80 mm NB 111.0 50 mm NB 112.0 25 mm NB 113.0 INSTALLATION OF PRODUCT PUMP SETS of 90 HP to 200 HP INCLUDING

SUPPLY & INSTALLATION OF PRESSURE GAUGE A. INSTALLATION: Installation of 90 HP to 200 HP capacities HPCL supplied product pump sets along with the coupled motors and base plate on the RCC foundations (already provided). The job includes fixing of foundation bolts after necessary modification of existing foundation as per manufactures recommendation and as instructed by Engineer in Charge. The type of grouting shall be either non shrink cementitious grout or epoxy grout as per the specifications attached. The entire base frame needs to be grouted with the same epoxy grout. Job also includes finishing smooth the top surface with cement slurry, making necessary changes in the base plate if required, handling, lifting the pump sets, installing them on the RCC foundation, tightening the foundation nut bolts after aligning the pump set, checking the coupling alignment, decoupling and recoupling the same if necessary with dial gauges etc. and placing the owner supplied coupling guard in place complete as per specifications. B. SUPPLY & INSTALLATION OF PRESSURE GAUGES: Supply and fixing 150 mm NB pressure gauges of approved makes including supply & welding necessary 1500 class half coupling to the pipeline, supply and fixing suitable 1500 class SS ball valve of LEADER make or equivalent with all necessary fittings like pressure dampeners etc. as per drawing/ specifications of HPCL while execution of job and making the entire arrangement leak proof. The following type of pressure gauge can be used as per instruction of EIC (Engineer In Charge) and also as per site requirement: a) 0-20 Kgf/cm2 b) 0-5 Kgf/cm2 Note: • Necessary tools & tackles for installation, like cranes / tripods chain blocks, dial

gauges, foundation bolts of specified size labour etc shall be arranged by the contractor.

• The foundation bolts, if supplied by contractor, shall be paid through separate item. 114.0 INSTALLATION OF PRODUCT/ SLOPE PUMP SETS (SUBMERGED) FOR UNDER

GROUND TANK of 20 HP INCLUDING SUPPLY & INSTALLATION OF PRESSURE GAUGE

A. INSTALLATION: Installation of 20 HP capacities HPCL supplied product pump sets along with the coupled motors and base plate on the underground tank. The job includes alignment, supplying & fixing of 2 mm thick CAF oil permeable gasket (of approved make & rating) conforming to IS: 2712 on either side, supply & fixing all stud & bolts (conforming to ASTM A 193 B7 & A194 2H) of approved make & correct size & dia with washers etc, supply & fixing 2 nos.10 SWG copper wire (on each flange joint) on both sides of flange joint as per manufactures recommendation and as instructed by Engineer in

Page 41: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

Charge. Job also includes after aligning the pump set, checking the coupling alignment, decoupling and recoupling the same if necessary with dial gauges etc. and placing the owner supplied coupling guard in place complete as per specifications. B. SUPPLY & INSTALLATION OF PRESSURE GAUGES: Supply and fixing 150 mm NB pressure gauges of approved makes including supply & welding necessary 1500 class half coupling to the pipeline, supply and fixing suitable 1500 class SS ball valve of LEADER make or equivalent with all necessary fittings like pressure dampeners etc. as per drawing/ specifications of HPCL while execution of job and making the entire arrangement leak proof. The following type of pressure gauge can be used as per instruction of EIC (Engineer In Charge): a) 0-20 Kgf/cm2 b) 0-5 Kgf/cm2 Note: • Necessary tools & tackles for installation, like cranes / tripods chain blocks, dial

gauges, foundation bolts of specified size labour etc shall be arranged by the contractor.

• The foundation bolts, if supplied by contractor, shall be paid through separate item. 115.0 DISMANTLING OF PRODUCT PUMP SETS of 40 to 120 HP

Dismantling of existing Product pumps and motors at Pump house after disconnection of suction and discharge lines and electrical cable connection, transportation of pumps to a designated place inside the Terminal as advised by Engineer in Charge. Rate to include arranging all tools, tackles cranes, tripod, chain block etc to carry out above job as per standard engineering practice. Job also to include collection of products during dismantling of pumps and shifting the same to a place as instructed by HPCL.

116.0 FOUNDATION BOLTS Supply and fixing in position with proper plumb level foundation bolt of approved size and length with matching washers and check nuts of approved diameter with threading.

117.0 INSTALLATION OF MASS FLOWMETERS Installation of Mass Flow meters as per manufacturers supplied drawings in the main product header, including necessary structural works, piping works, fixing of plug valves & flange joints etc complete. All Pipes, Flanges, Flow meters & Plug Valves for the same will be supplied by HPCL as free issue material. Structural works, Fixing of Plug Valves will be paid under other relevant item.

SUPPLY & INSTALLATION OF BOX STRAINER (Note: For Item No 118.0 to 119.0) Supply & installation of box strainer as per HPCL supplied drawings in the T/W gantry manifold including necessary fittings etc complete.

118.0 Box Strainer 350 MM 119.0 Box Strainer (80 MM) SUPPLY & INSTALLATION OF BUCKET STRAINER

(Note: For Item No 120.0 to 122.0) Installation of HPCL supplied bucket strainer in the T/W gantry manifold including necessary fittings etc complete.

120.0 Bucket Strainer (500 MM)

Page 42: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

121.0 Bucket Strainer (400 MM) 122.0 Bucket Strainer (350 MM) 123 INSTALLATION OF LOADING ARMS

Installation of Loading Arms as per manufacturers supplied drawings in the T/W Gantry, including necessary structural works, piping works, fixing of plug valves & flange joints etc complete. Rate to include transportation, lifting, fit up, aligning etc of loading arm as per instruction from HPCL All Pipes, Flanges, Flow meters & Plug Valves for the same will be supplied by HPCL as free issue material. Structural works, Fixing of Plug Valves will be paid under other relevant item.

124.0 DRAIN POINT Supply, fabrication and welding of low point drain with SCH 80 MS pipe of 80 mm NB including welding necessary 1500 class half coupling to pipeline, supply and fixing 1500 class forged steel ball valve of approved make with all other necessary fitting as directed by EIC.

125.0 VENT POINT Supply, fabrication and welding of high point vent with SCH 80 MS pipe of 80 mm NB including welding necessary 1500 class half coupling to pipeline, supply and fixing 1500 class forged steel ball valve of approved make with all other necessary fitting as directed by EIC.

HYDRANT ACCESSORIES (Note: For Item No 126.0 to 127.0) Fixing of the owner supplied following hydrant accessories, supplying & fixing of 2 mm thick CAF oil permeable gasket (of approved make & rating) conforming to IS 2712 on either side of valves, supply & fixing all stud & bolts (conforming to ASTM A 193 B7 & A194 2H) of approved make & correct size & dia with washers etc.

126.0 Hydrant Post, with two nos. of landing valves, including fixing of owner supplied butterfly valves.

127.0 Hydrant Monitor, including fixing of owner supplied butterfly valves. 128.0 SUPPLY AND FIXING OF HOSE BOXES:

Supply and fixing of Hose Boxes, including supply, fabrication, welding of ISA 65mm×65mm×6mm MS angle frame supports, including painting etc complete and grouting in 1:2:4 CC mix. at places as directed at site by EIC.

REMOVING AND STACKING OF PIPELINES: (Note: For Item No 129.0 to 138.0) Job includes flushing of pipelines, gas free, collecting pipeline quantity of product in drums, handing over of collected product to HPCL, hot cutting, cold cutting of pipelines as necessary, transportation of cut pipelines and stacking these pipelines inside terminal premises as per instructions of EIC. Rate also to include isolation of product pipelines from tanks/ pipes as per instruction of EIC.

129.0 500 mm NB 130.0 450 mm NB 131.0 400 mm NB 132.0 350 mm NB 133.0 300 mm NB 134.0 200 mm NB 135.0 150 mm NB

Page 43: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

136.0 100 mm NB 137.0 80 mm NB 138.0 25 mm NB PIPING MODIFICATIONS

(Note: For Item No 139.0 to 149.0) Including flushing, cutting (cold or hot),dismantling of existing pipelines, edge preparation of pipes, welding, re-laying in desired alignment, hydrotesting, copper slag blasting, painting etc.

139.0 FLUSHING Flushing of old pipeline including supply of water by the party.

140.0 COLD CUTTING 141.0 HOT CUTTING

142.0 BEWELLING/ EDGE PREPERATION 143.0 WELDING 144.0 PIPE LINE LAYING 145.0 HYDROTESTING

Hydrotesting of pipeline to a pressure of 10.5 Kg/sq cm. Water required for hydro testing shall be supplied by the contractor.

146.0 COPPER SLAG BLASTING Preparation of external surfaces of pipelines by copper Slag blasting thoroughly to S.A 2.5 of Swedish Ivonsk Standard SIS: 055900 latest edition to bare metal to ensure thorough cleaning of the surfaces to receive paints as per specifications. Rate to include loading, hauling, handling, transportation of the pipes.

147.0 MECHANICAL CLEANING Cleaning of pipeline with wire brush to remove the rust and corrosion from the exposed surface to the satisfaction of Engineer in Charge.

148.0 PRIMER PAINTING Supply and application of primer painting of the copper Slag blasted pipes with one or more coat of surface tolerant High Build Epoxy of minimum 75 microns and one or more coat (min DFT – 150 Microns) of Epilux Superbild ST Glass Flake Coating primer of Berger or approved equivalent of as directed by EIC. Rate to include wastages, mixing the paint properly as per manufacturer’s specifications, applying first coat with conventional spray / brush till 225 micron DFT of paint thickness is achieved, testing for thickness etc. complete. The Job includes providing & applying additional coats (free of cost) to the satisfaction of HPCL EIC in case desired thickness (225 micron) or proper surface finish is not achieved after applying one coat. The decision of HPCL Engineer-In-Charge will be final in this regard & shall have binding on the contractor. The job includes, at no extra cost, painting of all A/G and U/G pipelines at all heights, painting of all flange joints etc. Note: Contractor to arrange and keep at site the relevant Swedish photographic standards for inspection by HPCL Site in charge failing which permission to proceed with the work will not be granted. If the coating is damaged while handling the pipes/ structural members the same need to be redone as per above and make good of the surface.

149.0 FINAL PU COAT PAINTING Supply and application of 100 micron DFT (to be achieved in minimum two coats) of Epoxy PU HB coating of Berger or approved equivalent by HPCL with appropriate shades in two or

Page 44: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

more no. of coats to pipelines of following sizes including all fittings like valves, strainers, bends etc. complete. Rate to include wastages, mixing the paint properly as per manufacturer’s specifications, applying first coat with conventional spray / brush till 100 micron DFT of paint thickness is achieved, testing for thickness etc. complete. The Job includes providing & applying additional coats (free of cost) to the satisfaction of HPCL EIC in case desired thickness (100 micron) or proper surface finish is not achieved after applying two coats. The decision of HPCL Engineer-In-Charge will be final in this regard & shall have binding on the contractor. The job includes, at no extra cost, painting of all A/G pipelines at all heights, painting of all flange joints, colour code bands on pipelines at every 15 m or as directed at site, product name and arrows with synthetic enamel paint of approved colour & shade, as mentioned in attached technical specifications, at place as directed at site, payment shall be made on the basis of running meter of pipeline painted, measured only once. The arrangement of necessary scaffolding would also be done by contractor at no extra cost. Note: Contractor to arrange and keep at site the relevant Swedish photographic standards for inspection by HPCL Site in charge failing which permission to proceed with the work will not be granted. If the coating is damaged while handling the pipes/ structural members the same need to be redone as per above and make good of the surface.

150.0 PIPE TYPE EARTHING Supply and constructing Pipe electrode type earthing pits with all GI parts and B class GI Pipe of 65 mm NB dia x 3 mtr long as per IS 3043 (latest edition) in line attached drawing. Rate to include supply of all material, BM chamber & CI cover etc necessary for earthing pit, supply and welding of MS earthing boss to structures etc. Rate to include testing with megger and submitting test certificates from licensed electrical contractors. GI flat require for earthing connection shall be paid separately. All the bolt used shall be Cadmium alloys.

151.0 25 MM DIA PRESSURE RELEASE LINE Supply, fabrication and fixing of 25 mm dia MS heavy duty SCH 80 thickness seamless pipeline including supply of ball/ gate valve from manifold suction header up to the delivery lines to TW gantry. Rate to include supply and fixing of necessary MS forged slip on flanges, tees, elbows, U clamps etc complete.

152.0 50 X 6 MM GI FLAT Supply, fabrication and fixing 50 mm x 6 mm size GI Flat for connecting earth pit with various structures as directed by Engineer Incharge. Rate to include supply and welding of MS boss to structures, bolts, washer etc complete.

INSTALLATION OF SPRAY NOZZLE (Note: For Item No 153.0 to 156.0) Installation of HPCL supplied Spray Nozzle in the T/W gantry including necessary fittings etc complete.

153.0 SPRAY NOZZLE K-41 154.0 SPRAY NOZZLE K-30 155.0 SPRAY NOZZLE K-32 156.0 QBD SUPPLY OF ERW PIPES CONFORMING TO IS 1239

(Note: For Item No 157.0 to 160.0) Supply of MS ERW black line pipes of various sizes conforming to IS 1239 (Part I) Heavy class (latest edition) (Minimum specification), length of each pipe will be single random 4 m

Page 45: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

to 7 m, pipe ends will be bevelled with end protection caps, each pipe having the marking as per relevant IS Standard. Rate to include third party inspection (TPI) charges and shall be inspected by one of the following agencies: a) Lloyds b) Det Norkse Veritas c) EIL d) IRS e) BV e) SGS. The third party inspection agency shall ensure correlation between the manufacturer's report of heat analysis with the material and the finished pipes. The third party inspection agency shall ensure correlation between manufactures report of heat analysis with materials and finished pipes and the same reports to be submitted to HPCL.

157.0 250 mm NB 158.0 150 mm NB 159.0 100 mm NB 160.0 80 mm NB SUPPLY OF ERW PIPES CONFORMING TO IS 3589

(Note: For Item No 161.0) • Supply of MS ERW black line pipes of various sizes conforming to IS 3589 (Part I)

Heavy class (latest edition) (Minimum specification), length of each pipe will be single random 4 m to 7 m, pipe ends will be beveled with end protection caps, each pipe having the marking as per relevant IS Standard. Rate to include third party inspection (TPI) charges and shall be inspected by one of the following agencies: a) Lloyds b) Det Norkse Veritas c) EIL d) IRS e) BV e) SGS. Rate also to include that the third party inspection agency shall ensure correlation between the manufacturer's report of heat analysis with the material and the finished pipes and the third party inspection agency shall ensure correlation between manufactures report of heat analysis with materials and finished pipes and the same reports to be submitted to HPCL.

161.0 300 mm NB SUBMISSION OF DESIGN/ DRAWING FOR P/L PEDESTALS & PUMP

FOUNDATION (Note: For Item No 162.0 to 163.0) Submission of design calculations and drawings as approved by any reputed institute (recommended by HPCL EIC) prior to the commencement of work.

162.0 DESIGN OF PIPELINE PEDESTALS 163.0 DESIGN OF PUMPFOUNDATIONS HUME PIPES

(Note: For Item No 164.0 to 165.0) Supply and laying of NP4 class hume pipes as per instruction of EIC.

164.0 600 mm NB NP 4 class 165.0 450 mm NB NP 4 class INTERNAL CEMENT COATING FOR PIPELINE

(Note: For Item No 166.0 to 169.0) Cement lining of the following pipes should be done as per AWWA-C-205. Portland Pozzolona Cement (PPC) conforming to IS 1489/ ASTM 150 shall be used for cement lining, best quality locally available sand as per IS: 383 to be used for internal lining, water as per IS: 456 to be used for lining. Also prior to cement lining inside surface of pipes & fittings should be cleaned by wire brushing and washed by Kerosene/ diesel to remove loose scale, rust, oil, grease, paint etc and washed by soap/ water required. Curing of all internally cement lined pipes should be done by LP STEAM for appropriate time. Curing of fittings will be done by LP STEAM of WATER for appropriate period.

Page 46: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

Pipes & fittings will be supplied by HPCL as free issue material. Rate to include transportation, loading and unloading of pipes & fittings. Also supply and fixing of weld mesh reinforcement to be done by the contractor. Painting of pipe ends (100mm at each end) (if required) will be arranged by the contractor prior to cement lining. Cement Lining of pipes & fitting shall be done at a suitable at site as instructed by EIC. Entire machinery for cement lining steam curing etc. should be arranged by the contractor. Training supervisor, skilled & unskilled labor to arrange by the contractor. Testing of Cement, Sand, Water, Cement Mortar Cubes and water absorption test etc. as required to be done by the contractor, for procedure qualification and during the execution of entire work as per the instruction of EIC.

166.0 300 mm NB 167.0 200 mm NB 168.0 150 mm NB 169.0 100 mm NB SUPPLY OF BLIND FLANGE

(Note: For Item No 170.0 to 182.0) Supply of Blind Flanges ASA Class 150 raised face, made out of MS plate conforming to IS 226/ IS2062 GrA, Part IV, dimension & holes drilled as per ANSI B.16.5, working Pressure 10.5 Kg/Sqcm etc. complete.

170.0 600 mm NB 171.0 500 mm NB 172.0 450 mm NB 173.0 400 mm NB 174.0 350 mm NB 175.0 300 mm NB 176.0 250 mm NB 177.0 200 mm NB 178.0 150 mm NB 179.0 100 mm NB 180.0 80 mm NB 181.0 50 mm NB 182.0 25 mm NB SUPPLY OF SORF FLANGE

(Note: For Item No 183.0 to 195.0) Supply of SORF conforming to ASA Class 150 raised face, made out of MS plate conforming to IS 226/IS2062 GrA, Dimension & Holes Drilled as per ANSI B.16.5, working Pressure 10.5 Kg/Sqcm etc. complete.

183.0 600 mm NB 184.0 500 mm NB 185.0 450 mm NB 186.0 400 mm NB 187.0 350 mm NB 188.0 300 mm NB 189.0 250 mm NB 190.0 200 mm NB

Page 47: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

191.0 150 mm NB 192.0 100 mm NB 193.0 80 mm NB 194.0 50 mm NB 195.0 25 mm NB 196.0 SPADING OR DESPADING UPTO 24” NB PIPE

Carry out required spading or despading of flanges of various sizes and ratings, as per HPCL advice, with necessary servicing of joint bolts.

197 REMOVAL & INSTALLATION OF FLANGED VALVES • Removal & installation of flanged valves coming in between the line being replaced

will be paid as per this item. Certain valves may have to be serviced. In such case, transportation of the same to and from workshop or any other location, as advised by HPCL, will be in vendor’s scope.

• Vendor may also have to replace valves at locations other than coming within the replacement section, as per advice of EIC.

• Welded valves will not be paid under this item and they will be included in the weld joint rates.

• In case of only installation or only removal of any flanged valve, 50% payment will be made. This shall be arrived at by Quantity Adjustment against the respective PO line item.

• The valve will be of any size.

Page 48: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

J. APPROVED MAKES

Page 49: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

LIST OF APPROVED MAKE

S.No

Détails of Matériels Manufacturer’s Name

2 CEMENT Ultratech/ACC/BIRLA/Approved equivalent

3 RMC Ultratech/ACC/L&T/APPROVED AGENCEY

4 Reinforcement Sail, Jindal/vishak/Tata/approved equivalant

5 Structural steel Sail/ Vizag/ Tata/Approved equivalant

Page 50: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

M.PROPOSAL FORMS

Page 51: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

CHECK LIST

Bidders are requested to ensure that bid is submitted along with the following. This check list gives only certain important items to facilitate the bidder to make sure that the necessary data/information’s as called for in the bid document has been submitted by them along with their offer. This, however, does not relieve the bidder of his responsibilities to make sure that his bid is otherwise complete in all respects:

Please ensure compliance against following points:

1.0 Confirm that the following details have been submitted in the

unpriced part: a) Bid Security/EMD as per FORMAT

b) List of construction tools, tackles, equipments, etc.

proposed to be deployed at site separately for each PART indicating the year of manufacture, present

location and the numbers as per FORM PF-7

c) Site Organization Chart indicating the Line of authority/responsibility/communication indicating nos. personnel at each level and bio-data of key personnel which shall be interfaced with the site organization as per FORM PF-3/3A Separately for each PART d) Financial details including Audited balance sheets and

profit and loss account statement for last 3 years.

e) Exceptions & deviations as per PF – 4 f) List of sub-contractors as per PF-8 g) Construction Schedule h) Power of Attorney in the name of person signing the bid. i) Unpriced bid

2.0 Confirm that the price bid has been submitted as per instruction provided for e bidding

Page 52: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

COMMERCIAL QUESTIONNAIRRE

The Bidders reply /confirmation as furnished in the commercial questionnaire shall supercede the stipulations mentioned elsewhere in their bid.

SL.NO HPCL’S QUERY BIDDERS REPLY/ CONFIRMATION

1. Confirm that Bid Security/Earnest Money as per bid stipulations have been furnished along with unpriced bid.

2. Confirm that all details, in unpriced part has been submitted

3 . Confirm your compliance to scope of work as specified in bid document.

4. Confirm that all materials shall be supplied as per standards & specifications given in bid document.

5. Confirm that all materials except HPCL’s Scope of supply shall be supplied by the contractor at their cost without any liability on the part of HPCL.

6. Confirm that the quoted Price includes the cost for carrying out complete work as per drawing/specific requirement/schedule of price/scope of work, scope of supply mentioned in the bid document whether expressly mentioned in the item description of Schedule of quantities or not.

7 Confirm that the quoted price includes all taxes (service taxes etc.), duties and insurance cost as specified in Special Conditions of contract.

8 Confirm your compliance to HPCL payment terms in toto as per Appendix –I of Special Conditions of contract.

9. Confirm that there are No counter terms and conditions in the Price-Part and in case any terms and conditions are mentioned, the same shall be treated as null & void.

10. Confirm that all the proposal forms (Commercial Questionnaire, Check List) are filled and submitted along with Part-1 of offer strictly as per proforma given in bid document.

Page 53: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

11. Confirm that you have proposed adequate Project/Site organization with supervisory personnel having good experience and the chart is enclosed.

12. Confirm that the price shall be firm till completion of work in all respects.

13. Confirm that the quoted Price is not subjected to any escalation.

14. The planning schedule, S-curves, manpower estimate, construction equipment deployment schedule etc., submitted by the bidder with his Bid, is well considered and adequate and shall not be basis for extra compensation in case actual needs are higher.

• Detailed planning schedule developed by Contractor after award may be subject to fluctuations depending upon actual progress of the project and available work front.

• CO-ORDINATION and making available Contractor of all staff, manpower, construction equipment, tools, cranes, etc. and materials as required for a timely completion of all WORK as per HPCL’s. Construction and priority schedule and in accordance with the available work front are included in the quoted rates.

• Bio data of key personnel; such as Project Manager, Construction Manager; Lead Engineer for all relevant categories has been submitted in your Bid.

15 Please confirm that all the construction equipment, tools & tackles as indicated in Proposal Form PF-7 shall be deployed at site. You shall also deploy additional equipments if deemed necessary to complete the works in Schedule Time.

PF - 1 NAME OF WORK : NAME OF BIDDER :

Page 54: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

INFORMATION ABOUT BIDDER

1. IN CASE OF INDIVIDUAL 1.1 Name 1.2 Whether Name is registered? If yes, any document of registration available? 1.3 Date of commencement of business 1.4 Whether he pays Income Tax over Rs. 10,000/- per year. If so furnish PAN No. 2.0 IN CASE OF PARTNERSHIP 2.1 Name of partners 2.2 Whether the partnership is registered. 2.3 Date of enlistment of firm. 2.4 If any of the partners of the firm pays income-tax over Rs. 10,000/- a year and if

so which of them pays the same? If so furnish PAN no. 3. IN CASE OF LIMITED LIABILITY COMPANY OR COMPANY

LIMITED BY GUARANTEES 3.1 Amount of paid up capital 3.2 Name of Directors 3.3 Date of Registration of Company 3.4 Copies of the Balance Sheet of the company for the last 3 years as required in NIT

____________________

SIGNATURE OF BIDDER NAME AND ADDRESS OF THE BIDDER

Page 55: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

PF – 2 NAME OF WORK : NAME OF BIDDER : LIST OF ENCLOSURES BIDDER is required to enclose the following documents as part of this tender along with

other documents mentioned elsewhere in the document: 1. Power of attorney of the signatory of the tender. 2. Income Tax/Sales Tax clearance certificate in the proforma prescribed by the

Govt. of India. 3. Documents showing details of similar works done for the past seven years 5. Copies of Audited Balance Sheet and profit and Loss account for the last three

financial years ending March 2007/Decamber 2006/ September 2006/ June 2006.

______________________ SIGNATURE OF BIDDER

Page 56: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

PF - 3

PROJECT AND SITE ORGANISATION DESCRIPTION

The bidder must attach a description of the Head office and site of the organization proposed to be committed for execution of the work. Organization chart must include Details of key personnel, categories and numbers of personnel reporting at Head office and Site Office, separately.

The description shall show lines of authority/responsibility/communication together with a written description of the overall working of the organization with particular emphasis on the Head office/site interface and monitoring and control of progress.

Bidder agrees to augment the above chart with additional number/ categories, if required and as directed by Engineer in charge to complete the work within the completion time schedule and quoted price.

SIGNATURE OF BIDDER : _________________________ NAME OF BIDDER : _________________________ COMPANY SEAL : _________________________

This form shall be part of contract documents.

Page 57: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

PF-3A

SUMMARY OF KEY PERSONNEL

Bidder to provide a resume for each key person (indicated in the organization chart) to be assigned by the Contractor, containing at least the following information on each person (Additional pages are to be attached and properly designated, if necessary). Such key personnel shall cover contractor’s own as well as sub-contractor’s employees. _________________________________________________________ Position Details

a) Name:

b) Education Qualifications:

c) Present Position in Bidder’s Company:

d) Relevant Experience with Employment History:

Note : Resume is generally required for the Project Manager, Lead Site Engineers and Lead Site Supervisors, all of whom would be assigned full time to the contract.

Page 58: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

PF – 5

NAME OF WORK : BIDDING DOCUMENT NO. : COMPLIANCE TO BID REQUIREMENT

We confirm that our Bid complies with the total Techno-Commercial requirements of Bidding Document.

SIGNATURE OF BIDDER : ___________________

NAME OF BIDDER : ___________________

Page 59: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

PF-6 NAME OF WORK : BIDDING DOCUMENT NO. :

DETAILS OF SIMILAR WORK DONE SR.NO.

FULL POSTAL ADDRRESS OF CLIENT & NAME OF OFFICER-IN-CHARGE

DESCRIPTION OF THE WORK

VALUE OF CONTRACT

DATE OF COMMENCEMENT OF WORK

SCHEDULED COPLETION

TIME(MONTHS)

DATE OF ACTUAL COMPLETION

REASONS FOR TIME OVER-RUN, IF ANY

NOTE: Copy of Letter of award and completion certificate/Any other document indicating completion of the Contract for at least two similar works shall be submitted along with the Bid.

SIGNATURE OF BIDDER : _____________________ NAME OF BIDDER : _____________________

Page 60: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

PF-7 NAME OF WORK : BIDDING DOCUMENT NO. : DETAILS OF PROPOSED EQUIPMENT, TOOLS & TACKLES The Bidder shall herein details of constructions equipment, tools, tackles proposed to be deployed for this work and shall indicate in each case whether the same (A) already owned by Bidder and available for use of this Contract. (B) Anticipated to be hired (C) anticipated to be purchased. In case of (A) present location shall be stated. In case of (B) and (C) name and location of lending agency or supplier shall be stated. ITEM TO BE DEPLOYED

DESCRIPTION MAKE, MODEL AND CAPACITY

NUMBERS YEAR OF MANUFACTURE

CATEGORY (A)OR (B) OR (C) ABOVE

LOCATION REMARKS

Bidder agrees to augment the above list with additional number/categories of equipment, tools and tackles, if required and directed by the Engineer-in-Charge, to complete the work within the completion time schedule and quoted price. SIGNATURE OF BIDDER : __________________ NAME OF BIDDER : __________________

Page 61: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for

PF-8 SUB-CONTRACTOR’S LIST

NAME & ADDRESS OF SUB-ONTRACTOR

DESCRIPTION OF WORK TO BE SUB-CONTRACTED

EXPERIENCE DETAILS OF THE SUB-CONTRACTOR IN BRIEF IN TERMS OF DETAILS OF WORK DONE AND MAXIMUM SINGLE CONTRACT VALUE EXECUTED

NOTE : i) IF NO SUB-CONTRACTOR ARE ANTICIPATED, ENTER THE WORD ‘NONE’ ii) INCASE OF BACK-UP CONSULTANT/HPCL MOU/CONSENT LETTER SHOULD BE FURNISHED.

(SIGNATURE OF BIDDER)

Page 62: TENDER NO: 9000019-HD-10002 E-TENDER NO:- 6153tenders.hpcl.co.in/tenders/tender_prog/TenderFiles/1655/Tender... · tender no: 9000019-hd-10002 e-tender no:- 6153 tender document for