0% found this document useful (0 votes)
151 views

TECHNICALBID

The document is a tender notice for connecting a hydrant pipeline from Panipat Refinery to Panipat Terminal. It includes 22 sections providing details of the tender such as undertakings, earnest money deposit, special instructions, payment schedules, technical specifications, drawings, and price bid. Bidders are requested to submit competitive quotes online by the prescribed deadline and ensure all tender documents are digitally signed before submission. The corporation reserves the right to accept or reject any bids.

Uploaded by

Vikas Taneja
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
151 views

TECHNICALBID

The document is a tender notice for connecting a hydrant pipeline from Panipat Refinery to Panipat Terminal. It includes 22 sections providing details of the tender such as undertakings, earnest money deposit, special instructions, payment schedules, technical specifications, drawings, and price bid. Bidders are requested to submit competitive quotes online by the prescribed deadline and ensure all tender documents are digitally signed before submission. The corporation reserves the right to accept or reject any bids.

Uploaded by

Vikas Taneja
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 109

Tender No.

: DSO/ENGG/LT-02/13-14 1

INDIAN OIL CORPORATION LIMITED


(MARKETING DIVISION)
ENGINEERING DEPTT. DELHI STATE OFFICE
WORLD TRADE CENTRE, BABAR ROAD,
NEW DELHI-110 001

NAME OF WORK : CONNECTING HYDRANT PIPELINE FROM PANIPAT REFINERY TO


PMC AT PANIPAT TERMINAL UNDER DELHI STATE OFFICE.

DEAR SIRS,

Subject e- limited tender document for subject job is in single bid. You are requested to submit
your competitive quotation for the work in the uploaded bid sheet. Offers have to be submitted
online through the said IOCL e-tendering website only upto prescribed time only. The tender
document is to be studied thoroughly including logistic of the areas, all tender conditions and
duration of contract period, Schedule of Rates, Specifications etc. very carefully before
submitting the bid. The tender document contains:

S No PARTICULARS Page No

PART –I : TECHNO-COMMERCIAL

1. Undertaking - Annexure - I 3

2. Particulars of Earnest Money Deposit – Annexure – II 4

3. Special Instructions To Tenderers/ Contractors - Annexure – III 5-17

4. Particular Conditions of Contract - Annexure IV 18-28

5. Abbreviations & Notations Used - Annexure V 29

6. Scope of Work– Annexure VI 30

7. Payment Schedule & List of Drawings– Annexure – VII 31-32

8. Proforma for joint performance warranty for painting works -Annexure VIII 33-35

9. Proforma of performance bank guarantee for painting- Annexure IX 36-38

10. Form of Contract - Annexure – X 39-42

11. Indemnity Bond Undertaking for PF - Proforma A & B - Annexure – XI 43-48

12. Declaration - Annexure – XII 49-51

13. Declaration A, B and C - Annexure – XIII 52-53

14. List of Director’s of Indian Oil Corporation - Annexure XIV 54

15. Proforma for Declaration of Black Listing/ Holiday Listing - Annexure – XV 55

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 2

S No PARTICULARS Page No

16. Proforma Indemnity Bond For Lost Deposit Receipt - Annexure – XVI 56

17. Technical Specification (Pipeline/structural Steel work) Annexure XVII 57-109

18. Technical Specification (Civil Work Vol 1 & 2) Annexure A 1 Set

19. General Conditions of Contract - Annexure B 1 Set

20. Appendix III: Safety Practices During Construction - Annexure C 1 Set

21. Drawing - Annexure D 1 Set

21. Price Bid (PDF copy) 1 Set

22. EARNEST MONEY ENVELOPE COVER PAGE 1

PART II – PRICE BID

23. Price Bid 1 Set

Purchase preference as per the prevailing policy shall be admissible to the Central Public Sector
Units.

Original downloaded Tender Documents duly signed digitally should be submitted by you online.

Sealed EMD envelope for the above work must be placed in TENDER BOX kept in the
"ENGINEERING DEPARTMENT", 2ND FLOOR, INDIAN OIL CORPORATION LTD. (M.D.), WORLD
TRADE CENTRE, BABAR ROAD, NEW DELHI - 110 001 upto 11.00 Hrs on or before the due
date.

Conditional offers shall be rejected out rightly.

IndianOil will not be responsible for the postal delay under any circumstances for
non-receipt of tender EMD document by due date & time. If the tender EMD is sent by
Registered Post/ Courier, the tenderer should ensure that the same reaches the tender box
before closing date and time. EMD received later than the due date and time shall be
summarily rejected. Incomplete are liable for rejection.

The Corporation reserves the right to reject any or all tenders without assigning any reason
whatsoever and may or may not accept the lowest tender.

NOTE: ALL THE TENDER DOCUMENTS ELECTRONICALLY SIGNED BY


THE TENDERER BEFORE SUBMISSION.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 3

Annexure - I

UNDERTAKING

NAME OF WORK : CONNECTING HYDRANT PIPELINE FROM PANIPAT REFINERY TO


PMC AT PANIPAT TERMINAL UNDER DELHI STATE OFFICE.
TENDER NO. DSO/ENGG/LT-02/13-14
We confirm that we have quoted the rates in this tender considering Inter-alia the:
1. Pre-Bid Meeting reply

2. Price Bid Sheets


3. Scope of Work & specification
4. Special Instructions to Tenderers/ Contractors
5. Particular conditions of contract
6. General Conditions of Contract

We certify that, we had downloaded the complete Tender Documents as mentioned and had
studied the same thoroughly before submitting the Bid. We accept all the terms & conditions
specified therein.

SIGNED FOR AND ON BEHALF OF TENDERER(S)

Name of Tenderer(s)

Date: _________

PLACE: Seal & Signature of Tenderer

NOTE:

This declaration should be signed by the Tenderer's authorized representative ON


COMPANY LETTERHEAD who is signing the Bid and scanned copy to be uploaded as
a part of tender document.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 4

Annexure - II

The details of Earnest Money Deposit payments should be filled in the above.
Required Tender EMD instrument should be put in earmarked envelope for “Tender
EMD” only & scanned copy of EMD instrument to be uploaded with tender
document. Incase the EMD has been deposited earlier, a signed and stamped
copy of the cash receipt have to be enclosed in the sealed envelope as
described above. Price bid of Parties who have not submitted these
instruments or CR copies in separate envelope shall not be opened.

THE EMD AS PER THE TENDER SHALL BE VALID FOR A PERIOD OF FOUR MONTHS
FROM THE DATE OF OPENING OF THIS TENDER.

PARTICULARS OF EARNEST MONEY DEPOSIT

DEMAND DRAFT NO. ......................................................... DATED.................…………

OF BANK..................................................................................…………..……….…………

FOR Rs. 49,730.00 (Rs. FORTY NINE THOUSAND SEVEEN HUNDRED THIRTY
Only)

VALID UPTO …………………………………………………………………………………………………………

PARTICULARS OF PERMANENT EMD IN RESPECT OF


DSO ENGG. EMPANNELED CONTRACTOR UNDER
CONTRACT DATED 19.05.2010 ONLY.

CASH RECEIPT NO. ……………………………………… DATED……………………

FOR RS…………………………………………………………….

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 5

ANNEXURE -III

SPECIAL TERMS & CONDITIONS OF THE TENDER


1. The tenderer should study the Tender Documents carefully before quoting. Doubts, if
any, are to be clarified during the Pre-bid meeting before submission of the bid.

2. Successful tenderer would be required to execute all the work as described in the
schedule of rate, scope of work, special terms and conditions, technical specifications &
other documents forming part of this tender.

3. Work covered in this tender document shall generally be as detailed. However,


contractor shall be responsible to complete the work in all respects and in doing so
provide/ supply all facilities which may not be covered herein but nevertheless are
required to complete the work envisaged with the exception of only such items as have
been specifically excluded from contractor’s scope.

4. The rates quoted by the contractor shall be valid for Four Months from the date of
opening of tender as per clause 4.10 of Instruction to Tenderers of GCC from the date
of opening the tender which will be taken as the date of opening of techno-commercial
bid in case of two bid system of tenders.

5. The tender is not transferable. Incomplete tenders or tenders received late or tender
not conforming to terms and conditions prescribed in the tender documents are liable
to be rejected.

6. The corporation reserves the right to accept any tender in whole or part and reject any
tender without assigning any reason. The decision of the corporation in this regard
shall be final.

7. IndianOil decision shall be final in all matters.

8. In case of irreconcilable conflict in technical matters between the provisions in the


separate contract documents concerning or governing the same aspect precedence
shall be given to the provisions contained in the documents mentioned below:

a. Minutes of Pre-bid Meeting


b. Schedule of Rates
c. Scope of Work
d. Special terms and conditions.
e. Technical Specifications including Drawings
f. Particular Conditions of Contract

g. General Conditions of Contract.

9. An undertaking has to be given by the tenderer as a token of having fully read and

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 6

understood the terms and conditions. Tenderers are advised to submit annual Turn
Over of last 3 years ending by 31st March 12.

10. The ambiguous or conditional tender, tender received late or tender not in proper form
shall not be entertained.

11. In case, the date of receipt (Due date of submission) of tender is declared/ happens to
be a public holiday; the tender will be received and opened on the next working day at
the stipulated time. The extended date shall also be applicable for submission of EMD
etc.

12. The Earnest Money Deposit has to be submitted by dropping it in the DSO
Engineering Tender-box before the due date and time failing which the
tender shall be summarily rejected. A scanned copy of the instrument
DD/BG or exemption certificate in case of NSIC or exempted category has to
be uploaded along with the tender in the appropriate link.

13. TIN NO. FOR THE STATE FOR WHICH WORK IS TO BE EXECUTED IS TO BE
COMPULSORILY PROVIDED BY THE PARTY WITHIN 21 DAYS OF PLACEMENT
OF WORK ORDER OTHERWISE WORK ORDER WOULD BE CANCELLED AND
EMD SHALL BE FORFEITED.

14. Rates shall be inclusive of all taxes, octroi, duties, surcharges, levies and transportation
including any new taxes imposed by Government/ Local Authorities during the course
of the contract etc. No extra cost will be paid unless otherwise specifically mentioned in
the scheduled of rates, specifications or the work order. The contractor must quote
rates including any impact in execution of work due to VAT or any other tax liabilities
levied by Government/ local authorities, etc. from time to time during contract period.
Works Contract Tax/ Sales Tax/ VAT applicable (existing or fresh) shall be borne by the
contractor.

15. Service Tax shall be payable extra as per applicable rate based on service
tax invoice to be submitted by the contractor. For enabling IOCL to avail the
benefit of abatements, eligible input service credit and discharge the tax
liability under reverse charge, contractor is required to submit tax invoice
for each and every taxable service provided or agreed to be provided in the
subject tender or contract in line with the applicable service tax provisions.

16. Negotiations will not be conducted with bidders as a matter of routine. However,
Corporation reserves the right to conduct the negotiations.

17. In case of negotiations, confirmation of the negotiation should be received from the
tenderer within 7 days from the date of negotiations failing which the Corporation
reserve the right to ignore the quotation.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 7

18. Bidders to state that they are not engaging child labour as per various labour laws
applicable to them. Any entity making a fake claim would have its contract terminated
forthwith, if detected later.

19. The Reference to the Arbitration and Alternative Dispute Resolution


Machinery Provision as contained in General Conditions of Contract or in any
other term and condition, which may be general or special in nature, shall
also stand deleted to the extent the said contents are applicable to the
Arbitrations provisions.

20. Security Deposit (as per Clause 2.1.0.0 of GCC): The security deposit for
contractors for works shall be equivalent to the 10% of the value of the work done.
The security deposit shall be paid by Bank Guarantee/ Demand Draft. Out of the total
Security Deposit 25% shall be paid by Demand draft in advance on acceptance of
contract and balance 75% of the security deposit shall be recovered from the running
bill @ 10% of the bill amount till 100% of the Security Deposit is recovered.

The Security Deposit can be paid in the following manner:

ƒ Pay Orders or Demand Draft of Nationalized/ Schedule Banks on which no


interest will be allowed
ƒ If the contractor desires to pay Security Deposit by way of Bank Guarantee,
then they should pay the same for the entire amount of the Security Deposit
work out based on work order value before commencement of work. (The
Bank Guarantee should be of Nationalized/ Scheduled Banks sent directly by
the Banker under their covering letter to the office of the Corporation by Regd.
Post).

ƒ HOWEVER, BGs WILL NOT BE ACCEPTED IF THE TOTAL AMOUNT OF THE


SECURITY DEPOSIT IS LESS THAN RS. 1,00,000/-
The retention period for security deposit will be 15 months after the date of
completion of the work.
NOTE: OPTION OF ONE OF THE ABOVE METHODS, ONCE EXERCISED WILL
NOT BE CHANGED LATER ON.
It is to be noted that as per General Conditions of Contract, it is allowed to change the
option but for this particular tender it is not acceptable. The tender should clearly
indicate in his offer one of the modes of payment towards security deposit. No change
in the method shall be allowed in future in any circumstances.

21. The tenderers must note that the rates and amount quoted for the items in the
schedule of works shall be applicable for all leads and lifts and reach involved. The
Corporation also reserves the right to operate or not operate or partly operate any item

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 8

mentioned in the schedule. The rates quoted for all items below the ground level shall
be inclusive of bailing out sub soil water (if found necessary) etc complete. The
successful tenderer shall be responsible for implementation of all precautionary
measures for ensuring safety for all materials and labor till such time the work is
completed in all respects and handed over to the Corporation.

22. The Corporation reserves the right to accept any tender in whole or in part and reject
any or all tenders without assigning any reasons. The Corporation reserves the right to
accept more tenders in part. The Corporation also reserves the right to accord
purchase/ price preferences to the public enterprises and Joint ventures of the
Corporation as per the prevailing policy. Decision of the Corporation in this regard will
be final.

Any additional work that may become necessary during course of execution of works
as authorized by our site in charge shall be immediately got approved prior to taking
up the work duly forwarding the details, nature of works etc as per relevant clause of
the GCC.

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

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

25. PF REGISTRATION: The tenders shall indicate his/ their PF Code number in the
statement of Credentials enclosed with the tender along with PF Registration certificate
failing which the tender shall be liable to be rejected. The successful tenderers shall
abide by all the requirements and submit copies of all registers/ returns etc. filed by
them before the Corporation releases final dues.

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

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 9

27. MEASUREMENTS FOR WORKS/ RECORD MEASUREMENTS/ BILL: All the


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

Method of measurement shall be strictly in accordance with the technical specification


for this work.

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

28. TERMS OF PAYMENT: Mobilization advance is not included in the tender.

On Account Payments: On Account Bills shall be paid for the work done, measured
and certified. Payment shall be effected as per following, if not mentioned in the
tender.

a. Upto 90% of the item rate quoted based on progressive completion of


work in the R/A bill.

b. Balance 10% of the item rate quoted after completion of all works and in
final bill.

29. PRICE ADJUSTMENT FOR DELAY IN COMPLETION: The contractual price payable
shall be subject to adjustment by way of discount if the units are mechanically
completed or the contract works are finally completed subsequent to the date of
mechanical completion/ final completion specified and as per provisions indicated in
clause 4.4.0.0. Performance of work, Section 4 of GCC.

30. SPECIAL CLAUSE: The contractor is required to take necessary care to protect to the
existing nearby structure while carrying out his scope of work. Any damage caused to
other property shall be rectified at his own cost by the contractor / tenderer.

31. INCOME TAX, SERVICE TAX, SALES TAX & WORKS CONTRACT TAX: The
contractor shall take note that rates quoted shall be inclusive of all taxes, statutory
levies, Royalty, Income tax, sales tax and works contract taxes, transportation etc.
IOCL shall not entertain any request for payment of any taxes/levies separately. The
contractor shall take note that the rates in the tender are inclusive of all taxes.
Statutory levies, royalties, sales tax and works contract taxes etc. Indian Oil shall not
entertain any request for payment of any taxes/ levies separately. Service Tax shall be
payable extra as per applicable rate based on service tax invoice to be submitted by
the contractor.

32. TESTING OF MATERIALS/ WORKS: The contractor shall carryout the various tests

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 10

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

All the tests either on the field or at outside laboratories concerning the execution of
work and supply of materials by the Contractor shall be carried out by Contractor at his
own cost.
The work is subject to inspection at all times by the Site Engineer/ Engineer-in-Charge/
representative nominated by IndianOil. The Contractor shall carryout all inspections
given during inspection and shall ensure that the work is being carried out according to
the technical documents and the relevant codes of practices furnished to him during
the performance of the work.
Any work not conforming to the execution drawings, specifications or codes shall be
rejected forthwith and the contractor shall carryout the rectification at his own cost.
All results of inspections & tests will be recorded in the inspection reports, proforma,
which will be approved by the Site Engineer/ Engineer-in-charge. These reports shall
form part of the completion documents.

Inspection & acceptance of works shall not absolve the contractor from any of his
responsibilities under the contract.

33. COOPERATION WITH OTHER CONTRACTORS: The contractor shall cooperate


with other contractors for smooth execution of project related works.

34. BILL OF QUANTITIES: Bill of quantities is approximate and payment shall be made
as per actual certified measurements. The contractor is not entitled for any sort of-
compensation towards excess materials procured/ stored.

35. AUTHORISED REPRESENTATIVE: The successful tenderer within 10 days of receipt


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

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

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

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 11

37. MISCELLANEOUS REQUIREMENTS: It shall be contractor's responsibility to obtain


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

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

39. All expenses towards mobilisation & demobilisation including bringing in equipment,
clearing the site etc. shall be deemed to be included in the prices quoted and no
separate payments on account of such expenses shall be entertained.

40. It shall be entirely Contractor's responsibility to provide, operate & maintain necessary
construction equipments, scaffoldings and safety gadgets, cranes and other lifting
tackles, tools and appliances to perform the work in a workman like and efficient
manner & complete all jobs as per time schedules.

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

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

43. CEMENT CONSUMPTION: Theoretical cement consumption per unit of work shall be
as per CPWD specifications or as specified.

44. CONTRACTOR'S SCOPE OF SUPPLY: All materials including cement, reinforcement,


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

45. Corporation reserves the rights in selection of best make of materials to be procured by
the contractors & contractor shall procure the same only up on the approval by site in
charge.

46. Contractor is fully responsible for the equipment/ materials handed over to them for
the execution of the work and in case these are mishandled, stolen or lost, they have

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 12

to arrange these entirely at his own cost to the satisfaction of Engineer-in-Charge.

47. It shall be contractor’s responsibility of procurement of all material equipment, etc. No


delays due to non-availability of any material/equipment will be entertained by the
Corporation.

48. The contractor shall abide by all the rules/ regulations/ status imposed by Govt. or
other concerned authorities. The contractor will be responsible for workmen’s
compensation and other requirements of local municipalities/ Govt. or any other law
regulating bodies.

49. No covered space will be provided for storage/ stocking of contractor’s materials. The
contractor will have to his own arrangement for the same.

50. The site should be handed over free of all scrap and other material/ equipment at the
time of handing over.

51. Relevant IS Codes and other codes specified in the tender shall be arranged by the
contractor at site for reference at his cost.

52. Contractor has to keep an oven of appropriate capacity at site for baking of electrodes
at his cost. Power for this unit also has to be arranged by him.

53. Fabrication of structural steelwork will have to be done at contractor’s fabrication shop/
yard outside IndianOil Location and land for the same will have to be arranged by the
Contractor at his own expenses. Site welding only be allowed during and after erection,
after being duly inspected and accepted by the Site Engineer/ Engineer in Charge.

54. The fabricated steelwork will be inspected by the Corporation or its authorized
representative at the fabrication shop/ yard before and after painting. Steelwork must
not be painted before inspection and acceptance of fabricated steelwork.

55. No fabricated steelwork is to be dispatched to site without inspection and acceptance


certificate issued by the Corporation or its authorized representative.

56. Contractor shall arrange all testing instruments/ equipments/ materials etc. for
inspection such as Alcometer, chemicals for dye penetration testing, welding gauge
etc. at his own cost.

57. Water for construction and drinking purpose shall be arranged free of cost by the
contractor at site. The Contractor will have make arrangement for distribution piping at
his own expenses.

58. Power supply for all construction and lighting shall be arranged free of cost by the
contractor at site and Contractor will make arrangement for power distribution system
at his own expenses.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 13

The charge for the same will have to be borne by the contractor. If necessary, the
Contractor shall arrange for DG Sets for adequate power supply for construction and
lighting without any disruption at his own cost.

59. IndianOil shall not be responsible for the security of contractor's materials/ equipment.

60. Entire work should be completed in duration of Four Months from the Date of
commencement will be taken as the 15th day from the date of issuance of Acceptance
of tender/ work order or the actual date of handing over of site whichever is earlier
failing which price adjustment for delay in completion shall be made as per clause
4.4.0.0, section 4 of GCC. This will be in addition to and without prejudice to the other
rights available to the Corporation under the said GCC. Time for all the facilities
covered in the schedule of works will commence concurrently.

61. These special terms and conditions shall be read in conjunction with the technical
specifications, drawings, instruction to tenderers and particular conditions of contract
and any other document forming part of the tender, wherever the tender so requires.

62. After issuance of the work order, under some special circumstances, the IndianOil may
advise postponement of commencement date or to carry out the work in stages, in
such case the time of completion shall be extended/ adjusted suitably depending upon
the actual delay/ interruptions caused. IndianOil will not however be liable under any
circumstances for payment of compensations of any nature to the contractor for such
delay or interruptions.

63. In case any land is made available to the Contractor within the provisions of tender,
the owner shall be entitled (without prejudice to any other mode of recovery), the
contractor shall pay a licence fee @ Rs.20/- (Rupees Twenty Only) per 100 (One
Hundred) Sq. mtrs or part thereof, to be recovered from the running/ final bills of the
contractor or any other payments due to the contractor from time to time as per clause
3.6.4.0 of GCC.

64. Following clauses forming part of the GCC issued along with the tender are deleted :

a. Clause 2.6.1.0 and 2.6.2.0-General, section 2 of GCC.


b. Clause no. 3.0 - Instruction to tenderers of GCC.

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

66. At all places in the GCC enclosed with the tender document. OWNER shall mean Indian
Oil Corporation Limited, Marketing Division, Delhi State Office with its Office at 2nd

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 14

Floor World Trade Centre, Babar Road, New Delhi – 110001. The court of jurisdiction
for all matters under the tender shall be at Delhi.

67. The tenderers are advised to submit their offer strictly as per the terms and conditions
and specifications contained in the tender document and not put forth conditions/
counter conditions. Conditional tenders received subsequent to the pre bid meeting
tenders shall render the offer liable for rejection. Tenderers must also note that
scanned copies of documents in support of qualifying parameters are uploaded along
with the tender failing which tenders received will be rejected without further notice to
the tenderers.

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

69. The contractor, if desires, can make an application sufficiently in advance before the
completion time, if they anticipate any obstacle/ hindrances in completion of their
work, before the scheduled date of completion. Any application received beyond this
date may not be considered. IndianOil however shall not be bound to give any
extension of time if the delay is on the part of the contractor.

70. The progress of work shall be proportionate to time of completion and amount of
order. If at any stage the progress is found to be below the schedule, IndianOil will
have option to cancel the work order and get the balance work executed from other
agencies at the risk, cost and consequences of the tenderer.

71. At times, IndianOil may have to foreclose/ suspend the work due to some unavoidable
reasons. In the event of such foreclosure/ suspension of work, contractor will not be
having any right to ask for compensation on any ground whatsoever. Only actual work
done till that stage will be paid.

72. The Contractor on completion of job will hand over the facilities and site to IndianOil or
its authorized representative and will have no legal claim of ownership on material,
equipment and site.

73. Facilities dismantled/ damaged while executing the works shall be restored to its
original condition without any extra cost to the corporation.

74. The quoted rates shall be valid till the entire work of 100% completed. No escalation in
price will be entertained for this order.

75. Acceptance of the facility/ facilities by the Corporation does not constitute final

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 15

76. The contractor shall not take up any extra item unless he receives specific written
instructions in writing from the Engineer-in-Charge.

77. The tenderer should study the Tender Documents carefully before quoting. The
tenderers should also visit the site and acquaint themselves with the site conditions.
The tenderers are also expected to know about the availability of water, electricity,
approach road and construction materials as per our specifications and any other
ancillary facilities since these are to be provided/ arranged by the tenderers (unless
specified otherwise) at their cost to execute the work. All these factor must be taken
into account.

78. No ‘C’ or ‘D’ Forms will be issued.

79. SAFETY PRECAUTIONS AND HOT WORK

• The contractor shall have to take all safety precautions for carrying out hot
work in the premises at his own cost as directed by Engineer-in-Charge.
Necessary hot work permit to carry out the job in the location is to be obtained
from the location in charge prior to commencement of the job. All safety
equipment such as safety belts, helmets & other equipment (as required) are
to be positioned by the contractor & used as per requirement.
• Safety distance as per CCOE Rules and Oil Industry Safety Directorate shall be
maintained strictly.
• Any casualty or damage caused to the property or person by any untoward
incidents while executing this contract will be at the contractors risk & cost.
• Violation of applicable safety, health & environment related norms, a penalty of
Rs.5,000.00 per occasion shall be imposed.

• Violation as above resulting in any physical injury, a penalty of 0.5% of the


contract value shall be imposed (max. of Rs.2,00,000.00) per injury in addition
to Rs.5,000.00 as mentioned above.
• In case of fatal accidents, a penalty of 1% of the contract value (maximum of
Rs.10,00,000.00) per fatality in addition to Rs.5,000.00 as mentioned above.

80. The contractor shall abide by all the rules/ regulations/ status imposed by the Govt. or
other concerned authorities. The contractor will be responsible for workmen’s
compensation & other requirements of local municipalities/ Government or any other
law regulating bodies.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 16

81. Project Management


81.1 In order to achieve timely completion of work, to monitor daily/ weekly work progress,
to maintain record at site, to achieve desired quality standard in works, effective
supervision, planning of work at site, adequate number of qualified & experienced
Project Engineer, QC/ QA/ & Planning Engineer & HSE Manager are to be positioned at
site by the contractor as per detail given in the Table below.
81.2 If contractor failed to provide required number of qualified & experienced Project
Engineer, QC/QA/ & Planning Engineer & HSE Manager at site, recovery for non-
deployment shall be done per month from contractor bill @ given in Table below.
81.3 In case Engineer concerned is holding Diploma Qualification instead of Engineering
Graduation, the requirement of site experience would go up by minimum two years.
81.4 Table as per Nature & Quantum of Work for Requirement of Project Engineer, QC/QA/
& Planning Engineer & HSE Manager & Recovery for Non-Deployment per month is as
below
TABLE 1
Quant Recovery for Non-deployment per
QC/ QA/
um of Month (in Rs.)
Sr. Nature of Planning
Work Project Manager HSE Engineer
No. Work Engineer
Project QC/ QA HSE
in Rs./
Manager Engineer Engineer
Lac

50-
1. 1 Engineer with 3 Years of Experience 30000.00
200

Civil work
1 Engineer with
including 200- 1 Engineer with 5 1 Engineer with 2
2. 1 Year of 40000.00 25000.00 20000.00
Structural 500 Years of Experience Years of Experience
Experience
and painting
works 1 Engineer with
1 Engineer with 8 1 Engineer with 4
3. > 500 2 Year of 50000.00 35000.00 25000.00
Years of Experience Years of Experience
Experience

1 Engineer with
50- 1 Engineer with 3 1 Engineer with 2
4. Mechanical 1 Year of 30000.00 25000.00 20000.00
200 Years of Experience Years of Experience
works such Experience
as pipeline,
1 Engineer with
tankage and 200- 1 Engineer with 5 1 Engineer with 3
5. 2 Year of 40000.00 30000.00 25000.00
other works 500 Years of Experience Years of Experience
Experience
where NDTs
are 1 Engineer with
1 Engineer with 8 1 Engineer with 5
6. mandated > 500 3 Year of 50000.00 40000.00 30000.00
Years of Experience Years of Experience
Experience

1 Engineer with
30- 1 Engineer with 3 1 Engineer with 2
7. 1 Year of 40000.00 25000.00 20000.00
Electrical 100 Years of Experience Years of Experience
Experience
Works
1 Engineer with 5 1 Engineer with 3 1 Engineer with
8. >100 50000.00 35000.00 25000.00
Years of Experience Years of Experience 2 Year of

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 17

Quant Recovery for Non-deployment per


QC/ QA/
um of Month (in Rs.)
Sr. Nature of Planning
Work Project Manager HSE Engineer
No. Work Engineer
Project QC/ QA HSE
in Rs./
Manager Engineer Engineer
Lac

Experience

9. 0-200 1 Engineer with 3 Years of Experience 30000.00

1 Engineer with
Automation 1 Engineer with 5 1 Engineer with 2
10. >200 1 Year of 40000.00 25000.00 20000.00
Years of Experience Years of Experience
Experience

82. Pre-bid Minutes: Pre-bid minutes shall be hosted on the website under
“Corrigendum”. All bidders shall download the pre-bid minutes, print and
upload a duly signed & stamped scanned copy of the same in the token of
their having understood the contents, agreeing with the same and also
submitting their bid with due consideration inter-alia to the contents of Pre-
bid minutes.

We confirm that our quotation has been prepared after through study of Tender
Documents, Logistic & geographical Site Conditions, Specifications, Drawings,
Works Contract, General Conditions of Contract, Special Terms and Conditions,
Safety Practices during Construction, etc. and agree to all the conditions in toto. In
Token of our Acceptance we are uploading herewith a scanned Copy of the required
undertaking on our letterhead duly Signed and Stamped by Us.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 18

Annexure -IV

PARTICULAR CONDITIONS OF CONTRACT


(Instructions for Filling/ submitting tenders)

1. Submission of tender:

Tender documents must be submitted only in the prescribed tender schedule form
supplied by the Corporation. The tender and subsequent communications if any. should
be submitted in the cover supplied by the Corporation (sealed with wax) boldly super
scribed on the outer cover, the Tender number, Closing date and time and sent by
Registered post/ Courier, so as to reach the address mentioned in the tender
document before closing date & time. If the tender is sent by Registered Post/ Courier,
the tenderer should ensure that the tender document reaches the tender box before
closing date and time.

The tender documents are not transferable.

2. Study of tender documents and visits to site:

Tenderers should study the tender documents carefully before quoting. The tenderers
should also visit the site and acquaint themselves with site conditions. The tenderers
are also expected to know about the availability of water, power, approach road cum-
construction materials, as per our specifications and any/ all other ancillary facilities
since these are to be provided / arranged by the tenderers (unless otherwise specified)
at their cost to execute the works. All these factors must be taken into account

3. Filling of tender documents:

a. The tenderers should quote the rates in figures and words and the amount in
figures in the appropriate spaces provided for in the schedule for all items of
the tender schedule. If tenderers do not quote the rates both in figures and
words properly and correctly, their tenders are liable to be rejected.

When there is a difference between rates quoted in words and figures, the
rate, which corresponds to the amount worked out by the tenderer, will be
taken as correct.

When the rates quoted in figures and words tally but the amount is incorrect,
the rates quoted by the tenderer will be taken as correct.

When it is not possible to ascertain the correct rate in the manner prescribed
above, the rates as quoted in words will be accepted for arriving at the amount.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 19

b. All entries in the tender documents must be in ink/ types. Use of white
ink/erasing fluid is not permitted and shall render the tender for
rejection. In case of need for corrections, the original figure is not to
be obliterated. The original figures are to be just scored out and duly
attested with full signature and stamp.

c. Every page of the tender documents must be signed with stamp at the end of
last entry thereon. One complete set of drawings must be signed with stamp
and returned along with tender documents as a token of understanding of the
requirements of the works tendered.

d. Tenderers must distinctly understand that they are required to conform to the
conditions of this contract as contained in each of the clauses and that the plea
of "custom prevailing” will not on any account be admitted as an excuse on
their part for infringement of any of the conditions.

e. As per GCC, contractor should pay all taxes as per the prevailing rates and as
revised from time to time.

f. The rates quoted must be inclusive of all materials, labour, equipment, taxes
and duties, loading, unloading, lead and lift for materials etc. required in
connection with completion of work to the entire satisfaction of the Corporation.
All materials are to be supplied by the contractor unless otherwise specified.

g. The rates quoted shall be valid for duration of 4 months from the date of
opening of tender. If the contractor fails to accept the work order if
placed at his originally quoted rates or subsequently negotiated rates as the
case may be, the earnest money deposit will be forfeited. Once the quotation
is accepted and the work order is placed on the successful tenderer, the rates
will be valid till the work is 100% completed.

4. Security Deposit:

As per the clause 2.1.1.0, Section 2 of the GCC, the successful tenderer shall pay
security deposit up on placement of work order equivalent to 10% of the work order
value in any of the following modes.

A. DEMAND DRAFT/ PAY ORDER

• Initial security deposit: The successful tenderer within 10 days of


receipt of acceptance of tender issued by owner shall deposit initial
security deposit in an amount equal to 2.5% (Two and a half percent)
of the total work order value in any of the following modes.

• Demand draft/ Pay order drawn on a nationalized/ scheduled bank

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 20

drawn in favour of Indian Oil Corporation Limited payable at DELHI.

• If the EMD has been made in form of Demand Draft, the contractor
may be permitted to adjust the same towards the initial security
deposit and pay balance in the manner stipulated in above.

• Balance security deposit will be recovered at the rate of 10% of gross


certified value of work from incoming running bills till such time entire
security deposit is recovered.

B. BANK GUARANTEE (Only if the quantum of security deposit is in excess of


Rs.1,00,000.00)

• Entire amount of security deposit (worked out on the basis of work


order value) should, be covered by BG as per the format issued by the
Corporation and should be submitted prior to commencement of work.
The BG will be valid for a period of 15 months beyond the date
of satisfactory completion of work. This BG shall be submitted
directly by the bankers under their covering letter to the office of the
Corporation in a sealed cover.

• The tenderer should clearly indicate in his offer one of the modes of
payment towards the security deposit. The option once made can in
no circumstances be changed. It is to be noted that as per General
Conditions of Contract, it is allowed to change the option but for this
particular tender it is not acceptable. The SD will be held for a period
of 12 months from the date of completion of works.

5. Clarifications/ Negotiations:

Tenderers will have to attend to the office of the Corporation for negotiations/
clarifications required in respect of their quotations without any commitment on the
part of the Corporation.

6. Acceptance of tender by Corporation:

Incomplete tenders, conditional offer, tenders received late (i.e. after due date and time
for opening) and tenders not conforming to the terms and conditions prescribed in the
tender documents or not accompanied by the requisite EMD will be rejected. Requests
for adjustment of pending bills or any other amount towards earnest money deposit will
not be accepted. The Corporation is not bound to accept the lowest tender and
reserves the right to reject any or all tenders without assigning any reason whatsoever
and or to carry out negotiations with the tenderers in the manner considered suitable
to the Corporation.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 21

The tenderers may have to attend to the office of the Corporation for negotiations/
clarifications required by them in respect of their quotations without any commitment
on the part of the Corporation.

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

7. Acceptance of Work Order by Tenderer:

After communication of the Corporation's acceptance of the contractor's tender, if the


contractor fails to return the duplicate copy of the work order and agreement duly
signed in token of their acceptance within 15 days, the EMD may be forfeited by the
Corporation, without any further reference to the contractor.

8. Execution of agreement:

On acceptance of the quotation, the successful contractor will have to execute an


agreement with the corporation covering all aspects of the contract in standard form,
immediately before commencement of the works. The intending tenderers should
acquaint themselves with the provisions of standard agreement prior to quoting.

9. Power of attorney:

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

10. Execution of works:

The contractor shall submit on receipt of the work order and before starting the work,
shall submit a detailed construction programme (PERT/ MS PROJECT) chart/schedule
adhering to the completion time quoted in the work order. The program thus
submitted shall form a part of the contract and shall be binding on the contractor.
However, the corporation reserves the right to alter the programme if necessary. No
claim whatsoever of the contractor on this account will be entertained

11. Materials/ Equipments:

All materials required for execution of work must be got approved by our site
representative before they are brought to the site and also before being actually put to
use. All facilities for prior inspection of materials and subsequent inspection of work by
our site engineer must be made available.

Materials without approval:

a. Any material brought without prior approval will be entirely at the risk and cost

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 22

of the contractor.

b. If contractor brings defective/ sub standard materials to site, it shall be the


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

c. Work order quantities are approximate and payment shall be made as per
actual measurements. The contractor is not entitled to for any sort of
compensation towards materials procured/ stored in excess of the measured
quantity if any.

d. Excess quantities over and above that mentioned in the work order or extra
items or deviation in work order should not be carried out by the contractor
unless he has been asked to do so in writing and if carried out without such
written approval, the same will be at risk and cost of the contractor.

e. Detailed measurement of works carried out shall be jointly taken by the


contractor and our site engineer at every stage of work before proceeding to
the next stage as per relevant clauses of GCC.

f. Entire works shall be carried out under the supervision of the authorized
representative of the corporation.

12. Procurement of materials:

It shall be contractor's responsibility for procurement of all materials/ equipment etc


and no delay due to non- availability of any materials/ equipments will be entertained
by the corporation.

13. Safety and security of materials:

The responsibility of the materials and equipment brought or installed by the


contractors (till they are handed over to us) will remain with the contractor and any
claim of whatsoever nature due to any loss or otherwise will not be entertained. The
contractor will have to handover completed job in its entirety as per work order.

14. Method of work:

As stated in the general conditions of contract, the contractor shall carry out works as
per directions in the work order. The contractor shall not undertake on his own any
change in the specifications mentioned in the tender documents and work order. In
case of doubt, the contractor will refer the matter in writing and the contractor shall
carry out the item of work as per clarifications given. In case of delay in getting such

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 23

clarifications, the contractor will not be entitled for any claim on any account of idling
of their labor, machinery etc. In case the contractor carries out the work as per his
own specifications not acceptable to the corporation in such cases, the same will be
required to be redone as per the specifications given by the corporation at the
contractor's risk and cost. In case of failure to re-do the work by the contractor, the
corporation reserves the right to get it done through any other agency entirely at the
risk and cost of the contractor.

15. Corporations right:

The corporation reserves the right to increase/ decrease the tendered quantity of any
or every item and delete any item at any stage of work at the accepted rates. The
contractor's claim for compensation or damages on account of these shall not be
entertained.

16. Revisions:

The Corporation reserves the right to revise the specifications, drawings and designs at
any stage of work. Such deviations shall be adjusted at the rates already contained in
the work order or at the prevailing market rates, if the rates are not available in the
work order.

17. Measurements:

All works shall be measured as per the procedure laid down in relevant BIS standards
(latest edition)/ GCC and final payment shall be as per the measured quantities and
not as per work order quantities.

18. Progress report of work:

Contractor shall report and submit progress report of the work weekly to the
concerned office, which has awarded the contract.

19. Maintenance of instruction book:

The contractor at site will maintain an instruction book serially numbered having one
original and two copies of each page so that our visiting officers/ site engineers can
issue instructions regarding progress and quality of work to the contractor. The
contractor or the contractor's representative will sign in the instruction book in token of
receipt of and understanding of such instruction. The original copy of the instruction
page shall be sent to the concerned engineer and second copy will be retained by the
issuing person and the third copy shall be retained by the contractor.

20. Submission of bills:

The bills will be submitted in corporation's measurement/ bills proforma only.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 24

21. Cancellation of order:

If the performance of the successful contractor is found to be unsatisfactory, the


corporation reserves the right to cancel in part or whole of the contract and get the
work executed through alternate means at the entire risk and cost of the contractor on
whom the order was first placed. In such cases, the contractor should make good all
losses that the corporation may suffer due to this.

22. Abandonment of work:

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

23. Price adjustment for delay in completion:

If the contractor does not complete the work within prescribed time limit given in the
work order, price adjustment for delay in completion shall be made as per clause
4.4.0.0, section 4 of GCC. This will be in addition to and without prejudice to the other
rights available to the Corporation under the said GCC.

24. Disposal of surplus materials:

Contractor shall dispose off all surplus excavated materials/ earth available or any
other item involving excavation in the following manner and as per the instruction of
the site engineer.

a. Uniformly spreading the excavated materials/ earth within the premises,


wherever required and rolling with light roller.

b. Dispose off the surplus earth from the premises to outside the municipal limits
or as permitted by the local authorities irrespective of load and mode of
transportation involved.

c. Written instruction should be obtained from site engineer about disposal of


excavated material/ earth before commencement of excavation at site. No
extra cost shall be payable for re handling of the same. If the earth is disposed
off outside our site, the contractor shall be responsible to obtain permission
from the concerned authority, if any.

d. Clear the site by removing debris/ plants/ roots etc as per the instructions of
the site engineer.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 25

25. Certification of works:

It will the responsibility of the contractor to get the works approved and obtain
certificate for all plumbing and electrical work from the local municipal/ other
government/ required authorities.

26. Corporation supplied materials:

The tanks, equipments, and any other materials to be supplied by the corporation will
be supplied anywhere within the premises. The transporting and handling of the same
to actual location of installation will be contractor's responsibility for which no extra
payment will be made. Any damage caused to our equipment/ property while handling
and installing the will have to be made good by the contractor at his risk and cost.

27. Works in operating Terminal, Installation, Depots.

If the work is required to be performed in the working terminals, depots, installations,


under such circumstances, the progress of work is likely to be interrupted on account
of the operations of the depot/ terminal/ RO/ consumer outlet etc. The work may at
certain times have to be stopped on the instructions of our site representative. Under
such circumstances, the contractor should cooperate with corporation to avoid
hindrance to the operations of the depot/ terminal/ installation. The working hours will
be adjusted as per the corporation's representative, from time to time. Rules and
regulations of the depot/ installation/ terminal shall be strictly followed by the
contractor.

The stoppage of work due to any reasons mentioned above shall not entitle the
contractor for any claim of compensation whatsoever for idling of his labor/ machinery
etc during such interruptions.

28. Works by other contractors:

Along with works covered under this tender, tank fabrication/ erection works, civil
works etc may be carried out simultaneously by other contractors. The successful
tenderer should extend full co-operation to the contractors and the works should be
carried out in such a way as not to affect the progress of works. Any damage caused
should be rectified by the representative contractor at his own risk and cost.

29. Damage to existing facilities;

Any damage caused to existing facilities while carrying out the work shall be made
good by the contractor to our entire satisfaction at his own risk and cost. During
execution of work if it is found necessary to dismantle a portion of existing bund wall,
enclosure wall in the tank farm to facilitate the movement of materials and equipment,
the same shall be made good at the contractor's own cost after completion of work.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 26

30. Statutory rules and regulations:

The contractor will abide by the rules, regulations, bye laws and statutes etc. imposed
by the government/ semi government and other local authorities for execution of this
job.

31. Employment of apprentices:

The contractor shall during the currency of contract when called upon by the engineer-
in-charge, engage and also ensure engagement by sub-contractors and others
employed by the contractor in connection with the works, such number of apprentices
in the categories mentioned in the act and for such periods as may be required by the
engineer-in-charge. The contractor shall train them as required under apprentices act
1961 and the rules made there-under and shall be responsible for all obligations of the
employer under the said act including the liability to make payment to apprentices, as
required under the said act.

32. Omissions/ deletions:

Any omission/ deletion noticed in the terms without the prior approval of the
corporation, shall result in rejection of the contractor's claim for payment of these
items.

33. Completion of contract:

Acceptance of a facility(s) by the corporation does not constitute final completion of


the contract. The contract shall be deemed to be executed in full and final
measurement certified only when the contractor has fully discharged all obligations in
terms of all contract documents.

34. Safety of corporation supplied materials:

Once the steel plates, valves and other corporation supplied items are handed over to
the contractor, the safety of the same is the contractor's responsibility.

35. Security of contractor's materials:

Corporation shall not be responsible for security of contractor's materials/ equipment.

36. Observation of rules:

In case the contract works is to be done within the terminal/ depot/ installation/ AFSs.
the contractor shall have to observe all local rules for safety/ security/ gate passes etc
as advised by the location-in-charge/ site engineer.

37. Storage space:

No covered space shall be released for storage/ stacking of contractor's materials. The
contractor shall make his own arrangement for the same.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 27

38. Submission of declaration:

The contractor shall submit declarations A, B and C as applicable (attached herewith)


while submitting the quotation, duly completed in all respects.

39. Safety:

Since works have to be carried out in petroleum storage and distribution


establishment, the contractor should ensure that day to day operations, safety and
security of the location are not affected in any way on account of the works being
carried out. In case of any damage to our properties due to the negligence on the part
of the contractor or their workmen, the contractor will be held responsible and
liquidated damages as assessed by the corporation would be recover from them.

When hot works are involved, the following safety precautions have to be strictly
observed before commencement of works.

a. All hot works operations should be carried out under the supervision of our
representative and also under the supervision of responsible representative of
the contractor.

b. All hot work operations should be undertaken only after issue of hoi work
permits by the location in charge on day to day basis.

c. It should be ensured that the tanks, pipes, containers where the hot work is
required are gas freed and properly checked to this effect with explosive
meters

d. It should be ensured that the surrounding area is free from oil. rags, oil spillage
and other sources of ignition and the area is cleaned/ sprinkled with sand or
dry earth It should also be ensured that metallic trays filled with DCP powder
are kept for collecting the welding arc/ hot metal cutting.

e. Hot work should commence only after positioning the portable fire
extinguishers and sand/ dry powder in readiness at site and hydrant system
made available at the nearest point.

f. Match boxes, lighters etc used for hot work should be kept in the custody of
the supervisor only.

g. If hot work has to be carried out in a place close to storage tanks or any other
facility under operation, it is necessary to provide screen wall made of AC
sheets to segregate the area to prevent sparks traveling to the hazardous
area.

h. It should be ensured that no workmen carries match boxes or any other


source of ignition with them while entering the premises or inside the

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 28

premises. After the hot work operation of the day. the following precaution
should be taken.

a. Welding sets should be switched off and power mains disconnected. If


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

b. Gas cylinder and the cutting sets should be properly closed and the
equipment removed to a safe place.

c. The site of work should be examined to ensure that it is free from hot
splatters and any other source of ignition.

d. All the work men of the contractors should be moved out of the
premises.

40. The tenderer is required to state whether he is a relative of any director of our
Corporation or the tenderer is a firm in which Director of our corporation or his relative
is a partner or is any other partner of such a firm or alternatively the tenderer is a
private company in which Director of our corporation is a member of director.

Tenderer's Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 29

ANNEXURE - V

ABBREVIATIONS & NOTATION USED

Unless otherwise specified the following notations/ abbreviations shall be


applicable to the tender document

1. MM/ mm - MILLIMETER
2. SQMM/ sqmm - SQUARE MILLIMETER
3. CM/ cm - CENTIMETER
4. SQCM/ sqcm - SQUARE CENTIMETER
5. SFT/ sft - SQUARE FEET

6. M/ m - METRE
7. SQM/ sqm - SQUARE METRE
8. CUM/ cum - CUBIC METRE
9. KG/ kg - KILOGRAM
10. MT - METRIC TONNE
11. CP - CHROMIUM PLATED
12. MS - MILD STEEL
13. DIA - DIAMETER
14. NO (S) - NUMBER(S)

15. RCC - REINFORCED CEMENT CONCRETE


16. IS/BIS - INDIAN STANDARD INSTITUTE/ BUREAU OF INDIAN
STANDARDS

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 30

Annexure VI
SCOPE OF WORK
1. Dismantling of required existing product/water pipeline/fittings as per SOR (Schedule
of Rates), stacking & handing over the same to IOCL in Store / Scrap Yard.

2. Providing fire screen of required height as per SOR item for hot work in the area
advised by IOCL.

3. Supply of CS ERW pipeline, Fittings, etc. with TPI as per SOR.

4. Fabrication, cutting, welding, laying A/G or U/G, of new fire hydrant pipeline / water
pipeline for providing Panipat Refinery hydrant pipeline connection with Panipat
Terminal water tanks. Only required pipeline, fittings & Gate Valves for the work to be
supplied by IOCL as free issue material.

5. Providing required size Nozzle for CR Water tanks as per Drg. with required size Pad
Plate & testing of same.

6. Hydro-testing of tank after all hot work, de-watering & cleaning of tank, rectification of
damaged portion of paint on tank, re-fixing all spool pieces of pipelines & Manholes
with required gasket & nut bolts.

7. Required civil & structural work for pipeline pedestals, cross-over etc.

8. MISCELLANEOUS

a. All SOR items includes supply of all required approved make material &
laying/fixing the same with all required plants/tools, manpower etc. as per
specifications complete in all respect & Clearing job sites of all surplus
material, debris, scrap, construction equipment etc. as per directions of
Engineer-in-Charge or as directed by the IOCL.

b. Contractor to execute all items as per schedule of rates & any other extra
items required to complete the work only with required approval from IOCL.

c. Work shall be carried out in running Terminal with all required safety & Height
precautions as per OISD / IOCL after obtaining required daily Work Permit &
positioning reqd. safety equipment/manpower only. Contractor should visit site
before quoting the rate to see site conditions. Work shall be done on all
working days in permitted working hours only. Accordingly Contractor have to
make required material & labour arrangement to complete work within W.O.
completion time only and no extension of time to be granted on this ground.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 31

Annexure VII

PAYMENT SCHEDULE
S. No. Description % Payment

1. CIVIL WORKS

a. On completion of each item in RA bills 95%

b. Balance on completion of all works and in final bill 5%

2. PIPELINE WORK

a Welding of pipeline/fittings 60%

b. Hydrotesting 15%

c. Painting 20%

d. Balance on completion of all works and in final bill 5%

3. SUPPLY ITEM

a. Against supply at site with TPI 90%

b. After testing & commissioning 10%

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 32

LIST OF DRAWINGS

SN DESCRIPTION DRG. NO.

1. Fire Hydrant System Panipat Terminal CC/PMC-HYD/01

2. Details of Steel Pipe Flanges ENGG/425

4. Typical Detail of Pipeline Pedstals IOCL/HO/M&I/SK-1 & 2

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 33

Annexure VIII

MODEL PROFORMA FOR JOINT PERFORMANCE WARRANTY


FOR PAINTING WORKS FOR_______ MONTHS
(TO BE JOINTLY EXECUTED ON NON-JUDICIAL STAMP PAPER OF RS.100/- BY SUCCESSFUL
TENDERER AND THE PAINT MANUFACTURER)

TO : M/S. INDIAN OIL CORPORATION LIMITED

SUB : 1. WORK ORDER NO.________________________________DT._______

2. AGREEMENT NO. _________________________________DT._______

This Indemnity Bond/ Undertaking/ Guarantee Bond executed at ______________this _______


day of month __________ of 200____ by M/s _______________________________________
(The successful tenderer) & M/s ______________________________ (The paint manufacturer
supplying paint materials to the tenderer),hereunder both constituents called the
“CONTRACTORS" (which expression shall mean and include, if the context so admits, the
partners or partner for time being of the firms & their or their prospective heirs, executors,
administrators, successors and assigns in Law) in favour of :

M/s INDIAN OIL CORPORATI0N LTD., a company incorporated under the Company Act 1 of
1956 and having its Registered Office at G-9, All Yavar Jung Marg, Bandra (East), Bombay -
400 051, hereafter called the ”OWNER”. (which expression shall include its administrators,
successors and assigns in Law).

WHEREAS, the “OWNER” desirous of having executed painting works specified in the work
order no.______________ Dated ________ issued by the “OWNER” on the successful tenderer
(First constituent of the “CONTRACTORS") who had participated in tender no. ______________
invited by the “OWNER” and opened on Dated ________, has caused drawings specifications
and bill of quantities showing and describing the work to be done, prepared and the same
have been signed by or on behalf of the successful tenderer.

WHEREAS the successful tenderer have agreed with the “OWNER” to execute and perform the
said work specified in the work order upon terms & conditions provided in the Agreement
executed between the FIRST CONSTITUENT of the “CONTRACTORS" and the “OWNER” and
also contained in the General Conditions of Contract attached hereto.

AND WHERE AS the paint manufacturer has fully acquainted himself and understood all the
terms and conditions attaching to the agreement entered into between the “OWNER” and the
successful tenderer regarding execution and performance of the works specified in the
work order aforementioned.”

IT IS, THEREFORE, THE INTENT OF THIS INDEMNITY BOND BY THE “CONTRACTORS" jointly

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 34

and severally to indemnify and keep indemnified the “OWNER” as stated hereinafter:

1. The “CONTRACTORS" hereby confirm having carefully examined the coating system
specified by the “OWNER” in the tender documents. Considering all technical aspects &
climatic conditions prevailing at the location, the “CONTRACTORS” confirm that
specified coating systems are fully suitable for the desired services on mild steel
vertical oil storage tanks, steel structures and steel pipelines etc. at the location.

2. The "CONTRACT0RS” hereby confirm that they will ensure thorough surface
preparation as per specified Swedish Standards so as to have desired surface profile
before application of paint system on the steel surfaces.

3. The “CONTRACTORS” hereby agree to provide all the latest codes, SSPC guidelines
for painting, provide surface profile comparators, wet & dry film thickness measuring
gadgets and other painting inspection kits for inspection by the “OWNER” conforming
to latest SSPC guidelines for painting inspection.

4. The “CONTRACTORS” hereby confirm to provide Dry Film Thickness (DFT) of paint
specified for every coat. If, actual DFT of & particular coat is beyond the
permissible limits of acceptance of variation in DFT, the "CONTRACTORS” undertake to
sand blast the painted surface again and apply paint system so as to achieve the
specified DFT for every coat.

5. The “CONTRACTORS" hereby confirm that the coating system will be free from the
defects i.e. chalking, cracking, alligatoring, flaking, peeling, delaminating, rusting,
blistering, wrinkling, edge failure and failure around welds etc. during the
Guarantee period of the coating system.

6. The “CONTRACTORS” hereby agree that guarantee period of coating system will
commence on the date of completion of work as detailed in the work order no.
_______________________Dated _____________. It, expires __________ months
after commencement of guarantee period.

However, the “OWNER” agrees that guarantee period shall not be extended by any
repairs or repainting made during this Guarantee period.

7. The “CONTRACTORS” hereby agree that defective areas of coating system will mean
an area or areas exceeding 1% (one percent) of total area of an individual tank or a
section of steel structures or pipelines.

8. The “CONTRACTORS” hereby confirm to repair any defect in the paint system arising
during the guarantee period of___________ months at no extra cost to the “OWNER”.

9. The “CONTRACTORS” hereby confirm that in case of premature paint failure, they will
supply paint material free of cost and repaint/rectify, at no extra cost to the “OWNER”
those defective areas where pre-mature paint failure has been noticed by the

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 35

10. EXCLUSIONS

10.1 The “CONTRACTORS” shall have no liability under this contract for the
following:

10.1.1 Deterioration and damage to the painting systems not caused by wear
& tear, but caused due to any of the following reasons on the coated
surfaces:

- Welding.
- Undertaking other heating.
- Mechanical damage.
- Fire.
- Explosion.

10.1.2 Coating areas on which repair or other works have been performed by
the “OWNER” after commencement of guarantee period.

10.1.3 Deterioration of coating system caused by physical abuse such as on


walkways, handrails, ladders etc.

10.1.4 The “CONTRACTORS” obligations are automatically waived off and


void if coating system are affected as a consequences of strikes, war,
invasion, acts of terrorists or foreign enemies, hostilities, civil war
rebellion, revolution, insurrection, military or usurped power,
confiscation or Nationalization or requisition or destruction of or
damage to property by or under the order of any Government or
authority and to the extent that loss or damage is directly or indirectly
caused by such circumstances or natural catastrophe.

WITNESS: “CONTRACTORS” SIGNATURES

1. SIGNATURES TENDERER’S SIGNATURES


(FIRST CONSTITUENT)
NAME :
ADDRESS :
SEAL :
2. SIGNATURES PAINT MANUFACTURER’S SIGNATURES
(SECOND CONSTITUENT)
NAME :
ADDRESS :
SEAL :

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 36

Annexure IX

PROFORMA OF PERFORMANCE BANK GUARANTEE FOR PAINTING


(to be executed on Stamp paper of Rs. 100/-)

WORK ORDER NO AND DATE:


BANK GUARANTEE NO:
DATED:
AMOUNT :
VALID UP TO:
M/s. Indian Oil Corporation Limited.,
___________________________
___________________________

Dear Sir,

1. In consideration of Indian Oil Corporation Limited having its registered office at G- 09,
Indian Oil Bhavan, Ali Yavar Jung Marg, Bandra (East), Mumbai – 400 051 and its state
office at ______________ (hereinafter called Corporation) having awarded work order
no. ____________ dated ________ on M/s. _________________ having its registered
office at ________________ (hereinafter called Contractor) (which expression shall in
so far as the context admits include their successor and assigns) for the supply and
application of paint for tanks up on the said contractors furnishing security for the due
performance of the Contractor’s obligations and/ or discharge of the contractor’s
liability under the said work order up to a sum of Rs. ____________) amount to 10%
(Ten percent) of the total work order value (This is restricted to the value of works
awarded towards the supply and application of paints).

2. And whereas We ___________________ (name of Bank) having its registered office at


______________ (hereinafter referred to as the Bank which expression shall include its
successors and assigns) at the request of M/s. ________________ (Contractor) and
with the intent to bind the bank its successors and assigns do hereby unconditionally
and irrevocably undertake to pay to the Corporation forthwith on first demand without
protest or demur or proof or satisfaction and without reference to this guarantee up to
an aggregate limit of Rs. ___________.

3. This guarantee/ undertaking shall be a continuing guarantee and shall remain valid and
irrevocable for all claims of the Corporation up on the Bank made up to the midnight of
______________ provided that the bank shall up on written request of the Corporation

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 37

made up on the Bank at any time within 6 (SIX) months from the said date extend the
validity of Bank guarantee by a further 6 (SIX) months so as to enable claims to be
made under this guarantee by a further 6 (SIX) months from the said date with the
intent that the validity of this guarantee shall automatically stand extended by a further
6 (SIX) months upon such request by the Corporation.

4. The Corporation shall have the fullest liberty without reference to the Bank and without
affecting in anyway the liability of the Bank under this guarantee/ undertaking, at any
time and/ or from time to time to amend or vary the Work order and / or any of the
terms and conditions thereof or to extend time for performance of the said work order
in whole or part or to postpone for any time and/ or from time to time any of the
obligations of the Contractor and/ or the powers or remedies exercisable by the
Corporation against the Contractor and either to enforce or forebear from enforcing
any of the terms and conditions of or governing the said work order available to the
Corporation or any of then and the Bank shall not be released from its liability under
these presents and the liability of the Bank hereunder shall remain in full force and
effect notwithstanding any exercise by the Corporation of the liberty with reference to
any or all the matters aforesaid or by reason of time being given to the Contractor or
any other forbearance, act or omission on the part of Contractor or of any indulgence
by the Corporation to the Contractors or of any other act, matter or thing whatsoever
which under the law relating to sureties or otherwise which could but for the provision
have the effect of releasing the Bank from its liability hereunder or any part thereof
and the Bank hereby specifically waives any and all contracry rights whatsoever.

5. The obligation of the Bank to the Corporation hereunder shall be as principal to


principal and shall be wholly independent of the work order and it shall not be
necessary for the Corporation to proceed against the Contractor before proceeding
against the Bank and the Guarantee/Undertaking herein contained shall be enforceable
against the Bank notwithstanding the existence of any other Guarantee/Undertaking or
security for any indebtedness of the Contractor to the Corporation(including relative to
the said Security Deposit) and notwithstanding that any such undertaking or security
shall at the time when claim is made against the Bank or proceedings taken against the
Bank hereunder, be outstanding r unrealized.

6. The amount stated by the Corporation in any demand, claim or notice made with
reference to his guarantee shall as between the bank and the Corporation for the
purpose of these presents be conclusive of the amount payable by the Bank to the
Corporation hereunder.

7. The liability of the bank to the Corporation under this Guarantee/Undertaking shall
remain in full force and effect notwithstanding the existence of any difference or

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 38

dispute between the Contractor and the Corporation, the Contractor and the Bank
and/or the bank and the Corporation or otherwise howsoever touching or affecting
these presents for the liability of the Contractor to the Corporation, and
notwithstanding the existence of any instructions or purported instructions by the
Contractor or any other person to the bank not to pay or for any cause withhold or
defer payment to the Corporation under these presents, with the intent that
notwithstanding the existence of such difference, dispute or instructions, the Bank shall
be and remain liable to make payment to the Corporation in terms hereof.

8. The bank shall not revoke this undertaking during its currency except with the previous
consent of the Corporation in writing and also agrees that any change in the
constitution of the Contractor or the Bank or the Corporation shall not discharge the
Bank’s liability hereunder.

9. Without prejudice to any other mode of service, a demand or claim or other


communication may be transmitted by fax. If transmitted by fax, the transmission
shall be complete as soon as acknowledged by bank.

10. Notwithstanding anything contained herein :

(a) The Bank’s liability under this guarantee/undertaking shall not exceed (Amount
in figures and words) :

(b) This guarantee/undertaking shall remain in force upto ______________and


any extension(s) thereof; and

(c) The Bank shall be released and discharged from all liability under this
guarantee/undertaking unless a written claim or demand is issued to the bank
on or before _______ or the date of expiry of any extension(s) thereof if this
guarantee/undertaking has been extended.

(d) This bank doth hereby declare that Shri ________________________(Name of


the person signing on behalf of the bank) who is _______(his designation), is
authorized to sign this undertaking on behind the Bank hereby.

Dated this ___________day of _________200 .


Yours faithfully,

Signature :
Name & Designation :
Name of the Branch :
Dated:

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 39

Annexure - X

(On Non Judicial Stamp Paper - to be typed in double spacing)

FORM OF CONTRACT

THIS CONTRACT made at New Delhi this _______ day of ____ 200____ ; BETWEEN INDIAN
OIL CORPORATION LTD., a Government of Indian Undertaking registered in India under the
Indian Companies Act 1956, having its registered office at G-9, All Yavar Jung Marg, Bandra
(East), Bombay - 400 051 (hereinafter referred to as the “OWNER” which expression shall
include its successors and assigns) of the One Part; AND __________________carrying on
business in sole proprietorship/ carrying on business in partnership under the name and style
of __________________________ a Company registered in India under the Indian Companies
Act, 1913/1956 having its registered office at ______________ (hereinafter referred to/as -
collectively referred to as the ‘Contractor which expression shall include his/their/its executors,
administrators, representatives and permitted assigns/ successors and permitted assign) of the
other part:

WHEREAS

The OWNER desires to have executed the work of ____________________________________


____________________ more specifically mentioned and described in the contract documents
(hereinafter called the work’ which expression shall include all amendments therein and/ or
modifications thereof) and has accepted the tender of the CONTRACTOR for the said work.

NOW, THEREFORE THIS CONTRACT WITNESSETH as follows:

ARTICLE - 1

Contract Documents

1.1 The following documents shall constitute the Contract documents, namely:

(a) This contract;

(b) Tender documents as defined in the General Instructions to Tenderers;

(c) Letter of Acceptance of Tender along with Fax/Telegram of Intent.

1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have
been collectively marked Annexure ‘A’ while a copy of the letter of Acceptance of
Tender along with annexures thereto and a copy of Fax/Telegram of Intent dated
____________ are annexed hereto and said copies have been collectively marked as
Annexure — ‘B”.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 40

ARTICLE - 2

WORK TO BE PERFORMED

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

ARTICLE - 3

Compensation

3.1 Subject to and upon the terms and conditions contained in the Contract documents,
the OWNER shall pay CONTRACTOR compensation as specified in the Contract
documents upon the satisfactory completion of the work and/or otherwise as may be
specified in the Contract documents.

ARTICLE - 4

Jurisdiction

4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s)
forming the subject matter of the reference if the same had been the subject matter of
a suit, any and all actions and proceedings arising out of or relative to the contract
(including any arbitration in terms thereof) shall lie only in the court of competent civil
jurisdiction in this behalf at Ahmedabad (where this Contract has been signed on
behalf of the OWNER) and only the said Court(s) shall have jurisdiction to entertain
and try any such action(s) and/or proceeding(s) to the exclusion of all other Courts.

ARTICLE - 5

Entire Contract

5.1 The Contract documents mentioned in Article - 1 hereof embody the entire Contract
between the parties hereto, and the parties declare that in entering into this Contract
they do not rely upon any previous representation, whether express or implied and
whether written or oral, or any inducement, understanding or agreements of any kind
not included within the Contract documents and all prior negotiations, representations,
contracts and/or agreements and understandings relative to the work are hereby
cancelled.

ARTICLE - 6

Notices

6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order
or communication sought to be served by the CONTRACTOR on the OWNER with
reference to the Contract shall be deemed to have been sufficiently served upon the
OWNER (notwithstanding any enabling provisions under any law to the contrary) only

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 41

if delivered by hand or by Registered Acknowledgment Due Post to the Engineer-in-


Charge as -defined in the Genera! Conditions of Contract.

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

ARTICLE – 7

Waiver :

7.1 No failure or delay by the OWNER in enforcing any right or remedy of the
OWNER in terms of the Contract or any obligation or liability of the
CONTRACTOR in terms thereof shall be deemed to be a waiver of such right,
remedy, obligation or liability, as the case may be; by the OWNER and
notwithstanding such failure or delay, the OWNER shall be entitled at any time
to enforce such right, remedy, obligation or liability, as the case may be.

ARTICLE - 8

Non-Assignability

8.1 The Contract and benefits and obligations thereof shall be strictly personal to
the CONTRACTOR and shall not on any account be assignable or transferable
by the CONTRACTOR.

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

SIGNED AND DELIVERED

for and on behalf of INDIAN OIL CORPORATION LTD.

by __________________________

in the presence of:

1. ___________________________

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 42

2. ___________________________

SIGNED AND DELIVERED

for and on behalf of ________________________________ (CONTRACTOR)

by _________________________________

(this day of _____________200____)

in the presence of:

1. ______________________________

2. ______________________________

*(Strike off which is not applicable)

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 43

Annexure - II

(On Stamp Paper - to be typed in double spacing)

INDEMNITY BOND UNDERTAKINGS FOR PF PROFORMA ‘A’


(To be executed if Applicable on obtaining work order)

From : M/s. _____________________________________________

(Contractors)

To: M/s. INDIAN OIL CORPORATION LIMITED

Subject: (1) Work Order No. _________________, dated __________

(2) Agreement No. __________________, dated __________

THIS INDEMNITY BOND/ UNDERTAKING executed at ..................... this ................day


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

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

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

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 44

employer becomes liable for the acts of omission and commissions by the Contractors.

IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE


CONTRACTORS to indemnify and keep indemnified the Corporation as stated hereinafter.

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

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

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

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

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

6. In the event the location in-charge of the Corporation is not satisfied about the
payment of wages made and the recovery of P.F. etc. from the labourers employed by

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 45

the Contractors, the Contractors hereby agree and authorize the contractor’s complete
all their obligations.

7. Notwithstanding the provisions contained in clause 6 above, the Corporation hereby


undertake and authorize the Corporation to recover dues payable by the Contractors to
the labourers employed by them as also amounts on account of P.F. contributions
(including the Contractors’ contribution) as also all losses, damages, costs, charges,
expenses, penalties from their bills and other dues including the security amounts.

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

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

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

Yours faithfully,

Date:

Contractor’s Name and Signatures

Witness (1) _________________________________________

(Full address) _________________________________________

_________________________________________

Witness (2) _________________________________________

(Full address) _________________________________________

_________________________________________

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 46

(On Stamp Paper - to be typed in double spacing)

INDEMNITY BOND UNDERTAKINGS FOR PF PROFORMA ‘B’


(To be executed if Applicable on obtaining work order)

From : M/s. ____________________________________________

(Contractors)

To: M/s. INDIAN OIL CORPORATION LIMITED

Subject: (1) Work Order No. _________________, dated __________

(2) Agreement No. __________________, dated _________

THIS INDEMNITY BOND/ UNDERTAKING executed at ............................. this .......... day


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

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

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

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 47

as the principal employer becomes liable for the acts of omissions and commission by the
Contractors.

IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE


CONTRACTORS to indemnify and keep indemnified the Corporation as stated hereinafter.

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

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

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

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

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

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 48

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

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

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

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

Yours faithfully,

Date:

Contractor’s Name and Signatures

Witness (1) _________________________________________

(Full address) _________________________________________

_________________________________________

Witness (2) _________________________________________

(Full address) _________________________________________

___________________________________

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 49

Annexure - XII

(Self Adhesive non-judicial stamp to be affixed)

DECLARATION

Subject: Contract/Work Order No. ______________________ dated _________

1. We shall

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

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

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

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

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

f. Personally and exclusively employ sufficient supervisory personnel exclusively


to supervise the work of our employees so as to ensure that the services
rendered under this contract are carried out to the satisfaction of the
Corporation.

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

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 50

h. Not do or suffer to be done in or about the premises of the premises of the


Corporation anything whatsoever which in the opinion of the Corporation may
be or become a nuisance or annoyance or danger or which may adversely
affect the property, reputation or interest of the Corporation.

i. Not do so suffer to be done in or about the premises of the Corporation any


thing whereby any policy of insurance taken out by the Corporation against
loss or damage by fire or otherwise may become void or voidable.

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

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

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

3. On the expiration of the contract or any earlier termination thereof, we shall forthwith
remove our employees who are on the Corporation’s premises or any part thereof
failing which, our employees, agents, servants etc. shall be deemed to be trespassers
and on their failure to leave the Corporation’s premises, the Corporation shall be

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 51

entitled to remove all persons concerned (if necessary by use of force) from the
Corporation’s premises and also to prevent them (if necessary by use of force) from
entering upon the Corporation’s premises.

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

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

Contractor’s Signature or Authorized Attorney

To be witnessed by Notary

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 52

Annexure - XIII

INDIAN OIL CORPORATION LIMITED


(MARKETING DIVISION)
DELHI STATE OFFICE

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

S No Name of the employee of Name of Designation of the Corporation/


Contractor Central/ State Government

Date:
Place:
Signature & Seal

DECLARATION ‘B’

The Tenderer is required to whether he is relative of any Director of our Corporation or the
Tenderer is a firm in which any Director of our Corporation or his relative is a partner or is any
other partners of such a firm or alternatively the Tenderer is a private company in which
Director of our Corporation is a member or Director.
Name of the Contractor/ and his relation with the Director in our Corporation: _____
_____________________________________________________________________________
Name of the Director of the Corporation who is related to the Contractor/ Firm: ___
_____________________________________________________________________________
Name of Director of the Corporation who is a member or a Director of the Firm/
Contractor : _________________________________________________________________

Date:
Place:
Signature & Seal

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 53

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

1. Name of person :

2. Last post held in IOC :

3. Date of retirement :

4. Date of employment in firm :

Date:

Place:

Signature & Seal

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 54

Annexure - XIV

LIST OF DIRECTORS OF INDIAN OIL CORPORATION LTD.


1. Shri R.S.Butola, Chairman ,

Indian Oil Corporation Limited, Corporate Office, Plot 3079/3, Sadiq nagar, J B Tito Marg New Delhi –110 009

2. Shri Rajkumar Ghosh, Director(Refineries),

Indian Oil Corporation Limited, Corporate Office, SCOPE Complex, Core2, 7, Institutional Area, Lodi Road, New

Delhi –110 003

3. Shri M. Nene, Director(Mktg),

Indian Oil Corporation Limited, Indian Oil Bhawan,G-9, Ali Yavar Jung Marg, Bandra(East),Mumbai – 400 051

4. Shri K.K.Jha, Director(Pipelines),

Indian Oil Corporation Limited, Corporate Office, Plot 3079/3, Sadiq nagar, J B Tito Marg New Delhi –110 009

5. Shri R.K.Malhotra Director(Research & Development),

Indian Oil Corporation Limited, Corporate Office, Plot 3079/3, Sadiq nagar, J B Tito Marg New Delhi –110 009

6. Shri Sudhir Bhalla Director(HR),

Indian Oil Corporation Limited, Corporate Office, Plot 3079/3, Sadiq nagar, J B Tito MargNew Delhi –110 009

7. Shri A.M.K.Sinha Director(Planning & Business Development),

Indian Oil Corporation Limited, Corporate Office, Plot 3079/3, Sadiq nagar, J B Tito Marg New Delhi –110 009

8. Shri P.K.Goyal, Director(Finance),

Indian Oil Corporation Limited, Corporate Office, Plot 3079/3, Sadiq nagar, J B Tito Marg New Delhi –110 009

9. Shri P.K.Sinha Add Secretary & Financial Adviser

Ministry of Petroleum & Natural Gas, Shastri Bhawan,New Delhi – 110 001

10. Shri Sudhir Bhargava Additional Secretary,

Ministry of Petroleum & Natural Gas, Shastri Bhawan,New Delhi – 110 001

11. Prof.(Mrs.) Indira J. Parikh Former Prof. IIM, Ahmedabad and President,

FLAME, Pune150/7,’Jaideep’, Prathamesh Park, Baner-Balawadi Road, Pune 411045

12. Shri Anees Noorani Managing Director,Zodiac Clothing Company Ltd.

13. Shri Michael Bastian Former Chairman & Managing Director,Syndicate Bank

14. Dr.(Mrs.) Indu Shahani Principal, HR College of Commerce & Economics, Mumbai and Sheriff of Mumbai

15. Shri N.K. Poddar Senior Advocate,

Kolkata Prof. Gautam Barua, Director, Indian Institute of Technology, Guwahati

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 55

Annexure - XV

(On Non Judicial Stamp Paper - to be typed in double spacing)

PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING

In the case of Proprietary Concern :


I hereby declare that neither I in the name of my Proprietary concern M/s ________________
_________________________ which is submitting the accompanying Bid/Tender nor any other
concern in which I am proprietor not in any partnership firm in which I am involved as a
Managing Partner have been placed on Black List or Holiday List declared by Indian Oil
Corporation Ltd., or its Administrative Ministry, except as indicated below:

(here given particulars of blacklisting or holiday listing, and in absence thereof state “NIL”)

In the case of a Partnership Firm :

We hereby declare that neither we, M/s ________________________________ submitting the


accompanying Bid / Tender nor any partner involved in the management of the said firm either
in his individual capacity or as proprietor of any firm or concern have or has been placed on
blacklist or holiday list declared by Indian Oil Corporation Ltd., or its Administrative Ministry,
except as indicated below:

(here given particulars of blacklisting or holiday listing, and in absence thereof state “NIL”)

In the case of Company


We hereby declare that we have not been placed on any holiday list or black list declared by
Indian Oil Corporation Ltd., or its Administrative Ministry, except as indicated below:

(here given particulars of blacklisting or holiday listing, and in absence thereof state “NIL”)

It is understood that if this declaration is found to be false in any particular, Indian Oil
Corporation Ltd., or its Administrative Ministry, shall have the right to reject my/our bid, and if
the bid has resulted in a contract, the contract is liable to be terminated.

Place: Signature of Bidder ________________


Date: Name of the Signatory _______________

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 56

Annexure – XVI

PROFORMA INDEMNITY BOND FOR LOST DEPOSIT RECEIPT

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

Witnesses:

1. NAME & ADDRESS:

SIGNATURE OF THE EXECUTOR

2. NAME & ADDRESS:

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 57

ANNEXURE - XVII

SPECIFICATIONS FOR PIPELINE / STRUCTURAL STEEL WORKS

A. PIPELINE WORKS

1.0 GENERAL
1.1 The contractor is expected to visit site to get himself acquainted with
prevailing site conditions i.e. availability of water, power, approach road etc
before quoting for this tender The contractor shall be entirely responsible for
provision of all such utilities. No delay shall be entertained on this account.
1.2 The contractor may have to arrange temporary power connection from the
local Electric Supply Authority by his own effort and cost. Alternatively
contractor shall have to carry out the work with his own DG sets at no extra
cost.
1.3 For payment purpose against items, of supply fabrication and erection of steel
of all types, the weight shall be calculated based on section given in the
standard steel tables and physical verification whichever is less. The net
fabricated dimensions edge to edge shall be taken into account. The
measurement shall exclude any allowance for wastage and weld metal etc.
1.4 Measurement of pipeline shall be taken for actual pipeline laid at site. Gate
valves, flanges, strainers, filters etc. would not be included for measurement in
pipeline.
1.5 Maximum wastage of 1.5% shall be allowed in pipeline fabrication for all
diameter of pipes.
1.6 Contractor will take sufficient care during welding of old pipelines which may
contain traces of petroleum products and shall follow the prescribed safety
precautions.
1.7 The contractor will have to segregate the good pieces of pipeline from the lot
as per directions.
1.8 The contractor will be given old and new MS pipelines. The contractor will have
to cut all the Tee's, bends etc. welded on the pipeline before use.
1.9 The above ground pipeline will pass through brick wall etc. at places. The
contractor will dismantle the required portion of the structure for passing the
line and also make good the damaged surface of the structure to its original
conditions. Necessary pipe sleeve shall also be provided by the party without
extra cost.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 58

2.0 INSPECTION
2.1 Engineer-in-Charge or his authorized representative or third party appointed by
IOC shall have free access at all reasonable time to inspect those parts at the
manufacturer's works which are connected with the fabrication of the steel
work and shall be provided with all reasonable facilities for satisfying himself
that the fabrication is being undertaken in accordance with the provision of
this contract.
2.2 Inspection shall be made at site/ at the place of manufacture prior to dispatch
of the fittings. The inspection shall be conducted so as not to interfere
unnecessarily with the operation of work.
2.3 Should any structure or part of a structure be found not to comply with any
of the drawings and specifications, it shall be rejected. No structure or part of
the structure once rejected shall be re-submitted for test except in case where
the corporation considers the defects as rectifiable.
2.4 Defects which may appear during fabrication shall be made good by the
contractor.
2.5 The suitability and capacity of all plants & equipments used for erection shall
be to the satisfaction of the engineer.
3.0 Erection of equipments (Pumps and motors) :
3.1 Drawings : The following drawings will be provided by the corporation, which
are to be followed for erection of each equipment :
• General arrangement drawing with outline dimensions.
• Foundation detail drawings.

3.2 Erection of the equipments :


• All equipment erection shall be done by experienced fitters. For this
purpose, the contractor shall employ an able erection supervisor and
crew who have done similar jobs.
• Erection shall be carried out as per instructions of the equipment
manufacturers and direction of site engineer.
• All the instruments of hydrant engine such as pressure gauges,
Composite gauges etc., including instrument panels, shall be installed
by the contractor as part of equipment erection and no separate
payment will be made.
3.3 After piping has been connected, the alignment shall be checked by the
contractor again, to ensure the piping connections do not induce any undue
stresses on the equipment.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 59

3.4 Pumps will be supplied for erection either completely assembled, couple to
the drive and both mounted on a common base plate or in 3 individual
parts as pump assembly, motor and base plate or as pump assembly and
motor mounted on separate base plate. The pumps shall be erected on
foundations and leveled with shims and wedges with help of precision levels
and other instruments. The pump and the driver shall then be coupled and
aligned. Final alignment shall be done after all piping connections are made.
Shims and wedges where required will be arranged by the contractor.
3.5 Trial runs of equipments - unless indicated otherwise, all equipments shall be
subjected to trial runs up to the satisfaction of the site engineer on load and
without load condition. This also includes coordination with the supplier of
equipment to commission the same.
4.0 Piping Works :
4.1 Working Drawings :

Drawings accompanying the tender document are indicative of scope of work


and issued for tendering purpose only.
The contractor is required to prepare the drawings for the complete piping
work with its isometric view etc. to calculate the actual requirement of various
items /fittings like bends, flanges etc. The piping layout must show the
expansion loops as per the requirement. The complete set of drawings shall be
submitted for approval, before commencement of the work. No fabrication will
start without the approval of IOC. The construction drawings shall include
a. General arrangement drawings.
b. Location of all weld seams, weld sizes and details of weld etc.
c. Material to be used.
d. Welding procedures and radiographic inspection.

e. Edge preparation and method employed.


f. Tolerances
g. Quality, brand and gauge of electrodes to be used.
h. Details of welding reinforcement
i. Details of brackets for supporting pipes, platforms, etc.
j. Complete bill of materials with item wise quantities for materials to be
supplied by IOC and the contractor.
k. Any correction or modifications suggested by IOC while approving the
drawings.
The drawings shall be prepared on computer and one floppy of as built

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 60

drawings shall be submitted after completion of work. All drawings are to be


prepared on Auto-CAD (on PC).

4.2 Codes/Standards to be followed :


• API – 1104 :
• ANSI B 31.3 : Code for petroleum Refinery Piping
• IS 823 : Code of procedure of manual Arc welding of mild steel
• IS 814 : Metal arc welding for mild steel.
• IS 817 : Welder qualification tests.
4.3 Fabrications :
Bends, reducers, expanders ,tees and end blinds provided shall be factory
made forged irrespective of diameter of pipeline .Such fittings shall have
approximately the similar material composition as that of pipeline under
fabrication.
4.4 Erection :
a. Cleaning - Before erection all pre-fabricated spool pieces, pipe fittings
etc. shall be cleaned inside and outside by suitable means. The
cleaning process shall include removal of foreign matter such as scale,
sand, weld spatter, cutting chips etc. by wire brushes cleaning tools
etc., and blowing out with compressed air and/or flushing out with
water.

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


be exercised to properly align the pipes and to check the flanges for
trueness so that faces of the flanges can be pulled together without
inducing any stresses in the pipes and equipments nozzles.
c. Valves - Valves shall be installed with spindle/ actuators orientation /
position as shown in the layout drawings.

d. Line mounted equipments/ items - installation for line mounted items


like filters, strainers, sight glasses etc., including their supporting
arrangements shall from part of piping erection work and no separate
payment shall be made for this work.
4.5 Pipe supports - Pipe supports are designed to effectively sustain the weight
and thermal effects of the piping system and to prevent its vibrations.
Location and design of pipe supports will be as per the following table or as
given by site engineer:
Nominal pipe size in MM. Maximum span in M.

20/25 mm 2.10 m

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 61

050 mm 3.05 m
080 mm 3.60 m
100 mm 4.25 m
150 mm 5.15 m
200 mm 5.75 m
250 mm 6.70 m
300 mm 7.00 m
350 mm & above 7.60 m

The above spacings are indicative and will be kept as per site requirements
(min. above) The minimum clearance of 300 mm has to be maintained
between the ground and the bottom surface of pipeline. All pipeline supports
will be numbered serially for identification.
The pipelines shall be laid on GI Pipes of suitable sizes (3/4” or above)
mounted on pedestals or with a provision of reinforcement pad of required size
and thickness and GI Pipes of suitable sizes (1/2” or above) on both sides of
pipeline to restrict lateral movement or as directed by site engineer. No extra
payment shall be made for this provision.

5.0 Testing of piping system :


5.1 Testing of piping after erection shall be done as per API-1104 and as specified
in price bid.
5.2 With the exclusion of instrumentation, piping systems fabricated or assembled
in the shop/ factories shall be tested at the site, irrespective of whether or not
they have been pressure tested prior to site welding or fabrication.

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

5.5 The site engineer shall be notified in advance by the contractor of testing
sequence/ program, to enable him to be present for witnessing the test.
5.6 All equipments, materials, consumables and services required for carrying out
the pressure testing of piping system shall be provided by the contractor at his
own cost.
5.7 Water for testing shall be arranged by contractor at his own cost.
5.8 Test records in triplicate shall be prepared and submitted by the contractor
for each piping system line wise for the pressure test done in the proforma
as approved by site engineer.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 62

6.0 Documents to be submitted by contractor : (four copies each)


• Welders qualification test report as per IS-817.
• Electrode and material test certificates from the manufacturer.
• Complete record of the Hydrostatic testing carried out on each section of the
pipeline including test certificates for the same for submission to CCOE
authorities.
• Flushing reports.
• Pipeline quantity certificates for product piping system as per the pipelines laid.
• On completion of work, as built drawings of complete piping system are to be
prepared and furnished by the contractor as required by IOC. All drawings are
to be prepared on Auto-Cad (on PC). The contractor shall submit two CDs
containing all drawings, one set of tracing and 3 sets of drawings/ printouts.
• Pipeline elevation profile for the entire route of pipeline. Any other records as
required by the site engineer.

7.0 HOT WORK PERMIT


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

7.2 After completion of work the site should be cleared of all scrap ,contractor’s
equipment and machinery used in fabrication.

B. STEEL STRUCTURAL WORK


1. General
The work covered consists of supply, fabrication & erection of structural steel, pipe
supports and cable trays in strict accordance with this specification and applicable
drawings. Structural steel shall conform to IS 2062.
2. Codes

2.1. All structural steel work shall be in accordance with IS : 800 Code of practice
for the use of structural steel in General Building Construction and the other
Indian Standards referred to therein.
2.2. Indian Standards referred to in these specifications shall be the latest
published by Indian Standard Institute.
2.3. Welding shall be in accordance with Indian Standard IS : 823, IS: 800, IS : 816
and IS : 808 including other relevent I.S. Specification on welding.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 63

3. Materials
3.1. All materials used in fabrication shall conform to the requirements as
mentioned in the following codes :

a. Steel for General Structural purposes – : IS : 2062 Gr A


Specification

b. Covered Electrodes for manual metal arc welding : IS : 814


of carbon and carbon manganese steel

3.2. Grating shall be done out of electro forged construction as per the
specifications given in tender to match the required
3.3. Grating shall be galvanised as per requirements specified.
4. Fabrication
4.1. All fabrication work shall be in accordance with IS : 800 Section V
4.2. All fabrication shall be carried out as per the drawings approved by IOCL.
4.3. Platform and ladders shall be shop assembled in the largest unit suitable for
handling, transportation and erection.
5. Straightening :
5.1. All material shall be clean and straight. If straightening or flattening is
necessary, it shall be done by a process approved by Engineer-in-Charge /
IOCL and in a manner that will not damage the material.
6. Gas Cutting :

6.1. The use of a hand cutting torch is permissible if the metal being cut is not
subject to substantial stress during the operation. Gas cut edges subject to
substantial tensile stress shall be cut by a mechanically guided torch, or if hand
cut, shall be carefully examined and any nicks removed by grinding. Shearing,
cropping and gas cutting shall be clean, reasonably square and free from any
distortion and should the inspector find it necessary, the edges shall be
subsequently ground.
7. Welding :
7.1. Surface to be welded shall be free from loose scale, slag, rust, grease, paint
and other foreign material, and shall be wire brushed and cleaned prior to
welding.
7.2. Parts to be fillet welded shall be brought into as close contact as practicable
and in no event shall be separated more than 5mm. If the separation is 5mm
or greater, the size of the fillet welds shall be increased by the amount of the
separation.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 64

7.3. Abutting parts to be butt-welded shall be carefully aligned together within


3mm gap. Welding sequence shall be followed to avoid needless distortion,
and minimise shrinkage stresses.
8. Connections:
8.1. Connections shall be as shown on the drawings. Where details are not given,
standard beam connections shall be followed. In any case connections shall
be strong enough to develop the full strength of the member and shall be
approved by Engineer-in-Charge / IOCL. One sided, or eccentric connections
will not be permitted, unless they are shown in detail on the drawing and are
approved by Engineer-in-Charge / IOCL
8.2. All shop connections shall be bolted or welded as approved by Engineer-in-
Charge / IOCL.
8.3. Welded connections shall be made only where indicated on the drawings or
approved by Engineer-in-Charge / IOCL. Holes shall not be made or enlarged
by flame, nor will flame cut of unfair holes in the shop or in the field be
acceptable. Grout holes shall be provided in the steel members as shown in
the drawings and holes shall be provided in members to permit connections of
supported items.
9. Inspection:
9.1. The contractor shall arrange for inspection of the fabrication of items as and
when directed by IOCL.
9.2. However, such inspection shall not relieve the contractor of his responsibilities
to furnish satisfactory work.

9.3. Materials of workmanship not conforming to provisions of the specifications


may be rejected at any time defects are found during the progress of the
work.

9.4. The Site Engineer shall have free access to the Contractor shop for periodical
inspection and all arrangement/facilities for the inspection shall be provided by
the Contractor at his cost.
10. Erection
10.1. The positioning, levelling, alignment, plumbing of the structures shall be in
accordance with the relevant drawings.
10.2. Maximum tolerance for line and level of the steel work shall be ± 3mm for any
part of the structure. The structure shall not be out of plumb by more than
3.5mm on each 10 meter section of height as well as not more than 7mm
per 30 meter length.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 65

10.3. Wherever so provided in the respective drawings or otherwise as instructed by


the Engineer-in-Charge/IOCL, the Contractor shall so arrange that the
structural support is mounted and grouted on concrete foundation.
11. Ladders And Rungs (As Applicable)
11.1. Contractor shall provide and install all iron ladders and rungs where indicated
and as detailed on the drawings. He shall also include base plates, fastenings,
anchor bolts, guard rails/rings, safety chains, etc.
12. Painting (Shop And Site Coat)
12.1. As per SOR.
13. Measurements
13.1. All structural steel work shall measured by weight, weights being calculated on
the basis of standard weights of sections used. No allowances shall be made
for welding or for bolts, rivets etc. The rate shall include painting of the
structural steel work wherever required including shop coat and site coat of
primer as per painting specification.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 66

MATERIAL SPECIFICATIONS FOR PIPING/ STRUCTURAL WORKS

1. STRUCTURAL SECTIONS
1.1. Structural steel work shall conform to IS:808 – latest Edition.
1.2. Structural steel materials shall be of SAIL, ISSCO, Vizag Steel or TISCO make
and shall be conforming to IS-2062 Gr A
Angles upto ISA 50, flats and square bars shall be of any BIS approved
manufacturer duly approved by Engineer-in-Charge.
1.3. Sectional weight as per IS standard will be considered for payment purposes.
2. PIPES
2.1. Pipes for Fire Water Services

Services Material

Pipes for Fire Water IS 1239 Part I, ERW / GI Heavy


Services Pipe size: 15mm to 150mm, Wall thickness: Heavy

IS 3589, ERW – Steel Grade – FE 410

Pipe size: 200mm to 500mm, With minimum wall


thickness: 6.35mm

2.2. Pipe dimension shall be accordance with ASME B36.10, IS:1239 & IS:3589 for
wrought steel pipe, and to B36.19 for stainless steel pipe and respective ASTM
STD. for non-ferrous pipes.
3. WELDING ELECTRODES
3.1. Welding electrodes shall conform to IS:814 – Covered electrodes for manual
metal arc welding of carbon and carbon manganese steel/American Welding
Society, AWS – A5.1 – “Carbon Steel covered Arc Welding Electrodes” - AWS
classification Nos. E6010/ E6011/ E6013/ E7015/ E7016/ E7018.
Product piping : Root run: E 6010; Fill Up: E 6013
Water piping : Root/ Fill up: E 6013
3.2. Welding electrodes of any of the following makes can be used :

ESAB India Ltd. GEE Limited

Advani Orlekons D & H Welding

D & H Sechron Electrodes Ltd Kobe Steels

Honavar Electronics Ltd. Modi Arc Electrodes Co

Mailam Metallogen (P) Ltd. Anand Arc Electrodes Pvt. Ltd.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 67

4. FLANGES
4.1. Scope
4.1.1. Design, manufacture, testing, inspection and supply of raised face
carbon steel forged Weld Neck Raised Face (WNRF)/ Blind Raised Face
(BLRF) flanges.

4.1.2. The sizes, ANSI pressure rating of the flanges and distribution shall be
as per Schedule of Rates of Tender Document.
4.1.3. The flanges shall be suitable for use in Crude Oil/ Petroleum Product
service.
4.2. Specified Requirement:
4.2.1. Maximum operating temperature :
4.2.2. Minimum operating temperature :
4.3. Code & Standards :

Detail 24” & Below (Except 22”)

a) Manufacturing : ANSI B 16.5 latest edition

b) Dimensions : ANSI B 16.5 latest edition

c) End Preparation : ANSI B 16.5 / ANSI B 16.25

4.4. Material : ASTM A 105


4.5. Drilling : ANSI B 16.5
4.6. Material for SORF/ BLRF flanges to conform to ASTM A-105 class 150 upto NB
400 mm dia for product lines.
4.6.1. Material for SORF/ BLRF flanges to conform to IS 2062 Gr. A, Class
150 for NB 500mm and above.

4.6.2. Flanges shall conform to ASME B16.5 for product lines and water
services.
4.6.3. All flanges shall have raised serrated faces finished to 125 AARH.

4.6.4. All flanges shall be of weld neck type up to and including 400 mm dia.
5. BUTT WELDED PIPE FITTINGS
5.1. General :

5.1.1. This specification covers design, manufacture, testing and supply of


forged carbon steel seamless/butt welded pipe fittings like LR bends,
concentric/ electric reducers, equal,/unequal tees and cross bar tee
suitable for use in Crude Oil/ Petroleum Product service.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 68

5.1.2. The type, size, working pressure and quantity of fittings required as
per Schedule of Rates of Tender Document.

5.1.3. The following temperatures shall form the basis of design of these
fittings.
Maximum temperature : +55°C

Minimum temperature : + 5°C


5.1.4. Fittings shall be designed and manufacturing tolerances shall be as
ANSI 31.4.

5.2. Specific Requirement for Pipe Fittings :


a. Low Pressure Fittings (ANSI Cl.150)
b. All fittings shall be out of ASTM A234 WPB material.
c. Fittings of below 18” NB size of 150 class pressure rating shall be of
SEAMLESS type and fittings of sizes 18” and above of 150 class
pressure rating may be of two cup, butt-welded type out of suitable
carbon steel plate material. After forming, the heat treatment process
to be followed shall be furnished.
d. Pipe to be used for manufacturing of fitting shall be tested quality.
The supplier shall furnish all documentary proof, related to the same
to the Owner’s inspector for final acceptance.
e. Welded pipe employed for manufacturing shall be coupon tested for
parent metal as well as the weld metal to establish the UTS and to
notch toughness.
f. Welded Tee shall, not be of fabricated (Stub in) type.
g. All weld joints shall be 100% radiographed and shall be stress relieved.
5.3. Materials for fittings shall be SW type and conform to ASTM A 105 and ANSI B
16.11 & class 3000 up to 40 mm pipe size.
5.4. Materials for fittings shall be BW conform to ASTM A 234 Gr. WPB, Sch 40 for
50 mm and above pipe sizes.
5.5. Forged steel SW and threaded fittings shall be in accordance with ASME
B16.11, unless and otherwise noted.
5.6. BW fittings shall be in accordance with ASME B16.9, unless otherwise noted.
5.7. For 500 mm dia, the fittings shall be made out of pipe sections.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 69

6. GASKETS
6.1. Gaskets materials shall be of 3 mm thk Compressed Asbestos Fibre (CAF)
conforming to IS : 2712 Gr. O/1 for product lines as well as Water service
lines.
7. STUDS & NUTS

7.1. Scope :
7.1.1. Manufacture, testing and supply of alloy steel bolting materials, nuts
and washers for flanges, valves etc. for Crude Oil/ Petroleum Product
Service.
7.1.2. Each bolt shall be supplied with matching two nuts and two washers.
7.2. Specified Requirements :
7.2.1. Bolting material covers studs, stud bolts and washers.
7.2.2. Stud Bolts extend completely through the nuts with minimum D/3
Projects.

7.2.3. Nuts shall be of hexagonal shape.


7.2.4. For 1 inch and smaller in diameter, all stud bolts and nuts threaded in
accordance with coarse series (UNC) and for 1 1/8 inch and larger in
diameter with 8 pitch thread series (8 UN) of the Code ANSI B 1.1
Class 2 A fit.
7.3. Site Conditions:
Temperature Range - +4°C to + 50
Rainfall - Heavy
Rel. Humidity - 98%
7.4. Codes & Standards :

Stud Bolts : ASTM A 193 (Gr.B 7)

Nuts : ASTM A 194 (Gr. 2H)

Washers : Toughened mild steel IS-2016-1967 (Punched


washers ‘A’ with 2mm minimum thickness)

Tolerances for material : ASTM A 29 and ANSI B 1.1

Bolting details : ANSI B 16.5

Dimensions of stud bolts and : ANSI B 18.2.1/ ANSI B 18.2.2


nuts

Threading for stud bolts and : ANSI B 1.1


nuts and tolerances of threads

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 70

Testing of steel fasteners (All : ASTM A 370, A 193, A 194.


supplements included)

Proof load test on nuts : ASTM A 194.

8. NIPPLE AND HALF COUPLING :


8.1. General :
8.1.1. Butt-welded steel nipples and half couplings suitable for Crude Oil/
Petroleum Product service.
8.1.2. The size, pressure rating, quantity shall be as per Schedule of Rates of
Tender Document.
8.1.3. Site Conditions :
Temperature Range : +4°C to +50°C
Rainfall : Heavy
Rel. Humidity : 98%

8.2. Specific Requirements for Nipples :


Code of Conformity : ANSI B 16.9
Ends : Butt welded and plain bevel

Material : ASTM A 105


Pressure rating : 3000 lbs
Normalised or quenched and tempered. Tempering temperature shall not be
less than 1100°F.

8.3. Specific Requirements for Half couplings :


Code of Conformity : ANSI B 16.11
Ends : Socket Weld ends
Material : ASTM A 105
Pressure Rating : 3000 lbs.
Normalised or quenched and tempered. Tempering temperature shall not be
less than 1100°F.
9.0 THIRD PARTY INSPECTION :
All supplied pipes, fittings, valves, strainers to be inspected by third party & to be
dispatched to site alongwith third party inspection report only. It must be noted that
whenever, inspection notice is given to the third party for inspection of materials, a
copy will also be dispatched to IOC so that IOCL representatives may join inspection if

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 71

required. However, party is not absolved of his responsibility of providing proper type
and quality of materials including workmanship.
LIST OF THIRD PARTY INSPECTION AGENCY:
Bureau Veritas, Indian Register of Shipping, SGS, PDIL, MECON, RITES or equivalent
approved by IOCL.
10.0 MARKING
The marking shall be clearly and permanently marked on supplied items with the
following:
a. Manufacturer’s name & trade mark
b. Year of manufacture
c. Certification Mark (UL listed)

d. Third party stamping mark as per standard practice

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 72

WELDING REQUIREMENTS IN PIPELINE FABRICATION

1. WELDING RESPONSIBILITY
The contractor is responsible for the welding done by welders employed by him.
Engineer-In-Charge shall conduct the tests required to qualify welding procedures, and
to qualify the welders and if, necessary re-qualify welders and welding operators.
2. WELDING OF PIPELINES
The welding of pipe lines shall be as per API -1104.
3. WELDING QUALIFICATIONS
3.1. QUALIFICATION REQUIREMENTS
Qualification of the welding procedures to be used and of the performance
of welders and welding operators shall conform to the requirements of the
ASME Section IX.
4. PROCEDURE QUALIFICATION BY OTHERS

4.1. Engineer-In-Charge is responsible for qualifying any welding procedure that


will be used. Welding procedures qualified by others may be used, subject to
the specific approval of the Engineer-in-Charge / Inspector provided that the
following conditions are met.
a. The proposed Welding Procedure Specification (WPS) has been
prepared, qualified and executed by responsible, recognized
organization with expertise in the field of welding and
b. The Contractor has not made any change in the welding procedure.
4.2. The contractor should accepts written responsibility for both i.e. the Welding
Procedure Specifications (WPS) and the Procedure Qualification Record(PQR).
4.3. The contractor has at least currently employed welder or welding operator,
who have met with the following requirements

a. While in employment, the welder has satisfactorily passed a


performance qualification test using the procedure and the P-Number
material specified in the WPS.
b. The performance bend test required by ASME Section IX QW-302
shall be used for this purpose
5. PERFORMANCE QUALIFICATION BY OTHERS
5.1. Site Engineer may accept a performance qualification made by certified
agencies with the specific approval of the Engineer-In-Charge.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 73

5.2. The Contractor shall obtain a copy from the certified agencies of the
performance qualification test record & submit the same to Engineer-In-Charge
with specific recommendation & approval of Inspector with the following
details.
a. The name of the agency.
b. The name of the welder or welding operator.
c. The procedure identification.
d. The date of successful qualification.
e. The data that Individual last used, the procedure on Pipeline
fabrication.
6. QUALIFICATION RECORD
6.1. The Contractor shall maintain a self-certified record, available to the Engineer-
In-Charge and the Inspector. The records will have the following details:
a. The procedure used.

b. The welders and welding operators employed showing the date and
results of procedure and performance qualifications
c. The identification symbol assigned to each welder and welding
operator.
7. WELDING MATERIALS
FILLER METAL
Filler metal shall conform to the requirements of ASME Section IX. filler metal, not yet
incorporated in ASME Section IX may be used with IOC approval, if a procedure
qualification test is first successfully made.
8. CLEANING
Internal and external surfaces to be thermally cut or welded shall be clean. They will
be free from paint oil rust scale and other material that would be detrimental to either
the weld or the base metal when heat is applied.
9. END PREPARATION
9.1. End preparation is acceptable only if the surface is reasonably smooth and
true, and slag from oxygen or arc cutting is cleaned from thermally cut
surfaces.
9.2. Discolouration remaining on a thermally cut surface is not considered
detrimental oxidation.
9.3. End preparation, for groove welds specified in ASME or as specified, which
meets the WPS is acceptable.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 74

9.4. Edge preparation - The pipes supplied are generally with bevelled ends.
However, in case any ends are damaged the cutting/ beveling shall be carried
out.
10. WELDER’S IDENTIFICATION SYMBOL
Each qualified welder and welding operator shall be assigned an identification symbol.
Unless otherwise specified in the engineering design, each weld or adjacent area shall
be marked with the identification symbol of the welder or welding operator .In addition
of marking the weld, appropriate records shall be maintained.
TACK WELDS
Tack welds at the root of the joint shall be made with filler equivalent to that to be
used in the root pass.

Tack welds shall be made by a qualified welder or welding operator.


Tack welds shall be fused with the root pass weld, except that those which have
cracked shall be removed. Bridge tacks (above the weld) shall be removed.

Tack welds used in assembling shall be removed and surface grinded properly and
gaps filled with weld metal.
PEENING

Peening is prohibited on the root pass and final pass of a weld.


11. CLIMATIC CONDITIONS
No welding shall be done if there is impingement on the weld area, of rain, snow,
sleet or excessive wind or if the weld area is frosted or wet.
Electrodes for welding shall be stored in a dry place (HOT CASE ) in their original
packets or cartons.

12. FILLET AND SOCKET WELDS


Fillet welds, including socket welds, may vary from convex to concave. The size fillet
weld shall be as per engineering design.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 75

FORMAT FOR WELDING PROCEDURE SPECIFICATIONS (WPS)

1. Contractor’s Name ____________________________________________

2. By ____________________________________________

3. WPS No.(s) _________________________ Date ______________

4. Supporting PQR No. (s) ____________________________________________

5. Revision No. _________________________ Date ______________

6. Types of Welding ____________________________________________

Process(es) (Automatic, Manual, Machine or Semi Automatic)

Notes :

1) Tenderers to sign Pg. Nos. ___ to ____ in token of acceptance of formats.

2) Details have to be filled in by the successful tenderer at the time of acceptance of W.O.

WA. JOINT

1. Joint Design ____________________________________________

2. Backing (Yes) ____________________________ (No) ___________

3 Type of Backing Material ____________________________________________

Notes:

a) The general arrangement of the parts to be welded should be shown by sketches,


drawings, weld symbols or written detailed description. The root spacing and the
details of weld groove should be specified.

b) The contractor should attach the sketches to illustrate joint design, weld layers and
bead sequence e.g. for notch toughness procedures, for multiple process procedures
etc.

WC1. POSITIONS

1. Position(s) of Groove ____________________________________________

2. Welding Progression: Up _________________________________________

Down _______________________________________

3. Position(s) of Fillet ____________________________________________

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 76

WC2. PREHEAT

1. Preheat Temp. Minimum ____________________________________________

2. Interpass Temp. Max. ____________________________________________

3. Preheat Maintenance ____________________________________________

Note: Continuous or special heating where applicable should be recorded

WC3. GAS

1. Shielding Gas(es) ____________________________________________

2. Percent Composition (mixtures) ____________________________________________

3. Flow Rate ____________________________________________

4. Gas Backing ____________________________________________

5. Trailing Shielding Gas ____________________________________________

WC4. ELECTRICAL CHARACTERISTICS

1. Current AC or DC __________________________ Polarity_______________________

2. Amps. (Range) ___________________________ Volt~ (Range) _________________

3. Tungsten Electrode ______________________________________________________


Size & Type (Pure Tungsten~2% Thoriated etc.)

4 Mode of Metal Transfer ___________________________________________________


For GNAW (Spray arc, short circuiting arc etc.)

5. Electrode Wire feed ______________________________________________________


speed range

Notes:

a. Amps. and volts range should be recorded for each electrode size, position and
thickness etc.

b. This information may be listed in a tabular form similar to that shown above

WC5. TECHNIQUE

1. String or Weave Bead ____________________________________

2. Orifice or Gas Cup Size ____________________________________

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 77

3. Initial and Interpass Cleaning ____________________________________


(Brushing, Grinding etc.)

4. Method of Back Gouging ____________________________________

5. Oscillation ____________________________________

6. Contact Tube to Work Distance _____________________________________

7. Multiple or Single Pass (per side) _____________________________________

8. Multiple or Single Electrodes _____________________________________

9. Travel Speed (Range) _____________________________________

10. Peening _____________________________________

11. Other _____________________________________

WB. STEEL PLATES MATERIAL (BASE METAL)

1. P. No. ________ Group No. _________ To P. No.________ Group No._____________

OR
2. Specification _____________________ Specification ___________________________
TO

type and grade __________________ type and grade __________________________


OR

3. Chem. Analysis _____________________ Chem. Analysis _______________________

and Mech. Prop. ____________________ and Mech. Prop. ______________________

4. Thickness Range : _______________________________________________________

5. Base Metal: Groove __________________ Fillet____________________

6. Deposited Weld Metal: Groove __________________ Fillet____________________

7. Plate thickness range: Groove __________________ Fillet____________________

8. Other _________________________________________________

WC. ELECTRODES

1. F.No. _____________________ Other__________________

2. A.No. _____________________ Other _________________

3. Spec. No. (SFA) ____________________________________________

4. AWS No. (Class) ____________________________________________

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 78

5. Size of filler metals ____________________________________________


(Electrode, Cold Wire, Hot Wire etc.)

6. Electrode Flux (Class) ____________________________________________

7. Flux Trade Name ____________________________________________

Notes: Each base metal filler metal combination should be recorded individually.

Weld Process Filler Material Current Volt Travel Other

Layers Range Speed


Class Dia Type Polar Amp. Range
Range

e.g. Remarks,

Com ent,

Hotwire,

Addition

Technique,

Torch, Angle

etc.

FORMAT FOR PROCEDURE QUALIFICATION RECORD (PQR)

1. Contractor’s Name ____________________________________________

2. PQR No. ____________________________________________

3. Date ____________________________________________

4. WPS No. ____________________________________________

5. Welding Process(es) ____________________________________________


(Type - Manual, Automatic, Semi-Auto)

PA. JOINTS

GROOVE DESIGN OF TEST COUPON

Note :

For combination qualifications the deposited weld metal thickness shall be recorded for each
filler metal or process weld.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 79

PB. STEEL PLATES MATERIAL (BASE METAL )

1. Material Spec. _________________________________________

2. Type of Grade _________________________________________

3. P.No. _______________ To P.No.___________________

4. Thickness of Test Coupon _________________________________________

5. Size Test Coupon _________________________________________

6. Other _________________________________________

PC. WELDING ELECTRODES (FILLER METALS)

1. Weld Metail Analysis A-No. __________________________________________

2. Size of Filler Metal __________________________________________

3. Filler Metal E-No. __________________________________________

4. SPA Specification __________________________________________

5. AWS Classification __________________________________________

6. Other __________________________________________

PC1. POSITION

1. Position of Groove __________________________________________

2. Weld Progression (Up, Down) __________________________________________

3. Other __________________________________________

PC2. PREHEAT

1. Preheat Temp. _____________________________________

2. Interpass Temp. _____________________________________

3. Other _____________________________________

PC3. GAS

1. Types of Gas of Gases _____________________________________

2. Composition of Gas Mixture _____________________________________

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 80

3. Other _____________________________________

PC4. ELECTRICAL CHARACTERISTICS

1. Current _____________________________________

2. Polarity _____________________________________

3. Amps. _____________________________________

4. Volts _____________________________________

5. Tungsten Electrode Size _____________________________________

6. Other _____________________________________

PC5. TECHNIQUE

1. Travel Speed _____________________________________

2. String or Weave Bead _____________________________________

3. Oscillation _____________________________________

4. Multipass or Single Pass (per side) _____________________________________

5. Single or Multiple Electrodes _____________________________________

6. Other _____________________________________

Tensile Test

Specimen Width Thickness Area Ultimate Total Load Ultimate Unit Stress Type of Failure and

No. Kgs Mpa Location

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 81

Guided Bend Test

Type and Figure No. Result

Toughness Test

Specimen Notch Notch Test Impact Lateral Exp. Drop Weight

No. Location Type Temp. Value


% Shear Miles Break No Break

FILLET WELD TEST

1. RESULT

Satisfactory: Yes __________________

No __________________

2. Penetration into Parent Metal Yes __________________

No __________________

3. MACRO RESULTS _________________________

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 82

OTHER TESTS

1. TYPE OF TEST ____________________________________________

2. DEPOSIT ANALYSIS ____________________________________________

3. OTHERS ____________________________________________

WELDER’s NAME ________________________________________________

CLOCK NO. ______________________ STAMP NO. _______________

TEST CONDUCTED BY ________________________________________________

LABORATORY TEST NO. ________________________________________________

This is to certify that the statements in this record are correct. We also certify that the test
welds were prepared, welded and tested in accordance with the requirements of Section
IX of the ASME Code.

Manufacturer ________________________

Date ________________ By ________________________________

Detail of record of tests are illustrative only and may be moulded to conform to the type and
number of tests required by the Code.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 83

CONTRACTORS RECORD OF WELDER QUALIFICATION TESTS


Welder Name _________________________________________________________

Check No _____________________ Stamp No. __________________________

Using WPS No _____________________ Revision ____________________________

The above welder is qualified for the following ranges

SN. DESCRIPTION RECORD ACTUAL VALUES QUALI Fl CATION


USED IN QUALIFICATION

1 Process
2 Process Type
3 Backing (Metal, weld,flux etc)
4 Material Specs
a. Plate thickness
b. Groove

c. Fillet
5 Filler Metal
Spec No

Class
F. No
6 Position

7 Weld Progression
8 Gas Type
9 Elec. Charac
a. Current
b. Polarity

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 84

GUIDED BEND TEST RESULTS

TYPE & FIGURE NO. RESULT

RADIOGRAPHIC TEST RESULTS

For alternative qualification of groove welds by radiography Radiographic Results ___________

_____________________________________________________________________________

FILLET WELD TEST RESULTS

Fracture Test __________________________________________________________________

(Describe the location, nature & size of any crack of tearing of the specimen)

Length and Percent of Defects __________________________________ INCHES _________%

Macro Test – Fusion ____________________________________________________________

Appearance - Fillet Size(ing) _________________________in. X ______________________ in.

Convexity _________________________________ in. or Concavity ______________________

Test Conducted by _____________________________________________________________

Laboratory - Test No.___________________________________________________________

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

Organisation ____________________________

Date ______________ By ___________________________________

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

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

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 85

ELECTRODE QUALIFICATION TEST RECORD

Date___________________________

Test started on___________________

Test completed on________________

A. DETAILS _________________________________________

1. Tested at _________________________________________

2. Work order no. _________________________________________

3. Sponsoring Agency _________________________________________

4. Manufacturer’s Name _________________________________________

5. Brand Name _________________________________________

6. Welding Positions _________________________________________

7. In combination with (if any) _________________________________________

8. Reference Code & Classification _________________________________________

9. Special requirements (if any) _________________________________________

10. Batch No. with date & size _________________________________________

S. No. ELECTRODE SIZE BATCH NO. DATE OF MANUFACTURE REMARKS

B. TESTS

1. All weld tests _________________________________________

2. Base material used _________________________________________

3. Buttering used __________________________________ Yes/No.

4. Preheat Temperature ___________________________________ Deg.C

5. Interpass Temperature ___________________________________ Deg.C

6. PWHT details soaking Tem./Time _________________________________________

7. Visual Examination _________________________________________

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 86

RADIOGRAPHIC PROCEDURE FOR TANK FABRICATION

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

Signature of Contractor with Seal


Approval of Owner’s Inspector

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 87

WELDER’S IDENTIFICATION CARD

PHOTOGRAPH

1. Name -

2. Identification -

3. Date of Testing -

4. Valid until -

5. Process -

6. Thickness -

7. F. No. -

8. Approval of welding -

9. Position -

Approved by

Employee’s Signature with Seal

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 88

PRESSURE TESTING OF PIPELINES

1.0 GENERAL :
Soundness of the welds shall be tested by means of hydrostatic tests. The test shall
be conducted only after fulfilling the requirements of visual inspection, radiography etc.
and when the entire work is certified by the site engineer for the performance of such
tests.
This recommended practice covers the hydrostatic testing of new and existing
petroleum pipelines and the dynamic testing of existing pipelines. It recommends
minimum procedures to be followed, equipment to be used and conditions to be
considered during the hydrostatic and dynamic testing of pipelines.
Nothing in this recommended practice should be considered as a fixed rule for
application without regard to sound engineering judgment. Certain Governmental
requirements may differ from the criteria set forth in this recommended practice, and
its issuance is not intended to supersede or override such requirements.
2.0 TEST MEDIUM
The hydrostatic test should be conducted with potable water. However for ATF & A.V.
Gas pipeline the product may be used as testing medium.
3.0 EQUIPMENT FOR A HYDROSTATIC TEST :
Equipment for the hydrostatic test should be properly selected and in good working
order. Equipment affecting the accuracy of the measurements used to validate the
specified test pressure should be designed to measure the pressures to be
encountered during the hydrostatic test.

Equipment for conducting the hydrostatic test may include the following :
a. a high volume pump capable of filling the line at minimum velocity of 2 km/h
(approximately 1 mph)
b. a test medium supply line filler capable of ensuring a clean test medium.
c. An injection pump to introduce corrosion inhibiters or other chemicals into the
test segment, if their use is required.

d. A meter or other comparable means of measuring line fill.


e. A variable speed positive displacement pump capable of pressurizing the line at
least 7 kg/Sqcm. (approximately 100 psi) in excess of the specified test
pressure. The pump should have a known volume per stroke and should be
equipped with a stroke counter (a constant speed pump having a variable flow
rate control may be used in lieu of the above if the liquid test medium injected
into the pipeline is measured during pressurization.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 89

f. Portable tank, if required, capable of providing a source of liquid test medium.


g. A large diameter bourdon tube type pressure gauge with a pressure range and
increment divisions necessary to indicate anticipated test pressures.
h. A deadweight tester certified for accuracy and capable of measuring
increments of 0.1 Kg/Sqcm (1.5 psi).

i. A 24 hour recording pressure gauge with charts and ink. This gauge should be
deadweight tested immediately prior to and after use.
j. Two glass laboratory thermometers, with a 75 mm. (approximately 3 in)
immersion capability, capable of measuring temperatures from 0 deg. C (32
Deg.F) to 50 Deg.C (122 Deg.F).
k. A 24 hour recording thermometer capable of recording temperatures from 0
Deg. C (32 Deg.F) to 50 Deg.C (122 Deg.F).
l. Pigs, scrappers, spheres and similar devices to be used to clean the test
segment and to facilitate the removal of air from the line.
m. Temporary manifolds and connections as necessary.
n. Equipment, materials and fluids needed to displace the test medium from the
test segment.
4.0 TEST PLAN :
The following factors should be considered in planning a hydrostatic test :
a. Maximum operating pressure anticipated through the life of the facility.
b. Location of pipe and other piping components in the test segment by size, wall
thickness, grade type and internal design pressure(s).
c. Shell pressure rating and locating of all pipeline valves, air vents and
connections to the segment.
d. Anticipated temperature of test medium, atmosphere and ground.
e. Source (s) of test medium and any inhibiting or other treating requirements.

f. Locations and requirements for test medium disposal.


g. Profile and alignment drawing maps.
h. Safety precautions and procedures.
5.0 TEST PROCEDURES :
A hydrostatic test procedure diagram with explanatory notes and data should be
prepared prior to testing and should indicate in a detailed fashion the following :
a. The length and location of the test segment (s).
b. Test medium to be used.
c. Procedures for cleaning and filling the line.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 90

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

e. Minimum test duration for test segment (s).


f. Procedures for removal and disposal of test medium.
g. Safety precautions and procedures.
A specified test pressure is defined as the minimum test pressure which should be
applied to the most elevated point in the test segment. As detailed analysis of the
profile to determine static and dynamic pressures while the pipeline is being tested
should be performed so that the pipeline will not be over pressured at points which are
at low elevations.
6.0 LINE FILL AND CLEANING :
6.1 The line fill operation should serve the dual function of cleaning the line and
introducing the necessary test medium into the test segment.. screens or
filters should be installed in the test medium supply line to control the
contamination of the test medium by debris or sediment. The quality and
source of water should be determined. Water which is not free of sediments
and may be injurious to the pipe, valves, equipments etc. should not be used
unless it is filtered. The filling operation should be planned and executed in a
manner which prevent the infusion of air into the test segment. Vents, if
necessary should be provided on the test segment to permit the purging of
trapped air. Pumping of the test medium should continue until the pigging
devices have been received at the receiving scraper trap, or until they have
passed the block valve terminating the test segment.

7.0 PRESSURIZATION :
7.1 Personnel conducting the test should maintain continuous surveillance over the
operation and ensure that it is carefully controlled.

7.2 The test segment should be pressurized at a moderate and constant rate.
When approximately 70% of the specified test pressure is reached, the
pumping rate should be regulated to minimize pressure variations and to
ensure that increments of no greater than 1 kg/ sqcm may be accurately read
and recorded. Pipe connections should be periodically checked for leaks
during pressurization.

8.0 THE TEST HOLD :


When the test pressure is reached, pumping should be stopped and all valves and
connections to the line should be inspected for leakage, a period of conservation
should follow during which test personnel verify that specified test pressure is being
maintained at the line pressure and temperature have stabilized. Upon the completion,

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 91

the injection pump should be disconnected of its connection to the pipeline and
checked for leakage. Pressure should be monitored and recorded continuously during
the duration of the test.
9.0 DISPLACEMENT OF TEST MEDIUM :
Water should be completely drained off. This can be accomplished with spheres,
squeegees and / or other pigging devices wherever practical. Water should be
disposed off at approved locations in a manner that will cause minimal environmental
effects.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 92

SPECIFICATION FOR BLAST CLEANING & PAINTING OF MILD STEEL PIPELINES/


ALLIED STRUCTURAL WORK/ DOPING FOR UNDERGROUND PIPELINES

1.0 GENERAL
1.1 These specifications define basic requirements for painting of mild steel
pipelines and allied structural work .
1.2 It is deemed that the work shall be carried out by the contractor with the best
quality of specified material and workmanship at his own cost.

1.3 Adequate numbers of required tools, brushes, blast material, scaffolding,


shot/sand blasting equipment, air compressors etc. shall be arranged by the
contractor at site.
1.4 During storage and application of paints, the paint manufacturer’s instructions
shall be strictly followed. Particular attention shall be paid to the following:
• Proper storage avoiding exposure and extreme temperature .

• Specified surface preparation.


• Mixing and thinning.
• Application of paints and the recommended time intervals between
consecutive paint coats
1.5 Two pack paint system will be mixed by mechanical means. The Engineer-In-
Charge may allow hand mixing of small quantities at his discretion.
1.6 Painting shall be done only after the mechanical completion and testing on
systems are completed.
1.7 The `Fire Red' colour paint shall be used for painting fire water net work,
hydrants monitors, hose boxes etc.
2.0 SCOPE OF PAINTING
2.1 Scope of pipeline painting work covered in the specification shall include:

• Structural steel work, walk ways, pipes supports, ladders etc.


• All above ground piping and fittings including identification marks).
• Painting of valves/ strainers/ check valves and fitting of pipeline
• identification colour bands and directions on all piping as required.
• Supply of all primers, paints & all other material required for painting.
• Coating and wrapping of underground pipelines .

3.0 SURFACE PREPARATION


In order to achieve the maximum durability, one or more of following methods of
surface preparation shall be followed before blast cleaning.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 93

MANUAL OR HAND TOOL CLEANING


This normally consists of hand descaling and/or hammering, hand scrapping and hand
wire brushing. Rust, mill scales, weld spatters, old coatings and other foreign matter
shall be removed by hammering, scrapping tools, emery paper cleaning, wire
brushing or combination of the above methods. On completion of cleaning, loose
material shall be removed from the surface by clean rags and the surface shall be
brushed swept, re-dusted and blown off with compressed air to remove all loose
matter. For repainting of existing tanks, Non ferrous tools should be used for cleaning.
MECHANICAL OR POWER TOOL CLEANING
Power tool cleaning shall be done by mechanical striking tools, chipping hammers,
grinding wheels or rotating steel wire brushes. Excessive brushing of surface shall be
avoided as it can reduce paint adhesion. On completion of cleaning, the detached rust,
mill scale etc. shall be removed by clean rags and / or washed by water or steam
and thoroughly dried with compressed air jet before application of paint.
BLAST CLEANING
• The sand / shots used for blasting shall be free from moisture, salt. Sand
size should be 16 mesh to 30 mesh in order to have surface profile range 55-
65 microns.
• Size of abrasive : 16 - 30 mesh. The particle should pass through 100 %
when seived with 16 mesh and nothing to pass through when seived with
30 mesh i.e. size below 16 & above 30 mesh are not recommended.
• Shape of abrasive : Sharp, semi-sharp, spherical or near spherical. Semi-sharp
means, some sharp as well as round edge in one particle grit.

• The total surface shall then be blast cleaned to Swedish Standard SA-½ .
• The blasting has to be carried out at a pressure of 7 kg / sq. cm.at the nozzle
tip. Compressed air is to be free from moisture and oil.

• On completion of blasting operation, the blasted surface shall be made


clean and free from any dust and scale or rust and must show a grey white
metallic lustre as demonstrated in SA2 1/2.

• Blast cleaning shall not be done in bad weather without adequate protection or
when there is dew on the metal which is to be cleaned or humidity exceeding
85%. Surface profile shall be uniform to provide good key to the paint.
• Primer or first coat of paint shall be applied within 4 hours of sand blasting or
as directed by Engineer-In-Charge depending on weather conditions.
4.0 APPLICATION OF PRIMER AND PAINT
• Before application of primer, the surface shall be cleaned of dust etc.All paints

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 94

shall be thoroughly stirred up prior to and during their application.


• Application of coats shall not be carried out if the atmospheric temperature is
less than 5°C or if the temperature exceeds 40°C in the shadow, 50°C due to
the influence of sun or if relative humidity exceeds 85% or in case of
adverse weather conditions like rain, fog, dust storm etc.
• Coating media shall be applied in uniform thickness. All slots, recesses,
grooves, corners, angles and interstices shall be covered by paint. Sag and
runs shall be distributed or removed and new paint shall be applied uniformly.
• Paint containers shall be opened only prior to utilisation and shall be carefully
closed immediately after withdrawal of paint. Expiry date of the paint should
be checked before opening the container. Paint, which have become
unserviceable during storage, shall not be applied. All painting material shall
be kept in weather proof barracks and shall be kept cool and dry.
• Irrespective of the method of surface preparation, the first coat of primer must
be applied on dry surface. This should be done immediately and in any case
within 4 hours of cleaning of surface. Sweet blasting of the blasted surface
should be carried out in case of more than 4 hours delay in painting.

• The brushes will conform to IS:384. The width of the brushes shall not be
more than 15 cms.
• Paint shall be applied by brush/conventional spray/ airless spray. During
spraying the paint shall be maintained thoroughly mixed in the spray gun.
• Contractor shall obtain approval for specification for spraying installation
concerned, the type of equipment, nozzle diameter, pressure setting etc. The
paint shall be sprayed uniformly. Surfaces impossible to be coated by
spraying must be painted by brush.
• Painting work shall be done in day time only preferably between 9AM to 5PM.
• Successive coats in paint system shall be slightly different in shade for easy
identification. Shade of each coat shall be decided by Engineer-In-Charge.
• Lettering ,painting directional signs and relevant data shall be painted in
suitable size as directed by Engineer in Charge.
5.0 INSPECTION AND TESTING
• Required painting materials for application shall be procured directly from
manufacturers as per specification. Manufacturer’s test certificates for every
batch should be submitted to Engineer-in-Charge without which paints will not
be accepted.
• Engineer-in-Charge at his discretion may call for tests for paint formulations.
Contractor shall arrange to have tests performed including batch wise test of

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 95

wet paints for physical and chemical analysis at no extra costs to the
Corporation.

• The painting work shall be subject to inspection by Engineer-in-Charge at all


times. Following aspects will be considered during inspection and contractor
shall offer the work for inspection and approval of Site Engineer before
proceeding with the next stage. The record of inspection shall be maintained in
the registers. Stages of inspection are as follows
° Surface preparation
° Primer Application
° Each coat of paint
• Any defect noticed during the inspection is to be rectified by the contractor to
the satisfaction of Engineer-in-Charge proceeding further.
• Irrespective of the inspection, repair and approval at intermediate stages of
work, contractor shall be responsible for making good any defects found
during the final inspection/guarantee period/defect liability period as defined in
general condition of contract.
• Dry film thickness (DFT) shall be checked and. recorded after application of
each coat and extra coat of paint should be applied to make up the DFT
specified without any extra cost to the Corporation.
• The contractor has to position an ELCOMETER at site for checking the paint
thickness by the site engineer.
• The contractor shall arrange and keep Holiday Detector at site.
6.0 PAINTING FOR CIVIL DEFENCE REQUIREMENTS

6.1 Two coats of selected finishing paint as per defence requirements shall
be applied wherever specified in a camouflaging pattern and as per
instructions of Engineer-in-Charge.

• Disruptive painting for camouflaging shall be done in three colours in


the ratio of 5:3:2 (all Matt finish).
• The patches should be asymmetrical and irregular.

• The patches should be inclined at specified angle to horizontal.


• The patches should be continuous where two surfaces meet at an
angle.

• The patches should not coincide with corners.


• Slits and holes are to be painted in dark shades.
• Width of the patches should be 1 to 2 metres.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 96

7.0 PAINTING SPECIFICATIONS


In the case of surface preparation, wherever blasting to SA 2 ½ is recommended,
maximum peak of surface profile should be less by 5-10 micron from the primer DFT.
Material Specification
A) SAND/GRIT
The sand/grit used for Blasting shall be free from moisture, impurities salt and
shall have a maximum particle size of not more than passing through a 500
micron mesh (IS.)

B) BRUSHES
The brushes used in painting shall conform to IS : 384
C) PRIMER COAT
The primer used must provide good protection against corrosion and shall
leave a tough adherent film which will form a suitable base for the following
coats. It shall conform to given specifications.

D) FINISH COAT
The finish coats shall conform to given specifications.
E) FIRE RED PAINT
The fire red paint shall be used for painting over surface of fire water pipelines
Only superior grade paints of approved make and quality and conforming to
given specification shall be used. Contractor shall obtain approval from site
engineer in writing before procurement of primer/paint etc. and shall obtain
approval from site in sealed and unopened condition for inspection and
approval of engineer-in-charge.

G) SPECIFICATIONS FOR PAINTS


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

Colour : Gray

Application : Spray (airless/air)

Dry film thickness per coat : 75 microns

Theoretical coverage : 8 sq.m/litre

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 97

Drying time : 4 hours

Re-coating time : 10 hours (min.)

% of total metallic zinc in dryfilm : 85 – 90% by wt.

(As per the ASTM D520 – Spherical size : 4 months under sealed conditions
Storage life

ZINC PHOSPHATE PRIMER (P3)


This primer is based on single pack modified alkkyd medium pigmented with a
mixture of zinc phosphate and red oxide.

Volume solids : 40 ± 2%

Main Pigment : A mixture of zinc phosphate and Red


oxide. Out of the total pigmentation,
the minimum quantity of zinc phosphate
should be 10%

Colour : Brown

Pigment Volume concentration : 30 – 35%

Application : Brush or spray

Dry film thickness per coat : 30 – 35 mm

Theoretical coverage : 11 – 13 sq.m litre

Drying time : Touch dry – 1 hour

Over coating time : Minimum – over night

Storage life : 6 months under sealed conditions

MASTIC COATING (P4)


This is a two pack high build, modified aluminium epoxy mastic coating
possessing self priming properties and good adhesion to even rusted steel or
aged paints. The coating is tolerable to under prepared surfaces.

Volume solids : 90 ± 2%

Colour : Aluminium

Application : Brush or air less spray

Dry film thickness per coat : 175 microns

Theoretical coverage : 5 sqm/ litre

Over coating time : 24-48 hrs. This should be very

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 98

strictly adhered to in order to avoid


peeling of subsequent coat.

Storage life : 12 months under sealed conditions.

TIE COAT
This is a two component high build, high solid surface tolerant epoxy
maintenance coating

Volume solids : 80-82%

Colour : Aluminium / Any shade

Gloss : Semi Gloss

Application : By air less spray / air spray

Dry film thickness per coat : 150-200 microns

Over coating time : 12-18 hrs.

Drying Time : 7-9 hrs.

TWO PACK EPOXY- POLAMIDE MIO UNDERCOAT (U1)

These coatings are high build paints based on cold cured paints based on cold
cured Epoxy – Polyamide system pigmented with chemically inert pigments
and extenders formulated to permit application at a DFT higher than 100
micron per coat.

Type of epoxy : Condentation product of bisphenol A and


epichlorohydrin with terminal epoxides groups.

Epoxide equivalent : 450-500

Curing agent : polyamide

Volume solids : 55-60%

Pigment : The main pigment shall be micaceous iron


oxide (MIO-lamellar) constituting a minimum
of about 65 % w/w of total pigments.

Pigment volume concentration : 40-45%

Application : Brush or air less spray

Dry film thickness per coat : 110-120 microns

Spreading rate : 5 sqm/ litre

Drying time Touch dry in 2 hours. Hard dry in 48 hours

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 99

Over coating time : 24-48 hrs. This should be very strictly adhered
to in order to avoid peeling of subsequent
coat.

Storage life : 12 months under sealed conditions.

Finish Paints
TWO PACK ALIPHATIC ACRYLIC POLYURETHANE FINISH PAINT-F1
Part A and Part B are to be mixed together to form a pigmented polyurethane
paint in suitable proportions as recommended by manufacturer.
Part A consists of polyacrylate polyol with appropriate pigments, extenders,
solvents and additives.
Part B consists of an aliphatic polyisocyanate with appropriate solvents and
additives.

Volume solids : 45%

Main pigment : Rutile TiO2 (min. 80% w/w on total pigment


weight) and extenders with other suitable
pigments to get the desired colour

Colour : As desired

Pigment Volume Concentration : 15 – 20%

Application : Brush or spray

Dry film thickness per coat : 30-35 micron

Theoretical coverage : 11-13 sq. meter/litre

Drying time : Surface dry 1 hr. Full cure 7 days.

Storage life : 3 months under sealed conditions

SYNTHETIC ENAMEL (F4)


A high quality enamel based on synthetic resin vehicle stable weather –
resistant pigment designed for both protection and decoration.

Volume solids : 38 – 40%

Application : By brush or conventional spray

Dry film thickness/coat : 25 microns

Spreading rate (Theoretical) : 15 sq.m/l.

Drying time : Surface dry – 4 hrs.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 100

Hard dry – in 18 hours

Storage life : 12 months under sealed conditions

COAL TAR EPOXY (F3)


A high build two component epoxy coal -tar product meant for execellant
performance under total / partial/intermittent emersion conditions in salt or
fresh water. It is blend of epoxy and coaltar pitch in suitable ratios

Type of epoxy : Condentation product of bisphenol A and


epichlorohydrin with terminal epoxides groups.

Curing agent polyamide

Volume solids : 80-85%

Application : Brush or air less spray

Dry film thickness per coat 150-200 microns

Spreading rate : 4-5 sqm/ litre

Drying time Touch dry –overnight dependent on ambient


temperature and ventilation. Hard dry in 48 hours

Over coating time : 24-48 hrs. This should be very strictly adhered to
in order to avoid peeling of subsequent coat.

Storage life : Upto 9 months under sealed conditions.

TWO PACK EPOXY BASED TANK LINER (L1)

These coatings are high build paints based on epoxies and cured with
polyamines or modified epoxy-phenolic and cured with amine adduct. They
are specially meant as liners to interiors of petroleum tanks formulated to
permit application at a DFT of 125 microns per coat.

Volume solids : 50 – 60%

Pigment volume concentration : 35 – 40%

Dry film thickness um/coat : 125 microns

Spreading rate : 4-5 m2/litre

Storage life : 12 months under sealed conditions

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 101

H) REPAIR PROCEDURE FOR DAMAGED / AFFECTED PAINT SURFACE (Both


External / Internal Surfaces of Tank)
¾ Manual cleaning of damaged / affected surface with hard wire brush.
¾ Apply one coat self priming epoxy mastic paint (P4) - DFT - 175 μ..

¾ Apply two coats of finish paint as specified.


8.0 PRECAUTIONS TO BE TAKEN DURING PAINTING
Precautions to be taken during application of epoxy and polyurethane paints.
• Do not apply when temperature falls below 10oC or rises above 50oC and
when relative humidity rises above 90%. Do not apply during rain, fog or mist.
• Use all the mixed paints within the stipulated pot life period indicated by the
manufacturer.

Precautions to be taken during application of Inorganic Zinc Ethyl


Silicate Primer
The coating must be fully cured and free from residual solvents before over coating,
which normally takes 24 hours but time may be extended if relative humidity is below
80%. While over coating, it is desirable to apply a mist coat first to avoid bubbling
problem which appears due to air entrapment.

9.0 PAINT MANUFACTURERS


An indicative list given below of paint manufactures whose product conforming to the
respective qualities specified herein may be considered for use. However, site
engineer reserves the right to reject any material of these manufacturers which do not
confirm to the specifications.
a. M/s Asian Paints India Ltd.
b. M/s Bombay Paints Ltd. Mumbai.
c. M/s Berger Paints India Ltd. Mumbai.
d. M/s Goodless Nerolac paints Ltd. Mumbai.
e. M/s M/s. Grand Polycoats
f. M/s. Sigma coatings
g. M/s Jenson & Nicholson India Ltd. Calcutta.
h. M/s CDC Carboline, Madras.
i. M/s Shalimar Paints Ltd. Mumbai.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 102

TECHNICAL SPECIFICATION FOR DOPING FOR UNDERGROUND


PRODUCT AND FIRE HYDRANT PIPELINES

1.0 SCOPE :
This specification lays down the requirements for selection, application and protective
coatings on exposed metal surface of underground piping.
Vendor to supply all the material required for pipe coating and wrapping, including
supply of primer, coating and wrapping material and other accessories required for the
purpose. The scope should also include application of primer and providing pipe
coating/wrapping as per the specifications given below or as per the instructions of
Engineer-in-charge.
2.0 MATERIAL SPECIFICATIONS :
2.1 Material to be used shall be Pypkote AW 4mm, complying with the
requirements of AWWA C203, Section 8.
2.2 The product comprises of a central core of 50 micron HMHDPE film and a
second center core of fiber glass tissue which lends mechanical strength and
dimensional stability to the product. Interleaved between the center cores are
3 layers of coal tar mix. The membrane is terminated on both exterior by
thermofusible HM HDPE film. All the seven layers are calendared together to
create a 4 mm thick tape.
2.3 CHARACTERISTIC AND TESTING PROCEDURES :

1. Characteristics of modified mix Testing Procedure

a) Softening point : In excess of 115oC LTM01 (ASTMD-36)

B) Penetration (25 oC, 100g, 5 sec.) : 0.3 to 2mm. LTM02 (ASTMD-5)

c) Filler content : 20 to 30% ---

2. Characteristics of Tape

a) Nominal thickness : 4 mm + 0.2mm ---

b) Pliability : Does not break at 17 oC LTM03 (ASTMD228)

c) Tensile Strength :

Lengthwise : Min. 350N/5cm LTM07

Crosswise : Min. 100N/5cm (DIN 52123)

d) Elongation :

Lengthwise : Min. 20% LTM07

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 103

Crosswise : Min. 30% (DIN 52123)

e) Heat Resistance : Does not drip at 100 oC LTM 05

(ASTMD 146)

2.4 APPLICATION PROCESS :


A. APPLICATION OF PRIMER :

Sand blast to SA 2.5


Apply a coat of primer (Coal Tar and solvent based primer) of density
0.90 to 0.95 gms/cm3 and viscosity of 1000-2000 centipoise (Pypkote
primer manufacture by IWL or its equivalent) at the rate of 100
gms/sq.m. The primer shall be allowed to dry until the solvent
evaporates and the surface becomes tacky.
B. APPLICATION OF COATING/WRAPPING TAPE :
Pypkote AW 4mm tape is wound around the pipe in spiral fashion and bonded
completely to the primer coated surface of the pipe by thermo fusion process
and with recommended overlaps as per manufacturers specifications. The
overlaps are sealed by the same thermo fusion process. 250mm is left
uncoated on either end of the pipe to permit installation and welding. This
area is coated in-situ after the pipeline is installed. Additional reinforcements
may be provided at the ends of pipe to prevent damage during lifting the pipe
by crane.
In case of damage, rectification can be easily accomplished by patching up the
damaged area by thermo fusion. Holiday test may be conducted over the
coated surface.
2.5 TESTING OF WRAPPING
Holiday testing: The coating of pipes shall be checked for any voids/ holidays
in coating according to AWWA C-203-86 . Holiday detection should be done at
14 to 15 KV at the brush
Thickness of coating : coating thickness should be measured using a pit gauge
or cutting sample at selected spots.

After testing, the damaged coating places should be repaired and holiday
tested again.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 104

QUALITY ASSURANCE & QUALITY CONTROL PLAN

1. INSPECTION AT SITE
1.1. Contractor shall specify different stages of inspection during execution of the
job.
1.2. On receipt of the inspection call note or letter, from the Contractor, IOC/
Consultant shall arrange for the inspector to carry out the inspection at the
work place.
1.3. Some critical parameters of the items i.e. Pressure, Vacuum, Temperature,
Speed, Closed Tolerances Assembly, when +/- 0.01mm, concentricity on
rotating equipment are inspected by using calibrated measuring and testing
equipment like Pressure/Vacuum gauges, Micro Meter, Vernier, Dial Gauges,
Taco meter, Tong Tester, Filler Gauge, Thermometer, Thread Gauge.
1.4. The contractor shall specify to identify which calibrated measuring and testing
instrument required and shall be made available with valid calibration
certificate.
1.5. The contractor shall ensure that the measuring instrument are calibrated as
per the national/international standard with record of calibration. In case the
measuring instruments are found not calibrated or the calibration is not valid
then the inspector direct the contractor for re inspection of those parameters
of measuring instruments to be calibrated.
1.6. Contractor should specify in their QA/QC procedures as follows :
1.6.1. Welder qualification tests and procedures test as per QW - 483 test
and QW - 484 of ASME, section - IX, 1995 edition.
1.6.2. Dimension checking for individual, sub-assembly and final as per
approved drawings.
1.6.3. Weld joint set-up, assembly set-up, root run whenever specified.
1.6.4. Back-chip with DP test as per schedule indicated.
1.6.5. Radiography and other NDT testing method specified/applicable as per
ASME, Section - IX, V and VIII, division 1 of 1995 edition.
1.6.6. Hydro test/Vacuum test/Air test/Spark test and other test as per the
requirement of the approved drawings/specifications. The procedure
for testing and acceptance to be obtained from the Engineer-in-
Charge. In case the items are rejected for repair/re-work then they
are repaired and reworked by the contractor and re-offered for
inspection through inspection call.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 105

1.6.7. The Engineer-in-Charge visit the site and inspect the construction/
erection/ testing and commissioning of various discipline of civil/
mechanical job as per QA/QC procedure established by Consultant/
Contractor.
1.6.8. The testing and levelling and alignment is carried out by the contractor
and witnessed by Engineer-in-Charge or his Representative with the
calibrated measuring and testing equipment whenever specified.
1.6.9. All testing, measuring instruments used for inspection and testing shall
be calibrated by independent authority and valid calibration certificate
shall be made available at site before commencing of mechanical job.
2. QUALITY ASSURANCE PLAN FOR PIPING WORK
The Contractor shall furnish Quality Assurance Plan at site as per document enclosed.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 106

LIST OF APPROVED MAKES FOR MATERIALS

S.N VENDOR ADDRESS

FLANGES (WNRF/ BLRF)

1. M/s. C. D. Engg, Co., C-199, Bulandshar Road, Industrial Estate, Ghaziabad


201101. Tel : 0575 700542, 703 045

2. M/s. Chaudhary Hammer Works Near Hapur Road Flyover, Opp. Power House, P. B. No.20
Pvt. Ltd. Ghaziabad – 201 001. Tel : 0575 794921 to 794 926

3. M/s. Golden Iron & Steel Works 7/19, Industrial Area , Kirti Nagar, Post Box No.6210, New
Delhi 110015. Tel 5932156/5935159/ 5414336

4. M/s. Punjab Steel Works, 38-B, Mayapuri Industrial Area, Phase – I, New Delhi 110

Tel:064.5130960, 5141309, 514 1318

5. M/s. Steel Samrat (I) Ltd. 113/117, Gulab Mansion, Dr. M. G. Mahimtura Marg,

3rd Kumbherwada, Mumbai 400 004. Tel : 022 385 1407/


3890350

6. M/s. Stewarts & Lloyds of India 41, Chowringhee Road, Calcutta 700 071. Tel 298194 to
Ltd. 98

9. M/s. Super Forge 3, C/ 16, Bombay Taximen Society, Ground Floor, LBS
Marg, Kurla (W), Mumbai- 70

10. M/s. Gayatri Forge Pvt Ltd 59, Mohamedali road, PB no: 3480, Mumbai – 003

11. M/s. Perfectt Services (Madras) 28/ 2, Jones Street, Chennai – 001

PIPE FITTINGS

1. M/s. Alliance Forge Alliance Forge, 301, Runwal Centre, Near Lakme Bldg.
B.S. Devshi Road, Mumbai 400 088

2. M/s. Stewarts & Lloyds of India 41, Chowringhee Road, Calcutta 700 071.
Ltd. Tel 298194 to 98

3. M/s. Bharat Forge Press Industries Bharat Forge Press Industries Ltd, 35, Makarpura
Industrial Estate, Baroda 390 010

M/s. Steel Samrat (I) Ltd. 113/117, Gulab Mansion, Dr. M. G. Mahimtura Marg, 3rd
Kumbherwada, Mumbai 400 004. Tel : 022 385 1407/
3890350

M/s. Sivananda Pipe Fittings Ltd. Prithvi Avenue, Abhiramapuram, Madras 600 018.

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 107

S.N VENDOR ADDRESS

M/s. Super Forge 3, C/ 16, Bombay Taximen Society, Ground Floor, LBS
Marg, Kurla (W), Mumbai- 70

M/s. Gayatri Forge Pvt Ltd 59, Mohamedali road, PB no: 3480, Mumbai – 003

M/s. Perfectt Services (Madras) 28/ 2, Jones Street, Chennai – 001

NIPPLE & HALF COUPLING

1. M/s. Commercial Supply Agency 211, Nagdevi Street, Jalmal Building, Mumbai 400 008.

2. M/s Bombay Tools and Hardware 123, Narayan Dhuru Street, Mumbai 400 003.
Mart

3. M/s. EBY Industries Bldg. No.2, Tank Street, Nagpoda, Mumbai 400 008.

4. M/s. Steel Samrat (I) Ltd. 113/117, Gulab Mansion, Dr. M. G. Mahimtura Marg,

3rd Kumbherwada, Mumbai 400 003.

5. M/s. Tube Bend Pvt. Ltd. 15, Elgin Road (1st floor), Calcutta 700 020

6. M/s. Tube Weld Engg. Works Ltd. 118, P. D’mello Road, Near Carnac Bridge, Mumbai 400
003.

7. M/s. Venus Trading Co. 122, Narayan Dhuru Street, Mumbai 400 009.

GASKETS

1. M/s. IGP Engineers Pvt. Ltd. 252, Angappa Naicken Street, Chennai 600 001,

Phone No. 044 4942594/ 4425639/ 4425742

2. M/s. Madras Industrial Products 1 Norton III Street, Manda Vellipakka, Chennai 600 028

Phone : 044 4942594/ 4943485/ 4943943/ 4942397

3. M/s. Metropolitan Indusries 30, Chittaranjan Avenue, Calcutta 700 012

Phone : 033 278087

4. M/s. Vircap Sealingtech Pvt. Ltd. No.1, Leo Industries Complex, Pallikaranai, Chennai 601
302. Phone : 044 2461661/ 2461736

5. M/s. Southern Gasket Products P.B.No.30, Plot No.57, (Old No.52) Balaji Nagar, Padi
(Opp. T.V.S) Chennai 600 050 Phone : 044 645 2171/
654 2413

6. M/s. Goodrich Gaskets (P) Ltd. 102-A, Industrial Developed Plot, Electronic Ind. Estate,

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 108

S.N VENDOR ADDRESS

Old mahabalipuram Road, Perungudi, Chennai 600 096.

Phone No.044 4962965

7. M/s. Champion Jointing Pvt. Ltd. 15, Parsi Panchayat Road, Andheri (East), Mumbai -69.

Phone : 8321071/ 8367311-15

8. M/s. Hindustan Composites Vikhroli, Mumbai

STEEL FASTENERS

1. M/s. Bombay Tools & Hardware 123, Narayan Dhuru Street, Mumbai 400 003.
Mart

2. M/s. Consol Engineering and M/s. Salikia School Road, Bandhaghat, Howrah 711
Fatners Industries 106(W.B) Phone 033 6659767/ 6659438

3. M/s. EBY Industries Bldg. No.2, Tank Street, Nagpada, Mumbai 400 008.

4. M/s. Modern Mechanical Industries 11/BC Old Anjrwai, Thakkar Industrial Estate (3rd floor)

Mazgaon, Mumbai 400 010

Phone 3727962/ 3742636

5. M/s. Nireka Engineering co. Pvt. 16, Netaji Subhash Road, 1st floor Kolkata 700 001
Ltd., Fax no. 033 2200901

6. M/s. Pacific Forging and Fatners 294/3, Vidyanagari marg, Kalina, Mumbai 400 098
pvt. Ltd. Phone 6528686-87-88

7. M/s. Durg Fastners G. T. Road, Miler Ganj, Ludhiana 141 003

Phone No.0161 535390/ 531163

8. M/s. Precision Auto Engineers C-118, Focal Point Ludhiana 141 010.

Phone 0161 671522/ 674753

9. M/s. Mahajan Enterprises W–87, MIDC, Behind Centruy Enka, Bhosari Pune 411 026

91-020-7121508

ERW PIPES

M/s. Jindal Pipes / M/s. Tata/ M/s. SAW Pipes/ M/s. Surendra Engg/ M/s. Man Industries (I)
Ltd./ M/s. West Coasat Saw Pipes Ltd./ M/s. Surya Roshni

STRUCTURAL STEEL

M/s. TISCO/ M/s. VSP/ M/s. JINDAL/ M/s. SAIL/ M/s. ISSCO

Tenderer’s Seal & Signature:


Tender No.: DSO/ENGG/LT-02/13-14 109

S.N VENDOR ADDRESS

CEMENT

ACC/ L & T/ BIRLA/ BILAL/ AMBUJA

We have read and understood the entire tender schedule specifications, job
requirement, scope of work and drawings in token of the same, every page is
signed by our authorised, signatory and stamped by firm’s seal.

Tenderer’s Seal & Signature:

You might also like