TENDER NO: 9000110-HB-10002 (E-tender No:-...

114
HINDUSTAN PETROLEUM CORPORATION LIMITED ENGINEERING & PROJECTS GRESHAM HOUSE (2 ND FLOOR) SIR P. M. ROAD, FORT Mumbai - 400 001 TENDER NO: 9000110-HB-10002 (E-tender No:- 6620) TENDER DOCUMENT FOR CONSTRUCTION OF UNDERGROUND PETROLEUM STORAGE TANKS AT HPCL MAHUL TERMINAL, MUMBAI SITE ADDRESS: HPCL MAHUL TERMINAL B D PATIL MARG GAVANPADA VILLAGE MAHUL, CHEMBUR MUMBAI – 400 074

Transcript of TENDER NO: 9000110-HB-10002 (E-tender No:-...

Page 1: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

HINDUSTAN PETROLEUM CORPORATION LIMITED

ENGINEERING & PROJECTS GRESHAM HOUSE (2 ND FLOOR)

SIR P. M. ROAD, FORT Mumbai - 400 001�

TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)

TENDER DOCUMENT

FOR

CONSTRUCTION OF UNDERGROUND PETROLEUM STORAGE TANKS

AT

HPCL MAHUL TERMINAL,

MUMBAI

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

Page 2: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

INDEX

Section Description A INTRODUCTION

B INSTRUCTION TO BIDDERS

C DECLARATION

D UNPRICED BID

E TIME SCHEDULE

F SPECIAL CONDITIONS OF THE CONTRACT

G SCHEDULE OF QUANTITIES

H TECHNICAL SPECIFICATIONS

I LIST OF APPROVED MATERIALS

J HEALTH, SAFETY AND ENVIRONMENT REQUIREMENT

K FORMATS

L DRAWINGS (Attached Seperately)

Page 3: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

A. INTRODUCTION

HINDUSTAN PETROLEUM CORPORATION LTD. ENGG & PROJECTS DEPTT.

GRESHAM ASSURANCE HOUSE, 2ND FLOOR, A-1595(3) 1,

Page 4: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

1-A SIR P. M. ROAD, 132 SHAHID B. SINGH ROAD, FORT, MUMBAI-400001

INTRODUCTION

The proposed job is for CONSTRUCTION, INSTALLATION AND TESTING OF 6 (SIX) NOS UNDER GROUND PETROLEUM STORAGE TANKS AT MAHUL TERMINAL, MUMBAI. The vendor has to visit the site and get fully familiarised about the scope of job, obtain all local information and study the tender thoroughly prior to quoting. Before commencement of work the contractor shall prepare detailed work plan for effective execution of various segments so as to complete the entire job within the specified time. Party has to prepare necessary working drawings and obtain approval of HPCL before execution. Mahul Terminal being a working location, necessary work permits are to be obtained by the party for daily execution of job and party shall abide by all the rules and regulations of the location and ensure that no activity of the terminal operation is obstructed. Vendors are required to go through the job description in the following pages thoroughly and carefully and visit site and obtain all site and meteorological and local information before quoting for the items. The completion period for the entire job is TEN (10) Weeks from the date of LOI/ FOI. Water and Power required for job shall be arranged by the contractor at his own cost. In case of any clarifications, same may be obtained from Sr. Manager – E&P, Ganesh Gaikwad, Engg & Projects Deptt, Gresham Assurance House, 2nd Floor, A-1595(3) 1, 1-A Sir P. M. Road, 132, Shahid B. Singh Road, Fort, MUMBAI - 400001, Tel. No. 022-22608533

Page 5: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

B. INSTRUCTION TO BIDDERS

Page 6: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

PART-B

1.0 INTRODUCTION

HPCL is presently executing a railway siding at Mahul terminal. To commission the siding activities it is required to construct 6 nos. under ground petroleum storage tanks in the premises. Hence M/s Hindustan Petroleum Corporation Limited (HPCL) invites sealed bids under two bid systems from Bidders through e tendering for the construction, installation and testing of 6 nos. underground tanks for MS, HSD, SKO/ ATF, LDO, NAPTHA & FO storage including necessary foundations and miscellaneous civil works at Mahul Terminal at the following address: HPCL MAHUL TERMINAL B D PATIL MARG GAVANPADA VILLAGE MAHUL, CHEMBUR MUMBAI – 400 074

1.1 SCOPE OF WORK The brief scope of work comprises of, but not limited to the following:

• The scope of job includes fabrication, testing, erection and installation of 6 nos. MS, HSD, SKO/ ATF, LDO, NAPTHA & FO underground storage cylindrical tanks of capacity 70 KL per each tank as per our enclosed drawing inclusive of the foundation bolts / straps / foundation plate / internal stiffeners and pipe fittings etc. and as directed by EIC all complete.

• Submission of design calculation and various data sheet of the tank for the above

products for approval as per IS 10987. • Hydraulic testing of the tanks to be carried out at a pressure of 0.05 MPa when full of

water.

• Painting of all the external tank surface with 75micron coat of Zinc Silicate primer and 2 coats of 100 microns each coal tar epoxy over primer coat after surface blasting with Copper slag to the Swedish standards grade of SA2.5.

• The Supply/ installation/ testing of following items is included in your scope of work:

i. Internal piping as specified 'B' class.

ii. Bushing nuts/ sockets and steel plugs as shown in the drawings.

Page 7: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

iii. Foundation bolts and foundation plate assembly with straps where specified including anchoring arrangement.

iv. Internal MS angle rings and stiffeners etc.

v Manhole with cover, nuts and bolts as per drawing including 3 mm thick compressed asbestos fiber glass gasket of make champion/firefly.

vi All nozzles and flanges and reinforcement pads as per drawing. vii. Four nos. of Lifting lugs shall be provided as per drawing.

• Following are excluded from your scope of work:

i. Provision of any valves, instruments, etc. and dip rods.

ii. Radiography or any other specific testing, except as mentioned in this tender.

The complete requirements shall be executed on turnkey basis with single point responsibility including preparation of working drgs based on design drgs. 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, 2 nd 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.

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

Page 8: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

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

a) 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.

b) List of Equipment, Tools and Tackles proposed to be deployed as per Form PF-7. c) List of Exception & Deviation, if any, as per approved format.. d) Confirmation of Compliance to Bid Requirement as per PF-5. e) Quality Assurance / Quality Control Plan. f) Work completion Schedule in the form of Bar chart separately site wise. g) 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 if any

h) Copies of EPF Registration and ESIC Registration.

i) Declaration

4.0 SUBMISSION AND OPENING OF BID Vendor may refer E – tender terms and conditions. 5.0 VALIDITY OF EMD Deleted 6.0 VALIDITY OF OFFER 6.1 Bid submitted by Bidder shall remain valid for a minimum period of 03 (Three)

MONTHS from the date of submission of Bids. Bidders shall not be entitled during the said period of four months, without the consent in writing of the Owner, to revoke or cancel their Bid or to vary the Bid given or any term thereof. In case of Bidders revoking or cancelling their Bid or varying any of the terms in regard thereof without the consents of Owner in writing, Owner shall reject such Offers and forfeit Earnest Money paid by them along with their offers.

Page 9: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

6.2 Bidders are advised to refrain from contacting by any means HPCL and/or their employees / representatives on their own, on matters related to Bids under consideration. HPCL, if necessary, will obtain clarification on the Bid by requesting for such information/clarifications from any or all Bidders, either in writing or through personnel contact. Bidders will not be permitted to change the substance of Bids after opening of Bids.

6.3 Notwithstanding sub-clauses 6.1 and 6.2 above, HPCL may solicit the bidder’s consent to

an extension of the period of validity of offer. The requests and the response there to shall be made in writing. If the bidders agree to the extension request, the validity of Bank Guarantee towards Earnest money shall also be suitably extended. Bidders may refuse the request without forfeiting his EMD. However, bidders agreeing to the request for extension of validity of offer will neither be permitted to revise the price nor to modify the offer.

7.0 BID CLARIFICATIONS/AMENDMENTS BY HPCL 7.1 HPCL may issue clarifications/amendments in the form of addendum/corrigendum

during the bidding period and may also issue amendments subsequent to receiving the bids. For the 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.

Page 10: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

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: 11.1 RECEIPT OF BID

Bids received late i.e. after due date and time, due to any reason (s) whatsoever shall be rejected.

11.2 DEVIATIONS TO TENDER REQUIREMENTS 11.2.1 In case Bidders wish to stipulate any deviation to Bidding Document requirements they

shall indicate/upload the same as per the Performa enclosed in the Bidding Document. Bidder shall note that clarification/queries/deviations mentioned elsewhere in the offer shall not be given any cognizance. 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.

Page 11: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

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 unpriced bids.

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

Page 12: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

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.

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 this job.

Page 13: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

C. DECLARATION

Page 14: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

DECLARATION

(to be submitted along with unpriced bid) M/s________________________________________hereby declare/clarify that we have not been banned or delisted by any Government or quasi Government agencies or Public Sector Undertakings.

Stamp & Signature of the Bidder NOTE: If a bidder has been banned by any Government or Quasi Government agencies or PSU’s, this fact must be clearly stated with details. If this declaration is not given along with the unpriced bid, the tender will be rejected as non-responsive.

CONTACT PARTICULARS NAME OF PERSON TEL NO. OFFICE TEL NO. RES. MOBILE NO. E-MAIL ID

Page 15: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

D.UNPRICED BID

Page 16: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

CONSTRUCTION OF UNDER GROUND PETROLEUM STORAGE

TANKS AT MAHUL TERMINAL, MUMBAI

UNPRICED BID

SR NO Tender line no

Description Unit Total Qty

1 1 Excavation in any type of soil M3 50

2 2 Sand filling M3 165

3 3 Soling M3 65

4 4 PCC of M20 grade M3 30

5 5 RCC of M25 grade M3 85

6 6 Reinforcement TM 8.5

7 7 Fabrication of tank TM 66

8 8 Erection/installation of 70KL tank EA 6

9 9 Brick masonry M3 70

10 10 Plastering SM 120

11 11 External painting of tank SM 850

Note: SM – Square Meter M3 – Cubic Meter TM – Metric Ton EA – Nos

Page 17: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

E. TIME SCHEDULE

Page 18: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

TIME SCHEDULE

DESCRIPTION OF WORK : CONSTRUCTION OF UNDER GROUND PETROLEUM STORAGE TANKS AT HPCL MAHUL TERMINAL, GAVAN PADA,

B.D PATIL MARG, CHEMBUR MUMBAI – 400074

PART LOCATION

COMPLETION PERIOD

FROM DATE OF ISSUE OF FOI/LOI/PO

HPCL MAHUL TERMINAL, GAVAN PADA, B.D PATIL

MARG,CHEMBUR, MUMBAI – 400074

10 (TEN) WEEKS

NOTE : 1.0 Time for completion shall be reckoned from the date of issue of Fax/ Letter of Intent/

Purchase Order by HPCL which ever is earlier.

2.0 Time for completion shall include the time required for mobilization, demobilization, carrying out the works including approvals as per requirements of Contract Document and instructions of HPCL Engineer-in-Charge.

Page 19: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

F. SPECIAL CONDITIONS OF THE CONTRACT

Page 20: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

1.0 GENERAL 1.1 Special Conditions of Contract (SCC) shall be read in conjunction with the

General Conditions of Contract (GCC) also referred to as General Terms & Conditions of Works Contract, Schedule of Rates, specifications of work, drawings and any other document forming part of this Contract wherever the context so requires.

1.2 Notwithstanding the sub-division of the document into these separate sections

and volumes, every part of each shall be deemed to be supplementary of every other part and shall be read with and into the Contract so far as it may be practicable to do so.

1.3 Where any portion of the GCC is repugnant to or at variance with any

provisions of the Special Conditions of Contract, then unless a different intention appears, the provision(s) of the Special Conditions of Contract shall be deemed to override the provision(s) of GCC only to the extent that such repugnancies or variations in the Special Conditions of Contract are not possible of being reconciled with the provisions of GCC.

1.4 Wherever it is stated in this Bidding Document that such and such a supply

is to be affected or such and such a work is to be carried out, it shall be understood that the same shall be affected and /or carried out by the Contractor at his own cost, unless a different intention is specifically and expressly stated herein or otherwise explicit from the context. Contract Price shall be deemed to have included such cost.

1.5 The materials, design & workmanship shall satisfy the applicable relevant

Indian Standards, the job specifications contained herein & codes referred to. Where the job specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied. In the absence of any Standard / Specifications / Codes of practice for detailed specifications covering any part of the work covered in this bidding document, the instructions / directions of Engineer-in-Charge will be binding upon the Contractor.

1.6 In case of contradiction between relevant Indian standards, GCC, Special

Conditions of Contract, Specifications, Drawings and Schedule of Rates, the following shall prevail in order of precedence.

i) Detailed Purchase Order along with Statement of Agreed Variations, if any,

and its enclosures . ii) Schedule of Rates with Quantities. iii) Fax of Intent (FOI)/Letter of Intent(LOI) iv) Scope of Work v) Technical Specifications vi) Drawings vii) Special Conditions of Contract

Page 21: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

viii) General Conditions of Contract ix) Instructions to Bidders x) Relevant Indian Standards/ Specifications.

1.7.1 Safety Helmets shall be provided to all workers engaged by the Contractor. Shoes

and Gloves shall also be provided in adequate number by the Contractor. 1.7.2 Safety Belts and Harnesses shall be provided by the Contractor in adequate

number for the workers working at heights. 1.7.3 All Diesel driven equipment shall be provided with proper Flame Arrestors,

Mufflers, etc as applicable. 1.7.4 Proper earthing shall be provided for all Cutting, Grinding, welding equipments

and generators as deployed by the contractor.. THE WORK 2.1 Scope of Work & Scope of Supply

2.1.1 The scope of work and Scope of Supply covered in this Contract will be

as described in Scope of work for respective sections, Job Specifications, Standard Specifications, Drawings, and Schedule of Rates etc.

2.2 Time Schedule 2.2.1 It is described in detail elsewhere in the tender document. 2.2.2 Time is the essence of this Contract. The period of completion given includes the

time required for mobilization as well as testing, rectifications, if any, retesting, demobilization and completion in all respects to the satisfaction of the Engineer-in-Charge.

2.2.3 A joint program of execution of work will be prepared by the Engineer-in-

Charge and Contractor. This program will take into account the time of completion period of the Contract.

2.2.4 Monthly/weekly execution program will be drawn up by the Engineer-in-Charge

jointly with the Contractor based on availability of materials, work fronts and the joint programme of execution as referred to above. The Contractor shall scrupulously adhere to the Targets / Programmes by deploying adequate personnel, Construction Equipment, Tools and Tackles and also by Timely Supply of required materials coming within his scope of supply as per Contract. In all matters concerning the extent of target set out in the weekly / monthly programme and the degree of achievement, the decision of the Engineer-in-Charge will be final and binding upon the Contractor.

2.2.5 Contractor shall give every day category-wise labour and equipment

deployment report along with the progress of work done on previous day in the proforma prescribed by the Engineer-in-Charge.

Page 22: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

2.3 Measurement of Works 2.3.1 Mode of measurement will be as specified in Specifications or SOR. 2.4 Payment Office 2.4.1 Payment will be released towards submission of duly certified Running

Account Bills at Disbursement section at Gresham Assurance House,2 nd Floor,A-1595(3) 1 1-A, Sir P M road,132, Shahid B Singh Road, Fort,Mumbai-400001.

2.5 Temporary Works 2.5.1 All temporary works, enabling works, including dewatering of surface and

subsoil water, preparation and maintenance of temporary drains at the work site, preparation and maintenance of approaches to working areas, wherever required, for execution of the work, shall be the responsibility of the Contractor and all costs towards the same shall be deemed to have been included in the quoted prices.

2.6 Quality Assurance 2.6.1 Detailed quality assurance programme to be followed for the execution of

Contract under various divisions of works will be mutually discussed and agreed to.

2.6.2 The Contractor shall establish, document and maintain an effective quality

assurance system as outlined in the specifications and various codes and standards.

2.6.3 Quality Assurance System plans / procedures of the Contractor shall be

furnished in the form of a QA manual. This document should cover details of the personnel responsible for the quality assurance, plans or procedures to be followed for quality.

2.6.4 The Owner/Consultant or their representative shall reserve the right to

inspect/witness, review any or all stages of work at shop/site as deemed necessary for quality assurance and / or timely completion of the work.

2.6.5 In case Engineer-in-Charge feels that Contractor’s Engineer(s)/Supervisor are

incompetent or insufficient, Contractor has to deploy other experienced Engineer(s)/Supervisor as per site requirement and to the full satisfaction of Engineer-in-Charge.

2.6.6 In case Contractor fails to follow the instructions of Engineer-in-Charge

with respect to above clauses, next payment due to him may not be released unless and until he complies with the instructions to the full

Page 23: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

satisfaction of Engineer-in-Charge. 2.7 Leads 2.7.1 For the various works, in case of contradiction, leads mentioned in the

Schedule of Rates shall prevail over those indicated in the Technical specifications.

3.0 ROYALTY 3.1 Royalty 3.1.1 All royalties etc., as may be required for any Entry permits, including right

of way etc., to be arranged by Contractor shall be deemed to have been included in the quoted prices.

3.1.2 Contractor’s quoted rates should include the royalty on different applicable

items as per the prevailing State Government rates. Any increase in prevailing rate of royalty shall be borne by the Contractor at no extra cost to the Owner.

4 PROVIDENT FUND,LABOUR, LABOUR LAWS AND SITE

REQUIREMENTS 4.1 Provident Fund 4.1.1 The Contractor shall strictly comply with the provisions of Employees

Provident Fund Act and register himself with Regional Provident Fund Commissioner (RPFC) before commencing work. The Contractor shall deposit Employees and Employers contributions to the RPFC every month. The Contractor shall furnish along with each Running bill, the challan / receipt for the payment made to the RPFC for the preceding month. The Contractor shall furnish the code number allotted by the RPFC Authority to the Engineer-in-Charge before commencing the work.

4.1 Labour License 4.2.1 Before starting of work, Contractor shall obtain a license from concerned

authorities under the Contract Labour (Abolition and Regulation) Act 1970, and furnish copy of the same to Owner.

4.3 Labour Relations 4.3.1 In case of labour unrest/labour dispute arising out of non-implementation of

any law, the responsibility shall solely lie with the Contractor and he shall remove/resolve the same satisfactorily at his cost and risk.

4.3.2 The Contractor shall at all times take all reasonable precautions to prevent

any unlawful, riotous or disorderly conduct by or amongst his staff and labour and to preserve peace and protection of persons and properly in the neighbourhood of the Works against such conduct.

Page 24: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

4.4 Employment of Labour 4.4.1 The Contractor shall not recruit personnel of any category from among

those who are already employed by other agencies working at site but shall make maximum use of local labour available.

4.5 Site Cleaning 4.5.1 The Contractor shall clean and keep clean the work site from time to time

to the satisfaction of the Engineer-in-Charge for easy access to work site and to ensure safe passage, movement and working.

4.5.2 The Contractor shall dispose off the unserviceable materials, debris etc., to

the earmarked area within the Plant premises as decided by the Engineer-in-Charge. No extra payment shall be paid on this account. Serviceable materials shall be stored in designate area separately after obtaining acknowledgement of HPCL Officer.

4.5.3 HPCL Review/Approval of Drawings, Design and other documents

submitted by Contractor 4.5.3.1 HPCL will normally require and utilize a maximum time frame of seven (07)

working days from the date of Receipt for Review/Approval of Drawings, Design and other documents submitted by Contractor. Upon Review of the submitted documents, HPCL may give their comments and ask for redesign/ resubmission after necessary rectifications/ modifications and the time frame of 7 working days will be applicable for same.

4.6 Protection of Existing Facilities 4.6.1 Contractor shall obtain all safety clearance (viz. Excavation, Hot/Cold work

permit) from the Owner, as may be required from time to time, prior to start of work.

4.6.2 Contractor shall obtain plans and full details of all existing and planned

underground services from the Owner and shall follow these plans closely at all times during the performance of work. Contractor shall be responsible for location and protection of all underground lines and structures at his own cost.

4.6.3 Despite all precautions, should any damage to any structure / utility etc. occur,

the Contractor shall contact the Owner / authority concerned and Contractor shall forthwith carry out repair at his expenses under the direction and to the satisfaction of Engineer-in-Charge and the Owner/concerned authority.

4.6.3 Contractor shall take all precautions to ensure that no damage is caused to

the existing pipelines, cables etc., during construction. Existing structures,

Page 25: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

existing Compound wall, Tiling and other items damaged / disturbed during construction shall be repaired and restored to their original condition by Contractor after completion of construction to the complete satisfaction of Owner.

4.6.4 If required, Contractor shall in consultation with Owner and the concerned

authorities, take adequate measures for strengthening the existing electric poles, Cast iron pipes, sewer lines, GI Pipelines telephone poles etc in the proximity of proposed Construction works. Contractor shall take adequate protective measures to prevent damage to these facilities during construction. Contractor shall have to adopt such method of construction as will be suitable for working in these areas using the limited space available and without causing any damage to these facilities. Contractor shall be deemed to have taken cognizance of all such constraints, etc. while working in this area and Contractor shall not be entitled to claim any extra at a later stage.

4.7 Work Front 4.7.1 The work involved under this Contract may include such works as have to

be taken up and completed after other agencies have completed their jobs. The Contractor will be required and bound to take up and when the fronts are available for the same and no claim of any sort whatsoever shall be admissible to the Contractor on this account.

4.8 Site Facilities 4.8.1 The Contractor shall arrange for the following facilities at site, for workmen

deployed/engaged by him / his sub-contractor, at his own cost:

i) Arrangement for First Aid. ii) Arrangement for clean & potable drinking water. iii) A crèche where 10 or more women workers are having children below the

age of 6 years. iv) Any other facility/utility as may be required under the Contract as per the

existing legislation. 4.9 Contractor’s Site Office and Stores 4.9.1 Owner shall provide space only for contractor’s site office and stores and

fabrication yard, if any space available at site. However, same shall be dismantled prior to submission of Final Bill.

4.9.2 The Contractor’s Labour and Staff will not be permitted to stay within the

premises. 4.9.3 The Contractor shall remove all temporary buildings / facilities etc., before

leaving the site after completion of works in all respect. 4.10 Construction

Page 26: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

4.10.1 Rules and Regulations Contractor shall observe in addition to Codes specified in respective

specification, all national and local laws, ordinances, rules and regulations and requirements pertaining to the work and shall be responsible for extra costs arising from violations of the same.

5.0 Procedures 5.1 If required by HPCL, Various procedures and method statements to be

adopted by Contractor during the construction as required as per the respective specifications shall be submitted to Engineer-in-Charge in due time for approval.

5.2 Security 5.2.1 The Contractor shall arrange to obtain through the Engineer-in-Charge, well

in advance, all necessary entry permits/gate passes for his staffs and labourers and entry and exit of his men and materials shall be subject to vigorous checking by the security staff.

5.3 Drawings and Documents 5.3.1 Drawings accompanying the Bidding Document are indicative of scope of

work and issued for bidding purpose only. Purpose of these drawings is to enable the tenderer to make an offer in line with the requirements of the owner.

5.3.2 The contractor as per ‘scope of work’ shall carry out preparation of detailed

and working drawings. Detailed construction layout drawings as needed shall be prepared by contractor and got reviewed by Engineer-in-Charge before taking up the work.

5.4 Survey and Level/Setting Out Work 5.4.1 The Engineer-in-Charge shall furnish the relevant existing grid point with

Bench Mark on the land. It shall be Contractor’s responsibility to shift the existing benchmark to his work site to set out the necessary control points and alignment of the various works. The Contractor shall have to employ efficient survey team for this purpose and the accuracy of such setting out works shall be the Contractor’s sole responsibility.

5.4.2 The Contractor shall at his own expense provide all assistance, which the

Engineer-in-Charge may require for checking the setting out of works. 5.4.3 The Contractor shall be entirely responsible for the horizontal and vertical

alignment, the level and correctness of every part of the work and shall rectify any errors or imperfections therein. The Contractor at his own cost shall carry out such rectifications, when instructions are issued to his effect by the Engineer-in-Charge or his representative.

5.5 Checking of Levels 5.5.1 Contractor shall be responsible for checking levels / orientation / alignment of all

Page 27: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

foundations, fixtures, etc. well in advance of taking up erection work, and bring to the notice of Engineer-in-Charge, discrepancies, if any. Necessary rectifications on account of any minor variations shall be carried out by the Contractor within the contracted rates.

5.6 Construction Equipment & Mechanisation of Construction Activities 5.6.1 The Contractor shall without prejudice to his overall responsibility to

execute and complete the work as per specifications and Time Schedule, progressively deploy adequate equipments, and tools & tackles and augment the same as decided by the Engineer-in-Charge depending on the exigencies of the work so as to suit the construction schedule. The Owner shall supply no construction Equipment, Contractor to ensure deployment of all required tools, tackles & equipments and take all safety precautions during execution of work.

5.6.2 The Contractor shall mechanize the construction activities to the maximum extent

by deploying all necessary construction equipment / machinery in adequate numbers and capacities.

5.7 Rounding off 5.7.1 All payments to and recoveries from the Contractor shall be rounded off to the

nearest rupee. Wherever the amount to be paid / recovered consists of a fraction of a rupee (paise), the amount shall be rounded off to the next higher rupee if the fraction consists of 50 (fifty) paise or more and if the faction of a rupee is less than 50 (fifty) paise, the same shall be ignored.

5.8 Contractor’s Billing System 5.8.1 HPCL will provide an approved format for Measurement sheets, Bill Summary and

Bill Abstract. Contractor has to ensure that these data are updated for each subsequent RA and Final Bill. Contractor has to capture measurements, Abstract and Bill on format provided by HPCL on computer ( soft copy.)

5.8.2 HPCL will utilize these data for processing and verification of the Contractor’s bill.

5.8 Site Organization 5.8.1 The Contractor shall without prejudice to his overall responsibility to

execute and complete the works as per specifications and time schedule progressively deploy adequate qualified and experienced personnel together with skilled / unskilled manpower and augment the same as decided by Engineer-in-Charge depending on the exigencies of work to suit the construction schedule without any additional cost to Owner.

5.8.2 The Contractor shall provide all necessary superintendence during the

execution of the Works and as long thereafter as the Engineer-in-Charge may consider necessary for the proper fulfilling of the Contractor’s obligations under the Contract Such superintendence shall be given by

Page 28: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

sufficient persons having adequate knowledge of the operations to be carried out (including the methods and techniques required, the hazards likely to be encountered and methods of preventing accidents) for the satisfactory and safe execution of the Work. The workmen deployed by the Contractor should also possess the necessary license etc., if required under the existing laws, rules and regulations.

5.9 Additional / Extra Works

Owner reserves the right to execute any additional works / extra works, during the execution of work, either by themselves or by appointing any other agency, even though such works are incidental to and necessary for the completion of works awarded to the Contractor. The Contractor identified vide this tender shall not raise any objections, whatsoever to all such steps taken by HPCL.

5.10 Responsibility of Contractor 5.10.1 It shall be the responsibility of the contractor to obtain the approval for

any revision and/or modifications decided by the contractor from the Owner / Engineer-in-Charge before implementation. Also such revisions and / or modifications if accepted / approved by the Owner / Engineer-in-Charge shall be carried out at no extra cost to the owner. Any change required during functional requirements or for efficient running of system, keeping the basic parameters unchanged and which has not been indicated by the contractor in the data / drawings furnished along with the offer shall be carried out by the contractor at no extra cost to the owner.

5.10.2 All expenses towards mobilization at site and demobilization including

bringing in equipment, work force, materials, dismantling the equipment, clearing the site etc. shall be deemed to be included in the prices quoted and no separate payments on account of such expenses shall be entertained. It shall be noted that the quoted rates are deemed to include mobilization of workforce ,equipments , tools & tackles and working during time extension granted by HPCL

5.10.3 It shall be entirely the contractor’s responsibility to provide, operate and

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

5.10.4 Preparing approaches and working area for the movement and operation of

the lifting equipments, leveling the areas for assembly and erection shall also be responsibility of the contractor. The contractor shall acquaint himself with access availability facilities, local labour etc. to provide suitable allowance s in his quotation. The contractor may have to build temporary access roads to aid his own work, which shall also be taken care of while quoting for the work.

Page 29: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

5.10.5 The procurement and supply in sequences and at the appropriate time of all

materials, and consumables shall be entirely the contractor’s responsibility and his rates for execution of work will be inclusive of supply of all these items.

5.11 Coordination with other agencies 5.11.1 Contractor shall be responsible for proper coordination with other agencies

opera ting at the site of work so that work may be carried out concurrently, without any hindrance to others. The Engineer – in – Charge shall resolve disputes, if any, in this regard, and his decision shall be final and binding on the Contractor.

5.12 Underground and overhead structures 5.12.1 The Contractor will familiarize himself with and obtain information and

details from the Owner in respect of all existing structures, overhead lines, existing pipelines and utilities existing at the job site before commencing work. The Contractor shall execute the work in such a manner that the said structures, utilities, pipelines etc. are not disturbed or damaged, and shall indemnify and keep indemnified the Owner from and against any destruction thereof or damages thereto.

5.13 Statement of final bills – issue of No Claim/ No Due Certificate 5.13.1 The Contractor shall furnish a No-Due declaration indicating that there are no

balance dues to his sub-vendor/sub-contractors along with the Final Bill and a No-Claim Certificate declaring that there are no balance or pending Claims from HPCL towards the subject PO.

5.14 Working hours 5.15.1 Depending upon the requirement, time schedule/ drawing/ programme and the

target set to complete the job in time, the works may also have to continue beyond normal working hours/night hours / holidays or during such periods with out causing any inconvenience to the neighbours/others with due permission from EIC, for which no extra claim shall be entertained. However for all such working contractor’s responsible representative shall be available at site to receive the work permit to be issued by HPCL. With out responsible representative of the contractor, no work shall be allowed inside the premises.

6.0 TESTS, INSPECTION AND COMPLETION 6.1 Tests and Inspection 6.1.1 The Contractor shall carry out the various tests as enumerated in the

technical specifications of this Bidding Document and technical documents that will be furnished to him during the performance of the work at no

Page 30: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

extra cost to the Owner. 6.1.2 All the tests either on the field or at outside laboratories concerning the

execution of the work and supply of materials by the Contractor shall be carried out by Contractor at his cost.

6.1.3 The work is subject to inspection at all times by the Engineer-in-Charge.

The Contractor shall carry out all instructions given during inspection and shall ensure that the work is being carried out according to the technical specifications of this bidding document, the technical documents that will be furnished to him during performance of work and the relevant codes of practice.

6.1.4 Compressed air as required for carrying out works shall be arranged by the

Contractor at his own cost. 6.1.5 For material supplied by Owner, Contractor shall carry out the tests, if

required by the Engineer-in-Charge, and the cost of such tests shall be reimbursed by the Owner at actual to the Contractor on production of documentary evidence.

6.1.6 All results of inspection and tests will be recorded in the inspection reports,

proforma of which will be approved by the Engineer-in-Charge. These reports shall form part of the completion documents. Any work not conforming to execution drawings, specifications or codes shall be rejected and the Contractor shall carry out the rectifications at his own cost.

6.2 Final Inspection 6.2.1 After completion of all tests as per specification the whole work will be

subject to a final inspection to ensure that job has been completed as per requirement. If any defect is noticed, the Contractor will be notified by the Engineer-in-Charge and he shall make good the defects with utmost speed. If however, the Contractor fails to attend to these defects within a reasonable time (time period shall be fixed by the Engineer-in-Charge) then Engineer-in-Charge may have defects rectified at Contractor’s cost.

6.3 Inspection of Supply Items 6.3.1 All inspection and tests on bought out items shall be made as required by

specifications forming part of this contract. Various stages of inspection and testing shall be identified after receipt of Quality Assurance Programme from the contractor / manufacturer.

6.3.2 Inspection calls shall be given for association of Owner , as per mutually

agreed programme in prescribed proforma , giving details of equipment and attaching relevant test certificates and internal inspection report of the contractor. All drawings, general arrangement and other contract drawings,

Page 31: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

specifications, catalogues etc. pertaining to equipment offered for inspection shall be got approved by Owner and copies shall be made available to Owner before hand for undertaking inspection.

6.3.3 The contractor shall ensure full and free access to the inspection engineer of

Owner at the contractor’s or their sub-contractor’s premises at any time during contract period to facilitate him to carry out inspection and testing assignments.

6.3.4 The contractor / sub – contractor shall provide all instruments, tools,

necessary testing and other inspection facilities to inspection engineer of Owner free of cost for carrying out inspection.

6.3.5 Where facilities for testing do not exist in the contractor’s / sub-contractor’s

laboratories, samples and test pieces shall be drawn by the contractor / sub-contractor in presence of Inspection Engineer of Owner and duly sealed by the later and sent for tests in Government approved test house or any other testing laboratories approved by the Inspection Engineer at the contractor’s cost.

6.3.6 The contractor shall comply with the instructions of the Inspection Engineer

fully and with promptitude. 6.3.7 The contractor shall ensure that the equipment / assemblies / component of the

item required to be inspected are not assembled or dispatched before inspection.

6.3.8 The contractor shall not offer any item for inspection in painted conditions

unless otherwise agreed in writing with the Owner . 6.3.9 The contractor shall ensure that the items once rejected by the inspection

engineer are not used in the subsequent works. Where parts rejected by the inspection engineer have been rectified or altered, such parts shall be segregated for separate inspection and approval, before being used in the work.

6.3.10 On satisfactory completion of final inspection and testing, inspection

certificate shall be issued in requisite copies for all accepted items. For stage inspection and for rejected items, only inspection memo shall be issued indicating therein the details of observations and remarks.

6.3.11 All inspections and tests shall be made as required by the specifications

forming part of this contract. Contractor shall advise HPCL in writing at least fifteen days in advance of the date of final inspection / tests. Manufacturers inspection or testing certificate for items and materials supplied may be considered for acceptance, at the discretion of Engineer-in-Charge. All costs towards testing etc. shall be borne by the contractor within their quoted rates.

Page 32: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

6.4 Documentation 6.4.1 Completion Documents

I) The following documents shall also be submitted by the Contractor in triplicate as part of completion documents :

a) Test certificate for materials supplied by the Contractor. b) Certified records of field tests on materials / equipment, as applicable. c) Material appropriation statement as required. d) Construction drawings showing therein the a built conditions of the

work duly approved by the Engineer-in-Charge along with one set of reproducible on polyester film (drawings prepared by Contractor)

e) Other documents as mentioned in Technical Specification.

6.4.2 “AS BUILT” Drawings

I) Upon completion of work, the Contractor shall complete all drawings to “As built” status (including all vendor / Sub – vendor’s drawings for bought out items) and provide the Owner, the following : a. One complete set of all original tracings / reproducible. b. Three complete sets of prints.

7.0 OTHERS 7.1 Project Scheduling and Monitoring 7.1.1 The following schedules / documents / reports shall be prepared and submitted

by the CONTRACTOR for review / approval at various stages of the contract.

7.1.2 Along With Bid

The Bidder is required to submit as Project Time Schedule in Bar Chart Form, along with the Bid. The Schedule shall cover all activities including mobilization etc. as per the completion time stipulated in the Bidding Document.

7.2.3 After placement of Purchase Order Upon placement of Purchase Order, Contractor has to furnish A detailed bar chart within 15 days of issue of FOI.

7.2.4 Project Review Meetings 7.2.4.1 The CONTRACTOR shall present the programme and status at various

review meetings as required. I) Weekly Review Meeting

Page 33: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

Level of HPCL’s Site-in-Charge/Consultant & Participation Contractor’s Job Engineers.

Agenda a) Weekly programme v/s actual achieved in the past week and programme for next week.

b) Remedial Actions and hold up analysis. II) Monthly Review Meeting Level of HPCL’s Senior officials; Consultant & Participation Contractor. Agenda a) Progress Status / statistics.. . b) Completion Outlook c) Major hold ups / slippages. d) Assistance required. e) Critical issues. f) Client query / approval. Venue : As decided by HPCL. 7.2.5 Progress Reports I) Monthly Progress Report This report shall be submitted in three copies on a monthly basis within Ten

calendar days from cut-off date as agreed upon, covering overall scenario of the work. The report shall include but not be limited to the following :

a) Brief introduction of the work. b) Activities executed / achievements during the month. c) Scheduled vs actual percentage progress and progress curves for sub-

ordering, manufacturing / delivery, sub-contracting, construction activities and overall quantum wise status of purchase orders against scheduled.

d) Areas of concern / problems / hold ups, impact and action plans. e) Resource deployment status. f) Annexure giving status summary for Material Requisitions and

deliveries, sub-contracting and construction

Distribution: HPCL & Consultant Two copies & One at Site.

II) Daily Report:

Daily report in duplicate as out lined in 2.2.5 of SCC and any other additional information/data/guideline/job procedure sought by Engineer-in-Charge shall be submitted without fail to HPCL at site by contractor.

Page 34: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

7.3 General Environment Requirement 7.3.1 The contractor has to ensure efficient use of natural resources like water, fuel

oil and lubricants. The contractor should ensure proper awareness to workers to maintain a green and clean environment inside / outside the plant. The contractor must collect and dispose of all the waste and scrap materials at the designated place only as directed by Engineer – in – Charge.

8.0 General 8.1 It shall be distinctly understood that notwithstanding the reviews and suggestions

if any, by the Engineer-in-charge, the sole and ultimate responsibility for the stability and performance of the form work and staging and all other temporary works shall be that of the contractor.

8.2 The partners or Directors of the Contractor shall meet the officers of the HPCL at

the site of works or at their respective offices whenever requested to do so. 8.3 In order to exercise the required degree of constant control over the ingredients of

concrete and their proportions the contractor shall set up proper supervision. A Measuring Glass for checking the silt content of sand shall be maintained and same shall be diligently recorded for every lot of sand on daily basis.

Any other apparatus deemed necessary by the HPCL or its consultants for proper

control shall be provided by the contractor at his own cost. 8.4 HPCL may ask for any tests to be performed on any construction material. Such

test shall be performed at the contractor’s expenses either at site, in the site laboratory or elsewhere as directed by the Site Engineer-in-charge. The opinion of the Engineer-in-charge on the mode of testing and interpretation of the results thereof shall be final and binding on the contractors and shall be without appeal.

8.5 HPCL/Project Architect / Consultant shall supply to the contractor reasonably

complete engineering drawings. All the drawings required for the complete execution of the work will not be released simultaneously but in instalments as the work progresses. Bar bending schedules and shop drawings required for proper execution of work shall be prepared by the contractor and submitted well in advance to the HPCL and its Project Architect / Consultant to permit scrutiny, corrections resubmissions and final approval without causing any delay in the construction work.

8.6 HPCL reserves the right to use the premises and any portion of site for execution of

any work not included in this contract which the HPCL may desire to get executed by other agencies. The contractor shall allow all reasonable facilities for the execution of such work but shall not be required to provide any plant or material for which work except by special arrangement with the HPCL in such a manner as not to impede the progress of the works included in this contract and the contractor shall not be responsible for any damage or delay which may happen or be

Page 35: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

occasioned by such work. 8.7 In addition to previous stipulations, the contractor shall be represented at site at all

times during the tenure of the contract by responsible and qualified supervisor approved by HPCL. They shall be in constant attendance upon all activities of the work.

8.8 Although Schedule of Probable quantities and Rates has been divided into various

sections, the rates quoted for a particular item of work in one sub-section shall be made applicable to similar item of work in any other sub-section if that item is not listed in the Schedule of that other sub-section, as required.

8.9 Limited area will be provided within the Premises by HPCL for storing materials.

However, partition and temporary roof if required for ensuring proper storage shall be provided by the Contractor. Safety & Security of the materials brought by the party will be totally their own and HPCL cannot be held responsible in any manner.

8.10 The contractor shall confirm to the provisions of the Govt. Act relating to the work

and to the regulations and bylaws of the local authorities. The contractor shall give all notices required by the said Act and obtain all required permissions and licenses and pay all fees payable to such authorities in connection with constructing and maintaining temporary power and water supply at the site for the said project. All aspects of temporary works including their stability shall be the sole and ultimate responsibility of the contractor.

8.11 Labour camp shall not be erected within HPCL’s premises nor shall any

workmen be allowed to live at the site without HPCL’s written consent. 8.12 Frequency of testing of various materials shall be as per attached test

schedule/technical specification. Testing of various materials should be carried out as per the relevant IS standards mentioned in the technical specifications attached to the tender. Party should submit manufacturer's certificates for the various materials and the above tests will be carried out in addition to the certificates submitted. Cost of testing should be borne by the party. In case of delay in testing materials, HPCL reserves the right to have the same tested at party's cost.

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

of India/Hindustan Petroleum Corporation Ltd. If any inspection of works is carried by such agencies, Contractor shall extend his full co-operation to these agencies in examining records, works etc. On inspection by such agencies, in their inspection report, if it is pointed out that Contractor has not carried out work according to guideline laid down in these tender documents and also if any recoveries in some items are pointed out therein, same shall be recovered from Contractor’s R/A bills / final bill. The items under dispute shall not be paid in full till inspection agency gives their No-Objection report.

9.0 WATER :

Page 36: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

Water for this work shall be arranged by the Contractor only. 10.0 POWER : Power required for the work shall be arranged by Contractor only. 11.0 SITE DRAINAGE: All water, which may accumulate on the site during the progress of

work or in trenches and excavations from other than, expected risk shall be removed from the site to the satisfaction of the EIC at the contractor’s expense.

12.0 The contractor shall at all times give access to the staff of the statutory bodies as well as

other agencies associated with the project and shall provide them all facilities like scaffolding, water, lighting etc. at site for discharging their duties.

13 Contractor’s Personnel shall be available at all reasonable working hours to receive

instructions, notices or communications and clear away on completion and make good all works distributed.

14 The contractor shall provide and maintain proper temporary sheds for the storage and

protection of materials etc. and other work that may be brought or executed in the site including the tools and materials of subcontractors and remove on completion. Sheds for storage of cement of adequate capacity as directed by EIC shall be provided and the same have floors raised from the ground. The contractor will be responsible for storage of cement in good and water tight condition.

15 The contractor shall provide storage facilities in the open for storing MS Reinforcement steel required by him for the works. All the materials at site will be stored by the contractor.

16 The Contractor shall provide at his cost all temporary lighting arrangement required for

the works to enable the contractors and sub-contractors to complete the work in the specified time including that for the work man of any subcontractor or special tradesman

17 Watching and Lighting : The contractor shall provide and maintain at his own expense

all lights, night illumination of the premises, Guards, fencing and watching as and when necessary or required by the Engineer- in-charge / Project Architect / Consultant for the protection of works or for the safety and convenience of those employed on the works or the public.

18 Theodolite, levels, plump bobs, prismatic compass, chain, steel and metallic tape and all other surveying instruments found necessary on the works shall be provided by the contractor for the due performance of their contracts as instructed by HPCL. The Engineer in charge will use any or all measure instruments or tools belonging to the contractor as and when he chooses for checking the complete works as well as the work in progress

19 All scaffolding and ladders that may be necessary for taking measurements at site will be provided by the contractor.

Page 37: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

20. No concreting shall be done during the absence of HPCL representative. 21. The contractor shall not be permitted to enter on (other than for inspection purpose) or

take possession of site until instructed to do so by EIC in writing. The portions of the site to be occupied by the contractor shall be defined and/or marked on the site plan failing which these shall be indicated by HPCL at site and the operations beyond the areas, in respect of any land permitted by the HPCL for the use of the contractor for the purpose of or in connection with the contract, the same shall be subject to the following and such other terms and condition as may be imposed by HPCL. Such use or occupations shall not confer any right of tenancy of the land to the contractor.

22. The contractor shall have no right to put up any construction of his own of any nature

or type on HPCL’s land except temporary constructions for storage of equipment’s for the work under the contract or as a resting place for the labourers employed by him for the work provided that he obtain the requisite previous permission in writing from HPCL or from EIC. In accordance with the HPCL procedure with permission they would be entitled to refuse in their absolute discretion. Such construction will be erected at the contractors own cost. The contractor shall at his own cost demolish all such constructions and remove the debris thereof. As also all his materials and equipment’s and clean and level the site thereof before handing over the completed work to the HPCL.

23. The contractor shall provide if necessary or if required for the site all temporary

access thereof and shall alter adapt and maintain the same as required from time to time and shall take up and clear them away as and when no longer required and as and when ordered by EIC and make good all damages done to the site.

The contractor shall note that the final bill will not be certified for payment till the action as above is completed by the contractor to the entire satisfaction of EIC.

24. All drawings, tracings, photo prints and writing (except letter) shall be the sole

property of HPCL and must be returned to them on completion of work The drawings maintained on the site are to be carefully mounted on boards of

appropriate size. They are to be protected from ravages from termites, ants, silverfish and other insects.

25. The completion of the work may entitle working in the monsoon also. The contractor

must maintain labour force as may be required for the job and plan and execute the construction and erection according to the prescribed schedule No extra rate will be considered for such work in monsoon.

26. During the execution of the work contractor must check his work with his drawings.

The contractor shall be responsible for all the errors in this connection and shall have to rectify all defects and / or error at his own cost failing which HPCL reserves the rights to get the same rectified at the risk and cost of the contractor.

27. During inclement weather the contractor shall suspend concreting and plastering for

such time as EIC may direct and shall protect from injury all works in the coarse of

Page 38: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

erection. 28. Should the work be suspended by reason of rain, strike, lockouts or other cause the

contractor shall take all precautions necessary for the protection of the work at his own expense shall make good any damages arising from any of this cause.

29. All rubbish including muck and sludge, as it accumulate from time to time during the

progress of the work and at completion including that of subcontractors and specific tradesmen to be cleared and carted away and all materials condemned by the EIC shall be removed from site as and when required during the entire duration of the work at no extra cost.

30. The contractor shall provide suitable pillar with flat tops and build the same in concrete for temporary benchmarks. All the pegs for setting out the works and fixing the necessary levels required for the execution thereof shall if desired by the EIC likewise be built in masonry at such places and in such manner as the HPCL may determine

31. If required, the contractor has to provide all necessary holds, sleeves, slits an depression

etc. in form work and concrete to place pipe lines or ancillary service in any form as shown in the drawings or as directed by HPCL. The materials other than the formwork, concrete and steel will be supplied free of cost, but all labour shall be borne by the contractor and he shall not be paid for.

32. The contractor shall cover up and protect from injury due to any cause to all new work

and any other requisite protection for the whole of the works executed whether by himself or special tradesman or sub contractors and any damage caused must be made good by the contractors at his own expense.

33. 33.1. Identity Cards The Contractor shall be given approved identity cards to all his workers, which will have

to be produced by the Contractors' workmen as and when demanded by the HPCL’s representatives or Security men. Contractor work has to produce police verification before issuing the contractor passes.

33.2. Action where there is no specification In case of any class of work over which there is no specification mentioned, the same

shall be carried out in accordance with the latest edition of Indian Standard Specifications subject to the approval of the Engineer in Charge(EIC).

33.3. Typographical or Clerical Errors The EIC’s clarifications regarding partially omitted particulars or typographical or clerical

errors shall be final and binding on the Contractor. 33.4. As Built Drawings Contractor shall within one month of completion of work submit As Built' drawings

(original tracings and 3 sets of prints alongwith Soft copy in a CD) of all the works carried out by him. Contractor will not receive final payment in case of failure to comply

Page 39: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

with this condition. 33.5. Removal of Debris

Contractor shall arrange to dispose off debris and any other waste product created while carrying out the work, outside Client's premises. The Contractor shall take due care while disposing of such waste materials and ensure that any rules/regulations laid down by Municipal Corporation, Client or any other statutory Body are not violated. The Contractor shall be responsible and answerable to any complaint arising out of improper disposal of wastage. Quoted rate shall involve the cost of same and no extra payment shall be made towards this account.

33.6. Sample The Contractor shall prepare a sample of each item, if required, strictly in accordance with

the specifications free of cost, for approval of Consultants and Client. The work on these items shall proceed further only after the approval of the mock-up.

33.7. The Contractor shall submit original copies of invoices for verification if asked by

EIC/Consultant, order forms for any materials purchased for project work, to Client/ Consultants.

34. The rates quoted by the tenderer in the schedule of quantities will be deemed to be for

the finished work and shall include all charges for : a) Plant, double scaffolding, frame work, English ladders, ropes, nails, spikes, tools,

materials and workmen, protection from weather, temporary supports, platform and the maintenance of the same.

b) All temporary canvas, lights, tarpaulin, barricade, water shoots etc. c) All such temporary weather-proof sheds at such places and in a manner approved by the

Consultants for the storage and protection of materials against the effects of sun and rain. d) All testing of materials. e) No tools and plants shall be issued by the Client under the Contract. The Contractor should

provide the temporary ply partition to cover certain location of Bank premises wherever necessary.

35. No scaling of any drawings shall be carried out at site by workmen/labour during

execution of work. The details required for the execution of any item shall be timely given by the client/consultants in weekly co-ordination site meetings.

36. Working on holidays For timely completion of project, contractor is required to deploy more labour & constant

material supply as required on site as directed by consultant and HPCL. The normal working hours will be from 0830 hrs to 1700 hrs on normal working days from Monday

Page 40: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

through Saturday and excluding Sundays and holidays. Permission for working beyond 1700 hrs on normal working days from Monday through Saturday and for working on Sundays & Holidays may be permitted by HPCL based on written request by Contractor.

It is therefore imperative that the Contractor mobilizes sufficient manpower and tools &

tackles to complete the work within 0830 hrs to 1700 hrs from Monday through Saturday only excluding Sundays & holidays.

II CONDITIONS SPECIFIC TO CIVIL JOB IN TERMINAL.

The materials, design and workmanship shall satisfy the specifications contained herein and Codes referred to. Where the technical specifications stipulate the requirement in addition to those contained in the Standard Codes and specifications those additional requirements shall also be satisfied. In the absence of any Standard/Specifications covering any part of the work covered in this tender document, the instruction/directions of HPCL/Consultant will be binding on the contractor. The contractor shall quote as per specification and shall not be accepted to deviate from the same. No alternative offer shall be accepted for the works.

The approved design drawings will be handed over to the contractor. It will the responsibility of the contractor to coordinate with the siding contractor for completion of various foundations in line with the over all project schedule

1.1 WORK AND WORKMANSHIP To determine the acceptable standard of workmanship, the Owner/Consultant may order the Contractor to execute certain portions of works and services under the close supervision of the Owner/Consultant. On approval, they shall be labelled as guiding samples so that further works are executed to conform to these samples.

1.2 The work listed above have to be executed by the successful bidder to the Standards of

construction and specifications given. The detailed scope of work includes making working drgs, total execution of the job.

1.3 Obligation and responsibilities of the agency: To perform, execute, carry out and

complete the scope of work given under the schedule of quantities and all functions

falling between the scope of this order and ensure mechanical completion of the project

in accordance with the agreed completion schedule. Contractor to guarantee the

performance of the Railway siding gantry on sound and established engineering practice,

using standards codes and regulations as applicable for the purpose specified free from

defects and suitable for respective uses intended.

1.4 Period of working and completion period

The site will be handed over to the successful bidder within 15 days from the date of issue of Acceptance letter as mentioned in the condition of contract. All the works of procurement of materials, carrying out works like earth work, concrete structural work, window works shall be carried out in stages and shall be completed with

Page 41: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

in the agreed completion period. 1.5 MATERIALS AND CONSTRUCTIONS.

The materials that will be used for the work of construction should be obtained from the relevant drawings and specifications issued by the successful bidder at his cost. This cost should also include the royalties, ceniorage charges, levels duties, taxes, etc. as applicable.

All the materials required for the project should be obtained from the sources already approved by the HPCL. Such materials being obtained from the approved suppliers should be got inspected by the officials of HPCL/approved agency by HPCL as the case may be, at the suppliers/ manufacturing units themselves, before their dispatch to sites.�

The materials obtained should be transported, sorted out, stacked and suitably stored to avoid their deterioration. These materials should further be taken to the sites of work depending upon their requirement. The cost of handing, storage, insurance, if any, transport to stores/ depots and then on to the sites and also stacking at sites as necessary, will be at the cost of the Successful Bidder.

1.6 Contractor has to perform work in running installation with HOT/ COLD Permit in accordance to OISD 105 and HPCL operational requirements. Complying & meeting all the safety rules & regulations as per standards & instructions of Engineer- in - Charge will be the sole responsibility of contractor.

1.7 Computerised Contractor’s Billing System Without prejudice to stipulation in General Conditions of Contract, Contractor should follow the following billing system. The bill will be prepared by the Contractor on their own PCs as per the standard formats and codification scheme, if any proposed by Owner/HPCL. Contractor will submit these measurement data to HPCL in an electronic media along with the hard copy of the bill, necessary enclosures and documents. The Contractor will also ensure the correctness and consistency of data so entered with the hard copy of the bill submitted for payment. Owner/HPCL will utilize these data for processing and Verification of the Contractor’s bill.

1.8 SECURITY MEASURES Security arrangements for the work shall be in accordance with general requirements and the contractor shall conform to such requirements and shall be held responsible for the action or inaction on the part of his staff, employees and the staff and employees of his subcontractors. Contractors as well as Sub Contractor’s employees and representatives shall wear

identification Badges (cards), helmets, gum boots and other safety / protection gadgets / accessories provided by the Contractor. Badges shall identify the Contractor and show the employee’s name and number and shall be worn at all times while at site.All vehicles used by the contractor shall be clearly marked with the Contractor’s name or identification mark.

The contractor shall be responsible for security of works for the duration of the contract and shall provide and maintain continuously adequate security personnel to fulfill these obligations. The requirements of security measures shall include, but not be limited to, maintenance of Law and Order at site, provision of all lighting, guard, flagmen, and all other measures necessary for protection of works within the terminal and elsewhere at

Page 42: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

site, all materials delivered to the site and all persons employed in connection with the works continuously through out working and non-working periods including nights, Sundays and holidays, for the duration of the contract. However, at work sites in close proximity of railway track, traffic corridors where trains, public and traffic are likely to come close to the work area, suitable barricading as proposed by contractor and approved by Engineer shall be provided. Separate payment for provision of security services will not be made and will be deemed to be included in the item of Bill of Quantities

1.9. MEASUREMENT OF WORK 1.9.1 The mode of measurement shall be as mentioned in relevant standard specification

incorporated in the Bidding Document. Any other mode of measurements not covered in above specifications shall be followed in accordance with relevant BIS codes/Schedule of Rates/Specifications etc. and/or as decided by Engineer-in-Charge.

1.9.2 Payment will be made on the basis of joint measurements taken by Contractor and certified by Engineer-in-Charge. Measurement shall be based on "Approved for Construction" drawings, to the extent that the work conforms to the drawings and details are adequate.

1.9.3 Wherever work is executed based on instructions of Engineer-in-charge or details are not adequate in the drawings, physical measurements shall be taken by Contractor in the presence of Engineer-in-Charge.

1.9.4 Measurements of weights shall be in metric tonnes corrected to the nearest Kilogram. Linear measurements shall be in meters corrected to the nearest centimetres.

1.9.5 The weights mentioned in the drawing or shipping list shall be the basis for payment. 1.9.6 Welds, bolts, nuts, washers etc. shall not be measured. Rates for structural steel work

shall be deemed to include the same. 1.9.7 No other payment either for temporary works connected with this Contract or for any

other item shall be made. Such items shall be deemed to have been included for in the rates quoted.

1.9.8 Measurements will be made for various items under schedule of rates on the following basis as indicated in the unit column.

i) Weights Metric Ton (TM) ii) Length M (Metre) iii) Number – Each (EA) iv) Volume- Cubic Meter (M3) v) Area -Square Meter (SM)

1.10 Controlled and imported commodities: HPCL will not supply from its own quota to the contractor any controlled or imported commodities. HPCL will, however, render assistance to the contractor by recommending to the appropriate authorities on the contractor’s application for issue of import license or release of controlled commodities if the EIC is satisfied that the materials are actually required by the bidder for carrying out of the work and the materials are to be issued from Govt. stocks or purchase under arrangements made or permit or license issued by the govt. The contractor shall hold the said materials as a trustee and use such materials economically and solely for the purpose of the contract against which they are issued and shall not dispose them off without permission of the govt/HPCL and shall returned, if required by the govt. all surplus or unserviceable materials that may be left by the contractor after the completion of the contract or at its termination for any reason whatsoever, on his being paid such price as the govt. may fix with due regard to the condition of the material. The freight charges for

Page 43: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

the return of the material according to the direction of HPCL shall be borne by the contractor in the event of the contract being cancelled for any default on his part. The decision of HPCL shall be final and conclusive. In the event of any breach of the aforesaid condition, the contractor, shall in addition to throwing himself open to action for contravention of terms if the license or the permit / or for criminal breach of trust, be liable to account to govt. to all money, advantages, profits resulting or which the usual course would have resulted by reason for such breach.

1.11 The over all completion period of the job will be 10 (TEN) weeks. 1.12 The contractor shall visit and examine the site inside the terminal premises of works at

all locations and their surrounding and obtain for himself the knowledge of the site constraints on his own including working in restricted space, difficulty in manoeuvring the handling equipments, constraints in erection of structural members as the other civil works/mechanical works will be in progress. The responsibility of getting all such information that may be necessary for smooth and unhindered progress of work will be in the vendor’s scope and no extra claim on account of non-familiarity of site conditions/constraints shall be entertained during execution of works.

1.13 The preparation of working drgs based on design drgs , dgs for statutory approval

based on design drgs will be under scope of the contractor.

Page 44: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

G. SCHEDULE OF

QUANTITIES

Page 45: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

SCHEDULE OF QUANTITIES FOR FABRICATION & ERECTION OF UNDER GROUND TANK AT MAHUL TERMINAL

SL. NO.

DESCRIPTION

1 Excavation in any type of soil Excavation up to a depth of approximate 4.5 meters below ground level in pits, trenches and

over areas for placing underground tanks etc. in all kinds of soil, soft or hard murum, stiff clay including removal of entrapped individual boulders including shoring, strutting, dewatering by bailing out and/or pumping out water from excavation, removal of asphalt, vegetation, shrubs, soling/ metalling if encountered, stacking the material and refilling of approved excavated materials in the sides of foundation, if permitted , watering, filling and spreading and/or stacking the surplus soil etc, on the site with an initial lead of 100 m or carting away and dumping at a unobjectionable dump yard our refinery/terminal premises etc complete as advised by EIC. Any approval for excavation charges, duties, royalty etc shall be in the scope of the contractor. The item includes and to segregate any materials of scrap value etc and transportation, loading & unloading of the surplus material in a place and dumping at BMC approved dumping ground/ as directed by EIC at suitable place.

2 Sand filling Supply and filling underground tank enclosure with clean locally available approved quality

sand including transporting, unloading, spreading, watering proper compaction/ consolidating in layers not exceeding 150mm thick and dressing the surface complete to the satisfaction of the engineer in charge. Measurement for payment shall be made after compaction by hand ramming and watering is complete to the satisfaction of Engineer in Charge.

3 Rubble soling Providing & laying in floor bedding and in foundation bedding 230mm thick dry rubble soling,

packed using hard stone rubble, hand set on edge and consolidating the same by ramming with heavy wooden rammers, including filling the interstices tightly with hand broken metal, grit or quarry dust, watering, ramming, consolidating etc., complete.

4 PCC M20 Providing and laying PCC M20 machine batched, machine mixed and machine vibrated design

mix cement concrete using 20 mm down size graded crushed stone aggregate and coarse sand of approved quality wherever required in foundations, sub structure and any structure below foundation structure including centring, 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 53/43 grade cement as per design of approved make but excluding the cost of steel reinforcement, including 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. Alternatively, the vendor may use Ready Mix Concrete (RMC) meeting the above requirements with prior approval of EIC (Engineer In Charge).

Page 46: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

5 RCC M25 Providing and laying RCC M25 machine batched, machine mixed and machine vibrated

design mix cement concrete using 20 mm down size graded crushed stone aggregate and coarse sand of approved quality wherever required in foundations, sub structure and any structure below foundation structure including centring, 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 53/43 grade cement as per design of approved make but excluding the cost of steel reinforcement, including 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. Alternatively, the vendor may use Ready Mix Concrete (RMC) meeting the above requirements with prior approval of EIC (Engineer In Charge).

6 Reinforcement Steel Supply, straightening, cutting, bending, placing of HYSD/TMT corrosion resistant steel

reinforcement conforming to IS: 1786 in position and binding with GI binding wire 18 SWG complete for RCC construction. The rate includes the cost of, binding wire, labour, all material, tool plants, all leads, lifts, 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 use the bars of Tisco/Sail/ Rinl/approved equivalent make only.

7 Fabrication of U/G tanks. Fabrication of underground cylindrical tanks of 6 nos 70KL capacity as per attached drgs.

Steel plates of thickness 10mm/ 8mm/ 6mm will be issued by HPCL free of cost at one place within Terminal premises. Job includes fabrication of horizontal cylindrical steel service station tanks fabricated conforming to IS-10987 (Latest edition) meant for storage of petroleum products under ground having single compartment with all fittings / appurtenances fixed on man hole cover plate and tank body as per requirement given in the drawings/ technical specification. Manhole, Dip Pipe, Suction pipe, Vent pipe, Fill pipe, nozzle with cap for automation etc. to be fabricated as per drawings or as directed by site in-charge and the decision of EIC shall be final & binding on the party. The vendor to provide the fabrication drgs for the tanks basis the tender drgs and final design drgs to be submitted to HPCL with all design calculations. Basis the approval, Vendor to submit the detailed fabrication drgs for approval of HPCL and no fabrication shall be commenced with out approval on fabrication drgs. Tanks shall have proper anchorage system and the design of the same shall be submitted to HPCL for its approval. Job includes fabrication of fitting like manhole cover as per approved drawing, with dip hatch, fill pipe, anchors cleats etc complete and vents on each tank. Job includes supply and fixing all the necessary gaskets, nut bolts etc complete in all respect as per instructions from Engineer-in-charge (EIC). Steel plates of thickness 10mm/ 8mm/ 6mm will be issued by HPCL free of cost. All other appartaneous and fittings etc shown in drawing shall include scope of supply also with the

Page 47: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

party. Fabrication of tanks shall be carried out in HPCL premises only. After completion of work, the Contractor has to carry out reconciliation of free Issue steel plates, returning Surplus Full Plates/Off cuts/ Accountable scrap to HPCL storage yard. Transportation cost of steel plate to the approved fabrication yard within the Terminal premises shall also be included in the quoted rate. Power required shall be arranged by the party. Quoted rates must include cost of all input materials including excise duty, all taxes and other Government levies.

8 Erection/installation of 70KL Testing, erection, anchoring (as shown in drawing) and Installation of 70KL Tank in tank pit including providing holding down arrangement, Hydrostatic testing to pressure of 0.05 MPa when full of water column, supplying & filling with water with necessary 50 mm NB pipe fittings & on successful completion emptying out the water from tank, cleaning & drying the inner surfaces with cloth/ cotton waste etc. and fixing all fittings as required before installation. Job also includes supply, making necessary arrangements of hardware etc as per requirement at site for testing, erection, anchoring and Installation. No hot work shall be permitted after hydrotesting.

NOTE: (for items 7 & 8) 1) For fabrication details reference shall be made to technical specifications/ applicable codes and standards. 2) Quantity of steel given is approximate. Payment shall be made for actual quantities of plates laid/ erected duly certified by the Engineer at site. 3) MS plates in sizes available will be supplied to the contractor at site and contractor shall prepare fabrication drawings for approval, prior to commencement of fabrication work. 4) Design and drawing for entire fabrication and welding sequence to be submitted to HPCL for approval and design to be approved by HPCL before commencement of fabrication. 5) Method of inventory and recovery of steel plates issued by HPCL shall be as per relevant clause of SPECIAL TERMS AND CONDITIONS attached. 6) Please note that for welding of tanks, the following electrodes only should be used. E-6013

of brands like ESAB or approved equivalent for plate thk less than 12 mm. E-7018 of brands like ESAB/ D&H or approved equivalent for plate thk equal to and more than 12 mm.

9 Brick Masonry Providing and fixing locally available brick masonry using bricks of minimum comp. Strength 35 kg / sqm in foundation & Superstructure 230mm thk in CM 1:5 including racking out of joints, double scaffolding, making provision for opening in walls, watering, curing etc. complete. The item includes double scaffolding for construction of masonry and to complete as per drgs and instructions by EIC.

10 Plastering Providing internal cement Plaster of average 15mm thick in a single coat in cement mortar 1:4 to concrete or brick surfaces in all positions including scaffolding, curing, complete etc. All complete as per detail drawing, as specified and as directed by Project - In - Charge.

11 Tank external painting including copper slag blasting Preparation of surfaces of tank including appurtenances, nozzles, etc. by supplying and applying of copper slag blasting with approved quality copper slag, thoroughly to S.A 2.5 of Swedish Ivonsk Standard SIS 055900- 1967 to bare metal to ensure thorough cleaning of

Page 48: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

surfaces to receive paints as per specifications. Rate to include cleaning of area after copper slag blasting is completed. The blast cleaned surface shall be blasted with dry compressed air before applying one coat Zinc Silicate primer. This should be done even if the surface appears very clean and white in colour as per instruction of Engineer-in-charge (EIC). The item also includes supplying and applying of painting of tank externals with zinc silicate of 75micron DFT and two coats 100 micron DFT each coal tar epoxy. Note: 1. Contractor to arrange and keep at site relevant Swedish photographic standards for inspection by HPCL Site In charge failing which permission to proceed with the work will not be granted. Please refer the Special terms & Conditions of the contract also. 2. Payment for this item will be made on actual surface area of tank shell and dish only once. No separate measurement will be taken for Manhole, Dip Pipe, Suction pipe, Vent pipe, Fill pipe, nozzle with cap for automation etc. of all the tanks for payment purposes. 3. The contractor will have to arrange PROFILEMETER/ ELCOMETER at site for checking profile/ paint thickness (DFT) 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. 4. 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. 5. 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

Page 49: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

H. TECHNICAL SPECIFICATIONS

Page 50: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

INDEX OF TECH SPECS

Sl NO DESCRIPTION

1 STANDARD SPECIFICATION FOR CONCRETE AND REINFORCEMENT WORKS

2 SCOPE OF WORK FOR TANKAGE WORK 3 STANDARD SPECIFICATION FOR WELDING 4 STANDARD SPECIFICATION FOR MS ERW PIPES. 5 STANDARD SPECIFICATION FOR SHOP AND FIELD PAINTING 6 TECHNICAL NOTES FOR PIPES

Page 51: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

TECHNICAL

SPECIFICATIONS

FOR

CONCRETE AND

REINFORCEMENT

WORKS

Page 52: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

1. CONCRETE AND STEEL REINFORCEMENT 1.1 GENERAL: This section describes and specifies work required for plain and reinforced cement

concrete including reinforcement and form work. Unless otherwise specified or agreed in writing by the EIC, all materials and methods used in the production, testing and handling of concrete shall comply with the latest editions or amendments of the relevant Indian Standards.

1.2 MATERIALS: All materials shall be obtained from sources approved by the EIC. The agreed source or

quality of any material shall not be changed during the course of the contract except with the approval of the EIC.

Whenever requested by the EIC, the Contractor shall provide a certificate from the

manufacturer, for each and every delivery of material, showing the source, quantity delivered and confirming that the material has been tested and conforms to the required Indian Standard.

1.3 TESTING OF CONCRETE MATERIALS: Prior to the commencement of concrete work, the contractor shall get all cement

aggregates and water tested in the laboratories approved by the EIC and shall keep the approved samples in the site office for inspection at any time of the concreting operation. The test certificates shall be submitted to EIC for review & approval before concreting. During construction also, the materials shall be sampled and tested as often as deemed necessary and also as per the “Periodicity of Testing” by the EIC. Samples shall be taken and tested in accordance with the latest revision of relevant Indian Standard Specifications and the cost thereto shall be borne by the Contractor.

1.4 CEMENT: The cement used throughout the work shall be to the approval of the EIC. A certificate

shall be obtained from the manufacturers and produced to EIC for each delivery of cement and it shall comply with the requirements of as mentioned in the “Technical Specification – Materials” . The Contractor shall store the cement in storage sheds to be provided by him for this purpose at site. The cement shall be delivered to the site in bags sealed with the manufacturer's seal and different types of cement shall be stored separately. The storage sheds with watertight walls and roof, shall be maintained in a perfectly dry and wall ventilated condition, 12" above ground level and the cement shall be stored a per instructions issued by EIC. It shall be turned over from the bottom as and when required by the EIC. Any cement which has been deteriorated caked or which has been damaged due to any reason whatsoever shall not be used. No cement shall be used for the works that has been stored at site for more than three months. Test samples of cement may be drawn from each consignment as delivered and tested by the EIC. Should the results of such test show that any samples does not comply with the specified requirement, the whole consignment from which the sample was taken, shall be rejected

Page 53: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

and forthwith removed entirely from the site and replaced with cement of satisfactory quality.

1.5 SAND:

Sand to be used for concrete shall be well graded mixture from coarse to fine grains, complying with the requirements of IS 383 Latest edition. It shall be clean, hard and free from salt, earth, clay and other impurities. Fine sand confirming to Zone – iv shall not be used. It will comply with sieve analysis in accordance with IS 2386 Part I & II.

Unless initially clean, all sand shall be thoroughly and carefully cleaned by screening and washing in fresh and clean water. The screened and washed sand shall not contain more than 8% by volume of clay, dust and silt immediately after allowing it to settle for 3 hours in water.

Field tests shall be carried out regularly to ensure the suitability of sand. Sample loads shall be available at site for inspection of the EIC and if approved by him

all sand in the work shall be of quality at least equal thereto. In case of sand containing moisture the proportions of concrete materials shall be

adjusted to give the correct mixture. 1.6 COARSE AGGREGATE: The coarse aggregate for the reinforced concrete work shall consist of crushed gravel,

black trap, granite or other stone to the approval of the EIC and shall be free from dust confirming to IS – 383 latest edition. If considered necessary by the EIC, the aggregate shall be washed specially until an approved cleanliness is obtained. The use of laminated stone, flat or flaky material will not be permitted. The combined coarse aggregate shall in all respects be so graded as to allow 95% to 100% by weight to pass a 20mm I.S. sieve 25% to 55% by weight to pass a 5mm I.S. sieve and 0% by weight to pass a 5mm I.S. sieve. The aggregates of different sizes shall be stored in separate stacks in clean state and free from all dirt.

The coarse aggregate where absorption of water after 24 hours immersion is more than

5% by weight shall not be used. When required by the EIC the tests indicated in I.S. 383 or IS-2386 ( all parts ) shall be

got carried out by the Contractor at his cost to show the acceptability of the materials. Stowage piles of aggregate shall have good drainage, preclude inclusion of foreign matter

and preserve the gradation. 1.7 WATER : Water used for all purpose in this contract shall be free from oil, acid, vegetable matter,

salts or dirt of any kind which will have adverse effect on cement or steel in the case of reinforced concrete. Whenever called for, the Contractor shall produce test results for water being used on work. The water quality shall confirm to IS-456-2000.

1.8 ADMIXTURES:

Page 54: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

Admixtures or Cement containing additives (such as accelerators, retarders, water proofing agents etc.) shall not be used unless specified or otherwise directed or approved by the EICs). The Admixtures shall confirm to IS-9103 latest edition.

1.9 FORM WORK : The form work shall be designed and constructed in such a manner that all concrete work

shall be true to line, level and size, and free from honeycombing, pinholes, surface irregularities and every other defect whatsoever.

All form work shall be adequately propped, braced and framed to prevent deformation under weight and pressure of wet concrete, constructional loads, wind, vibrations and other forces. All joints in shuttering shall be close fitting to prevent the loss of cement paste or mortar from the concrete.

All form work shall be carefully cleaned and coated with an approved proprietary mould

oil before use, care being taken to keep all reinforcement away from contact with such oil. All moulds shall be free from sawdust, shavings, dirt, mud or other debris by hosing with water or oil free compressed air.

The shuttering for beams and slabs shall be erected so that the shuttering on the sides of

the beams and of the soffits of the slabs can be removed without disturbing the beam bottoms. For beams having spans greater than 6 meters and for cantilevers, the form work shall be given adequate upward camber as directed by the EIC.

Details of all temporary work (timbering, staging etc.) are to be submitted for the

approval of the EIC and the form work shall be inspected and approved by the EIC before concrete is placed within it. Notwithstanding such approval, any damage or consequences arising there from shall be the Contractor's entire responsibility.

1.10 PROPORTIONS FOR CONCRETE: The contractor shall design concrete mixes (by Ready Mix Concrete Plants ) to produce

concrete of the required strengths. The contractor must submit full designs done from RMC plants of the mixes for approval of EIC and trial mixes will be prepared by the contractor in the presence of the EIC, having workability, strength, minimum cement content and surface finish as criteria. Notwithstanding the acceptance by the EIC of any mix design and series of trial mixes, variations may be made to the proportions when considered necessary by the EIC. Such variations may be made also to normal mixes if used, but variations of this nature will not be allowed to affect the unit price of concrete.

For both Nominal as well as Design mix concrete, the quantity of cement shall be

determined by weight. Where standard bags of cement are used, their weight shall be checked at frequent intervals and any loss in weight due to leakage etc. shall be made good.

In the case of Nominal Mix concrete, aggregates shall be measured by volume, cement by

weight and mixing water in graduated cans. In the case of controlled concrete all aggregates and cement shall be measured by weight in approved weigh batching equipment. Mixing water shall be measured in graduated cans.

Page 55: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

While calculating the amount of mixing water, the moisture content of the aggregates shall be taken into account.

The grades of concrete shall be in accordance with Table below the cement content of the

mixes specified shall not exceed the minimum content specified in Table by more than 20%.

READY MIX CONCRETE:

The provision in this section shall apply to all concrete grades and is to be considered as a supplementary to general provisions for Plain Cement Concrete & Reinforced Cement Concrete works.

• Ready mix concrete (RMC) may be manufactured in a central automatic weigh batching

plant and transported to the job by agitating Transit mixers. The RMC is to be sourced from reputed & approved batching plants as mentioned in the approved list of manufacturers or suppliers only. The design mix has to be submitted to HPCL before concreting and the same has to be approved by HPCL before concreting is done.

• The design mix is to be carried out as per IS-10262.

• Note : No puzzolonic material such as Fly ash, Metakaoline & rice husk ash etc shall be

used for the work.

• The standard deviation for concrete mix design will be considered as per Table 8 of IS-456-2000.

• The proportion of fine aggregates to coarse aggregates should be adjusted so as to keep

them within the specified limits as mentioned in IS-383. • The Bidders have to submit the Quality Assurance Plan of theirs as well as the RMC

plant for approval and shall strictly adhere to the same. • The admixtures used shall confirm to IS-9103.

APPLICABLE CODES AND SPECIFICATIONS; The following specifications, standards and codes are made a part of this specification. All standards, tentative specifications, codes of practice referred to herein shall be the latest editions including all applicable official amendments and revisions. In case of discrepancy between this specification and those referred to herein, this specification shall govern. APPLICABLE IS SPECIFICATIONS AND CODES OF PRACTICE: IS 269:- Specification for ordinary, rapid hardening and low heat portland cement.

Page 56: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

IS-10262: Recommended guidelines for concrete mix design. IS 8112:- Specification for high strength ordinary, portland cement. IS 1489 - Specification for portland - pozzolona cement. IS 383:- Specification for coarse and find aggregates from natural source for concrete. IS 455: - Specification for Portland Slag Cement IS 2386:- Methods of test for aggregates for concrete. (Part I to VIII) IS 516:- Method of test for strength of concrete. IS 1199:- Method of sampling and analysis of concrete. IS 3025:- Methods of sampling and test (Physical and chemical) water used in industry. IS 432:- Specification for mild steel and medium tensile steel (parts I & II) bars and hard drawn steel wire for concrete reinforcement. IS 1139:- Specification for hot rolled mild steel and medium tensile steel deformed bars for concrete reinforcement. IS 4926: Ready Mix Concrete – Code Of Practice IS 1566:- Specification for plain hard drawn steel wire fabric (Part I) for concrete reinforcement. IS 1786:- Specification for cold twisted steel bars for concrete reinforcement. IS 2645:- Specification for integral cement waterproofing compound. IS 456:- Code of practice for plain and reinforced concrete. IS 3370:- Code of practice for concrete structures for storage of liquids (Part I to IV) IS 2502:- Code of practice for bending and fixing of bars for concrete reinforcement. IS 2571:- Code of practice for laying in situ cement concrete flooring. IS 3596:- Safety code for scaffolds and ladders. (Part I & II) IS 1200:- Method of measurement of building works. In the event that state, city or other Government bodies have requirements, more stringent than those set forth in this specification, such requirements shall be considered part of this specification and shall supersede this specification where applicable.

Page 57: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

The quality of materials , method and control of manufacture and transportation of all concrete works irrespective of the mix , whether reinforced or otherwise, shall conform to the applicable portion of this specification. Engineer shall have the right to inspect the source/s of material/s , the layout of operations of procurement and storage of materials, the concrete batching and mixing equipment and quality control system. Such an inspection shall be arranged and approval of Engineer-In-Charge shall be obtained prior to starting of concrete work. Concrete shall be mixed by mechanical mixer only and no hand mixing shall be allowed for RCC works. GENERAL: The quality of materials and method and control of manufacture and transportation of all concrete work irrespective of mix, whether reinforced or otherwise, shall conform to the applicable portions of this specification.Engineer shall have the right to inspect the source/s of material/s, the layout and operation of procurement and storage of materials, the concrete batching and mixing equipment, and the quality control system. Such an inspection shall be arranged and Engineer’s approval obtained, prior to starting of concrete work. MATERIALS FOR STANDARD CONCRETE: The ingredients to be used in the manufacture of standard concrete shall consist solely of a standard type portland cement, clean sand, natural coarse aggregate, clean water and admixtures, if specially called for on drawings or specifications. CONSISTENCY: The consistency of the concrete shall be such that it flows sluggish during pumping of concrete into the forms and around the reinforcement without any segregation coarse aggregate from mortar. The slump tests are mandatory and shall be carried out at regular intervals so that the consistency concrete can be monitored. PLACING OF CONCRETE: Concreting shall commence only after inspection and written approval by EIC. Shuttering shall be clean and free from deposits of foreign materials and proper deshuttering agent shall be applied to the surface. Proper arrangements shall be provided for conveying the concrete the place of deposition without disturbing the reinforcement. COMPACTION: Concrete shall be compacted immediately after placing by means of mechanical vibrators. All RCC works shall be cured for a minimum period of 14 days or more as advised by EIC. INSPECTION AND RECTIFICATION OF DEFECTS: Immediately on removal of forms, the RCC works shall be examined by the Engg. -in-Charge /

Architects before any defects are made good.

Page 58: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

The work that has sagged or contains honey combing to an extent detrimental to the structural

safety or architectural concept shall be rejected.

Surface defects on a minor nature may be accepted and the same shall be rectified as follows :

a) Bulges due to movement of forms, ridges at forms, ridges at form joints shall be carefully

chipped and then rubbed with a grinding stone.

b) Honeycombed and other defective areas must be chipped out, the edges being out as straight

as possible and perpendicular to the surface. Shallow patches are first treated with a coat of

thin grout (1 cement : 1 sand) and then filled with mortar similar to that used in concrete.

Large and deep patches shall be filled up with concrete held in place by forms and shall be

reinforced.

c) Holes left by bolts shall be filled carefully with mortar. Holes extending right through the

concrete shall be filled with mortar with a pressure gun.

d) The same amount of care to cure the material in patches should be taken as with the whole

structure.

POST TREATMENT OF SURFACE:

The surface which has to receive plaster or where it has to be joined with brick masonry walls

shall be properly roughened immediately after the shuttering is removed.

REINFORCED CEMENT CONCRETE DRIVEWAY: The RCC drive way will be cast in panels. The concreting sequence will be discussed and got approved by EIC. Ready Mix Concrete (RMC) will only be used for concreting. The Mix design from the RMC plant will be submitted to HPCL for approval and concreting job is to be taken up only after the design mix is approved. Casting of slab in alternate panels of size 6M X 3M (or as instructed by engineer in charge) including vibrating with screed vibrators. The shuttering material should be sufficient for concreting a minimum of 6 Cum ( minimum qty of a RMC Transit mixer) Providing broom finish to the top surface when concrete is green. Pond curing for 15 days. Concrete shall conform to IS 456-2000 and also to the specifications discussed above under the

Ready Mix Concrete section. Rate shall be exclusive of steel reinforcement, which shall be paid

under a separate item.

ACCEPTANCE CRITERIA OF CONCRETE WORK : will be as per IS-456-2000.

MEASUREMENT

All measurements shall be as per IS 1200

Page 59: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

1.11 MIXING OF CONCRETE: Mixing of concrete shall continue until there is a uniform distribution of material and the

concrete is uniform in colour and consistency and for at least two minutes. Mixes and weigh batches shall be maintained in first class condition throughout the

contract and any mixer or plant which is faulty shall not be used. The drums on all mixers shall revolve at the speed recommended by the maker. A mixer of any type which has been out of use for more than 20 minutes shall be thoroughly cleaned out before any fresh concrete is mixed. All equipment shall be maintained in a clean serviceable condition and their accuracy periodically checked.

1.12 SLUMP TEST : The Contractor shall keep at the site of the works for the EIC’s use or his representative a

standard slump test mould and shall provide facilities throughout the construction for tests to be made as and when the EIC may require.

1.13 COMPRESSIVE STRENGTH : Concrete shall confirm to IS-456-2000. The Contractor shall keep on site minimum 12 no.s standard 15 cm test cube moulds and

ancillary equipment for preparing test cubes. Before the Contractor commences any concrete construction he shall make six cubes of mix concrete with the cement sand, aggregate and water which he proposes using on the contract and shall have them tested at a Laboratory approved by the EIC/EIC. Three cubes shall be tested at 7 days and three cubes at 28 days after casting and curing. In all cases the cubes shall give the minimum compressive strength. No concrete construction shall be commenced until Preliminary Tests on the six cubes referred above have been completed and results show the concrete to have the minimum compressive strength. As construction proceeds samples from fresh concrete shall be taken as per IS 1199 - 1959 and cubes shall be made, cured and tested in accordance with IS 516 1959.

Three test specimens shall be made from each sample for testing at 28 days. Additional

cubes may be required for various purposes as to determine the strength of concrete at 7 days or at the time of striking form work, or to determine the duration of curing, or to check the testing error.

The test strength of the sample shall be the average of the strength of three specimens.

The individual variation should not be more than 15 percent of the average. Any part of the work from which the cubes fail to give the required minimum

compressive strength shall be dealt with by the Contractor as directed by the EIC and at the expenses of the Contractor.

The concrete is also liable to be rejected or repaired as per the instructions of the EIC/EIC

if it is porous or honeycombed, its placing has been interrupted without providing a construction joint or the reinforcement has been disproportionately displaced. The rejected concrete has to be demolished and redone to the satisfaction of the EIC free of cost.

The Contractor shall keep a daily record (Concrete Pour Card ) showing the date when

each portion of concrete is poured in slab, beam, column etc., curing, removal of form

Page 60: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

work and test cube results at 7 days and 28 days period. They shall be sent immediately to the EIC/EIC.

1.14 TRANSPORTING, PLACING AND COMPACTING OF CONCRETE : The concrete shall be transported maintaining required workability in a manner such as to

avoid the segregation of the constituent materials, and loss of any of the ingredients. It shall be deposited as nearly as practicable in its final position to avoid re handling. It shall be placed and compacted before setting commences and should not be subsequently disturbed. Methods of pouring should be such as to preclude segregation, and to avoid displacement of reinforcement and movement of form work. Concrete Pumping needs to be arranged for conveying the concrete from transit mixers to work spot.

The concrete should be thoroughly compacted and fully worked around the

reinforcement, around embedded fixtures and into the corner of the form work without formation of honeycombing, pinholes or surface irregularities and any other defects whatsoever.

The use of mechanical vibrators having capacity of producing vibrations at a rate not less

than 5000 cycles per minute is recommended. Over vibration or vibration of very wet concrete is harmful. In addition to mechanical vibration, sufficient hand tools must be used to assure full consolidation around reinforcement and at edges and corners.

The deposition of concrete shall be carried out as continuously as possible to reduce to

minimum joints between new concrete and concrete which has set. Where construction joints are necessary they shall be formed at right angles to the axis of the member concerned by the insertion of rigid stopping off forms, against which concrete can be properly rammed or as per the advise of Structural EIC..

No unset concrete shall be brought into contact with unset concrete containing cement of

different type. Special permission and instructions shall be obtained when concrete has to be deposited under water.

Accumulation of set concrete on the reinforcement shall be avoided. Before fresh

concrete is deposited upon or against any concrete which has already hardened, the surface of hardened concrete shall be well roughened if necessary by chipping and laitance remove. The surface shall then be swept clean with wire brushes, thoroughly wetted and covered with a thin layer of cement mortar.

1.15 PROTECTION OF CONCRETE : Newly placed concrete shall be protected by approved means from rain, sun and drying

winds. Concrete placed below the ground shall be protected from falling earth during and after placing. Approved means shall be taken to protect immature concrete from damage by debris, excessive loading, vibration, abrasion, deleterious ground-water, mixing with earth or other materials that may impair the strength and durability of concrete.

1.16 CONSTRUCTION JOINTS : Before construction commences the Contractor shall submit to the EIC, for his approval,

sketches showing proposed positions of construction joints.

Page 61: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

Each section of concrete shall be poured continuously between construction joints. Shuttering to all construction joints should be so made that it produces on the face of joints a suitable grooved or indented surface to act as a sheer key or bond for the subsequent concrete. Inclined joints shall not be permitted.

If the concrete has been allowed to harden excessively, the surface shall be chipped over

its whole surface to a depth of at least 3/8"and thereafter thoroughly washed. If the concrete has not fully hardened, all laitance shall be removed by scrubbing the wet surface with wire brushes to avoid dislodgement of particles of aggregate. Before fresh concrete is added to the other site of a construction joint the surface of the old concrete will be thoroughly wetted and then covered with a thin layer of cement mortar of the same quality as that in the concrete.

No distortion or displacement of reinforcement from the positions shown on the drawings

shall be permitted at construction joints. Water stoppers shall be provided to the construction joints of terrace slabs, kitchen and

bathroom slabs, and water retaining structures where water leakage poses serious problems.

1.17 STRUCTURAL JOINTS: Expansion joints or other permanent structural joints shall be provided in the positions

and of the form described in the drawings or elsewhere. In no case shall the reinforcement, corner protecting angles or other fixed metal items, embedded or bonded into concrete run continuously through as expansion joint. The placing of concrete on either side of the expansion joint shall be done separately after an interval of atleast 7 days.

1.18 CUTTING INTO CONCRETE: No concrete shall be cut into, nor shall it be interfered with in any way, without the prior

approval in writing of the EIC. Necessary holes shall be provided as required for plumbing work and for electrical pipes etc. at the time of execution.

1.19 CURING OF CONCRETE : Exposed surfaces of concrete shall be kept continuously in a damp or wet condition for at

least seven days from the date of placing of concrete. Approved curing compounds may be used in lieu of moist curing with the permission of

the EIC. Such compounds shall be applied to all exposed surfaces of the concrete as soon as possible after the concrete has set.

1.20 SUPERVISION : Constant and strict supervision of all the items of the construction is necessary during the

progress of the work, including the proportioning and mixing of the concrete. Supervision is also of extreme importance to check the reinforcement and its placing before being covered.

Page 62: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

Before any important operation, such as concreting or striking off the form work is started, adequate notice shall be given to the EIC.

1.21 CONTRACTOR'S RATES TO INCLUDE : The rates of contractor for providing and laying cement concrete in various grades or

proportions in the Schedule of Quantities shall, apart from any other factors specified elsewhere in the tender documents, include for the following:

(a) For all factors and method of work described in these specifications. (b) For all materials, labour, tools and plants, scaffolding, etc. mixing, conveying and placing

concrete in position, ramming, vibrating, trawling, curing, providing necessary scaffolding and removing the same after the work is complete.

(c) Unless otherwise specified in the Schedule of Quantities the cost for concrete items shall

include for providing and fixing form work as described inclusive of erecting, propping to required heights, bracing, providing stays, struts, bolts, nuts and everything necessary to keep the forms rigid, smoothening the surface to receive concrete as per detailed drawing, striking and stripping form work after the concrete is cured, hacking the concrete surface required to receive plaster etc.

(d) The reinforcement in case of Reinforced Concrete work will be paid for separately unless

otherwise stated in the particular items, but rate shall include for pouring concrete and packing around reinforcement.

(e) The measurement of concrete will be as per detailed drawings, shapes and size based on

net structural sizes as per drawings i.e. exclusive of plaster. (f) Rates for concrete items shall cover for any shape of structural members like columns,

beams, facias, fins, louvers etc. and for cantilevered beams slabs etc. (g) Formation and treatment of contraction and expansion joints (where water bars like

copper strips or joint fillers like 'Shalitex' are specified, such materials shall be paid for separately.

(h) Design of mixes where so required by specification in an approved Laboratory and on

tests of materials and work required in the opinion of the EIC and described in these specifications.

(i) Fixing all inserts like pipes, plugs, forming holes etc. as described. (j) Weigh-batching using a Mechanical weigh-batcher or a batching plant or where so

specified for volumetric batching. (k) For taking out dowel bars, fan hooks etc. through shuttering. (l) In case where at the junctions of beams, columns, slabs, the composition of concrete mix

or specified strength be different for columns, beams and slabs, then in such cases only

Page 63: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

the richer concrete among those specified for in all these members shall be used at the junctions and rate quoted for columns, beams and slabs or any member entering such junctions shall allow for the same. Rate shall also cover for spill over of richer concrete in beams to natural angle of repose of wet concrete required from practical considerations, while concreting the junctions.

(m) For forming drip moulds in Chajjas, sills, etc. and where shown in the drawings or as

directed. (n) For work at all levels.

Page 64: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

2 STEEL REINFORCEMENT: 2.1 MILD STEEL BARS : Mild Steel reinforcement bars shall conform to I.S.226-1962 "Standard Quality" or

I.S.432-1960 "Grade I". Other qualities of steel shall not be acceptable. HIGH STRENGTH DEFORMED BARS : Wherever deformed high strength reinforcement bars are specified, the contractor shall

use one of the following, accompanied by a certificate from the Manufacturer like TATA/SAIL/VIZAG only confirming to IS-1786 latest edition.

2.2 CLEANING OF REINFORCEMENT : Before steel reinforcement is placed in position, the surface of the reinforcement shall be

cleaned of rust, dust, grease and other objectionable substances. 2.3 CUTTING OF REINFORCEMENT : Before the reinforcement bars are cut, the contractor shall study the lengths of bars

required as per drawings and shall carry out cutting only to suit the sizes required as per drawings.

2.4 PLACING AND SECURING : Reinforcement bars shall be accurately placed and secured in position and firmly

supported or wedged by precast concrete blocks of suitable thickness, at sufficiently close intervals, so that they will not sag between the supports or get displaced during the placing of concrete or any other operation of the work. It is most important to maintain reinforcement in its correct position without displacement and to maintain the correct specified cover. Contractor shall be responsible for all costs for rectification required in case the bars are displaced out of their correct position.

2.5 BINDING WIRE : The reinforcement shall be securely bound wherever bars cross or wherever required with

18 gauge soft annealed steel wire. 2.6 WELDING : Welding of bars shall not be carried out unless specially authorised in writing by

Structural EIC. 2.7 BENDS ETC : Bends, cranks etc. on steel reinforcement shall be carefully formed, care being taken to

keep bends out of winding. Otherwise, all rods shall be truly straight. If any bend shows signs of brittleness or cracking, the rod shall be removed immediately from the site. Minimum radius of 9 times diameter of the bar shall be used unless otherwise specified in the drawings. However, in respect of standard hooks the radius of bend shall be 2 times of diameter of bar. Heating of reinforcement of bar to facilitate bending will not be permitted. The bars shall always be bent cold.

In case of mild steel reinforcement bars of larger sizes, where cold bending is not

possible, they may be bent by heating with written permission of the Project Engineer.

Page 65: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

Bars when bent hot shall not be heated beyond cherry red colour and after bending, shall be allowed to cool slowly without quenching. The bars damaged or weakened in any way in bending shall not be used on the work. High strength deformed bars shall in no case be heated to facilitate bending or cranking.

2.8 INSPECTION OF REINFORCEMENT : No concreting shall be commenced until the Structural EIC has inspected the

reinforcement in position and until his approval has been obtained. A notice of at least 24 hours shall be given to the Project Engineer by the Contractor for

inspection of reinforcement. If in the opinion of the Project Engineer any material is not in accordance with the

specification or the reinforcement is incorrectly spaced, bent or otherwise defective, the contractor shall immediately remove such materials from the site and replace the same and rectify any other defects in accordance with the instruction of the Project Engineer to his entire satisfaction.

2.9 NET MEASUREMENTS : Reinforcement shall be placed as shown on the structural drawings and payment will be

made on the net measurements from drawings. No laps, dowels, chairs and pins in reinforcement shall be paid for. The Contractor shall allow in his quoted rate for all wastage which will not be paid for.

2.10 RATES QUOTED FOR REINFORCEMENT SHALL IN ADDITION TO ANY

FACTORS MENTIONED ELSEWHERE SHALL ALSO INCLUDE FOR : (a) All cutting to lengths, labour in bending and cranking, forming hooked ends, handling,

hoisting and everything necessary to fix reinforcement in work as per drawings. (b) Cost of binding wire required as described. (c) Cost of PVC blocks to maintain cover and holding reinforcement in position. (d) For fabricating and fixing reinforcement in any structural member irrespective of its

location, dimensions and level. (e) Removal of rust and every other undesirable substances, using wire brush etc. as

described. (f) Stock piling of reinforcement as described. (g) Work at all levels.

Page 66: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

SCOPE

OF

WORK

FOR

TANKAGE

WORK

Page 67: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

Tank fabrication Works: NOTES: 1. Typical plate cutting schedule is attached, however party to submit cutting schedule to HPCL after placement of PO for approval. 2. Queries regarding techno-commercial need to be raised before bidding. No any alterations will be allowed after placement of PO. 3. Civil foundation details shall be provided by party which is duly designed by reputed construction consultancy & to be submitted to HPCL for approval. 4. Tanks to be necessarily fabricated at HPCL Mahul Terminal premises. All the steel plates of 10mm/ 8mm/ 6mm thickness shall be provided by HPCL. 5. Tanks to be fabricated and installed as per sound engineering practices and latest relevant codal provision (IS 10987). The decision of Engineer -site incharge is final and binding on party. 6. All the testing charges as required shall be carried out by party at its own cost and rate to include the same in each individual item. 7. The contractor will be singularly responsible to ensure compliance of applicable safety and security norms stipulated by HPCL while the work is being undertaken. Contractor shall be responsible to provide necessary personnel protective equipment such as Safety Belts, Safety Helmets, Safety Shoes etc. as per the stipulations of HPCL. 8. The contractor shall be fully responsible (including the changes, if any) for observing the provisions of Workmen's Compensation Act, Contract Labour Act, ESIC Act and also other compliance of the statutory provisions. The contractor should comply with all statutory provision of labour laws for laborers including the prevailing following obligations which stand to change with time. 1.0 SCOPE OF WORK 1.1. Contractor’s Scope of Work:

The scope of work of Contractor shall include the following but not limited to the same. The scope of work shall also include other items / works required to complete the work in all respects as per specifications, standards, drawings, IS codes/API Standards & instructions of HPCL whether specifically mentioned or not in the tender document :

i) The Contractor shall perform the work. ii) Getting approvals from statutory authority/ local authority etc, if any required

except construction approvals from CCOE /local bodies which will be obtained by HPCL.

Page 68: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

iii) Preparation of all detailed and working drawings including plate cutting diagrams for various components of storage tanks & getting the same reviewed and approved by HPCL.

iv) Preparation, Submission for Review and obtaining approval from HPCL for

Detailed Quality Assurance System plans/ procedures developed by contractor basis Std. Inspection & Test Plan furnished in this tender/ Scope of work/SOR/GTCC/SCC & other relevant codes. The same shall be reviewed / approved by HPCL prior to commencement of work. The required competent man power, machinery, tools, tackles, equipments, etc required to execute the work as per the Approved Quality assurance plan (QAP) shall be the responsibility of contractor. Due records will be maintained by contractor through out the work period as per instructions of Engineer-in- Charge.

v) Time is the essence of this contract. Monthly/weekly Execution Plans will be

developed by Contractor in consultation with Engineer- in- Charge & execution of work as per these plans will be the sole responsibility of contractor.

vi) Procurement & Supply of materials & consumables as indicated in contractor’s

scope of supply.

vii) Loading, transportation and handling of all free issue materials from Owner’s stores to work site/ Contractor’s store and fabrication yard as applicable including supply of all necessary tools, tackles, transportation and handling equipments, etc.

viii) Stripping/Removal of vegetation for fabrication yard at Site.

ix) Supply, Fabrication and erection of various appurtenances and nozzles.

x) Supply, fabrication & erection of earth connection as per respective IS code.

xi) Carrying out hydrostatic / water fill up test in accordance to OISD 129/ Standard

Specifications of this Tender & keeping the records for same & other test as specified in code/ specifications & as per requirements of Engineer-in-Charge using contractor’s own equipment. No Hot work shall be permitted after Hydrotest.

xii) Accomplishment of any other item of work required to make the storage tanks

ready for commissioning and as per instruction of Engineer-in- Charge.

xiii) Assistance to HPCL for commissioning of the tanks including supply of manpower, supervision, labour with all required tools and spares.

xiv) Supply of all equipment, machineries, tools, tackles etc, labour and supervision of

all works at site.

xv) Clean-up job at site for all surplus material, debris, scrap, construction equipment etc as per direction of Engineer-in – charge.

Page 69: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

xvi) Reconciliation of free issue steel / material and returning excess plates, off cuts

and scrap as per direction of Engineer-in – charge.

xvii) Supply of Power and Water required for the job shall be the responsibility of the Contractor & will be in his scope. HPCL will not give any connection from their existing electrical or Water supply system. Surplus water declared by HPCL in writing after Hydro test shall be disposed off by Contractor in an un-objectionable manner to HPCL & its neighbours.

xviii) Contractor has to perform work in running installation with HOT/ COLD Permit

in accordance to OISD 105 and HPCL operational requirements. Complying & meeting all the safety rules & regulations as per standards & instructions of Engineer- in – Charge will be the sole responsibility of contractor.

xix) Supply of all required materials, carrying out copper slag blasting and surface

preparation, primer and finish painting. 2.0 SCOPE OF SUPPLY

2.1 OWNER’S SCOPE OF SUPPLY

2.1.1 Subject to the provisions mentioned elsewhere in the tender document, HPCL will issue

the following materials free of charge from Stores at Site for the Steel plates required only for the following components of the tanks:

- 10mm thick steel plate - 8mm thick steel plate - 6mm thick plate

THE WEIGHT OF ABOVE PLATES WILL BE BASED ON SPECIFIC GRAVITY OF STEEL @ 7.85. THAT IS, UNIT WEIGHT SHALL BE 7850 KG/ CUBIC METER. 2.1.3) SCRAP/ CUTTING ALLOWANCES FOR OWNER’S FREE ISSUE

MATERIALS

The plates will be issued by HPCL to the Contractor on Theoretical weight basis. At the end of the work, Reconciliation shall be also done on theoretical weight basis only.

A Tabulated statement showing the size wise plates issued and Total consumption will

be prepared as per HPCL instructions. Based on the Total consumption in MT as a sum of individual size wise consumption for a particular site, generation of maximum 2.7% Returnable accountable scrap is allowed. The Returnable Accountable scrap includes Off cuts and plates smaller than 2400mm perimeter .Off cut plates shall be of minimum perimeter 2400 mm generated as per approved cutting Schedules. Plates smaller than 2400mm in perimeter are also classified under Returnable Accountable Scrap. On an overall basis, the generation of accountable scrap shall be limited to 2.7% of total net consumption taken as a sum of net consumption for various sizes. However, the

Page 70: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

Contractor shall make an all out effort at the time of preparation of Drawings/ BOQ to limit the generation of Returnable Accountable Scrap to a minimum preferably less than 2.7%.It will be the responsibility of the Contractor to load, transport the accountable scrap, weigh at weighbridge including payment of weighbridge charges, return to HPCL Premises, Unloading and handing over to HPCL at their Store yard/ scrap yard as per instructions of HPCL Engineer-in-Charge. Apart from Accountable Scrap, the Contractor shall be allowed a maximum of 0.30% of Burnout Losses.

In case, the actual generation of Returnable Accountable scrap on overall basis is higher than 2.7% or burnout losses being greater than 0.30% of Overall consumption(Theoretical tonnage), then HPCL shall effect recovery @ Rs. 60,000/= per MT for excess scrap generation and/or burnout loss. It shall be therefore the sole responsibility of the Contractor to plan the cutting schedule to control his scrap generation within above limits.

2.2 CONTRACTOR’S SCOPE OF SUPPLY

The procurement and supply in sequence and at the appropriate time of all materials and consumables including structural steel (Plates & sections) required for completion of works as per drawings, specifications and standards shall entirely be the contractor’s responsibility. The items to be supplied by the contractor are in general but not limited to following:

a) Internal piping as specified 'B' class. b) Bushing nuts/sockets and steel plugs as shown in the drawings.

c) Foundation bolts and foundation plate assembly with straps where specified.

d) Internal MS angle rings and stiffeners etc.

e) Manhole with cover, nuts and bolts as per drawing including 3 mm thick compressed

asbestos fiber glass gasket of make champion/firefly.

f) All nozzles and flanges and reinforcement pads as per drawing.

g) Four nos. of Lifting lugs shall be provided as per drawing.

h) All steel plates required for the components other than those where HPCL will be supplying plates vide SOR.

i) All consumables such as electrodes, filler wires, acetylene, grease, oil, gases, electricity

etc.

j) Bolts nuts and gaskets for roof & shell manholes, nozzles with blind cover / matching flange, bolts & nuts for roof structure and other structural works.

k) Earth connections, support cleats for pipes, structural & cables.

Page 71: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

l) Any Blind flanges, valves, nipples, plugs, bolts, nuts, gaskets, etc required for conducting

hydrostatic testing and any other test required by HPCL.

m) All primer materials and painting materials, copper slag for blasting and related equipment for Painting.

Note:

1. Contractor should ascertain the exact quantity required as per drawings as well as in consultation with the engineer in charge before procurement of the same. 2. The materials procured by contractor should be in line with the specifications mentioned in the subsequent chapter i.e. ‘Specifications for Materials in Contractor’s scope of supply.’ 3. While every effort has been made to list all the supply items, it shall be the sole responsibility of the Contractor to review the list and seek clarifications, if any at the time of Unpriced Bid itself. HPCL undertakes to provide only Free Issue Steel plates for Fabrication and all the other items shall be supplied by the Contractor only. No claims/ disputes by the Bidder/ Contractor shall be entertained by HPCL at a later date.

3.0 DOCUMENTS / FABRICATION DRAWING DETAILS

The Contractor shall submit the detail fabrication drawings/ documents in the following sequence:

1. Drawing Index

2. General arrangement drawing of tank showing design data, basic dimensions,

thickness, nozzle & internal parts.

3. Shell plate layout showing location of nozzles & their distances from weld seams.

5. Nozzle orientation on shell.

6. Details of appurtenances.

7. Any other design calculations as per contract. 8. Plate cutting diagram for Free Issue Plates along with indicating anticipated the critical

scrap i.e. Burn oil losses & Accountable losses.

9. Material test certificate for items supplied by contractor.

10. Welding procedures & welders qualification reports.

Page 72: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

11. Final Inspection certificate and Hydrostatic test report. 12. Calibration Charts in hard and soft copies

13. As - Built drawing showing details as listed in Sr. No 1 to 8 above in HARD/ SOFT COPIES.

Page 73: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

STANDARD

SPECIFICATION

FOR

WELDING

Page 74: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

CONTENTS

1. GENERAL

2. WELDING REQUIREMENTS

3. WELDING PROCEDURE QUALIFICATION

4. WELDER’S QUALIFICATION

5. WELDER’S IDENTIFICATION CARD

6. WEATHER CONDITIONS

7. BASE MATERIALS

8. FILLER MATERIALS

9. WELDING PROCESS

10. PREPARATION OF PIECES TO BE WELDED

11. WELDING TECHNIQUE FOR ROOT PASS

12. JOINT COMPLETION

Page 75: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

1. GENERAL This specification covers field and shop welding for carbon steel piping system. In particular, following types of joints are considered: Butt welds between pipes, flanges, bends, branch connection valves. etc. Fillet welds for junction of slip on flanges; butt and socket weld fittings, reinforcing pads, etc The following accepted standard and procedures shall be applicable: Standard for welding pipes and related facilities – ANSI – B 31.3. – latest edition. Code of practice for manual for welding of mild steel – IS: 823 latest edition (for structural work only) In case of any variation between the provisions of the codes and the specifications given below the later shall prevail. 2. WELDING REQUIREMENTS All welds joining two sections of pipe, a section of pipe to a fittings or fittings shall be performed employing qualified welding procedure and welders in accordance with Clauses 3 to 12 of this specification. 3. WELDING PROCEDURE QUALIFICATION Welding procedure qualifications for all piping except those under the purview of IBR, shall be as per the latest edition of Standard for welding pipelines and related facilities, ASME section IX. The contractor shall submit the welding procedure after receipt of work order. Owner inspector shall review, check and approve welding procedure after conducting such tests as are necessary. It shall be the responsibility of contractor to arrange and carry out such tests at his own costs. 4. WELDER’S QUALIFICATION Welder’s qualification for all piping except those coming under the purview of IBR, shall be in accordance with ASME Sec IX. Owner’s Inspector shall witness the test and certify the qualification of each welder. Welders approved by the owners’ Inspector only shall be employed. Contractor shall submit the welder qualification reports before the commencement of work. It shall be the responsibility of the Contractor to carry out the qualification test of the welders at his own cost at the job site all the tools, tackles and auxiliaries required for carrying out Welder’s test shall be supplied by contractor at his own cost. 5. WELDER’S IDENTIFICATION CARD The welder shall carry on his person identification card as per Exhibit C and shall produce it wherever demanded by Owner’s Inspector. It shall be the responsibility of the Contractor to issue the identification card after it is duly certified by Owners inspector. No welder shall be permitted to work without the possession of identification card. If a welder is found to perform a type of welding or in a position or on a material for which he is not qualified, he shall be debarred from doing further work. All such welds shall be cut and redone by the contractor at his own cost. 6. WEATHER CONDITIONS If the welding is to be performed during rain or strong wind, suitable protection shall be provided for the parts to be welded and the welder. 7. BASE MATERIALS

Page 76: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

In general this specification shall be used in welding the carbon steel materials having a specified tensile strength of 60,000 psi or less. Backing rings, if required, shall be similar in chemical composition to the base material. 8. FILLER MATERIALS Electrodes: Electrodes used for welding shall conform to IS 814 and IS 815 latest editions. The electrodes to be used by the Contractor shall be approved by the Engineer in charge after conducting tests as per IS: 814 testing procedure. These tests shall be carried out by the contractor at his own cost. The contractor shall submit manufacturer’s certificates for each batch of electrodes supplied by him. Electrodes shall be stored in unopened original containers. They shall be stored adequately to prevent moisture loss or moisture absorption and shall be handled in such a manner so as to avoid the damage of coating. Electrodes when used shall be free of rust, oil, grease, earth or any other matter which could be harmful for the quality of welding. The electrodes used shall be suitably to the welding process and the base metal and the weld properties shall not be lower than those of base metal. 9. WELDING PROCESS Welding under this specification shall be done with the manual shielded metal arc process. Automatic or semi automatic welding shall be done only after the procedure and materials have been specifically approved by the Engineer in charge. The welding shall conform to the standard codes of welding practice. Welding of carbon steel in general shall be in accordance with IS: 823 - Code of practice for use of metal arc welding in mild steel (for structural work only). The welding of pipes shall conform to ANSI B 31.3 (latest edition) the compliance with this specification does not relieve fully or partially the contractor, responsible for piping fabrication and erection of his own responsibilities as well as on any contractual obligations. 10. PREPARATINO OF PIECES TO BE WELDED End Preparation Preparation of ends to be welded will be preferably made by machining. However, preparation of the ends may be made by flame cutting, providing all grooves and irregularities are ground off and all the oxidation is removed.] Cleaning The ends to be welded shall be properly cleaned. All paint, oil, grease, rust and oxide in general shall be removed, as well as all earth, sand or any other material which could be harmful to the welding. Ends shall be totally dry when welded. No dirt or debris will be permitted in the pipeline. Prior to alignment, the inside of each joint shall be adequately swabbed, either by use of leather of canvas belt disc of proper diameter or other improved method. Alignment and Spacing

Page 77: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

Pieces to be welded shall be aligned and spaced in a suitable manner, so as to hold the ends during welding at a distance to ensure full penetration. Root opening shall not be more than as specified. Internal misalignment shall not exceed 1.5 mm. For pipe with thickness 4 mm or larger, the pieces to be butt welded shall be coupled by means of pipe couplers or by yokes or bridge “C” clamps. Owner’s inspector shall check and approve the joint fit up and alignment prior to the commencement of welding. 11. WELDING TECHNIQE FOR ROOT PASS For Butt Joints: The maximum electrode size shall be 3.25 mm or 1/8 (10 SWG) and the electrode holder shall be connected, having due regard for the polarity requirements of the electrode approved for the use for pipe in horizontal position. Upward technique shall be used with the recommended values of current. The root pass of butt joints, regardless of the technique used, shall be such as to achieve full penetration. However, projection of weld metal into the pipe bore shall not exceed more than 3 mm. Root grooves and defective restart of the welding shall be carefully avoided. The weld shall be back chipped from inside by grinding or chiseling and a sealing run shall be given. At each interruption of welding and on completion of each run, craters, weld irregularities and slag shall be removed by grinding or chiseling. After the welding is started and until the joint has been completed, displacements, shocks, vibrations or stresses shall be avoided in order to prevent cracks or breaks in the weld. For fillet welds The maximum electrode size shall be 4 mm or (5/32) (8 SWG) On completion of the root pass, any visual defect or irregularities shall be ground off to avoid defects or irregularities in the new pass. 12. JOINT COMPLETION 12.1 Electrode size of more than 8 SWG (4mm or 5/32) shall not be allowed for filling of the weld. Upward technique shall generally be used for pipe in horizontal and vertical position. 12.2 At each interruption of welding, and after each run of welding is completed, chipping and slag removal shall be done. 12.3 When the welding is complete, but joints shall have a cover pass. It shall be slightly convey and fuse into the surface to the base metal in such a manner as to have a gradual notch free finish a good fusion at the joint edges. It shall not be chipped after completion. Welds shall have a regular appearance and shall be free from defects. 12.4 Welder number shall be stamped along side each weld. Whenever required by the Engineer in charge. 12.5 When welding is completed, the butt joints of piping regardless of welding methods used, shall have a weld reinforcement referred to the outside of the pipe, not more than 2 mm for pipes not thicker than 12 mm.

Page 78: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

SPECIFICATION FOR

M.S. – E.R.W.PIPES

Page 79: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

TECHNICAL SPECIFICATIONS ----------------------------------------------------

SPECIFICATION FOR MS ERW PIPES FOR FIRE WATER LINES SCOPE: Supply of MS ERW black line pipes of various sizes conforming to following specification/details. Item : Mild steel Pipes - ERW Code : IS 1239(Part 1):2004 Dimensional standard : IS 1239(Part 1):2004 Length of each pipe : Single random length of 4-7 M Ends : Bevelled with end protection caps Marking : As per clause 17 of IS 1239 DIMENSIONAL DETAILS:

Nominal size ( NB In mm )

Thickness Grade

150 mm

100 mm

80 mm

5.40 mm 5.40 mm 4.80 mm

Heavy Heavy Heavy

THIRD PARTY INSPECTION: Third party inspection is mandatory and shall be arranged by the supplier at their own cost. Pipes shall be inspected by one of the following agencies only: 1. Lloyds 2. DNV 3. EIL 4. ICS 5. BV 6. SGS

Page 80: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

TECHNICAL SPECIFICATIONS ----------------------------------------------------

SPECIFICATION FOR MS ERW PIPES FOR FIRE WATER LINES SCOPE: Supply of MS ERW line pipes of various sizes conforming to following specification/details. Item : Mild steel Pipes - ERW Code : IS 3589: 2001 Dimensional standard : IS 3589: 2001 Length of each pipe : Single random length of 4-7 M Ends : Bevelled with end protection caps Marking : As per clause 18 of IS 3589 DIMENSIONAL DETAILS:

Outside Dia ( In mm )

Thickness Grade

323.9 mm

273 mm

219.1 mm

7.10 mm 6.30 mm 6.30 mm

Fe 410 Fe 410 Fe 410

THIRD PARTY INSPECTION: Third party inspection is mandatory and shall be arranged by the supplier at their own cost. Pipes shall be inspected by one of the following agencies only: 1. Lloyds 2. DNV 3. EIL 4. ICS 5. BV 6. SGS

Page 81: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

SCOPE OF INSPECTION FOR MS ERW PIPES: Inspection shall be done strictly in accordance with the relevant IS Code. 1. CHEMICAL REQUIREMENT : (i) Laddle Analysis (ii) Product Analysis The supplier shall conduct the above tests in an approved Chemical Laboratory, and shall get the test results endorsed on the respective test reports by the third party inspection agency. The third party inspection agency shall ensure correlation between the manufacturer's report of heat analysis with the material and the finished pipes. 2. VISUAL INSPECTION 3. PHYSICAL TESTS:

(i) Tensile Tests (ii) Flattening Test (iii) Hydrostatic Test NOTE: Hydrostatic test and visual inspection shall be done for 100 % quantity of the pipes. All remaining Physical Tests, mentioned above, shall be done with samples drawn as per clause 16 of IS 1239. Lot sizes for Chemical analyses shall be as specified in relevant IS codes. All pipes shall be stamped/marked by the 3rd party inspection agency. All test reports in original shall be submitted to HPCL despatch location and no pipe shall be despatched without obtaining clearance from third party inspection agency. . 4. ALTERNATIVELY , in case the pipes are procured from manufacturer’ Having ISO 9001 certification and that all the above test specified above are certified by them and correlation with the certificates can be carried out at site the third party Inspection can be waived at the discretion of Engineer in Charge.

Page 82: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

STANDARD

SPECIFICATION

FOR

SHOP

AND

FIELD PAINTING

Page 83: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

STANDARD SPECIFICATION FOR SHOP AND FIELD PAINTING

1.0 GENERAL 1.1 These technical specifications shall be applicable for the work covered by the Contract. It is understood that

Contractor shall complete the work in all respects with best quality materials and workmanship, best engineering practice, Manufacturer recommendations and instructions of HPCL.

1.2 All the items covered in this specification are required to be supplied by the Contractor only. 2.0 SCOPE

Scope of work covered in this specification shall include but not limited to the following:

1. Surface preparation for all components of A/G product and water storage tanks covered in this Contract. 2. Selection, procurement and application of primers, paints and other materials on various metallic surfaces

including providing all requisite scaffolding, spray equipment, compressors, applicators, brushes, etc. 3. Lettering, marking as per HPCL requirements. 3.0 CODES AND STANDARDS 3.1 REFERENCE STANDARDS IS : 5 IS : 101 ASTM STANDARDS 3.2 SURFACE PREPARATION STANDARDS SWEDISH STANDARD : SIS-05-5900-1967/ISO-8501-1-1988 THIS STANDARD CONTAINS PHOTOGRAPHS OF THE VARIOUS STANDARDS ON FOUR

DIFFERENT DEGREES OF RUSTED STEEL. MANUFACTURER’S BROCHURES AND INSTRUCTIONS WITH RESPECT TO STORAGE,

SURFACE PREPARATION, MIXING AND THINNING, APPLICATION AND CURING INTERVALS. 4.0 EQUIPMENT

All tools, brushes, rollers, spray guns, abrasive materials, sand, hand/ power tools for cleaning, scaffolding materials, air compressors, instrument for measuring humidity, etc required for the works shall be supplied by the Contractor.

5.0 SURFACE PREPARATION, COATING APPLICATION AND DOCUMENTATION 5.1 GENERAL 5.1.1 In order to achieve the maximum durability, sandblast cleaning shall be followed. 5.1.2 Mill scale, rust, rust scale, etc. shall be fully removed by Grit blast cleaning to SA 2 ½ or equivalent as per

SWEDISH STANDARD : SIS-05-5900-1967/ISO-8501-1-1988.

5.1.3 Grit Blast cleaning shall not be performed where dust can contaminate surfaces undergoing such cleaning or in conditions where the humidity exceeds 85%.

5.1.4 The first coat of primer must be applied on dry surface immediately and in any case within 4 hrs of cleaning of surface.

Page 84: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

5.1.5 Blasting and painting shall in general be avoided during unfavorable weather conditions.

5.2 PROCEDURE FOR SURFACE PREPARATION 5.2.1 GRIT BLAST CLEANING

The surface shall be Grit blasted with Ferrous grit at a pressure of about 7 kg/ sq.cm at appropriate distance and angle using compressed air and Grit to give a white metallic luster. Surface profile shall be uniform to provide good key for paint adhesion. Ferrous Grit will normally be available in round shape.

5.3 COATING PROCEDURE AND APPLICATION

5.3.1 Grit blasted surface upon inspection and clearance by HPCL shall be coated with one complete application of primer as soon as practicable and in no case later than 4 hrs on the same day. Applied paint shall have the required Dry Film Thickness (DFT) after drying.

5.3.2 Each coat shall be in a proper state of cure or dryness before the application of succeeding coat. Manufacturer’s instructions shall be followed for intercoat interval.

5.3.3 The type of application may be Airspray or Airless spray or Brush application as per manufacturer recommendation and HPCL instructions for getting satisfactory results.

5.3.4 For each coat, the painter should know the WFT corresponding to the specified DFT and standardize the paint application technique accordingly. This has to be ensured in a qualification trial by Contractor.

5.4 SCAFFOLDING

Double scaffolding shall be used and all the painters shall be provided with Safety belts for ensuring accident free working.

5.5 DOCUMENTATION

1. A written quality Plan with procedure for qualification trials and for actual work.

2. Daily progress Report with details of humidity, surface preparation, surface profile, Dry film thickness particulars of applications, number of coats applied, type of materials used, methodology-Air or Airless or Brush, progress of work vs programme.

3. Code and Batch numbers of primers and paint materials used.

4. Type of testing equipments and their calibration.

5. Elcometer readings for the various components jointly recorded with HPCL.

6. Paint consumption statement along with the Theoretical consumption requirements.

6.0 RECOMMENDED MANUFACTURERS

Page 85: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

• ASIAN PAINTS • BERGER PAINTS • GOODLASS NEROLAC • JENSON AND NICHOLSON • SHALIMAR PAINTS • BOMBAY PAINTS

7.0 HPCL LOGO AND LETTERING

HPCL will provide their LOGO with sizing, Flow, coloring and same is to be provided to the Tanks.

HPCL will also convey to the Contractor in writing details of the lettering for product and tank details along with the desired color-coding and same has to be arranged by the Contractor.

8.0 INSPECTION AND TESTING

8.1 All painting materials including primers and thinners brought to site by the Contractor for application shall be directly procured from Approved manufacturers as per specifications and shall be accompanied by Manufacturer Test Certificates.

8.2 HPCL may call for tests for the primers and paints including verification of batchwise tests for physical and chemical analysis. The Contractor shall carry out the same at his own cost and provide the results to HPCL.

8.3 The painting work shall be subjected to inspection by HPCL at all times. Stages of inspection are as

follows: 1) Surface preparation 2) Primer application 3) Each coat of paint All records of inspection shall be maintained in Registers and jointly signed by HPCL and Contractor.

Any defect noticed during the various stages of inspection shall be rectified by the Contractor to the satisfaction of HPCL before proceeding further. Irrespective of the inspection, repair and approval at intermediate stages of work, Contractor shall be fully responsible for making good any defects found during Final inspection or during the Defect Liability period. DFT shall be checked and wherever shot same shall be made up with additional coats.

8.4 The shades of successive coats should be slightly different in colour in order to ensure application of individual coats in consultation with manufacturer.

8.5 Calibrated Digital Elcometers, surface profile gauges and any other inspection instrument required by HPCL shall be provided by the contractor at site.

8.6 The contractor shall arrange expert technical support at site by paint Manufacturer who will cross verify independently regarding surface preparation and DFT and quality and provide a report to HPCL.

9.0 PRIMERS AND FINISH COATS DESIGNATIONS AS PER SCHEDULE OF QTY

Page 86: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

TECHNICAL NOTES

FOR

PIPES

Page 87: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

TECHNICAL NOTES FOR PIPES 1.0] GENERAL 1] All pipe and their dimensions, tolerance, chemical composition and physical properties. Heat treatment

hydro test and other testing and marking shall conform to the codes and standards specified herein. In case of any deviations the same should to be highlighted.

2] Test report shall be supplied for al mandatory test as per the applicable material specifications Test report shall also be furnished for any supplementary test specified herein.

3] Material test certificates (physical properties chemical composition and Heat treatment report) shall also be furnished for the pipes supplied.

4] Steel made by acid Bessemer process shall not be acceptable. 5] All longitudinally welded pipes other than IS: 3589 should employ automatic welding only. Vendor shall

specify the type of welding technique which will be employed. 6] Pipe shall be supplied in single random length OF 4 – 7 Mtrs. 7] Seamless and LSAW pipes shall not have any circumferential seam joint in a random length. 8] Pipes with Bevel ends shall be in accordance with ANSI B-16.25 weld contours shall be as follows. Material Wall Thickness Weld Contour Carbon Steel [Except low Temp. CS.]

Upto and incl. 22mm Fig. 2 type A

9] Specified heat treatment for CS shall be carried out after weld repairs, number of weld repairs at same spot

shall be restricted to max two by approved repair procedure. 2.0] HYDRO TEST As per relevant IS code ie. IS1978 / 3589 or 1239 3.0] MARKING AND DESPATCH 1] All pipe shall be marked in accordance with the applicable codes, standards and specifications. In addition

the PO No and item digit code will also be marked. 2] Point or ink marking shall not carry any harmful metal or metallic salts such as lead. Zinc or copper which

causes corrosive attack on heating. 3] Pipe shall be dry, clean and free from moisture, dirt and loss foreign material of any kind. 4] Pipe shall be protected from rust, corrosion and mechanical damage during transportation, shipment and

storage. 5] Rust preventive used on machined surfaces to be welded shall be easily removable with a petroleum

solvent or shall not be harmful to welding. 6] Both ends of the pipe shall be protected with the following material:

PE Plastic Cap BE Wood, Metal or Plastic cover.

End protectors to be used on BE shall be securely and tightly attached with belt or wire. 4.0] Quality and data/ documentation requirements 1] QA plan Vendor during bidding stage shall confirm compliance to his Quality Assurance plan consisting of relevant

procedures covering various activities like design and engineering material procurement, manufacture, inspection and testing documentation dispatch to site erection and commissioning wherever applicable and maintenance of quality records in the post order stage. The vendor shall confirm the validity of their QA plans and submit only deviation/revisions if any to these plans to Sr. Manager –E&P HPCL 1 floor Hindustan Bhavan for approval within two weeks from the date of receipt of FOI/PO whichever is earlier.

Page 88: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

2] ITP Vendor shall submit inspection and test plan for approval within 2 weeks of FOI/PO and before

commencement of manufacture to Sr. Manager –E&P and should cover bought out items from sub vendors. 3] Drawing Schedule Vendor shall submit a total index of drawings and documents required for review/records along with the

scheduled date of submission of each drawing/document within 2 weeks from date of issue of FOI PO whichever is earlier where ever required.

4] Progress report and Schedule Vendor shall submit Monthly Progress Report and update procurement engineering and manufacturing

schedule every month starting from 2 weeks from date of issue of FOI/PO whichever is earlier. 5] Waiver and deviation Vendor shall strictly comply with the PO stipulations and no deviations shall be permitted. 6] Procurement of Bought out Materials All critical materials such as casting, forging, fitting, pressure holding parts electrical and instrument

accessories etc. shall be purchased by the vendor from HPCL approved suppliers only. It would be preferable for the vendor to enlist the services of vendor having EIL approval. Vendor shall submit a list of bought out materials for HPCL approval within 2 weeks from the date of issue of FOI/PO whichever is earlier.

7] Calibration Records Vendor shall use only calibrated measuring and test instruments and maintain calibration records. Vendor

shall furnish records of calibration of measuring and test instruments including recalibration records to Third party inspection Agency on demand.

8] Inspection test status Inspection and test status of products shall be identified by using markings. Authorized stamps, tags, route

cards, inspection cards etc. during the course of manufacture to clearly indicate acceptance rejection of tests stages of inspection performed during its manufacturing cycle.

9] Quality records Vendor shall maintain quality records as per his procedures inspection reports & test records copies shall be

furnished to HPCL/Third Party Inspection Agency. 10] Identification and Traceability Vendor shall establish and maintain a standard written procedure for identifying the products from

applicable drawing specifications or other documents during all stages of production delivery and installation. A copy of this standard procedure shall be made available to HPCL/Third Party Inspection Agency. The Vendor shall ensure that each product which is going in the process of fabrication / manufacture / construction / erection has proper identification throughout the process including the final output.

11] Vendor document for Review and Records General

1] All documents shall be in English language and MKS system of units. 2] Review of the Vendor drawing by Third Party Inspection Agency / HPCL would be only to review

the compatibility with basic design and concepts and in no way absolve the vendor of his responsibility to comply with PO requirements applicable codes, specifications and statutory rules/regulations.

Page 89: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

3] Submission of documents for review/records shall commence within 2 weeks from the date of issue of FOI/PO

4] Unless otherwise agreed the vendor shall submit all drawings and document sin number of copies as stipulated in the vendor data requirement from along with documents index. The documents shall be submitted in soft copies wherever specified.

11.1] Vendor shall ensure that each drawing shall contain the following information: PO No name of equipment, tag no., name of project, Client, Drawing/Document title, Drawing No.,

Revision and date. The drawing document shall be checked approved and duly signed stamped by the vendor Revisions and

date. 11.2] Documents under review Category. Following review codes shall be used for review of vendor documents / drawings. Code 1 Approved Code 2 Proceed with manufacture / fabrication as per commented Document revised document required. Code 3 re submit for review as marked. 12] Final Documents Final drawings/documents consisting of Technical Data Manual is a compilation of As-Built Certified.

Drawing and data manufacturing and test records. Installation operating and maintenance instructions and each set shall include six copies.

Page 90: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

I. LIST OF APPROVED MAKE

Page 91: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

LIST OF APPROVED MAKE

S.No Détails of Matériels Manufacturer’s Name 2 CEMENT Ultratech/ACC/BIRLA/Approved equivalent 3 RMC Ultratech/ACC/APPROVED AGENCEY 4 Reinforcement Sail/Jindal/vishakh/Tata/approved equivalant 5 Structural steel Sail/ Vizag/ Tata/Approved equivalant

Page 92: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

J. SAFETY, HEALTH AND

ENVIRONMENT REQUIREMENTS

(SHE POLICY)

Page 93: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

SAFETY, HEALTH & ENVIRONMENT POLICY

SPECIFICATION FOR SAFETY HEALTH AND ENVIRONMENT (SHE) MANAGEMENT

CONTENTS ________________________________________________________________________ CLAUSE NO. TITLE ________________________________________________________________________ 1.0 SCOPE 2.0 REFERENCES 3.0 REQUIREMENT OF SAFETY, HEALTH AND

ENVIRONMENT (SHE)

3.1 MANAGEMENT RESPONSIBILITY

3.2 HOUSE KEEPING

3.3 SAFETY, HEALTH & ENVIRONMENT

4.0 DETAILS OF SHE MANAGEMENT SYSTEM

BY CONTRACTOR

4.1 ON AWARD OF CONTRACT

4.2 DURING JOB EXECUTION

Page 94: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

1.0 SCOPE

This specification establishes the Safety Health and Environment (SHE) management requirement to be complied with by the Contractors during construction.

Requirements stipulated in this specification shall supplement the requirements of SHE Management given in relevant Act (s) / legislations. General Conditions of Contract (GCC), Special Conditions of Contract (SCC) and Job Specifications. Where different documents stipulate different requirements, the most stringent shall be adopted.

2.0 REFERENCES

This document should be read in conjunction with following:

- General Conditions of Contract (GCC) - Special Conditions of Contract (SCC) - Job Specifications

3.0 REQUIREMENTS OF SAFETY HEALTH & ENVIRONMENT (SHE) MANAGEMENT SYSTEM TO BE COMPLIED BY BIDDERS

3.1 MANAGEMENT RESPONSIBILITY

3.1.1 The Contractor should have a documented SHE policy to cover commitment of their organization to ensure health, safety and environment aspects in their line of operations.

3.1.2 The SHE management system of the Contractor shall cover the SHE requirements including but not limited to what is specified under Para 1.0 and para 2.0 above.

3.1.3 Contractor shall be fully responsible for planning and implementing SHE requirements. Contractor as a minimum requirement shall designate / deploy the following to co-ordinate the above :

No. of workers deployed

Page 95: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

Up to 250 - Designate one safety supervisor

Above 250 & up to 500 - Deploy one qualified and experienced safety Engineer / officer

Above 500 - One additional safety (for every 500 or less) engineer/officer as above.

Contractor shall indemnify & hold harmless Owner / HPCL & either representatives free from any and all liabilities arising out of non – fulfilments of SHE requirements.

3.1.4 The Contractor shall ensure that the Safety, Health and Environment (SHE) requirements are clearly understood & faithfully implemented at all levels at site.

3.1.5 The Contractor shall promote and develop consciousness for Safety , Health and Environment among all personnel working for the Contractor. Regular awareness, programme site meetings shall be arranged on SHE activities to cover hazards involved in various operations during construction.

3.1.6 Arrange suitable first aid measures such as First Aid Box, trained personnel to give First Aid, Stand by Ambulance or Vehicle and install fire protection measures such as : adequate number of steel buckets with sand and adequate fire extinguishers to the satisfaction of HPCL/Owner.

3.1.7 The Contractor shall evolve a comprehensive planned and documented system for implementation and monitoring of the SHE requirements. This shall be submitted to HPCL/Owner for approval. The monitoring for implementation shall be done by regular inspections and compliance to the observations thereof. The Contractor shall get similar SHE requirements implemented at his sub-contractor(s) work site/office. However, compliance of SHE requirements shall be the sole responsibility of the Contractor. Any review / approval by HPCL/Owner shall not absolve contractor of his responsibility / liability in relation to all HSE requirements.

3.1.8 Non-Conformance on SHE by Contractor (including his Sub-contractors) as brought out during review/audit by HPCL/Owner representatives shall be resolved forthwith by Contractor. Compliance report shall be provided to HPCL/Owner.

Page 96: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

3.1.9 The Contractor shall ensure participation of his Resident Engineer / Site-in-Charge in the Safety Committee / SHE Committees meetings arranged by HPCL/Owner. The compliance of any observations shall be arranged urgently. He shall assist HPCL/Owner to achieve the targets set by them on SHE during the project implementation.

3.1.10 The Contractor shall adhere consistently to all provisions of SHE requirements. In case of non-compliance or continuous failure in implementation of any of SHE provisions; HPCL/Owner may impose stoppage of work without any Cost & Time implication to Owner and/or impose a suitable penalty for non-compliance with a notice of suitable period, up to a cumulative limit of 1.0% (one percent) of Contract Value with a maximum limit of Rs. 10 lakhs. This penalty shall be in addition to all other penalties specified else where in the contract. The decision of imposing stoppage work, its extent & monitory penalty shall rest with HPCL/Owner & binding on the Contractor.

3.1.11 All fatal accidents and other personnel accidents shall be investigated by a team of Contractor’s senior personnel for root cause & recommend corrective and preventive actions. Findings shall be documented and suitable actions taken to avoid recurrences shall be communicated to HPCL/Owner. Owner / HPCL shall have the liberty to independently investigate such occurrences and Contractor shall extend all necessary help and co-operation in this regard.

3.2 HOUSE KEEPING

3.2.1 Contractor shall ensure that a high degree of house keeping is maintained and shall ensure inter alia the followings wherever applicable:

a. All surplus earth and debris are removed/disposed off from the working areas to identified location(s).

b. Unused/Surplus Cables, Steel items and steel scrap lying scattered at different places within the working areas are removed to identified location(s).

c. All wooden scrap, empty wooden cable drums and other combustible packing materials, shall be removed from work place to identified location(s).

d. Roads shall be kept clear and materials like: pipes, steel, sand boulders, concrete, chips and bricks etc. shall not be allowed on the roads to obstruct free movement of men & machineries.

Page 97: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

e. Fabricated steel structural, pipes & piping materials shall be stacked properly for erection.

f. Water logging on roads shall not be allowed.

g. No parking of trucks / trolleys, cranes and trailers etc. shall be allowed on roads which may obstruct the traffic movement.

h. Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the working areas.

i. Trucks carrying sand, earth and pulverised materials etc. shall be covered while moving within the premises.

j Only properly designed steel scaffolding materials to be used for working at heights more than 3.0M . Double scaffolding using wooden ballis may be allowed for working at height less than 3.0M

3.3 SAFETY, HEALTH AND ENVIRONMENT

3.3.1 The Contractor shall provide safe means of access to any working place including provisions of suitable and sufficient scaffolding at various stages during all operations of the work for the safety of his workmen, and, HPCL/Owner. Contractor shall ensure deployment of appropriate equipment and appliances for adequate safety and health of the workmen and protection of surrounding areas.

3.3.2 The Contractor shall ensure that all their staff and workers including their sub-contractor(s) shall wear Safety Helmet and Safety shoes. Contractor shall also ensure use of safety belt, protective goggles, gloves etc. by the personnel as per job requirements. All these gadgets shall conform to relevant IS specifications or equivalent.

3.3.3 Contractor shall ensure that a proper Safety Net System shall be used at appropriate locations. The safety net shall be located not more than 30 feet (9.0 metres) below the working surface at site to arrest or to reduce the consequences of a possible fall of persons working at different heights.

3.3.4 Contractor shall ensure that flash back arrester shall be used while using Gas Cylinders at site. Cylinders shall be mounted on trolleys.

Page 98: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

3.3.5 The Contractor shall assign to his workmen, tasks commensurate with their qualification, experience and state of health for driving of vehicles, handling and erection of materials and equipments. All lifting equipments shall be tested certified for its capacity before use. Adequate and suitable lighting at every work place and approach there to, shall be provided by the Contractor before starting the actual operations at night.

3.3.6 Hazardous and/or toxic materials such as solvent coating, or thinners shall be stored in appropriate containers.

3.3.7 All hazardous materials shall be labelled with the name of the materials, the hazards associated with its use and necessary precautions to be taken.

3.3.8 Contractor shall ensure that during the performance of the work, all hazards to be health of personnel, have been identified, assessed and eliminated.

3.3.9 Chemical spills shall be contained & cleaned up immediately to prevent further contamination.

3.3.10 All personnel exposed to physical agents such as ionizing radiation, ultraviolet rays or similar other physical agents shall be provided with adequate shielding or protection commensurate with the type of exposure involved.

3.3.11 Where contact or exposure of hazardous materials could exceed limits or could otherwise have harmful affects, appropriate personal protective equipments such as gloves, goggles, aprons, chemical resistant clothing and respirator shall be used.

- A Crèche where 10 or more female workers are having children below the age of 6 years.

- Reasonable Canteen facilities are made available at appropriate location depending upon site conditions.

3.3.13 Suitable facilities for toilet, drinking water, proper lighting shall be provided at site and labour camps, commensurate with applicable Laws / Legislation.

Page 99: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

3.3.14 Contractor shall ensure storage and utilization methodology of materials that are not detrimental to the environment. Where required Contractor shall ensure that only the environment friendly materials are selected.

3.3.15 All persons deployed at site shall be knowledgeable of and comply with the environmental laws, rules & regulations relating to the hazardous materials substances and wastes. Contractor shall not dump, release or otherwise discharge or dispose off any such materials without the express authorization of HPCL/Owner.

4.0 DETAILS OF SHE MANAGEMENT SYSTEM BY CONTRACTOR

4.1 On Award of Contract

The Contractor shall prior to start of work submit his Safety Health and Environment Manual or procedure and SHE Plans for approval by HPCL/Owner. The Contractor shall participate in the pre-start meeting with HPCL/Owner to finalise SHE Plans including the following :

- Job procedure to be followed by Contractor for activities covering. Handling of equipment, Scaffolding, Electric Installation, describing the risks involved, actions to be taken and methodology for monitoring each activity.

- HPCL/Owner review / audit requirement.

- Organization structure along with responsibility and authority records / reports etc. on SHE activities.

4.2 During job execution

4.2.1 Implement approved Safety Health, and Environment management procedure including but not limited to as brought out under para 3.0. Contractor shall also ensure to:

- arrange workmen compensation insurance, registration under ESI Act, third party liability insurance etc., as applicable.

- arrange all HSE permits before start of activities (as applicable) like hot work, confined space, work at heights, storage of chemical / explosive materials and its use and implement all precautions mentioned therein.

Page 100: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

- submit timely the completed checklist on SHE activities, Monthly SHE report, accident reports, investigation reports etc. as per HPCL/Owner requirements. Compliance of instructions on SHE shall be done by Contractor and informed urgently to HPCL/Owner.

- ensure that Resident Engineer / Site-in-Charge of the Contractor shall attend all the Safety Committee / SHE meetings arranged by HPCL/Owner. Only in case of his absence from site that a second senior most person shall be nominated by him in advance and communicated to HPCL/Owner.

- display at site office and work locations caution boards, list of hospitals,

emergency services available.

- provide posters, banners for safe working to promote safety consciousness.

- carryout audits / inspection at sub contractor works as per approved SHE document and submit the reports for HPCL/Owner review.

- assist in SHE audits by HPCL/Owner, and submit compliance report.

- generate & submit HSE records / report as per SHE Plan.

- appraise HPCL/Owner on SHE activities at site.

Page 101: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

K. FORMATS

Page 102: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

PF - 1 NAME OF WORK : NAME OF BIDDER :

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 (2003-04, 04-05, 05-06)

____________________

SIGNATURE OF BIDDER NAME AND ADDRESS OF THE BIDDER

Page 103: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

PF – 2 NAME OF WORK : NAME OF BIDDER : LIST OF ENCLOSURES BIDDER is required to enclose the following documents as part of this tender: 1. Power of attorney of the signatory of the tender. 2. Sales Tax clearance certificate in the proforma prescribed by the Govt. of India. 3. Documents showing annual turnover of similar works for the past three years such as

annual report, profit and loss account or any other document mentioned annually. 4. Solvency Certificate from Scheduled Bank (other than Cooperative Bank). 5. Copies of Audited Balance Sheet and profit and Loss account for the last three years i.e.,

for 2003-04, 04-05, 05-06.

Page 104: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

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 105: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

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 106: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

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 107: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

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

DETAILS OF WORK DONE (As per clause 2.0 of NIT) 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 108: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

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 : __________________

Page 109: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

PF-8 NAME OF BIDDER : __________________

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’

(SIGNATURE OF BIDDER)

Page 110: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

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 i.e. Part-I has been submitted in ORIGINAL along with soft copy.

3. Confirm that price bids have been submitted in separately sealed envelopes as per clause 6.4 of ITB.

4. Confirm your compliance to the qualification criteria of bid document.

5. Confirm your compliance to scope of work/technical specifications as specified in bid document.

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

7. 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.

8. Confirm that the quoted Price includes the cost for carrying out complete work as per drawings/specific requirement/schedule of quantities/scope of work, Unpriced bid, SOQ, SHE Policy, SCC & GTC of the tender document whether expressly mentioned in the item description of Priced Bid or not.

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

10. Confirm that Prices have been filled in the “PRICE BID” format included in the bid document & submitted as specified in ITB.

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

12. 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.

13. 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 111: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

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

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

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

17. Confirm that you have submitted all Data sheets duly filled in Unpriced Part.

18. The planning schedule, 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 has been submitted in your Bid.

19 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.

20 Confirm that the rates have been printed/ typed in figures and words. Also the amount column has been printed/ typed.

Page 112: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

CHECK LIST

Bidders are requested to duly fill in this check list. 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 proposal is otherwise complete in all respects:

Please ensure compliance and tick (�) against following points:

1.0 Signing and stamping each sheet of i) Offer ( ) ii) Original Bid document including Drawings ( ) iii) Addendum (if any) ( ) iv) Any other documents enclosures ( ) 2.0 Confirm that all the details in the unpriced part have been submitted

original along Bid document and drawings. ( )

3.0 Confirm that the following details have been submitted in the Unpriced part: a) Covering Letter ( ) b) Bid Security/EMD as per FORMAT ( ) c) Priced bid of Section I & II have been submitted in separately

sealed envelopes ( ) d) Original copy of bidding document along with

drawings and Addendum (if any) ( )

e) 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 ( )

f) Site Organization Chart indicating the Line of authority/responsibility/communication indicating nos. personnel at each level and bio-data of key

Page 113: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

personnel which shall be interfaced with the site organization as per FORM PF-3/3A Separately for each PART ( ) g) Financial details including Audited balance sheets and

profit and loss account statement for last 3 years. ( )

h) Exceptions & deviations as per PF – 4 ( ) i) List of sub-contractors as per PF-8 ( ) j) Construction Schedule ( ) k) Power of Attorney in the name of person signing the bid. ( ) l) Latest Sales tax Clearance certificate ( ) m) Unpriced bid ( ) n) All technical details as mentioned in the technical specification ( )

4.0 Confirm that separate price bids for Section I & II has been submitted and duly filled in for each item, signed and stamped

on each page, in separately sealed envelopes as per clause 6.4 of ITB (Rates should be filled up in figures as well as in words). ( ) 5.0 Proper page Nos. have been given in sequential way in all the documents submitted along with your offer with Index. ( ) 6.0 Confirm that any cutting/overwriting in the unpriced part has been initialled and stamped. ( ) 7.0 Confirm that any cutting/overwriting in the “PRICE-PARTS” has been signed by you in full and stamped. ( )

Page 114: TENDER NO: 9000110-HB-10002 (E-tender No:- 6620)tenders.hpcl.co.in/tenders/.../2098/...TANK_MAHUL/TENDER_6620_0_… · F SPECIAL CONDITIONS OF THE CONTRACT ... HPCL MAHUL TERMINAL

L. DRAWINGS (Attached Seperately)